Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Peterson Contractors, Inc.
EZERS�N Cimunciocks lakt. BOX A REINBECK, IOWA 50669-0155 �tlC Proposa'tt FY loll GirciAlkell Lk REAP etnkas Watt' - In. C:iny CLerk 1 15 mnb trey S kAhAte 100 � IA Solo!S 1_-a s V -y. Ili 'J J� YJ�.w• 04 a' i Far Liu CITY f CLERK'S OFFICE Z' L L1O2021.i AM1$1';: 1"L .PIq.._ i A _ . 1311S% laaN\RACV6R5 BOX A AECNBECK, IOWA 50669-0155 r „ • _ CLERKS OFFICE lf ,fir �-� � J x: L 21 4 a T : .4 FY 2021 Green Relt Lake Roap Grant Project Contract No. 1042 Align Architecturo 8( Planning BID CORM TO AL DESCRIPTION 1 4 ! 5 coo ' Mobilization 2 a a� 71, coo • Piles & Headwal I 3 13a, gc7_gt Import Soil & Erosion Stone/Seeding 4 Trail Parking fi �`t�r 7ii.00 & Pier Deck � g3,e4ai. 456,01,11 I,j9 CO, 8'Li 5 Concrete 6 Hand Rails 7 Stone Stacks 8 Locations Assuming 54 Tons @ 8 Contingency Allowance $5,000.00 W 3 w W io at BAS-= BID ®.. AL J UNIT PRIC S 9 4 G i. 32 $/Ton Per Stone Stacks @ 8 Locations Placed on ADD AL RNAT = S 10 41 ICX.),ceo •cJ Encased Collars Piles with Concrete J 1 � e4so n CGS ts-CL-C*�r5 COMPANY NAME AUTHORI/ED SIGNATUE LW CO 5 3�a- s'7s- (Deo° 141 NON -COLLUSION AFFIDAVIT OF PRIME BIDDER State of J;ow& 1. He is )ss , being first duly sworn, deposes and says Owner, Partner, Officer, Representative, or Agent) , of PcLrc 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 interest, including this affiant. (Signed) • "4)0- < 1 arc-fl"1 Title Subscribed and sworn to before me this a7ig day of v1tr.LtU'�jj - - - My commission expires • Title GREG DIRKS 41, 0 _ P Commission Number MOO? OW My Commission Expires May 01, 2021 NON•COLLUSION AFFIDAVIT OF. SUBCONTRACTOR State of st,..)d- County of 73/44K F eu,..o IC. Wry is and says that: 1. He is Owner, Partner, Officer, Representative, or Agent) hereinafter referred to as the "Subc ractor;" 2. He is fully informed respecting the preparation and contents of the subcontractor's proposal submitted by the subcontractor to t?the..r6or' CovaraciorS , contract pertaining to the FY Coyn n‘Dtt.11- Lac, REAP GVaNC} T.ro project in \AJa `eon "cf% (City or County and State) ) ss: , being first duly sworn, deposes 3. Such subcontractor's proposal is genuine and is not a collusive or sham proposal; 4. Neither the subcontractor nor any of its officers, partners, owners, agents, representatives, employees, or parties in interest, including this affiant, has in any way colluded, conspired, connived, or agreed, directly or indirectly, with any other bidder, firm or person to submit a collusive or sham proposal in connection with such contract or to refrain from submitting a proposal in connection with such contract, or has in any manner, directly or indirectly, sought by unlawful agreement or connivance with any other bidder, firm or person to fix the price or prices in said subcontractor's proposal, or to fix any overhead, profit or cost element of the price of prices in said subcontractor's proposal, or to secure through collusion, conspiracy, connivance or unlawful agreement any advantage against the City of Waterloo, Iowa, or any person interested in the proposed contract; and 5. The price or prices quoted in the subcontractor's proposal are fair and proper and are not tainted by any collusion, conspiracy, connivance or unlawful agreement on the part of the bidder or any of its agents, representatives, owners, employees, or parties in interest, including this affiant. (Signed) 49 Title Subscribed and sworn to before me this de day of Uo..vi ,202t . L2 n i MI //o/tovJ Ahcistaii Title My commission expires 5 4paci.w.bP4.v 5d EQUAL OPPORTUNITY CLAUSE (As provided in Executive Order No. 11246) All contractors, subcontractors, vendors and suppliers of goods and services doing business with the City and value of said business equals or exceeds ten thousand dollars ($10,000.00) annually agree as follows: 1. The contractors, subcontractor, vendor and supplier of goods and services will not discriminate against any employee or applicant for e mployment because of race, color, creed, sex, national origin, e conomic status, age, mental or physical handicap, political opinions o r affiliations. The contractor, subcontractor, vendor and supplier will develop an Affirmative Action program to ensure that applicants are employed and that employees are treated during employment without regard to their race, creed, color, sex, national origin, religion, economic status, age, mental or physical disability, political o pinions or affiliations. Such actions shall include but not be limited to the following: a. Employment b. Upgrading c. Demotion or Transfer d. Recruitment and Advertising e. Layoff or Termination f. Rates of Pay or Other Forms of Compensation g. Selection for Training Including Apprenticeship 2. The contractor, subcontractor, vendor and supplier of goods and services will, in all solicitations or advertisements for employees, state that all qualified applicants will receive consideration for employment without regard to race, creed, color, sex, national origin, religion, economic status, age, mental or physical disabilities, political opinion or affiliations. 3. The contractor, subcontractor, vendor and supplier or his/her collective bargaining representative will send to each labor union or representative of workers which he/she has a collective bargaining agreement or other contract or understanding, a notice advising said labor union or workers' representative of the contractor's commitment under this section. EQUAL OPPORTUNITY CLAUSE PAGE 1 OF 2 PAGES 4. The contractor, subcontractor, vendor and supplier of goods and services will comply with all published rules, regulations, directives, and order of the City of Waterloo Affirmative Action Program Contract Compliance Provisions. 5. The contractor, subcontractor, vendor and supplier of goods and services will furnish and file compliance reports within such time and upon such forms as provided by the Affirmative Action Officer. Said forms will elicit information as to the policies, procedures, patterns, and practices of each subcontractor as well as the contractor himself/herself and said contractor, subcontractor, vendor and supplier will permit access to his/her employment books, records and accounts to the City s Affirmative Action Officer, for the purpose of investigation to ascertain compliance with this contract and with rules and regulations of the City's Affirmative Action Program Contract Compliance Provisions relative to Resolution No. 24664. 6. In the event of the contractor's non-compliance with the non- discrimination clauses of this contract or with any of such rules, regulations and orders, this contract may be canceled, terminated or suspended in whole or in part and the contractor may be declared ineligible for further contracts in accordance with procedures authorized by the City Council. 7 The contractor, subcontractor, vendor and supplier of goods and services will include, or incorporate by reference, the provisions of the non-discrimination clause in every contract, subcontract or purchase order unless exempted by the rules regulations or orders of the City s Affirmative Action Program, and will provide in every subcontract, or purchase order that said provisions will be binding upon each contractor, subcontractor, or supplier. 8. We, the undersigned, recognize that we are morally and legally committed to non-discrimination in employment. Any person who applies for employment with our company will not be discriminated against because of race, creed, color, sex, national origin, economic status, age, mental or physical disabilities. (Signed) (Appropriate Official) 1.-;.b 61ia (Title) EQUAL OPPORTUNITY CLAUSE PAGE 2 OF 2 PAGES -27- a� (Date) EQUAL OPPORTUNITY CLAUSE PAGE 3 OF 2 PAGES (Form CCO--4) Rev 06-20-02 slop .w tzoogns 0 V ID 0 papa~ 1],o") 1� Y m m w C t 1 �yl C0 i - Fri �0 i r■ Y 0 0 0 Q� Mtn r Fn 0 i tAi w 0 v r ?D tn' raj O a U 2 FAT ©' • ca :a .+. (n a • el 0 0 0 0 cecE KID c n - co cn CD CD 0) U 0) SJ (D U rat r33 P. i/ .-7 V ! vasr co e-th o • U u) 0 CD0 1) a cu 0 r (D 0 0 a 0 0 4.3 l 2 1V 0 i 0 /13 RI 0 a U 0 t< co co t0�) V • ' 1 ((1D) 0 ID U a 0 te, 6.3 O in' sseu!sfE ElaM/d9 0_ a Imo; c rt a U �) r 0 A� Y Ci ID 0 o O O COv CO M r-a 1 —.‘"300_--. N (i) O, oio CD cli O C9 ‘-‹ ra E=► Cr U 0 0 5 (0 ri 0 lJ� ;a Fir c0 G 0, 5-2 0 i 0 CO )MTh 13 r w C Cc L Contractor Signature: 9 G3 uu Fri (7)' DO © 6 (i) re 11 ® 23 rCle o c I O S -Qi 771. �/^l CC1 Y�� a, 7' 4 cD °=1 ca V) � h W da { U er._;‘ -63 f O C 0 o Fr *4, 5- rn � �ry c'd 0) r w cr PO Prime Contractor Name: n Co win x fni ?(.2 '1 0 03 r : _ co c -u al 00 0 0 (kin x rn r Aj E V ttt. I/l.(it/. lal ADDRESS REPLY TO: 104 Blackhawk St P. O. Box A Reinbeck, Iowa 50669 PETERSON CONTRACTORS, INC. Build with the Best Heavy & Highway Contractors Reinbeck, Iowa 50669 Phone: 319-345 2713 Fax: 319-345-2658 www.petersoncontractors.com Greenbelt Lake REAP Grant Project MBE/WBE Business Enterprise To Whom it May Concern, PCI contacted several MBE/WBE contractors and all were either not competitive in pricing or not interested in pricing the work. Due to these circumstances PCI has not included any MBE/WBE contractors or suppliers in our proposal. PCI did make a good faith effort in trying to acquire competitive quotes on this Greenbelt Lake REAP Grant Project. Thank you, Lucas Derifield Project Manager 1-28-2021 BID BOND FY 2021 GREENBELT LAKE REAP GRANT KNOW ALL MEN BY THESE PRESENTS, that we, Peterson Contactors, 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 (5%) of the Total 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 28th day of _ January , 2021 , for FY 2021 Greenbelt Lake Reap Grant Project, Contract No. 1042, Waterloo, IA 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 8th day of December , A.D. 2020--- • (Seal) Wi Witness Dione R. Youn f. Principal Pete o cone . iorsO--Inc tL_ E e (Title) president Travelers Casualty and Surety Company of America Seal Surety By 1 ' Anne Crowner N'RAP%Ir LEInlS T hiaunievs Casun llty nhul SAll veld Ca o 6-u p hil of t m oNca Stu Pull rive bvnrnn = riMallr'kiC2 COGuBf 3JDJ POWER OF ATTORNEY KNOW ALL EVIEN BY THESE IESE 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. .„tivau�e? h� -�v corn. j e N, ina,...„6•03/4.4t State of Connecticut By: City of Hartford ss. 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 .� tyt' — it'•. IJQMAY �fu NIJ? .IG -tar 2 4E0 1. reituovirt- Robert L. Raney/ Senior Vice President Anna P. Nowik, Notary Public 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 Oth day of December , 2020 • edge* fa -- Kevin E. Hughes, Assistant Secretary To verify the authenticity of this Power of Attorney, please call us at 1-8o0°421-3880, Please refer to the alcove -named Attorney -in -fact and the details of the bond to which this Power of Attorney is attached.