Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Boomerang, Corp.
• • • Boomerang Corp 13225 Circle Dr. Suite A P.O. Box 227 Anamosa, Iowa 52205 Bid Security: F.Y. 2025 E./W. San Marnan Drive Reconstruction Project To: City Clerk/Auditor City of Waterloo 715 Mulberry Street Waterloo, Iowa 50703 Letting: March 3, 2025 1:00 PM qc CM/ OF.. 141 ERg 000 CITY CLERK'S OFFICE M 1 Boomerang Corp 13225 Circle Dr. Suite A P.O. Box 227 Anamosa, Iowa 52205 Proposal For: F.V. 2025 E./W. San Marnan Drive Reconstruction Project To: City Clerk/Auditor City of Waterloo 715 Mulberry Street Waterloo, Iowa 50703 Letting: March 3, 2025 1:00 PM 14 FORM OF BID OR PROPOSAL F.Y. 2025 E./W. SAN MARNAN DRIVE RECONSTRUCTION PROJECT CONTRACT NO. 1116 CITY OF WATERLOO, IOWA Honorable Mayor and City Council Waterloo, Iowa Gentlemen: 1. The undersigned, being a Corporation existing under the laws of the State of JOLOOk 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 F.Y. 2025 E./W. SAN MARNAN DRIVE RECONSTRUCTION PROJECT, Contract No. 1116, all in accordance with the above -listed documents and for the unit prices for work in place for the following items and quantities: FY 2025 E. / W. SAN MARNAN DR RECONSTRUCTION PROJECT CONTRACT NO.1116 DIVISION I - ROADWAY CONSTRUCTION ITEM BID SUDAS SPECIFICATION * SUPPLEMENTAL SEE DESCRIPTION UNIT MARNAN DR SAN QTY UNIT BID PRICE TOTAL BID PRICE DIVISION 2 - EARTHWORK 1 2010-108-D-1 * TOPSOIL, 4 INCHES, ON SITE SY 25,410.0 $ 1. 60 q $ 25, )0. 60 2 2010-108-D-3 * TOPSOIL, 4 INCHES, OFF SITE SY 8,544.0 $ 5. Qo $ L/31 *'a0ti 60 3 2010-108-E * EXCAVATION, ROADWAY AND CLASS BORROW 10, CY 585.0 $c2,gaS.CM) $ 5.as 4 SEE EST. REF. EXCAVATION, WASTE CLASS 10, CY 14,473.0 $ I2 OD $ atp01 S l q. 6U 5 2010-108-F * EXCAVATION, BELOW GRADE CLASS 10, CY 2,258.0 $ LoS OO $H(011 %Q. 00 6 2010-108-G * SUBGRADE PREPARATION SY 61,740.0 $ i . bU $ 61,140, $7,40, at') 00 t Oh 7 2010-108-J * SUBBASE, MODIFIED, 12 INCH SY 61,740.0 $ 0, 00 8 IADOT 2121 GRANULAR B, 4 INCH DEPTH SHOULDER, TYPE SY 14,959.0 $ 6,0o S491-1'Sq•. $ 66 DIV. I - SUBTOTAL EARTHWORK = $ I ?fl al 1 / 3. 66 , DIVISION DRAINS 4 - SEWERS AND STORM SEWERS FORM OF BID CONRACT NO. 1116 Page 1 of 6 9 4020-108-A STORM RCP 2000D, SEWER, 24 INCH TRENCHED, LF 8.0 $ (23 J .. bo $ 1, S c , 6b 10 4020-108-A STORM RCP 2000D, SEWER, 18 INCH TRENCHED, LF 24.0 $ l.e, boo . 00 $ 050 • OD 11 4020-108-A STORM RCP 2000D, SEWER, 15 INCH TRENCHED, LF 4.0 y b( $ I, to DO • 00 $ Da . 12 4020-108-D REMOVAL RCP, 36INCH LESS OF THAN STORM OR EQUAL SEWER, TO LF 132.7 $ Ja.UC) $ ),seiQ.yD 13 4020-108-D REMOVAL SUBDRAIN OF STORM SEWER, LF 2'188.0 $ W b bC) $ Di nto• DO i 14 4020-108-G STORM ABANDONMENT, PLUG, RCP, SEWER 18 INCH FILL AND LF 550.0 $ -2(.e. 00 $ IQ abo ` 60 15 4020-108-G STORM ABANDONMENT, PLUG, RCP, SEWER 15 INCH FILL AND LF 48.0 $ Ql, 6C0 $ I► air$ L 66 SUBDRAINS 16 4040-108-A * SUBDRAIN, TYPE SP, 6 INCH LF 14,345.0 $ 1'3. 60 $ I SL Ll �6 , 06 17 4040-108-D * SUBDRAIN STRUCTURE, OUTLET 6 INCH TO EACH 12.0 $ y00 $ 1-1, 260 . 00 .O() 18 4040-108-D * SUBDRAIN 6 INCH OUTLET TO DITCH, EACH 78.0 $ `s60% 00 $ 39, abd 4 00 DIV. I - SUBTOTAL SEWERS AND DRAINS - STORM = 712, 15, q1) $ DIVISION FOR SEWERS SANITARY 6 - STRUCTURES AND STORM 19 6010-108-B * INTAKE, SW-505 EACH 1.0 $ ), 006 . CU 0 $ ), boo . Q( 20 6010-108-B * INTAKE, SW-507 EACH 3.0 $ L, (V) $ 14 s b 60O. • CO 21 6010-108-E * MANHOLE MINOR, SW-401, ADJUSTMENT, 48 EACH 4.0 $,Q, d00.60ScO 22 6010-108-E * MANHOLE MINOR, SW-402, ADJUSTMENT, 60"x60" EACH 1.0 $ 2 O b 0 • bo $ ?,too . 60 23 6010-108-F * INTAKE SW-506 ADJUSTMENT, MAJOR, EACH 2.0 $ L(, 000.00 $ t 000 . OE) 24 6010-108-G CONNECTION MANHOLE SUBDRAIN OR TO INTAKE, EXISTING EACH 8.0 $ ;Z, 060,60 $ )10, b00 t 00 25 6010-108-H * REMOVE END SECTIONS, INTAKE STORM AND FLARED EACH 26.0 $ 1.00O , 00 $ 15, 1000 • 00 DIV. I - SUBTOTAL STRUCTURES FOR SANITARY AND STORM SEWERS = $ 1(o, / Om O(j DIVISION AND RELATED 7 - STREETS WORK PCC PAVEMENT 26 7010-108-A; 302* PAVEMENT, SUDORC-4,CL3AGG PCC, 9 INCH, C- SY 53,250.0 )`C12.MSe'„ CI $ Sb,0() $ 27 7010-108-E CURB WIDE, & 9-INCH GUTTER, DEPTH, 24-INCH PCC, C-4 LF 715.0 $ 35 ' OD $ 25 oiS, On ` 28 7010-108-G CONCRETE DEPTH, PCC, MEDIAN, C-4 6-INCH SY 48.1 $i .71 00 $ 14, I gq, %0 FORM OF BID CONRACT NO. 1116 Page 2 of 6 29 7010-108-1; * 302 PCC TESTING PAVEMENT SAMPLES AND LS 1 0 $ 5, b 001 0 0 $ v, 060, 60 SIDEWALKS, PATHS, AND SHARED DRIVEWAYS USE 30 7030-108-E * PCC SIDEWALK, 6-INCH, C-4 SY 18.8 $ 32 , 00 1.. $ )1 5Lj too 31 7030-108-G * DETECTABLE WARNINGS SF 40.0 $ go, QO $ 1, l O (, 60 PAVEMENT REHABILITATION 32 7040-108-H * PAVEMENT REMOVAL SY 52,218.0 $ 3.00 $ 151., 65 L/. 60 33 7040-108-1 CURB & GUTTER REMOVAL LF 50.0 $ ) 1 .. 0p $ 2150, 00 DIV. I - SUBTOTAL STREETS AND RELATED WORK = $ ,S 12-S (0O5-d 30 i y DIVISION CONTROL 8 - TRAFFIC TRAFFIC SIGNALS 34 SEE EST. REF. TRAFFIC LOOPS LS 1.00 $ 55)600. O(? $55, bob. 00 PAVEMENT MARKINGS 35 8020-108-B PAINTED MARKINGS, PAVEMENT WATERBORNE STA 280.86 Los 1 S, a55. 96 $ , 00 $ 36 8020-108-F WET, REMOVABLE RETROFLECTIVE TAPE MARKINGS STA 49.40 $ ) '35.. O0 $ (p, GO.. CEO 37 8020-108-G PAINTED LEGENDS, SYMBOLS TEMPORARY AND EACH 27.00 $ i i 0 , 00 $ ;2,97O , Oa 38 8020-108-H * PRECUT LEGENDS SYMBOLS AND EACH 47.00 $ 560.00 $ 0231 5Dd % 60 39 8020 108 K PAVEMENT REMOVED MARKINGS STA 37.04 $ l $ LI, to 36 as . oo 100 40 8020 108 L SYMBOLS REMOVED AND LEGENDS EACH 20.00 $ 9,600, 60 $ I9 , on TEMPORARY CONTROL TRAFFIC 41 8030-108-A * TEMPORARY CONTROL TRAFFIC LS 1 0 $ 25,000,b0 $ cQ5, 600. 00 42 8030-108-A * PORTABLE MESSAGE SIGNS DYNAMIC EACH DAY / 56.0 $ 1 b0 .00 , CP 66 • Cal? 43 8030-2.02 DIRECTIONAL DETAILS SIGNS, PER EACH 104.0 $ 1460 •O(j $ 101 1-/06 , O() 44 IADOT 2518010 2528- SAFTEY CLOSURE EACH 21.0 $ 1 a5 , v0 $ D, b a5. 06 DIV. I - SUBTOTAL PAVEMENT MARKINGS AND TRAFFIC CONTROL = $ 15 -7 1 Li 9.96 DIVISION AND LANDSCAPING 9 - SITE WORK , SEEDING 45 9010-108-B * HYDRAULIC FERTILIZING TYPE 1 SEEDING, AND MULCHING - SY 37,350.0 $ () .7 sO $ 2 f 4 5 OO 0 - , EROSION CONTROL AND SEDIMENT 46 9040-108-N-1 SILT DITCH FENCE CHECK, OR SILT INSTALLATION FENCE LF 3,370.0 $ 1 , S O b5 $ 5, S, 06 FORM OF BID CONRACT NO. 1116 Page 3 of 6 47 9040-108-N-2 * SILT DITCH SEDIMENT FENCE CHECK, OR SILT REMOVAL FENCE OF LF 500.0 $ $ 50 ., v0 48 9040-108-N-3 SILT DITCH DEVICE FENCE CHECK, OR SILT REMOVAL FENCE OF LF 3,370.0 $ $ 337.6? 49 9040-108-Q-2 * EROSION MULCHING, HYDROMULCHING CONTROL SY 33,954.0 $ 0. U $ Jo, )21.24C.)6 50 9040-108-T-1 * INLET INSTALLATION, PROTECTION DROP DEVICE, -IN EACH 10.0 $ 165 , no I 60 $ 55 Os , 51 9040-108-T-1 * INLET INSTALLATION, APPLIED PROTECTION SURFACE- DEVICE, EACH 9.0 $ % Z1 % 06 $ 21.. co 52 9040-108-T-2 * INLET MAINTENANCE PROTECTION DEVICE, EACH 19.0 $ -7% 60 $ 513s oO 1-I1-1 DIV. I - SUBTOTAL SITE WORK AND LANDSCAPING = $ 1 1,5 .. ad DIVISION MISCELLANEOUS 11 - 53 11010-108-A CONSTRUCTION SURVEY LS 1•0 $ 20, 000 .60 $ 19b, b60• 00 54 11020-108-A MOBILIZATION LS $300I $ I, 000 . ,OC 00 1.0 $ I.SCti 003.00 55 11,050-108-A CONCRETE WASHOUT LS 1.0 $ 11 000, 00 56 IADOT 2505 STEEL CONSTRUCTION REMOVAL BEAM GUARDRAIL AND LS 1.0 244, 0b0. $ y, b40 k 00 $ 00 42 57 SEE EST. REF. TEMPORARY PCC OR 6 INCH PAVING, HMA 6 INCH SY 930.0 117. 00 $ 3, 710 ,, 60 $ DIV. I - SUBTOTAL MISCELLANEOUS = $ 'fit%tetli1 e 00 DIVISION II - WATER MAIN DIVISION 2 - EARTHWORK 58 2010-108-J * SUBBASE, MODIFIED, 12 INCH SY 22.9 $ .3L-1 , Oa $ %%S .. 400 DIV. II - SUBTOTAL EARTHWORK = $ 11 Z • it, O DIVISION AND APPURTENANCES 5 - WATER MAIN PIPES AND FITTINGS 59 5010-108-A WATER POLYWRAPPED, MAIN, TRENCHED, DIP, 12" LF 125.0 $ ISO • OD $ l Z, i 5O. 00 60 5010-108-C FITTING, SLEEVE, 12" ROMAC ALPHA XL EACH 2.0 $ I, goo, 00 $ :3, 8DO1 66 61 5010-108-C FITTING, 8"x12"x12" MJ LOCKING TEE, EACH 1.0 $ cal 00 $ j, -7UO . 00 62 5010-108-C FITTING, 90° MJ BEND, 12" EACH 1.0 $ j i .360 ,UO $ if 300 r 60 63 5010-108-C FITTING, 8„ RESTRAINED SLEEVE, EACH 1.0 $ 2 1 OO $ 8' 5. ©O VALVES, FIRE HYDRANTS, AND APPURTENANCES 64 5020-108-A VALVE, MJ GATE, 12" EACH 1.0 $ 4, 00, 60 $ 'J, 500 - 60 65 5020-108-A VALVE, MJ GATE, 8" EACH 1.0 $ 2, .7 DO . CULL $ 2 ,•7 6 Q , 60 DIV. II - SUBTOTAL WATER MAINS AND APPURTENANCES = $ 331 6L/5. 60 FORM OF BID CONRACT NO. 1116 Page4of6 DIVISION AND RELATED 7 - STREETS WORK PCC PAVEMENT 66 7010-108-A PAVEMENT, SUD OR C-4, PCC, CL 9 3 AGG INCH, C- SY 16.8 $ Jbc b0 $ 1, Lg 80 • 00 SIDEWALKS, PATHS, AND SHARED DRIVEWAYS USE 67 7030-108-E PCC SIDEWALK, 6-INCH, C-4 SY 8.5 $ 115.60 $ 9 TT. 50 68 7030-108-G DETECTABLE WARNINGS SF 10.0 $ 3 - 00 $ 350 • 00 PAVEMENT REHABILITATION 69 7040-108-H * PAVEMENT REMOVAL SY 25.3 $ 9,9. 00 $ '-1`W:- 0 DIV. II - SUBTOTAL STREETS AND RELATED WORK = $ 3,.1 y 1 , QO DIV.I - TOTAL= $ 5143c1 �z6.g0 DIV. II - TOTAL = 1 $ 3gf Ogg aU TOTAL BID - DIV. I+DIV. II= $ �,��(� ty�ir�' i 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 (c7/n (l ortni-I Dollars ($ ) in the form of kti iThowf , 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. 7 The bidder is prepared to submit a financial and experience statement upon request. 8. The Prime Contractor and Subcontractor(s) which have performed an aggregate of $10,000.00 in work for the City in the current calendar year, are prepared to submit an AAP or Update and an EOC, within ten (10) days of notification that the bid submitted is lowest and acceptable. 9. The bidder has received the following Addendum or Addenda: Addendum No. Date 9 - g, Lf ce,25 FORM OF BID CONRACT NO. 1116 Page5of6 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. 11. The bidder has filled in all blanks on this proposal. Those blanks not applicable are marked "none" or "NA". 12. The bidder has attached all applicable forms. 13. The Owner reserves the right to select alternates, delete line items, and/or to reduce quantities prior to the award of a contract due to budgetary limitations. BY: OffiEtaI Address: (Including Zip Code): (Date) Title( > lm f )0,01afjeircle_rioirsit; ft p 60y ID-e-7 nqmncloi , T Lca 5Qc9C)5 I.R.S. No. '--0- I 500 I ? FORM OF BID CONRACT NO. 1116 Page 6 of 6 NON -COLLUSION AFFIDAVIT OF PRIME BIDDER State of Mica) County of --,AnieS ) cc4 RekIeP3 1. kt, is (Owner, Partner,i Officer,Representative, or Agent) , of Or 1 )ss , being first duly sworn, deposes and says that: , the Bidder that has submitted the attached Bid; Y)mP feinsj v 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: Neither the said Bidder nor any of its officers, partners, owners, agents, representatives, employees, or parties in interest, including this affiant, has in any way colluded, conspired, connived or agreed, directly or indirectly, with any other Bidder firm or person to submit a collusive or sham Bid in connection with the Contract for which the attached Bid has been submitted or to refrain from bidding in connection with such Contract, or has in any manner, directly or indirectly sought by agreement or collusion or communication or conference with any other Bidder, firm or person to fix the price or prices in the attached Bid or of any other Bidder, or, to fix any overhead, profit or cost element of the bid price or the bid price of any other Bidder, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against the City of Waterloo, Iowa, or any person interested in the Proposed Contract; and 5 The price or prices quoted in the attached Bid are fair and proper and are not tainted by any collusion, conspiracy, connivance or unlawful agreement on the part of the Bidder or any of its agents, representatives, owners, employees, or parties in interest, including this affiant. (Signed) ir`(n.1- Title Subscribed and sworn to before me this My commission expires 1/fem day of 0, Title DAWN M KING Commission Number 855430 My Commissionx it s • Bidder Status Form To be completed by all bidders P art A Please answer "Yes" or "No" for each of the following: QYes es 9/Yes Yes O No O No O No O No ONo My company is authorized to transact business in Iowa. (To help you determine if your company is authorized, please review the worksheet on the next page). My company has an office to transact business in Iowa. My company's office in Iowa is suitable for more than receiving mail, telephone calls, and e-mail. My company has been conducting business in Iowa for at least 3 years prior to the first request for bids on this project. My company is not a subsidiary of another business entity or my company is a subsidiary of another business entity that would qualify as a resident bidder in Iowa. If you answered "Yes" for each question above, your company qualifies as a resident bidder. Please complete Parts B and D of this form. If you answered "No" to one or more questions above, your company is a nonresident bidder. Please complete Parts C and D of this form. To be completed by resident bidders Part B My company has maintained offices in Iowa during the past 3 years at the following addres es: ` l I Dates: / WO to Li-iff / _ Address. I 4 • - r r I City, State, Zip. lArNMOS Q )1 L jCk Dates: / / to / / Address: City, State, Zip: Dates: / / to / / Address You may attach additional sheet(s) if needed. City, State, Zip. 1 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? O Yes O No 3. If you answered "Yes" to question 2, identify each preference offered by your company's home state or foreign country and the appropriate legal citation. You may attach additional sheet(s) if needed. To be completed by all bidders P art D certify that the statements made on this document are true and complete to the best of my knowledge and I know that my failure to provide accurate and truthful information may be a reason to reject my bid. Arair Firm Name: Signature: Date: (0 ( 3 You must submit the completed form to the governmental body requesting bids per 875 Iowa Administrative Code Chapter 156. This form has been approved by the Iowa Labor Commissioner. 309-6001 (09-15) Worksheet: Authorization to Transact Business This worksheet may be used to help complete Part A of the Resident Bidder Status form. If at least one of the following describes your business, you are authorized to transact business in Iowa. O Yes ONo Q Yes ONo O Yes ONo Q es (3Yes QNo Q YesQNo DYes O No O Yes O No o Yes O Yes Q YesQNo My business is currently registered as a contractor with the Iowa Division of Labor. My business is a sole proprietorship and I am an Iowa resident for Iowa income tax purposes. My business is a general partnership or joint venture. More than 50 percent of the general partners or joint venture parties are residents of Iowa for Iowa income tax purposes. My business is an active corporation with the Iowa Secretary of State and has paid all fees required by the Secretary of State, has filed its most recent biennial report, and has not filed articles of dissolution. My business is a corporation whose articles of incorporation are filed in a state other than Iowa, the corporation has received a certificate of authority from the Iowa secretary of state, has filed its most recent biennial report with the secretary of state, and has neither received a certificate of withdrawal from the secretary of state nor had its authority revoked. My business is a limited liability partnership which has filed a statement of qualification in this state and the statement has not been canceled. My business is a limited liability partnership which has filed a statement of qualification in a state other than Iowa, has filed a statement of foreign qualification in Iowa and a statement of cancellation has not been filed. My business is a limited partnership or limited liability limited partnership which has filed a certificate of limited partnership in this state, and has not filed a statement of termination. My business is a limited partnership or a limited liability limited partnership whose certificate of limited partnership is filed in a state other than lowa, the limited partnership or limited liability limited partnership has received notification from the Iowa secretary of state that the application for certificate of authority has been approved and no notice of cancellation has been filed by the limited partnership or the limited liability limited partnership. My business is a limited liability company whose certificate of organization is filed in Iowa and has not filed a statement of termination. My business is a limited liability company whose certificate of organization is filed in a state other than Iowa, has received a certificate of authority to transact business in Iowa and the certificate has not been revoked or canceled. 309-6001 (09-15) MBE/WBE BUSINESS ENTERPRISE PRE -BID CONTACT INFORMATION FORM Prime Contractor Name: fir►• YY1&Qn Project: ZOZ`1 stting Date: `a.-6 • 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 subcontracting was not feasible with this project. If any MBE/WBE subcontractors will be used, please use the bottom portion of this form. Contractor Signature: Title: Date: SUBCONTRACTORS APPLICABLE: You are required, in order for your bid to be considered responsive, to provide the information on this form showing ALL of your MBE/WBE subcontractor contacts made for your bid submission. This information is subject to verification. Any questions may be directed to Contract Compliance Office 319-291- 4429. You are required, in order for your bid to be considered responsive, to provide the information on this Form showing your MBE/WBE Business Enterprise contacts made prior to your bid submission. This information is subject to verifications and confirmation. If you are unable to identify MBE/WBE firms to perform portions of the work, please contact Rudy Jones, Contract Compliance Officer, for assistance at (319) 291-4429. In the event it is determined that the MBE/WBE Business Enterprise goals are not met, then before awarding the contract the City of Waterloo will make a determination as to whether or not the apparent successful low bidder made good faith efforts to meet the goals. TABLE OF INFORMATION SHOWING BIDDER'S PRE -BID MBE/WBE BUSINESS ENTERPRISE CONTACTS Quotes Received Quotation used in bid Subcontractors MBE/WBE Contacted Dates Yes/No Contacted Dates Yes/No Dollar Amount be Subcontracted Proposed to Old:5 qe.<3 7 5 ItO f J()LL) h (: MOQCQJTrGPC. PM aeloCIC CSPA-0C-12:-5 r No aok5 m (c1 31-Q1-itico bar kb 211c5 i'fltk\r LCtc l l; n D%/25 I Cc) 4b/f`3 /00 S�ockr Thu 1T.? Ckl'rq 10o-rso-r-ti (Form CCO-4) Rev. 06-20-02 ' r otck Olen, 2.-Pla/a5 ew H0,000 . 00 al�l0s n..O 3151a& MO C61)-6 /-e-• 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 Tess than three (3) are offering the services to be subcontracted, then a contact is required for any that are listed as providing that service. If you have submitted a MBE/WBE contact not on the City's MBE/WBE list, attach a copy of the certification from another government agency. 3. Contacts to each 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 MBE/WBE, OR b. If no bid was received, a copy of correspondence received from the MBE/WBE with a "no bid" response, OR c. If no response was received, a copy of the solicitation sent to the MBE/WBE with proof of mailing attached. 5. If any MBE/WBE business submitting bids are not selected for subcontract award, documentation must accompany the "MBE/WBE BUSINESS ENTERPRISE PRE -BID CONTACT INFORMATION FORM" on why the MBE/WBE was not selected. These reasons could include: a. Not low bid. Copies of the competing bids may be required for verification. b. 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 MBE/WBE firm planning to submit quotes on construction projects with goals, shall submit a Letter of Intent to Bid (Form CCO-5) to the City Contract Compliance Officer seven (7) working days prior to bid opening, listing specific items which the MBE/WBE firm is interested in bidding. If the City Contract Compliance Officer does not receive sufficient scope letters seven (7) working days prior to bid opening, goals on subject project will be reduced accordingly. Agreements between the bidder/proposer and an MBE/WBE in which the MBE/WBE promises not to provide subcontracting quotations to other bidders/proposers are prohibited. Form CCO-4A Rev. 07-08-02 elowADoT January 5, 2024 Vallarie Holm Tiedt Nursery, Ltd. 2419 E. Bremer Avenue Waverly, IA 50677 VIA ELECTRONIC MAIL RE: Affidavit of Continued DBEIACDBE Certification Eligibility Ms. Holm, This letter confirms receipt of your annual No Change Affidavit and supporting documentation. The Iowa Department of Transportation (Iowa DOT), in compliance with 49 Code of Federal Regulations Part 26 (49 C.F.R. §§26 et seq.), is pleased to inform you that your firm's information has been reviewed and approved. Your firm's Disadvantaged Business Enterprise (DBE) certification will remain valid for another year. The DBE Directory, located at https://secure.iowadot.gov/DBE/Home/Index/, will continue to list your contact information and will include the following NAICS codes and description of services performed: NAICS Code: 237990, 238990, 561730 Work Types: Erosion Control (Seed, Sod, Mat, and Silt Fence), Fencing, Herbicide Application; Landscaping (Trees and Shrubs), Mowing, and Retaining Walls; Supplier: Trees, Shrubs, Seed, Fertilizer, Erosion Control Products, Plastic Tubing, and Fencing As a DBE, you have the responsibility to comply with all aspects of 49 C.F.R Part 26; maintain an accurate mailing address and phone number with Iowa DOT and promptly return all solicitation inquiries. If you have any questions, please contact this office. Sincerely, LL kJ Danny Wagener Civil Rights Compliance Officer '. 1515-239-1422 I danny.wagener@iowadot.us I www.iowadot.gov Address: civil Rights Bureau 800 Lincoln Way, Ames, IA 50010 Bond No. PB000551 BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, Boomerang Corp. as Principal, and Philadelphia Indemnity Insurance Company , as Surety, are held and firmly bound unto the CITY OF WATERLOO , Iowa, hereinafter called "OWNER." In the penal sum Five Percent of Bid Amount (5% of bid amount) Dollars ($ XXX ) lawful money of the United States, for the payment of which sum will and truly be made, we bind ourselves, our heirs, executors, administrators, and successors, jointly and severally, firmly by these presents. The condition of this obligation is such that whereas the Principal has submitted the accompanying bid dated the 5th day of March , 20 25 ,for Project No. 1116 - F.Y. 2025 E/W San Marnan Drive Reconstruction Project NOW, THEREFORE, (a) If said Bid shall be rejected, or in the alternate, (b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the form specified and shall furnish a bond for his faithful performance of said contract and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the agreement created by the acceptance of said Bid, Then this obligation shall be void, otherwise the same shall remain in force .and effect; it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. By virtue of statutory authority, the full amount of this bid bond shall be forfeited to the Owner in liquidation of damages sustained in the event that the Principal fails to execute the contract and provide the bond as provided in the specifications or by law. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall be in no way impaired or affected by any extension of the time within which the Owner may accept such Bid or execute such contract, and said Surety does hereby waive notice of any such extension. IN WITNESS WHEREOF, the Principal and the Surety, have hereunto set their hands and seals, and such of them as are corporations, have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers this 4th * day of March ,AD, 20 25 Witness Witness freAAA emerang Lorp. Principal By • (seal) \Ft Q ('Mi Cell (TItIo)- Philadelphia Indemnity Insurance Company (Seal) Surety Try. Stapl s Attorney -in -fact By BID BOND Page 1 of 1 ACKNOWLEDGMENT OF PRINCIPAL (Individual) State of ) ) County of ) On this day of in the year before me personally come(s) to me known and known to me to be the person(s) who (is) (are) described in and executed the foregoing instrument and acknowledge(s) to me that he/she executed the same, Notary Public ACKNOWLEDGMENT OF PRINCIPAL (Partnership) State of ) ) County of ) On this day of in the year before me personally come(s) a member of the co -partnership of to me known and known to me to be the person who is described in and executed the foregoing instrument and acknowledges to me that he/she executed the same as for the act and deed of the said co -partnership. Notary Public ACKNOWLEDGMENT OF PRINCIPAL (Corporation) State of____1_ a La ) County of tbnQ$3 ) On this l �h cl4y, of 1 + CJ\ , in the year e9.0�5 , before me personally come(s) C )c X e-N RZ ck k €s , to me known, who, being duly swom, deposes and says that he/she is the \ et- Q(Q \dam i- of the noinox(my Cor executed the oregoing that he/she knows the seal () the corporation described in and whicheg g instrument; of the said corporation; the seal affixed to the said instrument is such corporate seal; that it was so affixed by the order of the Board of Directors of said corporation, and that he/she signed his/her name thereto by like order. 404 s row* DAWN M KING Commission Number 855430 My C mmission Expires State of Minnesota ) County of Dakota ) Notary Public ACKNOWLEDGMENT OF SURETY (Th On this 4th day of March, in the year 2025, before me personally come(s) Troy A. Staples, Attomey(s)-in-Fact of Philadelphia Indemnity Insurance Company with whom I am personally acquainted, and who, being by me duly sworn, says that he/she is (are) the Attomey(s)-in-Fact of Philadelphia Indemnity Insurance Company company described in and which executed the within instrument; that he/she know(s) the corporate seal of such company; and that seal affixed to the within instrument is such corporate seal and that it was affixed by order of the Board of Directors of said company, and that he/she signed said instrument as Attorney(s)-in-Fact of the said company by 'TONI L. FERRILL P) NOTARY PUBLIC - MINNESOTA My C-0mrnissi011 Expires Jan 31, 2027 Notary Public order. PHILADELPHIA INDEMNITY INSURANCE COMPANY One Bala Plaza, Suite 100 Bala Cynwyd, PA 19004-0950 Power of Attorney KNOW ALL PERSONS BY THESE PRESENTS: That PHILADELPHiA INDEMNITY INSURANCE COMPANY (the Company), a corporation organized and existing under the laws of the Commonwealth of Pennsylvania, does hereby constitute and appoint Jennifer M. Boyles, Nicholas J. Hoch ban, Thomas G. Kemp, Thomas M. Lahl, Troy A. Staples, Zachary W. Pate of Pate I3ondint_, Inc., its true and lawful Attorney -in -fact with Rill authority to execute on its behalf bonds, undertakings, recognizances and other contracts of indemnity and writings obligatory in the nature thereof issued in the course of its business and to bind the Company thereby, in an amount not to exceed S50,000,000. This Power of Attorney is granted and is signed and sealed by &simile under and by the authority of the following Resolution adopted by the Board of Directors of PHILADELPHIA INDEMNITY INSURANCE COMPANY on the 14'h of November, 2016. RESOLVED: That the Board of Directors hereby authorizes the President or any Vice President of the Company: (1) Appoint Attomey(s) in Fact and authorize the Attorney(s) in Fact to execute on behalf of the Company bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof and to attach the seal of the Company thereto; and (2) to remove, at any time, any such Attorney -in -Fact and revoke the authority given. And, be it FURTHER RESOLVED: That the signatures of such officers and the seal of the Company may be affixed to any such Power of Attorney or certificate relating thereto by &simile, and any such Power of Attorney so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company in the Wire with respect to any bond or undertaking to which it is attached. IN TESTIMONY WHEREOF, PHILADELPHIA INDEMNITY INSURANCE COMPANY HAS CAUSED THIS INSTRUMENT TO BE SIGNED AND TTS CORPORATE SEALTO BE AFFIXED BY ITS AUTHORIZED OFFICE THiS 5TH DAY OF MARCH, 2021. . :•.• •,r 44 v . •*< ir. (Seal) , Jobe Glomb. President & CEO Philadelphia Indemnity Insurance Company On this 5'h day of March, 2021 bebre me came the individual who executed the preceding instntment, to me personally known, and being by me duly sworn said that he is the therein described and authorized officer of the PHILADELPHIA INDEMNITY INSURANCE COMPANY; that the seal affixed to said instntment is the Corporate seal of said Company; that the said Corporate Seal and his signature were duly affixed. Commonwvalth of Pennsylvania - Notary Seal Vanessa Mckenzie, Notary Public Montgomery county My commission expires November3, 2024 Commission number 1366394 Men•.Oer, Porn$)ive4:n Assotlauon N Nolan,; Notary Public: residing at: Bala Cynwyd, PA My commission expires: November 3, 2024 i, Edward Sayago, Corporate Secretary of PHILADELPHIA INDEMNITY INSURANCE COMPANY, do hereby certify that the foregoing resolution of the Board of Directors and the Power of Attorney issued pursuant thereto on the 5'h day March, 2021 are true and correct and are still in fiill brce and effect. I do fitrther certify that John Glomb, who executed the Power of Attorney as President, was on the date of execution of the attached Power of Attorney the duly elected President of PHILADELPHIA INDEMNITY INSURANCE COMPANY. In Testimony Whereof I have subscribed my name and affixed the facsimile seal of each Company this At • • • I ' I:_' I , • • 4th day of March , 2025 Edward Sayago, Corporate Secretary PHILADELPHIA INDEMNITY INSURANCE COMPANY