Loading...
HomeMy WebLinkAboutPeterson Contractors, Inc.ier r 90 0 !V C -.CRS 49 c PT z Q co O m 0 *. co ri 90 0)D co al 0 /Ui V 1 • EMS% SUlat N\ BOX A REINBECK, IOWA 50669-0155 FY 2oz(, r4auia0 Navy)C a3d Sak-t altia-Ve/±10%(N 402}4ket,-- fidusta FORM OF BID OR PROPOSAL F.Y. 2026 PARKVIEW MANOR AND W. 3RD STREET DETENTION BASIN CONTRACT NO. 1137 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. 2026 PARKVIEW MANOR AND W. 3RD STREET DETENTION BASIN, Contract No. 1137, all in accordance with the above -listed documents and for the unit prices for work in place for the following items and quantities: FY 2026 PARKVIEW MANOR AND W. 3RD STREET DETENTION BASIN DIVISION I - ROADWAY & SITE CONSTRUCTION ITEM BID SPECIFICATION SUPPLIMENTAL SUDAS * SEE DESCRIPTION UNIT QUANTITY TOTAL UNIT PRICE TOTAL PRICE DIVISION 2 - EARTHWORK 1 2010-108-B CLEARING AND GRUBBING AC 6.8 $ $ 2 2010-108-D-3 * TOPSOIL, 4 INCHES, OFF SITE SY 1,392.0 $ $ 3 2010-108-D-1 * TOPSOIL, RESPREAD, STRIP,STOCKPILE, 9" AND SY 58,638.2 $ $ 4 2010-108-E * EXCAVATION, AND BORROW CLASS 10, ROADWAY CY 18,315.0 $ $ 5 SEE EST. REF. EXCAVATION, W. 3RD ST LOCATION CLASS 10, WASTE TO CY 938.0 $ $ 6 2010-108-E * EXCACVATION, CONTRACTOR FURNISHED CLASS 10, CY 904.0 $ $ 7 2010-108-F * EXCAVATION, GRADE CLASS 10, BELOW CY 500.0 $ $ 8 2010-108-G * SUBGRADE PREPARATION SY 7,838.8 $ $ 9 2010-108-I * SUBGRADE OR WOVEN TREATMENT, GEOTEXTILE GEOGRID SY 1,175.8 $ $ FORM OF BID CONRACT NO. 1137 Page 1 of 7 10 2010-108-J * SUBBASE, MODIFIED, 8 INCH SY 7,838.8 $ $ DIVISION 2 - EARTHWORK SUBTOTAL = $ 391, 357.72 DIVISION DRAINS 4 - SEWERS AND STORM SEWERS 11 4020-108-A * STORM TYPE S, SEWER, 3 INCH TRENCHED, HDPE LF 16.7 $ $ 12 4020-108-A * STORM TYPE S, SEWER, 8 INCH TRENCHED, HDPE LF 9.3 $ $ 13 4020-108-A * STORM TYPE S, SEWER, 10 INCH TRENCHED, HDPE LF 25.9 $ $ 14 4020-108-A * STORM 2000D, SEWER, 15 INCH TRENCHED, RCP LF 378.5 $ $ 15 4020-108-A * STORM 2000D, SEWER, 18 INCH TRENCHED, RCP LF 31.0 $ $ 16 4020-108-A * STORM 2000D, SEWER, 24 INCH TRENCHED, RCP LF 147.5 $ $ PIPE CULVERTS 17 4030-108-B PIPE APRON, RCP, 24" EACH 1.0 $ $ 18 4030-108-C FOOTINGS 24" FOR CONCRETE APRONS, EACH 1.0 $ $ 19 4030-108-D PIPE APRON GUARDS, 24" EACH 1.0 $ $ SUBDRAINS $ 20 4040-108-A * SUBDRAIN, TYPE SP, 6 INCH LF 4,132.9 $ $ 21 4040-108-D * SUBDRAIN 6 INCH OUTLET TO STRUCTURE, EACH 16.0 $ $ 22 4040-108-D * SUBDRAIN INCH OUTLET TO DITCH, 6 EACH 1.0 $ $ 23 4040-108-E STORM S, 4 INCH SEWER SERVICE STUB, TYPE LF 294.0 $ $ DIVISION 4 - SEWERS AND DRAINS SUBTOTAL = $ 127, 930.88 DIVISION AND APPURTANANCES 5 - WATER MAINS PIPE AND FITTINGS 24 5010-108-A-1 WATER IRON, 6 MAIN, INCH TRENCHED, DUCTILE LF 1,084.3 $ $ 25 5010-108-C-1 FITTINGS, 6"x6"x6" MJ LOCKING TEE, EACH 1.0 $ $ 26 5010-108-C-1 FITTINGS, SIDETAP SLEEVE, 6 INCH EACH 1.0 $ $ 27 5010-108-C-1 FITTINGS, 45° MJ BEND, 6 INCH EACH 10.0 $ $ 28 5010-108-C-1 FITTINGS, 22.5° MJ BEND, 6 INCH EACH 4.0 $ $ 29 5010-108-C-1 FITTINGS, 90° MJ BEND, 6 INCH EACH 1.0 $ $ FORM OF BID CONRACT NO. 1137 Page 2of7 30 5010-108-C-1 6" SLEEVE COUPLING EACH 2.0 $ $ 31 5010-108-E-1 WATER 3/4-INCH SERVICE STUB, COPPER, LF 379.0 $ $ 32 5010-108-E-2 WATER 3/4-INCH SERVICE, CORPORATION, EACH 16.0 $ $ 33 5010-108-E-3 WATER BOX, 3/4-INCH SERVICE, CURB STOP AND EACH 16.0 $ $ 34 5010-108-E-1 EXISTING, WATER SERVICE COPPER, CONNECTION 1-INCH TO LF 94.0 $ $ 35 5010-108-E-2 INCH WATER SERVICE, CORPORATION, 1- EACH 2.0 $ $ 36 5010-108-E-3 WATER BOX, 1-INCH SERVICE, CURB STOP AND EACH 2.0 $ $ 37 5010-108-H REMOVAL D.I.P. OF WATER MAIN, 6" LF 180.0 $ $ 38 5010-108-G WATER PLUG, 6" MAIN D.I.P. ABANDON, FILL AND LF 275.0 $ $ VALVES, APPURTENANCES FIRE HYDRANTS, AND 39 5020-108-A VALVE, MJ GATE, 6 INCH EACH 5.0 $ $ 40 5020-108-C FIRE HYDRANT ASSEMBLY EACH 2.0 $ $ 41 5020-108-C END OF MAIN HYDRANT ASSEMBLY EACH 1.0 $ $ DIVISION 5 - WATER MAINS AND APPURTANANCES SUBTOTAL = $ 225, 022.25 DIVISION STORM SEWERS 6 - STRUCTURES FOR SANITARY AND 42 6010-108-A * MANHOLE, SW-402, 60"X48" EACH 2.0 $ $ 43 6010-108-B * INTAKE, SW-501 EACH 10.0 $ $ 44 6010-108-B * INTAKE, SW-505 EACH 2.0 $ $ 45 6010-108-G CONNECTION MANHOLE OR TO INTAKE, EXISTING SUBDRAIN EACH 5.0 $ $ 46 6010-108-G CONNECTION SEWER, SUBDRAIN TO EXISTING STORM EACH 3.0 $ $ 47 6010-108-H REMOVE STORM MANHOLE AND INTAKE, EACH 2.0 $ $ DIVISION 6 - STRUCTURES FOR SANITARY AND STORM SEWERS SUBTOTAL = $ 75, 500.00 DIVISION RELATED WORK 7 - STREETS AND PCC PAVEMENT 48 7010-108-E * CURB INCH DEPTH, & GUTTER, PCC, 30-INCH C-4 WIDE, 6- LF 3,513.0 $ $ ASPHALT PAVEMENT FORM OF BID CONRACT NO. 1137 Page 3 of 7 49 7020-108-B * PAVEMENT, STANDARD 1/2", PG58-28S, TRAFFIC HMA, NO 1 1/2 (ST) FRICTION INCH, SURFACE, SY 5,580.4 $ $ 50 7020-108-B * INTERMEDIATE, PAVEMENT, STANDARD TRAFFIC HMA, 1/2", 1 1/2 (ST) PG58-28S INCH, SY 5,580.4 $ $ 51 7020-108-B * PAVEMENT, STANDARD PG58-28S TRAFFIC HMA, 3 INCH, (ST) BASE, 3/4", SY 5,580.4 $ $ 52 7020-108-1 ASPHALT TESTING PAVEMENT SAMPLES AND LS 1.0 $ $ SIDEWALKS, PATHS, AND SHARED DRIVEWAYS USE 53 7030-108-E * PCC SIDEWALK, 4-INCH, C-4 SY 27.9 $ $ 54 7030-108-E * PCC SIDEWALK, 6-INCH, C-4 SY 3.0 $ $ 55 7030-108-G * DETECTABLE WARNINGS SF 8.0 $ $ 56 7030-108-H * DRIVEWAYS, PCC, 5-INCH, C-4 SY 106.4 $ $ 57 7030-108-H * DRIVEWAYS, PCC, 6-INCH, C-4 SY 106.6 $ $ PAVEMENT REHABILITATION 58 7040-108-H * PAVEMENT REMOVAL SY 6,838.5 $ $ DIVISION 7 - STREETS AND RELATED WORK SUBTOTAL = $ 428, 940.32 DIVISION CONTROL 8 - TRAFFIC PAVEMENT MARKINGS TEMPORARY TRAFFIC CONTROL 59 8030-108-A * TEMPORARY TRAFFIC CONTROL LS 1.0 $ $ DIVISION 8 - TRAFFIC CONTROL SUBTOTAL = $ 4, 000.00 DIVISION LANDSCAPING 9 - SITE WORK AND SEEDING 60 9010-108-B * HYDRAULIC AND MULCHING SEEDING, -TYPE FERTILIZING 1 SY 41,119.6 $ $ 61 9010-108-B * HYDRAULIC AND MULCHING SEEDING, - TYPE FERTILIZING 2 SY 20,037.8 $ $ EROSION CONTROL AND SEDIMENT 62 9040-108-N-1 SILT CHECK, FENCE INSTALLATION OR SILT FENCE DITCH LF 5,490.0 $ $ 63 9040-108-N-2 * SILT CHECK, FENCE REMOVAL OR SILT OF FENCE SEDIMENT DITCH LF 5,490.0 $ $ 64 9040-108-N-3 SILT CHECK, FENCE REMOVAL OR SILT FENCE OF DEVICE DITCH LF 5,490.0 $ $ FORM OF BID CONRACT NO. 1137 Page 4 of 7 65 9040-108-E* RECP TYPE 2 SY 10,406.0 $ $ 66 9040-108-D FILTER AND MAINTENANCE SOCK, 9" - INSTALLATION LF 3,985.0 $ $ 67 9040-108-D FILTER SOCK, 9" - REMOVAL LF 3,985.0 $ $ 68 9040-108-J* EROSION STONE TN 22.0 $ $ 69 9040-108-J * CLASS 'D' REVETMENT TN 200.0 $ $ 70 9040-108-Q-2 EROSION HYDROMULCHING CONTROL MULCHING, SY 35,000.0 $ $ 71 9040-108-T-1 * INLET IN PROTECTION DEVICE, DROP- EACH 22.0 $ $ 72 9040-108-T-2 * INLET MAINTENANCE PROTECTION DEVICE, EACH 22.0 $ $ 73 9040-108-0* STABILIZED CONSTRUCTION EXIT LS 1 0 $ $ DIVISION 9 - SITE WORK AND LANDSCAPING SUBTOTAL = $ 91, 141.52 DIVISION 11 - MISCELLANEOUS 74 11010-108-A CONSTRUCTION SURVEY LS 1.0 $ $ 75 11020-108-A MOBILIZATION LS 1.0 $ $ 76 11,050-108-A CONCRETE WASHOUT LS 1.0 $ $ 77 SEE EST. REF. TEMPORARY SUBBASE/2" H.M.A. ACCESS, 6" MODIFIED SY 354.4 $ $ DIVISION 11- MISCELLANEOUS SUBTOTAL = $ 95, 676.00 DIVISION II - SANITARY SEWER DIVISION DRAINS 4 - SEWERS AND SANITARY SEWERS 78 4010-108-A * SANITARY TRUSS, 8 INCH SEWER, TRENCHED, LF 1,162.9 $ $ 79 4010-108-E * SANITARY SDR 23.5, SEWER 6 INCH SERVICE STUB, LF 505.5 $ $ 80 6010-108-G CONNECTION MANHOLE, SANITARY TO EXSITING 8" TRUSS LF 1.0 $ $ DIVISION 4 - SEWERS AND DRAINS SUBTOTAL = $ 126, 379.00 DIVISION SANITARY 6 AND - STRUCTURES STORM SEWERS FOR 81 6010-108-A * MANHOLE, SW-301, 48" EACH 7.0 $ $ 82 6010-108-E * MANHOLE SANITARY ADJUSTMENT, MINOR, EACH 2.0 $ $ DIVISION6 - STRUCTURES FOR SANITARY AND STORM SEWERS SUBTOTAL = $ 41, 250.00 DIV. I - TOTAL = $ 1, 439, 568.68 FORM OF BID CONRACT NO. 1137 Page 5of7 DIV.II-TOTAL=$ 167,629.00 TOTAL BID - DIV. I + DIV. II = $ 1,607,197.68 Please see the attached Itemized Cost 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) 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 , 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. ##1 Date 03-23-2026 ##2 03-31-2026 FORM OF BID CONRACT NO. 1137 Page 6 of 7 10. 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. 03-30-2026 (Name of !cider)(Date) BY: , t, ;a =� Title Project Estimator Official Address: (Including Zip Code): 104 Black Hawk St. Reinbeck, IA 50669 I.R.S. No. 42-0921654 FORM OF BID CONRACT NO. 1137 Page 7 of 7 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 physical disabilities. (Signed) Chris Fleshner (Appropriate Official) Project Estimator 03-30-2026 (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 0No Yes CNO Yes CN0 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 /1968 to 04 / 02 / 2026 Address: 104 Black Hawk St. Dates: Dates: City, State, Zip: / to / / Address: Reinbeck, IA 50669 City, State, Zip: 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? 0 Yes 0 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 provide accurate and truthful information may be a reason to reject my bid. Firm Name: Peterson Contractors, Inc. Signature: �l Date: 03-30-2026 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 O Yes Yes Yes 0 No O Yes O Yes Q Yes 0 Yes Yes O Yes 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) PETERSON CONTRACTORS, INC. HEAVY 84 HIGHWAY CONTRACTORS 104 BLACKHAWK ST P.O. BOX A REINBECK, IA 50669 PHONE: (319) 345-2'713 FAX: (319) 345-2658 www.pcius.com FY 2026 Parkview MAnor and W 3rd St Detention Basin Itemized Cost Proposal The Following Items and Prices are Quoted: Item # Description 1 Clearing & Grubbing 2 4" Topsoil Off -Site 3 9" Topsoil Strip Stockpile & Spread 4 Class 10 Roadway & Borrow 5 Class 10 to W. 3rd Street 6 Class 10 Contractor Furnished Borrow 7 Class 10 Below Grade 8 Subgrade Prep 9 Subgrade Treatment Geogrid / Woven Geotext 10 8" Modified Subbase Division I - Division 2 - Earthwork Sub Total 11 3" HDPE Storm Sewer 12 8" HDPE Storm Sewer 13 10" HDPE Storm Sewer 14 15" RCP Storm Sewer 15 18" RCP Storm Sewer 16 24" RCP Storm Sewer 17 24" RCP Apron 18 24" Apron Footing 19 24" Apron Guard 20 6" TYPE SP Subdrain 21 6" Outlet to Structure 22 6" Outlet to Ditch 23 4" Storm Sewer Service Stub Division I - Division 4 - Sewers & Drains Sub Total 24 6" DIP Water Main 25 6" x 6" x 6" MJ Locking Tee 26 6" Side Tap Sleeve 27 6" x 45 Elbow 28 6" x 22.5 Elbow 29 6" x 90 Elbow 30 6" Coupling Sleeve 31 3/4" Copper Service Stub 32 3/4" Corportation Water Service 33 3/4" Curb Stop & Box Water Service 34 1" Copper Service Stub 35 1" Corporation Water Service 36 1" Curb Stop & Box Water Service Unit Type AC SY SY CY CY CY CY SY SY SY LF LF LF LF LF LF EA EA EA LF EA EA LF LF EA EA EA EA EA EA LF EA EA LF EA EA Quantity 6.800 1,392.000 58,638.200 18,316.000 938.000 904.000 500.000 7,838.800 1,175.800 7,838.800 16.700 $ 9.300 $ 25.900 $ 378.500 $ 31.000 $ 147.500 $ 1.000 $ 1.000 $ 1.000 $ 4,132.900 $ 16.000 $ 1.000 $ 294.000 $ 1,084.300 $ 1.000 $ 1.000 $ 10.000 $ 4.000 $ 1.000 $ 2.000 $ 379.000 $ . 16.000 $ 16.000 $ 94.000 $ 2.000 $ 2.000 $ Unit Price 12,500.00 5.90 1.75 4.00 11.00 6.50 5.00 .90 3.75 11.75 62.50 92.50 67.50 80.00 85.00 97.50 1,600.00 1,500.00 1,550.00 13.75 350.00 350.00 32.50 Total Amount 85,000.00 8,212.80 102,616.85 73,264.00 10,318.00 5,876.00 2,500.00 7,054.92 4,409.25 92,105.90 $ 391,357.72 82.50 $ 1,000.00 $ 3,300.00 $ 800.00 $ 800.00 $ 850.00 $ 1,200.00 $ 70.00 $ 800.00 $ 900.00 $ 75.00 $ 900.00 $ 1,000.00 $ 1,043.75 860.25 1,748.25 30,280.00 2,635.00 14,381.25 1,600.00 1,500.00 1,550.00 56,827.38 5,600.00 350.00 9,555.00 127,930.88 89,454.75 1,000.00 3,300.00 8,000.00 3,200.00 850.00 2,400.00 26,530.00 12,800.00 14,400.00 7,050.00 1,800.00 2,000.00 37 6" DIP Removal of Water Main 38 6" DIP Abandon - Fill & Plug Water Main 39 6" Gate Valve 40 Fire Hydrant Assembly 41 End of Main Hydrant Assembly Division I - Division 5 - Water Mains & Appurtanances Sub Total 42 SW-402 - 60" x 48" Manhole 43 SW-501 Intake 44 SW-505 Intake 45 Subdrain Connect to Existing Manhole or Intak( 46 Subdrain Connect to Existing Storm Sewer 47 Remove Manhole or Intake Division I - Division 6 - Structures for Sanitary & Storm Sewers Sub Total 48 6" x 30" Curb & Gutter 49 ACC Surface Paving 50 ACC Intermediate Paving 51 ACC Base Paving 52 Asphalt Samples & Testing 53 4" PCC Sidewalk 54 6" PCC Sidewalk 55 Detectable Warnings 56 5" PCC Driveways 57 6" PCC Driveways 58 Pavement Removal Division I - Division 7 - Streets & Related Work Sub Total 59 Temporary Traffic Control Division I - Division 8 - Traffic Control Sub Total 60 Hydraulic Seed Fert & Mulch - Type 1 61 Hydranlic Seed Fert & Mulch - TYpe 2 62 Silt Fence Installation 63 Silt Fence Removal of Sediment 64 Silt Fence Removal of Device 65 RECP Type 2 66 9" Filter Sock Installation 67 9" Filter Sock Removal 68 Erosion Stone 69 Class D Rip Rap 70 Erosion Control Hydro -Mulch 71 Drop -in Inlet Protection Device 72 Inlet Protection Device Maintenance 73 Stabilized Construction Entrance Division I - Division 9 - Site Work & Landscaping Sub Total 74 Construction Survey 75 MOB 76 Concrete Washout 77 6" Modified Subbase / 2" ACC Division I - Division 11 - Miscellaneous Sub Total LF LF EA EA EA EA EA EA EA EA EA LF SY SY SY LS SY SY SF SY SY SY LS SY SY LF LF LF SY LF LF TN TN SY EA EA LS LS LS LS SY 180.000 $ 275.000 $ 5.000 $ 2.000 $ 1.000 $ 2.000 $ 10.000 $ 2.000 $ 5.000 $ 3.000 $ 2.000 $ 3,513.000 5,580.400 5,580.400 5,580.400 1.000 27.900 3.000 8.000 106.400 106.600 6,838.500 1.000 $ 41,119.600 20,037.800 5,490.000 5,490.000 5,490.000 10,406.000 3,985.000 3,985.000 22.000 200.000 35,000.000 22.000 22.000 1.000 1.000 1.000 1.000 354.400 22.50 22.50 2,700.00 9,500.00 9,500.00 6,200.00 4,700.00 5,500.00 450.00 450.00 750.00 22.50 13.50 13.35 25.75 1,400.00 92.00 305.00 43.00 55.00 56.00 5.75 4,000.00 .51 .45 1.50 .01 .01 .91 1.85 .20 50.00 57.50 .29 100.00 10.00 10,000.00 16,000.00 65,000.00 500.00 40.00 4,050.00 6,187.50 13,500.00 19,000.00 9,500.00 $ 225,022.25 12,400.00 47,000.00 11,000.00 2,250.00 1,350.00 1,500.00 75,500.00 79,042.50 75,335.40 74,498.34 143,695.30 1,400.00 2,566.80 915.00 344.00 5,852.00 5,969.60 39,321.38 $ 428,940.32 $ 4,000.00 4,000.00 20,971.00 9,017.01 8,235.00 54.90 54.90 9,469.46 7,372.25 797.00 1,100.00 11,500.00 10,150.00 2,200.00 220.00 10,000.00 $ 91,141.52 16,000.00 65,000.00 500.00 14,176.00 $ 95,676.00 78 8" Truss Sanitary Sewer LF 1,162.900 $ 60.00 $ 69,774.00 79 6" SDR 23.5 Sanitary Sewer Service Stub LF 505.500 $ 110.00 $ 55,605.00 80 8" Truss Connect to Existing Manhole EA 1.000 $ 1,000.00 $ 1,000.00 Divison II - Division 4 - Sewers & Drains Sub Total $ 126,379.00 81 SW-301 48" Manhole EA 7.000 $ 5,250.00 $ 36,750.00 82 Minor Sanitary Manhole Adjustment EA 2.000 $ 2,250.00 $ 4,500.00 Division II - Division 6 - Structures for Sanitary & Storm Sewers Sub Total $ 41,250.00 Total Quoted Amount: $ 1,607,197.68 Peterson Contractors, Inc. Chris Fleshner, Project Manager cfleshner@pcius.com 319-788-4722 4/2/2026 BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, Peterson Contractors, Inc. as Principal, and Travelers Casualty and Surety Company of America bound unto the , 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 2nd day of April , 20 26 , for F.Y. 2026 Parkview Manor and W. 3rd Street Detention Basin, Contract No. 1137 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 23rd day of March , A.D. 20 26 Witness Witness Zach Fuller BID BOND Peterson Contractors, Inc. (Seal) Principal By Travelers Casualty Ad Surety Company of America u rety i p i {. ,~ (Title) ``�� !IUh 111II1/,11j ��.�� k\p S URFr '''%, (Sep ��41/4 YCO, :713 s i HARTFORD, Z N'. CONN. o d', `s • �i Attorney -in -fact "'' � -. •‘•4ke. ,.��'� Anne Crowner ylfrll*1115"`````� 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 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. rt49Tron COWL 'nuto 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 ''»,..FV.i. 1�1 n,IN 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. Robert L. Rane*Senior Vice President 114 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 23rd day of March 2026 Kevin E. Hughes, Assistant Secretary To verify the authenticity of this Power ofAttorney, p/ease cal/ us at 1-800-421-3880. Please refer to the above -named Attorneys) -in -Fad and the details of the bond to which this Power ofAttorney is attached.