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,