Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Municipal Pipe Tool Co., LLC
MUNICIPAL PIPE TOOL CO., LLC TO: Bid Enclosed: FY2017 CIP Pipelining Phase IIIA Bid Due: March 2, 2017 Bid Time: 1:OOpm 515 FIFTH STREE HUDSON, 10 City of Waterloo Attn: City Clerk 715 Mulberry St Waterloo, IA 50 C,on donv(---I\ Pw- Oleo-) Com rts �,rv�p (®yee I�csfi w! cArrty cf Nio Revised Per Addendum No. 1 - 2/24/2017 FORM OF BID OR PROPOSAL FY 2017 CIP PIPELINING PHASE IIIA CITY OF WATERLOO, IOWA CITY CONTRACT NO. 919 Honorable Mayor and City Council Waterloo, Iowa Gentlemen: 1. The undersigned, being a Corporation existing under the laws of the State of -j dam{-' , a Partnership consisting of the following partners: i q,,rc- Kr -kr t Lav- ) I(e.Ike ✓ 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 2017 CIP PIPELINING PHASE IIIA, CITY CONTRACT NO. 919, all in accordance with the above -listed documents and for the unit prices for work in place for the following items and quantities: FY 2017 CIP PIPELINING PHASE IIIA CITY OF WATERLOO, IOWA CITY CONTRACT NO. 919 Item Description Unit Estimated Quantiles Unit Price Total Amount 1 8 -Inch Diameter CIP Pipe Lining LF 12,740.0 $ c 3,50 $ c7gcj 3qc - 2 10 -Inch Diameter CIP Pipe Lining LF 2,665.0 $ R, -j .FO r $ (-5, AR.SC 3 12 -Inch Diameter CIP Pipe Lining LF 2,630.0 $ 3 i . e_> 0 $ F:a, 54is 4 18 -Inch Diameter CIP Pipe Lining LF 281.0 $ 6 (P. SD $ 16, 87(x• () 5 21 -Inch Diameter CIP Pipe Lining LF 326.0 $ — if -0 $ c2` -ti ((13 —• 6 24 -Inch Diameter CIP Pipe Lining LF 706.0 $ (0 5, S0 $ 7`4-r1--1'83-- 7 36 -Inch Diameter CIP Pipe Lining LF 766.0 $ , 3D, SG $ I (e o - 8 Pipe Televising - 8" LF 25,480.0 $ '7) . 50 $ l x,'140 -- 9 9 Pipe Televising - 10" LF 5,330.0 $ , SU $ ,A ((e `.- 10 Pipe Televising - 12" LF 5,260.0 $ 0 , '• 0 $ ((p3C 11 Pipe Televising - 18" LF 562.0 $ , -O $ 0R -f 1 12 Pipe Televising - 21" LF 652.0 $ 0 .-7c, $ 1 -If, -- 13 Pipe Televising - 24" LF 1,412.0 $ ,--7 c, $ 1A.6"--; 14 Pipe Televising - 36" LF 1,532.0 $ 0 .--7'S $ 11 (-q -• 15 Pipe Cleaning - 8" LF 12,740.0 $ ! -- $ 12,-7,40 - 16 Pipe Cleaning - 10" LF 2,665.0 $ / -- $ , (Qt 5 - 17 Pipe Cleaning - 12" LF 2,630.0 $ /_. $ A (/)3o 18 Pipe Cleaning - 18" LF 281.0 $ /-- $ at -- 19 19 Pipe Cleaning - 21" LF 326.0 $ - $ (p f 20 Pipe Cleaning - 24" LF 706.0 $ 0'2. -- $ 10,11.- 21 Pipe Cleaning - 36" LF 766.0 $ 'j ---• $ 3t.,c` FORM OF BID AECOM 60504645 CONTRACT NO. 919 BF -1 OF 4 Revised Per Addendum No. 1 - 2/24/2017 Item Description Unit Estimated Quantiles Unit Price Total Amount 22 Type C Root Removal - 8"-10" LF 1,154.0 $ .2 . So $ '? qF , 23 Type C Root Removal - 12" LF 196.0 $ a „5 0 $ /-(610 -- 24 Type C Root Removal - 18"-24" LF 98.0 $ (y, . . $ 5 25 Type C Root Removal - 36" LF 57.0 $ /t;. $ 57 C,: 26 Lateral Reinstatement EA 368.0 $ 75 - • $ 2-7 (i)oc. - 27 3 -FT Lateral Grouting EA 368.0 $ , - - $ q0 / (06) 28 Manhole Inspection EA 649.0 $�. -- $ 27/ 2,SS - - 29 Internal Chimney Seal EA 391.0 $ 3/tW — $ ) 30 Manhole Barrel Joint Leak Repair EA 257.0 $ /_i_610/ - . $ /2.c 2.,4 ✓ 31 Manhole Lining EA 211.0 $ I'd 5 -- $ jqL; ?f?S — 32 Grout Work EA 78.0 $ -; 73 -- $s&, gq -t - 33 Miscellaneous Manhole Work LS 1.0 $ IC', 240- • $ '30, 21-1 34 DWG 36 - MH 08-09-05 - Wet WeII LS 1.0 $ r' �, , i 79- $ 2 3, L} -7� _ ,.. TOTAL BID $ f Lj. L' , (,9- "L-1 ` 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.pll 4. Security in the sum of d- Bohci 5c)/c x Dollars ($ C% X ) in the form of (c zC'i , 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 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 FORM OF BID AECOM 60504645 CONTRACT NO. 919 BF -2 OF 4 Revised Per Addendum No. 1 - 2/24/2017 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. llll rrf fpal:pipe_ dol_PojLLC, 31(11-7 C��I " "(Name of(�Biidd�er) p� /' BY: C� �Title (� 0C-) Official Address: (Including Zip Code): Municipal Pipe Tool Co. LLC t. ox Hudson, IA 50643 (Date) I.R.S. No. FORM OF BID AECOM 60504645 Co -0533-73 R CONTRACT NO. 919 BF -3 OF 4 Bidder Status Form To be completed by all bidders Part A Please answer "Yes" or "No" for each of the following: Yes Yes to Yes 1.21 Yes >.rYes ❑ No ❑ No ❑ No ❑ No ❑ 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). 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 addresses: LLC Municipal Pipe WF Co, LLAT 5 i S..ILL SL PO Box 398 Dates: Dates: Dates: / / / / to / / / / to / / You may attach additional sheet(s) if needed. Address: City, State, Zip. Address. City, State, Zip. Address: City, State, Zip: T4 :50643 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 bidders who are residents? ❑ Yes ❑ 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 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. Mun c p&& Pipe Tool Co. LLC Firm Name: Signature: Date: 3 /1/17 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 02-14 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). (N(A)a.0 311/17 Signature Date W 1 Lar) Name and Title of Signer (Please Type) NOTE: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001. EPA -7 5720-4.2 Municipal Pipe Toot Co. LLC 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. Vint v1 W ot_s G( lac,- C Do Typed Name & Title of Authorized Representative Signature of Authorized Representative Date ❑ I am unable to certify to the above statements. My explanation is attached. EPA Form 5700-49 (11-88) Municipal Pipe Tool Co. LLC 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: .,, 0...r W Ol—ff- cl O 6 Bidder: Mu icip41 Ytpe Tool Co. LLC ia:_, ,. 515 5th Address: St. PO 130x 398‘' ._Hudson, TA 50643 . Contact Person: 5 Q � (A ) G� IC Signature: di / (A) a sc-frdtAk Phone Number: 5 Cq _ q_ , I D_O S E -Mail Address: Sh,Q-vt5-Vl yin wtun i t Lo-ryi Check if Prime Contractor is: ❑ Minority -Owned ❑ Wo eh -Owned SRF -4 May 2015 MBE/WBE BUSINESS ENTERPRISE �t k). d PRE-BID CONTACT INFORMATIN FORM ^� r / - 7 Prime Contractor Name: j p.,-; Li L. Project: re (',1e f i sett eating Date: J f elf I • 20 t1 Lint -n -4,S 111 NO MBEIWBE SUBCONTRACTORS: you are NOT using any MBEIWBE subcontractors to complete this project, sign below. Attach a brief explanation as to why subcontracting was not feasible with this project. If any MBENVBE subcontractors will be used, please use the bottom portion of this form. Contractor Signatures " -" ' Vv0 tc 14 �00 Date: -(I (� I 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 MBENVBE 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 MBENVBE Business Enterprise contacts made prior to your bid submission. This information is subject to verifications and confirmation. if you are unable to identify MBENVBE 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 MBENVBE 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 MBEIWBE BUSINESS ENTERPRISE CONTACTS Quotes Received Quotation Used in Bid MBEIWBE Subcontractors Dates Contacted Yes/No Dates Contacted Yes/No Dollar Amount Proposed to be Subcontracted S e_J (} Ct—. ice— tlit ed SR' F FuG r_I a s w wako 0,crvistvtAphurl 312,11-7 (-( . oQ oes vi of- I.{ -o ✓f ~` . C'aLe eo i coyAstVt.(.CAnt U\ 3/a11-1 fy,,,e ) 110 ay s vvr- e,. 1,(ic-IL Covi.Gtlitkjioll &lain C' mild, V1 D a rl6vve z. , , - P --Y clicl rtu (Form CCO-4) Rev. 06-20-02 MBE/WBE PARTICIPATION CONTRACT NO. 919 � \no VM go '-7(FAX n) -ft t/otc n M-6OF6 AECOM 60504845 L '''r / 1\A i1 (� �� C 1 P �/ OM--glll WY- Rot i/ict-ca lo(j tkt (AnruhratAte,s lj,S+C--0( c fM. � a�'� � � Ct �'P oroUZI�- . �. oto �� �,,m.5 G�Q-v� �Jl g145 -1/0- w vs)o etc �� \\n H- Re V�ak It in t ng i S a_ spf+ 1 ec - —(1 pe 01\ I/VD ✓I�. 17i r°cL► Cno-f- Ise p o I b 1 03/02/2017 THU 08:21 FAX 3199883506 Municipal Pipe Tool 1001 *************************** *** FAX ERROR TX REPORT *** *************************** TX FUNCTION WAS NOT COMPLETED JOB NO. DESTINATION ADDRESS SUBADDRESS DESTINATION ID ST. TIME TX/RX TIME PGS. RESULT 1128 2360515 03/02 08:20 00' 00 0 NG 0 #018 BUSY/NO SIGNAL he wOo Pipe Tool Company LLC 515 5th Street - PO Box 398 — Hudson, IA 50643-0398 Ph: 319-988-4205 Fax: 319-988-3506 Website: www.munlpipe.com To: Bidders ()Oa 5(7:0 From: Pages: Sharon Waschkat I/ Fax: Ph: Date: 3-1-2017 Re: Waterloo, IA—FY 2017 CIP Pipelining Phase IIIA Bid CC: Ed Urgent ID For Review 0 Please Comment:l lease Reply 0 Please Recycle Please see attached bid schedule for the above project which bids Thursday, March 2nd. The asterisked (*) Items are the ones we need your pricing on if It Is your scope of work. Do not Include bonds In your pricing. Please submit your quote as soon as possible! You can fax or email Kathy at kathym@munipipe.com. Thank you! 03/02/2017 THU 08:24 FAX 3199883506 Municipal Pipe Tool fool *************************** *** FAX ERROR TX REPORT *** *************************** TX FUNCTION WAS NOT COMPLETED JOB NO. DESTINATION ADDRESS SUBADDRESS DESTINATION ID ST. TIME TX/RX TIME PGS. RESULT 1129 2154166 03/02 08:23 00' 00 0 NG 0 #018 BUSY/NO SIGNAL h C )ick Municipal Pipe Tool Company LLC 515 5th Street - PO Box 398 — Hudson, IA 50643-0398 Ph: 319-988-4205 Fax: 319-988-3506 Website: www.munipipe.com To: Bidders / (J4 fr o v From: Sharon Waschkat Fax: Pages: >lit // Ph: Date: 3-1-2017 Re: Waterloo, IA— FY2017 CIP Pipelining Phase IIIA Bid CC: El Urgent 0 For Review ❑ Please Comment° Please Reply 0 Please Recycle Please see attached bid schedule for the above project which bids Thursday, March 2nd. The asterisked (*) Items are the ones we need your pricing on if it is your scope of work. Do not include bonds in your pricing. Please submit your quote as soon as possible! You can fax or email Kathy at kathym@munipipe.com. Thank you! 03/02/2017 THU 08:13 FAX 3199883506 Municipal Pipe Tool Zoo). *************************** *** FAX ERROR TX REPORT *** *************************** TX FUNCTION WAS NOT COMPLETED JOB NO. DESTINATION ADDRESS SUBADDRESS DESTINATION ID ST. TIME TX/ RX TIME PGS. RESULT 1126 2338953 03/02 08:13 00' 00 0 NG 0 4018 BUSY/NO SIGNAL Municipal Pipe Tool Company LLC 515 5th Street - PO Box 398 — Hudson, IA 50643-0398 Ph: 319-988-4205 Fax: 319-988-3506 Website: www.munipipe.com To: Bidders (ILJa ( 0 From: Sharon Waschkat Fax: 233.?S'r5°-, Pages* >( L/ Ph: Date: 3-1-2017 Re: Waterloo, IA—FY 2017 CIP Pipelining Phase IIIA Bid CC: El Urgent 0 For Review 0 Please Comment0 Please Reply 0 Please Recycle Please see attached bld schedule for the above project which blds Thursday, March 2nd. The asterisked (*) items are the ones we need your pricing on If it Is your scope of work. Do not Include bonds In your pricing. Please submit your quote as soon as possible! You can fax or email Kathy at kathym@munipipe.com. Thank you! Municipal Pipe Tool Company LLC 515 5th Street - PO Box 398 — Hudson, IA 50643-0398 P h : 319-988-4205 Fax: 319-988-3506 Website: www.munipipe.com Ow 00 To: Bidders �a-� D From: Sharon Waschkat Fax: .. Pages: ? f Ph: Date: 3-1-2017 Re: Waterloo, IA— FY2017 CIP Pipelining Phase IIIA Bid CC: 0 Urgent ❑ For Review 17 Please CommentD Please Reply 0 Please Recycle Please see attached bid schedule for the above project which bids Thursday, March 2nd. The asterisked (*) items are the ones we need your pricing on if it is your scope of work. Do not include bonds in your pricing. Please submit your quote as soon as possible! You can fax or email Kathy at kathym@munipipe.com. Thank you! SEWER MAINTENANCE AND REHABILITATION SPECIALISTS TRENCHLESS SEWER RELINING, SEWER TELEVISING AND CLEANING, GROUTING, MANHOLE REHABILITATION, I & I STUDIES 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: Ft<Zo(1 C IP ipc,(m;ne) Pkast_ tllA �l.tVliL1f� t P o Name of Project: Your Company Name: Address: `51 S 5 Si -- Phone: 3(q -c1 —1-12... j soN,- List of Specific items to be bid: Item No. Description: Item No. Descriptio Item No. Des' 'Ip ion: C�1. Item No. Description Date: 3 Z. ii -7 'PsA d Le i4 -in Item No. Description: (Subcontractor's Company Name and authorized signature) Return this LETTER OF INTENT TO BID to: Contract Compliance Officer Community Development Board 620 Mulberry St. Carnegie Annex, Suite 202 Waterloo, IA 50703 Phone: (319) 291-4429 Form CCO-5 (06-20-2002) ITEMS OF POTENTIAL MBE/WBE AECOM 60504645 CONTRACT NO. 919 M-4 OF 6 Revised Per Addendum No. 1 - 2/24/2017 FORM OF BID OR PROPOSAL FY 2017 CIP PIPELINING PHASE IIIA CITY OF WATERLOO, IOWA CITY CONTRACT NO. 919 Honorable Mayor and City Council Waterloo, Iowa Gentlemen: 1. The undersigned, being a Corporation existing under the laws of the State of , 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 FY 2017 CIP PIPELINING PHASE IIIA, CITY CONTRACT NO. 919, all in accordance with the above -listed documents and for the unit prices for work in place for the following items and quantities: FY 2017 CIP PIPELINING PHASE IIIA CITY OF WATERLOO, IOWA CITY CONTRACT NO. 919 Item Description Unit Estimated Quantiles Unit Price Total Amount 1 8 -Inch Diameter CIP Pipe Lining LF 12,740.0 $ $ 2 10 -Inch Diameter CIP Pipe Lining LF 2,665.0 $ $ 3 12 -Inch Diameter CIP Pipe Lining LF 2,630.0 $ $ 4 18 -Inch Diameter CIP Pipe Lining LF 281.0 $ $ 5 21 -Inch Diameter CIP Pipe Lining LF 326.0 $ $ 6 24 -Inch Diameter CIP Pipe Lining LF 706.0 $ $ 7 36 -Inch Diameter CIP Pipe Lining LF 766.0 $ $ 8 Pipe Televising - 8" LF 25,480.0 $ $ 9 Pipe Televising - 10" LF 5,330.0 $ $ 10 Pipe Televising - 12" LF 5,260.0 $ $ 11 Pipe Televising - 18" LF 562.0 $ $ 12 Pipe Televising - 21" LF 652.0 $ $ 13 Pipe Televising - 24" LF 1,412.0 $ $ 14 Pipe Televising - 36" LF 1,532.0 $ $ 15 Pipe Cleaning - 8" LF 12,740.0 $ $ 16 Pipe Cleaning - 10" LF 2,665.0 $ $ 17 Pipe Cleaning - 12" LF 2,630.0 $ $ 18 Pipe Cleaning - 18" LF 281.0 $ $ 19 Pipe Cleaning - 21" LF 326.0 $ $ 20 Pipe Cleaning - 24" LF 706.0 $ $ 21 Pipe Cleaning - 36" LF 766.0 $ $ FORM OF BID AECOM 60504645 CONTRACT NO. 919 BF -1 OF 4 Revised Per Addendum No. 1 - 2/24/2017 Item Description Unit Estimated Quantiles Unit Price Total Amount 22 Type C Root Removal - 8"-10" LF 1,154.0 $ $ 23 Type C Root Removal - 12" LF 196.0 $ $ 24 Type C Root Removal - 18"-24" LF 98.0 $ $ 25 Type C Root Removal - 36" LF 57.0 $ $ 26 Lateral Reinstatement EA 368.0 $ $ 27 3 -FT Lateral Grouting EA 368.0 $ $ 28 Manhole Inspection EA 649.0 $ $ 29 Internal Chimney Seal EA 391.0 $ $ 30 Manhole Barrel Joint Leak Repair EA 257.0 $ $ 31 Manhole Lining EA 211.0 $ $ 32 Grout Work EA 78.0 $ $ 33 Miscellaneous Manhole Work LS 1.0 $ $ r 34 DWG 36 - MH 08-09-05 — Wet Well LS 1.0 $ $ TOTAL BID $ 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 Dollars ($ ) in the form of , 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 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: FORM OF BID AECOM 60504645 Addendum No. Date CONTRACT NO. 919 BF -2 OF 4 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 opportunifes 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 proces 7 This includes, whenever possible, posting solicitation for bids or proposals for a minimum o 30 c••lendar days before the bid or proposal closing date. ❑ Yes 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 participati9a by DBEs in the competitive process. L 1 Yes ❑ No 4. Did you encourage contracting with a consortium of DBEs when a contract is too Targe for one of these firms to handle individually? [des ❑ 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 poten lal subcontractors? M/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) S -u___ (‘'s -t- FAX. erna,i' l vola+ro e_ -€SYlLt,i 1 ko t— Comp .-1-five. �� Ara- "I r�u-�.- 1 I NOTD t3 E Jet cevfi Ru4 - I It) e_ o,.fl n p t Kin D to of a 5( c,(ca vi t ia l, k -fit Gt rn p a,vu, Q Vh PEd I\n .0 a. -fro Sct,b jAlovvc-•fo. PROPOSED UTILIZATION OF DBE SUBCONTRACTORS Please include Attachments 4 and 5 to document the proposed utilization of certified DBE subcontractors. SRF -5 May 2015 Kathy McFarland From: Kathy McFarland Sent: Wednesday, March 01, 2017 1:15 PM To:'bheffernan@frontrangeenvironmental.com' Subject: FY 2017 CIP Pipelining Phase IIIA Bid - Waterloo, IA Attachments: Waterloo Bid - Req for Quote Cover Ltr.pdf Please see attached, we are looking for quotes for this bid tomorrow. What kind of work does your company performed? Thank you! Kathy McFarland, Admin Assistant Municipal Pipe Tool Co., LLC Nutri-Ject Systems, Inc. CIPP Corporation 515 5th Street, PO Box 398 Hudson, IA 50643 Ph: 319-988-4205 Fax: 319-988-3506 kathym@munipipe.com Kathy McFarland From: Kathy McFarland Sent: Wednesday, March 01, 2017 1:15 PM To: 'infratrack@gmail.com' Subject: FY 2017 CIP Pipelining Phase IIIA Bid - Waterloo, IA Attachments: Waterloo Bid - Req for Quote Cover Ltr.pdf Please see attached, we are looking for quotes for this bid tomorrow. What kind of work does your company performed? Thank you! Kathy McFarland, Admin Assistant Municipal Pipe Tool Co., LLC Nutri-lect Systems, Inc. CIPP Corporation 515 5th Street, PO Box 398 Hudson, IA 50643 Ph: 319-988-4205 Fax: 319-988-3506 kathvm@munipipe.com Municipal Pipe Tool Company LLC 515 5th Street - PO Box 398 — Hudson, IA 50643-0398 Ph: 319-988-4205 Fax: 319-988-3506 Website: www.munipipe.com To: Bidders From: Sharon Waschkat Fax: Pages: 3 Ph: Date: 3-1-2017 Re: Waterloo, IA— FY 2017 CIP Pipelining Phase IIIA Bid CC: 10 Urgent 0 For Review 0 Please Commend: Please Reply 0 Please Recycle Please see attached bid schedule for the above project which bids Thursday, March 2nd. The asterisked (*) items are the ones we need your pricing on if it is your scope of work. Do not include bonds in your pricing. Please submit your quote as soon as possible! You can fax or email Kathy at kathym@munipipe.com. Thank you! SEWER MAINTENANCE AND REHABILITATION SPECIALISTS TRENCHLESS SEWER RELINING, SEWER TELEVISING AND CLEANING, GROUTING, MANHOLE REHABILITATION, I & I STUDIES Revised Per Addendum No. 1 - 2/24/2017 FORM OF BID OR PROPOSAL FY 2017 CIP PIPELINING PHASE IIIA CITY OF WATERLOO, IOWA CITY CONTRACT NO. 919 Honorable Mayor and City Council Waterloo, Iowa Gentlemen: 1. The undersigned, being a Corporation existing under the laws of the State of 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 FY 2017 CIP PIPELINING PHASE IIIA, CITY CONTRACT NO. 919, all in accordance with the above -listed documents and for the unit prices for work in place for the following items and quantities: FY 2017 CIP PIPELINING PHASE IIIA CITY OF WATERLOO, IOWA CITY CONTRACT NO. 919 Item Description Unit Estimated Quantiles Unit Price Total Amount 1 8 -Inch Diameter CIP Pipe Lining LF 12,740.0 $ $ 2 10 -Inch Diameter CIP Pipe Lining LF 2,665.0 $ $ 3 12 -Inch Diameter CIP Pipe Lining LF 2,630.0 $ $ 4 18 -Inch Diameter CIP Pipe Lining LF 281.0 $ $ 5 21 -Inch Diameter CIP Pipe Lining LF 326.0 $ $ 6 24 -Inch Diameter CIP Pipe Lining LF 706.0 $ $ 7 36 -Inch Diameter CIP Pipe Lining LF 766.0 $ $ 8 Pipe Televising - 8" LF 25,480.0 $ $ 9 Pipe Televising - 10" LF 5,330.0 $ $ 10 Pipe Televising - 12" LF 5,260.0 $ $ 11 Pipe Televising - 18" LF 562.0 $ $ 12 Pipe Televising - 21" LF 652.0 $ $ 13 Pipe Televising - 24" LF 1,412.0 $ $ 14 Pipe Televising - 36" LF 1,532.0 $ $ 15 Pipe Cleaning - 8" LF 12,740.0 $ $ 16 Pipe Cleaning - 10" LF 2,665.0 $ $ 17 Pipe Cleaning - 12" LF 2,630.0 $ $ 18 Pipe Cleaning - 18" LF 281.0 $ $ 19 Pipe Cleaning - 21" LF 326.0 $ $ 20 Pipe Cleaning - 24" LF 706.0 $ $ 21 Pipe Cleaning - 36" LF 766.0 $ $ FORM OF BID AECOM 60504645 CONTRACT NO. 919 BF -1 OF 4 Revised Per Addendum No. 1 - 2/24/2017 Item Description Unit Estimated Quantiles Unit Price Total Amount 22 Type C Root Removal - 8"-10" LF 1,154.0 $ $ 23 Type C Root Removal - 12" LF 196.0 $ $ 24 Type C Root Removal - 18"-24" LF 98.0 $ $ 25 Type C Root Removal - 36" LF 57.0 $ $ 26 Lateral Reinstatement EA 368.0 $ $ 27 3 -FT Lateral Grouting EA 368.0 $ $ 28 Manhole Inspection EA 649.0 $ $ 29 Internal Chimney Seal EA 391.0 $ $ 30 Manhole Barrel Joint Leak Repair EA 257.0 $ $ 31 Manhole Lining EA 211.0 $ $ 32 Grout Work EA 78.0 $ $ 33 Miscellaneous Manhole Work LS 1.0 $ $ — 34 DWG 36 - MH 08-09-05 — Wet Well LS 1.0 $ $ TOTAL BID $ 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 Dollars ($ ) in the form of , 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 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: FORM OF BID AECOM 60504645 Addendum No. Date CONTRACT NO. 919 BF -2 OF 4 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 DBE1 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 No the ue-ot PAO cuDBS Project Name Bid/Proposal No. Assistance Agreement ID No. (if known) Point of Contact Address Telephone No. Email Address Prime Contractor Name Municipal Pipe Tool Co. LLC Issuing/Funding Entity 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 DBE Certified by DOT SBA Meets/exceeds EPA certification standards? YES NO 1 -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 Contractor Signature Print Name VICUL ,,, A, S h°wove, Kat < — Date Title Title Date coo 3111 F7 Subcontractor Signature Print Name b) o N/6 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_Project Niunicip�l PipTool Co. Ll_c Name i ('1 CA .P Swier 1(e i (-)nPlias.e 1144 Bid/Proposal No. Pipe Tool Co- i C Assistance Agreement ID No. (if known) Point of -Contact Address Municipal 515 5th St. PO Box 398 ' ' Tudson, I.A. 50643 Telephone No. 3VM ci. a 0 5 Email Address Shams ►nn 0 vv -R,01 (pi pe . O1Yvi Issuing/Funding Entity I have identified potential DBE certified subcontractors If yes, please complete the table below. If no, please explain: YES VV. NO `�1 l5 -/G OF vs-- ' ,. No P 66 rn Subcontractor Name/Company Name Company Address/Phone/Email Estimated Dollar Amount Currently DBE Certified? se,wic-e s ,rn PQ (30)c tsgt`--,'c-ci'po(7, acta-+7 S, "ZA- r OLP 1 z, I 2-1 000 e,p{ nc NA,c6 n SyS. 1 a 3 (-1 /9'vt ti r& 3-D,4-- —r -f CSC n to n Z- 0-`73 �- 5 �, Ooo 1 0 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). Prime Contractor Signature Print Name C/a11A5Y\ C CfriaA4511 CCU) CAILiat Title Date CCC 31' 11x1 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 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 contractors 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 60504645 CONTRACT NO. 919 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 60504645 (Signed) Slitkv60 (/Ui&2Lo-* (AppropriateC Official) C (Title) i117 (Date) CONTRACT NO. 919 EOC-2 of 2 NON -COLLUSION AFFIDAVIT OF PRIME BIDDER State ofd (iiict ) Count of County B Wk ( )ss ) S(71CLAW- \ ✓Ja-SG(flIt-4,eing first duly sworn, deposes and says that: 1. He is CO° (Owner, Partner, Officer, Representative, or Agent) , ofMinicipar Pip' Tool CO. LLC , the Bidder that has submitted the attached Bid; 2. He is fully informed respecting the preparation and contents of the attached Bid and of all pertinent circumstances respecting such Bid; 3. Such Bid is genuine and is not a collusive or sham Bid; 4. Neither the said Bidder nor any of its officers, partners, owners, agents, representatives, employees, or parties in interest, including this affiant, has in any way colluded, conspired, connived or agreed, directly or indirectly, with any other Bidder, firm or person to submit a collusive or sham Bid in connection with the Contract for which the attached Bid has been submitted or to refrain from bidding in connection with such Contract, or has in any manner, directly or indirectly, sought by agreement or collusion or communication or conference with any other Bidder, firm or person to fix the price or prices in the attached Bid or of any other Bidder, or, to fix any overhead, profit or cost element of the bid price or the bid price of any other Bidder, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against the City of Waterloo, Iowa, or any person interested in the Proposed Contract; and 5. The price or prices quoted in the attached Bid are fair and proper and are not tainted by any collusion, conspiracy, connivance or unlawful agreement on the part of the Bidder or any of its agents, representatives, owners, employees, or pities in interest, including this affiant. C' oo (Signed) Title Subscribed and sworn to before me this / (-21 day of -Pr? ? f-+ , 20! 7 eA-rcd/ 14dma4 .% ria/7 Title My commission expires /af��� ,P" ` ,, a KATHY McFARLAND COMMISSION NO. 701977 MY GDMMISyS,IO��EXPIRES a NON -COLLUSION CONTRACT NO. 919 NCA -1 OF 2 AECOM 60504645 03/01/2017 16:59 3198335303 SERVICESIGNING PAGE 01/01 NON -COLLUSION AFFIDAVIT OF SUBCONTRACTOR State of —l. e�L - 2? County of ci >k' ) ss; ) being first duly sworn, deposes andthat says 1. He is (Owner, Partner, r fice)Representafive, or Agent) of pp-At✓i Le-- .-u , LC: hereinafter referred to as the cUntractorp 2. He is fully Informed respecting the preparation and. conjgnts of the subcontractor's proposal submitted by the subcontractor to into Mir CEP4A. y9 pc contract pertaining to the ,.2o i 7 dr f Actin/ './G e4Ast 1 /1 A project in �} AoC -ti t.Q o S Qe- (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 ties in inteding this affiant. (Signed) Title Subscribed and sworn to before me this j day of lief 20U Title My commission expires �1 GI ( 9 ':t'".... gI.IDKE Nn.17aass hzji:4„i0N EXPIRES.] NON -COLLUSION CONTRACT NO. 919 NCA -2 OF 2 AECOM 60504545 NON -COLLUSION AFFIDAVIT OF SUBCONTRACTOR State of 1 "A ) County of t C JI ' -hV\ ) ss: ) 1' , being first duly sworn, deposes and says that: 1. He is (awn Partn r, Officer, Re fesor Agent) , of 4444 s tative, hereinafter referred to as the "Su ontractor" 2. He is fully informed respecting the preparation a • contents of the subcontractor's proposal submitted by the subcontractor to lI u /64 t 7J4) I contract p rtaln ing to thev - _ project in Wc]r-,-lvdl 1 u (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, employes, or partiesJ1n Intergs`yt, including this affiant. (Signed) Subscribed and sworn to before me this 1 day of Titl. a(a I ,2017 My commission expires 10 \ f v )1 ESSiCA SNYDER Notarial Seal - Iowa Commission # 76501 My Commission Expires J NON -COLLUSION AECOM 60504645 CONTRACT NO, 919 NCA -2 OF 2 CONTRACT NO: PROJECT NAME: DATE OF LETTING: RESIDENT BIDDER CERTIFICATION C (P T.iL-TA or (O 5OL1 1 .F- i 20(1 c Le R peli`r,;,n.0 IPh.asP Malrck To be a qualified resident bidder, the bidder shall be a person or entity authorized to transact business in this state and having a business for at least three years prior to the date of the first advertisement for the public improvement. If another state or foreign country has a more stringent definition of a resident bidder, the more stringent definition is applicable as to bidders from that state or foreign country. This qualification as resident bidder shall be maintained by the contractor and his subcontractors at the work site until this project is completed. hereby certify that I am a resident bidder as defined above. Mtanicfpal Pipe Tool Co. LLC COMPANY NAME n ✓ a CORPORATE OFFICER TITLE DATE RESIDENT BIDDER AECOM 60504645 / I Cvo 3/ ( CONTRACT NO. 919 RB -2 OF 4 Revised February 2003 CONTRACTOR'S OR SUBCONTRACTOR'S AFFIRMATIVE ACTION PROGRAM Check box that applies to party completing program: ✓ General Contractor ( ) Subcontractor Section A to be completed by GENERAL CONTRACTORS only: A. Name of Company Municipal Pipe Tool Company, LLC Address of Company 515 5th St Hudson, IA Zip 50643 Telephone Number ( 319) 988-4205 Federal ID Number (if no Federal ID Number, Owner/President's Social Security Number) 26-0583739 Name of Project 0'°1-1 Ci P P P&lhaSe 211.4 Project Contract Number lel + q j Estimated Construction Work Dates ' 1MI ZO [1/ DC -1- ZO 17 Start 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 Mark Kaler Illinois Partner Male White Jim Kellner Florida Larry Katz Illinois 2. Other Areas of lnterest: Partner Male White Partner Male White If your company has branches or subsidiaries, or if your company is a branch or subsidiary of a parent organization, give the following information: Type of Name Address Affiliation Degree Il. 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. Municipal Pipe Tool Company, LLC 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. Municipal Pipe Tool Company, LLC recognizes that the (Name of Company) effective application of a policy of merit employment involves more than just a policy statement, and Municipal Pipe Tool Company, LLC (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. Municipal Pipe Tool Company, LLC 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. Training, Upgrading and Promotional Opportunities. C. Municipal Pipe Tool Company, LLC 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. Municipal Pipe Tool Company, LLC will 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. G. Municipal Pipe Tool Company, LLC 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. H. Municipal Pipe Tool Company, LLC has taken the following (Name of Company) 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") 1. 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. NONE 2. J. Municipal Pipe Tool Company, LLC 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. Municipal Pipe Tool Company, LLC 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 = .08 (8%) N. Municipal Pipe Tool Company, LLC (Name of Company) Affirmative Action 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 2017, 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: 14.4 Goals for Women: 14.4 % *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 2017. 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) NAME AND ADDRESS JOB CATEGORY RACE SEX HOURLY WAGE 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, By: WW1 1X)a-baAlid— Company Executive March 2, 2017 By: Date Eal Employment Opportunity Officer March 2, 2017 Date City of Waterloo Affirmative Action Officer Approved Disapproved Reason: By: Date: -7 - 17. The undersigned hereby authorizes and requests any person, firm, or corporation to furnish any information requested by the City of Waterloo, Iowa, in verification of the recitals comprising this Statement off 1'f Bidder's Qualifications. Dated at asoo , this 2-��I day of \i1 v 1 , 2(C. u,1(1i Pea PI p Too) Co. LLC (Name of Bidder) By: 171C ,� CLOW o (A Title: CO0 State of I OAA ) jss: County of B\c c i 14a i of 5�10� f C \ SSC /4 � , being duly sworn deposes and says that he is Ca'-' of /u1/4....v\V—\\ �,��� t ��t;� Cc:., LL (Name of Organization) and that the answers to the foregoing questions and all statements therein contained are true and correct. Subscribed and sworn to before me this day of Moy(0' , 20E My commission expires Nola P blic ./Q0((C ✓l 9 j '7.0 arp.AAL. z ...: r * ; * /own, APRIL DUFFNER Commission No.767326 My Commission/�lExpires _—�a:srx-_.t sx~� STATEMENT OF BIDDERS QUALIFICATIONS AECOM 60504645 CONTRACT NO. 919 SQ -2 OF 2 Revised February 2003 CONTRACTOR'S OR SUBCONTRACTOR'S AFFIRMATIVE ACTION PROGRAft Check box that applies to party completing program: ✓ General Contractor ( ) Subcontractor Section A to be completed by GENERAL CONTRACTORS only: A. Name of Company Municipal Pipe Toot Company. LLC Address of Company 515 5th St Fludson. IA Zip 50643 Telephone Number ( 319) 988-4205 Federal ID Number (if no Federal ID Number, Owner/President's Social Security Number) 26-0583739 Name of Project a©l''/ CAP il&n, PkiR.S2 �A Project Contract Number 041 1 q j Estimated Construction Work Dates ' tit( ZO 17/ DC 20 17 Start Finish Section B to be completed by SUBCONTRACTORS only: B. Name of General or Prime Contractor jfil kilo/ P1 ibuI C{%/o j1 C� C Name of Subcontractor brcri26t , e a ,..& 1r2-5 ✓r Subcontractor's Address dJ)- 3114.-0-C A) x,4 1 1 Pi Zip % 73?-.- Subcontractor's Telephone Number (51/3) 07145 ' `ICJ 5 3 Subcontractor's Federal ID Number (if no Federal ID Number Owner/President's Social Security Number) 92--15042Lq 3 Name of Equal Employment Officer CACI COS C. Remainder of program to be completed by party completingJlprogram, either Prime or Subcontractor. -1 . BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, Municipal Pipe Tool Co., LLC 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 sura ---Five Percent of the Bid Submitted --- 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 2nd day of March , 2017 , for FY 2017 CIP Pipelining Phase IIIA, City Contract No. 919 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 er 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 aro corporations, have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers this 9th day of February A.D. 2017 , Municipal Pipe Tool Co., LLC (Seal) By 1 WM ne C.4 Merchant- Bonding Co Mutual) (Seal) urety Atteev Jr act Dione R. Young (Title) 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 duly organized under the laws of the State of Iowa (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint, individually, Anne Crowner; Brian M Deimerly; Cindy Bennett; Craig E Hansen; Dione R Young; Jay D Freiermuth; Jody Decker; Kathleen Brewer; Kevin J Knutson; Lacey Cramblit; Michelle R Gruis; Shirley S Bartenhagen; Stacy Venn; Tim McCulloh of Des Moines and State of Iowa their true and lawful Attorney -in -Fact, with Full power and authority hereby conferred in their name, place and stead, to sign, execute, acknowledge and deliver in their behalf as surety any and all bonds, undertakings, recognizances or other written obligations in the nature thereof, subject to the limitation that any such instrument shall not exceed the amount of: TWENTY MILLION ($20,000,000.00) DOLLARS and to bind the Companies thereby as fully and to the same extent as if such bond or undertaking was signed by the duly authorized officers of the Companies, and all the acts of said Attorney -in -Fact, pursuant to the authority herein given, are hereby ratified and confirmed. This Power -of -Attorney is made and executed pursuant to and by authority of the following By -Laws adopted by the Board of Directors of the Merchants Bonding Company (Mutual) on April 23, 2011 and adopted by the Board of Directors of Merchants National Bonding, Inc., on October 24, 2011. "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 Witness Whereof, the Companies have caused this instrument to be signed and sealed this 0th day of rnrnnrrryr Si" to... •.*?.N....• A STATE OF IOWA COUNTY OF POLK ss. �- .v• •z: 2003 `r.n' •. 1933 .• . o b:• :�ji •4 , ••K\..- it April , 2015. MERCHANTS BONDING COMPANY (MUTUAL) MERCHANTS NATIONAL BONDING, INC. President On this 8th day of April 2015, before me appeared Larry Taylor, to me personally known, who being by me duly sworndid say that he is President of the MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING. INC.; and that the seals affixed to the foregoing instrument is 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. In Testimony Whereof, I have hereunto sot niy hand and affixed my Official Seal at the City of Des Moines, Iowa, the day and year first above written WENDY WOODY Commission Number 784654 My Commission Expires June 20, 2017 STATE OF IOWA COUNTY OF POLK ss. Notary Public, Polk County, Iowa I, William Warner, Jr., Secretary of the 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 9th day of February, 2017 , ,unrm,,.ry, v?:•RPo4t•., p;_ :•mo;o3P°Aq,9y. O -, 08 V A.% A. - o- `o'; . .F:_ -o- b: •z: 2 :;q : ; % 1933 .• 2003 y �p. ` ••6d•' . POA 0014 (7/14) Secretary CONTRACTOR'S TOTAL WORK FORCE (WATERLOO) Municipal Pipe Tool Company Full -Time Employees Effective as of: 03/01/2017 Name - Last Name - First Address 1 City .State ZIP/Postal Job Category Race Sex Code AGREE DEREK 30901 160th Street Ackley A 50601 Laborer White Male ARNBRECHT KYLE 2503 Valley Park Drive Cedar Falls A 50613 Rofessional VNtite Male BEAM CHARLES 831 S EVANS RD Evansdale 14 50707 Laborer 'White Male CABOIH CALEB 6966 Doubletree Cedar Rapids A 52402 Professional 'White Male CFHO WHALED 134 Rachael .Waterloo 14 50701 Laborer Write Male CLARK JASON 2027 SWCASCA DE FALLS DR Ankeny 4 50023 Professional .While Male COOK RANDY 1305 Jefferson Street Hudson 14 50643 Technician 'White Male CZUBA JEFF 1205 W MILAN AVE Waterloo A 50701 Laborer White Male DONOIEGO ABELARDO 901 N 4th Street Marshalltow n A 50158 Laborer Hspanic Male DUFFNB2 APRIL 215 Fane Park Blvd. Waterloo A 50701 Adnan Support White Female FABER JARRED 620 PEACHAVE New Rovidence A 50206 Laborer Wille Male FIR CHAD 204 RIVER FOREST RD Evansdale t4 50707 Laborer Wide Male FRYMRE RICHARD 9600 Autumn Leaf Way Reno NV 89506 Rofessunal Hspanic Male G4RBES LARRY N BOX 254 Jesup A 50648 Laborer While Male WISMAN DICK 14703 Royal Ave Clarksville A 50619 Manager .While Male JASPER SCOTT 1165 Dixon Drive Waterloo A 50701 Laborer White Vele KALER MARK 10498 WIiiamsburg Trail Frankfort L 60423 Executive White Male MANLEY .TODD 106 East 20th Street Cedar Falls A 50613 Laborer White Male MARX JAMES 327 MILDRED ST Like 'A 50624 Laborer White Male MAU TERRY 1620 HYPERION DRIVE Waterloo A 50703 taborer White '.Male MCFARLAND KATHY 4032 Matthew Dive 'Waterloo 4 50701 Adnln Support Wnite Male MORALES OCTAVIO 1921 Saint Salazar Modesto CA 95358 Professional Hspanic ,Male NOEL CASEY 703 3RD ST SW Waverly A 50677 Laborer 'While 'Male NOEL ROLAND 716 2nd Ave SW Waverly A 50677 Laborer White ,hale NUNBW4KB2 TODD 1017 WYANDOTTEST .Waterloo 'A 50707 Laborer Wide Male OLTMWNN DEREK 206 Driftwood Circle Palo A 52324 Manager Wide Male OUTLAW CALVIN 222 Lester ST Waterloo 14 50703 Laborer Black Male OUTLAW DESHONE 218 COLUMBA STREET Waterloo A 50703 Laborer Black Male PAt tbttJON TODD 5505 GRUNDY RD Hudson 'A 50643 Technician '.White Mate PREECE TIMOTHY 750 F3ver Forest Road Lot 11 Evansdale A 50707 Laborer unite Male RAINES JOSEPH 5320 NORSE DRIVE : Cedar Falls A 50613 Laborer Write Male ROBINSON BRYAN 716 10th Street OeWtt A 52742 Sales Worker Witte .Male SCHUMACHER ERIC 322 S Washington .Hudson A 50643 Laborer :White :Male SERGEANT H4RLAN 3418 Terrace Drive Cedar Falls 14 50613 Laborer W le Kele STERKEN TRISTAN 721 IOWA ST Cedar Falls A °50813 Technician Witte Male STOVER RYAN 1103 State Street Cedar Falls A x50613 Laborer '..White Male SWNGTON HOLLIS 742 Wllow Street Waterloo A '50703 Laborer '.Black hale THERE JLL 303 Walnut St Reinbeck A 60669 Adain Support White Female THISSEN MATTHEW 3220 Neale Street Apt 11 Cedar Falls A 50613 Manager :While ,Male WASCFt<AT SHARON 3121 Strafford Court Cedar Falls A "50613 Executive While Female WATER JEFERY 316 W18 Street Cedar Falls A x50613 Manager unite Male VWIEELOCK NICHOLE 11515 testae Ave Waterloo A 0750701 :Admin Support :unite Female W'LSON AARON 305 ELDORA RD Hudson A x50643 :Rofessional :While Male WOODEN DONALD 201 COLWTRYVIEW DR Hudson A °50643 Laborer Me Male ZELTNGB2 KALEB 2486 FIARDIN RD Ackley A v50601 Laborer While Male 5013a TODD 1250 HAMMOND AVE Waterloo 'A 60702 Laborer While '.Male Printed on 2017-03-02 00:00:00. Veteran Salary.. Yes/No No $ 32,884.80'. No $ 82,400.24 W $ 44,720.00: No $ 65,000.0. f4a $ 44,220.80 Yea $ 84,974.50 $ 51,334.40 $ 32,240.00' $ 38,292.80. 50,356.80. 40,601.60 $ 29,120.00'. $ 92,093.82. $ 33,217.60', $ 88,402.86..',. $ 35,360.00. $ 264,000.00. $ 32,240.00'. $ 29,702.40 $ 35,318.40.. $ 37,876.80 $ 75,055.76 $ 29,120.00 $ 43,222.40. $ 35,360.00. $ 81,599.96 $ 29,702.40 $ 32,884.80 $ 48,778.00'.. $ 35,110.40''.... $ 33,800.00',.. $ 110,000.04.',.. $ 32,656.00 $ 46,841.60 $ 38,563.20 $ 29,702.40', $ 32,864.00'.. $ 34,528.00'. $ 70,000.06 $ 145,659.00. $ 78,599.82'.. $ 49,420.80, $ 65,000.00 $ 50,897.60. 29,120.00', 33,280.00. Yes No No Nc W Yes No Ne Na Ne No Yes No No W No No Nu Yes No No Yes No No Too No No -6 -