HomeMy WebLinkAboutHydro-Klean, LLCHydro-Klean, LLC
333 NW 49th Place
Des Moines, IA 50313
•
•
CITY OF WATERLOO
CITY
r• CLERK Y
,- IT" f
t—. iris r_:
City of Waterloo
City Hall
715 Mulberry Street
Waterloo, IA 50703
FY 2025 CIP Pipelining Phase V
Contract No. 1118
Bids February 13, 2025 at 1:00 PM
BID SECURITY ENCLOSED
025 Am10:1 01 F
FORM OF BID OR PROPOSAL
FY 2025 CIP Pipelining Phase V
CONTRACT NO. 1118
CITY OF WATERLOO, IOWA
Honorable Mayor and City Council
Waterloo, Iowa
1. The undersigned, being a Corporation existing under the laws of the State of Iowa
a Partnership consisting of the following partners:
having familiarized (himself) (themselves) (itself) with the existing conditions on the project area
affecting the cost of the work, and with all the contract documents listed in the Table of Contents and
Addenda (if any), as prepared by AECOM now on file in the office of the City Clerk, City Hall,
Waterloo, Iowa, hereby proposes to furnish all supervision, technical personnel, labor, materials,
machinery, tools, appurtenances, equipment, and services, including utility and transportation
services required to construct and complete the FY 2025 CIP PIPELINING PHASE V, CONTRACT
NO. 1118, all in accordance with the above -listed documents and for the unit prices for work in place
for the following items and quantities:
FY 2025 CIP Pipelining Phase V
CONTRACT NO. 1118
Item
Description
Unit
Estimated
Quantiles
Unit
Price
Total
Amount
BASE
BID
A
Mobilization
L
LS
1
$ 26,154.41
$
26,154.41
1
8"
Diameter
CIP
Pipe
Lining
LF
16,311
$25.90
$422,454.90
2
10"
Diameter
CIP
Pipe
Lining
LF
1,879
$29.80
$55,994.20
3
12"
Diameter
CIP
Pipe
Lining
LF
868
$ 36.40
$ 31,595.20
4
15"
Diameter
CIP
Pipe
Lining
LF
806
$45.00
$36,270.00
5
Lateral
Reinstatement
EA
249
$ 50.00
$12,450.00
6
3-FT
Lateral
Grouting
EA
249
$500.00
$124,500.00
7
Pipe
Televising
- 8"
LF
32,622
$ 3.21
$104,716.62
8
Pipe
Televising
- 10"
LF
3,758
$ 3.21
$12,063.18
9
Pipe
Televising
- 12"
LF
1,736
$ 3.21
$ 5,572.56
10
Pipe
Televising
- 15"
LF
1,612
$ 3.21
$ 5,174.52
11
Type
A
Pipe
Cleaning
- 8"
LF
16,311
$3.21
$52,358.31
12
Type
A
Pipe
Cleaning
- 10"
LF
1,879
$3.21
$6,031.59
13
Type
A
Pipe
Cleaning
- 12"
LF
868
$ 3.21
$ 2,786.28
14
Type
A
Pipe
Cleaning
- 15"
LF
806
$ 3.21
$ 2,587.26
15
Type
C
Root
Removal
- 8"-10"
LF
4,547
$1.00
$4,547.00
16
Type
C
Root
Removal
- 12"-15"
LF
217
$1.00
$ 217.00
17
Type
D
Lumberjack
- 8"-10"
LF
4,547
$1.00
$4,547.00
18
Type
D
Lumberjack
- 12"-15"
LF
217
$1.00
$ 217.00
19
Protruding
Taps
Removal
EA
50
$ 75.00
$ 3,750.00
BASE
BID
TOTAL
$
$913,987.03
FORM OF BID
AECOM #60743622
CONTRACT NO. 1118
FB-1 of 4
FY 2025 CIPP
BID
ALTERNATE
NO.
1
—
DWG
8
101
8"
Diameter
CIP
Pipe
Lining
LF
2,905
$25.90
$75,239.50
102
Lateral
Reinstatement
EA
40
$ 50.00
$ 2,000.00
103
3-FT
Lateral
Grouting
EA
40
$ 500.00
$ 20,000.00
104
Pipe
Televising
-
8"
LF
5,810
$ 3.21
$18,650.10
105
Type
A
Pipe
Cleaning
-
8"
LF
2,905
$ 3.21
$ 9,325.05
106
Type
C
Root
Removal
-
8"-10"
LF
726
$ 1.00
$ 726.00
107
Type
D
Lumberjack
-
8"-10"
LF
726
$
1.00
$ 726.00
108
Protruding
Taps
Removal
EA
20
$ 75.00
$1,500.00
BID
ALTERNATE
NO.
1
TOTAL
$
$128,166.65
BID
ALTERNATE
NO.
2
—
DWG
11
201
8"
Diameter
CIP
Pipe
Lining
LF
2,375
$ 25.90
$61,512.50
202
Lateral
Reinstatement
EA
39
$ 50.00
$1,950.00
203
3-FT
Lateral
Grouting
EA
39
$ 500.00
$19,500.00
204
Pipe
Televising
-
8"
LF
4,750
$ 3.21
$15,247.50
205
Type
A
Pipe
Cleaning
- 8"
LF
2,375
$ 3.21
$
7,623.75
206
Type
C
Root
Removal
- 8"-10"
LF
593
$1.00
$
593.00
207
Type
D
Lumberjack
-
8"-10"
LF
593
$1.00
$
593
00
208
Protruding
Taps
Removal
EA
20
$ 75.00
$1,500.00
BID
ALTERNATE
NO.
2
TOTAL
$
$108,519.75
ADDITIONAL
CLEANING
RATES
Item
Description
Unit
Estimated
Quantity
Unit
Price
Total
Price
301
Type
A
Pipe
Cleaning
- 8"
HR
50
$400.00
$20,000.00
302
Type
A
Pipe
Cleaning
- 10"
HR
50
$400.00
$20,000.00
303
Type
A
Pipe
Cleaning
- 12"
HR
50
$400.00
$20,000.00
304
Type
A
Pipe
Cleaning
- 15"
HR
50
$400.00
$20,000.00
305
Type
C
Root
Removal
- 8"-10"
HR
50
$400.00
$20,000.00
306
Type
C
Root
Removal
- 12"-15"
HR
50
$400.00
$20,000.00
307
Type
D
Lumberjack
- 8"-10"
HR
50
$400.00
$20,000.00
308
Type
D
Lumberjack
- 12"-15"
HR
50
$400.00
$20,000.00
A
table
of
expected
cleaning
times
per
segment
shall
work.
be submitted
to the
Owner
prior
to
beginning
FORM OF BID CONTRACT NO. 1118
AECOM #60743622
FB-2 of 4
FY 2025 CIPP
2. It is understood that the quantities set forth are approximate only and subject to variation and that the
unit bid price for the work done shall govern in the actual payment to Contractor. THE CONTRACT
SHALL BE AWARDED ACCORDING TO THE BASE BID.
3. In submitting this bid, the bidder understands that the right is reserved by the City of Waterloo, Iowa,
to reject any or all bids. If written notice of the acceptance of this bid is mailed, telegraphed, or
delivered to the undersigned within thirty (30) days after the opening thereof, or at any time thereafter
before this bid is withdrawn, the undersigned agrees to execute and deliver an agreement in the
prescribed form and furnish the required bond and certificate of the insurance within ten (10) days
after the agreement is presented to him for signature, and start work within ten (10) days after
"Notice to Proceed" is issued.
Security in the sum of Fourty Five Thousand Six Hundred Ninty Ning Dollars and Thirty Five Cents Dollars
($ 45,699.35 ) in the form of Bid Bond , is submitted herewith in
accordance with the INSTRUCTIONS TO BIDDERS.
5. Attached hereto is a Non -Collusion Affidavit of Prime Contractor.
6. Attached hereto is a Bidder Status Form indicating Resident Bidder Certification (x ), or
Non -Resident Bidder Certification ( ). (Mark one.)
7 The bidder is prepared to submit a financial and experience statement upon request.
8. The Prime Contractor and Subcontractor(s), which have performed an aggregate of $10,000.00 in
work for the City in the current calendar year, are prepared to submit an AAP or Update and an
EOC, within ten (10) days of notification that the bid submitted is lowest and acceptable
9. The bidder has received the following Addendum or Addenda:
Addendum No.
na
Date
10. The bidder shall list the MBE/WBE subcontractor(s), amount of subcontracts and bid items on the
City of Waterloo Minority and/or Women Business Pre -bid Contact Information Form submitted with
this Form of Bid or Proposal. The apparent low Bidder shall submit a list of all other Subcontractor(s)
to be used on this Project to the City of Waterloo by 5:00 p.m. the business day following the day
Bids on this Project are due along with the Non -Collusion Affidavits of All Subcontractor(s).
The Contractor shall submit information on subcontractors on "SUBCONTRACTOR REQUEST AND
APPROVAL" Form to be provided by City prior to approval of contract.
The subcontractors listed on this proposal and/or submitted to the Contract Compliance Officer
cannot be changed except for the following reasons:
1) The City of Waterloo does not approve the subcontractors.
2) The subcontractors submit in writing that they cannot fulfill their subcontracts.
11. The bidder has filled in all blanks on this proposal. Those blanks not applicable are marked "none"
or "NA".
12. The bidder has attached all applicable forms.
FORM OF BID CONTRACT NO. 1118
AECOM 1160743622
FB-3 of 4
FY 2025 CIPP
13. The Owner reserves the right to select alternates, delete line items, and/or to reduce quantities prior
to the award of a contract due to budgetary limitations.
BY:
Hydro-Klean, LLC 2/7/2025
(Name of Bidder) (Date)
Title Contracts Manager - Jill Lomp
Official Address: (Including Zip Code):
333 NW 49th Place
Des Moines, IA 50313
I.R.S. No. 45-2473053
FORM OF BID CONTRACT NO. 1118
AECOM #60743622
FB-4 of 4
FY 2025 CIPP
INFORMATION NEEDED
FOR
IOWA CONSTRUCTION SALES TAX EXEMPTION CERTIFICATE
CONTRACTOR NAME: Hydro-Klean, LLC
ADDRESS: 333 NW 49th Place
Des Moines, IA 50313
(Check One) PRIME X
FEDERAL ID#: 45-2473053
SUBCONTRACTOR
PROJECT NAME: FY 2025 CIP Pipeline Phase V
PROJECT CONTRACT NO.: 1118
DESCRIPTION OF WORK:
❑ Brickwork
u Carpentry
Li Concrete
LI Drywall -Plaster -Insulation
Electrical
Excavation/Grading
❑ Flooring
❑ Heavy Construction
❑ Heating -Ventilating -Air Cond.
SALES TAX EXEMPTION
AECOM 1160743622
❑ Landscaping
LI Painting
❑ Paving
❑ Plumbing
11 Roofing -Siding -Sheet Metal
❑ Windows
O Wrecking -Demolition
21 Other (Please specify)
Cure In Place Pipe Lining
CONTRACT NO. 1118
STE-1 of 1
FY 2025 CIPP
NON -COLLUSION AFFIDAVIT OF PRIME BIDDER
State of Iowa )
County of Polk
)ss
Jill Lomp , being first duly sworn, deposes and says that:
1 He is ?l Contra nrner, Officer, Representative, or Agent) of Hydro-Klean, LLC
, 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.
(Signed) fr;
Contracts Manager
Title
Subscribed and sworn to before me this 7th day of February
My commission expires
Mkt)
pA tea. NICHOLE WHITE
, ` T. Commission Number 815787
• My Commission Expires
May 3, 2025
,2025
Uw&k btleP604tit a cid
NON -COLLUSION AFFIDAVIT CONTRACT NO. 1118
AECOM #60743622
•
NCA-1 of 2
FY 2025 CIPP
NON -COLLUSION AFFIDAVIT OF SUBCONTRACTOR
State of )
) ss:
County of )
, being first duly sworn, deposes and says that:
1. He is (Owner, Partner, Officer, Representative, or Agent) , of
hereinafter referred to
as the "Subcontractor;"
2. He is fully informed respecting the preparation and contents of the subcontractor's proposal
submitted by the subcontractor to ,
contract pertaining to the
project in
(City or County and State)
3. Such subcontractor's proposal is genuine and is not a collusive or sham proposal;
4. Neither the subcontractor nor any of its officers, partners, owners, agents, representatives,
employees, or parties in interest, including this affiant, has in any way colluded, conspired,
connived, or agreed, directly or indirectly, with any other bidder, firm or person to submit a
collusive or sham proposal in connection with such contract or to refrain from submitting a
proposal in connection with such contract, or has in any manner, directly or indirectly, sought by
unlawful agreement or connivance with any other bidder, firm or person to fix the price or prices in
said subcontractor's proposal, or to fix any overhead, profit or cost element of the price of prices
in said subcontractor's proposal, or to secure through collusion, conspiracy, connivance or
unlawful agreement any advantage against the City of Waterloo, Iowa, or any person interested in
the proposed contract; and
5. The price or prices quoted in the subcontractor's proposal are fair and proper and are not tainted
by any collusion, conspiracy, connivance or unlawful agreement on the part of the bidder or any
of its agents, representatives, owners, employees, or parties in interest, including this affiant.
(Signed)
Title
Subscribed and sworn to before me this day of _ , 20_
Title
My commission expires
NON -COLLUSION AFFIDAVIT CONTRACT NO. 1118
AECOM #60743622
NCA-2 of 2
FY 2025 CIPP
EQUAL OPPORTUNITY CLAUSE
(As provided in Executive Order No. 11246)
All contractors, subcontractors, vendors and suppliers of goods and services doing business with the City
and value of said business equals or exceeds ten thousand dollars ($10,000.00) annually agree as
follows:
1. The contractors, subcontractor, vendor and supplier of goods and services will not discriminate
against any employee or applicant for employment because of race, color, creed, sex, national
origin, economic status, age, mental or physical handicap, political opinions, or affiliations. The
contractor, subcontractor, vendor, and supplier will develop an Affirmative Action program to
ensure that applicants are employed and that employees are treated during employment without
regard to their race, creed, color, sex, national origin, religion, economic status, age, mental or
physical disability, political opinions or affiliations. Such actions shall include but not be limited to
the following:
a. Employment
b. Upgrading
c. Demotion or Transfer
d. Recruitment and Advertising
e. Layoff or Termination
f Rates of Pay or Other Forms of Compensation
g. Selection for Training Including Apprenticeship
2. The contractor, subcontractor, vendor and supplier of goods and services will, in all solicitations
or advertisements for employees, state that all qualified applicants will receive consideration for
employment without regard to race, creed, color, sex, national origin, religion, economic status,
age, mental or physical disabilities, political opinion or affiliations.
3. The contractor, subcontractor, vendor and supplier or his/her collective bargaining representative
will send to each labor union or representative of workers which he/she has a collective
bargaining agreement or other contract or understanding, a notice advising said labor union or
workers' representative of the contractor's commitment under this section.
4. The contractor, subcontractor, vendor and supplier of goods and services will comply with all
published rules, regulations, directives, and order of the City of Waterloo Affirmative Action
Program Contract Compliance Provisions.
5. The contractor, subcontractor, vendor and supplier of goods and services will furnish and file
compliance reports within such time and upon such forms as provided by the Affirmative Action
Officer. Said forms will elicit information as to the policies, procedures, patterns, and practices of
each subcontractor as well as the contractor himself/herself and said contractor, subcontractor,
vendor and supplier will permit access to his/her employment books, records and accounts to the
City's Affirmative Action Officer, for the purpose of investigation to ascertain compliance with this
contract and with rules and regulations of the City's Affirmative Action Program Contract
Compliance Provisions relative to Resolution No. 24664.
6. In the event of the contractor's non-compliance with the non-discrimination clauses of this
contract or with any of such rules, regulations and orders, this contract may be canceled,
terminated or suspended in whole or in part and the contractor may be declared ineligible for
further contracts in accordance with procedures authorized by the City Council.
7 The contractor, subcontractor, vendor and supplier of goods and services will include, or
incorporate by reference, the provisions of the non-discrimination clause in every contract,
EQUAL OPPORTUNITY CLAUSE CONTRACT NO. 1118 EOC-1 of 2
AECOM #60743622 FY 2025 CIPP
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)
Contracts Manager
(Title)
2/7/2025
(Date)
EQUAL OPPORTUNITY CLAUSE CONTRACT NO. 1118 EOC-2 of 2
AECOM #60743622 FY 2025 CIPP
TITLE VI CIVIL RIGHTS
During the performance of this contract, the contractor (for itself), its assignees, and successors in
interest (hereinafter referred to as the "contractor") agrees as follows:
1. Compliance with Regulations: The contractor shall comply with the Regulations relative to non-
discrimination in Federally assisted programs of the DOT Title 49, Code of Federal Regulations,
Part 21, as they may be amended from time to time, (hereinafter referred to as the Regulations),
which are herein incorporated by reference and made a part of this contract.
2. Nondiscrimination: The contractor, about the work performed by it during the contract, shall not
discriminate on the grounds of race, color, national origin, sex, age, or disability in the selection
and retention of subcontractors, including procurement of materials and leases of equipment.
The contractor shall not participate either directly or indirectly in the discrimination prohibited by
section 21.5 of the Regulations, including employment practices when the contract covers a
program set forth in Appendix B of the Regulations.
3. Solicitations for Subcontracts, Including Procurement of Materials and Equipment: In all
solicitations either by competitive bidding or negotiation made by the contractor for work to be
performed under a subcontract, including procurement of materials or leases of equipment, each
potential subcontractor or supplier shall be notified by the contractor of the contractor's
obligations under this contract and the Regulations relative to non-discrimination on the grounds
of race, color, national origin, sex, age, or disability.
4. Information and Reports: The contractor shall provide all information and reports required by the
Regulations or directives issued pursuant there to, and shall allow access to its books, records,
accounts, other sources of information, and its facilities as may be determined by the Contracting
Authority, the Iowa DOT, or FHWA to be pertinent to ascertain compliance with such Regulations,
orders and instructions. Where any information required of a contractor is in the exclusive
possession of another who fails or refuses to furnish this information the contractor shall so certify
to the Contracting Authority, the Iowa DOT, or the FHWA as appropriate, and shall set forth what
efforts it has made to obtain the information.
5. Sanctions for Noncompliance: In the event of the contractor's noncompliance with the
nondiscrimination provisions of this contract, the Contracting Authority, the Iowa DOT, or the
FHWA shall impose such contract sanctions as they may determine to be appropriate, including,
but not limited to:
a. Withholding of payments to the contractor under the contract until the contractor
complies, and/or
b. Cancellation, termination, or suspension of the contract, in whole or in part.
6. Incorporation of Provisions: The contractor shall include the provisions of paragraphs (1) through
(6) in every subcontract, including procurement of materials and leases of equipment, unless
exempt by the Regulations, or directives issued pursuant thereto. The contractor shall take such
action with respect to any subcontract or procurement as the Contracting Authority, the Iowa
DOT, or the FHWA may direct as a means of enforcing such provisions including sanctions for
non-compliance: Provided, however, that, in the event of a contractor becomes involved in, or it
threatened with, litigation with a subcontractor or supplier as a result of such direction, the
contractor may request the Contracting Authority or the Iowa DOT to enter into such litigation to
protect the interests of the Contracting Authority or the Iowa DOT; and, in addition, the contractor
may request the United States to enter into such litigation to protect the interest of the United
States.
TITLE VI CIVIL RIGHTS CONTRACT NO. 1118
AECOM #60743622
TVI-1 of 1
FY 2025 CIPP
Bidder Status Form
To be completed by all bidders Part A
Please answer "Yes" or "No" for each of the following:
pi Yes
Yes U No My company is authorized to transact business in Iowa.
(To help you determine if your company is authorized, please review the worksheet on the next page).
Yes ❑ No My company has an office to transact business in Iowa.
Yes ❑ No My company's office in Iowa is suitable for more than receiving mail, telephone calls, and e-mail.
Yes I1 No My company has been conducting business in Iowa for at least 3 years prior to the first request for
bids on this project.
No My company is not a subsidiary of another business entity or my company is a subsidiary of another
business entity that would qualify as a resident bidder in Iowa.
If you answered "Yes" for each question above, your company qualifies as a resident bidder. Please
complete Parts B and D of this form.
If you answered "No" to one or more questions above, your company is a nonresident bidder. Please
complete Parts C and D of this form.
To be completed by resident bidders Part B
My company has maintained offices in Iowa during the past 3 years at the following addresses:
05-05-1995 Preset 333 NW 49th Place
Dates: / / to � / Address:
City, State, Zip: Des Moines, IA 50313
Dates: / / to / / Address:
City, State, Zip:
Dates: / / to / / Address:
You may attach additional sheet(s) if needed. City, State, Zip.
To be completed by non-resident bidders Part C
1. Name of home state or foreign country reported to the Iowa Secretary of State:
2. Does your company's home state or foreign country offer preferences to resident bidders, resident labor
force preferences or any other type of preference to bidders or laborers?
3. If you answered "Yes" to question 2, identify each preference offered by your company's home state or foreign country
and the appropriate legal citation.
Yes l I No
You may attach additional sheet(s) if needed.
To be completed by all bidders Part D
I certify that the statements made on this document are true and complete to the best of my knowledge and I know that my
failure to provide accurate and truthful information may be a reason to reject my bid.
Firm Name: Hydro-Klean, LLC
Signature:
Date: 2/7/2025
You must submit the completed form to the governmental body requesting bids per 875 Iowa Administrative Code
Chapter 156. This form has been approved by the Iowa Labor Commissioner.
309-6001 (09-15)
BSF-1
Worksheet: Authorization to Transact Business
This worksheet may be used to help complete Part A of the Resident Bidder Status form. If at least one of the following
describes your business, you are authorized to transact business in Iowa.
pj Yes
Ez
v
v
Q
ri
I
v
Q
I
Yes
Yes
No
No
No
My business is currently registered as a contractor with the Iowa Division of Labor.
My business is a sole proprietorship and I am an Iowa resident for Iowa income tax purposes.
My business is a general partnership or joint venture. More than 50 percent of the general
partners or joint venture parties are residents of Iowa for Iowa income tax purposes.
Yes U No My business is an active corporation with the Iowa Secretary of State and has paid all fees
required by the Secretary of State, has filed its most recent biennial report, and has not filed
articles of dissolution.
Yes U No My business is a corporation whose articles of incorporation are filed in a state other than Iowa,
the corporation has received a certificate of authority from the Iowa secretary of state, has filed
its most recent biennial report with the secretary of state, and has neither received a certificate of
withdrawal from the secretary of state nor had its authority revoked.
Yes ❑ No My business is a limited liability partnership which has filed a statement of qualification in this
state and the statement has not been canceled.
Yes U No My business is a limited liability partnership which has filed a statement of qualification in a
state other than Iowa, has filed a statement of foreign qualification in Iowa and a statement of
cancellation has not been filed.
Yes ❑ No My business is a limited partnership or limited liability limited partnership which has filed a
certificate of limited partnership in this state, and has not filed a statement of termination.
Yes ❑ No My business is a limited partnership or a limited liability limited partnership whose certificate of
limited partnership is filed in a state other than Iowa, the limited partnership or limited liability
limited partnership has received notification from the Iowa secretary of state that the application
for certificate of authority has been approved and no notice of cancellation has been filed by the
limited partnership or the limited liability limited partnership.
Yes ❑ No My business is a limited liability company whose certificate of organization is filed in Iowa and has
not filed a statement of termination.
Yes ❑ No My business is a limited liability company whose certificate of organization is filed in a state other
than Iowa, has received a certificate of authority to transact business in Iowa and the certificate
has not been revoked or canceled.
309-6001 (09-15)
BSF-2
Revised February 2003
CONTRACTOR'S OR SUBCONTRACTOR'S AFFIRMATIVE ACTION PROGRAM
Check box that applies to party completing program:
( x ) General Contractor
( ) Subcontractor
I. Section A to be completed by GENERAL CONTRACTORS only:
A.
Name of Company Hydro-Klean, LLC
Address of Company 333 NW 49th Place Des Moines, IA Zip 50313
Telephone Number ( 515-28-0500
Federal ID Number (if no Federal ID Number, Owner/President's Social Security Number)
45-2473053
Name of Project FY 2025 CIP Pipeline Phase V
Project Contract Number 1118
Estimated Construction Work Dates 50 working /days
Start Finish
Section B to be completed by SUBCONTRACTORS only:
B.
Name of General or Prime Contractor
Name of Subcontractor NA - We do not need any subs
Subcontractor's Address Zip
Subcontractor's Telephone Number ( )
Subcontractor's Federal ID Number (if no Federal ID Number Owner/President's Social Security
Number)
Name of Equal Employment Officer
C. Remainder of program to be completed by party completing program, either Prime or
Subcontractor
1. The Owners and/or Principals of your company:
1
Ethnic
Name Address Position Sex Origin
Wade Anderson 333 NW 49th Place Des Moines, IA 50313 - CEO - Male - White
2. Other Areas of Interest:
If your company has branches or subsidiaries, or if your company is a branch or
subsidiary of a parent organization, give the following information:
Name
NA
Address
Type of
Affiliation Degree
II. EMPLOYER'S POLICY (Please read carefully.)
A. We, the undersigned, recognize that we are morally and legally committed to
nondiscrimination in employment. Any person who applies for employment with our
company will not be discriminated against because of race, color, creed, sex, national
origin, economic status, age, mental or physical handicap.
The employment policies and practices of the undersigned are to recruit and hire
employees without discrimination, and to treat them equally with respect to compensation
and opportunities for advancement, including training, upgrading, promotion, and
transfer. However, we realize the inequities associated with employment training,
upgrading, contracting and subcontracting for minorities and women and we will direct
our efforts to correcting any deficiencies to the maximum extent possible. The same will
be required of our SUBCONTRACTORS and suppliers.
C. We submit this program to assure compliance with Executive Order 11246, as amended,
and other subsequent orders that may pertain to equal employment opportunity and merit
employment policies, fully realizing that our qualification and/or merit system should be
evaluated and revised, if necessary.
We agree to put forth the maximum effort to achieve full employment and utilization of
capabilities and productivity of all our citizens without regard to race, creed, color, sex,
national origin, economic status, age, and mental or physical handicap.
Hydro-Klean, LLC will give training
(Name of Company)
and employment opportunities to local residents of Waterloo, Iowa, to the greatest extent
feasible.
III. AFFIRMATIVE ACTION
A. Hydro-Klean, LLC recognizes that the
(Name of Company)
2
effective application of a policy of merit employment involves more than just a policy
statement, and Hydro-Klean, LLC
(Name of Company)
will, therefore, re-evaluate our Affirmative Action Program to ensure that equal
employment opportunities are available on the basis of individual merit, and to actively
encourage minorities, women and local residents to seek employment with our company
on this basis.
B. Hydro-Klean, LLC will undertake the
(Name of Company)
following six (6) steps to improve our Affirmative Action Program:
1. Minority Recruitment and Employment;
2. Local Recruitment and Employment;
3. Disabled Veteran and Vietnam Era Veteran Recruitment and Employment;
4. Handicapped Recruitment and Employment;
5. Female Recruitment and Employment; and
6. Training, Upgrading and Promotional Opportunities.
c. Hydro-Klean, LLC will take
(Name of Company)
whatever steps are necessary to ensure that our total work force has adequate minority,
female, and local representation. We will utilize the following methods in our recruitment
attempts:
1. Local advertising media (newspapers, radio, TV);
2. Community organizations (churches, clubs, schools);
3. Public and private institutions in the area (UNI, Hawkeye Community College);
4. Job Service of Iowa; and
5. Other.
D. Hydro-Klean, LLC will seek qualified minority,
(Name of Company)
female, and local group applicants for all job categories and will make asserted efforts to
increase minority, female and group representation in occupations at the higher levels or
skill and responsibility.
All sources of employment used shall be aware that we are an Equal Employment
Opportunity Employer. Labor organizations representing our employees will be notified
of our Equal Employment Opportunity Policy and Affirmative Action Program.
F Training, upgrading, promotion and transfer activities at all levels will be monitored to
ensure that full consideration has been given to qualified minority, female, and local
group employees.
G. Hydro-Klean, LLC will encourage other
(Name of Company)
companies with whom we are associated and/or do business, to do the same and we will
assist them in their efforts.
H. Hydro-Klean, LLC has taken the following
(Name of Company)
Affirmative Action to ensure that minority, female, local contractors and/or suppliers were
provided opportunities to negotiate and/or bid on this project: (if none, write "NONE")
1.
None we do not need any subcontractors
I. As a result of the above efforts, we have involved minority, female, and local contractors
and/or suppliers in the following areas of subcontracting: (if none, write "NONE")
1
2
None
J. Hydro-Klean, LLC will require approved
(Name of Company)
Affirmative Action Programs from all nonexempt contractors who propose to work on this
project and will take whatever steps are necessary to ensure that non -minority
contractors have adequate representation of minority, female and local persons in their
total work force.
K. In further accordance with rules and guidelines issued pursuant to Executive Order
11246 as amended, we establish the goals for our company, based on parity
percentages supplied by the City, and we realize these goals will be reviewed on an
annual basis.
L. Hydro-Klean, LLC will keep records of
(Name of Company)
specific actions relative to recruitment, employment, training, upgrading and promotion
and will provide the City of Waterloo with any information relative to same, including
activities of our SUBCONTRACTORS and suppliers as necessary or when requested.
Parity figures for companies located in Waterloo are as follows:
Minority Parity = .08 (8%)
N. Hydro-Klean, LLC Affirmative Action
(Name of Company)
Employment Goals:
The definition of Affirmative Action Goals is as follows: "Goals may not be rigid and
inflexible quotas which must be met, but must be targets, reasonably attainable by means
of applying every good faith effort to make all aspects of the entire Affirmative Action
Program work."
For the year 2025 , please submit percentage targets for employing minorities and
women If you already have reached your target for hiring minorities and women, please
submit that percentage.
*Goals for Minorities: 8
Goals for Women: 5
*Your affirmative action goals should be between 1% and 10% or more for minorities and
1% and 5% or more for women.
Please be advised that the goals or targets are purely your estimation of how many
women and minorities your company can reasonably expect to hire in 201 25 Note, that
none of the goals are rigid or inflexible. They are targets that your company calculates as
reasonably attainable. This will help the City in its monitoring procedures as required by
City of Waterloo Resolution No. 1984-142(4).
So_ --tir\---Orakr2-0(
INDICATE:
CONTRACTOR'S TOTAL WORK FORCE
(WATERLOO)
DISABLED VETERAN: DV
VIETNAM ERA VETERAN: VV
HANDICAPPED: H
ALL EMPLOYEES
10B
CATEGORIES
TOTAL
MALE 8 HANDI.
FEMALE I CAPPED
AL
ASIAN OR AMER IN
{ AFRICAN PACIFIC ALASKAN
WHITE AMER ISLANDER NATIVE HISPANIC
TO !AL
MALE WHITE
FEMALE
{ ASIAN OR AMC IN I
AFRICAN I PACIFIC I ALASKAN ' I AL
AMER I ISLANDER NATIVE HISPANIC FEMALE
Officials.
Managers &
Su•ervisors
Professtonais
Technicians
Sales
Workers
Office and
Clerical
Craftspersons
(Skilled)
Operatives
(Unskilled
Laborers
(Unskilled
Total
Employment
from previous
re • ort if an
32
10
24
10
15
118
5
223
25
1
25
7
19
,1
14
89 16
5
1
19
4
15
2 11 118
0 162 16 3
0
5
7
4 1
15
12 193 29 1
7
3
5
15
0 0 0 30
We hereby certify that we are in compliance with all City and Federal Affirmative Action
Regulations and agree to accept all liability for failure to comply.
Respectfully submitted,
By:
Company : xecutive
2/7/2025
B
Date
qual Employment
Opportunity Officer
2/7/2025
Date
City of Waterloo Affirmative Action Officer
Approved
Disapproved Reason:
By:
Date:
DESCRIPTION OF JOB CATEGORIES
1 Officials/Manager: Occupations in which employees set broad policies, exercise overall
responsibility for execution of all policies, or direct individual departments or special phases of the
agency's operations or provide specialized consultation on a regional, district or area basis.
Includes: department heads, bureau chiefs, division chiefs, directors, deputy directors, controllers,
examiners, wardens, superintendents, unit supervisors, sheriffs, police and fire chiefs and
inspectors and kindred workers.
2. Professionals: Occupations which require specialized and theoretical knowledge which is
usually required through college training or thorough work experience and other training which
provides comparable knowledge. Includes: personnel and labor relations workers, social workers,
doctors, psychologists, registered nurses, economists, dietitians, lawyers, system analysts,
accountants, engineers, employment and vocational rehabilitation counselors, teachers or
instructors, police and fire captains and lieutenants and kindred workers.
3. Technicians: Occupations which require a combination of basic scientific or technical knowledge
and manual skill which can be obtained through specialized post -secondary school education and
through equivalent on-the-job training. Includes: computer programmers and operations,
draftsmen, surveyors, licensed practical nurses, photographs, radio operators, technical
illustrators, police and fire sergeants and kindred workers.
4. Office/Clerical: Workers are responsible for internal and external communication, recording and
retrieval of data and/or information and other paper work required in an office. Includes:
bookkeepers, messengers, office machine operators, clerk -typists, stenographers, court
transcribers, hearing reporters, statistical clerks, dispatchers, license distributors, payroll clerks
and kindred workers
5. Skilled Craft Workers: Workers perform jobs which require special manual skill and a thorough
and comprehensive knowledge of the processes involved in the work which is acquired through
on-the-job training programs. Includes: Mechanics and repairman, electricians, heavy equipment
operators, stationary engineers, skilled machine occupations, carpenters, compositors and
typesetters and kindred workers.
6. Sales Workers: Occupations engaging wholly and primarily in direct selling. Includes:
advertising agents and salesman, insurance agents and brokers, real estate agents and brokers,
stock and bond salesmen, demonstrators, salesmen and sales clerks, grocery clerks and cashier
checkers, and kindred workers.
7 Operatives (semi -skilled). Workers who operate machine or processing equipment or perform
other factory -type duties of intermediate skill level which can be mastered in a few weeks and
require only limited training. Includes: apprentices (auto mechanics), plumbers, building trades,
metal working trades, bricklayers, carpenters, electricians, machinists, mechanics, printing trades,
etc., operatives, attendants (auto service and parking), plasterers, chauffeurs, deliverymen and
furnacemen, heaters (metal), laundry and dry cleaning operatives, milliners, mine operatives and
laborers, motormen, oilers and greasers, (except auto painters), (except construction and
maintenance), photographic process workers, stationary fireman, truck and tractor drivers,
weavers, (textile), welders and flame cutters and kindred workers.
8. Laborers (unskilled): Workers in manual occupations which generally require no special
training. Perform elementary duties that may be learned in few days and require the application
of little or no independent judgment. Includes: garage laborers, car washers and greasers,
gardeners (except farm) and groundskeepers, longshoremen, and stevedores, lumbermen,
craftsmen and woodchoppers, laborers performing lifting, digging, mixing, loading and pulling
operations and kindred workers.
7
9. Apprentices: Persons employed in a program including work training and related instruction to
learn a trade or craft which is traditionally an apprenticeship, regardless of whether the program is
registered with a Federal or State agency.
10. Trainees (on-the-job): Production. Persons in formal training for craftsmen when not trained
under apprentice programs --operative laborer, and service occupations.
White Collar. Persons engaged in formal training for clerical, managerial, professional, technical,
sales, office and clerical occupations.
8
ITEMS OF POTENTIAL MBE/WBE PARTICIPATION
NOTICE TO PROSPECTIVE BIDDERS:
The following are items from the FY 2025 CIP PIPELINING PHASE IVB1, CONTRACT NO. 1118, project
that have a potential for MBE/WBE Participation. This listing, however, is not intended to be all
encompassing; to preclude MBE/WBE Contractors from bidding on any items of the Proposal as a
Subcontractor or the entire Proposal as a Prime Contractor.
Item
Description
Unit
Estimated
Quantiles
Unit
Price
Total
Amount
BASE
BID
A
Mobilization
LS
1
$P#N-
$
1
8"
Diameter
CIP
Pipe
Lining
LF
16,311
$
$
2
10"
Diameter
CIP
Pipe
Lining
LF
1,879
$
$
3
12"
Diameter
CIP
Pipe
Lining
LF
868
$
$
4
15"
Diameter
CIP
Pipe
Lining
LF
806
$
$
5
Lateral
Reinstatement
EA
249
$
$
6
3-FT
Lateral
Grouting
EA
249
$
$
7
Pipe
Televising
-
8"
LF
32,622
$ 1
$
8
Pipe
Televising
-
10"
LF
3,758
$ i
$
9
Pipe
Televising
-
12"
LF
1,736
$ l
$
10
Pipe
Televising
-
15"
LF
1,612
$
$
11
Type
A
Pipe
Cleaning
- 8"
LF
16,311
$ 1
$
12
Type
A
Pipe
Cleaning
- 10"
LF
1,879
$ I
$
13
Type
A
Pipe
Cleaning
- 12"
LF
868
$ 1
$
14
Type
A
Pipe
Cleaning
- 15"
LF
806
$
$
15
Type
C
Root
Removal
- 8"-10"
LF
4,547
$
$
16
Type
C
Root
Removal
- 12"-15"
LF
217
$ '
$
17
Type
D
Lumberjack
-
8"-10"
LF
4,547
$
$
18
Type
D
Lumberjack
-
12"-15"
LF
217
$
$
19
Protruding
Taps
Removal
EA
50
$
$
BASE
BID
TOTAL
$
1
$
BID
ALTERNATE
NO.
1
-
DWG
8
t1
101
8"
Diameter
CIP
Pipe
Lining
LF
2,905
$ 1
$
102
Lateral
Reinstatement
EA
40
$ \
$
103
3-FT
Lateral
Grouting
EA
40
$ 1
$
104
Pipe
Televising
-
8"
LF
5,810
$
1
$
105
Type
A
Pipe
Cleaning
- 8"
LF
2,905
$
$
106
Type
C
Root
Removal
- 8"-10"
LF
726
$
$
107
Type
D
Lumberjack
- 8"-10"
LF
726
$
$
108
Protruding
Taps
Removal
EA
20
$
$
BID
ALTERNATE
NO.
1
TOTAL
$ J
$
MBE/BE PARTICIPATION
AECOM #60743622
CONTRACT NO. 1118
M-1 of 7
FY 2025 CIPP
BID
ALTERNATE
NO.
2 —
DWG
11
201
8"
Diameter
CIP
Pipe
Lining
LF
2,375
$ ON
$
202
Lateral
Reinstatement
EA
39
$
$
203
3-FT
Lateral
Grouting
EA
39
$
$
204
Pipe
Televising
-
8"
LF
4,750
$
$
205
Type
A
Pipe
Cleaning
- 8"
LF
2,375
$
$
206
Type
C
Root
Removal
- 8"-10"
LF
593
$
$
207
Type
D
Lumberjack
-
8"-10"
LF
593
$
$
208
Protruding
Taps
Removal
EA
20
$
$
BID
ALTERNATE
NO.
2
TOTAL
$ I
I
$
ADDITIONAL
CLEANING
RATES
I
Item
Description
Unit
Estimated
Quantity
Uni
Price
Total
Price
301
Type
A
Pipe
Cleaning
- 8"
HR
50
$
$
302
Type
A
Pipe
Cleaning
- 10"
HR
50
$
I
$
303
Type
A
Pipe
Cleaning
- 12"
HR
50
$
I
$
304
Type
A
Pipe
Cleaning
- 15"
HR
50
$
I
$
305
Type
C
Root
Removal
- 8"-10"
HR
50
$ I
$
306
Type
C
Root
Removal
- 12"-15"
HR
50
$
V
$
307
Type
D
Lumberjack
- 8"-10"
HR
50
$
$
308
Type
D
Lumberjack
- 12"-15"
HR
50
$ Y
$
A
table
of
expected
cleaning
times
per
segment
shall
work.
be submitted
to
the
r
Owner
prior
to
beginning
MBE/WBE GOALS FOR THIS PROJECT
IMPORTANT: Prime Contract Bidders should be aware that ten percent (10%) MBE goal and a two
percent (2%) WBE goal is attached to this project. "Certified Return Receipt" letters are no longer needed
with the bid showing proof of contacting MBE or WBE Subcontractors, but the Pre -Bid Contact
Information Form must be filled out completely.
City of Waterloo Contract Compliance Officer:
Contract Compliance Officer
Community Development Board
Carnegie Annex, Suite 202
620 Mulberry Street
Waterloo, IA 50703
Phone: (319) 291-4429
MBE/WBE PARTICIPATION CONTRACT NO. 1118
AECOM #60743622
M-2 of 7
FY 2025 CIPP
SUBCONTRACTOR'S BID REQUEST FORM
PRIME BIDDER'S LETTERHEAD
Contract No.: 111 3
Letting Date: ,2 -15 4.77,5
I, (subcontractor's name), hereby attest that I have been solicited for a bid on (project name) in the area
of (description of work and bid item no.).
(Prime contractor) has informed me that if I am interested in bidding, a subcontracting bid proposal must
be submitted to the company office by (date) and (time).
Subcontractor's Company Name
Date Subcontractor's Signature
Date
PnMie Bidd is Signature
MBE/WBE PARTICIPATION CONTRACT NO. 1118
AECOM #60743622
M-3 of 7
FY 2025 CIPP
'Oa sAbc.dY\-\\rc<.-4�s-te.,il► \fto-e_ r.Rerk-ati
LETTER TO BE USED WHEN SOLICITING FOR
SUBCONTRACTOR QUOTES
Subcontractor Company Name
Address
RE: Contract No.:
Dear
(Prime Contractor's Company Name) is presently soliciting for the following work in connection with the
above referenced project.
(Insert bid Item Nos. and Description of Work)
(Prime Contractor's Company Name) is an Equal Opportunity Employer, and all qualified bidders will not
be discriminated against due to race, religion, color, sex, or origin
If interested in bidding your proposal must be turned into this office by
Date
and
(Time)
Sincerely,
(Prime Contractor's Representative)
Form CCO- 3 (11/28/2001)
MBE/BE PARTICIPATION CONTRACT NO. 1118
AECOM 1160743622
M-4 of 7
FY 2025 CIPP
\004 sciloicixfstht v.aLct trA
LETTER OF INTENT TO BID
(MBE/WBE LETTER)
According to the Current MBE/WBE Contract Compliance Program - 2002, all MBE/WBE Contractors
interested in submitting subcontractor quotes on construction projects with goals, MUST submit a
LETTER OF INTENT TO BID to the City of Waterloo Contract Compliance Officer at least seven (7) days
prior to bid opening.
The LETTER OF INTENT TO BID must list the specific items which the MBE/WBE Contractor is
interested in bidding.
Letter should include the following:
Name of Project:
Your Company Name:
Address:
Phone: Date:
List of Specific items to be bid:
Item No. Description:
Item No. Description:
Item No. Description:
Item No. Description:
Item No. Description:
(Subcontractor's Company Name and authorized signature)
Return this LETTER OF INTENT TO BID to:
Contract Compliance Officer
Community Development Board
620 Mulberry St.
Carnegie Annex, Suite 202
Waterloo, IA 50703
Phone: (319) 291-4429
Form CCO-5 (06-20-2002)
MBE/WBE PARTICIPATION CONTRACT NO. 1118
AECOM 1160743622
M-5 of 7
FY 2025 CIPP
MBE/WBE BUSINESS ENTERPRISE
PRE -BID CONTACT INFORMATION FORM INSTRUCTIONS
Prime Contractor Responsibilities:
Prime Contractors bidding on City of Waterloo contract work are required to ensure that MBEM/BE businesses are provided the opportunity to participate in the
performance of contracts and subcontracts. Prime contractors are required to assist MBEMBE businesses in overcoming barriers to participation and must make
good faith efforts to secure bids from, and award subcontracts to, MBEMBE businesses. For all contract bids of $50,000 or more, the following is required to
demonstrate good faith efforts in accordance with this policy:
1. "MBEMBE BUSINESS ENTERPRISE PRE -BID CONTACT INFORMATION FORM" submitted with the prime contractor bid, properly completed and signed on
Form CCO-4 (Rev. 06-20-02). Please note that this document must include all subcontractor contacts, bids received, and awarded - not just those related to
disadvantaged business enterprise vendors.
2. A minimum of three (3) MBE/WBE business contacts must be made and documented, if there are at least three (3) MBE/WBE businesses offering services in
the areas to be subcontracted (see City of Waterloo MBEMBE Certified List). If Tess 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 you have submitted a MBEMBE contact not on the City's MBE/WBE list, attach a copy of the
certification from another government agency.
3. Contacts to each MBE/WBE businesses are required to be a minimum of seven (7) working days prior to the date the prime contractor submits the bid to the
City of Waterloo.
4. The following documentation must accompany the "MBEMBE BUSINESS ENTERPRISE PRE -BID CONTACT INFORMATION FORM" for each MBEMBE
business contacted:
a. A copy of the bid received from the MBE/WBE, OR
b. If no bid was received, a copy of correspondence received from the MBE/WBE with a "no bid" response, OR
c. If no response was received, a copy of the solicitation sent to the MBE/WBE with proof of mailing attached.
5. If any MBEMBE business submitting bids are not selected for subcontract award, documentation must accompany the "MBE/WBE BUSINESS ENTERPRISE
PRE -BID CONTACT INFORMATION FORM" 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 was non -responsive.
c. Documentation of other business -related reason for not selecting the MBEMBE business for a subcontract.
d. Prime contractor self performs work.
e. Any other reason relied on by the Prime 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.
Subcontractors Responsibilities:
1. Each MBEMBE 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 the City Contract
Compliance Officer does not receive sufficient scope letters seven (7) working days prior to bid opening, goals on subject project will be reduced accordingly.
Agreements between the bidder/proposer and an MBEMBE in which the MBE/WBE promises not to provide subcontracting quotations to other
bidders/proposers are prohibited.
Form CCO-4A Rev. 07-08-02
MBEANBE PARTICIPATION CONTRACT NO. 1118 M-6 of 7
AECOM #60743622 FY 2025 CIPP
N1Do s.,6oc_CNNA-Ne-a42,--ic-vr-s v\942--dQ-4
MBE/WBE BUSINESS ENTERPRISE
PRE -BID CONTACT INFORMATION FORM
Prime Contractor Name: Project: Letting Date:
NO MBEIWBE SUBCONTRACTORS: If you are NOT using any MBE/WBE subcontractors to complete this project, sign below. Attach a brief
explanation as to why subcontracting was not feasible with this project. If any MBE/WBE subcontractors will be used, please use the bottom
portion of this form.
Contractor Signature: Title: Date:
SUBCONTRACTORS APPLICABLE: You are required, for your bid to be considered responsive, to provide the information on this form showing
ALL of your MBE/WBE subcontractor contacts made for your bid submission. This information is subject to verification. Any questions should be
directed to Contract Compliance Office 319-291-4429.
You are required, for your bid to be considered responsive, to provide the information on this Form showing your MBEIWBE Business Enterprise
contacts made prior to your bid submission. This information is subject to verifications and confirmation. If you are unable to identify MBEIWBE
firms to perform portions of the work, please contact Rudy Jones, Contract Compliance Officer, for assistance at (319) 291-4429.
In the event it is determined that the MBEIWBE Business Enterprise goals are not met, then before awarding the contract the City of Waterloo will
make a determination as to whether or not the apparent successful low bidder made good faith efforts to meet the goals.
TABLE OF INFORMATION SHOWING BIDDER'S PRE -BID
MBEIWBE BUSINESS ENTERPRISE CONTACTS
Quotes Received Quotation used in hid
MBE/WBE
Subcontractors
Dates
Contacted
Yes/No
Dates
Contacted
YeslNo
Dollar Amount Proposed to
be Subcontracted
(Form CCO-4) Rev. 06-20-02
MBE/WBE PARTICIPATION
AECOM #60743622
CONTRACT NO. 1118
M-7 of 7
FY 2025 CIPP
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
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) 493-2542
FAX: (319) 236-0515
Contact: Terry Phillips
Certified: City of Waterloo Certified MBE, TSB Certified
Specializing in:
COMMERCIAL AND RESIDENTIAL DEMOLITION, CONCRETE PAVING, DRIVEWAYS,
TRUCKING (ALL TYPES), GENERAL CONSTRUCTION
QUICK CONSTRUCTION
217 Bates Street
Waterloo, IA 50703
Phone: (319) 215-4166
Contact: Leroy Harrington
Specializing in:
ALL TYPES OF CONCRETE FLATWORKAND GENERAL CONSTRUCTION
Updated 4-11-2022
E. CASTRO ROOFING
702 Riehl Street
Waterloo, IA 50701
Phone: (319) 215-5683
Contact: Emillio Castro
Specializing in:
ROOFING, SIDING, GENERAL CONSTRUCTION
JASON'S INDOOR AND OUTDOOR
700 Bishop Avenue
Waterloo, IA 50707
Phone: (908) 675-7725
Contact: Jason Burt
Specializing in:
GENERAL CONSTRUCTION
CERTIFIED WBE CONTRACTORS
* DENOTES WOMEN BUSINESS ENTERPRISE
Rudy D. Jones, Community Development Director
Contract Compliance Office
Community Development Board
Carnegie Annex, Suite 202
620 Mulberry Street
Waterloo, Iowa 50703
319-291-4429 phone
319-291-4431 fax
oistfroun
Updated 4-11-2022
BID BOND
KNOW ALL MEN BY THESE PRESENTS, that we, Hydro-Klean, LLC
as Principal, and Atlantic Specialty Insurance Company
as Surety are held and firmly bound unto the CITY OF WATERLOO , Iowa, hereinafter called
"OWNER." In the penal sum Five Percent of the Total Amount Bid
Dollars ($ 5% ) lawful money of the United States, for the payment of which
sum will and truly be made, we bind ourselves, our heirs, executors, administrators, and successors,
jointly and severally, firmly by these presents. The condition of this obligation is such that whereas the
Principal has submitted the accompanying bid dated the 13th day of February
, 20 25 , for FY 2025 CIP Pipelining Phase V, Contract No. 1118, Waterloo, IA
NOW, THEREFORE,
(a) If said Bid shall be rejected, or in the alternate,
(b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the form
specified and shall furnish a bond for his faithful performance of said contract, and for the payment of all
persons performing labor or furnishing materials in connection therewith, and shall in all other respects
perform the agreement created by the acceptance of said Bid,
Then this obligation shall be void, otherwise the same shall remain in force and effect; it being expressly
understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event,
exceed the penal amount of this obligation as herein stated.
By virtue of statutory authority, the full amount of this bid bond shall be forfeited to the Owner in
liquidation of damages sustained in the event that the Principal fails to execute the contract and provide
the bond as provided in the specifications or by law.
The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its
bond shall be in no way impaired or affected by any extension of the time within which the Owner may
accept such Bid or execute such contract; and said Surety does hereby waive notice of any such
extension.
IN WITNESS WHEREOF, the Principal and the Surety, have hereunto set their hands and seals, and
such of them as are corporations, have caused their corporate seals to be hereto affixed and these pres-
ents to be signed by their proper officers this 4th day of February , A.D. 2025.
BID BOND
AECOM #60743622
Hydro-Klean, LLC
By
Principal
(Title)
Atlantic Specialty Insurance Company
Surety
By
Sari Huston, Attorney-1
CONTRACT NO. 1118
act
L
(Seal)
(Seal)
`,.`ICY INSf9,,
Q�' G0EkPORgyF9 \
=CO: SEAL m=
1986 0:
BB-1 of 1
FY 2025 CIPP
I
intact
INSURANCE
Power of Attorney
KNOW ALL MEN BY THESE PRESENTS, that ATLANTIC SPECIALTY INSURANCE COMPANY, a New York corporation with its principal office in Plymouth,
Minnesota, does hereby constitute and appoint: Anne Crowner, Brian M. Deimerly, Craig E. Hansen, Dione R. Young, Grace Dickinson, Jamie Gifford, Jay D.
Freiermuth, John Cord, Kate Zanders, Sara Huston, Seth D. Rooker, Timothy McCulloh, each individually if there be more than one named, its true and lawful
Attorney -in -Fact, to make, execute, seal and deliver, for and on its behalf as surety, any and all bonds, recognizances, contracts of indemnity, and all other writings obligatory in
the nature thereof; provided that no bond or undertaking executed under this authority shall exceed in amount the sum of: unlimited and the execution of such bonds,
recognizances, contracts of indemnity, and all other writings obligatory in the nature thereof in pursuance of these presents, shall be as binding upon said Company as if they had
been fully signed by an authorized officer of the Company and sealed with the Company seal. This Power of Attorney is made and executed by authority of the following
resolutions adopted by the Board of Directors of ATLANTIC SPECIALTY INSURANCE COMPANY on the twenty-fifth day of September, 2012:
Resolved: That the President, any Senior Vice President or Vice -President (each an "Authorized Officer") may execute for and in behalf of the Company any and
all bonds, recognizances, contracts of indemnity, and all other writings obligatory in the nature thereof, and affix the seal of the Company thereto; and that the
Authorized Officer may appoint and authorize an Attorney -in -Fact to execute on behalf of the Company any and all such instruments and to affix the Company
seal thereto; and that the Authorized Officer may at any time remove any such Attorney -in -Fact and revoke all power and authority given to any such Attorney -in -
Fact.
Resolved: That the Attorney -in -Fact may be given full power and authority to execute for and in the name and on behalf of the Company any and all bonds,
recognizances, contracts of indemnity, and all other writings obligatory in the nature thereof, and any such instrument executed by any such Attorney -in -Fact shall
be as binding upon the Company as if signed and sealed by an Authorized Officer and, further, the Attorney -in -Fact is hereby authorized to verify any affidavit
required to be attached to bonds, recognizances, contracts of indemnity, and all other writings obligatory in the nature thereof.
This power of attorney is signed and sealed by facsimile under the authority of the following Resolution adopted by the Board of Directors of ATLANTIC SPECIALTY
INSURANCE COMPANY on the twenty-fifth day of September, 2012:
Resolved: That the signature of an Authorized Officer, the signature of the Secretary or the Assistant Secretary, and the Company seal may be affixed by
facsimile to any power of attorney or to any certificate relating thereto appointing an Attorney -in -Fact for purposes only of executing and sealing any bond,
undertaking, recognizance or other written obligation in the nature thereof, and any such signature and seal where so used, being hereby adopted by the Company
as the original signature of such officer and the original seal of the Company, to be valid and binding upon the Company with the same force and effect as though
manually affixed.
IN WITNESS WHEREOF, ATLANTIC SPECIALTY INSURANCE COMPANY has caused these presents to be signed by an Authorized Officer and the seal of the Company
to be affixed this first day of January, 2023.
STATE OF MINNESOTA
HENNEPIN COUNTY
A„,
C
Sarah A. Kolar, Vice President and General Counsel
On this first day of January, 2023, before me personally came Sarah A. Kolar, Vice President and General Counsel of ATLANTIC SPECIALTY INSURANCE COMPANY, to
me personally known to be the individual and officer described in and who executed the preceding instrument, and she acknowledged the execution of the same, and being by me
duly sworn, that she is the said officer of the Company aforesaid, and that the seal affixed to the preceding instrument is the seal of said Company and that the said seal and the
signature as such officer was duly affixed and subscribed to the said instrument by the authority and at the direction of the Company.
ALISON D. NASH-TROUT
NOTARY PUBLIC - MINNESOTA
My Commission Expires
January 31, 2030
Notary Public
I, the undersigned, Secretary of ATLANTIC SPECIALTY INSURANCE COMPANY, a New York Corporation, do hereby certify that the foregoing power of attorney is in full
force and has not been revoked, and the resolutions set forth above are now in force.
Signed and sealed. Dated
4th
This Power of Attorney expires
January 31, 2030
day of February , 2025 .
Kara L.B. Barrow, Secretary
Please direct bond verifications to surety@intactinsurance.com