Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Midwest Concrete, Inc.
i 9835 Midwest Ln. Peosta, IA 52068-7001 Ph: (563) 845-0947 Fax: (563) 583-1007 office@midwest-concrete.net 1 Bid Documents Sealed Bid for Complete Construction Bid Bond F.Y. 2023 E. San Marnan Dr. Reconstruction Project Contract No. 1084 City of Waterloo, Iowa � May 4, 2023 @ 1:00 p.m. M idwest Concrete Inc. 9835 Midwest Ln. Peosta, IA 52068-7001 Ph: (563) 845-0947 Fax (563) 583-1007 office a©midwest-concrete.net Bid Documents Sealed Bid for Complete Construction Sealed Proposal F.Y. 2023 E. San Marnan Dr. Reconstruction Project Contract No. 1084 City of Waterloo, Iowa May 4, 2023 @ 1:00 p.m. FORM OF BID OR PROPOSAL F.Y. 2023 E. SAN MARNAN DR. RECONSTRUCTION PROJECT CONTRACT NO. 1084 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 OV� le7` 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. 2023 E. SAN MARNAN DR RECONSTRUCTION PROJECT, Contract No. 1084, 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. 2023 E. SAN MARNAN CONTRACT DR. RECONSTRUCTION NO. 1084 PROJECT ITEM BID SPECIFICATION SUPPLEMENTAL SP SUDAS = SPCL * SEE PROV E. SAN MARNAN DESCRIPTION DIVISION DR. RECONSTRUCTION I UNIT EST QTY UNIT PRICE BID TOTAL PRICE BID DIVISION 2 - EARTHWORK 1.01 2010-108-D * TOPSOIL, 4 INCHES, ON OR OFF SITE SY 5,141.00 $ % ;3'>1 $ t 2_ 2. CAO , 4rl 1.02 2010-108-D * TOPSOIL, 4 INCHES, OFF SITE SY 3,787.00 $ • LiL, $ L(,, 1p'I i, j , 1.03 2010-108-E * EXCAVATION, CLASS 10 CY 2,900.00 $ K , `I cl $ 'I_lti U •i I , GO 1.04 2010-108-E * EXCAVATION, CLASS 10, WASTE CY 1,312.00 $ , (;C $ <jo y I.G.: 1.05 2010-108-F * EXCAVATION, CLASS 10, BELOW GRADE CY 1,500.00 $ 4'1:U < $ 1- 312.-» 0-5 1.06 2010-108-G SUBGRADE PREPARATION, 6 INCH DEPTH SY 23,567.00 $ j tc 5 $ 79 G% I . <I 1.07 2010 108 I * SUBGRADE GEOGRID TREATMENT, WOVEN GEOTEXTILE OR SY 4,500.00 $ ,:;,cici $ I1,6195'6' 1.08 2010-108-J * SUBBASE, MODIFIED, 10 INCH SY 23,567.00 $ '1 i~( $)_L-J,ggj;,, ri 1.09 IADOT 2121 GRANULAR SHOULDER TYPE B, 4 INCH DEPTH SY 4,700.00 $ cj. I!J $ L1111-1u.t,L SUBTOTAL EARTHWORK $ i 40-t 1 E; U t01 DIVISION 4 - SEWERS AND DRAINS - STORM 1.10 4020 108 D * REMOVAL EQUAL TO OF 36 INCH STORM SEWER, RCP, LESS THAN OR LF 32.00 $ -- C,A .1, $ t Lic>>, i(G 1.11 2010-108-L-1 STORM R.C.P., SEWER 18 INCH ABANDONMENT, FILL AND PLUG, LF 236.00 $ jL�. I �, , $ Utl a/i hli) 1.12 SP # 9 REMOVAL OF EXISTING DRAIN TILE LF 1,700.00 $ 3 , (60 $ 14U2uice 1.13 4040-108-A SUBDRAIN, TYPE SP, 6 INCH LF 5,961.00 $ 15 10 1 $` q,Cj 1•49 1.14 4040-108-D SUBDRAIN OUTLET TO STRUCTURE, 6 INCH EACH 2.00 $ 715 , �1c $ 1�1G,� 5' 1.15 4040-108-D SUBDRAIN OUTLET TO DITCH, 6 INCH _ EACH 34.00 $ clAi .1 g $ \CI,IG(r, 4g SUBTOTAL SEWERS AND DRAINS - STORM $ A, -A , 1 411 , , -.1 FORM OF BID CONRACT NO. 1084 Page 1 of 5 ITEM BID SPECIFICATION SUPPLEMENTAL SP = SODAS SPCL * SEE PROV E. SAN MARNAN DESCRIPTION DIVISION DR, RECONSTRUCTION I UNIT EST QTY UNIT PRICE BID TOTAL PRICE BID DIVISION 6 - STRUCTURES FOR STORM SEWERS 1.16 6010-108-B INTAKE, SW-510, DOUBLE OPEN THROAT EACH 1.00 $ Y>; \1 \ ,"?)s $ g i 11 \, 3kp 1.17 6010-108-G CONNECTION STRUCTURE, SUBDRAIN TO EXISTING INTAKE, PIPE OR EACH 2.00 SIAN , I 1 $ 62 4O9g,. 2-2 1.18 6010 10II-H * REMOVE SECTIONS, MANHOLE, STORM INTAKE, AND FLARED END EACH 9.00 $ (62ip, gg $ 141 1±12--- 1.19 SP it 17 MINOR ADJUSTMENT, INTAKE, SW-501 EACH 1.00 $ ItSWIM $ I,SIC ` TL 1.20 6010-108 E * MINOR TYPE E ADJUSTMENT, CASTING & CITY MANHOLE, OF WATERLOO SW-401 COVER W/ SW-602 EACH 1.00 \\ 3)- \\ V- $ \ \ q \ 1 a SUBTOTAL STRUCTURES FOR STORM SEWER $ ' O t (4161 , 0 DIVISION 7 - STREETS AND RELATED WORK 1.21 7010-108-A PAVEMENT, PCC, 9 INCH, C-SUD OR C-4, CL 3 AGG SY 21,169.00 $ ODUI.OU $` �2u���/111, 1.22 7010-108-1 PCC PAVEMENT SAMPLES AND TESTING LS 1.00 $ l(�S�0p.00 $ \ Ct41D ICC 1.23 11,050-108-A CONCRETE WASHOUT LS 1.00 $ \11t-k4;143 $ \ttk-k•W SIDEWALKS, DRIVEWAYS SHARED USE PATHS AND $ $ 1.24 7030-108-H-1 DRIVEWAY, PAVED, PCC, 6 INCH, C-4 SY 182.60 $ LA 1 t 2-1 $ % lu5\. 51 PAVEMENT REHABILITATION $ $ 1.25 7040-108-H * PAVEMENT REMOVAL, CONCRETE SY 21,320.00 $ jU tSTA $a,AS t-11 8, 1.26 7040-108-1 CURB AND GUTTER REMOVAL LF 350.00 $ 1s,U;.L, $ ' jt1$1, 00 1.27 7010-108-E CURB AND GUTTER, 24 IN WIDE, 6 IN THICK, M-4, CL 350.00 L�L1 S3 $ lc, 3?), p:. SUBTOTAL STREETS AND RELATED WORK $ i --oZ,1 Ol 3 GI 1) DIVISION CONTROL 8 - PAVEMENT MARKINGS AND TRAFFIC TRAFFIC SIGNALS 1.28 IA 0000310 -DOT 2523- TYPE REPLACE 1 HANDHOLE, REMOVE, SALVAGE, AND EACH 3.00 $1\t �30.1)6 $ 7)31 C1Ct0. U PAVEMENT MARKINGS 1.29 8020-108-B PAINTED SOLVENT/WATERBOURNE$ PAVEMENT MARKINGS, STA 82.82 \6ti , 10 $ f ly t J D 1 y 1.30 IA 9109020 -DOT 2528- TEMPORARY LANE SEPARATOR SYSTEM LF 1,360.00 $ 15,�15 $ Lj`b0-1 U 1.31 8020-108-K PAVEMENT MARKING REMOVED STA 1.40 $ VAC C- -sot $ 2 (;L` 1.32 8020-108-F RETROFLECTIVE REMOVABLE TAPE MARKINGS STA 63.00 $ i -•y(c+ 4 0 $ CI `llp?,, t 1 ?5.5 (J 1.33 8020 108 H PRECUT THERMOPLASTIC SYMBOLS AND LEGENDS, EACH 14.00 $ �(�>>, �5 $ (Lott 9 TEMPORARY TRAFFIC CONTROL 1.34 8030-108-A TEMPORARY TRAFFIC CONTROL LS 1.00 $��0�51��.O $ 1pOt91pt40. 1.35 8030-2.02/PLANS DIRECTIONAL SIGNS, PER DETAILS EACH 45.00 $ 2$1,ct} $ I‘t9 gill-.1.36 IA DOT - 4188.07 PORTABLE DYNAMIC MESSAGE SIGN DAY 220.00 $ - /l ( L 9 $ 4 q o5 i DO 1.37 IA DOT - 2518 SAFETY CLOSURE EACH 8.00 $ 4 '160 $ 21 ODU ' €1 SUBTOTAL PAVEMENT MARKING AND TRAFFIC CONTROL $ 1 543,. d\C t '21 DIVISION 9 - SITE WORK AND LANDSCAPING SEEDING 1.38 9010 10II B * HYDRAULIC MULCHING SEEDING, - TYPE 1 SEEDING, FERTILIZING AND SY$ 8,928.00 (1 )) $ �Pt �-1 . 3 1.39 9010 10II B * HYDRAULIC MULCHING SEEDING, - TYPE 2 SEEDING, FERTILIZING AND SY 800.00 $ 11 5 $ CVI�� ' 1.40 9010-108-E * WARRANTY SY 2,232.00 $ l n $ 5 �'la , .3] OD go 1 FORM OF BID CONTRACT NO. 1084 ADDENDUM NO. 1 Page 2 of 5 EROSION AND SEDIMENT CONTROL 1.41 9040-108-Q-2 EROSION CONTROL MULCHING, HYDROMULCHING SY 6,000.00 $ O. .37 $ 220 .3 1.42 1.43 9040-108-T-1 * INLET DROP IN PROTECTION DEVICE, INTERMEDIATE AND EACH 2.00 $IS � $3(VS 9040-108-T-2 INLET PROTECTION DEVICE, MAINTENANCE EACH 2.00 $ 52 20- 1.44 * f . $ -4.0 9040-108-T-2 INLET PROTECTION DEVICE, REMOVAL EACH 2.00 $ %D. ! 2o. 2 $ 1.45 9040-108-M-1 SILT FENCE INSTALLATION LF 500.00 $ ea. 3Q /4,0. $ i 1.46 9040-108-M-2 SILT FENCE MAINTENANCE LF 500.00 $ 02.4: $ i O5o. (2, 1.47 9040-108-M-3 SILT FENCE REMOVAL LF 500.00 $ O.a1- $ tos • 4 1.48 9040-108-F-1 WATTLE, 8 INCH INSTALLATION LF 200.00 $ 4'. « $ g�4/*Cif 1.49 9040-108-F WATTLE, 8 INCH MAINTENANCE LF 200.00 $ Oc. ti/2 Cy 2, $ 1.50 9040-108-F-2 WATTLE, 8 INCH REMOVAL LF 200.00 $ b, 5»: tw $ 10V. SUBTOTAL SITE WORK AND LANDSCAPING $ 13, f$4. `e6 DIVISION 11 - MISCELLANEOUS 1.51 11010-108-A CONSTRUCTION SURVEY LS 1.00 $ i9Gam` i`/O.5`-c' $ 1.52 SEE EST REF TEMPORARY PCC,EXCAVATE, RESTORE PAVING, PLACE, 6" HMA MAINTAIN, OR 6" REMOVE & SY 400.00 $ 63. v3 $ 25 /c2.'23 SUBTOTAL MISCELLANEOUS $ 'i`I� l(7 22 TOTAL BID DIVISION I $ ) q as, 535 cm ITEM BID SUPPLEMENTAL SP SPECIFICATION = SUDAS SPCL * SEE PROV E. SAN MARNAN DR. DESCRIPTION DIVISION WATER II MAIN RELOCATION UNIT EST QTY UNIT PRICE BID TOTAL BID PRICE DIVISION 2 - EARTHWORK * 2.01 2010-108-D TOPSOIL, 4 INCHES, OFF SITE SY 258.00 $ -2i 40.2.1.' (v $ r 2.02 * 2010-108-E EXCAVATION, CLASS 10 CY 64.00 $ 17. `� 2.E $ l IUD' 2.03 2010-108-G �Lia SUBGRADE PREPARATION, 6 INCH DEPTH SY 247.00 $ a, v3 $ �I * 2.04 2010-108-J SUBBASE, MODIFIED, 10 INCH SY 247.00 $ ; jta, ' $ Jp1:p,C SUBTOTAL EARTHWORK $ .7 IL. Vl , DIVISION 5 - WATER MAINS AND APPURTENANCES PIPES AND FITTINGS 2.05 5010-108-A-1 WATER MAIN, TRENCHED, DUCTILE IRON, 16 INCH LF 213.00 $ 253:92 $ sat5.?!.e' 2.06 5010-108-C-1 FITTING, DUCTILE IRON, 90 DEGREE, MJ, 16 INCH EA 1.00 2.07 5010-108-C-1 FITTING, DUCTILE IRON, 45 DEGREE, MJ, 16 INCH EA 2.00 $:2 1/55 77..� $ y. 22 2.08 5010-108-C-1 FITTING, DUCTILE IRON, 22.5 DEGREE, MJ, 16 INCH EA 4.00 $:��i/,'El 4 $ OW-41 - 2.09 5010-108-C-1 FITTING, DUCTILE IRON, TEE, MJ, 16 INCH X 16 INCH EA 1.00 $3 /ag? tf 7y?1? 2.10 $ 5010-108-C-1 GATE VALVE, MJ, 16 INCH, INSTALL ONLY EA 1.00 $:Ic25ra $ 5,;253. 9° 2.11 5010-108 C-1 FITTING, CAST IRON TO DUCTILE IRON COUPLING, EA MJ,16 INCH 3.00 $ �7e' c Wft 93 $ 7 2.12 5010-108 C-1 FITTING,WATER CORPORATION INTO SERVICE 16 INCH TAP, MAIN 3/4 INCH EA 2.00 $ Isag' 7 $ 2/ y13, 5v 2.13 5010-108-E-2 WATER 3/4 INCH SERVICE CORPORATION, COMPRESSION, EA 2.00 $ ed� (. 2 00. (P2 f $ 2.14 5010-108-E-1 WATER SERVICE PIPE, COPPER, 3/4 INCH LF 24.00 $ l/`/.i.2 $ 27if'f.tle: 2.15 WATER AIN ABANDONMENT, FILL AND PLUG, 5010-108-G D.I.P., 6 NCH LF 3S 5- 5 G9 / Q° - 160.00 $ $ SUBTOTAL WATER MAINS AND APPURTENANCES $ 9& `/ Q7. dig1 FORM OF BID CONRACT NO. 1084 Page 3 of 5 ITEM BID SPECIFICATION SUPPLEMENTAL SP = SUDAS SPCL *SEE PROV DIVISION DESCRIPTION II - ALTERNATE A UNIT EST QTY UNIT PRICE BID TOTAL PRICE BID I DIVISION 7 - STREETS AND RELATED WORK 2.16 7010-108-A PAVEMENT, PCC, 9 INCH, C-SUD OR C-4, CL 3 AGG SY 222.00 $ Me a ! $ j 7, 33/. i 2.17 11,050-108-A CONCRETE WASHOUT LS 1.00 $ I, /'?:c3 $ I/ /WA' PAVEMENT REHABILITATION 2.18 7040-108-H * PAVEMENT REMOVAL, CONCRETE SY 260.00 $ 15, tati $ 't lam%, g SUBTOTAL STREETS AND RELATED WORK $ 7), 6;29. ?' 1 DIVISION 9 - SITE WORK AND LANDSCAPING SEEDING 2.19 9010-108-B * HYDRAULIC MULCHING SEEDING, - TYPE 1 SEEDING, FERTILIZING AND SY 258.00 % 03 $ -- n/ $ 7ti SUBTOTAL SITE WORK AND LANDSCAPING $ 2(0t5: if TOTAL BID DIVISION II I 77 Igo 4- TOTAL BID DIVISION I $ q.)32 53.57 99 TOTAL BID DIVISION II $ 1Z?7 IcAL� TOTAL BID DIVISION I + DIVISION II $ assD73o, 1-Li 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 -�� � Yt�' 1�'�� C� AWN6 "1- V?� �{ Dollars ($ oio in the form of (r,; ti 190,,, a , 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 EGG, within ten (10) days of notification that the bid submitted is lowest and acceptable. FORM OF BID CONTRACT NO. 1084_ADDENDUM NO. 1 Page 4 of 5 9. The bidder has received the following Addendum or Addenda: Addendum No. i Date I Z.; 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. I/M/14 LVkL(Ct IVtL. (Name of Bidder) BY: /Ga .. eof��, Official Address: (Including Zip Code): l C\ rA I (AW ?.to-h Szctyc< I.R.S. No. 24-- D 1 L1 41 6— IA -7:5 (Date) Title .� `' i t Ci? tk+ FORM OF BID CONRACT NO. 1084 Page 5 of 5 NON -COLLUSION AFFIDAVIT OF PRIME BIDDER State of 1\ tiA-/ ) County of OUcAO‘At \siskt ) fl n 64 1 He is (Owne , Partner, Officer, Representative, or Agent) , of` \ (C W ? ..0- Cn k (I' th V1 1- )ss , being first duly sworn, deposes and says that: , the 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 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) Vci cte4 Title Subscribed and sworn to before me this day of fl"\ , 20:2-55 S� �1 ci,A, (Ai W.wr,S—(it )Jd f&U7 Titld My commission expires (3\'�.1 0 a 0 AMANDA M. WESSELS Notarial Seal — State of Iowa • Commission Number 712724 My Commission Expires Bidder Status Form To be completed by all bidders Part A Please answer "Yes" or "No" for each of the following: Yes Yes Yes Yes Ca Yes O No ONo No ONo 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 / 17 to current Address: 9835 Midwest Lane City, State, Zip: Peosta, IA 52068 Dates: / Address: City, State, Zip: Address: You may attach additional sheet(s) if needed. City, State, Zip: / to / / Dates: / / to / 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? O Yes O 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: ji/l/i/Lit klea/l/t1 Date: 5/4/2023 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. (pYes ONo O Yes ONo O Yes WNo O Yes ONo O Yes 0)1\lo O Yes No O Yes@ No O Yes @No O Yes O 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) Prime Contractor Name: MBE/WBE BUSINESS ENTERPRISE PRE -BID CONTACT INFORMATION FORM rVA-\ 1.1 CvkL{clk. Project: \'1 '_d % L- . 01 VI IMi1 v vIyt w. tv' i utyk �Yr� Letting Date: ifV`C{,v‘ 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. Contrac r Signature: Title: Yfe ‘c1c Date: V\A tA A^ 1-k 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 Subcontractors MBE/WBE Contacted Dates Yes/No Contacted Dates Yes/No Dollar Amount be Subcontracted Proposed to Service S� 7 /uJ»AJ .. O,92 i 03 77 e 4 9b&/23 reg ; � 'MmteAkettisc S/3/23 CAtiM liblihs 57353 Ye$ W a su9 (Form CCO-4) Rev. 06-20-02 Isi Firm Name: Tiedt Nursery, Ltd. Owner: Vallarie I. Holm DBE Directory Listing Phone: 319-352-0418 Date Certified: 01/14/1992 CeII: TSB Certified: True Address: 2419 E. Bremer Avenue Fax: 319-352-0400 SBA 8A Certified: False Address cont'd: Email: City: Waverly State: IA Zip: 50677 ACDBE: False Web Site: Ethnicity: Caucasian Additional Info: Certification Type: WBE NAICS Codes: 561730, 238990, 484220 Work Type: Erosion Control (Seed, Sod, Mat, Silt Fence, and Stormwater Pollution Prevention Plans [SWPPPJ), Fencing, Herbicide Application; Landscaping (Trees and Shrubs), Mowing, and Retaining Walls; Supplier: Trees, Shrubs, Seed, Fertilizer, and Erosion Control Products; Hauling of dirt, sand, and rock Page 1 of 1 !IONA DBE Directory Listing Firm Name: Advanced Traffic Control, Inc. Phone: 319-396-5269 Date Certified: 12/31/2013 Owner: Vaugn Miller CeII: 515-777-4762 TSB Certified: False Address: Fax: SBA 8A Certified: False Address cont'd: P.O. Box 8958 Email: City: Cedar Rapids State: IA Zip: 52408 ACDBE: False Web Site: www.advanced-traffic.com Ethnicity: Hispanic Additional Info: Certification Tvpe: MBE NAICS Codes: 237310, 238120 Work Tyne: Traffic Control, Permanent and Temporary Pavement Markings, Traffic Signing, Temporary Barrier Rail, Temporary Stop Lights, Flagging, Message Boards, Modular Glare Screen, Temporary Floodlighting, and Temporary Lane Separator; Reinforcing Steel (Installation) Page 1 of 1 BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, Midwest Concrete Inc. as Principal, and west bound unto the Bend Mutual Insurance Company 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 4th day of May , 20 23 ,for F.Y. 2023 E. San Marnan Dr. Reconstruction Project, Contract No. 184 • 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 May , A.D. 20 23 d1//ire Witness Witness cHierfr(6ci (Seal) Midwest Concrete Inc. (Seal) Principal By an Co tes, Owner West Bend Mutual Insurance Cgmpany Surety By etsica Hammel Attorney -in -fact (Title) BID BOND Page 1 of 1 A MUTUAL INSURANCE COMPANY° THE SILVER LINING® Bond No. 2544533 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: Jessica Hammel 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: Twenty Million Dollars ($20,000,000) 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 17th day of August, 2021. coRPOR rF S. SEAL ' ,. Attest Christopher C. ZB?At art Secretary OnAis %'ux e. State of Wisconsin County of Washington On the 17th day of August, 2021, 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. o. a• Kevin A. Steiner Chief Executive Officer/President .to .1HIM ......... . -.nt c'LQ�'1- /A •,. J.---- �oTAek "11/41 i ' E . s % AVB0" :2 "Op "wISC.„, ,. Matthew E. Carlton Senior Corporate 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 May I►J3(j,Q coapowmF S SEAL 2023 Heather Dunn Vice President — Chief Financial Officer Notice: Any questions concerning this Power of Attorney gray be directed to the Bond Manager at West Bend Mutual Insurance Company. 1900 South 18th Avenue I West Bend, WI 53095 I Phone: (608) 410-3410 I Fax: (877) 674-2663 I www.thesilverlining.com