HomeMy WebLinkAboutCedar Valley Corp., LLC1
w
Cedar Valley Corp., LLC.
2637 Wagner Road
Waterloo, IA 50703
F.Y. 2025 E./W. San Marnan Drive
Reconstruction Project,
Contract No. 1116
3-6-2025 1:00 pm
BID BOND
trt4'S aleidwalArany asfl
3uud/woY bane of o9
Cedar Valley Corp., LLC
2637 Wagner Road, Waterloo, IA 50703
City Clerk
City of Waterloo
715 Mulberry St
Waterloo, IA 50703
slaw] asfl-l4InW
CITY OF WATERLOO
CITY
CLERKS j 1i-iil
MAR 2025 pm12:06:40
14
i
CEDAR VALLEY CORP., LLC
Project: San Marnan Drive #1116
Letting Date: 3-6-25
Location:
FY 2025 E. / W. SAN MARNAN DR RECONSTRUCTION
PROJECT
CONTRACT
NO.1116
DIVISION I - ROADWAY CONSTRUCTION
ITEM
SUDAS SPEC
DESCRIPTION
QUANTITY
UNIT
UNIT PRICE
AMOUNT
DIVISION 2 - EARTHWORK
1
2010-108-D-1 *
TOPSOIL, 4 INCHES, ON SITE
25,410.000
SY
1.00
25,410.00
2
2010-108-D-3 *
TOPSOIL, 4 INCHES, OFF SITE
8,544.000
SY
3.50
29,904.00
3
2010-108-E *
EXCAVATION, CLASS 10,
ROADWAY AND BORROW
585.000
CY
8.00
4,680.00
4
SEE EST. REF.
EXCAVATION, CLASS 10,
14,473.000
CY
11.50
166,439.50
WASTE
5
2010-108-F *
EXCAVATION, CLASS 10,
2,258.000
CY
11.50
25,967.00
BELOW GRADE
6
2010-108-G *
SUBGRADE PREPARATION
61,740.000
SY
0.90
55,566.00
7
2010-108-J *
SUBBASE, MODIFIED, 12 INCH
61,740.000
SY
6.75
416,745.00
8
IADOT 2121
GRANULAR SHOULDER, TYPE
14,959.000
SY
5.50
82,274.50
B, 4 INCH DEPTH
DIV. I - SUBTOTAL EARTHWORK =
$
806,986.00
DIVISION 4 - SEWERS AND DRAINS
STORM SEWERS
9
4020-108-A
STORM SEWER, TRENCHED,
RCP 2000D, 24 INCH
8.000
LF
275.00
2,200.00
Page 1 of 9
ITEM
SUDAS SPEC
DESCRIPTION
QUANTITY
UNIT
UNIT PRICE
AMOUNT
10
4020-108-A
STORM SEWER, TRENCHED,
RCP 2000D, 18 INCH
24.000
LF
250.00
6,000.00
11
4020-108-A
STORM SEWER, TRENCHED,
RCP 2000D, 15 INCH
4.000
LF
250.00
1,000.00
12
4020-108-D
REMOVAL OF STORM SEWER,
RCP, LESS THAN OR EQUAL TO
36 INCH
132.700
LF
30.00
3,981.00
13
4020-108-D
REMOVAL OF STORM SEWER,
SUBDRAIN
2,188.000
LF
4.00
8,752.00
14
4020-108-G
STORM SEWER
ABANDONMENT, FILL AND
PLUG, RCP, 18 INCH
550.000
LF
30.00
16,500.00
15
4020-108-G
STORM SEWER
ABANDONMENT, FILL AND
PLUG, RCP, 15 INCH
48.000
LF
30.00
1,440.00
SUBDRAINS
16
4040-108-A *
SUBDRAIN, TYPE SP, 6 INCH
14,345.000
LF
12.00
172,140.00
17
4040-108-D *
SUBDRAIN OUTLET TO
STRUCTURE, 6 INCH
12.000
EACH
250.00
3,000.00
18
4040-108-D *
SUBDRAIN OUTLET TO DITCH,
6 INCH
78.000
EACH
300.00
23,400.00
DIV.
I - SUBTOTAL SEWERS AND DRAINS - STORM
=
$
238,413.00
DIV. 6 - STRUCTURES FOR SANITARY
AND SEWERS
Page 2 of 9
ITEM
SUDAS
SPEC
DESCRIPTION
(QUANTITY
UNIT
UNIT
PRICE
AMOUNT
19
6010-108-B
*
INTAKE,
SW-505
1.000
EACH
8,500.00
8,500.00
*
20
6010-108-B
INTAKE,
SW-507
3.000
EACH
7,000.00
21,000.00
21
6010-108-E
*
MANHOLE
MINOR,
ADJUSTMENT,
SW-401,
48"
4.000
EACH
750.00
3,000.00
*
22
6010-108-E
MANHOLE
MINOR,
SW-402,
ADJUSTMENT,
60"x60"
1.000
EACH
1,250.00
1,250.00
23
6010-108-F
*
INTAKE
ADJUSTMENT,
SW-506
MAJOR,
2.000
EACH
6,500.00
13,000.00
24
6010-108-G
CONNECTION
MANHOLE
SUBDRAIN
OR
TO
INTAKE,
EXISTING
8.000
EACH
1,250.00
10,000.00
25
*
6010-108-H
REMOVE
END
SECTIONS,
INTAKE
AND
STORM
FLARED
26.000
EACH
525.00
13,650.00
DIV.I-SUBTOTAL
STRUCTURES
FOR
SANITARY
AND
STORM
SEWERS
=
$
70,400.00
DIVISION
7
- STREETS
WORK
AND
RELATED
PCC
PAVEMENT
26
7010-108-A;
302
*
PAVEMENT,
OR
C-4,
PCC,
CL
9
3
INCH,
AGG
CSUD
53,250.000
SY
46.82
2,493,165.00
27
7010-108-E
WIDE,
CURB
9-INCH
&
GUTTER,
DEPTH,
24-INCH
PCC,
C-4
715.000
LF
35.79
25,589.85
Page 3 of 9
ITEM
SUDAS SPEC
DESCRIPTION
QUANTITY
UNIT
UNIT PRICE:
AMOUNT
28
7010-108-G
CONCRETE MEDIAN, 6-INCH
DEPTH, PCC, C-4
48.100
SY
63.00
3,030.30
29
7010-108-1; 302
*
PCC PAVEMENT SAMPLES AND
TESTING
1.000
LS
5,000.00
5,000.00
SIDEWALKS, SHARED USE
PATHS, AND DRIVEWAYS
30
7030-108-E *
PCC SIDEWALK, 6-INCH, C-4
18.800
SY
61.50
1,156.20
31
7030-108-G *
DETECTABLE WARNINGS
40.000
SF
65.00
2,600.00
PAVEMENT REHABILITATION
32
7040-108-I-1 *
PAVEMENT REMOVAL
52,218.000
SY
2.00
104,436.00
33
7040-108-1
CURB & GUTTER REMOVAL
50.000
LF
25.00
1,250.00
DIV. I
- SUBTOTAL STREETS AND RELATED WORK
=
2,636,227.35
$
DIVISION 8 - TRAFFIC CONTROL
TRAFFIC SIGNALS
34
SEE EST. REF.
TRAFFIC LOOPS
1.000
LS
60,000.00
60,000.00
PAVEMENT MARKINGS
35
8020-108-B
PAINTED PAVEMENT
MARKINGS, WATERBORNE
280.860
STA
60.00
16,851.60
36
8020-108-F
WET, RETROFLECTIVE
REMOVABLE TAPE MARKINGS
49.400
STA
130.00
6,422.00
Page 4 of 9
ITEM
SUDAS
SPEC
DESCRIPTION
QUANTITY
UNIT
UNIT
PRICE
AMOUNT
37
8020-108-G
PAINTED
LEGENDS,
SYMBOLS
TEMPORARY
AND
27.000
EACH
100.00
2,700.00
38
8020-108-H
*
PRECUT
LEGENDS
SYMBOLS
AND
47.000
EACH
525.00
24,675.00'
39
8020-108-K
PAVEMENT
REMOVED
MARKINGS
37.040
S-IA
110.00
4,074.40
40
8020-108-L
SYMBOLS
REMOVED
AND
LEGENDS
20.000
EACH
125.00
2,500.00
TEMPORARY
CONTROL
TRAFFIC
41
8030-108-A
*
TEMPORARY
CONTROL
TRAFFIC
1.000
LS
24,500.00
24,500.00
*
42
8030-108-A
PORTABLE
MESSAGE
DYNAMIC
SIGNS
56.000
EACH/
DAY
100.00
5,600.00
43
8030-2.02
DIRECTIONAL
DETAILS
SIGNS,
PER
104.000
EACH
95.00
9,880.00
44
IADOT
2518010
2528-
SAFTEY
CLOSURE
21.000
EACH
125.00
2,625.00
DIV.
I - SUBTOTAL
PAVEMENTMARKINGS
AND
TRAFFIC
CONTROL
=
$
159,828.00
DIVISION
LANDSCAPING
9
- SITE
WORK
AND
SEEDING
1
45
*
9010-108-B
FERTILIZING
HYDRAULIC
TYPE
AND
SEEDING,
1
MULCHING
-
37,350.000
SY
0.62
23,157.00
EROSION
AND
SEDIMENT
CONTROL
Page 5 of 9
ITEM
SUDAS SPEC
DESCRIPTION
QUANTITY
UNIT
UNIT PRICE
AMOUNT
46
9040-108-N-1
SILT FENCE OR SILT FENCE
DITCH CHECK, INSTALLATION
3,370.000
LF
1.50 1
5,055.00
47
9040-108-N-2 *
- SILT FENCE OR SILT FENCE
DITCH CHECK, REMOVAL OF
SEDIMENT
500.000
LF
0.10 i
50.00
48
9040-108-N-3
SILT FENCE OR SILT FENCE
DITCH CHECK, REMOVAL OF
DEVICE
3,370.000
LF
0.10
337.00
49
9040-108-Q-2 *
EROSION CONTROL
MULCHING,
HYDROMULCHING
33,954.000
SY
0.26
8,828.04
50
9040-108-T-1 *
INLET PROTECTION DEVICE,
INSTALLATION, DROP -IN
10.000
EACH
145.00
1,450.00
51
9040-108-T-1 *
INLET PROTECTION DEVICE,
INSTALLATION, SURFACEAPPLIED
9.000
EACH
75.00
675.00
52
9040-108-T-2 *
INLET PROTECTION DEVICE,
MAINTENANCE
19.000
EACH
25.00
475.00
DIV. I
- SUBTOTAL SITE WORK AND LANDSCAPING
=
$
40027.04
DIVISION 11 - MISCELLANEOUS
53
11010-108-A
CONSTRUCTION SURVEY
1.000
LS
28,000.00
28,000.00
54
11020-108-A
MOBILIZATION
1.000
LS
527,100.00
527,100.00
Page 6 of 9
ITEM
SUDAS SPEC
DESCRIPTION
QUANTITY
UNIT
UNIT PRICE
AMOUNT
55
11,050-108-A
CONCRETE WASHOUT
1.000
LS
2,000.00
2,000.00
56
IADOT 2505
STEEL BEAM GUARDRAIL
CONSTRUCTION AND
REMOVAL
1.000
LS
22,150.00
22,150.00
57
SEE EST. REF.
TEMPORARY PAVING, 6 INCH
PCC OR 6 INCH HMA
930.000
SY
53.25
49,522.50
DIV. I - SUBTOTAL MISCELLANEOUS =
$
628,772.50
DIVISION II WATER
MAIN
DIVISION 2 - EARTHWORK
58
2010-108-J *
SUBBASE, MODIFIED, 12 INCH
22.900
SY
10.00
229.00
DIV. II - SUBTOTAL EARTHWORK =
$
229.00
DIVISION 5 - WATER MAIN AND
APPURTENANCES
PIPES AND FITTINGS
59
5010-108-A
WATER MAIN, TRENCHED,
POLYWRAPPED, DIP, 12"
125.000
LF
135.00
16,875.00
60
5010-108-C
FITTING, ROMAC ALPHA XL
SLEEVE, 12"
2.000
EACH
2,000.00
4,000.00
61
5010-108-C
FITTING, MJ LOCKING TEE,
8"x 12"x 12"
1.000
EACH
1,850.00
1,850.00
62
5010-108-C
FITTING, 90° MJ BEND, 12"
1.000
EACH
1,700.00
1,700.00
63
5010-108-C
FITTING, RESTRAINED SLEEVE,
8"
1.000
EACH
1,300.00
1,300.00
VALVES, FIRE HYDRANTS,
AND APPURTENANCES
Page 7 of 9
ITEM
SUDAS SPEC
DESCRIPTION
QUANTITY
UNIT
UNIT PRICE
AMOUNT
64
5020-108-A
VALVE, MJ GATE, 12"
1.000
EACH
5,000.00
5,000.00
65
5020-108-A
VALVE, MJ GATE, 8"
1.000
EACH
3,000.00
3,000.00
DIV. II - SUBTOTAL
WATER MAINS AND APPURTENANCES =
$
33,725.00
DIVISION 7 - STREE E S AND RELATED
WORK
PCC PAVEMENT
66
7010-108-A
PAVEMENT, PCC, 9 INCH, CSUD
OR C-4, CL 3 AGG
16.800
SY
46.82
786.58
SIDEWALKS, SHARED IJSE
PATHS, AND DRIVEWAYS
67
7030-108-E
PCC SIDEWALK, 6-INCH, C-4
8.500
SY
65.00
552.50
68
7030-108-G
DETECTABLE WARNINGS
10.000
SF
65.00
650.00
PAVEMENT REHABILITATION
69
7040-108-H *
PAVEMENT REMOVAL
25.300
SY
10.00
253.00
DIV. II
- SUBTOTAL STREETS AND RELATED WORK
=
$
2,242.08
DIV. I -
TOTAL =
$
4,580,653.89
DIV II -
TOTAL =
$
36,196.08
TOTAL BID - DIV. I + DIV. II =
$
4,616,849.97
Page 8 of 9
SUBMITTED BY CEDAR VALLCY CORP.
Signature
William C. Calderwood, Senior Vice President
Page 9 of 9
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 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. 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
BID
ITEM
SUDAS
SPECIFICATION
* SEE
SUPPLEMENTAL
DIVISION I - ROADWAY CONSTRUCTION
DESCRIPTION
1 2010-108-D-1 *
2 2010-108-D-3 *
SAN
UNIT MARNAN
DR QTY
UNIT BID PRICE TOTAL BID PRICE
DIVISION 2 - EARTHWORK
TOPSOIL, 4 INCHES, ON SITE
TOPSOIL, 4 INCHES, OFF SITE
3 2010-108-E *
4 SEE EST. REF.
5 2010-108-F *
SY 25,410.0
SY 8,544.0
EXCAVATION, CLASS 10,
ROADWAY AND BORROW
EXCAVATION, CLASS 10,
WASTE
EXCAVATION, CLASS 10,
BELOW GRADE
CY 585.0
CY
CY
6 2010-108-G * SUBGRADE PREPARATION SY
7 2010-108-J * SUBBASE, MODIFIED, 12 INCH SY
14,473.0
2,258.0
61,740.0
61,740.0
GRANUI AR SHOULDER, TYPE
8 IADOT 2121
B, 4 INCH DEPTH SY 14,959.0
DIV. I - SUBTOTAL EARTHWORK =
DIVISION 4 - SEWERS AND
DRAINS
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
$
$
10
4020-108-A
STORM
RCP
2000D,
SEWER,
18
INCH
TRENCHED,
LF
24.0
$
$
11
4020-108-A
STORM
RCP
2000D,
SEWER,
15
INCH
TRENCHED,
LE
4.0
$
$
12
4020-108-D
REMOVAL
RCP,
36
INCH
LESS
OF
THAN
STORM
OR
EQUAL
SEWER,
TO
LF
132.7
$
$
13
4020-108-DREMOV
SUBDRAIN
STORM
SEWER,
LF
2,188.0
$
$
14
4020-108-G
STORM
ABANDONMENT,
PLUG,
RCP,
SEWER
18
INCH
FILL
AND
LF
550.0
15
4020-108-G
STORM
ABANDONMENT,
PLUG,
RCP,
SEWER
15
INCH
FILL
AND
LF
48.0
$
$
SUBDRAINS
16
4040-108-A
*
SUBDRAIN,
TYPE
SP,
6
INCH
LF
14,345.0
$
$
17
4040-108-D
*
SUBDRAIN
STRUCTURE,
OUTLET
6
INCH
TO
EACH
12.0
$
$
18
4040-108-D
*
SUBDRAIN
6
INCH
OUTLET
TO
DITCH,
EACH
78.0
$
$
DIV.
I
-
SUBTOTAL
SEWERS
AND
DRAINS
- STORM
=
$
DIVISION
FOR
SEWERS
SANITARY
6
-
STRUCTURES
AND
STORM
19
6010-108-B
*
INTAKE,
SW-505
EACH
1.0
$
$
20
6010-108-13
*
INTAKE,
SW-507
EACH
3.0
$
$
21
6010-108-E
*
MANHOLE
MINOR,
SW-401,
ADJUSTMENT,
48"
EACH
4.0
$
22
6010-108-E
*
MANHOLE
MINOR,
SW-402,
ADJUSTMENT,
60"x60"
EACH
1.0
$
$
23
6010-108-F
*
INTAKE
SW-506
ADJUSTMENT,
MAJOR,
EACH
2.0
$
$
24
6010-108-G
CONNECTION
MANHOLE
SUBDRAIN
OR
TO
INTAKE,
EXISTING
EACH
8.0
$
$
25
6010-108-H
*
REMOVE
END
SEC1IONS,
INTAKE
STORM
AND
FLARED
EACH
26.0
$
$
DIV.
I
-
SUBTOTAL
STRUCTURES
FOR
SANITARY
AND
STORM
SEWERS
=
$
DIVISION
AND
RELATED
7
-
STREETS
WORK
PCC
PAVEMENT
26
7010-108-A;
302
*
PAVEMENT,
SUD
OR
C-4,
PCC,
CL
3
9
AGG
INCH,
C-
SY
53,250.0
A.
$
$
27
7010-108-E
CURB
WIDE,
&
9-INCH
GUTTER,
DEPTH,
24-INCH
PCC,
C-4
LF
SY
715.0
48.1
$
$
$
28
7010-108-G
CONCRETE
PCC,
MEDIAN,
C-4
6-INCH
$
FORM OF BID
CONRACT NO. 1116
Page 2 of 6
29
7010-108-1;
*
302
PCC
TESTING
PAVEMENT
SAMPLES
AND
LS
1.0
$
SIDEWALKS,
PATHS,
AND
SHARED
DRIVEWAYS
USE
30
7030-108-E
*
PCC
SIDEWALK,
6-INCH,
C-4
SY
18.8
$
$
31
7030-108-G
*
DETECTABLE
WARNINGS
SF
40.0
$
$
PAVEMENT
REHABILITATION
32
7040-108-H
*
PAVEMENT
REMOVAL
SY
52,218.0
$
33
7040-108-1
CURB
&
GUTTER
REMOVAL
LF
50.0
$
$
DIV.
I
-
SUBTOTAL
STREETS
AND
RELATED
WORK
=
$
DIVISION
CONTROL
8
-
TRAFFIC
TRAFFIC
SIGNALS
34
SEE
EST.
REF.
TRAFFIC
LOOPS
LS
1.00
$
$
PAVEMENT
MARKINGS
35
8020-108-B
PAINTED
MARKINGS,
PAVEMENT
WATERBORNE
STA
280.86
$
$
36
8020-108-F
REMOVABLE
WET,
RETROFLECTIVE
TAPE
MARKINGS
STA
49.40
$
$
37
8020-108-G
PAINTED
LEGENDS,
SYMBOLS
TEMPORARY
AND
EACH
27.00
$
$
38
8020-108-H
*
PRECUT
LEGENDS
SYMBOLS
AND
EACH
47.00
$
$
39
8020-108-K
PAVEMENT
REMOVED
MARKINGS
STA
37.04
$
$
40
8020-108-L
SYMBOLS
REMOVED
AND
LEGENDS
EACH
20.00
$
$
_
TEMPORARY
CONTROL
TRAFFIC
41
8030-108-A
*
TEMPORARY
CONTROL
TRAFFIC
LS
1.0
$
$
42
8030-108-A
*
PORTABLE
MESSAGE
SIGNS
DYNAMIC
EACH
DAY
/
56.0
$
$
43
8030-2.02
DIRECTIONAL
DETAILS
SIGNS,
PER
EACH
104.0
$
$
44
IADOT
2518010
2528-
SAFTEY
CLOSURE
EACH
21.0
$
DIV.
I -
SUBTOTAL
PAVEMENT
MARKINGS
AND
TRAFFIC
CONTROL
=
$
DIVISION
AND
LANDSCAPING
9
-
SITE
WORK
SEEDING
45
9010-108-B
*
HYDRAULIC
FERTILIZING
TYPE
1
SEEDING,
AND
MULCHING
-
SY
37,350.0
$
$
EROSION
CONTROL
AND
SEDIMENT
46
9040-108-N-1
SILT
DITCH
FENCE
CHECK,
OR
SILT
INSTALLATION
FENCE
LF
3,370.0
$
$
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
$
$
48
9040-108-N-3
SILT
DITCH
DEVICE
FENCE
CHECK,
OR
SILT
REMOVAL
FENCE
OF
LF
3,370.0
$
$
49
9040-108-Q-2
*
EROSION
MULCHING,
HYDROMULCHING
CONTROL
SY
33,954.0
$
$
INLET
INSTALLATION,
PROTECTION
DROP
DEVICE,
-IN
50
9040-108-T-1
*
EACH
10.0
$
$
51
9040-108-T-1
*
INLET
INSTALLATION,
APPLIED
PROTECTION
SURFACE-
DEVICE,
EACH
9.0
$
$
52
9040-108-T-2
*
INLET
MAINTENANCE
PROTECTION
DEVICE,
EACH
19.0
$
$
DIV.
I
-
SUBTOTAL
SITE
WORK
AND
LANDSCAPING
=
$
DIVISION
MISCELLANEOUS
11
--
53
11010-108-A
CONSTRUCTION
SURVEY
LS
1.0
$
$
54
11020-108-A
MOBILIZATION
LS
1.0
$
$
55
11,050-108-A
CONCRETE
WASHOUT
LS
1.0
$
$
56
IADOT
2505
STEEL
CONSTRUCTION
REMOVAL
BEAM
GUARDRAIL
AND
LS
1.0
$
$
57
SEE
EST.
REF.
TEMPORARY
PCC
OR
6
INCH
PAVING,
HMA
6
INCH
SY
930.0
$
$
DIV.
I
-
SUBTOTAL
MISCELLANEOUS
=
DIVISION
II
-
WATER
MAIN
DIVISION
2
-
EARTHWORK
58
2010-108-J
*
SUBBASE,
MODIFIED,
12
INCH
SY
22.9
$
$
DIV.
II
-
SUBTOTAL
EARTHWORK
=
DIVISION
AND
APPURTENANCES
5
-
WATER
MAIN
PIPES
AND
FITTINGS
59
5010-108-A
WATER
POLYWRAPPED,
MAIN,
TRENCHED,
DIP,
12
LF
125.0
$
$
60
5010-108-C
FITTING,
SLEEVE,
12"
ROMAC
ALPHA
XL
EACH
2.0
$
$
61
5010-108-C
FITTING,
8"x12"x12"
MJ
LOCKING
TEE,
EACH
EACH
1.0
1.0
1.0
$
$
62
5010-108-C
FI
T-T
ING,
90°
MJ
BIND,
12"
63
5010-108-C
FITTING,
RESTRAINED
SLEEVE,
EACH
$
$
VALVES,
AND
APPURTENANCES
FIRE
HYDRANTS,
64
5020-108-A
VALVE,
MJ
GATE,
12"
EACH
1.0
$
$
65
5020-108-A
VALVE,
MJ
GATE,
8"
EACH
1.0
$
$
DIV.
II - SUBTOTAL
WATER
MAINS
AND
APPURTENANCES
=
FORM OF BID
CONRACT NO. 1116
Page 4 of 6
DIVISION
RELATED
7
- STREETS
WORK
PCC
PAVEMENT
66
7010-108-A
PAVEMENT,
SUD
OR
C-4,
PCC,
a3
9
AGG
INCH,
C-
SY
16.8
$
$
SIDEWALKS,
PATHS,
AND
SHARED
DRIVEWAYS
USE
67
7030-108-E
PCC
SIDEWALK,
6-INCH,
C-4
SY
8.5
$
$
68
7030-108-G
DETECTABLE
WARNINGS
SF
10.0
$
$
PAVEMENT
REHABILITATION
69
7040-108-H
*
PAVEMENT
REMOVAL
SY
25.3
$
$
DIV.
II
- SUBTOTAL
STREETS
AND
RELATED
WORK
=
$
l
1
DIV.
I -
TOTAL
=
$ Li 530 OS3. 9`I
DIV.
II -
TOTAL
=
`
$ 3) t?&,.
0S
TOTAL
BID
DIV.
I
41
—
+
DIV.
II
= $
) ‘IcQ)
g-19, 97
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 Bend , 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 2 - 24 - 2025
FORM OF BID CONRACT NO. 1116 Page 5 of 6
10. The bidder shall list the MBE/WF3E 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 F3id 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.
_Costar La1Ie}� Jorp.,_LLC
(Name of Bidder)
BY:
William C. Calderwood
Official Address (Including Zip Code):
3 6_ 2025
(Date)
Title Senior Vice President
2637 Wagner Road
Waterloo, IA 50703
I.R.S. No. 42-0987141
FORM OF BID
CONRACT NO. 1116 Page 6 of 6
INFORMATION NEEDED
FOR
IOWA CONSTRUCTION SALES TAX EXEMPTION CERTIFICATE
CONTRACTOR NAME* Cedar Valley Corp., LLC
ADDRESS: 2637 Wagner Road, Waterloo, IA 50703
(Check One): PRIME X
FEDERAL ID#: 42-0987141
SUBCONTRACTOR
P ROJECT NAME F.Y. 2025 E./W. San Marnan Drive Reconstruction
P ROJECT CONTRACT NO.: 1116
DESCRIPTION OF WORK:
Brickwork
Li Carpentry
O Concrete
0 Drywall -Plaster -Insulation
LiElectrical
Li Excavation/Grading
O Flooring
r i Heavy Construction
i Heating -Ventilating -Air Cond
Landscaping
Painting
x Paving
O Plumbing
LI Roofing -Siding -Sheet Metal
Windows
O Wrecking -Demolition
• Other (Please specify)
NON -COLLUSION AFFIDAVIT OF PRIME BIDDER
State of Iowa )
County of Black Hawk )
)ss
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.
Subscribed and sworn to before me this
(Signed)
Will m C. Calderwood
Senior Vice President
Title
19-tk
MCQ-k EPP
Ti��
My commission expires SU•1\oRS @Di-)1 0 .
EQUAL OPPORTUNITY CLAUSE
(As provided in Executive Order No. 11246)
All contractors, subcontractors, vendors and suppliers of goods and services doing business with the City and value of said
business equals or exceeds ten thousand dollars ($10,000.00) annually agree as follows:
1. The contractors, subcontractor, vendor and supplier of goods and services will not
discriminate against any employee or applicant for employment because of race, color, creed, sex, national origin,
economic status, age, mental or physical handicap, political opinions or affiliations. The contractor, subcontractor, vendor
and supplier will develop an Affirmative Action program to ensure that applicants are employed and that employees are
treated during employment without regard to their race, creed, color, sex, national origin, religion, economic status, age,
mental or physical disability, political opinions or affiliations. Such actions shall include but not be limited to the following:
a. Employment
b. Upgrading
c. Demotion or Transfer
d. Recruitment and Advertising
e. Layoff or Termination
f Rates of Pay or Other Forms of Compensation
g. Selection for Training Including Apprenticeship
2. The contractor, subcontractor, vendor and supplier of goods and services will, in all solicitations or advertisements for
employees, state that all qualified applicants will receive consideration for employment without regard to race, creed,
color, sex, national origin, religion, economic status, age, mental or physical disabilities, political opinion or affiliations.
3. The contractor, subcontractor, vendor and supplier or his/her collective bargaining representative will send to each
labor union or representative of workers which he/she has a collective bargaining agreement or other contract or
understanding, a notice advising said labor union or workers' representative of the contractor's commitment under this
section.
4. The contractor, subcontractor, vendor and supplier of goods and services will comply with all published rules,
regulations, directives, and order of the City of Waterloo Affirmative Action Program Contract Compliance Provisions.
5. The contractor, subcontractor, vendor and supplier of goods and services will furnish and file compliance reports within
such time and upon such forms as provided by the Affirmative Action Officer. Said forms will elicit information as to
the policies, procedures, patterns, and practices of each subcontractor as well as the contractor himself/herself and
said contractor, subcontractor, vendor and supplier will permit access to his/her employment books, records and
accounts to the City's Affirmative Action Officer, for the purpose of investigation to ascertain compliance with this
contract and with rules and regulations of the City's Affirmative Action Program Contract Compliance Provisions
relative to Resolution No..24664.
6. In the event of the contractor's non-compliance with the non-discrimination clauses of this contract or with any of such
rules, regulations and orders, this contract may be canceled, terminated or suspended in whole or in part and the
contractor may be declared ineligible for further contracts in accordance with procedures authorized by the City Council.
7 The contractor, subcontractor, vendor and supplier of goods and services will include, or incorporate by
reference, the provisions of the non-discrimination clause in every contract, subcontract or purchase order
unless exempted by the rules, regulations or orders of the City's Affirmative Action Program, and will provide
in every subcontract, or purchase order that said provisions will be binding upon each contractor,
subcontractor, or supplier.
6. We, the undersigned, recognize that we are morally and legally committed to non-discrimination in employment. Any
person who applies for employment with our company will not be discriminated against because of race, creed, color,
sex, national origin, economic status, age, mental or physical disabilis.
ppropriate O?
(Signed)
j)J
iCial) ' William C. Calderwood
Senior Vire President
(Title)
3-6-2025
(Date)
t
TITLE VI CIVIL RIGHTS
During the performance of this contract, the contractor (for itself), its assignees, and successors
in interest (hereinafter referred to as the "contractor") agrees as follows:
1. Compliance with Regulations: The contractor shall comply with the Regulations relative
to non-discrimination in Federally assisted programs of the DOT Title 49, Code of
Federal Regulations, Part 21, as they may be amended from time to time, (hereinafter
referred to as the Regulations), which are herein incorporated by reference and made a
part of this contract.
2. Nondiscrimination: The contractor, with regard to the work performed by it during the
contract, shall not discriminate on the grounds of race, color, national origin, sex, age, or
disability in the selection and retention of subcontractors, including procurement of
materials and leases of equipment. The contractor shall not participate either directly or
indirectly in the discrimination prohibited by section 21.5 of the Regulations, including
employment practices when the contract covers a program set forth in Appendix B of the
Regulations.
3. Solicitations for Subcontracts, Including Procurement of Materials and Equipment: In all
solicitations either by competitive bidding or negotiation made by the contractor for work
to be performed under a subcontract, including procurement of materials or leases of
equipment, each potential subcontractor or supplier shall be notified by the contractor of
the contractor's obligations under this contract and the Regulations relative to non-
discrimination on the grounds of race, color, national origin, sex, age, or disability.
4. Information and Reports: The contractor shall provide all information and reports
required by the Regulations or directives issued pursuant there to, and shall allow
access to its books, records, accounts, other sources of information, and its facilities as
may be determined by the Contracting Authority, the Iowa DOT, or FHWA to be pertinent
to ascertain compliance with such Regulations, orders and instructions. Where any
information required of a contractor is in the exclusive possession of another who fails or
refuses to furnish this information the contractor shall so certify to the Contracting
Authority, the Iowa DOT, or the FHWA as appropriate, and shall set forth what efforts it
has made to obtain the information.
5. Sanctions for Noncompliance: In the event of the contractor's noncompliance with the
nondiscrimination provisions of this contract, the Contracting Authority, the Iowa DOT, or
the FHWA shall impose such contract sanctions as they may determine to be
appropriate, including, but not limited to:
a. Withholding of payments to the contractor under the contract until the contractor
complies, and/or
b. Cancellation, termination, or suspension of the contract, in whole or in part.
6. Incorporation of Provisions: The contractor shall include the provisions of paragraphs
(1) through (6) in every subcontract, including procurement of materials and leases of
equipment, unless exempt by the Regulations, or directives issued pursuant thereto.
The contractor shall take such action with respect to any subcontract or procurement as
the Contracting Authority, the Iowa DOT, or the FHWA may direct as a means of
enforcing such provisions including sanctions for non-compliance: Provided, however,
TITLE VI CIVIL RIGHTS Page 1 of 2
that, in the event of a contractor becomes involved in, or it threatened with, litigation with
a subcontractor or supplier as a result of such direction, the contractor may request the
Contracting Authority or the Iowa DOT to enter into such litigation to protect the interests
of the Contracting Authority or the Iowa DOT; and, in addition, the contractor may
request the United States to enter into such litigation to protect the interest of the United
States.
TITLE VI CIVIL RIGHTS Page 2 of 2
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 ONo My company has an office to transact business in Iowa.
Egi 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 ONo 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 /_9.71__ to 03 / 06 / _2_025_ Address: 2637_Wagner _Road
City, State, Zip: 1N_aterlo9}IA`50703
Dates: / / to / / Address:
City, State, Zip.
Dates: / / to / / Address.
You may attach additional shocks) 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., LLC
Signature:
William C. Cal de wood senior Vice resident
Date: 3 - 6 - 2025
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
O Yes ONo
C)Yes No
O Yes ®No
O Yes ®No
O Yes ®No
Q Yes�No
O Yes ®No
O Yes
0
O 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)
Revised February 2003
CONTRACTOR'S OR SUBCONTRACTOR'S AFFIRMATIVE ACTION PROGRAM
Check box that applies to party completing program:
( X ) General Contractor
( ) Subcontractor
I. Section A to be completed by GENERAL CONTRACTORS only:
A.
Name of Company Cedar Valley Corp., LLC
Address of Company 2637 Wagner Road Zip 50703
Waterloo, IA
Telephone Number ( 319 ) 235-9537
Federal ID Number (if no Federal ID Number, Owner/President's Social Security Number)
42-0987141
Name of Equal Employment Officer Destiny Dietrick
Name of Project F.Y. 2025 E./W. San Marnan Drive Reconstruction
Project Contract Number 1116
Estimated Construction Work Dates NTP + 10 WD/ 11-21-2025
Start Finish
Section B to be completed by SUBCONTRACTORS only:
B.
Name of General or Prime Contractor
Name of Subcontractor
Subcontractor's Address Zip
Subcontractor's Telephone Number ( )
Subcontractor's Federal ID Number (if no Federal ID Number Owner/President's Social Security Number)
Name of Equal Employment Officer
AFFIRMATIVE ACTION PROGRAM Page 1 of 8
A. Remainder of program to be completed by party completing program, either Prime or Subcontractor.
1. The Owners and/or Principals of your company:
Ethnic
Name Address Position Sex Origin
Stephen R. Jackson * President M Caucasion
William C, Calderwood * Senior Vice President M Caucasion
Craig L. Hughes * Vire President of Operations M Alaska Native
* 2637 Wagner Road, Waterloo, IA 50703
2. Other Areas of Interest:
If your company has branches or subsidiaries, or if your company is a branch or subsidiary of a
parent organization, give the following information:
Type of
Name Address Affiliation Degree
II. EMPLOYER'S POLICY (Please read carefully.)
A. We, the undersigned, recognize that we are morally and legally committed to nondiscrimination in
employment. Any person who applies for employment with our company will not be discriminated
against because of race, color, creed, sex, national origin, economic status, age, mental or physical
handicap.
B. The employment policies and practices of the undersigned are to recruit and hire employees without
discrimination, and to treat them equally with respect to compensation and opportunities for
advancement, including training, upgrading, promotion, and transfer. However, we realize the
inequities associated with employment training, upgrading, contracting and subcontracting for
minorities and women and we will direct our efforts to correcting any deficiencies to the maximum
extent possible. The same will be required of our SUBCONTRACTORS and suppliers.
C. We submit this program to assure compliance with Executive Order 11246, as amended, and other
subsequent orders that may pertain to equal employment opportunity and merit employment policies,
fully realizing that our qualification and/or merit system should be evaluated and revised, if
necessary.
D. We agree to put forth the maximum effort to achieve full employment and utilization of capabilities
and productivity of all our citizens without regard to race, creed, color, sex, national origin, economic
status, age, and mental or physical handicap.
E. Cedar Valley Corp.. LLC will give training
(Name of Company)
and employment opportunities to local residents of Waterloo, Iowa, to the greatest extent feasible.
AFFIRMATIVE ACTION PROGRAM Page 2 of 8
III. AFFIRMATIVE ACTION
A. Cedar Valley Corp„ LLC recognizes that the effective application of a policy of
(Name of Company)
merit employment involves more than just a policy statement, and Cedar Valley Corp., LLC
(Name of Company)
will, therefore, re-evaluate our Affirmative Action Program to ensure that equal employment
opportunities are available on the basis of individual merit, and to actively encourage minorities,
women and local residents to seek employment with our company on this basis.
B. Cedar Valley Corp., LLC will undertake the following six (6) steps to improve
(Name of Company)
our Affirmative Action Program:
1. Minority Recruitment and Employment;
2. Local Recruitment and Employment;
3. Disabled Veteran and Vietnam Era Veteran Recruitment and Employment;
4. Handicapped Recruitment and Employment;
5. Female Recruitment and Employment; and
6. Training, Upgrading and Promotional Opportunities.
C. Cedar Valley Corp., LLC will take whatever steps are necessary to
(Name of Company)
ensure that our total work force has adequate minority, female, and local representation. We will
utilize the following methods in our recruitment attempts:
1. Local advertising media (newspapers, radio, TV);
2. Community organizations (churches, clubs, schools);
3. Public and private institutions in the area (UNI, Hawkeye Community College);
4. Job Service of Iowa; and
5. Other.
D. Cedar Valley Corp., LLC will seek qualified minority, female, and local group applicants
(Name of Company)
for all job categories and will make asserted efforts to increase minority, female and group
representation in occupations at the higher levels or skill and responsibility.
E. All sources of employment used shall be aware that we are an Equal Employment Opportunity
Employer. Labor organizations representing our employees will be notified of our Equal Employment
Opportunity Policy and Affirmative Action Program.
F Training, upgrading, promotion and transfer activities at all levels will be monitored to ensure that full
consideration has been given to qualified minority, female, and local group employees.
G. Cedar Valley Corp., LLC will encourage other companies, with whom we are
(Name of Company)
associated and/or do business, to do the same and we will assist them in their efforts.
AFFIRMATIVE ACTION PROGRAM Page 3 of 8
H. Cedar Valley Corp., LLC has taken the following Affirmative Action to ensure that
(Name of Company)
minority, female, local contractors and/or suppliers were provided opportunities to negotiate and/or
bid on this project: (if none, write "NONE")
1. Email with Notice to Bidders attached to inform of project
2. Included request for quote in the email
I. As a result of the above efforts, we have involved minority, female, and local contractors and/or
suppliers in the following areas of subcontracting: (if none, write "NONE")
1.
2. &06/ON Ca N T!2{9L
J. Cedar Valley Corp., LLC
(Name of Company)
all nonexempt contractors who propose to work on this project and will take whatever steps are
necessary to ensure that non -minority contractors have adequate representation of minority, female
and local persons in their total work force.
will require approved Affirmative Action Programs from
K. In further accordance with rules and guidelines issued pursuant to Executive Order 11246 as
amended, we establish the goals for our company, based on parity percentages supplied by the City,
and we realize these goals will be reviewed on an annual basis.
L. Cedar Valley Corp., LLC will keep records of specific actions relative to
(Name of Company)
recruitment, employment, training, upgrading and promotion and will provide the City of Waterloo
with any information relative to same including activities of our SUBCONTRACTORS and suppliers
as necessary or when requested.
M. Parity figures for companies located in Waterloo are as follows:
Minority Parity = .08 (8%)
N. Cedar Valley Corp., LLC
(Name of Company)
Affirmative Action Employment Goals:
The definition of Affirmative Action Goals is as follows: "Goals may not be rigid and inflexible quotas
which must be met, but must be targets, reasonably attainable by means of applying every good
faith effort to make all aspects of the entire Affirmative Action Program work."
aoa5
For the year 204—; please submit percentage targets for employing minorities and women. If you
already have reached your target for hiring minorities and women, please submit that percentage.
*Goals for Minorities: t0L2 •
Goals for Women: S C70
*Your affirmative action goals should be between 1% and 10% or more for minorities and 1% and
5% or more for women.
AFFIRMATIVE ACTION PROGRAM Page 4 of 8
Please be advised that the goals or targets are purely your estimation of how many women and
minorities your company can reasonably expect to hire in 20 25 . Note, that none of the goals are
rigid or inflexible. They are targets that your company calculates as reasonably attainable. This will
help the City in its monitoring procedures as required by City of Waterloo Resolution No. 1984-
142(4).
CONTRACTOR'S TOTAL WORK FORCE
(WATERLOO)
NAME AND ADDRESS
47-r/1C "-i0
JOB CATEGORY
RACE
SEX
HOURLY
WAGE
INDICATE:
DISABLED VETERAN: DV
VIETNAM ERA VETERAN: W
HANDICAPPED: H
AFFIRMATIVE ACTION PROGRAM Page 5 of 8
LastName
FirstName
City
State
Zip
Sex
Race
Hourly
Rate
B
32.00
KETCHEN
EARSIE
WATERLOO
IA
50704
M
H
35.50
MARTINEZ
ELIFONSO
WATERLOO
IA
50701
M
TELLEZ
LORENZO
WATERLOO
IA
50703
M
H
28.00
NUNEZ
PEDRO
IOWA
CITY
IA
52245
M
H
Salary
M
H
28.00
BENITEZ
VICTOR
WATERLOO
IA
50703
BENITEZ
FRANCISCO
WATERLOO
IA
50703
M
H
28.00
JONES
EDDIE
WATERLOO
IA
50702
M
B
28.00
M
H
Salary
WATERLOO
IA
50702
DIAZ
ALAN
TORRES
ARCEO
SANTIAGO
WATERLOO
IA
50702
M
H
32.50
M
H
26.50
MARTINEZ
DANIEL
SIOUX
CITY
IA
51104
Salary
M
H
SANGUINO
GILBERTO
WATERLOO
IA
50703
H
32.50
RAMIREZ
MARCOS
JUAN
STRAWBERRY
POINT
IA
52076
M
VILLA
MAGANA
CARLOS
MARSHALLTOWN
IA
50158
M
H
24.00
CEJA
RANGEL
JOSE
WATERLOO
IA
50702
M
H
28.50
51106
M
H
31.00
VERDIN
ROMERO
GERARDO
SIOUX
CITY
IA
RAMIREZ
GUZMAN
JOSE
LAURENS
IA
50554
M
H
26.00
ALFEREZ
GONZALEZ
MIGUEL
SIOUX
CITY
IA
51104
M
H
25.75
M
H
23.00
MORENO
RAMIREZ
CATALINO
SIOUX
CITY
IA
51103
50588
M
H
30.00
LUNA
HERNANDEZ
AMADO
STORM
LAKE
IA
M
H
29.00
CORONEL
CAMILO
STORM
LAKE
IA
50588
51442
M
H
31.00
VELAZQUEZTRUJILLO
MARTIN
DENISON
IA
51442
M
H
31.50
DENISON
IA
NIETO
OSCAR
32.00
M
H
PRADO
EDGAR
DENISON
IA
51442
BROWNSVILLE
TX
78521
M
H
31.00
CORREA
JUAN
51442
M
H
27.00
DENISON
IA
CARRIZALES
VAZQUEZ
VICTOR
29.00
M
H
TX
78521
CORREA
JOSE
BROWNSVILLE
JANESVILLE
IA
50647
F
H
Salary
BRI
DULCE
30.00
M
H
WATERLOO
IA
50702
ESCOBAR
BERNABE
GARCIA
LUNA
JUAN
SIOUX
CITY
IA
51105
M
H
Salary
CARRIZALES
VAZQUEZ
RODOLFO
DENISON
IA
51442
M
H
27.00
27.00
BELLO
__
ANGELIO
DENISON
IA
51442
M
H
BELLO
PANUNCIO
DENISON
IA
51442
M
H
27.00
28.00
IBARRA
VELAZQUEZ
HERNAN
DENISON
IA
51442
M
H
M
H
Salary
BROWNSVILLE
TX
78521
CORREAALANIS
DAMIAN
OMAHA
NE
68107
M
H
25.00
JUNEZ
NIETO
JOSE
30.00
CASADO
PEGUERO
BRAYWTH
DENISON
IA
51442
M
H
ORDAZ
FIDEL
SIOUX
CITY
IA
51103
M
H
26.00
IA
51442
M
H
24.00
PRADO
ERNESTO
DENISON
TORRES
CURIEL
SANTIAGO
WATERLOO
IA
50702
M
H
25.50
HERRERA
JAVIER
DOW
CITY
IA
51528
M
H
24.00
GONZALEZ
LOPEZ
JORGE
MARSHALLTOWN
IA
50158
M
H
30.00
RIOS
GUILLERMO
DENISON
IA
51442
M
H
24.00
IA
51442
M
H
24.00
PRADO
GERARDO
DENISON
MATEO
SALVADOR
JORGE
WATERLOO
IA
50702
M
H
25.00
VICENTE
LAZARO
LUIS
WATERLOO
IA
50702
M
H
28.00
ROBLEDO
SANCHEZ
VICTOR
SIOUX
CITY
IA
51103
M
H
25.50
LIRA
ZARAGOZA
ROBERTO
SIOUX
CITY
IA
51104
M
H
25.00
RAMIREZ
OROZCO
URIEL
SIOUX
CITY
IA
51106
M
H
29.00
PONCE
HERNANDEZ
KEVIN
SOUTH
SIOUX
CITY
NE
68776
M
H
24.50
ESPINOZAVAZQUEZ
JOSE
DENISON
IA
51442
M
H
25.00
HERNANDEZ
JASON
SIOUX
CITY
IA
51103
M
H
24.50
GONZALEZ
LOPEZ
EDMUNDO
HUNTSVILLE
AL
35805
M
H
28.00
RODRIGUEZ
BRENTON
WATERLOO
IA
50701
M
H
26.00
ALVAREZ
GARCIA
DAVID
DENISON
IA
51442
M
H
23.50
TORRES
TORRES
FABIAN
NORTH
SIOUX
CITY
SD
57049
M
H
30.50
ROBLEDO
SANCHEZ
JUAN
SIOUX
CITY
IA
51103
M
H
24.00
ROBLEDO
LUIS
SIOUX
CITY
IA
51103
M
H
24.50
M
H
24.00
JUNEZ
NIETO
MARTIN
DENISON
IA
51442
24.00
DURAN
JOSE
DENISON
IA
51442
M
H
ESTRADA
SALVADOR
DENISON
IA
51442
M
H
28.00
51442
M
H
28.00
ESTRADA
RENE
DENISON
IA
MAGANA
FABIAN
DENISON
IA
51442
M
H
24.00
PRADO
EMMANUEL
DENISON
IA
51442
M
H
23.00
CARDOZA
JAVIER
WATERLOO
IA
50703
M
H
26.00
SEGOVIANO
HERNANDEZ
CRISTIAN
DENISON
IA
51442
M
H
28.00
H
23.00
LOPEZ
RICARDO
DENISON
IA
51442
M
M
H
32.00
SOSA
ALEJANDRO
SOUTH
SIOUX
CITY
NE
68776
MARTINEZ
GERARDO
BROWNSVILLE
TX
78521
M
H
21.00
H
21.00
78520
M
SANCHEZ
BENITO
BROWNSVILLE
TX
PEREZ
BECERRA
ISACC
SIOUX
CITY
IA
51105
M
H
22.00
H
22.00
PEREZ
TORRES
LEONARDO
SIOUX
CITY
IA
51105
M
22.00
M
H
TRUJILLO
PEREZ
CESAR
SIOUX
CITY
IA
51105
22.00
TRUJILLO
PEREZ
OSCAR
SIOUX
CITY
IA
51105
M
H
22.00
GOMEZTORRES
LUIS
SIOUX
CITY
IA
51105
M
H
22.00
M
H
VALDEZ
ANGULO
ROBERTO
SIOUX
CITY
IA
51105
23.00
H
BENITEZ
OSWALDO
WATERLOO
IA
50703
M
M
H
26.00
RIOS
GERARDOWATERLOO
IA
IA
50702
M
H
23.00
51442
CARRIZALES
VAZQUEZ
SAUL
DENISON
H
22.00
50703
M
GARZA
ABRAHAM
WATERLOO
IA
23.00
MAGANA
CHRISTOPHER
DENISON
IA
51442
M
H
M
I
Salary
HUGHES
CRAIG
CEDAR
FALLS
IA
50613
FOX
KANDY
FREDERICKSBURG
IA
50630
F
C
Salary
OBERHOLTZ
ROXANNA
GUTHRIE
CENTER
IA
50115
F
C
31.50
ACUFF
MARY
BRANDON
IA
52210
F
C
Salary
20.50
VAGTS
KELSIE
WASHBURN
IA
50702
F
C
32.00
IA
50702
F
C
MUJAGIC
ADALETA
WATERLOO
50701
F
C
Salary
DAVIS
SARA
WATERLOO
IA
DIETRICK
DESTINY
CEDAR
FALLS
IA
50613
F
C
Salary
We hereby certify that we are in compliance with all City and Federal Affirmative Action Regulations and agree to
accept all liability for failure to comply.
Respectfully submitted,
,__Q) i
By:
B
/
Company Executive William C. Calderwood
Senior Vice President
3-6-2025
Date
IL
Equa ployment Destiny Dietrick
Opportunity Officer
3-6-2025
Date
City of Waterloo Affirmative Action Officer
Approved
Disapproved Reason:
By:
Date:
AFFIRMATIVE ACTION PROGRAM Page 6 of 8
DESCRIPTION OF JOB CATEGORIES
1 Officials/Manager: Occupations in which employees set broad policies, exercise overall responsibility for
execution of all policies, or direct individual departments or special phases of the agency's operations or
provide specialized consultation on a regional, district or area basis. Includes: department heads, bureau
chiefs, division chiefs, directors, deputy directors, controllers, examiners, wardens, superintendents, unit
supervisors, sheriffs, police and fire chiefs and inspectors and kindred workers.
2. Professionals: Occupations, which require specialized and theoretical knowledge, which is usually
required through college training or thorough work experience and other training which provides comparable
knowledge. Includes: personnel and labor relations workers, social workers, doctors, psychologists,
registered nurses, economists, dietitians, lawyers, system analysts, accountants, engineers, employment
and vocational rehabilitation counselors, teachers or instructors, police and fire captains and lieutenants and
kindred workers.
3. Technicians: Occupations, which require a combination of basic scientific or technical knowledge and
manual skill which can be obtained through specialized post -secondary school education and through
equivalent on-the-job training. Includes: computer programmers and operations, draftspersons, surveyors,
licensed practical nurses, photographs, radio operators, technical illustrators, police and fire sergeants and
kindred workers.
4. Office/Clerical: Workers are responsible for internal and external communication, recording and retrieval
of data and/or information and other paper work required in an office. Includes: bookkeepers, messengers,
office machine operators, clerk -typists, stenographers, court transcribers, hearing reporters, statistical
clerks, dispatchers, license distributors, payroll clerks and kindred workers.
5. Skilled Craft Workers: Workers perform jobs, which require special manual skill and a thorough and
comprehensive knowledge of the processes involved in the work, which is acquired through on-the-job
training programs. Includes: Mechanics and repairmen, electricians, heavy equipment operators, stationary
engineers, skilled machine occupations, carpenters, compositors and typesetters and kindred workers.
6. Sales Workers: Occupations engaging wholly and primarily in direct selling. Includes: advertising agents
and salesmen, insurance agents and brokers, real estate agents and brokers, stock and bond salesmen,
demonstrators, salesmen and sales clerks, grocery clerks and cashier checkers, and kindred workers.
7 Operatives (semi -skilled): Workers who operate machine or processing equipment or perform other
factory -type duties of intermediate skill level which can be mastered in a few weeks and require only limited
training. Includes: apprentices (auto mechanics), plumbers, building trades, metal working trades,
bricklayers, carpenters, electricians, machinists, mechanics, printing trades, etc., operatives, attendants
(auto service and parking), plasterers, chauffeurs, deliverymen and furnacemen, heaters (metal), laundry
and dry cleaning operatives, milliners, mine operatives and laborers, motormen, oilers and greasers, (except
auto painters), (except construction and maintenance), photographic process workers, stationary fireman,
truck and tractor drivers, weavers, (textile), welders and flame cutters and kindred workers.
8. Laborers (unskilled): Workers in manual occupations, which generally require no special training. Perform
elementary duties that may be learned in few days and require the application of little or no independent
judgment. Includes: garage laborers, car washers and greasers, gardeners (except farm) and
groundskeepers, longshoremen, and stevedores, lumbermen, raftsmen and woodchoppers, laborers
performing lifting, digging, mixing, loading and pulling operations and kindred workers.
AFFIRMATIVE ACTION PROGRAM Page 7 of 8
9. Apprentices: Persons employed in a program including work training and related instruction to learn a
trade or craft which is traditionally an apprenticeship, regardless of whether the program is registered with
a Federal or State agency.
10. Trainees (on-the-job): Production... persons in formal training for craftsmen when not trained under
apprentice programs --operative laborer, and service occupations.
White Collar... persons engaged in formal training for clerical, managerial, professional, technical, sales,
office and clerical occupations.
AFFIRMATIVE ACTION PROGRAM Page 8 of 8
TEMS OF POTENTIAL MBE/WBE PARTICIPATION
NOTICE TO PROSPECTIVE BIDDERS:
The following are items from the F.Y. 2025 E./W. SAN MARNAN DRIVE RECONSTRUCTION PROJECT,
Contract No. 1116, that have a potential for MBE/WBE Participation. This listing, however, is not intended
to be all encompassing; to preclude ME3E/WBE Contractors from bidding on any items of the Proposal as
a Subcontractor or the entire Proposal as a Prime Contractor.
FY 2025
E. / W. SAN
MARNAN
DR
RECONSTRUCTION
PROJECT
CONTRACT
NO.1116
DIVISION
I
-
ROADWAY
CONSTRUCTION
DIVISION
7 - STREETS
AND
RELATED
WORK
PCC
PAVEMENT
27
CURB
&
GUTTER,
24-INCH
WIDE,
9-INCH
DEPTH,
PCC,
C-4
LF
715.0
28
CONCRETE
MEDIAN,
6-INCH
DEPTH,
PCC,
C-4
SY
48.1
SIDEWALKS,
SHARED
USE
PATHS,
AND
DRIVEWAYS
30
PCC
SIDEWALK,
6-INCH,
C-4
SY
18.8
31
DETECTABLE
WARNINGS
SF
40.0
PAVEMENT
REHABILITATION
33
CURB
&
GUTTER
REMOVAL
LF
50.0
DIVISION
11
-
MISCELLANEOUS
57
TEMPORARY
PAVING,
6
INCH
PCC
OR
6
INCH
HMA
SY
930.0
DIVISION
II
- WATER
MAIN
DIVISION
7
-
STREETS
AND
RELATED
WORK
PCC
PAVEMENT
66
PAVEMENT,
PCC,
9
INCH,
C-SUD
OR
C-4,
CL
3 AGG
SY
1
16.8
SIDEWALKS,
SHARED
USE
PATHS,
AND
DRIVEWAYS
67
PCC
SIDEWALK,
6-INCH,
C-4
SY
8.5
68
DETECTABLE
WARNINGS
SF
10.0
MBE/WBE GOALS FOR THIS PROJECT
IMPORTANT: Prime Contract Bidders should be aware that ten percent (10 Jo) MBE goal and a two percent
(2%) WBE goal is attached to this project. "Certified Return Receipt" letters are no longer needed with the
bid showing proof of contacting MBE or WBE Subcontractors, but the Pre -Bid Contact Information Form
must be filled out completely.
City of Waterloo Contract Compliance Officer:
Contract Compliance Officer
Community Development Board
Carnegie Annex, Suite 202
620 Mulberry Street
Waterloo, IA 50703
Phone: (319) 291-4429
ITEMS OF POTENTIAL Mf3E/Wf3E PARTICIPATIONS
CONTRACT 1116 Page 1 of 1
SUBCONTRACTOR'S BID REQUEST FORM
Cedar Valley Corp., LLC
2637 Wagner Road
Waterloo, Iowa 50703
Contract No.: 1116
Letting Date: 3 - 6 - 2025
I, , hereby attest that I have been solicited for a bid on F.Y. 2025 E./W. San
Marnan Reconstruction Project in the area of all items.
Cedar Valley Corp., LLC has informed me that if I am interested in bidding, a subcontracting bid
proposal must be submitted to the company office by 3-6-2025 and
8:00 am (Date) Time).
Subcontractor's Company Name
Subcontractor's Signature Date
(a a ocks'
Prime Bidder's Signature ` Date
319-235-9537
FAX: 319-235-7198
www.cedarvalleycorp.com
Build ttiitA the-6e5t!
LETTER TO BE USED WHEN SOLICITING FOR
SUBCONTRACTOR QUOTES
Subcontractor Company Name
Address
RE: Contract No.:
Dear
1116
Cedar Valley Corp., LLC is presently soliciting for the following work in connection with the above
referenced project.
All items except 26 PCCP, 9"
Cedar Valley Corp., LLC is an Equal Opportunity Employer, and all qualified bidders will not be
discriminated against due to race, religion, color, sex, or origin.
If interested in bidding your proposal must be turned in to this office by
3-6-2025
(Date)
Sincerely,
and 8:00 am
(Time)
William C. Calderwood, Senior ice' President
Form CCO- 3 (11 /28/2001)
•
MBE/WBE BUSINESS ENTERPRISE
PRE -BID CONTACT INFORMATION FORM
Prime Contractor Name: Cedar Valley Corp., LLC
Project: F.Y. 2025 E./W. San Marnan Drive Reconstruction Letting Date: 3 - 6 - 2025
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
MBE/WBE
Subcontractors
Dates
Contacted
Yes/No
Dates
Contacted
Yes/No
Daniels Home Improvement
D.C. Corporation
2-25-25
2-25-25
Yc s
`(es
Yes
ci
Dollar Amount Proposed to
be Subcontracted
Greer's Works
Old Greer's Works
Quick Construction
2-25-25
2-25-25
2-25-25
me
Nn
Ai 0
No
4Uv
(Form CCO-4) Rev. 06-20-02
MBE/WBE BUSINESS ENTERPRISE
PRE -BID CONTACT INFORMATION FORM
Prime Contractor Name: Cedar Valley Corp., LLC
Project: F.Y. 2025 E./W. San Marnan Drive Reconstruction Letting Date: 3 - 6 - 2025
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
Martinez
Concrete,
LLC
2-25-25
k.
o
MO
yes
`l
--
Reyes
Construction,
LLC
2-25-25
LS
1, goo
Service
Si •
ning,
LC
2-25-25
)J 0
06
See attached
list
2-24-25
(Form CCO-4) Rev. 06-20-02
MBE/WBE BUSINESS ENTERPRISE
PRE -BID CONTACT INFORMATION FORM
Prime Contractor Name: Cedar Valley Corp., LLC
Project: F.Y. 2025 E./W. San Marnan Drive Reconstruction Letting Date: 3 - 6 - 2025
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
MBE/WBE
Subcontractors
4102.leitnv airsweve N 5vft1res
f /Lv r A/vitsun `I
Quotes
Dates
Contacted YeslNo
Received Quotation used in bid
Dates
Contacted YeslNo
Dollar Amount Proposed to
be Subcontracted
a q -as Yes
-ay-as Yes
COO
(Form CCO-4) Rev. 06-20-02
Scott Crosser
Contact Group Name: DBE Subs
1
Members:
1st Resource Solutions Darryl
97 Grain & Trucking - Jami
A Johnson Trucking -- Alisha
A Johnson Trucking - Alisha
A.J.'s Trucking - Sally
Access Control Co - Melissa
Accurate Group - Syed
Advanced Traffic Control - Jake
Advanced Traffic Control Vaughn
AG Construction - Alfredo
All Road Barricades - Tammy
AllSource Const Supply - Cindy
Allstate Concrete Cutting -- Michael
American Constr Supplies -- Missy
Associated Engineering - Tom
B.T. Construction - Barret
Bonnie's Barricades - Justin
Boyle Built Enterprises - Amy
Carolina Constr Supplies Vicki
CH Wilson Transport Cindy
Collins Concrete - Shane
Construction Anchors - Laura
Courtland LLC - Julia
Crowley Construction Corp - Bessie
Damel Transportation - Danielle
Dan Ash Trucking - Debra
Davidson Const Supply - Karna
DeLong Construction -- Dana
Dirty 30 Excavating - Bubba
Dirty Deed Excavation - Jennifer
Done Rite Construction - Nell
Donovan Enterprises - Colleen
Dormark Construction - Tim
Dormark Construction - Tony
Dulas Excavating - Crystal
Easterling Construction - Craig
FC Trucking - Cassie
Flagger Pros USA - Jodi
G Squared Trucking - Rafael
GM Contracting - Suzanne
HanSon Custom Crushing Joelynne
Hard Rock Sawing & Drilling - Mary
Heritage Landscape Design - Jamie
Hwy Constr Products -- Delaine
I and A Construction - Isreal
ICON Constructors - Laura
J & J Boring - Jennifer
J&J Hernandez Const - Miguel
Jackson Contracting - Raymond
James Enterprise - James
Jamico - Rebecca
dsanders@1stresourcesolutions.com
midwestexpressil@gmail.com
ajohnsontrucking@yahoo.com
alishak.johnson@yahoo.com
sthorp76@gmail.com
acccontrolco@aol.com
syedh@accgi.com
jdeeds@advanced-traffic.com
vmiller@advanced-traffic.com
agconstruction23@yahoo.com
tammy@allroadsinc.com
cindya@asupply.net
mseay@allstcc.com
missy@americanconstructionsupplies.co
tmedhi@ae-pc.com
btucker@btconstructiongroup.com
support@bonniesbarricades.com
amy@boylebuilt.com
vicki@ccs-dbe.com
cindy@chwilson.biz
shaneh@collinsconcrete.net
laura@constructionanchors.com
juliaespey@courtlandllc.net
bcrowley@wi.rr.com
danielle@dameltransport.com
deb25@danashtrucking.com
karna@davidsontrkg.com
ddpatterson@delonginc.com
dirty30iowa@gmail.com
dirtydeedexcavation@gmail.com
nell@doneriteconst.com
colleen@donovaninc.com
linda@dormark.com
tony@dormark.com
crystal@dulascompanies.com
craigeasterling@aol.com
cfran003@gmail.com
jodim@fpusa.us
gsquaredtrucking@gmail.com
sharazin@gmcontractinginc.com
joelynne@hccirocks.com
hardrock@genevaonline.com
Jlewis@heritagelandscapedesign.com
delaine@highwayconstructionproductsllc.com
iandaconstruction2013@gmail.com
thorsen.laura@grnail.com
Jennifer@JJboring.com
jjhernandezconst@gmail.com
jacksoncontractinggroup@gmail.com
Jamesenterpriseinc04@gmarl.com
reba@Jamico.net
Japp Brothers Grading
Kaskaskia Engineering Group - Geri
Kendrick & Kendrick - Lendfield Jr
Kim Construction Company - Kim
Laura Wiedewitsch Trkg -- Laura
Leader Construction - Bob
Live Wire Trkg - Josh
M Eaton Trucking - Melissa
Mac's Fence - Chad
Marshall Construction - Janet
Meyer Companies - Leroy
Mid States Rebar & Supply -- Anne
Midwest Borings - Lynette
Midwest Contractors Dorinda
National Sealant & Conc -- Hannah
Navarro Lawn & Landscape - John
Obsidian Trucking - Cameron
OEL Construction - Chad
Ohl Contracting - Ray
Parking Lot Specialties - Jake
Phoenix Corp of the QC's Matt
Pro Paving LLC - Dustin
Pro Paving LLC - Nancy
PWGExpress - Jenevieve
R.C. Iossi Co Jaime
RAMMS Construction - Miguel
Rincon Transportation - Jose
RM Contracting - Rene
Rock On Ent & Trucks Jeff
Rock On Ent & Trucks Krystal
Rockette Frkg & Constr Connie
SCM Construction - Savanna
Southeast Constructors - Perlla
SPL Trucking 26 - Sebastian
Strawn Construction Services - Terry
T.M. Altena - Traci
Taylor Construction - Krista
Thunder Road - Michelle
Tiedt Nursery - Mike
Tiedt Nursery - Scott
Triple R Enterprises - Ronda
jbg@jappbros.com
gboyer@kaskaskiaeng.com
kendrick_kendrickconstruction@yahoo.com
info@krmconstruction.com
wied28@yahoo.com
leaderconstruction@ymail.com
livewiretruckingia@gmail.com
missy.I.eaton@gmail.com
cbell@macsfence.com
Jlmarsh862@aol.com
bids@pwsmn.com
anne@midstatesrebarsupply.com
midwestbores@gmail.com
midwestcontractors@cfu.net
nationalsealantandconcrete@gmail.com
John.navarronll@gmail.com
cameron@obsidiantrucking.com
chad@oelconstruction.com
rohlcontracting@gmail com
jake@parkinglotspecialties.com
mdecap@phoenixcorp.org
djwolgemuth79@yahoo.com
njomc54@gmail.com
jenevieve@pwgexpress.com
office@rciossi.com
miguel@rammsconstruction.com
rinconjose86@gmail.com
rmartinez3mcontracting@gmail.com
jeff@rockontrucks.com
estimates@rockontrucks.com
rockette@iowatelecom.net
scmbishop@gmail.com
perlla@live.com
juana.diego59@gmail.com
terrytmctm@aol.com
traci@tmaltena.com
ktaylor@taylorconstr.com
michelle@gothunderroad.com
mloftsgard.tnursery@gmail.com
scott.tiedt@gmail.com
ronda.cink@gmail.com
MBE/WBE BUSINESS ENTERPRISE
PRE -BID CONTACT INFORMATION FORM INSTRUCTIONS
Prime Contractor Responsibilities:
Prime Contractors bidding on City of Waterloo contract work are required to ensure that MBE/WBE businesses are
provided the opportunity to participate in the performance of contracts and subcontracts. Prime contractors are required to
assist MBE/WBE businesses in overcoming barriers to participation, and must make good faith efforts to secure bids from,
and award subcontracts to, MBE/WBE businesses. For all contract bids of $50,000 or more, the following is required to
demonstrate good faith efforts in accordance with this policy:
1. "MBE/WBE BUSINESS ENTERPRISE PRE -BID CONTACT INFORMATION FORM" submitted with the prime contractor
bid, properly completed and signed on Form CCO-4 (Rev 06-20-02). Please note that this document must include all
subcontractor contacts, bids received, and awarded - not just those related to disadvantaged business enterprise vendors.
2. A minimum of three (3) MBE/WBE business contacts must be made and documented, if there are at least three (3)
MBE/WBE businesses offering services in the areas to be subcontracted (see City of Waterloo MBE/WBE Certified List). If
Tess than three (3) are offering the services to be subcontracted, then a contact is required for any that are listed as
providing that service. If you have submitted a MBE/WBE contact not on the City's MBE/WBE list, attach a copy of the
certification from another government agency.
3. Contacts to each MBE/WBE businesses are required to be a minimum of seven (7) working days prior to the date the
prime contractor submits the bid to the City of Waterloo.
4. The following documentation must accompany the "MBE/WBE BUSINESS ENTERPRISE PRE -BID CONTACT
INFORMATION FORM" for each MBE/WBE business contacted:
a. A copy of the bid received from the MBE/WBE, OR
b. If no bid was received, a copy of correspondence received from the MBE/WBE with a "no bid" response, OR
c. If no response was received, a copy of the solicitation sent to the MBE/WBE with proof of mailing attached.
5. If any MBE/WBE business submitting bids are not selected for subcontract award, documentation must accompany the
"MBE/WBE BUSINESS ENTERPRISE PRE -BID CONTACT INFORMATION FORM" on why the MBE/WBE was not
selected. These reasons could include:
a. Not low bid. Copies of the competing bids may be required for verification.
b. MBE/WBE did not bid, withdrew bid or was non -responsive.
c. Documentation of other business -related reason for not selecting the MBE/WBE business for a subcontract.
d. Prime contractor self performs work.
e. Any other reason relied on by the Prime Contractor.
The Contract Compliance Officer will determine the weight to be given to each item listed above (supported by appropriate
documentation) based on overall program goals.
Subcontractors Responsibilities:
1. Each MBE/WBE firm planning to submit quotes on construction projects with goals, shall submit a Letter of
Intent to Bid (Form CCO-5) to the City Contract Compliance Officer seven (7) working days prior to bid opening, listing
specific items which the MBE/WBE firm is interested in bidding. If the City Contract Compliance Officer does not
receive sufficient scope letters seven (7) working days prior to bid opening, goals on subject project will be reduced
accordingly. Agreements between the bidder/proposer and an MBE/WBE in which the MBE/WBE promises not to
provide subcontracting quotations to other bidders/proposers are prohibited.
Form CCO-4A Rev. 07-08-02
LETTER OF INTENT TO BID
(MBE/WBE LETTER)
According to the Current MBE/WBE Contract Compliance Program - 2002, all MBE/WBE Contractors
interested in submitting subcontractor quotes on construction projects with goals, MUST submit a LETTER
OF INTENT TO BID to the City of Waterloo Contract Compliance Officer at least seven (7) days prior to
bid opening.
The LETTER OF INTENT TO BID must list the specific items, which the MBE/WBE Contractor is
interested in bidding.
Letter should include the following:
Name of Project: F.Y. 2025 E./W. San Marnan Drive Reconstruction
Your Company Name:
Address:
Phone: Date:
List of Specific items to be bid:
Item No. Description:
Item No. Description:
Item No. Description:
Item No. Description:
(Subcontractor's Company Name and authorized signature)
Return this LETTER OF INTENT TO BID to:
Contract Compliance Officer
Community Development Board
620 Mulberry St.
Carnegie Annex, Suite 202
Waterloo, IA 50703
Phone: (319) 291-4429
Form CCO-5 (06-20-2002)
ADDENDUM NO. 1
TO THE BIDDING DOCUMENTS
F.Y. 2025 E./W. SAN MARNAN DR. RECONSTRUCTION PROJECTT
CONTRACT NO. 1116
CITY OF WATERLOO, IOWA
DATE: February 24, 2025
LETTING DATE & TIME: March 6, 2025, 1:00 P.M., Local Time
TO ALL BIDDERS ON THE ABOVE PROJECT:
All Bidders submitting a bid on the above contract shall carefully read this Addendum and
give it consideration in the preparation of their bid.
TO ALL BIDDERS ON THE ABOVE PROJECT:
The Project Specifications for this project are hereby revised as follows:
At the contractors' option, glass fiber reinforced polymer dowel bar assemblies, CD
Baskets, will be allowed provided they meet Iowa DOT Section 4156. All other
reinforcing bars required for the project will be metallic and shall be epoxy coated.
Any revisions to any of the Contract Documents made by this Addendum shall be
considered as the same revision to any and all related areas of the Contract Documents not
specifically called out in this Addendum.
The bidder shall acknowledge receipt of this Addendum by inserting the number and date in
the spaces provided in the Form of Bid or Proposal, Item 9.
2/25/2025
amie Knutson, P.E. City of Waterloo, Iowa
City Engineer Department of Engineering
Contract 1116 Addendum No. 1 Page 1 of 1
elle Cedar Valley Corp., LLC
SUBCONTRACTOR'S BID REQUEST FORM
2637 Wagner Road 2637 Wagner Road
Waterloo, Iowa 50703
Contract No.: 1116
Letting Date: 3 - 6 - 2025
I, , hereby attest that I have been solicited for a bid on F.Y. 2025 E./W. San
Marnan Reconstruction Project in the area of all items.
Cedar Valley Corp., LLC has informed me that if I am interested in bidding, a subcontracting bid
proposal must be subrnitted to the company office by 3-6-2025 and
8:00 am (Date) Time).
Subcontractor's Compa y Name
of—,.-- (y w
Su ntractor's Signatur
Date
Prime Bidder's Signature Date
319-235-9537
FAX: 319-235-7198
www.cedarvalleycorp.com
3u h) t% tire- best./
LETTER TO BE USED WHEN SOLICITING FOR
SUBCONTRACTOR QUOTES
Subcontractor Company Name
Address
RE: Contract No.: 1116
Dear
Cedar Valley Corp., LLC is presently soliciting for the following work in connection with the above
referenced project.
All items except 26 PCCP, 9"
Cedar Valley Corp., LLC is an Equal Opportunity Employer, and all qualified bidders will not be
discriminated against due to race, religion, color, sex or origin.
If interested in bidding your proposal must be turned in to this office by
3 - 6 - 2025 and 8:00 am
(Date) (Time)
Sincerely,
William C. Calderwood, Senior Vice President
Form CCO- 3 (11/28/2001)
LETTER OF INTENT TO BID
(MBE/WBE LETTER)
According to the Current MBE/WBE Contract Compliance Program - 2002, all MBE/WBE Contractors
interested in submitting subcontractor quotes on construction projects with goals, MUST submit a LETTER
OF INTENT TO BID to the City of Waterloo Contract Compliance Officer at least seven (7) days prior to
bid opening.
The LETTER OF INTENT TO BID must list the specific items, which the MBE/WBE Contractor is
interested in bidding.
Letter should include the following:
Name of Project: F.Y. 2025 E./W. San Marnan Drive Reconstruction
Your Company Name
Address: Ci7* -Premokb C3"
Phone: 31 q-' yG l-l6,s Date: 1 ., 2.5
List of Specific items to be bid:
Item No. 4 Description:
Item No.
Item No.
Item No.
Description:
Description:
Description:
(Subcontractor's Company Name and authorized signature
Return this LETTER OF INTENT TO BID to:
Contract Compliance Officer
Community Development Board
620 Mulberry St.
Carnegie Annex, Suite 202
Waterloo, IA 50703
Phone: (319) 291-4429
Form CCO-5 (06-20-2002)
J.•%. 4711
SUBCONTRACTOR'S BID REQUEST FORM
Cedar Valley Corp., LLC
2637 Wagner Road
Waterloo, lowa 50703
Contract No.: ti16 .
Letting Date: 3 -- 6 125
I, v1 , hereby attest that 1 have been solicited for a bid on F.Y. 2025 E./W. San
Marnan Reconstruction Project in the area of all items.
Cedar Valley Corp., l_LC has informed me that if I am interested in bidding, a subcontracting bid
proposal must be submitted to the company office by a6-202; and
6MapL (Date) Time).
cb.
Subcontractor's Company Name
•
ubcontractor's Signature
Prime Bidder s Signature
Date
Date
319-235-9537
FAX: 319-235-7198
www.cedarvalleycorp.corn
Build with, ilttkru
LETTER OF INTENT TO BID
(MBE/WBE LETTER)
According to the Current MBENVBE Contract Compliance Program - 2002, all MBE/WBE Contractors
interested in submitting subcontractor quotes on construction projects with goals, MUST submit a LETTER
OF INTENT TO BID to the City of Waterloo Contract Compliance Officer at least seven (7) days prior to
bid opening.
The LETTER OF INTENT TO BID must list the specific items, which the MBE/WBE Contractor is
interested in bidding.
Letter should include the following:
Name of Project: F.Y. 2025 E./W. San Marnarl,rive Reconstruction
Your Company Name: Carstensen & Sons
Address:
Phone:
List of Specific items to be bid:
Item No. / l 11]
Item No.
Item No.
Item No.
fl
CLt.
Trucking, Inc.
Description: (�_('
Description:
Description:
Description:
lit and( Nr-k 171,kaki n(1 t ��
(Subcontractor's Company Name and authorized sig iature)
Return this LETTER OF INTENT TO BID to:
Contract Compliance Officer
Community Development Board
620 Mulberry St.
Carnegie Annex, Suite 202
Waterloo, IA 50703
Phone: (319) 291-4429
Form CCO-5 (06-20-2002)
SUBCONTRACTOR'S BID REQUEST FORM
Cedar Valley Corp., LLC
2637 Wagner Road
Waterloo, Iowa 50703
Contract No.: 1116
Letting Date:
3-6-2025
I; .k t1n Ke l\A-I , hereby attest that I have been solicited for a bid on F.Y. 2025 E./W. San
Marnan Reconstruction Project in the area of all items.
Cedar Valley Corp., LLC has informed me that if I am interested in bidding, a subcontracting bid
proposal must be submitted to the company office by _3:t6,20.25
8.00 am (Date) Time).
aS arVA
Subcontractor's Corn• any Name
ontractor's ; ignature
kit\ n ) 1 11�
Prime Bidder's Signature
Date
ExLkI-1 1 n<�.
Date
and
319-235-9537
FAX: 319-235-7198
www.cedarvalleycorp.com
3u1&t AMA ti1e- l eyt!
LETTER TO BE USED WHEN SOLICITING FOR
SUBCONTRACTOR QUOTES
Subcontractor Company Name
Address
RE: Contract No.:
Dear
1116
Cedar Valley Corp., LLC is presently soliciting for the following work in connection with the above
referenced project.
All items except 26 PCCP, 9"
Cedar Valley Corp., LLC is an Equal Opportunity Employer, and all qualified bidders will not be
discriminated against due to race, religion, color, sex, or origin.
If interested in bidding your proposal must be turned in to this office by
6-6-2Q25 and 6:00am
(Date) (Time)
Sincerely,
William C. Calderwood, Senior Vice President
Form CCO- 3 (11/28/2001)
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 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 signed
by their proper officers this 24th day of February , A.D. 20 25
A :..d
0
BID BOND
Scott-
Jamie Gifford
Cedar Valley Corp., LLC
Principal
By it
Willis . Calderwood, Senior Vice Pkesident
Liberty Mutual Insurance Company
By
Sur- y ,
//L//_ditA
anderrn _ -in-fact
(Seal)
(Seal)
(Title)
Page 1 of 1
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: 8212239-190056
KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty 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, John Cord,
Anne Crowner, Brian Nt. Deimerly, Grace Dickinson, Jay D. Freiermuth, Jamie Gifford, Craig E. Hansen, Sara I Iuston, Tim b4cCulloh, Seth D. Rooker, Dione R.
Young, Kate Zanders
all of the city of Waukee state of IA each individually if there be more than one named, its true and lawful attomey-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 official of the Companies and the corporate seals of the Companies have been affixed
thereto this 6th day of August , 2024 .
By:
Liberty Mutual Insurance Company
The Ohio Casualty Insurance Company
West American Insurance Company
Al
Nathan J. Zangerle, Assistant Secretary
State of PENNSYLVANIA.
ss
County of MONTGOMERY
On this 6th day of August , 2024 before me personally appeared Nathan J. Zangerle, 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 of Pennsylvania - Notary Seal
Teresa Pastefa, Notary PubEc
Montgomery County
My commission expires March 28, 2025
Commission number 1128044
Member, Pemsytvanla Association of Notaries
By:
eresa Pastella, Notary 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 official 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 attomeys-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 Nathan J. Zangerle, 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 Attomey 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 tha seals of said Companies this 24th day of February , 2025 .
'C
Q
C.�
oCE
-,
(L)
N
a0
.�_
_ •(a
o
c
OC.
N
�CO
0 al
0
a�
C(D
(6 (B
-0 U
Oa)
0(O
o(1)
LL Ct..
By:
Renee C. Llewellyn, Assistant Secretary
LMS-12873 LMIC OCIC WAIC Multi Co 02/24