HomeMy WebLinkAboutEastern Iowa Excavating & Concrete, LLCEastern Iowa Excavating & Concrete LLC
121 Nixon Street SE
P.O. Box 189
Cascade, IA 52033-0189
City Clerk/Auditor of the City of Waterloo
City Hall
715 Mulberry Street
Waterloo, IA 50703
BID ENCLOSED: MLK Wetland A Restoration Project, City Contract No. 1109
�L�
zamarr
1
t
Eastern Iowa Excavating & Concrete LLC
121 Nixon Street SE
P.O. Box 189
Cascade, IA 52033-0189
City Clerk/Auditor of the City of Waterloo
City Hall
715 Mulberry Street
Waterloo, IA 50703
BID SECURITY: MLK Wetland A Restoration Project, City Contract No. 1109
FORM OF BID OR PROPOSAL
MLK WETLAND A RESTORATION PROJECT
CONTRACT NO. 1109
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 Iowa , a
Partnership consisting of the following partners: Chad Demmer- Sole Owner
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 AECOM 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 MLK WETLAND A RESTORATION PROJECT,
CITY CONTRACT NO. 1109, all in accordance with the above -listed documents and for the unit
prices for work in place for the following items and quantities:
MLK WETLAND A RESTORATION PROJECT
CITY OF WATERLOO, IOWA
CITY CONTRACT NO. 1109
Item
Description
Unit
Estimated
Quantiles
Unit
Price
Total
Amount
1
Clearing
and
Grubbing
ACRE
0.6
$14,500.00
$ 8,700.00
2
Topsoil,
Strip,
Salvage
and
Spread
CY
17,691.1
$ 3.80
$ 67,226.18
3
Topsoil,
Contractor
Furnished
CY
540.4
$ 62.25
$ 33,639.90
4
Excavation,
Class
10
CY
24,153.0
$ 7.85
$189,601.05
5
Manhole
Adjustment,
Major
EA
2
$ 3,150.00
$ 6,300.00
6
Removal
of
Recreational
Trail
SY
33.3
$32.25
$1,073.93
7
Recreational
Trail,
PCC,
6"
SY
33.3
$59.50
$1,981.35
8
Traffic
Control
LS
1
$1,600.00
$1,600.00
9
Type
A
Signs,
Sheet
Aluminum
SF
5.8
$850.00
$4,930.00
10
Hydraulic
(Type
2)
Seeding,
Fertilizing
and
Mulching
ACRE
13.1
$
3,225.00
$
42,247.50
11
Hydraulic
Seeding
and
Mulching
(Type
5)
ACRE
4.0
$ 2,450.00
$ 9,800.00
12
Hydraulic
Seeding
and
Mulching
(Wetland)
ACRE
4.0
$ 5,350.00
$ 21,400.00
13
Filter
Sock,
12
in.
LF
350.0
$ 5.85
$ 2,047.50
14
Filter
Sock,
Removal
LF
350.0
$ 0.01
$ 3.50
15
Silt
Fence or
Silt
Fence
Ditch
Check
Installation
LF
7150.1
$1.95
$13,942.70
16
Maintenance
Check
of
Silt
Fence or Silt
Fence
Ditch
LF
715.0
$
0.01
$ 7.15
17
Removal
of
Silt
Fence
or Silt
Fence
Ditch
Check
LF
7470.1
$ 0.01
$ 74.70
18
Stabilized
Construction
Entrance
SY
367.0
$ 23.17
$ 8,503.39
19
Mobilization
LS
1
$ 31,000.00
$ 31,000.00
20
Fence,
Field
LF
3464.1
$ 6.85
$ 23,729.09
21
Field
Fence
Brace
Panels
EACH
70
$ 158.00
$11,060.00
22
Gate,
Field
Fence, 16
Ft.
EACH
2
$ 420.00
$ 840.00
TOTAL
BASE
BID
$ 479,707.93
FORM OF BID
AECOM 60616518
CONTRACT NO. 1109
Page BF-1 OF 3
MLK Wetland A Restoration Project
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. The Contract shall
be awarded based on the TOTAL BASE BID.
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 Five Percent of Amount Bid
) in the form of 5% Bid Bond
accordance with the INSTRUCTIONS TO BIDDERS.
5. Attached hereto is a Non -Collusion Affidavit of Prime Contractor.
Dollars ($ 5%
is submitted herewith in
Attached hereto is the Bidder Status Form indicating Resident Bidder Certification ( X ), 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.
FORM OF BID CONTRACT NO. 1109 Page BF-2 OF 3
AECOM 60616518 MLK Wetland A Restoration Project
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.
Eastern Iowa Excavating & Concrete, LLC
9-26-2024
BY:
(Narpe of Bidder) (Date)
Title Owner
Official Address: (Including Zip Code):
121 Nixon St SE
Cascade, IA 52033
I.R.S. No. 20-0546345
FORM OF BID CONTRACT NO. 1109 Page BF-3 OF 3
AECOM 60616518 MLK Wetland A Restoration Project
THIS PAGE LEFT BLANK INTENTIONALLY
NON -COLLUSION AFFIDAVIT OF PRIME BIDDER
State of Iowa
)ss
County of Dubuque )
Chad Demmer , being first duly sworn, deposes and says that:
1. He is Owner') Partner, Officer, Representative, or Agent) , of Eastern Iowa Excavating
& Concrete, LLC , the Bidder that has submitted the attached Bid;
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 unlawf greement on the part of the Bidder or any of its
agents, representatives, owners, employe or ar es,�yintei°est-including this affiant.
(Signe
Owner
Title
Subscribed and sworn to before me this 26th day of September 20 24 .
H1oJLc (iy
1 11 I n 0-}zt h liii'c\3[l-cfrii --
) Title
My commission expires 04-24-25
MARILU GOMEZ
Commission Number 816612
My Commission Expires
OL/-ZIP ZE
NON -COLLUSION AFFIDAVITS CONTRACT NO.1109 Page NCA-1 OF 2
AECOM 60616518 MLK Wetland A Restoration Project
NON -COLLUSION AFFIDAVIT OF SUBCONTRACTOR
State of 6 GJA.
- ) ss:
County of C7 /0a.' d Y
C a kb b Wei kQ4 , being first duly sworn, deposes and says that:
1 He is (Owner, Partner, ffice?Representative, or Agent)
as the "Subcontrator;"
of Mel kei(-1
hereinafter referred to
2. He is fully informed respecting the preparation and contents of the subcontractor's proposal
submitted by the subcontractor to r sic
contract pertaining to the be) i�, V IPt- (And la C -05crzt-how,_ rC -r> j-eo
project in W,t{tt too t T
(City or County and State)
3. Such subcontractor's proposal is genuine and is not a collusive or sham proposal;
4. 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
5. 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 part of the bidder or any
of its agents, representatives, owners, employees, or parties in interest, including this affiant.
(Signed)
1�
Pre $r ctenit
Title
‘A„.d.Y-
Subscribed and sworn to before me this le day of c op f cr► b Qr , 20 dd Y
RAM1114)7A4-1 nzts6A-cArt
Title
My commission expires d - z r-! - Z s
vt
;tali
MARILU GOMEZ
Commission Number 816612
My Commission Expires
NON -COLLUSION AFFIDAVITS CONTRACT NO.1109 Page NCA-2 OF 2
AECOM 60616518 MLK Wetland A Restoration Project
NON -COLLUSION AFFIDAVIT OF SUBCONTRACTOR
State of Cr-OW 0\
) ss:
County of t1
ic Q n1ison
,.being €1rst duly sworn, deposes and says that:
1. He is Owner Partner(Qfficer)Re•resentative orA•ent
\P\OJ" 9Art.na a- (" r\O_
as the "Subcontractor;" `J
2. He is fully informed respecting
submitted by the subcontractor to
contract pertaining to the Lid
, of
hereinafter referred to
preparation and conte is of the subcontractor's proposal
project In
0
DO
(City or County and State)
3. Such subcontractor's proposal is genuine and is not a collusive or sham proposal;
4. 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
5. 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 part of the bidder or any
of its agents, representatives, owners, employees, or parties in intere including this affiant.
(Signed)
Subscribed and sworn to before me thisn1( 0 day of of 1 `. r
OVicie
My commission expires
,2(3,2g
NON -COLLUSION AFFIDAVITS CONTRACT NO.1109 Page NCA-2 OF 2
c0v n\n% MLK Wetland A Restoration Project
NON -COLLUSION AFFIDAVIT OF SUBCONTRACTOR
State of (4' )
t� ) ss:
County of
/rLuc ti,4 , being first duly sworn, deposes and says that:
1 He is (Owner, Partner, ce Representative, or Agent) , of
as the "Subcontractor;"
hereinafter referred to
He is fully informed respecting the preparation and contents of the subcontractor's proposal
submitted by the subcontractor to
contract pertaining to the /i7 cJC wt~7-c4 sjp /Z.&3-rr) 4.A7 vJ V2a3
project in
(City or County and State)
3. Such subcontractor's proposal is genuine and is not a collusive or sham proposal;
4. Neither the subcontractor nor any of its officers, partners, owners, agents, representatives,
employees, or parties in interest, including this afflant, 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
5. 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 part of the bidder or any
of its agents, representatives, owners, employees, arties in in estr cluding this affiant.
(Signed)
irS r ogt-
Title
Subscribed and sworn to before me this `// day of k � jJ(e%)7>.
My commission expires
NON -COLLUSION AFFIDAVITS
AECOM 60616518
7-J 1
Title
CONTRACT NO.1109 Page NCA-2 OF 2
MLK Welland A Restoration Protect
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,
EQUAL OPPORTUNITY CLAUSE CONTRACT NO. 1109 Page EOC-1 OF 2
AECOM 60616518 MLK Wetland A Restoration Project
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)
Appropriate
cial)
EEO Officer
(Title)
9-26-2024
(Date)
EQUAL OPPORTUNITY CLAUSE CONTRACT NO. 1109 Page EOC-2 OF 2
AECOM 60616518 MLK Wetland A Restoration Project
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, 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 RIGHTS CONTRACT NO. 1109 Page TVI-1 of 1
AECOM 60616518 MLK Wetland A Restoration Project
THIS PAGE LEFT BLANK INTENTIONALLY
Bidder Status Form
To be completed by all bidders Part A
Please answer "Yes" or "No" for each of the following:
►1 Yes ❑ No 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).
►�1 Yes ❑ No My company has an office to transact business in Iowa.
/1 Yes ❑ No My company's office in Iowa is suitable for more than receiving mail, telephone calls, and e-mail.
►1 Yes ❑ No My company has been conducting business in Iowa for at least 3 years prior to the first request for
bids on this project.
Yes ❑ No 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
r
My company has maintained offices in Iowa during the past 3 years at the following addresses:
Dates: 11 / 25 / 08 to Present / / Address. 121 Nixon St SE
City, State, Zip: Cascade, IA 52033
Address:
City, State, Zip.
Dates: Address:
City, State, Zip:
Dates:
/ / to / /
/ / to / /
You may attach additional sheet(s) if needed.
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?
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.
Yes i I No
You may attach additional sheet(s) if needed.
To be completed by all bidders
Part
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.
xcavating & Concrete, LLC
Signature:
Date: 9-26-24
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)
nsl:_ 1
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 U No My business is currently registered as a contractor with the Iowa Division of Labor.
Yes ►X4 No My business is a sole proprietorship and I am an Iowa resident for Iowa income tax purposes.
Yes ►»/ No 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.
Yes el No 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.
Yes No 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.
Yes `1 No My business is a limited liability partnership which has filed a statement of qualification in this
state and the statement has not been canceled.
Yes ►1 No 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.
Yes No 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.
Yes No 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.
Yes U No My business is a limited liability company whose certificate of organization is filed in Iowa and has
not filed a statement of termination.
Yes 4 No 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)
BSI? 2
MBE/WBE BUS
Z
0
W i
U)
Z
as
O
z
W Z
co 0
cn
za
ce
Z
D CONTACT
CO
1..1.
c
O
Prime Contractor Res
a) a)
E
a)
_Q E
U -0
t c
(Q
O
c
0 (o
a fa
O 0
0)
a)
O
c
0
U
L
aa))
0
N
a)
U
N
.(
0
.0
CO
CO
U
0
- o
a)
L
^• —
0^`-
0)
92
co
L
0
▪ c
•
^^L
LL
U
4-,
c
112
0
c
0)
U
- 4-Ca
c
0
0
0)
0
a)
Q
0
a)
.5
0'
0)
0
0
9-
L
E
O
O
O
0
0
0
U
(13
4c
0
((5
LL
U
a)
0)
0)
c
CO
m
0
U
IP
U
O .O
3 0
(0
D
E c
(a C
E o
o
U
U
W c
-0 •—
h
a) 0
0
U a)
al
W 0
0
O 0
w
4-c
0
o aa))
CD-C:3
c o
O a--'
c (0
L--
-0 Q)
c
(a -c
-0 —
3
U cc
>b
a) a)
Q. '0
Q 03
Q.
a -0
L
0c13
U
a)
c N
O U
U Q)
a) P-
E w
•0 -0
Q_ a
4-1
..c
0
0
0
Q
LL
0
U
0
0
gym//
cc
co
(75
W
w
w
CO
CO
(/)
U
c
0
0
4 1
c
0
0
a)
U
E
.2
c
E
0
U
0
-c
a)
0
a)
businesses
a)
..c
4-
>
0_
0
0
(�
0
w
coco
0)
M V 0
c
0
O
4
U
c
CO
03
(13
m
0
O
4"•
0
0)
0)
+-I
0)
c
0
0_
a]
U
c
0
0
0)
4-0
4
U
J
W
a)
0
CO
0
0
a)
The
U
Q
0
(13
0)
03
' 0
Q]
0
c
0,
(13
c
c
a)
>
0
d) C)
L L
6 0
.c
c>"' E
cto o
o
µ- 0
'0 d
0
• -4-
o-
a)
s the bid to the
ime contracto
c
a)
N
46
E
Q
.c
0
0
13
)
a
L
0-
a)
a)
a)
O
U
c
CO
CO
U
(v
0
0)
U
(Q
c
U
r7
w
CO
COLIJ
U
Q)
0
w
0
0
U
Z
0
m
Cr
Cr
w
CO
w
C
CO
COLLI
w CC
m 0
w
co
>, w
c CO
Q.
E a)
O .;'
O
1-10 4-
-
E >
C U
O a)
L
a) Q
E a)
0 U
0 O
0) U Q-
c((30
U
O O <
a) a)
Hc
0)
0
.Q
115
to
0
w
co
m
a)
O
4L-
0)
Zr)
0
a)
U
c
c
Q
0)
a]
0
9-
O
>
Q_
0
0
03
a)
>
0
a)
L
0)
0
0
.Q
0 -a
a)
C (B
Q (
0 • 0)
C
• E
O
0
0
0_
w
CO
a)
0
• -'
c
0)
c
0
U
0
4-
0
03
0
a>)
0
4)
0
Q_
U
0
c
4-
w
0_
Cr
CO
Z
w
Z
CO
m
CO
.c
c
Q ai
E
O U
0 c
(13
0 0
E 0
U
c
O c
}, O
U
42
Q) Q)
a)
U (1)
O -c
ti
0) 0
cc
O
O
U
Z
0
d
co
a)
c
0
0
U
(C3
O
U
U
c
0
.Q
m
C W
m
O a)
•
a) 0)
Q U
'- 0)
0 c
0 o C
L � L
a) 92
C
E (1)
Q L .--J
0 O (0
0 —
c 0 a)
a) -Q (n
O `) C
U (n
_C §
O ..c
2-0 O
0 --,
Q 40
O c
0 -3 0
Q w m 0) C
E
w�
C• az0
O
4(.1)
c
0
E
▪ //�
LL
0
E
`t c
0
-0
a)
no
a)
4-
0 a)
L
C
0 0
U �
(D a)
C t-
o 0-c
a)
E >,
c c
▪ a3
based on overal
Subcontractors Res
c
0
c
1()
0
O
0
E
LL
ntent to Bid
4—
0
a) u)
0) Q)
J 1
(0 U
4-
E U
0 Q 0
O U
•-
�.c W
>
N
o c ® W
0) E U co
Q
oa)c
(i) -o
�(
W 4-00 C
o L
Q_ • c c Q)
C Q-.0 O
0 O U Q_
U 3 OL
2 -0 w
c C 45
o Y'a) -0
U L U-0
E 0 -0 a)
o
�0�—
a) c
0 (pc � QO
0
L 4
mi
U -Q L
a)
O c O
• Q)U E
0
L
er,a)Q
L- ui
Q_ 0 Q)
O ¢ -0
U >.a
4-' CD L
C Q)
L — "c
O
c
U o o
a co (n
c
En 0 The
-0 0
CT
o) Q 0)
U
U C
O 0
O _8
Q 3
a)
:EL 70
C Q_
0
03
O 0
C
CD0)
E
o
0 L-
- Q_
w
O
O W
L COQ_
3 • fl
0)�
c U
L i
Form CCO-4A Rev. 07-08-02
CD
0
r
CONTRACT NO.
w
m
f 00
Zr
wto
�(0
O
(I)0
o
Ww
Q
ce
O
N� Z
Z5
W
to O
Z Z
MBE/WBE BUS
D CONTACT
U
O
d
c
0
MLK Wetland A Restor
U
a)
^O
0
Eastern Iowa Excavating & Concrete, LLC
Prime Contractor Name:
0
c
0
QS
c
(13
0
X
a)
a)
E
co
U U)
c
O ,O
O
c Q
E
U) 0
U
a)0
O _c
Q
V) Q)
D
0Q] w
0_ Q(9
O i
a)
0 U)
L Q
0
46
O 0
0
D
w 0
CO U
.Q
w(0
maw
c W
cuCmC
w
D co
H v=
O t;
W a)
L 0
(� Q
0
CZ
0
0 no`
I.L W
0
w
m
•wW
G
0
9-26-2024
0
Title: Owner
4O - U
J L
J
< 0
0)U
c 0
4-1
0-0
L Q)
46
E
OD
U) 0)
▪ -C3
c �
0 0
c -c
O W
()
O
t,5
-
Q) a'
(1)
1 Q
> c
O 0
Q
O 0
a) �
> >
c 0
0
Q �
U)
Q
Q) U)
a).(/)
13
c c
0
O
U E
- 0 0
O c
.-
2
>-‘0 L E
D
O-0
fl
L
0 c
>,
• L
92 O
a) (1)
(13 -0
c N
O E
W
O
Q
U_
O
U
B d
w O
Uq1.1.1
Z W
m
O
L
46
0)
Ca
4-'
c
O 0)
a) M
U)
1-6
Q Q)
4 U
c
W
r
co
a]
� 4O
co
a)
m 0
O
W a)
m 0
D Q
O E
>'
0) U
U
O �L
_c 4'
c
E U
O
L Y
U)
c
0
c J
O 0
( U
� co (LS
+-c
0 4 O
c c U
•- O
O 0 w
4-1 tj (0
c a)
a) ai
w
> c
O 0
CO
O .0 Q)
..c
> O
(f) 0 U)
04-•
O
Q
2 O
c t
c Q
(iS
00 E 0
J 4-
O
c
O (.0 tz
'U MW
•
c
w m
• U)4
O c G
>,
D
U)
O 0 -0
O Q)
>,
= O a)CI
L
• O N
^`
L
9 Q co
• a) n
Waterloo will make a
L-
0
U
U
4c
0
0
0,
c
ui
O
Q) a)
L
a)
� Q)
O 0
}' U)
N t
a)
0 -c
c -
v-
0 13
(B 0
0
W O)
N Q)
O -0
(D
a) E
• L^`
L W
Q
LLJ
U) 0
W 4--•
c
uD
U
m U
w w
m �
c
Q)
m Q
Q.
0 a)
(13 0
-c c
4--1 L
O - 0
c Q)
Ea)
a)-c
Q)
O
• (/) to
(6
0
CD The
0 • .c
1 Q)
4-0.
c
0
DDER'S PRE-B
1-
Q
1-
0
W
�ffl iN
/ a
Zwee
O i-
= Z
(J) W
Z U)
O W
F— Z
0
Z
TABLE OF
MBE/WBE BUS
Quotes Received Quotation used in bid
punt Proposed to
bcontracted
Responsive
Non Responsive
Non Responsive
Phone not active- Not Responsive
Will not be bidding
Phone not active- Non
z
ct
)ates
ntaeted
0
z
>
z
Z
z
z
Dates
Contacted
cr
N
(Ni
V
N
M
N
9-23-24
9-23-24
9-23-24
0
(3)
MBE/WBE
Subcontractors
U
Daniels Home Improvemement
D.C. Corporation
Quick Construction
Roofing
•
4
a)
_
O
W
,^
V)
U
1✓
t
•
W
U
_
(Form CCO-4) Rev. 06-20-02
(.0 U
LL Q)
O o
3
• c
0
rn�
as
w o
a)
CC
7-1
c
(1)
J
0)
_o
r
CONTRACT NO.
W
UJ
m
Z co
W LO
H
O (rf3
C(0
O %C
UO
]
WO
Ww
Q
BID BOND
KNOW ALL MEN BY THESE PRESENTS, that we,
as Principal, and West Bend Insurance Company
as Surety are held and firmly bound unto the
Eastern Iowa Excavating & Concrete LLC
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 26th day of September 20 24
for MLK Wetland A Restoration Project '
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 saki 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 pres-
ents to be signed by their proper officers this 26th day of September A.D. 20.24
HTAnati --XP--(Yutr\,)
Witness
ck-K Q t
Witness
Eas rn Iowa E cavating & Concrete LLC (Seal)
lad Demmer (Title)
West Bend Insurance Company
Owner
Surety
By KsKim
Attorney -in -fact
(Seal)
BID BOND
AECOM 60616518
CONTRACT NO. 1109 Page BB-1 OF 1
MLK Wetland A Restoration Project
WEST BEND®
Bond No. 2586489
POWER OF ATTORNEY
Know all men by these Presents, that West Bend Insurance Company (formerly known as West Bend Mutual Insurance Company prior to 1/1/2024), a
corporation having its principal office in the City of West Bend, Wisconsin does make, constitute and appoint:
Kim Hess
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: Thirty Million Dollars ($30,000,000)
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 Insurance Company by unanimous consent resolution effective the 1st day of January 2024.
Appointment of Attorney -In -Fact The president or any vice preesident, or any other officer of West Bend 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.
Any reference to West Bend Mutual Insurance Company in any Bond and all continuations thereof shall be considered a reference to West Bend
Insurance Company.
In witness whereof, West Bend 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 1st day of January 2024. {,;t,,;!►,
Attest tkVtic Wye. 14/64-d•
.,=,is., F
Christo her C. Z rtm ▪ Robert J. Jacques
Secretary.42.1..L vc,, L • President
•
i►►iui{{{+1`v�`
State of Wisconsin
County of Washington
On the 1st day of January 2024, before me personally came Robert Jacques, to me known being by duly sworn, did depose and say that he is the
President of West Bend 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. ♦1��18ENF,,��
ece
• r j2 4-.
CI*.MU8L% ..)01.
•0-`` ead orporate Attorney
.,,/o�r''(yjs�Ots •t.ry Public, Washington Co., WI
My Commission is Permanent
The undersigned, duly elected to the office stated below, now the incumbent in West Bend 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.
tfr-roa-}
Signed and sealed at West Bend, Wisconsin this 26th day of September , 2024 .
atayStuAr C.
Christoplier C. ZN
Secretary
1900 S 18th Avenue I West Bend, WI 53095 I Phone: (800) 236-5010 I Fax: (877) 674-2663 I www.thesilverlining.com