HomeMy WebLinkAboutPeterson Contractors, Inc.1111
mmCvDDS
AHC.
BOX A
REINBECK, IOWA 50669-0155
FY 2018 University Ave.
Reconstruction — Phase I
Waterloo, IA
City Contract No. 933
AECOM #60528991
Bids Due 2-15-18 @ 1 PM
Bid Bond
UilVISA
TSl1ZRACASS
j]l1C.
III
BOX A
REINBECK, IOWA 50669-0155
FY 2018 University Ave.
Reconstruction — Phase I
Waterloo, IA
City Contract No. 933
AECOM #60528991
Bids Due 2-15-18 @ 1 PM
Bid Proposal
FORM OF BID OR PROPOSAL
FY 2018 UNIVERSITY AVENUE RECONSTRUCTION - PHASE 1
CONTRACT NO. 933
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 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 FY 2018 UNIVERSITY
AVENUE RECONSTRUCTION — PHASE 1, Contract No. 933, all in accordance with the above -
listed documents and for the unit prices for work in place for the following items and quantities:
FY 2018 UNIVERSITY AVENUE RECONSTRUCTION - PHASE 1
CITY CONTRACT NO. 933
ITEM
NO.
ITEM CODE
ITEM
UNIT
EST.
QTY.
UNIT BID
PRICE
TOTAL BID
PRICE
1
2010
CLEARING AND GRUBBING
UNIT
44.0
$
$
2
2010
ON-SITE TOPSOIL
CY
3708.0
$
$
3
2010
TOPSOIL, CONTRACTOR FURNISH
CY
2537.0
$
$
4
2010
EXCAVATION, CLASS 10, ROADWAY AND
BORROW
CY
23562.0
$
$
5
2010
EXCAVATION, CLASS 10, UNSUITABLE OR
UNSTABLE MATERIAL
CY
4464.0
$
$
6
2010
EXCAVATION, CLASS 10, WASTE
CY
28018.0
$
$
7
2010
EXCAVATION, CLASS 13
CY
65.0
$
$
8
2010
SUBGRADE PREPARATION, 12 IN.
SY
43545.2
$
$
9
2010
SUBGRADE TREATMENT, GEOTEXTILE
SY
2066.0
$
$
10
2010
SUBBASE, MODIFIED
CY
16925.9
$
$
11
2010
REMOVALS, STRUCTURES
EACH
20.0
$
$
12
3010
REPLACEMENT OF UNSUITABLE BACKFILL
MATERIAL
CY
500.0
$
$
13
4020
STORM SEWER, TRENCHED, RCP,
CLASS III, 15 IN.
LF
1307.4
$
$
14
4020
STORM SEWER, TRENCHED, RCP,
CLASS III, 18 IN.
LF
1201.8
$
$
15
4020
STORM SEWER, TRENCHED, RCP,
CLASS III, 24 IN.
LF
2524.9
$
$
16
4020
STORM SEWER, TRENCHED, RCP,
CLASS III, 30 IN.
LF
1158.5
$
$
FORM OF BID
AECOM #60528991
FB -1 of 8 FY 2018 University Avenue Reconstruction - Phase I
City Contract No. 933
Waterloo, Iowa
ITEM
NO.
ITEM CODE
ITEM
UNIT
EST.
QTY.
UNIT BID
PRICE
TOTAL BID
PRICE
17
4020
STORM SEWER, TRENCHED, RCP,
CLASS 111, 36 IN.
LF
770.0
$
$
18
4020
STORM SEWER, TRENCHED, RCP,
CLASS III, 42 IN.
LF
476.7
$
$
19
4020
STORM SEWER, TRENCHED, RCP,
CLASS III, 48 IN.
LF
397.4
$
$
20
4020
STORM SEWER, TRENCHED, RCP,
CLASS 111, 60 IN.
LF
66.8
$
$
21
4020
STORM SEWER, TRENCHED, RCP,
CLASS III, 44 IN. X 27 IN.
LF
626.4
$
$
22
4020
STORM SEWER, TRENCHED, RCP,
CLASS III, 52 IN. X 32IN.
LF
506.9
$
$
23
4020
STORM SEWER, TRENCHED, RCP,
CLASS III, 58IN. X 91 IN.
LF
12.0
$
$
24
4020
STORM SEWER, TRENCHED, RCP,
CLASS III, 68IN. X 106 IN.
LF
12.0
$
$
25
4020
STORM SEWER, TRENCHED, PVC, 6 IN.
LF
6.0
$
$
26
4020
REMOVAL OF STORM SEWER, RCP, LESS
THAN 36 IN.
LF
7646.0
$
$
27
4020
REMOVAL OF STORM SEWER, RCP,
GREATER THAN 36 IN.
LF
1447.0
$
$
28
4020
STORM SEWER ABANDONMENT, PLUG
AND FILL, GREATER THAN 36 IN.
LF
105.0
$
$
29
4040
SUBDRAIN, TYPE S, 6 IN.
LF
11837.7
$
$
30
4040
SUBDRAIN OUTLETS AND CONNECTIONS,
EXISTING SUBDRAIN, 6 IN.
EACH
27.0
$
$
31
4040
SUBDRAIN OUTLETS AND CONNECTIONS,
DR -303, 6 IN.
EACH
99.0
$
$
32
5010
WATER MAIN, TRENCHED, DUCTILE IRON
PIPE (DIP), 4 IN, NITRILE GASKETS
LF
9.0
$
$
33
5010
WATER MAIN, TRENCHED, DUCTILE IRON
PIPE (DIP), 6 IN, NITRILE GASKETS
LF
95.4
$
$
34
5010
WATER MAIN, TRENCHED, DUCTILE IRON
PIPE (DIP), 8 IN, NITRILE GASKETS
LF
102.8
$
$
35
5010
WATER MAIN, TRENCHED, DUCTILE IRON
PIPE (DIP), 12 IN, NITRILE GASKETS
LF
103.2
$
$
36
5010
WATER MAIN, TRENCHED, DUCTILE IRON
PIPE (DIP), 16 IN, NITRILE GASKETS
LF
7.0
$
$
37
5010
WATER MAIN, TRENCHED, DUCTILE IRON
PIPE (DIP), 20 IN, NITRILE GASKETS
LF
4.0
$
$
38
5010
WATER MAIN, TRENCHLESS, DUCTILE
IRON PIPE (DIP), 8 IN, NITRILE GASKETS,
INTEGRAL RESTRAINED JOINTS
LF
116.5
$
$
39
5010
WATER MAIN, TRENCHLESS, DUCTILE
IRON PIPE (DIP), 12 IN, NITRILE GASKETS,
INTEGRAL RESTRAINED JOINTS
LF
1710.4
$
$
FORM OF 81D
AECOM #80528991
FB -2 of 8 FY 2018 University Avenue Reconstruction - Phase I
Waterloo, Iowa
City Contract No. 933
ITEM
NO.
ITEM CODE
ITEM
UNIT
EST.
QTY.
UNIT BID
PRICE
TOTAL BID
PRICE
40
5010
WATER MAIN, TRENCHLESS, DUCTILE
IRON PIPE (DIP), 6 IN, NITRILE GASKETS,
INTEGRAL RESTRAINED JOINTS WITH
CASING PIPE
LF
72.0
$
$
41
5010
WATER MAIN, TRENCHLESS, DUCTILE
IRON PIPE (DIP), 8 IN, NITRILE GASKETS,
INTEGRAL RESTRAINED JOINTS WITH
CASING PIPE
LF
289.3
$
$
42
5010
WATER MAIN, TRENCHLESS, DUCTILE
IRON PIPE (DIP), 12 IN, NITRILE GASKETS,
INTEGRAL RESTRAINED JOINTS WITH
CASING PIPE
LF
320.8
$
$
43
5010
FITTINGS BY COUNT, DUCTILE IRON, 4 IN,
22 1/2° ELBOW
EACH
1.0
$
$
44
5010
FITTINGS BY COUNT, DUCTILE IRON, 6 IN,
MJ CAP
EACH
1.0
$
$
45
5010
FITTINGS BY COUNT, DUCTILE IRON, 6 IN,
45° ELBOW
EACH
8.0
$
$
46
5010
FITTINGS BY COUNT, DUCTILE IRON,
6 IN X 8 IN, REDUCER
EACH
1.0
$
$
47
5010
FITTINGS BY COUNT, DUCTILE IRON,
8 IN, MJ CAP
EACH
1.0
$
$
48
5010
FITTINGS BY COUNT, DUCTILE IRON,
8 IN, 45° ELBOW
EACH
6.0
$
$
49
5010
FITTINGS BY COUNT, DUCTILE IRON,
12 IN, MJ CAP
EACH
2.0
$
$
50
5010
FITTINGS BY COUNT, DUCTILE IRON,
12 IN, 90° ELBOW
EACH
6.0
$
$
51
5010
FITTINGS BY COUNT, DUCTILE IRON,
12 IN, 45° ELBOW
EACH
9.0
$
$
52
5010
FITTINGS BY COUNT, DUCTILE IRON,
12 IN, TEE
EACH
4.0
$
$
53
5010
FITTINGS BY COUNT, DUCTILE IRON,
12 IN X 4 IN, TEE
EACH
1.0
$
$
54
5010
FITTINGS BY COUNT, DUCTILE IRON,
12 IN X 6 IN, TEE
EACH
2.0
$
$
55
5010
FITTINGS BY COUNT, DUCTILE IRON,
12IN X 81N, TEE
EACH
2.0
$
$
56
5010
FITTINGS BY COUNT, DUCTILE IRON,
12 IN X 8 IN, REDUCER
EACH
1.0
$
$
57
5010
FITTINGS BY COUNT, DUCTILE IRON,
16 IN, MJ CAP
EACH
1.0
$
$
58
5010
FITTINGS BY COUNT, DUCTILE IRON,
16 IN X 12 IN, REDUCER
EACH
2.0
$
$
59
5010
FITTINGS BY COUNT, DUCTILE IRON,
16 IN X 20 IN, REDUCER
EACH
1.0
$
$
60
5010
FITTING BY COUNT, DUCTILE IRON,
4 IN, RJ LONG SLEEVE
EACH
1.0
$
$
61
5010
FITTING BY COUNT, DUCTILE IRON,
6 IN, RJ LONG SLEEVE
EACH
5.0
$
$
FORM OF BID
AECOM #60528991
FB -3 of 8 FY 2018 University Avenue Reconstruction - Phase I
Waterloo, Iowa
City Contract No. 933
ITEM
NO.
ITEM CODE
ITEM
UNIT
EST.
QTY.
UNIT BID
PRICE
TOTAL BID
PRICE
62
5010
FITTING BY COUNT, DUCTILE IRON,
8 IN, RJ LONG SLEEVE
EACH
3.0
$
$
63
5010
FITTING BY COUNT, DUCTILE IRON,
12 IN, RJ LONG SLEEVE
EACH
6.0
$
$
64
5010
FITTING BY COUNT, DUCTILE IRON,
16 IN, RJ LONG SLEEVE
EACH
2.0
$
$
65
5010
FITTING BY COUNT, DUCTILE IRON,
20 IN, RJ LONG SLEEVE
EACH
1.0
$
$
66
5010
WATER SERVICE STUB, COPPER, 1 IN
LF
10.0
$
$
67
5010
WATER SERVICE STUB, COPPER,
1-1/2IN
LF
105.0
$
$
68
5020
VALVE, GATE, DIP, 4 IN
EACH
1.0
$
$
69
5020
VALVE, GATE, DIP, 6 IN
EACH
3.0
$
$
70
5020
VALVE, GATE, DIP, 8 IN
EACH
4.0
$
$
71
5020
VALVE, GATE, DIP, 12 IN
EACH
16.0
$
$
72
5020
FIRE HYDRANT
EACH
4.0
$
$
73
5020
FIRE HYDRANT ASSEMBLY REMOVAL
EACH
2.0
$
$
74
6010
MANHOLE, SW -402
EACH
5.0
$
$
75
6010
MANHOLE, SW -403
EACH
7.0
$
$
76
6010
MANHOLE, SPECIAL 1
EACH
1.0
$
$
77
6010
MANHOLE, SPECIAL 2
EACH
1.0
$
$
78
6010
INTAKE, MODIFIED SW -501
EACH
1.0
$
$
79
6010
INTAKE, MODIFIED SW -508
EACH
9.0
$
$
80
6010
INTAKE, MODIFIED SW -510
EACH
6.0
$
$
81
6010
INTAKE, SW -507
EACH
7.0
$
$
82
6010
INTAKE, SW -508
EACH
5.0
$
$
83
6010
INTAKE, SW -509
EACH
6.0
$
$
84
6010
INTAKE, SW -510
EACH
3.0
$
$
85
6010
INTAKE, SW -511
EACH
1.0
$
$
86
2435
INTAKE, SW -545
EACH
10.0
$
$
87
6010
MANHOLE OR INTAKE ADJUSTMENT,
MINOR
EACH
8.0
$
$
88
6010
CONNECTION TO EXISTING MANHOLE OR
INTAKE
EACH
15.0
$
$
89
6010
REMOVALS, MANHOLE OR INTAKE
EACH
60.0
$
$
90
7010
STANDARD OR SLIP FORM PORTLAND
CEMENT CONCRETE PAVEMENT, CLASS
C-SUD, CLASS 3 DURABILITY, 8.5 IN.
SY
497.9
$
$
91
7010
STANDARD OR SLIP FORM PORTLAND
CEMENT CONCRETE PAVEMENT, CLASS
C-SUD, CLASS 3 DURABILITY, 10 IN.
SY
41320.9
$
$
92
2304
TEMPORARY PAVEMENT
SY
1773.9
$
$
93
2304
TRANSITION PAVEMENT
SY
878.5
$
$
FORM OF BID
AECOM #60528991
FB -4 of 8 FY 2018 University Avenue Reconstruction - Phase I
Waterloo, Iowa
City Contract No. 933
ITEM
NO.
ITEM CODE
ITEM
UNIT
EST.
QTY.
UNIT BID
PRICE
TOTAL BID
PRICE
94
7010
CURB AND GUTTER, SLOPED, VAR., 10 IN.
LF
1478.7
$
$
95
7010
CURB AND GUTTER, STANDARD, VAR.,
101N.
LF
103.5
$
$
96
7010
CONCRETE MEDIAN
SY
261.1
$
$
97
7010
LINSEED OIL SURFACE TREATMENT OF
PCC PAVING AND CURB AND GUTTER
SY
8264.2
$
$
98
7030
REMOVAL OF SIDEWALK, SHARED USE
PATH, OR DRIVEWAY
SY
682.2
$
$
99
7030
SHARED USE PATHS, PCC, 6 IN.
SY
5128.0
$
$
100
7030
PCC SIDEWALK, PCC, 4 IN.
SY
2180.0
$
$
101
7030
PCC SIDEWALK, PCC, 6 IN.
SY
129.9
$
$
102
TECHNICAL 400
STANDARD PORTLAND CEMENT COLORED
CONCRETE PAVEMENT, CLASS C-4,
CLASS 3 DURABILITY, 6 IN.
SY
2516.9
$
$
103
TECHNICAL 400
STANDARD PORTLAND CEMENT COLORED
CONCRETE PAVEMENT, CLASS C-4,
CLASS 3 DURABILITY, 10 IN.
SY
1177.3
$
$
104
7030
DETECTABLE WARNINGS, CAST IRON
SF
532.0
$
$
105
7030
DRIVEWAYS, PCC, 6 IN.
SY
527.5
$
$
106
7040
FULL DEPTH PATCHES, HMA
SY
260.6
$
$
107
7040
REMOVAL OF PAVEMENT
SY
55425.0
$
$
108
7040
CURB AND GUTTER REMOVAL
LF
1552.5
$
$
109
7040
SAWCUT FOR REMOVALS
LF
6895.8
$
$
110
8010
TRAFFIC SIGNAL
EACH
4.0
$
$
111
8010
TRAFFIC SIGNAL REMOVAL
EACH
4.0
$
$
112
8010
TEMPORARY TRAFFIC SIGNAL
EACH
4.0
$
$
113
8030
TRAFFIC CONTROL
LS
1.0
$
$
114
2523
LIGHT POLES
EACH
64.0
$
$
115
2523
ELECTRICAL CIRCUITS
LF
11561.0
$
$
116
8010
HANDHOLES AND JUNCTION BOXES
EACH
33.0
$
$
117
2523
CONTROL CABINET
EACH
2.0
$
$
118
2528
FLAGGER
EACH
5.0
$
$
119
8020
PAINTED PAVEMENT MARKINGS, SOLVENT
WATERBORNE
STA
621.7
$
$
120
8020
WET, RETROREFLECTIVE REMOVABLE
TAPE MARKINGS
STA
756.1
$
$
121
8020
PAVEMENT MARKINGS REMOVED
STA
404.3
$
$
122
8020
SYMBOLS AND LEGENDS REMOVED
EACH
18.0
$
$
123
2401
REMOVAL OF CONCRETE FOOTINGS OF
LIGHT POLES
EACH
52.0
$
$
124
2505
REMOVAL OF STEEL BEAM GUARDRAIL
LF
64.0
$
$
125
2505
STEEL BEAM GUARDRAIL
LF
87.5
$
$
FORM OF BID
AECOM #60528991
FB -5 of 8 FY 2018 University Avenue Reconstruction - Phase!
Waterloo, Iowa
City Contract No. 933
ITEM
NO.
ITEM CODE
ITEM
UNIT
EST.
QTY.
UNIT BID
PRICE
TOTAL BID
PRICE
126
2505
STEEL BEAM GUARDRAIL END ANCHOR,
W -BEAM
EACH
1.0
$
$
127
2505
STEEL BEAM GUARDRAIL TANGENT END
TERMINAL, BA -205
EACH
1.0
$
$
128
2518
SAFETY CLOSURE
EACH
44.0
$
$
129
2524
REMOVE AND REINSTALL SIGN AS PER
EACH
12.0
$
$
130
2524
REMOVAL OF TYPE A SIGN ASSEMBLY
EACH
71.0
$
$
131
2524
PERFORATED SQUARE STEEL TUBE
POSTS
LF
2202.0
$
$
132
2524
PERFORATED SQUARE STEEL TUBE POST
ANCHOR, BREAK -AWAY SOIL
INSTALLATION
EACH
192.0
$
$
133
2524
TYPE A SIGNS, SHEET ALUMINUM
SF
1599.9
$
$
134
2524
TEMPORARY BUSINESS ACCESS SIGNS
EACH
24.0
$
$
135
2528
TEMPORARY BARRIER RAIL, CONCRETE
LF
2183.9
$
$
136
2528
TEMPORARY FLOODLIGHTING LUMINAIRE
EACH
12.0
$
$
137
2528
TEMPORARY LANE SEPARATION SYSTEM
LF
1367.3
$
$
138
2528
PORTABLE DYNAMIC MESSAGE SIGN
CDAY
110.0
$
$
139
9010
TEMPORARY SEEDING
ACRE
2.0
$
$
140
9040
SWPPP MANAGEMENT
LS
1.0
$
$
141
9010
SEEDING, FERTILIZING, AND MULCHING
FOR HYDRAULIC SEEDING
ACRE
10.0
$
$
142
9040
SILT FENCE OR SILT FENCE DITCH CHECK
INSTALLATION
LF
2363.0
$
$
143
9040
REMOVAL OF SILT FENCE OR SILT FENCE
DITCH CHECK
LF
2363.0
$
$
144
9040
TURF REINFORCEMENT MATS, TYPE II
SQ
104.0
$
$
145
2601
MOWING
ACRE
5.0
$
$
146
9040
TEMPORARY INTAKE OR MANHOLE
COVER ASSEMBLY
EACH
23.0
$
$
147
9040
MAINTENANCE OF TEMPORARY INTAKE
OR MANHOLE COVER ASSEMBLY
EACH
23.0
$
$
148
9040
OPEN -THROAT CURB INTAKE SEDIMENT
FILTER
LF
61.0
$
$
149
9040
MAINTENANCE OF OPEN -THROAT CURB
INTAKE SEDIMENT FILTER
EACH
61.0
$
$
150
9040
GRATE INTAKE SEDIMENT FILTER BAG
EACH
3.0
$
$
151
9040
MAINTENANCE OF GRATE INTAKE
SEDIMENT FILTER BAG
EACH
3.0
$
$
152
9060
CHAIN LINK FENCE, 72 IN.
LF
311.0
$
$
FORM OF BID
AECOM 860528991
FB -6 of 8 FY 2018 University Avenue Reconstruction - Phase I
Waterloo, Iowa
City Contract No. 933
ITEM
NO.
ITEM CODE
ITEM
UNIT
EST.
QTY.
UNIT BID
PRICE
TOTAL BID
PRICE
153
9060
GATES, 72 IN., 16 LF
EACH
1.0
$
$
154
9060
REMOVAL OF FENCE
LF
330.9
$
$
155
9060
CHAIN LINK FENCE, TEMPORARY
LF
330.9
$
$
156
9070
MODULAR BLOCK RETAINING WALL
SF
1661.4
$
$
157
11020
MOBILIZATION
LS
1.0
$
$
158
11030
RELOCATION OF MAILBOXES
LS
1.0
$
$
159
11050
CONCRETE WASHOUT
LS
1.0
$
$
160
TECHNICAL 400
LANDSCAPING
LS
1.0
$
$
161
9010
WATERING
MGAL
100.0
$
$
TOTAL BID AMOUNT
$/�C"1 iO 1.; j-
t
2. It is understood that the quantities set forth are approximate only and subject to variation and that the
unit bid price for the work done shall govern in the actual payment to Contractor.
3. In submitting this bid, the bidder understands that the right is reserved by the City of Waterloo, Iowa,
to reject any or all bids. If written notice of the acceptance of this bid is mailed, telegraphed, or
delivered to the undersigned within thirty (30) days after the opening thereof, or at any time thereafter
before this bid is withdrawn, the undersigned agrees to execute and deliver an agreement in the
prescribed form and furnish the required bond and certificate of the insurance within ten (10) days
after the agreement is presented to him for signature, and start work within ten (10) days after
"Notice to Proceed" is issued.
4. Security in the sum of
Dollars ($ ) in the form of
C), \ i'r. , , 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 Bidders 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 / f..
:a X2/6)
:3 , y- •32JJrz 41/1??
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.
FORM OF BID
AECOM #60528991
FB -7 of 8 FY 2018 University Avenue Reconstruction - Phase I
City Contract No. 933 Waterloo, Iowa
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.
(Name of Bidder)
(Date)
BY:/_ 41w t Title elect C,+i,1rlct111\---
Official Address: (Including Zip Code):
Ltt Rtvo-t s* .
`-'lrt�1
I.R.S. No. '-IL (/) Z.l (,'5(7
FORM OF BID
AECOM #60528991
FB -8 of 8 FY 2018 University Avenue Reconstruction - Phase I
City Contract No. 933 Waterloo, Iowa
NON -COLLUSION AFFIDAVIT OF PRIME BIDDER
State of --
County of
)ss
Diri 5 T I >° 6 ) 11 L r , being first duly sworn, deposes and says that:
t
1. He is (Owner, Partner, Officer, epresentative; or Agent) of fJ�' "<G'-? to -77
toe 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.
2018
(Signed)
Title
Subscribed and sworn to before me this I day of re- b r ukri�
My commission expires
NON -COLLUSION AFFIDAVITS
AECOM #60528991
putiCubtk UMAlairi►' . 'fire Cc Sic r e47
Title
�4 JENNIFER R WISSLER
':Commission Number 761292
My Commission Expires
°W January 4, 2019
NCA -1 of 2 FY 2018 University Avenue Reconstruction - Phase 1
City Contract Nol. 933 Waterloo, Iowa
EQUAL OPPORTUNITY CLAUSE
(As provided in Executive Order No. 11246)
All contractors, subcontractors, vendors and suppliers of goods and services doing business with the City
and value of said business equals or exceeds ten thousand dollars ($10,000.00) annually agree as
follows:
1. The contractors, subcontractor, vendor and supplier of goods and services will not discriminate
against any employee or applicant for employment because of race, color, creed, sex, national
origin, economic status, age, mental or physical handicap, political opinions or affiliations. The
contractor, subcontractor, vendor and supplier will develop an Affirmative Action program to
ensure that applicants are employed and that employees are treated during employment without
regard to their race, creed, color, sex, national origin, religion, economic status, age, mental or
physical disability, political opinions or affiliations. Such actions shall include but not be limited to
the following:
a. Employment
b. Upgrading
c. Demotion or Transfer
d. Recruitment and Advertising
e. Layoff or Termination
f. Rates of Pay or Other Forms of Compensation
g. Selection for Training Including Apprenticeship
The contractor, subcontractor, vendor and supplier of goods and services will, in all solicitations
or advertisements for employees, state that all qualified applicants will receive consideration for
employment without regard to race, creed, color, sex, national origin, religion, economic status,
age, mental or physical disabilities, political opinion or affiliations.
3. The contractor, subcontractor, vendor and supplier or his/her collective bargaining representative
will send to each labor union or representative of workers which he/she has a collective
bargaining agreement or other contract or understanding, a notice advising said labor union or
workers' representative of the contractors commitment under this section.
4. The contractor, subcontractor, vendor and supplier of goods and services will comply with all
published rules, regulations, directives, and order of the City of Waterloo Affirmative Action
Program Contract Compliance Provisions.
5. The contractor, subcontractor, vendor and supplier of goods and services will furnish and file
compliance reports within such time and upon such forms as provided by the Affirmative Action
Officer. Said forms will elicit information as to the policies, procedures, patterns, and practices of
each subcontractor as well as the contractor himself/herself and said contractor, subcontractor,
vendor and supplier will permit access to his/her employment books, records and accounts to the
City's Affirmative Action Officer, for the purpose of investigation to ascertain compliance with this
contract and with rules and regulations of the City's Affirmative Action Program—Contract
Compliance Provisions relative to Resolution No. 24664.
6. In the event of the contractors non-compliance with the non-discrimination clauses of this
contract or with any of such rules, regulations and orders, this contract may be canceled,
terminated or suspended in whole or in part and the contractor may be declared ineligible for
further contracts in accordance with procedures authorized by the City Council.
7. The contractor, subcontractor, vendor and supplier of goods and services will include, or
incorporate by reference, the provisions of the non-discrimination clause in every contract,
EQUAL OPPORTUNITY CLAUSE
AECOM #60528991
EOC-1 of 2 FY 2018 University Avenue Reconstruction - Phase 1
City Contract No. 933 Waterloo, Iowa
subcontract or purchase order unless exempted by the rules, regulations or orders of the City's
Affirmative Action Program, and will provide in every subcontract, or purchase order that said
provisions will be binding upon each contractor, subcontractor, or supplier.
8. We, the undersigned, recognize that we are morally and legally committed to non-discrimination
in employment. Any person who applies for employment with our company will not be
discriminated against because of race, creed, color, sex, national origin, economic status, age,
mental or physical disabilities.
EQUAL OPPORTUNITY CLAUSE
AECOM #60528991
(Signed)
(Appropriate Official)
(Title)
(Date)
EOC-2 of 2 FY 2018 University Avenue Reconstruction - Phase 1
City Contract No. 933 Waterloo, Iowa
Bidder Status Form
To be completed by all bidders Part A
Please answer "Yes" or "No" for each of the following:
[ Yes ❑ No
[p Yes ❑ No
❑ Yes ❑ No
[Z] Yes 111 No
EI Yes ❑ No
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 adddr//ess//es::/ % /
, / •',� / 4 to '� / /C--- / l(, Address: /b1/ /7306/ flacc, L <f7/.
r7 1
City, State, Zip. q� 1�11&Cd V/ rt ,i -j)4-,9
/ / to / / Address:
City, State, Zip:
Dates: / / to / / Address:
You may attach additional sheet(s) if needed. City, State, Zip:
Dates:
Dates:
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
force preferences or any other type of preference to bidders or laborers? ❑ Yes ❑ No
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
I 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.
i�rtCrS, r h
Firm Name: t'r, , � , , ,� ,. ,; ,
Signature:
1 �
Date: c9//4/7 g •
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 ❑ No My business is currently registered as a contractor with the Iowa Division of Labor.
D Yes No My business is a sole proprietorship and I am an Iowa resident for Iowa income tax purposes.
❑ Yes E( 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.
J' Yes 0 No
❑
Yes No
❑ Yes ,] No
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.
❑ Yes Ow 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.
❑ Yes "No 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.
D Yes
❑ Yes IJNo
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)
BSF-2
MBE/WBE BUSINESS ENTERPRISE
,PRE--�� D CONTACT INFORMATION FORM
O
Prime Contractor Name: ?CSen Lti NI Project: (6,.h, ,t. i , Letting Date:
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/WBEsubcontractors
11will be used, please use the bottom portion of this form.
Title: Pk M 2S�T � Date: cC//�:
Contractor Signature: 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 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
MC C, --
1
,;2/1.3--
,
ii. - KK:__
J
,,
:. 1-0-C C '
a/I 2
n%
u',
(Form CCO-4) Rev. 06-20-02
MBE/WBE PARTICIPATION
AECOM #60528991
M-8 of 8
City Contract No. 933
FY 2018 University Avenue Reconstruction - Phase 1
Waterloo, Iowa
PETERSON CONTRACTORS, INC.
www.petersoncontractors.com
104 Blackhawk Street
P.O. Box A
Reinbeck, Iowa 50669
Phone: 319-345-2713
BID
PROPOSAL FOR: 2018-01-23 UNIVERSITY AVENUE RECON -PH 1
Fax: 319-345-2991
ITEM # DESCRIPTION UNIT TYPE QUANTITY UNIT PRICE TOTAL AMOUNT
1 CLEARING AND GRUBBING UNIT 44.000 50. 00 2, 200. 00
2 ON-SITE TOPSOIL CY 3, 798.000 15. 00 56, 970. 00
3 TOPSOIL CONTRACTOR FURN CY 2,491. 000 17. 50 43, 592. 50
4 EXCAV CLASS 10 ROADWAY AND BORR CY 12, 788.000 8. 50 108, 698.00
5 EXCAV CLASS 10 UNSUITABLE OR UN CY 4, 842.000 15. 00 72, 630.00
6 EXCAV CLASS 10 WASTE CY 12, 782.000 7. 50 95, 865.00
7 EXCAV CLASS 13 CY 65.000 10. 00 650.00
8 SUBGRADE PREPARATION 12 IN. SY 43, 545.200 1.50 65, 317.80
9 SUBGRADE TREATMENT GEOTEXTILE SY 2, 066. 000 1.50 3, 099. 00
10 SUBBASE MODIFIED CY 16, 925. 900 22. 50 380, 832. 75
11 REMS STRUCTS EACH 20.000 200.00 4, 000. 00
12 REPLACEMENT OF UNSUITABLE BACKF CY 500.000 42. 50 21, 250. 00
13 STM SWR TRENCHED RCP CLASS III LF 1, 307.400 50.00 65, 370. 00
14 STM SWR TRENCHED RCP CLASS III LF 1, 201.800 52.00 62, 493.60
15 STM SWR TRENCHED RCP CLASS III LF 2, 524.900 72. 50 183, 055. 25
16 STM SWR TRENCHED RCP CLASS III LF 1, 158.500 82. 50 95, 576. 25
17 STM SWR TRENCHED RCP CLASS III LF 770.000 97. 50 75, 075. 00
18 STM SWR TRENCHED RCP CLASS III LF 476. 700 125. 00 59, 587.50
19 STM SWR TRENCHED RCP CLASS III LF 397.400 140, 00 55, 636.00
20 STM SWR TRENCHED RCP CLASS III LF 66. 800 275. 00 18, 370.00
21 STM SWR TRENCHED RCP CLASS III LF 626.400 135.00 84, 564.00
22 STM SWR TRENCHED RCP CLASS III LF 506. 900 155.00 78, 569. 50
23 STM SWR TRENCHED RCP CLASS III LF 12.000 1, 250.00 15, 000. 00
24 STM SWR TRENCHED RCP CLASS III LF 12.000 1, 400.00 16, 800. 00
25 STM SWR TRENCHED PVC 6 IN. LF 6.000 40. 00 240. 00
26 REM OF STM SWR RCP LESS THAN 36 LF 7,646.000 18. 50 141, 451.00
27 REM OF STM SWR RCP GREATER THAN LF 1, 447.000 22. 50 32, 557.50
28 STM SWR ABANDONMENT PLUG AND FI LF 105.000 85. 00 8, 925. 00
29 SUBDRAIN TYPE S 6 IN. LF 11, 837. 700 10. 00 118, 377.00
30 SUBDRAIN OUTLETS AND CONNECTION EACH 27.000 400. 00 10, 800.00
31 SUBDRAIN OUTLETS AND CONNECTION EACH 99. 000 150. 00 14, 850.00
32 WATER MAIN TRENCHED DUCTILE IRO LF 9.000 95. 00 855.00
33 WATER MAIN TRENCHED DUCTILE IRO LF 95.400 95. 00 9, 063.00
34 WATER MAIN TRENCHED DUCTILE IRO LF 102. 800 95. 00 9, 766.00
35 WATER MAIN TRENCHED DUCTILE IRO LF 103. 200 125. 00 12, 900. b0
36 WATER MAIN TRENCHED DUCTILE IRO LF 7. 000 600.00 4, 200. 00
37 WATER MAIN TRENCHED DUCTILE IRO LF 4. 000 1, 000.00 4, 000. 00
38 WATER MAIN TRENCHLESS DUCTILE I LF 116.500 140.00 16, 310. 00
39 WATER MAIN TRENCHLESS DUCTILE I LF 1, 710.400 155.00 265, 112. 00
40 WATER MAIN TRENCHLESS DUCTILE I LF 72.000 500. 00 36, 000. 00
41 WATER MAIN TRENCHLESS DUCTILE I LF 289.300 550. 00 159, 115.00
42 WATER MAIN TRENCHLESS DUCTILE I LF 320.800 930. 00 298, 344.00
43 FITTINGS BY COUNT DUCTILE IRON EACH 1.000 400. 00 400. 00
44 FITTINGS BY COUNT DUCTILE IRON EACH 1.000 300 00 300 00
PCI BID ON 2018-01-23 UNIVERSITY AVENUE RECON -PH 1 - Continued
ITEM# DESCRIPTION UNIT TYPE QUANTITY UNIT PRICE TOTAL AMOUNT
45 FITTINGS BY COUNT DUCTILE IRON EACH 8.000 470. 00 3, 760.00
46 FITTINGS BY COUNT DUCTILE IRON EACH 1.000 250. 00 250.00
47 FITTINGS BY COUNT DUCTILE IRON EACH 1.000 350. 00 350.00
48 FITTINGS BY COUNT DUCTILE IRON EACH 6.000 500. 00 3, 000.00
49 FITTINGS BY COUNT DUCTILE IRON EACH 2.000 450. 00 900.00
50 FITTINGS BY COUNT DUCTILE IRON EACH 6.000 725. 00 4, 350.00
51 FITTINGS BY COUNT DUCTILE IRON EACH 9.000 725. 00 6, 525.00
52 FITTINGS BY COUNT DUCTILE IRON EACH 4.000 1, 250. 00 5, 000. 00
53 FITTINGS BY COUNT DUCTILE IRON EACH 1.000 1, 175.00 1, 175. 00
54 FITTINGS BY COUNT DUCTILE IRON EACH 2.000 1, 200.00 2, 400. 00
55 FITTINGS BY COUNT DUCTILE IRON EACH 2.000 1, 225.00 2, 450. 00
56 FITTINGS BY COUNT DUCTILE IRON EACH 1.000 500. 00 500.00
57 FITTINGS BY COUNT DUCTILE IRON EACH 1.000 650. 00 650. 00
58 FITTINGS BY COUNT DUCTILE IRON EACH 2.000 1, 150.00 2, 300. 00
59 FITTINGS BY COUNT DUCTILE IRON EACH 1. 000 2, 100. 00 2, 100. 00
60 FITTING BY COUNT DUCTILE IRON 4 EACH 1.000 350. 00 350. 00
61 FITTING BY COUNT DUCTILE IRON 6 EACH 5. 000 425. 00 Z 125. 00
62 FITTING BY COUNT DUCTILE IRON 8 EACH 3.000 450. 00 1, 350. 00
63 FITTING BY COUNT DUCTILE IRON 1 EACH 6.000 700. 00 4, 200. 00
64 FITTING BY COUNT DUCTILE IRON 1 EACH 2.000 1, 200. 00 2, 400. 00
65 FITTING BY COUNT DUCTILE IRON 2 EACH 1.000 1, 800. 00 1, 800. 00
66 WATER SVC STUB COPPER 1 IN LF 10.000 250. 00 2, 500. 00
67 WATER SVC STUB COPPER 1 1/2 IN LF 105.000 50. 00 5, 250. 00
68 VALVE GATE DIP 4 IN EACH 1.000 950. 00 950. 00
69 VALVE GATE DIP 6 IN EACH 3.000 1, 250. 00 3, 750. 00
70 VALVE GATE DIP 8 IN EACH 4.000 1, 500. 00 6, 000.00
71 VALVE GATE DIP 12 IN EACH 16.000 2, 300. 00 36, 800.00
72 FIRE HYDRANT EACH 4.000 5, 300. 00 21, 200.00
73 FIRE HYDRANT ASSEMBLY REM EACH 2.000 1, 000. 00 2, 000.00
74 MANHOLE SW -402 EACH 5.000 4, 200. 00 21, 000.00
75 MANHOLE SW -403 EACH 6.000 7, 500. 00 45, 000.00
76 MANHOLE SPECIAL 1 EACH 2.000 15, 000.00 30, 000. 00
77 MANHOLE SPECIAL 2 EACH 1.000 6, 500.00 6, 500.00
78 INTAKE MODIFIED SW -501 EACH 1.000 7, 500. 00 7, 500.00
79 INTAKE MODIFIED SW -508 EACH 9.000 6, 600. 00 59, 400.00
80 INTAKE MODIFIED SW -510 EACH 6.000 8, 250. 00 49, 500.00
81 INTAKE SW -507 EACH 7.000 4, 250.00 29, 750.00
82 INTAKE SW -508 EACH 5.000 5, 100.00 25, 500.00
83 INTAKE SW -509 EACH 6.000 5, 650.00 33, 900.00
84 INTAKE SW -510 EACH 3.000 7, 750.00 23, 250.00
85 INTAKE SW -511 EACH 1.000 3, 650.00 3, 650.00
86 INTAKE SW -545 EACH 10.000 6, 500.00 65, 000. 00
87 MANHOLE OR INTAKE ADJ MINOR EACH 8.000 1, 500.00 12, 000. 00
88 CONNECTION TO EXISTING MANHOLE EACH 15.000 2, 200. 00 33, 000. 00
89 REMS MANHOLE OR INTAKE EACH 60.000 600. 00 36, 000. 00
90 STANDARD OR SLIP FORM PORTLAND SY 497. 900 46. 00 22, 903.40
91 STANDARD OR SLIP FORM PORTLAND SY 41, 320. 900 41.60 1, 718, 949.44
92 TEMP PAVE SY 1, 773. 900 42. 00 74, 503.80
93 TRANSITION PAVE SY 878. 500 55. 00 48, 317. 50
94 CURB AND GTR SLOPED VAR. 10 IN. LF 1, 276.000 25. 00 31, 900.00
95 CURB AND GTR STANDARD VAR. 10 I LF 103.500 28. 50 2, 949. 75
96 CONC MEDIAN SY 261. 100 37. 50 9, 791.25
PCI BID ON 2018-01-23 UNIVERSITY AVENUE RECON -PH 1 -Continued
ITEM# DESCRIPTION UNIT TYPE QUANTITY UNIT PRICE TOTAL AMOUNT
97 LINSEED OIL SURF TREATMENT OF P SY 8, 264.200 . 50 4, 132. 10
98 REM OF SIDEWALK SHARED USE PATH SY 682.200 4. 50 3, 069. 90
99 SHARED USE PATHS PCC 6 IN. SY 5, 128.000 32. 50 166, 660.00
100 PCC SIDEWALK PCC 4 IN. SY 2,180.000 33. 50 73, 030. 00
101 PCC SIDEWALK PCC 6 IN. SY 129.900 60. 00 7, 794. 00
102 STANDARD PORTLAND CEMENT COLORE SY 2, 516.900 110. 00 276, 859. 00
103 STANDARD PORTLAND CEMENT COLORE SY 1, 177.300 131.00 154, 226. 30
104 DETECTABLE WARNINGS CAST IRON SF 532.000 30. 00 15, 960. 00
105 DRVWYS PCC 6 IN. SY 527.500 40. 00 21, 100. 00
106 FULL DEPTH PATCHES HMA SY 260.600 100. 00 26, 060. 00
107 REM OF PAVE SY 55, 425.000 4. 50 249, 412.50
108 CURB AND GTR REM LF 1, 552. 500 Z 50 3, 881.25
109 SAWCUT FOR REMS LF 6, 895. 800 5. 50 37, 926. 90
110 TRFC SIGNAL EACH 4. 000 205, 000.00 820, 000. 00
111 TRFC SIGNAL REM EACH 4.000 2, 000.00 8, 000. 00
112 TEMP TRFC SIGNAL EACH 4.000 12, 500.00 50, 000. 00
113 TRFC CTRL LS 1.000 30, 000.00 30, 000. 00
114 LIGHT POLES EACH 64.000 4, 500.00 288, 000. 00
115 ELECTRICAL CIRCUITS LF 11, 561.000 9. 50 109, 829. 50
116 HANDHOLES AND JUNCTION BOXES EACH 33.000 950.00 31, 350. 00
117 CTRL CABINET EACH 2.000 6, 000. 00 12, 000. 00
118 FLAGGER EACH 5.000 500. 00 2, 500. 00
119 PAINTED PAVE MARKINGS SOLVENT W STA 621. 700 45. 00 27, 976. 50
120 WET RETROREFLECTIVE REMOVABLE T STA 756. 100 105. 00 79, 390. 50
121 PAVE MARKINGS REMD STA 404. 300 45. 00 18, 193. 50
122 SYMBOLS AND LEGENDS REMD EACH 18.000 100. 00 1, 800.00
123 REM OF CONC FOOTINGS OF LIGHT P EACH 52.000 500.00 26, 000.00
124 REM OF STEEL BEAM GUARDRAIL LF 64. 000 25.00 1, 600. 00
125 STEEL BEAM GUARDRAIL LF 87.500 25.00 2, 187. 50
126 STEEL BEAM GUARDRAIL END ANCHOR EACH 1.000 1, 500.00 1, 500. 00
127 STEEL BEAM GUARDRAIL TANGENT EN EACH 1.000 3, 000.00 3, 000. 00
128 SAFETY CLOSURE EACH 44.000 125. 00 5, 500. 00
129 REM AND REINSTALL SIGN AS PER P EACH 12.000 85. 00 1, 020. 00
130 REM OF TYPE A SIGN ASSEMBLY EACH 71.000 25. 00 1, 775. 00
131 PERFORATED SQUARE STEEL TUBE PO LF 846.000 6. 00 5, 076. 00
132 PERFORATED SQUARE STEEL TUBE PO EACH 64. 000 60. 00 3, 840. 00
133 TYPE A SIGNS SHEET ALUMINUM SF 571. 000 16. 00 9, 136. 00
134 TEMP BUSINESS ACCESS SIGNS EACH 24. 000 150. 00 3, 600.00
135 TEMP BARR RAIL CONC LF 2, 183. 900 8. 00 17, 471.20
136 TEMP FLOODLIGHTING LUMINAIRE EACH 12. 000 1, 100. 00 13, 200.00
137 TEMP LANE SEPARATION SYSTEM LF 1, 367. 300 8. 00 10, 938.40
138 PORTABLE DYNAMIC MESSAGE SIGN CDAY 110. 000 40.00 4, 400. 00
139 TEMP SEEDING ACRE 2.000 1, 750. 00 3, 500. 00
140 SWPPP MANAGEMENT LS 1.000 5, 000. 00 5, 000. 00
141 SEEDING FERTILIZING AND MULCHIN ACRE 10. 000 4, 000. 00 40, 000. 00
142 SILT FENCE OR SILT FENCE DITCH LF 2, 363. 000 2. 50 5, 907. 50
143 REM OF SILT FENCE OR SILT FENCE LF 2, 363.000 .25 590. 75
144 TURF REINFORCEMENT MATS TYPE II SQ 104.000 170.00 17, 680. 00
145 MOWING ACRE 5.000 225.00 1, 125. 00
146 TEMP INTAKE OR MANHOLE COVER AS EACH 23.000 65.00 1, 495. 00
147 MAINTENANCE OF TEMP INTAKE OR M EACH 23.000 25. 00 575. 00
148 OPEN -THROAT CURB INTAKE SEDIMEN LF 61.000 135. 00 8, 235. 00
PCI BID ON 2018-01-23 UNIVERSITY AVENUE RECON -PH 1 -Continued
ITEM #
149
150
151
152
153
154
155
156
157
158
159
160
161
DESCRIPTION
MAINTENANCE OF OPEN -THROAT CURB
GRATE INTAKE SEDIMENT FILTER BA
MAINTENANCE OF GRATE INTAKE SED
CHAIN LINK FENCE 72 IN.
GATES 72 IN. 16 LF
REM OF FENCE
CHAIN LINK FENCE TEMP
MODULAR BLOCK RETAINING WALL
MOB
RELOCATION OF MAILBOXES
CONC WASHOUT
LANDSCAPING
WATERING
TOTAL BID AMOUNT:
UNIT TYPE QUANTITY
EACH 61. 000
EACH 3. 000
EACH 3. 000
LF 311.000
EACH 1.000
LF 330.900
LF 330.900
SF 1, 736. 500
LS 1.000
LS 1.000
LS 1.000
LS 1.000
MGAL 100.000
UNIT PRICE
25. 00
135.00
25. 00
26. 50
1, 000.00
3.00
9.00
23.00
325, 000. 00
5, 000.00
5, 000.00
265, 000.00
150. 00
TOTAL AMOUNT
1, 525. 00
405.00
75.00
8, 241. 50
1, 000. 00
992. 70
2, 978. 10
39, 939. 50
325, 000.00
5, 000.00
5, 000. 00
265, 000.00
15, 000.00
$ 8, 709, 078.89
We have based this proposal on common law indemnification. PCI reserves the right to adjust pricing
for broader forms of indemnification, unusual insurance coverage limits and other onerous contract
provisions or at its own discretion, refuse, to sign any agreement not in its best interest.
PETERSON CONTRACTORS, INC.
February 15,2018
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 Bid Amount
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 15th day of February
2018, for FY 2018 University Avenue Reconstruction - Phase 1, Contract No. 933
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 falls 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 pres-
ents to be signed by their proper officers this 24th day of January , A.D. 2018
BID BOND
AECOM #60528991
Peterson -Co[ttractors, Inc.
By
I 1nci
nresident
eta
(Seal)
(Title)
Traveled ualty and Surttompany of America (Seal)
Sure
h-C.J
By
Atto - ey-in "
act Dione R. Young
BB -1 OF 1 FY 2018 University Avenue Reconstruction- Phase 1
City Contract No. 833 Waterloo, Iowa
TRAVELERS
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 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 June, 2021.
`(Y cmv:A. C ARA.IU.J-
Marie C. Tetreault, Notary Public
This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors 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, 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
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 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 do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said
Companies, which is in full force and effect and has not been revoked.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 24th day of January , 2018 .
Kevin E. Hughes, Assistant Secretary
To verify the authenticity of this Power of Attorney, cal 11-800-421-3880 or contact us at www.travelenbondcom. Please refer to the
Attorney -In -Fact number, the above-named individuals and the details of the bond to which the power is attached.