Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Woodruff Construction, LLC
Bid Date: June 11, 2020 CD 0 Bid Security for: 1 WOODRUFF CONSTRUCTION, LLC 1717 Falls Avenue I Waterloo, IA 50701 Iowa Contractor #. CO97864 PROPOSAL FOR: Terminal Building Carpet - Terminal Improvements, Waterloo Regional Airport, Contract No. 20601 for the City of Waterloo, Iowa Contents: Bid Form I Sales Tax Form / Non -collusion affidavit t/ Equal Opportunity Clause i v Bidder Status Form ✓Affirmative Action MBE/MWE 715 Mulberry Street Waterloo, IA 50703 Bid Date: May 14, 2020 RID D0ND KNOW ALL MEN BY THESE PRESENTS, 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 11th day of June , 2020, for Terminal Building Carpet - Terminal Improvements, Waterloo Regional Airport, 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 pres- ents to be signed by their proper officers this 3rd day of June , A.D. 2020. Woodruff Construction, LLC By Princi (Seal) (Title)c;on Srn54d United Firs & Casualty Compan(Seal) Witness Suret i Witness-------- Anne Crowner BID BOND AECOM 60600098 (5/2020 ReBid) CONTRACT NO. 20601 Bye , 7 Dione R. Young, Attorney-in-f CSVI 91109AL0200 Terminal Bldg Carpet -Terminal Improvements BB-1 of 1 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 vice president and its corporate seal to be hereto affixed this 15th day of January, 2014 ,`oa`s scats It aaau'Iuttu_ .......... ..4 Fp'; 0 o: 1986 ?a § 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 UNI1ED 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. t..11 tee go 7o usC•OII.OuxTE C; i- Yr., g4R•pipPo/e1 k...00%.gc sOLY 22 a •,•4poR•: Judith A. Jones Iowa Notarial Seal Commission number 173041 My Commission Expires 04/23/2021 fia 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 3rd day of June 2020 , �3 0• •• kP ttT' N. 40 �w CVltl'OKKrr. fib. >7 st) YZ▪ ia ' a.SEAL 0. 4 e i\G INSOR get• 1/4 pPP0/14 ?o1., gitati U skILY 22 G 1986 is By: Assistant Secretary UF&C & OF&I & FPIC BPOA0049 0913 Bid Date: June 11, 2020 CD CD CID rt 0 n 3 rt CD Bid Security for: WOODRUFF CONSTRUCTION, LLC 1717 Falls Avenue Waterloo, IA 50701 Iowa Contractor 1: C097864 4 1: #' . • a ' PROPOSAL FOR: 25 Hangar No. 4 Improvements (2020), Waterloo Regional Airport, Contract No. 21613 for the City of Waterloo, Iowa Contents: ✓ Bid Form / Sales Tax Form ✓ Non -collusion affidavit ✓ Equal Opportunity Clause ./ Bidder Status Form ✓ Affirmative Action ✓MBE/MWE 715 Mulberry Street Waterloo, IA 50703 Bid Date: May 14, 2020 Revised Per Addendum No. 1 - 6/8/2020 FORM OF BID OR PROPOSAL HANGAR NO. 4 IMPROVEMENTS (2020) WATERLOO REGIONAL AIRPORT In the City of Waterloo, Iowa Honoi able Mayor and City Council Waterloo, Iowa Gentlemen: 1. The undersigned, being a Corporation existing under the laws of the State of I OWA , a Partnership consisting of the following partners: JOHN MALLEN , 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 AECOM 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 HANGAR NO. 4 IMPROVEMENTS (2020), all in accordance with the above -listed documents and for the unit prices for work in place for the following items and quantities: HANGAR NO. 4 IMPROVEMENTS (2020) CSVI PROJECT NO 9I200AL0200 IDOT CONTRACT NO 21613 Ref. Estimated Unit Bid Item Item Unit Quantity Price Total Bid Price Hangar No. 4 Improvements (2020) 1 Dry Wall Removal SFT 1,030 $ ((,S® $ !(1WkS•on $ 2 Suspended (2'x2', Including Ceiling Grid) Removal SFT 1 500 $ 2, . Z� 31 ag75, W 3 SFT 400 $ $ 'j11 Remove and Dispose Floor Tile 9. SD (Asbestos) 31 N . (?Z� 4 Tuck Block Point and Seal Split Face SFT 825 $ $ can s— ii 2 l $ sr 5 Tuck Point and Paint CMU Block SFT 1,000 $ 10 , O $ 101 SCO , 0 0 6 Remove and Replace Windows FA 4 $ 2-004 00 $ $ lipiefico t t 87 ,O() c. CO 7 Remove Carpet and Dispose SFT 1,250 $ 1 i . 8 Tuck Point Block and Install EFIS SFT 1,200 $ 1-11 . St $ L1 C(1 ) ,co $ TOTAL BASE BID , OS , .215 -75- Ref. Item Item Unit Estimated Quantity Unit Price Bid Total Bid Price BID ALTERNATE NO. 1 1 Integral Blinds for Windows EA 4 $ `(i 000 $ Z17 S®. 00 $ TOTAL BID ALTERNATE NO. 1 11, 0 GCS•CO FORM OF BID IDOT CSVI 91200AL0200 Hangar No. 4 Improvements (2020) AECOM 60664052 CONTRACT NO. 21613 BF-1 of3 Revised Per Addendum No. 1 - 6/8/2020 Ref. Item Item Unit Estimated Quantity Unit Price Bid Total Bid Price BID ALTERNATE NO. 2 1 Install and Paint Dry Wall SFT 1,000 $ 13, Sts $ B Gc.)0.00 2 includingGrid) Install Suspended Ceiling (2'x2', SFT 1,500 $ 7 y $ 1050*W 3 Install New Carpet SFT 1,250 1 $ $ , 75 $ o q 3-7 s 5er) 1 TOTAL BID ALTERNATE NO. 2 $ 35 Mr/, i TOTAL BASE BID PLUS ADD ALTERNATE NO.1 $ I l itoi 2 i c . 7 S TOTAL BASE BID PLUS ADD ALTERNATE NO. 2 $ -- 1" Iv I Z5 TOTAL BASE BID PLUS ADD ALTERNATE NO. 1 AND NO. 2 $ 1 5 j i Di ..zsa• 2. It is the City's intention to evaluate bids reviewing both the Base Bid and Add Alternate Bids. The City has limited funds available and will award only what funding allows. The City reserves the right to award the contract based on the Base Bid only or the Base Bid plus any and all Add Alternate Bid Options. 3. It is understood that the quantities set forth are approximate only and subject to variation and that the unit bid price for the work done shall govern in the actual payment to Contractor. 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 o OF BID AMOUNT Dollars ($ 5 % ) 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 Bidder Status Form indicating 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 6/8/2020 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. FORM OF BID AECOM 60664052 IDOT CSVI 9I200AL0200 Hangar No. 4 Improvements (2020) CONTRACT NO. 21613 BF-2 of 3 Revised Per Addendum No. 1 - 6/8/2020 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. The Owner reserves the right to select alternates, delete line items, and/or to reduce quantities prior to the award of a contract due to budgetary limitations. WOODRUFF CONSTRUCT (Name of Bidder) By: JOHN MALLEN Official Address:ncluding Zip Code): 1717 FALLS AVENUE N 6/11/2020 (Date) Title NE REGION PRESIDENT WATERLOO, IA 50701 I.R.S. No. 76-0721180 FORM OF BID AECOM 60664052 IDOT CSVI 91200AL0200 Hangar No. 4 Improvements (2020) CONTRACT NO. 21613 BF-3 of 3 INFORMATION NEEDED FOR IOWA CONSTRUCTION SALES TAX EXEMPTION CERTIFICATE CONTRACTOR NAME ADDRESS: (Check One FEDERAL ID#: WOODRUFF CONSTRUCTION 1717 FALLS AVENUE WATERLOO, IA 50701 PRIME X SUBCONTRACTOR 76-0721180 PROJECT NAME HANGAR NO . 4 IMPROVEMENTS (2 02 0) WATERLOO REGIONAL AIRPORT PROJECT CONTRACT NO.: 21613 DESCRIPTION OF WORK: ❑ Brickwork ❑ Carpentr) D Concrete ❑ Drywall -Plaster -Insulation D Electrical ❑ Excavation/Grading ❑ Flooring Heavy Construction D Heating -Ventilating -Air Cond. ■ ❑ Landscaping ❑ Painting ❑ Paving ❑ Plumbing ❑ Roofing -Siding -Sheet Metal ❑ Windows ❑ Wrecking -Demolition Other (Please specify) GENERAL CONTRACTOR SALES TAX EXEMPTION AECOM 60614052 CONTRACT NO. 21613 IDOT CSVI 91200AL0200 Hangar No. 4 Improvements (2020) STE-1 of 1 NON -COLLUSION AFFIDAVIT OF PRIME BIDDER State of I OWA ) )ss County of BLACK HAWK ) JOHN MALLEN , being first duly sworn, deposes and says that: 1. He is (Owner, Partner, Officer, Representative, or Agent) , of WOODRUFF CONSTRUCTION , 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, includi this affi nt. (Signed) JOH MALLEN, NE REGION PRESIDENT Title Subscribed and sworn to before me this 11 t h day of JUNE , 202 0. My commission expires OCTOBER 2 2, 2 0 2 2 • NON -COLLUSION AFFIDAVITS AECOM 60614052 IDOT CSVI 9L?00AL0200 Hangar No. 4 Improvements (20201 CONTRACT NO. 21613 NCA-1 of 2 EQUAL OPPORTUNITY CLAUSE (As provided in Executive Order No. 11246) All contractors, subcontractors, vendors and suppliers of goods and services doing business with the City and value of said business equals or exceeds ten thousand dollars ($10,000.00) annually agree as follows: 1. The contractors, subcontractor, vendor and supplier of goods and services will not discriminate against any employee or applicant for employment because of race, color, creed, sex, national origin, economic status, age, mental or physical handicap, political opinions or affiliations. The contractor, subcontractor, vendor and supplier will develop an Affirmative Action program to ensure that applicants are employed and that employees are treated during employment without regard to their race, creed, color, sex, national origin, religion, economic status, age, mental or physical disability, political opinions or affiliations. Such actions shall include but not be limited to the following: a. Employment b. Upgrading c. Demotion or Transfer d. Recruitment and Advertising e. Layoff or Terrninauon f. Rates of Pay or Other Forms of Compensation g. Selection for Training Including Apprenticeship 2. The contractor, subcontractor, vendor and supplier of goods and services will, in all solicitations or advertisements for employees, state that all qualified applicants will receive consideration for employment without regard to race creed, color, sex, national origin, religion, economic status, age mental or physical disabilities, political opinion or affiliations. 3. The contractor, subcontractor, vendor and supplier or his/her collective bargaining representative will send to each labor union or representative of workers which he/she has a collective bargaining agreement or other contract or understanding, a notice advising said labor union or workers' representative of the contractor's commitment under this section. 4. The contractor, subcontractor, vendor and supplier of goods and services will comply with all published rules, regulations, directives, and order of the City of Waterloo Affirmative Action Program Contract Compliance Provisions. 5. The contractor, subcontractor, vendor and supplier of goods and services will furnish and file compliance reports within such time and upon such forms as provided by the Affirmative Action Officer. Said forms will elicit information as to the policies, procedures, patterns, and practices of each subcontractor as well as the contractor himself/herself and said contractor, subcontractor, vendor and supplier will permit access to his/her employment books, records and accounts to the City's Affirmative Action Officer, for the purpose of investigation to ascertain compliance with this contract and with rules and regulations of the City's Affirmative Action Program —Contract Compliance Provisions relative to Resolution No. 24664. 6. In the event of the contractor's non-compliance with the non-discrimination clauses of this contract or with any of such rules, regulations and orders, this contract may be canceled, terminated or suspended in whole or in part and the contractor may be declared ineligible for further contracts in accordance with procedures authorized by the City Council. 7. The contractor, subcontractor, vendor and supplier of goods and services will include, or incorporate by reference, the provisions of the non-discrimination clause in every contract, subcontract or purchase order unless exempted by the rules, regulations or orders of the City's Affirmative Action Program, and will EQUAL OPPORTUNITY CLAUSE AECOM 60614052 IDOT CSVI 9I200AL0200 Hangar No. 4 Improvements (2020) CONTRACT NO.21613 EOC-1 of 2 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, set, national origin, economic st s, age, mental or physical disabilities. (Signed) / (Appropriate Official) NE REGION PRESIDENT (Title) JUNE 11, 2020 (Date) EQUAL OPPORTUNITY CLAUSE AECOM 60614052 IDOT CSVI 9I200AL0200 Hangar No. 4 Improvements (2020) CONTRACT NO. 21613 EOC-2 of 2 iidder SUtuis Form To be completed by all bidders har Please answer "Yes" or "No" for each of the following: X i X X X Yes Yes Yes Yes Yes u N o 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). N o My company has an office to transact business in Iowa. N o My company's office in Iowa is suitable for more than receiving mail, telephone calls, and e-mail. N o My company has been conducting business in Iowa for at least 3 years prior to the first request for bids on this project. N o My company is not a subsidiary of another business entity or my company is a subsidiary of another business entity that would qualify as a resident bidder in Iowa. If you answered "Yes" for each question above, your company qualifies as a resident bidder. Please complete Parts B and D of this form. If you answered "No" to one or more questions above, your company is a nonresident bidder. Please complete Parts C and D of this form. To be completed by resident bidders Part My company has maintained offices in Iowa during the past 3 years at the following addresses: Dates: 8 / 1 / 1990 to Present/ Dates: 5 / 25 / 1996 to Present / Dates: 2 / 8 / 2016 to Present / You may attach additional sheet(s) if needed. / Address: City, State, Zip: / Address: City, State, Zip: / Address: City, State, Zip: 1890 Kountry Lane Fort Dodge, IA 50501 1920 Philadelphia Street, Suite 102 Ames, IA 50010 501 Greenfield Drive Tiffin, IA 52340 To be completed by nonresident bidders Part C 1. Name of home state or foreign country reported to the Iowa Secretary of State: 2 Does your company's home state or foreign country offer preferences to resident bidders, resident labor force preferences or any other type of preference to bidders or laborers? 3. If you answered "Yes" to question 2, identify each preference offered by your company's home state or foreign country and the appropriate legal citation. Yes ■ 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: Woodruf#;Zonstruction, LLC Signature: hn Mallen,ortheast Region President Date: 6/11/2020 You must submit the completed form to the governmental body requesting bids per 875 Iowa Administrative Code Chapter 156. This form has been approved by the Iowa Labor Commissioner. 309-6001 (09-15) 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 Present / / Address• 1717 Falls Avenue City, State, Zip• Waterloo, IA 50701 Dates: 5 / 1 / 2014 7 / 14 / 2017 Address• 505 West 4th 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 0 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 0 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 0 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. 0 Yes 0 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 0 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 0 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 309-6001 (09-15) 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. q. 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 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. Cancell'uion, 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 AECOM 60614052 IDOT CSVI 9I200AL0200 Hangar No. 4 Improvements (2020) CONTRACT NO. 21613 TVI-V 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. Name of Company WOODRUFF CONSTRUCTION 1717 FALLS AVE Address of Company WATERLOO, IA Zip 50701 Telephone Number ( 319 ) 2 3 2- 3 3 4 9 Federal ID Number (if no Federal ID Number, Owner/President's Social Security Number) 76-0721180 Name of Equal Employment Officer SARA ORR Name of Project HANGAR NO . 4 IMPROVEMENTS (2 02 0) WATERLOO REGIONAL AIRPORT Project Contract Number 21613 Estimated Construction Work Dates / 3tt�u� ( - N oV2wt I 10Zo Section B to be completed by SUBCONTRACTORS only: B. Name of General or Prime Contractor Name of Subcontractor Subcontractor's Address Zip Subcontractor's Telephone Number ( ) Subcontractot's Federal ID Number (if no Federal ID Number Owner/Piesident's Social Security Number) _ Name of Equal Employment Officer Remainder of program to be completed by party completing program, either Prime or Subcontractor The Owners and/or Principals of your company: Ethnic Name Address Position Sex Origin NICHOLAS R. FORD TIFFIN, IA EAST REGION PRESIDENT JOHN MALLEN WATERLOO, IA NORTHEAST REGION PRESIDENT JASON RECHKEMMER AMES, IA CHIEF OPERATING OFFICER 2. Other Areas of Interest: If your company has branches or subsidiaries, or if your company is a branch or subsidiary of a parent organization, give the following information: Name Type of Address Affiliation Degree II. EMPLOYER'S POLICY (Please read carefully.) A. We, the undersigned, recognize that we are morally and legally committed to nondiscrimination in employment. Any person who applies for employment with our company will not be discriminated against because of race color, creed sex, national origin, economic status, age, mental or physical handicap. The employment policies and practices of the undersigned are to recruit and hire employees without discrimination, and to treat them equally with respect to compensation and opportunities for advancement, including training, upgrading promotion, and transfer. However, we realize the inequities associated with employment training, upgrading, contracting Ind subcontracting for minorities and women and we will direct our efforts to correcting any deficiencies to the maximum extent possible. The same will be required of our SUBCONTRACTORS and suppliers. C. We submit this program to assure compliance with Executive Order 11246, as amended, and other subsequent orders that may pertain to equal employment opportunity and merit employment policies, fully realizing that our qualification and/or merit system should be evaluated and revised, if necessary We agree to put forth the maximum effort to achieve full employment and utilization of capabilities and productivity of all our citizens without regard to race, creed, color, sex, national origin, economic status, age, and mental or physical handicap. 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 C. WOODRUFF CONSTRUCTION (Name of Company) recognizes that the 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 employment opportunities are available on the basis of individual merit, and to actively encourage minorities, women and local residents to seek employment with our company on this basis. WOODRUFF CONSTRUCTION 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. WOODRUFF CONSTRUCTION (Name of Company) will take wh'uever steps are necessary to ensure that our total work force has adequate minority, female, and local representation. We will utilize the following methods in our recruitment attempts 1. Local advertising media (newspapers, radio, TV); 2. Community organizations (churches, clubs, schools); 3. Public and private institutions in the area (UNI, Hawkeye Community College); 4. Job Service of Iowa; and 5. Other. 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. 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. 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 (Name of Company) will encourage other companies with whom we are associated and/or do business, to do the same and we will assist them in their efforts. WOODRUFF CONSTRUCTION (Name of Company) has taken the following 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. I. As a result of the above efforts, we have involved minority, female, and local contractors and/or suppliers m the following areas of subcontracting: (if none, write "NONE") L. 1. 2. WOODRUFF CONSTRUCTION (Name of Company) will require approved 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 panty percentages supplied by the City, and we realize these goals will be reviewed on an annual basis. WOODRUFF CONSTRUCTION (Name of Company) will keep records of 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%) WOODRUFF CONSTRUCTION (Natne of Company) Affirmative Action Employment Goals: The definition of Affirmative Action Goals is as follows_ "Goals may not be rigid and inflexible quotas which must be met but must be targets, reasonably attainable by means of applying every good faith effort to make all aspects of the entire Affirmative Action Program work." For the year 202 0, please submit percentage targets for employing minorities and women If you already have reached your target for luring minorities and women, please submit that percentage. *Goals for Minorities: Goals for Women: Ala *Your affirmative action goals should be between 170 and 1 O% 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 20. 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 m its monitoring procedures as required by City of Waterloo Resolution No 1984-142(4) CONTRACTOR'S TOTAL WORK FORCE NAME AND ADDRESS (WATERLOO) JOB CATEGORY RACE SEX HOURLY WAGE INDICA I E: DISABLED VETERAN: DV VIETNAM ERA VETERAN: VV HANDICAPPED: H 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 Respectfully submitted, By: Company Ex(tawJOHN MALLEN J NE 11, 2020 Date By: Equal Employment Opportunity Officer JUNE 11, 2020 SARA ORR Approved Date Disapproved Reason: By: Date: trl F NOLLVdIDILAVd 3H (Farm CCO-4) Rev. 06-20-02 Quotes Received Quotation used in bid b'pfli 0 .v. ic- 5 n S' Lid Lac Z. 0 I :entail s< 7 0 bcontracted tail co to c, pv z 2 0 .614 c 0 g '3fFMagW�)po cid CD - Q. rri C.It1 FP) CD b � 4 a cD o p 6` CA 6.T.). CD 141,3 n t=�t CAD 0 CU is r-t-11) a ►= L.-4 � C Cti —t 4%,20:41 cT' ¢' Eta CD rst ►� 0 v (D �• f. t-c, 0 0 Cr O:Pall 'E. 34 a ,� • o g �L Crry 1,4 0 0 rim 0 0 r—t rti r•-t y 0 r-r 0 0 J n nl r-t e••t t • � im• i •• CD 0 at �,►J d 5. _I. Q NMO Fa•• Pot r—# 0• 1.1 0 taJ ImS 0 0 tTI rCD Y ` tit )211 rt 0 s.r, opi a• CD 0 0 S! LIOf U .LIOJUI cid cD r•—t 0 0 -• 0 ►y tc co 0 ga 0 np CD 0 kw• r—t 0 0 r-t 0 O' 0 0 isas �.. Q ra n JQ o » Q r Contractor Signature: A CrD ic,St vJ Cep {c! 0 2 0-3 0 .. LA -t P CD }] Y , • aq rn ``: O bd 0 tan ii=t • L1J 0 CT' rrit CD > O sct Q t CD ry CD cn H CD Cv E est *0 (73 CD 4 5es • d' 2 R _ - r-t n 4 Lid ,��.r 9 0 tag LIJ H 0 ry n 0 1J 1J O N U • t•Ll 0 0 to f" ri C) can 5 so z ?sci 7 BID BOND KNOW ALL MEN BY THESE PRESENTS, 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 llth day of June 202Q 2 for Hangar No. 4 Improvements (2020), Waterloo Regional Airport, 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 noes 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 3rd day of June , A. D. 2020. a Witness" i Woodruff Construction, LLC rincipal By (Seal) (Title) NI; geoS ovN United Fire & Casualty Company Surety Se l) totkierst By ' a Witness Ann rowner Attorney -in act Diane R. Young BIID BOND AECOM 606 14052 IDOT CSVI 9I200ALO200 CONTRACT NO. 21613 Hangar No. 4 Improvements (2020) BB-1 of 1 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 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 $100,000,000.00 and to bind the Companies thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of the Companies and all of the acts of said Attorney, pursuant to the authority hereby given and hereby ratified and confirmed. The Authority hereby granted is continuous and shall remain in full force and effect until revoked by UNITED FIRE & CASUALTY COMPANY, UNITED FIRE & INDEMNITY COMPANY, AND FINANCIAL PACIFIC INSURANCE COMPANY. ,��.�`"$c"r'.st"'u„�Ei,�� \S\Q`i`tt!"""f5 �, ``\. \��C �Ns�gq� vice president and its corporate seal to be hereto affixed this 15th day of January, 2014 c. T .Fc ..w COur:RRrF. 'c rS. _ OLY2 a'. ,: ^. �2 9 SEAL \,`� � SEAL : c'•, I986,a�? %�' �` ��h.. NC, `Q`� J,`.O'gCtFOR��P:'�2 / snit gnaw um a Inquiries: Surety Department 118 Second Ave SE Cedar Rapids, IA 52401 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 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 Piesident of UNI I'ED 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. fla rad. 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 UNI 1 ED 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 3rd day of June 2020 , CORPORATE % SEAL t,RR i tO\O\ `cal\O•G INSt49 o°. ``QP:VORPOAAj C'Fs 'sr t)LY 22 � Si 0:; `': 1986 : i g, sas Nana nata0 By: Assistant Secretary, UF&C & OF&I & FPIC BPOA0049 0913 FORM OF BID OR PROPOSAL Terminal Building Carpet - TERMINAL IMPROVEMENTS WATERLOO REGIONAL AIRPORT In the City of Waterloo, Iowa Honorable Mayor and City Council Waterloo, Iowa Gentlemen: The undersigned, being a Corporation existing under the laws of the State of IOWA a Partnership consisting of the following partners JOHN MALLEN 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 AECOM 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 Terminal Building Carpet - TERMINAL IMPROVEMENTS, all in accordance with the above listed documents and for the unit prices for work in place for the following items and quantities: CSVI TERMINAL IDOT Terminal PROJECT CONTRACT Building IMPROVEMENTS NO 91190AL0200 NO Carpet 20601 - Ref. Estimated Unit Bid 1 Item Item Unit Quantity Price Total Bid Price Terminal Building Carpet - Includes Floor Molding 1 Main Terminal Floor SFT 9,845 $ $ 593, 5 2-5 ,9 571 2 Ticket Counter Front SFT 1,068 $ $ 7 , lc -mai - 10 ' 3 Ticket Counter Behind SFT 513 $ $ g, LT) by -ill • 50 4 TSA Office SFT 425 $ 9.2D $ e>0 VW. 5 Office Area 1 SFT 1,190 $ -7 co $ °51330. co TOTAL BASE BID $ Bin I$8I BID ALTERNATE NO. 1 1 Business Center SFT 363 ' $ 5:35 $ I 1 g y Z p 5' 2 FAA Office SFT 423 $ $ ZHI 5 30 ZI ye , TOTAL BID ALTERNATE NO. 1 $ S. Hi I f3 9 BID ALTERNATE NO. 2 1 SFT 153 $ 4 169 , is Mother's Room $ tt Z5 TOTAL BID ALTERNATE NO. 2 $ i H' 69 TOTAL BASE BID + ALTERNATE NO. 1 $ $iaj 0 #2,0 TOTAL BASE BID + ALTERNATE NOS. 1 AND 2 $ - 61 of 2. Lis TOTAL BASE BID + ALTERNATE NO. 2 $ c3ip' 50 0sip, r FORM OF BID AECOM 60600098 (5/202 ReBido) CSVI 91109AL0200 Terminal Bldg Carpet -Terminal Improvements CONTRACT NO. 20601 BF-1 of 3 2. It is the City's intention to evaluate bids reviewing both the Base Bid and Add Alternate Bids. The City has limited funds available and will award only what funding allows. The City reserves the right to award the contract based on the Base Bid only or the Base Bid plus any and all Add Alternate Bid Options. 3. It is understood that the quantities set forth are approximate only and subject to variation and that the unit bid price for the work done shall govern in the actual payment to Contractor. 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% OE' BID Dollars ($ 5% ) in the form of RID 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 Bidder Status Form indicating 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 to I 10 I 11. The bidder shall list the MBE/WBE subcontractor(s), amount of subcontracts and bid items on the City of Waterloo Minonty 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. FORM OF BID AECOM 60600098 (5/202 ReBidO) CSVI 91109AL0200 Terminal Bldg Carpet -Terminal Improvements CONTRACT NO. 20601 BF-2 of 3 14. The Owner reserves the right to select alternates, delete line items, and/or to reduce quantities prior to the award of a contract due to budgetary limitations. CA.001DRUE'E' CONSTRUCTION JUNH 11, 2020 BY: (Named idler) JOHT\MALLEN Official Address (Including Zip Code): 1717 FALLS AV1� (Date) Title NH; �HSI1)HNT AT -iLOO , IA 50701 I.R.S. No. 7 6-072118C FORM OF BID AECOM 60600098 (5/202 ReBid0) CSVI 91109AL0200 Terminal Bldg Carpet -Terminal Improvements CONTRACT NO. 20601 BF-3 of 3 INFORMATION NEEDED FOR IOWA CONSTRUCTION SALES TAX EXEMPTION CERTIFICATE CONTRACTOR NAME WOODRUFF CONSTRUCTION ADDRESS: (Check One PRIME SUBCONTRACTOR 76-0721180 TERMINAL BUILDING CARPET - TERMINAL IMPROVEMENTS, FEDERAL ID#: P ROJECT NAME 1717 FALLS AVENUE WATERLOO, IA 50701 X WATERLOO REGIONAL AIRPORT P ROJECT CONTRACT NO.: 20601 DESCRIPTION OF WORK: 1 Brickwork r 1 Carpentry f "1 Concrete Drywall -Plaster -Insulation Electrical Excavation/Grading Flooring -1 Heavy Construction i 1 Heating -Ventilating -Air Cond. L' Landscaping Painting • Paving Plumbing Roofing -Siding -Sheet Metal r1 Windows 1-1 Wrecking -Demolition N Other (Please specify) GENERAL CONTRACTOR SALES TAX EXEMPTION AECOM 60600098 (5/2020 ReBid) CSVI 91109AL0200 Terminal Bldg Carpet -Terminal Improvements CONTRACT NO. 20601 STE-1 of 1 My commission expires State of NON -COLLUSION AFFIDAVIT OF PRIME BIDDER IOWA )ss County of BLACK HAWK JO HN MAL L IAX , being first duly sworn, deposes and says that: 1 He is (Owner, Partner, Officer, Representative, or Agent) , of WOODUJ'E' CONSTRUCTIOX , 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, includ4jng this affiant. (Signed) JO =N M LLH;N, NI{; REGION PRESIDENT Subscribed and sworn to before me this 11 T1= day of JJuAa OCTOKHR 22, 2022 Title JU itle , 2020 NON -COLLUSION AFFIDAVITS AECOM 60600098 (5/2020 ReBid) CSVI 91109AL0200 Terminal Bldg Carpet -Terminal Improvements CONTRACT NO. 20601 NCA-1 of 2 EQUAL OPPORTUNITY CLAUSE (As provided in Executive Order No. 11246) All contractors, subcontractors, vendors and suppliers of goods and services doing business with the City and value of said business equals or exceeds ten thousand dollars ($10,000.00) annually agree as follows: 1. The contractors, subcontractor, vendor and supplier of goods and services will not discriminate against any employee or applicant for employment because of race, color, creed, sex, national origin, economic status, age, mental or physical handicap, political opinions or affiliations. The contractor, subcontractor, vendor and supplier will develop an Affirmative Action program to ensure that applicants are employed and that employees are treated during employment without regard to their race, creed, color, sex, national origin, religion, economic status, age, mental or physical disability, political opinions or affiliations. Such actions shall include but not be limited to the following: a. Employment b. Upgrading c. Demotion or Transfer d. Recruitment and Advertising e. Layoff or Termination f. Rates of Pay or Other Forms of Compensation g. Selection for Training Including Apprenticeship The contractor, subcontractor, vendor and supplier of goods and services will, in all solicitations or advertisements for employees, state that all qualified applicants will receive consideration for employment without regard to race, creed, color, sex, national origin, religion, economic status, age, mental or physical disabilities, political opinion or affiliations. The contractor, subcontractor, vendor and supplier or his/her collective bargaining representative will send to each labor union or representative of workers which he/she has a collective bargaining agreement or other contract or understanding, a notice advising said labor union or workers' representative of the contractor's commitment under this section. 4. The contractor, subcontractor, vendor and supplier of goods and services will comply with all published rules, regulations, directives, and order of the City of Waterloo Affirmative Action Program Contract Compliance Provisions. 5. The contractor, subcontractor vendor and supplier of goods and services will furnish and file compliance reports within such time and upon such forms as provided by the Affirmative Action Officer. Said forms will elicit information as to the policies, procedures, patterns, and practices of each subcontractor as well as the contractor himself/herself and said contractor, subcontractor, vendor and supplier will permit access to his/her employment books, records and accounts to the City's Affirmative Action Officer, for the purpose of investigation to ascertain compliance with this contract and with rules and regulations of the City's Affirmative Action Program Contract Compliance Provisions relative to Resolution No. 24664. 6. In the event of the contractor's non-compliance with the non-discrimination clauses of this contract or with any of such rules, regulations and orders, this contract may be canceled, terminated or suspended in whole or in part and the contractor may be declared ineligible for further contracts in accordance with procedures authorized by the City Council. EQUAL OPPORTUNITY CLAUSE AECOM 60600098 (5/2020 ReBid) CSVI 91109AL0200 Terminal Bldg Carpet -Terminal Improvements CONTRACT NO. 20601 EOC-1 of 2 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. 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) J0 (Appropriate Official) MAL,LHN, RVGION PRHSIDHNT (Title) 6/11/2020 (Date) EQUAL OPPORTUNITY CLAUSE AECOM 60600098 (5/2020 ReBid) CSVI 91109AL0200 Terminal Bldg Carpet -Terminal Improvements CONTRACT NO. 20601 ECG-2 of 2 add rr Status Form To be completed by all bidders Pari A Please answer "Yes" or "No" for each of the following: X X Yes fl No My company is authorized to transact business in Iowa. (To help you determine if your company is authorized, please review the worksheet on the next page). Yes No My company has an office to transact business in Iowa. Yes No My company's office in Iowa is suitable for more than receiving mail, telephone calls, and e-mail. Yes No My company has been conducting business in Iowa for at least 3 years prior to the first request for n bids on this project. Yes ■ No My company is not a subsidiary of another business entity or my company is a subsidiary of another business entity that would qualify as a resident bidder in Iowa. If you answered "Yes" for each question above, your company qualifies as a resident bidder. Please complete Parts B and D of this form. If you answered "No" to one or more questions above, your company is a nonresident bidder. Please complete Parts C and D of this form. To be completed by resident bidders Part My company has maintained offices in Iowa during the past 3 years at the following addresses: Dates: 8 / 1 / 1990 to Present / / Address: 1890 Kountry Lane City, State, Zip: Fort Dodge, IA 50501 Dates: 5 / 25 / 1996 to Present / / Address: 1920 Philadelphia Street, Suite 102 City, State, Zip: Ames, IA 50010 Dates: 2 / 8 / 2016 to Present / / Address: 501 Greenfield Drive You may attach additional sheet(s) if needed. City, State, Zip: Tiffin, IA 52340 To be completed by nonresident bidders art 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 art 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: woodruff C Signature: ostruction, LLC Joh ►/Mallen, North as Region President You must submit the completed form to the governmental body requesting bids per 875 Iowa Administrative Code Chapter 156. This form has been approved by the Iowa Labor Commissioner. 309-6001 (09-15) Date: 6/11/2020 Additional Sheet for Bidder Status Bonn (continued) My Company has maintained offices in Iowa during the past 3 years at the following addresses: Dates: 7 / 17 / 2017 Present / Dates• 5 / 1 / 2014 7 14 / 2017 Address• City, State, Zipm Address City, State, Zips 1717 Falls Avenue Waterloo, IA 50701 505 West 4th Street 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. ni IN I♦ 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. ■ Iii Yes 1111 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 111 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 309-6001 (09-15) 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. Name of Company WOODRUFF CONSTRUCTION 1717 FALLS AVE Address of Company WATERLOO, IA Zip 50701 Telephone Number ( 319 ) 2 3 2- 3 3 4 9 Federal ID Number (if no Federal ID Number, Owner/President's Social Security Number) 76-0721180 Name of Equal Employment Officer SARA ORR Name of Project HANGAR NO . 4 IMPROVEMENTS (2 02 0) WATERLOO REGIONAL AIRPORT Project Contract Number 21613 Estimated Construction Work Dates / Section B to be completed by SUBCONTRACTORS only: B. Name of General or Prime Contractor Name of Subcontractor Subcontractor's Address Zip Subcontractor's Telephone Number ( ) Subcontractor's Federal ID Number (if no Federal ID Number Owner/Piesident's Social Security Number) _ Name of Equal Employment Officer Remainder of program to be completed by party completing program, either Prime or Subcontractor. 1. The Owners and/or Principals of your company: Name Ethnic Address Position Sex Origin NICHOLAS R. FORD TIF'FIN, IA EAST REGION PRESIDENT JOHN MALLEN WATERLOO, IA NORTHEAST REGION PRESIDENT JASON RECHKEMMER AMES, IA CHIEF OPERATING OFFICER 2. Other Areas of Interest: If your company has branches or subsidiaries, or if your company is a branch or subsidiary of a parent organization, give the following information: Name Type of Address Affiliation Degree II. EMPLOYER'S POLICY (Please read carefully.) A. We, the undersigned, recognize that we are morally and legally committed to nondiscrimination in employment. Any person who applies for employment with our company will not be discriminated against because of race color, creed sex, national origin, economic status, age, mental or physical handicap. B. The employment policies and practices of the undersigned are to recruit and hire employees without discrimination, and to treat them equally with respect to compensation and opportunities for advancement, including training, upgrading promotion, and transfer. However, we realize the inequities associated with employment training, upgrading, contracting arid 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 D. We agree to put forth the maximum effort to achieve full employment and utilization of capabilities and productivity of all our citizens without regard to race, creed, color, sex, national origin, economic status, age, and mental or physical handicap. E 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) C. 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 employment opportunities are available on the basis of individual merit, and to actively encourage minorities, women and local residents to seek employment with our company on this basis. WOODRUFF CONSTRUCT ION 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 Opporninities. WOODRUFF CONSTRUCTION (Name of Cotnpany) will take whwltever steps are necessary to ensure that our total work force has adequate minority, female, and local representation. We will utilize the following methods in our recruitment attempts: 1. Local advertising media (newspapers, radio, TV); 2. Community organizations (churches, clubs, schools); 3. Public and private institutions in the area (UNI, Hawkeye Community College); 4. Job Service of Iowa; and 5. Other. 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. 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. 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 WOODRUFF CONSTRUCTION (Name of Company) will encourage other companies with whom we are associated and/or do business, to do the same and we will assist them in their efforts. H. 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") 2. As a result of the above efforts, we have involved minority, female, and local contractors and/or suppliers m the following areas of subcontracting: (if none, write "NONE") 1. 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-minonty 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 panty 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%) r., WOODRUFF CONSTRUCTION (Name of Company) Employment Goals* Affirmative Action The definition of Affu•inative 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 202 0, 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 20. 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). CONTRACTOR'S TOTAL WORK FORCE NAME AND ADDRESS (WATERLOO) JOB CATEGORY RACE SEX HOURLY WAGE INDICA 1'E: DISABLED VETERAN: DV VIETNAM ERA VETERAN: VV HANDICAPPED: H 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 Respectfully submitted, By. Compan» JUG 11, 2020 xecutive JOHN MALLEN Date By• Equal Employment SARA ORR Opportunity Officer JUNE 11, 2020 Approved Date Disapproved Reason: By: Date: DESCRIPTION OF JOB CATEGORIES Officials/Manager: Occupations in which ernployees 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. 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 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 education and through equivalent on-the-job training Includes: computer programmers and operations, draftsmen, surveyors, licensed practical nurses, photographs, radio operators, technical illustrators, police and fire sergeants and kindred workers. 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. 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 repairrnan, electricians, heavy equipment operators, stationary engineers, skilled machine occupations, carpenters, compositors and typesetters and kindred workers. b. Sales Workers: Occupations engaging wholly and prnnarily in direct selling. Includes: advertising agents and salesman, insurance agents and brokers, real estate agents and brokers, stock and bond salesren, demonstrators, salesmen and sales clerks, grocery clerks and cashier checkers, and kindred workers. Operatives (semi -skilled): Workers who opei•ue machine or processing equipment or perform other factory -type duties of intermediate skill level which can be masteied 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, deliveryinen 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. 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, raftsmen 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 of 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. > mco Om o m rn -D O > O 77 0 CO -I CO I -o oD N) O 0 CO o(-) > c0 � CO OD 0 00 o� 5 CO 0 v coo CD n. 0 0 W W 0 (ten 0 mp via— Er n CD Yes/No di co in 0 0 .07 tad 1 ibcon d un 2DC ted re 0 S YI V V N ©V r S f d i L N S V EIN O S 1 S - 2 A V M I - E 0 w CAD 1 0 r-+- 0 0) r O 0 0 0 0 0 0 0 1 0 0 0 0- Q: CI 0 0 0 Q 0 4 0 COD co CD O 0) TU8AB au; u CD 0) 1< Co 0 N 0 D N Q) Co 0- CD O CD 1< rn 0 0 D- c cn CD 0 - ) O O o c 0 0) c C 1-1 CT cn (1) o O 0 • --I 0 �o � o 0 CD 11. o (f) -05 O W c� 0 �- o o -0 O 0 O 0) O 0 0 cn to O 1 co 03 m DJ o 0 r �- o 0- O -1 co co M. 0- O 0 0 0 • 0 v (n cD 3 0 0� 0 =� -h 0 0 Q. O o CL -� CT .Ci) 1 C o 3 cn o' CT Cn O 0 Cn ance Office 319-291-4429. c 03 0 c 0 r+ O C<D ---r; 0 1< 0 0 cn cn c CL CL 0 0 -) O.CO 0 0 0) rri • r 0 w r 0 c 1 O C(D 0 U) 0.: 0 0 0 CD O O Im-t \V O 0) 0 0 • O 1 • Contractor Signature: 0 1 LiJ I� Lid IJ CD * O 17)z -0 0 o —I 0 c 0 0) 0 0) -3 : �1< 03CO MM CO CO MM c c> 0y 0 0 LiJ �_ 0O 0 00 _'i --1'''' 11 oH 0 R 0 0 AD►_ C) CD N CD w H 0) �D O aIu E p u) O H m CD CQ c O o- rs- O O C O D v N D D- 5_. (n' cD 0 0 �•-e 0 0 m w c 0 zJ 0 0 0) Prime Contractor Name: 0 olI3��ZSi�00 TJ 0 0 • (0 0 0 c LiJ 0 n 0 to 1