HomeMy WebLinkAboutPeterson Contractors, Inc.EREA
flVtU%%'!s
!tt. BOX A
REINBECK, BOWA 50669-0155
FY 2022 Hyper Drive
R.I.S.E Project
Project #
RM-8155(778) 9D-07
City of Waterloo
Contract # 1051
Bid Date: 9-23-21
Bid Time: 1PM
Bid Proposal
rttiler
Y O 0
r
1..� L C L
0
SEA-' 23 2021D
irm 4.4 nP r.
EVIVIA
'a0l1tRllCtVR9
WE- BOX A
REINBECK, IOWA 50669-0155
zar tat' r,_d.
FY 2022 Hyper Drive
R.I.S.E Project
Project #
RM-8155(778) 9D-07
•
City of Waterloo
Contract # 1051
Bid Date: 9-23-21
Bid Time: 1PM
Bid Bond
FORM OF BID OR PROPOSAL
FY 2022 HYPER DRIVE R.I.S.E. PROJECT NO. RM-8155(778)--9D-07
CONTRACT NO. 1051
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 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 2022 HYPER DRIVE R.I.S.E.
PROJECT NO. RM-8155(778)--9D-7, Contract No. 1051, all in accordance with the above -listed
documents and for the unit prices for work in place for the indicated items and quantities.
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thereafter before this bid is withdrawn, the undersigned agrees to execute and deliver an agreement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 5 r Dollars ($
) in the form of $>'a
accordance with the INSTRUCTIONS TO BIDDERS.
5. Attached hereto is a Non -Collusion Affidavit of Prime Contractor.
6. Attached hereto is a Resident Bidder Certification
Certification ( ). (Marls one.)
is submitted herewith in
or Non -Resident Bidder
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.
FORM OF BID —A
CONTRACT NO. 1051 Page 1 of 2
RM-8155(778)--9D-07
9. The bidder has received the following Addendum or Addenda:
Addendum No. *- i Date 9/14 h.(
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 limitations.
Idete'Citimn CLiv JVcS
(Name of Bidder)
r �
BY: (,-(4\
ffal u '�
(Date)
Title
Official Address: (Including Zip Code):
r-RteeNta
k2
, 0
f5a$9
I.R.S. No. 112- 09 2-/&54
FORM OF BID — A
CONTRACT NO. 1051 Page 2 of 2
RM-8155(778)--9D-07
S,892.6 0.0 0.0 51,744.5 $ $
69
69
69
GS
69
OS
49
Eig
GS
4
GS
69
649
OS
OG
ea
G4
685.
75.
156.
163.
549.
701.2
0
o
CO
ri
co
to
CA
cco
6)
O
O
co
M
to
75.0
O
CO
LC)
O
6
0.0
0
O
O
O
rn
T'
0
0
0
0
0
0
0.0
0.0
0
0
0
0
0
0
0
0
DIVISION 4 - SEWERS AID
0
0
O
0
0.0
0.0
0
0.0
0
0
0
6
0
0
6
685.0
N
O
O
O
O
CO
r
O
O
O
O
r)
OC)
.-
o
t�
to
co
O
co
1-
t
EN
LF
0
-
a
a
z
RAVITY
VC
VITY
12"
ERVICE,
2.23.5, 6"
[NICHED,
A
Q
O
x
Z
Z
N
0 R,
0 Ga
71_
Z
r
p4 00
�
p
q
W q
c�v
QD
>
u)u
w�4)a�g�a4w�
1
ZSg^%�o
SUB:
STO]
up
0O
O
00
CN
o
..,
VD
VD
0
r
a)
0)
CO
3-
no
0
�0
o°'
zao
0N.
Fr 0
ofy
0�
FORM OF BID - B
FY 2022 HYPER DRIVE R.I.S.E. PROJECT NO. RM-8155(778)--9D-07
S, 15" EA 1.0 0.0 0.0 0.0 1.0 $ $
EA 2.0 0.0 0.0 0.0 2.0 $ $
s9
ER
ER
69
69
64
64
69
64
49
69
69
165.
0
0
0
0
0
0
0.0
0.0
o
0
0
0
0
0
0
0
0
0
165.5
4.0
1.0
7.0
0
0
0
0.0
0.0
o
o
0
0
0
0
0
0
0
0
0.0
0.0
0
0
0
0
0
o
d
0
0
0
EA
EA
a
W
W
W
W
KING TEE,
ER, 8" X
t 8"
W
W
W
o
(..,
CRIPTION'
:AIN CLEANO1
PRON, RCP, 15
NGS FOR CON
PRONS, 15"
PRON, RCP, 18
NGS FOR CON
PRONS, 18"
PRON GUARD
PRON, RCP, 30
NGS FOR CON
PRONS, 30"
PRON, RCP, 36
NGS FOR CON
PRONS, 36"
R SERVICE,
:HED, DIP, 8"
if IG, MJ LOCK
IG, MJ LOCKE\
IG, MJ LOC
IG, MJ REDUC
IG, 45° MJ BEI\
E, MJ GATE, 8"
PRON GUAF
PRON GUAF
PRON GUAF
R MAIN, TRl
WRAPPED, E
M SEWE
KETED R(
RM SEWE
E I'ED R(
STO
18 GASK
J13DF
.4:Q�
.
W
Q
��
4:
4:
W
4�
�, �
A
� 4:
4:
F�
r
4
4
4
7
W
W
fmmi
W
W
O�
WZ
W
�
CG
O a
PIP
4<
F"
F"
E"
H
F"'
�ww
a
Pa
C)
24
C)
O<
a
a
�a
�a
3a,
3H
w�
woo
woo
w\o
w
>
21
a
wa
w
40
44
a4
20
Vl
1O
oo
0\
O
0 2
r
01
N
m
t
In
\O
[�
CO
CN
O
--4
N
M
m
m
m
Cr)
m
01
01
7-
NNN
NNN
N
N
cn
Men
4-
0
N
0
0)
Rf
0
C
0
. a;
O
z oc
Ur
LLr
Z oC
Oix
0
FORM OF BID - B
FY 2022 HYPER DRIVE R.I.S.E. PROJECT NO. RM-8155(778)--9D-07
' EA 0.0 0.0 0.0 2.0 2.0 $ $
EA 6.0 0.0 0.0 0.0 6.0 $ $
EA 2.0 0.0 0.0 0.0 2.0 $ $
EA 1.0 0.0 0.0 0.0 1.0 $ $
EA 0.0 0.0 0.0 1.0 1.0 $ $
69
69
69
69
69
69
fA
69
69
69
16.d
8,416.0
O
tr)
O
N
(O
(D
r-
O)
r-
d
co -
0.0
CD
O
O
O
O
O
O
O
0.0
O.OI
0.0
O
o
O
O
15.0
O
O
O
r
1ri
rri
r-
N
_N
(O
(O
2.5
2,291.0
o
0
0
r
-
r
rn
N
N
U
AC
AC
LF
u.
Q
a
AND
w
a9
�"
w
cD
t7
ti
w
rt
—
:SCRIPTI ON
)JUSTM
NT, PCC, C-4
3 AGG, 9"
CONTROL
ARY EROSI(
L MULCHIN
VATTLE, 8",
ATION
LTTLE, 8
\NCE AT
EE
AIN
ARY SI
vG-Tl
4'
iH
W
V)
1F.
V
V1
z
w���
oafa
_
W
r
4
P-
P'_
�
z
s
C)
�+
U
P4 b
P4
MANHO
<pm(z
_
WWx
UW
�
,a,�.._�
�F
3F"�O
xa"Q
w
___
>U
g�U
aU
x�w
6
�a
0
Q-
4
4
Q4
a3
w
w
H0
��a
�
4
E4
w
a�.
V1
Vl
la
kt
71'
�'
Cf'
�'
C1'
�'
7
V1
Vl
VI
VI
F
FORM OF BID - B
FY 2022 HYPER DRIVE R.I.S.E. PROJECT NO. RM-8155(778)--9D-07
69
Rif
it
69
C/D
69
64
EA
EA
64
69
69
64
64
64
b9
0
W
m
U
UNI
EA
64
GS
69
64
69
69
EA
EA
69
GS
99
O
O
O
0
0
0
0
0
0
0
O
0
.
.
.
.
.
.
o
.
.
.
..
279
O
O
r—
r
r-
r
r-
r-
r-
r00
N
O
N"
N-
0
0
cD
CO
CO
0.0
OUS
0.0
0.0
0.0
0
O
O
0
0
0
0
0
0
O
o
0
0
o
0
o
O
0
Z
ZW
_
> �w
0
0 0
0
0.0
0
0
0
0
0
0
0
0
0
0
0
0
0
O
O
O
Z
4
O
O
0
0
O
O
O
A
M
O
O
a
W
Z
ni
°Mzm
U
[TE WORK AND LAND&
(0W00
z
w
�Q
0.9
0.0
O
A 9nn nl
0
0
0
O
o
0
0
0
O
O
o
cy
o
0
O
r-
r
r—
O
re
W
N
N
W
m
0 z
72 Z
>
_N
[IEWO.
0
W
1,870.0
1,870.0
0
o
0
r-
O
0
O
0
r-
0
o
.
.
.
.
.
279_1
cd
.
.
O
r
0
0
0
O
r-
o
r
W
N-
00
Q •
_
r
cn
•
0
01
> 1
J
4
0
W
0
C/1
11
,
v,
v,
LS
c„
co)...1
co
TN
T .F
,4
Q
T.1
W
z
,4
..1
osNTY
U
NIAN1
LI,Al
;UR\
Q
z
0
0
\l
r.
r.
isi
a.
r
r
CE_ REl
W
W
Z
4
rTl
r
EnU
rTi
re,
tv-1
`„�
IILIZATI(
W
U
W
U
)ING WEA
ONSTRUCT
o
co
0
DIET
LLL
WIMET
40V/
W
rz4W
0
w
;DIM]
HINT
'T
[N
4(
E.]
[LT ]
Z
W
cis
4
z
._,
Le
--�
--.--.
--
-a
-
- - .
N
\O
M
VD
8S
01
tn
0 E
d•
tn
VD
I`
00
Q>
O
O
VD
\D
\D
VD
`O
VD
\O
I�
VD
m
H
PETERSON CONTRACTORS, INC.
www.petersoncontractors.com
104 Blackhawk Street
P.O. BoxA
Reinbeck, Iowa 50669
Phone: 319-345-2713
Fax: 319-345-2991
QUOTE
PROPOSAL FOR: FY 2022 Hyper Drive RISE Project No. RM-8155(778)--9D-07
ITEM # DESCRIPTION
1 Clearing & Grubbing
2 Topsoil Strip Stockpile & Spread On -Site
3 Excavation Class 10
4 Excavation Class 10 Waste On Lot 4
5 Subgrade Preparation
6 Subbase 6Modified
7 Subbase 4' Modified
8 Subbase 8' Macadam Stone
9 Subgrade Overexcavation
10 Granular Stabilization
11 12" Sanitary Sewer Gravity Main Trenched PVC
12 12" Sanitary Sewer Gravity Main Trenched DIP
13 6" Sanitary Sewer Service Trenched PVC SDR 2:
14 15" RCP Storm Sewer Gasketed
15 18" RCP Storm Sewer Gasketed
16 24" RCP Storm Sewer Gasketed
17 30" RCP Storm Sewer Gasketed
18 36" RCP Storm Sewer Gasketed
19 6" HDPE Subdrain
20 Subdrain Cleanout
21 15' RCP Pipe Apron
22 15" Pipe Apron Footing
23 15" Pipe Apron Guard
24 18" RCP Pipe Apron
25 18" Pipe Apron Footing
26 18" Pipe Apron Guard
27 30" RCP Pipe Apron
28 30" Pipe Apron Footing
29 30" Pipe Apron Guard
30 36" RCP Pipe Apron
31 36" Pipe Apron Footing
32 36" Pipe Apron Guard
33 8" DIP Water Main Trenched
34 8" Water Service Trenched
35 12" x 8' MJ Locking Tee
36 8" x 8" MJ Locking Tee
37 8" x 6" MJ Locking Tee
38 8" x 6" MJ Reducer
39 8" x 45 Elbow
40 8" MJ Gate Valve
41 Fire Hydrant Assembly
42 Dead End Fire Hydrant Assembly
UNIT TYPE QUANTITY
AC
CY
CY
CY
SY
SY
SY
SY
CY
TN
LF
LF
LF
LF
LF
LF
LF
LF
LF
EA
EA
EA
EA
EA
EA
EA
EA
EA
EA
EA
EA
EA
LF
LF
EA
EA
EA
EA
EA
EA
EA
EA
5.100
51,744.500
121,773.300
60,557.100
3,969.200
3,969.200
701.200
701.200
350.000
685.000
953.800
75.000
156.000
163.800
98.100
549.200
13.900
161.300
1,920.000
2.000
1.000
1.000
1.000
2.000
2.000
2.000
1.000
1.000
1.000
2.000
2.000
2.000
1,080.000
165.500
1.000
4.000
4.000
1.000
4.000
7.000
4.000
1.000
UNIT PRICE
$9,000.00
$3.00
$1.00
$3.00
$1.00
$5.50
$4.00
$8.25
$6.75
$14.50
$60.00
$140.00
$45.00
$60.00
$62.50
$77.50
$105.00
$120.00
$15.00
$850.00
$1, 300.00
$1,250.00
$1,000.00
$1,400.00
$1, 300.00
$1,100.00
$1, 750.00
$1,500.00
$1,450.00
$2,250.00
$1,650.00
$1,700.00
$51.00
$70.00
$2,250.00
$950.00
$950.00
$700.00
$750.00
$2,500.00
$5,300.00
$5,400.00
TOTAL AMOUNT
$45,900.00
$155,233.50
$121,773.30
$181,671.30
$3,969.20
$21,830.60
$2,804.80
$5,784.90
$2,362.50
$9,932.50
$57,228.00
$10,500.00
$7,020.00
$9,828.00
$6,131.25
$42,563.00
$1,459.50
$19,356.00
$28,800.00
$1,700.00
$1, 300.00
$1,250.00
$1,000.00
$ 2, 800.00
$2,600.00
$ 2, 200.00
$1,750.00
$1, 500.00
$1,450.00
$4,500.00
$3,300.00
$3,400.00
$55,080.00
$11,585.00
$2,250.00
$3,800.00
$3,800.00
$700.00
$3,000.00
$17, 500.00
$ 21, 200.00
$5,400.00
43 48" SW-301 Manhole
44 SW-507 Intake
45 SW-509 Intake
46 SW-513 Intake
47 Internal Drop Connection
48 Major Manhole Adjustment
49 9" PCC Paving
50 Pavement Removal
51 Traffic Control
52 Type I Conventional Seed Fert & Mulch
53 Hydraulic Seed Fert & Mulch
54 Temporary Erosion Control Mulch
55 Type 5 Temporary Seed & Mulch
56 8" Straw Wattle Installation
57 8" Straw Wattle Maintenance & Removal
58 Silt Fence Installation
59 Silt Fence Maintenance
60 Silt Fence Removal
61 Construction Entrance (Install Maintain & Rem
62 Inlet Protection Device (Install Maintain & Rerr
63 1' Erosion Stone
64 Sediment Berm Installation
65 Sediment Berm Maintenance
66 Sediment Berm Removal
67 Seeding Warranty
68 Construction Survey
69 MOB
70 Maintenance Bond
TOTAL QUOTED AMOUNT
PETERSON CONTRACTORS, INC.
September 23,2021
EA
EA
EA
EA
EA
EA
SY
SY
LS
AC
AC
AC
AC
LF
LF
LF
LF
LF
LS
EA
TN
LS
LS
LS
LS
LS
LS
LS
2.000
6.000
2.000
1.000
1.000
3.000
3,514.900
61.400
1.000
24.500
12.000
36.500
16.000
8,416.000
8,416.000
6,070.000
6,070.000
6,070.000
1.000
8.000
279.000
1.000
1.000
1.000
1.000
1.000
1.000
1.000
$5,300.00
$5,450.00
$6,850.00
$5,300.00
$3,000.00
$2,500.00
$46.50
$20.00
$1,700.00
$1,350.00
$3,150.00
$450.00
$500.00
$1.90
$.30
$1.40
$.10
$.10
$3,500.00
$125.00
$42.00
$950.00
$450.00
$1,750.00
$4,000.00
$15,000.00
$37,500.00
$9,500.00
$10,600.00
$32,700.00
$13, 700.00
$5,300.00
$3,000.00
$7,500.00
$163,442.85
$1,228.00
$1,700.00
$33,075.00
$37,800.00
$16,425.00
$8,000.00
$15,990.40
$2,524.80
$8,498.00
$607.00
$607.00
$3,500.00
$1,000.00
$11,718.00
$950.00
$450.00
$1,750.00
$4,000.00
$15,000.00
$37,500.00
$9,500.00
$1,335,279.40
NON -COLLUSION AFFIDAVIT OF PRIME BIDDER
State of 10
County of Gt v
�C s j-\ vt z r
)ss
, being first duly sworn, deposes and says that:
Partner, Officer f e resentative or Agent' , of �' ((1ztadn;2J
1. He is (Owner, a , p )
, 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)
eitoieefi cs-,tt-yrda
Title
Subscribed and sworn to before me this S b o day of (' \--C4 , 20)1 .
My commission expires 30 3 9-
Tithe iUoMv� ru h l
•
o r- Commission Number 798999
My Commission Expires
August 30, 2022
Bidder Status Form
To be completed by all bidders
Part A
Please answer "Yes" or "No" for each of the following:
0 Yes
Yes
Yes
cx)
Yes
ONo
No
ONo
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 Paris 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:
/ e% C'� /
to / Address: 8hik /-hfi1 PC), /0V
City, State, Zip: : t o1 , Jaa 5Ogq
Dates: / / to / / Address:
City, State, Zip:
Dates: / / to / / Address:
City, State, Zip:
Dates: /
You may attach additional sheet(s) if needed.
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
0Yes 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 comma leted b y all bidders Part D
p
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.
efr'�Firm Name: e- E``-�
•c n)
•J
Signature:f4,Date:
You must submit the completed form to the governmental body requesting bids per 875 Iowa Administrative Code
Chapter 156. This form has been approved by the Iowa Labor Commissioner.
309-6001 (09-15)
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.
0 Yes ONo
Yes cDNo
Yes
Yes
0 Yes
0 Yes
O 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.
Yes 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.
QYes9. No My business is a limited liability company whose certificate of organization is filed in Iowa and has
not filed a statement of termination.
OYes � 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)
MBEIWBE BUSINESS ENTERPRISE
PRE -BID CONTACT INFORMATION FORM
Prime Contractor Name:?eteiN.�, Cern eiti s_
Project: ; V 3s: ± 1-i �,1�1 -1 � .I . . >iio,�+- 4 of _ 1-- 4-3` /7) - _`��- C; Letting Date: 1/2 /
y� �
NO MBE/WBE SUBCONTRACTORS: If you are NOT using any MBE/WBE subcontractors to complete this project,
sign below. Attach a brief explanation as to why subcontracting was not feasible with this project. If any MBE/WBE
subcontractors will be used, please use the bottom portion of this form.
I
Contractor Signature:
Title:
Date:
7/Y., �fr�/
-
SUBCONTRACTORS APPLICABLE: You are required, in order for your bid to be considered responsive, to provide
the information on this form showing ALL of your MBE/WBE subcontractor contacts made for your bid submission.
This information is subject to verification. Any questions may be directed to Contract Compliance Office 319-291-
4429.
You are required, in order for your bid to be considered responsive, to provide the information on this Form showing
your MBEIWBE Business Enterprise contacts made prior to your bid submission. This information is subject to
verifications and confirmation.
If you are unable to identify MBE/WBE firms to perform portions of the work, please contact Rudy Jones, Contract
Compliance Officer, for assistance at (319) 291-4429.
In the event it is determined that the MBE/WBE Business Enterprise goals are not met, then before awarding the
contract the City of Waterloo will make a determination as to whether or not the apparent successful low bidder mad(
good faith efforts to meet the goals.
TABLE OF INFORMATION SHOWING BIDDER'S PRE -BID
MBEIWBE BUSINESS ENTERPRISE CONTACTS
Quotes
Received
Quotation
used
in
bid
Dates
Dates
Dollar
Amount
Proposed
to
MBE/WBE
Subcontractors
Contacted
Yes/No
Contacted
Yes/No
be
Subcontracted
'�
TAM-
Alcktsa-9
9/22,
r
,`'
/5n-
(Form CCO-4) Rev. 06-20-02
Form 730007WP 7-97
0)
0
(0
baj
O
U
�m
1
U)
(I)
W
z
(DZ
D o
CO Q
Jn,
QO
Z
(i)I
0~
Wo
I.0
W o
0 m
CC Ida'
Q0-
(33
9
1
•
Qci
4
O
aL
a 0 0
O
L
a_
1'
O
0
1'
c
a)
L
0
3-
D
D
m
Q
m
a)
a
E
U
m
O
Business contacts made with your bid
be considered
0
information
U)
(0
c
O
(0
E
L
`a)
T
0
(0
a)
co
a)
cn
cn
a)
f a TSB's quote
c6
0
0)
0
0
m
�u)
W
CCU
�n Q
1
� z
w0
0U
0
mm
O �
O w
z
U z in
(0 O J
Q Q
O
00
Z w
E o LL w
O 0
wQ
J
O O CO
U
CC5
O
a)
O
a)
C
U _Q
O
O .�
a)
a)
Q 4--
a)
co
-c
w ctan
o
a) a)
> u
W C6
.. w
Zo
items as necessary to achieve the estab
00
W
O
0
RI
al
0-5
Q
D
}
0
W
CC
r(
m
Q
W
n
m
u
Z
,,
o
Q
0
0)
W
_-•-
(!)
0
D
111
Z
.
0
0
w
0
W
U
CNS
w
~_
Q
W
o
Z
Cr
U
0
W
()
CC
G
OD
wO
0
>- Z
0
U
W
�
Q
0
m
,
ft
0
0
Q
f
f--
Z
O
_.
--)
U
m
;s
4
0
0
0
CO
O
a)
(0
L
0
U
3 a)
U
a) a3
-�
O rThC
T
a)�
0 w
Cl. a)
o I)
Q O
4 a)
E
O
L _o
0)
O E
0 Q)
O (n
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 23rd day of September
2021 , for FY 2022 Hyper Drive R.I.S.E. Project No. RM-8155(778)--9D-07, Contract
No. 1051, City of 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 fumish 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 13th day of September , A.D. 2021 •
w
Witness
Witness Stacie Christensen
By
Peterson Contractors, Inc. (Seal)
ra
ravelers Casualty and Surety Company of America (Seal)
ty
I SSW
Attorney -in -fact Anne Crowner
(Title)
TRAVELERS'
Travelers Casualty and Surety Company of America
Travelers Casualty and Surety Company
St. Paul Five 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(s)-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 21st day of April,
2021.
2.1411111106 Oil Singer 'h
State of Connecticut
By:
City of Hartford ss.
Robert L. Raneenior Vice President
On this the 21st day of April, 2021, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior
Vice President of each of the Companies, 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, 2026
IA to?O
,, '1. i11-p'..../ .r.
3'
estiv.„....mvEctw
ti4ThAY
•7-4
t'UUE•.IC
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 each of
the Companies, 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 each of the Companies, 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 13th day of September , 2021
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 A ttorney(s)-in-Fact and the details of the bond to which this Power of Attorney is attached.