Loading...
HomeMy WebLinkAboutS.M. Hertges & Sons Inc OATERI iowl D `p 10 L C t w la03 a `n S.M. Hentges S.M. Hentges & Sons Inc. & Sons Inca 650 Quaker Avenue, Suite 200 Jordan, MN 55352 W 952.492.5700 Fax 952.492.5705 Q. X City of Waterloo dJ N i O x 715 Mulberry Street CL F Waterloo IA 50703 m � e R, xkJ t p N C O N � H Bid Enclosed � C p US Highway 63 Sanitary Sewer Upgrades- Phase 1 � N � O th O Bids Due : Thursday , September 30 , 2021 @ 1 : 00 PM l � BID BOND KNOW ALL MEN BY THESE PRESENTS , that we , S.M. Hentges & Sons 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 (5 %) of 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 30th day of September 20 21 for US HIGHWAY 63 SANITARY SEWER UPGRADES, PHASE I Contract No 1037 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 21st day of September A . D . 2021 . S.M. Hentges & Sons Inc. ( Seal ) rincipal By O;r / (Title ) Liberty Mutual Insurance Company ( Seal ) Witness Surety 7' V VV1 VA I/ M/t/1�- - By Witness Josh a R. Loftis, rA torney-in -fact Bid Bond BB- 1 of 1 US Hwy 63 Sanitary Sewer Upgrades Ph I AECOM #60651387 Contract No . 1037 Waterloo, Iowa CORPORATE ACKNOWLEDGMENT State of Minnesota ) ) ss County of Scott ) 3 . : i r On this sots, day of September 2021 , before me appeared N a p" NMP' VA� to me personally known , who , being by me duly sworn , did say that he/she is the LBLAS Ine- s5 Ma � aa ,- of S. M . Hentges & Sons Inc. a corporation , and that said instrument was executed in behalf of said corporation by authority of its Board of Directors , and that said tJ QAle- \A c v !�N e,� acknowledged said instrument to be the free act and deed of said corporation . JAMES JOHN KRABOWSKI r��� Notary Public State of Minnesota Notary Public H t-Cvn .-% n \.n County, My Commission Ex irog January 31 , 20 My commission expires � � � 31 -o Z5 SURETY ACKNOWLEDGMENT State of Minnesota ) ) ss County of Hennepin ) On this 30th day of September 2021 before me appeared Joshua R. Loftis , to me personally know , who being by me duly sworn , did say that (s ) he is the Attorney-in - Fact of Liberty Mutual Insurance Company , a corporation , that the seal affixed to the foregoing instrument is the corporate seal of said corporation and that said instrument was executed in behalf of said corporation by authority of its Board of Directors ; and that said Joshua R . Loftis acknowledged said instrument to be the free act and deed of said corporation . to qL4 f"Olv` r " > SANDRA M ENGSTRUM Notary Public Hennepin NOTARYPUBLIt, = MINNESOTA County, Minnesota C M ommission Expires M yJ'7'7� y" y January 31 , 2026 My commission expires 1 /31 /2026 d/ This Power of Attorney limits the acts of those named herein, and they have no authority to T bind the Company except in the manner and to the extent herein stated. Liberty Liberty Mutual Insurance Company Mutual . The Ohio Casualty Insurance Company Certificate No: 8205072 -190054 10 SURETYWest 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, Brian J. Oestreich; Colby D. White; Emily White; Jerome T. Ouimet• Joshua R. Loftin Kurt C. Lundblad-, Lin Ulven • Melinda C Blodgett; Nathan Weaver; Nicole Stillings ; R C . Bowman; R. W. Frank; Rachet Thomas; Ross S . Squires; Sandra M. Engstrum; Ted Jorgensen; Tina L. Don-task all of the city of Minneapolis state of MN each individually if there be more than one named, its true and lawful attorney-in4act to make, execute, seal , acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds , recognizances and other surety obligations, in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. 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 22nd day of March 2021 Liberty Mutual Insurance Company V IN31i �jy ln+s� %Nsup The Ohio Casualty Insurance Company �JPC0 131 �n �a�'Gpr.P°'Za, y ¢ 4o�Okar9yCT West American Insurance Company vi r 1912 y a Q 1919 0 LU M LU 1991 0 i u, p d O Y�J1ysslCHusf ab Sd ��&AMe�s db !� 'NOigµP dh ??Lf /Jr ti`7! � 0 By : co cu cm State of PENNSYLVANIA ss David M . Carey, Assistant Secretary aCounty of MONTGOMERY a )_ T 42 = On this 22nd day of March 2021 before me personally appeared David M . Carey, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance ai 0 5 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 a) > therein contained by signing on behalf of the corporations by himself as a duly authorized officer. o > � c 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. Q wO Co a) / r u a O i Y a y Common%walth of Pennsyt;an a ;rotary Seal dj p rt ;; }.< 5. TeresaPasiella Notary Public Q) '� tvlrutanm .ryG�urty ..� +��y E O M tty uonvTussion expires March 28, 2025 B `i G( ( ( am O p rro Can=ssionnumber1126044 y • � ktember. PenrsylvanaAssccistcq aNehanes eresaPastella, NotaryPublic Q o ,t, ro od cThis 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 �0: • — Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows: I0 co ARTICLE IV — OFFICERS : Section 12. Power of Attorney. °Q 06 o "T 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 II > 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 c d any anall undertakings, bonds, recognizances and other surety obligations. Such attorneys-in4act, subject to the limitations set forth in their respective powers of attorney, shall o 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 o m Z 0 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 co 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. c ) I CL ARTICLEXIII — 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 attorneys-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, 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 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 . 1, 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 myhandand affixed the seals of said Companies this 30th day of September ,2021 Pv 1NSUp _ P,q`t iNSO,,p %NSU// :J 11 1912 ry o z1919 � 0 91991 0 AL By �C�J1�s`9ACHt1`� D . HA M45a 1hOIAMp' a gv7 s � d Renee C. Llewellyn, Assistant Secretary x LMS-12673 LMIC OCIC WAIC Multi Co 02/21 I Revised Per Addendum No . 1 - 9/24/2021 FORM OF BID OR PROPOSAL US HIGHWAY 63 SANITARY SEWER UPGRADES — PHASE I CITY OF WATERLOO , IOWA CONTRACT NO . 1037 Honorable Mayor and City Council Waterloo , Iowa Gentlemen : 1 . The undersigned , being a Corporation existing under the laws of the State of !' L'�< a Partnership consisting of the following partners : having familiarized ( himself) (themselves ) ( itself) with the existing conditions on the project area affecting the cost of the work , and with all the contract documents listed in the Table of Contents and Addenda ( if any) , as prepared by 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 US HIGHWAY 63 SANITARY SEWER UPGRADES — PHASE I , CONTRACT NO . 1037 , all in accordance with the above- listed documents and for the unit prices for work in place for the following items and quantities : US HIGHWAY 63 SANITARY SEWER UPGRADES — PHASE I CITY OF WATERLOO , IOWA CONTRACT NO . 1037 Item SUDAS Unit Bid Total Bid No . No . Description Unit Est. Qty. price Price 1 11 , 020 -A MOBILIZATION SUMP 1 . 0 $ 6 Z $� � P 2 8030-A TRAFFIC CONTROL SUM 1 . 0 $ Sd OOJst� $ 3 2010- C CLEARING AND GRUBBING SUMP 1 . 0 $ b $ O 4 3010-B FOUNDATION ROCK TON 11660 . 0 $ f� 6" $ 7�x 76c�> 5 3010-F TRENCH COMPACTION TESTING LUMP to $ $ SUM / on oars /no cst� 6 4010- L ABANDON , FILL AND PLUG 21 - INCH LF 2 , 958 . 0 $ < < ` S�" m SANITARY SEWER $ 6 �` 67H 7 4010- H REMOVE AND PLUG 21 - INCH LF 1 , 863 . 0 $ %�, , $ SANITARY SEWER 8 4010- K ABANDON SANITARY SEWER EA 9 . 0 $ $ MANHOLE �or� r'` ;7 9 6010- H REMOVE SANITARY SEWER MANHOLE EA 6 . 0 $ " `- $ jd_SO /60Gi�y�Lb 10 4060 CLEANING , INSPECTION AND TESTING LUMP 1 , 0 $ a> $ OF SANITARY SEWER GRAVITY MAINS SUM Zc� a Zo 6C� 11 4010-A-2 18- INCH SANITARY SEWER GRAVITY LF 1 , 123 . 5 $ - - $ 0 MAIN - DIRECTIONAL DRILLING6� �� Z I 24- INCH SANITARY SEWER GRAVITY $ /T.. 12 4010-A- 1 MAIN - OPEN CUT LF 371 . 5 $ l J 7 13 4010 A- 1 48- INCH SANITARY SEWER GRAVITY MAIN - OPEN CUT LF 61213 . 0 $ � ✓ 6 ` $ 14 4010-A-2 48- INCH SANITARY SEWER GRAVITY LF 342. 6 $ $ MAIN -TRENCHLESS �3� D6 ' 15 6010-A 48- INCH CIRCULAR SANITARY SEWER EA 3 . 0 $ " ' $ MANHOLE , SW- 301 �� �O Form of Bid FB- 1 of 4 US Hwy 63 Sanitary Sewer Upgrades Ph I AECOM #60651387 Contract No . 1037 Waterloo , Iowa Revised Per Addendum No . 1 - 9/24/2021 Item SUDAS Description Unit Est. Qty. Unit Bid Total Bid No . No . Price Price 16 6010-A 72- INCH CIRCULAR SANITARY SEWER EA 1 . 0 $ $ 6° MANHOLE , SW-301 7v 6C,6 76 6c�? 17 6010-A 84- INCH CIRCULAR SANITARY SEWER EA 1 . 0 $ aL $ � � 6 MANHOLE , SW-301 7v�Dc� 7� 18 6010-A 96- INCH CIRCULAR SANITARY SEWER EA 5 . 0 $ a $ MANHOLE , SW-301 � 6 moa g00 06p 19 6010-A 120- INCH CIRCULAR SANITARY EA 4 . 0 $ $ SEWER MANHOLE , SW-301 ��ooa ��d claa 20 6010 A 48- INCH TEE-SECTION SANITARY 0. EA 11 $ bo $ SEWER MANHOLE , SW-305 go 330 de Qto60 21 6010-G CONNECTION TO EXISTING SANITARY EA 1 . MANHOLE 0 $ Jd��o" $ baa 22 7010-A 6- INCH PCC PAVEMENT SY 25 . 4 $ $ 66 23 7010-A 8- INCH PCC PAVEMENT SY 373. 8 $ per`' $ 24 7020- 13 8 - INCH HMA PAVEMENT SY 923 . 1 $ jdp °a $ 92 obo 25 7010- E 6 - INCH PCC CURB AND GUTTER LF 95 . 0 $ $ f3�daa 26 7030- H -2 GRAVEL SURFACING SY 260 . 0 $ Z,{ °1 $ Saabo 27 7030- 13 CURB AND GUTTER REMOVAL LF 95 . 0 $ 70ah $ / /40� 28 7040-H PAVEMENT REMOVAL SY 1 , 582 . 3 $ frj $ Cya Qo SEEDING , FERTILIZING AND 29 9010- B MULCHING FOR HYDRAULIC SEEDING ACRE 1 . 10 - TYPE 1 SEED MIX SEEDING , FERTILIZING AND 30 9010- B MULCHING FOR HYDRAULIC SEEDING ACRE 7 . 11 $ u� bb - TYPE 2 SEED MIX �6 SEEDING , FERTILIZING AND 31 9010-B MULCHING SEED MIHYDRAULIC SEEDING ACRE 1 . 10 $ � $ 3 40. TYPE o SEEDING , FERTILIZING AND 32 9010- B MULCHING FOR HYDRAULIC SEEDING ACRE 7 . 11 $ 2 6.50 `y $ - TYPE 5 SEED MIX 33 9040- F- 1 12- INCH WATTLES LF 81396 . 8 $ Sn $ 9 S 34 9040-G -2-a DITCH CHECKS EA 30 . 0 $ $ 3 SptS � 35 9040- E TEMPORARY ROLLED EROSION SY 27 , 477 . 3 $ J,9 $ g� CONTROL PRODUCTS RECP I Zi'5 36 9040-A-2 SWPPP REQUIREMENTS SUMP 1 . 0 $ 67 �J . $ Z() O oar' SANITARY AND STORM SEWER DISCONNECT - DRAWINGS 10 -SS -01 THROUGH 10 -SS -06 37 6010-A STORM SEWER MANHOLE , SW-401 , EA 1 . 0 $ $ ter' 48- INCH , EJ 1040 A COVER 6o0a ( 6 � 38 6010-A STORM SEWER MANHOLE , SW-401 , EA 1 . 0 $ 60- INCH , EJ 1040 A COVER 7�� 0 $ 7 Sd� 39 6010- B INTAKE , SW- 501 & SW-603 TYPE R EA 3 . 0 $ GRATE 40 6010- B INTAKE , SW-501 & SW-604 TYPE 6 EA 7 . 0 $ GRATE /O aob 7d oc 41 6010- G CONNECTION TO EXISTING STORM EA 1 . 0 SEWER STRUCTURE ZOOS Z �6 4030- B APRON WITH FOOTING AND GUARD , 42 4030- C 12- INCH EA 1 . 0 $ fib $ 3 �a6 os 4030-C 4030- B APRON WITH FOOTING AND GUARD , 6a F43T4030-C 18- INCH EA 1 . 0 $ $ Qa b 4030- D i Form of Bid FB-2 of 4 US Hwy 63 Sanitary Sewer Upgrades Ph I AECOM #60651387 Contract No . 1037 Waterloo , Iowa Revised Per Addendum No . 1 - 9/24/2021 Item SUDAS Description Unit Est. Qty. Unit Bid Total Bid No . No . Price Price 44 4020-A- 1 STORM SEWER , DUCTILE IRON PIPE , LF 24 . 10- INCH DIA. - OPEN CUT 6 $ $ ! %' ''- /BZ STORM SEWER , REINFORCED 45 4020-A- 1 CONCRETE PIPE , 12- INCH DIA . - OPEN LF 219 . 4 $ $ 7p CUT STORM SEWER , REINFORCED 46 4020-A- 1 CONCRETE PIPE , 15- INCH DIA . - OPEN LF 690 . 6 $ $ CUT ' Ai3 Z STORM SEWER , REINFORCED 47 4020-A- 1 CONCRETE PIPE , 18- INCH DIA. - OPEN LF 253 . 8 $ J✓ $ /Z63,5� � CUT 48 7010- E 6- INCH PCC CURB AND GUTTER LF 70 . 0 $ `� $ 49 7030- H -2 GRAVEL SURFACING SY 14 . 5 $ ZS � $ 50 7040- 1-1 PAVEMENT REMOVAL SY 1 , 221 . 0 $ $ 51 6010- H REMOVE INTAKE EA 5 . 0 $ $ Jl�pvD 52 4020-G REMOVAL OF STORM SEWER LF 107 . 0 $ $ 3 TSS ba 53 7040-A 3- INCH HMA PATCH SY 356 . 0 $ $ 54 2010- 1 6- INCH MODIFIED SUBBASE SY 356 . 0 $ Zd'" $ pia °D 55 9040-J EROSION STONE WITH ENGINEERING TONS 13 . 0 $ �� $ FABRIC /SO 56 9010- B HYDRAULIC SEEDING , FERTILIZING ACRE 0 .4 $ � � $ AND MULCHING i S , TOTAL AMOUNT BID $ � 2 . It is understood that the quantities set forth are approximate only and subject to variation and t 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 ` Dollars ($ .S `'A ) in the form of EJ /.[D eo 4 .� 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 ( ) , or Non - Resident Bidder Certification I ) . ( Mark one . ) 7 . The bidder is prepared to submit a financial and experience statement upon request. 8 . The Prime Contractor and Subcontractor(s ) , which have performed an aggregate of $ 10 , 000 . 00 in work for the City in the current calendar year, are prepared to submit an AAP or Update and an EOC , within ten ( 10 ) days of notification that the bid submitted is lowest and acceptable . 9 . The bidder has received the following Addendum or Addenda : Addendum No . / Date 9z/ / -z e -G / Form of Bid FB-3 of 4 US Hwy 63 Sanitary Sewer Upgrades Ph I AECOM #60651387 Contract No , 1037 Waterloo , Iowa Revised Per Addendum No . 1 = 9/24/2021 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 . ( Nam of Bidd r) (Date) BY: Title Z�eejel "00 Official Address : ( Including Zip Code ) : I . R . S . No . /C5/ i� (;L� 75 Form of Bid FB-4 of 4 US Hwy 63 Sanitary Sewer Upgrades Ph I AECOM #60651387 Contract No . 1037 Waterloo , Iowa AC®M US Highway 63 Sanitary Sewer Upgrades — Phase I City of Waterloo , Iowa City Contract No . 1037 AECOM #60651387 Prepared For. City of Waterloo 715 Mulberry Street Waterloo , Iowa 50703 Prepared By: AECOM 501 Sycamore Street , Suite 222 P . O . Box 1497 Waterloo , Iowa 50704- 1497 September 2021 Attachment 1 SRF Required Front -End Specifications (This form must be completed and signed by Prime Contractor and submitted with the bid) U . S . Environmental Protection Agency Certification of Non -Segregated Facilities (Applicable to contracts, subcontracts, and agreements with applicants who are themselves performing federally assisted construction contracts, exceeding $ 10, 000 which are not exempt from the provisions of the Equal Opportunity clause .) By the submission of this bid , the bidder, offeror, applicant , or subcontractor certifies that he does not maintain or provide for his employees any segregated facilities at any of his establishments , and that he does not permit his employees to perform their services at any location , under his control , where segregated facilities are maintained . He certifies further that he will not maintain or provide for his employees any segregated facilities at any of his establishments , and that he will not permit his employees to perform their services at any location , under his control , where segregated facilities are maintained . The bidder, offeror, applicant , or subcontractor agrees that a breach of this certification is a violation of the Equal Opportunity clause in this contract . As used in this certification , the term "segregated facilities " means any waiting rooms , work areas , restrooms and washrooms , restaurants and other eating areas , time clocks , locker rooms and other storage or dressing areas , parking lots , drinking fountains , recreation or entertainment areas , transportation , and housing facilities provided for employees which are segregated by explicit directive or are in fact segregated on the basis of race , creed , color, or national original , because of habit , local custom , or otherwise . He further agrees that ( except where he has obtained identical certifications from proposed subcontractors for specific time periods ) he will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $ 10 , 000 which are not exempt from the 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) . 9 / 30 / 2021 Signature Date Nate Hentges - Business Director Name and Title of Signer ( Please Type ) NOTE : The penalty for making false statements in offers is prescribed in 18 U . S . C . 1001 . EPA- 7 57204 . 2 SRFw2 January 2021 Attachment 2 SRF Required Front-End Specifications (This form must be completed and signed by the Prime Contractor and submitted with the bid) Debarments and Suspensions Any bidder or equipment supplier whose firm or affiliate is listed in on the U . S . General Services Administration Excluded Parties List will be prohibited from the bidding process . The excluded parties records search engine is located at the System for Award Management (SAM ) website : https : //www . sam . gov/SAM /. Pursuant to 2 CFR Part 180 , as supplemented by 2 CFR 1532 , any entity submitting a bid while the SAM website lists that entity as having an active exclusion will be determined by the DNR to be a non - responsive bidder and will not be able to receive SRF funding . United States Environmental Protection Agency Washington , DC 20460 Certification Regarding Debarment , Suspension , and Other Responsibility Matters The prospective participant certifies to the best of its knowledge and belief that it and the principals : ( a ) Are not presently debarred , suspended , proposed for debarment , declared ineligible , or voluntarily excluded from covered transactions by any Federal department or agency ; ( b ) Have not within a three year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of 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 or 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 transactions ( Federal , State , or local ) terminated for cause or default . I understand that a false statement on this certification may be grounds for rejection of this proposal or termination of the award . In addition , under 18 U SC Sec. 10 01 , a false statement may result in a fine of up to $ 10 , 000 or imprisonment for up to 5 years , or both . Nate Hentges - Business Director Typed Name & Title of Authorized Representative 9 / 30 / 2021 Signature of Authorized Representative Date ❑ I am unable to certify to the above statements . My explanation is attached . SRF-3 January 2021 Attachment 3 SRF Required Front-End Specifications (This form must be completed and signed by Prime Contractor and submitted with the bid) Disadvantaged Business Enterprise ( DBE) Solicitation It is EPA's policy that recipients of EPA financial assistance through the State Revolving Fund programs award a "fair share " of subagreements to small , minority and women -owned businesses , collectively know as Disadvantaged Business Enterprises ( DBEs ) . Iowa 's Fair Share goals are : Minority-Owned Business Women -Owned Business Enterprise MBE Goal Enterprise (WBE ) Goal Construction 1 . 7 % 2 . 2 % Supplies 0 . 6 % 5 . 6 % Services 2 . 5 % 11 . 3 % Goods/Equipment 2 . 5 % 10 . 4 % Average 1 . 8 % 7 . 4 % Only work performed by certified DBEs can be counted toward the goals . In Iowa , DBEs must be certified through the Iowa Department of Transportation ( IDOT) . Information on certification requirements and a list of certified DBEs is on the IDOT website at https : Hsecure . iowadot . gov/DBE/ Home/Index/. Prime contractors ' DBE requirements for SRF projects include : • Taking affirmative steps for DBE participation • Documenting the efforts and the proposed utilization of certified DBEs PROJECT INFORMATION SRF Applicant : S . M . Hentges & Sons , Inc Bidder: S . M . Hentges & Sons , Inc Address : 650 Quaker Ave , Jordan MN 55352 Contact Person : Donna Kooiman Signature : - Phone Numbers 952 - 595 - 5107 E -Mail Address : officemanager@smhentges . com Check if Prime Contractor is : ❑ Minority-Owned ❑ Women -Owned SRF-4 January 2021 GOOD FAITH EFFORTS CHECKLIST Please complete the checklist to determine if you have complied with the requirement to make good faith efforts to ensure that certified DBEs have the opportunity to compete for procurements funded by EPA financial assistance funds . Bidders/offerors must make good faith efforts prior to submission of bids/proposals . 1 . Did you ensure that DBEs are made aware of contracting opportunities to the fullest extent practicable through outreach and recruitment activities ? ❑X Yes ❑ No 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 ? ❑X Yes ❑ No 6 . List the potential DBE subcontractors that were contacted . Only list those that are certified through the Iowa Department of Transportation . Name How Contacted Response (e . g . did not respond , (e . g . letter, phone not interested , not competitive) call , fax, e -mail See Attached Solicitation List PROPOSED UTILIZATION OF DBE SUBCONTRACTORS Please include Attachments 4 and 5 to document the proposed utilization of certified DBE subcontractors . SRF-5 January 2021 (� U) O 0 O Q) o .�. o — O L O O N — (0 0 U (3) O o O a) 7_) a — ,� L Om W N U O- CD 0 W O >� O Q C Q m v �� a O m M l o C o aY o ° m UO) W _� � , C cn 0 o , E °o Q U a ° L ai .0 Q J o � L0 U E m 0) ' L +' N 7 U) U) a) > U ca O Q C O a) + C : O :6 O = O (II > 0 O ° U O O U) J CL 0 O QC U a) p = Z Q D O (n w d .r. O E (D L 0) N L U) p E m a) O ( ) LL V. U) =0 E O Q1 U > O L E0 -0 O M � m O Q C J U 0 U) L O C O W fn H O U) _O C ,•�_� fn Q U LW L � � o C F' LL a o m a E c� U m � Z a L ° O ai Z 2 L C L U) o U (n V LU O U CW O . o � a) M � 0 �_ LU Hca U O co U U) 4) � Q 0 O cn O Q Ea) CO � a) D O U °- � H U p � o 0 E _za M W O U W -O vOi > .0 ° L LU v o a) W d F- m a U) O F- Q-' o ZZ L) L � cl 0 = Z oZ w � p W C) O o L o — � o � fnW N ��� /� U 0. 00 ' o T o 0 o a, Z ItIoA^ m V/ Q � L L � Q) a--� O V/ O Z O W � � Q o L > to � — W O c ) vn0 4) in O � O O � � � (n 0) a a) N Q � a) ry mU � Y p 0 U) o ary wm Z) � E ` E � Z) LLw a L a 00 w � a) -o N Q) F— p a) C Z m' w @ � a) C � C O LL j a7 0 a N C a O Q U) L O W ++ t9 m a) O' O ch U) u) Z Q W m 0 C n L U a) C U) O oo 0. O 0 � } L U ° E W J � U � 0 a) Z) mo Q O U O a) Z) E F- >, En Co U) oC) oar W o } .' wo W m C:W O cn L) a L W C L z � o � a � 0 ag w O '" m � E >N LU �_ m U C _UmU ° o5m L U OU J > (B o 4� N "o i C) Z d m c a) Nt c W ' C) ai O Q ° o m L > U \\ Ca � � 0 � E o Q) w � J� o E �' z N0 L o O °, o °) °' -0a) m m Q o O O C V v- ,� N N .000 � . 0 � .Q 0-' pato LU 0 L)co in C Co J7 C6 + O m Fm o Lu --rE O Z a O L C L) > 70 L U a o U m ca ° U Q O) =0 a) ' C N C N p U W :It a) p @ V C coMO m 0 a) a) m O N E E O O O 0 O C >' U) LO W U W Z a) Q U fn cn (n � W m E :2 Q T T T T ? T T T T T T T T T T T T — — — — — — — — — — -a -a -a 6 n — 6 W — — — — — — — — — — — — 6 Q mama — o. 0 z 0 0 0 z 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o a o 0 0 o z z z z a 0 0 0 0 0 0 0 0 0zzz zzzzzzzzzzzzzzzzzzzzzzzzzz zz zz z z z z z z z z m n m .10 0.y 0.i 0.a 0.a 0.y 0.a 0.a 0.a 0 0 `" o `" 0 m0 0 00 00 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 A \ \ \ N C N N \ N \ C \ N \ N \ ry \ \ \ \ \ \ N \ \ \ N C \ \ \ \ \ \ N \ \ N \ 0 0 0 0 0 0 0 N N N N 0 0 0 O O W O\ O\ \ O O O O O O O O O O O O O O O O O 0 N 0 N N N N ei N .i H N 00 00000000N N N 00000000 00 00 00000 000 �yEj 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O O 0 0 0 0 0 0 0 0 0 0 O O 0 0 0 0 0 0 0 0 www w mw w wm wm .um mw wm wm m m m m m m m m m m m m m m m www m m wm w w mw wm wm w w w m m m m m - - - - - o - - - - -E -E - m - - - - - - - - - - - - - - - - - - - - - - - - - - s um u = m r um u = _ = d = s um u u = _ = um = u" 2 u" m u u m u s u u y = m i u m u u = u E 0 g 0 E E o °u E E 0 E o u° E = E 0 u° to u° H o o $ E m T p w m M c u - o c E o "• c m - 0 0 0 v E @i n E w u m c r @, a o v E o E a o t o m E " � �' `0'- m o n o o .. o f a o ti a 0 c E `o E v 0 c °° E ° E m u s o ° t ' @j o ° @u a g «'. oo '- c — m m d J eEp u m a o @� N c a @i 'n @� @� m o - E ? um @j 0 g E v E 'o N @ci rL° 3 @j ; U �° ov -2 s = m o@� c E o � q@' � 3 cv' @i m � U � o � « � 3 o@� v 3v m @i @i tUd c u 121 o@� @� A „ 10 0 q „ Y Y o x v „ e c o w = Z > e o _ o es e' o w� a ° a E a ° A m „ v v o° n E a F Ye „ i i -o x `m o .',' o f o i L c „ E m ° E 12 om E o` o � > E o ? a E mi mu m 3c Ex _ ° 0 ° Hum = °° _ E c ` crl vEi a o a x o -' m ° vti o o` i m x `m 2 u „ ' to x m v o o a m m a x i LL c0 0 � o m `u m - - v N 'm T °-' v c `-` v v - w m m ? m - m `c E c c a ` N F ` � r q u - m o xQ` u° 'N` o '= 0uu as m° o mz aFr > > m Q` o uaQz u° > s rca` mil mP mH mP nm n .miomo ne a0o mtO tO m nn mo mo m fmV N N O �NI1 °NI b .� N m Q v m N N O N M m M N m m m t N w M �O P m m L9W N u1 N aNl m Nm m m m m .Ni V .ma m N .mi Om0 .N-I �O °t .N.1 N m .O1i am0 w m in vmi N m N M m m N m m N N N a0 r m m m N m m m m m m m N N N m N n r m N 0 N m N ap b N m N M m N 00 tm+mt tp t0 N N N b m w w m n r N m O N N m M O ^ M I N o m m t0 N y n n o m n w r m r m m in ry m , N a n m v m a ry g q 10 r M w m o N 00 0 000 .. kb .'+ o am om om0i .+ oo roi `O rvm COP o 000 o mn Cm" vmPi ry P P v t0 r rvr m `i a rT I mm owmm gmrvmm nm �o ry mn nrvrvmM mn m m mmmmmmmv1pi nmvmi " mmw nm mm m mm amm mtO vmi umi umim `i m `i vmi m m m m m m N N m N P N r m N r m r ry N N m m N N N N .P N b O N O m N N o W amf V t a0 N I� W V N 00 ry m N O m V m ammf �a O taa b m N N N m O P N w P N m m N O N N H q w N m .-� m v N O N c0 qT I� N o N O b N ti O N r N O r tD m m O N O < N m N d' tC V m N N w m w O N m tp v0 O O 19 amf M b v M N N v m I N M m Cirri N 00 I m N N M m M N m v N n N N v °mf m N N M N m q cp N m o Non ' mNm � � .h NNm � N �nbri � .nm M � mMm ry mm n m m vtOl vm1 m m vmI N N b �/t nm m m ~ m m om Nm mo rm m mo MN .i rmmN m N mN Nr m � .o mr Myo m r mn r m r � N V m .+ o .+ .-+ n a n o or o m o P umi .+ o � N W o o m o o H N m N N VOI N M N N �l1 N N N v0f M m m N m m m m v0f M m m m M M �O/1 N �/1 N H m tm° m m vNl N M m N N N W M N W N N Q Q Q Q ¢ — ¢ ¢ ¢ ¢ ¢ Q Q Q Q Q Q Q 6 Q ¢ ¢ Q Q ¢ ¢ ¢ ¢ ¢ ¢ ¢ Z Q Q Q Q Q Q Q ¢ ¢ ¢ ¢ Q Q Q n ¢ n 2 c on to o c L « . n o o - = y ° T .a .o - a o o .- ° - c q N o c L 3 X T n '^ z g E m u > `a v s - = 3 = 0 n m c E n V O Q ul O 3 u O O m Z N .A Q O U' vl O u �I m O N z o 3 U O O Q U Q (J K m VI V u S 0 0 0 N m — zo si P m w a m m m° m 0 m m° m° m° m O O O O O O O O O ¢ n n a n n n a n n Z a ,. o d u ¢ N a LLi a s °' u c `m o s d ¢ Q '^ c m � ` sQz N � m mnN ¢ N o as t '~^ L ry „ s o2 � � Y^ o 'Y^ NW r 0 v a mm m > 9 y v s ^' oN v L', s0 -o .a, 03 � v m ry � m oa = o = 1O v Nas v ; ma a �° n 3z ,o 0�' cN � m ° .3n3 � n � ao :� .°xc Qu° 3wm` n > � '� mw cmi E3 ,omnmm a u m NON3vo ry momo `immomm � mm r 'c nLL o ¢ m o mm a+ .+ No -a N vNf m N P O N m m m 0 N� N O N P N P N M V m am rP.ry m m om m •.°, o m ry < m .'"+ M m �o ° m C - — 6 °' o m j n .m, u w a u o J w p\ m u J c u N Z J " = op u c o w N _ 2 c 0"6 ro 0 u 2 a _ c 03 — Y, 0 °- o u° v _ — « m c u m c '_ m ` 0 0 c ai a _ C , "° c m c c y u .°'. u a '� o eoi o@ c m o t7 /`- a o` ° 0 ,. � c 0 ` x c u c u Y0 ° ` `o Lm^ c m '° u w u° '-° u c ao o c u u c N m ` v „ u ° u o c o v c c o w - Num w 3 ,� c E ° d 3 a « 3 `o „ z c ° m 3 3 0 o s E v m c ° c ° o c o 0 — o o .=°n y o v o N o v x ¢ t u N J o ¢ m no '�0 > c z uo � m t- uoa � � mczz c ¢ ¢ uo '� � � o ."i� r � uF am -0 � � � w � 0m_ i a ¢ a m w muw � � 0mw 00 0 0 0 0 0 0 zz z z zz z m 0 a 0 0 v o a v c a o 0 0 0 0 0 0 0 m m m m u = v m E 0 3 m 0 0 0 m E %7Eju o E o0 0 @ E a @jw E = E � _ 3 o a 3 - 0 V a > o F K m O O O O O o a M q v m o m a n m N m m m ry m N m 0 � c _ n o w z as o m � o ¢ s m m w u w a u w m a rvv M 3 m n ory n ry m o - 3 3 v N 3 m 0 s o v Jm 0 m Fu u° v0 _ 0 z _ N � D 0 0 3 3 CONTRACT ADMINISTRATION PROVISIONS Several contract provisions are required to prevent unfair practices that adversely affect DBEs . These include : 1 . Prime Contractor must pay its Subcontractor for satisfactory performance no more than 30 days from the Prime Contractor' s receipt of payment from the SRF loan recipient . 2 . Prime Contractor must notify the SRF loan recipient in writing prior to termination of a DBE subcontractor for convenience . 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 . SRF-6 January 2021 Attachment 4 SRF Required Front-End Specifications (This form must be completed and signed by Prime and DBE Subcontractor for each subcontract and submitted with the bid) Disadvantaged Business Enterprise Program DBE Subcontractor Performance Form This form is intended to capture the DBE ' subcontractor' s2 description of work to be performed and the price of the work submitted to the prime contractor. An EPA Financial Assistance Agreement recipient must require its prime contractor to have its DBE subcontractors complete this form and include all completed forms in the prime contractor' s bid or proposal package . Subcontractor Name Project Name Vutsefz CO U3 41 � w 63 S�� � r Sewer Bid/Proposal No . Assistance Agreement ID No . Point of Contact ( if known ) Address 2 � l rs envy t° 2 v� r1 , 7 Telephone No . Email Address Prime Contractor Name Issuing/Funding Entity Contract Item Description of Work Submitted to the Prime Contractor Involving Price of Work Submitted to Number Construction , Services , Equipment or Supplies the Prime Contractor 30 5eedCtn - rYr�' Z Z �1, 0156::46 3 , 5eec( i TY 04Cy pe 33 / �' V1 €s c>& 34 i Pik 1% Ch46W 3� 57 41 IV, I i DBE Certified by — DOT SBA Meets/exceeds EPA certification standards? Other: YES NO Unknown 'A DBE is a Disadvantaged, Minority , or Woman Business Enterprise that has been certified by an entity from which EPA accepts certification as described in 40 CFR 33 . 204-33 . 205 or certified by EPA. EPA accepts certifications from entities that meet or exceed EPA certification standards as described in 40 CFR 33 . 202 . 2Subcontractor is defined as a company , firm , joint venture , or individual who enters into an agreement with a contractor to provide services pursuant to an EPA award of financial assistance . IASRF61404 DBE Subcontractor Performance Form — Page 1 SRF- 7 January 2021 Disadvantaged Business Enterprise Program DBE Subcontractor Performance Form I certify under penalty of perjury that the forgoing statements are true and correct . Signing this form does not signify a commitment to utilize the subcontractors above . I am aware of that in the event of a replacement of a subcontractor, I will adhere to the replacement requirements set forth in 40 CFR Part 33 Section 33 . 302 (c ) . Prime Co r ctor Signature Print Name Title Date R Subcontractor Signature Print Name '44t Date IASRF6100=3 DBE Subcontractor Performance Form — Page 2 I SRF -8 January 2021 TI �= DT NURSERY F, F-ORESTRY SVG . LTD ? 41Q BR� M � R AV� NU� `V'/AVF= RL_Y . lavYIA 90/677 P� 1�� ��� � � 31 ��� 35Z 0418 :AX ( 31Q) 35 ? 0400 DATE : 9/30/2021 PROJECT : US Highway 63 Sanitary Sewer Upgrades , Phase 1 Waterloo , IA 100% Will Apply to DBE Goal ITEM NO . QTY DESCRIPTION UNIT UNIT PRICE TOTAL 29 1 . 10 Seeding , Fertilizing and Mulching for AC $5 , 500 . 00 $67050 . 00 Hydraulic Seeding - Type 1 Seed Mix 30 7 . 11 Seeding , Fertilizing and Mulching for AC $ 31500 . 00 $24 , 885 . 00 Hydraulic Seeding - Type 2 Seed Mix 31 1 . 10 Seeding , Fertilizing and Mulching for AC $3 , 500 . 00 $ 3 , 850 . 00 Hydraulic Seeding - Type 4 Seed Mix 32 7 . 11 Seeding , Fertilizing and Mulching for AC $23600 . 00 $ 183486 . 00 Hydraulic Seeding - Type 5 Seed Mix 33 8 , 396 . 8 12 " Wattles LF $ 3 . 10 $ 263030 . 08 34 30 Ditch Checks EA $ 125 . 00 $ 31750 . 00 35 27 ,477 . 3 Temporary Rolled Erosion Control SY $ 1 . 05 $ 28 , 851 . 17 Product ( RECP ) 36 1 SWPPP Requirements LS $21500 . 00 $2 , 500 . 00 56 0 .4 Hydraulic Seeding , Fertilizing and AC $5$ 00 . 00 $ 29200 . 00 Mulching Total $ 1161602 . 25 Notes * Line Items Except Line Item 36 Include One Mobilization Each . Additional Mobilizations Will Be Charged At $ 500 . 00 Each . * Line Items Do Not Include Maintenance . Q210WA00T GETTING YOU THERE )) January 25 , 2021 Vallarie Holm VIA ELECTRONIC MAIL Tiedt Nursery, Ltd . 2419 E . Bremer Avenue Waverly, IA 50677 RE : Affidavit of Continued DBE/ACDBE Certification Eligibility Ms . Holm , This letter confirms receipt of your annual No Change Affidavit and supporting documentation . The Iowa Department of Transportation ( Iowa DOT), in compliance with 49 Code of Federal Regulations Part 26 (49 C . F . R. §§26 et seq . ) , is pleased to inform you that your firm's information has been reviewed and approved . Your firm's Disadvantaged Business Enterprise (DBE ) certification will remain valid for another year. The DBE Directory , located at hfgs ://secure. iowadot . .qov/DBE/Home/index/, will continue to list your contact information and will include the following NAICS codes and description of services performed : NAICS Code : 237990 , 238990, 561730 Work Types : Erosion Control (Seed , Sod , Mat, and Silt Fence), Fencing , Herbicide Application ; Landscaping (Trees and Shrubs), Mowing , and Retaining Wails ; Supplier: Trees, Shrubs , Seed , Fertilizer, Erosion Control Products, Plastic Tubing, and Fencing As a DBE , you have the responsibility to comply with all aspects of 49 C. F . R. Part 26 , maintain an accurate mailing address and phone number with Iowa DOT and promptly return all solicitation inquiries . If you have any questions, please contact this office. Sincerely, Danny Wagener Civil Rights Compliance Officer 515-239- 1304 ® I Nikita . Rainey@iowadot. us Q Address * I www . iowadot. gov 800 Lincoln Way, Ames, IA 50010 Attachment 4 SRF Required Front -End Specifications (This form must be completed and signed by Prime and DBE Subcontractor for each subcontract and submitted with the bid) Disadvantaged Business Enterprise Program DBE Subcontractor Performance Form This form is intended to capture the DBE ' subcontractor's2 description of work to be performed and the price of the work submitted to the prime contractor. An EPA Financial Assistance Agreement recipient must require its prime contractor to have its DBE subcontractors complete this form and include all completed forms in the prime contractor's bid or proposal package . Subcontractor Name Project Name US Hwy 63 Sanitary Sewer Upgrade - Phase 1 Bid/Proposal No . Assistance Agreement ID No . Point of Contact ( if known ) City Contract # 1037 Address Telephone No . Email Address Prime Contractor Name Issuing/Funding Entity S . M . Hentges & Sons , Inc Contract Item Description of Work Submitted to the Prime Contractor Involving Price of Work Submitted to Number Construction , Services , Equipment or Supplies the Prime Contractor DBE Certified by X DOT SBA Meets/exceeds EPA certification standards ? Other: YES NO X 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 . IASRF6100 -3 DBE Subcontractor Performance Form — Page 1 SRF-7 January 2021 Disadvantaged Business Enterprise Program DBE Subcontractor Performance Form I certify under penalty of perjury that the forgoing statements are true and correct . Signing this form does not signify a commitment to utilize the subcontractors above . I am aware of that in the event of a replacement of a subcontractor, I will adhere to the replacement requirements set forth in 40 CFR Part 33 Section 33 . 302 (c) . Prime Contractor Signature Print Name Nate Hentges Title Date Business Director 9 / 30 / 2021 Subcontractor Signature Print Name Title Date IASRF6100 -3 DBE Subcontractor Performance Form — Page 2 SRF-8 January 2021 Attachment 5 SRF Required Front-End Specifications (This form must be completed and signed by Prime Contractor and submitted with the bid if utilizing DBE subcontractors) Disadvantaged Business Enterprise Program DBE Subcontractor Utilization Form This form is intended to capture the prime contractor' s actual and/or intended use of identified certified DBE ' subcontractors2 and the estimated dollar amount of each subcontract . An EPA Financial Assistance Agreement Recipient must require its prime contractors to complete this form and include it in the bid or proposal package . Prime contractors should also maintain a copy of this form on file . Prime Contractor Name Project Name S . M . Hentges & Sons , Inc US Hwy 63 Sanitary Sewer Upgrade - Phase 1 Bid/Proposal No . Assistance Agreement ID No . Point of Contact ( if known ) City Contract # 1037 Nate Hentges Address 650 Quaker Ave , Jordan MN 55352 Telephone No . Email Address 952 - 492 - 5700 Nate@smhentges . com Issuing/ Funding Entity I have identified potential DBE certified subcontractors X YES NO If yes , please com tete the table below . If no , please explain : Subcontractor Company Address/Phone/Email Estimated Dollar Currently DBE Name/Company Amount Certified ? Name L` /J�' .� 2 u i g cr��,f3.2 �.7 �< ,�v� G�u�c�J% , �f✓ 4 S 00 9 7;; ef a � c . Cis . ,goc� Continue on back if needed ' A DBE is a Disadvantaged , Minority , or Woman Business Enterprise that has been certified by an entity from which EPA accepts certification as described in 40 CFR 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 . IASRF6100 -4 DBE Subcontractor Utilization Form — Page 1 SRF-9 January 2021 Attachment 5 SRF Required Front - End Specifications (This form must be completed and signed by Prime Contractor and submitted with the bid if utilizing DBE subcontractors) Disadvantaged Business Enterprise Program DBE Subcontractor Utilization Form This form is intended to capture the prime contractor' s actual and/or intended use of identified certified DBE ' subcontractors2 and the estimated dollar amount of each subcontract . An EPA Financial Assistance Agreement Recipient must require its prime contractors to complete this form and include it in the bid or proposal package . Prime contractors should also maintain a copy of this form on file . Prime Contractor Name Project Name S . M . Hentges & Sons , Inc US Hwy 63 Sanitary Sewer Upgrade - Phase 1 Bid/ Proposal No . Assistance Agreement ID No . Point of Contact ( if known ) City Contract # 1037 Nate Hentges Address 650 Quaker Ave , Jordan MN 55352 Telephone No . Email Address 952 - 492 - 5700 Nate@smhentges . com Issuing/Funding Entity I have identified potential DBE certified subcontractors X YES NO If yes , please complete the table below . If no , please explain : Subcontractor Company Address/Phone/Email Estimated Dollar Currently DBE Name/Company Amount Certified ? Name Continue on back if needed ' A DBE is a Disadvantaged , Minority, or Woman Business Enterprise that has been certified by an entity from which EPA accepts certification as described in 40 CFR 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 . IASRF6100 -4 DBE Subcontractor Utilization Form — Page 1 SRF-9 January 2021 Disadvantaged Business Enterprise Program DBE Subcontractor Utilization Form I certify under penalty of perjury that the forgoing statements are true and correct. Signing this form does not signify a commitment to utilize the subcontractors above . I am aware of that in the event of a replacement of a subcontractor, I will adhere to the replacement requirements set forth in 40 CFR Part 33 Section 33 . 302 (c) . Prime Contractor Signature Print Name Nate Hentges Pt Title Date Business Director 9 / 30 / 2021 IASRF61004 DBE Subcontractor Utilization Form — Page 2 SRF- 10 January 2021 Attachment 6 SRF Required Front- End Specifications (This form is for the voluntary use of DBE Subcontractors) Disadvantaged Business Enterprise Program DBE Subcontractor Participation Form An EPA Financial Assistance Agreement Recipient must require its prime contractors to provide this form to its DBE subcontractors . The use of this form by DBE subcontractors is voluntary and is not required for bidding. This form gives a DBE ' subcontractor2 the opportunity to describe work received and/or report any concerns regarding the EPA- funded project (e . g . in areas such as termination by prime contractor, late payments , etc . ) . The DBE subcontractor can , as an option , complete and submit this form to the EPA DBE Coordinator at any time during the project period of performance . Subcontractor Name Project Name Bid/Proposal No . Assistance Agreement ID No . Point of Contact (if known ) Address Telephone No , Email Address Prime Contractor Name Issuing/Funding Entity Contract Item Description of Work Received from the Prime Contractor Involving Amount Received by Number Construction , Services , Equipment or Supplies Prime Contractor ' 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 . IASRF6100-2 DBE Subcontractor Participation Form — Page 1 SRF- 11 January 2021 Disadvantaged Business Enterprise Program DBE Subcontractor Participation Form Please use the space below to report any concerns regarding the above EPA-funded project : Subcontractor Signature Print Name Title Date Return to : Regional Coordinator, Small Business Utilization , U . S . Environmental Protection Agency, Region 7 , 11201 Renner Blvd . , Lenexa , KS 66219 IASRF6100 -2 DBE Subcontractor Participation Form — Page 2 SRF- 12 January 2021 Attachment 7 SRF Required Front-End Specifications Other Federal Requirements Language A. Standard Federal Equal Employment Opportunity Construction Contract Specifications ( Executive Order 11246) 1 . As used in these specifications : a . " Covered area " means the geographical area described in the solicitation from which this contract resulted ; b . " Director" means Director, Office of Federal Contract Compliance Programs , United States Department of Labor, or any person to whom the Director delegates authority; C . " Employer identification number" means the Federal Social Security number used on the Employer' s Quarterly Federal Tax Return , U . S . Treasury Department Form 941 . d . " Minority" includes : ( i ) Black (all persons having origin in any of the Black African racial groups not of Hispanic origin ) ; ( ii ) Hispanic (all persons of Mexican , Puerto Rican , Cuban , Central or South American or other Spanish Culture or origin , regardless of race ) ; ( iii ) Asian and Pacific Islander ( all persons having origins in any of the original peoples of the Far East , Southeast Asia , the Indian Sub- continent , or the Pacific Islands ) ; and ( iv ) American Indian or Alaskan Native (all persons having origins in any of the original peoples of North America and maintaining identifiable tribal affiliations through membership and participation or community identification ) . 2 . Whenever the Contractor, or any Subcontractor at any tier subcontracts a portion of the work involving any construction trade , it shall physically include in each subcontract in excess of $ 10 , 000 the provisions of these specifications and the Notice which contains the applicable goals for minority and female participation and which is set forth in the solicitations from which this contract resulted . 3 . If the Contractor is participating ( pursuant to 41 CFR 64 . 5 ) in a Hometown Plan approved by the U . S . Department of Labor in the covered area either individually or through an association , its affirmative action obligations on all work in the Plan area ( including goals and timetables ) shall be in accordance with that Plan for those trades which have unions participating in the Plan . Contractors must be able to demonstrate their participation in and compliance with the provisions of any such Hometown Plan . Each Contractor or Subcontractor participating in an approved Plan is individually required to comply with its obligations under the EEO clause , and to make a good faith effort to achieve each goal under the Plan in each trade in which it has employees . The overall good faith performance by other Contractors or Subcontractors toward a goal in an approved Plan does not excuse any covered Contractor' s or Subcontractor's failure to take good faith efforts to achieve the Plan goals and timetables . 4 . The Contractor shall implement the specific affirmative action standards provided in paragraphs 7a through p of these specifications . The goals set forth in the solicitation from which this contract resulted are expressed as percentages of the total hours of employment and training of minority and female utilization the Contractor should reasonably be able to achieve in each construction trade in which it has employee in the covered area . Covered construction contractors performing construction work in geographical areas where they do not have a SRF- 13 January 2021 Federal or federally assisted construction contract shall apply the minority and female goals established for the geographical area where the work in being performed . Goals are published periodically in the Federal Register in notice form , and such notices may be obtained from any Office of Federal Contract Compliance Programs office or from Federal procurement contracting officers . The Contractor is expected to make substantially uniform progress in meeting its goals in each craft during the period specified . 5 . Neither the provisions of any collective bargaining agreement, nor the failure by a union with whom the Contractor has a collective bargaining agreement , to refer either minorities or women shall excuse the Contractor' s obligations under these specifications , Executive Order 11246 , or the regulations promulgated pursuant thereto . 6 . In order for the nonworking training hours of apprentices and trainees to be counted in meeting the goals , such apprentices and trainees must be employed by the Contractor during the training period , and the Contractor must have made a commitment to employ the apprentices and trainees at the completion of their training , subject to the availability of employment opportunities . Trainees must be trained pursuant to training programs approved by the U . S . Department of Labor. 7 . The Contractor shall take specific affirmative actions to ensure equal employment opportunity . The evaluation of the Contractor' s compliance with these specifications shall be based upon its effort to achieve maximum results from its actions . The Contractor shall document these efforts fully , and shall implement affirmative action steps at least as extensive as the following : a . Ensure and maintain a working environment free of harassment , intimidation , and coercion at all sites , and in all facilities at which the Contractor employees are assigned to work . The Contractor, where possible will assign two or more women to each construction project . The Contractor shall specifically ensure that all foremen , superintendents , and other on -site supervisory personnel are aware of and carry out the Contractor' s obligation to maintain such a working environment, with specific attention to minority or female individuals working at such sites or in such facilities . b . Establish and maintain a current list of minority and female recruitment sources , provide written notification to minority and female recruitment sources and to community organizations when the Contractor or its unions have employment opportunities available and maintain a record of the organizations' responses . c . Maintain a current file of the names , addresses and telephone numbers of each minority and female off-the-street applicant and minority or female referral from a union , a recruitment source or community organization and of what action was taken with respect to each such individual . If such individual was sent to the union hiring hall for referral and was not referred back to the Contractor by the union or, if referred , not employed by the Contractor, this shall be documented in the file with the reason therefore , along with whatever additional actions the Contractor may have taken . d . Provide immediate written notification to the Director when the union or unions with which the Contractor has a collective bargaining agreement has not referred to the Contractor a minority person or woman sent by the Contractor, or when the Contractor has other information that the union referral process has impeded the Contractor's effort , to meet its obligations . e . Develop on-the-job training opportunities and/or participate in training programs for the area which expressly include minorities and women , including upgrading programs and apprenticeship and trainee programs relevant to the Contractor' s employment needs , especially those programs funded or approved by the Department of Labor. The SRF- 14 January 2021 Contractor shall provide notice of these programs to the source complied under 7b above . f. Disseminate the Contractor' s EEO policy by providing notice of the policy to unions and training programs and requesting their cooperation in assisting the Contractor in meeting its EEO obligations ; by including it in any policy manual and collective bargaining agreement ; by publicizing it in the company newspaper, annual report , etc . ; by specific review of the policy with all management personnel and with all minority and female employees at least once a year; and by posting the company EEO policy on bulletin boards accessible to all employees at each location where construction work is performed . g . Review , at least annually , the company's EEO policy and affirmative action obligations under these specifications with all employees having any responsibility for hiring , assignment , layoff, termination or other employment decisions including specific review of these items with onsite supervisory personnel such as Superintendents , General Foremen , etc . , prior to the initiation of construction work at any job site . A written record shall be made and maintained identifying the time and place of these meetings , persons attending , subject matter discussed , and disposition of the subject matter. h . Disseminate the Contractor' s EEO policy externally by including it in any advertising in the news media , specifically including minority and female news media , and providing written notification to and discussing the Contractor's EEO policy with other Contractors and Subcontractors with whom the Contractor does or anticipates doing business . i . Direct its recruitment efforts , both oral and written , to minority, female and community organizations , to schools with minority and female students and to minority and female recruitment and training organizations serving the Contractor' s recruitment area and employment needs . Not later than one month prior to the date for the acceptance of applications for apprenticeship or other training by any recruitment source , the Contractor shall send written notification to organizations such as the above , describing the openings , screening procedures , and test to be used in the selection process . j . Encourage present minority and female employees to recruit other minority persons and women and , where reasonable , provide after school , summer and vacation employment to minority and female youth both on the site and in other areas of a Contractor's workforce . k . Validate all tests and other selection requirements where there is an obligation to do so under 41 CFR Part IBM . 1 . Conduct , at least annually , an inventory and evaluation at least of all minority and female personnel for promotional opportunities and encourage these employees to seek or to prepare for, through appropriate training , etc . , such opportunities . m . Ensure that seniority practices , job classifications work assignments and other personnel practices , do not have a discriminatory effect by continually monitoring all personnel and employment related activities to ensure that the EEO policy and the Contractor's obligations under these specifications are being carried out . n . Ensure that all facilities and company activities are nonsegregated except that separate or single- user toilet and necessary changing facilities shall be provided to assure privacy between the sexes . o . Document and maintain a record of all solicitations of offers for subcontracts from minority and female construction contractors and suppliers , including circulation of solicitations to minority and female contractor associations and other business associations . p . Conduct a review, at least annually, of all supervisors ' adherence to and performance under the Contractor' s EEO policies and affirmative action obligations . SRF- 15 January 2021 8 . Contractors are encouraged to participate in voluntary associations which assist in fulfilling one or more of their affirmative action obligations ( 7a through p ) . The efforts of a contractor association , joint contractor- union , contractor- community , or other similar group of which the contractor is a member and participant , may be asserted as fulfilling any one or more of its obligations under 7a through p of these Specifications provided that the contractor actively participates in the group , makes every effort to assure that the group has a positive impact on the employment of minorities and women in the industry , ensures that the concrete benefits of the program are reflected in the Contractor's minority and female workforce participation , makes a good faith effort to meet its individual goals and timetables , and can provide access to documentation which demonstrates the effectiveness of actions taken on behalf of the Contractor. The obligation to comply, however, is the Contractor' s and failure of such a group to fulfill an obligation shall not be a defense for the Contractor' s noncompliance . 9 . A single goal for minorities and a separate single goal for women have been established . The Contractor, however, is required to provide equal employment opportunity and to take affirmative action for all minority groups , both male and female , and all women , both minority and non- minority. Consequently , the Contractor may be in violation of the Executive Order if a particular group is employed in a substantially disparate manner (for example , even though the Contractor has achieved its goals for women generally , the Contractor may be in violation of the Executive Order if a specific minority group of women is underutilized ) . 10 . The Contractor shall not use the goals and timetable or affirmative action standards to discriminate against any person because of race , color, religion , sex , or national origin . 11 . The Contractor shall not enter into any Subcontract with any person or firm debarred from Government contracts pursuant to Executive Order 11246 . 12 . The Contractor shall carry out such sanctions and penalties for violation of these specifications and of the Equal Opportunity Clause , including suspension , termination and cancellation of existing subcontracts as may be imposed or ordered pursuant to Executive Order 11246 , as amended , and its implementing regulations , by the Office of Federal Contract Compliance Programs . Any Contractor who fails to carry out such sanctions and penalties shall be in violation of these specifications and Executive Order 11246 , as amended . 13 . The Contractor, in fulfilling its obligations under these specifications , shall implement specific affirmative action steps at least as extensive as those standards prescribed in paragraph 7 of these specifications so as to achieve maximum results from its efforts to ensure equal employment opportunity . If the Contractor fails to comply with the requirements of the Executive Order, the implementing regulations , or these specifications , the Director shall proceed in accordance with 41 CFR 604 . 8 . 14 , The Contractor shall designate a responsible official to monitor all employment related activity to ensure that the company EEO policy is being carried out, to submit reports relating to the provisions hereof as may be required by the Government and to keep records . Records shall at least include for each employee the name , address , telephone numbers , construction trade , union affiliation if any , employee identification number when assigned , social security number, race , sex , status (e . g . , mechanic, apprentice , trainee , helper, or laborer) , dates of changes in status , hours worked per week in the indicated trade , rate of pay , and locations at which the work was performed . Records shall be maintained in an easily understandable and retrievable form ; however, to the degree that existing records satisfy this requirement , contractors shall not be required to maintain separate records . SRF- 16 January 2021 15 . Nothing herein provided shall be construed as a limitation upon the application of other laws which establish different standards of compliance or upon the application of requirements for the hiring of local or other area residents ( e . g . , those under the Public Works Employment Act of 1977 and the Community Development Block Grant Program ) . Federal Register, Vol . 43 , No . 68 - Friday , April 7 , 1978 (Corrected May 5 , 1978 ) . Effective Date : May 8 , 1978 Federal Register, Vol . 45 , No . 194 . Paragraph 4 , revised October 3 , 1980 Effective Date : September 30 , 1980 APPENDICES A and 13 -80 Notice of Requirement for Affirmative Action to Ensure Equal Employment Opportunity ( Executive Order 11246 ) 1 . The Offerors or Bidder' s attention is called to the " Equal Opportunity Clause " and the " Standard Federal Equal Employment Specifications " set forth herein . 2 . The goals and timetables for minority and female participation , expressed in percentage terms for the Contractor' s aggregate workforce in each trade on all construction work in the covered area , are as follows : ( See Appendix 13- 80 and Appendix A Below ) These goals are applicable to all the Contractor' s construction work (whether or not it is Federal or federally assisted ) performed in the covered area . If the contractor performs construction work in a geographical area located outside of the covered area , it shall apply the goals established for such geographical area where the work is actually performed . With regard to this second area , the contractor also is subject to the goals for both its federally involved and non - federally involved construction . The Contractor' s compliance with the Executive Order and in the regulations in 41 CFR Part 60-4 shall be based on its implementation of the Equal Opportunity Clause , specific affirmative action obligations required by the specifications set forth in 41 CFR 60-4 . 3 ( a ) , and its efforts to meet the goals . The hours of minority and female employment and training must be substantially uniform throughout the length of the contract , and in each trade , and the contractor shall make a good faith effort to employ minorities and women evenly on each of its projects . The transfer of minority or female employees or trainees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor' s goals shall be a violation of the contract , the Executive Order and the regulations in 41 CFR Part 60-4 . Compliance with the goals will be measured against the total work hours performed . 3 . The Contractor shall provide written notification to the Director of the Office of Federal Contract Compliance Programs within 10 working days of award of any construction subcontract in excess of $ 10 , 000 at any tier for construction work under the contract resulting from this solicitation . The notification shall list the name , address and telephone number of the subcontractor, employer Identification number of the subcontractor, estimated dollar amount of the subcontract , and the geographical area in which the subcontract is to be performed . SRF- 17 January 2021 4 . As used in this Notice , and in the contract resulting from this solicitation , the " covered area " is ( State of Iowa ) . APPENDIX A The following goals and timetables for female utilization shall be included in all Federal and federally assisted construction contracts and subcontracts in excess of $ 10 , 000 . The goals are applicable to the contractor' s aggregate on -site construction workforce whether or not part of that workforce is performing work on a Federal or federally assisted construction contract or subcontract . Area covered : Goals for Women apply nationwide . Timetable Goals ( percent) From Apr. 1 , 1978 until March 31 , 1979 . . . . . . . 3 . 1 From Apr. 1 , 1979 until March 31 , 1980 . . . 0 . 4 . 5 . 0 From Apr. 1 , 1980 until March 31 , 1981 . , . . . . . 6 . 9 Published , Federal Register May 5 , 1978 APPENDIX B -80 Until further notice , the following goals for minority utilization in each construction craft and trade shall be included in all Federal or federally assisted construction contracts and subcontracts in excess of $ 10 , 000 to be performed in the respective geographical areas . The goals are applicable to each nonexempt contractor' s total onsite construction workforce , regardless of whether or not part of that workforce is performing work in a Federal , federally assisted or nonfederally related project , contract or subcontract . Construction contractors which are participating in an approved Hometown Plan (see 41 CFR 60-4 . 5 ) are required to comply with the goals of the Hometown Plan with regard to construction work they perform in the area covered by the Hometown Plan . With regard to all their other covered construction work , such contractors are required to comply with the applicable SMSA of EA goal contained in this appendix B - 80 . SRF- 18 January 2021 Economic Areas State : Iowa Goal % 096 Dubuque IA : SMSA Counties : 2200 Dubuque , IA . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 0 . 6 IA Dubuque Non - SMSA Counties . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 0 . 5 IA Allamakee , IA Clayton , IA Delaware , IA , Jackson IA , Winneshiek 099 Davenport Rock Island Moline , IA- IL : SMSA Counties : 1960 Davenport Rock Island Moline , IA- IL . . . . . . . . 4 . 6 IL Henry , IL Rock Island Moline , IA Scott Non - SMA Counties . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 3 . 4 IL Carroll , IL Hancock , IL Henderson , IL , Mercer, IL Whiteside , IA Clinton , IA Des Moines , IA Henry , IA Lee , IA Louisa , IA , Muscatine , MO Clark 100 Cedar Rapids , IA : SMSA Counties : 1360 Cedar Rapids , IA . . . . . . . . . . . . . . . . . . . . . . . . 1 . 7 IA Linn Non -SMSA Counties . . . . . . . . . . . . . . . . . . . . . . . . . . 1 . 5 IA Benton , IA Cedar , IA Iowa , IA Johnson , IA , Jones , IA , Washington 101 Waterloo , IA: SMSA Counties : 8920 Waterloo- Cedar Falls , IA . . . . . . . . . . . . . . . 4 . 7 IA Black Hawk Non - SMSA Counties . . . . . . . . . . . . . . . . . . . . . . . . . . 2 . 0 IA Bremer, IA Buchanan , IA Butler, IA Cerro Gordo , IA Chickasaw, IA Fayette , IA Floyd , IA Franklin , IA Grundy, IA Hancock , IA Hardin , IA Howard , IA Mitchell , IA Winnebago , IA Worth 102 Fort Dodge , IA : Non -SMSA Counties . . . . . . . . . . . . . . . . . . . . . . . . . . 0 . 4 IA Buena Vista , IA Calhoun , IA Carroll , IA Clay , IA Dickinson , IA Emmet , IA Greene , IA Hamilton , IA Humboldt , IA Kossuth , IA Palo Alto , IA Pocahontas , IA Sac , IA Webster, IA Wright 103 Sioux City, IA: SMSA Counties : 7720 Sioux City , IA- NE . . . . . . . . . . . . . . . . . . . . . . . . 1 . 9 IA Woodbury , NE Dakota SRF- 19 January 2021 Non - SMSA Counties . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 . 2 IA Cherokee , IA Crawford , IA Ida , IA Monona , IA O ' Brien , IA Plymouth , IA Sioux , NE Antelope , NE Cedar, NE Cuming , NE Dixon , NE Knox , NE Madison , NE Pierce , NE Stanton , NE Thurston , NE Wayne , SD Bon Homme , SD Clay, SD Union , SD Yankton 104 Des Moines , IA : SMSA Counties : 2120 Des Moines , IA . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 4 . 5 IA Polk , IA Warren Non SMSA Counties : 2 . 4 IA Adair , IA Appanoose , IA Boone , IA Clarke , IA Dallas , IA Davis , IA Decatur, IA Guthrie , IA Jasper, IA Jefferson , IA Keokuk , IA Lucas , IA Madison , IA Mahaska , IA Marion , IA Marshall , IA Monroe , IA Poweshiek , IA Ringgold , IA Story , IA Tama , IA Union , IA Van Buren , IA Wapello , IA Wayne 143 Omaha , NE : SMSA Counties : 5920 Omaha , NE- IA . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 7 . 6 IA Pottawattamie , NE Douglas , NE Sarpy Non - SMSA Counties . . . . . . . . . . . . . . . . . . . . . . . . . . . . 5 . 3 IA Adams , IA Audubon , IA Cass , IA Fremont, IA Harrison , IA Mills , IA Montgomery , IA Page , IA Shelby , IA Taylor, NE Burt , NE Cass , NE Colfax , NE Dodge , NE Platte , NE Saunders , NE Washington Published , Federal Register October 3 , 1980 B . Federal Labor Standards Provisions ( including Davis -Bacon prevailing wage rates) Applicability The Project or Program to which the construction work covered by this contract pertains is being assisted by the United States of America and the following Federal Labor Standards Provisions are included in this Contract pursuant to the provisions applicable to such Federal assistance . ( 1 ) Minimum wages . ( i ) All laborers and mechanics employed or working upon the site of the work will be paid unconditionally and not less often than once a week , and without subsequent deduction or rebate on any account ( except such payroll deductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act (29 CFR part 3 ) ) , the full amount of wages and bona fide fringe benefits (or cash equivalents thereof) due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the contractor and such laborers and mechanics . Contributions made or costs reasonably anticipated for bona fide fringe benefits under section 1 ( b ) (2 ) of the Davis- Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics , subject to the provisions of paragraph (a ) ( 1 ) ( iv) of this section ; also , regular contributions made or costs incurred for more than a weekly period ( but not less often than quarterly) under plans , funds , or programs which cover the particular weekly period , are deemed to be constructively made or incurred during such weekly period . Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed , without regard to skill , SRF-20 January 2021 except as provided in Sec . 5 . 5 (a ) (4 ) . Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein : Provided that , the employer' s payroll records accurately set forth the time spent in each classification in which work is performed . The wage determination ( including any additional classification and wage rates conformed under paragraph ( a ) ( 1 ) ( ii ) of this section ) and the Davis- Bacon poster (WH - 1321 ) shall be posted at all times by the contractor and its subcontractors at the site of the work in a prominent and accessible place where it can be easily seen by the workers . ( ii ) (A) The contracting officer shall require that any class of laborers or mechanics , including helpers , which is not listed in the wage determination and which is to be employed under the contract shall be classified in conformance with the wage determination . The contracting officer shall approve an additional classification and wage rate and fringe benefits therefore only when the following criteria have been met : ( 1 ) The work to be performed by the classification requested is not performed by a classification in the wage determination ; and (2 ) The classification is utilized in the area by the construction industry ; and ( 3 ) The proposed wage rate , including any bona fide fringe benefits , bears a reasonable relationship to the wage rates contained in the wage determination . ( B ) If the contractor and the laborers and mechanics to be employed in the classification ( if known ) , or their representatives , and the contracting officer agree on the classification and wage rate ( including the amount designated for fringe benefits where appropriate ) , a report of the action taken shall be sent by the contracting officer to the Administrator of the Wage and Hour Division , Employment Standards Administration , U . S . Department of Labor, Washington , DC 20210 . The Administrator, or an authorized representative , will approve , modify, or disapprove every additional classification action within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30 -day period that additional time is necessary . ( C ) In the event the contractor, the laborers or mechanics to be employed in the classification or their representatives , and the contracting officer do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits , where appropriate ) , the contracting officer shall refer the questions , including the views of all interested parties and the recommendation of the contracting officer, to the Administrator for determination . The Administrator, or an authorized representative , will issue a determination within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30 -day period that additional time is necessary. ( D ) The wage rate ( including fringe benefits where appropriate ) determined pursuant to paragraphs ( a ) ( 1 ) ( ii ) ( B ) or ( C ) of this section , shall be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification . ( iii ) Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate , the contractor shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof. ( iv ) If the contractor does not make payments to a trustee or other third person , the contractor may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program , Provided , That the Secretary of Labor has found , upon the written request of the contractor, that the applicable standards of the Davis- Bacon Act have been met . The Secretary of Labor may require the contractor to set aside in a separate account assets for the meeting of obligations under the plan or program . SRF-21 January 2021 ( 2 ) Withholding . The EPA shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld from the contractor under this contract or any other Federal contract with the same prime contractor, or any other federally- assisted contract subject to Davis - Bacon prevailing wage requirements , which is held by the same prime contractor, so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics , including apprentices , trainees , and helpers , employed by the contractor or any subcontractor the full amount of wages required by the contract . In the event of failure to pay any laborer or mechanic , including any apprentice , trainee , or helper , employed or working on the site of the work , all or part of the wages required by the contract , the EPA may , after written notice to the contractor, sponsor , applicant , or owner, take such action as may be necessary to cause the suspension of any further payment , advance , or guarantee of funds until such violations have ceased . ( 3 ) Payrolls and basic records . ( i ) Payrolls and basic records relating thereto shall be maintained by the contractor during the course of the work and preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work . Such records shall contain the name , address , and social security number of each such worker , his or her correct classification , hourly rates of wages paid ( including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in section 1 ( b ) (2 ) ( B ) of the Davis- Bacon Act ) , daily and weekly number of hours worked , deductions made and actual wages paid . Whenever the Secretary of Labor has found under 29 CFR 5 . 5 ( a ) ( 1 ) ( iv ) that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in section 1 ( b ) (2 ) ( B ) of the Davis - Bacon Act , the contractor shall maintain records which show that the commitment to provide such benefits is enforceable , that the plan or program is financially responsible , and that the plan or program has been communicated in writing to the laborers or mechanics affected , and records which show the costs anticipated or the actual cost incurred in providing such benefits . Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs , the registration of the apprentices and trainees , and the ratios and wage rates prescribed in the applicable programs . ( ii ) (A) The contractor shall submit weekly for each week in which any contract work is performed a copy of all payrolls to the (write in name of appropriate federal agency ) if the agency is a party to the contract , but if the agency is not such a party , the contractor will submit the payrolls to the applicant , sponsor, or owner, as the case may be , for transmission to the (write in name of agency) . The payrolls submitted shall set out accurately and completely all of the information required to be maintained under 29 CFR 5 . 5 (a ) ( 3 ) ( i ) , except that full social security numbers and home addresses shall not be included on weekly transmittals . Instead the payrolls shall only need to include an individually identifying number for each employee ( e . g . , the last four digits of the employee ' s social security number) . The required weekly payroll information may be submitted in any form desired . Optional Form WH -347 is available for this purpose from the Wage and Hour Division Web site at http : //www . dol . gov/whd /programs/dbra /forms . htm or its successor site . The prime contractor is responsible for the submission of copies of payrolls by all subcontractors . Contractors and subcontractors shall maintain the full social security number and current address of each covered worker , and shall provide them upon request to the (write in name of appropriate federal agency) if the agency is a party to the contract , but if the agency is not such a party , the contractor will submit them to the applicant , sponsor, or owner , as the case may be , for transmission to the (write in name of agency) , the contractor, or the Wage and Hour Division of the Department of Labor for purposes of an investigation or audit of compliance with prevailing wage requirements . It is not a violation of this section for a prime contractor to require a subcontractor to provide addresses and social security numbers to the prime contractor for its SRF-22 January 2021 own records , without weekly submission to the sponsoring government agency ( or the applicant , sponsor, or owner) . ( B ) Each payroll submitted shall be accompanied by a " Statement of Compliance , " signed by the contractor or subcontractor or his or her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following : ( 1 ) That the payroll for the payroll period contains the information required to be provided under Sec . 5 . 5 (a ) ( 3 ) ( ii ) of Regulations , 29 CFR part 5 , the appropriate information is being maintained under Sec. 5 . 5 (a ) ( 3 ) ( i ) of Regulations , 29 CFR part 5 , and that such information is correct and complete ; (2 ) That each laborer or mechanic ( including each helper, apprentice , and trainee ) employed on the contract during the payroll period has been paid the full weekly wages earned , without rebate , either directly or indirectly , and that no deductions have been made either directly or indirectly from the full wages earned , other than permissible deductions as set forth in Regulations , 29 CFR part 3 ; ( 3 ) That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of work performed , as specified in the applicable wage determination incorporated into the contract . ( C ) The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH - 347 shall satisfy the requirement for submission of the " Statement of Compliance " required by paragraph (a ) ( 3 ) ( ii ) ( B ) of this section . ( D ) The falsification of any of the above certifications may subject the contractor or subcontractor to civil or criminal prosecution under section 1001 of title 18 and section 231 of title 31 of the United States Code . ( iii ) The contractor or subcontractor shall make the records required under paragraph (a ) ( 3 ) ( i ) of this section available for inspection , copying , or transcription by authorized representatives of the EPA or the Department of Labor, and shall permit such representatives to interview employees during working hours on the job . If the contractor or subcontractor fails to submit the required records or to make them available , the Federal agency may , after written notice to the contractor, sponsor, applicant , or owner, take such action as may be necessary to cause the suspension of any further payment , advance , or guarantee of funds . Furthermore , failure to submit the required records upon request or to make such records available may be grounds for ze debarment action pursuant to 29 CFR 5 . 12 . (4 ) Apprentices and trainees-4i ) Apprentices . Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the U . S . Department of Labor, Employment and Training Administration , Office of Apprenticeship Training , Employer and Labor Services , or with a State Apprenticeship Agency recognized by the Office , or if a person is employed in his or her first 90 days of probationary employment as an apprentice in such an apprenticeship program , who is not individually registered in the program , but who has been certified by the Office of Apprenticeship Training , Employer and Labor Services or a State Apprenticeship Agency (where appropriate ) to be eligible for probationary employment as an apprentice . The allowable ratio of apprentices to journeymen on the job site in any craft classification shall not be greater than the ratio permitted to the contractor as to the entire work force under the registered program . Any worker listed on a payroll at an apprentice wage rate , who is not registered or otherwise employed as stated above , shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed . In addition , any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed . Where a contractor is performing construction on a project in a locality other than that in which its program is registered , the ratios and wage rates (expressed in percentages of the journeyman 's SRF-23 January 2021 hourly rate ) specified in the contractor's or subcontractors registered program shall be observed . Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice 's level of progress , expressed as a percentage of the journeymen hourly rate specified in the applicable wage determination . Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program . If the apprenticeship program does not specify fringe benefits , apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification . If the Administrator determines that a different practice prevails for the applicable apprentice classification , fringes shall be paid in accordance with that determination . In the event the Office of Apprenticeship Training , Employer and Labor Services , or a State Apprenticeship Agency recognized by the Office , withdraws approval of an apprenticeship program , the contractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved . ( ii ) Trainees . Except as provided in 29 CFR 5 . 16 , trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval , evidenced by formal certification by the U . S . Department of Labor, Employment and Training Administration . The ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration . Every trainee must be paid at not less than the rate specified in the approved program for the trainee' s level of progress , expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination . Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program . If the trainee program does not mention fringe benefits , trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination which provides for less than full fringe benefits for apprentices . Any employee listed on the payroll at a trainee rate who is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed . In addition , any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed . In the event the Employment and Training Administration withdraws approval of a training program , the contractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved . ( iii ) Equal employment opportunity . The utilization of apprentices , trainees and journeymen under this part shall be in conformity with the equal employment opportunity requirements of Executive Order 11246 , as amended , and 29 CFR part 30 . (5 ) Compliance with Copeland Act requirements . The contractor shall comply with the requirements of 29 CFR part 3 , which are incorporated by reference in this contract. (6 ) Subcontracts . The contractor or subcontractor shall insert in any subcontracts the clauses contained in 29 CFR 5 . 5 (a ) ( 1 ) through ( 10 ) and such other clauses as the (write in the name of the Federal agency) may by appropriate instructions require , and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts . The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses in 29 CFR 5 . 5 . ( 7 ) Contract termination : debarment . A breach of the contract clauses in 29 CFR 5 . 5 may be grounds for termination of the contract , and for debarment as a contractor and a subcontractor as provided in 29 CFR 5 . 12 . SRF-24 January 2021 ( 8 ) Compliance with Davis- Bacon and Related Act requirements . All rulings and interpretations of the Davis- Bacon and Related Acts contained in 29 CFR parts 1 , 3 , and 5 are herein incorporated by reference in this contract . ( 9 ) Disputes concerning labor standards . Disputes arising out of the labor standards provisions of this contract shall not be subject to the general disputes clause of this contract . Such disputes shall be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR parts 5 , 6 , and 7 . Disputes within the meaning of this clause include disputes between the contractor (and any of its subcontractors ) and the contracting agency, the U . S . Department of Labor, or the employees or their representatives . ( 10 ) Certification of eligibility . ( i ) By entering into this contract, the contractor certifies that neither it ( nor he or she ) nor any person or firm who has an interest in the contractor's firm is a person or firm ineligible to be awarded Government contracts by virtue of section 3 (a ) of the Davis - Bacon Act or 29 CFR 5 . 12 ( a ) ( 1 ) . ( ii ) No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue of section 3 (a ) of the Davis - Bacon Act or 29 CFR 5 . 12 (a ) ( 1 ) . ( iii ) The penalty for making false statements is prescribed in the U . S . Criminal Code , 18 U . S . C . 1001 . ( b ) Contract Work Hours and Safety Standards Act . The Agency Head shall cause or require the contracting officer to insert the following clauses set forth in paragraphs ( b ) ( 1 ) , (2 ) , (3 ) , and (4 ) of this section in full in any contract in an amount in excess of $ 100 , 000 and subject to the overtime provisions of the Contract Work Hours and Safety Standards Act . These clauses shall be inserted in addition to the clauses required by Sec . 5 . 5 (a ) or 4 . 6 of part 4 of this title . As used in this paragraph , the terms laborers and mechanics include watchmen and guards . ( 1 ) Overtime requirements . No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one - half times the basic rate of pay for all hours worked in excess of forty hours in such workweek . (2 ) Violation ; liability for unpaid wages ; liquidated damages . In the event of any violation of the clause set forth in paragraph ( b ) ( 1 ) of this section the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages . In addition , such contractor and subcontractor shall be liable to the United States ( in the case of work done under contract for the District of Columbia or a territory , to such District or to such territory ) , for liquidated damages . Such liquidated damages shall be computed with respect to each individual laborer or mechanic , including watchmen and guards , employed in violation of the clause set forth in paragraph (b ) ( 1 ) of this section , in the sum of $ 10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph ( b ) ( 1 ) of this section . (3 ) Withholding for unpaid wages and liquidated damages . The loan recipient shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld , from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally- assisted contract subject to the Contract Work Hours and Safety Standards Act , which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph ( b ) (2 ) of this section . (4 ) Subcontracts . The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraph ( b ) ( 1 ) through (4 ) of this section and also a clause requiring the SRF-25 January 2021 subcontractors to include these clauses in any lower tier subcontracts . The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs ( b ) ( 1 ) through (4 ) of this section . ( c ) In addition to the clauses contained in paragraph ( b ) , in any contract subject only to the Contract Work Hours and Safety Standards Act and not to any of the other statutes cited in Sec. 5 . 1 , the Agency Head shall cause or require the contracting officer to insert a clause requiring that the contractor or subcontractor shall maintain payrolls and basic payroll records during the course of the work and shall preserve them for a period of three years from the completion of the contract for all laborers and mechanics , including guards and watchmen , working on the contract . Such records shall contain the name and address of each such employee , social security number, correct classifications , hourly rates of wages paid , daily and weekly number of hours worked , deductions made , and actual wages paid . Further, the Agency Head shall cause or require the contracting officer to insert in any such contract a clause providing that the records to be maintained under this paragraph shall be made available by the contractor or subcontractor for inspection , copying , or transcription by authorized representatives of the EPA and the Department of Labor, and the contractor or subcontractor will permit such representatives to interview employees during working hours on the job . C . Preservation of Open Competition and Government Neutrality Towards Government Contractors ' Labor Relations on Federal and Federally Funded Construction Projects ( Executive Order 13202 , as amended by Executive Order 13208) Executive Order 13202 , signed February 17 , 2001 and amended April 4 , 2001 , requires all executive agencies that issue grants to ensure Government neutrality toward contractors ' labor relations . This applies to recipients of SRF assistance . The Executive Order prohibits discrimination against contractors and their employees in construction contracts based upon labor affiliation or lack thereof. SRF assistance recipients and any construction managers acting on their behalf must ensure that bidding specifications , project agreements , and other controlling documents do not require , prohibit , or otherwise discriminate , with respect to labor affiliation or lack thereof. D . Historical and Archeological Finds If, during the course of construction , evidence of deposits of historical or archeological interest is found , the contractor shall cease operations affecting the find . The owner shall then notify the State Revolving Fund Environmental Review Specialist , who shall in turn notify the State Historic Preservation Office . The SRF shall consult with the SHPO and other interested parties to determine the proper course of action regarding the discovery . No further disturbance of the deposits shall ensue until the SRF Environmental Review Specialist determines that the project activities in that area may proceed . Compensation to the contractor, if any , for lost time or changes in construction to avoid the find , shall be determined in accordance with changed conditions or change order provisions of the specifications . Authority for this derives from the National Historic Preservation Act ( 16 U . S . C . § § 470 et seq . ) and 36 CFR Part 800 . If human remains are discovered then state law also applies IC 2636 . SRF-26 January 2021 E . Prohibitions on Procurement from Violating Facilities ( Section 306 , Clean Air Act ; Section 508 , Clean Water Acts Executive Order 11738 ) Both the Clean Water Act and the Clean Air Act prohibit federal agencies from extending assistance by way of loans or contracts to persons who have been convicted of violations of either law . Executive Order 11738 was issued to coordinate enforcement by the U . S . Environmental Protection Agency , which shall designate facilities which have given rise to a conviction for an offense under the criminal provisions of the Clean Air Act and the Clean Water Act , The Executive Order also prohibits agencies from extending assistance to facilities that are not in compliance with either Act . SRF assistance recipients may not procure goods , services , or materials from suppliers listed by the EPA as violators . The Excluded Parties Listing search engine is located at the System for Award Management ( SAM ) website : https : //www . sam . gov/SAM /. Attachment 8 SRF Required Front - End Specifications Right of Entry and Records Retention The recipient shall provide access at all times for the Department of Natural Resources , the Iowa Finance Authority , the state auditor, and the U . S . EPA Office of the Inspector General to all project records and documents for inspection and audit purposes for a period of three years after the date of last loan payment . The same access to the project site (s ) shall be provided for inspection purposes . 567 Iowa Administrative Code paragraph 92 . 8 (2 ) . e . State inspections . Personnel of the department shall have the right to examine all construction aspects of the project, including materials and equipment delivered and stored on site for use on the project . SRF-27 January 2021 Attachment 9 SRF Required Front - End Specifications "American Iron and Steel " Requirements H . R . 3547 , the " Consolidated Appropriations Act , 2014 , " enacted January 17 , 2014 by the U . S . Congress , includes "American Iron and Steel " provisions that require Clean Water and Drinking Water State Revolving Fund assistance recipients of these funds to use iron and steel produced in the United States . H . R . 3547 includes the following language in Division G , Title IV , under the heading , " Use of American Iron and Steel " : Sec . 436 . ( a ) ( 1 ) None of the funds made available by a State water pollution control revolving fund as authorized by title VI of the Federal Water Pollution Control Act ( 33 U . S . C . 1381 et seq . ) or made available by a drinking water treatment revolving loan fund as authorized by section 1452 of the Safe Drinking Water Act (42 U . S . C . 300j - 12 ) shall be used for a project for the construction , alteration , maintenance , or repair of a public water system or treatment works unless all of the iron and steel products used in the project are produced in the United States . ( 2 ) In this section , the term " iron and steel products " means the following products made primarily of iron and steel : lined or unlined pipes and fittings , manhole covers and other municipal castings , hydrants , tanks , flanges , pipe clamps and restraints , valves , structural steel , reinforced precast concrete , and construction materials . ( b ) Subsection ( a ) shall not apply in any case or category of cases in which the Administrator of the Environmental Protection Agency ( in this section referred to as the "Administrator" ) find that— ( 1 ) Applying subsection ( a ) would be inconsistent with the public interest ; (2 ) Iron and steel products are not produced in the United States in sufficient and reasonably available quantities and of a satisfactory quantity ; or ( 3 ) Inclusion of iron and steel products produced in the United States will increase the cost of the overall project by more than 25 percent . ( c ) If the Administrator receives a request for a waiver under this section , the Administrator shall make available to the public on an informal basis a copy of the request and information available to the Administrator concerning the request , and shall allow for informal public input on the request for at least 15 days prior to making a finding based on the request . The Administrator shall make the request and accompanying information available by electronic means , including on the official public Internet Web site of the Environmental Protection Agency . The final guidance and any published waivers are found at: https : //www . epa . gov/cwsrf/state- revolving -fund - american - iron -and - steel -ais - requirement . In particular the contractor should pay attention to the guidance for documentation of compliance . There is also a waiver for incidental items ; in order to qualify for this waiver the total materials and costs for the project must be tracked and incidental items identified . SRF-28 January 2021 Sample "American Iron and Steel " Contract Language In order to fulfill the requirements , the assistance recipient must in good faith design the project and solicit bids for construction with U . S . - made iron and steel . The following information will be included in any contracts resulting from this request for bids : The Contractor acknowledges to and for the benefit of the City of ("Purchaser") and the State of Iowa ( the " State ") that it understands the goods and services under this Agreement are being funded with monies made available by the Clean Water State Revolving Fund and/or Drinking Water State Revolving Fund and such law contains provisions commonly known as "American Iron and Steel ; " that requires all of the iron and steel products used in the project to be produced in the United States ("American Iron and Steel Requirement") including iron and steel products provided by the Contactor pursuant to this Agreement . The Contractor hereby represents and warrants to and for the benefit of the Purchaser and the State that (a) the Contractor has reviewed and understands the American Iron and Steel Requirement , (b) all of the iron and steel products used in the project will be and/or have been produced in the United States in a manner that complies with the American Iron and Steel Requirement, unless a waiver of the requirement is approved , and ( c) the Contractor will provide any further verified infonnation , certification or assurance of compliance with this paragraph , or infonnation necessary to support a waiver of the American Iron and Steel Requirement, as may be requested by the Purchaser or the State . Notwithstanding any other provision of this Agreement, any failure to comply with this paragraph by the Contractor shall permit the Purchaser or State to recover as damages against the Contractor any loss , expense , or cost (including without limitation attorney ' s fees ) incurred by the Purchaser or State resulting from any such failure (including without limitation any impairment or loss of funding, whether in whole or in part, from the State or any damages owed to the State by the Purchaser) . While the Contractor has no direct contractual privity with the State , as a lender to the Purchaser for the funding of its project, the Purchaser and the Contractor agree that the State is a third-party beneficiary and neither this paragraph (nor any other provision of this Agreement necessary to give this paragraph force or effect) shall be amended or waived without the prior written consent of the State . Sample Certifications As indicated in the contract language , it will be the responsibility of the Contractor to obtain certifications that the products and materials used in the project are U . S . -made . EPA recommends the use of a step certification process for documenting compliance with AIS requirements , similar to one used by the Federal Highway Administration . Step certification creates a paper trail which documents the location of the manufacturing process involved with the production of steel and iron materials . Each handler (supplier, fabricator, manufacturer, processor, coater, etc . ) of the iron and steel products certifies that their step in the process was domestically performed . The following information is provided as a sample letter of step certification for AIS compliance . Documentation must be provided on company letterhead . In this example , there may be multiple letters from different manufacturers if one manufacturer did not perform all of the steps . SRF-29 January 2021 Date Company Name Company Address City, State Zip Subject : American Iron and Steel Step Certification for Project (XXXXXXXXXX) I, ( company representative) , certify that the (melting , bending, coating, galvanizing, cutting , etc . ) process for (manufacturing or fabricating) the following products and/or materials shipped or provided for the subject project is in full compliance with the American Iron and Steel requirement as mandated in EPA ' s State Revolving Fund Programs . Item , Products and/or Materials : 1 . Xxxx 2 . Xxxx 3 . Xxxx Such process took place at the following location : If any of the above compliance statements change while providing material to this project we will immediately notify the prime contractor and the engineer . Signed by company representative Alternatively , the final manufacturer that delivers the iron or steel product to the worksite , vendor, or contractor, may provide a certification asserting that all manufacturing processes occurred in the U . S . and providing detailed information on the steps involved . The following is a template for this type of final certification . SRF-30 January 2021 Template American Iron and Steel Certification Letter SRF STATE On Manufacturer's Letterhead IRO- & STEEL. r4 C . 1959 Steel Drive Ironville, OH 12345 MATERIAL CERTIFICATION April 30, 2015 RE: Job Name: Waterprojectville, Iowa — 2015 State Revolving Fund Water Infrastructure Project SRF Project Number CS 1920999 01 References the SRF Project I certify that the processes for manufacturing or fabricating the following products andior materials provided for the subject project tools place at the following U, S_ locations : Quantity- Description Manufacturing Processes Location Where Processes Occurred 3 count AB123456 i'' Gate Valve Melting, poured, machined Isom ille, OH 60 count X-1654321 Reinforced Concrete i4ielted, rolled. fabricated Steel City; Lk Manhole 60 count XZ123456 Manhole Cover Melted, cast finished Stainless; MS 1200 linear feet r1B654321 4" Ductile Iron Water Melted, rolled, finished Pipet GA Pipe I fiuth 1 certify that products and/or materials are in full compliance with the American Iron and teel requirements as mandated in the U. S_ Environmental Specifies the Protection Agen 4s State Revolving Fund programs. If any of the above Manufacturing compliance st ements change while providing material to this project we will Processes and immediately notify the supplier, prime contractor_ consulting engineer_ or project the U .S . owner. Locations Specifies the On behalf of IRON & STEEL, INC _ , Where They Products and Were Performed Quantities w .5' �t Signature of Jane Smith Manufacturer's Product Quality Manager Representative SRF-31 January 2021 Covered and Non= Covered Items The EPA issued a waiver for De Minimis incidental components of eligible water and wastewater infrastructure projects . Funds used for such De Minimis incidental components cumulatively may comprise no more than a total of 5 % of the total cost of the materials used in and incorporated into a project . The cost of an individual incidental item may not exceed 1 % of the total cost of the materials used in and incorporated into a project . De Minimis incidental items include miscellaneous , generally low- cost components that are essential for , but incidental to , the construction and are incorporated into the physical structure of the project . For many of these incidental components , the country of manufacture and the availability of alternatives are not readily or reasonably identifiable prior to procurement in the normal course of business . For others , the country of manufacture may be known but the miscellaneous character in conjunction with the low cost , individually and ( in total ) as typically procured in bulk , mark them as properly incidental . Examples of incidental components could include small washers , screws , fasteners ( i . e . , nuts and bolts ) , miscellaneous wire , corner bead , ancillary tube , etc . Examples of items that are clearly not incidental include significant process fittings ( i . e . , tees , elbows , flanges , and brackets ) , distribution system fittings and valves , force main valves , pipes , treatment and storage tanks , large structural supports , etc . In consultation with their contractors , assistance recipients should determine the items to be covered by this waiver and must retain relevant documentation ( i . e . invoices ) as to those items . Assistance recipients must summarize in reports to the State of Iowa the types and /or categories of items to which this waiver is applied , the total cost of incidental components for each type or category , and the calculations by which they determined the total cost of materials used in and incorporated into the project . The successful bidder will fill out the materials spreadsheet ( shown below) and submit it to the assistance recipient to indicate iron and steel items proposed to be procured for the project . American Iron and Steel Materials Spreadsheet — to be Submitted by Successful Bidder Iowa Department of Natural Resources - January 2021 Based on EPA Memorandum (4/15/2014): De Minimis Waiver of Section 436 of P. L. 113-76, Consolidated Appropriation Acts (CAA), 2014 Project: Bidder: Date: 'Covered Product Categories include: Lined or unlined pipes or fittings; manhole covers; municipal castings; pipe clamps and restraints; valves; structural steel; hydrants, tanks; flanges; reinforced precast concrete; construction materials. " Incidental items are miscellaneous, generally low-cost items, often procured in bulk, such as washers, screws, fasteners, small amounts of wire, etc. Covered Products Description of Covered Documentation Item is Bid Amount Bid Amount Category' Products Will be Obtained Incidental and Covered Incidentals will be Products claimed under De Minimis Waiver` * 1 1 Choose an item ! 2 Choow on itr. rn . 3 C.hoo ars item . ------ 4 Choase ari item . 7 =' s SRF-32 January 2021 At the end of construction , the contractor will submit a final list showing covered items being claimed as incidental components under the De Minimis Waiver. Assistance recipients will complete a De Minimis Waiver Incidental Components List for the entire project to demonstrate compliance with the De Minimis Waiver cost requirements outlined above . American Iron and Steel - De Minimus Waiver Incidental Components List Iowa Department of Natural Resources — January 2021 Based on EPA Memorandum (4/15/2014 ( : De Minimus Waiver of Section 436 of P. L. 113-76, Consolidated Appropriation Acts ( CAA , 2014 This form is to be used by the State Revolving Fund (SRF) applicant to identify all non-domestic iron and steel incidental components permanently incorporated into an SRF project that meet the requirements of the public interest De Minimis Waiver. This form can also be used by individual contractors to submit their final incidental components list to the SRF applicant. SRF Applicant: SRF Project #: Submitted By: Date : Individual Contractor De Minimis List LJ Final De Minimis List for SRF Project LJ Total Materials Cost: Total amount claimed as De Percent: Minimis Incidental (must be 596 or less of total materiels cost) Components: Contractor Name Covered Products Description of Covered Date Individual Quantity DollarAmount Products Purchased Item/Unit Claimed as Incidental (list each item typeseparotely) Cost Incidental Components Example JR Construction Construction materials Steel Doors 1 -21 -2020 $500 5 $2500 1 it Choose an item. 2 Chnosr + n itis These documents are available on - line at http : //www , iowasrf. com/about srf/use- of-american - iron - and -steel/ . SRF-33 January 2021 Attachment 10 SRF Required Front -End Specifications (This form must be completed and signed by Prime Contractor and submitted with the bid) PROHIBITION ON CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT This term and condition implements 2 CFR 200 . 216 and is effective for obligations and expenditures of EPA financial assistance funding on or after 8/ 13/2020 . EPA recipients and subrecipients , including borrowers under EPA funded revolving loan fund programs , are prohibited from obligating or expending loan or grant funds to : (a ) Procure or obtain , extend or renew a contract to procure or obtain ; (b ) Enter into a contract (or extend or renew a contract) to procure ; or (c) Obtain the equipment , services , or systems that use "covered telecommunications equipment or services" identified in the regulation as a substantial or essential component of any system , or as critical technology as part of any system . Certain equipment, systems , or services , including equipment, systems , or services produced or provided by entities subject to the prohibition are recorded in the System for Award Management exclusion list , website : https : //www. sam . gov/SAM/. ( 1 ) As described in Public Law 115 -232 , section 889 , covered telecommunications equipment or services includes : (i ) Telecommunications equipment produced by Huawei Technologies Company or ZTE Corporation (or any subsidiary or affiliate of such entities ) . ( ii ) For the purpose of public safety, security of government facilities , physical security surveillance of critical infrastructure , and other national security purposes , video surveillance and telecommunications equipment produced by Hytera Communications Corporation , Hangzhou Hikvision Digital Technology Company , or Dahua Technology Company (or any subsidiary or affiliate of such entities ) . (iii ) Telecommunications or video surveillance services provided by such entities or using such equipment . ( iv) Telecommunications or video surveillance equipment or services produced or provided by an entity that the Secretary of Defense , in consultation with the Director of the National Intelligence or the Director of the Federal Bureau of Investigation , reasonably believes to be an entity owned or controlled by , or otherwise connected to , the government of a covered foreign country . (2 ) Consistent with 2 CFR 200 . 471 , costs incurred for telecommunications and video surveillance services or equipment such as phones , internet, video surveillance , and cloud servers are allowable except for the following circumstances : (i ) Obligating or expending EPA funds for covered telecommunications and video surveillance services or equipment or services to procure (enter into , renew or extend contracts ) or obtain the equipment, services , or systems as described in 2 CFR 200 . 216 . I understand the above prohibitions and certify that the project will be in compliance with all the requirements . Nate Hentges - Business Director Typed Name & Title of Authorized Representative 9 / 30 / 2021 Signature of Authorized Repr tative Date SRF-34 January 2021 NON - COLLUSION AFFIDAVIT OF PRIME BIDDER State of �%'v,�ZZ C) ;r 1 ) )ss County of ,<l ...3 being first duly sworn , deposes and says tf7at : 1 . He is ( Owner , Partner OfficeK Representative , or Agent ) of , 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 ag ment on the part of the Bidder or any of its agents , representatives , owners , employees , or a i inter 's ding this affiant . ( Signed ) ol Title ts Subscribed and sworn to before me this day of m , 2021. Tit e My commission expires 2.u2. � SPP cs DONNA M FOSTER a° e " Commission Number 823049 My Commission Expires January 9, 2023 Non-Collusion Affidavit NCA- 1 of 2 US Hwy 63 Sanitary Sewer Upgrades Ph I AECOM #60651387 Contract No . 1037 Waterloo , Iowa NON - COLLUSION AFFIDAVIT OF SUBCONTRACTOR State of M //7v vle ) ss : County of S C tt ) A/<, f 'r, I ,f7 /741 being first duly sworn , deposes and says that: 1 . He is Owner artner, Officer Representative , or Agent) of �- - hereinafter referred to as the "Subcontractor; " 2 . He is fully informed respecting the preparation and contents of the subcontractor's proposal submitted by the subcontractor to contract pertaining to the project in (City or County and State ) 3 . Such subcontractor's proposal is genuine and is not a collusive or sham proposal ; 4 . Neither the subcontractor nor any of its officers , partners , owners , agents , representatives , employees , or parties in interest, including this affiant, has in any way colluded , conspired , connived , or agreed , directly or indirectly, with any other bidder, firm or person to submit a collusive or sham proposal in connection with such contract or to refrain from submitting a proposal in connection with such contract , or has in any manner, directly or indirectly, sought by unlawful agreement or connivance with any other bidder, firm or person to fix the price or prices in said subcontractor's proposal , or to fix any overhead , profit or cost element of the price of prices in said subcontractor's proposal , or to secure through collusion , conspiracy, connivance or unlawful 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 subcontractor's proposal are fair and proper and are not tainted by any collusion , conspiracy, connivance or unlawful agreement on the part of the bidder or any of its agents , representatives , owners , employees , or parties in interest, including this affiant . (Signed ) Title Subscribed and sworn to before me this day of 20_ Title My commission expires Non-Collusion Affidavit NCA-2 of 2 US Hwy 63 Sanitary Sewer Upgrades Ph I AECOM #60651387 Contract No . 1037 Waterloo , Iowa NON -COLLUSION AFFIDAVIT OF SUBCONTRACTOR State of ) ss : County of ) being first duly sworn , deposes and says that : 1 . He is (Owner, Partner, Officer, Representative , or Agent) of hereinafter referred to as the "Subcontractor; ' 2 . He is fully informed respecting the preparation and contents of the subcontractor' s proposal submitted by the subcontractor to contract pertaining to the project in ( City or County and State ) 3 . Such subcontractor' s proposal is genuine and is not a collusive or sham proposal ; 4 . Neither the subcontractor nor any of its officers , partners , owners , agents , representatives , employees , or parties in interest , including this affiant , has in any way colluded , conspired , connived , or agreed , directly or indirectly , with any other bidder, firm or person to submit a collusive or sham proposal in connection with such contract or to refrain from submitting a proposal in connection with such contract , or has in any manner, directly or indirectly , sought by unlawful agreement or connivance with any other bidder, firm or person to fix the price or prices in said subcontractor's proposal , or to fix any overhead , profit or cost element of the price of prices in said subcontractor's proposal , or to secure through collusion , conspiracy, connivance or unlawful 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 subcontractor's proposal are fair and proper and are not tainted by any collusion , conspiracy , connivance or unlawful agreement on the part of the bidder or any of its agents , representatives , owners , employees , or parties in interest , including this affiant. (Signed ) Title Subscribed and sworn to before me this day of 120 Title My commission expires Non-Collusion Affidavit NCA-2 of 2 US Hwy 63 Sanitary Sewer Upgrades Ph I AECOM #60651387 Contract No . 1037 Waterloo, Iowa 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 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 . 1 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, Equal Opportunity Clause EOC- 1 of 2 US Hwy 63 Sanitary Sewer Upgrades Ph I AECOM 460651387 Contract No. 1037 Waterloo, Iowa subcontract orY exempted urchase order unless b the rules , regulations or orders of the City's p P Affirmative Action Program , and will provide in every subcontract , or purchase order that said provisions will be binding upon each contractor, subcontractor, or supplier . 8 . We , the undersigned , recognize that we are morally and legally committed to non - discrimination in employment . Any person who applies for employment with our company will not be discriminated against because of race , creed , color, sex , national origin , economic status , age , mental or physical disabilities . ( Signed ) ( I'VM Appropriate Official ) EEO Officer / Office Manager (Title ) 9 / 30 / 2021 ( Date ) Equal Opportunity Clause EOC-2 of 2 US Hwy 63 Sanitary Sewer Upgrades Ph I AECOM #60651387 Contract No . 1037 Waterloo , Iowa Bidder Status Form To be completed by all bidders Part A Please answer "Yes" or " No" for each of the following : ❑X Yes ❑ No My company is authorized to transact business in Iowa . (To help you determine if your company is authorized, please review the worksheet on the next page) . ❑X Yes ❑ No My company has an office to transact business in Iowa . X❑ Yes ❑ No My company's office in Iowa is suitable for more than receiving mail , telephone calls , and e-mail . X❑ Yes ❑ No My company has been conducting business in Iowa for at least 3 years prior to the first request for bids on this project . ❑X Yes ❑ No My company is not a subsidiary of another business entity or my company is a subsidiary of another business entity that would qualify as a resident bidder in Iowa . If you answered "Yes" for each question above , your company qualifies as a resident bidder. Please complete Parts B and D of this form . If you answered " No" to one or more questions above , your company is a nonresident bidder. Please complete Parts C and D of this form . To be completed by resident bidders Part B My company has maintained offices in Iowa during the past 3 years at the following addresses : Dates : 11 / 14 / 2008 to /CURRENT / Address : 3608 VANDALIA ROAD City, State , Zip : DES MOINES , IOWA 50317 Dates : 05 / 13 / 2019 to / CURRENT / Address : 3230 99TH STREET City, State , Zip : URBANDALE , IOWA 50322 Dates : 06 / 01 / 2018 to 05 / 13 / 2019 Address : 1275 NW STREET You may attach additional sheet(s) if needed. City, State , Zip : CLIVE , IOWA 50325 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 F1 Yes ❑ No 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 . You may attach additional sheet(s) if needed. To be completed by all bidders Part D I certify that the statements made on this document are true and complete to the best of my knowledge and I know that my failure to provide accurate and truthful information may be a reason to reject my bid . Firm Name : S . M . Hentges & Sons , Inc Signature : Date : 9 / 30 / 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 ) 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 . XJ Yes ❑ No My business is currently registered as a contractor with the Iowa Division of Labor. ❑ Yes RX No My business is a sole proprietorship and I am an Iowa resident for Iowa income tax purposes . ❑ Yes X❑ 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 . ❑X 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 . ❑X 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 X❑ 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 ❑X 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 X❑ No My business is a limited partnership or limited liability limited partnership which has filed a certificate of limited partnership in this state , and has not filed a statement of termination . ❑ Yes ❑X No My business is a limited partnership or a limited liability limited partnership whose certificate of limited partnership is filed in a state other than Iowa , the limited partnership or limited liability limited partnership has received notification from the Iowa secretary of state that the application for certificate of authority has been approved and no notice of cancellation has been filed by the limited partnership or the limited liability limited partnership . ❑ Yes ❑X No My business is a limited liability company whose certificate of organization is filed in Iowa and has not filed a statement of termination . ❑ Yes ❑X No My business is a limited liability company whose certificate of organization is filed in a state other than Iowa , has received a certificate of authority to transact business in Iowa and the certificate has not been revoked or canceled . 309-6001 (09- 15 ) BSF-2 Revised Per Addendum No . 1 - 9/24/2021 ITEMS OF POTENTIAL MBE/WBE PARTICIPATION NOTICE TO PROSPECTIVE BIDDERS : The following are items from the US HIGHWAY 63 SANITARY SEWER UPGRADES , - PHASE I , CONTRACT NO . 1037 , project that have a potential for MBE/WBE Participation . This listing , however, is not intended to be all encompassing ; to preclude MBE/WBE Contractors from bidding on any items of the Proposal as a Subcontractor or the entire Proposal as a Prime Contractor, BID TOTAL ITEM DESCRIPTION UNIT QTY 1 MOBILIZATION LUMP SUM 1 . 0 2 TRAFFIC CONTROL LUMP SUM 1 . 0 3 CLEARING AND GRUBBING LUMP SUM 1 . 0 4 FOUNDATION ROCK TON 11660 . 0 5 TRENCH COMPACTION TESTING LUMP SUM 1 . 0 6 ABANDON , FILL AND PLUG 21 - INCH SANITARY SEWER LF 29958 . 0 7 REMOVE AND PLUG 21 - INCH SANITARY SEWER LF 17863 . 0 8 ABANDON SANITARY SEWER MANHOLE EA 9 . 0 9 REMOVE SANITARY SEWER MANHOLE EA 6 . 0 10 CLEANING , INSPECTION AND TESTING OF SANITARY SEWER GRAVITY MAINS LUMP SUM 1 . 0 11 18- INCH SANITARY SEWER GRAVITY MAIN - DIRECTIONAL DRILLING LF 11123 . 5 12 24- INCH SANITARY SEWER GRAVITY MAIN - OPEN CUT LF 371 . 5 13 148wINCH SANITARY SEWER GRAVITY MAIN - OPEN CUT LF 61213 . 0 L16 -T48- INCH SANITARY SEWER GRAVITY MAIN RENCHLESS LF 342 . 6 48- INCH CIRCULAR SANITARY SEWER MANHOLE , SW-301 EA 3 . 0 72- INCH CIRCULAR SANITARY SEWER MANHOLE , SW- 301 EA 1 . 0 84- INCH CIRCULAR SANITARY SEWER MANHOLE , SW- 301 EA 1 . 0 96- INCH CIRCULAR SANITARY SEWER MANHOLE , SW-301 EA 5 . 0 19 120- INCH CIRCULAR SANITARY SEWER MANHOLE , SW-301 EA 4 . 0 20 48- INCH TEE-SECTION SANITARY SEWER MANHOLE , SW- 305 EA 11 . 0 21 CONNECTION TO EXISTING SANITARY MANHOLE EA 1 . 0 22 6- INCH PCC PAVEMENT SY 25 . 4 23 8- INCH PCC PAVEMENT SY 373 . 8 24 8- INCH HMA PAVEMENT SY 923 . 1 25 6- INCH PCC CURB AND GUTTER LF 95 . 0 26 GRAVEL SURFACING SY 260 . 0 27 CURB AND GUTTER REMOVAL LF 95 . 0 28 PAVEMENT REMOVAL SY 19582 . 3 29 SEEDING , FERTILIZING AND MULCHING FOR HYDRAULIC SEEDING - TYPE 1 ACRE 1 . 10 SEED MIX 30 SEEDING , FERTILIZING AND MULCHING FOR HYDRAULIC SEEDING TYPE 2 ACRE 7 . 11 SEED MIX 31 SEEDING , FERTILIZING AND MULCHING FOR HYDRAULIC SEEDING - TYPE 4 ACRE 1 . 10 SEED MIX 32 SEEDING , FERTILIZING AND MULCHING FOR HYDRAULIC SEEDING TYPE 5 ACRE 7 . 11 SEED MIX 33 12- INCH WATTLES LF 8 , 396 . 8 34 DITCH CHECKS EA 30 . 0 35 TEMPORARY ROLLED EROSION CONTROL PRODUCTS RECP SY 271477 . 3 36 SWPPP REQUIREMENTS LUMP SUM 1 . 0 37 STORM SEWER MANHOLE , SW-401 , 48- INCH , EJ 1040 A COVER EA 1 . 0 38 STORM SEWER MANHOLE , SW-401 , 60- INCH , EJ 1040 A COVER EA 1 . 0 39 INTAKE , SW-501 & SW- 603 TYPE R GRATE EA 3 . 0 40 INTAKE , SW- 501 & SW-604 TYPE 6 GRATE EA 7 . 0 41 1CONNECTION TO EXISTING STORM SEWER STRUCTURE EA 1 . 0 42 JAPRON WITH FOOTING AND GUARD , 12- INCH EA 1 . 0 MBE/WBE PARTICIPATION M- 1 of 6 Hwy 63 Sanitary Sewer Upgrades Ph I AECOM #60551387 Contract No . 1037 Waterloo , Iowa Revised Per Addendum No . 1 - 9/24/2021 BID TOTAL ITEM DESCRIPTION UNIT QTY 43 APRON WITH FOOTING AND GUARD , 18 - INCH EA 1 . 0 44 STORM SEWER , DUCTILE IRON PIPE , 10- INCH DIA . - OPEN CUT LF 24 . 6 45 STORM SEWER , REINFORCED CONCRETE PIPE , 12 - INCH DIA. - OPEN CUT LF 219 .4 46 STORM SEWER , REINFORCED CONCRETE PIPE , 15- INCH DIA . - OPEN CUT LF 690 . 6 47 STORM SEWER , REINFORCED CONCRETE PIPE , 18 - INCH DIA . - OPEN CUT LF 253 . 8 48 6- INCH PCC CURB AND GUTTER LF 70 . 0 49 GRAVEL SURFACING SY 14 . 5 50 PAVEMENT REMOVAL SY 1 , 221 . 0 51 REMOVE INTAKE EA 5 . 0 52 REMOVAL OF STORM SEWER LF 107 . 0 53 3- INCH HMA PATCH SY 356 . 0 54 6- INCH MODIFIED SUBBASE SY 356 . 0 55 JEROSION STONE WITH ENGINEERING FABRIC TONS 13 . 0 56 JHYDRAULIC SEEDING , FERTILIZING AND MULCHING ACRE 0 . 4 MBE/WBE GOALS FOR THIS PROJECT IMPORTANT: Prime Contract Bidders should be aware that ten percent ( 10% ) MBE goal and a two percent (2 % ) WBE goal is attached to this project. "Certified Return Receipt' letters are no longer needed with the bid showing proof of contacting MBE or WBE Subcontractors , but the Pre- Bid Contact Information Form must be filled out completely . City of Waterloo Contract Compliance Officer: Contract Compliance Officer Community Development Board Carnegie Annex , Suite 202 620 Mulberry Street Waterloo , IA 50703 Phone : (319 ) 291 -4429 MBE/WBE PARTICIPATION M -2 of 6 Hwy 63 Sanitary Sewer Upgrades Ph I AECOM #60551387 Contract No . 1037 Waterloo , Iowa Revised Per Addendum No . 1 - 9/24/2021 SPECIAL PROVISIONS 1 . TRAFFIC CONTROL -- IMPROPER MAINTENANCE The Engineer, or authorized representative , shall periodically review traffic control that has been put in place by the Contractor. If traffic control devices are found to be without proper maintenance , penalties shall be assessed . Improper maintenance shall include , but not be limited to , the following situations : A . Less than 100 percent of lights in working order . B . Any barricade or sign moved or tipped over . C . Fencing not supported in a vertical position . D . Fencing not placed around excavations when workers/equipment is not working at the location . E . Lack of proper barricades or signage . Each incident is treated as a separate citation on an individual basis . It is not intended that minor deficiencies be price adjusted if corrected the day notification is given . In addition to a price adjustment, the Engineer may suspend work for irresponsible and/or repeated failure to construct the project using proper traffic control procedures . Penalties : 1st Offense Written warning given by City . 2nd Offense $ 100 3rd Offense $ 250 4th Offense $ 500 5th Offense $ 1 , 000 6th Offense Engineer' s discretion ( amount or more equal or greater than $ 1 , 000 ) 2 . LIQUIDATED DAMAGES Time is an essential element of this contract . It is important that the work be diligently pursued to completion . If the work is not completed within the specified contract period , plus authorized extensions , the Contractor shall pay to the City Liquidated Damages in the amount of $ 500 . 00 per day , for each day , as further described herein , in excess of the authorized time . Days beyond the specified completion date for which Liquidated Damages will be charged will be working days that the Contractor does or could have worked from Monday through Saturday . Sundays will be counted only if work is performed . Partial working days will be considered as a full working day . Days not chargeable for Liquidated Damages will include rain days , Sundays if no work is done , and legal holidays . Working days will cease to be charged when only punch list items remain to be completed . Punch list item do not include contract bid items or approved change/extra work orders . When the Contractor believes the project to be substantially completed , a written notice stating the same shall be submitted to the Engineer and a request made for a Punch List . If the work under the Contract extends beyond the normal construction season for such work , the Contractor shall submit to the Engineer in writing a request that working days counted toward the project be suspended until work is resumed the following construction season . This amount is not construed as a penalty . These damages are for the cost to the City of providing the required additional inspection , engineering and contract administration . Special Provisions SP- 1 of 4 US Hwy 63 Sanitary Sewer Upgrades Ph I AECOM #60651387 Contract No . 1037 Waterloo , Iowa Revised Per Addendum No . 1 - 9/24/2021 3 , HAUL ROUTES Haul routes to and from the project site shall be submitted for review by the Engineer. In general , the Contractor shall request haul routes over the main streets in the area , staying on streets within the project as much as possible and should not include truck -embargoed streets . 4 . STANDARD SPECIFICATIONS The Standard Specifications , which are referenced in the contract documents , are designated as follows : SUDAS STANDARD SPECIFICATIONS - "2021 Standard Specifications for the Iowa Statewide Urban Design and Specifications Program " ( unless otherwise noted ) and current revisions thereof. WATERLOO STANDARD SPECIFICATIONS - " Standard Specifications for Municipal Public Works Construction , City of Waterloo , Iowa . " 5 , PERCENT OF CONTRACT TO BE PERFORMED BY CONTRACTOR A . The prime contractor shall be required to perform at least 35 percent of the total contract amount of the project . 6 . SPECIAL PROVISIONS Standard Specifications are amended by the following additions . These are Special Provisions and shall prevail over those published in the Standard Specifications . 33 30 05 Glass - Fiber Reinforced Polymer ( GFRP ) Pipe 7 . QUANTITY ADJUSTMENTS The following Bid Items are exempted from consideration under the provisions of Section B . " Scope of Work , " paragraph 7 of the " General Specifications for Construction " concerning the variance of the "As - Built' quantity of the listed item by more than twenty ( 20 % ) percent from the estimated quantity specified in the contract . BID ESTIMATED ITEM DESCRIPTION UNIT QUANTITY 1 MOBILIZATION LUMP SUM 1 . 0 2 TRAFFIC CONTROL LUMP SUM 1 . 0 3 CLEARING AND GRUBBING LUMP SUM 1 . 0 4 FOUNDATION ROCK TON 11660 . 0 5 TRENCH COMPACTION TESTING LUMP SUM 1 . 0 6 ABANDON , FILL AND PLUG 21 - INCH SANITARY SEWER LF 23958 . 0 7 REMOVE AND PLUG 21 - INCH SANITARY SEWER LF 13863 . 0 8 ABANDON SANITARY SEWER MANHOLE EA 9 . 0 9 REMOVE SANITARY SEWER MANHOLE EA 6. 0 10 CLEANING , INSPECTION AND TESTING OF SANITARY SEWER GRAVITY MAINS LUMP SUM 1 . 0 11 18- INCH SANITARY SEWER GRAVITY MAIN - DIRECTIONAL DRILLING LF 15123 . 5 12 24- INCH SANITARY SEWER GRAVITY MAIN - OPEN CUT LF 371 . 5 13 48- INCH SANITARY SEWER GRAVITY MAIN - OPEN CUT LF 61213 . 0 14 48- INCH SANITARY SEWER GRAVITY MAIN -TRENCHLESS LF 342 . 6 15 48- INCH CIRCULAR SANITARY SEWER MANHOLE , SW-301 EA 3 . 0 16 72- INCH CIRCULAR SANITARY SEWER MANHOLE , SW-301 EA 1 . 0 Special Provisions SP-2 of 4 US Hwy 63 Sanitary Sewer Upgrades Ph I AECOM #60651387 Contract No . 1037 Waterloo , Iowa Revised Per Addendum No . 1 - 9/24/2021 BID ESTIMATED ITEM DESCRIPTION UNIT QUANTITY 17 84 - INCH CIRCULAR SANITARY SEWER MANHOLE , SW-301 EA 1 . 0 18 96 - INCH CIRCULAR SANITARY SEWER MANHOLE , SW-301 EA 5 . 0 19 120 - INCH CIRCULAR SANITARY SEWER MANHOLE , SW- 301 EA 4 . 0 20 48- INCH TEE - SECTION SANITARY SEWER MANHOLE , SW- 305 EA 11 . 0 21 CONNECTION TO EXISTING SANITARY MANHOLE EA 1 . 0 22 6- INCH PCC PAVEMENT SY 25 . 4 23 8- INCH PCC PAVEMENT SY 373 . 8 24 8- INCH HMA PAVEMENT SY 923 . 1 25 6 - INCH PCC CURB AND GUTTER LF 95 . 0 26 GRAVEL SURFACING SY 260 . 0 27 CURB AND GUTTER REMOVAL LF 95 . 0 28 PAVEMENT REMOVAL SY 11582 . 3 29 SEEDING , FERTILIZING AND MULCHING FOR HYDRAULIC SEEDING - TYPE 1 SEED ACRE 1 . 10 MIX 30 SEEDING , FERTILIZING AND MULCHING FOR HYDRAULIC SEEDING - TYPE 2 SEED ACRE 7 . 11 MIX 31 SEEDING , FERTILIZING AND MULCHING FOR HYDRAULIC SEEDING - TYPE 4 SEED ACRE 1 . 10 MIX 32 SEEDING , FERTILIZING AND MULCHING FOR HYDRAULIC SEEDING - TYPE 5 SEED ACRE 7 . 11 MIX 33 12- INCH WATTLES LF 8 , 396 . 8 34 DITCH CHECKS EA 30 . 0 35 TEMPORARY ROLLED EROSION CONTROL PRODUCTS RECP SY 27 , 477 . 3 36 SWPPP REQUIREMENTS LUMP SUM 1 . 0 37 STORM SEWER MANHOLE , SW-401 , 48- INCH , EJ 1040 A COVER EA 1 . 0 38 STORM SEWER MANHOLE , SW-401 , 60- INCH , EJ 1040 A COVER EA 1 . 0 39 INTAKE , SW-501 & SW- 603 TYPE R GRATE EA 3 . 0 40 INTAKE , SW-501 & SW-604 TYPE 6 GRATE EA 7 . 0 41 CONNECTION TO EXISTING STORM SEWER STRUCTURE EA 1 . 0 42 APRON WITH FOOTING AND GUARD , 12 - INCH EA 1 . 0 43 APRON WITH FOOTING AND GUARD , 18 - INCH EA 1 . 0 44 STORM SEWER , DUCTILE IRON PIPE , 10- INCH DIA . - OPEN CUT LF 24 . 6 45 STORM SEWER , REINFORCED CONCRETE PIPE , 12 - INCH DIA . - OPEN CUT LF 219 . 4 46 STORM SEWER , REINFORCED CONCRETE PIPE , 15- INCH DIA . - OPEN CUT LF 690 . 6 47 STORM SEWER , REINFORCED CONCRETE PIPE , 18 - INCH DIA . - OPEN CUT LF 253 . 8 48 6- INCH PCC CURB AND GUTTER LF 70 . 0 49 GRAVEL SURFACING SY 14 . 5 50 PAVEMENT REMOVAL SY 19221 . 0 51 REMOVE INTAKE EA 5 . 0 52 REMOVAL OF STORM SEWER LF 107 . 0 53 3- INCH HMA PATCH SY 356 . 0 54 6- INCH MODIFIED SUBBASE SY 356 . 0 55 EROSION STONE WITH ENGINEERING FABRIC TONS 13 . 0 56 JHYDRAULIC SEEDING , FERTILIZING AND MULCHING ACRE 0 .4 8 . SHOP DRAWINGS , CERTIFICATES , AND EQUIPMENT LISTS A . Submission of Drawings : 1 . The Contractor shall submit to the Engineer all shop drawings and equipment drawings or lists as called for in the contract documents or as requested by the Engineer . Drawings and listings shall be complete and shall contain all required detail information conveyed according to the latest recommended standards for detailing . Special Provisions SP-3 of 4 US Hwy 63 Sanitary Sewer Upgrades Ph I AECOM #60651387 Contract No . 1037 Waterloo , Iowa Revised Per Addendum No . 1 - 9/24/2021 2 , The Contractor shall make any corrections required by the Engineer and submit the revised shop or equipment drawings or listings for review . After review by the Engineer , the shop or equipment drawings or listings will be so marked , dated , signed by the Engineer, and forwarded to the Contractor for reproduction and distribution . B . Submission of Equipment Lists : 1 . If requested in the contract documents , as soon as practicable after award of contract and before any items of material or equipment are purchased , the Contractor shall submit to the Engineer for review a complete list of the principal fixtures and equipment to be incorporated into the work . 2 . The Contractor shall also submit applicable brochures , technical data , catalogs , cuts , diagrams , manufacturer's drawings and installation instructions , samples if required , and other descriptive data including the complete description , trade name , model number , type , size , and rating . C . Engineer' s Review : 1 . Review by the Engineer shall not be construed as a complete check but will indicate only that the general method of construction and detail is satisfactory . The Engineer assumes no responsibility for errors in dimensions in the shop drawings and assumes the Contractor will use material complying with requirements of the contract documents or, where not specified , those of sound and reasonable quality , and will erect the subjects of such shop drawings according to recognized standards of first quality work or, when specified , according to standards of the contract documents . 2 . Any work done or material ordered by the Contractor prior to review by the Engineer shall be at the Contractor' s risk . 9 . PROJECT RECORD DOCUMENTS A . Maintain at the project site one record copy of the drawings , project manual , addenda , change orders and other modifications to contract , field orders or clarifications , shop drawings , field test records , and associated permits . B . Provide one marked up set of drawings to Engineer at substantial completion for use in preparation of record drawings . C . Maintain record documents in clean dry , legible condition and in good order. Do not use record documents for construction purposes . Make record documents available for inspection by Engineer. * * * END OF SECTION Special Provisions SP-4 of 4 US Hwy 63 Sanitary Sewer Upgrades Ph AECOM #60651387 Contract No . 1037 Waterloo , Iowa Included as Part of Addendum No . 1 - 9/24/2021 PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS : That we , of (the " Principal " ) , and of (the " Surety" ) , are held and firmly bound unto the City of Waterloo , Iowa (the " Obligee " ) , in the penal sum of Dollars ( $ ) , lawful money of the United States , for the payment of said sum in connection with a contract (the " Contract" ) dated on or about for the purpose of . The Contract is incorporated herein by reference as though fully set forth herein . Whenever the Principal shall be and is declared by the Obligee to be in default under the Contract, with the Obligee having performed its obligations in the Contract, then the Surety, acknowledging that time is of the essence , may promptly remedy the default, or shall promptly undertake to : 1 . Complete the Contract in accordance with its terms and conditions ; or 2 . Obtain one or more bids for completing the Contract in accordance with its terms and conditions , and upon determination by the Surety of the lowest responsible bidder, or negotiated proposal , or, if the Obligee elects , upon determination by the Obligee and the Surety jointly of the lowest responsible bidder, or negotiated proposal , arrange for a contract between such party and the Obligee . The Surety will make available as work progresses sufficient funds to pay the cost of completion less the balance of the Contract price . The cost of completion includes responsibilities of the Principal for correction of defective work and completion of the Contract , the Obligee ' s legal and design professional costs resulting directly from the Principal ' s default , and liquidated damages or actual damages if no liquidated damages are specified in the Contract . The term " balance of the Contract price" means the total amount payable by the Obligee to the Principal under the Contract and any amendments thereto , less the amount properly paid by the Obligee to the Principal ; or 3 . Determine the amount for which it is liable to the Obligee and pay the Obligee that amount as soon as practicable . In the event this bond is enforced , Principal and Surety agree to indemnify Obligee and hold Obligee harmless from and against any and all costs of enforcement, including but not limited to reasonable attorneys ' fees and expenses . Every Surety on this bond shall be deemed and held , any contract to the contrary notwithstanding , to consent to each and all of the following matters , without notice : 1 . To any extension of time to the Contract in which to perform the Contract . 2 . To any change in the plans , specifications , or Contract when such change does not involve an increase of more than twenty percent ( 20 % ) of the total Contract price , and shall then be released only as to such excess increase . 3 . That no provision of this bond or of any other contract shall be valid which limits to less than one ( 1 ) year from the time of the acceptance of the work the right to sue on this bond for defect in workmanship or material not discovered or known to the Obligee at the time such work was accepted . Performance Bond PFB- 1 of 2 US Hwy 63 Sanitary Sewer Upgrades Ph I AECOM #60651387 Contract No . 1037 Waterloo , Iowa If the Principal performs the Contract , then this bond shall be null and void ; otherwise it shall remain in full force and effect . In no event shall the Surety' s total obligation exceed the penal amount of this bond . Terms used herein shall include , as appropriate , the singular or plural number, or the masculine , feminine or neuter gender. IN WITNESS WHEREOF , the undersigned Principal and Surety have executed this Performance Bond as of _ PRINCIPAL SURETY Name Name By : By: Title : Title : [attach Power of Attorney] NOTE : Date of BOND must not be prior to date of Contract. If CONTRACTOR is Partnership , all partners should execute BOND . If this project includes Federal Funds, the following applies to the payment bond . IMPORTANT : Surety companies executing bonds must appear on the Treasury Department' s most current list ( Circular 570 as amended ) and be authorized to transact business in the State where the project is located . Performance Bond PFB-2 of 2 US Hwy 63 Sanitary Sewer Upgrades Ph I AECOM #60651387 Contract No . 1037 Waterloo , Iowa Included as Part of Addendum No. 1 - 9/24/ 2021 PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS : that ( Name of Contractor) (Address of Contractor) a hereinafter called Principal , ( Corporation , Partnership or Individual ) and , ( Name of Surety ) (Address of Surety ) hereinafter called Surety , are held and firmly bound unto ( Name of Owner) (Address of Owner) hereinafter called OWNER , in the penal sum of Dollars ( $ ) in lawful money of the United States , for the payment of which sum well and truly to be made , we bind ourselves , successors , and assigns , jointly and severally , firmly by these presents . THE CONDITION OF THIS OBLIGATION is such that whereas , the Principal entered into a certain contract with the OWNER , dated the day of 20_, a copy of which is hereto attached and made a part hereof for the construction of: US HIGHWAY 63 SANITARY SEWER UPGRADES - PHASE I CITY CONTRACT NO . 1037 WATERLOO , IOWA NOW , THEREFORE , if the Principal shall promptly make payment to all persons , firms , SUBCONTRACTORS , and corporations furnishing materials for or performing labor in the prosecution of the WORK provided for in such contract , and any authorized extension or modification thereof, including all amounts due for materials , lubricants , oil , gasoline , coal and coke , repairs on machinery , equipment and tools , consumed or used in connection with the construction of such WORK , and all insurance premiums on said WORK , and for all labor, performed in such WORK whether by SUBCONTRACTOR or otherwise , then this obligation shall be void ; otherwise to remain in full force and effect . Payment Bond PB- 1 of 2 US Hwy 63 Sanitary Sewer Upgrades Ph I AECOM #60651387 Contract No . 1037 Waterloo , Iowa PROVIDED , FURTHER , that the said Surety for value received hereby stipulates and agrees that no change , extension of time , alteration or addition to the terms of the contract or to the WORK to be performed thereunder or the SPECIFICATIONS accompanying the same shall in any wise affect its obligation on this BOND , and it does hereby waive notice of any such change , extension of time , alteration or addition to the terms of the contract or to the WORK or to the SPECIFICATIONS . PROVIDED , FURTHER , that no final settlement between the OWNER and the CONTRACTOR shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied . IN WITNESS HEREOF , this instrument is executed in counterparts , each one (number) of which shall be deemed an original , this the day of , 20 ATTEST : Principal (Principal ) Secretary (SEAL ) By (s ) (Address ) Witness as to Principal s (Address ) Surety ATTEST : By all Attorney-in-Fact Witness as to Surety (Address ) (Address) NOTE : Date of BOND must not be prior to date of Contract. If CONTRACTOR is Partnership , all partners should execute BOND . If this project includes Federal Funds , the following applies to the payment bond : IMPORTANT : Surety companies executing bonds must appear on the Treasury Department' s most current list (Circular 570 as amended ) and be authorized to transact business in the State where the project is located . Payment Bond PB-2 of 2 US Hwy 63 Sanitary Sewer Upgrades Ph I AECOM #60651387 Contract No . 1037 Waterloo, Iowa Included as Part of Addendum No. I - 9/24/2021 " General Decision Number : IA20210028 01 / 01 / 2021 Superseded General Decision Number : IA20200028 State : Iowa Construction Types : Heavy and Highway Counties : Adair , Adams , Allamakee , Appanoose , Audubon , Benton , Black Hawk , Boone , Bremer , Buchanan , Buena Vista , Butler , Calhoun , Carroll , Cass , Cedar , Cerro Gordo , Cherokee , Chickasaw , Clarke , Clay , Clayton , Clinton , Crawford , Dallas , Davis , Decatur , Delaware , Des Moines , Dickinson , Dubuque , Emmet , Fayette , Floyd , Franklin , Fremont , Greene , Grundy , Guthrie , Hamilton , Hancock , Hardin , Harrison , Henry , Howard , Humboldt , Ida , Iowa , Jackson , Jasper , Jefferson , Johnson , Jones , Keokuk , Kossuth , Lee , Linn , Louisa , Lucas , Lyon , Madison , Mahaska , Marion , Marshall , Mills , Mitchell , Monona , Monroe , Montgomery , Muscatine , O ' Brien , Osceola , Page , Palo Alto , Plymouth , Pocahontas , Polk , Pottawattamie , Poweshiek , Ringgold , Sac , Shelby , Sioux , Story , Tama , Taylor , Union , Van Buren , Wapello , Warren , Washington , Wayne , Webster , Winnebago , Winneshiek , Woodbury , Worth and Wright Counties in Iowa . EXCLUDES SCOTT COUNTY HEAVY AND " HIGHWAY CONSTRUCTION PROJECTS Note : Under Executive Order ( EO ) 13658 , an hourly minimum wage of $ 10 . 95 for calendar year 2021 applies to all contracts subject to the Davis - Bacon Act for which the contract is awarded ( and any solicitation was issued ) on or after January 1 , 2015 . If this contract is covered by the E0 , the contractor must pay all workers in any classification listed on this wage determination at least $ 10 . 95 per hour ( or the applicable wage rate listed on this wage determination , if it is higher ) for all hours spent performing on the contract in calendar year 2021 . If this contract is covered by the EO and a classification considered necessary for performance of work on the contract does not appear on this wage determination , the contractor must pay workers in that classification at least the wage rate determined through the conformance process set forth in 29 CFR 5 . 5 ( a ) ( 1 ) ( ii ) ( or the EO minimum wage rate , if it is higher than the conformed wage rate ) . The EO minimum wage rate will be adjusted annually . Please note that this EO applies to the above - mentioned types of contracts entered into by the federal government that are subject to the Davis - Bacon Act itself , but it does not apply to contracts subject only to the Davis - Bacon Related Acts , including those set forth at 29 CFR 5 . 1 ( a ) ( 2 ) - ( 60 ) . Additional 1 information on contractor requirements and worker protections under the EO is available at www . dol . gov / whd / govcontracts . Modification Number Publication Date 0 01 / 01 / 2021 SUTA2020 - 001 10 / 18 / 2017 Rates Fringes Carpenter & Piledrivermen ZONE 1 . . . . . . . . . . . . . . . . . . . . . . $ 28 . 52 14 . 08 ZONE 2 . . . . . . . . . . . . . . . . . . . . . . $ 26 . 73 14 . 08 ZONE 3 . . . . . . . . . . . . . . . . . . . . . . $ 26 . 73 14 . 08 ZONE 4 . . . . . . . . . . . . . . . . . . . . . . $ 26 . 25 11 . 50 ZONE 5 * * . . . . . . . . . . . . . . . . . . . . $ 25 . 15 9 . 90 CONCRETE FINISHER ZONE 1 . . . . . . . . . . . . . . . . . . . . . . $ 28 . 10 7 . 40 ZONE 2 . . . . . . . . . . . . . . . . . . . . . . $ 28 . 10 7 . 40 ZONE 3 . . . . . . . . . . . . . . . . . . . . . a $ 28 . 10 7 . 40 ZONE 4 . . . . . . . . . . . . . . . . . . . . . . $ 25 . 45 6 . 40 ZONE 5 . . . . . . . . . . . . . . . . . . . . . $ 24 . 40 6 . 40 ELECTRICIAN ( STREET AND HIGHWAY LIGHTING AND TRAFFIC SIGNALS ) ZONE 1 , 21 AND 3 . . . . . . . , . . . . $ 25 . 05 6 . 80 ZONE 4 . . . . . . . . . . . . . . . . . . . . . . $ 23 . 75 6 . 80 ZONE 5 . . . . . . . . . . . . . . . . . . . . . . $ 21 . 60 6 . 80 IRONWORKER ( SETTING OF STRUCTURAL STEEL ) ZONE 1 . . . . . . . . . . . . . . . . . . . . . . $ 31 . 50 10 . 90 ZONE 2 . . . . . . . . . . . . . . . . . . . . . $ 29 . 42 10 . 90 ZONE 3 . . . . . . . . . . . . . . . . . . . . . . $ 29 . 41 11 . 20 ZONE 4 . . . . . . . . . . . . . . . . . . . . . . $ 27 . 35 9 . 90 ZONE 5 * * . . . . . . . . . . . . . . . . . . . . $ 25 . 50 9 . 45 LABORER ZONE 11 2 AND 3 GROUP A . . . . . . . . . . . . . . . . . . . . $ 23 . 75 9 . 68 GROUP AA . . . . . . . . . . . . . . . . . . . $ 26 . 13 9 . 68 GROUP B . . . . . . . . . . . . . . . . . . . . $ 21 . 90 9 . 68 GROUP C _ . . . . . . . . . . . . . . . . . . . $ 18 . 82 9 . 68 ZONE 4 GROUP A . . . . . . . . . . . . . . . . . . . . $ 21 . 27 9 . 08 GROUP B . . . . . . . . . . . . . . . . . . . . $ 19 . 95 9 . 08 GROUP C . . . . . . . . . . . . . . . . . . . . $ 17 . 07 9 . 08 ZONE 5 2 GROUP A . . . . . . . . . . . . . . . . . . . . $ 21 . 77 7 . 63 GROUP 8 . . . . . . . . . . . . . . . . . . . . $ 19 . 27 7 . 63 GROUP C . . . . . . . . . . . . . . . . . . . . $ 18 . 42 7 . 63 POWER EQUIPMENT OPERATOR ZONE 1 GROUP A . . . . . . . . . . . . . . . . . . . . $ 32 . 55 14 . 90 GROUP B . . . . . . . . . . . . . . . . . . . . $ 31 . 00 14 . 90 GROUP C . . . . . . . . . . . . . . . . . . . . $ 28 . 50 14 . 90 GROUP D . . . . . . . . . . . . . . . . . . . . $ 28 . 50 14 . 90 ZONE 2 GROUP A . . . . . . . . . . . . . . . . . . . . $ 31 . 85 14 . 90 GROUP B . . . . . . . . . . . . . . . . . . . . $ 30 . 25 14 . 90 GROUP C . . . . . . . . . . . . . . . . . . . . $ 27 . 70 14 . 90 GROUP D . . . . . . . . . . . . . . . . . . . . $ 27 . 70 14 . 90 ZONE 3 GROUP A . . . . . . . . . . . . . . . . . . . . $ 29 . 70 24 . 65 GROUP B . . . . . . . . . . . . . . . . . . . . $ 27 . 90 24 . 65 GROUP Ce 9 a a 0 q 6 4 0 0 6 a 9 4 4 9 26 . 90 24 . 65 GROUP D . . . . . . . . . . . . . . . . . . . . $ 26 . 90 24 . 65 ZONE 4 GROUP A . . . . . . . . . . . . . . . . . . . . $ 31 . 05 12 . 50 GROUP B . . . . . . . . . . . . . . . . . . . . $ 29 . 91 12 . 50 GROUP C . . . . . . . . . . . . . . . . . . . . $ 27 . 83 12 . 50 GROUP D . . . . . . . . . . . . . . . . . . . . $ 27 . 83 12 . 50 ZONE 5 GROUP A . . . . . . . . . . . . . . . . . . . . $ 28 . 02 10 . 70 GROUP 8 . . . . . . . . . . . . . . . . . . . . $ 26 . 98 10 . 70 GROUP C . . . . . . . . . . . . . . . . . . . . $ 25 . 25 10 . 70 GROUP D . . . . . . . . . . . . . . . . . . . . $ 24 . 25 10 . 70 TRUCK DRIVER ( AND PAVEMENT MARKING DRIVER/ SWITCHPERSON ) ZONE 1 . . . . . . . . . . . . . . . . . . . . . . $ 24 . 45 11 . 15 ZONE 2 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $ 24 . 45 11 . 15 ZONE 3 . . . . . . . . . . . . . . . . . . . . . . $ 24 . 45 11 . 15 ZONE 4 . . . . . . . . . . . . . . . . . . . . . . $ 24 . 45 6 . 95 ZONE 5 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $ 22 . 50 6 . 95 ZONE DEFINITIONS ZONE 1 The Counties of Polk , Warren , and Dallas for all Crafts , and Linn County Carpenters only . ZONE 2 The Counties of Dubuque for all Crafts and Linn County for all Crafts except Carpenters . ZONE 3 The Cities of Burlington , Clinton , Fort Madison , Keokuk , and Muscatine ( and abutting municipalities of any such cities ) . ZONE 4 Story , Black Hawk , Cedar , Jasper , Jones , Jackson , Louisa , Madison , and Marion Counties ; Clinton County ( except the City of Clinton ) , Johnson County , Muscatine 3 County ( except the City of Muscatine ) , the City of Council Bluffs , Lee County and Des Moines County . ZONE 5 All areas of the state not listed above . LABORER CLASSIFICATIONS - ALL ZONES GROUP AA - ( Skilled pipelayer ( sewer , water and conduits ) and tunnel laborers ; asbestos abatement worker ) ( Zones 1 , 2 and 3 ) . GROUP A - Carpenter tender on bridges and box culverts ; curb machine ( without a seat ) ; deck hand , diamond & core drills ; drill operator on air tracs , wagon drills and similar drills , form setter / stringman on paving work ; gunnite nozzleman ; joint sealer kettleman ; laser operator ; powderman tender ; powderman / blaster ; saw operator , ( pipelayer ( sewer , water , and conduits ) ; sign erector * ; tunnel laborer , asbestos abatement worker ( Zones 4 and 5 ) ) , sign erector . GROUP B - Air , gas , electric tool operator ; barco hammer , carpenter tender ; caulker ; chain sawman ; compressor ( under 400 cfm ) ; concrete finisher tender ; concrete processing materials and monitors ; cutting torch on demolition ; drill tender ; dumpmen ; electric drills ; fence erectors ; form line expansion joint assembler ; form tamper ; general laborer , grade checker ; handling and placing metal mesh , dowel bars , reinforcing bars and chairs ; hot asphalt laborer ; installing temporary traffic control devices ; jackhammerman ; mechanical grouter ; painter ( all except stripers ) ; paving breaker , planting trees , shrubs and flowers ; power broom ( not self - propelled ) ; power buggyman ; rakers ; rodman ( tying reinforcing steel ) ; sandblaster ; seeding and mulching ; sewer utility topman/bottom man ; F spaders ; stressor or stretcherman on pre or post tensioned concrete ; stringman on re / surfacing / no grade control ; swinging stage , tagline , or block and tackle ; tampers ; timberman ; tool room men and checkers ; tree climber ; tree groundman ; underpinning and shoring caissons over twelve feet deep ; vibrators ; walk behind trencher ; walk behind paint stripers ; walk behind vibrating compactor ; water pumps ( under three inch ) ; work from bosun chair . GROUP C - Scale weigh person ; traffic control / flagger , surveillance or monitor ; water carrier . POWER EQUIPMENT OPERATOR CLASSIFICATIONS - ALL ZOITES GROUP A - All terrain ( off road ) forklift ; asphalt breakdown roller ( vibratory ) ; asphalt laydown machine ; asphalt plant ; asphalt screed ; bulldozer ( finish ) ; central mix plant ; concrete pump , crane ; crawler tractor pulling scraper ; directional drill ( 60 , 000 ( lbs ) pullback and above ) ; dragline and power shovel ; dredge engineer ; excavator ( over 4 �4 cu . yd . ) ; front end loader ( 4 cy and over ) ; horizontal boring machine ; master mechanic ; milling machine ( over 350 hp ) ; motor grader ( finish ) ; push cat ; rubber tired backhoe ( over 34 cu . yd . ) ; scraper ( 12 cu . yd . and over or finish ) ; Self - propelled rotary mixer / road reclaimer ; sidebroom tractor ; slipform portland concrete paver ; tow or push boat ; trenching machine ( Cleveland 80 or similar ) GROUP B - Articulated oft road hauler , asphalt heater / planer ; asphalt material transfer vehicle ; asphalt roller ; belt loader or similar loader ; bulldozer ( rough ) ; churn or rotary drill ; concrete curb machine ; crawler tractor pulling ripper , disk or roller ; deck hand/ oiler ; directional. drill ( less than 60 , 000 ( lbs ) pullback ) ; distributor ; excavator ( 1 / 2 cu . yd . and under ) ; form riding concrete paver ; front end loader ( 2 to less than 4 cu . yd . ) ; group equipment greaser ; mechanic ; milling machine ( 350 hp . and less ) ; paving breaker ; portland concrete dry batch plant ; rubber tired backhoe ( 1 / 2 cu . yd . and under ) ; scraper ( under 12 cu , yd . ) ; screening , washing and crushing plant ( mobile , portable or stationary ) ; shoulder machine ; skid loader ( 1 cu . yd . and over ) ; subgrader or trimmer ; trenching machine ; water wagon on compaction . GROUP C - Boom & winch truck ; concrete spreader / belt placer ; deep wells for dewatering ; farm type tractor ( over 75 hp . ) pulling disc or roller ; forklift ; front end loader ( under 2 cu . yd . ) ; motor grader ( rough ) ; pile hammer power unit ; pump ( greater than three inch diameter ) ; pumps on well points ; safety boat ; self - propelled roller ( other than asphalt ) ; self - propelled sand blaster or shot blaster , water blaster or striping grinder / remover ; skid loader ( under 1 cu . yd . ) ; truck mounted post driver . GROUP D - Boiler ; compressor ; cure and texture machine ; dow box ; farm type or utility tractor ( under 75 hp . ) pulling disk , roller or other attachments ; group greaser tender , light plants ; mechanic tender ; mechanical broom , mechanical heaters ; oiler ; pumps ( under three inch diameter ) ; tree chipping machine ; truck crane driver / oiler . * * CARPENTERS AND PILEDRIVERMEN , or IRONWORKERS ( ZONE 5 ) Setting of structural steel ; any welding incidental to bridge or culvert construction ; setting concrete beams . * ADDED CRAFT - SIGN ERECTOR WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental . i Note : Executive Order ( EO ) 13706 , Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Davis - Bacon Act for which the contract is awarded ( and any solicitation was issued ) on or after January 1 , 2017 . If this contract is covered by the E0 , the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work , up to 56 hours of paid sick leave each year . Employees must be permitted to use paid sick leave for their own illness , injury or other health - related needs , including preventive care ; to assist a family member ( or person who is like family to the employee ) who is ill , injured , or has other health- related needs , including preventive care ; or for reasons resulting from , or to assist a family member ( or person who is like family to the employee ) who is a victim of , domestic violence , sexual assault , or stalking . Additional information on contractor requirements and worker protections under the EO is available at www . dol . gov/ whd / govcontracts . Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses ( 29CFR 5 . 5 ( a ) ( 1 ) ( ii ) ) The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type ( s ) of construction in the area covered by the wage determination . The classifications are listed in alphabetical order of " " identifiers " " that indicate whether the particular rate is a union rate ( current union negotiated rate for local ) , a survey rate ( weighted average rate ) or a union average rate ( weighted union average rate ) . Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than 'ItISU " " or " UAVG " " denotes that the union classification and rate were prevailing for that classification in the survey . Example : PLUM0198 - 005 07 / 01 / 2014 . PLUM is an abbreviation identifier of Ile the union which prevailed in the survey for this classification , which in this example would be Plumbers . 0198 indicates the local union number or district council number where applicable , i . e . , Plumbers Local 0198 . The next number , 005 in the example , is an internal number used in processing the wage determination . 07 / 01 / 2014 is the effective date of the most current negotiated rate , which in this example is July i , 6 2014 Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement ( CBA ) governing this classification and rate . Survey Rate Identifiers Classifications listed under the " " SU " " identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification . As this weighted average rate includes all rates reported in the survey , it may include both union and non - union rates . Example : SULA2012 - 007 5 / 13 / 2014 . SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates . LA indicates the State of Louisiana . 2012 is the year of survey on which these classifications and rates are based . The next number , 007 in the example , is an internal number used in producing the wage determination . 5 / 13 / 2014 indicates the survey completion date for the classifications and rates under that identifier . Survey wage rates are not updated and remain in effect until a new survey is conducted . Union Average Rate Identifiers Classification ( s ) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications ; however , 100 % of the data reported for the classifications was union data . EXAMPLE : UAVG - OH - 0010 08 / 29 / 2014 . UAVG indicates that the rate is a weighted union average rate . OH indicates the state . The next number , 0010 in the example , is an internal number used in producing the wage determination . 08 / 29 / 2014 indicates the survey completion date for the classifications and rates under that identifier . A UAVG rate will be updated once a year , usually in January of each year , to reflect a weighted average of the current negotiated / CBA rate of the union locals from which the rate is based . WAGE DETERMINATION APPEALS PROCESS 1 . ) Has there been an initial decision in the matter ? This can be : 7 * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance ( additional classification and rate ) ruling on survey related matters , initial contact , including requests for summaries of surveys , should be with the Wage and Hour Regional office for the area in which the survey was conducted because those Regional offices have responsibility for the Davis - Bacon survey program . If the response from this initial contact is not satisfactory , then the process described in 2 . ) and 3 . ) should be followed . With regard to any other matter not yet ripe for the formal process described here , initial contact should be with the Branch of Construction Wage Determinations . Write to : Branch of Construction Wage Determinations Wage and Hour Division U . S . Department of Labor 200 Constitution Avenue , N . W . Washington , DC 20210 2 . ) If the answer to the question in 1 . ) is yes , then an interested party ( those affected by the action ) can request review and reconsideration from the Wage and Hour Administrator ( See 29 CFR Part 1 . 8 and 29 CFR Part 7 ) . Write to : Wage and Hour Administrator U . S . Department of Labor 200 Constitution Avenue , N . W . Washington , DC 20210 The request should be accompanied by a full statement of the interested party ' s position and by any information ( wage payment data , project description , area practice material , etc . ) that the requestor considers relevant to the issue . 3 . ) If the decision of the Administrator is not favorable , an interested party may appeal directly to the Administrative Review Board ( formerly the Wage Appeals Board ) . Write to : Administrative Review Board U . S . Department of Labor 200 Constitution Avenue , N . W . Washington , DC 20210 4 . ) All decisions by the Administrative Review Board are final . END OF GENERAL DECISION F Advanced Phone : ( 3191396- 5269 Fax : ( 319) 396-0328 Traffic Control P . O . Box 8958 Cedar Rapids, IA 52408 ,oil QUOTATION Bid Date : September 30 , 2021 Project : City of Waterloo - US Highway 63 Sanitary Sewer Upgrades , Phase I Bid Item Description Units Quantity Per Unit Total Item 2 Traffic Control LS 1 . 00 $ 24 , 500 . 00 $ 24 , 500 . 00 TOTAL : $24 , 500 . 00 - 100 % of this quote can be applied towards DBE Goal . -Advanced Traffic Control will INITIALLY install and remove traffic control devices according to plans . - Contractor is responsible for daily maintenance of traffic control devices . -Contractor is responsible for daily setup , removal , and relocation of traffic control devices , if required . -Quote does NOT include flaggers , traffic control diary , safety fencing , or temporary access measures . - Quote assumes use of shoulder closures along US 63/Sergeant Rd . Please call for revised pricing if lane closures will be needed . Matt Ewe GtosI Matt Brazelton , Estimator Accepted By Date 515-330-5769 mattcDadvanced4raffic. com signed copy of this quotation must either be returned to A dvoncedTraffic Contro , Inc. or included in a subcontract prior to beginning work. This quotation, if accepted, is sub 'ect to the parties neaotiatina in aood faith and executing a mutually acceptable written agreement. This ouotation /V0_ CIA Attachment 4 SRF Required Front- End Specifications (This form must be completed and signed by Prime and DBE Subcontractor for each subcontract and submitted with the bid) Disadvantaged Business Enterprise Program DBE Subcontractor Performance Form This form is intended to capture the DBE ' subcontractor' sz 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 Advanced Traffic Control , Inc . US Highway 63 Sanitary Sewer Upgrades , Phase I Bid/Proposal No . Assistance Agreement ID No . Point of Contact ( if known ) Address PO Box 8958 Cedar Rapids , IA 52408 Telephone No . Email Address 319-396- 5269 vmiller@advanced -traffic . com Prime Contractor Name Issuing/Funding Entity Contract Item Description of Work Submitted to the Prime Contractor Involving Price of Work Submitted to Number Construction , Services , Equipment or Supplies the Prime Contractor 2 Traffic Control $241500 . 00 DBE Certified by x DOT SBA Meets/exceeds EPA certification standards ? Other: X YES NO Unknown ' A DBE is a Disadvantaged , Minority, or Woman Business Enterprise that has been certified by an entity from which EPA accepts certification as described in 40 CFR 33 . 204-33 . 205 or certified by EPA. EPA accepts certifications from entities that meet or exceed EPA certification standards as described in 40 CFR 33 . 202 . 2Subcontractor is defined as a company, firm , joint venture , or individual who enters into an agreement with a contractor to provide services pursuant to an EPA award of financial assistance . IASRF6100 -3 DBE Subcontractor Performance Form — Page 1 SRF-7 January 2021 Disadvantaged Business Enterprise Program DBE Subcontractor Performance Form I certify under penalty of perjury that the forgoing statements are true and correct . Signing this form does not signify a commitment to utilize the subcontractors above . I am aware of that in the event of a replacement of a subcontractor, I will adhere to the replacement requirements set forth in 40 CFR Part 33 Section 33 . 302 (c ) . Prime Contractor Signature Print Name Title Date Subcontractor Signature Print Name Vaugn Miller Title Date President 09/29/21 IASRF6100 =3 DBE Subcontractor Performance Form — Page 2 SRF-8 January 2021