Loading...
HomeMy WebLinkAboutPeterson Contractor, Inc.Uknikvil ‘3ZAANKAC.Mkra 11111 BOX A REINBECK, IOWA 50669-0155 rru PF VY.V.V2k a%NkAW:Vakra UV_ BOX A REINBECK, IOWA 50669-0155 d --Pccprisamk1 3.0,1??r-,5 40 t!--/& 34 / f3-° mid A ri 6rout -Bred3t5 --BovvS, R.tpwrs 40 6* 54 itepboroati-, TY OF icIATER . .1 CLERKS fif-ricF i3 2016 Pm12:5 FORM OF BID OR PROPOSAL F.Y. 2017 REPAIRS TO 6TH ST., 18TH ST., AND ANSBOROUGH AVE. BRIDGES CONTRACT NO. 916 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: Peterson Contractors, Inc. 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 REPAIRS TO 61ST., 18TH ST., AND ANSBOROUGH AVE. BRIDGES, Contract No. 916, 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. 2014 REPAIRS TO 6TH ST., 18TH ST., AND ANSBOROUGH AVE. BRIDGES CONTRACT NO. 916 Item No. Ref. No. ;Description .' unit; I Est ., Qty.. Unit Bid Price Total Bid Price 1 2 2403-0100000 STRUCTURAL CONCRETE (MISCELLANEOUS) CY 6.6 $ 2404-7775005 REINFORCING STEEL, EPDXY COATED LB 700.0 $ 3 2413-1200100 NEOPRENE GLAND INSTALLATION AND TESTING LF 584.0 $ $ 4 5 2426-6772016 CONCRETE REPAIR SF 22.0 $ 2426-6772020 PARTIAL DEPTH BRIDGE DECK FINISH PATCH SF 255.0 $ $ 6 2518-6910000 SAFETY CLOSURE EACH 32.0 $ 7 2526-8285000 CONSTRUCTION SURVEY LS 1.0 $ 8 2528-8445110 TRAFFIC CONTROL LS 1,0 $ $ 9 2533-4980005 MOBILIZATION LS 1.0 $ $ 10 2599-9999005 FURNISH AND INSTALL LIGHT POLE ANCHOR BOLT COVERS EACH 40.0 $ $ 11 2599-9999005 REMOVE AND REPLACE EXPANSION JOINT CURB PLATE EACH 6.0 $ $ FORM OF BID AECOM #60509356 SEE ATTACHED BID SHEET FOR UNIT PRICING CONTRACT NO. 916 FB -1 of 3 6'"118`"/Ansborough Bridge Repairs fltrt� �No`v �" v: r� R ; y of No R px r , x.. T � `'�Desgrr tion r � s � '� p � � ��`��rFw ' "�Umf � a ��J�Ik Bid'Pnce� (ot�l Brd Prioe z' '.". zl 12 2599-9999005 FURNISH AND INSTALL EXPANSION JOINT COVERPLATE EACH 10.0 $ $ 13 2599-9999009 REMOVE EXISTING FLOOD WALL CHANNEL LF 31.3 $ 14 2599-9999009 FURNISH AND INSTALL FLOOD WALL CHANNEL LF 31.3 $ 15 2599-9999009 REMOVE EXISTING UTILITY BOX FRAME LF 19.0 $ $ 16 2599-9999009 FURNISH AND INSTALL UTILITY BOX FRAME AND COVERS LF 19.0 $ $ 17 2599-9999010 FURNISH AND INSTALL DEFLECTOR PLATE LS 1.0 $ $ TOTAL BID $227,407.50 2. It is understood that the quantities set forth are approximate only and subject to variation and that the unit bid price for the work done shall govern in the actual payment to Contractor. 3. In submitting this bid, the bidder understands that the right is reserved by the City of Waterloo, Iowa, to reject any or all bids. If written notice of the acceptance of this bid is mailed, telegraphed, or delivered to the undersigned within thirty (30) days after the opening thereof, or at any time thereafter before this bid is withdrawn, the undersigned agrees to execute and deliver an agreement in the prescribed form and furnish the required bond and certificate of the insurance within ten (10) days after the agreement is presented to him for signature, and start work within ten (10) days after "Notice to Proceed" is issued. 4. Security in the sum of 5% of the bid amount Dollars ($ ) in the form of a bid security , 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. 01 Date 8/15/2016 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) FORM OF BID CONTRACT NO. 916 FB -2 of 3 AECOM #60509356 61"/18`"/Ansborough Bridge Repairs 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 CON " ' : '"+1% me .f,. eer) PIA BY: A //4110., INC. 8/18/2016 (Date) 1-itle Official ids - s: (Includig Zip Code): 104 BLACKHAWK STREET REINBECK, IA 50669 I.R.S. No. 42-0921654 FORM OF BID CONTRACT NO. 916 FB -3 of 3 AECOM #60509356 6'/10 "iAnsboruugh BI idge Repairs NON -COLLUSION AFFIDAVIT OF PRIME BIDDER State of IOWA County of GRUNDY )ss } C✓d r i .-Pe-AY--rsoin , being first duly sworn, deposes and says that: 1. He is (Owner, Partner, Officer, Representative, or Agent) , 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 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 •, oper and are not tainted by any collusion, conspiracy, connivance or unlawful a t on th- •. of the Bidder or any of its agents, representatives, owners, emplo : including this affiant. (Signe Title Subscribed and sworn to before me this 18TH day of AUGUST , 2016. `L My commission expires @e fOfERT J. WATERMILLER, JR. misslonittumt�er 77 1313 My Comm'ssion Expires January 24, 2018 Title NON -COLLUSION AFFIDAVIT CONTRACT NO. 916 NCA -1 of 2 AECOM #60509356 6'"/18th/Ansborough Bridge Repairs RESIDENT BIDDER CERTIFICATION CONTRACT NO: 920 PROJECT NAME: F.Y. 2017 REPAIRS TO 6TH ST. , 18TH ST. , AND ANSBOROUGH AVE BRIDGES DATE OF LETTING: 8/18/2016 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 PET CORPORATE OFFICER TITLE DATE 8/18/2016 RESIDENT BIDDER CONTRACT NO. 916 RB -2 of 3 AECOM #60509356 61b/18th/Ansborough Bridge Repairs MBE/WBE BUSINESS ENTERPRISE PRE-BID CONTACT INFORMATION FORM 6TH, 18TH, ANSBOROUGH Prime Contractor Name: PETERSON CONTRACTORS, INC. Project: BRIDGE REPAIRS Letting Date: 8/18/2016 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 MBENVBE subcontractors will be used, please use the bottom portion of this form. Contractor Signature: Title: PROJECT MANAGER Date: 8/18/2016 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 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 MBEIWBE Subcontractors Dates Yes/No Dates Contacted Contacted Yes/No Dollar Amount Proposed to be Subcontracted NO MBE/WBE SUBCONTRACTORS CONTACTED: TRAFFIC CONTROL WILL BE THE ONLY WORK SUBCONTRACTED. (Form CCO-4) Rev. 06-20-02 MBENVBE PARTICIPATION AECOM #60509356 CONTRACT NO. 916 M-6 of 6 6t1718'"/Ansborough Bridge Repairs INFORMATION NEEDED FOR IOWA CONSTRUCTION SALES TAX EXEMPTION CERTIFICATE CONTRACTOR NAME: PETERSON CONTRACTORS, INC. ADDRESS: 104 BLACKHAWK STREET REINBECK, IA 50669 (Check One) PRIME X SUBCONTRACTOR FEDERAL ID#: 42-0921654 PROJECT NAME: REPAIRS TO 6TH ST„ 18TH ST. AND ANSBOROUGH AVE BRTDQES PROJECT CONTRACT NO.: 916 DESCRIPTION OF WORK: ❑ Brickwork N Carpentry N Concrete ❑ Drywall -Plaster -Insulation ❑ Electrical N Excavation/Grading ❑ Flooring N Heavy Construction ❑ Heating -Ventilating -Air Cond. ❑ Landscaping [1 Painting N Paving O Plumbing ❑ Roofing -Siding -Sheet Metal ❑ Windows N Wrecking -Demolition ❑ Other (Please specify) SALES TAX EXEMPTION CONTRACT NO. 916 STE-1 of 1 AECOM #60509356 6'"/18'"/Ansborough Bridge Repairs PETERSON CONTRACTORS, INC. www.petersoncontractors.com 104 Blackhawk Street PO. BoxA Reinbeck, Iowa 50669 Phone: 319-345-2713 QUOTE PROPOSAL FOR: 6TH ST 18TH ST ANSBOROUGH AVE BRIDGE REPAIRS - 916 THE FOLLOWING ITEMS AND PRICES ARE QUOTED: ITEM # DESCRIPTION 10 STRUC CONC 20 REIN STEEL (EPDXY) 30 NEOPRENE GLAND INSTALL/TEST 40 CONC REPAIR 50 PARTIAL DEPTH DECK PATCH 60 SAFETY CLOSURE 70 CONSTRUCTION SURVEY 80 TRAFFIC CONTROL 90 MOBILIZATION 100 FURNISH/INSTALL LIGHT POLE ANCH 110 REMOVE/REPLACE EXPANSION JOINT 120 FURNISH/INSTALL EXPANSION JOINT 130 REMOVE EXISTING FLOOD WALL CHAN 140 FURNISH/INSTALL FLOOD WALL CHAN 150 REMOVE EXISTING UTILITY BOX FRA 160 FURNISH/INSTALL UTILITY BOX FRA 170 FURNISH/INSTALL DEFLECTOR PLATE TOTAL QUOTED AMOUNT: PETERSON CONT AC ,.RS, INC. UNIT TYPE QUANTITY CY 6.600 LBS 700.000 LF 584.000 SF 22.000 SF 255 000 EA 32.000 LS 1.000 LS 1.000 LS 1.000 EA 40.000 EA 6.000 EA 10.000 LF 31. 300 LF 31. 300 LF 19.000 LF 19.000 LS 1.000 UNIT PRICE 1, 085.00 3. 75 141.50 375.00 111.00 50.00 5, 000. 00 14, 700. 00 10, 000. 00 110.00 1,100.00 1, 341.00 190.00 345.00 425.00 700.00 4, 600. 00 Fax: 319-345-2991 TOTAL AMOUNT 7, 161.00 2, 625. 00 82,636.00 8, 250. 00 28, 305. 00 1, 600. 00 5, 000.00 14, 700.00 10, 000. 00 4, 400. 00 6, 600. 00 13, 410. 00 5, 947. 00 10, 798. 50 8, 075. 00 13, 300. 00 4, 600. 00 227, 407.50 Fftf:r Br.. Nf 1‹.N(.7.)\A! ,nl:i."r 1;'t" FI it ::;i 'ic ,`_{ is r` th::a Peterson Contractors, Inc. Travelers Casualty and Surety Company of America ;is purely arc held and firmly bound unto the CIITYOF WATERLOO R{ t ; _._..- i;> "OVVN1_R." In the penal: sum ,---Five Percent of Amount of Bid --- Dollars ($ ---5%--- ) {awful 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 thft5 obligation is such that whereas the Principal has submitted the accompanying bid dated the 18th day of August , 2016 , for FY 2017 Repairs to 6th St., 18th St., and Ansborough Ave. Bridges, Contract No. 916, Waterloo, Iowa 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 boni.l 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 andseals, and such of them as are corporations, have caused their corporate seals to he hereto affixed and these presents to be signed by their proper officers this 8th day of August A.D. 2016. _(seal) (Seal) Witness BID BOND AECOM #60509356 Peterson Contractors, Inc. Princip By J (Titlpres jdent Traveler Casualty and Su et ompany of America Suret By Attorney-in-fact/ Dion . Young CONTRACT NO. 916 E36-1 of 1 69718'"/Ansborough Bridge Repairs TRAVELERS .1 Attorney -In Fact No. WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER POWER OF ATTORNEY 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 226103 St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company Certificate No. 0 067 9 8323 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, Lacey Cramblit, 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 17th day of May 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 17th day of May 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. 58440-5-16 Printed in U.S.A. \OkGtftidt C . Marie C. Tetvault, Notary Public WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER