Loading...
HomeMy WebLinkAboutReilly Construction Co., Inc.Proposal of Reilly Construction Co., Inc. P. O. Box 99, 110 Main Street Ossian, IA 52161 Bid Enclosed DO NOT DELAY Letting Date March 6, 2025 County Black Hawk Owner City of Waterloo, IA Project Name F.Y. 2025 E./W. San Marnan Drive Reconstruction Project City Clerk City of VVaterloo, IA City Hall 715 Mulberry Street Waterloo, IA 50703 PROPOSAL FOR: F.Y. 2025 E./W. San Marnan Drive Reconstruction Project uY 1�,'.� YYY g Y ! Y .fl r i— a—i. r Y A Y Yti.k vi rf e§ PM t.�t 1 P r :O BID SECURITY ENCLOSED CITY CLERK'S OFFICE r .+'1.Y� Y Y.M1 �1P Y�ice!9 40 j. C Y Off-- p0 • ln.�. 6 Project No. 1116 i1 • 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 DIVISION I - ROADWAY CONSTRUCTION ITEM BID SUDAS SPECIFICATION * SUPPLEMENTAL SEE DESCRIPTION UNIT MARNAN DR SAN QTY UNIT BID PRICE TOTAL BID PRICE D:.LVISION 2 - EARTHWORK 1 2010-108-D-1 * TOPSOIL, 4 INCHES, ON SITE SY 25,410.0 $ / -5- $ n, S9- s% 2 2010-108-D-3 * TOPSOIL, 4 INCHES, OFF SITE SY 8,544.0 $ 4, Zs $ 5,, y0d 3 2010-108-E * EXCAVATION, ROADWAY AND CLASS BORROW 10, CY 585.0 00 $ /o 60 $ $ 6SO 4 SEE EST. REF. EXCAVATION, 'PASTE CLASS 10, CY 14,473.0 $ 26 o►> r' 00 $ 79 , **yo 5 2010 108-F * EXCAVATION, KLOW GRADE CLASS 10, CY 2,258.0 oo $ S7:-C 00 $ /74 73b 6 2010-108-G * SIJBGRADE PREPARATION SY 61,740.0 oo $ j $ /85, 27o 7 2010-108-J * SUBBASE, MODIFIED, 12 INCH SY 61,740.0 $ /5 S° $ g%e 230 a 8 IADOT 2121 GRANULAR B, 4 INCH DEPTH SHOULDER, TYPE SY 14,959.0 $ �� 0o 1 oo q $ /�/i S�� DIV. I - SUBTOTAL EARTHWORK = $ D.[VISION DRAINS 4 - SEWERS AND STORM SEWERS FORM OF BID CONRACT NO. 1116 Page 1 of 6 9 4020-108-A STORM RCP 2000D, SEWER, 24 INCH TRENCHED, LF 8.0 $ �� O0 0o8 $ / Q2 10 4020-108-A STORM RCP 2000D, SEWER, 18 INCH TRENCHED, LF 24.0 oo $ 7s6 D $ 8�oo 11� 4020-108-A STORM RCP 2000D, SEWER, 15 INCH TRENCHED, LF 4.0 oo , oo $ 3/ /Do $ �S 12 4020-108-D REMOVAL RCP, 36 INCH LESS OF THAN STORM OR EQUAL SEWER, TO LF 132.7 30 $ CAI 00 $ ?g% ,— 13 4020-108-D REMOVAL SUBDRAIN OF STORM SEWER, LF$ 2,188.0/5 $ b 32 R20 , 14 4020-108-G STORM ABANDONMENT, RCP, SEWER 18 INCH FILL AND LF 550.0 oo oo �S(�PLUG, $ $ K 15 4020-108-G STORM ABANDONMENT, PLUG, RCP, SEWER 15 INCH FILL AND LF 48.0 % $ oo oio 3 $ 3 'O S ,JBDRAINS 16 4040-108-A * SUBDRAIN, TYPE SP, 6 INCH LF 14,345.0 $ /S $ 26, /?.,f 17 4040-108-D * SUBDRAIN S; RUCTURE, OUTLET 6 INCH TO EACH 12.0 00 00 2 S e- $ 3, l0O $ 18 4040-108-D * SUBDRAIN 6'INCH OUTLET TO DITCH, EACH 78 0 Z9, Zjio $ i2 $ ��-�. DIV. I - SUBTOTAL SEWERS AND DRAINS - STORM = $ DIVISION FOR S;tWERS SANITARY 6 - STRUCTURES AND STORM 19 6010-108-B * INTAKE, SW-505 EACH 1.0 o° $ 1, OOo $ 9, 000 20 6010-108-B * INTAKE, SW-507 EACH 3.0 $ Z, 000 $ 77, 0 t 21 6010-108-E * MANHOLE N,3INOR, SW-401, ADJUSTMENT, 48 EACH 4.0 oo 00 $ S� $ /O �pD 22 6010-108-E * N,ANHOLE MINOR, SW-402, ADJUSTMENT 60"x60" EACH 1.0 oo 7/5a, -�- oV 2, Soo e" $ $ 23 6010-108-F * INTAKE SW-506 ADJUSTMENT, MAJOR, EACH 2.0 00 °a $ - ' D� $ /4 OO 24 6010-108-G CONNECTION MANHOLE SUBDRAIN OR TO INTAKE, EXISTING EACH 8.0 oo o Goo $ !` /f gj)Q $ 25 6010-108-H * R END =MOVE SECTIONS, INTAKE STORM AND FLARED EACH 26.0 /� SoD $ $ 32/ 000 `® DIV. I - SUBTOTAL STRUCTURES FOR SANITARY AND STORM SEWERS = $ DIVISION AND RELATED 7 - STREETS WORK Pi,C PAVEMENT 26 7010-108-A; 302 * PAVEMENT, SOD OR C-4, PCC, CL 9 3 AGG INCH, C- SY 53,250.0 O® $ id .-- $ 2, O(oZj $Djj 27 7010-108-E C!,JRB&GUTTER,24-INCH WIDE, 9-INCH DEPTH, PCC, C-4 LF 715.0 So .00 $ 17`m $ 26, F/2 28 7010-108-G CONCRETE DEPTH, PCC, MEDIAN, C-4 6-INCH SY 48.1 oo goo $ 6° `G" $ I, l-4/ FORM OF BID CONRACT NO. 1116 Page 2 of 6 29 7010-108-I; 302 PCC TESTING PAVEMENT SAMPLES AND LS 1.0 A$ o lf� �� SIDEWALKS, PATHS, AND SHARED DRIVEWAYS USE 30 7030-108-E * PCC SIDEWALK, 6-INCH, C-4 SY 18.8 $ 6$ $ / 22Z. 31 7030-108-G * DETECTABLE WARNINGS SF 40.0 °° $ 2, 7Z& oO $ G? PAVEMENT REHABILITATION• 32 7040-108-H * PAVEMENT REMOVAL SY 52,218.0 $ ?of/, S9 °O 33 7040-108-1 CURB & GUTTER REMOVAL LF 50.0 $ Z0 t?li. 00 $ / ©61:0 DN. I - SUBTOTAL STREETS AND RELATED WORK = $ DIVISION CONTROL 8 - TRAFFIC TRAFFIC SIGNALS 34 SEE EST. REF. TRAFFIC LOOPS LS 1.00 %" -O $ 75, Dao $ 'j, 000 PAVEMENT MARKINGS 35 8020-108-B PAINTED MARKINGS, PAVEMENT WATERBORNE STA 280.86 c� a //,�,, $ v3 $ /�� �v7! 36 8020-108-F WET, REMOVABLE RETROFLECTIVE TAPE MARKINGS STA 49.40 oa $ /�� /10 $ / �/$ ras 37 8020-108-G PAINTED LEGENDS, SYMBOLS TEMPORARY AND EACH 27.00 0 00 $®-S l $ 2i g3J 38 8020 108 H * PRECUT LEGENDS SYMBOLS AND EACH 47.00 $ CC° 00 $ 2� ssa 39 8020-108-K PAVEMENT REMOVED MARKINGS STA 37.04 $ Mi. ZS� $ G� 40 8020-108-L SYMBOLS REMOVED AND LEGENDS EACH 2O.00 00 o0 -- $ /3o — / 000 $ 7 TEMPORARY CONTROL TRAFFIC 41 8030-108-A * TEMPORARY CONTROL TRAFFIC LS 1 0 o0 $ A D060 $ col coo ---- 42 8030-108-A * PORTABLE MESSAGE SIGNS DYNAMIC EACH DAY / 56.0 00 �' /DS .— $ I '8o $ 43 8030-2.02 DIRECTIONAL DETAILS SIGNS, PER EACH 104.0 coo 00 $ /00 $ /4 yap ---- 44 IADOT 2518010 2528- SAFTEY CLOSURE EACH 21.0 op oc $ �3v $ �� �30 `'� DIV. I - SUBTOTAL PAVEMENT MARKINGS AND TRAFFIC CONTROL = $ DIVISION AND LANDSCAPING 9 - SITE WORK SEEDING r 45 9010-108-B * HYDRAULIC Ft TYPE RTILIZING 1 SEEDING, AND MULCHING - SY 37,350.0 0 �� 0 S $ $ EkOSION CONTROL AND SEDIMENT 46 9040-108-N-1 SILT DITCH FENCE CHECK, OR SILT INSTALLATION FENCE LF 3,370.0 Sf So $ $ / 2 3 FORM OF BID CON RACT NO. 1116 Page 3 of 6 47 9040-108-N-2 * SILT DITCH SEDIMENT FENCE CHECK, OR SILT REMOVAL FENCE OF LF 500.0 $ /0 0 e. l $ J� o i 48 9040-108-N-3 SILT DITCH DEVICE FENCE CHECK, OR SILT REMOVAL FENCE OF LF 3,370.0 $ U /a co $ 379-- 49 9040-108-Q-2 * EROSION MULCHING, HYDROMULCHING CONTROL SY 33,954.0 $ /'� (- 30 A��� $ id' 50 9040-108-T-1 * INLET INSTALLATION, PROTECTION DROP DEVICE, -IN EACH 10.0 $ /Co bo '� oe $ /, SOD .� 51 9040-108-T-1 * INLET INSTALLATION, APPLIED PROTECTION SURFACE- DEVICE, EACH 9.0 oo co 80 $ �20 —' $ 52 9040-108-T-2 * INLET MAINTENANCEEACH PROTECTION DEVICE 19.0 �A Ti s��' b ' $ �Q .-As, DIV. I - SUBTOTAL SITE WORK AND LANDSCAPING = $ DIVISION MISCELLANEOUS 11 - 53 11010-108-A CONSTRUCTION SURVEY LS 1.0 52 $ .30? 000 22 $ 30,009 54 11020-108-A MOBILIZATION LS 1.0 $ 72f, 0o0 -1-1 $ 9-25: Oct 55 11,050-108-A CONCRETE WASHOUT LS 1.0 $ 00, Ooo $ ZOO Doo °D 56 IADOT 2505 STEEL CONSTRUCTION REMOVAL BEAM GUARDRAIL AND LS 1.0 2S pa $ ' 00 2c, 00O $ 57 SEE EST. REF. TEMPORARY PCC OR 6 INCH PAVING, HMA 6 INCH SY 930.0 $ O� ©0 o© oo $ 55, 80b ' DIV. I - SUBTOTAL MISCELLANEOUS = $ DIVISION I - WATER MAIN DIVISION 2 - EARTHWORK 58 2010-108-J * SUBBASE, MODIFIED, 12 INCH SY 22.9 $ ZS $ so oc�z 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 $ 3y 3 Gn ��-5 �a $ 60 5010 108-C FITTING, SLEEVE, ROMAC 12" ALPHA XL EACH 2.0 °" $ 000 oo $ �v� �d� — 61 5010-108-C FITTING, 8"x12"x12" MJ LOCKING TEE, EACH 1.0 oacyo $ 30" ,a $ 3, Opp 62 5010-108-C FITTING, 90° MJ BEND, 12" EACH 1.0 �° $ 2, DSO tt- $ 2, 'LSD 63 5010-108-C FITTING, 8" RESTRAINED SLEEVE, EACH 1.0 00 ad $ 4 2. -0 �1 S6 $ VALVES, AND APPURTENANCES FIRE HYDRANTS, 64 5020-108-A VALVE, MJ GATE, 12" EACH 1.0 $ .9, 500 9O $ OD " 65 5020-108-A VALVE, MJ GATE, 8" EACH 1.0 $ 7100 °° $ y,, SDD O° DIV. II - SUBTOTAL WATER MAINS AND APPURTENANCES = $ FORM OF BID CONRACT NO. 1116 Page4of6 DIVISION AND RELATED 7 - STREETS WORK PCC PAVEMENT 66 7010-108-A PAVEMENT, SUD OR C-4, PCC, CL 9 3 AGG INCH, C- SY 16.8 ao $ fra $ SVC 00 'a -- SIDEWALKS PATHS, AND , SHARED DRIVEWAYS USE 67 7030-108-E PCC SIDEWALK, 6-INCH, C-4 SY 8.5 $ S7$ $ 70 68 7030-108-G DETECTABLE WARNINGS SF 10.0 $ FOO ' $ 70 PAVEMENT REHABILITATION 69 7040-108-H * PAVEMENT REMOVAL SY 25.3 $ /6 ' $ /0`1 -82 DIV. II - SUBTOTAL STREETS AND RELATED WORK = $ DIV. I - TOTAL = $ / f ?2/ff �qb DIV. II -TOTAL = $ 30 6Z/ 7F7t z? 4 725 TOTAL BID - DIV. I + DIV. II = $ 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 surn of Five Percent Dollars ($ 5% ) in the form of Bid Bond , is submitted herewith in accordance with the INSTRUCTIONS TO BIDDERS. 5. Attached hereto is a Non Collusion Affidavit of Prime Contractor. 6. Attached hereto is a Bidder Status Form. 7 The bidder is prepared to submit a financial and experience statement upon request. 8. The Prime Contractor and Subcontractor(s), which have performed an aggregate of $10,000.00 in work for the City in the current calendar year are prepared to submit an AAP or Update and an EOC, within ten (10) days of notification that the bid submitted is lowest and acceptable. 9. The bidder has received the following Addendum or Addenda: Addendum No. FORM OF BID Date ZAS/zd2. Jr CONRACT NO. 1116 Page 5 of 6 Prime Contractor Name: Project: //6 -- MBE/WBE BUSINESS ENTERPRISE PRE -BID CONTACT INFORMATION FORM L L, `/ 6011/ 57guG DN //.oRA,<Mv �� at, pit Letting Date: 3/&J zoz$ 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: e—st:.44•o%tog Date: F/Zsv 17 0115" 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 Aws 6-6-,vsreaerta-eivv 5/r/762c ye 31/4/2075 y65 00 i ? ?8, ' pt- / cS6/.2y 3/s/zozs Y "s 3/C/2OZs yes # n n, 02? 5 &4 fr_Z. 6 e K."6t/.*t.,81 V/4625 ,v a r______ ___ /ean,.sts 601S7/tuGfi 'eN 3/S/26ZS No --- (Form CCO-4) Rev. 06-20-02 [ygse oNs-7--gcooi--__TOAJ UOTE 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: CIOrr-a asEP 1. The undersigned, being a Corporation existing under the laws of the State of 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 DIVISION I - ROADWAY CONSTRUCTION ITEM BID SUDAS SPECIFICATION * SUPPLEMENTAL SEE DESCRIPTION UNIT MARNAN DR SAN QTY UNIT BID PRICE TOTAL BID PRICE DIVISION 2 - EARTHWORK 1 2010-108-D-1 * TOPSOIL, 4 INCHES, ON SITE SY 25,410.0 $ $ 2 2010-108-D-3 * TOPSOIL, 4 INCHES, OFF SITE SY 8,544.0 $ $ 3 2010-108-E * EXCAVATION, ROADWAY AND CLASS BORROW 10, CY 585.0 $ $ 4 SEE EST. REF. EXCAVATION, WASTE CLASS 10, CY 14,473.0 $ $ 5 2010-108-F * EXCAVATION, BELOW GRADE CLASS 10, CY 2,258.0 $ $ 6 2010-108-G * SUBGRADE PREPARATION SY 61,740.0 $ $ 7 2010-108-J * SUBBASE, MODIFIED, 12 INCH SY 61,740.0 $ $ 8 IADOT 2121 GRANULAR B, 4 INCH DEPTH SHOULDER, TYPE SY 14,959.0 $ $ DIV. I - SUBTOTAL EARTHWORK = $ DIVISION DRAINS 4 - SEWERS AND STORM SEWERS FORM OF BID CO N RACT NO. 1116 Page 1 of 6 9 4020-108-A STORM RCP 2000D, SEWER, 24 TRENCHED, INCH LF 8.0 $ $ 10 4020-108-A STORM RCP 2000D, SEWER, 18 TRENCHED, INCH LF 24.0 $ $ 11 4020-108-A STORM RCP 2000D, SEWER, 15 INCH TRENCHED, LF 4.0 $ $ 12 4020-108-D REMOVAL RCP, 36 INCH LESS OF THAN STORM OR EQUAL SEWER, TO LF 132.7 $ $ 13 4020-108-D REMOVAL SUBDRAIN OF STORM SEWER, LF 2,188.0 $ $ 14 4020-108-G STORM ABANDONMENT, PLUG, RCP, SEWER 18 INCH FILL AND LE 550.0 $ $ 15 4020-108-G STORM ABANDONMENT, PLUG, RCP, SEWER 15 INCH FILL AND LF 48.0 $ $ SUBDRAINS 16 4040-108-A * SUBDRAIN, SP, 6 INCH LF 14,345.0 $ $ TYPE 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 SANITARY 6 - STRUCTURES AND STORM FOR SEWERS 19 6010-108-B * INTAKE, SW-505 EACH 1.0 $ $ 20 6010-108-B * INTAKE, SW-507 EACH 3.0 $ $ 21 6010-108-E * MANHOLE MINOR, ADJUSTMENT, SW-401, 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 SECTIONS, INTAKE AND STORM 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 9 3 AGG INCH, C- SY 53,250.0 $ $ 27 7010-108-E CURB WIDE, & 9-INCH GUTTER, DEPTH, 24-INCH PCC, C-4 LF 715.0 $ $ 28 7010-108-G CONCRETE DEPTH, PCC, MEDIAN, C-4 6-INCH SY 48.1 _,6 3 $ 3,030.3 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 0,156.2 Ma) 31 7030-108-G * DETECTABLE WARNINGS SF 40.0 $ 65 $ 2,600 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 WET, REMOVABLE 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 $ $ 50 9040-108-T-1 * INLET INSTALLATION, PROTECTION DROP DEVICE, -IN 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, ROMAC 12" ALPHA XL EACH 2.0 $ $ 61 5010-108-C FITTING, 8"x12"x12„ MJ LOCKING TEE, EACH 1.0 $ $ 62 5010-108-C FITTING, 90° MJ BEND, 12" EACH 1.0 $ $ 63 5010-108-C FITTING, 8„ RESTRAINED SLEEVE, EACH 1.0 $ $ 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 AND RELATED 7 - STREETS WORK PCC PAVEMENT 66 7010-108-A PAVEMENT, SUD OR C-4, PCC, CL 9 3 AGG INCH, C- SY 16.8 $ $ SIDEWALKS, SHARED USE PATHS, AND DRIVEWAYS 67 7030-108-E PCC SIDEWALK, 6-INCH, C-4 SY 8.5 $ 65 $ 552.5 68 7030-108-G DETECTABLE WARNINGS SF 10.0 $ 65 $ 650 PAVEMENT REHABILITATION 69 7040-108-H * PAVEMENT REMOVAL SY 25.3 $ $ DIV. II - SUBTOTAL STREETS AND RELATED WORK = $ DIV.I - TOTAL= $ (3 186,5 DIV. II - TOTAL = $ i,2O25 7,989 TOTAL BID gm DIV. I + DIV. II= $ i 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 seven thousand nine hundred eighty Dollars ($ /I, 89 lingie form of , is submitted herewith in accordance with the INSTRUCTIONS TO 8110111bRS. 5. Attached hereto is a Non Collusion Affidavit of Prime Contractor. 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. The bidder has received the following Addendum or Addenda: FORM OF BID Addendum No. Date CONRACT NO. 1116 Page 5 of 6 10. The bidder shall list the MBE/WBE subcontractor(s), amount of subcontracts and bid items on the City of Waterloo Minority and/or Women Business Pre -bid Contact Information Form submitted with this Form of Bid or Proposal. The apparent low Bidder shall submit a list of all other Subcontractor(s) to be used on this Project to the City of Waterloo by 5:00 p.m. the business day following the day Bids on this Project are due along with the Non -Collusion Affidavits of All Subcontractor(s). The Contractor shall submit information on subcontractors on "SUBCONTRACTOR REQUEST AND APPROVAL" Form to be provided by City prior to approval of contract. The subcontractors listed on this proposal and/or submitted to the Contract Compliance Officer cannot be changed except for the following reasons: 1) The City of Waterloo does not approve the subcontractors. 2) The subcontractors submit in writing that they cannot fulfill their subcontracts. 11. The bidder has filled in all blanks on this proposal. Those blanks not applicable are marked "none" or "NA". 12. The bidder has attached all applicable forms. 13. The Owner reserves the right to select alternates, delete line items, and/or to reduce quantities prior to the award of a contract due to budgetary limitations. Reyes Concrete Construction LLC 2/27/2025 (Name of Bidder) BY: Gerardo Reyes (Date) Title CEO Official Address: (Including Zip Code): 6321 Lafayette Rd, Raymond, Iowa, 50667 I.R.S. No. 92-2645128 FORM OF BID CONRACT NO. 1116 Page 6 of 6 10. The bidder shall list the MBE/WBE subcontractor(s), amount of subcontracts and bid items on the City of Waterloo Minority and/or Women Business Pre -bid Contact Information Form submitted with this Form of Bid or Proposal. The apparent low Bidder shall submit a list of all other Subcontractor(s) to be used on this Project to the City of Waterloo by 5:00 p.m. the business day following the day Bids on this Project are due along with the Non -Collusion Affidavits of All Subcontractor(s). The Contractor shall submit information on subcontractors on "SUBCONTRACTOR REQUEST AND APPROVAL" Form to be provided by City prior to approval of contract. The subcontractors listed on this proposal and/or submitted to the Contract Compliance Officer cannot be changed except for the following reasons: 1) The City of Waterloo does not approve the subcontractors. 2) The subcontractors submit in writing that they cannot fulfill their subcontracts. 11. The bidder has filled in all blanks on this proposal. Those blanks not applicable are marked "none" or "NA". 12. The bidder has attached all applicable forms. 13. The Owner reserves the right to select alternates, delete line items, and/or to reduce quantities prior to the award of a contract due to budgetary limitations. Reilly Construction Co., Inc. March 6, 2025 (Name of Bidder) (Date) BY: Title Official Address: (Including Zip Code): PO Box 99 110 E. Main Street Corporate Secretary Ossian, IA 52161 I.R.S. No. 42-0818173 FORM OF BID CONRACT NO. 1116 Page 6 of 6 INFORMATION NEEDED FOR IOWA CONSTRUCTION SALES TAX EXEMPTION CERTIFICATE CONTRACTOR NAME. Reilly Construction Co., Inc. ADDRESS: PO Box 99, Ossian, IA 52161 (Check One): PRIME X FEDERAL ID#: 42-0818173 SUBCONTRACTOR PROJECT NAME: FY 2025 E//W. San Marnan Drive Reconstruciton Project P ROJECT CONTRACT NO.: 1116 DESCRIPTION OF WORK: ❑ Brickwork ❑ Carpentry Concrete Drywall -Plaster -Insulation Electrical C� Excavation/Grading O Flooring Q Heavy Construction D Heating -Ventilating -Air Cond II ❑ Landscaping Painting Paving Plumbing D Roofing -Siding -Sheet Metal D Windows D Wrecking -Demolition D Other (Please specify) NON -COLLUSION AFFIDAVIT OF PRIME BIDDER State of Iowa ) )ss County of Winneshiek Charles Covell , being first duly sworn, deposes and says that: 1 He is (Owner, Partner, Officer, Representative, or Agent) , of Reilly Construction Co., Inc. , the Bidder that has submitted the attached Bid; 2. He is fully -informed respecting the preparation and contents of the attached Bid and of all pertinent circumstances respecting such Bid; 3. Such Bid is genuine and is not a collusive or sham Bid: 4. Neither the said Bidder nor any of its officers, partners, owners, agents, representatives, employees, or parties in interest, including this affiant, has in any way colluded, conspired, connived or agreed, directly or indirectly, with any other Bidder, firm or person to submit a collusive or sham Bid in connection with the Contract for which the attached Bid has been submitted or to refrain from bidding in connection with such Contract, or has in any manner, directly or indirectly, sought by agreement or collusion or communication or conference with any other Bidder, firm or person to fix the price or prices in the attached Bid or of any other Bidder, or, to fix any overhead, profit or cost element of the bid price or the bid price of any other Bidder, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against the City of Waterloo, Iowa, or any person interested in the Proposed Contract; and 5. The price or prices quoted in the attached Bid are fair and proper and are not tainted by any collusion, conspiracy, connivance or unlawful agreement on the part of the Bidder or any of its agents, representatives, owners, employees, or parties in interest, including this affiant (Signed) Corporate Secretary Title Subscribed and sworn to before me this 6th day of March , 20 Notary Public Title Mycommission expires -�6-- 20�6 p P'SF RYAN BUSTA a sJ r Cor emission Number 850195 ,.- My Commission Expires °`"' August 16, 2026 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. 8. We, the undersigned, recognize that we are morally and legally committed to non-discrimination in employment. Any person who applies for employment with our company will not be discriminated against because of race, creed, color, sex, national origin, economic status, age, mental or physical disabilities. (Signed) Peq,--47 (Appropriate Official) Corporate Secretary (Title) 03/06/25 (Date) 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. Solicitatipns 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. s 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: GrYes ell/es aYes �'Ye s O No No O No 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). My company has an office to transact business in Iowa. My company's office in Iowa is suitable for more than receiving mail, telephone calls, and e-mail. My company has been conducting business in Iowa for at least 3 years prior to the first request for bids on this project. My company is not a subsidiary of another business entity or my company is a subsidiary of another business entity that would qualify as a resident bidder in Iowa. If you answered "Yes" for each question above, your company qualifies as a resident bidder. Please complete Parts B and D of this form. If you answered "No" to one or more questions above, your company is a nonresident bidder. Please complete Parts C and D of this form. 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: 04 / 01 / 1989 to 03 / 06 / 2025 Address 110 E Main Street City, State, Zip: Ossian, IA 52161 Dates: / / to / / Address: City, State, Zip. Dates: / / to / / Address: You may attach additional sheet(s) if needed. City, State, Zip: To be completed by non-resident bidders Part C 1. Name of home state or foreign country reported to the Iowa Secretary of State: 2. Does your company's home state or foreign country offer preferences to resident bidders, resident labor force preferences or any other type of preference to bidders or laborers? O Yes O No 3. If you answered "Yes" to question 2, identify each preference offered by your company's home state or foreign country and the appropriate legal citation. You may attach additional sheet(s) if needed. To be completed by all bidders Part D I certify that the statements made on this document are true and complete to the best of my knowledge and I know that my failure to provide accurate and truthful information may be a reason to reject my bid. Firm Name: Reilly Construction Co:, Inc. Signature: Date: March 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. �CONo Oes O esGio Yes O Yes Yes O Yes01\lo 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. Q Yes Q'flo 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. JYes �No My business is a limited partnership or a limited liability limited partnership whose certificate of limited partnership is filed in a state other than Iowa, the limited partnership or limited liability limited partnership has received notification from the Iowa secretary of state that the application for certificate of authority has been approved and no notice of cancellation has been filed by the Iijnited partnership or the limited liability limited partnership. O Yes No My business is a limited liability company whose certificate of organization is filed in Iowa and has not filed a statement of termination. O Yes No My business is a limited liability company whose certificate of organization is filed in a state other Ulan 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) Tanner Kuennen From: Sent: To: Subject: Attachments: Bernardo Reyes <bernardo@reyesconstruct.com> Wednesday, March 5, 2025 5:36 PM Tanner Kuennen Re: City of Waterloo - San Marnan Drive Cont 1116 - Reyes EW San Marnan Drive.pdf Yes, we do. On Tue, Mar 4, 2025 at 2:48 PM Tanner Kuennen <TKuennen@reilly-construction.com> wrote: Hello Gerardo, Are you bidding any of the concrete work on this project? Thank you. Tanner Kuennen Project Manager / Estimator Reilly Construction Co., Inc. 110 E Main Street Ossian, Iowa Office: 563-532-9211 Cell: 563-419-5203 eyg C comcreitc "t�-l�/V SD 1_-6-�iV --7- bA% 1 �r DATE: 3/5/2025 TEDT NURSFRY, LTD. 27/1-19 E B REMER AVENUL- WAVEPLY, IOWA bOU / 7 PHONE (319) 352-0418 FAX (319) 352-(Y-1-OO PROJECT: F.Y. 2025 E./W. San Marnan Dr. Reconstruction Waterloo, IA ITEM NO. 100% Will Apply To DBE/TSB Goal QTY DESCRIPTION UNIT UNIT PRICE TOTAL 45 37,350.0 Hydraulic Seeding, Fertilizing and SY Mulching - Type 1 46 3,370.0 Silt Fence or Silt Fence Ditch Check, LF Installation 47 500.0 Silt Fence or Silt Fence Ditch Check, LF Removal of Sediment 48 3,370.0 Silt Fence or Silt Fence Ditch Check, LF Removal of Device 49 33,954.0 Erosion Control Mulching, SY Hydromulching 50 10.0 Inlet Protection Device, Installation, EA Drop In 51 9.0 Inlet Protection Device, Installation, EA Surface - Applied 52 19.0 Inlet Protection Device, Maintenance EA Total Notes * Line Items Include One Mobilization Each. Additional Mobilizations Will Be Charged Out At $300.00 Each. $0.62 $23,157.00 $1.50 $5,055.00 $0.10 $50.00 $0.10 $337.00 $0.26 $8,828.04 $145.00 $1,450.00 $75.00 $675.00 $25.00 $475.00 $40,027.04 Page 1 of 1 w pis 0 ap ca U� . •� -0• ro w n roo CD rn 0 cu tr w aa' rn a c •. T3 no rn. cD I U) m71 a n w• o atoms w 0 o a cip cr O C Q �• n s? -3 ea a Q :opt IEuoMPPY aLON :e3isge Certification Type: WBE Ethnicity: Caucasian ON :3903V ON :pe p.ie3 V8 V9S sa) :peg1p93 9sl 766Lit LI1.O :peggiao am] City, State, Zip: Waverly, IA 50677 rn r• 0 a. 0 fir►• CO w N tO 6 6 C :ssa ippy aTtuaAV J9Wa.WU aueim :JauMo 0 3 a 0 gat co _s to Firm Name: Tiedt Nursery, Ltd_ 113 7 co CJ'1 0 CO ^N t r cn 0 0 z c f70 V J m r Q Tanner Kuennen From: Sent: To: Subject: Attachments: Scott Tiedt <scott.tiedt@gmail.com> Wednesday, March 5, 2025 9:29 PM Scott Tiedt San Marnan Drive Reconstruction Waterloo San Marnan Drive Bid.pdf Attached is our quote for the San Marnan Drive Reconstruction project. Let me know if you need anything additional. Thank You, Scott Tiedt Scott Tiedt Tiedt Nursery 2419 E Bremer Ave Waverly, IA 50677 scott.tiedt@gmail.com Phone 319-352-0418 Fax: 319-352-0400 Cell: 319-240-3027 Tanner Kuennen From: Sent: To: Subject: No im not Allison Baugher <allison@servicesigning.com> Wednesday, March 5, 2025 10:26 AM Tanner Kuennen Re: San Marnan Drive Project Sent from my U.S.Cellular© Smartphone Get Outlook for Android From: Tanner Kuennen <TKuennen@Reilly-Construction.com> Sent: Tuesday, March 4, 2025 2:47:23 PM To Allison Baugher <allison@servicesigning.com> Subject: San Marnan Drive Project You don't often get email from tkuennen@reilly-construction.com. Learn why this is important Hi Allison, Are you quoting the traffic control on this project? Thank you. Tanner Kuennen Project Manager / Estimator Reilly Construction Co., Inc. 110 E Main Street Ossian, Iowa Office: 563-532-9211 Cell: 563-419-5203 5 PR VT66. 5 6/1a- ,A) SonZzi-,4 1;7_0 k) 1 Tanner Kuennen From: Sent: To: Cc: Subject: Tanner, Spenser Zegers <spenser@rammsconstruction.com> Wednesday, March 5, 2025 4:21 PM Tanner Kuennen Miguel Chavarria; Cristian Chavarria RE: City of Waterloo - San Marnan Drive We are not pricing this, but thanks for reaching out. 7n I 1r-LrTflY I I r Spenser Zegers Project Manager/Estimator 1120 2nd St N E Bondurant, IA 50035 CeII: (515)-468-3187 www.rammsconstruction.com From: Tanner Kuennen <TKuennen@Reilly-Construction.com> Sent: Wednesday, March 5, 2025 1:32 PM To: Spenser Zegers <spenser@rammsconstruction.com> Subject: City of Waterloo - San Marnan Drive Hey Spenser, Saw you on the planholder's list. Are you guys quoting this one? Thank you. Tanner Kuennen Project Manager / Estimator Reilly Construction Co., Inc. 110 E Main Street Ossian, Iowa Office: 563-532-9211 CeII: 563-419-5203 %//7 (gA151---a/C7:T6A) gasi-C77/wii r j co C\l co 0 _ Q. 0 0 0 0 tLI M/ J w N Firm Name: RAf •IIVIS Construction LLC .Addt'I Phone: 641-691-6584 CZ 7 03 Owner: PiAgue • Ib Address: 1120 2nd St. N.E. MIN E ILI 0 L-a City, State, Zip: Bondurant; iA 5&035 Date Certified: 0215/21010 TSB Certified: Yes c a .15 Certification Type: MBE Website: ':J\Aw. rarnrsconstP uctiof,! _ co nal 0 0) M 0 CY) <3� .n Cr) N.- tear 0 U Z BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, Reilly Construction Co., Inc. as Principal, and bound unto the Employers Mutual Casualty Company , as Surety, are held and firmly 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 28th day of February , A.D. 20 25 Wi W' ess BID BOND Jamie Gifford (Seal) Reilly Construction Co., Inc. Principal 1 2 By (Seal) Employers Mutual Casualty Company Surety (Title) t\i141t1,1it cc • Q q � G CILSN . SEAL • 111111tttt,. eme P.O. Box 712 • Des Moines, Iowa 50306-0712 POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN -FACT KNOW ALL MEN BY THESE PRESENTS, that: 1. Employers Mutual Casualty Company, an Iowa Corporation 2. EMCASCO Insurance Company, an Iowa Corporation 3. Union Insurance Company of Providence, an Iowa Corporation INSURANCE 4. Illinois EMCASCO Insurance Company, an Iowa Corporation 5. Dakota Fire Insurance Company, a North Dakota Corporation 6. EMC Property & Casualty Company, an Iowa Corporation hereinafter referred to severally as "Company" and collectively as "Companies'', each does, by these presents, make, constitute and appoint: CRAIG E. HANSEN, BRIAN M. DEIMERLY, JAY D. FREIERMUTH, TIM MCCULLOH, ANNE CROWNER, DIONE R. YOUNG, Seth D. Rooker, Jennifer Marino, Ben Williams, Sara Huston, Kate Zanders, John Cord, Joe Tiernan, Jamie Gifford, Grace Dickinson its true and lawful attorney -in -fact, with full power and authority conferred to sign, seal, and execute the Surety Bond: In an amount not exceeding Ten Million Dollars $10,0001000.00 and to bind each Company thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of each such Company, and all of the acts of said attorney pursuant to the authority hereby given are hereby ratified and confirmed. The authority hereby granted shall expire October 1 Oth , 2025 , unless sooner revoked. AUTHORITY FOR POWER OF ATTORNEY This Power -of -Attorney is made and executed pursuant to and by the authority of the following resolution of the Boards of Directors of each of the Companies at the first regularly scheduled meeting of each company duly called and held in 1999: RESOLVED: The President and Chief Executive Officer, any Vice President, the Treasurer and the Secretary of Employers Mutual Casualty Company shall have power and authority to (1) appoint attorneys -in -fact and authorize them to execute on behalf of each Company and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof; and (2) to remove any such attorney -in -fact at any time and revoke the power and authority given to him or her. Attorneys -in -fact shall have power and authority, subject to the terms and limitations of the power-of-attomey issued to them, to execute and deliver on behalf of the Company, and to attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof, and any such instrument executed by any such attorney -in -fact shall be fully and in all respects binding upon the Company Certification as to the validity of any power-of-attomey authorized herein made by an officer of Employers Mutual Casualty Company shall be fully and in all respects binding upon this Company. The facsimile or mechanically reproduced signature of such officer, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power-of-attomey of the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN WITNESS THEREOF, the Companies have caused these presents to be sig -d for each by their officers as shown, and the Corporate seals to be hereto affixed this 22nd day Of September , 2022 . ••0\�,,a,,,,FC ; S. 4) e0/49O R4j�,% -2- SEAL 'z -• • ttttttttttt a,,,a,,,,,,, ,atttttttt ` C0 \1 Aq,, it, 4aZ � 2C'O 4)f ' 4� tttt- y- 1663�:o; IOWA • oS ,,,,,, „r,,,�, ••& c„ '. • O .• ,,OP R4)•-, i Qttvoa''' `rG -¢� - - ? A : 4 a. 1953 =K- '''t,,,,ataa 'tI,,,,,at`` ` ``rUSUALC'. Q p SEAL Y ;SEAL 440t,,,,ta` Iio,htts•`da• .; '; ti''f,,,a``ay. ..-• I1 DAY,,. tttttttt •,"• PPORq'�G '- tttttttttt tj KATHY LOVERIDGE t Commissloe Number 760769 • • My yftinos 0cm202S t R. Jean f Company 1; & CEO of Com ident & CEO irman, President vies 2, 3141 5 & 6 Todd Strother,Executive Vice President Chief Legal Officer & Secretary of Companies 1,2,3,4,5&6 On this 22nd day of September 2022 before me a Notary Public in and for the State of Iowa, personally appeared Scott R. Jean and Todd Strother, who, being by me duly swom, did say that they are, and are known to me to be the CEO, Chairman, President, Executive Vice President, Chief Legal Officer and/or Secretary, respectively, of each of the Companies above; that the seals affixed to this instrument are the seals of said corporations; that said instrument was signed and sealed on behalf of each of the Companies by authority of their respective Boards of Directors; and that the said Scott R. Jean and Todd Strother, as such officers, acknowledged the execution of said instrument to be their voluntary act and deed, and the voluntary act and deed of each of the Companies. My Commission Expires October 10, 2025. Notary Publ r in and for the State •, Iowa CERTIFICATE I, Ryan J. Springer, Vice President of the Companies, do hereby certify that the foregoing resolution of the Boards of Directors by each of the Companies, and this Power of Attorney issued pursuant thereto on 22nd day of September , 2022 , are true and correct and are still in full force and effect In Testimony Whereof I have subscribed my name and affixed the facsimile seal of each Company this 28th day of February , 2025 . Vice President 7838 (9-22) 0000000-NA A1452 000 SSE 000000 "For verification of the authenticity of the Power of Attorney you may call (515) 345-7548."