HomeMy WebLinkAboutIowa Civil Contracting, Inc.Bid of:
Iowa Civil Contracting, Inc.
1106 3rd St.
Victor, IA52347
PROPOSAL FOR:
F.Y.2025 E./W San Marnan Drive
Reconstruction Project
Contract No. 1116
1
City Clerk
City of Waterloo
715 Mulberry St.
Waterloo, IA 50703
Iowa Civil Contracting, Inc.
1106 3rd Street
Victor, IA 52347
BID SECURITY FOR:
FY.2025 E./W. San Marnan Drive
Reconstruction Poject
Contract No. 1 i 16
FORM OF BID OR PROPOSAL
F.Y. 2025 E./W. SAN MARNAN DRIVE RECONSTRUCTION PROJECT
CONTRACT NO. 1116
CITY OF WATERLOO, IOWA
Honorable Mayor and City Council
Waterloo, Iowa
Gentlemen:
1. The undersigned, being a Corporation existing under the laws of the State of .1-eva_
a Pgstnership co sisting of the following partners:
(1--0N(Va L- t V t CQn-trcCtLftC( , lTv \C . , having familiarized (himself) (themselves)
(itself) with the existing conditions on the$roject area affecting the cost of the work, and with all the
contract documents listed in the Table of Contents and Addenda (if any), as prepared by the City Engineer
of the City of Waterloo now on file in the office of the City Clerk, City Hall, Waterloo, Iowa, hereby proposes
to furnish all supervision, technical personnel, labor, materials, machinery, tools, appurtenances,
equipment, and services, including utility and transportation services required to construct and complete
this F.Y. 2025 E./W. SAN MARNAN DRIVE RECONSTRUCTION PROJECT, Contract No. 1116, all in
accordance with the above -listed documents and for the unit prices for work in place for the following
items and quantities:
FY 2025
E. / W. SAN
MARNAN
DR
RECONSTRUCTION
PROJECT
CONTRACT
NO.1116
DIVISION
I
-
ROADWAY
CONSTRUCTION
ITEM
BID
SUDAS
SPECIFICATION
*
SUPPLEMENTAL
SEE
DESCRIPTION
UNIT
MARNAN
DR
SAN
QTY
UNIT
BID
PRICE
TOTAL
BID
PRICE
DIVISION
2
-
EARTHWORK
1
2010-108-D-1
*
TOPSOIL,
4
INCHES,
ON
SITE
SY
25,410.0
$
1
4
0
5
$ oRU
i 10c30
‘ 5D
2010-108-D-3
*
TOPSOIL,
4
INCHES,
OFF
SITE
SY
8,544.0
$
32 , l9B
qa
$
$
31,,q9
L
' i _ (�
( l
LI
I,
3
2010-108-E
*
EXCAVATION,
ROADWAY
AND
CLASS
BORROW
10,
CY
585.0
$
(��
V •
4
SEE
EST.
REF.
EXCAVATION,
WASTE
CLASS
10,
CY
14,473.0
$ t
`0
8
$
I -1-Li
II(v
,f��;2 ,
V
5
2010-108-F
*
EXCAVATION,
BELOW
GRADE
CLASS
10,
CY
2,258.0
$ i�,,
l��
$
a. i
�'�Q
,
()
LI
6
2010-108-G
*
SUBGRADE
PREPARATION
SY
61,740.0
$
D
•, Rs
$
5 r
53 , vo
7
2010-108-J
*
SUBBASE,
MODIFIED,
12
INCH
SY
61,740.0
$ 1- ; 61
$
431
-9
C-I
50,
(93,
(90
00
8
IADOT
2121
GRANULAR
B,
4
INCH
DEPTH
SHOULDER,
TYPE
SY
14,959.0
r 9.
B
$
8�
1
$ J %
DIV.
I - SUBTOTAL
EARTHWORK
=
ot
, 58z-
$
BL
I
q
q
DIVISION
DRAINS
4 - SEWERS
AND
STORM
SEWERS
FORM OF BID
CONRACT NO. 1116
Page 1 of 6
9
4020-108-A
STORM
RCP
2000D,
SEWER,
24
INCH
TRENCHED,
LF
8.0
$ (9
U
8 4
S
$ c2f
3
1
d
60
10
4020-108-A
STORM
RCP
2000D,
SEWER,
18
INCH
TRENCHED,
LF
24.0
$ auc.
5b
►
$ �Q
,300,
Op
11
4020-108-A
STORM
RCP
2000D,
SEWER,
15
INCH
TRENCHED,
LF
4.0
$ oG
""
a
S
b
$ 1
1 Ds
0
OO
`
12
4020-108-D
REMOVAL
RCP,
36
INCH
LESS
OF
THAN
STORM
OR
EQUAL
SEWER,
TO
LF
132.7
$
31
j
t
b
$ qi1B
l
,vS
43 `
13
4020-108-D
REMOVAL
SUBDRAIN
OF
STORM
SEWER,
LF
2,188.0
$
i
$
l
1
0
`
�%
U
14
4020-108-G
STORM
ABANDONMENT,
RCP,
SEWER
18
INCH
FILL
AND
LF
550.0
$
3)i
S b
I
$ `
-i(
3
Ov
as.PLUG,
15
4020-108-G
STORM
ABANDONMENT,
PLUG,
RCP,
SEWER
15
INCH
FILL
AND
LF
48.0
$
21
3
co
! '
(3%I
o�J
$
SUBDRAINS
16
4040-108-A
*
SUBDRAIN,
TYPE
SP,
6
INCH
LF
14,345.0
$
1
oZ
% h 0
$ 18
D1
u R
. ocs
17
4040
108
D *
SUBDRAIN
STRUCTURE,
OUTLET
6
INCH
TO
EACH
12.0
$ ;
I
„
S
$ 2
1 1
S
0
o p
18
4040-108-D
*
SUBDRAIN
6
INCH
OUTLET
TO
DITCH,
EACH
78
0
$
315,
O
00
$ °LI
S-t
0'
DIV.
I
-
SUBTOTAL
SEWERS
AND
DRAINS
- STORM
=
$
333 ,
was
DIVISION
FOR
SEWERS
SANITARY
6
-
AND
STRUCTURES
STORM
19
6010-108-B
*
INTAKE,
SW-505
EACH
1.0
$
6,
0 25
, 6 °
$ 81
gas
:
OU
20
6010-108-B
*
INTAKE,
SW-507
EACH
3.0
$
1,
3S0.
00
$ o&a ,
os
o,
oc
21
6010
108E
*
MANHOLE
MINOR,
SW-401,
ADJUSTMENT,
48"
EACH
4.0
$ 3 '
SD
` 0 a
$
787,
5 b
22
6010-108-E
*MINOR,
MANHOLE
SW-402,
ADJUSTMENT,
60"x60"
EACH
1.0
$`
1
Su
,$
it3
(3
3-O
,
23
6010-108-F
*
INTAKE
SW-506
ADJUSTMENT,
MAJOR,
EACH
2.0
$
(Qi
Sd-3‘
r�
DO
$ L J j
��li
p D
24
6010-108-G
CONNECTION
MANHOLE
SUBDRAIN
OR
TO
INTAKE,
EXISTING
EACH
8.0
$
�to
91
1
�
SO
)
! $
$
ILL
D1Sb
2
33g
0
`
SO
1
25
6010
108
H
*
REMOVE
END
SECTIONS,
INTAKE
STORM
AND
FLARED
EACH
26.0
aS
$
S5
l (
DIV.
I
- SUBTOTAL
STRUCTURES
FOR
SANITARY
AND
STORM
SEWERS
=
$
1
3,
Q
Q.b
, 00
DIVISION
AND
RELATED
7
-
STREETS
WORK
PCC
PAVEMENT
26
7010-108-A;
302*
PAVEMENT,
SUDORC-4,CL3AGG
PCC,
9
INCH,
C-
SY
53 250.0
$
19-6,S
$WO)989-�°
'
27
701
0
1
0
8
E
CURB
WIDE,
&
9-INCH
GUTTER,
DEPTH,
24-INCH
PCC,
C 4
LF
715.0
$
��
�
0
?�
$ 0°c
j 193a '
28
7010
108
G
CONCRETE
DEPTH,
PCC,
MEDIAN,
C-4
6-INCH
SY
48.1
$
U
1 i 3�
$ 3
333 33
FORM OF BID
CONRACT NO. 1116
Page 2 of 6
29
7010-108-I;
*
302
PCC
TESTING
PAVEMENT
SAMPLES
AND
LS
1.0
$ 1 l i ()ba
b�
$
1 k i
000,
tho
SIDEWALKS,
PATHS,
AND
SHARED
DRIVEWAYS
USE
30
7030-108-E
*
PCC
SIDEWALK,
6-INCH,
C-4
SY
18.8
$ (5:1-
,
(-95
$ (
Q
oo
1 t vc
31
7030-108-G
*
DETECTABLE
WARNINGS
SF
40.0
I
5b
0 b
$ q-
t
$ a
1 Rao
PAVEMENT
REHABILITATION
32
7040-108-H
*
PAVEMENT
REMOVAL
SY
52,218.0
$ a
, 1 u
$ (
bet(
LDS-3-
( 8o
33
7040-108-1
CURB
&
GUTTER
REMOVAL
LF
50.0
$ 2
La
t QS
$ I
1 31
'a
, S b
DIV.
I
-
SUBTOTAL
STREETS
AND
RELATED
WORK
=
$
313
U2 S .
3s5
, 'S
DIVISION
CONTROL
8
-
TRAFFIC
TRAFFIC
SIGNALS
34
SEE
EST.
REF.
TRAFFIC
LOOPS
LS
1.00
$ (.(
6d0
`°°
$
UM
i
OOO
`ov
PAVEMENT
MARKINGS
35
8020
108
B
PAINTED
MARKINGS,
PAVEMENT
WATERBORNE
STA
280.86
W
$
b
U
t
$
(�
t
i S3
(Q
J
36
8020-108-F
WET,
REMOVABLE
RETROFLECTIVE
TAPE
MARKINGS
STA
49.40
$ 14;
0
$
I Cth
c0
-t,
37
8020-108-G
PAINTED
LEGENDS,
SYMBOLS
TEMPORARY
AND
EACH
27.00
$ l (
0
4 �b
$ 0I
RJb
v OD
38
8020-108-H
*
PRECUT
LEGENDS
S
YM
BOLS
AND
EACH
47.00
$ 5�
b
$ o�
)(loc.
5 0
39
8020-108-K
PAVEMENT
REMOVED
MARKINGS
STA
37.04
$
0 0$
H,4BIi
t $ y
40
8020
108
L
SYMBOLS
REMOVED
AND
LEGENDS
EACH
20.00
O
$ I
371
-
$ 02
I ----150,
00
TEMPORARY
CONTROL
TRAFFIC
41
8030
108-A
*
TEMPORARY
CONTROL
TRAFFIC
LS
1
0
$ JOIgSO.
0�
$ a,C2.
iq�b
U
0
42
8030-108-A
*
PORTABLE
MESSAGE
SIGNS
DYNAMIC
EACH
/
DAY
56.0
$ I
I
I
r,
O
`
$ 1
U1
�
V
r`
p U
43
8030-2.02
DIRECTIONAL
DETAILS
SIGNS,
PER
EACH
104.0
$
(I
`A
Y
O
$ [
I
1
„�2op
t
44
IADOT
2518010
2528-
SAFTEY
CLOSURE
EACH
21.0
$ 131
SO
1
$
1
BPI
SO
DIV.
I -
SUBTOTAL
PAVEMENT
MARKINGS
AND
TRAFFIC
CONTROL
=
$
I 1 Si
B
i
O
4
SO
DIVISION
AND
LANDSCAPING
9
-
SITE
WORK
SEEDING
45
9010-108-B
*
HYDRAULIC
FERTILIZING
TYPE
1
SEEDING,
AND
MULCHING
-
SY
37,350.0
$
0 % t4
8
$ 0�
3a
8 v0
EROSION
CONTROL
AND
SEDIMENT
46
9040-108-N-1
SILT
DITCH
FENCE
CHECK,
OR
INSTALLATION
SILT
FENCE
LF
3,370.0
-
$ I t
`�
$ I q
J I '
U
FORM OF BID
CONRACT NO. 1116
Page 3 of 6
47
9040-108-N-2
*
SILT
DITCH
SEDIMENT
FENCE
CHECK,
OR
SILT
REMOVAL
FENCE
OF
LF
500.0
$
�
`
<
`
$ 5�
< 0 a
48
9040-108-N-3
SILT
DITCH
FENCE
CHECK,
OR
SILT
REMOVAL
FENCE
OF
LF
3,370.0
$
0 t
061
$ 3b3
0DEVICE
,
49
9040-108-Q-2
*
EROSION
MULCHING,
HYDROMULCHING
CONTROL
SY
33,954.0
o
$
0La
$ 9
i J)1
c
50
9040-108-T-1
*
INLET
INSTALLATION,
PROTECTION
DROP
DEVICE,
-IN
EACH
10.0
((II
6°
O
o
$
i c�`�i
fr
$ I
1'L1
51
9040-108-T-1
*
INLET
INSTALLATION,
APPLIED
PROTECTION
SURFACE-
DEVICE,
EACH
9.0
00
�S•
U �
$ 55
$
52
9040-108-T-2
*
INLET
MAINTENANCE
PROTECTION
DEVICE,
EACH
19.0
$ a a-
`
b v
(_ff
$
t I
p
V
0 0
DIV.
I
-
SUBTOTAL
SITE
WORK
AND
LANDSCAPING
=
LA 31
-1
4,
In 9-
$
1
DIVISION
MISCELLANEOUS
11
-
53
11010-108-A
CONSTRUCTION
SURVEY
LS
1.0
$ ��`
II2
13,
b00
0°
$
Li
2
31000
, "
54
11020
108
A
MOBILIZATION
LS
1.0
$ a
(S
SQO.
° °
$a
i 3,
S
ob
1
oO
55
11,050-108-A
CONCRETE
WASHOUT
LS
1.0
56
IADOT
2505
STEEL
CONSTRUCTION
REMOVAL
BEAM
GUARDRAIL
AND
LS
1.0
$ OD
iboO
uo
$ 3Q-k
b
b6
U
S
57
SEE
EST.
REF.
TEMPORARY
PCC
OR
6
INCH
PAVING,
HMA
6
INCH
SY
930.0
$ �j
,
c�-R
$ l
(°
DIV.
I
-
SUBTOTAL
MISCELLANEOUS
=
$
330)
(
`l
` ,
0
DIVISION
II
-
WATER
MAIN
DIVISION
2
-
EARTHWORK
58
2010-108-J
*
SUBBASE,
MODIFIED,
12
INCH
SY
22.9
$ (0
,
5
O
$ 2L1,
d
c
LE
S
DIV.
II
-
SUBTOTAL
EARTHWORK
=
$
`Lp
Li
S
,
DIVISION
AND
APPURTENANCES
5
-
WATER
MAIN
PIPES
AND
FITTINGS
59
5010
108-A
WATER
POLYWRAPPED,
MAIN,
TRENCHED,
DIP,
12"
LF
125.0
(('
I
S
3
1
$ `1
$
171
60
5010-108-C
FITTING,
SLEEVE,
12"
ROMAC
ALPHA
XL
EACH
2.0
$ .02
(bQ
v J
$
Lk
1 3-0
0
0
61
5010-108-C
FITTING,
8"x12"x12"
MJ
LOCKING
TEE,
EACH
1.0
$
I 1gLf
I
3 SO
$ \ (,ILlol
i
t5
O
62
5010-108-C
FITTING,
90°
MJ
BEND,
12"
EACH
1.0
$ I
1 --SS.
e o
$ 1 1
85
00
,
63
5010-108-C
FITTING,
RESTRAINED
SLEEVE,
EACH
1.0
$ 3 LIS
I
10 d
$
l
I J lS/
J 1
„S
I 0
VALVES,
AND
APPURTENANCES
FIRE
HYDRANTS,
64
5020-108-A
VALVE,
MJ
GATE,
12"EACH
1.0
$ 5 a
I
S
`�o
j�,
$ SIoIS'0
00
i
65
5020-108-A
VALVE,
MJ
GATE,
8"
EACH
1.0
$ 3, IS
04 ° b
$ 3 ((5-0
i. °
DIV.
II - SUBTOTAL
WATER
MAINS
AND
APPURTENANCES
=
$ 'SOS , L((1 % a
S
FORM OF BID
CONRACT NO. 1116
Page 4 of 6
DIVISION
AND
RELATED
7
- STREETS
WORK
PCC
PAVEMENT
66
7010-108-A
PAVEMENT,
SU
D
OR
C-4,
PCC,
CL
9
3 AGG
INCH,
C-
SY
16.8
$ 10B
, �
O
$ 1
1
(OM
00
SIDEWALKS,
PATHS,
AND
SHARED
DRIVEWAYS
USE
67
7030-108-E
PCC
SIDEWALK,
6-INCH,
C-4
SY
8.5
$ t
, Sb
$ `Q
01
o v S
68
7030-108-G
DETECTABLE
WARNINGS
SF
10.0
$ �. ` Sb
$ -T l 5
PAVEMENT
REHABILITATION
69
7040-108-H
*
PAVEMENT
REMOVAL
SY
25.3
$ /
b, S6
$ DOS,
ci25
DIV.
II
- SUBTOTAL
STREETS
AND
RELATED
WORK
=
$ 3
a
l9
6)' k
O
DIV.
I
-
TOTAL
=
5�
$ 1
nu
Li
DIV.
II -
TOTAL
=
S�
Q
MO
D
$
1
i
U�
1 (01-8
TOTAL
BID
-
DIV.
I
+
DIV.
II
= $
j
J
�
2. It is understood that the quantities set forth are approximate only and subject to variation and that the
unit bid price for the work done shall govern in the actual payment to Contractor.
3. In submitting this bid, the bidder understands that the right is reserved by the City of Waterloo, Iowa, to
reject any or all bids. If written notice of the acceptance of this bid is mailed, telegraphed, or delivered to
the undersigned within thirty (30) days after the opening thereof, or at any time thereafter
before this bid is withdrawn, the undersigned agrees to execute and deliver an agreement in the prescribed
form and furnish the required bond and certificate of the insurance within ten (10) days after the
agreement is presented to him for signature, and start work within ten (10) days after' Notice to Proceed"
is issued.
4. Security in the sum of -"I0_ PQ f"C9r(1-1- �TM] boC Dollars ($ V710
in the form of bi d 3o is submitted herewith in accordance with
the INSTRUCTIONS TO BIDDERS.
5 Attached hereto is a Non Collusion Affidavit of Prime Contractor,
6 Attached hereto is a Bidder Status Form.
7 The bidder is prepared to submit a financial and experience statement upon request.
8. The Prime Contractor and Subcontractor(s), which have performed an aggregate of $10,000.00 in work
for the City in the current calendar year, are prepared to submit an AAP or Update and an EOC, within ten
(10) days of notification that the bid submitted is lowest and acceptable.
9. The bidder has received the following Addendum or Addenda:
Addendum No. 1 Date Q1JLI)5
FORM OF BID CONRACT NO. 1116 Page 5 of 6
10. The bidder shall list the MBE/WBE subcontractor(s), amount of subcontracts and bid items on the City of
Waterloo Minority and/or Women Business Pre -bid Contact Information Form submitted with this Form
of Bid or Proposal. The apparent low Bidder shall submit a list of all other Subcontractor(s) to be used
on this Project to the City of Waterloo by 5:00 p.m. the business day following the day Bids on this Project
are due along with the Non -Collusion Affidavits of All Subcontractor(s).
The Contractor shall submit information on subcontractors on "SUBCONTRACTOR REQUEST AND
APPROVAL" Form to be provided by City prior to approval of contract.
The subcontractors listed on this proposal and/or submitted to the Contract Compliance Officer cannot
be changed except for the following reasons:
1) The City of Waterloo does not approve the subcontractors.
2) The subcontractors submit in writing that they cannot fulfill their subcontracts.
11. The bidder has filled in all blanks on this proposal. Those blanks not applicable are marked "none" or
"NA".
12. The bidder has attached all applicable forms.
13. The Owner reserves the right to select alternates, delete line items, and/or to reduce quantities prior to
the award of a contract due to budgetary limitations.
EV0 6nadifig 4_Th C
(Name of Bidder) 6nathy
3I (s_ I ao as
(Date)
BY: Title ?rLS\ difl+
Official Address: (Including Zip Code):
i/OLO Zrd 8t,
teSitr- DA 523y1-
Q.R.S. No. Ha; oq 199L-1
FORM OF BID
CONRACT NO. 1116 Page 6 of 6
NON -COLLUSION AFFIDAVIT OF PRIME BIDDER
State of J43v\J 0.
County of POVIO6hnr,a,vit 0/10.014,--
)ss
, being first duly sworn, deposes and says that:
1 He is (Owner, Partner, Officer, Representative, or Agent) , of 4-0/00k C(Sri-h Gil
f-Ar, , the Bidder that has submitted the attached Bid;
2. He is fully -informed respecting the preparation and contents of the attached Bid and of all pertinent
circumstances respecting such Bid;
3. Such Bid is genuine and is not a collusive or sham Bid:
4. Neither the said Bidder nor any of its officers, partners, owners, agents, representatives, employees, or
parties in interest, including this affiant, has in any way colluded, conspired, connived or agreed, directly or
indirectly, with any other Bidder, firm or person to submit a collusive or sham Bid in connection with the
Contract for which the attached Bid has been submitted or to refrain from bidding in connection with such
Contract, or has in any manner, directly or indirectly sought by agreement or collusion or communication or
conference with any other Bidder, firm or person to fix the price or prices in the attached Bid or of any other
Bidder, or, to fix any overhead, profit or cost element of the bid price or the bid price of any other Bidder, or
to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against the
City of Waterloo, Iowa, or any person interested in the Proposed Contract; and
5. The price or prices quoted in the attached Bid are fair and proper and are not tainted by any collusion,
conspiracy, connivance or unlawful agreement on the part of the Bidder or any of its agents, representatives,
owners, employees, or parties in interest, including this affiant.
(Signed)
ad autLiS,
c�- 9\-
Subscribed and sworn to before me this
(ef 12-
Title
day of 74-4---(z( , 20 2.
V l GL PYQS I GLQ,n-F
Title
My commission expires / ) 3 - 1-`)
•
PATRICK D MCLEOD
Commission Number 809440
My Commission Expires
March 13, 2027
MBE/WBE BUSINESS ENTERPRISE
PRE -BID CONTACT INFORMATION FORM
Prime Contractor Na e: J-C
Project: r, (1s 909,-5 Ran n 4.n
Letting Date:
NO MBE/WBE SUBCONTRACTORS: If you are NOT using any MBE/WBE subcontractors to complete this project,
sign below. Attach a brief explanation as to why subcontracting was not feasible with this project. If any MBE/WBE
subcontractors will be used, please use the bottom portion of this form.
Contractor Signature:
Title:
Date:
SUBCONTRACTORS APPLICABLE: You are required, in order for your bid to be considered responsive, to provide
the information on this form showing ALL of your MBE/WBE subcontractor contacts made for your bid submission.
This information is subject to verification. Any questions may be directed to Contract Compliance Office 319-291-
4429.
You are required, in order for your bid to be considered responsive, to provide the information on this Form showing
your MBE/WBE Business Enterprise contacts made prior to your bid submission. This information is subject to
verifications and confirmation.
If you are unable to identify MBE/WBE firms to perform portions of the work, please contact Rudy Jones, Contract
Compliance Officer, for assistance at (319) 291-4429.
In the event it is determined that the MBE/WBE Business Enterprise goals are not met, then before awarding the
contract the City of Waterloo will make a determination as to whether or not the apparent successful low bidder made
good faith efforts to meet the goals.
TABLE OF INFORMATION SHOWING BIDDER'S PRE -BID
MBE/WBE BUSINESS ENTERPRISE CONTACTS
Quotes
Received
Quotation
used
in
bid
Subcontractors
MBE/WBE
Contacted
Dates
Yes/No
Contacted
Dates
Yes/No
Dollar
Amount
be
Subcontracted
Proposed
to
C—Ridi
\
5
31S Jos
CLS
1,
q
81
, 0d
CS3)50-S
CthettivUQ4
j r\ LL-C-
(Form CCO-4) Rev. 06-20-02
Bidder Status Form
To be completed by all bidders Part A
Please answer "Yes" or "No" for each of the following:
Yes ®No My company is authorized to transact business in Iowa.
(To help you determine if your company is authorized, please review the worksheet on the next page).
Yes 0 No My company has an office to transact business in Iowa.
2 Yes ( No My company's office in Iowa is suitable for more than receiving mail, telephone calls, and e-mail.
Yes No My company has been conducting business in Iowa for at least 3 years prior to the first request for
bids on this project.
My company is not a subsidiary of another business entity or my company is a subsidiary of another
business entity that would qualify as a resident bidder in Iowa.
If you answered "Yes" for each question above, your company qualifies as a resident bidder. Please
complete Parts B and D of this form.
If you answered "No" to one or more questions above, your company is a nonresident bidder. Please
complete Parts C and D of this form.
Yes ®No
To be completed by resident bidders Part B
My company has maintained offices in Iowa during the past 3 years at the following addresses`:,
Dates: 0 t / / Mg` to ti' Rid / Address: 1 � � U �1rd S-1
City, State, Zip: \Lj door 1 TA bg3C-11'
Dates: / / to / / Address:
City, State, Zip:
Dates: / / to / / Address.
You may attach additional sheet(s) if needed. City, State, Zip:
To be completed by non-resident bidders Part C
1. Name of home state or foreign country reported to the Iowa Secretary of State:
2. Does your company's home state or foreign country offer preferences to resident bidders, resident labor
force preferences or any other type of preference to bidders or laborers? Q Yes Q No
3. If you answered "Yes" to question 2, identify each preference offered by your company's home state or foreign country
and the appropriate legal citation.
You may attach additional sheet(s) if needed.
To be completed by all bidders Part D
I certify that the statements made on this document are true and complete to the best of my knowledge and I know that my
failure to provide accurate and truthful information may be a reason to reject my bid.
•
Firm Name: rftla LA t) l ICOAdetThefli(V3Jy/ C •
j
Signature: at, —Date: 3\(..jc2o2S
You must submit the completed form to the governmental body requesting bids per 875 Iowa Administrative Code
Chapter 156. This form has been approved by the Iowa Labor Commissioner.
309-6001 (09-15)
Worksheet: Authorization to Transact Business
This worksheet may be used to help complete Part A of the Resident Bidder Status form. If at least one of the following
describes your business, you are authorized to transact business in Iowa.
Yes ONo
Q Yes ®No
Q Yes ONo
Yes ONo
OYes( No
O Yes
O Yes
Q Yes�No
O Yes O No
Q ves(3No
Q Yes
My business is currently registered as a contractor with the Iowa Division of Labor.
My business is a sole proprietorship and I am an Iowa resident for Iowa income tax purposes.
My business is a general partnership or joint venture. More than 50 percent of the general
partners or joint venture parties are residents of Iowa for Iowa income tax purposes.
My business is an active corporation with the Iowa Secretary of State and has paid all fees
required by the Secretary of State, has filed its most recent biennial report, and has not filed
articles of dissolution.
My business is a corporation whose articles of incorporation are filed in a state other than Iowa,
the corporation has received a certificate of authority from the Iowa secretary of state, has filed
its most recent biennial report with the secretary of state, and has neither received a certificate of
withdrawal from the secretary of state nor had its authority revoked.
My business is a limited liability partnership which has filed a statement of qualification in this
state and the statement has not been canceled.
My business is a limited liability partnership which has filed a statement of qualification in a
state other than Iowa, has filed a statement of foreign qualification in Iowa and a statement of
cancellation has not been filed.
My business is a limited partnership or limited liability limited partnership which has filed a
certificate of limited partnership in this state, and has not filed a statement of termination.
My business is a limited partnership or a limited liability limited partnership whose certificate of
limited partnership is filed in a state other than Iowa, the limited partnership or limited liability
limited partnership has received notification from the Iowa secretary of state that the application
for certificate of authority has been approved and no notice of cancellation has been filed by the
limited partnership or the limited liability limited partnership.
My business is a limited liability company whose certificate of organization is filed in Iowa and has
not filed a statement of termination.
My business is a limited liability company whose certificate of organization is filed in a state other
than Iowa, has received a certificate of authority to transact business in Iowa and the certificate
has not been revoked or canceled.
309-6001 (09-15)
BID BOND
KNOW ALL MEN BY THESE PRESENTS, that we, Iowa Civil Contracting Inc.
as Principal, and Merchants Bonding Company (Mutual) , as Surety, are held and firmly
bound unto the
CITY OF WATERLOO , Iowa, hereinafter called "OWNER." In the penal sum
Five Percent of the Total Amount Bid Dollars ($ 5% ) lawful money of
the United States, for the payment of which sum will and truly be made, we bind ourselves, our heirs, executors,
administrators, and successors, jointly and severally, firmly by these presents. The condition of this obligation is
such that whereas the Principal has submitted the accompanying bid dated the 6th day of
March , 20 25 , for F.Y. 2025 E./W. San Marnan Drive Reconstruction Project, Contract No. 1116, Waterloo, IA
•
NOW, THEREFORE,
(a) If said Bid shall be rejected, or in the alternate,
(b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the form specified and
shall furnish a bond for his faithful performance of said contract, and for the payment of all persons performing
labor or furnishing materials in connection therewith, and shall in all other respects perform the agreement
created by the acceptance of said Bid,
Then this obligation shall be void, otherwise the same shall remain in force and effect; it being expressly
understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed
the penal amount of this obligation as herein stated.
By virtue of statutory authority, the full amount of this bid bond shall be forfeited to the Owner in liquidation of
damages sustained in the event that the Principal fails to execute the contract and provide the bond as provided
in the specifications or by law.
The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall
be in no way impaired or affected by any extension of the time within which the Owner may accept such Bid or
execute such contract; and said Surety does hereby waive notice of any such extension.
IN WITNESS WHEREOF, the Principal and the Surety, have hereunto set their hands and seals, and such of
them as are corporations, have caused their corporate seals to be hereto affixed and these presents to be s gned
by their proper officers this 28th day of February , A.D. 20 25
Iowa Civil Contracting Inc.
Principal
By
Merchants Bonding Company (Mutual)
Surety
tness 1' Jamie Gifford
BID BOND
rney-in-fact
lam`
(Seal)
•
(Seal) ,• o�a)�u•
<< ORPOkq 92`„
/
'0 •
•. 1933
•
•
Page 1 of 1
MERCI-IANi\S
BONDING COMPANYTU
POWER OF ATTORNEY
Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.,
both being corporations of the State of Iowa, d/b/a Merchants National Indemnity Company (in California only) (herein collectively called the
"Companies") do hereby make, constitute and appoint, individually,
Alissa Cahalan; Anne Crowner; Ashlea McCaughey; Austin Muehlschlegel; Ben Williams; Brian J Oestreich; Brian M Deimerly; Cameron M Burt;
Colby D White; Craig E Hansen; D Gregory Stitts; Dione R Young; Donald E Appleby; Douglas Muth; Ginger Hoke; Grace Dickinson; Grace
Rasmussen; Graydon Dotson; Greg Krier; Jamie Gifford; Jay D Freiermuth; Jennifer Marino; Jessie Allen; Joe Tiernan; John Cord; Joseph Cardinal;
Joshua R Loftis; Kate Zanders; Keeton Welch; Kristine M Becks; Mark R DeWitt; Mark Sweigart; Mary Ashley Allen; Melinda C Blodgett, Michelle
Morrison; Michelle R Gruis; Nathan Weaver; Nicole Stillings; R C Bowman; Rachel Thomas; Sandra M Engstrum; Sara Huston; Sarah C Brown;
Seth D Rooker; Taylor Fogle; Ted Jorgensen; Tim McCulloh; Todd Bengford
their true and lawful Attorney(s)-in-Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings,
contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of
persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions
or proceedings allowed by law.
This Power -of -Attorney is granted and is signed and sealed by facsimile under and by authority of the following By -Laws adopted by the Board of
Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and amended August 14, 2015 and April 27, 2024 and adopted by the Board of
Directors of Merchants National Bonding, Inc., on October 16, 2015 and amended on April 27, 2024.
"The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and
authority to appoint Attorneys -in -Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto,
bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof."
"The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney
or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the
Company, and such signature and seal when so used shall have the same force and effect as though manually fixed."
In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and aut hority hereby given to the
Attorney -in -Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction
contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department
of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of
its obligations under its bond.
In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given
to the Attorney -in -Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner -
Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation.
In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 1st day of November . 2024
••'"'"''•• 40.4..., MERCHANTS BONDING COMPANY (MUTUAL)
'��.�P•ttONq�'�.•♦ ••.��NG •Co41.o •• MERCHANTS NATIONAL BONDING, INC.
/ / RP0f ••,.O••• ♦ O,•• Q1P09 •..q • dlb!a MERCHANTS NATIONAL INDEMNITY COMPANY
:r2 -o- v:'o: :w•? -o- o; •
; a•y•: 1933 •e: By
• •fit .
••^
•z:
0 .. 2003 ..„
4
STATE OF IOWA •'••.......te
i"f1-1-6::.••'�
COUNTY OF DALLAS ss.
President
•
On this 1st day of November 2024 , before me appeared Larry Taylor, to me personally known, who being by me duly sworn
did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the
seals affixed to the foregoing instrument are the Corporate Seals of the Companies; and that the said instrument was signed and sealed in behalf
of the Companies by authority of their respective Boards of Directors.
IOWA
Penni Miller
Commission Number 787952
My Commission Expires
January 20, 2027
Notary Public
(Expiration of notary's commission does not invalidate this instrument)
I, Elisabeth Sandersfeld, Secretary of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., do
hereby certify that the above and foregoing is a true and correct copy of the POWER -OF -ATTORNEY executed by said Companies, which is still
in full force and effect and has not been amended or revoked.
In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this
POA 0018 (6/24)
• • v ttG co4•.
'
•*�a0k1P0 '•..o.
• : Csq�•?-c, s
4.
.S 1933
.%•
•* .• *:
• • • • • ♦ • • •
28th day of February , 2025 .
Secretary