HomeMy WebLinkAboutPETERSON CONTRACTORS, INC.m O
m OCril
0
.*CO
o X
0D
co
0
1
01
01
•
WIS%
a01XIVEM5
IN__ BOX A
REINBECK, IOWA 50669-0155
-tiGi+vsK a. Recon
Obontrat+ ( a3
RevpS.1
MAR 12 Pm19:49
MAR 12 P44 2 4S
ADDENDUM 4 - FORM OF BID OR PROPOSAL
HUNTINGTON RD AND KATOSKI DR RECONSTRUCTION PROJECT
CONTRACT NO. 1123
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 Foth
Infrastructure & Environment, LLC 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 HUNTINGTON RD AND KATOSKI DR RECONSTRUCTION PROJECT,
Contract No. 1123, all in accordance with the above -listed documents and for the unit prices for work in
place for the following items and quantities:
HUNTINGTON RD AND KATOSKI DR RECONSTRUCTION PROJECT, Contract No. 1123
ITEM
BID
SUDAS
SPECIFICATION
*
SUPPLEMENTAL
SEE
DESCRIPTION
UNIT
QTY
UNIT
BID
PRICE
TOTAL
BID
PRICE
DIVISION
2 -
EARTHWORK
2.1
2010-A
CLEARING
&
GRUBBING,
UNIT
UNIT
609
$
$
2.2
2010-D-1*
TOPSOIL,
OFF
-SITE
4
INCHES,
ON
OR
SY
45390
$
$
2 3
2010-D-2
TOPSOIL,
AMENDED,
COMPOST
CY
231
$
$
2 4
2010-E
EXCAVATION,
ROADWAY
&
BORROW
CLASS
10,
CY
21737
$
$
2 5
2010-E
EXCAVATION,
WASTE
CLASS
10,
CY
11925
$
$
2 6
2010-E
EMBANKMENT
CONTRACTOR
FURNISH
IN
PLACE,
CY
13007
$
$
2.7
2010-G
IN.
SUBGRADE
PREPARATION,
12
SY
41324
$
$
2.8
2010-J*
MODIFIED
SUBBASE,
8
IN.
SY
43862
$
$
2.9
2010-K-2-C*
REMOVAL,
LESS
IN.
THAN
ENTRANCE
OR
EQUAL
PIPE,
TO
18
LF
111
$
$
2.10
2010-K-2-C*
REMOVAL,
CULVERT,
36
IN.
LF
368
$
$
2.11
2010-K-2-C*
REMOVAL,
SUBDRAIN
LF
9470
$
$
SUBTOTAL
EARTHWORK
=
$
1,
065, 706.90
ADDENDUM 4 - FORM OF BID
CONTRACT NO. 1123
Page 1 of 9
BID
ITEM
SUDAS
SPECIFICATION
* SEE
SUPPLEMENTAL
DESCRIPTION1
DIVISION 4 - SEWERS AND DRAINS
UNIT
s
QTY
UNIT BID PRICE
TOTAL BID PRICE
4.1
4020-A-1*
STORM SEWER, TRENCHED,
RCP, CLASS III, 30 IN
LF
779
4.2
4020-A-1*
STORM SEWER, TRENCHED,
RCP, CLASS III, 36 IN.
LF
331
4.3
4020-A-1*
STORM SEWER, TRENCHED,
RCP, CLASS III, 60 IN.
LF
211
4.4
4020-A-1*
STORM SEWER, TRENCHED,
RCP, CLASS III, 72 IN.
LF
262
4.5
4020-A-1*
STORM SEWER, TRENCHED,
RCP, CLASS V, 15 IN.
LF
2774
4.6
4020-A-1*
STORM SEWER, TRENCHED,
RCP, CLASS V, 18 IN.
LF
884
4.7
4020-A-1*
STORM SEWER, TRENCHED,
RCP, CLASS V, 24 IN.
LF
155
4.8
4020-D
REMOVE STORM SEWER PIPE,
LESS THAN OR EQUAL TO 36
IN.
LF
2325
$
4.9
4020-D
REMOVE STORM SEWER PIPE,
GREATER THAN 36 IN.
LF
202
4.10
4.11
4030-A*
4030-B*
PIPE CULVERT, CONCRETE, 12
IN. DIA.
APRON, CONCRETE, 12 IN.
DIA.
LF
EA
40
2
4.12
4.13
4030-B*
4030-B*
APRON, CONCRETE, 15 IN.
DIA.
APRON, CONCRETE, 30 IN.
DIA.
EA
EA
2
1
4.14
4030-B*
APRON, CONCRETE, 36 IN.
DIA.
EA
3
4.15
4.16
4030-B*
4040-A*
APRON, CONCRETE, 72 IN.
DIA.
SUBDRAIN, 6" HDPE, CASE B,
TYPE 1
EA
LF
1
14928
4.17
4040-A*
SUBDRAIN, 6" CORRUGATED
PE, CASE B, TYPE 1
LF
880
SUBDRAIN CLEANOUT, TYPE
EA
34
$
4.19
4040-C-1
SUBDRAIN
CLEANOUT,
TYPE
B
EA
4
$
$
4.20
4040-D-1*
SUBDRAIN
CONNECTIONS
OUTLETS
AND
EA
150
$
$
4.21
SPECIAL
FIELD
FITTINGS,
DIAMETER
TILE
REPAIR
PVC,
UNSPECIFIED
AND
LF
250
$
$
SUBTOTAL
SEWERS
AND
DRAINS
=
$
1,017,
026.50
ADDENDUM 4 - FORM OF BID
CONTRACT NO. 1123
Page 2 of 9
ITEM
BID
SUDAS
SPECIFICATION
*
SUPPLEMENTAL
SEE
DESCRIPTION
UNIT
QTY
UNIT
BID
PRICE
TOTAL
BID
PRICE
DIVISION
5 — WATER
MAIN
AND
APPURTENANCES
5.1
5020-C
REMOVE
HYDRANT
AND
ASSEMBLY
REINSTALL
FIRE
EA
2
$
$
5.2
5020-G
VALVE
BOX
EXTENSION
EA
3
$
$
5.3
5020-H
VALVE
BOX
REPLACEMENT
EA
8
$
$
SUBTOTAL
WATER
MAIN
AND
APPURTENANCES
=
$ 18,
600.00
DIVISION
6 - STRUCTURES
FOR
SANITARY
AND
STORM
SEWERS
6.1
6010-A*
MANHOLE,
SW-401,
48
STORM
IN.
SEWER,
EA
2
$
$
6.2
6010-A*
MANHOLE,
SW-401,
60
STORM
IN.
SEWER,
EA
2
$
$
6.3
6010-A*
SW-401,
MANHOLE,
72
STORM
IN.
SEWER,
EA
1
$
$
6.4
6010-A*
MANHOLE,
SW-401,
96
STORM
IN.
SEWER,
EA
3
$
$
6.5
6010-A*
MANHOLE,
SW-403,
9'
STORM
x
9'
SEWER,
EA
1
$
$
6.6
6010-B
INTAKE,
GRATE
SW-505,
DOUBLE
EA
55
$
$
6.7
6010-B
INTAKE,
GRATE,
SW-505,
MODIFIED
DOUBLE
EA
3
$
$
6.8
6010-B
INTAKE,
GRATE
SW-506,
DOUBLE
EA
10
$
$
6.9
6010-B
INTAKE,
SW-512,
24
IN.
EA
1
$
$
6.10
6010-B*
INTAKE,
GRATE
W/
SW-516,
MANHOLE
DOUBLE
EA
3
$
$
6.11
6010-B*
INTAKE,
GRATE
W/
SW-516,
MANHOLE,
DOUBLE
MOD
1
EA
1
$
$
6.12
6010-B*
INTAKE,
GRATE
W/
SW-516,
MANHOLE,
DOUBLE
MOD
2
EA
1
$
$
6.13
6010-E-1*
MANHOLE
MINOR,
STORM
ADJUSTMENT,
OR
SANITARY
EA
8
$
$
6.14
6010-F-1*
MANHOLE
MAJOR,
STORM
ADJUSTMENT,
OR
SANITARY
EA
11
$
$
6.15
6010-G-1
CONNECTION
MANHOLE
TO
EXISTING
EA
8
$
$
6.16
6010-H-1*
REMOVE
MANHOLE
EA
10
$
$
6.17
6010-H-2*
REMOVE
INTAKE
EA
36
$
$
SUBTOTAL
STRUCTURES
FOR
SANITARY
AND
STORM
SEWERS
=
$ 783,
650.00
ADDENDUM 4 - FORM OF BID
CONTRACT NO. 1123
Page 3 of 9
ITEM
BID
SUDAS
SPECIFICATION
*
SUPPLEMENTAL
SEE
DESCRIPTION
UNIT
QTY
UNIT
BID
PRICE
TOTAL
BID
PRICE
DIVISION
7 — STREETS
AND
RELATED
WORK
7.1
7010-A*
IN.
PAVEMENT,
or
C-4WR
W/
PCC,
CLASS
CLASS
3
AGG.,
C-SUD
8
SY
35914
$
$
7.2
7010-A*
PAVEMENT,
4WR
COLORED
W/
CLASS
PCC,
3
CLASS
AGG.,
8
C-
IN.,
SY
1094
$
$
7.3
7010-A*
PAVEMENT,
4WR
REINFORCED
W/
CLASS
PCC,
3
CLASS
AGG.,
8
C-
IN.,
SY
394
$
$
7.4
7010-G*
CONCRETE
MEDIAN,
6
IN.
SY
2554
$
$
7.5
7030-A-1
REMOVAL
SHARED
USE
OF
SIDEWALK
PATH
OR
SY
2785
$
$
7.6
7030-A-3
REMOVAL
OF
DRIVEWAY
SY
1457
$
$
7.7
7030-C
SHARED
USE
PATH,
PCC,
6
IN.
SY
6295
$
$
7.8
7030-E*
SIDEWALK,
PCC,
4
IN.
SY
189
$
$
7.9
7030-E*
SIDEWALK,
PCC,
6
IN.
SY
1660
$
$
7.10
7030-G*
DETECTABLE
WARNINGS
SF
1170
$
$
7.11
7030-H-1*
DRIVEWAY,
PAVED,
PCC,
6
IN.
SY
404
$
$
7.12
7030-H-1*
DRIVEWAY,
PAVED,
PCC,
8
IN.
SY
422
$
$
7.13
7030-H-3
GRANULAR
CLASS
DRIVEWAY,
-A
CRUSHED
SURFACING,
6
IN.
STONE,
TON
41
$
$
7.14
7040-H
PAVEMENT,
REMOVAL
SY
38088
$
$
SUBTOTAL
STREETS
AND
RELATED
WORK
=
2, 966,
917.15
DIVISION
8 —
TRAFFIC
SIGNALS
AND
TRAFFIC
CONTROL
8.1
8010-C
TRAFFIC
SIGNAL
REMOVAL
LS
1
$
$
8.2
8020-C*
PAINTED
MARKINGS,
PAVEMENT
DURABLE
STA
253.76
$
$
8.3
8020-H*
PRECUT
LEGENDS
SYMBOLS
AND
EA
25
$
$
8.4
8030-A*
TEMPORARY
CONTROL
TRAFFIC
LS
1
$
$
8.5
8040-B
TRAFFIC
SIGNS
SF
602.65
$
$
8.6
8040-D
PERFORATED
TUBE
POSTS
SQUARE
STEEL
LF
1152.5
$
$
8.7
8040-G
PERFORATED
TUBE
POST
ANCHORS,
SQUARE
STEEL
SOIL
EA
72
$
$
8.8
8040-G
PERFORATED
TUBE
CONCRETE
POST
ANCHORS,
SQUARE
STEEL
EA
39
$
$
8.9
8040-1
TRAFFIC
REMOVE
AND
SIGNS
REINSTALL
EA
2
$
$
ADDENDUM 4 - FORM OF BID
CONTRACT NO. 1123
Page 4 of 9
ITEM
BID
SUDAS
SPECIFICATION
*
SUPPLEMENTAL
SEE
DESCRIPTION
UNIT
QTY
UNIT
BID
PRICE
TOTAL
BID
PRICE
8.10
SPECIAL
REMOVAL
OF
SIGNS
EA
53
$
$
8.11
SPECIAL
TEMPORARY
INFORMATION
ACCESS
SIGN
EA
30
$
$
8.12
SPECIAL
RECTANGULAR
FLASHING
BEACONS
RAPID
(RRFB)
LS
9
$
$
8.13
SPECIAL
PORTABLE
MESSAGE
SIGNS
DYNAMIC
CDAY
126
$
$
8.14
SPECIAL
TEMPORARY
CONCRETE
BARRIER
RAIL,
LF
50
$
$
SUBTOTAL
TRAFFIC
SIGNALS
AND
TRAFFIC
CONTROL
=
$ 373,
608.00
DIVISION
9
- SITE
WORK
AND
LANDSCAPING
9.1
9010-B*
HYDRAULIC
MULCH.,
MIX.)
TYPE
SEEDING,
1
(PERM.
FERT.
LAWN
&
SY
36935
$
$
9.2
9010-B*
HYDRAULIC
MULCH.,
TEMP.
EROS.
TYPE
SEEDING,
CONTROL
4
(URBAN
FERT.
MIX.)
&
SY
36935
$
$
9.3
9020-A
SOD,
FESCUE
SY
1492
$
$
9.4
9030-A
PLANTS,
CONTAINERIZED
PERINNIALS,
EA
448
$
$
9.5
9030-A
PLANTS,
BALLED
AND
UNDERSTORY
BURLAPPED
TREES,
EA
16
$
$
9.6
9030-A
PLANTS,
BALLED
AND
OVERSTORY
BURLAPPED
TREES,
EA
91
$
$
9.7
9030-A
PLANTS,
BALLED
EVERGREEN
AND
BURLAPPED
TREES,
EA
6
$
$
9.8
9040-D-1
FILTER
SOCKS,
9
IN.
LF
21068
$
$
9.9
9040-D-2
FILTER
SOCKS,
REMOVAL
LF
21068
$
$
9.10
9040-J
RIP
RAP,
CLASS
E
TON
335.6
$
$
9.11
9040-N-1
SILT
DITCH
FENCE
CHECK
OR
SILT
FENCE
LF
4970
$
$
9.12
9040-N-2
SILT
DITCH
SEDIMENT
FENCE
CHECK,
OR
SILT
REMOVAL
FENCE
OF
LF
4970
$
$
9.13
9040-N-3
SILT
DITCH
DEVICE
FENCE
CHECK,
OR
SILT
REMOVAL
FENCE
OF
LF
4970
$
$
9.14
9040-0-2
TRACK
-OUT
CONTROL
TON
72
$
$
9.15
9040-T-1*
INLET
INTERMEDIATE
PROTECTION
AND
DEVICE,
DROP
IN
EA
147
$
$
9.16
9040-T-2*
INLET
MAINTENANCE
PROTECTION
DEVICE,
EA
147
$
$
ADDENDUM 4 - FORM OF BID
CONTRACT NO. 1123
Page 5 of 9
ITEM
BID
SUDAS
SPECIFICATION
*
SUPPLEMENTAL
SEE
DESCRIPTION
UNIT
QTY
UNIT
BID
PRICE
TOTAL
BID
PRICE
9.17
9060-D
REMOVAL
REINSTALLATION
FENCE,
CHAIN
AND
LINK
OF
EXISTING
LF
56
$
$
SUBTOTAL
SITE
WORK
AND
LANDSCAPING
=
$ 212,
079.10
DIVISION
11
-
MISCELLANEOUS
11.1
11010-A
CONSTRUCTION
SURVEY
LS
1
$
$
11.2
11020-A
MOBILIZATION
LS
1
$
$
11.3
11030-A
MAINTENANCE
SERVICE
OF
POSTAL
LS
1
$
$
11.4
11030-B
MAINTENANCE
WASTE
COLLECTION
OF
SOLID
LS
1
$
$
11.5
11040-B
TEMPORARY
SIDEWALK
GRANULAR
SY
268
$
$
11.6
11050-A
CONCRETE
WASHOUT
LS
1
$
$
11.7
SPECIAL
LIMESTONE
12
IN.
BLOCKS,
12
IN.
X
LF
588
$
$
11.8
SPECIAL
LIMESTONE
IN.
EDGING,
4
IN.
X 4
LF
199
$
$
11.9
SPECIAL
TRAP
ROCK,
1-4
INCH
SIZE
TON
18.8
$
$
11.10
SPECIAL
HARDWOOD,
MULCH,
DOUBLE
3
IN.
SHREDDED
DEPTH
CY
44
$
$
11.11
SPECIAL
STREET
STEEL,
ACRYLIC
INTEGRALLY
SIGNAGE,
LETTERS
CORTEN
LIGHTED
LF
50
$
$
11.12
SPECIAL
MONUMENT
CORTEN
LIGHTED
STEEL,
ACRYLIC
SIGNAGE,
INTEGRALLY
LETTERS
LF
62
$
$
11.13
SPECIAL
LOGO
STEEL,
ACRYLIC
SIGNAGE,
WATERJET
BACKER
CORTEN
BOARD
CUTOUT,
LF
19
$
$
11.14
SPECIAL
GRADE
METER,
PEDESTAL
MOUNTED
MAIN
LOAD
ELECTRICAL
CENTER
EA
4
$
$
11.15
SPECIAL
CONDUIT,
SCHEDULE
1
INCH
DIA.
BELOW
40
NON-METALLIC,
GRADE
LF
500
$
$
11.16
SPECIAL
CONDUIT,
SCHEDULE
3/4
INCH
DIA.
BELOW
40
NON-METALLIC,
GRADE
LF
200
$
$
11.17
SPECIAL
CONDUCTORS,
THWN-2,
PEDESTAL
FROM
TO
PULL
#8
METER/MAIN
AWG
BOX
CU
LF
1800
$
$
11.18
SPECIAL
CONDUCTORS,
THWN-2,
SIGN
FROM
#10
PULL
AWG
BOX
CU
TO
LF
600
$
$
ADDENDUM 4 - FORM OF BID
CONTRACT NO. 1123
Page 6 of 9
ITEM
BID
SUDAS
SPECIFICATION
*
SUPPLEMENTAL
SEE
DESCRIPTION
UNIT
QTY
UNIT
BID
PRICE
TOTAL
BID
PRICE
11.19
SPECIAL
POLYMER
GRADE
AND
JUNCTION
OPEN
/
CONCRETE
BOTTOM
BOX
BELOW
PULL
EA
13
$
$
11.20
SPECIAL
METER
PEDESTAL
PHOTOCONTROL
/
MAIN
MOUNTED
LOAD
CENTER
BUTTON
EA
4
$
$
11.21
SPECIAL
METER
PEDESTAL
ELECTRICALLY
TYPE
CONTACTOR
/
MAIN
MOUNTED
HELD
LOAD
OPEN
CENTER
EA
4
$
$
11.22
SPECIAL
F1
CHANNELS,
WIRING
SIGNAGE
COMPONENTS
LENSES
LED
STRIPS,
AND
MISC.
LF
35
$
$
11.23
SPECIAL
F1
DIMMING
SIGNAGE
POWER
120VAC/24VDC
SUPPLY
EA
6
$
$
11.24
SPECIAL
F1
WALLBOX
CONTROLLER
DIMMING
SIGNAGE
MOUNTED
120/277V
WITH
0-10V
EA
6
$
$
11.25
SPECIAL
WEATHER
DEEP
BOX,
FITTINGS
SINGLE
COVER,
TIGHT
GANG
AND
2-5/8
MISC.
DEVICE
INCH
EA
13
$
$
11.26
SPECIAL
BENCH
EA
1
$
$
11.27
SPECIAL
BIKE
RACK
EA
1
$
$
11.28
SPECIAL
LITTER
RECEPTICLE
EA
1
$
$
SUBTOTAL
MISCELLANEOUS
=
$ 854,
583.00
DIVISION
12
-
STRUCTURES
12.1
2401-6750001
REMOVALS,
AS
PER
PLAN
LS
1
$
$
12.2
2402-0425031
GRANULAR
BACKFILL
TON
276
$
$
12.3
2402-0425040
FLOODED
BACKFILL
CY
433
$
$
12.4
2402-2720000
EXCAVATION,
CLASS
20
CY
2522
$
$
12.5
2402-3825025
GRANULAR
BLANKET
MATERIAL
FOR
CY
679
$
$
12.6
2403-0100000
STRUCTURAL
(MISCELLANEOUS)
CONCRETE
CY
29.5
$
$
12.7
2403-0100020
STRUCTURAL
CULVERT)
CONCRETE
(RCB
CY
35.6
$
$
12.8
2404-7775000
REINFORCING
STEEL
LB
9408
$
$
12.9
2415-2111204
PRECAST
CULVERT,
CONCRETE
12
FT.
X
4
BOX
FT.
LF
170
$
$
12.10
2415-2201204
PRECAST
CULVERT
SECTION,
CONCRETE
STRAIGHT
12
FT.
X
4
BOX
END
FT.
EACH
2
$
$
ADDENDUM 4 - FORM OF BID
CONTRACT NO. 1123
Page 7 of 9
ITEM
BID
SUDAS
SPECIFICATION
*
SUPPLEMENTAL
SEE
DESCRIPTION
mall.
UNIT
QTY
UNIT
BID
PRICE
TOTAL
BID
PRICE
12.11
2418-0000010
TEMPORARY
DIVERSION
STREAM
EACH
2
$
$
12.12
2507-8029000
EROSION
STONE
TON
33.8
$
$
12.13
2519-1001000
FENCE,
COATED
CHAIN
LINK,
VINYL
LF
152
$
$
12.14
2599-9999020
GRANULAR
BEDDING
TON
91
$
$
SUBTOTAL
STRUCTURES
=
$ 448,141.80
7,740,312.45
TOTAL BID
$
Please
the
Itemized
Cost Report
for Unit
Prices.
see
attached
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.
9. The bidder has received the following Addendum or Addenda:
Addendum No.
1
Date
2-25-26
2 2-27-26
3 3-5-26
4 3-10-26
10. 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).
ADDENDUM 4 - FORM OF BID
CONTRACT NO. 1123 Page 8 of 9
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.
Name •f Bidde )
3-12-26
(Date)
BY: Title Project Estimator
Official Address: (Including Zip Code):
104 Black Hawk St.
Reinbeck, IA 50669
I.R.S. No. 42-0921654
ADDENDUM 4 - FORM OF BID
CONTRACT NO. 1123 Page 9 of 9
PETERSON CONTRACTORS, INC.
HEAVY $5 HIGHWAY CONTRACTORS
104 BLACKI-IAWK ST
P.O.BOX A
REINBECK, IA 50669
PHONE: (319) 345-2713
FAX: (319) 345,-2658
www.pcius.com
Quote
HUNTINGTON RD & KATOSKI DR RECONSTRUCTION
The Following Items and Prices are Quoted:
Item #
2.01
2.02
2.03
2.04
2.05
2.06
2.07
2.08
2.09
2.10
2.11
Earthwork Sub Tota
4.01
4.02
4.03
4.04
4.05
4.06
4.07
4.08
4.09
4.10
4.11
4.12
4.13
4.14
4.15
4.16
4.17
4.18
Description
CLEARING & GRUBBING UNIT
TOPSOIL 4 INCHES ON OR OFF -SITE
TOPSOIL COMPOST AMENDED
EXCAVATION CLASS 10 ROADWAY & BORROW
EXCAVATION CLASS 10 WASTE
EMBANKMENT IN PLACE CONTRACTOR FURNIS
SUBGRADE PREPARATION 12 IN.
MODIFIED SUBBASE 8 IN.
REMOVAL ENTRANCE PIPE LESS THAN OR EQU2'
REMOVAL CULVERT 36 IN.
REMOVAL SUBDRAIN
STORM SEWER TRENCHED RCP CLASS III 30 IN.
STORM SEWER TRENCHED RCP CLASS III 36 IN.
STORM SEWER TRENCHED RCP CLASS III 60 IN.
STORM SEWER TRENCHED RCP CLASS III 72 IN.
STORM SEWER TRENCHED RCP CLASS V 15 IN.
STORM SEWER TRENCHED RCP CLASS V 18 IN.
STORM SEWER TRENCHED RCP CLASS V 24 IN.
REMOVE STORM SEWER PIPE LESS THAN OR EC
REMOVE STORM SEWER PIPE GREATER THAN 2.
PIPE CULVERT CONCRETE 12 IN. DIA.
APRON CONCRETE 12 IN. DIA. with Guard
APRON CONCRETE 15 IN. DIA. with Guard
APRON CONCRETE 30 IN. DIA. with Guard & Fo
APRON CONCRETE 36 IN. DIA. with Guard & Fo
APRON CONCRETE 72 IN. DIA. with Guard & Fo
SUBDRAIN 6" HDPE CASE B TYPE 1
SUBDRAIN 6" CORRUGATED PE CASE B TYPE 1
SUBDRAIN CLEANOUTTYPE A-1
4.19 SUBDRAIN CLEANOUTTYPE B
4.20 SUBDRAIN OUTLETS AND CONNECTIONS
4.21 FIELD TILE REPAIR AND FITTINGS PVC UNSPECII
Sewers & Drains Sub Total
5.1 REMOVE AND REINSTALL FIRE HYDRANT ASSE(\
5.2 VALVE BOX EXTENSION
5.3 VALVE BOX REPLACEMENT
Water Main & Appurtenances Sub Total
6.01 MANHOLE STORM SEWER SW-401 48 IN.
6.02 MANHOLE STORM SEWER SW-401 60 IN.
6.03 MANHOLE STORM SEWER SW-401 72 IN.
Unit Type
UNIT
SY
CY
CY
CY
CY
SY
SY
LE
LF
LF
LF
LF
LF
LF
LF
LF
LF
LF
LF
LF
EA
EA
EA
EA
EA
LF
LF
EA
EA
EA
LF
EA
EA
EA
EA
EA
EA
Quantity
609.000
45,390.000
231.000
21,737.000
11,925.000
13,007.000
41,324.000
43,862.000
111.000
368.000
9,470.000
779.000
331.000
211.000
262.000
2,774.000
884.000
155.000
2,325.000
202.000
40.000
2.000
2.000
1.000
3.000
1.000
14,928.000
880.000
34.000
4.000
150.000
250.000
2.000
3.000
8.000
2.000
2.000
1.000
Unit Price
47.00
3.25
85.00
9.50
6.50
10.00
1.35
8.00
28.50
28.50
3.75
140.00
155.00
330.00
400.00
72.00
81.00
97.50
29.00
41.00
72.50
2,000.00
2,250.00
6,000.00
7,000.00
14,500.00
11.50
11.60
800.00
1,900.00
310.00
16.00
3,000.00
1,000.00
1,200.00
$ 4,000.00
$ 5,600.00
$ 8,000.00
Total Amount
28,623.00
147,517.50
19,635.00
206,501.50
77,512.50
130,070.00
55,787.40
350,896.00
3,163.50
10,488.00
35,512.50
1,065,706.90
109,060.00
51,305.00
69,630.00
104,800.00
199,728.00
71,604.00
15,112.50
67,425.00
8,282.00
2,900.00
4,000.00
4,500.00
6,000.00
21,000.00
14,500.00
171,672.00
10,208.00
27,200.00
7,600.00
46,500.00
4,000.00
1,017,026.50
6,000.00
3,000.00
9,600.00
18,600.00
8,000.00
11,200.00
8,000.00
6.04 MANHOLE STORM SEWER SW-401 96 IN.
6.05 MANHOLE STORM SEWER SW-403 9' x 9'
6.06 INTAKE SW-505 DOUBLE GRATE
6.07 INTAKE SW-505 DOUBLE GRATE MODIFIED
6.08 INTAKE SW-506 DOUBLE GRATE
6.09 INTAKE SW-512 24 IN.
6.10 INTAKE SW-516 DOUBLE GRATE W/ MANHOLE
6.11 INTAKE SW-516 DOUBLE GRATE W/ MANHOLE
6.12 INTAKE SW-516 DOUBLE GRATE W/ MANHOLE
6.13 MANHOLE ADJUSTMENT MINOR STORM OR SP
6.14 MANHOLE ADJUSTMENT MAJOR STORM OR SP
6.15 CONNECTION TO EXISTING MANHOLE
6.16 REMOVE MANHOLE
6.17 REMOVE INTAKE
Structures for Sanitary & Storm Sewers Sub Total
7.01 PAVEMENT PCC CLASS C_SUD C-4WR W/ CLAS1
7.02 PAVEMENT PCC CLASS C-4WR W/ CLASS 3 AGG
7.03 PAVEMENT PCC CLASS C-4WR W/ CLASS 3 AGG
7.04 CONCRETE MEDIAN 6 IN.
7.05 REMOVAL OF SIDEWALK OR SHARED USE PATH
7.06 REMOVAL OF DRIVEWAY
7.07 SHARED USE PATH PCC 6 IN.
7.08 SIDEWALK PCC 4 IN.
7.09 SIDEWALK PCC 6 IN.
7.10 DETECTABLE WARNINGS
7.11 DRIVEWAY PAVED PCC 6 IN.
7.12 DRIVEWAY PAVED PCC 8 IN.
7.13 GRANULAR SURFACING CLASS -A CRUSHED STO
7.14 PAVEMENT REMOVAL
Streets & Related Work Sub Total
8.01 TRAFFIC SIGNAL REMOVAL
8.02 PAINTED PAVEMENT MARKINGS DURABLE
8.03 PRECUT SYMBOLS AND LEGENDS
8.04 TEMPORARY TRAFFIC CONTROL
8.05 TRAFFIC SIGNS
8.06 PERFORATED SQUARE STEEL TUBE POSTS
8.07 PERFORATED SQUARE STEEL TUBE POST ANCHi
8.08 PERFORATED SQUARE STEEL TUBE POST ANCHi
8.09 REMOVE AND REINSTALL TRAFFIC SIGNS
8.10 REMOVAL OF SIGNS
8.11 TEMPORARY ACCESS INFORMATION SIGN
8.12 RECTANGULAR RAPID FLASHING BEACONS (RRI
8.13 PORTABLE DYNAMIC MESSAGE SIGNS
8.14 TEMPORARY BARRIER RAIL CONCRETE
Traffic Signals & Traffic Control Sub Total
9.01 HYDRAULIC SEEDING FERT. & MULCH. TYPE 1 (I
9.02 HYDRAULIC SEEDING FERT. & MULCH. TYPE 4 (I
9.03 SOD FESCUE
9.04 PLANTS PERINNIALS CONTAINERIZED
9.05 PLANTS UNDERSTORY TREES BALLED AND BURI
9.06 PLANTS OVERSTORY TREES BALLED AND BURL/
9.07 PLANTS EVERGREEN TREES BALLED AND BURLP
9.08 FILTER SOCKS 9 IN.
9.09 FILTER SOCKS REMOVAL
9.10 RIP RAP CLASS E
9.11 SILT FENCE OR SILT FENCE DITCH CHECK
9.12 SILT FENCE OR SILT FENCE DITCH CHECK REMO
9.13 SILT FENCE OR SILT FENCE DITCH CHECK REMO
9.14 TRACK -OUT CONTROL
EA
EA
EA
EA
EA
EA
EA
EA
EA
EA
EA
EA
EA
EA
SY
SY
SY
SY
SY
SY
SY
SY
SY
SF
SY
SY
TON
SY
LS
STA
EA
LS
SF
LF
EA
EA
EA
EA
EA
LS
CDAY
LF
SY
SY
SY
EA
EA
EA
EA
LF
LF
TON
LF
LF
LF
TON
3.000 $
1.000 $
55.000 $
3.000 $
10.000 $
1.000 $
3.000 $
1.000 $
1.000 $
8.000 $
11.000 $
8.000 $
10.000 $
36.000 $
35,914.000
1,094.000
394.000
2,554.000
2,785.000
1,457.000
6,295.000
189.000
1,660.000
1,170.000
404.000
422.000
41.000
38,088.000
1.000
380.650
25.000
1.000
602.650
1,152.500
72.000
39.000
2.000
53.000
30.000
9.000
126.000
50.000
36,935.000 $
36,935.000 $
1,492.000 $
448.000 $
16.000 $
91.000 $
6.000 $
21,068.000 $
21,068.000 $
335.600 $
4,970.000 $
4,970.000 $
4,970.000 $
72.000 $
16,000.00 $
20,000.00 $
6,200.00 $
11,000.00 $
10,500.00 $
3,500.00 $
12,500.00 $
16,250.00 $
21,000.00 $
2,000.00 $
4,000.00 $
3,500.00 $
900.00 $
950.00 $
$
57.10 $
95.00 $
85.00 $
55.00 $
4.50 $
4.50 $
41.50 $
50.25 $
46.75 $
43.00 $
54.00 $
61.00 $
40.00 $
4.50 $
$
32,500.00 $
125.00 $
550.00 $
25,000.00 $
20.00 $
11.50 $
60.00 $
225.00 $
400.00 $
75.00 $
100.00 $
21,500.00 $
100.00 $
50.00 $
$
. 85 $
. 10 $
8.00 $
17.00 $
660.00 $
690.00 $
850.00 $
1.50 $
.01 $
55.00 $
1.50 $
.50 $
. 01 $
43.00 $
48,000.00
20,000.00
341,000.00
33,000.00
105,000.00
3,500.00
37,500.00
16,250.00
21,000.00
16,000.00
44,000.00
28,000.00
9,000.00
34,200.00
783,650.00
2,050,689.40
103,930.00
33,490.00
140,470.00
12,532.50
6,556.50
261,242.50
9,497.25
77,605.00
50,310.00
21,816.00
25,742.00
1,640.00
171,396.00
2,966,917.15
32,500.00
47,581.25
13,750.00
25,000.00
12,053.00
13,253.75
4,320.00
8,775.00
800.00
3,975.00
3,000.00
193,500.00
12,600.00
2,500.00
373,608.00
31,394.75
3,693.50
11,936.00
7,616.00
10,560.00
62,790.00
5,100.00
31,602.00
210.68
18,458.00
7,455.00
2,485.00
49.70
3,096.00
9.15 INLET PROTECTION DEVICE INTERMEDIATE ANI
9.16 INLET PROTECTION DEVICE MAINTENANCE
9.17 REMOVAL AND REINSTALLATION OF EXISTING
Site Work & Landscaping Sub Total
11.01 CONSTRUCTION SURVEY
11.02 MOBILIZATION
11.03 MAINTENANCE OF POSTAL SERVICE
11.04 MAINTENANCE OF SOLID WASTE COLLECTION
11.05 TEMPORARY GRANULAR SIDEWALK
11.06 CONCRETE WASHOUT
11.07 LIMESTONE BLOCKS 12 IN. X 12 IN.
11.08 LIMESTONE EDGING 4 IN. X 4 IN.
11.09 TRAP ROCK 1-4 INCH SIZE
11.10 MULCH DOUBLE SHREDDED HARDWOOD 3 IN.
11.11 STREET SIGNAGE CORTEN STEEL INTEGRALLY LI
11.12 MONUMENT SIGNAGE CORTEN STEEL INTEGRA
11.13 LOGO SIGNAGE CORTEN STEEL WATERJET CUT(
11.14 GRADE MOUNTED ELECTRICAL METER MAIN L(
11.15 CONDUIT BELOW GRADE SCHEDULE 40 NON -IV
11.16 CONDUIT BELOW GRADE SCHEDULE 40 NON -IV
11.17 CONDUCTORS #8 AWG CU THWN-2 FROM ME1
11.18 CONDUCTORS #10 AWG CU THWN-2 FROM PU
11.19 POLYMER / CONCRETE BELOW GRADE OPEN B(
11.20 METER / MAIN LOAD CENTER PEDESTAL MOUI\
11.21 METER / MAIN LOAD CENTER PEDESTAL MOUN
11.22 F1 SIGNAGE LED STRIPS CHANNELS LENSES ANI
11.23 F1 SIGNAGE 120VAC/24VDC DIMMING POWER
11.24 F1 SIGNAGE 120/277V WALLBOX MOUNTED C(
11.25 WEATHER TIGHT 2-5/8 INCH DEEP SINGLE GAN
11.26 BENCH
11.27 BIKE RACK
11.28 LITTER RECEPTICLE
Miscellaneous Sub Total
12.01 REMOVALS AS PER PLAN
12.02 GRANULAR BACKFILL
12.03 FLOODED BACKFILL
12.04 EXCAVATION CLASS 20
12.05 GRANULAR MATERIAL FOR BLANKET
12.06 STRUCTURAL CONCRETE (MISCELLANEOUS)
12.07 STRUCTURAL CONCRETE (RCB CULVERT)
12.08 REINFORCING STEEL
12.09 PRECAST CONCRETE BOX CULVERT 12 FT. X 4 F
12.10 PRECAST CONCRETE BOX CULVERT STRAIGHT E
12.11 TEMPORARY STREAM DIVERSION
12.12 EROSION STONE
12.13 FENCE CHAIN LINK VINYL COATED
12.14 GRANULAR BEDDING
Structures Sub Total
EA
EA
LF
LS
LS
LS
LS
SY
LS
LF
LF
TON
CY
LF
LF
LF
EA
LF
LF
LF
LF
EA
EA
EA
LF
EA
EA
EA
EA
EA
EA
LS
TON
CY
CY
CY
CY
CY
LB
LF
EACH
LS
TON
LF
TON
147.000 $
147.000 $
56.000 $
1.000
1.000
1.000
1.000
268.000
1.000
588.000
199.000
18.800
44.000
50.000
62.000
19.000
4.000
500.000
200.000
1,800.000 $
600.000 $
13.000 $
4.000 $
4.000 $
35.000 $
6.000 $
6.000 $
13.000 $
1.000 $
1.000 $
1.000 $
1.000 $
276.000 $
433.000 $
2,522.000 $
679.000 $
29.500 $
35.600 $
9,408.000 $
170.000 $
2.000 $
1.000 $
33.800 $
152.000 $
91.000 $
85.00 $
.01 $
56.00 $
$
70,000.00 $
275,000.00 $
5,000.00
5,000.00
13.50
3,500.00
55.00
13.00
230.00
156.00
2,400.00
2,750.00
2,550.00
3,000.00
5.00
4.75
1.50
1.25
1,000.00
175.00
450.00
1,650.00
200.00
450.00
200.00
3,750.00
1,500.00
3,500.00 $
$
10,750.00 $
35.00 $
50.00 $
12.50 $
57.50 $
1,125.00 $
1,500.00 $
4.10 $
855.00 $
15,250.00 $
2,600.00 $
42.50 $
175.00 $
42.50 $
$
12,495.00
1.47
3,136.00
212,079.10
70,000.00
275,000.00
5,000.00
5,000.00
3,618.00
3,500.00
32,340.00
2,587.00
4,324.00
6,864.00
120,000.00
170,500.00
48,450.00
12,000.00
2,500.00
950.00
2,700.00
750.00
13,000.00
700.00
1,800.00
57,750.00
1,200.00
2,700.00
2,600.00
3,750.00
1,500.00
3,500.00
854,583.00
10,750.00
9,660.00
21,650.00
31,525.00
39,042.50
33,187.50
53,400.00
38,572.80
145,350.00
30,500.00
2,600.00
1,436.50
26,600.00
3,867.50
448,141.80
Tota
Peterson Contractors, Inc.
Chris Fleshner, Project Manager
cfleshner@pcius.com
319-788-4722
Quoted Amount: $
7,740,312.45
BID BOND
KNOW ALL MEN BY THESE PRESENTS, that we, Peterson Contractors, Inc.
as Principal, and Travelers Casualty and Surety Company of America
bound unto the
, as Surety, are held and firmly
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 5th day of
March , 20 26 , for Huntington Rd and Katoski Dr Reconstruction Project, Contract No. 1123 - Waterloo, Iowa
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 17th day of February , A.D. 20 26
Witness
Witness Zach Fuller
BID BOND
Peterson Contractors, Inc.
(Seal)
Prindpal
:1-rert-eter
By
president (TitleS)
`````�� �p
�UfiETy' p,'
Travelers Casualty/and Surety Company of America (Sea '-
•• .o
co
HHARTFORD,
__ in CONN. o `
ke
Attorney -in -fact Anne Crowner ''/4,d*��.��``�
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.
Robert L. Rana enior Vice President
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
i 1161lCA? A
-*I .iis- 1
PJE.ro ,
CI d.4,VCyY�;f
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:
Anna P. Nowik, Notary Public
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 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 17th day of
February 2026
Kevin E. Hughes, Assistant Secretary
To verify the authenticity of this Power of Attorney, please call us at 1-800-421-3880.
Please refer to the above -named Attorneys) -in -Fact and the details of the bond to which this Power of Attorney is attached.