* * OLD REPUBLIC SURETY COMPANY * * POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS That OLD REPUBLIC SURETY COMPANY. a Wisconsin stock insurance corporation, does make, constitute and appoint: EDWIN C. KELLAM, JR., GREY ALLEN GLOVER, JR. . MICHELLE ROWELL of VIRGINIA BEACH, VA ils lrue and lawful Atlorney(s)-n-Fact with full power and authority for and on behalf of the company as surety, to execute and deliver and affix the seal of the company thereto (if a seal is required), bonds. undertakings. recognizances or other written obligations in the nature thereof. (other than bail bonds, bank depository bonds, mortgage deficiency bonds, mortgage guaranty bonds, guarantees of installment paper and note guaranty bonds, self-insurance workers compensation bonds guaranteeing payment of benefits, or black lung bonds), as follows: ALL WRITTEN INSTRUMENTS and to bind OLD REPUBLIC SURETY COMPANY thereby. and all of the acts of said Attorneys-in-Fact. pursuant to these presents, are ratified and confirmed. This appointment is made under and by authority of the board of directors at a special meeting held on February 18, 1982. This Power of Altorney is signed and sealed by facsimile under and by the authority of the following resolutions adopted by the board of directors of the OLD REPUBLIC SURETY COMPANY on February 18.1982. RESOLVED that, the president, any vice-president or assistant vice president, in conjunction with the secretary or any assistant secretary. may appoint attorneys-in-lact or agents with authority as defined or limited in thei instrument evidencing the appointment ine each case, for and on behalf oft the company to execute and deliver and affix the seal of the company to bonds, undertakings. recognizances, and suretyship obligations of all kinds, and said officers may remove any such altorney-in-lact or agent and revoke any Power of Atlorney previously granted to such person. RESOLVED FURTHER. that any bond, undertaking, recognizance, or suretyship obligation shall be valid and binding upon the Company (i) when signed by the president, any vice president or assistant vice president. and attested and sealed (if a seal be required) by any secretary or assistant secretary: or (ii) when signed by the president. any vice president or assislant vice president, secretary or assistant secrelary. and countersigned and sealed (if a seal be required) by a duly authorized attorney-in-lact or agent: or (ii) when duly executed and sealed (if a seal be required) by one or more attorneys-in-lact or agents pursuant lo and within the limits of the authorily evidenced by the Power of Attorney issued by the company to such person or persons RESOLVED FURTHER that the signature of any authorized officer and the seal of the company may be affixed by facsimile to any Power of Allorney or certification thereof authorizing the execution and delivery of any bond, undertaking. recognizance. or other surelyship obligations of the company; and such signature and seal when so used shalll have the same force ande effect as though manually affixed. IN WITNESS WHEREOF. OLD REPUBLIC SURETY COMPANY has caused these presents to be signed byi its proper officer, and its corporale seal to be affixed this 24th day of January 2024 SURE OLD REPUBLIC SURETY COMPANY OAPON % SEAL L ses Kaudk Mayu AssVant Secretal President STATE OF WISCONSIN, COUNTY OF WAUKESHA: SS On this 24th day of January 2024 personally came before me. Alan Pavlic and, Karen J Haffner lor me known to be the individuals and officers of the OLD REPUBLIC SURETY COMPANY who executed the above instrument. and they each acknowledged the execution of the same, and being by me duly sworn, did severally depose and say. that they are the said officers of Ihe corporation aforesaid, and that the seal affixed to Ihe above instrument is the seal of the corporation, and that said corporate seal and their signalures as such officers were duly affixed and subscribed to the said instrumen! by the authority of the board of directors ofs said corporalion K. Sorson Public Kavp Nolary My Commission Expires: September 28.2 2026 CERTIFICATE (Expiration of notary's commission does Rot invalidate this instrument) 1, the undersigned, assistant secretary of the OLD REPUBLIC SURETY COMPANY. a Wisconsin corporation, CERTIFY that the foregoing and attached Power of Atlorney reinains in lwl Toyce and has not been revoked; and furthermore, that the Resolutions of the board of directors set forth in the Power of Attorney. are now in force 1 17th October 24 87-4988: Signed and sealed at the City of Brookfield. WI this day of - 0 ORSC 22262 (3-06) bauy afnus Secreta WARE INSURANCE Docusign Envelope ID: CEBAA3EZBAC4ACD-89A947B45F2818 BID FORM TOWN OF HERTFORD COLLECTION SYSTEM MPROVEMENTS- MEADS LIFT STATION REPLACEMENT AND SEWER REHABILITATION VUR-W-ARP-0068 & CS370526-05) EJCDC* C-410, Bld Form for Construction Contracts. Copyright @ 2013 National Society of Professional Engineers, American Council of Engineering Companies, and American! Society of Civil Engineers. All rights reserved. Pagei Docusign Envelope ID: CE8AA29E-2B4C-4ACD-849A-9947945F261B TABLE OF CONTENTS Page ARTICLE 1 - Bid Recipient 1 ARTICLE 2 - Bidder's Acknowledgements. ARTICLE 3 - Bidder's Representations. 1 ARTICLE 4- - Bidder's Certification. 2 ARTICLE 5 - Basis of Bid 3 ARTICLE 6 - Time of Completion. 3 ARTICLE 7 - Attachments to this Bid.. 3 ARTICLE 8 - Defined Terms. 4 ARTICLE 9 - Bid Submittal. 5 EJCDC C-410, Bid Formi for Construction Contracts. Copyright 0 2013 National Society of Professional Engineers, American Council of Engineering Companles, and American! Soclety of Civil Engineers. All rights reserved. Page I5 Docusign Envelope ID: CE8AAZBE2AC4ACDS4BA3947945F2818 ARTICLE 1 - BID RECIPIENT 1.01 This Bid is submitted to: Town of Hertford PO Box. 32 114 West Grubb Street Hertford, NC 27944 1.02 The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with Owner in the form included in the Bidding Documents to perform all Work as specified or indicated in the Bidding Documents for the prices and within the times indicated in this Bid and in accordance with the other terms and conditions of the Bidding Documents. ARTICLE 2 - BIDDER'S ACKNOWLEDGEMENTS 2.01 Bidder accepts all of the terms and conditions of the Instructions to Bidders, including without limitation those dealing with the disposition of Bid security. This Bid will remain subject to acceptance for 90 Days consecutive calendar days after the Bid opening, or for such longer period of time that Bidder may agree to in writing upon request of Owner. ARTICLE 3 - BIDDER'S REPRESENTATIONS 3.01 In submitting this Bid, Bidder represents that: A. Bidder has examined and carefully studied the Bidding Documents, and any data and reference items identified in the Bidding Documents, and hereby acknowledges receipt of the following Addenda: Addendum No. Addendum, Date ADDENDUM 1 September 27 ADDENDUM 2 October 3 ADDENDUM 3 October 14 B. Bidder has visited the Site, conducted a thorough, alert visual examination of the Site and adjacent areas, and become familiar with and satisfied itself as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. C. Bidder is familiar with and has satisfied itself as to all Laws and Regulations that may affect cost, progress, and performance of the Work. D. Bidder has carefully studied all: (1) reports of explorations and tests of subsurface conditions at or adjacent to the Site and all drawings of physical conditions relating to existing surface or subsurfaçe structures at the Site that have been identified in the Supplementary Conditions, especially with respect to Technical Data in such reports and drawings, and (2) reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site that have been identified in the Supplementary Conditions, especially with respect to Technical Data in such reports and drawings. EJCDC* C-410, Bid Form for Construction Contracts. Copyright @: 2013 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 1 Docusign Envelope ID: CEBAASEZBAC4ACD-SACD:49A-947945F2618 E. Bidder has considered the information known to Bidder itself; information commonly known to contractors doing business in the locality of the Site; information and observations obtained from visits to the Site; the Bidding Documents; and any Site-related reports and drawings identified in the Bidding Documents, with respect to the effect of such information, observations, and documents on (1) the cost, progress, and performance of the Work; (2) the means, methods, techniques, sequences, and procedures of construction to be employed by Bidder; and (3) Bidder's safety precautions and programs. F. Bidder agrees, based on the information and observations referred to in the preceding paragraph, that no further examinations, investigations, explorations, tests, studies, or data are necessary for the determination of this Bid for performance of the Work at the price bid and within the times required, and in accordance with the other terms and conditions of the Bidding Documents. G. Bidder is aware of the general nature of work to be performed by Owner and others at the Site that relates to the Work as indiçated in the Bidding Documents. H. Bidder has given Engineer written notice of all conflicts, errors, ambiguities, or discrepancies that Bidder has discovered in the Bidding Documents and confirms that the written resolution thereof by Engineer is acceptable to Bidder. I. The Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance and furnishing of the Work. J. The submission of this Bid constitutes an incontrovertible representation by Bidder that Bidder has complied with every requirement of this Article, and that without exception the Bid and all prices in the Bid are premised upon performing and furnishing the Work required by the Bidding Documents. ARTICLE 4 - BIDDER'S CERTIFICATION 4.01 Bidder certifies that: A. This Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association, organization, or corporation; B. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid; C. Bidder has not solicited or induced any individual or entity to refrain from bidding; and D. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph 4.01.D: 1. "corrupt practice" means the offering, giving, receiving, or soliciting of any thing of value likely to influence the action of a public official in the bidding process; 2. "fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the bidding process to the detriment of Owner, (b) to establish bid prices at artificial non-competitive levels, or (c) to deprive Owner of the benefits of free and open competition; EICDC C-410, Bid Form for Construction Contracts. Copyright @ 2013 National Society of Professional Engineers, American Council of Engineering Companies, and American Soclety of Civil Engineers. All rights reserved. Page 2 Docusign Envelope ID: CE8MABE2BAC4ACDA4BA9947945F2818 3. "collusive practice" means a scheme or arrangement between two or more Bidders, with or without the knowledge of Owner, a purpose of which is to establish bid prices at artificial, non-competitive levels; and 4. "coercive practice" means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the Contract. ARTICLE 5 - BASIS OF BID 5.01 Bidder will complete the Work in accordance with the Contract Documents for the following price(s): See Attached Bid Form Bidder acknowledges that (1) each Bid Unit Price includes an amount considered by Bidder to be adequate to cover Contractor's overhead and profit for each separately identified item, and (2) estimated quantities are not guaranteed, and are solely for the purpose of comparison of Bids, and final payment for all unit price Bid items will be based on actual quantities, determined as provided in the Contract Documents. ARTICLE 6 - TIME OF COMPLETION 6.01 Bidder agrees that the Work will be substantially complete within 210 consecutive çalendar days after the date when the Contract Times commence to run as provided in Paragraph 4.01 of the General Conditions, and will be completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions within 240 consecutive calendar days after the date when the Contract Times commence to run. 6.02 Bidder accepts the provisions of the Agreement as to liquidated damages. ARTICLE 7- - ATTACHMENTS TO THIS BID 7.01 The following documents are submitted with and made a condition of this Bid: A. Required Bid security; in an ameuntofs%oft thet total price bid in the form of a (CIRCLE ONE): Bid Bond Certified Check Cashier's Check B. 00300 - Information Available to Bidder's S Acknowledgement C. 00340 - Non-collusive Affidavit D. 00350 - Authority to Execute Contract E. 00410 - Bid Form Addenda Acknowledgement F. 00412-E-verify Affidavit G. 00420- Bidders Qualification Forms H. Contractor Liçense EJCDC C-410, Bid Form for Construction Contracts. Copyright 0: 2013 National Society of Professional Engineers, American Council ofE Engineering Companies, and. American! Society of Civil Engineers. All rights reserved. Page 3 Docusign Envelope ID: CEBAASEZBAC4ACDS49A9A7945F2518 I. NC Division of Water Infrastructure (DWI) MBE/WBE (DBE) Compliance Supplement 1. Good Faith Efforts Certification Form and Affidavit 2. Prime Contractor & list of Selected Subcontractors (Table A) (Use additional sheets if needed) 3. Subcontractor Solicitation List (Table B) if utilizing subcontractor(s) 4. Documentation of MBE/WBE Compliance, including, but not limited to: a. Proof of trade paper advertisement b. DBE sources used C. Solicitation(s) via emails or letters J. Debarment Status Certification K. AIS Certification ARTICLE 8 - DEFINED TERMS 8.01 The terms used in this Bid with initial capital letters have the meanings stated in the Instruçtions to Bidders, the General Conditions, and the Supplementary Conditions. EJCDC C-410, Bid Form for Construction Contracts. Copyright @ 2013 National Society of Professionail Engineers, Ameriçan Council af Engineering Companies, and American! Society of Civil Engineers. All rights reserved. Page 4 Docusign Envelope ID: CEBAA29E-2B4C-4ACD-849A-9947947945F261B ARTICLE 9 - BID SUBMITTAL BIDDER: Indicate correct name of bidding entity] Enviro-Tech Unlimited Construction Services, LLC By: [Signaturel [Printed name] Nicholas Brown (If Bidder is a corporation, a limited liability company, a partnership, or a joint venture, attach evidence of authority to sign.) Attest: Signature) VMOACLEA Eott [Printed name] Veronica Kent Title: Finance Director Submittal Date: October 17, 2024 Address for giving notices: PO BOX 157 Nags Head, NC 27959 Telephone Number: 252-564-7995 Fax Number: 252-862-2790 Contact Name and e-mail address: Nicholas Brown nbrown@etucs.com Bidder's License No.: 63868 (where applicable) EJCDC C-410, Bld Form for Construction Contracts. Copyright @: 2013 National: Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 5 Docusign Envelope ID: CEBAA29E-2B4C-4ACD-849A-9947945F261B Base Bid Proposal Form Town of Hertford Collection System Improvements- Meads Lift Station Replacement and Project: Sewer Rehabilitation Base Bid Bid Due: SRF Funded Project Line ltem Quantity UM Unit Cost Sabtotal Dascription (8) (S) Meads Lift Station Replacement- Base Bid 1 Mobilization LS $85,000.00 $85,000.00 Assessmento of Existing B-Inch Sewers by CCTVI Inspection and 2 LF $16.00 $0.00 Manhole Inspections (lowt traffic) 3 Assessment of Existing 10-Inch Sewers by CCTV Inspectiona and 0 LF $20.00 $0.00 Manhole Inspections (tow traffic) Clearing and Grubbing LS $15,000.00 $15,000.00 5 Meads Lift Station Replacement and Demolition I LS $865,000.00 $865,000.00 6 SCADAA Allowance 1 LS $25,000 $25,000 7 10-inch PVC C900 Gravity Sewer (Open-Cut) 10-12 Depth 45 LF $300.00 $13,500.00 12-14 Depth 92 LF $350.00 $32,200.00 8 Bore &. Jack- 20-Inch steel casingy with 10-inch DIP PC350 364 LF carrier pipe $1,600.00 $582,400.00 9 10-inch DIP PC-350 Gravity Sewer (Open Cut) $465.00 $19,995.00 12-14' Depth 43 LF 10 4-loot Diameter Doghouse Manhole 12-14 Depth 1 EA $18,500.00 $18,500.00 11 4-foot Diemeter Manhole 12-14 Depth 1 EA $14,000.00 $14,000.00 14'-16 Depth 1 EA $15,000.00 $15,000.00 12 6-Inch PC-350 DIP Force Mainl Including Fittings, Valves, and 49 LF $450.00 $22,050.00 Restrained. Joint (Open Cutl 16'-8) Docusign Envelope ID: EBMXZNE2BC4ACD.89A.9847945F2818 13 6-Inch Force Main Connection,' Valves, and Fitings 1 EA $17,500.00 $17,500.00 14 Pipe Connection lo! Existing Manhole - EA $5,000.00 $5,000.00 15 Remove and Replace Roadway Pavement 90 SY $165.00 $14,850.00 16 Remove & Replace Unsuitable Materiel with 457 Stone 150 CY $125.00 $18,750.00 17 Erosion Control, Implementation, Maintenance and Removal LS $10,000.00 $10,000.00 18 Site Restoration 1 LS $29,500.00 $29,500.00 19 Abandoni inl Place Existing IC PVC Gravity Sewer and 190 LF Reconstructedi inverts into Manhole $60.00 $11,400.00 20 Bypass Sewer Pumping 1 LS $65,000.00 $65,000.00 21 3rd Party Materials Testing Allowance 1 LS $5,000 $5,000 22 Generator 1 LS $115,000.00 $115,000.00 Sewer Rehabilitation- Dig and Replace Base Bid 23 Assessment of Existing B-Inch Sewerst by CCTVI Inspection and 0 LF $16.00 $0.00 Manholel Inspections (low traffic) Assessment of Existing 8-1 Inch Sewers by CCTV Inspection and $20.00 $0.00 24 Manhole Inspections (high traffic) 0 LF Rehabilitate Existing B-Inch Sewers ByF Furnishing Andl Installing $70.00 $0.00 25 Finished Cured-in- Place Pipel Liner (low traffic) 0 LF Rehabilitate Existing B-Inch Sewers By Furnishing Andl Installing $87.00 $0.00 26 Finished Cured-in-Place! Pipe Uiner (high tratlic) 0 LF 27 Rehabilitate Existing 10-Inch Sewers By Furnishing And 0 LF Installing Finished Cured-in-Place Pipe Liner (high trallic) $87.00 $0.00 28 8-inch Sanitary Sewer Gravityl Line Remove and! Replace wilh DIP (Open Cut) (lowt tratfic) 0-4 Depth 0 LF $162.00 $0.00 4-6 Depth 0 LF $215.00 $0.00 8-inch Sanitary Sewer Gravity Line Remove andF Replace with 29 DIP (Open Cut) (hight traffic) 0-4" Depth 0 LF $192.00 $0.00 4-6' Depth 0 LF $220.00 $0.00 Docusign Envelope ID: CEBAA29E-2B4C-4ACD-B49A-9947945F261B B-inch Sanitary Sower Gravityl Line Remove and Replace with 30 PVCC C900 (Open Cuti low traffic) 4-6' Depth 0 LF $150.00 $0.00 6-8 Depth 90 LF $185.00 $16.650.00 8-1 10 Depth 488 LF $200.00 $97,600.00 B-inch Sanitary Sewer Gravity! Line Remove and Replace with 31 PVC C900 (Open Cut) (hightraffic) 3-10 Depth 50 LF $225.00 $11,250.00 10-inch Sanitary Sewer Gravity Line Remove andR Replace with 32 PVC C900 (Open Cut) llowt traffic) 8-10 Depth 0 LF $225.00 $0.00 33 10-inch Sanitary Sewer Gravityl Line Remove and Replace with PVC C900 (Open Cut) (high traffic) 8-10' Depth 0 LF $255.00 $0.00 34 Excavate And Backfill For Obstructions AndF Point Repairs ForB 8- 1 EA $9,500.00 $9,500.00 inch Sewer Line Rehabilitation low tralfic) 35 Excavate And Backill For Obstructions And Point Repairs For 8- U EA $12,000.00 $0.00 inch Sewer Line Rehabilitation (high traffic) Excavate And Backfillfor Obstructions And Point Repairs For 104 $13,500.00 36 2 EA $27,000.00 inch Sewerl Line' Rehabilitation (lowt traffic) 37 Excavate And BackfillF For Obstructions And Point Repairs For 10 1 EA inch Sewer Line Rehabilitation (high traflic) $17.500.00 $17.500.00 Furnish And Install Cementitious! Menhole Surface Liner 4-Foot 38 57 VF Diameter (low traffic) $950.00 $54,150.00 Furnish And Install Cementitious! Manhole Surface liner 4-Foot 39 18 VF Diameter (high tratfic) $1,050.00 $18,900.00 Rebuild/ / Repair Bench And Invert Inside Designated Manholes 40 low or high traffic) 11 EA $3,500.00 $38,500.00 41 Install or Replace 4-inch Dropi in Manhole 0 VF $2,500.00 $0.00 42 Installo or Replace 6-inch Drop in Manhole 0 VF $3,000.00 $0.00 43 Installc or Replace 8-inch Orop in Manhole 0 VF $3,500.00 $0.00 Instail Slide or Inside Drop for Drops! Less Than 301 Inches 44 3 EA $10,000.00 $30,000.00 45 Installation of 4' Drameter Manhote Docusign Envetope ID: CEBAABE2B4C4ACD84BA-94/952516 6-8' Depth 0 EA $11,000.00 $0.00 46 Abandoni in Place Existing Gravity Sewer and Drops in 0 LF $50.00 $0.00 Manhole Inspectiono of 4-Inch Sewer LateralTo! Meet AII Specilied 47 10 EA Requirements (low and high tralfic) $1,500.00 $15,000.00 Inspection of 6-Inch Sewer Laterall To Meet AIIS Specilied 48 0 EA Requirements (low and! high traffic) $1,750.00 $0.00 Reconnect 4-Inch Sewer Lateral To Main to Meet All Specified 49 10 EA Requirements (low traffic) $4,500.00 $45,000.00 50 Reconnect 4-Inch Sewer Lateral To Main 1o Meet AII Specified 0 EA Requirements (high trafficl $5,500.00 $0.00 51 Reconnecte 6-Inch Sewer Lateral To Main lol Meet AII Specilied 1 EA Requirements (lowt traffic) $6,500.00 $6,500.00 Reconnect6 6-Inch Sewer Lateral To Main tol Meet All Specified 52 Requirements (high traffic) EA $9,000.00 $9,000.00 Rehabilitate or Replace 4-Inch Sewerl Lateral Tol MeetAll 53 1,050 LF $55.00 Specified Requirements (lowt traffic) $57,750.00 54 Rehabilitate or Replace 4-inch! Sewer Lateral ToN Meet All 0 UF $58.00 $0.00 SpecifiedR Requirements (high traffic) Rehabilitate or Replace 6-Inch Sewer Laterail To Meet All 55 35 LF $95.00 $3,325.00 Specified Requiremenis (low traffic) Rehabilitate or Replace 6-Inch! Sewer Laterall Tol Meet All $105.00 56 35 LF $3,675.00 Specilied Requirements high traffic) 57 Install4 4-inch Sewer Laterali intal Manhole 7 EA $5,000.00 $35,000.00 $7,500.00 58 Installs 6-inch Sewer Leterali into Manhole - EA $7,500.00 Install Saddle for 4-inch Sewer Lateral $2,800.00 $28,000.00 59 10 EA 60 Install Saddle for 6-inch Sewer Lateral - EA $3,500.00 $3,500.00 61 Furnish Andl Install 4-Inch Clean Out 17 EA $1,850.00 $31,450.00 62 Furnish And Install 6-Inch Clean Out 1 EA $3,500.00 $3,500.00 Remove and Replacel Roadway Pavement for Sewer Line 63 Rehabilitation low traffic! 834 SY $165.00 $137,610.00 64 Remove and Replace Roadway Pavement for Sewer Line 67 SY $350.00 $23,450.00 Rehabilitation (hight traffic) 65 Remove and Replace Concrate Sidewalks and Driveways 0 SY $165.00 $0.00 66 Remove and Replace Concrete Curb & Gutter 0 LF $115.00 $0.00 Docusign Envelope ID: CEBASE2BAC-ACD84ACD849A494796F2818 67 Flowable Fill 20 CY $700.00 $14,000.00 $110.00 $1,870.00 68 Trench Stabilization. And Pipe Bedding 17 TN 69 Surface Restoration 189 SY $65.00 $12,285.00 70 Remove & Replace Unsuitable Bedding Material with 57 Stone 150 TN $135.00 $20,250.00 Total Proposal: Dig & Replaçe Base Bid $2,779,360.00 Two Million Seven Hundred Seventy Nine Thousand Three Hundred Sixty Dollars and Zero Cents Write Outl Inl Wordsi Comtrecteriare responsible fort carrying outallb bide extensions/ /tabulationsa andf fillingi inthe" TotalProposa! Baselid"a blank. Town Raserves RightoA Adjurt Quantities tok MatchAvailablel Funding Docusign Envelope ID: EBAAPEZBAC4ACD849A94796F2618 Alternate A Bid Proposal Form Town of Hertford Collection System Improvements- Meads Lift Station Replacement Project and Sewer Rehabilitation Alternate A Bid Bid Due: SRFI Funded Project Line. ltem Quantity UM Unit Cost Subtotal Description () (s) Sewer Rehabilitation- Dig & Replace Alternate A Bid 23 Assessment ol Existing B-Inch Sewers by CCTVI Inspection 300 UF $16.00 and Manhole Inspections (lowt traffic) $4,800.00 24 Assessment of Existinge 8-Inch Sewers by CCTVI Inspection 298 UF and Manhole Inspections (hight tralfic) $20.00 $5,960.00 B-inch Sanitary Sewer Gravity! Line Remove and Replace with 28 DIP (Opan Cut) (low traffic) 0-4' Depth 750 LF $195.00 $146,250.00 4-6 Depth 135 UF $225.00 $30,375.00 8-inch Sanitary Sewer Gravityl Line Remove and Replace with 29 DIP (Open Cut) (highi traffic) 0-4Depth 76 LF $215.00 $16,340.00 4-6' Depth 100 LF $255.00 $25,500.00 B-inch Sanitary Sewer Gravity! Line Remove and Replacey with 30 PVC C900 (Open Cut) (llowtraflic) 4-6 Depth 125 LF $160.00 $20,000.00 6-8 Depth 275 LF $180.00 $49,500.00 8-10" Depth 123 LF $214.00 $26,322.00 B-inch Sanitary Sewer Gravity Line Remove and Replace with 31 PVCO C900 (Open Cut) hightraffic) $245.00 $18,375.00 8-10' Depth 75 LF 32 10-inch Sanitery Sewer Gravity Line Remove and Replace with PVC C900 (Open Cut) ((lowtraffic) 8-10' Depth 248 LF $265.00 $65,720.00 33 lo-inch Sanitery Sewer Grevity Line Remove and Replace withF PVC C900(Open Cut) (hightrafic) 8-10' Depth 50 LF $295.00 $14,750.00 35 Excavate And Backfil For Obstructions And Point Repairs For 3 EA B-inch Sewer Line Hehabilitationf (hight traflic) $13.500.00 $40.500.00 38 Furish And! Install Cementitious Manhole Surface Liner 4- 13 VF $1,000.00 $13,000.00 FootD Diemeter low traffic) Rebuild/R Repair Bench And Invert Inside Designated 40 Manholes (low or high traffic) 8 EA $3,500.00 $28,000.00 Docusign Envelope ID: CE8AXZE2BC4ACD.89A.947945F2818 47 Inspection of 4-Inch Sewer LateralTo Meet. AM Specified 52 EA $1,500.00 $78,000.00 Requiremenis llow and high traffic) 48 Inspaction of 6-Inch Sewer Lateral To Meet AIIS Specified 2 EA $1,500.00 $3,000.00 Requirements llow and high traffic) Reconnect4 4-Inch Sewer Lateral To Main to Meet All 49 37 EA Specified Requirements (low traffic) $4,000.00 $148,000.00 Reconnect4 4-Inch Sewer Laterall To Main to! MeetAll 50 15 EA SpeciliedF Requirements (high traflic) $5,000.00 $75,000.00 Rehabilitate or Replace 4-Inch Sewer Laterall Toi Meet All 53 Spacilied Requirements (low traflic) 1,295 LF $55.00 $71.225.00 54 Rehabilitate or Replace 4-Inch Sewer Laterall To MeetA All 525 LF $65.00 $34,125.00 Specilied Requirements (hight traffic) 57 Install -inch Sewer Latoral into Manhole 13 EA $4,250.00 $55,250.00 59 Install Saddle for 4-inch Sewer Lateral 52 EA $2,250.00 $117,000.00 60 Install Saddla for 6-inch Sewer Lateral 2 EA $3,000.00 $6,000.00 61 Furnish And Install 4-Inch Clean Dut 65 EA $1,800.00 $117,000.00 $7,800.00 62 Furnish And Install 6-Inch Clean Oul 2 EA $3,900.00 Remove and Replace Roadway Pavementf for Sewer Line 63 2,173 SY $155.00 $336,815.00 Rehabilitation llowt traffic) 64 Remove and Replace Roadway Pavementf for Sewer Line 431 SY $300.00 Rehabilitation (high traflic) $129,300.00 65 Remove and Replace Concrete Sidewalks and Oriveways 700 SY $165,00 $115,500.00 66 Remove andF Replace Concrete Curb & Gutter 335 LF $110.00 $36,850.00 $105.00 68 And $7,035.00 Trench! Stabilization Pipe Bedding 67 TN 69 Surface Restoration 744 SY $60.00 $44,640.00 Total Proposa!: Alternate A Bid $1,887,932.00 One Million Eight Hundred Eighty Seven Thousand Nine Hundred Thirty Two Dollars and Zero Cents Write Out In Words) Contractari isr respensiblef forc carryingo outa allbide etensiens/tahuiatonse and Alling int the" "Total Proposal:A Alernate AB Bidblank. Town Reserves RightoA Adjust Quantitiest to) Match Available Funding Docusign Envelope ID: EBAA9EZB4C4ACD849A9947945F2818 Alternate B Bid Proposal Form Town of Hertford Collection System Improvements- Meads Lift Station Replacement and Project Sewer Rehabilitation Alternate B Bid Bid Due: SRFF Funded Project Line hen Quantity UM Unit Cost Subtotal Description ($) (S) Sewer Rehabilitation- CIPP Alternate B Bid 258 Rehabilitate Existing! B-Inch Sewers By Furnishing Andl Installing 578 LF $75.00 $43,350.00' Finished Cured-in-Place Pipe Liner flow! tralfic) 26B Rehabilitate Existing 8-Inch Sewers ByFurishingA And Installing 298 LF $87.00 $25,926.00 Finished Cured-in-Place Pipel Liner (hiph traffic) 27B Rehabilitate Existing 10-Inch Sewers ByF Fumishing And 298 LF $96.00 $28,608.00 Installing Finished Cured-in-Place Pipel Liner lhightraflic) 34B Excavate And Backfl For Obstructions And Point Repairs For 8- 5 EA inch Sewer tine Rehabilitation (low! traffic) $12,000.00 $60,000.00 63B Remove and Replece Roadway Pavement for Sewer Line 142 SY Rehabilitation (low traffic) $185.00 $26,270.00 Removea and Replace Roadway Pavement for Sewer Line 0 $325.00 $0.00 64B SY Rehabilitation (high traffic) Tetal Propesal: Alternate AI Bid $184,154.00 One Hundred Eighty Four Thousand One Hundred Fifty Four Dollars and Zero Cents Write Outiny Words) Contractar is responsiblef fore camylnge oua alll bld extenslons/ /tabulations aadf filling lat t"Total Propesal: Altemate AE BiMank. Towa Resarves RighttoA Adjust Quastities tol Match Available Funding Docusign Envelope ID: CEBAABEZBACAACD.S9A94795F2518 Alternate C Bid Proposal Form Town of Hertford Collection System Improvements- Meads Lift Station Replacement and Project Sewer Rehabilitation Alternate C Bid Bid Due: SRFFunded Project Line kem Quantity UM Unit Cost Subtotal Description ($) ($) Sewer Rehabilitation- Pennsylvania Ave Alternate CBid 23C Assessment ofE Existing8 8-Inch Sewers by CCTVI Inspection and 300 LF $20.00 $6,000.00 Manhole Inspections (low1 traffic) Excavate And Backfill For Obstructions And Point Repairs For 8- $12,000.00 $24,000.00 34C inch Sewer Line Rohabilitation (low taffic) 2 EA Furnish Andi Install Cementitious Manhole Surface Liner 4-Foot $1,350.00 $6,750.00 38C Diameter (low! traffic) 5 VF Rebuild/ /Repair Bench And invert inside Designated Manholes 40C (low or high traffic) 2 EA $3,500.00 $7,000.00 45C Installation of 4' Diameter Manhole 6-8 Depth 1 EA $12,500.00 $12,500.00 46C Abandoni inl Place Existing 8"6 Gravity Sewer 300 LF $50.00 $15,000.00 47C Inspection of 4-Inch Sewer LateralTo Meet All Specified 4 EA $1,500.00 $6,000.00 Requirements low and! high traffic) Reconnect 4-Inch Sewer Laterall To Main tol Meet AIS Spacified 4 49C EA $2,500.00 $10,000.00 Requirements (low traffic) 53C Rehabilitate or Replace 4-Inch Sewer LateralTo MeetAll 140 UF $65.00 $9,100.00 Specified Requirements (low trafficl Install! Saddia for -inch Sewer Lateral $2,500.00 $10,000.00 59C 4 EA $2,000.00 $8,000.00 61C Fumish And Install 4-Inch Clean Out 4 EA Remove and Replace Roadway! Pavement for Sewer Line $225.00 $7,425.00 63C Rehabilitation! (lowt tralfic) 33 SY $400.00 $1,600.00 65C Remove and Replace Concrete Sidewalks and Oriveways 4 SY 66C Remove and Replace Concrete Curb & Gutter 20 UF $175.00 $3,500.00 68C Trench Stabilization And Pipe Bedding 4 TN $180.00 $720.00 69C Surface Restoration 44 SY $125.00 $5,500.00 Total Proposal: Alternate B Bid $133,095.00 One Hundred Thirty Three Thousand Ninety Five Dollars and Zero Cents Wite Outl In Words) Docusign Envelope ID: CEBMASE2BAC4ACD849A9P4796F2518 Contractori isr responsible forc carryingo outa allb bidertensions/ /tabulations andf filingi iathe TetaiPraposak Alemate BE Bidblank. Town Reserves Riphtto Adjust0 Quantitiest tol Match Availablal Funding Docusign Envelope ID: CERMAXEZBAC4ACD849A94796F2818 October, 2024 SECTION 00 03 00 INFORMATION AVAILABLE TO BIDDERS The following information is available: CCTVVideo Manhole Assessments Geotechnical Engineering Report Wastewater Collection System Extension Permit Prior to reviewing the information and/or Report(s), interested Bidders will be required to sign a release form stating that it is understood the information is for general information purposes only; no warranties or guarantees are implied. A copy of the report(s) is attached to the end of this section. To obtain the information available you must email Barbie Popp at BaspEwhesaveneken. Login information to an FTP site will be granted to view and download all available information. The Geotechnical Engineering Report and Wastewater Collection System Extension Permit are provided as part of this project manual and do not require a request for access. "CONTRACTOR" hereby acknowledges and agrees that the following information and/or report(s) are provided by OWNER solely for general information purposes and are not part of the Contract Documents; no warranties or guarantees are implied. CONTRACTOR: Enviro-Tech Unlimited Construction Services, LLC (Name of Company) Accepted By: Nicholas Broyn (Name of the CONTRACTOR'S Representative) Title: Manager (Title ofi the CONTRACTOR's Representative) Date: 10/14/2024 Town of Hertford 09220405.01 0003 00- Page 1 of 2 Collection System Improvements- Meads Lift Station Replacement and Sewer Rehabilitation (VUR-W-ARP-0068 & CS370526-05) Information Available to Bidders August, 2024 SECTION 00 03 40 NON-COLLUSIVE AFFIDAVIT Nicholas Brown being first duly sworn, deposes and says that: 1. He/She is the Manager (OWNER, Partner, Officer, Representative or Agent) of Enviro-Tech Unlimited Construction Services, LLC (the Bidder that has submitted the attached Bid); 2. He/She 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 affidavit, have 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 Work for which the attached Bid has been submitted; or to refrain from bidding in connection with such Work; or have in any manner, directly or indirectly, sought by agreement or collusion, or communication, or conference with any 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 elements 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 (Recipient), or any person interested in the proposed Work; 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 other of its agents, representatives, owners, employees or parties in interest, including this affidavit. Dated: Maniat Enviro-Tech Unlimited Construction: Services, LLC (CONTRACTOR), Byi State Of: Nowh Davolna County Of: Dave Subscribed and sworn to before me this 17" Day of Octbes 2024 Notary Public QOpRDONJ Louek My commission expires: 3lsl 26 END OF SECTIONGS A 4A - e d& PUBLIG 93-15-25 - INT Town of Hertford 09220405.01 0003 40- Page 1 of1 Collection System Improvements- Meads Lift Station Replacement and Sewer Rehabilitation (VUR-W-ARP-0068 & C5370526-05) Non-Collusive Affidavit August, 2024 SECTION 00 03 50 AUTHORITY TO EXECUTE CONTRACT Ift the Bidder is a Corporation, attach to this page a certified copy of corporate resolutions of the Board of Directors of the Corporation authorizing an officer of the Corporation to execute the Agreement contained within this document on behalf of the Corporation. END OF SECTION Town of Hertford 09220405.01 0003 50 Page 1 of 1 Collection System Improvements- Meads Lift Station Replacement and! Sewer Rehabilitation (VUR- W-ARP-0068 & CS370526-05) Authority to Execute Contract 96 ONVRO TECH UNLIMITED CONSTRUCTION CAE Enviro-Tech Unlimited Construction License # 63868 Enviro-Tech Unlimited Construction Services, LLG. Telephone (252) 564-7995 PO Box 157, Nags Head, NC 27959 FAX (252) 862-2790 EVIDENCE OF AUTHORITY TO SIGN ENVIRO-TECH UNLIMITED CONSTRUCTION SERVICES, LLC OPERATING AGREEMENT SCHEDULE A MEMBERSMANAGER NAME/ADDRESS TITLE TYPE OF AGREED UPON VALUE PROPERTY % WILLIAM G FREED MANAGER CASH 100% PO BOX 157 NAGS HEAD, NC 27959 NICHOLAS BROWN MANAGER N/A N/A PO BOX 157 NAGS HEAD, NC 27959 August, 2024 SECTION 00 04 12 E-VERIFY AFFIDAVIT State of North Carolina County of Dare NOW COMES Affiant, first being sworn, deposes and says as follows: 1. Ihave submitted al bid for contract or desire to enter into a contract with the Town of Hertford; 2. As part of my duties and responsibilities pursuant to said bid and/or contract, attest that I am aware of and in compliance with the requirements of E-Verify, Article 2 of Chapter 64 of the North Carolina General Statutes, to include (mark which applies): After hiring an employee to work in the United States I verify the work authorization of said employee through E-Verify and retain the record of the verification of work authorization while the employee is employed and for one year thereafter; or employ less than twenty-five (25) employees in the State of North Carolina. 3. As part of my duties and responsibilities pursuant to said bid and/or contract, attest that to the best of my knowledge any subcontractors employed as a part of this bid and/or contract are in compliance with the requirements of E-Verify, Article 2 of Chapter 64 of the North Carolina General Statutes, to include (mark which applies): After hiring an employee to work in the United States the subcontractor verifies the work authorization of said employee through E-Verify and retain the record ofthe verification of work authorization while the employee is employed and for one year thereafter; or Employ less than twenty-five (25) employees in the State of North Carolina. Specify subcontractor This the Mhr day of Odobel 20 24 Affiant ybscribed before me, this the 7H dayo of Dckobow 20 24 TAR Public CAQOOD0U Notary - Koork W 3lis125 MUpissig 3-1 15-22 COUN Town of Hertford 09220405.01 00 04 12 Page 1 of 2 Collection: System Improvements- Meads Lift Station Replacement and Sewer Rehabilitation (VUR-W-ARP-0068 & CS370526-05) E-Verify Affidavit August, 2024 SECTION 00 04 20 BIDDERS QUALIFICATIONS FORMS (Submit with necessary attachments along with your bid documents) The undersigned warrants the truth and accuracy of all statements and answers herein contained. Include additional sheets if necessary. How many years has your organization been in business as a (circle one) General Contrago/swbcontractor. 17 Years Describe and give the date and owner of the last project that you have completed similar in type, size, and nature as the one proposed? Town of Lewiston-Woodvle Sewer Rehab - Year 2020 Cleaning and Inspection of 22,600 LF of Sewer Lines, Heavy Cleaning of 6100 LF of sewer line, 3286 8" CIPP, (1) Sewer Point Repair, 193 LF of Manhole Cementilious Lining, (6) Post Line Service Lateral Reinstatement, 20023 LF of 10" CIPP, and (3) Lift Station Rehabs Project Value: $581,854.00 Town of Hertford 09220405.01 00 04 20. Page 1 of 6 Collection System Improvements- Meads Lift Station Replacement and Sewer Rehabilitation (VUR-W-ARP-0068 & CS370526-05) Bidders Qualifications Forms August, 2024 List any projects that you have completed similar in type, size, and nature as the one proposed. Town of Manteo Shallowbag Bay Pump Station Name of Project 1: Location: Manteo, NC OWNER: Town of Manteo Telephone No.: 252-473-2133 Green Engineering - Tom Dienes ENGINEER: Date Started: 10/2021 Date Completed: 5/2023 Value of Contract: 1,213,237.23 Installation of1 12" Diameter x 27' Deep Pump Station and Valve Vault ont the Waterfront Description of Project: Job Consisted ol sheet piling. excavation, demolilion, gravity sewer, forcemain, Structural Steel fabrication and erection, building and parking lot improvements. Town of Hertford 09220405.01 000 04 20 Page 2 of 6 Collection System mprovements- Meads Lift Station Replacement and Sewer Rehabilitation VUR-W-ARP-0068 & CS370526-05) Bidders Qualifications Forms August, 2024 Name of Project 2: Cily of Elizabeth City Sewer & Water Replacement Projects Phase II Location: Multiple Streets, Elizabeth City NC OWNER: City of Elizabeth City Telephone No.: 252-339-2735 Julius Williams ENGINEER: Amanda Boone, PE Previous Director Date Started: 1/1/2021 Date Completed: 10/1/2021 Value of Contract: 1,294,866.00 Description of Project: Replacement and Rehab of Water & Sewer Mains, services, manholes, cleanouts, valves, fittings, concrele, and asphalt on 10 streets in Elizabeth City: Streets included Adams, Asbury, Burgess, Fearing. Jefferson, Mcmorrine, Main, Rivershore, Washington, and Wiliams Circle. Name of Project 3: Cily of Elizabeth City Sewer & Water Replacements Phase I Location: Multiple Streets, Elizabeth City NC OWNER: City of Elizabeth City Telephone No.: 252-339-2735 Julius Williams ENGINEER: Amanda Boone, PE Previous Director Date Started: 2/2019 Date Completed: 10/2019 Value of Contract: 1,268,874.00 Description of Project: Replacement and Rehab of Water & Sewer Mains, services, manholes, cleanouls, valves, fittings, concrete, asphalt on 10 streets in Elizabeth Cily: Streets included: Carolina, Hunter, Morgan, Dance, Lincoln, Buller, Burgess, Mar n, Shirley, and Park Town of Hertford 09220405.01 00 04 20- Page 3 of 6 Collection System Improvements Meads Lift Station Replacement and Sewer Rehabilitation (VUR- W- ARP-0068 & CS370526-05) Bidders Qualifications Forms August, 2024 Have you ever failed to complete work awarded to you? If sO, where and why? NO Name three individuals or corporations for which you have performed work and to which you refer: (Attach additional sheets if necessary) City of Elizabelh City Julius Williams, Distribution Supervisor Perquimans Counly- Nick Lollies, Director Town of Kill Devil Hills Derek Dail, Asst Director Have you personally inspected the site of the proposed work? Describe any anticipated problems with the site and your proposed solutions: (Attach additional sheets if necessary) Yes, Ihave personally inspected the property. Unable to predict any problems since the work is underground. The existingi infrastructure age and location will be an unknown going into the projeci. Town of Hertford 09220405.01 00 04 20 Page 4 of 6 Collection System Improvements- Meads Lift Station Replacement and Sewer Rehabilitation (VUR-W-ARP-0068 & CS370526-05) Bidders Qualifications Forms August, 2024 Will you Subcontract any part of this Work? If so, please list the names and addresses of the subcontractors to be used for the portions of the work listed below. Additional information will be required in accordance with the Instructions to Bidders, Article 12. Service Provided Subcontractor Name Tri-State Utilities CCTV, CLEANING, CIPP Borco, Inc Jack and Bore Please list the names and addresses of the suppliers to be used for the Project. Additional information will be required in accordance with the Instructions to Bidders, Article 12. Product(s) Provided Supplier Name Core & Main Pipe/Fitings/MISC Rexel Electrical National Power Generator/Transler Switch Consolidaled Pipe Pipe/Fitlings/Misc Precast Lindsay Precast Clearwater Pumps/Scada List your organization's Insurance Interstate Experience Modification Rate (EMR) for the three most recent years. 83 81 81 Town of Hertford 09220405.01 00 04 20 Page 5 of 6 Collection. System. Improvements- Meads Lift Station Replacement and Sewer Rehabilitation VUR-W-ARP-0068 & CS370526-05) Bidders Qualifications Forms August, 2024 State the true and exact, correct, and complete name under which you do business. Enviro-tech Unlimited Construclion Services, LLC Bidder Is: (Bidder Name) (Individual's Signature) Nicholas Brown (Individual's Name) END OF SECTION Town of Hertford 09220405.01 00 04 20 Page 6 of 6 Collection System improvements- Meads Uift Station Replacement and Sewer Rehabilitation (VUR-W- -ARP-0068 & CS370526-05) Bidders Qualifications Forms hA ACTORS - - E * SNISNE? Attachment B- Debarment Status Certificotion DEBARMENT STATUS CERTIFICATION This form must be attached and made a part of all contracts obligated by grantees and paid with, federal funds. By entering into this Agreement, the CONTRACTOR certifies that they nor any person or firm who has an interest in the CONTRACTOR'S firm is a person or firm ineligible to be awarded Government contracts by virtue of 29 CFR 5.12(a)(1), 2 CFR S: 2424, 2 CFR $ 180.220, and 40 U.S. Code 5 3144, or if applicable, by virtue of Section 3(a) of the Davis-Bacon Act. No part of this Contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue of 29 CFR 5.12(a)(1), 29 CFR $5.12, 2 CFR S 2424, 2 CFR S 180.220, and 40 U.S. Code 5 3144, or, if applicable, by virtue of Section 3(a) of the Davis-Bacon Act. The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 U.S.C. 1001 and 18 U.S.C. 1010. CONTRACTOR INFORMATION Enviro-Tech Unlimited Construction Services, LLC (Authorized Signature) (Name of Contractor) Nicholas Brown/ Manager PO BOX 157 (Printed Name and Title) (Street Address and/or PO Box) 10/17/2024 Nags Head, NC: 27959 (Date) (City, State, Zip Code) 26-0149299 (Federal UEI, Tax Identification, or Social Security Number) FOR FUNDING RECIPIENT USE ONLY The Federal List of Parties Excluded from Federal Procurement or Non-procurement Programs www.sam.gov) and State of North Carolina Debarred Vendors List hntp//ncadmin.ncgovermentasendeypourmentcent/contrats/debarred- vendors) have been checked and the above contractor or subcontractor has been determined to be eligible to participate in af federally assisted project. Attached is the documentation proving eligibility (websites printout). Signature of Verifying Officer) (Local Government Name) (Printed Name and Title) (Project Name) (Date) (Project Number) American Iron and Steel (AIS) Certification Statement for State Revolving Fund (SRF) Projects Funding recipients of SRF awards must submit this executed form signed by both authorized representatives of the contractor and funding recipient. Provide a list of any products that may potentially require a waiver from EPA with the Bid Information package to the State SRF Program to receive funding. The Town of Hertford certifies that their contractors performing construction, (Funding Recipient) alteration, maintenance and repair of the public treatment works under project number VUR- W-ARP-0068 & CS370526-05 will comply with subsection 436 (a)(2) of the Consolidated Appropriations Act of 2014 P.L. 113-76 and only use iron and steel products produced in the United States. Contractor - ENiRo- TCcH dalimitedl Covyturw Owner - Town of Hertford SVULIS.LLC (print). Nicholas BowN (print). (sign and date), lo h7lz4 (sign and date), North Carolina Department of Environmental Quality Division of Water Infrastructure American Iron and Steel Supplemental Guidance: Updated March 22, 2024 S6 UNLIMITED ENVIO CONSTRUCTION TECH Enviro-Tech Onlimited Construction License # 63868 Enviro-Tech Unlimited Construction Services, LLC. Telephone (252) 564-7995 PO Box 157, Nags Head, NC 27959 FAX (252) 862-2790 EVIDENCE OF AUTHORITY TO SIGN ENVIRO-TECH UNLIMITED CONSTRUCTION SERVICES, LLC OPERATING AGREEMENT SCHEDULE A MEMBERSMANAGER NAME/ADDRESS TITLE TYPE OF AGREED UPON VALUE PROPERTY % WILLIAM G FREED MANAGER CASH 100% PO BOX 157 NAGS HEAD, NC 27959 NICHOLAS BROWN MANAGER N/A N/A PO BOX 157 NAGS HEAD, NC 27959 NC Division of Water Infrastructure MBE/WBE (DBE) Compliance Supplement Instructions (This package combines the various aspects of State of NC HUB program requirements and Federal DBE requirements into a single compliance supplement in order to eliminate redundancy and ambiguity) Item What to do with it Good Faith Efforts Form Provided by all bidders to be responsive Only low bidder's form is submitted to the State Table A (Summary of firms on job) Provided by all bidders to be responsive Only low bidder's form is submitted to the State Table B (per item being subbed) Provided by low bidder if SRF project or SRP/SEL* that obtains less than 10% M/WBE utilization (see page 2) Provide documentation of anything you did Proof of trade paper advertisement that is mentioned later in this supplement Printouts of DBE sources used Solicitation emails and/or letters MifamsiNewe (these forms are currently not applicable) 61993-eMAWBEimm wNree 61002 Dasbuee-AWBEAMBEFimmeSAFprejed Swbsbmiksensemseem5100-femmste- Michael-Pigram Regen4,Ali3mta-FederalCenter: 61-Forsyth-Street A15ai,A-39401-4980 NOTES on this Compliance Supplement Verifiabie Goals EPA MBE/WBE participation goals: MBE 10.9% WBE 10.4% These are goals that the State reports against and are not quotas. The good faith efforts must be adhered to and all forms provided regordless ofwhot percentage utilization is achieved. State of NC MBE/WBE participation goal: 10% (combined) Table B is not required for SRP and SEL projects if you achieve 10% utilization. DBE (MBE or WBE) Certification In order for a firm to count towards the goals, a firm must be properly certified. Table A and Table B both provide spaces to note who certified the firm. The North Carolina Department of Administration and North Carolina Department of Transportation are the most common certifications we see listed. Division of Water Infrastructure staff verify all certifications listed. Instructions Page 1 of 2 For SRF projects, please note the EPA's six Good Faith Efforts found in 40 CFR 33 Filling out the Good Faith Efforts Form and providing Table B (ifsubcontracting is achieved) constitutes compliance with EPA's six good faith efforts. (1) Ensure MBE/WBES are made aware of contracting opportunities to the fullest extent practicable through outreach and recruitment activities. For Indian Tribal, State and local Government recipients, this will include placing MBE/WBES on solicitation lists and soliciting them whenever they are potential sources. (2) Make information of forthcoming opportunities available to MBE/WBES and arrange time for contracts and establish delivery schedules, where requirements permit, in a way that encourages and facilitates participation by DBES in the competitive process. This includes, whenever possible, posting solicitations for bids or proposals for a minimum of 30 calendar days before the bid or proposal closing date. (3) Consider in the contracting process whether firms competing for large contracts could subcontract with MBE/WBES. For Indian Tribal, State and local Government recipients, this will include dividing total requirements when economically feasible into smaller tasks or quantities in order to increase opportunities for participation by MBE/WBES in the competitive process. (4) Encourage contracting with a consortium of MBE/WBES when a contract is too large for one of these firms to handle individually. (5) Use the services and assistance of the SBA and the MBDA. (6) Ifthe prime contractor awards subcontracts, require the prime contractor to take the steps in subparagraphs (1)-(5) of this section. Pertinent State of North Carolina Administrative Code Regarding M/WBE Compliance. The provisions in this Compliance Supplement constitute compliance with the Rules below. Owner Requirements 01 NCAC 301. 0306 Contractor Requirements 01 NCAC 301 0308 Resources Some sources for identifying MBE/WBE (DBE/firms htw-ominsinesuaheneerdwedeau: (NCDOA) https/www.ebs.ncow/VenderDirectory/default.htm! (NCDOT) psaMaa. dsbs.cfm (US SBA) Some sources for finding minority trade papers for potential solicitation advertisements and Federal advertising options tplwebsbasw/vpet (US SBA Subnet advertising website) htps/www.mblagov, (US Dept. of Commerce) htps/nadmin.ncgov/businesses/hub (NC HUB Office) Instructions Page 2 of 2 Good Faith Efforts Form Attempts to provide subcontracting opportunities for MBE/WBE firms. Per 01 NCAC 301 .0101, 50 points must be claimed below by the bidder. (This is identical to State of NC Affidavit A) 1- - (10 pts) Contacted minority businesses that reasonably could have been expected to submit a quote and that were known to the contractor, or available on State orl local government maintained lists, at least 10 days before the bid date and notified them of the nature and scope of the work to be performed. 2 -(10 pts) Made the construction plans, specifications and requirements available for review by prospective minority businesses, or providing these documents to them at least 10 days before the bids are due. 3- -(15 pts) Broken down or combined elements of work into economically feasible units to facilitate minority participation. 4 -(10 pts) Worked with minority trade, community, or contractor organizations identified by the Office of Historically Underutilized Businesses and included in the bid documents that provide assistance in recruitment of minority businesses. S-(10 pts) Attended prebid meetings scheduled by the public owner. 6- - (20 pts) Provided assistance in getting required bonding or insurance or provided alternatives to bonding ori insurance for subcontractors. 7-(15 pts) Negotiated in good faith with interested minority businesses and did not reject them as unqualified without sound reasons based on their capabilities. Any rejection of a minority business based on lack of qualification should have the reasons documented in writing. 8 (25 pts) Provided assistance to an otherwise qualified minority business in need of equipment, loan capital, lines of credit, or joint pay agreements to seçure loans, supplies, or letters of credit, including waiving credit that is ordinarily required. Assisted minority businesses in obtaining the same unit pricing with the bidder's suppliers in order to help minority businesses in establishing credit. 9- (20 pts) Negotiated joint venture and partnership arrangements with minority businesses in order to increase opportunities for minority business participation on a public construction or repair project when possible. 10 - (20 pts) Provided quick pay agreements and policies to enable minority contractors and suppliers to meet cash-flow demands. Good Faith Efforts Form, Page 1 of2 Results of Good Faith Efforts Undertaken (you must check one box below) No subcontractors are being used for this contracted work. Fill out Table A listing only the Prime Contractor. (This statement takes the place of State of NÇ Affidavit B) Subcontractors are being used. Fill out Table A and B for each trade. Each Table B lists 3. Subcontractors are being used. If any Table B has fewer than 3 solicitations you must also advertise in an M/WBE trade paper and indicate what source of M/WBE firms you used (must list at least one). Some possible papers and sources of M/WBE firms are listed in the Instructions of this Supplement. Name of the Trade Paper: Submit proof of advertisement with package M/WBE Sources: Source: Source: Submit printouts from M/WBE source(s) Certification Statement and Affidavit of Contractor. The below affidavit constitutes compliance with 01NCAC 301.0308(7)(a) and (b) and takes the place of State of North Carolina Affidavits C and D. I have read the information in this compliance supplement and all information provided to the State in this package is accurate and true to the extent of my knowledge including the calculated percentages and the good faith efforts presented herein, Enviro-Tech Unlimited Construction Services, LLC stor Company Name (Print) Prime Contractor Representative (Sign & Date) State of Avelina County of DANe Subscribed and sworn to before me this 17bye of 9chbw 2024 CUBLIC Notary Public COQORAR Vont 93-15-25. My Commission Expires_ 3)15125 COUNT Dan fisation of Project Owner/Funding Applicant Funding Applicant (City, Town etc) Applicant Authorized Representative (Sign & Date) Division of Water Infrastructure Project Number Good Faith Efforts Form, Page 2 of 2 MBE/WBE (DBE) = Change or Add a Subcontractor Form According to EPA guidance on 40 CFR 33.302 Ifa DBE. subcontractor, fails to complete work under: the subcontract for any reason, the recipient must require the prime contractor to employ the six good faith efforts described in $33.301 if soliciting a replacement subcontractor. Please provide the information below ifthe subcontracted work in question was included in previously submitted good faith efforts documentation: Prime Contractor: Subcontracted work: Previous Subcontractor: Reason this firm did not complete the work: New subcontractor and DBE status: MBE JWBE JN/A Ift this is a new trade being subcontracted, or was not documented in the original Project Bid Information submittal to the State then good faith efforts to solicit a DBE firm must be documented. As the original DBE instructions indicate, please provide a Table B from those original instructions, showing all the DBE firms contacted to perform this work. f1 three (3) firms are not listed on Table B, then additionally you must submit proof of an advertisement in a minority trade paper and evidence that there were not three reasonably available firms in the work area. The EPA provides in 33.301(a) that good faith efforts are to be carried out ..to the fullest extent practicable... .". Ifs solicitations were not carried out due to being impracticable, please attach this explanation to this form. Please follow the steps below for new subcontracted work: Indicate the new trade being subcontracted: Indicate the firm being used and DBE status: MBE WBE JN/A Attach Table B (For State Use) Is this sub debarred? Ves No Project Owner/Applicant: Project Number: Signature of Prime Contractor's Representative How to Complete the DWI MWBE form, Prime bidders need to complete one of the methods below. Remember, the effort matters more than the 10% goal. Completing thes outreach effort, and documentation oft that process, is required, even if you have reached the 10% MWBE goal. 1- Primes do all the work themselves. Zero subs. a. Complete the first checkbox. b. Complete the affidavit. Complete Table A listing just themselves. No subcontractors are being used for this contracted work. Fill out Table Al listing only the Prime Contractor. (This statement takes the place of State of NC Affidavit B) 2- If Primes know at least 3 MWBE firms per trade they intend to sub. a. Contact subs at least 10 days prior to bid opening deadline b. Complete Table B with at least 3 MWBE firms per trade. Each trade will have its own Table B completed. C. Complete the 2nd checkbox. d. Complete good faith efforts (50+ points) e. Complete the affidavit. Complete Table A listing themselves + their subs. f. Supplement with additional Table Bs and' Table As as needed. g. Ifa all they did was email/call with direct solicitation, then put that data on Table B. Provide supplemental outreach documentation (phone log, emails, matrix showing outreach, etc.) as applicable. Subcontractors are being used. Fill out Table A to list the Prime Contractor and selected subcontractors. Fill out Table B for each trade. Each Table BI lists a minimum of 3 firms. 3- If Primes DO NOTI know at least 3 MWBE firms per trade, (ori there's a specialty trade with a small pool of qualified subs, or they know 3+ firms for some (but not all) of each trade they intend to sub) a. Contact subs at least 10 days prior to bid opening deadline b. Complete Table B with whatever subs you do know. C. DO ADDITIONAL OUTREACH. This includes, but is not limited to: i. NC HUB office website online posting, neighboring state equivalent ii. Newspaper ad (trade paper, local paper, state MWBE paper Greater Diversity, neighboring state equivalent, etc.) iii. Other website outreach (small business association, local Hispanic/minority contractors' association, local chamber of commerce, MWBE material/supplier association, national institute of economic development, neighboring state equivalent, etc.) iv. Construction management database outreach (ISqFt, etc.) d. Complete the 3rd checkbox and list the additional sources/papers used. e. Complete good faith efforts (50+ points) f. Complete the affidavit. Complete Table Al listing themselves + their subs. g. Submit all the required supplemental outreach documentation (phone log, emails, website posting screenshots, email confirmation of website postings, newspaper notices, matrix showing outreach, etc.). h. *ifit's a CDBG-1 project, in your outreach notice, ask if any of these subs also qualify as "Section 3". Subcontractors are being used. Fill out Table A to list the Prime Contractor and selected subcontractors. Fill out Table B for each trade. If any Table B has fewer than 3 solicitations, you must also advertise in an M/WBE trade paper and indicate what source of M/WBE firms you used (must list at least one). Some possible papers and sources of M/WBE firms are listed in the Instructions of this Supplement. Name of the Trade Paper: Submit proof of advertisement with package M/WBE Sources: Source: Source: Submit printouts from M/WBE source(s) Thei information is intended to provide additional guidance. Please refer to: state/jederal rules. MWBE DWI Guidance 1-pg DWI form WR 12/13/23