HomeMy WebLinkAboutDave Schmitt Construction Co., Inc.•
CONSTRUCTION CO. INC.
250 50m AVE. B.W.
CEDAR RAPIDS, IowA 52404
(319) 365-8669 FAx (319) 365-2677
SEWER • TRUCKING • EXCAVATION • WATER • GRADING • DEMOLITION
To: 13 r t elm 1.. K- - ^`ff cci,
.60D gz›A1(D
1t/7/1q Poopith
•
CONSTRUCTION CO. INC.
250 50TH AVE. S.W.
CEDAR RAPIDS, IowA 52404
(319) 365-8669 FAx (319) 365-2677
SEWER • TRUCKING • EXCAVATION • WATER • GRADING • DEMOLT "ION
Kuhl C. f< - - c
5*.
SW ?K o P°5/44-
95/4 °Sim--
FORM OF BID OR PROPOSAL
DRY RUN CREEK INTERCEPTOR
CONTRACT NO. 877
CITY OF WATERLOO, IOWA
Honorable Mayor and City Council
Waterloo, Iowa
Gentlemen:
Revised Per Addendum #4 - 11/01/2019
The undersigned, being a Corporation existing under the laws of the State of Macao-, a Partnership
consisting of the following partners:,. Scjn.,, tl, Cc .rtnuc is od.. , 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
DRY RUN CREEK INTERCEPTOR, CITY CONTRACT NO. 877, all in accordance with the above -listed
documents and for the unit prices for work in place for the following items and quantities:
DRY RUN CREEK INTERCEPTOR
Item
No.
Description
Unit
Estimated
Quantic
Unit
Price
Total
Price
1
Mobilization
LS
1.0
$ (4-P5CCS Cf_
$ 1 -- 000."
2
Traffic Control
LS
1.0
$ 7566. o b
$ 75-6-t, c o
3
Clearing and Grubbing
LS
1.0
$ /
cilli.
$ 15 1(4. on
5. o
4
Existing Pump Vault, Valve Vault and Equalization
Tank Removal
LS
1.0
/`1.S 5 33, ao
$ / `f75 33, a a
5
Import Fill for Lift Station Site
CY
254.8
$ 7(fr. -1 o
$
4 37,
am
6
Import Fill for Trench Removals
CY
5,800.0
$ /5.23.0
$ I/ G K n. ao
7
Lift Station Wet Well and Valve Vault
LS
1.0
$ qYq Jto. 60
$ VY/ vile. c.c.
8
Electrical Equipment Building
LS
1.0
$$
(4�(.t�.o®
l4'd.41A.0.�.
9
Site Electrical
LS
1.0
$ /5060, 4C`
$ /5 ooa . a a
10
Stand -By Generator
LS
1.0
$ 10, QU, J70
t tt 7 too _ 00
11
Metering Manhole
LS
1.0
$ .31 'r 0 ,v�
$ 1/43/4130. ti
12
Air Release Manhole
LS
1.0
$c/
3)27.C+
$ a (Vac,
67
13
Retaining Wall
LS
1.0
$ /6S;.00, a a
$ t 35aaa . a
14
Unclassified Material (Removal of Rippable Rock)
CY
2,500
$9. 7 0
$ciq 7Sa, d a
15
Foundation Rock
TON
82.0
$
n 7
$ /c' ct 3 Y 4
16
Trench Compaction Testing
LS
1.0
$
Cla
$ a
FORM OF BID
AECOM #60330823 (2019)
CONTRACT NO. 877
FB -1 OF 4
DRY RUN CREEK INTERCEPTOR
Revised Per Addendum #4 -11/01/2019
DRY RUN CREEK INTERCEPTOR
Item
No.
Description
Unit
LF
Estimated
Quantity
215.0
Unit
Price
$ gyp. o O
Total
Price
$ mai sea. d CI
17
_
Abandon and Plug 8 -Inch Sanitary Sewer
18
Sanitary Sewer Force Main Testing
LS
1.0
$ 814,/a, et.
$ g6 t Or esa
19
Cleaning, Inspection and Testing of Sanitary
Sewer Gravity Mains
LS
1.0
$ 3l 7GS- c0
$ 3t 24,ti. a o
20
24 -Inch Sanitary Sewer Gravity Main - Open Cut
LF
5,178.7
$ 7v. o
$ t47 as, .i 4
21
24 -Inch Sanitary Sewer Gravity Main - Directional
Drilling
LF
754.9
$ 4
$ i S pi Lice. Y c
•
22
20 -Inch Sanitary Sewer Gravity Main Ductile Iron -
Open Cut
LF
92.0
$ 2. scs
$ dt GGG. as
23
18 -Inch Sanitary Sewer Gravity Main - Open Cut
LF
2,399.2
$ 4c, So
$ 159 ,5*y`. ?a
24
12 -Inch Sanitary Sewer Force Main - Directional
Drilling
LF
524.0
$ /". `C'
$
/63 )35,�e
25
12 -Inch Sanitary Sewer Force Main - Open Cut
LF
1,958.0
$ ? c. 7 0
$ /Sep / 6$.,) . LQ
26
8 -Inch Sanitary Sewer Gravity Main - Open Cut
LF
43.0
$ 13;" a
$ 3511. / 0
.
27
6 -Inch Sanitary Sewer Gravity Main Ductile Iron -
Open Cut
LF
15.0
$ lir . So
$ dd7' 1. 3.6
28
30 -Inch Steel Casing, With 18 -Inch Sanitary
Sewer Gravity Main
LF
235.0
$ zin$. s"o
$ nit WI ), co
29
24 -Inch Steel Casing, With 12 -Inch Sanitary
Sewer Force Main
LF
196.0
$
stn. S(,
$
!07 w.f. ab
30
Force Main Fittings
LBS
655.0
$ (4 to
$
7a)c-ci.
31
48 -Inch Manhole Replacement
EA
2.0
$ Tri 7. (1b
$ 17 .8.34..0„=„
32
72 -Inch Manhole Replacement
EA
1.0
$ 1707. a z_
$ /$47 ). cis.
33
48 -Inch Manhole
EA
28.0
$ 4116 .6
$ / 7, goof as
34
24 -Inch Circular Area Intake - SW -512, With
SW -604, Type 3B
EA
1.0
$
«3f, 6 d
$
(Q 3,16. a4
35
Connection to Existing Sanitary Manhole
EA
4.0
$ )(..,lie. a a
$ It> SIG , o o
36
8 -Inch Drop Connection
EA
1.0
$ 3gaa.6Q
$
35rta.O.Q.
37
24 -Inch RCP Storm Sewer
LF
20.0
$ iai ,QA
$ ?4,41.4. a o
38
24 -Inch RCP Apron
EA
1.0
$d
� AY -7. a
$ 34 77.cci
39
18 -Inch RCP Storm Sewer
LF
20.0
$ rg, 7a
$ / 77 Y. Q a
40
18 -Inch RCP Apron
EA
2.0
$ X." O 6
$ s), CS. clic
41
12 -Inch RCP Storm Sewer
LF
32.0
$ En. a o
$ 2 e`t 1, 4 a
42
12 -Inch RCP Apron
p
EA
1.0
$ ayQo.a o
$ alyq a. as
43
Drain Tile Replacement
LF
80.0
$ Si. i 0
$ 1776.4c
FORM OF BID
AECOM #60330823 (2019)
CONTRACT NO. 877
FB -2 OF 4
DRY RUN CREEK INTERCEPTOR
IUeve;ecl Ler Addendum ;;`/', I1U01120IU
DRY RUN CREEK INTERCEPTOR
Item
No.
Descri.tion
Unit
Estimated
Quantity
Unit
Price
$ / 6,d o
Total
Price
$ '17 J41 4 w a4==b
44
6 -Inch PCC Pavement
SY
477.0
45
8 -Inch PCC Pavement
SY
130.0
$ /46, a o
$ 13 o i d. +S c,
46
8 -Inch HMA Pavement
SY
71.0
$ /4,4o
$ aitch
-a.. 4 o
47
Gravel Surfacing
SY
198.0
$ )3 .$c)
$ '1 70 • d
48
Crushed Stone - Class "A"
SY
477.0
$ )o, s• -•z.
$ 117 g • so
49
Pavement Removal
SY
201.0
$ n.4 6
$ 1344. , G o
50
Seeding, Fertilizing and Mulching for Hydraulic
-Yp e 1 Seed Mix
Seeding T
AC
6.1
$ ���• o v
$ ?c../ no,. ao
51
Seeding, Fertilizing and Mulching for Hydraulic
Seeding - Type 2 Seed Mix
AC
5.7
$ 3B6b, a o$
diG G o - o(
52
Seeding, Fertilizing and Mulching for Hydraulic
Seeding - Type 4 Seed Mix
AC
6.1
$ )000/0e
$ /4))-00-0C1
53
Seeding, Fertilizing and Mulching for Hydraulic
Seeding - Type 5 Seed Mix
AC
5.7
$ , ate, va
$ i/9 d , d<
54
Erosion Stone
SY
240.0
$ 4/5• y <
$ inn. a a
55
Silt Fence
LF
6,700.0
$ a 00
.
$ 1pyc$6•ad
56
Temporary Rolled Erosion Control Products
(RECP)
SY
51,860.0
$ 6. 55--
$ c225 s� 3, cwa
57
SW PPP Requirements
LS
1.0
$ ?.> clock *to
$ taeX. aA Y. C&
58
6 -Foot Chain -Link Fence
LF
233.0
$ 2ct. 3
$ 43,416
59
24 -Foot Chain -Link Gate
EA
2.0
$ t, IQ °a
$ 23.8.0 o�
60
Texas St. Lift Station Generator
LS
1.0
rA
6'1
Rock Uxcavation
CY
1,500
$ Cc •ga
$ /clod) a4. tit,
TOTAL BID AMOUNT
$
$ lat a aa. S 75 j
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.
FORM OF BID
CONTRACT NO. 877 FB -3 OF 4
AECOM #60330823 (2019) DRY RUN CREEK INTERCEPTOR
Revised Per Addendum #4 -11/01/2019
4. Security in the sum of 518.7t, 9 9 at, ari* b s Dollars ($
in the form of R ,, Aha , 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 the Bidder Status Form indicating 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. l: Date 1A5%►
(O/06 f 1A
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.
cD044t SLa. Cul sirec. , eTh I OA
(Name of Bidde (Date)
BY:
C
Official Address: (Including Zip Code):
?5c 45 -t s•••)
Title v U
I.R.S. No. LIA o $ i c•3 8
FORM OF BID CONTRACT NO. 877 FB -4 OF 4
AECOM #60330823 (2019) DRY RUN CREEK INTERCEPTOR
Bidder Status Form
To be completed by all bidders
Part A
Please answer "Yes" or "No" for each of the following:
13
Yes ❑ No My company is authorized to transact business in Iowa.
(To help you determine if your company is authorized, please review the worksheet on the next page).
Yes No My company has an office to transact business in Iowa.
Yes ❑ No My company's office in Iowa is suitable for more than receiving mail, telephone calls, and e-mail.
Et' Yes ❑ No My company has been conducting business in Iowa for at least 3 years prior to the first request for
bids on this project.
Yes No My company is not a subsidiary of another business entity or my company is a subsidiary of another
business entity that would qualify as a resident bidder in Iowa.
If you answered "Yes" for each question above, your company qualifies as a resident bidder. Please
complete Parts B and D of this form.
If you answered "No" to one or more questions above, your company is a nonresident bidder. Please
complete Parts C and D of this form.
To be completed by resident bidders
Part B
My company has maintained offices in Iowa during the past 3 years at the following addresses:
Dates: / / Y1(.'( to / / . , Address: 2 5 4 ‘6 t -E, Auc. SLJ
City, State, Zip. C•444' gar.) c r-1_.o:..ii. 5 3 `r d ti
Dates: / / to / / Address:
City, State, Zip:
Dates: / / to / / Address:
You may attach additional sheet(s) if needed. City, State, Zip:
To be completed by non-resident bidders
Part C
1. Name of home state or foreign country reported to the Iowa Secretary of State:
2. Does your company's home state or foreign country offer preferences to resident bidders, resident labor
force preferences or any other type of preference to bidders or laborers?
3. If you answered "Yes" to question 2, identify each preference offered by your company's home state or foreign country
and the appropriate legal citation.
Yes l INo
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.
Firm Name: atot 5ta�os • C
Date: /1/7/11
You must submit the completed form to the governmental body requesting bids per 875 Iowa Administrative Code
Chapter '156. This form has been approved by the Iowa Labor Commissioner.
309-6001 (09-15)
Worksheets Authorization to Transact Business
This worksheet may be used to help complete Part A of the Resident Bidder Status form. If at least one of the following
describes your business, you are authorized to transact business in Iowa.
0 Yes IN No My business is currently registered as a contractor with the Iowa Division of Labor.
Yes �'No My business is a sole proprietorship and I am an Iowa resident for Iowa income tax purposes.
Yes No My business is a general partnership or joint venture. More than 50 percent of the general
partners or joint venture parties are residents of Iowa for Iowa income tax purposes.
Yes ❑ No My business is an active corporation with the Iowa Secretary of State and has paid all fees
required by the Secretary of State, has filed its most recent biennial report, and has not filed
articles of dissolution.
Yes f No My business is a corporation whose articles of incorporation are filed in a state other than Iowa,
the corporation has received a certificate of authority from the Iowa secretary of state, has filed
its most recent biennial report with the secretary of state, and has neither received a certificate of
withdrawal from the secretary of state nor had its authority revoked.
Yes Ill. No My business is a limited liability partnership which has filed a statement of qualification in this
Yes It No
state and the statement has not been canceled.
My business is a limited liability partnership which has filed a statement of qualification in a
state other than Iowa, has filed a statement of foreign qualification in Iowa and a statement of
cancellation has not been filed.
Yes LJ No My business is a limited partnership or limited liability limited partnership which has filed a
certificate of limited partnership in this state, and has not filed a statement of termination.
Yes nNo
My business is a limited partnership or a limited liability limited partnership whose certificate of
limited partnership is filed in a state other than Iowa, the limited partnership or limited liability
limited partnership has received notification from the Iowa secretary of state that the application
for certificate of authority has been approved and no notice of cancellation has been filed by the
limited partnership or the limited liability limited partnership.
Yes (N No My business is a limited liability company whose certificate of organization is filed in Iowa and has
not filed a statement of termination.
Yes ViNo
My business is a limited liability company whose certificate of organization is filed in a state other
than Iowa, has received a certificate of authority to transact business in Iowa and the certificate
has not been revoked or canceled.
309-6001 (09-15)
BSF-2
Page 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
SRF
STATE
REVOLVING FUND
(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 Tots, 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).
Signature
J4osJ-
Name
ch and Title of Signer (Please Type)
V7// ?
Date
Z(41
NOTE: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001.
EPA -7 5720-4.2
INVESTING IN IOWA'S WATER
/)A;i\A/ 1OWElSFf.com
May 2015
Page 3
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 REVOLVING FUND
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.
SRF
STATE
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.
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.
Eti,„ ILA. Li geAsse c• -k" Ian a na-4e."---
Typed Name & Title of Authorized Representative
1-ck
Signature of Authorized Representative Date
1
am unable to certify to the above statements. My explanation is attached.
EPA Form 5700-49 (11-88)
INVESTING IN IOWA'S WATER
www.iowasrf.com
May 2015
Page 4
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
SRF
STATE
REVOLVING FUND
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
c ik. e.9- Ucticr't
Bidder:
110 C
Address:
)&b 5t 44- frat sco
Contact Person:
Bt.i... los rat-.
Signature:
Kat- 1 J1—
Phone Number:
3 « acs s`6 q
E -Mail Address:
btu, 4a,acsQk41 I ft 6&Ns-t-ro`.--1/4-‘a.., .
C4/1-•
Check if Prime Contractor
is: ❑ Mincrity-Owned ❑ Women -Owned
INVESTING IN IOWA'S WATER
wVV\n/.iowasr[.com
May 2015
Page 5
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? (c Yes No
SRF
STATE
REVOLVING FUND
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.
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? :1 Yes ❑ 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)
R soW a {f /4 Tis., --c,; r.
3..#j 11fr a f li
/UD 6Sfi S G
1.-v,dt
Ivnist
/up 7- G ar+ps-7i o C
Ba PC- AQ -4=
0 itku est Gselbr"4-5
affgAfv gL'4
No /nom s g
PLL s 4 4cy Raps., 616.,, 64.1eLi
aza w K FQ
N o A<85 Pard s c
1-tk,Yscr Loc+s
MQ Pr i Pcze
Na op2.6Spael Si
PROPOSED UTILIZATION OF DBE SUBCONTRACTORS
Please include Attachments 4 and 5 to document the proposed utilization of certified DBE
subcontractors.
INVESTING IN IOWA'S WATER
wvw w.iowasri.co17m
May 2015
Page 6
CONTRACT ADMINISTRATION PROVISIONS
Several contract provisions are required to prevent unfair practices that adversely affect
DBEs. These include:
1. Prime Contractor must pay its Subcontractor for satisfactory performance no more
than 30 days from the Prime Contractor's receipt of payment from the SRF loan
recipient.
SRF
STATE
REVOLVING FUND
2. Prime Contractor must notify the SRF loan recipient in writing prior to termination of a DBE
subcontractor for convenience.
3. Prime Contractor must employ the six Good Faith Efforts to solicit a replacement
subcontractor if a DBE subcontractor fails to complete work under a subcontract for any
reason.
INVESTING IN IOWA'S WATER
www.iowasrf.com
May 2015
Page 7
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.)
NI&
SRF
STATE
REVOLVING FUND
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.
'A 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
INVESTING IN IOWA'S WATER
W4''lw.iowasrf.coni
May 2015
Subcontractor Name
Project Name
Bid/Proposal No.
Assistance Agreement ID No.
(if known)
Point of Contact
Address
Telephone No.
Email Address
Prime Contractor Name
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
Other:
DOT SBA
Meets/exceeds EPA certification
YES NO
standards?
Unknown
'A 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
INVESTING IN IOWA'S WATER
W4''lw.iowasrf.coni
May 2015
Page 8
SRF
STATE
REVOLVING FUND
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).
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
INVESTING IN IOWA'S WATER
www.iowasrf.coni
May 2015
Prime Contractor 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
INVESTING IN IOWA'S WATER
www.iowasrf.coni
May 2015
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
INVESTING IN IOWA'S WATER
www.iowasrf.coni
May 2015
Page 9
Attachment 5
SRF Required Front -End Specifications
(This form must be completed and signed by Prime Contractor and sub
with the bid if utilizing DBE subcontractors.)
SRF
STATE
REVOLVING FUND
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.
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
INVESTING IN IOWA'S WATER
w\ww,iowasrf.coni
May 2015
Prime Contractor Name
Project Name
Bid/Proposal No.
Assistance Agreement ID No.
(if known)
Point of Contact
Address
Telephone No.
Email Address
Issuing/Funding Entity
I have identified potential DBE certified subcontractors
If yes, please complete the table below. If no, please explain:
YES
NO
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
INVESTING IN IOWA'S WATER
w\ww,iowasrf.coni
May 2015
Page 10
SRF
STATE
REVOLVING FUND
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
I 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
grt^ (17.)71
a, froCc- LN
Title
Date
P r 03e, csePleAvia
G (AO 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
INVESTING IN IOWA'S WATER
ww\4'.iowasrf.com
May 2015
NONCOLLUSION AFFIDAVIT OF PRIME BIDDER
State of ` —)
County of L-14'
ss
PAL 04, t , being first duly sworn, deposes and says that:
1 He is (Owner, Partner, Officer 'R p entative)or Agent)
of ()sae_ 5,4" w 4•cfrgcetae 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 par res in interest, including this affiant.
74(/
(Signed)
A
Title
Subscribed and sworn to before me this /`' 'day of %Uvvc t , 20__`;
My commission expires Yr S-JA2o
NON -COLLUSION AFFIDAVITS
AECOM #0330823 (2019)
•
Title
qP��A� JOSH PLEIN
4 - Commission Number 751573
My Commission Expires
March 5, 2020
CONTRACT NO. 877 NCA -1 OF 2
DRY RUN CREEK INTERCEPTOR
Quotes Received Quotation used in bid
MBE/WBE
Subcontractors
Dates
Contacted
Yes/No
Dates
Contacted
Yes/No
Dollar Amount Proposed to
be Subcontracted
LK it{ it* Lk.i,
11 4 /il
N
PRI it
-
-.
Pi
ta444- Noes
r
Adu4.ccd s'racic ceHie4 (
il/i-( i i
P
OIL Aid t,4-- 0,,fracebeS
OA q
1
0
Mikiut� eft
0/44 1
�i
MBE/WBE BUSINESS ENTERPRISE
PRE-BID CONTACT INFORMATION FORM
Prime Contractor Name. Nbot &In A- Coir, i le c --Project: bei -4 ?► C,« r Z'V '"tee Letting Date: Uel 111 %
NO MBE/WBE SUBCONTRACTORS: If you are NOT using any MBE/WBE subcontractors to complete this project, sign below. Attach a brief
explanation as to why subcontracting was not feasible with this project. If any MBE/WBE subcontractors will be used, please use the bottom
portion of this form
Contractor Signature: L kbollest
Title: tic ' -^mt/
Date: n
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
(Form CCO-4) Rev. 06-20-02
MBE/WBE PARTICIPATION
AECOM #60330823 (2019)
CONTRACT NO. 877
MBE -6 OF 6
DRY RUN CREEK INTERCEPTOR
BID BOND
KNOW ALL MEN BY THESE PRESENTS, that we, Dave Schmitt Construction Co., Inc.
as Principal, and United Fire & Casualty Company
as Surety are held and firmly bound unto the CITY OF WATERLOO , Iowa, hereinafter called
"OWNER." In the penal sum Five Percent of Amount Bid Dollars
($ 5% ) lawful money of the United States, for the payment of which sum will
and truly be made, we bind ourselves, our heirs, executors, administrators, and successors, jointly and
severally, firmly by these presents. The condition of this obligation is such that whereas the Principal has
submitted the accompanying bid dated the 7th day of November
, 20 19 , for Dry Run Creek Interceptor, City of Waterloo, IA; Contract No. 877
•
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 4th day of November , A.D. 2019
Dave Schmitt Construction Co., Inc.
ire & •su.Ity Comm
Witness Dione R. Youn
(Title)
(Seal)
(Seal)
///r
Attorney-in-fact Anne Cromer
BID BOND
AECOM #60330823 (2019)
CONTRACT NO. 877 BB -1 OF 1
DRY RUN CREEK INTERCEPTOR
UNITED FIRE & CASUALTY COMPANY, CEDAR RAPIDS, IA
UNITED FIRE & INDEMNITY COMPANY, WEBSTER, TX
FINANCIAL PACIFIC INSURANCE COMPANY, ROCKLIN, CA
CERTIFIED COPY OF POWER OF ATTORNEY
(original on file at Home Office of Company — See Certification)
KNOW ALL PERSONS BY THESE PRESENTS, That UNITED FIRE & CASUALTY COMPANY, a corporation duly organized and existing under
the laws of the State of Iowa; UNITED FIRE & INDEMNITY COMPANY, a corporation duly organized and existing under the laws of the State of
Texas; and FINANCIAL PACIFIC INSURANCE COMPANY, a corporation duly organized and existing under the laws of the State of California
(herein collectively called the Companies), and having their corporate headquarters in Cedar Rapids, State of Iowa, does make, constitute and appoint
CRAIG E. HANSEN, JAY D. FREIERMUTH, BRIAN M. DEIMERLY, CINDY BENNETT, ANNE CROWNER, TIM MCCULLOH, STACY
VENN, SHIRLEY BARTENHAGEN, DIONE R. YOUNG, KEVIN J. KNUTSON, MICHELLE GRUIS, KATHLEEN BREWER, SETH D.
ROOKER, SYDNEY BURNETT, EACH INDIVIDUALLY
Inquiries: Surety Department
118 Second Ave SE
Cedar Rapids, IA 52401
their true and lawful Attorney(s)-in-Fact with power and authority hereby conferred to sign, seal and execute in its behalf all lawful bonds, undertakings
and other obligatory instruments of similar nature provided that no single obligation shall exceed $100,000,000.00
and to bind the Companies thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of the Companies
and all of the acts of said Attorney, pursuant to the authority hereby given and hereby ratified and confirmed.
The Authority hereby granted is continuous and shall remain in full force and effect until revoked by UNITED FIRE & CASUALTY COMPANY,
UNI I ED FIRE & INDEMNITY COMPANY, AND FINANCIAL PACIFIC INSURANCE COMPANY.
This Power of Attorney is made and executed pursuant to and by authority of the following bylaw duly adopted on May 15, 2013, by the Boards of
Directors of UNITED FIRE & CASUALTY COMPANY, UNITED FIRE & INDEMNITY COMPANY, and FINANCIAL PACIFIC INSURANCE
COMPANY. "Article VI — Surety Bonds and Undertakings"
Section 2, Appointment of Attorney -in -Fact. "The President or any Vice President, or any other officer of the Companies may, from time to
time, appoint by written certificates attorneys -in -fact to act in behalf of the Companies in the execution of policies of insurance, bonds,
undertakings and other obligatory instruments of like nature. The signature of any officer authorized hereby, and the Corporate seal, may be
affixed by facsimile to any power of attorney or special power of attorney or certification of either authorized hereby; such signature and seal,
when so used, being adopted by the Companies as the original signature of such officer and the original seal of the Companies, to be valid and
binding upon the Companies with the same force and effect as though manually affixed. Such attorneys -in -fact, subject to the limitations set
forth in their respective certificates of authority shall have full power to bind the Companies by their signature and execution of any such
instruments and to attach the seal of the Companies thereto. The President or any Vice President, the Board of Directors or any other officer of
the Companies may at any time revoke all power and authority previously given to any attorney-in-fact.
IN WITNESS WHEREOF, the COMPANIES have each caused these presents to be signed by its
0011111010
• n LOCO onn eeE.: _F `p 1. to °4lc pPPelii..4FE
▪ _9 coneovxrr._ 'x o'.o-
- 3Si reLY22 e
s¢AL•
•
• • ` SL\L �9-`.P...0 1908'%g`E
•
wumim"' ` u 111
111100
jiw;�;r ••f� INgo'1/4 vice president and its corporate seal to be hereto affixed this 156 day of January, 2014
UNITED FIRE & CASUALTY COMPANY
UNITED FIRE & INDEMNITY COMPANY
FINANCIAL
PACIFIC INSURANCE COMPANY
By:
State of Iowa, County of Linn, ss: Vice President
On 15'h day of January,2014, before me personally came Dennis J. Richmann
to me known, who being by me duty sworn, did depose and say; that he resides in Cedar Rapids, State of Iowa; that he is a Vice President of UNITED
FIRE & CASUALTY COMPANY, a Vice President of UNITED FIRE & INDEMNITY COMPANY, and a Vice President of FINANCIAL PACIFIC
INSURANCE COMPANY the corporations described in and which executed the above instrument; that he knows the seal of said corporations; 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 corporations
and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporations.
401 e
ft
Judith A. Jones
Iowa Notarial Seal
Commission number 173041
My Commission Expires 04/23/2021
Notary Public
My commission expires: 04/23/2021
I, Mary A. Bertsch, Assistant Secretary of UNITED FIRE & CASUALTY COMPANY and Assistant Secretary of UNITED FIRE & INDEMNITY
COMPANY, and Assistant Secretary of FINANCIAL PACIFIC INSURANCE COMPANY, do hereby certify that I have compared the foregoing copy
of the Power of Attorney and affidavit, and the copy of the Section of the bylaws and resolutions of said Corporations as set forth in said Power of
Attorney, with the ORIGINALS ON FILE IN THE HOME OFFICE OF SAID CORPORATIONS, and that the same are correct transcripts thereof, and
of the whole of the said originals, and that the said Power of Attorney has not been revoked and is now in full force and effect.
In testimony whereof I have hereunto subscribed my name and affixed the corporate seal of the said Corporations
this 4th day of November 2019
yuwr
.w,!
u 4
4,eiN5Ug1%
�� pPeq�t4��%
zi 11101.°01k1914 0k
ULY Y; Oo§
BP0A0049 0913
By. 917Q0-146, ABa/u
Assistant Secretary,
OF&C'& OF&I&' EPIC