Loading...
HomeMy WebLinkAboutPeterson Contractors, Inc.DEAERSOH aAZRACZVRS QK. i BOX A it REINBECK, IOWA 50669-0155 FY 2019 University Ave. Recon. — Phase II Contract No. 934 City of Waterloo, IA Bid Date 03-14-19 Bid Proposal 111 BOX A REINBECK, IOWA 50669-0155 k.::1TY OF WATERLOO Y CLERK'S OFFICE ir!! 14 2019 F`M i2:36: s_7 FY 2019 University Ave. Recon. — Phase II Contract No. 934 City of Waterloo, IA Bid Date 03-14-19 BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, Peterson Contractors, Inc. as Principal, and Travelers Casualty and Surety Company of America as Surety are held and firmly bound unto the CITY OF WATERLOO , Iowa, hereinafter called "OWNER." In the penal sum ---Five Percent of the Bid Submitted --- Dollars ($ ---5%--- ) lawful money of the United States, for the payment of which sum will and truly be made, we bind ourselves, our heirs, executors, administrators, and successors, jointly and severally, firmly by these presents. The condition of this obligation is such that whereas the Principal has submitted the accompanying bid dated the 14th day of March 2019 , for FY 2019 University Avenue Reconstruction - Phase 2. Contract No. 134, Watertnr, IA 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 fumish 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 fails to execute the contract and provide the bond as provided in the specifications or by law. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall be in no way, impaired or affected by any extension of the time within which the Owner may accept such Bid or execute such contract; and said Surety does hereby waive notice of any such extension. IN WITNESS WHEREOF, the Principal and the Surety, have hereunto set their hands and seals, and such of them as are corporations, have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers this 12th day of February , A.D. 2019 Peterson Contractors, Inc. (Seal) CPmope_ 0)00 president (Title) Company of America(Seal) Travelers Cas W Witness Dione R. Young Attorney-in-fact Anne Crowner TRAVELERS J Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company Attorney -In -Fact No. 231471 Surety Bond No. or Project Description: POWER OF ATTORNEY St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company Principal: Peterson Contractors, Inc. Bid Bond Obligee: City of Waterloo KNOW ALL MEN BY THESE PRESENTS: That Farmington Casualty Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company are corporations duly organized under the laws of the State of Connecticut, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc. is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Craig E. Hansen, Jay D. Freiermuth, Brian M. Deimerly, Cindy Bennett, Anne Crowner, Tim McCulloh, Stacy Venn, Shirley 5. Bartenhagen, and Dione R. Young of the City of West Des Moines State of Iowa, their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law, IN WITNESS WHEREOF, the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this 24th day of October, 2016. Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company State of Connecticut City of Hartford ss. By: Robert L. Raney, Senior Vice President On this the 24th day of October, 2016, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. In Witness Whereof, I hereunto set my hand and official seal. My Commission expires the 30th day of lune, 2021. (m . C. tittAsauit 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 12th day of February , 2019 . Kevin E. Hughes, Assistant Secretary p Y> Je'Th pa o.0 ' r Emil •/ ; 6/ To verify the authenticity of this Power of Attorney, caii 1-800-421-3880 or contact us at www.traveiersbond.com. Please refer to the Attorney -In -fact number, the above-named individuals and the details of the bond to which the power is attached. REVISED PER ADDENDUM NO. 2 — 3111/19 FORM OF BID OR PROPOSAL FY 2019 UNIVERSITY AVENUE RECONSTRUCTION - PHASE 2 CONTRACT NO. 934 CITY OF WATERLOO, IOWA Honorable Mayor and City Council Waterloo, Iowa Gentlemen: 1. The undersigned, being a Corporation existing under the laws of the State of IOWA a Partnership consisting of the following partners: 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 2019 UNIVERSITY AVENUE RECONSTRUCTION — PHASE 2, Contract No. 934, all in accordance with the above - listed documents and for the unit prices for work in place for the following items and quantities: FY 2019 UNIVERSITY AVENUE RECONSTRUCTION - PHASE 2 CITY CONTRACT NO. 934 ITEM NO. ITEM CODE ITEM UNIT EST. QTY. UNIT BID PRICE TOTAL BID PRICE 1 2010 CLEARING AND GRUBBING UNIT 77 $ $ 2 2010 ON-SITE TOPSOIL CY 3259 $ $ 3 2010 TOPSOIL CONTRACTOR FURNISH CY 1545 $ $ 4 2010 EXCAVATION, CLASS 10, ROADWAY AND BORROW CY 5319 $ $ 5 2010 EXCAVATION, CLASS 10, WASTE CY 16808 $ $ 6 2010 EXCAVATION, CLASS 13 CY 200 $ $ 7 2010 SUBGRADE PREPARATION, 12 IN. SY 39743.1 $ $ 8 2010 SUBGRADETREATMENT,GEOGRID SY 2150 $ $ 9 2010 SUBBASE, MODIFIED CY 14107.2 $ $ 10 2010 REMOVALS, STRUCTURES EACH 9 $ $ 11 3010 REPLACEMENT OF UNSUITABLE BACKFILL MATERIAL CY 1000 $ $ 12 4020 STORM SEWER, TRENCHED, HDPE, 4lN. LF 28.7 $ $ 13 4020 STORM SEWER, TRENCHED, HDPE, 8IN. LF 77.5 $ $ 14 4020 STORM SEWER, TRENCHED, RCP, CLASS III, 15 IN. LF 3538.66 $ $ 15 4020 STORM SEWER, TRENCHED, RCP, CLASS III, 18 IN. LF 1294.7 $ $ FORM OF 6113 AECOM #60526991-Ph2 9B-1 of 10 FY 2019 University Avenue Reconstruction - Phase 2 City Contract No. 934 Waterloo, Iowa REVISED PER ADDENDUM NO. 2 - 3/11/19 ITEM NO. ITEM CODE ITEM UNIT EST. QTY. UNIT BID PRICE TOTAL BID PRICE 16 4020 STORM SEWER, TRENCHED, RCP, CLASS III, 24 IN. LF 216.3 $ $ 17 4020 STORM SEWER, TRENCHED, RCP, CLASS III, 30 IN. LF 886.9 $ $ 18 4020 REMOVAL OF STORM SEWER, RCP, LESS THAN 36 IN. LF 5069 $ $ 19 4020 STORM SEWER ABANDONMENT, PLUG AND FILL, LESS THAN 36 IN. LF 113 $ $ 20 4040 SUBDRAIN, TYPE S, 6 IN. LF 8363.8 $ $ 21 4040 SUBDRAIN OUTLETS AND CONNECTIONS, EXISTING SUBDRAIN, 6 IN. EACH 23 $ $ 22 4040 SUBDRAIN OUTLETS AND CONNECTIONS, PER PLAN, 6 IN. EACH 77 $ $ 23 5010 WATER MAIN, TRENCHED, DUCTILE IRON PIPE (DIP), 4 IN, NITRILE GASKETS LF 4 $ $ 24 5010 WATER MAIN, TRENCHED, DUCTILE IRON PIPE (DIP), 6 IN, NITRILE GASKETS LF 189.7 $ $ 25 5010 WATER MAIN, TRENCHED, DUCTILE IRON PIPE (DIP), 8 IN, NITRILE GASKETS LF 162.9 $ $ 26 5010 WATER MAIN, TRENCHED, DUCTILE IRON PIPE (DIP), 12 IN, NITRILE GASKETS LF 4420 $ $ 27 5010 WATER MAIN, DIRECT BURIED, DUCTILE IRON PIPE (DIP), 6 IN, NITRILE GASKETS, INTEGRAL RESTRAINED JOINTS WITH CASING PIPE LF 204.1 $ $ 28 5010 WATER MAIN, DIRECT BURIED, DUCTILE IRON PIPE (DIP), 8 IN, NITRILE GASKETS, INTEGRAL RESTRAINED JOINTS WITH CASING PIPE LF 144.8 $ $ 29 5010 WATER MAIN, DIRECT BURIED, DUCTILE IRON PIPE (DIP), 12 IN, NITRILE GASKETS, INTEGRAL RESTRAINED JOINTS WITH CASING PIPE LF 124.2 $ $ 30 5010 WATER MAIN, TRENCHLESS, DUCTILE IRON PIPE (DIP), 6 IN, NITRILE GASKETS, INTEGRAL RESTRAINED JOINTS WITH CASING PIPE LF 199.2 $ $ FORM OF BID AECOM #60528991-Ph2 FB -2 of 10 FY 2019 University Avenue Reconstruction - Phase 2 Waterloo, Iowa City Contract No. 934 REVISED PER ADDENDUM NO. 2 - 3/11/19 ITEMITEM NO. CODE ITEM UNIT EST. QTY. UNIT BID PRICE TOTAL BID PRICE 31 5010 WATER MAIN, TRENCHLESS, DUCTILE IRON PIPE (DIP), 8 IN, NITRILE GASKETS, INTEGRAL RESTRAINED JOINTS WITH CASING PIPE LF 221.9 $ $ 32 5010 WATER MAIN, TRENCHLESS, DUCTILE IRON PIPE (DIP), 12 IN, NITRILE GASKETS, INTEGRAL RESTRAINED JOINTS WITH CASING PIPE LF 135.8 $ $ 33 5010 FITTINGS BY COUNT, DUCTILE IRON, 4 IN, MJ CAP EACH 1 $ $ 34 5010 FITTINGS BY COUNT, DUCTILE IRON, 4 IN, 11 1/4° ELBOW EACH 1 $ $ 35 5010 FITTINGS BY COUNT, DUCTILE IRON, 6 IN, MJ CAP EACH 9 $ $ 36 5010 FITTINGS BY COUNT, DUCTILE IRON, 6 IN, 90° ELBOW EACH 2 $ $ 37 5010 FITTINGS BY COUNT, DUCTILE IRON, 6 IN, 22 1/2° ELBOW EACH 3 $ $ 38 5010 FITTINGS BY COUNT, DUCTILE IRON, 6 IN, 11 1/4° ELBOW EACH 1 $ $ 39 5010 FITTINGS BY COUNT, DUCTILE IRON, 6 IN, TEE EACH 1 $ $ 40 5010 FITTINGS BY COUNT, DUCTILE IRON, 6 IN, LOCKING TEE EACH 2 $ $ 41 5010 FITTINGS BY COUNT, DUCTILE IRON, 6 IN X 2 IN, REDUCER EACH 1 $ $ 42 5010 FITTINGS BY COUNT, DUCTILE IRON, 8 IN, MJ CAP EACH 7 $ $ 43 5010 FITTINGS BY COUNT, DUCTILE IRON, 8 IN, 90° ELBOW EACH 1 $ $ 44 5010 FITTINGS BY COUNT, DUCTILE IRON, 8 IN, 22 1/2° ELBOW EACH 3 $ $ 45 5010 FITTINGS BY COUNT, DUCTILE IRON, 8 IN, 11 1/4° ELBOW EACH 1 $ $ 46 5010 FITTINGS BY COUNT, DUCTILE IRON, 8 IN, TEE EACH 1 $ $ 47 5010 FITTINGS BY COUNT, DUCTILE IRON, 8 IN, LOCKING TEE EACH 1 $ $ 48 5010 FITTINGS BY COUNT, DUCTILE IRON, 8 IN X 6 IN, TEE EACH 2 $ $ 49 5010 FITTINGS BY COUNT, DUCTILE IRON, 8 IN X 4 IN, REDUCER EACH 1 $ $ FORM OF BID AECOM #60528991-Ph2 FB -3 of 10 FY 2019 University Avenue Reconstruction - Phase 2 Waterloo. Iowa City Contract No. 934 REVISED PER ADDENDUM NO. 2 - 3111/19 ITEMEST. NO. ITEM CODE ITEM UNIT QTY.PRICE UNIT BID TOTAL BID PRICE 50 5010 FITTINGS BY COUNT, DUCTILE IRON, 8 IN X 6 IN, REDUCER EACH 1 $ $ 51 5010 FITTINGS BY COUNT, DUCTILE IRON, 12 IN, M1 CAP EACH 1 $ $ 52 5010 FITTINGS BY COUNT, DUCTILE IRON, 12 IN, 90° ELBOW EACH 4 $ $ 53 5010 FITTINGS BY COUNT, DUCTILE IRON, 12 IN, 45° ELBOW EACH 9 $ $ 54 5010 FITTINGS BY COUNT, DUCTILE IRON, 12 IN, 22 1/2° ELBOW EACH 6 $ $ 55 5010 FITTINGS BY COUNT, DUCTILE IRON, 12 IN, 11 1/4° ELBOW EACH 1 $ $ 56 5010 FITTINGS BY COUNT, DUCTILE IRON, 12 IN, TEE EACH 3 $ $ 57 5010 FITTINGS BY COUNT, DUCTILE IRON, 12 IN, LOCKING TEE EACH 1 $ $ 58 5010 FITTINGS BY COUNT, DUCTILE IRON, 12 IN X 6 IN, TEE EACH 3 $ $ 59 5010 FITTINGS BY COUNT, DUCTILE IRON, 12 IN X 8IN, TEE EACH 1 $ $ 60 5010 FITTINGS BY COUNT, DUCTILE IRON, 12 IN X 6 IN, LOCKING TEE EACH 5 $ $ 61 5010 FITTINGS BY COUNT, DUCTILE IRON, 12 IN X 8 IN, LOCKING TEE EACH 6 $ $ 62 5010 FITTINGS BY COUNT, DUCTILE IRON, 12 IN X 6 IN, REDUCER EACH 2 $ $ 63 5010 FITTINGS BY COUNT, DUCTILE IRON, 12 IN X 8 IN, REDUCER EACH 1 $ $ 64 5010 FITTINGS BY COUNT, DUCTILE IRON, 12 IN X 6 IN, TAPPING SLEEVE EACH 1 $ $ 65 5010 FITTINGS BY COUNT, DUCTILE IRON, 4 IN, R.I LONG SLEEVE EACH 1 $ $ 66 5010 FITTINGS BY COUNT, DUCTILE IRON, 6 IN, R1 LONG SLEEVE EACH 7 $ $ 67 5010 FITTINGS BY COUNT, DUCTILE IRON, 8 IN, R1 LONG SLEEVE EACH 5 $ $ 68 5010 FITTINGS BY COUNT, DUCTILE IRON, 12 IN, RJ LONG SLEEVE EACH 2 $ $ 69 5010 WATER SERVICE STUB, COPPER, 3/4 IN LF 28.6 $ $ 70 5010 WATER SERVICE STUB, COPPER, 1 IN LF 63.2 $ $ 71 5010 WATER SERVICE STUB, COPPER, 1 1/4 IN LF 23.2 $ $ FORM OF BID AECOM #60526991-Ph2 FB -4 of 10 FY 2019 University Avenue Reconstruction - Phase 2 Waterloo, Iowa City Contract No. 934 REVISED PER ADDENDUM NO. 2 - 3/11/19 ITEM NO. ITEM CODE ITEM UNIT EST. QTY. UNIT BID PRICE TOTAL BID PRICE 72 5010 WATER SERVICE STUB, COPPER, 2 IN LF 19.3 $ $ 73 5010 WATER SERVICE STUB, TRENCHED, COPPER, 3/4 IN, WITH INTEGRAL RESTRAINED JOINT CASING PIPE LE 38.4 $ $ 74 5010 WATER SERVICE STUB, TRENCHED, COPPER, 1 IN, WITH INTEGRAL RESTRAINED JOINT CASING PIPE LF 39 $ $ 75 5010 WATER SERVICE STUB, TRENCHED, COPPER, 11/4 IN, WITH INTEGRAL RESTRAINED JOINT CASING PIPE LF 46 $ $ 76 5010 WATER SERVICE STUB, TRENCHLESS, COPPER, 1 IN, WITH INTEGRAL RESTRAINED JOINT CASING PIPE LF 45.8 $ $ 77 5010 WATER SERVICE STUB, TRENCHLESS, COPPER, 1 1/4 IN, WITH INTEGRAL RESTRAINED JOINT CASING PIPE LF 41.8 $ $ 78 5010 WATER SERVICE STUB, TRENCHLESS, COPPER, 2 IN, WITH INTEGRAL RESTRAINED JOINT CASING PIPE LF 50.7 $ $ 79 5020 VALVE, GATE, DIP, 4 IN EACH 1 $ $ 80 5020 VALVE, GATE, DIP, 6 IN EACH 15 $ $ 81 5020 VALVE, GATE, DIP, 8 IN EACH 8 $ $ 82 5020 VALVE, GATE, DIP, 12 IN EACH 18 $ $ 83 5020 FIRE HYDRANT EACH 9 $ $ 84 5020 FIRE HYDRANT ASSEMBLY REMOVAL EACH 8 $ $ 85 6010 MANHOLE, SW -401, 48 IN. EACH 4 $ $ 86 6010 MANHOLE, SW -401, 60 IN. EACH 2 $ $ 87 6010 MANHOLE, SW -402, 4 X 4 EACH 1 $ $ 88 6010 INTAKE, SW -501 EACH 2 $ $ 89 6010 INTAKE, SW -507 EACH 14 $ $ 90 6010 INTAKE, SW -508 EACH 6 $ $ 91 6010 INTAKE, SW -509 EACH 12 $ $ 92 6010 INTAKE, SW -510 EACH 8 $ $ 93 2435 INTAKE, SW -545 EACH 1 $ $ 94 6010 CONNECTION TO EXISTING MANHOLE OR INTAKE EACH 14 $ $ 95 6010 MANHOLE OR INTAKE ADJUSTMENT, MINOR EACH 10 $ $ FORM OF 81D AECOM #60528991-Ph2 FB -5 of 10 FY 2019 University Avenue Reconstruction - Phase 2 City Contract No. 934 Waterloo, Iowa REVISED PER ADDENDUM NO. 2-3111119 ITEM NO. ITEM CODE ITEM UNIT EST. QTY. UNIT BID PRICE TOTAL BID PRICE 96 6010 MANHOLE OR INTAKE ADJUSTMENT, MAJOR EACH 2 $ $ 97 6010 REMOVALS, MANHOLE OR INTAKE EACH 35 $ $ 98 6020 SANITARY SEWER SPOT REPAIR, BY COUNT EACH 1 $ $ 99 6020 SANITARY SEWER SPOT REPAIR, BY LINEAR FOOT LF 12 $ $ 100 7010 STANDARD OR SLIP FORM PORTLAND CEMENT CONCRETE PAVEMENT, CLASS C-SUD, CLASS 3 DURABILITY, 8 IN. SY 361.5 $ $ 101 7010 STANDARD OR SLIP FORM PORTLAND CEMENT CONCRETE PAVEMENT, CLASS C-SUD, CLASS 3 DURABILITY, 10 IN. SY 30967.3 $ $ 102 2304 TEMPORARY PAVEMENT SY 3574.6 $ $ 103 7010 CURB AND GUTTER, SLOPED, VAR., 61N. LF 662 $ $ 104 7010 CURB AND GUTTER, STANDARD, VAR., 6 IN. LF 856 $ $ 105 7010 CONCRETE MEDIAN SY 36.5 $ $ 106 7010 LINSEED OIL SURFACE TREATMENT OF PCC PAVING AND CURB AND GUTTER SY 3681.5 $ $ 107 7020 HMA PAVEMENT, STANDARD, 8 IN. SY 161.7 $ $ 108 7030 REMOVAL OF SIDEWALK, SHARED USE PATH, OR DRIVEWAY SY 1217.2 $ $ 109 7030 SHARED USE PATHS, PCC, 6 IN. SY 3779.7 $ $ 110 7030 PCC SIDEWALK, PCC, 4 IN. SY 1753.5 $ $ 111 TECHNICAL 401 STANDARD PORTLAND CEMENT COLORED CONCRETE PAVEMENT, CLASS C-4, CLASS 3 DURABILITY, 6 IN. SY 2377.3 $ $ 112 TECHNICAL 401 STANDARD PORTLAND CEMENT COLORED CONCRETE PAVEMENT, CLASS C-4, CLASS 3 DURABILITY, 10 IN. SY 897.2 $ $ 113 7030 DETECTABLE WARNINGS, CAST IRON SF 490 $ $ 114 7030 DRIVEWAYS, PCC, 6 IN. SY 2151.8 $ $ 115 7040 FULL DEPTH PATCHES, COMPOSITE SY 139.7 $ $ 116 7040 FULL DEPTH PATCHES, HMA SY 40.4 $ $ FORM OF BID AECOM #60528991-Ph2 FB -6 of 10 FY 2019 University Avenue Reconstruction - Phase 2 City Contract No. 934 Waterloo, Iowa REVISED PER ADDENDUM NO. 2 - 3/11/19 ITEM NO. ITEM CODE ITEM UNIT EST. QTY. UNIT BID PRICE TOTAL BID PRICE 117 7040 FULL DEPTH PATCHES, PCC SY 58.4 $ $ 118 7040 REMOVAL OF PAVEMENT SY 45061.9 $ $ 119 7040 CURB AND GUTTER REMOVAL LF 3500 $ $ 120 7040 SAWCUT FOR REMOVALS LF 5331.6 $ $ 121 8010 TRAFFIC SIGNAL EACH 3 $ $ 122 8010 TRAFFIC SIGNAL REMOVAL EACH 3 $ $ 123 8010 TEMPORARY TRAFFIC SIGNAL EACH 3 $ $ 124 8030 TRAFFIC CONTROL LS 1 $ $ 125 2523 LIGHT POLES EACH 40 $ $ 126 2523 ELECTRICAL CIRCUITS LF 12395 $ $ 127 8010 HANDHOLES AND JUNCTION BOXES EACH 44 $ $ 128 2523 CONTROL CABINET EACH 1 $ $ 129 2528 FLAGGER EACH 20 $ $ 130 8020 PAINTED PAVEMENT MARKINGS, SOLVENT WATERBORNE STA 312.03 $ $ 131 8020 WET, RETROREFLECTIVE REMOVABLE TAPE MARKINGS STA 336.48 $ $ 132 8020 PAVEMENT MARKINGS REMOVED STA 53.11 $ $ 133 8020 PAINTED SYMBOLS AND LEGENDS, SOLVENT WATERBORNE EACH 4 $ $ 134 2401 REMOVAL OF CONCRETE FOOTINGS OF LIGHT POLES EACH 26 $ $ 135 2505 REMOVAL OF STEEL BEAM GUARDRAIL LF 126 $ $ 136 2518 SAFETY CLOSURE EACH 61 $ $ 137 2524 REMOVE AND REINSTALL SIGN EACH 3 $ $ 138 2524 REMOVAL OF TYPE A SIGN ASSEMBLY EACH 32 $ $ 139 2524 REMOVAL OF TYPE B SIGN TRUSS AND FOUNDATION EACH 4 $ $ 140 2524 PERFORATED SQUARE STEEL TUBE POSTS LF 559 $ $ 141 2524 PERFORATED SQUARE STEEL TUBE POST ANCHOR, BREAK -AWAY SOIL INSTALLATION EACH 56 $ $ 142 2524 TYPE A SIGNS, SHEET ALUMINUM SF 468 $ $ FORM OF BID AECOM #60526991-Ph2 FB -7 of 10 FY 2019 University Avenue Reconstruction - Phase 2 City Contract No. 934 Waterloo, Iowa REVISED PER ADDENDUM NO. 2 - 3111/19 ITEM NO. ITEM CODE ITEM UNIT EST. QTY. UNIT BID PRICE TOTAL BID PRICE 143 2524 TYPE B SIGNS, SHEET ALUMINUM SF 77 $ $ 144 2524 TEMPORARY BUSINESS ACCESS SIGNS EACH 43 $ $ 145 2528 TEMPORARY BARRIER RAIL, CONCRETE LF 1290 $ $ 146 2528 TEMPORARY FLOODLIGHTING LUMINAIRE EACH 13 $ $ 147 2528 TEMPORARY LANE SEPARATION SYSTEM LF 3296 $ $ 148 2528 PORTABLE DYNAMIC MESSAGE SIGN CDAY 120 $ $ 149 9010 TEMPORARY SEEDING ACRE 4.5 $ $ 150 9040 SWPPP MANAGEMENT LS 1 $ $ 151 9010 SEEDING, FERTILIZING, AND MULCHING FOR HYDRAULIC SEEDING ACRE 4.5 $ $ 152 9040 PERIMETER AND SLOPE SEDIMENT CONTROL DEVICE LF 2275 $ $ 153 9040 REMOVAL OF PERIMETER AND SLOPE SEDIMENT CONTROL DEVICE LF 2275 $ $ 154 9040 SILT FENCE OR SILT FENCE DITCH CHECK INSTALLATION LF 2731.3 $ $ 155 9040 MAINTENANCE OF SILT FENCE OR SILT FENCE DITCH CHECK LF 273.1 $ $ 156 9040 REMOVAL OF SILT FENCE OR SILT FENCE DITCH CHECK LF 2731.3 $ $ 157 9040 ROLLED EROSION CONTROL PRODUCT, TYPE II SQ 103 $ $ 158 2601 MOWING ACRE 4.7 $ $ 159 9040 TEMPORARY INTAKE OR MANHOLE COVER ASSEMBLY EACH 6 $ $ 160 9040 MAINTENANCE OF TEMPORARY INTAKE OR MANHOLE COVER ASSEMBLY EACH 6 $ $ 161 9040 REMOVAL OF TEMPORARY INTAKE OR MANHOLE COVER ASSEMBLY EACH 6 $ $ 162 9040 OPEN -THROAT CURB INTAKE SEDIMENT FILTER EACH 45 $ $ 163 9040 MAINTENANCE OF OPEN -THROAT CURB INTAKE SEDIMENT FILTER EACH 45 $ $ 164 9040 REMOVAL OF OPEN -THROAT CURB INTAKE SEDIMENT FILTER EACH 45 $ $ 165 9040 GRATE INTAKE SEDIMENT FILTER BAG EACH 5 $ $ FORM OF 131O AECOM #60528991-Ph2 FB -B of 10 FY 2019 University Avenue Reconstruction - Phase 2 Waterloo, Iowa City Contract No. 934 REVISED PER ADDENDUM NO. 2 — 3/11/19 ITEM NO. ITEM CODE ITEM UNIT EST. QTY. UNIT BID PRICE TOTAL BID PRICE 166 9040 MAINTENANCE OF GRATE INTAKE SEDIMENT FILTER BAG EACH 5 $ $ 167 9040 REMOVAL OF GRATE INTAKE SEDIMENT FILTER BAG EACH 5 $ $ 168 9060 CHAIN LINK FENCE, 72 IN. LF 57.5 $ $ 169 9060 REMOVAL OF FENCE LF 57.5 $ $ 170 9070 MODULAR BLOCK RETAINING WALL SF 252 $ $ 171 11020 MOBILIZATION LS 1 $ $ 172 11030 RELOCATION OF MAILBOXES LS 1 $ $ 173 11050 CONCRETE WASHOUT LS 1 $ $ 174 TECHNICAL 400 LANDSCAPING LS 1 $ $ 175 9010 WATERING MGAL 11.76 $ $ 176 9040 IN-LINE FLOCCULANT SOCK EACH 50 $ $ 177 9040 DEWATERING BAGS EACH 75 $ $ TOTAL BID AMOUNT $8, 369, 859, 2. It is understood that the quantities set forth are approximate only and subject to variation and that the unit bid price for the work done shall govern in the actual payment to Contractor. 3. In submitting this bid, the bidder understands that the right is reserved by the City of Waterloo, Iowa, to reject any or all bids. If written notice of the acceptance of this bid is mailed, telegraphed, or delivered to the undersigned within thirty (30) days after the opening thereof, or at any time thereafter before this bid is withdrawn, the undersigned agrees to execute and deliver an agreement in the prescribed form and furnish the required bond and certificate of the insurance within ten (10) days after the agreement is presented to him for signature, and start work within ten (10) days after "Notice to Proceed" is issued. 4. Security in the sum of 5% Bid Bond Dollars ($ ) in the form of 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 FOC, within ten (10) days of notification that the bid submitted is lowest and acceptable. 9. The bidder has received the following Addendum or Addenda: Addendum No. 1 Date 3/4/2019 FORM OF BID AECOM #00528991-Ph2 2 3/11/2019 FB -9 of 10 FY 2019 University Avenue Reconstruction - Phase 2 City Contract No. 934 Waterloo, Iowa 58 REVISED PER ADDENDUM NO. 2 — 3/11/19 10. The bidder shall list the MBE/WBE subcontractor(s), amount of subcontracts and bid items on the City of Waterloo Minority and/or Women Business Pre-bid Contact Information Form submitted with this Form of Bid or Proposal. The apparent low Bidder shall submit a list of all other Subcontractor(s) to be used on this Project to the City of Waterloo by 5:00 p.m. the business day following the day Bids on this Project are due along with the Non -Collusion Affidavits of All Subcontractor(s). The Contractor shall submit information on subcontractors on "SUBCONTRACTOR REQUEST AND APPROVAL" Form to be provided by City prior to approval of contract. The subcontractors listed on this proposal and/or submitted to the Contract Compliance Officer cannot be changed except for the following reasons: 1) The City of Waterloo does not approve the subcontractors. 2) The subcontractors submit in writing that they cannot fulfill their subcontracts. 11. The bidder has filled in all blanks on this proposal. Those blanks not applicable are marked "none" or "NA". 12. The bidder has attached all applicable forms. 13. The Owner reserves the right to select alternates, delete line items, and/or to reduce quantities prior to the award of a contract due to budgetary limitations. Peterson Contractors, Inc. 3-14-19 (Name of Bidder) (Date) BY:Chris D. Fleshner Title Project Estimator Official Address: (Including Zip Code): 104 Black Hawk St., P.O. Box A Reinbeck, IA 50669 I.R.S. No. 42-0921654 FORM OF BID AECOM #60528991-Ph2 F8-10 of 10 FY 2019 University Avenue Reconstruction - Phase 2 City Contract No. 934 Waterloo, Iowa Bidder Status Form To be completed by all bidders Part A Please answer "Yes" or "No" for each of the following: ❑x Yes ❑ No ❑x Yes ❑ No x❑ Yes ❑ No ❑x Yes 0 No ❑x 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 addresses: Dates: 12 / 22 / 1968 to 03 / 14 /2019 Address: 104 Black Hawk St., P.O. Box A City, State, Zip: Reinbeck, IA 50669 Dates: Dates: / / to / / Address: City, State, Zip: / / to / / Address: You may attach additional sheet(s) if needed. City, State, Zip: 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 0 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. Firm Name Peterson Contractors, Inc. Signature: Date: 03-14-09 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) BSF-1 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 0 No ❑ Yes❑? No ❑ Yes ® No ® Yes ❑No ❑ Yes ❑X No My business is currently registered as a contractor with the Iowa Division of Labor. My business is a sole proprietorship and I am an Iowa resident for Iowa income tax purposes. 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. 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. 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. ❑ Yes ❑X No My business is a limited liability partnership which has filed a statement of qualification in this state and the statement has not been canceled. ❑ Yes © No 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 El No 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 0 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. ❑ Yes ® No My business is a limited liability company whose certificate of organization is filed in Iowa and has not filed a statement of termination. ❑ Yes ❑xNo 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) BSE -2 NON -COLLUSION AFFIDAVIT OF PRIME BIDDER State of I 01 (UAL )ss "�99 County of el Lt V�u l) 0,l(11r 11Iesh-ner being first duly sworn, deposes and says that: 1. He is (Owner, Partner Officer, "-eresentative orA•ent of Peterson Contractors, Inc. 2. He is fully informed respecting the preparation and contents of the attached Bid and of all pertinent circumstances respecting such Bid; , the Bidder that has submitted the attached Bid; 3. Such Bid is genuine and is not a collusive or sham Bid; 4. Neither the said Bidder nor any of its officers, partners, owners, agents, representatives, employees, or parties in interest, including this affiant, has in any way colluded, conspired, connived or agreed, directly or indirectly, with any other Bidder, firm or person to submit a collusive or sham Bid in connection with the Contract for which the attached Bid has been submitted or to refrain from bidding in connection with such Contract, or has in any manner, directly or indirectly, sought by agreement or collusion or communication or conference with any other Bidder, firm or person to fix the price or prices in the attached Bid or of any other Bidder, or, to fix any overhead, profit or cost element of the bid price or the bid price of any other Bidder, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against the City of Waterloo, Iowa, or any person interested in the Proposed Contract; and 5. The price or prices quoted in the attached Bid are fair and proper and are not tainted by any collusion, conspiracy, connivance or unlawful agreement on the part of the Bidder or any of its agents, representatives, owners, employees, or parties in interest, including this affiant. (Signed) Project Estimator Subscribed and sworn to before me this k day o Title My commission expires 6 3 [ "1 NON -COLLUSION AFFIDAVITS AECOM #90528991-Ph2 City Contract Nol. 934 Title (\,_o (� NCA -1 of 2 FY 2019 University Avenue Reconstruction - Phase 2 Waterloo, Iowa MBE/WBE BUSINESS ENTERPRISE PRE-BID CONTACT INFORMATION FORM Prime Contractor Name: Peterson Contractors , Inc. Project Contract #934 Letting Date: 03-14-2019 NO MBE/WBE SUBCONTRACTORS: If you are NOT using any MBE/WBE subcontractors to complete this project, sign below. Attach a brief explanation as to why subcontracting was not feasible with this project. If any MBE/WBE subcontractors will be used, please use the bottom portion of this form. Contractor Signature: Title: Proj ect Estimator Date: 03-14-19 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 DC Corporation 3-12-19 Y 3-13-19 Y $ 159,703.50 (Form CCO-4) Rev. 06-20-02 MBE/WBE PARTICIPATION AECOM #60528991-Ph2 M-9 of 9 FY 2019 University Avenue Reconstruction - Phase 2 Waterloo, Iowa City Contract No. 934 INFORMATION NEEDED FOR IOWA CONSTRUCTION SALES TAX EXEMPTION CERTIFICATE CONTRACTOR NAME: Peterson Contractors, Inc. ADDRESS: 104 Black Hawk St., P.O. Box A Reinbeck, IA 50669 (Check One) PRIME x SUBCONTRACTOR FEDERALID#: 42-0921654 PROJECT NAME: FY2019 University Ave. Recon. - Phase II PROJECT CONTRACT NO.: City Contract No. 934 DESCRIPTION OF WORK: 0 Brickwork O Carpentry Pt Concrete O Drywall -Plaster -Insulation O Electrical Excavation/Grading O Flooring M Heavy Construction O Heating -Ventilating -Air Cond SALES TAX EXEMPTION CERT AECOM #60528991-Ph2 �3 Landscaping O Painting It Paving O Plumbing O Roofing -Siding -Sheet Metal 0 Windows i (Wrecking -Demolition O Other (Please specify) STE-1 of 1 FY 2019 University Avenue Reconstruction - Phase 2 City Contract No. 934 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: Copy of 20190304 UNIVERSITY AVE -PH 2 - FINAL FORM OF BID - Fax: 319-345-2991 ITEM # DESCRIPTION UNIT TYPE QUANTITY UNIT PRICE TOTAL AMOUNT 1 CLEARING AND GRUBBING UNIT 77.000 60.00 4, 620. 00 2 ON-SITE TOPSOIL CY 3, 259.000 6.00 19, 554. 00 3 TOPSOIL CONTRACTOR FURN CY 1, 545. 000 17. 50 27, 037. 50 4 EXCAV CLASS 10 ROADWAY AND BORR CY 5, 319. 000 7. 00 37, 233. 00 5 EXCAV CLASS 10 WASTE CY 16, 808.000 10. 00 168, 080.00 6 EXCAV CLASS 13 CY 200.000 12. 50 2, 500. 00 7 SUBGRADE PREPARATION 12 IN. SY 39, 743. 100 1.85 73, 524. 74 8 SUBGRADE TREATMENT GEOGRID SY 2, 150. 000 1.85 3, 977. 50 9 SUBBASE MODIFIED CY 14, 107.200 30. 00 423, 216.00 10 REMS STRUCTS EACH 9.000 500. 00 4, 500. 00 11 REPLACEMENT OF UNSUITABLE BACKF CY 1, 000.000 2100 20, 000. 00 12 STM SWR TRENCHED HDPE 4 IN. LF 28. 700 50.00 1, 435. 00 13 STM SWR TRENCHED HDPE 8 IN. LF 77. 500 75. 00 5, 812. 50 14 STM SWR TRENCHED RCP CLASS III LF 3, 538.660 55. 00 194, 626. 30 15 STM SWR TRENCHED RCP CLASS III LF 1, 294.700 60. 00 77, 682.00 16 STM SWR TRENCHED RCP CLASS III LF 216. 300 65. 00 14, 059. 50 17 STM SWR TRENCHED RCP CLASS III LF 886.900 80. 00 70, 952. 00 18 REM OF STM SWR RCP LESS THAN 36 LF 5, 069. 000 12. 50 63, 362. 50 19 STM SWR ABANDONMENT PLUG AND FI LF 113. 000 40.00 4, 520. 00 20 SUBDRAIN TYPE S 6 IN. LF 8, 363. 800 12. 50 104, 547. 50 21 SUBDRAIN OUTLETS AND CONNECTION EACH 23.000 350. 00 8, 050.00 22 SUBDRAIN OUTLETS AND CONNECTION EACH 77.000 200. 00 15, 400.00 23 WATER MAIN TRENCHED DUCTILE IRO LF 4.000 150.00 600. 00 24 WATER MAIN TRENCHED DUCTILE IRO LF 189. 700 92. 50 17, 547. 25 25 WATER MAIN TRENCHED DUCTILE IRO LF 162.900 102. 50 16, 697.25 26 WATER MAIN TRENCHED DUCTILE IRO LF 4,420. 000 120. 00 530, 400.00 27 WATER MAIN DIRECT BURIED DUCTIL LF 204. 100 400. 00 81, 640.00 28 WATER MAIN DIRECT BURIED DUCTIL LF 144. 800 425. 00 61, 540. 00 29 WATER MAIN DIRECT BURIED DUCTIL LF 124.200 450. 00 55, 890. 00 30 WATER MAIN TRENCHLESS DUCTILE I LF 199.200 600.00 119, 520. 00 31 WATER MAIN TRENCHLESS DUCTILE I LF 221. 900 670.00 148, 673. 00 32 WATER MAIN TRENCHLESS DUCTILE I LF 135.800 1, 025.00 139, 195. 00 33 FITTINGS BY COUNT DUCTILE IRON EACH 1.000 325. 00 325. 00 34 FITTINGS BY COUNT DUCTILE IRON EACH 1.000 450. 00 450.00 35 FITTINGS BY COUNT DUCTILE IRON EACH 9000 350. 00 3, 15100 36 FITTINGS BY COUNT DUCTILE IRON EACH 2. 000 550.00 1, 100.00 37 FITTINGS BY COUNT DUCTILE IRON EACH 3. 000 525.00 1, 575. 00 38 FITTINGS BY COUNT DUCTILE IRON EACH 1. 000 525.00 525. 00 39 FITTINGS BY COUNT DUCTILE IRON EACH 1.000 1, 000. 00 1, 000. 00 40 FITTINGS BY COUNT DUCTILE IRON EACH 2.000 1, 000. 00 2, 000.00 41 FITTINGS BY COUNT DUCTILE IRON EACH 1. 000 500. 00 500. 00 42 FITTINGS BY COUNT DUCTILE IRON EACH 7. 000 400.00 2, 800. 00 43 FITTINGS BY COUNT DUCTILE IRON EACH 1. 000 525.00 525. 00 44 FITTINGS BY COUNT DUCTILE IRON EACH 3. 000 525.00 1, 575. 00 PCI BID ON Copy of 20190304 UNIVERSITY AVE -PI-I 2 - FINAL FORM OF BID - - Continued ITEM# DESCRIPTION UNIT TYPE QUANTITY UNIT PRICE TOTAL AMOUNT 45 FITTINGS BY COUNT DUCTILE IRON EACH 1. 000 525. 00 525. 00 46 FITTINGS BY COUNT DUCTILE IRON EACH 1. 000 1, 000. 00 1, 000. 00 47 FITTINGS BY COUNT DUCTILE IRON EACH 1. 000 1, 100. 00 1, 100.00 48 FITTINGS BY COUNT DUCTILE IRON EACH 2. 000 1, 000. 00 2, 000. 00 49 FITTINGS BY COUNT DUCTILE IRON EACH 1.000 400. 00 400.00 50 FITTINGS BY COUNT DUCTILE IRON EACH 1.000 400.00 400. 00 51 FITTINGS BY COUNT DUCTILE IRON EACH 1.000 550.00 550. 00 52 FITTINGS BY COUNT DUCTILE IRON EACH 4.000 775.00 3, 100. 00 53 FITTINGS BY COUNT DUCTILE IRON EACH 9.000 725. 00 6, 525. 00 54 FITTINGS BY COUNT DUCTILE IRON EACH 6.000 725. 00 4, 350. 00 55 FITTINGS BY COUNT DUCTILE IRON EACH 1.000 725. 00 725. 00 56 FITTINGS BY COUNT DUCTILE IRON EACH 3.000 1, 350. 00 4, 050. 00 57 FITTINGS BY COUNT DUCTILE IRON EACH 1.000 1, 400. 00 1, 400. 00 58 FITTINGS BY COUNT DUCTILE IRON EACH 3. 000 1, 300. 00 3, 900. 00 59 FITTINGS BY COUNT DUCTILE IRON EACH 1. 000 1, 300. 00 1, 300. 00 60 FITTINGS BY COUNT DUCTILE IRON EACH 5. 000 1, 400. 00 7, 000. 00 61 FITTINGS BY COUNT DUCTILE IRON EACH 6.000 1, 400. 00 8, 400. 00 62 FITTINGS BY COUNT DUCTILE IRON EACH 2.000 550. 00 1, 100. 00 63 FITTINGS BY COUNT DUCTILE IRON EACH 1.000 550. 00 550. 00 64 FITTINGS BY COUNT DUCTILE IRON EACH 1.000 2, 850. 00 2, 850.00 65 FITTINGS BY COUNT DUCTILE IRON EACH 1.000 375. 00 375. 00 66 FITTINGS BY COUNT DUCTILE IRON EACH 7.000 450. 00 3, 150. 00 67 FITTINGS BY COUNT DUCTILE IRON EACH 5.000 475.00 2, 375. 00 68 FITTINGS BY COUNT DUCTILE IRON EACH 2.000 700.00 1, 400. 00 69 WATER SVC STUB COPPER 3/4 IN LF 28.600 250.00 7, 150. 00 70 WATER SVC STUB COPPER 1 IN LF 63.200 325. 00 20, 540. 00 71 WATER SVC STUB COPPER 1 1/4 IN LF 23.200 275. 00 6, 380. 00 72 WATER SVC STUB COPPER 2 IN LF 19. 300 425. 00 8, 202. 50 73 WATER SVC STUB TRENCHED COPPER LF 38.400 125. 00 4, 800. 00 74 WATER SVC STUB TRENCHED COPPER LF 39. 000 125. 00 4, 875. 00 75 WATER SVC STUB TRENCHED COPPER LF 46. 000 125. 00 5, 750. 00 76 WATER SVC STUB TRENCHLESS COPPE LF 45. 800 125. 00 5, 725. 00 77 WATER SVC STUB TRENCHLESS COPPE LF 41. 800 125. 00 5, 225. 00 78 WATER SVC STUB TRENCHLESS COPPE LF 50, 700 125. 00 6, 337. 50 79 VALVE GATE DIP 4 IN EACH 1.000 1, 100. 00 1, 100. 00 80 VALVE GATE DIP 6 IN EACH 15. 000 1, 350. 00 20, 250. 00 81 VALVE GATE DIP 8 IN EACH 8.000 1, 600. 00 12, 800. 00 82 VALVE GATE DIP 12 IN EACH 18.000 2, 400. 00 43, 200. 00 83 FIRE HYDRANT EACH 9.000 6, 000. 00 54, 000.00 84 FIRE HYDRANT ASSEMBLY REM EACH 8.000 1, 500. 00 12, 000.00 85 MANHOLE SW -401 48 IN. EACH 4.000 3, 750.00 15, 000. 00 86 MANHOLE SW -401 60 IN. EACH 2.000 5, 000. 00 10, 000. 00 87 MANHOLE SW -402 4 X 4 EACH 1.000 4, 500. 00 4, 500. 00 88 INTAKE SW -501 EACH 2.000 5, 500. 00 11, 000. 00 89 INTAKE SW -507 EACH 14.000 5, 000.00 70, 000.00 90 INTAKE SW -508 EACH 6.000 5, 500.00 33, 000. 00 91 INTAKE SW -509 EACH - 12.000 5, 500.00 66, 000. 00 92 INTAKE SW -510 EACH 8.000 6, 250. 00 50, 000. 00 93 INTAKE SW -545 EACH 1.000 6, 250. 00 6, 250. 00 94 CONNECTION TO EXISTING MANHOLE EACH 14.000 1, 500. 00 21, 000. 00 95 MANHOLE OR INTAKE ADJ MINOR EACH 10.000 1, 400. 00 14, 000. 00 96 MANHOLE OR INTAKE ADJ MAJOR EACH 2.000 3, 250. 00 6, 500 00 PCI BID ON Copy of 20190304 UNIVERSITY AVE -PH 2 - FINAL FORM OF BID - - Continued ITEM # DESCRIPTION UNIT TYPE QUANTITY UNIT PRICE TOTAL AMOUNT 97 REMS MANHOLE OR INTAKE EACH 35. 000 1, 000. 00 35, 000.00 98 SAN SWR SPOT REPAIR BY COUNT EACH 1.000 5, 000. 00 5, 000. 00 99 SAN SWR SPOT REPAIR BY LINEAR F LF 12.000 500.00 6, 000. 00 100 STANDARD OR SLIP FORM PORTLAND SY 361. 500 40. 00 14, 460. 00 101 STANDARD OR SLIP FORM PORTLAND SY 30, 967.300 48. 00 1, 486, 430. 40 102 TEMP PAVE SY 3, 574.600 66. 00 235, 923.60 103 CURB AND GTR SLOPED VAR. 6 IN. LF 662.000 26.00 17, 212. 00 104 CURB AND GTR STANDARD VAR. 6 IN LF 856. 000 26.00 22, 256. 00 105 CONC MEDIAN SY 36. 500 66. 00 2, 409. 00 106 LINSEED OIL SURF TREATMENT OF P SY 3, 681. 500 1.20 4, 417. 80 107 HMA PAVE STANDARD 8 IN. SY 161. 700 90.00 14, 553. 00 108 REM OF SIDEWALK SHARED USE PATH SY 1, 217.200 5. 50 6, 694. 60 109 SHARED USE PATHS PCC 6 IN. SY 3, 779.700 32. 00 120, 950. 40 110 PCC SIDEWALK PCC 4 IN. SY 1, 753.500 34. 00 59, 619.00 111 STANDARD PORTLAND CEMENT COLORE SY 2, 377.300 110.00 261, 503. 00 112 STANDARD PORTLAND CEMENT COLORE SY 897.200 132. 50 118, 879. 00 113 DETECTABLE WARNINGS CAST IRON SF 490. 000 30.00 14, 700. 00 114 DRVWYS PCC 6 IN. SY 2, 151.800 37. 75 81, 230.45 115 FULL DEPTH PATCHES COMPOSITE SY 139.700 155. 00 21, 653. 50 116 FULL DEPTH PATCHES HMA SY 40.400 145.00 5, 858. 00 117 FULL DEPTH PATCHES PCC SY 58.400 105.00 6, 132. 00 118 REM OF PAVE SY 45, 061.900 5. 50 247, 840. 45 119 CURB AND GTR REM LF 3, 500.000 2. 50 8, 750. 00 120 SAWCUT FOR REMS LF 5, 331.600 5.50 29, 323.80 121 TRFC SIGNAL EACH 3. 000 215, 000.00 645, 000. 00 122 TRFC SIGNAL REM EACH 3. 000 4, 500.00 13, 500. 00 123 TEMP TRFC SIGNAL EACH 3.000 12, 000. 00 36, 000. 00 124 TRFC CTRL LS 1.000 60, 000. 00 60, 000.00 125 LIGHT POLES EACH 40.000 4, 750.00 190, 000. 00 126 ELECTRICAL CIRCUITS LF 12, 395. 000 10.00 123, 950. 00 127 HANDHOLES AND JUNCTION BOXES EACH 44.000 950. 00 41, 800. 00 128 CTRL CABINET EACH 1.000 6, 500. 00 6, 500.00 129 FLAGGER EACH 20.000 600.00 12, 000.00 130 PAINTED PAVE MARKINGS SOLVENT W STA 312. 030 36.00 11, 233. 08 131 WET RETROREFLECTIVE REMOVABLE T STA 336.480 110. 00 37, 012. 80 132 PAVE MARKINGS REMD STA 53. 110 115. 00 6, 107.65 133 PAINTED SYMBOLS AND LEGENDS SOL EACH 4.000 100. 00 400.00 134 REM OF CONC FOOTINGS OF LIGHT P EACH 26.000 500. 00 13, 000.00 135 REM OF STEEL BEAM GUARDRAIL LF 126. 000 8. 50 1, 071.00 136 SAFETY CLOSURE EACH 61.000 100. 00 6, 100. 00 137 REM AND REINSTALL SIGN EACH 3.000 100. 00 300. 00 138 REM OF TYPE A SIGN ASSEMBLY EACH 32.000 50. 00 1, 600.00 139 REM OF TYPE B SIGN TRUSS AND FD EACH 4.000 3, 000. 00 12, 000.00 140 PERFORATED SQUARE STEEL TUBE PO LF 559. 000 8.00 4, 472.00 141 PERFORATED SQUARE STEEL TUBE PO EACH 56.000 225.00 12, 600. 00 142 TYPE SIGNS SHEET ALUMINUM SF 468.000 17. 50 8, 190. CO 143 TYPE B SIGNS SHEET ALUMINUM SF 77.000 27. 50 2, 117. 50 144 TEMP BUSINESS ACCESS SIGNS EACH 43.000 100. 00 4, 300.00 145 TEMP BARR RAIL CONC LF 1, 290.000 12.00 15, 480. 00 146 TEMP FLOODLIGHTING LUMINAIRE EACH 13. 000 1, 000. 00 13, 000. 00 147 TEMP LANE SEPARATION SYSTEM LF 3, 296.000 10. 00 32, 960. 00 148 PORTABLE DYNAMIC MESSAGE SIGN CDAY 120.000 75. 00 9, 000. 00 PCI BID ON Copy of 20190304 UNIVERSITY AVE -PH 2 - FINAL FORM OF BID - - Continued ITEM# DESCRIPTION UNIT TYPE QUANTITY UNIT PRICE TOTAL AMOUNT 149 TEMP SEEDING ACRE 4. 500 2, 100. 00 9, 450. 00 150 SWPPP MANAGEMENT LS 1. 000 20, 000. 00 20, 000. 00 151 SEEDING FERTILIZING AND MULCHIN ACRE 4. 500 4, 500.00 20, 250. 00 152 PERIMETER AND SLOPE SEDIMENT CT LF 2, 275.000 3. 00 6, 825.00 153 REM OF PERIMETER AND SLOPE SEDI LF 2, 275.000 . 25 568. 75 154 SILT FENCE OR SILT FENCE DITCH LF 2, 731. 300 2. 25 6, 145. 43 155 MAINTENANCE OF SILT FENCE OR SI LF 273. 100 . 35 95. 59 156 REM OF SILT FENCE OR SILT FENCE LF 2, 731.300 . 50 1, 365.65 157 ROLLED EROSION CTRL PRODUCT TYP SQ 103.000 22. 50 2, 317. 50 158 MOWING ACRE 4. 700 225. 00 1, 057. 50 159 TEMP INTAKE OR MANHOLE COVER AS EACH 6. 000 65.00 390.00 160 MAINTENANCE OF TEMP INTAKE OR M EACH 6.000 35. 00 210. 00 161 REM OF TEMP INTAKE OR MANHOLE C EACH 6.000 25. 00 150. 00 162 OPEN -THROAT CURB INTAKE SEDIMEN EACH 45.000 105. 00 4, 725. 00 163 MAINTENANCE OF OPEN -THROAT CURB EACH 45. 000 25.00 1, 125. 00 164 REM OF OPEN -THROAT CURB INTAKE EACH 45. 000 25.00 1, 125.00 165 GRATE INTAKE SEDIMENT FILTER BA EACH 5.000 135. 00 675. 00 166 MAINTENANCE OF GRATE INTAKE SED EACH 5.000 35. 00 175. 00 167 REM OF GRATE INTAKE SEDIMENT FI EACH 5.000 25. 00 125. 00 168 CHAIN LINK FENCE 72 IN. LF 57. 500 35.00 2, 012. 50 169 REM OF FENCE LF 57.500 15.00 862. 50 170 MODULAR BLOCK RETAINING WALL SF 252.000 30.00 7, 560.00 171 MOB LS 1.000 650, 000. 00 650, 000. 00 172 RELOCATION OF MAILBOXES LS 1. 000 2, 000. 00 2, 000. 00 173 CONC WASHOUT LS 1. 000 15, 000.00 15, 000. 00 174 LANDSCAPING LS 1. 000 275, 000.00 275, 000.00 175 WATERING MGAL 11.760 160. 00 1, 881.60 176 IN-LINE FLOCCULANT SOCK EACH 50.000 700. 00 35, 000. 00 177 DEWATERING BAGS EACH 75.000 550.00 41, 250.00 TOTAL BID AMOUNT: $ 8, 369, 859. 58 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. March 14,2019