Loading...
HomeMy WebLinkAboutBoomerang Corp Boomerang Corp 13225 Circle Dr. Suite A P . O . Box 227 Anamosa , Iowa 52205 City of Waterloo City Clerk/Auditor 715 Mulberry St . Waterloo , IA 50703 US Hwy 63 Sanitary Sewer t Upgrade — Phase 1 LU Ct_ Date & Time of Letting : September 30 , 2021 0 Z 'Sm 1 : 00PM �; >a t� 1..61 4.r] BID ENCLOSED Boomerang Corp 13225 Circle Dr . Suite A P . O . Box 227 Anamosa , Iowa 52205 !, I i City of Waterloo City Clerk/Auditor 715 Mulberry St . Waterloo , IA 50703 US Hwy 63 Sanitary Sewera Upgrade — Phase 1 ��a c•a if tN Date & Time of Letting : { September 30 , 2021 1 : 00PM f . Bid Security j , Revised Per Addendum No . 1 - 9/24/2021 FORM OF BID OR PROPOSAL i US HIGHWAY 63 SANITARY SEWER UPGRADES — PHASE I CITY OF WATERLOO , IOWA CONTRACT NO . 1037 Honorable Mayor and City Council Waterloo , Iowa Gentlemen : 1 . The undersigned , being a Corporation existing under the laws of the State of .- OLLA a Partnership consisting of the following partners : ti A 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 AECOM 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 the US HIGHWAY 63 SANITARY SEWER UPGRADES — PHASE I , CONTRACT NO . 1037 , all in accordance with the above- listed documents and for the unit prices for work in place for the following items and quantities : US HIGHWAY 63 SANITARY SEWER UPGRADES — PHASE I CITY OF WATERLOO , IOWA CONTRACT NO , 1037 Item SUDAS Unit Bid Total Bid No . No . Description Unit Est. Qty . Price Price 1 11 , 020-A MOBILIZATION LUMP 10 $ sum 3,Soo, 000 . oD 2 8030-A TRAFFIC CONTROL SUMP 1 . 0 $ �{, Sop .p $ a?q 3 2010- C CLEARING AND GRUBBING SUMP 1 . 0 $ 4 icw pp $ it2 000 , 0() 4 3010-13 FOUNDATION ROCK TON 11660 . 0 $ y0 • (� $ (�/p 4t� . UQ 5 3010-F TRENCH COMPACTION TESTING LUMP 1 . 0 $ io c *00 $ D 5W , ()G SUM 6 4010-L ABANDON , FILL AND PLUG 21 -INCH LF 2, 958 . 0 $ 0 $ ,59 , lb0 01) SANITARY SEWER 7 4010-H REMOVE AND PLUG 21 - INCH LF 1 , 863 . 0 $ � D • UQ $ ; 7 D . C�D SANITARY SEWER 8 4010-K ABANDON MANHOLE SANITARY SEWER EA 9 . 0 $ 11000 % 00 $ 91O40O . 00J 9 6010- H REMOVE SANITARY SEWER MANHOLE EA 6 . 0 $ I , $ 7 JQO . O tl 10 4060 CLEANING , INSPECTION AND TESTING LUMP 1 . 0 $ X, CabG .00 06 OF SANITARY SEWER GRAVITY MAINS SUM 00� 0U 11 4010-A-2 18 INCH SANITARY SEWER GRAVITY LF 1 , 123 . 5 $ 3Dv . dv $337 MAIN - DIRECTIONAL DRILLING 12 4010-A- 1 INCH SANITARY SEWER GRAVITY MAIN - OPEN CUT LF 371 . 5 $ (�jOQ •Q�j $ MA , 13 4010-A- 1 INCH SANITARY SEWER GRAVITY MAIN - OPEN CUT LF 6 , 213 . 0 $ 900 , 00 $ 5, 59 i 706 ) MA 14 4010-A-2 48- INCH SANITARY SEWER GRAVITY LF 342 . 6 $ ;l, y()o . to $ �g� ;2L,0 D MAIN -TRENCHLESS 15 6010-A 48- INCH CIRCULAR SANITARY SEWER EA 3 . 0 $ $ MANHOLE , SW-301 Form of Bid FB - 1 of 4 US Hwy 63 Sanitary Sewer Upgrades Ph I AECOM #60651387 Contract No . 1037 Waterloo , Iowa Revised Per Addendum No . 1 " 9/24/2021 Item SUDAS Unit Bid Total Bid No . No . Description Unit Est. Qty . price Price 16 6010-A 72- INCH CIRCULAR SANITARY SEWER EA 1 . 0 $2/-/ 661� . 6CJOki MANHOLE , SW-301 $ 17 6010-A 84- INCH CIRCULAR SANITARY SEWER EA 1 . 0 $ 39, $ MANHOLE , SW-301ib� " U 18 6010-A 96- INCH CIRCULAR SANITARY SEWER EA 5 . 0 $ L10, ow .661 $ �QLI (1Q� . 0 4 ) MANHOLE , SW-301 19 6010-A 120-INCH CIRCULAR SANITARY EA 4 . 0 $ 60, b0D • 60 $ 2'10, 000 . 0 SEWER MANHOLE , SW-301 20 6010-A 48- INCH TEE-SECTION SANITARY EA 11 . 0 $SU, 606 ) $ 006 . 0 SEWER MANHOLE , SW-305 21 6010-G CONNECTION TO EXISTING SANITARY EA 1 . 0 $56, 666 - 66 $ 'so 4006 . 0 MANHOLE 22 7010-A 6 - INCH PCC PAVEMENT SY 25 . 4 $ &40a 06 $ � 5ca4 23 7010-A 8- INCH PCC PAVEMENT SY 373 . 8 $ A1C 66 $ '4. 156 0 4/40 24 7020-B 8- INCH HMA PAVEMENT SY 923 . 1 $ S/ 66 $ I42q7 , 25 7010-E 6- INCH PCC CURB AND GUTTER LF 95 . 0 $ LIS, 06 $ L1) ;x 4) 6 26 7030- H -2 GRAVEL SURFACING SY 260 . 0 $ r�Qp . 06 $ 5 , :20 , 27 7030-B CURB AND GUTTER REMOVAL LF 95 . 0 $ $ 28 7040- H PAVEMENT REMOVAL SY 11582 . 3 $ Q , Ub $ ,3 / (Dye,. 60 SEEDING , FERTILIZING AND � ` �� 29 9010- B MULCHING FOR HYDRAULIC SEEDING ACRE 1 . 10 $ LY, 6 �Q� 06 $ L1 AOL TYPE 1 SEED MIX FERTILIZING 30 9010-B MULCHING FOR HYDRAULIC SEEDING ACRE 7 . 11 - TYPE 2 SEED MIX SEEDING , FERTILIZING AND 31 9010- 13 MULCHING FOR HYDRAULIC SEEDING ACRE 1 . 10 $ Q66 - 00 $ 2 a40a . b� - TYPE 4 SEED MIX SEEDING , FERTILIZING AND 32 9010-B MULCHING FOR HYDRAULIC SEEDING ACRE 7 . 11 $ �2, 6w . 00 $ 1q 2� ^ � X , 00 - TYPE 5 SEED MIX I 33 9040- F- 1 12- INCH WATTLES LF 81396 . 8 $ 40D $ 8 . 2G 7 . 34 9040-G-2-a DITCH CHECKS EA 30 . 0 $ y, vd $ I (� 35 9040-E TEMPORARY ROLLED EROSION SY 27 ,477 . 3 $ O0 $ cJ /� OjcS� . CONTROL PRODUCTS RECP 36 9040-A-2 SWPPP REQUIREMENTS LUMP 1 . 0 $ �% ()6ao() $ 240 ew , 0 SUM SANITARY AND STORM SEWER DISCONNECT - DRAWINGS 10 -SS -01 THROUGH 10 -SS -06 STORM SEWER MANHOLE , SW-401 , 37 6010 A 48- INCH , EJ 1040 A COVER EA 1 . 0 $ `j i/UQ• QU $ 51 q00 00 38 6010-A STORM SEWER MANHOLE , SW-401 , EA 1 . 0 $ 600. UQ $ 6d Q 60-INCH , EJ 1040 A COVER [ v 39 6010-B INTAKE , SW-501 & SW-603 TYPE R EA 3 . 0 $3, 00 U0 $ 9 , �pQn . (SLI GRATE 40 6010-13 INTAKE , SW-501 & SW-604 TYPE 6 EA 7 . 0 GRATE 3 . Dov OG $ a 41 6010-G CONNECTION TO EXISTING STORM EA 1 . 0 $ 3� :z0D •(�Q $ 34d 4000 • DD SEWER STRUCTURE 4030-B APRON WITH FOOTING AND GUARD , 42 4030-C 12- INCH EA 1 . 0 $ 9 200 .60 $ 211SW • d0 4030-C 4030-B APRON WITH FOOTING AND GUARD , 43 4030-C 18- INCH EA 1 . 0 $ .2, 860 . 6 () $ 91S00 • 0 4030- D Form of Bid FB-2 of 4 US Hwy 63 Sanitary Sewer Upgrades Ph I AECOM #60651387 Contract No . 1037 Waterloo , Iowa i I Revised Per Addendum No . 1 - 9/24/2021 Item SUDAS Unit Bid Total Bid No . No . Description Unit Est. Qty . Price Price `' 44 4020 A-1 STORM SEWER, DUCTILE IRON PIPE ,10- INCH DIA. - OPEN CUT 3�LF 24 . 6 $ j C L� 0, 31W , 0V STORM SEWER , REINFORCED n + 45 4020-A- 1 CONCRETE PIPE , 12 INCH DIA. - OPEN LF 219 . 4 $ ( D QD $ t)6 CUT STORM SEWER , REINFORCED I1 46 4020-A-1 CONCRETE PIPE , 15- INCH DIA. - OPEN LF 690 . 6 $ � a� • Up $ c3C-C , "7a , CUT STORM SEWER, REINFORCED 47 4020-A- 1 CONCRETE PIPE , 18- INCH DIA. - OPEN LF 253 . 8 $ $ 7 9 1q, 06 CUT 48 7010-E 6- INCH PCC CURB AND GUTTER LF 70 . 0 $ `7g , U � $ 3 3 (00 . QG 49 7030-1-1-2 GRAVEL SURFACING SY 14 . 5 $ �� , QQ $ 50 7040- H PAVEMENT REMOVAL SY 1 , 221 . 0 $ 51 6010- H REMOVE INTAKE EA 5 . 0 $ J 06t. QC $ 5� QOD • 60 52 4020-G REMOVAL OF STORM SEWER LF 107. 0 $ c2o . 66 $ �2 ( yv . UC 53 7040-A 3- INCH HMA PATCH SY 356 . 0 $ 40f c) n $ 54 2010- 1 6- INCH MODIFIED SUBBASE SY 356 . 0 $ j to 06 $ 5, ,40 0 55 9040-J EROSION STONE WITH ENGINEERING TONS 13 . 0 $ 1XvU $ it '5 (064 00 FABRIC 56 9010-B HYDRAULIC SEEDING , FERTILIZING ACRE 0. 4 $ yc)Lia C1� $ � , (� �0 • 00AND MULCHING TOTAL AMOUNT BID 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 r1 tom ! Dollars ($ Sc7(� ) in the form of C , 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 indicating Resident Bidder Certification ( ) , or Non- Resident Bidder Certification O . ( 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 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 : Addendum No . R —c qoi Date 02 X Form of Bid FB-3 of 4 US Hwy 63 Sanitary Sewer Upgrades Ph I AECOM #60651387 Contract No . 1037 Waterloo , Iowa Revised Per Addendum No . 1 - 9/24/2021 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 . ( Name of idder) ( Date) BY : � ` Title Official Address : ( Including Zip Code) : 5 C 0J rcIe C; 1 S .L,( � � P rl.�r�rn//nnom. I.tel►�.�Q ,� I . R . S . No . `70( ' JCJ64 / u it Form of Bid FB-4 of 4 US Hwy 63 Sanitary Sewer Upgrades Ph I AECOM #60651387 Contract No . 1037 Waterloo , Iowa NON - COLLUSION AFFIDAVIT OF PRIME BIDDER State of ) ss County of orw- X3�x'Q_ h � i CKIQC � being first duly sworn , deposes and says that : 1 . He is ( Owner, Partner Officer Representative , or Agent) of lwmwan —`t' 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 ) UP Title / Subscribed and sworn to before me this day of 1 2000, it Title My commission expires JENNA HAAG ` ^ Commission Number 768229 _ My Commission Expires 10WN Non-Collusion Affidavit NCA- 1 of 2 US Hwy 63 Sanitary Sewer Upgrades Ph I AECOM #60651387 Contract No . 1037 Waterloo , Iowa Bidder Status Form To be completed by all bidders Part A Please answer "Yes " or " No" for each of the following : Yes ❑ 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 ElNo My company has an office to transact business in Iowa . 2 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 . EYes ❑ 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 �a" 1�t- ddreesses(:�j, I ^ Dates : / /l 1 In to K / Address : � 0�5:� L, fYia KLrCi� � City, State, Zip : I nn na 2 , 1CL �0 5 Dates : / ` C' to CaCLLI— / Address : et rcCbcl U � City, State , Zip : 8no KnQ -ICA Dates : / / to / / Address : You may attach additional sheet(s) if needed. 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 ❑ Yes ❑ No force preferences or any other type of preference to bidders or laborers ? 3 . If you answered "Yes" to question 2 , identify each preference offered by your company' s home state or foreign country and the appropriate legal citation . You may attach additional sheet(s) if needed. To be completed by all bidders Part D I certify that the statements made on this document are true and complete to the best of my knowledge and I know that my failure to provide accurate and truthful information may be a reason to reject my bid . Firm Name : e0cle) Signature : Date : You must submit the completed form to the governmental body requesting bids per 875 Iowa Administrative Code Chapter 156 . This form has been approved by the Iowa Labor Commissioner. 309-6001 (09- 15) BSF- 1 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 ❑ No My business is currently registered as a contractor with the Iowa Division of Labor. /❑` Yes ❑ No My business is a sole proprietorship and I am an Iowa resident for Iowa income tax purposes . ❑ Yes ❑ No My business is a general partnership orjoint venture . More than 50 percent of the general partners or joint venture parties are residents of Iowa for Iowa income tax purposes . es ❑ 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 . ❑ 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 . ❑ 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) BSF-2 MBE/WBE BUSINESS ENTERPRISE PRE-BID CONTACT INFORMATION FORM J / Prime Contractor Name : �nQ r Projec J �tA k Letting Date : NO MBE/WBE SUBCONTRACTORS : If you are NOT using any MBEMBE subcontract rs`(qqo complete this project, sign below . Attach a brief explanation as to why subcontracting was not feasible with this project. If any MBE/WBE subcontractors will be used , please use the bottom portion of this form . / jj '� Contractor Signature : �E%�Lf�t ! A 7 �r/L - Title : f Dater 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 MBEM/BE 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 MBEMBE Business Enterprise contacts made prior to your bid submission . This information is subject to verifications and confirmation . If you are unable to identify MBE/ BE firms to perform portions of the work , please contact Louis Starks , Contract Compliance Officer, for assistance at (319) 291 -4429 . In the event it is determined that the MBEMIBE 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 Dates Yes/No Dates Yes/No Dollar Amount Proposed to Subcontractors Contacted Contacted be Subcontracted P � - z ►�. �.t NA NA Nomed m0favi* 9q& 7/ luo )�J /1 NA Nfq IVA ( Form CCO-4) Rev. 06-20-02 MBEMBE Participation M-7 of 7 US Hwy 63 Sanitary Sewer Upgrades Ph I AECOM # 60651387 C ntract No. 1037/ _ ^ Waterloo, Iowa C;r, pLr- s ( ,��-k /6 - a / ,^lG � �� 1 eyes w�� �� a-! N l vA /\J '� 0� � NISA) A Nq OLLN cls Cb^r4 uc ; crn C) /Jo -d / N0 VA NA IV A � A NA A Ls A64inr) f� a /J ° N 14A rV cam ► 1L� /J ° N � � A �J'z ' d- Han �r� n1L Attachment 1 SRF Required Front- End Specifications (This form must be completed and signed by Prime Contractor and submitted with the bid) U . S . Environmental Protection Agency Certification of Non -Segregated Facilities (Applicable to contracts, subcontracts, and agreements with applicants who are themselves performing federally assisted construction contracts, exceeding $ 10) 000 which are not exempt from the provisions of the Equal Opportunity clause .) By the submission of this bid , the bidder , offeror, applicant , or subcontractor certifies that he does not maintain or provide for his employees any segregated facilities at any of his establishments , and that he does not permit his employees to perform their services at any location , under his control , where segregated facilities are maintained . He certifies further that he will not maintain or provide for his employees any segregated facilities at any of his establishments , and that he will not permit his employees to perform their services at any location , under his control , where segregated facilities are maintained . The bidder, offeror , applicant , or subcontractor agrees that a breach of this certification is a violation of the Equal Opportunity clause in this contract . As used in this certification , the term "segregated facilities " means any waiting rooms , work areas , restrooms and washrooms , restaurants and other eating areas , time clocks , locker rooms and other storage or dressing areas , parking lots , drinking fountains , recreation or entertainment areas , transportation , and housing facilities provided for employees which are segregated by explicit directive or are in fact segregated on the basis of race , creed , color , or national original , because of habit , local custom , or otherwise . He further agrees that (except where he has obtained identical certifications from proposed subcontractors for specific time periods) he will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $ 10 , 000 which are not exempt from the provisions of the Equal Opportunity clause ; that he will retain such certifications in his files ; and that he will forward the following notice to such proposed subcontractors ( except where the proposed subcontractors have submitted identical certifications for specific time periods) : NOTICE TO PROSPECTIVE SUBCONTRACTORS OF REQUIREMENT FOR CERTIFICATIONS OF NON -SEGREGATED FACILITIES A Certification of Non - segregated Facilities , as required by the May 91 1967 , order (33 F . R . 7808 , May 28 , 1968) on Elimination of Segregated Facilities , by the Secretary of Labor , must be submitted prior to the award of a subcontract exceeding $ 10 , 000 which is not exempt from the provisions of the Equal Opportunity clause . The certification may be submitted either for each subcontract or for all subcontracts during a period ( i . e . , quarterly , semiannually , or annually) . Signature Date Sacoh lcklks V P Name and Title of Signer ( Please Type) NOTE : The penalty for making false statements in offers is prescribed in 18 U . S . C . 1001 , EPA- 7 5720-4 . 2 SRF-2 January 2021 Attachment 2 SRF Required Front- End Specifications (This form must be completed and signed by the Prime Contractor and submitted with the bid) Debarments and Suspensions Any bidder or equipment supplier whose firm or affiliate is listed in on the U . S . General Services Administration Excluded Parties List will be prohibited from the bidding process . The excluded parties records search engine is located at the System for Award Management ( SAM ) website : https : //www. sam . gov/SAM / . Pursuant to 2 CFR Part 180 , as supplemented by 2 CFR 1532 , any entity submitting a bid while the SAM website lists that entity as having an active exclusion will be determined by the DNR to be a non - responsive bidder and will not be able to receive SRF funding . United States Environmental Protection Agency Washington , DC 20460 Certification Regarding Debarment, Suspension , and Other Responsibility Matters The prospective participant certifies to the best of its knowledge and belief that it and the principals : (a) Are not presently debarred , suspended , proposed for debarment , declared ineligible , or voluntarily excluded from covered transactions by any Federal department or agency ; ( b) Have not within a three year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining , attempting to obtain , or performing a public ( Federal , State , or local ) transaction or contract under a public transaction : violation of Federal or State antitrust statutes or commission of embezzlement, theft , forgery , bribery , falsification or destruction of records , making false statements , or receiving stolen property ; ( c) Are not presently indicted or otherwise criminally or civilly charged by a government entity ( Federal , State , or local) with commission of any of the offenses enumerated in paragraph ( 1 ) ( b) of this certification ; and (d ) Have not within a three-year period preceding this application/proposal had one or more public transactions ( Federal , State , or local ) terminated for cause or default . I understand that a false statement on this certification may be grounds for rejection of this proposal or termination of the award . In addition , under 18 U SC Sec . 10 01 , a false statement may result in a fine of up to $ 10 , 000 or imnprisonment for up to 5 years , or both . i Lca k\ R 'k c� k I eLc� - V Typed Name & Title of Authorized Representative Signature of Authorized Representative Date ❑ I am unable to certify to the above statements . My explanation is attached . SRF-3 January 2021 Attachment 3 SRF Required Front- End Specifications (This form must be completed and signed by Prime Contractor and submitted with the bid) Disadvantaged Business Enterprise ( DBE ) Solicitation It is EPA' s policy that recipients of EPA financial assistance through the State Revolving Fund programs award a "fair share " of subagreements to small , minority and women - owned businesses , collectively know as Disadvantaged Business Enterprises ( DBEs) . Iowa ' s Fair Share goals are : Minority- Owned Business Women - Owned Business Enterprise MBE Goal Enterprise (WBE ) Goal Construction 1 . 7 % 2 , 2 % Supplies 0 . 6 % 5 . 6 % Services 2 . 5 % 11 . 3 % Goods/Equipment 2 . 5 % 10 . 4 % Average 1 . 8 % 7 . 4 % Only work performed by certified DBEs can be counted toward the goals . In Iowa , DBEs must be certified through the Iowa Department of Transportation ( ] DOT) . Information on certification requirements and a list of certified DBEs is on the IDOT website at https : Hsecure . iowadot . gov/DBE/ Home/Index/ . Prime contractors ' DBE requirements for SRF projects include : • Taking affirmative steps for DBE participation • Documenting the efforts and the proposed utilization of certified DBEs PROJECT INFORMATION SRF Applicant : Bidder : Address : J, r Contact Person : Signature : .A Z "_ 94 WA= Phone Number : 19 _ y Q� qqa45 E - Mail Address : cnhfmcl r . CD rn Check if Prime Contractor is : ❑ Minority - Owned V F1 Women -Owned SRF-4 January 2021 GOOD FAITH EFFORTS CHECKLIST Please complete the checklist to determine if you have complied with the requirement to make good faith efforts to ensure that certified DBEs have the opportunity to compete for procurements funded by EPA financial assistance funds . Bidders/offerors must make good faith efforts prior to submission of bids/proposals . 1 . Did you ensure that DBEs are made aware of contracting opportunities to the fullest extent practicable through outreach and recruitment activities ? tr Yes ❑ No 2 . Did you make information on forthcoming opportunities available to DBEs and arrange time frames for contracts and establish delivery schedules , where the requirements permit , in a way that encourages and facilitates participation by DBEs in the competitive process ? This includes , whenever possible , posting solicitation for bids or proposals for a minimum of 30 calendar days before the bid or proposal closing date . Z Yes ❑ No 3 . Did you consider in the contracting process whether firms competing for large contracts could subcontract with DBEs ? This will include dividing total requirements , when economically feasible , into smaller tasks or quantities to permit maximum participation by DBEs in the competitive process . 9 Yes ❑ No 4 . Did you encourage contracting with a consortium of DBEs when a contract is too large for one of these firms to handle individually? [9 Yes ❑ No 5 . Did you use the services of the Small Business Administration and the Minority Business Development Agency of the Department of Commerce to identify potential subcontractors ? Yes ❑ No 6 . List the potential DBE subcontractors that were contacted . Only list those that are certified through the Iowa Department of Transportation . Name How Contacted Response ( e . g . did not respond , ( e . g . letter, phone not interested , not competitive ) call , fax , e -mail R ITro ' 1 fe e's ►' � � � 1 re � r Cll , rn� res �k I k I A 6_mQ �' 3 ` Trucklmq, dPkacavQ� rnce ' I l r rylafk Ccs •S� ru C >< � of r t res » C/ PROPOSED UTILIZATION OF DBE SUBCONTRACTORS Please include Attachments 4 and 5 to document the proposed utilization of certified DBE subcontractors . m Cl � e Z rat 1 eco ( h � � r,0S� 7 ; C ( rPs Pei f1 c) (� idw&51 C 4fa cs cy E mall I LZ L C c i� g: mQ i "of r)04 res c7c; Secc�}�'eS ;cf rvf reSC SRF-5 , Jan ary 2021 nol rral QCDC `TGy Jpr � c�rtsd r��c � ; cry �c� �'1� ► I 'Cl ! c I ►, ecls NLA�r fir, �i rd ool respnocl CONTRACT ADMINISTRATION PROVISIONS Several contract provisions are required to prevent unfair practices that adversely affect DBEs . These include : 1 . Prime Contractor must pay its Subcontractor for satisfactory performance no more than 30 days from the Prime Contractor' s receipt of payment from the SRF loan recipient . 2 . Prime Contractor must notify the SRF loan recipient in writing prior to termination of a DBE subcontractor for convenience . 3 . Prime Contractor must employ the six Good Faith Efforts to solicit a replacement subcontractor if a DBE subcontractor fails to complete work under a subcontract for any reason . SRF-6 January 2021 Attachment 4 SRF Required Front - End Specifications (This form must be completed and signed by Prime and DBE Subcontractor for each subcontract and submitted with the bid) Disadvantaged Business Enterprise Program DBE Subcontractor Performance Form This form is intended to capture the DBE ' subcontractor' s2 description of work to be performed and the price of the work submitted to the prime contractor . An EPA Financial Assistance Agreement recipient must require its prime contractor to have its DBE subcontractors complete this form and include all completed forms in the prime contractor' s bid or proposal package . Subcontractor Name Project Name Advanced Traffic Control , Inc . US Highway 63 Sanitary Sewer Upgrades , Phase I Bid/Proposal No . Assistance Agreement ID No . Point of Contact ( if known ) vh rn � � ► � mom- WPl fe)n Address PO Box 8958 Cedar Rapids , IA 52408 Telephone No . Email Address 319-396 -5269 vmiller@advanced -traffic . com Prime Contractor Name Issuing/Funding Entity `&Donnas- Cor ( Contract Item Description of Work Submitted to the Prime Contractor Involving Price of Work Submitted to Number Construction , Services , Equipment or Supplies the Prime Contractor 2 Traffic Control $24 , 500 . 00 DBE Certified by x DOT SBA Meets/exceeds EPA certification standards ? Other : X YES NO Unknown ' A DBE is a Disadvantaged , Minority , or Woman Business Enterprise that has been certified by an entity from which EPA accepts certification as described in 40 CFR 33 . 204-33 . 205 or certified by EPA . EPA accepts certifications from entities that meet or exceed EPA certification standards as described in 40 CFR 33 . 202 . 2Subcontractor is defined as a company, firm , joint venture , or individual who enters into an agreement with a contractor to provide services pursuant to an EPA award of financial assistance . IASRF6100 -3 DBE Subcontractor Performance Form — Page 1 SRF-7 January 2021 Disadvantaged Business Enterprise Program DBE Subcontractor Performance Form I certify under penalty of perjury that the forgoing statements are true and correct. Signing this form does not signify a commitment to utilize the subcontractors above. I am aware of that in the event of a replacement of a subcontractor, I will adhere to the replacement requirements set forth in 40 CFR Part 33 Section 33. 302 (c) . Prime Contractor Signature Print Name Title Date � P �t30J6 ,2 Subcontractor Signature Print Name woo Title Date "Zl 1ASRF6100-3 DISE Subcontractor Performance Form — Page 2 SRF-B January 2021 Attachment 5 SRF Required Front- End Specifications (This form must be completed and signed by Prime Contractor and submitted with the bid if utilizing DBE subcontractors) Disadvantaged Business Enterprise Program DBE Subcontractor Utilization Form This form is intended to capture the prime contractor's actual and/or intended use of identified certified DBE ' subcontractors2 and the estimated dollar amount of each subcontract . An EPA Financial Assistance Agreement Recipient must require its prime contractors to complete this form and include it in the bid or proposal package . Prime contractors should also maintain a copy of this form on file . Prime Contractor Name Project Name / = 1'Y1.Q.!-®-/l eb r c US ILO (�Q 3 Slat) Ir lar SQ.l. er 21ck Bid/Proposal No Q Assistance Agreement ID No . Point of Contact ( if known ) Address ( '� � X15 i rC (IL or # V SL., tQ R U 6c)x ;2a�)` N)C ff d P �Tcxsl� 57c9900` Telephone No , Email Address 3 17 — g b O - O y 3� t_on I reLCJSC boo M -era.n C 0 rp _ CO m Issuing/Funding Entity I have identified potential DBE certified subcontractors YES NO If yes , please com fete the table below. If no , please explain : Subcontractor Company Address/Phone/Email Estimated Dollar Currently DBE Name/Company Amount Certified ? Name (1c{ 0 2c - O . 60 )( ,395 , � S �A 5Zy c 3t9 - 3�? (o -S�lc9 mci �t �oc�uo�ncec/�4�c . carr� ail, 600 . Co yle5 Continue on back if needed ' A DBE is a Disadvantaged , Minority, or Woman Business Enterprise that has been certified by an entity from which EPA accepts certification as described in 40 CFR 33 . 204 -33 . 205 or certified by EPA . EPA accepts certifications from entities that meet or exceed EPA certification standards as described in 40 CFR 33 . 202 . 2Subcontractor is defined as a company , firm , joint venture , or individual who enters into an agreement with a contractor to provide services pursuant to an EPA award of financial assistance . IASRF6100 -4 DBE Subcontractor Utilization Form — Page 1 SRF-9 January 2021 Disadvantaged Business Enterprise Program DBE Subcontractor Utilization Form I certifyunder penalty of perjury that the forgoing statements are true and correct . Signing this form does not signify a p Y p l rY 9 9 9 9 Y commitment to utilize the subcontractors above . I am aware of that in the event of a replacement of a subcontractor, I will adhere to the replacement requirements set forth in 40 CFR Part 33 Section 33 . 302 (c) . Prime Contractor Signature Print Name �. Saro'h kl ckle( Title Date IASRF61004 DBE Subcontractor Utilization Form — Page 2 SRF- 10 January 2021 Attachment 10 SRF Required Front- End Specifications (This form must be completed and signed by Prime Contractor and submitted with the bid) PROHIBITION ON CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT This term and condition implements 2 CFR 200 . 216 and is effective for obligations and expenditures of EPA financial assistance funding on or after 8/ 13/2020 . EPA recipients and subrecipients , including borrowers under EPA funded revolving loan fund programs , are prohibited from obligating or expending loan or grant funds to : (a) Procure or obtain , extend or renew a contract to procure or obtain ; ( b) Enter into a contract (or extend or renew a contract) to procure ; or ( c) Obtain the equipment , services , or systems that use " covered telecommunications equipment or services " identified in the regulation as a substantial or essential component of any system , or as critical technology as part of any system . Certain equipment , systems , or services , including equipment , systems , or services produced or provided by entities subject to the prohibition are recorded in the System for Award Management exclusion list , website : httas : //www. sam . .qov/SAM/ . ( 1 ) As described in Public Law 115 -232 , section 889 , covered telecommunications equipment or services includes : ( i ) Telecommunications equipment produced by Huawei Technologies Company or ZTE Corporation ( or any subsidiary or affiliate of such entities ) . ( ii) For the purpose of public safety , security of government facilities , physical security surveillance of critical infrastructure , and other national security purposes , video surveillance and telecommunications equipment produced by Hytera Communications Corporation , Hangzhou Hikvision Digital Technology Company , or Dahua Technology Company (or any subsidiary or affiliate of such entities) . ( iii) Telecommunications or video surveillance services provided by such entities or using such equipment . ( iv) Telecommunications or video surveillance equipment or services produced or provided by an entity that the Secretary of Defense , in consultation with the Director of the National Intelligence or the Director of the Federal Bureau of Investigation , reasonably believes to be an entity owned or controlled by , or otherwise connected to , the government of a covered foreign country . (2) Consistent with 2 CFR 200 . 471 , costs incurred for telecommunications and video surveillance services or equipment such as phones , internet , video surveillance , and cloud servers are allowable except for the following circumstances : ( i ) Obligating or expending EPA funds for covered telecommunications and video surveillance services or equipment or services to procure ( enter into , renew or extend contracts) or obtain the equipment , services , or systems as described in 2 CFR 200 . 216 . 1 understand the above prohibitions and certify that the project will be in compliance with all the requirements . Typed Name & Title of Authorized Representative 3c / JC Signature of Authorized Representative Date SRF-34 January 2021 BID BOND Boomerang Corp 13225 Circle Drive , Suite A , PO Box 227 , Anamosa IA 52205 KNOW ALL MEN BY THESE PRESENTS , that we , as Principal , and United Fire & Casualty Company 118 Second Avenue SE , PO Box 73909 , Cedar Rapids IA 52407-3909 as Surety are held and firmly bound unto the CITY OF WATERLOO Iowa , hereinafter cal led " 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 30th day of September 20 21 , for US Hwy 63 Sanitary Sewer Upgrade - Phase I 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 j 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 30th day of September A . D . 2021 t,)oaa,/ Boomerang Corp ( Seal) Principal By )�� gj � , P (Title) L United Fire & Casualty Company ( Seal) Witness Surety G�% Cf By Witness Andy Scanlon VAttorney-i ac Cassandra J . Daley - Attor y In F ct l�J Bid Bond BBA of 1 US Hwy 63 Sanitary Sewer Upgrades Ph I AECOM X160651387 Contract No . 1037 Waterloo , Iowa Uf9unUNITED FIRE & CASUALTY COMPANY, CEDAR RAPIDS , IA Inquiries : Surehy Department UNITED FIRE & INDEMNITY COMPANY, WEBSTER, TX 118 Second Ave SE FINANCIAL PACIFIC INSURANCE COMPANY, ROCKLIN , CA Cedar Rapids, IA 52401 CERTIFIED COPY OF POWER OF ATTORNEY INSURANCE (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 orgainized 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 TIMOTHY J , GASSMANN , , KEVIN S . MEASE , CASSANDRA J . DALEY , JENNIFER J . FREYMARK , JOAN A . BONEWITZ , MICHAEL L . BYL , '; LORI A . FRERICHS , KATIE A . MCGLAUN , ANDREW J . SCANLON , MEGAN A . KUKER , GLENDA R . TIBBEN , KASSONIA R . DOCKER , RACHEL M . FRANKS , ASHLEY N . JACOBSEN , CHANDLER M . LAMM , EACH INDIVIDUALLY their true and lawful Attomey(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 15th ' day of November , 2021 unless sooner 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 2, Appointment of Attomey-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 attomey 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 attonneys-m4act, 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. ` IN WITNESS WHEREOF, the COMPANIES have each caused these presents to be signed by its \\\\ k 11NDEAl//NST///�4 \\ „II11111111111// �F c INsugq%ii, vice president and its corporate seal to be hereto affixed this 1 St h day of November , 2019 CO ' 9 CORArE °r= q CORPORATE __ = Q: - ° )ULY 2y Fo . 00 __ UNITED FIRE & CASUALTY COMPANY i . _ Q. SEAL Y ' SEAL s66 is = UNITED FIRE & INDEMNITY COMPANY %,� os��, 6 <, /FQF?•' < ER T6*rFINANCIAL PACIFIC INSURANCE COMPANY By : .t ��/iees>• P� \,. /`//�/�{)� ,"ilpgnlnu,No�\` V om ..> \. : r ' State of Iowa, County of Linn, ss : Vice President On 15th day of November , 2019 , 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. . L Patti Waddell WaA&&,' Iowa Notarial Seal jaLv Commission number 713274 � otary Public owe W Commission Expires 10/26/2022 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 b nrevoked and is n v in full force anA effect. In testi hereof I have her nt s b c 'bed n me and affixed corporate seal of the said Corporations this day of , 20 \\\\�i111il lliry�//i OdUw �nnlli INS tea c jIINOFAf4p a,��� QP GNkORPO�l�'o�a� CORPORATE o ' = o i U .:2G�ULV.22 FO i gI q `_ CORPORATE g By: = - ' a = . - s :, SEAL ` . h SEAL ` �•1gUFOR��P < Assistant Secretary , a ' S ��� \. '�O,rylII111i11PPP��`, ..' OF&C & OF&I & FPIC BPOA0045 122017 This paper has a colored background and void pantograph .