Loading...
HomeMy WebLinkAboutBoomerang CorporationBoomerang Corp 13225 Circle Dr Suite A P.O Box 227 Anamosa, Iowa 52205 • City of Waterloo 715 Mulberry St. Waterloo, IA 50703 Date & Time of Letting. September 23, 2021 1:OOPM FY2022 Hyper Drive RISE Project Bid Security • • I 11\ t'J. ant w ",a) tin Boomerang Corp 13225 Circle Dr Suite A P.O Box 227 Anamosa, Iowa 52205 il !Z.. s Y.r F CITY CLERK'S fiFFICP SEP 23 2021 PO 9:4109 I City of Waterloo 715 Mulberry St. Waterloo, IA 50703 FY2022 Hyper Drive RISE Project Date & Time of Letting: September 23, 2021 1:OOPM Proposal • • FORM OF BID OR PROPOSAL FY 2022 HYPER DRIVE R.I.S.E. PROJECT NO. RM-8155(778)--9D-07 CONTRACT NO. 1051 CITY OF WATERLOO, IOWA Honorable Mayor and City Council Waterloo, Iowa Gentlemen: 1. „Me undersigned, being a Corporation existing under the laws of the State of _IC��.s_ , a Partners i �jonsisting 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 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 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to the undersigned within thirty (30) days after the opening thereof, or at any time thereafter before this bid is withdrawn, the undersigned agrees to execute and deliver an agreement in the prescribed form and furnish the required bond and certificate of the insurance within ten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 COE_ J)QrflQii+ Of'QPWIt hiri ��el�, in the form of ; is submitted herewith in accordance with the INSTRUCTIONS TO BIDDERS. 5. Attached hereto is a Non -Collusion Affidavit of Prime Contractor. 6. Attached hereto is a Resident Bidder Certification Certification ( ). (Marls one.) or Non -Resident Bidder 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 — 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. li 1 Date 944209. 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. Cor (Name of Biddt BY: irSta,(,Lc.lA aact, Title 9'c3sDeaf (Date) Official Address: (Including Zip Code): 3a. fr.' 1 6 Boa' Qa7 k rci nnom YoLoa carauc). I.R.S. No. LID i5gs 1 9 FORM OF BID — A CONTRACT NO. 1051 RM-8155(778)--9D-07 Page 2 of 2 FY 2022 HYPER DRIVE R.I.S.E. PROJECT NO. RM-8155(778)--9D-07 FORM OF BID OR PROPOSAL FY 2022 HYPER DRIVE R.I.S.E. PROJECT NO. RM-8155(778), -9D-07 CONTRACT NO 1051 CITY OF WATERLOO, IOWA ITEM BID DESCRIPTION UNIT DIVISION ELIGIBLE R I.S.E. 1 DIVISION ELIGIBLE R.I.S.E. NON- 2 WATERMAIN DIVISION ELIGIBLE NON- 3 DIVISION SANITARY ELIGIBLE SEWER NON- 4 EST QTY UNIT PRICE BID TOTAL PRICE BID DIVISION 2 - EARTHWORK 1 CLEARING AND GRUBBING AC 2.7 2.4 0.0 * 0.0 5.1 $101 Oli6,( a $Jl10C60C 2 TOPSOIL, SPREAD, STRIP, ON -SITE STOCKPILE, CY 2,851.9 48,892.6 0.0 0.0 51,744.5 $ y,'�,� C>t t $;26 O9? . 3 EXCAVATION, CLASS 10 CY 4,544.3 117,229.0 0.0 0.0 121,773.3 $ 3 . or $: S, an •9( 4 STEEXCAVAONOLOT 4ASS 10 CY 3,277.1 57,280.0 0.0 0.0 60,557.1 $ • co $ is i to 71, 43c 5 SUBGRADE PREPARATION SY 3,969.2 0.0 0.0 0.0 3,969.2 $ , Cy) $ 1eia c . qc 6 SUBBASE, 6" MODIFIED SY 3,969.2 0.0 0.0 0.0 3,969.2 $ _ OD S„Si t Z63 _ /DQ 7 SUBBASE, 4" MODIFIED SY 701.2 0.0 0.0 0.0 701.2 $ 7 s zA t ( .Ld () _00 SUBBASE, 8" MACADAM SY 701.2 0.0 0.0 0.0 701.2 $ 102-06 $ 4i4oc) 08 STONE SUBGRAE CY 350.0 0.0 0.0 0.0 350.0 $ Co $2. W ooi 00 9 OVEREXDCAVATION c2, - 10 GRANULAR STABILIZATION TN 685.0 0.0 0.0 0.0 685.0 $ .t .(y. $ ` 7, a I t , Cv DIVISION 4 - SEWERS AND DRAINS SANITARY SEWER GRAVITY MAIN, TRENCHED, PVC • LF 0.0 0.0 0.0 953.8 953.8 $ 7°o $ 7 /, 5334)O 11 TRUSS, 12" SANIT TRENCHED, SEWER GRAVITY DIP, 12" LF 0.0 0.0 0.0 75.0 75.0 $ l020. et $9, b1.Ot) 12 MAIN, 13 SANITARY TRENCHED, SEWER PVC SDR SERVICE, 23.5, 6" LF 0.0 0.0 0.0 156.0 156.0 $ (p5. Lt 1 $ I D/ I'- o. 00 S14 GASKETED M WER, RCP,1RENCHED, LF 163.8 0.0 0.0 0.0 163.8 S 1OtYi $1 H, q4-oo STORM SEWER, TRENCHED, LF 0.0 0.0 0.0 98.1 $ O • (_�(,!M $ 3v, 3'Q9. ho 15 GASKETED RCP, 18" 98.1 STORM SEWER, TRENCHED, 0.0 549.2 Silt $%Lt 106 $ Sq.2 • a 16 GASKETED RCP, 24" LF 549.2 0.0 0.0 FORM OF BID - B CONTRACT NO. 1051 RM-8155(778)-9D-07 Page 1 of 4 FY 2022 HYPER DRIVE R.I.S.E. PROJECT NO. RM-8155(778)--9D-07 ITEM BID DESCRIPTION UNIT DIVISION ELIGIBLE R.I.S.E. 1 DIVISION ELIGIBLE R.I.S.E. NON- 2 WATERMAIN DIVISION ELIGIBLE NON- 3 DIVISION SANITARY SEWER ELIGIBLE NON- 4 EST QTY UNIT PRICE BID TOTAL PRICE BID DIVISION 4 - SEWERS AND DRAINS (CONTINUED) STORM17 SEWER, TRENCHED, " RCP LF 13.9 0.0 0.0 0.0 13.9 $ / - Q[) $ R, 1 s 4c4. ,. G SK 30" 18 STORM GASKETED SEWER, RCP, TRENCHED, 36" LF 161.3 0.0 0.0 0.0 161.3 / $! 75 ��> U0 $ Q a a 19 SUBDRAIN, HDPE, 6" LF 1,920.0 0.0 0.0 0.0 1,920.0 $ 7_ 0 $ 3a LQ4O 20 SUBDRAIN CLEANOUT EA 2.0 0.0 0.0 0.0 2.0 $800.06 $ (i 6CM 21 PIPE APRON, RCP, 15" EA 1.0 0.0 0.0 0.0 1.0 $o24 ). 60 $ 1 ,coo._t FOOTINGS PIPE APRONS, FOR 15" CONCRETE EA 1.0 0.0 0.0 0.0 1.0 $ soo,a-,,``22 $ 500. 00 23 PIPE APRON GUARDS, 15" EA 1.0 0.0 0.0 0.0 1.0 $ % 066.00 $ 1 060, , 24 PIPE APRON, RCP, 18" EA 2.0 0.0 0.0 0.0 2.0 $ ' o ce. •dU $ 4 Li 061 I , 25 FOOTINGS PIPE APRONS, FOR 18" CONCRETE EA 2.0 0.0 0.0 0.0 2.0 $ �r /�/ Q: $ it 000. 01 26 PIPE APRON GUARDS, 18" EA 2.0 0.0 0.0 0.0 2.0 $ I Dec $ U j Qo o c C 27 PIPE APRON, RCP, 30 �� EA 1.0 0.0 0.0 0.0�,L� 1.0 $' � $' - a ��iiO i FOOTINGS FOR CONCRETE EA 1.0 0.0 0.0 0.0 1.0 LoQ( Loo� v© 28 PIPEAPRONS,30" 29 PIPE APRON GUARDS, 30" EA 1.0 0.0 0.0 0.0 1.0 1 r etC. oo / i 4R60%0 30 PIPE APRON, RCP, 36" EA 2.0 0.0 0.0 0.0 2.0 $ a, 7as . CC) $ a hib, , 31 FOOTINGS PIPE APRONS, FOR 36" CONCRETE EA 2.0 0.0 0.0 0.0 2.0 $ it A10€4.k) Q, ego 0.0 0.0 2.0 $ 11560- 60 $?, 32 PIPE APRON GUARDS, 36" EA 2.0 0.0 01)0.0 DIVISION 5 - WATER MAINS AND APPURTENANCES 33 WATER POLY WRAPPED, TRENCHED, DIPC8 LF 0.0 0.0 1,080.0 0.0 1,080.0 - O0 2/, 660 6 04C WATER SERVICE, 34 TRENCHED, DIP, 8" LF 0.0 0.0 165.5 0.0 165.5 $ 75.06 $1 • '4 f Q , FITTING, MJ LOCKING TEE, EA 0.0�y� 1.0 0.0 1.0 $ /tan()�-(J ` $ l�co, �.. 35 12" X 8" 0.0 FITTING, ING, NH LOCKING TEE, EA 0.0 0.0 4.0 0.0 4.0 $ <�• $ 2, �e 36 8" 37 FITTING, 8" X 6" MJ LOCKING TEE, EA 0.0 0.0 4.0 0.0 4.0 $700-C6 `- $c, O WO. F38 NiJ REDUCER, 8" X 0.0 $ T eo $ a700 ' anL EA EA 1.0 0.0 1.0 6" 0.0 39 FITTING, 45° MJ BEND, 8" EA 0.0 0.0 4.0 0.0 4.0 ,00 a, t• 00 , e 40 VALVE, MJ GATE, 8" EA 0.0 0.0 7.0 0.0 7.0 $ , •G } $ 7j SC�j�j . FORM OF BID - B CONTRACT NO. 1051 RM-8155(778)-9D-07 • 0 0 0 Page 2 of 4 FY 2022 HYPER DRIVE R.I.S.E. PROJECT NO. RM-8155(778)--9D-07 ITEM BID DESCRIPTION UNIT DIVISION ELIGIBLE R.I.S.E. 1 DIVISION ELIGIBLE R.I.S.E. NON- 2 WATERMAIN DIVISION ELIGIBLE NON- 3 DIVISION SANITARY ELIGIBLE SEWER NON- 4 EST QTY UNIT PRICE BID TOTAL PRICE BID DIVISION 5 - WATER MAINS AND APPURTENANCES (CONTINUED) 41 FIRE HYDRANT ASSEMBLY EA 0.0 0.0 4.0 0.0 4.0 $ 41txoct) $2c),o1Y.. DEA42 ASSEMBLYD END FIRE HYDRANTEA 0.0 0.0 1.0 0.0 1.0 $4 $ t Goa, , DIVISION 6 - STRUCTURES FOR SANITARY AND STORM SEWERS 43 MANHOLE, SW-301, 48" EA 0.0 0.0 0.0 2.0 2.0 $ 6064 $ /a O(O40k 44 INTAKE, SW-507 EA 6.0 0.0 0.0 0.0 6.0 $e jt �Ub $ 21, 006 . 45 INTAKE, SW-509 EA 2.0 0.0 0.0 0.0 2.0 $ D� vQ $ / 2 (sae t f 46 INTAKE Sw -513 EA 1.0 0.0 0.0 0.0 1.0 $�� t,5oa.010 $ �1 6pD DROP CONNECTION, 47 INTERNAL EA 0.0 0.0 0.0 1.0 1.0 $ nt� • &) $ �, ���; MANHOLE ADJUSTMENT, 48 MAJOR EA 1.0 0.0 0.0 2.0 3.0 sg50.0.00 $7, 506 • C' DIVISION 7 - STREETS AND RELATED WORK C-4 49 PAVEMENT, W/CLASS 3 AGG, PCC, 9" SY 3,514.9 0.0 0.0 0.0 3,514.9 $ b000 $ oCi L 1 �' 50 PAVEMENT REMOVAL SY 61.4 0.0 0.0 0.0 61.4 $ 7., Ly) $ /, as-- _0 DIVISON 8 - TRAFFIC CONTROL 51 TRAFFIC CONTROL LS 1.0 0. 0.0 0. 1. ii $L� $ )1 BOA DIVISON 9 - SITE WORK AND LANDSCAPING 52 CONVENTIONAL FERTILIZING, AND SEEDING, AC 1.5 23.0 0.0 0.0 24.5 MULCHING - TYPE 1 jc ,LH I $ i c�v6 $ 3`E'i1 5C 53 HYDRAULIC FERTILIZING MULCHING SEEDING, AND 1 BFM AC 1.0 11.0 0.0 0.0 12.0 $3 a2C�1, �L� �y 2Jco $r -TYPE - `�y� 54 TEMPORARY CONTROL MULCHING EROSION AC 2.5 34.0 0.0 0.0 365 . �V, iy $ '1.,[J oqI law 55 TEMPORARY MULCHING-TYPE5 SEEDING AND AC 1.0 15.0 0.0 0.0 16.0 $ � `M � $ 90064 a 56 STRAW INSTALLATION WATTLE, 8"' LF 2,291.0 6,125.0 0.0 0.0 8,416.0 �'' oyy�� $ mil• W $ ���h /4,C ► STRAW WATTLE, 8", 57 MAINTENANCE AND 2,291.0 6,125.0 0.0 0.0 8,416.0 V ' 90 Jaq`REMOVAL LF $ ${ FORM OF BID - B CONTRACT NO. 1051 RM-8155(778)-9D-07 . va iQ . 00 UO CO OD YG Page 3 of 4 FY 2022 HYPER DRIVE R.I.S.E. PROJECT NO. RM-8155(778)--9D-07 ITEM BID DESCRIPTION UNIT DIVISION ELIGIBLE R.I.S.E. 1 DIVISION ELIGIBLE R.I.S.E. NON- 2 WATERMAIN DIVISION ELIGIBLE NON- 3 DIVISION SANITARY ELIGIBLE SEWER NON- 4 EST QTY UNIT PRICE BID TOTAL PRICE BID DIVISON 9 - SITE WORK AND LANDSCAPING (CONTINUED) 58 SILT FENCE, INSTALLATION LF 1,870.0 4,200.0 0.0 0.0 6,070.0 $ 1,50 $ 1 /t)5 & 59 SILT FENCE, MAINTENANCE LF 1,870.0 4,200.0 0.0 0.0 6,070.0 $ 0 ,1 v $ (ii 67 Oc , 60 SILT FENCE, REMOVAL LF 1,870.0 4,200.0 0.0 0.0 6,070.0 $ a , / tD $ t4207. Old 61 CONSTRUCTION (INSTALLATION, REMOVAL) MAINTENANCE, ENTRANCE AND LS 1.0 0.0 0.0 0.0 1.0 $ Q 06600 s 2 Meg (,) DIVISON 9 - SITE WORK AND LANDSCAPING (CONTINUED) 62 INLET (INSTALLATION, REMOVAL) PROTECTION AND DEVICE EA 8.0 0.0 0.0 0.0 8.0 $ /56.60✓ /MAINTENANCE, $ [C Li 63 EROSION STONE, 1' DEPTH TN 279.0 0.0 0.0 0.0 279.0 $ . DO $ i Sr t)756, 64 SEDIMENT INSTALLATION BERM, LS 0.0 1.0 0.0 0.0 1.0 $ 3,OW. (.� $ 3j bbt 65 SEDIMENT M_AINTENANCE�1� LS 0.0 1.0 0.0 0.0 1.0 $ 30040 $ 3 oo. pc 66 SEDIMENT REMOVAL BERM, LS 0.0 1.0 0.0 0.0 1.0 $ MO•On $� 67 SEEDING WARRANTY LS 0.1 0.9 0.0 0.0 1.0 $ L, ODO.. On $ ii1 c)a DIVISION 11 - MISCELLANEOUS j 68 CONSTRUCTION SURVEY LS 1.0 0.0 0.0 0.0 1.0 $ � i, OM (t $ H ! i OW • 69 MOBILIZATION LS 1.0 0.0 0.0 0.0 1.0 $ I3 t,Qb $111/4 000, 70 MAINTENANCE BOND LS 0.0 1.0 0.0 0.0 1.0 $/0At4 CO $ /q 006 TOTAL BID $ 011i631/41 50 FORM OF BID - B CONTRACT NO. 1051 RM-8155(778)-9D-07 Page 4 of 4 NON”COLLUSION AFFIDAVIT OF PRIME DIDDFR State of .LOLCO\ )ss County of ()f13 ) Ciarah eiCka being first duly sworn, deposes and says that: 1. He is (Owner, Partner, Officer, Representative, or Agent) , of o r . , 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. Subscribed and sworn to before me this (Signed) V • P Title f v� �Al of 3-�-e ��N�‘r}�,� 20 a . -� day�, i ov Title --- 3( My commission expires Bidder status Form To be completed by all bidders Part A Please answer "Yes" or "No" for each of the following: QYes ® No My company is authorized to transact business in Iowa. (To help you determine if your company is authorized, please review the worksheet on the next page). Yes ® No My company has an office to transact business in Iowa. Yes ® No My company's office in Iowa is suitable for more than receiving mail, telephone calls, and e-mail. Yes No My company has been conducting business in Iowa for at least 3 years prior to the first request for bids on this project. es No My company is not a subsidiary of another business entity or my company is a subsidiary of another business entity that would qualify as a resident bidder in Iowa. If you answered "Yes" for each question above, your company qualifies as a resident bidder. Please complete Parts B and D of this form. If you answered "No" to one or more questions above, your company is a nonresident bidder. Please complete Parts C and D of this form. To be completed by resident bidders Part B My company has maintained offices in Iowa during the past 3 years at the following addresses: Dates: / /EEC to / O / ic=e Address: K53/c &.zPk'1 to o4 City, State, Zip: �t_ faock DDD-405 Address:l3o�CrcJQinVQ Stir ie / 1 City, State, Zip:RrnnInsso freLt XL 5-9(905 Dates: / / to / / Address: You may attach additional sheet(s) if needed. City, State, Zip: Dates: / lb20 to CLLren f 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? 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: OrYn-9 Chr,o )4}41--- getake44_>s Date: Q23c-CL2I Signature: 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. Yes O Yes Yes Yes Yes Yes Yes Yes Yes Yes Yes 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. 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. 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. 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) Prime Cutractor Name: Project: b MBE/WBE BUSINESS ENTERPRISE PREnBID CONTACT INFORMATION FORM Letting Date: NO IVIBE/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 use thebotto portion of this form. Contror Signature: Title: \'rQ3frTt Q1�i'Date: IMO SUBCONTRACTORS APPLICABLE: You are required, in order for your bid to be considered responsive, to provide the information on this form showing ALL of your MBE/WBE subcontractor contacts made for your bid submission. This information is subject to verification. Any questions may be directed to Contract Compliance Office 319-291- 442 9 . 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 PREBID MMMBE/WBE BUSINESS ENTERPRISE CONTACTS MBE/WBE Subcontractors Ccrfr a Q_cfr;c. l�l prAppi EfeJr� ibinec_Xnekviaro hey, Cyr tw) r orb fle6sL&)k Qr- nos Ay) Lviti;Lk'Lc;ii�r2,°�°iu�•, 9 )40•04 Nf� ��L ConefrftC l A)01 100 £.C�4 hi -tea rioaCrsk 9,- /� Dates Contacted 9-6.21 grilo- Quotes Yes/No rho 1J0 9v6 9 c-11 Dates Contacted JR N A I\JF\ Received Yes/No Nn NF\ �v R NA NP\ N fa\ (\if\ NR Quotation used in bid Dollar Amount Proposed to be Subcontracted Nq N N N 1\ 4\\ NJP\ IMA rlt\ Pk) Form 730007WP 7-97 CContractor i300rflQ1flfl9 Project# fQ - j 55 7 -SI "07 County ,3 O(W City Aranio_. `-\ TARGETED SMALL BUSINESS (TSB) PRE -BID CONTACT INFORMATION (To Be Completed By All Bidders Per The Current Contract Provision) Page# In order for your bid to be considered responsive, you are required to provide information on this form showing your Targeted Small Business contacts made with your bid submission. This information is subject to verification and confirmation. In the event it is determined that the Targeted Small Business goals are not met, then before awarding the contract, the Contracting Authority will make a determination as to whether or not the apparent successful low bidder made good faith efforts to meet the goals. NOTE: Every effort shall be made to solicit quotes or bids on as many subcontractable items as necessary to achieve the established goals. If a TSB's quote is used in the bid, it is assumed that the firm listed will be used as a subcontractor. TABLE OF INFORMATION SHOWING BIDDERS PRE -BID TARGETED SMALL BUSINESS (TSB) CONTACTS SUBCONTRACTOR TSB DATES QUOTES RECEIVED QUOTATION USED IN BID CONTACTED YES/ NO CONTACTED DATES YES/ NO DOLLAR TO BE AMT. SUBCONTRACTED PROPOSED LIGIS CanA-111nCrii LLL Ves 9-Pc)-4,11 NA P NNARrc� Na �a, �ar ne�-, ns i �a a i NO Nflni%tJA ,/LC 9a2J NA A)f\ n C nc JeS Nt k\A ,1 ,�nn;e 41nsjmcek/jcl 9•3Q-D I IWD NF IW\ NA A NA N A neyyrunr- CPA karictki tr Ve, 9- i NO Ai 09,D-.2 \ioise hiosE,nctiert(oisti ire I � 0 D, � n \S 9'r2cf /�� ~ N A NP N A `i '?) Lin 9 23 -�. Nt A 4)-A ; de ?cQcca0 hlic �;nc4-: A)A� p r c �6 �V on Co yes 9-X -a i MG J1( NA rol Total dollar amount proposed to be subcontracted to TSB on this project $ List items by name to be subcontracted: Cily; raryrpn\ml Pse6S9-iagep, IQ Ivaage OY� n-k1 I\J/Z\ IstA Coretrutc4;bn y().3 9a0Q-ai NO NA NIA NA JcAQk5a.C'n,+incli,8,Life yes 9aI No ievA Ain NA )40(i's&iarpsors bThe Ves 92I No /et NA ova LT Lemon Arx)ci'cutes lie yes 9,,ap.02/ Nt OVA NA Nfl mAin- RQ-406W CraZ,.8 '� VeS 92c2jR� d� A iNA �I ribe);1-QLi�i1.4yPir0;css"r( JQs 9-.22 -etc)] No pjn N IV eqi Form 730007WP 7-97 Contractor Project# v�r�l County )onef..3 City Rrama7s0\ TARGETED SMALL BUSINESS (TSB) PRE -BID CONTACT INFORMATION (To Be Completed By All Bidders Per The Current Contract Provision) Page# 102 In order for your bid to be considered responsive, you are required to provide information on this form showing your Targeted Small Business contacts made with your bid submission. This information is subject to verification and confirmation. In the event it is determined that the Targeted Small Business goals are not met, then before awarding the contract, the Contracting Authority will make a determination as to whether or not the apparent successful low bidder made good faith efforts to meet the goals. NOTE: Every effort shall be made to solicit quotes or bids on as many subcontractable items as necessary to achieve the established goals. If a TSB's quote is used in the bid, it is assumed that the firm listed will be used as a subcontractor. TABLE OF INFORMATION SHOWING BIDDERS PRE -BID TARGETED SMALL BUSINESS (TSB) CONTACTS SUBCONTRACTOR TSB DATES QUOTES RECEIVED QUOTATION USED IN BID CONTACTED YES/ NO CONTACTED DATES YES/ NO DOLLAR To BE AMT. SUBCONTRACTED PROPOSED ThPS 4eofs PC.�fc� �-aLpY,` A tiA N (� A N fl tc�,,o;as >�� rn gal No 1W1 TJA Niecikcc� �ruc�l�o„ �C ycr) 9 � � � No NFL /vF� rJ NA 99SU9J f� 1\) Lon 1�7�hrol myG+c�tlC�es N() N R '�Ltr, ' Nt- Nil NA NA .1'-G c� ;n24 Mm Stt �i��'� /4,0 as ai no n� A N �1 N R r �Z;oe� f�;.lorp�,�zs � c � a � N� NA N�1 N/� cr,M NA (Db;� ,�r r 24/ f'JC) NA N 9 aaal Q A NA N fictiratekt �C0��rn'y6 No / NJ Total dollar amount proposed to be subcontracted to TSB on this project $ List items by name to be subcontracted: Page 4 J�,LLC: \je• 9a33� :N0 NA NA Tod\ ro.ssRfc/v3tJcjLLC yes 9..ja.a/mo fy-A Ai A I czy lor (orontetistin )r\c frs q 9- dijrO Nfl N �1 The14- rcuson Lk( \Les cy3) T'JO NA 1\)A \-P-Thascin cdth4-1\ensuL yes 9-242,a) No i\h; (NA Na (V6 NA N 1� BID BOND THESE PRESENTS that we Boomerang Corp 13225 Circle Dr Suite A, Anamosa IA 52205 KNOW ALL MEN BY , United Fire and Casualty Company 118 2nd Ave SE PO Box 73909, Cedar Rapids IA 52407-3909 as Principal, and , 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 submitted the accompanying bid dated the 23 day of September , 20 21 , for FY2022 Hyper Drive R.I.S.E Project No. RM-8155 (778)-9D-07, Contract 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 23 day of September , A.D. 20 21 BID BOND NrircA)--- (Seal) Principal :oomerang C j By o� Riesio/P0-1- (Title) 00 I IF ()OeiV----- (Seal) Surety United Fire and Casualty Company By Kassonia R Docker Attorney in Fact Attorney -in -fact Pagel of1 • • • • • INSURANCE UNITED FIRE & CASUALTY COMPANY, CEDAR RAPIDS LA UNITEDFIRE & INDEMNITY COMPANY, WEBSTER, TX FINANCIAL PACIFIC INSURANCE COMPANY, ROCKLIN,<CA CERTIFIED COPY OF POWER OF ATTORNEY (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 Fire & Indemnity Company, a corporation duly organized and existing under the laws of the State of Texas; and Financial Pacific. Insurance Company, a corporation 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 Iowa, does make, constitute and appoint Inquiries: Surety Department 118 Second Ave SE Cedar Rapids, IA 52401 TIMOTHY: J . GASSMANN : KEVI_N S S. MEASE::, CASSANDRA. J . DALEY, :`iiENNI FER.. J . FREYMARK, JOAN A MICHAEL=L. BYL, LORI A FRERICHS, KATIE A MCGLAUN.,.ANDREW J. SCANLON, MEGAN A. KUKER TIBBEN KASS.ONIA' R.<:DOCKER, RACHEL M.'FRANKS, ASHLEY N JACOBSEN, CHANDLER M LAMM, EACH INDIVIDUALLY • • • • BONEWITZ, GLENDA R. their trite and lawful A. torney(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 $ 40 , 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 shall expire the 15t h `=day of November , 2021 unless sooner revoked Company, United Fire & Indemnity Company, and Financial Pacific Insurance Company. by United Fire & Casualty This Power of Attorney is made and executed pursuant to and by authority of the following bylaw duly adopted on May 15, 2013by the Boards of Directors of United Fire & Casualty Company, United Fire & Indemnity Company, and Financial Pacific Insurance Company. "Article VI — Surety Bonds and Undertakings" Section2, 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 actin 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 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 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 attorney -in -fact. `1` IDS 1 CASv ,/' I % 4 C'p i•; dtr ///PID ���` r£R Tti�'�\ /ll1I111O `State of Iowa, County of Linn, ss: On 15t h :day of November , 2019 ,'- before me personal 1 y came Dennis J. > Ri chmann 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 � P tY g Y name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporations. IN WITNESS WHEREOF, the COMPANIES have each caused these presents to be signed by its .0cAG INSuAq vice president and its corporate seal to be hereto affixed this 15t h day of November, 2019 2P GORQoR9j•.0"., s Q; 2, ULY2 O%;pz V. .t_ �' 1986 ' '1' ill,11IIl1111fO UNITED FIRE & CASUALTY COMPANY UNITED FIRE & INDEMNITY COMPANY FINANCIAL PACIFIC INSURANCE COMPANY By: Patti Waddell Iowa Notarial Seal Commission number 713274 My Commission Expires 10/26/2022 Vice President My commission expires: 10/26/2022. I, 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 testimony whereof I have hereunto subscribed my name and affixed the corporate seal of the said Corporations this a day of 589r&4At�t) , 20c9l. sCAS1 k .� • g CORPORATE te E Z• s' .... •— SEAL 41. lit In& BPOA0045 122017 "11781. ,,�11111111,.,,,,, �G\F‘C i N sp,?? gle � v : sQLY 22, -•� b Via•, 1986 is- tis w CORPORATE 3, E. > •- =p 7,: SEAL te 2 ••, C3 ? Z ifr • • / .STE R x1, \ �/�//111111111 N /���//f/fill11t1111�\�N. This paper has a colored background and void pantograph. By: Assistant :Secretary, OF&C & OF&I & FPIC