Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Connolly Construction, Inc.
0 0 w IS An381f11A1 Sit N 3lJ AID : N.LLV Z90T 'ON IDVUINOJ 0o r N 0 z rn Z 0 Z 0 2 z v n 2 Z m r z n m m cv 0 m m Z ,m1 00 48 O coco0 Z Z n 73 v, Q C c° O o Z 0 A1I IflD3S aia CONSTRUCat"10We 18409 Na Cascade Road. Peosta,. IA 52068 ■ env } BID ENCLOSED SUNNYSIDE CREEK IMPROVEMENTS WET DETENTION POND AND CHANNEL STABILIZATION CONTRACT NO. 1062 ATTN: CITY CLERK 715 MULBERRYST WATERLOO, IA 50703 1 itky 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 S uspension/Certification Regarding Debarment and S uspension 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 S urveillance 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 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 subeetracts during a period (i.e., quarterly, semiannually, or an j9lly). Oal 1 I a?) k ao96 Date 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. t3cNU\o i`N• O'ornotkj 1Rea surer Tyame & Title of Authorized epre.entative 0,3- aoa5 ture of Authorised Represen : e Date am unable to certify to the above statements. My explanation is attached. 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/SAMI. (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. tOflttU) Connof0 ifeaweir Typed Name & Title of Authorized Rep esentative • nature of Aut orized Represe to ive Date a o a. 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 tOWTO Partnership consisting of the following partners Su tQwno(tt(tZe,�-44A3Itnnolw,@ having familiarized (himself) (themselves) (itself) with the existing onditions on the project rea 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 $ q. 1-15 $ 311-103 •Cesel 2 2010-B CLEARING AND GRUBBING ACRE 1.7 $1ial5� $ , ° Epp $ 12ig-DCJ►b6C $ aa,vi00. $ 51`A,W0 $ �� O p 0 • DC DC 3 2010-D-1 TOPSOIL ON -SITE CY 49,500.0 4 2010-E EXCAVATION, CLASS 10 CY 140,000.0 Stile 10 5 2010-E EXCAVATION, BOULDERS FRAGMENTS AND CLASS ROCK 12, CY 1000.00 $ ° `d 6 2010-E 13 CHANNEL EXCAVATION, CLASS CY 1,010.0 $a3A5 $ a� O� % �JO 7 2 010 G SUBGRADE POND CLAY PREPARATION, MATERIAL WET SY 19,800.0 $n 0(•O O $ 39 Q} tD00 Po 8 2010-1 SUBGRADE GEOGRID, TYPE TREATMENT, 1 SY 2,000.0 $a • 55 $ 5i 100, 00 9 4010-A-1 SANITARY $ AIN, TRENCHED, SEWER GRAVITY PVC TRUSS, LF 539.0 $ 2 ici• J) $ 4 �i4a fl° 10 4010-A-1 SANITARY MOAIN, TRENCHED, SEWER GRAVITY PVC TRUSS, LF 1 323.0 $ $ g�•M5 '131 --is°3,* 11 4010-H REMOVAL SEWER, OF PVC, SANITARY 8-10" LF 1,530.0 $ CI 00 $ 71b S 4 00 12 4020-A-1 STORM RCP, CLASS SEWER, III, 48" TRENCHED, LF 83.0 ka,-35 $ aitsatio5. 9 FORM OF BID AECOM 1160680939 FB-1 of 5 City Contract No. 1062 Sunnyside Creek Improvements Waterloo, Iowa ITEM NO. ITEM CODE ITEM UNIT EST. QTY. UNIT PRICE BID TOTAL PRICE BID 13 4020-D REMOVAL RCP, 12" OF STORM SEWER, LF $ $n 10.0 1-1 H5 1A • tJ d 14 4020-D REMOVAL RCP, 18" OF STORM SEWER, LF $ $ 6.0 a� 9 . 00 11)1.00 4020-D REMOVAL R15 CP, 24" OF STORM SEWER, LF 52.0 $ I� .00 $ 9 30* 00 16 4020-D REMOVAL RCP, 36" OF STORM SEWER, LF 47.0 $ 11.50 $ S a a • 5 d 17 4030-B 12" RCP APRON, 4030.222 EACH 1.0 $ \ ° l5.00 $ 1 q15. 0a 18 4030-B 18" RCP APRON, 4030.222 EACH 1.0 $ ` 500 00 -4 $ �i, 600400 19 !DOT 2416 REMOVE CONCRETE AND PIPE REINSTALL APRON, 36" EACH 1.0 ''� ,i 1 tj C $ 115,00 20 IDOT 2416 REMOVE CONCRETE AND PIPE REINSTALL APRON, 48" EACH 1.0 $ �11 •OD $ chicaq. 6 0 21 4030-C FOOTING APRON, RCP, FOR 36" CONCRETE PIPE EACH 1.0 1�Q 0° $ 2 ».00, D D 22 4030-C FOOTING APRON, RCP, FOR 48" CONCRETE PIPE EACH 1.0 02L445 D $ a ;to • 00 23 6010-A SW-301, MANHOLE, 48" SANITARY SEWER, EACH 4.0 741a15 d $31-ig0041) n 24 6010-A MANHOLE, SW-303, 48" SANITARY SEWER, EACH 1.0 $-1 QQ stD�JD- $9 (050 ba 25 6010-B INTAKE, 6010.513 EACH 1.0 $ M 1003 $ ij- • ° O 26 6010-C-1 INTERNAL 8" DROP CONNECTION, EACH 1.0 $ i il'1k�j �� $1,M1 t-100 5.00 27 6010-F-1 MANHOLE MAJOR ADJUSTMENT, EACH 1.0 �115•°b *23 ans. 0�0 28 6010-G-1 CONNECTION SANITARY MANHOOLE EXISTING EACH 2.0 $ `�ic‘D0 $ 2 %oO .�O 29 IDOT 2403 STAGED OUTLET/RCB DETENTION MODIFICATIONS BASIN EACH 1.0 $ 4 o00 " $56 Dbb b% 30 TECHNICAL CONCRETE REPAIR REPAIR - RCB JOINT LF 32.0 3�l$•°° a $ 1 1 `N' 00 31 IDOT 2426 CONCRETE SPALLING REPAIR REPAIR - RCB SF 30.0 $ 31A0Q pD $ \ 0 mkt) •00 32 6010-H-1 REMOVE 48" SANITARY MANHOLE, EACH 4.0 $S,O�J•0� $ ��0•d� 33 6020-A-3 URETHANE CHIMNEY SEAL EACH 4.0 $CV15.0° $ 3,9oo DD 34 7080-B ENGINEERING FABRIC SY 57.3 $\a.50 $ 'ivo. OS 35 9010-A-2 SWPPP MANAGEMENT LS 1.0 $) D1:\ $ a�'5OO. 00 36 9010-B HYDRAULIC FERTILIZING, TYPE 2 SEEDING, AND MULCHING, ACRE 2.4 $ '] "� tS� $ LV I, q la . O p 37 9010-B HYDRAULIC FERTILIZING, TYPE 3 SEEDING, AND MULCHING, ACRE $ 0° $ 11.43� oZ� ��� • 00 38 9010-B HYDRAULIC FERTILIZING, TYPE 5 (MODIFIED) SEEDING, AND MULCHING, ACRE 16.5 $ ���DO O0 $ �� ► U 1�' DO FORM OF BID AECOM #60680939 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 HYDRAULIC FERTILIZING, SEEDING, AND MULCHING, $ b $ 39 9010-108B WETLAND ACRE 2.7 35k05 �,�a� 5® 40 9010-D WATERING MGAL 200.0 $15.O0 $ `51000.0t0 41 9010-E WARRANTY LS 1.0 $ 3»15 0° $ 3) b1.5 .00 PLANTS SHADE TREES, WITH WARRANTY, 1.5" (SEE EST. $ �rj $ �0 42 9030-B REFERENCE NOTES FOR TYPE) EACH 36.0 �� �a00.0� 43 9040-E TEMPORARY RECP,TYPE 2B SY 36,600.0 $ \. S 1) $ VI lc 0S . OC 44 IDOT 2601 TURF TYPE REINFORCEMENT 2 MAT, SQ 400.0 $1 3 , 00 $ aq l a00 i 45 9040-F-1 WATTLE, 12" LF 1,200.0 $ •$sj $ 3'a0.00 ,M 46 9040-F-2 WATTLE, REMOVAL LF 1,200.0 $b O 35 $ 4 a0 • (bO 47 9040-J RIP RAP, $5t0.5 5 $ -liss CLASS E REVETMENT TON 67.0 3 .q s 48 9040-N-1 SILT FENCE LF 4,830.0 $ \ , 15j $ 9 H 5 a •t 0 SILT FENCE, REMOVAL OF $o• $ 49 9040-N-2 SEDIMENT LF 4,830.0 to5 31 \39. SO 50 9040-N-3 SILT DEVICE FENCE, REMOVAL OF LF 4,830.0 $ 0., u $ R23. 00 51 9040-0-2 STABILIZED ENTRANCE CONSTRUCTION TON 500.0 $3�'t5 $�� io15 ' °� 52 IDOT 2602 SEED MENT FILTER, CURB EC-602 INTAKE LF 8.0 $ 15 go° $ ao • 0 0 53 IDOT 2602 MAINTENANCE THROAT SEDIMENT CURB FILTER OF INTAKE OPEN- EACH 2.0 $ O, �j O� $ to . OO REMOVAL OF OPEN -THROAT $5.o° $ 10400 54 IDOT 2602 CURB INTAKE SEDIMENT FILTER EACH 2.0 55 IDOT 2507 REVETMENT, REPLACE REMOVE AND CY 200.0 $ \ O 00 $ o� of • CS0 56 TECHNICAL FLEXAMAT SPILLWAY PLUS, FOREBAY SF 15,120.0 $ .1� 6 $ $�p to 1�L o0 57 IDOT 2519 FENCE, HEIGHT CHAIN LINK, 72 IN. LF 1,660.0 $aAi�.�� $�'i�,�-'+�► 1 i)t) 58 9060-108E REMOVAL OF FENCE LF 1,660.0 $ 3,15 $ 6, aa5• OD 59 9080-B HANDRAIL, GALVANIZED STEEL LF 30.7 $A15 $ ca teta ,50 }i-t 60 11020-A MOBILIZATION LS 1.0 sla5o $1a1j00 61 11050-A CONCRETE WASHOUT LS 1.0 $ 500°2s $ 50 o. OD 62 TECHNICAL INFORMATIONAL SIGNAGE LS 1.0 $ \p 00°tL $ \ Oa . DO TOTAL BID AMOUNT $ I [\ fl ag•t5o.01 FORM OF BID AECOM 1160680939 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°20 b{- athoU111 " `Rjt. J_) Dollars ($ Bi & rnz ) in the form of Zones 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 ( V ), 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. �� c9, uff° I Date 0111 O (ao a5 10. The bidder shall list the MBE/WBE subcontractor(s), amount of subcontracts and bid items on the City of Waterloo Minority and/or Women Business Pre -bid Contact Information Form submitted with this Form of Bid or Proposal. The apparent low Bidder shall submit a list of all other Subcontractor(s) to be used on this Project to the City of Waterloo by 5:00 p.m. the business day following the day Bids on this Project are due along with the Non -Collusion Affidavits of All Subcontractor(s). The Contractor shall submit information on subcontractors on "SUBCONTRACTOR REQUEST AND APPROVAL" Form to be provided by City prior to approval of contract. The subcontractors listed on this proposal and/or submitted to the Contract Compliance Officer cannot be changed except for the following reasons: 1) The City of Waterloo does not approve the subcontractors. 2) The subcontractors submit in writing that they cannot fulfill their subcontracts. The bidder has filled in all blanks on this proposal. Those blanks not applicable are marked "none" or "NA 11. The bidder has attached all applicable forms. FORM OF BID AECOM 460680939 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. �of1�1©�1 �bf ��►'� ►'1C . Ot \ 3 1ao5 (NameQbBidder) (Date) B\NAi auz, f . rul o t ( Li? Title aa5\ e� Official Address: Including p i Code): ‘%Ro \C • CAsemksu Rdu Pcosta , t 4 69.0 L7c I.R.S. No. LA%.-- 13t0 %5 3 FORM OF BID AECOM #60680939 FB-5 of 5 Sunnyside Creek Improvements City Contract No. 1062 Waterloo, Iowa THIS PAGE LEFT BLANK INTENTIONALLY INFORMATION NEEDED FOR IOWA CONSTRUCTION SALES TAX EXEMPTION CERTIFICATE CONTRACTOR NAME: Q+lx\Ot Qxtns4u c*t OVID I ,nc • ADDRESS: '9k O°I siCe. O e_ctc-Qj Q„ • to5-o ,345aoL4 (Check One) PRIME V SUBCONTRACTOR FEDERAL ID#: 5W t \ zi. C,r K) a:0A p rov-tray V& PROJECT NAME: D&w \ ON Pon& (Kock a►cwnu\ PROJECT CONTRACT NO.: \3L2CS53L\ DESCRIPTION OF WORK: ❑ Brickwork ❑ Carpentry ❑ Concrete ❑ Drywall -Plaster -Insulation ❑ Electrical 21 Excavation/Grading ❑ Flooring Heavy Construction ❑ Heating -Ventilating -Air Cond SALES TAX EXEMPTION CERT AECOM n60680939 ❑ Landscaping ❑ Painting ❑ Paving ❑ Plumbing ❑ Roofing -Siding -Sheet Metal ❑ Windows ❑ Wrecking -Demolition ❑ Other (Please specify) STE-1 of 1 City Contract No. 1062 Sunnyside Creek Improvements Waterloo, Iowa NON -COLLUSION AFFIDAVIT OF PRIME BIDDER State of e,OC7D A )ss County ofte) Ck �.,Ci )boat Oiv. exuto being first duly sworn, deposes and says that: 1 is (Owner, Partner, Officer, ' epresentative, or Agent) , of Conn o it \_.,o ' Uyoif C. , the Bidder that has submitted the attached B. , 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 r parties in interest, including this affiant. (kw -�%�4 (Signed)--,.11,C (U &Art 00 a J caSur Subscribed and sworn to before me this 23rd day of A{M)CA1/ V My commission expires lti 1 25, '/025 NON -COLLUSION AFFIDAVITS AECOM 1160680939 STACY N9 STEFFEN Commission Number 779517 My Commission Expires Title Title ay) 20 Z. AM etc, NCA-1 of 2 Sunnyside Creek Improvements City Contract No. 1062 Waterloo, Iowa EQUAL OPPORTUNITY CLAUSE (As provided in Executive Order No. 11246) All contractors, subcontractors, vendors and suppliers of goods and services doing business with the City and value of said business equals or exceeds ten thousand dollars ($10,000.00) annually agree as follows: 1. The contractors, subcontractor, vendor and supplier of goods and services will not discriminate against any employee or applicant for employment because of race, color, creed, sex, national origin, economic status, age, mental or physical handicap, political opinions or affiliations. The contractor, subcontractor, vendor and supplier will develop an Affirmative Action program to ensure that applicants are employed and that employees are treated during employment without regard to their race, creed, color, sex, national origin, religion, economic status, age, mental or physical disability, political opinions or affiliations. Such actions shall include but not be limited to the following: a. Employment b. Upgrading c. Demotion or Transfer d. Recruitment and Advertising e. Layoff or Termination f. Rates of Pay or Other Forms of Compensation g. Selection for Training Including Apprenticeship 2. The contractor, subcontractor, vendor and supplier of goods and services will, in all solicitations or advertisements for employees, state that all qualified applicants will receive consideration for employment without regard to race, creed, color, sex, national origin, religion, economic status, age, mental or physical disabilities, political opinion or affiliations. 3. The contractor, subcontractor, vendor and supplier or his/her collective bargaining representative will send to each labor union or representative of workers which he/she has a collective bargaining agreement or other contract or understanding, a notice advising said labor union or workers' representative of the contractor's commitment under this section. 4. The contractor, subcontractor, vendor and supplier of goods and services will comply with all published rules, regulations, directives, and order of the City of Waterloo Affirmative Action Program Contract Compliance Provisions. 5. The contractor, subcontractor, vendor and supplier of goods and services will furnish and file compliance reports within such time and upon such forms as provided by the Affirmative Action Officer. Said forms will elicit information as to the policies, procedures, patterns, and practices of each subcontractor as well as the contractor himself/herself and said contractor, subcontractor, vendor and supplier will permit access to his/her employment books, records and accounts to the City's Affirmative Action Officer, for the purpose of investigation to ascertain compliance with this contract and with rules and regulations of the City's Affirmative Action Program Contract Compliance Provisions relative to Resolution No. 24664. 6. In the event of the contractor's non-compliance with the non-discrimination clauses of this contract or with any of such rules, regulations and orders, this contract may be canceled, terminated or suspended in whole or in part and the contractor may be declared ineligible for further contracts in accordance with procedures authorized by the City Council. 7 The contractor, subcontractor, vendor and supplier of goods and services will include, or incorporate by reference, the provisions of the non-discrimination clause in every contract, EQUAL OPPORTUNITY CLAUSE AECOM #60680939 EOC-1 of 2 Sunnyside Creek Improvements City Contract No. 1062 Waterloo, Iowa subcontract or purchase order unless exempted by the rules, regulations or orders of the City's Affirmative Action Program, and will provide in every subcontract, or purchase order that said provisions will be binding upon each contractor, subcontractor, or supplier. 8. We, the undersigned, recognize that we are morally and legally committed to non-discrimination in employment. Any person who applies for employment with our company will not be discriminated against because of race, creed, color, sex, national origin, economic status, age, mental or physical disabilities. EQUAL OPPORTUNITY CLAUSE AECOM 1160680939 (Signed) 0 (Appropri. e Official) --`ireuswar ) 1 \ a3kabea5 (Date) --°s rb MAI a/W IM . etn n ° I 1 EOC-2 of 2 Sunnyside Creek Improvements City Contract No. 1062 Waterloo, Iowa Bidder Status Form To be completed by all bidders Part A Please answer "Yes" or "No" for each of the following: El/Yes ❑ No My company is authorized to transact business in Iowa. (To help you determine if your company is authorized, please review the worksheet on the next page). [Yes ❑ No My company has an office to transact business in Iowa. g/Yes ❑ No My company's office in Iowa is suitable for more than receiving mail, telephone calls, and e-mail. W/Yes ❑ No My company has been conducting business in Iowa for at least 3 years prior to the first request for bids on this project. Y�Yes ❑ No My company is not a subsidiary of another business entity or my company is a subsidiary of another business entity that would qualify as a resident bidder in Iowa. If you answered "Yes" for each question above, your company qualifies as a resident bidder. Please complete Parts B and D of this form. If you answered "No" to one or more questions above, your company is a nonresident bidder. Please complete Parts C and D of this form. To be completed by resident bidders Part B My company has maintained offices in Iowa during the past 3 years at the following addresses:GPeatas-A-a- Dates: 6(6 / 0 l / 1 c\91 to Ms€d / Address. 1%1AO� lV • . City, State, Zip: Pw ' 1 1A 5 ar�U9 q Dates: / / to / / Address. City, State, Zip: Dates: / / to / / Address - You may attach additional sheet(s) if needed. City, State, Zip: To be completed by non-resident bidders Part C 1. Name of home state or foreign country reported to the Iowa Secretary of State: 2. Does your company's home state or foreign country offer preferences to resident bidders, resident labor force preferences or any other type of preference to bidders or laborers? 3. If you answered "Yes" to question 2, identify each preference offered by your company's home state or foreign country and the appropriate legal citation. Yes l I No You may attach additional sheet(s) if needed. To be completed by all bidders Part D I certify that the statements made on this document are true and complete to the best of my knowledge and I know that my failure to provide accurate and truthful information may be a reason to reject my bid. 1.1LIAadt MIL Date: O 1 `- m•- ao 2,5 You must submit the completed form to the governmental body requesting bids per 875 Iowa Administrative Code Chapter 156. This form has been approved by the Iowa Labor Commissioner. 309-6001 (09-15) RSF- E Worksheet: Authorization to Transact Business This worksheet may be used to help complete Part A of the Resident Bidder Status form. If at least one of the following describes your business, you are authorized to transact business in Iowa. dYesl_INo ❑Yes No Yes No My business is currently registered as a contractor with the Iowa Division of Labor. My business is a sole proprietorship and I am an Iowa resident for Iowa income tax purposes. My business is a general partnership or joint venture. More than 50 percent of the general partners or joint venture parties are residents of Iowa for Iowa income tax purposes. Yes ❑ No My business is an active corporation with the Iowa Secretary of State and has paid all fees required by the Secretary of State, has filed its most recent biennial report, and has not filed articles of dissolution. Yes ❑ No My business is a corporation whose articles of incorporation are filed in a state other than Iowa, the corporation has received a certificate of authority from the Iowa secretary of state, has filed its most recent biennial report with the secretary of state, and has neither received a certificate of withdrawal from the secretary of state nor had its authority revoked. Yes ❑ No My business is a limited liability partnership which has filed a statement of qualification in this state and the statement has not been canceled. Yes ❑ No My business is a limited liability partnership which has filed a statement of qualification in a state other than Iowa, has filed a statement of foreign qualification in Iowa and a statement of cancellation has not been filed. Yes U No My business is a limited partnership or limited liability limited partnership which has filed a certificate of limited partnership in this state, and has not filed a statement of termination. Yes ❑ No My business is a limited partnership or a limited liability limited partnership whose certificate of limited partnership is filed in a state other than Iowa, the limited partnership or limited liability limited partnership has received notification from the Iowa secretary of state that the application for certificate of authority has been approved and no notice of cancellation has been filed by the limited partnership or the limited liability limited partnership. Yes ❑ No My business is a limited liability company whose certificate of organization is filed in Iowa and has not filed a statement of termination. Yes U No My business is a limited liability company whose certificate of organization is filed in a state other than Iowa, has received a certificate of authority to transact business in Iowa and the certificate has not been revoked or canceled. 309-6001 (09-15) BSF-2 MBE/WBE BUSINESS ENTERPRISE PRE -BID CONTACT INFORMATION FORM INSTRUCTIONS Prime Contractor Responsibilities: Prime Contractors bidding on City of Waterloo contract work are required to ensure that MBE/WBE businesses are provided the opportunity to participate in the performance of contracts and subcontracts. Prime contractors are required to assist MBE/WBE businesses in overcoming barriers to participation, and must make good faith efforts to secure bids from, and award subcontracts to, MBE/WBE businesses. For all contract bids of $50,000 or more, the following is required to demonstrate good faith efforts in accordance with this policy: 1. "MBE/WBE BUSINESS ENTERPRISE PRE -BID CONTACT INFORMATION FORM" submitted with the prime contractor bid, properly completed and signed on Form CCO-4 (Rev. 06-20-02). Please note that this document must include all subcontractor contacts, bids received, and awarded - not just those related to disadvantaged business enterprise vendors. 2. A minimum of three (3) MBE/WBE business contacts must be made and documented, if there are at least three (3) MBE/WBE businesses offering services in the areas to be subcontracted (see City of Waterloo MBE/WBE Certified List). If less than three (3) are offering the services to be subcontracted, then a contact is required for any that are listed as providing that service. If you have submitted a MBENVBE contact not on the City's MBENVBE list, attach a copy of the certification from another government agency. 3. Contacts to each MBE/WBE businesses are required to be a minimum of seven (7) working days prior to the date the prime contractor submits the bid to the City of Waterloo. 4. The following documentation must accompany the "MBE/WBE BUSINESS ENTERPRISE PRE -BID CONTACT INFORMATION FORM" for each MBE/WBE business contacted: a. A copy of the bid received from the MBENVBE, OR b. If no bid was received, a copy of correspondence received from the MBENVBE with a "no bid" response, OR c. If no response was received, a copy of the solicitation sent to the MBE/WBE with proof of mailing attached. 5. If any MBENVBE business submitting bids are not selected for subcontract award, documentation must accompany the "MBE/WBE BUSINESS ENTERPRISE PRE -BID CONTACT INFORMATION FORM" on why the MBE/WBE was not selected. These reasons could include: a. Not low bid. Copies of the competing bids may be required for verification. b. MBE/WBE did not bid, withdrew bid or was non -responsive. c. Documentation of other business -related reason for not selecting the MBE/WBE business for a subcontract. d. Prime contractor self performs work. e. Any other reason relied on by the Prime Contractor. The Contract Compliance Officer will determine the weight to be given to each item listed above (supported by appropriate documentation) based on overall program goals. Subcontractors Responsibilities: 1. Each MBENVBE firm planning to submit quotes on construction projects with goals, shall submit a Letter of Intent to Bid (Form CCO-5) to the City Contract Compliance Officer seven (7) working days prior to bid opening, listing specific items which the MBENVBE firm is interested in bidding. If the City Contract Compliance Officer does not receive sufficient scope letters seven (7) working days prior to bid opening, goals on subject project will be reduced accordingly. Agreements between the bidder/proposer and an MBE/WBE in which the MBENVBE promises not to provide subcontracting quotations to other bidders/proposers are prohibited. Form CCO-4A Rev. 07-08-02 MBEIWBE PARTICIPATION AECOM #60680939 M-6 of 7 Sunnysde Creek Improvements City Contract No. 1062 Waterloo, Iowa MBE/WBE BUSINESS ENTERPRISE PRE -BID CONTACT INFORMATIONFORM a 125 Prime Contractor Name:�lj�ptlN�-�(�,t(yj1p(�nC . Projectaf,lnflvsl �� ,i'{0,}�. Letting Date: t111 �.JJj, r wro(. NO MBE/WBE SUBCONTRACTORS' If you are NOT using any MBE/WBE subcontractors to complete this project, sign below. Attach a brief explanation as to why subcontractirgwas not feasible wr th this proj-.t. If any MBE/WBE subcontractors will be used, please use the bottom portion of this form. Title: , `ecotsur(X' Date: 93 I 915 Contractor Signatu SUBCONTRACTORS APPLICABLE: You are required, rder for your bid to be considered responsive, to provide the information on this form showing ALL of your MBE/WBE subcontractor contacts made for your bid submission. This information is subject to verification. Any questions should be directed to Contract Compliance Office 319-291-4429. You are required, in order for your bid to be considered responsive, to provide the information on this Form showing your MBE/WBE Business Enterprise contacts made prior to your bid submission. This information is subject to verifications and confirmation. If you are unable to identify MBEANBE firms to perform portions of the work, please contact Louis Starks, Contract Compliance Officer, for assistance at (319) 291-4429. In the event it is determined that the MBEMBE Business Enterprise goals are not met, then before awarding the contract the City of Waterloo will make a determination as to whether or not the apparent successful low bidder made good faith efforts to meet the goals. TABLE OF INFORMATION SHOWING BIDDER'S PRE -BID MBE/WBE BUSINESS ENTERPRISE CONTACTS Quotes Received Quotation used in bid Subcontractors MBE/WBE Contacted Dates Yes/No Contacted Dates Yes/No Dollar Amount be Subcontracted Proposed to 3a3o&j Tn&oori-0040o( 0\ 1119,5 #0 b1I PA as E. Skro ►koo-C; n 0r11 12.5 N b I ILA 0,5 (0„1:C&Qon5-Wv dr oro 0► itgiaNs M o 1 l m(a5 C.. Corpora*C o\ 1►I-► t 9,5 ItA o+ I ‘fr1 I a5 b • ory (Form CCO-4) Rev. 06-20-02 MBEJWBE PARTICIPATION AECOM 1160680939 1.1-7of7 City Contract No. 1062 Sunnyside Creek Improvements Waterloo, Iowa MBE/WBE BUSINESS ENTERPRISE PRE-BIP,CONTACT INFORMATION FORM �Q U` Silvt,Ctiftnn . ProjectCta muff&0- 041 Dav Letting Date: ( 9,3 195 Prime Contractor Name: flfldl NO MBE/WBE SUBCON CTORS'i'f you are NOT ing any MBE/WBE subcontractors to com eteihis project, sign below. Attach a brief explanation as to why subcontracti not f-ai •le w , this project. If any MBE/WBE subcontractors will be used, please use the bottom portion of this form. Contractor Signa I,a31a5 SUBCONTRACT.' ` PPLICABLE: You are required, in •rder for your bid to be considered responsive, to provide the information on this form showing ALL of your MBEIWBE subcontractor contacts made for s r bid submission. This information is subject to verification. Any questions should be directed to Contract Compliance Office 319-291-4429. You are required, in order for your bid to be considered responsive, to provide the information on this Form showing your MBE/WBE Business Enterprise contacts made prior to your bid submission. This information is subject to verifications and confirmation. If you are unable to identify MBEANBE firms to perform portions of the work, please contact Louis Starks, Contract Compliance Officer, for assistance at (319) 291-4429. Title: —IT taS-ureA Date: In the event it is determined that the MBEIWBE Business Enterprise goals are not met, then before awarding the contract the City of Waterloo will make a determination as to whether or not the apparent successful low bidder made good faith efforts to meet the goals. TABLE OF INFORMATION SHOWING BIDDER'S PRE -BID MBE/WBE BUSINESS ENTERPRISE CONTACTS Quotes Received Quotation used in bid Subcontractors MBE/WBE Dates Contacted Yes/No Contacted Dates Yes/No Dollar Amount be Subcontracted Proposed to banI(A5 qO °I111'4 15 01 1 l L a5 Cax*r C\ e c*rs t. 01(tvIt95 01 1 \ Lk 015 s- \xx-% X' 01109126 H 0 1 10 9 (96 \if L \ 11, sirn .00 tokiv..6.Aivk , 0101[95 0 ‘ fog as (Form CCO-4) Rev. 06-20-02 MBENJBE PARTICIPATION AEC CPA t160680939 M-7 of 7 City Contract No. 1062 Sunnys!de Creek Improvements Waterloo, Iowa MBE/WBE BUSINESS ENTERPRISE ((�� ,,�� PRE-B,ID CSJNTACT FOR SA�O,�V FORM p1 [a3 25 M. Prime Contractor Name:W11Q, f�QfL ,Protect; r {lt� LettingDate: NO MBE/WBE SUBCO ' RACTORS: I ou are NOT using any MBE/WBE subcontrac orbs to'cplete this project, sign below. Attach a brief explanation as to why subcontract g :s not feasible v .th this project. f any MBE/WBE subcontractors will be used, please use the bottom portion of this form. Contractor Sign Title: Acta t r Date: (AIm ) SUBCONTRACT'' APPLICABLE: You are required, in o d: r for your bid to be considered responsive, to provide the information on this form showing ALL of your MBE/WBE subcontractor contacts made for your •id submission. This information is subject to verification. Any questions should be directed to Contract Compliance Office 319-291-4429. You are required, in order for your bid to be considered responsive, to provide the information on this Form showing your MBE/WBE Business Enterprise contacts made prior to your bid submission. This information is subject to verifications and confirmation. If you are unable to identify MBE/WBE firms to perform portions of the work, please contact Louis Starks, Contract Compliance Officer, for assistance at (319) 291-4429. In the event it is determined that the MBE/WBE Business Enterprise goals are not met, then before awarding the contract the City of Waterloo will make a determination as to whether or not the apparent successful low bidder made good faith efforts to meet the goals. TABLE OF INFORMATION SHOWING BIDDER'S PRE -BID MBE/WBE BUSINESS ENTERPRISE CONTACTS Quotes Received Quotation used in bid Subcontractors MBE/WBE Contacted Dates Yes/No Contacted Dates Yes/No Dollar Amount be Subcontracted Proposed to keo Qcxtcue-a0 Ol\O9j as ec 1� niI09196 ki&5t5Rth1xcSipaOt ai(c \‘4% o► ( at (a_5 (Form CCO-4) Rev. C6-20-02 MBEMBE PARTICIPATION AECOM #60680939 PA-7 of 7 City Contract No. 1062 Sunnyside Creek Improvements Waterloo. Iowa CONNOLLY CONSTRUCTION INC. 18409 N Cascade Rd. Peosta, IA 52068 Phone: 563-876-3225 Fax: 563-876-3115 www. con nollyconstructioninc. com SUBCONTRACTOR'S BID REQUEST FORM Contract No.: 1062 Letting Date: January 23, 2025@ 1:00 p.m. I, Tiedt Nursery, LTD, hereby attest that I have been solicited for a bid on SUNNYSIDE CREEK IMPROVEMENTS WET DETENTION POND AND CHANNEL STABILIZATION PROJECT in erosion control, seeding & landscaping. CONNOLLY CONSTRUCTION INC. has informed me that if I am interested in bidding, a subcontracting bid proposal must be submitted to the company office by JANUARY 22"°, 2025 before 5:00 p.m. V6- 7216,2 c Date I iq / g-bas Date Tiedt Nursery, LTD 2419 Bremer Ave, Waverly, IA 50677 Subcontractor's Signature Prime Bidder's Signature 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: Ju n rt "1(1€ e(ee k 6' 1�i'4t t U�'�-11�� rt Your Company Name: 'Tied/ O tir le , � 0 Address: 1t111 E. atvf. e,L./ Se_( ['Li -wet ly 1-4- St Yi Phone::31`1 367 Date: 1 r972,S List of Specific items to be bid: Item No. 3'! Description: 5w ?l't� Item No. 3 Cl Description: Seeill n-` , Type 1 r Item No. 3& Description: r)Pe� ►�< � i—yec' 3 7 ,,, Item No. 3 Description: Seed +rt-J ( C S � r Item No. 3� Description: )eee �G /1 Al (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 #606809 39 M-5 of 1 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. .52 Description: /Lb ''!It) Item No. 9C; Description: Wet( (a f" Item No. /2 Description: g EL Item No. 3 Description: r* •l P U� Item No. Description: WA) (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) MBEP BE PART1C;PA ION V•5 of 7 3unr.yside uY,rfvv8”tritfc ' EC -A.1 #6063C 39 ,;'t� ^.t•3et 740 'Soy r:atedc. c:.a 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. I5 Description: tth ffre ?ou2va t Item No. `T 1 Description: 5/ // f�a c Item No, � Description: 51(/- COlce(cft cc`'Temaval Item No. (� f�'fiLe enftwidPe6e r Description: S � Item No. Description: �L' A re_Yc/" t; I le/ (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) MB=''ABE PARTICIPATION AECi M U6O68093y M-5 of 7 Stinr;yside Creel, Irnorovelienl!s City i,ontract N,c ioh2 Aatenco r.:a 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. Item No. Item No. Item No Item No. 6Z 5> 3 5fc Description: Description: Description: Description: Description: Jur>c( IT I) O1 en r' <em-o-feYC ((t� (n(-Paag�e (Subcontractor's Co pany Name and authoriz'd 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) • MB=.YABE PARTIC;PAT:ON AECOM #60680939 •v.5 of 7 Sunnyssde Creek improvements City Contract No 1062 'hatertco owa BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, Connolly Construction Inc. as Principal, and Merchants Bonding Company (Mutual) as Surety are held and firmly bound unto the CITY OF WATERLOO , Iowa, hereinafter called "OWNER." In the penal sum Five percent of 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 , 2025, for Sunnyside Creek Improvements Wet Detention Pond and Channel Stabilization Project - City of Waterloo No. 1062 NOW, THEREFORE, (a) If said Bid shall be rejected, or in the alternate, (b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the form specified and shall furnish a bond for his faithful performance of said contract, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the agreement created by the acceptance of said Bid, Then this obligation shall be void, otherwise the same shall remain in force and effect; it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. By virtue of statutory authority, the full amount of this bid bond shall be forfeited to the Owner in liquidation of damages sustained in the event that the Principal fails to execute the contract and provide the bond as provided in the specifications or by law. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall be in no way impaired or affected by any extension of the time within which the Owner may accept such Bid or execute such contract; and said Surety does hereby waive notice of any such extension. IN WITNESS WHEREOF, the Principal and the Surety, have hereunto set their hands and seals, and such of them as are corporations, have caused their corporate seals to be hereto affixed and these pres- ents to be signed by their proper officers this 23rd day of January , A.D. 20 25 . Connolly Construction Inc. (Seal) Py{ncipal B bank tit . Qon o 1.j-Tayswcr(Title) Merchants Bonding Com• y (Mutual) (Seal) Witness Surety Witness BID BOND AECOM #60680939 By Courtney l leyer A BB-1 OF 1 City Contract No. 1062 torney-in-fact Sunnyside Creek Improvements Waterloo, Iowa MERCHANTS BONDING COMPANY„, POWER OF ATTORNEY Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., both being corporations of the State of Iowa, d/b/a Merchants National Indemnity Company (in California only) (herein collectively called the "Companies") do hereby make, constitute and appoint, individually, Brandon Horbach; Courtney Meyer; Daniel M Molyneaux; E A von Harz; Greg T LaMair; Jeffrey R Baker; Joseph I Schmit; Juliana Bartlett; Karen S Hartson; Laura J Adams; Lori S Burroughs; Stacey Rensberger; Stacy Paisley their true and lawful Attorney(s)-in-Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments 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. This Power -of -Attorney is granted and is signed and sealed by facsimile under and by authority of the following By -Laws adopted by the Board of Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and amended August 14, 2015 and April 27, 2024 and adopted by the Board of Directors of Merchants National Bonding, Inc., on October 16, 2015 and amended on April 27, 2024. "The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys -in -Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof." "The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and aut hority hereby given to the Attorney -in -Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the Attorney -in -Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner - Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation. In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 29th day of July . 2024 •••..n.s•• .-.• . •., . • • MERCHANTS BONDING COMPANY (MUTUAL) Sr.%� .t • de*.• •\NC'• • �:o/%,p •• MERCHANTS NATIONAL BONDING, INC. y •••�ik 114••.0'; �0••O(�P�/�•'.'� • d/hla MERCHANTS NATIONAL INDEMNITY COMPANY • •OS•.•• .•• : '• 'L• •••••••••:A 0 COUNTY OF DALLAS ss. •••••••*"••••••••• STATE OF IOWA On this 29th day of •y 1933 •• •v&.a•��c.• `•\ • •f • - • • By President July 2024 , before me appeared Larry Taylor, to me personally known, who being by me duly sworn did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument are the Corporate Seals of the Companies; and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. IOWA Penni Miller Commission Number 787952 My Commission Expires January 20, 2027 Notary Public (Expiration of notary's commission does not invalidate this instrument) I, Elisabeth Sandersfeld, Secretary of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., do hereby certify that the above and foregoing is a true and correct copy of the POWER -OF -ATTORNEY executed by said Companies, which is still in full force and effect and has not been amended or revoked. In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this 23rd day of POA 0018 (6/24) sssssssssssss ••...•c • p.• RP09•.•7 • •9- •z• • y•• 1933 .c • o �7' • .1+ • .ate • • • ..... • • Secretary January 12025 .