HomeMy WebLinkAboutPeterson Contractors, Inc.i
o 0
3
0 .41
et mt
f
0
Ch
r
E�ERSON
Pqmiumn
ANC.
BOX A
REINBECK, IOWA 50669-0155
CITY OF WATERLOO
CITY CLERK'S OFFICE
R62025m19:9 :511
F.Y. 2025 San Marnan Dr.
Reconstruction
Contract #1116
Bid Date: 03-06-2025
Bid Time: 1:00 PM
Bid Proposal
FORM OF BID OR PROPOSAL
F.Y. 2025 E./W. SAN MARNAN DRIVE RECONSTRUCTION PROJECT
CONTRACT NO. 1116
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. 2025 E./W. SAN MARNAN DRIVE RECONSTRUCTION PROJECT, Contract No. 1116, all in
accordance with the above -listed documents and for the unit prices for work in place for the following
items and quantities:
FY 2025
E. / W. SAN
MARNAN
DR
RECONSTRUCTION
PROJECT
CONTRACT
NO.1116
ir
DIVISION
I
-
ROADWAY
CONSTRUCTION
ITEM
BID
SUDAS
SPECIFICATION
*
SUPPLEMENTAL
SEE
DESCRIPTION
UNIT
MARNAN
DR
SAN
QTY
UNIT
BID
PRICE
TOTAL
BID
PRICE
DIVISION
2
-
EARTHWORK
1
2010-108-D-1
*
TOPSOIL,
4
INCHES,
ON
SITE
SY
25,410.0
$
$
2
2010-108-D-3
*
TOPSOIL,
4
INCHES,
OFF
SITE
SY
8,544.0
$
$
3
2010-108-E
*
EXCAVATION,
ROADWAY
AND
CLASS
BORROW
10,
CY
585.0
$
$
4
SEE
EST.
REF.
EXCAVATION,
WASTE
CLASS
10,
CY
14,473.0
$
$
5
2010-108-F
*
EXCAVATION,
BELOW
GRADE
CLASS
10,
CY
2,258.0
$
$
6
2010-108-G
*
SUBGRADE
PREPARATION
SY
61,740.0
$
$
7
2010-108-J
*
SUBBASE,
MODIFIED,
12
INCH
SY
61,740.0
$
$
8
IADOT
2121
GRANULAR
g�
4
INCH
DEPTH
SHOULDER,
TYPE
SY
14,959.0
$
$
DIV.
I - SUBTOTAL
EARTHWORK
=
$
DIVISION
DRAINS
4 - SEWERS
AND
STORM
SEWERS
FORM OF BID
CONRACT NO. 1116
Page 1 of 6
9
4020-108-A
STORM
RCP
2000D,
SEWER,
24
INCH
TRENCHED,
LF
8.0
$
$
10
4020-108-A
STORM
RCP
2000D,
SEWER,
18
INCH
TRENCHED,
LF
24.0
$
$
11
4020-108-A
STORM
RCP
2000D,
SEWER,
15
INCH
TRENCHED,
LF
4.0
$
$
12
4020-108-D
REMOVAL
RCP,
36
INCH
LESS
THAN
OF
STORM
OR
EQUAL
SEWER,
TO
LF
132.7
$
$
13
4020-108-D
REMOVAL
SUBDRAIN
OF
STORM
SEWER,
LF
2,188.0
$
$
14
4020-108-G
STORM
ABANDONMENT,
PLUG,
RCP,
SEWER
18
INCH
FILL
AND
LF
550.0
$
$
15
4020-108-G
STORM
ABANDONMENT,
PLUG,
RCP,
SEWER
15
INCH
FILL
AND
LF
48.0
$
$
SUBDRAINS
16
4040-108-A
*
SUBDRAIN,
TYPE
SP,
6
INCH
LF
14,345.0
$
$
17
4040-108-D
*
SUBDRAIN
STRUCTURE,
OUTLET
6
INCH
TO
EACH
12.0
$
$
18
4040-108-D
*
SUBDRAIN
6 INCH
OUTLET
TO
DITCH,
EACH
78.0
$
$
DIV.
I
-
SUBTOTAL
SEWERS
AND
DRAINS
- STORM
=
$
DIVISION
FOR
SANITARY
6
-
STRUCTURES
AND
STORM
SEWERS
19
6010-108-B
*
INTAKE,
SW-505
EACH
1.0
$
$
20
6010-108-B
*
INTAKE,
SW-507
EACH
3.0
$
$
21
6010-108-E
*
MANHOLE
MINOR,
SW-401,
ADJUSTMENT,
48"
EACH
4.0
$
$
22
6010-108-E
*
MANHOLE
MINOR,
SW-402,
ADJUSTMENT,
60"x60"
EACH
1.0
$
$
23
6010-108-F
*
INTAKE
SW-506
ADJUSTMENT,
MAJOR,
EACH
2.0
$
$
24
6010-108-G
CONNECTION
MANHOLE
SUBDRAIN
OR
TO
INTAKE,
EXISTING
EACH
8.0
$
$
25
6010
108
H
*
REMOVE
END
SECTIONS,
INTAKE
STORM
AND
FLARED
EACH
26.0
$
$
DIV.
I
-
SUBTOTAL
STRUCTURES
FOR
SANITARY
AND
STORM
SEWERS
=
$
DIVISION
AND
RELATED
7
-
WORK
STREETS
PCC
PAVEMENT
26
7010-108-A;
302
*
PAVEMENT,
SUD
OR
C-4,
PCC,
CL
3
9
AGG
INCH,
C-
SY
53,250.0
$
$
27
7010-108-E
CURB
WIDE,
&
9-INCH
GUTTER,
DEPTH,
24-INCH
PCC,
C-4
LF
715.0
$
$
28
7010-108-G
CONCRETE
DEPTH,
PCC,
MEDIAN,
C-4
6-INCH
SY
48.1
$
$
FORM OF BID
CONRACT NO. 1116
Page 2 of 6
29
7010-108-1;
*
302
PCC
TESTING
PAVEMENT
SAMPLES
AND
LS
1.0
$
$
SIDEWALKS,
SHARED
USE
PATHS,
AND
DRIVEWAYS
30
7030-108-E
*
PCC
SIDEWALK,
6-INCH,
C-4
SY
18.8
$
$
31
7030-108-G
*
DETECTABLE
WARNINGS
SF
40.0
$
$
PAVEMENT
REHABILITATION
32
7040-108-H
*
PAVEMENT
REMOVAL
SY
52,218.0
$
$
$
$
33
7040-108-1
CURB
&
GUTTER
REMOVAL
LF
50.0
DIV.
1
-
SUBTOTAL
STREETS
AND
RELATED
WORK
=
$
DIVISION
CONTROL
8
-
TRAFFIC
TRAFFIC
SIGNALS
34
SEE
EST.
REF.
TRAFFIC
LOOPS
LS
1.00
$
$
PAVEMENT
MARKINGS
35
8020-108-B
PAINTED
MARKINGS,
PAVEMENT
WATERBORNE
STA
280.86
$
$
36
8020-108-F
WET,
REMOVABLE
RETROFLECTIVE
TAPE
MARKINGS
STA
49.40
$
$
37
8020-108-G
PAINTED
LEGENDS,
SYMBOLS
TEMPORARY
AND
EACH
27.00
$
$
38
8020-108-H
*
PRECUT
LEGENDS
SYMBOLS
AND
EACH
47.00
$
$
39
8020-108-K
PAVEMENT
REMOVED
MARKINGS
STA
37.04
$
$
40
8020-108-L
SYMBOLS
REMOVED
AND
LEGENDS
EACH
20.00
$
$
TEMPORARY
CONTROL
TRAFFIC
41
8030
108-A
*
TEMPORARY
CONTROL
TRAFFIC
LS
1.0
$
$
42
8030-108-A
*
PORTABLE
MESSAGE
SIGNS
DYNAMIC
EACH
/
DAY
56.0
$
$
43
8030-2.02
DIRECTIONAL
DETAILS
SIGNS,
PER
EACH
104.0
$
$
44
IADOT
2518010
2528-
SAFTEY
CLOSURE
EACH
21.0
$
$
DIV.
I
-
SUBTOTAL
PAVEMENT
MARKINGS
AND
TRAFFIC
CONTROL
=
$
DIVISION
AND
LANDSCAPING
9
-
SITE
WORK
SEEDING
45
9010-108-B
*
HYDRAULIC
FERTILIZING
TYPE
1
SEEDING,
AND
MULCHING
-
SY
37,350.0
$
$
EROSION
CONTROL
AND
SEDIMENT
46
9040-108-N-1
SILT
DITCH
FENCE
CHECK,
OR
SILT
INSTALLATION
FENCE
LF
3,370.0
$
$
FORM OF BID
CONRACT NO. 1116
Page 3 of 6
47
9040-108-N-2
*
SILT
DITCH
SEDIMENT
FENCE
CHECK,
OR
SILT
REMOVAL
FENCE
OF
LF
500.0
$
$
48
9040-108-N-3
SILT
DITCH
DEVICE
FENCE
CHECK,
OR
SILT
REMOVAL
FENCE
OF
LF
3,370.0
$
$
49
9040-108-Q-2
*
EROSION
MULCHING,
HYDROMULCHING
CONTROL
SY
33,954.0
$
$
50
9040-108-T-1
*
INLET
INSTALLATION,
PROTECTION
DROP
DEVICE,
-IN
EACH
10.0
$
$
51
9040-108-T-1
*
INLET
INSTALLATION,
APPLIED
PROTECTION
SURFACE-
DEVICE,
EACH
9.0
$
$
52
9040-108-T-2
*
INLET
MAINTENANCE
PROTECTION
DEVICE,
EACH
19.0
$
$
DIV.
I
-
SUBTOTAL
SITE
WORK
AND
LANDSCAPING
=
$
DIVISION
MISCELLANEOUS
11
-
53
11010-108-A
CONSTRUCTION
SURVEY
LS
1.0
$
$
54
11020-108-A
MOBILIZATION
LS
1.0
$
$
55
11,050-108-A
CONCRETE
WASHOUT
LS
1.0
$
$
56
IADOT
2505
STEEL
CONSTRUCTION
REMOVAL
BEAM
GUARDRAIL
AND
LS
1.0
$
$
57
SEE
EST.
REF.
TEMPORARY
PCC
OR
6
INCH
PAVING,
HMA
6
INCH
SY
930.0
$
$
DIV.
I
-
SUBTOTAL
MISCELLANEOUS
=
$
DIVISION
II -
WATER
MAIN
DIVISION
2
-
EARTHWORK
58
2010-108-J
*
SUBBASE,
MODIFIED,
12
INCH
SY
22.9
$
$
DIV.
II
-
SUBTOTAL
EARTHWORK
=
$
DIVISION
AND
APPURTENANCES
5
-
WATER
MAIN
PIPES
AND
FITTINGS
59
5010-108-A
WATER
POLYWRAPPED,
MAIN,
TRENCHED,
DIP,
12"
LF
125.0
$
$
60
5010-108-C
FITTING,
SLEEVE,
12"
ROMAC
ALPHA
XL
EACH
2.0
$
$
61
5010-108-C
FITTING,
8"x12"x12„
MJ
LOCKING
TEE,
EACH
1.0
$
$
$
$
62
5010-108-C
FITTING,
90°
MJ
BEND,
12"
EACH
1.0
5010-108-C
SITTING,
F63
RESTRAINED
SLEEVE,
EACH
1.0
$
$
VALVES,
AND
APPURTENANCES
FIRE
HYDRANTS,
64
5020-108-A
VALVE,
MJ
GATE,
12"
EACH
1.0
$
$
65
5020-108-A
VALVE,
MJ
GATE,
8"
EACH
1.0
$
$
DIV.
II - SUBTOTAL
WATER
MAINS
AND
APPURTENANCES
=
$
FORM OF BID
CONRACT NO. 1116
Page 4 of 6
DIVISION
AND
RELATED
7
- STREETS
WORK
PCC
PAVEMENT
66
7010-108-A
PAVEMENT,
SUD
OR
C-4,
PCC,
CL
9
3 AGG
INCH,
C-
SY
16.8
$
$
SIDEWALKS,
PATHS,
AND
SHARED
DRIVEWAYS
USE
67
7030-108-E
PCC
SIDEWALK,
6-INCH,
C-4
SY
8.5
$
$
68
7030-108-G
DETECTABLE
WARNINGS
SF
10.0
$
$
PAVEMENT
REHABILITATION
69
7040-108-H
*
PAVEMENT
REMOVAL
SY
25.3
$
$
DIV.
II
- SUBTOTAL
STREETS
AND
RELATED
WORK
=
$
DIV.
I -
TOTAL=
4,585,245.20
DIV.
II - TOTAL=
36,
$
199.10
4, 621,
444.30
TOTAL
BID
- DIV.
I
+
DIV. II - $
Please
see
the
attached
Itemized
Report for Unit
Prices.
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) clays after the
agreement is presented to him for signature, and start work within ten (10) days after "Notice to Proceed"
is issued.
a
4. Security in the sum of Dollars ($
) in the form of Bid Bond
the INSTRUCTIONS TO BIDDERS.
is submitted herewith in accordance with
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.
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. 1 Date 2-24-2025
FORM OF BID
CONRACT NO. 1116 Page 5 of 6
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. 03-06-2025
(Name of Bidder (Date)
BY.Chris Fleshner °MI —a- �tleProJect Estimator / Manager
Official Address: (Including Zip Code):
104 Black Hawk St., P.O. Box A
Reinbeck, IA 50669
I.R.S. No. 42-0921654
FORM OF BID
CONRACT NO. 1116 Page 6 of 6
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.
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 physic.I disabilit es.
(Signed)
(Appropriate Official)
.3/04/7„006
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.
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.
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
State of
NON -COLLUSION AFFIDAVIT OF PRIME BIDDER
Iowa
County of Black Hawk
)ss
, being first duly sworn, deposes and says that:
1 He is (Owner, Partner, Officer Representative, or Agent) , of Peterson Contractors,
Inc . , the Bidder that • . • :. ': -. 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 affian
(Signed)
Project Estimator / Manager
Title
Subscribed and sworn to before me this (0-rL day of R0.1- WA- , 20ga.
Wile& flsgt aler
1i
My commission expires
Z�
c � JENNIFER R. WISSLER
? F Commission Number 761292
• My Commission Expires
January 4, 2028
Bidder Status Form
To be completed by all bidders
Part A
Please answer "Yes" or "No" for each of the following:
Yes 0 No
Yes 0 No
Yes QNo
Yes No
Yes QNo
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 lowa.
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:
12 , 23 , 68to 03 , 06 , 25 Address: 104 Black Hawk St.
City, State, Zip: Reinbeck, IA 50669
Address:
City, State, Zip:
Dates: Address:
You may attach additional sheet(s) if needed. City, State, Zip:
Dates:
/ / to / /
/ / to
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? 0
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: Peterson Contractors, Inc.
Signature:
Date: 03-06-2025
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
Yes
Yes QNo
O Yes
O Yes
O Yes
O Yes
O Yes
O 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)
MBE/WBE BUSINESS ENTERPRISE
PRE -BID CONTACT INFORMATION FORM
Prime Contractor Name: Peterson Contractors, Inc.
Project: F.Y. 2025 San Marnan Reconstruction Letting Date: 03-06-2025
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.
Contractor Signature:
Title: Project Estimator / Manager
Date: 03-06-2025
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 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 made
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
Subcontractors
MBE/WBE
Contacted
Dates
Yes/No
Contacted
Dates
Yes/No
Dollar
be
Amount
Subcontracted
Proposed
to
Tiedt
Nursery
03/05
x
03/05
x
$40,027.04
Reyes
Concrete
Const.
03-06
x
03/05
x
$ 7,989.00
(Form CCO-4) Rev. 06-20-02
F.Y. 2025 San Marnan Drive Reconstruction
Item
It
Description
Type
Quantity
Unit
Price
Total
Amount
1
TOPSOIL,
4
INCHES,
ON
SITE
SY
25,410.000
$ 1.00
$ 25,410.00
2
TOPSOIL,
4
INCHES,
OFF
SITE
SY
8,544.000
$ 3.50
$ 29,904.00
3
EXCAVATION,
CLASS
10,
ROADWAY
AND
BORROW
CY
585.000
$ 8.00
$
4,680.00
4
EXCAVATION,
CLASS
10,
WASTE
CY
14,473.000
$ 11.50
$ 166,439.50
5
EXCAVATION,
CLASS
10,
BELOW
GRADE
CY
2,258.000
$ 11.50
$ 25,967.00
6
SUBGRADE
PREPARATION
SY
61,740.000
$
0.90
$ 55,566.00
7
SUBBASE,
MODIFIED,
12
INCH
SY
61,740.000
$
6.75
$ 416,745.00
8
GRANULAR
SHOULDER,
TYPE
B, 4
INCH
DEPTH
SY
14,959.000
$ 5.50
$ 82,274.50
DIV
1
EARTHWORK
SUBTOTAL
Sub
Total
$ 806,986.00
9
"STORM
RCP
2000D,
SEWER,
24
INCH"
TRENCHED,
LF
8.000
$ 275.00
$ 2,200.00
10
STORM
SEWER,
TRENCHED,
RCP
2000D,
18
INCH
LF
24.000
$ 250.00
$
6,000.00
11
STORM
SEWER,
TRENCHED,
RCP
2000D,
15 INCH
LF
4.000
$ 250.00
$ 1,000.00
12
REMOVAL
OF
STORM
SEWER,
RCP,
LESS
THAN
OR
I
LF
132.700
$ 30.00
$ 3,981.00
13
REMOVAL
OF
STORM
SEWER,
SUBDRAIN
LF
2,188.000
$
4.00
$ 8,752.00
14
STORM
SEWER
ABANDONMENT,
FILL
AND
PLUG,
R
LF
550.000
$ 30.00
$ 16,500.00
15
STORM
SEWER
ABANDONMENT,
FILL
AND
PLUG,
R
LF
48.000
$ 30.00
$ 1,440.00
16
SUBDRAIN,
TYPE
SP,
6
INCH
LF
14,345.000
$
12.00
$ 172,140.00
17
SUBDRAIN
OUTLET
TO
STRUCTURE,
6
INCH
EACH
12.000
$ 250.00
$ 3,000.00
18
SUBDRAIN
OUTLET
TO
DITCH,
6
INCH
EACH
78.000
$ 300.00
$ 23,400.00
DIV
1 SEWERS
AND
DRAINS
SUBTOTAL
Sub
Total
$ 238,413.00
F.Y. 2025 San Marnan Drive Reconstruction
Item
#
Description
Type
Quantity
Unit
Price
Total
Amount
19
INTAKE,
SW-505
EACH
1.000
$ 8,500.00
$ 8,500.00
20
INTAKE,
SW-507
EACH
3.000
$ 7,000.00
$ 21,000.00
21
MANHOLE
ADJUSTMENT,
MINOR,
SW-401,
48"
EACH
4.000
$
750.00
$ 3,000.00
22
MANHOLE
ADJUSTMENT,
MINOR,
SW-402,
60"x60
EACH
1.000
$ 1,250.00
$ 1,250.00
23
INTAKE
ADJUSTMENT,
MAJOR,
SW-506
EACH
2.000
$
6,500.00
$ 13,000.00
24
CONNECTION
TO
EXISTING
MANHOLE
OR
INTAKE,
.
EACH
8.000
$ 1,250.00
$
10,000.00
25
REMOVE
INTAKE
AND
FLARED
END
SECTIONS,
STO
EACH
26.000
$ 525.00
$
13,650.00
DIV
1
STRUCTURES
FOR
DANITARY
AND
STORM
SEWERS
SUBTOTAL
Sub
Total
$ 70,400.00
26
PAVEMENT,
PCC,
9
INCH,
C-
SUD
OR
C-4,
CL
3 AGG
SY
53,250.000
$
47.00
$ 2,502,750.00
27
CURB
&
GUTTER,
24-INCH
WIDE,
9-INCH
DEPTH,
P(
LF
715.000
$
36.00
$ 25,740.00
28
CONCRETE
MEDIAN,
6-INCH
DEPTH,
PCC,
C-4
SY
48.100
$
63.00
$ 3,030.30
29
PCC
PAVEMENT
SAMPLES
AND
TESTING
LS
1.000
$ 5,000.00
$ 5,000.00
30
PCC
SIDEWALK,
6-INCH,
C-4
SY
18.800
$
61.50
$ 1,156.20
31
DETECTABLE
WARNINGS
SF
40.000
$
65.00
$ 2,600.00
32
PAVEMENT
REMOVAL
SY
52,218.000
$ 2.00
$ 104,436.00
33
CURB
& GUTTER
REMOVAL
LF
50.000
$ 25.00
$
1,250.00
DIV
1
STREETS
AND
RELATED
WORK
SUBTOTAL
Sub
Total
$ 2,645,962.50
34
TRAFFIC
LOOPS
LS
1.000
$ 75,000.00
$ 75,000.00
F.Y. 2025 San Marnan Drive Reconstruction
Item
#
Description
Type
Quantity
Unit
Price
Total
Amount
35
PAINTED
PAVEMENT
MARKINGS,
WATERBORNE
STA
280.860
$ 60.00
$ 16,851.60
36
WET,
RETROFLECTIVE
REMOVABLE
TAPE
MARKING
STA
49.400
$ 130.00
$
6,422.00
37
PAINTED
SYMBOLS
AND
LEGENDS,
TEMPORARY
EACH
27.000
$ 100.00
$ 2,700.00
38
PRECUT
SYMBOLS
AND
LEGENDS
EACH
47.000
$ 525.00
$ 24,675.00
39
PAVEMENT
MARKINGS
REMOVED
STA
37.040
$ 110.00
$ 4,074.40
40
SYMBOLS
AND
LEGENDS
REMOVED
EACH
20.000
$ 125.00
$ 2,500.00
41
TEMPORARY
TRAFFIC
CONTROL
LS
1.000
$ 25,000.00
$ 25,000.00
42
PORTABLE
DYNAMIC
MESSAGE
SIGNS
"EAC
H
56.000
$
100.00
$ 5,600.00
43
DIRECTIONAL
SIGNS,
PER
DETAILS
EACH
104.000
$ 95.00
$ 9,880.00
44
SAFTEY
CLOSURE
EACH
21.000
$ 125.00
$ 2,625.00
DIV
1
PAVEMENT
MARKINGS
AND
TRAFFIC
CONTROL
SUBTOTAL
Sub
Total
$
175,328.00
45
HYDRAULIC
SEEDING,
FERTILIZING
AND
MULCHINC
SY
37,350.000
$
0.65
$ 24,277.50
46
SILT
FENCE
OR
SILT
FENCE
DITCH
CHECK,
INSTALLA
LF
3,370.000
$
1.50
$ 5,055.00
47
SILT
FENCE
OR
SILT
FENCE
DITCH
CHECK,
REMOVAI
LF
500.000
$
0.10
$
50.00
48
SILT
FENCE
OR
SILT
FENCE
DITCH
CHECK,
REMOVAI
LF
3,370.000
$
0.10
$ 337.00
49
EROSION
CONTROL
MULCHING,
HYDROMULCHINC
SY
33,954.000
$
0.30
$ 10,186.20
50
INLET
PROTECTION
DEVICE,
INSTALLATION,
DROP-
EACH
10.000
$ 145.00
$ 1,450.00
51
INLET
PROTECTION
DEVICE,
INSTALLATION,
SURFA
EACH
9.000
$ 75.00
$
675.00
52
INLET
PROTECTION
DEVICE,
MAINTENANCE
EACH
19.000
$ 25.00
$ 475.00
DIV
1 SITE
WORK
AND
LANDSCAPING
SUBTOTAL
Sub
Total
$ 42,505.70
F.Y. 2025 San Marnan Drive Reconstruction
Item
#
Description
Type
Quantity
Unit
Price
Total
Amount
53
CONSTRUCTION
SURVEY
LS
1.000
$
67,500.00
$
67,500.00
54
MOBILIZATION
LS
1.000
$ 460,000.00
$ 460,000.00
55
CONCRETE
WASHOUT
LS
1.000
$ 2,000.00
$ 2,000.00
56
STEEL
BEAM
GUARDRAIL
CONSTRUCTION
AND
REN
LS
1.000
$ 25,000.00
$ 25,000.00
57
TEMPORARY
PAVING,
6
INCH
PCC
OR
6
INCH
HMA
SY
930.000
$
55.00
$ 51,150.00
DIV
1
MICELLANEOUS
SUBTOTAL
Sub
Total
$ 605,650.00
58
SUBBASE,
MODIFIED,
12
INCH
SY
22.900
$
10.00
$
229.00
DIV
2
EARTHWORK
SUBTOTAL
Sub
Total
$
229.00
59
WATER
MAIN,
TRENCHED,
POLYWRAPPED,
DIP,
12
LF
125.000
$
135.00
$ 16,875.00
60
FITTING,
ROMAC
ALPHA
XL
SLEEVE,
12"
EACH
2.000
$ 2,000.00
$ 4,000.00
61
FITTING,
MJ
LOCKING
TEE,
8"x12"x12"
EACH
1.000
$ 1,850.00
$
1,850.00
62
FITTING,
90°
MJ
BEND,
12"
EACH
1.000
$ 1,700.00
$ 1,700.00
63
FITTING,
RESTRAINED
SLEEVE,
8"
EACH
1.000
$ 1,300.00
$ 1,300.00
64
VALVE,
MJ
GATE,
12"
EACH
1.000
$ 5,000.00
$ 5,000.00
65
VALVE,
MJ
GATE,
8"
EACH
1.000
$ 3,000.00
$ 3,000.00
DIV
2 WATERMAINS
AND
APPURTENANCES
SUBTOTAL
Sub
Total
$ 33,725.00
66
PAVEMENT,
PCC,
9
INCH,
C- SUD
OR
C-4,
CL
3 AGG
SY
16.800
$ 47.00
$ 789.60
F.Y. 2025 San Marnan Drive Reconstruct,
Item #
67
68
69
Description
PCC SIDEWALK, 6-INCH, C-4
DETECTABLE WARNINGS
PAVEMENT REMOVAL
Type
SY
SF
SY
DIV 2 STREETS AND RELATED WORK SUBTOTAL Sub Total
Quantity
8.500
10.000
25.300
$ 65.00
65.00
10.00
Div. I Total - $ 4,585,245
Div. II Total - $ 36,19c.
Total Project - $ 4,621,444
BID BOND
KNOW ALL MEN BY THESE PRESENTS, that we, Peterson Contractors, Inc.
as Principal, and
bound unto the
Travelers Casualty and Surety Company of America , as Surety, are held and firmly
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 6th day of
March , 20 25 , for F.Y. 2025 E./W. San Marnan Drive Reconstruction Project, Contract No. 1116, 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
herebywaive notice of anysuch extension.
execute such contract; and said Surety does
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 18th day of February , A.D. 20 25
Witness , Zach Fuller
BID BOND
Peterson Contrctors, Inc. (Seal)
Principal
By>602 a_e: (C74-e404
jore rdant
Travelers Casualty and Surety Company of
America (Seal)
Attorney- n- .ct, Sara L. Huston
(Title)
Irlpriri:or1o,
•_cr,: CONN. o_
bv, :`yis
Page 1 of 1
TRAVELERS..I
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 Sara L Huston 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.
State of Connecticut
By:
City of Hartford ss.
Robert L. ReneJ'Senior 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.
•/ ioownr ` :
alm I 1
FU°LIC
enwn
,
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.
IN WITNESS WHEREOF, I hereunto set my hand and official seal.
My Commission expires the 30th day of June, 2026
Anna P. Nowik, Notary Public
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 18th day of
February 2025
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.