Loading...
HomeMy WebLinkAboutCedar Valley Corp.Bid of: Cedar Valley Corp., LLC 2637 Wagner Road Waterloo, IA 50703 FY 2024 Broadway Street Reconstruction Project Contract No. 1095 City of Waterloo, IA 3-7-2024 1:00 p.m. Cedar Valley Corp. 2637 Wagner Road Waterloo, IA 50703 City Clerk City of Waterloo City Hall 715 Mulberry St Waterloo, IA 50703 BID BOND PS Form 3811, February 2004 0 O 3 coo 0 33 0 C DJ CD O •0 -W-ZO-96900 L cn a O 0 w 0 0 0 Cl cr E-' UJ r 0 w sdijiyd Aiiex :uT.d as paloulsaa m co ❑❑❑ 033m o�� o; 330 o (moo ci W _ a m r NJ V 1 l ) rD co cD o O 0 - O n c o t o (D 0 0 :ol passaJppv eiaiw a m ` >t CD re - CD m . 3A1730 NO NOIIO3S SIHI 3137d1410 PS Form 3811, February 2004 0 0 3 cn 3 33 CD 0 O179 L-W-Z0-969Z0 L co m 0 c 3 Q cn m 0 Q m O w D 0 0 Es' w Er A 33 0 c m a 0 N 0 CD 0) o 0 3 D 0 N (I1 0 O :ol passaippv elollJv 0 0 a m m a a wal a 3 0 3 m 3 ❑ ❑ O m m P3 X CD `° (aweN paluud) !q pa a m a m rt cn CD m w PS Form 3811, February 2004 -11V-ZO-969ZO L 3 4 ED z rD (D wLai 0 0 0 w w w (Transfer from service label) JagwnN &idly •3 UJ O El El 113 0 Er Ls' w Cr 0 co co n rD N O n _o O -a O (D CD D orQ ni (D cri O 0 n o < n (D a a coo m m a O m F R - a it yak a a m m a m g to 0 0 0 3 o 3 ❑ ❑ o (D cn 'aaaea :u}f.v m Q) 0 (D cn 0 20! 0 0 rt 0 n 0 :o; passaJppv elollJv 4. Restricted Delivery? (Extra Fee) 0 co co ❑ ❑ ❑ m (su _1 m z • co, N a (o (p .< a w a m 0) m (n CD 7 m a m p) a a 0) 0 OD 0 0 in- (o m a a m 0 m a 7 o. 3 m 3 1 J o os ,.+ 0 (D _r C - 0 (D = O 0 0 a) �; �- ? m (n O fa N (D • (D a CD° Cl. c X A - M ■ ■ ■ o 4o am o • 3 O CD m • 0) CD a- N W (D Q- X• a) g R co O aoFn. > s o = m (D .< 5- (2. n 30(D3O tsr,, z.D1 PS Form 3811, February 2004 Domestic Return Receipt 049 L-LN-30-969Z0 0 O ldiaoaa uinlaa oils& -1A1-30-969ZO (Transfer from service label) JagwnN elogiv 0 w 0 0 El 0 Er LU w ru (Transfer from service label) JagwnN eloniv w O 0 0 cr w Er nJ aal.aeJ >paaa0 :und EOLOS VI `oopaleM 4oanS sweP' SZL ❑❑ 5 1 0 m m m C co. mEi a (ten a w a ❑❑❑ 33 I 3 N 33 m CD co (D _ t 0 3- w _ a CD 0 0 0 CD 0) Attn: Leroy Harrington O DLri O O U.) 1aaJ .S sal -ES LIZ 1 :ol passaipp elol-Jv • 0 D • a = 0 ,+ S 0 3- -^ N O 0 n = =4'3 Sc3n to rt h :jar 0 (OD w m .�+�nW a6SE 5o=mo o 0 3 o 0 m o W • N fa‘aU ct) Fos 0) N SD • ■ Cn o D o 5 = 3 3 PIP.) h) 1<o a 'O m - < a mCD CD cu SD 7 ro a a a m co m ▪ a a a 0 (D -1 7 m '* 10 o o- 3 3 ❑ ❑ —,0 zc—� O 0 \<1m 1 :o; passaippv elo!Ui ■ ■ ■ o Do p� o O w�?33 = 0 = rtSa"co av cD :• CD -1 t o00=vm,'` � ,gym �; a � 0 c; w 0) 0r' CD 0 0 C=a_ (OD (D A) a) -ow =- 0Q O a 0 F). •n r • a o (o3- .<O :w.n o m m o ( CD n6 N IDD m z m 70 O cn m 0 0 0 ❑ ❑ ❑ 0 Xi 5 m � m co rt O m z 7 tit m (A m 7 0 m a m CD w a cn CD 0 ❑ ❑ o 0 N ❑ ❑ a a) m rt in 0) m CD LEMMIPLeIgLakfiIiNXI,`�`I/.I�tl �tl:Iri�C�Z+� t'06-000-ZO-OesL NSd SLOZ !!adtt `008£ wa0J • ®tr+dIZ'eleIS %i!C • CD -13 CD 7016 1370 0000 6133 6103 tip m -cn m Oill 0 o. O cog co op 0 k 0 o� ft>CD co w m 0 _CD CD n" m w x C N m O Q m m 0 3 O p G 0 co cn cn O Ti mu) = 0 - 0..: rn E CD 0 0 Nv •ri a • V `O08£ wao_ u • fana4suI a0; asaana . 0e t'+d/Z 'el eiS %u!q • 0 0 c z m 0 m Cn 0 N cn r CD (/) 7016 1370 0000 6133 6318 o nc m cn (0wri `I O °w > a• CD z m —I 0 o 0 0 N 0, V cn co !D C y 0 _ y ®i'+dIZ 'e;elS `rfl/C -o T 0 3 Co 0 0 N 0 01 -D Z 03 W O 0 0 0 io A V • CD n 113 0 D 7016 1370 0000 6133 6301 o' Teti z 3 calits 0 :CD Oxtomfo to 69 . n 0 ro N Lill ja. �cn m3 =-''11bErim— 0 u - -4 0 run I r Emi CD 5' -w 3 City, State, ZIP+4 �11 • a 7016 1370 0000 6133 6134 to O Co co 0 h co ❑❑❑D❑ » 1mw �EEW cocm 0 o a 37 c o 82 m xi m 9 m a a 0 o m m m tr mz Efl to /A to 2 m m 0 0 cn Y ,•fit r ' • • c z H 0 U) x- CA OM CD 0— v a ° ° Jo c co in m .-1114 V7 i 0 O co • 0 co 0 3 o 0 0 MIN of+dIZ'elels %il!o 706-000-ZaoCSL NSd 0Z Iiadd'Own WJOJ S•' • Cl) a 7016 1370 0000 6133 6295 co 1 ❑DDD❑ 0 ' efts- a a m 037 w Rea E• E w CD CD g13 z- w m ca ca 3 $ Eg m 9 T aa a o ro • m � o 6 CD 0 o o to to di 69 69 O. till n 69 C rft m Q 0 1 5' 1 0 o • CD o 0 3) • 1 7016 1370 0000 6133 6127 City, State, ZIP+4) Cia� 0 cn ❑❑ a a coco co 0 0 m 69 69 69 a 69 CO sad !real pagi1ae0 r C N m m 0 0. CD O 7 0 3 0 G 74. O O' cn p1 St) i _sod SRidl.S a31IN11 o C7 mcn ow 73 -a n 0 1 co=mn' > a• 0 3 C v 5: • -17 0 • w 0 O to 01 'O Z V 0 0 f0 ,44 r- CtE •J rf.Ir vM•1• P I 11 of+dIZ `aieiS `"1O 7016 1370 0000 6133 6172 t.1 co co vb:aiir!'a;n• 7' fiat il.n a ,t ... • • rt. a o • ci 0 Si m m a. -n m (put ctf • S -0 0 0) (.0 0 0 m a w 0 0 0 0 0 ire W FIRST- CLASS 1 L111111 411 h;n traria oaf•• ,.dial 1 001 'ye . I 01 w.1 C: 1 d C3) ID 7016 1370 0000 6133 6158 a! rn N (D r+ 0 r r 0 0 0 FIRST- atrASIIL 0 O N O N CD O z 0 co N O • • In: 141 • a •E� • 3 at • •; OP - MB — •O N 0 w o 0 0 1 0 co co Z V to 0 0 N O O 0 0 0 V 7016 1370 0000 6133 6189 Co co m -• c. tA 2 2 L J C CA bi z��z H H H 0M0 .�0 0 w I + W zPi°iz tx1 Po I- PU pi pi NI-ISOVIOLOS 0 0 0 E» co 6i 0 69 y b a ti 0 0 0 Er LJ UJ W Er m rn CO O O N a FIRST- C1AS:4-w as nA IJg n 10 IF L'S 44,4 Lai rti VI -4 4 1.4 I IJ.1 4.o-w•u1414I34.4•1 a)1 ,us.••«1:•wll+m. a - 0 m 3 kJ f`' kJ w tre IT' • m rn co :. r / N Cn o tr O co co z OD ▪ c 3 Cr N O m 2 a m c o- rn 0 0 Domestic Return Receipt 01 O Ca rr w -J CI UJ O W 1' ru cu v CO0 0 CT) n w ❑❑❑g 3 O c CO 7. n m D m rt. =- p � � LD ft.a c' = w ❑ ❑ 0�I o J o:D 3 CD co73 co K. CD 92. O coD r Co a N (D -s :ol passeippv elollJv m c—ap co 0 R -1 a a m m m R a a FDI CD a � m o-h (0 O 3 3 ❑ ❑ o O (a c ■ O >o O n r 5- r (D S g oW a w rt (D ▪ o r« CD a) 0) (D • 0 n x fir; +O a 3 (D < 3 0 co Z PP O m Z • ■ awn 3 0 B.13 a O DJ ED a ai D a .a wa0N al ca a - a0 W (a) o ciao m a3 a 3 ro m m X Om clad ' L (-8C wJod Sd Domestic Return Receip -w-zo-Ssszo cn A yo cn y m 1 3 cn CD m Q' CZi w 1 C] UJ L.0 Ln egwnN elolljv r a a) 1 (D N Waterloo, IA 50701 tJ a (D = Cr (D (D NJ n D o m n (0 r r n iea PaloulsaU •t (D 4 ❑ ❑ ❑ o rr a p 3 N co 1 :ol pesseipp elopJJv ■ . ■ O > o D On 00) 533 =y.a-a) as O - 0 5CD - eat O 0 n w O CD o (ID -o cna' cop o r« w a co pa• CD " a r.a W.2 r oa�'&3" S 0 Ort. (a) o 3 O N '� O w Fzaa3 �' < a n N (D (D Q D_ (D CD a a lD a rt 3 co 3 ❑ ❑ o m ❑ ❑ a (0 CI 7 CD ID r* CD cn CD rj[•Ipipfrjj pyparrlw.»s:gN1►1:6i PS Form 3811, February 2004 0 O CD CD 1 c 3 co : co a N cn o N 0 N 01 A 0 (Transfer from service label) JegwnN eloll-d Peterman & Haes Carpet One of passe ppy elopd • ■ ■ h o o 00 O • 0- rya rt. r-9`G as • * �' -« o o = W a co g w W0�°w� i7 c a� mw�wCw �D,mo-CDa -00CD CDRCO oa,��n> o O CaD o if 3 O 0 O p1 a 3 111 CD •1103S SIH1 3/37d1/VO0 :. aN !lea Paloulsa. t7 (D ID 0 CD N ❑ ❑ ❑ m CD CD 3. c (Q. A. m a m m `.< Q. -o w 7.5 m Fff m 0. m Tsa aQ- CD (D m Q -j a Ca CD a m a3-° N 0j 1s 3 O ❑ ❑ o m co APAHea to elea `D ❑ ❑ a (0 a (D ED ED .-r CD ID 1 PS Form 3811, February 2004 0 O N Q gj re mm m (Transfer from service label) aagwnN eloll�f OLET 9To2. 0) ❑ ❑ ❑ m c FDI a w m co '. co a 1 :ol pessaippv eloliiv Iv •/103S SIHi 3137dW00 :1130 0 m� • ID CD • R CD a a Q CD CD mco▪ w a (i a m O ° , (0 O • 3 ET 3 • J ❑ ❑ o (D cn I CD C) CD CD a or .10 m 0. CD luanllea to elea •D ❑ ❑ Q. (Q Q. a (D a (D ro (1) a 1 t 0 0 r m c 0 0 r BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, Cedar Valley Corp., LLC as Principal, and Liberty Mutual Insurance Company as Surety are held and firmly bound unto the CITY OF WATERLOO , Iowa, hereinafter called "OWNER." In the penal sum Five Percent of the 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 7th day of March 2024 , for FY 2024 Broadway Street Reconstruction Project in the City of Waterloo, Iowa; Contract No. 1095 NOW, THEREFORE, (a) If said Bid shall be rejected, or in the altemate, (b) 1f 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 fumishing matenals 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 thern as are corporations, have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers this 26th day of February , A D. 2024 Witness Cedar Valley Corp., LLC Principal ByL/L 011Jilliam C. Calderwoo , Sr:'Vio P'te Liberty MutuallInsuranc: /Company 2c4�1��J (Seal) rs 41 VPr nne Crowner Atto - y-in-fact (Seal) Liberty Mutual. SURETY This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY Certificate No: 8210368-190056 KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casually Insurance Company is a corporation duly organized under the laws of the State of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana (herein collectively called the "Companies"), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, Anne Crovater; Brian M. Deimerly; Cindy Bennett; Craig E Hansen; Dione It. Young; Jay D. Freiermuth; John Cord; Kate Zanders; Sara Huston; Seth D Rooker; Tim McCulloh rzi all of the city of Waukee state of IA each individually if there be more than one named, its tote and lawful attorney -in -fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or offidal of the Companies and the corporate seals of the Companies have been affixed thereto this 6th day of June , 2023 . By: Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company David M. Carey, Assistant Secretary State of PENNSYLVANIA County of MON.TGOMERY ss On this 6th day of June , 2023 before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance Company, The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at Plymouth Meeting, Pennsylvania, on the day and year first above written. Commonwealth or Pennsylvania - Notary Seal Teresa Pastella, Notary Public Montgomery County My commission expires March 28, 2025 Commission number 1126044 Member, Pennsylvania Association of Notaries By: eresa Pastella. Notary Public eresa Pastella, Public This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows: ARTICLE IV— OFFICERS: Section 12. Power of Attorney. Any officer or other offidal of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the President may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact, subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attorney -in -fact under the provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority. ARTICLE XIII — Execution of Contracts: Section 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation — The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such attorneys -in - fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Authorization — By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with the same force and effect as though manually affixed. I, Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Power of Attorney executed by said Companies, is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 26th day of February , 2024 . aai o C O" O C� o E (S3 U_ >� QD rn aO C_ (a LE O < O ;Er) v O N co OCL CO co 0 a' C co Ci3 — �tB U O U) o O_ w o- By: im 7d4 sits Renee C. Llewellyn, Assistant Secretary LMS-12873 LMIC OCIC WAIC Multi Co 02/21 FORM OF BID OR PROPOSAL F.Y. 2024 BROADWAY STREET RECONSTRUCTION PROJECT CONTRACT NO. 1095 CITY OF WATERLOO, IOWA Honorable Mayor and City Council Waterloo, Iowa Gentlemen: 1. The undersigned, being a Corporation existing under the laws of the State of Iowa , a Partnership consisting of the following partners: , having familiarized (himself) (themselves) (itself) with the existing conditions on the project area affecting the cost of the work, and with all the contract documents listed in the Table of Contents and Addenda (if any), as prepared by 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 2024 BROADWAY STREET RECONSTRUCTION PROJECT, Contract No. 1095, 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 BROADWAY STREET RECONSTRUCTION PROJECT CONTRACT NO.1095 BID ITE M SPECIFICATION SUPPLEMENTAL SUDAS * SEE DESCRIPTION UNIT BROADWAY ST QTY UNIT PRICE BID TOTAL PRICE BID DIVISION 2 - EARTHWORK 1 2010-108-D-1* TOPSOIL, 4 INCHES, ON SITE SY 26,418.0 $ $ 2 2010-108-D-3* TOPSOIL, 4 INCHES, OFF SITE SY 5,453.0 $ $ 3 2010-108-E * EXCAVATION, AND BORROW CLASS 10, ROADWAY CY 1,423.0 $ $ 4 SEE EST. REF. EXCAVATION, CLASS 10, WASTE CY 12,706.0 $ $ 5 2010-108-F * EXCAVATION, CLASS 10, BELOW GRADE CY 2,100.0 $ $ 6 2010-108-G * SUBGRADE PREPARATION SY 61,272.0 $ $ 7 2010-108-J * SUBBASE, MODIFIED, 10 INCH SY 61,272.0 $ $ 8 IADOT 2121 * GRANULAR DEPTH SHOULDER, TYPE B, 4 INCH SY 17,191.0 $ $ SUBTOTAL EARTHWORK = $ DIVISION DRAINS - 4 STORM - SEWERS AND 9 4020-108-A STORM 2000D, SEWER, 18 INCH TRENCHED, RCP LF 279.1 $ $ 10 4020-108-D REMOVAL LESS THAN OF OR STORM EQUAL SEWER, TO 36 INCH RCP, LF 199 0 $ $ 11 4030-108-B PIPE APRON, RCP,18 IN. DIA. EACH 3.0 $ $ 12 4030-108-C FOOTING 18 INCH FOR CONCRETE PIPE APRON, EACH 3.0 $ $ 13 4030-108-D PIPE APRON GUARD, 18 INCH EACH 3.0 $ $ 14 4040-108-A SUBDRAIN, TYPE SP, 6 INCH LF 19,513.0 $ $ FORM OF BID CONRACT NO. 1095 Page 1 of 4 15 4040-108-D SUBDRAIN INCH OUTLET TO STRUCTURE, 6 EACH 36.0 $ $ 16 4040-108-D SUBDRAIN OUTLET TO DITCH, 6 INCH EACH 32.0 $ $ SUBTOTAL SEWERS AND DRAINS - STORM = $ DIVISION SANITARY 6 AND - STRUCTURES STORM SEWERS FOR 17 6010-108-B INTAKE, SW-505 EACH 1.0 $ $ 18 6010-108-B INTAKE, SW-507 EACH 3.0 $ $ 19 6010-108-B * INTAKE, 1040 A COVER SW-512, ONLY 24 INCH, WATERLOO EACH 9.0 $ $ 20 6010-108-B INTAKE, TYPE 3B SW-512, CASTING 24 INCH, SW-604 EACH 3.0 $ $ 21 6010-108-E SANITARY MINOR, SW-301 MANHOLE ADJUSTMENT, EACH 2.0 $ $ 22 6010-108-H * REMOVE SECTIONS, INTAKE STORM AND FLARED END EACH 10.0 $ $ SUBTOTAL STRUCTURES FOR SANITARY AND STORM SEWERS = $ DIVISION RELATED WORK 7 - STREETS AND PAVEMENT, C 4, CL 3 AGG PCC, 9 INCH, C-SUD OR $ $ 23 SY 7010-108-A * 54,718.0 24 7010-108-1 * PCC TESTING PAVEMENT SAMPLES AND LS 1.0 $ $ 25 11,050-108-A CONCRETE WASHOUT LS 1.0 $ $ PAVEMENT REHABILITATION $ $ 26 7040-108-H * PAVEMENT REMOVAL SY 59,273.0 $ $ 27 SEE EST. REF. REMOVAL OF RAILROAD CROSSING LS 1.0 $ $ SUBTOTAL STREETS AND RELATED WORK = $ DIVISION MARKINGS 8 AND - PAVEMENT TRAFFIC CONTROL 28 8020 108 B * PAINTED WATERBORNE PAVEMENT MARKINGS, STA 315.16 $ $ 29 8020-108-B * PAINTED WATERBORNE, PAVEMENT TEMPORARY MARKINGS, STA 10.64 $ $ 30 8020-108-H * PRECUT SYMBOLS AND LEGENDS EACH 10.0 $ $ 31 8020-108-K PAVEMENT MARKINGS REMOVED STA 10.64 $ $ 32 8030-108-A TEMPORARY TRAFFIC CONTROL LS 1.0 $ $ 33 8030-2.02 DIRECTIONAL SIGNS, PER DETAILS EACH 104.0 $ $ 34 IADOT 2518010 2528- SAFTEY CLOSURE EACH 26.0 $ $ 35 IADOT 9109020 2528- TEMPORARY SYSTEM LANE SEPARATOR LF 400.0 $ $ SUBTOTAL PAVEMENT MARKINGS AND TRAFFIC CONTROL = $ DIVISION LANDSCAPING 9 - SITE WORK AND SEEDING 36 9010 108 B * HYDRAULIC MULCHING - SEEDING, TYPE 1 FERTILIZING AND SY 31,871.0 $ $ 37 9010-108-E * WARRANTY SY 7,968.0 $ $ EROSION AND SEDIMENT CONTROL $ $ 38 9040-108-N-1 SILT FENCE, INSTALLATION LF 4,377.0 $ $ FORM OF BID CONRACT NO. 1095 Page 2 of 4 39 9040-108-N-2 * SILT FENCE, REMOVAL OF SEDIMENT LF 450.0 $ $ 40 9040-108-N-3 SILT FENCE, REMOVAL OF DEVICE LF 4,377.0 $ $ 41 9040-108-Q-2 EROSION HYDROMULCHING CONTROL MULCHING, SY 23,903.0 $ $ 42 9040-108-T-1 * INLET INSTALLATION, PROTECTION DROP DEVICE, -IN EACH 4.0 $ $ 43 9040-108-T-1 * INLET INSTALLATION, PROTECTION SURFACE DEVICE, -APPLIED EACH 6.0 $ $ 44 9040-108-T-2 * INLET MAINTENANCE PROTECTION DEVICE, EACH 10.0 $ $ SUBTOTAL SITE WORK AND LANDSCAPING = $ DIVISION 11 - MISCELLANEOUS 45 11010-108-A CONSTRUCTION SURVEY LS 1.0 $ $ 46 11020-108-A MOBILIZATION LS 1.0 $ $ 47 SEE EST. REF. TEMPORARY PLACE, RESTORE MAINTAIN, ACCESS, REMOVE EXCAVATE, AND LS 1.0 $ $ 48 SEE EST. REF. TEMPORARY PAVING, 4 INCH HMA SY 997.0 $ $ SUBTOTAL MISCELLANEOUS = $ TOTAL BID $ kir 576)530, 79 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 5 % Dollars ($ ) in the form of Bid Bond , is submitted herewith in accordance with the INSTRUCTIONS TO BIDDERS. 5. Attached hereto is a Non -Collusion Affidavit of Prime Contractor. 6. Attached hereto is a Bidder Status Form. 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. FORM OF BID CONRACT NO. 1095 Page 3 of 4 9. The bidder has received the following Addendum or Addenda: Addendum No. 1 Date 2-27-2024 2 3-4-2024 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. Cedar Valley Corp. LLC 3-7-2024 (Name of Bidder) (Date) BY: /L*0 Ot (1C Title Senior Vice President William C. Calderwood Official Address: (Including Zip Code): 2637 Wagner Road, Waterloo, IA 50703 I.R.S. No. 42-0987141 FORM OF BID CONRACT NO. 1095 Page 4 of 4 3/7/2024 CEDAR VALLEY CORP., LLC F.Y. 2024 BROADWAY STREET RECONSTRUCTION PROJECT CONTRACT NO. 1095 CITY OF WATERLOO, IOWA Letting Date: 3-7-2024 SODAS SPEC ITEM *SEE SUPPL. FY 2024 BROADWAY STREET RECONSTRUCTION PROJECT CONTRACT NO.1095 DESCRIPTION QUANTITY UNIT UNIT PRICE AMOUNT DIVISION 2 - EARTHWORK 1 2010-108-D-1* TOPSOIL, 4 INCHES, ON SITE 26,418.000 SY 0.75 19,813.50 2 2010-108-D-3* TOPSOIL, 4 INCHES, OFF SITE 5,453.000 SY 3.50 19,085.50 3 2010-108-E* EXCAVATION, CLASS BORROW 10, ROADWAY AND 1,423.000 CY 15.00 21,345.00 4 SEE EST. REF. EXCAVATION, CLASS 10, WASTE 12,706.000 CY 9.50 120,707.00 5 2010-108-F* EXCAVATION, CLASS 10, BELOW GRADE 2,100.000 CY 42.00 88,200.00 6 2010-108-G* SUBGRADE PREPARATION 61,272.000 SY 1.05 64,335.60 382,950.00 7 2010-108-J* SUBBASE, MODIFIED, 10 INCH 61,272.000 SY 6.25 8 IADOT 2121* GRANULAR SHOULDER, DEPTH TYPE B, 4 INCH 17,191.000 SY 4.75 81,657.25 SUBTOTAL EARTHWORK = 798,093.85 Page 1 of 7 3/7/2024 CEDAR VALLEY CORP., LLC F.Y. 2024 BROADWAY STREET RECONSTRUCTION PROJECT CONTRACT NO. 1095 CITY OF WATERLOO, IOWA Letting Date: 3-7-2024 ITEM SUDAS SPEC =cr_r_ ci ID 3 FY 2024 BROADWAY STREET RECONSTRUCTION PROJECT CONTRACT NO.1095 DESCRIPTION QUANTITY UNIT UNIT PRICE AMOUNT DIVISION 4 - SEWERS AND DRAINS - STORM STORM SEWER, TRENCHED, RCP 2000D, 18 INCH 279.100 LF 80.00 22,328.00 9 4020-108-A 199.000 LF 20.00 3,980.00 10 4020-108-D REMOVAL OF STORM SEWER, RCP, LESS THAN OR EQUAL TO 36 INCH 4030-108-B PIPE APRON, RCB, 18 IN. DIA. 3.000 EACH 2,000.00 6,000.00 11 4030-108-C FOOTING FOR CONCRETE PIPE APRON, 18 INCH 3.000 EACH 1,750.00 5,250.00 12 13 3.000 EACH 800.00 2,400.00 4030-108-D PIPE APRON GUARD, 18 INCH 14 4040=108-A SUBDRAIN, TYPE SP, 6 INCH 19,513.000 LF 12.00 234,156.00 15 36.000 EACH 650.00 23,400.00 4040-108-D SUBDRAIN OUTLET TO STRUCTURE, 6 INCH 16 32.000 EACH 650.00 20,800.00 4040-108-D SUBDRAIN OUTLET TO DITCH, 6 INCH AND DRAINS - STORM = 318,314.00 SUBTOTAL SEWERS Page 2 of 7 3/7/2024 CEDAR VALLEY CORP., LLC F.Y. 2024 BROADWAY STREET RECONSTRUCTION PROJECT CONTRACT NO. 1095 CITY OF WATERLOO, IOWA Letting Date: 3-7-2024 FY 2024 BROADWAY STREET RECONSTRUCTION PROJECT CONTRACT NO.1095 ITEM SUDAS SPEC DESCRIPTION QUANTITY UNIT 'SEE SUPPL. UNIT PRICE AMOUNT DIVISION 6 - STRUCTURES FOR SANITARY AND STORM SEWERS 17 6010-108-B IN1 AKE, SW-505 1.000 EACH 8,500.00 8,500.00 18 6010-108-B INTAKE, SW-507 3.000 EACH 8,000.00 24,000.00 19 6010-108-B* INTAKE, SW-512, 24 INCH, WATERLOO 1040 A COVER ONLY 9.000 EACH 2,500.00 22,500.00 20 6010-108-B INTAKE, SW-512, 24 INCH, SW-604 TYPE 3B CASTING 3.000 EACH 2,500.00 7,500.00 21 6010-108-E SANITARY MANHOLE ADJUSTMENT, MINOR, SW-301 2.000 EACH 2,000.00 4,000.00 22 6010-108-H* REMOVE INTAKE AND FLARED END SECTIONS, STORM 10.000 EACH 50.00 500.00 SUBTOTAL STRUCTURES FOR SANITARY AND STORM SEWERS = 67,000.00 DIVISION 7 - STREETS AND RELATED WORK 23 7010-108-A* PAVEMENT, PCC 9 INCH, C-SUD OR C-4, CL 3 AGG 54,718.000 SY 48.58 2,658,200.44 24 7010-108-1* PCC PAVEMENT SAMPLES AND TESTING 1.000 LS 5,000.00 5,000.00 25 11,050-108-A CONCRETE WASHOUT 1.000 LS 2,000.00 2,000.00 26 7040-108-H* PAVEMENT REMOVAL 59,273.000 SY 2.75 163,000.75 27 SEE EST. REF. REMOVAL OF RAILROAD CROSSING 1.000 LS 7,500.00 7,500.00 SUBTOTAL STREETS AND RELATED WORK = 2,835,701.19 Page 3 of 7 3/7/2024 CEDAR VALLEY CORP., LLC F.Y. 2024 BROADWAY STREET RECONSTRUCTION PROJECT CONTRACT NO. 1095 CITY OF WATERLOO, IOWA Letting Date: 3-7-2024 ITEM SUDAS SPEC *C[=G CI In 3 FY 2024 BROADWAY STREET RECONSTRUCTION PROJECT CONTRACT NO.1095 DESCRIPTION QUANTITY UNIT UNIT PRICE AMOUNT DIVISION 8 - PAVEMENT MARKINGS AND TRAFFIC CONTROL 315.160 STA 55.00 17,333.80 28 8020-108-B* PAINTED PAVEMENT MARKINGS, WATERBORNE 8020-108-B* PAINTED PAVEMENT MARKINGS, WA1 ERBORNE, TEMPORARY 10.640 STA 135.00 1,436.40 29 PRECUT SYMBOLS AND LEGENDS 10.000 EACH 600.00 6,000.00 30 8020-108-I I* PAVEMENT MARKINGS REMOVED 10.640 STA 325.00 3,458.00 31 8020-108-K 32 8030-108-A TEMPORARY TRAFFIC CONTROL 1.000 LS 46,300.00 46,300.00 33 104.000 EACH 200.00 20,800.00 8030-2.02 DIRECTIONAL SIGNS, PER DETAILS 34 IADOT 2528- 2518010 SAFETY CLOSURE 26.000 EACH 250.00 6,500.00 35 IADOT 2528- 9109020 TEMPORARY LANE SEPARATOR SYSTEM 400.000 LF 20.00 8,000.00 SUBTOTAL PAVEMENT MARKINGS AND TRAFFIC CONTROL = 109,828.20 Page 4 of 7 3/7/2024 CEDAR VALLEY CORP., LLC F.Y. 2024 F3ROADWAY STREET RECONSTRUCTION PROJECT CONTRACT NO. 1095 CITY OF WATERLOO, IOWA Letting Date: 3-7-2024 SODAS SPEC ITEM •SEE SUPPL. FY 2024 I3ROADWAY STREET RECONSTRUCTION PROJECT CONTRACT NO.1095 DESCRIPTION QUANTITY UNIT UNIT PRICE AMOUNT DIVISION 9 - SITE WORK AND LANDSCAPING SEEDING 9010-108-B* HYDRAULIC SEEDING, FERTILIZING AND 31,871.000 SY 0.65 20,716.15 36 MULCHING - TYPE 1 37 9010-108-E* WARRANTY 7,968.000 SY 0.65 5,179.20 EROSION AND SEDIMENT CONTROL 38 9040-108-N-1 SILT FENCE, INSTALLATION 4,377.000 LF 1.70 7,440.90 39 9040-108-N-2* SILT FENCE, REMOVAL OF SEDIMENT 450.000 LF 1.00 450.00 9040-108-N-3 SILT FENCE, REMOVAL OF DEVICE 4,377.000 LF 0.25 1,094.25 40 41 9040-108-Q-2 EROSION CONTROL MULCHING, HYDROMULCI DING 23,903.000 SY 0.35 8,366.05 42 9040-108-T-1* INLET PROTECTION DEVICE, INSTALLATION, DROP -IN 4.000 EACH 185.00 740.00 43 6.000 EACH 85.00 510.00 9040-108-T-1* INLET PROTECTION DEVICE, INSTALLATION, SURFACE -APPLIED 10.000 EACH 50.00 500.00 44 9040-1084-2* INLET PROTECTION DEVICE, MAINTENANCE AND LANDSCAPING = 44,996.55 SUBTOTAL SITE WORK Page 5 of 7 3/7/2024 CEDAR VALLEY CORP., LLC F.Y. 2024 BROADWAY STREET RECONSTRUCTION PROJECT CONTRACT NO. 1095 CITY OF WATERLOO, IOWA Letting Date: 3-7-2024 FY 2024 EROADWAY STREET RECONSTRUCTION PROJECT CONTRACT NO.1095 SUDAS SPEC If EN *SEE SUPPL. DESCRIPTION QUANTITY UNIT UNIT PRICE AMOUNT DIVISION 11 - MISCELLANEOUS 45 11010-108-A CONSTRUCTION SURVEY 1.000 LS 25,000.00 25,000.00 46 11020-108-A MOBILIZATION 1.000 LS 262,800.00 262,800.00 47 SEE EST. REF. TEMPORARY ACCESS, EXCAVATE, PLACE, MAINTAIN, REMOVE AND RESTORE 1.000 LS 50,000.00 50,000.00 48 SEE EST. REF. TEMPORARY PAVING, 4 INCH HMA 997.000 SY 65.00 64,805.00 SUBTOTAL MISCELLANEOUS = 402,605.00 TOTAL BID 4,576,538.79 Page 6 of 7 2/27/2024 CEDAR VALLEY CORP., LLC F.Y. 2024 BROADWAY STREET RECONSTRUCTION PROJECT CONTRACT NO. 1095 CITY OF WATERLOO, IOWA Letting Date: 3-7-2024 FY 2024 BROADWAY STREET RECONSTRUCTION PROJECT CONTRACT NO.1095 ITEM SUDAS SPEC DESCRIPTION QUANTITY UNIT UNIT PRICE AMOUNT *SEE SUPPL. 1 SU : MITTED BY CEDAR VALLEY CORP., LL 1 William C. Calderwood, Senior Vice President Signature Page 7 of 7 NON -COLLUSION AFFIDAVIT OF PRIME BIDDER State of Iowa )ss County of Black Hawk William C. Calderwood , being first duly sworn, deposes and says that: 1 He is (Owner, Partner, Officer, Representative, or Agent) , of Cedar Valley Corp.. 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) cik kyuQ&U William C. Calderwood Senior Vice President Title r tAN Subscribed and sworn to before me this day of 1(Thx- 20�\ (-29 Title, My commission expires EQ iawl n • Bidder Status Form To be completed by all bidders Part A Please answer "Yes" or "No" for each of the following: Yes O 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 O No My company has an office to transact business in Iowa. Yes ONo My company's office in Iowa is suitable for more than receiving mail, telephone calls, and e-mail. Yes ONo My company has been conducting business in Iowa for at least 3 years prior to the first request for bids on this project. Yes QNo 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: 11 / 01 / 1971 to 3 / 7 / 2024 Address' 2637 Wagner Road City, State, ZipWaterloo, IA 50703 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 O Yes O No force preferences or any other type of preference to bidders or laborers? 3. If you answered "Yes" to question 2, identify each preference offered by your company's home state or foreign country and the appropriate legal citation. You may attach additional sheet(s) if needed. To be completed by all bidders Part D I certify that the statements made on this document are true and complete to the best of my knowledge and I know that my failure to provide accurate and truthful information may be a reason to reject my bid. Firm Name: Cedar Valley Corp., LLCR Signature: Q� William Calderwood Se rdr c'e resi Date: 3-7-2024 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 0 Yes ®No OYes ONo O Yes O)No O Yes ©No Q Yes®No DYes O, No D Yes 0 No O Yes 0 Yes Q 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. 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) MBE/WBE BUSINESS ENTERPRISE PRE -BID CONTACT INFORMATION FORM Prime Contractor Name: Cedar Valley Corp., LLC Project: FY 2024 Broadway St Reconstruction Project Contract No. 1095Letting Date: 3 - 7 - 2024 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/WRE subcontractors will be used, please use the bottom portion of this form. J i Contractor Signature: \ t , I William C. Calderwo Title: Senior Vice President LL* Date: 3 - 7 - 2024 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 MBE/WBE Dates Subcontractors Contacted Yes/No Dates Contacted Yes/No Dollar Amount Proposed to be Subcontracted Carter Electric Culpepper Electric Daniels Horne Improvement 2-26-2024 AIo 2-26-2024 Ato 2-26-2024 At4 3-6-do4Y /UD D.C. Corporation 2-26-2024 Jo Greer's Works (Form CCO-4) Rev. 06-20-02 2-26-2024 A/o 3- apa y /V v MBE/WBE BUSINESS ENTERPRISE PRE -BID CONTACT INFORMATION FORM Prime Contractor Name: Cedar Valley Corp., LLC Project: FY 2024 Broadway St Reconstruction Project Contract No. 1095Letting Date: 3 - 7 - 2024 NO MBEIWBE SUBCONTRACTORS: If you are NOT using any MBEIWBE subcontractors to complete this project, sign below. Attach a brief explanation as to why subcontracting was not feasible with this project. If any MBE/VVBE subcontractors will be used, please use the bottom portion of this form. V / Contractor Signature: Title: Senior Vice President Date: 3-7-2024 (William C. Calderwooc) 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 MBEIWBE 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 MBEIWBE Business Enterprise contacts made prior to your bid submission. This information is subject to Verifications and confirmation. If you are unable to identify MBEIWBE 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 MBEIWBE 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 MBEIWBE Subcontractors Dates Contacted Quotes YeslNo Dates Contacted Received Quotation used in bid YeslNo Dollar Amount Proposed to be Subcontracted Old Greer's Works 2-26-2024 No Quick Construction 2-26-2024 No D & D Construction 2-26-2024 No E. Castro Roofing 2-26-2024 tJd Aio Martinez Concrete, LLC 2-26-2024 (Form CCO-4) Rev. 06-20-02 YEs 3-9-aoa9 emu"! CoMP,) LLC ca-r D azr-o Ak cco away. MBE/WBE BUSINESS ENTERPRISE PRE -BID CONTACT INFORMATION FORM Prime Contractor Name: Cedar Valley Corp., LLC Project: FY 2024 Broadway St Reconstruction Project Contract No. 1095 Letting Date: 3 - 7 - 2024 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 pgrtipyi of this form. Contractor Signature: Title: Senior Vice President Date: 3 - 7 - 2024 (William C. Calderwood) 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 MBE/WBE Subcontractors Quotes Dates Contacted Yes/No Received Quotation used in bid Dates Contacted Yes/No Dollar Amount Proposed to be Subcontracted Reyes Construction, LLC 2-26-2024 Aki - y- avail /Uo Atlas Painting, Inc Peterman & Haes Carpet One Service Signing 72 Iowa DOT Certified DBE's 2-26 2024 2-26-2024 2-26-2024 No 3-s;ada`l Yo5 /dor[ -c 2-26-2024 Spoke with Rudy Jones, Waterloo Community Development Director on 2-26-2024. Only information required is for Waterloo certified MBEM/E3E's. (Form CCO-4) Rev. 06-20-02 MBE/WBE BUSINESS ENTERPRISE PRE -BID CONTACT INFORMATION FORM P rime Contractor Name: Cedar Valley Corp , LLC Project: FY 2024 Broadway St Reconstruction Project Contract No, 109s Letting Date: 3 - 7 - 2024 N O 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;tlle bottoportion of this form. Contractor Signature: Title: Senior Vice President Date: 3 - 7 - 2Q24 (William C. Calderwood) S UBCONTRACTORS 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 4men, 1c C eiNg021,crlotaCtePL1SS a-aio-o2ti Yt s 1(0"5 A1or Loot/ YcEC 1115 Dl , CO ilr'or l lorzSe7L4 - alo-aK `/t S 3,tfroody (Form CCO-4) Rev. 06-20-02 EXCLUSIONS: MARTINEZ CONCRETE LLC 411 GRAND I3LVD EYANSDALE IA, 50707 Contact: Phone: Fax: LUIS MARTINEZ 319-230-1983 I. BOND / DUES 2. TRAFFIC CONTROL 3. SURVEY 4. EROSION CONTROL 5. FINE GRADING +-0.1' ONLY 6. COMPACTION TESTING PLEASE CALL WITI-I ANY QUESTIONS Job Name: Date of Bid: E3ROADWAY RECON 3/7/24 Addendums: 1 AND 2 Fedral Wages: NONE ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE AMOUNT 23 PAVEMENT, PCC, 9 INCH, C-SUD ORC-4, CL, 3 AGG 7,655.00 SY 72.50 554,987.50 46 MOBILIZATION 1.00 LS 12,000.00 12,000.00 GRAND TOTAL S566,987.50 NOTES: ITEM 23 INCLUDEDS INTERSECTION PAVING ONLY ITEM 46 INCLUDEDS 6 MOBILIZATIONS PAYMENT IS DUE IN ACCORDANCE WITH ARTICAL 1109.05 OF eri 113 IOWA DOT STANDARD SPECIFICATIONS. ALL ITEMS ARE TIED Page 1 of 1 SERVICE SIGNING, L.C. P.O. BOX 158 CEDAR FALLS, IOWA 50613 PHONE 319-235-9356 FAX 319-833-5303 LETTING DATE: MARCH 7, 2024 CITY OF WATERLOO 2024 BROADWAY STREET RECONSTRUCTION PROJECT PROJECT# 1095 32 TEMPORARY TRAFFIC CONTROL 33 DIRECTIONAL SIGNS, PER DETAIL 34 SAFETY CLOSURE 35 TEMPORARY LANE SEPARATOR SYSTEM 1 104 26 400 LS EA EA LF $50,000.00 $50.00 $50.00 $25.00 $50,000.00 $5,200.00 $1,300.00 $10,000.00 TOTAL $66,500.00 Service Signing will supply, place and remove all traffic control as per staging and sheets 8-21 of plans. Contractor to maintain location of barricades during construction. Lump sum does not include Traffic Quality Control Specifications. Service Signing, L. C. Allison Baugher, Vice President This quote is valid for 30 days from the date of the letting. 3533 W. AIRLINE HIGHWAY WATERLOO, IOWA 50703 "An f qual Opportunity Employer" Cedar Valley Corp., LLC 2637 Wagner Road Waterloo, Iowa 50703 Contract No.: 1095 Letting Date: 3-7-2024 11...1..E Se,3 3MAR. tMtt I, 5CZ\J1/4c?€ S' LP. ki ka LL ,(subcontractor's name) hereby attest that I have been solicited for a bid on FY 2024 Broadway Street Reconstruction Project in the area of -1-0er-f\c- CArnizro (description of work and bid item no.). Cedar Valley Corp., 110 has informed me that if I am interested in bidding a subcontracting hid proposal must be submitted to the company office by 3-6-2024 and 5:00 pm (Date) (Time). ✓ R/ ci SVolatob, LC. Subcontractor's Company Name z(NZ`� Subco ctor' Signature „ Date 3l� 2-26-2024 Prime Bidder's Signature / Date William C. Calderwood Senior Vice President 319-235-9537 FAX: 319-235-7198 www.cedarvalleycorp.com Build with tie -best! . 4 ;;�4JliyitiYKY DOT January 5, 2024 Vallarie Holm Tiedt Nursery, Ltd. 2419 E. Bremer Avenue Waverly, IA 50677 VIA ELECTRONIC MAIL RE: Affidavit of Continued DBE/ACDBE Certification Eligibility Ms. Holm, This letter confirms receipt of your annual No Change Affidavit and supporting documentation. The Iowa Department of Transportation (Iowa DOT), in compliance with 49 Code of Federal Regulations Part 26 (49 C.F.R. §§26 et seq.), is pleased to inform you that your firm's information has been reviewed and approved. Your firm's Disadvantaged Business Enterprise (DBE) certification will remain valid for another year. The DBE Directory, located at hhttps://secure;.iowadot,gov/DBE/I-Iorneiliiriex/, will continue to list your contact information and will include the following NAICS codes and description of services performed: NAICS Code: 237990, 238990, 561730 Work Types: Erosion Control (Seed, Sod, Mat, and Silt Fence), Fencing, Herbicide Application; Landscaping (Trees and Shrubs), Mowing, and Retaining Walls; Supplier: Trees, Shrubs, Seed, Fertilizer, Erosion Control Products, Plastic Tubing, and Fencing As a DBE, you have the responsibility to comply with all aspects of 49 C.F.R. Part 26; maintain an accurate mailing address and phone number with Iowa DOT and promptly return all solicitation inquiries. If you have any questions, please contact this office. Sincerely, f Odhibt., kicksr.t. Danny Wagener Civil Rights Compliance Officer f i 515-239-142 2 mit i (Ianfy,4v,t9crrcr(fviowadottrs w\,*/\:'.i(mltiot.4:JU:r Address: Civil Rights Bureau 8O0 Lincoln VVuy. Agues, IA 50010 DATE: 3/6/2024 TIEDT NURSERY, LTD, 2419 E BREMER AVENUE WAVERLY, IOWA 50677 PHONE (319) 352-0418 FAX (319) 352-0400 PROJECT F.Y. 2024 Broadway Street Reconstruction Project Waterloo, Iowa 100% will apply to TSB/DBE goal. ITEM QTY DESCRIPTION UNIT UNIT PRICE TOTAL 36 31871 Seed,Fertilizer,& Hydromulch SY $0.65 $20,716.15 (Type 1) 37 7968 Warranty SY $0.65 $5,179.20 38 4377 Silt Fence Installation LF $1.70 $7,440.90 39 450 Silt Fence Maintenance LF $1.00 $450.00 40 4377 Silt Fence Removal LF $0.25 $1,094.25 41 23903 Erosion Control Mulching SY $0.35 $8,366.05 42 4 Inlet Device Drop -In EA $185.00 $740.00 43 6 Inlet Device Surfuce Applied EA $85.00 $510.00 44 10 Inlet Device Maintenance EA $50.00 $500.00 Total $44,996.55 Line Items Include One Mobilization Each. Additional Mobs Will Be Charged Out At $300 Each. October 16, 2023 Melissa Thiel American Construction Supplies, Inc. 2373 60th Ave. Osceola, WI 54020 VIA ELECTRONIC MAIL RE: Affidavit of Continued DBE/ACDBE Certification Eligibility Ms. Thiel, This letter confirms receipt of your annual No Change Affidavit and supporting documentation. The Iowa Department of Transportation (Iowa DOT), in compliance with 49 Code of Federal Regulations Part 26 (49 C.F.R. §§26 et seq.), is pleased to inform you that your firm's information has been reviewed and approved. Your firm's Disadvantaged Business Enterprise (DBE) certification will remain valid for another year. The DBE Directory, located at https://secure.iowadot.gov/DBE/Home/Index/, will continue to list your contact information and will include the following NAICS codes and description of services performed: NAICS Code 423320, 423810, 424690 424720, 423390, 424990 Work Type(s) Brick, Stone, and Related Construction Material Merchant Wholesalers; Construction and Mining (except Oil Well) Machinery and Equipment Merchant Wholesalers; Supplier of dowel bar assemblies, clips, stakes and baskets Supplier of pavement joint filler products; Supplier of geotextiles and erosion control materials As a DBE, you have the responsibility to comply with all aspects of 49 C.F.R. Part 26; maintain an accurate mailing address and phone number with Iowa DOT and promptly return all solicitation inquiries. If you have any questions, please contact this office. Sincerely, Danny Wagener Civil Rights Compliance Officer 515-239-1422 M I danny.wagener@iowadot.us I www.iowadot.gov Address: Civil Rights Bureau 800 Lincoln Way, Ames, IA 50010 Page 1 of 2 Ci uLi 1MIRI►.1\ t►►\\Ilt1( IIn\ \I i'I'III\ QUOTATION TO: Bidding Contractor PROJECT: 2024 BROADWAY STREET RECONSTRUCTION LOCATION: BLACK HAWK COUNTY - CIFY OF WATERLOO, IOWA 2373 60th Avenue Osceola, WI 54020 (651) 235-3325 Certified DBE in IA DATE: BID DATE: BID ITEM QUANTITY UNIT DESCRIPTION UNIT PRICE Item 23 STANDARD OR SLIP FORM P.C.C. PAVEMENT CL C, 9 IN. ***MUST TAKE CD BASKETS BYSEPTEMBER 1ST, 2024*** ***ADD $.09 FOR COVERS AND $.09 FOR PALLETS*** 29,520 LE CD Dowels Basket @ for 12" 9 Ctrs in. Pavement Epoxy w/Coating Str. w/ 1-1/4" x 18" $ 6.55 19,680 EA Wire Basket Stakes 12 Inch $ 0.43 ***ACS TO SUPPLY 12 DOWEL ASSEMBLIES*** ***ESTIMATED CD ASSEMBLIES IN "TRAVEL WAY" ONLY*** 1,350 LF Keyway with legs, Punched @ 30" Ctrs. 9 In $ 0.82 54 Cwt Ea. #4 x 24" Tie Bar Epoxy 72 Ibs. Straight $ 84.54 13,204 Cwt Ea. ##5 x 30" Tie Bar Epoxy 34,430 Ibs. Bent $ 78.35 6,952 Cwt Ea. #5 x 36" Tie Bar Epoxy 21,753 Ibs. Straight $ 76.29 322 Cwt Ea. #10 x 30" Tie Bar Epoxy 3,464 Ibs. Straight $ 84.54 ***ASSUMED DW JOINTS AT TRANSVERSE STAGE BREAKS*** 410 EA Ea. 1-1/4" x 18" Smooth Dowel Bar Epoxy $ 5.40 35 EA Twin Epoxy Cartridges (22 Oz) $ 21.60 12,171 LB Hot Pour Sealant $ 0.70 3,648 GAL City Nonreturnable White Pigmented Totes Cure, Wax Base, in $ 3.65 MISCELLANEOUS MATERIAL As Need LF CD Dowels Basket @12" for 9 Ctrs in. Pavement Fiberglass Str. w/ 1-1/4" x 18" $ 6.45 As Need GAL IDOT Nonreturnable White Pigmented Totes Cure, Wax Base, in $ 4.38 As Need EA "P" Stakes $ 0.60 Continued on next page... 3/5/2024 3/7/2024 Page2of2 el CI '0 i 10II It 1( \\ s (►\\IIsI ( IIO\ NI I'PI I I \ 2373 60th Avenue Osceola, WI 54020 (651) 235-3325 Certified DBE in IA TERMS & CONDITIONS TO: Bidding Contractor DATE: 3/5/2024 PROJECT: 2024 BROADWAY STREET RECONSTRUCTION BID DATE: 3/7/2024 LOCATION: BLACK HAWK, COUNTY - CITY OF WATERLOO, IOWA All prices are F.O.B. jobsite in TRUCKLOAD shipments. Due to on -going Market Volatility, certain product availability, pricing of product, and freight thereof may be impacted from the original date of the quote. Acceptance of this quote denotes your understanding of this potential and holds ACS harmless in the event this quote should be impacted. Materials released in partial shipments will incur ADDITIONAL FREIGHT CHARGES. Prices do not include applicable sales tax. THIS QUOTATION MUST BE ACCEPTED WITHIN 15 DAYS OF BID DATE OR IT WILL BE CONSIDERED VOID. QUOTES ACCEPTED WITHIN 15 DAYS ARE FIRM FOR DELIVERY THROUGH 2024. MATERIAL DELIVERED AFTER 2024 WILL BE SUBJECT TO A SURCHARGE. Our terms are NET 30 DAYS. Finance charges of 1-1/2% per month will be added to unpaid balances thereafter. The above quantities are for estimating purposes only. Contractor responsible for final quantities and basket lengths. Unit prices shall govern. Please verify our quantities with your own takeoff. TERMS: Quoted prices are valid only if the entire package is used. Any changes or deletions must be approved by ACS. Net 30 days. Pricing above represents a standard basket unless otherwise noted. Please advise if skewed or tapered baskets are required so that pricing may reflect the proper basket. All returns must be pre -approved by ACS and in sellable condition. Approved returns will incur a restocking fee. Returns will not be accepted after 60 days from delivery or October 1 of the same year, whichever is earlier. ACS Standard Terms and Conditions apply, a copy of which will be provided upon request. ACS is a certified DBE in the State of Iowa. f ,... (,) Missy Thiel, Owner americanconstructionsupplies%7gn1ail.conl CERTIFIED MBE/WBE CONTRACTORS CITY OF WATERLOO, IOWA Contract Compliance Office Community Development Board Carnegie Annex, Suite 202 620 Mulberry Street Waterloo, IA 50703 City WEB Site: www.ci.waterloo.ia.us Contract Compliance WEB Site for listing updates: http://www.cityofwaterlooiowa.com/contractcompliance Contact: Rudy Jones, Community Development Director Email: rudyjones anwaterloo-ia.orq Phone: (319) 291-4429 Fax: (319) 291-4431 kl 2 i ee, V(3)9 444 I L Cb -1 r (C nON WICK 4,ak 1492 /WAIL Ocm' CERTIFIED MBE CONTRACTORS CARTER ELECTRIC 725 Adams Street Waterloo, IA 50703 Phone: (319) 232-9808 Pager: (319) 235-4021 Contact: Derrick Carter S pecializing in: ELECTRICAL CONTRACTOR A/o G z c l c OA) o s CULPEPPER ELECTRIC 1731 Cottage Grove Avenue Waterloo, IA 50707 Phone: (319) 235-0885 Fax: (319) 236-8177 Contact: Martin Culpepper Certified: City of Waterloo Certified MBE, Licensed Electrician S pecializing in: ELECTRICAL CONTRACTOR /th &CSc pzrc oN DANIELS HOME IMPROVEMENT A l 339 Albany Street r 49 Waterloo, IA 50703 Phone: (319) 961-1659 Contact: Sammy Daniels S pecializing in: ALL TYPES OF CONCRETE FLATWORK, POURED WALLS ALL TYPES, FOOTINGS, LIGHT DEMOLITION D.C. CORPORATION 426 Beech Street Waterloo, IA 50703 Phone: (319) 493-2542 FAX: (319) 2.36-0515 Contact Terry Phillips Certified: City of Waterloo Certified MBE, Iowa DOT, TSB Certified S pecializing in: COMMERCIAL AND RESIDENTIAL DEMOLITION, CONCRETE PAVING, DRIVEWAYS, TRUCKING (ALL TYPES), GENERAL CONSTRUCTION �t3tRti 3-7_2`t A/o GREER'S WORKS for. 4 :-r n4.1G Cw 2003 Plainview Street *r j-t/S r/AIK Waterloo, IA 50703 Phone: (319) 233-4701 Contact Willie Greer Specializing in: DRIVEWAYS, SIDEWALKS, CARPENTRY, ROOFING, GENERAL CONSTRUCTION OLD GREER'S WORKS 2309 Springview Street Waterloo, IA 50707 Phone: (319) 233--2150 Contact David L. Greer, Sr. Specializing in: ROOFING & GENERAL CONSTRUCTION Al v 12061---(id ON t I0� 5' QUICK CONSTRUCTION 217 Bates Street Waterloo, IA 50703 Phone: (319) 215-4166 Contact Leroy Harrington Specializing in: ALL TYPES OF CONCRETE FLATWORK AND GENERAL CONSTRUCTION D & D CONSTRUCTION 1124 West Donald Street Waterloo, IA 50703 Phone: (319) 961-4208 Contact: Darrell E. Caldwell, Sr. Specializing in: ROOFING AND GENERAL CONSTRUCTION E. CASTRO ROOFING 702 Riehl Street Waterloo, IA 50701 Phone: (319) 215-5683 Contact: Emillio Castro Specializing in: ROOFING, SIDING, GENERAL CONSTRUCTION IUo (Z0 Ergo ow I o, AJO toF1NQ UN n- t0 IS f3u 5 K 51 .wt-L MARTINEZ CONCRETE, LLC I) _ 711 Reber Avenue 11I 1 &Nto Btrvo ��,•N Q�t'S 3 . if -di( Waterloo, IA 50701 (319) 230-1983 &v-AIS O ei Z 50 -70 Contact: Luis Martinez 319 / a So-- I? 2 36 ) Specializing in - ALL TYPES OF CONCRETE FLATWORK /4PiNga an, Comcr2L7` LLO e "Moo i Goy' REYES CONSTRUCTION, LLC 908 W. 1st Street Waterloo, IA 50701 (319) 883-7453 or (319) 576-8353 Contact: Bernardo Reyes Specializing in: SIDEWALK, DRIVEWAY, PARKING LOTS, PATIOS des � /Iri�Ic 2-?9'6Y x CERTIFIED WBE CONTRACTORS ATLAS PAINTING, INC.* 911 Sycamore Street P.O. BOX 65 Waterloo, IA 50704 Phone: (319) 232--9164 Specializing in: COMMERCIAL AND INDUSTRIAL PAINTING PETERMAN & HAES CARPET ONE* 4003 University Waterloo, IA 50701 Phone: (319) 233-6131 Fax: (319) 233-6133 Certified: City of Waterloo WBE Email: JR11466@ecfu.net Contact: Carol Reese Specializing in: FLOOR COVERING SERVICE SIGNING, LC* 3533 W. Airline Hwy Waterloo, IA 50703 (319) 235-9356 Contact: Allison Baugher Specializing in: TRAFFIC CONTROL/SIGNAGE Ale) MiAinNQ op fl'racts o two 4. Cp Vls*2 WO ON 10 9 54 Pb Goy 158 C*F&S ip 50 rP l3 * DENOTES WOMEN BUSINESS ENTERPRISE a 4- -2 V /v%!c- fo /CL�G /t144-rINc? 6 - M4HL FapM fries, 444-(k-iNE a - a 'a a (7 hL-t 08gral h °iv 3-9-ay �tc.I$oN Ulu_ toot Ar !gut- 006/1,6u1 3 -5-,90 f 11/14,0 0150 vw'i"a At*ILIA 0. �c �N `tor. -vans t s s r) Scott Crosser From: Sent: Subject: Attachments: Scott Crosser Monday, February 26, 2024 12:01 PM Waterloo #1095 NTB 1095.pdf; Bid Proposal.pdf Attached are the Notice to Bidders & Proposal for FY 2024 Broadway Street Reconstruction Project, Contract No. 1095, Waterloo, IA being let on 3-7-2024. Cedar Valley Corp., LLC is planning on bidding the above project(s) and would appreciate your quote(s). This is a mass email, therefore the project(s) may not contain your type of work or may not be in your work area. If you are quoting, please email your quote to quotes@cedarvalleycorp.com , you do not need to copy to an individual's email, or fax to 319-235-7198. If there is another email you would prefer me to use, please let me know at scottc@cedarvalleycorp.com Thank you, Scott Crosser Cedar Valley Corp., LLC 319-235-9537 319-874-6650 (Direct) 319-290-5607 (Cell) 319-235-7198 (Fax) scottc@cedarvalleycorp.com quotes to: quotes@cedarvalleycorp.com or 319-235-7198 (fax) Scott Crosser From: Bernardo Reyes <bernardo@reyesconstruct.com> Sent: Wednesday, February 28, 2024 9:18 AM To: Scott Crosser Subject: [External] Re: Waterloo #1095 Attachments: image001 jpg CAUTION: This email originated from outside of the organization. Do not click links or open attachments unless you recognize the sender and know the content is safe. Yes, we are interested. On Wed, Feb 28, 2024, 9:14 AM Scott Crosser <scottc@cedarvalleycorp.com> wrote: Cedar Valley Corp., LLC is planning to bid Waterloo Contract #1095, FY 2024 Broadway Street Reconstruction, let on 3-7-24 and would appreciate your quote. Please send your quote to quotes@cedarvalleycorp.com Thank you, Scott Crosser Cedar Valley Corp., LLC 319-235-9537 319-874-6650 (Direct) 319-290-5607 (Cell) 319-235-7198 (Fax) scottc@cedarvalleycorp.com quotes to: quotes@cedarvalleycorp.com or 319-235-7198 (fax) Scott Crosser From: Martinez Concrete <martinez_concretellc@yahoo.com> Sent: Wednesday, February 28, 2024 1:59 PM To: Scott Crosser Subject: [External] Re: Waterloo #1095 CAUTION: This email originated from outside of the organization. Do not click links or open attachments unless you recognize the sender and know the content is safe. Got it. Thank you Sent from Yahoo Mail for iPhone On Wednesday, February 28, 2024, 9:14 AM, Scott Crosser <scottc@cedarvalleycorp.com> wrote: Cedar Valley Corp., LLC is planning to bid Waterloo Contract #1095, FY 2024 Broadway Street Reconstruction, let on 3-7-24 and would appreciate your quote. Please send your quote to quotes@cedarvalleyeorp.com Thank you, Scott Crosser Cedar Valley Corp., LLC 319-235-9537 319-874-6650 (Direct) 319-290-5607 (Cell) 319-235-7198 (Fax) scottc@cedarvalleycorp.com quotes to: quotes@cedarvalleycorp.com or 319-235-7198 (fax) Cedar Valley Corp., LLC