HomeMy WebLinkAboutPeterson Contractors, Inc.DEZWa'a
'ciAHZRACtakS
BOX A
REINBECK, IOWA 50669-0155
7\-) cA ___t
N- 4_ t IN
o
c) L 3 ci) Ni
cl
CA ii I,
_4___ (.4±
5,- 0 17 ej)+,
O r �
30 4.
y Z025 54-aft
eu3QA-- cm-me_k)6,ce vein QAT*
Sincry-, 6euoeci
l�cscorne cfs
ij&*l� to
FORM OF BID OR PROPOSAL
FY 2025 STATE STREET SANITARY SEWER REPLACEMENT AND STORM SEWER DISCONNECTS
CONTRACT NO. 1110
CITY OF WATERLOO, IOWA
Honorable Mayor and City Council
Waterloo, Iowa
Gentlemen:
1. The undersigned, being a Corporation existing under the laws of the State of Iowa ,
a Partnership consisting of the following partners:
, having familiarized (himself) (themselves)
(itself) with the existing conditions on the project area affecting the cost of the work, and with all the contract
documents listed in the Table of Contents and Addenda (if any), as prepared by the City Engineer of the City
of Waterloo now on file in the office of the City Clerk City Hall, Waterloo, Iowa, hereby proposes to furnish all
supervision, technical personnel, labor, materials, machinery, tools, appurtenances, equipment, and
services, including utility and transportation services required to construct and complete this FY 2025
STATE STREET SANITARY SEWER REPLACEMENT AND STORM SEWER DISCONNECTS, Contract No.
1110, all in accordance with the above -listed documents and for the unit prices for work in place for the
following items and quantities:
FY 2025 STATE STREET SANITARY SEWER REPLACEMENT AND STORM SEWER DISCONNECTS -
CONTRACT NO. 1110
DIVISION I - STATE STREET SANITARY SEWER REPLACEMENT
BID
ITEM
SUDAS SPECIFICATION
* SEE SUPPLEMENTAL
DESCRIPTION
UNIT
DIV1-EST
QTY
UNIT BID PRICE
TOTAL BID PRICE
DIVISION 2 - EARTHWORK
1
2010-108-D-1*
TOPSOIL, 4 INCHES, ON SITE
SY
1720.0
2
2010-108-E *
EXCAVATION, CLASS 10
CY
736.0
3
SEE EST. REF.
EXCAVATION, CLASS 10, WASTE
CY
732.0
4
2010-108-J
SUBBASE, MODIFIED, 10INCH DEPTH
SY
0.0
5
2010-108-J
SUBBASE, 1 INCH ROADSTONE, 7 INCH DEPTH
SY
2366.0
DIVISION 4 - SEWERS AND DRAINS - SANITARY
6
4010-108-A
SANITARY SEWER, TRENCHED, TRUSS, 12 INCH
LF
516.1
7
4010-108-A
SANITARY SEWER, TRENCHED, TRUSS, 10 INCH
LF
312.2
8
4010-108-E
SANITARY SEWER SERVICE STUB, SDR 23.5, 6 INCH
LF
386.0
9
SEE EST. REF.
SANITARY SEWER SERVICE, UNDERGROUND
INVESTIGATION
EACH
2.0
DIVISION 4 - SEWERS AND DRAINS - STORM
10
4020-108-A
STORM SEWER, TRENCHED, RCP 2000D, 15 INCH
LF
-
11
4020-108-A
STORM SEWER, TRENCHED, RCP 2000D, 12 INCH
LF
-
12
4020-108-D
REMOVAL OF STORM SEWER, RCP, LESS THAN OR
EQUALTO36INCH
LF
-
13
4020-108-G
STORM SEWER ABANDONMENT, FILL AND PLUG,
10 INCH PIPE
LF
-
14
4040-108-D
SUBDRAIN OUTLET TO STRUCTURE, 6 INCH
EACH
-
FORM OF BID
CONTRACT NO. 1110
Page 1 of 5
DIVISION 5 - WATER MAINS AND APPURTANCES
15
SEE EST. REF.
CONVERT WATER MANHOLE TO ROADBOX
EACH
-
16
SEE EST. REF.
WATER SERVICE, LOWER AND INSULATE
EACH
5.0
DIVISION 6 - STRUCTURES FOR SANITARY AND STORM SEWERS
17
6010-108-A
MANHOLE, SW-301, 48"
EACH
2.0
18
6010-108-A
MANHOLE, SW-401, 48"
EACH
-
19
6010-108-B
INTAKE, SW-501, SINGLE GRATE
EACH
-
20
6010-108-B
INTAKE, SW-512, 24", TYPE 4B CASTING
EACH
-
21
6010-108-G *
CONNECTION TO EXISTING MANHOLE OR INTAKE,
STORM
EACH
-
22
6010-108-H
REMOVE MANHOLE OR INTAKE
EACH
2.0
DIVISION 7
SIDEWALKS,
- STREETS AND RELATED WORK
SHARED USE PATHS AND DRIVEWAYS
23
7010-108-E *
LF
-
CURB & GUTTER, 24-INCH WIDE, 7-INCH DEPTH,
PCC, C-4
24
7030-108-A-1
REMOVAL OF SIDEWALK
SY
108.4
25
7030-108-A-3
REMOVAL OF DRIVEWAY
SY
17.8
26
7030-108-E
SIDEWALK, PCC, 4 INCH, C-4
SY
22.2
27
7030-108-E
SIDEWALK, PCC, 6 INCH, C-4
SY
83.0
28
7030-108-G
DETECTABLE WARNINGS
SF
120.0
29
7030-108-H-1
DRIVEWAY, PAVED, PCC, 5 INCH, C-4
SY
17.8
30
7030-108-H-1
ALLEY, PAVED, PCC, 6 INCH, C-4
SY
46.5
31
7030-108-H-3
DRIVEWAY, GRANULAR, 4INCH
TON
79.5
PAVEMENT REHABILITATION
32
7040-108-H *
PAVEMENT REMOVAL, SEAL COAT
SY
2368.0
DIVISION 8 - PAVEMENT MARKINGS AND TRAFFIC CONTROL
33
8030-108-A
TEMPORARY TRAFFIC CONTROL
LS
0.75
DIVISION 9 - SITE WORK AND LANDSCAPING
SEEDING
34
9010-108-B *
HYDRAULIC SEEDING, SEEDING, FERTILIZING AND
SY
1720.0
MULCHING - TYPE 1
35
9010-108-E *
WARRANTY
SY
430.0
EROSION AND SEDIMMENT CONTROL
36
9040-108-Q-2
EROSION CONTROL MULCHING, HYDROMULCHING
SY
1720.0
37
9040-108-T-1 *
INLET PROTECTION DEVICE, INSTALLATION
EACH
6.0
38
9040-108-T-2 *
INLET PROTECTION DEVICE, MAINTENANCE
EACH
6.0
DIVISION 11 - MISCELLANEOUS
39
11010-108-A
CONSTRUCTION SURVEY
LS
0.75
40
11020-108-A
MOBILIZATION
LS
0.75
TOTAL BID DIVISION I
283,302.35
FORM OF BID
CONTRACT NO. 1110
Page 2 of 5
DIVISION
II
-
BUTLER
AVENUE
AND
DEARBORN
AVENUE
STORM
SEWER
DISCONNECTS
ITEM
BID
SUDAS
*
SEE
SUPPLEMENTAL
SPECIFICATION
DESCRIPTION
UNIT
DIV
QTY
2-EST
UNIT
BID
PRICE
TOTAL
BID
PRICE
DIVISION 2 - EARTHWORK
1
2010-108-D-1*
TOPSOIL, 4 INCHES, ON SITE
SY
1053.0
2
2010-108-E *
EXCAVATION, CLASS 10
CY
_
3
SEE EST. REF.
EXCAVATION, CLASS 10, WASTE
CY
-
4
2010-108-J
SUBBASE, MODIFIED, 10 INCH DEPTH
SY
637.0
5
2010-108-1
SY
-
SUBBASE, 1 INCH ROADSTONE, 7 INCH DEPTH
DIVISION 4 - SEWERS AND DRAINS - SANITARY
6
4010-108-A
SANITARY SEWER, TRENCHED, TRUSS, 12 INCH
LF
-
7
4010-108-A
SANITARY SEWER, TRENCHED, TRUSS, 10 INCH
LF
-
8
4010-108-E
SANITARY SEWER SERVICE STUB, SDR 23.5, 6 INCH
LF
-
9
SEE EST. REF.
SANITARY SEWER SERVICE, UNDERGROUND
INVESTIGATION
EACH
-
DIVISION 4 - SEWERS AND DRAINS - STORM
10
4020-108-A
STORM SEWER, TRENCHED, RCP 2000D, 15 INCH
LF
899.5
11
4020-108-A
STORM SEWER, TRENCHED, RCP 2000D, 12 INCH
LF
695.9
12
4020 108 D
REMOVAL OF STORM SEWER, RCP, LESS THAN OR
EQUAL TO 36INCH
LF
194.2
13
4020-108-G
STORM SEWER ABANDONMENT, FILL AND PLUG,
10 INCH PIPE
LF
84.0
14
4040-108-D
SUBDRAIN OUTLET TO STRUCTURE, 6INCH
EACH
8.0
DIVISION 5 - WATER MAINS AND APPURTANCES
15
SEE EST. REF.
CONVERT WATER MANHOLE TO ROADBOX
EACH
1.0
16
SEE EST. REF.
WATER SERVICE, LOWER AND INSULATE
EACH
9.0
DIVISION 6 - STRUCTURES FOR SANITARY AND STORM SEWERS
17
6010-108-A
MANHOLE, SW-301, 48"
EACH
-
18
6010-108-A
MANHOLE, SW-401, 48"
EACH
2.0
19
6010-108-B
INTAKE, SW-501, SINGLE GRATE
EACH
9.0
20
6010-108-B
EACH
3.0
INTAKE, SW-512, 24", TYPE 4B CASTING
21
6010-108-G *
CONNECTION TO EXISTING MANHOLE OR INTAKE,
STORM
EACH
4.0
22
6010-108-H
REMOVE MANHOLE OR INTAKE
EACH
12.0
DIVISION 7 - STREETS AND RELATED WORK
SIDEWALKS, SHARED USE PATHS AND DRIVEWAYS
23
7010-108-E *
LF
258.0
CURB & GUTTER, 24-INCH WIDE, 7-INCH DEPTH,
PCC, C-4
24
7030-108-A-1
REMOVAL OF SIDEWALK
SY
7.4
25
7030-108-A-3
REMOVAL OF DRIVEWAY
SY
-
26
7030-108-E
SIDEWALK, PCC, 4 INCH, C-4
SY
-
27
7030-108-E
SIDEWALK, PCC, 6 INCH, C-4
SY
7.4
28
7030-108-G
DETECTABLE WARNINGS
SF
10.0
$ $
$ $
$ $
$ $
$ $
FORM OF BID
CONTRACT NO. 1110
Page 3 of 5
29
7030-108-H-1
DRIVEWAY,
PAVED, PCC, 5 INCH,
C-4
SY
-
30
7030-108-H-1
ALLEY,
PAVED, PCC, 6 INCH, C-4
SY
23.7
31
7030-108-H-3
DRIVEWAY,
GRANULAR, 4INCH
TON
35.7
PAVEMENT REHABILITATION
32
7040-108-H
*
PAVEMENT REMOVAL, SEAL COAT
SY
637.0
DIVISION 8 - PAVEMENT MARKINGS AND TRAFFIC CONTROL
33
8030-108-A
TEMPORARY TRAFFIC CONTROL
LS
0.25
DIVISION 9 - SITE WORK AND LANDSCAPING
SEEDING
34
9010-108-B *
HYDRAULIC SEEDING,
SEEDING,
FERTILIZING
AND
SY
1053.0
MULCHING-TYPE1
35
9010-108-E *
SY
264.0
WARRANTY
EROSION AND SEDIMENT CONTROL
36
9040-108-Q-2
EROSION CONTROL MULCHING,
HYDROMULCHING
SY
1053.0
37
9040-108-T-1 *
INLET PROTECTION DEVICE, INSTALLATION
EACH
15.0
38
9040-108-T-2 *
INLET PROTECTION DEVICE, MAINTENANCE
EACH
15.0
DIVISION 11 - MISCELLANEOUS
39
11010-108-A
CONSTRUCTION SURVEY
LS
0.25
40
11020-108-A
MOBILIZATION
LS
0.25
TOTAL BID DIVISION II
296,495.45
TOTAL BID = DIVISION I + DIVISION II
$ 579, 797 .80
2. It is understood that the quantities set forth are approximate only and subject to variation and that the
unit bid price for the work done shall govern in the actual payment to Contractor.
3. In submitting this bid, the bidder understands that the right is reserved by the City of Waterloo, Iowa,
to reject any or all bids. If written notice of the acceptance of this bid is mailed, telegraphed, or
delivered to the undersigned within thirty (30) days after the opening thereof, or at any time thereafter
before this bid is withdrawn, the undersigned agrees to execute and deliver an agreement in the
prescribed form and furnish the required bond and certificate of the insurance within ten (10) days
after the agreement is presented to him for signature and start work within ten (10) days after "Notice
to Proceed" is issued.
4. Security in the sum of 5 ° Dollars ($
) in the form of Bid Bond , 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 Bidder Status Form.
7 The bidder is prepared to submit a financial and experience statement upon request.
8. The Prime Contractor and Subcontractor(s), which have performed an aggregate of $10,000.00 in work
for the City in the current calendar year, are prepared to submit an AAP or Update and an EOC, within
ten (10) days of notification that the bid submitted is lowest and acceptable.
FORM OF BID
CONTRACT NO. 1110 Page4of5
9. The bidder has received the following Addendum or Addenda:
Addendum No. N/A Date
10. The bidder shall list the MBE/WBE subcontractor(s), amount of subcontracts and bid items on the City
of Waterloo Minority and/or Women Business Pre -bid Contact Information Form submitted with this
Form of Bid or Proposal. The apparent low Bidder shall submit a list of all other Subcontractor(s) to
be used on this Project to the City of Waterloo by 5:00 p.m. the business day following the day Bids on
this Project are due along with the Non -Collusion Affidavits of All Subcontractor(s).
The Contractor shall submit information on subcontractors on "SUBCONTRACTOR REQUEST AND
APPROVAL" Form to be provided by City prior to approval of contract.
The subcontractors listed on this proposal and/or submitted to the Contract Compliance Officer cannot
be changed except for the following reasons:
1) The City of Waterloo does not approve the subcontractors.
2) The subcontractors submit in writing that they cannot fulfill their subcontracts.
11. The bidder has filled in all blanks on this proposal. Those blanks not applicable are marked "none" or
"NA"
12. The bidder has attached all applicable forms.
13. The Owner reserves the right to select alternates, delete line items, and/or to reduce quantities prior
to the award of a contract due to budgetary limitations.
Peterson Contractors, Inc. 8-20-24
(Name of Bidder) (Date)
BY: Chris D. Fleshne
Official Address: (Including Zip Code):
104 Black Hawk St., P.O. Box A
Project Estimator / Manager
Reinbeck, IA 50669
I.R.S. No. 42-0921654
FORM OF BID
CONTRACT NO. 1110 Page 5 of 5
NON -COLLUSION AFFIDAVIT OF PRIME BIDDER
State of SO Lo A )
County of aUNDY )
)ss
Ck n s D -Pits k her , being first duly sworn, deposes and says that:
1. He is (Owner, Partner, Offic , Representativ-, or Agent) , of Pe.-fe.is 0 n CO vilva `f vrs
��I(1 Cam. , the Bidder that • ' e • 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.
Subscribed and sworn to before me this
My commission expires
2NPY) day of
4A4A eTitl [J()
,
0% LE JENNIFER R. WISSLER
2 It Commission Number 761292
• • My Commission Expires
Ow" January 4, 2025
•
Bidder Status Form
To be completed by all bidders
Part A
Please answer "Yes" or "No" for each of the following:
Yes QNo
Yes ONo
Yes ONo
Yes ONo
Yes ONo
My company is authorized to transact business in Iowa.
(To help you determine if your company is authorized, please review the worksheet on the next page).
My company has an office to transact business in Iowa.
My company's office in Iowa is suitable for more than receiving mail, telephone calls, and e-mail.
My company has been conducting business in Iowa for at least 3 years prior to the first request for
bids on this project.
My company is not a subsidiary of another business entity or my company is a subsidiary of another
business entity that would qualify as a resident bidder in Iowa.
If you answered "Yes" for each question above, your company qualifies as a resident bidder. Please
complete Parts B and D of this form.
If you answered "No" to one or more questions above, your company is a nonresident bidder. Please
complete Parts C and D of this form.
To be completed by resident bidders Part B
My company has maintained offices in Iowa during the past 3 years at the following addresses:
Dates: 12 /
Dates:
Dates:
You may attach additional sheet(s) if needed.
23
/
64
to 0 8
/
20 /
24 Address: 104 Black Hawk St., P.O. Box A
City, State, Zip:
/ / to / / Address:
City, State, Zip:
Reinbeck,
IA 50669
/ / to / / Address:
City, State, Zip:
To be completed by non-resident bidders Part C
1. Name of home state or foreign country reported to the Iowa Secretary of State:
2. Does your company's home state or foreign country offer preferences to resident bidders, resident labor
force preferences or any other type of preference to bidders or laborers? O Yes O No
3. If you answered "Yes" to question 2, identify each preference offered by your company's home state or foreign country
and the appropriate legal citation.
You may attach additional sheet(s) if needed.
To be completed by all bidders Part D
I certify that the statements made on this document are true and complete to the best of my knowledge and I know that my
failure to provide accurate and truthful information may be a reason to reject my bid.
Firm Name:
Signature:
Peterson Contractors, Inc.
o
Date:
8-20-24
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)
Prime Contractor Name:
MBE/WBE BUSINESS ENTERPRISE
PRE -BID CONTACT INFORMATION FORM
Peterson Contractors, Inc.
Project: FY2025 State St San. Replacement & Storm Disconnects
Letting Date: 08-22-2024
NO MBE/WBE SUBCONTRACTORS: If you are NOT using any MBE/WBE subcontractors to complete this project,
sign below. Attach a brief explanation as to why subcontracting was not feasible with this project. If any MBE/WBE
subcontractors will be used, please use the bottom portion of this form.
Contractor Signature:
Title:
Date:
SUBCONTRACTORS APPLICABLE: You are required, in order for your bid to be considered responsive, to provide
the information on this form showing ALL of your MBE/WBE subcontractor contacts made for your bid submission.
This information is subject to verification. Any questions may be directed to Contract Compliance Office 319-291-
4429.
You are required, in order for your bid to be considered responsive, to provide the information on this Form showing
your MBE/WBE Business Enterprise contacts made prior to your bid submission. This information is subject to
verifications and confirmation.
If you are unable to identify MBE/WBE firms to perform portions of the work, please contact Rudy Jones, Contract
Compliance Officer, for assistance at (319) 291-4429.
In the event it is determined that the MBE/WBE Business Enterprise goals are not met, then before awarding the
contract the City of Waterloo will make a determination as to whether or not the apparent successful low bidder mad(
good faith efforts to meet the goals.
TABLE OF INFORMATION SHOWING BIDDER'S PRE -BID
MBE/WBE BUSINESS ENTERPRISE CONTACTS
Quotes
Received
Quotation
used
in
bid
Subcontractors
MBE/WBE
Contacted
Dates
Yes/No
Contacted
Dates
Yes/No
Dollar
Amount
be
Subcontracted
Proposed
to
Tiedt
Nursery
8-20-24
Yes
8-21-24
Yes
$8,488.85
(Form CCO-4) Rev. 06-20-02
PETERSON CONTRACTORS, INC.
www.petersoncontractors.com
104 Blackhawk Street
P.O. Box A
Reinbeck, Iowa 50669
Phone: 319-345-2713
Itemized Cost Report
Fax: 319-345-2991
FY 2025 State St. Sanitary Replacement & Storm
Disconnects - Contract No. 1110
ITEM #
1
2
3
5
DESCRIPTION
4" On -Site Topsoil
Class 10 Excavation
Class 10 Waste
7" of 1" Roadstone Subbase
Earthwork Subtotal
6 12" Sanitary Truss
7 10" Sanitary Truss
8 6" Sanitary SOR 23.5
9 Sanitary Service Underground Investigation
Sanitary Sewers & Drains Subtotal
16 Lower & Insulate Water Service
Water Mains & Appurtances Subtotal
UNIT TYPE
SY
CY
CY
SY
LF
LF
LF
EA
EA
17 SW-301 48" Manhole EA
22 Remove Manhole or Intake EA
Structures for Sanitary and Storm Sewer Subtotal
24 Removal of Sidewalk
25 Removal of Driveway
26 4" PCC Sidewalk
27 6" PCC Sidewalk
28 Detectable Warnings
29 5" PCC Driveway
30 6" PCC Alley Pavement
31 4" Granular Driveway
Streets and Related Work Subtotal
32 Seal Coat Pavement Remvoal
Pavement Rehabilitation Subtotal
33 Temporary Traffic Control
Pavement Markings & Traffic Control Subtotal
SY
SY
SY
SY
SF
SY
SY
TN
SY
LS
34 Type I Hydraulic Seed Fert & Mulch SY
35 Warranty SY
Site Work & Landscaping Subtotal
QUANTITY UNIT PRICE TOTAL AMOUNT
1,720.000 $ 6.00 $ 10,320.00
736.000 $ 7.00 $ 5,152.00
732.000 $ 10.00 $ 7,320.00
2,366.000 $ 9.00 $ 21,294.00
516.100
312.200
386.000
2.000
5.000
100.00
92.00
145.00
1,250.00
$ 3,250.00
2.000 $ 6,250.00
2.000 $ 1,000.00
108.400 $
17.800 $
22.200 $
83.000 $
120.000 $
17.800 $
46.500 $
79.500 $
2,368.000 $
11.00
11.00
186.00
167.50
45.00
106.00
108.00
27.50
.750 $ 5,000.00
1,720.000 $
430.000 $
1.10
1.10
$ 44,086.00
51, 610.00
28,722.40
55,970.00
2,500.00
138,802.40
16, 250.00
16,250.00
12,500.00
2,000.00
14,500.00
1,192.40
195.80
4,129.20
13,902.50
5,400.00
1,886.80
5,022.00
2,186.25
33,914.95
8,288.00
8,288.00
3,750.00
3,750.00
1,892.00
473.00
2,365.00
36 Erosion Control Mulching & Hydromulching
37 Installation of Inlet Protection
38 Maintenance of Inlet Protection
SY
EA
EA
1,720.000 $
6.000 $
6.000 $
0.55
125.00
25.00
$
$
$
946.00
750.00
150.00
Erosion & Sediment Control Subtotal
39 Construction Survey
40
MOB
Miscellaneous Subtotal
LS
LS
. 750
. 750 $
$
6,000.00
20,000.00
Total Bid Division I -
$
$
$
$
$
1,846.00
4,500.00
15,000.00
19,500.00
283,302.35
101 4" Topsoil On -Site
104 10" Modified Subbase
Earthwork Subtotal
110 15" RCP Storrn Sewer
111 12" RCP Storrn Sewer
112 Removal of Storm Sewer Less Than 36"
113 10" Fill & Plug Storm Sewer
114 6" Subdrain Outlet to a Structure
Storm Sewer & Drains Subtotal
115 Convert Water Manhole to Roadbox
116 Lower & Insulate Water Service
Water Mains & Appurtances Subtotal
118 SW-401 48" Manhole
119 SW-501 Single Grate Intake
120 SW-512 - 24" Type 4B Casting
121 Connection to Existing Manhole or Intake
122 Remove of Manhole or Intake
Structure for Sanitary & Storm Sewers Subtotal
123 7" x 24" Curb & Gutter
124 Removal of Sidewalk
127 6" PCC Sidewalk
128 Detectable Warnings
130 6" PCC Alley Paving
131 4" Granular Driveway
Streets & Related Work Subtotal
132 Pavement Remooal Seal Coat
Pavement Rehabilitation Subtotal
133 Temporary Traffic Control
Pavement Markings & Traffic Control Subtotal
134 Type I Hydraulic Seed Fert & Mulch
135 Warranty
Site Work & Landscaping Subtotal
SY
SY
LF
LF
LF
LF
EA
EA
EA
EA
EA
EA
EA
EA
LF
SY
SY
SF
SY
TN
SY
LS
SY
SY
9.000
2.000
9.000
3.000
4.000
12.000
1,053.000 $
637.000 $
899.500 $
695.900 $
194.200 $
84.000 $
8.000 $
1.000 $
$
258.000 $
7.400 $
7.400 $
10.000 $
23.700 $
35.700 $
637.000 $
. 250 $
1053 $
264 $
6.00 $
13.75 $
72.50
67.50
26.75
22.00
500.00
2,350.00
3,250.00
4,300.00
6,500.00
3,800.00
2,800.00
1,000.00
20.00
11.00
167.50
45.00
108.00
27.50
6,318.00
8,758.75
$ 15,076.75
65,213.75
46,973.25
5,194.85
1,848.00
4,000.00
$ 123,229.85
$
$
2,350.00
29,250.00
$ 31,600.00
8,600.00
58,500.00
11,400.00
11,200.00
12,000.00
$ 101,700.00
$
3.75 $
$
5,000.00 $
1.10
1.10
$
5,160.00
81.40
1,239.50
450.00
2,559.60
981.75
10,472.25
2,388.75
2,388.75
1,250.00
1,250.00
$ 1,158.30
$ 290.40
$ 1,448.70
136 Erosion Control Mulching & Hydromulching SY 1053 $ 0.55 $ 579.15
137 Installation of Inlet Protection EA 15 $ 125.00 $ 1,875.00
138 Maintenance of Inlet Protection EA 15 $ 25.00 $ 375.00
Erosion & Sediment Control Subtotal
$ 2,829.15
139 Construction Survey LS 0.25 $ 6,000.00 $ 1,500.00
140 MOB LS 0.25 $ 20,000.00 $ 5,000.00
Miscellaneous Subtotal
Total Bid Division II -
$ 6,500.00
$
296,495.45
TOTAL QUOTED AMOUNT - $579,797.80
BID BOND
KNOW ALL MEN BY THESE PRESENTS, that we, Peterson Contractors, Inc.
as Principal, and Travelers Casualty and Surety Company of America
, as Surety, are held and firmly
bound unto the CITY OF WATERLOO , Iowa, hereinafter called "OWNER." In the penal sum
Five Percent of the Total Amount Bid Dollars ($ 5% ) lawful money of
the United States, for the payment of which sum will and truly be made, we bind ourselves, our heirs, executors,
administrators, and successors, jointly and severally, firmly by these presents. The condition of this obligation is
such that whereas the Principal has submitted the accompanying bid dated the 22nd day of
August , 20 24 , for
FY 2025 State Street Sanitary Sewer Replacement and Storm Sewer Disconnects in the City of Waterloo, Iowa; Contract No. 1110
NOW, THEREFORE,
(a) If said Bid shall be rejected, or in the alternate,
(b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the form specified and
shall furnish a bond for his faithful performance of said contract and for the payment of all persons performing
labor or furnishing materials in connection therewith, and shall in all other respects perform the agreement
created by the acceptance of said Bid,
Then this obligation shall be void, otherwise the same shall remain in force and effect; it being expressly
understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed
the penal amount of this obligation as herein stated.
By virtue of statutory authority, the full amount of this bid bond shall be forfeited to the Owner in liquidation of
damages sustained In the event that the Principal fails to execute the contract and provide the bond as provided
in the specifications or by law.
The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall
be in no way impaired or affected by any extension of the time within which the Owner may accept such Bid or
execute such contract; and said Surety does hereby waive notice of any such extension.
IN WITNESS WHEREOF, the Principal and the Surety, have hereunto set their hands and seals, and such of
them as are corporations, have caused their corporate seals to be hereto affixed and these presents to be signed
by their proper officers this 13th day of August , A.D. 20 24
Peterson Contractors, Inc. (Seal)
Pri cipal
Witness\,
eS ara
Huston
Witn
By
e Zi
president (Title)
Travelers Casualty 4 nd Surety Company of America (Sec `v,�yPN ..,0 ;''s
- HARTFORD, ;?
Es u�,i; CONN. :o
%b*��„1",Attorney-in-fact Anne Crowner ,,,�
BID
BOND
Page 1 of 1
TRAVELERS ,)
Travelers Casualty and Surety Company of America
Travelers Casualty and Surety Company
St. Paul Fire and Marine Insurance Company
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and
St Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein
collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Anne Crowner of
WAUKEE Iowa
their true and lawful Attorney(s)-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 21st day of April,
2021.
State of Connecticut
By:
City of Hartford ss.
On this the 21st day of April, 2021, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior
Vice President of each of the Companies, 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, 2026
Robert L. Raneenior Vice President
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 each of
the Companies, 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 Attomeys-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 each of the Companies, 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 13th day of
August 2024
•
Kevin E. Hughes, Assistant Secretary
To verify the authenticity of this Power of Attorney, please cal/ us at 1-800-421-3880.
Please refer to the above -named Attorney(s)-in-Fact and the details of the bond to which this Power of Attorney is attached.