HomeMy WebLinkAboutPeterson Contractors Inc.UNMER50H
poIkAIKI R5
BOX A
REINBECK, IOWA 50669-0155
F.Y. 2018 Ash Street
Drainage Improvements
Contract No. 936
City Clerks Office
City of Waterloo, IA
Bid Date 7-13-17 @ 1PM
Bid Proposal
_132 17
1111
VITLAIVS%
TaAARKM
BOX A
REINBECK, IOWA 50669-0155
JUL 13 20/ 7pmi: 00:9
F.Y. 2018 Ash Street
Drainage Improvements
Contract No. 936
City Clerks Office
City of Waterloo, IA
Bid Date 7-13-17 @ 1PM
Bid Bond
BID BOND
KNOW ALL MEN BY THESE PRESENTS, that we, Peterson Contractors, Inc.
as Principal, and Travelers Casualty and Surety Company of America
as Surety are held and firmly bound unto the CITY OF WATERLOO , Iowa, hereinafter called
"OWNER." In the penal sum ---Five Percent of the Bid Submitted ---
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 13th day of July
2017 ,for
FY 2018 Ash Street Drainage Improvements In the City of Waterloo, Iowa - Contract NQ. 936
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
shalt 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 6th day of July , A.D. 2017 ,
Witness Dione R. Yo
By
Pet
ntractors, Inc.
Princip
4., (p
,(Seat)
revelers Casu nd Suret
president
an of America (Seal)
Attorney-in-fact Anne Crowner
(Title)
,
TRAVELERS
Farmington Casualty Company
Fidelity and Guaranty Insurance Company
Fidelity and Guaranty Insurance Underwriters, Inc.
St. Paul Fire and Marine Insurance Company
St. Paul Guardian Insurance Company
Attorney -In -Fact No, 231471
POWER OF ATTORNEY
St. Paul Mercury Insurance Company
Travelers Casualty and Surety Company
Travelers Casualty and Surety Company of America
United States Fidelity and Guaranty Company
Surety Bond No. or Project Description: Principal: Peterson Contractors, Inc.
Bid Bond
Obligee: City of Waterloo
KNOW ALL MEN BY THESE PRESENTS: That Farmington Casualty Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian
Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of
America, and United States Fidelity and Guaranty Company are corporations duly organized under the laws of the State of Connecticut, that Fidelity and
Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance
Underwriters, Inc. is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies"), and that the
Companies do hereby make, constitute and appoint Craig E. Hansen, lay D. Freiermuth, Brian M. Deimerly, Cindy Bennett, Anne Crowner,
Tim McCulloh, Stacy Venn, Shirley S. Bartenhagen, and Dione R. Young of the City of West Des Moines State of Iowa, their true and lawful
Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds,
recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing
the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any
actions or proceedings allowed by law.
IN WITNESS WHEREOF, the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this 24th day of
October, 2016.
Farmington Casualty Company
Fidelity and Guaranty Insurance Company
Fidelity and Guaranty Insurance Underwriters, Inc.
St. Paul Fire and Marine Insurance Company
St. Paul Guardian Insurance Company
St. Paul Mercury Insurance Company
Travelers Casualty and Surety Company
Travelers Casualty and Surety Company of America
United States Fidelity and Guaranty Company
State of Connecticut
City of Hartford ss.
Robert L. Raney, Senior Vice President
On this the 24th day of October, 2016, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President
of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and
Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company,
Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do,
executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer.
In Witness Whereof, I hereunto set my hand and official seal.
My Commission expires the 30th day of June, 2021,
�WR' C tt,-GtRla.u.J.Jk-
Marie C. Tetreault, Notary Public
This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington
Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine
Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company,
Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, which resolutions are now in full force
and effect, reading as follows:
RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President,
any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint
Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of
authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and
other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at
any time may remove any such appointee and revoke the power given him or her; and it is
FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any
Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that
each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is
FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or
conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice
President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate
Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly
executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or
their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is
FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President,
any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by
facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or
Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and
any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and
any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the
future with respect to any bond or understanding to which it is attached.
I, Kevin E. Hughes, the undersigned, Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity
and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury
Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and
Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said
Companies, which is in full force and effect and has not been revoked.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 6th day of July , 2017 .
Kevin E. Hughes, Assistant Secretary
To verify the authenticity of this Power of Attorney, ca// 1-800-421-3880 or contact us at www.trave/ersband.conr. Please refer to the
Attorney -In -Fact number, the above -mined individuals and the details of the bond to which the power is attached.
FORM OF BID OR PROPOSAL
F.Y. 2018 ASH STREET DRAINAGE IMPROVEMENTS
CONTRACT NO. 936
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
c. -,r , a Partnership consisting of the following partners:
having familiarized (himself) (themselves) (itself) with the existing conditions on
the project area affecting the cost of the work, and with all the contract documents
listed in the Table of Contents and Addenda (if any), as prepared by the City
Engineer of the City of Waterloo now on file in the office of the City Clerk, City
Hall, Waterloo, Iowa, hereby proposes to furnish all supervision, technical
personnel, labor, materials, machinery, tools, appurtenances, equipment, and
services, including utility and transportation services required to construct and
complete this F.Y. 2018 ASH STREET DRAINAGE IMPROVEMENTS, Contract
No. 936, all in accordance with the above -listed documents and for the unit prices
for work in place for the following items and quantities:
BID
ITEM
DESCRIPTION
UNIT
EST. QTY.
UNIT BID
PRICE
TOTAL BID PRICE
1
REMOVE MISC. SEALCOAT
PAVEMENT
SY
76.1
��"
$ 12:7-C
$ �- Z�;
=�1
2
2" HMA
SY
85,9
$ 45u,12-
$ 3,8(65-Q
3
MODIFIED SUBBASE
TON
27.1
$ 55(.x2, .,
$ 1 L►c101
4
REMOVE PCC SIDEWALK
SF
91.5
$ 175
$ hoCi
5
PCC SIDEWALK, 6"
SF
91.5
$ Fe: _
$ 4n7
6
DETECTABLE WARNING
SURFACE
SF
10.0
a.
$ 140 :
-
$ LiC`C .--
TOPSOIL, 4"
SY
502.1
c.-
CSS
$ L)----
, C;
$ , 2 ,
HYDROSEED
ACRES
LF
0.1
446,2
$ i,DLZ -rC
$ (C -,.c3`-
C�
$ 2,C�;DT
$ 9`./ C;03.
g
STORM SEWER, 2000D, 15"
10
STORM SEWER MANHOLE,
SW -401, 48"
EACH
1.0
$ 3,000
cv_
$ 2
11
TYPE SW -513 INLET, 48" X 48"
EACH
1.0
$ 3;250 P
$ 2 �
12
TAP AND COLLAR STRUCTURE
EACH
1.0
$ /5oG�-c
$ ,,9 \�
FORM OF BID
CONTRACT NO. 936
Page 1 of 3
13
TRAFFIC CONTROL
LS
1.0
$ j,fJ0()r`
$ 1 0,0e
14
FURNISH AND INSTALL
WATTLES, 9" DIA.
LF
480.0
-
$ 3
v
$ 1, 54'°.
15
REMOVE AND DISPOSE,
WATTLES, 9" DIA.
LF
480.0
$ `• N
$ `� ✓
TOTAL BID
$ 55 67
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 «)'
Dollars ($ ) in the form of ‹.t h',<
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 Resident Bidder Certification ( ?C ), or Non -Resident
Bidder Certification ( ). (Mark one.)
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. Date
10. The bidder shall list the MBE/WBE subcontractor(s), amount of subcontracts and
bid items on the City of Waterloo Minority and/or Women Business Pre-bid
FnPnn nr Rin
r.nnMTPArT Nn Q'R Pnno 7 of
Contact Information Form submitted with this Form of Bid or Proposal. The
apparent low Bidder shall submit a list of all other Subcontractor(s) to be used on
this Project to the City of Waterloo by 5:00 p.m. the business day following the day
Bids on this Project are due along with the Non -Collusion Affidavits of All
Subcontractor(s).
The Contractor shall submit information on subcontractors on
"SUBCONTRACTOR REQUEST AND APPROVAL" Form to be provided by City
prior to approval of contract.
The subcontractors listed on this proposal and/or submitted to the Contract
Compliance Officer cannot be changed except for the following reasons:
1) The City of Waterloo does not approve the subcontractors.
2) The subcontractors submit in writing that they cannot fulfill their
subcontracts.
11, The bidder has filled in all blanks on this proposal. Those blanks not applicable
are marked "none" or "NA".
12. The bidder has attached all applicable forms.
13. The Owner reserves the right to select alternates, delete line items, and/or to
reduce quantities prior to the award of a contract due to budgetary limitations.
Peterson Contractors, Inc. 7-12-17
(Name of Bidder) (Date)
BY: Chris D. Fleshner Title Project Estimator
Official Address: (Including Zip Code):
104 Black Hawk St., P.O. Box A
Reinbeck, IA 50669
I.R.S. No. 42-0921654
NON -COLLUSION AFFIDAVIT OF PRIME BIDDER
State of Iowa
County of
Grundy
)ss
Chris D. Fleshner , being first duly sworn, deposes and says that:
1. He is(Owners Partner Officer Representative, orAgent) _._, of Peterson _
Contractors , Incthe 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)
Project Estimator
Title
S. bscribed and sworn to before me this
, 2012;
My commission expires
is` 4.,,. JENNIFER R WISSLER
, Commission Number 761292
My Commission Expires
°iN' January 4, 2019
day of
f ;f 0fl ea &.rck
Title
Z6/30/1-0
Ora
•s4uawn0o0 40814uoO ay} ul papnloul
sl „uoi4eol;1peo aapplg 4uap!saH-uoN„;o wao; ay}lo Adoo v 'plc! s,ao;08a4uo0 344
4ppnn pafiwgns aq Deus uo14e0uwaO 841 •uol4lul;ap anoge 844 o4 6u!pJo00e Jappiq
4uapsal-uou a sl ay 4814} uo14eol;l}1ao e 4;1M A410 ay} apnoad Ileus Jo4oe14uo0 941
:2:130O18 1N3O1Sal-NON
•pal;penb sawooaq ao408a4100
ay} ssalun ul6aq Deus 4081;uoo 04; ;0 6ulplon eq} pue panssi aq Ileus ao14ou
unnop;nus e 'Wllonr sulbaq au 184;e uol}eolbllenb sly; 4aaw 4ou saop 1040814(100
844 4841 pau!waa4ap sl 4! 11 's}uawn0o0 40814100 ay; ul papnloul sl „uoi4801;141a0
aapP18 4uaplsaa„ 40 two; 8144 4o Adoo y 'plq s,ao4oe14uoo 8144 gip pafiwgns
aq Ileus uoge0i;g103 8141 •uoi41ugap anoge 3114 04 6u0pao00e aapplq ;uaplsal
pa!dllenb 8 sl ay 48144 uo14801;1}1a0 8 gum Ap10 8144 apinOJd Ileus ao4oea4uo0 841
•/Gqunoo u6laJo;lo awls
}844 wail slappiq 04 se algeolidde sl uoglugap 4ua6up4s aloes au;
`lapplq 4uapsaa 8 40 uomui;ap ;ua6up4s aloes 8 s814 Aawunoo 461310;
JO awls 1a440u8 11 .4uawanoldw! ollgnd 944 10; 4uawasl;lanp8 4S114
aU4;o a4ep 8144 04 loud sJC9IS 3914;pea! ;e ao; ssaulsnq e 6ulneq
pue 0484s s144 ul ssaulsnq 408su814 04 pazpog4ne Apia 10 uosled v
:Japplg 4uap!sau
:snrollo; se paui;ap aap4an; uaaq s8141applq 4ueplsa] eq1 •lapplq;ueplsaa pal;llenb
e Aq pewloped eq Ileus 'uol;ona;suoo peoi epnlou! yo!gm 's}oe!old ;uawanoadw!
wind pie-Ielapa;-uou 118 'ap03 enrol 844 40 6Z•y£L uol4oaS 44!nn aouepa000e ul
2130018 1N3OIS3e1
213UC1181N3GIS321-NON/1NKQIS321
CONTRACT NO:
PROJECT NAME:
DATE OF LETTING:
RESIDENT BIDDER CERTIFICATION
936
F.Y. 2018 Ash Street Drainage Imbrovements
7-13-17
To be a qualified resident bidder, the bidder shall be a person or
entity authorized to transact business in this state and having a
business for at least three years prior to the date of the first
advertisement for the public improvement. If another state or
foreign country has a more stringent definition of a resident bidder,
the more stringent definition is applicable as to bidders from that
state or foreign country.
This qualification as resident bidder shall be maintained by the contractor and his
subcontractors at the work site until this project is completed.
I hereby certify that I am a resident bidder as defined above.
COMPANY NAME Peterson Contractors, Inc.
CORPORATE OFFICER
TITLE Asst. Treas.
DATE 7-12-17
ITEMS OF POTENTIAL MBE/WEE PARTICIPATION
NOTICE TO PROSPECTIVE BIDDERS:
The following are items from the F.Y. 2018 ASH STREET DRAINAGE
IMPROVEMENTS, Contract No. 936, that have a potential for MBE/BE Participation.
This listing, however, is not intended to be all encompassing; to preclude MBE/WBE
Contractors from bidding on any items of the Proposal as a Subcontractor or the entire
Proposal as a Prime Contractor.
rill)
ITEM
nes CRIF ION-
UNIT
EST. QTY.
1
REMOVE MISC. SEALCOAT PAVEMENT
SY
76.1
2
2" HMA
SY
85.9
3
MODIFIED SUBBASE
TON
27.1
4
REMOVE PCC SIDEWALK
SF
91.5
5
PCC SIDEWALK, 6"
SF
91.5
6
DETECTABLE WARNING SURFACE
SF
10.0
7
TOPSOIL, 4"
SY
502.1
8
HYDROSEED
ACRES
0.1
9
STORM SEWER, 2000D, 15"
LF
446.2
10
STORM SEWER MANHOLE, SW -401, 48"
EACH
1.0
11
TYPE SW -513 INLET, 48" X 48"
EACH
1,0
12
TAP AND COLLAR STRUCTURE
EACH
1.0
13
TRAFFIC CONTROL
LS
1.0
14
FURNISH AND INSTALL WATTLES, 9" DIA.
LF
480.0
15
REMOVE AND DISPOSE WATTLES, 9" DIA.
LF
480.0
MBE!WBE GOALS FOR THIS PROJECT
IMPORTANT: Prime Contract Bidders should be aware that ten percent (10%) MBE
goal and a two percent (2%) WBE goal is attached to this project. "Certified Return
Receipt" letters are no longer needed with the bid showing proof of contacting MBE or
WBE Subcontractors, but the Pre -Bid Contact Information Form must be filled out
completely.
City of Waterloo Contract Compliance Officer:
Contract Compliance Officer
Community Development Board
Carnegie Annex, Suite 202
620 Mulberry Street
Waterloo, IA 50703
Phone: (319) 291-4429
MBEIWBE BUSINESS ENTERPRISE
PRE-BID CONTACT INFORMATION FORM
Prime Contractor Name: Peterson Contractors, Inc. Project Ash St. Drainage
Letting Date: 7-13-17
NO MBEIWBE SUBCONTRACTORS: If you are NOT using any MBE/WBE subcontractors to complete this project, sign below. Attach a brief
explanation as to why subcontracting was not feasible with this project. If any MBEIWBE subcontractors will be used, please use the bottom
portion of this form.
Contractor Signature:
Title: Project EstimatorDate: 7-13-17
SUBCONTRACTORS APPLICABLE: You are required, in order for your bid to be considered responsive, to provide the information on this form
showing ALL of your MBE/WBE subcontractor contacts made for your bid submission. This information is subject to verification. Any questions
should be directed to Contract Compliance Office 319-291-4429.
You are required, in order for your bid to be considered responsive, to provide the information on this Form showing your MBE/ BE Business
Enterprise contacts made prior to your bid submission. This information is subject to verifications and confirmation.
If you are unable to identify MBE/WBE firms to perform portions of the work, please contact Louis Starks, Contract Compliance Officer, for
assistance at (319) 291-4429.
In the event it is determined that the MBEIWBE Business Enterprise goals are not met, then before awarding the contract the City of Waterloo will
make a determination as to whether or not the apparent successful low bidder made good faith efforts to meet the goals.
TABLE OF INFORMATION SHOWING BIDDER'S PRE-BID
MBEIWBE BUSINESS ENTERPRISE CONTACTS
Quotes Received Quotation used in bid
MBE/WBE
Subcontractors
Dates Yes/No
Contacted
Dates 3 Yes/No Dollar Amount Proposed to
Contacted be Subcontracted
D.C. Corporation
7-12-17 Y 7-12-17 Y $4,690.50
(Form CCO-4) Rev. 06-20-02
MBE/WBE BUSINESS ENTERPRISE
PRE-BID CONTACT INFORMATION FORM INSTRUCTIONS
Prime Contractor Responsibilities:
Prime Contractors bidding on City of Waterloo contract work are required to ensure that MBE/WBE businesses are provided the opportunity to
participate in the performance of contracts and subcontracts. Prime contractors are required to assist MBE/WBE businesses in overcoming
barriers to participation, and must make good faith efforts to secure bids from, and award subcontracts to, MBENVBE businesses. For all contract
bids of $50,000 or more, the following is required to demonstrate good faith efforts in accordance with this policy:
1. "MBENVBE BUSINESS ENTERPRISE PRE-BID CONTACT INFORMATION FORM" submitted with the prime contractor bid, properly
completed and signed on Form CCO-4 (Rev. 06-20-02). Please note that this document must include all subcontractor contacts, bids received,
and awarded - not just those related to disadvantaged business enterprise vendors.
2. A minimum of three (3) MBENVBE business contacts must be made and documented, if there are at least three (3) MBENVBE businesses
offering services in the areas to be subcontracted (see City of Waterloo MBENVBE Certified List). If less than three (3) are offering the services to
be subcontracted, then a contact is required for any that are listed as providing that service. If you have submitted a MBENVBE contact not on the
City's MBENVBE list, attach a copy of the certification from another government agency.
3. Contacts to each MBE/WBE businesses are required to be a minimum of seven (7) workinq days crier to the date the prime contractor submits
the bid to the City of Waterloo.
4. The following documentation must accompany the "MBENVBE BUSINESS ENTERPRISE PRE-BID CONTACT INFORMATION FORM" for
each MBENVBE business contacted:
a. A copy of the bid received from the MBENVBE, OR
b. If no bid was received a copy of correspondence received from the MBENVBE with a "no bid" response, OR
c. If no response was received, a copy of the solicitation sent to the MBENVBE with proof of mailing attached.
5. If any MBENVBE business submitting bids are not selected for subcontract award, documentation must accompany the "MBENVBE BUSINESS
ENTERPRISE PRE-BID CONTACT INFORMATION FORM" on why the MBE/WBE was not selected. These reasons could include:
a. Not low bid. Copies of the competing bids may be required for verification.
b. MBENVBE did not bid, withdrew bid or was non-responsive.
c. Documentation of other business-related reason for not selecting the MBENVBE business for a subcontract.
d. Prime contractor self performs work.
e. Any other reason relied on by the Prime Contractor.
The Contract Compliance Officer will determine the weight to be given to each item listed above (supported by appropriate documentation) based
on overall program goals.
Subcontractors Responsibilities:
1. Each MBE/WBE firm planning to submit quotes on construction projects with goals, shall submit a Letter of Intent to Bid (Form CCO-5) to
the City Contract Compliance Officer seven (7) working days prior to bid opening, listing specific items which the MBENVBE firm is
interested in bidding. If the City Contract Compliance Officer does not receive sufficient scope letters seven (7) working days prior to bid
opening, goals on subject project will be reduced accordingly. Agreements between the bidder/proposer and an MBENVBE in which the
MBENVBE promises not to provide subcontracting quotations to other bidders/proposers are prohibited.
Form CCO-4A Rev. 07-08-02
PETERSON CONTRACTORS, INC.
www.petersoncontractors.com
104 Blackhawk Street
P.O. Box A
Reinbeck, Iowa 50669
Phone: 319-345-2713
QUOTE
PROPOSAL FOR: Ash Street Drainage Improvements CO. 936
THE FOLLOWING ITEMS AND PRICES ARE QUOTED:
Fax: 319-345-2991
ITEM # DESCRIPTION UNIT TYPE QUANTITY UNIT PRICE TOTAL AMOUNT
1 REMOVE MISC SEALCOAT PAVEMENT SY 76. 100 12.50 951.25
2 2" HMA SY 85. 900 45.00 3, 865. 50
3 MODIFIED SUBBASE TN 27. 100 55.00 1, 490. 50
4 REMOVE PCC SIDEWALK SF 91. 500 1.75 160. 13
5 6" PCC SIDEWALK SF 91. 500 50.00 4, 575. 00
6 DETECTABLE WARNING SURFACE SF 10. 000 40.00 400. 00
7 4" TOPSOIL SY 502. 100 5.25 2, 636.03
8 HYDROSEED AC . 100 20, 000.00 2, 000.00
9 15" STORM SEWER LF 446.200 65.00 29, 003.00
10 SW -401 48" MANHOLE EA 1.000 3, 000.00 3, 000. 00
11 SW -513 48" X 48" INLET STRUCTUR EA 1.000 3, 250.00 3, 250. 00
12 TAP & COLLAR STRUCTURE EA 1. 000 2, 500.00 2, 500. 00
13 TRAFFIC CONTROL LS 1.000 1, 000.00 1, 000. 00
14 9" FURNISH & INSTALL WATTLES LF 480.000 3.25 1, 560. 00
15 9" WATTLES REMOVE & DISPOSE LF 480. 000 1.00 480. 00
TOTAL QUOTED AMOUNT:
PETERSON CONTRACTORS, INC.
July 13,2017
$ 56, 871.40