Loading...
HomeMy WebLinkAboutMunicipal Pipe Tool_, Ind 00:1 :31A1I1 019 MUNICIPAL PIPE TOOL CO., LLC 515 FIFTH STREET • PO BOX 398 HUDSON, IOWA 50643 TO: BID ENCLOSED: FY 2024 CIP PIPELINING PHASE IVB1 BID DATE: FEB. 29, 2024 BID TIME: 1:00 PM CITY OF WATERLOO 715 MULBERRY STREET WATERLOO, IA 50703 co v D m m vo N 0 ZBAI 3SVHd 0 m r 2 2 FORM OF BID OR PROPOSAL FY 2024 CIP Pipelining Phase IVB1 CONTRACT NO. 1102 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 Z 1 naiS a Partnership consisting of the following partners: rk., t_cJ,11_r 4- Jcuun-es k� lLr�n r having familiarized (himself) (themselves) (itself) with the existing conditions on the project area affecting the cost of the work, and with all the contract documents listed in the Table of Contents and Addenda (if any), as prepared by AECOM now on file in the office of the City Clerk, City Hall, Waterloo, Iowa, hereby proposes to furnish all supervision, technical personnel, labor, materials, machinery, tools, appurtenances, equipment, and services, including utility and transportation services required to construct and complete the FY 2024 CIP PIPELINING PHASE IVB1, CONTRACT NO 1102, 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 CIP Pipelining Phase IVB1 CONTRACT NO. 1102 Item Description Unit Estimated Quantiles Unit Price Total Amount BASE BID TM. -a. 1 8" Diameter CIP Pipe Lining LF 5,101.00 $ t $ 1 S% 13I 2 10" Diameter CIP Pipe Lining LF 1,585.00 $ 141 -- $ (Ut-(-i r'1 - 3 12" Diameter CIP Pipe Lining LF 911.00 $ Ii , (() $ Ojj ri ,(pC 4 Lateral Reinstatement EA 189.00 $ .�r� - $ 10 1 j-75 5 3-FT Lateral Grouting EA 189.00 $ 1,.}1i.3-- $ in tls .y. . 6 Pipe Televising 8" LF 10,202.00 $ $ 101 — - I -� 2, v,i 7 Pipe Televising - 10" LF 3,170.00 $ I — $ 7, t i o -A- 8 Pipe Televising - 12" LF 1,822.00 $ 1 1 $ lc() 2-2----- 9 Type A Pipe Cleaning - 8" LF 5,101.00 $ "?_ .C�0 $ j -123l.,Y0�J 10 Type A Pipe Cleaning - 10" LF 1,585.00 $ 7_, $ 4 I y-?mac-f 11 Type A Pipe Cleaning - 12" LF 911.00 $ 2 , ) $ •2 6- .. , 6D 12 Type C Root Removal - 8"-10" LF 3,343.00 $ 1 /_6) $ I4 i -1c , 75 13 Type C Root Removal - 12"-15" LF 455.00 $ ‘ , 2Lj $ c-5( (, pc 14 Type D Lumberjack - 8"-10" LF 3,343.00 $ \ ,')�G) $ 41-)9 ,.7 15 Type D Lumberjack - 12"-15" LF 455.00 $ \ , V%) $ 13 (ENS) .1Cj 16 Protruding Taps Removal EA 45.00 $ rsi9C-. $ .;j:1/425-1ge�" BASE BID TOTAL $ $11I(19ik2-(, FORM OF BID AECOM /160721823 CONTRACT NO. 1102 FB-1 of 3 FY 2024 CIPP BID ALTERNATE NO. 1 101 8" Diameter CIF Pipe Lining LF 2,540.00 $ '�) 1— $ -ig , 7--1O--- 102 Lateral Reinstatement EA 40.00 $ 1s --- $ 94 000 - 103 3-FT Lateral Grouting EA 40.00 $ L( `7SS - $ ({ i Doo - 104 Pipe Televising - 8" LF 5,080.00 $ j ..r $ cjOr60 . - 105 Type A Pipe Cleaning - 8" LF 2,540.00 $ %_ 1 j $ 'it t 2 -- 106 Type C Root Removal - 8"-10" LF 1,270.00 $ 0 107 Type D Lumberjack - 8"-10" LF 1,270.00 $ 1,2_6 $ , gcg7so 108 Protruding Taps Removal EA 20.00 $ "lc-; --' $ 42CL6 .' f BID ALTERNATE NO. 1 TOTAL $ $ 1)71 W-7 ass Item Description Unit Estimated Quantity Unit Price Total Price ADDITIONAL CLEANING RATES 201 Type A Pipe Cleaning - 8" HR 50 $ 1j2c -- $ a--Ytp,zgb '" 202 Type A Pipe Cleaning - 10" HR 50 $ 5zc -- $ LLo,2 50 $ DP -ZSv -s $ 62-6- ' 203 Type A Pipe Cleaning - 12" HR 50 204 Type C Root Removal - 8"-10" HR 50 $ $ ?)31-75-0 -- (o15 205 Type C Root Removal - 12"-15" HR 50 $ (P-7(t'' $ 3 )cjQ--- 206 Type D Lumberjack - 8"-10" HR 50 $ % 13. $ 3- 207 Type D Lumberjack - 12"-15" HR 50 $ (p i t3- - `?SD $ 3, 3, 208 Type A Pipe Cleaning - 10" HR 50 $ ca7 -- $ 2,1,0 1.7'j0 209 Type C Root Removal - 8"-10" HR 50 $ 77• � , So - $ 0.1 -- 210 Type D Lumberjack - 8"-10" HR 50 $ ir ;� .$ '33l'a1sO--� 211 Type D Lumberjack - 12"-15" HR 50 $ ( eit) -- $ - 3),151 '_ A table of expected cleaning times per segment shall work. be submitted to the Owner prior to beginning 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. Security in the sum of < 7 0 iD ($ ) in the form of I!?» (\ accordance with the INSTRUCTIONS TO BIDDERS. FORM OF BID AECOM ##60721823 ADDENDUM NO. 1 - 2/8/2024 CONTRACT NO. 1102 Dollars GO( ( t t'� is submitted herewith in FB-2 of 3 FY 2024 CIPP 5. Attached hereto is a Non -Collusion Affidavit of Prime Contractor. 6. Attached hereto is a Bidder Status Form indicating Resident Bidder Certification ( )(i), 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. LI 291 Date 1 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: Municipal Pipe Tool Co LLC 2 2 2r24 (Name of Bidder) ate) Title CD) Official Address: (Including Zip Code): 515 eth Weee4IC:b bp\k_ thAdEstn, ex.0t-13 I.R.S. No. <24045%313g FORM OF BID CONTRACT NO. 1102 AECOM #60721823 FB-3 of 3 FY 2024 CIPP NON -COLLUSION AFFIDAVIT OF PRIME BIDDER State of )6W0•• ) �I )ss County of ICJ 1Cka 'tI; ,�, ) %\ar-61\ \T\\ C htCUkT , being first duly sworn, deposes and says that: 1 He is (Owner, Partner, Officer, Representative, or Agent) , of Municipal Pipe Tool Co LLC , the Bidder that has submitted the attached Bid; 2. He is fully informed respecting the preparation and contents of the attached Bid and of all pertinent circumstances respecting such Bid; 3. Such Bid is genuine and is not a collusive or sham Bid; 4. Neither the said Bidder nor any of its officers, partners, owners, agents, representatives, employees, or parties in interest, including this affiant, has in any way colluded, conspired, connived or agreed, directly or indirectly, with any other Bidder, firm or person to submit a collusive or sham Bid in connection with the Contract for which the attached Bid has been submitted or to refrain from bidding in connection with such Contract, or has in any manner, directly or indirectly, sought by agreement or collusion or communication or conference with any other Bidder, firm or person to fix the price or prices in the attached Bid or of any other Bidder, or, to fix any overhead, profit or cost element of the bid price or the bid price of any other Bidder, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against the City of Waterloo, Iowa, or any person interested in the Proposed Contract; and 5. The price or prices quoted in the attached Bid are fair and proper and are not tainted by any collusion, conspiracy, connivance or unlawful agreement on the part of the Bidder or any of its agents, representatives, owners, employees, or parties in interest, including this affiant. (Signed) ktuni Lithuo ketk COD Title Subscribed and sworn to before me this 227^ day of Fe_,to.nJ , 2024- My commission expires 1,29\t2ris ?i1LeC-C- MiThiCOn Title COURTNY R SCHUMACHER Commission No.819100 My Commission Expires NON -COLLUSION AFFIDAVIT CONTRACT NO. 1102 AECOM #60721823 • NCA-1 of 2 FY 2024 CIPP Bidder Status Form To be completed by all bidders Part A Please answer "Yes" or "No" for each of the following: I Yes U No My company is authorized to transact business in Iowa. ('Ib help you determine if your company is authorized, please review the woaksheet on the next page). Yes ❑ No My company has an office to transact business in Iowa. VI 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 qualities 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. ,I/ FA 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: Dates: Dates: You may attach additional sheet(.) if needed. / Address: 515 5th Street, PO BOX 398 City, State, Zip: Hudson, IA 50643 / / to / / Address: City, State, Zip: / / to / / Address: 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 111 No )2)1( may attach nciclilinnul ..lied(v) 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: Municipal Pipe Tool Co., LLC W42 Gait Signature: Date: 2�2�IZv2� 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) MUNICIPAL PIPE TOOU 515 5th Street PO Box 398 Hudson, IA 50643 Phone: (319) 988-4205 Fax: (319) 988-3506 June 30, 2023 To whom it may concern: Sharon Waschkat, Chief Operations Officer, is authorized to sign contracts, bonds and bids for Municipal Pipe Tool Company, LLC. Kyle Armbrecht Production Manager, is authorized to sign contracts, bonds and bids for Municipal Pipe Tool Company, LLC. Todd Patterson Fleet/Sales Manager, is authorized to sign contracts, bonds and bids for Municipal Pipe Tool Company, LLC. Mark Kaler, President, is authorized to sign contracts, bonds and bids for Municipal Pipe Tool Company, LLC. If you have any questions, please feel free to contact me at 1-800-798-4205. Sincerely, afrizum Rhocktac(-• Sharon Waschkat, Chief Operations Officer "We Protect the Environment!" Our Core Values: Safety - Unity - Relationships - Proactive - Determination - Results 0 H 0 0 Era N� LL a 0) (a 0 Q) J U a_ 0 0 CI hZ ,FF0 a) z O U 0 a) E W E 0 0 Q a) a) 0) (a a) a D O 0 U c cn co m (a 0 w Contractor Signature: tea) c _CD 0 5 - co E `1) O c O 0 ▪ a) c O CT O • Q 4(0 E L• 4O (13 O U L Q) O ▪ O O 0 Q O O > c o .o • (6 • E L L o a c a) •— a)- D • l— c c O 0 O .0 .- O E u) L 0 n O >, O O y_ >> •. L 0 Q) L a) ai E c U N 1 D 4 0) O C r }. 0 M a) J CO 0 4E0 0 c —I ocs Q- Q =a E m0 o o Uco4 Q c �U Z 42 0 o J L. to Q 0 L 0 CC) c W c W O L E O LL c 0 c 0 0 .c a) L a) - a 0 0 0 a>) c O V/ 4) a) a) 13 c 0 0 ID 0 13 Q L 0 c 0 '- f 0 cl _� (I)E ca a� E a) Q Ua3 (13 } 0 and confirmation. ui O a) 0 O a) 13 O O O7 a E L 0 9- 4"• ) a) U U CO s .E c a] (a Q o_ CO -c 0 c O L 0) a) 0 0) (a c c E a) (a (a E 0 DDER'S PRE-B O 0 Z 0 ce 0 0 J LQ r 1- 0 H 0 cn a. ce 2 W W W 2 Quotes Received Quotation used in bid Dollar Amount Proposed to be Subcontracted l 0 z N >- Dates Contacted 0 t N Dates Contacted co *aka w O e35 m U J w ej m U co (Form CCO-4) Rev. 06-20-02 �3 0 - 0 NU N 0 N LLL N 0 CONTRACT NO. I. 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). caw) (A4,\Athufte Signature ¶hcxnn w asnt - Date Ott Printed Name Title 2 I2.aI202s4 NOTE: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001. EPA-7 5720-4.2 January 2021 INVESTING IN IOWA'S WATER www.iowasrf.com DNR Form 542-0621 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://sam.gov. 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. 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. Signature of Authorized Representative aycmi Imam/war 2.17\ ac i _ _ Date COD i \ 0.,- bc-, LO ascev \\cto- Printed Name Title am unable to certify to the above statements. My explanation is attached. January 2021 INVESTING IN IOWA'S WATER www.iowasrf.com DNR Form 542-0621 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 known as Disadvantaged Business Enterprises (DBEs). Iowa's Fair Share goals are: Minority -Owned Enterprise (MBE) Business Goal Women -Owned Enterprise (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.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:6 Bidder: pp Na*CAO0 Municipal Pipe Tool Co LLC Address: 515 C" 41` SAYeQ* 1 RD k gq2 City: 1-ludSon State: I n & , Zip: Contact Person: Nanarbn `/\3.S(\1C . Phone Number: 3 'CV Cjigg . y WS Email: 5 la1-thv n&t mUlnl Opt . C t5m Check if Prime Contractor is: Minority -Owned 1 J Women -Owned After the Good Faith Efforts Checklist was completed, was a DBE chosen by the primary contractor to be utilized for this Project? ❑ Yes P‘o Signature: SlAouum (/kJu9C&LktU 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/offerers 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? Vs ❑ No January 2021 INVESTING IN IOWA'S WATER www.iowasrf.com DNR Form 542-0621 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. 4Yes 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. P7Yes ❑ 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 Depar ment 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 phone Contacted call, fax, (e.g. e-mail) letter, Response interested, (e.g. did not not competitive) respond, not Set Ftt+!kched PROPOSED UTILIZATION OF DBE SUBCONTRACTORS Please include Attachments 4 and 5 to document the proposed utilization of certified DBE subcontractors. 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. January 2021 INVESTING IN IOWA'S WATER www.iowasrf.com DNR Form 542-0621 LETTER TO BE USED WHEN SOLICITING FOR SUBCONTRACTOR QUOTES Subcontractor RE: Contract No.: FY 2024 CIP PIPELINING PHASE IVB1 Dear SUB -CONTRACTOR • • Municipal Pipe Tool Co., LLC is presently soliciting for the following work in connection with the above referenced project. ** TRAFFIC CONTROL (NOT LISTED AS BID ITEM) Municipal Pipe Tool Co., LLC 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 FEBRUARY 27TH Date and 2:00 P.M. (Time) Sincerely, MUNICIPAL PIPE TOOL CO., LLC Form COO- 3 (11/28/2001) MBE/WBE PARTICIPATION CONTRACT NO. 1102 AECOM ##6021823 M-4of7 FY 2024 CIPP Courtny Schumacher Cc: vmiller@advanced-traffic.com; barricades@netzero.com; ferry@booneconst.com; ddpatterson@iowatelecom.net, duffield6@msn.com; albeckpay@aol.com; midwestcontractors@cfu.net; timothy@dormark.com Subject: QUOTE REQUEST - WATERLOO, IA Attachments: PLANS.pdf; SPECS.pdf; DBE BID ITEM (TRAFFIC CONTROL).pdf Good Afternoon, Municipal Pipe Tool Co., LLC is bidding a project in Waterloo, Iowa on February 29, 2024 @ 1:00 PM. We are looking to get a quote for traffic Control on this project, I have attached the specs & plans for you as well. If you have questions please let me know, we need quotes back no later than February 27, 2024 @ 2:00 PM. Thank you, Courtny Schumacher, Project File Admin/Accounting Clerk Municipal Pipe Toot Co., LLC 515 5th street - P.O. Box 398 Hudson, IA 50643 Office: 319-988-4205 ext. 295 Direct 319-988-3949 Fax: 319-988-3506 Email: courtnys@munipipe.com 1 i ITEMS OF POTENTIAL MBE/WBE PARTICIPATION NOTICE TO PROSPECTIVE BIDDERS: The following are items from the FY 2024 CIP PIPELINING PHASE IVB1, CONTRACT NO. 1102, project that have a potential for MBE/WBE Participation. This listing, however, is not intended to be all encompassing; to preclude MBE/WBE Contractors from bidding on any items of the Proposal as a Subcontractor or the entire Proposal as a Prime Contractor. Item Description Unit Estimated Quantiles Unit Price Total Amount BASE BID 1 8" Diameter CIP Pipe Lining LF 5,101.00 $ $ 2 10" Diameter CIP Pipe Lining LF 1,585.00 $ $ 3 12" Diameter CIP Pipe Lining LF 911.00 $ $ 4 Lateral Reinstatement EA 189.00 $ $ 5 3-FT Lateral Grouting EA 189.00 $ $ 6 Pipe Televising - 8" LF 10,202.00 $ $ 7 Pipe Televising - 10" LF 3,170.00 $ $ 8 Pipe Televising - 12" LF 1,822.00 $ $ 9 Type A Pipe Cleaning - 8" LF 5,101.00 $ $ 10 Type A Pipe Cleaning - 10" LF 1,585.00 $ $ 11 Type A Pipe Cleaning - 12" LF 911.00 $ $ 12 Type C Root Removal - 8"-10" LF 3,343.00 $ $ 13 Type C Root Removal - 12"-15" LF 455.00 $ $ 14 Type D Lumberjack - 8"-10" LF 3,343.00 $ $ 15 Type D Lumberjack - 12"-15" LF 455.00 $ $ 16 Protruding Taps Removal EA 45.00 $ $ BASE BID TOTAL $ $ BID ALTERNATE NO. 1 101 8" Diameter CIP Pipe Lining LF 2,117.00 $ $ 102 Lateral Reinstatement EA 28.00 $ $ 103 3-FT Lateral Grouting EA 28.00 $ $ 104 Pipe Televising - 8" LF 4,234.00 $ $ 105 Type A Pipe Cleaning - 8" LF 2,117.00 $ $ 106 Type C Root Removal - 8"-10" LF 1,058.00 $ $ 107 Type D Lumberjack - 8"-10" LF 1,058.00 $ $ 108 Protruding Taps Removal EA 20.00 $ $ BID ALTERNATE NO. 1 TOTAL $ $ MBE/WBE PARTICIPATION AECOM //6021823 CONTRACT NO. 1102 M-1 of 7 FY 2024 CIPP Item Description Unit Estimated Quantity Unit Price Total Price ADDITIONAL CLEANING RATES 201 Type A Pipe Cleaning - 8" HR 50 $ $ 202 Type A Pipe Cleaning - 10" HR 50 $ $ 203 Type A Pipe Cleaning - 12" HR 50 $ $ 204 Type C Root Removal - 8"-10" HR 50 $ $ 205 Type C Root Removal - 12"-15" HR 50 $ $ 206 Type D Lumberjack - 8"-10" HR 50 $ $ 207 Type D Lumberjack - 12"-15" HR 50 $ $ 208 Type A Pipe Cleaning - 10" HR 50 $ $ 209 Type C Root Removal - 8"-10" HR 50 $ $ 210 Type D Lumberjack - 8"-10" HR 50 $ $ 211 Type D Lumberjack - 12"-15" HR 50 $ $ A table of expected cleaning times per segment shall work. be submitted to the Owner prior to beginning MBE/WBE GOALS FOR THIS PROJECT IMPORTANT: Prime Contract Bidders should be aware that ten percent (10%) MBE goal and a two percent (2%) WBE goal is attached to this project. "Certified Return Receipt" letters are no longer needed with the bid showing proof of contacting MBE or WBE Subcontractors, but the Pre -Bid Contact Information Form must be filled out completely. City of Waterloo Contract Compliance Officer: Contract Compliance Officer Community Development Board Carnegie Annex, Suite 202 620 Mulberry Street Waterloo, IA 50703 Phone: (319) 291-4429 MBE/WBE PARTICIPATION CONTRACT NO. 1102 AECOM #6021823 M-2of7 FY 2024 CIPP 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.) If no DBE was chosen by the Prime Contractor to be utilized for this project, then this form is not required to be submitted. Disadvantaged Business Enterprise Program DBE Subcontractor Utilization Form This form is intended to capture the prime contractor's actual and/or intended use of identified certified DBE' subcontractors' and the estimated dollar amount of each subcontract. An EPA Financial Assistance Agreement Recipient must require its prime contractors to complete this form and include it in the bid or proposal package. Prime contractors should also maintain a copy of this form on file. Prime Contractor Name: Municipal Pipe Tool Co LLC Project Name: CtP ���.1i11(1 kr lliter � U31 F12b2L-% � Bid/Proposal No.: Assistance Agreement ID No. (if known): Point of Contact: a)a,11 r) Wascou t- Address: S\ Cj 5-0e\ Str*) -1udS b n) l Sa.4043 Telephone No.: 31 oi . C1n L-42_()5 Email: sh(ron yr v� ntLr m p; pe . (fh Issuing/Funding Entity: I have identified potential DBE certified subcontractors If yes, complete the table below. If no, explain: ,1)8 neeoled Yes No Subcontractor Company Name Name/ Company Address/Phone/Email Dollar Estimated Amount Currently Certified? DBE Yes No Yes No Yes No Yes No Yes No lA 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. IA SRF6100-4 January 2021 INVESTING IN IOWA'S WATER www.iowasrf.corn DNR Form 542-0621 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). Shane, °scow Prime Contractor Signature Print Name Do Z. 25( \mi'* Title Date IA SRF6100-4 January 2021 INVESTING IN IOWA'S WATER www.iowasrf.com DNR Form 542-0621 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://sam.gov. (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. understand the above prohibitions and certify that the project will be in compliance with all the requirements. tAJaACi4 (ta Si a ure an)n 1itSCh1c_cd-- Printed Name Date COD Title January 2021 INVESTING IN IOWA'S WATER www.iowasrf.com DNR Form 542-0621 INFORMATION NEEDED FOR IOWA CONSTRUCTION SALES TAX EXEMPTION CERTIFICATE CONTRACTOR NAME: Municipal Pipe Tool Go J,i_,G ADDRESS: ke eD7-tftvJ21in1 sibtA2 (Check One) PRIME Sc FEDERAL ID#: 0583139 SUBCONTRACTOR PROJECT NAME:se‘i 2bal Y QrUrr' Prttct 1 V13L PROJECT CONTRACT NO.: \ \02 DESCRIPTION OF WORK: i Brickwork H Carpentry 1 Concrete I 1 Drywall -Plaster -Insulation ❑ Electrical ❑ Excavation/Grading ❑ Flooring ❑ Heavy Construction ❑ Heating -Ventilating -Air Cond. SALES TAX EXEMPTION AECOM 1160721823 ❑ Landscaping ❑ Painting ❑ Paving ❑ Plumbing ❑ Roofing -Siding -Sheet Metal ❑ Windows ❑ Wrecking -Demolition ❑ Other (Please specify) zeCPp Dn CONTRACT NO. 1102 STE-1 of 1 FY 2024 CIPP BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, Municipal Pipe Tool Co., LLC as Principal, and Merchants Bonding Company (Mutual) as Surety are held and firmly bound unto the CITY OF WATERLOO , Iowa, hereinafter called "OWNER." In the penal sum Five Percent 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 29th day of February , 20 24 , for FY 2024 CIP Pipelining Phase IVB1, Waterloo, Iowa; Contract No. 1102 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 February , A.D. 20 24 Witnes Witness - BID BOND AECOM #60721823 Municipal Pipe Tool Co., LLC e'dtJ— Princ pal ayGOri Ch..tVa- By 45Va.rbAANotXWa-(Title) Ca) Merchants Bondin Surety ow er CONTRACT NO. 1102 ompany (Mutual) (Seal) Attorney -in -fact BB-1 of 1 FY 2024 CIPP M E RC FIANTS�� BONDING COMPANY. POWER OF ATTORNEY Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., both being corporations of the State of Iowa, 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 Williams; 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; Jamie Gifford; Jay D Freiermuth; Jennifer Marino; Jessica Jean Rini; Jessie Allen; Joe Tiernan; John Cord; Joshua R Loftis; Kate Zanders; Keeton Welch; Lukas Schroder; Mark R DeWitt; Mark Sweigart; Mary Ashley Allen; 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 consenti ng 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 3rd day of February , 2024 • :'•••••P1%° Nq< ••�•'•. • sP Oft • a." Is -o- o':o: .Q. •- .z. j?, 2003 ;,s� •.#4,•.......•••^` ��' STATE OF IOWA •••..•• ..* .. s•.••'4 COUNTY OF DALLAS ss. •••. v••• GC . • • o •••�PO4•> 9 . �y;v0 -7A•.4e • • �-:? -0- o • z• • a 1933 • c: By • 0•�,►. . • O.' • • • •be4, ••`4 • , • MERCHANTS BONDING COMPANY (MUTUAL) MERCHANTS NATIONAL BONDING, INC. d/b/a MERCHANTS NATIONAL INDEMNITY COMPANY Terri On this 3rd day of February 2024 , 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. TOWN Penni Miller Commission Number 787952 My Commission Expires January 20, 2027 (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. --QNotarx ' bl In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this 7th day of February , 2024 . ♦ 4ply •. % . •oR R •• o . :is q�' •:2 : 44:1:1° - :s: .Q. -O p. .�• • 2: 151. v�•, 2003 ,,bi; •1#j ........ se ^\'�.. 1..v•• • .,,,,.•••• �.- ti • .•1�%G c 4, . •9• • :Z CO: • :a 1933 • �w• •�y• •C' •, ••• Secretary POA 0018 (1/24)