Loading...
HomeMy WebLinkAboutPeterson Contracts Inc.11111 BOX A REINBECK, IOWA 50669-0155 EikyLosEs_:-> L'1,4)c.,7 01:01M1M, U1k:kaS% I ItklE11CCVMS e BOX A REINBECK, IOWA 50669-0155 ID Fporo.5N._ owl-05ED Ji--;a2D ityrizoL h--re-w6-bc_2,EFA-fg,5 rry klextoo, 100- 6,,urge.7- 18 Si:- LTOZ OZ Nr 31E0 ta•MTO Alm coy 4iihir, BID BOND KNOW ALL MEN 13Y THESE PRESENTS, that we, Peterson Contractors, Inc. as Principal, and Travelers Casualty and Surety Company of America as Surety are held and firmly bound unto the CITY OF WAJERLQO Iowa, hereinafter galled "OWNER." In the penal sum ---Five Percent of the Bid Submitted --- 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 arid severally, firmly by these presents. The condition of this obligation is such that whereas the Principal has submitted the accompanying bid dated the loth day of April , 2017 , for FY 2017 Flood Control Gatewell Repairs in the City of Waterloo, Iowa, Contract No. 918 NOW, THEREFORE, (a) If said Bid shall be rejected, or in the alternate, (b) If said 131d 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 alt 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 bo 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 shalt be forfeited to the Owi lei in hank lotion 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 arid 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 6th day of April , A.D. 2017 By Pe ractors, Inc. ,(5031). Principal i gy " fF " president Travelers Casud Suret ' om ' an of America(Seal) )10,10701111! ‘zAtl IPA Witness Dione R. Yo ng 1511111VAtt• act Anne Crowner (Title) TRAVELERS J Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company Attorney -In -Fact No, 231471 Surety Bond No. or Project Description: POWER OF ATTORNEY St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company Principal: Peterson Contractors, Inc. Bld Bond Obligee: City of Waterloo KNOW ALL MEN BY THESE PRESENTS: That Farmington Casualty Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company are corporations duly organized under the laws of the State of Connecticut, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc. is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Craig E. Hansen, Jay D. Freiermuth, Brian M. Deirnerly, Cindy Bennett, Anne Crowner, Tim McCulloh, Stacy Venn, Shirley S. Bartenhagen, and Dione R. Young of the City of West Des Moines State of Iowa, their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, 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 24th day of October, 2016. Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company State of Connecticut City of Hartford ss. By: Robert L. Raney, Senior Vice President On this the 24th day of October, 2016, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. Ar Witness Whereof, I hereunto set my hand and official seal. My Commission expires the 30th day of June, 2021. Marie C. Tetreault, Notary Public FORM OF BID OR PROPOSAL F.Y. 2017 FLOOD CONTROL GATEWELL REPAIRS CONTRACT NO. 918 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 lo W4 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 AECOM 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. 2017 FLOOD CONTROL GATEWELL REPAIRS, CONTRACT NO. 918, all in accordance with the above -listed documents and for the unit prices for work in place for the following items and quantities: F.Y. 2017 FLOOD CONTROL GATEWELL REPAIRS CONTRACT NO. 918 Iteirrc a P Descripf on s � a Unit Bid otai = i. P ice Mame 4 1 Gatewell A-2 LS 1.0 $ WO all $ 10,876.0o 76.00 2 Gatewell B-2 LS 1.0 $ � / 6 , 0 $ .93 0 3 Gatewell C-2 LS 1.0 $ /g,Zb‘ $ 4�!?.00 4 Gatewell D-2 LS 1.0 $ "/8/007 J $ dB/ 6,01 ,00 767/6/Z 5 Gatewell T-5 LS 1.0 $ 37y 4 /a $ ,00 TOTAL BID $ ZZ/y 666.00 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 ,Se:1 ($ ) in the form of hi 0 J JD accordance with the INSTRUCTIONS TO BIDDERS. FORM OF BID Dollars is submitted herewith in CONTRACT NO. 918 FB -1 of 2 AECOM #60516781 FY 2017 -Flood Control Gatewell Repairs 5. Attached hereto is a Non -Collusion Affidavit of Prime Contractor. 6. Attached hereto is a Resident Bidder Certification ( / ) or Non -Resident Bidder Certification ( ). (Mark one.) 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 '%Z, 00 2 :V 000 10. The bidder shall list the MBENVBE subcontractor(s), amount of subcontracts and bid items on the City of Waterloo Minority and/or Women Business Pre-bid Contact Information Form submitted with this Form of Bid or Proposal. The apparent low Bidder shall submit a list of all other Subcontractor(s) to be used on this Project to the City of Waterloo by 5:00 p.m. the business day following the day Bids on this Project are due along with the Non -Collusion Affidavits of All Subcontractor(s). The Contractor shall submit information on subcontractors on "SUBCONTRACTOR REQUEST AND APPROVAL" Form to be provided by City prior to approval of contract. The subcontractors listed on this proposal and/or submitted to the Contract Compliance Officer cannot be changed except for the following reasons: 1) The City of Waterloo does not approve the subcontractors. 2) The subcontractors submit in writing that they cannot fulfill their subcontracts. 11. The bidder has filled in all blanks on this proposal. Those blanks not applicable are marked "none" or "NA". 12. The bidder has attached all applicable forms. 13. The Owner reserves the right to select alternates, delete line items, and/or to reduce quantities prior to the award of a contract due to budgetary limitations. "`. (Name of Bidder) (Date) BY:' "/DiJ lq/zo(7 Titlel CG7 / /»' c_ Official Address (Including Zip Code): JDA/ g24c M4k/K s% pot Fax 2aQ At in so/0 I.R.S. No. 44 2/05411 FORM OF BID CONTRACT NO. 918 FB -2 of 2 AECOM #60516781 FY 2017 -Flood Control Gatewell Repairs RESIDENT BIDDER CERTIFICATION CONTRACT NO: 91?), PROJECT NAME: ¥Y20I%u00D62,07/ &MEWELC gE9HIP5 DATE OF LETTING: ' 2 ZO/Zal7 To be a qualified resident bidder, the bidder shall be a person or entity authorized to transact business in this state and having a business for at least three years prior to the date of the first advertisement for the public improvement. If another state or foreign country has a more stringent definition of a resident bidder, the more stringent definition is applicable as to bidders from that state or foreign country. This qualification as resident bidder shall be maintained by the contractor and his subcontractors at the work site until this project is completed. I hereby certify that 1 am a resident bidder as defined above. COMPANY NAME Person CdHTaLMYSr1�L . CORPORATE OFFICER 1iti/U1-454 k' *ado Aty TITLE nit CSuIft DATE Li / Za ( (% RESIDENT BIDDER CONTRACT NO. 918 RB -2 of 3 AECOM #60516781 FY 2017 -Flood Control Gatewell Repairs NON -COLLUSION AFFIDAVIT OF PRIME BIDDER State of S-0 Lk-) 0- ) /� )ss County of Gr ertd' ) Oaleb Liu n ///J/ 1. He is (Owner, Partner, Office Representative' or Agent) ofi�.l? (.L.-1 /967XSj / C' , the Bidder that has su. - • - attached Bid; 2. He is fully informed respecting the preparation and contents of the attached Bid and of all pertinent circumstances respecting such Bid; being first duly sworn, deposes and says that: 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 he part of the Bidder or any of its agents, representatives, owners, employees, or piie,gr-rest, including this affiant. . (Signed)/' i Subscribed and sworn to before me this /-/ 774 — day of /L , 2017. cJ L . a truck__ Title Title My commission expires cir30_ I't NON -COLLUSION AFFIDAVIT CONTRACT NO. 918 AECOM #60516781 FY 2017 -Flood Control Gatewell Repairs 4.0 i, AMY L. CLARK 2 It Commission Number 798999 ow. • My Commission Expires August 30, 2019 NCA -1 oft MBE/WBE BUSINESS ENTERPRISE /� PRE-BID CONTACT INFORMATIIONFORM Prime Contractor Name:�iz � �JJlz��LF Project:%Ol�rl���aPlSCJcGL Letting Date: �/���7 ! R-5 NO MBE/WBE SUBCONTRACTORS: If ou are NOT using any MBE/WBE subcontractors to complete this project, sign below. Attach a brief explanation as to why subcs not feasible with this project. If any MBE/WBE subcontractors will be used, please use the bottom portion of this form. Contractor Signature:/ L%moi'" Titl AJJAcoitz- SUBCONTRACTOR'S'APPLI•ABLE: 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 should 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 Louis Starks, 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 MBE/WBE Subcontractors Dates Contacted Yes/No Dates Contacted Yes/No Dollar Amount Proposed to be Subcontracted (Form CCO-4) Rev. 06-20-02 MBEMJBE PARTICIPATION AECOM # 60516781 CONTRACT NO. 918 M-6 of 6 FY 2017 -Flood Control Gatewell Repairs PETERSON CONTRACTORS, INC. ADDRESS REPLY TO: 104 BLACKHAWK STREET P.O. Box A REINBECK, IOWA 50669 HEAVY & HIGHWAY CONTRACTORS PHONE: (319)345-2713 FAX: (319) 345-2658 April 20, 2017 RE: FY 2017 Flood Control Gatewell Repairs — MBE/WBE Peterson Contractors, Inc. does not foresee any work that can utilize MBE/WBE involvement and therefore plans to self perform all of the work items involved in this project. Sincerely, Caleb Lyon INFORMATION NEEDED FOR IOWA CONSTRUCTION SALES TAX EXEMPTION CERTIFICATE CONTRACTOR NAME:CJ��S, ADDRESS: 07 t' 1 S� ?PI CK, /M O - ' (Check One) PRIME FEDERAL ID#: ?d, A SUBCONTRACTOR PROJECT NAME: �Y ,90/7-rtor)D &,07/ZOL reWS C PROJECT CONTRACT NO.: gle / v DESCRIPTION OF WORK: O Brickwork ❑ Carpentry $ Concrete ❑ Drywall -Plaster -Insulation ❑ Electrical ❑ Excavation/Grading ❑ Flooring ❑ Heavy Construction ❑ Heating -Ventilating -Air Cond. SALES TAX EXEMPTION AECOM #60516781 FY 2017 -Flood Control Gatewell Repairs O Landscaping O Painting ❑ Paving ❑ Plumbing O Roofing -Siding -Sheet Metal O Windows O Wrecking -Demolition ❑ Other (Please specify) CONTRACT NO. 918 STE-1 of 1