HomeMy WebLinkAboutPeterson Contractors, Inc.A
ElERSOH
aCIAIMICRS
Wt.
BOX A
REINBECK, IOWA 50669-0155
2012( Aireor+
eviocock--‘o
icbA0+- ji t-5
r-PCopbSCLA
i.Ps g i1i•3 7xs eaa.�R00
CITY = it ERK
2= i_ 5 _ .. i. S z
2 201t'3 r
SUN s-
r_•r
..f— 'a_ c—a
_ 6.e` C- gr - r 141 a
REVISED PER ADDENDUM 1 — 6/12/2025
FORM OF BID OR PROPOSAL
FY 2026 AIRPORT FENCE RELOCATION PROJECT
CONTRACT NO. 1133
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
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 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 FY 2026 AIRPORT FENCE RELOCATION
PROJECT, Contract No. 1133, all in accordance with the above -listed documents and for the unit prices for work
in place for the following items and quantities:
Iowa
FY 2026
AIRPORT
FENCE
RELOCATION
PROJECT
CONTRACT
NO.1133
ITEM
BID
SPEC
NO.
DESCRIPTION
UNIT
QTY
UNIT
PRICE
BID
TOTAL
PRICE
BID
1
BARRICADES,
TAXIWAY
CLOSURES
RUNWAY
CLOSURES,
AND
LS
1
$15,
000.
00
$ 15,
000.00
2
REMOVE
TAXIWAY
LIGHT
BASE
EA
31
$ 200.00
$
6,200.00
3
REMOVE
RUNWAY
LIGHT
BASE
EA
18
$ 200.00
$
3,600.00
4
REMOVE
REIL
BASE
EA
2
$ 375.00
$
750.00
5
REMOVE
AIRFIELD
GUIDANCE
SIGN
BASE
EA
4
$ 400.00
$
1,600.00
6
FAA F-162
CHAIN
BARBED
LINK
WIRE)
FENCE
REMOVAL
(10'
FABRIC
WITH
LF
10,500
$
1.25
$ 13,
125.00
7
FAA
F-162
CHAIN
BARBED
LINK
WIRE)
FENCE
(10'
FABRIC
WITH
LF
4,500
$
30.25
$
136,
125.
00
8
FAA
F-162
24
FOOT
DOUBLE
SWING
VEHICLE
GATE
EA
1
$ 2,000.00
$
2,000.00
8
FAA
P 620
f
SF
759
$ xxxxxxxxx
$ xxxxxxxxxx
9
FAR-Q
620
[iEF
ECTIVE-
MEN
IA
LBS
32
$ xxxxxxxxx
$ xxxxxxxxxx
9
SUDAS
2010
D 3
TOPSOILING,
FROM
OFF
THE
4
INCHES
SITE)
(FURNISHED
CY
1
610
$
10.00
$
16,
100.00
10
SUDAS
2010E
EMBANKMENT
FROM
ON
THE
-IN
SITE)
-PLACE
(FURNISHED
CY
620
$
10.00
$
6,200.00
11
SUDAS
7040-H
1
PAVEMENT
REMOVAL,
ASPHALT
SY
14,460
$
4.25
$
61,
455.00
12
SUDAS
8030-A
ORANGE
MESH
SAFETY
FENCE,
48-INCH
LF
4,900
$
6.25
$ 30,
625.
00
13
SUDAS
9010-B
HYDRAULIC
FERTILIZING
SEEDING,
AND
MULCHING,
SEEDING,
TYPE
1
AC
3.25
$ 3,000.00
$ 9,750.00
FORM OF BID
CONRACT NO. 1133
Page 1 of 3
REVISED PER ADDENDUM 1 — 6/12/2025
14
SUDAS
9040-F-1
WATTLES,
9-INCH
LF
1,820
$ 2.00
$ 3,640.00
15
SUDAS
9040-F-2
WATTLES,
REMOVAL
LF
1,820
$
0.50
$ 910.00
16
SUDAS
11,020-A
MOBILIZATION
LS
1
$10,000.00
$
10,000.00
TOTAL
BID
$ 317,080.00
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 , 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 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 MP 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 06-12-25
#2 06-16-25
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
CONRACT NO. 1133 Page 2 of 3
REVISED PER ADDENDUM 1 — 6/12/2025
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.
06-26-2025
(Date)
BY: 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. 1133 Page 3 of 3
NON -COLLUSION AFFIDAVIT OF PRIME BIDDER
State of Iowa )
)ss
County of Grundy
Chris D. Fleshner , being first duly sworn, deposes and says that:
1 He is (Owner, Partner, Office
,of Peterson Contractors, Inc.
, the Bidder that - • • - . - • : id
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 affianjc)
Subscribed and sworn to before me this
My commission expires
7
(Signed)
Project Estimator / Manager
Title
(/'L day of , j � ,,L A-
/144 ' (%t '
Title `i, n
, 2025.
•
itg JENNIFER R. WISSLER
t I.Commission Number 761292
My Commission Expires
January 4, 2028
MBE/WBE BUSINESS ENTERPRISE
PRE -BID CONTACT INFORMATION FORM
Prime Contractor Name: Peterson Contractors, Inc.
Project: FY 2026 Airport Fence Relocation Project - No. 1133 Letting Date: 06-26-25
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 MBEIWBE
subcontractors will be used, please use the bottom portion of this form.
Contractor Signature:
Title: Project Estimator / Manager
Date: 0 6-2 6-2025
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
Quotes
Received
Quotation
used
in
bid
Subcontractors
MBERNBE
Contacted
Dates
Yes/No
Contacted
Dates
Yes/No
Dollar
Amount
be
Subcontracted
Proposed
to
Tiedt
Nursery
06-25-25
Y
06-25-25
Y
$13,793.00
Advanced
Traffic
Control
06-25-25
Y
06-25-25
Y
$0.00
(Form CCO-4) Rev. 06-20-02
BID BOND
KNOW ALL MEN BY THESE PRESENTS, that we, Peterson Contractors, Inc.
as Principal, and Travelers Casualty and Surety Company of America , as Surety, are held and firmly
bound unto the
CITY OF WATERLOO , Iowa, hereinafter called "OWNER." In the penal sum
Five Percent of the Total Amount Bid Dollars ($ 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 26th day of
June , 20 25 , for FY 2026 Airport Fence Relocation Project, Contract No. 1133, 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 17th day of June , A.D. 20 25
Peterson Contractors, Inc.
(Seal)
Pfincipal
1BY 64-
president (Title)
Travelers Casual and Surety Company of America
D� _R S1D (Seal)
h,O..-„A' ‘o.iOS.FNR.lyco,,,
Hess = ,�;, ��'=
siGAracAe IDiickinsobn ir ki ki
i
`iIrS
itne
caul;
BID BOND
•
ur
crownerAttorney-in-fact
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.
State of Connecticut
By:
City of Hartford ss.
Robert L. Ranotif'Senior Vice President
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.
...7
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 Attomeys-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.
IN WITNESS WHEREOF, I hereunto set my hand and official seal.
My Commission expires the 30th day of June, 2026
Anna P. Nowik, Notary Public
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 17th day of
June 2025
Kevin E. Hughes, Assistant Secretary
To verify the authenticity of this Power of Attorney, please call us at 1-800-421-3880.
P/ease refer to the above -named Attorneys) -in -Fact and the details of the bond to which this Power of Attorney is attached.