HomeMy WebLinkAboutPeterson Contractors, Inc. y 4 y 4, yy 6 yy
/00 Pyy ei, �Py i��r.Gv6. 'QST.GvP St.G�'P
`s t.G�- T.G fCR? �C
35
..0
t7t O4
0
9y
D CP 0
o
rn
4
0
V1 .
cn
�im
4
4
,_____,„„u0,4 •Til
r{''ryI1 O
9 --1 ''�bb17W�
O
rx - -I 4
O-1 � mg ei
CA
cl o CA
0
s
D
fi k
d
► y yy �, yy 4, yy yy
'oil
sr.c�P ��Sr.c��'; �Sr.c�P �Sr.c�P �Sr.00
w -c -c
o r 0
x m
NI r- mWo O
co
0Q W a � 0 roll
O
co
•lib m
9 `0
5 rl 0
D
CM
Cp V
0
0=4
44
4
1 _n
I_ 1V3�
_
.,„,„,",.
23 m
..6._ Vi
I
Mil
DL)r0-- tni .(,-2?>V. ). cI-'-,_r n>-.,.,( cC:ixrm:2Dn)i
II I W - m °OOO
k 2 �, 9 r
3
nXlie
na y
-4- k-I F
o
....t_ ..,)
0 '1 F 32111
0 res
FORM OF BID OR PROPOSAL
F.Y. 2016 NORTHEAST INDUSTRIAL PARK SANITARY SEWER
AND WATER MAIN EXTENSION
CONTRACT NO. 900
CITY OF WATERLOO, IOWA
Honorable Mayor and City Council
Waterloo, Iowa
Gentlemen:
1. The undersigned, being a Corporation existing under the laws of the State of
Iowa , a Partnership consisting of the following partners:
having familiarized (himself) (themselves) (itself) with the existing conditions on
the project area affecting the cost of the work, and with all the contract documents
listed in the Table of Contents and Addenda (if any), as prepared by 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. 2016 NORTHEAST INDUSTRIAL PARK SANITARY SEWER
AND WATER MAIN EXTENSION, Contract No. 900, 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. 2016 NORTHEAST INDUSTRIAL PARK SANITARY SEWER
AND WATER MAIN EXTENSION
CONTRACT NO. 900
ITEM I I ESTIMATED UNIT TOTAL
NO. ITEM CODE ITEM DESCRIPTION 1 UNIT I QUANTITY PRICE PRICE
1 2533-4980005 ` MOBILIZATION 1
2 2528-8445110 TRAFFIC CONTROL 1
STORM WATER POLLUTION
3 2599-9999010 PREVENTION PLAN 1
IMPLEMENTATION
4 2602-0000020 SILT FENCE 7,750
5 2602-0010010 MOBILIZATION, EROSION CONTROL EA 3
6 2510 6745850 REMOVAL OF PAVEMENT, PORTLAND SY 150
CEMENT CONCRETE, 7-INCH
599 9999009 REMOVAL OF STORM SEWER PIPE LF 40
FROM EXISTING DETENTION POND
FORM OF BID CONTRACT NO. 900—ADDENDUM#1 Page 1 of 4
.. . .
REMOVE STORM SEWER PIPE LESS
8 2503-0200036 THAN OR EQUAL TO 36-INCH DIA.W/ LF 280
APRON
9 2599 9999005 REMOVE EXISTING STORM SEWER
- STRUCTURE EA 1
10 2599 9999010 REMOVE EXISTING TREES AND
- LS STUMPS 1
11 2105-8425015 TOPSOIL,STRIP AND SALVAGE 2,665
12 2102 EXCAVATION,CLASS 10, ROADWAY
11,210
- - ----.-
2710070
AND BORROW „...._
SANITARY SEWER GRAVITY MAIN,
13 2504-0114010 BORED,SINGLE-WALL PVC PIPE, 24- 400
INCH,WI 36-INCH STEEL CASING PIPE
SANITARY SEWER GRAVITY MAIN,
14 2504-0114010 ' TRENCHED, CORRUGATED PVC PIPE, 2,850
24-INCH
MANHOLE,SANITARY SEWER, SW-
15 2435-0130148 8
301,48-INCH DIA.
MANHOLE,SANITARY SEWER,SW-
16 2435-0130160 1...
301,60-INCH DIA.
MANHOLE,SANITARY SEWER,SW-
1 17 2435-0130184
301,84-INCH DIA.
.„...._....._.... ,.._
18 2504-0200406 SANITARY SEWER SERVICE STUB, 430
PVC,6-INCH
TAPPING SLEEVE,VALVE,AND BOX,
19 2554-0208012 1
16-INCH X 16-INCH
WATERMAIN, BORED, DIP, 16-INCH
20 2599-9999009 DIA. W/24-INCH DIA. STEEL CASING 460
PIPE .....,.. _„....._ ....,..
....._ _
21 2554-0112012
WATERMAIN,TRENCHED,DIP, 16- Ill
3 620
,
INCH DIA. _ _
.......„_ ......._
22 2554-0202200 FITTINGS BY COUNT, DUCTILE IRON 111 6
23 2554-0207012 VALVE,GATE, DIP, 16-INCH DIA. 12
WATERMAIN TEE, MJ, 16-INCH x 6-
24 2599-9999005 6
INCH
25 2554-0210201 FIRE HYDRANT ASSEMBLY 6
26 2554-0204120 WATER SERVICE STUB, DIP,6-INCH 430
___......._..
27 2599 9999005 1-1/2-INCH FOAM INSULATION 6-
BOARD, 4'x 8' SHEET
28 2435 0140160 MANHOLE,STORM SEWER,SW-401, 1-
84-INCH DIA.
STORM SEWER GRAVITY MAIN,
29 2503-0114236 TRENCHED, RCP, 2000D(CLASS III), 280
36-INCH DIA., USE EXISTING PIPE
30 2416 0100036 APRONS, CONCRETE, 36-INCH DIA.
- EA 1
W/2 JOINT TIES, USE EXISTING PIPE
__.....„.„ . ._
FORM OF BID CONTRACT NO. 900-ADDENDUM#1 Page 2 of 4
REPLACE STORM SEWER PIPE FROM
31 2599-9999009 EXISTING DETENTION POND, USE LF 40
EXISTING PIPE
32 2502 8212206 SUBDRAIN, PERFORATED PLASTIC LF 1,300
PIPE, 6-INCH DIA
33 2435 0251218 INTAKE,SW-512, 18- INCH DIA.W/ EA 8
SOLID COVER
STANDARD OR SLIP FORM PORTLAND
34 2301-1033070 CEMENT CONCRETE PAVEMENT, SY 150
CLASS C, CLASS 2 DURABILITY,7-INCH
35 2105-8425005 TOPSOIL, FURNISH AND SPREAD CY 500
36 2599-9999001 TEMPORARY SEEDING AC 12
37 2601-2634100 MULCHING AC 12
38 2601-2636044 SEEDING AND FERTILIZING (URBAN) AC 12
39 2599-9999010 € 2-YEAR MAINTENANCE BOND LS 1
TOTAL CONSTRUCTION COST $1, 3 15 , 0 00 . 0C
2. It is understood that the quantities set forth are approximate only and subject to
variation and that the unit bid price for the work done shall govern in the actual
payment to Contractor.
3. In submitting this bid, the bidder understands that the right is reserved by the City
of Waterloo, Iowa, to reject any or all bids. If written notice of the acceptance of
this bid is mailed, telegraphed, or delivered to the undersigned within thirty (30)
days after the opening thereof, or at any time thereafter before this bid is
withdrawn, the undersigned agrees to execute and deliver an agreement in the
prescribed form and furnish the required bond and certificate of the insurance
within ten (10) days after the agreement is presented to him for signature, and
start work within ten (10) days after"Notice to Proceed" is issued.
4. Security in the sum of 5
Dollars ($ ) 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 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
FORM OF BID CONTRACT NO. 900-ADDENDUM#1 Page 3 of 4
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. 41 Date 11-16-15
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.
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 . 11-19-15
(Na a of Bidder) (Date)
BY: Chd? ner.__ Title Pro 'ect Mana er Estimator
Official Address: (Including Zip Code):
104 Black Hawk St . , P.O. Box A
Reinbeck, IA 50669
I.R.S. No. 42-0921654
FORM OF BID CONTRACT NO. 900-ADDENDUM #1 Page 4 of 4
' PETERSON CONTRACTORS, INC.
104 Blackhawk Street
P.O. Box A
Reinbeck, Iowa 50669
www.petersoncontractors.com Phone: 319-345-2713 Fax: 319-345-2991
QUOTE
PROPOSAL FOR: 2016 NORTHEAST INDUSTRIAL PARK SANITARY SEWER AND WATER MAIN
THE FOLLOWING ITEMS AND PRICES ARE QUOTED:
ITEM# DESCRIPTION UNIT TYPE QUANTITY UNIT PRICE TOTAL AMOUNT
1 MOBILIZATION LS 1.000 16,470.00 16,470.00
2 TRAFFIC CONTROL LS 1.000 3,000.00 3,000.00
3 STORM WATER POLLUTION PREVENTIO LS 1.000 7,500.00 7,500.00
4 SILT FENCE LF 7,750.000 1.80 13,950. 00
5 MOBILIZATION EROSION CONTROL EA 3.000 125.00 375. 00
6 REMOVAL OF PAVEMENT PORTLAND CE SY 150.000 12.00 1,800. 00
7 REMOVAL OF STORM SEWER PIPE FRO LF 40.000 23.50 940.00
8 REMOVE STORM SEWER PIPE LESS TH LF 280.000 23.50 6,580. 00
9 REMOVE EXISTING STORM SEWER STR EA 1.000 650.00 650.00
10 REMOVE EXISTING TREES AND STUMP LS 1.000 3,000.00 3,000. 00
11 TOPSOIL STRIP SALVAGE CY 2,665.000 2.00 5,330. 00
12 EXCAVATION CLASS 10 ROADWAY AND CY 11,210.000 2.00 22,420. 00
13 SANITARY SEWER GRAVITY MAIN BOR LF 400.000 410.00 164,000. 00
14 SANITARY SEWER GRAVITY MAIN THE LF 2,850.000 95.00 270,750. 00
15 MANHOLE SANITARY SEWER SW-301 4 EA 8.000 4,250.00 34,000. 00
16 MANHOLE SANITARY SEWER SW-301 6 EA 1.000 6,500.00 6,500. 00
17 MANHOLE SANITARY SEWER SW-301 8 EA 1.000 10,500.00 10,500.00
18 SANITARY SEWER SERVICE STUB PVC LF 430.000 73.50 31,605.00
19 TAPPING VALVE ASSEMBLY 16" DIAM EA 1.000 17,500.00 17,500. 00
20 WATERMAIN BORED 16"W/24"STEE LF 460.000 330.00 151,800. 00
21 WATERMAIN TRENCHED DIP 16" LF 3,620.000 86.50 313, 130. 00
22 FITTINGS BY COUNT DUCTILE IRON EA 6.000 950.00 5,700.00
23 VALVE GATE DIP 16" EA 12.000 5,500.00 66,000.00
24 WATERMAIN TEE MJ 16"X 6" EA 6.000 1,000.00 6,000.00
25 FIRE HYDRANT ASSEMBLY EA 6.000 4, 500.00 27,000.00
26 WATER SERVICE STUB DIP 6" LF 430.000 85.00 36,550.00
27 1-1/2" FOAM INSULATION BOARD 4' EA 6.000 75.00 450.00
28 MANHOLE STORM SEWER SW-401 84" EA 1.000 9,250.00 9,250.00
29 STORM SEWER GRAVITY MAIN TRENCH LF 280.000 25.00 7,000.00
30 APRONS CONCRETE 36"W/2 JOINT EA 1.000 800.00 800.00
31 REPLACE STORM SEWER PIPE FROM E LF 40.000 25.00 1,000.00
32 SUBDRAIN PERFORATED PLASTIC PIP LF 1,300.000 12.00 15,600.00
33 INTAKE SW-512 18"W/SOLID COVE EA 8. 000 1, 100.00 8,800.00
34 STANDARD OR SLIP FORM PORTLAND SY 150.000 46.00 6,900.00
35 TOPSOIL FURNISH AND SPREAD CY 500.000 17.50 8,750.00
36 TEMPORARY SEEDING AC 12.000 500.00 6,000.00
37 MULCHING AC 12.000 700.00 8,400.00
38 SEEDING AND FERTILIZING (URBAN) AC 12.000 750.00 9,000. 00
39 2-YEAR MAINTENANCE BOND LS 1.000 10,000.00 10,000. 00
/
TOTAL QUOTED AMOUNT: $ 1,315,000.00
b44T"7
PETERSON CONTRACTORS, INC.
i
November 19,2015
I
NON-COLLUSION AFFIDAVIT OF PRIME BIDDER
State of IOVVA
)ss
County of aI-i_ U N Y ) �� r
CI��I _ 5h1 e , 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 arties in interest, including this
affiant. �—
(Signed)
Project Manager / Estimator
Title
Sub tribe nd sworn to before me this I 1 day of
Acom4- /466,-,+ :austere,
Title
My commission expires 11I—I l ix+-!O
JENNIFER R LOCKHART
Commission Number 761292
My Commission ExPireS
,ow January 4,2016
RESIDENT BIDDER CERTIFICATION
CONTRACT NO: Contract # 900
F.Y. 2016 Northeast Industrial Park Sanitary
PROJECT NAME: Sewer & Water Main Extension
DATE OF LETTING: 11-19-15
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 Peterson Contractors, Inc .
CORPORATE OFFICER Ch
TITLE Project Estimator / Manager
DATE 11-19-15
En
N O C 0 0 kC
i c E o O
H m O t 'u) C LO .Lp. p
m L p c 3 c w a) :O O v
�n
I co a> H C W U `O C {Q+ w
H Q a) m Q 0 V 0 0 0
o = € oc W 8 U � co CoC .
Qj 0 a) H w :C CO c a) 7 { G = 0
to ern H co g m 1 = 1� 0
cy a) Fr- E O i ro
m •- a Y > T Eo ♦+
Z 3 a) N -OQ O 0) U O 0 1211
0) 4 0 O {/}
Z a) v) a j c C V o O R 'A
t O p co
aE m 0 m
Y a) to € C
a) > - O o0 ca cco O W co a)
m O C p _ 0 N O w f" tU ?-1
2 0 E JO 0_ as .0 as cu O t a efi Q
W O0 U CO 5 U) E p C = w ate)
fn Lyxk o 8
. Jo -H Ecoo ca
Y Ui Et ZaU� � c� Zu � co mw � t � Ga) "Z
a. O U p� W p -E as 'w :a wo o cW 1-1-1 C .
C€ o W %ci 1np- mm
men H
vm c p Eo
02 C0Z2 oW - o CO °
a) h r Zd > H
OU 0 o E �
N �, Q L W 44 H
Wwo; C al � O 13 m 0 CZ 1-1
Z mal a8n ' ,. co17 = Za ov
a .- > 0 CD - cOO It j ,'s0 a)i o Z V)
0
a • Ca a) o 4 >C O
---
co I.- o 5 W +w
W H c ooi Now � N Q 7-
c>3 = a N c c c fn _...
COU p a) "a- o . o C U 2
i. a)— c m v a N :E W = a' p
al � � 7 = EQ) 2fta NN Om 0 u�
3 IL" a) + W ,,... H
m 1 1 H N ._ o O) d c € c N Z V 1
W Z ., 1 cr c -o u) 3 a lL m 0 CI rHCe RI '1
0 � O d U o c E O" m 0 0 1
0 c64-' N i OD O W U H
= o `m .2 0 c> > " moc Wm H
O p CI
0 V) N ' o« J 2
U w c a)
0
o € W co i
} o@oaw a
y lli U - m) 5 C o ~O Ce 0 a) U co aWU o - � .... a)
rn
c` V_ m .i '> o , L .0
0
a Z - a C ,- 0 „Tw • a) 0 N
O O O a V Z7 m 0 c 0ci3 GQ i -O 0
V L N O O E .a CS) O ` �+ 1! N
O _ N O s-,. W = 0
i + v a+ V)
Z 2 Oo rn a) �= PI c O
6- (I) o € c 1.- > ) zi a) y c d CD
W v, o a) c C o C1 0t
m C L fn 1 J 0 p O C M' ( r� 0 ? !$ c w H J O Cr. c c + ' O
` ` �, o o p Z Q o 6 a °)) m � U
co
O �� .c � cu
aim
a_ Zama 0 NaiVV)i > W Ct. CE Q 0
O 'a7 y I
W to
= O > � ,U O co
0) O
CE m E N C 4 2 D c o U
° O L O a= N {} CO CC LLr7 L..
ae ° O � = — 0 asC O m C O - -
o > • Qa Sao Z ?� - E 0aac
N N -).30 +CC, m Q). f- COC °U 0 w ^0 C.
° C 2^ Q m
a) C oCO M
3
1
m C mag ` ooa = mm a, Occ .c c .2
L - o a coo
a nW Co LL • >, a om
= m of ma Z 0 � cto
CI) Qc O
pa o CD
a) I-- yL oc a • o1.
o -a - CU
c0W > o o cQoo Em ° m � e c(/ n CO cE o L .L E a) o a
03
Z N > � a fl � 'Hasa I— ao c� o <sc > c
O W = O Z 0 a ca 0 co 'O O av
H C CO 0 L . - CD an O ` c v ca 'C y a)
0 = Y L_ .L cv O > C 0 .o = O O E a) O
� No a) y °) m s' _Q of E '0 Q -� Ca:15
IX W .� E •3 0 � _ L u p7 0o c ° = o W a) 2L
CO c Cl) y = ce, LU v �i CD ? ar o. o
W 0 0 2 c 2 TA >, -0 R' CU p m N C O E CS O a a1
� Z s � - E � LJw o � a o � >o ac° onc
d n `o E '.- Cl) CO 3co
L C c w ca 0) .0 0
WCe 0 .= °tea' 3@ 2m .. 0 0 3 0 w 17as g o
ILL'
a) o oc cCE a0 .. at to a r- w m 03E — vi = (7, a
waa
co 0 co av a a)
WZ asmo ono teaco Z � w CO aEi °° 3a
� 0 aci C ai O � m co to .cam w co m = a a)
(nt- ° o � t > E (p " a) . a) a CIS .; 0 E � -o
Wa � w :Cc"
Qw � ° > E o W EL 2 > .E a) zn � c. -o
Z M a� c ° w as .c ca par E Z o " c o `o o" c ° o
C7) re Joao Oho Cl)� tro Boa c
, " a c a)2 •_ a Cl) -m0 Q., N ° o C � 3v C � � � va
> NL 03 ' a> 0 0 -- °
a E.CUZCa) a m ur) ' N 'o -orW •a) 3 = c O a G < ,0Z Q ' a) i-,
N 0_ 0 acn a co c ao
NO — O a ` ` 4W '„
m r aV as a) o X 'O O O , >,` C
= o2. coo
V Y /r O to Ha) C h tU tC .0o o c_ .N °'` ` E o
— u f6 N a) w
w Oo va c i
0 m
m ~ o C Oav a ' ' a �s .- air m � u°, o0 C° c as � 'P o c o° c
-I. 0 0 N 17 U o d (0g 0L, o L a) C Q) .N. lL E N ° - `O. RS Cr a7
O � aL 0 Qo a >.0 = w w aw ° Z � `V " U o `o 3 : a c)
_ » all p o as a o > m n cOa 3 0 °7L u ^ E
U 0 an w a) m co o O a) '° " c 2 ` ° 2 H a o m .` a) y,.C'7 U i
o � v '� � o >o 0 O a o 8 8: a"§ c Q ( Y a c o c 0 � ca
m t ° 0.... a wa) al c : 00 c° E Y , ° a er erar � an ° a) e > L. 0
di
N v_r C L p p aJ a a 3 0 3 .0 € ., p,�, O V
.�- . .a V' O .0 _0 CD 4-' av w Q 0 CZ C°) L 'V) C L .o r O = co
O. tii oa= C6 _c D_ Q10 W u=) CD
c Niv .0o > O = O0 — a.) U 30
°) 0 E 3 Et0 o m ° y Q c = :? > a° 'a) E02 ,..o ° 3 w act 15 -
wL — WU t 0 .0 E o 'ov ° nQ � o aaIIi � m OU o >
d V ° = O �, G N O av U w C ,ay., U d N N O Y V « 09 O
C H
c ° act_ WtL � 2 � � L m = C�vU � V a6 aNnOaooNcp c = , a� o
° mFoai (no .c � al03 ac) to I-- a)t:DScU0T)0ta) c6 � crii acas o0 0
W c CO a) ° an 0) ( _Q m O E rn a c
a) B ,g 0 0 Z Y y a) L a) av 2 3 c av a- = m as 2 N 0 F O c = cn h
R' gyp := E a) = a) . t . �... oinw3 ° a W � c ,_ a U) U � too o
I ... � � a) mCt m
al
a)$ 2a � o D '�c � - �Lcy an 3Eot0EE D: ma ° E a)
521 c. co ° a ) L a) '- a W � 2o_ o oL ` c . p i,.0wC EUpp O CmUCCWmOCC ° Q. Q2 cca 'O a O ' co .-. o o
Q. ° _ Qww m � Z2Qa ¢ Q mUti aWc c ww o° omcc CU ai m wWm OV � . 0 o , caa Cam cis a a g 0U coa W ,, =mEm� �
o � oo n � n � ccssW > 02oa) w- UU a) a a)E E rE 'E � E � Q oat
a > U F o ff o ° LLCa�aa.0d c 0 W .c C pa , 0 av c.i o .0 U c) L R ari I— o Cl)
, aL
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(S --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 19th day of
November , 20 15 ,for F.Y. 2016 Northeast Industrial Park Sanitary Sewer and Water
Main Extension -Contract No. 900
NOW,THEREFORE,
(a)If said Bid shall be rejected, or in the atternate,
(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 ail 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 1L day of November ,AD.201 5
P ntractors, Inc. (Seal)
Prindpat
By
resNent (Title)
1 • Travelers Casualty and S ty Company o menca
in...411 0 _(Seal)
Witness Surety
-
Witness Cin Bennett Mom -in-f ione R. Young
WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
410111. POWER OF ATTORNEY
TRAVELERSJ Farmington Casualty Company St.Paul Mercury Insurance Company
Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company
Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America
St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company
St.Paul Guardian Insurance Company
Attorney-In Fact No. 226103 Certificate No. 0 0 6 3 7 6 2 9 9
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 12th
December ��4
day of
Farmington Casualty Company St.Paul Mercury Insurance Company
Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company
Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America
St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company
St.Paul Guardian Insurance Company
. rilr
GI.SV.r f °'E 4 O �_N 9 JP�.�....q 9J 11Y9 g /�. G01!)y F I
? Sri t\ o \ �tnC B �i a oao°R4IF ¢�•. POR yo I�+ �s % ,°W
y� 9r'n'q
i 1982 o '� 1977 •awrEo W S '� f£!co" e:n ��rwewq m
'" 1951 - i .x ° (J/-'•SEAL loaf �: o y n 1a 8 w 1896
' * r? // 3- '�o`•. may, �a,5S ..... }c - .�w+A
a. ,y� awFo' �1S.ANia l ' .....'Ada er '+��° _ \..• r cJ,l AIt�'"
State of Connecticut"•"" By:
City of Hartford ss. Robert L.Raney, enior Vice President
12th December 2014
On this the day of ,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.
G,Ttr
In Witness Whereof,I hereunto set my hand and official seal. ithOTNi' `' `Q�(/` C . ..14
My Commission expires the 30th day of June,2016. * AUBUG `Marie C.Tetreault,Notary Public
C+
58440-8-12 Printed in U.S.A.
WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER
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 a
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 thi-_Company may be affixed by facsimile to any Power of Attorney or to any
certificate relating thereld 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 November ,20 15.
'Kevin E.Hughes,Assistant
m2 b ra•U.AOrt tja`�! cOS M ` +• y
rR E
UY • t
Issz A li 1977 a7PoR a!a 6�o ;I�iSC��'•pS\R1ErV..O.A�k•P•SLlV�gy (! )
ess
+6j• • Na at •.
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 A(forney-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