Loading...
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