Loading...
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.