HomeMy WebLinkAboutWoodruff Constructionism
asi
-c
7w
rat
p
l,i
114,15
vj
re`)
R'
rn
E r!
rri
cro
t�
1
"71
X'
0
st—
• J
T1
cn
CD
rf
0
0
1
r
WOODRUFF CONSTRUCTION
1717 Falls Avenue j Waterloo, IA 50701
Iowa Contractor #.• C097864
40
CITY OF WATERLOO
.ryrr. CLERK'S OFFICE
PA 112021 P ; _:3` :48
PROPOSAL FOR:
F.Y. 2021 Sanitary Sewer Gatewell Replacement, Phase p 1
for the City of Waterloo, Iowa
Contents:
Bid Form
V Sales Tax Form
,/ SRF Docs
i/ Non -collusion affidavit
V Equal Opportunity Clause
V Bidder Status Form
✓ Affirmative Action
v MBE/MWE Pre -Bid Contact Info
715 Mulberry Street
Waterloo, IA 50703
Bid Date: 2/11/2021
anima
•
•
B I ID BOND
KNOW ALL MEN BY THESE PRESENTS, that we, Woodruff Construction, Inc.
as Principal, and Liberty Mutual Insurance Company
as Surety are held and firmly bound unto the CITY OF WATERLOO , Iowa, hereinafter called
"OWNER." In the penal sum ---Five Percent of the Bid Submitted ---
Dollars ($---5%--- ) lawful money of the United States, for the payment
of which surn 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 11 th day of February
2021 , for FY 2021 Sanitary Sewer Gatewell Repairs, Phase 1, City of Waterloo,
IA; Contract No. 951
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 3rd day of February , A D. 2021
4c
Witness
Witness Stacy Venn
B
Woodruff Construction, Inc. (Seal)
Principal
e'31 on ` re S i eVveh (Title)
Liberty IVt al Insurance ompany (Seal)
Atto'rney-
Dione R. Young
FORM OF RID OR PROPOSAL
FY 2021 SANITARY SEWER GA I EWELL REPAIRS r, PHASF
CONTRACT NO. 951
Honorable Mayor and City Council
Waterloo, Iowa
Gentlemen:
CITY OF WATERLOO, IOWA
1. The undersigned, being a Corporation existing under the laws of the State of Iowa
a Partnership consisting of the following partners. Woodruff Construction, Inc . ,
having familiarized (himself) (themselves) awith 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 the FY 2021 SANITARY SEWER GATEWELL
REPAIRS e PHASE I, CONTRACT NO. 951, all in accordance with the above -listed documents and
for the unit prices for work in place for the following items and quantities:
FY 2019 SANITARY GATEWELL REPAIRS
CONTRACT NO. 951
Item
No.
Description
Unit
Est.
Unit
Price
Bid
Total
Bid
Price
sty.
1
Mobilization
General
Items
LS
1
S
574;;530
S51
67
3530
and
2
Gatewell
3C-1
LS
1
S t''
j
9
q
9
$
1
oc73
l 9cri
3
Gatewell
3
C-3
LS
1
S
j
60)
07
3
$
SO
1
0-7
3
4
Gatewell
3
C-4
LS
1
Ita,WC
$ Ite2
1 %� C
5
Gatewell
3C-5
LS
1
S 109)
sqg
S jot
5(7/4
6
Gatewell
5
D-2
LS
1
S
ci
i
i ®C(S
`
5
09
C
Gatewell
5D-3
LS
1
571
, ocj
3
S
1
cl
o
3
7
8
LS
1
S
I®
0
5()
S
l
o
A
057
Gatewell
5F-1
9
LS
1
S
S c
a
)
►M
t(C
)
(4)
S
Gatewell
5F-2
S
I
Cf
1()$/cia
lA
10
LS
1
Gatewell
5
F-3
11
LS
1
i
S i
lt-1
W r
all
o
Gatewell
5F-4
S 1
tiO
12
LS
1
$ itigi0'3(o
t`
j rA
03e
Gatewell
5
F-5
13
LS
1
S LA
19
(4
S t
`,f
jC6
Investigating
Valvewell
5F-6
14
LS
1
S 15Gj
', Ss
S 151,
$j5
Gatewell
5F-7
15
Gatewell
3
D-2
LS
1
S i tit
(01
c 7 WO
16
Gatewell
3D-3
LS
1
$
131)1.761
S f
j
Mci
Gatewell
3D-4
LS
1
1.3c5/6011
4313
,
i 314
17
18
Gatewell
3D-5
LS
1
(sins
V 613
S cii
i
1 "1 3
19
LS
1$
i
i t
"i
MO
il l
Gatewell
3
E-3
20
LS
1$9\C)
f l I
S.
.)
1 i l I
Investigating
Gatewell
1-1
(Base
Bid)
21
Gatewell
1-2
LS
1
S
f
.1
S
1oD
grl
jo
l2
22
LS
1
$ »s.i'i
i
S )
5'T7i
Investigating
Gatewell
3A-1
Bid)
(Base
FORM OF BID
AECOM #60549334
CONTRACT NO. 951
i
FB-1 of 4
FY 2021 SANITARY SEWER GATEWELL
REPAIRS - PHASE I
Total
Item
Unit Bid
Bid
Description
Unit
Est. 4ty.
No.
,
Price
;
Peke:
23
Gatewell
3A-2
LS
1
$
wa
ia(
$
I
Oa
i f.{a
q
ttA
24
Investigating
Gatewell
5A-1
(Base
Bid)
LS
1
$ 31-711
$ ?li
(`"j
25
Gatewell
5A-2
LS
1
$ V73
lick?,
$ 1311g3
26
Gatewell
5A-3
LS
1
$ -113
511
$ `73,
Si
%
27
Gatewell
5A-4
LS
1
$tut
V a
s
$ MA
i 1 S-
TOTAL
BASE
BID
$
BID
ALTERNATE
1
LS
1
$1I!,
$
28
1
Gatewell
1-1
(Bid
Alternate)
a(,*j
i1a,alvt-i
TOTAL
BID
ALTERNATE
1
$ in
' (A
2
BID
ALTERNATE
29
Gatewell
3A-1
(Bid
Alternate)
LS
1
$11115
S
1
$
11
j 15 51
TOTAL
BID
ALTERNATE
2
$111)
55\
BID
ALTERNATE
3
30
Gatewell
5A-1
(Bid
Alternate)
LS
1
$19
1330
$ qq
i4J30
TOTAL
BID
ALTERNATE
3
ctq t
030
BID
ALTERNATE
4
31
Valvewell
5F-6
(Bid
Alternate)
LS
1
$ 5(0I'5'14
$ 5(p,iwp1
TOTAL
BID
ALTERNATE
4
$ N(,,Sc44
2. It is understood that the quantities set forth are approximate only and subject to variation and that the
unit bid price for the work done shall govern in the actual payment to Contractor.
3. In submitting this bid, the bidder understands that the right is reserved by the City of Waterloo, Iowa,
to reject any or all bids. If written notice of the acceptance of this bid is mailed telegraphed, or
delivered to the undersigned within thirty (30) days after the opening thereof, or at any time thereafter
before this bid is withdrawn, the undersigned agrees to execute and deliver an agreement in the
prescribed form and furnish the required bond and certificate of the insurance within ten (10) days
after the agreement is presented to him for signature, and start work within ten (10) days after
"Notice to Proceed" is issued.
4. Security in the sum of 5 o of total bid Dollars
($ 1 l6D )175 3 a DO ) in the form of Tina p c,v,d , is submitted herewith in
accordance with the INSTRUCTIONS TO BIDDERS.
5. Attached hereto is a Non -Collusion Affidavit of Prime Contractor.
6. Attached hereto is a Bidder Status Form indicating Resident Bidder Certification ( X ), or
Non -Resident Bidder Certification ( ). (Mark one.)
7. The bidder is prepared to submit a financial and experience statement upon request.
8. The Prime Contractor and Subcontractor(s), which have performed an aggregate of $10 000.00 in
work for the City in the current calendar year, are prepared to submit an AAP or Update and an
EOC, within ten (10) days of notification that the bid submitted is lowest and acceptable
The bidder has received the following Addendum or Addenda:
Addendum No. 1 Date 0 2/ 0 8/ 2 0 21
FORM OF BID CONTRACT NO. 951
AECOM #60549334
FB-2 of 4
FY 2021 SANITARY SEWER GATEWELL
REPAIRS - PHASE I
10. The bidder shall list the MBE/WBE subcontractor(s), amount of subcontracts and bid items on the
City of Waterloo Minority and/or Women Business Pre -bid Contact Information Form submitted with
this Form of Bid or Proposal. The apparent low Bidder shall submit a list of all other Subcontractor(s)
to be used on this Project to the City of Waterloo by 5:00 p.m. the business day following the day
Bids on this Project are due along with the Non -Collusion Affidavits of All Subcontractor(s).
The Contractor shall submit information on subcontractors on "SUBCONTRACTOR REQUEST AND
APPROVAL' Form to be provided by City prior to approval of contract.
The subcontractors listed on this proposal and/or submitted to the Contract Compliance Officer
cannot be changed except for the following reasons:
1) The City of Waterloo does not approve the subcontractors.
2) The subcontractors submit in writing that they cannot fulfill their subcontracts.
11. The bidder has filled in all blanks on this proposal. Those blanks not applicable are marked "none"
or "NA".
12. The bidder has attached all applicable forms.
13. The Owner reserves the right to select alternates, delete line items, and/or to reduce quantities prior
to the award of a contract due to budgetary limitations.
BY:
Woodruff Construction, Inc
der)
hn Mallen
fficial Address: (Including Zip Code):
1717 Fails Avenue
Waterloo, IA 50701
I.R.S. No. 76-0721180
Title
02/11/2021
(Date)
ICE Region President
FORM OF BID CONTRACT NO. 951
AECOM #60549334
FB-3 of 4
FY 2021 SANITARY SEWER GATEWELL
REPAIRS - PHASE I
ss
This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. Not
valid for mortgage, note, loan, letter of credit, bank deposit, currency rate, interest rate or residual value guarantees. To confirm the validity of this Power of Attorney call
610-832-8240 between 9:00 am and 4:30 pm EST on any business day.
Liberty Mutual Insurance Company
The Ohio Casualty Insurance Company
West American Insurance Company
POWER OF ATTORNEY
KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire, that
Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly
organized under the laws of the State of Indiana (herein collectively called the "Companies"), pursuant to and by authority herein set forth, does hereby name, constitute and appoint,
Craig E. Hansen, Jay D. Freiermuth, Brian M. Deimarly, Cindy Bennett, Anne Crowner, Stacy Venn, Tim McCulloh, Shirley S. Bartenhagen, Dione R. Young
of the city of West Des Moines state of Iowa its true and lawful attomey-in-fact, with full power and authority hereby conferred to sign, execute and acknowledge the following surety
bond:
Principal Name: Woodruff Construction, Inc.
Obligee Name: City of Waterloo, Iowa
Surety Bond Number: Bid Bond
Bond Amount: See Bond Form
IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed
thereto this 30th day of March, 2017
By:
STATE OF PENNSYLVANIA
COUNTY OF MONTGOMERY
On this 30111 day of March, 2017, before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance Company, The
Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes therein contained
by signing on behalf of the corporations by himself as a duly authorized officer.
IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at King of Prussia, Pennsylvania, on the day and year first above written.
The Ohio Casualty Insurance Company
Liberty Mutual Insurance Company
WesMmerican Insurance Company
David Iv:Carey, Assistant Secretary
COMMONWEALTH OF PENNSYLVANIA
Notarial Seal
Teresa Paslella, Notary Public
Upper MerionTwp., Montgomery County
My Commission Expires March 28,2021
Member, Pennsylvania Association of Notaries
By:
d CAO �4140
Teresa Pastella, otary Public
This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual
Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows:
ARTICLE IV - OFFICERS - Section 12. Power of Attorney. Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and
subject to such limitation as the Chairman or the President may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Corporation to make, execute,
seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact, subject to the limitations set forth in their
respective powers of attorney, shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation.
When so executed, such instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attorney -
in -fact under the provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority.
ARTICLE XIII - Execution of Contracts — SECTION 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the
president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attomeys-in-fact, as may be necessary to act in behalf of the Company to
make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizences and other surety obligations. Such attorneys -in -fact subject to the limitations set
forth in their respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the
Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary.
Certificate of Designation — The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such attorneys -
in -fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other
surety obligations.
Authorization — By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of
the Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company
with the same force and effect as though manually affixed.
I, Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do
hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Power of Attorney executed by said Companies, is in full force and effect and
has not been revoked.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 3rd day of February , 2021
By:
telttarnili
.Assistant Secretary
INFORMATION NEEDED
FOR
IOWA CONSTRUCTION SALES TAX EXEMPTION CERTIFICATE
CONTRACTOR NAME:
ADDRESS:
Woodruff Construction, Inc.
1717 Falls Avenue
Waterloo, IA 50701
(Check One)
FEDERAL ID#:
PROJECT NAME:
PRIME X
76-0721180
SUBCONTRACTOR
FY 2021 Sanitary Sewer Gatewell Repairs, Phase 1
PROJECT CONTRACT NO.:
DESCRIPTION OF WORK:
951
Brickwork
Carpentry
Concrete
Drywall -Plaster -Insulation
i Electrical
C Excavation/Grading
Flooring
Heavy Construction
Li Heating -Ventilating -Air Cond.
SALES TAX EXEMPTION
AECOM 460549334
Landscaping
Painting
Li Paving
Plumbing
Roofing -Siding -Sheet Metal
Windows
Wrecking -Demolition
❑ Other (Please specify)
General Contractor
CONTRACT NO. 951
STE-1 of 2
FY 2021 SEWER SANITARY GATEWELL
REPAIRS - PHASE I
jnC:.
WOODRUFF CONSTRUCTION,4rL-&
•
1717 Falls Avenue I Waterloo, IA 50701
Ph: (319) 233-3349 Fax: (319) 233-3369
February 11, 2021
City of Waterloo
715 Mulberry Street
Waterloo, Iowa 50703
Re: FY 2021 Sanitary Sewer Gatewell Repair, Phase 1
To Whom It May Concern:
John Mallen, being Northeast Region President of Woodruff Construction Inc., has authority to
sign any and all documents for Woodruff Construction Inc.
Page 1
Attachment 1:
Attachment 2:
Attachment 3:
Attachment 4:
Attachment 5:
Attachment 6:
Attachment 7:
Attachment 8:
Attachment 9:
Please note:
SRF Required Front -End Specifications
Certification of Non -Segregated Facilities Form
(to be completed and signed by Prime Contractor and
submitted with the bid)
STATE
REVOLVING FUND
Statement in Advertisement for Bids on Debarment and
S uspension/Certification Regarding Debarment and
S uspension Form (to be completed and signed by Prime Contractor
and submitted with the bid)
Disadvantaged Business Enterprise Certification Form (to be
completed and signed by Prime Contractor and submitted with the bid)
DBE Program Subcontractor Performance Form (to be completed and
signed by Prime and DBE Subcontractor for each subcontract and
submitted with the bid)
DBE Program Subcontractor Utilization Form (to be completed and
signed by Prime Contractor and submitted with the bid)
DBE Program Subcontractor Participation Form (for voluntary use of
DBEs)
Other Federal Requirements Language
A. Standard Equal Employment Opportunity Specifications
B. Federal Labor Standards Provisions (including Davis -Bacon
prevailing wage rates)
C. Preservation of Open Competition and Government Neutrality
D. Historical and Archeological Finds
E. Prohibitions on Procurement from Violating Facilities
Right of Entry and Records Retention
U se of American Iron and Steel
The Davis Bacon wage determination received from the Iowa Finance
Authority must also be included in the front-end specifications.
INVESTING IN IOWA'S WATER
WWW.iOW& (fi.;orn
May 2015
Page 1
Attachment 1:
Attachment 2:
Attachment 3:
Attachment 4:
Attachment 5:
Attachment 6:
Attachment 7:
Attachment 8:
Attachment 9:
Please note:
SRF Required Front -End Specifications
Certification of Non -Segregated Facilities Form
(to be completed and signed by Prime Contractor and
submitted with the bid)
STATE
REVOLVING FUND
Statement in Advertisement for Bids on Debarment and
S uspension/Certification Regarding Debarment and
S uspension Form (to be completed and signed by Prime Contractor
and submitted with the bid)
Disadvantaged Business Enterprise Certification Form (to be
completed and signed by Pnme Contractor and submitted with the bid)
DBE Program Subcontractor Performance Form (to be completed and
signed by Prime and DBE Subcontractor for each subcontract and
submitted with the bid)
DBE Program Subcontractor Utilization Form (to be completed and
signed by Prime Contractor and submitted with the bid)
DBE Program Subcontractor Participation Form (for voluntary use of
DBEs)
Other Federal Requirements Language
A. Standard Equal Employment Opportunity Specifications
B. Federal Labor Standards Provisions (including Davis -Bacon
prevailing wage rates)
C. Preservation of Open Competition and Government Neutrality
D. Historical and Archeological Finds
E. Prohibitions on Procurement from Violating Facilities
Right of Entry and Records Retention
U se of American Iron and Steel
The Davis Bacon wage determination received from the Iowa Finance
Authority must also be included in the front-end specifications.
INVESTING IN IOWA'S WATER
ow
May 2015
Page 2
Attachment 1
SRF Required Front -End Specifications
(This form must be completed and signed by Prime Contractor and
submitted with the bid )
U.S. Environmental Protection Agency
Certification of Non -Segregated Facilities
STATE
REVOLVING FUND
(Applicable to contracts, subcontracts, and agreements with applicants who are themselves
performing Federally assisted construction contracts, exceeding $10,000 which are not exempt
from the provisions of the Equal Opportunity clause.)
By the submission of this bid, the bidder, offeror, applicant, or subcontractor certifies that
he does not maintain or provide for his employees any segregated facilities at any of his
e stablishments, and that he does not permit his employees to perform their services at any
location, under his control, where segregated facilities are maintained. He certifies further that
he will not maintain or provide for his employees any segregated facilities at any of his
e stablishments, and that he will not permit his employees to perform their services at any
location, under his control, where segregated facilities are maintained The bidder, offeror,
applicant, or subcontractor agrees that a breach of this certification is a violation of the Equal
Opportunity clause in this contract. As used in this certification, the term "segregated facilities"
means any waiting rooms, work areas, restrooms and washrooms, restaurants and other eating
areas, time clocks locker rooms and other storage or dressing areas, parking lots, drinking
fountains, recreation or entertainment areas, transportation, and housing facilities provided for
e mployees which are segregated by explicit directive or are in fact segregated on the basis of
race creed, color or national original, because of habit, local custom, or otherwise. He further
agrees that (except where he has obtained identical certifications from proposed subcontractors
for specific time periods) he will obtain identical certifications from proposed subcontractors prior
to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of
the Equal Opportunity clause; that he will retain such certifications in his files; and that he will
forward the following notice to such proposed subcontractors (except where the proposed
subcontractors have submitted identical certifications for specific time periods):
NOTICE TO PROSPECTIVE SUBCONTRACTORS OF REQUIREMENT FOR
CERTIFICATIONS OF NON -SEGREGATED FACILITIES
A Certification of Non -segregated Facilities as required by the May 9, 1967, order (33
F.R. 7808, May 28, 1968) on Elimination of Segregated Facilities, by the Secretary of Labor,
must be submitted prior to the award of a subcontract exceeding $10,000 which is not exempt
from the provisions of the Equal Opportunity clause. The certification may be submitted either
for each subcontract or for all subcontracts during a period (i.e., quarterly, semiannually, or
annually).
02/11/2021
Date
John Mallen, NE Region President
N ame and Title of Signer (Please Type)
N OTE: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001.
EPA-7 5720-4.2
INVESTING IN IOWA'S WATER
VWl WM I
.0 r Cl
May 2015
Page 3
Attachment 2
SRF Required Freiita nd Specifications
(This form must be completed and signed by the Prime Contractor an
submitted with the bid.)
Debarments and Suspensions
Any bidder or equipment supplier whose firm or affiliate is listed in on the U.S. GenerailiFSMIUMD
Administration Excluded Parties List System web site at http://www.epls.gov/ will be prohibited
from the bidding process. Anyone submitting a bid who is listed on this web site will be
determined to be a non -responsive bidder in accordance with 40 CFR Part 31.
United States Environmental Protection Agency Washington, DC 20460
Certification Regarding Debarment, Suspension, and
Other Responsibility Matters
STATE
The prospective participant certifies to the best of its knowledge and belief that it and the
principals:
(a) Are not presently debarred, suspended, proposed for debarment declared ineligible,
or voluntarily excluded from covered transactions by any Federal department or
agency;
(b) Have not within a three year period preceding this proposal been convicted of or had a
civil judgment rendered against them for commission o f fraud or a criminal offense in
connection with obtaining, attempting to obtain, or performing a public (Federal, State,
or local) transaction or contract under a public transaction: violation of Federal or
State antitrust statutes or commission of embezzlement, theft, forgery, bribery,
falsification or destruction of records, making false statements, or receiving stolen
property;
(c) Are not presently indicted for otherwise criminally or civilly charged by a government
entity (Federal, State, or local) with commission of any of the offenses enumerated in
paragraph (1) (b) of this certification; and
(d) Have not within a three-year period preceding this application/proposal had one or
more public transaction s (Federal, State, or local) terminated or cause or default.
I understand that a false statement on this certification may be ground for rejection of this
proposal or termination of the award. In addition, under 18 U SC Sec. 10 01, a false statement
ma y result in a fine of up to S10,000 or imprisonment for up to 5 years, or both.
John Mallen, NF Region Presicent
Typed Name & Title of Authorized Representative
40 r,
ature of Authorized Representative
02/11/2021
Date
I am unable to certify to the above statements. My explanation is attached.
EPA Form 5700-49 (11-88)
INVESTING IN IOWA'S WATER
www.iowasr i.oUI I1
May 2015
Page 4
Attachment 3
SRF Required FrontnEnd Specifications
(This ormn must be completed and signed by Prime Contractor and
submitted with the bid.)
Disadvantaged Business Enterprise (DBE) Solicitation
STATE
REVOLVING FUND
It is EPA's policy that recipients of EPA financial assistance through the State Revolving Fund
programs award a "fair share" of subagreements to small, minority and women -owned
businesses, collectively know as Disadvantaged Business Enterprises (DBEs). Iowa's Fair
Share goals are:
Women
Business
Minority
Business
-Owned
-Owned
Enterprise
Goal
Enterprise
Goal
(WBE)
(MBE)
2.2%
Construction
1.7%
Supplies
0.6%
5.6%
Services
2 5%
11.3%
2 5%
10.4%
Goods/Equipment
Average
1.8%
7.4%
Only work performed by certified DBEs can be counted toward the goals. In Iowa, DBEs must
be certified through the Iowa Department of Transportation (IDOT). Information on certification
requirements and a list of certified DBEs is on the IDOT website at
http://www.iowadot.gov/contracts/contracts eeoaa.htm.
Prime contractors' DBE requirements for SRF projects include:
o Taking affirmative steps for DBE participation
o Documenting the efforts and the proposed utilization of certified DBEs
PROJECT INFORMATION
SRF
Applicant:
Bidder:
Construction,
Inc
Woodruff
.
Address:
1717
Falls
Avenue
Contact
Person:
John
Mall
Signature:
'`
z# l'i
Phone
number:
A319
2 3 3- 3 3 4
9
10
3
x
1.
E-Mail
Address:
build
johnm@woodruff
.
Check
if
Prime
Contractor
is:
Minority
-Owned
Women
-Owned
INVESTING IN IOWA'S WATER
www.iowasrf.com
May 2015
Page 5
GOOD FAITH EFFORTS CHECKLIST
Please complete the checklist to determine if you have complied with the requirement
good faith efforts to ensure that certified DBEs have the opportunity to compete for
procurements funded by EPA financial assistance funds. Bidders/offerers must make
efforts prior to submission of bids/proposals.
1. Did you ensure that DBEs are made aware of contracting opportunities to the fulleSTATE
practicable through outreach and recruitment activities? x Yes No REVOLVING FUND
2. Did you make information on forthcoming opportunities available to DBEs and arrange time
frames for contracts and establish delivery schedules, where the requirements permit, in a way
that encourages and facilitates participation by DBEs in the competitive process? This includes,
whenever possible, posting solicitation for bids or proposals for a minimum of 30 calendar days
before the bid or proposal closing date. x Yes No
3. Did you consider in the contracting process whether firms competing for large contracts
could subcontract with DBEs? This will include dividing total requirements, when economically
feasible into smaller tasks or quantities to permit maximum participation by DBEs in the
competitive process. x Yes No
4. Did you encourage contracting with a consortium of DBEs when a contract is too large for
one of these firms to handle individually? x Yes No
5. Did you use the services of the Small Business Administration and the Minority Business
Development Agency of the Department of Commerce to identify potential subcontractors?
Yes x No
6. List the potential DBE subcontractors that were contacted. Only list those that are certified
through the Iowa Department of Transportation.
Name
How
(e.g.
call,
fax,
Contacted
letter,
phone
Response
not
interested,
(e.g.
did
not
not
competitive)
respond,
e-mail)
All
Star
Concrete
Email/Call
Not
Interested
Bonnies
Barricades
Not
Interested
Email/Call
*See next page
for additional
attempts
made*
PROPOSED UTILIZATION OF DBE SUBCONTRACTORS
Please include Attachments 4 and 5 to document the proposed utilization of certified DBE
subcontractors.
INVESTING IN IOWA'S WATER
www.io` asrLcom
May 2015
t
_.
Dormark Construction
Classic Window Treatments
Cart Construction
Bosker Construction
Bonnies Barricades
Blackwell Construction
A-Z Steel Manufacturing
Ardent Lighting Group
Alpha Services
Weidner Construction Inc 'Marshalltown IA Carol 'Weidner r (E
Trinity Construction Group
Titan Roofing and Exteriors
Stone General Masonry
Signarama Ankeny
R and D Painting
Pro Wall Construction
Premier Concrete Pumping
Paco Construction
0EL Const Services
McMahan Industrial Service
LT Leon Associates
.
Hibbs Excavating and grading
Ewing Concrete
Duncan Enterprises
n
o
c
(+
p
Concrete
v
N
fTSB
O
c
K
-3
O
Q
iics Inc
n
O
n
ironmeni
m
n
Des Moines IA
'Urbandale IA
Waukee IA
'Des Moines IA
'Mason City IA
Grimes IA
'Steamboat Rock IA
Monroe IA
(Des Moines IA
Des Moines IA
W Des Moines IA
(Carlisle IA
Des Moines IA
Des Moines IA
Des Moines IA
Des Moines IA
Des Moines IA
Lamoni IA
Knoxville IA
Waterloo IA
Urbandale IA
Address
O
i
C-
O
O
C
3
<
O
7
iT
cD
=
a)
n)D
o
(
PC
_
D
D
m
O.A.
s
r+
Jackie
Jamie
'Socorro
Ronnie
Kristin
Luis
Jim
David
uesns
V)
(D
's
94,
Pierre
Marshall
Tom
Jeannie
Contact Person
70
r
73
CO
v
O
H
Q
D
n
n
S
v
O
C
`�'
3
O
S
(=D
rt
cc)S
v
—
-
a�i
�-
is
[D
0
<
ahi
(D
-s
<
O
M
Cowden
'Correa
'Ciavarelli
(Warren
Kramer
GA0.1D
Seckington
Hibbs
Ewing
Duncan
Bayse
Genz
Monzon
Shoemaker
n
o
Blackwell '
Bennett
Cooper
D
r
<
-
G)
W
T
<
r-
CT
-s
n
o
v
—
c
o
c
=
o
`G
op
M
0
a"
n
n•-
tD
1
M
v
r+
(515) 635-4168
(515) 987-2825
(515) 943-3593
(515) 216-1240
(515) 432-1343
(641) 696-5920
(515) 491-8099
(641) 858-5090,
(319) 520-E
(515) 422-70161
(515) 221-38
(515) 975-3576
(515) 770-E
(515) 986-4270I
(515) 287-2426'
(515) 918-20231
(319) 290-2617
(515) 282-88771
(515) 710-2544 I
(641) 275-2353
(641) 842-5969 1
(515) 271-59941
Telephone #
W
HI
VD
I-1
1) 259-4100
In
1784-694
NJ
W
U1
(0
O
0
co
?4C
N
?4(
CO
O
IV
,A
,Q
O
'Won't Bid
N o Response
1No Response
N o Response
asuodsad oN
'No Response
N o Response
'No Response
N o Response
N o Response
No Response
N o Response
N o Response
N o Response
N o Response
1No Response
N o Response
N o Response
N o Response
N o Response
asuodsau ON
N o Response
N o Response
N o Response
N o Response
N o Response
N o Response
N o Response
Reason for Declining
N
\
N
\
N
\
N
\
N
\
N
\
2/4/2021
N
\
N
\
N
\
N
\
2/4/2021
2/4/2021''
2/4/2021,
2/4
N
\
N
\
NJ
\
N
\
N
\
N
\
2/4/2021
N
\
N
\
2/4/20211
N
\
2/4/20211
2/4/2021
NJ
\
rtacted
\
N
O
N
\
N
O
N
\
N
0
N
I-1
\
N
O
N
\
N
O
NJ
\
N
O
N
N
\
N
O
N
I-1
\
N
\
N
\
N
\
N
\
N
\
N
\
N
\
N
\
N
\
N
\
N
\
N
\
N
O
O
O
O
O
O
O
O
O
O
O
O
O
N
NJ
N
N
N
N
N
N
N
N
N
I-1
N
F-1
N
I-1
I-1
I-1
1-1
I-1
H
I-1
I-,
I--1
1-1
f-1
1-1
1-1
I-1
)--1
m
0
0
3
OA
v
on
rD
((DD
V)
3
co
cn
5
Cn
(D
713
n
0
7
rn+
0
Iv
Q
n.
N
n
5
(o
0-
O
'6
n
O
0)
r+
(D
W
0
0
1
0
0
2
C
zg
n
O
7
0)
r+
C
O
n
O
0)
N
0
fin
'C
73
2
0
r
r+
v
Uq
v
0
N
3
W
tn
0
In
Page 6
CONTRACT ADMINISTRATION PROVISIONS
Several contract provisions are required to prevent unfair practices that adversely affe
These include:
1. Prime Contractor must pay its Subcontractor for satisfactory performance no mor
days from the Prime Contractor's receipt of payment from the SRF loan recipient.
STATE
2. Prime Contractor must notify the SRF loan recipient in writing prior to termination's® Euroo
subcontractor for convenience.
3. Prime Contractor must employ the six Good Faith Efforts to solicit a replacement
subcontractor if a DBE subcontractor fails to complete work under a subcontract for any
reason.
INVESTING IN IOWA'S WATER
VWw.tovifa rf .Gird
May 2015
\)0 ww‘*-A\ose -c> sque,\)_eA
Page 7
Attachment 4
SRF Required Front -End Specifications
(This form must be completed and signed by Prime and DBE Su
for each subcontract and submitted with the bid.)
rol No: 2090-0030
proved 8/13/2013
Expires 8/31/2015
United States Environmental Protection Agency Disadvantaged BustSZ TErprise Program
DBE Subcontifff ormance Form
This form is intended to capture the DBE' subcontractor's2 description of work to be performed and the price of the work
submitted to the prime contractor. An EPA Financial Assistance Agreement recipient must require its prime contractor to
have its DBE subcontractors complete this form and include all completed forms in the prime contractor's bid or proposal
package
Subcontractor
Name
Project
Name
Bid/Proposal
No.
Assistance
(if
known)
Agreement
ID
No.
Point
of
Contact
Address
Telephone
No.
Email
Address
Prime
Contractor
Name
Issuing/Funding
Entity
Contract
Number
Item
Description
of
Construction,
Work
Submitted
Services,
to
Equipment
the
Prime
Contractor
or Supplies
Involving
Price
the
of
Work
Prime
Submitted
Contractor
to
DBE
Certified
Other:
by
DOT
SBA
Meets/exceeds
YES
EPA
certification
NO
standards?
Unknown
'A DBE is a Disadvantaged, Minority or Woman Business Enterprise that has been certified by an entity from which EPA accepts
certification as described in 40 CFR 33.204-33.205 or certified by EPA EPA accepts certifications from entities that meet or exceed
EPA certification standards as described in 40 CFR 33.202
2Subcontractor is defined as a company, firm, joint venture, or individual who enters into an agreement with a contractor to provide
services pursuant to an EPA award of financial assistance.
EPA Form 6100-3 (DBE Subcontractor Performance Form) — Page 1
INVESTING IN IOWA'S WATER
May 2015
Page 8
No: 2090-0030
proved 8/13/2013
Expires 8/31/2015
United States Environmental Protection Agency Disadvantaged Bus prise Program
DBE Subcon rformance Form
STATE
I certify under penalty of perjury that the forgoing statements are true and correct. Signing thiserNOWINNAIritiot signify a
commitment to utilize the subcontractors above. I am aware of that in the event of a replacement of a subcontractor, I will
adhere to the replacement requirements set forth in 40 CFR Part 33 Section 33 302 (c).
Signature
Print
Name
Prime Contractor
Title
Date
Subcontractor
Signature
Print
Name
Title
Date
The public reporting and recordkeeping burden for this collection of information is estimated to average three (3) hours
per response. Send comments on the Agency's need for this information the accuracy of the provided burden estimates,
and any suggested methods for minimizing respondent burden including through the use of automated collection
techniques to the Director, Collection Strategies Division U S. Environmental Protection Agency (2822T), 1200
Pennsylvania Ave , NW, Washington, D.C. 20460. Include the OMB control number in any correspondence. Do not send
the completed form to this address.
EPA Form 6100-3 (DBE Subcontractor Performance Form) — Page 2
INVESTING IN IOWA'S WATER
May 2015
f'iO DBE T3,'0ls Pece,;ed
Page 9
Attachment 5
SRF Required Front -End Specifications
(This form must be completed and signed by Prime Contractor and sub
if utilizing DBE subcontractors.)
rol No: 2090-0030
proved 8/13/2013
I Expires 8/31/2015
United States Environmental Protection Agency Disadvantaged BusSeTrrprise Program
DBE Subcaffialittatilization Form
This form is intended to capture the prime contractor's actual and/or intended use of identified certified DBE1
subcontractors2 and the estimated dollar amount of each subcontract. An EPA Financial Assistance Agreement Recipient
must require its prime contractors to complete this form and include it in the bid or proposal package. Prime contractors
should also maintain a copy of this form on file
Prime
Contractor
Construction,
Name
Inc.
Project
FY 2021
Name
Sewer
Gatewell
Replacement
Sanitary
Woodruff
Bid/Proposal
No.
Assistance
(if
known)
Agreement
ID
No.
Point
Nate
of
Contact
Goetsch
Address
1717
Falls
Avenue, Waterloo,
IA 50701
Telephone
No.
233-3349
x101
Email
Address
(319)
nateg@woodruff.build
Issuing/Funding
Entity
I
If
have
yes,
identified
please
potential
DBE
table
certified
below.
subcontractors
If
no,
please
explain*
YES
NO
complete
the
Name/Company
Subcontractor
Name
Company
Address/Phone/Email
Estimated
Dollar
Currently
Certified?
DBE
Amount
Solicited
TSBs
were either
unresponsive
or
not
intersted
in
bidding.
Continue on back if needed
1A DBE is a Disadvantaged, Minority, or Woman Business Enterprise that has been certified by an entity from which EPA accepts
certification as described in 40 CFR 33.204-33.205 or certified by EPA EPA accepts certifications from entities that meet or exceed
EPA certification standards as described in 40 CFR 33.202
2Subcontractor is defined as a company, firm, joint venture, or individual who enters into an agreement with a contractor to provide
services pursuant to an EPA award of financial assistance.
EPA Form 6100-4 (DBE Subcontractor Utilization Form) — Page 1 INVESTING IN IOWA'S WATER
iovvasri,
May 2015
Page 10
United States Environmental Protection Agency Disadvantaged Bu
DBE Subc
No: 2090-0030
oved 8/13/2013
xpires 8/31/2015
prise Program
tilization Form
I certify under penalty of perjury that the forgoing statements are true and correct. Signing this3r i . Teot signify a
commitment to utilize the subcontractors above. I am aware of that in the event of a replacemaitointinuuttirontractor, I will
adhere to the replacement requirements set forth in 40 CFR Part 33 Section 33 302 (c).
Contractor
Signature
Print
Name
Prime
/ VIZ-6
John
Mallen
j
Title
Date
NE
Region
President
02/11/2021
The public reporting and recordkeeping burden for this collection of information is estimated to average three (3) hours
per response. Send comments on the Agency's need for this information, the accuracy of the provided burden estimates,
and any suggested methods for minimizing respondent burden including through the use of automated collection
techniques to the Director, Collection Strategies Division U S. Environmental Protection Agency (2822T), 1200
Pennsylvania Ave , NW, Washington, D.C. 20460. Include the OMB control number in any correspondence. Do not send
the completed form to this address.
EPA Form 6100-4 (DBE Subcontractor Utilization Form) — Page 2
INVESTING IN IOWA'S WATER
May 2015
State of
NON -COLLUSION AFFIDAVIT OF PRIME BIDDER
Iowa
County of
Rlac
K
E
awk
)ss
John Yallen
, being first duly sworn, deposes and says that:
1 He is (Owner, Partner, Office,, Representativepor Agent) , of Woodruff Construction, Inc
, the Bidder that has arritereHturalrached 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)
nt
Subscribed and sworn to before me this
1
BRANDY LUNA
Commission Number 82080
My Commission Expires
October 22, 2022
11t
My commission expires 10/10/2022
NON -COLLUSION AFFIDAVIT
AECOM #60549334
day of
Title
Fe
oruary
yamd Amiac)
Title
CONTRACT NO. 951
•
, 2021
vn1i yr i*red; V2 AsMffik
NCA-1 of 2
FY 2021 SANITARY SEWER GATEWELL
REPAIRS - PHASE I
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
ensure that applicants are employed and that employees are treated during employment without
regard to their race, creed, color, sex, national origin, religion, economic status, age, mental or
physical disability, political opinions or affiliations. Such actions shall include but not be limited to
the following:
a. Employment
b. Upgrading
c. Demotion or Transfer
d. Recruitment and Advertising
e. Layoff or Termination
f. Rates of Pay or Other Forms of Compensation
g. Selection for Training Including Apprenticeship
2. The contractor, subcontractor, vendor and supplier of goods and services will, in all solicitations
o r 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 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
e ach 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.
The contractor, subcontractor, vendor and supplier of goods and services will include, or
incorporate by reference, the provisions of the non-discrimination clause in every contract,
EQUAL OPPORTUNITY CLAUSE CONTRACT NO. 951 EOC-1 of 2
AECOM #60549334 FY 2021 Sanitary Sewer Gatewell
Repairs - Phase I
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)
ohn Mallen (Appropriate Official)
NE Region President
(Title)
02/11/2021
(Date)
EQUAL OPPORTUNITY CLAUSE CONTRACT NO. 951 EOC-2 of 2
AECOM #60549334 FY 2021 Sanitary Sewer Gatewell
Repairs - Phase I
Bidder Status Form
To be completed by all bidders Part A
Please answer "Yes" or "No" for each of the following:
X
X
IXI
X
X
Yes
Yes
Yes
Yes
Yes
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.
No My company's office in Iowa is suitable for more than receiving mail, telephone calls, and e-mail.
No 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.
complete Parts B and D of this form.
If you answered "No" to one or more questions above, your company is a nonresident bidder.
complete Parts C and D of this form.
Please
Please
To be completed by resident bidders
P art B
My company has maintained offices in Iowa during the past 3 years at the following addresses:
Dates:
Dates:
8
1 / 1990 to Present /
5 / 25 / 1996 to Present /
Dates: 2
/ 8 / 2016 to Present /
You may attach additional sheet(s) if needed.
Address: 1890 Kountry Lane
City, State, Zip* Fort Dodge, IA 50501
Address: 1920 Philadelphia Street, Suite 102
City, State, Zip: Ames, IA 50010
Address 501 Greenfield Drive
City, State, Zip: Tiffin, IA 52340
0
0
0
0
w
To be completed by non-resident bidders
Part C
1. Name of home state or foreign country reported to the Iowa Secretary of State:
2. Does your company's home state or foreign country offer preferences to resident bidders, resident labor
force preferences or any other type of preference to bidders or laborers? Yes No
3. If you answered 'Yes' to question 2, identify each preference offered by your company's home state or foreign country
and the appropriate legal citation
You may attach additional sheet(s) if needed.
To be completed by all bidders
P 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 Constructioj,, Inc.
Signature:
J., MMallen, NE Region President
Date: 02/11/2021
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 to Present/ / Address 1717 Falls Avenue
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 0 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 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)
Revised February 2003
CONTRACTOR'S OR SUBCONTRACTOR'S AFFIRMATIVE ACTION PROGRAM
Check box that applies to party completing program:
(
(
x ) General Contractor
Subcontractor
Section A to be completed by GENERAL CONTRACTORS only:
A.
Name of Company Woodruff Construction, Inc
Address of Company1717 Falls Avenue, Waterloo Zip
50701
Telephone Number ( 515 ) 232-4535 x22 - Sara Orr
Federal ID Number (if no Federal ID Number, Owner/President's Social Security Number)
76-0721180
N ame of Project FY 2021 Sanitary Sewer Gatewell Repairs, Phase 1
P roject Contract Number 951
Estimated Construction Work Dates / March 2021 - April 2022
Start Finish
Section B to be completed by SUBCONTRACTORS only:
B.
N ame of General or Prime Contractor
N ame of Subcontractor
S ubcontractor's Address Zip
S ubcontractor's Telephone Number (
S ubcontractor's Federal ID Number (if no Federal ID Number Owner/President's Social Security
N umber)
N ame of Equal Employment Officer
C. Remainder of program to be completed by party completing program, either Prime or
Subcontractor
1. The Owners and/or Principals of your company*
Ethnic
Name Address Position Sex Origin
Don Woodruff Fort Dodge, IA President
Jason Rechkemmer Ames, IA Chief Operating Officer
John Mallen Waterloo, IA ICE 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
Name Address Affiliation Degree
Woodruff Construction maintains office locations
in Ames, Fort Dodge, Waterloo, and Tiffin, IA.
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,
u pgrading, contracting and subcontracting for minorities and women and we will direct
o ur 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
n ational origin, economic status, age, and mental or physical handicap.
E. Woodruff Construction, Inc. will give training
(Name of Company)
and employment opportunities to local residents of Waterloo, Iowa, to the greatest extent
feasible.
III. AFFIRMATIVE ACTION
A Woodruff Construction, Inc. recognizes that the
(Name of Company)
B.
C.
effective application of a policy of merit employment involves more than just a policy
statement, and Woodruff Construction, Inc.
(Name of Company)
will therefore, re-evaluate our Affirmative Action Program to ensure that equal
e mployment opportunities are available on the basis of individual merit, and to actively
e ncourage minorities, women and local residents to seek employment with our company
o n this basis.
Woodruff Construction, Inc. will undertake the
(Name of Company)
following six (6) steps to improve our Affirmative Action Program:
1. Minority Recruitment and Employment;
2. Local Recruitment and Employment;
3. Disabled Veteran and Vietnam Era Veteran Recruitment and Employment;
4. Handicapped Recruitment and Employment;
5. Female Recruitment and Employment; and
6. Training Upgrading and Promotional Opportunities.
Woodruff Construction, Inc.
will take
(Name of Company)
whatever steps are necessary to ensure that our total work force has adequate minority,
female, and local representation. We will utilize the following methods in our recruitment
attempts:
1. Local advertising media (newspapers, radio, TV);
2. Community organizations (churches, clubs, schools);
3. Public and private institutions in the area (UNI Hawkeye Community College);
4. Job Service of Iowa; and
5. Other.
D. Woodruff Construction, Inc . will seek qualified minority,
(Name of Company)
female, and local group applicants for all job categories and will make asserted efforts to
increase minority, female and group representation in occupations at the higher levels or
skill and responsibility.
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
F. Training, upgrading, promotion and transfer activities at all levels will be monitored to
e nsure that full consideration has been given to qualified minority, female, and local
group employees.
Woodruff Construction, Inc.
will encourage other
(Name of Company)
companies with whom we are associated and/or do business, to do the same and we will
assist them in their efforts.
Woodruff Construction, Inc.
has taken the following
(Name of Company)
Affirmative Action to ensure that minority, female local contractors and/or suppliers were
provided opportunities to negotiate and/or bid on this project: (if none, write "NONE")
1.
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. Mo Pi?iE (MBEVJ8C hfS re cCi
2.
Woodruff Construction, Inc . will require approved
(Name of Company)
Affirmative Action Programs from all nonexempt contractors who propose to work on this
project and will take whatever steps are necessary to ensure that non -minority
contractors have adequate representation of minority, female and local persons in their
total work force.
In further accordance with rules and guidelines issued pursuant to Executive Order
11246 as amended, we establish the goals for our company based on parity
percentages supplied by the City, and we realize these goals will be reviewed on an
annual basis.
Woodruff Construction, Inc. will keep records of
(Name of Company)
specific actions relative to recruitment, employment, training, upgrading and promotion
and will provide the City of Waterloo with any information relative to same, including
activities of our SUBCONTRACTORS and suppliers as necessary or when requested.
M. Parity figures for companies located in Waterloo are as follows:
Minority Parity = .08 (8%)
Woodruff Construction, Inc.
(Name of Company)
Employment Goals:
Affirmative Action
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 2021 . 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 2021 . 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).
INDICATE:
CONTRACTOR'S TOTAL WORK FORCE
(WATERLOO)
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.
Respectfully submitted,
By:
Company Executive
02/11/2021
Sara Orr
Date
Sara Orr
Equal Employment
Opportunity Officer
02/11/2021
Date
City of Waterloo Affirmative Action Officer
Approved
Disapproved Reason:
By:
Date:
if
0 o
m n
CD m 0
� D 0.
wHco 0
D O
—1 •
O CD
N
O
O
LQ6 'ON 13db1NOo
m
0
0)
Z
D
;U
J3 0
m
am
m�
cn
D
=m�
D ao
mr�
rm
n
0
Tass CO
Quotation used in bid
0
G
O
m
D
co
9
a)
A-b0
0 m
A
<
m r*
0)
O ®
O �
p) 5
O O
Q
(D SD
r
m
0
om
0*
m
a m
▪ m
iv c
m 5.
W Q)
0 =
(C)0
N
0 ▪ 0
CT
a 0
�
m
Q o
0 3
op
00
Q 5
pi cD
0
5c
co 0
0
m
0 0)
0
Sll
Q
lD
at co
00
cv co
0 0
a)
0
5
0
0
0
0
0
0
3 o CI)
00
c W
E. " 0
Z
D
n.r'�
=- r W
ET) o 0
Qo O
O C 03
E
O W -13
m .o
OJ
0 mD
c W
sm
sai- o
0 O
O O
m c
O 0 All
Lt. 0�
0 " m
m 0 m
CO o c
c
' 0 O
Q
a o
N 0 a
O O
-Al -F.
0 0
o
o-
o; o-
O 0
d.
CT 0
3 s
(t
(n O
o o
•cn
rm
m
o
Q
o m
9ZS
O
O
O <
co O
c a
0 o
0 <.
0
< 0
N
n
O D
r
o
.sa
c
�.
N
o'
�:
m
0
Sv
m
IZOZ/TI/Z0
0
O
0
0
cQ
O
<D
m
Z
0 X O
O E
00 Pa Ca-,, o.
00
En'sv co
0cm
g O C
W
`< O
C- .°i
O
O 0
5;0
co CD
0 O
O c
sv
m �
co Z
o 0
<.
5 2.
3 Sll
a E
W
0 • m
-h o0
• m
= 0
`< c
co o
w
0Da
m�
c o
a
0 0
0 0
•O 3
Al
O tp
0
(D I.
c
O
"O
lD
W
m O
c
m D
00
=
O- A)
0
o'er.
rn
TA-
-
r
0
0
SA
0
3
co
0
0
Sv
0
0
Z
Sll
3
0
0
0
n
sJ
rh
rt,
0
0
m
n
s; W
0 m
71
ct
0 oom
vW
O In
Dm
nN
ce
m
O�
Wal
TZOZ/II/Z0
0
Weidner Construction Inc Marshalltown IA
Trinity Construction Group
Titan Roofing and Exteriors
-c
h
Stone General Masonry
Signarama Ankeny
R and D Painting
Pro Wall Construction
Paco Construction
OEL Const Services
MG Masonry Inc
McMahan Industrial Service
JT Concrete
Hibbs Excavating and grading
Ewing Concrete
Duncan Enterprises
Dormark Construction
Classic Window Treatments
Cart Construction
Bosker Construction
Blackwell Construction
Ben Ben Stone Environmental
A-Z Steel Manufacturing
Ardent Lighting Group
Alpha Services
Air Control Products Inc
Name of TSB
CO
0
0
0
m
0
0
a)
3
n
CO
v
-1
n
a)
fates
a)
N
=
n
ping
(Des Moines IA
Waukee IA
Des Moines IA
D
=
Gm)
-'
Steamboat Rock IA
Monroe IA
Des Moines IA
W Des Moines IA
n
a)
Clive IA
Windsor Heights IA
Grimes IA
Des Moines IA
Des Moines IA
Des Moines IA
Des Moines IA
Des Moines IA
Lamoni IA
Knoxville IA
Waterloo IA
Urbandale IA
D
Q
oz
0
0
m
E
23
C
=
m
0
m
(1)
z
C
FF
o
v
0
n
cn
r
=
x-
•
v
v)
N
O
v
cm
D
5
D
D
_
D
m
D
D
D
D
D
0
Jackie
Cheryl
Socorro
(Kathy
Ronnie
Kristin
IDorrie
Gustavo
Malloree
D
r-
`-
Herb
Steve
uesns
Serafin
Apued
Pierre
Marshall
Jeannie
Contact Person
70
o
r-
v
=
Q
c
0
-0
2
_i
—1
0
3<
Q
3
0
r
cr,
v
Q
0
—
Weidner
0
o
Cowden
Correa
v
Warren
GJ
o
m-
Leon
Seckington
Hibbs
Duncan
Bayse
Genz
Monzon
s
0
1Bennett
Lysinger
Cooper
Albrecht
v
<
m
Kramer
_
aa))
°)
<
(D
4,
w
C
o
m
v
n
C
a)
m
da
m
—
N
-
0
(D
r
0
r
=
((D
(D
s
a)
,c"
0
_
—
(515) 280-2440
(515) 635-4168
(515) 987-2825
(515) 943-3593
(515) 216-1240
(515) 432-1
(515) 491-8099
(515) 240-0625
(641) 858-5090
(319) 521
(515) 422-7016
(515) 22]
(515) 240-6400
(515) 975-3576
(515) 770-8499
(515) 986-4270
(515) 287-2426
(515) 918-2023
(319) 290-2617
(515) 282-8877
(515) 710-2544
(319) 235-9008
(515) 271-5994
m
m
r
0
L) 275-2353
L) 696-5920
1842-5969
L) 259-4100
L) 752-6665
1784-694
m
it
1No Response
Won't Bid
N o Response
N o Response
INo Response
asuodsaH oNl
INo Response
N o Response
N o Response
No Response
No Response
No Response
No Response
No Response
N o Response
N o Response
N o Response
N o Response
N o Response
N o Response
N o Response
N o Response
N o Response
N o Response
N o Response
N o Response
N o Response
N o Response
N o Response
Reason for Declining I Date Contacted
N
4
N
A
2/4/20211
N
P
2/4/2021
2/4/2021
NJ
a
2/4/20211
2/4/20211
2/4/2021
N
A
N
N
A
2/4/20211
N
A
N
A
2/4/20211
N
P
2/4/2021
2/4/2021
2/4/2021
N
A
2/4/20211
N
a
N
2/4/20211
NJ
2/4/20211
N
A
N
0
N
1-1
N
N
0
•P
N
0
N
N
Ni
N
O
N
N
O
N
N
co
N
I"
N
O
N
I"
N
O
Ni
I"
N
N
O
N
N
O
NJ
I-'
NJ
O
NJ
I-'
0
O
N
0
N
O
N
N
N
I"
I"
I"
I"
I"
I"
I"
I"
I
H
m
0
0
C1U
N
fl4
m
fz
3
a)
co
c
rn
5
m
In
N
(D
0
m
m
n
0
r+
v
n
m
f1
v
0
0
m
n
W
Q o
0 • m
m n
▪ rt
0
Q Ni
- O
s
Q )
(n
n v
7 r#
v) a)
rt
C (n
o
m
1
a)
▪ rr
rD
0
m
fD
a)