HomeMy WebLinkAboutPirc-TobinPirc-Tob'n
Integrity at every step.
PO Box 160 Alburnett, IA 52202
BID DOCUMENTS: Sealed Bid for Complete Construction
F.Y. 2026 Parkview Manor and W. 3rd Street
Detention Basin
City Clerk - City of Waterloo
715 Mulberry Street
Waterloo, IA 50703
BID OPENING: 1:00 PM - 04/02/2026
i
1
•
BID ENCLOSED
W
r
t
a w
ran
PircrTob'Jn
Integrity at every step.
PO Box 160 Alburnett, IA 52202
BID DOCUMENTS: Sealed Bid for Complete Construction
F.Y. 2026 Parkview Manor and W. 3rd Street
Detention Basin
City Clerk - City of Waterloo
715 Mulberry Street
Waterloo, IA 50703
BID OPENING: 1:00 PM - 04/02/2026
BID SECURITY ENCLOSED
FORM OF BID OR PROPOSAL
F.Y. 2026 PARKVIEW MANOR AND W. 3RD STREET DETENTION BASIN
CONTRACT NO. 1137
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 TOUJ t
a Partnership consisting of the following partners: (AM robin N 1 Ck Ktoskeifro.n f.
C,Ptxk Q VY1(lVi , 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. 2026 PARKVIEW MANOR AND W. 3RD STREET DETENTION BASIN, Contract No. 1137, all in
accordance with the above -listed documents and for the unit prices for work in place for the following
items and quantities:
FY 2026
PARKVIEW
MANOR
AND
W. 3RD
STREET
DETENTION
BASIN
ITEM
BID
SPECIFICATION
SUPPLIMENTAL
SUDAS
*
SEE
DIVISION
I
-
ROADWAY
& SITE
CONSTRUCTION
UNIT
PRICE
TOTAL
PRICE
DESCRIPTION
UNIT
QUANTITY
TOTAL
DIVISION
2 - EARTHWORK
1
2010-108-B
CLEARING
AND
GRUBBING
AC
6.8
$ \S‘OObsO
$\OZAAbO
2
2010-108-D-3
*
TOPSOIL,
4
INCHES,
OFF
SITE
SY
1,392.0
$ a
00
$ ?,352.
Db
3
2010-108-D-1
*
TOPSOIL,
RESPREAD,
STRIP,STOCKPILE,
9"
AND
SY
58,638.2
$ Z.
\5
$ `1L
%012,
IS
4
2010-108-E
*
EXCAVATION,
AND
BORROW
CLASS
10,
ROADWAY
CY
18,316.0
$ 5,25
$ 10661.0k)
5
SEE
EST.
REF.
EXCAVATION,
W 3RD
LOCATION
CLASS
10,
WASTE
TO
CY
938.0
$ \
0.Ob
$
413$W.
60
ST
6
2010-108-E
*
EXCACVATION,
CONTRACTOR
FURNISHED
CLASS
10,
CY
904.0
$
$ L,1
e61).00
1.50
7
2010-108-F
*
EXCAVATION,
GRADE
CLASS
10,
BELOW
CY
500.0
$ 65.00
$ 32,004
03
8
2010.108-G
*
SUBGRADE
PREPARATION
SY
7,838.8
$ 0.50
$ 31R "I,yD
9
2010-108-I
*
SUBGRADE
OR
WOVEN
TREATMENT,
GEOTEXTILE
GEOGRID
SY
1,175.8
$ Z.EO
$
Z,a3q.5,\
FORM OF BID
CONRACT NO. 1137
Page 1 of 7
10
2010-108-J
*
SUBBASE,
MODIFIED,
8 INCH
SY
7,838.8
$ 1A.6O
$ 113j0101.L0
DIVISION
2 -
EARTHWORK
SUBTOTAL
= $ 60\
,1
L4.
(Q 3
DIVISION
DRAINS
4
-
SEWERS
AND
STORM
SEWERS
11
4020-108-A
*
STORM
TYPE
S,
3
SEWER,
INCH
TRENCHED,
HDPE
LF
16.7
$ abb
$ \,c
bt.ob
12
4020-108-A
*
STORM
TYPE
S,
8
SEWER,
INCH
TRENCHED,
HDPE
LF
9.3
$ *95.00
$ (004,60
13
4020-108-A
*
STORM
TYPE
S,
10
SEWER,
INCH
TRENCHED,
HDPE
LF
25.9
$ o6,
bb
$1 tto$3.50
14
4020-108-A
*
STORM
2000D,
15
SEWER,
INCH
TRENCHED,
RCP
LF
378.5
$ L25,
bb
$2y,to02.50
15
4020-108-A
*
STORM
2000D,
SEWER,
18
INCH
TRENCHED,
RCP
LF
31.0
$ Lp6.
U0
$ 746\6.0
16
4020-108-A
*
STORM
2000D,
SEWER,
24
INCH
TRENCHED,
RCP
LF
147.5
$ S5,
bb
$121531.
Gb
PIPE
CULVERTS
17
4030-108-B
PIPE
APRON,
RCP,
24"
EACH
1.0
$ \t%b,bu
$
V160.tib
18
4030-108-C
FOOTINGS
24"
FOR
CONCRETE
APRONS,
EACH
1.0
$ 1,700,
b()
$ \
1260.00
19
4030-108-D
PIPE
APRON
GUARDS,
24"
EACH
1.0
$ \s
KO
,
00
$ \,
666,
e0
SUBDRAINS
$
20
4040-108-A
*
SUBDRAIN,
TYPE
SP,
6
INCH
LF
4,132.9
$ 15.
bb
$ to`M3,50
21
4040-108-D
*
SUBDRAIN
6
INCH
OUTLET
TO
STRUCTURE,
EACH
16.0
$ 160.00
$ 3,260.00
22
4040
108
D *
SUBDRAIN
INCH
OUTLET
TO
DITCH,
6
EACH
1.0
$
L\60,61)
$ 1150,
00
23
4040-108-E
STORM
S,
4
INCH
SEWER
SERVICE
STUB,
TYPE
LF
294.0
$ 2.5.
bb
$ 1350.bn
DIVISION
4
-
SEWERS
AND
DRAINS
SUBTOTAL
= $ \\Ct
t43'3.50
DIVISION
AND
APPURTANANCES
5
-
WATER
MAINS
PIPE
AND
FITTINGS
24
5010-108
A-1
IRON,
WATER
6
MAIN,
INCH
TRENCHED,
DUCTILE
LF
1,084.3
$ -5,
Qb
$ (I`
%32t
50
25
5010-108-C-1
FITTINGS,
6"x6"x6"
MJ
LOCKING
TEE,
EACH
1.0
$ \ 5bb.bb
$ 15
66
MO
26
5010-108-C-1
FITTINGS,
SIDETAP
SLEEVE,
6
INCH
EACH
1.0
$ cJ,
(`fib
,
bb
$ 5tb00.
06
27
5010-108-C-1
FITTINGS,
45°
MJ
BEND,
6
INCH
EACH
10.0
$ to60.to
$ 405d,bb
28
5010-108-C-1
FITTINGS,
22.5°
MJ
BEND,
6 INCH
EACH
4.0
$ I
6O,
$ /tm,
m
29
5010-108-C-1
FITTINGS,
90°
MJ
BEND,
6
INCH
EACH
1.0
$ 1M.00
$ -1
Q0,40
FORM OF BID
CONRACT NO. 1137
Page 2 of 7
30
5010
108-C-1
6" SLEEVE
COUPLING
EACH
2.0
$ i 1e.o()a)
$
7,4
oo,.00
31
5010
108-E-1
WATER
3/4-INCH
SERVICE
STUB,
COPPER,
LF
379.0
$ 30,
bQ
$ Ytl3i0,
0Q
32
5010-108-E-2
WATER
3/4-INCH
SERVICE,
CORPORATION,
EACH
16.0
$ IO6
0.
00
$ \
O
ILM.
0O
33
5010-108-E-3
WATER
BOX,
3/4-INCH
SERVICE,
CURB
STOP
AND
EACH
16.0
$
t\5O,
pu
$
112O.
bO
34
5010-108-E-1
WATER
EXISTING,
SERVICE
COPPER,
CONNECTION
1-INCH
TO
LF
94.0
$ 15,
dU
$ -1
1
05%,
b0
35
5010-108-E-2
INCH
WATER
SERVICE,
CORPORATION,
1-
EACH
2.0
$ 1
\ 5,
In
$
\ 430,
be
36
5010-108-E-3
WATER
BOX,
1-INCH
SERVICE,
CURB
STOP
AND
EACH
2.0
$ 1
1
5,
O&
$
1 1 5
-1
6,
60
37
5010-108-H
REMOVAL
D.I.P.LF
OF
WATER
MAIN,
6"
180.0
$ 15,
O
$
7,-1
1(1/4.
W
38
5010-108-G
WATER
PLUG,
6"
MAIN
D.I.P.
ABANDON,
FILL
AND
LF
275.0
$ 15.
%
$
L\
\2#5
VALVES,
APPURTENANCES
FIRE
HYDRANTS,
AND
39
5020-108-A
VALVE,
MJ
GATE,
6
INCH
EACH
5.0
$ 21
Mo,
$ 1ey
e.
DO
40
5020-108-C
FIRE
HYDRANT
ASSEMBLY
EACH
2.0
$ $,yQb,OQ
$ �1
,20
eio.
41
5020-108-C
END
OF
MAIN
HYDRANT
ASSEMBLY
EACH
1.0
$
15
00.
bu
$
5Ub
DIVISION
5
-
WATER
MAINS
AND
APPURTANANCES
SUBTOTAL
= $ \S(0L1,6c
DIVISION
STORM
SEWERS
6
-
STRUCTURES
FOR
SANITARY
AND
42
6010-108-A
*
MANHOLE,
SW-402,
60"X48"
EACH
2.0
$ \\
560,
K)
$ 13`U,
up'
43
6010-108-B
*
INTAKE,
SW-501
EACH
10.0
$
41250.
(5()
$ `\215Z,
ot)
44
6010-108-B
*
INTAKE,
SW
-SOS
EACH
2.0
$ cp250
,
60
$
L 5
�
L.
45
6010-108-G
CONNECTION
MANHOLE
OR
TO
INTAKE,
EXISTING
SUBDRAIN
EACH
5.0
$ 5
O0,
$ 1,500.06
46
6010
108
G
CONNECTION
TO
EXISTING
STORM
SEWER,
SUBDRAIN
EACH
3.0
$ 15
c.
IA
$
12501
t
47
6010-108-H
*
REMOVE
STORM
MANHOLE
AND
INTAKE,
EACH
2.0
$ \000,
Q1)
$ \(Lc
c
,
Ul
DIVISION
6 - STRUCTURES
FOR
SANITARY
AND
STORM
SEWERS
SUBTOTAL
= $ Tvit5
p
60
DIVISION
RELATED
WORK
7
-
STREETS
AND
PCC
PAVEMENT
48
7010-108-E
*
CURB
&
GUTTER,
30-INCH
WIDE,
6-
LF
-15,
INCH
DEPTH,
PCC,
C-4
3,513.0
$
IU
$ S. ;425,
W
ASPHALT
PAVEMENT
FORM OF BID
CONRACT NO. 1137
Page3of7
49
7020-108-B
*
PAVEMENT,
STANDARD
1/2",
PG58-28S,
TRAFFIC
HMA,
NO
1
1/2
(ST)
FRICTION
INCH,
SURFACE,
SY
5,580.4
$ \y,5b
$
SO,R15,cb
50
7020-108-B
*
PAVEMENT,
STANDARD
INTERMEDIATE,
TRAFFIC
HMA,
1/2",
1
(ST)
1/2
PG58-285
INCH,
SY
5,580.4
$ \y35
$
V\b1C2
.1
51
7020-108-B
*
PAVEMENT,
STANDARD
PG58-285
TRAFFIC
HMA,
3
INCH,
(ST)
BASE,
3/4",
SY
5,580.4
$ 11o,15
$ \'-\QI215,n
b
52
7020-108-1
ASPHALT
TESTING
PAVEMENT
SAMPLES
AND
LS
1.0
$ \ ‘56U)0
$ 1
\SOO,
ob
SIDEWALKS,
SHARED
USE
PATHS,
AND
DRIVEWAYS
53
7030-108-E
*
PCC
SIDEWALK,
4-INCH,
C-4
SY
27.9
$
t5,dk
$ 2t31
\.6P
54
7030-108-E
*
PCC
SIDEWALK,
6-INCH,
C-4
SY
3.0
$
3
BCi,
QC
$
Rn,
b
55
7030-108-G
*
DETECTABLE
WARNINGS
SF
8.0
$
62,56
$
'VLb,
bt
56
7030-108-H
*
DRIVEWAYS,
PCC,
5-INCH,
C-4
SY
106.4
$
Cab()
b()
$ vl
‘ 5-1
l40,
d1
57
7030-108-H
*
DRIVEWAYS,
PCC,
6-INCH,
C-4
SY
106.6
$
\3,
cc
$ 1ra�
40
. bb
PAVEMENT
REHABILITATION
58
7040-108-H
*
PAVEMENT
REMOVAL
SY
6,838.5
$
(1),
et3
$
5,1
biz1).(ib
DIVISION
7
-
STREETS
AND
RELATED
WORK
SUBTOTAL
= $
41
%
Z30,14
DIVISION
CONTROL
8
-
TRAFFIC
PAVEMENT
MARKINGS
TEMPORARY
TRAFFIC
CONTROL
59
8030-108-A
*
TEMPORARY
TRAFFIC
CONTROL
LS
1.0
$
3,50b.
bb
$ 3660.
bb
DIVISION
8
-
TRAFFIC
CONTROL
SUBTOTAL
= $
3‘5
bO,
60
DIVISION
LANDSCAPING
9
-
SITE
WORK
AND
SEEDING
60
9010
108
B *
HYDRAULIC
AND
MULCHING
SEEDING,
-TYPE
FERTILIZING
1
SY
41,119.6
$
6456
$ Z7.*\5,1cZ,
61
9010-108-B
*
HYDRAULIC
AND
MULCHING
SEEDING,
-
TYPE
FERTILIZING
2
SY
20,037.8
$
1;5,56
$ \
o,b1cg,
R
6
EROSION
CONTROL
AND
SEDIMENT
62
9040-108-N-1
SILT
CHECK,
FENCE
INSTALLATION
OR
SILT
FENCE
DITCH
LF
5,490.0
$ \,5Q
$ q.J35,
6O
63
9040-108-N-2
*
SILT
CHECK,
FENCE
REMOVAL
OR
SILT
OF
FENCE
SEDIMENT
DITCH
LF
5,490.0
$
ban
$ 5\\,a()
64
9040-108-N-3
SILT
CHECK,
FENCE
REMOVAL
OR
SILT
OF
FENCE
DEVICE
DITCH
LF
5,490.0
$
(),M
$ 5106
FORM OF BID
CONRACT NO. 1137
Page 4of7
65
9040
108
E*
RECP
TYPE
2
SY
10,406.0
$
OAS
$
q 1%%6,1
66
9040-108-D
FILTER
AND
MAINTENANCE
SOCK,
9"
-
INSTALLATION
LF
3,985.0
$ 2.00
$ i
le 1
6.
bb
67
9040-108-D
FILTER
SOCK,
9"
-
REMOVAL
LF
3,985.0
$
0,2
0
$ 1
q1
,
0b
68
9040-108-J*
EROSION
STONE
TN
22.0
$ 15.
�0
$
t.
V
V
J
o
69
9040-108
J*
CLASS
'D'
REVETMENT
TN
200.0
$
05,E
$ `3,,
�O
70
9040-108
Q
2
EROSION
HYDROMULCHING
CONTROL
MULCHING,
SY
35,000.0
$
I.-b
$ ,bi5Um
71
9040-108-T-1
*
INLET
IN
PROTECTION
DEVICE,
DROP-
EACH
22.0
$ 1n.ni
$ 112db.()ib
72
9040-108
T-2 *
INLET
MAINTENANCE
PROTECTION
DEVICE,
EACH
22.0
$ \
L
bb
$ 220,
60
73
9040-108-0*
STABILIZED
CONSTRUCTION
EXIT
LS
1.0
$ 51
w),
$ 5
no
bo
DIVISION
9
-
SITE
WORK
AND
LANDSCAPING
SUBTOTAL
= $
RZ
,lbl,1`6
DIVISION
11
-
MISCELLANEOUS
74
11010-108-A
CONSTRUCTION
SURVEY
LS
1.0
$ 2Ch,ma
$ nla.
75
11020-108-A
MOBILIZATION
LS
1.0
$ \S
\
‘5t
60
$ \C1,5nM
76
11,050-108-A
CONCRETE
WASHOUT
LS
1
0
$ `����,
$ 1►
MOO
77
SEE
EST.
REF.
TEMPORARY
SUBBASE/2"
H.M.A.
ACCESS,
6"
MODIFIED
SY
354.4
$1.�J.
Nb
4
$
3 1p�,
30
DIVISION
11
-
MISCELLANEOUS
SUBTOTAL
= $ 1D
`'),(o
0.016
DIVISION
II
-
SANITARY
SEWER
DIVISION
DRAINS
4
-
SEWERS
AND
SANITARY
SEWERS
78
4010-108-A
*
SANITARY
TRUSS,
8
INCH
SEWER,
TRENCHED,
LF
1,162.9
$ 16.
Jt
$ co(n-i,
€b
79
4010
108-E
*
SANITARY
SDR
23.5,
6
SEWER
INCH
SERVICE
STUB,
LF
505.5
$ S
O.
b0
$ \\
t\L
Lcb
80
6010
108
G
CONNECTION
MANHOLE,
SANITARY
TO
EXSITING
8"
TRUSS
EACf
I
1
0
$ 7
cto•&}
nnnn
$ l
��llnn
bOO
e
DIVISION
4
-
SEWERS
AND
DRAINS
SUBTOTAL
= $ \2R
\p5
,56
DIVISION
SANITARY
6
AND
-
STRUCTURES
STORM
SEWERS
FOR
81
6010-108-A
*
MANHOLE,
SW-301,
48"
EACH
7.0
$ -I
tcti.
$ S1-
c,
c
82
6010-108-E
*
MANHOLE
ADJUSTMENT,
MINOR,
SANITARY
EACH
2.0
$ -. \ bt1J,
bb
$
"1Ab
,
db
DIVISION6
- STRUCTURES
FOR
SANITARY
AND
STORM
SEWERS
SUBTOTAL
= $ 5L
sm,
c
DIV.
I
TOTAL=$
\‘ V\1,0`\.0\3,
FORM OF BID
CONRACT NO. 1137
Page 5 of 7
DIV. II - TOTAL = $ 1Stp%
\ 5.1 . 50
TOTAL BID - DIV. I + DIV. II = $ \3tT\\.ey3
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 14vt putty* Of Mt QtsAMAA-k bSek Dollars ($
5°f ) in the form of a bid VA , 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 $10,000.00 in work
for the City in the current calendar year, are prepared to submit an AAP or Update and an EOC, within ten
(10) days of notification that the bid submitted is lowest and acceptable.
9. The bidder has received the following Addendum or Addenda:
Addendum No.
1
z_
Date
31aa/2a2cp
3i Zoz�o
3f3I 20210
FORM OF BID
CONRACT NO. 1137 Page 6 of 7
10. The apparent low Bidder shall submit a list of all other Subcontractor(s) to be used on this Project to the
City of Waterloo by 5:00 p.m. the business day following the day Bids on this Project are due along with
the Non -Collusion Affidavits of All Subcontractor(s).
The Contractor shall submit information on subcontractors on "SUBCONTRACTOR REQUEST AND
APPROVAL" Form to be provided by City prior to approval of contract.
The subcontractors listed on this proposal and/or submitted to the Contract Compliance Officer cannot
be changed except for the following reasons:
1) The City of Waterloo does not approve the subcontractors.
2) The subcontractors submit in writing that they cannot fulfill their subcontracts.
11. The bidder has filled in all blanks on this proposal. Those blanks not applicable are marked "none" or
"NA".
12. The bidder has attached all applicable forms.
13. The Owner reserves the right to select alternates, delete line items, and/or to reduce quantities prior to
the award of a contract due to budgetary limitations.
o1-1 02 f202(i
(Name of Bidder L (Date)
BY:
Pirc-Tobin eov\sknkction, Inc.
Official Address: (Including Zip Code):
20 50 Otd s 2ct
Title Cov or tat Secx4RL
A\\snf,M-, ZA 52202
I.R.S. No. 20 - Ig2°15Ci$
FORM OF BID
CONRACT NO. 1137 Page 7 of 7
NON -COLLUSION AFFIDAVIT OF PRIME BIDDER
State of 1-
01A01
County of tA. AY\
Cwles R-YrNo1d
)ss
, being first duly sworn, deposes and says that:
1. He is (Owner, Partner, Officer, Representative, or Agent) , of P1fc Tobin oy1v111V\Cfinn, \�L•
, 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)
(AtWate Saral
Title
Subscribed and sworn to before me this 2i day of Npfik
7
Adminisl'raitivt Ru►Si-ot,n+
, 202M.
Title
My commission expires UI \tt) 1Q2. I
Paro 1440m
ELAINA KRUSER
Commission Number 657161
My Commission Expires
July 11, 2027
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)
(Appropriate Official)
CofpoMI-k.
(Title)
CMIoil 20Z19
('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. Solicitations for Subcontracts, Including Procurement of Materials and Equipment: In all
solicitations either by competitive bidding or negotiation made by the contractor for work
to be performed under a subcontract, including procurement of materials or leases of
equipment, each potential subcontractor or supplier shall be notified by the contractor of
the contractor's obligations under this contract and the Regulations relative to non-
discrimination on the grounds of race, color, national origin, sex, age, or disability.
4. Information and Reports: The contractor shall provide all information and reports
required by the Regulations or directives issued pursuant there to, and shall allow
access to its books, records, accounts, other sources of information, and its facilities as
may be determined by the Contracting Authority, the Iowa DOT, or FHWA to be pertinent
to ascertain compliance with such Regulations, orders and instructions. Where any
information required of a contractor is in the exclusive possession of another who fails or
refuses to furnish this information the contractor shall so certify to the Contracting
Authority, the Iowa DOT, or the FHWA as appropriate, and shall set forth what efforts it
has made to obtain the information.
5. Sanctions for Noncompliance: In the event of the contractor's noncompliance with the
nondiscrimination provisions of this contract, the Contracting Authority, the Iowa DOT, or
the FHWA shall impose such contract sanctions as they may determine to be
appropriate, including, but not limited to:
a. Withholding of payments to the contractor under the contract until the contractor
complies, and/or
b. Cancellation, termination, or suspension of the contract, in whole or in part.
6. Incorporation of Provisions: The contractor shall include the provisions of paragraphs
(1) through (6) in every subcontract, including procurement of materials and leases of
equipment, unless exempt by the Regulations, or directives issued pursuant thereto.
The contractor shall take such action with respect to any subcontract or procurement as
the Contracting Authority, the Iowa DOT, or the FHWA may direct as a means of
enforcing such provisions including sanctions for non-compliance: Provided, however,
TITLE VI CIVIL RIGHTS Page 1 of 2
that, in the event of a contractor becomes involved in, or it threatened with, litigation with
a subcontractor or supplier as a result of such direction the contractor may request the
Contracting Authority or the Iowa DOT to enter into such litigation to protect the interests
of the Contracting Authority or the Iowa DOT; and, in addition, the contractor may
request the United States to enter into such litigation to protect the interest of the United
States.
TITLE VI CIVIL RIGHTS Page 2 of 2
Bidder Status Form
To be completed by all bidders
Part A
Please answer "Yes" or "No" for each of the following:
Yes O No
6, Yes O No
Yes QNo
ei Yes No
Yes ONo
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:
Dates:
Dates:
You may attach additional sheet(s) if needed.
/ 01 i2DistoOb1
/ / 2OLW Address: 21050 (Ss Rd
City, State, Zip. MIbumat l tI\ 5 iazo 2_
/ / to / / Address:
City, State, Zip:
/ / to / / Address:
City, State, Zip:
To be completed by nonresident 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 labor0 Yes 0 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 1)
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:
Pirc TobSn Ctxtthwbv\ tyt
Signature: Date: 04 !o 21 ZO L P
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)
UUorksheet: 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.
O Yes ONo
0 Yes ONo
O Yes ONo
Q Yes QNo
O Yes O No
O Yesf No
EI1 YesQ No
O YesONo
O Yes
0
O Y
s
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, Pirc-Tobin Construction, Inc.
as Principal, and
United Fire & 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 the 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 end day of
April , 20 26 , for F.Y. 2026 Parkview Manor and W 3rd Street Detension Basin
Contract No. 1137
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 _ 31st day of March A.D. 20 26 .
By
BID BOND
Pirc-Tobin Construction, Inc.
Principal
By
United Fire & Casualty Company
Surety
(Seal)
Attorney -in -fact Lukas Schroder
(Seal)
COYOraRQ S r? ktM
(Title)
::-€.< C
O O2
y� CORPORATE �o
z SEAL
\t/J:nuna:p2t.01946 \\,.
Page 1 of 1
ufg
INSURANCE
UNITED FIRE & CASUALTY COMPANY, CEDAR RAPIDS, IA
UNITED FIRE & INDEMNI'I Y COMPANY, WEBSTER, TX
FINANCIAL PACIFIC INSURANCE COMPANY, LOS ANGELES, CA
CERTIFIED COPY OF POWER OF ATTORNEY
(original on file at Home Office of Company — See Certification)
Inquiries: Surety Department
118 Second Ave SE
Cedar Rapids, IA 52401
KNOW ALL PERSONS BY THESE PRESENTS, That United Fire & Casualty Company, a corporation duly organized and existing under the laws
of the State of Iowa; United Fine & Indemnity Company, a corporation duly organized and existing under the laws of the State of Texas; and
Financial Pacific Insurance Company, a corporation duly organized and existing under the laws of the State of California (herein collectively called
the Companies), and having their corporate headquarters in Cedar Rapids, State of Iowa, does make, constitute and appoint
ROBERT L. KOLLSMITH, JASON D. SMITH, JAMES M. SMITH, TIMOTHY J. FOLEY, BRAD BENGTSON, KURT FELLER,
DORA B. STEVENS, DEBORAH KLING, LUKAS SCHRODER, MASON STICKNEY, CHRISTY RITCHIE, JACK STRELLNER,
LAURI MENEOUGH, LINDSAY CARDENAS, EACH INDIVIDUALLY
their true and lawful Attorney(s)-in-Fact with power and authority hereby conferred to sign, seal and execute in its behalf all lawful bonds,
undertakings and other obligatory instruments of similar nature provided that no single obligation shall exceed $100, 000, 000.00
and to bind the Companies thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of the Companies
and all of the acts of said Attorney, pursuant to the authority hereby given and hereby ratified and confirmed.
The Authority hereby granted is continuous and shall remain in full force and effect until revoked by United Fire & Casualty Company, United Fire &
Indenmity Company, and Financial Pacific Insurance Company.
This Power of Attorney is made and executed pursuant to and by authority of the following bylaw duly adopted by the Boards of Directors of United
Fire & Casualty Company, United Fire & Indemnity Company, and Financial Pacific Insurance Company.
"Article VI — Surety Bonds and Undertakings"
Section 2, Appointment of Attorney -in -Fact. "The President or any Vice President, or any other officer of the Companies may, from time to time, appoint by written
certificates attomeys-in-fact to act in behalf of the Companies in the execution of policies of insurance, bonds, undertakings and other obligatory instruments of like nature.
The signature of any officer authorized hereby, and the Corporate seal, may be affixed by facsimile to any power of attorney or special power of attorney or certification of
either authorized hereby; such signature and seal, when so used, being adopted by the Companies as the original signature of such officer and the original seal of the
Companies, to be valid and binding upon the Companies with the same force and effect as though manually affixed. Such attorneys -in -fact, subject to the limitations set of
forth in their respective certificates of authority shall have full power to hind the Companies by their signature and execution of any such instnunents and to attach the seal
the Companies thereto. The President or any Vice President, the Board of Directors or any other officer of the Companies may at any time revoke all power and authority
previously given to any attomey-in-fact.
' CJiSU{t�ii
nO��i
19 coRPORATL t
�' SEAL 7
gin a HMO
otorioutvi
Ea
Y1
yJ�
/ER ,0�\�
1111111uA
State of Iowa, County of Lunn, ss:
oommlowN
'� =4uL2 �o
s, ' 19E6; 'ate
`?" .4[ /F4I . �•
IN WITNESS WHEREOF, the COMPANIES have each caused these presents to be signed by its
vice president and its corporate seal to be hereto affixed this 23rd day of January, 2026
UNITED FIRE & CASUALTY COMPANY
UNITED FIRE & INDEMNITY COMPANY
FINANCIAL PACIFIC INSURANCE COMPANY
Vice President
On 23rd day of January, 2026, before me personally came Kyanna M. Saylor
to me known, who being by me duly sworn, did depose and say; that she resides in Cedar Rapids, State of Iowa; that she is a Vice President of United
Fire & Casualty Company, a Vice President of United Fire & Indemnity Company, and a Vice President of Financial Pacific Insurance Company the
corporations described in and which executed the above instrument, that she knows the seal of said corporations; that the seal affixed to the said
instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporations and that she signed her
name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporations.
Judith A. Jones
Iowa Notarial Seal
Commission number 173041
My Commission Expires 04/23/2027
Notary Public
My commission expires: 04/23/2027
I, Mary A. Bertsch, Assistant Secretary of United Fire & Casualty Company and Assistant Secretary of United Fire & Indemnity Company, and Assistant
Secretary of Financial Pacific Insurance Company, do hereby certify that I have compared the foregoing copy of the Power of Attorney and affidavit, and
the copy of the Section of the bylaws and resolutions of said Corporations as set forth in said Power of Attorney, with the ORIGINALS ON FILE IN THE
HOME OFFICE OF SAID CORPORA I IONS, and that the same are correct transcripts thereof, and of the whole of the said originals, and that the said
Power of Attorney has not been revoked and is now in full force and effect.
In testimony whereof I have hereunto subscribed my name and affixed the corporate seal of the said Corporations
this 31 st day of March , 20 26
��.\11111ill Itt,4,,
p� �1ti0E,{f Atte
w CORPORATE y
7�
Tr?SFAL v'
jest E R itt `\``�````
,II,I,II Itfl"
I,011 I,II itI\,t t\\```
Bycittaki
Assistant Secretary,
UF&C & OF&I & FPIC
BPOA0049 1217