Loading...
HomeMy WebLinkAboutIowa Civil Contracting, Inc.Bid of: Iowa Civil Contracting, Inc. 1106 3rd St. Victor, IA52347 PROPOSAL FOR: F.Y.2025 E./W San Marnan Drive Reconstruction Project Contract No. 1116 1 City Clerk City of Waterloo 715 Mulberry St. Waterloo, IA 50703 Iowa Civil Contracting, Inc. 1106 3rd Street Victor, IA 52347 BID SECURITY FOR: FY.2025 E./W. San Marnan Drive Reconstruction Poject Contract No. 1 i 16 FORM OF BID OR PROPOSAL F.Y. 2025 E./W. SAN MARNAN DRIVE RECONSTRUCTION PROJECT CONTRACT NO. 1116 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 .1-eva_ a Pgstnership co sisting of the following partners: (1--0N(Va L- t V t CQn-trcCtLftC( , lTv \C . , having familiarized (himself) (themselves) (itself) with the existing conditions on the$roject 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 the City Engineer of the City of Waterloo now on file in the office of the City Clerk, City Hall, Waterloo, Iowa, hereby proposes to furnish all supervision, technical personnel, labor, materials, machinery, tools, appurtenances, equipment, and services, including utility and transportation services required to construct and complete this F.Y. 2025 E./W. SAN MARNAN DRIVE RECONSTRUCTION PROJECT, Contract No. 1116, 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 E. / W. SAN MARNAN DR RECONSTRUCTION PROJECT CONTRACT NO.1116 DIVISION I - ROADWAY CONSTRUCTION ITEM BID SUDAS SPECIFICATION * SUPPLEMENTAL SEE DESCRIPTION UNIT MARNAN DR SAN QTY UNIT BID PRICE TOTAL BID PRICE DIVISION 2 - EARTHWORK 1 2010-108-D-1 * TOPSOIL, 4 INCHES, ON SITE SY 25,410.0 $ 1 4 0 5 $ oRU i 10c30 ‘ 5D 2010-108-D-3 * TOPSOIL, 4 INCHES, OFF SITE SY 8,544.0 $ 32 , l9B qa $ $ 31,,q9 L ' i _ (� ( l LI I, 3 2010-108-E * EXCAVATION, ROADWAY AND CLASS BORROW 10, CY 585.0 $ (�� V • 4 SEE EST. REF. EXCAVATION, WASTE CLASS 10, CY 14,473.0 $ t `0 8 $ I -1-Li II(v ,f��;2 , V 5 2010-108-F * EXCAVATION, BELOW GRADE CLASS 10, CY 2,258.0 $ i�,, l�� $ a. i �'�Q , () LI 6 2010-108-G * SUBGRADE PREPARATION SY 61,740.0 $ D •, Rs $ 5 r 53 , vo 7 2010-108-J * SUBBASE, MODIFIED, 12 INCH SY 61,740.0 $ 1- ; 61 $ 431 -9 C-I 50, (93, (90 00 8 IADOT 2121 GRANULAR B, 4 INCH DEPTH SHOULDER, TYPE SY 14,959.0 r 9. B $ 8� 1 $ J % DIV. I - SUBTOTAL EARTHWORK = ot , 58z- $ BL I q q DIVISION DRAINS 4 - SEWERS AND STORM SEWERS FORM OF BID CONRACT NO. 1116 Page 1 of 6 9 4020-108-A STORM RCP 2000D, SEWER, 24 INCH TRENCHED, LF 8.0 $ (9 U 8 4 S $ c2f 3 1 d 60 10 4020-108-A STORM RCP 2000D, SEWER, 18 INCH TRENCHED, LF 24.0 $ auc. 5b ► $ �Q ,300, Op 11 4020-108-A STORM RCP 2000D, SEWER, 15 INCH TRENCHED, LF 4.0 $ oG "" a S b $ 1 1 Ds 0 OO ` 12 4020-108-D REMOVAL RCP, 36 INCH LESS OF THAN STORM OR EQUAL SEWER, TO LF 132.7 $ 31 j t b $ qi1B l ,vS 43 ` 13 4020-108-D REMOVAL SUBDRAIN OF STORM SEWER, LF 2,188.0 $ i $ l 1 0 ` �% U 14 4020-108-G STORM ABANDONMENT, RCP, SEWER 18 INCH FILL AND LF 550.0 $ 3)i S b I $ ` -i( 3 Ov as.PLUG, 15 4020-108-G STORM ABANDONMENT, PLUG, RCP, SEWER 15 INCH FILL AND LF 48.0 $ 21 3 co ! ' (3%I o�J $ SUBDRAINS 16 4040-108-A * SUBDRAIN, TYPE SP, 6 INCH LF 14,345.0 $ 1 oZ % h 0 $ 18 D1 u R . ocs 17 4040 108 D * SUBDRAIN STRUCTURE, OUTLET 6 INCH TO EACH 12.0 $ ; I „ S $ 2 1 1 S 0 o p 18 4040-108-D * SUBDRAIN 6 INCH OUTLET TO DITCH, EACH 78 0 $ 315, O 00 $ °LI S-t 0' DIV. I - SUBTOTAL SEWERS AND DRAINS - STORM = $ 333 , was DIVISION FOR SEWERS SANITARY 6 - AND STRUCTURES STORM 19 6010-108-B * INTAKE, SW-505 EACH 1.0 $ 6, 0 25 , 6 ° $ 81 gas : OU 20 6010-108-B * INTAKE, SW-507 EACH 3.0 $ 1, 3S0. 00 $ o&a , os o, oc 21 6010 108E * MANHOLE MINOR, SW-401, ADJUSTMENT, 48" EACH 4.0 $ 3 ' SD ` 0 a $ 787, 5 b 22 6010-108-E *MINOR, MANHOLE SW-402, ADJUSTMENT, 60"x60" EACH 1.0 $` 1 Su ,$ it3 (3 3-O , 23 6010-108-F * INTAKE SW-506 ADJUSTMENT, MAJOR, EACH 2.0 $ (Qi Sd-3‘ r� DO $ L J j ��li p D 24 6010-108-G CONNECTION MANHOLE SUBDRAIN OR TO INTAKE, EXISTING EACH 8.0 $ �to 91 1 � SO ) ! $ $ ILL D1Sb 2 33g 0 ` SO 1 25 6010 108 H * REMOVE END SECTIONS, INTAKE STORM AND FLARED EACH 26.0 aS $ S5 l ( DIV. I - SUBTOTAL STRUCTURES FOR SANITARY AND STORM SEWERS = $ 1 3, Q Q.b , 00 DIVISION AND RELATED 7 - STREETS WORK PCC PAVEMENT 26 7010-108-A; 302* PAVEMENT, SUDORC-4,CL3AGG PCC, 9 INCH, C- SY 53 250.0 $ 19-6,S $WO)989-�° ' 27 701 0 1 0 8 E CURB WIDE, & 9-INCH GUTTER, DEPTH, 24-INCH PCC, C 4 LF 715.0 $ �� � 0 ?� $ 0°c j 193a ' 28 7010 108 G CONCRETE DEPTH, PCC, MEDIAN, C-4 6-INCH SY 48.1 $ U 1 i 3� $ 3 333 33 FORM OF BID CONRACT NO. 1116 Page 2 of 6 29 7010-108-I; * 302 PCC TESTING PAVEMENT SAMPLES AND LS 1.0 $ 1 l i ()ba b� $ 1 k i 000, tho SIDEWALKS, PATHS, AND SHARED DRIVEWAYS USE 30 7030-108-E * PCC SIDEWALK, 6-INCH, C-4 SY 18.8 $ (5:1- , (-95 $ ( Q oo 1 t vc 31 7030-108-G * DETECTABLE WARNINGS SF 40.0 I 5b 0 b $ q- t $ a 1 Rao PAVEMENT REHABILITATION 32 7040-108-H * PAVEMENT REMOVAL SY 52,218.0 $ a , 1 u $ ( bet( LDS-3- ( 8o 33 7040-108-1 CURB & GUTTER REMOVAL LF 50.0 $ 2 La t QS $ I 1 31 'a , S b DIV. I - SUBTOTAL STREETS AND RELATED WORK = $ 313 U2 S . 3s5 , 'S DIVISION CONTROL 8 - TRAFFIC TRAFFIC SIGNALS 34 SEE EST. REF. TRAFFIC LOOPS LS 1.00 $ (.( 6d0 `°° $ UM i OOO `ov PAVEMENT MARKINGS 35 8020 108 B PAINTED MARKINGS, PAVEMENT WATERBORNE STA 280.86 W $ b U t $ (� t i S3 (Q J 36 8020-108-F WET, REMOVABLE RETROFLECTIVE TAPE MARKINGS STA 49.40 $ 14; 0 $ I Cth c0 -t, 37 8020-108-G PAINTED LEGENDS, SYMBOLS TEMPORARY AND EACH 27.00 $ l ( 0 4 �b $ 0I RJb v OD 38 8020-108-H * PRECUT LEGENDS S YM BOLS AND EACH 47.00 $ 5� b $ o� )(loc. 5 0 39 8020-108-K PAVEMENT REMOVED MARKINGS STA 37.04 $ 0 0$ H,4BIi t $ y 40 8020 108 L SYMBOLS REMOVED AND LEGENDS EACH 20.00 O $ I 371 - $ 02 I ----150, 00 TEMPORARY CONTROL TRAFFIC 41 8030 108-A * TEMPORARY CONTROL TRAFFIC LS 1 0 $ JOIgSO. 0� $ a,C2. iq�b U 0 42 8030-108-A * PORTABLE MESSAGE SIGNS DYNAMIC EACH / DAY 56.0 $ I I I r, O ` $ 1 U1 � V r` p U 43 8030-2.02 DIRECTIONAL DETAILS SIGNS, PER EACH 104.0 $ (I `A Y O $ [ I 1 „�2op t 44 IADOT 2518010 2528- SAFTEY CLOSURE EACH 21.0 $ 131 SO 1 $ 1 BPI SO DIV. I - SUBTOTAL PAVEMENT MARKINGS AND TRAFFIC CONTROL = $ I 1 Si B i O 4 SO DIVISION AND LANDSCAPING 9 - SITE WORK SEEDING 45 9010-108-B * HYDRAULIC FERTILIZING TYPE 1 SEEDING, AND MULCHING - SY 37,350.0 $ 0 % t4 8 $ 0� 3a 8 v0 EROSION CONTROL AND SEDIMENT 46 9040-108-N-1 SILT DITCH FENCE CHECK, OR INSTALLATION SILT FENCE LF 3,370.0 - $ I t `� $ I q J I ' U FORM OF BID CONRACT NO. 1116 Page 3 of 6 47 9040-108-N-2 * SILT DITCH SEDIMENT FENCE CHECK, OR SILT REMOVAL FENCE OF LF 500.0 $ � ` < ` $ 5� < 0 a 48 9040-108-N-3 SILT DITCH FENCE CHECK, OR SILT REMOVAL FENCE OF LF 3,370.0 $ 0 t 061 $ 3b3 0DEVICE , 49 9040-108-Q-2 * EROSION MULCHING, HYDROMULCHING CONTROL SY 33,954.0 o $ 0La $ 9 i J)1 c 50 9040-108-T-1 * INLET INSTALLATION, PROTECTION DROP DEVICE, -IN EACH 10.0 ((II 6° O o $ i c�`�i fr $ I 1'L1 51 9040-108-T-1 * INLET INSTALLATION, APPLIED PROTECTION SURFACE- DEVICE, EACH 9.0 00 �S• U � $ 55 $ 52 9040-108-T-2 * INLET MAINTENANCE PROTECTION DEVICE, EACH 19.0 $ a a- ` b v (_ff $ t I p V 0 0 DIV. I - SUBTOTAL SITE WORK AND LANDSCAPING = LA 31 -1 4, In 9- $ 1 DIVISION MISCELLANEOUS 11 - 53 11010-108-A CONSTRUCTION SURVEY LS 1.0 $ ��` II2 13, b00 0° $ Li 2 31000 , " 54 11020 108 A MOBILIZATION LS 1.0 $ a (S SQO. ° ° $a i 3, S ob 1 oO 55 11,050-108-A CONCRETE WASHOUT LS 1.0 56 IADOT 2505 STEEL CONSTRUCTION REMOVAL BEAM GUARDRAIL AND LS 1.0 $ OD iboO uo $ 3Q-k b b6 U S 57 SEE EST. REF. TEMPORARY PCC OR 6 INCH PAVING, HMA 6 INCH SY 930.0 $ �j , c�-R $ l (° DIV. I - SUBTOTAL MISCELLANEOUS = $ 330) ( `l ` , 0 DIVISION II - WATER MAIN DIVISION 2 - EARTHWORK 58 2010-108-J * SUBBASE, MODIFIED, 12 INCH SY 22.9 $ (0 , 5 O $ 2L1, d c LE S DIV. II - SUBTOTAL EARTHWORK = $ `Lp Li S , DIVISION AND APPURTENANCES 5 - WATER MAIN PIPES AND FITTINGS 59 5010 108-A WATER POLYWRAPPED, MAIN, TRENCHED, DIP, 12" LF 125.0 ((' I S 3 1 $ `1 $ 171 60 5010-108-C FITTING, SLEEVE, 12" ROMAC ALPHA XL EACH 2.0 $ .02 (bQ v J $ Lk 1 3-0 0 0 61 5010-108-C FITTING, 8"x12"x12" MJ LOCKING TEE, EACH 1.0 $ I 1gLf I 3 SO $ \ (,ILlol i t5 O 62 5010-108-C FITTING, 90° MJ BEND, 12" EACH 1.0 $ I 1 --SS. e o $ 1 1 85 00 , 63 5010-108-C FITTING, RESTRAINED SLEEVE, EACH 1.0 $ 3 LIS I 10 d $ l I J lS/ J 1 „S I 0 VALVES, AND APPURTENANCES FIRE HYDRANTS, 64 5020-108-A VALVE, MJ GATE, 12"EACH 1.0 $ 5 a I S `�o j�, $ SIoIS'0 00 i 65 5020-108-A VALVE, MJ GATE, 8" EACH 1.0 $ 3, IS 04 ° b $ 3 ((5-0 i. ° DIV. II - SUBTOTAL WATER MAINS AND APPURTENANCES = $ 'SOS , L((1 % a S FORM OF BID CONRACT NO. 1116 Page 4 of 6 DIVISION AND RELATED 7 - STREETS WORK PCC PAVEMENT 66 7010-108-A PAVEMENT, SU D OR C-4, PCC, CL 9 3 AGG INCH, C- SY 16.8 $ 10B , � O $ 1 1 (OM 00 SIDEWALKS, PATHS, AND SHARED DRIVEWAYS USE 67 7030-108-E PCC SIDEWALK, 6-INCH, C-4 SY 8.5 $ t , Sb $ `Q 01 o v S 68 7030-108-G DETECTABLE WARNINGS SF 10.0 $ �. ` Sb $ -T l 5 PAVEMENT REHABILITATION 69 7040-108-H * PAVEMENT REMOVAL SY 25.3 $ / b, S6 $ DOS, ci25 DIV. II - SUBTOTAL STREETS AND RELATED WORK = $ 3 a l9 6)' k O DIV. I - TOTAL = 5� $ 1 nu Li DIV. II - TOTAL = S� Q MO D $ 1 i U� 1 (01-8 TOTAL BID - DIV. I + DIV. II = $ j J � 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 -"I0_ PQ f"C9r(1-1- �TM] boC Dollars ($ V710 in the form of bi d 3o is submitted herewith in accordance with the INSTRUCTIONS TO BIDDERS. 5 Attached hereto is a Non Collusion Affidavit of Prime Contractor, 6 Attached hereto is a Bidder Status Form. 7 The bidder is prepared to submit a financial and experience statement upon request. 8. The Prime Contractor and Subcontractor(s), which have performed an aggregate of $10,000.00 in work for the City in the current calendar year, are prepared to submit an AAP or Update and an EOC, within ten (10) days of notification that the bid submitted is lowest and acceptable. 9. The bidder has received the following Addendum or Addenda: Addendum No. 1 Date Q1JLI)5 FORM OF BID CONRACT NO. 1116 Page 5 of 6 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. EV0 6nadifig 4_Th C (Name of Bidder) 6nathy 3I (s_ I ao as (Date) BY: Title ?rLS\ difl+ Official Address: (Including Zip Code): i/OLO Zrd 8t, teSitr- DA 523y1- Q.R.S. No. Ha; oq 199L-1 FORM OF BID CONRACT NO. 1116 Page 6 of 6 NON -COLLUSION AFFIDAVIT OF PRIME BIDDER State of J43v\J 0. County of POVIO6hnr,a,vit 0/10.014,-- )ss , being first duly sworn, deposes and says that: 1 He is (Owner, Partner, Officer, Representative, or Agent) , of 4-0/00k C(Sri-h Gil f-Ar, , 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) ad autLiS, c�- 9\- Subscribed and sworn to before me this (ef 12- Title day of 74-4---(z( , 20 2. V l GL PYQS I GLQ,n-F Title My commission expires / ) 3 - 1-`) • PATRICK D MCLEOD Commission Number 809440 My Commission Expires March 13, 2027 MBE/WBE BUSINESS ENTERPRISE PRE -BID CONTACT INFORMATION FORM Prime Contractor Na e: J-C Project: r, (1s 909,-5 Ran n 4.n Letting Date: NO MBE/WBE SUBCONTRACTORS: If you are NOT using any MBE/WBE subcontractors to complete this project, sign below. Attach a brief explanation as to why subcontracting was not feasible with this project. If any MBE/WBE subcontractors will be used, please use the bottom portion of this form. Contractor Signature: Title: Date: SUBCONTRACTORS APPLICABLE: You are required, in order for your bid to be considered responsive, to provide the information on this form showing ALL of your MBE/WBE subcontractor contacts made for your bid submission. This information is subject to verification. Any questions may be directed to Contract Compliance Office 319-291- 4429. You are required, in order for your bid to be considered responsive, to provide the information on this Form showing your MBE/WBE Business Enterprise contacts made prior to your bid submission. This information is subject to verifications and confirmation. If you are unable to identify MBE/WBE firms to perform portions of the work, please contact Rudy Jones, Contract Compliance Officer, for assistance at (319) 291-4429. In the event it is determined that the MBE/WBE Business Enterprise goals are not met, then before awarding the contract the City of Waterloo will make a determination as to whether or not the apparent successful low bidder made good faith efforts to meet the goals. TABLE OF INFORMATION SHOWING BIDDER'S PRE -BID MBE/WBE BUSINESS ENTERPRISE CONTACTS Quotes Received Quotation used in bid Subcontractors MBE/WBE Contacted Dates Yes/No Contacted Dates Yes/No Dollar Amount be Subcontracted Proposed to C—Ridi \ 5 31S Jos CLS 1, q 81 , 0d CS3)50-S CthettivUQ4 j r\ LL-C- (Form CCO-4) Rev. 06-20-02 Bidder Status Form To be completed by all bidders Part A Please answer "Yes" or "No" for each of the following: Yes ®No My company is authorized to transact business in Iowa. (To help you determine if your company is authorized, please review the worksheet on the next page). Yes 0 No My company has an office to transact business in Iowa. 2 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. 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. Yes ®No 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: 0 t / / Mg` to ti' Rid / Address: 1 � � U �1rd S-1 City, State, Zip: \Lj door 1 TA bg3C-11' Dates: / / to / / Address: City, State, Zip: Dates: / / to / / Address. You may attach additional sheet(s) if needed. City, State, Zip: To be completed by non-resident bidders Part C 1. Name of home state or foreign country reported to the Iowa Secretary of State: 2. Does your company's home state or foreign country offer preferences to resident bidders, resident labor force preferences or any other type of preference to bidders or laborers? Q Yes Q No 3. If you answered "Yes" to question 2, identify each preference offered by your company's home state or foreign country and the appropriate legal citation. You may attach additional sheet(s) if needed. To be completed by all bidders Part D I certify that the statements made on this document are true and complete to the best of my knowledge and I know that my failure to provide accurate and truthful information may be a reason to reject my bid. • Firm Name: rftla LA t) l ICOAdetThefli(V3Jy/ C • j Signature: at, —Date: 3\(..jc2o2S 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 ONo Q Yes ®No Q Yes ONo Yes ONo OYes( No O Yes O Yes Q Yes�No O Yes O No Q ves(3No Q Yes 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. My business is an active corporation with the Iowa Secretary of State and has paid all fees required by the Secretary of State, has filed its most recent biennial report, and has not filed articles of dissolution. My business is a corporation whose articles of incorporation are filed in a state other than Iowa, the corporation has received a certificate of authority from the Iowa secretary of state, has filed its most recent biennial report with the secretary of state, and has neither received a certificate of withdrawal from the secretary of state nor had its authority revoked. My business is a limited liability partnership which has filed a statement of qualification in this state and the statement has not been canceled. 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. 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. 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. My business is a limited liability company whose certificate of organization is filed in Iowa and has not filed a statement of termination. 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) BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, Iowa Civil Contracting Inc. as Principal, and Merchants Bonding Company (Mutual) , as Surety, are held and firmly bound unto the CITY OF WATERLOO , Iowa, hereinafter called "OWNER." In the penal sum Five Percent of the Total Amount Bid Dollars ($ 5% ) lawful money of the United States, for the payment of which sum will and truly be made, we bind ourselves, our heirs, executors, administrators, and successors, jointly and severally, firmly by these presents. The condition of this obligation is such that whereas the Principal has submitted the accompanying bid dated the 6th day of March , 20 25 , for F.Y. 2025 E./W. San Marnan Drive Reconstruction Project, Contract No. 1116, 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 presents to be s gned by their proper officers this 28th day of February , A.D. 20 25 Iowa Civil Contracting Inc. Principal By Merchants Bonding Company (Mutual) Surety tness 1' Jamie Gifford BID BOND rney-in-fact lam` (Seal) • (Seal) ,• o�a)�u• << ORPOkq 92`„ / '0 • •. 1933 • • Page 1 of 1 MERCI-IANi\S BONDING COMPANYTU 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 consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the Attorney -in -Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner - Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation. In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 1st day of November . 2024 ••'"'"''•• 40.4..., MERCHANTS BONDING COMPANY (MUTUAL) '��.�P•ttONq�'�.•♦ ••.��NG •Co41.o •• MERCHANTS NATIONAL BONDING, INC. / / RP0f ••,.O••• ♦ O,•• Q1P09 •..q • dlb!a MERCHANTS NATIONAL INDEMNITY COMPANY :r2 -o- v:'o: :w•? -o- o; • ; a•y•: 1933 •e: By • •fit . ••^ •z: 0 .. 2003 ..„ 4 STATE OF IOWA •'••.......te i"f1-1-6::.••'� COUNTY OF DALLAS ss. President • 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. IOWA Penni Miller Commission Number 787952 My Commission Expires January 20, 2027 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 POA 0018 (6/24) • • v ttG co4•. ' •*�a0k1P0 '•..o. • : Csq�•?-c, s 4. .S 1933 .%• •* .• *: • • • • • ♦ • • • 28th day of February , 2025 . Secretary