HomeMy WebLinkAboutBoomerang CorporationBoomerang Corp
12536 Buffalo Road
Anamosa IA 52205
BID BOND FOR:
FY 2020 Leversee Road
Sanitary Sewer and Water
Main Improvements
Boomerang Corp
12536 Buffalo Road
Anamosa IA 52205
4
BID PROPOSAL FOR:
FY 2020 Leversee Road
Sanitary Sewer and Water
Main Improvements
.s:
FY 2020 LEVERSE
FORM OF BID OR PROPOSAL
ROAD SANITARY SFIAfrl AND WATER MAIN
IMP ROVi ;M NTS
CONTRACT NO. 987
CITY OF WATERLOO, I01A/A
Honorable Mayor and City Council
Waterloo, Iowa
Gentlemen:
1.
The undersigned, being a Corporation existing under the laws of the State of
oswa
a Partnership consisting of the following partners:
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 2020 Leversee Road Sanitary Sewer and Water Main
Improvements, Contract 987, all in accordance with the above -listed
documents and for the unit prices for work in place for the following items and
quantities:
FY 2020 Leversee RoadSanitary Sewer and Water Main Improvements
Contract 987
BID
ITEM
2.01
4.01
4.02
5.01
5.02
5.03
5.04
DESCRIPTION
CLEARING AND GRUBBING
SANITARY SEWER GRAVITY
MAIN, TRENCHED, PVC TRUSS,
12"
SANITARY SEWER GRAVITY MAIN
WITH CASING PIPE, TRENCHLESS,
DIP, 12"
WATER MAIN, TRENCHED, DIP,
8"
WATER MAIN, TRENCHED, DIP,
12"
WATER MAIN WITH CASING PIPE,
TRENCHLESS, DIP, 12"
VALVE, MJ, 8"
UNIT
LS
LF
LF
LF
LF
LF
EA
Div 1
Est Qty
1.0
8,220
130
Div 2
Est Qty
111
20
6,511
170
1
UNIT BID
PRICE
TOTAL DIV 1
PRICE
TOTAL DIV 2
PRICE
TOTAL BID
PRICE
FORM OF BID
CONTRACT NO. 987
4-1
5.05
VALVE,
MJ,
12"
EA
-
11
$
$ ADO
$4b, tICfIt0
$ Awyd9.0O
5.06
-
1
� OW$
e:Lbe
$ tatdet.,
$ 4, pD.eV
FITTING,
TEE,
12"
x 8"
EA
5.07
-
5
$ QW,Ce
$ e,tyD
$.3 typ8te
$31000A9
FITTING,
45
DEG
BEND,
12"
EA
5.08
-
2
$4��
$ MO
$1D.��
$ iD1 C�`106
FIRE
HYDRANT
ASSEMBLY
EA
$
�pC�,D�,
$
�,pp
5.09
-
1
$
,��iCp,pe
$ 4&etto
DEAD
ASSEMBLY
END
FIRE
HYDRANT
EA
5.10
CONNECTION
WATER
MAIN
TO
EXISTING
EA
-
1
$� 0�..�
� ate
�5�000.O0
$4b96a
,
5.11
RELOCATE
EXISTING
FIRE
EA
-
1
$Q��BBg�
$
�%.�
$
OZb��Dp
�OTrtBDtm
HYDRANT
O.
ix)
$ 7401944
6.01
15
-$
$.� O199.,d,
74cvx
)
MANHOLE,
SW-301,
48"
EA
6.02
9
$4L1WACO
$ima
$ &tv
$ gq��
MANHOLE,
SW-301,
60"
EA
r
REMOVAL
PAVEMENT•
AND
DISPOSAL
OF
PCC
SY
-
112
$
$
$�r�aW
$21Stt
A�
igeinist
$ (`r%(/��
$(3049a0e
7.01
7.02
-
112
$ �e�
$ a�
FULL
DEPTH
PCC
PATCH
SY
8.01
TEMPORARY
TRAFIC
CONTROL
LS
0.5
0.5
t
41 L4 Mare
$
Wi5
rnre$
9.01
CONVERNTIONAL
SEEDING,
AC
29.6
2.4
�ft yQp,�
$y4yynm
,31yedpr
$
B�
OM
$ 61.09
$lavegtp
$ WOW
$ 14016a)
$ `74&&o
FERTILIZING,
AND
MULCHING
9.02
2
-
$��QQ
$
�{g BC&�
HYDRAULIC
FERTILIZING,
SEEDING,
AND
MULCHING
AC
9.03
SILT
FENCE,
INSTALLATION
LF
8,700
-
$ 1s,50
$ �
�a
$44L6a17E$
$ te3CAM
9.04
SILT
FENCE,
MAINTENANCE
LF
8,700
-
9.05
SILT
FENCE,
REMOVAL
LF
-
$
0.176
$
Liar&
$
L9.faG
$
43500
8,700
$
�
otwo
9.06
INLET
INSTALLATION
PROTECTION,
EA
9
-
$ ttCw
$
g
��
INLET
MAINTENANCE
PROTECTION,
EA
9
-
$ tow$
qtitc
$ B.0D
$
me
9.08
INLET
PROTECTION,
REMOVAL
EA
9
-
$ ft3ce
$ q4oc
$ OeO
$ gam
� „'�
Al
$� DEW$
dap
$ LAC �j,�jv
9'09
CONSTRUCTION
INSTALLATION
ENTRANCE,
EA
2
9.10
CONSTRUCTION
MAINTENANCE
ENTRANCE,
EA
2
$
$ &tote
$ (��
$ (Dater
9.11
CONSTRUCTION
REMOVAL
ENTRANCE,
EA
2
-
s�,�
$ Sceoo
$ ,tootc
$
006
$ 1, BetB.De
$ �g�,
$ r�
$��jR��
$l 3raietr,
$ up)��°
$ 3�
9.12
-
6,500
WATTLERS,
INSTALLATION
LF
$ au,$
o,�
9.13
-
6,500
WATTLES,
MAINTENANCE
LF
1
$ ate).fr$ lal4aD
9.14
-
6,500
$ 0,05
$
WATTLES,
REMOVAL
LF
FORM OF BID
CONTRACT NO. 987
4-2
9.15
REMOVAL
RECONSTRUCTION
FENCE,
AIRPORT
OF
AND
SECURITY
OF
EXISTING
LF
200
-
$
$
ti`nn) to
$
p.e
$
Lit ow
-et)
r/ait
9.15A
INSTALLATION
OF
SECURITY
TEMPORARY
FENCE
AND
AIRPORT
REMOVAL
LF
200
-
$
Aato
$
%caw
$
apt
$
k
�c,��
R�
9.16
EROSION
CONTROL,
MULCHING
AC
31.6
2.4
$1'
$ At5bb_r
notto$
(pbD,d,
$ �,51�1.�`
11.01
MOBILIZATION
LS
0.5
0.5
$
�`$
�8'� ter
Ic-eits,
c et -,-;
1
/000.cyl
It -11
at,
sL,
LIN,
-
0
AL
DIV
1
BID
$ il
7qs--.oc)
TO
I AL
91V
2
BID
$ BlI
0-4--5.
0 0
i
g7-0
TO -AL
DIV
1 +
DIV
2
BID
$ 2-Se+i • CO
;
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 aVtfertak c»ijavwnat4 Loyd Aqp
Dollars ($ ) in the form of bird, low
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.
9. The bidder has received the following Addendum or Addenda:
FORM OF BID
CONTRACT NO. 987 4 - 3
Addendum No.
1
Date JtM?frcrao
wnti AA ?Nom
10. The bidder shall list the MBE/WBE subcontractor(s), amount of subcontracts and
bid items on the City of Waterloo Minority and/or Women Business Pre -bid
Contact Information Form submitted with this Form of Bid or Proposal. The
apparent low Bidder shall submit a list of all other Subcontractor(s) to be used on
this Project to the City of Waterloo by 5:00 p.m. the business day following the day
Bids on this Project are due along with the Non -Collusion Affidavits of All
Subcontractor(s).
The Contractor shall submit information on subcontractors on
"SUBCONTRACTOR REQUEST AND APPROVAL" Form to be provided by City
prior to approval of contract.
The subcontractors listed on this proposal and/or submitted to the Contract
Compliance Officer cannot be changed except for the following reasons:
1) The City of Waterloo does not approve the subcontractors.
2) The subcontractors submit in writing that they cannot fulfill their
subcontracts.
11. The bidder has filled in all blanks on this proposal. Those blanks not applicable
are marked "none" or "NA".
12 The bidder has attached all applicable forms.
13. The Owner reserves the right to select alternates, delete line items, and/or to
reduce quantities prior to the award of a contract due to budgetary limitations.
FORM OF BID
CONTRACT NO. 987 4 - 4
aJeeffleiba� 1!ey
(Name of Bidde
BY: LTitle UP,
Official Address: (Including Zip Code):
Imo ea Kind
(9`)6-3nA 0
(Date)
Aviavitt6ci TA santh
I.R.S. No.
Llays OR 1115
FORM OF BID
CONTRACT NO. 987 4 - 5
State of
NON —COLLUSION AFFIDAVIT OF PRIME BIDDER
—%6WC-L
County of Wet >
3aSt Rtide�i
)ss
, being first duly sworn, deposes and says that:
1. He is (Owner, Partner, Officer, Representative, or Agent) , of6/5310(1140
�O , 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) SAAL 621AAAjetr
Subscribed and sworn to before me this
My commission expires
day of .$)
kiallAtitt
Title
StLqtedt3
•
CINDY BEHRENDS
Commission Number 805939
My Co mission Expires
V lbw da
7-1
b
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
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.
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.
The contractor, subcontractor, vendor and supplier of goods and services
will furnish and file compliance reports within such time and upon such
EQUAL OPPORTUNITY CLAUSE
CONTRACT NO. 987 8 - 1
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 Official)
Egoia DeaCCIA
(Title)
\hat a61 ototo
(Date)
EQUAL OPPORTUNITY CLAUSE
CONTRACT NO. 987 8 - 2
You may attach additional sheet(s) if needed.
adder
atths rrn
To be completed by all bidders
Part A
Please answer "Yes" or "No" for each of the following:
pa Yes
Yes
Yes
Yes
[�[! Yes
N o 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).
N o My company has an office to transact business in Iowa.
N o My company's office in Iowa is suitable for more than receiving mail, telephone calls, and e-mail.
N o My company has been conducting business in Iowa for at least 3 years prior to the first request for
bids on this project.
N o 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
My company has maintained offices in Iowa during the past 3 years at the following addresses:
Dates: / / Nit to / Olattert Address: 06%p �I4k�t &id
City, State, Zip: •ItiiB��� �i-�1��i
Dates: / / to / / Address:
City, State, Zip:
Dates: / / to / Address:
City, State, Zip:
To be completed by nonresident 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 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.
Signature:
Date: CO.53E�afD
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)
10-1
Worksheets „utharllzation o Transact Bushiness
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.
ri Yes ❑ No
❑Yes No
jYes I No
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.
Yes 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 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 ❑ 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.
ri 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 ❑ No My business is a limited liability company whose certificate of organization is filed in Iowa and has
not filed a statement of termination.
ri Yes ❑ 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)
10-2
MBE/WBE BUSINESS ENTERPRISE
PRE -BID CONTACT INFORMATION FORM INSTRUCTIONS
Prime Contractor Responsibilities:
Prime Contractors bidding on City of Waterloo contract work are required to ensure that MBE/WBE businesses are provided the opportunity to
participate in the performance of contracts and subcontracts. Prime contractors are required to assist MBENVBE businesses in overcoming
barriers to participation, and must make good faith efforts to secure bids from, and award subcontracts to, MBEANBE businesses. For all contract
bids of $50,000 or more, the following is required to demonstrate good faith efforts in accordance with this policy:
1. "MBE/WBE BUSINESS ENTERPRISE PRE -BID CONTACT INFORMATION FORM" submitted with the prime contractor bid, properly
completed and signed on Form CCO-4 (Rev. 06-20-02). Please note that this document must include all subcontractor contacts, bids received,
and awarded - not just those related to disadvantaged business enterprise vendors.
2. A minimum of three (3) MBE/WBE business contacts must be made and documented, if there are at least three (3) MBE/WBE businesses
offering services in the areas to be subcontracted (see City of Waterloo MBE/WBE Certified List). If less than three (3) are offering the services to
be subcontracted, then a contact is required for any that are listed as providing that service. If you have submitted a MBE/WBE contact not on the
City's MBE/WBE list, attach a copy of the certification from another government agency.
3. Contacts to each MBE/WBE businesses are required to be a minimum of seven (7) working days prior to the date the prime contractor submits
the bid to the City of Waterloo.
4. The following documentation must accompany the "MBE/WBE BUSINESS ENTERPRISE PRE -BID CONTACT INFORMATION FORM" for
each MBE/WBE business contacted:
a. A copy of the bid received from the MBE/WBE, OR
b. If no bid was received, a copy of correspondence received from the MBE/BE with a "no bid" response, OR
c. If no response was received, a copy of the solicitation sent to the MBE/WBE with proof of mailing attached.
5. If any MBE/BE business submitting bids are not selected for subcontract award, documentation must accompany the "MBE/WBE BUSINESS
ENTERPRISE PRE -BID CONTACT INFORMATION FORM" on why the MBE/WBE was not selected. These reasons could include:
a. Not low bid Copies of the competing bids may be required for verification.
b. MBE/WBE did not bid, withdrew bid or was non -responsive.
c. Documentation of other business -related reason for not selecting the MBE/WBE business for a subcontract.
d. Prime contractor self performs work.
e. Any other reason relied on by the Prime Contractor.
The Contract Compliance Officer will determine the weight to be given to each item listed above (supported by appropriate documentation) based
on overall program goals.
Subcontractors Responsibilities:
1. Each MBE/WBE firm planning to submit quotes on construction projects with goals, shall submit a Letter of Intent to Bid (Form CCO-5) to
the City Contract Compliance Officer seven (7) working days prior to bid opening, listing specific items which the MBE/WBE firm is
interested in bidding If the City Contract Compliance Officer does not receive sufficient scope letters seven (7) working days prior to bid
opening, goals on subject project will be reduced accordingly. Agreements between the bidder/proposer and an MBE/WBE in which the
MBE/BE promises not to provide subcontracting quotations to other bidders/proposers are prohibited.
Form CCO-4A Rev. 07-08-02 12C - 1
Prime Contractor Name:
MBE/WBE BUSINESS ENTERPRISE
PRE -BID CONTACT INFORMATION FORM
Project: Pi aoAc LeVer,0 a jtd Letting Date:
e stO*t( 3euee 4- itletts4-
NO MBE/WBE SUBCONTRACTORS: If you are NOT usinganyMBE/WBE subcontractors to complete this project, si r!below. Attach a brief
Y p g
explanation as to why subcontracting was not feasible with this project. If any MBE/WBE subcontractors will be used, please use the bottom
portion of this form.
Contractor Signature:
Title:
vP
(034APAo
Date: (0636-attOW)
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
should 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 CONTACT
Quotes
Received
Quotation
used
in
bid
Subcontractors
MBE/WBE
Contacted
Dates
Yes/No
Contacted
Dates
Yes/No
Dollar
Amount
be Subcontracted
Proposed
to
c2,reer3
Woek
Rb
(e.Sao
AO
L5A
cad (ov'eera ki-0,014C5
la
gb
14214•030
ao
UA
Opp tearAthsws*
Cps
(0•Inac
(o
futA
Esecouo
Rpte6j
(0041)
�
p
ac
V!�
VII
ea,t4OP E 1 igni•pi t.
crib-3o
fto
co- aattfrato
ito
kfit-
(Form CCO-4) Rev. 06-20-02
12D - 1
MBE/WBE BUSINESS ENTERPRISE
PRE -BID CONTACT INFORMATION FORM
PRE -BID CONTACT INFORMATION FORM
tatit-etcas einp Project: FY p10D L8Vt9V`,*�
< n. nip t..,...eYt
�`j i e�
NO MBE/WBE SUBCONTRACTORS: If you are NOT usinganyMBE/WBE subcontractors to complete
Y p
explanation as to why subcontracting was not feasible with this project. If any MBE/WBE subcontractors
portion of this form.
Prime Contractor Name:
alb
Contractor Signature:
e jtd
e Letting Date:
YWZ% I
this project, sign' below. Attach a brief
will be used, please use the bottom
Title: tit P. Date: tpeasattoo
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
should 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 MBE/V1BE 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
MBENVBE BUSINESS ENTERPRISE CONTACT
Quotes
Received
Quotation
used
in
bid
Subcontractors
MBE/WBE
Contacted
Dates
Yes/No
Contacted
Dates
Yes/No
Dollar
be
Amount
Subcontracted
Proposed
to
taek63 ktiwp.
404
Leata`a)
V‘o
44
U'
Qjt eeely
t1'^^
k4T3C
tsC,6
lctflt,3D
Is•_7
6 (113aGepo
AV \cst,5 at ,
totvo
fl.A0
10•33.01;$
0'OA
\4We�rLta4t4D
vie
La'-»30
illio
NA
(Form CCO-4) Rev. 06-20-02
12D-1
BID BOND
KNOW ALL MEN BY THESE PRESENTS, that we, Boomerang Corp 12536 Buffalo Road Anamosa IA 52205
as Principal, and United Fire & Casualty Company 2nd Avenue SE, PO Box 73909, Cedar Rapids IA 52407-3909
as Surety are held and firmly bound unto the 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 submi te0d the accompanying bid dated the 25th day of June
20 ,for FY 2020 Leversee Road Sanitary Sewer and Water Main
Improvements
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 25th day of June , A.D. 20 20 .
Witness 64•14-taitoau
Witness
Cindy Meyer - Operations Specialist
Boomerang Corp
By
United Flire & .' asualty Compan Seal)
y
By
A orney-in-fact
Cassandra J. Daley - Attorne 1 Fact
/AO 6921
(Seal)
6 -1
•
•
*000
•
•
•
•
•
1.1
OW ALL . PERSONS: BY TH
..of the State::Iof.':Iowa• United:..Fire
:.: Financial Pacific:Insura - nce Qom.
m.
. . Q
UNITED FIRE &: CASUALT'Y COMPANY, CEDAR. RAPIDS, .IA
UNITED FIRE &INDEMNITY;:COMPANY, «-'EBSTER, TX
ANCIA L P..ACIFIC.. IN SURANCE COMPANY, -
R-CERTIFIED COP?' -OF .POWER-OF:ATTO
(original on file at Home Office of Company — See Certification)
:RESENTS " That.::United: F ire :a*S.italty CasualtyCorgi .'any, a corporation`dultei` anized . and existin lender the laws
ndemntty: Conpat y, a , corpor`atio4. duly organized and existing_ minder ::t ,e lad s of the:: State:.of Texas; and
• c le ye aiiy;� a:eorporatrori:-di�l}...organized aid eustu�g under�tlie--la��s of the Mate of C�lifoi�ia (lierenl of �t� ely called.
e Companies),. and having their:corporate headquarters in Cedar:Rapids;:: State of Iowa;.:does rilake, constitute and appoint
TIMOTHY :J GASSMANN :KEVIN S :` : MEASE CASSANDRA J r:.:. DALEY, JENNIFER J . FREYMA.RK: ` JOAN :..A .
MICHAEL L. BYL, LORI A. FRERICHS, KATIE A. MCGLAUN, ANDREW J. SCANLON, MEGAN A. KUKER,
:.: TI-B.BEN, ..NOR.MA ::J . CRE:I:GHTON :.E:A_CH INDI1/_I._DUALLY:
Stioty -Department
118 Second Ave SE
dar Rapids:; IA 5240:1
BONEW:1 TZ
GLENDA R.
•
•
their. true: and ::Iawfu1 Attorn e s) in -Fact 'with .ower aid at tliori iei eb confer ' d to si n, :seal- an:.d:: effect t ::in its behalf a 1.. Wfti ... on s,
•-undertaken arid- other obli - ator ..: instruments of similar ati re provi. ed:tl 46:10 single obligation .shall ex.eed...'-420, 0001;900 . Q0
and to bind.the..Com arises thereyas full rand to.:the same extent as<:if such :instruments Were'.si ij.e4:b : the duly authorized officers of the Companies'..
andNall of:t e acts of said Attoiuey •.pursuant to: the authority hereby given: and: hereby ratifled. and.Onfu. red •
The Authority hereby granted. shall expire the-15t h day':of November`, 2021 un i •ess'-= sooner .revoked
Company, United Fire & Indemnity Company, and Financial Pacific Insurance Company.
•
by `United Fire & Casual
IS Power of Attomey is made and executed pursuant to and by authority of the following bylaw duly adopted on May 15, 2013 :: by the: Boards
•Directors of Un ted 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 tithe,`_appointby.wri ter --::
certificates attorneys in -fact to act in behalf of the Companies in the execution of policies of insurance, bonds, undertakings and other obligatory instrU rientis.df like nature:
the:Signature of any officer authorized hereby, and the Coiporate seal, may be affixed by facsimile to any power of attorney or special power of attorney:or..certification:.ot
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 same 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: andto attach.the seal
the Compa es.tliereto. The President or any Vice President, the Board of Directors or any other officer of the Companies may at any time revok‘alllioikver and authority
.previously given to any attorney -in -fact.
•
`.0%1111 MN/
1-1
CORPORATE O
r
it 7 I.
SEAL Y`
0 S.
////11111111n
tate of Iowa, County':of Linn, ss:
/4,lll1l"‘
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 15t h day of::[:.;:November , 201.
UNITED FIRE & CASUALTY COMPANY
UNITED FIRE & INDEMNITY COMPANY
FINANCIAL PACIFIC INSURANCE;CO
By•
On 15t h day of November, 2019,�before me'` persona 1 1 t�came Dennis J :- R4dhmann
to me known, who being by me duly sworn, did depose and say; that he resides in Cedar Rapids, State of Iowa; that he is a Vice President of United Fire
Casualty Company, a::Vice President of:. lis ted Fire &:::Indemnit . ;Com an , :and:. a Vice:-.president:<.of Tinanciak.Pacific. .insurance Company :the
eor oratiodescribed>: Inn and wtlicti executed' e. aboue instillment• : hat. he kno ws tine seal of sand can orations tlia =the seal ` affixed to the said
p• n.s ... th p
•'v ec ors of 'd::o ra ons:: and:: tlZat he sighed *his
uistYliment rs such corpo ate seal, that it:wa§�-�so affllYed -:ptirsrant�:to authority..gr en by the Board• of I�u-. : t ...::. Sad c rpo �1 . g...-. ...
• Name thereto pursuant to .dike: uthorrty;.: and acknO*14 ges same td be: the-: act :.and deed -of :said con or'ation's-
Vice President
udith A. Jones
'Iowa Notarial :Seal`
Commission number 173041
My Commission Expires 4/23/2021
•
•
ssistant Seczetary ofUnrted Fire`:& Casua.t Corn:an . and.Assistant Secretar o :.
ecietar :of Financial Pacrf is I: su ana. Cori :air , do Itter0Sf. gertif :that I'Piave corm ared the foze oing co y: of theyo yer of Attorney.::and affidavit : an
T.o e with: the ORIG.INA S O FILES:
e:�co� . oftlie�=Section.Qf the b la��vs and reso�utrons of��s�aid�:Corporations as<set fortli�_�in said��Po��et` of Ate �� y, .....: ........ .....: ... l.. .N .....
[OME OFFICE :OF SAID;:CORPORATIONS., and thatlie sane are co ect transnp.ts� thereof, ::and -of the -whole of•the said Originals, Ian that
Power of Attorney has not been revoked Auld is now in full 'fore e and effect
testimon hereof I have eunto subscribed my name and affixed the corporate seal of the said Corporations
this dayof/= , 20
CORPORATE
SEAL
/k'IIt1111�:
BPOA0045 122017
•
- - -11111111111
►111111U//// ��\ ,i
CAC:.
• : - Olt .-:
:•
rtY
•Fiz-::�.4• •49E6 :vim.:.`::
'� sTER
ll1! {111�� `♦```
///gi1/2111►111►1►� 1110\
•
•
This paper has a colored background and void pantograph.