HomeMy WebLinkAboutPeterson Contractors, Inc.Aid 00:1 :atu!1 P!9
Z
co
m
n
7
0
D^
V ,
0
I
0
co
0
c
3
vim„
re 0-
CD 3 CD
O tD
3 �
3
QO
m
0
3
m
WV
EZERSON
laONZRACZORS
u\t.
BOX A
REINBECK, IOWA 50669-0155
Sunnyside Creek Improvements
Wet Detention Pond & Channel
Stabilization Project
City of Waterloo, IA
Bid Date: 1-23-25
Bid Time: 1:00 PM
Bid Proposal
= r.
n
ast
L
tet'�
ice'=
yv
a a
;ale
I
•
h
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:
Attachment 2:
Attachment 3:
Attachment 4:
Attachment 5:
October 2022
Certification of Non -Segregated Facilities Form
Statement in Advertisement for Bids on Debarment and
Suspension/Certification Regarding Debarment and
Suspension Form
SRF
STATE
REVOLVING FUND
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
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.iowasri.00m
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).
Z3
Signature lat
Chris Fleshner - Project Estimator / Manager
Name and Title of Signer (Please Type)
NOTE: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001.
EPA-7 5720-4.2
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.
Chris Fleshner - Project Estimator / Manager
Typed Name-& Title o Authorized Representative
n3 r
Signature of Authorized Representative D to
I 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 which 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 in 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
opportunity. 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 assign 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
u nder the Contractor's EEO policies and affirmative action obligations.
October 2022
8. Contractors are encouraged to participate in voluntary associations which assist in
fulfilling one or more of their affirmative action obligations (7a through p). The efforts of a
contractor association, joint contractor -union, contractor -community, or other similar group of
which the contractor is a member and participant, may be asserted as fulfilling any one or more
of its obligations under 7a through p of these Specifications provided that the contractor actively
participates in the group, makes every effort to assure that the group has a positive impact on
the employment of minorities and women in the industry, ensures that the concrete benefits of
the program are reflected in the Contractor's minority and female workforce participation, makes
a good faith effort to meet its individual goals and timetables, and can provide access to
documentation which demonstrates the effectiveness of actions taken on behalf of the
Contractor. The obligation to comply, however, is the Contractor's and failure of such a group to
fulfill an obligation shall not be a defense for the Contractor's noncompliance.
9 A single goal for minorities and a separate single goal for women have been established.
The Contractor, however, is required to provide equal employment opportunity and to take
affirmative action for all minority groups, both male and female, and all women, both minority
and non -minority. Consequently, the Contractor may be in violation of the Executive Order if a
particular group is employed in a substantially disparate manner (for example, even though the
Contractor has achieved its goals for women generally, the Contractor may be in violation of the
Executive Order if a specific minority group of women is underutilized).
10. The Contractor shall not use the goals and timetable or affirmative action standards to
discriminate against any person because of race, color, religion, sex, or national origin.
11. The Contractor shall not enter into any Subcontract with any person or firm debarred
from Government contracts pursuant to Executive Order 11246.
12. The Contractor shall carry out such sanctions and penalties for violation of these
specifications and of the Equal Opportunity Clause, including suspension, termination and
cancellation of existing subcontracts as may be imposed or ordered pursuant to Executive
Order 11246, as amended, and its implementing regulations, by the Office of Federal Contract
Compliance Programs. Any Contractor who fails to carry out such sanctions and penalties shall
be in violation of these specifications and Executive Order 11246, as amended.
13. The Contractor, in fulfilling its obligations under these specifications, shall implement
specific affirmative action steps at least as extensive as those standards prescribed in
paragraph 7 of these specifications so as to achieve maximum results from its efforts to ensure
equal employment opportunity. If the Contractor fails to comply with the requirements of the
Executive Order, the implementing regulations, or these specifications, the Director shall
proceed in accordance with 41 CFR 60-4.8.
14. The Contractor shall designate a responsible official to monitor all employment related
activity to ensure that the company EEO policy is being carried out, to submit reports relating to
the provisions hereof as may be required by the Government and to keep records. Records
shall at least include for each employee the name, address, telephone numbers, construction
trade, union affiliation if any, employee identification number when assigned, social security
number, race, sex, status (e.g., mechanic, apprentice, trainee, helper, or laborer), dates of
changes in status, hours worked per week in the indicated trade, rate of pay, and locations at
which the work was performed. Records shall be maintained in an easily understandable and
retrievable form; however, to the degree that existing records satisfy this requirement,
contractors shall not be required to maintain separate records.
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
N on-SMSA
Counties 0.5
IA Allamakee, IA Clayton, IA Delaware, IA, Jackson IA, Winneshiek
099 Davenport Rock Island Moline, IA -IL:
S MSA Counties:
1960 Davenport Rock Island Moline, IA -IL
IL Henry, IL Rock Island Moline, IA Scott
4.6
N on-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:
S MSA Counties:
1360 Cedar Rapids, IA 1.7
IA Linn
N on-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
Non-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:
SMSA 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
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.
understand the above prohibitions and certify that the project will be in compliance with all the
requirements.
Chris Fleshner - Project Estimator / Manager
Typed Name Title of Authorized Representative
Signature of Aut orized Representative Date
October 2022
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.
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
$ 60.00
$ 21,612.00
2
2010-B
CLEARING
AND
GRUBBING
ACRE
1.7
$4, 500.00
$ 7,650.00
3
2010-D-1
TOPSOIL
ON
-SITE
CY
49,500.0
$ 4.50
$ 222,750.00
4
2010-E
EXCAVATION,
CLASS
10
CY
140,
000.0
$ 2.35
$ 329,000.00
5
2010-E
EXCAVATION,
BOULDERS
FRAGMENTS
AND
CLASS
ROCK
12,
CY
1000.00
$ 10.00
$
10,000.00
6
6
2010-E
CHANNEL
13
EXCAVATION,
CLASS
CY
1,010.0
$
19.50
$ 19, 695. 00
7
2010-G
SUBGRADE
POND
CLAY
PREPARATION,
MATERIAL
WET
SY
19,800.0
$
1.25
$ 24,750.00
8
8
2010-1
SUBGRADE
GEOGRID,
TYPE
TREATMENT,
1
SY
2,000.0
$ 2.50
$ 5,000.00
9
9
4010-A-1
SANITARY
MAIN,
8"
TRENCHED,
SEWER
GRAVITY
PVC
TRUSS,
LF
539.0
$
130.00
$ 70,070.00
10
4010-A-1
SANITARY
MAIN,
10"
TRENCHED,
SEWER
GRAVITY
PVC
TRUSS,
LF
1,323.0
$
142.50
$
188,527.50
11
4010-H
REMOVAL
SEWER,
OF
PVC,
SANITARY
8-10"
LF
1,530.0
$ 40.00
$ 61,200.00
12
4020-A-1
STORM
RCP,
CLASS
SEWER,
III,
48"
TRENCHED,
LF
83.0
$ 300.00
$ 24,
900. 00
FORM OF BID
AECOM #60680939
FB-1 of 5
City Contract No. 1062
Sunnyside Creek Improvements
Waterloo, lowa
ITEM
EST.
UNIT
BID
TOTAL
BID
NO.
ITEM
CODE
ITEM
UNIT
QTY.
PRICE
PRICE
13
4020-D
REMOVAL
RCP,
12"
OF
STORM
SEWER,
LF
10.0
$
17.50
$
175.00
14
4020-D
REMOVAL
RCP,
18"
OF
STORM
SEWER,
LF
6.0
$
17 .50
$
105.00
15
4020-D
REMOVAL
RCP,
24"
OF
STORM
SEWER,
LF
52.0
$
17.50
$ 910.00
16
4020-D
REMOVAL
RCP,
36"
OF
STORM
SEWER,
LF
47.0
$
40.00
$
1,880.00
17
4030-B
12"
RCP
APRON,
4030.222
EACH
1.0
$
1,
7 5 0 . 0 0
$
1,750.00
18
4030-B
18"
RCP
APRON,
4030.222
EACH
1.0
$ 2
,
10 0 . 0 0
$ 2,100.00
19
IDOT
2416
REMOVE
CONCRETE
AND
PIPE
REINSTALL
APRON,
36"
EACH
1.0
$
1,
350 . 00
$
1,350.00
20
IDOT
2416
REMOVE
CONCRETE
AND
PIPE
REINSTALL
APRON,
48"
EACH
1.0
$1,
800 . 00
$
1,800.00
21
4030-C
FOOTING
APRON,
RCP,
FOR
36"
CONCRETE
PIPE
EACH
1.0
$2,
400
. 00
$ 2,400.00
22
4030-C
FOOTING
APRON,
RCP,
FOR
48"
CONCRETE
PIPE
EACH
1.0
$ 3,
150
. 00
$ 3,150.00
23
6010-A
MANHOLE,
SW-301,
48"
SANITARY
SEWER,
EACH
4.0
$7,
000. 00
$ 28, 000. 00
24
6010-A
MANHOLE,
SW-303,
48"
SANITARY
SEWER,
EACH
1.0
$ 7,
500
. 00
$ 7,500.00
25
6010-B
INTAKE,
6010.513
EACH
1.0
$11,
5 0 0. 0
0$
11,500.00
26
6010-C-1
INTERNAL
8"
DROP
CONNECTION,
EACH
1.0
$ 3,
000 . 00
$ 3, 000. 00
27
6010-F-1
MANHOLE
MAJOR
ADJUSTMENT,
EACH
1.0
$ 2,
850 . 0C
$ 2,850.00
28
6010-G-1
CONNECTION
SANITARY
MANHOLE
TO
EXISTING
EACH
2.0
$ 2,
750 . 0c
$ 5,500.00
29
IDOT
2403
STAGED
OUTLET/RCB
DETENTION
MODIFICATIONS
BASIN
EACH
1.0
$ 40,
000. 00$
40,000.00
30
TECHNICAL
CONCRETE
REPAIR
REPAIR
-
RCB
JOINT
LF
32.0
$ 680.00
$ 21,760.00
31
IDOT
2426
CONCRETE
SPALLING
REPAIR
REPAIR
-
RCB
SF
30.0
$ 322.50
$ 9,675.00
32
6010-H-1
REMOVE
48"
SANITARY
MANHOLE,
EACH
4.0
$1,
200. 00
$ 4,800.00
33
6020-A-3
URETHANE
CHIMNEY
SEAL
EACH
4.0
$1,
200. 00
$ 4, 800. 00
34
7080-B
ENGINEERING
FABRIC
SY
57.3
$ 2.50
$
143.25
35
9010-A-2
SWPPP
MANAGEMENT
LS
1.0
$4,
200. 00
$ 4,200.00
36
9010-B
HYDRAULIC
FERTILIZING,
TYPE
2
SEEDING,
AND
MULCHING,
ACRE
2.4
$2, 500. 00
$ 6,000.00
37
9010-B
HYDRAULIC
FERTILIZING,
TYPE
3
SEEDING,
AND
MULCHING,
ACRE
11.4.0
$2,
150. 00
$ 24,
510.
00
38
9010-B
HYDRAULIC
FERTILIZING,
TYPE
5
(MODIFIED)
SEEDING,
AND
MULCHING,
ACRE
16.5
$1,
500 . 00
$ 24,750.00
FORM OF BID
AECOM 460680939
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,
120
. 00
$ 8,424.00
40
9010-D
WATERING
MGAL
200.0
$ 25.00
$ 5,000.00
41
9010-E
WARRANTY
LS
1.0
$ 5, 0 0
0. 0 0
$ 5,000.00
42
9030-B
PLANTS
SHADE
REFERENCE
TREES,
WITH
NOTES
WARRANTY,
1.5"
(SEE
FOR
EST.
TYPE)
EACH
36.0
$ 390.00
$
14,
040. 00
43
9040-E
TEMPORARY
RECP,TYPE
2B
SY
36,600.0
$
1.80
$ 65,880.00
44
IDOT
2601
TURF
TYPE
REINFORCEMENT
2
MAT,
SQ
400.0
$ 44.00
$
17,600.00
45
9040-F-1
WATTLE,
12"
LF
1,200.0
$
2.05
$ 2,460.00
46
9040-F-2
WATTLE,
REMOVAL
LF
1,200.0
$
0.01
$
12.00
47
9040-J
RIP
RAP,
CLASS
E
REVETMENT
TON
67.0
$ 55.00
$ 3,
685. 00
48
9040-N-1
SILT
FENCE
LF
4,830.0
$
1.80
$ 8,
694
. 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
$ 27.50
$
13,750.00
52
IDOT
2602
OPEN
SEDIMENT
-THROAT
FILTER,
CURB
EC-602
INTAKE
LF
8.0
$ 25.00
$
200.00
53
IDOT
2602
MAINTENANCE
THROAT
SEDIMENT
CURB
FILTER
OF
INTAKE
OPEN-
EACH
2.0
$
0.01
$
0.02
54
IDOT
2602
REMOVAL
CURB
INTAKE
OF
OPEN
SEDIMENT
-THROAT
FILTER
EACH
2.0
$
0.01
$
0.02
55
IDOT
2507
REVETMENT,
REPLACE
REMOVE
AND
CY
200.0
$
27.50
$
5,500.00
56
TECHNICAL
FLEXAMAT
SPILLWAY
PLUS,
FOREBAY
SF
15,120.0
$
6.85
$
103,572.00
57
IDOT
2519
FENCE,
HEIGHT
CHAIN
LINK,
72
IN.
LF
1,660.0
$
21.00
$ 34,
860.00
58
9060-108E
REMOVAL
OF
FENCE
LF
1,660.0
$
5.00
$
8,300.00
59
9080-B
HANDRAIL,
GALVANIZED
STEEL
LF
30.7
$ 510.00
$
15,657.00
60
11020-A
MOBILIZATION
LS
1.0
$50, 000
. 0
3 $ 50,000.00
61
11050-A
CONCRETE
WASHOUT
LS
1.0
$1,
750 . 00
$
1,750.00
62
TECHNICAL
INFORMATIONAL
SIGNAGE
LS
1.0
$1,
500 . 00
$
1,500.00
TOTAL
BID
AMOUNT
$1,
565, 743.39
Please see the attached Itemized Cost Report for Clarification.
FORM OF BID
AECOM #60680939
FB-3 of 5 Sunnyside Creek Improvements
City Contract No. 1062 Waterloo, Iowa
2. It is understood that the quantities set forth are approximate only and subject to variation and that the
unit bid price for the work done shall govern in the actual payment to Contractor.
3. In submitting this bid, the bidder understands that the right is reserved by the City of Waterloo, Iowa,
to reject any or all bids If written notice of the acceptance of this bid is mailed, telegraphed, or
delivered to the undersigned within thirty (30) days after the opening thereof, or at any time thereafter
before this bid is withdrawn, the undersigned agrees to execute and deliver an agreement in the
prescribed form and furnish the required bond and certificate of the insurance within ten (10) days
after the agreement is presented to him for signature, and start work within ten (10) days after
"Notice to Proceed" is issued.
4. Security in the sum of 5% Bid Bond
Dollars ($ ) in the form of
Bid Bond , is submitted herewith in accordance with the INSTRUCTIONS TO
BIDDERS.
5. Attached hereto is a Non -Collusion Affidavit of Prime Contractor.
6. Attached hereto is a Bidder Status Form indicating Resident Bidder Certification ( X ), 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. 1 Date 1-10-25
2 1-17-25
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
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.
Peterson Contractors, Inc. 1-23-25
BY:
ame of Bidder) (Date)
itle Project Estimator / Manager
Official Address: (Including Zip Code):
104 Black Hawk St., P.O. Box A
Reinbeck, IA 50669
I.R.S. No. 42-0921654
FORM OF BID
AECOM 1160680939
FB-5 of 5 Sunnyside Creek Improvements
City Contract No. 1062 Waterloo, Iowa
NON -COLLUSION AFFIDAVIT OF PRIME BIDDER
State of
County of S nA,
)ss
Chris Fleshner , being first duly sworn, deposes and says that:
1 He is (Owner, Partner, Officer, Representative, or Agent) , of Peterson Contactors, Inc.
, 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, • p ies ' i erest, including this affiant.
(Signed)
Project Estimator / Manager
Subscribed and sworn to before me this
My commission expires
Lti
?UkJ
Title
day f (l Du'1b(-ar-1/' , 20 ZS—
Title
lt as JENNIFER R. WISSLER
F~ F Commission Number 761292
• My Commission Expires
January 4, 2028
ttF T---Oastocir
NON -COLLUSION AFFIDAVITS
AECOM #60680939
NCA-1 of 2 Sunnyside Creek Improvements
City Contract No. 1062 Waterloo, Iowa
ITEMS OF POTENTIAL MBE/WBE PARTICIPATION
NOTICE TO PROSPECTIVE BIDDERS:
The following items from the SUNNYSIDE CREEK IMPROVEMENTS WET DETENTION POND AND
CHANNEL STABILIZATION PROJECT, Contract No. 1062, have a potential for MBE/WBE
Participation. This listing, however, is not intended to be all encompassing or to preclude MBE/WBE
Contractors from bidding on any items of the Proposal as a Subcontractor or the entire Proposal as a
Prime Contractor.
ITEM
NO.
SPEC
SECTION
ITEM
8
4010-A-1
SANITARY
SEWER
GRAVITY
MAIN,
TRENCHED,
PVC
TRUSS,
8"
9
4010-A-1
SANITARY
SEWER
GRAVITY
MAIN,
TRENCHED,
PVC
TRUSS,
10"
10
4010-H
REMOVAL
OF
SANITARY
SEWER,
PVC,
8-10"
11
4020-A-1
STORM
SEWER,
TRENCHED,
RCP,
CLASS
III,
48"
12
4020-D
REMOVAL
OF
STORM
SEWER,
RCP,
12"
13
4020-D
REMOVAL
OF
STORM
SEWER,
RCP,
18"
14
4020-D
REMOVAL
OF
STORM
SEWER,
RCP,
24"
15
4020-D
REMOVAL
OF
STORM
SEWER,
RCP,
36"
16
4030-B
12"
RCP
APRON,
4030.222
17
4030-B
18"
RCP
APRON,
4030.222
18
IDOT
2416
REMOVE
AND
REINSTALL
CONCRETE
PIPE
APRON,
36"
19
IDOT
2416
REMOVE
AND
REINSTALL
CONCRETE
PIPE
APRON,
48"
20
4030-C
FOOTING
FOR
CONCRETE
PIPE
APRON,
RCP,
36"
21
4030-C
FOOTING
FOR
CONCRETE
PIPE
APRON,
RCP,
48"
22
6010-A
MANHOLE,
SANITARY
SEWER,
SW-301,
48"
23
6010-A
MANHOLE,
SANITARY
SEWER,
SW-303,
48"
24
6010-B
INTAKE,
6010.513
25
6010-C-1
INTERNAL
DROP
CONNECTION,
8"
26
6010-F-1
MANHOLE
ADJUSTMENT,
MAJOR
27
6010-G-1
CONNECTION
TO
EXISTING
SANITARY
MANHOLE
28
IDOT
2403
STAGED
DETENTION
BASIN
OUTLET/RCB
MODIFICATIONS
29
TECHNICAL
CONCRETE
REPAIR
-
RCB
JOINT
REPAIR
30
IDOT
2426
CONCRETE
REPAIR
-
RCB
SPALLING
REPAIR
31
6010-H-1
REMOVE
SANITARY
MANHOLE,
48"
32
6020-A-3
URETHANE
CHIMNEY
SEAL
33
7080-B
ENGINEERING
FABRIC
34
9010-A-2
SWPPP
MANAGEMENT
35
9010-B
HYDRAULIC
SEEDING,
FERTILIZING,
AND
MULCHING,
TYPE
2
36
9010-B
HYDRAULIC
SEEDING,
FERTILIZING,
AND
MULCHING,
TYPE
3
37
9010-B
HYDRAULIC
(MODIFIED)
SEEDING,
FERTILIZING,
AND
MULCHING,
TYPE
5
38
9010-108B
HYDRAULIC
SEEDING,
FERTILIZING,
AND
MULCHING,
WETLAND
39
9010-D
WATERING
40
9010-E
WARRANTY
MBE/WBE PARTICIPATION
AECOM #60680939
M-1 of 7
City Contract No. 1062
Sunnyside Creek Improvements
Waterloo, Iowa
ITEM
NO.
SPEC
SECTION
ITEM
41
9030-B
PLANTS
NOTES
FOR
WITH
TYPE)
WARRANTY,
SHADE
TREES,
1.5"
(SEE
EST.
REFERENCE
42
9040-E
TEMPORARY
RECP,TYPE
2B
43
IDOT
2601
TURF
REINFORCEMENT
MAT,
TYPE
2
44
9040-F-1
WATTLE,
12"
45
9040-F-2
WATTLE,
REMOVAL
46
9040-J
RIP
RAP,
CLASS
E
REVETMENT
47
9040-N-1
SILT
FENCE
48
9040-N-2
SILT
FENCE,
REMOVAL
OF
SEDIMENT
49
9040-N-3
SILT
FENCE,
REMOVAL
OF
DEVICE
50
9040-0-2
STABILIZED
CONSTRUCTION
ENTRANCE
51
IDOT
2602
OPEN
-THROAT
CURB
INTAKE
SEDIMENT
FILTER,
EC-602
52
IDOT
2602
MAINTENANCE
OF
OPEN
-THROAT
CURB
INTAKE
SEDIMENT
FILTER
53
IDOT
2602
REMOVAL
OF
OPEN
-THROAT
CURB
INTAKE
SEDIMENT
FILTER
54
IDOT
2507
REVETMENT,
REMOVE
AND
REPLACE
55
TECHNICAL
FLEXAMAT
PLUS,
FOREBAY
SPILLWAY
56
IDOT
2519
FENCE,
CHAIN
LINK,
72
IN.
HEIGHT
57
9060-108E
REMOVAL
OF
FENCE
58
11020-A
MOBILIZATION
59
11050-A
CONCRETE
WASHOUT
60
TECHNICAL
INFORMATIONAL
SIGNAGE
MBE/WBE GOALS FOR THIS PROJECT
IMPORTANT: Prime Contract Bidders should be aware that ten percent (10%) MBE goal and a two
percent (2%) WBE goal is attached to this project. "Certified Return Receipt" letters are no longer needed
with the bid showing proof of contacting MBE or WBE Subcontractors, but the Pre -Bid Contact
Information Form must be filled out completely.
City of Waterloo Contract Compliance Officer:
Contract Compliance Officer
Community Development Board
Carnegie Annex, Suite 202
620 Mulberry Street
Waterloo, IA 50703
Phone: (319) 291-4429
MBE/WBE PARTICIPATION
AECOM #60680939
M-2 of 7 Sunnyside Creek Improvements
City Contract No. 1062 Waterloo, Iowa
Contract No.:
SUBCONTRACTOR'S BID REQUEST FORM
PRIME BIDDER'S LETTERHEAD
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).
Subcontractor's Company Name
Date Subcontractor's Signature
Date Prime Bidder's Signature
MBE/WBE PARTICIPATION
AECOM #60680939
M-3 of 7 Sunnyside Creek Improvements
City Contract No. 1062 Waterloo, Iowa
LETTER TO BE USED WHEN SOLICITING FOR
SUBCONTRACTOR QUOTES
Subcontractor Company Name
Address
RE: Contract No.:
Dear .
(Prime Contractor's Company Name) is presently soliciting for the following work in connection with the
above referenced project.
(Insert bid Item Nos. and Description of Work)
(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 and
(Date)
•
(Time)
Sincerely,
(Prime Contractor's Representative)
Form CCO- 3 (11 /28/2001)
MBE/WBE PARTICIPATION
AECOM #60680939
M-4 of 7 Sunnyside Creek Improvements
City Contract No. 1062 Waterloo, Iowa
LETTER OF INTENT TO BID
(MBE/WBE LETTER)
According to the Current MBE/WBE Contract Compliance Program - 2002, all MBE/WBE Contractors
interested in submitting subcontractor quotes on construction projects with goals, MUST submit a
LETTER OF INTENT TO BID to the City of Waterloo Contract Compliance Officer at least seven (7) days
prior to bid opening.
The LETTER OF INTENT TO BID must list the specific items which the MBE/WBE Contractor is
interested in bidding.
Letter should include the following:
Name of Project:
Your Company Name:
Address:
Phone: Date:
List of Specific items to be bid:
Item No. Description:
Item No. Description:
Item No. Description:
Item No. Description:
Item No. Description:
(Subcontractor's Company Name and authorized signature)
Return this LETTER OF INTENT TO BID to:
Contract Compliance Officer
Community Development Board
620 Mulberry St.
Carnegie Annex, Suite 202
Waterloo, IA 50703
Phone: (319) 291-4429
Form CCO-5 (06-20-2002)
MBE/WBE PARTICIPATION
AECOM /160680939
M-5 of 7 Sunnyside Creek Improvements
City Contract No. 1062 Waterloo, Iowa
Ce
fin. 2
LL �/
III
Z LL
UJ Z
cn O
co I—
LU <
Z2
rO
CO
Z
W _
m E.
U
LLl Q
m Z
2O
0
m
ce
a
onsibilities:
Prime Contracto
a»
o
0
a)
a)
a)
— (0
0 E
Q
� D
0 E
a
O -D
C
_
C C
O
-D
O
O
a)
a)
O
C
O
a)
-D
O
D
0
L
D
t (Q Cr
O Q 4)
Q-.0
O •�
as a)
C
O
O
()
N 4-
L 0
co
.0 4-1
CD ElLf
E E
O 0
>
0 0
cLO
U)
( O
Q) O
N
CO
0
L
0
D
.>
O
L
Q
0
L
co
a)
O
O
0
C
E5
co
m
W
(a
.0
} W =
E2 CD
(B
D
C w
0 (0 ((0
-0 0 a)
Q) E5 5 0 D
a• •- n
2 a- W
0 co,
Y w
L co
o L
O
U
U (�
2 -L
C U
CO o L
U 0
o E
O •L
a) W D
O a
O C as O
Q
(i3 U
U D .c
O -0 O
(25)04- §
C :a co
'Eso-j
3
C L
i O 0 O
0 0 0
Ri
O
a Q) 0 C
C o w co
S-
E
Q_QO
U
(0
4-Ea
O
0
L 0
W c3
C c
O (0
-0 •D
a) (3
c
0)
0
a
C
0
-0 CO
0 L
w
O 0
U _c
T
L
0 2
Q
0 0
Q
a)
L
(0
C
(0
D
0
o- •(T
U
0
L
0)
D
..Q
O
U
as
c
O
U
O
U
U0
.Q
D
TO
0
D
U
c
ime contractor
a)
-c
D
a)
0
co
0
0
O
Z
0
CO0
cc
d_
co
a_
cc
w 0
Z (LS
wCD
W D-
W No
Z ,
ro O
D
CO
m >
CC
m d'
O
r:U
L
c c
0
CO L 0
O c
04- co
L
E
C •- O
• D L
(n a- «-
U C
O
(A 0tU-,
C C
C O
U 0
O L
C
0 a) O
O-C
O r� T
a -D a
._ Q) O
U
ca
DC) cics
D c�
m 0
Ofl\>m
0 O
0
zaz O woo
(2
a0i a) (n
cy)U
a) c
L L
0
t- O C
-c 0 O
^ C
- (Y.)_
Q) O U
0 0 C
E� o
U w
-0 CO
'D W
C O)
"-
CD 0m
0
ID
E nco
O J
0
D E
E��
U
cn
0w>
—m a3
0 > _c
U w D
CO m A
0 2 4-
C
CI)O Q)
i. U
W
(n
O
m >-•
.0 0)
(7 0
0 V., O
-a Q
4' Q) go)
0 O
L
E C 0
D O -1(;)
U
E�—
.E D Q)
Q Ed
0 -c
0
r to the date
0
0
co
0
c
D
CO
W
CO
-c
U
Qs
a)
L
O
O
0
Q.'
0
O -a
F- Q)
U 0
o
C (LS
z Q (B
O a) cm
U L c
❑ a 'Ea-
m E
W O o
_ CZCi- 0
0
W L
W
cc
m W
W c m
1- W
Z m w
CO
cll
W 0
Z E�
o 0
CO0 c
0
®
m U c
yam/
w O a) T
m O U
W co O
m •D (/)
0 c 0
W Qt
c m O O
(ts L T
a 0 O
E 0
O
O E O,(a
(6 O Q .6
0
/A -a U
D > (3 0
C U a)
5 ES
O 0 (Q
_o U 03
4 ..Q 0 co
E .s=0c
0 4-> O_
0 O .D Cr)
Qn 2
0 0 0
c 0 c
Q
0
O (B 0
4- 0
Q) U
co
c
o
0
m
i
W
Cl_
0_
w
Z
w
m
Z
CO
m
cW
0
T
C
(0
Q
O
U
U
(o
in 0
D •a
E
C
O •-
-
0 O
o
E (n
U O
O (n
0 (B
0
D L
(o 0
�_c
U .
4
((s 0
C U
0 CD
U
0
D
O
0 c
4-
0
U w
0 m
0
O cCD
1 C
as a)
0
c
0
0
D
0)
D
m
co
Q)
0
c
0
U
0
a)
0
03
0
O
O
0
C
D
C
O
0
0
0
O
-0 0
0 .>
D C
0- 0
0 Q
a) 0
L
T C
� O
E c
O
L
a) O
C -0
a)
E 2
o
U-c
0 _
0 >
4- L
0
4-
0
0
c
0
D
0
0
❑
vi
co
O
0)
a)
O
L
Q
0
O
0
a)
O
(4
C
O
CO
c
a)
D
0
0
0
L
a
O
Q
Q
R)
ID
a)
O
Q
Q
D
O
a)
O
Q
(6
ID
0
O
aE)
_c
U
(0
0
O
c
a)
0
L: Q
O
L
a_)
U 0
O Q)
E -c
00
L
i O =
0
Q' 0 4L
=
U
O
LO o O
U a)
O U
C L. so
O
0 0
nE
LL U
Q+�
-a a)
c
O
U
0
1-
U
c
0
Subcontractors Res
a)-D
U _c
`*- O O
0) ED_ O
c a) (n
'6 .0 c
- _ O
415,
C U O
a) 0-
O 0)
Q C
U U
a) 12
lizT
O
O 0
c -O
O D
O
(22 0
oO •a
•>
Q) O
0) Q
c
O
0 ,
Q O
0 C
_0 w
o •E
0 OL
•c Q
Q
Um
(II
� W
a) m
•1
(fl 0 0 0
.15
c H ..C(CS
(n U
(q C
o c a>i c
n o w W
D 45 m
a0io0m
L Q
O O
Q Q U C
CO
0 '
T C -a
(1C30
D U
m L
0
O YL_ 0
U O 0 Q
C .> O
O . (1) Q
U
a)11.1
O D O
a' a) c Q
O a)
EL-0�
U_ -0
t-
o 0
o)00
C
C (s
co a
QE
E
W
m L
O
m _T
U
U a)
0
w}'
C
0
a)
0
Form CCO-4A Rev. 07-08-02
L
'WO
v /
11.
Q
LI toe
w ce
co O
u.
W Z
Z I--'
rn
WO
00 V
�0
W CO
m
C �
LU
0
Creek ImprovemerLtting Date:
Sunnyside
a)
5
n_
Contractors,
Prime Contractor Name: Peterson
c
O
2
(t
c
CIS
Q
a)
4-
a)
_O
U
(6
E
(n
..c
4-
O
1✓
O_
f
I-
O
O
0
0 0
c ID
CDC)
D
O a)
to a)
IE
_W
O_o
U _
(n
O
+-+
U
c
0
0
(n
m
Oil EC
CW CW
G G
>1>1
c c
(o (o
c
(n U
D a)
P
O o..
Z
i
O
A
4-
.Q
co
▪ 0
0)
0
c
O
. 0
0
(0
ce
0
QU
Ld
z
0
(1)
MW
5
0
z
M
ri
/ Manager Date:
Title: Project Estimator
Contractor Signature
SUBCONTRACTORS APPLICABLE: You
ai
N
co
N
6)
a)
U
0
U
c
E
O
U
4-,
U
(0
c
U
0
0)
(n
.c
Q
L
0)
4c
W
(n
(n
0
M:
W
W
CO
CO
O
a
0)
0
(n
11 1L
Li_
Y
c
O
.c
L
0)
O
L
O
a)
c
o .(n O
(n Oc 0
a)Q
C s. o
a) O kt
c
(n • - Q,
c (n
O O
o
c
O • 4-
(On W
O
o W m
L
Oo
E1
D
O O .
iance Officer, for assistance at
D
0)
L
0
a)
0)
O
O
c
O
▪ (0
E
t=
0
O
(n
c
O
(i) L
> 0
. /0--� 0^``
U
O 0
c
O
� L
Q
D
(0
E
(n
U
03
c
0
U
0
In the event
(n
0
0)
a)
Q)
E
0
O
tea)
.c
4-
0
0
0)
E
0
O
4-
U
U
O
4-+
c
Qom)
0
(a
O
L
O
O
(n
c
0
(0
c
a)
Quotes Received Quotation used in bid
0
0
0
Icoi
Ltacted
N
I
N
N
I
ri
x
In
N
I
rn
)ntai
ri
1
c-1
Tiedt Nursery
Int]
(Form CCO-4) Rev. 06-20-02
PETERSON CONTRACTORS, INC.
HEAVY & HIGHWAY CONTRACTORS
104 BLACKHAWK ST
P.O.BOX A
REINBECK, IA 50669
PHONE: (319) 345-2713
FAX: (319) 345-2658
www.pcius.com
Quote
Sunnyside Creek Improvements1/23/2025 12:00:00 AM
Special Provisions
The Following Items and Prices are Quoted:
Item #
Description
1 CLEARING AND GRUBBING
2 CLEARING AND GRUBBING
3 TOPSOIL ON -SITE
4 EXCAVATION, CLASS 10
5 EXCAVATION, CLASS 12, BOULDERS AND ROCK
6 CHANNEL EXCAVATION, CLASS 13
7 SUBGRADE PREPARATION, WET POND CLAY M,
8 SUBGRADE TREATMENT, GEOGRID, TYPE 1
9 SANITARY SEWER GRAVITY MAIN, TRENCHED, I
10 SANITARY SEWER GRAVITY MAIN, TRENCHED, I
11 REMOVAL OF SANITARY SEWER, PVC, 8-10"
12 STORM SEWER, TRENCHED, RCP, CLASS III, 48"
13 "REMOVAL OF STORM SEWER,
14 REMOVAL OF STORM SEWER, RCP, 18"
15 REMOVAL OF STORM SEWER, RCP, 24"
16 REMOVAL OF STORM SEWER, RCP, 36"
17 12" RCP APRON, 4030.222
18 18" RCP APRON, 4030.222
19 REMOVE AND REINSTALL CONCRETE PIPE APR(
20 REMOVE AND REINSTALL CONCRETE PIPE APR(
21 FOOTING FOR CONCRETE PIPE APRON, RCP, 36
22 FOOTING FOR CONCRETE PIPE APRON, RCP, 48
23 MANHOLE, SANITARY SEWER, SW-301, 48"
24 MANHOLE, SANITARY SEWER, SW-303, 48"
25 INTAKE, 6010.513
26 INTERNAL DROP CONNECTION, 8"
27 MANHOLE ADJUSTMENT, MAJOR
28 CONNECTION TO EXISTING SANITARY MANHOI
29 STAGED DETENTION BASIN OUTLET/RCB MODI
30 CONCRETE REPAIR - RCB JOINT REPAIR
31 CONCRETE REPAIR - RCB SPALLING REPAIR
32 REMOVE SANITARY MANHOLE, 48"
33 URETHANE CHIMNEY SEAL
34 ENGINEERING FABRIC
35 SWPPP MANAGEMENT
36 HYDRAULIC SEEDING, FERTILIZING, AND MULCI
37 HYDRAULIC SEEDING, FERTILIZING, AND MULCI
38 HYDRAULIC SEEDING, FERTILIZING, AND MULCI
39 HYDRAULIC SEEDING, FERTILIZING, AND MULCI
40 WATERING
Unit Type
UNIT
ACRE
CY
CY
CY
CY
SY
SY
LF
LF
LF
LF
LF
LF
LF
LF
EACH
EACH
EACH
EACH
EACH
EACH
EACH
EACH
EACH
EACH
EACH
EACH
EACH
LF
SF
EACH
EACH
SY
LS
ACRE
ACRE
ACRE
ACRE
MGAL
Quantity
360.200 $
1.700 $
49,500.000 $
140,000.000 $
1,000.000 $
1,010.000 $
19,800.000 $
2,000.000 $
539.000 $
1,323.000 $
1,530.000 $
83.000 $
10.000 $
6.000 $
52.000 $
47.000 $
1.000 $
1.000 $
1.000 $
1.000 $
1.000 $
1.000 $
4.000 $
1.000 $
1.000 $
1.000 $
1.000 $
2.000 $
1.000 $
32.000 $
30.000 $
4.000 $
4.000 $
57.300 $
1.000 $
2.400 $
11.400 $
16.500 $
2.700 $
200.000 $
Unit Price
60.00 $
4,500.00 $
4.50 $
2.35 $
10.00 $
19.50 $
1.25 $
2.50 $
130.00 $
142.50 $
40.00 $
300.00 $
17.50 $
17.50 $
17.50 $
40.00 $
1,750.00 $
2,100.00 $
1,350.00 $
1,800.00 $
2,400.00 $
3,150.00 $
7,000.00 $
7,500.00 $
11,500.00 $
3,000.00 $
2,850.00 $
2,750.00 $
40,000.00 $
680.00 $
322.50 $
1,200.00 $
1,200.00 $
2.50 $
4,200.00 $
2,500.00 $
2,150.00 $
1,500.00 $
3,120.00 $
25.00 $
Total Amount
21,612.00
7,650.00
222,750.00
329,000.00
10,000.00
19,695.00
24,750.00
5,000.00
70,070.00
188,527.50
61,200.00
24,900.00
175.00
105.00
910.00
1,880.00
1,750.00
2,100.00
1,350.00
1,800.00
2,400.00
3,150.00
28,000.00
7,500.00
11,500.00
3,000.00
2,850.00
5,500.00
40,000.00
21,760.00
9,675.00
4,800.00
4,800.00
143.25
4,200.00
6,000.00
24,510.00
24,750.00
8,424.00
5,000.00
41 WARRANTY
42 PLANTS WITH WARRANTY, SHADE TREES, 1.5" 1
43 TEMPORARY RECP,TYPE 2B
44 TURF REINFORCEMENT MAT, TYPE 2
45 WATTLE, 12"
46 WATTLE, REMOVAL
47 RIP RAP, CLASS E REVETMENT
48 SILT FENCE
49 SILT FENCE, REMOVAL OF SEDIMENT
50 SILT FENCE, REMOVAL OF DEVICE
51 STABILIZED CONSTRUCTION ENTRANCE
52 OPEN -THROAT CURB INTAKE SEDIMENT FILTER
53 MAINTENANCE OF OPEN- THROAT CURB INTAK
54 REMOVAL OF OPEN -THROAT CURB INTAKE SEC
55 REVETMENT, REMOVE AND REPLACE
56 FLEXAMAT PLUS, FOREBAY SPILLWAY
57 FENCE, CHAIN LINK, 72 IN. HEIGHT
58 REMOVAL OF FENCE
59 HANDRAIL, GALVANIZED STEEL
60 MOBILIZATION
61 CONCRETE WASHOUT
62 INFORMATIONAL SIGNAGE
LS
EACH
SY
SQ
LF
LF
TON
LF
LF
LF
TON
LF
EACH
EACH
CY
SF
LF
LF
LF
LS
LS
LS
1.000 $
36.000 $
36,600.000 $
400.000 $
1,200.000 $
1,200.000 $
67.000 $
4,830.000 $
4,830.000 $
4,830.000 $
500.000 $
8.000 $
2.000 $
2.000 $
200.000 $
15,120.000 $
1,660.000 $
1,660.000 $
30.700 $
1.000 $
1.000 $
1.000 $
Tota
Peterson Contractors, Inc.
1/23/2025
5,000.00 $
390.00 $
1.80 $
44.00 $
2.05 $
.01 $
55.00 $
1.80 $
.01 $
.01 $
27.50 $
25.00 $
.01 $
.01 $
27.50 $
6.85 $
21.00 $
5.00 $
510.00 $
50,000.00 $
1,750.00 $
1,500.00 $
5,000.00
14,040.00
65,880.00
17,600.00
2,460.00
12.00
3,685.00
8,694.00
48.30
48.30
13,750.00
200.00
.02
.02
5,500.00
103,572.00
34,860.00
8,300.00
15,657.00
50,000.00
1,750.00
1,500.00
Quoted Amount: $
1,565,743.39
BID BOND
KNOW ALL MEN BY THESE PRESENTS, that we, Peterson Contractors, Inc.
as Principal, and Travelers Casualty and Surety Company of America
as Surety are held and firmly bound unto the CITY OF WATERLOO , Iowa, hereinafter called
"OWNER." In the penal sum Five Percent of the Total Amount Bid
Dollars ($ 5% ) lawful money of the United States, for the payment
of which sum will and truly be made, we bind ourselves, our heirs, executors, administrators, and
successors, jointly and severally, firmly by these presents. The condition of this obligation is such that
whereas the Principal has submitted the accompanying bid dated the 23rd day of
January , 20 25, for Sunnyside Creek Improvements, Wet Detention Pond and Channel Stabilization
Project, Contract No. 1062, City of Waterloo, IA
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 8th day of January , A.D. 20 25
Witn
Witness Sara Huston
Pqt r� son Contractors, Inc.
By
(Seal)
(Title)
```,�pulnu Hip%�''
Travelers Casu.Ity and Surety Company of America ,,,o��yPt��•S�RFry�o.,,,,
SurPyty ( .�Y�. '_
r.! HARTFORD, ' Z
: dy .aoft)
Attorney -in -fact �ii ir, fin+ '�i,� %j•. ;�y\``�:.. sci ‘,:,
............. .6,,
Anne Crowner
president
BID BOND
AECOM #60680939
Sunnyside Creek Improvements
City Contract No. 1062 Waterloo, Iowa
BB-1 OF 1
TRAVELERS,
Travelers Casualty and Surety Company of America
Travelers Casualty and Surety Company
St. Paul Fire and Marine Insurance Company
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and
St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein
collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Anne Crowner of
WAUKEE , Iowa , their true and lawful Attorney(s)-in-Fact to sign, execute, seal and
acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of
the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or
guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law.
IN WITNESS WHEREOF, the Companies have caused this instrument to be signed, and their corporate seals to be hereto affixed, this 21st day of April,
2021.
*ow jlryr
nti
It RTI01
State of Connecticut
By:
Robert L. Raneenior Vice President
City of Hartford ss.
On this the 21st day of April, 2021, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior
Vice President of each of the Companies, and that he, as such, being authorized so to do, executed the foregoing instrument for the
purposes therein contained by signing on behalf of said Companies by himself as a duly authorized officer.
IN WITNESS WHEREOF, I hereunto set my hand and official seal.
My Commission expires the 30th day of June, 2026
�-�„Ozyn:
-
`'"s`{6 Anna P. Nowik, Notary Public
This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of each of
the Companies, which resolutions are now in full force and effect, reading as follows:
RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice
President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint
Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority
may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings
obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may
remove any such appointee and revoke the power given him or her; and it is
FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or
any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided
that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is
FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance,
or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive
Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the
Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary;
or (b) duly executed (under seal, if required) by one or more Attomeys-in-Fact and Agents pursuant to the power prescribed in his or her
certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is
FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President,
any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to
any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -
Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of
Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed
and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or
understanding to which it is attached.
I, Kevin E. Hughes, the undersigned, Assistant Secretary of each of the Companies, do hereby certify that the above and foregoing is a
true and correct copy of the Power of Attorney executed by said Companies, which remains in full force and effect.
Dated this 8th day of
January 2025
Kevin E. Hughes, Assistant Secretary
To verify the authenticity of this Power of Attorney, p/ease call us at 1-800-421-3880.
Please refer to the above -named A ttorney(s)-in-Fact and the details of the bond to which this Power of Attorney is attached.