Loading...
HomeMy WebLinkAboutPeterson Contractors, inc.C014 -=rte . ?tiet. 11., •✓- 606 CITY OF WATERLOO CITY CLERK'S _ J :-:314 2019 Pm 12:57:57 -gd -and CITY OF WATERLOO CITY CLERK'S OFFICE FEB 14 2019 PM12:57:38 iy ).011"3t <<��. Te -?cors Revised Per Addendum No. 1 - 02/08/2019 FORM OF BID OR PROPOSAL CITY OF WATERLOO FY 2019 BRIDGE REPAIRS DUBUQUE ROAD OVER BLOWERS CREEK AND GREENHILL ROAD OVER TROLLEY CAR TRAIL CONTRACT NO. 959 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 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 CITY OF WATERLOO FY 2019 BRIDGE REPAIRS, DUBUQUE ROAD OVER BLOWERS CREEK AND GREENHILL ROAD OVER TROLLEY CAR TRAIL, City Contract No. 959, all in accordance with the above -listed documents and for the unit prices for work in place for the following items and quantities: CITY OF WATERLOO FY 2019 BRIDGE REPAIRS DUBUQUE ROAD OVER BLOWERS CREEK AND GREENHILL ROAD OVER TROLLEY CAR TRAIL CITY CONTRACT NO. 959 ITEM NO. ITEM CODE ITEM UNIT SITE 1 - GREENHILL RD SITE 2 - DUBUQUE RD TOTAL QTY. UNIT BID PRICE TOTAL BID PRICE ESTIMATED QTY. ESTIMATED QTY 1 IDOT 2107 COMPACTING BACKFILL ADJACENT TO BRIDGES, CULVERTS OR STRUCTURES CY 150.0 0.0 150.0 SEE ATTACHED $ FORM Q 2 IDOT 2121 GRANULAR SHOULDERS, TYPE "B" AS PER PLAN TON 0.0 133.0 133.0 $ $ 3 IDOT2301 BRIDGE APPROACH, TWO LANE SY 906.0 614.0 1,520.0 $ $ 4 IDOT 2301 MEDIAN, PC CONCRETE, AS PER PLAN SY 36.0 0.0 36.0 $ $ 5 IDOT 2304 DETOUR PAVEMENT SY 0.0 310.0 310.0 $ $ 6 IDOT 2413 NEOPRENE GLAND INSTALLATION AND TESTING LF 0.0 289.0 289.0 $ $ 7 IDOT2414 CONCRETE BARRIER RAIL, BA -107 EACH 4.0 0.0 4.0 $ $ 8 IDOT 2507 MACADAM STONE SLOPE PROTECTION SY 1,050.0 0.0 1,050 $ $ 9 IDOT 2508 BLAST CLEAN AND PAINT BEARING PLATE EACH 0.0 4.0 4.0 $ $ FORM OF BID AECOM #60581804 FB -1 of 3 City Contract No. 959 City of Waterloo FY 2019 Bridge Repairs Dubuque Road Over Blowers Creek and Greenhill Road Over Trolley Car Trail Revised Per Addendum No. 1 -02/08/2019 ITEM NO. ITEM CODE ITEM UNIT SITE 1 - GREENHILL RD SITE 2 - DUBUQUE RD TOTAL QTY. UNIT BID PRICE TOTAL BID PRICE ESTIMATED QTY. ESTIMATED QTY 10 IDOT 2510 REMOVAL OF PAVEMENT SY 942.0 924.0 1,866.0 $ $ 11 !DOT 2518 SAFETY CLOSURE EACH 4.0 4.0 8.0 $ $ 12 IDOT 2529 PRESSURE RELIEF JOINT, CF LF 185.0 0.0 185.0 $ $ 13 SUDAS 8020 PAINTED PAVEMENT MARKING STA 7.2 2.0 9.2 $ $ 14 SUDAS 8030 TRAFFIC CONTROL LS 1.0 1.0 2.0 $ $ 15 SUDAS 11.010 CONSTRUCTION SURVEY LS 1.0 1.0 2.0 $ $ 16 SUDAS 11.020 MOBILIZATION LS 1.0 1.0 2.0 $ $ 17 PLAN REPLACE GUARDRAIL AND TIMBER POSTS LF 20.0 30.0 50.0 $ $ 18 PLAN FURNISH AND INSTALL EXPANSION JOINT CURB PLATE EA 0.0 1.0 1.0 $ $ 19 PLAN REPAIR BARRIER RAIL LS 0.0 1.0 1.0 $ $ TOTAL BID AMOUNT $525,915.50 2. It is understood that the quantities set forth are approximate only and subject to variation and that the unit bid price for the work done shall govern in the actual payment to Contractor. 3. In submitting this bid, the bidder understands that the right is reserved by the City of Waterloo, Iowa, to reject any or all bids. If written notice of the acceptance of this bid is mailed, telegraphed, or delivered to the undersigned within thirty (30) days after the opening thereof, or at any time thereafter before this bid is withdrawn, the undersigned agrees to execute and deliver an agreement in the prescribed form and furnish the required bond and certificate of the insurance within ten (10) days after the agreement is presented to him for signature, and start work within ten (10) days after "Notice to Proceed" is issued. 4. Security in the sum of 5% OF THE CONTRACT SUM Dollars ($ 5% OF THE CONTRACT SUM ) 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 Bidders 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 MP 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 2/8/2019 FORM OF BID FB -2 of 3 AECOM #60581804 City Contract No. 959 City of Waterloo FY 2019 Bridge Repairs Dubuque Road Over Blowers Creek and Greenhill Road Over Trolley Car Trail PETERSON CONTRACTORS, INC. www.petersoncontractors.com 104 Blackhawk Street P.O. BoxA Reinbeck, Iowa 50669 Phone: 319-345-2713 Fax: 319-345-2991 QUOTE PROPOSAL FOR: FY 2019 WATERLOO BRIDGE REPAIRS - 959 THE FOLLOWING ITEMS AND PRICES ARE QUOTED: ITEM # 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 DESCRIPTION COMPACTING BACKFILL NEXT TO BRI GRAN SHOULDERS TYPE B BRIDGE APPROACH MEDIAN - PC CONC DETOUR PAVEMENT NEOPRENE GLAND INSTALL AND TEST CONC BARRIER RAIL MACADAM SLOPE PROTECTION CLEAN AND PAINT BEARING PLATES REMOVAL OF PAVEMENT SAFETY CLOSURE PRESSURE RELIEF JOINT PAINTED PAVEMENT MARKINGS TRAFFIC CONTROL CONSTRUCTION SURVEY MOBILIZATION REPLACE GUARDRAIL AND POSTS FURNISH AND INSTALL CURB PLATE REPAIR BARRIER RAIL TOTAL QUOTED AMOUNT: PETERSON CONTRACTORS, INC. yWn �4tr$2;04..40.-/ 7:34A) ebruary 14,2019 UNIT TYPE QUANTITY CY 150.000 TN 133.000 SY 1, 520.000 SY 36.000 SY 310. 000 LF 289.000 EA 4.000 SY 1, 050. 000 EA 4. 000 SY 1, 866.000 EA 8. 000 LF 185. 000 STA 9. 200 LS 2, 000 LS 2. 000 LS 2. 000 LF 50. 000 EA 1. 000 LS 1.000 UNIT PRICE 106. 50 43. 50 147.00 165.00 109.00 68. 50 4, 350. 00 57.00 1, 150. 00 13. 50 100. 00 30. 00 300. 00 19, 000. 00 5, 500. 00 22, 950. 00 117. 00 2, 510. 00 1, 777. 50 TOTAL AMOUNT 15, 975, 00 5, 785,50 223, 440, 00 5, 940.00 33, 790. 00 19, 796. 50 17, 400.00 59, 850. 00 4, 600. 00 25, 191.00 800.00 5, 550.00 2, 760.00 38, 000.00 11, 000.00 45, 900.00 5, 850.00 2, 510. 00 1, 777. 50 $ 525, 915. 50 Revised Per Addendum No. 1-02/08/2019 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. PETERSON CONTRACTORS, INC. 2/14/2019 (Name of Bidder) (Date) BY: RYAN NOTEBOOM Title ESTIMATOR/PROJECT MANAGER Official Address: (Including Zip Code): 104 BLACKHAWK STREET REINBECK, IOWA 50669 I.R.S. No. 42-0921654 FORM OF BID F8-3 of 3 AECOM #60581804 City Contract No. 959 City of Waterloo FY 2019 Bridge Repairs Dubuque Road Over Blowers Creek and Greenhill Road Over Trolley Car Trail Bidder Status Form To be completed by All Bidders Part A Please answer "Yes" or "No" for each of the following. 1Yes ❑ No 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.) g Yes ❑ No My company has an office to transact business in Iowa. 0 Yes 0 No My company's office in Iowa is suitable for more than receiving mail, telephone calls, and email. 0 Yes ❑ No My company has been conducting business in Iowa for at least three years prior to the first request for bids on this project. g Yes ❑ No 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 three years at the following addresses. From 12/22/1965 to current Date Date From to Date Dale From to Date Date 104 Blackhawk Street Street Address Reinbeck City IA State 50669 LIP Code Street Address City State ZIP Code Street Address You may attach additional sheets if needed. City State ZIP Code To be completed by Non -Resident Bidders Part C 1. Name of home state or foreign country reported to the Iowa Secretary of State Office. 2, Does your company's home state or foreign county offer preferences to bidders who are residents? ❑ 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 sheets 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 Cot r. ars, Inc. Signature: z/r/t ate 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. Page 17 of 19 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 ❑ No My business is currently registered as a contractor with the Iowa Division of Labor. ❑ Yes ❑. No My business is a sole proprietorship and I am an Iowa resident for Iowa income tax purposes. ❑ Yes ❑. No 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. ❑. Yes ❑ No My business is an active corporation with the Iowa Secretary of State Office and has paid all fees required by the Iowa Secretary of State Office, has filed its most recent biennial report, and has not filed articles of dissolution. ❑ Yes ❑D No 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 Office, has filed its most recent biennial report with the Iowa Secretary of State Office, and has neither received a certificate of withdrawal from the Iowa Secretary of State Office nor had its authority revoked. ❑ Yes ❑. No My business is a limited liability partnership which has filed a statement of qualification in this state and the statement has not been canceled. [Wes ❑. No My business is a limited liability partnership that 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. ❑ Yes ❑. No My business is a limited partnership or limited liability limited partnership that has filed a certificate of limited partnership in this state, and has not filed a statement of termination. ❑ Yes ❑. No 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 Office 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. ❑ Yes ❑. No My business is a limited liability company whose certificate of organization is filed in Iowa and has not filed a statement of termination. ❑ Yes ❑. No 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. Page 18 of 19 MBE/WBE BUSINESS ENTERPRISE PRE-BID CONTACT INFORMATION FORM Prime Contractor Name: PETERSON CONTRACTORS, INC. Project: FY '19 BRIDGE REPAIRS Letting Date: 2/14/2019 NO MBE/WBE 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 fe- ible with this project. If any MBEM/BE subcontractors will be used, please use the bottom portion of this form. Contractor Signature: Title: ESTIMATOR/PROJECT MANAGER Date: 2/14/2019 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 NO MBE/WBE QUOTES - NONE USED *SEE BELOW NOTE (Form CCO-4) Rev. 06-20-02 *NO MBE/WBE SUBCONTRACTORS USED. NO LOCAL MBE/WBE SUBCONTACTORS KNOWN FOR PAVING, TRAFFIC CONTROL, OR BARRIER RAIL INSTALLATION (THE MAIN SUBCONTRACTOR WORK FOR THIS PROJECT). MBEW BE PARTICIPATION AECOM #60581804 M-6 of 6 City Contract No. 959 City of Waterloo FY 2019 Bridge Repairs Dubuque Road Over Blowers Creek and Greenhill Road Over Trolley Car Trail t- JENNIFER R WISSLER Commission Number 7612921 My Commission Expires /owl. January 04, 2022 NON -COLLUSION AFFIDAVIT OF PRIME BIDDER State of IOWA County of GRUNDY )ss RYAN NOTEBOOM , 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 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 inter: st, including this affiant. 2019 (Signed) RYAN 61OTEBOOM (PROJECT MANAGER) Title Subscribed and sworn to before me this 14TH day of FEBRUARY My commission expires /!/1A -4A 141 /2,2- NON -COLLUSION AFFIDAVITS NCA -1 of 2 AECOM 1460581804 City Contract Nol. 959 A SStS+. Haas rt r Title City of Waterloo FY 2019 Bridge Repairs Dubuque Road Over Blowers Creek and Greenhill Road Over Trolley Car Trail 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 14th day of February , 2019 , for FY 2019 Bridge Repairs, Dubuque Road Over Blowers Creek and _GreenhilLRoad Over Trnllay Car Trail, City_ContractJVo-_959,-City--of__Alaterloo,-towa • 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 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 saki 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 25th day of January A.D. 2019 Travele Petersq io ntractors, Inc. (rrincipe' By tz (Seal) president (Title) rs asualty and Sure J ompany of lrgir rety X.0 Attorne lone R. Young 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 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. 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. Marie C. Tetreault, Notary Public