Loading...
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