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.