Loading...
HomeMy WebLinkAboutWilliams Brothers Construction, Inc.WILLIAMS BROTHERS cansmucrnxmc. GENERAL CONTRACTOR P.O. Box 1366 Peoria, Illinois 61654 PROPOSAL FOR: F.Y. 2020 Wastewater Treatment Plant Biosolids Modifications City of Waterloo, Iowa City Contract No. 994 City Clerk First Floor Conference Room City Hall 715 Mullberry Street Waterloo, Iowa 50703 PROPOSALS DUE: Thursday, January 23, 2020 at 1:00 P.M. City Clerk First Floor Conference Room City Hall 714 Mullberry Street Waterloo, Iowa 50703 FORM OF BID OR PROPOSAL F.Y. 2020 WASTEWATER TREATMENT PLANT BIOSOLIDS MODIFICATIONS CITY OF WATERLOO, IOWA CITY CONTRACT NO. 994 Honorable Mayor and City Council Waterloo, Iowa 1. The undersigned, being a Corporation existing under the laws of the State of Delaware a eSsamPelorip consisting of the` following partners: , having familiarized (himself) (themselves) (itself) with the existing conditions on the project area affecting the cost of the work, and with all the contract documents listed in the Table of Contents and Addenda (if any), as prepared by the City Engineer of the City of Waterloo now on file in the office of the City Clerk, City Hall, Waterloo, Iowa, hereby proposes to furnish all supervision, technical personnel, labor, materials, machinery, tools, appurtenances, equipment, and services, including utility and transportation services required to construct and complete this F.Y. 2020 Wastewater Treatment P lant Biosolids Modifications, City Contract No. 994, all in accordance with the above -listed documents and for the lump sum base bid cost: LUMP SUM BASE BID: Elylfhen Ail I'06 Oilt1;9y liwu5tnt{ Dollars $ 144, I6O, . (Words) (Numbers) S ee Section 01 29 00—Contract Considerations for discussion of cash allowances to include in the Bid. Contract award will be made based on the Lump Sum Base Bid or Lump Sum Base Bid with any combination of Bid Alternatives selected. The price for all Base Bid Equipment items shall be included in the Lump Sum Base Bid. Bid Alternatives will be added or deducted from the Lump Sum Base Bid, if they are accepted, prior to Notice of Award being made. CITY reserves the right to accept or reject any Bid Alternatives or Equipment Alternatives to the Lump Sum Base Bid. Should CITY wish to consider Bid Alternatives listed Bidder may be required to provide additional information prior to Notice of Award. Consideration of E quipment Alternatives of the selected Bidder will be made by CITY within 60 days after the E ffective Date of the Agreement. If a Bid SprisseAlternative is selected by CITY, the awarded Contract price will include the selected Alternative(s). "The Contract, if awarded, will be on the basis of materials and equipment specified or described in the Bidding Documents without evaluation of Equipment Alternatives listed in the Lump Sum B ase Bid if any, and without evaluation of possible substitute or "or equal" items Whenever it is specified or described in the Bidding Documents that an Equipment Alternative listed in the Lump S um Base Bid or that a substitute or 'or equal' item of material or equipment may be furnished or used by CONTRACTOR if acceptable to CONSULTANT application for acceptance will not be evaluated by CONSULTANT until after the Effective Date of the Agreement." FORM OF BID Section BF -1 ' 4463.004/City Contract No. 994 WILLIAMS BROTHERS CONSTRUCTION INC. 2. Bid Alternatives B ID ALTERNATIVE NO. t CONTRACTOR shall include in the cost of the Bid Alternative ALL work associated with providing the scope listed below The price of $ (700 `� shall be deducted from the Contract Lump Sum Base Bid if CITY elects to have CONTRACTOR eliminate the addition of the metal canopy, framing, wall panels, concrete walls and footings associated with the outdoor biosolids loadout area located between the Dewatering Building (Structure 330) and the Centrate Equalization Tanks (Structure 350) as indicated in the Drawings and in the S pecifications as specified in Section 07 61 00—Sheet Metal Roofing and Section 41 12 13—Shaftless Screw Conveyors. B ID ALTERNATIVE NO. 2:. CONTRACTOR shall include in the cost of the Bid Alternative ALL work associated.with providing the scope listed below The price of $ n 00 � shall be deducted from the Contract Lump Sum Base Bid if CITY elects to have CONTRACTOR eliminate the addition of the Chemical Budding (Structure 300) and related items as indicated in the Drawings and in the Specifications as specified in SECTION 21 11 00 Water -Based Fire P rotection, Section 22 30 00—Plumbing Equpment, Section 46 33 42—Chemical Phosphorus Removal E quipment and Section 43 41 45 -Fiberglass Reinforced Plastic Chemical Tanks. B ID ALTERNATIVE NO. 3: CONTRACTOR shall include in the cost of the Bid Alternative ALL work associated with providing the scope listed below The price of $ to,000_ _ shall be:.deducted.,from the Contract_ Lump_ Sum: Base Bid if CITY elects to have CONTRACTOR eliminate the addition of Primary Sludge Pumps (P-3-15-1 and P-3-15-2) and associated piping, modifications to existing WAS Well No. 2 and No. 3 and related items in the WAS Building (Structure 170) as indicated in ;the Drawings ,and in. the Specifications as specified in S ection 13 34 23.25—FRP Flat Panel Cover System and Section 43 23 57—Progressing Cavity Pumps. B ID ALTERNATIVE NO. 4: CONTRACTOR shall include in the cost of the Bid Alternative ALL work associated with -providingthe scope listed below The price of $ 2 6,0coo ° shall be deducted from the Contract Lump Sum- Base. Bid if CITY elects to have CONTRACTOR eliminate the replacement of Boilers No 1 and No. 3 (M-1 11 24 1 and M 11 24-3), recirculation pumps (P-11-31-1 and P-1.1-31-2) associated pipingmodifications and related items in the D igester Control Building (Structure 310) as indicated in the Drawings and in the Spec'fications as specified in Section 23 21 16—Hydronic Piping Specialties, Section 23 21 23—Hydronic Pumps S ection 23 25 00—HVAC Water- Treatment and .Section -23.-52.39—FireTube -Boilers. FORM OF_BID Section BF -2 4463.004/City Contract No. 994 Li WILLIAMS BROTHERS CONSTRUCTION INC. 3. Equipment Alternatives The name of the Base Bid equipment manufacturer which Bidder shall include in the Lump Sum Base Bid is listed for each equipment item. Where an alternative manufacturer is listed, Bidder shall include an add or deduct to the price of the equipment that Bidder included in the Lump Sum Base Bid. Where spaces are provided, Bidder may also bid other alternative manufacturers by writing in the alternative manufacturer's name Equipment Alternative Bid prices shall includethe entire cost of the Alternative, including cost for engineering changes to accommodate the Alternative, and additional work to be performed which is not 'shown on the Drawings, but which is required as a result of selection of the Alternative. Whether or notan alternative manufacturer is offered to one or more of the Base Bid equipment manufacturers provided for in the Bid Form, Bidder shall write (in numbers) the price for providing the Base Bid equipment manufacturer, as included in the Lump Sum Base Bid. When more than one Base Bid equipment manufacturer name is listed for an item, Bidder shall circle the name of the equipment manufacturer selected for the Lump Sum Base Bid and write in the price for the selected equipment. • FORM OF BID Section BF -3 4463.004/City Contract No. 994 WILLIAMS BROTHERS CONSTRUCTION INC. EQUIPMENT ALTERNATIVES FORM OF BID Revised Section BF -4 4463.004/City Contract No. 994 (Addendum No. 1) WILLIAMS BROTHERS CONSTRUCTION INC. item Equipment Manufacturer Included Lump Sum Base Base One) Bid in the Bid Cost Included Lump of Equipment Sum Base in the Bid Alternative Manufacturer Add to Base Bid for Alternative Manufacturer Deduct From Base Bid for Alternative Manufacturer A. Fire Tube BoilersCii $ (+) (-) (Section 23 52 39) 100, ®- (+) (-) B. SCADA System Supplier utomatic System $ (Section 26 09 00) OR Integrated Process Solutions at 900,cc)O OR Wunderlich-Malec C. Shaftless Screw Conveyors Custom Conveyor $ (+) (-) (Section 41 12 13) Corporation OR (+) (-) JDV Equipment Spirac Conveying (/ 0®® Technology D. Tri -Lobe Positive Kaeser Compressors, Inc. $ (+) (-) Displacement Blowers ^ (Section 43 11 33) ,L 3° Aerzen USA ® (+) (-) E. Progressing Cavity Pumps Seepex $ (+) () 43 (Section 23 57) 6,,Noco (+) (-) F. Submersible Pumps Flygt $ (+) ( ) 43 25 (Section 10) IR) OM(+) (-) G. Macerators Coerger $ (+) ( ) (Section 46 24 13) 2 000 (+) (-) FORM OF BID Revised Section BF -4 4463.004/City Contract No. 994 (Addendum No. 1) WILLIAMS BROTHERS CONSTRUCTION INC. H J K L. Item Polymer Feed Equipment (Section 46 33 33) Chemical Phosphorus Removal Equipment (Section 46 33 42) Submersible Mixers (Section 46 41 23 ) Coarse Bubble Diffusers (Section 46 51 21) Dewatering Centrifuge Equipment (Section 46 76 33) Equipment Base Bid Manufacturer Included in the Lump Sum Base Bid (.C'role One) UGSI Chemical Feed, Inc. �F1,id Dynamics Prominent Sanitaire -Xylem Cost of Equipment Included in the Lump Sum Base Bid ZOO, coo 15; coo 2560, cro0 I,Zoo( ©00 Alternative Manufacturer Add to Base Bid for Alternative Manufacturer FORM OF BID Revised Section BF -5 4463.004/City Contract No. 994 (Addendum No. 1) Deduct From Base Bid for Alternative Manufacturer WILLIAMS BROTHERS CONSTRUCTION INC. 4. Cash Allowances The following Cash Allowances shall be included in the Lump Sum Base Bid, The Cash Allowances for non Lump Sum items shall be equal to the product of the quantity included in the Lump Sum Base Bid and the Unit Price. The Cash Allowances will be adjusted in the event that estimated quantities tobe included in the Lump Sum Base Bid are different from final measured quantities. A single Unit Price shall be bid for each item Failure to include one or more of the following Unit Price items may result in rejection of the entire Bid as nonconforming. For items with a quantity of 1, the Cash Allowance shall be adjusted based on actual final costs. CASH ALLOWANCES FORM OF BID Section BF -6 4463.004/City Contract No. 994 WILLIAMS BROTHERS CONSTRUCTION It Item Number Description Estimated Quantity Included in the Lump Sum Base Bid Unit Bid Unit Price Total Included Lump Base Bid Price in the Sum Bid Concrete Surface Repair—Top of Wall Repairs Section 03 01 30 10 CF $` O>� $ 2. Concrete Surface Repair—Wall Vertical Surface and Underside of Slab Repairs Section 03 01 30 10 CF' $; 700 ` 00 $ '% i Concrete Surface Repair—Top of Slab Repairs�^ Section 03 01 30 10 CF $ . U® 7®V $ 7!oco °e 4. Masonry Restoration Cleaning 8,000 SF $ ) o $ /J P ll� ✓ and -100% Repointing Section 04 01 20 5. Masonry Restoration and Cleaning— <100% Repointing Section 04 01 20 1,000 LF $ 34 7 3 - 3 cyOG1 6. Brick Replacement Section 04 01 20 250 SF $ $ 21 '25®' 7. Excavation, Backfill, and Grading— Unsuitable Foundation Material for Structures Section 31 23 00 1,500 CY - $ 00�6 $ / • a. 08 8. Excavation, Backfill, and Grading— Unsuitable Foundation Material for Utility Trenches Section 31 23 00 500 CY $ ® °13 $ • 25 `„® FORM OF BID Section BF -6 4463.004/City Contract No. 994 WILLIAMS BROTHERS CONSTRUCTION It 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. Security in the sum of 5% Bid As Accepted Dollars ($ 5% Bid As Accepted ) in the form of Bid Bond is submitted herewith in accordance with the INSTRUCTIONS TO BIDDERS 7. Attached. hereto is a Non -Collusion Affidavit of Prime Contractor. 8. Attached hereto is a Resident Bidder Certification (_ ._.. ), or Non -Resident Bidder Certification ( X ). (Mark one.) 9. The Bidder is prepared to submit a financial and experience statement upon request. 10. 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. 11. The Bidder has received the following Addendum or Addenda: Addendum No. 1 Date January 10, 2020 2 January 17, 2020 3 eSidluthl 2d, 2O20 12. 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 Foram 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 subcontr_actor_s_on"SUBCONTRACT_ORREQUEST 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. 13. The Bidder has filled in all blanks on this proposal. Those blanks not applicable are marked "none" or "NA" 14. The Bidder has attached all applicable forms. 15. CITY 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. FORM OF BID Section BF -7 WILLIAMS BROTHERS CONSTRUCTION INC. 4463.004/City Contract No. 994 Williams Brothers Construction Inc. January 23, 2026. e of Bidd-r) (Date) BY: Title President David M. Williams Official Address: (Including Zip Code): P.O. Box 1366 Peoria, Illinois 61654 I.R.S. No. 37-0971367 END OF SECTION FORM OF BID Section BF -8 4463.004/City Contract No. 994 WILLIAMS BROTHERS CONSTRUCTION INC. INFORMATION NEEDED FOR IOWA CONSTRUCTION SALES TAX EXEMPTION CERTIFICATE CONTRACTOR NAME: Williams Brothers Construction Inc. ADDRESS: P.O. Box 1366 Peoria, Illinois 61654 (Check One) _ ...PRIME. SUBCONTRACTOR FEDERAL ID#: 37-0971367 P ROJECT NAME: F.Y. 2020 Wastewater Treatment Plant, Biosolids Modifications. PROJECT CONTRACINO.: 994 D ESCRIPTION OF WORK: ( Brickwork ® Carpentry • Concrete • Drywall -Plaster -Insulation E lectrical Excavation/Grading_ Flooring H eavy Construction (X] Heating -Ventilating -Air Cond x P14 SALES TAX EXEMPTION Landscaping Painting. ® Paving ® Plumbing. Roofing -Siding -Sheet Metal • Windows VI Wrecking -Demolition Other (Please specify). General PA Section STE-1 WILLIAMS BROTHERS CONSTRUCTION INC. 4463.004/City Contract No. 994 S � County of and for e e Company Indiana, Insurance who the State of Zurich in, me duly sworn blic of the described TE OF subscriber, a1•1 Y bli If Fact t e individual a,andbem affixedto the e duly T A arson before the me ICC th Corder, llyknown tof the that the seals signature �o County °f Marion. Janua 2020,u lifted, came a e pens ledged the executionaforesaid, an andhislher ra day °f f�lrumen and acknowledged ckno the Companies corporate Ca same, and On this Marion, y co Fidelity an ted the preceding re executed andmsa s foregoing d subscribed u affixed �' issione °hstmment, Fact for asaid nd that said of the said dDeposit Company ey- antes first above writte n. and fore Comp d direction st Attorney-In-Fact ttom ear ced e is said seals of horny this day d y ys ha rels�e corporate sementby the au anofficial seal � an trumnb are to the said instr`i set my hand affixed my bs �ereOf'Ihavehere�to n BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, Williams Brothers Construction Inc. as Principal, and Zurich American Insurance Company AND Fidelity and Deposit Company of Maryland as Surety are held and firmly bound unto the CITY OF WATERLOO , Iowa, hereinafter called "OWNER." In the penal sum Five Percent of the Maximum Bid Amount Dollars ($ 5% of the Maximum Bid Amount) lawful money of the United States, for the payment of which sum will and truly be made, we bind ourselves, our heirs, executors, administrators, and successors, jointly and severally firmly by 'these presents. The condition of this obligation is such that whereas the Principal has submitted the accompanying bid dated the 23rd day -of - January 20 20 for F.Y..2020 Wastewater Treatment difications, City Contract No. 994 Plant Biosolids Mi 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 thereyuith,:.and: shaiI'.,in all other respects perform the agreement created byithe acceptance of said Bid, .1 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 thio _ 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 brovide the bond as provided in the specifications or by law • _ The Surety,.for value .received, -hereby -stipulates -arid -agrees-that--the obligations of'said'Suretyand-its bond shall be in no way impaired or affected by any extension of the time within which the Owner may accept such Bid or execute such contract; and said Surety does hereby waive notice of any such extension IN WITNESS WHEREOF, the Principal and the Surety, have hereunto set their hands and seals, and such of them as are corporations; have caused their corporate seals to be hereto affixed and these presents to -be signed by their proper officers this 23rd day of January , A.D. 2020 4 /_!/ Wigs Kathleen T. DeVito, Surety ith, Secretary nt Manager Witness Robin L. Young, Surety Account Man BID BOND Williams B Pri ers Construction Inc. (Seal) By David M. Williams, President (Title) Zurich American Insurance Company AND Fidelity and Deposit Company of Maryland Surety By (Sealy ney-in-fact , Keith Corder Section BB -1 4463.004/City Contract No. 994 ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of New York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Illinois, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Illinois (herein collectively called the "Companies' ), by Robert D Murray, Vice President, in pursuance of authority granted by Article V Section 8, of the By -Laws of said Companies, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute, and appoint Daniel C. APPEL, Kathleen T. DEVITO, Brenda RAYMER, Lora L. YOUNG, Lakisa L. MASON, Keith CORDER, Robin L. YOUNG and Andrew APPEL, all of Indianapolis, Indiana, its true and lawful agent and Attorney -in -Fact, to make, execute, seal and deliver for, and on its behalf as surety, and as its act and deed: any and all bonds and undertakings, and the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York. the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland , and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland. in their own proper persons • The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8, of the By -Laws of said Companies, and is now in force. IN WITNESS WHEREOF, the said Vice -President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 30th day of September, A.D. 2019. mo�'.�m ,n` b?� 1998. *0b ATTEST: ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND By: Robert D. Murray Vice President By: Dawn E. Brown Secretary State of Maryland County of Baltimore On this 30th day of September, A.D. 2019, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, Robert D. Murray, Vice President and Dawn E Brown, Secretary of the Companies, to ine personally known to be the individuals and officers described m and who executed the preceding instrument, and acknowledged the execution of same, and being by me duly sworn, deposeth and saith, that he/she is the said officer of the Company aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. `o^,o^a,ncQ.ty,.m,.} Constance A. Dunn, Notary Public My Cornrnission Expires: July 9, 2023 NON -COLLUSION AFFIDAVIT OF PRIME BIDDER State of Illinois )ss County of Peoria ) David M. Williams , being first duly sworn, deposesand says that: 1. He is President (Owner, Partner, .Officer, Representative, or Agent) Williams Brothers Construction Inc. 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 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; connectionwith 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.,idr, to fix, any overhead, profit -or cost elementof the bid price or the bid price of any otherBidder, or -to secure through any collusion, conspiracy, connivance, tor unlawful agreement any advantage against the City of Waterloo, Iowa: or' any person' interested in the Proposed Contract and The price o'r prices quoted in. the attached Bid are fair and proper and are not tainted` by any collusion, conspiracy connivance' or .unlawful Nagreement on the part of -'the :Bidder_ or:=any :of its agents, repr:... =� +tativ-s, ; wners -employees, or parties in interest, including this affiant. (Signed) Subscribed and, sworn to_before me this: January , 2020 Jacque David M. Williams President Title 23rd day of My commission expires 12/22/2023 - NON -COLLUSION AFFIDAVIT 'OFFICIAL SEAL' JACQUELINE M. SMITH Notary Public State of Illinois My Commission Expires 12-22-2023 Section NCA -1 4463.004/City Contract No. 994 WILLIAMS BROTHERS CONSTRUCTION INC. NON -COLLUSION AFFIDAVIT OF SUBCONTRACTOR State of N/A ) ) ss: County of N/A N /A being first duly sworn, deposes and says that:: 1. He is N/A (Owner, Partner, Officer, Representative, or Agent) of N/A hereinafter referred to as the "Subcontractor;" 2. He is fully.. informed _respecting the preparation and contents of the subcontractor's proposal submitted by the subcontractor to. N /A , contract pertaining to the N /A project in N/A (City or County and State) S uch;. subcontractor's.. proposal is .genuine and is not a collusive or sham proposal; N either ..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 otherbidder firm or person to submit -a, collusive or sham proposal in connection withsuch contract or to refrain :rfrom submitting a proposal in connection with such contract, or has in any manner,directly or indirectly, sought by unlawful agreement or connivance with anyother bidder, firm or person to fix the price or prices in saidsubcontractor'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 agreementany advantage against the .City of -Waterloo, Iowa, or any person interested. in the proposed contract; and The price or prices quoted in the subcontractor's proposal are fair and proper and are not tainted by any collusion, conspiracy, connivance or unlawful agreement on the part of the bidder or any of its agents, representatives, owners employees, or parties in interest, including this affiant. (Signed) N/A N/A Title S ubscribed and sworn to before me this N/A day of N/A N/A , 20 . N/A Title My commission expires N/A . NON -COLLUSION AFFIDAVIT END OF SECTION Section NCA -2 WILLIAMS BROTHERS CONSTRUCTION INC. 4463.004/City .Contract .No. 994 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: 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 opinionor 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 othercontract or understanding, a notice advising said labor. union or workers' representative of the contractor s commitment under this section. 4.. The contractor, subcontractor, vendor and supplier of goods and services will comply with all published rules, regulations, directives, and order of the City of Waterloo Affirmative Action Program Contract Compliance Provisions. 5. The contractor, subcontractor, vendor and supplier of goods and services will furnish and file compliance reports within such time and upon such forms as provided by the Affirmative Action Officer. Saidforms 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. EQUAL OPPORTUNITY CLAUSE Section FOC -1 4463.004/City Contract No. 994 WILLIAMS BROTHERS CONSTRUCTION INC. 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, 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, natio yrigin, economic status, age, mental or physical disabilities. (Signed) (Appropriate Official) David M. Williams .:President END OF SECTION (Title) January 23, 2020 (Date) EQUAL OPPORTUNITY CLAUSE Section EOC-2 4463.004/City Contract No. 994 WILLIAMS BROTHERS CONSTRUCTION INC. TITLE VI CIVIL RIGHTS During the performance of this contract, the contractor (for itself), its assignees, and successors in interest (hereinafter referred to as the ' contractor") agrees as follows: 1. Compliance with Regulations: The contractor shall comply with the Regulations relative to non-discrimination in Federally assisted programs of the DOT Title 49, Code of Federal Regulations, Part 21, as they may be amended from time to time (hereinafter referred to as the Regulations), which are herein incorporated by reference and made a part. of this contract. 2. Nondiscrimination: The contractor, with regard to the work performed by it during the contract, shall not discriminate on the grounds of race, color national origin, sex, age, or disability in the selection and retention of subcontractors, including procurement of materials and leases of equipment. The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21 5 of the Regulations, including employment practices when the contract covers a program set forth in Appendix B of the Regulations 3. Solicitations for Subcontracts, Including Procurement of Materials and Equipment: In all solicitations either by competitive bidding or negotiation made by the contractor for work to be performed under a subcontract, including procurement of materials or leases of equipment, each potential subcontractor or supplier shall be notified by the contractor of the contractor's obligations under this contract and the Regulations relative to non-discrimination on the grounds of race, color, national origin, sex, age, or disability. 4. Information and Reports: The contractor shall provide all information and reports required by the Regulations or directives issued pursuant there to, and shall allow access to its books, records, accounts, other sources of information, and its facilities as may be determined by the Contracting Authority the Iowa DOT, -orFHWA to be pertinent to ascertain compliance with. .such Regulations, orders and instructions. Where any information required of a contractor is in the exclusive possession of another who fails or refusesto_ furnish this information the contractor shall so certify to the Contracting Authority, the Iowa DOT, or the FHWA as appropriate, and shall set forth what efforts it has made to obtain the. information. 5. Sanctions for Noncompliance: In the event of the contractor's noncompliance with the nondiscrimination provisions of this contract, the Contracting Authority, the Iowa DOT, or the FHWA shall impose such contract sanctions as they may determine to be appropriate, including, but not limited to: a. Withholding of payments to the contractor under the contract until the contractor complies, and/or b. Cancellation, termination, or suspension of the contract, in whole or in part. 6. Incorporation of Provisions: The contractor shall include the provisions of paragraphs (1) through (6) in every subcontract, including procurement of materials and leases of equipment, unless exempt by the Regulations, or directives issued pursuant thereto The contractor shall take such action with respect to any subcontract or procurement as the Contracting. Authority, the Iowa DOT, or the FHWA may direct as a means of enforcing such provisions including sanctions for non-compliance: Provided, however, that, in the event of a contractor becomes involved in, or it threatened with litigation with a subcontractor or supplier as a result of such direction, the contractor may request the Contracting Authority or the Iowa DOT to enter into such litigation to protect the interests of the Contracting Authority or the Iowa DOT; and, in addition, the contractor may request the United States to enter into such litigation to protect the interest of the United States. TITLE VI CIVIL RIGHTS Section CR -1 WILLIAMS BROTHERS CONSTRUCTION INC. 4463.004/City Contract No. 994 Bidder Status Form To be completed by all bidders Part A Please answer 'Yes" or "No' for each of the following: X Yes 1 1 No (� Yes [l Yes L Yes Ix N o IX1 No N o n Yes n 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 pnor 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. complete Parts B and D of this form. If you answered "No" to one or more questions above, your company is a nonresident bidder. complete Parts C and D of this form. Please Please 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: / / to / / Address: City, State,Zip:. D ates: / / to / / Address: City, State, Zip*: D ates: / 1 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: Illinois 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 Employment of Illinois Workers on Public Works Act (30 ILCS 570/0.01) Copy Attached X Yes f No You may attach additional sheet(s) if needed. To be completed by all bidders Part D I certify that the statements made on this document are true and complete to the best of my knowledge and I know that my failure to provide accurate and truthful information may be a reason to reject my bid. Firm Name: Signature: sliConstruction Inc. David M. illiams 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. RB -1 4463:004/City Contract No. 994 Date: January 23, 2020 Worksheet: Authorization to Transact Business This worksheet may be used to help complete Part A of the Resident Bidder Status form. If at least one of the following describes your business, you are authorized to transact business in Iowa. Yes n No Yes n No Yes [i No [Xf Yes n No Yes [XI No My business is currently registered as a contractor with the Iowa Division of Labor. My business is a soleproprietorship and I am an Iowa resident. for Iowa income tax purposes. My business is a general partnership or joint venture. More than 50 percent of the general partners or joint venture parties are residents of Iowa for Iowa income tax purposes. My business is an active corporation with the Iowa Secretary of State and has paid all fees required by the Secretary of State, has filed its most recent biennial report,and has not filed articles of dissolution. My business is a corporation whose articles of incorporation are filed in a state other than Iowa, the corporation has received a certificate of authority.from the Iowa secretary of state, has filed its most recent biennial report with the secretary of state, and has neither received a certificate of withdrawal from the secretary of state nor had -its authority revoked. - n Yes ©No My business is a limited liability partnership which has filed a statement of qualification in this state and the statement has not been canceled. n Yes [X] No My business is a limited liability partnership which has filed astatement 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. n Yes LI 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 X No My business is a limited partnership or a limited liability limited partnership whose certificate of limited partnership is filed in a state other than Iowa the limited partnership or limited liability limited partnership has received notification from the Iowa secretary of state that the application for certificate of authority has been approved and no notice of cancellation has been filed by the limited partnership or the limited liability limited partnership. Yes X 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 X No My business is a limited liability company whose certificate of organization is filed in a state other than Iowa, has received a certificate of authority to transact business in Iowa and the certificate has not been revoked or canceled RB -2 WILLIAMS BROTHERS CONSTRUCTION INC . 4463.004/City Contract No. 994 11/25/2014 Information maintained by the Legislative Reference Bureau Updating the database of the Illinois Compiled Statutes (ILCS) is an ongoing process. Recent laws may not yet be included in the ILCS database, but they are found on this site as Public Acts soon after they become law. For information conceming the relationship between statutes and Public Acts, refer to the Guide. Because the statute database is maintained primarily for legislative drafting purposes, statutory changes are sometimes included in the statute database before they take effect. If the source note at the end of a Section of the statutes includes a Public Act that has not yet taken effect, the version of the law that is currently in effect may have already been removed from the database and you should refer to that Public Act to see the changes made to the current law. 30 ILCS 570/ Employment of Illinois Workers on Public Works Act. FINANCE (30 ILCS 570/) Employment of Illinois Workers on Public Works Act. (30 ILCS 570/0.01) (from Ch. 48, par. 2200) Sec. 0.01. Short title. This Article 2 may be cited as the Employment of Illinois Workers on Public Works Act. In this Article 2, references to this Act mean this Article 2. - (Source: P.A. 96-929, eff. 6-16-10.) (30 ILCS 570/1) (from Ch. 48, par. 2201) Sec. 1. Definitions. For the purposes of this Act., the following words have the meanings ascribed to them in. this Section. (1) "Illinois laborer" refers to any person who has ✓ esided in Illinois for at least 30 days and intends to become o r remain an Illinois resident. (2) "A period of excessive unemployment" means any month immediately following 2 consecutive calendar months during which the level of unemployment in the State of Illinois has exceeded 5% as measured by the United States Bureau of _Labor Statistics in its monthly publication of employment and u nemployment figures. - (3) "Hazardous waste" has the definition ascribed to .it in Section 3.220 of the Illinois Environmental Protection Act, approved June 29, 1970, as amended. (4) "Interested party" means a person or entity with an interest in compliance with this Act. (5) "Entity" means any sole proprietor, partnership, firm, corporation, limited liability company, association, or other business enterprise; however, the term "entity" does not include (i) the State of Illinois or its officers-, agencies, or political subdivisions or (ii) the federal government.. (6) "Public works" means any fixed work construction or improvement for the State of Illinois or any political subdivision of the State if that fixed work construction or improvement is funded or financed in whole or in part with State funds or funds administered by the State of Illinois. (Source: P.A. 96.-929, eff. 6-16-10.) (30 ILCS 570/1.1) (from Ch. 48, par. 2201.1) Sec.• 1.1. Findings.. The General Assembly finds and declares that unemployment in the Illinois construction industry has traditionally tended to be higher in those counties which border upon other states. Further, the General Assembly finds And declares that the over -utilization 'of out-- of-state laborers on public works projects or improvements for httpl/www.ilga.gov/legislation(Icsfi ics3.asp?ActID=549&ChapterlD=7&Print=True WILLIAMS BROTHERS CONSTRUCTIONI/ENC., 11/25/2014 30 ILCS 570/ Employment of Illinois Workers on Public Works Act. t he State of Illinois or any political subdivision, municipal corporation or other governmental units thereof is a contributing factor to higher levels of unemployment both in t he border counties and throughout Illinois. It is the public policy of this State and the objective of this Act to promote t he general welfare of the people of this State by ensuring t hat Illinois laborers are utilized to the greatest extent possible on public works projects or improvements for the t tate of Illinois or any political subdivision, municipal corporation or other governmental units thereof. To this end, t his Act shall be liberally construed to effectuate its purpose. (Source: P.A. 96-929, eff. 6-16-10.) (30 ILLS 570/2) (from Ch. 48, par. 2202) Sec. 2. Applicability. -This Act applies to all labor on public works projects or improvements, including projects involving the clean-up and on-site disposal of hazardous waste, but excluding emergency response or immediate removal activities, whether skilled, semi -skilled or unskilled, whether manual or non -manual. (Source: P.A. 96-929, eff. 6-16-10.) (30 ILCS 570/2.5) Sec 2.5. Public private agreements. This Act applies to any public private agreement entered into under the Public P rivate Agreements for the Illiana Expressway Act and the P ublic -Private Agreements for the.South Suburban Airport Act. (Source: P.A. 98-109, eff. 7-25-13.) (30 ILCS 570/2.7) Sec 2.7. Public-private agreements. This Act applies to any public-private agreement entered into under the Public - P rivate Partnerships for Transportation Act. (Source: P.A. 97-502, eff. 8-23-11.) (30 ILCS 570/3) (from Ch. 48, par. 2203) Sec. 3. Employment of Illinois laborers. Whenever there is a period of excessive unemployment in Illinois, if a person or e ntity is charged with the duty, either by law or contract, of (1) constructing or building any public works, as defined in t his Act, or (2) the clean-up and on-site disposal of h azardous waste for the State of Illinois or any political subdivision of the State, and that clean-up or on-site disposal is funded or financed in whole or in part with State funds or'. funds administered by the State of Illinois, then that person. or entity shall employ -at. least 90% Illinois laborers on such project. Any public works project financed in whole or in part by federal funds administered by the State of Illinois is covered under the provisions of this Act, to the e xtent permitted by any applicable federal law or regulation. Every public .works contract let by any such person shall contain a provision_. requiring that such. labor be Used Provided, that other laborers may be qused when Illinois laborers as .defined in this Act are not available, or are incapable of .performing the particular type of work involved, if so certified by the contractor ,and approved. by the httpa/www.dga.gov/legislatio lcnfilcs3.asp?AcllD=549&ChapterlD=7&Print=True 1 ( WILLIAMS BROTHERS CONSTRUCTION INC 2/5 11/25/2014 30 ILCS 570/ Employment of Illinois Workers on Public Works Act. contracting officer. (Source: P.A. 96-929, eff. 6-16-10.) (30 ILCS 570/4) (from Ch. 48,. par. 2204) Sec. 4. Non-resident executive and technical experts. Every contractor on a public works project or improvement or h azardous waste clean-up and on-site disposal project in this State may place on such work no more than 3, or 6 in the case o f a hazardous waste clean-up and on-site disposal project, of h is regularly employed non-resident executive and technical e xperts, even though they do not qualify as Illinois laborers as defined in Section 1 of this Act. (Source: P.A. 96-929, eff. 6-16-10.) (30 ILCS 570/5) (from Ch. 48, par. 2205) Sec. 5. Expenditure of federal funds. (a) In all contracts involving the expenditure of federal aid funds in relation to a public works project or improvement, this Act shall not be enforced in such manner as t o conflict with any federal statutes or rules and regulations. (b) When federal expenditures are used in combination with State expenditures for clean-up and on-site disposal of h azardous waste, it shall be the responsibility of the Illinois Environmental Protection Agency to notify; with respect to such project, any Illinois hazardous waste cleanup Contractor who has requested such notification of the date when bids will be accepted for such projects and the requirements necessary to successfully compete for such projects. (Source: P.A. 96-9.29, eff. 6-16-10.) (30 ILCS 570/6) (from Ch. 48, par. 2206) Sec. 6. Penalties. Any person or entity that violates the provisions of this Act is subject to a civil penalty in an amount not to exceed $1,000 for each violation found in the first investigation by the Department, not to exceed $5,000 for each violation found in the second investigation by the Department, and not to exceed $15,000 _ for a third or subsequent violation found in any subsequent .investigation by the Department Each violation of this Act for each worker and for each day the violation continues constitutes a separate and distinct violation. In determining the amount of the penalty, the Department shall consider the appropriateness of the penalty to the person or entity charged, upon determination of the gravity of the violations. The collection of these penalties shall be enforced in a civil action brought by the Attorney General on behalf of the Department. (Source: P.A. 96-929, eff. 6-16-10.) (30 ILCS 570/7) (from Ch. 48, par. 2207) Sec. 7. Enforcement. It is the duty of the Department of Labor to enforce the provisions of this: Act The Department. has the power to conduct investigations in connection with the administration and enforcement of ..this Act, and any investigatorwi.th the Department is authorized to visit and inspect, at all reasonable times, any places covered by this httpj/www.iiga.gov/legisiationRIcs/iilcs3:asp?ActID=549&ChapterlD=7&Print=True WILLIAMS BROTHERS CONSTRUCTION INC. 3/5 11/25/2014 30 ILCS 570/ Employment of Illinois Workers on Public Works Act. Act and is authorized to inspect, at all reasonable times, d ocuments related to the determination of whether a violation of the Act exists. The Department may compel, by subpoena, the attendance and testimony of witnesses and the production of books, payrolls, records, papers, and other evidence in any investigation and may administer oaths to witnesses. The D epartment of Labor, as represented by the Attorney General, is empowered to: (i) issue and cause to be served on any person or entity an order to cease and desist from further ✓ iolation of this Act, (ii) take affirmative or other action as deemed reasonable to eliminate the effect of the violation, (iii) collect any civil penalties assessed by the Department pursuant to Section 6 of this Act, and (iv) sue for injunctive ✓ elief against the awarding of any contract or the continuation of any work under any contract for public works o r improvements or for the. clean-up and on-site disposal of h azardous waste at a time when the provisions of this Act are n otbeing met. (Source: P.A. 96-929, eff. 6-16-10.) (30 ILCS 570/7.05) Sec. 7.05. Review. Any party seeking review of the D epartment's determination may file a written request for an informal conference. The request must be received by the Department within 15 calendar days after the date of issuance o f the Department's determination. During the conference, the party seeking review may present written or oral information and arguments as to why the Department's determination should be amended or vacated. The Department shall consider the information and arguments presented and issue a written decision advising all parties of the outcome of the conference. (Source: P.A. 96-929, eff. 6-16-10.) (30 ILCS 570/7.10) Sec. 7.10. Employment of Illinois Workers on Public Works Projects Fund. All moneys received by the Department as civil penalties under this Act shall be deposited into the Employment of Illinois Workers on Public Works Projects Fund and shall be used, subject to appropriation• by the General Assembly, by the Department for administration, investigation, and other expenses incurred in carrying out its powers and duties under this Act. The. Department shall hire as many investigators and other personnel as may be necessary to carry o ut the purposes of this Act. Any moneys in the Fund at the e nd of .a fiscal year in excess of those moneys necessary . for -the Department to carry out its powers and duties under this •Act shall be available for appropriation to the Department for the next fiscal year for any of the Department's duties. (Source:. P.A. 96-929, eff. 6-16-10.) (30 ILCS 570/7.15) .Sec. 7.15. Private right of action. (a) Any interested party or person aggrieved by a violation of this Act or any rule adopted under this Act .may file suit in circuit court, in the bounty where the alleged o ffense occurred or where any party to the action .resides, WILLIAMS BROTHERS CONSTRUCTION INC. 4/5 httpl/www.itga.gov/iegi stat onl lcsfil cs3.asp1ActID=549&ChapterlD=7&Print=True 11/2512014 30 ILCS 570/ Employment of Illinois Workers on Public Works Act • w ithout regard to exhaustion of any alternative administrative ✓ emedies provided in this Act. Actions may only be brought (i) 30 days or more after a complaint has been filed with the D epartment of Labor by any interested party or person aggrieved by a violation of this Act or (ii) any time after t he filing of a complaint if the Department of Labor notifies any interested party or person aggrieved by a violation of this Act that the Department will not proceed with the complaint. Actions may be brought by one or more persons or e ntities for and on behalf of themselves and other persons e ntities similarly situated. A person or entity whose rights h ave been violated under this Act is entitled to collect: (1) attorney's fees and costs; and (2) compensatory damages in an amount not to exceed $500 for each violation of this Act or any rule adopted under this Act. Each violation of this Act for each worker and for each day the violation continues constitutes a separateand distinct violation. (b) The right of an interested party or aggrieved person t o bring. an action under this Section terminates upon the passing of 3 years from the date of completion and acceptance o f the public works project in question. (Source: P A. 96=929, eff. 6-16-10.) or (30 ILCS 570/7.20) Sec. 7.20. Rulemaking. The Department may adopt reasonable ✓ ules. to implement and administer this Act. For purposes of .this Act, the General Assembly finds that the adoption of .rules .-to implement ,this Act is deemed .an- emergency and n ecessary for -the public interest and welfare. (Source: P.A. 96-929, eff. 6-16-10.) httpJ/www.ilga,govflegi sl aUontiilos/iilcs3.asp?ActlD=549&ChapterlD=7&Print=True WILLIAMS BROTHERS CONSTRUCTION INC. 5/5 Revised February 2003 CONTRACTOR'S OR SUBCONTRACTOR'S AFFIRMATIVE ACTION PROGRAM Check box that applies to party completing program: ( g ) General Contractor ( ) Subcontractor Section A to be completed by GENERAL CONTRACTORS only: A. N ame of Company Williams Brothers Construction Inc. Address of Company P.O. Box 1366 Zip Peoria, Illinois 61654 Telephone Number( 309 ) 688-0416 Federal ID Number (if no Federal IDNumber,` Owner/President's Social` Security Number) 3T-0971367 N ame of Equal Employment Officer Allen Durr N ame of Project F.Y. 2020 Wastewater Treatment Plant Biosolids Modifications P roject Contract Number 994 Estimated Construction Work Dates Jan. 2020 /'Octob`er 1 2021 Start S ection B to be completed by SUBCONTRACTORS only: Finish ve N ame of General or Prime Contractor N ame of Subcontractor S ubcontractor's Address Zip S ubcontractor's Telephone Number ( .) S ubcontractor's Federal ID Number (if no Federal ID Number Owner/President's Social S ecurity Number) N ame of Equal. Employment Officer AFFIRMATIVE ACTION Section AA -1 4463.004/City Contract No. 994 WILLIAMS BROTHERS CONSTRUCTION INC. Remainder of program to be completed by party completing program, either Prime or Subcontractor The Owners and/or Principals of your company: Name Ethnic Address Position Sex Origin D avid M. Williams 800 Bayside Metamora IL President M C J oseph P. Williams 1300 Indigo Morton IL V President M C Thomas E.. Williams 7422 N Edgewild Peoria IL V Pres M C Other Areas of .Interest: If your company has branches or subsidiaries, or if your company is a branch or subsidiary of a parent organization, give the following information: Type of N ame Address Affiliation Degree N /A 11. 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 becauseof 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, includingtraining, 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. 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. We agree toput forth the. maximum effort to achieve full employment and utilization of capabilities and productivity of all .our citizens without regard torace, creed, color, sex national origin, economic status, age, and mental or physical handicap. AFFIRMATIVE ACTION Section AA -2 WILLIAMS BROTHERS CONSTRUCTION INC. 4463.004/City Contract No. 994 Williams Brothers Construction Inc. will give training (Name of Company) and employment opportunities to local residents of Waterloo, Iowa, to the greatest extent feasible. III. AFFIRMATIVE ACTION A. Williams Brothers Construction Inc. recognizes that the (Name of Company) effective application of a policy of merit employment involves more than just a policy statement, and Williams Brothers Construction Inc. (Name of Company) will, therefore, re-evaluate our Affirmative Action Program to ensure that equal e mployment opportunities are available on the basis of individual merit, and to actively e ncourage minorities, women and local residents to seek employment with our company o n this basis. B. Williams Brothers Construction Inc. 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. Williams Brothers Construction Inc. will take (Name of Company) whatever steps are necessary to ensure that our total workforce 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. Williams Brothers Construction Inc. 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. 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: AFFIRMATIVE ACTION tai Section AA -3 WILLIAMS BROTHERS CONSTRUCTION INC . 4463.004/City Contract No. 994 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 Williams Brothers Construction Inc. 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. Williams Brothers Construction Inc. 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.. Advertised in local newspaper 2. Sent letter and called MBE/WBE Contractors listed on pages M-7 to M-9 Asa result of the -above efforts we have involved minority, female, and local contractors and/orsuppliersin thelollowing areas of subcontracting: (if none, write' NONE") 1 None - No Proposal Received Williams Brothers Construction Inca 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. 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. Williams Brothers Construction Inc. 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. Williams Brothers Construction Inc. (Name of Company) AFFIRMATIVE ACTION Section AA -4 4463.004/City Contract No. 994 Affirmative Action WILLIAMS BROTHERS CONSTRUCTION INC. 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 2019, please submit percentage targets for employing minorities and women If you already have reached your target for hiring minorities and women, please submitthat percentage *Goals for Minorities: 10 Goals for Women:._ 2 *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 2019. Note, that none of the .goals are rigid or inflexible. Theyare targets thatyour: 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). AFFIRMATIVE ACTION Section AA -5 4463.004/City Contract No. 994 WILLIAMS BROTHERS CONSTRUCTION INC. CONTRACTOR'S TOTAL WORK FORCE (WATERLOO) INDICATE: D ISABLED VETERAN: DV ✓ IETNAM ERA VETERAN: VV H ANDICAPPED: H AFFIRMATIVE ACTION Section AA -6 WILLIAMS BROTHERS CONSTRUCTION INC 4463.004/City.Contract No. 994 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. City of Waterloo Affirmative Action Officer Approved Disapproved Reason: Respectfully s By: J Company Executive David M. Williams January 23, 2020 Date By Allen Durr Equal Employment Opportunity. Officer January 23, 2020 Date By: Date: END OF SECTION AFFIRMATIVE ACTION Section AA -7 4463.004/City Contract No. 994 WILLIAMS BROTHERS CONSTRUCTION INC. DESCRIPTION OF JOB CATEGORIES 1 Officials/Manager: Occupations in which employees set broad policies, exercise overall responsibility for execution of allpolicies, or direct individual departments or special phases of the agency's operations or provide specialized consultation on a regional,district or area basis. Includes: department heads, bureau chiefs, division chiefs, directors, deputy directors, controllers, examiners . wardens superintendents, unit.; supervisors, sheriffs, :police and fire chiefs and inspectors and kindred workers. 2- Professionals: Occupations which require specialized and theoretical knowledge which is usually required .through college training or thorough work experience and other training which provides comparable knowledge. Includes: personnel and labor relations workers, social workers, doctors, psychologists, registered nurses, economists, dietitians, lawyers, system analysts, accountants, .engineers, employment :and vocational rehabilitation counselors, teachers or instructors, police and fire captains andlieutenants and kindred workers. 3. Technicians: Occupations which require a combination of basic scientific or technical knowledge and manual skill which can be: obtained through specialized post -secondary school education and through equivalent on-the-job training. Includes: computer programmers and operations draftsmen, surveyors, licensed practical nurses, photographs, radio operators technical illustrators, police andfire sergeants and kindred workers. 4. Office/Clerical: Workers are responsible for internal and external communication, recording and retrieval of data and/or information and other paper work required in an office. Includes bookkeepers, messengers, office machine operators, clerk -typists, stenographers, court transcribers, hearing reporters, statistical clerks, dispatchers, license distributors, payroll clerks and kindred workers. 5. Skilled Craft Workers: Workers perform jobs which require special manual skill and a thorough and comprehensive knowledge of the processes involved in the work which is acquired through on -the job training programs. Includes: Mechanics and repairman, electricians heavy equipment operators stationary engineers, skilled machine occupations, carpenters, compositors and typesetters and kindred workers. 6. Sales Workers: Occupations engaging wholly and primarily in direct selling. Includes: advertising agents and salesman, insurance agents and brokers, real estate agents and brokers, stock and bond salesmen, demonstrators, salesmen and sales clerks, grocery clerks and cashier checkers, and kindred workers. 7 Operatives (semi -skilled) Workers who operate machine or processing equipment or perform other factory -type duties of intermediate skill level which can be mastered in a few weeks and require only limited training. Includes apprentices (auto mechanics) plumbers, building trades metal working trades, bricklayers, carpenters, electricians, machinists mechanics, printing trades, etc., operatives, attendants (auto service and parking), plasterers, chauffeurs, deliverymen and furnacemen, heaters (metal), laundry and dry cleaning operatives, milliners, mine operatives and laborers, motormen, oilers and greasers, (except auto painters), (except construction and maintenance), photographic process workers stationary fireman, truck and tractor drivers, weavers, (textile), welders and flame cutters and kindred workers. AFFIRMATIVE ACTION Section AA -8 4463.004/City Contract No. 994 WILLIAMS BROTHERS CONSTRUCTION INC. Laborers (unskilled): Workers in manual occupations which generally require no special training. Perform elementary duties that may be learned in few days and require the application of little or no independent judgment. Includes: garage laborers, car washers and greasers, gardeners (except farm) and groundskeepers, longshoremen, and stevedores, lumbermen, craftsmen and woodchoppers, laborers performing lifting, digging,mixing, loading and pulling operations and kindred workers: Apprentices: Persons employed in a -program including work training and related instruction to learn a trade or craft which is traditionally an apprenticeship, regardless of whether the program is registered with a Federal or State agency. 10. Trainees (on-the-job): Production: . persons in formal training for craftsmen when not trained under apprentice programs --operative laborer, and service occupations. White Collar. . persons engaged in formal training for clerical, managerial, professional, technical sales, office and clerical occupations END OF SECTION AFFIRMATIVE ACTION Section AA -9 4463.004/City Contract No. 994 i WILLIAMS BROTHERS CONSTRUCTION INC. ITEMS OF POTENTIAL MBE/WBE PARTICIPATION NOTICE TO PROSPECTIVE BIDDERS: The following • are items from the FN. 2020 Wastewater Treatment Plant Biosolids MODIFICATIONS, City Contract No. 994, that have a potential for MBE/WBE Participation. This listing however is not intended to be all encompassing, to preclude MBE/WBE Contractors from bidding on any items of the Proposal as a Subcontractor or the entire Proposal as a Prime Contractor. MBE/WBE GOALS FOR THIS PROJECT IMPORTANT: Prime Contract Bidders should be aware that ten percent (10%) MBE goal and a two percent (2%) WBE goal is attached to this project. "Certified Return Receipt' letters are no longer needed with the bid showing proof of contacting MBE or WBE Subcontractors, but the Pre -Bid Contact Information Form must be filled out completely. City of Waterloo Contract Compliance Officer: Contract Compliance Officer Community Development Board Carnegie Annex, Suite 202 620 Mulberry Street Waterloo, IA 50703 Phone: (319) 291-4429 ITEMS OF POTENTIAL Section M-1 WILLIAMS BROTHERS CONSTRUCTION INC. MBE-WBE PARTICIPATION 4463.004/City Contract No. 994 'BID_ `` UNIT,.0 ITEM DESCR .171 .., . ._ _ -.. _X 1 ALL WORK DESCRIBED LS 1.00 MBE/WBE GOALS FOR THIS PROJECT IMPORTANT: Prime Contract Bidders should be aware that ten percent (10%) MBE goal and a two percent (2%) WBE goal is attached to this project. "Certified Return Receipt' letters are no longer needed with the bid showing proof of contacting MBE or WBE Subcontractors, but the Pre -Bid Contact Information Form must be filled out completely. City of Waterloo Contract Compliance Officer: Contract Compliance Officer Community Development Board Carnegie Annex, Suite 202 620 Mulberry Street Waterloo, IA 50703 Phone: (319) 291-4429 ITEMS OF POTENTIAL Section M-1 WILLIAMS BROTHERS CONSTRUCTION INC. MBE-WBE PARTICIPATION 4463.004/City Contract No. 994 Contract No.: Letting Date: SUBCONTRACTOR'S BID REQUEST FORM PRIME BIDDER'S LETTERHEAD I, (subcontractor's name);_hereby atteslithat;I have:bgen solicited fora:bid on,(protecttname) in_the area of (description of work and=bid .tem no:). (Prime contractor) has informed me that if I am interested in bidding, a subcontracting bid proposal must be submitted to the company office by (date) and (time). Date Subcontractor's Company Name Subcontractor's Signature Date Prih eStdder's Signature; r NO BIDS RESPONSES RECEIVED SUBCONTRACTOR'S BID REQUEST FORM Section M-2 4463.004/City Contract No. 994 WILLIAMS BROTHERS CONSTRUCTION. INC. LETTER TO BE USED WHEN SOLICITING FOR SUBCONTRACTOR QUOTES Subcontractor Company Name; Address RE:. Contract No;: D ear (Prime Contractor's Company Name) is presently soliciting for the following work in,:connection with the above referenced project. (Insert bid Item Nos. and Description of Work) (Prime -Contractor's Company Name) is an Equal Opportunity Employer, and all qualified bidders will not be discriminated against due to race, religion,.color:,sex or origin. If interested in bidding your proposal must be turned in,.toythis office by and -T Date) 7 -( Time) S incerely, (Pnme Contractor's Representative) NO BIDS / RESPONSES RECEIVED S UBCONTRACTOR QUOTES Section_ M73: WILLIAMS-BROTHERS-CONSTRUCTION INC. Form COO- 3 (11/28/2001) 4463.004/City Contract No. 994 LETTER OF INTENT+TO BID (MBE/WBE LETTER) According to the Current MBE/WBE Contract Compliance Program - 2002, all'MBEANBE Contractors interested in submitting subcontractor quotes on construction projects with goals, MUST submit '•a LETTER OF INTENT TO BID to the City of Waterloo Contract Compliance Officer at least seven (7) days prior to bid opening. The LETTER OF INTENT TO BID must list the .specific items which ..the .MBE/WBE Contractor • is interested in bidding. Letter should include the following: Name of Project: Your Company Name Address: Phone: Date: List of Specific items to be bid: Item No. Description: Item. No; Description: Item. No. Description: Item •No. -...Description:__ _ Item No. Description: (Subcontractor's Company Name and authorized signature)- - ____._-Return thsLETTER-O-F INTENT-TO.81D 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) NO BIDS / RESPONSES RECEIVED LETTER OF INTENT TO BID Section M-4 4463.004/City Contract No. 994 J WILLIAMS BROTHERS CONSTRUCTION INC. w w z w th0) w z D m W w m 2 Z 0 D 1c (0.. L nt 0 z 0 0 z 1— U F-- Z 0 0 m ccw 0 Prime Contractor Responsibilities: 0 TICS c- o o 0 U uL- ▪ O_ U O o O O E o oo c + O O a) C Q ICO CL o _o 0 C O • U D E :o a O n -> 0 o > Q O C o c 0 (a °) 0 — U) U) 0 co ea 0 • CLL a) 'N C C U) CT) IDa) _O W c W m c �m_0 w� 03 1/24 (0 U U ▪ a3 2 O C U %- C _ a) 'C O a) • a) a- F2 T o a) U 4-0 C 0 O � 0 c o u) U U O (0 O +. c 0.O O 'U > C a) 0 U C O L 03c .co 'Q U '0 O 0 • U o m Es E C O O in 0) U a c E E o c • c a) w m m o_ 0 O u) fl U U) (6 c .c O 0 C 0 co c CO171 O a3 c E O 0 4-- 4. 0 4) `4- 7 D 0 0 0 cn O 0 U (B c. O c O 11) C N ' 0 o o a) cr Y 0 E U ca U) °) U C 0_ E -C3 o a) U -o T co 0 CO O -0 QOS .Q Ql L. U U (0N E. U O a)(1) co O O .c C o U (0 o c 0 En � O O U —_ CO tea) 'O O 0 O U E Q 0 0 E O � Z U O mcc U'E ci 1— O zw-0 O ma-' ac) 0 0 > p O N • O sa W c —a. W_ w N U O a O .-(7) CL N W o -0 Z W 0 i O W�c Wit > Z_ O wOcn D 0 'Es w LO mw ® C m w 0CD a) N a) • c U co -C 0) U) C T a) U O 0 U 0 O fl c (/) • O O c (.0 O U 0c U • za) O 0 c. U 0 O � W mc �m 0 0 m O a)� c L ��Qy ai N cJ• ? a) U 0 -O -o C (6 a) -a a) 0 E .U) 0 ca 0 U U N 0 c 0) L w m m a) u) U T 't tot .c U , 0) W c -, co Lb- c 0 W L. c CC) Q o 0 -0 0) 0 L C 0 O O m o E O 0 L4- a)(6O 4O 0 a) a).t 0 ._ a) 2 C U +L- ' O'0 C N .L O U CO .4- _0 0 C U >, W Q a) E. o L O O 0 (a eO U) @ c 0 0 4-- iia � E � 0 C U E .c (am E oo QZ_m N u0i U working days prior to the date the prime contractor submits the bid c a) 0: E E 0- 0 9 -o 0 m` 0 03 U) U CO 0 c -( L W Zm W C13 • O U OJ a) O O � O 4_ U, o Y o U 0 0 U fa ch O .c U a) 0 0 0 LL z 1- Q 0 LL z U- Q z 0 U 0 C a W E a W 1- z W m, c W D m W 03 0 w T c (13 0 0 U U as E -o 0 T a) O•ai U C U a) O-osa)a)(a (6 U'O U a) c EOU4-1 O 0 U u) 4- > a O U O rj co 6 C Q. 0 c) • u) O O o OCC O m O -0 U a)� m (1) (n W Z D m W mai w Uc CC) 0 3 -co U T U c c)o CL E O a) O (U u) D ) E� C O U Via) ca) a) co E U C -Op W 0 CO al CO . a3 0 a) W m Cr) 0) > c c s - O _ W -0 -B (I) 0 w� �.N c. 4. O OC Q L � _ o00 N T co ToO m c m ULL E a) o z w (u business for a subcontract. c O . t1 c`a< a0 C Z E 0 Q u) U O 0 i cU -N 0 D▪ m W W a_ ww m a T - al 4=z (n W listed above (supported by appropriate documentation) based on E 0 L U a) O. a) 0) a) 0 0 U (0L a) O a) 0 -o Lo E 4) . m CD a) (n a E i. a) � O -po .•� _c a)•L L.. L 4- -a) O -0 L (n -O o.. a) O•N— Q c 0 o c UP o. E Ed (o lmc 3 0 O w 7 O m 0' zip a) .Q U a _c a) E T D -0 c_ 0 -� (n C2.. w L05 7 112 c0 Q to 0 0 o (U0 a) ui y 2 C o_cErn a)O0 ETUE 0 Q - U 0 -0 0 (�c6 a • o — U 0 0 N .0 1-- 0 (n O 0 L L -4-17.5 C _C 0) U U c co o D— P2 c Lc) 06 U C L UD N D - U 0 U)D C O O L U O O o --' m c c U) .E O E Q • W 0 0 O ma 0� oW a)co a) a) L' W +-' U U- m U) 5. E E W c U U O En -4-6 3 c as a)^'- cn• Q.�w_ C.m . C 0 C > a)w: U — U c 03 1-2 c m • c O E (6 0— 0. D .c:': , 0,;(b3 U L U U 17;• C Q C 0 .0 O.� U. ,Q UQ C = a) O >, U . 0 0 u) (6 0 .o v .>_ n O rn0 0 C.c 'I C E>caoi L ^ U (n 00 0 L O C 0 O)0 U N c• O E x)000 U m _O cQ-o tit 0 CO — 0 L 0-0 - o O 0 (0 O O • W �c0Uc0)i(s W c T D 0 O ._ TUU °) Section M-5 z O U 3 4463.004/City Contract No. 994 1- a) IELEz O Q 0 (6 z U 0 O Q 0 �O L 00 Z _ O O aa) Q cC Z < OUO oO CII° E rYW o O. W WILLIAMS BROTHERS CONSTRUCTION INC. CL w0 az y O tu z2 LU LY (n O w W Z Zh. F0 CO 1-- WZ mO U w0 M m 5 W d O N 0 M 1-i ct (d h Williams Brothers Const. P rime Contractor Name: c 0 C m c x L X O O C m O 0 C 0 (13 'C Q o O O O fl -o -L=6 a) m U a) O .OL. 0) 0- u) u LE Q. a, ) �(0 C E a) O U -_ O 12 L 0 0 U U m m L C 0 0 U U .0 O N Wm M O O N J anuary 23., P resident ai W m m2 T C C m O)' c • •� U D a) 1- O O a Z c o -c O T Ca ET) 41-1 cd Williams Contractor Signature: 0) C a O U _c N U a) O-0 a O o C L O O U cc O O 2.1CO0 E O 0 >, C 0< 0 0 • - > m o4 .I.0 Q o a) a- o > U c a) •0 O_ U) U U a C 4) 0 c6 72o LE o� U 0 a)0 0 1- a c LE o L N 0 '- T Q L o () N -P- p _0 O 15 C 0, a E- LT 4- : o- a a) L E O 6 NI- C coI rn 0 N 0) CO c 4) O U 47 -0O tn W 0 m W o tU 0 U o m O 0 0 JU Q 0 a) j L () N C c (B W o tn aa) as C L (7) O m L a) W 0 m O W 0 m C L Q >, o � U C V O U OC U LL (0.0co L c6 CO C E •w O c o CO J O U • CO _o 006 EC C O o — o a) a) a) O_ P o3 O U a) m o >� o ® C U) C Q c O to O 1 (6 cl a E E a) L L O O a) w O F O U 9 0 W E CO D W >,aCO 0 a O L D 0 a T 0 O O as 2 a) •j a cr EEl?E a) .Y 0 =c O i 00 c a) a 0 0 _0O) N D a) rn m N 0 O 0) CO m a) (a E O O a) (>6 O T y a) co co o c -a a) o co ma) L E a) 0 co O O .4-• m a O O rn a) a m E 0 a -o .n O 4- O U a) U U 0 c 0 (o O_ O_ (6 0 w 0 c 0 a) 0 O co c O c c a) a) a 0 m 1 W a co w 0 0 m 0 z_ 0 N z 0 20 LL z L1. 0 W -J CO 1- V! 1-- 0 }- 0 0 LJJ a W 1— z W rn W z 0) m W CO LU m 2 5, WILLIAMS BROTHERS CONSTRUCTION INC. () 0) O z E3. c 0 0 1 2 O O cc) cY S ection1 s'. 0 LL Z 0 -- 0 O IL Z 1- U N O 0 N 0 O a) - Contacted Yes/No Contacted Yes/No be Subcontracted z z z z < z < z Q z z z z z z o z 0 z co z O N 01 O co N 1 1 N N 1 1 19-20 2-20 19-20 :2-20 L -09-2C L -22-2C OO U •r1 1-1 4J 0 (1) r-1 W N a C14 a4 a) a. rI 0 Cmprovement D.C. Corporation Works 5, WILLIAMS BROTHERS CONSTRUCTION INC. () 0) O z E3. c 0 0 1 2 O O cc) cY S ection1 s'. 0 LL Z 0 -- 0 O IL Z 1- U N O 0 N 0 O a) w w z w w z_ w w m m 5 0 z 0 0 z_ H 0 H z 0 0 w w ce a O O N P roject: Biosolids Modifications Williams Brothers Const. Inc. P rime Contractor Name: C 0 is C (0• Q E o O a) 0 (p O L C U O CO we -ca—c. o • O C - - "(n U a) D • a) N O_ c6 cn L a. a) a) con E 0 0 U —_ O (,) LO o — U0 co 0 c CC O 0 U U 7 - O 0 U) mm CO CO T >' C C m m"= c N 0 0 F- o O o" z4� a) 1.E - • _c ,_C > a a) —00 c6 5 0 1- 0 U Q 0 z U CO 0 0 w CO W CO 0 0 Z 0 N P 0 h 0)) 0 P resident 3 0 0 0 0 0 0 O (1) 0 .0 O c6 Contractor Signature: 0 b rO co o 0) C -O -§ O 0 L O 0 E Q) O.0 O O C )) O U C C O O o • .0 E O O" C >' O Q 0 O 0 5 0 O U Q L O > 0O O • U a) C o O Q CO 0 a) cn 0 a) 0 GS (6 � E V) O O 0 C O H 0 0 O 0 I. 0 0 9) o T O 0 4-)) 0 Po 0 0 O A O 0 73 O E 0 0 0) (6 0 C o r0) O N r U O) m c7 0 O ow 00 0 us W 0 m 0 m E 0 0 1J U o 4- O 0 U J O Q Q 0 C W U U C 0 O CO '- a) W U CO IF - O W m o O Q >O0, 0 co 0 O U L O u) u) O for assistance at O • LL co •0 E O 4=- C 0 O O U 0 P E L Ea O (6 O U CC O U(13 a) a) L Q > Qo 0 O ( a) 0 >D 0 0 U U C CO C Q "C •,— (n 0 L- a) 0 o_ 1111 Q . 0 C o 0 O a) - w -Q O E o "V) `*- w Em Q A OD N W • 'O CO L a O Is o. -O >, O 0 o O a E o O -a Q O c a)E0-`t V) 4- 0) OO N CO O O O 0 O) O O >,7 > U 4— a) Y cB E 2 O O a) a) w 0 U (D O O C O) L a) 0 c'Et0) a) 54 E 0 0 0 C O a) 0 0 Y E 0 o C O O 0) 0 a) ma a) E O O) N • -0) �p 14. y) • 3 C O W 5 • 4- O O a) C 0 0 (.0 U O O CO u) W CO 0 W CO 0 Nom-, w 0 m c c o -o a 0 ) 0 4- E _c a) a) 0 -o 0 .0 cu C O C a) 0 > a) E a) L.. 0 C a) 0 m w 0 EL CO 0 W 0 M0 W 0 z 0 N z 0 Q 0 0 z 0 LO w J m 1- 0- 1- U z 0 w 0 0 a 0 W z W 0 W z 0 0 m w m m 2 ?WILLIAMS BROTHERS CONSTRUCTION INC. 5t 0) O C O 0 O12 O 0 - co O co M 50 v Quotes Received Quotation used in bid Dunt Proposed to bcontracted aj z 4 z 4 z d' z 4 z Yes/No Qi z 0 z Qi zzz <4 <i Dates Contacted z z z z z Yes/No z z 0 z z Dates Contacted 39-20 22-20 O N OT O O N 1 1 N N 1 1 39-20 22-20 99-20 22-20 L -V l -Lo L-22-21 O O Old Greer's Works Quick Construction D & D Construction E . Castro Roofing Atlas Painting, Inc. BE/ ;oni ?WILLIAMS BROTHERS CONSTRUCTION INC. 5t 0) O C O 0 O12 O 0 - co O co M 50 v w ;Y a w 1— z w co w z_ in m w w m 5 ce 0 LL Z 0 0 z 0 N z 0 0 m w a O N O N J anuary 23, Inc. Project:Biosolids Modifications Williams Brothers Const. P rime Contractor Name: 0 @• Q c X O O a) @ o c C o O M (6.. N Q• Q cid O 0 0 O G,' .0 0 a) h O N O N C O1� '0 w _ a) U V) 0 � 0 0 Q • N O - o -0 a) cn E O U __ O 3 u) O U U @ @ C ▪ C o O U . D -C) C • N W W CD c0 CD > > c @ @ O � c • 05 O D (1) O O o - Z u) 0 a) (13 0 P resident a) 1— Contractor Signature 0) c -o •§- o >O 0 _c u) E o 0 O 0 C C 0 C o w c c O o co E O 0 c Q c O 0 j @ U O Q L 0 0 a)• O > .u) C 0 U) . u) c O O u) L h C O U a) u) 0 0 L) 0 D u) c 0 U 0 0 0 Q O >L 0 0 :o O > 0 0 CT -2 @ a) E 4-2 U O) @ c o 0 T- rn O N U 07 (�6 r c 0 O U U 0kitt O 0 0 c @ W Q mE 5 0 D U a ea • C O J() J Q W m 0) (.0 d 0 c W O u) 0 c @ O Co W CO CO1.11 J 0 T C 0 0) O 0E LL tn C O c 0 E L 0 0 a) O 0 0 a; coa) U c (0U1 u) @0 1 a) U 0 0U c @E O U U c 0 U ui Q3 i1)u) O0 JU@C 0 U ac O Q) o E a) L. _ 0 0 c O C 0 o 'u) 0) O >,:0 o fl 0 o 0 0 "O p. a) @ 0 E O O a) CU U • vi @ 0)O C Q1 a o ca4-4 @ o a) 0) E O o a) to o E @ O C O O 9) a) @ -D u) @ E cm L0 • o mo c W � (1) CO O a) a) C 0 0 .N U CO u) W m 2 W Q m @ 2 a) - o C -2 `O a) N 0 C E • ) a) 3 • o C O C CO > c O " O L. a) c o 0 0 m w a. 0 w 0 0 E5 z 0 cn z 0 Ce 0 z 0 LL w J CO itC 1- 0) 1- 0 1- Z 0 w 0) fY a Ce w 1— z w W z CO W m m Quotes Received Quotation used in bid z Q z be Subcont Yes/No 6 z z Dates Contacted z z 0 z >-, z z Dates Contacted. O N a, O O N 1 I N N 1 1 J 7—L1 n n n. O O ECO Construction Inc. cn 0 G 0 4) a) P1 ce0 W bconl P4 0 cd 4) a) :WILLIAMS BROTHERS CONSTRUCTION INC. 0) lY 0 LL Z 0 2N LY O Oo LL Z� o Q E-� Z 06 0O C7-6 C.) E W s- ec o (L [CF ti I fllli; I I:ll January 23, 2020 RE: WWTP Biosolids Modification City of Waterloo Waterloo, Iowa To whom it may concern: ``7Ir • /t[an 'L` 2 0 4 11 i. F \• 4' 1� ;` T l AX)�Raniis )f roithers Construction l itut°„ In our attempt to reach the MBE / WBE goals for this project, we performed the following activities prior to the time of bid: • We placed the attached advertisement in the Waterloo — Cedar Falls Courier on January 6, 2020 to publicly announce that we were seeking MBE / WBE firms that might be interested in submitting a proposal for this project. • We sent out letters on January 9, 2020 to all MBE / WBE contractors provided in the bid documents. • On January 22, 202 we follow up by telephone to all MBE / WBE contractors provided in the bid documents to see if they intended to submit a proposal for the Waterloo Biosolids Modifications Project. After completing the above steps, we received no indication from any of the listed MBE / WBE subcontractors that we would be obtaining a bid from any of their firms. We do not anticipate receive any MBE / WBE bids on this project. We feel that this is due to the nature of the work, as wastewater treatment work is a very specialized type of construction. Respectfully, WILLIA► BROTHERS CONSTRUCTION, INC. By _ David Williams GENERAL CONTRACTOR P.O. Box 1366 / Peoria, IL 61654 / Phone (309) 688-0416 / FAX (309) 688-0891 CERTIFIED MBE CONTRACTORS CARTER ELECTRIC 725 Adams Street Waterloo, IA 50703 P hone: (319) 232-9808 P ager: (319) 235-4021 Contact: Derrick Carter S pecializing in: ELECTRICAL CONTRACTOR CULPEPPER ELECTRIC 1731 Cottage Grove Avenue Waterloo, IA 50707 P hone: (319) 235-0885 Fax: (319) 236-8177 Contact: Martin Culpepper Certified: City of Waterloo Certified MBE, Licensed Electrician S pecializing in: ELECTRICAL CONTRACTOR DANIELS HOME IMPROVEMENT 339 Albany Street Waterloo, IA 50703 P hone: (319) 961-1659 Contact Sammy Daniels S pecializing in: ALL TYPES OF CONCRETE FLATVVORK, POURED WALLS LIGHT DEMOLITION ALL TYPES, FOOTINGS, D .C. CORPORATION 426 Beech Street Waterloo, IA 50703 P hone: (319) 493-2542 FAX: (319) 236-0515 Contact: Terry Phillips Certified: City of Waterloo Certified MBE, Iowa DOT, TSB Certified S pecializing in: COMMERCIAL AND RESIDENTIAL DEMOLITION, CONCRETE PAVING, DRIVEWAYS, TRUCKING (ALL TYPES), GENERAL CONSTRUCTION CERTIFIED MBE CONTRACTORS Section.M-7 4463.004/City Contract No. 994 WILLIAMS BROTHERS CONSTRUCTION INC. GREER'S WORKS 2003 Plainview Street Waterloo, IA 50703 P hone: (319) 233-4701 Contact Willie Greer S pecializing in: DRIVEWAYS, SIDEWALKS, CARPENTRY, ROOFING, GENERAL CONSTRUCTION OLD GREER'S WORKS 2309 Springview Street Waterloo, IA 50707 P hone: (319) 233-2150 Contact: David L. Greer, Sr. S pecializing in: ROOFING & GENERAL CONSTRUCTION QUICK CONSTRUCTION 217 Bates Street Waterloo, IA 50703 P hone: (319) 215-4166 Contact Leroy Harrington S pecializing in: ALL TYPES OF CONCRETE FLATWORK AND GENERAL CONSTRUCTI ®.N D & D CONSTRUCTION 1124 West Donald Street Waterloo, IA 50703 P hone: (319) 961-4208 Contact Darrell E Caldwell, Sr. S pecializing in: ROOFING AND GENERAL CONSTRUCTION E . CASTRO ROOFING 702 Riehl Street Waterloo IA 50701 P hone: (319) 215-5683 Contact Emillio Castro S pecialising in: ROOFING, SIDING, GENERAL CONSTRUCTION CERTIFIED MBE CONTRACTORS Section M-8 4463.004/City Contract No. 994 WILLIAMS BROTHERS CONSTRUCTION INC. CERTIFIED WBE CONTRACTORS ATLAS PAINTING, INC. 911 Sycamore Street P .O. BOX 65 Waterloo, IA 50704 P hone: (319) 232-9164 S pecializing in: COMMERCIAL AND INDUSTRIAL PAINTING WATCO CONSTRUCTION, INC. 2920 Texas Street Waterloo, IA 50702 P hone: (319) 233-7481 Certified: City of Waterloo WBE Contact Patricia J Kimball S pecializing in: S TORM SEWER, INLETS, DRAIN TILE, WATER MAIN, SANITARY SEWER, INTAKE STRUCTURES P ETERMAN & HAES CARPET ONE 4003 University Waterloo, IA 50701 P hone: (319)5233-6131 Fax: (319) 233-6133 Certified: City of Waterloo WBE E mail: JR11486(a�cfu.net Contact Carol Reese S pecializing in: FLOOR COVERING CERTIFIED WBE CONTRACTORS Section M-9 WILLIAMS BROTHERS CONSTRUCTION INC. 4463.004/City Contract No. 994 STATEMENT OF BIDDER'S QUALIFICATIONS (To be submitted by the Bidder only upon the specific request of the City of Waterloo, Iowa.) All questions must be answered, and the date given must be clear and comprehensive. This statement must be notarized. If necessary, questions may be answered on separate attached sheets. The Bidder may submit any additional information it desires. 1. Name of bidder. 2. Permanent main office address. 3. When organized. 4. If a corporation, when incorporated. 5. How many years have you been engaged in the contracting business underyour present firm or trade name? Contracts on hand: (Schedule these, showing amount of each contract and the appropriate anticipated dates of completion ) 7. General character of work performed by your company. 8. Have you ever failed to complete any work awarded to you? If so, where and why? 9. Have you ever defaulted on a contract? If so, where and why? 10. List the more important projects recently completed by your company, stating the approximate cost for each, and the month and year completed. 11. List your major equipment available for this contract. 12. Experience in construction work similar in importance to this project. 13. Background and experience of the principal members of your organization, including the officers. 14. Credit available: $ 15. Give bank reference: 16. Will you, upon request, fill out a detailed financial statement and furnish any other information that may be required by the City of Waterloo, Iowa? 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 of Bidder's Qualifications. STATEMENT OF BIDDER'S QUALIFICATIONS Section SQ -1 4463.004/City Contract No. 994 WILLIAMS BROTHERS CONSTRUCTION INC. Dated at State of County of 20 )ss: this day of (Name of Bidder) By: Title: , being duly sworn deposes and says that it is of (Name of.Org ... .-. ion) and that the answers to;the.foregoiipg questionts and all statements therein contained .are .true and correct 'Subscribed and sworn to -before:me -this I. 20_ day of Notary Public My comrriission expires STATEMENT OF BIDDER'S QUALIFICATIONS Section SQ -2 4463.004/City Contract No. 994 WILLIAMS BROTHERS CONSTRUCTION INC. SECTION 00 55 10 EROS-IONCONT-ROL-CER T IFICATION TO: City of Waterloo, Iowa (OWNER) ADDRESS: Dated: January 23, 2020 P ROJECT: F.Y. 2020 Wastewater Treatment Plant, Biosolids Modifications OWNER'S CONTRACT NO.: 994 D ESCRIPTION: I certify under penalty of law that I understand the terms and conditions of the National Pollutant D ischarge Elimination System (NPDES) Permit that' authorizes the storm water discharges associated with industrial activities from the construction site and as detailed in the Contract Documents. Further by my signature, I understand that I am becoming a co -permittee, along with the owner(s) and other contractors and subcontractors signing such certifications, to the Iowa Department of Natural Resources N PDES General Permit No. 2 for "Storm Water Discharge Associated with Industrial Activity for Construction Activities"'at the project site. As a Co=permittee, I understand that I, and my company,are legally required under the Clean Water Act and the Code of Iowa to ensure compliance with the terms and conditions of the storm water pollution prevention plan developed under this NPDES permit and the terms of this NPDES permit. I agree to indemnify and hold the City harmless from any claims, demands suits, causes of action, settlements, fines, or judgments and costs of litigation, including, but not limited to, reasonable attorneys fees and costs of investigation and arising from a condition, obligation, or requirement assumed or to be performed by CONTRACTOR for storm water pollution and erosion control. Fines and other costs incurred against the City for CONTRACTOR's failure to provide the required erosion control practices will be paid by CONTRACTOR. Williams other C.nstruction Inc. (CO By: (Authorized Signature President (Title) END OF SECTION EROSION CONTROL CERTIFICATION Section EC -1 4463.004/City Contract No. 994 David M. Williams c WILLIAMS BROTHERS CONSTRUCTION INC. SRF Required Front -End Specifications This packet includes the special requirements that apply only to projects subject to "American Iron and Steel" requirements enacted by Congress on January 17, 2014. Please consultwith the DNR Project Manager to determine if the AIS requirements apply. If not Attachment 9 may be removed Attachment 1: Attachment 2: Attachment 3: Attachment 4: Attachment 5: Attachment 6: Attachment 7: Attachment 8: Attachment 9:. Please note: Certification of Non -Segregated Facilities. Form (to be completed and signed by Prime Contractor and submitted with the bid) Statement in Advertisement for Bids on Debarment and S uspension/Certification Regarding Debarment and S uspension Form (to be completed and signed by Prime Contractor and submitted with the bid) D isadvantaged. Business Enterprise Certification Form (to be . completed and signed by Prime Contractor and submitted with the bid) D BE Program Subcontractor Performance Form (to be completed and signed by Prime and DBE Subcontractor for each subcontract and submitted with the bid) D BE. Program Subcontractor Utilization Form (to be completed,. and signed by Prime Contractor and submitted with the bid) D BE Program Subcontractor Participation Form (for voluntary use of DBEs) Other Federal Requirements Language A. Standard Equal Employment Opportunity Specifications B . Federal Labor Standards Provisions (including Davis -Bacon prevailing wage rates) C. Preservation of Open. Competition and Government Neutrality_ D . Historical and Archeological Finds E . Prohibitions on Procurement from Violating Facilities Right of Entry and Records Retention U se of American Iron and Steel The Davis Bacon wage determination received from the Iowa Finance Authority must also be included in the front-end specifications. STATE REVOLVING FUND Section SRF -1 WILLIAMS BROTHERS CONSTRUCTION INC. 4463.004/City Contract No. 994 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: permithis 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 provisionsof 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 maybe submitted either for each su •• . act .r fo all ubcontracts during a period (i.e., quarterly, semiannually, or ann January 23, 2020 S ignature Date David M Williams, President N ame and Title of Signer (Please Type) N OTE: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001. EPA -7 5720-4.2 S TATE REVOLVING FUND Section SRF -2 4463.004/City Contract No. 994 WILLIAMS BROTHERS CONSTRUCTION INC. 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 submittinga 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 threeyear. period: preceding_ this proposal been. convicted of or had a civil judgment rendered against them for commission o f fraud ora criminal offense in connection with obtaining, attemptingto obtain, or performing a;public (Federal,. State,. or local) transactionor contract undera. public transaction: violation of Federal or State antitruststatutes or commissionof embezzlement, theft, forgery, bribery, falsification or destruction of records,; making false statements, or receiving stolen property, (c) Arenotpresently indictedfor otherwisecriminally or civillycharged 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 refection 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. David M. Williams, President Typed Na►. & Title of Au; orized Representative January 23, 2020 Signature of Authorized Representative Date I am unable to certify to the above statements. My explanation is attached. EPA Form 5700-49 (11-88) STATE REVOLVING FUND Section SRF -3 4463.004/City Contract No. 994 WILLIAMS BROTHERS CONSTRUCTION INC. 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 S hare 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;qov/contracts/contracts eeoaa.htm. P rime contractors' DBE requirements for SRF projects include: • Taking,. affirmative steps for DBE participation Documenting the effortsand the proposed ;utilization of certified DBEs ROJECT INFORMATION 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;qov/contracts/contracts eeoaa.htm. P rime contractors' DBE requirements for SRF projects include: • Taking,. affirmative steps for DBE participation Documenting the effortsand the proposed ;utilization of certified DBEs ROJECT INFORMATION S TATE REVOLVING FUND Section SRF 4 4463.004/City Contract No. 994 WILLIAMS BROTHERS CONSTRUCTION INC. SRF Applicant: Bidder: _Williams Brothers Construction Inc. Address: P.O. Box 1366, Peoria, Illinois 61654 Contact Person: Davi. ' :. Willia s Signature: Phone Number: 309- " 16 \ . E -Mail Address: jackie@wbci.us Check if Prime Contractor is: U Minority -Owned ' ' - ( (= Women -Owned S TATE REVOLVING FUND Section SRF 4 4463.004/City Contract No. 994 WILLIAMS BROTHERS CONSTRUCTION INC. 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 financialassistance 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 recru tment activities? x Yes I I No 2. Did youmakeinformation on forthcoming opportunitiesavailable. to DBEs and arrange time frames for contracts and establishdelivery 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. n 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. PCI 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? Ix) Yes No 5. Did you use the .services, of the,Small. Business Administration and the Minority Business Development Agency of the Department of Commerce,toidentify potential subcontractors? _._ ' . s No.. -. 6. List the potential DBE subcontractors that were contacted:. Only listthose that are certified: through the Iowa Department of Transportation. Name How Contacted (e.g;letter, call, fax, ;e-mail):. `hone Response (e.g. did not interested -not not respond, competitive) Collins Concrete; Ltd. Phone Advertisement Not Interested==- DeLong Construction, Inc. Phone Advertisement Not IntereStdd Mid States Rebar & Supply, Inc. Advertisement Phone._ Not Interested. Midwest Contractors, Inc. Phone Advertisement Not Interested Ltd. Rockette Trucking &. Construction Phone. Advertisement Not Interested Swift &• Swift, LLC Phone Advertisement Not Interested: PROPOSED UTILIZATION OF DBE SUBCONTRACTORS Please include Attachments 4 and 5 to document the proposed utilization of certified DBE subcontractors. STATE REVOLVING FUND Section SRF -5 4463.004/City Contract No. 994 WILLIAMS BROTHERS CONSTRUCTION INC. 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. 2. Prime Contractor must .notify the SRF loan recipient in writing prior to termination of a. DBE subcontractor for convenience. 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. STATE REVOLVING FUND Section SRF -6 4463.004/City Contract No. 994 WILLIAMS BROTHERS CONSTRUCTION INC. Attachment 4 SRF Required Front -End Specifications (This form must be completed and signed by Prime and DBE Subcontractor for each subcontract and submitted with the bid.) OMB Control No: 2090-0030 Approved 8/13/2013 Approval Expires 8/31/2015 United States Environmental Protection Agency Disadvantaged Business Enterprise Program DBE Subcontractor Performance Form This form is intended to capture the DBE' subcontractor's2 description of work to be performed and the price of the work submitted to the prime contractor. An EPA. Financial Assistance Agreement recipient must require its prime contractor to have its DBE subcontractors complete this form and include all completed forms in the prime contractor's. bidor proposal package Subcontractor Name N/A Project Name Wastewater Treatment Plant Biosolids Modifications, Waterloo, Iowa Bid/Proposal No. N/A Assistance Agreement ID No. (if known) Point of Contact Address N/A Telephone No. Email Address Prime Contractor Name Williams Brothers Construction Inc. 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 NO PROPOSALS RECEIVED DBE Certified by Other: DOT SBA Meets/exceeds EPA certification standards? YES NO 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 STATE REVOLVING FUND Section SRF -7 WILLIAMS BROTHERS CONSTRUCTION INC. 4463.004/City Contract No. 994 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 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 replacementrequirements set forth in 40 CFR Part 33 Section 33 302(c): 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 commentson 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), 1204 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 STATE REVOLVING FUND Section SRF -8 4463.004/City Contract No. 994 WILLIAMS BROTHERS CONSTRUCTION INC. Prime Contr.ctorSignature Print Name c \•DiCi David M. Williams i Title Date President January 23, 2020 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 commentson 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), 1204 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 STATE REVOLVING FUND Section SRF -8 4463.004/City Contract No. 994 WILLIAMS BROTHERS CONSTRUCTION INC. 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 DBE? 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 Williams Brothers Construction Inc. Project Name Wastewater Treatment Plant Biosolids Modifications, Waterloo, Iowa Bid/Proposal No. Assistance Agreement ID No. (if known) Point of Contact Address P.O. Box 1366, Peoria, Illinois 61654 Telephone No. 309-688-0416 Email Address jackie@wbci.us Issuing/Funding Entity have If es; identified potential •lease -com.lete DBE certified subcontractors the table below. If no, .lease ex• lain: YES NO Subcontractor Name/Company _ Name Company Address/Phone/Email Estimated Dollar Amount - Currently DBE _ Certified?. NO PROPOSALS RECEIVED Continue on back if needed '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 33204-33.205 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 STATE REVOLVING FUND Section SRF -9 4463.004/City Contract No. 994 WILLIAMS BROTHERS CONSTRUCTION INC. • 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 .tothe 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 respondentburden, 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 ®MB control number in any correspondence. Do not send the completed form to this address. EPA Form 6100-4 (DBE Subcontractor Utilization Form) - Page 2: STATE REVOLVING FUND Section SRF -10 4463.004/City Contract No. 994 WILLIAMS BROTHERS CONSTRUCTION INC. Prime Contractor Signature Print Name, David M. Williams Title Date President January 23, 2020 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 respondentburden, 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 ®MB control number in any correspondence. Do not send the completed form to this address. EPA Form 6100-4 (DBE Subcontractor Utilization Form) - Page 2: STATE REVOLVING FUND Section SRF -10 4463.004/City Contract No. 994 WILLIAMS BROTHERS CONSTRUCTION INC. Attachment 6 SRF Required Front -End Specifications (This form is not required •for bidding It is for the voluntary use of 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 Participation Form An EPA Financial Assistance Agreement Recipient must require its prime contractors to provide this form to its DBE subcontractors. Thisform gives a DBE1 subcontractor2 the opportunityto describe work received and/or report any concerns regarding the EPA -funded' project (e.g in areas such as termination by prime contractor, late payments, etc.). The DBE subcontractor can, as an option, complete and submit this form to the EPA DBE Coordinator at any time during the project penod of performance. Subcontractor Name N/A. Project Name Wastewater Treatment Plant Biosolids Modifications, Waterloo, Iowa Bid/Proposal No. N/A Assistance Agreement ID No. (if known) Point of Contact Address N/A Telephone No. N/A Email Address; Prime Contractor Name Williams Brothers Construction Inc. Issuing/Funding Entity Contract Item Number Description of Work Received from the Prime Contractor Involving Construction, Services, Equipment or Supplies Amount Received by Prime Contractor NO PROPOSALS RECEIVED 1A DBE is a Disadvantaged, Minority, or Woman Business Enterprise that has beencertified 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 -2 -(DBE- Subcontractor -Participation -Form) — Page 1 STATE REVOLVING FUND Section SRF -11 4463.004/City Contract No. 994 WILLIAMS BROTHERS CONSTRUCTION INC. 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 Participation Form Please use the space below to report any concerns regarding the above EPA -funded project: Subcontractor; Signature .. Print Name N /A N/A Title Date N /A N/A E PA FORM 6100-2 (DBE Subcontractor Participation Form Return to: Regional Coordinator, Small Business Utilization, U.S. Environmental Protection. Agency,Region 7, 11201 Renner Blvd., Lenexa, KS 66219 The public report ng and recordkeeptng burden forthiscollection 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 suggestedmethods for minimizing respondent burden, including through the use of automated collection techniques to the Director, Collection Strategies Division U S. Environmental Protection Agency (2822T), 1290 . P ennsylvania Ave., NW, Washington, D.C. 20460. Include the OMB control number in any correspondence. Do not send the completed form to this address. E PA Form 6100-2 (DBE Subcontractor Participation Form) — Page 2 STATE REVOLVING FUND Section SRF -12 4463.004/City Contract No. 994 WILLIAMS BROTHERS CONSTRUCTION INC. Attachment 7 SRF Required Front -End Specifications Other Federal Requirements Language A. Standard Federal Equal Employment Opportunity Construction Contract Specifications (Executive Order 11246) 1 As used in these specifications: a. "Covered area" means the geographical area described in the solicitation from which this contract resulted; b. "Director' means Director, Office of Federal Contract Compliance Programs, United States Department of Labor, or any person to whom the Director delegates authority; c. "Employer identification number" means the Federal Social Security number used on the Employer's Quarterly Federal Tax Return, U.S. Treasury Department Form 941. d. "Minority' includes: (i) Black (all persons having origin in any of the Black African racial groups not of Hispanic origin); (ii) Hispanic (all persons of Mexican, Puerto Rican, Cuban, Central or South American or other Spanish Culture or origin, regardless of race);.. (iii) Asian and Pacific Islander (all persons having origins in any of the,original peoples of the Far East •Southeast Asia, the Indian Sub -continent, or the Pacific Islands); and (iv) American Indian or Alaskan Native (all persons having origins in any of the original peoples of North America and maintaining identifiable tribal affiliations through membership and participation or community identification). 2. Whenever the Contractor, or any Subcontractor at any tier subcontracts a portion of the work involving any construction trade, it shall physically. include in each subcontract in excess of $10 000 the provisions of these specifications and the Notice which contains the applicable goals for minority and female participation and which is set forth in the solicitations from which this contract resulted. 3. If the Contractor is participating (pursuant to 41 CFR 6-4.5) in a.Hometown Plan approved by the U.S. Department of Labor in the covered area either individually or through an association, its affirmative action obligations on all work in the Plan area (including goals and timetables) shall be in accordance with that Plan for those trades which have unions participating in the Plan. Contractors must be able to demonstrate their participation in and compliance with the provisions of any such Hometown Plan. Each Contractor or. Subcontractor participating in an approved Plan is individually required tocomply with its obligations under the E EO clause, and to make a good faith effort to achieve each goal under the Plan in each trade in which it has employees The overall good faith performance by other Contractors or S ubcontractors toward a goal in` an approved Plan does not excuse any covered Contractor's or S ubcontractor's failure to take good faith efforts to achieve the Plan goals and timetables 4. The Contractor shall implement the specific affirmative action standards provided in paragraphs 7a through p of these specifications. The goals set forth in the solicitation from which this contract resulted are expressed as percentages of the total hours of employment and training of minority and female utilization the Contractor shouldreasonably be able to achieve in each construction trade in which it has employee in the covered area. Covered construction contractors performing construction work in geographical areas where they do not have a S TATE REVOLVING FUND Section SRF -13 4463.004/City Contract No. 994 WILLIAMS BROTHERS CONSTRUCTION INC. Federal or federally assisted construction contract shall apply the minority and female goals established for the geographical area where the work in being performed. Goals are published periodically in the Federal Register in notice form, and such notices may be obtained from any Office of Federal Contract Compliance Programs office or from Federal procurement contracting officers. The Contractor is expected to make substantially uniform progress in meeting its goals in each craft during the period specified. 5. Neither the provisions of any collective bargaining agreement, nor the failure by a union with whom the Contractor has a collective bargaining agreement, to refer either minorities or women shall excuse the Contractor s obligations under these specifications Executive Order 11246, or the regulations promulgated pursuant thereto 6. In order for the nonworking training hours of apprentices and trainees to be counted in meeting the goals, such apprentices and trainees must be employed by the Contractor during the training period, and the Contractor must have made a commitment to employ the apprentices and trainees at the completion of their training, subject to the availability of employment opportunities. Trainees must be trained pursuant to training programs approved by the U.S. Department of Labor. 7 The Contractor shall take specific affirmative actions to ensure equal employment opportunity. The evaluation of the. Contractor's compliance with these specifications shall be based upon its effort to achieve maximum results from its actions. The Contractor shall document these efforts fully, and shall implement affirmative action steps at least as extensive as the following: a Ensure and maintain a working environment free of harassment, intimidation, and coercion at all sites, and in all facilities at which the Contractor employees are assigned to work. The Contractor where possible will assign two or more women to each construction project. The Contractor shall specifically ensure that all foremen, superintendents and other on-site supervisory personnel are aware of and carry out the Contractor's obligation to maintain such a working environment, with specific attention to minority or female individuals working at such sites or in such facilities b. Establish and maintain a current list of minority and female recruitment sources, provide written notification to minority'and female recruitment sources and to community organizations when the Contractor or its unions have employment opportunities available and maintain a record of the organizations' responses. c. Maintain a current file of the names, addresses and telephone numbers of each minority and female off -the -street applicant and minority or female referral from a union, a recruitment source or community organization and of what action was taken with respect to each such individual. If such individual was sent to the union hiring hall for referral and was not referred back to the Contractor by the union or, if referred, not employed by the Contractor, this shall be documented in the file with the reason therefore, along with whatever additional actions the Contractor may have taken. d. Provide immediate written notification to the Director when the union or unions with which the Contractor has a collective bargaining agreement has not referred to the Contractor a minority person or woman sent by the Contractor, or when the Contractor has other information that the union referral process has impeded the Contractor's effort, to meet its obligations e. Develop on-the-job training opportunities and/or participate in training programs for the area which expressly include minorities and women, including upgrading programs and apprenticeship and trainee programs relevant to the Contractor s employment needs, especially those programs funded or approved by the Department of Labor. The STATE REVOLVING FUND Section SRF -14 4463.004/City Contract No. 994 WILLIAMS BROTHERS CONSTRUCTION INC. Contractor shall provide notice of these programs to the source complied under 7b above. f. Disseminate the Contractor's EEO policy by providing notice of the policy to unions and training programs and requesting their cooperation in assisting the Contractor in meeting its EEO obligations; by including it in any policy manual and collective bargaining agreement; by publicizing it in the company newspaper, annual report, etc.; by specific review of the policy with all management personnel and with all minority and female employees at least once a year; and by posting the company EEO policy on bulletin boards accessible to all employees at each location where construction work is performed. g. Review, at least annually, the company's EEO policy and affirmative action obligations u nder these specifications with all employees having any responsibility for hiring, assignment, layoff, termination or other employment decisions including specific review of these items with onsite supervisory personnel such as Superintendents, General Foremen etc., prior to the initiation of construction work at any job site. A written record shall be made and maintained identifying the time and place of these meetings, persons attending, subject matter discussed, and disposition of the subject matter. h Disseminate the Contractor's EEO policy externally by including it in any advertising in the news media, specifically including minority and female news media, and providing written notification to and discussing the Contractors EEO policy with other Contractors and Subcontractors with whom the Contractor does or anticipates doing business. i. Direct its recruitment efforts, both oral and written, to minority female and community;_; organizations, to schools with minority and female students and to minority and female recruitment and training organizations serving the Contractor's recruitment area and e mployment needs. Not later than one month prior to the date for the acceptance of applications for apprenticeship or other training by any recruitment source, the Contractor shall send written notification toorganizations such as the above, describing the openings, screening procedures, and test to be. used in the selection process. �. Encourage present minority and female employees to recruit other minority persons and women and, where reasonable,; provide after school, summer and vacation e mployment to minority and female youth bothonthe site and in other areas of a Contractor's workforce. k. Validate all tests and other selection requirements where there is an obligation to do so under 41 CFR Part 60-3. 1. Conduct, at least annually, an inventoo ry and; evaluation at least of all minority and female personnel for promotional opportunities and encourage these employees to seek o r to prepare for, through appropriate training, etc., such opportunities. m. Ensure that seniority practices, job classifications work assignments and other personnel practices, do not have a discriminatory effect by continually monitoring all personnel and employment related activities to ensure that the EEO policy and the Contractor's obligations under these specifications are being carried out. n . Ensure that all facilities and company activities are nonsegregated except that separate or single -user toilet and necessary changing facilities shall be provided to assure privacy between the sexes. o. Document and maintain a record of all solicitations of offers for subcontracts from minority and female construction contractors and suppliers, including circulation of solicitations to minority and female contractor associations and other business associations. p. Conduct a review, at least annually, of all supervisors' adherence to and performance u nder the Contractor's EEO policies and affirmative action obligations. STATE REVOLVING FUND Section SRF -15 WILLIAMS BROTHERS CONSTRUCTION INC. 4463.004/City Contract No. 994 8. Contractors are encouraged to participatein voluntary associations which assist in fulfilling one or more of their affirmative action obligations (7a through p). The efforts of a contractor association, joint contractor -union, contractor -community or other similar group of which the contractor is a member and participant, may be asserted as fulfilling any one or more of its obligations under 7a through p of these Specifications provided that the contractor actively participates in the group, makes every effort to assure that the group has a positive impact on the employment of minorities and women in the industry, ensures that the concrete benefits of the program are reflected in the Contractor's minority and female workforce participation, makes a good faith effort to meet its individual goals and timetables, and can provide access to documentation which demonstrates the effectiveness of actions taken on behalf of the Contractor. The obligation to comply, however, is the Contractor's and failure of such a group to fulfill an obligation shall not be a defense for the Contractor's noncompliance. 9. A single goal for minorities and a separate single goal for women have been established. The Contractor, however, is required to provide equal employment opportunity and to take affirmative action for all minority groups, both male and female, and all women, both minority and non -minority. Consequently, the Contractor may be in violation of the Executive Order if a particular group is employed in a substantially disparate manner (for example, even though the Contractor has achieved its goals for women generally, the Contractor may be in violation of the Executive Order if a specific minority groupof women is underutilized). 10. The Contractor shall not use the goals and timetable or affirmative action standards to discriminate against any person because of race, color religion,sex, or national origin. 11. The Contractor shall not enter into any Subcontract with any person or firm debarred from Government contracts pursuant to Executive Order 11246. 12. The Contractor shall carry out such sanctions and penalties for violation of these specifications and of the Equal Opportunity Clause, including suspension, terminationand cancellation of existing subcontracts as may be imposedor ordered pursuant to Executive' Order.11246, as amended, and its implementing regulations,by the Office of Federal Contract Compliance Programs. Any Contractor who fails to carry out such sanctions and penalties shall be in violation of these specifications and Executive Order 11246, as amended. 13. The Contractor, in fulfilling its obligations under these specifications,shall implement specific affirmative action steps at least as extensive as those standards prescribed in paragraph 7 of these specifications so as to achieve maximum results from its efforts to ensure equal employment opportunity If the Contractor fails to comply with the requirements of the Executive Order, the implementing regulations, or these specifications, the Director shall proceed in accordance with 41 CFR 60-4.8. 14 The Contractor shall designate a responsible official to monitor all employment related activity to ensure that the company EEO policy is being carried out, to submit reports relating to the provisions hereof as may be required by the Government and to keep records. Records shalt at least include for each employee the name, address, telephone numbers, construction trade, union affiliation if any, employee identification number when assigned, social security number, race, sex, status (e.g., mechanic, apprentice, trainee, helper, or laborer), dates of changes in status, hours worked per week in the indicated trade, rate of pay, and locations at which the work was performed. Records shall be maintained in an easily understandable and retrievable form, however, to the degree that existing records satisfy this requirement, contractors shall not be required to maintain separate records. STATE REVOLVING FUND Section SRF -16 4463.004/City Contract No. 994 WILLIAMS BROTHERS CONSTRUCTION INC. 15. Nothing herein provided shall be construed as a limitation upon the application of other laws which establish different standards of compliance or upon the application of requirements for the hiring of local or other area residents (e.g., those under the Public Works Employment Act of 1977 and the Community Development Block Grant Program).. Federal Register, Vol. 43, No. 68 - Friday, April 7, 1978 (Corrected May 5, 1978). Effective Date May 8, 1978. Federal Register Vol. 45, No. 194. Paragraph 4, revised October 3, 1980 Effective Date September 30, 1980 APPENDICES.A and 13-80 Notice of Requirement for Affirmative Action To Ensure Equal Employment Opportunity (Executive Order 11246) The Offeror's or Bidder's attention is called to the "Equal Opportunity Clause" and the 'Standard Federal Equal Employment Specifications' set forth herein. 2. The goals and timetables for minority and female participation, expressed in percentage terms for the Contractor's aggregateworkforce in each trade on all construction work in the covered area, are as follows: (See Appendix B-80 and. Appendix.A.Below) These goals are applicable to all the Contractor's construction work (whether or not it is Federal or federally assisted) performed in the covered area. If the contractor performs construction work in a geographical area located outside of the covered area, it shall apply the goals established for such geographical area where the work is actually performed. With regard to this second area, the contractor also is subject to the goals for both its federally involved and non - federally involved construction. The Contractor's .compliance with the Executive Order and in the regulations in 41 CFR Part 60-4 shall be based on its implementation of the Equal Opportunity Clause, specific affirmative action obligations required by the specifications set forth in 41 CFR 60-4.3(a) and its efforts to meet the goals. The hours of minority and female employment and training must be substantially uniform throughout the length of the contract, and in each trade, and the contractor shall make a good faith effort to employ minorities and women evenly on each of its projects. The transfer of minority or female employees or trainees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's goals shall be a violation of the contract, the Executive Order and the regulations in 41. CFR Part -60-4: Compliance with the goals will be measured against the total work hours performed. 3. The Contractor shall provide written notification to the Director of the Office of Federal Contract Compliance Programs within 10 working days of award of any construction subcontract in excess of $10,000 at any tier for construction work under the contract resulting from this solicitation. The notification shall list the name, address and telephone number of the subcontractor, employer Identification number of the subcontractor, estimated dollar amount of the subcontract, and the geographical area in which the subcontract is to be performed. STATE REVOLVING FUND Section SRF -17 WILLIAMS BROTHERS CONSTRUCTION INC. 4463.004/City Contract No. 994 4. As used in this Notice, and in the contract resulting from this solicitation, the "covered area" is (State of Iowa). APPENDIX A The following goals and timetables for female utilization shall be included in all Federal and federally assisted construction contracts and subcontracts in excess of $10,000. The goals are applicable to the contractor's aggregate on-site construction workforce whether or not part of that workforce is performing work on a Federal or federally assisted construction contract or subcontract. Area covered: Goals for Women apply nationwide. Timetable Goals (percent) From Apr. 1, 1978 until March 31, 1979 3.1 From Apr. 1, 1979 until March 31, 1980 5.0 From Apr. 1, 1980 until March 31, 1981 6.9 P ublished, Federal Register May 5, 1978 APPENDIX B-80 U ntil further notice, the following goals for minority utilization in eachconstruct'on craft and trade shall be included in all Federal or federally assisted construction contracts and subcontracts in excess of $10,000 to be performed in the respective geographical areas. The goals are applicable to each nonexempt contractor's total onsite construction workforce, regardless of whether or not part of that workforce is performing work in a Federal, federally assisted or nonfederally related project, contract or subcontract.. Construction contractors which are participating in an approved Hometown Plan (see 41 CFR 60-4.5) are required to comply with the goals of the Hometown Plan with regard to construction work they perform in the area covered by the Hometown Plan With regard to all their other covered construction work, such contractors are required to comply with the applicable SMSA of EA goal contained in this appendix B-80: S TATE REVOLVING FUND Section SRF -18 4463.004/City Contract No. 994 WILLIAMS BROTHERS CONSTRUCTION INC. Economic Areas State: Iowa Goal 096 Dubuque IA: S MSA Counties: 2200 Dubuque, IA 0.6 IA Dubuque N on -SMSA Counties ... 0.5 IA Allamakee, IA Clayton, IA Delaware, IA, Jackson IA, Winneshiek 099 Davenport Rock Island Moline, IA -IL: SMSA Counties: 1960 Davenport Rock Island Moline, IA -IL ... IL Henry, IL Rock Island Moline, IA Scott 4.6 N on -SMA Counties 3.4 IL Carroll, IL Hancock, IL Henderson, IL ,Mercer, IL Whiteside, IA Clinton, IA Des Moines, IA Henry, IA Lee, IA Louisa, IA, Muscatine, MO Clark 100 Cedar Rapids, IA: S MSA Counties: 1360 Cedar Rapids, IA IA Linn 1.7 Non -SMSA Counties 1.5 IA Benton IA Cedar, IA IowaIA Johnson, IA, Jones,. IA, Washington 101 Waterloo, IA: S MSA Counties: 8920 Waterloo -Cedar Falls, IA .. IA Black Hawk N on -SMSA Counties 2.0. IA Bremer, IA Buchanan, IA Butler, IA Cerro Gordo, IA Chickasaw, IA Fayette, IA Floyd, IA Franklin, IA Grundy, IA Hancock, IA Hardin, IA Howard, IA Mitchell, IA Winnebago, IA Worth 102 Fort Dodge, IA: N on -SMSA Counties 0.4 IA Buena Vista, IA Calhoun, IA Carroll, IA Clay, IA Dickinson, IA Emmet, IA Greene, IA Hamilton, IA Humboldt, IA Kossuth, IA Palo Alto IA Pocahontas, IA Sac, IA Webster, IA Wright 103 Sioux City, IA: S MSA Counties' 7720 Sioux City IA -NE IA Woodbury, NE Dakota 1.9 STATE REVOLVING FUND Section SRF -19 4463.004/City Contract No. 994 WILLIAMS BROTHERS CONSTRUCTION INC, N on -SMSA Counties 1.2 IA Cherokee, IA Crawford, IA Ida, IA Monona, IA O'Brien, IA Plymouth, IA Sioux, NE Antelope NE Cedar, NE Cuming, NE Dixon, NE Knox, NE Madison, NE Pierce, NE %Stanton, NE Thurston, NE Wayne, SD Bon Homme, SD Clay, SD Union, SD Yankton 104 Des Moines, IA: S MSA Counties: 2120 Des Moines, IA 4.5 IA Polk, IA Warren N on SMSA Counties: 2.4 IA Adair, IA Appanoose, IA Boone, IA Clarke IA Dallas, IA Davis, IA Decatur, IA Guthrie, IA Jasper, IA Jefferson, IA Keokuk, IA Lucas IA Madison, IA Mahaska, IA Marion, IA Marshall, IA Monroe, IA Poweshiek, IA Ringgold, IA Story, IA Tama, IA Union, IA Van Buren, IA Wapello, IA Wayne 143 Omaha, NE S MSA Counties: 5920 Omaha, NE -IA IA Pottawattamie, NE Douglas, NE Sarpy 7.6 N on -SMSA Counties 5.3 IA Adams IA Audubon, IA Cass, IA Fremont, IA Harrison, IA Mills, IA Montgomery, IA Page, IA Shelby, IA Taylor, NE Burt, NE Cass, NE Colfax, NE Dodge, NE Platte, NE Saunders; NE Washington P ublished, Federal Register October 3, 1980 B . Federal Labor Standards Provisions (including Davis -Bacon prevailing wage rates) Applicability The Project or Program to which the construction work covered,by this contract pertains is being assisted by the United States. of America and the following Federal Labor Standards Provisions are included in this Contract pursuant to the provisions applicable to such Federal assistance. (1) Minimum wages. (i) All laborers and mechanics employed or working upon the site of the work will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account (except such payrolldeductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act (29 CFR part 3)), the full amount of wages and bona fidefringe benefits (or cash equivalentsthereof) due at time of payment computed at rates not less than those contained in the wage determinationof the S ecretary of Labor which is attached hereto and made a part hereof regardless of any. contractual relationship which may be alleged to exist between the contractor and such laborers and mechanics.Contributlons made or costs reasonably anticipated for bona fide fringe benefits under section 1(b)(2) of the Davis -Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of paragraph (a)(1)(iv) of this section; also, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. S uch laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill, STATE REVOLVING FUND Section SRF -20 4463.004/City Contract No. 994 WILLIAMS BROTHERS CONSTRUCTION INC. except as provided in Sec. 5.5(a)(4). Laborers or mechanics performing workin more thanone classification may be compensated at the rate specified for each classification for the time actually worked therein: Provided, That the employer's payroll records accurately set forth the time spent in each classification in which work is performed. The wage determination (including any additionalclassification and wage rates conformed under paragraph (a)(1)(ii) of this section) and the Davis -Bacon poster (WH -1321) shall be posted at all times by the contractor and its subcontractors at the site of the work in a prominent and accessible place where it can be easily seen by the workers. (ii)(A) The contracting officer shall require that any class of laborers or mechanics, including helpers which is not listed in the wage determination and which is to be employed under the contract shall be classified in conformance with the wage determination. The contracting officer shall approve an additional classification and wage rate and fringe benefits therefore only when the following criteria have been met. (1) The work to be performed by the classification requested is not performed by a classification in the wagedetermination; and (2) The classification is utilized in the area by the construction industry; and (3) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination (B) If the contractor and the laborers and mechanics to be employed in the classification (if: known), or their representatives, and the contracting officer agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by the contracting officer to the Administrator of the Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor, Washington, DC 20210. The Administrator, or an authorized representative, will approve, modify, or disapprove every additionalclassification action within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30 -day period that additional time is necessary. (C) In the event the contractor, the laborers or mechanics to be employed in the classification or their representatives, and the contracting officer do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), the contracting officer shall refer the questions, including the views of all interested parties and the recommendation of the contracting officer, to the Administrator for determination. The Administrator, or an authorized representative will issue a determination within 30 days of receipt and so advise the contracting officer or will notify the contracting_ officer withinthe 30 -day period that additional time is necessary. (D) The wage rate (including fringe benefits where appropriate) determined pursuant to paragraphs (a)(1)(u) (B) or (C) of this section, shall be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification. (iii) Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the contractor shall either pay the benefit as stated in the wage determination or shall pay another bona fide fnnge benefit or an hourly cash equivalent thereof (iv) If the contractor does not make payments to atrustee or other third person, the contractor may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program, Provided, That the Secretary of Labor has found, upon the written request of the contractor, that the applicable standards of the Davis -Bacon Act have been met. The Secretary of Labor may require the contractor to set aside in a separate account assets for the meeting of obligations under the plan or program. STATE REVOLVING FUND Section SRF -21 4463.004/City Contract No. 994 WILLIAMS BROTHERS CONSTRUCTION INC (2) Withholding. The EPA shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld from the contractor under this contract or any other Federal contract with the same prime contractor, or any other federally -assisted contract subject to Davis -Bacon prevailing wage requirements, which is held by the same prime contractor so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics including apprentices, trainees, and helpers, employed by the contractor or any subcontractor the full amount of wages required by the contract In the event of failure to pay any laborer or mechanic, including any apprentice, trainee, or helper, employed or working on the site of the work, all or part of the wages required by the contract, the EPA may, after written notice to the contractor, sponsor, applicant, or owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. (3) Payrolls and basic records. (i) Payrolls and basic records relating thereto shall be maintained by the contractor during the course of the work and preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work. Such records shall contain the name address, and social security number of each such worker, his or her correct classification, hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in section 1(b)(2)(B) of the Davis -Bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5(a)(1)(iv) that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in section 1(b)(2)(B) of the Davis -Bacon Act, the contractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual cost incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs. (ii)(A) The contractor shall submit weekly for each week in which any contract work is performed a copy of all payrolls to the (write in name of appropriate federal agency) if the agency is a party to the contract but if the agency is not such a party the contractor will submit the payrolls to the applicant sponsor, or owner, as the case may be, for transmission to the (write in name of agency). The payrolls submitted shall set out accurately and completely all of the information required to be maintained under 29 CFR 5.5(a)(3)(i), except that full social security numbers and home addresses shall not be included on weekly transmittals. Instead the payrolls shall only need to include an individually identifying number for each employee (e.g., the last four digits of the employee's social security number). The required weekly payroll information may be submitted in any form desired Optional Form WH -347 is available for this purpose from the Wage and Hour Division Web site at http://www.dol.gov/esa/whd/forms/wh347mstr.htm or its successor site. The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. Contractors and subcontractors shall maintain the full social security number and current address of each covered worker, and shall provide them upon request to the (write in name of appropriate federal agency) if the agency is a party to the contract but if the agency is not such a party, the contractor will submit them to the applicant, sponsor, or owner, as the case may be, for transmission to the (write in name of agency) the contractor, or the Wage and Hour Division of the Department of Labor for purposes of an investigation or audit of compliance with prevailing wage requirements. It is not a violation of this section for a prime contractor to require a subcontractor to provide addresses and social security numbers to the prime contractor for its STATE REVOLVING FUND Section SRF -22 4463.004/City Contract No. 994 WILLIAMS BROTHERS CONSTRUCTION INC own records, without weekly submission to the sponsoring government agency (or the applicant, sponsor, or owner). (B) Each payroll submitted shall be accompanied by a "Statement of Compliance," signed by the contractor or subcontractor or his or her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following: (1) That the payroll for the payroll period contains the information required to be provided under Sec. 5.5 (a)(3)(ii) of Regulations, 29. CFR part 5, the appropriate information is being maintained under Sec. 5.5 (a)(3)(i) of Regulations, 29 CFR part 5, and that such information is correct and complete; (2) That each laborer or mechanic (including each helper, apprentice, and trainee) employed on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in Regulations, 29 CFR part 3; (3) That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of work performed, as specified in the applicable wage determination incorporated into the contract. (C) The weekly submission of a properly executed certification set forth on the reverse side of. Optional Form WH -347 shall satisfy the requirement for submission of the "Statement of Compliance" required by paragraph (a)(3)(ii)(B) of this section. (D) The falsification of any of the above certifications may subject the contractor or subcontractor to civil or criminal prosecution under section 1001 of title 18 and section 231 of title 31 of the United States Code. (iii) The contractor or subcontractor shall make the records required under paragraph (a)(3)(i) of this sectionavailable; for inspection, copying or transcription by authorizedrepresentatives of- the EPA or the Department of Labor, and shall permit such representatives to interview employees during. working .hours on the job. If the contractor or subcontractor fails to submit the required records or to make them available, the Federal agency may, after written notice to the contractor, sponsor, applicant, or owner take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR 5.12. (4) Apprentices and trainees --(i) Apprentices. Apprentices will be permitted to work at Tess than the predetermined rate for the work _they performed when theyare employed pursuant to. and individually registered in a bona fide apprenticeship program registered with the U.S. Department of Labor, Employment and Training Administration, Office of Apprenticeship Training, Employer and Labor Services, or with a State Apprenticeship Agency recognized br the Office, or if a person is employed in his or her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Office of Apprenticeship Training, Employer and Labor Services or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice. The allowable ratio of apprentices to journeymen on the job. site in any craft classification shall not be greater than the ratio permitted to the contractor as to the entire work force under the registered program Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above shall be paid not Tess than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a contractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman's STATE REVOLVING FUND Section SRF -23 WILLIAMS BROTHERS CONSTRUCTION INC 4463.004/City Contract No. 994 hourly rate) specified in the contractor's or subcontractor's registered program shall be observed. Every apprentice must be paid at not Tess than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeymen hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator determines that a different practice prevails for the applicable apprentice classification fringes shall be paid in accordance with that determination. In the event the Office of Apprenticeship Training, Employer and Labor Services, or a State Apprenticeship Agency recognized by the Office, withdraws approval of an apprenticeship program, the contractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved (ii) Trainees Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval, evidenced by formal certification by the U.S. Department of Labor, Employment and Training Administration. The ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Every trainee must be paid at not less than the rate specified in the approved program for the trainee's level of progress, expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination which provides for less than full fringe benefits for apprentices. Any employee listed on the payroll at a trainee rate who is not registered and participating in a training pian approved by the Employment and Training Administration shall be paid not less than the applicable wage rateon the wage determination for the classification of work actually performed. In addition, any trainee performing work on the job site in excessof'the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. In the event the Employment and Training Administration withdraws approval of a training program, the contractor will no longer be permitted to utilize trainees at Tess than the applicable predetermined rate forthe work performed until an acceptable program is approved. (iii) Equalemployment opportunity. The utilization of apprentices, trainees and journeymen under this part shall be in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended, and 29 CFR part 30. (5) Compliance with Copeland Act requirements. The contractor shall comply with the requirements of 29 CFR part 3, which are incorporated by reference in this contract. (6) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses contained in 29 CFR 5.5(a)(1) through (10) and such other clauses as the (write in the name of the Federal agency) may by appropriate instructions require, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses in 29 CFR 5.5_ (7) Contract termination debarment. A breach of the contract clauses in 29 CFR 5.5 may be grounds for termination of the contract, and for debarment as a contractor and a subcontractor as provided in 29 CFR 5.12. STATE REVOLVING FUND Section SRF -24 4463.004/City Contract No. 994 WILLIAMS BROTHERS CONSTRUCTION INC. (8) Compliance with Davis -Bacon and Related Act requirements. All rulings and interpretations of the Davis -Bacon and Related Acts contained in 29 CFR parts 1, 3, and 5 are herein incorporated by reference in this contract. (9) Disputes concerning labor standards. Disputes arising out of the labor standards provisions of this contract shall not be subject to the general disputes clause of this contract. S uch disputes shall be resolved in accordance with the procedures of the Department of Labor• set forth in 29 CFR parts 5, 6, and 7. Disputes within the meaning of this clause include disputes between the contractor (or any of its subcontractors) and the contracting agency, the U.S. Department of Labor, or the employees or their representatives. (10) Certification of eligibility. (i) By entering into this contract, the contractor certifies that neither it (nor he or she) nor any person or firm who has an interest in the contractor's firm is a person or firm ineligible to be awarded Government contracts by virtue of section 3(a) of the D avis -Bacon Act or 29 CFR 5.12(a)(1). (ii) No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue of section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1). (iii) The penalty for making false statements is prescribed in the U .S Criminal Code, 18 U.S.C. 1001. (b) Contract Work Hours and Safety Standards Act. The Agency Head shall cause or require the contracting officer to insert the following clauses set forth in paragraphs (b)(1), (2), (3), and (4) of this section in full in any contract in an amount in excess of $100,000 and subject to the overtime provisions of the Contract Work Hours and Safety Standards Act. These clauses shall be inserted in addition to the clauses required by Sec. 5.5(a) or 4 6 of part 4 of this title. As used in this paragraph, the terms laborers and mechanics include watchmen and guards (1) Overtime requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer ormechanic in any: workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. (2) Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in paragraph (b)(1) of this section the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages.. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory,_ to. such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (b)(1) of this section, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (b)(1) of this section. (3) Withholding for unpaid wages and liquidated damages. The loan recipient shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally -assisted contract subject to the Contract Work H ours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (b)(2) of this section. (4) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraph (b)(1) through (4) of this section and also a clause requiring the STATE REVOLVING FUND Section SRF -25 4463.004/City Contract No. 994 WILLIAMS BROTHERS CONSTRUCTION INC. subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (b)(1) through (4) of this section. (c) In addition to the clauses contained in paragraph (b), in any contract subject only to the Contract Work Hours and Safety Standards Act and not to any of the other statutes cited in Sec. 5.1 the Agency Head shall cause or require the contracting officer to insert a clause requiring that the contractor or subcontractor shall maintain payrolls and basic payroll records during the course of the work and shall preserve them fora period of three years from the completion of the contract for all laborers and mechanics, including guards and watchmen, working on the contract. Such records shall contain the name and address of each such employee, social security number, correct classifications, hourly rates of wages paid, daily and weekly number of hours worked, deductions made, and actual wages paid. Further, the Agency Head shall cause or require the contracting officer to insert in any such contract a clause providing that therecords to be maintained under this paragraph shall be made available by the contractor or subcontractor for inspection copying, or transcription by authorized representatives of the EPA and the Department of Labor, and the contractor or subcontractor will permit such representatives to interview employees during working hours on the job. C. Preservation of Open Competition and Government Neutrality Towards Government Contractors' Labor Relations on Federal and Federally Funded Construction Projects (Executive Order-. 1.3202-; asamended: by Executive Order 13208) Executive Order 13202, signed February 17, 2001 and amended April 4, 2001, requires all executive agencies that issue grants to ensure Government neutrality toward contractors' labor relations. This applies to recipients of SRF assistance. The, Executive_. Order prohibits. discrimination against contractors .and their employees in constructioncontracts based upon labor affiliation orlack thereof. S RF assistance recipients and any construction managers acting on their behalf must ensure that bidding specifications, project agreements, and other controlling documents do not require, prohibit, or otherwise discriminate, with respect to labor affiliation or lack thereof. D . Historical and Archeological Finds If, during the course of construction, evidence of deposits of historical or archeological interest is found, the contractor shall cease operations affecting the find. The owner shall then notify the State Revolving Fund Environmental Review Specialist, who shall in turn notify the State H istoric Preservation Office. The SRF shall consult with the SHPO and other interested parties to determine the proper course of action regarding the discovery. No further disturbance of the deposits shall ensue until the SRF Environmental Review Specialist determines that the project activities in that area may proceed. Compensation to the contractor, if any, for lost time or changes in construction to avoid the find, shall be determined in accordance with changed conditions or change order provisions of the specifications. Authority for this derives from the National Historic Preservation Act (16 U.S.0 §§ 470 et seq.) and 36 CFR Part 800. If human remains are discovered then state law also applies IC 263B. S TATE REVOLVING FUND Section SRF -26 4463.004/City Contract No. 994 WILLIAMS BROTHERS CONSTRUCTION INC. E . Prohibitions on Procurement from Violating Facilities (Section 306, Clean Air Act; Section 508, Clean Water Act; Executive Order 11738) B oth the Clean Water Act and the Clean Air Act prohibit federal agencies from extending assistance by way of loans or contracts: to persons who have been :convicted of violations of either law. Executive Order 11738 was issued to coordinate enforcement by the U.S. E nvironmental Protection Agency, which shall designate facilities which have given rise to a conviction for an offense under the criminal provisions of the Clean Air Act and the Clean Water Act. The Executive Order alsoprohibits agencies from extendingassistance. to facilities that are not in compliance with either Act. S RF assistance recipients may not procure goods;. services, or; materialsfrom suppliers listed by the EPA as violators. The Excluded Parties Listing System is located at http://epls.arnet.gov. Attachment 8 SRF Required Front -End Specifications Right of Entry and Records Retention The recipient shall provide access at all times for the Department of Natural Resources, the Iowa Finance Authority, the state auditor, and the U.S. EPA Office of the Inspector General to all project records and documents for inspection and audit purposes fora period of three years after the date of last loan payment. The same access to the project site(s) shall be provided for inspection purposes: 92.8 (2).6.e. State inspections. Personnel of the department shall have the right to examine all construction aspects of the project, including materials and equipment delivered and stored on site for use on the project. STATE REVOLVING FUND Section SRF -27 4463.004/City Contract No. 994 WILLIAMS BROTHERS CONSTRUCTION INC. Attachment 9 SRF Required Front -End Specifications "American Iron and Steel" Requirements H.R. 3547, the "Consolidated Appropriations Act, 2014," enacted January 17, 2014 by the U.S. Congress, includes "American Iron and Steel" provisions that require Clean Water and Drinking Water State Revolving Fund assistance recipients of these funds to use iron and steel produced in the United States. H.R. 3547 includes the following language in Division G, Title IV, under the heading, "Use of American Iron and Steel': Sec. 436. (a)(1) None of the funds made available by a State water pollution control revolving fund as authorized by title VI of the Federal Water Pollution Control Act (33 U.S.C. 1381 et seq.) or made available by a drinking water treatment revolving loan fund as authorized by section 1452 of the Safe Drinking Water Act U.S C. 300j-12) shall be used for a project for the construction, alteration, maintenance, or repair of a public water system or treatment works unless all of the iron and steel products used in the project are produced in the United States. (2) In this section, the term"iron and steel products" means the followingproducts made primarily of iron and steel: lined or unlined pipes and fittings, manhole covers and other municipal castings, hydrants, tanks, flanges, pipe clamps and restraints, valves, structural steel, reinforced precast concrete, and construction materials. (b) Subsection (a) shall not apply in any case or category of cases in which the Administrator of the Environmental Protection Agency (in this section referred to as the "Administrator") find that-- (1) hat—(1) applying subsection (a) would be inconsistent with the public interest; (2) iron and steel products are not produced in the United States insufficientand reasonably availablequantities and of a satisfactory quantity; or (3) inclusion of iron and steel products produced in the United States will increase the cost of the overall project by more than 25 percent. (c) If the Administrator receives a request for a waiver under this section, the Administrator shall make available to the public on an informal basis a copy of the request and informationavailable to the Administrator concerning the request, and shall allow for informal :public input on the request for at least 15 days prior to making a finding based on the. request. The Administrator shall make the request and accompanying information available ,byelectronic means, including on the official public Internet Web site of the Environmental Protection Agency. The final guidanceand any published waivers are found at: http://water.epa.gov/grants fundinq/aisrequirement.cfm In particular the contractor should. pay. attention to the guidance for documentation of compliance. There is also a waiver for incidental items; in order to qualify for this waiver the total materials and costs for the project must be tracked and incidental items identified. STATE REVOLVING FUND Section SRF -28 4463.004/City Contract No. 994 WILLIAMS BROTHERS CONSTRUCTION INC. Sample "American Iron and Steel" Contract Language In order to fulfill the requirements, the assistance recipient must in good faith design the project and solicit bids for construction with U.S.-made iron and steel. The following information will be included in any contracts resulting from this request for bids: The Contractor acicnowledges to and for the benefit of the City of (` Purchaser") and the State of Iowa (the "State") that it understands this Agreement are being funded with monies made available by Revolving Fund and/or Drinking Water State Revolving Fund and commonly known as "American Iron and Steel;" that requires all used in the project to be produced in the United States ("American including iron and steel products provided by the Contactor pursuant The Contractor hereby represents and warrants to and for thebenefit the goods and services under the Clean Water State such law contains provisions of the iron and steel products Iion and Steel Requirement") to this Agreement. of. the Purchaser and the State that (a) the Contractor has reviewed and understands the. American Iron and Steel Requirement, (b) all of the iron and steel products used in the project will be and/or have. been produced in the United Statesin a.manner that complies with the American Iron and Steel Requirement, unless a waiver of the requirement is approved, and (c) the Contractor will provide any further verified information, certification or assurance of compliance with this paragraph, or information necessary to support a waiver of the American Iron and Steel Requirement, as may be requested by the Purchaser or the State to comply with this to recover as damages against the attorney's fees) incurred by without limitation any the State or any damages owed contractual privity with the the Purchaser and the Contractor paragraph (nor any other =ar-effect) shall be amended or Notwithstanding any paragraph by the Contractor Contractor any loss, the Purchaser or State impairment or loss of to the State by the Purchaser). State, as a lender to agree that the State provision of this Agreement waived without the other provision of this Agreement, any failure shall permit the Purchaser or State expense, or cost (including without limitation; resulting from any such failure (including funding, whether in whole or in part, from While the Contractor has no direct the Purchaser for the funding of its project, is a third -party beneficiary and neither this necessary to give this paragraph =force prior written consent of the State. Sample Certifications As indicated in the contract language, it will be the responsibility of the Contractor to obtain certifications that the products and materials used in the project are U.S.-made EPA recommends the use of a step certification process for documenting compliance with AIS requirements, similar to one used by the Federal Highway Administration Step certification creates a paper trail which documents the location of the manufacturing process involved with the production of steel and iron materials. Each handler (supplier, fabricator, manufacturer, processor, coater, etc) of the iron and steel products certifies that their step in the process was domestically performed. The following information is provided as a sample letter of step certification for AIS compliance. Documentation must be provided on company letterhead In -this -example, -there -may be multiple letters from different manufacturers if one manufacturer did not perform all of the steps. STATE REVOLVING FUND Section SRF -29 WILLIAMS BROTHERS CONSTRUCTION INC. 4463.004/City Contract No. 994 Date Company Name Company Address City, State Zip Subject: American Iron and Steel Step Certification for Project (XXXXXXXXXX) I, (company representative), certify that the (melting, bending, coating, galvanizing, cutting, etc.) process for (manufacturing or fabricating) the following products and/or materials shipped or provided for the subject project is in full compliance with the American Iron and Steel requirement as mandated in EPA's State Revolving Fund Programs. Item, Products and/or Materials: I. Xxxx 2. Xxxx 3. Xxxx Such process took place at the following location: If any of the above compliance statements change while providing material to this project we will immediately. notify the prime contractor and the engineer. Signed by company representative Alternatively, the final manufacturer that delivers the iron or steel product to the worksite, vendor, Or contractor may provide a Certification asserting that all manufacturing processes occurred in the U.S. and providing detailed information on the steps nvolved The following is a template for this type of final certification. STATE REVOLVING FUND Section SRF -30 4463.004/City Contract No. 994 WILLIAMS BROTHERS CONSTRUCTION INC. Onbehalf of ittON & al°eEL, INC A�// sada 7Pro/ Proairct Quality Manager Jane Smith SRF TemplateAmerican Iron and Steel Certification Letter STATE On Manufacturer's Letterhead IROS QCs S1r:E1s,ENC. .. 1959 SteelDrive. Ironville, OH .12340' MAi'ERIAL CERTII FICATI(N` April -30; 20.15 ItE:_ Job Narnez Waterprolecrville, Iowa — 2015 State Revolving Fund Water Ir rastructure Project" .SRE.Project Number: CS1920999 01 I ee trfy " that the processes for mauufactui:ing or fattricating ardZor.ruaterials pivided'tor thesubject project took place %cations.. References the,SRF Projecid the following productSi. at the following VS Description 1anr factiring rrat sseS B aan wnett, xdcesses Qccnrred'. G9prit.. X13123456.:4' Gate V 1ve ;felting; poured, dtachiited , count: X -Y654321 Reinforced.Concrete 11<fanhple Metter( rolled, fab icatedt SreeF411C6*;14 ,64,count XZ123436'Manhole Caner' Melted_ cast finished Stat less MS 120d} linear feet_ .B6 Pipe 321- 47Ductite: iron Water Melted: roiled, fi..t .. d Pipet IOther. ter. that +" products aiidior materials are fn full cottip1Parte6 with the. American Iron -and 7. eel requirements as mandated in-AthaII& E•nvironrnental' Protectton Agen -s State`Revolving Fund programs If any of the above compliance ` s et encs `change 'while providing :,material to this projects we.Will <mnediately notify the supplier:' prune contractor. consulting edineer; or project ' owner --Specifiesthe . • Products and Quantities Signature of Manufacturer's Representative A- Specifies;tFi;e Manufacturing Processesand the -U.S. L-. -- . ns Vtihere They Were Perforrried STATE REVOLVING FUND Section SRF -31 4463.004/City Contract No. 994 WILLIAMS BROTHERS CONSTRUCTION INC Covered and Non -Covered Items The EPA issued a waiver for de minimus incidental components of eligible water and wastewater infrastructure projects. Funds used for such de minimus incidental components cumulatively may comprise no more than a total of 5% of the total cost of the materials used in and incorporated into a project. The cost of an individual incidental item may not exceed 1% of the total cost of the materials used in and incorporated into a project De minimus incidental items include miscellaneous, generally low-cost components that are essential for, but incidental to, the construction and are incorporated into the physical structure of the project. For many of these incidental components, the country of manufacture and the availability of alternatives are not readily or reasonably identifiable prior to procurement in the normal course of business. For others, the country of manufacture may be known but the miscellaneous character in conjunction with the low cost, individually and (in total) as typically procured in bulk mark them as properly incidental. Examples of incidental components could include small washers, screws, fasteners (i.e., nuts and bolts), miscellaneous wire, corner bead, ancillary tube, etc. Examples of items that are clearly not incidental include significant process fittings (i.e., tees, elbows, flanges, and brackets), distribution system fittings and valves, force main valves, pipes, treatment: and storage tanks, large structural supports, etc. Assistance recipients should in consultation with their contractorsdetermine the iterrms. to be covered by this waiver, must retain relevant documentation (i.e. invoices) as to those items, and must summarize in reports to the State of Iowa the types and/or categories of items to which this waiver is applied, the total cost of incidental components for each type or category, and the calculations by which they determined the total cost of materials used in and incorporated into the project. The successful bidder will fill out the materials spreadsheet (shown below) and submit it to the assistance recipient to indicate covered and non -covered items proposed to be procured for the project. STATE REVOLVING FUND Section SRF -32 WILLIAMS BROTHERS CONSTRUCTION INC 4463.004/City Contract No. 994 American Iron and Steel Materials Spreadsheet— to be Submitted by Successful Bidder Iowa Department of Natural Resources - May 2014 Based on EPA Memorandum(4/15/2014): De Minimus Waiver of Section 436 of P.L. 113-76, Consolidated Appropriation Acts (CAA), 2014 etilSnsPi3tEiTi� Project: or fittings tined/unlined pipes Bidder: Manhole covers Date: 1 `Covered Pc tanks; flange "Incidenta Municipal castings Pipes clamps or restraints Valves Structural steel Hydrants Tanks ipes or tittings; manhole covers; munic'pal castings; pipe clamps nstruction materials. ly low-cost items, often procured in bulk, such as washers, screws, and restraints; vaIves; fasteners, smail aniounts structural steel; hydrants, of wire, etc. Item is Incidental and Flanges Reinforced precast concrete Construction materials : Description of Other roducts if Not Included in " Covered Products Bid Amount Covered Products Bid Amount Incidentals Documentation Will be Obtained will be Claimed de Minimus under Waiver" • 3.3 ( l=S 2Choos_ an dem. � 3 Cho zem an t - . 4 Choose an Item.raM Li 141 - - - 5 Chowan tern.; t--- '�. �� S 6 Choose an item. '33'--- 7 Choose an ;fen1. e: -tea ?Y 3 ���=��� lei �( 8 Choose al: IterT,. ,_ *r ` LA 9 Choose an item. Chrpnca ;i ' an pro STATE REVOLVING FUND Section SRF -32 WILLIAMS BROTHERS CONSTRUCTION INC 4463.004/City Contract No. 994 At the .end of construction, the contractor will submit a final list showing covered and non - covered items. ^Ia American Iron and Steel. Materials Spreadsheet with de Minimus Items Iowa Department of Natural Resources- May2014 Based on EPA Memorandum (4/15/2014): De Minimus Waiver of Section 436 of P.L.113-76, Consolidated Appropriation Acts (CAA), 2014 Project: Contractor: ms's-. Submitted By: Date: f Final De Minimus List Li Total Materials Cost: - - - Total Amount Cove red ,Under de Minimus Waiver - Percent (must be5%oi total materials cost) less of - .. ..,? Covered Products include: Lined or unlined pipes or fittings; manhole covers municipal castings; pipe clamps and restraints; valves; structural steel; hydrants, tanks;flanges; reinforced precast concrete; construction materials. "Incidental items are miscellaneous, generally low-cost items, often procured in bulk, such as washers, screws, fasteners, small amounts of wire, etc. Covered Products` Description if Not Included in Covered Products Date Purchased Dollar Amount Covered Products Dollar Amount Incidentals Documentation Received Incidental" 1 { 2 Choose an iten . _ 3 :.- - Choose ari item.-, - :a::* -::%mss . .. �.. lam: 4 Choose an item. Ld., 5 Choose an dem. - 6 . Choose an Item. :. ,.. = fes.; I..,.t These documents are available on-line at http://www.(owasrf.com/about srf/use-of-amencan- iron -and -steel/. - STATE REVOLVING FUND Section SRF -33 4463.004/City Contract Na 994 7' - WILLIAMS BROTHERS CONSTRUCTION IIS 12/17/2018 D ate: 12/17/2018 Certificate of Standing IOWA SECRETARY OF STATE PAUL D. PATE CERTIFICATE OF AUTHORIZATION N ame: W.B.C. OF IOWA, INC. (490 FP - 51268) Authorized Date: 5/23/1980 D uration: PERPETUAL State of Incorporation: DELAWARE I, Paul D. Pate, Secretary of State of the State of Iowa, custodian of the records of incorporations, certify the following for the corporation named on this certificate: a. The entity is authorized to transact business in Iowa. b. All fees required under the Iowa Business Corporation Act due the Secretary of State have been paid. t. The most recent biennial report required has been filed with the Secretary of State. Certificate ID: CS161069 To validate certificates visit: sos.iolva.govfValidateCertificate VU Paul D. Pate, Iowa Secretary of State haps://sos.iowa.gov/business/cerUPrint.aspx?cs=zBAFE6TXNWCXbR cDFgigGoAhXF7vCE6BAeD wK4IY1 1/ fr Registration No.: 10015 Williams Brothers Construction Inc. P.O. Box 1366 Peoria IL 61654 Information for this business last updated on: Wednesday, December 6, 2017 Certificate produced on Wednesday, December 06, 20,17 at 2:58 PM File Number 5028-533-2 To all to whom these Presents Shall Come, Greeting: I, Jesse White, Secretary of State of the State of Illinois, do hereby certify that I am the keeper of the records of the Department of Business Services. I certify that WILLIAMS BROTHERS CONSTRUCTION INC., INCORPORATED IN DELAWARE AND LICENSED TO TRANSACT BUSINESS IN THIS STATE ON AUGUST 01, 1973 APPEARS TO HAVE COMPLIED WITH ALL THE PROVISIONS OF THE BUSINESS CORPORATION ACT OF THIS STATE RELATING TO THE PAYM14NT OF FRANCHISE TAXES, AND AS OF THIS DATE, IS A FOREIGN CORPORATION IN GOOD STANDING AND AUTHORIZED TO TRANSACT BUSINESS IN THE STATE OF ILLINOIS. In Testimony.ereo f, I hereto set my Band and cause to be affixed the Great Seal of the State of Illinois, this 17TH day of DECFF.M131-A A.D. 2018 . Authentication #: 1835100702 verifiable until 12/17/2019 Authenticate at: http://www.cyberdriveillinois.com VOCiet:& SECRETARY OF STATE Crttftratr of tikgistratian Tau Baca IEE6 fox the tie claoificxtthns af. BMW Dien Minter nom FA= • MID CiiirtE & MYThG =MEC QM= gutted in recognition 4I% above apprn4crceilip sya fcgistrnd a pari Ike n4604141 `'ff'P iSP %rem, in oct ane wish de .ltanclarc% rwomrntnhd tg dc FEDERAL COMMITTEE ON APPRENTICESHIP Dor Octabest 9, 19151 Rac�rry 14. taints utility, ftrr nf hairrettfirrstrip `raith ,zttpl.yranb put= of aubtgr MU &rfifiSr n ' �gcstra c Mid -Central Illinois Regional Council of Carpenters, Joint Apprenticeship & Training Committee Pekin, Illinois For The Trades of Carpenter, Millwright, .Floor Layer, Cabinetmaker & Carpenter Piledriver eirsfereo7-as parl o/L a 9Ca1`ionaf `✓'fporenfrcesArp .�royram rn accoro/an ce airM fire gcrsic slanclanors of apprenfrcesXrp esfa5jsee of }r}. Me cSe crefac y o/ .&z6or r$2tirias February 14, 1946 Da'" Revised: December 18, 2007 ILO 06460002 5?e71J/r¢JIOn 9G. eitga ` aritil lraolar, 7ppnn/rctI Jraa n9, &enp/eyer aaJEJCr &Cr ag ocnkuy GyrJgor ,z,c;(w )3urcau of 3pprenticeship and Zraining (Zcrtifiicate at TEElegistration CHICAGO & NORTHEAST ILLINOIS DISTRICT COUNCIL OF CARPENTERS ELK GROVE VILLAGE, ILLINOIS FOR THE TRADES OF: CARPENTER - LATHER .%eegisiere l as par/ of lh e Xafron a/ .�oprenllcesAziz :Program to accoro/ance a l/A laze 6aslc slano/arc of apprenllcesA.ip esta6l'sLeI6y toe secretary of 2a6or AUGUST 3,D, 1963 vKEVISED; VARCK 16, 1989 n17-0557 OE'.y,t/rdl,cv, xo. oecrrfary of Gabor Direr/Lit, .%furrau 5/ 2,nin+nhsrc,/ip 0(7/ `Jivini.ay ri-ststv taterJJntPRrtmtttt of � tttrr pprtntftrIjtp Cettttttatr of 1&rjtratton 1pprtnttuijtp Zak .I nnis Laf orers eZ Contractors ,VITT .41t, Sterling, Illinois For the Trade -- Construction Craft .Laborer • Oeyislereorasearl of IA ✓�iallonafUlpprenllcesfzrp cSyslem rn accoro/ance zvzl4gas/c slanlarrfs of apprenllcesk:» es/atl s4e'[ /Se cSecrefary o/Bogor ¶ebruarry 3, 1.997 Rgviserf Te bruary 11, 2009 IL001-970001 Ttey;s/rarlar, 9(0, cSecre/ary al&ear J/timinrr✓ra/ar, a Office - pprealiceslip refit'/ Eur tou nt) ti t . cittrtiftratt.nt .TrLa,r..nc is • r- RER,,s ' AA07 Cr.X\ITE,4o 's.. 1rVTn�-> TRUST . r rrnrr) WONT srr.._ker4T1VG, SZ 7yxS .. .FOR 27,3' TRADE OF C raV.S.1% Cl .P_TaV CRAFT e,9x'sfereo� as Part of 1A. e arc/lona/ 2f_���z�.� pprenfrces% Program in accordance wi1L sfanolarda .rer�lrces.a. PP ,o es/a6LsAel6y /Aecrelary of d or • ._r.,nn,z 00J 2e.pri,,en'o„ tea. act1d,,, 23r•,uq;.LS o%a9pprk�; osibttato partnient i!urzau of ApprentictOip atth Ofruhutng ekainfairtatizi.,pfrisms g amens Madefons heal >, .9u�a ° o4 the %aids &nisi Ma and Piagoviselle 2eyis'ered as par' of /Ae 9Calionj 2ppreniceship [Program in accordance mi A lfie basic sfandards of apprenlicesAzip es'a6fsAec 6y /Ae cSecrelary of L3aaor The )L006-0007 Qr.9„ i.ei,o." xo 7,, 1999 2ectidlon. e)(9z5- itte ick Riuraeau Aar Apprtntirrohip and Training C&ertiftcam of ttgaintration Brnck(aers Local #8 o f I((fni iso Champaign C.F apte-r JAT.C. paign, I((inois For the traces o Bricklayer Tucwnter anb Ti(e Setter ,eegisferecf as par/ o /Ae %a/lona? 2ppren/z'cesAlp :Pro rarn In accordance unZA /Ae task sfano/arc/ of appren/IcesA.rp esla6fshecf 4 f.6e c5ecrefary of Bator Marchi 23, 7998 Recisithi ILoo6-oo>or r�i�/sol on fit cSccvlat7 e/ laic, r2.\.. Lao, Y r 7 tcnliccs 2:6M145 OSA, tratets • • • • cPart11ro tireau flf pprenncez11p andtnining &rtfltcate of iR.zgtstration CHA`dPAJGV-UR8AiVA IRONWORKERS LOCAL 0380 JOINT APPRENTICESHIP CO1kNJITTEE CHAAPAZGN, ILLINOIS FOR THE TRADE OF: STRUCTURAL STEEL WORKER ( IRONWORKER) Ueegrsiere c/ as p arl of Ih e 9Ca ona/ 2pprenl cesAz�p Yr ogran2 rn accororance 011 1,Ae basic slanclaro o/ appreaitceshizp estagjs4eJ6y the' cSearefary of &z6or REGISTERED: SEPTEW8ER 26,.1968 REVISED: JULY 24, 7989 Dale 006-0004 2efulk-a /on 961, ( )r, gcca Com+ Director, .23m:oav o/Zaprralxn rp arof `attitt� Visite ErfhaptrifiteniTip Etrainirc, Tt,riplar ani (PiiioruSffirice% rP,urtniri zr 'rs ip nub Zrainini3 tthifitnir of Atisfrnfian OFe J'ac2i #150 &-da ckadee cL? 1/4Reys/ere1as/oar/Xc /xonJpren/thes .r» ...73-byrc rn rn accorJ ce ahr'/fi /ge gas.''c sfQncci.rvrs apprenffces4.) e,r/aCf sLe Jvy /L cSecrefary of G'agor /lo ue.ttLem. 5, .2 002 9l' 008780173 a.ia,y 07/C.5t.., COMMU . C 4TIONS FIRST INVOICE Williams Brothers Construction -Legal PO BOX 1366 PEORIA IL 61654 C 0111 mu [mations PO Box 540 aterleo, 1A50701 Phone; 800-798-1717 Fast: 319-291-4019' Customer Nbr: Phone: Date: Page: 60010794 (309) 688-0416 01/07/2020 1 Date: 01/06/2020 Ref #: 176228 Total: 21.05 Lee Enterprises no longer accepts credit card payments sent via e-mail. Emads containing credit card numbers will be blocked. Please use the coupon above to send credit card payment to the remittance address located in the upper nght corner. You may also send the coupon to a secure fax at 319-291-4014. Date Reference # 01/06/20 176228 Type INV Description Lines Total Notice to MBE and WBE owned business enterprises 42 Remarks: Total Due: 21.05 21.05 STATE OF HOW& Black Hawk County, SS NOTICE TO IVIINORIT - AND WOMEN (WBE) C ; G BUSINESS ENTERPRe, V r, Williams Brothers Constructio; Box 1366, Peoria, IL 616-, 7 f-' 688-0416, is seeking minority ar !� owned business enterprises ca•. :boie of performing work for F.Y. 2020 WASTE- WATER TREATMENT PLANT BIOSOL- IDS MODIFICATIONS, CITY OF WATER- LOO, IOWA, in following areas: Demolition, Concrete, Rebar Fabrication / Erection, Precast Fabrication / Erection, Masonry, Steel Fabrication / Erection, Waterproofing, Doors / Frames / Hard- ware, Overhead Doors, Glazing, Painting, Sprinkler, Mechanical, Electrical, Excava- tion, Helical Piers, Asphalt, Landscaping, Utilities, Etc. All interested IvMBEWBE Business Enter- prises should contact, IN WRITING, (Certified letter, return receipt requested), David M. Williams, to discuss the subcontracting opportunities. All negotia- tions must be completed prior to the bid opening date of January 23, 2020 at 1.00 p m. CST. A true and correct copy of your current certification as a MBEWBE business enterprise must accompany any written proposal or quotation that you furnish. Award of a subcontract will be based on consideration of the following criteria: (a) responsiveness of the propos- al or quotation; (b) work history demon- strating capability to perform the work; (c) price; (d) responsibility of bidder in terms of integrity, reliability and capacity to perform such as would assure good faith, timely and safe performance and comple- tion of the work and adherence to applicable state and federal laws and regulations. I do solemnly swear that the annexed copy of legal Williams Brothers Construction Notice to MBE and WBE Owned Business Enterprises Notice was published in the Waterloo -Cedar Falls Courier, a daily newspaper printed in Waterloo, Black Hawk County, Iowa, once commencing on the 6th day of January, 2020 in the name of said newspaper, and that the annexed rate of advertised is the regular legal rate of said newspaper, and that the following is a correct bill for publishing said notice. Printer's Bill $21.05 (Jl Vb Signed Subscribed and sworn to before me this Day of r • • c7 &JttULLLz A.D., 20C90 J Received of clidtm Notary Public the sum of Dollars. In full for publication of the above notice. JODI E MCKIMSTRY I coy • SSIO Na / 82 •1 3 :. MY S ,5 , =.. o City of Waterloo City Hall Waterloo, Iowa 1 ire, J--HJIQL CUSThUCTION INC. January 23, 2020 RE: Evidence of Authority 2020 Wastewater Treatment Plant Biosolids Modifications To Whom it May Concern: I, Joseph Williams, certify that I am the Vice President of Williams Brothers Construction Inc., incorporated in the State of Delaware, named as contractor hereinabove; that David Williams, who signed the foregoing Agreement on behalf of the Contractor was then President of said Corporation; that said signed for and in behalf of said Corporation byauthorityofp � Agreement was duly corporate powers. its governing body, and is within the scope of its Sincerely, WILLIAMS BROTHERS CONSTRUCTION INC y/ B y /40-tz /Joseph Williams, Vice President Attest: • i8( LUL Jacqueline Smith, Corp. Secretary GENERAL COi "ACT0fl P.O Box 1366 / Peoria, IL 61654 / Phone (309) 688-0416 / FAX (309) 688-0891