Loading...
HomeMy WebLinkAboutCunningham Construction, Inc.iM K CUNNINGHAM CONSTRUCTION CO., INC. an 1025 CENTER STREET CEDAR FALLS, IA 50613 BID SECURITY FOR: FY 2019 UNIVERSITY AVENUE RECONSTRUCTION - PHASE 2 CONTRACT NO. 934 CITY OF WATERLOO, IOWA CITE' OF WATERLOO CITY CLERKS OFFICE MAR 1412019 PH 12:50:16 K CUNNINGHAM CONSTRUCTION CO., INC. 1025 CENTER STREET CEDAR FALLS, IA 50613 BID PROPOOSAL FOR: FY 2019 UNIVERSITY AVENUE RECONSTRUCTION - PHASE 2 CONTRACT NO. 934 CITY OF WATERLOO, IOWA CITY OF WATERLOO CITY CLERK'S OFFICE MAR lei 2019 pM12:50:38 BID 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 14th day of March , 2019, for FY 2019 University Avenue Reconstruction - Phase 2 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 14th day of March , A.D. 2019 . K. Cunningham Construction Co., Inc. (Seal) Principal Witness W tress 1311) LEON!'' AECOM 1 •Pi,7 By Tam Owi: flet- `AreSq�e.�t United Fire & Casualty Company Surety By Nancy D. It tat, Attorney-in-fact (Title) (Seal) CE-; • I 1 NY 2019 University Avenue RF�onstracton - P;..ise Ion, Iowa C y Cor ;c? ;;o. 034 IuMg 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) Inquiries: Surety Depaitment 118 Second Ave SE Cedar Rapids, IA 52401 KNOW ALL PERSONS BY THESE PRESENTS, That United Fine & 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 Pacific Insurance Company, a corporation duly organized and existing under the laws of the State of California (herein collectively called the Companies), and having their corporate headquarters in Cedar Rapids, State of Iowa, does snake, constitute and appoint GREG T. LA MAIR, NANCY D. BALTUTAT, PATRICK K. DUFF, JEFFREY R. BAKER, JOSEPH I. SCHMIT, JILL SHAFFER, CHRISTOPHER R. SEIBERLING, EACH INDIVIDUALLY their true and lawful Attomey(s)-in-Fact with 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 filly and to the same extent as if such instmnients were signed by the duly authorized officers of the Companies and all of the acts of said Attorney, pursuant to the authority 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 atomeys-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 he affixed by facsimile to any power of attorney or special power of attorney or certification of either authorized hereby; such siglrature 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 Conmpanies with the same force and effect as though manually affixed. Such attorneys -in -fact, subject to the limitations set of forth in their respective certificates of authority shall have full power to hind the Companies by their signature and execution of any such instnunents and to attach the seal the Companies thereto. The President or any Vice Presides, 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. IN WITNESS WHEREOF, the COMPANIES have each caused these presents to be signed by its vice president and its corporate seal to be hereto affixed this 10th day of March, 2014 UNITED FIRE & CASUALTY COMPANY UNITED FIRE & INDEMNITY COMPANY FINANCIAL, PACIFIC INSURANCE COMPANY By: State of Iowa, County of Linn, ss: On 10th day of March, 2014, before me personally came Dennis J. Richmann to me known, who being by me duly sworn, did depose and say; that he resides m CedarRapids, 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 the corporations 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 so affixed pursuant to authority given by the Board of D irectors of said corporations and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporations. -.....z. President Palti Waddell Iowa Notarial Seal Commission number 713274 My Commission Expires 10/26/2019 V" Notary Public My commission expires: 10/26/2019 I, Mary A. Bertsch, As istant Secretary of United Fire & Ca ualty Company and Assistant Secretary of United 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 in full force and effect. In testimony whereof 1 have hereunto subscribed my name and affixed the corporate seal of the said Corporations this 14th day of March , 2019 _ep°I nl�pp.'4- .0 RI":'�i,. ,;se INSy �'r�i•nimm BPOA0049 1217 By: Lftlly. g Wi AttDC " UU Assistant Secretary, UF&C & LIF&I & EPIC *4- see. A7i44L1.eo1 -5-p r�,o/r-/.eef REVISED PER ADDENDUM NO. 2 — 3/11/19 FORM OF BID OR PROPOSAL FY 2019 UNIVERSITY AVENUE RECONSTRUCTION — PHASE 2 CONTRACT NO. 934 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 T Wit , 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 2019 UNIVERSITY AVENUE RECONSTRUCTION — PHASE 2, Contract No. 934, all in accordance with the above - listed documents and for the unit prices for work in place for the following items and quantities: FY 2019 UNIVERSITY AVENUE RECONSTRUCTION - PHASE 2 CITY CONTRACT NO. 934 ITEM NO. ITEM CODE ITEM UNIT EST. QTY. UNIT BID PRICE TOTAL BID PRICE 1 2010 CLEARING AND GRUBBING UNIT 77 $ $ 2 2010 ON-SITE TOPSOIL CY 3259 $ $ 3 2010 TOPSOIL, CONTRACTOR FURNISH CY 1545 $ $ 4 2010 EXCAVATION, CLASS 10, ROADWAY AND BORROW CY 5319 $ $ 5 2010 EXCAVATION, CLASS 10, WASTE CY 16808 $ $ 6 2010 EXCAVATION, CLASS 13 CY 200 $ $ 7 2010 SUBGRADE PREPARATION, 12 IN. SY 39743.1 $ $ 8 2010 SUBGRADE TREATMENT, GEOGRID SY 2150 $ $ 9 2010 SUBBASE, MODIFIED CY 14107.2 $ $ 10 2010 REMOVALS, STRUCTURES EACH 9 $ $ 11 3010 REPLACEMENT OF UNSUITABLE BACKFILL MATERIAL CY 1000 $ $ 12 4020 STORM SEWER, TRENCHED, HDPE, 41N. LF 28.7 $ $ 13 4020 STORM SEWER, TRENCHED, HDPE, 8IN. LF 77.5 $ $ 14 4020 STORM SEWER, TRENCHED, RCP, CLASS III, 15 IN. LF 3538.66 $ $ 15 4020 STORM SEWER, TRENCHED, RCP, CLASS III, 18 IN. LF 1294.7 $ $ FORM OF BID AECOM #60528991-Ph2 FB -1 of 10 FY 2019 University Avenue Reconstruction - Phase 2 Waterloo, Iowa City Contract No. 934 REVISED PER ADDENDUM NO. 2 - 3/11/19 ITEM NO. ITEM CODE ITEM UNIT EST. QTY. UNIT BID PRICE TOTAL BID PRICE 16 4020 STORM SEWER, TRENCHED, RCP, CLASS III, 24 IN. LF 216.3 $ $ 17 4020 STORM SEWER, TRENCHED, RCP, CLASS III, 30 IN. LF 886.9 $ $ 18 4020 REMOVAL OF STORM SEWER, RCP, LESS THAN 36 IN. LF 5069 $ $ 19 4020 STORM SEWER ABANDONMENT, PLUG AND FILL LESS THAN 36 IN. LF 113 $ $ 20 4040 SUBDRAIN, TYPE S, 6 IN. LF 8363.8 $ $ 21 4040 SUBDRAIN OUTLETS AND CONNECTIONS, EXISTING SUBDRAIN, 6 IN. EACH 23 $ $ 22 4040 SUBDRAIN OUTLETS AND CONNECTIONS, PER PLAN, 6 IN. EACH 77 $ $ 23 5010 WATER MAIN, TRENCHED, DUCTILE IRON PIPE (DIP), 4 IN, NITRILE GASKETS LF 4 $ $ 24 5010 WATER MAIN, TRENCHED, DUCTILE IRON PIPE (DIP), 6 IN, NITRILE GASKETS LF 189.7 $ $ 25 5010 WATER MAIN, TRENCHED, DUCTILE IRON PIPE (DIP), 8 IN, NITRILE GASKETS LF 162.9 $ $ 26 5010 WATER MAIN, TRENCHED, DUCTILE IRON PIPE (DIP), 12 IN, NITRILE GASKETS LF 4420 $ $ 27 5010 WATER MAIN, DIRECT BURIED, DUCTILE IRON PIPE (DIP), 6 IN, NITRILE GASKETS, INTEGRAL RESTRAINED JOINTS WITH CASING PIPE LF 204.1 $ $ 28 5010 WATER MAIN, DIRECT BURIED, DUCTILE IRON PIPE (DIP), 8 IN, NITRILE GASKETS, INTEGRAL RESTRAINED JOINTS WITH CASING PIPE LF 144.8 $ $ 29 5010 WATER MAIN, DIRECT BURIED, DUCTILE IRON PIPE (DIP), 12 IN, NITRILE GASKETS, INTEGRAL RESTRAINED JOINTS WITH CASING PIPE LF 124.2 $ $ 30 5010 WATER MAIN, TRENCHLESS, DUCTILE IRON PIPE (DIP), 6 IN, NITRILE GASKETS, INTEGRAL RESTRAINED JOINTS WITH CASING PIPE LF 199.2 $ $ FORM OF BID AECOM #60528991-Ph2 FB -2 of 10 FY 2019 University Avenue Reconstruction - Phase 2 City Contract No. 934 Waterloo, Iowa REVISED PER ADDENDUM NO. 2 - 3/11/19 ITEM NO. ITEM CODE ITEM UNIT EST. QTY. UNIT BID PRICE TOTAL BID PRICE 31 5010 WATER MAIN, TRENCHLESS, DUCTILE IRON PIPE (DIP), 8IN, NITRILE GASKETS, INTEGRAL RESTRAINED JOINTS WITH CASING PIPE LF 221.9 $ $ 32 5010 WATER MAIN, TRENCHLESS, DUCTILE IRON PIPE (DIP), 12 IN, NITRILE GASKETS, INTEGRAL RESTRAINED JOINTS WITH CASING PIPE LF 135.8 $ $ 33 5010 FITTINGS BY COUNT, DUCTILE IRON, 4 IN, MJ CAP EACH 1 $ $ 34 5010 FITTINGS BY COUNT, DUCTILE IRON, 4 IN, 11 1/4° ELBOW EACH 1 $ $ 35 5010 FITTINGS BY COUNT, DUCTILE IRON, 6 IN, MJ CAP EACH 9 $ $ 36 5010 FITTINGS BY COUNT, DUCTILE IRON, 6 IN, 90° ELBOW EACH 2 $ $ 37 5010 FITTINGS BY COUNT, DUCTILE IRON, 6 IN, 22 1/2° ELBOW EACH 3 $ $ 38 5010 FITTINGS BY COUNT, DUCTILE IRON, 6 IN, 11 1/4° ELBOW EACH 1 $ $ 39 5010 FITTINGS BY COUNT, DUCTILE IRON, 6 IN, TEE EACH 1 $ $ 40 5010 FITTINGS BY COUNT, DUCTILE IRON, 6 IN, LOCKING TEE EACH 2 $ $ 41 5010 FITTINGS BY COUNT, DUCTILE IRON, 6 IN X 2 IN, REDUCER EACH 1 $ $ 42 5010 FITTINGS BY COUNT, DUCTILE IRON, 8IN, MJ CAP EACH 7 $ $ 43 5010 FITTINGS BY COUNT, DUCTILE IRON, 8 IN, 90° ELBOW EACH 1 $ $ 44 5010 FITTINGS BY COUNT, DUCTILE IRON, 8 IN, 22 1/2° ELBOW EACH 3 $ $ 45 5010 FITTINGS BY COUNT, DUCTILE IRON, 8 IN, 11 1/4° ELBOW EACH 1 $ $ 46 5010 FITTINGS BY COUNT, DUCTILE IRON, 8 IN, TEE EACH 1 $ $ 47 5010 FITTINGS BY COUNT, DUCTILE IRON, 8 IN, LOCKING TEE EACH 1 $ $ 48 5010 FITTINGS BY COUNT, DUCTILE IRON, 8 IN X 6 IN, TEE EACH 2 $ $ 49 5010 FITTINGS BY COUNT, DUCTILE IRON, 8 IN X 4 IN, REDUCER EACH 1 $ $ FORM OF BID AECOM #60528991-Ph2 FB -3 of 10 FY 2019 University Avenue Reconstruction - Phase 2 City Contract No. 934 Waterloo, Iowa REVISED PER ADDENDUM NO. 2 - 3/11/19 ITEM NO. ITEM CODE ITEM UNIT EST. QTY. UNIT BID PRICE TOTAL BID PRICE 50 5010 FITTINGS BY COUNT, DUCTILE IRON, 8 IN X 6 IN, REDUCER EACH 1 $ $ 51 5010 FITTINGS BY COUNT, DUCTILE IRON, 12 IN, MJ CAP EACH 1 $ $ 52 5010 FITTINGS BY COUNT, DUCTILE IRON, 12 IN, 90° ELBOW EACH 4 $ $ 53 5010 FITTINGS BY COUNT, DUCTILE IRON, 12 IN, 45° ELBOW EACH 9 $ $ 54 5010 FITTINGS BY COUNT, DUCTILE IRON, 12 IN, 22 1/2° ELBOW EACH 6 $ $ 55 5010 FITTINGS BY COUNT, DUCTILE IRON, 12 IN, 11 1/4° ELBOW EACH 1 $ $ 56 5010 FITTINGS BY COUNT, DUCTILE IRON, 12 IN, TEE EACH 3 $ $ 57 5010 FITTINGS BY COUNT, DUCTILE IRON, 12 IN, LOCKING TEE EACH 1 $ $ 58 5010 FITTINGS BY COUNT, DUCTILE IRON, 12 IN X 6 IN, TEE EACH 3 $ $ 59 5010 FITTINGS BY COUNT, DUCTILE IRON, 12 IN X 8 IN, TEE EACH 1 $ $ 60 5010 FITTINGS BY COUNT, DUCTILE IRON, 12 IN X 6 IN, LOCKING TEE EACH 5 $ $ 61 5010 FITTINGS BY COUNT, DUCTILE IRON, 12 IN X 8 IN, LOCKING TEE EACH 6 $ $ 62 5010 FITTINGS BY COUNT, DUCTILE IRON, 12 IN X 6 IN, REDUCER EACH 2 $ $ 63 5010 FITTINGS BY COUNT, DUCTILE IRON, 12 IN X 8 IN, REDUCER EACH 1 $ $ 64 5010 FITTINGS BY COUNT, DUCTILE IRON, 12 IN X 6 IN, TAPPING SLEEVE EACH 1 $ $ 65 5010 FITTINGS BY COUNT, DUCTILE IRON, 4 IN, RJ LONG SLEEVE EACH 1 $ $ 66 5010 FITTINGS BY COUNT, DUCTILE IRON, 6 IN, RJ LONG SLEEVE EACH 7 $ $ 67 5010 FITTINGS BY COUNT, DUCTILE IRON, 8 IN, RJ LONG SLEEVE EACH 5 $ $ 68 5010 FITTINGS BY COUNT, DUCTILE IRON, 12 IN, RJ LONG SLEEVE EACH 2 $ $ 69 5010 WATER SERVICE STUB, COPPER, 3/4 IN LF 28.6 $ $ 70 5010 WATER SERVICE STUB, COPPER, 1 IN LF 63.2 $ $ 71 5010 WATER SERVICE STUB, COPPER, 1 1/4IN LF 23.2 $ $ FORM OF BID AECOM #60528991-Ph2 FB -4 of 10 FY 2019 University Avenue Reconstruction - Phase 2 Waterloo, Iowa City Contract No. 934 REVISED PER ADDENDUM NO. 2 - 3/11/19 ITEM NO. ITEM CODE ITEM UNIT EST. QTY. UNIT BID PRICE TOTAL BID PRICE 72 5010 WATER SERVICE STUB, COPPER, 2 IN LF 19.3 $ $ 73 5010 WATER SERVICE STUB, TRENCHED, COPPER, 3/4 IN, WITH INTEGRAL RESTRAINED JOINT CASING PIPE LF 38.4 $ $ 74 5010 WATER SERVICE STUB, TRENCHED, COPPER, 1 IN, WITH INTEGRAL RESTRAINED JOINT CASING PIPE LF 39 $ $ 75 5010 WATER SERVICE STUB, TRENCHED, COPPER, 11/4 IN, WITH INTEGRAL RESTRAINED JOINT CASING PIPE LF 46 $ $ 76 5010 WATER SERVICE STUB, TRENCHLESS, COPPER, 1 IN, WITH INTEGRAL RESTRAINED JOINT CASING PIPE LF 45.8 $ $ 77 5010 WATER SERVICE STUB, TRENCHLESS, COPPER, 1 1/4 IN, WITH INTEGRAL RESTRAINED JOINT CASING PIPE LF 41.8 $ $ 78 5010 WATER SERVICE STUB, TRENCHLESS, COPPER, 2 IN, WITH INTEGRAL RESTRAINED JOINT CASING PIPE LF 50.7 $ $ 79 5020 VALVE, GATE, DIP, 4 IN EACH 1 $ $ 80 5020 VALVE, GATE, DIP, 6 IN EACH 15 $ $ 81 5020 VALVE, GATE, DIP, 8 1N EACH 8 $ $ 82 5020 VALVE, GATE, DIP, 12 IN EACH 18 $ $ 83 5020 FIRE HYDRANT EACH 9 $ $ 84 5020 FIRE HYDRANT ASSEMBLY REMOVAL EACH 8 $ $ 85 6010 MANHOLE, SW -401, 48 IN. EACH 4 $ $ 86 6010 MANHOLE, SW -401, 60 IN. EACH 2 $ $ 87 6010 MANHOLE, SW -402, 4 X 4 EACH 1 $ $ 88 6010 INTAKE, SW -501 EACH 2 $ $ 89 6010 INTAKE, SW -507 EACH 14 $ $ 90 6010 INTAKE, SW -508 EACH 6 $ $ 91 6010 INTAKE, SW -509 EACH 12 $ $ 92 6010 INTAKE, SW -510 EACH 8 $ $ 93 2435 INTAKE, SW -545 EACH 1 $ $ 94 6010 CONNECTION TO EXISTING MANHOLE OR INTAKE EACH 14 $ $ 95 6010 MANHOLE OR INTAKE ADJUSTMENT, MINOR EACH 10 $ $ FORM OF BID AECOM #60528991-Ph2 FB -5 of 10 FY 2019 University Avenue Reconstruction - Phase 2 Waterloo, Iowa City Contract No. 934 REVISED PER ADDENDUM NO. 2 - 3/11/19 ITEM NO. ITEM CODE ITEM UNIT EST. QTY. UNIT BID PRICE TOTAL BID PRICE 96 6010 MANHOLE OR INTAKE ADJUSTMENT, MAJOR EACH 2 $ $ 97 6010 REMOVALS, MANHOLE OR INTAKE EACH 35 $ $ 98 6020 SANITARY SEWER SPOT REPAIR, BY COUNT EACH 1 $ $ 99 6020 SANITARY SEWER SPOT REPAIR, BY LINEAR FOOT LF 12 $ $ 100 7010 STANDARD OR SLIP FORM PORTLAND CEMENT CONCRETE PAVEMENT, CLASS C-SUD, CLASS 3 DURABILITY, 8 IN. SY 361.5 $ $ 101 7010 STANDARD OR SLIP FORM PORTLAND CEMENT CONCRETE PAVEMENT, CLASS C-SUD, CLASS 3 DURABILITY, 10 IN. SY 30967.3 $ $ 102 2304 TEMPORARY PAVEMENT SY 3574.6 $ $ 103 7010 CURB AND GUTTER, SLOPED, VAR., 61N. LF 662 $ $ 104 7010 CURB AND GUTTER, STANDARD, VAR., 6 IN. LF 856 $ $ 105 7010 CONCRETE MEDIAN SY 36.5 $ $ 106 7010 LINSEED OIL SURFACE TREATMENT OF PCC PAVING AND CURB AND GUTTER SY 3681.5 $ $ 107 7020 HMA PAVEMENT, STANDARD, 8 IN. SY 161.7 $ $ 108 7030 REMOVAL OF SIDEWALK, SHARED USE PATH, OR DRIVEWAY SY 1217.2 $ $ 109 7030 SHARED USE PATHS, PCC, 6 IN. SY 3779.7 $ $ 110 7030 PCC SIDEWALK, PCC, 4 IN. SY 1753.5 $ $ 111 TECHNICAL 401 STANDARD PORTLAND CEMENT COLORED CONCRETE PAVEMENT, CLASS C-4, CLASS 3 DURABILITY, 6 IN. SY 2377.3 $ $ 112 TECHNICAL 401 STANDARD PORTLAND CEMENT COLORED CONCRETE PAVEMENT, CLASS C-4, CLASS 3 DURABILITY, 10 IN. SY 897.2 $ $ 113 7030 DETECTABLE WARNINGS, CAST IRON SF 490 $ $ 114 7030 DRIVEWAYS, PCC, 6 IN. SY 2151.8 $ $ 115 7040 FULL DEPTH PATCHES, COMPOSITE SY 139.7 $ $ 116 7040 FULL DEPTH PATCHES, HMA SY 40.4 $ $ FORM OF BID AECOM #60528991-Ph2 FB -6 of 10 FY 2019 University Avenue Reconstruction - Phase 2 Waterloo, Iowa City Contract No. 934 REVISED PER ADDENDUM NO. 2 - 3/11/19 ITEM NO. ITEM CODE ITEM UNIT EST. QTY. UNIT BID PRICE TOTAL BID PRICE 117 7040 FULL DEPTH PATCHES, PCC SY 58.4 $ $ 118 7040 REMOVAL OF PAVEMENT SY 45061.9 $ $ 119 7040 CURB AND GUTTER REMOVAL LF 3500 $ $ 120 7040 SAWCUT FOR REMOVALS LF 5331.6 $ $ 121 8010 TRAFFIC SIGNAL EACH 3 $ $ 122 8010 TRAFFIC SIGNAL REMOVAL EACH 3 $ $ 123 8010 TEMPORARY TRAFFIC SIGNAL EACH 3 $ $ 124 8030 TRAFFIC CONTROL LS 1 $ $ 125 2523 LIGHT POLES EACH 40 $ $ 126 2523 ELECTRICAL CIRCUITS LF 12395 $ $ 127 8010 HANDHOLES AND JUNCTION BOXES EACH 44 $ $ 128 2523 CONTROL CABINET EACH 1 $ $ 129 2528 FLAGGER EACH 20 $ $ 130 8020 PAINTED PAVEMENT MARKINGS, SOLVENT WATERBORNE STA 312.03 $ $ 131 8020 WET, RETROREFLECTIVE REMOVABLE TAPE MARKINGS STA 336.48 $ $ 132 8020 PAVEMENT MARKINGS REMOVED STA 53.11 $ $ 133 8020 PAINTED SYMBOLS AND LEGENDS, SOLVENT WATERBORNE EACH 4 $ $ 134 2401 REMOVAL OF CONCRETE FOOTINGS OF LIGHT POLES EACH 26 $ $ 135 2505 REMOVAL OF STEEL BEAM GUARDRAIL LF 126 $ $ 136 2518 SAFETY CLOSURE EACH 61 $ $ 137 2524 REMOVE AND REINSTALL SIGN EACH 3 $ $ 138 2524 REMOVAL OF TYPE A SIGN ASSEMBLY EACH 32 $ $ 139 2524 REMOVAL OF TYPE B SIGN TRUSS AND FOUNDATION EACH 4 $ $ 140 2524 PERFORATED SQUARE STEEL TUBE POSTS LF 559 $ $ 141 2524 PERFORATED SQUARE STEEL TUBE POST ANCHOR, BREAK -AWAY SOIL INSTALLATION EACH 56 $ $ 142 2524 TYPE A SIGNS, SHEET ALUMINUM SF 468 $ $ FORM OF BID AECOM 060528991-Ph2 F8-7 of 10 City Contract No. 934 FY 2019 University Avenue Reconstruction - Phase 2 Waterloo, Iowa REVISED PER ADDENDUM NO. 2 - 3/11/19 ITEM NO. ITEM CODE ITEM UNIT EST. QTY. UNIT BID PRICE TOTAL BID PRICE 143 2524 TYPE B SIGNS, SHEET ALUMINUM SF 77 $ $ 144 2524 TEMPORARY BUSINESS ACCESS SIGNS EACH 43 $ $ 145 2528 TEMPORARY BARRIER RAIL CONCRETE LF 1290 $ $ 146 2528 TEMPORARY FLOODLIGHTING LUMINAIRE EACH 13 $ $ 147 2528 TEMPORARY LANE SEPARATION SYSTEM LF 3296 $ $ 148 2528 PORTABLE DYNAMIC MESSAGE SIGN CDAY 120 $ $ 149 9010 TEMPORARY SEEDING ACRE 4.5 $ $ 150 9040 SWPPP MANAGEMENT LS 1 $ $ 151 9010 SEEDING, FERTILIZING, AND MULCHING FOR HYDRAULIC SEEDING ACRE 4.5 $ $ 152 9040 PERIMETER AND SLOPE SEDIMENT CONTROL DEVICE LE 2275 $ $ 153 9040 REMOVAL OF PERIMETER AND SLOPE SEDIMENT CONTROL DEVICE LF 2275 $ $ 154 9040 SILT FENCE OR SILT FENCE DITCH CHECK INSTALLATION LF 2731.3 $ $ 155 9040 MAINTENANCE OF SILT FENCE OR SILT FENCE DITCH CHECK LF 273.1 $ $ 156 9040 REMOVAL OF SILT FENCE OR SILT FENCE DITCH CHECK LF 2731.3 $ $ 157 9040 ROLLED EROSION CONTROL PRODUCT, TYPE II SQ 103 $ $ 158 2601 MOWING ACRE 4.7 $ $ 159 9040 TEMPORARY INTAKE OR MANHOLE COVER ASSEMBLY EACH 6 $ $ 160 9040 MAINTENANCE OF TEMPORARY INTAKE OR MANHOLE COVER ASSEMBLY EACH 6 $ $ 161 9040 REMOVAL OF TEMPORARY INTAKE OR MANHOLE COVER ASSEMBLY EACH 6 $ $ 162 9040 OPEN -THROAT CURB INTAKE SEDIMENT FILTER EACH 45 $ $ 163 9040 MAINTENANCE OF OPEN -THROAT CURB INTAKE SEDIMENT FILTER EACH 45 $ $ 164 9040 REMOVAL OF OPEN -THROAT CURB INTAKE SEDIMENT FILTER EACH 45 $ $ 165 9040 GRATE INTAKE SEDIMENT FILTER BAG EACH 5 $ $ FORM OF BID AECOM #60528991-Ph2 FB -8 of 10 FY 2019 University Avenue Reconstruction - Phase 2 Waterloo, Iowa City Contract No. 934 REVISED PER ADDENDUM NO. 2 — 3/11/19 ITEM NO. ITEM CODE ITEM UNIT EST. QTY. UNIT BID PRICE TOTAL BID PRICE 166 9040 MAINTENANCE OF GRATE INTAKE SEDIMENT FILTER BAG EACH 5 $ $ 167 9040 REMOVAL OF GRATE INTAKE SEDIMENT FILTER BAG EACH 5 $ $ 168 9060 CHAIN LINK FENCE, 72 IN. LF 57.5 $ $ 169 9060 REMOVAL OF FENCE LF 57.5 $ $ 170 9070 MODULAR BLOCK RETAINING WALL SF 252 $ $ 171 11020 MOBILIZATION LS 1 $ $ 172 11030 RELOCATION OF MAILBOXES LS 1 $ $ 173 11050 CONCRETE WASHOUT LS 1 $ $ 174 TECHNICAL 400 LANDSCAPING LS 1 $ $ 175 9010 WATERING MGAL 11.76 $ $ 176 9040 IN-LINE FLOCCULANT SOCK EACH 50 $ $ 177 9040 DEWATERING BAGS EACH 75 $ $ TOTAL BID AMOUNT $ 8,376,9Sy.8y 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 C-TVe- 1ereent ar` 4meli Dollars ($ s% ) in the form of $;d 23.onAvi , 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 3/4/2019 FORM OF BID AECOM #60528991•Ph2 2 3/11/2019 FB -9 of 10 FY 2019 University Avenue Reconstruction - Phase 2 City Contract No. 934 Waterloo, Iowa REVISED PER ADDENDUM NO. 2 — 3/11/19 10. The bidder shall list the MBENBE 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). 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 altemates, delete line items, and/or to reduce quantities prior to the award of a contract due to budgetary limitations. 11! Ci4hn;nyhan4 Co1� u�lidh ) zrk. V/V/9 (Na a of Bidder) (Date) BY: / / Title 1/6¢ 277res,Went Official Address: (Including Zip Code): /D2S r STrP_Gf Liar //s, 2 4 Solo 13 I.R.S. No. J12— //27yi7 FORM OF BID AECOM #60528991-Ph2 FB -10 of 10 FY 2019 University Avenue Reconstruction - Phase 2 City Contract No. 934 Waterloo, Iowa FY 2019 University Avenue Reconsti uction Project Phase 3 Revised Per Addendum No. 2 - 3/11/2020 Item No. Spec Section Item Unit Quantities Unit Bid Price Total Bid Price I 2010 CLEARING AND GRUBBING UNIT 77 $ 60.00 $ 4,620.00 2 2010 ON-SITE TOPSOIL CY 3259 $ 6.00 $ 19,554.00 3 2010 TOPSOIL, CONTRACTOR FURNISH CY 1545 $ 17.50 $ 27,037.50 4 2010 EXCAVATION, CLASS 10, ROADWAY AND BORROW CY 5319 $ 7.00 $ 37,233.00 5 2010 EXCAVATION, CLASS 10, WASTE CY 16808 $ 10.00 $ 168,080.00 6 2010 EXCAVATION, CLASS 13 CY 200 $ 12.50 $ 2,500.00 7 2010 SUBGRADE PREPARATION, 12 IN. SY 39743.1 $ 1.85 $ 73,524.74 8 2010 SUBGRADE TREATMENT, GEOGRID SY 2150 $ 1.85 $ 3,977.50 9 2010 SUBBASE, MODIFIED CY 14107.2 $ 30.00 $ 423,216.00 10 2010 REMOVALS, STRUCTURES EACH 9 $ 500.00 $ 4,500.00 11 3010 REPLACEMENT OF UNSUITABLE BACKFILL MATERIAL CY 1000 $ 20.00 $ 20,000.00 12 4020 STORM SEWER, TRENCHED, HDPE, 4 IN. LF 28.7 $ 50.00 $ 1,435.00 13 4020 STORM SEWER, TRENCHED, HDPE, 8 IN. LF 77.5 $ 75.00 $ 5,812.50 14 4020 STORM SEWER, TRENCHED, RCP, CLASS III, 151N. LF 3538.66 $ 55.00 $ 194,626.30 15 4020 STORM SEWER, TRENCHED, RCP, CLASS III, 18 IN. LF 1294.7 $ 60.00 $ 77,682.00 16 4020 STORM SEWER, TRENCHED, RCP, CLASS III, 24 IN. LF 216.3 $ 65.00 $ 14,059.50 17 4020 STORM SEWER, TRENCHED, RCP, CLASS III, 30 IN. LF 886.9 $ 80.00 $ 70,952.00 18 4020 REMOVAL OF STORM SEWER, RCP, LESS THAN 36 IN. LF 5069 $ 12.50 $ 63,362.50 19 4020 STORM SEWER ABANDONMENT, PLUG AND FILL, LESS THAN 36 IN. LF 113 $ 40.00 $ 4,520.00 20 4040 SUBDRAIN, TYPE S, 6 IN. LF 8363.8 $ 12.50 $ 104,547.50 21 4040 SUBDRAIN OUTLETS AND CONNECTIONS, EXISTING SUBDRAIN, 6 IN. EACH 23 $ 350.00 $ 8,050.00 22 4040 PER PLAN, 6 IN. EACH 77 $ 200.00 $ 15,400.00 23 5010 WATER MAIN, TRENCHED, DUCTILE IRON PIPE (DIP), 4 IN, NITRILE GASKETS LF 4 $ 150.00 $ 600.00 24 5010 WATER MAIN, TRENCHED, DUCTILE IRON PIPE (DIP), 6 IN, NITRILE GASKETS LF 189.7 $ 91.60 $ 17,376.52 25 5010 WATER MAIN, TRENCHED, DUCTILE IRON PIPE (DIP), 8 IN, NITRILE GASKETS LF 162.9 $ 101.03 $ 16,457.79 26 5010 WATER MAIN, TRENCHED, DUCTILE IRON PIPE (DIP), 12 IN, NITRILE GASKETS LF 4420 $ 118.90 $ 525,538.00 27 5010 WATER MAIN, DIRECT BURIED, DUCTILE IRON PIPE (DIP), 6 IN, NITRILE GASKETS, INTEGRAL RESTRAINED JOINTS WITH CASING PIPE LF 204.1 $ 394.20 $ 80,456,22 28 5010 WATER MAIN, DIRECT BURIED, DUCTILE IRON PIPE (DIP), 8 IN, NITRILE GASKETS, INTEGRAL RESTRAINED JOINTS WITH CASING PIPE LF 144.8 $ 413.40 $ 59,860.32 Item No. Spec Section Item Unit Quantities Unit Bid Price Total Bid Price 29 5010 WATER MAIN, DIRECT BURIED, DUCTILE IRON PIPE (DIP), 12 IN, NITRILE GASKETS, INTEGRAL RESTRAINED JOINTS WITH CASING PIPE LF 124.2 $ 446.35 $ 55,436.67 30 5010 WATER MAIN, TRENCHLESS, DUCTILE IRON PIPE (DIP), 6 IN, NITRILE GASKETS, INTEGRAL RESTRAINED JOINTS WITH CASING PIPE LF 199.2 $ 588.40 $ 117,209.28 31 5010 WATER MAIN, TRENCHLESS, DUCTILE IRON PIPE (DIP), 8 IN, NITRILE GASKETS, INTEGRAL RESTRAINED JOINTS WITH CASING PIPE LF 221.9 $ 665.80 $ 147,741.02 32 5010 WATER MAIN, TRENCHLESS, DUCTILE IRON PIPE (DIP), 12 IN, NITRILE GASKETS, INTEGRAL RESTRAINED JOINTS WITH CASING PIPE LF 135.8 $ 1,012.45 $ 137,490.71 33 5010 FITTINGS BY COUNT, DUCTILE IRON, 4 IN, MJ CAP EACH 1 $ 325.00 $ 325.00 34 5010 FITTINGS BY COUNT, DUCTILE IRON, 4 IN, 11 1/4° ELBOW EACH 1 $ 445.00 $ 445.00 35 5010 FITTINGS BY COUNT, DUCTILE IRON, 6 IN, MJ CAP EACH 9 $ 350.00 $ 3,150.00 36 5010 FITTINGS BY COUNT, DUCTILE IRON, 6 IN, 90° ELBOW EACH 2 $ 530.00 $ 1,060.00 37 5010 FITTINGS BY COUNT, DUCTILE IRON, 6 IN, 22 1/2° ELBOW EACH 3 $ 515.00 $ 1,545.00 38 5010 FITTINGS BY COUNT, DUCTILE IRON, 6 IN, 11 1/4° ELBOW EACH 1 $ 515.00 $ 515.00 39 5010 FITTINGS BY COUNT, DUCTILE IRON, 6 IN, TEE EACH 1 $ 900.00 $ 900.00 40 5010 FITTINGS BY COUNT, DUCTILE IRON, 6 IN, LOCKING TEE EACH 2 $ 950.00 $ 1,900.00 41 5010 FITTINGS BY COUNT, DUCTILE IRON, 6 IN X 2 IN, REDUCER EACH 1 $ 400.00 $ 400.00 42 5010 FITTINGS BY COUNT, DUCTILE IRON, 8 IN, MJ CAP EACH 7 $ 380.00 $ 2,660.00 43 5010 FITTINGS BY COUNT, DUCTILE IRON, 8 IN, 90° ELBOW EACH 1 $ 525.00 $ 525.00 44 5010 FITTINGS BY COUNT, DUCTILE IRON, 8 IN, 22 1/2° ELBOW EACH 3 $ 510.00 $ 1,530.00 45 5010 FITTINGS BY COUNT, DUCTILE IRON, 8 IN, 11 1/4° ELBOW EACH 1 $ 510.00 $ 510.00 46 5010 FITTINGS BY COUNT, DUCTILE IRON, 8 IN, TEE EACH 1 $ 1,000.00 $ 1,000.00 47 5010 FITTINGS BY COUNT, DUCTILE IRON, 8 IN, LOCKING TEE EACH 1 $ 1,100.00 $ 1,100.00 48 5010 FITTINGS BY COUNT, DUCTILE IRON, 8 IN X 6 IN, TEE EACH 2 $ 1,000.00 $ 2,000.00 49 5010 FITTINGS BY COUNT, DUCTILE IRON, 8 IN X 4 IN, REDUCER EACH 1 $ 400.00 $ 400.00 50 5010 FITTINGS BY COUNT, DUCTILE IRON, 8 IN X 6 IN, REDUCER EACH 1 $ 400.00 $ 400.00 Item No. Spec Section Item Unit Quantities Unit Bid Price Total Bid Price 51 5010 FITTINGS BY COUNT, DUCTILE IRON, 12 IN, MJ CAP EACH 1 $ 550.00 $ 550.00 52 5010 FITTINGS BY COUNT, DUCTILE IRON, 12 IN, 90° ELBOW EACH 4 $ 775.00 $ 3,100.00 53 5010 FITTINGS BY COUNT, DUCTILE IRON, 12 IN, 45° ELBOW EACH 9 $ 725.00 $ 6,525.00 54 5010 FITTINGS BY COUNT, DUCTILE IRON, 12 IN, 22 1/2° ELBOW EACH 6 $ 725.00 $ 4,350.00 55 5010 FITTINGS BY COUNT, DUCTILE IRON, 12 IN, 11 1/4° ELBOW EACH 1 $ 725.00 $ 725.00 56 5010 FITTINGS BY COUNT, DUCTILE IRON, 12 IN, TEE EACH 3 $ 1,350.00 $ 4,050.00 57 5010 FITTINGS BY COUNT, DUCTILE IRON, 12 IN, LOCKING TEE EACH 1 $ 1,400.00 $ 1,400.00 58 5010 FITTINGS BY COUNT, DUCTILE IRON, 12 IN X 6 IN, TEE EACH 3 $ 1,300.00 $ 3,900.00 59 5010 FITTINGS BY COUNT, DUCTILE IRON, 12 IN X 8 IN, TEE EACH 1 $ 1,300.00 $ 1,300.00 60 5010 FITTINGS BY COUNT, DUCTILE IRON, 12 IN X 6 IN, LOCKING TEE EACH 5 $ 1,400.00 $ 7,000.00 61 5010 FITTINGS BY COUNT, DUCTILE IRON, 12 IN X 8 IN, LOCKING TEE EACH 6 $ 1,400.00 $ 8,400.00 62 5010 FITTINGS BY COUNT, DUCTILE IRON, 12 IN X 6 IN, REDUCER EACH 2 $ 550.00 $ 1,100.00 63 5010 FITTINGS BY COUNT, DUCTILE IRON, 12 IN X 8 IN, REDUCER EACH 1 $ 550.00 $ 550.00 64 5010 FITTINGS BY COUNT, DUCTILE IRON, 12 IN X 6 IN, TAPPING SLEEVE EACH 1 $ 2,850.00 $ 2,850.00 65 5010 FITTINGS BY COUNT, DUCTILE IRON, 4 IN, RJ LONG SLEEVE EACH 1 $ 375.00 $ 375.00 66 5010 FITTINGS BY COUNT, DUCTILE IRON, 6 IN, RJ LONG SLEEVE EACH 7 $ 450.00 $ 3,150.00 67 5010 FITTINGS BY COUNT, DUCTILE IRON, 8 IN, RJ LONG SLEEVE EACH 5 $ 475.00 $ 2,375.00 68 5010 FITTINGS BY COUNT, DUCTILE IRON, 12 IN, RJ LONG SLEEVE EACH 2 $ 700.00 $ 1,400.00 69 5010 WATER SERVICE STUB, COPPER, 3/4 IN LF 28.6 $ 246.00 $ 7,035.60 70 5010 WATER SERVICE STUB, COPPER, 1 IN LF 63.2 $ 316.45 $ 19,999.64 71 5010 WATER SERVICE STUB, COPPER, 1 1/4 IN LF 23.2 $ 258.63 $ 6,000.22 72 5010 WATER SERVICE STUB, COPPER, 2 IN LF 19.3 $ 414.50 $ 7,999.85 73 5010 WATER SERVICE STUB, TRENCHED, COPPER, 3/4 IN, WITH INTEGRAL RESTRAINED JOINT CASING PIPE LF 38.4 $ 108.60 $ 4,170.24 74 5010 WATER SERVICE STUB, TRENCHED, COPPER, 1 IN, WITH INTEGRAL RESTRAINED JOINT CASING PIPE LF 39 $ 110.46 $ 4,307.94 75 5010 WATER SERVICE STUB, TRENCHED, COPPER, 1 1/4 IN, WITH INTEGRAL RESTRAINED JOINT CASING PIPE LF 46 $ 115.20 $ 5,299.20 76 5010 WATER SERVICE STUB, TRENCHLESS, COPPER, 1 IN, WITH INTEGRAL RESTRAINED JOINT CASING PIPE LF 45.8 $ 110.40 $ 5,056.32 Item No. Spec Section Item Unit Quantities Unit Bid Price Total Bid Price 77 5010 WATER SERVICE STUB, TRENCHLESS, COPPER, 1 1/4 IN, WITH INTEGRAL RESTRAINED JOINT CASING PIPE LF 41.8 $ 114.00 $ 4,765.20 78 5010 WATER SERVICE STUB, TRENCHLESS, COPPER, 2 IN, WITH INTEGRAL RESTRAINED JOINT CASING PIPE LF 50.7 $ 122.00 $ 6,185.40 79 5020 VALVE, GATE, DIP, 4 IN EACH 1 $ 1,050.00 $ 1,050.00 80 5020 VALVE, GATE, DIP, 6 IN EACH 15 $ 1,350.00 $ 20,250.00 81 5020 VALVE, GATE, DIP, 8 IN EACH 8 $ 1,600.00 $ 12,800.00 82 5020 VALVE, GATE, DIP, 12 IN EACH 18 $ 2,400.00 $ 43,200.00 83 5020 FIRE HYDRANT EACH 9 $ 5,800.00 $ 52,200.00 84 5020 FIRE HYDRANT ASSEMBLY REMOVAL EACH 8 $ 1,500.00 $ 12,000.00 85 6010 MANHOLE, SW -401, 48 IN. EACH 4 $ 3,750.00 $ 15,000.00 86 6010 MANHOLE, SW -401, 60 IN. EACH 2 $ 5,000.00 $ 10,000.00 87 6010 MANHOLE, SW -402, 4 X 4 EACH 1 $ 4,500.00 $ 4,500.00 88 6010 INTAKE, SW -501 EACH 2 $ 5,500.00 $ 11,000.00 89 6010 INTAKE, SW -507 EACH 14 $ 5,000.00 $ 70,000.00 90 6010 INTAKE, SW -508 EACH 6 $ 5,500.00 $ 33,000.00 91 6010 INTAKE, SW -509 EACH 12 $ 5,500.00 $ 66,000.00 92 6010 INTAKE, SW -510 EACH 8 $ 6,250.00 $ 50,000.00 93 2435 INTAKE, SW -545 EACH 1 $ 6,250.00 $ 6,250.00 94 6010 CONNECTION TO EXISTING MANHOLE OR INTAKE EACH 14 $ 1,500.00 $ 21,000.00 95 6010 MANHOLE OR INTAKE ADJUSTMENT, MINOR EACH 10 $ 1,400.00 $ 14,000.00 96 6010 MANHOLE OR INTAKE ADJUSTMENT, MAJOR EACH 2 $ 3,250.00 $ 6,500.00 97 6010 REMOVALS, MANHOLE OR INTAKE EACH 35 $ 1,000.00 $ 35,000.00 98 6020 SANITARY SEWER SPOT REPAIR, BY COUNT EACH 1 $ 5,000.00 $ 5,000.00 99 6020 SANITARY SEWER SPOT REPAIR, BY LINEAR FOOT LF 12 $ 500.00 $ 6,000.00 100 7010 STANDARD OR SLIP FORM PORTLAND CEMENT CONCRETE PAVEMENT, CLASS C- SUD, CLASS 3 DURABILITY, 8 IN. SY 361.5 $ 38.95 $ 14,080.43 101 7010 STANDARD OR SLIP FORM PORTLAND CEMENT CONCRETE PAVEMENT, CLASS C- SUD, CLASS 3 DURABILITY, 10 IN. SY 30967.3 $ 47.60 $ 1,474,043.48 102 2304 TEMPORARY PAVEMENT SY 3574.6 $ 35.50 $ 126,898.30 103 7010 CURB AND GUTTER, SLOPED, VAR., 6 IN. LF 662 $ 25.90 $ 17,145.80 104 7010 CURB AND GUI 1 ER, STANDARD, VAR., 6 IN. LF 856 $ 25.30 $ 21,656.80 105 7010 CONCRETE MEDIAN SY 36.5 $ 75.00 $ 2,737.50 106 7010 LINSEED OIL SURFACE TREATMENT OF PCC PAVING AND CURB AND GUTTER SY 3681.5 $ 1.20 $ 4,417.80 107 7020 HMA PAVEMENT, STANDARD, 8 IN. SY 161.7 $ 89.50 $ 14,472.15 108 7030 REMOVAL OF SIDEWALK, SHARED USE PATH, OR DRIVEWAY SY 1217.2 $ 5.50 $ 6,694.60 109 7030 SHARED USE PATHS, PCC, 6 IN. SY 3779.7 $ 33.30 $ 125,864.01 110 7030 PCC SIDEWALK, PCC, 4 IN. SY 1753.5 $ 35.50 $ 62,249.25 111 TECHNICAL 401 STANDARD PORTLAND CEMENT COLORED CONCRETE PAVEMENT, CLASS C-4, CLASS 3 DURABILITY, 6 IN. SY 2377.3 $ 108.00 $ 256,748.40 Item No. Spec Section Item Unit Quantities Unit Bid Price Total Bid Price 112 TECHNICAL 401 STANDARD PORTLAND CEMENT COLORED CONCRETE PAVEMENT, CLASS C-4, CLASS 3 DURABILITY, 10 IN. SY 897.2 $ 130.50 $ 117,084.60 113 7030 DETECTABLE WARNINGS, CAST IRON SF 490 $ 30.00 $ 14,700.00 114 7030 DRIVEWAYS, PCC, 6 IN. SY 2151.8 $ 41.00 $ 88,223.80 115 7040 FULL DEPTH PATCHES, COMPOSITE SY 139.7 $ 155.25 $ 21,688.43 116 7040 FULL DEPTH PATCHES, HMA SY 40.4 $ 144.00 $ 5,817.60 117 7040 FULL DEPTH PATCHES, PCC SY 58.4 $ 105.50 $ 6,161.20 118 7040 REMOVAL OF PAVEMENT SY 45061.9 $ 5.50 $ 247,840.45 119 7040 CURB AND GUTTER REMOVAL LF 3500 $ 2.50 $ 8,750.00 120 7040 SAWCUT FOR REMOVALS LF 5331.6 $ 5.50 $ 29,323.80 121 8010 TRAFFIC SIGNAL EACH 3 $ 225,000.00 $ 675,000.00 122 8010 TRAFFIC SIGNAL REMOVAL EACH 3 $ 4,250.00 $ 12,750.00 123 8010 TEMPORARY TRAFFIC SIGNAL EACH 3 $ 12,000.00 $ 36,000.00 124 8030 TRAFFIC CONTROL LS 1 $ 60,000.00 $ 60,000.00 125 2523 LIGHT POLES EACH 40 $ 4,750.00 $ 190,000.00 126 2523 ELECTRICAL CIRCUITS LF 12395 $ 10.00 $ 123,950.00 127 8010 HANDHOLES AND JUNCTION BOXES EACH 44 $ 950.00 $ 41,800.00 128 2523 CONTROL CABINET EACH 1 $ 6,500.00 $ 6,500.00 129 2528 FLAGGER EACH 20 $ 485.00 $ 9,700.00 130 8020 WATERBORNE STA 312.03 $ 36.00 $ 11,233.08 131 8020 WET, RETROREFLECTIVE REMOVABLE TAPE MARKINGS STA 336.48 $ 110.00 $ 37,012.80 132 8020 PAVEMENT MARKINGS REMOVED STA 53.11 $ 115.00 $ 6,107.65 133 8020 PAINTED SYMBOLS AND LEGENDS, SOLVENT WATERBORNE EACH 4 $ 100.00 $ 400.00 134 2401 REMOVAL OF CONCRETE FOOTINGS OF LIGHT POLES EACH 26 $ 500.00 $ 13,000.00 135 2505 REMOVAL OF STEEL BEAM GUARDRAIL LF 126 $ 8.00 $ 1,008.00 136 2518 SAFETY CLOSURE EACH 61 $ 100.00 $ 6,100.00 137 2524 REMOVE AND REINSTALL SIGN EACH 3 $ 100.00 $ 300.00 138 2524 REMOVAL OF TYPE A SIGN ASSEMBLY EACH 32 $ 50.00 $ 1,600.00 139 2524 REMOVAL OF TYPE B SIGN TRUSS AND FOUNDATION EACH 4 $ 3,000.00 $ 12,000.00 140 2524 PERFORATED SQUARE STEEL TUBE POSTS LF 559 $ 8.00 $ 4,472.00 141 2524 PERFORATED SQUARE STEEL TUBE POST ANCHOR, BREAK-AWAY SOIL INSTALLATION EACH 56 $ 225.00 $ 12,600.00 142 2524 TYPE A SIGNS, SHEET ALUMINUM SF 468 $ 16.50 $ 7,722.00 143 2524 TYPE B SIGNS, SHEET ALUMINUM SF 77 $ 27.50 $ 2,117.50 144 2524 TEMPORARY BUSINESS ACCESS SIGNS EACH 43 $ 100.00 $ 4,300.00 145 2528 TEMPORARY BARRIER RAIL, CONCRETE LF 1290 $ 12.00 $ 15,480.00 146 2528 TEMPORARY FLOODLIGHTING LUMINAIRE EACH 13 $ 1,000.00 $ 13,000.00 147 2528 TEMPORARY LANE SEPARATION SYSTEM LF 3296 $ 9.00 $ 29,664.00 148 2528 PORTABLE DYNAMIC MESSAGE SIGN CDAY 120 $ 75.00 $ 9,000.00 149 9010 TEMPORARY SEEDING ACRE 4.5 $ 2,067.00 $ 9,301.50 150 9040 SWPPP MANAGEMENT LS 1 $ 15,000.00 $ 15,000.00 151 9010 SEEDING, FERTILIZING, AND MULCHING FOR HYDRAULIC SEEDING ACRE 4.5 $ 4,356.00 $ 19,602.00 152 9040 PERIMETER AND SLOPE SEDIMENT CONTROL DEVICE LF 2275 $ 3.00 $ 6,825.00 Item No. Spec Section Item Unit Quantities Unit Bid Price Total Bid Price 153 9040 REMOVAL OF PERIMETER AND SLOPE SEDIMENT CONTROL DEVICE LF 2275 $ 0.25 $ 568.75 154 9040 SILT FENCE OR SILT FENCE DITCH CHECK INSTALLATION LF 2731.3 $ 2.25 $ 6,145.43 155 9040 MAINTENANCE OF SILT FENCE OR SILT FENCE DITCH CHECK LF 273.1 $ 0.35 $ 95.59 156 9040 REMOVAL OF SILT FENCE OR SILT FENCE DITCH CHECK LF 2731.3 $ 0.50 $ 1,365.65 157 9040 ROLLED EROSION CONTROL PRODUCT, TYPE II SQ 103 $ 20.67 $ 2,129.01 158 2601 MOWING ACRE 4.7 $ 225.00 $ 1,057.50 159 9040 TEMPORARY INTAKE OR MANHOLE COVER ASSEMBLY EACH 6 $ 65.00 $ 390.00 160 9040 MAINTENANCE OF TEMPORARY INTAKE OR MANHOLE COVER ASSEMBLY EACH 6 $ 35.00 $ 210.00 161 9040 REMOVAL OF TEMPORARY INTAKE OR MANHOLE COVER ASSEMBLY EACH 6 $ 25.00 $ 150.00 162 9040 OPEN -THROAT CURB INTAKE SEDIMENT FILTER EACH 45 $ 105.00 $ 4,725.00 163 9040 MAINTENANCE OF OPEN -THROAT CURB INTAKE SEDIMENT FILTER EACH 45 $ 25.00 $ 1,125.00 164 9040 REMOVAL OF OPEN -THROAT CURB INTAKE SEDIMENT FILTER EACH 45 $ 25.00 $ 1,125.00 165 9040 GRATE INTAKE SEDIMENT FILTER BAG EACH 5 $ 135.00 $ 675.00 166 9040 MAINTENANCE OF GRATE INTAKE SEDIMENT FILTER BAG EACH 5 $ 35.00 $ 175.00 167 9040 REMOVAL OF GRATE INTAKE SEDIMENT FILTER BAG EACH 5 $ 25.00 $ 125.00 168 9060 CHAIN LINK FENCE, 72 IN. LF 57.5 $ 35.00 $ 2,012.50 169 9060 REMOVAL OF FENCE LF 57.5 $ 11.00 $ 632.50 170 9070 MODULAR BLOCK RETAINING WALL SF 252 $ 28.10 $ 7,081.20 171 11020 MOBILIZATION LS 1 $ 775,000.00 $ 775,000.00 172 11030 RELOCATION OF MAILBOXES LS 1 $ 1,500.00 $ 1,500.00 173 11050 CONCRETE WASHOUT LS 1 $ 5,500.00 $ 5,500.00 174 TECHNICAL 400 LANDSCAPING LS 1 $ 285,000.00 $ 285,000.00 175 9010 WATERING MGAL 11.76 $ 160.00 $ 1,881.60 176 9040 IN-LINE FLOCCULANT SOCK EACH 50 $ 700.00 $ 35,000.00 177 9040 DEWATERING BAGS EACH 75 $ 550.00 $ 41,250.00 Total Bid $ 8,376,954.84 Bidder Status Form To be completed by all bidders Part A Please answer "Yes" or "No" for each of the following: ["Yes ❑ N o Er Yes 13 Yes [r Yes ❑ No ❑ No ❑ No ErYes ❑ No My company is authorized to transact business in Iowa. (To help you determine if your company is authorized, please review the worksheet on the next page). My company has an office to transact business in Iowa. My company's office in Iowa is suitable for more than receiving mail, telephone calls, and e-mail. My company has been conducting business in Iowa for at least 3 years prior to the first request for bids on this project. My company is not a subsidiary of another business entity or my company is a subsidiary of another business entity that would qualify as a resident bidder in Iowa. If you answered "Yes" for each question above, your company qualifies as a resident bidder. Please complete Parts B and D of this form. If you answered "No" to one or more questions above, your company is a nonresident bidder. Please complete Parts C and D of this form. To be completed by resident bidders Part B My company has maintained offices in Iowa during the past 3 years at the following addresses: Dates: 6 / 2-7 / 7 ? to 3 / �y / / Address /was Ce)57`er �T,-e�:-/- City, State, Zip. r Cira/i1/ 7i4 sod 13 Dates: / / to / / Address. City, State, Zip: Dates: / / to / / Address: You may attach additional sheet(s) if needed. City, State, Zip. To be completed by non-resident bidders Part C 1. Name of home state or foreign country reported to the Iowa Secretary of State: 2. Does your company's home state or foreign country offer preferences to resident bidders, resident labor force preferences or any other type of preference to bidders or laborers? 3. If you answered "Yes" to question 2, identify each preference offered by your company's home state or foreign country and the appropriate legal citation. 0 Yes ❑ No You may attach additional sheet(s) if needed. To be completed by all bidders Part D certify that the statements made on this document are true and complete to the best of my knowledge and I know that my failure to provide accurate and truthful information may be a reason to reject my bid. Firm Name: lr(ihn;r,�Aryr („orlTY' rIsetivh Signature: — Date:/./y�i9 You must submit the completed form to the governmental body requesting bids per 875 Iowa Administrative Code Chapter 156. This form has been approved by the Iowa Labor Commissioner. 309-6001 (09-15) Worksheet: Authorization to Transact Business This worksheet may be used to help complete Part A of the Resident Bidder Status form. If at least one of the following describes your business, you are authorized to transact business in Iowa. Q"Yes D No ❑ Yes ErNo ❑ Yes [4No ['Yes ❑ No ❑ Yes []'No My business is currently registered as a contractor with the Iowa Division of Labor. My business is a sole proprietorship and I am an Iowa resident for Iowa income tax purposes. My business is a general partnership or joint venture. More than 50 percent of the general partners or joint venture parties are residents of Iowa for Iowa income tax purposes. My business is an active corporation with the Iowa Secretary of State and has paid all fees required by the Secretary of State, has filed its most recent biennial report, and has not filed articles of dissolution. My business is a corporation whose articles of incorporation are filed in a state other than Iowa, the corporation has received a certificate of authority from the Iowa secretary of state, has filed its most recent biennial report with the secretary of state, and has neither received a certificate of withdrawal from the secretary of state nor had its authority revoked. ❑ Yes 131No My business is a limited liability partnership which has filed a statement of qualification in this state and the statement has not been canceled. ❑ Yes ErNo My business is a limited liability partnership which has filed a statement of qualification in a state other than Iowa, has filed a statement of foreign qualification in Iowa and a statement of cancellation has not been filed. ❑ Yes ["No My business is a limited partnership or limited liability limited partnership which has filed a certificate of limited partnership in this state, and has not filed a statement of termination. ❑ Yes f'No My business is a limited partnership or a limited liability limited partnership whose certificate of limited partnership is filed in a state other than Iowa, the limited partnership or limited liability limited partnership has received notification from the Iowa secretary of state that the application for certificate of authority has been approved and no notice of cancellation has been filed by the limited partnership or the limited liability limited partnership. ❑ Yes ['No My business is a limited liability company whose certificate of organization is filed in Iowa and has not filed a statement of termination. ❑ Yes ErNo My business is a limited liability company whose certificate of organization is filed in a state other than Iowa, has received a certificate of authority to transact business in Iowa and the certificate has not been revoked or canceled, 309-6001 (09-15) BSF-2 NON -COLLUSION AFFIDAVIT OF PRIME BIDDER State of )ss County of /Black /ia6A ) J of C3H/f47 , being first duly sworn, deposes and says that: 1. He is (Owner, Partner, Officer, Representative, or Agent) , of dffr- , 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) f /� VVI Title Subscribed and sworn to before me this %'i day of 201` G l Title 6 My commission expires 9/A0 / .. NON -COLLUSION AFFIDAVITS AECOM #60528991-Ph2 DIANE L CALEY COMMMISS,Ip�p�ON N0.'703084084 MY COMMISg©:FRES MAY Se, rYQ�Z L ) NCA -1 of 2 FY 2019 University Avenue Reconstruction - Phase 2 City Contract Nol. 934 Waterloo, Iowa MBE/WBE BUSINESS ENTERPRISE PRE-BID CONTACT INFORMATION FORM Prime Contractor Name: G�n,,;nfi?u..z Loi z <• Project: �1.2frc,<1` M. 93Y Letting Date: 3//51/9 NO MBE/WBE SUBCONTRACTORS: If you are NOT using any MBE/WBE 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. Title: �¢ - ?ret -;./.,.47t Date: 3/j y/9 Contractor Signature: 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 MBENVBE 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 MBE/WBE 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 -2.0 . ..4:5,Tor *iatj 3/i.2 -/i j/es 39 '/5'�� ye5 77k %y2a3.g0 W z+e. eptjs71 ✓ u L -liar,, Zn4 . 3/////, A/4 (Form CCO-4) Rev. 06-20-02 MBE/WBE PARTICIPATION AECOM #60528991-Ph2 M-9 of 9 FY 2019 University Avenue Reconstruction - Phase 2 City Contract No. 934 Waterloo, Iowa