HomeMy WebLinkAboutPeterson Contractors, Inc.CO
CO
0
pQ
tittt 'oN 4Dea4uo0
F.Y. 2025 W.A. R. P 4t" Addition
rri
E�ER5�11
[10111VEMS
BOX A
REINBECK, IOWA 50669-0155
CITY OF kifitc-aRLn0
CITY 5...t It 1. M1_t tom: i .y Lr
NOV 21 2024 r°M f 2; 49:4 4
F.Y. 2025 W.A.R.P 4th Addition
Contract No. 1114
City of Waterloo, IA
Bid Date: 11-21-24
Bid Time: 1:00 PM
Bid Proposal
FORM OF BID OR PROPOSAL
F.Y. 2025 W.A.R.P. 4TH ADDITION
CONTRACT NO. 1114
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. 2025 W.A.R.P. 4TH ADDITION, Contract No. 1114, 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. 2025 \V.ARP. 411-IADDmON
UNIT
DIVISION 1
DIVISION 2
UNITPRICE
AMOUNT
DIVISION 1
AMOUNT
DIVISION2
IIDN
NO.
' a • D' D TCE
a DESCRIP1TON
WATER MAIN
QUiN1TfES
QUANITIIES
BASE BID
DIVISION 2 - EARTHWORK
1
2010-108-B
AC
9.7
$ 8, 000. 00
$ 77, 600.00
CLEARING AND GRUBBING
2
2010-108-
D•I
CY
80,330.3
$ 3.25
$ 261, 073. 48
TOPSOIL, STRIP, STOCKPIIF SPREAD,
ON-STIE
3
2010-108-E
237,577.7
$ 2.25
$ 534, 549.83
0 AVATION, CLASS I
CY
4
2010-108-E
22,208.8
$ 6.50
$ 149, 357.20
ECAVATION,CLASS 10,BORROW
CY
5
2010-108-G
SY
12,388.2
$ 1.10
$ 13,627.02
SUBGRADE PREPARATION
6
2010-108-I
SUBBASE, 6" MODIFIED
SY
12,388.2
$ 6.60
$ 81,762.12
7
2010-108-I
SUBBASE, 4" MODIFIED
SY
800.0
$ 4.75
$ 3,800.00
8
2010-108-I
SUBBASE, 8" MACADAMSTONE
SY
800.0
$ 8.80
$ 7,040.00
9
2010-108-E
SUBGRADEO o D AVATTON
CY
350.0
$ 9.50
$ 3,325.00
10
2010-1084
GRANULAR STABILIZATION
TN
685.0
$ 29.00
$ 16, 440. 00
DIVISION 4 - SEWERS AND DRAINS
11
4010-108-
A-1
LF
4,108.4
$ 62.00
$ 254, 720.80
SANITARYSE\\ la GRAMTYMAIN,
D'CITED,PVCTRUSS, 12"
12
4010-108-
Ada
if
910.0
$ 47.00
$ 42, 770.00
SANTTARYSEWERSERVICE,
TCI DI,PVCSDR23.5,6"
13
4020-108-
A-1
LF
245.0
$ 98.00
$ 11, 760. 00
STORMSEWER, TRENCH DP, GAS 4 4 l
RCP, 15"
14
4020-108-
A4
LF
776.0
$ 55.00
$ 92, 680.00
S1ORMSE\VER, TRENCHED, GASKETED
RCP, 18"
15
4020-108-
Al
LF
1,120.0
$ 73.00
$ 81,760.00
STORMSEWET(, TRENCHED, GASKEIED
RCP,24"
16
4040-108-A
SUBDRAIN, HDPE, TYPE SP, 6"
LF
6,449.4
$ 13.00
$ 83,842.20
17
4040-108-C
SUBDRAINCLEANOUI;'EWE A•I
EA
2.0
$ 550.00
$ 1,100.00
FORM OF BID
CONRACT NO. 1114
Page 1 of 5
8
404D0
i08
SUBDRAIN,OUIIEMOS'IRUCTURE
EA
40.0
$ 240.00
$ 9,600.00
19
SUBDRAIN
C
E
NOUTREVDVAL
EA
2.0
$ 200.00
$ 400.00
20
4030-108-B
PIPE
APRON,
RCP,
15"
EA
2.0
$ 980.00
$ 1,960.00
21
4030-108-C
FOO'IINGS
APRONS,
FOR
15"
CONCREIEPIPE
EA
2.0
$ 900.00
$ 1,800.00
22
4030-I08-D
PIPE
APRON
GUARDS,
I5"
EA
2.0
$ 900. 00
$ 1,800.00
23
4030-108-8
PIPE
APRON,
RCP,
24"
EA
2.0
$ 1, 300.00
$ 2, 600.00
24
4030-108-C
FO011NGS
APRONS,24"
FOR
CONCRETE
PIPE
EA
2.0
$ 1,300.00
$ 2,600.00
25
4030-108-D
PIPE
APRON
GUARDS,
24"
EA
2.0
$ 1, 250.00
$ 2,500.00
DIVISION
APPURTENANCES
5
-
WA
a
t
MAINS
AND
26
5010-108-
A-1
OVA
POLYIVRAPP
o
MAIN,TRENCH
oi,
DIP,
8"
o0,
LF
3,242.4
$ 63.00
$ 204,
271 .20
5010-108-
$ 850.00
$ 850.00
27
C-1
F1l1ING,MI
LOCKING
TEE,
8"X8"X8"
EA
1.0
28
5010-108-
C-I
FITTING,
MI
LOCKING
TEE,
8"X8"X6"
EA
1
1.0
$ 550.00
$ 6,050.00
5010-108-
$ 350.00
$ 350.00
29
C-1
1.I111NG,
MI
REDUC
o'
8"
X6"
EA
1.0
5010-108-
$ 480.00
$ 2,880.00
30
C-1
F11
TING,
11.25°MJ
BEND,
8"
EA
6.0
31
5020-108-A
VALVE,
MT
GATE,
8"
EA
13.0
$ 2,500.00
$ 32, 500. 00
32
5020-108-C
FIREHYDRANTASSEM3LY
EA
I1.0
$ 6,500.00
$ 71, 500. 00
33
5020-108-C
DEAD
END
FIREHIDRANTASSE1iBLY
EA
I.0
$ 1,800.00
$ 1,800.00
DIVISION
6
-
S'IRUCIURES
FOR
SANI'I'ARYANDSTORMSEI
o'
34
6010-108-A
MANHOLE,
SW--301,
48"
EA
17.0
$ 5,500.00
$ 93, 500.00
35
6010-108-B
INTAKE,
SW--507
EA
15.0
$ 5,200.00
$ 78, 000.00
36
6010-108-B
INTAK�SW--509
EA
4.0
$ 6,800.00
$ 27, 200.00
DIVISION
7
-
STREETS
AND
o
• TED
\\
ORK
37
7010-108-A
PAN
9„
1
,p
,
PCC,
C-4
N/CLASS3
AGG,
SY
10,986.8
$ 51.55
$ 566, 369.54
38
7040-108-H
PANO/ENTRF?'s
DVAL
SY
10.3
$ 42.50
$ 437 .75
UNISON
8
-
1RAFF[C
CONTROL
39
8030-108-A
IRATE
CONTROL
LS
1.0
$ 1,000.00
$ 1,000.00
DIVISON
LANDSCAPING
9
-
SITE
\N
ORKAND
40
9010-108-A
CONVFMIONALSooOING,
AC
96.0
$ 1,335.00
$ 128, 160.00
F1ICILIZJNG,
AND
MULCHING
-
TYPE
1
41
9040-108-
Q-I
TEMPORARYIiROSIONCONTROL
MULCHING
AC
50.0
$ 400.00
$ 20, 000.00
o
i'ORARYSFHI)ING
AND
N&JLCHINGAC
42
9040-108-A
-TiPE5
6.3
$ 625.00
$ 3, 937 .50
43
9040-108-N
SILTFENCE
INSTALLATION
LF
20,125.0
$ 1.42
$ 28,577.50
44
9040-108-N
SIT:FFENCE,
MAINIENANCE
LF
20,125.0
$ 0.01
$ 201.25
45
9040-108-N
SILT
o'CE,I
D
OVAL
LF
20,125.0
$ 0.01
$ 201.25
46
9040-108-0
CONSTRUCTION
(1NSTALLAIION,
o
MAIMFNANCE,
'CE
AND
LS
1.0
$ 4,500.00
$ 4,500.00
R0
•VAL)
47
9040-108-T
INLLTPROTECIION
(INSTA11A11ON,
o
•
VAL)
MAIMFNANCE,
DEVICE
AND
EA
31.0
$ 125.00
$ 3,875.00
48
9040-108-J
EROSION
SIONE,
1'
D0
I
TN
58.0
$ 65.00
$ 3,770.00
49
9040-108-N
SILTFENCEDITCH
CHECK
EA
21.0
$ 45.00
$ 945.00
$ 4,500.00
$ 4,500.00
50
9010-108-E
SFHu1NGWARRANIY
LS
1.0
FORM OF BID
CONRACT NO. 1114
Page 2 of 5
DIVISION 11 - MISC n • TEOUS
1.0
$ 10, 000.00
$ 10,
000.00
51
11,010-
108-A
LS
CONSTRUCIIONSURVEY
11,020-
108-A
MOBILIZATION
LS
1.0
$ 60,000.00
$ 60,
000. 00
52
TOTAL BAS E BI D DIVI S ION 1
$2, 720,
642. 43
$ 320, 201 .20
TOTAL BASE BID DIVES ION 2
$
3,040,843.63
TOTALBASEBIDDIVISION 1 +
DIVISION 2
ALTERNATE
A
DIVISION
2
-
EARTHWORK
$ 4,720.43
53
2010-108-G
SUBGRADEP
a
ARATION
SY
4,291.3
$ 1.10
$ 28, 322.58
54
2010-108-I
SUBBASE,
6"IvDDIFIED
SY
4,291.3
$ 6.60
DIVISION4
-
SE\
D
AND
DRAINS
55
4020-108-
A-1
STORMSEWER,
RCP,
15"
TRENCHED,
GASKETED
LF
93.0
$ 48.00
$ 4,464.00
56
4020-108-
A•l
STORMSEWER,'IRENCHED,
RCP,
18"
GASKEIEI_)
LF
348.0
$ 55.00
$ 19, 140.00
57
4020-108-
A-1
STORMSEWER,
RCP,24"
TRENCHED,
GASKEIED
LF
284.0
$ 73.00
$ 20, 732.00
$ 1,300.00
58
4030-108-B
PIPE
APRON,
RCP,
24"
EA
1.0
$ 1,300.00
59
4030-108-C
FOOTINGS
APRONS,24"
FOR
CONCRETE
PIPE
EA
1.0
$ 1,300.00
$ 1,300.00
60
4030-108-D
PIPE
APRON
GUARDS,24"
EA
1.0
$ 1,250.00
$ 1,250.00
$ 27, 921.40
61
4040-108-A
SUBDRAIN,
HDPE,
TYPE
SP,
6"
LF
2,147.8
$ 13.00
$ 3,000.00
62
4040-108-
D-1
SUBDRAIN,
OUILETTO
STRUCIURE
EA
12.0
$ 250.00
DIVISION
5
-
WATER
MAINS
AND
APPURT
NANO.
$ 64, 499. 40
63
5010-108-
A•I
WA
POLl'WRAPPED,
D
MAIN,
a
DIP,
'CH
8"
fl,
1
1,023.8
$ 63.00
$ 1,650.00
64
5010-108-
3.0
$ 550.00
C-1
Hi
I
ING,
Nu
LACKING
IIJ~,
8" X
8"
X6"
FA
65
5020-108-A
VALVE,
M1GAM,
8"
EA
3.0
$ 2,500.00
$ 7,500.00
$ 19, 500.00
66
5020-108-C
FIRE
HIDRANTASS
D
':LY
EA
3.0
$ 6,500.00
67
RD
HYDRANfASSEMI
•Vr1LOFDEAD
LY
n
nFIRE
EA
1.0
$ 1,800.00
$ 1,800.00
DIVISION
6
-
STR
'
D.
FOR
SANITARYAND
S'IDRM
SE\
D
S
$ 31, 200.00
68
6010-108-B
INTAKE,
SW-507
EA
6.0
$ 5,200.00
DIVISION
7
-
STREETS
AND
I
a
•
nn
WORK
69
7010-108-A
PAVa
9"
'a
,
PCC,
C-41V/CIASS3
AGG,
SY
3,800.8
$ 51.55
$ 195, 931 .24
$ 4 37 .7 5
70
7040-108-H
PAWEV
a
RGVIDVAL
SY
10.3
$ 4 2.5 0
DIVISON
8
-TRAFFIC
CONTROL
$ 1,000.00
71
8030-108-A
TRAFFIC
CONTROL
LS
1.0
$ 1,000.00
DIVISON
LANDSCAPING
9
-
SITEIVORKAND
$ 1,430.00
72
9040-108-J
EROSION
STONE,
1'
DEPTH
TN
22.0
$ 65.00
DIVISION
11
-
MSC
a
TEOUS
$ 4,500.00
73
11,010-
108-A
CONSTRUCTION
SURVEY
LS
1.0
$ 4,500.00
$ 2,500.00
74
11,020-
MOBIIIZA1TON
LS
1.0
$ 2,500.00
108-A
TOTALALIERNATEADIVISION
1
$ 349,149.40
$ 94, 949.40
TOTAL
ALTERNATE
A
DIMS
ION
2
FORM OF BID
CONRACT NO. 1114
Page 3 of 5
10TALAL
DIVISION 2
a
A7EADIVISION 1 +
1OTALDIVISION 1 - BASE BID +
ALTERNA1EA
1OTALDIVISION 2 - BASE BID +
ALIERNAIE A
1DTALDIVISION 1 AND DIVISION 2
BASE BID +ALIERNATEA
$444,098.80
$ 3,069,791.83
$ 415,150.60
$ 3,484,942.43
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
the INSTRUCTIONS TO BIDDERS.
is submitted herewith in accordance with
5. Attached hereto is a Non Collusion Affidavit of Prime Contractor.
6. 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. 1 Date 11-15-24
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.
FORM OF BID
CONRACT NO. 1114 Page 4 of 5
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. 11-20-24
BY:
(Name of Bidder) (Date)
Title Project Estimator / Manager
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
CONRACT NO. 1114 Page 5 of 5
State of Iowa
County of %ND/
NON -COLLUSION AFFIDAVIT OF PRIME BIDDER
)ss
Chris D. Fleshner , 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 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
Subscribed and sworn to before me this
My commission expires
81/411.
•
t
ow
(Signed)
Project Esimator / Manager
Title
LA
itle
day of N o v e,wA W , 2024.
e \IIVXIifiti Asset-- TQSLVfr
v
JENNIFER R. WISSLER
Commission Number 761292
My January oExSires
•
Bidder Status Form
To be completed by all bidders
Part A
Please answer "Yes" or "No" for each of the following:
Yes O No
Yes O No
Yes ONo
Yes ONo
Yes ONo
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 Parts C and D of this form.
To be completed by resident bidders Part B
My company has maintained offices in Iowa during the past 3 years at the following addresses:
Dates: 12 / 23 / 1968 to 11 / 21 / 2024 Address: 104 Black Hawk St . , P P.O. Box A
City, State, Zip:
Dates: / / to / / Address:
City, State, Zip.
Dates: / / to / / Address:
You may attach additional sheet(s) if needed. City, State, Zip:
Reinbeck, IA 50669
To be completed by non-resident bidders Part C
1. Name of home state or foreign country reported to the Iowa Secretary of State:
2. Does your company's home state or foreign country offer preferences to resident bidders, resident labor O Yes O No
force preferences or any other type of preference to bidders or laborers?
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
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.
Firm Name: Peterson Contractors, Inc.
Signature:
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 (09-15)
Worksheet: 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.
Yes ONo My business is currently registered as a contractor with the Iowa Division of Labor.
O Yes ®No My business is a sole proprietorship and I am an Iowa resident for Iowa income tax purposes.
O Yes ®No 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.
Yes ()No 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.
O Yes
O Yes
Q Yes
Q Yes
Q Yes
O Yes
Q Yes
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.
My business is a limited liability partnership which has filed a statement of qualification in this
state and the statement has not been canceled.
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.
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.
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.
My business is a limited liability company whose certificate of organization is filed in Iowa and has
not filed a statement of termination.
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 (09-15)
MBE/WBE BUSINESS ENTERPRISE
PRE -BID CONTACT INFORMATION FORM
Prime Contractor Name: Peterson Contractors, Inc.
Project: F.Y. 2025 W . A. R. P . 4th Addition Contract #1114 Letting Date: 11-21-24
NO 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, please use the bottom portion of this form.
Contractor Signature:
Title:
Date:
SUBCONTRACTORS 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
MBE/WBE
Subcontractors
Service Signing
Tiedt Nursery
Dates
Contacted
11-19-24
11-19-24
Quotes
Yes/No
Yes
Yes
Dates
Contacted
11-20-24
11-20-24
Received Quotation used in bid
YeslNo
Yes
Yes
Dollar Amount Proposed to
be Subcontracted
$ 2,000.00
$ 190,397.50
(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 21st day of
November , 20 24 , for F.Y. 2025 W.A.R.P. 4th Addition, Contract No. 1114, City of 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 20th day of November , A.D. 20 24
Witness'
Wit
Sara Huston
BID BOND
Peterson Contractors, Inc.
Travelers Casualty an urety Company of America
Urety,
ne rowner,
Attorney -in -fact
(Seal)
(Seal)
(Title)
„ P?�p SURETY .,,.
z�HARTFORD, ;z_<
- t
s n; CONN. o
c a r`c
te.-;:///fii..ii • • ; ... 64:0 `*
immiiiinno
Page 1 of 1
TRAVELERS,I
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.
nu Stilt,'
IW TFOFiq\
?
V1 47
State of Connecticut
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.
N.U11 1.
"oir l,t7
VI sac
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 Attomeys-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.
By:
IN WITNESS WHEREOF, I hereunto set my hand and official seal.
My Commission expires the 30th day of June, 2026
Dated this 20th day of
November 2024
Robert L. Rana enior Vice President
Anna P. Nowik, Notary Public
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 Attorneys) -in -Fact and the details of the bond to which this Power of Attorney is attached.