Loading...
HomeMy WebLinkAboutPeterson Contractors, Inc.X 0> 7 99 a0-69909 VMO EZERS�M anNIZASKI WI" BOX A REINBECK, IOWA 50669-0155 Y21 p.*15 CV CJc'j e &�cdeJ/oo ?ro?osck\ TTY ZOZ\ Cevukc -ctva islco\kvi.e0+ ?\(\a5c 3, 01 \4"\-a\C FORM OF BID OR PROPOSAL FY 2021 CENTER FOR THE ARTS PARKING IMPROVEMENTS PHASE 3, NORTHWEST HALF CONTRACT NO. 1004 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 WS , a Partnership consisting of the following partners: Qe.;C,G<o✓m 00A-1- atc. rs7 tuic. 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 CENTER FOR THE ARTS PARKING IMPROVEMENTS, PHASE 3, NORTHWEST HALF, City Contract No.1004, 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 CENTER FOR THE ARTS PARKING IMPROVEMENTS PHASE 3, NORTHWEST HALF CITY CONTRACT NO. 1004 ITEM NO. ITEM UNIT TOTAL QTY. UNIT BID PRICE TOTAL BID PRICE 1 Clearing and Grubbing LS 1.0 G,16o-//a- 2 Topsoil, Furnish and Spread CY 400.0 12 S® S,coo 3 Class 10 Excavation, Roadway and Borrow CY 1,500.0 12 18,boo 4 Subgrade Preparation SY 1,200.0 — Z 2, /b- 5 Subgrade Treatment, Geogrid (Type 2) SY 600.0 I S 'I/1%-- q 6 Modified Subbase TONS 1,850.0 11 ® 351156-- 7 6" Longitudinal So Subdrain LF 1,100.0 I/ U It3y / 50" 8 8" Longitudinal Subdrain ® LF 420.0 2 S 8 SW-- 9 Subdrain Outlet EA 1.0_ 5oo — 10 Manhole Adjustment, Minor EA 5.0 5u 2, 6660 11 Rebuild Intake Top EA 2.0 Roo- J7/ 7,ab� 12 Removal of Pavement SY 2,123.2 9 a, 13 Standard or Slip Form Portland Cement Concrete SY 3,020.0 — Pavement, Class C, Class 3 Durability, 8 In. 39 "// ��,o.— 14 Curb and Gutter, 2' LF 104.0 — 26 Z1bo 15 Temporary Pavement SY 367.0 35 — 1 7'9y5 — 16 Temporary Sidewalk ® - SY 32.5 ao '/ ) 0 17 Removal of Sidewalk SY 1,034.9 10-- ✓; 349 18 Sidewalk, PCC, 6 In .� SY 130.7 gel 5 228 ITEM NO. ITEM TOTAL QTY. TOTAL BID PRICE UNIT BID PRICE UNIT 19 Colored Sidewalk, PCC, 6 In SY 726.4 I2 5 - 94 MO" 20 Detectable Warning SF 8.0 36' a Lie 21 Lighting Poles EA 15.0 Liam ® 0(� - 22 Electrical Circuits LF 760.0 ) 5 (I) IMO 23 Painted Pavement Markings, Waterborne or Solvent -Based STA 316 . '/t) /, 112(01 24 Painted Symbols and Legends, Waterborne or Solvent -Based EA 4.050 - 2(X)_--- 25 Temporary Traffic Control LS 1.0 7 sac- '4L 5560-- 26 Temporary Seeding and Fertilizing (Urban) AC 0.2 5'(-' I, Q00- 27 Bed Preparation SF 5,843.0 i - 57 3 28 Steel Bed Edging LF 83.0 r<J ^" Wig 29 Washed Stone Mulch and Weed Barrier Fabric SF 5,843.0 i " 5, 8(2 30 Boulders (Move and Place On Site) EA 14.0 5a W{'O- i, ODD r EA 100.0 31 Groundcover (Feather Reed Grass, 1 Gal. Cont.) / U - 32 Groundcover (Prairie Dropseed, 1 Gal. Cont.) EA 112.0 i ('Z(' / 33 Groundcover (Warrior Switchgrass, 1 Gal. Cont.) EA 75.0 O 6� at, 2 5: 34 Groundcover (Stella D'Oro Daylily, 1 Gal. Cont.) EA 180.0 in- 1, Boo-- 35 Shrub (Gro-Low Sumac, 3 Gal. Cont.) EA 31.0 40 - 1240- 36 Tree (Autumn Blaze Maple, 2.5" Cal. B&B) EA 3.0 yrw - ( ico- 37 Tree (Eastern White Pine, 7' Ht. Spec. B&B) EA 3.0 3 ilosa- 11425U- ear 38 Tree (Prairie Fire Crabapple, 1.5" Cal B&B) EA 5.0 256- 39 Tree (Skyline Honey Locust, 2.5" Cal. B&B) EA 2.0 LI pp - 40 Tree (Spring Snow Crabapple, 1.5" Cal. B&B) EA 6.0 25a - i) Goo _- 41 Turfgrass Sod SF 1,505.0 i - Il505 I " No - 42 SWPPP Management LS 1.0 j O� - 43 Wattles, Installation LF 100.0 2 St I256 44 Wattles, Removal LF 100.00 1 - `00 - 45 Inlet Protection Device, Installation EA 7.0 80" 5&O r 46 Inlet Protection Device, Maintenance EA 14.0 ' 5 - 210 - 47 Concrete Steps SF 645.8 30- 2.4 5 Lb 49 48 Concrete Stoop SF 40.0 5 tj - Z. 20- 49 Stainless Steel Handrails LF 36.0 +-75 - ((3 - 50 Removals, As Per Plan LS 1.0 20i{xxi 327506 - 20,000 22,1500 51 Mobilization LS 1.0 TOTAL BID AMOUNT $554) ai2 (/72 2. It is understood that the quantities set forth are approxima e only and subject to variation and that the unit bid price for the work done shall govern in the actual payment to Contractor. 3. In submitting this bid, the bidder understands that the right is reserved by the City of Waterloo, Iowa, to reject any or all bids. If written notice of the acceptance of this bid is mailed, telegraphed, or delivered to the undersigned within thirty (30) days after the opening thereof, or at any time thereafter before this bid is withdrawn, the undersigned agrees to execute and deliver an agreement in the prescribed form and furnish the required bond and certificate of the insurance within ten (10) days after the agreement is presented to him for signature, and start work within ten (10) days after "Notice to Proceed" is issued. 4. Security in the sum of Dollars ($ ) in the form of , is submitted herewith in accordance with the INSTRUCTIONS TO BIDDERS. Attached hereto is a Non -Collusion Affidavit of Prime Contractor. 6. Attached hereto is a Bidders 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. Date US/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 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 limitatons. ce,Ovl era'71) I/L/2 I (Name of Bidder) (Date) pp BY: v AA(}CAAvl 64 I Title ES-IwvR`ot/PrzGc4 kk Official Address: (Including Zip Code): lbcl 6ItAc. irk „AL v.wkele cic. 1 tl 5-D4 Cr 1 I.R.S. No. LIZ- ra 1014 ct INFORMATION NEEDED FOR IOWA CONSTRUCTION SALES TAX EXEMPTION CERTIFICATE CONTRACTOR NAME: 1 C'�K iA @btnl le^C'"t 015 ADDRESS: K%ri Otic 143IC 5`t'. A IL mow, 6y (Check One) FEDERAL ID#: PROJECT NAME: PRIME -\ SUBCONTRACTOR `$2-692.1b5q C _k r ) r 4L F rh 04 r ILI atint-p d-r PROJECT CONTRACT NO.: ICb4 DESCRIPTION OF WORK: ❑ Brickwork ❑ Carpentry (A. Concrete ❑ Drywall -Plaster -Insulation S.Electrical 54 Excavation/Grading ❑ Flooring ❑ Heavy Construction ❑ Heating -Ventilating -Air Cond SALES TAX EXEMPTION CERT AECOM #60617879 ?A Landscaping Painting (Paving ❑ Plumbing ❑ Roofing -Siding -Sheet Metal ❑ Windows KWrecking-Demolition ❑ Other (Please specify) STE-1 of 1 City Contract No. 1004 FY21 Center for the Arts Parking Improvements Phase 3, Northwest Half City of Waterloo, Iowa THIS PAGE LEFT BLANK INTENTIONALLY NON -COLLUSION AFFIDAVIT OF PRIME BIDDER State of Tic.) GJ o. )ss County of 13 (&c\L being first duly sworn, deposes and says that: He is (Owner, Partner, Officer, Representative, or Agent) of PQ;\-QCSOVn er,14ktot00{3 , 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 i interes icludjng s affiant. (Signed) mil E&I - /PM Title Subscribed and sworn to before me this LP`u` day of 101 u&r 20A. l,U4v . T'rtcts(,!ref Title My commission expires � (''� ! zz L. JENNIFER R WISSLER g ;... GCommissionNumber761292 MyCCommission 0on22res January NON-COLLUSION AFFIDAVITS NCA-1 of 2 AECOM #60617879 City Contract No. 1004 FY21 Center for the Arts Parking Improvements Phase 3, Northwest Half City of Waterloo, Iowa NON -COLLUSION AFFIDAVIT OF SUBCONTRACTOR State o 0 W County of % u tv A A ) ss: being first duly sworn Owner Partner, Officer, Representative, or Age la referred to s the "Subcontractor;' d • poses and says that: of (�-i-trson hereinafter He is fully i formed respecting the preparation and con -nts of the subcontractor's proposal submitted by t i e subcontractor to , contrt pertaining to the project n (City or County and State) 3. Such subcontractor's roposal is genuine and is not 4. Neither the subcontrac employees, or parties in connived, or agreed, dire collusive or sham propo proposal in connection with unlawful agreement or co said subcontractor's prop in said subcontractor's unlawful agreement any a the proposed contract; and proposal, 5. The price or prices quoted in the subco by any collusion, conspiracy, connivanc of its agents, representatives, owners, e (Sign Subscribed and sworn to before me 20,2I . My commission expires day of . r nor any of its officer interest, including this tly or indirectly, wit sa in connection wit s, ch contract, or nniva ce with any of o to fix any o proposal, or to se dvantage : gainst collusive or sham proposal; , partners, owners, agents, representatives, affiant, has in any way colluded, conspired, any other bidder, firm or person to submit a such contract or to refrain from submitting a s in any manner, directly or indirectly, sought by er bidder, firm or person to fix the price or prices in erhead, profit or cost element of the price of prices ure through collusion, conspiracy, connivance or e City of Waterloo, Iowa, or any person interested in actor's proposal are fair and proper and are not tainted unlawful agreement on the part of the bidder or any yees, or p-rties e .t, ' cluding this affiant. &—t LA . Title it.fr1tt&4't f 47Si4, BRA kef 0 JENNIFER R WISSLER Commission Number 761292 My Commission Expires January 04, 2022 NON -COLLUSION AFFIDAVITS AECOM #60617879 NCA-2 of 2 City Contract No. 1004 FY21 Center for the Arts Parking Improvements Phase 3, Northwest Half City of Waterloo, Iowa EQUAL OPPORTUNITY CLAUSE (As provided in Executive 0 der No. 11246) All contractors, subcontractors, vendors and suppliers of goods and services doing business with the City and value of said business equals or exceeds ten thousand dollars ($10,000.00) annually agree as follows: 1. The contractors, subcontractor, vendor and supplier of goods and services will not discriminate against any employee or applicant for employment because of race, color, creed, sex, national origin, economic status, age, mental or physical handicap, political opinions or affiliations. The contractor, subcontractor, vendor and supplier will develop an Affirmative Action program to ensure that applicants are employed and that employees are treated during employment without regard to their race, creed, color, sex, national origin, religion, economic status, age, mental or physical disability, political opinions or affiliations. Such actions shall include but not be limited to the following: a. Employment b. Upgrading c. Demotion or Transfer d. Recruitment and Advertising e. Layoff or Termination f. Rates of Pay or Other Forms of Compensation g. Selection for Training Including Apprenticeship 2. The contractor, subcontractor, vendor and supplier of goods and services will, in all solicitations or advertisements for employees, state that all qualified applicants will receive consideration for employment without regard to race, creed, color, sex, national origin, religion, economic status, age, mental or physical disabilities, political opinion or affiliations. 3. The contractor, subcontractor, vendor and supplier or his/her collective bargaining representative will send to each labor union or representative of workers which he/she has a collective bargaining agreement or other contract or understanding, a notice advising said labor union or workers' representative of the contractor's commitment under this section. 4. The contractor, subcontractor, vendor and supplier of goods and services will comply with all published rules, regulations, directives, and order of the City of Waterloo Affirmative Action Program Contract Compliance Provisions. 5. The contractor, subcontractor, vendor and supplier of goods and services will furnish and file compliance reports within such time and upon such forms as provided by the Affirmative Action Officer. Said forms will elicit information as to the policies, procedures, patterns, and practices of each subcontractor as well as the contractor himself/herself and said contractor, subcontractor, vendor and supplier will permit access to his/her employment books, records and accounts to the City's Affirmative Action Officer, for the purpose of investigation to ascertain compliance with this contract and with rules and regulations of the City's Affirmative Action Program —Contract Compliance Provisions relative to Resolution No. 24664. 6. In the event of the contractor's non-compliance with the non-discrimination clauses of this contract or with any of such rules, regulations and orders, this contract may be canceled, terminated or suspended in whole or in part and the contractor may be declared ineligible for further contracts in accordance with procedures authorized by the City Council. 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, EQUAL OPPORTUNITY CLAUSE EOC-1 of 2 FY21 Center for the Arts Parking Improvements AECOM #60617879 City Contract No. 1004 Phase 3, Northwest Half City of Waterloo, Iowa 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, na/i-I origin, economic status, age, mental or physical disabilities. (Signed) propriate Official) (Title) (Date) EQUAL OPPORTUNITY CLAUSE EOC-2 of 2 FY21 Center for the Arts Parking Improvements AECOM #60617879 City Contract No. 1004 Phase 3 Northwest Half City of Waterloo, Iowa Bidder Status Form To be completed by all bidders Part A Please answer "Yes" or "No' for each of the following: Yes ❑ No ( s El No es ❑ No [Z Yes ■ No 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). 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: / 22 / /PCi S to Dates: / Address /U< 614C(L r&tlil_ s4 City, State, Zip: / to / / Address• City, State, Zip. Dates: / / to / (Z� 6,e)be c l/ r4. 50696 / 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 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. Yes I I No 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 provided/JJaccurate and truthful information may be a reason to reject my bid. Firm Name: e Scams 4(4 c•I 015 Signature. Date: f AP/ Z. 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) 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 �o ❑ Yeso [(Yes ■ No ❑ Yes ■ ■ Yes Yes Yes Yes Yes Yes My business is currently registered as a contractor with the Iowa Division of Labor. My business is a sole proprietorship and I am an Iowa resident for Iowa income tax purposes. My business is a general partnership or joint venture. More than 50 percent of the general partners or joint venture parties are residents of Iowa for Iowa income tax purposes. My business is an active corporation with the Iowa Secretary of State and has paid all fees required by the Secretary of State, has filed its most recent biennial report, and has not filed articles of dissolution. My business is a corporation whose articles of incorporation are filed in a state other than Iowa, the corporation has received a certificate of authority from the Iowa secretary of state, has filed its most recent biennial report with the secretary of state, and has neither received a certificate of withdrawal from the secretary of state nor had its authority revoked. My business is a limited liability partnership which has filed a statement of qualification in this state and the statement has not been canceled. My business is a limited liability partnership which has filed a statement of qualification in a state other than Iowa, has filed a statement of foreign qualification in Iowa and a statement of cancellation has not been filed. My business is a limited partnership or limited liability limited partnership which has filed a certificate of limited partnership in this state, and has not filed a statement of termination. My business is a limited partnership or a limited liability limited partnership whose certificate of limited partnership is filed in a state other than Iowa, the limited partnership or limited liability limited partnership has received notification from the Iowa secretary of state that the application for certificate of authority has been approved and no notice of cancellation has been filed by the limited partnership or the limited liability limited partnership. My business is a limited liability company whose certificate of organization is filed in Iowa and has not filed a statement of termination. My business is a limited liability company whose certificate of organization is filed in a state other than Iowa, has received a certificate of authority to transact business in Iowa and the certificate has not been revoked or canceled. 309-6001 (09-15) RSF-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 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 AECOM #60617879 TVI-1 of 1 FY21 Center for the Arts Parking Improvements City Contract No. 1004 Phase 3, Northwest Half City of Waterloo, Iowa THIS PAGE LEFT BLANK INTENTIONALLY U, Z 0 cc cc W re WCL 0 F I- WZO CO F- LU < Z m Z W CO Q W F m 20 V C Ea W a_ a Prime Contractor R a) '0 v L 0 O O 0 m 0) N a) O N p E CO U r = 0 0Em 0 C o m - -co •E o 'C Tao o a`) a'U a. (I) o C'm a) a C r o CDP O a N 22r a E c mEE N U O N oo o C O c J N V> a N W w O m N N c w n 2w m c o — W = m m2O C l/) W a) � O m N a O N 0 C -o 'N 5 N J E m w d m m =mm O i 3 O U O w c 0 O 0 U m C O E U d N N -O m 3 O C m - u a C U a m w NEz_ o C O. a m > c N a a) O V N m N O U o O U a) U o m R 0 o Co c r Y U m o o U d o E"ocrr E N O 0) LL ca c c O N N C N 0 V N c m m v CO 0 N a O 0 >` N O 0 . ac 'd n m U o m m C 'O U co a E > aU a) co d L v 3 a U E c J U CO n- CU Oc 0 Z O0) H 2 m cc m O LL U Z c H E Zc m U E p c0i m 'OO W c a W m mr 0- 0 W Z m w N Sao W N Z O > 0 3 N N ma W N m c wN O Co 0 n corm d m r O N O N r a E o CT O N C O C C C C N 0) 0 0 0 o m h a) 0 N ~ T C v a N U J U .ohm W C L U a Z w J m N 2a a Om O N a) U 'E N N 2 N ✓ co m co cU c m _c a) 0 w m o C a) t C c Er O mW oUr m N N W CO m E J N - 22 E m In U C m Lij 00 w J m > a) 2 C O o a) .0 ia5 W CO O L m V Ada o' o a o. 0 _C0 U m o m & E c a, o E f N E ENmE - a m > O r O) mE L O U a U) N c •N J L W W 0 U a) a o0 C Q) U m Ov too U o am do) C p 'm E C o m 0 0 L a LIJ 3 r m 3 �w m mW in m 2 r 0 w $ W c > N C U c N O Et O o° 0 'U Ca m D O COGo mW �: d 0 r U O 45 U OT m ao O -0 U > > m N N > o E. m �_ 0 Elpia) m - 3 0 a O 'O N a0. N 0 c 0 U w Q a-- 0o 00) E 00) a W co O m .0 C m C E U m m O a N a) co a) 0 a a J m -o a) co d U m N 0 m rn . N ca 0 L m UN 3 cm-LP3PC) E m2 'etc Er m a) c -o To N i d a) a.a>. Ea 23 vN,3wE co - 0 .o € .o' C C O L J o V $'+ O !.3L N 0= Ddp ._L o NOL o a) m U N LL a c 0 o 0 0 m Z o N O O 2 o` m a W2, a) 8i_ m 2 p_ E m 0 O O - W U E Tp Wm Z Z 2 o d Q i> 2 U ai a ci -o• ai co 0 mZ 0 N 6O I 0 cn W Z an 0) Z Ea Ea En co 2 a) T C a E U U m O U) J O c c wc O •- c a)U E N J C U N -coo co 3 V 1- as N N L UI E a) > m U a) O a) v m y N - us N N c J C c c CO m b- a N N N O �3a ctr C W T O a 2 m C N E N c 0 0 CO m a to CD co n CO W Cla r onsibilities: Subcontractors Res a) O m r U 4= O 0) N O O a C o= o C'3 m F o 0 o)OO a c N V O C dO N dU O E o U" mw m E[oa5 O 0 vc m a om'E M 0 L N 0 C ac) O co U N 3 O U N p m E a m� m o -mo as EaC 9 co ` 2 0 co o c -i r L N r 0 N U N C A C L O > c CD NC w. y •C r O ` W CO La t Ui 0 N W N a) m O o Oa 2 a a c c N m O W c 0 c 2 v m N c m c. N N ooa)a cffj>o N U r d J N -to" -0 O' C h L N �am )0 0 PO N _ N 0O8 a)aci CmU 0 N c O a U VI O E m o w EU nE m ` U O i) 0 W mp co . C ) o - O W U rn m T p C 0-o a)w 0U9 C U 9 0 w " U m n Form CCO-4A Rev. 07-08-02 0 NZ 15 22 0 D 0 0 a Ucc CCI ¢o W4t m w0 m0 a 0 CD c m a€ a o a) W C L (CI -C s Q O a o E o a) a O 0)a) N w ▪ D E a) aa) } a) 4,-. a d • o u) E • a U o .- (00 0 U U m la c c 0 00 -0 _CI • O ✓ w Ill al CO co ww CO a) co c rnw C O O m H o a Z y N w L 16'N K a) • 0 O cc w F 3 o = ) co to C 0 W fl m O N mL • 0 Z a) Prime Contractor Name: a) Contractor Signature: c-a C a) o 2 co-0 E a) o -p w Y L =N O C C O 0 cue E Cr`o a c Q p o G N O ta- 5 0 O St a O > > • 0 .N 0 • rcn N a C O 0 `m m -0 E = O c U -- a) c L O rm showing your MBE/WBE Business Enterprise Contract Compliance Officer, for assistance at LL Y 4 o� m 0 0 • E 0 O • Ci== .. O U U )a Ec C o N 00 C c a) • O a) a)O U a P > a) O > 0 ao o a) • U-y >• `o C • N C n • c o o ▪ ° le)E E a)o .0 C• a) C a) Oa U H. y .o • C O N F p V W Em 0 in O m T-p w N 0 c O 0 o 0 N ▪ a. 0) •` 0 N N a .171- N r O d' N a)a `mom a) caao O >- 0U_co ca a) ca E 00 a) co 0 U r U Cu c 0 a) rno c o va) rn a) .c �U) 0 • 0 N O • 0 ' a) a o E 'm O 'O C O a) 0 D) CO 0 o al o E CO L. CD a) w aL- d c 0 co 4- C• O) (7• U CO m 111 CO a) Q W ct. 2 a) mo Y c C o 0 `m a) E L m 3 U) 0 N N m '= C 0 0 CO > C o E c a m av Dre I— o W m to O re Zre O Z y W Z N O W re • U) W O m LL W Z m LL o 'w J 03 m Quotes Received Quotation used in bid Dollar Amount Proposed to be Subcontracted Yes/No o ? c M "b p r ?, ^, j, Dates Contacted _,i'ci N N N N MBE/WBE Subcontractors --t a I J s q) ! - - 1 (Form CCO-4) Rev. 06-20-02 z 0 w ▪ op ▪ N ao w u a 0 U • Q CERTIFIED MBE / WBE CONTRACTORS CITY OF WATERLOO, IOWA CONTRACT COMPLIANCE OFFICE Community Development Board Carnegie Annex, Suite 202 620 Mulberry Street Waterloo, Iowa 50703 City WEB Site: www.ci.waterloo.ia.us Contract Compliance WEB Site for listing updates: http://www.cityofwaterlooiowa.com/contractcompliance Contact: Rudy Jones, Community Development Director Email: rudv.jonesAwaterloo-ia.org Phone: (319) 291-4429 Far (319) 291-4431 MBE/WBE Certified Contractors List Page 1 of 4 CERTIFIED MBE CONTRACTORS CARTER ELECTRIC 725 Adams Street Waterloo, IA 50703 Phone: (319) 232-9808 Pager: (319) 235-4021 Contact: Derrick Carter Specializing in: ELECTRICAL CONTRACTOR CULPEPPER ELECTRIC 1731 Cottage Grove Avenue Waterloo, IA 50707 Phone: (319) 235-0885 Fax: (319) 236-8177 Contact: Martin Culpepper Certified: City of Waterloo Certified MBE, Licensed Electrician Specializing in: ELECTRICAL CONTRACTOR DANIELS HOME IMPROVEMENT 339 Albany Street Waterloo, IA 50703 Phone: (319) 961-1659 Contact: Sammy Daniels Specializing in: ALL TYPES OF CONCRETE FLATWORK, POURED WALLS ALL TYPES, FOOTINGS, LIGHT DEMOLITION D.C. CORPORATION 426 Beech Street Waterloo, IA 50703 Phone: (319) 493-2542 FAX: (319) 236-0515 Contact: Terry Phillips Certified: City of Waterloo Certified MBE, Iowa DOT, TSB Certified Specializing in: COMMERCIAL AND RESIDENTIAL DEMOLITION, CONCRETE PAVING, DRIVEWAYS, TRUCKING (ALL TYPES), GENERAL CONSTRUCTION MBE/WBE Certified Contractors Page 2 of 4 GREER'S WORKS 2003 Plainview Street Waterloo, IA 50703 Phone: (319) 233-4701 Contact: Willie Greer Specializing in: DRIVEWAYS, SIDEWALKS, CARPENTRY, ROOFING, GENERAL CONSTRUCTION OLD GREER'S WORKS 2309 Springview Street Waterloo, IA 50707 Phone: (319) 233-2150 Contact: David L. Greer, Sr. Specializing in: ROOFING & GENERAL CONSTRUCTION QUICK CONSTRUCTION 217 Bates Street Waterloo, IA 50703 Phone: (319) 215-4166 Contact: Leroy Harrington Specializing in: ALL TYPES OF CONCRETE FLATWORK AND GENERAL CONSTRUCTION D & D CONSTRUCTION 1124 West Donald Street Waterloo, IA 50703 Phone: (319) 961-4208 Contact: Darrell E Caldwell, Sr. Specializing in: ROOFING AND GENERAL CONSTRUCTION E. CASTRO ROOFING 702 Riehl Street Waterloo, IA 50701 Phone: (319) 215-5683 Contact: Emillio Castro Specializing in: ROOFING, SIDING, GENERAL CONSTRUCTION MBE/WBE Certified Contractors List Page 3of4 CERTIFIED WBE CONTRACTORS ATLAS PAINTING, INC.* 911 Sycamore Street P.O. BOX 65 Waterloo, IA 50704 Phone: (319) 232-9164 Specializing in: COMMERCIAL AND INDUSTRIAL PAINTING WATCO CONSTRUCTION, INC.* 2920 Texas Street Waterloo, IA 50702 Phone: (319) 233-7481 Certified: City of Waterloo WBE Contact: Patricia J. Kimball Specializing in: STORM SEWER, INLETS, DRAIN TILE, WATER MAIN, SANITARY SEWER, INTAKE STRUCTURES PETERMAN & HAES CARPET ONE* 4003 University Waterloo, IA 50701 Phone: (319) 233-6131 Fax: (319) 233-6133 Certified: City of Waterloo WBE Email: JR11486@cfu.net Contact: Carol Reese Specializing in: FLOOR COVERING * DENOTES WOMEN BUSINESS ENTERPRISE WEE Certified Contractors List Page 4ut4 STATEMENT OF BIDDER'S QUALIFICATIONS (To be submitted by the Bidder only upon the specific request of the City of Waterloo, Iowa.) All questions must be answered and the date given must be clear and comprehensive. This statement must be notarized If necessary, questions may be answered on separate attached sheets. The Bidder may submit any additional information he desires. 1. Name of bidder. PC t 2. Permanent main office address. 160 VOLpyault4 &Am Q e1n6e <<C/ TO 7 3. When organized. 156.14 4. If a corporation, when incorporated. i 7 (,Ll 5. How many years have you been engaged in the contracting business under your present firm or trade name? Y rS. 6. Contracts on hand: (Schedule these, showing amount of each contract and the appropriate anticipated dates of completion.) 7. General character of work performed by your company. far4104` 8. Have you ever failed to complete any work awarded to you? If so, where and why? No 9. Have you ever defaulted on a contract? If so, where and why? 10. List the more imjotantAdjedtsrecently completed by your company, stating the approximate cost for each, and the month afi'd'year completed. 11. List your major equipment available for this contract. Cktzura.-af, Dc.52c,vtstoo 1lau&r5 fl 5 12. Experience in construction work similar in impo�rtance to this project. rA.tt O16-1-tTh&1bnr UuiNr mi* e y vie, `Jfvty. 13. Background and experience of the principal members of your organization, including the officers. 14. Credit available: $ 15. Give bank reference: 16. Will you, upon request, fill out a detailed financial statement and furnish any other information that may be required by the City of Waterloo, Iowa? ye 17. The undersigned hereby authorizes and requests any person, firm, or corporation to furnish any information requested by the City of Waterloo, Iowa, in verification of the recitals comprising this Statement of Bidder's Qualifications. STATEMENT OF BIDDER'S QUALIFICATIONS SBQ-1 OF 2 FY21 Center for the Arts Parking Improvements AECOM 460617879 City Contract No. 1004 Phase 3, Northwest Half City of Waterloo, Iowa Dated at State oft.ii1 ss: County of 6111-4tbt-VJ ) Jorctom li,Yua PM ( ESi i rvittl-DC this day of-4avioj/rry Qc4rso(MO.f.� (Name of Bidder) By: 30{-gW vl ICE 6 / Title: PM/s } w� /rJ✓ 20/i. being duly sworn deposes and says that he is YSDtn Ley) 'd CI'6 v 1 L— (Name of Organization) and that the answers to the foregoing questions and all statements therein contain are true and correct. Subscribed and sworn to before me this (OW day of LI/Ul larva/ 20,% I. W Note Public My commission expires is Y1k&Ytl 9 102-2 STATEMENT OF BIDDERS QUALIFICATIONS AECOM 460617879 SBQ-2 OF 2 City Contract No. 1004 JENNIFER R WISSLER 4 Commission Number 761292 • My Commission Expires January 04, 2022 FY21 Center for the Arts Parking Improvements Phase 3, Northwest Half City of Waterloo, Iowa 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 7th day of January 2021 , for FY 2021 Center for the Arts Parking Improvements Phase 3, Northwest Half, City of Waterloo, Iowa - Contract No. 1004 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 theft 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 17th day of December , A D. 2020 Witness Witness Stacy yen Peterson Contractors, Inc. (Seal) (.--Princip (1 y 12Wr,--) president (Title) Travelers Casualty and Surety Cmpany of Sy1-ety // �By Attorney'IrS=fag DIone R. Young TRAVELERS.1 Travelers Casualty and Surety Company of America Travelers Casualty and Surety Company St. Paul Fire anti 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. �p Vetttazs. yJ' 1���ACIh ►Wl FORO; CONi. 'ph) sit Ara Anf4-04 State of Connecticut By: City of Hartford ss. Robed L. Rane'Senior 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 tiOTAUY s-zJffr 1-4 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 17th day of December , 2020 F Kevin E. Hughes, Assistant Secretary To verify the authenticity of this Power of Attorney, please call us at 1-800-421-3880. Please refer to the above -named Attorney -in -Fact and the details of the bond to which this Power of Attorney is attached,