HomeMy WebLinkAboutK Cunningham Construction Co., Inc.s
CUNNINGHAM K CUNNINGHAM CONSTRUCTION CO., INC.
ons oc ion o nc
1025 CENTER STREET
CEDAR FALLS, IA 50613
Bid Security For:
FY 2018 University Avenue Reconstruction - Phase 1
City Contract No. 933
City of Waterloo, Iowa
CUNNINGHAM K CUNNINGHAM CONSTRUCTION CO., INC.
1025 CENTER STREET
ArVrr CEDAR FALLS, IA 50613
Bid Proposal For:
FY 2018 University Avenue Reconstruction - Phase 1
City Contract No. 933
City of Waterloo, Iowa
FY 2018 University Avenue Reconstruction Project Phase 2
Item
No.
Spec Section
Item
Unit
Quantities
Unit Bid Price
Total Bid Price
1
2010
CLEARING AND GRUBBING
UNIT
44.0
$ 50.00
$ 2,200.00
2
2010
ON-SITE TOPSOIL
CY
3798.0
$ 15.00
$ 56,970.00
3
2010
TOPSOIL, CONTRACTOR FURNISH
CY
2491.0
$ 17.50
$ 43,592.50
4
2010
EXCAVATION, CLASS 10, ROADWAY AND
BORROW
CY
12788.0
$ 8.50
$ 108,698.00
5
2010
EXCAVATION, CLASS 10, UNSUITABLE OR
UNSTABLE MATERIAL
CY
4842.0
$ 15.00
$ 72,630.00
6
2010
EXCAVATION, CLASS 10, WASTE
CY
12782.0
$ 7.50
$ 95,865.00
7
2010
EXCAVATION, CLASS 13
CY
65.0
$ 10.00
$ 650.00
8
2010
SUBGRADE PREPARATION, 12 IN.
SY
43545.2
$ 1.50
$ 65,317.80
9
2010
SUBGRADE TREATMENT, GEOTEXTILE
SY
2066.0
$ 1.50
$ 3,099.00
10
2010
SUBBASE, MODIFIED
CY
16925.9
$ 22.50
$ 380,832.75
11
2010
REMOVALS, STRUCTURES
EACH
20.0
$ 200.00
$ 4,000.00
12
3010
REPLACEMENT OF UNSUITABLE BACKFILL
MATERIAL
CY
500.0
$ 46.00
$ 23,000.00
13
4020
STORM SEWER, TRENCHED, RCP, CLASS III,
15 IN.
LF
1307.4
$ 44.00
$ 57,525.60
14
4020
STORM SEWER, TRENCHED, RCP, CLASS III,
18 IN.
LF
1201.8
$ 52.00
$ 62,493.60
15
4020
STORM SEWER, TRENCHED, RCP, CLASS III,
24 IN.
LF
2524.9
$ 56.00
$ 141,394.40
16
4020
STORM SEWER, TRENCHED, RCP, CLASS III,
30 IN.
LF
1158.5
$ 74.00
$ 85,729.00
17
4020
STORM SEWER, TRENCHED, RCP, CLASS III,
36 IN.
LF
770.0
$ 83.00
$ 63,910.00
18
4020
STORM SEWER, TRENCHED, RCP, CLASS III,
42 IN.
LF
476.7
$ 105.00
$ 50,053.50
19
4020
STORM SEWER, TRENCHED, RCP, CLASS III,
48 IN.
LF
397.4
$ 120.00
$ 47,688.00
20
4020
STORM SEWER, TRENCHED, RCP, CLASS III,
60 IN.
LF
66.8
$ 213.00
$ 14,228.40
21
4020
STORM SEWER, TRENCHED, RCP, CLASS III,
44 IN. X 27 IN.
LF
626.4
$ 109.00
$ 68,277.60
22
4020
STORM SEWER, TRENCHED, RCP, CLASS III,
52 IN. X 32 IN.
LF
506.9
$ 129.00
$ 65,390.10
23
4020
STORM SEWER, TRENCHED, RCP, CLASS III,
58IN. X91IN.
LF
12.0
$ 615.00
$ 7,380.00
24
4020
STORM SEWER, TRENCHED, RCP, CLASS III,
68 IN. X 106 IN.
LF
12.0
$ 725.00
$ 8,700.00
25
4020
STORM SEWER, TRENCHED, PVC, 6 IN.
LF
6.0
$ 285.00
$ 1,710.00
26
4020
REMOVAL OF STORM SEWER, RCP, LESS
THAN 36 IN.
LF
7646.0
$ 9.00
$ 68,814.00
27
4020
REMOVAL OF STORM SEWER, RCP,
GREATER THAN 36 IN.
LF
1447.0
$ 21.00
$ 30,387.00
28
4020
STORM SEWER ABANDONMENT, PLUG AND
FILL, GREATER THAN 36 IN.
LF
105.0
$ 118.00
$ 12,390.00
29
4040
SUBDRAIN, TYPE S, 6 IN.
LF
11837.7
$ 11.75
$ 139,092.98
30
4040
SUBDRAIN OUTLETS AND CONNECTIONS,
EXISTING SUBDRAIN, 6 IN.
EACH
27.0
$ 825.00
$ 22,275.00
Item
No.
Spec Section
Item
Unit
Quantities
Unit Bid Price
Total Bid Price
31
4040
SUBDRAIN OUTLETS AND CONNECTIONS,
DR-303, 6 IN.
EACH
99.0
$ 220.00
$ 21,780.00
32
5010
WATER MAIN, TRENCHED, DUCTILE IRON
PIPE (DIP), 4 IN, NITRILE GASKETS
LF
9.0
$ 95.00
$ 855.00
33
5010
WATER MAIN, TRENCHED, DUCTILE IRON
PIPE (DIP), 6 IN, NITRILE GASKETS
LF
95.4
$ 95.00
$ 9,063.00
34
5010
WATER MAIN, TRENCHED, DUCTILE IRON
PIPE (DIP), 8 IN, NITRILE GASKETS
LF
102.8
$ 95.00
$ 9,766.00
35
5010
WATER MAIN, TRENCHED, DUCTILE IRON
PIPE (DIP), 12 IN, NITRILE GASKETS
LF
103.2
$ 125.00
$ 12,900.00
36
5010
WATER MAIN, TRENCHED, DUCTILE IRON
PIPE (DIP), 16 IN, NITRILE GASKETS
LF
7.0
$ 600.00
$ 4,200.00
37
5010
WATER MAIN, TRENCHED, DUCTILE IRON
PIPE (DIP), 20 IN, NITRILE GASKETS
LF
4.0
$ 1,000.00
$ 4,000.00
38
5010
WATER MAIN, TRENCHLESS, DUCTILE
IRON PIPE (DIP), 8 IN, NITRILE GASKETS,
INTEGRAL RESTRAINED JOINTS
LF
116.5
$ 140.00
$ 16,310.00
39
5010
WATER MAIN, TRENCHLESS, DUCTILE
IRON PIPE (DIP), 12 IN, NITRILE GASKETS,
INTEGRAL RESTRAINED JOINTS
LF
1710.4
$ 155.00
$ 265,112.00
40
5010
WATER MAIN, TRENCHLESS, DUCTILE
IRON PIPE (DIP), 6 IN, NITRILE GASKETS,
INTEGRAL RESTRAINED JOINTS WITH
CASING PIPE
LF
72.0
$ 500.00
$ 36,000.00
41
5010
WATER MAIN, TRENCHLESS, DUCTILE
IRON PIPE (DIP), 8 IN, NITRILE GASKETS,
INTEGRAL RESTRAINED JOINTS WITH
CASING PIPE
LF
289.3
$ 550.00
$ 159,115.00
42
5010
WATER MAIN, TRENCHLESS, DUCTILE
IRON PIPE (DIP), 12 IN, NITRILE GASKETS,
INTEGRAL RESTRAINED JOINTS WITH
CASING PIPE
LF
320.8
$ 930.00
$ 298,344.00
43
5010
FITTINGS BY COUNT, DUCTILE IRON, 4 IN,
22 1/2° ELBOW
EACH
1.0
$ 400.00
$ 400.00
44
5010
EACH
I.0
$ 300.00
$ 300.00
FITTINGS BY COUNT, DUCTILE IRON, 6 IN,
MJ CAP
45
5010
FITTINGS BY COUNT, DUCTILE IRON, 6 IN,
45° ELBOW
EACH
8.0
$ 470.00
$ 3,760.00
46
5010
FITTINGS BY COUNT, DUCTILE IRON, 6 IN X
8 IN, REDUCER
EACH
1.0
$ 250.00
$ 250.00
47
5010
EACH
1.0
$ 350.00
$ 350.00
FITTINGS BY COUNT, DUCTILE IRON, 8 IN,
MJ CAP
48
5010
EACH
6.0
$ 500.00
$ 3,000.00
FITTINGS BY COUNT, DUCTILE IRON, 8 IN,
45° ELBOW
49
5010
FITTINGS BY COUNT, DUCTILE IRON, 12 IN,
MJ CAP
EACH
2.0
$ 450.00
$ 900.00
50
5010
EACH
6.0
$ 725.00
$ 4,350.00
FITTINGS BY COUNT, DUCTILE IRON, 12 IN,
90° ELBOW
51
5010
EACH
9.0
$ 725.00
$ 6,525.00
FITTINGS BY COUNT, DUCTILE IRON, 12 IN,
45° ELBOW
52
5010
EACH
4.0
$ 1,250.00
$ 5,000.00
FITTINGS BY COUNT, DUCTILE IRON, 12 IN,
TEE
Item
No.
Spec Section
Item
Unit
Quantities
Unit Bid Price
Total Bid Price
53
5010
FITTINGS BY COUNT, DUCTILE IRON, 12 IN
X4IN, TEE
EACH
1.0
$ 1,175.00
$ 1,175.00
54
5010
EACH
2.0
$ 1,200.00
$ 2,400.00
FITTINGS BY COUNT, DUCTILE IRON, 12 IN
X 6 IN, TEE
55
5010
FITTINGS BY COUNT, DUCTILE IRON, 12 IN
X8IN, TEE
EACH
2.0
$ 1,225.00
$ 2,450.00
56
5010
FITTINGS BY COUNT, DUCTILE IRON, 12 IN
X 8 IN, REDUCER
EACH
1.0
$ 500.00
$ 500.00
57
5010
EACH
1.0
$ 650.00
$ 650.00
FITTINGS BY COUNT, DUCTILE IRON, 16 IN,
MJ CAP
58
5010
FITTINGS BY COUNT, DUCTILE IRON, 16 IN
X 12 IN, REDUCER
EACH
2.0
$ 1,150.00
$ 2,300.00
59
5010
FITTINGS BY COUNT, DUCTILE IRON, 16 IN
X 20 IN, REDUCER
EACH
I.0
$ 2,100.00
$ 2,100.00
60
5010
FITTING BY COUNT, DUCTILE IRON, 4 IN, RJ
LONG SLEEVE
EACH
1.0
$ 350.00
$ 350.00
61
5010
EACH
5.0
$ 425.00
$ 2,125.00
FITTING BY COUNT, DUCTILE IRON, 6 IN, RJ
LONG SLEEVE
62
5010
FITTING BY COUNT, DUCTILE IRON, 8 IN, RJ
LONG SLEEVE
EACH
3.0
$ 450.00
$ 1,350.00
63
5010
FITTING BY COUNT, DUCTILE IRON, 12 IN,
RJ LONG SLEEVE
EACH
6.0
$ 700.00
$ 4,200.00
64
5010
EACH
2.0
$ 1,200.00
$ 2,400.00
FITTING BY COUNT, DUCTILE IRON, 16 IN,
RJ LONG SLEEVE
65
5010
FITTING BY COUNT, DUCTILE IRON, 20 IN,
RJ LONG SLEEVE
EACH
1.0
$ 1,800.00
$ 1,800.00
66
5010
WATER SERVICE STUB, COPPER, 1 IN
LF
10.0
$ 250.00
$ 2,500.00
67
5010
WATER SERVICE STUB, COPPER, 1 1/2 IN
LF
105.0
$ 50.00
$ 5,250.00
68
5020
VALVE, GATE, DIP, 4 IN
EACH
1.0
$ 950.00
$ 950.00
69
5020
VALVE, GATE, DIP, 6 IN
EACH
3.0
$ 1,250.00
$ 3,750.00
70
5020
VALVE, GATE, DIP, 8 IN
EACH
4.0
$ 1,500.00
$ 6,000.00
71
5020
VALVE, GATE, DIP, 12 IN
EACH
16.0
$ 2,300.00
$ 36,800.00
72
5020
FIRE HYDRANT
EACH
4.0
$ 5,300.00
$ 21,200.00
73
5020
FIRE HYDRANT ASSEMBLY REMOVAL
EACH
2.0
$ 1,000.00
$ 2,000.00
74
6010
MANHOLE, SW-402
EACH
5.0
$ 3,550.00
$ 17,750.00
75
6010
MANHOLE, SW-403
EACH
6.0
$ 5,425.00
$ 32,550.00
76
6010
MANHOLE, SPECIAL 1
EACH
2.0
$ 14,150.00
$ 28,300.00
77
6010
MANHOLE, SPECIAL 2
EACH
1.0
$ 13,500.00
$ 13,500.00
78
6010
INTAKE, MODIFIED SW-501
EACH
1.0
$ 4,150.00
$ 4,150.00
79
6010
INTAKE, MODIFIED SW-508
EACH
9.0
$ 5,900.00
$ 53,100.00
80
6010
EACH
6.0
$ 7,150.00
$ 42,900.00
INTAKE, MODIFIED SW-510
81
6010
INTAKE, SW-507
EACH
7.0
$ 4,700.00
$ 32,900.00
82
6010
INTAKE, SW-508
EACH
5.0
$ 5,600.00
$ 28,000.00
83
6010
INTAKE, SW-509
EACH
6.0
$ 6,050.00
$ 36,300.00
84
6010
INTAKE, SW-510
EACH
3.0
$ 7,300.00
$ 21,900.00
85
6010
INTAKE, SW-511
EACH
1.0
$ 3,700.00
$ 3,700.00
86
2435
INTAKE, SW-545
EACH
10.0
$ 5,400.00
$ 54,000.00
87
6010
MANHOLE OR INTAKE ADJUSTMENT,
MINOR
EACH
8.0
$ 525.00
$ 4,200.00
88
6010
CONNECTION TO EXISTING MANHOLE OR
INTAKE
EACH
15.0
$ 975.00
$ 14,625.00
89
6010
REMOVALS, MANHOLE OR INTAKE
EACH
60.0
$ 410.00
$ 24,600.00
Item
No.
Spec Section
Item
Unit
Quantities
Unit Bid Price
Total Bid Price
90
7010
STANDARD OR SLIP FORM PORTLAND
CEMENT CONCRETE PAVEMENT, CLASS C-
SUD, CLASS 3 DURABILITY, 8.5 IN.
SY
497.9
$ 45.80
$ 22,803.82
91
7010
STANDARD OR SLIP FORM PORTLAND
CEMENT CONCRETE PAVEMENT, CLASS C-
SUD, CLASS 3 DURABILITY, 10 IN.
SY
41320.9
$ 41.60
$ 1,718,949.44
92
2304
TEMPORARY PAVEMENT
SY
1773.9
$ 42.00
$ 74,503.80
93
2304
TRANSITION PAVEMENT
SY
878.5
$ 51.35
$ 45,110.98
94
7010
CURB AND GUTTER, SLOPED, VAR., 10 IN.
LF
1276.0
$ 24.65
$ 31,453.40
95
7010
ICAURB AND GUTTER, STANDARD, VAR., 10
LF
103.5
$ 28.40
$ 2,939.40
96
7010
CONCRETE MEDIAN
SY
261.1
$ 41.75
$ 10,900.93
97
7010
LINSEED OIL SURFACE TREATMENT OF
PCC PAVING AND CURB AND GUTTER
SY
8264.2
$ 0.50
$ 4,132.10
98
7030
REMOVAL OF SIDEWALK, SHARED USE
PATH, OR DRIVEWAY
SY
682.2
$ 4.50
$ 3,069.90
99
7030
SHARED USE PATHS, PCC, 6 IN.
SY
5128.0
$ 32.00
$ 164,096.00
100
7030
PCC SIDEWALK, PCC, 4 IN.
SY
2180.0
$ 33.40
$ 72,812.00
101
7030
PCC SIDEWALK, PCC, 6 IN.
SY
129.9
$ 60.00
$ 7,794.00
102
TECHNICAL
400
STANDARD PORTLAND CEMENT COLORED
CONCRETE PAVEMENT, CLASS C-4, CLASS 3
DURABILITY, 6 IN.
SY
2516.9
$ 108.00
$ 271,825.20
103
TECHNICAL
400
STANDARD PORTLAND CEMENT COLORED
CONCRETE PAVEMENT, CLASS C-4, CLASS 3
DURABILITY, 10 IN.
SY
1177.3
$ 130.50
$ 153,637.65
104
7030
DETECTABLE WARNINGS, CAST IRON
SF
532.0
$ 30.00
$ 15,960.00
105
7030
DRIVEWAYS, PCC, 6 IN.
SY
527.5
$ 38.00
$ 20,045.00
106
7040
FULL DEPTH PATCHES, HMA
SY
260.6
$ 99.15
$ 25,838.49
107
7040
REMOVAL OF PAVEMENT
SY
55425.0
$ 4.50
$ 249,412.50
108
7040
CURB AND GUTTER REMOVAL
LF
1552.5
$ 2.50
$ 3,881.25
109
7040
SAWCUT FOR REMOVALS
LF
6895.8
$ 5.50
$ 37,926.90
110
8010
TRAFFIC SIGNAL
EACH
4.0
$ 210,000.00
$ 840,000.00
111
8010
TRAFFIC SIGNAL REMOVAL
EACH
4.0
$ 2,000.00
$ 8,000.00
112
8010
TEMPORARY TRAFFIC SIGNAL
EACH
4.0
$ 12,500.00
$ 50,000.00
113
8030
TRAFFIC CONTROL
LS
1.0
$ 40,000.00
$ 40,000.00
114
2523
LIGHT POLES
EACH
64.0
$ 4,500.00
$ 288,000.00
115
2523
ELECTRICAL CIRCUITS
LF
11561.0
$ 9.50
$ 109,829.50
116
8010
HANDHOLES AND JUNCTION BOXES
EACH
33.0
$ 950.00
$ 31,350.00
117
2523
CONTROL CABINET
EACH
2.0
$ 5,800.00
$ 11,600.00
118
2528
FLAGGER
EACH
5.0
$ 450.00
$ 2,250.00
119
8020
PAINTED PAVEMENT MARKINGS, SOLVENT
WATERBORNE
STA
621.7
$ 45.00
$ 27,976.50
120
8020
WET, RETROREFLECTIVE REMOVABLE
TAPE MARKINGS
STA
756.1
$ 105.00
$ 79,390.50
121
8020
PAVEMENT MARKINGS REMOVED
STA
404.3
$ 45.00
$ 18,193.50
122
8020
SYMBOLS AND LEGENDS REMOVED
EACH
18.0
$ 100.00
$ 1,800.00
123
2401
REMOVAL OF CONCRETE FOOTINGS OF
LIGHT POLES
EACH
52.0
$ 500.00
$ 26,000.00
124
2505
REMOVAL OF STEEL BEAM GUARDRAIL
LF
64.0
$ 45.00
$ 2,880.00
125
2505
STEEL BEAM GUARDRAIL
LF
87.5
$ 25.00
$ 2,187.50
126
2505
STEEL BEAM GUARDRAIL END ANCHOR, W
BEAM
EACH
1.0
$ 1,500.00
$ 1,500.00
Item
No.
Spec Section
Item
Unit
Quantities
Unit Bid Price
Total Bid Price
127
2505
STEEL BEAM GUARDRAIL TANGENT END
TERMINAL, BA-205
EACH
1.0
$ 3,000.00
$ 3,000.00
128
2518
SAFETY CLOSURE
EACH
44.0
$ 125.00
$ 5,500.00
129
2524
REMOVE AND REINSTALL SIGN AS PER
PLAN
EACH
12.0
$ 85.00
$ 1,020.00
130
2524
REMOVAL OF TYPE A SIGN ASSEMBLY
EACH
71.0
$ 25.00
$ 1,775.00
131
2524
PERFORATED SQUARE STEEL TUBE POSTS
LF
846.0
$ 5.75
$ 4,864.50
132
2524
PERFORATED SQUARE STEEL TUBE POST
ANCHOR, BREAK-AWAY SOIL
INSTALLATION
EACH
64.0
$ 60.00
$ 3,840.00
133
2524
TYPE A SIGNS, SHEET ALUMINUM
SF
571.0
$ 15.50
$ 8,850.50
134
2524
TEMPORARY BUSINESS ACCESS SIGNS
EACH
24.0
$ 150.00
$ 3,600.00
135
2528
TEMPORARY BARRIER RAIL, CONCRETE
LF
2183.9
$ 8.00
$ 17,471.20
136
2528
TEMPORARY FLOODLIGHTING LUMINAIRE
EACH
12.0
$ 1,100.00
$ 13,200.00
137
2528
TEMPORARY LANE SEPARATION SYSTEM
LF
1367.3
$ 8.00
$ 10,938.40
138
2528
PORTABLE DYNAMIC MESSAGE SIGN
CDAY
110.0
$ 40.00
$ 4,400.00
139
9010
TEMPORARY SEEDING
ACRE
2.0
$ 1,742.40
$ 3,484.80
140
9040
SWPPP MANAGEMENT
LS
1.0
$ 12,500.00
$ 12,500.00
141
9010
SEEDING, FERTILIZING, AND MULCHING
FOR HYDRAULIC SEEDING
ACRE
10.0
$ 3,920.40
$ 39,204.00
142
9040
SILT FENCE OR SILT FENCE DITCH CHECK
INSTALLATION
LF
2363.0
$ 2.50
$ 5,907.50
143
9040
REMOVAL OF SILT FENCE OR SILT FENCE
DITCH CHECK
LF
2363.0
$ 0.25
$ 590.75
144
9040
ROLLED EROSION CONTROL PRODUCT,
TYPE II
SQ
104.0
$ 170.00
$ 17,680.00
145
2601
MOWING
ACRE
5.0
$ 201.25
$ 1,006.25
146
9040
TEMPORARY INTAKE OR MANHOLE COVER
ASSEMBLY
EACH
23.0
$ 60.15
$ 1,383.45
147
9040
MAINTENANCE OF TEMPORARY INTAKE
OR MANHOLE COVER ASSEMBLY
EACH
23.0
$ 25.00
$ 575.00
148
9040
OPEN-THROAT CURB INTAKE SEDIMENT
FILTER
LF
61.0
$ 135.00
$ 8,235.00
149
9040
MAINTENANCE OF OPEN-THROAT CURB
INTAKE SEDIMENT FILTER
EACH
61.0
$ 25.00
$ 1,525.00
150
9040
GRATE INTAKE SEDIMENT FILTER BAG
EACH
3.0
$ 135.00
$ 405.00
151
9040
MAINTENANCE OF GRATE INTAKE
SEDIMENT FILTER BAG
EACH
3.0
$ 25.00
$ 75.00
152
9060
CHAIN LINK FENCE, 72 IN.
LF
311.0
$ 23.75
$ 7,386.25
153
9060
GATES, 72 IN., 16 LF
EACH
1.0
$ 750.00
$ 750.00
154
9060
REMOVAL OF FENCE
LF
330.9
$ 6.94
$ 2,296.45
155
9060
CHAIN LINK FENCE, TEMPORARY
LF
330.9
$ 10.13
$ 3,352.02
156
9070
MODULAR BLOCK RETAINING WALL
SF
1736.5
$ 22.79
$ 39,574.84
157
11020
MOBILIZATION
LS
1.0
$ 800,000.00
$ 800,000.00
158
11030
RELOCATION OF MAILBOXES
LS
1.0
$ 500.00
$ 500.00
159
11050
CONCRETE WASHOUT
LS
1.0
$ 5,000.00
$ 5,000.00
160
ECHNICAL 4(
LANDSCAPING
LS
1.0
$ 275,000.00
$ 275,000.00
161
9010
WATERING
MGAL
100.0
$ 145.00
$ 14,500.00
Total Bid
$8,978,740.40
Revised per Addendum No. 4 - 02/13/18
FORM OF BID OR PROPOSAL
FY 2018 UNIVERSITY AVENUE RECONSTRUCTION - PHASE 1
CONTRACT NO. 933
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 V/4 , a
Partnership consisting of the following partners:
having familiarized (himself) (themselves) (itself) with the existing conditions on the project area
affecting the cost of the work, and with all the contract documents listed in the Table of Contents and
Addenda (if any), as prepared by the City Engineer of the City of Waterloo now on file in the office of
the City Clerk, City Hall, Waterloo, Iowa, hereby proposes to furnish all supervision, technical
personnel, labor, materials, machinery, tools, appurtenances, equipment, and services, including
utility and transportation services required to construct and complete this FY 2018 UNIVERSITY
AVENUE RECONSTRUCTION — PHASE 1, Contract No. 933, all in accordance with the above -
listed documents and for the unit prices for work in place for the following items and quantities:
FY 2018 UNIVERSITY AVENUE RECONSTRUCTION - PHASE 1
CITY CONTRACT NO. 933
ITEM
NO.
ITEM CODE
ITEM
UNIT
EST.
QTY.
UNIT BID
PRICE
TOTAL BID
PRICE
1
2010
CLEARING AND GRUBBING
UNIT
44.0
$
$
2
2010
ON-SITE TOPSOIL
CY
3798.0
$
$
3
2010
TOPSOIL, CONTRACTOR FURNISH
CY
2491.0
$
$
4
2010
EXCAVATION, CLASS 10, ROADWAY AND
BORROW
CY
12788.0
$
$
5
2010
EXCAVATION, CLASS 10, UNSUITABLE OR
UNSTABLE MATERIAL
CY
4842.0
$
$
6
2010
EXCAVATION, CLASS 10, WASTE
CY
12782.0
$
$
7
2010
EXCAVATION, CLASS 13
CY
65.0
$
$
8
2010
SUBGRADE PREPARATION, 12 IN.
SY
43545.2
$
$
9
2010
SUBGRADE TREATMENT, GEOTEXTILE
SY
2066.0
$
$
10
2010
SUBBASE, MODIFIED
CY
16925.9
$
$
11
2010
REMOVALS, STRUCTURES
EACH
20.0
$
$
12
3010
REPLACEMENT OF UNSUITABLE BACKFILL
MATERIAL
CY
500.0
$
$
13
4020
STORM SEWER, TRENCHED, RCP,
CLASS III, 15 IN.
LF
1307.4
$
$
14
4020
STORM SEWER, TRENCHED, RCP,
CLASS 111, 18 IN.
LF
1201.8
$
$
15
4020
STORM SEWER, TRENCHED, RCP,
CLASS III, 24 IN.
LF
2524.9
$
$
FORM OF BID
AECOM #60528991
FB -1 of 8 FY 2018 University Avenue Reconstruction - Phase I
Waterloo, Iowa
City Contract No. 933
Revised per Addendum No. 4 - 02/13/18
ITEMITEM
NO.
CODE
ITEM
UNIT
EST.
QTY.
UNIT BID
PRICE
TOTAL BID
PRICE
16
4020
STORM SEWER, TRENCHED, RCP,
CLASS III, 30 IN.
LF
1158.5
$
$
17
4020
STORM SEWER, TRENCHED, RCP,
CLASS III, 36 IN.
LF
770.0
$
$
18
4020
STORM SEWER, TRENCHED, RCP,
CLASS III, 42 IN.
LF
476.7
$
$
19
4020
STORM SEWER, TRENCHED, RCP,
CLASS III, 48 IN.
LE
397.4
$
$
20
4020
STORM SEWER, TRENCHED, RCP,
CLASS III, 60 IN.
LF
66.8
$
$
21
4020
STORM SEWER, TRENCHED, RCP,
CLASS III, 44 IN. X 27 IN.
LE
626.4
$
$
22
4020
STORM SEWER, TRENCHED, RCP,
CLASS III, 52 IN. X 32 IN.
LF
506.9
$
$
23
4020
STORM SEWER, TRENCHED, RCP,
CLASS III, 58 IN. X 91 IN.
LF
12.0
$
$
24
4020
STORM SEWER, TRENCHED, RCP,
CLASS III, 68 IN. X 106 IN.
LF
12.0
$
$
25
4020
STORM SEWER, TRENCHED, PVC, 6 IN.
LF
6.0
$
$
26
4020
REMOVAL OF STORM SEWER, RCP, LESS
THAN 36 IN.
LF
7646.0
$
$
27
4020
REMOVAL OF STORM SEWER, RCP,
GREATER THAN 36 IN.
LF
1447.0
$
$
28
4020
STORM SEWER ABANDONMENT, PLUG
AND FILL, GREATER THAN 36 IN.
LF
105.0
$
$
29
4040
SUBDRAIN, TYPE S, 6 IN.
LF
11837.7
$
$
30
4040
SUBDRAIN OUTLETS AND CONNECTIONS,
EXISTING SUBDRAIN, 6 IN.
EACH
27.0
$
$
31
4040
SUBDRAIN OUTLETS AND CONNECTIONS,
DR -303, 6 IN.
EACH
99.0
$
$
32
5010
WATER MAIN, TRENCHED, DUCTILE IRON
PIPE (DIP), 4 IN, NITRILE GASKETS
LF
9.0
$
$
33
5010
WATER MAIN, TRENCHED, DUCTILE IRON
PIPE (DIP), 6 IN, NITRILE GASKETS
LF
95.4
$
$
34
5010
WATER MAIN, TRENCHED, DUCTILE IRON
PIPE (DIP), 8 IN, NITRILE GASKETS
LE
102.8
$
$
35
5010
WATER MAIN, TRENCHED, DUCTILE IRON
PIPE (DIP), 12 IN, NITRILE GASKETS
LF
103.2
$
$
36
5010
WATER MAIN, TRENCHED, DUCTILE IRON
PIPE (DIP), 16 IN, NITRILE GASKETS
LF
7.0
$
$
37
5010
WATER MAIN, TRENCHED, DUCTILE IRON
PIPE (DIP), 20 IN, NITRILE GASKETS
LF
4.0
$
$
38
5010
WATER MAIN, TRENCHLESS, DUCTILE
IRON PIPE (DIP), 8 IN, NITRILE GASKETS,
INTEGRAL RESTRAINED JOINTS
LF
116.5
$
$
39
5010
WATER MAIN, TRENCHLESS, DUCTILE
IRON PIPE (DIP), 12 IN, NITRILE GASKETS,
INTEGRAL RESTRAINED JOINTS
LF
1710.4
$
$
FORM OF BID
AECOM #60528991
FB -2 of 8 FY 2018 University Avenue Reconstruction - Phase I
Waterloo, Iowa
City Contract No. 933
Revised per Addendum No. 4- 02/13/18
ITEM
NO.
ITEM CODE
ITEM
UNIT
EST.
QTY.
UNIT BID
PRICE
TOTAL BID
PRICE
40
5010
WATER MAIN, TRENCHLESS, DUCTILE
IRON PIPE (DIP), 6 IN, NITRILE GASKETS,
INTEGRAL RESTRAINED JOINTS WITH
CASING PIPE
LF
72.0
$
$
41
5010
WATER MAIN, TRENCHLESS, DUCTILE
IRON PIPE (DIP), 8 IN, NITRILE GASKETS,
INTEGRAL RESTRAINED JOINTS WITH
CASING PIPE
LF
289.3
$
$
42
5010
WATER MAIN, TRENCHLESS, DUCTILE
IRON PIPE (DIP), 12 IN, NITRILE GASKETS,
INTEGRAL RESTRAINED JOINTS WITH
CASING PIPE
LF
320.8
$
$
43
5010
FITTINGS BY COUNT, DUCTILE IRON, 4 IN,
22 1/2° ELBOW
EACH
1.0
$
$
44
5010
FITTINGS BY COUNT, DUCTILE IRON, 6 IN,
MJ CAP
EACH
1.0
$
$
45
5010
FITTINGS BY COUNT, DUCTILE IRON, 6 IN,
45° ELBOW
EACH
8.0
$
$
46
5010
FITTINGS BY COUNT, DUCTILE IRON,
6 IN X 8 IN, REDUCER
EACH
1.0
$
$
47
5010
FITTINGS BY COUNT, DUCTILE IRON,
8 IN, MJ CAP
EACH
1.0
$
$
48
5010
FITTINGS BY COUNT, DUCTILE IRON,
8 IN, 45° ELBOW
EACH
6.0
$
$
49
5010
FITTINGS BY COUNT, DUCTILE IRON,
12 IN, MJ CAP
EACH
2.0
$
$
50
5010
FITTINGS BY COUNT, DUCTILE IRON,
12 IN, 90° ELBOW
EACH
6.0
$
$
51
5010
FITTINGS BY COUNT, DUCTILE IRON,
12 IN, 45° ELBOW
EACH
9.0
$
$
52
5010
FITTINGS BY COUNT, DUCTILE IRON,
12 IN, TEE
EACH
4.0
$
$
53
5010
FITTINGS BY COUNT, DUCTILE IRON,
12 IN X 4 IN, TEE
EACH
1.0
$
$
54
5010
FITTINGS BY COUNT, DUCTILE IRON,
12 IN X6IN, TEE
EACH
2.0
$
$
55
5010
FITTINGS BY COUNT, DUCTILE IRON,
12 IN X8IN, TEE
EACH
2.0
$
$
56
5010
FITTINGS BY COUNT, DUCTILE IRON,
12 IN X 8 IN, REDUCER
EACH
1.0
$
$
57
5010
FITTINGS BY COUNT, DUCTILE IRON,
16 IN, MJ CAP
EACH
1.0
$
$
58
5010
FITTINGS BY COUNT, DUCTILE IRON,
16 IN X 12 IN, REDUCER
EACH
2.0
$
$
59
5010
FITTINGS BY COUNT, DUCTILE IRON,
16 IN X 20 IN, REDUCER
EACH
1.0
$
$
60
5010
FITTING BY COUNT, DUCTILE IRON,
4IN, RJ LONG SLEEVE
EACH
1.0
$
$
61
5010
FITTING BY COUNT, DUCTILE IRON,
6 IN, RJ LONG SLEEVE
EACH
5.0
$
$
FORM OF BID
AECOM #60528991
FB -3 of 8 FY 2018 University Avenue Reconstruction - Phase I
Waterloo, Iowa
City Contract No. 933
Revised per Addendum No. 4 - 02113/18
ITEM
NO.
ITEM CODE
ITEM
UNIT
EST.
QTY.
UNIT BID
PRICE
TOTAL BID
PRICE
62
5010
FITTING BY COUNT, DUCTILE IRON,
8 IN, RJ LONG SLEEVE
EACH
3.0
$
$
63
5010
FITTING BY COUNT, DUCTILE IRON,
12 IN, RJ LONG SLEEVE
EACH
6.0
$
$
64
5010
FITTING BY COUNT, DUCTILE IRON,
16 IN, RJ LONG SLEEVE
EACH
2.0
$
$
65
5010
FITTING BY COUNT, DUCTILE IRON,
20 IN, RJ LONG SLEEVE
EACH
1.0
$
$
66
5010
WATER SERVICE STUB, COPPER, 1 IN
LF
10.0
$
$
67
5010
WATER SERVICE STUB, COPPER,
1-1/2 IN
LF
105.0
$
$
68
5020
VALVE, GATE, DIP, 4 IN
EACH
1.0
$
$
69
5020
VALVE, GATE, DIP, 6 IN
EACH
3.0
$
$
70
5020
VALVE, GATE, DIP, 8 IN
EACH
4.0
$
$
71
5020
VALVE, GATE, DIP, 12 IN
EACH
16.0
$
$
72
5020
FIRE HYDRANT
EACH
4.0
$
$
73
5020
FIRE HYDRANT ASSEMBLY REMOVAL
EACH
2.0
$
$
74
6010
MANHOLE, SW -402
EACH
5.0
$
$
75
6010
MANHOLE, SW -403
EACH
6.0
$
$
76
6010
MANHOLE, SPECIAL 1
EACH
2.0
$
$
77
6010
MANHOLE, SPECIAL 2
EACH
1.0
$
$
78
6010
INTAKE, MODIFIED SW -501
EACH
1.0
$
$
79
6010
INTAKE, MODIFIED SW -508
EACH
9.0
$
$
80
6010
INTAKE, MODIFIED SW -510
EACH
6.0
$
$
81
6010
INTAKE, SW -507
EACH
7.0
$
$
82
6010
INTAKE, SW -508
EACH
5.0
$
$
83
6010
INTAKE, SW -509
EACH
6.0
$
$
84
6010
INTAKE, SW -510
EACH
3.0
$
$
85
6010
INTAKE, SW -511
EACH
1.0
$
$
86
2435
INTAKE, SW -545
EACH
10.0
$
$
87
6010
MANHOLE OR INTAKE ADJUSTMENT,
MINOR
EACH
8.0
$
$
88
6010
CONNECTION TO EXISTING MANHOLE OR
INTAKE
EACH
15.0
$
$
89
6010
REMOVALS, MANHOLE OR INTAKE
EACH
60.0
$
$
90
7010
STANDARD OR SLIP FORM PORTLAND
CEMENT CONCRETE PAVEMENT, CLASS
C-SUD, CLASS 3 DURABILITY, 8.5 IN.
SY
497.9
$
$
91
7010
STANDARD OR SLIP FORM PORTLAND
CEMENT CONCRETE PAVEMENT, CLASS
C-SUD, CLASS 3 DURABILITY, 10 IN.
SY
41320.9
$
$
92
2304
TEMPORARY PAVEMENT
SY
1773.9
$
$
93
2304
TRANSITION PAVEMENT
SY
878.5
$
$
FORM OF BID
AECOM #60528991
FB -4 of 8 FY 2018 University Avenue Reconstruction - Phase I
Waterloo, Iowa
City Contract No. 933
Revised per Addendum No. 4- 02./13/18
ITEM
NO.
ITEM CODE
ITEM
UNIT
EST.
QTY.
UNIT BID
PRICE
TOTAL BID
PRICE
94
7010
CURB AND GUTTER, SLOPED, VAR., 10 IN.
LF
1276.0
$
$
95
7010
CURB AND GUTTER, STANDARD, VAR.,
101N.
LF
103.5
$
$
96
7010
CONCRETE MEDIAN
SY
261.1
$
$
97
7010
LINSEED OIL SURFACE TREATMENT OF
PCC PAVING AND CURB AND GUTTER
SY
8264.2
$
$
98
7030
REMOVAL OF SIDEWALK, SHARED USE
PATH, OR DRIVEWAY
SY
682.2
$
$
99
7030
SHARED USE PATHS, PCC, 6 IN.
SY
5128.0
$
$
100
7030
PCC SIDEWALK, PCC, 4 IN.
SY
2180.0
$
$
101
7030
PCC SIDEWALK, PCC, 6IN.
SY
129.9
$
$
102
TECHNICAL 400
STANDARD PORTLAND CEMENT COLORED
CONCRETE PAVEMENT, CLASS Cal,
CLASS 3 DURABILITY, 6 IN.
SY
2516.9
$
$
103
TECHNICAL 400
STANDARD PORTLAND CEMENT COLORED
CONCRETE PAVEMENT, CLASS 04,
CLASS 3 DURABILITY, 10 IN.
SY
1177.3
$
$
104
7030
DETECTABLE WARNINGS, CAST IRON
SF
532.0
$
$
105
7030
DRIVEWAYS, PCC, 6 IN.
SY
527.5
$
$
106
7040
FULL DEPTH PATCHES, HMA
SY
260.6
$
$
107
7040
REMOVAL OF PAVEMENT
SY
55425.0
$
$
108
7040
CURB AND GUTTER REMOVAL
LF
1552.5
$
$
109
7040
SAWCUT FOR REMOVALS
LF
6895.8
$
$
110
8010
TRAFFIC SIGNAL
EACH
4.0
$
$
111
8010
TRAFFIC SIGNAL REMOVAL
EACH
4.0
$
$
112
8010
TEMPORARY TRAFFIC SIGNAL
EACH
4.0
$
$
113
8030
TRAFFIC CONTROL
LS
1.0
$
$
114
2523
LIGHT POLES
EACH
64.0
$
$
115
2523
ELECTRICAL CIRCUITS
LF
11561.0
$
$
116
8010
HANDHOLES AND JUNCTION BOXES
EACH
33.0
$
$
117
2523
CONTROL CABINET
EACH
2.0
$
$
118
2528
FLAGGER
EACH
5.0
$
$
119
8020
PAINTED PAVEMENT MARKINGS, SOLVENT
WATERBORNE
STA
621.7
$
$
120
8020
WET, RETROREFLECTIVE REMOVABLE
TAPE MARKINGS
STA
756.1
$
$
121
8020
PAVEMENT MARKINGS REMOVED
STA
404.3
$
$
122
8020
SYMBOLS AND LEGENDS REMOVED
EACH
18.0
$
$
123
2401
REMOVAL OF CONCRETE FOOTINGS OF
LIGHT POLES
EACH
52.0
$
$
124
2505
REMOVAL OF STEEL BEAM GUARDRAIL
LF
64.0
$
$
125
2505
STEEL BEAM GUARDRAIL
LF
87.5
$
$
FORM OF BID
AECOM #60528991
FB -5 of 8 FY 2018 University Avenue Reconstruction - Phase I
Waterloo, Iowa
City Contract No. 933
Revised per Addendum No. 4 - 02/1348
ITEM
NO.
ITEM CODE
ITEM
UNIT
EST.
QTY.
UNIT BID
PRICE
TOTAL BID
PRICE
126
2505
STEEL BEAM GUARDRAIL END ANCHOR,
W -BEAM
EACH
1.0
$
$
127
2505
STEEL BEAM GUARDRAIL TANGENT END
TERMINAL, BA -205
EACH
1.0
$
$
128
2518
SAFETY CLOSURE
EACH
44.0
$
$
129
2524
REMOVE AND REINSTALL SIGN AS PER
EACH
12.0
$
$
130
2524
REMOVAL OF TYPE A SIGN ASSEMBLY
EACH
71.0
$
$
131
2524
PERFORATED SQUARE STEEL TUBE
POSTS
LF
846.0
$
$
132
2524
PERFORATED SQUARE STEEL TUBE POST
ANCHOR, BREAK -AWAY SOIL
INSTALLATION
EACH
64.0
$
$
133
2524
TYPE A SIGNS, SHEET ALUMINUM
SF
571.0
$
$
134
2524
TEMPORARY BUSINESS ACCESS SIGNS
EACH
24.0
$
$
135
2528
TEMPORARY BARRIER RAIL, CONCRETE
LF
2183.9
$
$
136
2528
TEMPORARY FLOODLIGHTING LUMINAIRE
EACH
12.0
$
$
137
2528
TEMPORARY LANE SEPARATION SYSTEM
LF
1367.3
$
$
138
2528
PORTABLE DYNAMIC MESSAGE SIGN
CDAY
110.0
$
$
139
9010
TEMPORARY SEEDING
ACRE
2.0
$
$
140
9040
SWPPP MANAGEMENT
LS
1.0
$
$
141
9010
SEEDING, FERTILIZING, AND MULCHING
FOR HYDRAULIC SEEDING
ACRE
10.0
$
$
142
9040
SILT FENCE OR SILT FENCE DITCH CHECK
INSTALLATION
LF
2363.0
$
$
143
9040
REMOVAL OF SILT FENCE OR SILT FENCE
DITCH CHECK
LF
2363.0
$
$
144
9040
ROLLED EROSION CONTROL PRODUCT,
TYPE II
SQ
104.0
$
$
145
2601
MOWING
ACRE
5.0
$
$
146
9040
TEMPORARY INTAKE OR MANHOLE
COVER ASSEMBLY
EACH
23.0
$
$
147
9040
MAINTENANCE OF TEMPORARY INTAKE
OR MANHOLE COVER ASSEMBLY
EACH
23.0
$
$
148
9040
OPEN -THROAT CURB INTAKE SEDIMENT
FILTER
LF
61.0
$
$
149
9040
MAINTENANCE OF OPEN -THROAT CURB
INTAKE SEDIMENT FILTER
EACH
61.0
$
$
150
9040
GRATE INTAKE SEDIMENT FILTER BAG
EACH
3.0
$
$
151
9040
MAINTENANCE OF GRATE INTAKE
SEDIMENT FILTER BAG
EACH
3.0
$
$
152
9060
CHAIN LINK FENCE, 72 IN.
LF
311.0
$
$
FORM OF BID
AECOM 1180528991
FB -6 of 8 FY 2018 University Avenue Reconstruction - Phase I
Waterloo, Iowa
City Contract No. 933
Revised per Addendum No. 4 - 02/13/18
ITEMITEM
NO.
CODE
ITEM
UNIT
EST.
QTY.
UNIT BID
PRICE
TOTAL BID
PRICE
153
9060
GATES, 72 IN., 16 LF
EACH
1.0
$
$
154
9060
REMOVAL OF FENCE
LF
330.9
$
$
155
9060
CHAIN LINK FENCE, TEMPORARY
LF
330.9
$
$
156
9070
MODULAR BLOCK RETAINING WALL
SF
1736.5
$
$
157
11020
MOBILIZATION
LS
1.0
$
$
158
11030
RELOCATION OF MAILBOXES
LS
1.0
$
$
159
11050
CONCRETE WASHOUT
LS
1.0
$
$
160
TECHNICAL 400
LANDSCAPING
LS
1.0
$
$
161
9010
WATERING
MGAL
100.0
$
$
TOTAL BID AMOUNT
$ gjg7B,7yo, Lip
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 vQ- r4e477` 4/74a�.tot
Dollars ($ s/ ) in the form of
8i..1 731,174 , 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 Bidders 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 2/8/2018
2 2/9/2018
3 2/12/2018
4 2/13/2018
10. The bidder shall list the MBE/WBE subcontractor(s), amount of subcontracts and bid items on the
City of Waterloo Minority and/or Women Business Pre-bid Contact Information Form submitted with
this Form of Bid or Proposal. The apparent low Bidder shall submit a list of all other Subcontractor(s)
to be used on this Project to the City of Waterloo by 5:00 p.m. the business day following the day
Bids on this Project are due along with the Non -Collusion Affidavits of All Subcontractor(s).
FORM OF BID
AECOM #60528991
FB -7 of 8 FY 2018 University Avenue Reconstruction - Phase I
City Contract No. 933 Waterloo, Iowa
Revised per Addendum No. 4 - 02/13/18
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.
GL hh;nq/,3,n �ohJ�rucTidn GOA =CIG.
(Nam`e of Bidder) (bate)
BY: Title V. 4e -
Official Address: (IncludingZip Code):
/021" �et,7Ier 5-1/"ree-7L
.Si9 5-2)10(3
I.R.S. No. Llz — //275//7
FORM OF BID
AECOM 860528991
FB -8 of 8 FY 2018 University Avenue Reconstruction - Phase I
City Contract No. 933 Waterloo, Iowa
MBE/WBE BUSINESS ENTERPRISE
PRE-BID CONTACT INFORMATION FORM
F- 20/a�' CJnV�YY: �'y �Yet)c.o
Prime Contractor Name: W G(.4i11-,;ns�an� �Az7r4<-r;on .. �'r Project: ns�r-u2-�.:sh - Af e Letting Date: -.2/.s/ig
NO MBE/WBE SUBCONTRACTORS: If you are NOT using any MBENUBE subcontractors to complete this project, sign below. Attach a brief explanation
as to why subcontracting was not feasil ith this project. If any MBE/WBE subcontractors will be used, please use the bottom portion of this form.
Contractor Signature:
Title: I/ e
Date: 1// s/ig
SUBCONTRACTORS APPLICABLE: You are required, in order for your bid to be considered responsive, to provide the information on this form showing
ALL of your MBE/WBE subcontractor contacts made for your bid submission. This information is subject to verification. Any questions 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 MBE/WBE Business Enterprise
contacts made prior to your bid submission. This information is subject to verifications and confirmation.
If you are unable to identify MBE/WBE firms to perform portions of the work, please contact Louis Starks, Contract Compliance Officer, for assistance at
(319) 291-4429.
In the event it is determined that the MBE/WBE Business Enterprise goals are not met, then before awarding the contract the City of Waterloo will make a
determination as to whether or not the apparent successful low bidder 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
�.C. C�rf'--'{"io;,
z/, 3/ i
A /
lV�
-
a, -;GIS l%?-Ilr 1.,..`t; r7
2-/8//ge.`
//VA,
e s
,29 i3a.9a
1010_ co Cel59-24re..c-e -?, ..Zh,_ .
1/8//g
(Form CCO-4) Rev. 06-20-02
MBENVBE PARTICIPATION
AECOM #60528991
M-8 of 8
City Contract No. 933
FY 2018 University Avenue Reconstruction - Phase 1
Waterloo, Iowa
NON -COLLUSION AFFIDAVIT OF PRIME BIDDER
State of -7—o INa )
)ss
County of k /'%awk )
J �fi✓et , being first duly sworn, deposes and says that:
1. He is (Owner, Partner, Representative, or Agent) , of
k GGhn: i Aa,n ionGo) =-174 . , the Bidder that has submitted the attached Bid;
2. He is fully informed respecting the preparation and contents of the attached Bid and of all
pertinent circumstances respecting such Bid;
3. Such Bid is genuine and is not a collusive or sham Bid;
4. Neither the said Bidder nor any of its officers, partners, owners, agents, representatives,
employees, or parties in interest, including this affiant, has in any way colluded, conspired,
connived or agreed, directly or indirectly, with any other Bidder, firm or person to submit a
collusive or sham Bid in connection with the Contract for which the attached Bid has been
submitted or to refrain from bidding in connection with such Contract, or has in any manner,
directly or indirectly, sought by agreement or collusion or communication or conference with any
other Bidder, firm or person to fix the price or prices in the attached Bid or of any other Bidder, or,
to fix any overhead, profit or cost element of the bid price or the bid price of any other Bidder, or
to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage
against the City of Waterloo, Iowa, or any person interested in the Proposed Contract; and
5. The price or prices quoted in the attached Bid are fair and proper and are not tainted by any
collusion, conspiracy, connivance or unlawful agreement on the part of the Bidder or any of its
agents, representatives, owners, employees, or parties in interest, including this affiant.
(Signed)
Title
Subscribed and sworn to before me this / £ day of
20E$.
My commission expires
NONCOLLUSION AFFIDAVITS
AECOM #60528991
DIANE L COY -�
COMMISSION NO.703084
MY SO S SNORES
Title
NCA -1 of 2 FY 2018 University Avenue Reconstruction - Phase 1
City Contract Nol. 933 Waterloo, Iowa
Bidder Status Form
To be completed by all bidders
Please answer "Yes" or "No" for each of the following:
0Yes ❑ No Part A
My company is authorized to transact business in Iowa.
(To help you determine if your company is authorized, p/ease review the work
Oyes 9 No My
0Yes 9 No company has an office to transact business in Iowa. sheet on the next page).
❑Yes 9 No
My company's office in Iowa is suitable for more than receiving mail, telephone calls,
My company has been conducting business in low
bids on this project. a for at least 3 years ppior to thefirst requestforl.
Yes 9 No
business entity that would qualify as a resident bidder in Iowa.
My company is not a subsidiary of another business entity
company
If you answered "Yes" for each question above, your companyp y is a subsidiary of another
complete Parts B and D of this form. qualifies as a resident bidder. Please
complete Parts C and D of this form.
If you answered "No" to one or more questions above, your company is a no
To be completed by resident bidders president bidder. Please
My company has maintained offices in Iowa during the past 3 years at the
Part B
Dates:following addresses:
/ = / 777 to - / / /S
Address:
LD - G¢
rter
Dates: / City, State, Zip: (-17-e./4.�) Q // .r,4 s
to / o4i3
/ Address:
Dates: / City, State, Zip:
to_�7
You may attach additional sheet(s) if needed. Address:
To be completed b City, State, Zip:
y non-resident bidders
1. Name of home state or foreign country reported to the Iowa Secreta of S Part C
ry offer preferences to resident bidders, resident labor
2• Does your company's home state or foreign count Secretary tate:
force preferences or any other type of preference to bidders or laborers?
3. If you answered "Yes" to question 2, identify each preference offered b
and the appropriate legal citation. Yes ❑ No
Y your company's home state or foreign country
To be completed by all bidders
You may attach additional sheet(s) if needed.
1 certify that the statements made on this document are true and , , , _�_.- .
failure to provide accurate and truthful Part D
information may be a reason to reject my bid.
Firm Name:
T�ruc7 ar C� Z h
Signature:
Date:
2 is /2
You must submit the completed form to the governmental bodyre /
questing bion Cor ms Iowa Administrative Code
Chapter 156. This form has been approved by the Iowa Labor Commissioner.
309-6001 (09-15)
BSF-1
BED BOND
KNOW ALL MEN BY THESE PRESENTS, that we, K. Cunningham Construction Co., Inc.
as Principal, and United Fire & Casualty Company
as Surety are held and firmly bound unto the CITY OF WATERLOO , Iowa, hereinafter called
"OWNER." In the penal sum Five Percent of 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 15th day of
February , 2018, for FY 2018 University Avenue Reconstruction - Phase 1
From Greenhill Road to Evergreen Avenue
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 pres-
ents to be signed by their proper officers this 15th day of February , A.D. 2018 .
K. Cunningham Construction Co., Inc. (Seal)
Principal
By
(Title)
United Fire & Casualty Company (Seal)
Witness Surety
/ye/ 4 Bye Q _� {c -
W' ess Nancy D.aait Attorney-in-fact
BID BOND
AECOM #80528991
BB -1 OF 1 FY 2018 University Avenue Reconstruction - Phase 1
City Contract No. 933 Waterloo, Iowa
UNITED FIRE &::CASUALTY COMPANY, CEDAR RAPIDS, IA
UNITED FIRE & INDEMNITY .COMPANY, WEBSTER, TX
FINANCIAL PACIFIC INSURANCE COMPANY, ROCKLIN, CA
CERTIFIED COPY OF POWER OF ATTORNEY
(original on file at Home Office of Company — See Certification)
KNOW ALL PERSONS BY THESE PRESENTS, That UNITED FIRE.& CASUALTY COMPANY, a corporation duly organized and existing under
the laws of the State of Iowa; UNITED FIRE & INDEMNITY COMPANY, a corporation duly organized and existing under the laws of the State of
Texas; and FINANCIAL PACI'IC INSURANCE COMPANY, a corporation duly organized and existing under the laws of the State of California
(herein collectively called the Companies); and havinatheir corporate headquarters in Cedar Rapids, State of Iowa, does make, constitute and appoint
GREG T . MAIR,;NANCY :D. BALTUTAT, 'MARK E. KEAIRNES, PATRICK K. DUFF, JEFFREY R. BAKER:, JOSEPH I.
SCHMIT,.JILL SHAFFER, CHRISTOPHER' R. SEIBERLING EACH INDIVIDUALLY of WEST DES MOINES 'IA
Inquiries Surety Department
118 Second Ave SE
Cedar Rapids, IA 52401
their true and lawful Attorney(s)—in—Pact v,1111 power and authority hereby conferred to sign, seal and execute in its behalf all lawful bonds, undertakings
and other obligatory instruments of similar nature provided that no single obligation shall exceed $100,000,000.00
and to bind the Companies thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of the Companies
and all of the acts of said Attorney pursuant to th. authonty hereby given and hereby ratified and confirmed.
The Authority hereby granted is continuous and shall remain in full force and effect until revoked by UNITED FIRE & CASUALTY COMPANY,
UNITED FIRE & INDEMNITY COMPANY, AND FINANCIAL PACIFIC INSURANCE: COMPANY
This Power of Attorney is made and executed pursuant to and by authority of the following bylaw duly adopted on May 15 2013, by the Boards of
Directors of UNITED FIRE & CASUALTY COMPANY, UNITED FIRE & INDEMNITY COMPANY, and FINANCIAL PACIFIC INSURANCE
COMPANY. "Article VI — Surety Bonds and Undertakings"
Section 2, Appointment of Attorney -in -Fact. "The President or any Vice President, or any other officer of the Companies may, from time to
time, appoint by written certificates attorneys -in -fact to act in behalf of the Companies in the execution of policies of insurance, bonds,
undertakings and other obligatory instruments of like nature. The signature of any officer authorized hereby, and the Corporate seal, may
affixed by facsimile to any power of attorney or special power of attorney or certification of either authorized hereby; such signature and seal,
when'so used, being adopted by the Companies as the original signature of such officer and the original seal of the Companies, to be valid and
binding upon the Companies with the same force and effect as though manually affixed. Such attorneys -in -fact, subject to the limitations set
forth in their respective certificates of authority shall have full power to bind the Companies by their signature and execution of any such
instruments and to attach the seal of the Companies thereto. The President or any Vice President, the Board of Directors or any other officer of
the Companies may at any time revoke all power and authority previously given to any attorney-in-fact.
°""Ills"`, ,xoFM'n. ,,,,,, inn,,,,,,, IN WITNESS WHEREOF', the COMPANIES have each caused these presents to be signed by its
, f,c,s J� ,\1L11R1t,,
�F9- 0Q� 4e�' m,,} ```: G11c tNSU ,'
COIt1'ORATE �j ? > , ... Q?}Vo9'9°8•4j'a.Co's vice president and its corporate seal to be hereto affixed this 10th day of March 2014
_ CORIORA71: g_ • o•,�=_ UNITED FIRE & CASUALTY COMPANY
:7 'i —�— ' �6—j )SLY 2? 2_
,i.h SEAL�g, %� SEAL t� �Q••• 1906 :ab;
UNITED FIRE & INDEMNITY COMPANY
@KAplps� �i> s y.�5 %y'c4/FOR��P••F?, FINANCIAL PACIFIC INSURANCE COMPANY
* ,, r EIIIII unto"�
rynn1111101
By:
State of lowa, County' of Linn, ss: Vice President
On 10th day of March, 2014, before me personally came Dennis J. Richmann
to me known; who being by me. duly`swoi°n, did depose and ay that he:resides in Cedar -Rapids, State of Iowa; that:: he is' a Vice President of UNITED
FIRE & CASUALTY COMPANY, a Vice President of UNITED FIRE & INDEMNITY COMPANY, and a Vice President of FINANCIAL PACIFIC
INSURANCE COMPANY thecorporations described in and which -executed the above instrument; that .he knows the seal of said corporations;, that the
seal affixed to the said instrument is such' corporate seal; that it was soaffixed pursuant to authority given by the Board of Directors of said corporations'
and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed eif'said 'corporations.
Judith A. Davis.
Iowa Notarial Seal
Commission number 173041 ...,r . Notary Public
ow M My Commission Expires 04/23/2018
My commission expires: 04/23/2018
I, Davi.. A. Lange, Secretary oFIRE &,
Davi(' f UNITEDCASUALTY COMPANY and Assistant,_Secretary.of T ITED FIRE &INDEMNITY COMPANY,
and Assistant Secretary of FINANCIAL PACIFIC ,INSURANCE COMPANY, do hereby certify that I have compared the foregoing copy of the Power
of Attorney and affidavit, and the copy of the Section of the bylaws and resolutions of said Corporations; as set forth in said Power of Attorney, with: the
ORIGINALS ON FILE IN THE HOME OFFICE OF SAID CORPORATIONS, and; that the same are -correct transcripts thereof, and of the whole of the
said originals, and that the said Power of Attorney has not been revoked and: is now m full force and effect`
In testimony whereof I have hereunto subscribed my name and affixed the corporate seal of the said Corporations
this 15th day of February , 20 18
13P0A0049 011
By:
Secretary, OF&C
Assistant Secretary, OF&I/FPIC