Loading...
HomeMy WebLinkAboutPeterson Contractors, Inc. Revised Per Addendum No.1 -10/23/13 FORM OF BID OR PROPOSAL 4TH STREET BRIDGE SLOPE PROTECTION AND RIVERWALL REPAIRS CITY OF WATERLOO,IOWA CITY CONTRACT NO.855 Honorable Mayor and City Council Waterloo,Iowa Gentlemen: 1. The undersigned,being a Corporation existin under the laws fthe State of IOW*' , s: Pie: / j,t)(_j,re490, 'jC , having familiarized ( i�se�self)(themselves)( -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 AECOM 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 4TH STREET BRIDGE SLOPE PROTECTION AND RIVERWALL REPAIRS,CONTRACT NO.855,all in accordance with the above-listed documents and for the unit prices for work in place for the following items and quantities: 4TH STREET BRIDGE SLOPE PROTECTION AND RIVERWALL REPAIRS CONTRACT NO.855 BID UNIT BID ITEM DESCRIPTION UNIT EST. QTY. PRICE TOTAL BID PRICE; I Mobilization LS 1.0 $ $ 2 Pavement Removal SY 271.0 $ $ 3 Riverwall Removal and Replacement LS 1.0 $ $ 4 Riverwall Repairs SF 140.0 $ $ 5 Concrete Slope Protection SY 271.0 $ $ 6 Granular Subbase SY 271.0 $ $ 7 Subdrain,Longitudinal,4-Inch Diameter LF 110.0 $ $ 8 Subdrain,Longitudinal,6-Inch Diameter LF 25.0 $ $ 9 Flap-Gate,4-Inch Diameter Each 1.0 $ $ 10 Steel Handrail LF 110.0 $ $ 11 Concrete Sealer SF 3,450.0 $ $ 12 Handrail Removal LF 110.0 $ $ FORM OF BID CONTRACT NO.855 BF-1 of 3 60287085 Revised Per Addendum No.1 -10/23/13 BID UNIT BID ITEM DESCRIPTION UNIT EST.QTY. PRICE TOTAL BID PRICE 13 Removal of Sidewalk SY 135.0 $ $ 14 Sidewalk,PC Concrete, 5-Inch SY 135.0$ $ TOTAL BID $ /rhf 6y3().5?;' 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. 4triielfe6 geeNee00/i✓ 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)daysel� after"Notice to Proceed" is issued. 4. Security in the sum of S OfC SID Dollars ($ )in the form of , ewo , 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 ( ), 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 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. A. / Date i%L37/3 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. FORM OF BID CONTRACT NO.855 BF-2 of 3 60287085 PETERSON CONTRACTORS, INC. 104 Blackhawk Street P.O. BoxA Reinbeck, Iowa 50669 www.petersoncontractors.com Phone: 319-345-2713 Fax: 319-345-2991 BID PROPOSAL FOR: 4TH STREET BRIDGE SLOPE PROTECTION AND RIVERWALL REPAIR-CO ITEM# DESCRIPTION UNIT TYPE QUANTITY UNIT PRICE TOTAL AMOUNT 1 MOBILIZATION LS 1.000 22,000.00 22,000.00 2 PAVEMENT REMOVAL SY 271.000 11.50 3, 116.50 3 RIVERWALL REMOVAL AND REPLACEME LS 1.000 58,500.00 58,500.00 4 RIVERWALL REPAIRS SF 140.000 140.00 19,600.00 5 CONCRETE SLOPE PROTECTION SY 271.000 115.00 31, 165.00 6 GRANULAR SUBBASE SY 271.000 32.50 8,807.50 7 SUBDRAIN LONG 4 INCH DIA LF 110.000 15.50 1,705.00 8 SUBDRAIN LONG 6 INCH DIA LF 25.000 20.00 500.00 9 FLAP-GATE 4" DIAMETER EACH 1.000 1,000.00 1,000.00 10 STEEL HANDRAIL LF 110.000 172.00 18,920.00 11 CONCRETE SEALER SF 3,450.000 1.00 3,450.00 12 HANDRAIL REMOVAL LF 110.000 8.25 907.50 13 REMOVAL OF SIDEWALK SY 135.000 7.00 945.00 14 SIDEWALK PC CONCRETE 5 IN. SY 135.000 52.00 7,020.00 TOTAL BID AMOUNT: $ 177,636.50 PETER N *ACTORS, INC. 0 t._ \.) October 28,2013 Revised Per Addendum No.1 -10/23/13 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. Arle ('N,7?,4crrr�s /ivc /0_263—/ (Name of Bidder) (Date) BY: Title 1fi- r_ Official Address: (Including Zip Code): 49ItSt., A sT- iatk.e . I� 5066 y I.R.S.No. 4Z—d9Z1(S'¢— FORM OF BID CONTRACT NO.855 BF-3 of 3 60287085 o = a cl 3a) I aa a as -o 0U a) C �D . C , •x M4U ! _a °ao \ ,: � NI � ol o v o 0 w ._w o w a 3 N 0. O 34,O b :iv, O •I. ). uc 0 0 � "0 51 0 a oO` 'd^O ,� O •- :C.) 0 .e _ U U ¢, 174 Cr U U y A c O Q • T I. 0 .Y a0+ O bq O U O o > ¢ on p U CU W ° y o U .3 U o "'% v1 " a Q. .o C a) ° na W U 5j oq•vii co V) ¢ 0 o U Hoa yo a 0.., 0 o ti c •° o 4- C4F W .9.. •9 0 = E •5 W Z o J Ca ° a y � LIO n - Aa W co o w o o C7 � d U Z ; C a v, Z a y n Z " o c t- a) G v 9 o )q = -4. o •-' a) 2,.; OOz W ca. k-, ° � a � T� is v A \ W F 9 > w x' ° W .Y.Y� w O 3 •III = o o a. > ° a 0 O o O 4 wA a 3 o � ° . °a Fz aIt\A 1 . CO 0- � W 4. 7 •. CU E Q � co CU W •v N ° 0 '5' -° 4.a b o �. _ al � O W\ . ° Nt H a) i y$ O S].. En rn .O (jy \ 6> u O N •c`�C a) 7 O W R ` \ 1 ` �• rnw CO v 14 U Q Ca v . 44 y F \ \ \ \.y � O T U„C 0 U .0 u, o U ? G � �a � b ' wCA a. J p oca :El. 0 a) cu Nl � `� y" � WI l/I Nj ha M O O �, r O on W w b o c • ,< 3 o w N z • 1 0a o F. 3 W o p 0 0 — e o aF2 ° o o , o W o . Q.. m Q . V10 `e i : CO o .9 C� o �'y t# p U 14 � C) O O a Y N a) •0 \ "VVV V ono 44 3 U " 9 Q 1t. r E .� o CO -� O C O r y V p 0 W r-. *ire .: p 0 VD -a o 0 0 '- 'rn 5 a' V S a, Z � U VD Q U � U : N -o L 0 ono a a)) 0 al a) mi C O N O ,0 CI N $,, C E� b x cz _ a) aa) ~ ° W ° . as 4 ° „ n 4. z. rn -o •v, O L R ° ° 0o i 7.... ° p .�. \-V�1 ° o a c � .o o N C o W w .. O v 1 O �� O O O az'0 7 NZI ° E cu Y Q 70.7 o ° O U cell +, c O O O , ca o T ci A s- Q O ca A O T11 a ..0 a) O A C ° -o •7.: o ° 1 i .0—'''' W O ?yoti°° Ca CoAv7 E. G cap o "a,k 4 ,L„,„., > O U •• Cz C4 N Q. h U Coi 0 VI CA 44 Ri Z °O.•-° C c A U G40 O IT 0 7 a) C 0 •Ocn �O � w Q 0 � = � ; 0 wZ b VVV Jjj •° ° • • o A U 0C a . eW• x W LT., gel W o o ° V d Z c° `° o c" Z g U Z ocal a) c c .5C c> py QA ' � •a tzl . 6) ' Z F")E+ � WW0 4 vs o 0. W °6 o = a ZcA Co o: U W A 0 ,) E. > 3 Ca ° Ova o O o ° W ° oaa 3 : o wA onEz Co U0. ►, ° 5 a, Q a T y 4r VI> iJ 0, al) c ° o o a' o O W W Z Co z •• o , t ZA v Al MO 00 v h"0" s. 0O. ` 9O0 ° a . W O a) � ,.o CI E Ra 3 ` \W ° ° ° ° ° o .) UL a oo ¢ A °ca ,,, o . ci A O o H° z o: A7 ,..0 � D 3 o E— ' 6)� o W r W C.) v � g a� 3 , N ° Cfo � > i U ° o A a Cya❑ a) S.PO "'"' i k3 4 N .. O � W , -oo C •E o U 3 � o s N. cv .AU CG ° ° v w q o oFca , ° O ,, a)z (i) , E-1W oS3 v o ct Z • o 5 o ,D a j `a ° C ^ H •9 O,24eg -a' z. 2, yo ° WG 3OOTa) E N 2 U���� o a > � ° cdcctU a) G Uopca� , i 1 W' , 3., 1 ` Oo � co teoo ° °)1s1 . >,rn w o O. Z ca U rn Q U >- ° N C -o w 2 U OfNON-COLLUSION AFFIDAVIT OF PRIME BIDDER State of -(pu/AI— ) /^ )ss County of (OILGGN�O y ) 111 ,being first duly sworn,deposes and says that: 1. He is (Owner,Partn ,Officer, epresentative,or Agent) ,of rET"---+LSc9.J Cip.4,4172140644 144G. ,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; 111 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 II 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 111 against the City of Waterloo,Iowa,or any person interested in the Proposed Contract;and I 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. 111 (Signed) II Title Subscribed and sworn to before me this a$+� day of ©C-� . ,2013. I S e C{.e_i-c- Title IIMy commission expires __\` 'e- ^1 1 a_»1 L ,�"� `SF TERESA KE :' Commission NumberVANSIC 7788L06 My Commission Expires 'O1M� June 7, 2016 1 I NON-COLLUSION CONTRACT NO.855 NCA-1 of 2 60287085 BID BOND KNOW ALL MEN I3Y THESE.PRESENTS,that we, Peterson Contractors, Inc as Principal,and Travelers Casualty and Surety Company of America as Surety arc.he:d and firmly bound male the CITY OF WATERLOO.....:: ,_,Iowa, :hereinafter called"OWNER',"iin the penal stain.Five Percent of Amount Bid Dollars($ 5% ._ .1 lawful money of the United States,for the payment of which Sum will and truly be rn de,we bind ourselves, our heirs, eiecutors, 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,T _28th day'of,October __4 ,2013;for 4th Street Bridge Slope Protection and Riverwall Repairs-Contract No. 855 NOW;THEREFORE, (a)If said Bid shall be rejected,or in'the alternate, (b)If said Bid:snail be:accepted anti the Principal shall execute:and deliver a contract in the form specified:and shall inrush a bond for his faithful performance of said:contract,end the payment of all persons performinglabor or furnishing materials in connection therewith, and shall in all other:respects perform the agreement created by the acceptance of said laid 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 Smutty 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 isustained 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 unpaired 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 ISraive notice of ary such extension. IN WITNESS WHEREOF;the Principal and the Surety,have hereunto set their hands sod seals,and such of them as are corporations, hive caused their corporate seals to be hereto affixed and these presents to be signed by their proper Qif cers this: 28th day of October . _ .A.D.2013. Peterson Contractors, Inc. (Seal) Princi &,4zi(V ‹a5 4-1-1'h(\ By A. president.... (Vile) 4 ,. i Travelers sualty and Surety Company of America_(Sc ly �;C!' Surety. By Witness Drone R. Yung Attorney-in-fact Anne Crowner BID BOND CONTRACT NO:855 BB-t of t 60287085 . 11, WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER 4.14.1. 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 ` 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 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 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 28th day of October ,20 13. f/ _' /4/4444 ( Kevin E.Hughes,Assistant Sec 1ary GI•SU.�� ..py+•••Njp,_ L yI. yF1AE 6 �t,1� �NSG +I�w+ 'e,. JP tY AN,% NN SAG �SY"YJ # r` C�S�"i' ll-v P J 4, eC..•.'...."ti 9 . ..........vti y ,p , ', 4�0 p iyr fP""r d, . gg y t u i u a '"o f1 NCORPORATED�.. z 4t.x.,F-,,411, W f;0f14; n ro , a� °'-`1 9c vo 0 1982 0 - 1977 -n «� cot z F •- . a HARTFORU, 5'H4Ri"). e a 1896 1951 � /� l• n✓ �i 'o ppHH, n � C6Pllf. R N 46 crr'. `/!,; f s ,, V1 t o, �,\S.E AL to o`SEAL;%D y r° Q ' $ ry. 0 ..°0 0 "4 ,"s„'EANGf y~.....•.''a O.•... 2 . �D �:Ke , .Y J jf A� Yr'...... ra 61 't� V �An,� 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 Attorney-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