Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Langman Construction
- � - ((CLANGMAN 220 - 34TH AVENUE • ROCK ISLAND, IL 61201 ikkevn : Clic �Ia11 �- I � Mulberry S + reed Wa } e r l o 50 03 8 ► d Qoncl Enc 1 osed : u S H ► Iowa U3 San ► + ar Sewer u rades _ 9 y y � 9 f3 � d Do, + t cand Time : Se + ember 30Jvh , 202 ► o► -V OOpm P � olf �vnCk tv lvl Ci � �� Ha11 "+ 15 Mu berrS } y ids Enclosed : US Ir1 � rv� a � 3 Sant wry St \Ntir Up rades � � LLI y y g �CW0 � i � Dade and ` ,mt : Jrernber 1 : 00 m SeP 3o zoz � a� � Pt Revised Per Addendum No. 1 - 9/24/2021 FORM OF BID OR PROPOSAL US HIGHWAY 63 SANITARY SEWER UPGRADES — PHASE I CITY OF WATERLOO , IOWA CONTRACT NO . 1037 Honorable Mayor and City Council Waterloo , Iowa Gentlemen : 1 . The undersigned , being a Corporation existing under the laws of the State of AV4 a Partnership consisting of the following partners : having familiarized ( himself) (themselves) (itself) with the existing conditions on the project area affecting the cost of the work , and with all the contract documents listed in the Table of Contents and Addenda ( if any) , as prepared by AECOM now on file in the office of the City Clerk , City Hall , Waterloo, Iowa , hereby proposes to furnish all supervision , technical personnel , labor, materials , machinery , tools , appurtenances , equipment , and services , including utility and transportation services required to construct and complete the US HIGHWAY 63 SANITARY SEWER UPGRADES — PHASE I , CONTRACT NO. 1037 , all in accordance with the above-listed documents and for the unit prices for work in place for the following items and quantities : US HIGHWAY 63 SANITARY SEWER UPGRADES — PHASE I CITY OF WATERLOO , IOWA CONTRACT NO , 1037 Item SUDAS Description Unit Est. Qty . Unit Bid Total Bid No. No . Price Price 1 11LUMP, 020 A MOBILIZATION SUM 1 ' 0 $ /, OoO, 000. $ 1 , 6000000 . 00 2 8030-A TRAFFIC CONTROL SL IJMP 1 . 0 $ 76+X) .cb $ 7 � a . c� 3 2010-C CLEARING AND GRUBBING LUMP 1 . 0 25- 4 3010-B FOUNDATION ROCK TON 11660 . 0 $ $ 294�?acx� 5 3010-F TRENCH COMPACTION TESTING LUMP M 1 . 0 $j,GZ'� � $ ,SCJCX� 6 4010- L ABANDON , FILL AND PLUG 21 -INCH LF 2 , 958 . 0 $ /5.ae> $ /,///3JOCx3 SANITARY SEWER 7 4010- 11 REMOVE AND PLUG 21dNCH LF 1 , 863 . 0 $ /0 0D $ A 103b.� SANITARY SEWER , 8 4010-K AB HOLE SANITARY SEWER EA 9 . 0 $ / 541o>, vo $/3MA 5 �, 9 6010- 11 REMOVE SANITARY SEWER MANHOLE EA 6 . 0 $ $ G?� CLEANING , INSPECTION AND TESTING LUMP � 10 4060 0 $OF SANITARY SEWER GRAVITY MAINS SUM 1 ' ✓,G� $ 5 . C6> 11 4010-A-2 18- INCH SANITARY SEWER GRAVITY LF 1 , 123 . 5 $ 23Q L� $,�58 J105706 MAIN - DIRECTIONAL DRILLING � 12 4010-A-1 24- INCH SANITARY SEWER GRAVITY LF 371 . 5 $ /,96 CD $ b Dob MAIN - OPEN CUT 13 4010-A-1 MAINC OPENITARY SEWER GRAVITY LF 6CUT , 213 . 0 $ � /57Gb $�g jC19540b 14 4010-A-2 48- INCH SANITARY SEWER GRAVITY LF 342 . 6 $ ,� �o, VV $ G8SZd0. MAIN -TRENCHLESS oo 157 6010�A48- INCH CIRCULAR SANITARY SEWER 15 6010-A MANHOLE , SW-301 EA 3. 0 $ ��GLt3G� $39Gt�'�; CX7 Form of Bid FB- 1 of 4 US Hwy 63 Sanitary Sewer Upgrades Ph I AECOM #60651387 Contract No, 1037 Waterloo, Iowa Revised Per Addendum No . 1 - 9/24/2021 Item SUDAS Unit Bid Total Bid No . No. Description Unit Est. Qty . Price Price 16 6010 A 72-INCH CIRCULAR SANITARY SEWER EA 1 . 0 $Z�� cz % $�! � z v MANHOLE , SW-301 17 6010-A 84-INCH CIRCULAR SANITARY SEWER EA 1 . 0 $A0no , cx.> MANHOLE , SW-301 18 6010 A 96- INCH CIRCULAR SANITARY SEWER EA 5 . 0 MANHOLE , SW-301 19 6010-A 120-INCH CIRCULAR SANITARY EA 4 . 0 $ `jj C0 $23pep0000 SEWER MANHOLE , SW-301 20 6010-A 48- INCH TEE-SECTION SANITARY EA 11 . 0 Uc� Cuoem $2& exono SEWER MANHOLE , SW-305 21 6010-G CONNECTION TO EXISTING SANITARY EA 1 . 0 $ MANHOLE 10coW $ �' '�� 22 7010-A 6- INCH PCC PAVEMENT SY 25 . 4 $ /'G0, cx> $ 2 5L/Cd. CD 23 7010-A 8-INCH PCC PAVEMENT SY 373 . 8 $ /t�50 , � $3 -7 )�) 24 7020-B 8- INCH HMA PAVEMENT SY 923. 1 $ &: ) C)o $ 7 8a) 25 7010-E 6- INCH PCC CURB AND GUTTER LF 95 . 0 $,506C72f> $ *7 26 7030- H-2 GRAVEL SURFACING SY 260 . 0 $ /,S , Cr> $3Gc/G?� Co 27 7030-B CURB AND GUTTER REMOVAL LF 95 . 0 $ /Q � $ ,50.G� 28 7040-H PAVEMENT REMOVAL fACRE 1 , 582 . 3 $ /OGZ> $ /5,4?3.�-3 SEEDING , FERTILIZING AND 29 9010-B MULCHING FOR HYDRAULIC SEEDING 1 . 10 $ 37MC)C> s . 70 . 0�D - TYPE 1 SEED MIX SEEDING , FERTILIZING AND q � 30 9010-B MULCHING FOR HYDRAULIC SEEDING ACRE 7 . 11 $3 '7� Qp $ �� 3D'7<�70 TYPE 2 SEED MIX SEEDING , FERTILIZING AND 31 9010-B MULCHING FOR HYDRAULIC SEEDING ACRE 1 . 10 $ � 7� bU $ �c . 0x - TYPE 4 SEED MIX SEEDING , FERTILIZING AND 32 9010-B MULCHING FOR HYDRAULIC SEEDING ACRE 7 . 11 $ / 076&� a7 $ 1160F7co - TYPE 5 SEED MIX ' / 33 9040-F-1 12- INCH WATTLES LF 81396 . 8 $ ,e, b $z/ 350, ZZ 34 9040-G-2-a DITCH CHECKS EA 30 . 0 $ 50600 $ /0 ,5CX). CY? 35 9040-E TEMPORARY ROLLED EROSION SY 27 ,477 . 3 $ ILC) $9 963 �g CONTROL PRODUCTS RECP 3 36 9040-A-2 SWPPP REQUIREMENTS LUMP 1 . 0 $156rx7 [ L2 $ /'50�0, clo SUM SANITARY AND STORM SEWER DISCONNECT - DRAWINGS 10 -SS -01 THROUGH 10-SS -06 37 6010-A STORM SEWER MANHOLE , SW-401 , EA 1 . 0 sj'eY ' cz> $3, 8c6z�:30 48- INCH , EJ 1040 A COVER 38 6010-A STORM SEWER MANHOLE , SW-401 , EA 1 . 0 $.5G00Cx> $5�DO .tx� 60-INCH , EJ 1040 A COVER 39 6010-B INTAKE , SW-501 & SW-603 TYPE R EA 3 . 0 $ 7 GRATE -5, $��� 40 6010-B GRATE INTAKE , SW-501 & SW-604 TYPE 6 EA 7. 0 $ 41 6010-G CONNECTION TO EXISTING STORM EA 1 . 0 $ /, 2GYb, Od $ /, ZC�. O0 SEWER STRUCTURE 4030-B APRON WITH FOOTING AND GUARD , 42 4030-C 12 INCH EA 1 . 0 $� L( $ Z( /�Q� 00 4030-C 4030-13 APRON WITH FOOTING AND GUARD , 43 4030-C 18-INCH EA 1 . 0 $� `/00, $ ��- � 4030- D Form of Bid FB-2 of 4 US Hwy 63 Sanitary Sewer Upgrades Ph I AECOM #60651387 Contract No , 1037 Waterloo , Iowa Revised Per Addendum No . 1 - 9/24/2021 Item SUDAS Unit Bid Total Bid No . No. Description Unit Est. Qty . Price Price 44 4020-A-1 STORM SEWER, DUCTILE IRON PIPE , LF 24 . 6 $ /L�p, p� $344111�(4nn 10- INCH DIA. - OPEN CUT STORM SEWER, REINFORCED 45 4020-A- 1 CONCRETE PIPE , 12- INCH DIA. - OPEN LF 219. 4 $ $ /.57,?1,58, CUT STORM SEWER, REINFORCED 46 4020-A-1 CONCRETE PIPE , 15-INCH DIA. - OPEN LF 690 . 6 $ gC .c)!�` CUT STORM SEWER , REINFORCED 47 4020-A-1 CONCRETE PIPE , 18- INCH DIA. - OPEN LF 253 . 8 $ 90,(� $228,112,0 CUT 48 7010-E 6-INCH PCC CURB AND GUTTER LF 70. 0 $ 50 .00 $ 3 �5C3�. m 49 7030-H-2 GRAVEL SURFACING SY 14 . 5 $ 15ocz7 $ 2 / 7 )O 50 7040- H PAVEMENT REMOVAL SY 11221 . 0 $ /Oton $ /22/on5 51 6010- H REMOVE INTAKE EA 5. 0 $ 706• c7c> $ 52 4020-G REMOVAL OF STORM SEWER LF 107 . 0 $ /2 )O CO $ /070. 00 53 7040-A 3-INCH HMA PATCH SY 356 . 0 $ //O,Ct�) 54 2010- 1 6- INCH MODIFIED SUBBASE SY 356. 0 $ 55 9040-J EROSION STONE WITH ENGINEERING TONS 13 . 0 $ 1,0,63f� $ '725V. m FABRIC 56 9010-B HYDRAULIC SEEDING , FERTILIZING ACRE 0 . 4 $317Cx> . cc> $ /.y90, � AND MULCHING TOTAL AMOUNT BID $114 039v490 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. 3 . In submitting this bid , the bidder understands that the right is reserved by the City of Waterloo , Iowa , to reject any or all bids . If written notice of the acceptance of this bid is mailed , telegraphed , or delivered to the undersigned within thirty (30) days after the opening thereof, or at any time thereafter before this bid is withdrawn , the undersigned agrees to execute and deliver an agreement in the prescribed form and furnish the required bond and certificate of the insurance within ten ( 10) days after the agreement is presented to him for signature , and start work within ten ( 10) days after "Notice to Proceed" is issued . 4 . Securityi , e sum of �d "' !3 'o Dollars 10 ) in the form of 16 Ho 40 is submitted herewith in accordance with the INSTRUCTIONS TO BIDDERS . 5 . Attached hereto is a Non-Collusion Affidavit of Prime Contractor. 6 . Attached hereto is a Bidder Status Form indicating Resident Bidder Certification ( �/ ) , or Non- Resident Bidder Certification U . ( Mark one . ) 7. The bidder is prepared to submit a financial and experience statement upon request. 8 . The Prime Contractor and Subcontractor(s) , which have performed an aggregate of $ 10 , 000 . 00 in work for the City in the current calendar year, are prepared to submit an AAP or Update and an EOC , within ten ( 10) days of notification that the bid submitted is lowest and acceptable . 9 . The bidder has received the following Addendum or Addenda: Addendum No . l Date 5�, . 2y , X021 z SEPT 28A 202 i Form of Bid FB-3 of 4 US Hwy 63 Sanitary Sewer Upgrades Ph I AECOM #60651387 Contract No, 1037 Waterloo , Iowa Revised Per Addendum No . 1 - 9/24/2021 10 . The bidder shall list the MBE/ BE 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 . 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 . U U{A(C� MAN (0 J g U C i I ON I " C / '-2L9 (Name of Bidder) ( Date) rvltBY: G - Title /04 IVA A4 Jr Officia Address : ( Including Zip Code) : 2 20 -3i/ " �I E, Pock L � �4 0 , IL . I . R . S . No . Form of Bid FB-4 of 4 US Hwy 63 Sanitary Sewer Upgrades Ph I AECOM #60651387 Contract No . 1037 Waterloo , Iowa Bidder Status Form To be completed by all bidders Part 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) . ® Yes ❑ No My company has an office to transact business in Iowa . Yes ❑ No My company' s office in Iowa is suitable for more than receiving mail , telephone calls , and e-mail . ® Yes ❑ 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 Part B My company has maintained offices in Iowa duringthe past 3 years at the following addresses : Presn-t� Dates : 0 /�� to .L1 . / ./ Address : WVI� 11 1&411s all City, State , Zip : Da en pn 1 An 24902 Dates : / / to / / Address : City, State , Zip : Dates : / / to / / Address : You may attach additional sheet(s) if needed. City, State , Zip : To be completed by non -resident bidders Part C 1 . Name of home state or foreign country reported to the Iowa Secretary of State : 2 . Does your company' s home state or foreign country offer preferences to resident bidders , resident labor ❑ Yes ❑ No 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 . You may attach additional sheet(s) if needed. To be completed by all bidders Part D I certify that the statements made on this document are true and complete to the best of my knowledge and I know that my failure to provide accurate and truthful information may be a reason to reject my bid . Firm Name : Inc * Signature : Date : 026 -- er? i 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) 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 . FU Yes F] No My business is an active corporation with the Iowa Secretary of State and has paid all fees required by the Secretary of State , has filed its most recent biennial report, and has not filed articles of dissolution . ❑ Yes (� No My business is a corporation whose articles of incorporation are filed in a state other than Iowa , the corporation has received a certificate of authority from the Iowa secretary of state , has filed its most recent biennial report with the secretary of state, and has neither received a certificate of withdrawal from the secretary of state nor had its authority revoked . ❑ Yes F71 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 [Z[ No My business is a limited liability partnership which has filed a statement of qualification in a state other than Iowa , has filed a statement of foreign qualification in Iowa and a statement of cancellation has not been filed . ❑ Yes ® No My business is a limited partnership or limited liability limited partnership which has filed a certificate of limited partnership in this state , and has not filed a statement of termination . ❑ Yes ® No My business is a limited partnership or a limited liability limited partnership whose certificate of limited partnership is filed in a state other than Iowa , the limited partnership or limited liability limited partnership has received notification from the Iowa secretary of state that the application for certificate of authority has been approved and no notice of cancellation has been filed by the limited partnership or the limited liability limited partnership . ❑ Yes ® No My business is a limited liability company whose certificate of organization is filed in Iowa and has not filed a statement of termination . ❑ Yes ® No My business is a limited liability company whose certificate of organization is filed in a state other than Iowa , has received a certificate of authority to transact business in Iowa and the certificate has not been revoked or canceled . 309-6001 (09- 15) BSF-2 NON -COLLUSION AFFIDAVIT OF PRIME BIDDER State of Z nv%j Q ) {— ) ss County of ed l.� 1 ) 00 4/ being first duly sworn , deposes and says that: 1 . He is ( Owner, Partner, Officer, Representative , or Agent) , of Ctis� nAG4r i on t O C • 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 pa s , n i ' n erest,) cl ing this affiant. ( Signed ) iz� Ch •% r M & Title Subscribed and sworn to before me this $ day of S� � �- 20 2- / 1 &y2y IVOi-,, rV% ` 7ttwl Zozz d Title My commission expires J4 rl e 20 2 2 Non-Collusion Affidavit NCA- 1 of 2 US Hwy 63 Sanitary Sewer Upgrades Ph I AECOM #60651387 Contract No . 1037 Waterloo , Iowa 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 Non - Segregated 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 lots , 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 NON - SEGREGATED 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 annually ) . -- / - 46 ZI Signature Date horlts H . Lawman r , noorman Name and Title of Signer ( Please Tobe) NOTE : The penalty for making false statements in offers is prescribed in 18 U . S . C . 1001 . EPA- 7 57204 . 2 SRF-2 January 2021 Attachment 2 SRF Required Front- End 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 . 0-harIe Ebalrmnn - Typed Nam 'tle uthorized R4presentative q - zjerZ Signature of Au ed Representative Date ❑ I am unable to certify to the above statements . My explanation is attached . SRF-3 January 2021 Attachment 3 SRF Required Front- End Specifications (This form must be completed and signed by Prime Contractor and submitted with the bid) Disadvantaged Business Enterprise ( 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 : Minority- Owned Business Women- Owned Business Enterprise MBE Goal Enterprise (WBE ) Goal Construction 1 . 7 % 2 . 2 % Supplies 0 . 6 % 5 . 6 % Services 2 . 5 % 11 . 3 % Goods/ Equipment 2 . 5 % 10 . 4 % 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 https : Hsecure . iowadot . gov/DBE/Home/ Index/ . Prime contractors ' DBE requirements for SRF projects include : • Taking affirmative steps for DBE participation • Documenting the efforts and the proposed utilization of certified DBEs PROJECT INFORMATION SRF Applicant : C T'f c7ir V ' &kTV!kLcvn ( A Bidder : nck cinl Address : 42 LU \70 \ Contact Person : A,.L(aoo Ma Signature . Phone Number: 0 � . E - Mail Address : ` C, 1 n man eo . m Check if Prime Contractor is : ❑ Mino ty- Owned ❑ Women -Owned SRF-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 opportunities to the fullest extent practicable through outreach and recruitment activities ? ® 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 minimum 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 [] No 6 . List the potential DBE subcontractors that were contacted . Only list those that are certified through the Iowa Department of Transportation . Name How Contacted Response ( e . g . did not respond , (e . g . letter, phone not interested , not competitive ) call , fax, e- mail ) Midwest Contractors Inc . email ft� � o � � T Re-:3 P0r. D Paco Construction LLC email N Rupert Construction Co . email Rockette Trucking & Construction Co . email q Collins Concrete LTD email � Marshall Const . Inc . email J &J Boring Inc . email PROPOSED UTILIZATION OF DBE SUBCONTRACTORS Please include Attachments 4 and 5 to document the proposed utilization of certified DBE subcontractors . Midwest Borings Inc . email IF u Tiedt Nursery LTD email " Bonnies Barricade Inc. email Advanced Traffic Control Inc . email Dan Ash Trucking Inc . email SRF-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 . 2 . 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 . SRF-6 January 2021 Attachment 4 SRF Required 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 DBE 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 . Subcontractor Name Project Name C3 K II RO POs "�l-i s T71 'M Bid/Proposal No . Assistance Agreement ID No . Point of Contact ( if known ) Address Telephone No . Email Address Prime Contracto7C) t-4V ,"4-UC-77L e / Issuing/Funding Entity I . IA �! IAi ► � ( N� , r rrh✓ or WAT&6.-�o d Contract Item Description of Work Submitted to the Prime Contractor Involving Price of Work Submitted to Number Construction , Services , Equipment or Supplies the Prime Contractor DBE Certified by DOT SBA Meets/exceeds EPA certification standards ? Other: YES NO Unknown ' 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= 3 DBE Subcontractor Performance Form — Page 1 SRF-7 January 2021 Disadvantaged Business Enterprise Program DBE 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 LL Title Date 14& k7 Subcontractor Signature Print Name Title Date IASRF6100-3 DBE Subcontractor Performance Form — Page 2 SRF=8 January 2021 Attachment 5 SRF Required Front- End 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 DBE1 subcontractors2 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 . Prime Contractor N rile Project Name I iiN Q05SJ eUC '�aN /Nr Y C K, Ty or �� 1�� � � (� � Si4► rSG� I � Bid/Proposal No . Assistance Agreement ID No . Point of Contact ( if known ) Address Telephone No . Email Address Issuing/ Funding Entity I have identified potential DBE certified subcontractors YES NO If yes , please com tete the table below. If-no , please explain : Subcontractor Company Address/Phone/Email Estimated Dollar Currently DBE Name/Company Amount Certified ? Name A/aur l�aoA s � A, niis nM�= ' 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 Form — Page 1 SRF-9 January 2021 Disadvantaged Business Enterprise Program DBE Subcontractor Utilization 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 Title Date Hit 1t2 ►+� ►�- � ► 9 - ZU - Z I IASRF6100 -4 DBE Subcontractor Utilization Form — Page 2 SRF- 10 January 2021 Attachment 10 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 : https : //www. sam . gov/SAM/. ( 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 . 1 understand the above prohibitions and certify that the project will be in compliance with all the requirements . Chlafless AA La aifon (in Typed Na & Title of Autho ized�b epresentative 97 Signature, f Auh8erized Re esentative Date SRF-34 January 2021 Ac R® CERTIFICATE OF LIABILITY INSURANCE DATE ,MM/DD/YvrY, 9/23/2021 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW, THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed . If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: Laura Foust, CPCU , AAI , CRIS , CISR Hub International Iowa dba Ruhl & Ruhl Insurance PHONE 563 823 6734 a No) , 866-873-6117 212 Brady Street; Suite 4B E-MAIL Davenport IA 52801 ADDRESS : laura.foust hubinternational.com INSURERS AFFORDING COVERAGE NAIC # INSURER A : The Phoenix Insurance Company 25623 INSURED LANGCON-04 INSURER B : Travelers Property Casualty Co . Langman Construction , Inc. ; C . H Langman INSURER C : The Travelers Indemnity Company of Connecticut 25682 220 34th Avenue Rock Island IL 61201 INSURER D : Travelers Property Casualty Company of America 25674 INSURER E : INSURER F : _ COVERAGES CERTIFICATE NUMBER : 1200817447 REVISION NUMBER : THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN , THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR POLICY NUMBER MM/DD/YYYY OLICY EFF POLICY EXP LIMITS LTR A X COMMERCIAL GENERAL LIABILITY DT-CO-3R762042-PHX-21 1 /1 /2021 10/1 /2021 EACH OCCURRENCE $ 1 ,000, 000 DAMAGE TO RENTED CLAIMS-MADE OCCUR PREMISES (Ea occurrence) $ 300,000 MED EXP (Any one person) $ 5, 000 PERSONAL & ADV INJURY $ 1 ,000, 000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000, 000 JECT � LOC POLICY E PRODUCTS - COMP/OP AGG $ 2, 000,000 OTHER: $ B AUTOMOBILE LIABILITY 810-3R76179A-21 -26-G 1 /1 /2021 10/1 /2021 COMBINED SINGLE LIMIT $ 1 ,000, 000 Ea accident X ANY AUTO BODILY INJURY (Per person) $ OWNED SCHEDULED BODILY INJURY (Per accident) $ AUTOS ONLY AUTOS X HIREDX NON-OWNED PROPERTY DAMAGE $ AUTOS ONLY AUTOS ONLY Per accident B X UMBRELLALIAB XI OCCUR CUP-3R762712-21 -26V 1 /1 /2021 10/1 /2021 EACH OCCURRENCE $ 5, 000,000 EXCESS LIAB CLAIMS-MADE AGGREGATE $ 5 , 000, 000 DED X RETENTION $ In nnn $ C WORKERS COMPENSATION UB-3R762503-21 -264 1 /1 /2021 10/1 /2021 X PER STATUTE ERH AND EMPLOYERS' LIABILITY ANYPROPRIETOR/PARTNER/EXECUTIVE Y /❑N E.L. EACH ACCIDENT $ 1 , 000,000 OFFICER/MEMBER EXCLUDED? Y N / A (Mandatory in NH) E.L. DISEASE - EA EMPLOYEE $ 1 ,000, 000 If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $ 1 , 000, 000 D Installation QT-630-51R634771 -TIL-21 1 /1 /2021 10/1 /2021 Limit: $ 1 , 000, 000 Leased/Rented Equipment Limit: $400,000 Cargo Limit: $300,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101 , Additional Remarks Schedule, maybe attached if more space is required) re: Contract #1037 US Highway 63 Sanitary Sewer Upgrades , Phase 1 CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. City of Waterloo , IA 715 Mulberry Street AUTHORIZED REPRESENTATIVE Waterloo IA 50703 © 1988-2015 ACORD CORPORATION . All rights reserved . ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD Revised February 2003 CONTRACTOR ' S OR SUBCONTRACTOR' S AFFIRMATIVE ACTION PROGRAM Check box that applies to party completing program : ( � ) General Contractor ( ) Subcontractor I . Section A to be completed by GENERAL CONTRACTORS only : A . Name of Company Address of Company avc Zip ( 0k ?'01 Telephone Number ( 2 1- ) 091 co $ gA'A' Federal ID Number if no Federal ID Number, Owner/President ' s Social Security Number) 3l0 - ErO � ZIo Name of Project cS ��U►�VJQ�UI � � ` 1 S ni4aru Sewer ( Aparack Project Contract Number 0 Estimated Construction Work Dates it M _ N9 / �- Q6 Start Finish Section B to be completed by SUBCONTRACTORS only : j�1 G� w� �,� �� � N r B . I V TI-� 1 � 'i iME . Name of General or Prime Contractor Name of Subcontractor Subcontractor' s Address Zip Subcontractor' s Telephone Number ( ) Subcontractor' s Federal ID Number ( if no Federal ID Number Owner/President's Social Security Number) Name of Equal Employment Officer C . Remainder of program to be completed by party completing program , either Prime or Subcontractor. 1 . The Owners and/or Principals of your company : - 1 - Ethnic Name Address Positionin itj= I bnAv F ce, i �vvlCk U Sex Orig 1� �HkQLCS �� tA (,,r�trn-, 0C-V 15L ai., pi i ch. Qwi &4 .N 1Vl ��ckkR� L144Gr•iir-i-i 3ct i F M 2 . Other Areas of Interest : If your company has branches or subsidiaries , or if your company is a branch or subsidiary of a parent organization , give the following information : Type of NameAddress Affiliation Degree K * II . EMPLOYER' S POLICY ( Please read carefully . ) A . We , the undersigned , recognize that we are morally and legally committed to nondiscrimination in employment . Any person who applies for employment with our company will not be discriminated against because of race , color, creed , sex, national origin , economic status , age , mental or physical handicap . B . The employment policies and practices of the undersigned are to recruit and hire employees without discrimination , and to treat them equally with respect to compensation and opportunities for advancement, including training , upgrading , promotion , and transfer. However, we realize the inequities associated with employment training , upgrading , contracting and subcontracting for minorities and women and we will direct our efforts to correcting any deficiencies to the maximum extent possible . The same will be required of our SUBCONTRACTORS and suppliers . C . We submit this program to assure compliance with Executive Order 11246 , as amended , and other subsequent orders that may pertain to equal employment opportunity and merit employment policies , fully realizing that our qualification and/or merit system should be evaluated and revised , if necessary . D . We agree to put forth the maximum effort to achieve full employment and utilization of capabilities and productivity of all our citizens without regard to race , creed , color, sex , national origin , economic status , age , and mental or physical handicap . E . 1 . will give training ( Name of Company) and emp oyment opportunities to local residents of Waterloo , Iowa , to the greatest extent feasible . III . AFFIRMATIVE ACTION A. LGkn J M( 0_l , (� (� �1� r (,a (� ► C�`(1 � r) �_ .recognizes that the ( Name of Company) - 2 effective application of a policy of meri emplo involves more than just a policy statement , and � naCriOt (� 01(1 ment C On flC ( Name of Company) will , therefore , re-evaluate our Affirmative Action Program to ensure that equal employment opportunities are available on the basis of individual merit , and to actively encourage minorities , women and local residents to seek employment with our company on this basis . B . L anaman Oonaru hID G � .n �. will undertake the ( Name of Company) following six ( 6 ) steps to improve our Affirmative Action Program : 1 . Minority Recruitment and Employment ; 2 , Local Recruitment and Employment ; 3 , Disabled Veteran and Vietnam Era Veteran Recruitment and Employment; 4 , Handicapped Recruitment and Employment ; 5 . Female Recruitment and Employment; and 6 . Training , Upgrading and Promotional Opportunities . C . L Q n Qmq f) Lp< 1r u eamn \ 1(10- • wil I take J ( Name of Company) whatever steps are necessary to ensure that our total work force has adequate minority , female , and local representation . We will utilize the following methods in our recruitment attempts : 1 . Local advertising media ( newspapers , radio , TV) ; 2 . Community organizations (churches , clubs , schools ) ; 3 . Public and private institutions in the area ( UNI , Hawkeye Community College ) ; 4 . Job Service of Iowa ; and 5 . Other. ,, 1 D . LcmQrnckn C 0nGAwr1 0,wkt0r1 \ n • will seek qualified minority , ( Name of Company) female , and local group applicants for all job categories and will make asserted efforts to increase minority, female and group representation in occupations at the higher levels or skill and responsibility . E . All sources of employment used shall be aware that we are an Equal Employment Opportunity Employer. Labor organizations representing our employees will be notified of our Equal Employment Opportunity Policy and Affirmative Action Program . F . Training , upgrading , promotion and transfer activities at all levels will be monitored to ensure that full consideration has been given to qualified minority , female , and local group employees . G . Lanaman EppAru 0 : JOn Ina . will encourage other ( Name of Company) companies with whom we are associated and/or do business , to do the same and we will assist them in their efforts . H . L CMQ 'MQn 0. n n 1 An Aron nn f\01 taken the following ( Name of Company) Affirmative Action to ensure that minority, female , local contractors and/or suppliers were provided opportunities to negotiate and/or bid on this project : ( if none , write , NONE " ) v a3 - 2 . I . As a result of the above efforts , we have involved minority , female , and local contractors and/or suppliers in the following areas of subcontracting : ( if none , write " NONE " ) 1 . 2 . � . Lanaman Lnl,: rru eAinn will require approved ( Name of Company) Affirmative Action Programs from all nonexempt contractors who propose to work on this project and will take whatever steps are necessary to ensure that non - minority contractors have adequate representation of minority , female and local persons in their total work force . K. In further accordance with rules and guidelines issued pursuant to Executive Order 11246 as amended , we establish the goals for our company , based on parity percentages supplied by the City , and we realize these goals will be reviewed on an annual basis . (� L . t!IanQrnQf) L' onSWI.I.C"t1oo I nC will keep records of ( Name of Company) specific actions relative to recruitment, employment, training , upgrading and promotion and will provide the City of Waterloo with any information relative to same , including activities of our SUBCONTRACTORS and suppliers as necessary or when requested . M . Parity figures for companies located in Waterloo are as follows : Minority Parity = . 08 (8 % ) N . L a Oi m l2f) l, nnc,; 1, (&1 Pkw ► nn 100 Affirmative Action ( Name of Company) Employment Goals : The definition of Affirmative Action Goals is as follows : " Goals may not be rigid and inflexible quotas which must be met, but must be targets , reasonably attainable by means of applying every good faith effort to make all aspects of the entire Affirmative Action Program work. " For the year 201 _, please submit percentage targets for employing minorities and women . If you already have reached your target for hiring minorities and women , please submit that percentage . *Goals for Minorities : 1 % Goals for Women : % *Your affirmative action goals should be between 1 % and 10 % or more for minorities and 1 % and 5% or more for women . Please be advised that the goals or targets are purely your estimation of how many women and minorities your company can reasonably expect to hire in 201 _ . Note , that none of the goals are rigid or inflexible . They are targets that your company calculates as reasonably attainable . This will help the City in its monitoring procedures as required by City of Waterloo Resolution No . 1984 - 142(4 ) . a4 - CONTRACTOR' S TOTAL WORK FORCE (WATERLOO) HOURLY FRINGE NAME AND ADDRESS JOB CATEGORY RACE SEX WAGE BENEFITS Jose Avalos Concrete Finisher Apprentice Yr Hispanic 17.43 24.09 All Male 15.92 Roy Boas General Laborer 23 .88 10.28 Robbg Bra;4 Operator 36. 50 35.65 William Bruning General Laborer 29.65 22.55 Laug Bnck Operator 36.00 15.92 Luis Calderon Concrete Finisher Hispanic 29.05 24.09 Sergio Calderon General Laborer His anic 29.65 22.55 Timothy Crable Operator 36.00 15 .92 Tustin Davis General Laborer 29.65 22. 55 Keith Davis jr. Operator 36. 50 35.65 Robert Fausett Operator 36- 50 35 .65 Cody Finch General Laborer 29.65 22.55 Rirk Finrh General Laborer Foreman 31 .96 23 .33 Brian Fitzpatrick Operator 36.50 35 .65 Robert Fitzpatrick ncrete Einisher Apprentice Yr 17.43 24.09 Brandon Flint General Laborer Pipesetter 30. 15 23 .33 Jacob Fobert General Laborer Pipesetter 30 15 23 .33 Kenny Gile jr. General Laborer 29.65 22. 55 Chad Gi son O erator 36.50 35.65 Lance Headley Operator 36. 50 35.65 Jonathan Hicks General Laborer 29.65 22. 55 Christopher Hughes General Laborer 29.65 22.55 Trent Huizenga Operator 36.50 35.65 Michael Jameson Concrete Finisher Hispanic 29.05 24.09 Derek Jenkins O erator 36.50 35.65 Alexander Johnston Operator 36.00 15.92 Kristo her Law Operator 36.00 15.92 Bruce Lawson Operator 36.50 35.65 Cody Lawson General Laborer 1,965 22.55 Mitch Lawson General Laborer 29.65 22. 55 Ronald Lee General Laborer 19.65 22.55 Bryce Long General Laborer 29.65 22.55 Daniel Lopez General Laborer Hispanic 29. 65 22. 55 Miguel Lopez General Laborer Hispanic 29.65 22.55 Edward Martin Operator 36.50 35.65 Tony Maynard Operator 36.50 35.65 Draper McCoy Operator 36.00 15.92 Chad Mcdermott Concrete Finisher 29.05 24.09 Steven Mcintosh Operator 36.50 35.65 Alejandro Mendoza General Laborer Hispanic 29.65 22.55 Marco Meza General Laborer Hispanic 29.65 22.55 Bradley Miller Operator 36.50 35.65 Jason Miller General Laborer Foreman 31 .96 23 .33 Bryan Minjares Concrete Finisher Hispanic 29.05 24.09 Dallas Morford General Laborer 29.65 22.55 Devin Morford General Laborer 29 .65 22. 55 Sam Neal General Laborer 29.65 22.55 INDICATE : DISABLED VETERAN : DV VIETNAM ERA VETERAN : W HANDICAPPED : H 5 CONTRACTOR' S TOTAL WORK FORCE (WATERLOO) HOURLY FRINGE NAME AND ADDRESS JOB CATEGORY RACE SEX WAGE BENEFITS Nathan Nelson Apprentice Operator Year 2 23.75 35.65 All Male 22.55 Cod Olson General Laborer 26.65 Ezra Onken Concrete Finisher Apprentice Yr 2 20.34 24.09 Michael Onken General Laborer 1 29965 22.55 Jeffrey Peterson Operator 36. 50 35.65 Dale Preston Operator 36.50 35.65 Samuel Preston Operator 36.50 35.65 Roy Pritchett Superintendent 52.32 Jeremiah Rinehart General Laborer Foreman 31 .96 22.55 Dales Roberts General Laborer 29.65 22.55 Curt Rumler Superintendent 52.32 Giovanni Saucedo Superintendent Hispanic 52.32 Michael Schaab General Laborer 29.65 22.55 Tav Scherschel General Laborer 29.65 22.55 William Sedam Superintendent 52.32 Timothy Sieren Operator 36.00 15.92 Jesus Solis General Laborer Raker Hispanic 30. 15 23 .33 Bryson S riot General Laborer 29.65 22.55 Devin Starmer Operator 36.00 15.92 Steve Stutzel Superintendent 52.32 Brycin Sulzberger Operator 36.50 35.65 Michael Taylor Operator 1 36.50 35.65 Nathan Thomas Operator 36.50 35.65 Dawson Tucker General Laborer 29 .65 22.55 Michael Tyler General Laborer Pipesetter 30. 15 23.33 Greg Valentine Operator 36.50 35.65 Tyler Vann General Laborer Pipesetter 30. 15 23 .33 Raul Vega General Laborer Hispanic 29.65 22.55 Richard Vershaw General Laborer Foreman 31 .96 23.33 Cole Viager General Laborer 29.65 22.55 Shane Viager Superintendent 52.32 William Wei andt Concrete Finisher 29.05 24.09 Samuel Wilkins General Laborer 29.65 22.55 David Zeitz General Laborer BLK 29.65 22.55 Brandon Ziegenhorn Operator 36.50 35. 65 INDICATE : DISABLED VETERAN : DV VIETNAM ERA VETERAN : W HANDICAPPED : H 5 We hereby certify that we are in compliance with all City and Federal Affirmative Action Regulations and agree to accept all liability for failure to comply . Respectfully submitted , By: � <' Com any F, cutive Date By:. Equal Employment Opportunity Officer -owl e^% - Z l Date City of Waterloo Affirmative Action Officer Approved Disapproved Reason : By : Date : 6 oD m Q v d cn c� Oz �D9 no o o c s ( Xv M O5 . Q ? 3 0 N ' c ( o w w o (n fD (D � C � N d j ' (7 N 7 3 (D X207 C7 q w n co � no � oN (� � � � Nc . [D � (a0 ° Ova) n C) n 30 . CD �• w (CCD CD N D (ND (D O D Mq j m 7 � :1 c o � N �c ,�• m !� C O C fD m � n r � 3 C vi W _ (D n. O n O m O p coi n 0 Sp o w .�_. a n a CD O N � 0 (� c 0 a) . (D immmom _ (nn _ o O "Olc I C Z o cn � m � � N) ° 3 o ° � ca)n fD � n 3 rn - w C� � O a n o D cn m NO ,�+ m (D (D (D 7 -o C Z 0 0 o m o �CD mmes 0) Cm �p � 0 o n mNONNI n � 0 0 Ma _ C7 o � cr n (M cn a) CLo m mao 0 ' o v N C N c (� (n m (0 (o (o (o (o (fl (o m (o (o EF < c N O v y\ o N N N N N N N N N N D C Z9 0 D Y to C O ' w w w w w w www w (7 CO 0) R1 o C a) N N N o m o (n 7 r+ 0 CD m O (n .CD 0 OMO (A . j � C w Z '0 M� N � mn (DD m CD ;° 0 CD O me a mz c � 3SQ rya me cam M N : ' cn C (D ° 0 0 • � ao � cc nC N � in 3 y CD 0 0 (p � � 7' p) Ocn N O ZD 3 N 0 (n ° ZZ wb Iftwom, c m � — (n y � . o o `` � m 0 Z 0 N O p (D (D �c � n cn 0 0 0 - o o m N N Z O -., O O (D M pmmmmmI v m cn LT N 0 c 0 m m 0 o a) z =O as u, (D cn CD � a � "' .('. -Zi wV � a) � m0 ° � fl- ca C7 � rn � X V modsmn < � G) N ° `� c cc CL ommo& Q Cn M 00 > > M On ( (D :3 m� Z co °(o Om as 0 0 ma � o co ° O� m m DCl) =r CT 0 0 U) (D (n o a) � nM ocn � � � 0 ' S ' a c $ � a) o � (DCY coo cn m fD > > ° o o �. m W v, 0CL 3 3 CD O d Cl) TI (D 0 (D (D a) 0 �, En m (n � v3 yo � (n c A m0 j n = � 0 0 � � v cn p o cc ° 0 ° <_ m o . W :3 � ' tD c cn SENIORw ((DD D 0 .n. O 0 cn (D (D (n CDN cn cn Ma 0c° a 3 N � � CD 0 � o •�• MINES <' O w (D m Cl) c ° G D D Im 0 to coo m O m MCO) CD 0 ° o CL 0 CD a CL o (°o N y 0 0 0 c (D '" ° emm4Pm N)O s v ° � (D 0 0 M , v d =rN _ ° � 3 cn (n CD 0 0 Brian Gaul From : Brian Gaul Sent. Thursday, September 23 , 2021 11 : 04 AM To : dorinda . mwc@cfu . net; rocksvillarreal@aol . com ; staffer@ rupertconst. com; rockette@iowatelecom . net; shaneh@collinsconcrete . net; staffer@rupertconst . com; jlmarsh862@aol . com; Jennifer@jjboring . com; midwestbores@gmail . com; shaneh@collinsconcrete . net; vholm .tnursery@gmail . com; rocksvillarreal@aol . com; dorinda . mwc@cfu . net; barricades@netzero . com; vmiller@advanced -traffic . com; deb@danashtrucking .com; shaneh@collinsconcrete. net; rocksvillarreal@aol . com Cc : Brian Gaul Subject : Contract No . : 1037 US Highway 63 Sanitary Sewer Upgrades — Phase 1 City of Waterloo, Iowa RE : Contract No . : 1037 US Highway 63 Sanitary Sewer Upgrades — Phase 1 City of Waterloo , Iowa Dear Subcontractors/Suppliers Langman Construction is presently soliciting for the following work in connection with the above referenced project. ITEMS OF POTENTIAL MBEMBE PARTICIPATION NOTICE TO PROSPECTIVE BIDDERS: The following are items from the US HIGHWAY 63 SANITARY SEWER UPGRADES, - PHASE I , CONTRACT NO. 1437, project that have a potential for I.IBEh%(BE Participation . This listing, however, is not intended to be all encompassing ; to preclude MBE/WBE Contractors from bidding on any items of the Proposal as a Subcontractor or the entire Proposal as a Prime Contractor. BEMRESCRIPTION UNIT TOT�TfAL 2 TRAFFIC CONTROL LUMP SUM 1 . 0 22 &INCH PCC PAVEMENT SY 25. 4 23 &INCH PGC PAVEMENT SY 281 .6 24 &INCH HMA PAVEMENT SY 923. 1 25 &INCH PCC CURB AND GUTTER LF 95. 0 29 SEEDING , FERTILIZING AND MULCHING FOR HYDRAULIC SEEDING - TYPE 1 SEED I.IIX ACRE 1 . 10 30 SEEDING , FERTILIZING AND MULCHING FOR HYDRAULIC SEEDING - TYPE 2 SEED MD( .ACRE 7. 11 31 SEEDING , FERTILIZING AND MULCHING FOR HYDRAULIC SEEDING - TYPE 4 SEED Id D( ACRE 1 . 10 32 SEEDING , FERTILIZING AND MULCHING FOR HYDRAULIC SEEDING - TYPE 5 SEED MD( ACRE 7. 11 33 12-INCH WATTLES LF 8. 396.8 34 DITCH CHECKS EA 30 . 0 35 TEMPORARY ROLLED EROSION CONTROL PRODUCTS (RECP) SY 27 , 477. 3 36 SWPPP REQUIREMENTS LUMP SUM 1 . 0 Sanitary and Storm Sewer Disconnect Drawings 10-SS-01 Through 10-SS-06 48 &INCH PCC CURB AND GUTTER LF 70 . 0 53 3-INCH HMA PATCH SY 356 . 0 55 EROSION STONE WITH ENGINEERING FABRIC TONS 13. 0 56 HYDRAULIC SEEDING , FERTILIZING AND MULCHING ACRE 0 . 4 MBEIWBE GOALS FOR THIS PROJECT IMPORTANT: Prime Contract Bidders should be aware that ten percent (10 % ) MBE goal and a two percent (2% ) YJBE goal City of Waterloo Contract Compliance Officer: 1 Langman Construction is an Equal Opportunity Employer, and all qualified bidders will not be discriminated against due to race, religion, color, sex, or origin . If interested in bidding your proposal must be turned in to this office by September 301h12021 by 11 : 00 AM Sincerely, Brian Gaul Langman Construction, Inc . 220- 34th Avenue Rock Island IL 61201 Phone 309-786-8944 Fax 309-786-2107 Interested parties may obtain/view Contract Plans and Specifications at their local Dodge Room , isgft . com , or email me back for a link to the project plans and specifications 2 m v E :c m aC d oom F EE c E m E ' 0m0c -0mmtom Emo « i m m " o p � E m u O m _, c E Cv ' m c w y $o m oe U U Oo CRC> N U m �CO = Nm > OO. o C O O L' 3 dUO E o R E R R n � Y CID R 0 Z p NN p C Y Y C ''C R C 3 C E Y - Y oo ° � ° o oROtLit «uRi Ecvt .0 0w 0N (' Q U x W F H a o 5 o — m E N > 2 v n > v21 M M V M W m f� O CO O OD r t• 0n N M R O NLO OD W IDN 1,0, IN M m M m m 0 M O M N N w Mt` O N � OD N OO h Nf` (D M N D O N V O Oct N m V 7 O (D M 1� t0 '- V N V W O O N � t� O W N OMI r N N N N N N N tD t0 O N O O M M fD 0 t° 1� W mOmM W W O WOND OM ONi W W try � V OMi W m � M co (D NOW OD qIn t N M M M M M 0l� M NNM n r". CIO) �jN n O W N n V pMi tN tq ON W M N M NM m O m M U) M M M M M lIaaaO M O r M N O O � •- B O O M O O r r X M M th M N M M M M M �O V �O (O h M M LL Op tO0 h m O M m O m M 04 001 0) N m (O OMOD O � (O O Mh lh 00 O mtow Oa- YI N NNM R N (O tD0 '7 .- N N tO rOft 0N N � V W MO O W N M co W Q Ia-aM NSW NO (ND N O N N O N N CCD N O N O N W t(j t(j � 0 O t O O O M OD N 0 M N OI-aaV) ll�m (O �- 1%,00M O WI O In O t� M N lh M m M N tNO O m " (D N N O to IS N N t0 O V M t0 t0 1 3 h M M Co N M tO tf A N N M W M M M W n M W N N N M n M N N N W N V N N r O O N N n v m tM0 r4'., M tN m M t O N M M N M M O M M t 0 M (O m m M t 0 M M m M N C O m W O n M N (O Otos Or- 0O rO O t'.. f".. V p OrO- L M 10 V t0 (O O V (D M t0 M t[1 Mt m Mt0 0 Mm M (OO t0 V N mm m Mm M Mt ) � MtO ID a M t` w N RM M1z N r n M V M N Nn Mm (O aIaaa" V (.01` N M O W N Nn CO N ih O M V to O I� M O lO O M O � (° O O O M t0 r M O fD O M O O O M to N O m M M M W (O N (O My NM " N (° mm N M O (O � 00 V ll�m N N N O- O O M " N M N M N N O O 00 " NO (O � NM tom t0 O mo 00 M NMm t00 N m t0 m t0 t0 (O r co (O www tO tnN Mt0 t0 (Om W t0M MmN mN W mm (D t0 WOD M (ON m (� W W x OZ m W O W Z O O > O y ¢ ¢ Z ¢ Q Z ¢ Q ¢ ¢ ¢ ¢ Q J ¢aa-a a— ¢ J Y Q a Z M Z r2 aaa-J Z J J J Q ¢ Z J ¢ C O O! N C O m N LL N 'O- R C n R C R C U O R C_ �_ O L R C tD R N U. N R m d R C a Ot I >' =( LL P W Q. — N N .0 °. C n R R > 2 m C 13 O N n m L n C L O m R c m m 2 C m y m C - E L N LL L O ° R O y E C `R C R 3 m R C .� m > C R R m m C Y > m 3 R m � Ey m Eo SS m m 00 000 m � 6Ew (D oo CC mami �Ci 000 UUK Otq ooh Sm � x o UUU U) 0W w ❑ D UOQ omm (n UOK wow W N M NM 04 M N W W W W N m m m m m m N m m O m 0 0 0 O O Q R U ¢ LL ad d d a- U) a rn d m m N IN N NN h 1� Q O JQ a O N a O t O m C K R a 0 M .m. li m m m a M C 7 N m C w # *5U) m O N C Q°. C R a > C m 0 Z C m j C '-' > fO O m C C c °� o o d ¢ � � � m m o ¢ 0m � ¢ y a R > O' .30 o > � ¢ � m � V) - � 4aal� � ¢ N c Z cam ¢ mx d U � N " IS >t mxv dN `� m (i1r £ m (/1 « a 2 A m E $ R m i U rte. m `m E m « �' o c ❑ c n N m y m m C J m mN vr � m � vcm 5Mm ¢ .2 Rd c MJ o sG R °: R Ec to Stn rn Mm o c o Mm1° xt E Mt° in mm - �' oa o 1- m R m ds E o m N m W W J a U W C 2 m C W L d R O O U F J L R m O a $ W U) 2! azo (p � uim LD � U Nyco (nui 3 m` 0 ui4 uU Uoc � mm N O N N M N V (� W M m 0 U. r � M O � (� m M � � M m � ¢ � Z m 0 � = 'O fO t0 N N M N W !4 O N � M O to �- M m N O O r a 0 V N t0 N O M � V '•f O OD OD V O M (O t0 N CO M O O N M O V (O a N �- V � F N M M m m LO t0 N t0 M �- t0 M � t0 M t0 N to Y> m E E E E u E 4 cctj (� c E 0 " u o u E E0oo0 W E o R P c v YumoE 4 Nc m v CoR omEccf - —ypRRE 0E 0 EEF 0 o ° ' ?E u uo E 0 2 E R o 0 C u C c o E o mNmN 9 E a o c E o F h o m oE o oc H 4 3r ° c C R E 0Dm m m ° y > moo 0 m -lj R OIo m o mu m °mE 2 2 o 0 > MM o0 m 'o o u C Hm E >E Em t o cB "s m oE E > > >o 0 v vn > y 2 O > to R m U p O m 0 o 0 H c � M N c C U U 2 _c c O J U C J N tj C U � JJ UJ Z W CQ NdrCm a. CO/ mUC6 a00 0 0 0 m C O U 12 06 c� C O C D m C VJ0 O mU C O 5 ot EQ T U R R O O JC 15C U Ls Om m � U 'V O m JQ 2J a aaaa� m Jy F 2 2 o Z4 nmu E NnN 'oc o_ c c 1 Ramo —cOc c ON C RO C2 OCC 0 oC m yO 2m `0 OLOC a 00 w o ooU O � o UoO Cnco« LUta � MW mJCm ¢ C Z O? m co M m p Y, 00 C ZIACpmVC 0 ) oz Eo� R> V oy o 0 � ° o w0 > Fn ¢U -(Lw w V UKW F- � mt- 0Ua U. < (9 U) FUm m - UUM u0r �] DBE Directory Listing Firm Name : Flying Leap , Inc. Phone : (404) 234-5474 Date Certified : 04/23/2019 Owner : Anita Leopold Cell : (404) 234-5474 TSB Certified : False Address : 2854 N . Hills Dr. N . E . Fax : SBA 8A Certified : False Address cont' d : Email : City : Atlanta State : GA Zip : 30305 ACDBE : True Web Site : www . flyingleapnow . com Ethnicitv : Caucasian Additional Info : Additional NAICS Code : 452319 Certification Tvpe: WBE NAICS Codes : 448150 , 451212 , 453220 , 541611 , 812331 Work Tvpe : Clothing Accessories Stores , News Dealers and Newsstands , All Other General Merchandise Stores ; Gift , Novelty , and Souvenir Stores , Administrative Management and General Management Consulting Services ; Uniform Supply Service , Non- Industrial Firm Name : 1st Resource Solutions , L . L . C . Phone : 765-618-8800 Date Certified : 08/ 14/2017 Owner : Darryl Sanders Cell : 765-618-8800 TSB Certified : False Address : 1916 W . Wilno Dr, Fax : 888499- 1523 SBA 8A Certified : False Address cont ' d : Email : City : Marion State : IN Zip : 46952 ACDBE : True Web Site : www. 1stresourcesolutions . com Ethnicitv : Black Additional Info : Physical Address : 222 East 34th St . Marion , IN 46953 Certification Tvpe: MBE NAICS Codes : 423390J425120 Work Tvpe : Dowel baskets ; Structural steel ; Precast concrete ; Core bits ; Diamond blades ; White water resign concrete sealant; Truncated drones Firm Name : 24-7 Consulting , LLC Phone : 850-559- 1967 Date Certified : 12/28/2020 Owner : Mellisa McColley Cell : TSB Certified : False Address : 2910 Kerry forest Pkwy D4, Ste 256 Fax : SBA 8A Certified : False Address cont ' d : Email : City : Tallahassee State : FL Zip : 32309 ACDBE : False Web Site : www. 247ConsultingLLC . com Ethnicitv : Caucasian Additional Info : Certification Tvpe: WBE NAICS Codes : 541511 , 541611 , 541612 , 541820 , 541990 , 611430 Work Tvpe : Custom Computer Programming Services ; Administrative Management & General Management Consulting Services ; Human Resources Consulting Services ; Public Relations Agencies ; All Other Professional , Scientific & technical Services ; Professional & Management Development Training Page 1 of 105 Firm Name : Advanced Air, Inc. Phone : 712-323-2173 Date Certified : 01 /01 /2006 Owner: Lisa M . LaMantia Cell : 402-689-7397 TSB Certified : False Address : 101 McCandless Lane , Suite 1 Fax: 712-323-7209 SBA BA Certified : False Address cont'd : Email : City: Council Bluffs State : IA Zip : 51503 ACDBE : True Web Site : www, advancedaircb . com Ethnicitv : Caucasian Additional Info : Certification Tvpe : WBE NAICS Codes : 488119 Work Tvpe : Fixed Base Operation Aircraft Charter, Rental , Maintenance , and Fuel ; Lasergrade/PSI Computer Testing ; Calibration and Flight Training ; Avionics installation/Repair station ( Limited Airframe , Limited Instrument, Limited Radio ) Firm Name : Advanced Traffic Control , Inc. Phone : 319-396-5269 Date Certified : 12/31 /2013 Owner: Vaugn Miller Cell : 515-7774762 TSB Certified : False Address : Fax: 319-396-0328 SBA 8A Certified : False Address cont'd : P . O . Box 8958 Email : City : Cedar Rapids State : IA Zip : 52408 ACDBE : False Web Site : www. advanced-traffic. com Ethnicitv : Hispanic Additional Info : Certification Tvpe : MBE NAICS Codes : 237310 , 238120 Work Tvpe : Traffic Control , Permanent and Temporary Pavement Markings , Traffic Signing , Temporary Barrier Rail , Temporary Stop Lights , Flagging , Message Boards , Modular Glare Screen , Temporary Floodlighting , and Temporary Lane Separator; Reinforcing Steel ( Installation ) Firm Name : Aerial Data Service , Inc. Phone : 918-6224144 Date Certified : 01 /25/2013 Owner: Regina M . Carter Cell : 918-622-4144 TSB Certified : False Address : 2448 E . 81 st Street, STE . 5000 Fax: 918-622-4119 SBA 8A Certified : False Address cont'd : Email : City : Tulsa State : OK Zip : 74137 ACDBE : False Web Site : www, aeriaidata . com Ethnicitv : Caucasian Additional Info : Certification Tvpe : WBE NAICS Codes : 541370 Work Tvpe : Aerial Photography , Surveying , Mobile LiDAR, Digital Mapping Page 5 of 105 Firm Name : Blue Sky Aerospatial LLC Phone : 651 -295-7975 Date Certified : 08/24/2021 Owner : Eugene Skenandore Cell : 651 -295-7975 TSB Certified : False Address : 1192 Saddlebrook Lane Fax : SBA 8A Certified : False Address cont' d : Email : City : Woodbury State : MN Zip : 55125 ACDBE : False Web Site : www. blueskyaerospatial . com Ethnicitv : Native American Additional Info : Surveying and Mapping (except Geophysical ) Services ; CommerfWrRhot3d0apT1yrp@.reMB5 Services NAICS Codes : 541370 , 541922 , 541340 Work Tvpe : Provide aerial data acquisitions using manned and unmanned aircraft , for purposes of engineering design , planning and surveying . Also provide specialized airport ampping for surveying following FAA/AC 16 , 17 , and 18 . Collect and convert digital pictures into 3D models , manipulate data for use in construction projects . Firm Name : Bonnie's Barricades , Inc . Phone : 515-282-8877 Date Certified : 05/20/1985 Owner : Bonnie J . Ruggless Cell : TSB Certified : True Address : 1547 Michigan Street Fax : 515-282-4620 SBA 8A Certified : False Address cont ' d : Email : City : Des Moines State : IA Zip : 50314-3532 ACDBE : False Web Site : Ethnicitv : Caucasian Additional Info : Certification Tvpe: WBE NAICS Codes : 339950 , 561990 Work Tvpe : Traffic Control and Surveillance ; Manufacturer: Barricades & Signs ; Supplier: Changeable Message Signs Firm Name : Brenda Brown Trucking Phone : 309-235-9385 Date Certified : 05/31 /2019 Owner : Brenda Brown Cell : TSB Certified : False Address : 476 Wilshire Dr. Fax : SBA 8A Certified : False Address cont' d : Email : City : Colona State : IL Zip : 61241 ACDBE : False Web Site : Ethnicitv : Caucasian Additional Info : Certification Tvpe : WBE NAICS Codes : 484220 Work Tvpe : Specialized Freight (except Used Goods) Trucking , Local Page 14 of 105 Firm Name : Collins Concrete LTD Phone : 563-322- 1049 Date Certified : 11 /17/2003 Owner : Shane Hauman Cell : 563-209-7686 TSB Certified : True Address : 1129 W 3rd Street Fax : SBA 8A Certified : True Address cont' d : Email : City : Davenport State : IA Zip : 52802 ACDBE : False Web Site : www. collinsconcrete . net Ethnicitv : Hispanic Additional Info : Certification Tvpe: MBE NAICS Codes : 237310 , 238910 , 561730 , 484220 Work Tvpe : Bridge Approaches , Catch Basin , Concrete ( Driveways , Sidewalks , Misc. Flatwork) , Demolition , Erosion Control ( Seed , Sod , and Rip-Rap ) , PC Paving , Pavement Patching , Silt Fence , and Trucking Firm Name : Commercial Contracting Supplies , Phone : 302-324-8110 Date Certified : 11 /26/2019 LLC Owner : Rita Skinner Cell : 302420-6755 TSB Certified : False Address : 24 Mowery Rd . Fax : 302-322- 1604 SBA 8A Certified : False Address cont ' d : Email : City : New Castle State : DE Zip : 19702 ACDBE : False Web Site : www . wbesales .com Ethnicitv : Native American Additional Info : Certification Tvpe: WBE NAICS Codes : 425120 Work Tvpe : Broker of roofing materials , solar panels , metal wall and roofing panels Firm Name : Community CPA & Associates , Inc. Phone : 515-288-3188 Date Certified : 05/20/2010 Owner : Ying Sa Cell : 515-720-9233 TSB Certified : True Address : 3816 Ingersoll Avenue Fax : 515-271 -8889 SBA 8A Certified : False Address cont' d : Email : City : Des Moines State : IA Zip : 50312 ACDBE : False Web Site : www. communitycpa . com Ethnicitv : Asian -Pacific Additional Info : Additional Address : 2421 Coral Ct , Suite 1 , Coralville Iowa 52241 Certification Tvpe : WBE NAICS Codes : 541213 Work Tvpe : CPA Audits , Accounting , Payroll , Taxes , and Business Consultation Page 20 of 105 Firm Name : Damel Transportation & Logistics , Phone: 507-434-4088 Date Certified : 10/30/2019 Inc. Owner : Danielle Morem Cell : 507-219- 1151 TSB Certified : False Address : 3412 4th St. N .W. Fax : 507-434-2443 SBA 8A Certified : False Address cont' d : Email : City : Austin State: MN Zip : 55912 ACDBE : False Web Site : Ethnicity : Caucasian Additional Info : Certification Tvpe: WBE NAICS Codes : 484220 Work Tvpe : Providing trucking and hauling , trucking dispatch , freight brokering , freight management and arrangements . Firm Name : Dan Ash Trucking , Inc. Phone : 309-792-5272 Date Certified : 03/02/1992 Owner : Debra Wernick Cell : 309-314-2800 TSB Certified : False Address : 1801 2nd Avenue N Fax : 309-792-3787 SBA 8A Certified : False Address cont ' d : Email : City : Silvis State : IL Zip : 61282 ACDBE : False Web Site : Ethnicitv : Caucasian Additional Info : Certification Tvpe : WBE NAICS Codes : 484220 Work Tvpe : Local trucking of road , building materials Firm Name : Davidson Trucking , Inc. dba Phone : 815-384-3123 Date Certified : 04/26/2017 Davidson Construction Supply Owner : Kama Gross Cell : 815-739-5384 TSB Certified : False Address : 155 E . SR 38 Fax : 815-3844701 SBA 8A Certified : False Address cont ' d : PO Box 67 Email : City : Creston State : IL Zip : 60113 ACDBE : False Web Site : www. davidsonsupply. com Ethnicitv : Caucasian Additional Info : Certification Tvpe: WBE NAICS Codes : 237310 , 325520 , 423320 , 423510 , 484220 Work Tvpe : Supplier: pavement marking materials ; Materials : misc. - joint sealants ; Materials : misc. Cement products ; Supplier: materials : reinforcing steel ; Trucking Page 25 of 105 Firm Name : Iron Works , Inc. Phone : 402-873-3583 Date Certified : 08/30/2002 Owner : Dylan Santana Cell : 402-209-1700 TSB Certified : False Address : 212 South 6th Street Fax : 402-873-3581 SBA 8A Certified : False Address cont' d : Email : City : Nebraska City State : NE Zip : 68410 ACDBE : False Web Site : Ethnicitv : Hispanic Additional Info : Co-Owner: Devin Santana Certification Tvoe : MBE Co-Owner: Jesse Santana NAICS Codes : 238120 , 237310 Work Tvpe : Reinforcing Steel ( Installation ) Firm Name : Isthmus Engineering , Inc. Phone : 651 -288-0300 Date Certified : 11 /25/2013 Owner : Katherine Toghramadjian Cell : 612-306-5774 TSB Certified : False Address : 500 Jackson St. Fax : SBA 8A Certified : False Address cont' d : Email : City : St . Paul State : MN Zip : 55101 ACDBE : False Web Site : www. isthmusengineering . co Ethnicitv : Caucasian Additional Info : Certification Tvpe : WBE NAICS Codes : 541330 , 541512 Work Tvpe : Engineering Services - Civil Engineering ; Computer Systems Design Services - Microstation/Geopak Design , Support and Training Services Firm Name : J & J Boring , Inc. Phone : 636-566-6766 Date Certified : 06/27/2013 Owner : Jennifer Bouquet Cell : 314-249-5141 TSB Certified : False Address : 41 Cardinal Hill Road Fax : 636-668-6816 SBA 8A Certified : False Address cont ' d : P . O. Box 357 Email : City : Winfield State : MO Zip : 63389 ACDBE : False Web Site : www.jjboring . com Ethnicitv : Caucasian Additional Info : Certification Tvpe: WBE NAICS Codes : 238910 , 237110 , 237990 Work Tvpe : Site Preparation Contractors - Horizontal Boring and Construction ; Water and Sewer Line and Related Structures Construction ; Other Heavy and Civil Engineering Construction ell Page 50 of 105 Firm Name : Makaveli Construction & Associates , Phone : 313-766- 1042 Date Certified : 04/28/2020 Inc. Owner : Dawn Montgomery Cell : 248-759-7222 TSB Certified : False Address : 20131 James Couzen Fwy. ; Suite Fax : SBA 8A Certified : False Address cont ' d : 4B Email : City : Detroit State : MI Zip : 48235 ACDBE : False Web Site : www. makaveliconstruction . com Ethnicitv : Black Additional Info : Certification Tvpe : WBE NAICS Codes : 238190 , 238910 Work Tvpe : Other foundation , structure , and building exterior contractors ; Site Preparation Contractors Firm Name : Marr Arnold Planning , LLC Phone : 515-231 -0344 Date Certified : 09/30/2011 Owner : Summer Marr Cell : 515-231 -0344 TSB Certified : False Address : 1328 California Avenue Fax : SBA 8A Certified : False Address cont' d : Email : City : Ames State : IA Zip : 50014 ACDBE : True Web Site : www, marrarnoldplanning . com Ethnicitv : Caucasian Additional Info : Other Owner: Sarah Arnold Certification Tvpe : WBE NAICS Codes : 488190 , 541611 Work Tvpe : Airport Consulting Services , Transportation Planning , Airport Related Services , Public Involvement, and Research ; Administrative Management and General Management Consulting Services ell Firm Name : Marshall Construction , Inc. Phone: 479-369-2268 Date Certified : 08/09/1994 Owner : Janet Marshall Cell : 479-650- 1346 TSB Certified : False Address : 10245 Locust Mountain Road Fax : 479-369-2268 SBA 8A Certified : False Address cont' d : Email : City : Mountainburg State : AR Zip : 72946 ACDBE : False Web Site: Ethnicitv : Caucasian ell Additional Info : Certification Tvpe : WBE NAICS Codes : 238990 , 238120 Work Tvpe : Bridges , Bridge Approaches , Concrete ( Driveways , Sidewalks , and Misc. Flatwork) , and Shoulders (granular) ; Reinforcing Steel ( Installation )and Steel Erection Page 64 of 105 Firm Name : Mid States Rebar and Supply , Inc. Phone : 319-446-7142 Date Certified : 03/02/ 1992 Owner : Anne Duffield Cell : 319-310-5761 TSB Certified : False Address : 3221 73rd Street Fax : 319-364-3938 SBA 8A Certified : False Address cont ' d : Email : City : Atkins State : IA Zip : 52206 ACDBE : False Web Site : Ethnicitv : Caucasian Additional Info : Additional Phone # : 319-364-6474 Certification Tvoe : WBE Additional Address : 1825 E Avenue NW, Cedar Rapids , IA 52405 NAICS Codes : 237310 , 238110 , 561730 , 238910 , 238990 , 238190 , 237990 , 238120 , 237110 , 561990 , 332618 , 331110 , 331221 , 332312 , 423930 , 424310 , 424690 , 424610 , 423390 , 423510 Work Tvpe : Attenuators , Bridge Approaches , Concrete ( Driveways , Sidewalks , and Misc. Flatwork) , Concrete Barrier Rail , Concrete Pumping , Crash Cushions , Culvert Pipe , Dowels , Engineering Fabric, Erosion Control (Seed , Sod and Rip- Rap ) , Excavation , Fencing , Flowable Mortar, Geo Grid , Guardrail . Landscaping (Trees and Shrubs ) , Mowing , Ornamental Rail , Paved Sidewalk/Recreational Trails , Pavement Joints (Sealing , Sawing and Routing ) , Pavement Patching , Paving Baskets , Paving Subbase , Reinforcing Steel ( Installation ), Removals , Retaining Walls , Shoulders (Granular) , Shoulders ( Paved ) , Storm Sewer/Intakes , Subdrains , Traffic Control , and Tree and Stump Removal ( Clearing and Grubbing) ; Manufacturer/Supplier: Epoxy and Black Reinforcing Steel , Dowels , Paving ( CD) Baskets , Dowels , Reinforcing Epoxy Street , Reinforcing Black Steel , ADA Pads , and Epoxy Products ; Wholesaler: Recyclable Materials Merchant Wholesaler, Fabric/Textile Merchant Wholesaler, Other Chemical and Allied Products Merchant Wholesaler, Plastic Material/Basic Forms/Shapes Merchant Wholesaler, and Other Construction Materials Merchant Wholesaler, Metal Service Centers and Other Metal Merchant Wholesalers Firm Name : Midwest Borings , Inc. Phone : 320-743-2400 Date Certified : 06/29/2018 Owner : Lynette Schillewaert Cell : 612-865-2430 TSB Certified : False Address : P . O . Box 38 Fax : 320-743-5487 SBA 8A Certified : False Address cont ' d : Email : City : Santiago State : MN Zip : 55377 ACDBE : False Web Site : Ethnicitv : Caucasian Additional Info : Certification Tvoe : WBE NAICS Codes : 237110 , 238990 , 238910 , 423390 , 484220 Work Tvoe : Firm providing Horizontal Drilling , Jackings , Tunneling , Boring , and Trucking Services ; Supplier of Steel Casing , Pipe and Related Materials Page 68 of 105 Firm Name : Midwest Construction Services & Phone : 636-337-7290 Date Certified : 11 /13/2013 Products , LLC Owner : Cindy Thorne Cell : 636-524-2669 TSB Certified : False Address : 13219 State Hwy CC Fax : 636-586-7290 SBA 8A Certified : False Address cont' d : Email : City : DeSoto State : MO Zip : 63020 ACDBE : False Web Site : Ethnicitv : Caucasian Additional Info : Certification Tvpe : WBE NAICS Codes : 425120 , 423990 , 561730 Work Tvpe : Wholesale Trade Agents and Brokers ; Other Miscellaneous Durable Goods Merchant Wholesalers ; Landscaping Services Firm Name : Midwest Contractors , Inc. Phone : 319-266-2528 Date Certified : 05/09/1994 Owner : Dorinda Pounds Cell : 319-269-3328 TSB Certified : False Address : 308 Franklin St. Fax : 319-268-2036 SBA 8A Certified : False Address cont ' d : P . O . Box 279 Email : City : Cedar Falls State : IA Zip : 50613 ACDBE : False Web Site : Ethnicitv : Caucasian Additional Info : Certification Tvpe: WBE NAICS Codes : 237310 , 238990 , 561990 Work Tvpe : Asphalt Paving , Bridge Approaches , Concrete ( Driveways , Sidewalks , and Misc. Flatwork) , PC Paving , Paved Sidewalk/Recreational Trails , Pavement Joints (Sealing , Sawing , and Routing ) , Pavement Patching , Paving Baskets , and Traffic Control Firm Name : Mil Geospatial , LLC Phone : 414-801 -5924 Date Certified : 10/01 /2020 Owner : Priyanka Miller Cell : 414-801 -5924 TSB Certified : False Address : 3239 E . Isabella Ave . Fax : SBA 8A Certified : False Address cont ' d : Email : City : Mesa State : AZ Zip : 85204 ACDBE : False Web Site : www. milgeospatial . com Ethnicitv : Asian- Pacific Additional Info : Certification Tvpe: WBE NAICS Codes : 541370 Work Tvpe : GIS Mapping Services/Geospatial Mapping Services ; Professional & Management Development Training ; Research-Geospatial Data Collection & Inventory Tracking/HPMS ; Surveying ( Geophysical ) ; Traffic Engineering Study ( NAICS Code : 541370) Page 69 of 105 Firm Name : P .J . R . & Associates , Inc. Phone : 618426-3325 Date Certified : 05/06/2009 Owner : Jaime Lodge Cell : 618-534- 1756 TSB Certified : False Address : 4883 Rock Crusher Road Fax : 618426-3713 SBA 8A Certified : False Address cont' d : P . O . Box 9 Email : City : Campbell Hill State : IL Zip : 62916 ACDBE : False Web Site : Ethnicitv : Caucasian Additional Info : Certification Tvpe : WBE NAICS Codes : 237310 Work Tvpe : Steel , Structural - Erection Steel , Reinforcing - Rebar Placement Welding Firm Name : P3 Infrastructure , Inc. Phone : 330-408-9501 Date Certified : 11 /30/2020 Owner : Puneet Singh Cell : 216-272-6777 TSB Certified : False Address : 671 McCauley Rd . Fax : SBA 8A Certified : False Address cont' d : Email : City : Stow State : OH Zip : 44224 ACDBE : False Web Site : www. P3- Isom Ethnicitv : Subcontinent Asian Additional Info : Certification Tvpe : MBE NAICS Codes : 325510 Work Tvpe : Paint and Coating Manufacturing Firm Name : Paco Construction , LLC Phone : 515-240-0625 Date Certified : 11 /09/2006 Owner : Gustavo Z . Villarreal Cell : 515-240-0625 TSB Certified : True Address : 9410 SE 56th Avenue Fax : SBA 8A Certified : False Address cont' d : Email : City : Runnells State : IA Zip : 50237 ACDBE : False Web Site : Ethnicitv : Hispanic Additional Info : Certification Tvpe: MBE NAICS Codes : 237310 , 238910 , 561730 , 237990 , 484220 Work Tvpe : Asphalt Paving , Asphalt Services Misc. , Concrete ( Driveway , Sidewalks , Misc. Flatwork) , Demolition , Erosion Control (Seed , Sod , and Rip- Rap) , Guardrail , Landscaping (Trees and Shrubs ) , Milling , Paved Sidewalk/Recreational Trails , Removals , Retaining Walls , and Trucking Page 75 of 105 Firm Name : Rockette Trucking & Construction Phone : 563-933-2035 Date Certified : 11 /18/1987 Ltd , Owner : Connie J . Ross-Steger Cell : 563-920-4027 TSB Certified : True Address : 16553 East Mission Road Fax : 563-933-2094 SBA 8A Certified : False Address cont ' d : Email : City : Strawberry Point State : IA Zip : 52076 ACDBE : False Web Site : Ethnicitv : Caucasian Additional Info : Certification Tvpe : WBE NAICS Codes : 237310 , 561730 , 238910 , 484220 Work Tvpe : Asphalt Services Misc. , Culvert Pipe , Erosion Control ( Seed , Sod , and Rip-Rap) , Excavation , Paved Sidewalk/Recreational Trails , Pavement Breaking , Paving Baskets , Paving Subbase , Shoulders (granular) , Subdrains , Tree and Stump Removal ( Clearing and Grubbing ) , and Trucking Firm Name : Rosales + Partners , Inc. Phone : 617-247-7499 Date Certified : 12/ 14/ 1999 Owner : Miguel Rosales Cell : 617-501 -6202 TSB Certified : False Address : 10 Derne St. Fax : SBA 8A Certified : False Address cont ' d : Email : City : Boston State : MA Zip : 02114 ACDBE : False Web Site : www. rosalespartners . com Ethnicitv : Hispanic Additional Info : Certification Tvpe : MBE NAICS Codes : 541310 , 541320 Work Tvpe : Architectural Services : Specializing in Aesthetic Conceptual Design of Bridges ; Facilitators for Community Participation in the Design of Bridges and Transportation Facilities Firm Name : Royal Crane Service , Inc . Phone : 708-974-0832 Date Certified : 06/03/2009 Owner : John Mooncotch , Jr. Cell : TSB Certified : False Address : 3950 W. 155th St . Fax : 708-974-0865 SBA 8A Certified : False Address cont' d : Email : City : Markham State : IL Zip : 60428 ACDBE : False Web Site : www. royalcrane . us Ethnicitv : Hispanic Additional Info : Certification Tvpe : MBE NAICS Codes : 532412 , 484220 , 238990 Work Tvpe : Crane Rental Service With Operators ; Crane Rental Service Without Operators ; Dump Truck Hauling Page 85 of 105 Firm Name : Thunderbird Electric Supply , LLC Phone : 816-637-9070 Date Certified : 05/22/2018 Owner : Terri Ritchie Cell : 816-808-3466 TSB Certified : False Address : 1450 Kearney Rd . , Suite C Fax : 816-637-9094 SBA 8A Certified : False Address cont ' d : Email : City : Excelsior Springs State : MO Zip : 64024 ACDBE : False Web Site : www. thunderbirdefectric. net Ethnicitv : Caucasian Additional Info : Certification Tvpe: WBE NAICS Codes : 423610 , 238210 , 444190 Work Tvpe : Electrical Apparatus and Equipment, Wiring Supplies , and Related Equipment Merchant Wholesalers , Electrical Contractors and Other Wiring Installation Contractors , Other Building Material Dealers Firm Name : Tiedt Nursery , Ltd . Phone : 319-352-0418 Date Certified : 01 /14/1992 Owner : Vallarie I . Holm Cell : 319-240-2369 TSB Certified : True Address : 2419 E . Bremer Avenue Fax : 319-352-0400 SBA 8A Certified : False Address cont' d : Email : City : Waverly State: IA Zip : 50677 ACDBE : False Web Site: Ethnicitv : Caucasian Additional Info : Certification Tvpe : WBE NAICS Codes : 561730 , 238990, 237990 Work Tvpe : Erosion Control (Seed , Sod , Mat, and Silt Fence), Fencing , Herbicide Application ; Landscaping (Trees and Shrubs), Mowing , and Retaining Walls ; Supplier: Trees , Shrubs , Seed , Fertilizer, Erosion Control Products , Plastic Tubing , and Fencing Firm Name : Toppert Jetting Service , Inc Phone: 309-755-0600 Date Certified : 01 /19/2017 Owner : Debra J . Toppert Cell : 309-314-5947 TSB Certified : False Address : 1350 10th Street Fax : 309-755- 1966 SBA 8A Certified : False Address cont ' d : Email : City : East Moline State: IL Zip : 61244 ACDBE : False Web Site : www. toppert . com Ethnicitv : Caucasian Additional Info : Certification Tvpe: WBE NAICS Codes : 237110 , 237310 , 238910 , 238990 , 561730, 561790 , 562112 Work Tvpe: Dewatering and Bypass Pumping ; Sewer/Water Maintenance ; Pavement Marking : Removal ; Hydro- Excavation ; Graffiti Removal Hydroblasting , Sweeping , & Power Vacuuming ; Vegetation Spraying ; Power Washing ; Containment And Removal Of Hazardous Waste, Page 96 of 105 BID BOND KNOW ALL MEN BY THESE PRESENTS , that we, Langman Construction, Inc . as Principal , and Employers Mutual Casualty Company as Surety are held and firmly bound unto the CITY OF WATERLOO , Iowa , hereinafter called "OWNER . " In the penal sum *** Five Percent of the Bid Amount' 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 30th day of September 2021 , for US Highway 63 Sanitary Sewer Upgrades, Phase I - Contract TV5. 1037 NOW, THEREFORE , (a ) If said Bid shall be rejected , or in the alternate , ( b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the form specified and shall furnish a bond for his faithful performance of said contract, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the agreement created by the acceptance of said Bid , Then this obligation shall be void , otherwise the same shall remain in force and effect; it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall , in no event, exceed the penal amount of this obligation as herein stated . By virtue of statutory authority, the full amount of this bid bond shall be forfeited to the Owner in liquidation of damages sustained in the event that the Principal fails to execute the contract and provide the bond as provided in the specifications or by law. The Surety , for value received , hereby stipulates and agrees that the obligations of said Surety and its bond shall be in no way impaired or affected by any extension of the time within which the Owner may accept such Bid or execute such contract; and said Surety does hereby waive notice of any such extension . IN WITNESS WHEREOF , the Principal and the Surety , have hereunto set their hands and seals , and such of them as are corporations , have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers this 30th day of September A. D . 2021. Langman Construction, Inc . ( Seal ) Pral By Zooe od, z1 �. C ar erfs . La man(Title ) Chairman Emplo Mutual Casualty Company ( Seal) Wi ss Surety Witness Laura A . Foust Attorney-in -fact Bid Bond BBA of 1 US Hwy 63 Sanitary Sewer Upgrades Ph I AECOM #60651387 Contract No. 1037 Waterloo, Iowa AIFEMC P. O. Box 712 • Des Moines, Iowa 503061110712 INSURANCE POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY- IN- FACT KNOW ALL MEN BY THESE PRESENTS, that : 1 . Employers Mutual Casualty Company, an Iowa Corporation 4. Illinois EMCASCO Insurance Company, an Iowa Corporation 2, EMCASCO Insurance Company, an Iowa Corporation 5. Dakota Fire Insurance Company, a North Dakota Corporation 3. Union Insurance Company of Providence, an Iowa Corporation 6. EMC Property & Casualty Company, an Iowa Corporation hereinafter referred to severally as "Company" and collectively as "Companies', each does , by these presents, make, constitute and appoint: LAURA A . FOUST its true and lawful attorney-in-fact, with full power and authority conferred to sign, seal, and execute the Bid Bond Inan amount not exceeding Ten Million Dollars . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .$ 101000,000 .00 and to bind each Company thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of each such Company, and all of the acts of said attorney pursuant to the authority hereby given are hereby ratified and confirmed. AUTHORITY FOR POWER OF ATTORNEY This Power-of-Attomey is made and executed pursuant to and by the authority of the following resolution of the Boards of Directors of each of the Companies at the se first regularly scheduled meeting of each company duly called and held in 1999: RESOLVED : The President and Chief Executive Officer, any Vice President, the Treasurer and the Secretary of Employers Mutual Casualty Company shall have power and authority to (1 ) appoint attorneys-in-fact and authorize them to execute on behalf of each Company and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof; and (2) to remove any such attomey4n-fact at any time and revoke the power and authority given to him or her. Attomeys-in-fact shall have power and authority, subject to the terms and limitations of the power-of-attomey issued to them, to execute and deliver on behalf of the Company, and to attach the seal of the Company thereto, bonds and undertakings , recognizances , contracts of indemnity and other writings obligatory in the nature thereof, and any such instrument executed by any such attorney-in-fact shall be fully and in all respects binding upon the Company. Certification as to the validity of anypower-of-attomey authorized herein made by an officer of Employers Mutual Casualty Company shall be fully and in all respects binding upon this Company. The facsimile or mechanically reproduced signature of such officer, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power-of-attorney of the Company, shall a valid and binding upon the Company with the same force and effect as though manually affixed. IN WITNESS THEREOF, the Companies have caused these presents to be sign d for each by their officers as shown, and the Corporate seals to b hereto affixed this Ile 30th day of March 2020 Seals Koo s,pp�✓�� INSVA '', `� pOMPgN'., ;`Piv a �q'., ott R. Jean , P dent & CEO Todd Strother, Executive Vice President v , `PppR'' C,� a`;.`oRPo�; so=. of Company 1 ; firman, President Chief Legal Officer & Secretary of 0 ,: ° = = 4`=_`° k"TFO S q ¢ _ �` ��.�� = & CEO of Comp ies 2, 3, 4, 5 & 6 Companies 1 , 2, 3, 4, 5 & 6 z SEAL = = N = � 1853 1953 ' < = : mss° : " z IOWA l % ' � y % .`,o . �� ''', , : t : 2 ''qvir,„ O � ,� ', , ,, IOWA * ilik X01 , 0 �'c °w On this 30th day of March 2020 before me a Notary Public in and for the State of Iowa, personally appeared Scott R. Jean and Todd Strother, who, being by me duly swom, Ne ` �SURAhYo,, 0, OuRgHCP,,' `�UYUAL C''' P n (� � , , , , , , ; 5 �. '0 did say that they are, and are known to me to be the CEO, Chairman , resident, Executive yV`�ORP°R"p''`v' 4N OP"°R"T : °Q ': • J}'.,� �`4pP°^"r ', . - Vice President, Chief Legal Officer and/or Secretary, respectively, of each of the Companies W : SEAL0 Zi o SEAL t SEAL above; that the seals affixed to this instrument are the seals of said corporations; that said instrument was signed and sealed on behalf of each of the Companies by authority of their gown ,:' R7H* it Its DAK �uNEs. respective Boards of Directors; and that the said Scott R. Jean and Todd Strother, as such officers, acknowledged the execution of said instrument to be their voluntary act and deed, and the voluntary act and deed of each of the Companies. KATHY LOVERIOGE My Commission Expires October 10, 2022. + F my�� 7W69 40dw 10, 2002 Notary Publi6 in and for the State ofAowa CERTIFICATE I, James D. Clough, Vice President of the Companies, do hereby certify that the foregoing resolution of the Boards of Directors by each of the Companies, and this Power of Attorney issued pursuant thereto on 30th day of March 2020 , are true and correct and are still in full force and effect. In Testimony Whereof I have subscribed my name and affixed the facsimile seal of each Company this 30th day of September 2021 l Vice President 7854 (3-20) 1301481 o-NA A3569 964 A 000000 "For verification of the authenticity of the Power of Attorney you may call (515) 345-2689."