Loading...
HomeMy WebLinkAboutK. Cunningham Construction Co., Inc.K CLNNINGG-'GAM CONSTRUC--1ON Ca, G 1025 CENTER STREET CEDAR FALLS, GA 50613 \GC. Bid Security For: FY 2020 University Avenue Reconstruction - Phase 3 From Evergreen Avenue to Highway 63 Contract No. 971 City of Waterloo, Iowa CUNNINGHAM K CUNNINGHAM CONSTRUCTION CO., INC. 1025 CENTER STREET CEDAR FALLS, IA 50613 Construction Co Inc Bid Proposal For: FY 2020 University Avenue Reconstruction - Phase 3 From Evergreen Avenue to Highway 63 Contract No. 971 City of Waterloo, Iowa • i • Bid Security For: FY 2020 University Avenue Reconstruction - Phase 3 From Evergreen Avenue to Highway 63 Contract No. 971 City of Waterloo, Iowa CUNNINGHAM K CUNNINGHAM CONSTRUCTION C� > , INC. 1025 CENTER STREET CEDAR FALLS, IA 50613 • Revised per Addendum No. 4 - 02/25/2020 6 U o F DID OR P OPOSAI FY 2020 UNIVERSITY AVENUE RECONST UCTDOGi o PHASh 3 FIR Rid hVEROREEN AVENUE' TO HIGHWAY 63 CONTRACT NO0 9fl 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 �Wa , 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 2020 UNIVERSITY AVENUE RECONSTRUCTION ® PHASE 3, FROM EVERGREEN AVENUE TO HIGHWAY 63, Contract No. 971, all in accordance with the above -listed documents and for the unit prices for work in place for the following items and quantities: FY 2020 UNIVERSITY AVENUE RECONSTRUCTION - PHASE 3 FROM EVERGREEN AVENUE TO HIGHWAY 63 CITY CONTRACT NO. 971 UNIT UNIT BID 0 AL BID S ITEM CITY. . ITEM I M ® ®^ PRICE NO. PRICE UNIT $ $ 1 2010 107.5 CLEARING AND GRUBBING 2 2010 CY $ $ 8716 ON -SITE TOPSOIL 3 2010 CY 5663 $ $ TOPSOIL, CONTRACTOR FURNISH 4 2010 CY 41052 $ $ EXCAVATION, CLASS 10, ROADWAY AND BORROW 5 2010 CY 28890 $ $ EXCAVATION, CLASS 10, WASTE 6 2010 CY 50 $ $ EXCAVATION, CLASS 13 CY $ $ EXCAVATION, CLASS 20 7 2402 2664.1 8 2102 CY $ $ CONTRACTOR FURNISHED 750 EMBANKMENT -IN -PLACE (LEVEE MATERIAL) 9 2010 SY $ $ SUBGRADE PREPARATION, 12 IN. 47100 10 2010 SY 600 $ $ SUBGRADE TREATMENT, G EOG RI D 11 2010 CY 20121.6 $ $ SUBBASE, MODIFIED 12 2010 1 $ $ REMOVALS, STRUCTURES EACH FORM OF BID AECOM #60528991-Ph3 FB-1 of 11 City Contract No. 971 FY 2020 University Avenue Reconstruction - Phase 3 Waterloo, Iowa Revised per Addendum No. 4 - 02/25/2020 ITEM NO. ITEM CODE ITEM UNIT UNIT PRICE EST. BID TOTAL BID QTY. PRICE 13 2301 BRIDGE APPROACH, BR-201/231 SY 1430.7 $ $ 14 2301 BRIDGE APPROACH, BR-202/231 SY 452 $ $ 15 2301 BRIDGE APPROACH, BR-201/212 SY 405.4 $ $ 16 2301 BRIDGE APPROACH, BR-201/211 SY 100 $ $ 17 3010 REPLACEMENT BACKFILL MATERIAL OF UNSUITABLE CY 500 $ $ 18 6010 PIPE SUPPORT 3010.901 EACH 9 $ $ 19 4010 SANITARY PVC TRUSS, SEWER, 10 IN TRENCHED, LF 871.18 $ $ 20 4020 REMOVAL LESS THAN OF 36 SANITARY IN. SEWER, LF 254.4 $ $ 21 4020 SANITARY PLUG IN AND ABANDONMENT, FILL, LESS THAN 36 LF 2467.4 $ $ 22 4020 STORM CLASS III, SEWER, 15 IN. TRENCHED, RCP, LF 4665 $ $ 23 4020 STORM CLASS III, SEWER, 18 IN. TRENCHED, RCP, LF 1218.2 $ $ 24 4020 STORM CLASS III, SEWER, 24 IN. TRENCHED, RCP, LF ,053.9 $ $ 25 4020 STORM CLASS III, SEWER, 30 IN. TRENCHED, RCP, LF 331.4 $ $ 26 4020 STORM CLASS III, SEWER, 36 IN. TRENCHED, RCP, LF 1662.8 $ $ 27 4020 STORM CLASS III, SEWER, 48 IN. TRENCHED, RCP, LF 331.9 $ $ 28 4020 STORM CLASS III, SEWER, 44x27 IN. TRENCHED, RCP, LF 352.1 $ $ 29 4020 STORM CLASS SEWER, IV, 15 IN. TRENCHED, RCP, LF 294.7 $ $ 30 4020 STORM PVC, 8 IN. SEWER, TRENCHED, LF 24 $ $ 31 4020 STORM CLASS SEWER, IV, 36 IN. TRENCHED, RCP, LF 312 $ $ 32 4020 STORM UNCLASSIFIED, SEWER, TRENCHED, 18 IN. LF 44 $ $ 33 4020 STORM UNCLASSIFIED, SEWER, 24 TRENCHED, IN. LE 24 $ $ FORM OF BID AECOM #60528991-Ph3 City Contract No. 971 FB-2 of 11 FY 2020 University Avenue Reconstruction - Phase 3 Waterloo, Iowa Revised per Addendum No. 4 - 02/25/2020 ITEM NO. ITEM CODE ITEM UNIT EST. QTY. UNIT PRICE TOTAL BID BID PRICE 34 4020 REMOVAL RCP, LESS OF THAN STORM 36 IN. SEWER, LF 6904 $ $ 35 4020 STORM AND FILL, ABANDONMENT LESS THAN 36 IN. PLUG LF 45 $ $ 36 6010 15 RCP APRON 4030.222 EACH 2 $ $ 37 6010 18" RCP APRON 4030.222 EACH 2 $ $ 38 6010 24" RCP APRON 4030.222 EACH 3 $ $ 39 6010 36" RCP APRON 4030.222 EACH 2 $ $ 40 6010 24" 4030.224 PIPE APRON GUARD EACH 2 $ $ 41 6010 36" 4030.224 PIPE APRON GUARD EACH 2 $ $ 42 6010 RCP APRON FOOTINGS 4030.221 EACH 9 $ $ 43 4040 SUBDRAIN, TYPE SP, 6 IN. LF 11605 $ $ 44 4040 SUBDRAIN CONNECTIONS, SUBDRAIN, OUTLETS 6 IN. EXISTING AND EACH 12 $ $ 45 4040 SUBDRAIN CONNECTIONS, OUTLETS PER AND PLAN, 6 IN. EACH 150 $ $ 46 5010 WATER DUCTILE NITRILE MAIN GASKETS IRON TRENCHED, PIPE (DIP), 6 IN, LF 1991.7 $ $ 47 5010 WATER DUCTILE NITRILE RESTRAINED CASING MAIN GASKETS PIPE IRON JOINTS DIRECT PIPE INTEGRAL (DIP) WITH BURIED, 6 IN, LF 641 $ $ 48 5010 WATER DUCTILE NITRILE RESTRAINED MAIN GASKETS IRON JOINTS TRENCHLESS PIPE INTEGRAL (DIP) 6 IN, LF 203 $ $ 49 5010 FITTINGS IRON, 6 IN, BY MJ COUNT, CAP DUCTILE EACH 17 $ $ 50 5010 FITTINGS IRON, 6 IN, BY 90° COUNT, ELBOW DUCTILE EACH 2 $ $ 51 5010 FITTINGS IRON, 6 IN, BY COUNT, 45° ELBOW DUCTILE EACH 55 $ $ FORM OF BID AECOM #60528991-Ph3 City Contract No. 971 FB-3 of 11 FY 2020 University Avenue Reconstruction - Phase 3 Waterloo, Iowa Revised per Addendum No. 4 - 02/25/2020 ITEM NO. ITEM CODE ITEM UNIT UNIT PRICE TOTAL BID EST. BID QTY. PRICE 52 5010 IRON, FITTINGS 6 IN, BY 22 COUNT, 1/2° ELBOW DUCTILE EACH 4 $ $ 53 5010 IRON, FITTINGS 6 IN, BY 11 COUNT, 1/4° ELBOW DUCTILE EACH 3 $ $ 54 5010 IRON, FITTINGS 6 IN, BY LOCKING COUNT, DUCTILE TEE EACH 2 $ $ 55 5010 FITTINGS IRON, 6 IN, BY RJ COUNT, LONG SLEEVE DUCTILE EACH 19 $ $ 56 5010 WATER 3/4 IN SERVICE STUB, COPPER, LF 18 $ $ 4-7 5010 WATER SERVICE STUB, IN, TRENCHED, COPPER, 3/1 INTEGRAL RESTRAINED JOINTS WITH CASING PIPE 58 5020 VALVE, GATE, DIP, 6 IN EACH 21 $ $ 59 5020 FIRE HYDRANT ASSEMBLY EACH 11 $ $ 60 5020 FIRE REMOVAL HYDRANT ASSEMBLY EACH 9 $ $ 61 6010 MANHOLE, SW-401, 48 IN. EACH 6 $ $ 62 6010 MANHOLE, SW-402 EACH 6 $ $ 63 6010 MANHOLE, SW-403 EACH 8 $ $ 64 6010 INTAKE, SW-501 EACH 1 $ $ 65 6010 INTAKE, SW-502 EACH 1 $ $ 66 6010 INTAKE, SW-507 EACH 43 $ $ 67 6010 INTAKE, SW-508 EACH 7 $ $ 68 6010 INTAKE, SW-509 EACH 10 $ $ 69 6010 INTAKE, SW-510 EACH 5 $ $ 70 2435 INTAKE, SW-512, 24 IN. EACH 12 $ $ 71 6010 INTAKE, SW-513 EACH 4 $ $ 72 6010 MODIFIED INTAKE, SW-508 EACH 10 $ $ 73 6010 MODIFIED INTAKE, SW-510 EACH 2 $ $ 74 6010 CONNECTION MANHOLE OR TO INTAKE EXISTING EACH 3 $ $ 75 6010 ADJUSTMENT MANHOLE OR OF INTAKE, EXISTING MINOR EACH 7 $ $ 76 6010 ADJUSTMENT MANHOLE OR OF INTAKE, EXISTING MAJOR EACH 1 $ $ 77 6010 SANITARY SW-301, 48 SEWER, IN. MANHOLE, EACH 4 $ $ FORM OF BID AECOM #60528991-Ph3 City Contract No. 971 FB-4 of 11 FY 2020 University Avenue Reconstruction - Phase 3 Waterloo, Iowa Revised per Addendum No. 4 - 02/25/2020 ITEM ITEM CODE ITEM UNIT EST. UNIT TOTAL BID BID QTY. NO. PRICE PRICE 78 6010 SANITARY SW-303, SEWER, 48 IN. MANHOLE, EACH 2 $ $ 79 6010 INTAKE REMOVALS, MANHOLE OR EACH 72 $ $ 80 4010 SANITARY ABANDONMENT MANHOLE EACH 1 $ $ 81 7010 STANDARD PORTLAND PAVEMENT 3 DURABILITY, OR CEMENT CLASS SLIP 10 IN FORM C-SUD, CONCRETE CLASS SY 39914.1 $ $ 82 2304 TEMPORARY PAVEMENT SY 581 $ $ 83 7010 CURB VAR., AND 6 IN. GUTTER, SLOPED, LF 948.4 $ $ 84 TEC500CAL CONCRETE CONCRETE 4, CLASS 3 MEDIAN PAVEMENT, DURABILITY, COLORED CLASS 6 IN. C- SY 5942.1 $ $ 85 7010 LINSEED TREATMENT AND CURB OIL AND SURFACE OF PCC GUTTER PAVING SY 49000 $ $ 86 7020 HMA PAVEMENT, STANDARD, 8 SY 76.6 $ $ 87 7030 REMOVAL SHARED DRIVEWAY USE OF SIDEWALK, PATH, OR SY 2191 $ $ 88 7030 SHARED USE PATHS, PCC, 6 IN. SY 6765.3 $ $ 89 7030 SHARED 2IN., REINFORCED USE PATHS, PCC, 1FT.- SY 314.0 $ $ 90 7030 PCC SIDEWALK, PCC, 4 IN. SY 1482.2 $ $ 91 7030 PCC SIDEWALK, PCC, 6 IN. SY 109.5 $ $ 92 TECHNICAL 500 STANDARD COLORED PAVEMENT, DURABILITY, CONCRETE PORTLAND CLASS 6 IN C-4, CEMENT CLASS 3 SY 738.7 $ $ 93 TECHNICAL 500 STANDARD COLORED PAVEMENT, DURABILITY, CONCRETE PORTLAND CLASS 10 IN. C-4, CEMENT CLASS SY 419.1 $ $ 3 94 7030 DETECTABLE IRON WARNINGS, CAST SF 700 $ $ 95 7030 DRIVEWAYS, PCC, 6 IN. SY 1885.5 $ $ FORM OF BID AECOM #60528991-Ph3 City Contract No. 971 FB-5 of 11 FY 2020 University Avenue Reconstruction - Phase 3 Waterloo, Iowa • Revised per Addendum No. 4 - 02/25/2020 ITEM NO. ITEM CODE ITEM UNIT EST. UNIT PRICE TOTAL BID BID QTY. PRICE 96 7030 GRANULAR SURFACING, DRIVEWAY CLASS A TON 40.3 $ $ 97 7040 REMOVAL OF PAVEMENT SY 59494.1 $ $ 98 7040 CURB AND GUTTER REMOVAL LF 32 $ $ 99 7040 SAWCUT FOR REMOVALS LF 2986.6 $ $ 100 8010 TRAFFIC SIGNAL, RRFB EACH 1 $ $ 101 8010 TGRAFFIC 3 SIGNAL, UNIVERSITY & EACH 1 $ $ 102 8010 TRAFFIC RAMP SIGNAL, GREENHILL EACH 1 $ $ 103 8010 TRAFFIC SIGNAL, US 218 AND 63 EACH 1 $ $ 104 8010 TRAFFIC SIGNAL REMOVAL EACH 1 $ $ 105 8030 TRAFFIC CONTROL LS 1 $ $ 106 2519 TIMBER BOLLARD EACH 95 $ $ 107 2519 2-WAY COLLAPSIBLE BOLLARD EACH 4 $ $ 108 2522 ENHANCEMENT LIGHTING LS 1 $ $ 109 2523 TYPE 1 LIGHTING POLES EACH 81 $ $ 110 2523 TYPE 2 LIGHTING POLES EACH 15 $ $ 111 2523 ELECTRICAL CIRCUITS LF 29088.0 $ $ 112 2599 TUNNEL CAMERAS MONITORING EACH 3 $ $ 113 2599 TUNNEL LIGHTING TYPE 3 EACH 6 $ $ 114 2599 TUNNEL LIGHTING TYPE 4 EACH 2 $ $ 115 8010 HANDHOLES BOXES AND JUNCTION EACH 63 $ $ 116 2523 CONTROL CABINET EACH 4 $ $ 117 2528 FLAGGER EACH 20 $ $ 118 8020 PAINTED MARKINGS, WATERBORNE PAVEMENT SOLVENT STA 220.67 $ $ 119 8020 WET, REMOVABLE RETROREFLECTIVE TAPE MARKINGS STA 121.22 $ $ 120 8020 PAINTED LEGENDS, SYMBOLS THERMOPLASTIC AND EACH 20 $ $ 121 8020 PAVEMENT REMOVED MARKINGS STA 11.26 $ $ 122 2401 REMOVAL FOOTINGS OF OF CONCRETE LIGHT POLES EACH 40 $ $ FORM OF BID AECOM #60528991-Ph3 FB-6 of 11 City Contract No. 971 FY 2020 University Avenue Reconstruction - Phase 3 Waterloo, Iowa Revised per Addendum No. 4 - 02/25/2020 ITEM NO. ITEM CODE ITEM UNIT EST. UNIT TOTAL BID BID QTY. PRICE PRICE 123 2401 REMOVALS FLETCHER BRIDGE AS PER PLAN, LS 1 $ $ 124 2401 REMOVALS, GREENHILL AS ROAD PER BRIDGE PLAN, LS 1 $ $ 125 2401 REMOVALS, BLACKHAWK AS BRIDGE PER PLAN, LS 1 $ $ 126 2401 REMOVAL OF EXISTING BRIDGE LS 1 $ $ 127 2402 GRANULAR BACKFILL TON 3395 $ $ 128 2403 STRUCTURAL CONCRETE (MISC.) CY 505.5 $ $ 129 2403 STRUCTURAL CULVERT) CONCRETE (RCB CY 366.7 $ $ 130 2404 REINFORCING COATED STEEL, EPDXY LB 108297 $ $ 131 2404 REINFORCING STEEL STEEL, STAINLESS LB 70 $ $ 132 2413 DECK (CLASS OVER HPC-O -DEPTH PCC) OVERLAY SY 375 $ $ 133 2413 DECK REPAIR, CLASS A SPECIAL SY 75 $ $ 134 2413 DECK REPAIR, CLASS B SY 24.5 $ $ 135 2413 STEEL NEOPRENE EXTRUSION JOINT WITH LF 86.3 $ $ 136 2413 NEOPRENE INSTALLATION GLAND AND TESTING LF 86.3 $ $ 137 2414 STEEL RAIL PIPE PEDESTRIAN HAND LF 1287.3 $ $ 138 2414 STRUCTURAL HAND RAILING, STEEL WAVE PEDESTRIAN RAILING LF 1146.7 $ $ 139 2414 STRUCTURAL HAND RAILING, STEEL PED PEDESTRIAN TUNNEL LF 178 $ $ 140 2414 STRUCTURAL HAND TRAIL RAILING, STEEL GREENHILL PEDESTRIAN RD LF 365 $ $ 141 2426 CONCRETE REPAIR SF 256.2 $ $ 142 2426 BRIDGE OF CLEANING) REPAIR (INCLUDES COST LS 1 $ $ 143 2499 DECK DRAINS LS 1 $ $ 144 2505 REMOVAL GUARDRAIL OF STEEL BEAM LF 2560.4 $ $ FORM OF BID AECOM #60528991-Ph3 City Contract No. 971 FB-7 of 11 FY 2020 University Avenue Reconstruction - Phase 3 Waterloo, Iowa Revised per Addendum No. 4 - 02/25/2020 ITEM NO. ITEM CODE ITEM UNIT EST. UNIT PRICE TOTAL BID BID QTY. PRICE 145 2505 STEEL BARRIER BA-201 BEAM TRANSITION GUARDRAIL SECTION, EACH 4 $ $ 146 2505 STEEL ANCHOR, BEAM BOLTED GUARDRAIL END EACH 4 $ $ 147 2505 STEEL TANGENT 205 BEAM END GUARDRAIL TERMINAL, BA- EACH 3 $ $ 148 2505 STEEL FLARED BEAM END GUARDRAIL TERMINAL, BA-206 EACH 1 $ $ 149 2506 REMOVAL OF BRIDGE RAILING LF 800 $ $ 150 2507 MACADAM PROTECTION STONE SLOPE SY 624.4 $ $ 151 2513 CONCRETE (PEDESTRIAN/TRAFFIC) BARRIER LF 228.7 $ $ 152 2514 CONCRETE REINFORCED, BARRIER, SEPARATION LF 1300.6 $ $ 153 2518 SAFETY CLOSURE EACH 43 $ $ 154 2518 SAFETY FENCING LF 900 $ $ 155 2524 REMOVAL ASSEMBLY OF TYPE A SIGN EACH 84 $ $ 156 2524 REMOVAL ASSEMBLY OF B SIGN EACH 2 $ $ TYPE 157 2524 PERFORATED TUBE POSTS SQUARE STEEL LF 1251.3 $ $ 158 2524 PERFORATED TUBE AWAY POST SOIL ANCHOR, INSTALLATION SQUARE BREAK- STEEL EACH 116 $ $ 159 2524 TYPE ALUMINUM A SIGNS, SHEET SF 804.5 $ $ 160 2524 TEMPORARY SIGNS BUSINESS ACCESS EACH 37 $ $ 161 2524 OBJECT MARKER, TYPE 2 EACH 12 $ $ 162 2524 OBJECT MARKER, TYPE 3 EACH 8 $ $ 163 2528 TEMPORARY SYSTEM LANE SEPARATION LF 1560 $ $ 164 2528 PORTABLE SIGN DYNAMIC MESSAGE CDAY 30 $ $ 165 2533 MOBILIZATION LS 1 $ $ 166 2533 MOBILIZATION-GREENHILL ROAD BRIDGE LS 1 $ $ FORM OF BID AECOM #60528991-Ph3 City Contract No. 971 FB-8 of 11 FY 2020 University Avenue Reconstruction - Phase 3 Waterloo, Iowa Revised per Addendum No. 4 - 02/25/2020 ITEM NO. ITEM CODE ITEM UNIT EST. UNIT TOTAL BID BID QTY. PRICE PRICE 167 2533 MOBILIZATION BRIDGE -BLACK HAWK LS 1 $ $ 168 2533 BRIDGE MOBILIZATION-FLETCHER LS 1 $ $ 169 2533 MOBILIZATION-FLETCHER FLOODGATE LS 1 $ $ 170 2533 MOBILIZATION -BOX CULVERT LS 1 $ $ 171 TECHNICAL 800 TEMPORARY TYPE4 HYDRO -SEEDING ACRE 15 $ $ 172 9040 SWPPP MANAGEMENT LS 1 $ $ 173 TEC80NOICAL SEEDING, MULCHING SEEDING FERTILIZING, FOR HYDRAULIC AND ACRE 13.5 $ $ 174 2602 PERIMETER SEDIMENT IN. AND CONTROL SLOPE DEVICE, 9 LF 7220 $ $ 175 2602 PERIMETER SEDIMENT IN. AND CONTROL SLOPE DEVICE, 12 LF 580 $ $ 176 2602 REMOVAL SLOPE DEVICE SEDIMENT OF PERIMETER CONTROL AND LF 7800 $ $ 177 2602 SILT CHECK FENCE INSTALLATION OR SILT FENCE DITCH LF 8000 $ $ 178 2602 MAINTENANCE OR SILT FENCE DITCH OF SILT CHECK FENCE LF 800 $ $ 179 2602 REMOVAL SILT FENCE OF DITCH SILT FENCE CHECK OR LF 8000 $ $ 180 2602 TURF TYPE II REINFORCEMENT MAT, SQ 101 $ $ 181 2602 ROLLED PRODUCT, EROSION TYPE II CONTROL SQ 274 $ $ 182 2601 MOWING ACRE 13.5 $ $ 183 2602 TEMPORARY MANHOLE COVER INTAKE ASSEMBLY OR EACH 37 $ $ 184 2602 MAINTENANCE INTAKE ASSEMBLY OR MANHOLE OF TEMPORARY COVER EACH 37 $ $ 185 2602 REMOVAL INTAKE ASSEMBLY OR OF MANHOLE TEMPORARY COVER EACH 37 $ $ FORM OF BID AECOM #60528991-Ph3 City Contract No. 971 FB-9 of 11 FY 2020 University Avenue Reconstruction - Phase 3 Waterloo, Iowa Revised per Addendum No. 4 - 02/25/2020 TO —AL BID STEM UNIT BID -S. _ _ - Ta_•�jj%�jj UNI COD __RA $ INTAKE OPEN -THROAT CURB 94 $ 186 2602 EACH SEDIMENT FILTER $ MAINTENANCE OF OPEN- 94 $ CURB INTAKE EACH 187 2602 THROAT SEDIMENT FILTER $ REMOVAL OF OPEN -THROAT 94 $ 188 2602 EACH CURB INTAKE SEDIMENT FILTER GRATE INTAKE SEDIMENT FILTER $ 5 $ EACH 189 2602 BAG $ MAINTENANCE OF GRATE 190 2602 EACH 5 $ INTAKE SEDIMENT FILTER BAG $ REMOVAL OF GRATE INTAKE 191 2602 EACH 5 $ SEDIMENT FILTER BAG $ FENCE, 72 IN. LF 212 $ 192 9060 CHAIN LINK $ 193 9060 CHAIN LINK GATE, 16 FT. EAC 1 $ $ 194 9060 REMOVAL OF FENCE LF 1384 $ $ LS 1 $ 195 11050 CONCRETE WASHOUT $ TECHNICAL 196 LANDSCAPING LS 1 $ SPECS $ 197 9010 WATERING MGAL 100 $ $ 198 9040 IN -LINE F LOCCU LANT SOCK EACH 10 $ $ 10 $ 199 9040 D E WATE R I N G BAGS EACH $ TECHNICAL 200 POLLINATOR SEED ACRE 7.7 $ 800 $/ilyflCV9 T® -AL BID AMOUN 2 It is understood that the quantities set forth are approximate only and subject to variation and that the unit bid price for the work done shall govern in the actual payment to Contractor. 3. In submitting this bid, the bidder understands that the right is reserved by the City of Waterloo, Iowa, to reject any or all bids. If written notice of the acceptance of this bid is mailed, telegraphed, or delivered to the undersigned within thirty (30) days after the opening thereof, or at any time thereafter before this bid is withdrawn, the undersigned agrees to execute and deliver an agreement in the prescribed form and furnish the required bond and certificate of the insurance within ten (10) days after the agreement is presented to him for signature, and start work within ten (10) days after "Notice to Proceed" is issued. Security in the sum of er€ en a � ic?,J,4%-i c8i cI/ Dollars ($ Se ) in the form of , 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. FORM OF BID AECOM #60528991-Ph3 FB-10 of 11 FY 2020 University Avenue Reconstruction - Phase 3 City Contract No. 971 Waterloo, Iowa FY 2020 University Avenue Reconstruction Project - Phase 3 City Contract No. 971 1/24/2020 Revised per Addendum No. 4 - 02/25/2020 Item No. ITEM CODE Item Unit Totals Unit Bid Price Total Bid Price 1 2010 CLEARING AND GRUBBING j UNIT 2 3! 41 2010 ON -SITE TOPSOIL 2010 2010 5 2010 TOPSOIL, CONTRACTOR FURNISH EXCAVATION, CLASS 10, ROADWAY AND BORROW EXCAVATION, CLASS 10, WASTE 6 7 8 9 2010 EXCAVATION, CLASS 13 2402 EXCAVATION, CLASS 20 2102ICONTRACTOR FURNISHED EMBANKMENT -IN -PLACE (LEVEE MATERIAL) CY 2010 SUBGRADE PREPARATION, 12 IN. SY CY CY CY 107.5 8716 5663 41052 CY CY CY 28890 50 2664.1 60.00 12.00 25.00 4.50 2.75 26.00 7.50 10 2010 SUBGRADE TREATMENT, GEOGRID 121 13 14 15 2010 SUBBASE, MODIFIED 2010 REMOVALS, STRUCTURES SY CY EACH 750 47100 600 $ 20121.6 $ 1 $ 2301 BRIDGE APPROACH, BR-201/231 2301 BRIDGE APPROACH, BR-202/231 2301 BRIDGE APPROACH, BR-201/212 SY 20.00 1.60 1.60 30.00 6,862.00 1430.7 $ 168.00 16 17r 18 19 201 211 22 23 2301 3010 BRIDGE APPROACH, BR-201/211 REPLACEMENT OF UNSUITABLE BACKFILL MATERIAL 6010 PIPE SUPPORT 3010.901 SY SY 452 405.4 169.00 172.00 $ SY CY 100 500 EACH 9 4010JSANITARY SEWER, TRENCHED, PVC TRUSS, 10 IN. 4020 4020 REMOVAL OF SANITARY SEWER, LESS THAN 36 IN. SANITARY ABANDONMENT, PLUG AND FILL, LESS THAN 36 IN. LF LF 871.18 254.4 LF 4020 STORM SEWER, TRENCHED, RCP, CLASS III, 15 IN. 4020 24 25 4020 4020 STORM SEWER, TRENCHED, RCP, CLASS III, 18 IN. LF LF STORM SEWER, TRENCHED, RCP, CLASS III, 24 IN. STORM SEWER, TRENCHED, RCP, CLASS III, 30 IN. 26 27 4020 STORM SEWER, TRENCHED, RCP, CLASS III, 36 IN. 4020 281 291 4020 4020 STORM SEWER, TRENCHED, RCP, CLASS III, 48 IN. STORM SEWER, TRENCHED, RCP, CLASS III, 44x27 IN STORM SEWER, TRENCHED, RCP, CLASS IV, 15 IN 30 31 32 33 34 35 r 36 4020 STORM SEWER, TRENCHED, PVC, 8 IN. LF LF LF LF LF LF 40201STORM SEWER, TRENCHED, RCP, CLASS IV, 36 IN. 4020jSTORM SEWER, TRENCHED, UNCLASSIFIED, 18 IN. 4020 4020 STORM SEWER, TRENCHED, UNCLASSIFIED, 24 IN. REMOVAL OF STORM SEWER, RCP, LESS THAN 36 IN. 4020 6010 STORM ABANDONMENT, PLUG AND FILL, LESS THAN 36 IN. 15" RCP APRON 4030.222 37 ( 6010 18" RCP APRON 4030.222 - 381_ 6010124" RCP APRON 4030.222 391 6010136" RCP APRON 4030.222 401 6010 24" PIPE APRON GUARD 4030.224 411 6010 36" PIPE APRON GUARD 4030.224 421 6010; RCP APRON FOOTINGS 4030.221 43 4040 SUBDRAIN, TYPE SP, 6 IN. 44 4040 SUBDRAIN OUTLETS AND CONNECTIONS, EXISTING SUBDRAIN, 6IN. 4040 SUBDRAIN OUTLETS AND CONNECTIONS, PER PLAN, 6 IN. LF i._. LF LF IF _-r LF -�-_LF 2467.4 4665 218.2 1053.9 143.00 $ 28.00 401.00 66.00 29.00 9.00 48.00 51.00 60.00 331.4 89.00 1662.8 106.00 331.9 352.1 294.7 24 312 44 24 6904 161.00 117.00 j $ EACH t EACH 1 2 $ 813.00 1 $ j EACH 1I - 3 $ 806.00 1 $ EACH I 1,290.00 J $ ------------ I- EACH 1 2 $ 695.00 j $ EACH 1 2 $ 109.50 j $ EACH 9 $ 349.00 1 $ -_- - LF i 11605 $ 8.80 1 $ EACH 1 12 $ 295.00 j $ EACH 150 $ 171.00 $ 45 2 47.00j$ 46.00 1 $ 114.00 $ 48.00 $ 80.50$ 24.00_1 $ 42.00 j $ 773.00 1 $ 46I 5010 WATER MAIN, TRENCHED, DUCTILE IRON PIPE (DIP), 6 IN, NITRILE GASKETS LF ,- - WATER MAIN, DIRECT BURIED, DUCTILE IRON PIPE (DIP), 6 IN, NITRILE 47S0101GASKETS, INTEGRAL RESTRAINED JOINTS WITH CASING PIPE - WATER MAIN, TRENCHLESS, DUCTILE IRON PIPE (DIP), 6 IN, NITRILE GASKETS, LF 48 50101INTEGRAL RESTRAINED JOINTS 49 5010IFITTINGS BY COUNT, DUCTILE IRON, 6 IN, MI CAP 50, 5010!FITTINGS BY COUNT, DUCTILE IRON, 6 IN, 90° ELBOW LF 51 52 50101 FITTINGS BY COUNT, DUCTILE IRON, 6 IN, 45° ELBOW 5010 53 54 55 56 5010 5010 5010 FITTINGS BY COUNT, DUCTILE IRON, 6 IN, 22 1/2° ELBOW FITTINGS BY COUNT, DUCTILE IRON, 6 IN, 11 1/4° ELBOW FITTINGS BY COUNT, DUCTILE IRON, 6 IN, LOCKING TEE FITTINGS BY COUNT, DUCTILE IRON, 6 IN, RJ LONG SLEEVE 5010 57 58 59 60 61 62 63 WATER SERVICE STUB, COPPER, 3/4 IN 5010 JOINTS WITH CASING PIPE 5020 VALVE, GATE, DIP, 6 IN 5020 5020 6010 6010 6010 FIRE HYDRANT ASSEMBLY FIRE HYDRANT ASSEMBLY REMOVAL MANHOLE, SW-401, 48 IN. MANHOLE, SW-402 MANHOLE, SW-403 EACH EACH EACH EACH EACH 1991.7 641 203 17 2 55 69.00 1 $ 125.00 92.00 $ $ 336.00 i $ 414.00 $ 403.00 4 $ EACH EACH LF 339.00 3 $ 2 19 18 L-F 0 EACH EACH EACH EACH EACH EACH 401.00 484.00 409.00 101.00 1,044.00 4,182.00 628.00 6 $ 4,386.00 3,842.00 5,698.00 6,450.00 104,592.00 141,575.00 184,734.00 79,447.50 1,300.00 19,980.75 15,000.00 75,360.00 960.00 603,648.00 6,862.00 240,357.60 76,388.00 69,728.80 14,300.00 14,000.00 3,609.00 57,497.88 7,377.60 22,206.60 223,920.00 62,128.20 63,234.00 29,494.60 176,256.80 53,435.90 41,195.70 13,850.90 1,104.00 35,568.00 2,112.00 1,932.00 165,696.00 1,890.00 1,546.00 1,626.00 2,418.00 2,580.00 1,390.00 219.00 3,141.00 102,124.00 3,540.00 25,650.00 137,427.30 80,125.00 18,676.00 5,712.00 828.00 22,165.00 1,356.00 1,203.00 968.00 7,771.00 1,818.00 21,924.00 46,002.00 5,652.00 26,316.00 23,052.00 45,584.00 FY 2020 University Avenue Reconstruction Project - Phase 3 City Contract No. 971 1/24/2020 Revised per Addendum No. 4 - 02/25/2020 Item No. ITEM CODE Item Unit Totals Unit Bid Price Total Bid Price 64 6010±NTAKE, SW-501 65 6010 INTAKE, SW-502 66 6010 INTAKE, SW-507 EACH EACH EACH 67 68 6010 6010 INTAKE, SW-508 INTAKE, SW-509 EACH EACH 1 1 43 7 0 3,519.00 $ 4,076.00 $ 3,682.00 $ 3,960.00 4,330.00 69 6010 INTAKE, SW-510 70 2435 71 6010 INTAKE, SW-512, 24 IN. INTAKE, SW-513 EACH EACH 5 12 721 - 6010 731 6010 74 6010 75 761 77 78 79 80 6010 MODIFIED INTAKE, SW-508 MODIFIED INTAKE, SW-510 CONNECTION TO EXISTING MANHOLE OR INTAKE ADJUSTMENT OF EXISTING MANHOLE OR INTAKE, MINOR 6010 ADJUSTMENT OF EXISTING MANHOLE OR INTAKE, MAJOR 6010 SANITARY SEWER, MANHOLE, SW-301, 48 IN. - 6010ISANITARY SEWER, MANHOLE, SW-303, 48 IN. 6010 REMOVALS, MANHOLE OR INTAKE EACH EACH EACH L I EACH EACH EACH EACH 4 4,795.00 1,458.00 4,181.00 10 3 6,871.00 6,908.00 662.00 7 1 4 4010 SANITARY MANHOLE ABANDONMENT 81 7010 EACH EACH 2 72 $ STANDARD OR SLIP FORM PORTLAND CEMENT CONCRETE PAVEMENT, CLASS C-SUD, CLASS 3 DURABILITY, 10 IN. 821 2304 TEMPORARY PAVEMENT 831 7010ICURB AND GUTTER, SLOPED, VAR., 6 IN. 84 EACH SY SY CONCRETE MEDIAN, COLORED CONCRETE PAVEMENT, CLASS C-4, CLASS 3 TECHNICAL500 LDURABILITY,6IN. -__--_- LF SY 1,234.00 1,829.00 3,905.00 5,169.00 492.00 1 $ 1,173.00 39914.1 581 48.20 60.00 948.4 5942.1 $ 24.50 $ 108.00 1 $ 1 LINSEED OIL SURFACE TREATMENT OF PCC PAVING AND CURB AND GUTTER 85 L- 7010 86 70201 HMA PAVEMENT, STANDARD, 8 IN. 87 7030 REMOVAL OF SIDEWALK, SHARED USE PATH, OR DRIVEWAY 88{_ 7030 SHARED USE PATHS, PCC, 6 IN. 89 7030 SHARED USE PATHS, PCC, 1FT: 21N., REINFORCED 90 7030 PCC SIDEWALK, PCC, 4 IN. 91 92 7030 PCC SIDEWALK, PCC, 6 IN SY SY SY SY SY 49000 76.6 2191 6765.3 314 SY SY 1482.2 0.50 120.00 1 $ 4.25 I $ 109.5 TECHNICAL 500 931TECHNICAL 500 -r 94i_ _ 7030 DETECTABLE WARNINGS, CAST IRON 951 _ 70301 DRIVEWAYS, PCC, 6 IN. 96 7030I. GRANULAR DRIVEWAY SURFACING, CLASS A 97} 7040]REMOVALOFPAVEMENT - 98 70401 CURB AND GUTTER REMOVAL 99100i 7040 SAWCUT FOR REMOVALS 8010TRAFFIC SIGNAL, RRFB 1011 8010 TRAFFIC SIGNAL, UNIVERSITY & 63 1021 80101TRAFFIC SIGNAL, GREENHILL RAMP 103' 80101TRAFFIC SIGNAL US 218 AND 63 1041 8010iTRAFFIC SIGNAL REMOVAL - 105'1 8030I TRAFFIC CONTROL 1061 2519]TIMBER BOLLARD 107 25191 2-WAY COLLAPSIBLE BOLLARD 108 109 110 2522 2523 2523 ENHANCEMENT LIGHTING TYPE 1 LIGHTING POLES STANDARD PORTLAND CEMENT COLORED CONCRETE PAVEMENT, CLASS C-4 CLASS 3 DURABILITY, 6 IN. STANDARD PORTLAND CEMENT COLORED CONCRETE PAVEMENT, CLASS C-4, CLASS 3 DURABILITY, 10 IN. SY 738.7 36.30 $ 15050i$ 39.85 1 $ 72.50 $ 108.00 $ SY 419.1 $ 130.50 $ SF SY TON T SY LF LF EACH j EACH EACH 700 $ 1885.5 $ 40.3 $ 594941 $ 32 $ 2986.6 $ 1 $ 1 $ EACH 1 $ EACH LS EACH TYPE 2 LIGHTING POLES 111 112 2523 2599 EACH LS 95 $ 4 $ 1 $ EACH 81 $ EACH 15 ELECTRICAL CIRCUITS TUNNEL MONITORING CAMERAS 113 2599 TUNNEL LIGHTING TYPE 3 114 115 2599 TUNNEL LIGHTING TYPE 4 8010 LF 29088.0 EACH HANDHOLES AND JUNCTION BOXES 116 2523 CONTROL CABINET EACH EACH 3 6 2 EACH 117 118 2528 FLAGGER 8020 EACH 63 4 EACH 20 PAINTED PAVEMENT MARKINGS, SOLVENT WATERBORNE 119 120 121 122 123 124 125. 8020 8020 WET, RETROREFLECTIVE REMOVABLE TAPE MARKINGS PAINTED SYMBOLS AND LEGENDS, THERMOPLASTIC 8020 PAVEMENT MARKINGS REMOVED 2401 REMOVAL OF CONCRETE FOOTINGS OF LIGHT POLES 2401 REMOVALS, AS PER PLAN, FLETCHER BRIDGE 2401 REMOVALS, AS PER PLAN, GREENHILL ROAD BRIDGE 2401 REMOVALS, AS PER PLAN, BLACKHAWK BRIDGE STA STA EACH STA EACH LS LS LS 220.67 121.22 20 11.26 40 1 1 35.00 $ 36.00 j $ 45.00 ; $ 4.25 $ 4.25 I $ 5.50 $ 17,500 00 $ 50,000.00 i $ 17,500.00 $ 15,000.00 $ 10,000.00 { $ 44,000.00 $ 175.00 $ 400.00 $ ------- ---- 550,000.00 $ 5,000.00 $ 5,500.00 16.00 7,500.00 800.00 1,250.00 900.00 7,000.00 500.00 60.00 115.00 600.00 180.00 600.00 6,000.00 75,000.00 100,000.00 3,519.00 4,076.00 158,326.00 27,720.00 43,300.00 23,975.00 17,496.00 16,724.00 68,710.00 13,816.00 1,986.00 8,638.00 1,829.00 15,620.00 10,338.00 35,424.00 1,173.00 1,923,859 62 34,860.00 23,235.80 641,746.80 24,500.00 9,192.00 9,311.75 245,580.39 47,257.00 59,065.67 7,938.75 79,779.60 54,692.55 24,500.00 67,878.00 1,813.50 252,849.93 136.00 16,426.30 17,500.00 50,000.00 17,500.00 15,000.00 10,000.00 44,000.00 16,625.00 1,600.00 550,000.00 405,000.00 82,500.00 465,408.00 22,500.00 4,800.00 2,500.00 56,700.00 28,000.00 10,000.00 13,240.20 13,940.30 12,000.00 2,026.80 24,000.00 6,000.00 75,000.00 100,000.00 FY 2020 University Avenue Reconstruction Project - Phase 3 City Contract No. 971 1/24/2020 Revised per Addendum No. 4 - 02/25/2020 Item No. ITEM CODE Item Unit Totals Unit Bid Price Total Bid Price 126 2401 127 128 129 2402 REMOVAL OF EXISTING BRIDGE GRANULAR BACKFILL 2403 2403 130 131 132 133 134 STRUCTURAL CONCRETE (MISC.) STRUCTURAL CONCRETE (RCB CULVERT) 2404IREINFORCING STEEL, EPDXY COATED 2404IREINFORCING STEEL, STAINLESS STEEL 2413 2413 2413 DECK OVER -DEPTH OVERLAY (CLASS HPC-O PCC) DECK REPAIR, CLASS A SPECIAL DECK REPAIR, CLASS B LS 1 TON CY CY 3395 505.5 366.7 135 136 2413 STEEL EXTRUSION JOINT WITH NEOPRENE 2413 NEOPRENE GLAND INSTALLATION AND TESTING 137 138 2414 STEEL PIPE PEDESTRIAN HAND RAIL 2414iSTRUCTURAL STEEL PEDESTRIAN HAND RAILING, WAVE RAILING 139 2414 STRUCTURAL STEEL PEDESTRIAN HAND RAILING, PED TUNNEL 140 2414 108297 70 375 75 24.5 LF STRUCTURAL STEEL PEDESTRIAN HAND RAILING, GREENHILL RD TRAIL LF 86.3 86.3 1287.3 1146.7 178 365 125,000.00 16.50 375.00 650.00 $ 1.75 $ 12.00 $ 225.00 $ 275.00 650.00 280.00 ' $ 40.00 95.00 330.00 260.00 230.00 141 2426 CONCRETE REPAIR SF 256.2 142 143 144i 1451 1461 1471 2426 BRIDGE REPAIR (INCLUDES COST OF CLEANING) 2499 DECK DRAINS 2505 REMOVAL OF STEEL BEAM GUARDRAIL 2505 2505 2505 STEEL BEAM GUARDRAIL BARRIER TRANSITION SECTION, BA-201 STEEL BEAM GUARDRAIL END ANCHOR, BOLTED LS 1 LS LF EACH 2560.4 4 EACH STEEL BEAM GUARDRAIL TANGENT END TERMINAL, BA-205 1481 149 2505 STEEL BEAM GUARDRAIL FLARED END TERMINAL, BA-206 2506 REMOVAL OF BRIDGE RAILING 150 2507 MACADAM STONE SLOPE PROTECTION EACH LEACH LF 151 152 153 1541 1551 156L 1571._. I 1581- 159 160 2513 CONCRETE BARRIER (PEDESTRIAN/TRAFFIC) 2514 2518 2518 2524 CONCRETE BARRIER, REINFORCED, SEPARATION SAFETY CLOSURE SY LF T LF EACH SAFETY FENCING REMOVAL OF TYPE A SIGN ASSEMBLY 2524 REMOVAL OF TYPE 8 SIGN ASSEMBLY 2524 2524 PERFORATED SQUARE STEEL TUBE POSTS LF EACH 4 3 1 800 624.4 228.7 1300.6 150 00 1,100.00 139,500.00 6.00 2,000.00 500.00 3,000.001 $ 3,000.00 j $ 6.50 60.00 140.00 85.00 43 $ 150.00 900 $ 5.00 84 $ 50.00 EACH _ LF 1251.3 PERFORATED SQUARE STEEL TUBE POST ANCHOR, BREAK -AWAY SOIL INSTALLATION 2524 2524 TYPE A SIGNS, SHEET ALUMINUM TEMPORARY BUSINESS ACCESS SIGNS 161 2524 OBJECT MARKER, TYPE 2 162j 2524 OBJECT MARKER, TYPE 3 EACH 1 $ 163 2528 TEMPORARY LANE SEPARATION SYSTEM LF 1 $ 164: 2528 PORTABLE DYNAMIC MESSAGE SIGN CDAY I $ 1651 2533 MOBILIZATION 1661 167r 1681 1691 170i- 2533 MOBILIZATION BOX CULVERT LS 1 $ 171jTECHNICAL800 TEMPORARY HYDRO -SEEDING TYPE 4 ACRE 15 $ 172! 9040ISWPPP MANAGEMENT , LS 1 $ --- 173TECHNICAL800 SEEDING, FERTILIZING, AND MULCHING FOR HYDRAULIC SEEDING ACRE 13.5 $ 174; 2602:PERIMETER AND SLOPE SEDIMENT CONTROL DEVICE, 9 IN. LF 7220 $ 175 2602 PERIMETER AND SLOPE SEDIMENT CONTROL DEVICE, 12 IN. LF 580 $ EACH 116 SF 300.00 804.5 $ 8.00 150.00 22.50 100.00 250.00 $ 37 12 8 1560 30 LS 1 $ 2533 MOBILIZATION-GREENHILL ROAD BRIDGE 25331MOBILIZATION-BLACK HAWK BRIDGE .----------_-__- ----- 2533]MOBILIZATION-FLETCHERBRIDGE _ 2533 MOBILIZATION-FLETCHER FLOODGATE EACH r.EACH LS LS LS r LS 176 2602 REMOVAL OF PERIMETER AND SLOPE SEDIMENT CONTROL DEVICE LF 7800 $ 177 2602 SILT FENCE OR SILT FENCE DITCH CHECK INSTALLATION LF 178 2602 MAINTENANCE OF SILT FENCE OR SILT FENCE DITCH CHECK LF 8000 179 2602 REMOVAL OF SILT FENCE OR SILT FENCE DITCH CHECK 180 2602 TURF REINFORCEMENT MAT, TYPE II 181 182 2602 ROLLED EROSION CONTROL PRODUCT, TYPE II 2601 LF SQ 800 MOWING 183 184 185 2602 186 187 188 189 190 2602 SQ 8000 ACRE 101 274 TEMPORARY INTAKE OR MANHOLE COVER ASSEMBLY EACH 13.5 MAINTENANCE OF TEMPORARY INTAKE OR MANHOLE COVER ASSEMBLY 2602 2602 2602 2602 2602 2602 REMOVAL OF TEMPORARY INTAKE OR MANHOLE COVER ASSEMBLY OPEN -THROAT CURB INTAKE SEDIMENT FILTER EACH MAINTENANCE OF OPEN -THROAT CURB INTAKE SEDIMENT FILTER REMOVAL OF OPEN -THROAT CURB INTAKE SEDIMENT FILTER GRATE INTAKE SEDIMENT FILTER BAG MAINTENANCE OF GRATE INTAKE SEDIMENT FILTER BAG EACH EACH EACH EACH EACH EACH 195.00 $ 7.75 ] $ 100.00 $ 780,000.00 $ 30,750_00 $ 30,750.00 $ 25,750.00 $ 14,250 00 1 $ 13,000.00 J$ 2,178.00 $ 25,000.00 $ 37 $ 37 $ 5,227.20 $ 3.60 $ 4.60 $ 0.35 $ 2.45 $ 0.35 $ 0.50 $ 47.78 $ 23.33 $ 240.00 $ 600.00 $ 35.00 $ 37 $ 94 $ 94 94 5 5 35.00 105.00 30.00 30.00 $ 135.00 $ 35.00 125,000.00 56,017.50 189,562.50 238,355.00 189,519.75 840.00 84,375.00 20,625.00 15,925.00 24,164.00 3,452.00 122,293.50 378,411.00 46,280.00 83,950.00 38,430.00 1,100.00 139,500.00 15,362.40 8,000.00 2,000.00 9,000.00 3,000.00 5,200.00 37,464.00 32,018.00 110,551.00 6,450.00 4,500.00 4,200.00 600.00 10,010.40 17,400.00 18,101.25 3,700.00 3,000.00 1,560.00 12,090.00 3,000.00 780,000.00 30,750.00 30,750.00 25,750.00 14,250 00 13,000.00 32,670.00 25,000.00 70,567.20 25,992.00 2,668.00 2,730.00 19,600.00 280.00 4,000.00 4,825.78 6,392.42 3,240.00 22,200.00 1,295.00 11295.00 9,870.00 2,820.00 2,820.00 675.00 175.00 FY 2020 University Avenue Reconstruction Project - Phase 3 City Contract No. 971 1/24/2020 Revised per Addendum No. 4 - 02/25/2020 Item No. ITEM CODE Item Unit Totals Unit Bid Price Total Bid Price 191 192 193 194 195 196 197 198 199 200 2602 REMOVAL OF GRATE INTAKE SEDIMENT FILTER BAG 9060 CHAIN LINK FENCE, 72 IN. 9060 CHAIN LINK GATE, 16 FT. 9060 11050 TECHNICAL SPECS 9010 9040 9040 TECHNICAL 800 REMOVAL OF FENCE CONCRETE WASHOUT LANDSCAPING — WATERING _ IN -LINE FLOCCULANT SOCK DEWATERING BAGS _ _ POLLINATOR SEED EACH LF_ EACH LF LS LS MGAL EACH EACH ACRE 5 $ 35.00 $ 212 $ - 27.10 $ 1 $ 900.00 $ 1384 $ 5.00 $ 1 $ 7,500.00 $ 1 $ 1,960,000.00 $ 100 $ 160.00 $ 10 $ 1,500.00 $ 10 $ 1,000.00 u $ 7.7 $ 4,825.00 j $ 175.00 5,745.20 900.00 6,920.00 7,500.00 1,960,000.00 16,000.00 15,000.00 10,000.00 37,152 50 ADDENDUM #4 - 02/25/2020 Total Bid Amount $ 14,489,155.49 Revised per Addendum No. 4 - 02/25/2020 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 01/31/2020 2 02/14/2020 3 02/21/2020 4 02/25/2020 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). 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. el.thThnq/a41. CIWSind eta h �. eashG. 3/47 .10-24 (Nam of Bidder) (Date) Title 'et-;e:4 Official Address: (Including Zip Code): 10,2 s denier -reel cedar taM rA Sdecp/3 I.R.S. No. d/2—//2711/7 FORM OF BID AECOM #60528991-Ph3 FB-11 of 11 FY 2020 University Avenue Reconstruction - Phase 3 City Contract No. 971 Waterloo, Iowa II3)UCOJde Fohm You may attach additional sheet(s) if needed. To be completed by non-resident bidders To be completed by aii bidders Pair Please answer "Yes" or "No" for each of the following: 1 Yes Yes Yes Yes Yes N o 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). N o My company has an office to transact business in Iowa. N o My company's office in Iowa is suitable for more than receiving mail, telephone calls, and e-mail. N o My company has been conducting business in Iowa for at least 3 years prior to the first request for bids on this project. N o 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: / Dates: / / • to / / Address: %.2 c en tee Sfre�74 City, State, Zip: der \ra � 4 5d� /3 Y p � / to / / Address: City, State, Zip: Dates: / / to / / Address: City, State, Zip: 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. 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. ecit,b;yinnA, don?* tA 4,17.6n Firm Name: Signature: Date:-247/2 vzo 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. Er Yes ■ Yes Yes El/Yes ❑ Yes ■ ■ • ■ Yes Yes ■ No My business is currently registered as a contractor with the Iowa Division of Labor. ❑No My business is a sole proprietorship and I am an Iowa resident for Iowa income tax purposes. ENo 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. 0 No 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. DNo ❑fNo Ei"No Yes IA No Yes ❑yNo Yes []No Yes allo 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. My business is a limited liability partnership which has filed a statement of qualification in this state and the statement has not been canceled. 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. 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. 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. My business is a limited liability company whose certificate of organization is filed in Iowa and has not filed a statement of termination. 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 .Sa1n/q ) )ss County of T)ci c k £wk ) 2Zr C7t#V1v , being first duly sworn, deposes and says that: 1 He is (Owner, Partner, Officer, Representative, or Agent) , of k21Lnvt,ryAan, £tl t. Co.) znc_. , 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 inteest, including this affiant. 20i (Signed) eti?telet7r?‘ Subscribed and sworn to before me this oq day of My commission expires Title L11...„.„±et C 3/941,oal DIANE 11, CALEY OOMMISw G4O.703OV MY COMMISS i S MAY >�!„ • 4irtet—cify Title NON -COLLUSION AFFIDAVITS AECOM #60528991-Ph3 NCA-1 of 2 FY 2020 University Avenue Reconstruction - Phase 3 City Contract Nol. 971 Waterloo, Iowa 0 tira J w0 C Z a0 w a Z w c (DZ W ZI- (n Cola W m0 w0 CO a? 5 0- v p-C . as E co z 0 0 0 0 E o 0 O �-Q 0) 0 0 0 O 0 _� 0 o O � E 0 0 0 0 •§ L y) O 0 c 0 0 LLI m m Lu LJ CC) MI c c 0) c . ( 0 z 0 4- 0 a Z 0 U 0 w 0 uJ CO 0 Z 0 iNt tui 0 Contractor Signature: c37 • 0 U) set 0 0 0 (0 0 c 0 0 13 0 0 0) c 0 0 0 c 0 �> O T L 0 0 O > O > 0 c 0 = 2, U) c O 0 co '� O O c 0 U) O Od � O L (/) O E L O U) L� O 0 - L '-g3) `o L E a0 (o 0 >- CO 0 J a. 0 ct Fon 0 Ce 2 0 0 0) BE subcontractor contacts a N 1 0) r M U 4 T 0 0 (1i 0 U) a 0 tau U) U) 0 co ca m 0 0) O d O 0 cO E E O O U E O (a c U) O •U .2 re > 0 O > 0_0 Ol," T > c� Q . (1) w c .O i_ - O c (0 • c U) o o cn E _o : = O O L. L : 0 0 D 0 0 0 O .c CN r N 0, CO (13 0 (0 E O O 0 (0 4-O U 0 U 0 C U) O7(B O O) L 0 (II N O 0 E _O 0 O c o T 0 0 E 0 0 O) () 0 o E 0 0 U) •L 0_IQ 0g LU sw— m LU LU m 2 135 C a) 4- a) U a a Q c3 c T 0 c O 0 0 CO 0 c 0 D 0 Cal W (i Ics CI.0 Fee 12 w0 00 w th0, Z o- Oi- Z (0 w Z e/) 000 w a um) 5 0 Ca L!e w Z CO w 03 5 TABLE OF posed to ted 4 4S va °CI r0 44- C� .E i4 O FU POO ofD 5 n (444 © 4 c ates tacted Q N oN/SaA Quot1 0 N q ntacted C .Q d t. ibcontractol v P (Form CCO-4) Rev. 06-20-02 0D 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 Dollars ($. 5% Five Percent of Amount Bid ) 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 27th day of February , 2020, for University Avenue Reconstruction - Phase 3 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 27th day of February , A.D. 20,_20 ,. K Cunningham Construction Co., Inc. .(Seal) Witness ;Witness rincipal By Hof OwEw) 'res-;044- (Title) United Fire & Casualty Company (Seal) Surety By Ofv_itibni Nancy EVBaltutai ,Attorney-in-fact BID BOND AECOM #60528991-Ph3 BB-1 OF 1 FY 2020 University Avenue Reconstruction - Phase 3 City Contract No. 971 Waterloo, Iowa INSURANCE 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 Horne 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 & Indemmnity 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 then corporate headquarters in Cedar Rapids, State of Iowa, does make, 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 Inquiries: Surety Department 118 Second Ave SE Cedat Rapids, IA 52401 their true and lawful Attorney(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 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, put suant 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 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 be 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 of 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 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. ENO ros /IIato& 01111111110/ yuwEstiv 4 . t` 6 ll111 1111 * \++ ,'/rrtrr//111MOO 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 10t h 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 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 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 Directors 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. Judith A. Jones Iowa Notarial Seal Commission number 173041 My Commission Expires 4/23/2021 Vice President Notary Public My commission expires: 4/23/2021 I, Mary A. Bertsch, Assistant Secretary of United Fire & Casualty 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 I have hereunto subscribed my name and affixed the corporate seal of the said Corporations this 27th day of February , 20 20 J +46 3tes /1, /rr'hin111111111\I\\\\+ Assistant Secretary UF&C & OF&I & FPIC BPOA0049 1217