Loading...
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.