Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Leisure Services
t,t1.41 CITY OF WATERLOO, IOWA LEISURE SERVICES COMMISSION ADDENDUM NO. 1 RIVERFRONT STADIUM VIDEO DISPLAY SYSTEM ADDENDUM ISSUE DATE: December 30, 2015 RFP BID SUBMISSION DEADLINE: January 7, 2016 @ 1:00 p.m. CITY OF WATERLOO/WATERLOO BUCKS CORRECTIONS/ADDITIONS 1. Budget: The estimated budget for this project is not to exceed $300,000.00 2. Proposals Submitted: Page 5, Section III, No. 13 should read: "Signed Equal Opportunity Clause" BIDDERS INQUIRIES/CITY OF WATERLOO/WATERLOO BUCKS RESPONSES 1. Vendor Inquiry: The RFP states that partnership proposals must have representatives from all included entities and partnerships in attendance and declared at the pre-bid meeting. Is the sign installer considered a partner that must attend the pre-bid meeting for this project? Response/Clarification: The City of Waterloo/Waterloo Bucks do not consider the relationship between the Prime Bidder and installer/sub-contractor as a "partnership" as it pertains to the Mandatory Pre-Bid Conference. Therefore, sub-contractors were not required at Pre-Bid Meeting. 2. Vendor Inquiry: If a sign company is authorized to sell, train, service and install another company's product are they qualified to bid prime on this project? Response/Clarification: The City of Waterloo/Waterloo Bucks agrees that if the Prime Bidder is a representative of the manufacturer and is authorized to sell said manufacturer's product, the bidder is qualified to bid this project. 3. Vendor Inquiry: Companies in our industry calculate Pixel Pitch quite differently. It used to be that the smaller the number on Pixel Pitch the more diodes you would be getting per sq. ft. For example, a true 20mm pitch with one red, one green, and one blue for each pixel would be 696.8 diodes per sq. ft. A true 16mm has 1088.7 per sq. ft., again the smaller the number on the pixel pitch the greater the number of diodes. Of course, the more diodes per sq. ft. - the higher the resolution and higher the price. More diodes per sq. ft. make for better cleaner pictures and more money. Requiring all Vendors to fill out this form with their bids is the only way you can get a fair representation of all the bids. No doubt it will be a long time before Riverfront Stadium gets a new board and this worksheet will really tell you what you are getting. Response/Clarification: The City of Waterloo/Waterloo Bucks will not require any additional form to be added to this RFP. All bids that meet the minimum requirements of this RFP will be forwarded on for review and a final decision will be made based on those reviews. The City of Waterloo and the Waterloo Bucks understand there are differences in how Pixel Pitch is calculated throughout the industry and differences in LED quality. If, during the review process, the City of Waterloo/Waterloo Bucks deems more information or clarification is required over and above the required proposal submittals, that request will be made at that time. ALL OTHER SPECIFICATIONS REMAIN IN FULL FORCE AND EFFECT. Acknowledgment of receipt of this addendum is required to be included in your proposal. You shall indicate such inclusion on the Bid Form in the section pertaining to addendums. Any questions or concerns regarding this matter should be directed to: Travis Nichols Facilities/Project Manager City of Waterloo, Leisure Services 319-291-4370 Travis.nicholsawaterloo-ia.orq REQUEST FOR PROPOSAL (RFP) FOR: RIVERFRONT STADIUM VIDEO DISPLAY SYSTEM City of Waterloo, Department of Leisure Services, Waterloo, Iowa Waterloo Bucks Baseball, Waterloo, Iowa CONTRACT DOCUMENTS t^ s ew.`"�, r ..,'r. -�*�, 7 ,, , z £' °'.1 d' w-ma`s x+,£ a-. Y° '� +� xF, � " 06,ARge-4,-*,,,,,-',,,,-',I4,744.4*,P1,44c.,- ,i;:-.:!.r.l.`71.7*'''''' 'fv,;,17 ,:.:77...-....1";;-.,-.--..r: ",::''-:!":-.;,. . ' 7 ',,;',"'"1.,,,,,-,14)0friig,,&r,-,.7',4, ft,Az-Pr-'1.-...'1..- ;,..:1-:-.V.r.A-Ai`-'''''' a _, 40 -- ' -- - . alkk k\4#c*--.--,5':,./ --'.-''' - ''' E 0 '' ' THE W -. ATERLOOii-,-,,,,,,,,, CONTACT PERSON: Travis Nichols, Facilities/Project Manager Waterloo Leisure Services (319) 291-4370 Travis.nicholsOwaterloo-ia.orq l TABLE OF CONTENTS Notice to Bidders Instruction to Bidders General Conditions Bid Specifications Bid Form Bid Bond Non-collusion Affidavit of Prime Bidder Non-collusion Affidavit of Subcontractor Equal opportunity Clause Added Attachments: MBE/WBE Certified contractor Guide for the City of Waterloo MBE/WBE Business Enterprise Pre-Bid Contact Information Original Scoreboard Generic Specifications Section 3 Clause 2 CITY OF WATERLOO, IOWA LEISURE SERVICES COMMISSION NOTICE OF PUBLIC HEARING On Proposed Specifications and the NOTICE TO BIDDERS RIVERFRONT STADIUM VIDEO DISPLAY SYSTEM MANDATORY PRE-BID CONFERENCE 10:00 a.m., December 16, 2015 at Riverfront Stadium, 850 Park Road, Waterloo, Iowa 50703 RECEIVING OF BIDS Sealed proposals will be received by the City Clerk of the City of Waterloo, Iowa, at her office in City Hall, Waterloo, Iowa, on Thursday, January 7, 2016 until 1:00 p.m., for the RIVERFRONT STADIUM VIDEO DISPLAY SYSTEM. OPENING OF BIDS All proposals received for RIVERFRONT STADIUM VIDEO DISPLAY SYSTEM will be opened in the First Floor Conference Room in City Hall, Waterloo, Iowa on Thursday, January 7, 2016, at 1:00p.m., and the proposals will be referred to the Waterloo Leisure Services Commission for recommendation of award. PUBLIC HEARING Notice is hereby given that the Waterloo City Council will conduct a public hearing on the proposed Specifications and Form of Contract for the RIVERFRONT STADIUM VIDEO DISPLAY SYSTEM at 5:30 p.m. on Monday, January 11, 2016. The hearing will be held in the Council Chambers in Waterloo City Hall. The contract documents are on file in the City Clerk's office, 715 Mulberry St. and the Waterloo Leisure Services Commission office, 1101 Campbell Ave., Waterloo, Iowa, for public examination. Any person interested may file written objection with the City Clerk before the date set for the hearing or appear and make objection at the meeting. SCOPE OF WORK The Contractor shall provide all labor and materials necessary for the RIVERFRONT STADIUM VIDEO DISPLAY SYSTEM in accordance with these plans and specifications. CONTRACT PERIOD The work shall be completed no later than May 1, 2016. PROPOSALS SUBMITTED All bids must be submitted on Bid Form supplied by the Waterloo Leisure Services Commission. BID SECURITY REQUIRED All bids must be accompanied, in a separate envelope, by a certified or cashier's check drawn on an Iowa bank chartered under the laws of the United States, or a certified share draft drawn on a Credit Union in 3 Iowa chartered under the laws of the United States, or a bid bond payable to the City of Waterloo, Iowa, in the sum of not less than five percent (5%) of the bid submitted, which certified check, certified share draft, or bid bond will be held as security that the Bidder will enter into a Contract for the construction work and will furnish the required bonds, and in case the successful bidder shall fail or refuse to enter into the Contract and furnish the required bonds, the bid security may be retained by said City as agreed liquidated damages. If Bid Bond is used, it must be signed by both the bidder and the surety or the surety's agent. Signature of surety's agent must be supported by accompanying Power of Attorney. CONTRACT AWARD The City shall award the Contract to the responsible Bidder(s) whose bid, conforming to the Specifications, is most advantageous to the City and the Waterloo Leisure Services Commission; price and other factors considered. The intention is not to award the contract at the time of bid opening, but to award the contract after review of bids and bidder information by the City and Waterloo Leisure Services Commission such that the award is made within thirty (30) days after bid opening. The City reserves the right to waive any and all parts of a specific bid. BOND The successful Bidder shall furnish a Performance and Payment Bond, within ten (10) days after notification of acceptance of the bid, in an amount equal to one hundred percent (100%) of the contract price. The Bond is to be issued by a responsible surety approved by the City Council and shall guarantee the faithful performance of the contract and the terms and conditions therein contained and shall guarantee the prompt payment of all materials and labor and protect and save harmless the City from claims of any kind caused by the operation of the Contractor. AFFIRMATIVE ACTION PROGRAM The successful Bidder and any subcontractors will be required to execute and have approved an Affirmative Action Program or Update before beginning work on the project, if they have been awarded an aggregate of $10,000 in City projects during the current calendar year. METHOD OF PAYMENT TO CONTRACTOR The Contractor will be paid against monthly estimates of the work completed and work approved by the Leisure Services staff. Final payment will be made thirty one (31) days after completion of the work and acceptance by the Waterloo Leisure Services staff. Before final payment is made for said work, vouchers showing that all subcontractors and workmen and all persons furnishing materials have been fully paid for such materials and labor will be required. Published pursuant to the provision of Division VI of Chapter 384 the City Code of Iowa and upon order of the City Council of said Waterloo, Iowa, on the day of , 2015. City of Waterloo, Iowa, Suzy Schares, City Clerk 4 CITY OF WATERLOO, IOWA Waterloo Leisure Services INSTRUCTION TO BIDDERS I. EXPLANATIONS TO BIDDER INQUIRY Any explanation desired by a bidder regarding the meaning or interpretation of the Notice to Bidders, Plans, Specifications, etc., must be requested in writing. Any interpretation made will be in the form of an amendment of the Notice to Bidders, Plans, Specifications, etc., and will be furnished to all prospective bidders. Its receipt by the bidder must be acknowledged in the space provided on the Proposal Form or by letter or telegram received before the time set for opening of bids. No negotiations, decisions or actions shal be executed by any oral discussion with any City of Waterloo- Waterloo Bucks employee. Only those transactions that are in writing shall be considered valid. Fax inquiries are acceptable at 319-291-4297. Likewise, City of Waterloo-Waterloo Bucks shall only consider communications from bidders that are signed in writing. Inquiries concerning this bid shall be submitted in writing and received no later than 4:00PM December 21, 2015 to: Waterloo Leisure Service Commission Attn: Travis Nichols/Bid Inquiry 1101 Campbell Ave Waterloo, IA 50707 Answers to bidder's inquiries will be made available to all bidders. II. MANDATORY PRE-BID CONFERENCE 10:00 a.m., December 16, 2015 at Riverfront Stadium, 850 Park Road, Waterloo, Iowa 50703 Bidders are required to attend the mandatory pre-bid conference prior to submitting proposal. Only direct employees of the Bidder may attend the pre-bid conference. Partnership Proposals (scoring/message center) must have representatives from all included entities and partnerships must be declared at time of pre-bid meeting. Failure to have direct employees of the scoring/video entities and disclosure of all partnerships at pre-bid conference immediately disqualifies Bidder from consideration. III PROPOSALS SUBMITTED All bids must be submitted on the Bid Form supplied by the City of Waterloo/Waterloo Bucks. Proposals shall be sealed and clearly marked "BID-RIVERFRONT STADIUM VIDEO DISPLAY SYSTEM". One (1) original and four (4) copies of bid form and the following items must be included with proposal in the following format: 1. Bid Form 2. Executive Summary/Letter of Submittal: A brief letter of submittal, signed by the authorized representative(s) of the Proposer. 2. Personnel/Project Team: Indicate the name, location and telephone number of a 5 contact person regarding proposer's response to this request. Identify the personnel proposer anticipates using for this project, specify their role and include a brief resume for each. 3. Experience: Describe the Proposer's experience as a designer, manufacturer, installer, and marketing service provider for the proposed scoreboard and video display system. Proposals must also describe the proposer's capabilities for project management, technical contracting, construction management, engineering and maintenance services. 4. References: (minimum of 3) with name of facility, photo of installation, contact name, title, and phone number. One (1) of these should be in the last 12 months. 5. Proposed Equipment Drawings/Renderings/Cut Sheets 6. Product cut sheets and technical data for each display item proposed 7. Shop Drawings deta.ling overall dimensions of each proposed display component. Active area and visual opening dimensions of each display(s), maximum weight of each display component. 8. Functional system block diagram showing all major equipment and signal flow 9. Warranty information, Required two (2) year parts and labor warranty. 10.Spare Parts Lists: List to include spare parts that will be included for each display 11.Proposed timeline for completing the work (Gant Chart format). 12.Collusive Agreements for Prime Bidder and Sub-Contractors 13.Signed Section 3 Clause 14.Signed MBE/WBE Business Enterprise Information Form Before submitting a bid, each bidder shall carefully examine the drawings (if any), read the specifications and all other contract documents and visit the site of the work. Each bidder shall be fully informed, prior to the bidding, as to all existing conditions and limitations under which the work is to be performed and shall include in this bid a sum to cover the cost of all items necessary to perform the work as set forth in the contract documents. No allowance will be made to any bidder because of lack of such examination or knowledge. The submission of a bid shall be construed as conclusive evidence that the bidder has made such examination. The bidder's attention is directed to the fact that all applicable state laws, municipal ordinances and the rules and regulations of all authorities having jurisdiction over the project shall apply to the Contract throughout and they shall be deemed to be included in the Contract the same as though herein written out in full. IV. LATE BIDS AND MODIFICATIONS OR WITHDRAWALS Bids and modifications or withdrawals thereof received at the office designated in the Notice to Bidders after the exact time set for closing of bids will not be considered. However, a modification which is received from an otherwise successful bidder, and which makes the terms of the bid more favorable to the City, will be considered at any time it is received and may thereafter be accepted. Bids may be withdrawn by written or telegraphic request received from bidders prior to the time set for closing of bids. V. PUBLIC OPENING OF BIDS Bids will be publicly opened at the specified time and place for opening in the Notice to Bidders. Their content will be made public for the information of bidders and others interested who may be present either in person or by representative. 6 VI. COLLUSIVE AGREEMENTS A. Each bidder submitting a bid shall execute and include with the bid, a Non-Collusion Affidavit in the form herein provided, to the effect that he has not colluded with any other person, firm, or corporation in regard to any bid submitted. B. Each bidder submitting a bid shall have each proposed subcontractor, if any, execute and include with the bid, a Non-Collusion Affidavit in the form herein provided, to the effect that he has not colluded with any other person, firm, cr corporation in regard to any bid submitted. Before executing any subcontract, the successful bidder shall submit the name of any proposed subcontractor for approval by the City. VII. REJECTION OF PROPOSALS City of Waterloo-Waterloo Bucks reserves the right to: Make all decisions regarding thls proposal, including, without limitation, the right to decide whether a proposal does or does not substantially comply with the requirements of this bid. Accept, reject, or negotiate modifications in any terms of bidder's proposal or any part thereof To reject any or all proposals received. City of Waterloo-Waterloo Bucks shall not be responsible for any cost incurred by any bidder in the preparation of this proposal. It must be specifically understood that this bid does not create any obligation on the part of City of Waterloo-Waterloo Bucks to enter into any contract or undertake any financial obligation with respect to the items referred to herein. The bidder understands that, if selected, the County reserves the right to provide its opinion publicly and privately regarding the bidder's performance, throughout the entire project. VIII. PROPRIETARY INFORMATION All material submitted becomes the property of City of Waterloo-Waterloo Bucks, and may be returned only at their option. Proposals submitted become the property of City of Waterloo-Waterloo Bucks and may be reviewed and evaluated by any person at the discretion of City of Waterloo- Waterloo Bucks. City of Waterloo-Waterloo Bucks has the right to use any or all concepts presented in any reply to the bid. Selection or rejection of the proposal does not affect this right. Information provided by City of Waterloo-Waterloo Bucks to the requesting vendor for the purpose of providing a response to the bid is the property of City of Waterloo-Waterloo Bucks. As such, said information is to be kept in confidence and used only for the intended use of this RFP. IX. PROJECT SCHEDULE The following schedule represents the schedule of events set for the procurement of the equipment detailed within these specifications. • Issue bid to vendors: December 7, 2015 • Mandatory On-Site Bidder Conference & Tour: 10:00 am December 16, 2015 • Bidder Inquiry Deadline: 4:00 pm December 21, 2015 • Addendum to bid with Answers to Inquiries: December 30, 2015 • Vendor bid Response Due: 1:00 pm January 7, 2016 X. MBE/WBE CONTRACT COMPLIANCE PROGRAM/SUBCONTRACTING The program proposes numerical projections regarding utilization of Minority Business Enterprise (MBE) and Women Business Enterprise (WBE) as Subcontractors, vendors and suppliers in performance of contracts awarded by the City of Waterloo, Iowa. A goal of at least 10 percent (10%) for MBE participation on all City funded construction projects that are estimated at $50,000.00 or more. A goal of at least two percent (2%) for WBE participation on all City funded construction projects that are estimated at $50,000.00 or more. Any project funded in part or in total with federal funds shall follow the respective agencies contract compliance program and goals. The Prime contractor shall make "good-faith efforts" to meet the contract Compliance MBE/WBE goals. The MBE/WBE subcontractors, suppliers or vendors must provide the Prime Contractor a reasonably competitive price for the service being rendered. For more information contact City of Waterloo Contract Compliance: Rudy D. Jones, Director Community Development Board 620 Mulberry Street Suite 202 Waterloo, Iowa 50703 (319) 291-4429 Xl. EMPLOYMENT AND BUSINESS OPPORTUNITY (SECTION 3/ HUD ACT OF 1968) To the greatest extent feasible, suppliers, subcontractors, and low income workers owning businesses or living in the Waterloo area must be given priority in supplying materials, bidding for subcontract work, or applying for employment by the contractor on this project. Opportunities for training and for employment arising in connection with this project shall to the greatest extent feasible be made available to lower income persons residing in the project area. The Contract area is the City of Waterloo. The City of Waterloo will require the contractor to document his efforts in securing lower income workers living in the project area and in purchasing supplies from, and awarding subcontracts to, businesses owned by persons residing in the project area. See Section 3 Clause attachment for more information. XII. STATEMENT OF BIDDER'S QUALIFICATIONS City of Waterloo-Waterloo Bucks is looking to establish a long-term partnership with a scoring and message display manufacturer. In order to ensure that the company chosen to work with City of Waterloo-Waterloo Bucks' long-term interests in mind, the following will be required in order to bid. Failure to submit to ALL of these requirements will automatically eliminate a vendor from consideration: A. Bidder must provide a list of a minimum of three (3) facilities (name of facility, photo of installation, contact name, title, address and phone number) where similar vendor proposed outdoor sports video product is currently installed. One (1) of these should be within the last 12 months. B. Bidder must design the module, design and build the circuitry and circuit boards, take the core components (discreet LED, transistors, resistors, circuit boards, power supplies, etc.), assemble and integrate the units, calibrate for uniformity, and assemble into the mounting structure. C. Bidder must have a company direct service technician located within 140 miles to ensure the customer the very best in maintenance response. D. Bidder must provide a toll-free help desk number that will be manned during normal business hours. E. Bidder must have in-house repair center with parts exchange program. 8 F. Bidder will be responsible for demolition and removal of existing scoreboard while preserving the existing support structure XIII. EXECUTION OF AGREEMENT, BOND, AND CERTIFICATE OF INSURANCE A. Subsequent to the award and within ten (10) days after the prescribed forms are presented for signature, the successful bidder shall execute and deliver to the City, an agreement in the form included in the contract documents in such number of copies as the City, may require. B. Having satisfied all conditions of award as set forth elsewhere in these documents, the successful bidder shall, within the period specified in paragraph "A" above, furnish a surety bond in a penal sum not less than the amount of the contract as awarded, as security for the faithful performance of the contract and the terms and conditions therein contained and shall guarantee the prompt payment of all persons, firms, or corporations to whom the contractor may become legally indebted for labor, materials, tools, equipment, or services of any nature including utility and transportation services, employed or used by him/her in performing the work. The bond shall protect and save harmless the City and Waterloo Leisure Services from claims and damages of any kind caused by the operations of the contractor and shall also guarantee the maintenance of the contract improvements for the period stated in the Notice of Hearing from and after completion of said improvements and their acceptance by the City and the Waterloo Leisure Services. Such bond shall be in the same form as that included in the contract documents and shall bear the same date as, or a date subsequent to that of the agreement. The current Power of Attorney for the person who signs for any surety company shall be attached to such bond. C. The successful bidder shall, within the period specified in paragraph "A" above, furnish a certificate of insurance for approval in amounts of not less than the amounts specified in the General Conditions. The certificate of insurance shall be furnished in such number of copies as the City of Waterloo may require. The City of Waterloo shall be named as an "Additional Named Insured." The contractor shall similarly submit his subcontractor's certificates of insurance in the amounts for approval before each commences wor<. The contractor shall carry or require that there be Worker's Compensation insurance for all his employees and those of his subcontractors engaged in work at the site, in accordance with State Worker's Compensation Laws. D. The failure of the successful bidder to execute such agreement and to supply the required bond or bonds within ten (10) days after the prescribed forms are presented for signature, or within such extended period as the City, may grani:, based upon reasons determined sufficient by the City, may either award the contract to the next lowest responsible bidder or re-advertise for bids, and may charge against the bidder the difference between the amount of the bid and the amount for which a contract for the work is subsequently executed, irrespective of whether the amount thus due exceeds the amount of the bid guaranty. If a more favorable bid is received by re-advertising, the defaulting bidder shall have no claim against the City or Waterloo Leisure Services for a refund. 9 CITY OF WATERLOO, IOWA Waterloo Leisure Services GENERAL CONDITIONS DEFINITIONS Whenever used in any of the Contract Documents, these terms shall be defined as follows: Contract - means the Contract or Agreement executed by and between the City Of Waterloo and the Contractor. Owner or Local Public Agency (LPA) - means the City of Waterloo/Waterloo Bucks Contractor - means the person, firm or corporation entering into the Contract with The City of Waterloo/Waterloo Bucks, to construct and install the improvements described Specifications and shown or the Plans or Drawings. Contract Documents - means and shall include the following: Executed Contract Or Agreement, Addenda (if any), Invitation for Bids, Instructions to Bidders, Signed Copy of Bid, General Conditions, Special Conditions, Specifications, and Plans or Drawings. SUPERINTENDENCE BY CONTRACTOR Except where the Contractor is an individual and gives personal superintendence to the work, the Contractor shall provide a competent superintendent, satisfactory to the Owner, on the work site at all times during working hours with full authority of the Contractor. The Contractor shall also provide an adequate staff to properly coordinate and expedite the work. The Contractor shall lay out and be responsible for all work executed under this Contract. The Contractor shall verify all figures and elevations before proceeding with the work and will be held responsible for any error resulting from failure to do so. OTHER CONTRACTS The City of Waterloo may award or may have awarded other Contracts for additional work, and the Contractor shall cooperate fully with other Contractors, by scheduling work under this Contract with that to be performed under other Contracts as may be directed by the Owner. The Contractor shall not commit or permit any act which will interfere with the performance of work by any other Contractor as scheduled. FITTING AND COORDINATION OF THE WORK The Contractor shall be responsible for the proper fitting of all work and for the coordination of the operations of all Subcontractors engaged upon this Contract. The Contractor shall be prepared to guarantee to each Subcontractor the locations and measurements which they may require for the fitting of their work to all surrounding work. to CARE OF WORK The Contractor shall be responsible for all damages to person or property that occur as a result of negligence in connection with the execution of work and shall be reasonable for the proper care and protection of all materials delivered and work performed until completion and final acceptance by the Waterloo Leisure Services. The Contractor shall provide sufficient security, both day and night, including weekends and holidays, from the time the work is commenced until final completion and acceptance, except when work being performed does not require protection The Contractor shall be responsible for any loss of work, materials, equipment or time due to acts of any person on the project site. Therefore it is the responsibility of the Contractor to determine when security is needed. The Contractor shall avoid damage to existing sidewalks, streets, curbs, pavements, structures, and utilities except those which are to be replaced or removed. Any damage caused by the Contractor's operation shall be completely repaired at no expense to the Owner. GENERAL REQUIREMENTS The Contractor shall be responsible for being informed as to all existing conditions and limitations under which the work is to be performed. No extra allowance will be made because of lack of such examination or knowledge. The Contractor shall not disturb existirg walks, drives, parking areas, trees, shrubs, or turf areas outside the limits of the project. If disturbed, these items shall be replaced by the Contractor at no cost to the Owner. Trees and shrubs located in or near the project area shall be protected by the Contractor from damage by workers and construction equipment during time of construction. The Owner will determine the extent of protection necessary for the trees. PERMITS AND CODES The Contractor shall secure from the appropriate departments of the local government, at no charge, the required building, electrical, plumbing and heating permits. The Contractor shall give all notices required by, and comply with all applicable municipal and state laws, ordinances and codes. LIABILITY INSURANCE The Contractor shall carry liability insurance which shall save the City of Waterloo and Waterloo Ball Club LLC. harmless and protect the public and any person from injury sustained by the reason of the prosecution of the work or the handling or storing of materials therefore, and said Contractor shall also carry insurance which shall meet to requirements of the Iowa Worker's Compensation Law, Before the work shall be started on this contract, the Contractor shall furnish the City Clerk/Finance Manager with proper affidavit or affidavits executed by representatives of duly qualified insurance 11 companies, evidencing that said insurance company or companies have issued liability insurance policies, effective during the life of the contract, or for a period of at least ten (10) days following the filing of written notice of cancellation, protecting the public and any person from injuries or damages sustained by reason of carrying on the work involved in the contract. The affidavit shall specifically evidence the following forms of insurance protection: a. Public liability insurance covering all operations performed by persons directly employed by the Contractor. b. Public liability insurance covering all operations performed by any subcontractor to whom a portion of the work may have been assigned. c. Public liability insurance covering all work upon the project performed by any independent contractor working under the direction of either the principal contractor or a subcontractor. d. Motor vehicle bodily injury liability insurance and property damage liability insurance on all motor vehicles employed on the work, whether owned by the contractor or by other persons, firms, or corporations. e. The minimum protection shall be as follows: Comprehensive General Liability Insurance Bodily Injury (including wrongful death) $2,000,000.00 per person Aggregate, Products and Completed Operations $2,000,000.00 Property Damage $2,000,000.00 per accident Comp. Auto Bodily Injury $2,000,000.00 per person Property Damage $2,000,000.00 per occurrence The Contractor shall have the City of Waterloo, Iowa, and Waterloo Ball Club LLC. named as an "Additional Named Insured" in the amount of$2,000,000.00 liability for bodily injury (including wrongful death) and property damage. A certificate or a policy, if requested, shall be filed with the Owner. THE CITY OF WATERLOO IS TAX EXEMPT. All certificates and/or policies of insurance furnished by the Contractor to be filed with the City Clerk/Finance Manager shall include the name and address of the agency issuing the same. It shall be required that the City Clerk/Finance Manager be notified by registered mail of the cancellation or expiration of the above insurance. REMOVAL OF DEBRIS, CLEANING, ETC. The Contractor shall periodically, or as directed during the progress of the work, remove and legally dispose of all surplus excavated material and debris, and keep the project area reasonably clean. Upon completion of the work the Contractor shall remove all temporary construction facilities, debris and unused materials provided for the work and put the whole site of the work back to original or better condition. The Contractor is responsible for all damage to field turf and warning track. 12 CITY OF WATERLOO LEISURE SERVICES COMMISSION RIVERFRONT STADIUM VIDEO DISPLAY SYSTEM SPECIFICATIONS SCOPE OF WORK: The following Request for Proposal represents the minimum requirements for the integrated scoring and video display system to be installed for baseball for the City of Waterloo-Waterloo Bucks in Waterloo, IA. Bidders responding to the RFP are asked to submit bids for the provision and complete installation of scoring and large screen video display systems as laid out within this RFP. Only LED technology may be used for all large screen video and scoring digits. Vendors submitting a response to this Request for Proposal ensure that they are the manufacturer of all scoring and video displays as well as the related controllers. ALL equipment must interface seamlessly. These specifications shall establish the design criteria and set qualifying guidelines for all equipment to be provided as part of this Request for Proposal. Firms responding to this RFP must provide pricing for a turnkey installation, including pricing for the provision and installation of all items necessary to provide a complete, workable and operational system. Material or equipment required for the provision and installation of such a system, not expressly addressed in this RFP, is understood to be the responsibility of the Bidder. PART ONE: GENERAL The Contractor shall provide a complete technical submittal within 30 days after contract award and shall not proceed with LED video display manufacturing until the owner has approved the submittal. 1.01 DELIVERY, STORAGE, & HANDLIING A. The Contractor shall deliver to the site all system components and related materials at its own expense. The Contractor shall completely unload, uncrate, assemble, transport each component to its desired location for installation and install the system on-site in accordance with the owners scheduling and on site regulations. The Contractor will be responsible for the removal and disposal of all packaging materials, scrap, debris and construction waste generated by all portions of its work. Any temporary on-site storage of equipment or tools will be their responsibility of the Contractor, and must be coordinated with City of Waterloo- Waterloo Bucks. B. Bidder shall deliver, install and make operational all equipment prior to May 1, 2016. 1.02 WARRANTY SERVICE PLAN A. There shall be a two-year on-site labor and parts warranty from the date of acceptance. Warranty shall cover: 1. Repair center repair or replacement of components for Bidder-supplied control equipment. 2. Bench labor. 13 3. Freight to customer for return of repaired parts. 4. Repair, replacement of electronic components in Bidder repair center. 5. Technical hotline assistance/phone consultation available at no cost to the customer. 6. Weekend technical phone assistance. 7. Exchange parts available for same-day shipment. 8. Provide an exchange program to supply replacement parts for components that fail during the coverage period. To minimize downtime exchange parts shall be shipped on either the same day or the following day following notification. The manufacturer shall also enclose an air bill for return of the defective components. 9. Bidder must have a company owned service office and technician located within 140 miles of Waterloo, IA to provide prompt service when needed. 10.Bidder must also have a service partner located within 140 miles of Waterloo, IA to provide prompt service when needed. Service partner must have a minimum of three years experience servicing bidder's product. 1.03 MAINTENANCE A. Service accessibility the video display components shall be from the REAR. 1.04 SPARE PARTS A. Contractor will be required to provide an on-site supply of spare parts, which will ensure the timely repair of component failures. Bidders shall submit a list of spare parts that will be provided with each display component. Additional spare parts, either under system warranty or ordered by the facility, must be delivered to the facility within twenty-four hours of order if so requested. B. Absolute minimum Spare Parts: a. BASEBALL SCOREBOARD/FULL COLOR LED VIDEO DISPLAY i. 2% of LED Video Display Modules ii. 2% of LED Video Display Drivers iii. One (1) display specific custom tool for service/maintenance of display components 1.05 OPERATOR AND MAINTENANCE TRAINING The Contractor will provide training as follows. A. On-site technician for technical support and assistance during the first two (2) baseball games. B. On-site operator training for a minimum of two (2) consecutive days following complete system installation to train designated operators in the general operation of all system components supplied by the Contractor C. On-Site operator for event support for first baseball game. 14 PART TWO: PRODUCTS 2.01 BASEBALL SYSTEM A. Baseball LED Display System 1. One (1) LED Full Color LED Video Display B. LED Video User Interface and Display Controllers C. LED Video Display Video Processors D. Media Server/Clip Playback Device E. Game in Progress Scoring Console F. All Necessary Assembly and Attachment G. All Required Date Cable H. Complete Spare Parts Package I. Complete System Installation J. Retractable Protective Netting K. Speed of Pitch Interface and Hardware L. Catwalk Service Levels (Alternate Bid — Option A) M. Statics Interface to MLB / Northwoods League (Alternate Bid — Option B) N. Decorative Truss Accent and Team Name (Alternate Bid — Option C) 2.02 LED FULL COLOR VIDEO DISPLAY A. General Information 1. One (1) Red, One (1) Green, and One (1) Blue Discreet LED 2. Line/Column Spacing: Not greater than 16 mm 3. Minimum Resolution: 264 rows in height and 720 columns in length. 4. Minimum Active Viewing Area: 13'6" in height and 36' in length. B. Display Capabilities 1. Video Processing: 22-bit, Distributed 2. Color Processing: 16-bit (281 Trillion Colors) 3. Dimming Capability: 256 Levels 4. Refresh Rate: 4,800 Hz as defined by the number of times per second the display image is repainted in intensity. C. Video Processing 1. Video Enhancement: Color space conversion, adjustable gamma correction, proprietary sharpening technology and enhancement algorithms for optimal picture quality. 2. Standards Supported: NTSC, PAL and SECAM. 3. Required Video Inputs: Analog composite (BNC), S-Video (4 pin mini-DIN), analog component (BNC), SDI, HD-SDI, and HD-component D. LED Quality 1. Suppliers: The highest quality LEDs from the world's foremost LED manufacturers. 2. Quality Control: Sorted by intensity and color wavelength. 3. LED Lifetime: 100,000 hours of operation as defined by time at which display intensity has decreased to 50 percent of the original intensity. 15 E. Display Construction 1. Service Access: Rear. 2. Cabinet Construction: All-aluminum construction for lightweight and corrosion resistance. F. Viewing Characteristics 1. Module Intensity: 7,000 nits (adjustable). 2. Brightness Control: 32 levels (manual, scheduled or automatic). 3. Contrast Ratio: 1,200:1+ 4. Viewing Angle: 160° horizontally and +25°/-40° vertically G. Display Interface 1. The full-color video display MUST have the ability to interface and display real-time data from the control system without the need for a duplicate or redundant input. 2.03 LED VIDEO DISPLAY CONTROLLER Control System for the video display shall include two (2) video display controllers (1 primary, 1 backup/edit). The primary function of the controller is for configuration, display diagnostics and intensity adjustment. The primary purpose of the video display control system is for receiving the video signal from the front end studio, and for specific control and diagnostic testing of the video screens. The control system must be capable of accepting standard NTSC and SDTV video signal from the video production equipment and immediately display the signal on the video display. The video display control equipment proposed must exhibit the following properties as a minimum of performance: • Video input control must include gamma correction to ensure accurate color rendering due to linear characteristics of the LEDs • True video processing of the video input signal, not computer processed • Remote diagnostics • Interface with inputs from an outside wire service (i.e. Sports Ticker®), stats provided(i.e. Northwoods League must be provided as well as interface to game-in-progress controller. A fully redundant controller (B) shall be networked to the primary controller (A). This redundant system shall be capable of immediately taking over control of the video displays in the event of the controller (A) failing. It should also provide a complete secondary workstation accommodating dual operators during an event. A. Minimum Hardware Features 1. Microsoft Windows® Operating System 2. 32-bit graphics card 3. Intel® CoreTM 2 Duo processor 4. RAM: 1 GB 5. Hard Disk: 80 GB 6. 48x DVD/CD-R/RW drive 7. Mouse 8. Keyboard 9. Monitor 16 B. General Software Features 1. Customizable workspaces/pages for different teams and or sports. 2. Control the order of clips. Store multiple clips in a single button for quick, one click playback. 3. Thumbnail preview for quick visual indication of clip content. 4. Drag and drop real time data. Integrate RTD text fields onto any layout for a collection of programmable sports date fields. 5. Statistics integration with the ability to enter live team and player stats play-by-play. 6. In line text editing. Place editable text frames into any layout, then resize and retype at any time. 7. Content layering, Ability to layer multiple objects in one layout and adjust at any time. 8. Simultaneous display and edit capability. 9. Quick display to direct access from any point in the operation to the display function. 10.Animation rates of up to 30 frames per second. 11.Live video feed; bidder shall furnish software and hardware cards to display a composite video source live in real time to the full matrix display. Bidder shall also furnish video source live in real-time on control monitor. 12.Support optional input devices such as a mouse, track ball, scanner and video image reader. 13."Windowed" display to give split-screen showing. 14.Display time and temperature (temperature requires optional sensor). 15.Automatic rebooting of system disk shall occur after power outage; system clock and calendar shall continue to function during power failure. 16.Scheduling in 12- or 24-hour formats. 17.Password protection system to restrict access. 18.Easy access, operator-editing icons for language-independent programming. 19.Icon and pull-down menu programming features. 20.Help screens. 21.Control multiple signs directly. 22.Lamp/electronic diagnostic feature. 23.Networking software feature. 24.Interface with digital audio recording and playback system. 25.Modem hookup for downloading of software/factory diagnostics. 26.Must be capable of file real-time data that allows operators to create a sequence with information such as statistics, time, date or temperature that automatically updates without user intervention. C. Software Display Functions 1. The ability to receive and display real-time data from up to 16 external sources. 2. The ability to enter data into a text file manually allowing the information to be available for use in a sequence. 3. The ability to control and download to remote displays. 4. Unlimited files for quick display sequences. D. Software Edit Functions 1. Display of true type fonts and other Windows° compatible character fonts. 2. Image and animation import of multitude different formats, including BMP, JPEG, PCX and AVI. E. Software Specifications 1. Saving work feature 2. Auto effects default feature 17 3. Color palette feature 4. Quad/pixel feature 2.04 LED VIDEO DISPLAY VIDEO PROCESSOR Bidders will provide two (2) LED video display processors (1 primary, 1 backup) with this system. The primary purpose of the video display processor is for receiving the video signal from the front end studio. The control system must be capable of accepting standard NTSC and SDTV video signal from the video production equipment and immediately display the signal on the video display. A fully redundant processor (B) shall be networked to the primary processor (A). This redundant system shall be capable of immediately taking over control of the video displays in the event of the controller (A) failing. A. Standards Accepted 1. VGA/DVI (VGA-UXGA) 2. SDI (480i, 480p, 720p, 1080i) B. Input Formats 1. Two (2) VGA/DVI 2. Four (4) SDI/H-SDI C. Control Options 1. RS-232 (DB9 back, phono front) 2. 1 GPI 3. 1 GPO D. Capabilities 1. Flexible input capture size 2. Keying 3. Zoning 4. Alpha blending 5. Integration into a complete system 6. Network ready 7. Processor cascading, allowing up to six processors to communicate with one another over a network connection 8. Can be located more than 1,000 yards from display 9. Image Enhancement 10.Color space conversion 11.Adjustable gamma correction 12.Image sharpening 2.05 MEDIA SERVER/CLIP PLAYPACK A. Minimum Standard Hardware Features 1. Microsoft Windows® operating system 2. 32 bit video card (with 512 MB of RAM) 3. CoreTM 2 DUO processor (2 GHz) 4. 2 GB of DDR2 SDRAM 5. 30 GB hard disk drive 6. Inputs: SDI, HD-SDI, Composite 18 7. Outputs: VGA, S-Viceo, Composite, DVI, SDI, HD-SDI B. General Software Features 1. Scheduling a. Must contain a scheduler to automatically change content on a predetermined schedule. b. Schedule verification to detect errors. 2. Distribution a. Server must control multiple displays directly. b. Must be capable of sharing files between workstations. c. Distribute over local area network or wide area network. 3. Playback a. Must provide event logging and error tracking capabilities. b. Must provide proof-of-performance reports for advertisers. c. Must provide detailed customer information. d. Allow versatile filtering options. e. Must allow flexible reporting and formatting. f. Must be capable of making changes in real-time on any or all displays. 4. Capabilities a. Microsoft Windows° based operating system shall allow the use of other display software. b. Support 1080p full motion video c. Character generator d. Animation rates of up to 60 frames per second. e. Ability to video/video clips. f. Shall support optional input devices such as a mouse, track ball, scanner and video image reader. g. Automatic rebooting of system disk shall occur after power outage; system clock and calendar shall continue to function during power failure. h. Menu-guided control shall provide ease of operation. i. Password protection system shall restrict access. j. Easy access, operator-editing icons shall provide language independent programming. k. Icon and pull-down menu programming features. I. Mouse or keyboard operation. m. Networking software feature. n. Must be compatible with multiple display types (LCD, LED, plasma, projection and CRT). o. Bidder must provide technical support. 5. Software Display Functions a. Ability to receive and display real-time data. b. Ability to control and download to remote displays. 19 2.06 GAME IN PROGRESS CONTROLLER/SCORING CONSOLES The control systems for the overall display project shall include two (2) scoring controllers that MUST offer opportunity to output RTD (Real Time Data) sequences. Additionally, RTD sequences must be able to be created on site by Owner employees with ease of use. All scoring control shall be performed by the game in progress controller. The scoring controller (Game in Progress Controller) will be used to track and display all game-in-progress information. The control must conform to standard scoring requirements. It will be the primary control for all scoring displays. It will also output the game-in progress information to the video control system to interface with the full-color scoring matrices. A complete backup controller will be required on site in the event the primary game in progress controller fails. . A. Capable of scoring multiple sports; baseball, softball, soccer, football, and time of day, etc. through the use of keyboard inserts. B. Capable of displaying scoring information on the video/matrix displays. C. Console recalls clock, score, and period information if power is lost D. Console includes: -I. A rugged aluminum enclosure to house electronics 2. A sealed membrane water-resistant keyboard 3. A 32-character liquid crystal prompting display to verify entries and recall information currently displayed 4. Carrying case for consoles 2.07 RETRACTABLE PROTECTIVE NETTING Bidder will provide a retractable protective netting system that covers and protects the entire LED video board from baseball hit from the field of play. The netting can be raised either manually (preferred) or with an automatic lift system (optional) and will rest in a small storage tray near the bottom of the display, but not at ground level, when not in use. 2.08 SPEED OF PITCH INTERFACE Bidder will provide an interface to display the speed of a pitch on the LED board. This interface shall include an appropriate controller and all associated hardware (including a radar gun) and will integrate seamlessly with scoreboard controller and all associated control software. 2.09 CATWALK SERVICE LEVELS (part of Alternate Bid — Option A) Bidder will provide one (1) level of OSHA compliant catwalk service levels directly behind the video display. Catwalks will be 5' deep and run the full length of the video scoreboard approximately 36' long. An OSHA compliant ladder 10' off grade will provide access to the first level of catwalk. If additional catwalk service levels are deemed necessary, an OSHA compliant ladder will provide access from the first catwalk level to any additional service levels, 2.10 STATS INTERFACE / OUT OF TOWN SCORES (part of Alternate Bid — Option B) Bidder will provide a stats interface option that will display individual player stats information and update those statistics as the game progresses. Stats interface will support existing stats software, as designed by the Northwoods League (currently using PointStreak). In addition, there will be an 20 interface that allows the display of out of town scores for Major League baseball games, as well as other Northwoods League games. 2.11 DECORATIVE TRUSS ACCENT AND TEAM NAME (part of Alternate Bid — Option C) Bidder will provide a decorative truss accent on top of the LED video board that will feature the team name and logo. Structure will run the full width (36') of the LED board and will not exceed 3' above the top of the LED board frame to stay within wind loading specifications. Channel letters will be at least 24" in height and colored to match the team's logo. 21 PART THREE: EXECUTION 3.01 PREPARATION A. Bidder will be responsible for having a certified engineer registered in the State of Iowa stamp all structural drawings modifications to the existing structure, display supports and attachments. B. The owner must review and approve the drawings prior to the fabrication and installation of any equipment. City of Waterloo-Waterloo Bucks' review will be for design intent only, and will not validate the integrity of the engineering calculations. C. Bidder to obtain all necessary permits. D. Bidder to locate utilities. E. Bidder to provide an on-site installation coordinator or superintendent to supervise all on- site work. The installation coordinator or superintendent must be a direct employee of the Bidder. F. The owner must review and approve the drawings prior to the fabrication and installation of any equipment. City of Waterloo-Waterloo Bucks' review will be for design intent only, and will not validate the integrity of the engineering calculations. G. Bidder will be responsible for demolition and removal of existing scoreboard while preserving the existing support structure 3.02 ELECTRICAL INSTALLATION OF BASEBALL SCOREBOARD SYSTEM A. Bidder must have displays be grounded according to the provisions outlined in Article 250 of the National Electrical Code. The display must be connected to earth-ground. Proper grounding is necessary for reliable equipment operation and protects the equipment from damaging electrical disturbances and lightning. B. All required primary power to the displays shall be the responsibility of the owner. Primary power will be located at the base of the display. C. All power to the control location shall be the responsibility of the owner. D. Bidder shall provide secondary power and conduit connections from the base of display into the display components and make final terminations. E. Bidder will provide and instal all conduit and cable trays for power and signal from control location(s) to all displays. F. Bidder shall furnish and install required cables for a fully operational system. G. Bidder shall provide all required materials and labor to provide cable terminations, system checkout and local operator training at the time of installation. 3.03 STRUCTURAL INSTALLATION OF BASEBALL SCOREBOARD SYSTEM A. Material or equipment required for the provision and installation of this LED system that is not expressly addressed in this bid is understood to be the responsibility of the Bidder. B. Bidder to research the facility's construction schedule to ensure there are no scheduling conflicts regarding installation of the display components. C. The new display will be installed on the existing structure. It is the responsibility of the bidder to make any structural modifications to the existing structure to accommodate the display and catwalks. 22 D. The bidder shall be responsible for providing all display equipment shown on the noted drawings and shall be responsible for all architectural treatment required to give the entire display the general appearance as shown on the drawings. E. The bidder shall be responsible for assembly and mounting of all display components onto the structure. 3.04 MANUFACTURING AND INSTALLATION STANDARDS A. Proper industry standards and approved connectors and terminators shall be used at all times. Wire routing will be through approved wire ways when required or be harnessed to provide a neat, safe and secure installation, which prevents physical damage to equipment or operators. B. All equipment shall be designed, manufactured, and installed for ease of maintenance with the safety of maintenance personnel in mind. All display components shall be designed to require a minimum of specialized tools and/or equipment for service/maintenance of the equipment. C. Structural support frame finishes shall be of a quality that minimizes fading or oxidation. All welds must be field tested by an independent testing agency prior to painting. The Bidder shall coordinate all welding/installation with the owner or its agents prior to any work being performed on-site. The owner may require all welding to be monitored. All welders must be certified. All welds must be ground after welding, primed and painted to match the support finish. 3.05 COMMISSIONING Bidder will be required to demonstrate the full capabilities of the scoring and video displays and verify conformance to contractual specifications. The Bidder will be required to provide all necessary test equipment for acceptance testing. Confirmation will be required of, but not limited to the following functions: operation of each major system component, control functionality, diagnostic capabilities, screen brightness, color temperature, gamma correction, viewing angles and uniformity of brightness and color across the display. 3.06 SYSTEM ACCEPTANCE The following items must be completed and signed off by an appropriate official before the owner will deem the system "Accepted" 1. Brightness and uniformity shall be demonstrated to meet the specification described herein. If the demonstration exhibits the cisplay in noncompliance with the specifications, it will be the responsibility of the Contractor to make the necessary adjustments to the display so certification may be achieved. The Contractor shall not pass any additional costs associated with acceptance on to the owner. 2. Functionality of the displays' control system, as specified, shall be demonstrated 3. Any miscellaneous piece of equipment must be demonstrated to be functional per Owner request at the time of acceptance. Acceptance tests of the system shall occur after the system has been installed. 23 PART FOUR: PRICING 4.01 BASEBALL LED VIDEO DISPLAY AND SCORING SYSTEM (Base Bid) A. Baseball LED Display System 1. One (1) LED Full Color LED Video Display B. LED Video Display Controllers C. LED Video Display Video Processors D. Media Server/Clip Playback Device E. Game in Progress Scoring Console F. All Necessary Assembly and Attachment G. All Required Date Cable H. Complete Spare Parts Package I. Retractable Protective Netting J. Speed of Pitch Interface and Hardware TOTAL COST BASE BID (Complete System, Installed) $ 4.02 BASEBALL LED VIDEO DISPLAY AND SCORING SYSTEM (Alternate Bid — Option A) A. Catwalk Service Structure TOTAL (Cost of Catwalk Service Structure, Installed) $ 4.03 BASEBALL LED VIDEO DISPLAY AND SCORING SYSTEM (Alternate Bid — Option B) A. Stats Interface / Out of Town Scores TOTAL (Cost of Stats Interface/Out of Town Scores, Installed)$ 4.04 BASEBALL LED VIDEO DISPLAY AND SCORING SYSTEM (Alternate Bid — Option C) A. Decorative Truss Accent and Team Name TOTAL (Cost of Decorative Truss Accent and Team Name, Installed)$ 24 CITY OF WATERLOO, IOWA WATERLOO LEISURE SERVICES COMMISSION BID FORM For RIVERFRONT STADIUM VIDEO DISPLAY SYSTEM BIDDER: COMPANY NAME ADDRESS: PHONE: ( ) 1. The undersigned, being a Corporation existing under the laws of the State of , a Partnership consisting of the following partners: having been familiarized with the existing conditions on the project area affecting the cost of the work, and with all the Contract Documents now on file in the offices of the City Clerk, City Hall, Waterloo, Iowa, and the Waterloo Leisure Services Commission, 1101 Campbell Ave., Waterloo, Iowa, hereby proposes to furnish all supervision, technical personnel, labor, materials, machinery, tools, equipment, and services, including utility and transportation services required to complete the proposed RIVERFRONT STADIUM VIDEO DISPLAY SYSTEM in accordance with the contract documents and for the total price for work in place for the following amount: TOTAL BASE BID PRICE: dollars ($ ) OPTION A: (Cost of Catwalk Service Structure, Installed) dollars ($ ) OPTION B: (Cost of Stats Interface/Out of Town Scores, Installed) dollars ($ ) OPTION C: (Cost of Decorative Truss Accent and Team Name, Installed) dollars ($ ) 2. 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 acceptance of this Bid is mailed or delivered to the undersigned within thirty (30) days after Bid Opening, of at any time thereafter before this bid is withdrawn, the undersigned agrees to execute and deliver an agreement in the prescribed form and 25 furnish the required bond and certificate of insurance within ten (10) days after the agreement is presented for signature, and start work within ten (10) days after "Notice to Proceed" is issued. 3. Security in the sum of dollars ($ In the form of , is submitted herewith in accordance with NOTICE TO BIDDERS. 4 Attached is a Non-Collusion Affidavit of Prime Contractor. 5. The Bidder is prepared to submit a financial and experience statement upon request. 6. The Prime Contractor and Subcontractor(s), which have performed an aggregate of$10,000.00 in work for the City in the current calendar year, are prepared to submit an AAP or Update and an EOC, within ten (10) days of notification that the bid submitted is lowest and acceptable. 7. The Bidder has received the following Addendum or Addenda: Addendum No. Date: / / / / / / 8. The Bidder shall list the MBE/WBE subcontractors, amount of subcontracts and bid items listed on the City of Waterloo Minority and /or Women Business Pre-bid Contract Information Form submitted with this Bid Form. The apparent low bidder shall submit a list of all other subcontractor(s) to be used on this project to the City of Waterloo by 5:00 p.m. the business day following the day bids on this project are due along with the Non-collusion Affidavits of ALL Subcontractor(s). The subcontractors listed on this proposal and/or submitted to the Contract Compliance Officer cannot be changed except for the following reasons. a) The City of Waterloo does not approve the subcontractors. b) The subcontractors submit in writing that they cannot fulfill their subcontracts 9. The Bidder has filled in all blanks on this proposal. Those blanks not applicable are marked "none" or "NA". 10. The bidder has attached all applicable forms. 11. The owner reserves the right to select alternatives, delete line items, and/or to reduce quantities prior to the Award of Contract due to budgetary limitations. CONTACT PERSON: Please Print PHONE: SIGNED: DATE: 26 BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, as Principal and As Surety are held and firmly bound unto the City of Waterloo, Iowa, hereinafter called "OWNER". In the penal sum dollars ($ ) 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 day of 20 for 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 day of , A.D. 20 (Seal) Principal (Title) By Witness (Seal) Surety By Witness Attorney-In-Fact 27 NON-COLLUSION AFFIDAVIT OF PRIME BIDDER State of ) County of ) , being first duly sworn, deposes and says that: 1. He is (Owner), (Partner), (Officer), (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 agreement on the part of the Bidder or any of its agents, representatives, owners, employees, or parties in interest, including this affiant. Signature Title Subscribed and sworn to before me this Day of , 20— Signature Title My commission expires 28 COLLUSION AFFIDAVIT OF SUBCONTRACTOR State of ) 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 RIVERFRONT STADIUM VIDEO DISLAY SYSTEM PROJECT in Waterloo, Black Hawk County, Iowa; 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; 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. Signature Title Subscribed and sworn to before me this Day of , 20— Signature Title My commission expires 29 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 contractor, 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 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. 30 7. The contractor, subcontractor, vendor and supplier of goods and services will include, or incorporate by reference, the provisions of the non-discrimination clause in every contract, subcontract or purchase order unless exempted by the rules, regulations or orders of the City's Affirmative Action Program, and will provide in every subcontract, or purchase order that said provisions will be binding upon each contractor, subcontractor, or supplier. 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 Title Date 31 City of Waterloo, Iowa r44 &VW NW:7a •p MBE/WBE CONTRACT COMPLIANCE PROGRAM FOR THE CITY OF WATERLOO, IOWA (As amended 08-08-2002) 1 MBE/WBE CONTRACT COMPLIANCE PROGRAM FOR THE CITY OF WATERLOO, IOWA - 2002 PURPOSE The purpose of the Contract Compliance Program (hereinafter called Program) is to act as an impetus for increasing the participation of minority and women disadvantaged business enterprise (MBE/WBE) in City awarded construction contracts. The Program does not propose to eliminate any bonafide contractor or subcontractor from bidding on City contracts, but it will hopefully serve as a needed stimulus to help local MBE/WBE's grow and eventually become mainstream contractors and subcontractors. This Contract Compliance Program does not propose to include any set-aside or quotas, but only flexible goals where "good-faith efforts" are required by the contractor to use MBE/WBE subcontractors. This Program shall not eliminate the need for contractors to continue their "good-faith efforts" in using MBE/WBE subcontractors on City contracts estimated at less than $50,000. The City of Waterloo will make every effort to reduce in-house construction and maintenance work that would be more cost effectively performed by the private sector and, thus, would allow additional bidding opportunities for MBE/WBE firms. The City Contract Compliance Officer shall be advised of all City of Waterloo awarded construction contracts. DEFINITIONS Goals: A flexible numerically expressed objective which contractors are required to make "good-faith efforts." The key to the requirement is to make documented efforts. Goals are neither set-a-sides nor a device to achieve proportional representation or equal results. Numerical goals do not create set-a-sides for specific groups, nor are they designed to achieve proportional representation or equal results. Rather, the goal- setting process in affirmative action planning is used to target and measure the effectiveness of affirmative action efforts to eradicate and prevent discrimination. Quota: A flat numerical requirement that the contractor is required to meet in order to obtain the benefit or be in compliance. The numerical goal component of affirmative action programs is not designed to be, nor may it properly or lawfully be interpreted as, permitting unlawful preferential treatment and quotas with respect to persons of any race, color, religion, sex, or national origin. The regulations at 41 CFR 60- 2.12(a), 60-2.15 and 60-2.30, specifically prohibit discrimination and the use of goals and quotas. (U.S. Department of Labor) Set-Aside: An arrangement in which a particular contract is reserved for competition solely among minority business enterprise. Contractor: 2 As used in this document means contractor, subcontractor, supplier, vendor, and professional service provider. Minority Business Enterprise (MBE) Any business which is at least 51% owned by one or more minorities and whose management and daily business operations are controlled by one or more such individuals and is on the current State Unified Certification List, or were listed on the City of Waterloo Certified MBE/WBE Contractors list as of Julyl, 2002 Women Business Enterprise (WBE): Any business which is at least 51% owned by one or more women and whose management and daily business operations are controlled by one or more such individuals and is on the current State Unified Certification List or were on the City of Waterloo Certified MBE/WBE Contractors list as of July 1, 2002 Minority: Any person or persons who are considered as socially and economically disadvantaged because of their identity as a group member without regard to their individual qualities. The groups include: Black American, Hispanic American, Native Americans, Eskimos, Aleuts, and Asian-Pacific Americans. 13 C.F.R. 124-1.1(c)(3)(ii)(1983). Lowest Responsible Bidder: Bidder who has offered the lowest bid and who has exhibited skill relative to the type of work bid on, judgment, financial responsibility, and evidence of working with the Affirmative Action Employment Program and the Contract Compliance Program. Broker: One buying or selling for others on commission or other fee basis without maintaining a warehouse or other similar inventory storage facility. Mayor's Advisory Committee: Mayor's Advisory Committee for Minority, Female, and Disadvantaged Business Enterprise. Good Faith Efforts: The successful bidder shall be selected on the basis of having submitted the lowest responsible bid. The obligation of the bidder is to make good faith efforts. The bidder can demonstrate that it has done so by the following: 1. The Prime Contractor met the project goal - No Action necessary 3 2. If the Prime Contractor failed to meet the goal, they must submit documentation of good faith efforts. CONTRACT COMPLIANCE PROGRAM/SUBCONTRACTING The program proposes numerical projections or goals regarding utilization of Minority Business Enterprise (MBE) and Women Business Enterprise (WBE) as subcontractors in the performance of contracts awarded by the City of Waterloo, Iowa. A goal of at least 10% for MBE participation on all City funded construction projects that are estimated at $50,000 or more and projects under $50,000 where applicable at the Contract Compliance Officer's discretion. There is at least 2% WBE goal on City funded projects. Any project which is funded solely or in part with Federal funds shall follow the respective agencies contract compliance program and goals. Any project which is funded solely or in part with State funds shall follow the respective agencies contract compliance program and goals. The City of Waterloo Contract Compliance Program is for City awarded construction contracts only. The prime contractor shall make "good-faith efforts" to meet the Contract Compliance MBE/WBE goals. The MBE/WBE subcontracts must provide the prime contractor a reasonably competitive price for the service being rendered or the contractor is not required to accept the bid. Administrative Reconsideration As part of this reconsideration, the bidder will have the opportunity to provide written documentation or arguments concerning the issue of whether they made adequate good faith efforts to meet the goals. The bidder will have the opportunity to meet in person with the City of Waterloo's Administrative Reconsideration Committee to discuss the issue of whether they made adequate good faith efforts. The Administrative Reconsideration Committee will forward a written decision on reconsideration to the Mayor and City Council, explaining the basis for finding that the bidder did or did not meet the goal or make adequate good faith efforts to do so. Documentation required will include but is not limited to the following: * Making portions of the work available for MBE/WBE subcontracting * Evidence of negotiating with MBE/WBE firms * MBE/WBE quotes obtained and non-MBE/WBE quotes used * Reasons agreements were not reached * Follow-up after initial solicitations * Efforts to assist in obtaining equipment, supplies and materials (at competitive prices), bonding, lines of credit, insurance, etc. * Evidence of past compliance or non-compliance by same contractor The Contract Compliance Officer will determine the weight to be given to each item listed above (supported by appropriate documentation) based on overall program goals. 4 RESPONSIBILITIES I. City of Waterloo A. The City Contract Compliance Officer has the responsibility to assure the City's compliance with Federal, State and Municipal regulations. B. The City Contract Compliance Officer is responsible for maintaining a current directory of certified firms. Certification of MBE/WBE/DBE contractors is through the Iowa Department of Transportation and its Unified Certification Program. Only firms certified based on guidelines prescribed in 49 CFR Part 26 and provisions of this agreement, shall be recognized as certified by the City of Waterloo. C. The City Contract Compliance Officer is responsible for making available a list of future project information notices to MBE/WBE firms. D. The City Contract Compliance Officer shall send notices to appropriate MBE/WBE firms in the directory of each bid solicitation with opening date. E. The City Contract Compliance Officer will receive MBE/WBE Letter(s) of Intent to Bid and within two (2) business days forward the complete list of MBE/WBE bidders who submitted a Letter of Intent to Bid to prime contractors. II. Prime Contractors In order to be in compliance with the guidelines of this program, the prime contractor must show good-faith efforts in following the MBE/WBE Contract Compliance Program. Good-faith efforts include, but are not limited to, the following: A. Prime contractors shall send solicitation letters (Form CCO-3) to appropriate MBE/WBE (those certified in directory prepared by City Contract Compliance Officer) at least seven (7) working days prior to bid date. Letters should identify specific items to be subcontracted. A minimum of three (3) disadvantaged business contacts must be made and documented, if there are at least three disadvantaged businesses offering services in the area to be subcontracted (See City of Waterloo MBE/WBE Certification List). If less than three (3) are offering the services to be subcontracted, then a contact is required for any that are listed as providing that service. If the Prime Contractor submits a MBE/WBE contact not on the City's MBE/WBE list, attach a copy of the MBE/WBE/DBE Certifications from another government agency. B. If a prime contract bidder is unable to identify MBE/WBE firms to perform portions of the work, the City Contract Compliance Officer should be contacted for assistance immediately. C. Prime contract bidders may solicit MBE/WBE proposals by telephone or personal interviews, but all such contacts shall be confirmed by Certified Mail, or subcontract bid request forms (Form CCO-2). D. If any MBE/WBE business submitting bids is not selected for subcontract award, documentation must accompany the "MBE/WBE Business Enterprise Pre-Bid Contact Information Form" (Form CCO-4 and CCO-4A) on why the MBE/WBE was not selected. These reasons could include: a. Not low bid. Copies of the competing bids may be required for verification. b. MBE/WBE did not bid, withdrew bid or non-responsive. 5 c. Documentation of other business-related reason for not selecting the MBE/WBE business for a subcontract. d. Prime contractor self performs work. e. Any other reason relied on by prime. The Contract Compliance Officer will determine the weight to be given to each item listed above (supported by appropriate documentation) based on overall program goals. III. MBE/WBE Firms A. MBE/WBE firms shall be certified by the Iowa Department of Transportation as owners and controllers of their respective businesses, or were listed on the City of Waterloo Certified MBE/WBE Contractors list as of July 1, 2002 B. MBE/WBE firms must perform the work on the project; they cannot act as a broker by subcontracting the work out to others. C. Each MBE/WBE firm planning to submit quotes on construction projects with goals, shall submit a Letter of Intent to Bid (Form CCO-5)to the City Contract Compliance Officer seven(7) working days prior to bid opening, listing specific items which the MBE/WBE firm is interested in bidding. If sufficient Letters of Intent to Bid are not received by the City Contract Compliance Officer seven (7)working days prior to bid opening, goals on subject project will be reduced accordingly. Agreements between the bidder/proposer and a MBE/WBE in which the MBE/WBE promises not to provide subcontracting quotations to other bidders/proposers are prohibited. NONCOMPLIANCE OF CONTRACTORS A. Noncompliance exists when the contractor's actions are not consistent with the requirements of the Contract Compliance Program in the areas of employment and subcontracting. B. A bidder's failure to show good-faith efforts to meet project goals or a failure to use certified MBE/WBE firms may be grounds for finding its bid not responsible. C. The Contract Compliance Officer shall submit to City Council his/her recommendation on any non-compliant contract in writing. NOTICE TO PROCEED Notice to proceed on any project with goals will not be issued until City Contract Compliance Officer determines the lowest responsible bidder has used good-faith efforts to comply with this Compliance Program and the bid was responsive. 6 CONCLUSION This program repeals or revises all sections of previous Waterloo Contract Compliance Programs. 7 CONTRACT COMPLIANCE FORM INDEX (as of 07-08-2002) Form CCO-1, Contract Compliance Policy This is the Current Contract Compliance Program for the City of Waterloo and must be adhered to for any City of Waterloo contracts over$50,000, funded solely with City funds. Form CCO-2, Subcontractors Bid Request Form This form acknowledges that the Prime Contractor has contacted potential MBE/WBE subcontractors. This form is initiated and signed by the Prime Contractor then signed by the MBE/WBE subcontractor and returned to the Prime contractor by the MBE/WBE contractor. Form CCO-3, -Letter to be used when soliciting for Subcontractor Quotes This is a sample letter from the Prime Contractor to Subcontractors soliciting bids for various contract items. Form CCO-4, Pre-Bid Contact Information Form This form and the accompanying Form CCO-4A, must be completed and submitted with the Prime Contractor's Bid. Certification of Prime Contractor Regarding MBE/WBE Unavailability If any MBE/WBE's submitting bids are not selected for subcontract award, documentation must accompany Form CCO-4. Form CCO-4A, Pre-Bid Contact Information Instructions Detailed instructions on how Form CCO-4 should be completed and the responsibilities of the Prime Contractor and the Subcontractor. Form CCO- 5, Letter of Intent to Bid from MBE/WBE Contractor Each MBE/WBE firm planning to submit quotes on construction projects with goals, shall submit a Letter of Intent to Bid to the City Contract Compliance Officer seven (7) working days prior to bid opening, listing specific items which the MBE/WBE firm is interested in bidding. If sufficient scope letters are not received by the City Contract Compliance Officer seven (7) days prior to bid opening, goals on subject project will be reduced accordingly. This form is completed and signed by the MBE/WBE. Form CCO-6, Final MBE/WBE Participation Amounts Upon Completion and Finalization of the project, the Prime Contractor must submit this form with their final documents. It shall be filled out and signed by the Prime Contractor on the project. If project goals are not met, a detailed report must accompany this form prior to release of retainage. 8 CERTIFIED MBE / WBE CONTRACTORS CITY OF WATERLOO, IOWA rlrIJ 41d CONTRACT COMPLIANCE OFFICE Community Development Board Carnegie Annex,Suite 202 620 Mulberry Street Waterloo,Iowa 50703 City WEB Site: www.ci.waterloo.ia.us Contract Compliance WEB Site for listing updates: http://www.cityofwaterlooiowa.com/contractcompliance Contact: Rudy Jones,Community Development Director Email: rudy.jonesAwaterloo-ia.org Phone: (319) 291-4429 Fax: (319) 291-4431 MBE/WBE Certified Contractors List Page 1 of 4 CERTIFIED MBE CONTRACTORS CARTER ELECTRIC 725 Adams Street Waterloo, IA 50703 Phone: (319) 232-9808 Pager: (319)235-4021 Contact: Derrick Carter Specializing in: ELECTRICAL CONTRACTOR CULPEPPER ELECTRIC 1731 Cottage Grove Avenue Waterloo, IA 50707 Phone: (319) 235-0885 Fax: (319)236-8177 Contact: Martin Culpepper Certified: City of Waterloo Certified MBE, Licensed Electrician Specializing in: ELECTRICAL CONTRACTOR DANIELS HOME IMPROVEMENT 339 Albany Street Waterloo, IA 50703 Phone: (319) 961-1659 Contact: Sammy Daniels Specializing in: ALL TYPES OF CONCRETE FLATWORK, POURED WALLS—ALL TYPES, FOOTINGS, LIGHT DEMOLITION D.C. CORPORATION 426 Beech Street Waterloo, IA 50703 Phone: (319) 493-3225 FAX: (319) 236-0515 Contact: Terry Phillips Certified: City of Waterloo Certified MBE, Iowa DOT, TSB Certified Specializing in: COMMERCIAL AND RESIDENTIAL DEMOLITION, CONCRETE PAVING, DRIVEWAYS, TRUCKING (ALL TYPES), GENERAL CONSTRUCTION MBE/WBE Certified Contractors List Page 2 of 4 GREER'S WORKS 2003 Plainview Street Waterloo, IA 50703 Phone: (319)233-4701 Contact: Willie Greer Specializing in: DRIVEWAYS, SIDEWALKS, CARPENTRY, ROOFING, GENERAL CONSTRUCTION OLD GREER'S WORKS 2309 Springview Street Waterloo, IA 50707 Phone: (319)233-2150 Contact: David L. Greer, Sr. Specializing in: ROOFING& GENERAL CONSTRUCTION QUICK CONSTRUCTION 217 Bates Street Waterloo, IA 50703 Phone: (319)215-4166 Contact: Leroy Harrington Specializing in: ALL TYPES OF CONCRETE FLATWORK AND GENERAL CONSTRUCTION CERTIFIED WBE CONTRACTORS ATLAS PAINTING, INC.* 911 Sycamore Street P.O. BOX 65 Waterloo, IA 50704 Phone: (319)232-9164 Specializing in: MBE/WBE Certified Contractors List Page 3 of 4 COMMERCL4L AND INDUSTRL4L PAINTING PETERMAN & HAES CARPET ONE* 4003 University Avenue Waterloo, IA 50701 Phone : (319) 233-6131 FAX: (319)233-6133 email: JR11486@cfu.net Certified: City of Waterloo WBE Contact : Carol Reese Specializing in: FLOOR COVERING WATCO CONSTRUCTION, INC.* 2920 Texas Street Waterloo, IA 50702 Phone : (319)233-7481 Certified: City of Waterloo WBE Contact : Patricia J. Kimball Specializing in: STORM SEWER, INLETS, DRAIN TILE, WATER MAIN, SANITARY SEWER, INTAKE STRUCTURES * DENOTES WOMEN BUSINESS ENTERPRISE MBE/WBE Certified Contractors List Page 4 of 4 U o 0 coU) "0 � (/) a) O --c C O N 0 O •o O Z tB •� c VO •N N O L7 o O_ L ^ L a) E (6 >� ° ° C o CC m O L L Q U LO Q N co E L 0 o w O > LL -c O .4-+ _L LL C O to ° 0 • Q 3 -0 0i O C Z m a) a) U a c a) a) a m 'LW c0 O � E EE � 3 0 = -Q ° m ° P m e 0 ow co .- 13 a) C .S o = w0 � •o 2 . -0 ° L.L. o a) co � ° L O mw o � : cm mowaww O M2 wO - >, c a m O 0 ro`. co ° Z oC 0 22 3m � ° CD a CO o c �2aSs a � 0_ °� w � > °) C a) ° ° C E � L �. CU C o Coc cn 0tjJ c_ E L _ CD aa �Z a " c E I- to 0 a) -0 92 03 4O .C °p � � 2 a � inCM O Z a) al U a) ° a > a -0 CO E ~ o Q Z. °-: E ° C4 .c 4_ F— m c ° 1:3° co LL - 4- O ° a) o_ O W oO c ° o -a o ala) c o � L t_� tn < OOc w . LCn >,CD c� 0 a) O EO Cl_ n (� E J �- C C to C > -0 ° 0 -0 a) � Z m 0 N -o -0 c ._ -0 ai Y W 3i E O O � as Ce ix iocrcoO c ° 'CL >, 3 m oO ° -c •— O .c0 l ' o c0a .0 Ct E CU v°i C � L. > m 3 • W � •L o Z lL a) a) o vi ° ° W W , E w O m w ° O W Z c ° � wO O o` Ems m aCi F- CO cum .o E o C ° ° L cn p c 0 co O z -°c c O c () w m co < 0 a) L) a) N w a) oEa) O •cna) -awc0 0 m � 1-3ww= .c Q0 � a) cnQ 0 o , po > .Dm :g E o v) a) m a) o) cOo 3 ° 2 -° W ° ELL- • < 0 cg > E w E -c .� 2 > c a) N O c ° Z a) c co4-- 2 a) -c ° ° ° E Z o c L o .Q o a) .0 Un L O -O 1x Q ° ° O > 7 O ° O CD o O C E L O O O p ° ° ° O ° a) too °) E D c >, ° > ° a) 2 co a) -c a) E L O) LL O C E L C m > ° N _c .N y > O O L o CO Z � .L ° Z c °cn ° io � � E w a) L 3 c o a'o_� Q o c`oa h- cn cn -0 , n o co m (Do o C a°) 0. 0 • ..0 0 0 _° >, v) ° ° o L O W < 3cL° CE z °- ° E "= ° E o m c a) � aoo 0 2 _c TA o) t U O w ° CO c O a) Ocs a r m o v°i N � C = c ° c ° o 2Z c2° O° 0o Uc' ° cow g L ° o ° �- co2 U3 cLoc° = � 0 c _c ONc0 C c 00 £ _L OZ a) O3Q O 0 co a) m C 00 a) , CU_0 ,- C 2 t O ° O Lo co E w a) ti o o 0 0 C Ll1 > Cl) co L N 0. 0 ° Q LLp Q C -c N L a C o O v O ,_ , a) co a w � co a) O U)i E `- o 3 � a COi 3 E CO � � o WN or ° 0 W i5 _ 0 •E � u) C o >, CU OE ° a) 0 a) 0s_' .o Ids E Y u) d' o ..Q _Q C'-s cn L o- c)LL o L C E a) E L C 4. N C ° CO � O w N °) o c co -0 om - Z O : °= o` c — _o c°iU = • +' in o LUo m � a = o > O ° EUw 3 ° 3 ui off . Q 3 46-° E o z E o ° w cal _ m m 6 � o :° � ° .- a`) °: 0) a) U •a) o L ca co O o c a) > 0 -a 0 N 2 V = C O a) o Q o mo o WLi o ° c°) o = 3 � O a° o CO c .� ° 0 0 CEO c = M ° O Wo ccn .0 cUo c ° c°n ° • C �° ° aa) o of 0 -0 .2 o Lo Z -0 y 0 a 0 � E c .0 O C cm � � N ° C o o E o m� co f` -0 ° y-+ E _ ° ^ y... V'-. (� CI) 4- ° -0 I w C L N L- U O ° L N 0- Q L D 7 - .� .� 0 ° ° 7 O Q w w ID m C O ° O- CD W 4_' ++ 'c C ,� • _o ° _� ° m '� ° 4- O -0 w = >, -° -0 >, 0 m Et 3 E O -0-' C E E re w cvo ° E a>i R O • c) 'c 1 ° ° ° m ° U 01 w o 0 0 a. O w C ° O O L co m -L-. C L OL 4 � .S ac) m 0 E • m � o ° 3m O ,�C.• C Wuwj .0. co o •o CU o ° < o o O_ Q p C a) 0 � 0 c ° cw N � Q - 4= m — Z2p a . O mU � �W O U U c w o co •E- O o m 0 o o coW co _a 0 a (B .O ci -O ai -E, — 4- 2 — ° 0)m Q) ° ') a`) o m Qca E .c -0 c :c 02 c� o o CO DE cLU U .E E L C .a - E -a Q a) 0 _>, 0j ) H o F CU W-- a) o 0 o a m E • ° w � C o � o d Cl_ co .o . c- 00 CO N 0 -0 U M -C 4 cc) Lr5 W H o Cl) c- LL E .3 O a c Co L o co O (13 0 0 o L o .N a) ._cn a a) v n U fa �_ O (B a) 6 m a+ c >, 0 F .Q _c _O c W O C y 'L7 O o W N U O Q. ct a) ° O m Q a) -9 OL N tli 0 c ° �. a o a) Nc,-U- L o p O a) Q. L 'C = 0 U V1 'a+ C U C •Fn. +•. a) O �, ET-3 R 3 .0 _ -0- N a) > >' U C OO 4 O = N o a) i6 a O cn N o o o = V1 J a) to 0 > c C w., U 3 •O = LO U § .9 p a) d L.L. .G Q� Q.a) ° — 0 _c ca _ c o U = o -8 N E c rn � 0 O a) co > ' el ai N I- c e0 t E m N O co COc u- O O co re 2 �Wp ° ,-m cv 2a F- o � � c ° � c� c0 -C ILZ NWZ � . 0 ._0 "-CI; n WO fl 0o � Q CL c O m) � � W - E0 =C . 0 W °� > � _ WI... Q o c a2o 0 a m CO Z * 0 ' ai •c o m E E . O it O 0 ) of mama) °cE Z (e °a N a2 • Li- O >, O .n a) a a) N 5. W 0 a) 0 W Z U co W (a V co cn .. as -o 0 F•- •> (c c ZF,. `o "= ai QN 3 � � W aLi o 0 c o W U to () a W i� j- >, o O a) o) 3 N y mFQ- ma) o , � o Z � 'o o >, ai � w N � OW °r m 0 E a �) v c o c L Z o c U C _c ° � aNE W � m W Co .—3 Ern mi_ a Co cn 0 mm F- m � � w a°icE a) c u- W 2uj OQ � o boo .rm Zm Ce Z N o C M -0 y 't En Q d N cz 0 N O a) to °N a) m Q u. � � � L o o0o Wcu OW � m ° oI o aUlz co Jm m 4_ c o coL o -0 -0 E W a Co p > cc O0 .c me < o N re c uj o 'Q :a n w 2 O F- U H, U coo m o _c U 2 0 W U o ` m 63 115 a Jm U L •o2 � .-c. U a < 4° a 'a a I . 2 - W c L o 'er a) o ai ON Qmo a) -0 cw (v E U ca o Z m L a) iX ,- O ° E '6 (V a) o N L f. Lp U) O o rs 0 >,N -o U a a C O .) W C rn V O aai N � `) ' N • to 0 , J L 5 0 0 ., E °L L 044—e-y 'E0 /y�C���o U m cQ ° t 0 c to c B a) •C L 0 > a m o i1 �1 � N c CO O 0 'c 73 L O a) C U ��1!i ire E a c m p 5 O o a) a) o 0 d Zmo U V) fr) co >- W '_. 00z'o cE gu) `o INSTALLATION B11-19-93 A - 713 6 i r .... .... GXXi I • • MIL c: • •••• •••• • STROKE O_co to 1 U7 °°°g .... 0000 nY D[r7 li 23 t 7E3OTO N H E VILSOTON 0 0 a 0 ri E] (ii CIO 0 iii Nol N 0 G4 E [i] Li P... ❑ D Il 0 EM [11 0 IN .. a BABA-7136 D evf Cij(iL „,:t.A/el'H k SIZE: 36'— 0" X 10'— 0", WEIGHT: 1600 LBS. (%" POWER: 120/240 VAC, 60 Hz. 1 PH. ck& 94/ ,-" 120/208 VAC, 60SUPPLY OR ., f✓ , 0iii ' Hz. 3 PH. SUPPLY. '-- �L " l�1�, 20,600 WATTS. I (0.�' 120 VAC AT THE CONTROL LOCATION. /v /) CONTROL CONSOLE: BA-71. V CONTROL CABLE: TWO CONDUCTOR SH IELDED. f U LY 9lfij LAMPS: 25 WATT & 40 WATT. LO L P �/ TIONS: LIGHTING DAMAGE REDUCTION UNIT. \, L(91 {iii Liq 4,OOO 6.7 if��e1��' 4 ,/I�r WIRING DRAWING: FOR SINGLE PRASE: A-6-5165. FOR THREE PHASE: A-6-5165-3P. , FAIR—PLAY SCOREBOARDS FACTORY ADDRESS PO BOX 1847 DES MOINES, IOWA 50306-1847 1700 DELAWARE AVE. DES MOINES, IOWA 50317-2999 PHONE 515-265-5305 I-5-5165-1A • ' ELECTRICAL INSTALLATION 11-19-93 " BA - 7136 2 1 Lrz1 12 STA_EE 9 OU7 10 C C fnm•r+�, B 11 PROC. "C" HE 128HDq e 2 ,3 4 3 0 7 O © ziO AA A A AA AA A A AACC C . "a° HE ,2aHD�PRoc 1 2 3 4 5 6 7 8 9 I 10 12 1 1 4 3 5 PROC. "B" HE 128HD i AR B B B BBB BBBB BBCC C_ aJ 11 2 3 4 5 6 7 8 9 10 12 11 8 7 6 1 SC0130AD 0 \ -J03 C \0 \ ECTIO \ S FACE VIEW 1 . PULL DATA CABLE (6 PR) FROM PROC. " B" TO PROC. "C" . 2. PULL 6 12—PIN CONN.'s & WIRES FROM BOTTOM SECTION TO PROC. " C" . 3. PULL 3 #8THW WIRES FROM PROC. " C" POWER BOX TO BREAKER PANEL. 4. TERMINATE 1 PR. CABLE FROM CONTROL WITH #297 DATA PLUG & PLUG INTO " DATA IN" JACK ON 2" X 4" BOX IN BOTTOM SECTION. 5. PULL CUSTOMER'S POWER CABLES FROM FUSED SAFETY SWITCH TO SCOREBOARD BREAKER PANEL & CONNECT. CABLE CLAMP 2 COND. TWISTED PAIR SHIELD /-RED (RING) / D/-D TO CONTROL - - HOUSING Cl LOCATION - BLACK (TIP) #297 DATA PLUG @ SCOREBOARD • 7-RECEPTACLE BOX BLACK , RED 2 COND. TWISTED PAIR D -ID- /I TO S C B D i PULL BACK SHIELD & DRAIN WIRE 1 WRAP TAPE AROUND TO INSULATE I FROM BOX OR SOCKET #12B JACK @ CONTROL LOCATION I-5-5165-1D r o I k' I NN ,II OIIi'Ii ' _ _.;t _0 =- 11=1F ---' 11=I1- m o .III- 2 N N w ill III 0 N F cOi o �_� it w U L.. • C cjN y0 00o ... 2 > a bw Jm ; mw .7,3 5..., 4 8 xW33 3a \ j Ca Nam �_. -Luc, bQ) RU JW y3o T W AC `JY MJ UQ UZ . R°w11 °z Ww 28W q.LPN8 FU 0m �N b 2„10 / 041 zz0 w<o I 4 �\ a'b Fj s> i. 1 =w SNS wam N I Nril NNa ma11. 1 bi b b �, oJ., o4j b b —I - O w yNw OON Nz ,9 i. °m i•0 =wCO O..W9 Om go.,,, wzj N m N M W 081w.5 'I h 42 XON Fzr ,I 11 c.1 <N I-{I, '.FiII I 1 II z t.':^-1L--i' j /Pti = I - - -teao -I - �"3 3, ff=i�I- 11 I b 0 i < :�I- n b�abI u aIdlIIino .- rrn �ml .. II1\ ZHNNM O u iv4 WW I O - i0 O 0 o, Y \'�'—� \ --\ u� N I I N t o b I t ;r a i z 0- Cmo 1 Za t .r'.a�.44s_ 102 _� 2 N? ID `_- -_T J \ 0 I U xW { I ^a0 Z rn x O _ p p m m- ; ° k ; m"" Z� °wg Y /J O aw mWnm mq ZUO1v Nl A i Z mV li ¢... I II G U E 0 L.1 � II aw oo c0.1 (D w a� m8m of D W Z > Lo 10 I ====: 2.'44iw iD 1 r rn Q Uw M O) = U o4 0 �- W m �l z�w 1 00cl W 3 ■ PZ= 1 up3 co LY G 8 ` aI r NUO C } — N fna OJ tiM t ``1'so a �\W =m m ~mil- w , O I Vd _,-' m'j Z� /�O11 OU ;< ��Oj l °N EL"' pPr U �.J vO wi�vipom Cs Haw I ,^ um rn �<U V) O<°ON J n waN I N SOW n� ( zo°,_w i w�Op Z-3°¢a Z UZ J�o w 03% I .0 ZH 1 1 U H I } L 1 E al 11 in MI if fL n 58g 1-1 1'- ;III = W �^� N wfil :p1 N F� of �o i—� U }W O 0., 1 Nz OQ 3F J b W OJ m e .�". NO N V �F =N o,� u O O O ow O W yR C _,.0 �� N W W.(/= .toOW �QOb 0-,- QF . T _ a N= QN m0N I - t, 94W b b 1 -n .. o m opNO =b I 3O ONOI I —I .O O i. WJ WW O z w UmUaw Egg wU W N Np t I11 10 ION QylI- I . II r{i I~ 1 Z r.I11-.11 .. _5 5 ti • 1�, p o, pN anon- I, �l b z rr I o oa �Civoi b .11f1- 1: b I aa I� o Fs-. N 1 a , u n a i �O N H 11 co Q N I o I io I b V O �O I i mo 3 ©— � ou=z N� Q \ m XW .I -CN z o rn xa J -L- 3 0 .77 ro °m of N ,,X h00 Q o�i W3 z0 �'H vi W 30 Uu V Ov — .WaJ wnm, l � z z cLJ c Id a� _ II wg2 OI ID g L. Z > oo 10 I ____ 4.NW CO •• I r O) Q Y aU O ;_ M O u d O Q cc' b, 11 i c� p W tiz V I� iO I Ll +./ NOp Q O JO Ci a I o' WNW ���CCC333 © C o Y m v_IowS� �m ��� m W ~Om=w ` oN C§a JOHa SOW, 0 � oa ¢w N0�30 oN�JI ON zVm i'',1a; � b-Vo I ''h UNl QUQ OWW �K�NI N- }nW J pON J ^ 0 ny i WmU�= cn_x oow° O .-� O �.._ m<o O1% ¢d 3 . rZ U _© O y� � U= JOm o x lo c I z N V O } L 1 r' YR z - 88 � &,JIIIIIII pp'1111111111111 0� ����s o q �- JJoWZm° �< .'C V�o©ooa0000��® Boa©000 IIIIIIIIIIIII ^ oao ±IIIIIIIIIIII. g[000�]�;2= R f ass u _ u if ai 1 I < 7.4tx - L�; I ' I ,mho 3 LJ 3 i@ j 'ma•� n G iNg EN N= 'cuE� pp W I LJga 0 m<1g8jg W" g� as;< rib §Wdiza 1g oa • dW ;:L.0.2� Mom ._, ay. [3(---- - .0 s = 3 gi r-..1 f--,-) it: 21: 140 u 0u P. :6 4 i s�T F den ; a I 1-1 I7 I �p ==tea' C [,1 g f i 0 s c3 rg 8 E R El 1 o0 U Y U Q Si:•a- I r \ �m 1 Its . I 'I,,' IN u C L o �� g 7 C 4_ n ;� (n N I �R L�a)El El W ;f- o fly 0 0 s g L=[II' I^���! 'o g ' y Y ^ ` a N ff m;g L..J u Dag „^. � a co wen 9 a a vl / z . v> -�--� "r S 5 EJ nO a 0":1 Z_ �� �C ?N rAI:po^ b OS .-a o < ® m• 1• n i boo ao. aV o 14 !F� g [],T �m v a N O . r_ Section 3 Clause A. The work to be performed under this contract is subject to the requirements of section 3 of the Housing and Urban Development Act of 1968, as amended, 12 U.S.C. 1701 u (Section 3). The purpose of Section 3 is to ensure that employment and other economic opportunities generated by HUD assistance or HUD-assisted projects covered by Section 3, shall, to the greatest extent feasible, be directed to low- and very low-income persons, particularly persons who are recipients of HUD assistance for housing. B. The parties to this contract agree to comply with HUD's regulations in 24 CFR part 135, which implement Section 3. As evidenced by their execution of this contract, the parties to this contract certify that they are under no contractual or other impediment that would prevent them from complying with the part 135 regulations. C. The contractor agrees to send to each labor organization or representative or workers with which the contractor has a collective bargaining agreement or other understanding, if any, a notice advising the labor organization or workers'representative of the contractor's commitments under this Section 3 clause, and will post copies of the notice in conspicuous places at the work site where both employees and applicants for training and employment positions can see the notice. The notice shall describe the Section 3 preference, shall set forth minimum number and job titles subject to hire, availability of apprenticeship and training positions, the qualifications for each; and the name and location of the person(s) taking applications for each of the positions; and the anticipated date the work shall begin. D. The contractor agrees to include this Section 3 clause in every subcontract subject to compliance with regulations in 24 CFR part 135, and agrees to take appropriate action, as provided in an applicable provision of the subcontract or in this Section 3 clause, upon a finding that the subcontractor is in violation of the regulations in 24 CFR part 135. The contractor will not subcontract with any subcontractor where the contractor has notice or knowledge that the subcontractor has been found in violation of the regulations in 24 CFR part 135. E. The contractor will certify that any vacant employment positions, including training positions, that are filled (1) after the contractor is selected but before the contract is executed, and (2) with persons other than those to whom the regulations of 24 CFR part 135 require employment opportunities to be directed, were not filled to circumvent the contractor's obligations under 24 CFR part 135. F. Noncompliance with HUD's regulations in 24 CFR part 135 may result in sanctions, termination of this contract for default, and debarment or suspension from future HUD assisted contracts. G. With respect to work performed in connection with Section 3 covered Indian housing assistance, section 7(b) of the Indian Self-Determination and Education Assistance Act (25 U.S.C. 450e) also applies to the work to be performed under this contract. Section 7(b) requires that to the greatest extent feasible (i) preference and opportunities for training and employment shall be given to Indians, and (ii) preference in the award of contracts and subcontracts shall be given to Indian organizations and Indian-owned Economic Enterprises. Parties to this contract that are subject to the provisions of Section 3 to the maximum extent feasible, but not in derogation of compliance with section 7(b). GUIDANCE ON SECTION 3 (Refer to 24 CFR Part 135 for complete information) WHAT IS SECTION 3? Section 3 of the Housing and Urban Development Act of 1968 (Section 3), as amended by the Section 915 of the Housing and Community Development Act of 1992, requires that economic opportunities generated by HUD financial assistance for housing and community development programs be targeted toward low-and very low- income persons. In effect,this means: ❑ Whenever HUD assistance generates opportunities for employment or contracting, Public and Indian Housing Authorities, state and local grantees, and other recipients of HUD housing assistance funds must, to the greatest extent feasible, provide these opportunities to low-and very low-income persons and tb businesses owned by or employing low-and very low-income persons. ❑ The Section 3 requirements apply to job training, employment,contracting and subcontracting and other economic opportunities arising from assistance provided for construction, reconstruction, conversion, or rehabilitation (including lead-based paint hazard reduction and abatement) of housing, other buildings, or improvements assisted with housing or community development assistance, including HOME. ❑ Section 3 applies to: projects for which HUD's share of project costs exceeds$200,000; and > contracts and subcontracts awarded on projects for which HUD's share or project costs exceeds $200,000, and the contract or subcontract exceeds$100,000. ❑ Recipients whose projects do not fall under Section 3 are nonetheless encouraged to comply with the Section 3 preference requirements. ❑ Recipients and their contractors and subcontractors must show preferences for giving training and employment opportunities to low-income persons,to the greatest extent feasible. They should show priority considerations for hiring low-income persons as follows: (1) Low-income persons residing in the service area or neighborhood in which the project is located. (2) Participants in HUD Youthbuild programs. (3) If project is assisted under the McKinney Act, homeless persons in the project area of the project. (4) Other Section 3 residents. Again,the persons hired should be qualified to perform the work required. ❑ Recipients and their contractors and subcontractors must direct their efforts to award Section 3 business concerns,to the greatest extent feasible,to Section 3 business concerns in the following preference order: (1) Section 3 businesses that operate in the project area. -2- (2) Entities that carry out Youthbuild programs. (3) Other Section 3 business concerns. The business must be able to demonstrate that it can successfully perform under the terms and conditions of the proposed contract. In addition,these requirements do not restrict competition to only businesses meeting one of the priorities, nor do they authorize set-asides. COMPLIANCE AND RECORDKEEPING ❑ Numerical goals for meeting the graatest extent feasible requirement: > For training and employment opportunities resulting from Section 3-covered housing assistance, a commitment to employ 10% of the aggregate number of new hires each year over the duration of the Section 3 project. > For training and employment opportunities resulting from Section 3-covered community development assistance, a commitment to employ 30%of the aggregate number of new hires for a one-year period. >- For contracts awarded in connection with Section 3-covered projects, a commitment to award at least 10%of the total dollar amount of contracts for building trades work and at least 30% of the total dollar amount of all other Section 3-covered contracts. ❑ All recipients of assistance must: > Amend their employment and procurement policies to comply with Section 3. > Include the Section 3 clause is covered contracts and subcontracts. Document their best efforts to comply with Section 3 and their success at hiring low-income persons. >- Monitor their own compliance and the compliance of their contractors and subcontractors. > Provide annual reports to the Assistant Secretary for Fair Housing and Equal Opportunity as requested. ❑ Recipients must maintain the following records: • The good faith efforts made to make low-income persons aware of the positions, and to encourage and facilitate their application. • The number and dollar value of all contracts awarded to businesses and, in particular, Section 3 businesses during the fiscal year. s- A description of the best efforts made to award contracts to Section 3 businesses. > The mechanisms by which they ensured that contractors and subcontractors complied with the Section 3 preferences for training, employment, and contract awarding. ❑ The Assistant Secretary for Fair Housing and Equal Opportunity will conduct periodic compliance reviews. -3-