Loading...
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.