Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
K Cunningham Construction Company Inc
CUNNINGHAM K CUNNINGHAM CONSTRUCTION CO., INC. 1025 CENTER STREET CEDAR FALLS, IA 50613 Construction Co Inc Bid Security For• F.Y. 2020 Courtland St., Jefferson St., and Mulberry St. Reconstruction Program Contract No. 1015 City of Waterloo, Iowa a CUNNINGHAM K CUNNINGHAM CONSTRUCTION CO., INC. 1025 CENTER STREET CEDAR FALLS, IA 50613 Construction Co Inc T Bid Proposal For: F.Y. 2020 Courtland St., Jefferson St., and Mulberry St. Reconstruction Program Contract No. 1015 City of Waterloo, Iowa OEUU1 OF BM OR PROPOSAL 1 nY. 2,020 C I! . J ' FE R O RI ST. . / 1EG KIS U TnoN Pia (ORKI COf`\9TRACT N\90. 1016 ern( IF WA1 11:R11 0, 0*WA Honorable Mayor and City Council Waterloo, Iowa Gentlernen: R ST. 1. The undersigned, being a Corporation existingunder the laws of f the Stage ©� eWa a Partnership consisting of the ollowing partners: 7 having familiarized (himselO (themselves) (itself) with the existing conditions on the project area affectingthe cost of t he work, and with all the contract documents listed in the Table of Contents and Addenda (if any), prepared by the City Engineer of the City of Waterloo now on filo in the office of the CityClerk, , City Hall, Waterloo, Iowa, hereby proposes to furnish all supervision, technicalpersonnel, ,, p labor, materials, machinery,tools, appurtenances, equipment, and services, including utility and transportation services required to construct and complete this F.Y. 2020 COURTLAND ST., JEFFERSON ST. . AND MULBERRY ST.oRHCo NSTRUCTAON PR G�= C •�ntract N®. 1 ©�i�, all in accordance with the abovedisted documents and for the unit prices 9 the ices for work in place for following items and quantities: BID ITE1111 FY 2020 COURT1LANI STo9 JEFF;'fRSON ST. AND MULBERRY ST. •S.PEcInICATION SIJPPLEMENTAL SP P•SPQL PROV. h1CONSTRUC T O VI PR:OGRAM CONTRACT �`�9O. 1015 • • • • • • • • -- . -. .. . • .; DIVMSION l = STREET RECONSTRUCTION DESCRIPTION 1 2 3 PRICE TOTAL BID PRICE 2010-108-D * DIVISION 2 o EARTHWORK 2010-108-E-0 * 2010-108-H TOPSOIL, 4 INCHES, ON OR OFF SITE EXCAVATION, CLASS 10 SUBGRADE TREATMENT, WOVEN GEOTEXTILE 4 5 2010-108-1 * SP##2 SUBBASE, MODIFIED CLASS 10, SPECIAL SUBGRADE MATERIAL ID EARTHWO • SY CY SY TON CY 1,515.00 5,970.00 2,000.00 7,920.00 250.00 $ t. DIVISION 4 w SEWERS AND DRAINS ti SANITARY 6 4010-108-A-1 * SANITARY SEWER GRAVITY MAIN, TRENCHED, PVC, 30 INCH 7 4010-108-A-1 * SANITARY SEWER GRAVITY MAIN, TRENCHED, PVC, 18 INCH LF 360.00 $ LF 49.00 $ FORM OF BID CONRACT NO. 1015 Page 1 of 7 SPECIFICATION SUDAS UNIT EST QTY PRICE UNIT BID : BID TOTAL PRICE ITEM BID SUPPLEMENTAL SP = SPCL *SEE PROV DIVISION DESCRIPTION I -*STREET RECONSTRUCTION (CONTINUED) LF 628.00 $ $ SANITARY SEWER GRAVITY MAIN, TRENCHED, 8 4010 108 A-1 TRUSS, 12 INCH 9 4010 108 A 1 SANITARY TRUSS, 10 SEWER INCH GRAVITY MAIN, TRENCHED, LF 1,043.00 $ $ LF 34.00 $ $ SANITARY SEWER GRAVITY MAIN, TRENCHED, 10 1010-108 A 1 TRUSS, 8 INCH LF 1,513.00 $ $ SANITARY SEWER SERVICE STUB/RENEW, 11 4010 108E 0 * SDR 23 5, 6 INCH SANITARY SEWER ABANDONMENT, FILL AND LF 361.00 $ $ 12 4010 108 L 2 PLUG, 30 INCH SANITARY SEWER ABANDONMENT, FILL AND LF 183.00 $ $ 13 4010 108 L-2 PLUG, 12 INCH EACH 8.00 $ $ 14 SP # 5 SANITARY SEWER SERVICE, TRACE SANITARY SEWER SERVICE, DYE TEST EACH 13.00 $ $ 15 SP #4 INVESTIGATION EACH 2.00 $ $ SANITARY SEWER SERVICE, UNDERGROUND 16A SP # 3 INVESTIGATION DIVISION SEWERS 6 - STRUCTURES FOR SANITARY 1613 6010-108-A-0 * MANHOLE, SW-301, 72" EACH 1.00 $ $ 17 6010-108-A-0 * MANHOLE, SW-301, 60" EACH 2.00 $ $ 18 6010-108-A-0 * MANHOLE, SW-301, 48" EACH 1.00 $ $ 19 6010-108-H-0 * REMOVE MANHOLE, SANITARY EACH 2 00 $ $ EACH 2.00 $ $ 20 REMOVE MANHOLE, TOP SECTIONS AND FILL SP # 14 BASE SECTION -BASE __ SUBTOTAL BID SANITARY SEWER $ DIVISION 4 - SEWERS AND DRAINS - STORM 21 27 LF 73.00 $ $ 4020 108 A 1 STORM INCH SEWER, TRENCHED, RCP 2000D, 22 LF 381.00 $ $ STORM SEWER, TRENCHED, RCP 2000D, 18 4020 108 A-1 INCH 23 LF 1,046.00 $ $ 4020 108 A 1 STORM INCH SEWER, TRENCHED, RCP 2000D, 15 24 LF 335.00 $ $ STORM SEWER, TRENCHED, RCP 2000D, 12 4020 108 A 1 INCH 25 LF 733.00 $ $ 4020 108 D-0 REMOVAL OF STORM SEWER, RCP, LESS THAN OR EQUAL TO 36 INCH 26 4040-108-A-0 SUBDRAIN, TYPE SP, 6 INCH LF 5,344.00 $ $ 27 4040-108-A-0 SUBDRAIN, TYPE SP, 4 INCH LF 20.00 $ $ 28 4040 108 D-0 SUBDRAIN CMP, 6 INCH OUTLETS AND CONNECTIONS, EACH 35.00 $ $ 29 LF 286.00 $ $ STORM SEWER SERVICE STUB, TYPE S, 4 4040 108E 0 INCH DIVISION SEWERS 6 - STRUCTURES FOR STORM 30 6010-108-A-0 * MANHOLE, SW-401, 48" EACH 2.00 $ $ 31 RECTANGULAR EACH 1.00 $ $ 6010-108-A-0 MANHOLE, SW-406, SHALLOW 32 EACH 2 00 $ $ SP # 15 MANHOLE, TYPE C, 10 FT X 4 FT 33 EACH 2 00 $ $ 6010-108-B-0 INTAKE, SW-501, SINGLE GRATE 34 INTAKE, SW-504, SINGLE GRATE W/ FLUSH EACH 1.00 $ $ 6010 108-8-0 TOP MANHOLE 35 EACH 2.00 $ $ 6010-108-B-0 CONNECTION TO EXISTING STRUCTURE, PIPE 36 EACH 16.00 $ $ CONNECTION TO EXISTING INTAKE DRAIN 6010-108-G-0 TILE FORM OF BID CONRACT NO. 1015_ADDENDUM NO. 2 Page 2 of 7 ITEM BID SPECIFICATION SUPPLEMENTAL SP = SUDAS SPCL *SEE PROV DIVISION DESCRIPTION I 4-STREET (CONY RECONSTRUCTION NUED) UNIT EST QTY UNIT CE BID TOTAL BID PR PRICE 37 6010-108-H 0 * EACH 1 00 $ $ REMOVE MANHOLE OR INTAKE, STORM 38 SP # 15 EACH 1.00 $ $ INTAKE SPECIAL SW-507, SHAPING REMOVE AND TOP AND REPLACE 39 SP # 15 INTAKE SW-501, REMOVE AND REPLACE EACH 7.00 $ _ $ BOXOUT 40 SP # 15 INTAKE, BOXOUT SW-505, REMOVE AND REPLACE EACH 25.00 $ $ 41 SP # 14 EACH 2.00 $ $ FURNISH CASTING AND INSTALL SW-602 TYPE G 42 SP # 14 EACH 3.00 $ $ FURNISH AND INSTALL SW-603 TYPE R CASTING SUBTOTAL BASE `BID STORM SEWER ': $ DIVISION APPURTENANCES 5 - WATER MAINS AND 43 5010-108-E-1 WATER SERVICE PIPE, COPPER, 3/4 INCH LF 201.00 $ $ 44 5010-108-E-2 WATER SERVICE CORPORATION, 3/4 INCH EACH 10.00 $ $ 45 5010-108-E-3 * WATER SERVICE CURB STOP, 3/4 INCH EACH 10.00 $ $ 46 5010-108-E-3 * WATER SERVICE CURB BOX 3/4 INCH EACH 10.00 $ $ 47 5010-108-E-1 WATER SERVICE PIPE, COPPER, 1 5 INCH LF 20.00 $ $ 48 5010-108-E-3 * WATER SERVICE CURB STOP, 1.5 INCH EACH 1.00 $ $ WATER SERVICE MASTER CURB BOX, 1.5 49 5010 108E 3 INCH EACH 1.00 $ $ 50 5010 108E 3 TAPPING INCH SERVICE SLEEVE AND CORPORATION FOR 1.5 EACH 1.00 $ $ CONVERT WATER VALVE MANHOLE TO 51 SP # 10 ROADBOX EACH 3.00 $ $ 52 SP # 8 WATER SERVICE KILL EACH 17.00 $ $ 53 SP # 8 WATER SERVICE KILL, FIRE LINE, 4 INCH EACH 1.00 $ $ 54 SP # 9 LOWER WATER SERVICE, 3/4' OR 1" EACH 6.00 $ $ WATER SERVICE, UNDERGROUND 55 SP # 11 INVESTIGATION EACH 4.00 $ $ SUBTOTAL BASE BID WATER APPURTENANCES $ DIVISION 7 - STREETS AND RELATED WORK PCC PAVEMENT 56 7040 108-A-0 $ $ REMOVE AND REPLACE 3" HMA/7" PCC, C-4 SY 15.00 57 7040-108-A-0 REMOVE AND REPLACE 4.5" HMA/7" PCC, C-4 SY 90.00 $ $ 58 7010-108-A-0 PAVEMENT, PCC, 7 INCH, C-SUD SY 3,420.00 $ $ 59 7010-108-A-0 $ $ PAVEMENT, PCC, 9 INCH, C-SUD SY 8,781.00 60 7010 108E 0 $ $ CURB AND GUTTER 24 IN WIDE, 6 IN THICK, C-4, MISCELLANEOUS LF 30.00 61 7010 108E 0 CURB C-4, MISCELLANEOUS AND GUTTER, 24 IN WIDE, 10 IN THICK, LF 27.00 $ $ 62 7010-108-I-0 $ $ PCC PAVEMENT SAMPLES AND TESTING LS 1.00 63 7010-3 04 $ $ COLD WEATHER CONCRETE PROTECTION SY 693.50 64 7010,3.02, J * $ $ LINSEED OIL TREATMENT SY 693.50 HMA PAVEMENT 65 7020-108-6-0 $ $ MISCELLANEOUS HMA, INCH 7.5 SY 62.00 SIDEWALKS, DRIVEWAYS SHARED USE PATHS AND 66 7030-108-A-0 $ $ REMOVAL OF SIDEWALK AND DRIVEWAY SY 1,151.00 67 7030-108-A-0 $ $ REMOVAL OF SIDEWALK, MISCELLANEOUS SY 490.00 68 7030-108-E-0 $ $ SIDEWALK, PCC C-4, 4 INCH, C-4 SY 449.30 69 7030 108E 0 $ $ SIDEWALK, RAMP, C-4 PCC C-4, 6 INCH PEDESTIAN SY 201.00 FORM OF BID CONRACT NO. 1015 Page 3 of 7 ITEM BID SPECIFICATION SUPPLEMENTAL SURAS SEE DIVISION I -STREET RECONSTRUCTION UNIT BID TOTAL BID SP =•SPCL; PROV DESCRIPTION (CONTINUED) UNIT EST QTY PRICE : PRICE 70 7030 108E 0 SIDEWALK, EDGE PCC C-4, CLASS A THICKENED LF 492.00 $ $ 71 7030 108 F 0 BRICK/PAVER SIDEWALK WITH BASE, AS PER DETAIL, TYPE 1 PAVER SY 6.50 $ $ 72 7030 108 F 0 BRICK/PAVER SIDEWALK WITH BASE, AS PER DETAIL, TYPE 2 PAVER SY 24.60 $ $ 73 7030 108 F 0 REMOVAL OF BRICK/PAVER, SALVAGE AND REPLACE, AS PER DETAIL SY 72.80 $ $ 74 7030-108-G-0 DETECTABLE WARNING SF 284.00 $ $ 75 7030 108 G 0 DETECTABLE PAVERS, TYPE WARNING, 4 PAVER UNILOCK A.D.A. SF 36.00 $ $ 76 7030-108-H-1 DRIVEWAY AND SIDEWALK, PAVED, PCC, 6 INCH C-4 SY 413.00 $ $ 77 7030-108-H-1 DRIVEWAY INCH C-4 AND SIDEWALK, PAVED, PCC, 5 SY 209.50 $ $ 78 7030-108-H-2 DRIVEWAY, GRANULAR TON 5.00 $ $ PAVEMENT REHABILITATION 79 7040-108-H-0 * PAVEMENT REMOVAL CONCRETE SY 12,499.00 $ $ SUBTOTAL STREETS AND RELATED. WORK $ . TRAFFIC DIVISION 8 CONTROL - PAVEMENT MARKING AND PAVEMENT MARKINGS 80 8020 108 B-0 PAINTED PAVEMENT MARKINGS, SOLVENT/WATERBOURNE STA 35.56 $ $ 81 8020-108-G-0 PAINTED SYMBOLS AND LEGENDS EACH 16.00 $ $ 82 8020-108-K-0 PAINTED PAVEMENT MARKINGS, REMOVED STA 9.34 $ $ 83 8020-108-L-0 EACH 16.00 $ $ SYMBOLS AND LEGENDS REMOVED TEMPORARY TRAFFIC CONTROL 84 8030-108-A-0 TEMPORARY TRAFFIC CONTROL LS 1.00 $ $ SUBTOTAL PAVEMENT MARKINGS AND TRAFFIC CONTROL $ DIVISION 9 - SITE WORK AND LANDSCAPING SEEDING 85 9010 108 B 0 HYDRAULIC SEEDING, SEEDING, FERTILIZING AND MULCHING SY 3,945.00 $ $ 86 9010-108-E-0 * WARRANTY SY 1,183.50 $ $ EROSION AND SEDIMENT CONTROL 87 9040 108-E-0 TEMPORARY RECP WOOD EXCELSIOR MAT SY 450.00 $ $ 88 9040 108-F-1 WATTLE, STRAW, 6 INCH LF 300.00 $ $ 89 9040-108-F-2 WATTLE, REMOVAL LF 300.00 $ $ 90 9040 108 Q 2 EROSION CONTROL MULCHING, HYDROMULCHING SY 2,324.00 $ $ 91 9040 108 T 1 INLET PROTECTION DEVICE, INTERMEDIATE AND DROP IN EACH 23.00 $ $ 92 9040-108-T-2 * INLET PROTECTION DEVICE, MAINTENANCE EACH 23.00 $ $ SUBTOTAL. SITE WORK AND LANDSCAPING $ DIVISION 11 - MISCELLANEOUS CONSTRUCTION SURVEY 93 11010-108-A CONSTRUCTION SURVEY LS 1.0000 $ $ 94 11,050-108-A-0 CONCRETE WASHOUT LS 1 00 $ $ 95. 7040-3.02-A SAW CUT LF 799.00 $ $ 96 SEE REFERENCE ESTIMATE REMOVE, RACKS SALVAGE AND REINSTALL BIKE LS 1.00 $ SUBTOTAL MISCELLANEOUS FORM OF BID CONRACT NO. 1015 Page 4 of 7 TOTAL DIVISION I BASE BID $ ITEM BID SPECIFICATION SUPPLEMENTAL SP = SUDAS SPCL *SEE PROV DIVISION 11- JEFFERSON DESCRIPTION STREETSCAPE UNIT EST QTY PRICE UNIT BID BID TOTAL PRICE 1 SUDAS 20010 108E EXCAVATION, CLASS 10, WASTE CY 120.00 $ $ CY 70.0 $ 2 SUDAS 2010-108-1-0 SUBBASE, MODIFIED SUDAS 50020 108 H EACH 2.00 $ $ 3 FIRE HYDRANT ADJUSTMENT 4 SUDAS 70010 108E RAISED CURB LF 15.00 $ $ SUDAS 7030-108-A- SY $ $ 246.0 5 0 REMOVAL OF SIDEWALK SUDAS 7030-108-E- SY 246.0 $ $ 6 0 SIDEWALK, PCC, 6 IN. SUDAS 7030-108-E- SY 365.0 7 0 SIDEWALK, COLORED PCC, 6 IN. SUDAS 7030-108-F- SY 18© .0 $ $ 8 BRICK SIDEWALK WITH CONCRETE BASE 0 SUDAS 7030 108 F SY 10.0 $ $ 9 REMOVE AND REPLACE BRICK PAVERS SUDAS 70030-108 G WARNINGS, CAST IRON SF 85.0 $ $ 10 DETECTABLE 11 SUDAS 7040 108 A- FULL DEPTH PATCH SY 53.6 $ $ IA DOT 2523 EACH 8.0 $ $ 12 0000100 LIGHTING POLES, TYPE 1 IA DOT 2523 EACH 11.0 $ $ 13 0000100 LIGHTING POLES, TYPE 2 IA DOT 2523 LF 1,400.0 $ $ 14 0000200 ELECTRICAL CIRCUITS IA DOT 2523 EACH 3.0 $ $ 15 0000310 HANDHOLES AND JUNCTION BOXES 16 IA DOT 0000400 2523 CONTROL CABINET EACH 10 $ $ LF 160`0 $ $ 17 SUDAS 7080-108-G- 0 PCC HIGH EDGE RESTRAINT, 12 IN. WIDE X 9 IN. EACH 30 $ $ 18 SUDAS 9030-108-B- 0 PLANTS HONEYLOCUST WITH WARRANTY, TYPE 1, SKYLINE EACH 3.0 $ $ 19 SUDAS 9030-108-B- 0 PLANTS HACKBERRY WITH WARRANTY, TYPE 1, COMMON EACH 11.0 $ $ 20 SUDAS 9030-108-B- 0 PLANTS PRINCETON WITH SENTRY WARRANTY, GINKGO TYPE 2, BID TOTAL DIVISION II BASE $ FORM OF BID CONRACT NO. 1015_ADDENDUM NO. 3 Page 5 of 7 SUDAS UNIT TOTAL SPECIFICATION * DIVISION III JEFFERSON S T REE T SCAPE SEE - DID UNIT BID BID SUPPLEMENTAL (SOUTH SIDE) PRICE DESCRIPTION PRICE EST QTY ITEM SP e SPCL PROV 20.00 $ $ II SEE DIVISION 1 EACH REMOVE EXISTING TREES AND PIT MATERIAL DETAILS 20.00 $ $ II PLANTS WITH WARRANTY, TYPE 2, SEE DIVISION 2 EACH THORNLESS HONEY LOCUST, SHADE DETAILS ._.__OAL �=I® DIVISION III BASF- TOTA DIVISION I BASE BID $ - OTAL DIVISION II BASE BID TO AL DIVISION III BAS _ BID $ DIVISION 1 + 11 + DIVISION III $ _-T4r`AL _DIVISION 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 er1eit �r�.� �� Dollars ($ ) in the form of 3:1 asnct/ 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 Bidder 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 MP or Update and an EOC, within ten (10) days of notification that the bid submitted is lowest and acceptable. FORM OF BID CONRACT NO. 1015 ADDENDUM NO 2 Page 6 of 7 F.Y. 2020 COURTLAND ST., JEFFERSON ST., AND MULBERRY STREET RECONSTRUCTION PROGRAM CONTRACT NO. 1015 CITY OF WATERLOO, IOWA BID SUDAS SPEC DIVISION I - STREET RECONSTRUCTION UNIT BID TOTAL BID UNIT EST TY DE SCRIPTION PRICE PRICE ITEM _SUCTION DIVISION 2 - EARTHWORK , 1 2010-108-D TOPSOIL, 4 INCHES, ON OR OFF SITE SY 1,515.00 $ 4.75 $ 7,196.25 2 2010-108-E-0 EXCAVATION, CLASS 10 CY 5,970.00 $ 8.50 $ 50,745.00 - -------I - - - ----- ----- --- -- -- - _-- - -- SUBGRADE TREATMENT, WOVEN GEOTEXTILE SY 2,000.00 $ 2.85 $ 5,700.00 3 2010-108-H 4 2010-108-I SUBBASE, MODIFIED TON 7,920.00 $ 21.50 $ 170,280.00 5 SP # 2 CLASS 10, SPECIAL SUBGRADE MATERIAL CY 250.00 $ 48.50 $ 12,125.00_I SUBTOTAL BASE BID EARTHWORK $ 246,046.25 DIVISION 4 -SEWERS AND DRAINS - SANITARY 6 4010-108-A- 1 SANITARY PVC, 30 INCH SEWER GRAVITY MAIN, TRENCHED, LF 360.00 _ $ 290.00 $ 104,400.00 7 4010-108-A-1 SANITARY SEWER GRAVITY MAIN, TRENCHED, LF 49.00 $ 246.00 $ 12,054.00 PVC, 18 INCH SANITARY SEWER GRAVITY MAIN, TRENCHED, 8 4010-108-A-1 LF 628.00 $ 194.00 $ 121,832.00 TRUSS, 12 INCH 9 4010- 108- A-1 SANITARY TRUSS, 10 INCH SEWER GRAVITY MAIN, TRENCHED, LF 1,043.00 $ 118.00 $ 123,074.00 10 4010- 108-A-1 SANITARY TRENCHED,DTRUSS, SEWER GRAVITY 8 INCH MAIN, LF 34.00 $ 94.00 $ 3,196.00 11 4010- 108-E- 0 SANITARY 23.5, 6 INCH SEWER SERVICE STUB/RENEW, SDR LF 1,513.00 $ 82.00 $ 124,066.00 12 4010-108-L-2 SANITARY PLUG, 30 INCH SEWER ABANDONMENT, FILL AND LF 361.00 $ 46.00 $ 16,606.00 13 4010-108-L-2 SANITARY PLUG, 12 INCH SEWER ABANDONMENT, FILL AND LF 183.00 $ 28.00 $ 5,124.00 14 SP # 5 SANITARY SEWER SERVICE, TRACE EACH 8.00 I $ 900.00 $ 7,200.00 SANITARY SEWER SERVICE, DYE TEST 13.00 $ 500.00 $ 6,500.00 15 SP # 4 INVESTIGATION EACH 16A SP # 3 SANITARY INVESTIGATION SEWER SERVICE, UNDERGROUND EACH 2.00 $ 1,250.00 $ 2,500.00 DIVISION SEWERS 6 - STRUCTURES FOR SANITARY 12,500.00 16B 6010-108-A-0 MANHOLE, SW-301, 72" EACH 1.00 $ 12,500.00 $ 2.00 $ 9,800.00 $ 19,600.00 17 6010-108-A-0 MANHOLE, SW-301, 60" EACH 18 6010-108-A-0 MANHOLE, SW-301, 48" EACH 1.00 $ 5,400.00 $ 5,400.00 r 2.00 $ 600.00 $ 1,200.00 19 6010-108-H-0 REMOVE MANHOLE, SANITARY EACH 20 SP# 14 REMOVE BASE SECTION MANHOLE, TOP SECTIONS AND FILL EACH 2.00 $ 1,750.00 $ 3,500.00 SUBTOTAL BASE BID SANITARY _ SEWER $ 568,752.00 DIVISION 4 - SEWERS AND DRAINS - STORM LF 73.00 $ 95.00 $ 6,935.00 21 4020-108-A-1 STORM SEWER, TRENCHED, RCP 2000D, 27 INCH 22 4020-108-A-1 STORM SEWER, TRENCHED, RCP 2000D, 18 INCH LF 381.00 $ 65.00 $ 24,765.00 62,760.00 RCP 2000D, 15 INCH LF 1,046.00 $ 60.00 $ 23 4020-108-A-1 STORM SEWER, TRENCHED, 24 4020-108-A-1 STORM SEWER, TRENCHED, RCP 2000D, 12 INCH LF 335.00 $ 55.00 $ 18,425.00 25 4020-108-D-0 REMOVAL OR E •UAL OF TO STORM 36 INCH SEWER, RCP, LESS THAN LF 733.00 $ 18.00 $ 13,194.00 26 4040-108-A-0 SUBDRAIN, TYPE SP, 6 INCH LF 5,344.00 $ 10.50 $ 56,112.00 27 4040-108-A-0 SUBDRAIN, TYPE SP, 4 INCH LF 20.00 $ 15.00 $ 300.00 28 4040-108-D-0 SUBDRAIIN OUTLETS AND CONNECTIONS, CMP, 6 INCH EA 35.00 $ 300.00 $ 10,500.00 29 4040-108-E-0 STORM SEWER SERVICE STUB, TYPE S, 4 INCH LF 286.00 $ 4.85 $ 1,387.10 DIVISION 6 - STRUCTURES FOR STORM SEWERS 30 6010-108-A-0 MANHOLE, SW-401, 48" EACH 2.00 $ 1,150.00 $ 2,300.00 31 6010-108-A-0 MANHOLE, SW-406, SHALLOW RECTANGULAR EACH 1.00 $ 3,300.00 $ 3,300.00 32 33 SP # 15 6010-108-B-0 MANHOLE, TYPE C, 10 FT X 4 FT INTAKE SW-501, SINGLE GRATE EACH EACH 2.00 2.00 $ 6,600.00 $ 1,200.00 $ 13,200.00 $ 2,400.00 34 6010-108-B-0 INTAKE SW-504, SINGLE GRATE W/ FLUSH TOP MANHOLE EACH 1.00 $ 3,500.00 $ 3,500.00 35 6010-108-B-0 CONNECTION TO EXISTING STRUCTURE, PIPE EACH 2.00 $ 600.00 $ 1,200.00 36 6010-108-G-0 CONNECTION TO EXISTING INTAKE, DRAIN TILE EACH 16.00 $ 400.00 $ 6,400.00 37 6010-108-H-0 REMOVE MANHOLE OR INTAKE, STORM EACH 1.00 $ 600.00 $ 600.00 38 SP# 15 INTAKE SW-507 REMOVE AND REPLACE SPECIAL SHAPING AND TOP EACH 1.00 $ 3,000.00 $ 3,000.00 39 SP # 15 INTAKE, SW-501 REMOVE AND REPLACE BOXOUT EACH 7.00 $ 1,600.00 $ 11,200.00 40 SP # 15 INTAKE SW-505, REMOVE AND REPLACE BOXOUT EACH 25.00 $ 2,500.00 $ 62,500.00 41 SP # 14 FURNISH AND INSTALL SW-602 TYPE G CASTING EACH 2.00 $ 1,000.00 $ 2,000.00 42 SP # 14 FURNISH AND INSTALL SW-603 TYPE R CASTING EACH SUBTOTAL BASE BID STORM SEWER 3.00 2,000.00 $ 6,000.00 311.978.10 DIVISION 5 - WATER MAINS AND APPURTENANCES 43 5010-108-E-1 WATER SERVICE PIPE,COPPER, 3/4 INCH LF 201.00 $ 55.00 $ 11,055.00 44 5010-108-E-2 WATER SERVICE CORPORATION, 3/4 INCH EACH 10.00 $ 184.00 $ 1,840.00 45 5010-108-E-3 WATER SERVICE CURB STOP 3/4 INCH EACH 10.00 $ 150.00 $ 1,500.00 46 5010-108-E-3 WATER SERVICE CURB BOX, 3/4 INCH EACH 10.00 $ 15.00 $ 150.00 47 5010-108-E-1 WATER SERVICE PIPE COPPER, 1.5 NCH LF 20.00 $ 88.00 $ 1,760.00 48 5010-108-E-3 WATER SERVICE CURB STOP,1.5 INCH EACH 1.00 $ 500.00 $ 500.00 49 5010-108-E-3 WATER SERVICE MASTER CURB BOX 1.5 INCH EACH 1.00 $ 250.00 $ 250.00 50 5010-108-E-3 TAPPING SLEEVE AND CORPORATION FOR 1.5 INCH SERVICE EACH 1.00 $ 1,400.00 $ 1,400.00 51 SP # 10 CONVERT WATER VALVE MANHOLE TO ROADBOX EACH 3.00 $ 350.00 $ 1,050.00 52 SP#8 WATER SERVICE KILL EACH 17.00 $ 600.00 $ 10,200.00 53 SP#8 WATER SERVICE KILL, FIRE LINE, 4 INCH EACH 1.00 $ 1,500.00 $ 1,500.00 54 SP#9 LOWERWATER SERVICE 3/4' OR 1' EACH 6.00 $ 500.00 $ 3,000.00 55 SP # 11 WATER SERVICE UNDERGROUND INVESTIGATION SUBTOTAL BASE BID WATER EACH 4.00 500.00 $ 2,000.00 36,205.00 DIVISION 7 - STREETS AND RELATED WORK PCC PAVEMENT 56 7040-108-A-0 REMOVE AND REPLACE 3" HMA/7" PCC, C-4 SY 15.00 $ 185.00 $ 2,775.00 57 58 59 7040-108-A-0 7010-108-A-0 7010-108-A-0 REMOVE AND REPLACE 4.5 ' HMA/7 ' PCC, C-4 PAVEMENT, PCC, 7 INCH, C-SUD PAVEMENT, PCC, 9 INCH, C-SUD SY SY SY 90.00 3,420.00 8,781.00 $ 191.75 $ 33.85 $ 48.75 $ 17,257.50 $ 115,767.00 $ 428,073.75 60 61 7010-108-E-0 7010-108-E-0 CURB AND GUTTER, 24 IN WIDE, 6 IN THICK, C- 4, MISCELLANEOUS CURB AND GUTTER, 24 IN WIDE, 10 IN THICK, C- 4, MISCELLANEOUS LF LF 30.00 27.00 $ 50.00 $ 60.00 $ 1,500.00 $ 1,620.00 62 7010-108-I-0 PCC PAVEMENT SAMPLES AND TESTING LS 1.00 $ 7,500.00 $ 7,500.00 63 7010-3.04 COLD WEATHER CONCRETE PROTECTION SY 693.50 $ 5.00 $ 3,467.50 64 7010,3.02 J LINSEED OIL TREATMENT SY 693.50 $ 1.50 $ 1,040.25 HMA PAVEMENT 65 7020-108-B-0 MISCELLANEOUS HMA, 7.5 INCH SY 62.00 $ 76.20 $ 4,724.40 SIDEWALKS, SHARED USE PATHS AND DRIVEWAYS 66 7030-108-A-0 REMOVAL OF SIDEWALK AND DRIVEWAY SY 1,151.00 $ 6.00 $ 6,906.00 67 7030-108-A-0 REMOVAL OF SIDEWALK, MISCELLANEOUS SY 490.00 $ 6.00 $ 2,940.00 68 7030-108-E-0 SIDEWALK, PCC C-4, 4 INCH, C-4 SY 449.30 $ 46.75 $ 21,004.78 SIDEWALK, PCC C-4 6 INCH PEDESTRIAN RAMP, 69 7030-108-E-0 SY 201.00 $ 49.00 $ 9,849.00 70 7030-108-E-0 SIDEWALK PCC C-4, CLASS A THICKENED EDGE LF 492.00 $ 10.50 $ 5,166.00 71 7030 108-F-0 BRICK/PAVER DETAIL, TYPE SIDEWALK 1 PAVER WITH BASE, AS PER SDY 6.50 $ 266.50 $ 1,732.25 72 7030-108-F-0 BRICK/PAVER SIDEWALK WITH BASE, AS PER SDY 24.60 $ 191.50 $ 4,710.90 DETAIL, TYPE 2 PAVER 73 7030-108 F-0 REMOVAL OF BRICK/PAVER, SALVAGE AND SY 72.80 $ 193.30 $ 14,072.24 REPLACE AS PER DETAIL 74 7030-108-G-0 DETECTABLE WARNING SF 284.00 $ 42.00 $ 11,928.00 75 7030-108-G-0 DETECTABLE PAVERS, TYPE WARNING, 4 PAVER UNILOCK A.D.A. SF 36.00 $ 10.00 $ 360.00 DRIVEAY AND SIDEWALK, PAVED, PCC, 6 INCH, 76 7030-108-H-1 SYD 413.00 $ 49.00 $ 20,237.00 77 7030-108-H-1 DRIVEWAY INCH C-4 AND SIDEWALK, PAVED, PCC, 5 SY 209.50 $ 48.75 $ 10,213.13 78 7030-108-H-2 DRIVEWAY, GRANULAR TON 5.00 $ 65.00 $ 325.00 PAVEMENT REHABILITATION 79 7040-108-H-0 PAVEMENT REMOVAL, CONCRETE SY 12,499.00 $ 5.25 $ 65,619.75 SUBTOTAL STREETS AND RELATED WORK 758,789.45 DIVISION 8 - PAVEMENT MARKING AND TRAFFIC CONTROL 80 8020-108-B-0 PAINTED PAVEMENT MARKINGS, STA 35.56 $ 40.00 $ 1,422.40 SOLVENT/WATERBOURNE 81 8020-108-G-0 PAINTED SYMBOLS AND LEGENDS EACH 16.00 $ 35.00 $ 560.00 MARKINGS, REMOVED STA 9.34 $ 150.00 $ 1,401.00 82 8020-108-K-0 PAINTED PAVEMENT 83 8020-108-L-0 SYMBOLS AND LEGENDS REMOVED EACH 16.00 $ 90.00 $ 1,440.00 TEMPORARY TRAFFIC CONTROL 84 8030-108-A-0 TEMPORARY TRAFFICCONTROL LS 1.00 $ 90,000.00 $ 90,000.00 SUBTOTAL PAVEMENT MAR 1NSAND TRAFFIC CONTROL ; $ 94,823.40 DIVISION 9 - SITE WORK AND LANDSCAPING SEEDING 85 9010-108-B-0 HYDRAULIC SEEDING, SEEDING, FERTILIZING SY 3,945.00 $ 2.70 $ 10,651.50 AND MULCHING 86 9010-108-E-0 WARRANTY SY 1,183.50 $ 2.25 $ 2,662.88 EROSION AND SEDIMENT CONTROL 87 9040 108-E-0 TEMPORARY RECP,WOOD EXCELSIOR MAT SY 450.00 $ 2.85 $ 1,282.50 88 9040-108-F-1 WATTLE, STRAW, 6 INCH LF 300.00 $ 4.25 $ 1,275.00 89 9040-108-F-2 WATTLE, REMOVAL LF 300.00 $ 0.65 $ 195.00 90 9040-108-Q-2 EROSION HYDROMULCHING CONTROL MULCHING, SY 2,324.00 $ 0.65 $ 1,510.60 91 9040-108-T-1 INLET PROTECTION DEVICE, INTERMEDIATE EACH 23.00 $ 125.00 $ 2,875.00 AND DROP IN 92 9040-108-T-2 INLET PROTECTION DEVICE, MAINTENANCE EACH 23.00 $ 45.00 $ 1,035.00 SUBTOTAL, SITEWORK AND LANDSCAPING $ $ 21,487.48 DIVISION 11 a MISCELLANEOUS CONSTRUCTION SURVEY 93 1 11010-108-A CONSTRUCTION SURVEY LS 1 1.00 $ 23,500.00 $ 23,500.00 94 1 11,050-108-A-000NCRETE WASHOUT LS 1.00 95 1 7040-3.02-A 1 SAW CUT LF 799.00 SEE REMOVE,SALVAGE AND REINSTALL BIKE 96 ESTIMATE REFERENCE LS 1.00 $ 1,300.00 $ 1,300.00 SUBTOTAL MISCELLANEOUS � 30,994.7� TOTAL DIVISION I BASE BI ;1 $ 2,069,076043 BID SUDAS SPEC DIVISION II - JEFFERSON STREETSCAPE UNIT EST QTY UNIT BID TOTAL BID ITEM + SECTION DESCRIPTIOIvI PRICE PRICE 1 2010-108-E-0 EXCAVATION, CLASS 10, WASTE CY 120.00 $ 10.50 $ 1,260.00 _ 2 2010-108-I-0 SUBBASE, MODIFIED CY 70.00 $ 45.00 _ $ 3,150.00 3 5020-108-H-0 FIRE HYDRANT ADJUSTMENT EACH 2.00 $ 1,500.00 $ 3,000.00 4 7010-108-E-0 RAISED CURB LF 15.00 1 $ 68.00 $ 1,020.00 5 7030-108-A-0 RREMOVAL OF SIDEWALK SY 246.00 $ 6.00 $ 1,476.00 _ _ SY 246.00 $ 46.50 $ 11 439.00 6 7030-108-E-0 SIDEWALK, PCC, 6 IN. _ 7 7 7030-108-E-0 SIDEWALK, COLORED PCC, 6 IN._ SY 365.00 $ 110.00 $ 40,150.00 8 7030-108-F-0 BRICK SIDEWALK WITH CONCRETE BASE SY 180.00 $ _ 195.40 $ 35,172.00 9 7030-108-F-0 REMOVE ANDREPLACE BRICK PAVERS SY 10.00 $ 300.00 $ 3,000.00 10 7030-108-G-0 DETECTABLE WARNINGS, CAST IRON SF 85.00 $ 45.00 $ 3,825.00 SY 53.60 $ 91.20 $ 4,888.32 11 7040-108-A-0 FULL DEPTH PATCH 12 2523-0000100 LIGHTING POLES, TYPE 1 EACH 8.00 $ 4,150.00 $ 33,200.00 11.00 $ 4,150.00 $ 45,650.00 13 2523-0000100 LIGHTING POLES, TYPE 2 EACH 14 2523-0000200 ELECTRICAL CIRCUITS LF 1,400.00 $ 12.50 $ 17,500.00 15 2523-0000310 HANDHOLES AND JUNCTION BOXES EACH 3.00 $ 1,200.00 $ 3,600.00 _ 16 2523-0000400 CONTROL. CABINET EACH 1.00 $ 7,000.00 $ 7,000.00 17 7080-108-G-0 PCC EDGE RESTRAINT, 12 IN. WIDE X 9 IN. HIGH LF 160.00 $ 30.00 $ 4,800.00 PLANTS WITH WARRANTY, TYPE 1, SKYLINE 18 9030-108-B-0 HON_EYLOCUST EACH 3.00 $ 612.50 $ - 1 837.50 _ 1 COMMON 19 9030-108-B-0 PLANTS HACKBERRY WITH WARRANTY,TYPE EACH 3.00 $ 638.75 $ 1,916.25 PLANTS WITH WARRANTY,TYPE 2, PRINCETON 20 9030-108-B-0 SENTRY GINKGO EACH 11.00$ $ 2,950.00 32 ,450.00 TOTAL DIVISION II BASE BID $ 256,334.07 DIVISION III JEFFERSON STREETSCAPE - BID BID SUDAS SPEC UNIT BID TOTAL SIDE) UNIT EST QTY (SOUTH PRICE ITEM SECTION PRICE DESCRIPTION 1 SEE DIVISION REMOVE EXISTING TREES AND PIT MATERIAL EACH 20.00 $ 750.00 $ 15,000.00 II DETAILS SEE DIVISION PLANTS WITH WARR.ANTY,THORNLESS HONEY 2 II DETAILS LOCUST, SHADE EACH 2O.00 $ 3,663.00 $ 73,260.00 _ _ - TOTAL DIVISION III BASE BID $ 88,260.00 TOTAL DIVISION I BASE BID $ 2,069,076.43 TOTAL DIVISION II BASE BID $ 256,334.07 TOTAL DIVISION III BASE BID $ 88,260.00 TOTAL DIVISION I + DIVISION II + DIVISION III $ 2,413,670.50 9. The bidder has received the following Addendum or Addenda: Addendum No. 1 Date 3 / i3 /.o .o 3120/ .20,t o 3 3/Z0/2o to 10. The bidder shall list the MII�/WBE subcontractor(s), amount of subcontracts and bid items on the City of Waterloo Minority and/or Women Business Preobid Contact Information Form submitted with this Form of raid 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 Alt Subcontractor(s). The Contractor shall submit information on subcontractors on "SUBCON T RAC I OR REQUEST AND APPROVAL" Form to be provided by City prior to approval of contract. The subcontractors listed on this proposal and/or submitted to tho 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. &ztrn;n,An, conmegatfcch Ls. 2'2C . 3/014 201e (Name of Bidder) (Date) BY: Titles , ale. f Official Address: (Including Zip Code): Cen7er Ss--ree:14 Cedar y.G, 50c0 t 3 I.R.S. No. 4'2 - //275'/7 FORM OF BID CONRACT NO. 1015 Page 7 of 7 NON -COLLUSION AFFIDAVIT OF PRIME BIDDER State of v✓a ) County of ?lad( /teiw/t )ss aO 0w5N , being first duly sworn, deposes and says that: 1. He is (Owner, Partner, sbfficel Representative, or Agent) , of g C4na;,, ha vi. ezkvr• Ca•. `Zen < • 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) r re, Title Subscribed and sworn to before me this o� �'�,ck,►^L�- , 20g0, My commission expires 0 -� • 0w' maMANE CAL �, UOMMISSiON NO imam IREg PAY: - • day of 4- Title Bidder S ta tuts Form To be completed by all bidders Goa : 1„ Please answer "Yes" or "No" for each of the following: _I Yes Yes Yes [— Yes [lYes L No 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). 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. 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 bidder lip My company has maintained offices in Iowa during the past 3 years at the following addresses: Dates: / 2 / 7 i` to / -- Address ins' Cenier Ste-�'ett- -a /sf P A SodI3 Dates: / / to / / Address' Dates: / / to / / You may attach additional sheet(s) if needed. FTIT City, State, Zip: Cedar City, State, Zip: Address» City, State, Zip: To be completed by nonnresident bidders Part 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 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: e can sou c-t: a t, ate. Sn . Signature: Date: 3/2 c7.2020 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) Letting Date: rvt V E2 Z net ;= < ,;4 CO 0 w i:: 'o ct CO inn 111 k.9! m a;0 O� l' m 1� dj ft Prime Contractor Name: E o ✓ � O -O a) eecz N 0 C a) sty) 0 (1) -�• - o a) u) = 0 0 0 E Q 4 O OU 4 L o (13 U w ca 0 w o �2 we CO a) ) �'o >D C C o) viz C_ H a) ®n 0 a) (Li � 3 O > C O 4eJ L ac O ® u) 0 ILO (I) 0 O fn oi.w C L O � � O C 9 � ,0 � x O Z c� a 0 M 0 1-15 .0) th 0 0 0 0 4- (1) ef 0 O co O C cn C Q 0) cr c Q 0 (13 O 0 > O L. U a..• a? o (n C O CCI L O N L 0 U 33 ID 0 L -Bo L co N 0 a) U U LL al Ea 0 (cs a) 0Ili L 0 Ws U a. ? () O w� Crn 46 • COoci 11 Es 0 (�U L O 0 8 > a) O O C-o 0 0 0 0) 0 10 0) _C (7) 0 c c o w U C is 15 o o) 0 C C O o ..0 „v O lc 0 o C C O (ii ,O U U C O U O a) U (i3 a)a) a w o C 0 L o cn o (n C `'-' C 0 .II= 0 o C O u0 • C 0 _ �0 U „3 a) C 0 ID its w � a O w O 0 w �O) 4O N W 0 L C6 � O E Z3 N 42 O 0 -- U 8 Ot-- L c (13 a) a) a) a) o L (3 coL.4 0 0 w oC>( wLi- ca 0 0 'Ts U • • w co o Q t� U O c Z3 E L O o 0 14-1 a� ) 4- O ,�; 0 Q) ET3 4 (a o E a) L (-0 -c3 (n : 3 c s� 0 0 U C ( ' a) C a) CO 0- a) W � o a)Los Q) 4 o 1-15 a) O C_ U) E t_ C o a) I._' Z3 w C a) O .c C E ate) 13 co a) a0 E iti 0) DI f o 111 ;79 RI 0 I z ( cis 14 in 0 Ili 1-1 t=i fyl 1 ()N4 ,•, V ` • -It o ~( fr,-: tl 0E A] N ca IC ON Y\ 00 N C V N h` 0 N 01 � �yeG CA N \J 4 N ON --C3/4 �` ^^A\\ 1\ A -:1 t 9 U c C:C J 4- It tV j (Form CCO-4) Rev. 06-20-02 iI t 1 I i 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 (;f; 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 21/46th day of March , 20 20 , for Courtland St., Jefferson St, and Mulberry St. .__Reconstr_uctiQn_Pro_grann,Contract No 1015 • 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, otheivvise the same shall remain in force and effect; it being expressly understood and agieed 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 authonty, the full amount of this bid bond shall be forfeited to the Owner in liquidation of damages sustained in the event that the Pnncipal fails to execute the contract and provide the bond as provided in the specifications or by law. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall be in no way impaired or affected by any extension of the time within which the Owner may accept such Bid or execute such contract; and said Surety does hereby waive notice of any such extension. IN WITNESS WHEREOF, the Principal and the Surety, have hereunto set their hands and seals, and such of them as are corporations, have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers this 26th day of March A.D XXX 2020 K. Cunningham Construction Co., Inc. (Sea}) Witness By Principal Oaf <52 United Fire & Casualty Company (Seal) Surety By Nancy D B ItuTat Attorney- -fact (Title) i 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 Department 118 Second Ave SE Cedat Rapids, IA 52401 KNOW ALL PERSONS BY THESE PRESENTS, That United Fire & Casualty Company, a corporation duly organized and existing under the laws of the State of Iowa; United Fire &. Indemnity Company, a corporation duly organized mid 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 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 their true and lawful Attontey(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 inure provided that no single obligation shall exceed $100 , 000 , 000. 00 and to bind the Companies thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of the Companies and all of the acts of said Attorney, pursuant to the authority hereby given and hereby ratified and confined 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 Insuuance Company. "Article VI — Surety Boras an Undertakings" Section 2, Appointment of Attorney -in -Fact. "lhe President or any Vice President, or any other officer of the Companies may, from time to time, appoint by written certificates attorneys -in -tact 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 lorth 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 Boars 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. """" /I/,/ ./// • •4't k `irk- \1 0, Se • . iseieSZtRn*"'',, IN WITNESS WHEREOF, the COMPANIES have each caused these presents to be signed by its ;rQ' vice president and its corporate seal to be hereto affixed this tOt h day of March, 2014 r Q.. J -4,-. 0 . O, -2G -ULY2R .Os - _ t E.:z'_ s., 1386 ;se State of Iowa, County of Linn, ss: UNITED FIRE & CASUAL TY COMPANY UNITED FIRE & INDEMNITY COMPANY FINANCIAL PACIFIC IN/JSURANCE COMPANY By: Vice President 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 Imows 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. vats 0 0* ' Judith A. Jones Iowa Notarial Seal Commission number 173041 My Commission Expires 4/23/2021 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 IIOME OFFICE OF SAID CORPORATIONS, and then 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 subsci ibed my name and affixed the corporate seal of the said Corporations this 26th day of March , 20 20 . Ir CORI'Oa t7E �"' CZ 'i Off\ 'SEAL y/,$sArros ``fie E11NOE yilunn 414} �."\FA0 1NSUgq .• o. QQV^ O3P°Pil•TcF "? 3 ^ , LY 22 : 0 ` r. DU : _ 74. 6`.. 1566 i a t.fees ..� ///l111/11111O `?</FOP:' By: �1' A Byvtadu Assistant Secretary UF&C & OF&I & FPIC BP0A0049 1217