Loading...
HomeMy WebLinkAboutPeterson Contractors IncZan\ �ONZRACZ�RS ANC. BOX A REINBECK, IOWA 50669-0155 West Ridgeway Ave. & Greyhound Dro Traffic Safety Omprovements IDOT # CS-TSF-8155(762)®85-07 City of Waterloo # TOF-291 City Clerk — Waterloo, IA 715 Mulberry St. Waterloo, IA 50703 Bid Date 7-9-20 Bid Time 1:00 PM Bid Proposal 9 ‘AUVIDIk SON\RFC\ORS ANC. BOX A REINBECK, IOWA 50669-0155 West Ridgeway Ave. & Greyhound Dr. Traffic Safety Improvements IDOT # CS-TSF-8155(762) 85-07 City of Waterloo # TOF-291 ty Clerk — Waterloo, IA 715 Mulberry St Waterloo, IA 5C7D3 Bid Date 7-9-20 Bid Time 1:00 PM Bid Bond V, BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, Peterson Contractors, Inc. , as principal, al, and Travelers Casualty and Surety Company of America, as surety we held and firmly bound unto the CITY OF WATERLOO, Iowa. In the penal sum Five Percent (5%) of the Total Amount BidDollars ($ '% ), 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 9th day of July 2020, for the West Ridgeway Avenue at Greyhound Drive Traffic Safety Improvements Project (Iowa DOT Project No. CS- I SFn8155(762) 85-07. NOW, THEREFORE, (a) If said bid shall be rejected, or in the alternate. (b) If said bid shall be accepted and the principal shall execute and deliver a contract in the form specified and shall furnish a bond for his/her 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, p Y 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 city 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 city 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 officers this 29th day of June , A.D. 2020. Peterson Contractors, Inc. (Seal) Principal Witness prosident Travelers Casualty and Surety Company of America (Seal) Surety Dione R. Young Witne A me -in-Fact Anne Crowner BID BOND PAGE V-1 TRAVLEVEIR 11 hun Uok ;'h'5$ C sua D jy i hid Subl tf C O b dui Fall i of Amoliiica U h'av 1 e rs Ca otq oty mull ED'urirsncj Company St Paull Foy., and h\'d 1n-R1 Xusuivauwo Cm -it- -m w POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. • are corporations duly organized under the laws of the State of Connecticut (herein collectively called the Paul Fire and Marine Insurance Company p Anne Crowner of Waukee , "Companies"), and that the Companies do hereby make, constitute and appoint execute seal and acknowledge any and all bonds, recognizances, Iowa ,their true and lawful Attorney -in -Fact to sign,, . • writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the conditional undertakings and other writings g ry fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any IN WITNESS WHEREOF, the Companies or proceedings allowed by law. have caused this instrument to be signed, and their corporate seals to be hereto affixed, this 17th day of anuary, 2019. � �p. 0,(31 Ik ha SItf qa j HARTFORD, L. COW?./e State of Connecticut By: { Robert L. RaneSenior Vice President City of Hartforo ss. thisbefore me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President On the 1 �t4`� day of January, 2019, p Y f+. America,Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, and of Travelers Casuu..y and Surety Company of that he, as such, being au+norized so to d o, 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 NO MN/ .,ins .'%c•2 CNN F e) r*tl i tt,..1� bythe authorityof the following resolutions adopted by the Boards of Directors of Travelers Casualty and This Power of Attorney is granted under and and SuretyCompany, and St. Paul Fire and Marine Insurance Company, which resolutions are now in full Surety Company of America, Travelers Casualty force and effect, reading as follows: � an RESOLVED, that the Chairman, the President Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Y Second Vice President, the Treasurer,Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys in -Fact and any Agents to act for and on behalf theof Companyand may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and sealCompany's with the Com an 's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a ' ' undertaking,and anyof said officers or the Board of Directors at any time may remove any such appointee and revoke bond, recognizance, or conditional 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 g • bindingupon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any undertaking shall be valid and p P the Corporate Secretary or any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, Assistant Secretary and duly attested and sea led 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 in 9 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,anySecretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of President, any Assistant Vice rY Attorney or to any certificate relating theretoappointing a ointin Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings ndertakin s and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal sh all be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be validbinding and 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 Secretaryof 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. Anna P. Nowik, Notary Public Dated this 29th day of June , 2020 Kevin E. Hughes, Assistant Secretary To verify the authenticity of this Power of Attorney, please call us at 1-800-421-3880. Plea is attached se refer to the above -named Attorney -in -Pact and the details of the bond to which this Power ofAttorney s III- FORM OF BID WEST RIDGEWAY AVENUE AT GREYHOUND DRIVE TRAFFIC SAFETY IMPROVEMENTS City Project Number TOF-291 CITY OF WATERLOO, IOWA Honorable Mayor and City Council, Waterloo, Iowa the State of ��� , a The undersigned, being a Corporation existing under the laws of Partnership consisting of the following partners: , having familiarized (himself) (themselves) (itself) with the plans and specifications as well as all other contract documents listed in the Table of Contents and Addenda (if any), now on file in the office of the City Clerk, City Hall, Waterloo, Iowa, proposes to construct and build WEST RIDGEWAY AVENUE AT GREYHOUND DRIVE TRAFFIC SAFETY IMPROVEMENTS, all in accordance with the above -listed documents for the prices listed below: ITEM NO. 1 ITEM CODE 2 2101- 0850001 DESCRIPTION CLEARING AND GRUBBING UNITS ACRE EST. QUANTITY 0.14 UNIT PRICE TOTAL PRICE 2102- 2710070 EXCAVATION, CLASS 10, ROADWAY AND BORROW CY 590 3 2105- 8425015 TOPSOIL, STRIP, SALVAGE AND SPREAD CY 215 4 5 2115- 0100000 MODIFIED SUBBASE, 6 IN. CY 195 2301- 1032090 STANDARD OR SLIP FORM PORTLAND CEMENT CONCRETE PAVEMENT, CLASS C CLASS 2 DURABILITY, 9 IN. SY 1,004 6 7 2301- 6911722 2302- 7430100 PORTLAND CEMENT CONCRETE PAVEMENT SAMPLES GRANULAR SHOULDERS, TYPE A, 6 IN. LS TON 1 220 8 9 2303- 0000100 10 2401- 6745910 11 HOT MIX ASPHALT MIXTURE, COMMERCIAL MIX (INCLUDES ASPHALT BINDER), AS PER PLAN REMOVAL OF SIGN TON EA 18 2 2401- 7207010 12 13 REMOVAL OF CONCRETE SY 513 2416- 0100015 2416- 0101036 2416- 1160015 APRONS, CONCRETE, 15 IN. DIA. EA 2 REMOVE AND REINSTALL CONCRETE PIPE APRONS LESS THAN OR EQUAL TO 36 IN. CULVERT, CONCRETE ENTRANCE PIPE, 15 IN. DIA. EA LF 1 174 14 2416- 1160024 CULVERT, CONCRETE ENTRANCE PIPE, 24 IN. DIA. LF 6 15 2435- 0140148 MANHOLE, STORM SEWER, SW-401, 48 IN. EA 2 16 17 2502- 8212106 18 19 2502- 8221303 S UBDRAIN, PLASTIC PIPE, 6 IN. S UBDRAIN OUTLET, DR-303 LF EA 624 2 2524- 6765010 20 2525- 0000100 REMOVE AND REINSTALL S IGN AS PER PLAN TRAFFIC SIGNALIZATION EA LS 4 1 2527- 9263118 PAINTED PAVEMENT MARKINGS STA 15.1 FORM OF BID PAGE III-1 21 28 29 30 31 32 33 2527- 9263180 2528- 8445110 2533- 4980005 2601- 2634105 2601- 2636044 2602- 0000020 2602- 0000030 2602- 0000071 2602- 0000101 2602- 0000309 2602- 0000350 2602- 0010010 2602- 0010020 PAVEMENT MARKINGS REMOVED TRAFFIC CONTROL MOBILIZATION MULCHING, BONDED FIBER MATRIX SEEDING AND FERTILIZING URBAN SILT FENCE SILT FENCE FOR DITCH CHECKS REMOVAL OF SILT FENCE OR SILT FENCE FOR DITCH CHECKS MAINTENANCE OF SILT FENCE OR SILT FENCE FOR DITCH CHECK PERIMETER AND SLOPE SEDIMENT CONTROL DEVICE, 9 IN. DIA. REMOVAL OF PERIMETER AND SLOPE SEDIMENT CONTROL DEVICE MOBILIZATIONS, EROSION CONTROL MOBILIZATION, EMERGENCY EROSION CONTROL STA LS LS ACRE ACRE LF LF LF EA EA 2.2 413 22 22 4 1 TOTAL BID 'awe I4ucttL* A): &oeCTLct4aa iALuActiteA � Opi\Cak�; N��nc?S Dollars Total Bid Price in Writing:V Q Total Bid Price: $ CC 17 9 4 (numbers) • W 39�,594 PiQtzst: SfeeAWQ. cti catitnilett LfrUAif aThsts-4? right is reserved by the City of Waterloo, Iowa, to reject any 1. In submitting this bid, the bidder understands that the g delivered to the undersigned within or all bids. If notice of the acceptance of this bid is mailed, emailed,faxed, orwn the undersigned of thirty (30) days after the opening thereof, or at any time thereafter before this bid is withdrawn, a tees to execute and deliver an agreement in the prescribed form within ten (10) days after the agreement is g presented to him. 2. The bidde r has Addendum or Addenda: received the following en i. Addendum No. Date N Pt- r to the award of a contract due to budgetary limitations. 3. The City reserves the right to reduce project size prio City 4. Theeous to the City, price included. S. The successful bidder agrees reserves the right to select a bid that is most advantag traffic si nalization item as per to submit a breakdown of prices for the lump sum signal quantity items shown on the plans immediately after the bidder is awarded the contract. ift (Name of Bidder) (Date) Title Itit bk-tMOjere 34\k,, 7 9 2o20 FORM OF BID PAGE III-2 Official Address: (Including Zip Code): lob duck k. St. 3 cP.o. ag aci • , 5'1069 I.R.S. No. K� ' ei?ZI&5'1 PAGE III-3 FORM OF BID IV- NON -COLLUSION AFFIDAVIT OF PRIME BIDDER STATE OF IOWA )SS COUNTY OF E UN'D` (1) He is (2) , being first duly sworn, deposes and says that: FaCx50 n Govrfra t) S In t, (Owner, Partner, Office Representative, Agent, Other (explain) the Bidder that has submitted the attached bid. (3) He is fully responsible for the preparation and contents of the attached Bid and of all pertinent circumstances respecting such bid. (4) Such Bid is genuine and is not a collusive or sham Bid. (5) Neither the said Bidder nor any of its officers, partners owner, agents, representatives, employees or parties in interest including this affiant, nor any employee or official of the City of Waterloo, Iowa, or the Owner of the property interested in the proposed contract. (6) 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, employers, or parties in interest including this . , or by any employee or official of the City of Ottumwa, Iowa. Signed: Title: t. zr `"` ALA Makti git Subscribed and sworn to me byein f.S ffStn "before me this ay of.. k Notary Public in and for 6 Y'7etiift,„) County, Iowa. • JENNIFER R WISSLER !Commission Number 761292 My Commission Expires January 04, 2022 2020. NON -COLLUSION AFFIDAVIT PAGE IV-1 VII- TARGETED SMALL BUSINESS (TSB) AFFIRMATIVE ACTION CONTRACTOR'S RESPONSIBILITIES ON NON-FEDERAL AID PROJECTS (THIRD -PARTY STATE -ASSISTED PROJECTS) 1. TSB DEFINITION A TSB is a small business, as defined by Iowa Code Section 15.102(5), which is 51 % or more owned, operated and actively managed by one or more women, minority persons or persons with a disability Generally this is a for -profit small business enterprise under single management, is located in Iowa and has an annual gross income of less than 4 million dollars computed as an average of the three preceding fiscal years. 2. TSB REQUIREMENTS In all State -assisted projects made available through the Iowa Department of Transportation local governments have certain affirmative action requirements to encourage and increase participation of disadvantaged individuals in business enterprises. These requirements are based on Iowa Code Section 196.7 and 541 Iowa Administrative Code Chapter 4. These requirements supersede all existing TSB regulations, orders, circulars and administrative requirements. 3. TSB DIRECTORY INFORMATION Available from: https://www iowaeconomicdevelopment.com/tsb Phone: 515-725-4805 4. THE CONTRACTOR'S TSB POLICY The contractor is expected to promote participation of disadvantaged business enterprises as suppliers, manufactures and subcontractors through a continuous, positive, result -oriented program. Therefore the contractor's TSB policy shall be: It is the policy of this firm that Targeted Small Business (TSB) concerns shall have the maximum practical opportunity to participate in contracts funded with State -assisted funds which are administered by this firm (e.g. suppliers manufactures and subcontractors). The purpose of our policy is to encourage and increase the TSB participation in contracting opportunities made available by State -assisted programs. 5. CONTRACTOR SHALL APPOINT AN EQUAL EMPLOYMENT OPPORTUNITY (EEO) OFFICER The contractor shall designate a responsible person to serve as TSB officer to fulfill the contractor's affirmative action responsibilities This person shall have the necessary statistics funding, authority and responsibility to carry out and enforce the firm's EEO policy. The EEO officer shall be responsible for developing managing and implementing the program on a day-to-day basis. The officer shall also: A. For current TSB information, contact the Iowa Department of Inspections and Appeals (515- 281-7102) to identify potential material suppliers, manufactures and contractors B. Make every reasonable effort to involve TSBs by soliciting quotations from them and incorporating them into the firm's bid. C. Make every reasonable effort to establish systematic written and verbal contact with those TSBs having the materials or expertise to perform the work to be subcontracted, at least two weeks prior to the time quotations are to be submitted. Maintain complete records of negotiation efforts. TARGETED SMALL BUSINESS PAGE VII-1 D. Provide or arrange for assistance to TSBs in seeking bonding, analyzing plans/specifications or other actions that can be viewed as technical assistance E. Ensure the scheduled progress payments are made to TSBs as agreed in subcontract agreements. F. Require all subcontractors and material suppliers to comply with all contract equal opportunity and affirmative action provisions. 6. COUNTING TSBs PARTICIPATION ON A PROJECT TSBs are to assume actual and contractual responsibilities for provision of materials/supplies, subcontracted work or other commercially useful function. A. The bidder may count: (1) Planned expenditures for materials/supplies to be obtained from TSB suppliers and manufacturers; or (2) Work to be subcontracted to a TSB; or (3) Any other commercially useful function. B. The contractor may count: (1) 100% of an expenditure to a TSB manufacturer that produces/supplies goods manufactured from raw materials. (2) 60% of an expenditure to TSB suppliers that are not manufacturers, provided the suppliers perform a commercially useful function in the supply process. (3) Only those expenditures to TSBs that perform a commercially useful function in the work of a contract including those as a subcontractor. (4) Work the Contracting Authority has determined that it involves a commercially useful function. The TSB must have a necessary and useful role in the transaction of a kind for which there is a market outside the context of the TSB program For example, leasing equipment or purchasing materials from the prime contractor would not count. 7. REQUIRED DATA, DOCUMENTS AND CONTRACT AWARD PROCEDURES FROM BIDDERS/CONTRACTORS FOR PROJECTS WITH ASSIGNED GOALS A. Bidders Bidders who fail to demonstrate reasonable positive efforts may be declared ineligible to be awarded the contract Bidders shall complete the bidding documents plus a separate form called "TSB Pre -Bid Contact Information' This form includes: (1) Name(s) of the TSB(s) contacted regarding subcontractable items. (2) Date of the contract. (3) Whether or not a TSB bid/quotation was received. (4) Whether or not the TSB's bid/quotation was used. (5) The dollar amount proposed to be subcontracted. B. Contractors Using Quotes from TSBs Use those TSBs whose quotes are listed in the "Quotation Used in Bid" column along with a "yes" indicated on the Pre -bid Contact Information form TARGETED SMALL BUSINESS PAGE VII-2 C. Contractors NOT Using Quotes from TSBs If there are no TSBs listed on the Pre -bid Contract Information form, then the contractor shall document all efforts made to include TSB participation in this project by documenting the following: (1) What pre -solicitation or pre -bid meetings scheduled by the contracting authority were attended? (2) Which general news circulation, trade associations and/or minority -focused media were advertised concerning the subcontracting opportunities? (3) Were written notices sent to TSBs that TSBs were being solicited and was sufficient time allowed for the TSBs to participate effectively? (4) Were initial solicitations of interested TSBs followed up? (5) Were TSBs provided with adequate information about the plans, specifications and requirements of the contract? (6) Were interested TSBs negotiated with in good faith? If a TSB was rejected as unqualified, was the decision based on an investigation of their capabilities? (7) Were interested TSBs assisted in obtaining bonding, lines of credit or insurance required by the contractor? (8) Were services used of minority community organization minority contractors groups; local, State and Federal minority business assistance offices or any other organization providing such assistance. The above documentation shall remain in the contractor's files for a period of three (3) years after the completion of the project and be available for examination by the Iowa Department of Inspections and Appeals. 8. POSITIVE EFFORT DOCUMENTATION WHEN NO GOALS ARE ASSIGNED Contractors are also required to make positive efforts in utilizing TSBs on all State -assisted projects which are not assigned goals. Form TSB Pre -bid Contact Information" is required to be submitted with bids on all projects. If there is no TSB participation, then the contractor shall comply with Section 7C. of this document prior to the contract award. 9. PRE -BID CONTACT INFORMATION Bidders must submit this form with their bid If there are no TSB subcontractors submit the form anyway and write on it none -contacted, non -available etc. TARGETED SMALL BUSINESS PAGE VII-3 Form 730007WP 7-9 Contractor VCteoxii �`ovittei .ths 1144 • Project# '�5 ��F SL55('7&2>' ` 0507 TARGETED SMALL BUSINESS (TSB) \\M PRE-BID CONTACT INFORMATION County ' �1^� . City ttketrke (To Be Completed By All Bidders per the Current Contract Provision) In order for your bid to be considered responsive, you are required to provide information on this form showing your Targeted Small Business contacts made with your bid submission. This infomation is subject to venficatior and confirmation. In the event it is determined that the Targeted Small Business goals are not met, then before awarding the contract, the Contracting Authonty will make a determination as to whether or not the apparent successful low bidder made good faith efforts to meet the goals. NOTE- Every effort shall be made to solicit quotes or bids on as many subcontractable items as necessary to achieve the established goals. If a TSB's quote is used in the bid, it is assumed that the firm listed will be used as subcontractor. TABLE OF INFORMATION SHOWING BIDDERS PRE -BID TARGETED SMALL BUSINESS (TSB) CONTACTS Page# Ma SUBCONTRACTOR Di2 Corporato4 17616- kOistow-r3 TSB DATES CONTACTED Wz't QUOTES RECEIVED YES/ NO DATES CONTACTED 7/9/2D 7/6/42c d QUOTATION USED IN BID YES/ NO DOLLAR AMT. PROPOSED TO BE SUBCONTRACTED s Total dollar amount proposed to be subcontracted to TSB on this project $ List items by name to be subcontracted: TARGETED SMALL BUSINESS PAGE V I I -4 www.petersoncontractors.com P/' if/ERS�N � ���U `� �14 ClJ ) r_� 11NC0 � 104 Blackhawk Street P.O. BoxA Reinbeck, Iowa 50669 Phone: 319-345-2713 Fax: 319-345-2991 QU O TE PROPOSAL FOR: West Ridgeway Ave. at Greyhound Dr. Traffic Safety Improvements ITEM It DESCRIPTION UNIT TYPE QUANTITY UNIT PRICE TOTAL AMOUNT 1 Clearing & Grubbing AC .140 $60,000.00 $8,400.00 2 Class 10 Excavation CY 590.000 $15.00 $8,850.00 3 Topsoil Strip Salvage & Spread CY 215.000 $10.00 $2,150.00 4 6" Modified Subbase CY 195.000 $50.00 $9,750.00 5 9" PCC Paving SY 1,004.000 $55.00 $55,220.00 6 Portland Cement Samples LS 1.000 $2,000.00 $2,000.00 7 6" Granular Shoulder TN 220.000 $25.00 $5,500,00 8 ACC Paving TN 18.000 $300.00 $5,400.00 9 Removal of Sign EA 2.000 $100.00 $200.00 10 Removal of Concrete SY 513.000 $16.00 $8,208.00 11 15" RCP Apron EA 2.000 $2,500.00 $5,000.00 12 Remove & Replace RCP Apron Less Than 36" EA 1.000 $1,250.00 $1,250.00 13 15" RCP Entrance Pipe LF 174.000 $65.00 $11,310.00 14 24" RCP Entrance Pipe LF 6.000 $350.00 $2,100.00 15 SW-401 48" Storm Sewer Manhole EA 2.000 $4,500.00 $9,000.00 16 6" HDPE Subdrain LF 624.000 $12.50 $7,800.00 17 DR-303 Subdrain Outlet EA 2.000 $500.00 $1,000.00 18 Remove & Reinstall Sign EA 4.000 $250.00 $1,000.00 19 Traffic Signalization LS 1.000 $205,000.00 $205,000.00 20 Painted Pavement Markings STA 15.100 $50.00 $755.00 21 Pavement Markings Removed STA 2.200 $275.00 $605.00 22 Traffic Control LS 1.000 $4,000.00 $4,000.00 23 MOB LS 1.000 $32,000.00 $32,000.00 24 Mulching Bonded Fiber Matrix AC .300 $3,000.00 $900.00 25 Seeding & Fert. (Urban) AC .300 $3,000.00 $900.00 26 Silt Fence LF 228.000 $4.00 $912.00 27 Silt Fence for Ditch Checks LF 185.000 $5.00 $925.00 28 Removal of Silt Fence LF 413.000 $2.00 $826.00 29 Silt Fence Maintenance LF 413.000 $1.00 $413.00 30 9" Sediment Control Device LF 22.000 $5.00 $110.00 31 Removal of Sediment Control Device LF 22.000 $5.00 $110.00 32 Erosion Control MOB EA 4.000 $500.00 $2,000.00 33 Emergency Erosion Control MOB EA 4.000 $1,000.00 $4,000.00 TOTAL QUOTED AMOUNT P ETE RSO N CONTRACTORS, INC. $397,594.00 July 9,2020