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