Loading...
HomeMy WebLinkAboutPrimexoRIMF>< 22650 County Highway 6 PO Box 1708 Detroit Lakes, MN 56502-1708 USA V:ct61- \ow %. ��J 11�C r1 VA" h 7L'KAIr60 .rte 22650 County Highway 6 PO Box 1708 r Detroit Lakes, MN 56502-1708 USA Item Description Unit Estimated Quantiles Unit Price Total Amount 1 Upgrade to Instrumentation and Controls LS 1.0 $ 7(14 2, 3.,, $ 7 76),),..3C, --,c TOTAL BID $ 7 q ( g,,3 a , <3 U FORM OF BID OR PROPOSAL FY 2016 WATER POLLUTION CONTROL FACILITIES UPGRADE TO INSTRUMENTATION AND CONTROLS SYSTEMS CITY OF WATERLOO, IOWA CITY CONTRACT NO. 929 Honorable Mayor and City Council Waterloo, Iowa Gentlemen: 1. The undersigned, being a Corporation existing under the laws of the State of M , a Partnership consisting of the following partners: WA 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 FY 2016 WATER POLLUTION CONTROL FACILITIES, UPGRADE TO INSTRUMENTATION AND CONTROLS SYSTEMS, CITY CONTRACT NO. 929, all in accordance with the above -listed documents and for the unit prices for work in place for the following items and quantities: FY 2016 WATER POLLUTION CONTROL FACILITIES UPGRADE TO INSTRUMENTATION AND CONTROLS SYSTEMS CITY OF WATERLOO, IOWA CITY CONTRACT NO. 929 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to the undersigned within thirty (30) days after the opening thereof, or at any time thereafter before this bid is withdrawn, the undersigned agrees to execute and deliver an agreement in the prescribed form and furnish the required bond and certificate of the insurance within ten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 S /0 Dollars ($ ) in the form of b13D , is submitted herewith in accordance with the INSTRUCTIONS TO BIDDERS. 5. Attached hereto is a Non -Collusion Affidavit of Prime Contractor. FORM OF BID AECOM 60438627 CONTRACT NO. 929 BF -1 OF 2 6. Attached hereto is a Resident Bidder Certification ( ) or Non -Resident Bidder Certification ). (Mark one.) 7. The bidder is prepared to submit a financial and experience statement upon request. 8. The Prime Contractor and Subcontractor(s), which have performed an aggregate of $10,000.00 in work for the City in the current calendar year, are prepared to submit an AAP or Update and an EOC, within ten (10) days of notification that the bid submitted is lowest and acceptable. 9. The bidder has received the following Addendum or Addenda: Addendum No. Date n/e, j7 10. The bidder shall list the MBE/WBE subcontractor(s), amount of subcontracts and bid items on the City of Waterloo Minority and/or Women Business Pre-bid Contact Information Form submitted with this Form of Bid or Proposal. The apparent low Bidder shall submit a list of all other Subcontractor(s) to be used on this Project to the City of Waterloo by 5:00 p.m. the business day following the day Bids on this Project are due along with the Non -Collusion Affidavits of All Subcontractor(s). The Contractor shall submit information on subcontractors on "SUBCONTRACTOR REQUEST AND APPROVAL" Form to be provided by City prior to approval of contract. The subcontractors listed on this proposal and/or submitted to the Contract Compliance Officer cannot be changed except for the following reasons: 1) The City of Waterloo does not approve the subcontractors. 2) The subcontractors submit in writing that they cannot fulfill their subcontracts. 11. The bidder has filled in all blanks on this proposal. Those blanks not applicable are marked "none" or "NA". 12. The bidder has attached all applicable forms. 13. The Owner reserves the right to select alternates, delete line items, and/or to reduce quantities prior to the award of a contract due to budgetary limitations. S laaln SY4nS, ►Ilei v1 1- Pkin46x ( -m. •f Biso- r r r im 1,411101 1 Vk►" Official Address: (Including Zip Code): qi (Date) Title 1 f7 t'1 N// wtUK-ce f C ler ettoidoli,orw 1,4o trukr' 01611v✓i Y / IT LAi Y111I '$t)1 I.R.S. No. I/ — i%Zq I yi 4' FORM OF BID AECOM 60438627 *** END OFSECTION *** CONTRACT NO. 929 BF -2 OF 2 Attachment 1 SRF Required Front -End Specifications (This form must be completed and signed by 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 tiN wkegr ell HAN'61M etiL Name and Title of Signer (Please Type) Date NOTE: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001. EPA -7 5720-4.2 SRF -2 May 2015 Attachment 2 SRF Required Front -End Specifications (This form must be completed and 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 System web site at http://www.epls.gov/ will be prohibited from the bidding process. Anyone submitting a bid who is listed on this web site will be determined to be a non-responsive bidder in accordance with 40 CFR Part 31. 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 o f 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 for 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 transaction s (Federal, State, or local) terminated or cause or default. I understand that a false statement on this certification may be ground for rejection of this proposal or termination of the award. In addition, under 18 U SC Sec. 10 01, a false statement ma y result in a fine of up to $10,000 or imprisonment for up to 5 years, or both. Nuik r, CN1eF@NflVU irr44 trfc. Typed Name & T'tle of Authorized Representative J2f1 igri- urs o`$'1ut :rite. Representative Date ❑ 1 am unable to certify to the above statements. My explanation is attached. EPA Form 5700-49 (11-88) SRF -3 May 2015 Attachment 3 SRF Required Front -End Specifications (This form must be completed and signed by Prime Contractor and submitted with the bid.) Disadvantaged Business Enterprise (DBE) Solicitation It is EPA's policy that recipients of EPA financial assistance through the State Revolving Fund programs award a "fair share" of subagreements to small, minority and women -owned businesses, collectively know as Disadvantaged Business Enterprises (DBEs). Iowa's Fair Share goals are: Only work performed by certified DBEs can be counted toward the goals. In Iowa, DBEs must be certified through the Iowa Department of Transportation (IDOT). Information on certification requirements and a list of certified DBEs is on the IDOT website at http://www.iowadot.gov/contracts/contracts eeoaa.htm. Prime contractors' DBE requirements for SRF projects include: • Taking affirmative steps for DBE participation • Documenting the efforts and the proposed utilization of certified DBEs PROJECT INFORMATION SRF Applicant: Minority -Owned Business Enterprise (MBE) Goal Women -Owned Business Enterprise (WBE) Goal Construction 1.7% 2.2% Supplies 0.6% 5.6% Services 2.5% 11.3% Goods/Equipment 2.5% 10.4% Average 1.8% 7.4% Only work performed by certified DBEs can be counted toward the goals. In Iowa, DBEs must be certified through the Iowa Department of Transportation (IDOT). Information on certification requirements and a list of certified DBEs is on the IDOT website at http://www.iowadot.gov/contracts/contracts eeoaa.htm. Prime contractors' DBE requirements for SRF projects include: • Taking affirmative steps for DBE participation • Documenting the efforts and the proposed utilization of certified DBEs PROJECT INFORMATION SRF Applicant: Bidder: SJ,,. �i 6gie W-?RJ1i1ti�1 Address: �G'!�!�1fJ% ,0-kk M'01-/-1/1/21-No pp-, ` r l m 5" 1,1 Contact Person: /40 1 /giva,di.'" (-- Signature: OF / .1 , 410 rig, •. ,, Phone Number: - l f-• , 7 --/5/7 E -Mail Address: -Tit)rJii4 .5ockER1 SJr IOM S CO", Check if Prime Contractor is: ❑ Minority -Owned ❑ Women -Owned SRF -4 May 2015 GOOD FAITH EFFORTS CHECKLIST Please complete the checklist to determine if you have complied with the requirement to make good faith efforts to ensure that certified DBEs have the opportunity to compete for procurements funded by EPA financial assistance funds. Bidders/offerers must make good faith efforts prior to submission of bids/proposals. 1. Did you ensure that DBEs are made aware of contracting opportunities to the fullest extent practicable through outreach and recruitment activities? Yes ❑ No 2. Did you make information on forthcoming opportunities available to DBEs and arrange time frames for contracts and establish delivery schedules, where the requirements permit, in a way that encourages and facilitates participation by DBEs in the competitive process? This includes, whenever possible, posting solicitation for bids or proposals for a minimum of 30 calendar days before the bid or proposal closing date. ❑ Yes No 3. Did you consider in the contracting process whether firms competing for large contracts could subcontract with DBEs? This will include dividing total requirements, when economically feasible, into smaller tasks or quantities to permit maximum participation by DBEs in the competitive process. R. Yes ❑ No 4. Did you encourage contracting with a consortium of DBEs when a contract is too large for one of these firms to handle individually? ❑ Yes N,g, No 5. Did you use the services of the Small Business Administration and the Minority Business Development Agency of the Department of Commerce to identify potential subcontractors? ❑ Yes � No 6. List the potential DBE subcontractors that were contacted. Only list those that are certified through the Iowa Department of Transportation. Name How Contacted (e.g. letter, phone call, fax, e-mail) Response (e.g. did not respond, not interested, not competitive) CrC,P.Mg CLEC, -r gi •P wi 4 Liter i o NOT g -S Pe,D Cuu PERPE R. Clkci,et c F", .t 141-er bi o No -r Q spit r0 1.. C - C.oRpb eA-T oto VA --A .t LcT7F.2 b» r P.E Stot 0 ACtAs ?A n-,n1hNE f 1.6-1%*- -lith NoF - .5P0ND 'VAT Co C,blac t?.Uc.T)1 L. &1 \i- ir.etce 1b)0 NOT ,SPOan ) PROPOSED UTILIZATION OF DBE SUBCONTRACTORS Please include Attachments 4 and 5 to document the proposed utilization of certified DBE subcontractors. SRF -5 May 2015 Attachment 4 SRF Required Front -End Specifications (This form must be completed and signed by Prime and DBE Subcontractor for each subcontract and submitted with the bid.) OMB Control No: 2090-0030 Approved 8/13/2013 Approval Expires 8/31/2015 United States Environmental Protection Agency Disadvantaged Business Enterprise Program DBE Subcontractor Performance Form This form is intended to capture the DBE' subcontractor's2 description of work to be performed and the price of the work submitted to the prime contractor. An EPA Financial Assistance Agreement recipient must require its prime contractor to have its DBE subcontractors complete this form and include all completed forms in the prime contractor's bid or proposal package. Subcontractor Name P-V� Project Name 2 Oi � W A PoL ctioM j eoL. clad 1 --MES tkPbeAttE, 'lb -13S-reiliA61.514(1 tbt3 VI Want, sip Bid/Proposal No. NIA Assistance Agreement ID No. (if known) PI A Point of Contact W1\ Address 1')(11 Telephone No. Email Address Prime Contractor Name Ste' c.t rcz•a..o SVSi► t5/X. +e. J PEI iv\EX Issuing/Funding Entity S C ' Contract Item Number Description of Work Submitted to the Prime Contractor Involving Construction, Services, Equipment or Supplies Price of Work Submitted to the Prime Contractor UD "PROPOSALS C,Gi V _e. DBE Certified by DOT SBA Meets/exceeds EPA certification standards? YES NO Unknown Other: 1A DBE is a Disadvantaged, Minority, or Woman Business Enterprise that has been certified by an entity from which EPA accepts certification as described in 40 CFR 33.204-33.205 or certified by EPA. EPA accepts certifications from entities that meet or exceed EPA certification standards as described in 40 CFR 33.202. 2Subcontractor is defined as a company, firm, joint venture, or individual who enters into an agreement with a contractor to provide services pursuant to an EPA award of financial assistance. EPA Form 6100-3 (DBE Subcontractor Performance Form) — Page 1 SRF -7 May 2015 OMB Control No: 2090-0030 Approved 8/13/2013 Approval Expires 8/31/2015 United States Environmental Protection Agency Disadvantaged Business Enterprise Program DBE Subcontractor Performance Form certify under penalty of perjury that the forgoing statements are true and correct. Signing this form does not signify a commitment to utilize the subcontractors above. I am aware of that in the event of a replacement of a subcontractor, I will adhere to the replacement requirements set forth in 40 CFR Part 33 Section 33.302 (c). Prime Con tac_ or Signature Print Name �11i' OW/iii �l % I- fide Date e/W OW/kb OM-- — th// / Subcontractor Signature Print Name Title Date The public reporting and recordkeeping burden for this collection of information is estimated to average three (3) hours per response. Send comments on the Agency's need for this information, the accuracy of the provided burden estimates, and any suggested methods for minimizing respondent burden, including through the use of automated collection techniques to the Director, Collection Strategies Division, U.S. Environmental Protection Agency (2822T), 1200 • Pennsylvania Ave., NW, Washington, D.C. 20460. Include the OMB control number in any correspondence. Do not send the completed form to this address. EPA Form 6100-3 (DBE Subcontractor Performance Form) — Page 2 SRF -8 May 2015 Attachment 5 SRF Required Front -End Specifications (This form must be completed and signed by Prime Contractor and submitted with the bid if utilizing DBE subcontractors.) OMB Control No: 2090-0030 Approved 8/13/2013 Approval Expires 8/31/2015 United States Environmental Protection Agency Disadvantaged Business Enterprise Program DBE Subcontractor Utilization Form This form is intended to capture the prime contractor's actual and/or intended use of identified certified DBE1 subcontractors2 and the estimated dollar amount of each subcontract. An EPA Financial Assistance Agreement Recipient must require its prime contractors to complete this form and include it in the bid or proposal package. Prime contractors should also maintain a copy of this form on file. Prime Contractor Name 5_3 ,€ucr; o 5y ST€,MS l'iB>A NIX Project Name W2'I(v WAR ft-I.Afr rJ WE, e ate -it, Jsi .ui cro- C0f5TPL.. FACIL(TnE S T1t7N Nkicc ROt- Stisf rTOC Bid/Proposal No. cA0-112.Ac-t n,)v. q20 Assistance Agreement ID No. (if known) 0+.+ Point of Contact ?-AkweA SOCtLE.12:1 Address galas a C.00NTy N 16}Il&)A IN le b iur r.1 --A► :s ,1vt+,! 565V 1 Telephone No. } 21S- eAri - t3 )-7 Email Address AVMA . Su(,K6itz, - e-SzeKNoMBus ,CzM& Issuing/Funding Entity 51ZF. have identified potential DBE certified subcontractors If yes, please complete the table below. If no, please explain: YES X NO t,t a IZ�S c S E C 1P..*` D S' DSO W" + Subcontractor Name/Company Name Company Address/Phone/Email Estimated Dollar Amount Currently DBE Certified? Continue on back if needed 1A DBE is a Disadvantaged, Minority, or Woman Business Enterprise that has been certified by an entity from which EPA accepts certification as described in 40 CFR 33.204-33.205 or certified by EPA. EPA accepts certifications from entities that meet or exceed EPA certification standards as described in 40 CFR 33.202. 2Subcontractor is defined as a company, firm, joint venture, or individual who enters into an agreement with a contractor to provide services pursuant to an EPA award of financial assistance. EPA Form 6100-4 (DBE Subcontractor Utilization Form) — Page 1 SRF -9 May 2015 OMB Control No: 2090-0030 Approved 8/13/2013 Approval Expires 8/31/2015 United States Environmental Protection Agency Disadvantaged Business Enterprise Program DBE Subcontractor Utilization Form certify under penalty of perjury that the forgoing statements are true and correct. Signing this form does not signify a commitment to utilize the subcontractors above. I am aware of that in the event of a replacement of a subcontractor, I will adhere to the replacement requirements set forth in 40 CFR Part 33 Section 33.302 (c). The public reporting and recordkeeping burden for this collection of information is estimated to average three (3) hours per response. Send comments on the Agency's need for this information, the accuracy of the provided burden estimates, and any suggested methods for minimizing respondent burden, including through the use of automated collection techniques to the Director, Collection Strategies Division, U.S. Environmental Protection Agency (2822T), 1200 Pennsylvania Ave., NW, Washington, D.C. 20460. Include the OMB control number in any correspondence. Do not send the completed form to this address. EPA Form 6100-4 (DBE Subcontractor Utilization Form) - Page 2 SRF -10 May 2015 Prime ontractor Signature Print Name X01 /1.°1{' - OAN-1e-tai itle Date el 8/1/4-0/9 t g/I%7 The public reporting and recordkeeping burden for this collection of information is estimated to average three (3) hours per response. Send comments on the Agency's need for this information, the accuracy of the provided burden estimates, and any suggested methods for minimizing respondent burden, including through the use of automated collection techniques to the Director, Collection Strategies Division, U.S. Environmental Protection Agency (2822T), 1200 Pennsylvania Ave., NW, Washington, D.C. 20460. Include the OMB control number in any correspondence. Do not send the completed form to this address. EPA Form 6100-4 (DBE Subcontractor Utilization Form) - Page 2 SRF -10 May 2015 Mayor QUENTIN M. HART COUNCIL MEMBERS TOM POWERS Ward 1 BRUCE JACOBS Ward 2 PATRICK MORRISSEY Ward JEROME AMOS, JR. Ward 4 RON WELPER Ward 5 TOM LIND At -Large STEVEN SCHMITT At -Large SALES TAX EXEMPTION AECOM 60438627 CITY OF WATERLOO, IOWA WATERLOO ENGINEERING DEPARTMENT 715 Mulberry St. Waterloo, IA 50703 • (319) 291-4312 Fax (319) 291-4262 ERIC THORSON, P.E. • City Engineer INFORMATION NEEDED FOR IOWA CONSTRUCTION SALES TAX EXEMPTION CERTIFICATE CONTRACTOR NAME: 5.1, &at& _i Sfr/ / JIL I' t) ADDRESS:440 f , %A/U71� I" 1 hinA/74 V G, /Weir MV3) 7.1cS1? (Check One) PRIME: X SUBCONTRACTOR: FEDERAL ID#: LH -1,o 70 4 V -logo vJATeR ft)wtTeaz,13-Titou q�fl 4 PROJECT NAME: i1it:.IZAr ' Th xv.. 1 elm #ri • A Anon c n ea- gT'eMS PROJECT CONTRACT NO.: 2q DESCRIPTION OF WORK: ❑ Brickwork ❑ Landscaping ❑ Carpentry 0 Painting ❑ Concrete 0 Paving ❑ Drywall -Plaster -Insulation 0 Plumbing Electrical 0 Roofing -Siding -Sheet Metal ❑ Excavation/Grading 0 Windows O Flooring 0 Wrecking -Demolition ❑ Heavy Construction 0 Other (Please Specify) O Heating -Ventilating -Air Cond. 0 WE'RE WORKING FOR YOU! An Equal Opportunity/Affirmative Action Employer CONTRACT NO. 929 Page STE-1 OF 1 NON -COLLUSION AFFIDAVIT OF PRIME BIDDER State of tflIWAJ6 D TA" ) )ss County of Pi„dC— % I'Al /11 5ldG i 'r 1. He is pPP , being first duly sworn, deposes and says that: Owner Partner •ffice :Re •resentative orA•ent , of 5.J, area D sig61/41r1, , the Bidder that as submitted the attached Bid; 2. He is fully informed respecting the preparation and contents of the attached Bid and of all pertinent circumstances respecting such Bid; 3. Such Bid is genuine and is not a collusive or sham Bid; 4. Neither the said Bidder nor any of its officers, partners, owners, agents, representatives, employees, or parties in interest, including this affiant, has in any way colluded, conspired, connived or agreed, directly or indirectly, with any other Bidder, firm or person to submit a collusive or sham Bid in connection with the Contract for which the attached Bid has been submitted or to refrain from bidding in connection with such Contract, or has in any manner, directly or indirectly, sought by agreement or collusion or communication or conference with any other Bidder, firm or person to fix the price or prices in the attached Bid or of any other Bidder, or, to fix any overhead, profit or cost element of the bid price or the bid price of any other Bidder, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against the City of Waterloo, Iowa, or any person interested in the Proposed Contract; and 5. The price or prices quoted in the attached Bid are fair and proper and are not tainted by any collusion, conspiracy, connivance or unlawful agreement on the part of the Bidder or any of its agents, representatives, owners, employees, or pa s i � audi g this'ffiant. (Sig _ / ,41///�����; l// I� Title Subscribed and sworn to before me this J 1 day of fithled.i111. My commission expires � _� ��' 3 1 C% 99 ,_0� Title , 20n RENAE M. TWIGG NOTARY PUBLIC•MINNESOTA My Comm. Exp. Jan. 31 2022 NON -COLLUSION CONTRACT NO. 929 NCA -1 OF 2 AECOM 60438627 NON -COLLUSION AFFIDAVIT OF SUBCONTRACTOR State of --I:ovJa. ) )ss: County of Pack Ac(c)k_ ) gr'&K f,)-cVv' -e 5 , being first duly sworn, deposes and says that: 1. He is (Owner Partner, fficer Representative, or Agent) , of 1<tW El etf-r,c v.C. hereinafter referred to as the "Subcontractor;" 2, He is fully informed respecting the preparation and contents of the subcontractor's proposal submitted by the subcontractor to P Rrni O. contract pertaining to the project in F Y ,2a/& LJ s. -f -e pot/vit.-co,. Co.,a.'o ( Fac i l t}i <S Up nide_ -t-n .*,.-s. 1 ”ii u,..,e,...1-n4;a co..m( Co (.44-.zat 55}rc'l-e,-••--S tAteel-ev- lot. tH, (City or County and State) 3. Such subcontractor's proposal is genuine and is not a collusive or sham proposal; 4. Neither the subcontractor 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 proposal in connection with such contract or to refrain from submitting a proposal in connection with such contract, or has in any manner, directly or indirectly, sought by unlawful agreement or connivance with any other bidder, firm or person to fix the price or prices in said subcontractor's proposal, or to fix any overhead, profit or cost element of the price of prices in said subcontractor's proposal, or to secure through 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 subcontractor's proposal 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) VP Title '.nn Subscribed and sworn to before me this `� day of �Y"CIAatASt- 201"1. (X/4Titl My commission expires "7-13- tr6 .ENDOR Commission •Number 161F482 c My Commission E Aires July 23, 20 ( V NON -COLLUSION CONTRACT NO. 929 NCA -2 OF 2 AECOM 60438627 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 60438627 CONTRACT NO. 929 EOC-1 of 2 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 60438627 (Title) (Date) CONTRACT NO. 929 EOC-2 of 2 NON-RESIDENT BIDDER CERTIFICATION CONTRACT NO.: I2A PROJECT NAME: 9 zot uk-f ? oLLUCI'►D 1.1 (Dare% cAAG►LfriES tkpaAw. "10 .ziFGS Fs DATE OF LETTING: 4‘1.16UST ID, 2Oi 7 I hereby certify that I am an Iowa non-resident bidder. COMPANY NAME: • ttidiw �K2L l Nt , /7M- Pie/f/ CORPORATE OFFICER: low- TITLE: &fief RAMA A, L if�GIC. DATE: gl // STATE/COUNTRY OF RESIDENCY:l%l/Af[ Qll7- Stated below are the preference(s) to resident bidders in the state/country of (Preference to bidders, labor force, or other preferential treatment to bidders or laborers, etc. RESIDENT BIDDER AECOM 60438627 CONTRACT NO. 929 RB -3 OF 3 Revised February 2003 CONTRACTOR'S OR SUBCONTRACTOR'S AFFIRMATIVE ACTION PROGRAM Check box that applies to party completing program: ( ) General Contractor ) Subcontractor I. Section A to be completed by GENERAL CONTRACTORS only: A. /rte Name of Company C,J. Ut W SYS►�`'i?S, /AI& VA- Y/1f1 EX Address of Company th62 (DMnfTY 1-116//W4' 69 Zip Telephone Number ( > ) J / 5 17 Federal ID Number (if no Federal ID Number, Owner/President's Social Security Number) w - l »77&-J b' Name of Projecfc* to tJk - p(1t1 aJC1l t CCaT'rOL4AU ants tiP6k1w."1 z'I-C Sys MS Project Contract Number Cit3r e.Art M?. 129 Estimated Construction Work Dates Will I `1 / 7l 18 �Sfart Finish Section B to be completed by SUBCONTRACTORS only: B. Name of General or Prime Contractor Name of Subcontractor Subcontractor's Address Zip Subcontractor's Telephone Number ( Subcontractor's Federal ID Number (if no Federal ID Number Owner/President's Social Security Number) Name of Equal Employment Officer C. Remainder of program to be completed by party completing program, either Prime or Subcontractor. -1 - 1. The Owners and/or Principals of your company: Ethnic Name Address Position Sex Origin Pkv/ 111091 o (mrnWI1fimt)A '10 WOW* i j'YI GIPi yml wIH Sial( ?,26 f Oust 'IIi6/h UAY/ (!PO r l'.kl{ iih\I 2. Other Areas of Interest: If your company has branches or subsidiaries, or if your company is a branch or subsidiary of a parent organization, give the following information: Name t If Type of Address Affiliation Degree II. EMPLOYER'S POLICY (Please read carefully.) A. We, the undersigned, recognize that we are morally and legally committed to nondiscrimination in employment. Any person who applies for employment with our company will not be discriminated against because of race, color, creed, sex, national origin, economic status, age, mental or physical handicap. B. The employment policies and practices of the undersigned are to recruit and hire employees without discrimination, and to treat them equally with respect to compensation and opportunities for advancement, including training, upgrading, promotion, and transfer. However, we realize the inequities associated with employment training, upgrading, contracting and subcontracting for minorities and women and we will direct our efforts to correcting any deficiencies to the maximum extent possible. The same will be required of our SUBCONTRACTORS and suppliers. C. We submit this program to assure compliance with Executive Order 11246, as amended, and other subsequent orders that may pertain to equal employment opportunity and merit employment policies, fully realizing that our qualification and/or merit system should be evaluated and revised, if necessary. D. We agree to put forth the maximum effort to achieve full employment and utilization of capabilities and productivity of all our citizens without regard to race, creed, color, sex, national origin, economic status, age, and mental or physical handicap. E. S:_�,earn4 INC . 'DM )i/)1 �( will give training (Name of Company) -2 - and employment opportunities to local residents of Waterloo, Iowa, to the greatest extent feasible. III. AFFIRMATIVE ACTION A. 5,J, CZCf 7 ..D W , /1Ve , AA- P12117?f ( recognizes that the (Name of Company) effective application of a policy of merit employment involve more than just a policy statement, and 5,J, wra SYS A J ?ifr7&k (Name of Company) will, therefore, re-evaluate our Affirmative Action Program to ensure that equal employment opportunities are available on the basis of individual merit, and to actively encourage minorities, women and local residents to seek employment with our company on this basis. B. 77 L) Sym -J115 P T)/W& will undertake the (Name of Company) following six (6) steps to improve our Affirmative Action Program: 1. Minority Recruitment and Employment; 2. Local Recruitment and Employment; 3. Disabled Veteran and Vietnam Era Veteran Recruitment and Employment; 4. Handicapped Recruitment and Employment; 5. Female Recruitment and Employment; and 6. r Training,;��nUpgrading and Promotional//1�Opportunities. C. S.J. LEWt!T D '91-(444C,1101`. Dpi- PelMr . will take (Name of Company) whatever steps are necessary to ensure that our total work force has adequate minority, female, and local representation. We will utilize the following methods in our recruitment attempts: 1. Local advertising media (newspapers, radio, TV); 2. Community organizations (churches, clubs, schools); 3. Public and private institutions in the area (UNI, Hawkeye Community College); 4. Job Service of Iowa; and 5. Other. D. 5,J. 0, /JRG SY i 3 tS nye, pp- ?I , ill seek qualified minority, (Name of Company) female, and local group applicants for all job categories and will make asserted efforts to increase minority, female and group representation in occupations at the higher levels or skill and responsibility. E. All sources of employment used shall be aware that we are an Equal Employment Opportunity Employer. Labor organizations representing our employees will be notified of our Equal Employment Opportunity Policy and Affirmative Action Program. -3 - F. Training, upgrading, promotion and transfer activities at all levels will be monitored to ensure that full consideration has been given to qualified minority, female, and local group employees. yy,,p,,� G. 5..1. k Syvv14 , //ii1 1 &4 J I4I A will encourage other (Name of Company) companies with whom we are associated and/or do business, to do the same and we will assist them in their efforts. ;gyp` H. 6J. SY T 1'IS /AIC- 1 ?1t f IMtx has taken the following (Name ofCompany) Affirmative Action to ensure that minority, female, local contractors and/or suppliers were provided opportunities to negotiate and/or bid on this project: (if none, write "NONE") 2. As a result of the above efforts, we have involved minority, female, and local contractors and/or suppliers in the following areas of subcontracting: (if none, write "NONE") 1. ))00-e 2. J. `7, J, Ct7 SYf 7Mf /IJ(', DM- PRirtiA will require approved (Name of Company) Affirmative Action Programs from all nonexempt contractors who propose to work on this project and will take whatever steps are necessary to ensure that non - minority contractors have adequate representation of minority, female and local persons in their total work force. K. In further accordance with rules and guidelines issued pursuant to Executive Order 11246 as amended, we establish the goals for our company, based on parity percentages supplied by the City, and we realize these goals will be reviewed on an annual basis. L. SJ, MI -1;) 6Y-0273/ )NC Wyk ?/e)/fl will keep records of (Name of Company) specific actions relative to recruitment, employment, training, upgrading and promotion and will provide the City of Waterloo with any information relative to same, including activities of our SUBCONTRACTORS and suppliers as necessary or when requested. M. Parity figures for companies located in Waterloo are as follows: Minority Parity = I' .08 (8%) N. SJ, e ) 7 `M%�'J, /ke • PM- PRIMORAffirmative Action (Name of Company) -4 - Employment Goals: The definition of Affirmative Action Goals is as follows: "Goals may not be rigid and inflexible quotas which must be met, but must be targets, reasonably attainable by means of applying every good faith effort to make all aspects of the entire Affirmative Action Program work." For the year 2011, please submit percentage targets for employing minorities and women. If you already have reached your target for hiring minorities and women, please submit that percentage. *Goals for Minorities: Goals for Women: p "Your affirmative action goals should be between 1% and 10% or more for minorities and 1% and 5% or more for women. Please be advised that the goals or targets are purely your estimation of how many women and minorities your company can reasonably expect to hire in 201 . Note, that none of the goals are rigid or inflexible. They are targets that your company calculates as reasonably attainable. This will help the City in its monitoring procedures as required by City of Waterloo Resolution No. 1984- 142(4). -5 - CONTRACTOR'S TOTAL WORK FORCE (WATERLOO) INDICATE: DISABLED VETERAN: DV VIETNAM ERA VETERAN: W HANDICAPPED: H -6 We hereby certify that we are in compliance with all City and Federal Affirmative Action Regulations and agree to accept all liability for failure to comply. Respectfully submitted, 411F Equal Employment Opportunity Officer h7 Date City of Waterloo Affirmative Action Officer Approved Disapproved Reason: By: Date: 7 MBE/WBE BUSINESS ENTERPRISE p� ` �y�,,� PRE-BID CONTACT INFORMATION FORM Prime Contractor Name: 5J, i J j?J 5)c tlY61 / Project:926'1(0 etL.Um iri. Letting Date: lb /101 r-7 7) r ,rn( paou t,UW'it s 1A%e40E- t :I. c SOTEMS NO MBE/WBE SUBCONTRACTORS: If you 9re �fbb using any MBE/WBE subcontractors to complete this project, sign below. Attach a brief explanation as to why subcontracting was not fe 'b wi t. If any MBE/WBE subcontractors will be used, please use the bottom portion of this form. [57/li Contractor .11p/y1-";!1A4,11 Title: alff FIJ(J (i/ i/,4t- brne 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 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 MBE/WBE Subcontractors Dates Contacted Yes/No Dates Contacted Yes/No Dollar Amount Proposed to be Subcontracted (A rez. cI e.i+c i tiii 8IrtO 1.i a *DO Cert e-cl '1 1 140 Gv� g. E as C. f Ill VAXl- €(2111 ie,-v4,E:4 ki,'1 No -D- L 4"Xwait-T,UhJ SI1/11 14x 140 ®1si17 Co`KCiesi {t4n.r;1 00 f 1 A$ tail 031' I to (7 SIM/ ane. . (i - {: ed Kt i' 'JO V P ra girriv , *�c,- 8 I h1�� 'N" , ciiiiii(,.ed , I (Form CCO-4) Rev. 06-20-02 MBE/WBE PARTICIPATION AECOM 60438627 CONTRACT NO. 929 M-6 OF 6 BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, as Principal, and as Surety are held and firmly bound unto the CITY OF WATERLOO , Iowa, hereinafter called "OWNER." In the penal sum Dollars ($ ) lawful money of the United States, for the payment of which sum will and truly be made, we bind ourselves, our heirs, executors, administrators, and successors, jointly and severally, firmly by these presents. The condition of this obligation is such that whereas the Principal has submitted the accompanying bid dated the day of , 20_, for 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 day of , A.D. 20 (Seal) Principal By (Title) (Seal) Witness Surety By Witness Attorney-in-fact BID BOND AECOM 6;0438627 CONTRACT NO. 929 BB -1 OF 1 BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, SJE Rhombus dba Primex as Principal, and Western Suret COM an. as Surety are held and firmly bound unto the CITY OF WATERLOOIowa,hereinafter called Five Percent (5%) of the amount of the bid "OWNER."In the penal sum _ . Dollars ($ 5% ) lawful money of the United States, for the payment of which sum will and truly be made, we hind 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 10th day of August 2017, for Upgrade Instrumentation and control s stems at Waterloo WPCF including replacement of PLCs, PCs and outdated networking system running the plant control system witji industry standard equipment, software platforms and Ethernet/fiber optics redundant communications network 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 boncl 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 eiy ount 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 falls 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 there as are corporations, have caused their corporate seals to be hereto affixed and these pres- ents to be signed by their proper officers this 10th_ clay of August , A.D. 2017_ . SJE Rhombus dba Primex Witness Witness BID BOND AECOM 6:0438627 Princ'pal ealf .4000, voitztivii itle) Western Surety Company Surely (Seal) ENANSilidifek (Seal) By c /I'/, f- i" l ot- . Attorney-in-fact, Melissa M. Nordin CONTRACT NO. 92) BB -1 OF 1 INDIVIDUAL OR PARTNERSHIP ACKNOWLEDGMENT STATE OF COUNTY OF On the day of ss , before me personally appeared to me known to be the person(s) described in and who executed the foregoing instrument, as Principal(s), and acknowledged to me that he executed the same as his/her/their free act and deed. (Notary Seal) CORPORATE ACKNOWLEDGMENT STATE OF (V)_ 1J Ea1' i°f COUNTY OF 'TJer�I4. - ss On the 10th day of August, 2017, before me personally appeared LA.0 pt 1. e EPS to me known, who being by me duly sworn, did say that he/she is the C -YO of SJE Rhombus dba Primex , the corporation described in and which executed the foregoing instrument; that he/she knows the seal of said corporation; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the board of directors of said corporation; and that he/she signed his/her name thereto by like order RENAE M. TWIGG NOTARY PUBLIC• MINNESOTA MAM:SEx$i?J3N. 31 2022 ACKNOWLEDGMENT OF CORPORATE SURETY STATE OF MINNESOTA ss COUNTY OF Hennepin On the 10th day of August, 2017, before me personally appeared Melissa M. Nordin to me known, who being duly sworn, did say that he/she is the aforesaid officer or attorney-in-fact of the Western Surety Company a corporation; that the seal affixed to the foregoing instrument is the corporate seal of said corporation, and that said instrument was signed and sealed in behalf of said corporation by the aforesaid officer, by authority of its board of directors; and the aforesaid officer acknowledged said instrument to be the free act and deed of said corporation. (Notary Seal) NAME ALEMDAR NOTARY PUBLIC - MINNESOTA My Commission Expires January 31, 2021 Western Surety Company POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know All Men By These Presents, That WESTERN SURETY COMPANY, a South Dakota corporation, is a duly organized and existing corporation having its principal office in the City of Sioux Falls, and State of South Dakota, and that it does by virtue of the signature and seal herein affixed hereby make, constitute and appoint Melissa M Nordin, Terry Starks, Robert E Clemants, Alan Starks, Name Alemdar, Individually of Saint Louis Park, MN, its tore and lawful Attorney(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on its behalf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said Attomey, pursuant to the authority hereby given, are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By -Law printed on the reverse hereof, duly adopted, as indicated, by the shareholders of the corporation. In Witness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its Vice President and its corporate seal to be hereto affixed on this 5th day of January, 2017. State of South Dakota County of Minnehaha } SS WESTERN SURETY COMPANY aul T. Brunet, Vice President On this 5th day of January, 2017, before me personally came Paul T. Bruflat, to me known, who, being by me duly sworn, did depose and say: that he resides in the City of Sioux Falls, State of South Dakota; that he is the Vice President of WESTERN SURETY COMPANY described in and which executed the above instrument; that he knows the seal of said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporation. My commission expires June 23, 2021 J. MOHR �aorasrvuauca 6OM OM suc CERTIFICATE J. Mohr, Notary Public I, L. Nelson, Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attomey hereinabove set forth is still in force, and further certify that the By -Law of the corporation printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said corporation this 10TH day of AUGUST 2017 APpt PVv`O Form 84280-7-2012 WESTERN SURETY COMPANY Cr. L. Nelson, Assistant Secretary