Loading...
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.