HomeMy WebLinkAboutPeterson Contractors, inc.Ilan\
XICINWMICRS
ANC.
BOX A
REINBECK, IOWA 50669-0155
F.Y. 2020 Lot 2, Brock 3rd
dition Sanitary Sewer
Extension
Bid Date _ 2-13-2020
Bid Time —1:00PM
Bid Proposal
ZERalk
aCAIMICRS
NC.
BOX A
REINBECK, IOWA 50669-0155
F.Y. 2020 Lot 2, Brock 3rd
Addition Sanitary Sewer
Extension
Bid Date — 2-13-2020
Bid Time —1:00PM
Bid Bond
FORM OF BID OR PROPOSAL
F.Y. 2020 LOT 2, BROCK 3RD ADDITION SANITARY SEWER EXTENSION
CONTRACT NO 986
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
wa- 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 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. 2020 LOT 2, BROCK 3RD
ADDITION SANITARY SEWER EXTENSION, Contract No 986, City of Waterloo,
Iowa, 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.
2020
LOT
2,
BROCK
3RD
CONTRACT
ADDITION
NO.
SANITARY
986
EXTENSION
SEWER
ITEM
DESCRIPTION
BASE
BID
UNIT
EST.
QTY.
'UNIT
PRICE
B
D
TOTAL
BID
PRICE
BID
001
MOBILIZATION
L.S.
1
$
$
002
CLEARING
AND
GRUBBING
L.S.
1
$
$
003
SEED
AND
FERTILIZE
(IDOT
RURAL
MIX)
ACRES
0.83
$
$
004
MULCH
(IDOT
RURAL
MIX)
ACRES
0.83
$
$
005
SILT
FENCE
(FOR
EROSION
CONTROL)
L.F.
580
$
$
006
REMOVAL
OF
SILT
FENCE
L.F.
580
$
$
007
TRAFFIC
CONTROL
L.S.
1
$
$
008
MAINTENANCE
BOND,
2-YEAR
L.S.
1
$
$
FORM OF BID
CONTRACT NO. 986
Page 1 of 4
009
SWPPP
COMPLIANCE
L.S.
1
$
$
101
2
$
$
SANITARY
SEWER
MANHOLE,
STANDARD
48"
DIA
EACH
102
1
DEWATERING
OF
ALL
TRENCHES
AND
EXCAVATIONS
L.S.
103
1
$
$
TAP
EXISTING
SANITARY
SEWER
MANHOLE
WITH
WATERTIGHT
CONNECTION
EACH
104
458
SANITARY
SEWER
8-INCH
DIA.
PVC COMPOSITE
TRUSS
PIPE
L.F.
105
79
$
$
SANITARY
SEWER
8-INCH
DIA.,
DR18
C900
PVC
WATER
MAIN
PIPE
i
L.F...
106
1
$
$
L.S.
SANITARY
SEWER
CROSSING
OF
MARTIN
ROAD
107
16"
DIA.
WATER
MAIN
LOWERING
L.S.
1
$
$
BID
$TOTAL
rii / Lt 50O
Pk e sce. see et os.:ii'ovil S'i'evAi 4ed Cost poet LW4 Prices
2. It is understood that the quantities set forth are approximate only and subject to
variation and that the unit bid price for the work done shall govern in the actual
payment to Contractor.
In submitting this bid, the bidder understands that the right is reserved by the City
of Waterloo, Iowa, to reject any or all bids. If wntten notice of the acceptance of
this bid is mailed, telegraphed, or delivered to the undersigned within thirty (30)
days after the opening thereof, or at any time thereafter before this bid is
withdrawn, the undersigned agrees to execute and deliver an agreement in the
prescribed form and furnish the required bond and certificate of the insurance
within ten (10) days after the agreement is presented to him for signature, and
start work within ten (10) days after "Notice to Proceed" is issued.
Security in the sum of �v Dollars ($
) in the form of'3;d1 , is submitted herewith in
accordance with the INSTRUCTIONS TO BIDDERS.
b. Attached hereto is a Non -Collusion Affidavit of Prime Contractor.
FORM OF BID
CONTRACT NO. 986 Page 2 of 4
Attached hereto is a Bidder 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 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 ._ 02.0
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. 986 Page 3 of 4
Pethaerson evilars
(Name of Bidder)
BY: Title nS 0 MmQ(" aje6t-
�hmov�X"
Official Address: (Including Zip Code):
a / 2 2ozo
(Date)
%ilvdack , 60,0
I.R.S. No. 42 - o9Z 4521
FORM OF BID CONTRACT NO. 986 Page 4 of 4
NON -COLLUSION AFFIDAVIT OF PRIME BIDDER
State of I Otos-
County of Cy- runt)
l�Y1M 5 .—
)ss
, being first duly sworn, deposes and says that:
He is (Owner, Partner, Officetresentativ or Agent) of Person
vatz, IN ` , the Bidder that has submi e 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 interest, including this
affiant.
(Signed)'PA
as Title
Subscribed and sworn to before me this / day of
20•�G
My commission expires 7. 30-a a
dti
Title
•
ow
AMY L CLARK
T• Commission Number 798999
My Commission Expires
August 30, 2022
MBE/WBE BUSINESS ENTERPRISE
PRE -BID CONTACT INFORMATION FORM INSTRUCTIONS
Prime Contractor Responsibilities:
Prime Contractors bidding on City of Waterloo contract work are required to ensure that MBE/WBE 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 MBE/WBE 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. "MBE/WBE 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) MBE/WBE 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 MBE/WBE contact not on the
City's MBE/WBE list, attach a copy of the certification from another government agency.
3. Contacts to each MBE/WBE 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 "MBE/WBE BUSINESS ENTERPRISE PRE -BID CONTACT INFORMATION FORM" for
each MBE/WBE business contacted.
a. A copy of the bid received from the MBE/WBE, OR
b. If no bid was received, a copy of correspondence received from the MBE/WBE with a 'no bid" response, OR
c. If no response was received, a copy of the solicitation sent to the MBE/WBE 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 MBE/WBE was not selected. These reasons could include:
a. Not low bid Copies of the competing bids may be required for verification.
b. MBE/WBE did not bid, withdrew bid or was non -responsive
c. Documentation of other business -related reason for not selecting the MBE/VVBE 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 MBE/WBE 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 MBE/WBE 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
MBE/WBE promises not to provide subcontracting quotations to other bidders/proposers are prohibited.
Form CCO-4A Rev. 07-08-02
Bidder Status Form
To be completed by all bidders Part A
Please answer "Yes" or "No" for each of the following:
Yes ❑ 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).
[61 Yes ❑ No My company has an office to transact business in Iowa.
KI Yes ❑ No My company's office in Iowa is suitable for more than receiving mail, telephone calls, and e-mail.
Yes ❑ No My company has been conducting business in Iowa for at least 3 years prior to the first request for
bids on this project.
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 3 years at the following addresses:
Dates:
/2 / Z2. /i to
OZ /13 /aox
Dates: / / to / /
Dates: / / to
You may attach additional sheet(s) if needed.
Address* 1 i ckitWka, P0.60xA
City, State, Zip•?i2Ctkeck. - 5)(49
Address*
City, State, Zip*
Address*
City, State, Zip*
To be completed by non-resident bidders Part C
1. Name of home state or foreign country reported to the Iowa Secretary of State:
2. Does your company's home state or foreign country offer preferences to resident bidders, resident labor
force preferences or any other type of preference to bidders or laborers? ,_, Yes U 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 sheet(s) if needed.
To be completed by all bidders -- Part D
certify that the statements made on this document are true and complete to the best of my knowledge and 1 know that my
failure to provide accurate and truthful information may be a reason to reject my bid.
Firm Name: P t'Sc9{1 Cis aa'S, `N z .
Signature:
Date: o� J/o?DaU
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.
309-6001 (09 15)
PETERSON CONTRACTORS, INC.
www. petersoncontractors. com
104 Blackhawk Street
P.O. BoxA
Reinbeck, Iowa 50669
Phone: 319-345 2713
QUOTE
PROPOSAL FOR: FY 2020 Lot 2 Brock 3rd Add. Sanitary Sewer Ext.
THE FOLLOWING ITEMS AND PRICES ARE QUOTED:
ITEM #
1
2
3
4
5
6
7
8
9
101
102
103
104
105
106
107
DESCRIPTION
MOB
CLEARING & GRUBBING
SEED & FERT (IDOT RURAL MIX)
MULCH (IDOT RURAL MIX)
SILT FENCE
REMOVAL OF SILT FENCE
TRAFFIC CONTROL
2 YR MAINTENANCE BOND
SWPPP COMPLIANCE
EROSION CONTROL AND GENERAL CON
48" SANITARY SEWER MANHOLE
DEWATERING OF ALL TRENCHES & EX
TAP EXISTING SANITARY SEWER MAN
8" SANITARY TRUSS PIPE
8" DR18 C900 PVC WATER MAIN PIP
SANITARY SEWER CROSSING OF MART
16' WATER MAIN LOWERING
SANITARY & WATER SUBTOTAL
TOTAL QUOTED AMOUNT:
PETE'SON CONTRACTORS, INC.
February 12,2020
UNIT TYPE
LS
LS
AC
AC
LF
LF
LS
LS
LS
S UBTOTAL
EA
LS
EA
LF
LF
LS
LS
S UBTOTAL
QUANTITY
1.000
1.000
• 830
• 830
580.000
580.000
1. 000
1.000
1.000
2 000
1.000
1.000
458.000
79.000
1.000
1.000
UNIT PRICE
10 000.00
2 500.00
1 500.00
2 000.00
2. 25
. 75
2, 000. 00
1, 000.00
1, 750. 00
6, 000. 00
36, 500.00
6, 500.00
75.00
100. 00
21, 500. 00
33, 000. 00
Fax: 319-345-2991
TOTAL AMOUNT
10, 000.00
2, 500.00
1, 245.00
1, 660. 00
1, 305. 00
435. 00
2, 000. 00
1, 000. 00
1, 750. 00
21, 895. 00
12, 000.00
36, 500.00
6, 500. 00
34, 350.00
7, 900.00
21, 500. 00
33, 000. 00
151, 750.00
$ 173, 645. 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 Amount Bid
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 13th day of
February , 20 20 , for F.Y 2020 Lot 2, Brock 3RD Addition Sanitary Sewer
Extension, Contract No. 986, City of 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 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 3rd day of February , A.D.
20 20
(Seal)
Witness
97tar
%�
Witness Stacie Christensen
Peterson Contractors, Inc.
Travelers 9sualty and Surety Company of America (Seal)
Surety .�
Anne Crowner
TRAVELERS'
Travelers Casualty and Surety Company of America
Travelers Casualty and Surety Company
Si. Paul Fire and Marine Insurance Company
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St.
Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the
'Companies"), and that the Companies do hereby make, constitute and appoint Anne Crowner of Waukee
Iowa , their true and lawful Attorney -in -Fact 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 January,
2019.
lb 1041/4%
es's` �r1^.U„_i wrier
A
ctxit. / e
rare
State of Connecticut
By:
City of Hartford ss.
t
Robert L. RaneW'Senior Vice President
On this the 17th day of January, 2019, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President
of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company and St. Paul Fire and Marine Insurance 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 said
Companies 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
*4.1 Ptkj l kit !flea
s
•
I*. fig
�t i
S c�u._ic 4 Anna P. Nowik, Notary PubliceatariVviii
This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Travelers Casualty and
Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance 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 Travelers Casualty and Surety Company of America, Travelers Casualty and Surety
Company, and St. Paul Fire and Marine Insurance 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 remains in full force and effect.
Dated this 3rd
day of February , 2020
Kevin E Hughes, Assistant Secretary
To verify the authenticity of this Power ofAttorney, please call us at 1-800-421 a8880,
Please refer to the above -named Attorney -in -Fact and the details of the bond to which this Power ofAttorney is attached.