HomeMy WebLinkAboutWRH, Inc.P.O.Box 256
Amana, IA 52203
Official Bid
FY 2024 Titus Lift Station and Force Main
City Clerk
City Hall
715 Mulberry St
Waterloo, IA 50703
P.O. Box 256
Amana, IA 52203
WRH, Inc.
Bid Security
FY 2024 Titus Lift Station and Force Main
City Clerk
City Hall
715 Mulberry St
Waterloo, IA 50703
FORM OF BID OR PROPOSAL
ADDENDUM NO. 2--12/07/2023
FY 2024 TITUS LIFT STATION AND FORCE MAIN
CONTRACT NO. 975
CITY OF WATERLOO, IOWA
Honorable Mayor and City Council
Waterloo, Iowa
Gentlemen:
1. The undersigned, being a Corporation existing under the laws of the State of Iowa
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 TITUS LIFT STATION AND FORCE MAIN,
CONTRACT NO. 975, all in accordance with the above -listed documents and for the unit prices for
work in place for the following items and quantities:
FY 2024 TITUS LIFT STATION AND FORCE MAIN
CONTRACT NO. 975
Item
No.
SUDAS -
Measurement &
Description
Unit
Estimated
Quantities
Unit Bid
Price
Total
Bid
Price
Payment
BASE BID
1
11020-A
MOBILIZATION
LS
1.0
$-3-, a ;
$SSa000«
$ /y o00 `-?'
2
8030-A
TRAFFIC CONTROL
LS
1.0
$/910,0`?
3
2010-C
CLEARING AND GRUBBING
LS
1.0
`
$ I 00
$Y4-e
i
cA
4
3010-BLS
EXISTING PUMP BUILDING, PUMP VAULT AND
VALVE VAULT REMOVAL
1.0
$� co.$
c�vc�
ccv�
41C =-°
$
5
3010-B
IMPORT FILL FOR LIFT STATION SITE
CY
250.0
$
jpcc)
6
3010-B
IMPORT FILL FOR TRENCH REMOVALS
CY
1,500.0
$
3,51
$,S-s oci4
7
2010-D-3
IMPORT TOPSOIL
CY
2,420.0
$Yo• Qs"
$t/eco.`�
Si! 7cc e_c:
8
AS PER PLANS
LIFT STATION WET WELL AND VALVE VAULT
LS
1.0
$/ ?co 60:
9
AS PER PLANS
ELECTRICAL EQUIPMENT BUILDING
LS
1.0
Sty v
$1/4,0. coo
10
AS PER PLANS
SITE ELECTRICAL
LS
1.0
$12.o00-7
`$lZoo ,cv
11
AS PER PLANS
METERING MANHOLE
LS
1.0
$(4 oo[
$(oiooe
12
4010-G
AIR RELEASE MANHOLE AT TITUS LIFT
STATION
EA
1.0
$ 7S o00`�
i
$ 7S z-
,C
13
4010-G
AIR RELEASE MANHOLE
EA
5.0
$/Yw
$ ,a/coos
14
6010-A
48" MANHOLE
EA
2.0
$ a2,owQ'
$ 9yeoco (11
15
AS PER PLANS
STAND-BY GENERATOR - TITUS
LS
1.0
Scr.. 0.0;
$
‘tc,%
16
ITEM INTENTIONALLY OMITTED
17
3010 B
UNCLASSIFIED MATERIAL (REMOVAL OF
RAPPABLE ROCK)
CY
500.0
$ S0.
$
-
cG
co
18
3010-B
ROCK EXCAVATION
CY
500.0
$60• c
$-30, oco•°
19
3010-C
FOUNDATION ROCK
TON
150.0
$7o. cr
$/0S-00
FORM OF BID - Addendum No. 2
AECOM #60590223
CONTRACT NO. 975
FB-1 of 3
FY 2024 TITUS LIFT STATION
AND FORCE MAIN
20
3010-F
TRENCH COMPACTION TESTING
LS
1.0
$/2,0,f
at
$IZ,oco
21
4010-L
LF
290.0
$ e`
$)j, 7So?
ABANDON AND PLUG 12" SANITARY SEWER
76--
22
4060
SANITARY SEWER FORCE MAIN TESTING
LS
1.0
$33/ eve,.
$33,oap,a
$2,oct
23
4060
CLEANING, INSPECTION AND TESTING OF
LS
1.0
SANITARY SEWER GRAVITY MAINS
���
24
4010-A-1
LF
232.8
$a`W�
18"
CUT SANITARY SEWER GRAVITY MAIN OPEN
c o
25
4010 A 2
LF
8 7,340.
/'/
may,
/ir:
Yi76047,y;'
---
12" SANITARY SEWER FORCE MAIN
DIRECTIONAL DRILLING
26
---
ITEM INTENTIONALLY OMITTED
---
---
27
4010-A-1
12"
CUT SANITARY SEWER FORCE MAIN OPEN
LF
653.6
$/4S Gv
/�_
28
4010 A 1
LF
55.0
$
/
/2/60. 0
116 ` ,°
8" SANITARY SEWER GRAVITY MAIN, DUCTILE
IRON - OPEN CUT
e.,ZQ
29
5010
4-INCH STEEL CASING PIPE WITH 2-INCH PVC
COMMUNICATION CONDUIT
LF
322.7
$ 360
30
5010 B 2
24" STEEL CASING WITH 12" SANITARY
LF
392.9
1/l iO
`
y O41�
SEWER FORCE MAIN
31
5010-C-2
FORCE MAIN FITTINGS
LBS
3,875.0
$
$36,,,,„oe.
°
�� 000.
32
6010 G 1
CONNECTION TO EXISTING SANITARY
MANHOLE
EA
2.0
$3 ct,0
33
5010-E-1
WATER SERVICE, TRENCHED, COPPER, 1-
INCH, INTEGRAL RESTRAINED JOINTS
LF
95.0
��
IOQ
IS-0,
34
7010-A
6" PCC PAVEMENT
SY
715.6
`'°
$�7 cif?°
35
7030
GRAVEL SURFACING
SY
125.1
$30, vo
$3, ?n,4
36
7030
CRUSHED STONE - CLASS "A"
SY
715.6
$.2.0 "0
$/ipazt-
/0, 9So
37
9010 B
SEEDING, FERTILIZING AND MULCHING FOR
AC
1.9
$ �� $
HYDRAULIC SEEDING - TYPE 1 SEED MIX
38
9010-B
SEEDING, FERTILIZING AND MULCHING FOR
HYDRAULIC SEEDING - TYPE 2 SEED MIX
AC
1.9
S a�,,
$ 1, Scow
39
9010 B
SEEDING, FERTILIZING AND MULCHING FOR
HYDRAULIC SEEDING - TYPE 4 SEED MIX
AC
1.1
,Soo=°
$3 i-%ba
40
9010 B
SEEDING, FERTILIZING AND MULCHING FOR
AC
1.1
3, o.. t
2, no °t
HYDRAULIC SEEDING - TYPE 5 SEED MIX
41
9040-N-1
SILT FENCE
LF
2,900.0
°°
$ k, 2"i3'
$ 3
42
9040
LS
1.0
$,,so
$3,Soo
SWPPP REQUIREMENTS
43
9060-A
6' CHAIN -LINK FENCE
LF
360.3
52
$ Z/,6//
$ 6-0
44
9060-B
16' CHAIN -LINK GATE
EA
2.0
$ /soo cc
$$S,oeo w
45
AS PER PLANS
FORCE MAIN WARNING SIGN
EA
5.0
$ / 60 at
$ , flj "-�
PROJECT TOTAL
$
$61/S1
Og
2. It is understood that the quantities set forth are approximate only and subject to variation and that the
unit bid price for the work done shall govern in the actual payment to Contractor.
3. In submitting this bid, the bidder understands that the right is reserved by the City of Waterloo, Iowa,
to reject any or all bids. If written notice of the acceptance of this bid is mailed, telegraphed, or
delivered to the undersigned within thirty (30) days after the opening thereof, or at any time thereafter
before this bid is withdrawn, the undersigned agrees to execute and deliver an agreement in the
prescribed form and furnish the required bond and certificate of the insurance within ten (10) days
after the agreement is presented to him for signature, and start work within ten (10) days after
"Notice to Proceed" is issued.
FORM OF BID -Addendum No. 2 CONTRACT NO. 975
AECOM 1160590223
FB-2 of 3
FY 2024 TITUS LIFT STATION
AND FORCE MAIN
6
0
0
GG
0
4. Security in the sum of 5 Dollars
($ ) in the form of Bid Bond , is submitted herewith in
accordance with the INSTRUCTIONS TO BIDDERS.
5. Attached hereto is a Non -Collusion Affidavit of Prime Contractor.
6. Attached hereto is a Bidder Status Form indicating Resident Bidder Certification ( x ),
or Non -Resident Bidder Certification ( ). (Mark one.)
7 The bidder is prepared to submit a financial and experience statement upon request.
8. The Prime Contractor and Subcontractor(s), which have performed an aggregate of $10,000.00 in
work for the City in the current calendar year, are prepared to submit an AAP or Update and an
EOC, within ten (10) days of notification that the bid submitted is lowest and acceptable
9. The bidder has received the following Addendum or Addenda:
Addendum No. 1 Date 11/28/23
2 12/7/23
10. The bidder shall list the MBE/WBE subcontractor(s), amount of subcontracts and bid items on the
City of Waterloo Minority and/or Women Business Pre -bid Contact Information Form submitted with
this Form of Bid or Proposal. The apparent low Bidder shall submit a list of all other Subcontractor(s)
to be used on this Project to the City of Waterloo by 5:00 p.m. the business day following the day
Bids on this Project are due along with the Non -Collusion Affidavits of All Subcontractor(s).
The Contractor shall submit information on subcontractors on "SUBCONTRACTOR REQUEST AND
APPROVAL" Form to be provided by City prior to approval of contract.
The subcontractors listed on this proposal and/or submitted to the Contract Compliance Officer
cannot be changed except for the following reasons:
1) The City of Waterloo does not approve the subcontractors.
2) The subcontractors submit in writing that they cannot fulfill their subcontracts.
11. The bidder has filled in all blanks on this proposal. Those blanks not applicable are marked "none"
or "NA".
12. The bidder has attached all applicable forms.
13. The Owner reserves the right to select alternates, delete line items, and/or to reduce quantities prior
to the award of a contract due to budgetary limitations.
BY:
WRH, Inc.
(Name of Bidder)
Bruce Marsh AMA
Title
12/14/2023
(Date)
Vice President
Official Address: (Including Zip Code):
PO Box 256, Amana, IA 52203
I.R.S. No. 421012899
FORM OF BID —Addendum No. 2 CONTRACT NO. 975
AECOM #60590223
FB-3 of 3
FY 2024 TITUS LIFT STATION
AND FORCE MAIN
Bidder Status Form
To be completed by all bidders Part A
Please answer "Yes" or "No" for each of the following:
x
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).
Yes ❑ No My company has an office to transact business in Iowa.
ri Yes ❑ No My company's office in Iowa is suitable for more than receiving mail, telephone calls, and e-mail.
Yes ❑ No My company has been conducting business in Iowa for at least 3 years prior to the first request for
bids on this project.
Yes ❑ No My company is not a subsidiary of another business entity or my company is a subsidiary of another
business entity that would qualify as a resident bidder in Iowa.
If you answered "Yes" for each question above, your company qualifies as a resident bidder. Please
complete Parts B and D of this form.
If you answered "No" to one or more questions above, your company is a nonresident bidder. Please
complete Parts C and D of this form.
x
x
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:
1 / 1 / 2000 to current /
/ Address: 1648 T Ave
City, State, Zip: South Amana, IA 52334
Dates: / / to / / Address:
City, State, Zip:
Dates: / / to / / Address:
You may attach additional sheet(s) if needed. City, State, Zip:
To be completed by non-resident bidders Part C
1. Name of home state or foreign country reported to the Iowa Secretary of State:
2. Does your company's home state or foreign country offer preferences to resident bidders, resident labor
force preferences or any other type of preference to bidders or laborers?
3. If you answered "Yes" to question 2, identify each preference offered by your company's home state or foreign country
and the appropriate legal citation.
Yes l I No
You may attach additional sheet(s) if needed.
To be completed by all bidders Part D
certify that the statements made on this document are true and complete to the best of my knowledge and I know that my
failure to provide accurate and truthful information may be a reason to reject my bid.
Firm Name: WRH, inc
Signature:
Date: 12/14/23
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.
x
x
Yes U No My business is currently registered as a contractor with the Iowa Division of Labor.
Yes x 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.
Yes 1J No My business is an active corporation with the Iowa Secretary of State and has paid all fees
required by the Secretary of State, has filed its most recent biennial report, and has not filed
articles of dissolution.
Yes x 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 I 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
W Ce
wO
U.
a Z
W O
Z
Wce
U)O
LL-
ZZ
MBE/WBE BUS
D CONTACT
m
ce
a
M
N
N
0
O)
J
Titus Lift Station
U
O
nL
LL
Prime Contractor Name:
O
461
0
a)
a)
a.
U)
J
U)
O
U
(6
c
O
m
c
c13
U
a)
U)
a)
O
0)
c
4d
c
0
>,
O
o
w
U)
c
+-' O
C
Q t
ci Q
0
Vice President
Contractor Signature:
E
so O
c
o
• D
O-
0 >-,
C Q
• c
O
o
C
• ` ^^ll
W a)
-
O
a) •+--'
. >
O fl
Q
O (I)
U)
N
>
• ( O
c (6
0
o
N in
D
c
o .0
U (7
Q)
O -C)
u)
L fQ
L
O =
o
L
O
L o
a) •
"2. a) N
O -0 d
ai
U) C3)
a) U i
▪ ' (C3 C3)
D c
Cr O M
U a)
L U
O
CO oO
a
} o 0
W .o
J
m c) 0
< W 0
C.)
J � �
Qmc
a�U
D O
QO
tea)
U o c
< a)
O O) f )
O O
c
r
N
0)
= 4-,
w
O) - 0
C
C
O O .SQ
• 4L (7
U) C6 U)
L 1- (D
O c o
W O L
off)
+�- c `t
c (a0
O U) Q)
c c
O O c
ccs
o �UC
a) �O U
a) a) c
-0O
• - U
o
a • - a)
o o o
? E
(NN
c o Q.
O C
Q.- U
U)
all
F- O
C a)
O O U)
� )
CL
o _E
U
N 0 O
o _c
▪ '- 4-
IS
O
LW
D C
O O O
>' L
L O O
o c Q
Q
a)a)E
o
-2 (.0t
Oc E
c ▪ U)
• U O
mc U)
= O
U' U `+_
2 N W
01)
CC)}oW�
n the event it is determined that
MBE/WBE BUS
Quotes Received Quotation used in bid
Dollar Amount Proposed to
be Subcontracted
0
Z
>-
Dates
Contacted
O
O
O
,0
^V^/,
a)
Z
Z
Z
Dates
Contacted
11/30/23
Cr)
N
O
co
Cr)
N
11 /30/23
0
c`r)
r
r
r
AG Construction
Erosion Control
Bonnie's Barricades
Collins Concrete
W
m
ca
EB and Flow
c
W
coO
2n
(Form CCO-4) Rev. 06-20-02
CO J
o W w
W
/Q 0_
V U)
CC
W Q
WW
U)
CC
Q
Z
cr)
CONTRACT NO. 1071
O
Q
UM
�
CC < to
do
W4t
cO
mW
Q
2
W �
c
Z
a.
W
Z2
W
� O
ZLU Z
03
03
2 C1
i
a.
D CONTACT
0
0)
C
a�
J
Titus Lift Station
U
C
Prime Contractor Na
a E
L O
_
a)
U -c
4-/
Q Wu)
O a
)
O (D
-Q (1)
C
O)
4-I
U :
a) Q)
O
-_
(!) • •
•
L• �
o
a) U
Q�
O o
U
U
t.
V]
o
m
om
U
>,
C
W c13
m 4-
W U
m
• Q
A n
C.0
c� _c
C }
(4
Q) 0
(13 pl
C
O
>, U)
4- (13
a)
• C
O U
a✓
c
< O
H -Q
Z
O`/)
U >'
-C
O
W u)
m (6 u)
• O a�
�
m
2 o
O Q L
Z w Q.
CO
N
0
Vice President
d
Contractor Signature:
EE wt
o.o a) c
.� C
- Q) O
u) Q) () -O O
"E D O
O- m p N a)
O >, coop 4
cm 1
C Q Q
O cp O
co C W N >.
O m a) a)0
L r .
4O U L (o co a)
: D '+'-' te--+
Q) a)Oj, >, Cp a�
.-C >
� O U
O Le-'U P.u)
a) a� C C ti (II
U O O al o O)
O ._C '+� to
'_..Q u) co U) o a)
a.O u) E L L -44
o c O C QO)
W-oL DE
c) o w U cc) o p
(lo
u) 1-- o w a) o La wa) 0 C U o CC H
- p o C
Pa) a) a. O
U Q C (II - 15
�_� --
CF E a)4- CL.Z
L L O
W
0 O O a� 0 0
0 0 U 4_; O U
o •� O o N () _ W
CO
a) o (i) O Ce
p_C) (1)1 o C E Za.
U > w
aW
O - ui. s Q-0O F-
O Qoon-O=Z
so Q /W L OO
cp
L p o (o >, 0 Z0 (n
0 L7:3 .) C F-W
0 0 C O Ct Q Q Z
N Q . a) u) 2
O a� Q)
N`' u) u) W o OCCI
ro D a W
N Q) a) a_, Z COL c a)Q) C
) a) O w C Qu-
co
c u):oUcn w nC ai O W
O o_ W m
O Q) mp E O-
O- _! 2
p L U U.Q* W co co
L O E
U O a) O COa) Q
(B V) I--'
O- CDO a O W O
i' C a�
W_ Q a p o O
co Po E c .c a)
J L >, V) a) L
O p O p � _c
Q W U >, L : acj3 (1)
U m ,_, L p O _C -C
U p•IC a.
_
a. 2 a -0O
amC a)a)L a)u'
U) O M t E U)
U O c�
L
o C O O u) p a)
Q O U 32 C E
J E C p L ;+=
J U" U
Z Q Q) u) m
O �� i--
2 -
C co Q
Cd O O a) Ili
_C _C O C LC)
W W } W a
In the event
Quotes Received Quotation used in bid
Dollar Amount Proposed to
be Subcontracted
o
Z
CD
Dates
Contacted
0
0
0
0
0
Z
-th
a)Z
>-
Z
Z
Z
Dates
Intacted
11/30/23
11/30/23
11/30/23
Co
N
O
CO
r
O
0
r
BE
ctors
Crowley Construction Company
Taylor Construction
EL Construction
er l.,vnstructuoi
cli
L
W C
2n
0
(Form CCO-4) Rev. 06-20-02
(i)J=
Lu
o W
� W �
Q
u)
QW
W W
U)
z
co
N
0
N
L}i
CONTRACT NO. 1071
•ct
CO
(0
0)
0
(D
U
w
f0
E
1L
richerich306@pmail.com
acccontrolco@aoi.com
E
O
U
O
O
>-
m
N
C
g
t D
C
O
tit
fa
americanconstructionsupplies@gma il.com
jsonmor@aurafabricators.com
barricades@netzero.com
kathy@boyswaterproducts.com
shaneh@collinsconcrete.net
E
U
L.
3
@�
3
O
0
.O
lau'Jwou@1L66sws
kevin.ragan@ifi-P.roup.com
rocksvillarreal@aol.com
tbusta @ iowaplains.com
o
1)
4a
0
E
W
pj
jappbros@abbnebraska.com
IA - Iowa DOT - DBE leaderconstruction@ymail.com
Minority and Disadvantaged Affiliations
IA - Iowa DOT- DBE,MN - MUCP - DBE,MN - MUCP - MBE
IL - Illinois DOT - DBE,LA - Iowa DOT - DBE
IA - Iowa DOT - DBE
NC - North Carolina DOT - DBE ,NC - North Carolina DOT - WBE,TN -Tennessee
DOT - DBE,CO - Colorado DOT / Colorado UCP - DBE,LA - Louisiana DOTD - DBE
,MO - Missouri DOT - DBE,ND - North Dakota DOT - DBE ,SD - South Dakota DOT
DBE ,MI - Wayne County - DBE,WI - Wisconsin DOT - DBE,FL - Florida DOT -
DBE,TX - TxDOT - DBE,MI - Michigan DOT- DBE,SC - South Carolina DOT- DBE
,TX - City of Austin - DBE,IL - Illinois DOT - DBE,GA - Georgia DOT / Georgia State
UCP,IA - Iowa DOT - DBE ,AL - DOT / UCP - ALUCP,CO - City and County of
Denver - DBE / Colorado UCP - DBE,KY - Kentucky Transportation Cabinet -
DBE,RI - State of Rhode Island - DBE,KY - Kentucky Transportation Cabinet -
SBE,NC - North Carolina DOT - DBE,TX -Texas Department of Transportation -
DBE,TX -TUCP - DBE,AL- ALDOT - DBE,NC - UCP - DBE,FL - VTA - DBE ,MI -
Detroit DOT - DBE ,TX - SCTRCA - DBE,GA - GDOT- DBE,PA - Pennsylvania UCP -
DBE,MS - Mississippi DOT - DBE,LA - Louis Armstrong New Orleans International
Airport - DBE,WI- State of Wisconsin - WBE
MN - MUCP - DBE,MN - MMD - Economically Disadvantaged,MN - MMD -
Targetcd Groups,MN - MMD -Veterans,SD -South Dakota DOT- DBE,ND -
North Dakota DOT - DBE ,IA - Iowa DOT - DBE ,WI - Wisconsin DOT - DBE,RI -
State of Rhode Island - DBE,HI - Hawaii DOT - DBE,WI - State of Wisconsin -
MBE,WI - State of Wisconsin - WBE,MN - MUCP - WBE,HI - Hawaii DOT - SBE
IA - Iowa DOT - DBE ,IA - State of Iowa - TSB
MN - MUCP - DBE,MN - MMD - Veterans,MN - CERT Program - SBE,MN - CERT
Program - WBE,SD - South Dakota DOT - DBE ,ND - North Dakota DOT - DBE ,IA -
Iowa DOT - DBE ,RI - State of Rhode Island - DBE,MN - MUCP - WBE
Federal - 8 - a - Section 8 - a Certified,IL - Illinois DOT - DBE,GA - Georgia DOT /
Georgia State UCP,IA - Iowa DOT- DBE ,GA - GDOT- DBE
WI - City of Madison - SBE,IL - Illinois DOT - DBE,1A - Iowa DOT - DBE ,WI -
Wisconsin DOT - DBE,MN - MUCP - DBE,WI - State of Wisconsin - WBE,WI - City
of Madison - DBE,MN - MUCP - WBE,SD - South Dakota DOT - DBE
MO - Missouri DOT - DBE,IA - Iowa DOT - DBE ,MO - State of Missouri - WBE
IL - State of Illinois - VOSB
IA - Iowa DOT - DBE ,IA - State of Iowa - TSB
WY - Wyoming DOT - DBE,CO - Colorado DOT / Colorado UCP - DBE
CA - Los Angeles County Metropolitan Transportation Authority - DBE,TX -
NCTRCA - DBE,WI - Milwaukee County - DBE,NY - NYSDOT - DBE ,CT - CTDOT -
DBE,AK - AKDOT - DBE,IL - Illinois DOT - DBE,IA - Iowa DOT - DBE ,NC - North
Carolina DOT - DBE ,PA - Pennsylvania UCP - DBE,MI - Detroit DOT - DBE ,MA -
State of Massachusetts - MBE,AZ - Arizona DOT - DBE,OH - Ohio DOT - DBE,NC -
North Carolina DOT - MBE,KY - Kentucky Transportation Cabinet - DBE,KY -
Kentucky Transportation Cabinet - SBE,TX - SCTRCA - DBE,TX - TxDOT - DBE,TX -
City of Austin - DBE,GA - Georgia DOT / Georgia State UCP,UT - DOT/UCP -
DBE,WI - City of Madison - DBE,PA - Pennsylvania DOT-SBE,FL - City of St.
Petersburg - SBE,IL - BEP - MBE,NY/NJ - Port Authority of New York and New
Jersey - DBE,NY - Niagara Frontier Transportation Authority - DBE ,MI - Wayne
County - DBE,MA - State of Massachusetts - DBE,NC - North Carolina DOT -
DBE,CA - CUCP, METRO/LA County MTA - DBE,OH - Ohio Unified Certification
Program - DBE,NC - UCP - DBE,AZ - Arizona DOT - ACDBE,MA - Massechusetts
Department of Transportation - MBE,NC - UCP - MBE,AZ - Arizona DOT - SB,VA -
DSBSD - DBE,CA - CADOT - DBE,CA - CADOT - DBE,MA - City of Boston -
SLBE/MWBE,MD - Maryland DOT - DBE,MD - Maryland DOT - DBE,IN - Indiana
DOT - DBE,CA - Port of Lone; Beach - DBE
NE - City of Omaha - Tier 2 ESB,IA - Iowa DOT - DBE
Transmittal Name I Date Sent I Sent To 1Company Name
3 Seasons Maintenance Landscape
ACCESS CONTROL CO., INC
C
0
2
♦+
c
0
o
4
American Construction Supplies Inc.
Aura Fabricators Inc.
Bonnie's Barricades
Boys Water Products _
Collins Concrete
Crowley Construction Corporation
EB & Flow Custom Erosion Control
Industrial fence
Iowa Landscape Supply
Iowa Plains Signing, Inc.
-1
a
u
7
TS
2
n
Y
u
g
V
C
IT
1Japp Brothers Grading
Leader Construction Company
Richard Hill
Melissa Muskopf
Alfredo Galvez
u
FL-
ro
Jasmine Sonmor
Justin Breese
Kathy Boys
Shane Hauman
Bess Crowley
c
Jo
w
n
Kevin Ragan
Gustavo Villarreal
Tom Busta 1
o
e:
m°
cnc
0.
a
-,
2
Robert Leader
11/30/2023 12:12
11/30/2023 12:12
11/30/2023 12:12I
N
N
m
N
O
O
'-1
1-4
11/30/2023 12:12
11/30/2023 12:12
11/30/2023 12:12
11/30/2023 12:12
11/30/2023 12:12
11/30/2023 12:12
11/30/2023 12:12
11/30/2023 12:121
11/30/2023 12:121
N
N
m
N
0
O
1-1
rl
r 11/30/2023 12:12
11/30/2023 12:12
iSaFt Standard ITB - InvitetoBid
iSaFt Standard ITB - InvitetoBid
iSaFt Standard ITB - InvitetoBid 1
00
O
M
C
1
CO
0
n
C
n
tic
LL
O
N
iSaFt Standard ITB - InvitetoBid
iSaFt Standard ITB - InvitetoBid
ISgFt Standard ITB - InvitetoBid
iSaFt Standard ITB - InvitetoBid
iSaFt Standard ITB - InvitetoBid
iSaFt Standard ITB - InvitetoBid
iSaFt Standard ITB - InvitetoBid
iSaFt Standard ITB - InvitetoBid
iSaFt Standard ITB - InvitetoBid
CO
0
N
C
1
CO
I-
1
c
A
to
LL
0
N
iSaFt Standard ITB - InvitetoBid
ISgFt Standard ITB - InvitetoBid
E
0
U
c
O
M
U
4.
c
0
0
0
0
c
0
O
E
O
u
n
E
0
L
c)
a
c
2
.O
w
CO
0
0
0
0
0
g
0
0
w
O
0
0
D
z
2
w
m
0
0
0
n
3
0
a
c
0
t
0
0
w
0
eloca
c
c
03
m
E
v
c
3
9
c
0
E
0
m
0
0
v
LL
wl
m'
0
0
0
0
3
0
a
c
3
O
03
13.
A
U_
0_
c
0
0
U
0
fJ
N
1
N
e-I
m
0
N
0
m
a
L
0
N
c-I
N,
el'
0
N
0
m
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).
4/14-1-
12/14/23
Signature Date
Bruce Marsh, Vice President
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 5720-4.2
SRF-2 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.qov/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,
o r 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,
o r 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
prope
rtY;
(c) Are not presently indicted or otherwise criminally or civilly charged by a government
e ntity (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.
Bruce Marsh, Vice President
Typed Name & Title of Authorized Representative
12/14/23
Signature of Authorized Representative Date
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
Enterprise
-Owned
(MBE)
Business
Goal
Women
Enterprise
-Owned
(WBE)
Business
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.//secure.iowadot.qov/DBE/Home/Index/.
Prime contractors' DBE requirements for SRF projects include:
o Taking affirmative steps for DBE participation
o Documenting the efforts and the proposed utilization of certified DBEs
PROJECT INFORMATION
SRF
Applicant:
Bidder:
WRH,
Inc.
Address:
1648
T Ave. South
Amana,IA
52334
Contact
Person:
Bruce
Marsh
Signature:
7,1-47:L_
Phone
Number:
319-622-3816
E-Mail
Address:
bmarsh@wendlerinc.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 U 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?
Yes No
x
6. List the potential DBE subcontractors that were contacted. Only list those that are certified
through the Iowa Department of Transportation.
Name
How
(e.g.
call,
fax,
Contacted
letter,
e-mail)
phone
Response
not
interested,
(e.g.
not
did
competitive)
not
respond,
Eb
and
Flow
Erosion
Control
email
no
response
OEL
Construction
email
no
response
Taylor
Construction
email
no
response
Bonnie's
Barricades
email
no
response
AG
Construction
email
no
response
Collins
Concrete
email
no
response
PROPOSED UTILIZATION OF DBE SUBCONTRACTORS
Please include Attachments 4 and 5 to document the proposed utilization of certified DBE
subcontractors.
SRF-5 January 2021
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 DBE1 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
N/A
Name
Project
Titus
Name
Lift
Station
Bid/Proposal
No.
Assistance
(if
known)
Agreement
ID
No.
Point
of
Contact
Address
Telephone
No.
Email
Address
Prime
Contractor
Name
Issuing/Funding
Entity
Contract
Number
Item
Description
Construction,
of
Work
Submitted
Services,
to
Equipment
the
Prime
Contractor
or
Supplies
Involving
Price
the
of
Prime
Work
Submitted
Contractor
to
DBE
Certified
by
DOT
SBA
Meets/exceeds
YES
EPA
certification
NO
standards?
Unknown
Other:
'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
Bruce
Marsh
Title
Date
Vice
President
12/14/23
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 DBE1
subcontractors2 and the estimated dollar amount of each subcontract. An EPA Financial Assistance Agreement Recipient
must require its prime contractors to complete this form and include it in the bid or proposal package. Prime contractors
should also maintain a copy of this form on file.
Prime
Contractor
WRH,
Inc.
Name
Project
Titus
Name
Lift
Station
Bid/Proposal
No.
Assistance
(if
known)
Agreement
ID
No.
Point
of
Contact
Address
1648
T
Ave, South
Amana,
Iowa 52334
319-622-3816
No.
bmarsh@wendlerinc.com
Address
Telephone
Email
Issuing/Funding
Entity
I
If
have
yes,
identified
please
complete
potential
the
DBE
table
certified
below.
subcontractors
If
no,
please
explain:
YES
NO
Name/Company
Subcontractor
Name
Company
Address/Phone/Email
Amount
Dollar
Currently
Certified?
DBE
Estimated
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
At/h——
Bruce
Marsh
Date
Title
Vice
President
12/14/23
IASRF6100-4 DBE Subcontractor Utilization Form — Page 2
SRF-10 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.
Bruce Marsh, Vice President
Typed Name & Tftje of Authorized Representative
12/14/23
Signature of Authorized Representative Date
SRF-34 January 2021
State of
NON -COLLUSION AFFIDAVIT OF PRIME BIDDER
Iowa )
County of
Linn )ss
)
Bruce Marsh , being first duly sworn, deposes and says that:
1 He is (Owner, Partner, Officer, Representative, or Agent) , of WRH
, the Bidder that has submitted the attached Bid;
2. He is fully informed respecting the preparation and contents of the attached Bid and of all
pertinent circumstances respecting such Bid;
3. Such Bid is genuine and is not a collusive or sham Bid;
4. Neither the said Bidder nor any of its officers, partners, owners, agents, representatives,
employees, or parties in interest, including this affiant, has in any way colluded, conspired,
connived or agreed, directly or indirectly, with any other Bidder, firm or person to submit a
collusive or sham Bid in connection with the Contract for which the attached Bid has been
submitted or to refrain from bidding in connection with such Contract, or has in any manner,
directly or indirectly, sought by agreement or collusion or communication or conference with any
other Bidder, firm or person to fix the price or prices in the attached Bid or of any other Bidder, or,
to fix any overhead, profit or cost element of the bid price or the bid price of any other Bidder, or
to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage
against the City of Waterloo, Iowa, or any person interested in the Proposed Contract; and
5. The price or prices quoted in the attached Bid are fair and proper and are not tainted by any
collusion, conspiracy, connivance or unlawful agreement on the part of the Bidder or any of its
agents, representatives, owners, employees, or parties in)yiterest,jpcluding this affiant.
(Signed)
Bruce Marsh, Vice President
Title
Subscribed and sworn to before me this 14th day of December , 20_23_.
Jordan Richey, Notary Public
Title
My commission expires
J LAr- 2Y 2-02c/
JORDAN THOMAS RICHEY
Notarial Seal - Iowa
Commission Number 832702
My Commission Expires Jun 28, 2024
NON -COLLUSION AFFIDAVIT CONTRACT NO. 975
AECOM #60590223
4,1--/
NCA-1 of 2
FY 2024 TITUS LIFT STATION
AND FORCE MAIN
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.
3. The contractor, subcontractor, vendor and supplier or his/her collective bargaining representative
will send to each labor union or representative of workers which he/she has a collective
bargaining agreement or other contract or understanding, a notice advising said labor union or
workers' representative of the contractor's commitment under this section.
4. The contractor, subcontractor, vendor and supplier of goods and services will comply with all
published rules, regulations, directives, and order of the City of Waterloo Affirmative Action
Program Contract Compliance Provisions.
5. The contractor, subcontractor, vendor and supplier of goods and services will furnish and file
compliance reports within such time and upon such forms as provided by the Affirmative Action
Officer. Said forms will elicit information as to the policies, procedures, patterns, and practices of
each subcontractor as well as the contractor himself/herself and said contractor, subcontractor,
vendor and supplier will permit access to his/her employment books, records and accounts to the
City's Affirmative Action Officer, for the purpose of investigation to ascertain compliance with this
contract and with rules and regulations of the City's Affirmative Action Program Contract
Compliance Provisions relative to Resolution No. 24664.
6. In the event of the contractor's non-compliance with the non-discrimination clauses of this
contract or with any of such rules, regulations and orders, this contract may be canceled,
terminated or suspended in whole or in part and the contractor may be declared ineligible for
further contracts in accordance with procedures authorized by the City Council.
7 The contractor, subcontractor, vendor and supplier of goods and services will include, or
incorporate by reference, the provisions of the non-discrimination clause in every contract,
EQUAL OPPORTUNITY CLAUSE CONTRACT NO. 975 EOC-1 of 2
AECOM #60590223 FY 2024 TITUS LIFT STATION
AND FORCE MAIN
subcontract or purchase order unless exempted by the rules, regulations, or orders of the City's
Affirmative Action Program, and will provide in every subcontract, or purchase order that said
provisions will be binding upon each contractor, subcontractor, or supplier.
8. We, the undersigned, recognize that we are morally and legally committed to non-discrimination
in employment. Any person who applies for employment with our company will not be
discriminated against because of race, creed, color, sex, national origin, economic status, age,
mental or physical disabilities.
(Signed)
(Appropriate Official)
Bruce Marsh, Vice President
(Title)
12/14/23
(Date)
EQUAL OPPORTUNITY CLAUSE CONTRACT NO. 975
AECOM #60590223
EOC-2 of 2
FY 2024 TITUS LIFT STATION
AND FORCE MAIN
BID BOND
KNOW ALL MEN BY THESE PRESENTS, that we, WRH, Inc.
as Principal, and Merchants Bonding Company (Mutual)
as Surety are held and firmly bound unto the CITY OF WATERLOO , Iowa, hereinafter called
"OWNER." In the penal sum Five Percent of the Total Amount Bid
Dollars ($ 5% ) lawful money of the United States, for the payment of which
sum will and truly be made, we bind ourselves, our heirs, executors, administrators, and successors,
jointly and severally, firmly by these presents. The condition of this obligation is such that whereas the
Principal has submitted the accompanying bid dated the 14th day of December
, 20 23 , for FY 2024 Titus Lift Station and Force Main, Contract No. 975, Waterloo, Iowa
NOW, THEREFORE,
(a) If said Bid shall be rejected, or in the alternate,
(b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the form
specified and shall furnish a bond for his faithful performance of said contract, and for the payment of all
persons performing labor or furnishing materials in connection therewith, and shall in all other respects
perform the agreement created by the acceptance of said Bid,
Then this obligation shall be void, otherwise the same shall remain in force and effect; it being expressly
understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event,
exceed the penal amount of this obligation as herein stated.
By virtue of statutory authority, the full amount of this bid bond shall be forfeited to the Owner in
liquidation of damages sustained in the event that the Principal fails to execute the contract and provide
the bond as provided in the specifications or by law.
The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its
bond shall be in no way impaired or affected by any extension of the time within which the Owner may
accept such Bid or execute such contract; and said Surety does hereby waive notice of any such
extension.
IN WITNESS WHEREOF, the Principal and the Surety, have hereunto set their hands and seals, and
such of them as are corporations, have caused their corporate seals to be hereto affixed and these pres-
ents to be signed by their proper officers this 7th day of December , A.D. 2023.
Wit
Witness Sara Huston
BID BOND
AECOM 1160590223
WRH, Inc. (Seal)
Principal
By
egvcr( teli4g, i, (Title) vt c ca. 1 itOrpiT
Merchants Bonding Company (Mutual)
Surety
CONTRACT NO. 975
rs er, Attorney -in -fact
(Seal)
BB-1 of 1
FY 2024 TITUS LIFT STATION
AND FORCE MAIN
MERCHANTS
BONDING COMPANY-0
POWER OF ATTORNEY
Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.,
both being corporations of the State of Iowa, d/b/a Merchants National Indemnity Company (in California only) (herein collectively called the
"Companies") do hereby make, constitute and appoint, individually,
Anne Crowner; Bailey Beach; Ben 1/Vlliams; Brian J Oestreich; Brian M Deimerly; Cameron M Burt; Cindy Bennett; Colby D White; Craig E Hansen;
D Gregory Stitts; Dione R Young; Donald E Appleby; Douglas Muth; Ginger Hoke; Grace Rasmussen; Graydon Dotson; Greg Krier; Jay D
Freiermuth; Jennifer Marino; Jessica Jean Rini; Jessie Allen; Joe Tiernan; John Cord; Joshua R Loftis; Kate Zanders; Keeton Welch; Mark R
DeWitt; Mark Sweigart; Mary Ashley Allen; Megan A Brown; Michelle R Gruis; Nathan Weaver; R C Bowman; Sara Huston; Sarah C Brown; Seth D
Rooker; Ted Jorgensen; Tim McCulloh; Todd Bengford; W R Withrow
their true and lawful Attorney(s)-in-Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings,
contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of
persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions
or proceedings allowed by law.
This Power -of -Attorney is granted and is signed and sealed by facsimile under and by authority of the following By -Laws adopted by the Board
of Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and amended August 14, 2015 and adopted by the Board of Directors of
Merchants National Bonding, Inc., on October 16, 2015.
"The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and
authority to appoint Attorneys -in -Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto,
bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof."
"The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney
or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the
Company, and such signature and seal when so used shall have the same force and effect as though manually fixed."
In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and aut hority hereby given to the
Attorney -in -Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction
contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department
of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of
its obligations under its bond.
In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given
to the Attorney -in -Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner -
Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation.
In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 8th day of November , 2023
•'110Ngj♦
.''0NG CO..
•
4.• P •• 0
O • •C) to •
.'? -O- o �: •1—;? -0- .�•
'x' ••2 1933 •
sco.
ose
STATE OF IOWA ♦9,, * s''••. ' • " ' • •
COUNTY OF DALLAS ss.
On this 8th day of November 2023 before me appeared Larry Taylor, to me personally known, who being by me duly sworn
did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the
seals affixed to the foregoing instrument are the Corporate Seals of the Companies; and that the said instrument was signed and sealed in behalf
of the Companies by authority of their respective Boards of Directors.
Kim Lee
Commisson Number 702737
My Commission Exraes
April '14, 2024
MERCHANTS BONDING COMPANY (MUTUAL)
MERCHANTS NATIONAL BONDING, INC.
dlb/a MERCHANTS NATIONAL INDEMNITY COMPANY
President
Notary Public
(Expiration of notary's commission does not invalidate this instrument)
I, William Warner, Jr., Secretary of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., do hereby
certify that the above and foregoing is a true and correct copy of the POWER -OF -ATTORNEY executed by said Companies, which is still in full
force and effect and has not been amended or revoked.
In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this 7th day of December , 2023
.••..............0Nq ••• 1N0 CO(•
•• .... •.. •. ••�N0. o ••
• ,,,a;•9 •
•' 'PoR •••� '• o • RPc
•�
y.••o q .o : •�.• y•
•
:Z.2 -o- p:• �: •.�-• . •
-o ram•^.
• Cr 2: *_ .1933 •
-x
;v�. 2003 :�0;
dr '
•
giri
♦ ♦ •
Secretary
POA 0018 (10/22)