Loading...
HomeMy WebLinkAboutPeterson Contractors Inc III 0�1��AC�O�S .o lam BOX A I REINBECK , IOWA 50669-0155 � fI D20 IL; IT Niws MAgjU%jM% s� BOX A REINBECK, IOWA50669-0155 145 less 4b o CITY C , HR Green , Inc . Shaulis Road Reconstruction - Hess Road to US -218 Project No . RM - 8155 ( 772 )--9D -07 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 (5%) of the Total Amount Bid Dollars5$ ° ( ) 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 29th day of April 20 21 for F .Y. 2021 Shaulis Road Reconstruction - Hess Road to US -218 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 8th day of April , A . D . 202 1 Peterson Contractors , Inc . ( Seal ) CPrinc4i al By 1 os,id' eiIi (Title) pr Travelers Cas an Suret Com y y pany of America( Seal ) W S et Witness ney- in act Anne Crowner BID BOND Page 1 of 1 Travelers Casualty and Surety Company of America Travelers Casualty and Surety Company TRAVELERS St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America , Travelers Casualty and Surety Company, and St . Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the " Companies" ) , and that the Companies do hereby make , constitute and appoint Anne Crowner of Waukee , Iowa , their true and lawful Attorney-in- Fact to sign , execute , seal and acknowledge any and all bonds , recognizances , conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons , guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed , and their corporate seals to be hereto affixed , this 17th day of January , 2019. HM 01 5 � Suy 4a c� �' � a 3 State of Connecticut / By: City of Hartford ss . Robert L . RaneNktenior 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, OfAl�ly IN WITNESS WHEREOF , I hereunto set my hand and official seal .My Commission expires the 30th day of June , 2021Anna P . Nowik , Notary Public Fe 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 8th day of April 2021 �aHaw r P JrItY Ayoa`9 ` 4 HAHfFO c HARTFORD, !N. j � 'y CONK. .,..• 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 Attorney-in-Fact and the details of the bond to which this Power of Attorney is attached. HR Green , Inc . Shaulis Road Reconstruction - Hess Road to US -218 Project No . RM - 8155 ( 772 ) -- 9D - 07 Waterloo , Iowa NON - COLLUSION AFFIDAVIT OF PRIME BIDDER State of �ok4 ) ss County of 1 ) ChrisI being first duly sworn , deposes and says that : 1 . He is ( Owner , Partner . Officerzi enresentative or Agent , of the Bidder that has submitted the attached Bid ; 2 . He is fully informed respecting the preparation and contents of the attached Bid and of all pertinent circumstances respecting such Bid ; 3 . Such Bid is genuine and is not a collusive or sham Bid ; 4 . Neither the said Bidder nor any of its officers , partners , owners , agents , representatives , employees , or parties in interest , including this affiant , has in any way colluded , conspired , connived or agreed , directly or indirectly , with any other Bidder , firm or person to submit a collusive or sham Bid in connection with the Contract for which the attached Bid has been submitted or to refrain from bidding in connection with such Contract , or has in any manner , directly or indirectly , sought by agreement or collusion or communication or conference with any other Bidder , firm or person to fix the price or prices in the attached Bid or of any other Bidder , or , to fix any overhead , profit or cost element of the bid price or the bid price of any other Bidder , or to secure through any collusion , conspiracy , connivance , or unlawful agreement any advantage against the City of Waterloo , Iowa , or any person interested in the Proposed Contract ; and 5 . The price or prices quoted in the attached Bid are fair and proper and are not tainted by any collusion , conspiracy , connivance or unlawful agreement on the part of the Bidder or any of its agents , representatives , owners , employees , or parties in interest , including this affiant . ( Signed ) Title a� S bscribed and sworn to before me this r day of Yi 2021 . Tf le My commission expires r ^ a � a �f GREG DIRKS Commission Number 740462 • My Commission Expires May 01 , 2024 NON - COLLUSION AFFIDAVIT OF PRIME BIDDER Page 1 of 1 HR Green , Inc . Shaulis Road Reconstruction - Hess Road to US-218 Project No . RM - 8155 (772 )--9M7 Waterloo , Iowa 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 . EQUAL OPPORTUNITY CLAUSE Page 1 of 2 HR Green , Inc . Shaulis Road Reconstruction - Hess Road to US -218 Project No . RM -8155 (772 )--9D-07 Waterloo , Iowa 5 . The contractor , subcontractor , vendor and supplier of goods and services will furnish and file compliance reports within such time and upon such forms as provided by the Affirmative Action Officer . Said forms will elicit information as to the policies , procedures , patterns , and practices of each subcontractor as well as the contractor himself/ herself and said contractor , subcontractor , vendor and supplier will permit access to his / her employment books , records and accounts to the City ' s Affirmative Action Officer , for the purpose of investigation to ascertain compliance with this contract and with rules and regulations of the City ' s Affirmative Action Program —Contract Compliance Provisions relative to Resolution No . 24664 . 6 . In the event of the contractor ' s non - compliance with the non - discrimination clauses of this contract or with any of such rules , regulations and orders , this contract may be canceled , terminated or suspended in whole or in part and the contractor may be declared ineligible for further contracts in accordance with procedures authorized by the City Council . 7 . The contractor , subcontractor , vendor and supplier of goods and services will include , or incorporate by reference , the provisions of the non - discrimination clause in every contract , subcontract or , purchase order unless exempted by the rules , regulations or orders of the City ' s Affirmative Action Program , and will provide in every subcontract , or purchase order that said provisions will be binding upon each contractor , subcontractor , or supplier . 8 . We , the undersigned , recognize that we are morally and legally committed to non - discrimination in employment . Any person who applies for employment with our company will not be discriminated against because of race , creed , color , sex , national origin , economic status , age , mental or physical disabilities . ( Signed ) (Appropriate Official ) , + (T ' le ) ( Date ) EQUAL OPPORTUNITY CLAUSE Page 2 of 2 HR Green , Inc . Shaulis Road Reconstruction - Hess Road to US -218 Project No . RM-8155 (772 )--9D- 07 Waterloo , Iowa 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 . TITLE VI CIVIL RIGHTS Page 1 of 2 HR Green , Inc. Shaulis Road Reconstruction - Hess Road to US-218 Project No . RM - 8155 (772 )_-9D-07 Waterloo , Iowa 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 Page 2 of 2 Bidder Status Form To be completed by all bidders Part A Please answer "Yes" or " No " for each of the following : 0 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) . 0 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 . rYes ❑ 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 : / l G t to C `, l 22 / � Address : /l'4 13k 01 1W City, State , Zip : , � x 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 : peiv hf� -� ( C� fl� llc qV6 , 7�� Signature : I� �L � � „�,- -- Date : Ll i 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 . F9 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 . ❑ Yes [ No My business is a limited liability partnership which has filed a statement of qualification in a ' state other than Iowa , has filed a statement of foreign qualification in Iowa and a statement of cancellation has not been filed . ❑ Yes 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 I 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 ) HR Green , Inc . Shaulis Road Reconstruction - Hess Road to US -218 Project No . RM -8155 (772 )--91D- 07 Waterloo , Iowa 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 . p Name of Company Address of Company lo� 134 gaak �f Zip Telephone Number ( f 9713 Federal ID Number ( if no Federal ID Number , Owner / President ' s Social Security Number) Name of Equal Employment Officer MatiIOL �L Name of Project <S (i, cm ,4f Project Contract Number Estimated Construction Work Dates I 21 Start Finish Section B to be completed by SUBCONTRACTORS only : B . Name of General or Prime Contractor Name of Subcontractor Subcontractor ' s Address Zip Subcontractor ' s Telephone Number ( ) AFFIRMATIVE ACTION PROGRAM Page 1 of 10 HR Green , Inc . Shaulis Road Reconstruction - Hess Road to US-218 Project No . RM-8155 (772 )--9D -07 Waterloo , Iowa Subcontractor ' s Federal ID Number ( if no Federal ID Number Owner/ President ' s Social Security Number) Name of Equal Employment Officer 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 . B . 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 . AFFIRMATIVE ACTION PROGRAM Page 2 of 10 HR Green , Inc . Shaulis Road Reconstruction - Hess Road to US -218 Project No . RM -8155 ( 772 ) --91D - 07 Waterloo , Iowa 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 . Co We submit this program to assure compliance with Executive Order 11246 , as amended , and other subsequent orders that may pertain to 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 . r Z � will give training ( Name of Company) and employment opportunities to local residents of Waterloo , Iowa , to the greatest extent feasible . III . AFFIRMATIVE ACTION } A . t � � � � �_ , 4 � recognizes that the ( Name of Company) effective application of a policy of merit employment involves more than just a policy statement , and Pet &rn6 , -X; ( 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 . B . f �,;- mof C' 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 AFFIRMATIVE ACTION PROGRAM Page 3 of 10 HR Green , Inc . Shaulis Road Reconstruction - Hess Road to US -218 Project No . RM -8155 (772 ) -- 9D-07 Waterloo , Iowa 6 . Training , Upgrading and Promotional Opportunities . Co ' 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 ) ; 4 . Job Service of Iowa ; and 5 . Other . p . `k� ; n � �e � �� � c�z, 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 . � � ,' ��� k� �- 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 . 2 . AFFIRMATIVE ACTION PROGRAM Page 4 of 10 HR Green , Inc . Shaulis Road Reconstruction - Hess Road to US -218 Project No , RM -8155 (772 ) --9D -07 Waterloo , Iowa 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 . 2 . J . P� ��� Cc� �� 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 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 . Pct 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 /0 ) N . 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 targets , reasonably attainable by means of applying every good faith effort to make all aspects of the entire Affirmative Action Program work . " AFFIRMATIVE ACTION PROGRAM Page 5 of 10 HR Green , Inc . Shaulis Road Reconstruction - Hess Road to US-218 Project No . RM -8155 (772 )--91D- 07 Waterloo , Iowa For the year 2021 ,, 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 . *Your affirmative action goals should be between 1 % 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 202_ . 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 (WATERLOO) HOURLY NAME AND ADDRESS JOB CATEGORY RACE SEX WAGE AFFIRMATIVE ACTION PROGRAM Page 6 of 10 HR Green , Inc . Shaulis Road Reconstruction - Hess Road to US -218 Project No . RM - 8155 (772 )-- 9D - 07 Waterloo , Iowa INDICATE : DISABLED VETERAN : DV VIETNAM ERA VETERAN : VV HANDICAPPED : H 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 , 1k I By : tL Company Executive 2� r � I ate By : pAcr Equal Employment Opportunity Officer AFFIRMATIVE ACTION PROGRAM Page 7 of 10 HR Green , Inc . Shaulis Road Reconstruction - Hess Road to US-218 Project No . RM -8155 (772 )-- 9D-07 Waterloo , Iowa Date City of Waterloo Affirmative Action Officer Approved Disapproved Reason : i By : Date : AFFIRMATIVE ACTION PROGRAM Page 8 of 10 0 E L a) C N O C E cn O N o L O Q) ca o c °' ° ns cl q I v Q O C7 Q � oQ m a) ° :� o 7 ed a) m o �p O O E O — a) O + mAmok m Q m C co o O d O— C1ftb LG O Q L;= 0 cu ui e� „� M 00 O) 0 �+ C: - ao m U 000) A J a) (n p > ccs tea) d o � o § o � a) Q- .n c n �° c o U) ESU mE m o e � N O C O cn LL U CW w U) E 15 a � � M CL L) Wp o) 0 � o oc �aoio � Fm Z U) LL o O C O W Z � � � • OoV� c � a. (m) p Lomo Nm c > am boo Z c � � .o . S o a) EMo m .Q � a� L) c c c� Z_ 4. N Otj � C ° � a) a a� irm W a Mo c Mo � LL }' W e U) Y ns o F— LU U > � > L O Z O > 00 � Q• C ?i p � co W o somm m .o L T mH � � 'o >N > Eo c W I-- pCL WpO m :E � a � oho a) (1) U) C))V c' � cM Ngo UJ d' p + a) mc fn m O W 0 7 O EN L ~ O U) +� O y V m m F- a) vas ami c E LL W co O7 � 5 •2 O in N Z � M A C� LJ.I Z cn CYN � ;O n. LL O CL cEa mcu Ow m L O � o m � W m 7 OI n3 00 O cn � m J � a) +- '' '~ ccv O cmio W o m o2 c O «� m � O WLLJL) H U O Q C J 10 U L .` Mc o O O dcu O Q >, N '0 O O W �+ GG Z Q m O 4) O c �' C O o O N U � a� rn E is +� 1. N V Qj L O O E N a) ocu comay"M Z 7 O > a ' C N O CY) O '� m O Sl o W cn rn V o .0m •� E (lS m J 7 O O 'J L ` C (L J "O O V _ a) U W MP O O O O °' O O O (0 C N to i m C C � L L E Q V. C m 00 0 7 M4 O, 'rn � CU O 'C0 X O O .0 L0 C (n ILL. CL Z a) Q 0 U) cn cn }• W MMtMMMho E 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 : F . Y. 2021 SHAULIS ROAD RECONSTRUCTION - HESS ROAD TO US- 218 i THE FOLLOWING ITEMS AND PRICES ARE QUOTED : ITEM # DESCRIPTION UNIT TYPE QUANTITY UNIT PRICE TOTAL AMOUNT 1 CLEARING AND GRUBBING AC 12 . 100 $ 2, 000 . 00 $ 24, 200 . 00 2 TOPSOIL OFF-SITE SY 551540 . 000 $ 2 . 50 $ 138, 850 . 00 3 EXCAVATION CLASS 10 CY 75, 153 . 000 $4 . 25 $ 319, 400 . 25 4 SUBGRADE PREPARATION SY 41, 914 . 500 $ 1 . 05 $ 44, 010 . 23 5 SUBBASE MODIFIED 6 INC SY 41, 914 . 500 $ 5 . 50 $ 230, 529 . 75 6 COMPACTION TESTING LS 1 . 000 $ 10, 000 . 00 $ 10, 000 . 00 7 TRENCH COMPACTION TESTING LS 1 . 000 $ 10, 000 . 00 $ 10, 000 . 00 8 STORM SEWER TRENCHED GASKETED RCP 200 LF 31140 . 000 $ 45 . 00 $ 141, 300 . 00 9 STORM SEWER TRENCHED GASKETED RCP 200 LF 11712 . 000 $ 48 . 00 $ 82, 176 . 00 10 STORM SEWER TRENCHED GASKETED RCP 200 LF 948 . 000 $ 61 . 00 $ 57, 828 . 00 11 STORM SEWER TRENCHED GASKETED RECP 20e LF 87 . 000 $ 84 . 00 $ 7, 308 . 00 12 REMOVAL OF STORM SEWER , LESS THAN 36 IN LF 706 . 000 $ 12 . 50 $ 8, 825 . 00 13 PIPE CULVERTTRENCHED GASKETED RCP 15 IN LF 195 . 000 $ 45 . 00 $ 8, 775 . 00 14 PIPE CULVERT TRENCHED GASKETED RCP 18 IN LF 196 . 000 $ 48 . 00 $ 91408 . 00 15 PIPE CULVERT TRENCHED GASKETED RCP 24 IN LF 29 . 000 $ 61 . 00 $ 11769 . 00 16 PIPE CULVERT TRENCHED GASKETED RCP 36 IN LF 22 . 000 $ 100 . 00 $ 21200 . 00 17 PIPE CULVERTTRENCHED GASKETED RCP 54 IN LF 54 . 000 $ 225 . 00 $ 121150 . 00 18 PIPE APRON RCP 15 INC EA 14 . 000 $ 11150 . 00 $ 16, 100 . 00 19 PIPE APRON RCP 18 INC EA 13 . 000 $ 11200 . 00 $ 15 , 600 . 00 20 PIPE APRON RCP 24 INC EA 3 . 000 $ 1, 350 . 00 $ 4, 050 . 00 21 PIPE APRON RCP 30 INC EA 1 . 000 $ 1, 650 . 00 $ 11650 . 00 22 PIPE APRON RCP 36 INC EA 1 . 000 $ 2, 000 . 00 $ 2, 000 . 00 23 PIPE APRON RCP 54 INC EA 3 . 000 $ 31000 . 00 $ 9, 000 . 00 24 SUBDRAIN PLASTIC 6 INC LF 91747 . 000 $ 10 . 00 $ 97, 470 . 00 25 SUBDRAIN CLEANOUTS EA 21 . 000 $ 375 . 00 $ 71875 . 00 26 SUBDRAIN OUTLETS AND CONNECTIONS TYPE EA 77 . 000 $ 225 . 00 $ 17, 325 . 00 27 INTAKE SW-507 EA 50 . 000 $ 4, 650 . 00 $ 232, 500 . 00 28 INTAKE SW-509 EA 3 . 000 $ 5 , 600 . 00 $ 161800 . 00 29 INTAKE SW-541 EA 2 . 000 $ 6, 350 . 00 $ 12, 700 . 00 30 INTAKE SW-545 12 FT CURB OPENING EA 2 . 000 $ 61500 . 00 $ 13 , 000 . 00 31 MANHOLE ADJUSTMENT MINOR EA 2 . 000 $ 1, 700 . 00 $ 31400 . 00 32 MANHOLE ADJUSTMENT MAJOR EA 1 . 000 $ 3, 000 . 00 $ 31000 . 00 33 REMOVE MANHOLE EA 8 . 000 $ 850 . 00 $ 6, 800 . 00 34 PAVEMENT TEMPORARY SY 777 . 000 $ 55 . 50 $ 431123 . 50 35 PAVEMENT PCC 10 INC SY 33 ,404 . 300 $ 54 . 00 $ 1, 803, 832 . 20 36 PAVEMENT PCC 8 IN . ( COLORED TRUCK APROI` SY 416 . 700 $ 125 . 00 $ 52, 087 . 50 37 CONCRETE MEDIAN 4 IN . COLORED (SPLITTER I SY 11719 . 000 $ 78 . 00 $ 134, 082 . 00 38 CONCRETE MEDIAN 8 IN . SIDEWALK CROSSING SY 190 . 400 $ 65 . 00 $ 12, 376 . 00 39 PCC PAVEMENT SAMPLES AND TESTING LS 1 . 000 $ 12, 500 . 00 $ 12, 500 . 00 40 REMOVAL OF SIDEWALK SY 11551 . 100 $4 . 00 $ 6, 204 . 40 41 REMOVAL OF DRIVEWAY SY 873 . 400 $ 4 . 00 $ 3 , 493 . 60 42 SHARED USE PATH PCC 6 INC SY 41842 . 600 $ 35 . 00 $ 1691491 . 00 43 DETECTABLE WARNING SF 521 . 000 $ 45 . 00 $ 23, 445 . 00 44 DRIVEWAY PAVED PCC 7 INC SY 794 . 100 $ 46 . 00 $ 36, 528 . 60 45 DRIVEWAY GRANULAR SY 329 . 100 $ 9 . 50 $ 3, 126 . 45 46 SHARED USE PATH ASSURANCE TESTING LS 1 . 000 $ 2, 000 . 00 $ 2, 000 . 00 47 DRIVEWAY ASSURANCE TESTING LS 1 . 000 $ 21000 . 00 $ 2, 000 . 00 48 PAVEMENT REMOVAL SY 25, 923 . 000 $ 4 . 00 $ 1031692 . 00 49 TRAFFIC SIGNAL LS 1 . 000 $ 750, 000 . 00 $ 750, 000 . 00 50 PAINTED PAVEMENT MARKINGS DURABLE ( EP, STA 431 . 700 $ 80 . 00 $ 341536 . 00 51 PAINTED SYMBOLS AND LEGENDS DURABLE ( E EA 24 . 000 $ 325 . 00 $ 71800 . 00 52 PAVEMENT MARKINGS REMOVED STA 3 . 600 $ 350 . 00 $ 11260 . 00 53 SYMBOLS AND LEGENDS REMOVED EA 2 . 000 $ 100 . 00 $ 200 . 00 54 GROOVES CUT FOR PAVEMENT MARKINGS STA 431 . 700 $ 55 . 00 $ 231743 . 50 55 GROOVES CUT FOR SYMBOLS AND LEGENDS EA 24 . 000 $ 150 . 00 $ 31600 . 00 56 TEMPORARY TRAFFIC CONTROL LS 1 . 000 $ 601000 . 00 $ 601000 . 00 57 CONVENTIONAL SEEDING SEEDING FERTILIZIN , ACRE 16 . 600 $ 700 . 00 $ 111620 . 00 58 CONVENTIONAL SEEDING SEEDING FERTILIZIN , ACRE 8 . 300 $ 11450 . 00 $ 12, 035 . 00 59 SWPPP MANAGEMENT LS 1 . 000 $ 71500 . 00 $ 71500 . 00 60 FILTER SOCK 9 IN . LF 13, 600 . 000 $ 1 . 60 $ 21, 760 . 00 61 FILTER SOCK REMOVAL LF 13, 600 . 000 $ . 25 $ 3, 400 . 00 62 TEMPORARY RECP TYPE 2 . D . SY 367 . 000 $ 2 . 00 $ 734 . 00 63 RIP RAP TYPE E REVETMENT TON 191 . 000 $ 65 . 00 $ 121415 . 00 64 SILT FENCE DITCH CHECK INSTALLATION LF 41333 . 000 $ 1 . 40 $ 6, 066 . 20 65 SILT FENCE DITCH CHECK REMOVAL OF SEDIMI LF 434 . 000 $ . 05 $ 21 . 70 66 SILT FENCE DITCH CHECK REMOVAL OF DEVICE LF 2, 167 . 000 $ . 05 $ 108 . 35 67 DUST CONTROL WATER MGAL 31 . 000 $ 110 . 00 $ 3, 410 . 00 68 DUST CONTROL LIGNOSULFANATE SY 411915 . 000 $ 1 . 75 $ 73, 351 . 25 69 INLET PROTECTION DEVICE OPEN THROAT INS' EA 57 . 000 $ 25 . 00 $ 1, 425 . 00 70 INLET PROTECTION DEVICE MAINTENANCE EA 57 . 000 $ 10 . 00 $ 570 . 00 71 BARBED WIRE TYPE I LF 125 . 000 $ 16 . 25 $ 2, 031 . 25 72 REMOVE AND REINSTALL FENCE BARBED WIRE LF 654 . 000 $ 25 . 00 $ 161350 . 00 73 REMOVAL OF FENCE BARBED WIRE TYPE I LF 125 . 000 $ 7 . 50 $ 937 . 50 74 SAFETY RAIL LF 352 . 000 $ 195 . 25 $ 681728 . 00 75 CONSTRUCTION SURVEY LS 1 . 000 $ 125, 000 . 00 $ 1251000 . 00 76 MONUMENT PRESERVATION OR REPLACEMEN LS 1 . 000 $ 301000 . 00 $ 30, 000 . 00 77 MOBILIZATION ( ROADWAY) LS 1 . 000 $ 350, 000 . 00 $ 350, 000 . 00 78 MAINTENANCE OF POSTAL SERVICE LS 1 . 000 $ 750 . 00 $ 750 . 00 79 MAINTENANCE OF SOLID WASTE COLLECTION LS 1 . 000 $ 1, 000 . 00 $ 1, 000 . 00 80 CONCRETE WASHOUT LS 1 . 000 $ 101000 . 00 $ 10, 000 . 00 81 REMOVE AND REINSTALL SIGN EA 11 . 000 $ 150 . 00 $ 11650 . 00 82 SIGN REMOVAL EA 24 . 000 $ 75 . 00 $ 11800 . 00 83 TYPE A SIGNS SHEET ALUMINUM SF 320 . 400 $ 21 . 00 $ 61728 . 40 84 POSTS FOR TYPE A SIGNS 2 IN , SQUARE PERFO LF 614 . 000 $ 26 . 00 $ 15, 964 . 00 85 REMOVAL OF TRAFFIC SIGNALIZATION LS 1 . 000 $ 10, 000 . 00 $ 10, 000 . 00 86 REMOVAL OF STEEL BEAM GUARDRAIL LF 285 . 000 $ 9 . 75 $ 2, 778 . 75 87 GRANULAR SHOULDER TYPE A SY 11524 . 800 $ 18 . 50 $ 28, 208 . 80 88 BRIDGE APPROACH BR-201 SY 645 . 000 $ 170 . 00 $ 1091650 . 00 89 CONCRETE BARRIER END SECTION BA- 107 EA 2 . 000 $ 71500 . 00 $ 151000 . 00 90 CONCRETE BARRIER TAPERED END SECTION BE EA 2 . 000 $ 71500 . 00 $ 15, 000 . 00 91 LANDSCAPING LS 1 . 000 $ 5, 000 . 00 $ 51000 . 00 92 LANDSCAPE SIGNS LS 1 . 000 $ 140, 000 . 00 $ 1401000 . 00 93 LIGHTING CONTROL STATION EA 1 . 000 $ 71500 . 00 $ 71500 . 00 94 LIGHT POLE ASSEMBLY EA 11 . 000 $ 51000 . 00 $ 551000 . 00 95 ROUNDABOUT CONVENIENCE RECEPTACLE EA 1 . 000 $ 500. 00 $ 500 . 00 96 ELECTRIC CIRCUITS LF 21175 . 000 $ 14 . 00 $ 30, 450 . 00 97 HANDHOLES EA 13 . 000 $ 800 . 00 $ 10,400 . 00 B1 EXCAVATION CLASS 10 ( BRIDGE ) CY 410 . 700 $ 10 . 25 $ 4, 209 . 68 B2 MOBILIZATION ( BRIDGE ) LS 1 . 000 $ 2001000 . 00 $ 2001000 . 00 B3 REMOVAL OF EXISTING BRIDGE LS 1 . 000 $ 501000 . 00 $ 50, 000 . 00 B4 EXCAVATION CLASS 20 CY 120 . 000 $ 23 . 00 $ 2, 760 . 00 B5 STRUCTURAL CONCRETE ( BRIDGE ) CY 700 . 200 $ 825 . 00 $ 5771665 . 00 B6 REINFORCING STEEL EPDXY COATED LB 1671706 . 000 $ 1 . 05 $ 176, 091 . 30 B7 CONCRETE BARRIER RAILING LF 447 . 500 $46 . 25 $ 20, 696 . 88 B8 STEEL PIPE PEDESTRIAN HAND RAILING LF 228 . 800 $ 125 . 00 $ 28, 600 . 00 B9 STRUCTURAL STEEL PEDESTRIAN HAND RAILIN LF 225 . 500 $ 230 . 00 $ 51, 865 . 00 B10 PILES STEEL HP 10 X 42 LF 31020 . 000 $ 35 . 00 $ 1051700 . 00 B11 CONCRETE ENCASEMENT OF STEEL H PILES HP LF 560 . 000 $ 90 . 00 $ 501400 . 00 B12 PREBORED HOLES LF 160 . 000 $ 55 . 00 $ 81800 . 00 B13 ENGINEERING FABRIC SY 706 . 700 $ 3 . 75 $ 2, 650 . 13 B14 REVETMENT CLASS E TON 609 . 200 $ 37 . 00 $ 221540 . 40 B15 EROSION STONE TON 47 . 700 $ 83 . 00 $ 3, 959 . 10 W1 WATER MAIN INSTALLED HDPE DR 1124 IN RE LF 220 . 000 $ 76 . 50 $ 16, 830 . 00 W2 WATER MAIN TRENCHED DI CLASS 52 20 IN Uf\ LF 21913 . 000 $ 128 . 00 $ 372, 864 . 00 W3 WATER MAIN TRENCHED DI CLASS 53 20 IN RE LF 11634 . 000 $ 166 . 50 $ 2721061 . 00 W4 WATER MAIN TRENCHED DI CLASS 53 20 IN RE LF 130 . 000 $ 335 . 00 $ 431550 . 00 W5 WATER MAIN TRENCHED DI CLASS 52 12 IN Ufa LF 539 . 000 $ 102 . 50 $ 55, 247 . 50 W6 WATER MAIN TRENCHED DI CLASS 53 12 IN RE LF 338 . 000 $ 125 . 00 $ 42, 250 . 00 W7 WATER MAIN TRENCHED DI CLASS 53 12 IN RE LF 80 . 000 $ 265 . 00 $ 211200 . 00 W8 WATER MAIN FITTINGS DI MJ VARIOUS SIZES LB 91928 . 000 $ 7 . 25 $ 71, 978 . 00 W9 WATER SERVICE STUB 1 IN EA 3 . 000 $ 31750 . 00 $ 11, 250 . 00 W10 WATER SERVICE LINE 12 IN LF 35 . 000 $ 100 . 00 $ 31500 . 00 W11 WATER SERVICE LINE 8 IN LF 113 . 000 $ 75 . 00 $ 81475 . 00 W12 WATER SERVICE VALVE 12 IN EA 2 . 000 $ 31000 . 00 $ 61000 . 00 W13 WATER SERVICE VALVE 8 IN EA 1 . 000 $ 21000 . 00 $ 21000 . 00 W14 VALVE GATE 20 IN EA 9 . 000 $ 171500 . 00 $ 1571500 . 00 W15 VALVE GATE 12 IN EA 4 . 000 $ 3 , 000 . 00 $ 121000 . 00 W16 FIRE HYDRANT ASSEMBLY EA 6 . 000 $ 6, 500 . 00 $ 391000 . 00 W17 FIRE HYDRANT ASSEMBLY REMOVAL EA 4 . 000 $ 600 . 00 $ 2, 400 . 00 W18 VALVE BOX REMOVAL EA 5 . 000 $ 350 . 00 $ 1, 750 . 00 W19 MOBILIZATION ( WATER ) LS 1 . 000 $ 361000 . 00 $ 361000 . 00 W20 WATER MAIN REMOVAL LF 51697 . 000 $ 15 . 00 $ 851455 . 00 TOTAL QUOTED AMOUNT $ 8 , 639 , 212 . 17 PETERSON CONTRACTORS, INC. UW Apri l 29, 2021 HR Green , Inc . Shaulis Road Reconstruction - Hess Road to US-218 Project No . RM -8155 (772 ) --91D - 07 Waterloo , Iowa FORM OF BID OR PROPOSAL — ADDENDUM # 3 F . Y . 2021 SHAULIS ROAD RECONSTRUCTION - HESS ROAD TO US - 218 City Contract # 1020 CONTRACT N0 , RM - 8155 ( 772) - - 9D - 07 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 � . . . 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 HR Green Inc . on behalf of the City of Waterloo now on file in the office of the City Clerk , City Hall , Waterloo , Iowa , hereby proposes to furnish all supervision , technical personnel , labor , materials , machinery , tools , appurtenances , equipment , and services , including utility and transportation services required to construct and complete this F . Y . 2021 SHAULIS ROAD RECONSTRUCTION - HESS ROAD TO US - 218 , City Contract # 1020 , Contract No . RM - 8155 ( 772 ) - - 9D - 07 , all in accordance with the above - listed documents and for the unit prices for work in place for the following items and quantities : FORM OF BID — ADDENDUM # 3 Page 1 of 10 HR Green , Inc . Shaulis Road Reconstruction o Hess Road to U &218 Project No . RM -8155 (772 )--9D- 07 Waterloo , Iowa F . Y . 2021 SHAULIS ROAD RECONSTRUCTION ® HESS ROAD TO DYSART ROAD CONTRACT NO , RM -8155 (772 )- m9D - 07 BID DESCRIPTION UNIT EST. QTY. UNIT BID TOTAL BID ITEM PRICE PRICE 1 CLEARING AND GRUBBING AC 12 . 1 $ $ 2 TOPSOIL , OFFSITE Sy 55 , 54o $ $ 3 EXCAVATION , CLASS 10 Cy 75 , 153 $ $ 4 SUBGRADE PREPARATION Sy 411914 , 5 $ $ 5 SUBBASE , MODIFIED , 6 IN . Sy 411914m5 $ $ 6 COMPACTION TESTING LS 1 $ $ 7 TRENCH COMPACTION TESTING LS 1 $ $ STORM SEWER, TRENCHED , GASKETED 8 RCP, 2000D CLASS 111) , 15 IN . LF 3 , 140 $ $ STORM SEWER , TRENCHED , GASKETED 9 RCP , 2000D ( CLASS III ) , 18 IN . LF 1 , 712 $ $ STORM SEWER , TRENCHED , GASKETED 10 RCP , 2000D ( CLASS III ) , 24 IN , LF 948 $ $ STORM SEWER , TRENCHED , GASKETED 11 RECP , 2000D CLASS III , 30 IN . LF 87 $ $ REMOVAL OF STORM SEWER . LESS 12 THAN 36 IN . LF 706 $ $ PIPE CULVERT , TRENCHED , GASKETED 13 RCP , 15 IN . LF 195 $ $ PIPE CULVERT , TRENCHED , GASKETED 14 RCP , 18 IN . LF 196 $ $ PIPE CULVERT , TRENCHED , GASKETED 15 1RCP1 24 IN . LF 29 $ $ PIPE CULVERT , TRENCHED , GASKETED 16 RCP , 36 IN . LF 22 $ $ PIPE CULVERT , TRENCHED , GASKETED 17 RCP , 54 IN . LF 54 $ $ 18 PIPE APRON , RCP , 15 IN . EA 14 $ $ 19 PIPE APRON , RCP , 18 IN . EA 13 $ $ 20 PIPE APRON , RCP , 24 IN . EA 3 $ $ 21 PIPE APRON , RCP , 30 IN . EA 1 $ $ 22 PIPE APRON , RCP , 36 IN . EA 1 $ $ FORM OF BID - ADDENDUM #3 Page 2 of 10 HR Green , Inc . Shaulis Road Reconstruction - Hess Road to US-218 Project No . RM -8155 (772 )--9D-07 Waterloo , Iowa F . Y . 2021 SHAULIS ROAD RECONSTRUCTION - HESS ROAD TO DYSART ROAD CONTRACT N0 , RM - 8155 (772) - - 9D - 07 BID ` DESCRIPTION UNIT EST. QTY. UNIT BID TOTAL BID ITEM PRICE PRICE 23 PIPE APRON , RCP , 54 IN . EA 3 $ $ 24 SUBDRAIN , PLASTIC , 6 IN . LF 917471 $ $ 25 SUBDRAIN CLEANOUTS EA 21 $ $ SUBDRAIN OUTLETS AND 26 CONNECTIONS , TYPE A , 6 IN . EA 771$ $ 27 IINTAKE , SW - 507 EA 50 $ $ 28 JINTAKE , SW • 509 EA 3 $ $ 29 INTAKE , SW • 541 EA 2 $ $ 30 INTAKE , SW - 545 , 12 FT CURB OPENING EA 2 $ $ 31 MANHOLE ADJUSTMENT , MINOR EA 2 $ $ 32 MANHOLE ADJUSTMENT , MAJOR EA 1 $ $ 33 REMOVE MANHOLE EA 8 $ $ 34 PAVEMENT , TEMPORARY Sy 777 $ $ 35 PAVEMENT , PCC , 10 IN . Sy 331404 . 3 $ $ PAVEMENT`, PCC, 10 IN ' (COLORED 36 JTRUCKAPRON) Sy 416s7 $ $ CONCRETE MEDIAN , 61N . , COLORED' 37 (SPLITTER ISLANDS) Sy 117-191 $ $ CONCRETE MEDIAN , 8 IN . , SIDEWALK 38 CROSSING Sy 190 . 4 $ $ 39 IPCC PAVEMENT SAMPLES AND TESTING LS 1 $ $ 40 REMOVAL OF SIDEWALK Sy 1 , 551 . 1 $ $ 41 REMOVAL OF DRIVEWAY Sy 873 . 4 $ $ 42 SHARED USE PATH , PCC , 6 IN . Sy 4 , 842 . 6 $ $ 43 DETECTABLE WARNING SF 521 $ $ 44 DRIVEWAY , PAVED , PCC , 7 IN . Sy 794 . 1 $ $ FORM OF BID — ADDENDUM #4 Page 3 of 10 HR Green , Inc . Shaulis Road Reconstruction - Hess Road to US - 218 Project No . RM -8155 ( 772 )--91D- 07 Waterloo , Iowa F . Y . 2021 SHAULIS ROAD RECONSTRUCTION - HESS ROAD TO DYSART ROAD CONTRACT N0 , RM -8155 (772)- - 9D - 07 BID DESCRIPTION UNIT; EST. QTY. UNIT BID TOTAL BID ITEM PRICE PRICE 45 DRIVEWAY , GRANULAR SY 329 . 1 $ $ SHARED USE PATH ASSURANCE 46 TESTING LS 1 $ $ 47 DRIVEWAY ASSURANCE TESTING LS 1 $ $ 48 PAVEMENT REMOVAL SY 251923 . 0 $ $ 49 TRAFFIC SIGNAL LS 1 $ $ PAINTED PAVEMENT MARKINGS , 50 DURABLE EPDXY STA 431v7 $ $ PAINTED SYMBOLS AND LEGENDS , 51 DURABLE EPDXY EA 24 $ $ 52 PAVEMENT MARKINGS REMOVED STA 3 . 6 $ $ 53 SYMBOLS AND LEGENDS REMOVED EA 2 $ $ GROOVES CUT FOR PAVEMENT 54 MARKINGS STA 431 v7 $ $ GROOVES CUT FOR SYMBOLS AND 55 LEGENDS EA 24 $ $ 56 TEMPORARY TRAFFIC CONTROL LS 1 $ $ CONVENTIONAL SEEDING , SEEDING , FERTILIZING , AND MULCHING , 57 TEMPORARY ACRE 16 . 6 $ $ CONVENTIONAL SEEDING , SEEDING , FERTILIZING , AND MULCHING , 58 PERMANENT ACRE 8 . 3 $ $ 59 ISWPPP MANAGEMENT LS 1 $ $ 60 FILTER SOCK , 9 IN . LF 131600 $ $ 61 FILTER SOCK , REMOVAL LF 131600 . $ $ 62 TEMPORARY RECP , TYPE 2 . D . SY 367 $ $ 63 RIP RAP , TYPE E REVETMENT TON 191 $ $ SILT FENCE DITCH CHECK , 64 INSTALLATION LF 41333 $ $ SILT FENCE DITCH CHECK , REMOVAL OF 65 SEDIMENT LF 434 $ is FORM OF BID — ADDENDUM #3 Page 4 of 10 HR Green , Inc . Shaulis Road Reconstruction - Hess Road to US- 218 Project No . RM - 8155 (772 )--9D-07 Waterloo , Iowa F . Y . 2021 SHAULIS ROAD RECONSTRUCTION - HESS ROAD TO DYSART ROAD CONTRACT N0 , RM - 8155 (772 ) - - 9D - 07 BID DESCRIPTION UNIT EST. ,QTY. UNIT BID TOTAL BID ITEM PRICE PRICE SILT FENCE DITCH CHECK , REMOVAL OF 66 DEVICE LF 2 , 167 $ $ 67 DUST CONTROL , WATER MGAL 31 $ $ 68 DUST CONTROL LIGNOSULFANATE SY 411915 $ $ INLET PROTECTION DEVICE , OPEN 69 ITHROAT , INSTALLATION EA 57 $ $ INLET PROTECTION DEVICE , 70 MAINTENANCE EA 57 $ $ 71 BARBED WIRE , TYPE I LF 125 $ $ REMOVE AND REINSTALL FENCE , 72 BARBED WIRE , TYPE I LF 654 $ $ REMOVAL OF FENCE , BARBED WIRE , 73 TYPE I LF 125 $ $ 74 SAFETY RAIL LF 352 $ $ MEN mmommommom 75 CONSTRUCTION SURVEY LS 1 $ $ MONUMENT PRESERVATION OR 76 REPLACEMENT LS 1 $ $ NONSENSE 77 MOBILIZATION ROADWAY LS 1 $ $ 78 MAINTENANCE OF POSTAL SERVICE LS 1 $ $ MAINTENANCE OF SOLID WASTE 79 COLLECTION LS 1 $ $ 80 CONCRETE WASHOUT LS 1 $ $ 81 REMOVE AND REINSTALL SIGN EA 11 $ $ 82 SIGN REMOVAL EA 24 $ $ SEEN NINE 83 TYPE A SIGNS , SHEET ALUMINUM SF 320s4 $ $ POSTS FOR TYPE A SIGNS , 2 IN . 84 SQUARE PERFORATED STEEL TUBING LF 614m0 $ $ 85 REMOVAL OF TRAFFIC SIGNALIZATION LS 1 $ $ 86 REMOVAL OF STEEL BEAM GUARDRAIL LF 285 $ $ 87 GRANULAR SHOULDER , TYPE A I SY 1 1 , 524 . 8 $ mmom $ FORM OF BID — ADDENDUM # 3 Page 5 of 10 HR Green , Inc . Shaulis Road Reconstruction - Hess Road to US-218 Project No . RM -8155 (772 )--9D- 07 Waterloo , Iowa F . Y . 2021 SHAULIS ROAD RECONSTRUCTION - HESS ROAD TO DYSART ROAD CONTRACT N0 , RM - 8155 (772)- - 9D - 07 BID DESCRIPTION UNIT EST. QTY. UNIT BID TOTAL BID ITEM PRICE PRICE 88 BRIDGE APPROACH , BR - 201 Sy 645 , 0 $ $ CONCRETE BARRIER END SECTION , BA - 89 107 EA 2 $ $ CONCRETE BARRIER TAPERED END 90 SECTION , BA - 108 EA 2 $ $ 91 LANDSCAPING LS 1 $ $ 92 LANDSCAPE SIGNS LS 1 $ $ 93 LIGHTING CONTROL STATION EA 1 $ $ 94 LIGHT POLE ASSEMBLY EA 11 $ $ ROUNDABOUT CONVENIENCE 95 RECEPTACLE EA 1 $ $ 96 ELECTRIC CIRCUITS LF 2 , 175 $ $ 97 HANDHOLES EA 13 $ $ B1 EXCAVATION , CLASS 10 BRIDGE Cy 410m7 $ $ B2 MOBILIZATION ( BRIDGE) LS 1 $ $ B3 REMOVAL OF EXISTING BRIDGE LS 1 $ $ B4 1EXCAVATION , CLASS 20 Cy 120 $ $ B5 STRUCTURAL CONCRETE BRIDGE Cy 700 . 2 $ $ B6 REINFORCING STEEL , EPDXY COATED LB 167 , 706 $ $ B7 CONCRETE BARRIER RAILING LF 447s5 $ $ B8 STEEL PIPE PEDESTRIAN HAND RAILING LF 228o8 $ $ STRUCTURAL STEEL PEDESTRIAN HAND B9 RAILING LF 225 . 5 $ $ B10 PILES , STEEL , HP 10 X 42 LF 31020 $ $ CONCRETE ENCASEMENT OF STEEL H B11 PILES , HP 10 X 42 ( P10L TYPE 3 LF 560 $ $ FORM OF BID — ADDENDUM #3 Page 6 of 10 HR Green , Inc . Shaulis Road Reconstruction - Hess Road to US-218 Project No . RM -8155 ( 772 )--9D - 07 Waterloo , Iowa F . Y . 2021 SHAULIS ROAD RECONSTRUCTION - HESS ROAD TO DYSART ROAD CONTRACT N0 , W8155 (772)- - 91) - 07 BID DESCRIPTION UNITESL QTY. UNIT BID TOTAL BID ITEM PRICE PRICE B12 PREBORED HOLES LF 160 $ $ B13 ENGINEERING FABRIC Sy 706 , 7 $ $ B14 REVETMENT , CLASS E TON 609 , 2 $ $ B15 EROSION STONE TON 47 . 7 $ $ WATER MAIN , INSTALLED , HDPE DR 11 , Wl 24 " RESTRAINED JOINT LF 220 $ $ WATER MAIN , TRENCHED , DI CLASS 52 , W2 12011 UNRESTRAINED JOINT LF 21913 $ $ WATER MAIN , TRENCHED , DI CLASS 53 , W3 20 " RESTRAINED JOINT LF 11634 $ $ WATER MAIN , TRENCHED , DI CLASS 53 , 20 " RESTRAINED JOINT W/ 30 " STEEL W4 CASING LF 130 $ $ WATER MAIN , TRENCHED , DI CLASS 52 , W5 12 " UNRESTRAINED JOINT LF 539 $ $ WATER MAIN , TRENCHED , DI CLASS 53 , W6 12 " RESTRAINED JOINT LF 338 $ $ WATER MAIN , TRENCHED , DI CLASS 53 , 12 " RESTRAINED JOINT W/ 20 " STEEL W7 CASING LF 80 $ $ WATER MAIN FITTINGS , DI MJ , VARIOUS W8 SIZES LB 97928 $ $ W9 WATER SERVICE STUB , 1 " EA 3 $ $ W10 WATER SERVICE LINE , 12 " LF 35 $ $ W11 WATER SERVICE LINE , 8 " LF 113 $ $ W12 WATER SERVICE VALVE , 12 " EA 2 $ $ W13 WATER SERVICE VALVE , 8 " EA 1 $ $ W14 VALVE , GATE 20 " EA 9 $ $ W15 VALVE , GATE 12 " EA 4 $ $ W16 FIRE HYDRANT ASSEMBLY EA 61 $ $ FORM OF BID — ADDENDUM # 3 Page 7 of 10 HR Green , Inc . Shaulis Road Reconstruction - Hess Road to US-218 Project No . RM - 8155 (772 )-- 9D - 07 Waterloo , Iowa F . Y . 2021 SHAULIS ROAD RECONSTRUCTION - HESS ROAD TO DYSART ROAD CONTRACT N0 , RM - 8155 (772 ) - - 9D - 07 BID DESCRIPTION UNIT EST. QTY. UNIT BID TOTAL BID ITEM PRICE PRICE W17 FIRE HYDRANT ASSEMBLY REMOVAL EA 4 $ $ W18 VALVE BOX REMOVAL EA 5 $ $ W19 MOBILIZATION (WATER) LS 1 $ $ W20 WATER MAIN REMOVAL I LF 1 516971 $ $ TOTAL BID212 rL 2 . It is understood that the quantities set forth are approximate only and subject to variation and that the unit bid price for the work done shall govern in the actual payment to Contractor . 3 . In submitting this bid , the bidder understands that the right is reserved by the City of Waterloo , Iowa , to reject any or all bids . If written notice of the acceptance of this bid is mailed , telegraphed , or delivered to the undersigned within thirty ( 30 ) days after the opening thereof , or at any time thereafter before this bid is withdrawn , the undersigned agrees to execute and deliver an agreement in the prescribed form and furnish the required bond and certificate of the insurance within ten ( 10 ) days after the agreement is presented to him for signature , and start work within ten ( 10) days after " Notice to Proceed " is issued . 4 . Security in the sum of -�A Dollars ( $ ) in the form of 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 . FORM OF BID — ADDENDUM #3 Page 8 of 10 HR Green , Inc . Shaulis Road Reconstruction - Hess Road to US -218 Project No . RM - 8155 ( 772 ) --91D - 07 Waterloo , Iowa 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 � � �2 I - 4 ��f 2 l 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 — ADDENDUM # 3 Page 9 of 10 HR Green , Inc . Shaulis Road Reconstruction - Hess Road to US-218 Project No . RM - 8155 (772 ) -- 9D - 07 Waterloo , Iowa 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 . P � � 4A ( Name of Bidder) ( D te) JBY : CYR Title z�Y - 2 Official Address : ( Including Zip Code) : fC � iA I . R . S . No . FORM OF BID — ADDENDUM # 3 Page 10 of 10