Loading...
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