Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Boomerand Corp
Boomerang Corp 13225 Circle Dr. Suite A P.O. Box 227 Anamosa, Iowa 52205 NOV 21 2024 PH12 55 trY CITY CLERKS OFFICE CITY FWATERLOO Proposal For: F.Y. 2025 W.A.R.P. 4th Addition To: City of Waterloo, City Clerk 715 Mulberry Street Waterloo, Iowa 50703 Letting: November 21, 2024 1:00 PM Boomerang Corp 13225 Circle Dr. Suite A P.O. Box 227 Anamosa, Iowa 52205 Bid Security For: F.Y. 2025 W.A.R.P. 4tn Addition To: City of Waterloo, City Clerk 715 Mulberry Street Waterloo, Iowa 50703 Letting: November 21, 2024 1:00 PM watt ; pp 4 ,i 4 c a ii ER1. e A � 1� f1 .f^✓ �I j p9 n�. t'�{ {r■ FORM OF BID OR PROPOSAL F.Y. 2025 W.A.R.P. 4TH ADDITION CONTRACT NO. 1114 CITY OF WATERLOO, IOWA Honorable Mayor and City Council Waterloo, Iowa Gentlemen: 1. The undersigned, being a Corporation existing under the laws of the State of a Partnership consisting of the following partners: uPt , 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 F.Y. 2025 W.A.R.P. 4TH ADDITION, Contract No. 1114, all in accordance with the above -listed documents and for the unit prices for work in place for the following items and quantities: F.Y. 2025 W. A R. P. 41I-I ADDITION ITEM NO 1TEMDESCRIPTION UNIT DIVISION QUANTITIES 1 �QVAM DIVISION ITTIES 2 UNIT DIVISION AMOUNT 1 DIVISION AMOUNT O' 0'CE BASE BID DIVISION 2 - EARTHWORK 1 2010-108-B CLEARING AND GRUBBING AC 9.7 gji 000 , 0Q 774100600 2 2010-108- D-1 'IUPSOIL, ON -SIZE STRIP, STOCKPILE, SPREAD, CY 80,330.3 34a b �5 c`� 7, b5l0, q� 3 2010-108-E E CAVATION, CLASS 10 CY 237,577.7 3 e � �/� � 33• 4 2010-108-E E AVATION, CLASS 10, BORROW CY 22,208.8 12, 00 24e, 505 , L00 5 2010-108-G SUBGRADE PREPARATION SY 12,388.2 D 4/ U It 2 3Z 6 2010-108-I SUBBASE, 6" MDDIFIED SY 12,388.2 QM g i b •. 540 7, 60 7 2010-108-I SY 800.0 la • co Lj 0 SUBBASE, 4" MOD 1 WP 8 2010-108-I SUBBASE, 8" MACADAM STONE SY 800.0 / 2 . 4 (coot 66 9 2010-108-E SUBGRADEOVERECAVATION CY 350.0 30,, 00 ib 6 x 0 10 2010-108-I GRANULARSTABILIZATION IN 685.0 3. 00 3/, aa. UU DIVISION 4 - SE\ n AND DRAINS 11 4010-108- A l IF ' 1 08.4 lob % 00 SANITARYSEN D 'CHED, P`C n TRUSS, GRAVIIYMAIN, 12" 2114, 567 12 4010-108- A-1 LF 910.0 60. 60 64/ 4 q/) SANITARYSEN TRENCH vs, PVC a' SERVICE, SDR23.5, 6" 13 4020-108- Al STORMSEWER, RCP, 15" TRENCHED, GASKE ED IF 245.0 .76 •. 00 l 7, 156 .. op 14 4020-108- A-1 STORMSEWER, RCP, 18" o 'CH ov, GASKEIFD LF 776.0 iOp ., 00 52,1140g4 66 15 4020-108- A• 1 IF 1,120.0 s Zt be Oti STORhMSE\ RCP, 24" D TRENCHED, GAS 4 DI b , QQ 1, , 16 4040-108-A SUBDRAIN, HDPE, TYPESP, 6" IF 6,449.4 3 ii z 17 4040-108-C SUBDRAINCLEANOUT, 'TYPE A-1 EA 2.0 1Mb0• v0 D, 4006. FORM OF BID CO N RACT NO. 1114 Page 1of5 18 4040-108- D-1 SUBDRAIN, OUTLETTOSTRUCTURE EA 40.0 a 50• 00 /O, DOD, old 19 SUBDRAIN CLFANOUTREMOVAL EA 2.0 `d , 6 ) / Leo • o 0 20 4030-108-B PIPE APRON, RCP, 15" EA 2.0 11.0001. Cho ?.), • OO \ o 21 4030-108-C FOOTINGS APRONS, 15" FORCONCREIE PIPE EA 2.0 S oo • oQ 1, 0 o . a 22 4030-108-D PIPE APRON GUARDS, 15" EA 2.0 - 0 . _ _ b 0 - O • 23 4030-108-B PIPE APRON, RCP, 24" EA 2.0 2, 0 0 D- bO y, 000 4 oh 24 4030-108-C FOOTINGS APRONS, 24" FORCONCREIEPIPE EA 2.0 y %o. 0 1 Oa . f .2 • 25 4030-108-D PIPE APRON GUARDS, 24" EA 2.0 L Q O ,, O() 1, and • 00 DIVISIONS - WA g MAINS AND APPUR o ANCES 26 5010-108- Al LF 3,242.4 �] U . 00 D2419 6 3. 04 WA POLWIRAPPED, D MAIN,'IRENCH1ED, DIP, 8 27 5010-108- C-1 EA 1.0 1,' C0 • 00 1, 36o• On Hi!1NG,MILOCKING1E.E,8"X8"X8" 28 5010-108- C-1 EA 11.0 %, / be) • co I Q , 100 • 06 FITTING, MI LOCKING o • 8" X8" X6" 29 5010-108- C-1 EA 1.0 1 l b . .6) 1 /Ov. 0 • HHLING,MJ DiUCER,8"X6" 30 5010-108- C-1 EA 6.0 900 % 0 0 5, yvo . 01) HIVING, 11.25° MI BEND, 8" 31 5020-108-A VALVE, MI GATE, 8" EA 13.0 D : Qb ., C) 31v, yod • 04 32 5020-108-C FIREHYDRANTASSEM3LY EA 11.0 2 oo • 06 Woo goh• Or 33 5020-108-C DEAD D D FIREHYDRANTASSEMBLY IA 1.0 7� be ) 7, 00©O� DIVISION 6 - STRUCTURES FOR SANITARYAND STORM SEWERS 34 6010-108-A MANHOLE, SW 301, 48" EA 17.0 O!� l 0g WO. 35 6010-108-B INTAKE, SW 507 EA 15.0 L.l i 9bt ,. Oi) ) 3• San , 60 36 6010-108-B INTAKE, S\V 509 EA 4.0 &, 1Dop; o aLv 0 • DIVISION 7-S 1• ANDRELkth) WORK 37 7010-108-A PAVFv1FN 9� PCC, C-4 W/CLASS 3 AGG, SY 10,986.8 52• OD 57/J" 13, E 38 7040-108-H SY 10.3 3 .• 00 30 PAVv ID RFZvDOVAL DIVISON 8 - TRAFFIC CONTROL 39 8030-108-A TRAFFICCONIROL LS 1.0 1, [) Od -. QU DIVISON LANDSCAPING 9 - SITE WORKAND 40 9010-108-A CO >y ONALSFFDING, 96 0 %i 656106 1291 1,2(U0 4 (� IIBItTIU71NG, AND MULCHING - TYPE 1 41 9040-108- Q-1 T�'ORARYEROSIONCONTROL MULCHING AC 50.0 J, '7 % 6466 , G, 5 OQ • C 42 9040-108-A AC 6.3 le �c7, Big toci. TEMPORARYSI+I )ING AND MULCHING -TYPES oh ob 43 9040-108-N SILTFENCE, INSTALLATION IF 20,125.0 , 56 6 1 S. 44 9040-108-N IF 20,125.0 SILT v TCE, MAINIEVANCE 6 6 l a 0 i as . 45 9040-108-N IF 20,125.0 -- SILT v ICE, REMOVAL , 0 i b ol 46 9040-108-0 LS 1.0 Q, L/ v D• U O 2, LI O 6 b 0 0 CONSTRUCTION ENTRANCE (INSTALLATION, REMOVAL) MAI ; ANCE, AND 47 9040-108-T INLEI'PROTECTION (INSTALLATION, REMOVAL) MAINIFNANCE, DEVICE AND EA 31.0 I 440 • b 0 319 U 1 o d -2 48 9040-108-J EROSION STONE, 1' DEPTH TN 58.0 a 49 9040-108-N EA 21.0 5 0 . Oh 1, DSO t (X) SILT D TCE DITCH CHECK 50 9010-108-E LS 1.0 I-1, boa oy q, to D D 00 S1.14H)INGWARRANTY • • FORM OF BID CO N RACT NO. 1114 Page 2 of 5 DIVISION 11 - MEC v • SOUS 51 11,010- 108-A LS 1.0 1 J, 000 • ob CONS'IRUClIONSURVEY ) 5, b60 % OD 52 11,020- 108-A MOBILIZATION LS 1.0 350, D00 •UC> 35ti, 000• 00 3,.S 7O, 267.7 'IOTALBASEBIDDIVISION 1 IOTALBASE BID DMSION2 32 7, 66,81 , 'IOTALBASEBID DMSION 1 + DIVISION Q 3,157, 9 235.10 53 54 55 56 57 58 59 60 61 62 63 64 65 66 67 68 2010-108-G 2010-108-I 69 70 71 72 73 74 4020-108- A-1 4020-108- A-1 4020-108- A-1 4030-108-B 4030-108-C 4030-108-D 4040-108-A 4040-108- D-1 5010-108- 5010-108- C-1 5020-108-A 5020-108-C 6010-108-B ALIERNA'IE A DIVISION 2 - EARTH\VORK SUBGRADE PREPARATION SUBBASE, 6" MODIFIED 7010-108-A 7040-108-H 8030-108-A 9040-108-J 11,010- 108-A 11,020- 108-A DIVISION 4 - SE\ AND DRAINS STORMSEWER, TRENCHED, GASRI'IW RCP, 15" STORMSEWER, TRENCHED, GAS RCP, 18" 4DUI STORMSE\ RCP, 24" 'IRENC IDS G 4 DI PIPE APRON, RCP, 24" FOOTINGS FORCONCREIE PIPE APRONS, 24" PIPE APRON GUARDS, 24" SUBDRAIN, HDPE, TYPESP, 6" SUBDRAIN, OUILEI'TO STRUCTURE DIVISION 5 - WA1hRMAINS AND APPUR D ANCES \VATERMAIN, TRENCHED, POLYWRAPPED, DIP, 8" FI I I ING, MI LOCKING II± 8" X8" X6" VALVE, MJ GATE, 8" FIRE HYDRANTASSEMBLY VALOF DEAD END FIRE HYDRANTASS D I: LY DIVISION 6 - STRUCTURES FOR SANITARYAND STORM SEVERS INTAKE, SW-507 DIVISION 7 - S D i AND RELAIEl) WORK PA D ID PCC, C-4 NV/CLASS 3 AGG, PAVE1v1ENTRE1vDVAL DIMSON 8 - TRAFFIC CONTROL TRAFFIC CONTROL DIMSON 9 - SITE\VORKAND LANDSCAPING EROSION STONE, 1' D DIVISION 11 - MISCELLANEOUS SY SY LF LF IF CONSTRUCTION SURVEY MOBILIZATION TOTALAL'IERNATEADIVISION 1 TOTALAL ID' ATE ADMSION 2 EA EA LF LF EA EA EA EA SY SY LS TN 4,291.3 0 . 1 4,291.3 93.0 348.0 284.0 IS LS 1.0 1.0 1.0 2,147.8 12.0 6.0 3,800.8 10.3 "1. S 0 70=• Do '2O 00 2, b CCU, on 1,023.8 3.0 3.0 3.0 1.0 a2 b 0.00 f, aoo. 00 �Oo, 60 1 3L oc) t5 b bo "7baop 1, 2vo SOv gat • i 3 32, iS.41:15 Le , 5io. Ob I, 200 OD to eo, (V) 3, boo- oD 71, GLAD ,erg) 3leo0.0 DSOO. OU Libor 00 d? 00.06 Li, 9 Do % op 99 1406 SQ. oD 1.0 1,b00% 00 22.0 1.0 1.0 go. oo 336o , oa as -lib 00 • L)C) lfl f,N1.t0( 369. no I, bob, 06 11-7101). 60 313bo t LSD N,DDD•c�D 371,3i. 1 ID :ZLI 1O %OO FORM OF BID CONRACT NO. 1114 Page 3 of 5 TOTAL ALTERNATEADIVISION 1 + DMSION 2 TOTALDIMSION 1 - BASE BID + ALTERNATEA TOTALDIVISION 2 - BASE BID + AL IN •TEA TOTAL DIVISION 1 AND DIVISION 2 BASE BID +AL1ERNATEA 965, 1? 3, JLIR , 50- . Lt & y9 -7, 331]. ao 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 5% or Teo Q�' Q(c_ lo i rt Dollars ($ in the form of . f tm , is submitted herewith in accordance with ) h the INSTRUCTIONS TO BIDDERS. Attached hereto is a Non Collusion Affidavit of Prime Contractor. Attached hereto is a Bidder Status Form. 7. The bidder is prepared to submit a financial and experience statement upon request. 8. The Prime Contractor and Subcontractor(s), which have performed an aggregate of $10,000.00 in work for the City in the current calendar year are prepared to submit an AAP or Update and an EOC, within ten (10) days of notification that the bid submitted is lowest and acceptable. 9. The bidder has received the following Addendum or Addenda: Addendum No. t Date I [-15 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. FORM OF BID CONRACT NO. 1114 Page 4 of 5 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. ----Rponnwa not Porn p (Name of Bidder)] BY: Official Address: (Including Zip Code): 1 -09 l -DMZ" (Date) Title U�('L �QS�CIO,nT 1:31Z3 r-C.12_ C )C,:4+12 A PO Pa -A Dor) Nrconnect, . I oi sX, 5t___________`� IRSNo 4i3)ij9 FORM OF BID CONRACT NO. 1114 Page5of5 NON -COLLUSION AFFIDAVIT OF PRIME BIDDER State of 1.01 A cx ) County of _S (5 >an el )- aCtc- )ss , being first duly sworn, deposes and says that: 1. is (Owner, Partner Officer epresentative, or Agent) , of Ic XC5I'fl of flf) c v�- , the Bidder trn 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. Si ned ( g ) V rim4 Title Subscribed and sworn to before me this 0) I day of Ouene, , 20ag /b My commission expires q " 1 " o' • 4filt /owa DAWN M KING Commission Number 8554 • • My Commission Ex ,,,:• Bidder Status Form To be completed by all bidders Part A Please answer "Yes" or "No" for each of the following: Yes 07.es Yes CI Yes QYes QNO ONo ONo ONo ONo My company is authorized to transact business in Iowa. (To help you determine if your company is authorized, please review the worksheet on the next page). My company has an office to transact business in Iowa. My company's office in Iowa is suitable for more than receiving mail, telephone calls, and e-mail. My company has been conducting business in Iowa for at least 3 years prior to the first request for bids on this project. My company is not a subsidiary of another business entity or my company is a subsidiary of another business entity that would qualify as a resident bidder in Iowa. If you answered "Yes" for each question above, your company qualifies as a resident bidder. Please complete Parts B and D of this form. If you answered "No" to one or more questions above, your company is a nonresident bidder. Please complete Parts C and D of this form. To be completed by resident bidders Part B My company has maintained offices in Iowa during the past 3 years at the following addresses: Dates: ) 6 / to C24/ Address: iA3C(((12/QTbThL)/3tCJjf/i 4 City, State, Zip: F\ r&rnieO i _ /CAA ja Dates: / / to / / Address: City, State, Zip: 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 O Yes O 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 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: L, 7 CUB 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) 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. Q Yes ONo O Yes ONo O Yes ONo O YesONo O Yes 0No O Yes 0No Q YesQ No O Yes°No Q Yes 0 3YesQNo es My business is currently registered as a contractor with the Iowa Division of Labor. My business is a sole proprietorship and I am an Iowa resident for Iowa income tax purposes. My business is a general partnership or joint venture. More than 50 percent of the general partners or joint venture parties are residents of Iowa for Iowa income tax purposes. My business is an active corporation with the Iowa Secretary of State and has paid all fees required by the Secretary of State, has filed its most recent biennial report, and has not filed articles of dissolution. My business is a corporation whose articles of incorporation are filed in a state other than Iowa, the corporation has received a certificate of authority from the Iowa secretary of state, has filed its most recent biennial report with the secretary of state, and has neither received a certificate of withdrawal from the secretary of state nor had its authority revoked. My business is a limited liability partnership which has filed a statement of qualification in this state and the statement has not been canceled. My business is a limited liability partnership which has filed a statement of qualification in a state other than Iowa, has filed a statement of foreign qualification in Iowa and a statement of cancellation has not been filed. My business is a limited partnership or limited liability limited partnership which has filed a certificate of limited partnership in this state, and has not filed a statement of termination. My business is a limited partnership or a limited liability limited partnership whose certificate of limited partnership is filed in a state other than Iowa, the limited partnership or limited liability limited partnership has received notification from the Iowa secretary of state that the application for certificate of authority has been approved and no notice of cancellation has been filed by the limited partnership or the limited liability limited partnership. My business is a limited liability company whose certificate of organization is filed in Iowa and has not filed a statement of termination. My business is a limited liability company whose certificate of organization is filed in a state other than Iowa, has received a certificate of authority to transact business in Iowa and the certificate has not been revoked or canceled. 309-6001 (09-15) Prime Co tractor Name: P roject: FY 2 5j L MBE/WBE BUSINESS ENTERPRISE PRE -BID CONTACT INFORMATION FORM era drr di Lion Letting Date: • N O MBE/WBE SUBCONTRACTORS: If you are NOT using any MBE/WBE subcontractors to complete this project, sign below. Attach a brief explanation as to why subcontracting was not feasible with this project. If any MBE/WBE subcontractors will be used, please use the bottom portion of this form. Contr for Sigr_Qature: Title: a Date: \ r I - Q024 S UBCONTRACTORS APPLICABLE: You are required, in order for your bid to be considered responsive, to provide the information on this form showing ALL of your MBE/WBE subcontractor contacts made for your bid submission. This information is subject to verification. Any questions may be directed to Contract Compliance Office 319-291- 4429. You are required, in order for your bid to be considered responsive, to provide the information on this Form showing your MBE/WBE Business Enterprise contacts made prior to your bid submission. This information is subject to verifications and confirmation. If you are unable to identify MBE/WBE firms to perform portions of the work, please contact Rudy Jones, Contract Compliance Officer, for assistance at (319) 291-4429. In the event it is determined that the MBE/WBE Business Enterprise goals are not met, then before awarding the contract the City of Waterloo will make a determination as to whether or not the apparent successful low bidder made good faith efforts to meet the goals. TABLE OF INFORMATION SHOWING BIDDER'S PRE -BID MBE/WBE BUSINESS ENTERPRISE CONTACTS Quotes Received Quotation used in bid Subcontractors MBE/WBE Contacted Dates Yes/No Contacted Dates Yes/No Dollar Amount be Subcontracted Proposed to / \� " : 11) iS/c.Ll 1,O06.06 Stft); cI_j► Er, n5 i I rJf 9q Merl f k: Scir/ �`-� I i I360-1 iej 194060. On I ► 15'0-/ Pi51cscHrQ(?7c (&ir�IJ1JRS/34 /30 jjJiJp4 kb M ci4 t. Ln ck .t /Oo W W 1 M9 4 >6 1 15a4 11 (Form CCO-4) Rev. 06-20-02 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 MBE/WBE 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. "MBENVBE BUSINESS ENTERPRISE PRE -BID CONTACT INFORMATION FORM" submitted with the prime contractor bid, properly completed and signed on Form CCO-4 (Rev 06-20-02). Please note that this document must include all subcontractor contacts, bids received, and awarded - not just those related to disadvantaged business enterprise vendors. 2. A minimum of three (3) MBE/WBE business contacts must be made and documented, if there are at least three (3) MBE/WBE businesses offering services in the areas to be subcontracted (see City of Waterloo MBENVBE Certified List). If less than three (3) are offering the services to be subcontracted, then a contact is required for any that are listed as providing that service. If you have submitted a MBE/WBE contact not on the City's MBE/WBE list, attach a copy of the certification from another government agency. 3. Contacts to each 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 MBE/WBE 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 MBE/WBE was not selected. These reasons could include: a. Not low bid. Copies of the competing bids may be required for verification. b. MBENVBE did not bid, withdrew bid or was non -responsive. c. Documentation of other business -related reason for not selecting the MBE/WBE business for a subcontract. d. Prime contractor self performs work. e. Any other reason relied on by the Prime Contractor. The Contract Compliance Officer will determine the weight to be given to each item listed above (supported by appropriate documentation) based on overall program goals. Subcontractors Responsibilities: 1. Each MBE/WBE firm planning to submit quotes on construction projects with goals, shall submit a Letter of Intent to Bid (Form CCO-5) to the City Contract Compliance Officer seven (7) working days prior to bid opening, listing specific items which the MBE/WBE firm is interested in bidding. If the City Contract Compliance Officer does not receive sufficient scope letters seven (7) working days prior to bid opening, goals on subject project will be reduced accordingly. Agreements between the bidder/proposer and an MBE/WBE in which the MBENVBE promises not to provide subcontracting quotations to other bidders/proposers are prohibited. Form CCO-4A Rev. 07-08-02 / QIowAooT January 5, 2024 Vallarie Holm Tiedt Nursery, Ltd. 2419 E. Bremer Avenue Waverly, IA 50677 VIA ELECTRONIC MAIL RE: Affidavit of Continued DBE/ACDBE Certification Eligibility Ms. Holm, This letter confirms receipt of your annual No Change Affidavit and supporting documentation. The Iowa Department of Transportation (Iowa DOT), in compliance with 49 Code of Federal Regulations Part 26 (49 C.F.R. §§26 et seq.), is pleased to inform you that your firm's information has been reviewed and approved. Your firm's Disadvantaged Business Enterprise (DBE) certification will remain valid for another year. The DBE Directory, located at https://secure.iowadot.gov/DBE/Home/Index/, will continue to list your contact information and will include the following NAICS codes and description of services performed: NAICS Code: 237990, 238990, 561730 Work Types: Erosion Control (Seed, Sod, Mat, and Silt Fence), Fencing, Herbicide Application; Landscaping (Trees and Shrubs), Mowing, and Retaining Walls; Supplier: Trees, Shrubs, Seed, Fertilizer, Erosion Control Products, Plastic Tubing, and Fencing As a DBE, you have the responsibility to comply with all aspects of 49 C.F.R. Part 26; maintain an accurate mailing address and phone number with Iowa DOT and promptly return all solicitation inquiries. If you have any questions, please contact this office. Sincerely, anwet, kiacja,n,t_ Danny Wagener Civil Rights Compliance Officer t. 1515-239-1422 I danny.wagener@iowadoLus www.iowadot.gov 1Address: Civil Rights Bureau 800 Lincoln Way, Ames, IA 50010 BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, Boomerang Corp. as Principal, and The Gray Casualty &Surety Company , as Surety, are held and firmly bound unto the CITY OF WATERLOO , Iowa, hereinafter called "OWNER." In the penal sum Five Percent( 5% of Bid Amount) Dollars ($ xxx ) 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 21 st day of November , 2024 , for F.Y.2025 W.A.R.P 4th Addition • NOW, THEREFORE, (a) If said Bid shall be rejected, or in the alternate, (b) If said Bid shall be accepted and the Principal shall execute and deliver a contract In the form specified and shall furnish a bond for his faithful performance of said contract and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the agreement created by the acceptance of said Bid, Then this obligation shall be void, otherwise the same shall remain in force and effect; it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. By virtue of statutory authority, the full amount of this bid bond shall be forfeited to the Owner in liquidation of damages sustained in the event that the Principal fails to execute the contract and provide the bond as provided in the specifications or by law. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall be in no way impaired or affected by any extension of the time within which the Owner may accept such Bid or execute such contract, and said Surety does hereby waive notice of any such extension. IN WITNESS WHEREOF, the Principal and the Surety, have hereunto set their hands and seals, and such of them as are corporations, have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers this 19th day of November , A.D. 20 24 . 1 Witness at Witness BID BOND Boomerang Corp. (Seal) Principal By 73en i 1-1Q The Gray Casualty &Surety Company (Seal) Surety By 7 Troy Staples Attorney -in -fact er-)recc iider t (Title) Page 1 of 1 ACKNOWLEDGMENT OF SURETY State of Minnesota ) County of Dakota ) On this 19th day of November, in the year 2024, before me personally come(s) Troy Staples, Attorneys) -in -Fact of The Gray Casualty & Surety Company with whom I am personally acquainted, and who, being by me duly sworn, says that he/she is (are) the Attorneys) -in -Fact of The Gray Casualty & Surety Company company described in and which executed the within instrument; that he/she know(s) the corporate seal of such company; and that seal affixed to the within instrument is such corporate seal and that it was affixed by order of the Board of Directors of said company, and that he/she signed said instrument as Attorneys) -in -Fact of the said company by like order. dv�714 y7�0. ; • Flrsr TONI L. FERRILL NOTARY PUBLIC - MINNESOTA My Commission Expires Jan 31, 2027 • ../✓✓f./c/' Nota Public Pate Bonding, Inc. 11/19/2024 13:08 3505152014146 THE GRAY INSURANCE COMPANY - THE GRAY CASUALTY & SURETY COMPANY GENERAL POWER OF ATTORNEY Bond Number: LB000337 Principal: Boomerang Corp. Project: F.Y. 2025 W.A.R.P.4th Addition KNOW ALL BY THESE PRESENTS, THAT The Gray Insurance Company and The Gray Casualty & Surety Company, corporations duly organized and existing under the laws of Louisiana, and having their principal offices in Metairie, Louisiana, do hereby make, constitute, and appoint: Zachary Pate, Troy Staples, Jennifer Boyles, Thomas Lahl, Thomas Kemp, and Nicholas Hochban of St. Paul, Minnesota jointly and severally on behalf of each of the Companies named above its true and lawful Attorney(s)-in-Fact, to make, execute, seal and deliver, for and on its behalf and as its deed, bonds, or other writings obligatory in the nature of a bond, as surety, contracts of suretyship as are or may be required or permitted by law, regulation, contract or otherwise, provided that no bond or undertaking or contract of suretyship executed under this authority shall exceed the amount of $25,000,000.00. This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both The Gray Insurance Company and The Gray Casualty & Surety Company at meetings duly called and held on the 26`" day of June, 2003. "RESOLVED, that the President, Executive Vice President, any Vice President, or the Secretary be and each or any of them hereby is authorized to execute a power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds, undertakings, and all contracts of surety, and that each or any of them is hereby authorized to attest to the execution of such Power of Attorney, and to attach the seal of the Company; and it is FURTHER RESOLVED, that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be binding upon the Company now and in the future when so affixed with regard to any bond, undertaking or contract of surety to which it is attached. IN WITNESS WHEREOF, The Gray Insurance Company and The Gray Casualty & Surety Company have caused their official seals to be hereinto affixed, and these presents to be signed by their authorized officers this 4'" day of November, 2022. By: Michael T. Gray President The Gray Insurance Company Cullen S. Piske President The Gray Casualty & Surety Company State of Louisiana ss: Parish of Jefferson On this 4th day of November, 2022, before me, a Notary Public, personally appeared Michael T. Gray, President of The Gray Insurance Company, and Cullen S. Piske, President of The Gray Casualty & Surety Company, personally known to me, being duly sworn, acknowledged that they signed the above Power of Attorney and affixed the seals of the companies as officers of, and acknowledged said instrument to be the voluntary act and deed, of their companies. Leigh Anne Fienican Notary Public Notary ID No.92653 Orleans Parish, Louisiana vw�.e W CAn;+ (MA -- Leigh Anne I-Ienican Notary Public, Parish of Orleans State of Louisiana My Commission is for Life I, Mark S. Manguno, Secretary of The Gray Insurance Company, do hereby certify that the above and forgoing is a true and correct copy of a Power of Attorney given by the companies, which is still in full force and effect. IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Company this 19th day of November , 2024 444•j`,rP I, Leigh Anne Henican,//Secretary of The Gray Casualty & Surety Company , do hereby certify that the above and forgoing is a true and correct copy of a Power of Attorney given by the companies, which is still in full force and effect. IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Company this 19th day of November , 2024 �a uwAs k-\\ w-