Loading...
HomeMy WebLinkAboutBrock Even Construction, Inc.ket3o-v ti ecc Ccir-A-cuLeAien , LI V-t*A( \-ox. (Rd a a'ket-\\ • • cDC'a.o cc\d\e.S\c4 , 7S\deLLN)3\ cc-)4“-) 7\--c-\\ V ram "Z__ene ricsvcoii* x\e) \\:;\ • • • FORM OF BID OR PROPOSAL FY 2026 SIDEWALK INFILL, SIDEWALK RAMP & TRAIL REPAIR PROGRAIV1 ._ ZONE 5A CONTRACT NO. 1131 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 in 3, , a Partnership consisting of the following partners: • c . _vex �'�,���� _�c \(1\ , 1_1 C , 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 2026 SIDEWALK INFILL, SIDEWALK RAMP & TRAIL REPAIR PROGRAM o ZONE 5A, Contract No. 1131, all in accordance with the above -listed documents and for the unit prices for work in place for the following items and quantities: FY 2026 SIDEWALK REPAIR CONTRACT INFILL, PROGRAM SIDEWALK NO. — ZONE 1131 RAMP 5A & TRAIL ITEM BID SPECIFICATION SUPPLEMENTAL SP = SUDAS SPCL *SEE PROV DESCRIPTION UNIT EST QTY UNIT PRICE BID TOTAL PRICE BID DIVISION 1- SIDEWALK INFILL 1 7030, 1.08, A REMOVE SIDEWALK/DRIVEWAY SF 993.1 $ `) _OCN $ ycllo5I5"5 2 7030, 1.08, E SIDEWALK, PCC, 4" SF 3,884.3 $ 1 Q .Ct` $ Ai 14 Pe 3 7030, 1.08, E SIDEWALK, PCC, 5" SF 271.1 $ \ \,CO $(.-YQ0.10 $ \cno LIO 4 7030, 1.08, E SIDEWALK, PCC, 6" SF 769.7 $ (), (-:° 5 7030, 1.08, H, 1 DRIVEWAY, PCC, 5" SF 123.7 $ 1 L , N) $ `) (qb . -lp 6 7030, 1.08, H, 2 GRANULAR SURFACING TON 5.0 $ `50.e° $cDj0.° FORM OF BID CONTRACT NO. 1131 Page 1 of 4 ITEM BID SPECIFICATION SUPPLEMENTAL SP = SUDAS SPCL SEE PROV DESCRIPTION UNIT EST QTY UNIT PRICE BID TOTAL PRICE BID DIVISION 1 - SIDEWALK INF LL (CONTINUED) 7 7010, 1.08, F BEAM CURB SF 178.6 $ '; ,C�� $40 n CP 8 7030, 1.08, G DETECTABLE WARNING SURFACE SF 112.0 $ `\f 00 $ la, , (" 9 7092, 1.08, C SAWCUT, 1/2" CURB OPENING LF 41.7 $ 'S3.C\° $ ML-V:\ �_. ' 10 7010, 1.08, E CURB & GUTTER R&R, 30", 6" LF 30.1 $ , L� $CA -()..C-\( 11 7010, 1.08, E CURB & GUTTER R&R, 30", 8.5" LF 81.4 $ \ ` .e° $ $ \a,a\0•()0 s5±k> CZ 12 7010, 1.08, E CURB & GUTTER R&R, 30", 9" LF 22.1 $ 1 kee:0b' 13 2010, 1.08,E EXCAVATION, CLASS 10 SF 9,782.2 $ ') WU $ l )1-Aa;b 14 9010, 1.08, B HYDROSEEDING SF 5,472.2 $ \ .\D $ (O M \ •Ly 15 SP #1 WATER VALVE ADJUSTMENT EA 2.0 $ -) .C-(3 $ x^'C,.00 16 SP #2 EROSION & SEDIMENT CONTROL LS 1.0 $\CCQ ,O� $ \Ut •ee 17 8030, 1.08, A TRAFFIC CONTROL LS 1.0 $3-.COICC) $aDM- TOTAL BID a DIVISION 1 $ l4- Y : % ITEM BID SPECIFICATION SUPPLEMENTAL SP = SUDAS *SEE SPCL PROV DESCRIPTION UNIT EST QTY UNIT PRICE BID TOTAL PRICE BID DIVISION 2 ® ADA SIDEWALK RAMP REPAIRS 1 7030, 1.08, A REMOVE SIDEWALK SF 5,677.8 $ 5.'' $ 1 ,1LS• 2 7030, 1.08, E SIDEWALK, PCC, 4" SF 2,718.6 $ ] `. 13L $311 ( )(Y) 3 7030, 1.08, E SIDEWALK, PCC, 6" SF 2,903.8 $,,a- $':31 )UV. 4 7030, 1.08, E SIDEWALK, PCC, CLASS A SF 77.0 $ , 1 C.`C $ i b 1`S_0 5 7030, 1.08, G DETECTABLE WARNING SURFACE SF 389.4 $ \ ID ,e° $ L \M-31A (A) 6 7092, 1.08, C SAW CUT, 1/2" CURB OPENING LF 220.9 $ 6 C0 $ 11 1 t 1a9� 7 7010, 1.08, E CURB & GUTTER R&R, 30", 8" LF 195.0 $ \ 50 OCC) $(1)c-\ , `) )a..° 8 7010, 1.08, E CURB & GUTTER R&R, 30", 9" LF 73.0 $ 't (cr).CC $1 \ , `\ 5 9 2010, 1.08, E EXCAVATION, CLASS 10 SF 5,450.2 $ 3 .1a3 $a) ,1\ 16 10 9010, 1.08, B HYDROSEEDING SF 4,935.6 $ \ ,\0 $ )441,1(cl 11 SP #2 EROSION & SEDIMENT CONTROL LS 1.0 $ > 00.ee $ 1 `_ CC).Ce 12 8030, 1.08, A TRAFFIC CONTROL LS 1.0 $ rtn\.r>.K) $ () r ,CC) TOTAL BID a DIVISION 2 $ \)n) y)`, i-Ia FORM OF BID CONTRACT NO. 1131 Page 2 of 4 ITEM BID SPECIFICATION SUPPLEMENTAL SP = SUDAS SPCL *SEE PROV DESCRIPTION UNIT EST QTY UNIT PRICE BID TOTAL PRICE BID DIVISION 3 — TRAIL REPAIRS 1 7030, 1.08, A REMOVE TRAIL, PCC SF 6,880.0 $ '),-1 $ nO,rtD v° 2 7030, 1.08, E TRAIL, PCC, 6" SF 6,880.0 $ 1 . LC $1N,M $ (515aSe 3 9010, 1.08, B HYDROSEEDING SF 2,752.0 $ , ,(-;O 4 7040,108, A TRAIL ASPHALT FULL DEPTH PATCH , SF 333.0 $ 15`3.C(. $)\,k1�)C`) 5 8030, 1.08, A TRAFFIC CONTROL LS 1.0 $ xj (j , $; ICC). CO TOTAL BID - DIVISION 3 $ 15%) Iry i .- 0 0 , OTAL BID DBVBSUW!S 1., 2, es 3 $ `>11-13Y h'L\O 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 < 5 (I& Dollars ($ 6 \)`M 1( Jc '� ) in the form of , 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. B. 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. 1131 Page 3 of 4 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. r\ek c (bv --\-\ (Name of Bidder) (Date) BY: Ritc64 lien Title a.,CAr\e l Official Address: (Including Zip Code): 1 ')U\� cox I.R.S. No. `kb - No-MoNC FORM OF BID CONTRACT NO. 1131 Page 4 of 4 Nc.} <<y ALL MEN BY THESE PRESENTS, that we. nr!r:4'ipai. and Nationwide Mutual Insurance Company rr)..'„?t-; f nto the CITY OF WATERLOO Five Percent of Bid Amount BID BONED Brock Even Construction LLC ...............a,J.., as Surety, are held and firmly Iowa, hereinafter called "OWNER." Dollars ($ 5% of Bid Amount in thy- penal sUFI ) lawful money of United States, for the payment of which sum will and truly be made, we bind ourselves, our heirs, executors. 3(J(r:il'iis(uators., anci successors, jointly and severally, firmly by these presents. The condition of this obligation is such that whereas the Principal has submitted theaccompanying bid dated the 2nd day o` October , 20 25 for FY 2026 Sidewalk Infill, Sidewalk Ramp & Trail Repair Program - Zone 5A - Contract No. 'Heal NOW, THEREFORE. (a) if said Bid shall be rejected, or in the alternate, (b) If saki Bic; shall be accepted and the Principal shall execute and deliver a contract in the form specrfieo 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. her, this obligation shall be void, otherwise the same shall remain in force and effect; it being expressly t;{ier•:;ico J and agreed that the liability of the Surety for any and all claims hereunder shall. in no event, exceed he penal amount ot this obligation as herein stated. etv virtue of statutory authority, the full amount of this bits bond shall be forfeited to the Owner in liquidation 0i i.4arn ages >tustained in the event that the Principal fails to execute the contract and provide the bons 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 sh tli t)f3 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 there as are corporations, have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers this 26th day of September . A.D. 20, 25 't tf itnecs s:v Itr ess Brock Even Construction LLC ♦Y•.H. 4•••WJJV1...a .a .S.4Y Y..e J M....•Mnrr.\.MMWNW Principal By Nationwide Mutual Insurance Company Surety By Shelby Ross Attvj,ey-in-fact • (Seal) BID BOND Page 1 of 1 Bond Number: N/A 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: SIIELRY ROSS 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 Seven Hundred Fifty Thousand and no/100 -- Dollars ($750,000.00) 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 1st day of April, 2024. Antonio C. Albanese, Vice President of Nationwide Mutual Insurance Company ACKNOWLEDGMENT STATE OF NEW YORK COUNTY OF KINGS: ss On this 1st day of April, 2024, 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 sworn, 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. Sharon Laburda Notary Public, State of New York No. 01LA6427697 Qualified in Kings County Commission Expires January 3, 2026 CERTIFICATE I, Lezlie F. Chimienti, Assistant Secretary of the Company, do hereby certify that the foregoing is a full, true and correct copy of the original power of attorney 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, I have hereunto subscribed my name as Assistant Secretary, and affixed the corporate seal of said Company this 26th day of September 2025 / . • .r.CJ Notary Pub'.c My Commission Expires January 3, 2026 BDJ 1(04-24 )00 Assistant Secretary State of lr,ta County of v-3\trp\(,_ NON -COLLUSION AFFIDAVIT OF PRIME BIDDER )ss S>N-t)ck (\ L—ve , being first duly sworn, deposes and says that: 1. He is (Owner, Partner, Officer, Representative, or Agent) , of rock Lev �n C h(\--1-YL� -\\c-n ,1 1 ( , the Bidder that has submitted the attached Bid; 2 He is fully -informed respecting the preparation and contents of the attached Bid and of all pertinent circumstances respecting such Bid; 3. Such Bid is genuine and is not a collusive or sham Bid: 4. Neither the said Bidder nor any of its officers, partners, owners, agents, representatives, employees, or parties in interest, including this affiant, has in any way colluded, conspired, connived or agreed, directly or Indirectly, with any other Bidder, firm or person to submit a collusive or sham Bid in connection with the Contract for which the attached Bid has been submitted or to refrain from bidding in connection with such Contract, or has in any manner, directly or indirectly sought by agreement or collusion or communication or conference with any other Bidder, firm or person to fix the price or prices in the attached Bid or of any other Bidder, or, to fix any overhead, profit or cost element of the bid price or the bid price of any other Bidder, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against the City of Waterloo, Iowa, or any person interested in the Proposed Contract; and 5. The price or prices quoted in the attached Bid are fair and proper and are not tainted by any collusion, conspiracy, connivance or unlawful agreement on the part of the Bidder or any of its agents, representatives, owners, employees, or parties in interest, including this affiant. (Signed) Title Subscribed and sworn to before me this My commission expires ires Ia a'P'()SIC 1 'alias J ..TLn.]L xr••.-••.•.•••... f,-1•1111-=.osee. MARGIE KNIPP COMMISSION NO. 814768 MY COMMISSION EXPIRES January 22, 20 Bidder Status Form To be completed by all bidders Part A Please answer "Yes" or "No" for each of the following: Oves QNO Yes 0 No Yes QNo Yes fl1No oYes ONo My company is authorized to transact business in Iowa. (To help you determine if your company is authorized, please review the worksheet on the next page). My company has an office to transact business in Iowa. My company's office in Iowa is suitable for more than receiving mail, telephone calls, and e-mail. My company has been conducting business in Iowa for at least 3 years prior to the first request for bids on this project. My company is not a subsidiary of another business entity or my company is a subsidiary of another business entity that would qualify as a resident bidder in Iowa. If you answered "Yes" for each question above, your company qualifies as a resident bidder. Please complete Parts B and D of this form. If you answered "No" to one or more questions above, your company is a nonresident bidder. Please complete Parts C and D of this form. To be completed by resident bidders Part 13 My company has maintained offices in Iowa during the past 3 years at the following addresses: kkiy‘ } Dates: to / / ? `` Address: i. \� M>C Dates: / / to / / Dates: You may attach additional sheet(s) if needed. City, State, Zip. , \e5,1,1r tj (-i% Address' City, State, Zip- / / to / / Address - 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 labor0 Yes 0 No 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. 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: % Signature: ic-o0k\iecN (NT>C1\r< k(*vC ) LLB Date: 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) MBEIWBE BUSINESS ENTERPRISE PRE -BID CONTACT INFORMATION FORM Prime Contractor Name: ?artNek Ever <-1 1-vn t\ to* Cmn-1 LL_C Project: ; aU-�lo -"Ty , (\(ke( calk Pm))A -77c,-k\ Letting Date: 1r)/S%h c)c-cx\- \-11 - 7U (`( c N\. NO MBEIWBE 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. c�l Contractor Signature: Title: "\ \\\ j t Date: \ (-1 1 /c)T 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 MBEIWI3E BUSINESS ENTERPRISE CONTACTS Quotes Received Quotation used in bid Subcontractors MBE/WBE Contacted Dates Yes/No Contacted Dates YeslNo Dollar be Amount Subcontracted Proposed to (Form CCO-4) Rev. 06-20-02