HomeMy WebLinkAboutPeterson Contractors, Inc.oEtERso� 11111
�dR�RAC�RRS
UK.
BOX A
REINBECK, IOWA 50669-0155
1
'II
c7 �2a�d:•t:�.
i za +? &iarizian.t3�=.cam.x
e -404-4-4A;7-7" N.., e71
D... � olj�Ll p
al_A RSOR
2AANKACAORS
UK.
BOX A
REINBECK, IOWA 50669-0155
Pt/ Z b�1 i3 4U.- t? -moi- _
Eo. -, NO, e71
I cat (41/ C. 1-
7's A.4 Sr,
VIVA( c.v) _fit 57rz 07
11 S- M 1 -Sezey Cr?
tk7Fe-ov, tic Sly 7 0 3
FORM OF BID OR PROPOSAL
F.Y. 2017 BRIDGE DECK REPAIR AND OVERLAY PROGRAM
CONTRACT NO. 879
CITY OF WATERLOO, IOWA
Honorable Mayor and City Council
Waterloo, Iowa
Gentlemen:
1. The undersigned, being a(Corporatio jexisting under the laws of the State of
/Owl} , 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. 2017 BRIDGE DECK REPAIR AND OVERLAY PROGRAM,
Contract No. 879, all in accordance with the above -listed documents and for the
unit prices for work in place for the following items and quantities:
BID
ITEM
DESPJ PTION
DIVISION 1 - BASE BID
UNIT
EST. QTY.
UNIT BID
PRICE . ;.
TOTAL 131D PRICE
1
REMOVALS
LS
1.0
$
$
2
STRUCTURAL CONCRETE,
MISCELLANEOUS
CY
25.4
$
$
3
REINFORCING STEEL, EPDXY
COATED
LB
750.0
$
$
4
DECK REPAIR, CLASS A
SY
729.0
$
$
5
DECK REPAIR, CLASS B
SY
74.0
$
$
6
STEEL EXTRUSION JOINT WITH
NEOPRENE
LF
202.0
$
$
7
NEOPRENE GLAND INSTALLATION
AND TESTING
LF
202.0
$
$
8
CONCRETE REPAIR
SF
600.0
$
$
9
FURNISH TEMPORARY BARRIER RAIL
LF
1,380.0
$
$
10
INSTALL TEMPORARY BARRIER RAIL
LF
2,760.0
$
$
11
TEMPORARY CRASH CUSHION,
FURNISH AND INSTALL
EACH
8.0
$
$
12
BRIDGE APPROACH, BR -201
SY
1,328.2
$
$
FORM OF BID
CONTRACT NO. 879
Page 1 of 5
13
BRIDGE APPROACH, BR -202
SY
850.0
$
$
14
STANDARD NONREINFORCED
PAVING, PCC, 9 INCH, C-4 W/ CD
JOINTS
SY
796.8
$
$
15
EXCAVATION EARTHWORK
CY
100.0
$
$
16
MODIFIED SUBBASE
TON
207.0
$
$
17
LONGITUDINAL GROOVING IN
CONCRETE
SY
5,104.0
$
$
18
REMOVAL OF PAVEMENT
SY
2,939.1
$
$
19
REMOVAL OF EXISTING PAVEMENT
LUG
LF
332.0
$
$
20
CONCRETE BARRIER, TAPERED END,
BA -108
EACH
4.0
$
$
21
REMOVE AND REPLACE ABUTMENT
BEARING PLATES B,C AND D, CLEAN
AND PAINT PLATE A, RIVER ROAD
EACH
20.0
$
$
22
REMOVE AND REPLACE ABUTMENT
BEARING PLATES, CLEAN AND PAINT
SOLE PLATE, WESTFIELD
EACH
18.0
$
$
23
FLOOR DRAIN EXTENSION, RIVER
ROAD
EACH
17.0
$
$
24
FLOOR DRAIN EXTENSION,
WESTFIELD AVE.
EACH
12.0
$
$
25
SIDEWALK/TRAIL REMOVAL
SY
120.0
$
$
26
SIDEWALK/TRAIL, PCC, 6 INCH
SY
120.0
$
$
27
FLUME, PCC, 6 INCH
SY
8.5
$
$
28
SLOPE PROTECTION REMOVAL
SY
181.0
$
$
29
SLOPE PROTECTION PAVING, 4 INCH
PCC w/ 6x6 #10 x #10 WWM
SY
181.0
$
$
30
PAVING NOTCH AND BACKWALL,
WESTFIELD AVE.
LF
90.0
$
$
31
FLOWABLE MORTAR
CY
2.0
$
$
32
PAINTED PAVEMENT MARKING,
WATER BORNE OR SOLVENT -BASED
STA
79.91
$
$
33
PAVEMENT MARKINGS REMOVED
STA
78.91
$
$
34
MOBILIZATION
LS
1.0
$
$
35
DETOUR, WESTFIELD AVENUE
LS
1.0
$
$
36
TRAFFIC CONTROL
LS
1.0
$
$
TOTAL DIVISION 1 - BASE BID
/ 2-.5g/ [17 7 2, -
$ !/ Z5Y, /Zo. -
FORM OF BID
CONTRACT NO. 879
5a /7el cMEO
Page 2 of 5
PETERSON CONTRACTORS, INC.
www.petersoncontractors.com
104 Blackhawk Street
P.O. Box A
Reinbeck, Iowa 50669
Phone: 319-345-2713
Fax: 319-345-2991
QUOTE
PROPOSAL FOR: WATERLOO BRDIGE DECK REPAIR & OVERLAY F.Y. 2017 - 879
THE FOLLOWING ITEMS AND PRICES ARE QUOTED:
ITEM # DESCRIPTION UNIT TYPE QUANTITY UNIT PRICE TOTAL AMOUNT
0010 REMOVALS LS 1.000 75, 000.00 75, 000.00
0020 STRUCTURAL CONCRETE MISC CY 25.400 1, 500.00 38, 100.00
0030 REINFORCING STEEL EPDXY LB 750.000 1.90 1, 425.00
0040 DECK REPAIR CLASS A SY 729.000 243.75 177, 693.75
0050 DECK REPAIR CLASS B SY 74.000 629.20 46, 560.80
0060 STEEL EXTRUSION JOINT WITH NEOP LF 202.000 213. 15 43, 056.30
0070 NEOPRENE GLAND INSTALL AND TEST LF 202. 000 43. 05 8, 696. 10
0080 CONCRETE REPAIR SF 600.000 128.83 77, 298.00
0090 FURNISH TEMP BARRIER RAIL LF 1, 380.000 12.00 16, 560.00
0100 INSTALL TEMP BARRIER RAIL LF 2, 760.000 2.00 5, 520.00
0110 TEMPORARY CRASH CUSHION FURNISH EA 8.000 800.00 6, 400.00
0120 BRIDGE APPROACH BR -201 SY 1, 328.200 160.00 212, 512.00
0130 BRIDGE APPROACH BR -202 SY 850.000 160.00 136, 000.00
0140 STANDARD NON REINFORCED PCCP 9 SY 796.800 70.00 55, 776.00
0150 EXCAVATION EARTHWORK CY 100.000 25.75 2, 575.00
0160 MODIFIED SUBBASE TON 207.000 25.80 5, 340.60
0170 LONGITUDINAL GROOVING SY 5, 104.000 3.50 17, 864.00
0180 REMOVAL OF PAVEMENT SY 2, 939. 100 17.55 51, 581.21
0190 REMOVAL OF PAVEMENT LUG LF 332.000 17.25 5, 727.00
0200 CONCRETE BARRIER TAPERED END BA EACH 4.000 2, 015.55 8, 062.20
0210 REMOVE REPLACE BEARINGS B -C -D P EA 20.000 3, 107.25 62, 145.00
0220 PRELACE BEARING PLATES AND PAIN EACH 18.000 1, 900.00 34, 200.00
0230 FLOOR DRAIN EXT- RIVER ROAD EA 17.000 944.55 16, 057.35
0240 FLOOR DRAIN EXT- WESTFIELD AVE EACH 12.000 824.05 9, 888.60
0250 SIDEWALK -TRAIL REMOVAL SY 120.000 25.00 3, 000.00
0260 SIDEWALK -TRAIL PCC 6 IN SY 120.000 58.00 6, 960.00
0270 FLUME PCC 6 IN SY 8. 500 218. 74 1, 859.29
0280 SLOPE PROTECTION REMOVAL SY 181.000 37.90 6, 859. 90
0290 SLOPE PROTECTION PAVING 4 WITH SY 181.000 125.00 22, 625. 00
0300 PAVING NOTCH AND BACKWALL- WEST LF 90.000 300.00 27, 000. 00
0310 FLOWABLE MORTAR CY 2.000 598.05 1, 196. 10 .1,51
0320 PAINTED PAVEMENT MARKINGS STA 78.910 27.00 2, 130. 5704 v
0330 PAVEMENT MARKINGS REMOVED STA 78.910 45.00 3, 550, 95
0340 MOBILIZATION LS 1.000 55, 000.00 55, 000. 00
0350 DETOUR WESTFIELD AVE LS 1.000 3, 100.00 3, 100.00
0360 TRAFFIC CONTROL LS 1. 000 10, 800.00 10, 800.00
TOTAL QUOTED AMOUNT: $ 1, 258,120.72
(I7)tk1 tV
PETERSON CONTRACTORS, INC.
/1"
October 06,2016
4% B,o
BID
ITEM
DESCRIPTION
ALTERNATE A - OPTION 1
UNIT
EST. QTY.
UNIT BID
PRICE
TOTAL BID PRICE
37.1
DECK OVERLAY (CLASS O PCC)
SY
3,305.0
$ �(,,, ,
$ 12555,QC(Q,2
TOTAL ALTERNATE A - OPTION 1
$ 145)906 L'
BID
ITEM
DESCRIPTION
ALTERNATE A - OPTION 2
UNIT
EST. QTY.
UNIT BID
PRICE
TOTAL BID PRICE
37.2
DECK OVERLAY (CLASS HPC-O PCC)
SY
3,305.0
$ -Hcif
$
TOTAL ALTERNATE A - OPTION 2
SS ?. " it 11
BID;`
ITEM
DESCRIPTION
DIVISION 2 - WESTFIELD PAVEMENT
THROUGH LEVEE CLOSURE
UNIT
EST. QTY.
UNIT BID
PRICE
TOTALBID; PRICE`:
_ -- _ .
1
REMOVAL OF PAVEMENT,
REINFORCED
SY
296.2
$ (�;
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 13 o 130.41)
Dollars ($ 5 . ) in the form of Bi 0 13, ,,;D ,
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 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. Date
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.
FORM OF BID
CONTRACT NO. 879 Page 4 of 5
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.
(Date)
Official = • dress. ncluding Zip Code):
I�? L/ vie .577zET
lee-in)i3Etk , M 5066e?
I.R.S. No. 4/2— 09'Z /6",5"Y
FORM OF BID
CONTRACT NO. 879 Page 5 of 5
MBE/WBE BUSINESS ENTERPRISE
PRE-BID CONTACT INFORMATION FORM
Prime Contractor Name: f's,�4 6)6'10c ie'5 4/4._ Project: � 77 Letting Date: 1!J /p b6/
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: Z75-71-1:049r/,jeh. 4 Lpr Date: OA:. /201i
SUBCONTRACTORS APPLICABLE: You are required, in order for your bid to be considered responsive, to provide the information on this form
showing ALL of your MBE/WBE subcontractor contacts made for your bid submission. This information is subject to verification. Any questions
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
i c 0
i0/(5(0//6
1J0
(Form CCO-4) Rev. 06-20-02
MBE/WBE BUSINESS ENTERPRISE
PRE-BID CONTACT INFORMATION FORM INSTRUCTIONS
Prime Contractor Responsibilities:
Prime Contractors bidding on City of Waterloocontract work are required to ensure that MBENVBE businesses are provided the opportunity to
participate in the performance of contracts and subcontracts. Prime contractors are required to assist MBE/WBE businesses in overcoming
barriers to participation, and must make good faith efforts to secure bids from, and award subcontracts to, MBENVBE businesses. For all contract
bids of $50,000 or more, the following is required to demonstrate good faith efforts in accordance with this policy:
1. "MBENVBE BUSINESS ENTERPRISE PRE-BID CONTACT INFORMATION FORM" submitted with the prime contractor bid, properly
completed and signed on Form CCO-4 (Rev. 06-20-02) Please note that this document must include all subcontractor contacts, bids received,
and awarded - not just those related to disadvantaged business enterprise vendors.
2. A minimum of three (3) MBE/WBE business contacts must be made and documented, if there are at least three (3) MBENVBE businesses
offering services in the areas to be subcontracted (see City of Waterloo MBE/WBE Certified List). If less than three (3) are offering the services to
be subcontracted, then a contact is required for any that are listed as providing that service. If you have submitted a MBENVBE contact not on the
City's MBE/WBE list, attach a copy of the certification from another government agency.
3. Contacts to each MBENVBE businesses are required to be a minimum of seven (7) working days prior to the date the prime contractor submits
the bid to the City of Waterloo.
4. The following documentation must accompany the "MBENVBE BUSINESS ENTERPRISE PRE-BID CONTACT INFORMATION FORM" for
each MBENVBE business contacted:
a. A copy of the bid received from the MBENVBE, OR
b. If no bid was received, a copy of correspondence received from the MBENVBE with a "no bid" response, OR
c. If no response was received, a copy of the solicitation sent to the MBENVBE with proof of mailing attached.
5. If any MBE/WBE business submitting bids are not selected for subcontract award, documentation must accompany the "MBE/WBE BUSINESS
ENTERPRISE PRE-BID CONTACT INFORMATION FORM" on why the MBENVBE was not selected. These reasons could include:
a. Not low bid. Copies of the competing bids may be required for verification.
b. MBENVBE did not bid, withdrew bid or was non-responsive.
c. Documentation of other business-related reason for not selecting the MBENVBE business for a subcontract.
d. Prime contractor self performs work.
e. Any other reason relied on by the Prime Contractor.
The Contract Compliance Officer will determine the weight to be given to each item listed above (supported by appropriate documentation) based
on overall program goals.
Subcontractors Responsibilities:
1. Each MBENVBE firm planning to submit quotes on construction projects with goals, shall submit a Letter of Intent to Bid (Form CCO-5) to
the City Contract Compliance Officer seven (7) working days prior to bid opening, listing specific items which the MBENVBE firm is
interested in bidding. If the City Contract Compliance Officer does not receive sufficient scope letters seven (7) working days prior to bid
opening, goals on subject project will be reduced accordingly. Agreements between the bidder/proposer and an MBE/WBE in which the
MBENVBE promises not to provide subcontracting quotations to other bidders/proposers are prohibited.
Form CCO-4A Rev. 07-08-02 '
RESIDENT BIDDER CERTIFICATION
CONTRACT NO:
PROJECT NAME: «ee4 ?t OJer9
DATE OF LETTING: 10/4 /�,,,i(,
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 I am a resident bidder as defined above.
COMPANY NAME Te,firsvA
-
CORPORATE OFFICER
TITLE
DATE )0/0 t, 726/j9
RESIDENT/NON-RESIDENT BIDDER
RESIDENT BIDDER:
In accordance with Section 73A.21 of the Iowa Code, all non -federal -aid public
improvement projects, which include road construction, shall be performed by a
qualified resident bidder. The resident bidder has been further defined as follows:
Resident Bidder:
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.
The contractor shall provide the City with a certification that he is a qualified
resident bidder according to the above definition. The Certification shall be
submitted with the contractor's bid. A copy of the form of "Resident Bidder
Certification" is included in the Contract Documents. If it is determined that the
contractor does not meet this qualification after he begins work, a shutdown
notice shall be issued and the voiding of the contract shall begin unless the
contractor becomes qualified.
NON-RESIDENT BIDDER:
The contractor shall provide the City with a certification that he is a non-resident
bidder according to the above definition. The Certification shall be submitted with
the contractor's bid. A copy of the form of "Non -Resident Bidder Certification" is
included in the Contract Documents.
DJG
01/02/12
NON -COLLUSION AFFIDAVIT OF PRIME BIDDER
State of ID JJ )
)ss
County of C t/Lit i (t, )
(laic M Pe d-efso n Jr , being first duly sworn, deposes and says that:
1. He is VP
LY�G .
Owne
, Partner, Officer, Representative, or Agent) of PekI(So n �Olnr} �tC f 0 r S
, 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 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
any collusion, conspiracy, connivance or unlawful a.ree
any of its agents, representatives, owners, e
affiant.
oper and are not tainted by
rt of the Bidder or
including this
Title
�C h
Subscribed and sworn to before me this day of
CA/, 201 .
My commission expires I Iii
r4be,iZCoLth4
JENNIFER R. LOCKHART
Commission Number 761292
My Commission Expires
ram.iary 4, 2019
Assis+. Treasure r
Title
NON -COLLUSION AFFIDAVIT OF SUBCONTRACTOR
State of )
County of )
being first duly sworn, deposes and says
that:
) ss:
1. He is (Owner, Partner, Officer, Representative, or Agent) of
hereinafter referred to as the "Subcontractor;"
2. He is fully informed respecting the preparation and contents of the subcontractor's
proposal submitted by the subcontractor to
contract pertaining to the
project in
(City or County and State)
3. Such subcontractor's proposal is genuine and is not a collusive or sham proposal;
4. Neither the subcontractor 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 proposal in connection with such contract or to
refrain from submitting a proposal in connection with such contract, or has in any manner,
directly or indirectly, sought by unlawful agreement or connivance with any other bidder,
firm or person to fix the price or prices in said subcontractor's proposal, or to fix any
overhead, profit or cost element of the price of prices in said subcontractor's proposal, or
to secure through 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 subcontractor's proposal 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.
(Signed)
Subscribed and sworn to before me this day of
, 201_
Title
Title
My commission expires
(:silo I':Ic;+f• f'•
KNOW ALL mEi°-1 BY THEs- ;'fztt=r==t'd- Peterson Contractors, Inc.
Prir ipal, :rui Travelers Casualty and Surety Company of America
as Gordy aro 1)(9 t and III irily I:!3Unli ante ille ',,1I 1 0i' 'NM UJ 1.{.nJ iClwa! tit?fiii71�;11i.,i �rFtif_d
"OWNER,' .h1 the penal atm Five Percent of Amount Bid
Defiers (i'5%) iawfuf money or the United States, or the payment
of which sum will and truly be made, we bind ourselves, our heirs, executors, administrators, and
successors, jointly and severalty, firmly by these presents, The condition of this obligation is such that
whereas the Principal has su brnjned the accom Irl ing bid dated the 6th .__ day of -_October
for _FY 2017 pridgaDeck Repair and Overlay Program, Contract No. 879, Waterloo, IA
NOW, THEREFORE,
(a) if said Bid shall be rejected, or In the alternate,
(b) If said t31d 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 pen3ons
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 sante 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 bld 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 I3id or execute such contract; and said Surety does hereby waive notice of any such extension.
IN WITNESS WHEREOF, the Principal and tho Surely, 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 19th day of September A.D. 2016 .
Peterson Contractors, In
rincin
rely Company of America (Seal)
Attorney-in-fact Anne Crowner
(Sean
(Tido)
WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
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 19th day of September , 20 16.
�'• t
Kevin E. Hughes, Assistant Sec tary
Plt�
8G
9a,
HARTFORD,
CONN. 0
To verify the authenticity of this Power of Attorney, call 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.
WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER