Loading...
HomeMy WebLinkAboutWoodruff Construction Inc1 • 1 WOODRUFF CONSTRUCTION, LLC 1717 Falls Avenue Waterloo, IA 50701 Iowa Contractor : C097864 PROPOSAL FOR: F.Y. 2020 WWTP Digester No. 3 Cover Modifications, City Contract No. 1021, for the City of Waterloo, Iowa Contents: X Bid Form y Sales Tax Form X Non -collusion affidavit X Equal Opportunity Clause X Bidder Status Form X Affirmative Action X MBE/MWE 715 Mulberry Street Waterloo, IA 50703 Bid Date: May 14, 2020 11, 1 1 WOODRUFF CONSTRUCTION. LLC 1717 Falls Ave j Waterloo, IA 50701 Bid Date: May 14, 2020 Bid Security for: F.Y. 2020 WWTP Digester No. 3, City Contract No. 1021 For the City of Waterloo, Iowa 715 Mulberry Street Waterloo, IA 50703 FORM OF BID OR PROPOSAL F.Y. 2020 WASTEWATIJR TREATMENT PLANT DIGESTER NO. 3 COVER MODIFICATIONS CITY OF WATERLOO, IOWA Honorable Mayor and City Council Waterloo, Iowa CITY CONTRACT NO. 1021 The undersigned, being a Corporation existing under the laws of the State of IOWA , a Partnership consisting of the following partners: Woodruff Construction, LLC , 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 Plant Digester No. 3 Cover Modifications, Cit Contract No. 1021, all in accordance with the above -listed documents and for the lump sum base bid cost: LUMP SUM BASE BID: Nine huhdredsetiQ,,.i. -cow( 4-410usQ.v4e1 all") Dollars S q7q aDo---- Words)Numbers) See 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. 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 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. If a Bid Alternative 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 possible "or equal" items Whenever it is specified or described in the Bidding Documents that an 'or equal" or substitute item of material or equipment may be furnished or used by CONTRACTOR if acceptable by CONSULTANT, application for acceptance will not be evaluated by CONSULTANT until after the Effective Date of Agreement. FORM OF BID Section BF-1 4463.008/City Contract No. 1021 2 Bid Alternatives BID ALTERNATIVE NO. 1 CONTRACTOR shall include in the cost of the Bid Alternative ALL work associated with providing the scope listed below. The price of S gis 560- shall be added to the Contract Lump Sum Base Bid if CITY elects to have CONITRACTOR remove and replace all spray foam insulation on the Digester No. 3 cover as indicated in the Drawings and as specified in Section 07 21 19 Spray Applied Digester Cover Roofing. N ote: Costs for surface preparation and replacement of spray foam insulation in areas impacted by repair activities as shown on the Drawings and as specified in Section 46 73 10—Anaerobic Digester Cover Repair shall be included in the Lump sum Base Bid and are not included in this bid alternative. BID 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 500 shall be added to the Contract Lump Sum Base Bid if CITY elects to have CONTRACTOR prepare and paint all existing exposed cover surfaces that are not impacted by the cover repair activities. N ote. Exposed cover surfaces include all existing interior and exterior cover surfaces except areas of the cover where existing spray foam insulation is maintained, or areas of the cover where spray foam insulation is replaced as specified in Section 07 21 19-Spray Applied Digester Cover Roofing. Costs to prepare and paint areas impacted by repair activities as shown on the Drawings and as specified in S ection 46 73 10-Anaerobic Digester Cover Repair shall be included in the Lump Sum Base Bid and are not included in this bid alternative. BID 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 $ 111 0shall be added to the Contract Lump Sum Base Bid if CITY elects to have CONTRACTOR prepare and paint all existing piping inside Digester No. 3 as indicated in the Drawings and as specified in Section 09 91 00 Painting. BID ALTERNATIVE NO. 4 CONTRACTOR shall include in the cost of the Bid Alternative ALL work associated with providing the scope listed below. The price of $ ci 5 o o' shall be added from the Contract Lump Sum Base Bid if CITY elects to have CONTRACTOR modify existing digester gas piping inside Digester No. 3 as indicated in the Drawings. FORM OF BID Revised Section BF-2 4463.008/City Contract No. 1021 (Addendum No 2) 3. 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 to be 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 Lump Total Included Bid Sum Bid in Price the Base Number Item Description included Estimated Lump Base Quantity in Sum Bid the Unit Bid Unit Price $ $ 15 WaII 60 CF 1. Concrete Surface Repair —Top of Repairs 03 01 30 IQ00,00Section 250e 00 --: $ Hai d(O • QD S40,000 1 LS 2 Anaerobic Digester Cover Repair Unidentified Section 46 73 Repairs 10 $95,000 $ v` 5) Ce0 • 00 1 LS 3. Draft Tube Mixer Rehabilitation —Bearing Replacement Section 46 73 31 $25,000 $ t5,000 1 LS 4. Draft Tube Mixer Rehabilitation— Unidentified Section 46 73 Mixer 31 Repairs FORM OF BID Revised Section BF-3 4463.008/City Contract No. 1021 (Addendum No. 1) 4. 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. 5. Security in the sum of 5% of bid amount Dollars ($ N/A ) in the form of Bid Bond is submitted herewith in accordance with the INSTRUCTIONS TO BIDDERS. 6. Attached hereto is a Non -Collusion Affidavit of Prime Contractor. 7 Attached hereto is a Resident Bidder Certification ( x ), or Non -Resident Bidder Certification ( ). (Mark one.) 8. The Bidder is prepared to submit a financial and experience statement upon request. 9. 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. 10. The Bidder has received the following Addendum or Addenda: Addendum No. 1 Date 5/8/2020 2 5/11/2020 11. The Bidder shall list the MBE/WBE subcontractor(s), amount of subcontracts and bid items on the City of Waterloo Minority and/or Women Business Pre -bid Contact Information Form submitted with this Form of Bid or Proposal. The apparent low Bidder shall submit a list of all other Subcontractor(s) to be used on this Project to the City of Waterloo by 5:00 p.m. the business day following the day Bids on this Project are due along with the Non -Collusion Affidavits of All Subcontractor(s). The Contractor shall submit information on subcontractors on "SUBCONTRACTOR REQUEST AND APPROVAL' Form to be provided by CITY prior to approval of contract The subcontractors listed on this proposal and/or submitted to the Contract Compliance Officer cannot be changed except for the following reasons: 1) The City of Waterloo does not approve the subcontractors. 2) The subcontractors submit in writing that they cannot fulfill their subcontracts. 12. The Bidder has filled in all blanks on this proposal. Those blanks not applicable are marked "none" or "NA." 13. The Bidder has attached all applicable forms. 14. 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-4 4463.008/City Contract No. 1021 Wooc ruf Construction, LLC 5/14/2020 BY: (Name of Bidder) (Date) Title John Ma llen, NH icc-ion Presi ent Official Address: (Including Zip Code): 1717 Falls Av W atcrloo, IA 50701 I . R S. No. 76-0721180 END OF SECTION FORM OF BID Section BF-5 4463.008/City Contract No. 1021 KNOW ALL MEN BY THESE PRES BID Bt��� NTS, that we, Woodruff Construction, LLC as Principal, and United Fire & Casualty Company as Surety are held and firmly bound unto the CITY OF WATERLOO , Iowa, hereinafter called "OWNER." In the penal sum Five Percent (5%) of the Total Amount Bid Dollars ($ 5% ) lawful money of the United States, for the payment of which sum will and truly be made, we bind ourselves, our heirs, executors, administrators, and successors, jointly and severally, firmly by these presents. The condition of this obligation is such that whereas the Principal has submitted the accompanying bid dated the 14th day of May 20zo , for F.Y. 2020 Wastewater Treatment Plant Digester No. 3 Cover Modifications City Contract No.1021, City of Waterloo, Iowa NOW, THEREFORE, (a) If said Bid shall be rejected, or in the alternate, (b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the form specified and shall furnish a bond for his faithful performance of said contract, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the agreement created by the acceptance of said Bid, Then this obligation shall be void, otherwise the same shall remain in force and effect; it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. By virtue of statutory authority, the full amount of this bid bond shall be forfeited to the Owner in liquidation of damages sustained in the event that the Principal fails to execute the contract and provide the bond as provided in the specifications or by law. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall be in no way impaired or affected by any extension of the time within which the Owner may accept such Bid or execute such contract; and said Surety does hereby waive notice of any such extension. IN WITNESS WHEREOF, the Principal and the Surety, have hereunto set their hands and seals, and such of them as are corporations, have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers this iith day of May , A.D. 20 zo Witness nne Crowner Woodruff Construction, LLC Principal By cJ1Li ,lPY114-- (Title) United Fire & Casualty Company Surety By (Seal) (seal) Attorney -in -fact Di&ne . oung BID BOND Section BB-1 4463.008/City Contract No. 1021 UNITED FIRE & CASUALTY COMPANY, CEDAR RAPIDS, IA UNITED FIRE & INDEMNITY COMPANY, WEBSTER, TX FINANCIAL PACIFIC INSURANCE COMPANY, ROCKLIN, CA CERTIFIED COPY OF POWER OF ATTORNEY (original on file at Home Office of Company — See Certification) KNOW ALL PERSONS BY THESE PRESENTS, That UNITED FIRE & CASUALTY COMPANY, a corporation duly organized and existing under the laws of the State of Iowa; UNITED FIRE & INDEMNITY COMPANY, a corporation duly organized and existing under the laws of the State of Texas; and FINANCIAL PACIFIC INSURANCE COMPANY, a corporation duly organized and existing under the laws of the State of California (herein collectively called the Companies), and having their corporate headquarters in Cedar Rapids, State of Iowa, does make, constitute and appoint CRAIG E. HANSEN, JAY D. FREIERMUTH, BRIAN M. DEIMERLY, CINDY BENNETT, ANNE CROWNER, TIM MCCULLOH, STACY VENN, SHIRLEY BARTENHAGEN, DIONE R. YOUNG, KEVIN J. KNUTSON, MICHELLE GRUIS, KATHLEEN BREWER, SETH D ROOKER, SYDNEY BURNETT, EACH INDIVIDUALLY Inquiries: Surety Department 118 Second Ave SE Cedar Rapids, IA 52401 their true and lawful Attorney(s)-in-Fact with power and authority hereby conferred to sign, seal and execute in its behalf all lawful bonds, undertakings and other obligatory instruments of similar nature provided that no single obligation shall exceed $100,000,000.00 and to bind the Companies thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of the Companies and all of the acts of said Attorney, pursuant to the authority hereby given and hereby ratified and confirmed. The Authority hereby granted is continuous and shall remain in full force and effect until revoked by UNITED FIRE & CASUALTY COMPANY, UNITED FIRE & INDEMNITY COMPANY, AND FINANCIAL PACIFIC INSURANCE COMPANY. This Power of Attorney is made and executed pursuant to and by authority of the following bylaw duly adopted on May 15, 2013, by the Boards of Directors of UNITED FIRE & CASUALTY COMPANY, UNITED FIRE & INDEMNITY COMPANY, and FINANCIAL PACIFIC INSURANCE COMPANY. `Article VI — Surety Bonds and Undertakings" Section 2, Appointment of Attorney -in -Fact. "The President or any Vice President, or any other officer of the Companies may, from time to time, appoint by written certificates attorneys -in -fact to act in behalf of the Companies in the execution of policies of insurance, bonds, undertakings and other obligatory instruments of like nature. The signature of any officer authorized hereby, and the Corporate seal, may be affixed by facsimile to any power of attorney or special power of attorney or certification of either authorized hereby; such signature and seal, when so used, being adopted by the Companies as the original signature of such officer and the original seal of the Companies, to be valid and binding upon the Companies with the same force and effect as though manually affixed. Such attorneys -in -fact, subject to the limitations set forth in their respective certificates of authority shall have full power to bind the Companies by their signature and execution of any such instruments and to attach the seal of the Companies thereto. The President or any Vice President the Board of Directors or any other officer of the Companies may at any time revoke all power and authority previously given to any attorney -in -fact IN WITNESS WHEREOF, the COMPANIES have each caused these presents to be signed by its oc still"', vice president and its corporate seal to be hereto affixed this 151h day of January, 2014 011111 Mitt* `��\e�ilnlntxt eT � \ 9q o �. `,oQQ..,#PPOgg o% Z.Z. SOLY22 O: 0 Si > .On - r. -oCi: 3 :%, 1986 • g. ____ gZ•..O �Pr. '/',P�N7bunliPlP0` �,,/,.9,IFOR."` cam lllllllillill11111 UNITED FIRE & CASUALTY COMPANY UNITED FIRE & INDEMNITY COMPANY FINANCIAL PACIFIC INSURANCE COMPANY By: State of Iowa, County of Linn, ss: Vice President On 15th day of January,2014, before me personally came Dennis J. Richmann to me known, who being by me duly sworn, did depose and say that he resides in Cedar Rapids, State of Iowa; that he is a Vice President of UNITED FIRE & CASUALTY COMPANY a Vice President of UNITED FIRE & INDEMNITY COMPANY, and a Vice President of FINANCIAL PACIFIC INSURANCE COMPANY the corporations described in and which executed the above instrument that he knows the seal of said corporations; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporations and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporations. fl'o* ?)49—"""—as Judith A. Jones Iowa Notarial Seal Commission number 173041 My Commission Expires 04/23/2021 Notary Public My commission expires: 04/23/2021 I, Mary A. Bertsch, Assistant Secretary of UNITED FIRE & CASUALTY COMPANY and Assistant Secretary of UNITED FIRE & INDEMNITY COMPANY, and Assistant Secretary of FINANCIAL PACIFIC INSURANCE COMPANY, do hereby certify that I have compared the foregoing copy of the Power of Attorney and affidavit and the copy of the Section of the bylaws and resolutions of said Corporations as set forth in said Power of Attorney, with the ORIGINALS ON FILE IN THE HOME OFFICE OF SAID CORPORATIONS, and that the same are correct transcripts thereof, and of the whole of the said originals, and that the said Power of Attorney has not been revoked and is now in full force and effect. In testimony whereof I have hereunto subscribed my name and affixed the corporate seal of the said Corporations this llth day of May , 2020 • rAR 1111\S 's. uLY 22 O:O'. oi sir 'a ''., �r •. .�/1986PFO,: `n'It.��u , A Bittodelu Assistant Secretary UF&C & OF&I & FPIC INFORMATION NEEDED FOR IOWA CONSTRUCTION SALES TAX EXEMPTION CERTIFICATE CONTRACTOR NAME Woodruff Construction, LLC ADDRESS: 1717 Falls Avenue, Waterloo, IA 50701 (Check One) PRIME X FEDERALID#: 76-0721180 P ROJECT NAME' SUBCONTRACTOR F.Y. 2020 WWTP Digester No. 3 Cover Mods P ROJECT CONTRACT NO.: City Contract 1021 DESCRIPTION OF WORK: ■ ■ Brickwork Carpentry Concrete Drywall -Plaster -Insulation Electrical Excavation/Grading Flooring ❑ Heavy Construction Heating -Ventilating -Air Cond ■ ❑ Landscaping ❑ Painting ❑ Paving ❑ Plumbing Roofing -Siding -Sheet Metal Windows Wrecking -Demolition Other (Please specify) General Contractor ■ ■ ■ S ALES TAX EXEMPTION Section STE-1 4463.008/City Contract No. 1021 State of NON -COLLUSION AFFIDAVIT OF PRIME BIDDER IOAA County of ?lac that: )ss K. FAwk Jo nn Mal len , being first duly sworn, deposes and says 1. He is (Owner, Partner, Officer, Representative, or Agent) , of woodruff Construction, LLC , the Bidder that has submitted the attached Bid; 2. He is fully informed respecting the preparation and contents of the attached Bid and of all pertinent circumstances respecting such Bid; 3 Such Bid is genuine and is not a collusive or sham Bid; 4. Neither the said Bidder nor any of its officers, partners, owners, agents, representatives, employees, or parties in interest, including this affiant, has in any way colluded, conspired, connived or agreed, directly or indirectly, with any other Bidder, firm or person to submit a collusive or sham Bid in connection with the Contract for which the attached Bid has been submitted or to refrain from bidding in connection with such Contract, or has in any manner, directly or indirectly, sought by agreement or collusion or communication or conference with any other Bidder, firm or person to fix the price or prices in the attached Bid or of any other Bidder, or, to fix any overhead, profit or cost element of the bid price or the bid price of any other Bidder, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against the City of Waterloo, Iowa, or any person interested in the Proposed Contract; and 5. The price or prices quoted in the attached Bid are fair and proper and are not tainted by any collusion, conspiracy, connivance or unlawful agreement on the part of the Bidder or any of its agents, representatives, owners, employees, or parties in interest, including this affiant. (Signed) /` John MAllen, I\F, Rccion ?resiccnt Title Subscribed and sworn to before me this 14th day of May , 20 2 O. _1)5 tiirJh A Title e• My commission expires C 0 r ✓Z1 • ,gi' ? '...f• • . •: *+: NOTARIAL i*E SEAL . = • . . ;CI . • • • • .•`; l• e.. BRANDY LUNA CommissJoil Number 020800 My Commission Expires October 22, 2022 NON -COLLUSION AFFIDAVIT Section NCA-1 4463.008/City Contract No. 1021 EQUAL OPPORTUNITY CLAUSE (As provided in Executive Order No. 11246) All contractors, subcontractors, vendors and suppliers of goods and services doing business with the City and value of said business equals or exceeds ten thousand dollars ($10,000.00) annually agree as follows: 1. The contractors, subcontractor, vendor and supplier of goods and services will not discriminate against any employee or applicant for employment because of race, color, creed sex, national o rigin, economic status, age, mental or physical handicap, political opinions or affiliations. The contractor, subcontractor, vendor and supplier will develop an Affirmative Action program to e nsure 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 e mployment without regard to race, creed color, sex, national origin, religion, economic status, age, mental or physical disabilities, political opinion or affiliations. 3. The contractor, subcontractor, vendor and supplier or his/her collective bargaining representative will send to each labor union or representative of workers which he/she has a collective bargaining agreement or other contract or understanding a notice advising said labor u nion or workers' representative of the contractor's commitment under this section. 4. The contractor, subcontractor, vendor and supplier of goods and services will comply with all published rules, regulations, directives, and order of the City of Waterloo Affirmative Action Program Contract Compliance .Provisions. 5. The contractor, subcontractor, vendor and supplier of goods and services will furnish and file compliance reports within such time and upon such forms as provided by the Affirmative Action Officer. Said forms will elicit information as to the policies, procedures, patterns, and practices of each subcontractor as well as the contractor himself/herself and said contractor, subcontractor, vendor and supplier will permit access to his/her employment books records and accounts to the City's Affirmative Action Officer, for the purpose of investigation to ascertain compliance with this contract and with rules and regulations of the City's Affirmative Action Program Contract Compliance Provisions relative to Resolution No. 24664. 6. In the event of the contractor's non-compliance with the non-discrimination clauses of this contract or with any of such rules, regulations and orders, this contract may be canceled, terminated or suspended in whole or in part and the contractor may be declared ineligible for further contracts in accordance with procedures authorized by the City Council. EQUAL OPPORTUNITY CLAUSE Section EOC-1 4463.008/City Contract No. 1021 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, national origin, economic status, age, mental or physical disabilities. (Signed) Appropriate Official) John Mallon, NH Region P re s icicnt J (Title) May 14, 2020 (Date) END OF SECTION EQUAL OPPORTUNITY CLAUSE Section EOC-2 4463.008ICity Contract No. 1021 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 n on-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, or FHWA 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 refuses to 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 n ondiscrimination 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 tos 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, u nless 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 4463.008/City Contract No. 1021 Budder Status Forrn To be completed by all bidders Part A Please answer "Yes" or "No" for each of the following: Yes No My company is authorized to transact business in Iowa. (To help you determine if your company is authorized, please review the worksheet on the next page). Yes L No My company has an office to transact business in Iowa. Yes L No My company's office in Iowa is suitable for more than receiving mail, telephone calls, and e-mail. Yes No My company has been conducting business in Iowa for at least 3 years prior to the first request for bids on this project. Yes fl No My company is not a subsidiary of another business entity or my company is a subsidiary of another business entity that would qualify as a resident bidder in Iowa. If you answered "Yes" for each question above, your company qualifies as a resident bidder. Please complete Parts B and D of this form. If you answered "No" to one or more questions above, your company is a nonresident bidder. Please complete Parts C and D of this form. x n X To be completed by resident bidders Part My company has maintained offices in Iowa during the past 3 years at the following addresses: Dates: 08 / 01 / 19 90 to PRF, S bNT / Address: City, State, Zip: Dates: 05 / 25 / 1996 to PRKSFINT / Address: 1920 1890 KOUN TRY LANK, nOnGH, IA 50501 City, State, Zip: AM Dates: 02 / 08 / 2016 to PRH S H;JT / Address: You may attach additional sheet(s) if needed. HILADHLP =IA ST. 4102 `IS, IA 5C010 501 GREE,I\F'I E,LD DR. City, State, Zip: T IFF IN , IA 52340 To be completed by nonresident bidders a rrt C 1. Name of home state or foreign country reported to the Iowa Secretary of State: 2 Does your company's home state or foreign country offer preferences to resident bidders, resident labor force preferences or any other type of preference to bidders or laborers? 3. If you answered "Yes" to question 2, identify each preference offered by your company's home state or foreign country and the appropriate legal citation. Yes ■ No You may attach additional sheet(s) if needed. To be completed by all bidders Part D certify that the statements made on this document are true and complete to the best of my knowledge and I know that my failure to provide accurate and truthful information may be a reason to reject my bid. Firm Name: Signature: Woo ruf f Construction, LLC /7/ Date: 05/14/202C 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 4463.008/City Contract No. 1021 Additional Sheet for Bidder Status Form (continued) My company has maintained offices in Iowa during the past 3 years at the following addresses: Dates: 7 / 17 / 2017 to Present/ / Address: 1717 Falls Avenue City, state, Zip. Waterloo, IA 50701 Dates: 5 / 1 / 2014 to 7 / 14 / 2017 Address: 505 West4th Street City, State, Zip: _. Waterloo, IA 50701 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 No My business is currently registered as a contractor with the Iowa Division of Labor. Yes • No My business is a sole proprietorship and I am an Iowa resident for Iowa income tax purposes. Yes ❑ No My business is a general partnership or joint venture. More than 50 percent of the general partners or joint venture parties are residents of Iowa for Iowa income tax purposes. Yes ❑ No My business is an active corporation with the Iowa Secretary of State and has paid all fees required by the Secretary of State, has filed its most recent biennial report, and has not filed articles of dissolution. Yes No My business is a corporation whose articles of incorporation are filed in a state other than Iowa, the corporation has received a certificate of authority from the Iowa secretary of state, has filed its most recent biennial report with the secretary of state, and has neither received a certificate of withdrawal from the secretary of state nor had its authority revoked. Yes • 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. Yes ■ No My business is a limited liability partnership which has filed a statement of qualification in a state other than Iowa, has filed a statement of foreign qualification in Iowa and a statement of cancellation has not been filed. ❑ Yes ❑ 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 ❑ 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 ❑ 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 ■ 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 4463.008/City Contract No. 1021 Revised February 2003 CONTRACTOR'S OR SUBCONTRACTOR'S AFFIRMATIVE ACTION PROGRAM Check box that applies to party completing program: ( x ) General Contractor ( ) Subcontractor I. Section A to be completed by GENERAL CONTRACTORS only: A. N ame of Company Woodruff Construction 1717 Falls Ave Address of Company Waterloo IA Zip 50701 Telephone Number ( 319 ) 233-3349 Federal ID Number (if no Federal ID Number, Owner/President's Social Security Number) 76-0721180 N ame of Equal Employment Officer Sara Orr N ame of Project F.Y 2020 WWTP Digester No. 3 Cover Modifications P roject Contract Number City Contract No. 1021 Estimated Construction Work Dates 06/01/2020 / 10/01/2020 Finish Start S ection B to be completed by SUBCONTRACTORS only: B. N ame of Genera ...'rime 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 Ow President's Social S ecurity Number) N ame of Equal Employment Officer AFFIRMATIVE ACTION Section AA-1 4463.008/City Contract No. 1021 C. Remainder of program to be completed by party completing program, either Prime or S ubcontractor 1 The Owners and/or Principals of your company: N ame John Mallen Ethnic Address Position Sex Origin Waterloo Northeast Region President Nicholas R. Ford Tiffin East Region President 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 II. EMPLOYER'S POLICY (Please read carefully.) A. We, the undersigned, recognize that we are morally and legally committed to n ondiscrimination in employment. Any person who applies for employment with our company will not be discriminated against because of race, color, creed, sex, national o rigin, economic status, age, mental or physical handicap. B. The employment policies and practices of the undersigned are to recruit and hire e mployees without discrimination, and to treat them equally with respect to compensation and opportunities for advancement, including training, upgrading, promotion, and transfer However, we realize the inequities associated with employment training, upgrading, contracting and subcontracting for minorities and women and we will d'rect our efforts to correcting any deficiencies to the maximum extent possible The same will be required of our SUBCONTRACTORS and suppliers. C. We submit this program to assure compliance with Executive Order 11246, as amended, and other subsequent orders that may pertain to equal employment opportunity and merit employment policies, fully realizing that our qualification and/or merit system should be evaluated and revised, if necessary. We agree to put forth the maximum effort to achieve full employment and utilization of capabilities and productivity of all our citizens without regard to race, creed, color, sex n ational origin, economic status, age, and mental or physical handicap. AFFIRMATIVE ACTION Section AA-2 4463.008/City Contract No. 1021 E. Woodruff Construction will give training (Name of Company) and employment opportunities to local residents of Waterloo, Iowa, to the greatest extent feasible. III. AFFIRMATIVE ACTION A. Woodruff Construction recognizes that the (Name of Company) effective application of a policy of merit employment involves more than just a policy statement, and Woodruff Construction (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. Woodruff Construction (Name of Company) following six (6) steps to improve our Affirmative Action Program. will undertake the 1. Minority Recruitment and Employment; 2. Local Recruitment and Employment; 3. Disabled Veteran and Vietnam Era Veteran Recruitment and Employment; 4. Handicapped Recruitment and Employment; 5. Female Recruitment and Employment; and 6. Training Upgrading and Promotional Opportunities. C. Woodruff Construction will take (Name of Company) whatever steps are necessary to ensure that our total work force has adequate minority, female, and local representation. We will utilize the following methods in our recruitment attempts: D. 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. Woodruff Construction will seek qualified minority, (Name of Company) female, and local group applicants for all job categories and will make asserted efforts to increase minority female and group representation in occupations at the higher levels or skill and responsibility. E All sources of employment used shall be aware that we are an Equal Employment Opportunity Employer. Labor organizations representing our employees will be notified of our Equal Employment Opportunity Policy and Affirmative Action Program AFFIRMATIVE ACTION Section AA-3 4463.008/City Contract No. 1021 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. Woodruff Construction 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. Woodruff Construction 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. Bid Invitations sent 2. Addenda Notifications sent As a result of the above efforts, we have involved minority, female, and local contractors and/or suppliers in the following areas of subcontracting: (if none, write ' NONE") 1. We are evaluating a bid from a WOSB for the Spray Foam Roof Coating 2. Woodruff Construction will require approved (Name of Company) Affirmative Action Programs from all nonexempt contractors who propose to work on this project and will take whatever steps are necessary to ensure that non -minority contractors have adequate representation of minority, female and local persons in their total work force. K. In further accordance with rules and guidelines issued pursuant to Executive Order 11246 as amended we establish the goals for our company, based on parity percentages supplied by the City, and we realize these goals will be reviewed on an annual basis. Woodruff Construction 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 Woodruff Construction (Name of Company) Affirmative Action AFFIRMATIVE ACTION Section AA-4 4463.008/City Contract No. 1021 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 2020, please submit percentage targets for employing minorities and women If you already have reached your target for hiring minorities and women, please submit that percentage *Goals for Minorities: Goals for Women: *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 2020. Note, that none of the goals are rigid or inflexible. They are targets that your company calculates as reasonably attainable This will help the City in its monitoring procedures as required by City of Waterloo Resolution No. 1984-142(4). AFFIRMATIVE ACTION Section AA-5 4463.008/City Contract No. 1021 INDICATE: CONTRACTOR'S TOTAL WORK FORCE (WATERLOO) DISABLED VETERAN: DV VIETNAM ERA VETERAN: W HANDICAPPED: H AFFIRMATIVE ACTION Section AA-6 4463.008/City Contract No. 1021 We hereby certify that we are in compliance with all City and Federal Affirmative Action Regulations and agree to accept all liability for failure to comply. Respectfully subn)jtted, By: / / /mpany Executive 5/14/2020 By: Date Equal Employment Opportunity Officer 5/14/2020 John Mallen Sara Orr Date City of Waterloo Affirmative Action Officer Approved Disapproved Reason: By: Date: END OF SECTION AFFIRMATIVE ACTION Section AA-7 4463.008/City Contract No. 1021 DESCRIPTION OF JOB CATEGORIES Officials/Manager: Occupations in which employees set broad policies, exercise overall responsibility for execution of all policies, 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 u sually 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 and lieutenants 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 e ducation and through equivalent on-the-job training Includes: computer programmers and o perations, draftsmen, surveyors, licensed practical nurses, photographs, radio operators technical illustrators, police and fire 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, e lectricians, 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 4463.008/City Contract No. 1021 8. 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 4463.008/City Contract No. 1021 ITEMS OF POTENTIAL MBE/WBE PARTICIPATION NOTICE TO PROSPECTIVE BIDDERS: The following are items from the F Y. 2020 Wastewater Treatment Plant Digester No. 3 Cover Modifications, City Contract No. 1021, 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 BID ITEM DESCRIPTION 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 MBE-WBE PARTICIPATION Section M-1 4463.008/City Contract No. 1021 m mai 0 0 0 D 73 0 O J O 03 0 N 4463.008/City Contract No. 1021 m co 0 0 0 z m 0 0 O z H c 0 H O CD 0 0 0 cn C) C) c o 0C°m ✓ 0• 3 a 0 3 nW 0 o n 3 m O aOa< ;(Q3=m spa 'o Fa' O (� iU (� (D p O O "° 3 -t; " O 0 o (1) c 0 0 c 0 0 ""1CO 0a-oco �,(LO• * ym CD vCY 0�: 0 �o2c0o 0- R. am (73:aO�N Q_a-(n < 0 0c(nc -0 0 0. 00'0 0 a 000c (D0„0 ° ao o m o �•O �a(0 0 co — 5 >< r n- m .j-a o 0 v * o o r „co ( o'an c m r 0 � m p 3- mbom s,� oomo 3a-a O o CO a) cn5mr� � C° 0 aco2 o N (n a .0r,5•� a 0 0 r* R am r CT o o_ C) 0-050 o • -O 3 C rs cl'a0 0 (Q O cr74- 0 O H m cn (D v o �� or 0 as a-v -D (0 , DmDzwao N _' On coo mm 3O 3cM 3 0 0 0 * W 03D"0 ✓ a0 0 n0 oo0_mm co-m � omap7g o )o=a • O(n 005:0 w -' O N O (n 0 (D O (n 0 3a o c o_0 0 h03 �0oo-im� a.0-(n Qo zc ��-�O-nc0 �'(D3pg 5 -*m aD v 0 (a (D O (D * a D cr O ° 0 • o m 0 o 0 3 m (1) (o csvOo o c Oar,. 0 O a O (D a 0 00 0 c c _-. (D o_ Cr 0 a-o h a 0 0 <� co � • m �« v co a) m orna o • CD ac a 0 m .- ( a r c 0 cn ° ) 0 a)-0 0 0 0 00 m 3 �'-O =m CT) a) 0- a cant( a-O o o c N a 5 W 0m a (D isted above (supported by appropriate documentation) based on c a 0 0 m 0 CO m CO c z m 0) 0 O (0 cn 0 0) 0 m 0 0 W 0 Ca ma cr c 5. • co a ( On 0 o 0 Ai ' o c o m o m 0 cr r o a W v < Cm 0 a -h 8 3 0 co m =44at 3 c 0 v 0 0 0 3 a m 0 co co m co cn cn z m U) m z m .D Vn m m 0 m o 0 0 0 Z o CO . 3 0 0 m o <0 my o 0 3 o o co m CO cn 0 c 5 0 0 (1) 0 ° v 0 0 0 c 0 Q. 0 O- 3 2 c 3 0 O O 0 0 to a 0) 0 o' 0 _J r* D 0 0 0 a -i m z m O 0 73 - 3 H0 O o z ° v O 0 o 0 O 0- 0 3 o r 5. 0 CT a WN mo . 3 m n 5' —o c CT). 3 0 move cD c o (D 3v r÷0 ff� O O o O um CO O (D '< 0 c co o O-m �, 0 r+ o 1- Cij O°°)rn (Do0 -;aacn o -n ^ 5' v a m 0 0 (D (n n o - o 3 v o a) - o 0 0 m 3 • • (. , o_ 07 (D 0 pi M o.oco m 0 3 w a- n c (7nCn aOm al Co (D • Z aim � . o m 0vw m 0 m m 0m XJ (D W 0 0 0 < 0C) a0) Z a 5 > O • z 0m 3 O O 0) Z O • -n m � m c cr o' • 3 o o O 3 CD. 3 • 0 cr0 O • 3 -1 al O o (OD. 0 CD 0" s1a :"0 00 * 0 1/4.< 0 0 3 a c 0 O 0 • 0 -a a 0 0 5 13 r, 3 *(Do cD (a ( (D c 3 0 0 3 v -(O0 0 o 0 0 0 aoCT ° a 1i a ° 0 o a_o 5 r ti co o v 00 a O 5 0 o- t,0o - ram o 0 0 4� • o ow o 5 o m ° 0-0 0 0 ill ° N' Qv v 0 a o -I o ° ° ocNn o 0 v� r� 3 2 2o 0 (°co O (D 2 ZS o m Co a) o ° _ -.0'o mcr orn cm co a CDrn 0 rn� ao (DC5 o0(.0 O m 0 v o 5 • 0 0(• 0<�0 0 a CT 0. CD a3 0 5' 0 • (a vcri "00 o;� o1 0 oc O O ‘G 03 0 0 0 O) CD -o co. o v 5 o v 0 'o m W v 0 O E Z W Dm 0 --1 co m mn O C • Cn Eai ZQ) Z O m g cnCn m C N. Z cn stj 0 7° 0 O 4. z 7c) CD D < 0 O --i a� z N m 0 O N O z 11 0 0) CO 0 00 O O rLat 0 CD O • uoTqonigsuo3 U 0 . 0 O 0 Ft- 0 oj En fu H Ft- H 1 N n CTI 1 N N 0 n r a. a z 4 2 fl � n 4 0 z ati>. 1 Cr cD Cr ozZ Cas i ,4 c cat eti Qaotation used in bid W Urri m 171 0 133 5-1 z cn z =II® n 1)0 Ati as 0 a 0 �lii xi , 0 u m, O 0 * 0 _ CD 0 O o r+ 0 D- a) CD m 0 CD CO Rm W C c 0 CD � cn 0 h —m 0 C3-O Q (7. o_ 0 Co 0 v co 0 O O Q O v 3 0 '' O W 0 0 (76 r+ c� o co _" O co ✓ r+ u • 0 0 0 r+ C0 0 v 0 0 0 0 Cfl O C0 _o N.) cn a. �. (Q O 0 0U Q 0 0 .1 0 O. CO mOD D CT mU, _hcp o' r-� 0 D- 0 0 5 O 0 1 0 0 CT 0 rt O 0 0 0) 0 -0 a) CD O O 0) _ o c <" i- 0 0 0- 0 * o-0 0 0 0 < 00, Q 0flcl ( rI CD CD O -• o 0 D mg n Ca. 9 r+ O r o o o ( -3 _ r+ v v(73 �O m cn • 0 CCD0 0 DJ m CO cn cn 0 0 v 0 ance Officer, for assistance at cn 0 • 0 r uj 0O o n a r+ c0 . 1 O � -a m m`�� Cr 1:1 28r o o M o o -< D. C o 3 0 CL O -. O 0 —� * O O o CT a o ID � 1/4< o cn cn O Q 0 O" O- -di CD O O O 0 0 3 Q I 0) c-� 0- .1 < o 0 < 0-C3 0 0 ✓ < O 0 r-i- >0 -j - 1 _0 O 0 � 0) CD O ' o 0 o 5- c t. CT sj -• cn o O r* 0 a. )' co 0 0 O Co 0 0 0 • _-1 0 .. z 0 w rn DJ 0) c CO 0 0 0 0 �z O O -I CD C 0 0) O' co v v wCO m _rrm CO CO mrn 0 • 0 O pi Lai ro quapzsead 0 m OZOZ/H/g CT 0 r+ 0 0 r+ 0 cn r+ 0 0 cn Qna QL) a0 rcn 0 r+ (n -a CD CT 0 0 o D hi o _ o O- cn 0-t, 0 0 3 -0 v 0 .1 O 0 0 N rt 0 0 Prime Contractor Name: ;jn.z_000y uoTqonJTsuo3 0 0 r1 0 0 CD 0 0 czcZ/1z/s o m 11