Loading...
HomeMy WebLinkAboutPeterson Contractors, Inc.D�l1ZRRC�®RS 11111 BOX A REINBECK, IOWA 50669-0155 CITY OFWATFR_00 CITY CLERKS OFFICE AOC _` 2017 PH 12 ° 415:5 �EZERS�H Q'NiRKIMS OHC. BOX A REINBECK, IOWA 50669-0155 CITY OFpW TL00 CITY C P RK S OFFICE AUG 10 201? t'?fi 4 :0 1 F.Y. 2018 Brock 2"d Addition Sanitary Sewer Extension — Contract No. 932 Waterloo City Clerk's Office Bid Date - 8-10-17 Bid Time -1:00 PM Bid Proposal F.Y. 2018 Brock 2nd Addition Sanitary Sewer Extension — Contract No. 932 Waterloo City Clerk's Office Bid Date - 8-10-17 Bid Time - 1:00 PM Bid Bond Il FORM OF BID OR PROPOSAL F.Y. 2018 BROCK 2ND ADDITION SANITARY SEWER EXTENSION CONTRACT NO. 932 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 Wayne Claassen Engineering & Surveying, Inc. now on file in the office of the City Clerk, City Hall, Waterloo, Iowa, hereby proposes to fumish 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. 2018 BROCK 2ND ADDITION SANITARY SEWER EXTENSION, Contract No. 932, 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. 2018 BROCK 2ND ADDITION SANITARY SEWER EXTENSION CONTRACT NO. 932 BID DESCRIPTION UNIT EST. QTY. UNIT BID TOTAL BID PRICE ITEM BASE BID PRICE 001 MOBILIZATION L.S. 1 $ 8, 000.00 $ 8,000.00 002 CLEARING AND GRUBBING L.S. 1$5,500.00 $5,500.00 _003 SEED AND FERTILIZE IDOT URBAN MIXL ACRES 0.8 $ 2,600.00 2,080.00 MULCH IDOT URBAN MIX ACRES 022 $ 3 000.00 $ 660.00 _004_ 005 12" DIA., STRAW FILLED WATTLES L.F. 252 $ 9 . 5 0 $ 2 , 3 94 . 00 006 WOOD EXCELSIOR MAT FOR DITCH PROTECTION S.F. 25,165 $ 0.25 $ 6,291.25 007 TRAFFIC CONTROL L.S. 1 $ 2,000.00 $ 2,000.00 008 MAINTENANCE BOND, 2 -YEAR L.S. 1$1,500.00 $1,500.00 FORM OF BID CONTRACT NO. 932 Page 1 of 4 101 SANITARY SEWER MANHOLE, STANDARD EACH 3 $ 4,000.00 12,000.00 102 SANITARY SEWER. 8 -INCH DIA. L.F. 906.5 $117.50 $106,513.75 501 FULL DEPTH PAVEMENT SAW CUT L.F. 103 $ 6.00 $ 618.00 502 REMOVALS. CURB AND GUTTER L.F. 46 $ 8.75 $ 402 . 50 503 REMOVALS, P.C.C. PAVEMENT S.Y. 75 $ 10.00 $ 750.00 504 REMOVALS, H.M.A. PAVEMENT S.Y. 36 $ 10 . 00 $ 360.00 505 PAVEMENT, P.C. CONCRETE, 8" THICK, I.D.O.T. CLASS M-4 S.Y. 58$ 125.00 $ 7,250.00 506 PAVEMENT, P.C. CONCRETE, WITH INTEGRAL CURB, 6" THICK, I.D.O.T. CLASS M-4 S.Y. 63 $ 6,930.00 $ 507 SUBBASE, MODIFIED TON 66 $ 27.50 $ 1, 815.00 508 CLASS A 1" ROADSTONE, FOR SHOULDER RESTORATION, 6" COMPACTED THICKNESS TON 11 27.50302.50 $ $ TOTAL BASE BID $ 165,367.00 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 Bid Bond Dollars ($_ ) in the form of is submitted herewith in accordance with the INSTRUCTIONS TO BIDDERS. 5. Attached hereto is a Non -Collusion Affidavit of Prime Contractor, FORM OF BID CONTRACT NO. 932 Page 2 of 4 5. Attached hereto is a Non -Collusion Affidavit of Prime Contractor. 6. Attached hereto is a Resident Bidder Certification ( x ), 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. 1 Date 7-27-17 2 8-4-17 10. The bidder shall list the MBE/WBE subcontractor(s), amount of subcontracts and bid items on the City of Waterloo Minority and/or Women Business Pre-bid Contact Information Form submitted with this Form of Bid or Proposal. The apparent low Bidder shall submit a list of all other Subcontractor(s) to be used on this Project to the City of Waterloo by 5:00 p.m. the business day following the day Bids on this Project are due along with the Non -Collusion Affidavits of All Subcontractor(s). The Contractor shall submit information on subcontractors on "SUBCONTRACTOR REQUEST AND APPROVAL" Form to be provided by City prior to approval of contract. The subcontractors listed on this proposal and/or submitted to the Contract Compliance Officer cannot be changed except for the following reasons: 1) The City of Waterloo does not approve the subcontractors. 2) The subcontractors submit in writing that they cannot fulfill their subcontracts. 11. The bidder has filled in all blanks on this proposal. Those blanks not applicable are marked "none" or "NA". 12. The bidder has attached all applicable forms. 13. The Owner reserves the right to select alternates, delete line items, and/or to reduce quantities prior to the award of a contract due to budgetary limitations. FORM OF BID CONTRACT NO. 932 Page 3 of 4 Peterson Contractors, Inc. 08-10-17 (Name of Bidder) (Date) BY: Chris D. Fleshner Title Protect Estimator / Manager Official Address: (Including Zip Code): 104 Black Hawk St., P.O. Box A Reinbeck IA 50669 I.R.S. No. 42-0921654 FORM OF BID CONTRACT NO. 932 Page 4 of 4 NON -COLLUSION AFFIDAVIT OF PRIME BIDDER State of )ss County of 8 lU N b (-'1 ri5 Fle,ki 1✓' , being first duly sworn, deposes and says that: 1. He is (Owner, Partner, Officer; Representative orA.ent , of Peterson Contractors, Inc. _, the Bidder that has submitted the attached Bid; 2, He is fully informed respecting the preparation and contents of the attached Bid and of all pertinent circumstances respecting such Bid; 3. Such Bid Is genuine and is not a collusive or sham Bid; 4. Neither the said Bidder nor any of its officers, partners, owners, agents, representatives, employees, or parties in interest, including this affiant, has in any way colluded, conspired, connived or agreed, directly or indirectly, with any other Bidder, firm or person to submit a collusive or sham Bid in connection with the Contract for which the attached Bid has been submitted or to refrain from bidding in connection with such Contract, or has in any mariner, directly or indirectly, sought by agreement or collusion or communication or conference with any other Bidder, firm or person to fix the price or prices in the attached Bid or of any other Bidder, or, to fix any overhead, profit or cost element of the bid price or the bid price of any other Bidder, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against the City of Waterloo, Iowa, or any person interested in the Proposed Contract; and 5. The price or prices quoted in the attached Bid are fair and proper and are not tainted by any collusion, conspiracy, connivance or unlawful agreement on the part of the Bidder or any of its agents, representatives, owners, employees, or parties in interest, including this affiant. w (Signed) Project __.Est.im .t ar /__ Manager Title Subscribed and sworn to before me this 1 f ,f day of , 201. pititert Loude47 �Qast(rer Title 1 tII 9 I My commission expires ,•�" t JENNIFER R WISSLER : Commission Number 761292 ow My Commission Expires January 4, 20t9 INFORMATION NEEDED FOR IOWA CONSTRUCTION SALES TAX EXEMPTION CERTIFICATE CONTRACTOR NAME: Peterson Contractors, Inc. ADDRESS: 104 Black Hawk St., P.O. Box A Reinbeck IA 50669 (Check One) PRIME x FEDERALID#: 42-0921654 SUBCONTRACTOR PROJECT NAME: F.Y. 2018 Brock 2nd Addition Sanitary Sewer Extension PROJECT CONTRACT NO.: 932 DESCRIPTION OF WORK: ❑ Brickwork ❑ Carpentry ❑ Concrete ❑ Drywall -Plaster -Insulation ❑ Electrical B Excavation/Grading ❑ Flooring ❑ Heavy Construction ❑ Heating -Ventilating -Air Cond. ❑ Landscaping ❑ Painting ❑ Paving ❑ Plumbing ❑ Roofing -Siding -Sheet Metal ❑ Windows ❑ Wrecking -Demolition ❑ Other (Please specify) Prime Contractor Name: MBE/WBE BUSINESS ENTERPRISE PRE-BID CONTACT INFORMATION FORM Peterson Contractors , Inc . Project: Brock 2nd Add . SS Ext .letting Date: 8-10-17 NO MBEIWBE SUBCONTRACTORS: if you are NOT using any MBE/WBE subcontractors to complete this project, sign below. Attach a brief explanation as to why subcontracting was not feasible with this project. If any MBE/WBE subcontractors will be used, please use the bottom portion of this form. Contractor Signature: Title: Project Estimator / Manager Date: 8-10-17 SUBCONTRACTORS APPLICABLE: You are required, in order for your bid to be considered responsive, to provide the information on this form showing ALL of your MBENVBE 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 MBEIWBE Business Enterprise contacts made prior to your bid submission. This information is subject to verifications and confirmation. If you are unable to identify MBENVBE 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 MBENVBE 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 i Dates Contacted Yes/No Dollar Amount Proposed to be Subcontracted D.C. Corporation 8-9-17 Y 8-10-17 Y $14,798.00 Quick Corporation 8-9-17 Have call 2 times and have tried to left a message. Tiedt Nursery 8-9-17 Y 8-9-17 Y $10,167.00 (Form CCO-4) Rev. 06-20-02 PETERSON CONTRACTORS, INC. www.petersoncontractors.com 104 Blackhawk Street P.O. Box A Reinbeck, Iowa 50669 Phone: 319-345-2713 QUOTE PROPOSAL FOR: FY 2018 Brock 2nd Addition Sanitary Sewer Extension CO No. 9 THE FOLLOWING ITEMS AND PRICES ARE QUOTED: ITEM # 1 2 3 4 5 6 7 8 101 102 501 502 503 504 505 506 507 508 DESCRIPTION MOB CLEARING & GRUBBING SEED & FERTILIZE IDOT URBAN MULCH IDOT URBAN 12" STRAW WATTLES WOOD EXCELSIOR MAT FOR DITCH PR TRAFFIC CONTROL 2 YR MAINTENANCE BOND STANDARD SANITARY MANHOLE 8" SANITARY SEWER FULL DEPTH SAW CUTTING CURB & GUTTER REMOVAL PCC PAVEMENT REMOVAL HMA PAVEMENT REMOVAL 8" IDOT CLASS M-4 PAVEMENT 6" IDOT CLASS M-4 PAVEMENT WITH MODIFIED SUBBASE 1" ROAD STONE FOR SHOULDER REPA TOTAL QUOTED AMOUNT: PETERSON CONTRACTORS, INC. CQ, August 10,2017 UNIT TYPE QUANTITY LS 1.000 LS 1.000 AC . 800 AC . 220 LF 252.000 SF 25, 165.000 LS 1.000 LS 1.000 EA 3.000 LF 906.500 LF 103.000 LF 46.000 SY 75.000 SY 36.000 SY 58.000 SY 63.000 TN 66.000 TN 11.000 UNIT PRICE 8, 000. 00 5, 500. 00 2, 600. 00 3, 000. 00 9.50 .25 2, 000. 00 1,500.00 4, 000. 00 117. 50 6.00 8. 75 10.00 10.00 125.00 110.00 27.50 27. 50 Fax: 319-345-2991 TOTAL AMOUNT 8, 000.00 5, 500. 00 2, 080.00 660.00 2, 394.00 6, 291.25 2, 000.00 1, 500. 00 12, 000. 00 106, 513. 75 618. 00 402. 50 750. 00 360.00 7, 250. 00 6, 930. 00 1, 815. 00 302.50 165, 367. 00 BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, Peterson Contractors, Inc. as Principal, and Travelers Casualty and Surety Company of America as Surety are held and firmly bound unto the CITY OF WATERLOO , Iowa, hereinafter called "OWNER." In the penal sum ---Five Percent of the Bid Submitted --- Dollars ($ ---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 and severally, firmly by these presents. The condition of this obligation is such that whereas the Principal has submitted the accompanying bid dated the 10th day of August , 2017 , for F.Y. 2018 Brock 2nd Addition Sanitary Sewer Extension, Contract No. 932, Waterloo, Iowa NOW, THEREFORE, (a) If said Bid shall be rejected, or in the altemate, (b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the form specified and shall fumish 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 31st day of July , A.D. 2017 Pete son- tractors, Inc. (Seal) rincipal By president Traveler a'sualty and Surety Company of a Surety Witn Witness ney-in-fact Anne Crowner (Title) TRAVELERS 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 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 Surety Bond No. or Project Description: Principal: Peterson Contractors, Inc. Bid 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. Deimerly, 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. In Witness Whereof, I hereunto set my hand and official seal. My Commission expires the 30th day of June, 2021. W\O.N-1e. C t AR44! . Marie C. Tetreault, Notary Public This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors 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, 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. I, Kevin E. Hughes, the undersigned, Assistant Secretary, 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 do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 31st day of July , 2017 Kevin E. Hughes, Assistant Secretary To verify the authenticity of this Power of Attorney, cal/ 1-800-421-3880 or contact us at www.travelersbond.com. Please refer to the Attorney -In -Fact number, the above-named individuals and the details of the bond to which the power is attached.