Loading...
HomeMy WebLinkAboutWRH, Inc.P.O.Box 256 Amana, IA 52203 Official Bid FY 2024 Titus Lift Station and Force Main City Clerk City Hall 715 Mulberry St Waterloo, IA 50703 P.O. Box 256 Amana, IA 52203 WRH, Inc. Bid Security FY 2024 Titus Lift Station and Force Main City Clerk City Hall 715 Mulberry St Waterloo, IA 50703 FORM OF BID OR PROPOSAL ADDENDUM NO. 2--12/07/2023 FY 2024 TITUS LIFT STATION AND FORCE MAIN CONTRACT NO. 975 CITY OF WATERLOO, IOWA Honorable Mayor and City Council Waterloo, Iowa Gentlemen: 1. The undersigned, being a Corporation existing under the laws of the State of Iowa a Partnership consisting of the following partners: having familiarized (himself) (themselves) (itself) with the existing conditions on the project area affecting the cost of the work, and with all the contract documents listed in the Table of Contents and Addenda (if any), as prepared by AECOM now on file in the office of the City Clerk, City Hall, Waterloo, Iowa, hereby proposes to furnish all supervision, technical personnel, labor, materials, machinery, tools, appurtenances, equipment, and services, including utility and transportation services required to construct and complete the TITUS LIFT STATION AND FORCE MAIN, CONTRACT NO. 975, all in accordance with the above -listed documents and for the unit prices for work in place for the following items and quantities: FY 2024 TITUS LIFT STATION AND FORCE MAIN CONTRACT NO. 975 Item No. SUDAS - Measurement & Description Unit Estimated Quantities Unit Bid Price Total Bid Price Payment BASE BID 1 11020-A MOBILIZATION LS 1.0 $-3-, a ; $SSa000« $ /y o00 `-?' 2 8030-A TRAFFIC CONTROL LS 1.0 $/910,0`? 3 2010-C CLEARING AND GRUBBING LS 1.0 ` $ I 00 $Y4-e i cA 4 3010-BLS EXISTING PUMP BUILDING, PUMP VAULT AND VALVE VAULT REMOVAL 1.0 $� co.$ c�vc� ccv� 41C =-° $ 5 3010-B IMPORT FILL FOR LIFT STATION SITE CY 250.0 $ jpcc) 6 3010-B IMPORT FILL FOR TRENCH REMOVALS CY 1,500.0 $ 3,51 $,S-s oci4 7 2010-D-3 IMPORT TOPSOIL CY 2,420.0 $Yo• Qs" $t/eco.`� Si! 7cc e_c: 8 AS PER PLANS LIFT STATION WET WELL AND VALVE VAULT LS 1.0 $/ ?co 60: 9 AS PER PLANS ELECTRICAL EQUIPMENT BUILDING LS 1.0 Sty v $1/4,0. coo 10 AS PER PLANS SITE ELECTRICAL LS 1.0 $12.o00-7 `$lZoo ,cv 11 AS PER PLANS METERING MANHOLE LS 1.0 $(4 oo[ $(oiooe 12 4010-G AIR RELEASE MANHOLE AT TITUS LIFT STATION EA 1.0 $ 7S o00`� i $ 7S z- ,C 13 4010-G AIR RELEASE MANHOLE EA 5.0 $/Yw $ ,a/coos 14 6010-A 48" MANHOLE EA 2.0 $ a2,owQ' $ 9yeoco (11 15 AS PER PLANS STAND-BY GENERATOR - TITUS LS 1.0 Scr.. 0.0; $ ‘tc,% 16 ITEM INTENTIONALLY OMITTED 17 3010 B UNCLASSIFIED MATERIAL (REMOVAL OF RAPPABLE ROCK) CY 500.0 $ S0. $ - cG co 18 3010-B ROCK EXCAVATION CY 500.0 $60• c $-30, oco•° 19 3010-C FOUNDATION ROCK TON 150.0 $7o. cr $/0S-00 FORM OF BID - Addendum No. 2 AECOM #60590223 CONTRACT NO. 975 FB-1 of 3 FY 2024 TITUS LIFT STATION AND FORCE MAIN 20 3010-F TRENCH COMPACTION TESTING LS 1.0 $/2,0,f at $IZ,oco 21 4010-L LF 290.0 $ e` $)j, 7So? ABANDON AND PLUG 12" SANITARY SEWER 76-- 22 4060 SANITARY SEWER FORCE MAIN TESTING LS 1.0 $33/ eve,. $33,oap,a $2,oct 23 4060 CLEANING, INSPECTION AND TESTING OF LS 1.0 SANITARY SEWER GRAVITY MAINS ��� 24 4010-A-1 LF 232.8 $a`W� 18" CUT SANITARY SEWER GRAVITY MAIN OPEN c o 25 4010 A 2 LF 8 7,340. /'/ may, /ir: Yi76047,y;' --- 12" SANITARY SEWER FORCE MAIN DIRECTIONAL DRILLING 26 --- ITEM INTENTIONALLY OMITTED --- --- 27 4010-A-1 12" CUT SANITARY SEWER FORCE MAIN OPEN LF 653.6 $/4S Gv /�_ 28 4010 A 1 LF 55.0 $ / /2/60. 0 116 ` ,° 8" SANITARY SEWER GRAVITY MAIN, DUCTILE IRON - OPEN CUT e.,ZQ 29 5010 4-INCH STEEL CASING PIPE WITH 2-INCH PVC COMMUNICATION CONDUIT LF 322.7 $ 360 30 5010 B 2 24" STEEL CASING WITH 12" SANITARY LF 392.9 1/l iO ` y O41� SEWER FORCE MAIN 31 5010-C-2 FORCE MAIN FITTINGS LBS 3,875.0 $ $36,,,,„oe. ° �� 000. 32 6010 G 1 CONNECTION TO EXISTING SANITARY MANHOLE EA 2.0 $3 ct,0 33 5010-E-1 WATER SERVICE, TRENCHED, COPPER, 1- INCH, INTEGRAL RESTRAINED JOINTS LF 95.0 �� IOQ IS-0, 34 7010-A 6" PCC PAVEMENT SY 715.6 `'° $�7 cif?° 35 7030 GRAVEL SURFACING SY 125.1 $30, vo $3, ?n,4 36 7030 CRUSHED STONE - CLASS "A" SY 715.6 $.2.0 "0 $/ipazt- /0, 9So 37 9010 B SEEDING, FERTILIZING AND MULCHING FOR AC 1.9 $ �� $ HYDRAULIC SEEDING - TYPE 1 SEED MIX 38 9010-B SEEDING, FERTILIZING AND MULCHING FOR HYDRAULIC SEEDING - TYPE 2 SEED MIX AC 1.9 S a�,, $ 1, Scow 39 9010 B SEEDING, FERTILIZING AND MULCHING FOR HYDRAULIC SEEDING - TYPE 4 SEED MIX AC 1.1 ,Soo=° $3 i-%ba 40 9010 B SEEDING, FERTILIZING AND MULCHING FOR AC 1.1 3, o.. t 2, no °t HYDRAULIC SEEDING - TYPE 5 SEED MIX 41 9040-N-1 SILT FENCE LF 2,900.0 °° $ k, 2"i3' $ 3 42 9040 LS 1.0 $,,so $3,Soo SWPPP REQUIREMENTS 43 9060-A 6' CHAIN -LINK FENCE LF 360.3 52 $ Z/,6// $ 6-0 44 9060-B 16' CHAIN -LINK GATE EA 2.0 $ /soo cc $$S,oeo w 45 AS PER PLANS FORCE MAIN WARNING SIGN EA 5.0 $ / 60 at $ , flj "-� PROJECT TOTAL $ $61/S1 Og 2. It is understood that the quantities set forth are approximate only and subject to variation and that the unit bid price for the work done shall govern in the actual payment to Contractor. 3. In submitting this bid, the bidder understands that the right is reserved by the City of Waterloo, Iowa, to reject any or all bids. If written notice of the acceptance of this bid is mailed, telegraphed, or delivered to the undersigned within thirty (30) days after the opening thereof, or at any time thereafter before this bid is withdrawn, the undersigned agrees to execute and deliver an agreement in the prescribed form and furnish the required bond and certificate of the insurance within ten (10) days after the agreement is presented to him for signature, and start work within ten (10) days after "Notice to Proceed" is issued. FORM OF BID -Addendum No. 2 CONTRACT NO. 975 AECOM 1160590223 FB-2 of 3 FY 2024 TITUS LIFT STATION AND FORCE MAIN 6 0 0 GG 0 4. Security in the sum of 5 Dollars ($ ) in the form of Bid Bond , is submitted herewith in accordance with the INSTRUCTIONS TO BIDDERS. 5. Attached hereto is a Non -Collusion Affidavit of Prime Contractor. 6. Attached hereto is a Bidder Status Form indicating Resident Bidder Certification ( x ), or Non -Resident Bidder Certification ( ). (Mark one.) 7 The bidder is prepared to submit a financial and experience statement upon request. 8. The Prime Contractor and Subcontractor(s), which have performed an aggregate of $10,000.00 in work for the City in the current calendar year, are prepared to submit an AAP or Update and an EOC, within ten (10) days of notification that the bid submitted is lowest and acceptable 9. The bidder has received the following Addendum or Addenda: Addendum No. 1 Date 11/28/23 2 12/7/23 10. The bidder shall list the MBE/WBE subcontractor(s), amount of subcontracts and bid items on the City of Waterloo Minority and/or Women Business Pre -bid Contact Information Form submitted with this Form of Bid or Proposal. The apparent low Bidder shall submit a list of all other Subcontractor(s) to be used on this Project to the City of Waterloo by 5:00 p.m. the business day following the day Bids on this Project are due along with the Non -Collusion Affidavits of All Subcontractor(s). The Contractor shall submit information on subcontractors on "SUBCONTRACTOR REQUEST AND APPROVAL" Form to be provided by City prior to approval of contract. The subcontractors listed on this proposal and/or submitted to the Contract Compliance Officer cannot be changed except for the following reasons: 1) The City of Waterloo does not approve the subcontractors. 2) The subcontractors submit in writing that they cannot fulfill their subcontracts. 11. The bidder has filled in all blanks on this proposal. Those blanks not applicable are marked "none" or "NA". 12. The bidder has attached all applicable forms. 13. The Owner reserves the right to select alternates, delete line items, and/or to reduce quantities prior to the award of a contract due to budgetary limitations. BY: WRH, Inc. (Name of Bidder) Bruce Marsh AMA Title 12/14/2023 (Date) Vice President Official Address: (Including Zip Code): PO Box 256, Amana, IA 52203 I.R.S. No. 421012899 FORM OF BID —Addendum No. 2 CONTRACT NO. 975 AECOM #60590223 FB-3 of 3 FY 2024 TITUS LIFT STATION AND FORCE MAIN Bidder Status Form To be completed by all bidders Part A Please answer "Yes" or "No" for each of the following: x x 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. ri 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. x x To be completed by resident bidders Part B My company has maintained offices in Iowa during the past 3 years at the following addresses: Dates: 1 / 1 / 2000 to current / / Address: 1648 T Ave City, State, Zip: South Amana, IA 52334 Dates: / / to / / Address: City, State, Zip: Dates: / / to / / Address: You may attach additional sheet(s) if needed. City, State, Zip: To be completed by non-resident bidders Part C 1. Name of home state or foreign country reported to the Iowa Secretary of State: 2. Does your company's home state or foreign country offer preferences to resident bidders, resident labor force preferences or any other type of preference to bidders or laborers? 3. If you answered "Yes" to question 2, identify each preference offered by your company's home state or foreign country and the appropriate legal citation. Yes l I No You may attach additional sheet(s) if needed. To be completed by all bidders Part D 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: WRH, inc Signature: Date: 12/14/23 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. x x Yes U No My business is currently registered as a contractor with the Iowa Division of Labor. Yes x No My business is a sole proprietorship and I am an Iowa resident for Iowa income tax purposes. Yes x No My business is a general partnership or joint venture. More than 50 percent of the general partners or joint venture parties are residents of Iowa for Iowa income tax purposes. Yes 1J 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 x 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 x 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 x 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 x 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 I 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 x 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 x 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 W Ce wO U. a Z W O Z Wce U)O LL- ZZ MBE/WBE BUS D CONTACT m ce a M N N 0 O) J Titus Lift Station U O nL LL Prime Contractor Name: O 461 0 a) a) a. U) J U) O U (6 c O m c c13 U a) U) a) O 0) c 4d c 0 >, O o w U) c +-' O C Q t ci Q 0 Vice President Contractor Signature: E so O c o • D O- 0 >-, C Q • c O o C • ` ^^ll W a) - O a) •+--' . > O fl Q O (I) U) N > • ( O c (6 0 o N in D c o .0 U (7 Q) O -C) u) L fQ L O = o L O L o a) • "2. a) N O -0 d ai U) C3) a) U i ▪ ' (C3 C3) D c Cr O M U a) L U O CO oO a } o 0 W .o J m c) 0 < W 0 C.) J � � Qmc a�U D O QO tea) U o c < a) O O) f ) O O c r N 0) = 4-, w O) - 0 C C O O .SQ • 4L (7 U) C6 U) L 1- (D O c o W O L off) +�- c `t c (a0 O U) Q) c c O O c ccs o �UC a) �O U a) a) c -0O • - U o a • - a) o o o ? E (NN c o Q. O C Q.- U U) all F- O C a) O O U) � ) CL o _E U N 0 O o _c ▪ '- 4- IS O LW D C O O O >' L L O O o c Q Q a)a)E o -2 (.0t Oc E c ▪ U) • U O mc U) = O U' U `+_ 2 N W 01) CC)}oW� n the event it is determined that MBE/WBE BUS Quotes Received Quotation used in bid Dollar Amount Proposed to be Subcontracted 0 Z >- Dates Contacted O O O ,0 ^V^/, a) Z Z Z Dates Contacted 11/30/23 Cr) N O co Cr) N 11 /30/23 0 c`r) r r r AG Construction Erosion Control Bonnie's Barricades Collins Concrete W m ca EB and Flow c W coO 2n (Form CCO-4) Rev. 06-20-02 CO J o W w W /Q 0_ V U) CC W Q WW U) CC Q Z cr) CONTRACT NO. 1071 O Q UM � CC < to do W4t cO mW Q 2 W � c Z a. W Z2 W � O ZLU Z 03 03 2 C1 i a. D CONTACT 0 0) C a� J Titus Lift Station U C Prime Contractor Na a E L O _ a) U -c 4-/ Q Wu) O a ) O (D -Q (1) C O) 4-I U : a) Q) O -_ (!) • • • L• � o a) U Q� O o U U t. V] o m om U >, C W c13 m 4- W U m • Q A n C.0 c� _c C } (4 Q) 0 (13 pl C O >, U) 4- (13 a) • C O U a✓ c < O H -Q Z O`/) U >' -C O W u) m (6 u) • O a� � m 2 o O Q L Z w Q. CO N 0 Vice President d Contractor Signature: EE wt o.o a) c .� C - Q) O u) Q) () -O O "E D O O- m p N a) O >, coop 4 cm 1 C Q Q O cp O co C W N >. O m a) a)0 L r . 4O U L (o co a) : D '+'-' te--+ Q) a)Oj, >, Cp a� .-C > � O U O Le-'U P.u) a) a� C C ti (II U O O al o O) O ._C '+� to '_..Q u) co U) o a) a.O u) E L L -44 o c O C QO) W-oL DE c) o w U cc) o p (lo u) 1-- o w a) o La wa) 0 C U o CC H - p o C Pa) a) a. O U Q C (II - 15 �_� -- CF E a)4- CL.Z L L O W 0 O O a� 0 0 0 0 U 4_; O U o •� O o N () _ W CO a) o (i) O Ce p_C) (1)1 o C E Za. U > w aW O - ui. s Q-0O F- O Qoon-O=Z so Q /W L OO cp L p o (o >, 0 Z0 (n 0 L7:3 .) C F-W 0 0 C O Ct Q Q Z N Q . a) u) 2 O a� Q) N`' u) u) W o OCCI ro D a W N Q) a) a_, Z COL c a)Q) C ) a) O w C Qu- co c u):oUcn w nC ai O W O o_ W m O Q) mp E O- O- _! 2 p L U U.Q* W co co L O E U O a) O COa) Q (B V) I--' O- CDO a O W O i' C a� W_ Q a p o O co Po E c .c a) J L >, V) a) L O p O p � _c Q W U >, L : acj3 (1) U m ,_, L p O _C -C U p•IC a. _ a. 2 a -0O amC a)a)L a)u' U) O M t E U) U O c� L o C O O u) p a) Q O U 32 C E J E C p L ;+= J U" U Z Q Q) u) m O �� i-- 2 - C co Q Cd O O a) Ili _C _C O C LC) W W } W a In the event Quotes Received Quotation used in bid Dollar Amount Proposed to be Subcontracted o Z CD Dates Contacted 0 0 0 0 0 Z -th a)Z >- Z Z Z Dates Intacted 11/30/23 11/30/23 11/30/23 Co N O CO r O 0 r BE ctors Crowley Construction Company Taylor Construction EL Construction er l.,vnstructuoi cli L W C 2n 0 (Form CCO-4) Rev. 06-20-02 (i)J= Lu o W � W � Q u) QW W W U) z co N 0 N L}i CONTRACT NO. 1071 •ct CO (0 0) 0 (D U w f0 E 1L richerich306@pmail.com acccontrolco@aoi.com E O U O O >- m N C g t D C O tit fa americanconstructionsupplies@gma il.com jsonmor@aurafabricators.com barricades@netzero.com kathy@boyswaterproducts.com shaneh@collinsconcrete.net E U L. 3 @� 3 O 0 .O lau'Jwou@1L66sws kevin.ragan@ifi-P.roup.com rocksvillarreal@aol.com tbusta @ iowaplains.com o 1) 4a 0 E W pj jappbros@abbnebraska.com IA - Iowa DOT - DBE leaderconstruction@ymail.com Minority and Disadvantaged Affiliations IA - Iowa DOT- DBE,MN - MUCP - DBE,MN - MUCP - MBE IL - Illinois DOT - DBE,LA - Iowa DOT - DBE IA - Iowa DOT - DBE NC - North Carolina DOT - DBE ,NC - North Carolina DOT - WBE,TN -Tennessee DOT - DBE,CO - Colorado DOT / Colorado UCP - DBE,LA - Louisiana DOTD - DBE ,MO - Missouri DOT - DBE,ND - North Dakota DOT - DBE ,SD - South Dakota DOT DBE ,MI - Wayne County - DBE,WI - Wisconsin DOT - DBE,FL - Florida DOT - DBE,TX - TxDOT - DBE,MI - Michigan DOT- DBE,SC - South Carolina DOT- DBE ,TX - City of Austin - DBE,IL - Illinois DOT - DBE,GA - Georgia DOT / Georgia State UCP,IA - Iowa DOT - DBE ,AL - DOT / UCP - ALUCP,CO - City and County of Denver - DBE / Colorado UCP - DBE,KY - Kentucky Transportation Cabinet - DBE,RI - State of Rhode Island - DBE,KY - Kentucky Transportation Cabinet - SBE,NC - North Carolina DOT - DBE,TX -Texas Department of Transportation - DBE,TX -TUCP - DBE,AL- ALDOT - DBE,NC - UCP - DBE,FL - VTA - DBE ,MI - Detroit DOT - DBE ,TX - SCTRCA - DBE,GA - GDOT- DBE,PA - Pennsylvania UCP - DBE,MS - Mississippi DOT - DBE,LA - Louis Armstrong New Orleans International Airport - DBE,WI- State of Wisconsin - WBE MN - MUCP - DBE,MN - MMD - Economically Disadvantaged,MN - MMD - Targetcd Groups,MN - MMD -Veterans,SD -South Dakota DOT- DBE,ND - North Dakota DOT - DBE ,IA - Iowa DOT - DBE ,WI - Wisconsin DOT - DBE,RI - State of Rhode Island - DBE,HI - Hawaii DOT - DBE,WI - State of Wisconsin - MBE,WI - State of Wisconsin - WBE,MN - MUCP - WBE,HI - Hawaii DOT - SBE IA - Iowa DOT - DBE ,IA - State of Iowa - TSB MN - MUCP - DBE,MN - MMD - Veterans,MN - CERT Program - SBE,MN - CERT Program - WBE,SD - South Dakota DOT - DBE ,ND - North Dakota DOT - DBE ,IA - Iowa DOT - DBE ,RI - State of Rhode Island - DBE,MN - MUCP - WBE Federal - 8 - a - Section 8 - a Certified,IL - Illinois DOT - DBE,GA - Georgia DOT / Georgia State UCP,IA - Iowa DOT- DBE ,GA - GDOT- DBE WI - City of Madison - SBE,IL - Illinois DOT - DBE,1A - Iowa DOT - DBE ,WI - Wisconsin DOT - DBE,MN - MUCP - DBE,WI - State of Wisconsin - WBE,WI - City of Madison - DBE,MN - MUCP - WBE,SD - South Dakota DOT - DBE MO - Missouri DOT - DBE,IA - Iowa DOT - DBE ,MO - State of Missouri - WBE IL - State of Illinois - VOSB IA - Iowa DOT - DBE ,IA - State of Iowa - TSB WY - Wyoming DOT - DBE,CO - Colorado DOT / Colorado UCP - DBE CA - Los Angeles County Metropolitan Transportation Authority - DBE,TX - NCTRCA - DBE,WI - Milwaukee County - DBE,NY - NYSDOT - DBE ,CT - CTDOT - DBE,AK - AKDOT - DBE,IL - Illinois DOT - DBE,IA - Iowa DOT - DBE ,NC - North Carolina DOT - DBE ,PA - Pennsylvania UCP - DBE,MI - Detroit DOT - DBE ,MA - State of Massachusetts - MBE,AZ - Arizona DOT - DBE,OH - Ohio DOT - DBE,NC - North Carolina DOT - MBE,KY - Kentucky Transportation Cabinet - DBE,KY - Kentucky Transportation Cabinet - SBE,TX - SCTRCA - DBE,TX - TxDOT - DBE,TX - City of Austin - DBE,GA - Georgia DOT / Georgia State UCP,UT - DOT/UCP - DBE,WI - City of Madison - DBE,PA - Pennsylvania DOT-SBE,FL - City of St. Petersburg - SBE,IL - BEP - MBE,NY/NJ - Port Authority of New York and New Jersey - DBE,NY - Niagara Frontier Transportation Authority - DBE ,MI - Wayne County - DBE,MA - State of Massachusetts - DBE,NC - North Carolina DOT - DBE,CA - CUCP, METRO/LA County MTA - DBE,OH - Ohio Unified Certification Program - DBE,NC - UCP - DBE,AZ - Arizona DOT - ACDBE,MA - Massechusetts Department of Transportation - MBE,NC - UCP - MBE,AZ - Arizona DOT - SB,VA - DSBSD - DBE,CA - CADOT - DBE,CA - CADOT - DBE,MA - City of Boston - SLBE/MWBE,MD - Maryland DOT - DBE,MD - Maryland DOT - DBE,IN - Indiana DOT - DBE,CA - Port of Lone; Beach - DBE NE - City of Omaha - Tier 2 ESB,IA - Iowa DOT - DBE Transmittal Name I Date Sent I Sent To 1Company Name 3 Seasons Maintenance Landscape ACCESS CONTROL CO., INC C 0 2 ♦+ c 0 o 4 American Construction Supplies Inc. Aura Fabricators Inc. Bonnie's Barricades Boys Water Products _ Collins Concrete Crowley Construction Corporation EB & Flow Custom Erosion Control Industrial fence Iowa Landscape Supply Iowa Plains Signing, Inc. -1 a u 7 TS 2 n Y u g V C IT 1Japp Brothers Grading Leader Construction Company Richard Hill Melissa Muskopf Alfredo Galvez u FL- ro Jasmine Sonmor Justin Breese Kathy Boys Shane Hauman Bess Crowley c Jo w n Kevin Ragan Gustavo Villarreal Tom Busta 1 o e: m° cnc 0. a -, 2 Robert Leader 11/30/2023 12:12 11/30/2023 12:12 11/30/2023 12:12I N N m N O O '-1 1-4 11/30/2023 12:12 11/30/2023 12:12 11/30/2023 12:12 11/30/2023 12:12 11/30/2023 12:12 11/30/2023 12:12 11/30/2023 12:12 11/30/2023 12:121 11/30/2023 12:121 N N m N 0 O 1-1 rl r 11/30/2023 12:12 11/30/2023 12:12 iSaFt Standard ITB - InvitetoBid iSaFt Standard ITB - InvitetoBid iSaFt Standard ITB - InvitetoBid 1 00 O M C 1 CO 0 n C n tic LL O N iSaFt Standard ITB - InvitetoBid iSaFt Standard ITB - InvitetoBid ISgFt Standard ITB - InvitetoBid iSaFt Standard ITB - InvitetoBid iSaFt Standard ITB - InvitetoBid iSaFt Standard ITB - InvitetoBid iSaFt Standard ITB - InvitetoBid iSaFt Standard ITB - InvitetoBid iSaFt Standard ITB - InvitetoBid CO 0 N C 1 CO I- 1 c A to LL 0 N iSaFt Standard ITB - InvitetoBid ISgFt Standard ITB - InvitetoBid E 0 U c O M U 4. c 0 0 0 0 c 0 O E O u n E 0 L c) a c 2 .O w CO 0 0 0 0 0 g 0 0 w O 0 0 D z 2 w m 0 0 0 n 3 0 a c 0 t 0 0 w 0 eloca c c 03 m E v c 3 9 c 0 E 0 m 0 0 v LL wl m' 0 0 0 0 3 0 a c 3 O 03 13. A U_ 0_ c 0 0 U 0 fJ N 1 N e-I m 0 N 0 m a L 0 N c-I N, el' 0 N 0 m 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). 4/14-1- 12/14/23 Signature Date Bruce Marsh, Vice President Name and Title of Signer (Please Type) NOTE The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001. EPA-7 5720-4.2 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.qov/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, o r 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, o r 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 prope rtY; (c) Are not presently indicted or otherwise criminally or civilly charged by a government e ntity (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. Bruce Marsh, Vice President Typed Name & Title of Authorized Representative 12/14/23 Signature of Authorized Representative Date 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 Enterprise -Owned (MBE) Business Goal Women Enterprise -Owned (WBE) Business 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.//secure.iowadot.qov/DBE/Home/Index/. Prime contractors' DBE requirements for SRF projects include: o Taking affirmative steps for DBE participation o Documenting the efforts and the proposed utilization of certified DBEs PROJECT INFORMATION SRF Applicant: Bidder: WRH, Inc. Address: 1648 T Ave. South Amana,IA 52334 Contact Person: Bruce Marsh Signature: 7,1-47:L_ Phone Number: 319-622-3816 E-Mail Address: bmarsh@wendlerinc.com Check if Prime Contractor is: Minority -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? x Yes U 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. x 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. x 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? x] 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 x 6. List the potential DBE subcontractors that were contacted. Only list those that are certified through the Iowa Department of Transportation. Name How (e.g. call, fax, Contacted letter, e-mail) phone Response not interested, (e.g. not did competitive) not respond, Eb and Flow Erosion Control email no response OEL Construction email no response Taylor Construction email no response Bonnie's Barricades email no response AG Construction email no response Collins Concrete email no response PROPOSED UTILIZATION OF DBE SUBCONTRACTORS Please include Attachments 4 and 5 to document the proposed utilization of certified DBE subcontractors. 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 DBE1 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 N/A Name Project Titus Name Lift Station Bid/Proposal No. Assistance (if known) Agreement ID No. Point of Contact Address Telephone No. Email Address Prime Contractor Name Issuing/Funding Entity Contract Number Item Description Construction, of Work Submitted Services, to Equipment the Prime Contractor or Supplies Involving Price the of Prime Work Submitted Contractor to DBE Certified by DOT SBA Meets/exceeds YES EPA certification NO standards? Unknown Other: '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 Bruce Marsh Title Date Vice President 12/14/23 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 WRH, Inc. Name Project Titus Name Lift Station Bid/Proposal No. Assistance (if known) Agreement ID No. Point of Contact Address 1648 T Ave, South Amana, Iowa 52334 319-622-3816 No. bmarsh@wendlerinc.com Address Telephone Email Issuing/Funding Entity I If have yes, identified please complete potential the DBE table certified below. subcontractors If no, please explain: YES NO Name/Company Subcontractor Name Company Address/Phone/Email Amount Dollar Currently Certified? DBE Estimated 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 At/h—— Bruce Marsh Date Title Vice President 12/14/23 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. I understand the above prohibitions and certify that the project will be in compliance with all the requirements. Bruce Marsh, Vice President Typed Name & Tftje of Authorized Representative 12/14/23 Signature of Authorized Representative Date SRF-34 January 2021 State of NON -COLLUSION AFFIDAVIT OF PRIME BIDDER Iowa ) County of Linn )ss ) Bruce Marsh , being first duly sworn, deposes and says that: 1 He is (Owner, Partner, Officer, Representative, or Agent) , of WRH , the Bidder that has submitted the attached Bid; 2. He is fully informed respecting the preparation and contents of the attached Bid and of all pertinent circumstances respecting such Bid; 3. Such Bid is genuine and is not a collusive or sham Bid; 4. Neither the said Bidder nor any of its officers, partners, owners, agents, representatives, employees, or parties in interest, including this affiant, has in any way colluded, conspired, connived or agreed, directly or indirectly, with any other Bidder, firm or person to submit a collusive or sham Bid in connection with the Contract for which the attached Bid has been submitted or to refrain from bidding in connection with such Contract, or has in any manner, directly or indirectly, sought by agreement or collusion or communication or conference with any other Bidder, firm or person to fix the price or prices in the attached Bid or of any other Bidder, or, to fix any overhead, profit or cost element of the bid price or the bid price of any other Bidder, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against the City of Waterloo, Iowa, or any person interested in the Proposed Contract; and 5. The price or prices quoted in the attached Bid are fair and proper and are not tainted by any collusion, conspiracy, connivance or unlawful agreement on the part of the Bidder or any of its agents, representatives, owners, employees, or parties in)yiterest,jpcluding this affiant. (Signed) Bruce Marsh, Vice President Title Subscribed and sworn to before me this 14th day of December , 20_23_. Jordan Richey, Notary Public Title My commission expires J LAr- 2Y 2-02c/ JORDAN THOMAS RICHEY Notarial Seal - Iowa Commission Number 832702 My Commission Expires Jun 28, 2024 NON -COLLUSION AFFIDAVIT CONTRACT NO. 975 AECOM #60590223 4,1--/ NCA-1 of 2 FY 2024 TITUS LIFT STATION AND FORCE MAIN EQUAL OPPORTUNITY CLAUSE (As provided in Executive Order No. 11246) All contractors, subcontractors, vendors and suppliers of goods and services doing business with the City and value of said business equals or exceeds ten thousand dollars ($10,000.00) annually agree as follows: 1. The contractors, subcontractor, vendor and supplier of goods and services will not discriminate against any employee or applicant for employment because of race, color, creed, sex, national origin, economic status, age mental or physical handicap, political opinions, or affiliations. The contractor, subcontractor, vendor, and supplier will develop an Affirmative Action program to ensure that applicants are employed and that employees are treated during employment without regard to their race, creed, color, sex, national origin, religion, economic status, age, mental or physical disability, political opinions or affiliations. Such actions shall include but not be limited to the following: a. Employment b. Upgrading c. Demotion or Transfer d. Recruitment and Advertising e. Layoff or Termination f Rates of Pay or Other Forms of Compensation g. Selection for Training Including Apprenticeship 2. The contractor, subcontractor, vendor and supplier of goods and services will, in all solicitations or advertisements for employees, state that all qualified applicants will receive consideration for employment without regard to race, creed, color, sex, national origin, religion, economic status, age, mental or physical disabilities, political opinion or affiliations. 3. The contractor, subcontractor, vendor and supplier or his/her collective bargaining representative will send to each labor union or representative of workers which he/she has a collective bargaining agreement or other contract or understanding, a notice advising said labor union or workers' representative of the contractor's commitment under this section. 4. The contractor, subcontractor, vendor and supplier of goods and services will comply with all published rules, regulations, directives, and order of the City of Waterloo Affirmative Action Program Contract Compliance Provisions. 5. The contractor, subcontractor, vendor and supplier of goods and services will furnish and file compliance reports within such time and upon such forms as provided by the Affirmative Action Officer. Said forms will elicit information as to the policies, procedures, patterns, and practices of each subcontractor as well as the contractor himself/herself and said contractor, subcontractor, vendor and supplier will permit access to his/her employment books, records and accounts to the City's Affirmative Action Officer, for the purpose of investigation to ascertain compliance with this contract and with rules and regulations of the City's Affirmative Action Program Contract Compliance Provisions relative to Resolution No. 24664. 6. In the event of the contractor's non-compliance with the non-discrimination clauses of this contract or with any of such rules, regulations and orders, this contract may be canceled, terminated or suspended in whole or in part and the contractor may be declared ineligible for further contracts in accordance with procedures authorized by the City Council. 7 The contractor, subcontractor, vendor and supplier of goods and services will include, or incorporate by reference, the provisions of the non-discrimination clause in every contract, EQUAL OPPORTUNITY CLAUSE CONTRACT NO. 975 EOC-1 of 2 AECOM #60590223 FY 2024 TITUS LIFT STATION AND FORCE MAIN subcontract or purchase order unless exempted by the rules, regulations, or orders of the City's Affirmative Action Program, and will provide in every subcontract, or purchase order that said provisions will be binding upon each contractor, subcontractor, or supplier. 8. We, the undersigned, recognize that we are morally and legally committed to non-discrimination in employment. Any person who applies for employment with our company will not be discriminated against because of race, creed, color, sex, national origin, economic status, age, mental or physical disabilities. (Signed) (Appropriate Official) Bruce Marsh, Vice President (Title) 12/14/23 (Date) EQUAL OPPORTUNITY CLAUSE CONTRACT NO. 975 AECOM #60590223 EOC-2 of 2 FY 2024 TITUS LIFT STATION AND FORCE MAIN BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, WRH, Inc. as Principal, and Merchants Bonding Company (Mutual) as Surety are held and firmly bound unto the CITY OF WATERLOO , Iowa, hereinafter called "OWNER." In the penal sum Five Percent of the Total Amount Bid Dollars ($ 5% ) lawful money of the United States, for the payment of which sum will and truly be made, we bind ourselves, our heirs, executors, administrators, and successors, jointly and severally, firmly by these presents. The condition of this obligation is such that whereas the Principal has submitted the accompanying bid dated the 14th day of December , 20 23 , for FY 2024 Titus Lift Station and Force Main, Contract No. 975, Waterloo, Iowa NOW, THEREFORE, (a) If said Bid shall be rejected, or in the alternate, (b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the form specified and shall furnish a bond for his faithful performance of said contract, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the agreement created by the acceptance of said Bid, Then this obligation shall be void, otherwise the same shall remain in force and effect; it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. By virtue of statutory authority, the full amount of this bid bond shall be forfeited to the Owner in liquidation of damages sustained in the event that the Principal fails to execute the contract and provide the bond as provided in the specifications or by law. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall be in no way impaired or affected by any extension of the time within which the Owner may accept such Bid or execute such contract; and said Surety does hereby waive notice of any such extension. IN WITNESS WHEREOF, the Principal and the Surety, have hereunto set their hands and seals, and such of them as are corporations, have caused their corporate seals to be hereto affixed and these pres- ents to be signed by their proper officers this 7th day of December , A.D. 2023. Wit Witness Sara Huston BID BOND AECOM 1160590223 WRH, Inc. (Seal) Principal By egvcr( teli4g, i, (Title) vt c ca. 1 itOrpiT Merchants Bonding Company (Mutual) Surety CONTRACT NO. 975 rs er, Attorney -in -fact (Seal) BB-1 of 1 FY 2024 TITUS LIFT STATION AND FORCE MAIN MERCHANTS BONDING COMPANY-0 POWER OF ATTORNEY Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., both being corporations of the State of Iowa, d/b/a Merchants National Indemnity Company (in California only) (herein collectively called the "Companies") do hereby make, constitute and appoint, individually, Anne Crowner; Bailey Beach; Ben 1/Vlliams; Brian J Oestreich; Brian M Deimerly; Cameron M Burt; Cindy Bennett; Colby D White; Craig E Hansen; D Gregory Stitts; Dione R Young; Donald E Appleby; Douglas Muth; Ginger Hoke; Grace Rasmussen; Graydon Dotson; Greg Krier; Jay D Freiermuth; Jennifer Marino; Jessica Jean Rini; Jessie Allen; Joe Tiernan; John Cord; Joshua R Loftis; Kate Zanders; Keeton Welch; Mark R DeWitt; Mark Sweigart; Mary Ashley Allen; Megan A Brown; Michelle R Gruis; Nathan Weaver; R C Bowman; Sara Huston; Sarah C Brown; Seth D Rooker; Ted Jorgensen; Tim McCulloh; Todd Bengford; W R Withrow their true and lawful Attorney(s)-in-Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. This Power -of -Attorney is granted and is signed and sealed by facsimile under and by authority of the following By -Laws adopted by the Board of Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and amended August 14, 2015 and adopted by the Board of Directors of Merchants National Bonding, Inc., on October 16, 2015. "The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys -in -Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof." "The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and aut hority hereby given to the Attorney -in -Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the Attorney -in -Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner - Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation. In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 8th day of November , 2023 •'110Ngj♦ .''0NG CO.. • 4.• P •• 0 O • •C) to • .'? -O- o �: •1—;? -0- .�• 'x' ••2 1933 • sco. ose STATE OF IOWA ♦9,, * s''••. ' • " ' • • COUNTY OF DALLAS ss. On this 8th day of November 2023 before me appeared Larry Taylor, to me personally known, who being by me duly sworn did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument are the Corporate Seals of the Companies; and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. Kim Lee Commisson Number 702737 My Commission Exraes April '14, 2024 MERCHANTS BONDING COMPANY (MUTUAL) MERCHANTS NATIONAL BONDING, INC. dlb/a MERCHANTS NATIONAL INDEMNITY COMPANY President Notary Public (Expiration of notary's commission does not invalidate this instrument) I, William Warner, Jr., Secretary of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., do hereby certify that the above and foregoing is a true and correct copy of the POWER -OF -ATTORNEY executed by said Companies, which is still in full force and effect and has not been amended or revoked. In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this 7th day of December , 2023 .••..............0Nq ••• 1N0 CO(• •• .... •.. •. ••�N0. o •• • ,,,a;•9 • •' 'PoR •••� '• o • RPc •� y.••o q .o : •�.• y• • :Z.2 -o- p:• �: •.�-• . • -o ram•^. • Cr 2: *_ .1933 • -x ;v�. 2003 :�0; dr ' • giri ♦ ♦ • Secretary POA 0018 (10/22)