Loading...
HomeMy WebLinkAboutPeterson Contractors Inc UZIMm e � UNC . BOX A REINBECK, IOWA 50669-0155 FY2021 Leversee Road Lift Station Project # 5623 Contract #983 City of Waterloo , IA Bid Date 11 - 19 - 20 Bid Proposal I a���ac�oRS0 0 Ic ILII FY2021 Leversee Road Lift I Box A Station Project #5623 REINBECK, IOWA 50669-0155 Contract #983 City of Waterloo , IA Bid Date 11 - 19 - 20 Bid Bond FORM OF BID OR PROPOSAL FY 2021 LEVERSEE ROAD LIFT STATION PROJECT NO . 5623 CONTRACT NO . 983 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 Iowa 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 FY 2021 LEVERSEE ROAD LIFT STATION PROJECT NO . 5623 , CONTRACT NO . 983 , all in accordance with the above- listed documents and for the unit prices for work in place for the following items and quantities : FY 2021 LEVERSEE ROAD LIFT STATION PROJECT NO . 5623 CONTRACT NO , 983 ITEM NOV ITEM UNIT QTY. UNIT PRICE TOTAL 2 . 01 TOPSOIL, ON SITE CY 550 $ $ 2 . 02 EXCAVATION, CLASS 10 CY 2850 $ $ 2 . 03 SUBGRADE PREPARATION , 12 " SY 1270 $ $ 2 . 04 SUBBASE, 611 , MODIFIED SY 190 $ $ SANITARY SEWER, GRAVITY MAIN , $ $ 4 .01 TRENCHED, TRUSS, 12 " LF 118 SANITARY SEWER, FORCE MAIN, $ $ 4 . 02 TRENCHED, PVC, 6 " LF 175 5 . 01 WATER MAIN , TRENCHED, DIP, 6 " LF 50 $ $ 5 . 02 FIRE HYDRANT ASSEMBLY EA 1 $ $ 6 . 01 SANITARY MANHOLE CONNECTION EA 2 $ $ 6 .02 SW-515 INTAKE RECONSTRUCTION EA 1 $ $ 7 . 01 CURB AND GUTTER REMOVAL LF 91 $ $ 7 . 02 PAVEMENT, C-SUD PCC, 9 " SY 167 $ $ 7 . 03 GRANULAR SURFACING, 12 " SY 965 $ $ 8 . 01 TEMPORARY TRAFFIC CONTROL LS 1 $ $ HYDRAULIC SEEDING, FERTILIZING, $ $ 9 . 01 AND MULCHING AC 0 . 54 FORM OF BID CONTRACT NO . 983 4 - 1 5623 9 . 02 8 ' SECURITY CHAIN LINK FENCE LF 244 $ $ 9 . 03 8 ' SECURITY FENCE GATE EA 2 $ $ 9 . 04 SILT FENCE, INSTALLATION LF 575 $ $ 9 . 05 SILT FENCE, MAINTENACE LF 575 $ $ 9 . 06 SILT FENCE, REMOVAL LF 575 $ $ INLET PROTECTION DEVICE, $ $ 9 . 07 INSTALLATION EA 2 INLET PROTECTION DEVICE, $ $ 9 . 08 MAINTENANCE EA 2 INLET PROTECTION DEVICE, $ $ 9 . 09 REMOVAL EA 2 STABILIZED CONSTRUCTION $ $ 9 . 10 ENTRANCE, INSTALLATION EA 1 STABILIZED CONSTRUCTION $ $ 9 . 11 ENTRANCE, MAINTENANCE EA 1 STABILIZED CONSTRUCTION $ $ 9 . 12 ENTRANCE, REMOVAL EA 1 SEEDING , FERTILIZING AND $ $ 9 . 13 MULCHING AC 5 . 0 9 . 14 MULCHING AC 5 . 0 $ $ 11 . 01 MOBILIZATION LS 1 $ $ UNIT MASONRY ELECTRICAL $ $ 12 . 01 CONTROL BUILDING LS 1 ELECTRICAL PACKAGE, GENERAL $ $ ELECTRICAL REQUIREMENTS, 12 . 02 INCLUDING GENERATOR LS 1 WET WELL AND PUMP CONTROL $ $ 12 . 03 SYSTEMS LS 1 12 . 04 VALVE VAULT LS 1 $ $ 12 . 05 AIR RELEASE MANHOLE LS 1 $ $ 12 . 06 METERING MANHOLE LS 1 $ $ TOTAL BID $ 1 , 048 , 993 . 75 Pleom, �sefe 4�2,,�c�o�1l�n'2Qt ,ed Get t` 2OiPc) 2 . It is understood that the quant- hies se� tb 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 . FORM OF BID CONTRACT NO . 983 4 - 2 5623 4 . Security in the sum of Dollars ($ ) in the form of Sr< 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 . DateI � IdoLZozo 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 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 . FORM OF BID CONTRACT NO . 983 4 - 3 5623 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 . 20Zo ( Name of Bidder) ( Date ) BY : Title lei M WLQa — Official Address : ( Including Zip Code ) : tog 96�4k 440V . s+ c r% aJL �o(��q I . R . S . No . � 2 - og z l X54 FORM OF BID CONTRACT NO . 983 4 - 4 5623 INFORMATION NEEDED FOR IOWA CONSTRUCTION SALES TAX EXEMPTION CERTIFICATE CONTRACTOR NAME : ADDRESS . 104 B ( Ac k k" V S+ 0 . B A ( Check One) PRIME X SUBCONTRACTOR FEDERAL ID# : PROJECT NAME : tY1021 er'sec PuLL%R aoa*yy, ��nrec� J(o23 PROJECT CONTRACT NO . : DESCRIPTION OF WORK : Fogrickwork Epelandscaping carpentry ❑ Painting Concrete " aving ❑ Drywall - Plaster- Insulation R'Olumbing EYElectrical Goofing -Siding -Sheet Metal R Excavation /Grading ❑ Windows ❑ Flooring ElWrecking - Demolition " eavy Construction ❑ Other ( Please specify) ❑ Heating -Ventilating -Air Cond INFORMATION FOR SALES TAX EXEMPTION 5 - 1 CONTRACT 983 5623 NON - COLLUSION AFFIDAVIT OF PRIME BIDDER State of , ' ) )ss County of 0 uA a lr\ dU ) OV1Y- tS qt 'S xhte C being first duly sworn , deposes and says that : 1 . e is Owner Partner Officer a resentativ or Agent) of P A S — i� the Bidder that as s ted 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 ) cc ' ` Title Subscribed and sworn to before me this ` � day of 2020 . Title � OUDl f, C' My commission expires AMY L. CLARK ' pCommission Number 798999 My Commission Expires ow ► August 30, 2022 NON -COLLUSION AFFIDAVIT - CONTRACT NO . 983 7 - 1 PRIME 5623 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 EQUAL OPPORTUNITY CLAUSE CONTRACT 983 8 - 1 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 ) UJ (Appropriate Official ) (Title ) 11 / let / 002D ( Date ) EQUAL OPPORTUNITY CLAUSE CONTRACT 983 8 - 2 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 TITLE VI CIVIL RIGHTS CONTRACT 983 9 - 1 5623 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, 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 CONTRACT 983 9 - 2 5623 Bidder Status Form To be completed by all bidders Part A Please answer "Yes" or " No" for each of the following : [� Yes ❑ No 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) . Yes ❑ No My company has an office to transact business in Iowa . (� Yes ❑ No My company's office in Iowa is suitable for more than receiving mail , telephone calls , and e-mail . Yes ❑ No My company has been conducting business in Iowa for at least 3 years prior to the first request for bids on this project . Yes ❑ No 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 : �_ to / � / 0 Address : N � �� ® • �` A k City, State , Zip : dtA" Dates : / / to / / Address : City, State , Zip : Dates : / / to / / Address : You may attach additional sheet(s) if needed. City, State , Zip : To be completed by non- resident bidders Part C 1 . Name of home state or foreign country reported to the Iowa Secretary of State : 2 . Does your company's home state or foreign country offer preferences to resident bidders , resident labor ❑ Yes ❑ No force preferences or any other type of preference to bidders or laborers? 3 . If you answered "Yes" to question 2 , identify each preference offered by your company's home state or foreign country and the appropriate legal citation . You may attach additional sheet(s) if needed. To be completed by all bidders Part D I certify that the statements made on this document are true and complete to the best of my knowledge and I know that my failure to provide accurate and truthful information may be a reason to reject my bid . Firm Name : �1�i1 Signature : — Date : 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) 10 - 1 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 My business is currently registered as a contractor with the Iowa Division of Labor. ❑ Yes ] No My business is a sole proprietorship and I am an Iowa resident for Iowa income tax purposes . ❑ Yes No 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 . Yes ❑ No 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 . ❑ Yes No 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 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 . El Yes 1 No My business is a limited liability partnership which has filed a statement of qualification in a ysl state other than Iowa , has filed a statement of foreign qualification in Iowa and a statement of cancellation has not been filed . ❑ Yes ( No 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 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 . ❑ Yes No My business is a limited liability company whose certificate of organization is filed in Iowa and has not filed a statement of termination . ❑ Yes No 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) 10 -2 Revised February 2003 CONTRACTOR' S OR SUBCONTRACTOR' S AFFIRMATIVE ACTION PROGRAM Check box that applies to party completing program : ( ) General Contractor ( ) Subcontractor I . Section A to be completed by GENERAL CONTRACTORS only : A . Name of Company Address of Company IN j6llooks 4oi& >b %& A Zip xxolo9 Telephone Number ( Federal ID Number ( if no Federal ID Number , Owner/President' s Social Security Number) qz - b 9Z /& 54 Name of Equal Employment Officer Metric {�e' et^E. cnr, Name of Project F bzl LeVeresee !Rla WR S+a zan 5623 it Project Contract Number qS3 Estimated Construction Work Dates / ZoZI l 2021 Start Fi ish Section B to be completed by SUBCONTRACTORS only : Be Name of General or Prime Contractor Name of Subcontractor Subcontractor' s Address Zip Subcontractor' s Telephone Number Subcontractor' s Federal ID Number ( if no Federal ID Number Owner/ President' s Social Security Number) Name of Equal Employment Officer AFFIRMATIVE ACTION CONTRACT 983 5623 C . Remainder of program to be completed by party completing program , either Prime or Subcontractor. 1 . The Owners and /or Principals of your company : Ethnic Name Address Position Sex Origin 2 . Other Areas of Interest : If your company has branches or subsidiaries , or if your company is a branch or subsidiary of a parent organization , give the following information : Type of Name Address Affiliation Degree II . EMPLOYER ' S POLICY ( Please read carefully. ) A . We , the undersigned , recognize that we are morally and legally committed to nondiscrimination in employment . Any person who applies for employment with our company will not be discriminated against because of race , color, creed , sex , national origin , economic status , age , mental or physical handicap . Be The employment policies and practices of the undersigned are to recruit and hire employees without discrimination , and to treat them equally with respect to compensation and opportunities for advancement , including training , upgrading , promotion , and transfer. However, we realize the inequities associated with employment training , upgrading , contracting and subcontracting for minorities and women and we will direct our efforts to correcting any deficiencies to the maximum extent possible . The same will be required of our SUBCONTRACTORS and suppliers . C . We submit this program to assure compliance with Executive Order 11246 , as amended , and other subsequent orders that may pertain to AFFIRMATIVE ACTION CONTRACT 983 11 - 2 5623 equal employment opportunity and merit employment policies , fully realizing that our qualification and /or merit system should be evaluated and revised , if necessary . D . We agree to put forth the maximum effort to achieve full employment and utilization of capabilities and productivity of all our citizens without regard to race , creed , color, sex , national origin , economic status , age , and mental or physical handicap . E . will give training ( Name of Company) and employment opportunities to local residents of Waterloo , Iowa , to the greatest extent feasible . III . AFFIRMATIVE ACTION A . recognizes that the ( Name of Company) effective application of a policy of merit employment involves more than just a policy statement , and ( Name of Company) will , therefore , re-evaluate our Affirmative Action Program to ensure that equal employment opportunities are available on the basis of individual merit , and to actively encourage minorities , women and local residents to seek employment with our company on this basis . BW ?C7 will undertake the ( Name of Company) following six (6 ) steps to improve our Affirmative Action Program : 1 . Minority Recruitment and Employment ; 2 . Local Recruitment and Employment ; 3 . Disabled Veteran and Vietnam Era Veteran Recruitment and Employment ; 4 . Handicapped Recruitment and Employment ; 5 . Female Recruitment and Employment; and 6 . Training , Upgrading and Promotional Opportunities . C . will take ( Name of Company) whatever steps are necessary to ensure that our total work force has adequate minority , female , and local representation . We will utilize the following methods in our recruitment attempts : 1 . Local advertising media ( newspapers , radio , TV) ; 2 . Community organizations (churches , clubs , schools ) ; 3 . Public and private institutions in the area ( UNI , Hawkeye Community College ) ; AFFIRMATIVE ACTION CONTRACT 983 11 - 3 5623 4 . Job Service of Iowa ; and 5 . Other . Do � �� will seek qualified minority , ( Name of Company) female , and local group applicants for all job categories and will make asserted efforts to increase minority , female and group representation in occupations at the higher levels or skill and responsibility . E . All sources of employment used shall be aware that we are an Equal Employment Opportunity Employer . Labor organizations representing our employees will be notified of our Equal Employment Opportunity Policy and Affirmative Action Program . F . Training , upgrading , promotion and transfer activities at all levels will be monitored to ensure that full consideration has been given to qualified minority , female , and local group employees . G . will encourage other ( Name of Company) companies with whom we are associated and /or do business , to do the same and we will assist them in their efforts . H . has taken the following ( Name of Company) Affirmative Action to ensure that minority , female , local contractors and/or suppliers were provided opportunities to negotiate and /or bid on this project : ( if none , write ,, NONE " ) 1 . 17 C ice ., 2 . I . As a result of the above efforts , we have involved minority , female , and local contractors and /or suppliers in the following areas of subcontracting : ( if none , write " NONE " ) 1 . SCC Pow 1\ . ��,, Ci 2 l des will require approved ( Name of Company) Affirmative Action Programs from all nonexempt contractors who propose to work on this project and will take whatever steps are necessary to ensure that non - minority contractors have adequate AFFIRMATIVE ACTION CONTRACT 983 11 ** 4 5623 representation of minority , female and local persons in their total work force . K . In further accordance with rules and guidelines issued pursuant to Executive Order 11246 as amended , we establish the goals for our company , based on parity percentages supplied by the City , and we realize these goals will be reviewed on an annual basis . L , pGZ will keep records of ( Name of Company) specific actions relative to recruitment , employment , training , upgrading and promotion and will provide the City of Waterloo with any information relative to same , including activities of our SUBCONTRACTORS and suppliers as necessary or when requested . M . Parity figures for companies located in Waterloo are as follows . Minority Parity = . 08 (8 % ) N . Pcy- Affirmative Action ( Name of Company ) Employment Goals : The definition of Affirmative Action Goals is as follows : " Goals may not be rigid and inflexible quotas which must be met , but must be targe reasonably attainable by means of applying every good faith effort to make all aspects of the entire Affirmative Action Program work . " For the year 2020 , please submit percentage targets for employing minorities and women . If you already have reached your target for hiring minorities and women , please submit that percentage . * Goals for Minorities : % Goals for Women : Z, % *Your affirmative action goals should be between I % and 10 % or more for minorities and 1 % and 5 % or more for women . Please be advised that the goals or targets are purely your estimation of how many women and minorities your company can reasonably expect to hire in 2019 . Note , that none of the goals are rigid or inflexible . They are targets that your company calculates as reasonably attainable . This will help the City in its monitoring procedures as required by City of Waterloo Resolution No . 1984 - 142 (4 ) . CONTRACTOR ' S TOTAL WORK FORCE AFFIRMATIVE ACTION CONTRACT 983 11 - 5 5623 (WATERLOO) HOURLY NAME AND ADDRESS JOB CATEGORY RACE SEX WAGE LOW r INDICATE : DISABLED VETERAN : DV VIETNAM ERA VETERAN : VV HANDICAPPED : H AFFIRMATIVE ACTION CONTRACT 983 11 - 6 5623 We hereby certify that we are in compliance with all City and Federal Affirmative Action Regulations and agree to accept all liability for failure to comply . Respectfully submitted , By : — Company Executive � � la �2o2� Date By : Equal Employment Opportunity Officer Date City of Waterloo Affirmative Action Officer Approved Disapproved Reason : By : Date : AFFIRMATIVE ACTION CONTRACT 983 11 - 7 5623 DESCRIPTION OF JOB CATEGORIES 1 . Officials/Manager : Occupations in which employees set broad policies , exercise overall responsibility for execution of all policies , or direct individual departments or special phases of the agency' s operations or provide specialized consultation on a regional , district or area basis . Includes : department heads , bureau chiefs , division chiefs , directors , deputy directors , controllers , examiners , wardens , superintendents , unit supervisors , sheriffs , police and fire chiefs and inspectors and kindred workers . 2 . Professionals : Occupations which require specialized and theoretical knowledge which is usually required through college training or thorough work experience and other training which provides comparable knowledge . Includes : personnel and labor relations workers , social workers , doctors , psychologists , registered nurses , economists , dietitians , lawyers , system analysts , accountants , engineers , employment and vocational rehabilitation counselors , teachers or instructors , police and fire captains and lieutenants and kindred workers . 3 . Technicians : Occupations which require a combination of basic scientific or technical knowledge and manual skill which can be obtained through specialized post-secondary school education and through equivalent on4he - job training . Includes : computer programmers and operations , draftsmen , surveyors , licensed practical nurses , photographs , radio operators , technical illustrators , police and fire sergeants and kindred workers . 4 . Office/Clerical : Workers are responsible for internal and external communication , recording and retrieval of data and/or information and other paper work required in an office . Includes : bookkeepers , messengers , office machine operators , clerk-typists , stenographers , court transcribers , hearing reporters , statistical clerks , dispatchers , license distributors , payroll clerks and kindred workers . 5 . Skilled Craft Workers : Workers perform jobs which require special manual skill and a thorough and comprehensive knowledge of the processes involved in the work which is acquired through on -the-job training programs . Includes : Mechanics and repairman , electricians , heavy equipment operators , stationary engineers , skilled machine occupations , carpenters , compositors and typesetters and kindred workers . 6 . Sales Workers : Occupations engaging wholly and primarily in direct selling . Includes : advertising agents and salesman , insurance agents and brokers , real estate agents and brokers , stock and bond salesmen , demonstrators , salesmen and sales clerks , grocery clerks and cashier checkers , and kindred workers . AFFIRMATIVE ACTION CONTRACT 983 11 - 8 5623 7 . Operatives (semi -skilled ) : Workers who operate machine or processing equipment or perform other factory-type duties of intermediate skill level which can be mastered in a few weeks and require only limited training . Includes : apprentices ( auto mechanics ) , plumbers , building trades , metal working trades , bricklayers , carpenters , electricians , machinists , mechanics , printing trades , etc . , operatives , attendants ( auto service and parking ) , plasterers , chauffeurs , deliverymen and furnacemen , heaters ( metal ) , laundry and dry cleaning operatives , milliners , mine operatives and laborers , motormen , oilers and greasers , ( except auto painters ) , (except construction and maintenance ) , photographic process workers , stationary fireman , truck and tractor drivers , weavers , (textile ) , welders and flame cutters and kindred workers . 8 . Laborers ( unskilled ) : Workers in manual occupations which generally require no special training . Perform elementary duties that may be learned in few days and require the application of little or no independent judgment . Includes : garage laborers , car washers and greasers , gardeners ( except farm ) and groundskeepers , longshoremen , and stevedores , lumbermen , raftsmen and woodchoppers , laborers performing lifing , digging , mixing , loading and pulling operations and kindred workers . 9 . Apprentices : Persons employed in a program including work training and related instruction to learn a trade or craft which is traditionally an apprenticeship , regardless of whether the program is registered with a Federal or State agency . 10 . Trainees (on -the-job ) : Production . . . persons in formal training for craftsmen when not trained under apprentice programs -- operative laborer , and service occupations . White Collar. . . persons engaged in formal training for clerical , managerial , professional , technical , sales , office and clerical occupations . AFFIRMATIVE ACTION CONTRACT 983 11 - 9 5623 ITEMS OF POTENTIAL MBE /WBE PARTICIPATION NOTICE TO PROSPECTIVE BIDDERS : The following are items from the FY 2021 LEVERSEE ROAD LIFT STATION PROJECT NO . 5623 , Contract 983 that have a potential for MBE/WBE 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. BID DESCRIPTION ITEM UNIT EST.' QTY. 7 . 01 CURB AND GUTTER REMOVAL LF 91 MEMENEROM 8 . 01 TEMPORARY TRAFFIC CONTROL LS 1 9 . 01 HYDRAULIC SEEDING, FERTILIZING, AND MULCHING AC 0 . 54 0000110 9 . 04 SILT FENCE, INSTALLATION LF 575 9 .05 SILT FENCE, MAINTENACE LF 575 9 . 06 ISILT FENCE, REMOVAL LF 575 9 . 07 INLET PROTECTION DEVICE, INSTALLATION EA 2 9 . 08 INLET PROTECTION DEVICE, MAINTENANCE EA 2 9 . 09 INLET PROTECTION DEVICE, REMOVAL EA 2 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 ) 2914429 ITEMS OF POTENTIAL MBE CONTRACT 983 12 - 1 5623 r . °CU MoS w w E O a) � ,cc w _ ° N ... C O a) m O) � EU) a 0 I W w a) a3 a .� a) m m C: m � m I- o a ° c v m me m Z c aa)) m4- c . m m2 a � coo .c w ° of 0 0 'N m e °� a m o a U O '� C 0. }.C° O a) E W U IIIII, o z a 0 m c :% o i E 3 �o L Q v- O N N Q "O C E N O O r a) C C L ® v RS O � _ = O c6 C V O o m t .Q Sr CC a) y Q ' N O ED a) coQ �_ Oco p >' C O O w a)42 cu co co ( (� O E ,� (B rte.+ C o 0 o) U O 0) O O N (3) 'j C C V C) O A O U 3 0 a) C O' c Q CO ) 0. 8 E ON E �,= U EE m p a) � > `� oovi c`o � W � ++ L- 'N C UL O N 3 N aI y G LL V/ 0 O Q L C N 0 0 � LL O -g O O O O C � � c �O o CL O o N � )"( mo !E m mc m O 0 W y U W yl ► v, F- E C Q ow aUi COo E .o C9a A c M Wd' � m n .N � 0a) 0E Z � •� V 5 � rn amu- W c 9 � 1 � ca o OZ p; U "' LLIZ ami m 0 Q � ° N ° cNofqW v, 9 (0 Z � o � "_ on C ." 3 0 � fq � = V 0 magi � Lo o ,p � o ° Z � c p Z mH > O oL >>1 CL mE0 4 � z a) V 0) mc 0 c c@ Rct � � W � Wo 3 a N N -o Nc LL W mm I- o 60) a) c ca) Zip ar Z. crC ;oNa) L� � A 03 � a a) X000 inCL wca Om U s m � LE o .Q 0 m 0 LU O O' N ° O V N >' N O i U -Q a E W C m } ''� C Q O . 4= m a VQ L w O E � U) 0) woo_ n Om a) L O E... Q U) 07 0 W a) N ma o Jm m o N .� grn 3 �, o a n. W c a) tr3 � c � v co Qm0 a ca aa) E ca o (E6 m � N � � 0 ESN a) 0 W Q a) N O a) O o � � O > a�) Co a) � � A u coa UJ (n o)fl) � J � � 0cc cr o O "- o Z Q a) m a) L) a) °)o U U W N Q c O � � m o a>i n3 1-- G__) a) X00 12 vIc 3 � a3 � � N m0 1 o O °- o o � m � o c °, � w IL Z a) n 0 V) N N >- LU CONTRACTORS,PETERSON INC. 104 Blackhawk Street P. O. Box A Reinbeck, Iowa 50669 www. petersoncontractors. com Phone : 319-345-2713 Fax: 319-345-2991 QUOTE PROPOSAL FOR : 2021 Leversee Road Lift Station Project NO . 5623 THE FOLLOWING ITEMS AND PRICES ARE QUOTED : ITEM # DESCRIPTION UNIT TYPE QUANTITY UNIT PRICE TOTAL AMOUNT 2 . 01 TOPSOIL ON SITE CY 550 . 000 $ 10 . 00 $5, 500 . 00 2 . 02 EXCAVATION CLASS 10 CY 21850 . 000 $ 10 . 00 $ 28, 500 . 00 2 . 03 SUBGRADE PREPARATION 12 " SY 11270 . 000 $3 . 00 $3 , 810 . 00 2 . 04 SUBBASE 6 " MODIFIED SY 190 . 000 $ 10 . 00 $ 1, 900 . 00 4 . 01 SANITARY SEWER GRAVITY MAIN TRENCHED TRU' LF 118 . 000 $ 550 . 00 $64, 900. 00 4.02 SANITARY SEWER FORCE MAIN TRENCHED PVC 12 LF 175 . 000 $ 60 . 00 $ 10,500 . 00 5 . 01 WATER MAIN TRENCHED DIP 6 " LF 50 . 000 $ 100. 00 $ 5, 000 . 00 5 . 02 FIRE HYDRANT ASSEMBLY EA 1 . 000 $ 6, 750 . 00 $ 6, 750. 00 6.01 SANITARY MANHOLE CONNECTON EA 2 . 000 $ 9, 250. 00 $ 18, 500 . 00 6 . 02 SW-515 INTAKE RECONSTRUCTION EA 1 . 000 $ 6, 500 . 00 $ 6, 500 , 00 7 . 01 CURB AND GUTTER REMOVAL LF 91 . 000 $ 15 . 00 $ 1, 365 . 00 7 . 02 PAVEMENT C-SUD PCC 9 " SY 167 . 000 $80 . 00 $ 13 , 360. 00 7 . 03 GRANULAR SURFACING 12 " SY 965 . 000 $ 15 . 00 $ 14,475 . 00 8 . 01 TEMPORARY TRAFFIC CONTROL LS 1 . 000 $ 1, 500 . 00 $ 1, 500. 00 9 . 01 HYDRAULIC SEEDING FERTILIZING AND MULCHIN ( AC . 540 $5,500 . 00 $ 2, 970 . 00 9 . 02 8 ' SECURITY CHAIN LINK FENCE LF 244 . 000 $30 . 00 $ 71320 . 00 9 . 03 8' SECURITY FECNE GATE EA 2 . 000 $ 11250 . 00 $ 21500 . 00 9 . 04 SILT FENCE INSTALLATION LF 575 . 000 $ 2 . 25 $ 1, 293 . 75 9 . 05 SILT FENCE MAINTENANCE LF 575 . 000 $ 1 . 00 $ 575 . 00 9 . 06 SILT FENCE REMOVAL LF 575 . 000 $ 1 . 00 $575 . 00 9 .07 INLET PROTECTION DEVICE INSTALLATION EA 2 . 000 $ 125 . 00 $ 250. 00 9 . 08 INLET PROTECTION DEVICE MAINTENANCE EA 2 . 000 $50 . 00 $ 100 . 00 9 . 09 INLET PROTECTION DEVICE REMOVAL EA 2 . 000 $50 . 00 $ 100 . 00 9 . 10 STABALIZED CONSTRUCTION ENTERANCE INSTALL EA 1 . 000 $ 2, 000 . 00 $ 2 , 000. 00 9 . 11 STABALIZED CONSTRUCTION ENTERANCE MAINTE EA 1 . 000 $ 1, 250. 00 $ 11250 . 00 9 . 12 STABALIZED CONSTRUCTION ENTERANCE REMOV EA 1 . 000 $ 11250 . 00 $ 1, 250 . 00 9 . 13 SEEDING FERTILIZING & MULCHING AC 5 . 000 $ 1, 300. 00 $ 6, 500 . 00 9 . 14 MULCHING AC 5 . 000 $ 750 .00 $31750 . 00 11 . 01 MOBILIZATION LS 1 . 000 $50, 000 . 00 $ 50, 000 . 00 12 . 01 UNIT MASONRY ELECTRICAL CONTROL BUILDING LS 1 . 000 $ 851000 . 00 $ 85 , 000 . 00 12 . 02 ELECTRICAL PACKAGE GENERAL ELECTRICAL REAL LS 1 . 000 $ 90, 000 . 00 $ 90, 000 . 00 12 . 03 WET WELL AND PUMP CONTROL SYSTEMS LS 1 . 000 $485, 000 . 00 $485 , 000 . 00 12 . 04 VALVE VAULT LS 1 . 000 $481000 . 00 $48, 000 . 00 12 . 05 AIR RELEASE MANHOLE LS 1 . 000 $421000 . 00 $ 421000 . 00 12 . 06 METERING MANHOLE LS 1 . 000 $ 36, 000 . 00 $ 36,000. 00 TOTAL QUOTED AMOUNT $ 11048, 993 . 75 PETERSON CONTRACTORS, INC . Digitally signed by Chris D . Fleshner ON : C= US , E=cfleshner@pcius .com , Chris D . Flesh ner CN=Chris D . Fleshner Date : 2020. 11 . 19 10 :43 :07-06'00' November 19, 2020 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 19th day of November , 20 20 , for FY 2021 Leversee Road Lift Station Project No . 5623, Contract No . 983, 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 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 26th day of October , A . D . 20 20 , Peterson Contractors Inc. (Seal ) rincip By president (Title ) Travelers Casualty and Surety Company of America c ACU - (Seal ) Witness '8 rety 400 B Witness Stacie Christensen Attorney in -fo TDione R . Young BID BOND CONTRACT 983 6 - 1 5623 Travelers Casualty and Surety Company of America J 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 Dione R . Young 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. a, }T56 AFIyc n JQ� Iy ANO ght`fuX r 9� `S rc HARTFORD, `€ CONN. o v+ 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. 04N IN WITNESS WHEREOF , I hereunto set my hand and official seal . 01JOIARY My Commission expires the 30th day of June , 2021Nowik, Notary Public ."% ,,500, 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 26th day of October 2020 P9JP ,tY ANp ®rcoewn vireo( 1 S ° a HARTFORD, <CONN. Kevin E . Hughes , Assistant Secretary To verify the authenticity of this Power ofAttorney, please call us at 1 -800-421 -3880, Please refer to the above-named Attorney4n-Fact and the details of the bond to which this Power ofAttorney is attached.