Loading...
HomeMy WebLinkAboutMidstate Solutionsir MIDSTATE SOLUTION PO BOX 594 BAXTER IA 50028 f CITY F Vi I E LOO CITY I Y CLERKS OFFICE MIDSTATE SOLUTION PO BOX 594 BAXTER IA 50028 9/1 cabin?? peK2 76 4:40t,eiftfif7.7747)/ /amp /---77e-iivern,>-- • s; 13'_ �3 I AIM FORM OF BID OR PROPOSAL FY 2026 SIDEWALK INFILL, SIDEWALK RAMP & TRAIL REPAIR PROGRAM — 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 tea a Partnership consisting of the following partners: c $i1 /I )'0 /%/r7,, M cc /6sie.' 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 — 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 INFILL, SIDEWALK RAMP & TRAIL REPAIR PROGRAM ZONE 5A — CONTRACT NO. 1131 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 $ ! c50 $ /ti9 dr 2 7030, 1.08, E SIDEWALK, PCC, 4" SF 3,884.3 $_Jo ad $/9/1- 40 3 7030, 1.08, E SIDEWALK, PCC, 5" SF 271.1 $ 6.00 $/626. 6& 4 7030, 1.08, E SIDEWALK, PCC, 6" SF 769.7 $ /0, 00 $ 769 2eG& 5 7030, 1.08, H, 1 DRIVEWAY, PCC, 5" SF 123,7 $ (Jo UD $ -7g2r 20 $ g0000U 6 7030, 1.08, H, 2 GRANULAR SURFACING TON 5.0 $ 6°'aU FORM OF BID CONTRACT NO. 1131 Page 1of4 ITEM BID SPECIFICATION SUPPLEMENTAL SP = SUDAS SPCL *SEE PROV DESCRIPTION UNIT EST QTY UNIT PRICE BID TOTAL PRICE BID DIVISION 1- SIDEWALK INFILL (CONTINUED) 7 7010, 1.08, F BEAM CURB SF 178.6 $ 2a 0U $ 3572- 8 7030, 1.08, G DETECTABLE WARNING SURFACE SF 112.0 $ 5oo $5 °l% 9 7092, 1.08, C SAWCUT, 1/2" CURB OPENING LF 41.7 $ J o Xv $LA-70 10 7010, 1.08, E CURB & GUTTER R&R, 30", 6" LF 30.1 $ Po $ I-57)C 11 7010, 1.08, E CURB & GUTTER R&R, 30", 8.5" LF 81.4 $ 3 U° $G177 12 7010, 1.08, E CURB & GUTTER R&R, 30", 9" LF 22.1 $a00 $ (277'6 2 13 2010, 1.08, E EXCAVATION, CLASS 10 SF 9,782.2 $6691° $ �a /0 14 9010, 1.08, B HYDROSEEDING SF 5,472.2 $ are $279410 15 SP #1 WATER VALVE ADJUSTMENT EA 2.0 $ 3-3-A°° $ `/O° 16 SP #2 EROSION & SEDIMENT CONTROL LS 1.0 $ $ - 17 8030, 1.08, A TRAFFIC CONTROL LS 1.0 $ 2, °C $ 29.76) TOTAL BID - DIVISION 1 $ £6' Q;z'ir ITEM BID SPECIFICATION SUPPLEMENTAL SP = SUDAS SPCL SEE 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 $1/ e- / $ 6/P 2 7030, 1.08, E SIDEWALK, PCC, 4" SF 2,718.6 $ 1133 $21;FI6� 78 3 7030, 1.08, E SIDEWALK, PCC, 6" SF 2,903.8 $ to,97° $36)/78, 0 4 7030, 1.08, E SIDEWALK, PCC, CLASS A SF 77.0 $ 2. o $ 73��5 5 7030, 1.08, G DETECTABLE WARNING SURFACE SF 389.4 $ 2)a00 $/l/A/70i0,; 6 7092, 1.08, C SAW CUT, 1/2" CURB OPENING LF 220.9 $ I do $//2°.. %a 7 7010, 1.08, E CURB & GUTTER R&R, 30", 8" LF 195.0 $ .30in $ b ira° 8 7010, 1.08, E CURB & GUTTER R&R, 30", 9" LF 73.0 $ 9 gpe $' 33eA 9 2010, 1.08, E EXCAVATION, CLASS 10 SF 5,450.2 $0D , $ ()I 7; /O 10 9010, 1.08, B HYDROSEEDING SF 4,935.E $ 0>5-1' $ ZfriG .to 11 SP #2 EROSION & SEDIMENT CONTROL LS 1.0 $ 3 SW $ ��7& 12 8030, 1.08, A TRAFFIC CONTROL LS 1.0 $ 25- 6) $ We) TOTAL BID - DIVISION 2 $ /02, 3G3/4/8 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 $ /a �o $ , �(�v �� 2 7030, 1.08, E TRAIL, PCC, 6" SF 6,880.0 $Gl /. r;%l'� $ •�1 3 9010, 1.08, B HYDROSEEDING SF 2,752.0 $ as -5-- $.2/061 'dC, 7040,108, A TRAIL FULL DEPTH PATCH , SF ( Ll M �' $Wo2da 5 8030, 1.08, A TRAFFIC CONTROL LS 1.0 $ $ / -�UL� TOTAL BID - DIVISION 3 $ Z 9R1ao TOTAL BID DIVISIONS 1, 2, & 3 $ 274 7ff�', 93 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. Securit in the sum of e/ L/ �e ith:/f�'t'7i#44FiieD Dollars ($ // . '3q� 9) (50) in the form of g%d 8°7/07 , 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 ( Bidder Certification ( ). (Mark one.) or Non -Resident 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. 1131 Page 3 of 4 9. The bidder has received the following Addendum or Addenda: Addendum No. Date 9/71/7 f 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. <6747/dbri 9/7 9)/25- BY: (Name of Bidder) (Date) Title Official Address: (Including Zip Code): /07 Gav th2iri iv c r I.R.S. No. 7 � U( (71-7LI2 FORM OF BID CONTRACT NO. 1131 Page 4 of 4 Bidder Status Form To be completed by all bidders Part A Please answer "Yes" or "No" for each of the following: Yes QNo Yes CNo ® Yes No Yes No 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 Parts C and D of this form. To be completed by resident bidders Part B My company has maintained offices in Iowa during the past 3 years at the following addresses: ' r5'" 7 Address. (6 /7/. City, State, Zip: / /4C Dates: Dates: Dates: / / Cto You may attach additional sheet(s) if needed. / / to / / 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 labor force preferences or any other type of preference to bidders or laborers? O Yes O No 3. If you answered "Yes" to question 2, identify each preference offered by your company's home state or foreign country and the appropriate legal citation. You may attach additional sheet(s) if needed. To be completed by all bidders Part D 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: 04t1 Date: 9/2 9/-2J 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) NON -COLLUSION AFFIDAVIT OF PRIME BIDDER State of /O (•coot County of Cr� j t ) Myet< being first duly worn, deposes and says that: Agent) 1 He is (Owner, Partner, Officer, Representative, or of"n(51/4 cOat , 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; )ss 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) Ote- Title Subscribed and sworn to before me this 3U day of Sap} ..kiry , 20 Z Title My commission expires QcA-,okrr', C t Zo "Ls-' s DARIN EIDE Commission Number 842978 My Commission Expires OWo October 11, 2025 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) (Appropriate F5fl al) toe - (Title) 9/79/25 (Date) Prime Contractor Name: Project- /'` MBEIWBE BUSINESS ENTERPRISE PRE -BID CONTACT INFORMATION FORM -17-41-1‘ l-62/, 6/deevaOc Arnfl /*,&4%» Letting Date: /4O/o /2r NO MBEIWBE SUBCONTRACTORS: If you are NOT using any MBEIWBE subcontractors to complete this project, sign below. Attach a brief explanation as to why subcontracting was not feasible with this project. If any MBEIWBE subcontractors will be used, please use the bottom portion of this form. Contractor Signature: Title: 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 MBEIWBE 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 MBEIWBE 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 MBEIWBE 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 be Amount Subcontracted Proposed to 0 (q�$n g 49 /30/7" c(°°S Gl l30/A K9,c‘ SN i 3R7 Comer (� 1/1/61k5 Malf 12/0 Pa&c /5 Hatic /1JGeinm\ Mom— il 5 /O4y Yes- ) , vq (Form CCO-4) Rev. 06-20-02 BID BOND th/ok/r .C/a/V✓�n �G L V KNOW ALL MEN BY THESE PRESENTS, that we, and as Prince al and jVeijend , as Surety, are held firmly p bound unto the CITY OF WATERLOO , Iowa, hereinafter called "OWNER." In the penal sum E/ewtl f loci av &ekohl `{4376-7 )i� ($ //,5YY025 6Y&) 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 �1-4 day of cetkAtir , 20 Zs, for 'I" ?026 visit ZF!4,el&wa/` A ip /fp c—fi th-' 7-me e .5 l bn ic,L /l/7, 117/ 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 3 0 day of Sepi , A.D. 20 IA . / %7 $V4S � Principal By BID BOND By co:5k 3...ink Surety (Seal) (Seal) Page 1 of 1 WEST BEND® takko Bond No. 2658930 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: JEFF MAKI 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 president, 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. `000111111,,,' Attest thAlth haX (. 2U Maki `w�OGE*F oRgTF 0 Christopher C. Z )ygart m ? Robert J. Jacques i SEAL " Secretary ' President *••••.(1ro f;0; •� ? 4.4 ''/4/1111111O°``S 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. ,,,�tttt►+l►,, 6CNEQG,f„ • ;ate'• '0U8l,tC : _ : Ij ad Corporate Attorney �, 1 %';�pF•yyis00.��s INbta'ry Public, Washington Co., WI My Comtnission 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. tor?-4 Signed and sealed at West Bend, Wisconsin this 2nd day of October 2025 . ,..tot i1gN'% O • E;F'U/i $• ' no _. SEAL - m 16. 01, titttfifli si1.(,1' 0. '2wjcixi. Christopher C. ZwAartf Secretary 1900 S 18th Avenue I West Bend, WI 53095 I Phone: (800) 236-5010 I Fax: (877) 674-2663 I www.thesilverlining.com