Loading...
HomeMy WebLinkAboutPeterson Contractorsc» 0 F r • EXIVS% aMISLAMS UV.- BOX A REINBECK, IOWA 50669-0155 B4A PropooLk EY. 2oz4 ?iimtick&octy e-F Da4-edc-:\00 CD(1-1-f-Naid— No. 1°5 ReCc> FORM OF BID OR PROPOSAL F.Y. 2024 BROADWAY STREET RECONSTRUCTION PROJECT CONTRACT NO. 1095 CITY OF WATERLOO, IOWA Honorable Mayor and City Council Waterloo, Iowa Gentlemen: 1. The undersigned, being a Corporation existing under the laws of the State of Iowa a Partnership consisting of the following partners: , having familiarized (himself) (themselves) (itself) with the existing conditions on the project area affecting the cost of the work, and with all the contract documents listed in the Table of Contents and Addenda (if any), as prepared by the City Engineer of the City of Waterloo now on file in the office of the City Clerk, City Hall, Waterloo, Iowa, hereby proposes to furnish all supervision, technical personnel, labor, materials, machinery, tools, appurtenances, equipment, and services, including utility and transportation services required to construct and complete this F.Y 2024 BROADWAY STREET RECONSTRUCTION PROJECT, Contract No. 1095, all in accordance with the above -listed documents and for the unit prices for work in place for the following items and quantities: FY 2024 BROADWAY STREET RECONSTRUCTION PROJECT CONTRACT NO.1095 BID ITE M SPECIFICATION SUPPLEMENTAL SUDAS * SEE DESCRIPTION UNIT BROADWAY ST QTY UNIT PRICE BID TOTAL PRICE BID DIVISION 2 - EARTHWORK 1 2010-108-D-1* TOPSOIL, 4 INCHES, ON SITE SY 26,418.0 $ $ 2 2010-108-D-3* TOPSOIL, 4 INCHES, OFF SITE SY 5,453.0 $ $ 3 2010-108-E * EXCAVATION, AND BORROW CLASS 10, ROADWAY CY 1,423.0 $ $ 4 SEE EST. REF. EXCAVATION, CLASS 10, WASTE CY 12,706.0 $ $ 5 2010-108-F * EXCAVATION, CLASS 10, BELOW GRADE CY 2,100.0 $ $ 6 2010-108-G * SUBGRADE PREPARATION SY 61,272.0 $ $ 7 2010-108-J * SUBBASE, MODIFIED, 10 INCH SY 61,272.0 $ $ 8 IADOT 2121 * DEPTH GRANULAR SHOULDER, TYPE B, 4 INCH SY 17,191.0 $ $ SUBTOTAL EARTHWORK = $ DIVISION DRAINS - 4 STORM - SEWERS AND 9 4020-108-A STORM 2000D, 18 SEWER, INCH TRENCHED, RCP LF 279.1 $ $ 10 4020 108 D REMOVAL LESS THAN OF OR STORM EQUAL SEWER, TO 36 INCH RCP, LF 199.0 $ $ 11 4030-108-B PIPE APRON, RCP,18 IN. DIA. EACH 3.0 $ $ 12 4030-108-C FOOTING 18 INCH FOR CONCRETE PIPE APRON, EACH 3.0 $ $ 13 4030-108-D PIPE APRON GUARD, 18 INCH EACH 3.0 $ $ 14 4040-108-A SUBDRAIN, TYPE SP, 6 INCH LF 19,513.0 $ $ FORM OF BID CONRACT NO. 1095 Page 1 of 4 15 4040-108-D SUBDRAIN H RAIN OUTLET TO STRUCTURE, 6 EACH 36.0 $ $ 16 4040-108-D SUBDRAIN OUTLET TO DITCH, 6 INCH EACH 32.0 $ $ SUBTOTAL SEWERS AND DRAINS - STORM = $ DIVISION SANITARY 6 AND - STRUCTURES STORM SEWERS FOR 17 6010-108-B INTAKE, SW-505 EACH 1.0 $ $ 18 6010-108-B INTAKE, SW-507 EACH 3.0 $ $ 19 6010-108-B * INTAKE, 1040 A COVER SW-512, ONLY 24 INCH, WATERLOO EACH 9.0 $ $ 20 6010-108-B INTAKE, TYPE 3B SW-512, CASTING 24 INCH, SW-604 EACH 3.0 $ $ 21 6010-108-E SANITARY MINOR, SW-301 MANHOLE ADJUSTMENT, EACH 2.0 $ $ 22 6010-108-H * REMOVE SECTIONS, INTAKE STORM AND FLARED END EACH 10.0 $ $ SUBTOTAL STRUCTURES FOR SANITARY AND STORM SEWERS = $ DIVISION 7 - STREETS AND RELATED WORK 23 PAVEMENT, C-4, CL 3 AGG PCC, 9 INCH, C-SUD OR SY $ $ 54,718.0 7010-108-A * 24 7010-108-I * PCC TESTING PAVEMENT SAMPLES AND LS 1.0 $ $ 25 11,050-108-A CONCRETE WASHOUT LS 1.0 $ $ PAVEMENT REHABILITATION $ $ 26 7040-108-H * PAVEMENT REMOVAL SY 59,273.0 $ $ 27 SEE EST. REF. REMOVAL OF RAILROAD CROSSING LS 1.0 $ $ SUBTOTAL STREETS AND RELATED WORK = $ DIVISION MARKINGS 8 AND - PAVEMENT TRAFFIC CONTROL 28 8020-108-B * PAINTED WATERBORNE PAVEMENT MARKINGS, STA 315.16 $ $ 29 8020 108 B * PAINTED WATERBORNE, PAVEMENT TEMPORARY MARKINGS, STA 10.64 $ $ 30 8020-108-H * PRECUT SYMBOLS AND LEGENDS EACH 10.0 $ $ 31 8020-108-K PAVEMENT MARKINGS REMOVED STA 10.64 $ $ 32 8030-108-A TEMPORARY TRAFFIC CONTROL LS 1.0 $ $ 33 8030-2.02 DIRECTIONAL SIGNS, PER DETAILS EACH 104.0 $ $ 34 IADOT 2518010 2528- SAFTEY CLOSURE EACH 26.0 $ $ 35 IADOT 9109020 2528- TEMPORARY SYSTEM LANE SEPARATOR LF 400.0 $ $ SUBTOTAL PAVEMENT MARKINGS AND TRAFFIC CONTROL = $ DIVISION LANDSCAPING 9 - SITE WORK AND SEEDING 36 9010 108 B * HYDRAULIC MULCHING - SEEDING, TYPE 1 FERTILIZING AND SY 31,871.0 $ $ 37 9010-108-E * WARRANTY SY 7,968.0 $ $ EROSION AND SEDIMENT CONTROL $ $ 38 9040-108-N-1 SILT FENCE, INSTALLATION LF 4,377.0 $ $ FORM OF BID CONRACT NO. 1095 Page 2of4 39 9040-108-N-2 * SILT FENCE, REMOVAL OF SEDIMENT LF 450.0 $ $ 40 9040-108-N-3 SILT FENCE, REMOVAL OF DEVICE LF 4,377.0 $ $ 41 9040-108-Q-2 EROSION HYDROMULCHING CONTROL MULCHING, SY 23,903.0 $ $ 42 9040-108-T-1 * INLET INSTALLATION, PROTECTION DROP DEVICE, -IN EACH 4.0 $ $ 43 9040-108-T-1 * INLET INSTALLATION, PROTECTION SURFACE DEVICE, -APPLIED EACH 6.0 $ $ 44 9040-108-T-2 * INLET MAINTENANCE PROTECTION DEVICE, EACH 10.0 $ $ SUBTOTAL SITE WORK AND LANDSCAPING = $ DIVISION 11 - MISCELLANEOUS 45 11010-108-A CONSTRUCTION SURVEY LS 1.0 $ $ 46 11020-108-A MOBILIZATION LS 1.0 $ $ 47 SEE EST. REF. TEMPORARY PLACE, RESTORE MAINTAIN, ACCESS, REMOVE EXCAVATE, AND LS 1.0 $ $ 48 SEE EST. REF. ; TEMPORARY PAVING, 4 INCH HMA SY 997.0 $ $ SUBTOTAL MISCELLANEOUS = $ TOTAL BID 4, 695, $ 883. 55 Please Cost see Report the attached for unit prices Itemized and Subtotals. 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 % Dollars ($ ) in the form of bid bond INSTRUCTIONS TO BIDDERS. Attached hereto is a Non -Collusion Affidavit of Prime Contractor. Attached hereto is a Bidder Status Form. is submitted herewith in accordance with the 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 CONRACT NO. 1095 Page 3 of 4 9. The bidder has received the following Addendum or Addenda: Addendum No. #1 Date 2-27-24 #2 3-4-24 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. Peterson Contractors, Inc. 3-7-24 (Name of Bidder) Fleshne f Chris BY: Official Address: (Including Zip Code): P.O. Box A (Date) Title Project Estimator / Manager Reinbeck, IA 50669 I.R.S. No. 42-0921654 FORM OF BID CONRACT NO. 1095 Page 4 of 4 INFORMATION NEEDED FOR IOWA CONSTRUCTION SALES TAX EXEMPTION CERTIFICATE CONTRACTOR NAME' Peterson Contractors, Inc. ADDRESS: P.O. Box A Reinbeck, IA 50669 (Check One): PRIME X FEDERAL ID#: 42-0921654 SUBCONTRACTOR PROJECT NAME: F.Y. 2024 Broadway Street Reconstruction PROJECT CONTRACT NO.: DESCRIPTION OF WORK: No. 1095 I i Brickwork [� Carpentry C1 Concrete Drywall -Plaster -Insulation ri Electrical P Excavation/Grading • Flooring X Heavy Construction [11 Heating -Ventilating -Air Cond • Landscaping C Painting fit Paving ❑ Plumbing ❑ Roofing -Siding -Sheet Metal 1 Windows ❑ Wrecking -Demolition [� Other (Please specify) NON -COLLUSION AFFIDAVIT OF PRIME BIDDER State of Iowa ) County of Black Hawk ) Ctir''s Th. ;shn )ss 1 He is (Owner, Partner, Office , being first duly sworn, deposes and says that: Inc . , the Bidder that • • -: - , = i Bid; of Peterson Contractors, 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. Subscribed and sworn to before me this My commission expires (Signed) Project Estimator / Manager Title 7fK Title day of Ma/VCL , 204 (Meet, - 'Q,1A1 h 0 2/ • JENNIFER R. WISSLEti re Commission Number 761292 My Commission Expires w* January 4, 2025 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. 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) Project Estimator / Manager 3-7-24 (Title) (Date) 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, TITLE VI CIVIL RIGHTS Page 1 of 2 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: Yes QNo Yes 0 No Yes ONo Yes (-1No 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: 12 23 1964 t_ 03 / 07 r 2024 Address: P .0. Box A Reinbeck, IA 50669 Dates: Dates: City, State, Zip: / / to / / Address: City, State, Zip: / / 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 O Yes O 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 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: Peterson Contractors, Inc . Signature: Date: 3-7-24 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 ONo O Yes O Yes Yes O Yes O ves Q Yes O Yes o Yes 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. 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) Revised February 2003 CONTRACTOR'S OR SUBCONTRACTOR'S AFFIRMATIVE ACTION PROGRAM Check box that applies to party completing program: ( X ) General Contractor ( ) Subcontractor I. Section A to be completed by GENERAL CONTRACTORS only: A. N ame of Company Peterson Contractors, Inc. P.O. Box A Address of Company Reinbeck, IA Zip 50669 Telephone Number ( 319 ) 345-2713 or (319) 415-5212 Federal ID Number (if no Federal ID Number, Owner/President's Social Security Number) 42-0921654 N ame of Equal Employment Officer Mark Peterson N ame of Project F.Y. 2024 Broadway Street Reconstruction Project Contract Number no. 1095 Estimated Construction Work Dates 04-1-24 / 12-15-24 Start Finish Section B to be completed by SUBCONTRACTORS only: B. N ame of General or Prime Contractor N ame of Subcontractor Subcontractor's Address Zip Subcontractor's Telephone Number ( ) Subcontractor's Federal ID Number (if no Federal ID Number Owner/President's Social Security Number) Name of Equal Employment Officer AFFIRMATIVE ACTION PROGRAM Page 1 of 8 A. Remainder of program to be completed by party completing program, either Prime or Subcontractor. 1. The Owners and/or Principals of your company: Name Ethnic 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. However, we realize the inequities associated with employment training, upgrading, contracting and subcontracting for minorities and women and we will direct our efforts to correcting any deficiencies to the maximum extent possible. The same will be required of our SUBCONTRACTORS and suppliers. C. We submit this program to assure compliance with Executive Order 11246, as amended, and other subsequent orders that may pertain to equal employment opportunity and merit employment policies, fully realizing that our qualification and/or merit system should be evaluated and revised, if necessary. D We agree to put forth the maximum effort to achieve full employment and utilization of capabilities and productivity of all our citizens without regard to race, creed, color, sex, national origin, economic status, age, and mental or physical handicap. E. will give training (Name of Company) and employment opportunities to local residents of Waterloo, Iowa, to the greatest extent feasible. AFFIRMATIVE ACTION PROGRAM Page 2 of 8 III. AFFIRMATIVE ACTION A. recognizes that the effective application of a policy of (Name of Company) merit employment involves more than just a policy statement, and (Name of Company) will, therefore, re-evaluate our Affirmative Action Program to ensure that equal employment opportunities are available on the basis of individual merit, and to actively encourage minorities, women and local residents to seek employment with our company on this basis. B. will undertake the following six (6) steps to improve (Name of Company) our Affirmative Action Program: 1. Minority Recruitment and Employment; 2. Local Recruitment and Employment; 3. Disabled Veteran and Vietnam Era Veteran Recruitment and Employment; 4. Handicapped Recruitment and Employment; 5. Female Recruitment and Employment; and 6. Training, Upgrading and Promotional Opportunities. C. will take whatever steps are necessary to (Name of Company) 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. D. will seek qualified minority, female, and local group applicants (Name of Company) 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 companies, with whom we are (Name of Company) associated and/or do business, to do the same and we will assist them in their efforts. AFFIRMATIVE ACTION PROGRAM Page 3 of 8 H has taken the following Affirmative Action to ensure that (Name of Company) minority, female, local contractors and/or suppliers were provided opportunities to negotiate and/or bid on this project: (if none, write "NONE") 1. 2. I. As a result of the above efforts, we have involved minority, female, and local contractors and/or suppliers in the following areas of subcontracting: (if none, write "NONE") 1. 2. J. will require approved Affirmative Action Programs from (Name of Company) 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. will keep records of specific actions relative to (Name of Company) 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: N. Minority Parity = .08 (8%) (Name of Company) Affirmative Action 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." For the year 201_, 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 PA and 10% or more for minorities and 1 % and 5% or more for women. AFFIRMATIVE ACTION PROGRAM Page 4 of 8 INDICATE: 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 20 . 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) DISABLED VETERAN: DV VIETNAM ERA VETERAN: VV HANDICAPPED: H AFFIRMATIVE ACTION PROGRAM Page 5 of 8 We hereby certify that we are in compliance with all City and Federal Affirmative Action Regulations and agree to accept all liability for failure to comply. Respectfully submitted, By: Chris Fleshner Company Executive 03-07-24 Date By: Mark Peterson Equal Employment Opportunity Officer 03-7-24 Date City of Waterloo Affirmative Action Officer Approved Disapproved Reason: By: Date: AFFIRMATIVE ACTION PROGRAM Page 6 of 8 DESCRIPTION OF JOB CATEGORIES 1 Officials/Manager: Occupations in which employees set broad policies, exercise overall responsibility for execution of all policies, or direct individual departments or special phases of the agency's operations or provide specialized consultation on a regional, district or area basis. Includes: department heads, bureau chiefs, division chiefs, directors, deputy directors, controllers, examiners, wardens, superintendents, unit supervisors, sheriffs, police and fire chiefs and inspectors and kindred workers. 2 Professionals: Occupations, which require specialized and theoretical knowledge, which is usually required through college training or thorough work experience and other training which provides comparable knowledge. Includes: personnel and labor relations workers, social workers, doctors, psychologists, registered nurses, economists, dietitians, lawyers, system analysts, accountants, engineers, employment and vocational rehabilitation counselors, teachers or instructors, police and fire captains and lieutenants and kindred workers. 3 Technicians: Occupations, which require a combination of basic scientific or technical knowledge and manual skill which can be obtained through specialized post -secondary school education and through equivalent on-the-job training. Includes: computer programmers and operations, draftspersons, surveyors, licensed practical nurses, photographs, radio operators, technical illustrators, police and fire sergeants and kindred workers. 4. Office/Clerical: Workers are responsible for internal and external communication, recording and retrieval of data and/or information and other paper work required in an office. Includes: bookkeepers, messengers, office machine operators, clerk -typists, stenographers, court transcribers, hearing reporters, statistical clerks, dispatchers, license distributors, payroll clerks and kindred workers. 5. Skilled Craft Workers: Workers perform jobs, which require special manual skill and a thorough and comprehensive knowledge of the processes involved in the work, which is acquired through on-the-job training programs. Includes: Mechanics and repairmen, electricians, heavy equipment operators, stationary engineers, skilled machine occupations, carpenters, compositors and typesetters and kindred workers. Sales Workers: Occupations engaging wholly and primarily in direct selling. Includes: advertising agents and salesmen, insurance agents and brokers, real estate agents and brokers, stock and bond salesmen, demonstrators, salesmen and sales clerks, grocery clerks and cashier checkers, and kindred workers. 7 Operatives (semi -skilled): Workers who operate machine or processing equipment or perform other factory -type duties of intermediate skill level which can be mastered in a few weeks and require only limited training. Includes: apprentices (auto mechanics), plumbers, building trades, metal working trades, bricklayers, carpenters, electricians, machinists, mechanics, printing trades, etc. operatives, attendants (auto service and parking), plasterers, chauffeurs, deliverymen and furnacemen, heaters (metal), laundry and dry cleaning operatives, milliners, mine operatives and laborers, motormen, oilers and greasers, (except auto painters), (except construction and maintenance), photographic process workers, stationary fireman, truck and tractor drivers, weavers, (textile), welders and flame cutters and kindred workers. 8. Laborers (unskilled): Workers in manual occupations, which generally require no special training. Perform elementary duties that may be learned in few days and require the application of little or no independent judgment. Includes: garage laborers, car washers and greasers, gardeners (except farm) and groundskeepers, longshoremen, and stevedores, lumbermen, raftsmen and woodchoppers, laborers performing lifting, digging, mixing, loading and pulling operations and kindred workers. AFFIRMATIVE ACTION PROGRAM Page 7 of 8 9. Apprentices: Persons employed in a program including work training and related instruction to learn a trade or craft which is traditionally an apprenticeship, regardless of whether the program is registered with a Federal or State agency. 10. Trainees (on-the-job): Production. . . persons in formal training for craftsmen when not trained under apprentice programs --operative laborer, and service occupations. White Collar... persons engaged in formal training for clerical, managerial, professional, technical, sales, office and clerical occupations. AFFIRMATIVE ACTION PROGRAM Page 8 of 8 MBE/WBE BUSINESS ENTERPRISE PRE -BID CONTACT INFORMATION FORM Prime Contractor Name: Peterson Contractors, Inc. P roject: F.Y. 2024 Broadway St. Reconstruction Letting Date: 03-07-24 N O 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. Contractor Signature: Title: Date: S UBCONTRACTORS 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 MBE/WBE 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 MBE/WBE BUSINESS ENTERPRISE CONTACTS Quotes Received Quotation used in bid MBE/WBE Contacted Dates Yes/No Contacted Dates Yes/No Dollar Amount be Subcontracted Proposed to Subcontractors D.C. Corporation 02-28-24 No $0.00 Martinez Concrete, LLC. 03-06-24 Yes 03-06-24 Yes $0.00 Tiedt Nursery 03-06-24 Yes 03-06-24 Yes $44,996.55 Reyes Construction, LLC. 03-06-24 No $0.00 Service Signing 03-06-24 Yes 03-06-24 Yes $0.00 (Form CCO-4) Rev. 06-20-02 PETERSON CONTRACTORS, INC. www.petersoncontractors.com 104 Blackhawk Street P.O. BoxA Reinbeck, Iowa 50669 Phone: 319-345-2713 Fax: 319-345-2991 QUOTE FY 2024 Broadway St. Recon. Contract No. 1095 SPECIAL PROVISIONS: 1. Please refer questions to Chris Fleshner at (319) 415-5212. ITEM # 1 2 3 4 5 6 7 8 DESCRIPTION 4" Topsoil On -Site 4" Topsoil Off -Site Class 10 Roadway & Borrow Class 10 Waste Class 10 Below Grade Subgrade Prep 10" Modified Subbase 4" Type B Granular Shoulder Earthwork Subtotal 9 18" Storm Sewer 10 Removel of Storm Sewer Less Than 36" 11 18" RCP FES 12 18" RCP FES Footing 13 18" RCP FES Guard 14 6" Subdrain 15 6" Subdrain Outlet to Structure 16 6" Subdrain Outlet to Ditch Sewer and Drains Subtotal 17 SW-505 Intake 18 SW-507 Intake 19 SW-512 24" with Waterloo 1040A Cover 20 SW-512 24" with SW-604 Type 3B Casting 21 SW-301 Sanitary Manhole Minor Adjustment 22 Remove Storm Intake or Structure UNIT TYPE SY SY CY CY CY SY SY SY Structures for Sanitary & Storm Sewer Subtotal 23 9" PCC Paving 24 Concrete Washout 25 PCC Pavement Samples & Testing 26 Pavement Removal LF LF EA EA EA LF EA EA EA EA EA EA EA EA SY LS LS SY QUANTITY 26,418.000 5,453.000 1,423.000 12,706.000 2,100.000 61,272.000 61,272.000 17,191.000 279.100 199.000 3.000 3.000 3.000 19,513.000 36.000 32.000 1.000 3.000 9.000 3.000 2.000 10.000 54,718.000 1.000 1.000 59,273.000 UNIT PRICE $.7s $3.50 $15.00 $9.50 $42.00 $1.05 $6.25 $4.75 $80.00 $20.00 $2,000.00 $1,750.00 $800.00 $12.00 $650.00 $650.00 $8,500.00 $8,000.00 $2,500.00 $2,500.00 $2,000.00 $500.00 $51.40 $5,000.00 $5,000.00 $2.75 TOTAL AMOUNT $19,813.50 $19,085.50 $21,345.00 $120,707.00 $88,200.00 $64,335.60 $382,950.00 $81,657.25 $798,093.85 $22,328.00 $3,980.00 $6,000.00 $5,250.00 $2,400.00 $234,156.00 $23,400.00 $20,800.00 $318,314.00 $8,500.00 $24,000.00 $22,500.00 $7,500.00 $4,000.00 $5,000.00 $71,500.00 $2,812,505.20 $5,000.00 $5,000.00 $163,000.75 27 Removal of Railroad Crossing Streets & Related Work Subtotal 28 Painted Pavement Markings 29 Temporary Painted Pavement Markings 30 Precut Symbols & Legends 31 Pavement Marking Removal 32 Tempoary Traffic Control 33 Directional Sign Per Detail 34 Safety Closure 35 Temporary Lane Separator System Pavement Markings & Traffic Control Subtotal 36 Type 1 Hydraulic Seed Fert & Mulch 37 Warranty 38 Silt Fence Installation 39 Silt Fence Removal of Sediment 40 Silt Fence Removal of Device 41 Erosion Control Hydromulching 42 Drop -In Inlet Protection Installation 43 Inlet Protection Device Surface Applied 44 Inlet Protection Device Maintenance Site Work & Landscaping Subtotal 45 Construction Survey 46 MOB 47 Temporary Access Install & Removal 48 4" ACC Temporary Paving Misc. Subtotal LS STA STA EA STA LS EA EA LF SY SY LF LF LF SY EA EA EA LS LS LS SY 1.000 315.160 10.640 10.000 10.640 1.000 104.000 26.000 400.000 31,871.000 7,968.000 4,377.000 450.000 4,377.000 23,903.000 4.000 6.000 10.000 $7,500.00 $55.00 $135.00 $600.00 $325.00 $41,670.00 $180.00 $225.00 $18.00 $.65 $.65 $1.70 $1.00 $.25 $.35 $185.00 $85.00 $50.00 1.000 $28,500.00 1.000 $225,000.00 1.000 $50,000.00 997 $ 65.00 $ $7,500.00 $2,993,005.95 $17,333.80 $1,436.40 $6,000.00 $3,458.00 $41,670.00 $18,720.00 $5,850.00 $7,200.00 $101,668.20 $20,716.15 $5,179.20 $7,440.90 $450.00 $1,094.25 $8,366.05 $740.00 $510.00 $500.00 $44,996.55 $28,500.00 $225,000.00 $50,000.00 64,805.00 $368,305.00 TOTAL QUOTED AMOUNT PETERSON CONTRACTORS, INC. nt March 7,2024 $4,695,883.55 BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, Peterson Contractors, Inc. as Principal, and Travelers Casualty and Surety Company of America as Surety are held and firmly bound unto the CITY OF WATERLOO , Iowa, hereinafter called "OWNER." In the penal sum Five Percent of the Total Amount Bid Dollars ($ 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 March 2024 , for FY 2024 Broadway Street Reconstruction Project in the City of Waterloo, Iowa; Contract No. 1095 NOW, TIiEREFORE, (a) If said Bid shall be rejected, or in the altemate, (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 matenals 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 22nd day of February , A D. 2024 STVffW Wt ss v a Huston Travelers C Pete s�On�Cyontractors, Inc. By Ity an urety nne Crowner prestaent urety Company of AmujRl) A (y-in-fact (Seal) ��-jet`Y D (Title) TRAVELERS J Travelers Casualty and Surety Company of America Travelers Casualty and Surety Company St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint 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. (takqrroro\ - COO. ? State of Connecticut By: City of Hartford ss. 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 H�ar»ti4, _ f i; 6TAsff •:if` 114Z postio Robert L. Rana enior Vice President 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 22nd day of February 2024 Kevin E. Hughes, Assistant Secretary To verify the authenticity of this Power of Attorney, p/ease call us at 1-800-421-3880. Please refer to the above -named Attorneys) -in -Fact and the details of the bond to which this Power of Attorney is attached.