HomeMy WebLinkAboutMidwest Concreter
L.a
rr 2
—
ho n ne
inns Po x
_t Cs, , '
' rn
Fni` in) xi
6- on
o" r
tan Phor4 al
. n 'i ��
0 1
I
M
idwest Concrete
9835 Cottingham Rd.
Peosta, IA 52068-7001
Ph: (563) 845-0947
Fax: (563) 583-1007
office@midwest-concrete.net
n
Bid Documents
Sealed Bid for Complete Construction
Sealed Proposal
F.Y. 2022 Sidewalk Repair Assessment Program Zone 1
Contract No. 1055
City of Waterloo
September 2, 2021 @ 1:00 p.m.
•
r
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
EP
`t``
mti list
saver Ca,
l'..b BC
rno i 0
141.3 n
„ALth
O, [y1{���({
����Iteeeeeerrrra ma} r
ell
IN ini)
e qU inO'' J
J 1 551'�s''n�
F.Y. 2022 Sidewalk Repair Assessment Program Zone 1
Contract No. 1055
City of Waterloo
September 2, 2021 @ 1:00 p.m.
•
•
r
FORM OF BID OR PROPOSAL
F.Y. 2022 SIDEWALK REPAIR ASSESSMENT PROGRAM m ZONE 1
CONTRACT NO. 1055
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
�,��; t;4� 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 F.Y. 2022 SIDEWALK REPAIR ASSESSMENT PROGRAM
ZONE 1, Contract No. 1055, all in accordance with the above -listed documents
and for the unit prices for work in place for the following items and quantities:
F.Y.
2022 SIDEWALK REPAIR
ASSESSMENT
PROGRAM
ZONE
1
—
CONTRACT
NO.
1055
ITEM
BID
DESCRIPTION
UNIT
EST.
QTY.
UNIT
PRICE
BID
TOTAL
BID
PRICE
%CO
1
REMOVE
&
REPLACE
SIDEWALK,
4"
PCC
SF
28,260.65
$
$ V%el9
3s 945i 6D
2
REMOVE
&
REPLACE
SIDEWALK,
5"
PCC
SF
3,576.50
$ /EX 00
$
1
1(.00
20242..22
3
REMOVE
&
REPLACE
SIDEWALK,
6"
PCC
SF
1,842.02
$
$
r
"A"
REMOVE
&
REPLACE
SIDEWALK,
CLASS
4
PCC
SF
1,716.79
$ 11100
$ 2491601 tilt
o0
5
PATCH
EACH
4.0
$ 2S;
$
1004 00
31101 a%
S 2
6
CLEAN
SIDEWALK
EACH
94.0
$
$ 1U4.00
Oa 00
1" 00. 80
7
WATER
VALVE
ADJUSTMENT
EACH
4.0
$
$
S 9.00
0.6)
8
WATER
VALVE
CAP
EACH
1.0
$
$
�00
1tIt{
9
JOINT
SEAL
LF
82.8
$
$ .00
ZS�c
ZSZ9.0o
10
REMOVE
RETAINING
WALL
DEBRIS
EA
1.0
$ .oO
$
762-0,W
Trod 00
11
VAULT
REMOVAL
LS
1.0
$
$
L
I 00
ZI Zy
12
SIDEWALK,
6" PCC
SF
193.14
$
$ .
R
®TA
BID
3gLionitit.
FORM OF BID
CONTRACT NO. 1055
Page 1 of 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
Dollars ($ c epic ) in the form of a- lord bovio;
is submitted herewith in accordance with the INSTRUCTIONS TO BIDDERS.
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. Date
10. The bidder shall list the MBE/WBE subcontractor(s), amount of subcontracts and
bid items on the City of Waterloo Minonty 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:
FORM OF BID CONTRACT NO. 1055 Page 2 of 3
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.
►t AIaW?s+ eoocrefe 1vit
(Name of Bidder)
BY:
Title
(Date)
f r i s r'c(t e .f
Official Address: (Including Zip Code):
(3
I.R.S. No. 35 - T2-1L1
FORM OF BID CONTRACT NO. 1055 Page 3 of 3
NON -COLLUSION AFFIDAVIT OF PRIME BIDDER
State of 1 Cl )
County of 1-7 'm, )
1 He is •wne Partner, Officer, Representative, or Agent) , of iGiv4ct G'ort�-r(-E IYt"
the Bidder that has submitted the attached Bid;
)ss
, being first duly sworn, deposes and says that:
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)�
1 rL 51 Clerk
Title
Subscribed and sworn to before me this t1Aik" day of citebc, ( , 20Z1 .
" OP/1/h- NJ U--Mrvi
Title
My commission expires q''It')-) .
1a •A AMANDA M. WESSELS
Notarial Seal =' State of Iowa
' ° Commission Nu r 712724
/owMy Omission Expires AA J
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.
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 Citys 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 maybe 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 Citys Affirmative Action Program, and will provide
in every subcontract, or purchase order that said provisions will be binding upon each contractor,
subcontractor, or supplier.
8. 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) (Date)
Bidder Status Form
To be completed by all bidders
Part A
Please answer "Yes" or "No" for each of the following:
Yes QNo
0 Yes cNo
3 Yes No
Yes No
Yes ONo
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: 5 / 15 / 2017 to current / / Address: 9835 Cottingham Rd.
City, State, ZipPeosta, IA 52068
Dates: / / to / / Address:
City, State, Zip:
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 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? Q Yes Q 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: Midwest Concrete Inc.
Signature:
bi/NVIAA. tiv (Ai
Date: 9-2-21
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
Yes QNo
O Yes
Q Yes
O Yes
Q Yes
Q Yes
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/WBE BUSINESS ENTERPRISE
PRE -BID CONTACT INFORMATION FORM
Prime Contractor Name: V\AkctV'4CS*CO n c (cyk--e I vtc- -
Project: cl 2Ot -- ;i Gt,f,w(LI i(„ Ite,i9A1 r Ass ys MI t._ ' (46 1Co it j Letting Date: (),
•
1 t`�
NO 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. ~54€ mute rsc
Contractor Signature:
Title: 16k at..t0
Date: q=;- k
aoz
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 PRE -BID
MBE/WBE BUSINESS ENTERPRISE CONTACTS
Quotes
Received
Quotation
used
in
bid
Dollar
Amount
Proposed
MBE/WBE
Dates
Dates
to
Subcontractors
Contacted
Yes/No
Contacted
Yes/No
be
Subcontracted
CiAtir
/ I
Ara
,
CAA er
9/ 1
AW
•
(Form CCO-4) Rev. 06-20-02
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 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 2nd day of
September , 20 21 , for FY 2022 Sidewalk Repair Assessment Program - Zone 1
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
p
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.
Byvirtue of statutoryauthority, 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 2nd day of September , A.D. 2021 .
eut-d9
Witness
Witness
BID BOND
Midwest Concrete, Inc.
Principal
By -
Ryan Coates,1,Owner
West Bend Mutual Insurance Company
Surety
By
Nicole Hermsen Attorney -in t
.; Seal)
41.0
(Title)
(Seal)
1 1,
' • ,
ii `I i 1
t';
1,' Page 1 of 1
I, /
,1
lll/ ii )))))1111"
WEST BEND
A MUTUAL INSURANCE COMPANY
THE SILVER LINING®
Bond No. 2499977
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 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 September, 2017.
RPORATE' '21,\
y„rrtSEAL�q.a�t�f-
Pt
Attest
[~k1nd��U y%i(f e.1
Christopher C. Z gart
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
signed his name thereto by like order.
a.
Kevin A. Steiner
Chief Executive Officer/President
NoTAgy
01
4; 0 :, PUBLIC r•
Op WIS.•
Juli A �?-nedum
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 2nd day of,
'September
„oRPCH
SEAL "
a Heather Dunn
'b `'` .:. Vice President — Chief Financial Officer
Notice: Any questions concerning this Power of Attorney may be directod 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) 3344430 I 1-800-236-5004 I fax (262) 338-5058 I www.thesilverlining.com
2021
•