Loading...
HomeMy WebLinkAboutPeterson Contractors, Inc.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 Bid Submitted --- 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 accornpanying bid dated the 16th day of March , 2017 , for F.Y. 2017 Repairs to 4th Street Bridge Canopy Repairs. Contract No. 910, City of Waterloo, IA NOW, THEREFORE, (a) if said Bid shall he 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 shalt 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 3rd day of March , A.C. 2017 , By Peterson Contractors, Inc. rra s Casualt and Surety Company of P\r3ar, a Su/ � thlipPagir Witness Dione R. You by -fit, Attorney-in-fact Anne Crowner (Title) 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, Jay 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 Farinington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., SL 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 June, 2021. Marie C. Tetreault, Notary Public FORM OF BID OR PROPOSAL F.Y. 2017 REPAIRS TO 4th STREET BRIDGE CANOPY REPAIRS CONTRACT NO. 910 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: Peterson Contractors, Inc. , 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 F.Y. 2017 4TH STREET BRIDGE CANOPY REPAIRS, CONTRACT NO. 910, 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 REPAIRS TO 4114 STREET BRIDGE CANOPY REPAIRS CONTRACT NO. 910 Item ,No Ref No . Desortption x Un)t Est 4ty . , Unit Bid ,°= Brice : 7otal'bfd Paco ,,,x; 46 Ve ,. _. 1 ____ 2 3 4 5 2401-6750001 REMOVALS, AS PER PLAN STRUCTURAL CONCRETE (MISCELLANEOUS) STRUCTURAL CONCRETE COATING REINFORCING STEEL, EPDXY COATED STRUCTURAL STEEL LS 1.0 $ Unit Pr'ces Listed on Attached Bid Sheet CY SY LB LB 7 9 760.0 1,152.0 12,000.0 2403-0100000 2403 7303000 2404-7775005 2408-7800000 $ $ $ $ 0 $ $ $ 6 7 2413-1200000 STEEL EXTRUSION JOINT WITH NEOPRENE NEOPRENE GLAND INSTALLATION AND TESTING LF LF 24.0 $ $ $ $ 24.0 2413-1200100 8 2426-6772016 CONCRETE REPAIR — DOWNSTREAM FACE SF 160.0 $ $ 9 2426-6772016 CONCRETE REPAIR - INTERIOR FACES SF 1,400.0 $ $ 10 2426-6772016 CONCRETE REPAIR — UPSTREAM FACE SF 70.0 $ $ 11 2426-6772020 PARTIAL DEPTH BRIDGE DECK FINISH PATCH SF 50.0 $ $ FORM OF BID AECOM #60333086 CONTRACT NO. 910 FB -1 of4 FY 2017 -4TH Street Bridge Canopy Repairs ItemRef No '.Na .., " D seri ition , Unit Cst Qty Unit Bid Price Total Bid Price . 12 2508 0804000 BRIDGE CLEANING FOR PAINTING LS 1.0 $ _.m. Unit Prices Listed on Attached Bid Sheet 13 2508-0805000 BLAST CLEANING OF STRUCTURAL STEEL LS 1.0 $ 14 2508-9700000 CONTAINMENT LS 1.0 $ $ 15 2508 0990000 PAINT WASTE TRANSPORT AND DISPOSAL LS 1.0 $ $ 16 2508 0991000 PAINTING OF STRUCTURAL STEEL LS _ 1.0 $ 17 2518-6910000 SAFETY CLOSURE EACH 6.0 $ 18 2528-8445110 TRAFFIC CONTROL LS 1.0 $ $ 19 2533-4980005 MOBILIZATION LS 1.0 $ $ 20 2599-9999005 BRONZE PLAQUE EACH 2.0 $ $ ?.1 2599 9999005 REMOVAL AND REPLACEMENT OF LIGHT FIXTURES EACH 29.0 $ $ $ 22 2599 9999009 REMOVE AND REPLACE TIMBER RUNNER LF 1,205.0 $ 23 ALTERNATE 2599-9999009 FURNISH AND INSTALL HANDRAIL TUBE LF 1,205.0 TOTAL I_ 536'0 _� 111 $ BASE t $ $ $1 Z14aa4.� $ 90,5q.!• BID BID 1 VI EACH 1 125Ji! 9999o05 ALTERNATE BID 2 [WINDOWS REMOVE ND REPLACE � 26 2599-9999005 WINDOWS EMOVE AND REINSTALL WIN EACH 536.0 $ $ 27 2599-9999005 REPLACE DAMAGED WINDOWS EACH 10.0 $ ¢30.00 TOTAL BASE BID AND ALTERNATE 1 $/ 560, 6,?3-O, TOTAL BASE BID AND ALTERNATE 2 $4w93,aaj.05 TOTAL BID $ N/A FORM OF BID AECOM #60333080 CONTRACT NO, 910 FB -2 of 4 FY 2017-4T!1 Street Bridge Canopy Repairs 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 5.0% of Bid Price Dollars ($: _) in the form of a 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 Resident Bidder Certification ( )X ), 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. 1 Date 3/13/2017 10, The bidder shall list the MBENVBE 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. FORM OF BID CONTRACT NO. 910 FB -3 of 4 AECOM #60333086 FY 2017-411 Street Bridge Canopy Repairs 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. 104-2ackhawk Stree Reinbeck, Iowa 50669 I.R.S. No. 42-0921654 FORM OF BID CONTRACT NO. 910 FB -4 of 4 AECOM #60333086 FY 2017-4T" Street Bridge Canopy Repairs RESIDENT/NON-RESIDENT BIDDER RESIDENT BIDDER: In accordance with Section 73A.21 of the Iowa Code, all non -federal -aid public improvement projects, which include road construction, shall be performed by a qualified resident bidder. The resident bidder has been further defined as follows: Resident Bidder: 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. The contractor shall provide the City with a certification that he is a qualified resident bidder according to the above definition. The Certification shall be submitted with the contractors bid. A copy of the form of "Resident Bidder Certification" is included in the Contract Documents, If it is determined that the contractor does not meet this qualification after he begins work, a shutdown notice shall be issued and the voiding of the contract shall begin unless the contractor becomes qualified. NON-RESIDENT BIDDER: The contractor shall provide the City with a certification that he is a non-resident bidder according to the above definition. The Certification shall be submitted with the contractors bid. A copy of the form of "Non -Resident Bidder Certification" is included in the Contract Documents. DJG 01/02/12 RESIDENT BIDDER CONTRACT NO. 910 RB -1 of 3 AECOM #60333088 FY 2017-4'" Street Bridge Canopy Repairs CONTRACT NO: PROJECT NAME: 4TH STREET BRIDGE CANOPY REPAIRS DATE OF LETTING 3/16/2017 RESIDENT BIDDER CERTIFICATION 910 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 P CORPORATE OFFIC TITLE DATE 3/16/2017 RESIDENT BIDDER CONTRACT NO. 910 RB -2 of 3 AECOM #60333086 FY 2017-4"' Street Bridge Canopy Repairs MBE/WBE BUSINESS ENTERPRISE PRE-BID CONTACT INFORMATION FORM 4TH Street Bridge Prime Contractor Name: Peterson Contractors Project: Canopy Repairs Letting Date: 3/16/2017 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 MBENVBE subcontractors will be used, please use the bottom portion of this form. Contractor Signature: Title: 'i"oJYGf C.cj-GV Date: 5/6/ZU/i- 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 MBENVBE 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 MBENVBE Business Enterprise contacts made prior to your bid submission. This information is subject to verifications and confirmation. If you are unable to identify MBENVBE 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 MBENVBE 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 Carter Electric Culpepper Electric Atlas Painting, Inc. (Form CCO-4) Rev. 06-20-02 MBEJWBE PARTICIPATION AECOM # 69333086 Dates Yes/No Contacted j 3/13/17 3/13/17 3/13/17 NO NO NO Dates Contacted Yes/No I Dollar Amount Proposed to be Subcontracted Left Voicemail with no response. Number comes up as disconnected. Same number listed in MBE/WBE Contractors List was found online. Atlas did look at the project when it was released for bid but determined it was too Targe for their company. — I spoke with them about blasting and painting the window retaining pieces, but they weren't interested. rory ui B CONTRACT NO. iv FY 2017-4`" Street Bridge Canopy Repairs PETERSON CONTRACTORS, INC. www.petersoncontractors.com 104 Blackhawk Street P.O. Box A Reinbeck, Iowa 50669 Phone: 319-345-2713 QUOTE PROPOSAL FOR: 4TH STREET BRIDGE CANOPY REPAIRS 2017 2 THE FOLLOWING ITEMS AND PRICES ARE QUOTED: Fax: 319-345-2991 ITEM # DESCRIPTION UNIT TYPE QUANTITY UNIT PRICE TOTAL AMOUNT 10 REMOVALS LS 1. 000 130, 000. 00 130, 000. 00 20 STRUCTURAL CONCRETE CY 7.900 2, 600.00 20, 540. 00 30 STRUCTURAL CONCRETE COATING SY 760.000 47. 50 36, 100. 00 40 REINFORCING STEEL - EPDXY LB 1, 152.000 6.40 7, 372. 80 50 STRUCTURAL STEEL LB 12, 000.000 11.60 139, 200. 00 60 EXTRUSION JOINT W/ NEOPRENE LF 24. 000 757. 00 18, 168. 00 70 NEOPRENE GLAND INSTALUTEST LF 24. 000 275. 00 6, 600. 00 80 CONC REPAIR - DOWNSTREAM SF 160.000 167.00 26, 720.00 90 CONC REPAIR - INTERIOR SF 1, 400. 000 167. 00 233, 800. 00 100 CONC REPAIR - UPSTREAM SF 70.000 167.00 11, 690.00 110 PARTIAL DEPTH DECK PATCH SF 50. 000 300.00 15, 000.00 120 BRIDGE CLEANING FOR PAINTING LS 1.000 17, 000. 00 17, 000. 00 130 BLAST CLEANING OF STRUCTURAL ST LS 1.000 244, 505.00 244, 505.00 140 CONTAINMENT LS 1.000 87, 000.00 87, 000.00 150 PAINT WASTE DISPOSAL LS 1.000 500.00 500.00 160 PAINT STRUCT STEEL LS 1.000 52, 920.00 52, 920.00 170 SAFETY CLOSURE EA 6. 000 250. 00 1, 500.00 180 TRAFFIC CONTROL LS 1.000 13, 000.00 13, 000.00 190 MOBILIZATION LS 1.000 168, 900.00 168, 900.00 200 BRONZE PLAQUE EA 2. 000 925. 00 1, 850. 00 210 REMOVAL AND REPLACEMENT OF LIGH EA 29.000 880.00 25, 520.00 220 REMOVE/REPLACE TIMBER RUNNER LF 1, 205.000 18.00 21, 690.00 230 FURNISH/INSTALL HANDRIAL TUBE LF 1, 205.000 14.65 17, 653.25 BASE BID SUBTOTAL 1, 297, 229.05 1025 REMOVE/REPLACE WINDOWS EA 536.000 491.50 263, 444.00 ALTERNATE BID 1 SUBTOTAL 263, 444.00 2026 REMOVE/REINSTALL WINDOWS EA 536.000 360.75 193, 362.00 2027 REPLACE DAMAGED WINDOWS EA 10.000 263.00 2, 630.00 ALTERNATE BID 2 SUBTOTAL 195, 992.00 PETERSON CO TRACTORS, INC. alkKISS IOWA 50669-0155 ro rfos. -40 5Lfv_m_4- rc kiapy %TA. rS C_orkAre..4 "Jo. 910 6;47 ,4 bucaer /cot LR50N klRAtTMS C. 1111 (, IOWA 50669-0155 ry_ -6 Li -4-A Sf-rer.c4 eiz9toy % ` Cove t e No. `lib