HomeMy WebLinkAboutPeterson Contractors, Inc.9t,S3�F AMERI P'
BOX A
REINBECK, IOWA 50669-0155
FY 2020 University Ave.
Reconstruction —Phase
City of Waterloo, IA
Contract No. 971
Bid Date — 2-27-2020
Bid Time —1:00PM
Bid Proposal
ZEMIN\
VA%\kAKCARS
ANC.
BOX A
REINBECK, IOWA 50669-0155
FY 2020 University Ave®
Reconstruction — Phase III
City of Waterloo, IA
Contract No. 971
Bid Date — 2-27-2020
Bid Time — 1:00 PM
Bid Bond
Revised per Addendum No. 4 - 02/25/2020
FORM OF BID OR PROPOSAL
FY 2020 UNIVERSITY AVENUE RECONSTRUCTION - PHASE 3
FROM EVERGREEN AVENUE TO HIGHWAY 63
CONTRACT NO. 971
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 uoc.... , 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 UNIVERSITY AVENUE
RECONSTRUCTION — PHASE 3, FROM EVERGREEN AVENUE TO HIGHWAY 63, Contract No.
971, 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 UNIVERSITY AVENUE RECONSTRUCTION - PHASE 3
FROM EVERGREEN AVENUE TO HIGHWAY 63
CITY CONTRACT NO 971
ITEM
ITEM
UNIT
EST.
UNIT
BID
TOTAL
BID
ITEM
CODE
QTY.
NO.
PRICE
PRICE
1
2010
CLEARING
AND
GRUBBING
UNIT
107.5
$
$
2
2010
ON
-SITE
TOPSOIL
CY
8716
$
$
3
2010
TOPSOIL,
FURNISH
CONTRACTOR
CY
5663
$
$
4
2010
EXCAVATION,
CLASS
10,
CY
41052
$
$
ROADWAY
AND
BORROW
5
2010
CY
28890
$
$
EXCAVATION,
CLASS
10,
WASTE
6
2010
EXCAVATION,
CLASS
13
CY
50
$
$
7
2402
EXCAVATION,
CLASS
20
CY
2664.1
$
$
8
2102
CONTRACTOR
FURNISHED
CY
750
$
$
EMBANKMENT
MATERIAL)
-IN
-PLACE
(LEVEE
9
2010
SY
47100
$
$
SUBGRADE
PREPARATION,
12
10
2010
SUBGRADE
TREATMENT,
SY
600
$
$
GEOGRID
11
2010
SUBBASE,
MODIFIED
CY
20121.6
$
$
12
2010
REMOVALS,
STRUCTURES
EACH
1
$
$
FORM OF BID
AECOM #60528991-Ph3
City Contract No. 971
FB-1 of 11 FY 2020 University Avenue Reconstruction - Phase 3
Waterloo, Iowa
Revised per Addendum No. 4 - 02/25/2020
ITEM
NO.
ITEM
CODE
ITEM
UNIT
UNIT
PRICE
EST.
BID
TOTAL
BID
QTY.
PRICE
13
2301
BRIDGE
APPROACH,
BR-201/231
SY
1430.7
$
$
14
2301
BRIDGE
APPROACH,
BR-202/231
SY
452
$
$
15
2301
BRIDGE
APPROACH,
BR-201/212
SY
405
4
$
$
16
2301
BRIDGE
APPROACH,
BR-201/211
SY
100
$
$
17
3010
REPLACEMENT
BACKFILL
MATERIAL
OF
UNSUITABLE
CY
500
$
$
18
6010
PIPE
SUPPORT
3010.901
EACH
9
$
$
19
4010
SANITARY
PVC
TRUSS,
SEWER,
10
IN.
TRENCHED,
LF
871.18
$
$
20
4020
REMOVAL
LESS
THAN
OF
36
SANITARY
IN.
SEWER,
LF
254.4
$
$
21
4020
SANITARY
PLUG
IN
AND
ABANDONMENT,
FILL,
LESS
THAN
36
LF
2467.4
$
$
22
4020
STORM
CLASS
III,
SEWER,
15
IN.
TRENCHED,
RCP,
LF
4665
$
$
23
4020
STORM
CLASS
III,
SEWER,
18
IN.
TRENCHED,
RCP,
LF
1218.2
$
$
24
4020
STORM
CLASS
III,
SEWER,
24
IN.
TRENCHED,
RCP,
LF
1053.9
$
$
25
4020
STORM
CLASS
III,
SEWER,
30
IN.
TRENCHED,
RCP,
LF
331.4
$
$
26
4020
STORM
CLASS
HI,
SEWER,
36
IN.
TRENCHED,
RCP,
LF
1662.8
$
$
27
4020
STORM
CLASS
III,
SEWER,
48
IN.
TRENCHED,
RCP,
LF
331.9
$
$
28
4020
STORM
CLASS
III,
SEWER,
44x27
TRENCHED,
IN.
RCP,
LF
352.1
$
$
29
4020
STORM
CLASS
IV,
SEWER,
15
IN.
TRENCHED,
RCP,
LF
294.7
$
$
30
4020
STORM
PVC,
8
IN.
SEWER,
TRENCHED,
LF
24
$
$
31
4020
STORM
CLASS
SEWER,
IV,
36
IN.
TRENCHED,
RCP,
LF
312
$
$
32
4020
STORM
UNCLASSIFIED,
SEWER,
18
TRENCHED,
IN.
LF
44
$
$
33
4020
STORM
UNCLASSIFIED,
SEWER,
24
TRENCHED,
IN.
LF
24
$
$
FORM OF BID
AECOM #60528991-Ph3
City Contract No. 971
FB-2 of 11 FY 2020 University Avenue Reconstruction - Phase 3
Waterloo, Iowa
Revised per Addendum No. 4 - 02/25/2020
ITEM
NO.
ITEM
CODE
ITEM
UNIT
UNIT
PRICE
EST.
BID
TOTAL
PRICE
BID
QTY.
34
4020
REMOVAL
RCP,
LESS
OF
THAN
STORM
36
IN.
SEWER,
LF
6904
$
$
35
4020
STORM
AND
FILL,
ABANDONMENT
LESS
THAN
36
IN.
PLUG
LF
45
$
$
36
6010
15
RCP
APRON
4030.222
EACH
2
$
$
37
6010
18"
RCP
APRON
4030.222
EACH
2
$
$
38
6010
24"
RCP
APRON
4030.222
EACH
3
$
$
39
6010
36"
RCP
APRON
4030.222
EACH
2
$
$
40
6010
24"
4030.224
PIPE
APRON
GUARD
EACH
2
$
$
41
6010
36"
4030.224
PIPE
APRON
GUARD
EACH
2
$
$
42
6010
RCP
APRON
FOOTINGS
4030.221
EACH
9
$
$
43
4040
SUBDRAIN,
TYPE
SP,
6
IN.
LF
11605
$
$
44
4040
SUBDRAIN
CONNECTIONS,
SUBDRAIN,
OUTLETS
6
IN.
EXISTING
AND
EACH
12
$
$
45
4040
SUBDRAIN
CONNECTIONS,
OUTLETS
PER
AND
PLAN,
6 IN.
EACH
150
$
$
46
5010
WATER
DUCTILE
NITRILE
MAIN
GASKETS
IRON
TRENCHED,
PIPE
(DIP),
6 IN,
LF
1991.7
$
$
47
5010
WATER
DUCTILE
NITRILE
RESTRAINED
CASING
MAIN
GASKETS
PIPE
IRON
JOINTS
DIRECT
PIPE
INTEGRAL
(DIP)
BURIED,
6
IN,
LF
641
$
$
WITH
48
5010
WATER
DUCTILE
NITRILE
RESTRAINED
MAIN
GASKETS
IRON
JOINTS
TRENCHLESS
PIPE
INTEGRAL
(DIP)
6
IN,
LF
203
$
$
49
5010
FITTINGS
IRON,
6
IN,
BY
MJ
COUNT,
CAP
DUCTILE
EACH
17
$
$
50
5010
FITTINGS
IRON,
6
IN,
BY
90°
COUNT,
ELBOW
DUCTILE
EACH
2
$
$
51
5010
FITTINGS
IRON,
6
IN,
BY
45°
COUNT,
ELBOW
DUCTILE
EACH
55
$
$
FORM OF BID
AECOM #60528991-Ph3
City Contract No. 971
FB-3 of 11 FY 2020 University Avenue Reconstruction - Phase 3
Waterloo, Iowa
Revised per Addendum No. 4 - 02/25/2020
ITEM
EST.
UNIT
BID
TOTAL
BID
ITEM
CODE
ITEM
UNIT
NO.
QTY.
PRICE
PRICE
52
5010
FITTINGS
BY
COUNT,
DUCTILE
EACH
4
$
$
IRON,
6
IN,
22
1/2°
ELBOW
53
5010
FITTINGS
BY
COUNT,
DUCTILE
EACH
3
$
$
IRON,
6
IN,
11
1/4°
ELBOW
54
5010
FITTINGS
BY
COUNT,
DUCTILE
EACH
2
$
$
IRON,
6
IN,
LOCKING
TEE
55
5010
FITTINGS
BY
COUNT,
DUCTILE
EACH
19
$
$
IRON,
6
IN,
RJ
LONG
SLEEVE
56
5010
WATER
SERVICE
STUB,
COPPER,
LF
18
$
$
3/4
IN
WATER
SERVICE
STUB,
TRENCHED,
COPPER,
3/1
IN
5818
tF
8
57
INTEGRAL
RESTRAINED
JOINTS
WITH
CASING
PIPE
58
5020
VALVE,
GATE,
DIP,
6
IN
EACH
21
$
$
59
5020
FIRE
HYDRANT
ASSEMBLY
EACH
11
$
$
60
5020
FIRE
HYDRANT
ASSEMBLY
EACH
9
$
$
REMOVAL
61
6010
MANHOLE,
SW-401,
48
IN.
EACH
6
$
$
62
6010
MANHOLE,
SW-402
EACH
6
$
$
63
6010
MANHOLE,
SW-403
EACH
8
$
$
64
6010
INTAKE,
SW-501
EACH
1
$
$
65
6010
INTAKE,
SW-502
EACH
1
$
$
66
6010
INTAKE,
SW-507
EACH
43
$
$
67
6010
INTAKE,
SW-508
EACH
7
$
$
68
6010
INTAKE,
SW-509
EACH
10
$
$
69
6010
INTAKE,
SW-510
EACH
5
$
$
70
2435
INTAKE,
SW-512,
24
IN.
EACH
12
$
$
71
6010
INTAKE,
SW-513
EACH
4
$
$
72
6010
MODIFIED
INTAKE,
SW-508
EACH
10
$
$
73
6010
MODIFIED
INTAKE,
SW-510
EACH
2
$
$
74
6010
CONNECTION
TO
EXISTING
EACH
3
$
$
MANHOLE
OR
INTAKE
75
6010
ADJUSTMENT
OF
EXISTING
EACH
7
$
$
MANHOLE
OR
INTAKE,
MINOR
76
6010
ADJUSTMENT
MANHOLE
OR
OF
INTAKE,
EXISTING
MAJOR
EACH
1
$
$
77
6010
SANITARY
SW-301,
48
SEWER,
IN.
MANHOLE,
EACH
4
$
$
FORM OF BID
AECOM #60528991-Ph3
City Contract No. 971
FB-4 of 11 FY 2020 University Avenue Reconstruction - Phase 3
Waterloo, Iowa
Revised per Addendum No. 4 - 02/25/2020
ITEM
NO.
ITEM
CODE
ITEM
UNIT
UNIT
PRICE
PRICE
EST.
BID
TOTAL
BID
QTY.
78
6010
SANITARY
SW-303,
48
SEWER,
IN.
MANHOLE,
EACH
2
$
$
79
6010
INTAKE
REMOVALS,
MANHOLE
OR
EACH
72
$
$
80
4010
SANITARY
ABANDONMENT
MANHOLE
EACH
1
$
$
81
7010
STANDARD
PORTLAND
PAVEMENT
3
DURABILITY,
OR
CEMENT
CLASS
SLIP
10
IN
FORM
C-SUD,
CONCRETE
CLASS
SY
39914.1
$
$
82
2304
TEMPORARY
PAVEMENT
SY
581
$
$
83
7010
CURB
VAR.,
AND
6
IN.
GUTTER,
SLOPED,
LF
948.4
$
$
84
TEC500CAL
CONCRETE
CONCRETE
4,
CLASS
3
MEDIAN
PAVEMENT,
DURABILITY,
COLORED
CLASS
6
IN.
C-
SY
5942.1
$
$
85
7010
LINSEED
CURB
OIL
AND
SURFACE
OF
PCC
GUTTER
PAVING
SY
49000
$
$
TREATMENT
AND
86
7020
HMA
PAVEMENT,
STANDARD,
8
SY
76.6
$
$
87
7030
REMOVAL
SHARED
DRIVEWAY
USE
OF
SIDEWALK,
PATH,
OR
SY
2191
$
$
88
7030
SHARED
USE
PATHS,
PCC,
6
IN.
SY
6765.3
$
$
89
7030
SHARED
2IN.,
REINFORCED
USE
PATHS,
PCC,
1FT.-
SY
314.0
$
$
90
7030
PCC
SIDEWALK,
PCC,
4
IN.
SY
1482.2
$
$
91
7030
PCC SIDEWALK,
PCC,
6
IN.
SY
109.5
$
$
92
TECHNICAL
500
STANDARD
COLORED
PAVEMENT,
DURABILITY,
CONCRETE
PORTLAND
CLASS
6
IN.
C-4,
CEMENT
CLASS
3
SY
738.7
$
$
93
TECHNICAL
500
STANDARD
COLORED
PAVEMENT,
DURABILITY,
CONCRETE
PORTLAND
CLASS
10
C-4,
CEMENT
CLASS
3
SY
419.1
$
$
IN,
94
7030
DETECTABLE
IRON
WARNINGS,
CAST
SF
700
$
$
95
7030
DRIVEWAYS,
PCC,
6 IN.
SY
1885.5
$
$
FORM OF BID
AECOM #60528991-Ph3
City Contract No. 971
FB-5 of 11 FY 2020 University Avenue Reconstruction - Phase 3
Waterloo, Iowa
Revised per Addendum No. 4 - 02/25/2020
ITEM
EST.
UNIT
BID
TOTAL
BID
UNIT
ITEM
CODE
ITEM
QTY.
PRICE
PRICE
NO.
TON
40.3
$
$
96
7030
GRANULAR
SURFACING,
DRIVEWAY
CLASS
A
97
7040
REMOVAL
OF
PAVEMENT
SY
59494.1
$
$
98
7040
CURB
AND
GUTTER
REMOVAL
LF
32
$
$
LF
2986.6
$
$
99
7040
SAWCUT
FOR
REMOVALS
100
8010
TRAFFIC
SIGNAL,
RRFB
EACH
1
$
$
101
8010
TRAFFIC
SIGNAL,
UNIVERSITY
&
EACH
1
$
$
102
8010
TRAFFIC
RAMP
SIGNAL,
GREENHILL
EACH
1
$
$
103
8010
TRAFFIC
SIGNAL,
US
218
AND
63
EACH
1
$
$
104
8010
TRAFFIC
SIGNAL
REMOVAL
EACH
1
$
$
105
8030
TRAFFIC
CONTROL
LS
1
$
$
EACH
95
$
$
106
2519
TIMBER
BOLLARD
107
2519
2-WAY
COLLAPSIBLE
BOLLARD
EACH
4
$
$
108
2522
ENHANCEMENT
LIGHTING
LS
1
$
$
109
2523
TYPE
1
LIGHTING
POLES
EACH
81
$
$
EACH
15
$
$
110
2523
TYPE
2
LIGHTING
POLES
111
2523
ELECTRICAL
CIRCUITS
LF
29088.0
$
$
112
2599
TUNNEL
CAMERAS
MONITORING
EACH
3
$
$
EACH
6
$
$
113
2599
TUNNEL
LIGHTING
TYPE
3
EACH
2
$
$
114
2599
TUNNEL
LIGHTING
TYPE
4
115
8010
HANDHOLES
BOXES
AND
JUNCTION
EACH
63
$
$
116
2523
CONTROL
CABINET
EACH
4
$
$
117
2528
FLAGGER
EACH
20
$
$
STA
220.67
$
$
PAINTED
PAVEMENT
118
8020
MARKINGS,
WATERBORNE
SOLVENT
119
8020
WET,
REMOVABLE
RETROREFLECTIVE
TAPE
MARKINGS
STA
121.22
$
$
120
8020
PAINTED
LEGENDS,
SYMBOLS
THERMOPLASTIC
AND
EACH
20
$
$
STA
11.26
$
$
121
8020
PAVEMENT
REMOVED
MARKINGS
122
2401
REMOVAL
OF
CONCRETE
EACH
40
$
$
FOOTINGS
OF
LIGHT
POLES
FORM OF BID
AECOM #60528991-Ph3
City Contract No. 971
FB-6 of 11 FY 2020 University Avenue Reconstruction - Phase 3
Waterloo, Iowa
Revised per Addendum No. 4 - 02/25/2020
ITEM
NO.
ITEM
CODE
ITEM
UNIT
UNIT
PRICE
BID
PRICE
BID
EST.
TOTAL
QTY.
123
2401
REMOVALS,
FLETCHER
BRIDGE
AS
PER
PLAN,
LS
1
$
$
124
2401
REMOVALS,
GREENHILL
AS
ROAD
PER
BRIDGE
PLAN,
LS
1
$
$
125
2401
REMOVALS,
BLACKHAWK
AS
BRIDGE
PER
PLAN,
LS
1
$
$
126
2401
REMOVAL
OF
EXISTING
BRIDGE
LS
1
$
$
127
2402
GRANULAR
BACKFILL
TON
3395
$
$
128
2403
STRUCTURAL
CONCRETE
(MISC.)
CY
505.5
$
$
129
2403
STRUCTURAL
CULVERT)
CONCRETE
(RCB
CY
366.7
$
$
130
2404
REINFORCING
COATED
STEEL,
EPDXY
LB
108297
$
$
131
2404
REINFORCING
STEEL
STEEL,
STAINLESS
LB
70
$
$
132
2413
DECK
(CLASS
OVER
HPC-O
-DEPTH
PCC)
OVERLAY
SY
375
$
$
133
2413
DECK
REPAIR,
CLASS
A SPECIAL
SY
75
$
$
134
2413
DECK
REPAIR,
CLASS
B
SY
24.5
$
$
135
2413
STEEL
NEOPRENE
EXTRUSION
JOINT
WITH
LF
86.3
$
$
136
2413
INSTALLATION
NEOPRENE
GLAND
AND
TESTING
LF
86.3
$
$
137
2414
STEEL
RAIL
PIPE
PEDESTRIAN
HAND
LF
1287.3
$
$
138
2414
STRUCTURAL
HAND
RAILING,
STEEL
WAVE
PEDESTRIAN
RAILING
LF
1146.7
$
$
139
2414
STRUCTURAL
HAND
RAILING,
STEEL
PED
PEDESTRIAN
TUNNEL
LF
178
$
$
140
2414
STRUCTURAL
HAND
TRAIL
RAILING,
STEEL
GREENHILL
PEDESTRIAN
RD
LF
365
$
$
141
2426
CONCRETE
REPAIR
SF
256.2
$
$
142
2426
BRIDGE
OF
CLEANING)
REPAIR
(INCLUDES
COST
LS
1
$
$
143
2499
DECK
DRAINS
LS
1
$
$
144
2505
REMOVAL
GUARDRAIL
OF
STEEL
BEAM
LF
2560.4
$
$
FORM OF BID
AECOM #60528991-Ph3
City Contract No, 971
FB-7 of 11 FY 2020 University Avenue Reconstruction - Phase 3
Waterloo, Iowa
Revised per Addendum No. 4- 02/25/2020
ITEM
NO.
ITEM
CODE
ITEM
UNIT
UNIT
PRICE
PRICE
EST.
BID
TOTAL
BID
QTY.
145
2505
STEEL
BARRIER
BA-201
BEAM
TRANSITION
GUARDRAIL
SECTION,
EACH
4
$
$
146
2505
STEEL
ANCHOR,
BEAM
BOLTED
GUARDRAIL
END
EACH
4
$
$
147
2505
STEEL
TANGENT
205
BEAM
END
GUARDRAIL
TERMINAL,
BA-
EACH
3
$
$
148
2505
STEEL
FLARED
BEAM
END
GUARDRAIL
TERMINAL,
BA-206
EACH
1
$
$
149
2506
REMOVAL
OF
BRIDGE
RAILING
LF
800
$
$
150
2507
MACADAM
PROTECTION
STONE
SLOPE
SY
624.4
$
$
151
2513
CONCRETE
(PEDESTRIAN/TRAFFIC)
BARRIER
LF
228.7
$
$
152
2514
CONCRETE
REINFORCED,
BARRIER,
SEPARATION
LF
1300.E
$
$
153
2518
SAFETY
CLOSURE
EACH
43
$
$
154
2518
SAFETY
FENCING
LF
900
$
$
155
2524
REMOVAL
ASSEMBLY
OF
TYPE
A SIGN
EACH
84
$
$
156
2524
REMOVAL
ASSEMBLY
OF
TYPE
B SIGN
EACH
2
$
$
157
2524
PERFORATED
TUBE
POSTS
SQUARE
STEEL
LF
1251.3
$
$
158
2524
PERFORATED
TUBE
AWAY
POST
SOIL
ANCHOR,
INSTALLATION
SQUARE
BREAK-
STEEL
EACH
116
$
$
159
2524
TYPE
ALUMINUM
A
SIGNS,
SHEET
SF
804.5
$
$
160
2524
TEMPORARY
SIGNS
BUSINESS
ACCESS
EACH
37
$
$
161
2524
OBJECT
MARKER,
TYPE
2
EACH
12
$
$
162
2524
OBJECT
MARKER,
TYPE
3
EACH
8
$
$
163
2528
TEMPORARY
SYSTEM
LANE
SEPARATION
LF
1560
$
$
164
2528
PORTABLE
SIGN
DYNAMIC
MESSAGE
CDAY
30
$
$
165
2533
MOBILIZATION
LS
1
$
$
166
2533
ROAD
MOBILIZATION-GREENHILL
LS
1
$
$
BRIDGE
FORM OF BID
AECOM #60528991-Ph3
City Contract No. 971
FB-8 of 11 FY 2020 University Avenue Reconstruction - Phase 3
Waterloo, Iowa
Revised per Addendum No. 4 - 02/25/2020
ITEM
NO.
ITEM
CODE
ITEM
UNIT
UNIT
PRICE
EST.
BID
TOTAL
PRICE
BID
QTY.
167
2533
MOBILIZATION
BRIDGE
-BLACK
HAWK
LS
1
$
$
168
2533
MOBILIZATION-FLETCHER
BRIDGE
LS
1
$
$
169
2533
MOBILIZATION-FLETCHER
FLOODGATE
LS
1
$
$
170
2533
MOBILIZATION
-BOX
CULVERT
LS
1
$
$
171
TECHNICAL
800
TEMPORARY
TYPE
4
HYDRO
-SEEDING
ACRE
15
$
$
172
9040
SWPPP
MANAGEMENT
LS
1
$
$
173
TECHNICAL
SEEDING,
MULCHING
SEEDING
FERTILIZING,
FOR
AND
ACRE
13.5
$
$
HYDRAULIC
174
2602
PERIMETER
SEDIMENT
IN.
AND
CONTROL
SLOPE
DEVICE,
9
LF
7220
$
$
175
2602
PERIMETER
SEDIMENT
IN.
CONTROL
AND
SLOPE
DEVICE,
12
LF
580
$
$
176
2602
REMOVAL
SLOPE
DEVICE
SEDIMENT
OF
PERIMETER
CONTROL
AND
LF
7800
$
$
177
2602
SILT
CHECK
FENCE
INSTALLATION
OR
SILT
FENCE
DITCH
LF
8000
$
$
178
2602
OR
MAINTENANCE
SILT
FENCE
DITCH
OF
SILT
CHECK
FENCE
LF
800
$
$
179
2602
REMOVAL
SILT
FENCE
OF
DITCH
SILT
FENCE
CHECK
OR
LF
8000
$
$
180
2602
TURF
TYPE
II
REINFORCEMENT
MAT,
SQ
101
$
$
181
2602
ROLLED
PRODUCT,
EROSION
TYPE
II
CONTROL
SQ
274
$
$
182
2601
MOWING
ACRE
13.5
$
$
183
2602
TEMPORARY
MANHOLE
COVER
INTAKE
ASSEMBLY
OR
EACH
37
$
$
184
2602
INTAKE
ASSEMBLY
MAINTENANCE
OR
MANHOLE
OF
TEMPORARY
COVER
EACH
37
$
$
185
2602
REMOVAL
INTAKE
ASSEMBLY
OR
OF
MANHOLE
TEMPORARY
COVER
EACH
37
$
$
FORM OF BID
AECOM #60528991-Ph3
City Contract No. 971
FB-9 of 11 FY 2020 University Avenue Reconstruction - Phase 3
Waterloo, Iowa
Revised per Addendum No. 4 - 02/25/2020
NO.
QTY.
PRIG_
PRICE
OPEN
-THROAT
CURB
INTAKE
94
$
$
186
2602
EACH
SEDIMENT
FILTER
MAINTENANCE
OF
OPEN-
$
$
187
2602
THROAT
CURB
INTAKE
EACH
94
SEDIMENT
FILTER
REMOVAL
OF
OPEN
-THROAT
$
188
2602
EACH
94
$
CURB
INTAKE
SEDIMENT
FILTER
INTAKE
SEDIMENT
FILTER
5
$
$
189
2602
EACH
BAGTE
MAINTENANCE
OF
GRATE
$
190
2602
EACH
5
$
INTAKE
SEDIMENT
FILTER
BAG
REMOVAL
OF
GRATE
INTAKE
5
$
$
191
2602
EACH
SEDIMENT
FILTER
BAG
72
IN.
LF
212
$
$
192
9060
CHAIN
LINK
FENCE,
1
$
$
193
9060
CHAIN
LINK
GATE,
16
FT.
EACH
194
9060
REMOVAL
OF
FENCE
LF
1384
$
$
LS
1
$
$
195
11050
CONCRETE
WASHOUT
196
TECHNICAL
LANDSCAPING
LS
1
$
$
SPECS
197
9010
WATERING
MGAL
100
$
$
$
$
198
9040
IN
-LINE
FLOCCULANT
SOCK
EACH
10
10
$
$
199
9040
DEWATERING
BAGS
EACH
TECHNICAL��
200
POLLINATOR
SEED
ACRE
7.7
$
$
�%o5L
04
�iirem>zptt
S�'e�� cflic��hY��
Cc4ilajt44r�
14;�.�_'>�1�--7
TOTAL
BID
AMOUN
$
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 6 0
Dollars ($ ) in the form of
Etd &rri4e
, 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.
FORM OF BID
AECOM #60528991-Ph3
FB-10 of 11 FY 2020 University Avenue Reconstruction - Phase 3
City Contract No. 971 Waterloo, Iowa
Revised per Addendum No. 4 - 02/25/2020
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 01/31/2020
2 02/14/2020
3 02/21 /2020
4 02/25/2020
[Z/Z4//2oZo
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.
'Petei‘sty.n 5jtic
/� ((� (Name toff Bidder)
BY: c2J > � -t-iQ ___ Title
Official Address: (Including Zip Code):
(off Static ..
I.R.S. No. qa — 09216254
ref- E4Pinev4-N—
FORM OF BID
AECOM #60528991-Ph3
FB-11 of 11 FY 2020 University Avenue Reconstruction - Phase 3
City Contract No. 971 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
IX Yes
VI Yes
Yes
[I Yes
❑ No
❑ No
❑ No
(l No
C
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 bidde .
complete Parts B and D of this form.
If you answered "No" to one or more questions above, your company is a nonresident bidder.
complete Paris C and D of this form.
To be completed by resident bidders
Please
Please
Part B
My company has maintained offices in Iowa during the past 3 years at the following addresses:
Dates: / 2 2 /Ato 02.. / 7 / -e20 Address: /04 r 14c. Acdk LI.
City, State, Zip* gon4624, rit-i S5700
Dates: / / to / / Address:
City, State, Zips
Dates: / / to / / Address:
You may attach additional sheet(s) if needed. City, State, Zips
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?
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
❑ Yes ❑ No
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: �[ �GI ,D)1
Signature:
\1/44)SAAIL•ery...16.....
Date:
02/37/aoz0
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
1Yes 0 No
❑ Yes 0, 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.
tyi 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 file
articles of dissolution.
n 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 file
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 M No My business is a limited liability partnership which has filed a statement of qualification in thi
state and the statement has not been canceled.
(1Yes No
n Yes
n Yes 7`x No
❑Yes ( No
❑Yes No
My business is a limited liability partnership which has filed a statement of qualification in
state other than Iowa, has filed a statement of foreign qualification in Iowa and a statement o
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 terminatio
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 th
limited partnership or the limited liability limited partnership.
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 othe
than Iowa, has received a certificate of authority to transact business in Iowa and the certificat
has not been revoked or canceled
309-6001 (09-15)
BSF-2
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
e nsure 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
2. The contractor, subcontractor, vendor and supplier of goods and services will, in all solicitations
o r advertisements for employees, state that all qualified applicants will receive consideration for
e mployment 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 contractor's 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 contractor's 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-Ph3
EOC-1 of 2 FY 2020 University Avenue Reconstruction - Phase 3
City Contract No, 971 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.
(Signed
(Appropriate Official)
(Title)
8k79-19020
(Date)
EQUAL OPPORTUNITY CLAUSE
AECOM #60528991-Ph3
EOC-2 of 2 FY 2020 University Avenue Reconstruction - Phase 3
City Contract No. 971 Waterloo, Iowa
NON -COLLUSION AFFIDAVIT OF PRIME BIDDER
State of 1'QW P )
County of & WN W? )ss)
Cif S b5�� , being first duly sworn, deposes and says that:
1 He is (Owner, Partner, Officer,ERep esentative`or Agent) , of Pi V I dtgfai& '
-:. z the 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.
20
Subscribed and sworn to before me this
My commission expires
(Signed)
Artk-
(19k
Title (�1�
day of It -kV
of/s(Sf���5 r
Title
•
JENNIFER R WISSLER
t Commission Number 761292
My Commission Expires
ow January 04, 2022
NON -COLLUSION AFFIDAVITS
AECOM #60528991-Ph3
NCA-1 of 2 FY 2020 University Avenue Reconstruction - Phase 3
City Contract Nol. 971 Waterloo, Iowa
Form CCO-4A Rev. 07-08-02
a0_
°
a o o
0• g
0
c
� ��mm
cn N § o
m3�o3
-0a0�,
o coo
C
Q-0 0 O°
a n &
o 0° 3
c
O •O
O o cD 0
a
° c v 0
-o ° o
o < *
o
CDo °
0 X 0
C 5 3
• o a C
c ° m o
a.-.0 0
SD co
= 0 '� a E-p o
CO° °
meson
Cra Ca
oa-
mNoO-
_ �,-a
< 3 fl°,
�c co SD
V 0
v
0 o co m
c
Coco 0
Co 3
ma m
CD 0
mta-m
maim
ao-+
o-+go_
u3-i°3°
° O' m 7
o 5:
s
o 0 o
m E m
Er °
�m
a cn•
m
0
a° m3
gym—, n
°
cn -1 nO1
c m 0
0 0
0
0
D
o
5:1D-uoEz2m
o O o m o •n
ho° _D nl
m o-
m
o n CD 0) a• • 0
° 0 0 0 a003'
O o o m m° n @ ° o a, O cn
° m =,r0 o C
°- m m .
a 3 ° c S n O O
Efr<CD CT 0 c0
° ° o-00cn
m m a3 ° m
• • c m 0 E0
° ° O. < C m o
°p (if Flo)
rQ = m O
o � o °� m0
aft 7,
-0 CDO"*
O ° n
o O C o O
(< co p o) N cn C
°�a°a
o 0• 0 0 °
CD co CD a v
0 0
m 0 m•m
CD v 0 g
3 W o°°'
cn m 0Q
CD a
m
0
0
CD
m
C
a
a
O
0
a
0
m
a
a
0
m
m
a
0
O
3
co
v
0
o-
m
0)
CD
a
0
0
CD
0
a
0
v
3
O
0
CD
�n
C
cn o
00
(' 3
0 c
C
Qom'.
7• 0
0
c 3
° o
m
0
0
-a
m
0•
co
m
m
m
m
c
z
m
L7
m
z
m
70
v
7J
C
m
-n
73
m
00
0
a- v
O o o
• 6
O C- O
o * --n
CD 471
0 CT
0 0 O
co
- - at 0
• a oa.
°
m
N n 0-
0
a O
m 3
0 s
1 O °
-I 0 m
co
° °
° 0 m
3
▪ 0 O
O
• n
co
°
oa
o
0
CD • 3
m
m
m�
m
m�
mm
o
O °'
0 0
CT
m n:
5 °
a
• o
m•
P-0
73
0 •
a H
cmi m
co
ao
0
7
cn
a
0
0
c
3
co
1
v
0
c
m
n
0
3
a
m
°
m
m
BE BUSINESS ENTERPRISE PRE -BID CONTACT INFORMATION FORM" for each MBE/WBE business
w co
m 0
n <
m o
= 3
• n m
� o
O
Ca 0
Co
rn
Co
cn
0
N
O
°
m
sa
0
CT
°
m
3
3
3
°
CD
0
5
a
0
°
m
0
°
°
0
°
O
cn
3
c
°
0-
a
°
0
0
D
3
7'
3
c
m 0 0
° m
"0 a �
Off,°
a °
co 0 E
.
sum
ooiE
m
m
° c
o
cD
• 0 3•
5/2
o m
c rnn
*o
CDmni
CD
c L- 3
a• m _. c
DJ cr
�=*0
co
co a
m0-o
mm n
c
0 ?3
v m n
o ° N
•
om=ti
o m m
° o
°
m m m
0 co 0
ai 0 m
0
CD °
cn °
mom
` 0 co
rn
CD 0
_gym
m m c
n m cn
ar
°
m
O at
M
° m 0
0 0 m
o co
0
cr
0
m 0 0
tr
3 m ET
a
o co
o
ccCa°)cn
O
t<
ow c �
• °O
00 4 W
m
0��°
CD•m
0
rn C
N
° O0.3
.)m
a O)
0 TO
N
°
7
0
CD
m
z
m
7J
-O
7J
m
0
0x)
com
ED
O 0
O 0
• Z
c 0
5 z
C o
m 7)
°' D
w
co
CTz
0
O -n
00
0 73o
�w
O 0-
3
n CD
in a
0- g
a "•
N O
n • °
co.
CD
Q °
= 0
aD
m v
wo
° 0"
a_
No
O O
a
• atA
— °
O °
o -oCD
m
°
m
a0
a
o0,
a(Q'
as
o
o
c• 0
CD
• 3
mma .13
°
003
o o 3
a-ao
O O 3
• •
0 CDv
• cn o n
o n o
O C O Cn
Ot
0) ry 6
°s0a
(nD riit-
0 CO
• • o a o
c_
t1 0) cr
_
-o a 0
ammo
N 0 CC
o
o •n m
c-I
0- o
O 3 0
0 °
n
o 0
n r
v
—
0 0
• 0
o
mco Fe
Fr3 (7)ea
m
c0 C
5. a m
coDOo-
cn
m m
•n co. 0
o c
vmmm
n m
n m
• m�
m
c0 m owm
EA cn
o5
o
o m
O 0
3 3 m
O 3 m
man
rra
r m •
O <
o m m
0
O S
co m
m n-8
a
c N c.
o
Q 0
o Q0
Cl
a
°
3 c
o b-
O 3 m
v
x- m
• °
cfl m °
ao_m
Prime Contractor Responsibilities:
'0
m
0
0
n
0
m
0
—I CO
m
mW
70co
Dm
-4 fin
oC
Z z
i
o-m
73
CO Th.
m
73
c
C)
0
cn
(Form CCO-4) Rev. 06-20-02
bcontractors
2
Dates
Contacted
._
i
Iuntes Received Ouotation used in bid
C+
v
\
--i
Dates
Contacted
\
i
be Subcontracted
.C3
t
03
m
w
m
CO
C
0
z
m
N
cn
z
m
rn
VI
0
-11
m
n
z
0
D
W
r
m
O
m
z
m
0
70
0
-_I
z
co
0
0
CO
v
0
m
-o
m
00
v
a
CD
al (Do
v N
0•
vN
ET m
*rt
m
_
S =
co a
rt
g
O • rt
rtrt
rt
S (D
m
✓ co
-0 m
N
(D co
�m
cn co
c c
0
(Pco
c(/)
o�.
*
6' -D
a0
O m
3 0
v
au
CD w
0
0
00
v3
S CD
0 (D
co
rt
O -,
0
3(D
0
C�
0
CD
a
5
(0
5
0
0
O
v
0
0
0
0
0
m
0
aa
3
T.'
co
w ~ o
• 0
N p1 C73.
W
z c
(00
(�-0 a
o 9
a
co
cn
CD
0
0
0
cn
co
a
cn
cn
0
v
4-
r
O
c
0
0
0
v
4-
0
0
3
t
m'
0
0
0
0
0
to aouetsisse Joi
0
c
v
0
O (D
,;
a <<
C C
c
cr
3
`P o
0
•0
--1 0
S 0
-03
O a
CD
0
3 a
tr. • N
• .o
(7 o
(n =
C O•
a• fn
CD 'ne
0 rt
rt
o P
0
<
=a
O (D
CD-;
N O
a 3
0 m
= a*
g
E rt
o
cn
3
O
0
c
co
03
m
W
c
co
0
0
m
(D
•DFin
0
o r-
O r
O
= o
O
oc
o
3 W
= o0
0m
m
o2
00
W r=-�•
7,1
. 0
rt
A) -1
O
0
O
N
• (D
Qn
CD
O a
0 =
•
c o
a
C" ( D
a,
�o
c
CT1<
3 0
0'
0'• v
o
• a
in -CD
50
✓ 0
o • a
= a
0 o
c
o
CD
at g
O et.
< 0
▪ t ▪ 0
O <
v a
O (D
3 0
Do
(D v
0 rt
0
=
0 0
=
rt
S
c
c
aEh,
m
a0
�• S
O
0
Q
0)
c
co
0
0
z
0
0)
r_
0
00
r
0
Contractor Signature:
0
m
✓ Z
w O
E
• co
,<m
0
W
o m
co
• n
(o z
z
(1' D
o • 0
00
O y
ET•
m ,<
0
,=t C
S v
?rn
z
1:3o
H
m c
o
• 0
0
✓ m
co DJ
mm
co
mm
c c
cr
00
�rt
O -t
• 0
a Q)
< .o
c
• CD
a CD
0.
Cn
O O
c CCD
N 0
(D
0co
O (0
O 0
7D
3 • 0
o
0
= S
o
c6
• 0
-41
O (D
3-n
▪ v
v
O'
Prime Contractor Name:
rnE
in 03
vm
n�
O W
m
o > C
o nCn
'' z
m cn
O rn
z�
mcn
O m
r
(D
0
v
m
PETERSON CONTRACTORS, INC.
www.petersoncontractors.com
104 Blackhawk Street
P.O. Box A
Reinbeck, Iowa 50669
Phone: 319-345 2713
BID
PROPOSAL FOR: 2020-01-24 FY 20 Univ Ave Recon Ph3
ITEM
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
DESCRIPTION
CLEARING AND GRUBBING
ON -SITE TOPSOIL
TOPSOIL CONTRACTOR FURN
EXCAV CLASS 10 ROADWAY AND BORR
EXCAV CLASS 10 WASTE
EXCAV CLASS 13
EXCAV CLASS 20
CONTRACTOR FURNED EMBKMT-IN-PLA
S UBGRADE PREPARATION 12 IN
S UBGRADE TREATMENT GEOGRID
SUBBASE MODIFIED
REMS STRUCTS
BRIDGE APPROACH BR-201/231
BRIDGE APPROACH BR-202/231
BRIDGE APPROACH BR-201/212
BRIDGE APPROACH BR-201/211
REPLACEMENT OF UNSUITABLE BACKF
PIPE SUPPORT 3010.901
SAN SWR TRENCHED PVC TRUSS 10 I
REM OF SAN SWR LESS THAN 36 IN.
SAN ABANDONMENT PLUG AND FILL L
STM SWR TRENCHED RCP CLASS III
STM SWR TRENCHED RCP CLASS III
STM SWR TRENCHED RCP CLASS III
STM SWR TRENCHED RCP CLASS III
STM SWR TRENCHED RCP CLASS III
STM SWR TRENCHED RCP CLASS III
STM SWR TRENCHED RCP CLASS III
STM SWR TRENCHED RCP CLASS IV 1
STM SWR TRENCHED PVC 8 IN.
STM SWR TRENCHED RCP CLASS IV 3
STM SWR TRENCHED UNCLASSIFIED 1
STM SWR TRENCHED UNCLASSIFIED 2
REM OF STM SWR RCP LESS THAN 36
STORM ABANDONMENT PLUG AND FILL
15" RCP APRON 4030 222
18" RCP APRON 4030.222
24" RCP APRON 4030.222
36" RCP APRON 4030.222
24" PIPE APRON GUARD 4030.224
36" PIPE APRON GUARD 4030.224
RCP APRON FOOTINGS 4030.221
S UBDRAIN TYPE SP 6 IN.
SUBDRAIN OUTLETS AND CONNECTION
UNIT TYPE
UNIT
CY
CY
CY
CY
CY
CY
CY
SY
SY
CY
EACH
SY
SY
SY
SY
CY
EACH
LF
LF
LF
LF
LF
LF
LF
LF
LF
LF
LF
LF
LF
LF
LF
LF
LF
EACH
EACH
EACH
EACH
EACH
EACH
EACH
LF
EACH
QUANTITY
107. 500
8, 716.000
5, 663.000
41, 052.000
28, 890. 000
50.000
2, 664. 100
750.000
47, 100.000
600.000
20, 121.600
1.000
1, 430. 700
452.000
405.400
100.000
500.000
9.000
871.180
254.400
2, 467.400
4, 665. 000
1, 218.200
1, 053.900
331.400
1, 662.800
331.900
352. 100
294.700
24. 000
312 000
44.000
24. 000
6, 904. 000
45. 000
2 000
2 000
3.000
2 000
2 000
2 000
9.000
11, 605.000
12 000
Fax: 319-345 2991
UNIT PRICE TOTAL AMOUNT
60. 00 6, 450. 00
12. 00 104, 592. 00
25. 00 141, 575. 00
4. 50 184, 734. 00
2 75 79, 447. 50
26. 00 1, 300. 00
7. 50 19, 980. 75
20.00 15, 000.00
1.60 75, 360.00
1.60 960.00
30.00 603, 648.00
7, 000. 00 7, 000. 00
182. 50 261, 102. 75
182. 50 82, 490.00
187. 50 76, 012.50
200.00 20, 000.00
28.00 14, 000.00
425.00 3, 825. 00
66. 00 57, 497. 88
30.00 7, 632.00
10. 00 24, 674. 00
48. 00 223, 920. 00
51. 00 62, 128. 20
60. 00 63, 234. 00
89. 00 29, 494. 60
106.00 176, 256. 80
161.00 531 435. 90
117. 00 41, 195.70
47.00 13, 850.90
46. 00 1, 104. 00
114.00 35, 568.00
50. 00 2, 200. 00
85. 00 2, 040. 00
24.00 165, 696.00
42 00 1, 890. 00
800. 00 1, 600. 00
850. 00 1, 700. 00
850. 00 2, 550. 00
1, 300.00 2, 600.00
700.00 1, 400.00
125.00 250.00
350.00 3, 150.00
11.00 127, 655.00
400. 00 4, 800. 00
PCI BID ON 2020-01-24 FY 20 Univ Ave Recon Ph3 - Continued
ITEM # DESCRIPTION
45 SUBDRAIN OUTLETS AND CONNECTION
46 WATER MAIN TRENCHED DUCTILE IRO
47 WATER MAIN DIRECT BURIED DUCTIL
48 WATER MAIN TRENCHLESS DUCTILE I
49 FITTINGS BY COUNT DUCTILE IRON
50 FITTINGS BY COUNT DUCTILE IRON
51 FITTINGS BY COUNT DUCTILE IRON
52 FITTINGS BY COUNT DUCTILE IRON
53 FITTINGS BY COUNT DUCTILE IRON
54 FITTINGS BY COUNT DUCTILE IRON
55 FITTINGS BY COUNT DUCTILE IRON
56 WATER SVC STUB COPPER 3/4 IN
58 VALVE GATE DIP 6 IN
59 FIRE HYDRANT ASSEMBLY
60 FIRE HYDRANT ASSEMBLY REM
61 MANHOLE SW-401 48 IN.
62 MANHOLE SW-402
63 MANHOLE SW-403
64 INTAKE SW-501
65 INTAKE SW-502
66 INTAKE SW-507
67 INTAKE SW-508
68 INTAKE SW-509
69 INTAKE SW-510
70 INTAKE SW-512 24 IN.
71 INTAKE SW-513
72 MODIFIED INTAKE SW-508
73 MODIFIED INTAKE SW-510
74 CONNECTION TO EXISTING MANHOLE
75 ADJ OF EXISTING MANHOLE OR INTA
76 ADJ OF EXISTING MANHOLE OR INTA
77 SAN SWR MANHOLE SW-301 48 IN
78 SAN SWR MANHOLE SW-303 48 IN
79 REMS MANHOLE OR INTAKE
80 SAN MANHOLE ABANDONMENT
81 STANDARD OR SLIP FORM PORTLAND
82 TEMP PAVE
83 CURB AND GTR SLOPED VAR. 6 IN.
84 CONC MEDIAN
85 LINSEED OIL SURF TREATMENT OF P
86 HMA PAVE STANDARD 8 IN.
87 REM OF SIDEWALK SHARED USE PATH
88 SHARED USE PATHS PCC 6 IN.
89 SHARED USE PATHS PCC 1 FT-21N.
90 PCC SIDEWALK PCC 4 IN.
91 PCC SIDEWALK PCC 6 IN.
92 STANDARD PORTLAND CEMENT COLORE
93 STANDARD PORTLAND CEMENT COLORE
94 DETECTABLE WARNINGS CAST IRON
95 DRVWYS PCC 6 IN.
96 GRAN DRVWY SURFACING CLASS A
97 REM OF PAVE
UNIT TYPE
EACH
LF
LF
LF
EACH
EACH
EACH
EACH
EACH
EACH
EACH
LF
EACH
EACH
EACH
EACH
EACH
EACH
EACH
EACH
EACH
EACH
EACH
EACH
EACH
EACH
EACH
EACH
EACH
EACH
EACH
EACH
EACH
EACH
EACH
SY
SY
LF
SY
SY
SY
SY
SY
SY
SY
SY
SY
SY
SF
SY
TON
SY
QUANTITY
150. 000
1, 991. 700
641.000
203. 000
17.000
2 000
55.000
4.000
3.000
2 000
19.000
18.000
21.000
11.000
9.000
6.000
6.000
8.000
1. 000
1.000
43. 000
7.000
10.000
5.000
12 000
4.000
10.000
2 000
3.000
7.000
1.000
4.000
2 000
72 000
1.000
39, 914. 100
581.000
948.400
5, 942 100
49, 000.000
76.600
2, 191.000
6, 765.300
314.000
1, 482.200
109.500
738.700
419. 100
700.000
1, 885.500
40.300
59, 494. 100
UNIT PRICE
200.00
70. 00
125. 00
100.00
350.00
425.00
425. 00
350.00
425. 00
500.00
425.00
110.00
1, 100.00
4, 200.00
650.00
4, 400.00
3, 900. 00
5, 700. 00
3, 550. 00
4, 100. 00
3, 700.00
4, 000. 00
4, 350.00
4, 800. 00
1, 500.00
4, 200.00
6, 900.00
7, 000.00
675.00
1, 250. 00
1, 850.00
3, 950.00
5, 200. 00
500. 00
1, 200.00
48. 25
70. 00
25.00
110.00
. 50
120.00
4. 25
41.00
150.00
36.00
44.00
110.00
135.00
35. 00
47. 00
45. 00
4. 25
TOTAL AMOUNT
30, 000. 00
139, 419.00
80, 125. 00
20, 300. 00
5, 950.00
850. 00
23, 375. 00
1, 400. 00
1, 275. 00
1, 000. 00
8, 075. 00
1, 980. 00
23, 100.00
46, 200.00
5, 850.00
26, 400. 00
23, 400. 00
45, 600. 00
3, 550.00
4, 100. 00
159, 100.00
28, 000. 00
43, 500. 00
24, 000. 00
18, 000.00
16, 800.00
69, 000. 00
14, 000. 00
2, 025.00
8, 750. 00
1, 850. 00
15, 800. 00
10, 400. 00
36, 000. 00
1, 200. 00
1, 925, 855. 33
40, 670. 00
23, 710. 00
653, 631. 00
24, 500. 00
9, 192. 00
9,311.75
277, 377. 30
47, 100. 00
53, 359.20
4, 818.00
81, 257. 00
56, 578.50
24, 500.00
88, 618. 50
1, 813. 50
252, 849. 93
PCI BID ON 2020-01-24 FY 20 UnivAve Recon Ph3 - Continued
ITEM # DESCRIPTION
98 CURB AND GTR REM
99 SAWCUT FOR REMS
100 TRFC SIGNAL RRFB
101 TRFC SIGNAL UNIVERSITY & 63
102 TRFC SIGNAL GREENHILL RAMP
103 TRFC SIGNAL US 218 AND 63
104 TRFC SIGNAL REM
105 TRFC CTRL
106 TIMBER BOLLARD
107 2-WAY COLLAPSIBLE BOLLARD
108 ENHANCEMENT LIGHTING
109 TYPE 1 LIGHTING POLES
110 TYPE 2 LIGHTING POLES
111 ELECTRICAL CIRCUITS
112 TUNNEL MONITORING CAMERAS
113 TUNNEL LIGHTING TYPE 3
114 TUNNEL LIGHTING TYPE 4
115 HANDHOLES AND JUNCTION BOXES
116 CTRL CABINET
117 FLAGGER
118 PAINTED PAVE MARKINGS SOLVENT W
119 WET RETROREFLECTIVE REMOVABLE T
120 PAINTED SYMBOLS AND LEGENDS THE
121 PAVE MARKINGS REMD
122 REM OF CONC FOOTINGS OF LIGHT P
123 REMS AS PER PLAN FLETCHER BRIDG
124 REMS AS PER PLAN GREENHILL ROAD
125 REMS AS PER PLAN BLACKHAWK BRID
126 REM OF EXISTING BRIDGE
127 GRAN BACKFILL
128 STRUCT CONC (MISC.)
129 STRUCT CONC (RCB CULV)
130 REINFORCING STEEL EPDXY COATED
131 REINFORCING STEEL STAINLESS STE
132 DECK OVER -DEPTH OVERLAY (CLASS
133 DECK REPAIR CLASS A SPECIAL
134 DECK REPAIR CLASS B
135 STEEL EXTRUSION JOINT WITH NEOP
136 NEOPRENE GLAND INSTALL AND TEST
137 STEEL PIPE PED HAND RAIL
138 STRUCT STEEL PED HAND RAILING W
139 STRUCT STEEL PED HAND RAILING P
140 STRUCT STEEL PED HAND RAILING G
141 CONC REPAIR
142 BRIDGE REPAIR (INCLUDES COST OF
143 DECK DRAINS
144 REM OF STEEL BEAM GUARDRAIL
145 STEEL BEAM GUARDRAIL BARR TRANS
146 STEEL BEAM GUARDRAIL END ANCHOR
147 STEEL BEAM GUARDRAIL TANGENT EN
148 STEEL BEAM GUARDRAIL FLARED END
149 REM OF BRIDGE RAILING
UNIT TYPE
LF
LF
EACH
EACH
EACH
EACH
EACH
LS
EACH
EACH
LS
EACH
EACH
LF
EACH
EACH
EACH
EACH
EACH
EACH
STA
STA
EACH
STA
EACH
LS
LS
LS
LS
TON
CY
CY
LB
LB
SY
SY
SY
LF
LF
LF
LF
LF
LF
SF
LS
LS
LF
EACH
EACH
EACH
EACH
LF
QUANTITY
32.000
2, 986.600
1.000
1.000
1.000
1.000
1.000
1.000
95. 000
4. 000
1. 000
81.000
15.000
29, 088.000
3.000
6.000
2 000
63.000
4.000
20.000
220.670
121.220
20.000
11.260
40. 000
1.000
1. 000
1.000
1.000
3, 395.000
505.500
366. 700
108, 297.000
70.000
375.000
75.000
24.500
86.300
86.300
1, 287.300
1,146.700
178. 000
365.000
256.200
1.000
1.000
2, 560.400
4. 000
4. 000
3.000
1.000
800.000
UNIT PRICE
4. 25
6.00
17, 500.00
50, 000. 00
17, 500.00
15, 000. 00
10, 000.00
44, 000. 00
175. 00
400. 00
000. 00
000. 00
500.00
16.00
7, 500. 00
800.00
1, 250. 00
900.00
7, 000. 00
500.00
60. 00
115.00
600.00
180. 00
600. 00
000.00
000.00
000. 00
000. 00
16.50
375. 00
650.00
1. 75
12 00
225. 00
275.00
650.00
280.00
40.00
95.00
330. 00
260.00
230. 00
150. 00
100.00
500.00
6.00
000. 00
500.00
3, 000.00
3, 000.00
6.50
525,
5,
5,
6,
75,
100,
125,
1,
139,
2,
TOTAL AMOUNT
136 00
17, 919 60
17, 500 00
50, 000 00
17, 500 00
15, 000 00
10,000 00
44, 000 00
16, 625 00
1, 600 00
525, 000 00
405, 000 00
82, 500 00
465, 408 00
22, 500 00
4, 800 00
2, 500 00
56, 700 00
28, 000 00
10, 000 00
13, 240 20
13, 940 30
12, 000 00
2, 026 80
24, 000 00
6, 000 00
75, 000 00
100, 000 00
125, 000 00
56, 017 50
189, 562 50
238, 355 00
189, 519 75
840 00
84, 375 00
20, 625 00
15, 925 00
24, 164 00
3, 452 00
122, 293 50
378, 411 00
46, 280 00
83, 950 00
38, 430 00
1, 100 00
139, 500 00
15, 362 40
8, 000 00
2, 000 00
9, 000 00
3, 000 00
5, 200 00
PCI BID ON 2020-01-24 FY 20 Univ Ave Recon Ph3 - Continued
ITEM # DESCRIPTION
150 MACADAM STONE SLOPE PROTECTION
151 CONC BARR (PED/TRFC)
152 CONC BARR REINFORCED SEPARATION
153 SAFETY CLOSURE
154 SAFETY FENCING
155 REM OF TYPE A SIGN ASSEMBLY
156 REM OF TYPE B SIGN ASSEMBLY
157 PERFORATED SQUARE STEEL TUBE PO
158 PERFORATED SQUARE STEEL TUBE PO
159 TYPE A SIGNS SHEET ALUMINUM
160 TEMP BUSINESS ACCESS SIGNS
161 OBJECT MARKER TYPE 2
162 OBJECT MARKER TYPE 3
163 TEMP LANE SEPARATION SYSTEM
164 PORTABLE DYNAMIC MESSAGE SIGN
165 MOB
166 MOB-GREENHILL ROAD BRIDGE
167 MOB -BLACK HAWK BRIDGE
168 MOB-FLETCHER BRIDGE
169 MOB-FLETCHER FLOODGATE
170 MOB -BOX CULV
171 TEMP HYDRO -SEEDING TYPE 4
172 SWPPP MANAGEMENT
173 SEEDING FERTILIZING AND MULCHIN
174 PERIMETER AND SLOPE SEDIMENT CT
175 PERIMETER AND SLOPE SEDIMENT CT
176 REM OF PERIMETER AND SLOPE SEDI
177 SILT FENCE OR SILT FENCE DITCH
178 MAINTENANCE OF SILT FENCE OR SI
179 REM OF SILT FENCE OR SILT FENCE
180 TURF REINFORCEMENT MAT TYPE II
181 ROLLED EROSION CTRL PRODUCT TYP
182 MOWING
183 TEMP INTAKE OR MANHOLE COVER AS
184 MAINTENANCE OF TEMP INTAKE OR M
185 REM OF TEMP INTAKE OR MANHOLE C
186 OPEN -THROAT CURB INTAKE SEDIMEN
187 MAINTENANCE OF OPEN -THROAT CURB
188 REM OF OPEN -THROAT CURB INTAKE
189 GRATE INTAKE SEDIMENT FILTER BA
190 MAINTENANCE OF GRATE INTAKE SED
191 REM OF GRATE INTAKE SEDIMENT FI
192 CHAIN LINK FENCE 72 IN.
193 CHAIN LINK GATE 16 FT.
194 REM OF FENCE
195 CONC WASHOUT
196 LANDSCAPING
197 WATERING
198 IN -LINE FLOCCULANT SOCK
199 DEWATERING BAGS
200 POLLINATOR SEED
TOTAL BID AMOUNT:
UNIT TYPE
SY
LF
LF
EACH
LF
EACH
EACH
LF
EACH
S F
EACH
EACH
EACH
LF
CDAY
LS
LS
LS
LS
LS
LS
ACRE
LS
ACRE
LF
LF
LF
LF
LF
LF
S Q
S Q
ACRE
EACH
EACH
EACH
EACH
EACH
EACH
EACH
EACH
EACH
LF
EA
LF
LS
LS
MGAL
EACH
EACH
AC
QUANTITY
624.400
228. 700
1, 300.600
43. 000
900.000
84.000
2 000
1, 251. 300
116.000
804. 500
37.000
12 000
8.000
1, 560.000
30. 000
1.000
1.000
1.000
1.000
1.000
1.000
15.000
1.000
13.500
7, 220.000
580.000
7, 800.000
8, 000.000
800.000
8, 000.000
101.000
274.000
13.500
37.000
37.000
37.000
94.000
94.000
94.000
5.000
5.000
5.000
212 000
1.000
1, 384.000
1.000
1.000
100.000
10.000
10.000
7.700
UNIT PRICE
60.00
140. 00
85. 00
150.00
5.00
50.00
300. 00
8.00
150.00
22. 50
100.00
250.00
195.00
7. 75
100.00
750, 000.00
26, 000. 00
26, 000. 00
21, 000. 00
13, 000.00
45, 000. 00
2, 750. 00
17, 500.00
3, 650. 00
1. 75
2.35
• 25
1.50
1.50
• 10
55. 00
10.00
400.00
600.00
50. 00
25.00
100. 00
25. 00
25. 00
150.00
50.00
25. 00
75. 70
1, 500.00
10.00
10, 000.00
1, 800, 000.00
105.00
1, 500.00
1, 000. 00
1, 750. 00
TOTAL AMOUNT
37,
32,
110,
6,
4,
4,
10,
17,
18,
3,
3,
1,
12,
3,
750,
26,
26,
21,
13,
45,
41,
17,
49,
12,
1,
1,
12,
1,
5,
2,
5,
22,
1,
9,
2,
2,
16,
1,
13
10
1, 800
10
15
10
13
$ 14, 387
464. 00
018. 00
551. 00
450. 00
500.00
200. 00
600. 00
010.40
400. 00
101.25
700. 00
000. 00
560. 00
090. 00
000.00
000.00
000. 00
000.00
000. 00
000. 00
000. 00
250. 00
500.00
275. 00
635. 00
363.00
950. 00
000. 00
200. 00
800.00
555.00
740.00
400.00
200.00
850. 00
925.00
400. 00
350. 00
350. 00
750. 00
250. 00
125. 00
048.40
500.00
, 840.00
, 000.00
, 000.00
, 500. 00
000.00
000.00
1475. 00
,651.08
We have based this proposal on common law indemnification. PCI reserves the right to adjust pricing
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 ($ ) 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 27th day of February
2020 , for FY 2020 University Avenue Reconstruction - Phase 3 From Evergreen
Ave nueJoJlw_y.S3, WatexlaoSr retract No. 97i
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 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 30th day of January , A.D. ; 2020
Peterson Contractors, Inc.
Witnes-0
Witness Dione R. You
president
Travelers Casualty and S rety Company of h\T TAija
By
err orney-in- act Anne Crowner
Princi al
By
(Title)
(Seal)
n icy
Travelers Casualty and Surety Company of America
Travelers Casualty and Surety Company
Sin 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.
State of Connecticut
By:
City of Hartford ss.
c
Robert L. Ranev enior 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, I hereunto set my hand and official seal.
My Commission expires the 30th day of June, 2021
•
tJO malt
-Tins L
3
. `��� �r 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.
I, 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 30th day of January , 2020
•
Kevin E Hughes, Assistant Secretary
To verify the authenticity of this Power of Attorney, please call us at 1-8OO-421-300O3
Please refer to the above -named Attorney -in -Fact and the details of the bond to which this Power of Attorney is attached.