HomeMy WebLinkAboutAaron Crane Construction, LLC0
kavoie‘ evavu Coninuth.%0 LLC
1g33 Ides Auci..
Meibtekusi-eiri �l4
i d SCUArk 'kJ
•
JAN 23 2025 P'M 12:01:2c1
mac
ti
r,
1'
rri�
r
'l
0
StAhols\ Ac. Cva
)once avt Ckan yid ZaAzoh
—i-\(\s), CA-vk 0c WeA4-evioo �.1.cc.\0,J
CoinAyath No, tbu?)
o)ej
'kkYOA evati COYAuCium
1B3 DOA ham.
%\OLkokthigkv rctrA 610
SOLMNSIAL Ca&-WvipvoUenae((s
W+-k \ljeZetihuARund ava channel 9aii hal wiRvo�eck
A-V\31/4 eAkt-A 0� V\J&w{w Jowu-
CaAtvac+ No. \b(Q),,
tybpowt1
FORM OF BID OR PROPOSAL
SUNNYSIDE CREEK IMPROVEMENTS
WET DETENTION POND AND CHANNEL STABILIZATION PROJECT
CONTRACT NO. 1062
CITY OF WATERLOO, IOWA
Honorable Mayor and City Council
Waterloo, Iowa
1. The undersigned, being a Corporation existing under the laws of the State of Iowa
a
Partnership consisting of the following partners. Aaron Crane Construction LLC.
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 SUNNYSIDE CREEK
IMPROVEMENTS WET DETENTION POND AND CHANNEL STABILIZATION PROJECT,
Contract No. 1062, all in accordance with the above -listed documents and for the unit prices for
work in place for the following items and quantities:
SUNNYSIDE CREEK IMRPOVEMENTS
WET DETENTION POND AND CHANNEL STABILIZATION PROJECT
CITY CONTRACT NO. 1062
ITEM
NO.
ITEM
CODE
ITEM
UNIT
EST.
QTY.
UNIT
PRICE
BID
TOTAL
PRICE
BID
1
2010-A
CLEARING
AND
GRUBBING
UNIT
360.2
$
24.00
$ 8,644.80
2
2010-B
CLEARING
AND
GRUBBING
ACRE
1.7
$ 4,000.00
$
6,800.00
3
2010-D-1
TOPSOIL
ON
-SITE
CY
49,500.0
$
4,80
$ 237,600.00
$ 406,000.00
4
2010-E
EXCAVATION,
CLASS
10
CY
140,000.0
$
2.90
5
2010-E
EXCAVATION,
BOULDERS
FRAGMENTS
AND
CLASS
ROCK
12,
CY
1000.00
$
30.00
$
30,000.00
6
2010-E
CHANNEL
13
EXCAVATION,
CLASS
CY
1,010.0
$
20.00
20,200.00
7
2010-G
SUBGRADE
POND
CLAY
PREPARATION,
MATERIAL
WET
SY
19,800.0
$
3.60
71,280.00
8
2010-1
SUBGRADE
GEOGRID,
TYPE
TREATMENT,
1
SY
2,000.0
$ 3.00
6,000.00
9
4010-A-1
SANITARY
MAIN,
8"
TRENCHED,
SEWER
GRAVITY
PVC
TRUSS,
LF
539.0
$
34.00
$
18,326.00
10
4010-A-1
SANITARY
MAIN,
10"
TRENCHED,
SEWER
GRAVITY
PVC
TRUSS,
LF
1,323.0
$
88.00
$
116,424.00
11
4010-H
REMOVAL
SEWER,
OF
PVC,
SANITARY
8-10"
LF
1,530.0
$ 10.00
$ 15,300.00
12
4020-A-1
STORM
RCP,
CLASS
SEWER,
III,
48"
TRENCHED,
LF
83.0
$ 360.00
$
29,880.00
FORM OF BID
AECOM #60680939
FB-1 of 5
City Contract No. 1062
Sunnyside Creek Improvements
Waterloo, Iowa
ITEM
NO.
ITEM
CODE
ITEM
UNIT
EST.
QTY.
UNIT
PRICE
BID
TOTAL
PRICE
BID
13
4020-D
REMOVAL
RCP,
12"
OF
STORM
SEWER,
LF
10.0
$
100.0C
$ 1000.00
'
14
4020-D
REMOVAL
RCP,
18"
OF
STORM
SEWER,
LF
6.0
$
100.0
0
600.00
15
4020-D
REMOVAL
RCP,
24"
OF
STORM
SEWER,
LF
52.0
$
100.00
5,200.00
16
4020-D
REMOVAL
RCP,
36"
OF
STORM
SEWER,
LF
47.0
$
100.00
4,700.00
17
4030-B
12"
RCP
APRON,
4030.222
EACH
1.0
$
2,000.00
$ 2,000.00
18
4030-B
18"
RCP
APRON,
4030.222
EACH
1.0
$
2,000.00
$ 2,000.00
19
IDOT
2416
REMOVE
CONCRETE
AND
PIPE
REINSTALL
APRON,
36"
EACH
1.0
$
1,300.0
$
1,300.00
20
IDOT
2416
REMOVE
CONCRETE
AND
PIPE
REINSTALL
APRON,
48"
EACH
1.0
1,300.00
1,300.00
21
4030-C
FOOTING
APRON,
RCP,
FOR
36"
CONCRETE
PIPE$
EACH
1.0
$
1,200.00
1,200.00
22
4030-C
FOOTING
APRON,
RCP,
FOR
48"
CONCRETE
PIPE
EACH
1.0
$
1,700.00
$ 1,700.00
23
6010-A
MANHOLE,
SW-301,
48"
SANITARY
SEWER,
EACH
4.0
$
15,000.00
$
60,000.00
24
6010-A
MANHOLE,
SW-303,
48"
SANITARY
SEWER,
EACH
1.0
$
8,800.00
$
8,800.00
25
6010-B
INTAKE,
6010.513
EACH
1.0
$
8,500.0(
$ 8,500.00
26
6010-C-1
INTERNAL
8"
DROP
CONNECTION,
EACH
1.0
$
3,500.00
$
3,500.00
27
6010-F-1
MANHOLE
MAJOR
ADJUSTMENT,
EACH
1.0
$
5,000.00
5,000.00
28
6010-G-1
CONNECTION
SANITARY
MANHOLE
TO
EXISTING
EACH
2.0
$
1,700.00
$ 3,400.00
29
IDOT
2403
STAGED
OUTLET/RCB
DETENTION
MODIFICATIONS
BASIN
EACH
1.0
$
30,000.00
30,000.00
30
TECHNICAL
CONCRETE
REPAIR
REPAIR
-
RCB
JOINT
LF
32.0
$
230.00
7,360.00
31
IDOT
2426
CONCRETE
SPALLING
REPAIR
REPAIR
-
RCB
SF
30.0
$
400.00
$
12,000.00
32
6010-H-1
REMOVE
48"
SANITARY
MANHOLE,
EACH
4.0
$ 2,000.00
$ 8,000.00
33
6020-A-3
URETHANE
CHIMNEY
SEAL
EACH
4.0
$ 1,600.00
$
6,400.00
34
7080-B
ENGINEERING
FABRIC
SY
57.3
$
10.00
$ 573.00
35
9010-A-2
SWPPP
MANAGEMENT
LS
1.0
$ 15,000.0U
$ 15,000.00
36
9010-B
HYDRAULIC
FERTILIZING,
TYPE
2
SEEDING,
AND
MULCHING,
ACRE
2.4
$
2.225.00
$
5,340.00
37
9010-B
HYDRAULIC
FERTILIZING,
TYPE
3
SEEDING,
AND
MULCHING,
ACRE
11.4.0
$
2,100.00
$
23,940.00
38
9010-B
HYDRAULIC
FERTILIZING,
TYPE
5
(MODIFIED)
SEEDING,
AND
MULCHING,
ACRE
16.5
$
1,690.00
$
27,885.00
FORM OF BID
AECOM 1160680939
FB-2 of 5
City Contract No. 1062
Sunnyside Creek Improvements
Waterloo, Iowa
ITEM
NO.
ITEM
CODE
ITEM
UNIT
EST.
QTY.
UNIT
PRICE
BID
TOTAL
PRICE
BID
39
9010-108B
HYDRAULIC
FERTILIZING,
WETLAND
SEEDING,
AND
MULCHING,
ACRE
2.7
$
3,075.00
$
8,302.50
40
9010-D
WATERING
MGAL
200.0
$
61.50
$
12,300.00
41
9010-E
WARRANTY
LS
1.0
$
2,650.03
$
2,650.00
42
9030-B
PLANTS
SHADE
REFERENCE
TREES,
WITH
NOTES
WARRANTY,
1.5"
(SEE
FOR
EST.
TYPE)
EACH
36.0
417
$
00
$
15,012.00
43
9040-E
TEMPORARY
RECP,TYPE
2B
SY
36,600.0
$ 1.62
$ 59,292.00
44
IDOT
2601
TURF
TYPE
REINFORCEMENT
2
MAT,
SQ
400.0
$
63.00
25,200.00
45
9040-F-1
WATTLE,
12"
LF
1,200.0
$
2.45
$ 2,940.00
46
9040-F-2
WATTLE,
REMOVAL
LF
1,200.0
$
0.30
$
360.00
47
9040-J
RIP
RAP,
CLASS
E
REVETMENT
TON
67.0
$
41.00
$
2,747.00
48
9040-N-1
SILT
FENCE
LF
4,830.0
$
1.50
$ 7,245.00
49
9040-N-2
SILT
SEDIMENT
FENCE,
REMOVAL
OF
LF
4,830.0
$
0.01
$ 48.30
50
9040-N-3
SILT
DEVICE
FENCE,
REMOVAL
OF$
LF
4,830.0
$
0.01
48.30
51
9040-0-2
STABILIZED
ENTRANCE
CONSTRUCTION
TON
500.0
$
30.00
$
1,500.00
52
IDOT
2602
OPEN
SEDIMENT
-THROAT
FILTER,
CURB
EC-602
INTAKE
LF
8.0
$
15.00
120.00
53
IDOT
2602
MAINTENANCE
THROAT
SEDIMENT
CURB
FILTER
OF
INTAKE
OPEN-
EACH
2.0
$
5.00
$
10.00
54
IDOT
2602
REMOVAL
CURB
INTAKE
OF
OPEN
SEDIMENT
-THROAT
FILTER
EACH
2.0
$ 5•00
10.00
55
IDOT
2507
REVETMENT,
REPLACE
REMOVE
AND
CY
200.0
$
40.00
$
8,000.00
56
TECHNICAL
FLEXAMAT
SPILLWAY
PLUS,
FOREBAY$
SF
15,120.0
$ 9.00
136080.00
57
IDOT
2519
FENCE,
HEIGHT
CHAIN
LINK,
72
IN.
LF
1,660.0
$ 24.00
39,840.00
58
9060-108E
REMOVAL
OF
FENCE
LF
1,660.0
$ 2.00
$
3320.00
59
9080-B
HANDRAIL,
GALVANIZED
STEEL
LF
30.7
$ 150.00
$
4,605.00
60
11020-A
MOBILIZATION
LS
1.0
$ 160,000.00
$ 160,000.00
61
11050-A
CONCRETE
WASHOUT
LS
1.0
$ 400.00
$ 400.00
62
TECHNICAL
INFORMATIONAL
SIGNAGE
LS
1.0
$ 900.00
$ 900.00
TOTAL
BID
AMOUNT
$ 1,704,082.90
FORM OF BID
AECOM t160660939 City Contract No. 1062
FB-3 of 5 Sunnyside Creek Improvements
Waterloo, Iowa
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
Ten Percent (10)% of the total bid amount
Dollars ($ ) in the form of
lawful money
BIDDERS.
, is submitted herewith in accordance with the INSTRUCTIONS TO
5. Attached hereto is a Non -Collusion Affidavit of Prime Contractor.
6. Attached hereto is a Bidder Status Form indicating Resident Bidder Certification ( ), or
Non -Resident Bidder Certification ( ). (Mark one.)
7 The bidder is prepared to submit a financial and experience statement upon request.
8. The Prime Contractor and Subcontractor(s), which have performed an aggregate of $10,000.00 in
work for the City in the current calendar year, are prepared to submit an AAP or Update and an
EOC, within ten (10) days of notification that the bid submitted is lowest and acceptable
9. The bidder has received the following Addendum or Addenda:
Addendum No. Date 1-10-2025
1 17-20.a5-
10. The bidder shall list the MBE/WBE subcontractor(s), amount of subcontracts and bid items on the
City of Waterloo Minority and/or Women Business Pre -bid Contact Information Form submitted with
this Form of Bid or Proposal. The apparent low Bidder shall submit a list of all other Subcontractor(s)
to be used on this Project to the City of Waterloo by 5:00 p.m. the business day following the day
Bids on this Project are due along with the Non -Collusion Affidavits of All Subcontractor(s).
The Contractor shall submit information on subcontractors on "SUBCONTRACTOR REQUEST AND
APPROVAL" Form to be provided by City prior to approval of contract.
The subcontractors listed on this proposal and/or submitted to the Contract Compliance Officer
cannot be changed except for the following reasons:
1) The City of Waterloo does not approve the subcontractors.
2) The subcontractors submit in writing that they cannot fulfill their subcontracts. The bidder
has filled in all blanks on this proposal. Those blanks not applicable are marked "none" or
"NA".
11. The bidder has attached all applicable forms.
FORM OF BID
AECOM 1160680939
FB-4 of 5 Sunnyside Creek Improvements
City Contract No. 1062 Waterloo, Iowa
Bidder Status Form
To be completed by all bidders Part A
Pleas answer "Yes" or "No" for each of the following:
Yes
No My company is authorized to transact business in Iowa.
(To help you determine if your company is authorized, please review the worksheet on the next page).
Yes 1J No My company has an office to transact business in Iowa.
es_❑ No My company's office in Iowa is suitable for more than receiving mail, telephone calls, and e-mail.
Ptia ❑ No My company has been conducting business in Iowa for at least 3 years prior to the first request for
bids on this project.
es ❑ No My company is not a subsidiary of another business entity or my company is a subsidiary of another
business entity that would qualify as a resident bidder in Iowa.
If you answered "Yes" for each question above, your company qualifies as a resident bidder. Please
complete Parts B and D of this form.
If you answered "No" to one or more questions above, your company is a nonresident bidder. Please
complete Parts C and D of this form.
To be completed by resident bidders
Part B
My company has maintained offices in Iowa during the past 3 years at the following addresses:
/933
�
) / / /to ! / 2Z / zS Address: /20 4 f v
City, State, Zip: /24ncI e, tr /6- w , . .2I93'7
Dates: / / to / /
Dates: / / to /
You may attach additional sheet(s) if needed.
To be completed by nonresident bidders
Address:
City, State, Zip:
Address:
City, State, Zip:
Part C
1. Name of home state or foreign country reported to the Iowa Secretary of State:
2. Does your company's home state or foreign country offer preferences to resident bidders, resident labor
force preferences or any other type of preference to bidders or laborers?
3. If you answered "Yes" to question 2, identify each preference offered by your company's home state or foreign country
and the appropriate legal citation.
Yes ■ No
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: �� / �� y �� bac
Signature:
Date: / — ?Z —2C
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)
BSI:-1
12, 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.
Aaron Crane Construction LLC. 1-22-2025
(Name of Bidder) (Date)
Member/Manager
BY. - � I itle
Official Address: (Including Zip Code):
1833 120Th Ave
I.R.S. No.
Manchester Ia. 52057
27-211-1237
FORM OF BID
AECOM #60680939
FB-5 of 5 Sunnyside Creek Improvements
City Contract No. 1062 Waterloo, Iowa
SRF Front -End Specifications
FOR NONPOINT SOURCE & SPONSORED PROJECTS
PLEASE NOTE: Attachment 5 is a new program requirement and is
effective for all SRF projects bid after January 2021.
Attachment 1: Certification of Non -Segregated Facilities Form
Attachment 2: Statement in Advertisement for Bids on Debarment and
Suspension/Certification Regarding Debarment and
Suspension Form
SRF
STATE
REVOLVING FUND
Attachment 3: Other Federal Requirements Language
A. Standard Equal Employment Opportunity Specifications
B. Preservation of Open Competition and Government
Neutrality
C. Historical and Archeological Finds
D. Prohibitions on Procurement from Violating Facilities
Attachment 4:
Attachment 5:
Right of Entry and Records Retention
Prohibition on Certain Telecommunications and Video
Surveillance Services or Equipment
NOTE: Attachments 1, 2, and 5 must be signed
by the Prime Contractor and submitted with the bid.
INVESTING IN IOWA'S WATER
www.iowasrf.com
October 2022
Attachment 1
SRF Required Front -End Specifications
This form must be signed by the Prime Contractor and submitted with the bid.
U.S. Environmental Protection Agency
Certification of Non -Segregated Facilities
(Applicable to contracts, subcontracts, and agreements with applicants who are themselves
performing Federally assisted construction contracts, exceeding $10,000 which are not exempt
from the provisions of the Equal Opportunity clause.)
By the submission of this bid, the bidder, offeror, applicant, or subcontractor certifies that
he does not maintain or provide for his employees any segregated facilities at any of his
establishments, and that he does not permit his employees to perform their services at any
location, under his control, where segregated facilities are maintained. He certifies further that
he will not maintain or provide for his employees any segregated facilities at any of his
establishments, and that he will not permit his employees to perform their services at any
location, under his control, where segregated facilities are maintained. The bidder, offeror,
applicant, or subcontractor agrees that a breach of this certification is a violation of the Equal
Opportunity clause in this contract. As used in this certification, the term "segregated facilities"
means any waiting rooms, work areas, restrooms and washrooms, restaurants and other eating
areas, time clocks, locker rooms and other storage or dressing areas, parking lots, drinking
fountains, recreation or entertainment areas, transportation, and housing facilities provided for
employees which are segregated by explicit directive or are in fact segregated on the basis of
race, creed, color or national original, because of habit, local custom, or otherwise. He further
agrees that (except where he has obtained identical certifications from proposed subcontractors
for specific time periods) he will obtain identical certifications from proposed subcontractors prior
to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of
the Equal Opportunity clause; that he will retain such certifications in his files; and that he will
forward the following notice to such proposed subcontractors (except where the proposed
subcontractors have submitted identical certifications for specific time periods):
NOTICE TO PROSPECTIVE SUBCONTRACTORS OF REQUIREMENT FOR
CERTIFICATIONS OF NON -SEGREGATED FACILITIES
A Certification of Non -segregated Facilities, as required by the May 9, 1967, order (33
F.R. 7808, May 28, 1968) on Elimination of Segregated Facilities, by the Secretary of Labor,
must be submitted prior to the award of a subcontract exceeding $10,000 which is not exempt
from the provisions of the Equal Opportunity clause. The certification may be submitted either
for each subcontract or for all subcontracts during a period (i.e., quarterly, semiannually, or
annually).
1-22-25
S ignature Date
Aaron Crane Member Manager
N ame and Title of Signer (Please Type)
N OTE: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001.
EPA-7 5720-4.2
October 2022
Attachment 2
SRF Required Front -End Specifications
This form must be signed by the Prime Contractor and submitted with the bid.
Debarments and Suspensions
Any bidder or equipment supplier whose firm or affiliate is listed in on the U.S. General Services
Administration Excluded Parties List will be prohibited from the bidding process. The excluded
parties records search engine is located at the System for Award Management (SAM) website:
https://www.sam.gov/SAM/. Pursuant to 2 CFR Part 180, as supplemented by 2 CFR 1532, any
entity submitting a bid while the SAM website lists that entity as having an active exclusion will
be determined by the DNR to be a non -responsive bidder and will not be able to receive SRF
funding.
United States Environmental Protection Agency Washington, DC 20460
Certification Regarding Debarment, Suspension, and
Other Responsibility Matters
The prospective participant certifies to the best of its knowledge and belief that it and the
principals:
(a) Are not presently debarred, suspended, proposed for debarment, declared ineligible,
or voluntarily excluded from covered transactions by any Federal department or
agency;
(b) Have not within a three year period preceding this proposal been convicted of or had a
civil judgment rendered against them for commission of fraud or a criminal offense in
connection with obtaining, attempting to obtain, or performing a public (Federal, State,
or local) transaction or contract under a public transaction: violation of Federal or
State antitrust statutes or commission of embezzlement, theft, forgery, bribery,
falsification or destruction of records, making false statements, or receiving stolen
property;
(c) Are not presently indicted or otherwise criminally or civilly charged by a government
entity (Federal, State, or local) with commission of any of the offenses enumerated in
paragraph (1) (b) of this certification; and
(d) Have not within a three-year period preceding this application/proposal had one or
more public transactions (Federal, State, or local) terminated for cause or default.
understand that a false statement on this certification may be grounds for rejection of this
proposal or termination of the award. In addition, under 18 U SC Sec. 10 01, a false statement
may result in a fine of up to $10,000 or imprisonment for up to 5 years, or both.
Aaron Crane Member Manager
Typed Na 9 & Title of Authorized Representative
1-22-25
Signature of Authorized Representative Date
am unable to certify to the above statements. My explanation is attached.
October 2022
Attachment 3
SRF Required Front -End Specifications
Other Federal Requirements Language
A. Standard Federal Equal Employment Opportunity Construction Contract
Specifications (Executive Order 11246)
1 As used in these specifications:
a. "Covered area" means the geographical area described in the solicitation from which
this contract resulted;
b. "Director" means Director, Office of Federal Contract Compliance Programs, United
States Department of Labor, or any person to whom the Director delegates authority;
c. "Employer identification number" means the Federal Social Security number used
on the Employer's Quarterly Federal Tax Return, U.S. Treasury Department Form 941.
d. "Minority" includes:
(i) Black (all persons having origin in any of the Black African racial groups not of
Hispanic origin);
(ii) Hispanic (all persons of Mexican, Puerto Rican, Cuban, Central or South
American or other Spanish Culture or origin, regardless of race);
(iii) Asian and Pacific Islander (all persons having origins in any of the original
peoples of the Far East, Southeast Asia, the Indian Sub -continent, or the Pacific
Islands); and
(iv) American Indian or Alaskan Native (all persons having origins in any of the
original peoples of North America and maintaining identifiable tribal affiliations
through membership and participation or community identification).
2. Whenever the Contractor, or any Subcontractor at any tier subcontracts a portion of the
work involving any construction trade, it shall physically include in each subcontract in excess of
$10 000 the provisions of these specifications and the Notice IMhich contains the applicable
goals for minority and female participation and which is set forth in the solicitations from which
this contract resulted.
3 If the Contractor is participating (pursuant to 41 CFR 6-4.5) in a Hometown Plan
approved by the U.S. Department of Labor in the covered area either individually or through an
association, its affirmative action obligations on all work in the Plan area (including goals and
timetables) shall be in accordance with that Plan for those trades which have unions
participating in the Plan. Contractors must be able to demonstrate their participation in and
compliance with the provisions of any such Hometown Plan. Each Contractor or Subcontractor
participating in an approved Plan is individually required to comply with its obligations under the
EEO clause, and to make a good faith effort to achieve each goal under the Plan in each trade
in which it has employees The overall good faith performance by other Contractors or
Subcontractors toward a goal in an approved Plan does not excuse any covered Contractor's or
Subcontractor's failure to take good faith efforts to achieve the Plan goals and timetables.
4. The Contractor shall implement the specific affirmative action standards provided in
paragraphs 7a through p of these specifications. The goals set forth in the solicitation from
which this contract resulted are expressed as percentages of the total hours of employment and
training of minority and female utilization the Contractor should reasonably be able to achieve in
each construction trade in which it has employee in the covered area. Covered construction
contractors performing construction work in geographical areas where they do not have a
October 2022
Federal or federally assisted construction contract shall apply the minority and female goals
established for the geographical area where the work in being performed. Goals are published
periodically ►n the Federal Register in notice form, and such notices may be obtained from any
Office of Federal Contract Compliance Programs office or from Federal procurement contracting
officers. The Contractor is expected to make substantially uniform progress in meeting its goals
in each craft during the period specified.
5. Neither the provisions of any collective bargaining agreement, nor the failure by a union
with whom the Contractor has a collective bargaining agreement, to refer either minorities or
women shall excuse the Contractor s obligations under these specifications, Executive Order
11246, or the regulations promulgated pursuant thereto.
6. In order for the nonworking training hours of apprentices and trainees to be counted in
meeting the goals, such apprentices and trainees must be employed by the Contractor during
the training period, and the Contractor must have made a commitment to employ the
apprentices and trainees at the completion of their training, subject to the availability of
employment opportunities. Trainees must be trained pursuant to training programs approved by
the U.S. Department of Labor.
7 The Contractor shall take specific affirmative actions to ensure equal employment
opportun►ty. The evaluation of the Contractor's compliance with these specifications shall be
based upon its effort to achieve maximum results from its actions. The Contractor shall
document these efforts fully, and shall implement affirmative action steps at least as extensive
as the following:
a. Ensure and maintain a working environment free of harassment, intimidation, and
coercion at all sites, and in all facilities at which the Contractor employees are assigned
to work. The Contractor, where possible will ass►gn two or more women to each
construction project. The Contractor shall specifically ensure that all foremen,
superintendents, and other on -site supervisory personnel are aware of and carry out the
Contractor's obligation to maintain such a working environment, with specific attention to
minority or female individuals working at such sites or in such facilities
b. Establish and maintain a current list of minority and female recruitment sources,
provide written notification to minority and female recruitment sources and to community
organizations when the Contractor or its unions have employment opportunities
available and maintain a record of the organizations' responses.
c. Maintain a current file of the names, addresses and telephone numbers of each
minority and female off -the -street applicant and minority or female referral from a union,
a recruitment source or community organization and of what action was taken with
respect to each such individual. If such individual was sent to the union hiring hall for
referral and was not referred back to the Contractor by the union or, if referred, not
employed by the Contractor, this shall be documented in the file with the reason
therefore, along with whatever additional actions the Contractor may have taken.
d. Provide immediate written notification to the Director when the union or unions with
which the Contractor has a collective bargaining agreement has not referred to the
Contractor a minority person or woman sent by the Contractor, or when the Contractor
has other information that the union referral process has impeded the Contractor's effort,
to meet its obligations.
e. Develop on-the-job training opportunities and/or participate in training programs for
the area which expressly include minorities and women, including upgrading programs
and apprenticeship and trainee programs relevant to the Contractor s employment
needs, especially those programs funded or approved by the Department of Labor. The
October 2022
Contractor shall provide notice of these programs to the source complied under 7b
above
f. Disseminate the Contractor's EEO policy by providing notice of the policy to unions
and training programs and requesting their cooperation in assisting the Contractor in
meeting its EEO obligations; by including it in any policy manual and collective
bargaining agreement; by publicizing it in the company newspaper, annual report, etc.;
by specific review of the policy with all management personnel and with all minority and
female employees at least once a year; and by posting the company EEO policy on
bulletin boards accessible to all employees at each location where construction work is
performed.
g. Review, at least annually, the company's EEO policy and affirmative action obligations
under these specifications with all employees having any responsibility for hiring,
assignment, layoff, termination or other employment decisions including specific review
of these items with onsite supervisory personnel such as Superintendents, General
Foremen, etc., prior to the initiation of construction work at any job site. A written record
shall be made and maintained identifying the time and place of these meetings, persons
attending, subject matter discussed, and disposition of the subject matter.
h. Disseminate the Contractor's EEO policy externally by including it in any advertising in
the news media, specifically including minority and female news media, and providing
written notification to and discussing the Contractor's EEO policy with other Contractors
and Subcontractors with whom the Contractor does or anticipates doing business.
i. Direct its recruitment efforts, both oral and written, to minority female and community
organizations, to schools with minority and female students and to minority and female
recruitment and training organizations serving the Contractor's recruitment area and
employment needs. Not later than one month prior to the date for the acceptance of
applications for apprenticeship or other training by any recruitment source, the
Contractor shall send written notification to organizations such as the above, describing
the openings, screening procedures, and test to be used in the selection process.
j. Encourage present minority and female employees to recruit other minority persons
and women and, where reasonable, provide after school, summer and vacation
employment to minority and female youth both on the site and in other areas of a
Contractor's workforce
k. Validate all tests and other selection requirements where there is an obligation to do
so under 41 CFR Part 60-3.
1. Conduct, at least annually, an inventory and evaluation at least of all minority and
female personnel for promotional opportunities and encourage these employees to seek
or to prepare for, through appropriate training, etc., such opportunities.
m. Ensure that seniority practices, job classifications work assignments and other
personnel practices, do not have a discriminatory effect by continually monitoring all
personnel and employment related activities to ensure that the EEO policy and the
Contractor's obligations under these specifications are being carried out.
n. Ensure that all facilities and company activities are nonsegregated except that
separate or single -user toilet and necessary changing facilities shall be provided to
assure privacy between the sexes.
o. Document and maintain a record of all solicitations of offers for subcontracts from
minority and female construction contractors and suppliers, including circulation of
solicitations to minority and female contractor associations and other business
associations.
p. Conduct a review, at least annually, of all supervisors' adherence to and performance
under the Contractor's EEO policies and affirmative action obligations.
October 2022
15. Nothing herein provided shall be construed as a limitation upon the application of other
laws which establish different standards of compliance or upon the application of requirements
for the hiring of local or other area residents (e.g., those under the Public Works Employment
Act of 1977 and the Community Development Block Grant Program).
Federal Register Vol. 43, No. 68 - Friday, April 7, 1978 (Corrected May 5, 1978).
Effective Date May 8, 1978
Federal Register, Vol. 45, No. 194. Paragraph 4, revised October 3, 1980
Effective Date September 30, 1980
APPENDICES A and B-80
Notice of Requirement for Affirmative Action to Ensure Equal Employment Opportunity
(Executive Order 11246)
The Offerors or Bidder's attention is called to the "Equal Opportunity Clause" and the
'Standard Federal Equal Employment Specifications" set forth herein.
2. The goals and timetables for minority and female participation, expressed in percentage
terms for the Contractor's aggregate workforce in each trade on all construction work in
the covered area, are as follows:
(See Appendix B-80 and Appendix A Below)
These goals are applicable to all the Contractor's construction work (whether or not it is Federal
or federally assisted) performed in the covered area. If the contractor performs construction
work in a geographical area located outside of the covered area, it shall apply the goals
established for such geographical area where the work is actually performed. With regard to this
second area, the contractor also is subject to the goals for both its federally involved and non -
federally involved construction.
The Contractor's compliance with the Executive Order and in the regulations in 41 CFR Part
60-4 shall be based on its implementation of the Equal Opportunity Clause, specific affirmative
action obligations required by the specifications set forth in 41 CFR 60-4.3(a), and its efforts to
meet the goals. The hours of minority and female employment and training must be
substantially uniform throughout the length of the contract, and in each trade, and the contractor
shall make a good faith effort to employ minorities and women evenly on each of its projects.
The transfer of minority or female employees or trainees from Contractor to Contractor or from
project to project for the sole purpose of meeting the Contractor's goals shall be a violation of
the contract the Executive Order and the regulations in 41 CFR Part 60-4. Compliance with
the goals will be measured against the total work hours performed.
3. The Contractor shall provide written notification to the Director of the Office of Federal
Contract Compliance Programs within 10 working days of award of any construction
subcontract in excess of $10,000 at any tier for construction work under the contract
resulting from this solicitation. The notification shall list the name, address and telephone
number of the subcontractor, employer Identification number of the subcontractor,
estimated dollar amount of the subcontract, and the geographical area in which the
subcontract is to be performed.
October 2022
4. As used in this Notice, and in the contract resulting from this solicitation, the "covered
area" is (State of Iowa).
APPENDIX A
The following goals and timetables for female utilization shall be included in all Federal and
federally assisted construction contracts and subcontracts in excess of $10,000. The goals are
applicable to the contractor's aggregate on -site construction workforce whether or not part of
that workforce is performing work on a Federal or federally assisted construction contract or
subcontract.
Area covered: Goals for Women apply nationwide.
Timetable Goals (percent)
From Apr. 1, 1978 until March 31, 1979 3.1
From Apr. 1, 1979 until March 31, 1980 5.0
From Apr. 1, 1980 until March 31, 1981 6.9
Published, Federal Register May 5, 1978
APPENDIX B-80
Until further notice, the following goals for minority utilization in each construction craft and trade
shall be included in all Federal or federally assisted construction contracts and subcontracts in
excess of $10,000 to be performed in the respective geographical areas The goals are
applicable to each nonexempt contractor's total onsite construction workforce, regardless of
whether or not part of that workforce is performing work in a Federal, federally assisted or
nonfederally related project contract or subcontract Construction contractors which are
participating in an approved Hometown Plan (see 41 CFR 60-4.5) are required to comply with
the goals of the Hometown Plan with regard to construction work they perform in the area
covered by the Hometown Plan With regard to all their other covered construction work, such
contractors are required to comply with the applicable SMSA of EA goal contained in this
appendix B-80.
October 2022
Economic Areas
State: Iowa Goal %
096 Dubuque IA:
SMSA Counties:
2200 Dubuque, IA 0.6
IA Dubuque
Non-SMSA
Counties .... 0.5
IA Allamakee, IA Clayton, IA Delaware, IA, Jackson IA, Winneshiek
099 Davenport Rock Island Moline, IA -IL:
SMSA Counties:
1960 Davenport Rock Island Moline, IA -IL
IL Henry, IL Rock Island Moline, IA Scott
4.6
Non-SMA
Counties 3.4
IL Carroll, IL Hancock, IL Henderson, IL ,Mercer, IL Whiteside, IA Clinton, IA Des
Moines, IA Henry, IA Lee, IA Louisa, IA, Muscatine, MO Clark
100 Cedar Rapids, IA:
SMSA Counties:
1360 Cedar Rapids, IA 1.7
IA Linn
Non-SMSA Counties 1.5
IA Benton, IA Cedar, IA Iowa, IA Johnson, IA, Jones, IA, Washington
101 Waterloo, IA:
S MSA Counties:
8920 Waterloo -Cedar Falls, IA 4.7
IA Black Hawk
N on-SMSA Counties 2.0
IA Bremer, IA Buchanan, IA Butler, IA Cerro Gordo, IA Chickasaw, IA Fayette, IA Floyd,
IA Franklin, IA Grundy, IA Hancock, IA Hardin, IA Howard, IA Mitchell, IA Winnebago, IA
Worth
102 Fort Dodge, IA:
Non-SMSA Counties 0.4
IA Buena Vista, IA Calhoun, IA Carroll, IA Clay, IA Dickinson, IA Emmet, IA Greene, IA
Hamilton, IA Humboldt, IA Kossuth, IA Palo Alto, IA Pocahontas, IA Sac, IA Webster, IA
Wright
103 Sioux City, IA:
S MSA Counties:
7720 Sioux City, IA -NE 1.9
IA Woodbury, NE Dakota
October 2022
N on-SMSA Counties 1.2
IA Cherokee, IA Crawford, IA Ida, IA Monona, IA O'Brien, IA Plymouth, IA Sioux, NE
Antelope, NE Cedar, NE Cuming, NE Dixon, NE Knox, NE Madison, NE Pierce, NE
Stanton, NE Thurston, NE Wayne, SD Bon Homme, SD Clay, SD Union, SD Yankton
104 Des Moines, IA:
S MSA Counties:
2120 Des Moines, IA 4.5
IA Polk, IA Warren
N on SMSA Counties: 2.4
IA Adair, IA Appanoose, IA Boone, IA Clarke, IA Dallas, IA Davis, IA Decatur, IA Guthrie,
IA Jasper, IA Jefferson, IA Keokuk, IA Lucas, IA Madison, IA Mahaska, IA Marion, IA
Marshall, IA Monroe, IA Poweshiek, IA Ringgold, IA Story, IA Tama, IA Union, IA Van
Buren, IA Wapello, IA Wayne
143 Omaha, NE:
SMSA Counties:
5920 Omaha, NE -IA
IA Pottawattamie, NE Douglas, NE Sarpy
7.6
Non-SMSA Counties 5.3
IA Adams, IA Audubon, IA Cass, IA Fremont, IA Harrison, IA Mills, IA Montgomery, IA
Page, IA Shelby, IA Taylor, NE Burt, NE Cass, NE Colfax, NE Dodge, NE Platte, NE
Saunders, NE Washington
Published, Federal Register October 3, 1980
B. Preservation of Open Competition and Government Neutrality Towards
Government Contractors' Labor Relations on Federal and Federally Funded
Construction Projects (Executive Order 13202, as amended by Executive Order
13208)
Executive Order 13202, signed February 17, 2001 and amended April 4, 2001, requires all
executive agencies that issue grants to ensure Government neutrality toward contractors' labor
relations. This applies to recipients of SRF assistance. The Executive Order prohibits
discrimination against contractors and their employees in construction contracts based upon
labor affiliation or lack thereof.
SRF assistance recipients and any construction managers acting on their behalf must ensure
that bidding specifications, project agreements, and other controlling documents do not require,
prohibit, or otherwise discriminate, with respect to labor affiliation or lack thereof.
C. Historical and Archeological Finds
If, during the course of construction, evidence of deposits of historical or archeological interest is
found, the contractor shall cease operations affecting the find. The owner shall then notify the
State Revolving Fund Environmental Review Specialist, who shall in turn notify the State
Historic Preservation Office. The SRF shall consult with the SHPO and other interested parties
October 2022
to determine the proper course of action regarding the discovery. No further disturbance of the
deposits shall ensue until the SRF Environmental Review Specialist determines that the project
activities in that area may proceed. Compensation to the contractor, if any, for lost time or
changes in construction to avoid the find shall be determined in accordance with changed
conditions or change order provisions of the specifications.
Authority for this derives from the National Historic Preservation Act (16 U.S.0 §§ 470 et seq.)
and 36 CFR Part 800. If human remains are discovered then state law also applies IC 263B.
D. Prohibitions on Procurement from Violating Facilities (Section 306, Clean Air Act;
Section 508, Clean Water Act; Executive Order 11738)
Both the Clean Water Act and the Clean Air Act prohibit federal agencies from extending
assistance by way of loans or contracts to persons who have been convicted of violations of
either law. Executive Order 11738 was issued to coordinate enforcement by the U.S.
Environmental Protection Agency, which shall designate facilities which have given rise to a
conviction for an offense under the criminal provisions of the Clean Air Act and the Clean Water
Act.
The Executive Order also prohibits agencies from extending assistance to facilities that are not
in compliance with either Act.
SRF assistance recipients may not procure goods, services, or materials from suppliers listed
by the EPA as violators.
The Excluded Parties Listing search engine is located at the System for Award Management
(SAM) website: https://www.sam.gov/SAM/.
October 2022
Attachment 4
SRF Required Front -End Specifications
Right of Entry and Records Retention
The recipient shall provide access at all times for the Department of Natural Resources, the
Iowa Finance Authority, the state auditor, and the U.S. EPA Office of the Inspector General to
all project records and documents for inspection and audit purposes for a period of three years
after the date of last loan payment. The same access to the project site(s) shall be provided for
inspection purposes.
567 Iowa Administrative Code paragraph 92.8(2).e. State inspections. Personnel of the
department shall have the right to examine all construction aspects of the project, including
materials and equipment delivered and stored on site for use on the project.
October 2022
EQUAL OPPORTUNITY CLAUSE
(As provided in Executive Order No. 11246)
All contractors, subcontractors, vendors and suppliers of goods and services doing business with the City
and value of said business equals or exceeds ten thousand dollars ($10,000.00) annually agree as
follows:
1. The contractors, subcontractor, vendor and supplier of goods and services will not discriminate
against any employee or applicant for employment because of race, color, creed, sex, national
origin, economic status, age, mental or physical handicap, political opinions or affiliations. The
contractor, subcontractor, vendor and supplier will develop an Affirmative Action program to
ensure that applicants are employed and that employees are treated during employment without
regard to their race, creed, color, sex, national origin, religion, economic status, age, mental or
physical disability, political opinions or affiliations. Such actions shall include but not be limited to
the following:
a. Employment
b. Upgrading
c. Demotion or Transfer
d. Recruitment and Advertising
e. Layoff or Termination
f. Rates of Pay or Other Forms of Compensation
g. Selection for Training Including Apprenticeship
2. The contractor, subcontractor, vendor and supplier of goods and services will, in all solicitations
or advertisements for employees, state that all qualified applicants will receive consideration for
employment without regard to race, creed, color, sex, national origin, religion, economic status,
age, mental or physical disabilities, political opinion or affiliations.
3. The contractor, subcontractor, vendor and supplier or his/her collective bargaining representative
will send to each labor union or representative of workers which he/she has a collective
bargaining agreement or other contract or understanding, a notice advising said labor union or
workers' representative of the contractor's commitment under this section.
4. The contractor, subcontractor, vendor and supplier of goods and services will comply with all
published rules, regulations, directives, and order of the City of Waterloo Affirmative Action
Program Contract Compliance Provisions.
5. The contractor, subcontractor, vendor and supplier of goods and services will furnish and file
compliance reports within such time and upon such forms as provided by the Affirmative Action
Officer. Said forms will elicit information as to the policies, procedures, patterns, and practices of
each subcontractor as well as the contractor himself/herself and said contractor, subcontractor,
vendor and supplier will permit access to his/her employment books, records and accounts to the
City's Affirmative Action Officer, for the purpose of investigation to ascertain compliance with this
contract and with rules and regulations of the City's Affirmative Action Program Contract
Compliance Provisions relative to Resolution No. 24664.
6. In the event of the contractor's non-compliance with the non-discrimination clauses of this
contract or with any of such rules, regulations and orders, this contract may be canceled,
terminated or suspended in whole or in part and the contractor may be declared ineligible for
further contracts in accordance with procedures authorized by the City Council.
7 The contractor, subcontractor, vendor and supplier of goods and services will include, or
incorporate by reference, the provisions of the non-discrimination clause in every contract,
EQUAL OPPORTUNITY CLAUSE
AECOM 1160680939
EOC-1 of 2 Sunnyside Creek Improvements
City Contract No. 1062 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
(Appropriate Official)
Member Manager
(Title)
1-22-25
(Date)
EQUAL OPPORTUNITY CLAUSE
AECOM #60680939
EOC-2 of 2 Sunnyside Creek Improvements
City Contract No. 1062 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
AECOM 1160680939
TVI-1 of 1 Sunnyside Creek Improvements
City Contract No. 1062 Waterloo, Iowa
Revised February 2003
CONTRACTOR'S OR SUBCONTRACTOR'S AFFIRMATIVE ACTION PROGRAM
Check box that applies to party completing program:
(
) General Contractor
Subcontractor
Section A to be completed by GENERAL CONTRACTORS only:
A.
Aaron Crane Construction LLC.
Name of Company
Address of Company 1833 120Th Ave Manchester la. Zip 52057
Telephone Number ( 562j -920-1250
Federal ID Number (if no Federal ID Number, Owner/President's Social Security Number)
2 7-211-1237
Name of Equal Employment Officer Aaron Crane
Sunny Side Creek Improvements
Name of Project
Project Contract Number 1062
Estimated Construction Work Dates
4-1-2025
Start
11-30-2025
Finish
Section B to be completed by SUBCONTRACTORS only:
B.
Name of General or Prime Contractor
Name of Subcontractor
Subcontractor's Address Zip
Subcontractor's Telephone Number (
Subcontractor's Federal ID Number (if no Federal ID Number Owner/President's Social Security
Number)
Name of Equal Employment Officer Aaron Crane
C. Remainder of program to be completed by party completing program, either Prime or
Subcontractor
1 The Owners and/or Principals of your company:
Ethnic
Name Address Position Sex Origin
Aaron Crane 1833 120th Ave Manchester is Male white
2. 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
N/A
II. EMPLOYER'S POLICY (Please read carefully.)
A. 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.
C. 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 meat 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. Aaron Crane Construction LLC. will give training
(Name of Company)
and employment opportunities to local residents of Waterloo, Iowa, to the greatest extent
feasible.
2
III. AFFIRMATIVE ACTION
Aaron Crane Construction LLC.
A. recognizes that the
(Name of Company)
effective application of a policy of merit employment involves more than just a policy
statement, and Aaron Crane Construction LLC.
(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.
B. Aaron Crane Construction LLC. will undertake the
(Name of Company)
following six (6) steps to improve our Affirmative Action Program:
1. 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. Aaron Crane Construction LLC. 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.
Aaron Crane Construction LLC.
D. will seek qualified minority, female,
(Name of Company)
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.
E. 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.
F. Training, upgrading, promotion and transfer activities at all levels will be monitored to
ensure that full consideration has been given to qualified minority, female, and local
group employees.
Aaron Crane Construction LLC.
G. 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.
3
H.
Aaron Crane Construction LLC. 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")
1.
I"iedt Nursery
2. DHI
I. 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")
Tied Nursery
1.
2.
J. Aaron Crane Construction LLC will 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.
K. 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.
Aaron Crane Construction LLC.
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.
M. Parity figures for companies located in Waterloo are as follows:
Minority Parity = .08 (8%)
N. Aaron Crane Construction LLC.
(Name of Company)
Employment Goals:
Affirmative Action
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 20_, 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: 2 �0
*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 201_. 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).
CONTRACTOR'S TOTAL WORK FORCE
(WATERLOO)
NAME
AND
ADDRESS
JOB
CATEGORY
RACE
SEX
HOURLY
WAGE
Tarrie
Crane
1371
170th
st
Dundee
ADT/roller
operator
white
femalz
28.00
INDICATE:
DISABLED VETERAN:
VIETNAM ERA VETERAN:
HANDICAPPED:
DV
VV
H
Attachment 5
SRF Required Front -End Specifications
This form must be signed by the Prime Contractor and submitted with the bid.
PROHIBITION ON CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE
SERVICES OR EQUIPMENT
This term and condition implements 2 CFR 200.216 and is effective for obligations and expenditures of
EPA financial assistance funding on or after 8/13/2020. EPA recipients and subrecipients, including
borrowers under EPA funded revolving loan fund programs, are prohibited from obligating or expending
loan or grant funds to:
(a) Procure or obtain, extend or renew a contract to procure or obtain;
(b) Enter into a contract (or extend or renew a contract) to procure; or
(c) Obtain the equipment, services, or systems that use "covered telecommunications equipment
or services" identified in the regulation as a substantial or essential component of any system, or
as critical technology as part of any system.
Certain equipment, systems, or services, including equipment, systems, or services produced or provided
by entities subject to the prohibition are recorded in the System for Award Management exclusion list,
website: https://www.sam.gov/SAM/.
(1) As described in Public Law 115-232, section 889, covered telecommunications equipment or
services includes:
(i) Telecommunications equipment produced by Huawei Technologies Company or ZTE
Corporation (or any subsidiary or affiliate of such entities).
(ii) For the purpose of public safety, security of government facilities, physical security
surveillance of critical infrastructure, and other national security purposes, video surveillance
and telecommunications equipment produced by Hytera Communications Corporation,
Hangzhou Hikvision Digital Technology Company, or Dahua Technology Company (or any
subsidiary or affiliate of such entities).
(iii) Telecommunications or video surveillance services provided by such entities or using such
equipment.
(iv) Telecommunications or video surveillance equipment or services produced or provided by
an entity that the Secretary of Defense, in consultation with the Director of the National
Intelligence or the Director of the Federal Bureau of Investigation, reasonably believes to be
an entity owned or controlled by, or otherwise connected to, the government of a covered
foreign country.
(2) Consistent with 2 CFR 200.471, costs incurred for telecommunications and video surveillance
services or equipment such as phones, Internet, video surveillance, and cloud servers are
allowable except for the following circumstances:
(i) Obligating or expending EPA funds for covered telecommunications and video surveillance
services or equipment or services to procure (enter into, renew or extend contracts) or obtain
the equipment, services, or systems as described in 2 CFR 200.216.
I understand the above prohibitions and certify that the project will be in compliance with all the
requirements.
Aaron Crane Member Manager
Typed Name 8s Title of Authoriz epresentative
1-22-25
Signature of Authorized Representative Date
October 2022
ce
ag
fx
Wo
Z LL.
WZ
En 0Co F-
Zg
ce
O
m LL
W Z
co F.
U
W11 H
W 7
2 0
0
m
a.
..c -0 O
C c) 0)
a) a)
aEu)
•V
E
Cl
0 c 0
(0
C
C O
O Q. 4)
n U_
O '(0
(0 c)
a) 0...0
O 3
0
t3 O
.O •O •a-
> a)
o (0r
Q92
c) Q)
(0 C E E
o
a) O
(0 a) O
O o
c
O O (1,
0 4-
W O
m o (n
C
m .0
W "
+(0' m O
U
s
W =
(0
r2O
LL
C (/)/)
O
-0 O o
C
a) c, .5 N D
a)m
L
(0
Y � W
L (-1-1
o L
O
U O
C U
oc0
O U
O w C
0 E op
o'L .p
G.)W
c0 O
c
O C (0
0 c
CU c
C OL
c0
U
(0 D
a3 O
3._Q)
c
0 0
U
O CO
0
0 4-1
CO
c t
CO 0
O O Q)
E
• CL
c
0
c)
c
0
U
(a
c
O
0
L (?
LL (0
C
O (0
a) (0
c (n
U O
-p + •
c -c
(0 0
D CU
0
a)
Q a)
O O
0 �
a)•O
O O
0 c
.00)
L -2
O o
U
(0
O Co
(0
a)
E a)
>
Q a)
O U
_coo
U
•O o
U
r.
U
0-at
O
Z
0D
Q (0
� O
05
U
Z c
f-
E
Z
m
p U
m -o
W :E
a_
E
W ....
w
L
d 15
cc
w
Z
Ill N
Q
CO
W (Vo
Z 1
wo
D
m O
W
m
�U
a)
a) (0 _c
CB L c
a) O (0
E
c O
L
U_ 0 C
O
.0
C C a)
O U
0) Uaj
Q)
O _c
U C
O O O
O �
O >.
c c 0
Q) O
D U
•0 2 ms
W c L
CO 0 U
W
m (1) J
0-3 o CO
U
AN
_c'_
m
(0 0) 0
a) , Wn�
L
°)oC
O
+• t0
p
c
c0
C
O
U
CO
CO
2
(0
D
a)
cn
0
a)
(0
O
>
4-
ai
U
0)
m
L
0)
c_
15
O
L
0
(0
D
a)
a)
(0
(0
L
ity of
r to the date
c
a)
a)
O
v-
0
co
a)
.0
0
a)
.c
CT'
Q)
92
(0
O
a)
O
O
a)
C
c
0
CO
CO
U
(0
a)
O
a-.
U O
m
C O
Um
(0
r>�
O
a)
c
cn
.fl
U
O-c
a)
(0 _c
Q Oc co
Z 0. (0
O a) c)
U
m
m Q E
1 O
W c
(0
W
0_ co W
W m
Z m W
co
m )2
a)
z E�
2 O 4-0
O
9-
0
O
L
0
3 �-
m a0
> O
W
m o c
i Q) O
w 0 m0
m U .(-3W a) 0
co -o w
a) �co
_C W Q- L
c 2 N O
a a) O a
E ('
y v O
o E O, co
(0 2 OL-p
on
178) c U
C o Q) 1-
O
L
� _O U
C Q
Q)
E n co c
o O O D Q.
> 2
C) 0 0 0
O Q _
o 0)
� C
4 0
O O C
c a) Q. c
L
W -0 3'c
3 O -0 u
0 0 += .D tt
t4-
(n 0 cn n a.)
CD W •Q O 0
0.) AC- o C o
cO_U,�pb
Dh er -p
mEp
c
isted above (supported by appropriate documentation) based on overall program goals.
a)
U
(u
a)
O
c
a)
>
.5)
a)
O _o
U
(0 4-I
L
-id CD
0a)
U
a) a)
E -c
Q)
c
_cE
+• Cr)
fla)
C "c
O
. a )
U
0 O
(0 O
22 U C
L (�
Q.
O O
E
>NU
c
Q U
a) E
c
0
a)
H
C
0
Subcontractors Res
c)
C O O
D _0 C
O
a)c-
-0 O co
O Q C
V
� U (0
o ' O
UL-r
1 •U C _0
O E o c
Uv a)
W c0 -0
m >
O
Li_ C 0 Q
Dm*E 0
m Q +�
O 0 O c
a5 -0 U
O �
c .0 o '
4O O
L w •L 0_-• w
co
p -p 4
E Q„
�m
n U 1 c-
(n C O a)
o
a) C
Q (n .-
n O w W
-O >_• m
.Q
0 0 N W
a) Q) m
000�
Q. Q. 0 C
c () u) (0
O >, C -0
U CO a) C
"c'U (0
L 0 L
C 3 a)
c Y O O
0 o a) Q
c .>_
0 a) o_
(0 0 L
a) 1 a)
C -c
o O
CT a)C
(/)
_v7
E
LO.c
a) 0 +�
U' c
00
�o
c
C
C
E (6
c Ca.(0
Q E
EU
t)
w
m Y
O
WU-
a
C
0U
U a) y
was U
L
a)
0
0
a)
0
c
(0
0
0
Form CCO-4A Rev. 07-08-02
Z
0
0
UL
1-
�O
LL O
m
wo
m
Q
N•
r'r)
1/4
0)
J
c c
R3
` —
3 a)
I- o
O o_
a)
L
3
0
4--
ce
0
1-4
Z
0
03
ca
a)
0
Contractor Signature:
0
J
CO
J
a.
n.
ce
V/
0
U
Z
0
ca
cn
o dj
N
c
c
0
L 0)
O
U 1
4.a coc
o U
o
.O
W a)
co U
c
Q
m E sU
� U
>i yNL
o
� o
Q o
0)
' L a)
1 U
)
(6
(75
C L
.= O
m U
w
0
WWco 0
L a
0 (23
U
C
3 Et?
o +'
L
w U
o Y
IL.
- (n
:E .2
c
O O
C Co
0
U
(� (D
c
O (1
CD O (0
% a)
a)U Q.
> 0
O > O
O O
�O o _c
> Q 0
O .W O
a L
4
Q) O468
O
Q)
• O tt
P c Q)
c O
O -c o
w
_oc 1-
(n 0 4—
� E5
L -1 5a
D D
O cmc
C L a
L'
L D
a) o C
O O D
c
— O
L Q)
5 'D C
CE D�
0 •�
a).2 orn
L U N
j t O
O O >'
0
m
1
0. 0
co
z
Liu 0
W
ea u)
z o-
I
O in
V/ W
® P
�' W
Q
2N
Ids M
o WW
z m
U.
LLI • LLI
�2
{_
c-.
r Amount
he Subcont
Received
"v
clzi
cir \
_`V
V
ntacted
►ates
dtacted
NA
j'..j.,
‹..)
J
N
ntract
(Form CCO-4) Rev. 06-20-02
LETTER TO BE USED WHEN SOLICITING FOR
SUBCONTRACTOR QUOTES
Subcontractor Company Name
Address
RE: Contract No.: l/ (O�-
1
Dear bedfrAtcleri
4tcui&e trzolirdG/.Is tL1
ime Contracors Com anName Is resently soliciting for the following work in connection with the
p ) P
above referenced project.
(Insert bid Rem Nos. and Description of Work)
3 6-- c
(Prime Contractor's Company Name) is an Equal Opportunity Employer, and all qualified bidders will not
be discriminated against due to race, religion, color, sex, or origin.
If interested in bidding your proposal must be turned in to this office by
5:00
Sincerely,
�nz
ime)
(Prime Contractor's Representative)
Form CCO- 3 (11/28/2001)
MBE/WBE PARTICIPATION
AECOM #60680939
and
(Date)
M-4 of 7 Sunnysfdo Crook Improvements
City Contract No. 1062 Waterloo, Iowa
SUBCONTRACTOR'S BID REQUEST FORM
PRIME BIDDER'S LETTERHEAD
Contract No.: /1262-_
Letting Date:
I, (subcontractor's name), hereby attest that I have been solicited for a bid on (project name) in the area
of (description of work and bid item no.),
(Prime contractor) has informed me that if I am interested in bidding, a subcontracting bid proposal must
be submitted to the company office by (date) and (time).
1-71- ZotSe
elk vise( , Lrb
Subcontractor's Comp9 y Name
Date Subcontractor's Signature
7-22-2 5-
Date Prime Bidder's Signature
MBE/WBE PARTICIPA1 ION
AECOM 1/60680939
M-3 of 7 Sunnystdo Creak Improvements
City Contract No. 1062 Waterloo, Iowa
INFORMATION NEEDLD
FOR
IOWA CONSTRUCTION SALES TAX EXEMPTION CERTIFICATE
CONTRACTOR NAME: Aaron Crane Construction LLC.
1833 120Th Ave Manchester Is. 52057
ADDRESS:
(Check One)
X
PRIME
SUBCONTRACTOR
FEDERAL ID#: 27-211-1237
PROJECT NAME: Sunny Side Creek Improvements Wet Detention Pond & Channel Stabilization Project
PROJECT CONTRACT NO.: 1062
DESCRIPTION OF WORK:
❑ Brickwork
❑ Carpentry
❑ Concrete
❑ Drywall -Plaster -Insulation
❑ Electrical
❑ Excavation/Grading
❑ Flooring
❑ Heavy Construction
❑ Heating -Ventilating -Air Cond
SALES TAX EXEMPTION CERT
AECOM 460680939
STE-1 of 1
❑ Landscaping
❑ Painting
❑ Paving
❑ Plumbing
❑ Roofing -Siding -Sheet Metal
❑ Windows
❑ Wrecking -Demolition
❑ Other (Please specify)
Sunnyside Creek Improvements
City Contract No. 1062 Waterloo, Iowa
My commission expires
NON -COLLUSION AFFIDAVIT OF PRIME BIDDER
State of
,,� r )ss
County of DELP V v R L )
ARRON C24 E
, being first duly sworn, deposes and says that:
1 He is (Owner, Partner, Officer, Representative, or Agent) , of AMIN
C.ALA1\% . Q &SIVALTIOt4 LUCA the Bidder that has submitted the attached Bid;
2. He is fully informed respecting the preparation and contents of the attached Bid and of all
pertinent circumstances respecting such Bid;
3. Such Bid is genuine and is not a collusive or sham Bid;
4. Neither the said Bidder nor any of its officers, partners, owners, agents, representatives,
employees, or parties in interest, including this affiant, has in any way colluded, conspired,
connived or agreed, directly or indirectly, with any other Bidder, firm or person to submit a
collusive or sham Bid in connection with the Contract for which the attached Bid has been
submitted or to refrain from bidding in connection with such Contract, or has in any manner,
directly or indirectly, sought by agreement or collusion or communication or conference with any
other Bidder, firm or person to fix the price or prices in the attached Bid or of any other Bidder, or,
to fix any overhead, profit or cost element of the bid price or the bid price of any other Bidder, or
to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage
against the City of Waterloo, Iowa, or any person interested in the Proposed Contract; and
5. The price or prices quoted in the attached Bid are fair and proper and are not tainted by any
collusion, conspiracy, connivance or unlawful agreement on the part of the Bidder or any of its
agents, representatives, owners, employees, or pasties in interest, including this affiant.
(Signed)
Title
Subscribed and sworn to before me this 12SCI day of NN J f?...' , 2025
C1ommerckxl s (19 anti in -ASSOC)oJ-e
Title
3 - War) curtAA,tiviA-
esitir
/OWN
ANGELA K WENDT
Commission Number 824418
My Commission Expires
3 - 20.2-O24
NON -COLLUSION AFFIDAVITS
AECOM 1160680939
NCA-1 of 2 Sunnyside Creek Improvements
City Contract No. 1062 Waterloo, Iowa
STATEMENT OF BIDDER'S QUALIFICATIONS
(To be submitted by the Bidder only upon the specific request of the City of Waterloo, Iowa.)
All questions must be answered and the date given must be clear and comprehensive. This statement
must be notarized. If necessary, questions may be answered on separate attached sheets. The Bidder
may submit any additional information he desires.
1. Name of bidder. Aaronn Crane Construction LLC
2. Permanent main office address. 1833 120th Ave Manchester la.
3. When organized. 1-1-2009
4. If a corporation, when incorporated. none
5. How many years have you been engaged in the contracting business under your present firm or
trade name? 15+ years of experience in contracting
6. Contracts on hand: (Schedule these, showing amount of each contract and the appropriate
anticipated dates of completion.) Polk County Consevation $531,000 3-1-25
7. General character of work performed by your company. Mass grading & Underground utilities
8. Have you ever failed to complete any work awarded to you? If so, where and why? no
9. Have you ever defaulted on a contract? If so, where and why? no
10. List the more important projects recently completed by your company, stating the approximate
cost for each, and the month and year completed. McFaland Park 1.2 mill 2-24 Dotson wetland 730,0012-24
Helland Wetland 530,00 8-24 Iowa DNR 91,000 11-24
11. List your major equipment available for this contract.
3 Excavators 4-45 ton articulated dump trucks- 2 GPS Dozers & 2 motor scrapers
12. Experience in construction work similar in importance to this project.
13. Background and experience of the principal members of your organization, including the officers. skilled labor &
14. Credit available: $ 016020,0 00
15. Give bank reference:
all employees are veteran operators
ert
Farmers Merchant/ KiehlI a ert 4_MIitte 2,
16. Will you, upon request, fill out a detailed financial statement and furnish any other information that
may be required by the City of Waterloo, Iowa? yes
17. The undersigned hereby authorizes and requests any person, firm, or corporation to furnish any
information requested by the City of Waterloo, Iowa, in verification of the recitals comprising this
Statement of Bidder's Qualifications.
STATEMENT OF BIDDER'S QUALIFICATIONS
AECOM #60680939
SBQ-1 OF 2 Sunnyside Creek Improvements
City Contract No. 1062 Waterloo, Iowa
Dated at -SAN v Pte-t4 , this 23vci day of S ptW U LI , 202B.
S:39 AM
(Name of Bidder)
By:
'4 f /vlZiZ it(
Title: gteip%c-ereV
State of TOW A )
ss:
County ofWA
APRW \ , being duly sworn deposes and says that he is
MrtNPG'2NG f fE-Mite of ► r1' ,N C, t && Ca1SlieTION L.L.0
(Name of Organization)
and that the answers to the foregoing questions and all statements therein contained are true and correct.
Subscribed and sworn to before me this 2,31rd day of -31fR U Pt / , 20 25 .
My commission expires
A(a)CW`e Wkfa
Notary Publ c
N aY Cln 20 , 2024p.
2
/OWA
ANGELA K WENDT
Commission Number 824418
My Commission Expires
STATEMENT OF BIDDER'S QUALIFICATIONS
AECOM #60680939
SBQ-2 OF 2 Sunnyslde Creek Improvements
City Contract No. 1062 Waterloo, Iowa
BID BOND
KNOW ALL MEN BY THESE PRESENTS, that we, Aaron Crane Construction, LLC
as Principal, and Old Republic Surety Company
as Surety are held and firmly bound unto the CITY OF WATERLOO , Iowa, hereinafter called
"OWNER." In the penal sum Ten Percent (10%) of the Total Bid Amount
Dollars ($ ) 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 23rd day of
January , 2025, for SUNNYSIDE CREEK IMPROVEMENTS WET DETENTION POND AND CHANNEL STABILIZATION
PROJECT - City Contract No. 1062
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 23rd day of January , A.D. 2025 .
EY&Mt
WIT ess
BID BOND
AECOM #60680939
Aaron Crane Construction, LLC
By
(Seal)
Old Republic Surety Company (Seal)
Surety��
By
chary Mattel,Attorney-in-fact
BB-1 OF 1
City Contract No. 1062
Sunnyside Creek Improvements
Waterloo, Iowa
*' * * *
* *
t OLD REPUBLIC SURETY COMPANY
*****
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That OLD REPUBLIC SURETY COMPANY, a Wisconsin stock insurance corporation, does make, constitute and
appoint: Zachary Mefferd, Zachary Matter, Havilah Watson, Jimmy L. Brown, Shannon L. Cox, Tina Bockholt, Kamri Wolfe
of West Des Moines, IA
its true and lawful Attorney(s)-in-Fact, with full power and authority for and on behalf of the company as surety, to execute and
deliver and affix the seal of the company thereto (if a seal is required), bonds, undertakings, recognizances or other written obligations in the nature thereof,
(other than bail bonds, bank depository bonds, mortgage deficiency bonds, mortgage guaranty bonds, guarantees of installment paper and note
guaranty bonds, self-insurance workers compensation bonds guaranteeing payment of benefits, or black lung bonds), as follows:
ALL WRITTEN INSTRUMENTS
and to bind OLD REPUBLIC SURETY COMPANY thereby, and all of the acts of said Attorneys -in -Fact, pursuant to these presents, are ratified and confirmed.
This appointment is made under and by authority of the board of directors at a special meeting held on February 18, 1982.
This Power of Attorney is signed and sealed by facsimile under and by the authority of the following resolutions adopted by the board of directors of the OLD
REPUBLIC SURETY COMPANY on February 18,1982.
RESOLVED that, the president, any vice-president or assistant vice president, in conjunction with the secretary or any assistant secretary, may appoint
attorneys -in -fact or agents with authority as defined or limited in the instrument evidencing the appointment in each case, for and on behalf of the company to
execute and deliver and affix the seal of the company to bonds, undertakings, recognizances, and suretyship obligations of all kinds; and said officers may
remove any such attorney -in -fact or agent and revoke any Power of Attorney previously granted to such person.
RESOLVED FURTHER, that any bond, undertaking, recognizance, or suretyship obligation shall be valid and binding upon the Company
(i) when signed by the president, any vice president or assistant vice president, and attested and sealed (if a seal be required) by any secretary or assistant
secretary; or
(ii) when signed by the president, any vice president or assistant vice president, secretary or assistant secretary, and countersigned and sealed (if a seal be
required) by a duly authorized attorney -in -fact or agent; or
(iii) when duly executed and sealed (if a seal be required) by one or more attorneys -in -fact or agents pursuant to and within the limits of the authority
evidenced by the Power of Attorney issued by the company to such person or persons.
RESOLVED FURTHER that the signature of any authorized officer and the seal of the company may be affixed by facsimile to any Power of Attorney or
certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the company; and such
signature and seal when so used shall have the same force and effect as though manually affixed.
IN WITNESS WHEREOF, OLD REPUBLIC SURETY COMPANY has caused these presents to be signed by its proper officer, and its corporate seal to be
affixed this
25th
Ass ant Secreta
day of
STATE OF WISCONSIN, COUNTY OF WAUKESHA - SS
On this 25th day of July , 2024 , personally came before me, Alan Pavlic
and Karen J Haffner , to me known to be the individuals and officers of the OLD REPUBLIC SURETY COMPANY
who executed the above instrument, and they each acknowledged the execution of the same, and being by me duly sworn, did severally depose and say: that
they are the said officers of the corporation aforesaid, and that the seal affixed to the above instrument is the seal of the corporation, and that said corporate seal
and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority of the board of directors of said corporation.
July 2024
`\``."�`GmSUntl.,.
tv i coe'0R4re �.
=g' SEAL>
OLD REPUBLIC SURETY COMPANY
President
CERTIFICATE
el<ollopt‘soiet.
Notary Public
My Commission Expires: September 28, 2026
(Expiration of notary's commission does not invalidate this instrument)
I, the undersigned, assistant secretary of the OLD REPUBLIC SURETY COMPANY, a Wisconsin corporation, CERTIFY that the foregoing and attached
Power of Attorney remains in full force and has not been revoked; and furthermore, that the Resolutions of the board of directors set forth in the Power of
Attorney, are now in force.
40-0605
ORSC 22262 (3-06)
.P
Q
� �% �oRron�r� \ p
&; SEAL
..:,, a. z.T.
Signed and sealed at the City of Brookfield, WI this day of v vvutairy ,
01° 2.-se
Assis Veit Secreta
Zip Bonds, LLC.