HomeMy WebLinkAboutMidwest Concrete, Inc.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 2021 Commercial St., Katoski Dr., and
Hawkeye Rd. RT Turn Lane Reconstruction Program
Contract No: 1024
City of Waterloo i.E..
March 4,2021 @1:00p«-
CLERKS O —F P—
MAR s^t y ..I
; t—&R q 20 1 P H 12: 56:45
M
idwest Concrete Inc.
9835 Cottingham Rd.
Peosta, IA 52068-7001
Ph: (563) 845-0947
Fax: (563) 583-1007
oifice@midwest-concrete.net
Bid Documents
Sealed Bid for Complete Construction
Sealed Proposal
•
FY 2021 Commercial St., Katoski Dr., and
Hawkeye Rd. RT Turn Lane Reconstruction Program
Contract No: 1024
City of Waterloo
March 4, 2021 @ 1:00 p.m.
s.
Y OF AIRTERI n
{ i ] p
ar � i' a �i � ERKS
i w
FORM OF BID OR PROPOSAL
FY 2021 COMMERCIAL ST., KATOSKI DR., AND HAWKEYIJ RD.
RT TURN LANE RECONSTRUC ION PROGRAM
CONTRACT NO. 1024
Honorable Mayor and City Council
Waterloo, Iowa
Gentlemen:
1.
GITi Y OF WATERLOO, IOWA
The undersigned, being a Corporation existing under the laws of the State of
t v V\( .. a Partnership consisting of the following partners:
, 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 2021 COMMERCIAL ST., KATOSKI DR., AND HAWKEYE RD. RT TURN LANE RECONSTRUCTION
PROGRAM, Contract No. 1024, all in accordance with the above -listed documents and for the unit prices
for work in place for the following items and quantities:
FY 2021 COMMERCIAL ST., KATOSKI DR., AND HAWKEYE RD.
RT TURN LANE RECONSTRUCTION PROGRAM
CONTRACT NO. 1024
BID
ITEM
1
2
3
4
5
SUDAS
SPECIFICATION
* SEE
S UPPLEMENTAL
S P = SPCL PROV
2010-108-D *
2010-108-E-0 *
2010-108-G *
2010-108-H *
2010-108-1 *
IDOT 2121
7
8
9
10
4020-108-A-1 *
4020-108-A-1 *
4020-108-A-1 *
4020-108-D-0 *
DIVISION I - STREET RECONSTRUCTION
DESCRIPTION
DIVISION 2 - EARTHWORK
TOPSOIL, 4 INCHES, ON OR OFF SITE
EXCAVATION, CLASS 10
S UBGRADE PREPARATION
S UBGRADE TREATMENT, WOVEN GEOTEXTILE
S UBBASE, MODIFIED
GRANULAR SHOULDER, TYPE B
SUBTOTAL EARTHWORK
DIVISION 4 - SEWERS AND DRAINS - STORM
STORM SEWER, TRENCHED, RCP 2000D, 15
INCH
STORM SEWER, TRENCHED, RCP 2000D, 12
INCH
STORM SEWER,FLARED END SECTION, RCP,
2000D, 15 INCH
REMOVAL OF STORM SEWER, RCP, LESS
THAN OR EQUAL TO 36 INCH
UNIT
SY
CY
SY
SY
CY
TON
EST QTY
5,516.0
15,086.0
1,500.0
6,500.30
2,621.00
UNIT BID
PRICE
$
TOTAL BID
PRICE
$ �ght List
LF
LF
EACH
LF
110.0 $ gib IV
150.0
3.0
211.0
$ 311r0
$
J
$ qQIRt17.`(
$ itei
vitio tip
(C3Oict
MID
SUDAS
SPECIFICATION
*
SEE
DIVISION
I STREET
RECONSTRUCTION
o
BID
SUPPLEMENTAL
(CONTINUED)
UNIT
BID
TOTAL
BID
ITEM
SP
SPCL
PROV
DESCRIPTION
UNIT
EST
QTY
PRICE
PRICE
DIVISION
4
SEWERS
AND
DRAINS
STORM
e
o
(CONTINUED)
11
4040-108-A-0
i
(
SUBDRAIN,
TYPE
SP,
6
INCH
LF
1,735.0
$ -I 5
$ j
t
,O;
12
4040-108-A-0
';
.iM)Si
74
SUBDRAIN,
TYPE
SP,
4
INCH
LF
9,834.0
$
$
SUBDRAIN
OUTLETS
AND
CONNECTIONS,
s_
13
4040-108-D-0
2)
3C1,
2 6Z
)
CMP,
6
INCH
EACH
68.0
$
e
$
DIVISION
6
o
STRUCTURES
FOR
STORM
SEWERS
14
6010-108-A-0
*
MANHOLE,
SW-401,
48"
EACH
1.0
$ ;LQ'
$ ;2
o 9
3 •}-
-$
15
6010-108-A-0
MANHOLE,
SW-406,
SHALLOW
RECTANGULAR
EACH
2.0
$ 36) /v, p
$ 1-2zts 03
16
6010-108-B-0
h
(Wrist
INTAKE,
SW-501,
SINGLE
GRATE
EACH
6.0
$ 23
$ i
INTAKE,
SW-507,
SINGLE
OPEN
THROAT,
CURB
17
6010-108-B-0
Z44
9132,
39
INTAKE,
SMALL
BOX
EACH
2.0
$ (IC
C
$
INTAKE,
SW-509,
DOUBLE
OPEN
THROAT,
18
6010-108-B-0
ligtadS
MU',
CURB
INTAKE,
SMALL
BOX
EACH
1.0
$
$
CONNECTION
TO
EXISTING
INTAKE,
DRAIN
19
6010-108-H-0
4r>C
1(33
TILE
EACH
2.0
$
$
20
6010-108-B-0
at,
REMOVE
MANHOLE
OR
INTAKE,
STORM
EACH
12.0
$
$
yeq.vz
INTAKE
SW-545,
REMOVE
AND
REPLACE
21
SP
#6
f %
Li 4it4, W
SPECIAL
SHAPING
AND
TOP
EACH
1.0
$
it
$ i
INTAKE,
SW-545,
SINGLE
OPEN
THROAT
WITH
22
6010-108-B-0
EXTENDED
OPENING
EACH
1.0
$f
ma
$ Wi-'t
.S
INTAKE,
SW-501,
REMOVE
AND
REPLACE
23
6010-108-E
*
SaliSler
BOXOUT
EACH
2.0
$ 25115-r
$
MINOR
ADJUSTMENT,
MANHOLE
W/
SW-601
24
6010-108-E
*
TYPE
A
CASTING
&
CITY
OF
WATERLOO
EACH
2.0
�-
c:'
0289.
t
COVER
$
MINOR
ADJUSTMENT,
MANHOLE
W/
SW-602
*
25
6010-108-E
TYPE
E
CASTING
&
CITY
OF
WATERLOO
EACH
2.0
��)
Sv
COVER
$ r.
$ Z.6
FURNISH
AND
INSTALL
SW-603
TYPE
R
26
SP
#3
!T40'st
CASTING
EACH
2.0
$etiCisti$
SUBTOTAL
STORM
SEWER
$
DIVISION
5
-
WATER
MAINS
AND
APPURTENANCES
CONVERT
WATER
VALVE
MANHOLE
TO
27
SP
#
4
1 c9ZIA
1o5-0xlt[
ROADBOX
EACH
1.0
$
$
28
SP
#
2
WATER
SERVICE
KILL
EACH
25.0
$
/0
£O&S
$ tie
(41,
SUBTOTAL
WATER
APPURTENANCES
$
DIVISION
7
e
STREETS
AND
RELATED
WORK
PCC
PAVEMENT
29
7010-108-A-0
try--
PAVEMENT,
PCC,
8
INCH,
C-4
W/
CLASS
3
AGG
SY
12,761.0
$
$ ontos1'
30
7010-108-A-0
3
PAVEMENT,
PCC,
9
INCH,
C-4
W/
CLASS
3
AGG
SY
5,432.0
$ 4
$ Igt 74910
PAVEMENT,
PCC,
10
INCH,
C-4
W/
CLASS
3
31
7010-108-A-0
AGG
SY
920.0
$ ii0
$ cave
CONCRETE
MEDIAN,
6
INCH,
C-4
W/
CLASS
3
32
7010-108-G
AGG
SY
286.5
$
$ 13YeS;(e)
33
7010-108-1-0
act,
PCC
PAVEMENT
SAMPLES
AND
TESTING
LS
1.0
$
$
34
7010-3.04
COLD
WEATHER
CONCRETE
PROTECTION
SY
2,000.0
$
$
*
35
7010-3.02,
J
LINSEED
OIL
TREATMENT
SY
7,000.0
$
$ 000
SUDAS
SPECIFICATION
*SEE
DIVISION
I STREET
RECONSTRUCTION
-
BID
SUPPLEMENTAL
(CONTINUED)
UNIT
BID
TOTAL
BID
ITEM
SP
o SPCL
PROV
DESCRIPTION
UNIT
EST
QTY
PRICE
PRICE
SIDEWALKS,
SHARED
USE
PATHS
AND
DRIVEWAYS
-1(2I
36
7030-108-A-0
REMOVAL
OF
SIDEWALK
SY
459.6
$ i
t: • `-
$
3y
7e
37
7030-108-A-0
REMOVAL
OF
DRIVEWAY
SY
235.7
$
&(5
$ k( i
ic
480.2
$
We
$a)s- 21
38
7030-108-E-0
SIDEWALK,
PCC
C-4,
6
INCH,
C-4
SY
330
,
39
7030-108-G-0
DETECTABLE
WARNING
SURFACE
SF
70.0
$
ta
$ Ket
,
IVA
)
202.3
$ kat
$
40
7030-108-H-1
DRIVEWAY,
PAVED,
PCC,
6
INCH,
C-4
SY
YalAtyr‘
Lies< cLi
41
7030-108-H-1
PCC,
8
INCH,
C-4
SY
38.8
$
57
$
DRIVEWAY,
PAVED,
,
PAVEMENT
REHABILITATION
*
SY
20,700.0
$
C• I-3
$ 04616,
42
7040-108-H-0
PAVEMENT
REMOVAL,
CONCRETE
SUBTOTAL
STREETS
AND
RELATED
WORK
$
DIVISION
8
PAVEMENT
MARKINGS
AND
e
TRAFFIC
CONTROL
PAVEMENT
MARKINGS
PAINTED
PAVEMENT
MARKINGS,
43
8020-108-B-0/SP#10
.��
��
STA
206.61
$
$ Wti}--
SOLVENT/WATERBOURNE
Litt
$
44
8020-108-H-0/SP#10
PRECUT
SYMBOLS
AND
LEGENDS
EACH
21.0
$
71
,054q, tt`
,Styc
45
8020-108-K-0
PAINTED
PAVEMENT
MARKINGS,
REMOVED
STA
12.0
$ 1 ZL',
7:5-
$ ►tare,F'S
TEMPORARY
TRAFFIC
CONTROL
46
8030-108-A-0
TEMPORARY
TRAFFIC
CONTROL
LS
1.0
$ `ig
ete
$ t9 )
AND
TRAFFIC
CONTROL
$
SUBTOTAL
PAVEMENT
MARKINGS
DIVISION
9
-
SITE
WORK
AND
LANDSCAPING
SEEDING
SEEDING,
FERTILIZING
HYDRAULIC
SEEDING,
47
9010-108-B-0
SY
140.0
$to
l-
$
clocen)
AND
MULCHING
48
9010-108-E-0
*
WARRANTY
SY
100.0
$ 't'%9
$ (10-
EROSION
AND
SEDIMENT
CONTROL
*/
9040-108-T-1
INLET
PROTECTION
DEVICE,
INTERMEDIATE
49
2 �
,�~
qb
$ coe
$a
SP#13
AND
DROP
IN
EACH
11.0
$ 7
7
50
9040-108-T-2
23
*/SP#13
$ Zia%
INLET
PROTECTION
DEVICE,
MAINTENANCE
EACH
11.0
$
$
SUBTOTAL
SITE
WORK
AND
LANDSCAPING
DIVISION
11
e
MISCELLANEOUS
CONSTRUCTION
SURVEY
51
11010-108-A
CONSTRUCTION
SURVEY
(DIVISIONS
I
AND
II)
LS
1.00
$ 140
$ igocc
0
LS
1.00
$
$
C
52
11,050-108-A-0
CONCRETE
WASHOUT
cQ00
EACH
4.0
$ S!C
$
515
53
PLAN
SHEET
2.09
REMOVE
AND
REINSTALL
TREE
GRATES
SUBTOTAL
MISCELLANEOUS
$
TO
AL
DIVISION
I $ /fiv381
35 gGC
SUDAS
SPECIFICATION
*
SEE
UNIT
BID
TOTAL
BID
BID
SUPPLEMENTAL
DIVISION
II
COMMERCIAL
STREETSCAPE
—
ITEM
SP
o SPCL
PROV
DESCRIPTION
UNIT
EST
QTY
PRICE
PRICE
GRUBBING
SUDAS
2010-108-A-0
CLEARING
AND
1
UN
7.8
$ nZ,
$>
SUDAS
2010-108-D-0
OFFSITE
TOPSOIL
�!'
2
CY
28.0
$
$
SUDAS
SPECIFICATION
*SEE
DIVISION
II
COMMERCIAL
STREET
SCAPE
-
BID
SUPPLEMENTAL
(CONTINUED)
UNIT
BID
TOTAL
BIC
ITEM
SP
= SPCL
PROV
UNIT
EST
PRICE
PRICE
DESCRIPTION
QTY
SUDAS
2010-108-E-0
EXCAVATION,
CLASS
10,
WASTE
cisttzto
Q
3
CY
300.0
$
$ 1/
.i
SUUA:•
JU
I
U
U8
1-Li
SUBBASE,
I`MIODIFIEU4
I 4 6qaq
C1'
199.3ncg
$
SUDAS
7030-108-A-0
REMOVAL
OF
PAVEMENT
604
g
5
SY
37.9
$ na3
$16
SUDAS
7030-108-A-0
REMOVAL
OF
SIDEWALK
fir Co
I 5-(6.1 I
6
SY
1,003.3
$ /
$
SUDAS
7030-108-A-0
REMOVAL
OF
DRIVEWAY
ZUi
7
SY
157.9
$
$
e_
SUDAS
7030-108-E-0
SIDEWALK,
PCC,
6
IN.34,'
t
8SY
857.6
$ t
$ j cTS ,
2
SUDAS
7030-108-E-0
SIDEWALK9,
FCC,
8
IN.
7(e ` 21
/z 72:SI
SY
16.7
$
$
SUDAS
7030-108-E-0
SIDEVVALK,
COLORED
PCC,
6
IN.
t
M
10
SY
742.2
$ a rgd
$
SUDAS
7030-108-G-0
DETECTABLE
WARNINGS,
CAST
IRON
11
SF
-
$
$
SUDAS
7030-108-H-0
PAVED
DRIVEWAY,
PCC,
6
IN.
(tit Vi
Sas-
12
SY
40.8
$
$ 20 (}1
SUDAS
7030-108-H-0
PAVED
DRIVEWAY,
PCC,
8
IN.
13
SY
1
`19.2
$ s $ ?
$ 3t7
(24
PLAN
POROUS
PAVE
14
SF
850.0
$
049
$ in'
SUDAS
7040-108-A-0
FULL
DEPTH
PATCH
chic
15
SY
37.9
$O
$
SUDAS
8020-108-B-0
PAINTED
PAVEMENT
MARKINGS
30;4‘if
16
STA
5.0
$ l-
$
SUDAS
8020-108-B-0
PAVEMENT
MARKINGS
REMOVED
17
STA
1.5
$
Ai
5t'
$ 14c5
IA -DOT
2523-
"L4j
LIGHTING
POLES,
TYPE
1,
STREET
LIGHT
n
WitY0
18
0000100
EACH
10.0
$
Y-O'6t
$
IA -DOT
2523-
LIGHTING
POLES,
TYPE
2,
PED
LIGHTa
Milo
19
0000100
EACH
20.0
$Btsie ,
$
PLAN
REMOVAL
OF
LIGHT
POLE
FOOTINGS
20
EACH
12.0
$
4(8 civ
$
cta
IA -DOT
2523-
ELECTRICAL
CIRCUITS
5151
21
0000200
LF
2,083.0
$/JXO$
15
IA -DOT
2523-
HANDHOLES
AND
JUNCTION
BOXES
Lice°
22
0000310
EACH
4.0
$ j (5D
$
PLAN
ELECTRICAL
MODIFICATIONS
co
23
LS
1.0
bcri-
It
$ I
$
PLANTS
WITH
WARRANTY,
TYPE
1,
SKYLINE
SUDAS
9030-108-B-0
71141/4
24
HONEYLOCUST
EACH
4.0
$Cp
�Y>�f
$
PLANTS
WITH
WARRANTY,
TYPE
2, SKYLINE
SUDAS
9030-108-B-0
2$23I%
HONEYLOCUST
Of
25
EACH
4.0
$
$
PLANTS
WITH
WARRANTY,
TYPE
3, SKYLINE
SUDAS
9030-108-B-0
`6
7.-this7-31°
26
HONEYLOCUST
EACH
4.0
4
PLANTS
WITH
WARRANTY,
TYPE
1,
COMMON
SUDAS
9030
108-B-0
Stinieg
27
HACKBERRY
EACH
12.0
$ 7tAtO
$
0
PLANTS
WITH
WARRANTY,
TYPE
3, AUTUMN
SUDAS
9030-'i
08-B-Q
)Otht(
ob
28
BLAZE
MAPLE
EACH
5.0
$
$
PLAN
REMOVE
AND
REINSTALL
TREE
GRATE
29
EACH
-
3C-17
PLAN
INSTALL
NEW
TREE
GRATE
1I
CO30
C
EACH
4.0
$
•
$
1
PLAN
REMOVE
AND
REINSTALL
BIKE
RACKS
31
LS
`1.0
$ 1000
$
)0CD
ff.”7 q6:4"// 4,
TOTAL.
DIVISION
II
(I,
r 1
ei)
Contract No. 1023 Addendum No. 1 Division 11 Quantity Correction Form of Enid Page 4 of 6
TO 11 AL IMMON 11
Cu7
HIMS11
r
2/ 3/4 3Z3,
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
)intheformof 13 r7,t- t3oric -
the INSTRUCTIONS TO BIDDERS.
Dollars ($
, is submitted herewith in accordance with
5. Attached hereto is a Non -Collusion Affidavit of Prime Contractor.
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 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. 1 Date <% I L
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.
;1‘, iti r; , 2 t c rt -1-e ir pi( -/
t ,
(Name of Bidder) (Date)
BY:
Ar
Title j' f"-(
(
Official Address: (Including Zip Code):
ea -Win ha ty,
b(AS (--a( A snee.) (p
I.R.s.No. -ate/-7a---7(77
END SECTION
NONCOLLUSION AFFIDAVIT OF PRIME BIDDER
State of � 0 1/v °v
County of DIA-- n_01 i/l,c'i' )
i
)ss
rATA-Alu 0,0 6c__-, -itst
1. He is (Owners Partner, Officer, Representative, or Agent) , of
, the Bidder that has submitted the attached Bid;
being first duly sworn, deposes and says that:
VIA rictile 71-1
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)
1/;1511 nate
6,7*
Title
Subscribed and sworn to before me this 47 4-f1
day of /11/LI't17 , 20.EI
N (., fAA.4};:o
Title
My commission expires a
41*,P' a0 AMANDA M. WESSELS
a "' r Notarial Seal = State of Iowa
' '' CommissionNumber 712724
. "towr► My bn.Ei_ s 9 -at. -Ye^
Bidder Status Form
To be completed by all bidders
Part A
Please answer "Yes" or 'No" for each of the following:
Yes QNo
Yes ONo
sYes QNo
Yes QNo
Yes QNo
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: / 15 / i 1 to /( A A V (Lid- Address: ¶ g..35 Collin c,/7 ifd •
City, State, Zip' Pe os fA , 1 A 5 Ulo &)
Dates: / / to / / Address:
City, State, Zip•
Dates: / / to / / Address:
You may attach additional sheet(s) if needed. City, State, Zip4
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 Q Yes Q No
force preferences or any other type of preference to bidders or laborers?
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. idl w1 /i f !Write- /G'IC
Signature:
azim ister14 ALA/Lbi,
Date: Tha r‘41 f t)U.3 %
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.
Yes QNo
Q Yes QNo
Q Yes QNo
Q Yes o
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.
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)
MBE/WEP BUSINESS ENTERPRISE
PREriBID CONTACT INFORMATION FORM
P rime Contractor Name:
P roject: FT'\f )03 / eOIflVflLI„if = > > f e o ' Letting Date: - '�
��ffl,s�i 1� tr�w1�-��� t. ,� Ir,?I
N O MBE/WBE 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.
idyvt, 51 11,0�f �v(5 1 //,//
r:.
Contractor Signature: �.-
Title: Pr( s i ci c -f
Date: /t 1 (
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 may 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 PREnBID
MBF/WBE BUSINESS ENTERPRISE CONTACTS
Quotes
Received
Quotation
used
in
bid
Dates
Dollar
Amount
Proposed
to
MBE/WBE
Dates
Subcontractors
Contacted
Yes/No
Contacted
Yes/No
be
Subcontracted
go
fre
ce; ti
Ida
7764
14
ea+, do,
'Q
LIP
�
J r 5jor
3�(.,�
tjs
Is
lU�
OcekSee
f �,(�
5v.
/3/Li
3//
Vailif LOtha
kofr
(5
wsio i a r 1
(Form CCO-4) Rev. 06-20-02
1
KNOW ALL MEN BY THESE PRESENTS, that we,
as Principal, and
bound unto the
West Bend Mutual Insurance Company
BUD BOND
Midwest Concrete, Inc.
, as Surety, are held and firmly
CITY OF WATERLOO Iowa, hereinafter called "OWNER." In the penal sum
Five Percent of Amount Bid
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 obligation is
such that whereas the Principal has submitted the accompanying bid dated the 4t11 day of
March , 20 21 , for FY 2021 Commercial St., Katoski Dr., and Hawkeye Rd. Rt Turn Lane Reconstruction Program
•
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 affixed and these presents to be signed
by their proper officers this 4th day of March , A.D. 20 21 .
Witness
W
evin Ehrlich, Producer
BID BOND
Midwest Concrete, Inc.
Principal
By 4-00
West Bend Mutual Insurance ColipanyASeal)
By
Nicole Hermsen
Attorney -in -fact
Ryan Coates, Owner
(Title)
Attorn %n-Fact
,'
it1, fir ,
, ► �1 ,
(Seal)
�''•a, Page 1 of 1
!) J i. i
Jht
)))J)}l)1)Ili)\
. --- ----
i
T
A MUTUAL INSURANCE COMPANY
THE SILVER LINING
Bond No. 2457471
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
Nicole Hermsen
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 ($10,000,000)
This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted
by the Board of Directors of West Bend Mutual Insurance Company at a meeting duly called and held on the 21st day of December,
1999.
Appointment ofAttorney-In-Fact. The president or any vice president, or any other officer of West Bend Mutual Insurance
Company may appoint by written certificate Attorneys -In -Fact to act on behalf of the company in the execution of and attesting of
bonds and undertakings and other written obligatory instruments of like nature. The signature of any officer authorized hereby
and the corporate seal may be affixed by facsimile to any such power of attorney or to any certificate relating therefore and any
such power of attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the
company, and any such power so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon
the company in the future with respect to any bond or undertaking or other writing obligatory in nature to which it is attached.
Any such appointment may be revoked, for cause, or without cause, by any said officer at any time.
In witness whereof, the West Bend Mutual Insurance Company has caused these presents to be signed by its president undersigned
and its corporate seal to be hereto duly attested by its secretary this 22nd day of September, 2017.
Attest � � e
Christopher C. Z
Secretary
any at
l I
gart
^`rJ.
coRPORAT
SEAL J;$l
a.
Kevin A. Steiner
Chief Executive Officer/President
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
signed his name thereto by like order.
Juli Anedum
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 4th day of lYgrch 2021
coRPORsire
t SEAL . Heather Dunn
•`3ry°?!.`' ' ice President - Chief Financial Officer
No ice: Any questions conceming this Power of P t. rney may Se 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''ZOI7,0 ; 1 800-236-5004 I fax (262) 338-5058 I www.thesilverlining.com