Loading...
HomeMy WebLinkAboutMunicipal Pipe Tool Co., LLCW 02 6 ® E rn rn fc in lail MA.q CI i:nf d r c 4u rn ci Csn ((y11 4i�a rd)rat a) 21.44 71 r'nn wr1 f rn 0 WATERLOO, rip 50703 715 MULBERRY STREET 11VH Al!D OO12131MM D CO 0 X lWD 00 u1 immml UU1 rim ra r-r r+ 4 MUNICIPAL PIPE TOOL CO., LLC 515 FIFTH STREET • PO BOX 398 H U DSO N, IOWA 50643 WATERLOO CITY HALL 715 MULBERRY STREET WATERLOO, IA 50703 BID ENCLOSED FY 2021 CIP PIPELINING PHASE IVA2 BID DATE: JULY 1, 2021 BID TIME: 1:00 PM FORM OF RID OR PROPOSAL FY 2021 CIP PIPELINING PHASE IVA2 CONTRACT NO. 104?•3 CITY OF WATERLOO, IOWA Honorable Mayor and City Council Waterloo, Iowa Gentlemen: 1. The undersigned, being a Corporation existing under the laws of the State of T-< < Viol S , a Partnership consisting of the following partners: Mal. Oen / d nt/ Kan 4 crilien Kelhie( 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 this FY 2021 CIP PIPELINING PHASE IVA2, CITY CONTRACT NO 1043, all in accordance with the above -listed documents and for the unit prices for work in place for the following items and quantities: FY 2021 CIP PIPELINING PHASE IVA2 CITY OF WATERLOO, IOWA CITY CONTRACT NO. 10143 Estimated Item Description Unit Quantiles Unit Price Total Amount BASE BID 1 8" Diameter CIP Pipe Lining LF 21,082.0 $ 1•HO $ .-3-7, qo t . it° 2 10" Diameter GIP Pipe Lining LF 1,116.0 $ 40 : (J $ ;1 1, 6'/ 3.2o 3 12" Diameter C I P Pipe Lining LF 926.0 $ ' -7 -- $ 25 cot — 4 18" Diameter CIP Pipe Lining LF 1,395.0 $ car/ --- $ -7q r eC S -- 5 Lateral Reinstatement EA 353.0 $ ---7 0 -P $ 24, / 1 Q 6 3-FT Lateral Grouting EA 353.0 $ 39 o - $ 120, 0 20 7 Pipe Televising 8" LF - 42,164.0 $ 0 is $ 6 ( 23 -� _ , 8 Pipe Televising - 10" LF 2,232 0 $ 0 7 $ / 07LJ — 9 Pipe Televising - 12" LF 1,852.0 $ . 1 $ 1 Oct -- 10 Pipe Televising - 18" LF 2,790.0 $ j r $ 27630.-- 11 Type A Pipe Cleaning - 8" LF 21,082 0 $ bit> $ 23 / e ©. 2ti 12 Type A Pipe Cleaning - 10" LF 1,116.0 $ 1.. / 0 $ f 227- 00 13 Type A Pipe Cleaning - 12" LF 926.0 $ /.i/O $ q - 4/-0 14 Type A Pipe Cleaning - 18" LF 1,395.0 $ 0 $ 3 15 Type C Root Removal 8"-10" LF 11,099.0 j(ct dt - $ $ .5Z1 16 Type C Root Removal - 12"-15" LF 463.0 $ 1,-) $ ? /0 ,2f, 17 Type C Root Removal - 18" LF 697.0 $ 3 -- $ (Xi %..-- 18 Type D Lumberjack - 8"-10" LF 11,099.0 $ s $ 3 3, 2517 .- --- 19 Type D Lumberjack - 12"-15" LF 463.0 l $ 4 - $ lc s- 2.--- FORM OF BID AECOM 60620183 CONTRACT NO. 1043 Page BF-1 OF 5 FY 2021 CIP Pipelining Ph IVA2 Total Amount s Item Description Unit Unit Price Estimated Quantiles I LF 697.0 $ Sj a $ 3 tits 20 Type D Lumberjack - 18" 21 Protruding Taps Removal EA 100.0 $ 0200 $ ao,oco -- $ b3 304MS TOTAL BASE I3ID Estimated Item Description Unit Quantity Unit Price Total Price DID ALTERNATE NO. 1 G SA NO. 19 101 8" Diameter CIP Pipe Lining LF 2,257.0 1%610 11414i e 1lt, 30 102 Lateral Reinstatement EA 26.0 $ (-7p $ I v o 103 3-FT Lateral Grouting EA 26.0 $ ;140 -� $ te 10 -- 104 Pipe Televising - 8" LF 4,514.0 $ (,l5 $ egg 9t,5V 105 Type A Pipe Cleaning - 8" LF 2,257.0 $ 1 ST $ 33 5A50 , LF 1,128.5 $ $ 422 7 u'' 106 Type C Root Removal - 8"-10" — j 107 Type D Lumberjack - 8"-10" LF 1,128.5 $ " /' a $ L-}6I --- `"t 108 Protruding Taps Removal EA 5.0 $ $ 1000 -- DID ALTERNATE NO. 1 SA NO. 19 TOTAL $ 14, O iv 30s30 1 Pstimated Item Description Unit Quantity Unit Price Total Price BID ALTERNATE NO. 2 eSA NO. 19 12" Diameter CIP Pipe Lining LF 2 256.0 $ 32 $ 72, Ict 2_- 202 Pipe Televising - 12" LF 4,512.0 $ 2.S?) $ it,Z _ 203 Type A Pipe Cleaning - 12" LF 2 256.0 $ I1S7J $ 2.,s14--- 204 Type C Root Removal - 12"-15" LF 1,128.0 $ 2-- $ 2.2_5(p a 205 Type D Lumberjack - 12"-15" LF 1,128.0 $ y--= $ 4S(2 -- BID ALTERNATE NO. 2 0 SA NO. 19 TOTAL $ 13 a2'-F Estimated Item Description Unit Quantity Unit Price Total Price BID ALTERNATE NO. 3 o SA No. 14 NONnSRF 301 10" Diameter CIP Pipe Lining LF 1,292.0 $ $ lc& i L i 2)4 302 12" Diameter CIP Pipe Lining LF 1,394.0 $ ��- $ 01-1-1 taidg -- 303 Lateral Reinstatement EA 4.0 $ i 1) --` $ 2.c0 ----- .34o 304 3-FT Lateral Grouting EA 4.0 $ = $ I 3 -� 305 Pipe Televising - 10" LF 2,584.0 $ _is $ 14-6.2-- 306 Pipe Televising - 12" LF 2,788.0 $ 2 SO $ L17D !" 307 Type A Pipe Cleaning - 10" LF 1,292.0 $ 0 $ j FORM OF BID AECOM 60620183 CONTRACT NO. 1043 Page BF-2 OF 5 FY 2021 CIP Pipelining Ph IVA2 Estimated Item Description Unit Quantiles Unit Price Total Amount U (PC 308 Type A Pipe Cleaning - 12" LF 1,394.0 $ I ,L1 $ 2(.o'-t' , i 2 42.E-- 309 Type C Root Removal - 8"-10" LF 646.0 $ jr $ 310 Type C Root Removal - 12"-15" LF 697.0 $ 1- , ,. $ I � 9 311 Type D Lumberjack - 8"-10" LF 646.0 $ 4 $ 25Sie 312 Type D Lumberjack - 12"-15" LF 697.0 $lei$ 24-7/5(1� 313 Protruding Taps Removal I EA 1 1.0 $ ► $ICO — RID ALTERNATE ERNATE NO. 3 SA NO. 14 NON-SRF TOTAL T AL $ cic(I Ocg • t/0 Estimated Item Description Unit Quantity Unit Price Total Price BID ALTERNATE NO. 4 o SA NO. 20 NON0SRF LF 361.0 $ $ 3C; 401 24" Diameter CIP Pipe Lining qc 402 Pipe Televising - 24" LF 722.0 $ 2 $ I LI LI Li '':, 403 Type A Pipe Cleaning 24" LF 361.0 $ - $ (Lit3/4{da - 404 Type C Root Removal - 24" LF 180.5 $ 1-f - — $-722 405 Type D Lumberjack - 24" LF I 180.5 $ 7 $ 1 2 ((3 -5O AID ALTERNATE NO. 4 e SA NO. 20 NON-SRF TOTAL $ 9-0 l 5 0 Estimated Item Description Unit Quantity Unit Price Total Price DID ALTERNATE NO. 5 o SA NO .17 NON-SRF 501 12" Diameter CIP Pipe Lining LF 324.0 $ .3 (.0 $ I I tg t1 -r 502 Lateral Reinstatement EA 4.0 $ 0,53-0 - - (3(120 x 503 3-FT Lateral Grouting EA 4.0 $ T34Q- $ 504 Pipe Televising - 12" LF 648.0 $ 2- $ (2i l�� 505 Type A Pipe Cleaning - 12" LF 324.0 $ 2 $ LO I 506 Type C Root Removal - 12"-15" LF 162.0 $ 6- $ Type D Lumberjack 12"-15" LF 162.0 $ $ 507 - (old a 508 Protruding Taps Removal EA 5.0 $ (We ----- $ DO 0 - Bin ALTERNATE NO. 5 SA NO. 17 NON-SRF TOTAL $ 1-7 - Zip 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 based on the TOTAL BASE BID 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 FORM OF BID AECOM 60620183 CONTRACT NO. 1043 Page BF-3 OF 5 FY 2021 CIP Pipelining Ph IVA2 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. 4. Security in the sum of b/a Dollars (S in the form ofcm mit>ND 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 the Bidder Status Form indicating Resident Bidder Certification Non -Resident Bidder Certification ( ). (Mark one.) 7 The bidder is prepared to submit a financial and experience statement upon request. ), or 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. Nor[6 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. 1043 Page BF-4 OF 5 AECOM 60620183 FY 2021 CIP Pipelining Ph IVA2 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: iiiikyinkirtigi] [Ape Tool] Co LLC (Name of Bidder) 94(awl VJcUCkJLkt Officsal Address: (Including Zip Code): I.R.S. No. FORM OF BID Title LO_\ )\21I.Vt (Date) COD 515 nh Shrefi+, Po ?;0‘k i+Dason , I owe, GoLpt-G Z (p-tiSS373q CONTRACT NO. 1043 Page BF-5 OF 5 AECOM 60620183 FY 2021 CIP Pipelining Ph IVA2 NON -COLLUSION AFFIDAVIT OF PRIME BIDDER State of LCOUI.D )ss County of VC -tar thalADVe- leywon \Ni as orwcoui. 1 He is being first duly sworn, deposes and says that: . (Owner, Partner, Officer, Representative, or Agent) , of fur\ CA pal FeToo I , 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) a -awl lA)04 Coo Title Subscribed and sworn to before me this 6Oday of cb\S--) My commission expires un NON -COLLUSION AFFIDAVITS P\sits3 r cot Iascii \m2a. COURTNY R SCHUMACKE •; Commission No.819100 My Commission Expires bJ Zo21. • CONTRACT NO.1043 Title Page NCA-1 OF 2 AECOM 60620183 FY 2021 CIP Pipelining Ph IVA2 L 11Cilder Status F To be completed by :aRi bidders rt A Please answer "Yes" or "No" for each of the following: Yes - No My company is authorized to transact business in Iowa. (To help you determine if your company is authorized, please review the worksheet on the next page). 'es 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 ■ No My company has been conducting business in Iowa for at least 3 years prior to the first request for bids on this project. Yes ■ No My company is not a subsidiary of another business entity or my company is a subsidiary of another business entity that would qualify as a resident bidder in Iowa. If you answered "Yes" for each question above, your company qualifies as a resident bidder. Please complete Parts B and D of this form. If you answered "No" to one or more questions above, your company is a nonresident bidder. Please complete Parts C and D of this form. To be completed by resident bidders Pavit My company has maintained offices in Iowa during the past 3 years at the following addresses: Dates: / / / / Address: City, State, Zip: Dates: / / to / / Address: 3A in City, State, Zip: Dates: / / to / / Address: You may attach additional sheet(s) if needed. City, State, Zip: Nita- . . `P' ° 515 5th St., PO -ion 39 Hudson, IA 50643 To be completed by non-resident bidders Part 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 ■ No You may attach additional sheet(s) if needed. To be completed by all bidders Part 0 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. [ViunktaH flpe Tool Co MC Firm Name: Signature: 6&tcfl uJaakt# Date: 1..p\ fa-,Th� vai 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. ❑ Yes ❑ No My business is currently registered as a contractor with the Iowa Division of Labor. ❑ Yes ❑ No My business is a sole proprietorship and I am an Iowa resident for Iowa income tax purposes. ❑ Yes ❑ No My business is a general partnership or joint venture. More than 50 percent of the general partners or joint venture parties are residents of Iowa for Iowa income tax purposes. Yes ❑ No ❑ Yes ❑ 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. 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 ■ 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 U 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 U 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 U 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 ML3E/WDE BUSINESS ENTERPRISE PRE -BID CONTACT INFORMATION FORM Mufficip ll -flp Moll Go L U;( ¶> 101A CAQ Kw." Prime Contractor Name: Project: phA.S C. \'Lk 2 Letting Date: 3k.ALA k 24 NO MBE/WBE 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 n�, feasible with this project. If any MBE/WBE sbcontractors will be used, please use the bottom portion of this form. Date: �\DY2,1 SUBCONTRACTORS APPLICABLE: You are required in order 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. Contractor Signature: You are required, in order for your bid to be considered responsive, to provide the information on this Form showing your MBE/WBE Business Enterprise contacts made prior to your bid submission. This information is subject to verifications and confirmation. If you are unable to identify MBE/VMBE firms to perform portions of the work, please contact Louis Starks, Contract Compliance Officer, for assistance at (319) 291- 4429. In the event it is determined that the MBE/BE 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-F3ID MBE/WBE BUSINESS ENTERPRISE CONTACTS Quotes Received Quotation used in bid MBEAYBE Contacted Dates Yes/No Contacted Dates Yes/No Dollar be Amount Subcontracted Proposed to Subcontractors NOY Na.- _tt&/ chit , Nii (Form CCO-4) Rev. 06-20-02 ITEMS OF POTENTIAL MBE/WBE AECOM #60620183 CONTRACT NO. 1043 Page M--6 OF 6 FY 2021 CIP Pipelining Ph IVA2 Attachment 1 SRF Required Front=End Specifications (This form must be completed and signed by Prime Contractor and submitted with the bid) U S Environmental Protection Agency Certification of NonaSegregated Facilities (Applicable to contracts, subcontracts, and agreements with applicants who are themselves performing federally assisted construction contracts, exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity clause.) By the submission of this bid, the bidder, offeror, applicant, or subcontractor certifies that he does not maintain or provide for his employees any segregated facilities at any of his establishments, and that he does not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. He certifies further that he will not maintain or provide for his employees any segregated facilities at any of his establishments, and that he will not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. The bidder, offeror, applicant, or subcontractor agrees that a breach of this certification is a violation of the Equal Opportunity clause in this contract. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, restrooms and washrooms, restaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas, parking Tots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directive or are in fact segregated on the basis of race, creed, color or national original, because of habit, local custom, or otherwise. He further agrees that (except where he has obtained identical certifications from proposed subcontractors for specific time periods) he will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity clause; that he will retain such certifications in his files; and that he will forward the following notice to such proposed subcontractors (except where the proposed subcontractors have submitted identical certifications for specific time periods): NOTICE TO PROSPECTIVE SUBCONTRACTORS OF REQUIREMENT FOR CERTIFICATIONS OF NONnSEGREGATED FACILITIES A Certification of Non -segregated Facilities, as required by the May 9, 1967, order (33 F.R. 7808, May 28, 1968) on Elimination of Segregated Facilities, by the Secretary of Labor, must be submitted prior to the award of a subcontract exceeding $10,000 which is not exempt from the provisions of the Equal Opportunity clause. The certification may be submitted either for each subcontract or for all subcontracts during a period (i.e., quarterly, semiannually, or annual). 1/14.1/On Wa2 Ckket4" (0\60\2-021 Signature Date Shcon V\\aschicak CDO Name and Title of Signer (Please Type) NOTE' The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001. EPA-7 5720-4 2 2 January 2021 Attachment 2 Nequired Frontal Specifications (This form must be completed and signed by the Prime Contractor and submitted with the bid) Debarments and Suspensions Any bidder or equipment supplier whose firm or affiliate is listed in on the U.S. General Services Administration Excluded Parties List will be prohibited from the bidding process. The excluded parties records search engine is located at the System for Award Management (SAM) website: https://www.sam.gov/SAM/. Pursuant to 2 CFR Part 180, as supplemented by 2 CFR 1532, any entity submitting a bid while the SAM website lists that entity as having an active exclusion will be determined by the DNR to be a non -responsive bidder and will not be able to receive SRF funding. United States Environmental Protection Agency Washington, DC 20460 Certification Regarding Debarment, Suspension, and Other Responsibility Matters The prospective participant certifies to the best of its knowledge and belief that it and the principals: (a) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency; (b) Have not within a three year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local) transaction or contract under a public transaction: violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; (c) Are not presently indicted or otherwise criminally or civilly charged by a government entity (Federal, State, or local) with commission of any of the offenses enumerated in paragraph (1) (b) of this certification; and (d) Have not within a three-year period preceding this application/proposal had one or more public transactions (Federal, State, or local) terminated for cause or default. I understand that a false statement on this certification may be grounds for rejection of this proposal or termination of the award. In addition, under 18 U SC Sec. 10 01, a false statement may result in a fine of up to $10,000 or imprisonment for up to 5 years, or both. S\ckvmn \No\sMaAdk CA)0 TypeName & Title of Authorized Representative IALLCY1 wa-a (C1)1) `emu Signature of Authorized Representative ate am unable to certify to the above statements. My explanation is attached. 3 January 2021 Attachment 3 SREJ Required Front=e nd Specifications (This form must be completed and signed by Prime Contractor and submitted with the hid) Disadvantaged business '�nter°prise (DBE) Solicitation It is EPA's policy that recipients of EPA financial assistance through the State Revolving Fund programs award a "fair share" of subagreements to small, minority and women -owned businesses, collectively know as Disadvantaged Business Enterprises (DBEs). Iowa's Fair Share goals are: Women Business Minority -Owned Business -Owned Enterprise Goal Enterprise Goal (WBE) (MBE) Construction 2.2% 1.7% Supplies 0.6% 5.6% Services 2.5% 11.3% 2.5% 10.4% Goods/Equipment Average 1.8% 7.4% Only work performed by certified DBEs can be counted toward the goals. In Iowa, DBEs must be certified through the Iowa Department of Transportation (IDOT). Information on certification requirements and a list of certified DBEs is on the IDOT website at htfips://secure. iowadot. qov/DBE/Horne/Index/. Prime contractors' DBE requirements for SRF projects include: o Taking affirmative steps for DBE participation ® Documenting the efforts and the proposed utilization of certified DBEs PROJECT INFORMATION SRF Applicant: Bidder: Municlpall V-Ipo 7001 G: lac Address: 511% Shcgedh tictio&_ SIS •thasoy\I oti2Leic3 Contact Person: B in ViasceNcetActdca* Signature: �/L LAJa..o Phone Number: jc c\sg' y,ws Wail Address: s\namn try‘ z rr.tAr\.i pint.. cum Check if Prime Contractor is: ❑ MinoritynOwned ❑ WomennOwned 4 January 2021 GOOD FAITH EFFORTS CHECKLIST Please complete the checklist to determine if you have complied with the requirement to make good faith efforts to ensure that certified DBEs have the opportunity to compete for procurements funded by EPA financial assistance funds. Bidders/offerors must make good faith efforts prior to submission of bids/proposals. 1. Did you ensure that DBEs are made aware of contracting opportunjties to the fullest extent practicable through outreach and recruitment activities? 17 Yes [ No 2. Did you make information on forthcoming opportunities available to DBEs and arrange time frames for contracts and establish delivery schedules, where the requirements permit, in a way that encourages and facilitates participation by DBEs in the competitive process? This includes, whenever possible, posting solicitation for bids or proposals for a minirrium of 30 calendar days before the bid or proposal closing date. Yes No 3. Did you consider in the contracting process whether firms competing for large contracts could subcontract with DBEs? This will include dividing total requirements, when economically feasible, into smaller tasks or quantities to permit maximum participation by DBEs in the competitive process. Yes No 4 Did you encourage contracting with a consortium of DBEs when a contract is too large for one of these firms to handle individually? Yes ❑ No 5. Did you use the services of the Small Business Administration and the Minority Business Development Agency of the Department of Commerce to identify potential subcontractors? Yes n No 6. List the potential DBE subcontractors that were contacted. Only list those that are certified through the Iowa Department of Transportation. Name --ow Contacted letter, Response not interested, (e.g. not did competitive) not respond, (e.g. call, fax, email) phone 0 d Ste ct- i 6 ILe eti72,4 7 7 b PROPOSED UTILIZATION OF DBE SUBCONTRACTORS Please include Attachments 4 and 5 to document the proposed utilization of certified DBE subcontractors. 5 January 2021 CONTRACT ADMINISTRATION PROVISIONS Several contract provisions are required to prevent unfair practices that adversely affect DBEs. These include: 1. Prime Contractor must pay its Subcontractor for satisfactory performance no more than 30 days from the Prime Contractor's receipt of payment from the SRF loan recipient. Prime Contractor must notify the SRF loan recipient in writing prior to termination of a DBE subcontractor for convenience. 3. Prime Contractor must employ the six Good Faith Efforts to solicit a replacement subcontractor if a DBE subcontractor fails to complete work under a subcontract for any reason. 6 January 2021 Attachmcn , SRF Pequired Front End Specifications (This form must be completed and signed by Prime and DBE Subcontractor for each subcontract and submitted with the bid) Disadvantaged Business Enterprise Program DBF Subcontractor Performance Form This form is intended to capture the DBE' subcontractor's2 description of work to be performed and the price of the work submitted to the prime contractor. An EPA Financial Assistance Agreement recipient must require its prime contractor to have its DBE subcontractors complete this form and include all completed forms in the prime contractor's bid or proposal package. Project Name Subcontractor Name Assistance Agreement ID No. Point of Contact Bid/Proposal No. (if known) Address No. Email Address Telephone Prime Contractor Name Issuing/Funding Entity Involving Price Work Submitted to Contract Item Description Work Submitted to the Prime Contractor of of Prime Contractor Number Construction, Services, Equipment Supplies the or NOA,16- US(7) DBE by DOT SBA Meets/exceeds EPA certification standards? Certified Unknown Other: YES NO 'A DBE is a Disadvantaged, Minority, or Woman Business Enterprise that has been certified by an entity from which EPA accepts certification as described in 40 CFR 33.204-33.205 or certified by EPA. EPA accepts certifications from entities that meet or exceed EPA certification standards as described in 40 CFR 33 202 2Subcontractor is defined as a company, firm, joint venture, or individual who enters into an agreement with a contractor to provide services pursuant to an EPA award of financial assistance. IASRF6100a3 DBE Subcontractor Performance Form — Page 1 7 January 2021 Disadvantaged Business Fnterprise Program DBF Subcontractor Performance Form I certify under penalty of perjury that the forgoing statements are true and correct. Signing this form does not signify a commitment to utilize the subcontractors above. I am aware of that in the event of a replacement of a subcontractor, I will adhere to the replacement requirements set forth in 40 CFR Part 33 Section 33.302 (c). Prime Contractor Signature Print Name 94aS1 WOA athiel± ghar0 n V\I etcSaVAIX4 Date Title ekt Subcontractor Signature Name Print Date Title IASRF6100-3 DBE Subcontractor Performance Form o Page 2 8 January 2021 Attachment 5 SRF Required FrontoHnd Specifications (This form must be completed and signed by Prime Contractor and submitted with the bid if utilizing DBE subcontractors) Disadvantaged Business Enterprise Program DBE Subcontractor Utilization Form This form is intended to capture the prime contractor's actual and/or intended use of identified certified DBE' subcontractors' and the estimated dollar amount of each subcontract. An EPA Financial Assistance Agreement Recipient must require its prime contractors to complete this form and include it in the bid or proposal package. Prime contractors should also maintain a copy of this form on file. Project Name Prime Contractor Name WE uni ll,o' Tool �'� E'j2t)t v % ph ivii 2 `1'�'(" s Agreement No. F�dmt of Contact Bid/Proposal No. (if known) Shaytn Waflutim Address 5►S Gt Srrejk,QO BkA 'ig, Huasch, \ft WLcLL3 Telephone No. Email Address £\g L120s 31Ci - - ShavorwrZnuni et; i>tv . um Issuing/Funding Entity I have identified DBE certified subcontractors / potential YES NO If the table below. If o 086 P>ids yes, please complete no, please explain: Iv , Estimated Dollar Currently DBE Subcontractor Company Address/Phone/Email Amount Certified? Name/Company Name Continue on back if needed 'A DBE is a Disadvantaged, Minority, or Woman Business Enterprise that has been certified by an entity from which EPA accepts certification as described in 40 CFR 33.204-33.205 or certified by EPA. EPA accepts certifications from entities that meet or exceed EPA certification standards as described in 40 CFR 33.202 2Subcontractor is defined as a company, firm, joint venture, or individual who enters into an agreement with a contractor to provide services pursuant to an EPA award of financial assistance. IASRF6100=4 DBE Subcontractor Utilization Forme Page 1 9 January 2021 Disadvantaged Business Enterprise Program Dmm Subcontractor Utilization Form certify under penalty of perjury that the forgoing statements are true and correct. Signing this form does not signify a commitment to utilize the subcontractors above. I am aware of that in the event of a replacement of a subcontractor, I will adhere to the replacement requirements set forth in 40 CFR Part 33 Section 33.302 (c). Prime Contractor Signature Print Name Wasciatit± 9havon \Its 6N-Clik Title Date bp() LP \63 \ 2-07A IASRF6100c4 DRE Subcontractor Utilization Forrn o Page 2 10 January 2021 Attachment P10 SRF Required Front=End Specifications (This form must be completed and signed by Prime Contractor and submitted with the bid) PROHIBITION ON CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT This term and condition implements 2 CFR 200 216 and is effective for obligations and expenditures of EPA financial assistance funding on or after 8/13/2020. EPA recipients and subrecipients, including borrowers under EPA funded revolving loan fund programs, are prohibited from obligating or expending loan or grant funds to: (a) Procure or obtain, extend or renew a contract to procure or obtain; (b) Enter into a contract (or extend or renew a contract) to procure; or (c) Obtain the equipment, services, or systems that use "covered telecommunications equipment or services" identified in the regulation as a substantial or essential component of any system, or as critical technology as part of any system. Certain equipment, systems, or services, including equipment, systems, or services produced or provided by entities subject to the prohibition are recorded in the System for Award Management exclusion list, website: htt s://vvvvt, .sam.cjov/SAMVM/. (1) As described in Public Law 115-232, section 889, covered telecommunications equipment or services includes: (i) Telecommunications equipment produced by Huawei Technologies Company or ZTE Corporation (or any subsidiary or affiliate of such entities). (ii) For the purpose of public safety, security of government facilities, physical security surveillance of critical infrastructure, and other national security purposes, video surveillance and telecommunications equipment produced by Hytera Communications Corporation, Hangzhou Hikvision Digital Technology Company, or Dahua Technology Company (or any subsidiary or affiliate of such entities). (iii) Telecommunications or video surveillance services provided by such entities or using such equipment. (iv) Telecommunications or video surveillance equipment or services produced or provided by an entity that the Secretary of Defense, in consultation with the Director of the National Intelligence or the Director of the Federal Bureau of Investigation, reasonably believes to be an entity owned or controlled by, or otherwise connected to, the government of a covered foreign country. (2) Consistent with 2 CFR 200.471, costs incurred for telecommunications and video surveillance services or equipment such as phones, internet, video surveillance, and cloud servers are allowable except for the following circumstances: (i) Obligating or expending EPA funds for covered telecommunications and video surveillance services or equipment or services to procure (enter into, renew or extend contracts) or obtain the equipment, services, or systems as described in 2 CFR 200.216. I understand the above prohibitions and certify that the project will be in compliance with all the requirements. Shcxron \NO‘SChta51' E CUo Typed Name & Title of Authorized Representative tAjaA L213n)2,62-1 Signature of Authorized Representative Date 34 January 2021 MUNICIPAL RIPE TOOU WWW,MUNIPTP ICOM 515 5th Street PO Box 398 Hudson, lA-50643 Phone: (319) 988-4205 Fax: (319) 988-3506 October 8, 2020 To whom it may concern: Sharon Waschkat, Chief Operations Officer, is authorized to sign contracts, bonds and bids for Municipal Pipe Tool Company, LLC. Aaron Wilson, Field Engineer/Maintenance Service Manager, is authorized to sign contracts, bonds and bids for Municipal Pipe Tool Company, LLC. Todd .Patterson, Fleet/Sales Manager, is authorized to sign contracts, bonds and bids for Municipal Pipe Tool Company, LLC. Mark Baler, President, is authorized to sign contracts, bonds and bids for Municipal Pipe Tool Company, LLC. If you have any questions, please feel free to contact me at 1-800-798-4205. Sincerely, a40171- WaA atk-Obt Sharon Waschkat, COO "We. Protect t,he Er►. }# ': n m i't, Our Core Values: safety - v�� a�i:' - Relationships - Proactive - Determination - Results NON -COLLUSION AFFIDAVIT OF SUBCONTRACTOR State of '1, ,A ) ) ss: County of ,1/4.LlSa0 bAkA. .ta , being first duly sworn, deposes and says that: 1. He is (Owner Partner, Officer, presentative�r Anent) of ire •‘.twi 5\oa to , t.,t..a 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 rnuNAca pia Aft - txs. CD.. contract pertaining to the cy 7 oTA u4 T7iev ub.u.ac. vstia. t k VU2 project in 2,rt-c1 tys wacwo • (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, e mployees, 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 u nlawful 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, employe or parties in ' teret, including this affiant. (Signed) Cf \/0-'4 finsadS.A17tetunt Title Subscribed and sworn to before me this S' day of 91.4,_.• , 20! My commission expires �9s ° . j?' Sot/ eadte • tit ara Title CRISTI HAGEDORN Commission Humber 813308 My Commission &$es October 17, 2021 NON -COLLUSION AFFIDAVITS CONTRACT N0.1043 Page NCA-2 OF 2 AECOM 60620183 FY 2021 CIP Pipelining Ph IVA2 • Municipal Pipe Tool Company LLC 515 5th Street - PO Box 398 — Hudson, IA 50643-0398 Ph: 319-988-4205 Fax: 319-988-3506 Website: www.munipipe.cor To: Bidders From: Courtny Schumacher Fax: Pages: 4 Ph: Date: 06/09/2021 Re: CC: FY WATERLOO, 2021 CIP PIPELINING IOWA CITY PHASE CONTRACT IVA2 CITY NO. OF 1043 — Q Urgent ■ For Review ■ Please Comment ■ Please Reply ■ Please Recycle Please see attached bid schedule and site plans for the above project which bids July, 12021 @ 1:00 PM. Please send your companies pricing to Municipal Pipe Tool Company LLC, by 12PM June 30th, 2021. The asterisked (*) items are the ones we need your pricing on if it is your scope of work. Do not include bonds in your pricing. If this interests you, please call or email Courtny right away to obtain the specs and plans. Thank you Courtny Schumacher courtnysj 9munipipe.com 319-988-4205 SEWER MAINTENANCE AND REHABILITATION SPECIALISTS TRENCHLESS SEWER RELINING, SEWER TELEVISING AND CLEANING, GROUTING, MANHOLE REHABILITATION, I & I STUDIES X Traffic Control FORM OF RID OR PROPOSAL FY 2021 CIP PIPELINING PHASE IVA2 CONTRACT NO. 1043 CITY OF WATERLOO, IOWA Honorable Mayor and City Council Waterloo, Iowa Gentlemen: 1. The undersigned, being a Corporation existing under the laws of the State of , 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 this FY 2021 CIP PIPELINING PHASE IVA2, CITY CONTRACT NO 1043, all in accordance with the above -listed documents and for the unit prices for work in place for the following items and quantities: FY 2021 CIP PIPELINING PHASE IVA2 CITY OF WATERLOO, IOWA CITY CONTRACT NO. 10143 Item Description BASE BID 2 3 4 5 6 7 8 10 11 12 13 14 15 16 17 18 19 8" Diameter CIP Pipe Lining 10" Diameter CIP Pipe Lining 12" Diameter CIP Pipe Lining 18" Diameter CIP Pipe Lining Lateral Reinstatement 3-FT Lateral Grouting Pipe Televising - 8" Pipe Televising - 10" Pipe Televising - 12" Pipe Televising - 18" Type A Pipe Cleaning - 8" Type A Pipe Cleaning - 10" Type A Pipe Cleaning - 12" Type A Pipe Cleaning - 18" Type C Root Removal - 8"-10" Type C Root Removal - 12"-15" Type C Root Removal - 18" Type D Lumberjack - 8"-10" Type D Lumberjack - 12"-15" Unit Estimated Quantiles Unit Price Total Amount LF LF LF LF EA EA LF LF LF LF LF LF LF LF LF LF LF LF 21,082.0 1,116.0 926.0 1,395.0 353.0 353.0 42,164.0 2,232.0 1,852.0 2,790.0 21,082.0 1,116.0 926.0 1,395.0 11,099.0 463.0 697.0 11,099.0 463.0 $ $ $ $ FORM OF BID AECOM 60620183 CONTRACT NO. 1043 Page BF-1 OF 5 FY 2021 CIP Pipelining Ph IVA2 Item Description Unit Estimated Quantiles Unit Price Total Amount 20 Type D Lumberjack - 18" LF 697.0 $ $ 21 Protruding Taps Removal EA 100.0 $ $ TOTAL BASE BID $ Item BID'A Description TERNATENO 1- SA NO:1!U Unit Estimated Quantity Unit Price Total Price 101 8" Diameter CIP Pipe Lining LF 2,257 0 102 103 Lateral Reinstatement 3-FT Lateral Grouting EA EA 26.0 26.0 104 105 106 Pipe Televising - 8" Type A Pipe Cleaning - 8" Type C Root Removal - 8"-10" LF LF LF 4,514.0 2,257 0 1,128.5 107 108 Type D Lumberjack - 8"-10" Protruding Taps Removal LF EA 1,128.5 5.0 BID ALTERNATE NO. 1 - SA NO. 19 TOTAL Item Description Unit Estimated Quantity Unit Price Total Price BID ALTERNATE NO.2 - SA NO, !9 201 12" Diameter CIP Pipe Lining LF 2,256.0 $ $ 202 Pipe Televising - 12" LF 4,512.0 $ $ 203 Type A Pipe Cleaning - 12" LF 2,256 0 $ $ 204 Type C Root Removal - 12"-15" LF 1,128.0 $ $ 205 Type D - 12"-15" LF 1,128.0 $ $ Lumberjack BID ALTERNATE NO. 2 - SA NO. 19 TOTAL $ Estimated Item Description Unit Quantity Unit Price Total Price BID ALTERNATE NO.:3 - SA NO. 14 NON-SRF 301 10" Diameter CIP Pipe Lining LF 1,292.0 $ $ 302 12" Diameter CIP Pipe Lining LF 1,394.0 $ $ 303 Lateral Reinstatement EA 4.0 $ $ 304 3-FT Lateral Grouting EA 4.0 $ $ 305 Pipe Televising - 10" LF 2,584.0 $ $ 306 Pipe Televising - 12" LF 2,788.0 $ $ 307 Type A Pipe Cleaning - 10" LF 1,292 0 $ $ FORM OF BID AECOM 60620183 CONTRACT NO. 1043 Page BF-2 OF 5 FY 2021 CIP Pipelining Ph IVA2 Item Description Unit Estimated Quantiles Unit Price Total Amount 308 Type A Pipe Cleaning - 12" LF 1,394.0 $ $ 309 Type C Root Removal - 8"-10" LF 646.0 $ $ 310 Type C Root Removal -12"-15" LF 697.0 $ $ 311 Type D Lumberjack - 8"-10" LF 646.0 $ $ 312 Type D Lumberjack - 12"-15" LF 697.0 $ $ 313 Protruding Taps Removal EA 1.0 $ $ BID ALTERNATE NO. 3 SA NO. 14 NON-SRF TOTAL $ Item I Description Unit Estimated Quantity Unit Price Total Price ALTERNATE NO; 4 - NO. 20 NON-SRF BID SA 401 24" Diameter CIP Pipe Lining LF 361.0 $ $ 402 Pipe Televising - 24" LF 722.0 $ $ 403 Type A Pipe Cleaning - 24" LF 361.0 $ $ 404 Type C Root Removal - 24" LF 180.5 $ $ 405 Type D Lumberjack - 24" LF 180.5 $ $ BID ALTERNATE NO. 4 - SA NO. 20 NON-SRF TOTAL $ Item Description Unit Estimated Quantity Unit Price Total Price ALTERNATE NO 5 - NO .17 NON-SRF BID SA 501 12" Diameter CIP Pipe Lining LF 324.0 $ $ 502 Lateral Reinstatement EA 4.0 $ $ 503 3-FT Lateral Grouting EA 4.0 $ $ 504 Pipe Televising - 12" LF 648.0 $ $ 505 Type A Pipe Cleaning - 12" LF 324.0 $ $ 506 Type C Root Removal - 12"-15" LF 162.0 $ $ 507 Type D Lumberjack - 12"-15" LF 162.0 $ $ 508 Protruding Taps Removal EA 5.0 $ $ BID ALTERNATE NO. 5 - SA NO. 17 NON-SRF TOTAL $ 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 based on the TOTAL 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 FORM OF BID AECOM 60620183 CONTRACT NO. 1043 Page BF-3 OF 5 FY 2021 CIP Pipelining Ph IVA2 Cc: Vaugn Miller - DBE; Bonnies' Barricades DBE; 'albeckpay@aol.com'; Dorinda Pounds; 'timothy@dormark.com'; 'ferry@booneconst.com'; 'duffield6@msn.com' Subject: Waterloo, IA Quote Request 7.1.2021 Attachments: SPECS.pdf; PLANS.pdf; AFFIDAVIT OF SUB CONTRACTOR.pdf Good Afternoon, Municipal Pipe Tool CO., LLC is bidding a project in Waterloo, IA on July 1, 2021. We are looking to get a traffic control quote by June 30`" ©12PM.1 have attached the specs, plans and a cover sheet with all the bid items. If you have any questions please Let me know. I will follow up couple days prior to the bid. Thank you, Courtny Schumacher, Project File Adnnin%Accounting Clerk Municipal Pipe Toot Co., LLC CIPP Corp. 515 5th street P.O. Box 398 Hudson, IA 50643 Office: 319-988-4205 ext. 295 Direct: 319-988-3949 Fax: 319-988-3506 Email: courtnys©munipipe.com BID 110ND KNOW ALL MEN BY THESE PRESENTS, that we, Municipal Pipe Tool Co., LLC as Principal, and Merchants Bonding Company (Mutual) as Surety are held and firmly bound unto the CITY OF WATERLOO , Iowa, hereinafter called "OWNER." In the penal sum Five Percent (5%) 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 lst day of July , 2021 for FY 2021 CIP Pipelining Phase IVA2, City Contract No. 1043, 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 8th day of June , A.D. 2021 . Witness Witness Municipal Pipe Tool Co., LLC By Sh&ron W GtSC,LA1rcJ-- (Title) aGo Princip 4,60Y? Nj0 CreaSL (Seal) Merchants Bonding Company (Mutual) (Seal) Surety By Stacie Christensen Attorney -in -fact BID BOND AECOM 60620183 CONTRACT NO. 1043 Page BB-1 OF 1 FY 2021 CIP Pipelining Ph IVA2 ERC TS BONDING COMPANY,, POWER OF ATTORNEY Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., both being corporations of the State of Iowa (herein collectively called the "Companies") do hereby make, constitute and appoint, individually, Stacie Christensen their true and lawful Attorney(s)-in-Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. This Power -of -Attorney is granted and is signed and sealed by facsimile under and by authority of the following By -Laws adopted by the Board of Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and amended August 14, 2015 and adopted by the Board of Directors of Merchants National Bonding, Inc., on October 16, 2015. "The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys -in -Fact and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof." "The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and aut hority hereby given to the Attorney -in -Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the Attorney -in -Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner - Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation. In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 5th day of March , 2020 . ? o3p R �' °y'; .01S • 2003 0. ♦s .64 " STATE OF IOWA •*""""'*SZ •• COUNTY OF DALLAS ss. ♦ •1a0Nq 9•9 4 4 .A As. m: `__s By MERCHANTS BONDING COMPANY (MUTUAL) MERCHANTS NATIONAL BONDING, INC President On this 5th day of March 2020 , before me appeared Larry Taylor, to me personally known, who being by me duly sworn did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument are the Corporate Seals of the Companies; and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. o datth /OWP- POLLY MASON Commission Number 750576 My Commission Expires January 07, 2023 Notary Public (Expiration of notary's commission does not invalidate this instrument) I, William Warner, Jr., Secretary of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., do hereby certify that the above and foregoing is a true and correct copy of the POWER -OF -ATTORNEY executed by said Companies, which is still in full force and effect and has not been amended or revoked. In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this 8th day of June v •. 2003 ; ;,t1; 1 y� 1933 • e; Secretary • ♦4 * .p • •♦ * , 2021 . POA 0018 (1/20)