HomeMy WebLinkAboutPeterson Contractors IncE�ERS�II
VAMIKVakra
ANC.
BOX A
REINBECK, IOWA 50669-0155
goo �m
rvzozo Wfra OIL •
&Ws nb. RM-Slss&vLk) 0-7
Coll 6 r Mernii:3O
1B \IC) ec)KMSPirL,
F\I 2t16 Vat) DQ.
aolEcer 1\\D 4 RA- SkscoeiA ea an
et, of Ntc-TE�1C0
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 9th day of July
2020 , for F.Y. 2020 Warp Drive R.I.S.E Protect No. RM-8155(764)--9D-07, Contract
977, Waterloo, IA
NOW, THEREFORE,
(a) If said Bid shall be rejected, or in the alternate,
(b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the form specified
and shall furnish a bond for his faithful performance of said contract, and for the payment of all persons
performing labor or furnishing matenals 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 22nd day of June , A.D 2020
Petrso$Contractors, Inc.
Principal
C:N\ar
By (4 (-t; N
Travelers Ca u ty and°Surety Company of iNn3trApp
Suety
(Seal)
r
fl
Attor ey-in-fact Anne Crowner',
(Title)
3
•
Travelers Casualty and Surety Company of America
Travelers Casualty and Surety Company
St. Paul fire and Marine Insurance Company
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St.
Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the
'Companies"), and that the Companies do hereby make, constitute and appoint Anne Crowner of Waukee
Iowa , their true and lawful Attorney -in -Fact 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 17th day of January,
2019.
f
��sl � �R�Tyr�d
HARTFORQ) -et 'a
GMT?, q
s Y4
State of Connecticut
By
City of Hartford ss.
Robert L. Rane enior Vice President
On this the 17th day of January, 2019, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President
of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance 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 said
Companies 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
lr:rrrr, ef
iji
+ , r it.. �
t
i t1cTAR Y ke* PIJP-1.M
fir
it
''w��t Ec K#t
Anna P. Nowik, Notary Public
This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Travelers Casualty and
Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance 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 Travelers Casualty and Surety Company of America, Travelers Casualty and Surety
Company, and St. Paul Fire and Marine Insurance 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 remains in full force and effect.
Dated this 22nc1 day of Jurie
7rt+7.
HARTFORD? Pi;
r
r44.4 sit
, 2020
euee
Kevin E Hughes, Assistant Secretary
To verify the authenticity of this Power of Attorney, please call us at 1-000-421-3880.
Please refer to the above -named Attorney -in -Fact and the details of the bond to which this Power of Attorney is attached,
FORM OF BID OR PROPOSAL
F.Y. 2020 WARP DRIVE R.I.S.E. PROJECT NO. RM-8155(764)--9D-07
CONTRACT NO. 979
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
TT...a - , 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. 2020 WARP DRIVE R.I.S.E. PROJECT NO. RM-8155(764)--
9D-07, CONTRACT NO. 977, all in accordance with the above -listed documents
and for the unit prices for work in place for the following items and quantities:
F.Y. 2020
WARP
DRIVE
R.I.S.E.
CONTRACT
PROJECT
NO.
977
NO.
RM-8155(764)--9D-07
ITEM
N0.
ITEM
UNIT
ELIGIBLE
NON-
ELIGIBLE
TOTAL
QN
UNIT
PRICE
BID
TOTAL
BID
PRICE
2.01
CLEARING
AND
GRUBBING
AC
2
1.2
3.2
$ 41
e-
$ ,sZ/ &
c�
CY
1,800
15,200
17,000
$ 4,35
$ 93,9co,-
2.02
TOPSOIL,
ON
-SITE
—
$
10
CY
3,500
51,500
55,000
$
�� 7�(,
2.03
EXCAVATION,
CLASS
n
SY
4,158
4,158
$ I r
$ 4/
2.04
SUBGRADE
PREPARATION
C?.
SUBBASE,
6'
MODIFIED,
St
4,158
4,158
$
$ �
2.05
WARP
DRIVE
SY
67
2:7i
c2%/I�
SUBBASE,
4'
MODIFIED,
420
$
to
$
2.06
SY
420
93Z
TEMPORARY
TURNAROUND'
2.07
8"
MACADAM
SY
SY
420
420
$
$ 4
STONESUBBA
`
SUBGRADE
$ I
$
2 08
CY
350
350
a
G'
OVEREXCAVATION
b2
'
2.09
GRANULAR
STABILIZATION
TN
685
685
$ (90 tP
$ 131700
`�
-
SANITARY
SEWER
GRAVITY,LF
1,177
1,177
$ G,/�
$
4.01
TRENCHED,
PVC
TRUSS,
12
I I-�'
t
r7(c
I
J
c�
4.02
SANITARY
SEWER
GRAVITY
LF
59
59
$
i Ce0t
$ ggijo
.....
t
MAIN,
TRENCHED,
DIP,
12"
FORM OF BID
CONTRACT NO 977
RM-8155(764)--9D-07
4-1
4.03
SANITARY
TRENCHED,
SEWER
PVC
SERVICE,
6"
LF
120
120
$
o
,
$
4.04
STORM
GASKETED
SEWER,
RCP,
TRENCHED,
15"
LF
119
119
a
$
4
$
q 570
4.05
STORM
GASKETED
SEWER,
RCP,
TRENCHED,
24"
LF
652
652
$
$
,371
57
Ito `1 '
'
4.06
STORM
GASKETED
SEWER,
RCP,
TRENCHED,
30"r
LF
455
455
$ a
$ G�f�Q
��
4.07
SUBDRAIN,
HDPE,
6"
LF
2,080
2,080
$ C :
$ is,, 7 20
s
4.08
SUBDRAIN
CLEANOUT
EA
2
2
$
$ j 70
3sO,
4.09
PIPE
APRON,
RCP,
15"
EA
1
1
$ M
$ / /
,
4.10
PIPE
APRON,
RCP,
30"
EA
1
1
$
/ - ,
$ / 300
o
5.01
WATER
DIP,
8"
MAIN,
TRENCHED,
LF
1,158
1,158
$ �/
$
91a
e,igzf-
5.02
WATER
DIP,
6
MAIN,
TRENCHED,
LF
32
32
$
$
f�
%"
/72
5.03
WATER
TRENCHED,
SERVICE,
DIP,
8"
LF
192
192
$ p,Ae�'
$ C� go
t�"
1z
T
C�
5.04
FITTING,
TEE,
8"
x
6"
EA
4
4
$ 415
$ / 7 o0 •�
5.05
FITTING,
TEE,
8"
x
8"
EA
3
3
$ i.k
,
$ / 3Sf5 •�
5.06
FITTING,
REDUCER,
8"
x
6"
EA
1
1
$3CSOe
$ 00:
5.07
FITTING,
22.5
DEG
BEND,
8"
EA
8
8
$ 315
$ 7..0
s�
5.08
VALVE,
MJ
GATE,
6"
EA
4
4
$
11C0t
$
(gc
5.09
VALVE,
MJ
GATE,
8"
EA
6
6
$ (q
,
$ 01105
T
5.10
FIRE
HYDRANT
ASSEMBLY
EA
4
4
$ ®
$ fil 7(
.-
5.11
DEAD
END
FIRE
HYDRANT
EA
1
1
$:
$ 5
i®
6.01
MANHOLE,
SW-401,
60"
EA
1
1
_
$
$ 32406 '®4_
(3200'
$ COO 00 rf
,
$
e-
6.02
MANHOLE,
SW-301,
48"
EA
3
3
/CWOC)
6.03
MANHOLE,
SW-301,
60"
EA
1
1
$
(Z,3
T
$ /7, 30
i
6.04
INTAKE,
SW-507
EA
2
2
$
$ /L%lico
r
6106
T
6.05
INTAKE,
SW-509
EA
4
4
$ (0500
$ 2tI
c
7.01
PAVEMENT,
C-SUD
PCC,
9"
SY
3,720
3,720
y
$ tic-
$ f1" %f gal
7.02
PAVEMENT
REMOVAL
SY
75
75
$ / Z `
$ 900
r
8.01
TEMPORARY
TRAFFIC
LS
1
1
$ 2&5O,.r
$ 2.8 Sb
CONVENTIONAL
SEEDING,
$ i
ZOO
,�
$
goo
9.01
FERTILIZING
AND
AC
1
31
32
t
3g,
M
MULCHING
9.02
FILTER
SOCK
(INSTALL
&REMOVAL)
LF
3,000
3,000
$�
j'
$
�-
9.03
RIP
RAP,
EROSION
STONE
TON
25
25
$ /k,,---
$ /1 5-6 (T
9.04
SILT
FENCE
(INSTALL
LF
2,000
2,000
$�
$ s
I
9.05
INLET
(INSTALL,
PROTECTION
MAINTENANCE,&
EA
6
6
$ 1501
$ �j(�C3
V
9.06
CONSTRUCTION
(INSTALL,
REMOVAL)
MAINTENANCE,
ENTRANCE
&
EA
1
1
$ (
` SW
W
FORM OF BID
CONTRACT NO 977
RM-8155(764)--9D-07
4-2
FENCE
REMOVAL,
FIELD
9.07
FENCE
LF
1,900
1,900
$
$ zs 0
%
11.01
MOBILIZATION
LS
1
1
$ tat,
$ l 701060
e
11,02
MAINTENANCE
BOND
LS
1
$ 04
$ 6660
TOTAL BID $
1, /54, 95/. s2
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.
Security in the sum of 0
Dollars ($ crF f ) in the form of 13f1) i+
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.
The bidder is prepared to submit a financial and experience statement upon
request.
The Prime Contractor and Subcontractor(s), which have performed an aggregate
of $10,000.00 in work for the City in the current calendar year, are prepared to
submit an AAP or Update and an EOC, within ten (10) days of notification that the
bid submitted is lowest and acceptable.
9. The bidder has received the following Addendum or Addenda:
Addendum No. 1 Date 2
10. The bidder shall list the MBE/WBE subcontractor(s), amount of subcontracts and
bid items on the City of Waterloo Minority and/or Women Business Pre -bid
Contact Information Form submitted with this Form of Bid or Proposal. The
apparent low Bidder shall submit a list of all other Subcontractor(s) to be used on
this Project to the City of Waterloo by 5:00 p.m. the business day following the day
FORM OF BID
CONTRACT NO 977 4 - 3
RM-8155(764)--9D-07
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.
(Name of Bidder)
-Nria-Acv. CT' [26 ZO
(Date)
Title �s7 7M n2. /
Official Address: (Including Zip Code):
8/0( kACtedk-
I.R.S. No.
FORM OF BID
CONTRACT NO 977 4 - 4
RM-8155(764)--9D-07
INFORMATION NEEDED
FOR
IOWA CONSTRUCTION SALES TAX EXEMPTION CERTIFICATE
CONTRACTOR NAME: ETE.tS
ADDRESS: ) 0 (i 8
g,el./rTBECK_
�a
� ST
(Qfa9
(Check One) PRIME
FEDERAL ID#• I42.O9 2. Its 55 4
P ROJECT NAME: 202.0
P ROJECT CONTRACT NO.:
DESCRIPTION OF WORK:
O Brickwork
Carpentry
Concrete
O Drywall -Plaster -Insulation
❑ Electrical
Wxcavation/Grading
❑ Flooring
WitHeavy Construction
Heating -Ventilating -Air Cond
■
■
SUBCONTRACTOR
■
Landscaping
Painting
❑ Paving
❑ Plumbing
❑ Roofing -Siding -Sheet Metal
Windows
Wreck ng-Demolition
O Other (Please specify)
■
■
INFORMATION FOR SALES TAX EXEMPTION
CONTRACT 977
RM-8155(764)--9D-07
5-1
NON -COLLUSION AFFIDAVIT OF PRIME BIDDER
State of IDLO n
County of eI R U NDY
Mutt oh(en
)ss
, being first duly sworn, deposes and says that:
1. He is (Owner, Partner, Office ,-epresentative or Agent) of ire+ I 0 n
Cohtrot t rs Int. , 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 intere , including this
affiant.
(Signed)
Pr bJ Ct Man
Title
Subscribed and sworn to before me this lt) day of ‘QIA 113
{2LUr
My commission expires
i
NON -COLLUSION AFFIDAVIT -
PRIME RM-8155(764)-9D07
j22
ow
JENNIFER R WISSLER
Commission Number 761292
My Commission Expires
January 04, 2022
, 2020.
A66 -, 7k-eabu f e'
Title
CONTRACT NO. 977 7 - 1
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
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
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.
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.
EQUAL OPPORTUNITY CLAUSE CONTRACT 977 8 - 1
RM-8155(764)--9D-07
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)
r
(Title)
7/7 /2r)2C:
(D te)
EQUAL OPPORTUNITY CLAUSE CONTRACT 977 8 - 2
RM-8155(764)--9D-07
Bidder Status Form
To be completed by all bidders
Please answer "Yes" or "No" for each of the following:
26.es ❑ No
0/Yes
ReYes
Er -Yes
❑ No
❑ No
❑ No
[✓'Yes ❑ No
Part A
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: II- / ZZ- / S to -� Address: It old-t' -e•Cut S*
City, State, Zip• t' iv, k it ' (D(09
Dates:
Dates:
to /
You may attach additional sheet(s) if needed.
Address:
City, State, Zip:
Address
City, State, Zip•
To be completed by non-resident bidders
1. Name of home state or foreign country reported to the Iowa Secretary of State:
Part C
2 Does your company's home state or foreign country offer preferences to bidders who are residents? 0 Yes ❑ No
3. If you answered "Yes" to question 2, identify each preference offered by your company's home state or foreign country
and the appropriate legal citation.
To be completed by all bidders
You may attach additional sheet(s) if needed.
Part D
I certify that the statements made on this document are true and complete to the best of my knowledge and I know that my
failure to provide accurate and truthful information may be a reason to reject my bid.
Firm Name: i'f
Signature:
t
0
- P ' td.e-i" Date: ) 62 (
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 02-14
Worksheet: Authorization to Transact Business
This worksheet may be used to help complete Part A of the Resident Bidder Status form. If at least one of the following
describes your business, you are authorized to transact business in Iowa.
[✓'Yes ■ No
Yes QeNo
❑ Yes E No
Qf Yes 0 No
El Yes ErNo
■
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.
Yes [i'No My business is a limited liability partnership which has filed a statement of qualification in this
state and the statement has not been canceled.
0 Yes Q-No
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.
Yes acto 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.
❑Yes jNo
❑ Yes 2'No
❑ Yes [✓]'No
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 02-14
Form 730007WP 7-97
Contractor ePACISCSIA CS.:.:.-i
Project#
County
City 04.ke,kat,
TARGETED SMALL BUSINESS (TSB)
PRE -BID CONTACT INFORMATION
(To Be Completed By All Bidders Per The Current Contract Provision)
Page#
In order for your bid to be considered responsive, you are required to provide information on this form showing your Targeted Small Business contacts made with your bid submission. This information is subject to
verification and confirmation.
In the event it is determined that the Targeted Small Business goals are not met, then before awarding the contract, the Contracting Authority will make a determination as to whet her or not the apparent successful low
bidder made good faith efforts to meet the goals.
NOTE: Every effort shall be made to solicit quotes or bids on as many subcontractable items as necessary to achieve the established goals. If a TSB's quote is used in the bid, it is assumed that the firm listed will be used
as a subcontractor.
TABLE OF INFORMATION SHOWING BIDDERS PRE -BID
SUBCONTRACTOR
TSB
DATES
QUOTES
RECEIVED
QUOTATION
USED
IN
BID
YES/
Nrl
DATES
rnNTAM' Fll
YES/
Nn
DOLLAR AMT. PROPOSED
in RF RI IRr:r1NTRACTFn
CONTACTED
1®�
✓
✓
JLI--b
7/8
7 1
0D
b
b C CO‘re
.1%7
1(1
NO
Total dollar amount proposed to be subcontracted to TSB on this project $ List
items by name to be subcontracted:
P rime Contractor Name.
MBE/WBE BUSINESS ENTERPRISE
E-BID CONTACT INFORM • TION FORM
Project: bail tr.
Letting Date: licklitOZO
N O MBE/WBE SUBCONTRACTORS: If you are NOT using any MBE/WBE subcontractors to complete this project, sign below. Attach a brief
explanation as to why subcontracting was not feasible with this project. If any MBE/WBE subcontractors will be used, please use the bottom
portion of this form.
Contractor Signature:
Title: C31741
Date: 7 2�®
S UBCONTRACTORS 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/WBE Business
Enterprise contacts made prior to your bid submission. This information is subject to verifications and confirmation.
If you are unable to identify MBE/WBE firms to perform portions of the work, please contact Rudy Jones, Contract Compliance Officer, for
assistance at (319) 291-4429
In the event it is determined that the MBE/WBE Business Enterprise goals are not met, then before awarding the contract the City of Waterloo will
make a determination as to whether or not the apparent successful low bidder made good faith efforts to meet the goals.
TABLE OF INFORMATION SHOWING BIDDER'S PRE -BID
MBE/WBE BUSINESS ENTERPRISE CONTACT
Quotes
Received
Quotation
used
in
bid
Subcontractors
MBE/WBE
Dates
Contacted
Yes/No
Dates
Contacted
Yes/No
Dollar
Proposed
to
Amount
be Subcontracted
cE
��
Nee
ils
KO
6
71,
-�
(Form CCO-4) Rev. 06-20-02
CONTRACT 977
RM-8155(764)--9D-07
12D - 1
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.
(Name of Bidder)
C. 1' /zaao
(Date)
Title er r7Nt
Official Address: (Including Zip Code):
104 it ACKt tktaa
Ze1 ctC. , 4 • Cefa9
I.R.S. No. 112.' d921 (Q5 4
�PM
FORM OF BID
CONTRACT NO 977 4 - 4
RM-8155(764)--9D-07