HomeMy WebLinkAboutPeterson Contractors Inc.aN_Aavak
lawkvacAlas
um_
BOX A
REINBECK, IOWA 50669-0155
131D ?9\1(39Osk
C4»-rcr Y40. DTZ%
l'n( of fr-LxJ1A
_,31311,
uk.vRsiak
lattnik-ms
lox.
BOX A
REINBECK, IOWA 50669-0155
10 •Vioky
kiMg6 i �'`� tuL Sc
cs
Cor-` ASO. °121O A
Cm,/ of
FORM OF BID OR PROPOSAL
F.Y. 2017 SITE GRADING FOR NORTHEAST INDUSTRIAL PARK
CONTRACT NO. 926
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
mma a Partnership consisting of the following partners:
-rFg&s- l 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. 2017 SITE GRADING FOR NORTHEAST
INDUSTRIAL PARK, Contract No. 926, 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. 2017 SITE GRADING FOR NORTHEAST INDUSTRIAL PARK
CONTRACT NO. 926
ITEM
NO.
ITEM DESCRIPTION
UNIT
ESTIMATED
QUANTITY
UNIT COST
TOTAL COST
BASE BID - ROADWAY CORRIDOR AND
EAST AREA
1
MOBILIZATION
LS
1
(4,1500 0° (6.,300 E"
2
TRAFFIC CONTROL
LS
1
7 eau w /, acc."'
3
STORM WATER POLLUTION PREVENTION
PLAN IMPLEMENTATION
LS
1
/5 356" /$ 35or
4
SILT FENCE
LF
7,348
/dio Io ze7Z'
5
MOBILIZATION, EROSION CONTROL
EA
5
6-60 (7 Z.5400:"
6
TEMPORARY CULVERT PIPE
LS
1
3.000 °cam .7 CY,O `z
7
CLEARING AND GRUBBING
AC
13
/, L.ee" ,s, (yap,'
8
TOPSOIL, STRIP, SALVAGE, AND RESPREAD
CY
20,385
3 $o •7/ %<!7,5°
FORM OF BID
CONTRACT NO. 926
Page 1 of 4
9
CONSTRUCT, MAINTAIN, & REMOVE
TEMPORARY SEDIMENT TRAP
EA
2
/$ Ga '
6 "30,
GCP �°
10
EXCAVATION, CLASS 10, ROADWAY AND
BORROW
CY
127,198
J 90
L°
,7y/,G7(
11
LOWER EXISTING WATER MAIN, DIP, 16-
INCH DIA
LS
1.
/ , of
O Uao
/p, 000- '
12
STORM SEWER GRAVITY MAIN, TRENCHED,
RCP, 2000D (CLASS 111), 24 -INCH DIA.
LF
44
%G w
L6y00-
13
APRON, CONCRETE, 24 -INCH DIA., W/
APRON FOOTING
EA
1
Z,00c> °
2,coo `'''
14
APRON GUARD, 24 -INCH PIPE
EA
1
%256)1-'
/1 5D?°
6
COLLAR PROPOSED STORM PIPE TO
EXISTING MANHOLE
EA
1
/5�
ac'
/--‘66 ,.
16
RECONSTRUCTDRAINTILEOUTLET
EA
4
£f00
(GGo. °v
17
REVETMENT, CLASS D
TON
450
°°
/5 750' `"
18
TOPSOIL, FURNISH AND SPREAD
CY
5,100
503
ac, 5ct
19
TEMPORARY SEEDING
AC
13
56
'7t5O.°'
20
SLOPE PROTECTION, WOOD EXCELSIOR
MAT
SQ
2,110
jam°`
/y 'T ra
21
HYDROSEEDING
AC
25.3
3x_50 `N
Sai C25 -
22
2 -YEAR MAINTENANCE BOND
LS
1
750w
72
SUBTOTAL
BASE BID
57z,975gG
FORM OF BID
CONTRACT NO. 926
Page 2of4
ALTERNATE 111- WEST AREA
1
SILT FENCE
LF
4,720
/ye)
(966Z cs"
2
MOBILIZATION, EROSION CONTROL
EA
5
cj°°
2500 u°
3
CLEARING AND GRUBBING
AC
7
j /a '
��/-7
4
TOPSOIL, STRIP, SALVAGE, AND RESPREAD
CY
17,078
S'1
77 y `D
5
EXCAVATION, CLASS 10, ROADWAY AND
BORROW
CY
89,142
tz
/9/, G 55'°
6
REVETMENT, CLASS D
TON
200
350.0
-7000.-
7
TOPSOIL, FURNISH AND SPREAD
CY
4,300
ter°°
,,,2l CcOc°
8
TEMPORARY SEEDING
AC
11
CC°°"
6050`x'
9
SLOPE PROTECTION, WOOD EXCELSIOR
SQ
1,075
7
752-5MAT
10
HYDROSEEDING
AC
21.2
3256
G8,`Pt6�d
11
2 -YEAR MAINTENANCE BOND
LS
1
jam°`
60o "`
FORM OF BID
CONTRACT NO. 926
Page 2of4
SUBTOTAL ALTERNATE #1
TOTAL CONSTRUCTION COST - BASE BID
TOTAL CONSTRUCTION COST - ALT. #1
TOTAL CONSTRUCTION COST - BASE BID &
ALTERNATE #1
57z, 995 96
393, 7/1.36
W06/ 70-1(- c.3
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.
Security in the sum of tYID Dollars ($
in the form of -17Dc o ,,tn, 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:
FORM OF BID
Addendum No. J Date
CONTRACT NO. 926 Page 3 of 4
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.
3f4 /to
(Name of Bidder) (Date)
BY: Title t, I I - srim m7ag-
Official Address: (Including Zip Code):
10y ` XAC1<Vti\WK
I�iElrYE nCi SR 66G(09
I.R.S. No. <47 -OS L16954
FORM OF BID
CONTRACT NO. 926 Page 4 of 4
NON -COLLUSION AFFIDAVIT OF PRIME BIDDER
State of._.i-ovu )
)ss
County of )-BoneiC 41-NW1c
Mft-rC 12iDkAl.E a , being first duly sworn, deposes and says that:
1. He is (Owner Partner Office epresenta' orA eq nt) , o12uTh(;5514. Cosr2lcto25
_LAW_ 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;
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.
(Signed)
Title
Subscribed and sworn to before me this day of M(1,1cC
, 2011
114111
My co mission expires .
AO' s JENNIFER R. LOCKHART
:` Commission Number 761292
My Commission Expires
°WP January 4, 2019
CONTRACT NO:
PROJECT NAME:
DATE OF LETTING:
RESIDENT BIDDER CERTIFICATION
,1269
FY 2017 Srz (mmt,0L
.3/9 /2617
�)E /Nousred4c. S1E
To be a qualified resident bidder, the bidder shall be a person or
entity authorized to transact business in this state and having a
business for at least three years prior to the date of the first
advertisement for the public improvement. If another state or
foreign country has a more stringent definition of a resident bidder,
the more stringent definition is applicable as to bidders from that
state or foreign country.
This qualification as resident bidder shall be maintained by the contractor and his
subcontractors at the work site until this project is completed.
I hereby certify that I am a resident bidder as defined above.
COMPANY NAME -
CORPORATE OFFICER
TITLE S���.4
DATE I -)
MBE/WBE BUSINESS ENTERPRISE
PRE-BID CONTACT INFORMATION FORM
Prime Contractor Name::—FR Co -Arra Ac-rr g 11C. Project: ,QE. bUnim-Pik. I? K. Letting Date: 3 / q f zo 17
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: Z5777/?f1'TG4 Date: 3/8/2017
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
should 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 Louis Starks, 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
MBE/WBE
Subcontractors
Dates
Contacted
Yes/No
Dates
Contacted
Yes/No
Dollar Amount Proposed to
be Subcontracted
Wrtco l bwseuenm t (..
3f7
n5v
k).o
o
Jnr 10, wesEZ Lk
3f
v45
311
Bio
0
(Form CCO-4) Rev. 06-20-02
MBE/WBE BUSINESS ENTERPRISE
PRE-BID CONTACT INFORMATION FORM INSTRUCTIONS
Prime Contractor Responsibilities:
Prime Contractors bidding on City of Waterloo contract work are required to ensure that MBE/WBE businesses are provided the opportunity to
participate in the performance of contracts and subcontracts. Prime contractors are required to assist MBE/WBE businesses in overcoming
barriers to participation, and must make good faith efforts to secure bids from, and award subcontracts to, MBE/WBE businesses. For all contract
bids of $50,000 or more, the following is required to demonstrate good faith efforts in accordance with this policy:
1. "MBE/VVBE BUSINESS ENTERPRISE PRE-BID CONTACT INFORMATION FORM" submitted with the prime contractor bid, properly
completed and signed on Form CCO-4 (Rev. 06-20-02). Please note that this document must include all subcontractor contacts, bids received,
and awarded - not just those related to disadvantaged business enterprise vendors.
2. A minimum of three (3) MBE/VVBE business contacts must be made and documented, if there are at least three (3) MBE/WBE businesses
offering services in the areas to be subcontracted (see City of Waterloo MBE/WBE Certified List). If less than three (3) are offering the services to
be subcontracted, then a contact is required for any that are listed as providing that service. If you have submitted a MBE/WBE contact not on the
City's MBE/WBE list, attach a copy of the certification from another government agency.
3. Contacts to each MBE/WBE businesses are required to be a minimum of seven (7) working days prior to the date the prime contractor submits
the bid to the City of Waterloo.
4. The following documentation must accompany the "MBE/WBE BUSINESS ENTERPRISE PRE-BID CONTACT INFORMATION FORM" for
each MBE/WBE business contacted:
a. A copy of the bid received from the MBE/WBE, OR
b. If no bid was received, a copy of correspondence received from the MBE/WBE with a "no bid" response, OR
c. If no response was received, a copy of the solicitation sent to the MBE/WBE with proof of mailing attached.
5. If any MBE/WBE business submitting bids are not selected for subcontract award, documentation must accompany the "MBE/WBE BUSINESS
ENTERPRISE PRE-BID CONTACT INFORMATION FORM" on why the MBE/WBE was not selected. These reasons could include:
a. Not low bid. Copies of the competing bids may be required for verification.
b. MBE/WBE did not bid, withdrew bid or was non-responsive.
c. Documentation of other business-related reason for not selecting the MBE/WBE business for a subcontract.
d. Prime contractor self performs work.
e. Any other reason relied on by the Prime Contractor.
The Contract Compliance Officer will determine the weight to be given to each item listed above (supported by appropriate documentation) based
on overall program goals.
Subcontractors Responsibilities:
1. Each MBE/WBE firm planning to submit quotes on construction projects with goals, shall submit a Letter of Intent to Bid (Form CCO-5) to
the City Contract Compliance Officer seven (7) working days prior to bid opening, listing specific items which the MBE/WBE firm is
interested in bidding. If the City Contract Compliance Officer does not receive sufficient scope letters seven (7) working days prior to bid
opening, goals on subject project will be reduced accordingly. Agreements between the bidder/proposer and an MBENVBE in which the
MBE/VVBE promises not to provide subcontracting quotations to other bidders/proposers are prohibited.
Form CCO-4A Rev. 07-08-02
KFICArV ALL r•:ht-t!
BID 3'+.t =C;
Peterson Contractors, Inc.
tiri,,, ;t,01 And Travelers Casualty and Surety Company of America
1S .;tuiOy ar+7 held :UI 1
"OWNER," In the penal sura Five Percent of Amount Bid
(5%)
Dollars ($) lawful money of the United Slates, for the payment
of which sum will and truly be made, we hind ourselves, our heirs, executers, administrators, and
successors, jointly and severally, firmly by these presents. The conditie n of this obligation is such that
whereas the Principal has submitted the accompanying bid dated the day G;i March
, 20 17 for F.Y. 2017 Site Grading for Northeast Industrial Park, Waterloo, IA - Contract No. 926
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
agreernent 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 day of , A.D. 201 7 ,
240' February
(Seal)
Surety Tr. s Casu. "y and Surety Company of America
400 4014741,.#Anne Crowner, Attorney-in-fact
TRAVELERS J
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
Attorney -In -Fact No. 231471
Surety Bond No. or Project Description:
POWER OF ATTORNEY
St. Paul Mercury Insurance Company
Travelers Casualty and Surety Company
Travelers Casualty and Surety Company of America
United States Fidelity and Guaranty Company
Principal: Peterson Contractors, Inc.
Bid Bond Obligee: City of Waterloo
KNOW ALL MEN BY THESE PRESENTS: That Farmington Casualty Company, 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 are corporations duly organized under the laws of the State of Connecticut, that Fidelity and
Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance
Underwriters, Inc. is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies"), and that the
Companies do hereby make, constitute and appoint Craig E. Hansen, lay D. Freiermuth, Brian M. Deimerly, Cindy Bennett, Anne Crowner,
Tim McCulloh, Stacy Venn, Shirley S. Bartenhagen, and Dione R. Young of the City of West Des Moines State of Iowa, their true and lawful
Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, 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 24th day of
October, 2016.
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
United States Fidelity and Guaranty Company
State of Connecticut
City of Hartford ss.
By:
Robert L. Raney, Senior Vice President
On this the 24th day of October, 2016, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President
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, and that he, as such, being authorized so to do,
executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations 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 lune, 2021,
Marie C. Tetreault, Notary Public