HomeMy WebLinkAboutMike Fereday Heating & Air Conditioning - Hangar No. 4 HVAC Replacement - 3.18.2024CONTRACT
FOR
HANGAR NO. 4 IMPROVEMENTS (2023)
Shop HVAC Replacement
AT THE
WATERLOO REGIONAL AIRPORT
WATERLOO, IOWA
THIS AGREEMENT, made and entered into this 18th day of March , 2024, by and between the Waterloo
Regional Airport for the City of Waterloo, Black Hawk County, Iowa, hereinafter referred to as the "Owner" and Mike
Fereday Heating & Air Conditioning (a corporation organized and existing under the laws of the State ofTel} ), (a
partnership consisting of mAC-L.1{fsVt4+T 1w (an individual trading as ) of i]&4etivv , in
the State of Iowa, hereinafter referred to as the "Con ractor."
WITNESSETH: That the Contractor for and in consideration of Twenty -Six Thousand Seven Hundred Fifty -Three
and No/100 Dollars ($26,753.00), based on the unit bid prices payable as set forth in the Specifications constituting a
part of this Contract, hereby agrees to construct in accordance with the Plans and Specifications therefore, and in the
location designated on the Plans, the various items of work awarded said Contractor on the day
of , 2024, as follows, being numbered one (I) through four (4) as shown in schedule of prices
bid in the attached Proposal which is a part of this Contract.
Said Specifications and Plans are hereby made a part of and the basis of this Agreement and a true copy of said Plans
and Specifications is now with the Waterloo Regional Airport in the office of the Director of Aviation, Waterloo,
Iowa, under date of , 2024.
I. That in consideration of the foregoing, the Owner hereby agrees to pay the Contractor promptly and according
to the requirements of the Specifications, the amounts set forth, subject to the conditions as set forth in the
Specifications.
2. That it is understood that the parties named herein are the only persons interested in this Contract and principals.
3. That the Contractor has examined the site of the proposed work, Plans, Specifications, and Contract Documents
in order that he Haight become familiar with the character, quality, and quantity of the work to be performed, the
materials to be furnished and the requirements of the Specifications, and Contract Documents.
4. It is hereby further agreed that any reference herein to the "Contract" shall include all "Contract Documents" for
the Waterloo Regional Airport, IDOT CSVI Project no. 91230AL0200, Contract No. CNTRT-0000-4606
Hangar No. 4 Improvements — Shop HVAC Replacement and said "Contract Documents" are hereby made
a part of this agreement as fully as if set out at length herein, and that this contract is limited to the items in the
proposal as signed by the "Contractor" and included in the "Contract Documents."
5. That the Contractor shall not commence any work to be performed under this Contract until he has obtained
from responsible insurance companies, all insurance required, as set forth in the General Provisions and that the
Contractor shall maintain this insurance in full force and effect until the work to be performed under this Contract
has been accepted by the Owner.
6. That the Contractor shall not start working on any alterations requiring a supplemental agreement until the
agreement setting forth the adjusted price shall be executed by the Owner and the Contractor.
7. That the Contractor, at all times, shall observe and comply with all federal, state, territory or possession and
local laws, codes, ordinances and regulations in any manner affecting the conduct of the work, and the Contractor
and his surety shall indemnify and save harmless the Owner and all his officers, Engineer, agents and servants
IDOT CSVI Project No. 91230AL0200 C-1 CONTRACT
CONTRACT NO. 4606 Hangar No. 4 Shop HVAC Replacement AECOM 60703079
against claims or liability arising from or based on the violation of any such law, ordinance, deregulation, order
or decree, whether by himself or his employees.
8. That it is further understood and agreed by the parties to this Contract that the above work shall be commenced
within 10 days after "Notice to Proceed" and shall be completed according to the terms of the entire contract
within ninety (90) calendar days from the date established in the Notice to Proceed.
9. The Contractor understands and agrees that all certifications made by the Contractor within the Proposal shall
apply under this Agreement as if fully rewritten herein. The Contractor further certifies the following:
a. Certification of Eligibility (29 CFR Part 5.5)
(1) The penalty for making false statements is prescribed in the U.S. Criminal Code 18 U.S.C.
10. It is further understood that any action in court against the Contractor because of damage to property or
individuals by said Contractor or his workmen, or because of the violation of any provisions of the
Specifications, or on account of the failure of said Contractor to fully comply with these provisions, shall be
brought in the District Court of the State of lowa in and for Black Hawk County.
11. Second Party shall maintain all work done hereunder in good order for a period of 12 months from and after the
date it is accepted by the Waterloo Regional Airport, City of Waterloo, Iowa, which maintenance shall be without
expense to First Party or the abutting property. In the event of the failure or default of Second Party to remedy
any or all defects appearing in said work within a period of 12 months from the date of its acceptance by said
Board and after having been given ten (10) days' notice so to do by registered letter deposited in the United
States Post Office in said City, addressed to said Contractor at the address herein given, then First Party may
proceed to remedy such defects and the cost and expenses thereof may be recovered from said Second Party and
the sureties on its bond by action brought in any court of competent jurisdiction, but such suit may be brought
in the District Court of Black Hawk County, Iowa.
IN WITNESS WHEREOF, the parties hejhave set tfo(nds for the purpose herein expressed to this and three
other instruments of like tenor, as of the day of , 2024.
ATTEST:
Kelley Felchle USIGNE
D
KK6xx City Cler
By
CITY OF WATERLOO
6Qcte ,ri art
Mayor
CONTRACTOR
Mike Fereday Heating & Air Conditioning
By
Firm Name
Signature
Title
f.,?7 /Je7'Afew-th-
Business Address
Witness
Witness
!DOT CSVI Project No. 91230AL0200 C-2
CONTRACT
CONTRACT NO. 4606
Hangar No. 4 Shop HVAC Replacement AECOM 60703079
Attachment "A"
PROPOSAL FORM
FOR
HANGAR NO. 4 IMPROVEMENTS (2023)
Shop HVAC Replacement
AT THE
WATERLOO REGIONAL AIRPORT
WATERLOO, IOWA
Waterloo Regional Airport
2790 Livingston Lane
Waterloo, IA 50703
All:
1. The undersigned, being a Corporation existing under the laws of the State of Too tk a Partnership consisting of
the following partners: Matti ICcu(& -r 1MM Pe c4or y having familiarized (himself) (themselves)
(itself) with the existing conditions on the project area affecting tile cost of the vork, and with all the contract documents
listed to the Table of Contents and Addenda Of any), as prepared by the City Engineer of the City of Waterloo now on
file in the office of the City Clerk, City Hail, 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 Ibis Hangar No. 4 Improvements (2023) Shop HVAC
Replacement, Contract 4606, all in accordance with the above -listed documents and for the unit prices for work In
place for the following Items and quantities:
2. The extent of the work Involved is as follows.
The IDOT CSVI Protect No. 9I230AL0200, Contract No. CNTRT-00004606 project which consists of the
demolition, replacement, and the final connection of one (1) split HVAC system and two (2) natural gas furnace
units.
Unless otherwise noted, the intention is all existing ductwork and electrical circuits shall be reconnected to the units.
Contractor shall upgrade and replace existing thermostats controlling these units.
3. The undersigned, In compliance with your Invitation for Bids dated 2I2q/21 hereby proposes to do the
work called for in said Contract and Specifications and drown on said Plans and Addendum Nos.
and to furnish all materials, tools, labor and all appliances and appurtenances necessary for
the said work at the following rates and prices:
IDOT CSVI Project No. 91230AL0200 P-1 PROPOSAL FORM
CONTRACT NO. 4606 Hangar No. 4 Shop HVAC Replacement AECOM 60703079
ITEMIZED PROPOSAL
WATERLOO REGIONAL AIRPORT
WATERLOO, IOWA
PROJECT: • HANGAR No. 9 IMPROVEMENTS — Shop HVAC Replacement
IDOT CSVI Project, Contract No, CNTRT-00009606
ITEM
NO.
DESCRIPTION
UNIT
ESTIMATED
QUANTITY
UNIT BID
PRICE
TOTAL BID
PRICE
BASE BID
1
DEMOLISH FURNACE SYSTEMS
EA
2
$ 65-00
$ 3 coo
2
$
$
$
I1163(0
Cf
4000
9'/
7
INSTALL HVAC SYSTEMS
EA
2
$ 59/
g
3
DEMOLISH A/C SPLIT SYSTEM
EA
i
$ 4000
4
INSTALL A/C SPLIT SYSTEM
EA
1
$ q, 917
$ 2i 153
TOTAL BID
9. The Airport reserves the right to award the contract based 011 the Total Bid.
5. The undersigned understands that the above quantities of work to be done are approximate only and are intended
principally to serve as a guide in evaluating the bids. All quantities are subject to Increase or decrease and are to
be performed at the unit prices stipulated herein.
6. The undersigned agrees, upon written notice of the acceptance of this bid, within ninety (90) days after the opening
of the bids, that he will execute the Contract in accordance with the bid as accepted.
7. The undersigned further agrees that if awarded the Contract, he will commence the work within ten (10) calendar
days after the receipt of a "Notice to Proceed" and that he wilt substantially complete all work according to the
terms of the entire contract within ninety (90) calendar days from the date established In the Notice to Proceed.
An extension of time may be allowed when extra or additional work Is ordered by the Engineer.
8. The undersigned agrees that within 30 days after award of this contract, the Contractor/Subcontractor shall file a
compliance report (Standard Form 100) if s/he has not submitted a complete compliance report within 12 months
proceeding the dale of award. This report Is required if the Contractor/Subcontractor meets all of the following
conditions:
a. Contractors/Subcontractors are not exempt based on 91 CFR 60-1,5.
b. Has 50 or more employees.
c. Is a prime contractor or first tier subcontractor.
d. There is a contract, subcontract, or purchase order amounting to $50,000 or more.
9. To satisfy Clear Air and Water Pollution Control Requirements on all Construction Contracts and Subcontracts
exceeding $100,000.00 Contractors and Subcontractors agree:
a. That any facility to be used In the performance of the Contract or to benefit from the Contract is not listed on
the Environmental Protection Agency (EPA) List of Violating Facilities.
b. To comply with all the requirements of Section 306 of the Clean Air Act (92 USC 1857(11)), and Section 508
of the Clean Water Act (33 USC 1368), Executive Order 11738, and Environmental Protection Regulations
(90 CFR Part (15)).
IDOT CSVI Project No. 01230AL0200 P-2 PROPOSAL FORM
CONTRACT NO. 4606 Hangar No, 4 Shop HVAC Replacement AECOM 60703079
c. That as a condition for award of a Contract he shall notify the awarding official of the receipt of any
communication from EPA indicating that a facility to be utilized for performance of or benefit from the
Contract Is under consideration to be listed on the EPA List of Violating Facilities.
d. To include or cause to be included in any Contract or Subcontract which exceeds $100,000.00 the
aforementioned criteria and requirements.
10. The contractor, by submission of this offer and/or execution of a contract, certifies that it:
a. is not owned or controlled by one or more citizens or nationals of a foreign country included in the list of
countries that discriminate against U.S. firms published by the Office of the United States trade Representative
(USTR).
b. has not knowingly entered into any contract or subcontract for this project with a contractor that is a citizen or
national of a foreign country on said list or is owned ar controlled directly or indirectly by one or more citizens
or nationals of a foreign country on said list.
11. The bidder/offeror certifies, by submission of this proposal or acceptance of this contract, that neither it nor its
principals are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded
from participation in this transaction by any Federal department or agency. It further agrees by submitting this
proposal that it will include this clause without modification in all lower tier transactions, solicitations, proposals,
contracts, and subcontracts. Where the bidder/offer/contractor or any lower tier participant is unable to certify this
statement, it shall attach an explanation to this solicitation/proposal.
12. The undersigned hereby declares that the only parties Interested in this Proposal are named herein, that this
Proposal is made without collusion with any other person, firm, or corporation, that no member of the Council,
Waterloo Regional Airport or agent of the City of Waterloo, Iowa, is directly or indirectly financially interested in
this bid.
13. In submitting this bid, it is understood that the right to reject any and all bids has been reserved and that this bid
may not be withdrawn for a period of ninety (90) days from the opening thereof.
14. Contractor certifies that all employees employed by Contractor or any subcontractor working on behalf of the
Contractor are in compliance with the Immigration Reform Control Act of 1986 (IRCA) and Indemnifies the Owner
and holds harmless Owner for any violations of IRCA as a result of the Contractor's employees or his
subcontractors employees working on behalf of the Contractor on the Owner's project.
15. The undersigned certifies, to the best of his or her knowledge and belief, that:
a. No Federal appropriated funds shall be paid, by or on behalf of the Contractor, to any person for influencing
or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee
of Congress, or an employee of a member of Congress In Congress in connection with the making of any
Federal grant and the amendment or modification of any Federal grant.
b. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing
or attempting to influence an officer or employee of any agency, a member of Congress, an officer or employee
of Congress, or an employee of a Member of Congress in connection with this Federal grant, the Contractor
shall complete and submit Standard Forrn-LLL, "Disclosure of Lobby Activities", in accordance with its
instructions.
c. The Undersigned shall requhe that the language of this certification be included in the award documents for
all subawards at all tiers (including subcontracts, subgranis, and contracts under grants, loans, and cooperative
agreements) and that all subrecipienis shall certify and disclose accordingly.
This certification is a material representation of fact upon which reliance was placed when this transaction was
made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction
IDOT CSVI Project No. 91230A10200 P-3 PROPOSAL FORM
CONTRACT NO. 4606 Hangar No. 4 Shop HVAC Replacement AECOM 60703079
imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required certification shall be
subject to a civil penalty of not less than $10,000 and not more than $200,000 for each such failure.
16. Attachment to This Bid. The following documents are attached to and made a part of this Bid:
a. Non -Collusion Affidavit of Prime Bidder.
b. Targeted Small Business (TSB) Affirmative Action Responsibilities
17. The Bidder shall indicate whether the bid is submitted by a/an:
❑ Individual, Sole Proprietorship
❑ Partnership
❑ Corporation
❑ Joint -venture: all parties must join -in and execute all documents
❑ Other
Respectfully submitted,
By
Title
n7 Gc9 Cj'-' Wea.loo 16-
Address
5070 2.
(Include Zip Code)
3/9-Z32 -O 0o
Telephone No.
TOOT CSVI Protect No. 91230AL0200 P-9 PROPOSAL FORM
CONTRACT NO. 4606 Hangar No. 4 Shop HVAC Replacement AECOM 60703079
NON -COLLUSION AFFIDAVIT OF PRIME BIDDER
State of CI )
)ss
County of kektt )
LRt
�, A) C.
that:
being first duly sworn, deposes and says
(1) He is A Vwnt] Partner Officer Representative or Agent) of
ik2 FeVeckay l '(-i j i- At(tari kiiii:I � the Bidder that has submitted the attached
Bid. �J
(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, o has in any manner, directly or
Indirectly, sought by agreement or collusion or communication or conference with at y other Bidder, firm or person to
fix the price or prices in the attached bid or of any other Bidder, or, to nix any overhead, profit or cost element of the bid
price or the bid price of any other Bidder, or to secure through any collusion, con piracy, 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 itsnts, represenn[ves, owners,
employees, or parties In Interest, including this affant.
(Signed)
Title t--"p7
Subscribed and sworn to before me
this day of \"ra09- (> da!(
<1. rya\ Tilli 2wl'NJ� *t
My Commission Expires earl , 2tes.>
KREMER
Comml ml Mon
on Number 824878
tOWA My CgrOrpi�Joq 6xPlree
IDOT CSVI Protect No. 91230AL0200
CONTRACT NO. 4606
P-5 PROPOSAL FORM
Hangar No. 4 Shop HVAC Replacement AECOM 60703079
Exhibit A
CONTRACT PROVISION
Targeted Small Business (TSB)
Affirmative Action Responsibilities
on
Non -Federal Aid Projects (Third -Party Statc-Assisted Projects)
September 2020
IDOT CS VI Project No. 91230AL0200
CONTRACT NO. 4606
P.6 CONTRACT
Hangar No. 4 Shop HVAC Replacement
AECOM 60703079
CONTRACT PROVISION
Targeted Small 8ysiness(TSB)AfflrmatiVe Action Rospon$lblilt(es. on Non.Faderal-aid
Projects (Third -party State -Assisted Pr:Jects)
1. TSB DEFINITION
A TSB 'is a small business, as defined by !own Code Section 15.102(10), which is S I% or more owned, operated and actively
managed by one or more women, minority persons, service -disabled veterans or persons with a disability provided the business
Meets all of the' following requirements: is located in this state, is operated for profit acid has an annual gross income of Tess than 4
million dollars computed as an average of the three preceding fiscal yeas.
2, TSB REQUIREMENTS
'In all State -assisted projects made available through the Iowa Department of Transportation, local governments have certain
affirmative action requirements to encourage and increase participation of disadvantaged individuals in business enterprises. These
requirements are based on Iowa Code Section 198.7. Those requirements supersede all existing TSB regulations, orders, circulars
and administrative requirerneuts.
3. TSB DIRECTORY INFORMATION
Available from: Iowa Economic Development Authority Targeted
small Business Certification Program 1963 Bell
Avenue, Suite 200
Des Moines, IA 50315 Phone:
(515-348(6159)
Wabshe: Jtttps•I/fowneconumicdevelopmen6eom/tsb
4. THE CONTRACTOR'S TSB POLICY
The contractor is expected to promote participation of disadvantaged business enterprises as suppliers, manufactures and
subcontractors through a continuous, positive, result-oriodcd program. Therefore, the contractor's TSB policy shall be:
It is the policy of this firm that Targeted Small Business (TSB) concerns shall have the mafaimnm practical
opportunity to participate in eontraets funded with State -assisted funds which are administered by this fimr (es:
suppliers, manufacturers and subcontractors). The purpose of our policy into encourage and increase the TSB
participation in contracting opportunities made available by State -assisted programs.
5. CONTRACTORS SHALL APPOINT AN EQUAL EMPLOYMENT OPPORTUNITY (EEO) OFFICER
The contractor shall designate a responsible person to serve as TSB officer to fulfil( the contractors affirmative action
responsibilities. This person shall have the necessary statistics, funding, authority and responsibility to catty out and enforce the
fire's EEO policy. The EEO officer shall be responsible for developing, managing and implementing the program on a day-io-day
basis. The officer shall also:
A, For current TSB information; contact the town Economic Development Authority (515(348-6159) to identify potential
material suppliers, manufacturers and contractors..
[DOT CSVI Project No. 91230AL0200
CONTRACT NO. 4606
P-7
Hangar No. 4 Shop 11VAC Replacement
Page 1
CONTRACT
AECOM 60703079
TSB Affirmative Action Responsibilities
A. Make every reasonable effort to involve TSBs by soliciting quotations from them and incorporating them into the firm's
bid.
B. Make every reasonable effort to establish systematic written and verbal contact with those TSBs having the materials or
expertise to perfonn the work to be subcontracted, at least two weeks prior to the time quotations are submitted.
Maintain complete records of negotiations efforts.
C. Provide or arrange for assistance to TSBs in seeking bonding, analyzing plans/specifications or other actions that can
be viewed as technical assistance.
D. Ensure the scheduled progress payments are made to TSBs as agreed in subcontract agreements.
E. Require all subcontractors and material suppliers to comply with all contract equal opportunity and afftnnative action
provisions.
6, COUNTING TSBs PARTICIPATION ON A PROJECT
TSBs are to assume actual and contractual responsibilities for provision of materials/supplies, subcontracted work or other
commercially usefitl function.
A. The bidder may count:
1) Planned expenditures for materials/supplies to be obtained from TSB suppliers and manufacturers; or
2) Work to be subcontracted to a TSB; or
3) Any other commercially useful fumelion.
B. The contractor may count:
1) 100% of an expenditure to a TSB manufacturer that produces/supplies goods manufactured from raw materials,
2) 60% of an expenditure to TSB suppliers that are not manufacttrers; provided the suppliers perform a
commercially useful function in the supply process.
3) Only those expenditures to TSBs that perform a commercially useful function in the work of a contract, including
those as a subcontractor.
4) Work the Contracting Authority has determined that it involves a commercially usefhl fimetion. The TSB must
have a necessary and useful role in the transaction of a kind for which there is a market outside the context of the
TSB program. For example, leasing equipment or purchasing materials from prime contractor would not count.
7. REQUIRED DATA, DOCUMENTS AND CONTRACT AWARD I'ROCEDURES FROM
BIDDERS/CONTRACTORS FOR PROJECTS WITH ASSIGNED GOALS
A. Bidders
Bidders who fail to demonstrate reasonable positive efforts may be declared ineligible to be awarded the contract.
Bidders shall complete the bidding documents plus a separate form called "TSB Pre -Bid Contact Information". This
form includes:
TOOT CSVI Project No. 91230AL0200
CONTRACT NO. 4606
P-3
Hangar No. 4 Shop HVAC Replacement
Paget
CONTRACT
A ECOM 60703079
1) Name(s) of the TSB(s) cotndcted regarding subconirnciahlo ftenis.
2) Date of the contract.
3) Whether or not a TSB bitlquotalion was received.
4) 1Vhether or not the TSB's bid/quotation was used,
5) The dollar amount proposed to be subcontracted.
B. Contractors Using Quotes From TSBs
Use those TSBs whose quotes are listed in duo "Quotation Used in Bid" column along with a "yes" indicated on the
Pre- BID Contract Infommtion Porn.
Co Contractors NOT Using Quotes from TSBs
If there are no TSBs listed on the Pre -bid Contact Information Fomn, then the contractor shall document all efforts
made to Include TSB participation in this project by documenting the following:
1) What pre -solicitation or pre -bid meetings scheduled by the contracting authority were attended?
2) Which general news circulation, trade associations and/or minority -focused media were advertised
concerning the subcontracting opportunities?
3) Were written notices sent to TSBs that TS.Bs were being solicited and was sufficient lime allowed for the
TSBs to participate effectively?
4) Were initial solicitations of interested TSBs fo)lo>:'cd tip?
5) Were TSi3s provided with adequate information about the plans, specifications and requirements of the
contract?
6) Were interested TSBs negotiated With in good faith? If a TSB was rejected as unqualified, was the
decision based on an investigation of their capabilities?
7) Were Interested TSBs assisted in obtaining bonding, lines of credit or insurance required by the
contractor?
8) Were servicos used ofnrinoity community organization, minority contractors' groups; local State and
Federal minority business assistanceoffices or any other organization providing such assistance.
The above documentation shall remain in the contractor's files for a period of three (3) yens after the completion of the
project and be available for examination by the Iowa Economic Development Authority.
8. POSITIVE EFFORT DOCUMENTATION WORN NO GOALS ARE ASSINGED
Contractors are also required to make positive effols ih utilizing TSBs on all State -assisted projects which are not assigned
goals. Porn 730007, "TSB Pre -bid Contact Information" is requited to be submitted with bids on all projects. II'there is no
TSB participation, then the contractor shall comply with section 7Cofthis document prior to the chtrat award. Fenn 730007
can be found here; baps://fonns.iowadot.gov/FomtsMgt(ExtemnV730007.doe
I DOT CSVI Project No. 91230AL0200
CONTRACT NO. 4606
P-9
hangar No. 4 Shop I-IVAC Replacement
Page 3
CONTRACT
AECOM 60703079
t`
b
C
10 0
0 a 0 U
(To Be Completed By All Bidders per the Current Contract Provision)
0
v
S3
c
yy0
N
c
in
CO
CO
l0
p`1
1-
0
rn
§
N
0
c0
as
a)
a
0
a•
o
II II c
co
tg
8
L '0
• co
N8
c d
d T
N �
v .
N 1151
:c)N
c'0
80
a�
o tg
_
'fl N
c
N
o
E E
o.o
c
N
0
c
cC_
m
v
as
m
m
E
c
8
8
8
f
tn
Ezmp
•
a)Nm
w "
.xi CD
0)N
E
co
tg
°'
m
c_ U)
N �
mE
as
t
v#9
o
N
W
p N
c C
-0 e
CO a)
C
O
N N
a)
co
fished goals. If a TSB's quote is used in
ce
w
0
m
U'
0)
z
0
H
z
a
0
J
(TSB) CONTACTS
QUOTATION USED IN BID
Z
iz
QUOTES RECEIVED
DATES
CONTACTED
WO
Z
: I EU SMALL BUSINESS
DATES
CONTACTED
m
SUBCONTRACTOR
UTILIZATION OF TARGETED SMALL BUSINESS (TSB) ENTERPRISES
ON NON-FEDERAL AID PROJECTS
(THIRD -PARTY STATE -ASSISTED PROJECTS)
In accordance with Iowa Code Section 19B.7, It is the policy of the Iowa Department of Transportation (Iowa DOT) that Targeted Small
Business (TSB) enterprises shall have the maximum practicable opportunity to participate In the performance of contracts financed in
whole or part with State funds.
Under this policy the Recipient shall be responsible to make a positive effort to solicit bids or proposals from TSB firms and to utilize
TSB firms as contractors or consultants. The Recipient shall also ensure that the contractors or consultants make positive efforts to
utilize TSB firms as subcontractors, subconsultants, suppliers, or participants In the work covered by this agreement.
The Recipient's "positive efforts" shall Include, but not be limited to:
1. Obtaining the names of qualified TSB firms from the Iowa Economic Development Authority (515-725-3132) or from its website
at: baps://vnvw.lowa.govitsblindex.phplhome.
2. Notifying qualified TSB firms of proposed projects involving State funding. Notification should be made in sufficient time to
allow the TSB firms to participate effectively in the bidding or request for proposal (RFP) process.
3. Soliciting blds or proposals from qualified TSB firms on each protect, and Identifying for TSB firms the availability of
subcontract work.
4. Considering establishment of a percentage goal for TSB participation In each contract that is a part of this project and for
which State funds will be used. Contract goals may vary depending on the type of project, the subcontracting opportunities
available, the type of service or supplies needed for the project, and the availability of qualified TSB firms in the area.
5. For construction contracts:
a) Including in the bid proposals a contract provision tilled 'TSB Affirmative Action Responsibilities on Non -Federal Aid
Projects (Third -Party State -Assisted Projects)" or a similar document developed by the Recipient. This contract provision
Is available on-line at:
hltp://www.dot.state.la.us/local_systems/publications/tsb contract_provislon.pdf
b) Ensuring that the awarded contractor has and shall follow the contract provisions.
6. For consultant contracts:
a) Identifying the TSB goal in the Request for Proposal (RFP), if one has been set.
b) Ensuring That the selected consultant made a positive effort to meet the established TSB goal, if any. This should Include
obtaining documentation from (he consultant that includes a list of TSB firms contacted; a list of TSB firms that responded
with a subcontract proposal; and, if the consultant does not propose to use a TSB firm that submitted a subcontract
proposal, an explanation why such a TSB firm will not be used.
The Recipient shall provide the Iowa DOT the following documentation:
1. Copies of correspondence and replies, and written notes of personal andfor telephone contacts with any TSB firms. Such
documentation can be used to demonstrate the Recipient's positive efforts and it should be placed in the general project file.
2. Bidding proposals or RFPs noting established TSB goals, if any.
3. The attached "Checklist and Certification," This form shall be filled out upon completion of each project and forwarded to: Iowa
Department of Transportation, Civil Rights Coordinator, Office of Employee Services, 800 Lincoln Way, Ames, IA 50010.
IDOTCSVI Project No, 91230AL0200
CONTRACT NO. 4606
P-I I CONTRACT
Hanger No. 4 Shop HVAC Replacement AECOM 60703079
Page 5
CHECKLIST AND CERTIFICATION
For the Utilization of Targeted Small Businesses (TSB)
On Nonfederal -aid Protects (Third•Party State -Assisted Protects)
Recipient: bri&oo tberilortrA lc-
Protect Number: %IorlOALOabo
County: 17 laf`—
ck { �aw iAgreement Number:
Were the names of qualified TSB firms obtained from the Iowa Department of Inspections and Appeals? t#YES u NO
If no, explain
Were qualified TSB firms notified of project? n YES f NO
If yes, by Li letter, ❑ telephone, a personal contact, or a other (specify)
If no, explain W//-r
Were bids or proposals solicited from qualified TSB firms? n YES XNO
If no, explain
4. Was a goal or percentage established for TSB participation? 0 YES OdNO
If yes, what was the goal or percentage?�
If no, explain why not: ✓V7i`t'l
5. Did the prime contractor or consultant use positive efforts to utilize TSB firms on subcontracts? u YES $NO
If no, what action was taken by Recipient? /v//
Is documentation In files? n YES VNO
6. What was (he dollar amount reimbursed to the Recipient
from the Iowa Department of Transportation? $ N A
What was the final protect cost? $
What was the dollar amount performed by TSB firms? $
Name(s) and address(es) of the TSB firm(s)
Was the goal or percentage achieved? n YES ONO
If no, explain
///4-
(Use additional sheets If necessary)
As the duly authorized representative of the Recipient, I hereby certify that the Recipient used positive efforts to utilize
TSB firms as participants in the State -assisted contracts associated with this project.
VP
Tit e
i- reGClGr.r7
1DOT CSVI Project No. 9I230AL0200
CONTRACT NO. 4606
P-I2 CONTRACT
Hangar No. 4 Shop HVAC Replacement
Page 6
AFfOM 60703079