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
• • • r CUNNINGHAM K CUNNINGHAM CONSTRUCTION CO., INC. 1025 CENTER STREET CEDAR FALLS, IA 50613 Construction Co Inc Bid Proposal For: FY 2020 Newell Street RISE Project RISE Project #RM-8155(765)--9D-07 Contract No. 991 Waterloo, IA CUNNINCHAM K CUNNINGHAM CONSTRUCTION CO., INC. construction CO Inc 1025 CENTER STREET CEDAR FALLS, IA 50613 Bid Security For: FY 2020 Newell Street RISE Project RISE Project #RM-8155(765)--9D-07 Contract No. 991 Waterloo, IA 11 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 (S. 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 issuch that whereas the Principal has submitted the accompanying bid dated the 1316 - day ofMay ,20 20for Ft2.020 Ne'vrellStreetRISE_P oject Rise Project #R.M--8155(765)--9D-07 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 agreei»ent 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 arnount 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 presents to be signed by their proper officers thist' day of May , A,D. 20 . 13 Witness • By _K._Cunpingham.Construction Co., Inc. (Seal) Principal sesati.t_ Freflestelz- United Fire & Casualty Company(Seal) Surety Attorney -in -fact Nancy D Baltutat (Title) ugtb 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 Home Office of Company — See Certification) Inquiries: Surety Department 118 Second Ave SE Cedar 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 Fie & Indenmity 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 lays 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 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 n'tture 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 confirmed. The Authority hereby granted is continuous and shall remain it full force and effect until revoked by United Fire & Casualty Company, United Fire & Indemnity Company, and Fin•mcial 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 he 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 hind 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. CORPORATE \`ppl11Id79p 0 oso6M Ili ,.\�F�G11NFti ",i,/ i 2 rFsi' nA2 Pc a CORPORATE ra c= - z= 1386 : y c -z: %* SEAL ; ..4�/FOPt�; 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 & CASUAL fY 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 slid Power of Attornev, 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 subsci ibed my name and affixed the corporate seal of the said Corporations thi /3 't day of May it BPOA0049 1217 •:41.e� y^lrt �4 �„Q, CORPORATE E �" d z°•. mei.aT' `�,G\FtG LV SUq...... :`�yP•. Gp(1P0i7g7 Cr` % 'C; 1LY 22 '"' s c o y '• j /FOP .' tgc 70 By: L'i/ ' /i,t 6 Ate' v Assistant Secretary UF&C & OF&I & FPIC 311dder State s Form to be complete°. by ale Wailers ?arc Please answer "Yes" or "No" for each of the following: E"Yes 1 No Yes rn Yes Yes No No No fl Yes fl 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: / Dates: / Dates: / / to / / Address: /o)1/2-2r 'ether City, State, Zip: de�Qr ?//� 2 4 5�6 /3 y 1 / to / / Address: City, State, Zip: / to / / Address: You may attach additional .sheet(s) if needed. City, State, Zip: To be completed by nonresident 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. Yes fl No You may attach additional sheet(s) if needed. To be completed by all bidders Part 0 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: Signature: zent7; �6q e)/214ru M by Date: 57/Wate> 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) Worksheets 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. EYYes •No • Yes jNo n Yes allo [BYes n No 11 Yes EFNo Yes 'No Yes a No Yes n` No Yes Er No Yes a No Yes ENo 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. 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) MBE BE :USUXESS ENTER- S PREBUD CONTACT INFORM ATlON FORM Prime Contractor Name: Y £2(it n;n ta/k £2 hM a.) -A4 . Project Cohtreu t o. 9)9V 1 Letting Date: ShyAZe NC MBE1WBE 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 MBE/wBE subcontractors will be used, please use the bottom portion of this form. Contractor Signature: Tale: �1,•alesz1` Date: 51/2 5'�2 o SUBCONTRACTORS APPLICABLE: You are required, in order for your bid to be considered responsive, to provide the information on this form showing ALL of your MBE/WBE subcontractor contacts made for your bid submission. This information is subject to verification. Any questions should be directed to Contract Compliance Office 319-291-4429. You are required, in order for your bid to be considered responsive, to provide the information on this Form showing your MBE/WBE Business Enterprise contacts made prior to your bid submission. This information is subject to verifications and confirmation. If you are unable to identify MBE/WBE firms to perform portions of the work, please contact Rudy Jones, Contract Compliance Officer, for assistance at (319) 291-4429. In the event it is determined that the MBE/WBE Business Enterprise goals are not met, then before awarding the contract the City of Waterloo will make a determination as to whether or not the apparent successful low bidder made good faith efforts to meet the goals. TABLE OF 11XFORY "Vli BEMBE I.,US TUON SHOW] G BQ©JER°S PIREmBIID MESS ENTERS DSE CONTACTS CTS Quotes Receive Qixotation in bid use Contactea Dates Yes/No CoataccteC Dates Yes/No Dollar Amount Subcontracted ?rop o s ed. to MBERNBIT, SubcoM trractors .fie --1--1-2;01-/ Ahs flier 5`11 / Ao . itlif2_22.ao / / 3 2v ri) '46i 5/ 42/2 o /1 /o _._._. c Cot a h Ft (Form CCO-4) Rev. 06-20-02 Form 730007WP 7-97 Contractor k Cani hjh £a fA 6a, .z7 • Project# RM $/SSItgs) - - `)%) - d7 County Wtlek Heztok City Wcth9r /&o TARGETED SMALL BUSINESS (TSB) PRE -BID CONTACT INFORMATION (To Be Completed By All Bidders Per The Current Contract Provision) Page# In order for your bid to be considered responsive, you are required to provide information on this form showing your Targeted Small Business verification and confirmation. ar g contacts made with your bid submission. This information is subject to In the event it is determined that the Targeted Small Business goals are not met, then before awardingthe contract, the bidder made good faith efforts to meet the goals. Contracting Authority will make a determination as to whet her or not the apparent successful low NOTE: Every effort shall be made to solicit quotes or bids on as many subcontractable items as necessary to achieve the established goals. as a subcontractor. gas. If a TSB's quote is used in the bid, it is assumed that the firm listed will be used SUBCONTRACTOR �i elf /I/ur TABLE OF INFORMATION SHOWING BIDDERS PRE -BID TARGETED SMALL BUSINESS (TSB) CONTACTS TSB DATES CONTACTED eP ear • bra jah QUOTES RECEIVED YES/ rt! n seh Alta S �/.2/2 0 • DATES f.nNTAC.TEf QUOTATION USED IN BID YES/ Nn ire s DOLLAR AMT. PROPOSED Tn RP SI 1RfnNITRAfTFn fri7d 222.00 Total dollar amount proposed to be subcontracted to TSB on this project $ 17 Z2-Z.4 a items by name to be subcontracted: List • FORM OF B0D ► G3 PRO PO S AEJ FY 2020 NEWF-1 STR AEI RISE PROJECT RISE E t3ROJECT I'REkJik38155(` 65}n9 MO7 CO Mi1RACn CITY OF WA F Honorable Mayor and City Council Waterloo, Iowa Gentlemen: AO. 991 IOWA The undersigned, being a Corporation existing under the laws of the State of ro 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 NEWELL STREET RISE PROJECT, Contract No. 991, all in accordance with the above-, listed documents and for the unit prices for work in place for the following items and quantities: No. Item Code Item Quantity Unit Unit Price Total Price 1 8,515 CY Excavation, Class 10, Roadway And 2102-2710070 Borrow 2 2105-8425011 Topsoil, Spread 2,150 CY 3 2105-8425015 Topsoil, Strip And Stockpile 2,150 CY 4 2113-0001100 6,260.9 SY Subgrade Stabilization Material, Polymer Grid 5 2115-0100000 Modified Subbase, 6" Thick 1,110 CY 6 24.8 STA 2123-7450020 Shoulder Finishing, Earth 2301-1032090 SY Standard Cement Concrete Or Slip Form Pavement, Portland Class C, 5,712 7 7 Class 2 Durability, 9 In. 8 Surfacing, Driveway, Class A Crushed 25 TON 2315-8275025 Stone 9 2 2401-6745910 EACH Removal Of Sign 10 2416-0100018 Aprons, Concrete, 18 In. Dia. 1 EACH 11 2416-0102230 Apron, Low Clearance Concrete, 2 EACH Equivalent Diameter 30 In. 12 2416-1190230 Culvert, Low Clearance Concrete 70 LF Entrance Pipe, Equivalent Diameter 30 In. 13 2435-0140148 Manhole, Storm Sewer, SW-401, 48 1 In. EACH 14 2435-0254100 Intake, SW-541 3 EACH 15 2435-0254200 4i- EACH Intake Extension Unit, SW-542 16 2435-0254500 Intake, SW-54 5, LO = 12' 1 EACH FORM OF BID iof4 CONTRACT NO. 991 Page 2435-0600020 Manhole Adjustment, Major 1 EACH 17 18 2502-8212036 Subdrain, Longitudinal, 6 2,117 (Shoulder) LF In. Dia. 19 2502-8221006 4 In., EACH Subdrain Riser, 6 As Per Plan 20 2502-8221303 6 Subdrain Outlet, DR-303 EACH 21 2503-0114215 Storm Sewer Gravity Main Trenched, 452 LF Reinforced 2000D (Class Concrete III),15 In Pipe (RCP), 22 2503-0114218 Storm Sewer Gravity Main, Trenched, 230 LF Reinforced 2000D (Class Concrete III),18 In Pipe (RCP), 23 2503-0200036 155 Sewer Remove Storm Pipe Less Than LF Or Equal To 36 In. 24 TON Revetment, Class E 2507-6800061 47.2 25 3,311 SY 2510-6745850 Of Pavement Removal 26 2518-6910000 Safety Closure 2 EACH 13.95 STA Painted Pavement Marking, 27 2527-9263109 Waterborne Or Solvent -Based 28 Pre-cut Symbol Legend, Preform 3 and 2527-9263155 Thermo EACH plastic 29 2528-8445110 Traffic Control 1 LS 30 2533-4980005 1 LS Mobilization 31 2554-0112016 568 Water Main, Trenched, Ductile Iron 16 In. LF Pipe (DIP), 32 2554-0210201 1 EACH Fire Hydrant Assembly 33 2599-9999005 1 EACH Removal Of Fire Hydrant Assembly 34 2599-9999005 3 16 In. Gate Valve EACH Install (DIP) 35 2599-9999005 1 Fence Gate EACH Remove And Reinstall 36 2599-9999009 500 LF Removal Of Watermain 2601-2640350 112 Special Ditch Control, Wood Excelsior SCE 37 Mat 38 2601-2634150 2.13 ACRE Mulching, Wood Cellulose Fiber 39 2601-2636043 1.46 ACRE Seeding And Fertilizing (Rural) 40 2601-2636044 ACRE 0.67 Seeding And Fertilizing (Urban) 41 2602-0000020 1,933 LF Silt Fence 42 2602-0000030 199 LF Silt Fence For Ditch Checks 43 2,132 Removal Of Silt Fence Or Silt Fence 2602-0000071 LF Ditch For Checks 44 2602-0000101 2,132 Maintenance Of Silt Fence Or Silt LF Fence For Ditch Check 45 2602-0000150 100 Stabilized Construction Entrance, EC- 303 LF 46 2602�0000500 Open Curb Intake Sediment 46 -Throat LE Filter, EC-602 2602-0000510 Maintenance Of Open Curb 4 -Throat 47 EACH Intake Sediment Filter 48 2602�0000520 4 Removal Of Open- hroat Curb Intake EACH Sediment Filter 49 2602-0010010 4 EACH Mobilizations, Erosion Control TOTAL BID # �y°, I 6, y3 FORM OF BID 2 of 4 CONTRACT NO. 991 Page FY 2020 NEWELL STREET RISE PROJECT RISE PROJECT #RM-8155(765)--9D-07 CONTRACT NO. 991 CITY OF WATERLOO, IOWA Total Price Item Code Item Quantity Unit Unit Price 10, And Borrow 8,515 CY $ 3.00 $ 25,545.00 2102-2710070 Excavation, Class Roadway 2 1 05-84250 1 1 Topsoil, Spread 2,150 CY $ 2.50 $ 5,375.00 2105-8425015 Topsoil Stiip And Stockpile 2,150 CY $ 2.50 $ 5,375.00 15,652.25 2113-0001100 Subgrade Stabilization Material, Polymer Grid 6,260.9 SY $ 2.50 $ 2115-0100000 Modified Subbase, 6" Thick 1,110 CY $ 36.00 $ 39,960.00 2123-7450020 Shoulder Finishing, Earth 24.8 STA $ 225.00 $ 5,580.00 2301-1032090 Standard or Shp Form Portland Cement Concrete 5,712.7 SY $ 45.90 $ 262,212.93 Pavement, Class C, Class 2 Durability, 9 In 2315-8275025 Surfacing, Driveway, Class A Crushed Stone 25 TON $ 40.00 $ 1,000.00 2 EACH $ 150.00 $ 300.00 2401-6745910 Removal of Sign Is 2416-0100018 Aprons, Concrete, 18 In Dia. 1 EACH $ 1,600.00 $ 1,600.00 2416-0102230 Apron, Diameter Low 30 Clearance In. Concrete, Equivalent 2 EACH $ 2,200.00 $ 4,400.00 2416-1190230 Culvert, Equivalent Low Diameter Clearance 30 Concrete In. Entrance Pipe, 70 LF $ 130.00 $ 9,100.00 2435-0140148 Manhole, Storm Sewer SW-401, 48 In. 1 EACH $ 2,900.00 $ 2,900.00 2435-0254100 Intake, SW 541 3 EACH $ 5,300.00 $ 15,900.00 2435-0254200 Intake Extension Unit, SW 542 4 EACH $ 2,000.00 $ 8,000.00 2435-0254500 Intake, SW-545, LO = 12' 1 EACH $ 5,800.00 $ 5,800.00 2435-0600020 Manhole Adjustment, Major 1 EACH $ 2,000.00 $ 2,000.00 2502-8212036 Subdrain, Longitudinal, (Shoulder) 6 In. Dia. 2,117 LF $ 7.35 $ 15,559.95 2502-8221006 Subdrain Riser, 6 In., As Per Plan 4 EACH $ 650.00 $ 2,600.00 20 2502-8221303 Subdrain Outlet, DR-303 6 EACH $ 400.00 $ 2,400.00 Storm Sewer Gravity Main, Trenched Reinforced 21 2503-0114215 Concrete Pipe (RCP), 2000D (Class III), 15 In 452 LF $ 56.00 $ 25,312.00 Storm Sewer Gravity Main, Trenched Reinforced 230 LF $ 58.00 $ 13,340.00 22 2503-0114218 Concrete Pipe (RCP), 2000D (Class III), 18 In. Remove Storm Sewer Pipe Less Than Or Equal To 23 2503 0200036 36 In. 155 LF $ 12.00 $ 1,860.00 24 2507-6800061 Revetment, Class E 47 2 TON $ 42.00 $ 1,982.40 3,311 SY $ 3.15 $ 10,429.65 25 2510-6745850 Removal of Pavement 26 2518-6910000 Safety Closure 2 EACH $ 100.00 $ 200.00 Painted Pavement Marking, Waterborne Or Solvent 27 2527-9263109 Based 13.95 STA $ 75.00 $ 1,046.25 Pre-cut Symbol and Legend, Preform 28 2527-9263155 3 EACH $ 490.00 $ 1,470.00 Thermoplastic 1 LS $ 2,300.00 $ 2,300.00 29 2528-8445110 Traffic Control 1 LS $ 34,500.00 $ 34,500.00 30 2533-4980005 Mobilization 31 2554-0112016 In. Main, Trenched, Ductile Iron Pipe (DIP), 16 568 LF $ 108.00 $ 61,344.00 32 2554-0210201 Fire Hydrant Assembly 1 EACH $ 6,000.00 $ 6,000.00 33 2599-9999005 Removal of Fire Hydrant Assembly 1 EACH $ 1,500.00 $ 1,500.00 34 2599-9999005 Install 16 In Gate Valve (DIP) 3 EACH $ 7,200.00 $ 21,600.00 35 2599-9999005 Remove And Reinstall Fence Gate 1 EACH $ 500.00 $ 500.00 36 2599-9999009 Removal of Watermain 500 LF $ 7.00 $ 3,500.00 37 2601-2640350 Special Ditch Control, Wood Excelsior Mat 112 SQ $ 16.00 $ 1,792.00 38 2601-2634150 Mulching, Wood Cellulose Fiber 2.13 ACRE $ 1,750.00 $ 3,727.50 39 2601-2636043 Seeding and Fertilizing (Rural) 1.46 ACRE $ 1,275.00 $ 1,861.50 40 2601-2636044 Seeding And Fertilizing (Urban) 0.67 ACRE $ 1,900.00 $ 1,273.00 41 2602-0000030 Silt Fence 1,933 LF $ 1.75 $ 3,382.75 No. Item Code Item Quantity Unit Unit Price Total Price 42 2602-0000030 Silt Fence For Ditch Checks 199 LF $ 4.95 $ 985.05 43 2602-0000071 Removal Checks of Silt Fence or Silt Fence For Ditch 2,132 LF $ 0.35 $ 746.20 44 2602-0000101 Maintenance Check Of Silt Fence Or Silt Fence For Ditch 2,132 LF $ 0 25 $ 533.00 45 2602-0000150 Stabilized Construction Entrance, EC-303 100 LF $ 47.50 $ 4,750.00 46 2602-0000500 Open -Throat Curb Intake Sediment Filter, EC-602 46 LF $ 13.50 $ 621.00 47 2602-0000510 Maintenance Filter of Open -Throat Curb Intake Sediment 4 EACH $ 25.00 $ 100.00 48 2602 0000520 Removal Filter Of Open -Throat Curb Intake Sediment 4 EACH $ 50.00 $ 200.00 49 2602-0010010 Mobilizations, Erosion Control 4 EACH $ 500.00 $ 2,000.00 TOTAL BID $ 640,116.43 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 F. Ve EQ•entt d f Amt tr3; I Dollars ($ 5,./. sum of in the form of 8:1 ?zinc/ , 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 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. Date s/ 2/24 S1/4 2/Zo 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. FORM OF BID CONTRACT NO. 991 3 of Page 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. fe. Ahfl;hj44M O6h5MS:th col 2h4 • (Name of Bidder) (Date) Title Official Address: (Including Zip Code): to 2 s eeh7ier eef C€hr im1 2A Sa6/3 I.R.S. No. 492- 27 v, • FORM OF BID CONTRACT NO. 991 Page 4 of 4 NON -COLLUSION AFFIDAVIT OF PRIME BIDDER State of et.va County of Vate --rosE OWEM )ss , being first duly sworn, deposes and says that: 1 He is L 4 Partne •ff e, Re s resentative, or Agent) , of ie. an h; aPiitrig , the Bidder that has submitted the attached Bid; 2 He is fully informed respecting the preparation and contents of the attached Bid and of all pertinent circumstances respecting such Bid; 3. Such Bid is genuine and is not a collusive or sham Bid; 4. Neither the said Bidder nor any of its officers, partners, owners, agents, representatives, employees, or parties in interest, including this affiant, has in any way colluded, conspired, connived or agreed directly or indirectly, with any other Bidder, firm or person to submit a collusive or sham Bid in connection with the Contract for which the attached Bid has been submitted or to refrain from bidding in connection with such Contract, or has in any manner, directly or indirectly, sought by agreement or collusion or communication or conference with any other Bidder, firm or person to fix the price or prices in the attached Bid or of any other Bidder, or, to fix any overhead, profit or cost element of the bid price or the bid price of any other Bidder, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against the City of Waterloo, Iowa, or any person interested in the Proposed Contract; and 5. The price or prices quoted in the attached Bid are fair and proper and are not tainted by any collusion, conspiracy, connivance or unlawful agreement on the part of the Bidder or any of its agents, representatives, owners, employees, or parties in interest, including this affiant. (Signed) Title Subscribed and sworn to before me this /1' day of r1�,et�y , 20 My commission expires CLA„...Th o? igicz ot/ COMMISSION NO.7030 MY COMMISSION RES ®n�' MAY$,