Loading...
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