HomeMy WebLinkAboutPeterson ContractorsMriak
VAMISMIS
0K.
BOX A
REINBECK, IOWA 50669-0155
CITY OF WATERLOO
CITY CLERK'S OFFICE
SEP 5 20019 PH 12:59:28
•
F.Y.2020 Cardinal Dr., Donald
St., Linbud LN., Martin Rd.
Drainage Improvements
Contract #988
Bid Date 9-5-19 @ 1PM
Bid Proposal
EZERStk
'a'AVAACWa
lava.
BOX A
11
REINBECK, IOWA 50669-0155
1
CITY OF WATERLOO
CITY CLERKS OFFICE
SEP 5 2019 PH12:59..
S3
F.Y.2020 Cardinal Dr., Donald
St., Linbud IN., Martin Rd.
Drainage Improvements
Contract #988
Bid Date 9-5-19 @ 1PM
Bid Bond
FORM OF BID OR PROPOSAL
FY 2020 CARDINAL DR., DONALD ST., LINBUD LN., MARTIN RD. DRAINAGE IMPROVEMENTS
CONTRACT NO. 988
CITY OF WATERLOO, IOWA
Honorable Mayor and City Council
Waterloo, Iowa
The undersigned, being a Corporation existing under the laws of the State 01
rotAxt 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 2020 CARDINALD DR.,
DONALD ST., LINBUD LN , MARTIN RD. DRAINAGE IMPROVEMENTS, Contract No 988, all in
accordance with the above -listed documents and for the unit prices for work in place for the following
items and quantities:
FY 2020 CARDINALD
DRAINAGE
DR.,
CONTRACT
DONALD ST., LINBUD LN., MARTIN RD.
IMPROVEMENTS
NO. 988
BID
ITEM
SUDAS
SPECIFICATION
*SEE
SUPPLEMENTAL
SP = SPCL PROV
DESCRIPTION
UNIT
EST QTY
UNIT BID
PRICE
TOTAL BID
PRICE
EARTHWORK,
SUBGRADE,
AND
SUBBASE
1
2010-108-B
CLEARING
AND
GRUBBING
BY AREA
SY
91.0
$
$
2
2010-108-D*
TOPSOIL
STRIP,
STOCKPILE,
SPREAD,
4 INCHES
SY
2068.0
$
$
3
2010-108-E-0
EXCAVATION,
CLASS 10
CY
41.0
$
$
4
2010-108-E*
EXCAVATION,
CLASS 10
WASTE
CY
10.0
$
$
5
2010-108-E*
EXCAVATION,
CLASS 10 BORROW
CY
67.0
$
$
6
2010-108-G
SUBGRADE
PREPARATION
SY
165.0
$
$
7
2010-108-I.0
MODIFIED
SUBBASE, 6 INCH
SY
13.0
$
$
8
2010-108-I*
RECYCLED
INCH
ASPHALT PAVEMENT
AS SUBBASE,
6
SY
40.0
$
STORM
SEWERS
9
4020-108-A*
RCP, 12
INCH
LF
149.0
$
$
10
4020-108-A*
RCP, 18
INCH
LF
103.0
$
$
11
4020-108-A*
HDPE 18
INCH
LF
222.0
$
$
12
4020-108-A*
HDPE, 24
INCH
LF
416.0
$
$
FORM OF BID
CONTRACT NO. 988
Page 1 of 4
BID
ITEM
SUDAS
SPECIFICATION
*SEE
SUPPLEMENTAL
SP = SPCL
PROV
DESCRIPTION
UNIT
EST QTY
UNIT BID
PRICE
TOTAL BID
PRICE
STORM SEWERS
13
4020-108-A
RCP, 24 INCH
LF
6.0
$
$
14
INLINE CHECK VALVE, 12 INCH
EA
2.0
$
$
PIPE CULVERTS
15
4030-108-B*
RCP APRON, 12 INCH
EA
2.0
$
$
16
4030-108-B*
RCP APRON, 18 INCH
EA
1.0
$
$
SUBDRAINS AND FOOTING DRAIN COLLECTORS
17
4040-108-A
SUBDRAIN, 6
INCH
LS
1571,0
$
$
18
4040-108-C*
SUBDRAIN
CLEANOUT,
6 INCH
EA
4.0
$
$
19
4040-108-D*
SUBDRAIN
OUTLET, 6 INCH
EA
5.0
$
$
20
4040-108-A*
NON -PERFORATED
PVC STUB,
4
INCH
LF
68.0
$
$
21
4040-108-A*
REMOVE AND
REPLACE SUBDRAIN, 6 INCH
LS
10.0
$
$
STRUCTURES
SEWERS
FOR
SANITARY
AND
STORM
22
6010-108-A*
STORM SEWER MANHOLE, SW -401
EA
4.0
$
$
23
6010-108-B*
STORM
SEWER
INTAKE, SW -501
EA
3.0
$
$
24
6010-108-B*
STORM
SEWER
INTAKE, SW -503
EA
1.0
$
$
25
6010-108-B
STORM SEWER INTAKE, SW -513
EA
2.0
$
$
PORTLAND CEMENT CONCRETE PAVEMENT
26
7010-108-A-0*
PCC PAVEMENT, 6 INCH
SY
13.0
$
$
27
7010-108-A-0
PCC PAVEMENT, 7 INCH
SY
172.0
$
$
28
7010-108-A*
PCC PAVEMENT, FLUME, 7 INCH
SY
9.4
$
$
29
7010-108-E
PCC CURB AND GUTTER, 24 INCH
LF
49.0
$
$
HOT MIX ASPHALT
PAVEMENT
30
7020-108-B*
HMA PAVEMENT 3 INCH
SY
206.0
$
$
31
7020-108-6*
HMA PAVEMENT, 5 INCH
SY
13.0
$
$
32
7020-108-B*
HMA PAVEMENT, 6 INCH
SY
40.0
$
$
33
RECYCLED
MATERIAL,
ASPHALT PAVEMENT
6 INCH
AS SHOULDER
SY
500.0
$
$
PAVEMENT REHABILITATION
34
7040-108-H
PAVEMENT
REMOVAL
SY
232.0
$
$
35
7040-108-H*
UNIMPROVED
AND
RESPREAD
PAVEMENT
REMOVAL,
STOCKPILE,
SY
247.0
$
$
36
7040-108-1
CURB AND GUTTER REMOVAL
LF
45.0
$
$
37
REMOVAL OF EXISTING SHOULDER MATERIAL
SY
597.0
$
$
TEMPORARY TRAFFIC CONTROL
38
8030-108-A-0
TEMPORARY
TRAFFIC
CONTROL
LS
1.0
$
$
SEEDING
39
9010-108-B-0*
HYDRAULIC
MULCHING
SEEDING,
FERTILIZING AND
SY
2454
$
$
40
REMOVE
WOOD
AND REINSTALL FENCE
PANELS, 8' X 6'
EA
53.0
$
$
FORM OF BID
CONTRACT NO. 988
Page 2 of 4
BID
ITEM
SUDAS
SPECIFICATION
*
SUPPLEMENTAL
SP = SPCL
SEE
PROV
DESCRIPTION
UNIT
EST QTY
UNIT BID
PRICE
TOTAL BID
PRICE
EROSION AND SEDIMENT CONTROL
41
9040-108-E-0
TEMPORARY
RECP, WOOD EXCELSIOR
MAT
SY
2168
$
$
42
9040-108-F-1
WATTLE, STRAW, 6 INCH
LF
92.0
$
$
43
9040-108-F-2
WATTLE,
REMOVAL
LF
92.0
$
$
44
9040-108-J
EROSION
STONE,
6
INCH
TN
5.0
$
$
45
9040-108-J
MACADAM
STONE,
3 INCH
TN
2.0
$
$
46
9040-108-J
CLASS
D
REVETMENT
TN
30.0
$
$
MOBILIZATION
47
11020-108-A-1
MOBILIZATION
LS
1.0
$
$
TOTAL BID
'Pleat
$ J% Ij
iti
030 ,
Seer Pr
ad��e�
,2red (ost
L+
?erort
ear IJIuut-Pntces
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, 01
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) dayE
after the agreement is presented to him for signature and start work within ten (10) days after
'Notice to Proceed" is issued.) f
4. Security in the sum of 5 !� ?*4 ? ��k Dollar:
{$ ) in the form of is submitted herewith ir
accordance with the INSTRUCTIONS TO BIDDERS
5. Attached hereto is a Non -Collusion Affidavit of Prime Contractor.
6. Attached hereto is a Bidder Status Form.
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 $10,000.00 ir
work for the City in the current calendar year are prepared to submit an AAP or Update and an EOC
within ten (10) days of notification that the bid submitted is lowest and acceptable.
FORM OF BID CONTRACT NO. 988 Page 3 of 4
The bidder has received the following Addendum or Addenda:
Addendum No.
t.
Date ernM
10. The bidder shall list the MBE/WBE subcontractor(s), amount of subcontracts and bid items on the
City of Waterloo Minority and/or Women Business Pre-bid Contact Information Form submitted with
this Form of Bid or Proposal. The apparent low Bidder shall submit a list of all other Subcontractor(s;
to be used on this Project to the City of Waterloo by 5.00 p.m. the business day following the day
Bids on this Project are due along with the Non -Collusion Affidavits of All Subcontractor(s).
The Contractor shall submit information on subcontractors on "SUBCONTRACTOR REQUEST ANC
APPROVAL" Form to be provided by City prior to approval of contract.
The subcontractors listed on this proposal and/or submitted to the Contract Compliance Officer
cannot be changed except for the following reasons:
1) The City of Waterloo does not approve the subcontractors.
2) The subcontractors submit in writing that they cannot fulfill their subcontracts.
11. The bidder has filled in all blanks on this proposal. Those blanks not applicable are marked none'
or "NA".
12. The bidder has attached all applicable forms.
13. The Owner reserves the right to select alternates, delete line items, and/or to reduce quantities prior
to the award of a contract due to budgetary limitations.
(Name of Bidder) (Date)
BY: Uylris\i.k"'6t_shitner-' Titlerain*
Official Address: (Including Zip Code):
bbd Zia -did -6m)
`��t� 6otocol
I.R.S. No. qt- 091 J(o54
FORM OF BID CONTRACT NO. 988 Page 4 of 4
BID BOND
KNOW ALL MEN BY THESE PRESENTS, that we,
as Principal, and
as Surety are held and firmly bound unto the CITY OF WATERLOO Iowa, hereinafter called
"OWNER." In the penal sum
Dollars ($ ) 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 day of
20 for
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 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 day of A.D. 201
Witness
Witness
(Seal)
Principal
By
(Title)
Surety
Attorney-in-fact
(Seal)
NON -COLLUSION AFFIDAVIT OF PRIME BIDDER
State of :NA) IA tom`,
County of 6121.1N V i )
Gifu( i s .I eskhet'
)ss
being first duly sworn, deposes and says that:
1. •Heis (Owner, Partner, Officer, Representative, o Agent of reWS°n
((1v\+-ratt»rs 1 ThC, , the Bidder that has submitted the a ac ed 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.
(Signed) y ,-
��GtJ1 T' `Y\
SSubscribed and sworn to before me this day of
pp Prnbtlt ,20111.
My commission expires
iltzwittf, LutmLe
'4 JENNIFER R WISSLER
'7ov7C"F Commission Numbs, 761292
My Commission Expires
January 04, 2022
Asst , fYPare r
Title
Bidder Status Form
To be completed by all bidders
Part Aye
Please answer "Yes" or "No" for each of the following:
[p Yes ■ No
Yes ❑ No
Yes ❑ No
,Yes ❑ No
ofYes D 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 py
My company has maintained offices in Iowan during the past 3 years at the following addresses:
/ 23 /___)_ to `� C "� / Address KA €64:40A 8±.
City, State Ziper`n%.4 r (owl
Dates: / / to / / Address
City, State Zip
Dates: / / to / / Address:
Dates: 12-
You
2
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 ❑ 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 fr
1 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: ercrn Cbrt tz c
signature: Date: � � — q 5 � ,
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
❑ Yes Ix No
❑Yes log No
■
■
Yes ❑ 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.
Yes cgiNo 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 pr 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.
0 Yes c3,1 No
■
Yes 0No
Yes 5`x 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.
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.
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 cgiNo My business is a limited liability company whose certificate of organization is filed in Iowa and has
not filed a statement of termination.
■
Yes cgt No
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)
MBE/WBE BUSINESS ENTERPRISE
,,}_���� PRE-BID CONTACT INFORMATION FORM
Prime Contractor Name:h1f i i CIA701.thrS Project'-i'?%LO Y 11 !VAN v-- mptaocrrax Letting Date: 9/5/19
NO MBE/WBE SUBCONTRACTORS: If you are NOT using any MBENVBE subcontractors to complete this project, sign below. Attach a brief
explanation as to why subcontracting was not feasible with this project. If any MBENVBE subcontractors will be used, please use the bottom
portion of this form.
Contractor Signature:
Title: GA0l E ii ma hut,
Date:
4/5119
SUBCONTRACTORS APPL CABLE: 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. MBENVBE Business
Enterprise contacts made prior to your bid submission. This information is subject to verifications and confirmation.
If you are unable to identify MBENVBE firms to perform portions of the work, please contact Louis Starks, Contract Compliance Officer, for
assistance at (319) 291-4429.
In the event it is determined that the MBENVBE Business Enterprise goals are not met, then before awarding the contract the City of Waterloo will
make a determination as to whether or not the apparent successful low bidder made good faith efforts to meet the goals.
TABLE OF INFORMATION SHOWING BIDDER'S PRE-BID
MBE/WBE BUSINESS ENTERPRISE CONTACTS
(Form CCO-4) Rev. 06-20-02
Quotes Received Quotation used in bid
MBE/WBE
Subcontractors
Dates
Contacted
Yes/No
Dates
Contacted
Yes/No
Dollar Amount Proposed to
Subcontracted
ebC Cmrp&Ato.-;
61/5/ I gI
lets
p
I/5/I9j
(� ej
/be
# 2-1, /435=
(Form CCO-4) Rev. 06-20-02
MBE/WBE BUSINESS ENTERPRISE
PRE-BID CONTACT INFORMATION FORM INSTRUCTIONS
Prime Contractor Responsibilities:
Prime Contractors bidding on City of Waterloo contract work are required to ensure that MBE/WBE businesses are provided the opportunity to
participate in the performance of contracts and subcontracts. Prime contractors are required to assist MBE/WBE businesses in overcoming
barriers to participation, and must make good faith efforts to secure bids from, and award subcontracts to, MBE/WBE businesses. For all contract
bids of $50,000 or more, the following is required to demonstrate good faith efforts in accordance with this policy:
1. "MBE/WBE BUSINESS ENTERPRISE PRE-BID CONTACT INFORMATION FORM" submitted with the prime contractor bid, properly
completed and signed on Form CCO-4 (Rev. 06-20-02). Please note that this document must include all subcontractor contacts, bids received,
and awarded - not just those related to disadvantaged business enterprise vendors.
2. A minimum of three (3) MBENVBE business contacts must be made and documented, if there are at least three (3) MBE/WBE businesses
offering services in the areas to be subcontracted (see City of Waterloo MBE/WBE Certified List). If less than three (3) are offering the services to
be subcontracted, then a contact is required for any that are listed as providing that service. If you have submitted a MBENVBE contact not on the
City's MBE/WBE list, attach a copy of the certification from another government agency.
3. Contacts to each MBE/WBE businesses are required to be a minimum of seven (7) working days prior to the date the prime contractor submits
the bid to the City of Waterloo.
4. The following documentation must accompany the "MBE/WBE BUSINESS ENTERPRISE PRE-BID CONTACT INFORMATION FORM" for
each MBENVBE business contacted:
a. A copy of the bid received from the MBE/WBE, OR
b. If no bid was received, a copy of correspondence received from the MBE/WBE with a "no bid" response, OR
c. If no response was received, a copy of the solicitation sent to the MBENVBE with proof of mailing attached.
5. If any MBE/WBE business submitting bids are not selected for subcontract award, documentation must accompany the "MBE/WBE BUSINESS
ENTERPRISE PRE-BID CONTACT INFORMATION FORM" on why the MBE/WBE was not selected. These reasons could include:
a. Not low bid. Copies of the competing bids may be required for verification.
b. MBE/WBE did not bid, withdrew bid or was non-responsive.
c. Documentation of other business-related reason for not selecting the MBE/WBE business for a subcontract.
d. Prime contractor self performs work.
e. Any other reason relied on by the Prime Contractor.
The Contract Compliance Officer will determine the weight to be given to each item listed above (supported by appropriate documentation) based
on overall program goals.
Subcontractors Responsibilities:
1. Each MBENVBE firm planning to submit quotes on construction projects with goals, shall submit a Letter of Intent to Bid (Form CCO-5) to
the City Contract Compliance Officer seven (7) working days prior to bid opening, listing specific items which the MBENVBE firm is
interested in bidding If the City Contract Compliance Officer does not receive sufficient scope letters seven (7) working days prior to bid
opening, goals on subject project will be reduced accordingly. Agreements between the bidder/proposer and an MBENVBE in which the
MBENVBE promises not to provide subcontracting quotations to other bidders/proposers are prohibited.
Form CCO-4A Rev. 07-08-02
PETERSON CONTRACTORS, INC.
www.petersoncontractors.com
104 Blackhawk Street
P.O. BoxA
Reinbeck, Iowa 50669
Phone: 319-345-2713
QUOTE
Fax: 319-345-2991
PROPOSAL FOR: FY 2020 Cardinal Dr Donald St Linbud LN. Martin Rd. Drainage Improvements
THE FOLLOWING ITEMS AND PRICES ARE QUOTED:
ITEM a DESCRIPTION UNIT TYPE QUANTITY UNIT PRICE TOTAL AMOUNT
1 CLEARING & GRUBBING SY 91.000 15.00 1,365.00
2 4" TOPSOIL STRIP STOCKPILE & SPREAD SY 2,068.000 3.50 7,238.00
3 CLASS 10 EXCAVATION CY 41.000 50.00 2,050.00
4 CLASS 10 WASTE CY 10.000 50.00 500.00
5 CLASS 10 BORROW CY 67.000 50.00 3,350.00
6 SUBGRADE PREP SY 165.000 7.50 1,237.50
7 6" MODIFIED SUBBASE SY 13.000 25.00 325.00
8 6" RECYCLED ACC SUBBASE SY 40.000 27.50 1,100.00
9 12" RCP STORM LF 149.000 60.00 8,940.00
10 18" RCP STORM - LF 103.000 65.00 6,695.00
11 18" HDPE STORM LF 222.000 55.00 12,210.00
12 24" HDPE STORM LF 416.000 60.00 24,960.00
13 24" RCP STORM LF 6.000 80.00 480.00
14 12" INLINE CHECK VALVE EA 2.000 3,000.00 6,000.00
15 12" RCP APRON EA 2.000 2,500.00 5,000.00
16 18" RCP APRON EA 1.000 2,750.00 2,750.00
17 6" SUBDRAIN LF 1,571.000 12.50 19,637.50
18 6" SUBDRAIN CLEANOUT EA 4.000 500.00 2,000.00
19 6" SUBDRAIN OUTLET EA 5.000 450.00 2,250.00
20 4" NON -PERF PVC STUB LF 68.000 17.50 1,190.00
21 6" REMOVE & REPLACE SUBDRAIN LF 10.000 15.00 150.00
22 SW -401 STORM MANHOLE EA 4.000 4,000.00 16,000.00
23 SW -501 STORM INTAKE EA 3.000 6,000.00 18,000.00
24 SW -503 STORM INTAKE EA 1.000 6,000.00 6,000.00
25 SW -513 STORM INTAKE EA 2.000 4,500.00 9,000.00
26 6" PCC PAVING SY 13.000 100.00 1,300.00
27 7" PCC PAVING SY 172.000 90.00 15,480.00
28 7" PCC FLUME SY 9.400 700.00 6,580.00
29 24" PCC CURB & GUTTER LF 49.000 75.00 3,675.00
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
PETERSON
Chris
3" HMA PAVEMENT
5" ACC PAVEMENT
6" ACC PAVEMENT
6" RAP FOR SHOULDERS
PAVEMENT REMOVAL
UNIMPROVED PAVEMENT REMOVAL
CURB & GUTTER REMOVAL
REMOVAL OF EXISTING SHOULDER MATERIAL
TEMPORARY TRAFFIC CONTROL
HYDRAULIC SEEDING FERTILIZING & MULCHINI
REMOVE & REINSTALL 8' X 6' WOOD FENCE PA
TEMPORARY RECP WOOD EXCELSIOR MAT
6" STRAW WATTLE
WATTLE REMOVAL
6" EROSION STONE
3" MACADAM STONE
CLASS D REVETMENT
MOB
TOTAL QUOTED AMOUNT
CONTRACTORS, INC.
Digitally signed by Chris D. Fleshner
ON'C=US,
D. FleshnrcflPshner@pcius.com, CN=Chris
D. F,I,ashner
---Date"2019.09.05 12:08:34-05'00'
September 5,2019
SY
SY
SY
SY
SY
SY
LF
SY
LS
SY
EA
SY
LF
LF
TN
TN
TN
LS
206.000
13.000
40.000
500.000
232.000
247.000
45.000
597.000
1.000
2,454.000
53.000
2,168.000
92.000
92.000
5,000
2.000
30.000
1.000
50,00
100.00
100.00
12.50
20.00
27.50
7.50
3.00
3,000.00
4.50
200.00
4.00
8.50
2.00
125.00
250.00
75.00
12,500.00
10,300.00
1,300.00
4,000.00
6,250.00
4,640.00
6,792.50
337.50
1,791.00
3,000.00
11,043.00
10, 600.00
8,672.00
782.00
184.00
625.00
500.00
2,250.00
12,500.00
$271,030.00
BID BOND
KNOW ALL. MEN BY THESE PRESENTS, that we, Peterson Contractors, Inc.
as Principal, and Travelers Casualty and Surety Company of America
as Surety are held and firmly bound unto the CITY OF WATERLOO , Iowa, hereinafter called
"OWNER." In the penal sum ---Five Percent of the Bid Submitted ---
Dollars ($ ---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 5th day of
September
2019 , for FY 2020 Cardinal Dry Donald St., Linbud LN. Martin RD. Drainage
lmpr_ovemPnts, Waterloo IA;Contract No. a88
NOW, THEREFORE,
(a) If said Bid shall be rejected, or in the altemate,
(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 Pnncipal 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 ?7th day of August , A.D. 2019
(a-,cias„
NAT
Witness Dione R. Young
By
Peterson Contractors, Inc.
(Seal)
president
avelers Casualty - nd5re r on
v � G
Attorney-in-fact Anne Crowner
(Title)
TRAVELERS ,1
Travelers Casualty and Surety Company of America
Travelers Casualty and Surety Company
St. Paul Fire and Marine Insurance Company
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St.
Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the
"Companies"), and that the Companies do hereby make, constitute and appoint Anne Crowner of Waukee
Iowa , their true and lawful Attorney -in -Fact 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 17th day of January,
2019.
*VA ke
040 WUQ
�wrForo,
kt_.4, emu,
.:01.6464
State of Connecticut
City of Hartford ss.
COMM
ux
By:
Robert L. Raneu"Senior Vice President
On this the 17th day of January, 2019, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President
of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance 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 said
Companies by himself as a duly authorized officer.
IN WITNESS WHEREOF, 1 hereunto set my hand and official seal.
My Commission expires the 30th day of June, 2021
L'fte
Anna P. Nowik, Notary Public
This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Travelers Casualty and
Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance 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.
1, Kevin E. Hughes, the undersigned, Assistant Secretary of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety
Company, and St. Paul Fire and Marine Insurance 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 remains in full force and effect.
Dated this 27th day of August , 2019
efe:
•
4
Kevin E. Hughes, Assistant Secretary
To verify the authenticity of this Power ofAttorney, please call us at 1-800-421-3880.
Please refer to the above-named Attorney -in -Fact and the details of the bond to which this Power ofAttorney is attached,