HomeMy WebLinkAboutCroell, IncC'.aITdc.
;MD !.eKKx4 #ve.
pts, flatiffaitsSit tbi,sr►
V S'4491"e
D ON 4/k/n etivti‘
COI/ AI 100A1-elo
C,(y eiev4/Atidi+ds.••
EY. 9orSkutt° 1
BID BOND
KNOW ALL MEN BY THESE PRESENTS, that we, Croell, Inc.
as Principal, and North American Specialty Insurance Company
as Surety are held and firmly bound unto the CITY OF WATERLOO , Iowa, hereinafter called
"OWNER." In the penal sum ---Five Percent of the Bid Submitted ---
Dollars ($ ---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 6th day of April
2017 ,for
FY 2017 Street Reconstruction Program, Waterloo, IA - Contract No. 921
NOW, THEREFORE,
(a) If said Bid shall be rejected, or in the altemate,
(b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the form specified
and shall furnish a bond for his faithful performance of said contract, and for the payment of all persons
performing labor or furnishing materials in connection therewith, and shall in all other respects perform the
agreement created by the acceptance of said Bid,
Then this obligation shall be void, otherwise the same shall remain in force and effect; it being expressly
understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event,
exceed the penal amount of this obligation as herein stated.
By virtue of statutory authority, the full amount of this bid bond shall be forfeited to the Owner in liquidation of
damages sustained in the event that the Principal fails to execute the contract and provide the bond as
provided in the specifications or by law.
The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond
shall be in no way impaired or affected by any extension of the time within which the Owner may accept
such Bid or execute such contract; and said Surety does hereby waive notice of any such extension.
IN WITNESS WHEREOF, the Principal and the Surety, have hereunto set their hands and seals, and such
of them as are corporations, have caused their corporate seals to be hereto affixed and these presents to be
signed by their proper officers this 30th day of March , A.D. 2017
Croell, Inc. (Seal)
Principal
North A
an Specialty Insurance Compart)seal)
uret
In -fact Anne Crowner
(Title)
NAS SURETY GROUP
NORTH AMERICAN SPECIALTY INSURANCE COMPANY
WASHINGTON INTERNATIONAL INSURANCE COMPANY
GENERAL POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS, THAT North American Specialty Insurance Company, a corporation duly organized and existing under
laws of the State of New Hampshire, and having its principal office in the City of Manchester, New Hampshire, and Washington International
Insurance Company, a corporation organized and existing under the laws of the State of New Hampshire and having its principal office in the City of
Schaumburg, Illinois, each does hereby make, constitute and appoint:
JAY D. FREIERMUTH, CRAIG E. HANSEN, BRIAN M. DEIMERLY, SHIRLEY S. BAR'FENHAGEN,
CINDY BENNETT, ANNE CROWNER, TIM McCULLOH, STACY VENN, LACEY CRAMBLIT and DIONE R. YOUNG
JOINTLY OR SEVERALLY
Its true and lawful Attorney(s)-in-Fact, to make, execute, seal and deliver, for and on its behalf and as its act and deed, bonds or other writings
obligatory in the nature of a bond on behalf of each of said Companies, as surety, on contracts of suretyship as are or may be required or permitted by
law, regulation, contract or otherwise, provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the
amount of: FIFTY MILLION ($50,000,000.00) DOLLARS
This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of
Directors of both North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held
on the 9th of May, 2012:
"RESOLVED, that any two of the Presidents, any Managing Director, any Senior Vice President, any Vice President, any Assistant Vice President,
the Secretary or any Assistant Secretary be, and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named
in the given Power of Attorney to execute on behalf of the Company bonds, undertakings and all contracts of surety, and that each or any of them
hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company; and it is
FURTHER RESOLVED, that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any
certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be
binding upon the Company when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached."
je LoA �R4S� 4�'RPaAC )f (a.
By ti:oc Ra•,G
Nsti SEAL tn= Steven P, enacrson, Senior Vice President nnvasnmgton International roponyra Company
3�" SE°14"
�r2 1973 rm= &Senior Vice President or North Amerleans 1 Insurance Com 301 m
c yl:P0i0` Specialty Company rt
460.0
0
iminiineee
Michael A. IIto, Senior Vice Presnlent or\\'ashtauten International Insurance Company
& Senior Viae President or North American Specialty Insurance Company
IN WITNESS WHEREOF, North American Specialty Insurance Company and Washington International Insurance Company have caused their
official seals to be hereunto affixed, and these presents to be signed by their authorized officers this 8th day of September , 2015 .
State of Illinois
County of Cook
ss:
North American Specialty Insurance Company
Washington International Insurance Company
On this Nth day of September 20 15 , before me, a Notary Public personally appeared Steven P. Anderson , Senior Vice President of
Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and Michael A. Ito
Senior Vice President of Washington International insurance Company and Senior Vice President of North American Specialty Insurance
Company, personally known to ane, who being by me duly sworn, acknowledged that they signed the above Power of Attorney as officers of and
acknowledged said instrument to be the voluntary act and deed of their respective companies.
OFFICIAL SEAL
M KENNY
NOTARY PUBLIC, STATE OF I W NOIS
MY COMMISSION EXPIRES 122/'0412117
M. Kenny, Notary Public
I, Jeffrey Goldberg the duly elected Assistant Secretary of North American Specialty Insurance Company and Washington
International Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said North
American Specialty Insurance Company and Washington International Insurance Company, which is still in fill force and effect.
IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Companies this30th day of March , 2017
Jeffrey Goldbers, Vice President & Assistant Secretary nr
Washinelon latenatlonal insurance Company & North American Specialty Imuraneo Company
FORM OF BID OR PROPOSAL
F.Y. 2017 STREET RECONSTRUCTION PROGRAM
CONTRACT NO. 921
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
�owc , a Partnership consisting of the following partners:
ritocif
having familiarized (himself) (themselveSwith 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 F.Y. 2017 STREET RECONSTRUCTION PROGRAM, Contract
No. 921, all in accordance with the above -listed documents and for the unit prices
for work in place for the following items and quantities:
F.Y. 2017 STREET RECONSTRUCTION PROGRAM
CONTRACT NO. 921
BID
ITEM
DIVISION 1
DESCRIPTION
BASE BID-SECTIONi1
EST. QTY,
UNIT BID
-PRICE
. TOTAL BID PRICE '"
CONSTRUCT, MAINTAIN, REMOVE
TEMPORARY ACCESS & RESTORE
SY
531.4
2
MISC. CURB AND GUTTER, PCC, 6", C-4
LF
72.0
3
REMOVE AND REPLACE MISC. PCC, 6", C-4
SY
24.0
4
REM/REP CURB AND GUTTER, PCC, 7.5", C-4
LF
51.0
$
5
BRIDGE APPROACH SECTION, PCC, 9", C-4
SY
248.8
6
REMOVE AND REPLACE 3" HMA/6" PCC, M-4
SY
12.7
7
REMOVE AND REPLACE 4.5" HMA/6" PCC,
M-4
SY
50.0
8
REMOVE/REPLACE MISC. SEALCOAT W/ 2"
HMA
SY
14.2
FORM OF BID
CONTRACT NO. 921 , Page 1 of 11
ADDENDUM NO. 1
9
HMA DRIVEWAY APPROACH
TON
82.8
$
$
10
DRIVEWAY APPROACH AND SM, 6" PCC, C-4
SY
2,618.9
$
$
11
DRIVEWAY APPROACH AND SM, 5" PCC, C-4
SY
2,263.5
$
$
12
SIDEWALK, 4" PCC, C-4
SY
674.3
$
$
13
SIDEWALK, CLASS A, PCC, C-4
LF
125.6
$
$
14
PEDESTRIAN RAMP, PCC SIDEWALK, 6" PCC,
C-4
SY
875.3
$
$
15
PEDESTRIAN RAMP DETECTABLE WARNING
SURFACE
SF
1,292.0
$
$
16
SIDEWALK CURB SECTION
LF
20.0
$
$
17
CONCRETE PAVEMENT REMOVAL
SY
61,677.8
$
$
18
ASPHALT PAVEMENT REMOVAL
SY
7,221.0
$
$
19
SIDEWALK AND DRIVEWAY REMOVAL
SY
7,077.3
$
$
20
SIDEWALK REMOVAL
SY
498.0
$
$
21
SAW CUT
LF
3,121.6
$
$
22
WOVEN GEOTEXTILE
SY
35,668.8
$
$
23
MODIFIED SUBBASE
TON
45,764.3
$
$
24
RECYLED ASPHALT PAVING
TON
10.0
$
$
25
ROADSTONE, 3/4"
TON
56.2
$
$
26
DRAIN TILE, 6"
LF
33,726.0
$
$
27
DRAIN TILE, 4"
LF
25.0
$
$
28
DRAIN TILE STUB, 4"
LF
1,915.0
$
$
29
DRAIN TILE TAP AND COLLAR
EACH
30.0
$
$
30
SUBDRAIN OUTLET
EACH
132.0
$
$
31
CONVERT WATER VALVE MANHOLE TO
ROADBOX
EACH
19.0
$
$
32
WATER SERVICE CORPORATION, 3/4"
EACH
68.0
$
$
33
WATER SERVICE CURB STOP, 3/4"
EACH
68.0
$
$
34
WATER SERVICE PAVE BOX, 3/4"
EACH
68.0
$
$
FORM OF BID
CONTRACT NO. 921
ADDENDUM NO. 1
Page 2 of 11
35
COPPER WATER SERVICE, 3/4"
LF
1,917.0
$
$
36
WATER SERVICE TAP, 3/4"
EACH
2.0
$
$
37
WATER SERVICE CORPORATION, 1"
EACH
1.0
$
$
38
WATER SERVICE CURB STOP, 1"
EACH
1.0
$
$
39
WATER SERVICE PAVE BOX, 1"
EACH
1.0
$
$
40
COPPER WATER SERVICE, 1"
LF
45.0
$
$
41
WATER SERVICE KILL
EACH
55.0
$
$
42
LOWER WATER SERVICE, 3/4" OR 1"
EACH
1.0
$
$
43
UNDERGROUND INVESTIGATION -WATER
EACH
11.0
$
$
44
TOPSOIL, 4"
SY
10,943.1
$
$
45
HYDROSEED
SY
26,337.6
$
$
46
TOPSOIL REMOVAL FROM PARKING,
EARTHWORK
SY
18,129.4
$
$
47
CLASS E REVETMENT
TON
30.0
$
$
48
CONSTRUCTION SURVEY
LS
1.0
$
$
49
TRAFFIC CONTROL
LS
1.0
$
$
50
DETOUR ROUTE - CUTLER ST.
LS
1.0
$
$
51
DETOUR ROUTE - FRANKLIN ST.
LS
1.0
$
$
52
DETOUR ROUTE - W. MITCHELL AVE.
LS
1.0
$
$
53
PAINTED PAVEMENT MARKING, WATER
BASED
STA
80.23
$
$
54
PRE-CUT PAVEMENT SYMBOL OR LEGEND
EACH
11.0
$
$
TOTAL DIVISION 1 BASE BID—SECTION I $ p?, (34,7 /JbZ `73
BID
ITEM
DESCRIPTION
DIVISION I BASE BID -SECTION II
- UNIT
EST. QTY.
UNIT BID PRICE
TOTAL BID PRICE
55
STORM SEWER, 2000D, 54"
LF
16.0
$
$
56
STORM SEWER, 2000D, 33"
LF
5.0
$
$
57
STORM SEWER, 2000D, 30"
LF
28.0
$
$
FORM OF BID
CONTRACT NO. 921
Page 3 of 11
58
STORM SEWER, 2000D, 27"
LF
LF
; 605_0
354.4.
$
$
$
$
59
STORM SEWER, 20000, 24"
60
STORM SEWER, 2000D, 21"
LF
5.0
$
61
STORM SEWER, 2000D, 18"
LF
475.6
$
$
62
STORM SEWER, 2000D, 15"
LF
1,724.5
$
$
63
STORM SEWER, 2000D, 12"
LF
3,415.2
$
6 J
64
FLARED END SECTION WITH APRON GUARD,
24"
EACH
_
1.0
$
$
65
STORM MANHOLE, SW -401, 48"
EACH
25.0
$
$
66
STORM MANHOLE, SW -401, 60"
EACH
4.0
$
$
67
STORM MANHOLE, SW -401, 72"
EACH
2.0
$
$
68
STORM MANHOLE, SW -402
EACH
12.0
$
$
69
STORM MANHOLE, SW -406
EACH
_
7.0
$
$
70
REMOVE EXISTING STRUCTURE
EACH
95.0
$
$
71
TYPE E -1-C INLET
EACH
59.0
$
$
72
TYPE E -2-C INLET
EACH
20.0
$
$
73
TYPE E -3-C INLET
EACH
2.0
$
$
74
TYPE E -1-C INLET, MODIFIED
EACH
6.0
$
$
75
REM/REPL INLET BOXOUT, E -1-C
EACH
8.0
$
$
76
REM/REPL INLET BOXOUT, E -2-C
EACH
6.0
$
$
77
TAP AND COLLAR STRUCTURE OR PIPE
EACH
6.0
$
$
78
INSULATE EXISTING COPPER WATER
SERVICE
EACH
1.0
$
$
79
FURNISH AND INSTALL MANHOLE RING AND
COVER
EACH
1.0
$
$
80
STORM WATER PROTECTION FOR
STRUCTURES
EACH
134.0
$
$
81
REMOVE STORM PIPE, 54"
LF
16.0
$
$
82
REMOVE STORM PIPE LESS THAN 36"
LF
963.6
$
$
FORM OF BID
CONTRACT NO. 921
Page 4 of 11
FORM OF BID
CONTRACT NO. 921
ADDENDUM NO. 3
Page 5 of 11
TOTAL DIVISION I BASE BID
II
$ /i 005 /24% %.)-
-SECTION
BID t
ITEM
DESCRIPTION
DIVISION I BASE BID -SECTION III
-UNIT
EST, QTY
UNIT BID PRICE
$
83
RECONSTRUCT SANITARY SEWER, 36"
LF
50.0
$
$
84
RECONSTRUCT SANITARY SEWER, 18"
LF
'53.0
$
$
85
RECONSTRUCT SANITARY SEWER, 15"
LF
1,045.5
$
86
RECONSTRUCT SANITARY SEWER, 12"
LF
1,884.8
$
87
RECONSTRUCT SANITARY SEWER, 10"
LF
150.3
$
$
88
RECONSTRUCT SANITARY SEWER, 8"
LF
3,714.9
$
89
SANITARY SEWER SERVICE, 6"
LF
3,345.0
$
$
90
STANDARD SANITARY MANHOLE, SW -301,
48"
EACH
21.0
$
91
REMOVE EXISTING STRUCTURE, SANITARY
MANHOLE
EACH
18.0
$
$
92
REMOVE EXISTING SANITARY PIPE
LF
285.4
$
$
93
FURNISH AND INSTALL MANHOLE RING AND
COVER
EACH
3.0
$
$
94
TAP AND COLLAR SANITARY MANHOLE
EACH
4.0
$
$
95
ABANDON SANITARY SEWER, 8"
LF
380.0
$
96
ABANDON SANITARY SEWER, 10"
LF
870.0
$
$
97
ABANDON SANITARY SEWER, 12"
LF
570.0
$
98
TRACE SANITARY SEWER SERVICE
EACH
8.0
$
$
99
DYE TEST INVESTIGATION
EACH
26.0
$
$
100
UNDERGROUND INVESTIGATION -SANITARY
EACH
3.0
$
$
101
STANDARD SANITARY DROP MANHOLE, SW -
301, 72" W/ SW -307
EACH
1.0
$
TOTAL DIVISION I BASE BID -SECTION ID
$ 29d a&'. 4701
FORM OF BID
CONTRACT NO. 921
ADDENDUM NO. 3
Page 5 of 11
FORM OF BID
CONTRACT NO. 921
ADDENDUM NO. 1
Page 6 of 11
TOTAL DIVISION I BASE BID -SECTIONS I, 11, I0 $ /,53 // �'Z /0
BID
ITEM
DESCRIPTION
DIVISION:I - AALTERNATE A
UNIT BID PRICE
TOTAL SID PRICE
1A
2", HMA STANDARD TRAFFIC(ST) SURFACE,
1/2" MIX, PG 58-28S, 75% CR., NO FRICTION
REQD.
SY
50,855.7
$
$
2A
2.5", HMA STANDARD TRAFFIC(ST)
INTERMEDIATE, 1/2" MIX, PG 58-28S, 60% CR.
SY
39,875,9
$
$
3A
4", HMA STANDARD TRAFFIC(ST)
INTERMEDIATE, 1/2" MIX, PG 58-28S, 60% CR.
SY
10,979.8
$
$
4A
3", HMA STANDARD TRAFFIC(ST) BASE, 3/4"
MIX, PG 58-288, 60% CR.
SY
60,084.4
$
5A
2", HMA HIGH TRAFFIC(HT) SURFACE, 1/2"
MIX, PG 58-28S, 75% CR., NO FRICTION
REQD.
SY
9,228.7
$
$
6A
4", HMA HIGH TRAFFIC(HT) INTERMEDIATE,
1/2" MIX, PG 58-28S, 75% CR.
SY
4,019.2
$
$
7A
5", HMA HIGH TRAFFIC(HT) INTERMEDIATE,
1/2" MIX, PG 58-28S, 75% CR.
SY
5,209.5
$
$
8A
CURB AND GUTTER, PCC, C-4, 24" WIDE,
7 1/2" THICK
LF
23,841.7
$
9A
CURB AND GUTTER, PCC, C-4, 24" WIDE, 9"
THICK
LF
8,965.8
$
10A
CURB AND GUTTER, PCC, C-4, 24" WIDE, 10"
THICK
LF
1,891.0
$
11A
COLD WEATHER CONCRETE PROTECTION
SY
2,784.7
$
$
12A
LINSEED OIL TREATMENT
SY
1,781.6
$
$
13A
PAVEMENT SAMPLES AND TESTING
LS
1.0
$
$
14A
EXCAVATION
CY
22,563.9
$
$
TOTAL DIVISION 1 ALTERNATE A
AA / n 6I/
$ /1/0 Alt d/AM
BID
ITEM
DESCRIPTION '-
DIVISION I -ALTERNATE B
UNIT
EST. QTY.
UNIT BID PRICE
TOTAL: SI0 PRICE '
16
PCC PAVEMENT, 6", C-4
SY
43,413.4
$
$
26
PCC PAVEMENT, 7", C-4
SY
18,835.3
$
$
36
PCC PAVEMENT, 8", C-4
SY
5,629.7
$
$
48
COLD WEATHER CONCRETE PROTECTION
SY
16,293.0
$
$
FORM OF BID
CONTRACT NO. 921
ADDENDUM NO. 1
Page 6 of 11
4B
COLD WEATHER CONCRETE PROTECTION
SY
16,293.0
$
$
5B
LINSEED OIL TREATMENT
SY
15,267.3
$
$
6B
PAVEMENT SAMPLES AND TESTING
LS
1.0
$
$
7I3
EXCAVATION
CY
19,494.55
$
$
TOTAL—DIVISION I ALTERNATE B
$ 7/, 9),S X2, IS—
TOTAL DIVISION I BASE BID + ALTERNATE A
TOTAL
/i,� n
$ ,4$ S1d7N<4
TOTAL DIVISION I BASE BID + ALTERNATE B
$ g ?oVi Ce /9, S
BID
ITEM
DIVISION II- WATER MAIN
DESCRIPTION
UNIT
EST. QTY.
UNIT BID
PRICE
TOTAL BID PRICE
1
DUCTILE IRON WATER MAIN, 6" DIA., CLASS
52, WITH NITRILE GASKETS
LF
1,132.0
$
$
2
DUCTILE IRON WATER MAIN REMOVAL
LF
1,119.0
$
$
3GATE
VALVE AND BOX, 6" DIA.
EACH
10.0
4TEE
(LOCKING), 6" x 6" DIA.
EACH
4.0
5CAP
OR PLUG, 6" DIA.
EACH
1.0
6MEGALUGS,
6" DIA.
EACH
10.0
7
CONCRETE THRUST BLOCKING
EACH
9.0
8
HYDRANT REMOVAL
EACH
1.0
9
HYDRANT ASSEMBLY
EACH
1.0
10
TEMPORARY HYDRANT ASSEMBLY WITH
CONCRETE BLOCKING
EACH
1.0
11BEND,
6" DIA., ANY DEGREE
EACH
4.0
12
SLEEVE, 6" DIA.
EACH
5.0
133/4"
LONG SIDE WATER SERVICES
EACH
4.0
141"
LONG SIDE WATER SERVICES
EACH
1.0
15
CONNECT TO EXISTING WATER MAIN
EACH
2.0
16
CONNECT TO EXISTING FIRE LINE
EACH
4.0
17
REMOVE INACTIVE PAVE BOX AND
ABANDON WATER SERVICE LINE STUB IN
PLACE
EACH
3.0
FORM OF BID
CONTRACT NO. 921
Page 7 of 11
24
TRAFFIC CONTROL
LS
1.0
$
$
TOTAL BID DIVISION III m OVERLAY
$ 6?/, FY V. "?
BID
ITEM
DIVISION ii i ,.., ALL,E
DESCRIPTION
UNIT
EST. QTY.
UNIT BID
PRICE
TOTAL BID PRICE
1
CLASS A ROADSTONE
TON
25.0
$
$
2
PAVEMENT SCARIFICATION
SY
120.0
$
$
3
SURFACE PATCH
TON
2,0
$
$
4
HMA STANDARD TRAFFIC(ST) SURFACE, 1/2"
MIX, PG 58-28S, 75% CR., NO FRICTION
READ,
TON
15.0
$
$
5
TRAFFIC CONTROL
LS
1.0
$
$
TOTAL BID DIVISION IV — ALLEY
$ CP, ,5 Sly
TOTAL DIVISION I BASE BID + ALTERNATE A
$ A6 g cX /v4 -
TOTAL DIVISION I BASE BID + ALTERNATE B
TOTAL
$ g, .f` ej 6 /V, 2C--
TOTAL DIVISION I BASE BID + ALTERNATE A
DIVISION IV
+ DIVISIO 1 + Di ISO 111 +
$ c /d A0
TOTAL DIVISION I BASE BID + ALTERNATE B
DIVISION IV
+ DIVISION II + DIVISION I I +
$ 9.2.3Y1 a33, A
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
FORM OF BID
CONTRACT NO. 921 Page 9 of 11
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.
BY:
airOe/I,
(Name off'I1. -r)
Title
Official Address: (Including Zip Code):
c9t210 A/eaUUQeS
gheti7
(Dat
4/7/ agar
I.R.S. No. ild -leV 9/7t)
FORM OF BID
CONTRACT NO. 921 Page 11 of 11
State of
—4.4-7.17v
n
County of l� cSac/ ) )ss
1. He is (Owner, Partner, Officer, epresentatiy�, or Agent) , of <ld�r%G �I/1-e ,
the Bidder that has submitted the attached Bid;
NON -COLLUSION AFFIDAVIT OF PRIME BIDDER
, being first duly sworn, deposes and says that:
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 • •-rtie �.t ' luding this
affiant.
(Signed
'`i�,'7anc,
Title
Sub cribed and sworn to before a this day of
p
/ r•/ ,2012
My commission expires l D `e - /
Title
apR+/tcses AMY KEELING
2 , T. Commission Number 755114
MyfF,m Ise oExpires
0WP
CONTRACT NO:
PROJECT NAME:
DATE OF LETTING:
RESIDENT BIDDER CERTIFICATION
9,q/
irt/a7 bi" ucea. g7 4
To be a qualified resident bidder, the bidder shall be a person or
entity authorized to transact business in this state and having a
business for at least three years prior to the date of the first
advertisement for the public improvement. If another state or
foreign country has a more stringent definition of a resident bidder,
the more stringent definition is applicable as to bidders from that
state or foreign country.
This qualification as resident bidder shall be maintained by the contractor and his
subcontractors at the work site until this project is completed.
I hereby certify that I am a resident bidder as defined above.
COMPANY NAME C.A" v %GL
CORPORATE OFFICER A
TITLE ir%t hli7
DATE 0
Prime Contractor Name:
MBEIWBE BUSINESS ENTERPRISE
/ _ERE -BID CONTACT INFORMATION FORM
�o"pc. Project: l%fcrkel-4614, Oft
Letting Date:
NO MBENVBE SUBCONTRACTORS: If you are NOT using any MBENVBE subcontractors to complete this project, sign below. Attach a brief
explanation as to why subcontracting was not feasible with this project If any MBENVBE subcontractors will be used, please use the bottom
portion of this form.
Contractor Signature:
Title: i'i2e :chi -A
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 MBENVBE subcontractor contacts made for your bid submission. This information is subject to verification. Any questions
should 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 MBENVBE 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 Louis Starks, Contract Compliance Officer, for
assistance at (319) 291-4429.
In the event it is determined that the MBENVBE 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 made good faith efforts to meet the goals.
TABLE OF INFORMATION SHOWING BIDDER'S PRE-BID
MBEIWBE BUSINESS ENTERPRISE CONTACTS
Quotes Received Quotation used in bid
MBE/WBE
Subcontractors
Dates
Contacted
Yes/No
Dates
Contacted
Yes/No
Dollar Amount Proposed to
be. Subcontracted
u1K / ucf
0a/'7V9f7_ls
$j2
e
3yn'
Y °'7W7
l/$ VC°
O
-e
�/iu/�° i,
P7
/«s/
N-l
ify�/z��7AIv//U
..
s Chui e019114C-1 4-
007
A)
V:907
`L
-7:;;)--_
ir
(Form CCO-4) Rev. 06-20-02
City of Waterloo - 2017 Street Reconstruction - April 6, 2017 - 1:00 PM
Item
Description
Unit
Qty
Rate
DIVISION I
1
CONSTRUCT, MAINTAIN, REMOVE TEMPORARY ACCESS & RESTORE
SY
531.4
$34.00
2
MISC. CURB AND GUTTER, PCC, 6" C-4
LF
72
$37.50
3
REMOVE AND REPLACE MISC. PCC, 6", C-4
SY
24
$60.00
4
REM/REP CURB AND GUTTER, PCC, 7.5", C-4
LF
51
$42.00
5
BRIDGE APPROACH SECTION, PCC, 9", C-4
SY
248.8
5144.00
6
REMOVE AND REPLACE 3" HMA/6" PCC, M-4
SY
12.7
$125.00
7
REMOVE AND REPLACE 4.5" HMA/6" PCC, M-4
SY
50
$125.00
8
REMOVE/REPLACE MISC. SEALCOAT W/2" HMA
SY
14.2
$35.25
9
HMA DRIVEWAY APPROACH
TON
82.8
$125.00
10
DRIVEWAY APPROACH AND S/W, 6" PCC, C-4
SY
2618.9
$46.25
11
DRIVEWAY APPROACH AND S/W, 5" PCC, C-4
SY
2263.5
$45.75
12
SIDEWALK, 4" PCC, C-4
SY
674.3
$44.25
13
SIDEWALK, CLASS A, PCC, C-4
LF
125.6
$37.00
14
PEDESTRIAN RAMP, PCC SIDEWALK, 6" PCC, C-4
SY
875.3
$47.25
15
PEDESTRIAN RAMP DETECTABLE WARNING SURFACE
SF
1292
$38.85
16
SIDEWALK CURB SECTION
LF
20
$40.00
17
CONCRETE PAVEMENT REMOVAL
SY
61677.8
$4.25
18
ASPHALT PAVEMENT REMOVAL
SY
7221
$4.25
19
SIDEWALK AND DRIVEWAY REMOVAL
SY
7077.3
$4.25
20
SIDEWALK REMOVAL
SY
498
$8.50
21
SAW CUT
LF
3121.6
$4.00
22
WOVEN GEOTEXTILE
SY
35668.8
$2.50
23
MODIFIED SUBBASE
TON
45764.3
$22.50
24
RECYCLED ASPHALT PAVING
TON
10
$250.00
25
ROADSTONE, 3/4"
TON
56.2
$30.00
26
DRAIN TILE, 6"
LF
33726
$8.20
27
DRAIN TILE, 4"
LF
25
$50.00
28
DRAIN TILE STUB, 4"
LF
1915
$7.75
29
DRAIN TILE TAP AND COLLAR
EACH
30
$625.00
30
SUBDRAIN OUTLET
EACH
132
$350.00
31
CONVERT WATER VALVE MANHOLE TO ROADBOX
EACH
19
$600.00
32
WATER SERVICE CORPORATION, 3/4"
EACH
68
$170.00
WATER SERVICE CURB STOP, 3/4"
EACH
68
5170.00
34
WATER SERVICE PAVE BOX, 3/4"
EACH
68
$170.00
35
COPPER WATER SERVICE, 3/4"
LF
1917
$25.00
36
WATER SERVICE TAP, 3/4"
EACH
2
5775.00
37
WATER SERVICE CORPORATION, 1"
EACH
1
$60.00
38
WATER SERVICE CURB STOP, 1"
EACH
1
$225.00
39
WATER SERVICE PAVE BOX, 1"
EACH
1
$225.00
40
COPPER WATER SERVICE, 1"
LF
45
$25.00
41
WATER SERVICE KILL
EACH
55
$400.00
42
LOWER WATER SERVICE, 3/4" OR 1"
EACH
1
$800.00
43
UNDERGROUND INVESTIGATION -WATER
EACH
11
$350.00
44
TOPSOIL, 4"
SY
10943.1
57.00
45
HYDROSEED
SY
26337.6
$2.75
46
TOPSOIL REMOVAL FROM PARKING, EARTHWORK
SY
18129.4
$5.00
47
CLASS E REVETMENT
TON
30
$40.00
48
CONSTRUCTION SURVEY
LS
1
$100,000.00
49
TRAFFIC CONTROL
LS
1
$10,250.00
50
DETOUR ROUTE - CUTLER ST.
LS
1
5450.00
51
DETOUR ROUTE - FRANKLIN ST.
LS
1
$450.00
52
DETOUR ROUTE - W. MITCHELL AVE.
LS
1
$450.00
53
PAINTED PAVEMENT. MARKING, WATEI3 BASED
STA
80.23
, $80.00
54
PRE-CUT PAVEMENT SYMBOL OR LEGEND
EACH
11
$300.00
Amount
$18,067.60
$2,700.00
$1,440.00
$2,142.00
535,827.20
$1,587.50
$6,250.00
$500.55
$10,350.00
$121,124.13
$103,555.13
$29,837.78
$4,647.20
541,357.93
$50,194.20
$800.00
$262,130.65
$30,689.25
$30,078.53
$4,233.00
$12,486.40
589,172.00
$1,029,696.75
52,500.00
$1,686.00
$276,553.20
$1,250.00
$14,841.25
$18,750.00
546,200.00
$11,400.00
511,560.00
$11,560.00
$11,560.00
$47,925.00
$1,550.00
$60.00
$225.00
$225.00
51,125.00
$22,000.00
$800.00
53,850.00
$76,601.70
$72,428.40
590,647.00
$1,200.00
$100,000.00
510,250.00
$450.00
$450.00
$450.00
$6,418.40
$3,300.00
TOTAL DIVISION 1 BASE BID - SECTION 1
$2,736,683.73
DIVISION 1 BASE BID - SECTION 2
55
STORM SEWER, 2000D, 54"
LF
16
$300.00
$4,800.00
56
STORM SEWER, 2000D, 33"
LF
5
$300.00
$1,500.00
57
STORM SEWER, 2000D, 30"
LF
28
$300.00
$8,400.00
58
STORM SEWER, 2000D, 27"
LF
606
$120.00
$72,720.00
59
STORM SEWER, 2000D, 24"
LF
354.4
$77.25
$27,377.40
60
STORM SEWER, 2000D, 21"
LF
5
$77.25
$386.25
61
STORM SEWER, 2000D, 18"
LF
475.6
$77.25
$36,740.10
62
STORM SEWER, 2000D, 15"
LF
1724.5
$42.23
$72,825.64
63
STORM SEWER, 2000D, 12"
LF
3415.2
$39.66
$135,446.83
64
FLARED END SECTION WITH APRON GUARD, 24"
EACH
1
$1,500.00
$1,500.00
65
STORM MANHOLE, SW -401, 48"
EACH
25
$3,965.50
599,137.50
66
STORM MANHOLE, SW -401, 60"
EACH
4
$5,000.00
$20,000.00
67
STORM MANHOLE, SW -401, 72"
EACH
2
$7,500.00
$15,000.00
68
STORM MANHOLE, SW -402
EACH
12
$5,500.00
$66,000.00
69
STORM MANHOLE, SW -406
EACH
7
$6,200.00
$43,400.00
70
REMOVE EXISTING STRUCTURE
EACH
95
$566.50
$53,817.50
71
TYPE E -1-C INLET
EACH
59
$2,626.50
$154,963.50
72
TYPE E -2-C INLET
EACH
20
$3,553.50
$71,070.00
73
TYPE E -3-C INLET
EACH
2
54,017.00
$8,034.00
74
TYPE E -1-C INLET, MODIFIED
EACH
6
$1,184.50
$7,107.00
75
REM/REPL INLET BOXOUT, E -1-C
EACH
8
$1,339.00
$10,712.00
76
REM/REPL INLET BOXOUT, E -2-C
EACH
6
$1,339.00
$8,034.00
77
TAP AND COLLAR STRUCTURE OR PIPE
EACH
6
$1,390.50
$8,343.00
78
INSULATE EXISTING COPPER WATER SERVICE
EACH
1
$824.00
$824.00
79
FURNISH AND INSTALL MANHOLE RING AND COVER
EACH
1
$978.50
$978.50
80
STORM WATER PROTECTION FOR STRUCTURES
EACH
134
$489.25
$65,559.50
81
REMOVE STORM PIPE, 54"
LF
16
$54.00
$864.00
82
REMOVE STORM PIPE LESS THAN 36"
LF
963.6
$10.00
$9,636.00
TOTAL DIVISION 1 BASE BID - SECTION 2
$1,005,176.72
DIVISION 1 BASE BID - SECTION 3
83
RECONSTRUCT SANITARY SEWER, 36"
LF
50
$329.04
$16,452.00
84
RECONSTRUCT SANITARY SEWER, 18"
LF
53
$98.75
$5,233.75
85
RECONSTRUCT SANITARY SEWER, 15"
LF
1045.5
$80.32
$83,974.56
86
RECONSTRUCT SANITARY SEWER, 12"
LF
1884.8
$69.12
$130,277.38
87
RECONSTRUCT SANITARY SEWER, 10"
LF
150.3
$98.00
$14,729.40
88
RECONSTRUCT SANITARY SEWER, 8"
LF
3714.9
$55.00
$204,319.50
89
SANITARY SEWER SERVICE, 6"
LF
3345
$50.00
$167,250.00
90
STANDARD SANITARY MANHOLE, SW -301, 48"
EACH
21
$4,900.00
$102,900.00
91
REMOVE EXISTING STRUCTURE, SANITARY MANHOLE
EACH -
18
$750.00
$13,500.00
92
REMOVE EXISTING SANITARY PIPE
LF
285.4
$28.00
$7,991.20
93
FURNISH AND INSTALL MANHOLE RING AND COVER
EACH
3
$850.00
$2,550.00
94
TAP ANC COLLAR SANITARY MANHOLE
EACH
4
$1,000.00
$4,000.00
95
ABANDON SANITARY SEWER, 8"
LF
380
$9.65
$3,667.00
96
ABANDON SANITARY SEWER, 10"
IF
870
$9.65
$8,395.50
97
ABANDON SANITARY SEWER, 12"
LF
570
$9.65
$5,500.50
98
TRACE SANITARY SEWER SERVICE
EACH
8
$400.00
$3,200.00
99
DYE TEST INVESTIGATION
EACH
26
$175.00
$4,550.00
100
UNDERGROUND INVESTIGATION -SANITARY
EACH
3
$500.00
$1,500.00
101
STD SANITARY DROP MANHOLE, SW -301, 72" W/ SW -307
EACH
1
$12,245.87
$12,245.87
TOTAL DIVISION 1 BASE BID - SECTION 3
$792,236.66
TOTAL DIVISION 1 BASE BID - SECTIONS 1,2,3
$4,534,097.10
DIVISION 1 ALTERNATE A
1A
2", HMA STANDARD TRAFFIC(ST) SURFACE, 1/2" MIX, PG 58-28S, 75% CR., NO FRICTI(
SY
50855.7
No Bid
No Bid
2A
2.5", HMA STANDARD TRAFFIC(ST) INTERMEDIATE, 1/2" MIX, PG 58-28S, 60% CR.
SY
39875.9
No Bid
No Bid
3A
4", HMA STANDARD TRAFFIC(ST) INTERMEDIATE, 1/2" MIX, PG 58-28S, 60% CR.
SY
10979.8
No Bid
No Bid
4A
3", HMA STANDARD TRAFFIC(ST) BASE, 3/4" MIX, PG 58-28S, 60% CR.
SY
60084.4
No Bid
No Bid
5A
2", HMA HIGH TRAFFIC(HT) SURFACE, 1/2" MIX, PG 58-285, 75% CR., NO FRICTION RE
SY
9228.7
No Bid
No Bid
6A
4" HMA HIGH TRAFFIC(HT) INTERMEDIATE, 1/2" MIX, PG 58-28S, 75% CR.
SY
4019.2
No Bid
No Bid
7A
5", HMA HIGH TRAFFIC(HT) INTERMEDIATE, 1/2" MIX, PG 58-285, 75% CR.
SY
5209.5
No Bid
No Bid
8A
CURB AND GUTTER, PCC, C-4, 24" WIDE, 71/2" THICK
LF
23841.7
No Bid
No Bid
9A
CURB AND GUTTER, PCC, C-4, 24" WIDE, 9" THICK
LF
8965.8
No Bid
No Bid
1OA
CURB AND GUTTER, PCC, C-4, 24" WIDE, 10" THICK
LF
1891
No Bid
No Bid
11A
COLD WEATHER PROTECTION
SY
2784.7
No Bid
No Bid
12A
LINSEED OIL TREATMENT
SY
1781,36
No Bid
No Bid
13A
PAVEMENT SAMPLES AND TESTING
L5
1
No Bid
No Bid
14A
EXCAVATION
CY
22563.9
No Bid
No Bid
iSA
2", HMA STANDARD TRAFFIC(HT) SURFACE, 1/2" MIX, PG 58 285, 75° CR., NO FRICTI'5Y
45003.7
NA
N/A
TOTAL DIVISION 1 ALTERNATE A
$0.00
DIVISION 1 ALTERNATE B
16
PCC PAVEMENT, 6", C-4
SY
43413.4
$54.00
$2,344,323.60
2B
PCC PAVEMENT, 7", C-4
SY
18835.3
$64.00
$1,205,459.20
36
PCC PAVEMENT, 8", C-4
SY
5629.7
$65.00
$365,930.50
4B
COLD WEATHER PROTECTION
SY
16293
$4.00
$65,172.00
5B
LINSEED OIL TREATMENT
SY
15267.3
$4.50
$68,702.85
6B
PAVEMENT SAMPLES AND TESTING
LS
1
$9,000.00
$9,000.00
78
EXCAVATION
CY
19494.5
$12.00
$233,934.00
TOTAL DIVISION 1 ALTERNATE B
$4,292,522.15
TOTAL DIVISION 1 BASE BID ALTERNATE A
■
$4,534,097.10
TOTAL DIVISION 1 BASE BID ALTERNATE B
$8,826,619.25
DIVISION 2 - WATER MAIN
1
DUCTILE IRON WATER MAIN, 6" DIA., CLASS 52, WITH NITRILE GASKETS
LF
1132
$66.00
574,712.00
2
DUCTILE IRON WATER MAIN REMOVAL
LF
1119
$10.00
$11,190.00
3
GATE VALVE AND BOX, 6" DIA.
EACH
10
$1,400.00
$14,000.00
4
TEE (LOCKING), 6" X 6" DIA.
EACH
4
$500.00
$2,000.00
5
CAP OR PLUG, 6" DIA.
EACH
1
$500.00
$500.00
6
MEGALUGS, 6" DIA.
EACH
10
$80.00
$800.00
7
CONCRETE THRUST BLOCKING
EACH
9
$800.00
$7,200.00
8
HYDRANT REMOVAL
EACH
1
$500.00
$500.00
9
HYDRANT ASSEMBLY
EACH
1
$5,800.00
$5,800.00
10
TEMPORARY HYDRANT ASSEMBLY WITH CONCRETE BLOCKING
EACH
1
$2,750.00
$2,750.00
11
BEND, 6" DIA., ANY DEGREE
EACH
4
$500.00
$2,000.00
12
SLEEVE, 6" DIA.
EACH
5
$950.00
$4,750.00
13
3/4" LONG SIDE WATER SERVICES
EACH
$1,250.00
$5,006.00
14
1" LONG SIDE WATER SERVICES
EACH
$1,600.00
$1,600.00
15
CONNECT TO EXISTING WATER MAIN
EACH
$3,150.00
$6,300.00
16
CONNECT TO EXISTING FIRE LINE
EACH
$850.00
$3,400.00
17
REMOVE INACTIVE PAVE BOX AND ABANDON WATER SERVICE LINE STUB IN PLACE
EACH
$300.00
$900.00
TOTAL DIVISION 2 - WATER MAIN
$143,402.00
DIVISION 3 - OVERLAY
1
REMOVE AND REPLACE E -1-C (USE EXISTING CASTING)
EACH
1
$2,500.00
$2,500.00
2
REMOVE AND REPLACE INTAKE BOXOUT/E-1-C
EACH
5
$4,500.00
$22,500.00
3
FURNISH E -1-C INLET CASTING
EACH
1
$5,000.00
$5,000.00
4
REMOVE AND REPLACE MH BOXOUT
EACH
9
$1,000.00
$9,000.00
5
STORM SEWER, 10" TRUSS
LF
4
$250.00
$1,000.00
6
REMOVE SIDEWALK
SY
143.3
$11.00
$1,576.30
7
SIDEWALK, 4" PCC
SY
60.1
$44.25
$2,659.43
8
SIDEWALK, 6" PCC
SY
72.6
$45.75
$3,321.45
9
PEDESTRIAN RAMP DETECTABLE WARNING SURFACE
SF
135
$38.85
$5,244.75
10
REMOVE AND REPLACE DRIVEWAY, 5" PCC
SY
16
$50.00
$800.00
11
TOPSOIL REMOVE FROM PARKING
SY
20
$100.00
$2,000.00
12
REMOVE AND REPLACE 24" C & G/6" PCC
LF
215.6
$37.50
$8,085.00
13
REMOVE AND REPLACE 24" C & G/7.5" PCC
LF
47
$42.00
$1,974.00
14
PAVEMENTS4ARIFICATION
SY
4584.6
$7.00
$32,092.20
15
MILL WEDGE
EACH
6
$1,000.00
$6,000.00
16
CRACK AND SEAT
SY
3858.8
$5.00
$19,294.00
17
SURFACE PATCH
TON
7
$225.00
$1,575.00
18
HMA STANDARD TRAFFIC(ST) INTERMEDIATE, 1/2" MIX, PG 58-28S, 60% CR.
TON
659
$117.00
$77,103.00
19
HMA STANDARD TRAFFIC(ST) SURFACE, 1/2" MIX, PG 58-28S, 75% CR., NO FRICTION
TON
1213.7
$121.50
$147,464.55
20
HMA PVEMENT SAMPLES AND TESTING
LS
1
$5,000.00
$5,000.00
21
CASTING EXTENSION RING (INLET)
EACH
2
51,500.00
$3,000.00
22
CASTING EXTENSION RING (MANHOLE)
EACH
7
$100.00
$700.00
23
FURNISH AND INSTALL MANHOLE CASTING
EACH
1
$1,000.00
$1,000.00
24
TRAFFIC CONTROL
LS
1
$3,000.00
$3,000.00
TOTAL DIVISION 3 - OVERLAY
$361,889.68
DIVISION 4 - ALLEY
1
CLASS A ROADSTONE
TON
25
$50.00
51,250.00
2
PAVEMENT SCARIFICATION
SY
120
$15.00
$1,800.00
3
SURFACE PATCH
TON
2
$225.00
$450.00
4
HMA STANDARD TRAFFIC (ST) SURFACE, 1/2" MIX, PG 58-285, 75% CR., NO FRICTION
TON
15
$121.50
$1,822.50
5
TRAFFIC CONTROL
LS
1
$1,000.00
$1,000.00
TOTAL BID DIVISION 4 - ALLEY
$6,322.50
TOTAL DIVISION 1 BASE BID + ALTERNATE A
No Bid
TOTAL DIVISION 1 BASE BID + ALTERNATE B
$8,826,619.25
TOTAL DIVISION 1 BASE BID + ALTERNATE A + DIVISION 2+ DIVISION 3+ DIVISION 4
No Bid
TOTAL DIVISION 1 BASE BID + ALTERNATE B + DIVISION 2 + DIVISION 3 + DIVISION 4
*
$9,338,233.42