Loading...
HomeMy WebLinkAboutMunicipal Pipe Toolet MUNICIPAL PIPE TOOL CO., LLC 515 FIFTH STREET • PO BOX 398 H U DSO N f IOWA 50643 TO: BID ENCLOSED: 2025 CIP PIPELINING PHASE V, CONTRACT NO 1118 BID DATE: 2/13/2025 BID TIME: 1:00 PM CITY HALL 715 MULBERRY STREET WATERLOO, IA 50703 FEB 18 2025pm1 :06: 0 CITY CLERK'S OFFICE CITY OF WATERLOO FORM OF BID OR PROPOSAL FY 2025 CIP Pipelining Phase V CONTRACT NO. 1118 CITY OF WATERLOO, IOWA Honorable Mayor and City Council Waterloo, Iowa 1. The undersigned, being a Corporation existing under the laws of the State of IOWA Type text hor'tl= a Partnership consi e following partners: Sharon Waschkat having familiarize - (themselves) (itself) with the existing conditions on the project area affecting the cost o e wor , 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 2025 CIP PIPELINING PHASE V, CONTRACT NO. 1118, all in accordance with the above -listed documents and for the unit prices for work in place for the following items and quantities: FY 2025 CIP Pipelining Phase V CONTRACT NO. 1118 Item Description Unit Estimated Quantiles Unit Price Total Amount BASE BID A Mobilization LS 1 $ i,` CV) -- $ I ' I CCt -- 1 8" Diameter CIP Pipe Lining LF 16,311 $ 4624(030,ZS $ 2.7,7s 2 10" Diameter CIP Pipe Lining LF 1,879 $ (12,1'-W .0 O &3 $ <50 3 12" Diameter CIP Pipe Lining LF 868 $ --.50 $ 33, Li IS .CC 4 15" Diameter CIP Pipe Lining LF 806 $ -1G — $ (PO Li 5 Lateral Reinstatement EA 249 $ GO -- $ 1 1: LI -- 5-z) 6 3-FT Lateral Grouting EA 249 $ 400 - $ 1 °, L2 00 - 7 Pipe Televising - 8" LF 32,622 $ I --, $ ! 2-,(p2Z - 8 Pipe Televising - 10" LF 3,758 $ 1 -• $ 3-15 9 Pipe Televising - 12" LF 1,736 $ 1 ----- $ 1-7 3(0 --- 10 Pipe Televising - 15" LF 1,612 $ i , $ L L' 1- 11 Type A Pipe Cleaning - 8" LF 16,311 c, $ i-f or S c $ 2 0 12 Type A Pipe Cleaning - 10" LF 1,879 $ 2 ef7-27 $- , - -1,jD , 13 Type A Pipe Cleaning - 12" LF 868 $ 2-1"- 7 c --- $ 2 _c(j 14 Type A Pipe Cleaning - 15" LF 806 $ 2. 1:7" $ 2-0 15-- 15 Type C Root Removal - 8"-10" LF 4,547 $ 1 ' $ 45C4-7 -- 16 LF 217 - $ 2_r7 -- Type C Root Removal - 12"-15" $ ) - 17 Type D Lumberjack - 8"-10" LF 4,547 $ $ l*9L.t-7 ----- 1 - 18 Type D Lumberjack - 12"-15" LF 217 'I $ 2)'-7 $ — 19 Protruding Taps Removal EA 50 $ 31c0 $ S=j -- BASE BID TOTAL $ I t (L,o en< FORM OF BID AECOM 1160743622 CONTRACT NO. 1118 FB-1 of 4 FY 2025 CIPP BID ALTERNATE NO. 1 - DWG 8 101 8" Diameter CIP Pipe Lining LF 2,905 $ 6D, — ; $ $ j U Z140/4 2A -7S 102 Lateral Reinstatement EA 40 $ - $ 5,000 -- 103 3-FT Lateral Grouting EA 40 $ Lj L5" $ 11 - WO 104 Pipe Televising - 8" LF 5,810 $ (---. $ 5gd ID ..- 105 Type A Pipe Cleaning 8" LF 2,905 $ $ -7 2_,(c2 - 2,S C„ ,�C 106 Type C Root Removal - 8"-10" LF 726 $ i $ _7 2 fr --- 107 Type D Lumberjack - 8"-10" LF 726 $ ; $ -7 Z(L, _ 108 Protruding Taps Removal EA 20 $ r• $ 31000 -- BID ALTERNATE NO. 1 TOTAL $ $ j 1z'L/ b;9-CT) ; r? BID ALTERNATE NO. 2 - DWG 11 201 8" Diameter CIP Pipe Lining LF 2,375 $ 3 J,.2G_ $ S3,72; jj 202 Lateral Reinstatement EA 39 $ -7G_ $ ZAZ c -- 203 3-FT Lateral Grouting EA 39 $ 1.4Zc3 - $ 1115— 204 Pipe Televising - 8" LF 4,750 $ L-f 753 -_:. $ j — 205 Type A Pipe Cleaning - 8" LF 2,375 $ 2,5t $ c �,-7, cs C 206 Type C Root Removal - 8"-10" LF 593 $ I — $ Gcl 3 --- 207 Type D Lumberjack - 8"-10" LF 593 $ I -- $ — cEC? 3 208 Protruding Taps Removal EA 20 $ 3, Ott)) --- $ j S 0 BID ALTERNATE NO. 2 TOTAL $ $ I2h1 L4--_1 ADDITIONAL CLEANING RATES Item Description Unit Estimated Quantity Unit Price Total Price 301 Type A Pipe Cleaning - 8" HR 50 $ Olt; — $ 3 7 j--- s1 Cleaning 10" HR 50 $ (975 $ 'J' 302 Type A Pipe - ! S-C% r- 303 Type A Pipe Cleaning - 12" HR 50 $ Vi $ 3S1-750 304 Type A Pipe Cleaning - 15" HR 50 $ &2 7Cj -- $ .3E, 7S0 305 Type C Root Removal 8"-10" HR 50 $ -- $ 3t,75Y - 6r76 — 306 Type C Root Removal 12"-15" HR 50 $ `7 -- $ - - (2 33,f7 5D c 307 Type D Lumberjack - 8"-10" HR 50 $ % $ BS 75) — 308 Type D Lumberjack 12"-15" HR 50 $ - $ .Z%SD - 7-75 ---- A table of expected cleaning times per segment shall work. be submitted to the Owner prior to beginning FORM OF BID CONTRACT NO. 1118 AECOM 1160743622 FB-2 of 4 FY 2025 CIPP 2. It is understood that the quantities set forth are approximate only and subject to variation and that the unit bid price for the work done shall govern in the actual payment to Contractor. THE CONTRACT SHALL BE AWARDED ACCORDING TO THE BASE BID. 3. In submitting this bid, the bidder understands that the right is reserved by the City of Waterloo, Iowa, to reject any or all bids. If written notice of the acceptance of this bid is mailed, telegraphed, or delivered to the undersigned within thirty (30) days after the opening thereof, or at any time thereafter 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 5% BID BOND Dollars ($ ) in the form of , is submitted herewith in accordance with the INSTRUCTIONS TO BIDDERS. 5. Attached hereto is a Non -Collusion Affidavit of Prime Contractor. 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 MP 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: NJON No. ON 6 Date 10. The bidder shall list the MBE/WBE subcontractor(s), amount of subcontracts and bid items on the City of Waterloo Minority and/or Women Business Pre -bid Contact Information Form submitted with this Form of Bid or Proposal. The apparent low Bidder shall submit a list of all other Subcontractor(s) to be used on this Project to the City of Waterloo by 5:00 p.m. the business day following the day Bids on this Project are due along with the Non -Collusion Affidavits of All Subcontractor(s). The Contractor shall submit information on subcontractors on "SUBCONTRACTOR REQUEST AND APPROVAL" Form to be provided by City prior to approval of contract. The subcontractors listed on this proposal and/or submitted to the Contract Compliance Officer cannot be changed except for the following reasons: 1) The City of Waterloo does not approve the subcontractors. 2) The subcontractors submit in writing that they cannot fulfill their subcontracts. 11. The bidder has filled in all blanks on this proposal. Those blanks not applicable are marked "none" or "NA". 12. The bidder has attached all applicable forms. FORM OF BID CONTRACT NO. 1118 AECOM 1160743622 FB-3 of 4 FY 2025 CIPP 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. MUNICIPAL PIPE TOOL CO LLC 2/12/2025 (Name of Bidder) (Date) a/WADI (/LktAC cL&odCOO BY.Title Official Address: (Including Zip Code): 515 5TH STREET, PO BOX 398 HUDSON, IA 50643 I.R.S. No. &- OS- FORM OF BID CONTRACT NO. 1118 AECOM #60743622 FB-4 of 4 FY 2025 CIPP INFORMATION NEEDED FOR IOWA CONSTRUCTION SALES TAX EXEMPTION CERTIFICATE CONTRACTOR NAME: MUNICIPAL PIPE TOOL CO LLC ADDRESS: 515 5TH STREET, PO BOX 398, HUDSON, IA 50643 (Check One) PRIME X FEDERAL ID#: 26-0583739 SUBCONTRACTOR PROJECT NAME: 2025 CIP PIPELINING PHAVE V, CONTRACT NO. 1118 PROJECT CONTRACT NO.: CONTRACT NO. 1118 DESCRIPTION OF WORK: ❑ Brickwork ❑ Carpentry ❑ Concrete ❑ Drywall -Plaster -Insulation ❑ Electrical ❑ Excavation/Grading Flooring I-1 Heavy Construction ❑ Heating -Ventilating -Air Cond. SALES TAX EXEMPTION AECOM 1160743622 ❑ Landscaping ❑ Painting ❑ Paving ❑ Plumbing ❑ Roofing -Siding -Sheet Metal ❑ Windows r1 Wrecking -Demolition Li Other (Please specify) CIPP LINING & CCTV OF SEWER LINES CONTRACT NO. 1118 STE-1 of 1 FY 2025 CIPP NON -COLLUSION AFFIDAVIT OF PRIME BIDDER State of IOWA ) BLACK HAWK )ss County of ) Sharon Waschkat , being first duly sworn, deposes and says that: 1 He is e (Owner, Partner, Officer, Representative, or Agent) , of MUNICIPAL PIPE TOOL CO LLC , the Bidder that has submitted the attached Bid; 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. (Sig ned ) DV-W/0Y) L/4M C Sharon Wachkat, COO Subscribed and sworn to before me this 12TH Title day of FEBRUARY PROJECT FILE ADMIN My commission expires JULY 29, 2025 NON -COLLUSION AFFIDAVIT CONTRACT NO. 1118 AECOM 1160743622 Itle , 2025. COURTNY R SCHUMACHEU Commission No.319100 My C • mmission E pires NCA-1 of 2 FY 2025 CIPP State of -Ac:fek., County of Se 1. He is 2. He is fully informed respecting the pr: •aration an contents • the subcontractor's proposal submitted by the subcontractor to contract pertaining to the NON -COLLUSION AFFIDAVIT OF SUBCONTRACTOR w ) ss: , being first duly sworn, deposes and says that: r Partner Officer Re resentative or A• ent as the "Subcont act6f;" of hereinafter referred to project in (City or County and State) 3. Such subcontractor's proposal is genuine and is not a collusive or sham proposal; 4. Neither the subcontractor nor any of its officers, partners, owners, agents, representatives, employees, or parties ;n interest, including this affiant, has in any way colluded, conspired, connived, or agreed, directly or indirectly, with any other bidder, firm or person to submit a collusive or sham proposal in connection with such contract or to refrain from submitting a proposal in connection with such contract, or has in any manner, directly or indirectly, sought by unlawful agreement or connivance with any other bidder, firm or person to fix the price or prices in said subcontractor's proposal, or to fix any overhead, profit or cost element of the price of prices in said subcontractor's proposal, or to secure through collusion, conspiracy, connivance or unlawful agreement any advantage against the City of Waterloo, Iowa, or any person interested in the proposed contract; and b. The price or prices quoted in the subcontractor's proposal are fair and proper and are not tainted by any collusion, conspiracy, connivance or unlawful agreement on the part of the bidder or any of its agents., representatives, owners. employees, or parties in interest, including this affiant. (Signed) r4Ukcn. 8 u jitter Vice President Tit Subscribed and sworn to before me this /2 day . ��� ,L 20 � My commission expires 4--/7--2427 tat CRISTI HAGEDORN 9 Cn'' mii�� N::r'he' 813308 My Ex:i:res /° -/7-AaAi Cr NON-COLLUSIONAFF'DAVII CONTRACT NO. 1118 AECON1 #60743622 Title NCA-2 of 2 FY 2025 CIPP 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. 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. 1118 AECOM /160743622 EOC-1 of 2 FY 2025 CIPP 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. (g)S-ActumSi (Signed) ocack. (go (Appropriate Official) COO (Title) 2/12/2025 (Date) EQUAL OPPORTUNITY CLAUSE CONTRACT NO. 1118 EOC-2 of 2 AECOM #60743622 FY 2025 CIPP TITLE VI CIVIL RIGHTS , During the performance of this contract, the contractor (for itself), its assignees, and successors in interest (hereinafter referred to as the "contractor") agrees as follows: 1. Compliance with Regulations: The contractor shall comply with the Regulations relative to non- discrimination in Federally assisted programs of the DOT Title 49, Code of Federal Regulations, Part 21, as they may be amended from time to time, (hereinafter referred to as the Regulations), which are herein incorporated by reference and made a part of this contract. 2. Nondiscrimination: The contractor, about the work performed by it during the contract, shall not discriminate on the grounds of race, color, national origin, sex, age, or disability in the selection and retention of subcontractors, including procurement of materials and leases of equipment. The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations, including employment practices when the contract covers a program set forth in Appendix B of the Regulations. 3. Solicitations for Subcontracts, Including Procurement of Materials and Equipment: In all solicitations either by competitive bidding or negotiation made by the contractor for work to be performed under a subcontract, including procurement of materials or leases of equipment, each potential subcontractor or supplier shall be notified by the contractor of the contractor's obligations under this contract and the Regulations relative to non-discrimination on the grounds of race, color, national origin, sex, age, or disability. 4. Information and Reports: The contractor shall provide all information and reports required by the Regulations or directives issued pursuant there to, and shall allow access to its books, records, accounts, other sources of information, and its facilities as may be determined by the Contracting Authority, the Iowa DOT, or FHWA to be pertinent to ascertain compliance with such Regulations, orders and instructions. Where any information required of a contractor is in the exclusive possession of another who fails or refuses to furnish this information the contractor shall so certify to the Contracting Authority, the Iowa DOT, or the FHWA as appropriate, and shall set forth what efforts it has made to obtain the information. 5. Sanctions for Noncompliance: In the event of the contractor's noncompliance with the nondiscrimination provisions of this contract, the Contracting Authority, the Iowa DOT, or the FHWA shall impose such contract sanctions as they may determine to be appropriate, including, but not limited to: a. Withholding of payments to the contractor under the contract until the contractor complies, and/or b. Cancellation, termination, or suspension of the contract, in whole or in part. 6. Incorporation of Provisions: The contractor shall include the provisions of paragraphs (1) through (6) in every subcontract, including procurement of materials and leases of equipment, unless exempt by the Regulations, or directives issued pursuant thereto. The contractor shall take such action with respect to any subcontract or procurement as the Contracting Authority, the Iowa DOT, or the FHWA may direct as a means of enforcing such provisions including sanctions for non-compliance: Provided, however, that, in the event of a contractor becomes involved in, or it threatened with, litigation with a subcontractor or supplier as a result of such direction, the contractor may request the Contracting Authority or the Iowa DOT to enter into such litigation to protect the interests of the Contracting Authority or the Iowa DOT; and, in addition, the contractor may request the United States to enter into such litigation to protect the interest of the United States. TITLE VI CIVIL RIGHTS CONTRACT NO. 1118 AECOM #60743622 TVI-1 of 1 FY 2025 CIPP Bidder Status Form To be completed by all bidders Part A Please answer "Yes" or "No" for each of the following: I ,II I Yes Lj No My company is authorized to transact business in Iowa. ('I'o help you determine if your company is authorized, please review the worksheet oil the next page). Yes ❑ No My company has an office to transact business in Iowa. Yes ❑ No My company's office in Iowa is suitable for more than receiving mail, telephone calls, and a -mail. Yes ❑ No My company has been conducting business in Iowa for at least 3 years prior to the first request for bids on this project. Yes ❑ No My company is not a subsidiary of another business entity or my company is a subsidiary of another business entity that would qualify as a resident bidder in Iowa. If you answered "Yes" for each question above, your company qualifies as a resident bidder. Please complete Parts B and D of this form. If you answered "No" to one or more questions above, your company is a nonresident bidder. Please complete Parts C and D of this form. To be completed by resident bidders Part B My company has maintained offices in Iowa during the past 3 years at the following addresses: Dates: Dates: Dates: / ALL' Address: 515 5th Street, PO BOX 398 City, State, Zip: Hudson, IA 50643 / / to / / Address: City, State, Zip: / / to / / Address: City, State, Zip: You may attach additional sheet(s) if needed 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 1 I No You may attach additional sheet(s) if needed To be completed by all bidders Part D I certify that the statements made on this document are true and complete to the best of my knowledge and 1 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 Signature: Date: 2O76 You must submit the completed form to the governmental body requesting bids per 875 Iowa Administrative Code Chapter 156. This form has been approved by the Iowa Labor Commissioner. 309-6001 (09-15) Worksheet: Authorization to Transact Business This worksheet may be used to help complete Part A of the Resident Bidder Status form. If at least one of the following describes your business, you are authorized to transact business in Iowa. Yes l_J No Yes No Yes No My business is currently registered as a contractor with the Iowa Division of Labor. My business is a sole proprietorship and I am an Iowa resident for Iowa income tax purposes. 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 U 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 LJ 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 U 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 (J 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 1J 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 LJ 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 U 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 DESCRIPTION OF JOB CATEGORIES 1 Officials/Manager: Occupations in which employees set broad policies, exercise overall responsibility for execution of all policies, or direct individual departments or special phases of the agency's operations or provide specialized consultation on a regional, district or area basis. Includes: department heads, bureau chiefs, division chiefs, directors, deputy directors, controllers, examiners, wardens, superintendents, unit supervisors, sheriffs, police and fire chiefs and inspectors and kindred workers. 2. Professionals: Occupations which require specialized and theoretical knowledge which is usually required through college training or thorough work experience and other training which provides comparable knowledge. Includes: personnel and labor relations workers, social workers, doctors, psychologists, registered nurses, economists, dietitians, lawyers, system analysts, accountants, engineers, employment and vocational rehabilitation counselors, teachers or instructors, police and fire captains and lieutenants and kindred workers. 3. Technicians: Occupations which require a combination of basic scientific or technical knowledge and manual skill which can be obtained through specialized post -secondary school education and through equivalent on-the-job training. Includes: computer programmers and operations, draftsmen, surveyors, licensed practical nurses, photographs, radio operators, technical illustrators, police and fire sergeants and kindred workers. 4. Office/Clerical: Workers are responsible for internal and external communication, recording and retrieval of data and/or information and other paper work required in an office. Includes: bookkeepers, messengers, office machine operators, clerk -typists, stenographers, court transcribers, hearing reporters, statistical clerks, dispatchers, license distributors, payroll clerks and kindred workers 5. Skilled Craft Workers: Workers perform jobs which require special manual skill and a thorough and comprehensive knowledge of the processes involved in the work which is acquired through on-the-job training programs. Includes: Mechanics and repairman, electricians, heavy equipment operators, stationary engineers, skilled machine occupations, carpenters, compositors and typesetters and kindred workers. 6. Sales Workers: Occupations engaging wholly and primarily in direct selling. Includes: advertising agents and salesman, insurance agents and brokers, real estate agents and brokers, stock and bond salesmen, demonstrators, salesmen and sales clerks, grocery clerks and cashier checkers, and kindred workers. 7 Operatives (semi -skilled): Workers who operate machine or processing equipment or perform other factory -type duties of intermediate skill level which can be mastered in a few weeks and require only limited training. Includes: apprentices (auto mechanics), plumbers, building trades, metal working trades, bricklayers, carpenters, electricians, machinists, mechanics, printing trades, etc., operatives, attendants (auto service and parking), plasterers, chauffeurs, deliverymen and furnacemen, heaters (metal) laundry and dry cleaning operatives, milliners, mine operatives and laborers, motormen, oilers and greasers, (except auto painters), (except construction and maintenance), photographic process workers, stationary fireman, truck and tractor drivers, weavers, (textile), welders and flame cutters and kindred workers. 8. Laborers (unskilled): Workers in manual occupations which generally require no special training. Perform elementary duties that may be learned in few days and require the application of little or no independent judgment. Includes: garage laborers, car washers and greasers, gardeners (except farm) and groundskeepers, longshoremen, and stevedores, lumbermen, craftsmen and woodchoppers, laborers performing lifting, digging, mixing, loading and pulling operations and kindred workers. 7 9. Apprentices: Persons employed in a program including work training and related instruction to learn a trade or craft which is traditionally an apprenticeship, regardless of whether the program is registered with a Federal or State agency. 10. Trainees (on -the -lob): Production. Persons in formal training for craftsmen when not trained under apprentice programs --operative laborer, and service occupations. White Collar. Persons engaged in formal training for clerical, managerial, professional, technical, sales, office and clerical occupations. 8 ITEMS OF POTENTIAL MBE/WBE PARTICIPATION NOTICE TO PROSPECTIVE BIDDERS: The following are items from the FY 2025 CIP PIPELINING PHASE IVB1, CONTRACT NO. 1118, 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 A Mobilization LS 1 $ $ 1 8" Diameter CIP Pipe Lining LF 16,311 $ $ 2 10" Diameter CIP Pipe Lining LF 1,879 $ $ 3 12" Diameter CIP Pipe Lining LF 868 $ $ 4 15" Diameter CIP Pipe Lining LF 806 $ $ 5 Lateral Reinstatement EA 249 $ $ 6 3-FT Lateral Grouting EA 249 $ $ 7 Pipe Televising - 8" LF 32,622 $ $ 8 Pipe Televising - 10" LF 3,758 $ $ 9 Pipe Televising - 12" LF 1,736 $ $ 10 Pipe Televising - 15" LF 1,612 $ $ 11 Type A Pipe Cleaning - 8" LF 16,311 $ $ 12 Type A Pipe Cleaning - 10" LF 1,879 $ $ 13 Type A Pipe Cleaning - 12" LF 868 $ $ 14 Type A Pipe Cleaning - 15" LF 806 $ $ 15 Type C Root Removal - 8"-10" LF 4,547 $ $ 16 Type C Root Removal - 12"-15" LF 217 $ $ 17 Type D Lumberjack - 8"-10" LF 4,547 $ $ 18 Type D Lumberjack - 12"-15" LF 217 $ $ 19 Protruding Taps Removal EA 50 $ $ BASE BID TOTAL $ $ BID ALTERNATE NO. 1 — DWG 8 101 8" Diameter CIP Pipe Lining LF 2,905 $ $ 102 Lateral Reinstatement EA 40 $ $ 103 3-FT Lateral Grouting EA 40 $ $ 104 Pipe Televising - 8" LF 5,810 $ $ 105 Type A Pipe Cleaning - 8" LF 2,905 $ $ 106 Type C Root Removal - 8"-10" LF 726 $ $ 107 Type D Lumberjack - 8"-10" LF 726 $ $ 108 Protruding Taps Removal EA 20 $ $ BID ALTERNATE NO. 1 TOTAL $ $ MBE/WBE PARTICIPATION AECOM 1160743622 CONTRACT NO. 1118 M-1 of 7 FY 2025 CIPP BID ALTERNATE NO. 2 - DWG 11 201 8" Diameter CIP Pipe Lining LF 2,375 $ $ 202 Lateral Reinstatement EA 39 $ $ 203 3-FT Lateral Grouting EA 39 $ $ 204 Pipe Televising - 8" LF 4,750 $ $ 205 Type A Pipe Cleaning - 8" LF 2,375 $ $ 206 Type C Root Removal - 8"-10" LF 593 $ $ 207 Type D Lumberjack - 8"-10" LF 593 $ $ 208 Protruding Taps Removal EA 20 $ $ BID ALTERNATE NO. 2 TOTAL $ $ ADDITIONAL CLEANING RATES Item Description Unit Estimated Quantity Unit Price Total Price 301 Type A Pipe Cleaning - 8" HR 50 $ $ 302 Type A Pipe Cleaning - 10" HR 50 $ $ 303 Type A Pipe Cleaning - 12" HR 50 $ $ 304 Type A Pipe Cleaning - 15" HR 50 $ $ 305 Type C Root Removal - 8"-10" HR 50 $ $ 306 Type C Root Removal - 12"-15" HR 50 $ $ 307 Type D Lumberjack - 8"-10" HR 50 $ $ 308 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. 1118 AECOM ##60743622 M-2 of 7 FY 2025 CIPP - HVDSON `•IA .03` 5 PI J N _ . 1 .^.. • : : .• Y •pet • . .-� ... � .. �; wyvw.mur►i11L^� �co��•:��: SUBCONTRACTOR'S BID REQUEST FORM Contract No.: 1118 Letting Date: 2/13/2025 I, Service Signing hereby attest that I have been solicited for a bid on FY 2025 CIP Pipelining Phase V City of Waterloo in the area of Traffic Control. Municipal Pipe Tool Co., LLC has informed me that if I am interested in bidding, a subcontracting bid proposal must be submitted to the company office by 2/12/2025 and 2:OOPM. Date (94 15 Date . Subcontractor's Subcontractor's 5'gnatt • sio-u/mi wceAcckbatA Prime Bidders Signature • • • .:.': LETTER TO BE USED WHEN SOLICITING FOR SUBCONTRACTOR QUOTES Subcontractor's RE: Contract No.: 2025 CIP PIPELINING PHASE V, CONTRACT NO. 1118 Dear SUB -CONTRACTOR Municipal Pipe Tool Company is presently soliciting for the following work in connection with the above referenced project. ITEM(S) Needing Quotes for: Traffic Control Municipal Pipe Tool Company 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 into this office by 2/12/2025 and 12:00 P.M. Date (Time) Sincerely, 940),624 Ricoct/ut(a)c) Sharon Waschkat, COO Form CCO- 3 (11/28/2001) MBE/WBE PARTICIPATION CONTRACT NO. 1118 AECOM 1160743622 M-4of7 FY 2025 CIPP LETTER OF INTENT TO BID (MBE/WBE LETTER) According to the Current MBENVBE Contract Compliance Program - 2002, all MBENVBE Contractors interested in submitting subcontractor quotes on construction protects with goals, MUST submit a LETTER OF INTENT TO BID to the City of Waterloo Contract Compliance Officer at least seven (7) days prior to bid opening. The LETTER OF INTENT TO BID must list the specific items which the MBE/WBE Contractor is interested in bidding. Letter should include the following* Name of Project: 202,5— C/P Your Com any Name: Address: PO doy /53( Phone: 319 e?.3S q$57,7, List of Specific items to be bid: Item No. Item No. Item No. Item No. Item No. cr!4 S-7Sb.C3 Description: Description: Description: Description: Description: Date: Subcontract mp Name and authorized signature) i Subcontractor's o Return this LETTER OF INTENT TO BID to: Contract Compliance Officer Community Development Board 620 Mulberry St. Carnegie Annex, Suite 202 Waterloo, IA 50703 Phone: (319) 291-4429 Form CCO-5 (06-20-2002) MBE/WBE PARTICIPATION CONTRAC I NO 1118 AECOM #60743522 M-50f7 FY 2025 CIF'P Z 0 0 LL Lu Z ce 0.g D 0! III Z u' W 0 CO I— cn Z W O WM Z W Q MW Z E0 0 0o ce 0. ime Contracto a a) 0 0 ea .EEE - va) 0- E 0 -0 t c •- (0 (0 0) 0. C c 0 o O > Q— O C O Q4a Oa 0 2 _c .a) L as CD O 0) O E (n o0 L > O U a) co co a) .0) 0 0 m Q) O 0 (a O 0 O co a) C 0 m 111 W 0 a,0) +�-' QO) c 0 O 0 co 'Q a) w O O CO '0 '0 2 W •O 0 m 00-2 C 0 a) a) 0 m 0 U i O 0 P U , > U C (_ �L0 0 O U JD Q. (L6 O n (n O Q) a c E 0 O d 3 >i (0 Q) a) (n 0 c ?� 0 0 0 -L "- cEO 0 0 0 U N ,O (0 U C 0 .fl (J) O c 'C 0)0 0 Q) '0 U 0 L a) U Q O 4C y-' L 0 O -c) O u) ° U 0 0 0) 12 U d) 0 C C _C(0 0 co4-1 U E c E`toE d a. a) -a 4- 0 O '0 ..Q U (0 c O U co L O LL c o O a) 0 C a) L C c0O "0 0 a) 0 0 E U C O o� Q03 T C L O U o •> O 0 O L- E CO C •0 0_lb- 0 1= 0 (0 c 0 0 O U c 0 0 0 O (0 O C a-+ O E C a) U 0 '0 0) 0 0 C a) O (0 c Q W N 0 (O N Z o cO CC) fy _o W`� a m 0) O co W U c CO Cd 2 E� in tow r Li_ -0 C (n a) U U a) 0 O 0 OC 0 w coo 0 (3) c 0 o-c ° O co a) U In (0 O c :- c O W •0 CO _o m -0 cm 0 G W O O CO M Q) wa) a) -c a)� _ +-' C +� Q Q) ) 0 Q) c 0 0 U co m L v_- _c W -o c m oco(o E co C) o • E •0 o J co a) "0 (0 E a) 0 v- O 0 .c E Q N -o a) a) co O O a) co a) a) O '0 O U 0 3 co a) .0 O 0) c0 a) a) -c a) -c O 44 imum of seven CONTACT INFORMATION FORM" for each MBE/WBE 0 m a. W W W CO CO CO Q) _c > C (0 0 O U U (0 O E C O co C 0 0 a) L (Y C O 0 a) a Q) (on C.)E 0 0_ CO 0 O C co 0 ._ 0 0) +. L C O g- 0 0'� Eo .n E O 9O C O O C CO ° 4-Ca O C O 1 L O L Q E a) 0 CO -0 I— W m W flm� (0 co_ U N U U E -c C c L O O O (n O 4-+ 0 (0L a)C 0 a) > > a) U W L •O (n L m O C U C 0. 0- 0 tin O T)W L U) O o 0 U m W v a)2 >,° cow- _0(7) 0 !On .0 CO C ,.., E (n c o W a -CS C -c; 2 co w O L C 0) ° 0 `� >0.' O C '0 O T) 0 Q Q E co 00p C)00.0 Q) .0 U > Z a) +_' >�a) EO�3 U .— 0- O o - U .Q0 H (n Q co _0 > O U 2 O 0 5 co a) .O O 0 c O coLLU33 .n-.DW W U n co DoOZ 2U cB.6 >' 0 co FE `= W cC ((7 0 U 4La O U 0 CO O (0 d) .0 0) U (2) c6 Q) O 92 a) 0 L Q) -c (15 0 C O c O 0 U 0 0 1= 0 co Q) _0 c Q) .O 0 0 n 0) Q) 1= c O Q) 1 O 0 U_ L C O 0 c L a) 0. 4L O O >,U c < Q)+L.. c O a) -c H N icy • N C 0 Subcontractors Res O w O 0) O W C O (0 m C cn EfAt�W QO O L W co-- 0m _c CL -c 0 0 >,� 0) • - (0 1= U '0 a) (n Q L U 0 O O O L F-+ a. () C 0 O W U 0 C CO 0 C (n + Q) O W (n Q L 0 O m O D a) C'n L OU O O Q. 0 a O .° O C 0 tat, (0 0 C Q 0) (n O O C Q) Q 0 Y > O ° Q) C c - 0 c 'ea 1] C O Q) 0 E 0o L Q) U U WOO ID CO a) a) O U U C .c c c a) c co a.Qaaa)) WEE°) r:UUQ m m a) _c 0 -c O L 0 0) c0 0 O 0 0 O a) 0 0 sZ Form CCO-4A Rev. 07-08-02 CONTRACT NO. 1118 W co ce Z w co m m CO 5 CL 0 0 is CL 0 U is 0 0 a Date: 2/12/2025 Contractor Signature: C s To C U Oop U ) O 1:3).� a)o C ▪ O C C 0gU '§ t4 E 0 O cp O 0 Q C ( ) O O co (B CO +r N O O W w O O o t > C LL o Q) O El..C.) c O u) U -O Q c� �U1 Q � U O see a E c coo _c -0 w0 ° ° ° CI 0 C.)-a c co a) O W i C tir. c E CO -0-c as �'� p Lim • (I— --. E c E Zn. c L O "� O O La-) w u o .c >U all OF- v V) -0 = Z +-1 (u o15 U)W o E U o) Z cn a� o O o 0cn a >Do 0� F-w L•- L �4- Z o Q a•co ("3 a) <N >, o c $ O c op �o� co0 Ce 0m �o 0E73 w zm O c L n a) c L O dj O O Q_ C O lL � 5-ON o-c v T I OW 0" c� �t O c� m Q W CO 2 Ev $ •�4 Q J2 -per c W (u N •5 � 0 I— OU co O (a N O d O 5 L 0 oM �•( (a W ° _O c E _ m .. L b w p 2 o f o � °�°mO Qo Qc O ODC a) O J 0 -Q .- WW o >o o E m coUCe O O U O C Oc O I—W I.12 - QQ -0 ai Q 2 co 0 .5 -0 0 a._, i_ Q./i_U o- (0 41a) 1— D O O E a) C C Z O `- Q > `O Oo� Lto a)a3 0_JL- 00E c(o u)Q� } C.) E TAB Ilar Amount Proposed to be Subcontracted IT J ira 0 \>^ I VS >- tes acted tes Received O z m } ites tacted \%1\‘7 — o U i .... C E I C a - - j� . cy ) k) m co ti- W � O v ._.;1 U) (Form CCO-4) Rev. 06-20-02 CO r r CONTRACT NO. Courtnz Schumacher afloat Cc: vmiller@advanced-traffic.com; barricades@netzero.com; jerry@booneconst.com; ddpatterson@iowatelecom.net; duffield6@msn.com; albeckpay@aol.com; midwestcontractors@cfu.net; mps_engineers@hotmail com; rockette@iowatelecorn.net; staffer@rupertconst.com; ktaylor@taylorconstr.com; jdelgado@tcwconstruction.com; mevphoenixcorp@frontiernet.com; timothy@dormark.com; allison@servicesigning.com Subject: QUOTE REQUEST -WATERLOO, IA 2025 CIP PIPELINING PHASE V Attachments: DBE QUOTE REQUEST.pdf; PLANS COMPRESSED.pdf; SPECS.pdf 0cxxl Morning, We are bidding a project in Vlratertoo, IA - 2025 CIP Pipelining Phase V and looking to get a traffic control quote. VW need quotes no later than 12:00 PM on February 12, 2025. If you have questions or concerns please let me know. I have attached the specs, plans, and bid items and the forms needed to be returned with your quote. Thank you, Courtny Schumacher, Project File Admin/Accounting Clerk Municipal Pipe Tool 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 i Mb N iCIPAL PIPE TOOL July 10, 2024 To whom it may concern: 515 5TH ST PO BOX 398 HUDSON, IA 50643 PHONE: 319-988-4205 www.munipipe.com 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 319-988-4205. Sincerely, Ricuatiwt Sharon Waschkat, Chief Operations Officer Our Core Values: Safety - Unity - Relationships - Determination - Results Revised February 2003 CONTRACTOR'S OR SUBCQNTRACTOR'$ AFFIRMATIVE ACTIQN PROGRAM Check box that applies to party completing program. ( X ) General Contractor ) Subcontractor I. Section A to be completed by GENERAL CONTRACTORS only: A. Name of Company MUNICIPAL PIPE TOOL CO LLC Address of Company 515 5TH STREET, PO 8OX 398. HUDSON, JA Lip 50643 Telephone Number (319 ) 988_4205 Federal ID Number (if no Federal ID Number, Owner/President's Social Security Number) 26-0583739 Name of Project 2025 CJP PIPELINING PHAVE V, CONTRACT NO. 1118 Project Contract Number CONTRACT NO. 1118 Estimated Construction Work Dates / Start Finish Section B 10 be completed by SUBCONTRACTORS only: B. Name of General or Prime Co_ tractor Name of Subcontractor Subcontractor's Address /3 Zip Subcontractor's Telephone Number (3/9) 001ss.-9352 Subcontractor's Federal ID Number (if no Federal ID Number Owner/President's Social Security Number) '/2—/y5'3i}q 8 Name of Equal Employment Officer C. Remainder of program to be completed by party completing program, either Prime or Subcontractor 1. The Owners and/or Principals of your company. 1 E. Ethnic Name Address Position Sex Sill 2. Other Areas of Interest: If your company has branches or subsidiaries, or if your company is a branch or subsidiary of a parent organization. give the following information: Type of Name Address Affiliation Degree II. EMPLOYER'S POLICY (Please read carefully.) A. We, the undersigned, recognize that we are morally and legally committed to nondiscrimination in employment. Any person who applies for employment with our company will not be discriminated against because of race, color, creed, sex, national origin, economic status, age, mental or physical handicap. B. The employment policies and practices of the undersigned are to recruit and hire employees without discrimination, and to treat them equally with respect to compensation and opportunities for advancement, including training, upgrading, promotion, and transfer. However, we realize the inequities associated with employment training, upgrading, contracting and subcontracting for minorities and women and we will direct our efforts to correcting any deficiencies to the maximum extent possible. The same will be reguired of our SUBCONTRACTORS and suppliers. C. We submit this program to assure compliance w:th Executive Order 11246, as amended, and other subsequent orders that may pertain to equal employment opportunity and merit employment policies, fully realizing that our qualification and/or merit system should be evaluated and revised, if necessary. D. We agree to put forth the maximum effort to achieve full employment and utilization of capabilities and productivity of all our citizens without regard to race, creed, color, sex, national origin, economic status, age. and mental or physical handicap. MUNICIPAL PIPE TOOL CO LLC will give training (Name of Company) and employment opportunities to local residents of Waterloo, Iowa, to the greatest extent feasible. III. AFFIRMATIVE ACTION A. MUNICIPAL PIPE TOOL CO LLC (Name of Company) 2 recognizes that the 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 13th day of February , 20 25 , for FY 2025 CIP Pipelining Phase V, Contract No. 1118, Waterloo, IA NOW, THEREFORE, (a) If said Bid shall be rejected, or in the alternate, (b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the form specified and shall furnish a bond for his faithful performance of said contract, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the agreement created by the acceptance of said Bid, Then this obligation shall be void, otherwise the same shall remain in force and effect; it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. By virtue of statutory authority, the full amount of this bid bond shall be forfeited to the Owner in liquidation of damages sustained in the event that the Principal fails to execute the contract and provide the bond as provided in the specifications or by law. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall be in no way impaired or affected by any extension of the time within which the Owner may accept such Bid or execute such contract; and said Surety does hereby waive notice of any such extension. IN WITNESS WHEREOF, the Principal and the Surety, have hereunto set their hands and seals, and such of them as are corporations, have caused their corporate seals to be hereto affixed and these pres- ents to be signed by their proper officers this 23rd day of January , A.D. 2025. Witness itness Zach Fuller BID BOND AECOM #60743622 Municipal Pipe Tool Co., LLC By Principal ThlAa (,O)7I I tiov)C-UctAIC Co (Title) Merchants Bonding Company (Mutu Surety By ara , Attorney -in -fact CONTRACT NO. 1118 BB-1 of 1 FY 2025 CIPP MERCHANTS 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, Alissa Cahalan; Anne Crowner; Ashlea McCaughey; Austin Muehlschlegel; Ben Williams; Brian J Oestreich; Brian M Deimerly; Cameron M Burt; Colby D White; Craig E Hansen; D Gregory Stitts; Dione R Young; Donald E Appleby; Douglas Muth; Ginger Hoke; Grace Dickinson; Grace Rasmussen; Graydon Dotson; Greg Krier; Jamie Gifford; Jay D Freiermuth; Jennifer Marino; Jessie Allen; Joe Tiernan; John Cord; Joseph Cardinal; Joshua R Loftis; Kate Zanders; Keeton Welch; Kristine M Becks; Mark R DeWitt; Mark Sweigart; Mary Ashley Allen; Melinda C Blodgett; Michelle Morrison; Michelle R Gruis; Nathan Weaver; Nicole Stillings; R C Bowman; Rachel Thomas; Sandra M Engstrum; Sara Huston; Sarah C Brown; Seth D Rooker; Taylor Fogle; Ted Jorgensen; Tim McCulloh; Todd Bengford 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 April 27, 2024 and adopted by the Board of Directors of Merchants National Bonding, Inc., on October 16, 2015 and amended on April 27, 2024. "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 1st day of November 2024 ►P�1ONqit ••.�� • .• ORq •6O': :&a. -0- G:o : COUNTY OF DALLAS ss. On this 1st day of November 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. . ...... •'�\NG Coy'• A' •• S ORPOq •9.• ' sc., 9�,y.Li • 2._-0- • •z d:• • �'• 1933 c ' • By . 0•• €1 • '•� \c •• MERCHANTS BONDING COMPANY (MUTUAL) MERCHANTS NATIONAL BONDING, INC. d/bla MERCHANTS NATIONAL INDEMNITY COMPANY President x.' • 2003 • • .1 :d*•.• .••♦ '•� • ••....... •: 0 , STATE OF IOWA •• ..►4� ........►•► /CQ31A o v Commission Z __ 1- Penni Number Miller 787952 • n� IOWA • My Commission January 20, 2027 Expires Notary Public (Expiration of notary's commission does not invalidate this instrument) I, Elisabeth Sandersfeld, 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 • • s . 0 • • .............. . c ..'oRPORq•.o sz it :Z:2 -0- d:: .Q:— . :2: v•• 2003 • ••a 7 Caa_°J• ••�O)vFl4' 0 9 '.-9 4• is* • • C, ' rIA • • 1--: C -0- d •• �• • 2=: : 3 • a'. 1933 ; c: •...... • • • �,. l�'..L • 23rd day of Secretary January , 2025 . POA 0018 (6/24)