HomeMy WebLinkAboutPeterson Contractors, Inc.__N„) (7J
rTh
rn
c4qA
0
r'
a
•
0
O
0
I
u1
EkUkriA
'a011RNC\OR5
Ut BOX A
REINBECK, IOWA 50669-0155
z_Ot�6S i\ L—
�( 20e2i4 KIK)G\SUe-( Pcva gECCSM
Coi\r-cf(is, CT-
tcCE2LCSo
\\Ob
FORM OF BID OR PROPOSAL
F.Y. 2024 KINGSLEY AVENUE RECONSTRUCTION PROJECT
CONTRACT NO. 1100
CITY OF WATERLOO, IOWA
Honorable Mayor and City Council
Waterloo, Iowa
Gentlemen:
1. The undersigned, being a Corporation existing under the laws of e State of
a Partnership consisting of the followingpartners: -(-f0C
, 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. 2024 KINGSLEY AVENUE
RECONSTRUCTION PROJECT, Contract No. 1100, all in accordance with the above -listed documents and for
the unit prices for work in place for the following items and quantities:
FY 2024
KINGSLEY
AVENUE
RECONSTRUCTION
PROJECT
CONTRACT
NO.1100
ITEM
BID
SPECIFICATION
SUPPLEMENTAL
SUDAS
*SEE
DESCRIPTION
UNIT
KINGSLEY
AVE
QTY
UNIT
BID
PRICE
TOTAL
BID
PRICE
DIVISION
2
-
EARTHWORK
1
2010-108-D-1*
TOPSOIL,
4
INCHES,
ON
SITE
SY
1,798.0
$ a.
$ 3596
.!
2
2010-108-D-3*
TOPSOIL,
4
INCHES,
OFF
SITE
SY
2,197.0
$ 3.
-
$ 21404
.-
3
2010-108-E
*
EXCAVATION,
CLASS
10
CY
2,115.0
$ 3
.--
$
(Q3(151
4
SEE
EST.
REF.
EXCAVATION,
CLASS
10,
WASTE
CY
2,115.0
$ lP
42--
$ 13strict
..,,,
.
5
2010-108-F
*
EXCAVATION,
GRADE
CLASS
10,
BELOW
CY
698.0
$ 3%3
Q
0'
o
$ S5.
6
2010-108-1
*
SUBGRADE
GEOTEXTILE
TREATMENT,
OR
GEOGRID
WOVEN
SY
4,175.0
$
2
$ 13564'
/S
7
2010-108-J
SUBBASE,
MODIFIED,
12
INCH
SY
4,175.0
$ ko
r
$
(At l`
e--5
SUBTOTAL
EARTHWORK
=
$ Nyg, QsS,
DIVISION
DRAINS
-
4
STORM
-
SEWERS
AND
8
4020-108-A
STORM
2000D,
SEWER,
12
INCH
TRENCHED,
RCP
LF
89.5
$
_
a
$
I
/
i
3� `
9
4020-108-D
REMOVAL
LESS
THAN
OF
OR
STORM
EQUAL
SEWER,
TO
36
INCH
RCP,
LF
31.6
$ 40'
//,,?
$ UJZ •
10
4020
108-D
REMOVAL
SUBDRAIN
OF
,
4
STORM
INCH
SEWER,
LF
2,154.0
5qp
$ ..
$ 36�q.
11
4040-108-A
SUBDRAIN,
TYPE
SP,
6
INCH
LF
2,459.0
$
/0
g
$ 25 !204
, -
12
4040
108-D
SUBDRAIN
6 INCH
OUTLET
TO
STRUCTURE,
EACH
45.0
$ 2,7s,
$ i
2/57C(
FORM OF BID
CONRACT NO. 1100
Page 1 of 4
13
4040
108E
*
STORM
SP,
4
INCH
SEWER
SERVICE
STUB,
TYPE
LF
120.0
$ ��
% S�b
$
SUBTOTAL
SEWERS
AND
DRAINS
- STORM
=
$
C.e,
I 1
(,p 5\ t
DIVISION
AND
APPURTANCES
5
-
WATER
MAINS
$
$
44
SEE
EST.
REF.
EACH
4.0
ROADBOX
15
SEE
EST.
REF.
WATER
SERVICE
KILL
EACH
2.0
$
(,QUO,
$ % '--
SUBTOTAL
WATER
MAINS
AND
APPURTANCES
=
$ J 3e04r
DIVISION
FOR
SEWERS
SANITARY
6
-
STRUCTURES
AND
STORM
16
6010-108-A
MANHOLE,
SW-401,
48"
EACH
1.0
$ 3&06I
$ 30664-
17
6010-108-B
INTAKE,
SW-501,
SINGLE
GRATE
EACH
2.0
$ CQcam'
$ /2IGtz4
$ 705-61.-
$ /$T,300r"r
18
6010-108-B
INTAKE,
SW-505,
DOUBLE
GRATE
EACH
2.0
19
6010-108-E
SANITARY
MINOR,
SW-301
MANHOLE
ADJUSTMENT,
EACH
4.0
%2 SQ
$
$
20
6010
108E
STORM
MINOR,
MANHOLE
SW-402
ADJUSTMENT,
EACH
3.0
$ i/CQ,
-
$ ?4/S0I
21
6010-108-E
01AKE
ADJUSTMENT,
MINOR,
SW
EACH
10.0
$ �Z%�
$ a- 775
!_
22
6010-108-E
INTAKE
505
ADJUSTMENT,
MINOR,
SW-
EACH
4.0
/ g O
,
,
$
$ 7cia
23
6010-108-E
INTAKE
507
ADJUSTMENT,
MINOR,
SW-
EACH
2.0
WOM
-
r
I
$
$ 3
24
6010
108
F
MANHOLE
SW-402
ADJUSTMENT,
MAJOR,
EACH
1.0
s
$ 2 coo '
$ 2 �6'
25
6010-108-G
*
CONNECTION
MANHOLE
OR
TO
INTAKE,
EXISTING
SUBDRAIN
EACH
37.0
-
-
_
$ 37S `
$ /5, $7S'
26
6010-108-G
*
CONNECTION
54"
STORM
TO
EXISTING
PIPE,
EACH
2.0
$ g5a
'
$ /-7Y)'
--
SUBTOTAL
STRUCTURES
FOR
SANITARY
AND
STORM
SEWERS
=
$ $G i
375
?
DIVISION
RELATED
WORK
7
-
STEETS
AND
27
7010-108-A
*
PAVEMENT,
C
4,
CL
3
AGG
PCC,
7
INCH,
C-SUD
OR
SY
$ IG7+
0
D
17,
d
3,667.0
$ ��
28
IA
9999008
-DOT
2599-
*
('POUNDS'
MACRO
FIBERS
ITEM)
FOR
SYNTHETIC
PCC,
5
LBS
/ CY
LB
3,620.0
$
! '2-
(de-
$ t2 I
pZ,
,--
29
7010
108
I
*
PCC
TESTING
PAVEMENT
SAMPLES
AND
LS
1.0
$ 4/SCii,
$
-06
,
30
11,050-108-A
CONCRETE
WASHOUT
LS
1.0
$ /00
j, �
$ /Uoo
SIDEWALKS,
PATHS
AND
DRIVEWAYS
SHARED
USE
31
7030-108-A-1
REMOVAL
OF
SIDEWALK
SY
268.5
$
(p , '
�S
$
17ys
32
7030-108-A-3
REMOVAL
OF
DRIVEWAY
SY
290.3
$
(D , Sa
$
9S
i0g6
,
33
7030-108-E
SIDEWALK,
PCC,
4
INCH,
C-4
SY
120.1
$ et0
4
$ `72�(Q
4(1
34
7030-108-E
SIDEWALK,
PCC,
6
INCH,
C-4
SY
161.1
$
uoj• _
$
$ )5
9907,
(asp;�
‘
35
7030-108-G
DETECTABLE
WARNINGS
SF
240.0
$
(ps --
36
7030-108-H-1
DRIVEWAY,
4
PAVED,
PCC,
5 INCH,
C-
SY
290
3
$
I �t1
4 t1,
$ �
-
Q�
37
7030-108-H-3
DRIVEWAY,
GRANULAR
TON
2.9
$ (coTT
$
L7g51,
FORM OF BID
CONRACT NO. 1100
Page 2 of 4
PAVEMENT
REHABILITATION
38
7040-108-H
*
PAVEMENT
REMOVAL,
CONCRETE
SY
3,667.0
$
62
$ 221 002
-
.4-
SUBTOTAL
STREETS
AND
RELATED
WORK
=
$ 2g
11342.
r
DIVISION
MARKINGS
CONTROL
8
AND
-
PAVEMENT
TRAFFIC
39
8030-108-A
TEMPORARY
TRAFFIC
CONTROL
LS
1.0
$ c-t r
$ zcoo •
SUBTOTAL
PAVEMENT
MARKINGS
AND
TRAFFIC
CONTROL
=
$ Za5v ro
DIVISION
LANDSCAPING
9
-
SITE
WORK
AND
SEEDING
40
9010-108-B
*
HYDRAULIC
FERTILIZING
1
SEEDING,
AND
MULCHING
SEEDING,
- TYPE
SY
2,197.0
Gf
tj
SO
$ /
1 -
$ 30-7S-
41
9010-108-E
*
WARRANTY
SY
550.0
$ i
, 90
$ l 70
, M
EROSION
CONTROL
AND
SEDIMENT
id
$
$ 610.
42
9040
108-Q
2
EROSION
HYDROMULCHING
CONTROL
MULCHING,
SY
2,197.0
43
9040-108-T-1
*
INLET
INSTALLATION
PROTECTION
DEVICE,
EACH
20.0
$ )60i
$ 30e50,
T
44
9040-108-T-2
*
INLET
MAINTENANCE
PROTECTION
DEVICE,
EACH
20.0
$ 251
$ Sp4
i
SUBTOTAL
SITE
WORK
AND
LANDSCAPING
=
$ g,
9
: o
DIVISION
MISCELLANEOUS
11
-
45
11010-108-A
CONSTRUCTION
SURVEY
LS
1.0
$ 5tCO
$ S-S7-9D1`
46
11020-108-A
MOBILIZATION
LS
1.0
$ Z.5-1 coo
$ ZS we,
-
SUBTOTAL
MISCELLANEOUS
=
$ S/,U
0
;----
TOTAL BID $ (1P, )5Z
• l
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
.52 ar
in the form of eta -Rao , is submitted herewith in accordance with the
INSTRUCTIONS TO BIDDERS.
Cgi to atc_
Dollars ($
5. Attached hereto is a Non -Collusion Affidavit of Prime Contractor.
FORM OF BID CONRACT NO. 1100
Page 3 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.
2
Date
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.
ijC faq
� ������ Dat
( )
BY:
(Nf rr,e of &tide
Official Address: (Including Zip Code):
jog (Kt A-m_e-W\uoNL_
I.R.S. No. 12-01-a_Hps---ti
Title ern mot --refit_
FORM OF BID
CONRACT NO. 1100
Page 4 of 4
NON -COLLUSION AFFIDAVIT OF PRIME BIDDER
State of4-0-w-A )
County o
)ss
Lkustc___ )
, being first duly sworn deposes and sa that:
He is (Owner, Partner, Officer presentativ r Agent) , of r 7 Ut\I ci'5
, the Bidder that has s ba iThifted 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
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) I!-
e-5 Afvt-s\--trig___ EP(
Title
Subscribed and sworn to before me this f71-K day of M((Vc4 . , 202 `4
q/Cittij
Gt,A4 E6-1- -Naczttive4
U Tile
My commission expires I
�•A,`''� JENNIFER R. WISSLER
2• : Commission Number 761292
My commission Expires
owp January 4, 2025
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 employment because of race, color, creed, sex, national origin,
economic status, age, mental or physical handicap, political opinions or 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 opinions 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.
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)
agiu
(Title) ( ate)
Bidder Status Form
To be completed by all bidders
Please answer "Yes" or "No" for each of the following:
Yes
❑ No
RIYes ❑ No
Q'Yes ❑ No
'Yes ❑ No
VYes❑No
Part A
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).
My company has an office to transact business in Iowa.
My company's office in Iowa is suitable for more than receiving mail, telephone calls, and e-mail.
My company has been conducting business in Iowa for at least 3 years prior to the first request for
bids on this project.
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 Paris C and D of this form.
To be completed by resident bidders
My company has maintained offices in Iowa during the past 3 years at the following addresses:
Dates: (I- / Z2 /116to
Dates: _
Dates: /
You may attach additional sheet(s) if needed.
Part B
Address: 10O-- -kat\L S*
City, State, Zip: -11.! in ` 'si-- 130L3(49
/ to / / Address:
City, State, Zip:
/ to / / Address:
City, State, Zip:
To be completed by non-resident bidders
1. Name of home state or foreign country reported to the Iowa Secretary of State:
Part C
2. Does your company's home state or foreign country offer preferences to bidders who are residents? ❑ Yes ■ 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
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.
C
Firm Nance: , '%� .�. .1-. `1
( C � / 2
Signature: (-� t, •: (� �` �__
Date:
noR/Hr
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 02-14
Worksheets 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.
✓XYes 0 No
❑Yes rNo
❑Yes (]No
VfYes ❑No
❑Yes [ No
My business is currently registered as a contractor with the Iowa Division of Labor.
My business is a sole proprietorship and I am an Iowa resident for Iowa income tax purposes.
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.
My business is an active corporation with the Iowa Secretary of State and has paid all fees
required by the Secretary of State, has filed its most recent biennial report, and has not filed
articles of dissolution.
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, has filed
its most recent biennial report with the secretary of state, and has neither received a certificate of
withdrawal from the secretary of state 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.
❑ Yes Q-No
My business is a limited liability partnership which 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 Rio My business is a limited partnership or limited liability limited partnership which has filed a
certificate of limited partnership in this state, and has not filed a statement of termination.
Yes
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 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 al�o My business is a limited liability company whose certificate of organization is filed in Iowa and has
not filed a statement of termination.
❑ Yes 1 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.
309-6001 02-14
MBE/WBE BUSINESS ENTERPRISE
PRE -BID CONTACT INFORMATION FORM
P rime Contrrctor ame. E-TEr2Sa-)\i
P roject:
N O 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 feasible with this project. If any MBE/WBE
subcontractors will be used, • -.se , e the bpttgm portion of this form.
Contractor Signature:
Title: t s
Date:
S UBCONTRACTORS 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 may 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 Rudy Jones, 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
Subcontractors
MBE/WBE
Contacted
Dates
Yes/No
Contacted
Dates
Yes/No
Dollar
Amount
be
Subcontracted
Proposed
to
3
es
3
b
`lc%
4
6215
cD ,
C . Gyev
52
'43\
•
S___e_AJI:e.„
St
vl Al
Y65
16
‘ I
OCR -
R04-6*
Cotorekc
-T=-'
Rb
�....
40
ALE
(Form CCO-4) Rev. 06-20-02
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 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 7th day of March
2024 , for FY 2024 Kingsley Avenue Reconstruction Project in the City of
Waterloo, Iowa; Contract No. 1100
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 matenals 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 22nd day of February , A.D. 2024
Witn
Witne•s Sara Huston 1117
Petersen Contractors, Inc. (Seal)
Principa1
c\C-CC
(Title)
president
Travelers Casu • ity ant Surety Company of Ameygeal)
Attorney -in -fact
Anne Crowner
•' HARTFORD,
r."` CONN.
C N_ .
TRAVELERS .
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
n.4,'nFI _$4
..,1 I l,dl6
Robert L. Raneenior 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 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 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 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 22nd day of
February 2024
Kevin E. Hughes, Assistant Secretary
To verify the authenticity of this Power of Attorney, please call us at 1-800-421-3880.
Please refer to the above -named Attorney(s)-in-Fact and the details of the bond to which this Power of Attorney is attached.