Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
BOOMERANG CORP
Boomerang Corp 13225 Circle Dr. Suite A P.O. Box 227 Anamosa, Iowa 52205 Proposal For: Huntington Rd & Katoski Dr Reconstruction Project To: City Clerk/Auditor, City of Waterloo 715 Mulberry Street Waterloo, Iowa 50703 Letting: March 14 2026 1:00 PM boomerang PO Box 227 Anamosa, IA 52205 Security For: Huntington Rd & Katoski Dr Reconstruction Project To: City Clerk/Auditor, City of Waterloo 715 Mulberry Street Waterloo, Iowa 50703 Letting: March 12, 2026 1:00 PM ADDENDUM 4 - FORM OF BID OR PROPOSAL HUNTINGTON RD AND KATOSKI DR RECONSTRUCTION PROJECT CONTRACT NO. 1123 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 :170ca.- 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 Foth Infrastructure & Environment, LLC 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 HUNTINGTON RD AND KATOSKI DR RECONSTRUCTION PROJECT, Contract No. 1123, all in accordance with the above -listed documents and for the unit prices for work in place for the following items and quantities: HUNTINGTON RD AND KATOSKI DR RECONSTRUCTION PROJECT, Contract No. 1123 ITEM BID SUDAS SPECIFICATION * SUPPLEMENTAL SEE DESCRIPTION UNIT QTY UNIT BID PRICE TOTAL BID PRICE DIVISION 2 - EARTHWORK 2.1 2010-A CLEARING & GRUBBING, UNIT UNIT 609 $ 50 ,i) o $ "36t 1-156. Uo 2 2 2010 D 1* TOPSOIL, OFF -SITE 4 INCHES, ON OR SY 45390 $ $ j �, CD b5 , Db I ,5 O 2.3 2010-D-2 TOPSOIL, AMENDED, COMPOST CY 231 $ ,130.O r $' 1, 556 t OD 2 4 2010-E EXCAVATION, ROADWAY & CLASS BORROW 10, CY 21737 $ to t 00 $ 13o iLiaz2. 00 2 5 2010-E EXCAVATION, WASTE CLASS 10, CY 11925 $ it, . DO $ 111550.06 2 6 2010-E EMBANKMENT CONTRACTOR FURNISH IN PLACE, CY 13007 )''. $ % aZi 09E, ct $ (X) 2.7 2010-G SUBGRADE IN. PREPARATION, 12 SY 41324 $ ) . 00 $ L /, 32`-i. CO 2.8 2010-J* MODIFIED SUBBASE, 8 IN. SY 43862 $ 9. DO •75 $ 39L/, , 2.9 2010-K-2-C* REMOVAL, LESS IN. THAN ENTRANCE OR EQUAL TO PIPE, 18 LF 111 $ / ,(o1) $ i133Q.00 2.10 2010-K-2-C* REMOVAL, CULVERT, 36 IN. LF 368 $ / 5, DO $ S,i J 0 . QG) 2.11 2010-K-2-C* REMOVAL, SUBDRAIN LF 9470 $ j., 00 a50. Cie $'-fl , SUBTOTAL EARTHWORK = t/ j9 $ 97jLJ �` ADDENDUM 4 - FORM OF BID CONTRACT NO. 1123 Page 1 of 9 ITEM BID SUDAS SPECIFICATION * SUPPLEMENTAL SEE DESCRIPTION UNIT QTY UNIT BID PRICE TOTAL BID PRICE DIVISION 4 - SEWERS AND DRAINS 4.1 4020-A-1* STORM RCP, CLASS SEWER, III, 30 TRENCHED, IN. LF 779 $ ISO. o. $'931126. on STORM SEWER, TRENCHED, LF 331 $ 4101 34/0 (y 4.2 4020-A-1* RCP, CLASS III, 36 IN. . 4.3 4020-A-1* STORM RCP, CLASS SEWER, III, 60 TRENCHED, IN. LF 211 $300 •0 0 $ L93, ? CO, U( 4.4 4020-A-1* STORM RCP, CLASS SEWER, III, 72 TRENCHED, IN. LF 262 $ ) j'O , (30 $ 10-%, 3•06 le 4.5 4020-A-1* STORM RCP, CLASS SEWER, V, 15 TRENCHED, IN. LF 2774 $ Lcb . co $ l tdo, L{yn. 00 STORM SEWER, TRENCHED, to(Q 4.6 4020-A-1* RCP, CLASS V, 18 IN. LF 884 $ 15. ( . $ , 3D0. 0( STORM SEWER, TRENCHED, 4.7 4020-A-1* RCP, CLASS V, 24 IN. LF 155 $ ) DO . Qo $ ) 5, 5 i 0. 0b 4.8 4020-D REMOVE LESS IN. THAN STORM OR EQUAL SEWER TO PIPE, 36 LF 2325 $ l.5. 00 $ 34-) %15.O() REMOVE STORM SEWER PIPE, 4.9 4020-D GREATER THAN 36 IN. LF 202 $ '25.00 $ 5, b UCH Ma 4.10 4030-A* PIPE IN. DIA. CULVERT, CONCRETE, 12 LF 40 $ U 1-I . 00 $ `(, 5100' 00 4.11 4030-B* APRON, DIA. CONCRETE, 12 IN. EA 2 $ 2, /Doo ,bQ I,� $ L 000 .66 4.12 4030-B* APRON, DIA. CONCRETE, 15 IN. EA 2 $ LDO , O0 $ L!, O oo • o (. :2I 4.13 4030-B* APRON, DIA. CONCRETE, 30 IN. EA 1 $ 3, 'goo •Ot $ 3, 260 . 0o APRON, CONCRETE, 36 IN. I 4.14 4030-B* DIA. EA 3 $11 5oo .0 $ 13 500 APRON, CONCRETE, 72 IN. r� 4.15 4030-B* DIA. EA 1 $91 S DO MC $ 1, gbv t 60 4.16 4040-A* SUBDRAIN, TYPE 1 6" HDPE, CASE B, LF 14928 $ j 3.00 $ 19'], %toq t 0() 4.17 4040-A* SUBDRAIN, PE, CASE B, 6" TYPE CORRUGATED 1 LF 880 $ 30. 06 $ 2&, q00 • 60 4.18 4040-C-1 SUBDRAIN A-1 CLEANOUT, TYPE EA 34 $ 300 ,Ob $ 27, au, 00 4.19 4040-C-1 SUBDRAIN CLEANOUT, TYPE B EA 4 $) 560 •O $ (fii ow . 00_ SUBDRAIN OUTLETS AND 4.20 4040-D-1* CONNECTIONS EA 150 $ 350• bb $ )2, 56b - d(3 FIELD FITTINGS, TILE REPAIR PVC, UNSPECIFIED AND 3, 33 OCR 50 . 00 4.21 SPECIAL DIAMETER LF 250 $ , $ SUBTOTAL SEWERS AND DRAINS = $ Qq.z, 355 . (:v) ADDENDUM 4 - FORM OF BID CONTRACT NO. 1123 Page 2 of 9 ITEM BID SUDAS SPECIFICATION * SUPPLEMENTAL SEE DESCRIPTION UNIT QTY UNIT BID PRICE TOTAL BID PRICE DIVISION 5 - WATER MAIN AND APPURTENANCES 5.1 5020-C REMOVE HYDRANT AND ASSEMBLY REINSTALL FIRE EA 2 $ a, b00 . QQ $ '-I, too . 00) 5.2 5020-G VALVE BOX EXTENSION EA 3 $ boo .00 $ 1, Z bO , a/) 5.3 5020-H VALVE BOX REPLACEMENT EA 8 $ (b0.OD $ L4, gd6. 00 SUBTOTAL WATER MAIN AND APPURTENANCES = $ .) D i )n nn , 60 DIVISION 6 - STRUCTURES FOR SANITARY AND STORM SEWERS 6.1 6010-A* MANHOLE, SW-401, 48 STORM IN. SEWER, EA 2 $'-1-1 boo- 60 $ 13, C) 00 • 00 6.2 6010-A* SW-401, MANHOLE, 60 STORM IN. SEWER, EA 2 $ IDs o0O•06 $ IP, 000•60 6.3 6010-A* MANHOLE, SW-401, 72 STORM IN. SEWER, EA 1 $ (Q,LI00.OL) $ (oil bO •60 6.4 6010-A* MANHOLE, SW-401, 96 STORM IN. SEWER, EA $ ofa , U00 •UCH $ too, 0 60.OE) MANHOLE, STORM SEWER, 1 6.5 6010-A* SW-403, 9' x 9' EA $.5, 000•b() $ 25 OOO • DD INTAKE, SW-505, DOUBLE 55 560. 00 357, Oa 6.6 6010-B GRATE EA $ _,�, $ Soo. 6.7 6010-B INTAKE, GRATE, SW-505, MODIFIED DOUBLE EA 3 $ Pi Doe -00 $ c3 , ODO.Ot 6.8 6010-B INTAKE, GRATE SW-506, DOUBLE EA 10 $ ' 3, Oo0•61) $ ) 34000 • 00 6.9 6010-B INTAKE, SW-512, 24 IN. EA 1 $ .�,, 000• 00 $ _Q, Da0 • 06 INTAKE, SW-516, DOUBLE 3 6.10 6010-B* GRATE W/ MANHOLE EA $ i8',C)00• 00 $ & 44, 006 .00 6.11 6010-B* INTAKE, GRATE SW-516, W/ MANHOLE, DOUBLE MOD 1 EA 1 $ a(p, 000. 60 $ c910,000. 00 6.12 6010-B* INTAKE, GRATE SW-516, W/ MANHOLE, DOUBLE MOD 2 EA 1 $ 2' , 000.60 $ as, 060 • aD MANHOLE ADJUSTMENT, 8 6.13 6010-E-1* MINOR, STORM OR SANITARY EA $ ), 500 . OE) $ l a,006.60 6.14 6010-F-1* MANHOLE MAJOR, STORM ADJUSTMENT, OR SANITARY EA 11 $ ij, 000 .66 ' I $ /_/i/, 13e• CONNECTION TO EXISTING 8 2, LioQ. OC) /9, et 6.15 6010-G-1 MANHOLE EA $ $ 200 • 6.16 6010-H-1* REMOVE MANHOLE EA 10 $ 110 DO , 60 $ Jul 000 • 00 6.17 6010-H-2* REMOVE INTAKE EA 36 $ ), O 6O . C>L) $ ?-?(o, MO, 0O SUBTOTAL STRUCTURES FOR SANITARY AND STORM SEWERS = $ 13(Q(p 4 / ('in , any ADDENDUM 4 • FORM OF BID CONTRACT NO. 1123 Page3of9 ITEM BID SUDAS SPECIFICATION * SUPPLEMENTAL SEE DESCRIPTION UNIT QTY UNIT BID PRICE TOTAL BID PRICE DIVISION 7 - STREETS AND RELATED WORK 7.1 7010-A* IN. PAVEMENT, or C-4WR W/ PCC, CLASS CLASS 3 C-SUD AGG., 8 SY 35914 $ 53 $ I1 p.OD 03,WO.6( PAVEMENT, 4WR W/ CLASS PCC, 3 CLASS AGG., C- 8 IN., 1094 7.2 7010-A* COLORED SY $ Z5. 00 $ !a, 99O • 00 7.3 7010-A* PAVEMENT, 4WR REINFORCED W/ CLASS PCC, 3 CLASS AGG., 8 C- IN., SY 394 $ `4 � . OD $ 2,1Oa. 66 7.4 7010-G* CONCRETE MEDIAN, 6 IN. SY 2554 $ !-41-4 . 00 $ HHa, 3r76.,• 04) REMOVAL OF SIDEWALK OR 2785 SY $ 1 $ 19, Q95 7.5 7030-A-1 SHARED USE PATH . 00 .06 1'!, 7.6 7030-A-3 REMOVAL OF DRIVEWAY SY 1457 $ I b DU $ 5'7a . . on 7.7 7030-C SHARED USE PATH, PCC, 6 IN. SY 6295 $ Lia 00 $ D1.04, 90 (11 • , 7.8 7030-E* SIDEWALK, PCC, 4 IN. SY 189 $ 57. 00 $ )b, ri t , 00 7.9 7030-E* SIDEWALK, PCC, 6 IN. SY 1660 $ 3 . OD $ 8174 7 2o, OE 7.10 7030-G* DETECTABLE WARNINGS SF 1170 $ 40 OU $ qnp, S00 • on 7.11 7030-H-1* DRIVEWAY, PAVED, PCC, 6 IN. SY 404 $ In co $ a 3 s tt, no 7.12 7030-H-1* DRIVEWAY, PAVED, PCC, 8 IN. SY 422 $ )'1. a $ 3' -49Li, 60) 7.13 7030-H-3 GRANULAR CLASS DRIVEWAY, -A CRUSHED SURFACING, 6 IN. STONE, TON 41 $ 34.00 $ 1 r 394 66 44400 7.14 7040-H PAVEMENT, REMOVAL SY 38088 $ $ i5T, 35,0te' • SUBTOTAL STREETS AND RELATED WORK = 2, .195 I 94-i.oe) DIVISION 8 - TRAFFIC SIGNALS AND TRAFFIC CONTROL 8.1 8010-C TRAFFIC SIGNAL REMOVAL LS 1 $(90, 0DO.Ot $ tQb ) 00o e 8.2 8020-C* PAINTED MARKINGS, PAVEMENT DURABLE STA 253.76 $ / a j . 06 $ 31 lab . 60 PRECUT SYMBOLS AND 8.3 8020-H* LEGENDS EA 25 $ 550 . DO $ / 3, 7 Q, DU 8.4 8030-A* TEMPORARY CONTROL TRAFFIC LS 1 $ ' 7, DOO.00 $ 11, v 00 . &) 8.5 8040-B TRAFFIC SIGNS SF 602.65 $ t.2 0 .. 0 0 $ I2 , 6 5 3 . 66 PERFORATED SQUARE STEEL 1152.5 8.6 8040-D TUBE POSTS LF $ 1 L 00 $ /a Gal14 J(r PERFORATED ANCHORS, SQUARE STEEL SOIL EA 72 $ f DO $ / ,, `-t 33Q 66 8.7 8040-G TUBE POST .rh . , PERFORATED TUBE CONCRETE POST ANCHORS, SQUARE STEEL EA 39 $ 2243. Di pp $ O, 7 MM. CCU 8.8 8040-G 8.9 8040-1 REMOVE TRAFFIC AND SIGNS REINSTALL EA 2 $ 4-1-t Q , 66 $ '360. Op ADDENDUM 4 - FORM OF BID CONTRACT NO. 1123 Page 4 of 9 ITEM BID SUDAS SPECIFICATION * SUPPLEMENTAL SEE DESCRIPTION UNIT QTY UNIT BID PRICE TOTAL BID PRICE 8.10 SPECIAL REMOVAL OF SIGNS EA 53 $ fix) .60 $ 3, 606. OLi 8.11 SPECIAL INFORMATION TEMPORARY ACCESS SIGN EA 30 $ /61). no $ 3/ boo . 6Q RECTANGULAR RAPID 9 193, 8.12 SPECIAL FLASHING BEACONS (RRFB) LS $ 2)1566. et $ 5(Yj.bP PORTABLE DYNAMIC 126 _ 8.13 SPECIAL MESSAGE SIGNS CDAY $ `a5 .ct $ /0, lib .06 TEMPORARY BARRIER RAIL, 50 8.14 SPECIAL CONCRETE LF $ 50. 60 $ ea, 5We on SUBTOTAL TRAFFIC SIGNALS AND TRAFFIC CONTROL = $ 3 th j (:j j j( ; I . DIVISION 9 - SITE WORK AND LANDSCAPING HYDRAULIC MULCH., TYPE SEEDING, 1 (PERM. FERT. LAWN & 36935 SY $ 0, 7b $ $5Li• 50 9.1 9010-B* MIX.) (25, HYDRAULIC MULCH., TYPE SEEDING, 4 (URBAN FERT. & 36935 $ b. CIO $ Pit -.7q. DD 9.2 9010-B* TEMP. EROS. CONTROL MIX.) SY 9.3 9020-A SOD, FESCUE SY 1492 $ 3 , DC) $ ) 1, Q at . OO PLANTS, PERINNIALS, 448 9.4 9030-A CONTAINERIZED EA $ '-{g. OD $ a 1, 56q. D(' PLANTS, AND UNDERSTORY BURLAPPED TREES, EA 16 $ '- $ (JL/QQ 9.5 9030-A BALLED 06.60 b.0 . 06 PLANTS, OVERSTORY TREES, 91 q.75-av y3, •2D.5.00 9.6 9030-A BALLED AND BURLAPPED EA $ $ 9.7 9030-A PLANTS, BALLED AND EVERGREEN BURLAPPED TREES, EA 6 $ 1006 .Cab $ a /e QQ .6t 9.8 9040-D-1 FILTER SOCKS, 9 IN LF 21068 $ cQ vo $ LJa , I ?(o c Oa REMOVAL LF 21068 $ $ 2, t/2J. al) 9.9 9040-D-2 FILTER SOCKS, (�.qt TON 335.6 $ t.03 $ al ►y z sU 9.10 9040-J RIP RAP, CLASS E , bo , . SILT FENCE OR SILT FENCE 4970 L} 9.11 9040-N-1 DITCH CHECK LF $ j . 50 $ 1, 55. bo SILT DITCH FENCE CHECK, OR SILT REMOVAL FENCE OF 4970 LF $ 0 0 1 $ Li 9.1 (.) 9.12 9040-N-2 SEDIMENT , SILT DITCH FENCE CHECK, OR SILT REMOVAL FENCE OF 4970 Jy 9.13 9040-N-3 DEVICE LF $ 0. 15 $ 5 , 56 9.14 9040-0-2 TRACK -OUT CONTROL TON 72 $ 5o oo $ 3, bob .46 INLET PROTECTION DEVICE, 147 DROP IN EA $1 3 J. D6 $ 19, $Lf 5.O[) 9.15 9040-T-1* INTERMEDIATE AND 9.16 9040-T-2* INLET MAINTENANCE PROTECTION DEVICE, EA 147 $ a2. 00 $ 3, 2 �4 -1- 6b ADDENDUM 4 - FORM OF BID CONTRACT NO. 1123 Page 5 of 9 ITEM BID SUDAS SPECIFICATION * SUPPLEMENTAL SEE DESCRIPTION UNIT QTY UNIT BID PRICE TOTAL BID PRICE 9.17 9060-D REMOVAL REINSTALLATION FENCE, CHAIN AND LINK OF EXISTING LF 56 $ (1,c, . CI) $ 3, 36o.60 SUBTOTAL SITE WORK AND LANDSCAPING = $ CD al a 2.. T7/ , DIVISION 11 - MISCELLANEOUS 11.1 11010-A CONSTRUCTION SURVEY LS 1 $ j$0, 000, 60 $ 5o, o oo 0/j 11.2 11020-A MOBILIZATION LS 1 $10%31000, 00 $ b3' IOW . f fl' MAINTENANCE OF POSTAL 1 11.3 11030-A SERVICE LS $ 500, OD $ 566 . 00 MAINTENANCE OF SOLID 1 11.4 11030-B WASTE COLLECTION LS $ 500.00 $ 500 . 00 TEMPORARY GRANULAR 268 11.5 11040-B SIDEWALK SY $ 700 $ 1I g 7 (p _ 00 , 11.6 11050-A CONCRETE WASHOUT LS 1 $ /, 0 60 .[j6 $ /, 000 , 00 11.7 SPECIAL LIMESTONE 12 IN. BLOCKS, 12 IN. X LF 588 $ to. j() $ 36, Li 54 be ,C 0. 11.8 SPECIAL LIMESTONE IN. EDGING, 4 IN. X 4 LF 199 $ f 9 .00 $ 3,1 a / .. oc 11.9 SPECIAL TRAP ROCK, 1-4 INCH SIZE TON 18.8 $-3j43IO Off $ 51 (Q y©, Oa_ 11.10 SPECIAL MULCH, HARDWOOD, DOUBLE 3 IN. SHREDDED DEPTH CY 44 $ ) aQ . bo $ 5, Q not Od 11.11 SPECIAL STREET STEEL, ACRYLIC INTEGRALLY SIGNAGE, LETTERS CORTEN LIGHTED LF 50 $ c), (p 0D.0() $1 BC, 0 Oa% OQ 11.12 SPECIAL MONUMENT CORTEN LIGHTED STEEL, ACRYLIC SIGNAGE, INTEGRALLY LETTERS LF 62 $ ), bOO. 6D $1 &p, 000. 00 11.13 SPECIAL LOGO STEEL, ACRYLIC SIGNAGE, WATERJET BACKER CORTEN BOARD CUTOUT, LF 19 $ 3, boo 60 $ 3 7, 000 • 04) 11.14 SPECIAL GRADE METER, PEDESTAL MOUNTED MAIN LOAD ELECTRICAL CENTER EA 4 $ 3, 000.00 $ I 4Q. b to .06 11.15 SPECIAL CONDUIT, SCHEDULE 1 INCH DIA. BELOW 40 NON-METALLIC, GRADE LF 500 $ 5, 0 a $ 02, 50 D , (_ja 11.16 SPECIAL CONDUIT, SCHEDULE 3/4 INCH DIA. BELOW 40 NON-METALLIC, GRADE LF 200 $ 'jd OD $ 1, 000 . O0 11.17 SPECIAL CONDUCTORS, THWN-2, PEDESTAL FROM TO PULL #8 METER/MAIN AWG BOX CU LF 1800 I $ ! . 5O $ a1 •1 00 • 00 11.18 SPECIAL THWN-2, SIGN CONDUCTORS, FROM #10 PULL AWG CU BOX TO LF 600 $ $ 960. 66 ADDENDUM 4 - FORM OF BID CONTRACT NO. 1123 Page 6 of 9 ITEM BID SUDAS SPECIFICATION * SUPPLEMENTAL SEE DESCRIPTION UNIT QTY UNIT BID PRICE TOTAL BID PRICE 11.19 SPECIAL POLYMER GRADE AND JUNCTION OPEN / CONCRETE BOTTOM BOX BELOW PULL EA 13 $ 1,b Uv, c $ / 3, ono • 60 METER PEDESTAL / MAIN MOUNTED LOAD CENTER BUTTON 4 11.20 SPECIAL PHOTOCONTROL EA $ J 91 `j .00 $ JSO . 00 11.21 SPECIAL METER PEDESTAL ELECTRICALLY TYPE CONTACTOR / MAIN MOUNTED HELD LOAD OPEN CENTER EA 4 $ 660 . 0( $ 42, 0 00 (Xj . 11.22 SPECIAL F1 CHANNELS, WIRING SIGNAGE COMPONENTS LENSES LED STRIPS, AND MISC. LF 35 $ it 200.00 $ Gs, 000, UO 11.23 SPECIAL F1 DIMMING SIGNAGE POWER 120VAC/24VDC SUPPLY EA 6 $ 0200. 0a $ 1 I ant, et 11.24 SPECIAL F1 WALLBOX CONTROLLER DIMMING SIGNAGE MOUNTED 120/277V WITH 0-10V EA 6 $ 500 • 00 $ 3, boo 00 11.25 SPECIAL WEATHER DEEP BOX, FITTINGS SINGLE COVER, TIGHT GANG AND 2-5/8 MISC. DEVICE INCH EA 13 $ a00100 $ a, (200. hb 11.26 SPECIAL BENCH EA 1 $ 3,150. 00 $ -DO7 36. D0 11.27 SPECIAL BIKE RACK EA 1 $ ), 560.00 $ /, 506. 00 11.28 SPECIAL LITTER RECEPTICLE EA 1 $" `j)a in . to $ 545 no. au SUBTOTAL MISCELLANEOUS = $ \ 1 2Z L\ L1 0 , Dr) DIVISION 12 - STRUCTURES 12.1 2401-6750001 REMOVALS, AS PER PLAN LS 1 $ )Os 000• bC $ 101000 • Cal) 12.2 2402-0425031 GRANULAR BACKFILL TON 276 $ , $., Q0 $ ), •-1aI , bo 12.3 2402-0425040 FLOODED BACKFILL CY 433 $ in , 00 $ 021 , a 1 i t DO 12.4 2402-2720000 EXCAVATION, CLASS 20 CY 2522 $ lb , c0 $ 251 21 (3. 0c GRANULAR MATERIAL FOR 679 $y, 12.5 2402-3825025 BLANKET CY $`j) orpo $ Coa9. of 12.6 2403-0100000 STRUCTURAL (MISCELLANEOUS) CONCRETE CY 29.5 $ 150. 00 $ 20, ) a 5 . be: 12.7 2403-0100020 STRUCTURAL CULVERT) CONCRETE (RCB CY 35.6 01100,00 $ a / , ) e 0 t. 60 12.8 2404-7775000 REINFORCING STEEL LB 9408 $ 1 , 50 $ i 4 it )a , Co 12.9 2415-2111204 PRECAST CULVERT, CONCRETE 12 FT. X 4 BOX FT. LF 170 $ 1 f a00 • co $ 2,6,-1, (BOO. 6 12.10 2415-2201204 PRECAST CULVERT SECTION, CONCRETE STRAIGHT 12 FT. X 4 BOX END FT. EACH 2 $ ;L` , 0 00.0b $ )01 00 b. Cie ADDENDUM 4 • FORM OF BID CONTRACT NO. 1123 Page 7of9 ITEM BID SUDAS SPECIFICATION * SUPPLEMENTAL SEE DESCRIPTION UNIT QTY UNIT BID PRICE TOTAL BID PRICE 12.11 2418-0000010 TEMPORARY DIVERSION STREAM EACH 2 $ a , 5 OO OD $ J, D00. (Y) 12.12 2507-8029000 EROSION STONE TON 33.8 $ 55.v0 $ ) , . 59 . 06 12.13 2519-1001000 FENCE, COATED CHAIN LINK, VINYL LF 152 $ 173.. 0b $ au , a o t-, UU 12.14 2599-9999020 GRANULAR BEDDING TON 91 $ t_-U . 00 $ 3; L 10, OO SUBTOTAL STRUCTURES = cd aq $ 64--1 i .- 0o --I 1 S Z O TOTAL BID =$•i,7 i 2. It is understood that the quantities set forth are approximate only and subject to variation and that the unit bid price for the work done shall govern in the actual payment to Contractor. 3. In submitting this bid, the bidder understands that the right is reserved by the City of Waterloo, Iowa, to reject any or all bids. If written notice of the acceptance of this bid is mailed, telegraphed, or delivered to the undersigned within thirty (30) days after the opening thereof, or at any time thereafter before this bid is withdrawn, the undersigned agrees to execute and deliver an agreement in the prescribed form and furnish the required bond and certificate of the insurance within ten (10) days after the agreement is presented to him for signature, and start work within ten (10) days after "Notice to Proceed" is issued. 4. Security in the sum of 5 trio of GL1evlou-ni- bid Dollars ($ ) in the form of bid bond , is submitted herewith in accordance with the INSTRUCTIONS TO BIDDERS. 5. Attached hereto is a Non Collusion Affidavit of Prime Contractor. 6. Attached hereto is a Bidder Status Form. 7 The bidder is prepared to submit a financial and experience statement upon request. 8. The Prime Contractor and Subcontractor(s), which have performed an aggregate of $10,000.00 in work for the City in the current calendar year, are prepared to submit an AAP or Update and an EOC, within ten (10) days of notification that the bid submitted is lowest and acceptable. 9. The bidder has received the following Addendum or Addenda: Addendum No. I Date a - a5- a(a a-ari-a(P 3 3- 5-a( 10. 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). ADDENDUM 4 - FORM OF BID CONTRACT NO. 1123 Page 8 of 9 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. Boom.trtM (Name Bidder) (Date) BY: 1, Title f�S 1d2t1+ IPau.k. kero Id Official Address: (Including Zip Code): l 3?-26 Circlet, Driv-2 su,i 4e A PO 5aX an A namos& i „ow& 62Q0 6 I.R.S. No. y a - I59'1 1 I9 ADDENDUM 4 • FORM OF BID CONTRACT NO. 1123 Page 9 of 9 NON -COLLUSION AFFIDAVIT OF PRIME BIDDER State of ._Lflu 3 County of J aural Q'3 ) ?cwicx \-kr�lc( )ss 1. is (OwnerT, Partne Office 'Representative, or Agent) , of j j'Y)e-�C�_� ,Hp is , the Bidde rthaf'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: , being first duly sworn, deposes and says that: 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 a Subscribed and sworn to before me this (Signed) fQ"$jntP nT Title My commission expires `� ^ /to ` vZ --) day of 20.96 iSa A[)c4aru/ r-Li Title DAWN M KING Commission Number 855430 My C o mi . ion Expires Bidder Status Form To be completed by all bidders Part A Please answer "Yes" or "No" for each of the following: Yes Yes O Yes Q Yes Q Yes Q No O No ONo Q No QNo 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 maintainedPaQ0to offiices in Iowa during the past 3 years at the following addresses: / / rQ 1/ Address: tcJ ' `%GI t L r Dates: % Dates: Dates: City, State, Zip. / / to / / Address: City, State, Zip: / / to / / Address: You may attach additional sheet(s) if needed. • "se 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. I Or a ti Cy - Firm Name: Signature: Date: a - !ca '00(WLt 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 ONo O Yes ONo Q Yes flJNo Q Yes QNo O Yes 0No O YesQ No O Yes O No Q Yes O Yes O Yes 0No 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) Bond No. LC000049 BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, Boomerang Corp. as Principal, and Ascot Surety & Casualty Company , as Surety, are held and firmly bound unto the CITY OF WATERLOO , Iowa, hereinafter called "OWNER." In the penal sum Five Percent of Bid Amount (5% of Bid Amount) Dollars ($ XXXXX 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 12th day of March , 2026 , for Contract 1123 - Huntington Rd & Katoski Dr Reconstruction • 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 20th day of February , A.D. 20 26 . Boomerang Corp. Ascot Surety & Casualty Company (Seal) Surety By BID BOND Attorney -in -fact Troy Staples (Title) (Seal) Page 1 of 1 ACKNOWLEDGMENT OF PRINCIPAL (Individual) State of ) ) County of ) On this day of in the year before me personally come(s) to me known and known to me to be the person(s) who (is) (are) described in and executed the foregoing instrument and acknowledge(s) to me that he/she executed the same. Notary Public ACKNOWLEDGMENT OF PRINCIPAL (Partnership) State of ) ) County of ) On this day of in the year , before me personally come(s) a member of the co -partnership of to me known and known to me to be the person who is described in and executed the foregoing instrument and acknowledges to me that he/she executed the same as for the act and deed of the said co -partnership. Notary Public ACKNOWLEDGMENT OF PRINCIPAL (Corporation) State of L c2iL&3 a ) County of V oreC3 )) On this da of Marc in the year ( before me personally come(s) i_ _ .' ► : _ to me known, tv, being duly sworn, deposes and says that he/she is the I of the •I / rJt ! C) the corporation described in and which e • uted the f• egoing instrument; that he/she knows the seal of the said corporation; the seal affixed to the said instrument is such corporate seal; that it was so affixed by the order of the Board of Directors of said corporation, and that he/she signed his/her name thereto by like order. sehtids ;A% ,OWP. DAWN M KING Commission Number 855430' My C mission pls State of Minnesota ) County of Dakota ) ,C c Notary Public ACKNOWLEDGMENT OF SURETY On this 20th day of February, in the year 2026, before me personally come(s) Troy Staples, Attorney(s)-in-Fact of Ascot Surety & Casualty Company with whom I am personally acquainted, and who, being by me duly sworn, says that he/she is (are) the Attorney(s)-in-Fact of Ascot Surety & Casualty Company company described in and which executed the within instrument; that he/she know(s) the corporate seal of such company; and that seal affixed to the within instrument is such corporate seal and that it was affixed by order of the Board of Directors of/said company, and that he/she signed said instrument as Attorneys) -in -Fact of the said company by like order. All b. 1 LINDSAY ANN HILDERBRAND Notary Public Minnesota Commission Expires Jan. 31, 2030 a 1 ascot Power of Attorney Ascot Surety & Casualty Company Ascot Insurance Company 1020 Highland Colony Parkway, Suite 700 Ridgeland, MS 39157 KNOW ALL MEN BY THE PRESENTS: That Ascot Surety & Casualty Company and Ascot Insurance Company, each a corporation organized and existing under the laws of the State of Colorado (the "Companies"), do hereby constitute and appoint: Troy Staples, Zachary Pate, Maxwell Bohlig, Nicholas Hochban and Jennifer Boyles of West St. Paul, MN (city, state) and each its true and lawful Attorney(s)-in-Fact, with full authority to sign, execute, seal, acknowledge and deliver for, and on its behalf, and as its act and deed any place within the United States, or, if the following line is filled in, only within the area and up to the amount therein designated, any and all bonds, undertakings, recognizances, and other contracts of indemnity or writings obligatory in the nature thereof, issued in the course of its surety business, and to bond the Companies as follows: Any such obligations in the United States not to exceed $100,000,000.00. The Companies hereby ratify and confirm all and whatsoever said Attorney(s)-in-fact may lawfully do in the premises by virtue of these presents. These appointments are made under and by authority Resolutions adopted by the Board of Directors of the Companies, which resolutions are still in effect: RESOLVED, that any of the Chief Executive Office, the Chief Operating Officer or the Chief Underwriting Officer, acting in conjunction with the head of the surety business line for the Corporation (each an Authorized Individual' and, collectively, the Authorized Individuals"), are authorized to jointly appoint one or more attorneys -in -fact to represent and act for and on behalf of the Corporation in the transaction of the Corporation's surety business to execute (under the common seal of the Corporation if appropriate) bonds, undertakings, recognizances and other contracts of indemnity and writings obligatory in the nature thereof: RESOLVED, that in conjunction with the Corporation's transaction of surety business the signatures and attestations of the Authorized Individuals and the seal of the Corporation be affixed to any such Power of Attorney or to any certificate relating thereto (electronic or otherwise) by facsimile and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seals (electronic or otherwise) shall be valid and bonding upon the Corporation when so affixed with respect to any bond, undertaking, recognizance or tother contract of indemnity or writing obligatory in the nature thereof; RESOLVED, that in connection with the Corporation's transaction of surety business, the facsimile electronic or mechanically reproduced signature of any Authorized Individual, whether made heretofore or hereafter, whenever appearing upon a copy of any Power of Attorney of the Corporation, with signatures affixed as next above noted, shall be valid and binding upon the Corporation with the same force and effect as though manually affixed. IN WITNESS WHEREOF, the Companies have caused these presents with the respective corporate seals and to be executed by the individuals named below who are duly authorized and empowered to execute the Power of Attorney on the Companies' behalf, this 13th day of March 2025. •.A �, CASr�i •• • . eo t =:SEAL:$: tt,":1.,202, • Matthew Conrad Kramer (Chief Executive Officer) .••Np••AN'ce'••, 9 ;o (SEA ps 1,68 : • , ASCOT SURETY & CASUALTY COMPANY ASCOT INSURANCE COMPANY Lto,„ intiL ra North (Exe tive Vice President, Surety) STATE OF CONNECTICUT ) COUNTY OF FAIRFIELD ) ss. On this 13th day of March 2025, before me came the above named Chief Executive Officer of each Ascot Surety & Casualty Company and Ascot Insurance Company and the head of the surety business line for each of Ascot Surety & Casualty Company and Ascot Insurance Company, to me personally known to be the individuals described herein, and acknowledged that the seals affixed to the preceding instrument and the corporate seals of each Ascot Surety & Casualty Company and Ascot Insurance Company, and that the said corporate seals and signatures were duly affixed and subscribed to said instrument by the authority and direction of said Companies. KSENIA E. GUSEVA NOTARY PUBLIC STATE OF CONNECTICUT My Commission Expires June 30, 2029 Rten,:c. a4t Notary Public Ksenia E Guseva My commission expires on June 30, 2029 I, the undersigned Secretary of the Company, do hereby certify that the foregoing excerpts of the Resolution adopted by the Board of Directors of the Companies, and the Power of Attorney issued pursuant thereto, are true and correct, and further certify that both the Resolution and the Power of Attorney are still in full force and effect. This Certificate may be signed by facsimile under and by the authority of the following resolution of the Board of Directors of the Companies. RESOLVED, that in connection with the Corporation's transaction of surety business the signatures and attestations of the Authorized Individuals and the seal of the Corporation be affixed to any such Power of Attorney or to any certificate relating thereto (electronic or otherwise) by facsimile and any such Power of Attorney of certificate bearing such facsimile signatures or facsimile seal (electronic or otherwise) shall be valid and binding upon the Corporation when so affixed with respect to any bond, undertaking, recognizances or other contract of indemnity or writing obligatory in the nature thereof; IN WITNESS WHEREOF; I have hereunto set my hand and affixed the seal of the Companies, this 20th day of February 2026 ASCOT SURETY & CASUALTY COMPANY ASCOT INSURANCE COMPANY JOH VAIL John Gill, Secretary All Claims Notices should he sent to Ascot Group, 1020 Highland Colony Parkway, Suite 700, Ridgeland, MS 39157: Attention Surety Claims suretvclaims@ascotorotrp.com