Loading...
HomeMy WebLinkAboutWoodruff ConstructionWOODRUFF CONSTRUCTION 1717 Falls Avenue 1 Waterloo, IA 1 50701 Contents: Bid Bond BID SECURITY FOR: v. 2�23 G a-4es Qacuu Iffe oveavo s Coy Cowkfmt10.Wv B\v AA rE : 5t (117-023 115 u,,lberw6 St UOCOrt 00I k A Sol03 WOODRUFF CONSTRUCTION 1717 Falls Avenue Waterloo, IA 50701 Contents: _ Bid Form _ Bidder Status Form Nda •CDU,us m4 AckiitU k BID FOR: C`I.2o 2,3 G a\e5 ?col c \vneyoue.wte-tntS L;J CxPn c t enle 'at) PATE 5111 42.3 030AM \ gDl1010 Honorable Mayor and City Waterloo, Iowa Gentlemen: FORM OF BID OR PROPOSAL FY 2023 GATES PARK IMPROVEMENTS CONTRACT NO. 1076 CITY OF WATERLOO, IOWA Council Revises per Accencum #4 1. The undersigned, being a Corporation existing under the laws of the State of Iowa , a Partnership consisting of the following partners: Jason Rechkemnmr 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 2023 GATES PARK IMPROVEMENTS, Contract No. 1076, all in accordance with the above -listed documents and for the unit prices for work in place for the following items and quantities: FY 2023 GATES PARK IMPROVEMENTS CITY CONTRACT NO. 1076 ITEM NO. ITEM UNIT EST. QTY. DIV 1 EST. QTY ALT 1 UNIT BID PRICE TOTAL DIV 1 PRICE TOTAL ALT #1 PRICE 1 CLEARING AND GRUBBING LS 1 $ 411152/3 $ y1,15z.73 $ 2 TOPSOIL, PROVIDED CONTRACTOR CY 7725 1270 $ 2 6 .3-7 $ 203,70S, Zi $ 33,ti8`1,`i o 3 TOPSOIL, ON -SITE CY 5850 340 $cf 59 $56,101.50 $'3latae.b0 4 EXCAVATION, CLASS 10, CY 33280 3200 $ 7•9 4 $. 2�1`112C %.00 $ 3 gbB.c�1 a I WASTE 5 SUBGRADE PREPARATION, e IN. SY 8013 1069 $ 2.10 $ 161827,30 $A,c)4y.90 6 SUBBASE, MODIFIED 4IN, SY 5792 910 $7,19 $417Lyy.LI $b194a.`10 7 SUBBASE, MODIFIED 6IN. SY 13445 1205 $MI $ 12 170(55 $101WYM$' 8 SANITARY IN., SEWER SERVICE, 4 PVC LF 158 $5$,Iy $%Oka $ 9 SANITARY IN., SEWER SERVICE, 6 PVC LF 305 $6141.3 $ 1`1, 792,45. $ 10 REMOVAL OF SANITARY SEWER LF 206 $ 1R,78 $ N,0'161.14 $ 11 SANITARY SEWER CLEANOUT EA 2 $1, 2511. 33 $ 2151(e, 4G $ 12 STORM SEWER, RCP, CLASS III, LF 687 $ j q,SY. $ 4s1,9bo 1 Zy TRENCHED, 12 IN. 13 STORM RCP, CLASS SEWER, III, LF 423 $ -i3,1z, $ 30192e110 $ TRENCHED, 15 IN. 14 STORM RCP, CLASS SEWER, III, TRENCHED, 18 IN. LF 77 $ go,31 $ tt11 g3.$7 $ 15 REMOVAL OF STORM PIPE SEWER LF 134 $ liq.1S $ 2,6)50,52 $ 16 12" RCP APRON 4030.222 EACH 1 $2-101%21 $210(0.$7 $ FORM OF BID FB-1 of 9 City Contract No. 1076 FY 2023 Gates Park Improvements Waterloo, Iowa evisec per Addendum #f4 ITEM NO. ITEM UNIT EST. QTY. DIV 1 EST. QTY ALT 1 UNIT BID PRICE TOTAL DIV 1 PRICE TOTAL ALT #1 PRICE 17 15" RCP APRON 4030.222 EACH 3 `' $ Z17%.9q $`25r210 •g2 $ 18 18" RCP APRON 4030.222 EACH 1 $ 2,6111 b 11 $ 2,R6110 • 17 $ 19 RCP APRON FOOTINGS 4030.221 EACH 7 $1,111.71 $ S)3110.60 $ 20 SUBDRAIN, NONPERFORATED PLASTIC PIPE, 4 N. DIA. LF 10 $ ID, pp $ $ 300,0C� 21 SUBDRAIN, NONPERFORATED PLASTIC PIPE, 6 IN, DIA. LF 22 $ 15, rJ-7 $ 34a, �j H $ 22 SUBDRAIN, 61N. DIA, TYPE SP LF 4529 660 $ I 6.6$ $ i07561 $a $ in,asa .8° 23 SUBDRAIN OUTLETS, 4040.233 EACH 7 2 $ 4gq, 59 $ 2(131.13 $%?A, 18 24 WATER REDUCER FITTING, 2 IN TO 1.5 IN EACH 1 $ • 5 1�.b(7 $ 6r1. 0 $ 25 WATER REDUCER FITTING, 4 IN TO 1.5 IN EACH 1 $CM. Sq $ g3S,gq $ 26 WATER SERVICE, 1.5 IN. COPPER LF 5 432I $ 216.05' $ 27 WATER SERVICE, 2 IN. COPPER LF 190 $ Uj,q•3 $ U-15210.` $ ° 28 WATER COPPER SERVICE, 3 IN. LF 127 $ 126 *3ID $ 15,18ti .22. $ 29 WATERMAIN REMOVAL LF 236 $ 11 113 $ LiIidoca• OS $ 30 VALVE, GATE, DIP, 4 IN EACH 1 $ 2.457.zR $ 21157, ZW $ 31 MANHOLE SW-301, 48 IN. EACH 1 $1pr 113151 $ to,113,91 $ 32 INTAKE, SW-512, 24 IN. EACH 12 40531 $ 5t itz Zs $ 33 INTAKE, SW-513 EACH 2 $61/101ill $181211.42 $ 34 STORM SEWER STRUCTURE ADJUSTMENT, MINOR EACH 1 1 $ `Z 817, 01 I $ 2101.7 .01 $ a181'7 .01 35 STORM SEWER MANHOLE ADJUSTMENT, MAJOR EACH 2 $71311.$0 $ 1NI(aL3,t40 $ 36 SANITARY SEWER ADJUSTMENT, EACH 2 1 $ K�11N."L3 $ 1,BZs•ub $ NIg1y•)3 MANHOLE MAJOR 37 REMOVALS, MANHOLE OR INTAKE EACH 3 1 $ I )9eta 210 $ 111N1y ; 78 $ 1 ltigi5.ab 38 PCC PAVEMENT, CLASS C, CLASS 3 DURABILITY, 7 IN. SY 8013 1069 $ 6575" $ 1*e 1 is- $Gj"1 5g6:75 j 39 PCC PAVEMENT, CLASS C, CLASS 3 DURABILITY, 6 IN., BASKETBALL COURT SY 3280 $41•55 $159I2'iN do $ 40 PCC CLASS POOL PAVING PAVEMENT, 3 DURABILITY, AND PLAY CLASS C, 6 IN., AREA DECK SY 988 $ g7.05 $1( 14%yi0 $ FORM OF BID FB-2 of 9 City Contract No. 1076 FY 2023 Gates Park Improvements Waterloo, Iowa Revisec per Accencum #4 ITEM NO. ITEM UNIT EST. QTY. DIV 1 EST. QTY ALT 1 UNIT BID PRICE TOTAL DIV 1 PRICE TOTAL ALT #1 PRICE 41 CURB AND GUTTER, STANDARD, 6 IN. LF 95 105 $ .3$,0� $ 3)(015 .10 $ 3)g16:30 42 SY 1126 $'3a .vo $ $ 3(%,o3,p0 HMA PAVEMENT OVERLAY, 3 43 REMOVAL OF SIDEWALK SY 12.3 $.g :Lc $ $g.5(n $ 44 PCC PAVEMENT, CLASS C, 6 IN. PCC RECREATIONAL TRAIL SY 4107 167 $ i.(/ •3W $ )91 11-M0.45 $11907.45 45 PCC PAVEMENT, CLASS C, 5 IN. PCC SIDEWALK SY 446 713 $ 1431 i $ I912LILI.1O $ 30,765.75- 46 DETECTABLE WARNING PANELS SF 169 12 $ 53.94 $ 5, 3` 4 , oc� $(ok'�,`�$ 47 PCC PAVEMENT, DRIVEWAYS, CLASS C, CLASS 3 DURABILITY, 6 IN. SY 172 $ 50.311 $ S,65%,48 $ 48 REMOVAL OF GRANULAR SURFACING MATERIAL SY 7941 1468 $ 1, 20 $ 52q .'d 0 $ 117 ((. bD 49 CLASS A ROADSTONE TON 30 $ --N.gb $ 1/ Rd% $O $ 50 REMOVAL OF PAVEMENT SY 1811.4 3752 $"1,7q $ NI(0.81 $)1epro,co 1 51 REMOVAL OF PLAYGROUND SURFACING SY 633 $ I VIM( $ y)551.€ai $ 52 REMOVAL OF CURB AND GUTTER LF 250 105 $ t'2 . l $ Q47 3 $ I 1 N.gS so 53 REMOVAL OF FLUME LF 201 $ 3.(00 $1.n. (PO $ 54 PAINTED PAVEMENT MARKINGS, SOLVENT/WATERBORNE STA 40.53 -6m4 $ gfj,no $ 31$€610•83 $ 55 PAINTED PAVEMENT SYMBOLS, SOLVENT/WATERBORNE EACH 16 2 $ tjcl',gt( $ 954i, 04 $ 56 LS 1 $5,6iO3,t $ /9'I3.4b $ TRAFFIC CONTROL 57 TYPE A SIGNS, SHEET ALUMINUM SF 45 12 $ q,q Q $ 11349.10 $3i •11O LF LF 190 30 $ )1 , )ea $ 3/(04N,0O $ Cj'15.4o SQUARE STEEL PERFORATE58 TUBE POSTS 59 PERFORATED QUARE STEELTUBE EACH 19 3 $%'i43 $$1`dQ'a,)a $ t INa4N 60 WAT€R{NQ M€Ar= 275 $ V $ O $ O 61 SEEDING, FERTILIZING, AND MULCHING FOR HYDRO- SEEDING, TYPE 1 ACRE .10.4 1.7 $1.y?1.03 $ L(9)%itI.IS $$050.81 FORM OF BID FB-3 of 9 City Contract No. 1076 FY 2023 Gates Park Improvements Waterloo, Iowa �evisec oer Addendum tt4 ITEM NO. ITEM UNIT EST. QTY. DIV 1 EST. QTY ALT 1 UNIT BID PRICE TOTAL DIV 1 PRICE TOTAL ALT #1 PRICE 62 SEEDING, FERTILIZING, AND MULCHING FOR HYDRO- SEEDING, TYPE 2 SOCCER FIELD ACRE 2.43 $ 35�5,y(o I sea •73•i•"7O 1 $ 63 SEEDING, FERTILIZING, AND MULCHING FOR HYDRO- SEEDING, TYPE 4 ACRE 12.8 1.7 $aI(no ,(03 $ 3$,'3`. ,Se $5106v4.21 64 TEMPORARY ROLLED EROSION CONTROL PRODUCTS (RECP), TYPE 2 SY 1856 309 $1,5(,o rl $+9121 1 5,1J(0 $1069‘•061 65 PERIMETER AND SLOPE DEVICE, LF 8756 930 $41 ,10 $ I`6138.7•GO $ I17zi3 pp SEDIMENT CONTROL 9 IN. 66 REMOVAL OF PERIMETER AND SLOPE SEDIMENT CONTROL DEVICE LF 8756 830 $ 0.I q $ 1)61kOS $ t4)(.1 40 67 E RIP TON 10 $ I I3,q a, $ 11%9 .20 REVETMENT, CLASS RAP APRON (& ENG. FABRIC) FOR PIPE 9040.111 OUTLET, 68 TURF REINFORCEMENT MATS (TRM) SQ 168 $59 sq3 $ )o, Dto$ 91 $ 69 SEDIMENT BASIN DEWATERING DEVICE EA 6 $'d1091.51. $ 015P,5,40. $ (PERFORATED RISER) 70 FENCE LF 458 92 $ a•10 $ �1 tat •$CI $ Iq3 •a0 SILT FENCE OR SILT DITCH CHECK, INSTALLATION 71 SILT FENCE OR SILT FENCE DITCH CHECK, REMOVAL OF SEDIMENT EA 10 1 $ I19.83 $ I,101359 $ WI 72 SILT FENCE OR SILT FENCE DITCH CHECK, REMOVAL OF DEVICE LF 458 92 $ 0.1Q $ 59.9G $ II,04-1 73 CONSTRUCTION ENTRANCE SY 210 90 $ a3 611 $ 5,033,76 $ \G7,W 74 FENCEOREMOVAL OF CHAIN LINK LF 826 a06 $ IQ,$15 $ `aIcIQ7(v,SS $ 75 TEMPORARY FENCING LF 4880 120 $ ).51. $ 3bl01.bo $10•LIv 76 REMOVE RETAINING WALL, AS PER PLAN LS 1 $ 513g3 � y $ 513g3 •-1y $ 77 REMOVE REMAINING POOL FLOOR/WALL, AS PER PLAN LS 1 $ 2L,9 4 (v $Z(iq�•7a I $ 78 ROSETTA STONE WALL RETAINING SF 515 $105,1.1$ $94I33120 $ 79 ROSETTA OUTCROPPING STONE CONCRETE BOULDERS ON EA 7 $ 353.‘p5 $ a ,915.55 $ HO MOWING 11.5 3.5 $ O $ d $ (' FORM OF BID FB-4 of 9 City Contract No. 1076 FY 2023 Gates Park Improvements Waterloo, Iowa .evised oer Accencuin H4 ITEM NO. ITEM UNIT EST. QTY, DIV 1 EST, QTY ALT 1 UNIT BID PRICE TOTAL DIV 1 PRICE TOTAL ALT #1 PRICE 81 OPEN -THROAT CURB INTAKE EACH 4 3 $ZCv,'7a $ 838 •g g $(13.1.1p 82 MAINTENANCE THROAT SEDIMENT OF OPEN- CURB INTAKE FILTER EACH 4 3 $3o.y St Oilb $10.0, 83 REMOVAL OF OPEN -THROAT CURB INTAKE SEDIMENT FILTER EACH 4 3 $ 30,04 $ 190,1c, $ 1 O.Ye 84 INTAKE SEDIMENT 9 IN, PROTECTION, EACH 22 3 $ 1(1 A6s- $ alto310: 1b $ Iffi • ylS CONTROL DEVICE, 85 MAINTENANCE OF INTAKE PROTECTION, SEDIMENT CONTROL DEVICE EACH 22 3 $a9.91 $ 65q .lB $co9 q1 86 REMOVAL OF INTAKE PROTECTION, SEDIMENT CONTROL DEVICE EACH 22 3 $ 1 MCI $ (,59 :ig $ ri -911 GR87 FILTER AGINTAKE SEDIMENT EACH 10 $a39:Ito $a14Yi"-/,1op $ 88 MAINTENANCE INTAKE BAG EACH 10 $ aek .13 $ 291.3o $ OF GRATE SEDIMENT FILTER 89 REMOVAL OR GRATE INTAKE SEDIMENT FILTER BAG EACH 10 $39 f13 $ 09 .30 $ 90 MOBILIZATION LS 1 $LI151i71It1 $46)1771 ••1 $ 91 CONCRETE WASHOUT LS 1 401183 01 $6r183 to 92 REMOVAL AND REINSTALL EA 1 $y1g5,N$ 1 $ i 195,4$ $ GATE METAL 93 SIRENREMOVEANDREINSTALL EACH i $11Pp,']a, $ u1991.0.73 $ 94 AMPHITHEATER STRUCTURE LS 1 $35/'Nth 1 14 $351,144.79 $ 95 AMPHITHEATER FOUNDATION WALL LS 1 $111170t,1a1 $111,10 41 $ 96 AMPHITHEATER BUILDING RESTROOM LS 1 $1,191599• 90 $(4151'19,90 $ 97 SPLASH BUILDING PAD RESTROOM LS 1 $ c'Ia11 , $r{ $R7a1an .SW $ 98 PICNIC SHELTER INSTALLATION- NORTH GATES LS 1 $15)19535 $15,Ig5.85' $ 99 PICNIC SHELTER INSTALLATION- SOUTH GATES LS 1 $919 00.00 $ $1,900. CO 100 ARCH SIGNS AND FOR GATEWAYS EA 2 $6,esca,53 $;5I,371•ao $ METAL COLUMNS FORM OF BID FB-5 of 9 City Contract No. 1076 FY 2023 Gates Park Improvements Waterloo, Iowa evisec per Addencum 144 ITEM NO. ITEM UNIT EST. QTY. DIV 1 EST. QTY ALT 1 UNIT BID PRICE TOTAL DIV 1 PRICE TOTAL ALT 111 PRICE 101 MONUMENT (DONALD ENTRY SIGN 1 AND MILDRED) LS 1 $ 3a11SUZ Mint. A $ 102 SIGNAGE ON WALL OF SPLASH PAD BUILDING LS 1 $511103.99 $ 5)5403.4A $ 103 DONOR RECOGNITION SIGN LS 1 $9311-N-II'�5 $1-�314gI / s $ 104 SOUTH RENOVATION GATES RESTROOM LS 1 $ U101000.061 $ $140 WOOD t 105 AMPHITHEATER WOOD ROOF FINISH LS 1 $aa5sol a $aa5,480e33 $ 106 DARK GRAY FLOOD WALL STAIN FOR SFF 340 $ ro , 00 $ PA 1a0. GD 1 107 MONUMENT 4TH STREET ENTRY SIGN 2 AT AND LESTER LS 1 $1i1i1000. CO $ $1114 0, pp 108 PLAYGROUND FENCE - 6' WIREWORKS LF 1045 Stijl( $Sa19`b3.4:1 $ 109 PLAYGROUND GATE 4' X 8' DOUBLE EA 2 $)I la •5a $ 4,1g3.e4 $ - WIREWORKS 110 PLAYGROUND GATE 6' X 4' SINGLE EA 1 sa,gg3.9s $ a1$g3.`IS $ - WIREWORKS 111 CONCRETE CURB AROUND PLAY SURFACE LF 167 $31,1(0 $blab5.1$ $ 112 GRAVEL FOR PLAYGROUND TURF SAFETY SURFACING SF 10481 $a•1-(0 $ 51I51-1,1-IO $ 113 CONCRETE BASE FOR SLOPED TURF SURFACING SF 1056 $23•l l $ )4,995.59 $ 114 PLAYGROUND PARK RAILINGS AND SPRAY LF 52 $'911,l0 $ 0011(4.00 $ 115 BASKETBALL GOALS EA 6 1 $(P14(0l4/124 $ Sgacriftlq No I gyp .DPI 116 BASKETBALL COURT STAINING SF 14250 $S,Co $?I1a50,00 $ 117 BASKETBALL COURT LINE PAINTING EA 3 0.5 $4154 .09, $ a in-/ .09 $ 9-Ii 118 SHADE TREES (1.5" CAL. B&B) EA 50 38.0 $511.1b $a515$6.CO $\el tit, 119 ORNAMENTAL CONT. TREES (1" B&B) EA 31 6.0 $411.15" $14,(00515 $3,15 1, Ai 120 LARGE SHRUBS (5 GAL. CONT. B&B) EA 120 $95,Ns $(t,Na140 $ FORM OF BID FB-6 of 9 City Contract No. 1076 FY 2023 Gates Park Improvements Waterloo, Iowa Revised oer Accencum #4 ITEM NO, ITEM UNIT EST. QTY. DIV 1 EST. QTY ALT 1 UNIT BID PRICE TOTAL DIV 1 PRICE TOTAL ALT #1 PRICE 121 SMALL CONT. SHRUBS (3 GAL. B&B) EA 406 $'e(0,'a6 $301(11,0{,50 $ 122 PERENNIAL PLANTS (1 GAL. CONT.) EA 823 361.0 0.110 $1'6)pa3•'7fl $ t)g0S.g0 123 STEEL BED EDGING LF 685 43.e $11,. )5 $C110A-$ W $SQ4 iH 124 PLANT BED PREPARATION SF 19330 2,111 $ 01CI $ 1911.3(0.7° $ 1 0�°1 •�i 125 WODOD MULCH FOR PLANT S BEWASHED SF 22009 2,111 $ I. 14 1, $ �51090 * $ al9(ip.94 126 SEPTIC ROCK MULCH AND WEED BARRIER FABRIC SF 380 $131 rota 470 $ 127 SOCCER FIELD IRRIGATION LS 1 $ 4(1166,2° $L49/(a20 $ 128 AMPHITHEATER STRUCTURE MEPT LS $S 33013 $J Nmd 1 13 $ 129 AMIPHIITHEATER RESTROOM LS 1 $137, )06•�� $13811 '1 y% $ 130 SPLASH BUILDING PAD RESTROOM MEPT LS 1 $ 3f )W3 .7S $ •3(4)0`9o,1$ $ 131 SOUTH GATES RENOVATION RESTROOM LS 1 $a22 �• pQ I $ Vw• $in �70� MEPT 132 TYPE FIXTURES SA SITE LIGHT (PARKING LOTS) EA 11 1 $Un1791. A $ ($31131-1, )1 $ Rp"iat;,9 133 TYPE SB SITE FIXTURES EA 25 9 $15,u� 70 $'�51OF-i7,�jp 1'3y'6Jy LIGHT (WALKWAYS) 134 BASKETBALL LIGHTING CONTROLS COURT AND LS 1 $Ii1/7H4, Pi $iz((1782(.(41 $ SYSTEM 135 TRANSFORMER EA 2 $11)315.11 $A758.434 $ 136 ELECTRICAL POWER PEDESTAL EA 1 $(op59.4a *1159•LIQ $ 137 PICNIC LIGHTING SHELTER EA 1 1 $ Ag0q.57 $ $' q9 $ 57 $ �I���'S1 POWER AND 138 SITE ROUGH ELEMENT ELECTRICAL -IN EA 2 1 $1,9n1a $'305cio,ati $)Sacoaa 139 CONNECTION LS 1 $54,53q.1i $5y1639,1% $ NETWORK 140 INTRUSION SYSTEM DETECTION LS 1 $91319.(4 $913(5.113 $ FORM OF BID FB-7 of 9 City Contract No. 1076 FY 2023 Gates Park Improvements Waterloo, Iowa Revised per Adcencurri #'I ITEM NO, ITEM UNIT EST. QTY. DIV 1 EST. QTY ALT 1 UNIT BID PRICE TOTAL DIV 1 PRICE TOTAL ALT 111 PRICE 141 RECONNECT EXISTING SERVICES LS 1 $a I0po.00 $ $ataGp coELECTRICAL 142 CAMERAS AND CAMERA POLES LS 1 $f1151000.911 $ 118poo.8y 143 SPLASH PAD CONSTRUCTION LS 1• siIN4`t111�a $1lyttgll'7t1.3'd $ 144 SPLASH PAD EQUIPMENT INSTALLATION- OWNER SUPPLIED LS 1 n31173. M $ $ a3r173, 91 145 SOUTH GATES TENNIS COURT NET AND LINE PAINTING LS 1 $(0300,00 I $ $(p3ocxoo Total 81731)0co.00 $ Olivia la $ 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. Security in the sum of 5% (FIVE PERCENT) Dollars ($ 5% (FIVE PERCENT) ) 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 Bidders Status Form. 7. The bidder is prepared to submit a financial and experience statement upon request. 8. The Prime Contractor and Subcontractor(s), which have performed an aggregate of $10,000.00 in work for the City in the current calendar year, are prepared to submit an MP 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. t Date 4/14/2023 2 4/20/2023 3 4/25/2023 4 4/28/2023 5 5/05/2023 6 5/09/2023 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 FORM OF BID FB-8 of 9 FY 2023 Gates Park Improvements City Contract No. 1076 Waterloo, lava Revisec per Adc enc um tt'- 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. Woodruff Construction, Inc 5/11/2023 BY: (N e of Bidder / (Date) ' � t f/4/1724i Title Jason Rechkemmer, Chief Operating Officer Official Address: (Including Zip Code): Corporate office: 1890 Kountry Lane Bidding office: 1117 FAI(S-Ave Fort Dodge, IA 50501 W&4eAr)Oo 7I,A 50701 I.R.S. No. 76-0721180 FORM OF BID FB-9 of 9 FY 2023 Gates Park Improvements City Contract No. 1076 Waterloo, Iowa Bidder Status Form To be completed by all bidders Part A Please answer 'Yes" or "No' for each of the following: X 10 13 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 ■ 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 a -mall. 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. Yes ❑ 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: 08 / 01 / 1990 to Present/ / Address: 1890 Kountry Lane Dates' 05 / 25 /1996 to Present/ City, State, Zip: Fort Dodge, IA 50501 Address: 1920 Philadelphia Street Suite 102 City, State Zip• Ames IA 50010 Dates: 02 / 08 /2016 to Present/ / Address 501 Greenfield Drive You may attach additional sheet(s) If needed. City, State, Zip' Tiffin, IA 52340 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: Woodruff Constr tion, Inc. Signature: JASON RECHKEMMER, CHIEF OPERATING OFFICER Date: 5/11/2023 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) Additional Sheet for Bidder Status Form (continued) My company has maintained offices in Iowa during the past 3 years at the following addresses: Dates: 7 / 17 / 2017 to Present/ Address' 1717 Falls Avenue City, State, Zip: _ Waterloo, IA 50701 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. 0.1 Yes U 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 or joint venture. More than 50 percent of the general partners or joint venture parties are residents of Iowa for Iowa income tax purposes. ■ Yes U 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 U 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) MBE/WBE BUSINESS ENTERPRISE PRE -BID CONTACT INFORMATION FORM INSTRUCTIONS Prime Contractor Responsibilities: Prime Contractors bidding on City of Waterloo contract work are required to ensure that MBENVBE businesses are provided the opportunity to participate in the performance of contracts and subcontracts. Prime contractors are required to assist MBENVBE businesses in overcoming barriers to participation, and must make good faith efforts to secure bids from, and award subcontracts to, MBE/WBE businesses. For all contract bids of $50,000 or more, the following is required to demonstrate good faith efforts in accordance with this policy: 1. "MBEJWBE BUSINESS ENTERPRISE PRE -BID CONTACT INFORMATION FORM" submitted with the prime contractor bid, properly completed and signed on Form CCO-4 (Rev. 06-20-02). Please note that this document must include all subcontractor contacts, bids received, and awarded - not just those related to disadvantaged business enterprise vendors. 2. A minimum of three (3) MBENVBE business contacts must be made and documented, if there are at least three (3) MBE/WBE businesses offering services in the areas to be subcontracted (see City of Waterloo MBEIWBE Certified List). If less than three (3) are offering the services to be subcontracted, then a contact is required for any that are listed as providing that service. If you have submitted a MBENVBE contact not on the City's MBEIWBE list, attach a copy of the certification from another government agency. 3. Contacts to each MBENVBE businesses are required to be a minimum of seven (7) working days prior to the date the prime contractor submits the bid to the City of Waterloo. 4. The following documentation must accompany the "MBE/WBE BUSINESS ENTERPRISE PRE -BID CONTACT INFORMATION FORM" for each MBE/WBE business contacted: a. A copy of the bid received from the MBE/WBE, OR b. If no bid was received, a copy of correspondence received from the MBENVBE with a "no bid" response, OR c. If no response was received, a copy of the solicitation sent to the MBENVBE with proof of mailing attached. 5. If any MBE/WBE business submitting bids are not selected for subcontract award, documentation must accompany the "MBE/WBE BUSINESS ENTERPRISE PRE -BID CONTACT INFORMATION FORM" on why the MBENVBE was not selected. These reasons could include: a. Not low bid. Copies of the competing bids may be required for verification. b. MBE/WBE did not bid, withdrew bid or was non -responsive. c. Documentation of other business -related reason for not selecting the MBENVBE business for a subcontract. d. Prime contractor self performs work. e. Any other reason relied on by the Prime Contractor. The Contract Compliance Officer will determine the weight to be given to each item listed above (supported by appropriate documentation) based on overall program goals. Subcontractors Responsibilities: 1. Each MBENVBE firm planning to submit quotes on construction projects with goals, shall submit a Letter of Intent to Bid (Form CCO-5) to the City Contract Compliance Officer seven (7) working days prior to bid opening, listing specific items which the MBE/WBE firm is interested in bidding. If the City Contract Compliance Officer does not receive sufficient scope letters seven (7) working days prior to bid opening, goals on subject project will be reduced accordingly. Agreements between the bidder/proposer and an MBENVBE in which the MBE/WBE promises not to provide subcontracting quotations to other bidders/proposers are prohibited. Form CCO-4A Rev. 07-08-02 MBE/WBE PARTICIPATION M-7 of 8 FY 2023 Gates Park Improvements City Contract No. 1076 Waterloo, Iowa MBEJWBE BUSINESS ENTERPRISE PRE -BID CONTACT INFORMATION FORM Prime Contractor Name: t/30061frua M b'vt-i Project: Gates ?ary Iben p'fl Letting Date: 5/I )'Lo a3 NO MBEJWBE SUBCONTRACTORS: If you are NOT using any MBENVBE subcontractors to complete this project, sign below. Attach a brief explanation as to why subcontracting w- not feast • - ' ith this project. If any MBENVBE subcontractors will be used, please use the bottom portion of this form. Contractor Signature: - dcfx 7r11 Title: Ilk e.c etera,%;H QF4coit/ Date: /II{aa2� -5aSo ✓1 ecHK<-wlw e-✓' 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 MBENVBE 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 MBENVBE Business Enterprise contacts made prior to your bid submission. This information is subject to verifications and confirmation. If you are unable to identify MBENVBE 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 MBENVBE 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 MBEJWBE BUSINESS ENTERPRISE CONTACTS Quotes Received Quotation used in bid Dates Contacted Yes/No Dates Contacted Yes/No Dollar Amount Proposed to be Subcontracted MBE/WBE Subcontractors e 5§Y �ei 4,13 9f to 7-1.2 511,5, #)10- � 1 v�(2ol Lei IZ.Ij 5f if 5(5,5( , 556 0 tg� 5414 Y' Oft1 ft.r 1 ..k� . I v ° J N u�5e ry GSZt Q cev .'vj w0 4 c (cli- e.)2 i 0..v\,. GL1 - p j s Pc (Form CCO-4) Rev. 06-20-02 MBEJWBE PARTICIPATION M-8 of 8 City Contract No. 1076 FY 2023 Gates Park Improvements Waterloo, Iowa Revised February 2003 CONTRACTOR'S OR SUBCONTRACTOR'S AFFIRMATIVE ACTION PROGRAM Check box that applies to party completing program: ( x ) General Contractor ( ) Subcontractor Section A to be completed by GENERAL CONTRACTORS only: A. Name of Company WOODRUFF CONSTRUCTION 1717 FALLS AVENUE Address of Company WATERLOO, IA Zip 50701 Telephone Number ( 319 ) 233-3349 Federal ID Number (if no Federal ID Number, Owner/President's Social Security Number) 76-0721180 Name of Equal Employment Officer Sara Orr Name of Project FY 2023 GATES PARK IMPROVEMENTS NPH-1 oil Clly Cent,acl No. 1076 Project Contract Number Estimated •Construction Work Dates l ection B to be completed by SUBCONTRACTORS only: Name of General or Pru ontractor Name of Subcontractor Subcontractor's Address Zip Subcontractor's Telephone Number ( 1 Subcontractor's Federal ID Number (if no Federal ID Number Owner/Preside',. ocial Security Number) Name of Equal Employment Officer Remainder of program to be completed by party completing program, either Prime or Subcontractor. The Owners and/or Principals of your company: Name Address Position Ethnic Sex Origin DONALD A. WOODRUFF FORT DODGE, IA PRESIDENT JASON RECHKEMMER AMES, IA COO SARA ORR AMES, IA VP OF OPERATIONS Other Areas of Interest: If your company has branches or subsidiaries, or if your company is a branch or subsidiary of a parent organization, give the following information: Name Type of Address Affiliation Degree WOODRUFF CONSTRUCTION MAINTAINS OFFICES IN AMES, FORT DODGE, TIFFIN, WATERLOO, AND SPENCER IA. li. EMPLOYER'S POLICY (Please read carefully.) We, the undersigned, recognize that we are morally and legally committed to nondiscrimination in employment. Any person who applies for employment with our company will not be discriminated against because of race, color, creed, sex, national origin, economic status, age, mental or physical handicap. B. The employment policies and practices of the undersigned are to recruit and hire employees without discrimination, and to treat them equally with respect to compensation and opportunities for advancement, including training, upgrading, promotion, and transfer. However, we realize the inequities associated with employment training, upgrading, contracting and subcontracting for minorities and women and we will direct our efforts to correcting any deficiencies to the maximum extent possible. The same will be required of our SUBCONTRACTORS and suppliers. We submit this program to assure compliance with Executive Order 11246, as amended, and other subsequent orders that may pertain to equal employment opportunity and merit employment policies, fully realizing that our qualification and/or merit system should be evaluated and revised, if necessary. D. We agree to put forth the maximum effort to achieve full employment and utilization of capabilities and productivity of all our citizens without regard to race, creed, color, sex, national origin, economic status, age, and mental or physical handicap. E WOODRUFF CONSTRUCTION will give training (Name of Company) and employment opportunities to local residents of Waterloo, Iowa, to the greatest extent feasible. III. AFFIRMATIVE ACTION WOODRUFF CONSTRUCTION recognizes that the (Name of Company) effective application of a policy of merit employment involves more than Just a policy statement, and WOODRUFF CONSTRUCTION (Name of Company) will, therefore, re-evaluate our Affirmative Action Program to ensure that equal employment opportunities are available on the basis of individual merit, and to actively encourage minorities, women and local residents to seek employment with our company on this basis. WOODRUFF CONSTRUCTION will undertake the (Name of Company) following six (6) steps to improve our Affirmative Action Program: I. Minority Recruitment and Employment; 2. Local Recruitment and Employment; 3. Disabled Veteran and Vietnam Era Veteran Recruitment and Employment; 4. Handicapped Recruitment and Employment; 5. Female Recruitment and Employment; and 6. Training, Upgrading and Promotional Opportunities. C. WOODRUFF CONSTRUCTION will take (Name of Company) whatever steps are necessary to ensure that our total work force has adequate minority, female, and local representation. We will utilize the following methods in our recruitment attempts: 1. Local advertising media (newspapers, radio, TV); 2. Community organizations (churches, clubs, schools); 3. Public and private institutions in the area (UNI, Hawkeye Community College); 4. Job Service of Iowa; and 5. Other. ID, WOODRUFF CONSTRUCTION will seek qualified minority, (Name of Company) female, and local group applicants for all Job categories and will make asserted efforts to increase minority, female and group representation in occupations at the higher levels or skill and responsibility. All sources of employment used shall be aware that we are an Equal Employment Opportunity Employer. Labor organizations representing our employees will be notified of our Equal Employment Opportunity Policy and Affirmative Action Program. Training, upgrading, promotion and transfer activities at all levels will be monitored to ensure tha full consideration has been given to qualified minority, female, and local group employees. G. WOODRUFF CONSTRUCTION will encourage other (Name of Company) companies with whom we are associated and/or do business, to do the same and we will assist them in their efforts. H. WOODRUFF CONSTRUCTION has taken the following (Name of Company) Affirmative Action to ensure that minority, female, local contractors and/or suppliers were provided opportunities to negotiate and/or bid on this project: (if none, write "NONE") BID INVITATIONS SENT 2. FOLLOW—UP CALL(S) MADE As a result of the above efforts, we have involved minority, female, and local contractors and/or suppliers in the following areas of subcontracting: (if none, write "NONE") WOODRUFF CONSTRUCTION wilt require approved (Name of Company) Affirmative Action Programs from all nonexempt contractors who propose to work on this project and will take whatever steps are necessary to ensure that non -minority contractors have adequate representation of minority, female and local persons in their total work force. In further accordance with rules and guidelines issued pursuant to Executive Order 11246 as amended, we establish the goals for our company, based on parity percentages supplied by the City, and we realize these goals will be reviewed on an annual basis. L WOODRUFF CONSTRUCTION will keep records of (Name of Company) specific actions relative to recruitment, employment, training, upgrading and promotion and will provide the City of Waterloo with any information relative to same, including activities of our SUBCONTRACTORS and suppliers as necessary or when requested. Parity figures for companies located in Waterloo are as follows: Minority Parity = .08 (8%) WOODRUFF CONSTRUCTION Affirmative Action (Name of Company) Employment Goals: The definition of Affirmative Action Goals is as follows: "Goals may not be rigid and inflexible quotas which must be met, but must be targets reasonably attainable by means of applying every good faith effort to make all aspects of the entire Affirmative Action Program work." For the year 202 2, please submit percentage targets for employing minorities and women. If you already have reached your target for hiring minorities and women, please submit that percentage. • *Goals for Minorities: Goals for Women: *Your affirmative action goals should be between 1% and 10% or more for minorities and 1% and 5% or more for women. Please be advised that the goals or targets are purely your estimation of how many women and minorities your company can reasonably expect to hire in 20 . Note, that none of the goals are rigid or inflexible. They are targets that your company calculates as reasonably attainable. This will help the City in its monitoring procedures as required by City of Waterloo Resolution No. 1984-142(4). INDICATE: CONTRACTOR'S TOTAL WORK FORCE (WATERLOO) DISABLED VETERAN: DV VIETNAM ERA VETERAN: VV HANDICAPPED: H Sex Race City State ZIP Code Position M H WEBSTER CITY IA 50595 Craft Worker M H NEVADA IA 50201. Craft Worker F W TIFFIN IA 52340 Administrative M H IOWA CITY IA 52240 Craft Worker F W AMES IA 50014 Administrative F W NEVADA IA 50201 Administrative F W GOWRIE IA 50543 Administrative F W FORT DODGE IA 50501 Administrative F W DES MOINES IA 50309 Administrative F W IOWA CITY IA 52240 Manager M H AMES IA 50010 Craft Worker M H MT PLEASANT IA 52641 Craft Worker F W NORTH LIBERTY IA 52317 Manager M H IOWA CITY IA 52240 Craft Worker M H MARSHALLTOWN IA 50158 Craft Worker M H AMES IA 50010 Craft Worker M H BOONE IA 50036 Craft Worker M H ELLSWORTH IA 50075 Craft Worker F W WATERLOO IA 50701 Administrative F W AMES IA 50014 Manager M B FORT DODGE IA 50501 Laborer M H AMES IA 50010 Craft Worker M H BOONE IA 50036 Craft Worker M H MARSHALLTOWN IA 501.58 Craft Worker M H NEVADA IA 50201 Craft Worker M H AMES IA 50010 Craft Worker M H DES MOINES IA 50313 Craft Worker We hereby certify that we are in compliance with all City and Federal Affirmative Action Regulations and agree to accept all liability for failure to comply. City of Waterloo Affirmative Action Officer Respectfully submitted, B Date By: JASON RECHKEMMER OPERATING OFFICER sa 611-L. Equal Employment Oppmrurity Officer VP OF OPERATIONS 5/11/2023 SARA ORR Approved Date Disapproved Reason: By: Date: DESCRIPTION OF JOB CATEGORIES Officials/Manager: Occupations in which employees set broad policies, exercise overall responsibility for execution of all policies, or direct individual departments or special phases of the agency's operations or provide specialized consultation on a regional, district or area basis. Includes: department heads, bureau chiefs, division chiefs, directors, deputy directors, controllers, examiners, wardens, superintendents, unit supervisors, sheriffs, police and fire chiefs and inspectors and kindred workers, Professionals: Occupations which require specialized and theoretical knowledge which is usually required through college training or thorough work experience and other training which provides comparable knowledge. Includes: personnel and labor relations workers, social workers, doctors, psychologists, registered nurses, economists, dietitians, lawyers, system analysts, accountants, engineers, employment and vocational rehabilitation counselors, teachers or instructors, police and fire captains and lieutenants and kindred workers. 3. Technicians: Occupations which require a combination of basic scientific or technical knowledge and manual skill which can be obtained through specialized post -secondary school education and through equivalent on-the-job training. Includes: computer programmers and operations, draftsmen, surveyors, licensed practical nurses, photographs, radio operators, technical illustrators, police and fire sergeants and kindred workers. 4. Office/Clerical: Workers are responsible for internal and external communication, recording and retrieval of data and/or information and other paper work required in an office. Includes: bookkeepers, messengers, office machine operators, cleric -typists, stenographers, court transcribers, hearing reporters, statistical clerks, dispatchers, license distributors, payroll clerks and kindred workers. 5. Skilled Craft Workers: Workers perform jobs which require special manual skill and a thorough and comprehensive knowledge of the processes involved in the work which is acquired through on-the-job training programs. Includes: Mechanics and repairman, electricians, heavy equipment operators, stationary engineers, skilled machine occupations, carpenters, compositors and typesetters and kindred workers. Sales Workers4 Occupations engaging wholly and primarily in direct selling. Includes: advertising agents and salesman, insurance agents and brokers, real estate agents and brokers, stock and bond salesmen, demonstrators, salesmen and sales clerks, grocery clerks and cashier checkers, and kindred workers. Operatives (semi -skilled): Workers who operate machine or processing equipment or perform other factory -type duties of intermediate skill level which can be mastered in a few weeks and require only limited training. Includes: apprentices (auto mechanics), plumbers, building trades, metal working trades, bricklayers, carpenters, electricians, machinists, mechanics, printing trades, etc., operatives, attendants (auto service and parking), plasterers, chauffeurs, deliverymen and furnacemen, heaters (metal), laundry and dry cleaning operatives, milliners, mine operatives and laborers, motormen, oilers and greasers, (except auto painters), (except construction and maintenance), photographic process workers, stationary fireman, truck and tractor drivers, weavers, (textile), welders and flame cutters and kindred workers. Laborers (unskilled): Workers in manual occupations which generally require no special training. Perform elementary duties that may be learned in few days and require the application of little or no independent judgment. Includes: garage laborers, car washers and greasers, gardeners (except farm) and groundskeepers, longshoremen, and stevedores, lumbermen, raftsmen and woodchoppers, laborers performing lifting, digging, mixing, loading and pulling operations and kindred workers. 9. Apprentices: Persons employed in a program including work training and related instruction to learn a trade or craft which is traditionally an apprenticeship, regardless of whether the program is registered with a Federal or State agency. I0. Trainees (on-the-job): Production, persons in formal training for craftsmen when not trained under apprentice programs --operative laborer, and service occupations. White Collar... persons engaged in formal training for clerical, managerial, professional, technical, sales, office and clerical occupations. NON -COLLUSION AFFIDAVIT OF PRIME BIDDER State of IOWA )ss County of BLACK HAWK ) JASON RECHKEMMER ,being first duly sworn, deposes and says that: 1. He is (Owner Partner, OfficeRepresentative,r Agent) , of WOODRUFF CONSTRUCTION heStdder 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 a reement on t.e part of the Bidder or any of its agents, representatives, owners, employees, or arties).ir ='est, including this affiant. (Signed) J7 . ' JASON RECHKEMMER, CHIEF OPERATING OFFICER Title Subscribed and sworn to before me this II tie' day of M nr. �, 2023 My commission expires 10 / 2 2/ 2 0 2 5 Title BRA LUNA ADMINIS'TRA'TIVE ASSISTANT NON -COLLUSION AFFIDAVITS NCA-1 of 2 FY 2023 Gates Park Improvements Gay Contract Nol. 1076 Waterloo, Iowa 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. 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, EQUAL OPPORTUNITY CLAUSE EOC-1 of 2 FY 2023 Gates Park Improvements City Contract No. 1076 Waterloo, Iowa 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) JASON RECHKEMMER (Appropriate Official) CHIEF OPERATING OFFICER (Title) 5/11/2023 (Date) EQUAL OPPORTUNITY CLAUSE EOC-2 of 2 FY 2023 Gates Park Improvements City Contract No, 1076 Waterloo, Iowa 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, 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 TVI-1 of 1 FY 2023 Gates Park Improvements City Contract No. 1076 Waterloo, Iowa THIS PAGE LEFT BLANK INTENTIONALLY BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, Woodruff Construction, Inc. as Principal, and Liberty Mutual Insurance Company as Surety are held and firmly bound unto the CITY OF WATERLOO "OWNER." In the penal sum Five Percent of the Total Amount Bid Iowa, hereinafter called 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 11th day of May , 2023 for FY 2023 Gates Park Improvements in the City of Waterloo, Iowa; Contract No. 1076 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 pres- ents to be signed by their proper officers this 28th day of April A.D. 20 23 . Woodruff Cpnstruction,,1 C (Seal) Principal /tal nip son QechKemvner, Coo (Title) Liberty Mutual Insurance Company (Seal) Surety sta y Venn, Attorney -in -fact BID BOND City Contract No. 1076 BB-1 OF 1 FY 2023 Gates Park Improvements Waterloo, Iowa THIS PAGE LEFT BLANK INTENTIONALLY c at =ofO � 3 • b0 V oro v> N ov O ot • @l ai .-0 b0� r0 O c E� r° 2 a uc our > ai o1— Z v Liberty Mutual SURETY This Pager ofAttomey limits the acts of those named herein, and they have no authority to bind the Corrpany except in the wanner and to the extent herein stated. Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS. That The Oho Casualty Irstnarxe Compary is a corporation duly narked under tlx: lams of the State of New Hal p,h ire, that Liberty Usual Issuance Company is a corporation ably organized under the lams of the State of M3ssach tsetts, and WestAmerican Thsuance Conpary is a capitation ckly orgarized thr the laws of the State of Inciana (hetein collectively called the tormaries), parsuant to and ty authority herein set forth does hereby name,,cctt& eandappoint Anne Crowner, Brian M. Deimerly, Cindy Bennett, Craig E. Hansen, Dlone R. Y oung, J ay D. Freiermuth, Seth D. Rooker, Stacie Christensen, Stacy Venn, Tim McCulloh Certificate No: 8205943-190056 all of the city of Waukee state of IA each indMdual& if there be r than an narrect its true and lawful attomey-in-fact to rmke, execute, sea( acknowledge and deliver, for and on Its behalf as sue Land as its act aril deed, ary and all undertakings, bonds, recogrizances and after surety obligations, in pusuarce of these presents and shall be as binding Loon the Conpar4es as if they have been duly signed by the president and attested by the secretary of the Companies in their awn proper persons. IN WETNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official tithe Conpartes and the corporate seals of the Companies have been affixed thereto this 13th: day of July , 2021 By State of PEMtYLVANIA County ofNDNrGONERY sS On this 13th day of J my 2021 before rre personalty appeared David M Carey, who acknowledged himself to be the Assistant Secretary of Liberty Mutual I strance Company, The Olio Casual& Carpary, and Nest American Insurance Company, and that he, as such beirg authorized so to do, execute the foregdrg instrument for the phrases therein contained by sfgrdrg on behalf of the corporations by himself as a du& authorized officer. IN WITNESS WHEREOF, I have hereunto subscribed fry name and affixed ny notarial seal at Kirg of Pnssia, Penrsytvarva, on the day and year first abate written Liberty Maual Vsuarxe Conpary The Olio Casualty Insurance Conpany West American Irtsuarce Carpary Commonwealth of Pennsylvania- Notary Seal Teresa Pestella, Notary Public Montgomery County My commissbn expires Match 28, 2025 Commission number 1126044 Member, Pennsylvania Association of Notaries By: David M Carey, Assistant Secretary Teresa Pastella, Notary Public This Power of Attorney k node and executed pursuant to and bar aulhairy of the following By -lays and Authorizations of The ONo Casualty Issuance Conpary, Liberty Matual Insurance Conpary, and West Arrerican Insurance Conparywhich resolutions are now in (ill face and effect readrg as follows: ARTICLE IV "OFFICERS: Section 12 PowerofAttorney. Any officer a other official of the Carnation authorized for that purpose in writing ty the Chairman or tine President, and subject to such limitation as the Chairman or the President nay prescribe, shall appoint such attorneys -in -fact as maybe necessary to act in behalf of the Capitation to crake, execute, seal, ackncWecIge and deliver as surety ary and all undertakings, bonds, recogn izances and other suety obligations. Such attorneys -In -fact stilect to the 'irritations set forth in their respective powers of attorney, shall have full power to bird the Capitation by their signature and execution of ary such Insuumrts and to attach thereto the seal of the Capitation When so executed such instruments shall be as birdrg as if signed by the President and attested to by the Secretary. Any paver or authority granted to ary representative or atorney-infact under the provisions oflfis article tray be revoked at ary tine by the Board the Chaim -an, the President or by the officer or officers gantrg such power orauthority. ARTICLE Xlt - Execution of Contracts: SectimS. Suety Bonk and Undenaidngs. Ary officer of the Carpary authorized for that pupae in witirg by the chaimun or the president, and subject to such 'irritations as to chaimran or the president may prescribe, shall appoint such att n eys-in-fact as may be necessary to act in behalf of the Conpary to rrake, execute, seal, acknowledge and deliver as suety any and all udettaldrgs, bonds, recogrizances and other surety obligations. Such attmneys-infect subject to the 'irritations set forth in their respective powers of attorney, shall have full power to bind the Company by their sfgratue and exectrdm of any such instruments and to attach thereto the seal of the Corrpary. Wren so executed such instruments shall be as brdrg as if signed by the president and attested ty the secretary. Certificate of Designation The President of the Ccrrpany, acdrg pursuant to the Bylaws &the Company, authorizes David MCarey, Assistant Secretary toapp itsuchattorneys-in fact as nay be necessary to act on behalf ofthe Conpary to make, execute, seal, acknowledge and deliver as surety any and all undertakings, back, recogrizances and other sue& obligations. Authorization - By unanimous consent ofthe Corrparrys Board of Dila.lus, the Conpary consents that facsinile or mechanically reproduced signature &any assistant secretary of the Company, wherever appearing icon a certified copy of any power of attorney issued by the Conpary in comectimwith surety bake, shall be valid and Ilydirg icon the Company with the sarm force and effect as tough manually affixed 4 Renee C. Lheweltynt the undersigned, Assistant Secretary, The Ohio Casualty Insurance Conpary, Liberty AAtual Irsuarce Company, and West Antrican Issuance Conpary do hereby certify that the original power ofattomey of which the foregdrg is a full, tate and correct copy of the Power &Ataney exected by said Cmpanies, is in full face and effa.t and has not been revoked W TESIMONY WHEREOF, I have hereuRo set ny hard and affixed the seals of said Companies this 28th dayof April • 2023• Renee C. Llewellyn Assistant Secretary LMS-12873 LMIC OCIC WAIC Multi Co 02421