HomeMy WebLinkAboutK. Cunningham Construction, Inc.UNNINGNAM K CUNNINGHAM CONSTRUCTION CO., INC.
1025 CENTER STREET
CEDAR FALLS, IA 50613
CITY OF WITF Iain
TY CLE fr'g t -'NCE
9 48:2 a
Bid Security For:
FY 2019 Dysart Rd. and W. 2nd St. Reconstruction Program
Contract No. 970
City of Waterloo, IA
01J PH12:4S:u0
y JAI! FRrs OFF !CE
BID BOND
KNOW ALL MEN BY THESE PRESENTS, that we, K. Cunningham Construction Co., Inc.
as Principal, and United Fire & Casualty Company
as Surety are held and firmly bound unto the CITY OF WATERLOO , Iowa, hereinafter called
"OWNER." In the penal sum Five percent of the bid amount
Dollars ($ 5% ) lawful money of the United States, for the payment
of which sum will and truly be made, we bind ourselves, our heirs, executors, administrators, and
successors, jointly and severally, firmly by these presents. The condition of this obligatiop is such that
whereas the Principal has submitted the accompanying bid dated the 23rd day of M Y
,20 19 for FY 2019 Dysart Rd. and W. 2nd St. 11— construction Program
Contract No. 970 Waterloo, iA
NOW, THEREFORE,
(a) If said Bid shall be rejected, or in the alternate,
(b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the form specified
and shall furnish a bond for his faithful performance of said contract, and for the payment of all persons
performing labor or furnishing materials in connection therewith, and shall in all other respects perform the
agreement created by the acceptance of said Bid,
Then this obligation shall be void, otherwise the same shall remain in force and effect; it being expressly
understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event,
exceed the penal amount of this obligation as herein stated.
By virtue of statutory authority, the full amount of this bid bond shall be forfeited to the Owner in liquidation of
damages sustained in the event that the Principal fails to execute the contract and provide the bond as
provided in the specifications or by law.
The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond
shall be in no way impaired or affected by any extension of the time within which the Owner may accept
such Bid or execute such contract; and said Surety does hereby waive notice of any such extension.
IN WITNESS WHEREOF, the Principal and the Surety, have hereunto set their hands and seals, and such
of them as are corporations, have caused their corporate seals to be hereto a 01 d and these presents to be
signed by their proper officers this 23rd day of May
K. Cunningham Construction Co., InSea►)
By
.1,1—c— ..D �, United Fire & Casualty Company (Seal) Witness Surety,/
Ii V �i. , B Li.L�/i�i�
Witness J I Sha fer Attorn-' i -fact
Principal
Tee owErv, (Title)
uft4
INSURANCE
UNITED FIRE & CASUALTY COMPANY, CEDAR RAPIDS, IA
UNITED FIRE & INDEMNITY COMPANY, WEBSTER, TX
FINANCIAL PACIFIC INSURANCE COMPANY, ROCKLIN, CA
CERTIFIED COPY OF POWER OF ATTORNEY
(original on file at Home Office of Company - See Certification)
KNOW ALL PERSONS BY THESE PRESENTS, That United Fire & Casualty Company, a corpoation duly organized and existing under the laws
uly
ed
Fof the State of Iowa; Unitedinan cal Pacific Insurance Company, I adcorporat oemnity n dulynorganized and exporation iting under the lawseof the Statxisting e of er 1Califorrnia (hereihe laws of the n colltate ect vely called
the Companies), and having their corporate headquarters in Cedar Rapids, State of Iowa, does snake, constitute and appoint
GREG T. LA MAIR, NANCY D. BALTUTAT, PATRICK K. DUFF, JEFFREY R. BAKER, JOSEPH I. SCHMIT, JILL
SHAFFER, CHRISTOPHER R. SEIBERLING, EACH INDIVIDUALLY
Inquiries: Surety Department
118 Second Ave SE
Cedar Rapids, IA 52401
their true and lawflferred to sign, s
d
te
n
s behalf al
undertakings and o0rterottorneys)-in-Fact with power and auority hereby bligat (ry instruments of similar t ature provided that noesingle obligation shallr exceed $100 $1100 `000, 000.lawful bonds,
00
and to bind the Companies thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of the Companies
and all of the acts of said Attorney, pursuit to the authority hereby given and hereby ratified and confirmed.
The Authority hereby granted is continuous and shall remain in full force and effect until revoked by United Fire & Casualty Company, United Fire &
Indemnity Company, and Financial Pacific Insurance Company.
DirectorsThis of United Fire &yis Casualty Cand
san `United Fire & Int to ndemnity ynd by thority of Compa Company,e and ollowing Financial nPacific Iw nsuropted on ance rce Company. S 2013, by the Boards oI
"Article VI - Surety Bonds and Undertakings"
Section 2, pp bonds, o of theunCompaniings es other obligatory time, instruments of like mitten
Appointment of Attorney -in -Fact. "The President or any Vice President, or any other officer the Companies may,from time to time, appoint by written
may he affixed by facsimile to any power of attorney or special power of attorney or certification of
ure.
certificates attorneys -in -fact to act h, behalf of the Companies in the execution of policies of insurance,
The
eith signatureauhor e any officer s cahs sigpatuzed he and seal, mid then so used, seal,biy
Companies,
authorized to hereby; such sing upon
the Companies withthesane forcevard effect as hohe ugh manually affianies as the xed! Such `ure of such attorneys--in-f etc subjeer ctthe original seal of the
to the limitations set of
Companthei tr be valid and certificates
opus toe P to bind the by
the (Cin ompanies theretor. `The President orla ytVice President, the Borard of Directors Companies anyothertofficerrrof the Compatiersrn of tnay ary t any tlimesre oke all power andand 10 lthe seal
authority
previously given to any attorney-in-fact.
IN WITNESS WHEREOF, the COMPANIES have each caused these presents to be sigineOdby its
;P:Poo,_ "�'"'�,,. vice president and its corporate seal to be hereto affixed this 10th day of March,
14
UNITED FIRE & CASUALTY COMPANY
UNITED FIRE & INDEMNITY COMPANY
FINANCIAL PACIFIC INSURANCE COMPANY
By: N
Vice President
State of Iowa, County of Linn, ss:
ie
On 10th day of being March, 2014, before me personalay; ly came Dennis J.. Richmann
to me
& Casu lty Com p y, ab Vice President ofd Unitedid Fise en&d sInd Indemnity Company, ahe resides ny, aCend Rapids,
President of Financial Pacific e Insurance Compthe said
anyent of United the
ows
e
iis6vmentnis such corporate ate seal; that it wasted the above so affixed pursuant to authority ment; that le giveennn by the Board of Directors of said corpol of said corporations; rations and the seal that he to
his
name thereto pursuant to lice authority, and acknowledges same to be the act and deed of said corporations.
g45.A.: Iowa Notarial Seal
Patti Waddell Notary Public
[ Commission number 713274
My Commission Expires 10/26/2019 My commission expires: 10/26/2019
I, Mary A. Bertsch, Assistant Secretary of United Fire & Casualty Company and Assistant Secretary of United Fire & Indemnity Company, and Assistant
Secretary of Financial Pacific Insurance Company, do hereby certify that l have compared the foregoing copy of the Power of Attorney and affidavit, and
in said
HOMEyOFFICESection
OF SAID the
CORPORATIONS,resolutions
and that the same area correct trans as set iscpripts thereof, andower of ofAttorney,
the whole ofthe
theOsa d originals, Oa and
th IN
said
Power of Attorney has not been revoked and is now in full force and effect.
In testimony whereof I have hereunto subscribed my name and affixed 19 corporate seal of the said Corporations
this 23rd day of May —
1NSU
aowunnbn aro mn'.- ..`°\4sp. ��,^y(y�l/t.({iV',,�1
4.. J \ MNi .00' '; •� t_� Ate"
>��.._ `nf A1?1/4
pUIY 2j ��:O'_ BY:
_,_c" _ • T seas ia= Assistant Secretary,
sant '<� n%tea
seer. `94roP"' to' UF&C & UF&I & FPIC
to, nwuro � ��"sr niuno-ox ` dnmmn�oo"oe
ggnn1aU0
BPOA0049 1217
CUNNINGHAM KCUNNINGHAM CONSTRUCTION CO., INC.
1025 CENTER STREET
CEDAR FALLS, IA 50613
Bid Proposal For:
FY 2019 Dysart Rd. and W. 2nd St. Reconstruction Program
Contract No. 970
City of Waterloo, IA
FORM OF BID OR PROPOSAL
FY 2019 DYSART RD. AND W. 2ND ST. RECONSTRUCTION PROGRAM
CONTRACT NO. 970
CITY OF WATERLOO, IOWA
Honorable Mayor and City Council
Waterloo, Iowa
Gentlemen:
1. The undersigned, being a Corporation existing under the laws of the State o
a Partnership consisting of the following partners
, having familiarize(
(himself) (themselves) (itself) with the existing conditions on the project area affecting the cost of the
work, and with all the contract documents listed in the Table of Contents and Addenda (if any), a:
prepared by the City Engineer of the City of Waterloo now on file in the office of the City Clerk, Cit!
Hall, Waterloo, Iowa, hereby proposes to furnish all supervision, technical personnel, labor
materials, machinery, tools, appurtenances, equipment, and services, including utility an(
transportation services required to construct and complete this FY 2019 DYSART RD. AND W. 2N1
ST. RECONSTRUCTION PROGRAM, Contract No. 970, all in accordance with the above -lister
documents and for the unit prices for work in place for the following items and quantities:
FY 2019 DYSART RD. AND W. 2ND ST. RECONSTRUCTION PROGRAM
NTRACT NO. 970
BID
ITEM
SUDAS
SPECIFICATION
*SEE
SUPPLEMENTAL
SP = SPCL PROV
DESCRIPTION
UNIT
EST QTY
UNIT BID
PRICE
TOTAL
BID
PRICE
DIVISION 2 - EARTHWORK
1
2010-108-D *
TOPSOIL, 4 INCHES, ON OR OFF SITE
SY
1,460.00
$ 3.5-o
$ i2,y/4.66
2
2010-108-E-0 *
EXCAVATION, CLASS 10
CY
6,299.00
$ 7. S'
$ 1 2V2.Se
3
2010-108-G
SUBGRADE PREPARATION
SY
13,740.00
$ /.2_c"
$ 17 r75
4
2010-108-H *
SUBGRADE TREATMENT, WOVEN GEOTEXTILE
OR GEOGRID
SY
13,740.00
$ 2•1.-S
$ 3.,"/Y: cut,
5
2010-108-1 *
SUBBASE, MODIFIED
TON
11,250.00
$ /9.5-4
$ 2-0,7r.6z
6
IDOT 2121
GRANULAR SHOULDER, TYPE B
TON
1,200.00
$ 21.6 0
$ 257-m.c6
SUBTOTAL EARTHWORK $ 3sz 3'7.5 '
DIVISION 4 - SEWERS AND DRAINS - STORM
7
4020-108-A-1
STORM SEWER, TRENCHED, RCP 2000D, 24
INCH
LF
10,00
$ 7 A B,Go
$ Y80.oe
8
4020-108-A-1 *
STORM SEWER, TRENCHED, RCP 2000D, 15
INCH
LF
5,00
$ 8lo.eab
$ 5'33.z
FORM OF BID
CONTRACT NO. 970
Page 1 of
20
21
SP#2
SP #3
, SW - 507, R&R TOP & INSERT ONLY
INTAKE, E -1-C, R&R BOXOUT ONLY
EACH
EST QTY
UNIT BID
PRICE
TOTAL
BID
PRICE
28.00
665.00
8,250.00
44.00
30.00
$ 7..co
$
$
$ 32S.00
$ ‘9(.06.4,0
$ 6;902, so
$ 7y2co. oo
$ /V 300.0o
$ /S.ob $ 1/4-6.66
$
FURNISH AND INSTALL SW -603 TYPE R CASTING
EACH
EACH
SUBTOTAL STORM SEWER $
1.00
1.00
4.00
2.00
1.00
3.00
$ SSea,00
$ SCoo.00
$ S$so•6n $ SBsll.00
$ (, 5-.0.&,0
$ vcc,6o
`�8So6 9 97d. o0
$ 3 .eaao.00 $ ?,a'.*
2.00 $ /, $i o 06 $ 3/ aoo, o0
2.00 $ 1,7m,64, $ 3Sbo.6.6
5;sdn,so
22
SP # 1
DIVISION 5 - WATER MAINS AND
APPURTENANCES
WATER SERVICE KILL
SUBTOTAL WATER APPURTENANCES
EACH
2.00
$
DIVISION 7 - STREETS AND RELATED WORK
23
24
25
26
27
28
29
7010-108-A-0
7010-108-A-0
7010-108-A-0
PCC PAVEMENT
7020-108-H-0
11,050-108-A-0
7010-3.04
PAVEMENT, PCC, 7 INCH, C-SUD OR IDOT QMC
PAVEMENT, PCC, 9 INCH, C-SUD OR IDOT QMC
SY
548.00
PAVEMENT, PCC, 10 INCH, C-SUD OR IDOT QMC
PCC PAVEMENT SAMPLES AND TESTING
CONCRETE WASHOUT
SY
990.00
SY
LS
11, 937.00
LS
7010,3.02, J *
COLD WEATHER CONCRETE PROTECTION
SY
LINSEED OIL TREATMENT
SY
30
31
32
33
7030-108-A-0
7030-108-E-0
7030-108-E-0
SIDEWALKS, SHARED USE PATHS AND
DRIVEWAYS
1.00
1.00
600.00
4,233.00
$ 3 9, fo
$ 31.re,
Yrys
$ rooc.o.c
$ ,sagem
r.Go
$ /. 2 s
$ 2 /, 4`/$
$ y9 oosdd
sd'2.s14.45-
$ 6;04.0, co
$ /, Ssao.oa
$ 3e6c,no
$ 5,Zy/.2
7030-108-G-0
34
35
7030-108-H-1
7030-108-H-2
REMOVAL OF SIDEWALK AND DRIVEWAY
SIDEWALK, PCC, 4 INCH, C-4
SY
260.10
SIDEWALK, PCC, 6 INCH PEDESTIAN RAMP, C-4
DETECTABLE WARNING
DRIVEWAY AND SIDEWALK, PAVED, PCC, 7
INCH, C-4
DRIVEWAY, GRANULAR
SY
16.30
$
So,vo
SY
79.80
SF
104.00
SY
92.00
TON
15.00
$
$
$9.4,a
$ 3e.00
$ 3,90/• se
$ S.Seo
$s"52G.%
$ y36800
$ G,3Y8oz,
$ yro.00
36
37
7040-108-H-0 *
7040-3.02-A
PAVEMENT REHABILITATION
PAVEMENT REMOVAL, CONCRETE
SY
SAW CUT
LF
13,161.00
SUBTOTAL STREETS AND RELATED WORK
FORM OF BID
657.00
$ *,7
$ S o0
$ G2,siy,7$
$ 3Zta0
7/5; o87. Ss-
CONTRACT
r
CONTRACT NO. 970 Page 2 of 4
BID
ITEM
SUDAS
SPECIFICATION
* SEE
SUPPLEMENTAL
SP = SPCL PROV
DESCRIPTION
UNIT
DIVISION 4 - SEWERS AND DRAINS - STORM
(CONTINUED)
9
4020-108-A-1 *
STORM SEWER, TRENCHED, RCP 2000D, 12
INCH
LF
10
4040-108-A-0
SUBDRAIN, TYPE SP, 6 INCH
LF
11
4040-108-A-0
SUBDRAIN, TYPE SP, 4 INCH
LF
12
4040-108-D-0
SUBDRAIN OUTLETS AND CONNECTIONS, CMP,
6 OR 8 INCH
EACH
13
4040-108-E-0
STORM SEWER SERVICE STUB, TYPE S, 4 INCH
LF
DIVISION 6 - STRUCTURES FOR STORM
SEWERS (CONTINUED)
14
6010-108-A-0 *
MANHOLE, SW -402
EACH
15
6010-108-A-0
MANHOLE, SW -406, SHALLOW RECTANGULAR
EACH
16
6010-108-H-0 *
REMOVE MANHOLE OR INTAKE, STORM
EACH
17
6010-108-B-0
INTAKE, SW -501, SINGLE GRATE
EACH
18
1a
6010-108-B-0
co.H'
INTAKE, SW -507
,..-.-,,.,�
EACH
20
21
SP#2
SP #3
, SW - 507, R&R TOP & INSERT ONLY
INTAKE, E -1-C, R&R BOXOUT ONLY
EACH
EST QTY
UNIT BID
PRICE
TOTAL
BID
PRICE
28.00
665.00
8,250.00
44.00
30.00
$ 7..co
$
$
$ 32S.00
$ ‘9(.06.4,0
$ 6;902, so
$ 7y2co. oo
$ /V 300.0o
$ /S.ob $ 1/4-6.66
$
FURNISH AND INSTALL SW -603 TYPE R CASTING
EACH
EACH
SUBTOTAL STORM SEWER $
1.00
1.00
4.00
2.00
1.00
3.00
$ SSea,00
$ SCoo.00
$ S$so•6n $ SBsll.00
$ (, 5-.0.&,0
$ vcc,6o
`�8So6 9 97d. o0
$ 3 .eaao.00 $ ?,a'.*
2.00 $ /, $i o 06 $ 3/ aoo, o0
2.00 $ 1,7m,64, $ 3Sbo.6.6
5;sdn,so
22
SP # 1
DIVISION 5 - WATER MAINS AND
APPURTENANCES
WATER SERVICE KILL
SUBTOTAL WATER APPURTENANCES
EACH
2.00
$
DIVISION 7 - STREETS AND RELATED WORK
23
24
25
26
27
28
29
7010-108-A-0
7010-108-A-0
7010-108-A-0
PCC PAVEMENT
7020-108-H-0
11,050-108-A-0
7010-3.04
PAVEMENT, PCC, 7 INCH, C-SUD OR IDOT QMC
PAVEMENT, PCC, 9 INCH, C-SUD OR IDOT QMC
SY
548.00
PAVEMENT, PCC, 10 INCH, C-SUD OR IDOT QMC
PCC PAVEMENT SAMPLES AND TESTING
CONCRETE WASHOUT
SY
990.00
SY
LS
11, 937.00
LS
7010,3.02, J *
COLD WEATHER CONCRETE PROTECTION
SY
LINSEED OIL TREATMENT
SY
30
31
32
33
7030-108-A-0
7030-108-E-0
7030-108-E-0
SIDEWALKS, SHARED USE PATHS AND
DRIVEWAYS
1.00
1.00
600.00
4,233.00
$ 3 9, fo
$ 31.re,
Yrys
$ rooc.o.c
$ ,sagem
r.Go
$ /. 2 s
$ 2 /, 4`/$
$ y9 oosdd
sd'2.s14.45-
$ 6;04.0, co
$ /, Ssao.oa
$ 3e6c,no
$ 5,Zy/.2
7030-108-G-0
34
35
7030-108-H-1
7030-108-H-2
REMOVAL OF SIDEWALK AND DRIVEWAY
SIDEWALK, PCC, 4 INCH, C-4
SY
260.10
SIDEWALK, PCC, 6 INCH PEDESTIAN RAMP, C-4
DETECTABLE WARNING
DRIVEWAY AND SIDEWALK, PAVED, PCC, 7
INCH, C-4
DRIVEWAY, GRANULAR
SY
16.30
$
So,vo
SY
79.80
SF
104.00
SY
92.00
TON
15.00
$
$
$9.4,a
$ 3e.00
$ 3,90/• se
$ S.Seo
$s"52G.%
$ y36800
$ G,3Y8oz,
$ yro.00
36
37
7040-108-H-0 *
7040-3.02-A
PAVEMENT REHABILITATION
PAVEMENT REMOVAL, CONCRETE
SY
SAW CUT
LF
13,161.00
SUBTOTAL STREETS AND RELATED WORK
FORM OF BID
657.00
$ *,7
$ S o0
$ G2,siy,7$
$ 3Zta0
7/5; o87. Ss-
CONTRACT
r
CONTRACT NO. 970 Page 2 of 4
BID
ITEM
SUDAS
SPECIFICATION
*SEE
SUPPLEMENTAL
SP m SPCL PROV
DESCRIPTION
UNIT
EST QTY
UNIT BID
PRICE
TOTAL
BID
PRICE
DIVISION 8 - PAVEMENT MARKINGS AND
TRAFFIC CONTROL
PAVEMENT MARKINGS
38
8020-108-B-0
PAINTED PAVEMENT MARKINGS,
SOLVENT/WATERBOURNE
STA
87.67
$ 37.00
$ 3,243, i 9
TEMPORARY TRAFFIC CONTROL
39
8030-108-A-0
TEMPORARY TRAFFIC CONTROL
LS
1.00
$ /Seoeo,00
$ /ceeo,00
40
8030-2.02
DIRECTIONAL SIGNS, PER DETAILS
EACH
2.00
/SD.eo
3a7.co
41
8030-2.02
DETOUR, DYSART ROAD
LS
1.00
$ ,2/sea, oc
$ .2.,5-2,6 ..7.5
SUBTOTAL PAVEMENT MARKING AND TRAFFIC CONTROL $ .2 I10 y j. 77
DIVISION 9 - SITE WORK AND LANDSCAPING
SEEDING
42
9010-108-B-0 *
HYDRAULIC SEEDING, SEEDING, FERTILIZING
AND MULCHING
SY
1,936.00
$ 4Ce)
$ 2/%1'.0o
43
9010-108-E-0 *
WARRANTY
SY
750.00
$ /.sem
$ i,,zsao
EROSION AND SEDIMENT CONTROL
44
9040-108-F-1
WATTLE, STRAW, 6 INCH
LF
2,500.00
$ 2.3s
$ 5,"87>:00
45
9040-108-F-2
WATTLE, REMOVAL
LF
2,500.00
$ o.Ss"
$ 11 i2S.00
46
9040-108-T-1
INLET PROTECTION DEVICE, INTERMEDIATE
AND DROP IN OR SURFACE APPLIED
EACH
8.00
$ /Ss -6o
$ /jy80.„
47
9040-108-T-2 *
INLET PROTECTION DEVICE, MAINTENANCE
EACH
8.00
$ 522,88
$ 1/4.a,eo
SUBTOTAL SITE WORK AND LANDSCAPING $ I3) 90 9.�
DIVISION 11 - MISCELLANEOUS
CONSTRUCTION SURVEY
48
11010-108-A
CONSTRUCTION SURVEY
LS
1.00
$ '35e1a,oa
$ 75:6pdc,
SUBTOTAL MISCELLANEOUS $
TOTAL BID 1)Zs8 033.3"/
2. It is understood that the quantities set forth are approximate only and subject to variation and that the
unit bid price for the work done shall govern in the actual payment to Contractor.
3. In submitting this bid, the bidder understands that the right is reserved by the City of Waterloo, Iowa,
to reject any or all bids. If written notice of the acceptance of this bid is mailed, telegraphed, or
delivered to the undersigned within thirty (30) days after the opening thereof, or at any time thereafter
before this bid is withdrawn, the undersigned agrees to execute and deliver an agreement in the
prescribed form and furnish the required bond and certificate of the insurance within ten (10) days
after the agreement is presented to him for signature, and start work within ten (10) days after
"Notice to Proceed" is issued.
4. Security in the sum of i; ;ye_ r er<.er=f of �th ht fI Dollars
($ 5 . ) in the form of 8,,-/ 06174/ , is submitted herewith in
accordance with the INSTRUCTIONS TO BIDDERS.
5. Attached hereto is a Non -Collusion Affidavit of Prime Contractor.
FORM OF BID
CONTRACT NO. 970 Page 3 of 4
Attached hereto is a Bidder Status Form.
7 The bidder is prepared to submit a financial and experience statement upon request.
8. The Prime Contractor and Subcontractor(s), which have performed an aggregate of $10,000.00 in
work for the City in the current calendar year, are prepared to submit an AAP or Update and an EOC,
within ten (10) days of notification that the bid submitted is lowest and acceptable.
9. The bidder has received the following Addendum or Addenda:
Addendum No.
Date -/?//9
2. 31.2 /
10. The bidder shall list the MBE/WBE subcontractor(s), amount of subcontracts and bid items on the
City of Waterloo Minority and/or Women Business Pre-bid Contact Information Form submitted with
this Form of Bid or Proposal. The apparent low Bidder shall submit a list of all other Subcontractor(s)
to be used on this Project to the City of Waterloo by 5:00 p.m. the business day following the day
Bids on this Project are due along with the Non -Collusion Affidavits of All Subcontractor(s).
The Contractor shall submit information on subcontractors on "SUBCONTRACTOR REQUEST AND
APPROVAL" Form to be provided by City prior to approval of contract.
The subcontractors listed on this proposal and/or submitted to the Contract Compliance Officer
cannot be changed except for the following reasons:
1) The City of Waterloo does not approve the subcontractors.
2) The subcontractors submit in writing that they cannot fulfill their subcontracts.
11. The bidder has filled in all blanks on this proposal. Those blanks not applicable are marked "none"
or "NA",
12. The bidder has attached all applicable forms.
13. The Owner reserves the right to select alternates, delete line items, and/or to reduce quantities prior
to the award of a contract due to budgetary limitations.
r1• 1�(c1117;174/74 C�o)'1S7Lr(�< IiDr� Ldp ��yc.
(Name of Bi• er)
Official Address: (Including Zip Code):
/025- eti-er 5-7L re.€
Title (//«
S/23
(Date)
/9
e•=11r
//s TAi 5-0 13
I.R.S. No. 92 - /12.71/17
FORM OF BID
CONTRACT NO, 970
Page 4 of 4
MBE/WBE BUSINESS ENTERPRISE
PRE-BID CONTACT INFORMATION FORM
Prime Contractor Name: 11/. Grahn;hJ/ain e.:>/i5+ a>.) c. Project: 114. 970
Letting Date: 57.23//p
NO MBEIWBE SUBCONTRACTORS: If you are NOT using any MBE/WBE subcontractors to complete this project, sign below. Attach a brief
explanation as to why subcontracting was not feasible with this project. If any MBE/WBE subcontractors will be used, please use the bottom
portion of this form.
Contractor Signature -
SUBCONTRACTORS APPLICABLE: You are required, in order for your bid to be considered responsive, to provide the information on this form
showing ALL of your MBE/WBE subcontractor contacts made for your bid submission. This information is subject to verification. Any questions
should be directed to Contract Compliance Office 319-291-4429.
You are required, in order for your bid to be considered responsive, to provide the information on this Form showing your MBE/WBE Business
Enterprise contacts made prior to your bid submission. This information is subject to verifications and confirmation.
If you are unable to identify MBE/WBE firms to perform portions of the work, please contact Rudy Jones, Contract Compliance Officer, for
assistance at (319) 291-4429.
In the event it is determined that the MBE/WBE Business Enterprise goals are not met, then before awarding the contract the City of Waterloo will
make a determination as to whether or not the apparent successful low bidder made good faith efforts to meet the goals.
TABLE OF INFORMATION SHOWING BIDDER'S PRE-BID
MBE/WBE BUSINESS ENTERPRISE CONTACTS
Title: U�� -C'r :1; -*/en f Date: C43//9
Quotes Received Quotation used in bid
MBE/WBE
Dates
Contacted
Yes/No
Dates
Contacted
Yes/No
Dollar Amount Proposed to
be Subcontracted
/Subcontractors
'D. G . Cerpor.dtian
572.2.//9
r }/ es
Cl2-09
Ye 5
2oi8Sg.94,
`1)4,77;e%S fialn� ynrprovePHe+,'f
5./2-27/9
ISS
5/22//9
/1/2.5
�✓Qfe-.6 6h/4ru4-24;Dnp ..t -Le .
57/41/%
Pe s'
S1/4 -Z//9
IGS
69/ 9,2 S. S°
5/ 6// 9
yes
5/2 2// 9
Pe s
13/ ?. 0z,
/ i �-71 /V u r,"e,> y
(Form CCO-4) Rev. 06-20-02
MBE/WBE BUSINESS ENTERPRISE
PRE-BID CONTACT INFORMATION FORM INSTRUCTIONS
Prime Contractor Responsibilities:
Prime Contractors bidding on City of Waterloo contract work are regbired to ensure that MBE/WBE businesses are provided the opportunity to
participate in the performance of contracts and subcontracts. Prime contractors are required to assist MBE/WBE businesses in overcoming
barriers to participation, and must make good faith efforts to secure bids from, and award subcontracts to, MBENVBE businesses. For all contract
bids of $50,000 or more, the following is required to demonstrate good faith efforts in accordance with this policy:
1. "MBE/WBE BUSINESS ENTERPRISE PRE-BID CONTACT INFORMATION FORM" submitted with the prime contractor bid, properly
completed and signed on Form CCO-4 (Rev. 06-20-02). Please note that this document must include all subcontractor contacts, bids received,
and awarded - not just those related to disadvantaged business enterprise vendors.
2. A minimum of three (3) MBE/WBE business contacts must be made and documented, if there are at least three (3) MBE/WBE businesses
offering services in the areas to be subcontracted (see City of Waterloo MBENVBE Certified List). If less than three (3) are offering the services to
be subcontracted, then a contact is required for any that are listed as providing that service. If you have submitted a MBE/WBE contact not on the
City's MBENVBE list, attach a copy of the certification from another government agency.
3. Contacts to each MBE/WBE businesses are required to be a minimum of seven (7) working days prior to the date the prime contractor submits
the bid to the City of Waterloo.
4. The following documentation must accompany the "MBENVBE BUSINESS ENTERPRISE PRE-BID CONTACT INFORMATION FORM" for
each MBE/WBE business contacted:
a. A copy of the bid received from the MBENVBE, OR
b. If no bid was received, a copy of correspondence received from the MBENVBE with a "no bid" response, OR
c. If no response was received, a copy of the solicitation sent to the MBE/WBE with proof of mailing attached.
5. If any MBENVBE business submitting bids are not selected for subcontract award, documentation must accompany the "MBE/WBE BUSINESS
ENTERPRISE PRE-BID CONTACT INFORMATION FORM" on why the MBENVBE was not selected. These reasons could include:
a. Not low bid. Copies of the competing bids may be required for verification.
b. MBENVBE did not bid, withdrew bid or was non-responsive.
c. Documentation of other business-related reason for not selecting the MBENVBE business for a subcontract.
d. Prime contractor self performs work.
e. Any other reason relied on by the Prime Contractor.
The Contract Compliance Officer will determine the weight to be given to each item listed above (supported by appropriate documentation) based
on overall program goals.
Subcontractors Responsibilities:
1. Each MBENVBE firm planning to submit quotes on construction projects with goals, shall submit a Letter of Intent to Bid (Form CCO-5) to
the City Contract Compliance Officer seven (7) working days prior to bid opening, listing specific items which the MBE/WBE firm is
interested in bidding. If the City Contract Compliance Officer does not receive sufficient scope letters seven (7) working days prior to bid
opening, goals on subject project will be reduced accordingly. Agreements between the bidder/proposer and an MBENVBE in which the
MBE/WBE promises not to provide subcontracting quotations to other bidders/proposers are prohibited.
Form CCO-4A Rev. 07-08-02
NON -COLLUSION AFFIDAVIT OF PRIME BIDDER
State of r t `' 2
County of BJ4 k ,%4) )
)ss
-me_ (I&/eh , being first duly sworn, deposes and says that:
1. He is (Owner, Partner icer -( representative, or Agent) , of /! eimn.Yr� ),,,
G'.6) -+t}. e' .) _Z./1z • , the idd r that has submitted the attached Bid;
2. He is fully informed respecting the preparation and contents of the attached Bid and of all
pertinent circumstances respecting such Bid;
3. Such Bid is genuine and is not a collusive or sham Bid;
4. Neither the said Bidder nor any of its officers, partners, owners, agents, representatives,
employees, or parties in interest, including this affiant, has in any way colluded,
conspired, connived or agreed, directly or indirectly, with any other Bidder, firm or person
to submit a collusive or sham Bid in connection with the Contract for which the attached
Bid has been submitted or to refrain from bidding in connection with such Contract, or
has in any manner, directly or indirectly, sought by agreement or collusion or
communication or conference with any other Bidder, firm or person to fix the price or
prices in the attached Bid or of any other Bidder, or, to fix any overhead, profit or cost
element of the bid price or the bid price of any other Bidder, or to secure through any
collusion, conspiracy, connivance, or unlawful agreement any advantage against the City
of Waterloo, Iowa, or any person interested in the Proposed Contract; and
5. The price or prices quoted in the attached Bid are fair and proper and are not tainted by
any collusion, conspiracy, connivance or unlawful agreement on the part of the Bidder or
any of its agents, representatives, owners, employees, or parties in interest, including this
affiant.
(Signed)
Title
Subscribed and sworn to before me this 43
TV)LLy ,201
My commission expires
day of
\-)g).cra.(
itle
���"` • DIANE L CALEY
« COMMISSION NO.703084
MY COMMIES R_ . PIRES
"Di& MAY 0,
Bidder Status Form
To be completed by all bidders Part A
Please answer "Yes" or "No" for each of the following:
J "Yes 0 No
[yes 0 No
(]Yes 0 N
[Yes ❑ No
El/Yes ❑ No
My company is authorized to transact business in Iowa.
(To help you determine if your company is authorized, please review the worksheet on the next page).
My company has an office to transact business in Iowa.
My company's office in Iowa is suitable for more than receiving mail, telephone calls, and e-mail.
My company has been conducting business in Iowa for at least 3 years prior to the first request for
bids on this project.
My company is not a subsidiary of another business entity or my company is a subsidiary of another
business entity that would qualify as a resident bidder in Iowa.
If you answered "Yes" for each question above, your company qualifies as a resident bidder. Please
complete Parts B and D of this form.
If you answered "No" to one or more questions above, your company is a nonresident bidder. Please
complete Parts C and D of this form.
To be completed by resident bidders Part B
My company has maintained offices in Iowa during the past 3 years at the following addresses:
Dates: 6 / 27 / 7 9
Dates:
to ' / 23 / /9 Address* /a.25 (n7`e✓ 5.:7lv /
City, State, Zip* ----0-€24,1 - 572 /4 •1-4 Coe. 13
/ / to / / Address:
City, State, Zip:
/ Address:
City, State, Zip*
Dates: / / to /
You may attach additional sheet(s) if needed.
To be completed by non-resident bidders Part C
1. Name of home state or foreign country reported to the Iowa Secretary of State:
2. Does your company's home state or foreign country offer preferences to resident bidders, resident labor ❑
�
force preferences or any other type of
preference to bidders or laborers? Yes ❑ No
3. If you answered "Yes" to question 2, identify each preference offered by your company's home state or foreign country
and the appropriate legal citation.
You may attach additional sheet(s) if needed.
To be completed by all bidders Part D
I certify that the statements made on this document are true and complete to the best of my knowledge and I know that my
failure to provide accurate and truthful information may be a reason to reject my bid.
Firm Name: nif)p; i4a.rrn Go15J71ru' /p}? 2 ) 2./74. •
Signature: Date: s1,2 3 /i9
You must submit the completed form to the governmental body requesting bids per 875 Iowa Administrative Code
Chapter 156. This form has been approved by the Iowa Labor Commissioner.
309-6001 (09-15)
Worksheet: Authorization to Transact Business
This worksheet may be used to help complete Part A of the Resident Bidder Status form. If at least one of the following
describes your business, you are authorized to transact business in Iowa.
ErYes ❑ No
O Yes 12 -No
❑ Yes ErNo
❑-Yes 0 N
O Yes 0'No
O Yes a1Jo
My business is currently registered as a contractor with the Iowa Division of Labor.
My business is a sole proprietorship and I am an Iowa resident for Iowa income tax purposes.
My business is a general partnership or joint venture. More than 50 percent of the general
partners or joint venture parties are residents of Iowa for Iowa income tax purposes.
My business is an active corporation with the Iowa Secretary of State and has paid all fees
required by the Secretary of State, has filed its most recent biennial report, and has not filed
articles of dissolution.
My business is a corporation whose articles of incorporation are filed in a state other than Iowa,
the corporation has received a certificate of authority from the Iowa secretary of state, has filed
its most recent biennial report with the secretary of state, and has neither received a certificate of
withdrawal from the secretary of state nor had its authority revoked.
My business is a limited liability partnership which has filed a statement of qualification in this
state and the statement has not been canceled,
O Yes ErNo My business is a limited liability partnership which has filed a statement of qualification in a
state other than Iowa, has filed a statement of foreign qualification in Iowa and a statement of
cancellation has not been filed.
❑ Yes No My business is a limited partnership or limited liability limited partnership which has filed a
certificate of limited partnership in this state, and has not filed a statement of termination.
O Yes ErNo
My business is a limited partnership or a limited liability limited partnership whose certificate of
limited partnership is filed in a state other than Iowa, the limited partnership or limited liability
limited partnership has received notification from the Iowa secretary of state that the application
for certificate of authority has been approved and no notice of cancellation has been filed by the
limited partnership or the limited liability limited partnership.
O Yes ErNo My business is a limited liability company whose certificate of organization is filed in Iowa and has
not filed a statement of termination.
O Yes Er -No
My business is a limited liability company whose certificate of organization is filed in a state other
than Iowa, has received a certificate of authority to transact business in Iowa and the certificate
has not been revoked or canceled.
309-6001 (09-15)