Loading...
HomeMy WebLinkAboutPeterson Contractors, Inc.SS 10-6990S VMO p .r1 e< e d o N_. A o�z � v a 4-c 1 0 D EZERSON Poviklcon !Wt. BOX A REINBECK, IOWA 50669-0155 CITY OF WATERLOO CITY CLERK'S OFFICE MAR 1320l 5P'H12 4?nOz KS) WC.cad RD-11ac-� FORM OF BID OR PROPOSAL F.Y. 2025 ASPHALT RECONSTRUCTION PROJECT CONTRACT NO. 1117 CITY OF WATERLOO, IOWA Honorable Mayor and City Council Waterloo, Iowa Gentlemen: 1. The undersigned, being a Corporation existing u�er the laws o the State of--1-o'` a Partnership consisting of the following partners: 1 , 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 ASPHALT RECONSTRUCTION PROJECT, Contract No. 1117, 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 ASPHALT RECONSTRUCTION PROJECT CONTRACT NO.1117 DIV I - ROADWAY CONSTRUCTION ITEM BID SPECIFICATION SUPPLEMENTAL SUDAS * SEE DESCRIPTION UNIT PROJECT TOTAL QTY UNIT BID PRICE TOTAL BID PRICE DIVISION 2 - EARTHWORK 1 2010-108-D-1 * TOPSOIL, 4 INCHES, ON SITE SY 1268.0 $ 5 ,-I•s $ 12A l r 2 2010-108-D-3 * TOPSOIL, 4 INCHES, OFF SITE SY 1898.0 $ G el, s $ (ii ii fl . 3 2010-108-E * EXCAVATION, ROADWAY AND CLASS BORROW 10, CY 24.0 $ 56 `re $ I 2�0 : " 4 SEE EST. REF. EXCAVATION, WASTE CLASS 10, CY 1950.0$ d $ 2101.5• 5 2010-108-F * EXCAVATION, BELOW GRADE CLASS 10, CY 295.0 ._ $ 2l % $ CcI CO[ * q® 6 2010-108-G SUBGRADE PREPARATION SY 2846.0 $ I ,ici $ 3212. 2010-108-1 * SUBGRADE GEOGRID GEOTEXTILE OR TREATMENT, WOVEN SY 2854.0 '15' II $ 1 37 $ '�5� 8 2010-108-J * SUBBASE, MODIFIED, 8 INCH SY 8623.0 $ 11. $ )b! i\16 9 IADOT 2121 GRANULAR B, 6 INCH DEPTH SHOULDER, TYPE SY 1782.056 $ �� $ ) 6 • 16g2- DIV. I - SUBTOTAL EARTHWORK = $ I 6--it ?)90 `e- DIVISION DRAINS 4 - SEWERS AND STORM SEWERS FORM OF BID CONRACT NO. 1117 Page 1 of 6 10 4020-108-A * STORM RCP 2000D, SEWER, 15 INCH TRENCHED, LF 664.5 LI at $ $ 3k ‘ggC-Q or ' 11 4020-108-D REMOVAL RCP, 36INCH LESS OF THAN STORM OR EQUAL SEWER, TO LF 169.7 $ .� ' $ , 1 ' �Q :) I t 12 4020-108-D REMOVAL SUBDRAIN OF STORM SEWER, LF 1437.0 $ Li , $ g 1 SUBDRAINS 13 4040-108-A * SUBDRAIN, TYPE SP, 6 INCH LF 4235.0 $ I/. $ S 4 114V\ - 14 4040-108-D * SUBDRAIN STRUCTURE, OUTLET 6 INCH TO EACH 35.0 $ �sn5 $ 12,1425 4 15 4040-108-D * SUBDRAIN 6INCH OUTLET TO DITCH, EACH 12 0 II $ 1405% ..- $ 11(1U0' r DIV. I - SUBTOTAL SEWERS AND DRAINS = $ 1 I O % -7(Yo 3N: DIVISION MAINS AND 5 APPURTANANCES - WATER PIPE AND FITTINGS 16 SEE EST. REF. WATER SERVICE KILL EACH 1.0 $ ) OHO 7 $ I b00 r DIV. I - SUBTOTAL WATER MAINS AND APPURTANANCES = $ ) OW: - DIVISION FOR SEWERS SANITARY 6 - STRUCTURES AND STORM 17 6010-108-A * MANHOLE, SW-401, 60" EACH 1.0 $ te000 - $ box 18 6010-108-B * INTAKE, SW-501 EACH 11.0 $ LI 000► $ 44, 060: 19 6010-108-B * INTAKE, SW-505 EACH 3.0 $ g0C0 , $ /.�5000i 20 6010-108-B * INTAKE, SW-509 EACH 1.0 $ (ficto 4.- $ CPOa) i 21 6010-108-E * MANHOLE ADJUSTMENT, 2 0 Li �o V- • MINOR, STORM EACH $ r $ 22 6010-108-F * MANHOLE ADJUSTMENT, 4.0 / -- ��0' -7i 2�' MAJOR, SW-402, 60"x60" EACH $ $ 23 6010-108-F * INTAKE SW-509 ADJUSTMENT, MAJOR, EACH 9.0 $ 46 $ JC,G, .- 24 6010-108-G CONNECTION SUBDRAIN MANHOLE OR TO INTAKE, EXISTING EACH 15.0 $ 2C�o► $ J p i � 25 6010-108-H * REMOVE INTAKE, STORM MANHOLE AND EACH 10.0 $ S� � �- $ CS� �� D V. I - SUBTOTAL STRUCTURES FOR SANITARY AND STORM SEWERS = $ l /f / , 7C0 T DIVISION 7 - STREETS AND RELATED WORK PCC PAVEMENT 26 7010-108-A * PAVEMENT, PCC, 10 INCH, C-4 SY 295.2 $ Ass,~ $ z$Igzq 27 7010-108-E * CURB &GUTTER, 30-INCH LF 1031.0 I ?J. O1q j®4 WIDE, 6-INCH DEPTH, PCC, C-4 $ $ 28 7010-108-E * CURB WIDE, C-4 & 7 GUTTER, 1/2-INCH 30-INCH DEPTH, PCC, LF 1214.0 3o $ 1 $ 3G r4 ZC`�' ASPHALT PAVEMENT FORM OF BID CONRACT NO. 1117 Page 2 of 6 29 7020-108-B * PAVEMENT, STANDARD SURFACE, FRICTION TRAFFIC 1/2", HMA, PG58-285, 1 1/2 (ST) INCH, NO SY 6802.0 13 $ , vo $ i �, , 30 7020-108-B * PAVEMENT, STANDARD INTERMEDIATE, 28S TRAFFIC HMA, 1/2", 1 (ST) 1/2 PG58- INCH, SY 2023.0 �- � 3 $ , 21.e $ ', Zqq �� 31 7020-108-B * PAVEMENT, STANDARD INTERMEDIATE, 28S TRAFFIC HMA, 1/2", 3 INCH, (ST) PG58- SY 2262.0 r 2 5 � �� 'SSOi $ $ 32 7020-108-B * INTERMEDIATE, PAVEMENT, STANDARD 28S TRAFFIC HMA, 1/2", 4 1/2 (ST) PG58- INCH, SY 2517.0 91 , $ q3itil-Ct% $ .-- 33 7020-108-B * PAVEMENT, STANDARD 3/4", PG58-285 TRAFFIC HMA, 3 INCH, (ST) BASE, SY 6802.0 ca 2, 14 ' n $ $ Mel Orli 34 7020-108-B * MISC. HMA PATCH, 4 INCH SY 60.0 $ 75 r $ 1450o 35 7020-108-1 ASPHALT AND TESTING PAVEMENT SAMPLES LS 1.0-- $ 2cto' $ 1 OW r ' SIDEWALKS, SHARED USE PATHS, AND DRIVEWAYS 36 7030-108-E * PCC SIDEWALK, 4-INCH, C-4 SY 195.5 `ts $ 56 , $ Ri T 37 7030-108-E * PCC SIDEWALK, 6-INCH, C-4 SY 149.0 $ b r i $ /b 1 132- s 38 7030-108-G * DETECTABLE WARNINGS SF 210.0 $ 107 $ 1 LVO 39 7030-108-H * DRIVEWAYS, PCC, 5-INCH, C-4 SY 46.6 $ it); $ 32CQar 40 7030-108-H * DRIVEWAYS, PCC, 6-INCH, C-4 SY 376.6 $ (s5:- $ z -t I`V1q [ 41 7030-108-H * DRIVEWAYS, PCC, 8-INCH, C-4 SY 40.3 $ 35 r $ 3425 ASP - 42 7030-108-H * DRIVEWAYS, SURFACING, GRANULAR 5-INCH SY 51.3 ` ?5 A. 11' $ gql PAVEMENT REHABILITATION 43 7040-108-H * PAVEMENT REMOVAL SY 8431.8 $ (.� g$, $ '5 0 COk DIV. I - SUBTOTAL STREETS AND RELATED WORK = (' ?It $ I 1 )o l DIVISION CONTROL 8 - TRAFFIC PAVEMENT MARKINGS 44 8020-108-B * PAINTED MARKINGS, PAVEMENT WATERBORNE STA 46.07 $ �5, $ 2[.� 2.5 S, d 45 8020-108-H * PRECUT LEGENDS SYMBOLS AND EACH 1 0 2 -- aje5C't r 35c 6I ` $ $ TEMPORARY CONTROL TRAFFIC Mb ;� $ : �� iC °1 l` $ ,� 1'®�` 46 8030-108-A * TEMPORARY CONTROL TRAFFIC LS 1.0 $ L1 b, _ CtSS ,L5 DIV. I - SUBTOTAL TRAFFIC CONTROL = DIVISION AND LANDSCAPING 9 - SITE WORK SEEDING FORM OF BID CONRACT NO. 1117 Page 3 of 6 47 9010-108-B * HYDRAULIC FERTILIZING TYPE 1 SEEDING, AND MULCHING - SY 3483.0 2 , ® $ 1 Z- $ g° S• !? EROSION AND SEDIMENT CONTROL $ $ SILT FENCE OR SILT FENCE 48 9040-108-N-1 DITCH CHECK, INSTALLATION LF 320.0 $ -� ` r,, $ I(sOO . 49 9040-108-N-2 * SILT DITCH SEDIMENT FENCE CHECK, OR REMOVAL SILT FENCE OF LF 100.0 $ �f, `�'� ' $ 50 9040-108-N-3 SILT DITCH DEVICE FENCE CHECK, OR SILT REMOVAL FENCE OF LF 320.0 $ OC ' $ r' 1Pi0 I 51 9040-108-Q-2 EROSION MULCHING, CONTROL SY 3483.0 $ \ tHYDROMULCHING $ 34 S 3 52 9040-108-T-1 * INLET DROP -IN PROTECTION DEVICE, EACH 27.0 $ R $ 514W 4 53 9040-108-T-2 * INLET PROTECTION DEVICE, EACH 27.0 50 ' o 1 - a ' t MAINTENANCE $ $ 515- DIV. I - SUBTOTAL SITE WORK AND LANDSCAPING = $ 25 , zu2-5 • DIVISION MISCELLANEOUS 11 - P 54 11010-108-A CONSTRUCTION SURVEY LS 1.0 $ /ci()(j, $ /5i COO , 55 11020-108-A MOBILIZATION LS 1.0 $ / _0.) pro I_ $ /co, ('l:>(>. 56 11,050-108-A CONCRETE WASHOUT LS 1.0 $ 5-040® r $ `jz r DIV. I - SUBTOTAL MISCELLANEOUS = $ , , I 01000 iQ DIV II - SANITARY SEWER DIVISION DRAINS 4 - SEWERS AND SANITARY SEWERS 57 * SANITARY SEWER, TRENCHED, 12.0 �-��' 4010-108-A CORRUGATED PVC, 24 INCH LF $L�vi $ 58 4010-108-A * SANITARY CORRUGATED SEWER, PVC, TRENCHED, 21 INCH LF 343.8 $ 200' $ &w � ' t1� .y , SANITARY SEWER, TRENCHED, r_ 59 4010-108-A * TRUSS, 15 INCH LF 10.0 $ $ f09•31 60 4010-108-A * SANITARY TRUSS, 12 SEWER, INCH TRENCHED, LF 52.8 $ O,(�, �- 2iD $ 52: • 61 4010-108-E * SANITARY STUB, SDR SEWER 23.5,8 SERVICE INCH LF 27.0 $ /62S. t o $ I SS 62 4010-108-E * SANITARY STUB, SDR SEWER 23.5, 6 SERVICE INCH LF 109.5 $ 10 1 �- $ l� �� 63 SEE EST. REF. INVESTIGATE SANITARY SEWER SERVICE, EACH 1.0 $ 2001 $ ZOO , DIV. II - SUBTOTAL SEWERS AND DRAINS = $ %Pp Z8 DIVISION FOR SEWERS SANITARY 6 - STRUCTURES AND STORM 64 6010-108-A * MANHOLE, SW-301, 48" EACH 1.0 $ /At r $ ijgod l FORM OF BID CO N RACT NO. 1117 Page 4 of 6 65 6010-108-A * MANHOLE, SW-301, 60" EACH 1.0 $ _CS0C2' $ Cw a 66 6010-108-E * MANHOLE MINOR, SANITARY ADJUSTMENT, EACH 4.0 $ / �� $ /,, 0009 te 67 6010-108-H * REMOVE SANITARY MANHOLE, EACH 2.0 .� $ J5-6' $ 1/()0i.-- DIV. II - SUBTOTAL STRUCTURES FOR SANITARY AND STORM SEWERS = $ / 7/ C , DIV. I - TOTAL = $ 'I j 3G (, eL0' � DIV.II - TOTAL= $ I- :ACK).Pi t1SQI 5'61 TOTAL BID -DIV.I+DIV. II= $ i 516. 1 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 Dollars ($ ) in the form of kt° , is submitted herewith in accordance with the INSTRUCTIONS TO BIDDERS. 5. Attached hereto is a Non -Collusion Affidavit of Prime Contractor. 6. Attached hereto is a Bidder Status Form. 7 The bidder is prepared to submit a financial and experience statement upon request. 8. The Prime Contractor and Subcontractor(s) which have performed an aggregate of $10,000.00 in work for the City in the current calendar year, are prepared to submit an AAP or Update and an EOC, within ten (10) days of notification that the bid submitted is lowest and acceptable. 9 The bidder has received the following Addendum or Addenda: Addendum No. Date 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 FORM OF BID CONRACT NO. 1117 Page 5 of 6 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. Thkot-zsts 3 ( + 5 dder') Y Official Address: (Including Zip Code): 16 c�51CC-- J I (D te) Title p-a— h�lOJBri I.R.S. No. qz-oq2 gesv FORM OF BID CONRACT NO. 1117 Page 6 of 6 NON -COLLUSION AFFIDAVIT OF PRIME BIDDER State of _ ) County of I?(4kC4C )ss 1 He is (Owner, Partner, Officer epresentr Agent) , of , the Bidder that has submitted the attached Bid; , being first duly sworn, deposes a says that: ____--------G- 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) Title Subscribed and sworn to before me this r 2`1-L day of (V &X CAA eati U Titl My commission expires J W 202_). /11 . ' j 4'eaSgVc 4, tee JENNIFER R. WISSLER Commission Number 761292 My Commission Expires January 4, 2028 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 ph, I disabilities. (Signed) Appropriate Official) A-0 (Title) 3 /2 a5 ate) 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 Please answer "Yes" or "No" for each of the following: Yes QNo 0 Yes 0 No Yes ONo Yes No Part A 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: '2 / Zi- / LPS to Address: sT. City, State, Zip: %iiMar — Ceree9 Dates: / / to / / Address: City, State, Zip: Dates: _ / / to / / Address: You may attach additional sheet(s) if needed. City, State, Zip: To be completed by nonresident bidders Part C 1. Name of home state or foreign country reported to the Iowa Secretary of State: 2. Does your company's home state or foreign country offer preferences to resident bidders, resident labor force preferences or any other type of preference to bidders or laborers? O Yes O No 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 provi curate and truth I information may be a reason to reject my bid. Firm Name: Signature: 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. Yes ONo My business is currently registered as a contractor with the Iowa Division of Labor. O Yes No My business is a sole proprietorship and I am an Iowa resident for Iowa income tax purposes. O Yes No My business is a general partnership or joint venture. More than 50 percent of the general partners or joint venture parties are residents of Iowa for Iowa income tax purposes. SKtles ONo 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. O Yes O Yes O Yes O Yes O Yes Q Yes O Yes 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) c MBE/WBE BUSINESS ENTERPRISE PRE -BID CONTACT INFORMATION FORM ces-�-.' Prime Contractor Name: � Project: - CcWf7,21,cC,x'V Letting Date: 3 '5 2-5 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 .se t - bottom po)onjf this form. Contractor nature: Title: noire-X. Date: - 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 .37,0 gas.---3//v 165 S D.c. C H*triwn ctea J ,U VP 11i \ S 0 San ��/W�� �6 yes 1/1es CO 7,500 (Form CCO-4) Rev. 06-20-02 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 13th day of March , 20 25 , for F.Y. 2025 Asphalt Reconstruction Project, Contract No. 1117, Waterloo, IA • NOW, THEREFORE, (a) If said Bid shall be rejected, or in the alternate, (b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the form specified and shall furnish a bond for his faithful performance of said contract, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the agreement created by the acceptance of said Bid, Then this obligation shall be void, otherwise the same shall remain in force and effect; it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. By virtue of statutory authority, the full amount of this bid bond shall be forfeited to the Owner in liquidation of damages sustained in the event that the Principal fails to execute the contract and provide the bond as provided in the specifications or by law. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall be in no way impaired or affected by any extension of the time within which the Owner may accept such Bid or execute such contract; and said Surety does hereby waive notice of any such extension. IN WITNESS WHEREOF, the Principal and the Surety, have hereunto set their hands and seals, and such of them as are corporations, have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers this 18th day of February , A.D. 20 25 /724 Witness, Zach Fuller BID BOND Peterson Contractors, Inc. P incipal ) By t ,end/��' president Travelers Casualty and Surety Company of America By ��I I l► Attorney -in -fact, Sara L Huston (Seal) (Title) .111 t>0 SUA. • _ 6 H-1MTfl Ono, ,j, CONN. io %bj.• a;* /gllau\\ NN Page 1 of 1 TRAVELERS 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. c Robert L. Rana enior 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. tarrr k:‘,1 ft post. 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: IN WITNESS WHEREOF, I hereunto set my hand and official seal. My Commission expires the 30th day of June, 2026 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 18th day of February 2025 re:Wolurit T� o Ic\,_$941 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-namedAttorney(s)-in-Fact and the details of the bond to which this Power of Attorney is attached.