Loading...
HomeMy WebLinkAboutPeterson Contractors, Inc.1 o) 0 Ul Ul • Wrilk 7:1011W06 UK. BOX A REINBECK, IOWA 50669-0155 Solck7a qatl1/4 c?Notu\DIPiezick)...s Gay to F-Z97 a� e tiCLO0 III- FORM OF BID SOUTH STREET AND WEST 9TH STREET MINI -ROUNDABOUT Iowa DOT Project Number: CS-TSF-8155(777) 85-07 City Project Number TOF-297 CITY OF WATERLOO, IOWA Honorable Mayor and City Council, Waterloo, Iowa The undersigned, being a Corporation existing under the laws of the State , a Partnership consisting of the following partners: eaid_xv-QAc-tist 1 t4C.. , having familiarized (himself) (themselves) (itself) with the plans and specifications as well as all other contract documents listed in the Table of Contents and Addenda (if any), now on file in the office of the City Clerk, City Hall, Waterloo, Iowa, proposes to construct and build SOUTH STREET AND WEST 9TH STREET MINI -ROUNDABOUT, all in accordance with the above -listed documents for the prices listed below: ITEM ITEM CODE DESCRIPTION UNITS QUANTITY EST. UNIT PRICE TOTAL PRICE 1 2010-A-0 Clearing and Grubbing UNIT 184 AO „7 30 %— 2 2010-D-3 Topsoil, Offsite CY 112 ' 3 2010-E-0 Excavation, Class 10 CY 500 -- 4 2010-G-0 Subgrade Preparation, 12" SY 2835 .l 1-1252 SP • 5 2010-H-0 Subgrade Treatment, Geogrid SY 2439 3 ,_ '1.3 V1 6 2010-1-0 Subbase, Modified, 6" SY 2439 -- 3 sok2-4 7 4020-A-1 Storm Class III,15" Sewer, Trenched, RCP LF 186 IW' — I(60j62CO`_ 8 4020-A-1 Storm Class III, Sewer, 18" Trenched, RCP LF 64 — &ni 105 4 9 4020-D-0 Removal 30"or Less of Storm Sewer, RCP, LF 177 )0` "7 I"7Ot es 10 4040-A-0 Subdrain, HDPE, 6" LF 702 15 jo,GJ3O:` 11 4040-D-0 Subdrain Connections, Outlets HDPE, and 6" EA 16?� Zoni 12 5020-G-0 Valve Box Replacement EA 5 L250C 13 5020-C-0 Fire Hydrant Assembly EA 1 ,— lr�ti hlt � C 14 5020-G-0 Utility Adjustment EA 1 5350-: SSD% 15 5020-1-0 Fire Removal Hydrant Assembly EA 1 l 2.501 1250 16 6010-A-0 Manhole, SW-401, 48" EA 2 r 1 C: sae% �'1 17 6010-B-0 Intake, SW-501 EA 1 Seco' 55Mi FORM OF BID South Street and West 9th Street Mini -Roundabout CS-TSF-8155(777)-85-07 I City Project No. TOF 297 1 1213950 PAGE III-1 18 6010-B-1 Intake, SW-505 EA 4 •itOt 501.. 19 6010-E-0 Manhole Adjustment, Minor EA 2 I \Sr > Z 3co'y 20 6010-H-0 Remove Manhole EA 3 21 6010-H-0 Remove Intake EA 4 , ion - /Goon r 22 7010-A-0 Pavement, PCC, 9" SY 1733 lG\7 t 5I-1Z31`_ 23 7010-A-1 Pavement, Colored PCC, 9" SY 648 12� c� SS , q •7�;" ,2ss 1J 24 7010-1-0 PCC Testing Pavement Samples and LS 1 laDo 7 /Coo ,.. I 25 7020-B-0 Pavement, HMA, 9" SY 58 ids ‘ (0oq6 ,-e 26 7030-A-0 Removal Use Path of Sidewalk / Shared SY 325 /0 a SZS-6' 27 7030-A-0 Removal of Driveway SY 105 /0 I^ /Qso' /1 6 fo -- +- 28 7030-E-0 Sidewalk, PCC, 4" SY 172 67 V 29 7030-E-0 Sidewalk, PCC, 6" SY 145 .� 2 ' ia� 4 /,, �- `70 30 7030-G-0 Detectable Warning SF 128 31 7030-H-1 Driveway, Paved, PCC, 6" SY 80 32 7040-H-0 Pavement Removal SY 1710 2.5 12 0 33 8020-B-0 Waterborne Markings Pavement STA 10 I 7.-0 12CO% 34 8020-E-0 Thermoplastic Pavement Markings Preformed STA 2 ',` " ` t; (.Q5b i 35 8030-A-0 Temporary Traffic Control LS 1 36 8040-A-0 SF 166 Zebra 3.10 Type A Sign, Sheet Aluminum 37 8040-B-0 Steel Gauge 2" Square X 2" Perforated Tubing Post 14- LF 240 ' 1 5 38 8040-C-0 Removal of Signs and Posts EA 5 %010 - S 39 9010-B-0 Hydraulic Fertilizing, 1 Seeding, and Mulching, Seeding, Type AC 0.14 /Jf�i 2 IO, 40 9010-D-0 Watering MGAL 21 `325." (0g`LS; 41 9040-D-1 Filter Sock, 9" LF 636 3. yg 2104 219 42 9040-D-2 Filter Sock, Removal LF 636 ,25 -1q5' !, 43 9040-T-1 Inlet Sock Protection Device, Filter EA 5 185' q 25 • 44 9040-T-2 Inlet Maintenance Protection Device, EA 5 •35 _ 1 i5 r 45 9085-SP-1 Removal and Reinstallation of LS 1 'TO' gele" 46 9090-SP-1 Roadway Lighting EA 1 � 2� v 1 �p: E3Z,om' FORM OF BID South Street and West 9th Street Mini -Roundabout CS-TSF-8155(777)-85-07 I City Project No. TOF 297 11213950 PAGE III-2 47 11,010-B Monument Replacement Preservation (By City) and N/A N/A N/A N/A 48 11,020-A Mobilization LS 1115/0' ,. ea) r 0; 49 11,050-A-0 Concrete Washout LS 1 TOTAL BID 5'061398.2 Total Bid Price in Writing:/ (ZL/s' 54 d ied A) g�V'tf-45 / !��.Yl/� l /l�'� Dol ars 'L o Total Bid Price: $ 5-aa 3 q�. (numbers) 1. 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 notice of the acceptance of this bid is mailed, emailed, faxed, 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 within ten (10) days after the agreement is presented to him. 2. The bidder has received the following Addendum or Addenda: i. Addendum No. l Date /2 /8 ZZ 3. The City reserves the right to reduce project size prior to the award of a contract due to budgetary limitations. 4. The City reserves the right to select a bid that is most advantageous to the City, price included. (Mectie• I a 1 IS (Narpe,of Bidder) J� (Date , BY: 1 TitleA-77/144t Official Address: (Including Zip Code): 104 ` eACLCAC1n U t ntoecy_ sypCnq I.R.S. No. �- CP 2 i CQS 4 FORM OF BID South Street and West 9th Street Mini -Roundabout CS-TSF-8155(777)-85-07 I City Project No. TOF 297 11213950 PAGE III-3 IV- NON -COLLUSION AFFIDAVIT OF PRIME BIDDER STATE OF ) SS COUNTY OF , (1) He is (2) , being first duly sworn, deposes and says that: of ?Orrisatk. (Owner, Partner, O ffice resentat, Agent, Other (explain) �•-- -L,�L. , the Bidder that has submitted the attached bid. (3) He is fully responsible for the preparation and contents of the attached Bid and of all pertinent circumstances respecting such bid. (4) Such Bid is genuine and is not a collusive or sham Bid. (5) Neither the said Bidder nor any of its officers, partners, owner, agents, representatives, employees, or parties in interest including this affiant, nor any employee or official of the City of Waterloo, Iowa, or the Owner of the property interested in the proposed contract. (6) 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, employers, or parties in interest includ'ng t is affjnt, or by any employee or official of the City of Waterloo, Iowa. Signed: Title: ;r7,ct,t-7zr,C gm scribed apd sworn to me by Ma44 BOh (eh before me this 1&ay of Deathr2022. C W Notary Public in and for 4/ilkh- County, Iowa. JENNIFER R. WISSLER Commission Number 761292 • My Commission Expires owl' January 4, 2025 NON -COLLUSION AFFIDAVIT South Street and West 9th Street Mini -Roundabout CS-TSF-8155(777)-85-07 I City Project No. TOF 297 11213950 PAGE III-1 a) d O 0 3- 0 (B c 0 c 0 a) L L a) Q 12 a) m .Q -0 a) a) Q 0 0 a) LO f CL O o O 0 0 (moo C uU -O c co c 0 0) co o to co a) -a w a) CO D a) .Q O 0) . § 0) -0 W co E _ L E 0 -0 4=t .1 Y o (0 L a) E (n 0 O D (n co (0 co O Q. (0 a) D a) - cn ..c -0y Y a) 1. 0 u) \3o co D,^^ _ aO O 3 D co -00 u) co 0 co "0 I— .—• (0 5 . -. Y T ❑ Q Y 0 o O m co -5 O) CK iii ~ Q -Q) D_Q (� CL z a)co UJO 2cco ❑ U Y ❑ o a) m 20 OF- U) E 0 w T. c = Z C (o co FA o o Zm wco r O ( QJ c v 2� c u) i a) 3 c O CD co co zal a) O Q °) ml— c co H Y1` L W Y E O o o L o c c : W 0 co "0 (o c > N CO E 0_ O O 0) N 2 O O c In O O -a_ o CC/L Q) CO(� U) co E o D (n O CSa)Y aj a)U_ L ) O c 1- O Ca. a)O o (0 a) L Y (0 13 _cE 0 — N c co 0 c 0 - P vs0 to (o a) O Y ?' o Q rt�1 ° w L T O % Y +- >o '- a) a) W O o c Eon 0 c o z a) Business contact 0 a) 0) 1- 0 0) c L0 0) 0 -c c 0 c O QUOTATION USED IN BID YES/ DOLLAR AMT. PROPOSED NO TO BE SUBCONTRACTED ot o 4 V --ki, (S. r QUOTES RECEIVED YES/ DATES NO CONTACTED zr DATES CONTACTED . (5- m mF- SUBCONTRACTOR 1 c> b Q 4<t) C Pj \g!I U 11 0) 0 a) .O Q 0) L c 0 /co V/ l- _O "O a) 0 0 Y c O n o) w a) Z — W o J Q- J o Q Q 0 Ltd w 13 To c o— Q South Street and West 9t Street Mini -Roundabout 0 Ln m ri N CS-TSF-8155(777)-85-07 I City Project No. TOF 297 V- BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, principal, and Travelers Casualty and Surety Company of America Peterson Contractors, Inc. , as , as surety we held and firmly bound unto the CITY OF WATERLOO, Iowa. 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 15th day of December 2022, for the South Street and West 9th Street Mini -Roundabout Project (Iowa DOT Project No. CS-TSF-8155(777)-85-07. 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/her 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 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 city in liquidation of damages sustained if 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 city 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 officers this 6th day of December , A.D. 2022. Peterson Contractors, Inc. P 'vtpal •=-AQA_ILAR. V , y � �� . i -Tale) (Seal) Witness president Traveler sualty d Surety Company of America (Seal) Su t orney-in-Fact Anne Crowner BID BOND South Street and West 9th Street Mini -Roundabout CS-TSF-8155(777)-85-07 I City Project No. TOF 297 11213950 PAGE V-1 TRAVELERSJ Travelers Casualty and Surety Company of America Travelers Casualty and Surety Company St. 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(s)-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 21st day of April, 2021. State of Connecticut By: City of Hartford ss. On this the 21st day of April, 2021, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of each of the Companies, 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, 2026 Robert L. Rane 7 enior Vice President l4 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 each of the Companies, 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 Presideni, 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 Attomey 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 each of the Companies, 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 6th day of December 2022 etet Kevin E. Hughes, Assistant Secretary To verify the authenticity of this Power of Attorney, p/ease call us at 1-800-421-3880. Please refer to the above -named Attorneys) -in -Fact and the details of the bond to which this Power of Attorney is attached.