HomeMy WebLinkAboutMidwest Concrete IncM
dwest Coiiciins 1an1
9835 Cottingham Rd.
Peosta, IA 52068-7001
Ph: (563) 845-0947
Fax: (563) 583-1007
office@midwest-concrete.net
Bid Documents
Sealed Bid for Complete Construction
Bid Bond
FY 2020 Newell St. Rise Project, Rise Project # RM-8155(765)-9D-07
Contract No. 991
City of Waterloo
May 14, 2020 at 1:00 p.m.
r
M
idwest Concrete
9835 Cottingham Rd.
Peosta, IA 52068-7001
Ph: (563) 845-0947
Fax: (563) 583-1007
office@midwest-concrete.net
i
n
Bid Documents
Sealed Bid for Complete Construction
Sealed Proposal
FY 2020 Newell St. Rise Project, Rise Project # RM-8155(765)-9D-07
Contract Nco 991
City of \Noted o
May 14, 2020 at 1:00 p.m.
•
BID BOND
KNOW ALL MEN BY THESE PRESENTS, that we,
Midwest Concrete, Inc.
as Principal, and West Bend Mutual Insurance Company
as Surety' are held and firmly bound unto the CITY OF WATERLOO , Iowa, hereinafter called
"OWNER " In the penal sum Five Percent of Amount Bid ryA• •#�
Dollars ($ s%
a .
) lawful money of thip United States, for the payment
of which sum will and truly be made, we binds ourselves, our heirs, executors, administrators, and
successors, jointly and severally, frmly by thesp presents; The ,condition of this obligation is such that
whereas the Principal has submitted the accompanying bid dated the` s. 14th day of
May ' , 20 20 for .FY 2020 1ewell Street Rise Project/Contract No. 991
NOW, THEREFORE,
(a) If said Bid shall be rejected, or in the alternate,
(h) 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
agreetnent 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 affixed and these presents to be
signed by their proper officers this 14th day of May , A.D. 20 20 .
a1/11 trka /4/1
Witness
Witness '1' If By \ i%
Principal
By
Midwest Concrete, Inc.
West Bend Mutual Insurance Company
Adam R..i, cador Attorney -in -fact
(Seal)
(Seal)
(Title)
A MUTUAL INSURANCE COMPANY
THE SILVER LINING®
Bond No.
2436371
POWER OF ATTORNEY
Know all men by these Presents, That West Bend Mutual Insurance Company, a corporation having its principal office in the City of West
Bend, Wisconsin does make, constitute and appoint:
Adam R Meador
lawful Attorney(s)-in-fact to make, execute, seal and deliver for and on its behalf as surety and as its act and deed any and all bonds,
undertakings and contracts of suretyship, provided that no bond or undertaking or contract of suretyship executed under this authority
shall exceed in amount the sum of. Ten Million Dollars ($10,000,000)
This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted
by the Board of Directors of West Bend Mutual Insurance Company at a meeting duly called and held on the 215t day of December,
1999.
Appointment of Attorney -In -Fact. The president or any vice president, or any other officer of West Bend Mutual Insurance
Company may appoint by written certificate Attorneys -In -Fact to act on behalf of the company in the execution of and attesting of
bonds and undertakings and other written obligatory instruments of like nature. The signature of any officer authorized hereby
and the corporate seal may be affixed by facsimile to any such power of attorney or to any certificate relating therefore and any
such power of attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the
company, and any such power so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon
the company in the future with respect to any bond or undertaking or other writing obligatory in nature to which it is attached.
Any such appointment may be revoked, for cause, or without cause, by any said officer at any time.
In witness whereof, the West Bend Mutual Insurance Company has caused these presents to be signed by its president undersigned
and its corporate seal to be hereto duly attested by its secretary this 22nd day of See tember, 2017.
Attest
Christopher C. Z
Secretary
State of Wisconsin
County of Washington
On the 22nd day of September, 2017, before me personally came Kevin A. Steiner, to me known being by duly sworn, did depose and
say that he resides in the County of Washington State of Wisconsin; that he is the President of West Bend Mutual Insurance Company,
the corporation described in and which executed the above instrument; that he knows the seal of the said corporation; that the seal
affixed to said instrument is such corporate seal; that is was so affixed by order of the board of directors of said corporation and that he
;
i)r�(1h -
J
gart
1/GORPORAre •'y
tSEMI.).
a.
Kevin A. Steiner
Chief Executive Officer/President
signed his name thereto by like order. h;HeNo,,
9 nOTApy'.4'
POOLIC .
TF,T WiS(jC t
Juli AInedum
Senior orporate Attorney
Notary Public, Washington Co., WI
My Commission is Permanent
The undersigned, duly elected to the office stated below, now the incumbent in West Bend Mutual Insurance Company, a Wisconsin
corporation authorized to make this certificate Do Hereby Certify that the foregoing attached Power of Attorney remains in full force
effect and has not been revoked and that the Resolution of the Board of Directors, set forth in the Power of Attorney is now in force.
Signed and sealed at West Bend, Wisconsin this 14th day of May
. Neu
'CORPORATE
SEALt Heather Dunn
Gl.°N r :IV
I Vice President - Chief Financial Officer
Notice: Any questions conceming this Power of Attorney may be directed to the Bond Manager at NSI, a division of West Bend
Mutual Insurance Company.
1900 S. 18th Ave. West Bend, WI 53095 I ph (262) 334-6430 I 1-800-236-5004 I fax (262) 338-5058 ( www.thesilverlining.com
2020 .
FORM OF BID OR PROPOSAL
FY 2020 NEWELL STREET RISE PROJECT
RISE PROJECT #RM-8155(765)--9D-07
CONTRACT NO. 991
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 of
rW 6- a Partnership consisting of the following partners:
k1 i fitVg isk CO it u tyi L - having
familiarized (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), as prepared by the City Engineer of the City of Waterloo now on file in the
office of the City Clerk, City Hall Waterloo, Iowa hereby proposes to furnish all supervision,
technical personnel labor, materials machinery, tools, appurtenances, equipment, and
services, including utility and transportation services required to construct and complete this FY
2020 NEWELL STREET RISE PROJECT, Contract No. 991, all in accordance with the above -
listed documents and for the unit prices for work in place for the following items and quantities:
Item
Code
Item
Quantity
Unit
Unit
Price
Total
Price
No.
Excava1
Class
10,
Roadway
And
8,515
CY
2102-2710070
Borrowtion,
2
2105-8425011
Topsoil,
Spread
2,150
CY
),a'b
/4,
as, oo
3
2105-8425015
Topsoil,
Strip
And
Stockpile
2,150
CY
3.09
(0, 643.5b
Subgrade
Stabilization
Material,
2113-0001100
6,260.9
SY
4
Polymer
Grid
7..•1>'1)
07623;
2S
5
2115-0100000
Modified
Subbase,
6"
Thick
1,110
CY
33.00
34430.
o0
6
2123-7450020
Shoulder
Finishing,
Earth
24.8
STA
LQ, yuo oo
z.sb.00
Standard
Or
Slip
Form
Portland
7
2301-1032090
Cement
Concrete
Pavement,
Class
C,
5,712.7
SY
24,
S giii•
o
Into
Class
2
Durability,
9
In.
8
2315-8275025
Surfacing,Stone
Driveway,
Class
A Crushed
25
TON
--Tj7},oD
30
Of
Sign
2
EACH
o0
9
2401
6745910
Removal
��o,o0
loc9
10
2416-0100018
Aprons,
Concrete,
18
In.
Dia
1
EACH
2O00.00
7/080 to
Apron,
Low Clearance
Concrete,
11
2416-0102230
2
EACH
Equivalent
Diameter
30
In.
2iS b.00
4,3o0-0t
Culvert,
Low
Clearance
Concrete
Equivalent
Diameter
70
LF
12
2416-1190230
Entrance
Pipe,
30
In.
190.00
%
goo .DD
Manhole,
Storm
Sewer, SW-401,
48
13
2435-0140148
In.
1
EACH
3Loo•oo
312_0o.00
14
2435
0254100
Intake,
SW-541
3
EACH
4 yoo.00
i ill Vey • b0
15
2435-0254200
Intake
Extension
Unit,
SW-542
4
EACH
4S00•00
/kpoo.00
16
2435-0254500
Intake,
SW-545,
LO = 12'
1
EACH
4500.00
tit Sbo-co
FORM OF BID
1 of
CONTRACT NO. 991
Page
17
2435
0600020
Manhole
Adjustment,
Major
1
EACH
/coo.00
wbf9, op
Subdrain,
Longitudinal,
(Shoulder)
6
18
2502-8212036
2 117
LF
gas-
In.
Dia.
owls'
19
2502-8221006
Subdrain
Riser,
6
In., As
Per
Plan
4
10o0•00
EACH
/2
bop
oo
20
2502-8221303
Subdrain
Outlet,
DR-303
6
EACH
(b5b.o0
(o3o0•oO
Storm
Sewer
Gravity
Main
Trenched,
21
2503-0114215
Reinforced
Concrete
Pipe
(RCP),
452
LF
2000D
(Class
III),15
In
31•5t)
Nat
22
2503-0114218
Storm
Reinforced
Sewer
Concrete
Gravity
Main
Pipe
Trenched,
2000D
(Class
III),18
In
(RCP),
230
LF
3?"‘ co
intiD,to
23
2503-0200036
Remove
Storm
Sewer
Pipe
Less
Than
155
LF
Or
Equal
To 36
In.
/0•60
1SS0.•oo
24
2507-6800061
Revetment,
Class
E
47.2
TON
VS(oo
2/2.4.00
25
2510-6745850
Removal
Of
Pavement
3,311
SY
6.7o
2.2 f1P3,'to
26
2518-6910000
Safety
Closure
2
EACH
r
n 3. oo
Z 04.00
27
2527-9263109
Painted
Pavement
Marking,
13.95
STA
Waterborne
Or
Solvent
n2g
0 2-9.61
-Based
/
Pre-cut
Symbol
and
Legend,
Preform
28
2527-9263155
Thermoplastic
3
EACH
co.70
15 (4,t
0
29
2528-8445110
Traffic
Control
1
LS
L31A.00
230,00
30
2533-4980005
Mobilization
1
LS
9goo/co
95000.00
Water
Ma'n,
Trenched,
Ductile
Iron
31
2554-0112016
Pipe
(DIP),
16
In.
568
LF
/ 20•
00
4 ivleo•
op
32
2554-0210201
Fire
Hydrant
Assembly
1
EACH
53t cD
�3 n 0 •oo
33
2599-9999005
Removal
Of
Fire
Hydrant
Assembly
1
EACH
/o®®.co
oce• 00
/
34
2599-9999005
Install
16
In.
Gate
Valve
(DIP)
3
EACH
F/po.ao
2atleo.00
35
2599-9999005
Remove
And
Reinstall
Fence
Gate
1
EACH
j000.00
/voo.o0
36
2599-9999009
Removal
Of
Watermain
oO
500
LF
8.
(ovo.
bO
37
2601-2640350
Special
cial
Ditch
Control,
Wood
Excelsior
112
SQ
1sAt
S
104,5;
38
2601-2634150
Mulching,
Wood
Cellulose
Fiber
2.13
ACRE
/ 1602, •ib
7
gn . 33
39
2601-2636043
Seeding
And
Fertilizing
(Rural)
1.46
ACRE
t 313,
2S
L 919-,
33-
40
2601-2636044
Seeding
And
Fertilizing
(Urban)
0
67
ACRE
1 15?
00
1 311
,/g
41
2602-0000020
Silt
Fence
1
933
LF
140
3V79, yo
42
2602-0000030
Silt
Fence
For
Ditch
Checks
199
LF
cm
loft/
MO
Removal
Of
Silt
Fence
Or Silt
Fence
43
2602-0000071
2,132
LF
For
Ditch
Checks
in
769;CZ
Maintenance
Of
Silt
Fence Or Silt
44
2602-0000101
2 132
LF
Fence
For
Ditch
Check
, 26
32.
Se -St •
Stabilized
Construction
Entrance,
EC-
45
2602-0000150
303
100
LF
o
1 e• 0
/ $o 0$00
46
2602-0000500
Open
-Throat
Curb
Intake
Sediment
46
LF
Filter,
EC-602
L 3 e41
411* a
Maintenance
Of
Open
-Throat
Curb
47
2602-0000510
4
EACH
/vnto0
Intake
Sediment
Filter
ZS,}S
Removal
Of
Open
Curb
Intake
-Throat
48
2602-0000520
4
EACH
Sediment
Filter
5'1,s0
toy„
00
49
2602-0010010
Mobilizations,
Erosion Control
4
EACH
sr00•6b
Zboo, 00
TOTAL BID 7 1, 140 13,
FORM OF BID
2 of 4
CONTRACT NO. 991
Page
2. It is understood that the quantities set forth are approximate only and subject to variation and
that the unit bid price for the work done shall govern in the actual payment to Contractor.
3. In submitting this bid, the bidder understands that the right is reserved by the City of Waterloo,
Iowa, to reject any or all bids. If written notice of the acceptance of this bid is mailed,
telegraphed, or delivered to the undersigned within thirty (30) days after the opening thereof, or
at any time thereafter
before this bid is withdrawn, the undersigned agrees to execute and deliver an agreement in the
prescribed form and furnish the required bond and certificate of the insurance within ten (10)
days after the agreement is presented to him for signature, and start work within ten (10) days
after "Notice to Proceed" is issued.
4. Security in the
if cc, 0-\ vvvHA #* ' ,j Dollars ($ j irch
) in the form of VA n�;£
with the INSTRUCTIONS TO BIDDFRS.
5. Attached hereto is a NonCollusion Affidavit of Prime Contractor.
sum of
, is submitted herewith in accordance
6. 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 FOC, 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. IUJ ( Date
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 RESUEST
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.
FORM OF BID CONTRACT NO. 991 Page
3 of
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
Ivk
h
evvcieft
(Name of Bidder) (Da e)
BY• Title Pf'QSI*A.A-4-
Official Address: (Including Zip Code):
I.R.S. No. 3� `" 2t7 2141
FORM OF BID CONTRACT NO. 991 Page
4 of 4
NON -COLLUSION AFFIDAVIT OF PRIME BIDDER
State of \ V`f )
County of D lip 9&J " \AA, )
i� In �0 wk€s , being first duly swom, deposes and says that:
1. He is (Owner, Partner, Officer, Representative, or Agent) of 0 VT(V\ e.
t ,&v4 LW (at tkv}cthe Bidder 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 mariner, 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)
PUS at vcir
Title
1 LA .. .t,n day of
(NA Cun ,20LQ
Subscribed and sworn to before me this
)ss
My commission expires CA ", (p_a
•
Nov
Title
AMANDA M. WESSELS
Notarial Seal— State of Iowa
" Commission Number 712724
/ow & My Ca,xnission Expires [v Y,y
NON -COLLUSION AFFIDAVIT OF SUBCONTRACTOR
State of )
County of )
being first duly sworn, deposes and says
) ss:
that:
1. He is (Owner, Partner, Officer, Representative, or Agent) , of
hereinafter referred to as the "Subcontractor;"
2. He is fully informed respecting the preparation and contents of the subcontractor's
proposal submitted by the subcontractor to
, contract pertaining to the
project in
•
,
(City or County and State)
3. Such subcontractor's proposal is genuine and is not a collusive or sham proposal;
4. Neither the subcontractor 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 proposal in connection with such contract or to
refrain from submitting a proposal in connection with such contract, or has in any manner,
directly or indirectly, sought by unlawful agreement or connivance with any other bidder,
firm or person to fix the price or prices in said subcontractor's proposal, or to fix any
overhead, profit or cost element of the price of prices in said subcontractors proposal, or
to secure through 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 subcontractor's proposal 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)
Subscribed and sworn to before me this
20_
Title
day of
Title
My commission expires
EQUAL OPPORTUNITY CLAUSE
(As provided in Executive Order No. 11246)
All contractors, subcontractors, vendors and suppliers of goods and services
doing business with the City and value of said business equals or exceeds ten
thousand dollars ($10 000.00) annually agree as follows:
1. The contractors, subcontractor, vendor and supplier of goods and services
will not discriminate against any employee or applicant for employment
because of race, color, creed, sex, national origin, economic status, age,
mental or physical handicap, political opinions or affiliations. The
contractor, subcontractor, vendor and supplier will develop an Affirmative
Action program to ensure that applicants are employed and that
employees are treated during employment without regard to their race
creed, color, sex national origin, religion, economic status, age, mental or
physical disability political opinions or affiliations. Such actions shall
include but not be limited to the following:
a. Employment
b. Upgrading
c. Demotion or Transfer
d. Recruitment and Advertising
e. Layoff or Termination
f Rates of Pay or Other Forms of Compensation
g. Selection for Training Including Apprenticeship
2. The contractor, subcontractor vendor and supplier of goods and services
will, in all solicitations or advertisements for employees state that all
qualified applicants will receive consideration for employment without
regard to race, creed, color, sex, national origin, religion economic status
age, mental or physical disabilities, political opinion or affiliations
3. The contractor, subcontractor, vendor and supplier or his/her collective
bargaining representative will send to each labor union or representative
of workers which he/she has a collective bargaining agreement or other
contract or understanding a notice advising said labor union or workers'
representative of the contractor's commitment under this section.
4. The contractor, subcontractor vendor and supplier of goods and services
will comply with all published rules, regulations, directives, and order of
the City of Waterloo Affirmative Action Program Contract Compliance
Provisions.
EQUAL OPPORTUNITY CLAUSE PAGE 1 OF 2 PAGES
5. The contractor, subcontractor, vendor and supplier of goods and services
will furnish and file compliance reports within such time and upon such
forms as provided by the Affirmative Action Officer. Said forms will elicit
information as to the policies, procedures, patterns, and practices of each
subcontractor as well as the contractor himself/herself and said contractor,
subcontractor, vendor and supplier will permit access to his/her
employment books, records and accounts to the City's Affirmative Action
Officer, for the purpose of investigation to ascertain compliance with this
contract and with rules and regulations of the City's Affirmative Action
Program Contract Compliance Provisions relative to Resolution No
24664
6. In the event of the contractor's non-compliance with the non-discrimination
clauses of this contract or with any of such rules, regulations and orders,
this contract may be canceled, terminated or suspended in whole or in
part and the contractor may be declared ineligible for further contracts in
accordance with procedures authorized by the City Council.
7. The contractor, subcontractor, vendor and supplier of goods and services
will include, or incorporate by reference, the provisions of the non-
discrimination clause in every contract, subcontract or purchase order
unless exempted by the rules, regulations or orders of the City's
Affirmative Action Program, and will provide in every subcontract, or
purchase order that said provisions will be binding upon each contractor,
subcontractor, or supplier.
We the undersigned, recognize that we are morally and legally committed
to non-discrimination in employment. Any person who applies for
employment with our company will not be discriminated against because
of race, creed, color, sex national origin, economic status, age, mental or
physical disabilities.
(Signed)
(Appropriate Official)
(Title)
fcr tutias
(Date)
EQUAL OPPORTUNITY CLAUSE PAGE 2 OF 2 PAGES
TITLE VI CIVIL RIGHTS
During the performance of this contract, the contractor (for itself), its assignees, and
successors in interest (hereinafter referred to as the "contractor") agrees as follows:
1. Compliance with Regulations: The contractor shall comply with the Regulations
relative to non-discrimination in Federally assisted programs of the DOT Title 49,
Code of Federal Regulations, Part 21, as they may be amended from time to
time, (hereinafter referred to as the Regulations), which are herein incorporated
by reference and made a part of this contract
2. Nondiscrimination: The contractor, with regard to the work performed by it during
the contract shall not discriminate on the grounds of race color, national origin,
sex, age, or disability in the selection and retention of subcontractors, including
procurement of materials and leases of equipment. The contractor shall not
participate either directly or indirectly in the discrimination prohibited by section
21 5 of the Regulations, including employment practices when the contract
covers a program set forth in Appendix B of the Regulations.
3. Solicitations for Subcontracts, Including Procurement of Materials and
Equipment: In all solicitations either by competitive bidding or negotiation made
by the contractor for work to be performed under a subcontract, including
procurement of materials or leases of equipment, each potential subcontractor or
supplier shall be notified by the contractor of the contractor s obligations under
this contract and the Regulations relative to non-discrimination on the grounds of
race, color, national origin sex, age, or disability.
4. Information and Reports: The contractor shall provide all information and reports
required by the Regulations or directives issued pursuant there to, and shall
allow access to its books, records, accounts, other sources of information, and its
facilities as may be determined by the Contracting Authority, the Iowa DOT, or
FHWA to be pertinent to ascertain compliance with such Regulations, orders and
instructions. Where any information required of a contractor is in the exclusive
possession of another who fails or refuses to furnish this information the
contractor shall so certify to the Contracting Authority, the Iowa DOT, or the
FHWA as appropriate, and shall set forth what efforts it has made to obtain the
information.
5. Sanctions for Noncompliance: In the event of the contractor's noncompliance
with the nondiscrimination provisions of this contract, the Contracting Authority,
the Iowa DOT, or the FHWA shall impose such contract sanctions as they may
determine to be appropriate, including, but not limited to:
a. Withholding of payments to the contractor under the contract until the
contractor complies, and/or
b. Cancellation, termination, or suspension of the contract, in whole or in
part.
6. Incorporation of Provisions: The contractor shall include the provisions of
paragraphs (1) through (6) in every subcontract including procurement of
materials and leases of equipment, unless exempt by the Regulations, or
directives issued pursuant thereto. The contractor shall take such action with
respect to any subcontract or procurement as the Contracting Authority the Iowa
DOT or the FHWA may direct as a means of enforcing such provisions including
sanctions for non-compliance Provided, however that, in the event of a
contractor becomes involved in or it threatened with, litigation with a
subcontractor or supplier as a result of such direction, the contractor may request
the Contracting Authority or the Iowa DOT to enter into such litigation to protect
the interests of the Contracting Authority or the Iowa DOT, and in addition, the
contractor may request the United States to enter into such litigation to protect
the interest of the United States.
3idder
Status
Form
To
be completed
by all
bidders
Part
A
Please
answer "Yes" or "No"
for each
of
the
following:
Yes
❑
No
My
company
is authorized
to
transact
business in
Iowa.
help
determine
if
is
the the
(To
you
your
company
authorized,
please review
worksheet on next
page).
[Yes
0
No
My
company
has an
office
to
transact
business in
Iowa.
[71
Yes
❑
No
My
in
Iowa
is
for
than
telephone
company's
office
suitable
more
receiving
mail,
calls,
and
e-mail
'Yes
My
has
been
business
in
Iowa
for
least
3
to
the
first
for
0
No
company
conducting
at
years
prior
request
bids
on
this
project.
My
is
business
is
of
Yes
❑
No
company
not
a
subsidiary
of
another
entity
or my company
a subsidiary
another
T11TTT���
business
entity
that
"Yes'
would
qualify
as
a
resident
bidder
in
Iowa.
If
for
bidder.
Please
you
answered
each
question
above,
your
company
qualifies
as a resident
complete
Parts
B
'No"
and
D of
this
form.
If answered
to
is nonresident
bidder.
Please
you
one
or more questions
above,
your
company
a
complete
Parts
C and
D
of
this
form.
To
be completed
by
resident
bidders
Part B
My
Dates:
company
C
has maintained
/ 1.5
/
11
offices
in
to
(i
Iowa
toynead-
during
the
past
/
3 years
Address:
at
the
following
D5
addresses:
1,6A-V1n
VIOL +,^ VA
City,
State,
Zip*
ftes
- k. t
(;&
dr c
Dates:
L
Lk
l
/ 1 /
112
to c /
6 / 1
i Address*
1.4VLefil
N
A V a v Y e C
City,
State,
Zip*
f to S% 1 A G 9
Dates:
/ /
to /
/
Address:
You
may
attach
additional
sheet(s)
if needed.
City,
State,
Zip*
To
be completed
by
non-resident
bidders
Part C
1.
Name
home
foreign
to
the
Iowa Secretary
State:
of
state
or
country
reported
of
2.
Does
home
foreign
to
bidders,
labor
company's
state
or
country
offer
resident
resident
your
preferences
Yes
❑
No
force
preferences
or any other
type
of
preference
to
bidders
or
laborers?
"Yes'
3.
If
to
2, identify
by
home
foreign
and
the
you
appropriate
answered
legal
citation
question
each
preference
offered
your company's
state
or
country
You may
attach
additional
sheet(s)
if
needed.
To
be completed
by all
bidders
Part D
I
that
the
this
document
true
to
the
best
knowledge
I
know
that
certify
statements
made
on
are
and
complete
of
my
and
my
failure
to
provide
accurate
and
truthful
information
may
be a reason
to
reject
my
bid.
Al
eSiC
QO'Vl
hill
Firm
Name.
CY 2kC',
Signature:
��
r
L31A
Date:
c' VA" 7/CS
You must
submit
the
Chapter
completed
156.
form
This
form
to
the
governmental
has
been approved
309-6001
(09
body
15)
by
requesting
the
Iowa
Labor
bids
per 875
Commissioner.
Iowa Administrative
Code
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.
Ves
T1'es
[59Yes
0Yes
■
•
Yes
Yes
•
No My business is currently registered as a contractor with the Iowa Division of Labor.
No My business is a sole proprietorship and I am an Iowa resident for Iowa income tax purposes.
No 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.
No 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.
Yes No
❑ Yes No
Yes No
❑ Yes 171
No
■
Yes
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.
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.
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.
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.
My business is a limited liability company whose certificate of organization is filed in Iowa and has
not filed a statement of termination.
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)
Prime Contractor Name.
MBE/WBE BUSINESS ENTERPRISE
PRE -BID CONTACT INFORMATION FORM
,U„ VI C� � C�1 KL, Project: WZO Ntwc-C I S+ . �a sv {coos- Letting Date: On I )03
NO MBE/WBE SUBCONTRACTORS: If ou ar- NOT using any MBE/WBE subcontractors to complete this project, sign below. Attach a brief
explanation as to why sub
portion of this form.
Contractor Signature:
easible with this project If any MBE/WBE subcontractors will be used, please use the bottom
Title: 09\ex,,is )1c Date: 7A 4i2 c7
V
SUBCONTRACTORS PPLICABLE: 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
Quotes
Received Quotation
used in
bid
Yes/No
Dates
Contacted
Yes/No
MBE/WBE
Dates
Contacted
Dollar
Amount Proposed
be Subcontracted
to
Subcontractors
(Form CCO-4) Rev. 06-20-02
County '% CAC— V `C" \AI t
City A ok_k t (U.n
Form 730007WP 7-97
Contractor 0-A I We Si'
0 ill C (e F, ` n L
Project/ GICI TARGETED SMALL BUSINESS (TSB)
PRE -BID CONTACT INFORMATION
(To Be Completed By All Bidders Per The Current Contract Provision)
Page#
In order for your bid to be considered responsive, you are required to provide information on this form showing your Targeted Small Business contacts made with your bid submission. This information is subject to
verification and confirmation.
In the event it is determined that the Targeted Small Business goals are not met, then before awarding the contract, the Contracting Authority will make a determination as to whet her or not the apparent successful low
bidder made good faith efforts to meet the goals.
NOTE: Every effort shall be made to solicit quotes or bids on as many subcontractable items as necessary to achieve the established goals. If a TSB's quote is used in the bid, it is assumed that the firm listed will be used
as a subcontractor.
TABLE OF INFORMATION SHOWING BIDDERS PRE -BID
TARGETED SMALL B
SUBCONTRACTOR
TSB
DATES
QUOTES
RECEIVED
QUOTATION
USED
IN
BID
YES/
Mr)
DATES
r nNTArTFn
YES/
Mel
DOLLAR AMT. PROPOSED
Trl RP RI IRr'nNTRACTFrI
CONTACTED
TUC.
/U
oft-
_. t
yes
5:76/20
VS
`1.es
A-,
i-311.4te(09
54
3/1 o
Total dollar amount proposed to be subcontracted to TSB on this project $ , (7 `fig List
items by name to be subcontracted:
We are a concrete paving company, none of the subs would be able to do the work with as high of a
quality at a lower price than our own. None of the other people on the list would be applicable on the
list for this project.