Loading...
HomeMy WebLinkAboutJB Holland Construction, Inc.V " . 1 r-w CA) `O N CsasD N.)0 o p r+ N CD . . 0 O CD 7C) oo0 COCO m 0 °o W 0 ni c 1-1 m 0 0 m 0 CD 0 N " N crr o� co co CD c_ CO 0 r- z 0 0 cn 0 c 0 z e LANI crt JB HOLLAND CONSTRUCTION, INC. 2092 State Hwy 9 Decorah, IA 52101-8707 BID ENCLOSED FY 2022 Hyper Drive RISE Project No RM-8155(778)-9D-07 9/23/21, 1:00 PM Waterloo City Clerk 715 Mulberry St, Waterloo, IA FORM OF BID OR PROPOSAL FY 2022 HYPER DRIVE R.LS.E. PROJECT NO. RM-8155(778)--9D-07 CONTRACT NO. 1051 CITY OF WATERLOO, IOWA Honorable Mayor and City Council Waterloo, Iowa Gentlemen: The undersigned, being a Coiporation existing under the laws of the State of Iowa , a Partnership consisting of the following partners: JB Holland Construction, Inc. , 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 Engineei 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 2022 HYPER DRIVE R.I.S E. PROJECT NO. RM-8155(778)--9D-7, Contract No. 1051, all in accordance with the above -listed documents and for the unit prices for work in place for the indicated items and quantities. 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 1eject 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to the undersigned within thirty (30) days after the opening thereof, or at any time thereafter before this bid is withdrawn, the undersigned agrees to execute and deliver an agreement in the prescribed form and furnish the required bond and certificate of the insurance within ten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% of Amount Bid Dollars ($ ) in the form of Bid Bond , 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 ( 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 pet formed an aggregate of $10,000.00 in work for the City in the current calendar year, ate 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 — A CONTRACT NO 1051 Page 1 of 2 RM-8155(778)--9D-07 9. The bidder has received the following Addendum or Addenda: Addendum No. 1 Date 9/14/2021 10. The bidder shall list the MBE/WBF 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 aie 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. JB Holland Construction, Inc. (Name of Bidder) BY: 9/23/2021 (l )ate) Title President illiamHolland Official Address: (Including Zip Code): 2092 State Highway 9 Decorah, IA 52101 I.R.S. No. 42-1237122 FORM OF BID — A CONTRACT NO 1051 Page 2 of 2 RM-8155(778)--9D-07 es . 7 OD 1 st 0 fb LL U Q Ct 0 oW EA CA GA s9 Ge cn Ge cr? Ge s9 Ge tb 0 I— Ct Z fl D Ge Ge cry es N N N 0 0 00 0 O OO 03 (0 LO CO r- N r- N M tx3. N-- «3 In 4 03 NC 6 6 00 O- x— r- O 6 (.0 0 CDf) � cb Nct" N. Cfl 6) `Cr 10 a f` N. L 0) 0) CO N- co Cc) 6) r- r- - F- r- 0 O LO N CO I-- (1) W r Nt}- w O O O 0 O 0.0 0 0 0 0 00 0 O O O 0 up csd O ic5 6 o 0 0 0 0 0 0 0 0 o 0 0 J 0 <W r- Ca v) F 0 3 >auZ_1 o u) w 7 0 0 0.0 0 0 O O O O 0 t.C) CO CO O o o 0 0 0 0 o O 0 Z or) O O O O O O O O O O O O O O w 05zf cn 0 0 Z Q W N w O O O 0 O O O O O O • CO • O N O O O O O O O O O O O ON7 00 N N -- Nam• ;7,28 W ' Z COCO� [VISION 4 • Z Et _.1 w o N N N 0 0 00 M Cfl 0 0 N 6) CO r- N r- 4 6 O O O 00 r w ( \i r- N O r- r- O CO 0 0 LC) Cs)Q 10 d" N . CO • W • W 00 IC N 6) a) N N- c'7 r- co W N 4 co cM - > f•Y - J W 0 AC 0 C.)Ci V1 Tl Tl T Tl Z 0---; VJ V1 V1 [ON Z 0 'ER, TR fCP, 1 '�dln ., 8 B] �r ] ,, XCAVATION, C 'VC 0 [E STRII VATION, 0 W 0 E W 2 ,�/ E---, c/) CD C Cn O c� in 0 N �•D t� 00 1--4 (NI en d' W 74 !( r^ a) 0) CL FORM OF B S.E. PROJECT NO. RM-8155(778)--9D-07 0 69 69 69 m U .0 _ - ►a 0 EN- 64 64 64 69 69 69 64 64 64 69 69 64 69 69 69 64 69 oW 64 69 0 i- m za 64 64 69 64 69 69 69 64 69 64 64 69 69 64 69 64 69 69 0 6 CO O 165.5 1.0 0 0 0 O 0 N-: 0) M 0 0 0 0 0 o N O (Ni 2.0 O 0 O O (Ni 2.0 2.0 d" d' d' r r- r- r- r V- V- M V- O N r- co N 1- ,' O �- O r 1- r 0' W O O 0.0 O O O O 0*0 0 0 0 0 0.0 O 0 0 0 0.0 0'0 0.0 O O 0.0 0 O 0 O 0 0 0 0 0 0 O O 0.0 c/) W O O O O 0 DIVIS101 SANITAI SEWEI NON- ELIGIBI d z 1,080.0 u) u) 0 0 0 0 00 7.0 0 0 0.0 00 O 00o O O O 0.0 0.0 O O Oo0 O O O 0.0 o O 4 d' 4 r .- o O O DIVISION WATERMI NON- ELIGIBL 0 6 o 0 0.0 O 0 o 0 0.0 0.0 0 0 DIVISION 2 R.LS.E. NON- `.. ELIGIBLE o 0 O 6 0.0 O 0 0'0 0.0 o 0 0 0 0 0 0 0 0 6 0.0 0 0 0 0 0 0 0 0 SE' O O O 6 O O 0.0 0.0 O O 0.0 O O 6) OD 1,920.0 2.0 O O O 0 N 0 N 0 (Ni 0 0 0 0 (Ni 0 N 0 N r' w 07 <- r- r- r- V- V- V- r CO inm Z a) > it J DIV] 0" W LF LF ¢ w ¢ w Q w EA Q w (4 F= LF LF Q w Q w Q w EA Q w EA Q w Q w Q w Q w EA Q w w Q w W FITTING, MJ LOCKING TEE, 8" X 6" FITTING, MJ REDUCER, 8" X 6" FITTING, 45° MJ BEND, 8" E, MJ GATE, 8" SCRIPTION JCLEANOUT PIPE APRON, RCP, 15" PIPE APRON GUARDS, 15" PIPE APRON, RCP, 18" PIPE APRON GUARDS, 18" PIPE APRON, RCP, 30" PIPE APRON, RCP, 36" 32 PIPE APRON GUARDS, 36" W Ft FOOTINGS FOR CONC] PIPE APRONS, 15" )TINGS FOR CONC] E APRONS, 18" )TINGS FOR CONC] E APRONS, 30" FOOTINGS FOR CONC1 PIPE APRONS, 36" SEWER, TI TED RCP, 31 PIPE APRON GUA] FIFIING, MJ LOC] 12" X 8" 0 O a TR ?D,1 IP. CF IL ti d 7 7 0o LL.00 M M 34 v1 M vD M 37 00 cn 39 18 20 21 eN1 N M N 25 26 27 28 3° [� CT •71-' CV M .w-*4 •--1 yr F 0 N a) 0) (0 O. ti �o r0 .rn O! z Co U to- O E-op Z Ow U FORM OF BID - B FY 2022 HYPER DRIVE R.IS.E. PROJECT NO. RM-8155(778)--9D-07 0 ON 5 - WATER MAINS AND APPURTENANCES (CONTINUED) 3,514.9 $ DIVISON 8 - TRAFFIC CONTROL WORK AND LANDSCAPING m ►L a� a 1-- 0 EA es es es 64 643 CA, 0 h fx za n 49 G9 64 Gel Ge -GeGe6969 16.0 8,416.0 0 0 O C O 0 O 0 61.4 0 10 0 10 0 M 4 (V a3 c0 V r N co N r r r- N M r Ci F-_ w w 310N4 ITARY NER DN- 3IBLE 0.0 DIVISION 7 - STREETS AND RELATED WORK O O O O O O 0 0 0 O O O O O O O O O N O O N O O O O O O O O O S FOR SANITARY AND STORM 0.0 DIVISION 3 WATERMAIN NON - ELIGIBLE 0.0 0.0 O O O O O O O O O O O O O O O r O O O 4 O O O O O O O O 15.0 6,125.0 3'181JI- -NON .B.s.n Z NOISy 0.0 O 0.0 0.0 O O O O O O 0 O O O O O O 4r O O O O O O N r N CO r DIVISION 1 R.I.SE. ELIGIBLE 0.0 2.OI 0.0 1.0 O O O O O rn v; to O O o O N O O c0 4 r r r 6) c a3 6) N to N c7 N N LS AC EA N v U w ¢ ¢ ¢ ¢ ¢ ¢ ¢ ›-i >- ¢ ¢ ¢ w w w www w w to CA -� LND al w z Z c7 Q wq 2 .o Q r. Z Q £IS-, 116 `✓wlv 0 `DDd )NTROL )NAL SI 3, AND TYPE ?EDI AND (PE] E, 8' .AN 1NT AS " W CA )JUS' o O 5 H wtt U >" 0 o I- Z w Hi nLt In (4 MANH( INTAKI INTAKI DROP C IN TERI' MANH( 48 MAJOR 51 TRAFFI CONVF FERTIL MULCF TEMPC CONTR a TEMI MUL( HYI FER MU] 42 DE ASS PA' W/( 54 55 41 45 46 47 49 c 2 O N M '.O t� M ct In .ch ct in in 4- 0 m a) CD ca 0 r L) O r 0 z U Q I— z 0 U FORM OF BID - B RM-81 55(778)--9D-07 . O Z F— U L1J 0 W Ujs `W 0 LeN CD N N eV L1_ 0 CO U &) Ge C Ge COW U Z CL EiSh Ge 69 O • • • 0 0 0 r O O O r 03 a7 N- N- N. N 1}- O O O N 0 C.6 CO-- Cfl f-- U) w O O O 0 Q O O O O Tt` >• O O O O _ O O Z ce tY J I , W Z m / 00 ZJ > 0 Q/ 0 0 W U u O 0 0 0 0 P O O eelz �' O O O O t O O O W 2 < O Z m e U U (nwoo Z > F' Q Q -� W X Q o 0.0 O O o O 0 O ►-_) CV Q O O O O Q O O r- • CI CD CDZO W N N N Q Z CaQ OCR NI d Z > L W a O 0 0 O CD_. O W O x- �-+ CD O O N—__ 0O W O • W co0~0 N ( co0 r r r 1 >Ed A, -J 0 W 0 0 SIAI( C/) up up Q < / W 3 I > W W U U x ;NAN H ) a H Q Q Q Q 7 / O W `` 17 0 < '-� , INST , MAI1 I- _ Z;r Z_ cj �j V, I01 UDU ODU v �Hfi H _ 0 / T W7 C H �C% oz�w zQw0 EA Utt,�- ~,rw 0 5 '71- 00 rn 0 CN1 Cr) FORM OF B cn O N 0 N 04, 7-441 *** Garrett Grabau VCA 0 O O O 00 N c • 00 V7 M en M 00 '-+ 00 N 4 M O N M N 00 cn N N trk N cn en M r' to d N VD N N N 00 0 d VD M 71-44 00 l0 cr) M 1-4 M N O 0 O u7 cn N N 0 0 ON O 00 N N v-n0000 N O O V co 1O 10 O ct N cn \p O\ 00 Vl 00 cn 0o ino0o0 O in N 0 0 0 0 in 0 Ni 0 in 0 N o0 00 to V N N N 0 4 N N 0 O rn 0 0 0 0 0 0 0 0 0 0 0 0 O O O O O O 0 0 0 O O 0 0 0 O O O O O O O O O O O O O O N O O 0 O O O O 0 0 0 O 0 O n 1/404, N 00 O 10 N 'ct N It O d d4 c*i '--� 4--4 N N N •--� •-� cn *t M n O o 0 N O co co O O 0 0o N o0 CO O o 0 0 0 0 0 0 0 CO CO O O co O O co O O 0 0 0 0 co O O O 0 0 O 0 0 O O O O O O O M -' N N r. N N 0 0 0 O O O O co O 0\ O 0 N N O N cn O o O O O 0 0 O 00 't N �>mi>mi >-4 ww4.4w4-t4-twwdd¢d¢ddddd4-4 d¢¢¢ dUUUCnC4Cn awwaaaaWwwwwwWWWWwWWwwaawWWWW 0 ul N V7 O O 0 O O 0 M cn N 01 t- In 1/40 a4. O M N 1O W H z o H O W W O a w cn H w ¢ za z (4`� 0 0Et Q ril 00 v w o• f/D a¢ck Q Q a0 U r O ZHzz PLA ¢ H00 CO 0 E E Q ¢vadd0m WaU0cc) po 0 X X UHWwc/a vD 0 0 0 0 0 0 0 CO 0 0 CO CO 0 0 0 0 0 0 0 CO CO 0 N O O 00 O O 00 4.--' N M —I O V7 M in 1/4.6 en' 00 O\ fn i--I 0 Vn o0 in N V � 4 •--' 10 N M v0 01 '--1 in .--' O O 0 N 0 0 0 0 0 0 0 0 0 CO 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 N -+ '-' N N N -4 N N N - 0 0 0 0 O 0 CO 0 0 O oino0o o Vi 44 00 l0 O -44' QQQQQQQQQQ�QQQQ__QQQQQQQQQQQQ�Q in Coo 4 a) 1-' N M a a a Q 0 0 0 W W W W &Ddd &J�� ¢¢ 0 0 0 0 Wwww X X X X U U U U HHHHZZZZ v,wwWw xU o -' >->-wwwwwH^4cngg 0 0 0 0 0 Pe V) V) Cr) V) V) cnn 0 W �z� 0Zr‘ w g 0 CLi ¢ ¢ 41 O 41 al a O a 0 w a E PIPE APRONS, 18" E PIPE APRONS, 30" cn o nz cr.z ��0 QoQg Ua' O 0 0 n00 00 0gg00a'a0'00 a' o wwowwow O (14 r4oPm( a'OA" w a a w a a w a PPED, DIP, 8" 00 w 0 U 0 00 w U 00 tn On On On H H H wwr� O N M d' 10 N 00 01 O N cn cso N o0 N M 'ct t N oo 1--' N M d' V) 10 N 00 d, -4 1--r 1--4 4-' 4--4 4--' 4-4 .--1 -' .--4 N NNNNNNNNN M en M cn M M M M M M M 0 Waterloo Hyper Drive a ims CCt a -O CA 04� 0 H C * * * Garrett Grabau .o A E a) 0 0 0 0 0 0 O ,-� N O O O O O O O O O O O O O O O O O O O O 0 O O O O O O O in 0 71: N dd' 00 00 IN n \O ' \O N.\ cn r-m4 N • 4 O 0 0 0 0 0 d-oo0o0 • O O O v� O 00 O kin O Cl O N O 00 N d' O n r-1 t` r--i N LO 00 O 0 o O 0 00 o N d O cn N d' O 00 kr) \O \O N N \O r1 M cn 7--4 • r- 1 O O O O O O O O O O O O O o 0 0 0 0 0 0 0 0 . . . . . . . O O v� 0 0 0 0 0 0 O 00\O0000V)00 \O kn O in v cn O N o 0 n a\ r—, N .--4 d• • 0 cn CD O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O cn O r-4 ; 0 0 0 0 0 0 0 0 0 0 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . O o 0 0 0 0 0 o O t-0 0 0 0 0 N O N 0 0 0 to v> O O O O O O O O 0 0 O O O O O O d' N 0 0 0 vn O O N cn 0 0 0 0 vn O O N Vn v> O r-+ d oo \O CDM 1-4 d- In vn r� vnv� on CD Cl CD CD n n n n n n n n ., n n n n n n n n N O \On n d' \O kn d' r .-� M ,—+ N ,--♦ d- T 4 O M � DO U U U U w w PL, 4. l 4-4 on vo on on on on cn vJ wis) wwwwwis) LI) 0-1 <¢w►..�►..a O O O O O O O O O o 0 0 0 0 0 0 O O O O O O O O N d' TI N 1O N r-i 0 cn O o wV) V) O CIS x 4 4 <HC 4 4 n cn cn cn n H O O O O O O O 0 0 0 0 0 o Vn O Vn O o d N `O \O \O N 1-+ M • l v--4 00 nd-� [W 94 z � PN m��Q���OOwfowwwH cn �w�w►��� w Q_ Z Z H H O O O O O O O O O O O O O O O O O O O O O O O O c;000r-i00r� T--4 t� t� d O O O Cl 00 \O Cr \� zw o U H < < Z Zw 4 r H 0 0 Q H H w w U U O►-�WWUZ��p���zz w C.) CDw WO C) C) a n• 0.4 [Ti>> H 0 z Q H 04 O W W H H Q aaHUXHHV)V)cnCn aot)10:DJ O 0 0 W Q (9) 0 00 W O Z0 H�z <Z N H 0 0 < U � � O N M d' vn \O 00 a\ O N M d' vn \O 00 a1 O Cl rn d In \O r- 00 a1 O d' d' d" d d d' d' d' d' d' vn vn vn vn vn vn vn vn vn vn \O VD \O \O \O \O \O \O \o VD $1,468,540.74 A l N 00 INFORMATION NEEDED FOR IOWA CONSTRUCTION SALES TAX EXEMPTION CERTIFICATE CONTRACTOR NAME JB Holland Construction, Inc ADDRESS: (Check One): FEDERAL ID#: P ROJECT NAME 2092 State Highway 9, Decorah, IA 52101 PRIME X SUBCONTRACTOR 42-1237122 FY 2022 HYPER DRIVE RISE, PROJECT NO. RM-8155(778)--9D-07 P ROJECT CONTRACT NO.: DESCRIPTION OF WORK: -1 Brickwork R Carpentry Li Concrete Drywall -Plaster -Insulation Electrical g Excavation/Grading Flooring Heavy Construction Heating -Ventilating -Air Cond 1051 n Landscaping r� Painting P aving P lumbing Roofing -Siding -Sheet Metal ■ LI Windows P Wrecking -Demolition rl Other (Please specify) NON -COLLUSION AFFIDAVIT OF PRIME BIDDER State of Iowa )ss County of Winneshiek William F Holland , being first duly sworn, deposes and says that: 1. He is (Owner, Partner r e r Representative, or Agent) of JB Holland Construction, Inc. , the Bidder at 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) lam F Holland President Title Subscribed and sworn to before me this 23rd day of September My commission expires April 5, 2024 WOWIL Title t.k401/11 , 2021. F DIANE MARIE KRENTZ r Commission Number 173755 My Commission Fxpires Aprils 20 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) 4' ( pprophate Official) William F Holland President 9/22/2021 (Title) (Date) TITLE VI CIVIL RIGHTS During the performance of this contract, the contractor (for itself), its assignees, and successors in interest (hereinafter referred to as the `contractor') agrees as follows: 1. Compliance with Regulations: The contractor shall comply with the Regulations relative to non-discrimination in Federally assisted programs of the DOT Title 49, Code of Federal Regulations, Part 21, as they may be amended from time to time, (hereinafter referred to as the Regulations), which are herein incorporated by reference and made a part of this contract. 2. Nondiscrimination: The contractor, with regard to the work performed by it during the contract, shall not discriminate on the grounds of race, color, national origin, sex, age, or disability in the selection and retention of subcontractors, including procurement of materials and leases of equipment The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations, including employment practices when the contract covers a program set forth in Appendix B of the Regulations. 3. Solicitations for Subcontracts, Including Procurement of Materials and Equipment: In all solicitations either by competitive bidding or negotiation made by the contractor for work to be performed under a subcontract, including procurement of materials or leases of equipment, each potential subcontractor or supplier shall be notified by the contractor of the contractor's obligations under this contract and the Regulations relative to non- discrimination on the grounds of race, color, national origin sex, age, or disability. 4. Information and Reports: The contractor shall provide all information and reports required by the Regulations or directives issued pursuant there to, and shall allow access to its books, records, accounts, other sources of information, and its facilities as may be determined by the Contracting Authority, the Iowa DOT, or FHWA to be pertinent to ascertain compliance with such Regulations, orders and instructions. Where any information required of a contractor is in the exclusive possession of another who fails or refuses to furnish this information the contractor shall so certify to the Contracting Authority, the Iowa DOT, or the FHWA as appropriate, and shall set forth what efforts it has made to obtain the information. 5. Sanctions for Noncompliance: In the event of the contractor's noncompliance with the nondiscrimination provisions of this contract, the Contracting Authority, the Iowa DOT, or the FHWA shall impose such contract sanctions as they may determine to be appropriate, including, but not limited to: a. Withholding of payments to the contractor under the contract until the contractor complies, and/or b. Cancellation, termination, or suspension of the contract, in whole or in part. 6. Incorporation of Provisions: The contractor shall include the provisions of paragraphs (1) through (6) in every subcontract, including procurement of materials and leases of equipment, unless exempt by the Regulations, or directives issued pursuant thereto. The contractor shall take such action with respect to any subcontract or procurement as the Contracting Authority, the Iowa DOT or the FHWA may direct as a means of enforcing such provisions including sanctions for non-compliance: Provided, however, TITLE VI CIVIL RIGHTS Page 1 of 2 that, in the event of a contractor becomes involved in, or it threatened with, litigation with a subcontractor or supplier as a result of such direction the contractor may request the Contracting Authority or the Iowa DOT to enter into such litigation to protect the interests of the Contracting Authority or the Iowa DOT; and, in addition, the contractor may request the United States to enter into such litigation to protect the interest of the United States. TITLE VI CIVIL RIGHTS Page 2 of 2 Bidder Status Form To be completed by all bidders Part A Ple.se answer "Yes" or "No" for each of the following: Yes 0No Yes 0No Yes ONo Yes QNo 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: Dates: 10 Dates: / Dates: / / to / You may attach additional sheet(s) if needed. 1 / 1992 to 9 / 23 / 2021 Address: 2092 State Highway 9 City, State, zip• Decorah, IA 52101 / to / / Address: City, State, Zip• / 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? 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. JB Holland Construction, Inc. Signature: Date: 9/23/2021 William F Holland You must submit the completed form to the governmental body requesting bids per 875 Iowa Administrative Code Chapter 156. This form has been approved by the Iowa Labor Commissioner. 309-6001 (09 15) Worksheet: Authorization to Transact Business This worksheet may be used to help complete Part A of the Resident Bidder Status form. If at least one of the following describes your business, you are authorized to transact business in Iowa. XYes Yes Yes XYes No My business is currently registered as a contractor with the Iowa Division of Labor. )CNo My business is a sole proprietorship and I am an Iowa resident for Iowa income tax purposes. XNo 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. 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 XNo Yes X\Io Yes XNo Yes Flo Yes XNo Yes XNo Yes My business is a corporation whose articles of incorporation are filed in a state other than Iowa, the corporation has received a certificate of authority from the Iowa secretary of state has filed its most recent biennial report with the secretary of state, and has neither received a certificate of withdrawal from the secretary of state nor had its authority revoked. My business is a limited liability partnership which has filed a statement of qualification in this state and the statement has not been canceled. My business is a limited liability partnership which has filed a statement of qualification in a state other than Iowa, has filed a statement of foreign qualification in Iowa and a statement of cancellation has not been filed. My business is a limited partnership or limited liability limited partnership which has filed a certificate of limited partnership in this state, and has not filed a statement of termination. My business is a limited partnership or a limited liability limited partnership whose certificate of limited partnership is filed in a state other than Iowa the limited partnership or limited liability limited partnership has received notification from the Iowa secretary of state that the application for certificate of authority has been approved and no notice of cancellation has been filed by the limited partnership or the limited liability limited partnership. My business is a limited liability company whose certificate of organization is filed in Iowa and has not filed a statement of termination. �Jo My business is a limited liability company whose certificate of organization is filed in a state other than Iowa, has received a certificate of authority to transact business in Iowa and the certificate has not been revoked or canceled 309-6001 (09-15) MBE/WBE BUSINESS ENTERPRISE PRE -BID CONTACT INFORMATION FORM P rime Contractor Name. JB Holland Construction, Inc. P roject FY 2022 Hyper Drive R.I.S.E Project No RM-8155(778)--9D-07Letting Date: 9/23/2021 N O MBE/WBE SUBCONTRACTORS: If you are NOT using any MBE/WBE subcontractors to complete this project, sign below. Attach a brief explanation as to why subcontracting was not feasible with this project. If any MBE/WBE subcontractors will be used, please us e bottom portion of this form. Contractor Signature: '`/`' �/� , fs44d Titlen President Date: 9/23/2021 S UBCONTRACTORS APPLICABLE: You are required, in order for your bid to be considered responsive, to provide the information on this form showing ALL of your MBE/WBE subcontractor contacts made for your bid submission. This information is subject to verification. Any questions may be directed to Contract Compliance Office 319-291- 4429. You are required, in order for your bid to be considered responsive, to provide the information on this Form showing your MBE/WBE Business Enterprise contacts made prior to your bid submission. This information is subject to verifications and confirmation. If you are unable to identify MBE/WBE firms to perform portions of the work, please contact Rudy Jones, Contract Compliance Officer, for assistance at (319) 291-4429. In the event it is determined that the MBE/WBE Business Enterprise goals are not met, then before awarding the contract the City of Waterloo will make a determination as to whether or not the apparent successful low bidder made good faith efforts to meet the goals. TABLE OF INFORMATION SHOWING BIDDER'S PRE -BID MBE/WBE BUSINESS ENTERPRISE CONTACTS Quotes Received Quotation used in bid MBE/WBE Contacted Dates YeslNo Contacted Dates YeslNo Dollar Amount be Subcontracted Proposed to Subcontractors i j 10 tc 91n2) 11421 (M-5 2-0 T actt NUIrStr4 4 / ZS,527. Mc U 01Iis/v S SoYvio. swimilvo 112ao,O 16 � g citehcll_il 9i/221�) ND 0 `l 57ti No (Form CCO-4) Rev. 06-20-02 BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, J. B. Holland Construction, Inc. as Principal, and United Fire & Casualty Company , 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 Prncipal has submitted the accompanying bid dated the 23rd day of September , 20 21 , for 2022 Hyper Drive RISE Project # RM-8155(778)-9D-07 Contract No. 1051 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 23rd day of September , A.D. 20 21 . out i a K Witness Ve Witness BID BOND J. B. Holland Construction, Inc. Principal By WO.IM(N fi. Eft, (,u►d (Title) United Fire & Casualty Company (Seal) u ety, r Attorney -in- act Page 1 of 1 UNITED FIRE & CASUALTY COMPANY, CEDAR RAPIDS, IA UNITED FIRE & INDEMNITY COMPANY, WEBSTER, TX FINANCIAL PACIFIC INSURANCE COMPANY, ROCKLIN, CA CERTIFIED COPY OF POWER OF A 11 ORNEY (original on file at Home Office of Company — See Certification) KNOW ALL PERSONS BY THESE PRESENTS, That United Fire & Casualty Company„a corporation duly organized and existing under the laws of the State of Iowa; United Ftre & Indemnity Company, a'; corporation duly organized and existing under the laws of the State of Texas; and Financial Pacific Insurance Company, acorporation duly organized and existing under the laws of the State of California (herein collectively called the Companies) and having their corporate headquarters in Cedar Rapids, State of Iowan does make, constitute and appoint MATT FAY, ABIGAIL R MOHR, MAT DEGROOTE, SANDY VANOSTEN,,LAURA PEIFFER, EACH INDIVIDUALLY their true and lawful Attorney(s)-in-Fact with power and authority hereby conferred to sign, seal and execute in its behalf all lawful bonds, undertakings and other obligatory instruments of similar nature provided that no single obligation shall exceed $100, 000 , 000. 00 and to bind the Companies thereby as fully and to the same extent as if such instruments were signed by the duly authorized'. officers of the Companies and all of the acts of said Attorney, pursuant to the authority hereby given and hereby ratified and confirmed. The Authority hereby granted is continuous and shall remain in full force and effect until revoked by United Fire & Casualty Company, United Fire & Indemnity Company, and Financial Pacific Insurance Company This Power of Attorney is made and executed pursuant to and by authority of the following bylaw duly adopted on May 15, 2013, by the Boards of Directors of United Fire & Casualty Company, United Fire & Indemnity Company, and Financial Pacific Insurance Company. "Article VI — Surety Bonds and Undertakings" Section Appointment of Attorney -in -Fact. "The President or any Vice President or any other officer of the Companies may from time to time, appoint by written certificates attorneys -in -fact to act in behalf of the Companies in the execution of policies of insurance bonds, undertakings and other obligatory instruments of like nature.. The signature of any officer authorized hereby, and the Corporate seal, may be affixed by facsimile to any power of attorney or special power of attorney or certification` of either authorized hereby; such signature and seal, when so used, being adopted by the Companies as tl e orig nal 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 attomeys 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 ignature and execution of any such instruments and to attach the seal the Companies thereto. The President or any Vice President the Board of Directors or any other officer of the Companies may at any time revoke all power and authority previously given to any attomey-in-fact. ++ Y`+a`S CASV�L4'4,, 4 c+��.. 57 CORPORATE • ; SEAL• 1R R1APro"`` GAFG MO NSUA4 QP; GaRPOl99e 7-1 4▪ 6 0 1.* 5 Qi210LY2Z �.0 zi i_ • 1986 ; ate` • •.9�/PORN:. • "r• 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 14t h day of February, 2014 UNITED FIRE & CASUALTY COMPANY UNIT"ED FIRE & INDEMNITY COMPANY FINANCIAL PACIFIC INSURANCE COMPANY State of Iowa, County of Linn, ss: On 14th day of February, 2014, before me personally came Dennis J..Richmann 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 United Fire `& Indemnity Company, and a Vice President of Financial Pacific Insurance Company the corporations.: described, in and which executed the above instrument that he knows the seal- of .said corporations, that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said'; corporations and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporations. ^ Inquiries Surety Department 118 Second Ave SE Cedar Rapids, IA 52401 Vice President attt W / ����� (zdf6'd� ^'Notary Public My commission. expires: 10/26/2022 , Mary A. Bertsch, Assistant Secretary of United Fire & Casualty Company and Assistant Secretary of United Fire & Indemnity Company, and Assistant Secretary of Financial Pacific Insurance Company do hereby certify that I have compared the foregoing copy of the Power of Attorney and affidavit, and the copy of the Section of the bylaws and resolutions of said Corporations as set forth in said Power of Attorney, with the ORIGINALS ON FILE IN THE HOME OFFICE OF SAID CORPORATIONS, and that the same are correct transcripts thereof, and of the whole of the said originals, and that the said Power of Attorney has not been revoked and is now in full force and effect. In testim whereof I have hereuntosubscribed my name and affixed the corporate seal of the said Corporations this day of J beA 20 iii g/conronATE SEAL 7•1.2 /enrols „A BPOA0049 1217 Patti Waddell Iowa Notarial Seal Commission number 713274 My Commission. Expires;10/26/2022 • &14 1.4,. ,1 CORPORATE • ?SR Yt*t. l//111ittO• G\F‘O INSUggy Q . ,OR• PO�frt.0•,.tP. suLY 22 0_ �., 1966 - ra e O Zs• •.A!/FOR*it:" l+.a By: fih Assistant Secretary OF&C & OF&I & FPIC This paper h s a colored background and void pantograph.