HomeMy WebLinkAboutBrock Even Construction, LLC1 (064 C_ b13%atserl , Li_
Fir QD-3, 3'idetszAK - . CAI , 3‘Cewa\K
Penec4 --17601/4 Reea‘r`rram - ie,e3
CcaVra . Ab. Abaci
BID BOND
Nationwide Mutual Insurance Company
1100 Locust St., Dept 2006
Des Moines, IA 50391-2006
(866) 387-0457
CONTRACTOR: SURETY:
Brock Even Construction LLC Nationwide Mutual Insurance Company
13012 Fox Road 1100 Locust Street, Department 2006
Jesup, IA 50648 Des Moines, IA 50391
OWNER: City of Waterloo
715 Mulberry St
Waterloo, IA 50703
BOND AMOUNT: 5% of amount bid
PROJECT:
FY 2024 Sidewalk In611, Sidewalk Ramp & Trail Repair Program - Zone 3
The Contractor and Surety are bound to the Owner in the amount set forth above, for the payment of which the Contractor
and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, as provided
herein. The conditions of this Bond are such that if the Owner accepts the bid of the Contractor within the time specified in
the bid documents, or within such time period as may be agreed to by the Owner and Contractor, and the Contractor either
(I) enters into a contract with the Owner in accordance with the terms of such bid, and gives such bond or bonds as may be
specified in the bidding or Contract Documents, with a surety admitted in the jurisdiction of the Project and otherwise
acceptable to the Owner, for the faithful performance of such Contract and for the prompt payment of labor and material
furnished in the prosecution thereof: or (2) pays to the Owner the difference, not to exceed the amount of this Bond,
between the amount specified in said bid and such larger amount for which the Owner may in good faith contract with
another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in
full force and effect. The Surety hereby waives any notice of an agreement between the Owner and Contractor to extend
the time in which the Owner may accept the bid. Waiver of notice by the Surety shall not apply to any extension exceeding
sixty (60) days in aggregate beyond the time for acceptance of bids specified in the bid documents, and the Owner and
Contractor shall obtain the Surety's consent for an extension beyond sixty (60) days.
If this Bond is issued in connection with a subcontractor's bid to a Contractor, the term Contractor in this Bond shall be
deemed to be a Subcontractor and the term Owner shall be deemed to be Contractor.
When this Bond has been furnished to comply with a statutory or other legal requirement in the location of the Project, any
provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions
conforming to such statutory or other legal requirement shall be deemed incorporated herein. When so furnished, the intent
is that this bond shall be construed as a statutory bond and not as a common law bond.
Signed and sealed this 19th day of June 2023
Brock Even Construction LLC
(Witness)
thrtu
(Win ess)
(Principal (Seal).
(Title)
Nationwide Mutual Insurance Company
(Surety)
;A��°LLJY
(Title) Elirabetl Moore
M
Attorney -in -Fact
This document conforms to American Institute of Architects Document A310, 2010 edition
Power of Attorney
KNOW ALL MEN BY THESE PRESENTS THAT:
Nationwide Mutual Insurance Company, an Ohio corporation
hereinafter referred to severally as the "Company" and collectively as "the Companies" does hereby make, constitute and appoint:
Elizabeth Moore
each in their individual capacity, its true and lawful attorney -In -fact, with full power and authority to sign, seal, and execute on its behalf any and all bonds and
undertakings, and other obligatory Instruments of similar nature, in penalties not exceeding the sum of
Five Hundred Thousand and 00/100 Dollars ($5001000)
and to bind the Company thereby, as fully and to the same extent as if such instruments were signed by the duly authorized officers of the Company; and all acts
of said Attorney pursuant to the authority given are hereby ratified and confirmed.
This power of attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the board of directors of the Company:
"RESOLVED, that the president, or any vice president be, and each hereby is, authorized and empowered to appoint attorneys -in -fact of the Company,
and to authorize them to execute and deliver on behalf of the Company any and all bonds, forms, applications, memorandums, undertakings,
recognizances, transfers, contracts of indemnity, policies, contracts guaranteeing the fidelity of persons holding positions of public or private trust, and other
writings obligatory in nature that the business of the Company may require; and to modify or revoke, with or without cause, any such appointment or
authority; provided, however, that the authority granted hereby shall in no way limit the authority of other duly authorized agents to sign and countersign any
of said documents on behalf of the Company."
"RESOLVED FURTHER, that such attorneys -in -fact shall have full power and authority to execute and deliver any and all such documents and to bind the
Company subject to the terms and limitations of the power of attorney issued to them, and to affix the seal of the Company thereto; provided, however, that
said seal shall not be necessary for the validity of any such documents."
This power of attorney is signed and sealed under and by the following bylaws duly adopted by the board of directors of the Company.
Execution of Instruments. Any vice president, any assistant secretary or any assistant treasurer shall have the power and authority to sign or attest all
approved documents, instruments, contracts, or other papers in connection with the operation of the business of the company in addition to the chairman of
the board, the chief executive officer, president, treasurer or secretary; provided, however, the signature of any of them may be printed, engraved, or
stamped on any approved document, contract, instrument, or other papers of the Company.
IN WITNESS WHEREOF, the Company has caused this instrument to be sealed and duly attested by the signature of Its officer the 20th day of August, 2021.
Antonio C. Albanese, Vice President of Nationwide Mutual Insurance Company
ACKNOWLEDGMENT
STATE OF NEW YORK COUNTY OF NEW YORK: ss
On this 201h day of August, 2021, before me came the above -named officer for the Company
aforesaid, to me personally known to be the officer described in and who executed the preceding
instrument, and he acknowledged the execution of the same, and being by me duly
swom, deposes and says, that he is the officer of the Company aforesaid, that the seal affixed
hereto is the corporate seal of said Company, and the said corporate seal and his signature were
duly affixed and subscribed to said Instrument by the authority and direction of said Company.
Stephanie Rubino McArthur
Notary Public, State of New York
No.02MC6270117
Qualified in New York County
Commission Expires October 19.2024
Notary Pubru
My CanallsSion Ex
pire,
Ocrober 19, 2024
CERTIFICATE
I, Laura B. Guy, Assistant Secretary of the Company, do hereby certify that the foregoing is a full, true and correct copy of the original power of attomey issued
by the Company; that the resolution included therein is a true and correct transcript from the minutes of the meetings of the boards of directors and the same has
not been revoked or amended in any manner; that said Antonio C. Albanese was on the date of the execution of the foregoing power of attorney the duly elected
officer of the Company, and the corporate seal and his signature as officer were duly affixed and subscribed to the said instrument by the authority of said board
of directors; and the foregoing power of attorney is still in full force and effect.
IN WITNESS WHEREOF, 1 have hereunto subscribed my name as Assistant Secretary, and affixed the corporate seal of said Company this 19th day of
June 2023 .
cue-ta e Csv *
Assistant Secretary
BDJ 1(08-21)00
FORM OF BID OR PROPOSAL
1=�V 2024 SIDEWALK INFILL, SIDEWALK RAIVIP & TRAIL
REPAIR PROGRAM — ZONE 3
CONTRACT NO. 1079
CI`i`Y 014 WATERLOO, IOWA
Honorable Mayor and City Council
Waterloo, Iowa
Gentlemen:
1. The undersigned, being a Corporation existing under the laws of the State of
Ta Partnership consisting of the following partners:
1 xtek Coen CCI-� toU\co , 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 2024 8IDEWALIt INFILL, SIDEWALK RAMP
& TRAIL REPAIR PROGRAM o ZONE 3, Contraot No. 1079, all in accordance with the
above -listed documents and for the unit prices for work in place for the following items and
quantities:
FY
2024
SIDEWALK
INFILL,
SIDEWALK
RAMP
&
TRAIL
REPAIR
PROGRAM
ZONE
3
CONTRACT
NO.
1079
ITEM
BID
SPECIFICATION
SUPPLEMENTAL
SP
=
SUDAS
SPCL
*
SEE
PROV
DESCRIPTION
UNIT
EST
QTY
UNIT
PRICE
BID
TOTAL
PRICE
BID
DIVISION
1
.,
EDISON
ADDITION
SIDEWALK
INFILL
1
7030-108-E-0
SIDEWALK,
PCC, 4"
SF
3,321.5
$ tap
$, , ,clik,(60
2
2010-108-E-0
EXCAVATION,
CLASS
10
SF
3,321.5
$ a ,fO
$ 111 y q y1,
;15
3
9010-108-C-0
HYDROSEEDING
SF
1,993.0
$ ,,a0
$ ")3(11,
tgC
4
8030-108-A-0
TRAFFIC
CONTROL
LS
1.0
$ 1 CCO
$ 1.
,CO
_.CO
$
$
3CD
MO ,e
4W
5
SP
#1
EROSION
& SEDIMENT
CONTROL
LS
1.0
TOTAL
BID
-
DIVISION
1 $ L4
, 55`? )5
FORM OF BID
CONTRACT NO. 1079
Page 1 of 5
ITEM
BID
SPECIFICATION
SUPPLEMENTAL
SP
=
SUDAS
SPCL
*
SEE
PROV
DESCRIPTION
UNIT
EST
QTY
UNIT
PRICY
DID
TOT/11,
PRICL
HID
DIVISION
2 -
RAIUMP
REPAIRS
1
7030-108-A-0
REMOVE
SIDEWALK
SF
3,170.0
$
3,tce
$ 1\
,LA
\a„CC
SF
1,870.9
4
%
2
7030-108-E-0
SIDEWALK,
PCC,
4"
$
$1
)'416.`
3
7030-108-E-0
SIDEWALK,
PCC,
6"
SF
1,179.2
$
?s
V3
$q)g05
43
4
7030-108-G-0
DETECTABLE
SURFACE
WARNING
SF
216.0
$
$5
Ck)
$
Z,?
,01)
5
7030-108-B-0
SAW
CUT,
1/2"
CURB
OPENING
LF
157.8
$ 85_CL)
$1,I-113
Cn
6
7040-108-1-0
REMOVE
CURB
&
GUTTER
LF
57.3
$ I 5.63
$$Jl
-
14tAso
7
7010-108-E-0
CURB
&
GUTTER,
24",
8.5"
LF
7.8
$ (gO_C
$
8
7010-108-E-0
CURB
&
GUTTER,
24",
10.5"
LF
41.1
$ ViN_t
$ v7b1,
)55
9
7010-108-E-0
CURB
&
GUTTER,
24",
12.5"
LF
16.2
$
`iy.C(W
$
1a15.,W
1-k.CO
4-i-Ib
10
7040-108-H-0
REMOVE
PAVEMENT
SF
110.2
$
$
11
7040-108-A-0
PAVEMENT,
PCC,
8.5"
SF
43.4
$
9, 5L
$
kV;
12
SP
#2
PATCH,
HMA,
2"
_
SF
66.8
$
1 �-i
.
'
$
tb
,bpi
13
2010-108-E-0
EXCAVATION,
CLASS
10
SF
2,261.2
$ 1.50
$ io,
I-1
`AO
14
9010-108-C-0
HYDROSEEDING
SF
2,295.0
$ Lola
$
;;-151-.('
15
SP
#3
WATER
VALVE
ADJUST
EA
4.0
$ 150.0
$
(900
iC°
16
SP
#1
EROSION
&
SEDIMENT
CONTROL
LS
1.0
$ SEt.°'
$
2it.C°
17
8030-108-A-0
TRAFFIC
CONTROL
LS
1.0
$
1W6.0\
$
1?O\W
TOTAL
BID
-
DIVISIOI'1
2
$
*i 4O5
Sb
DIVISION
3
COUNTY
RAMP
RLPAIRS
-
1
7030-108-A-0
REMOVE
SIDEWALK
SF
265.5
$ tr)). kD
$ ci
5`J . W
2
7030-108-E-0
SIDEWALK,
PCC,
4"
SF
115.6
$ '1 30
$
34D
_3-
3
7030-108-E-0
SIDEWALK,
PCC,
6"
SF
149.8
$ `� .4
$ lam
36
v
4
7030-108-G-0
DETECTABLE
SURFACE
WARNING
SF
32.0
$ 45.C°
SaTiDOPC
`
5
7030-108-B-0
SAW
CUT,
1/2"
CURB
OPENING
LF
13.1
$ $5
CD
$
1113.5
6
7040-108-H-0
REMOVE
PAVEMENT
SF
44.4
$Lot
$ FTtbc
7
7040-108-A-0
PAVEMENT,
PCC,
9.5"
SF
44.4
9
$
Oa\
.$)
$ 4
8
2010-108-E-0
1
EXCAVATION,
CLASS
10
SF
195.7
$
L0-
$ aM,(05
9
9010-108-C-0
HYDROSEEDING
SF
195.7
$ 1 • ,,
$ ni
1k.tSA
10
SP
01
EROSION
&
SEDIMENT
CONTROL
LS
1.0
$
L \(j,C)
$ LICO“Ob
11
8030-108-A-0
TRAFFIC
CONTROL
LS
1.0
$
Cie0
aCi)
$ ico.1th
TOTAL
GRID
4 DIVISION
3 $ (Thcp-A
,I
8a
FORM OF BID
CONTRACT NO. 1079
Page 2 of 5
ITEM
BID
SPECIFICATION
SUPPLEMENTAL
SP
=
SUDAS
*
SPCL
SEE
PROV
DESCRIPTION
UNIT
EST
QTY
UNIT
PRICE
BID
TOTAL
PRICE
BID
DIVISION
4 -TRAIL
REPAIRS
1
7030-108-A-0
REMOVE
SIDEWALK
SF
2,342.8
$ 3.(DO
$ .6?"
2
7030-108-E-0
TRAIL,
PCC,
6"
SF
2,342.8
$ `.4b
$ \cth-t-A
$ \
c(t
53
.i"
3
8030-108-A-0
TRAFFIC
CONTROL
LS
1.0
$ 1
C LQ
.CO
TOTAL
BID
-
DIVISION
4
$
YL0
,\\a•
DIVISION
1
-
ALTERNATE
-
FLETCHER
AVENUE
SIDEWALK
INFILL
1
7030-108-A-0
REMOVE
SIDEWALK/DRIVEWAY
SF
513.3
$ 3, I00
$
64-1
,M
2
7030-108-E-0
SIDEWALK,
PCC,
4"
SF
939.0
$ 'Ti
lab
$ jp I(dl,%v
3
7030-108-E-0
SIDEWALK,
PCC,
6"
SF
199.8
$ %,yp
$ I V
. 6D
4
7030-108-E-0
DRIVEWAY,PCC,5"
SF
183.4
$ . cp
$
v uj:i .ap
5
7030-108-G-0
DETECTABLE
SURFACE
WARNING
SF
38.0
$ 5 ,ob
$ 3a30-CO
6
7030-108-B-0
SAW
CUT,
1/2"
CURB
OPENING
LF
29.6
$ )5,0C:10
$ 351lg,CU
7
7040-108-H-0
REMOVE
PAVEMENT
SF
16.0
$ �] .CO
$ W
S°
8
SP
#4
FULL
DEPTH
PATCH,
PCC ,
9"
SF
16.0
$
Via, CO
$
$ LyiNi
tga,CO
,
Q5
9
2010-108-E-0
EXCAVATION,
CLASS
10
SF
1384.9
$ y , J
10
9010-108-C-0
HYDROSEEDING
SF
1200.3
$
A ,dib
$ )1-0b43U,
$
\ t3N
,
CJ
11
SP
#5
SUBDRAIN
EXTENSION
LS
1.0
$ t'(,CO
12
8030-108-A-0
TRAFFIC
CONTROL
LS
1.0
$ rSID.CO
$ ?;CO-(1)
$ '1%O0SCL3
$
?--ncO
13
SP
#1
EROSION
&
SEDIMENT
CONTROL
LS
1.0
TOTAL
BID
b
DIVISION
1 - ALTERNATE
$ a-1
, tr,o\ t
t l
TOTAL
BID
DIVISIONS
1, 2,
3 A
4
$
I
lb,
(0A)
,L1L\
fl
li
b I
TOTAL
BID
DIVISION
1
t ALTERNATE
$
,(a
4
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.
FORM OF BID
CONTRACT NO. 1079 Page 3 of 5
4. Security in the sum of 5 . Dollars ($
dit915.13 ) in the form of V). \,n V , 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 Resident Bidder Certification ( ), or Non -Resident Bidder
Certification ( ). (Mark one.)
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
$10,000.00 in work for the City in the current calendar year, are prepared to submit an
AAP or Update and an EOC, within ten (10) days of notification that the bid submitted is
lowest and acceptable.
9. The bidder has received the following Addendum or Addenda:
Addendum No. Date
10. The bidder shall list the MBE/WBE subcontractor(s), amount of subcontracts and bid items
on the City of Waterloo Minority and/or Women Business Pre -bid Contact Information
Form submitted with this Form of Bid or Proposal. The apparent low Bidder shall submit a
list of all other Subcontractor(s) to be used on this Project to the City of Waterloo by 5:00
p.m. the business day following the day Bids on this Project are due along with the Non -
Collusion Affidavits of All Subcontractor(s).
The Contractor shall submit information on subcontractors on "SUBCONTRACTOR
REQUEST AND APPROVAL' Form to be provided by City prior to approval of contract.
The subcontractors listed on this proposal and/or submitted to the Contract Compliance
Officer cannot be changed except for the following reasons:
1) The City of Waterloo does not approve the subcontractors.
2) The subcontractors submit in writing that they cannot fulfill their subcontracts.
11. The bidder has filled in all blanks on this proposal. Those blanks not applicable are
marked "none" or "NA".
12. The bidder has attached all applicable forms.
13. The Owner reserves the right to select alternates, delete line items, and/or to reduce
quantities prior to the award of a contract due to budgetary limitations.
FORM OF BID
CONTRACT NO. 1079 Page 4 of 5
rue44 Len C b ntitrue-h nn LLB tr)7i/33
(Name of Bidder) (Date)
BY: 1 rock 4 n arc) Title (Xcner
Official Address: (Including Zip Code):
I oOl D k:x
I.R.S. No. Lib-- \_5(nN0r)r3)$
FORM OF BID
CONTRACT NO. 1079 Page 5 of 5
FY 2024 SIDEWALK INFILL, SIDEWALK RAMP & TRAIL
REPAIR PROGRAM o ZONE 3
CONTRACT NO. 1079
CONTRACT DOCUMENTS
TABLE OF CONTENTS
1. NOTICE OF PUBLIC HEARING
2. NOTICE TO BIDDERS
3. INSTRUCTIONS TO BIDDERS
4. FORM OF BID OR PROPOSAL
5. SALES TAX EXEMPTION INFORMATION FORM
6. FORM OF BID BOND
7 NON -COLLUSION AFFIDAVITS (Prime)
8. EQUAL OPPORTUNITY CLAUSE
9. TITLE VI CIVIL RIGHTS
10. BIDDER STATUS FORM
11. AFFIRMATIVE ACTION PROGRAM
12. POTENTIAL ITEMS OF WORK FOR MBE/WBE PARTICIPATION
A. SUBCONTRACTOR'S BID REQUEST FORM,
B. LETTER FORM FOR SUBCONTRACTOR QUOTES (CCO-3)
C. MBE/WBE SCOPE LETTER, (CCO-4)
D. MBE AND/OR WBE PREBID CONTACT INFORMATION FORM (CCO-4A)
E. MBP/WBE LETTER OF INTENT TO BID (CCO-5)
13. WATERLOO/CEDAR FALLS MINORITY AND WOMEN BUSINESSES
ENTERPRISE CONSTRUCTION AND MAINTENANCE
CONTRACTOR'S GUIDE
14. STATEMENT OF BIDDER'S QUALIFICATIONS
15. GENERAL SPECIAL PROVISIONS
16. SPECIAL PROVISIONS
17. GENERAL SPECIFICATIONS FOR CONSTRUCTION
18. SUPPLEMENTAL GENERAL SPECIFICATIONS FOR CONSTRUCTIONS
19. FORM OF CONTRACT
20. FORM OF PERFORMANCE BOND
21. FORM OF PAYMENT BOND
Highlighted items must be included with bid.
7
ti»1201ill:: ,ii I!,C;III,:jIC;/MicHkil
Inn Ari,ei!li 10 1: 11W�\II ,IIC II II\1I I; :III ,Il ,y SII DO4W\I1,IIC ' II'I;/\II I1,
CON
[k
II'I���/�Cc"I►' Ih\'I,1J11079
CITY OF
(1)tid WATERLOO
Engineering
WILLIAM W. CASTLE, P.E.
Uconne Number 19715
My Ucanae Ronowal Mato is tlecombor 31, 2023,
Pages or shoots covered by this anal :
1 hereby certify that this engineering
document was prepared by me or under
my direct personal supervision and that I
am a duly Iicensd Professional Engineer
under the laws the State of Iowa,
6/#05
•
1
MBE/1NBE BUSINESS ENTERPRISE
PRE -BID CONTACT INFORMATION FORM
Prime Contractor Name: -:6Len ec on , LLr
Project: i``( ,Q3aLl S\dELcz_Alk Toctit1,a'‘Cketh.1\11\ Ra , Tc�'�l Letting Date: (e/,9n?I&3
Reov- col 7.cne 3 - rani ray± kb`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.
Contractor Signature:
Title: (; Cr)e c
Date:
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. Rudy e c3@ L314}-erteo
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 IRE -BID
MBE/WBE BUSINESS ENTERPRISE CONTACTS
Quotes
Received
Quotation
used
in
bid
Subcontractors
MBERNDE
Contacted
Dates
Yes/No
Contacted
Dates
Yes/No
Dollar
be
Amount
Subcontracted
Proposed
to
(Form CCO-4) Rev. 06-20-02
MBE/WBE BUSINESS ENTERPRISE
PRE -BID CONTACT INFORMATION FORM INSTRUCTIONS
Prime Contractor Responsibilities:
Prime Contractors bidding on City of Waterloo contract work are required to ensure that MBE/WBE businesses are
provided the opportunity to participate in the performance of contracts and subcontracts. Prime contractors are required to
assist MBE/WBE businesses in overcoming barriers to participation, and must make good faith efforts to secure bids from,
and award subcontracts to, MBE/WBE businesses. For all contract bids of $50,000 or more, the following is required to
demonstrate good faith efforts in accordance with this policy:
1. "MBE/WBE BUSINESS ENTERPRISE PRE -BID CONTACT INFORMATION FORM" submitted with the prime contractor
bid, properly completed and signed on Form CCO-4 (Rev. 06-20-02). Please note that this document must include all
subcontractor contacts, bids received, and awarded - not just those related to disadvantaged business enterprise vendors.
2. A minimum of three (3) MBE/WBE business contacts must be made and documented, if there are at least three (3)
MBE/VVBE businesses offering services in the areas to be subcontracted (see City of Waterloo MBE/WBE Certified List). If
less than three (3) are offering the services to be subcontracted, then a contact is required for any that are listed as
providing that service. If you have submitted a MBE/WBE contact not on the City's MBE/WBE list, attach a copy of the
certification from another government agency.
3. Contacts to each MBE/WBE businesses are required to be a minimum of seven (7) working days prior to the date the
prime contractor submits the bid to the City of Waterloo.
4. The following documentation must accompany the "MBE/WBE BUSINESS ENTERPRISE PRE -BID CONTACT
INFORMATION FORM" for each MBE/WBE business contacted:
a. A copy of the bid received from the MBE/VVBE, OR
b. If no bid was received, a copy of correspondence received from the MBE/WBE with a "no bid" response, OR
c. If no response was received, a copy of the solicitation sent to the MBE/WBE with proof of mailing attached.
5. if any MBE/WBE business submitting bids are not selected for subcontract award, documentation must accompany the
"MBE/WBE BUSINESS ENTERPRISE PRE -BID CONTACT INFORMATION FORM" on why the MBE/WBE was not
selected. These reasons could include:
a. Not low bid. Copies of the competing bids may be required for verification.
b. MBE/WBE did not bid, withdrew bid or was non -responsive.
c. Documentation of other business -related reason for not selecting the MBE/WBE business for a subcontract.
d. Prime contractor self performs work.
e. Any other reason relied on by the Prime Contractor.
The Contract Compliance Officer will determine the weight to be given to each item listed above (supported by appropriate
documentation) based on overall program goals.
Subcontractors Responsibilities:
1. Each MBE/WBE firm planning to submit quotes on construction projects with goals, shall submit a Letter of
Intent to Bid (Form CCO-5) to the City Contract Compliance Officer seven (7) working days prior to bid opening, listing
specific items which the MBE/WBE firm is interested in bidding. If the City Contract Compliance Officer does not
receive sufficient scope letters seven (7) working days prior to bid opening, goals on subject project will be reduced
accordingly. Agreements between the bidder/proposer and an MBE/WBE in which the MBE/WBE promises not to
provide subcontracting quotations to other bidders/proposers are prohibited.
Form CCO-4A Rev. 07-08-02
iliddor° Status Form
To be completed by all bidders
Part A
Please answer "Yes" or "No" for each of the following:
Qyes QNo
Yes ONo
Yes No
GSYes ONo
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 Paris C and D of this form.
To be completed by resident bidders
Part
3
My company has maintained offices in Iowa during the past 3 years at the following addresses:
Dates: / / to / / )04Address: 1 ,-e)i 8 -0>(- IRC�
City, State, Zip: c\c3ctp. TU L AC'L t
/ to / / Address:
City, State, Zip:
Dates: / / to / / Address.
You may attach additional sheet(s) if needed. City, State, Zip.
Dates: /
To be completed by nonresident bidders
Par`: 'L
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 0
force preferences or any other type of preference to bidders or laborers? Yes No
3. If you answered "Yes" to question 2, identify each preference offered by your company's home state or foreign country
and the appropriate legal citation.
You may attach additional sheet(s) if needed.
To be completed by all bidders
Part D
I certify that the statements made on this document are true and complete to the best of my knowledge and I know that my
failure to provide accurate and truthful information may be a reason to reject my bid.
Firm Name: __DC(C`k Zv i l C c )S4( ESL` i rC Lim'_
Signature:
Date: Wftw'33
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)
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.
TITLE VI CIVIL RIGHTS Page 2 of 2
NON -COLLUSION AFFIDAVIT OF SUBCONTRACTOR
State of )
County of )
, being first duly sworn, deposes and says that:
) ss:
1. He is (Owner, Partner, Officer, Representative or Agent) of
hereinafter referred to as the "Subcontractor;"
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 proposalis genuine and is not a collusive or sham proposal;
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 subcontractor's 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
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 par(, of the,hidder or,any of its agents,
representatives, owners, employees, or parties in interest, including this affiantt.
(Signed)
Title
Subscribed and sworn to before me this day of 20
Title
My commission expires .
NON -COLLUSION AFFIDAVIT OF PRIME BIDDER
State of 1 (Nk `
County of .} eACk i-\oce\C
wick F\s •e n
)ss
, being first duly sworn, deposes and says that:
1. He is (Owner, Partner, Officer, Representative, or Agent) , of 13vrek CIxnl rues lic:01
LLC , 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.
£ZOZ `17, d s saildx3 uocssIwwoJ I(w
L I.99ZR Thgwns uol98lwwo) !'J
UMol - leas 1WIJ*low c
39Y1S32M3dS 2133N3dS
f"riztrivr-iwri; a-cg,►its-*ttn—
Subscribed and sworn to before me this
(Signed)
Title
My commission expires SUVA 1 \ \ �4L 3
day of J (Asi\Ci
, 20 5.
BID BOND
KNOW ALL MEN BY THESE PRESENTS, that we
as Principal, and as Surety, are held and firmly
bound unto the CITY OF WATERLOO Iowa, hereinafter called "OWNER." In the penal sum
Dollars ($ ) 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 day of
20 ,for
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 day of A D 20 .
(Seal)
Principal
By
(Title)
(Seal)
Witness Surety
By
Witness Attorney -in -fact
BID BOND Page 1 of 1
INFORMATION NEEDED
FOR
IOWA CONSTRUCTION SALES TAX EXEMPTION CERTIFICATE
CONTRACTOR NAME' LJr�<-� �� C•s'�
ADDRESS: 1.70i z
771
(Check One): PRIME C
FEDERAL ID#:
SUBCONTRACTOR
PROJECT NAME:
/ 2 oz v
PROJECT CONTRACT NO.:
DESCRIPTION OF WORK:
Li Brickwork
❑ Carpentry
❑ Concrete
all -Plaster -Insulation
/o 7s
❑ Electrical
Li Excavation/Grading
❑ Flooring
❑ Heavy Construction
❑ Heating -Ventilating -Air Cond
❑ Landscaping
❑ Painting
❑ Paving
Li Plumbing
❑ Roofing -Siding -Sheet Metal
❑ Windows
❑ Wrecking -Demolition
• Other (Please specify)