HomeMy WebLinkAboutDave Schmitt Construction, Co., Inc.0.
Y
CONSTRUCTION CO. INC.
250 50TH AVE. S.W.
CEDAR RAPIDS, IOWA 52404
(319) 365-8669 FAx (319) 365-2677
SEWER • TRUCKING • EXCAVATION • WATER • GRADING • DEMOLITION
To: P'( 2S sera s-w e - S ec".' ij pc 1
14C P gseactis. ince.rt ,'wOr 5 ill
Pisces iCt
soft
4,2_,
CONSTRUCTION CO. INC.
250 50TH AVE. S.W.
CEDAR RAPIDS, IOWA 52404
(319) 365-8669 FAX (319) 365-2677
SEWER • TRUCKING • EXCAVATION • WATER • GRADING • DEMOLITION
To: r't )-a.) 3 STD StK Q- rya lanssar
ecoc ►t biz fl-tocev tca 7 Atelp aher-,
,PLS- c o 4 Nces
g lJ Ptzcytiora-
FORM OF BID OR PROPOSAL
FY 2025 STATE STREET SANITARY SEWER REPLACEMENT AND STORM SEWER DISCONNECTS
CONTRACT NO. 1110
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 tbwck,
a Partnership consisting of the following partners: e , N i0n5 tr,c,k-i ar
, 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 2025
STATE STREET SANITARY SEWER REPLACEMENT AND STORM SEWER DISCONNECTS, Contract No.
1110, all in accordance with the above -listed documents and for the unit prices for work in place for the
following items and quantities:
FY 2025 STATE STREET SANITARY SEWER REPLACEMENT AND STORM SEWER DISCONNECTS -
CONTRACT NO. 1110
DIVISION I - STATE STREET SANITARY SEWER REPLACEMENT
BID
ITEM
SUDAS SPECIFICATION
* SEE SUPPLEMENTAL
DIVISION 2 - EARTHWORK
DESCRIPTION
DIV 1 EST UNIT BID PRICE
QTY
1
2010-108-D-1*
TOPSOIL, 4 INCHES, ON SITE
SY
1720.0
2
2010-108-E *
EXCAVATION, CLASS 10
CY
736.0
3
SEE EST. REF.
EXCAVATION, CLASS 10, WASTE
CY
732.0
4
2010-108-J
SUBBASE, MODIFIED, 10 INCH DEPTH
SY
0.0
5
2010-108-J
SUBBASE, 1 INCH ROADSTONE, 7 INCH DEPTH
SY
2366.0
DIVISION 4 - SEWERS AND DRAINS - SANITARY
6
4010-108-A
SANITARY SEWER, TRENCHED, TRUSS, 12 INCH
LE
516.1
7
4010-108-A
SANITARY SEWER, TRENCHED, TRUSS, 10INCH
LF
312.2
8
4010-108-E
SANITARY SEWER SERVICE STUB, SDR 23.5, 6 INCH
LF
386.0
9
SEE EST. REF.
SANITARY SEWER SERVICE, UNDERGROUND
EACH
2.0
INVESTIGATION
DIVISION 4 - SEWERS AND DRAINS - STORM
10
4020-108-A
STORM SEWER, TRENCHED, RCP 2000D, 15 INCH
LF
-
11
4020-108-A
STORM SEWER, TRENCHED, RCP 2000D, 12 INCH
LF
-
12
4020 108 D
REMOVAL OF STORM SEWER, RCP, LESS THAN OR
EQUAL TO 36INCH
LF
-
13
4020-108-G
STORM SEWER ABANDONMENT, FILL AND PLUG,
10 INCH PIPE
LF
-
14
4040-108-D
SUBDRAIN OUTLET TO STRUCTURE, 6 INCH
EACH
-
$ 9,15
$ S. of
$ (a\. Dt
$ 5b
$
$ 1)55,bD
$ 6, 1. b b
$ GS.a
$ ;)it-tt,
$ 35,7`14,4t.
$ $1,195:oce
$ 2$I a. 0-c)
$ b, G d
$ cs. c O
5.3$ 6.60
$ ;0.at)
$ 03.5 a
$ o-da
$ C>. ao
FORM OF BID
CONTRACT NO. 1110
Page 1 of 5
DIVISION 5 - WATER MAINS AND APPURTANCES
15
SEE EST. REF.
CONVERT WATER MANHOLE TO ROADBOX
EACH
-
16
SEE EST. REF.
WATER SERVICE, LOWER AND INSULATE
EACH
5.0
DIVISION 6 - STRUCTURES FOR SANITARY AND STORM SEWERS
17
6010-108-A
MANHOLE, SW-301, 48"
EACH
2.0
18
6010-108-A
MANHOLE, SW-401, 48"
EACH
-
19
6010-108-B
INTAKE, SW-501, SINGLE GRATE
EACH
-
20
6010-108-B
EACH
-
INTAKE, SW-512, 24", TYPE 4B CASTING
21
6010-108-G *
CONNECTION TO EXISTING MANHOLE OR INTAKE,
STORM
EACH
22
6010-108-H
REMOVE MANHOLE OR INTAKE
EACH
2.0
DIVISION 7 - STREETS AND RELATED WORK
SIDEWALKS, SHARED USE PATHS AND DRIVEWAYS
23
7010-108-E *
LF
-
CURB & GUTTER, 24-INCH WIDE, 7-INCH DEPTH,
PCC, C-4
24
7030-108-A-1
REMOVAL OF SIDEWALK
SY
108.4
25
7030-108-A-3
REMOVAL OF DRIVEWAY
SY
17.8
26
7030-108-E
SIDEWALK, PCC, 4 INCH, C-4
SY
22.2
27
7030-108-E
SIDEWALK, PCC, 6 INCH, C-4
SY
83.0
28
7030-108-G
DETECTABLE WARNINGS
SF
120.0
29
7030-108-H-1
DRIVEWAY, PAVED, PCC, 5 INCH, C-4
SY
17.8
30
7030-108-H-1
ALLEY, PAVED, PCC, 6 INCH, C-4
SY
46.5
31
7030-108-H-3
DRIVEWAY, GRANULAR, 4INCH
TON
79.5
PAVEMENT REHABILITATION
32
7040-108-H * 1
PAVEMENT REMOVAL, SEAL COAT
SY
2368.0
DIVISION 8 - PAVEMENT MARKINGS AND TRAFFIC CONTROL
33
8030-108-A
TEMPORARY TRAFFIC CONTROL
LS
0.75
DIVISION 9 - SITE WORK AND LANDSCAPING
SEEDING
34
9010-108- B *
HYDRAULIC SEEDING, SEEDING, FERTILIZING AND
SY
1720.0
MULCHING - TYPE 1
35
9010-108-E *
SY
430.0
WARRANTY
EROSION AND SEDIMENT CONTROL
36
9040-108-Q-2
EROSION CONTROL MULCHING, HYDROMULCHING
SY
1720.0
37
9040-108-T-1 *
EACH
6.0
INLET PROTECTION DEVICE, INSTALLATION
38
9040-108-T-2 *
INLET PROTECTION DEVICE, MAINTENANCE
EACH
6.0
DIVISION 11 - MISCELLANEOUS
39
11010-108-A
CONSTRUCTION SURVEY
LS
0.75
40
11020-108-A
MOBILIZATION
LS
0.75
$ ,)t3q. (so $ 6"
$ 1-7“,"6ts $ $836,o�
$ S3 g4.a-o $ 16 76,&a
$ 3-7aq.66-p $ 6.0 6
$ `iS5`I,�a $ d, a o0
$ I�,`�3.aD $ , o b
460
$ ! uco8.6ts $ a s3ca, d a
a o,ot) $ o, a d
14C $ 7S, ob
$ I tG . as $ ` 11)9, 3- t)
$ 1 c7•�� $ •t3 tc .0
$ yS.al a $ 6Ctaa OD
$ • ,.'61 .6
$ /bg,aa $ .So3).o�
$ 3Cil").)5—
$ 3566,60 $ e Lac o �
O.go $ ?.; a o
$ LN, 3.5 $ 2iS oa
$ ►db $ 305.a
$ /. o U $ 1pi a D
$1e;cdo 00 $ /0 bb&0
$ 55t1.00 $ IR:ISS21
TOTAL BID DIVISION I
$ s6 l acc Lt
FORM OF BID
CONTRACT NO. 1110
Page2of5
DIVISION
II
—
BUTLER
AVENUE
AND
DEARBORN
AVENUE
STORM
SEWER
DISCONNECTS
ITEM
BID
SUDAS
*
SEE
SUPPLEMENTAL
SPECIFICATION
DESCRIPTION
1
UNIT
DIV
QTY
2
EST
UNIT
BID
PRICE
TOTAL
BID
PRICE
DIVISION 2 - EARTHWORK
1
2010-108-D-1*
TOPSOIL, 4 INCHES, ON SITE
SY
1053.0
2
2010-108-E *
EXCAVATION, CLASS 10
CY
-
3
SEE EST. REF.
EXCAVATION, CLASS 10, WASTE
CY
_
4
2010-108-J
SUBBASE, MODIFIED, 10INCH DEPTH
SY
637.0
5
2010-108-J
SUBBASE, 1 INCH ROADSTONE, 7 INCH DEPTH
SY
-
DIVISION 4 - SEWERS AND DRAINS - SANITARY
6
4010-108-A
SANITARY SEWER, TRENCHED, TRUSS, 12 INCH
LF
-
7
4010-108-A
SANITARY SEWER, TRENCHED, TRUSS, 10 INCH
LF
-
8
4010-108-E
SANITARY SEWER SERVICE STUB, SDR 23.5, 6 INCH
LF
-
9
SEE EST. REF.
SANITARY SEWER SERVICE, UNDERGROUND
INVESTIGATION
EACH
DIVISION 4 - SEWERS AND DRAINS - STORM
10
4020-108-A
STORM SEWER, TRENCHED, RCP 2000D, 15 INCH
LF
899.5
11
4020-108-A
STORM SEWER, TRENCHED, RCP 2000D, 12 INCH
LF
695.9
12
4020-108-D
REMOVAL OF STORM SEWER, RCP, LESS THAN OR
EQUAL TO 36 INCH
LF
194.2
13
4020-108-G
STORM SEWER ABANDONMENT, FILL AND PLUG,
10 INCH PIPE
LF
84.0
14
4040-108-D
SUBDRAIN OUTLET TO STRUCTURE, 6INCH
EACH
8.0
DIVISION 5 - WATER MAINS AND APPURTANCES
15
SEE EST. REF.
CONVERT WATER MANHOLE TO ROADBOX
EACH
1.0
16
SEE EST. REF.
WATER SERVICE, LOWER AND INSULATE
EACH
9.0
DIVISION 6 - STRUCTURES FOR SANITARY AND STORM SEWERS
17
6010-108-A
MANHOLE, SW-301, 48"
EACH
-
18
6010-108-A
MANHOLE, SW-401, 48"
EACH
2.0
19
6010-108-B
INTAKE, SW-501, SINGLE GRATE
EACH
9.0
20
6010-108-B
EACH
3.0
INTAKE, SW-512, 24", TYPE 4B CASTING
21
6010-108-G *
CONNECTION TO EXISTING MANHOLE OR INTAKE,
STORM
EACH
4.0
22
6010-108-H
REMOVE MANHOLE OR INTAKE
EACH
12.0
DIVISION 7 - STREETS AND RELATED WORK
SIDEWALKS, SHARED USE PATHS AND DRIVEWAYS
23
7010-108-E *
LF
258.0
CURB & GUTTER, 24-INCH WIDE, 7-INCH DEPTH,
PCC, C-4
24
7030-108-A-1
REMOVAL OF SIDEWALK
SY
7.4
25
7030-108-A-3
REMOVAL OF DRIVEWAY
SY
-
26
7030-108-E
SIDEWALK, PCC, 4 INCH, C-4
SY
-
27
7030-108-E
SIDEWALK, PCC, 6 INCH, C-4
SY
7.4
28
7030-108-G
DETECTABLE WARNINGS
SF
10.0
$ 44it5
$ d20.(W $ I1,63.
$ Of 0
$ 3-6
$ 41, op $ (3 bCSS t
$ 4S,`to $ `j5&fl a'
$ )1,36 $ `1.413.��.
$ D ».ac $ R/4414
$ 1)(>. 50 $ 9404, oa
$ aI 39, et.
$ an o
$ 15 7S °19
$ S38`i. bt $ 6
$ 37al, oa $
$ `Is(s zo $ t3s1 4. db
$ (`''it 3 . a o $ yr ,"
$ Ea., $ Yr3ad az
$ I ) ‘14.-6 6
$ 4).4,05 $ St4.6, 0
$ e). /$ 5t 't t
$ /7 Cg, $ ar 0-6
$ j BG.b o $ O. o
$ /C:), 5 t $ 1C3 3 t �D
$ 115,b0 $ -t6D, oe
FORM OF BID
CONTRACT NO. 1110
Page 3 of 5
29
7030-108-H-1
DRIVEWAY, PAVED, PCC, 5 INCH, C-4
SY
-
30
7030-108-H-1
ALLEY, PAVED, PCC, 6 INCH, C-4
SY
23.7
31
7030-108-H-3
DRIVEWAY, GRANULAR, 4INCH
TON
35.7
PAVEMENT REHABILITATION
32
7040-108-H *
PAVEMENT REMOVAL, SEAL COAT
SY
637.0
DIVISION 8 - PAVEMENT MARKINGS AND TRAFFIC CONTROL
33
8030-108-A
TEMPORARY TRAFFIC CONTROL
LS
0.25
DIVISION 9 - SITE WORK AND LANDSCAPING
SEEDING
34
9010-108-B *
HYDRAULIC SEEDING, SEEDING, FERTILIZING AND
SY
1053.0
MULCHING - TYPE 1
35
9010-108-E *
SY
264.0
WARRANTY
EROSION AND SEDIMENT CONTROL
36
9040-108-Q-2
EROSION CONTROL MULCHING, HYDROMULCHING
SY
1053.0
37
9040-108-T-1 *
INLET PROTECTION DEVICE, INSTALLATION
EACH
15.0
38
9040-108-T-2 *
EACH
15.0
INLET PROTECTION DEVICE, MAINTENANCE
DIVISION 11 - MISCELLANEOUS
39
11010-108-A
CONSTRUCTION SURVEY
LS
0.25
40
11020-108-A
MOBILIZATION
LS
0.25
TOTAL BID = DIVISION I + DIVISION II
$ 1&C 400 $ 060
$ l cs34 C>t>
$ Lt5.5b $ rcati.a5
$ a $ (7fl:1
$ 35 a t , v a $ 575.
$ 1.4; $ 13c6.)c
$ as" $ % s s
$ 76--.t,40
$ lb, o60, $ Socl.cz
$ 2SStribd $
$ 53E)
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 ($ ttVer
) in the form of a,(1 t„ul , 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.
FORM OF BID CONTRACT NO. 1110 Page 4 of 5
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.
-l�Q,u �c
(Name of Bidder) (Date)
BY: c�-, Rbsd-- Title s r'',4-4,...
Official Address: (Including Zip Code):
a5D s � (S t
I.R.S. No. 9 a " 38 Sb22
5 14 49
FORM OF BID
CONTRACT NO. 1110 Page 5 of 5
NON -COLLUSION AFFIDAVIT OF PRIME BIDDER
State of aoto‘
)ss
County of
t fie (:(3 ul��
, being first duly sworn, deposes and says that:
1 He is (Owner, Partner, Officer, Representative, or Agent) , of 77ThJP 6e-k
, 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 propaqd 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 aJfint.' ti
(Signed
eivei
?r,e_c;
Title
Subscribed and sworn to before me this, d day o1,4)141 "I
,fZo Cc4 /t/15/1Qt r
`Title
My commission expires ao6
�£ f `.to JOSH JAMES PLEIN
T. Commission Number 751573
• My Commission Expires
March 5, 2026
, 2029
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 City's Affirmative Action Officer, for the purpose of investigation to ascertain compliance with this
contract and with rules and regulations of the City's Affirmative Action Program Contract Compliance Provisions
relative to Resolution No. 24664.
6. In the event of the contractor's non-compliance with the non-discrimination clauses of this contract or with any of such
rules, regulations and orders, this contract may be canceled, terminated or suspended in whole or in part and the
contractor may be declared ineligible for further contracts in accordance with procedures authorized by the City Council.
7 The contractor, subcontractor, vendor and supplier of goods and services will include, or incorporate by
reference, the provisions of the non-discrimination clause in every contract, subcontract or purchase order
unless exempted by the rules, regulations or orders of the City's Affirmative Action Program, and will provide
in every subcontract, or purchase order that said provisions will be binding upon each contractor,
subcontractor, or supplier.
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)
6.4n 14J---7
(Appropriate Official)
:�t%h,-fie 04) 1
(Title) (Date)
TITLE VI CIVIL RIGHTS
During the performance of this contract, the contractor (for itself), its assignees, and successors
in interest (hereinafter referred to as the `contractor') agrees as follows:
1. Compliance with Regulations: The contractor shall comply with the Regulations relative
to non-discrimination in Federally assisted programs of the DOT Title 49, Code of
Federal Regulations, Part 21, as they may be amended from time to time, (hereinafter
referred to as the Regulations), which are herein incorporated by reference and made a
part of this contract.
2. Nondiscrimination: The contractor, with regard to the work performed by it during the
contract, shall not discriminate on the grounds of race, color, national origin, sex, age, or
disability in the selection and retention of subcontractors, including procurement of
materials and leases of equipment. The contractor shall not participate either directly or
indirectly in the discrimination prohibited by section 21.5 of the Regulations, including
employment practices when the contract covers a program set forth in Appendix B of the
Regulations.
3. Solicitations for Subcontracts, Including Procurement of Materials and Equipment: In all
solicitations either by competitive bidding or negotiation made by the contractor for work
to be performed under a subcontract, including procurement of materials or leases of
equipment, each potential subcontractor or supplier shall be notified by the contractor of
the contractor's obligations under this contract and the Regulations relative to non-
discrimination on the grounds of race, color, national origin, sex, age, or disability.
4. Information and Reports: The contractor shall provide all information and reports
required by the Regulations or directives issued pursuant there to, and shall allow
access to its books, records, accounts, other sources of information, and its facilities as
may be determined by the Contracting Authority, the Iowa DOT, or FHWA to be pertinent
to ascertain compliance with such Regulations, orders and instructions. Where any
information required of a contractor is in the exclusive possession of another who fails or
refuses to furnish this information the contractor shall so certify to the Contracting
Authority, the Iowa DOT, or the FHWA as appropriate, and shall set forth what efforts it
has made to obtain the information.
5. Sanctions for Noncompliance: In the event of the contractor's noncompliance with the
nondiscrimination provisions of this contract, the Contracting Authority, the Iowa DOT, or
the FHWA shall impose such contract sanctions as they may determine to be
appropriate, including, but not limited to:
a. Withholding of payments to the contractor under the contract until the contractor
complies, and/or
b. Cancellation, termination, or suspension of the contract, in whole or in part.
6. Incorporation of Provisions: The contractor shall include the provisions of paragraphs
(1) through (6) in every subcontract, including procurement of materials and leases of
equipment, unless exempt by the Regulations, or directives issued pursuant thereto.
The contractor shall take such action with respect to any subcontract or procurement as
the Contracting Authority, the Iowa DOT, or the FHWA may direct as a means of
enforcing such provisions including sanctions for non-compliance: Provided, however,
TITLE VI CIVIL RIGHTS Page 1 of 2
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
Bidder Status Form
To be completed by all bidders
Part A
Please answer "Yes" or "No" for each of the following:
Yes ONo
® Yes ONo
® Yes ONo
O Yes ONo
0 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 B
My company has maintained offices in Iowa during the past 3 years at the following addresses:
Dates:
Dates:
Dates:
/ t /my' to
/
/
/ �'\- / )-Le Address. ,-6-°
City, State, Zip.
/ to / / Address.
City, State, Zip'
/ to / / Address'
Ca- J, ets
I
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? 0 Yes 0 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: .tot S,A^,.• if ((A5t-raa-14
Signature:
L khyd, Date: 03/42 (4
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
Yes
Yes
0 Yes
Yes
Yes
O YesQ No
Yes
Yes
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)
MBE/WBE BUSINESS ENTERPRISE
PRE -BID CONTACT INFORMATION FORM
Prime Contractor Name: aloe- Ste, H (ons1 to dst o,
Project: ri Ws- st-koc6 scre,6c-r- s etrireiAl 5E tt rc mcw,--,v Letting Date:
A ro 6�ia-ti 3•- 4fl 013 O. in C
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. r--'
Title: sIv -
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.
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
-Tarr
gia
/awns-j
geSAY
' An
llescti to
is (onamk-
(NAN
aVvSSRIJOik
is (I
Veil ()-1
iu
(Form CCO-4) Rev. 06-20-02
BID BOND
KNOW ALL MEN BY THESE PRESENTS, that we, Dave Schmitt Construction Co., Inc.
as Principal, and United Fire & Casualty Company
bound unto the
, as Surety, are held and firmly
CITY OF WATERLOO , Iowa, hereinafter called "OWNER." In the penal sum
Five Percent of the Total 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 22nd day of
August 20 24 for
FY 2025 State Street Sanitary Sewer Replacement and Storm Sewer Disconnects in the City of Waterloo, Iowa; Contract No. 1110
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 19th day of August , A.D. 20 24
Wit
ess
Witne
/ / 1
Sara Huston
Dave Schmitt Construction Co., Inc. (Seal)
Principal
By in (C7/-Cif---
United 5 & C;Q alty Company
re
ttorney-in-fact Anne Crowner
(Title)
CORPORATE
SEAL
Jinuaty ? 1946
BID BOND
Page 1 of 1
tifg
INSURANCE
UNITED FIRE & CASUALTY COMPANY, CEDAR RAPIDS, IA
UNITED FIRE & INDEMNITY COMPANY, WEBSTER, TX
FINANCIAL PACIFIC INSURANCE COMPANY, LOS ANGELES, CA
CERTIFIED COPY OF POWER OF ATTORNEY
(original on file at Horne Office of Company — See Certification)
Inquiries: Surety Department
118 Second Ave SE
Cedar Rapids, IA 52401
KNOW ALL PERSONS BY THESE PRESENTS, That United Fire & Casualty Company, a corporation duly organized and existing under the laws
of the State of Iowa; United Fire & Indemnity Company, a corporation duly organized and existing under the laws of the State of Texas; and
Financial Pacific Insurance Company, a corporation duly organized and existing tuider the laws of the State of California (herein collectively called
the Companies), and having then corporate headquarters in Cedar Rapids, State of Iowa, does make, constitute and appoint
CRAIG E. HANSEN, JAY D. FREIERMUTH, BRIAN M. DEIMERLY, ANNE CROWNER, TIM MCCULLOH, DIONE R. YOUNG,
MICHELLE GRUIS, JOE TIERNAN, SETH D. ROOKER, SARA HUSTON, SHELBY GREINER, GINGER HOKE, JOHN CORD,
JENNIFER MARINO, BEN WILLIAMS, KATE ZANDERS, JAMIE GIFFORD, GRACE DICKINSON, EACH INDIVIDUALLY
their true and lawful Attorneys) -in -Fact with power and authority hereby conferred to sign, seal and execute in its behalf all lawful bonds,
undertakings and other obligatory instruments of similar nature provided that no single obligation shall exceed $100, 000, 000.00
and to bind the Companies thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of the Companies
and all of the acts of said Attorney, pursuant to the authority hereby given and hereby ratified and confirmed.
The Authority hereby granted is continuous and shall remain in full force and effect until revoked by United Fire & Casualty Company, United Fire &
Indemnity Company, and Financial Pacific Insurance Company.
This Power of Attorney is made and executed pursuant to and by authority of the following bylaw duly adopted by the Boards of Directors of United
Fire & Casualty Company, United Fire & Indemnity Company, and Financial Pacific Insurance Company.
"Article VI — Surety Bonds and Undertakings"
Section 2, Appointment of Attorney -in -Fact. "The President or any Vice President, or any other officer of the Companies may, from time to time, appoint by written
certificates attorneys -in -fact to act in behalf of the Companies in the execution of policies of insurance, bonds, undertakings and other obligatory instruments of like nature.
The signature of any officer authorized hereby, and the Corporate seal, may be affixed by facsimile to any power of attomey or special power of attorney or certification of
either authorized hereby; such signature and seal, when so used, being adopted by the Companies as the original signature of such officer and the original seal of the
Companies, to be valid and binding upon the Companies with the seine force and effect as though manually affixed. Such attorneys -in -fact, subject to the limitations set of
forth in their respective certificates of authority shall have full power to bind the Companies by their signature and execution of any such instruments and to attach the seal
the Companies thereto. The President or any Vice President, the Board of Directors or any other officer of the Companies may at any time revoke all power and authority
previously given to any attorney -in -fact.
$ tcAsv, Je›
*4s
let
0o
Alee
00
ts
Inn s` �, ,�% riff nq►
State of Iowa, County of Lim, ss:
IN WITNESS WHEREOF, the COMPANIES have each caused these presents to be signed by its
vice president and its corporate seal to be hereto affixed this 18t h day of March, 2022
UNITED FIRE & CASUALTY COMPANY
UNITED FIRE & INDEMNITY COMPANY
FINANCIAL PACIFIC INSURANCE COMPANY
BY: ra-sgs...,
Vice President
On 18th day of March, 2022, before me personally came Kyanna M. Saylor
to me known, who being by me duly sworn, did depose and say; that she resides in Cedar Rapids, State of Iowa; that she is a Vice President of United
Fire & Casualty Company, a Vice President of United Fire & Indemnity Company, and a Vice President of Financial Pacific Insurance Company the
corporations described in and which executed the above instrument; that she knows the seal of said corporations; that the seal affixed to the said
instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporations and that she signed her
name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporations.
Patti Waddell
Iowa Notarial Seal
Commission number 713274
My Commission Expires 10/26/2025
Notary Public
My commission expires: 10/26/2025
I, Mary A. Bertsch, Assistant Secretary of United Fire & Casualty Company and Assistant Secretary of United Fire & Indemmity Company, and Assistant
Secretary of Financial Pacific Insurance Company, do hereby certify that I have compared the foregoing copy of the Power of Attorney and affidavit, and
the copy of the Section of the bylaws and resolutions of said Corporations as set forth in said Power of Attorney, with the ORIGINALS ON FILE IN THE
HOME OFFICE OF SAID CORPORATIONS, and that the same are correct transcripts thereof, and of the whole of the said originals, and that the said
Power of Attorney has not been revoked and is now in full force and effect.
In testimony whereof I have hereunto subscribed my name and affixed the corporate seal of the said Corporations
this 19th day of August , 2024
BirlDeA)
Assistant Secretary,
UF&C & OF&I & FPIC
BPOA0049 1217