HomeMy WebLinkAboutK. Cunningham Construction Co., Inc.CUNNINGHAM K CUNNINGHAM CONSTRUCTION CO., INC.
1325 RAIL WAY
CEDAR FALLS, IA 50613
Bid Proposal For:
FY 2021 Commercial St., Katoski Dr., and Hawkeye Rd.
Rt Turn Lane Reconstruction Program
Contract No. 1024
City of Waterloo, Iowa
•
CUNNINGHAM K CUNNINGHAM CONSTRUCTION CO., INC.
1325 RAIL WAY
CEDAR FALLS, IA 50613
Bid Security For:
FY 2021 Commercial St., Katoski Dr., and Hawkeye Rd.
Rt Turn Lane Reconstruction Program
Contract No. 1024
City of Waterloo, Iowa
CI -Pi WAIERLOO
isOFFICE
p`!nljik�' c 'ar
21 P141211191-15
•
•
0-1
C-dWl�t,�`2r' (�eh2rd-CPve Ypre
FORM OF RID OR PROPOSAL
FY 2021 COMMIFRCIAL ST., KATOSKI DR., AND HAWKEYk RD.
RT TURN LANE RECONSTRUCTION PROGRAM
CONTRACT MO. 1024
Honorable Mayor and City Council
Waterloo, Iowa
Gentlemen:
CITY OF WATERLOO, O, IOWA
1. The undersigned, being a Corporation existing under the laws of the State of
_..La 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 2021 COMMERCIAL ST., KATOSKI DR., AND HAWKEYE RD. RT TURN LANE RECONSTRUCTION
PROGRAM, Contract No. 1024, all in accordance with the above -listed documents and for the unit prices
for work in place for the following items and quantities:
FY 2021 COMMERCIA.
ST.,
KATOSKI
DR.,
AND
HAWK
T
Y
^
RD.
RT TURN
LAN-
RECONSTRUC
4ION
PROGRAM
CON
-RAC-
NO.
1024
S U
DAS
SPECIFICATION
*SEE
BID
SUPPLEMENTAL
DIVISION
I
STREET
RECONSTRUCTION
UNIT
RID
TOTAL
BID
=
ITEM
SP
a
SPCL
PROV
DESCRIPTION
UNIT
EST
QTY
PRICE
PRICE
DIVISION
2 a
EARTHWORK
1
2010-108-D
*
TOPSOIL,
4
INCHES,
ON
OR
OFF
SITE
SY
2,015.0
$
$
2
2010-108-E-0
*
EXCAVATION,
CLASS
10
CY
5,516.0
$
$
3
2010-108-G
*
SUBGRADE
PREPARATION
SY
15,086.0
$
$
*
4
2010-108-H
SUBGRADE
TREATMENT,
WOVEN
GEOTEXTILE
SY
1,500.0
$
$
5
2010-108-1
*
SUBBASE,
MODIFIED
CY
6,500.30
$
$
6
IDOT
2121
GRANULAR
SHOULDER,
TYPE
B
TON
2,621.00
SUBTOTAL
EARTHWORK
$
332 Si,'..f:=
DIVISION
4 -
SEWERS
AND
DRAINS
a
STORM
STORM
SEWER,
TRENCHED,
RCP
2000D,
15
7
4020-108-A-1
INCH
LF
110.0
$
$
STORM
SEWER,
TRENCHED,
RCP
2000D,
12
8
4020-108-A-1
*
INCH
LF
150.0
$
$
STORM
SEWER,FLARED
END
SECTION,
RCP,
9
4020-108-A-1
*
2000D,
15
INCH
EACH
3.0
$
$
REMOVAL
OF
STORM
SEWER,
RCP,
LESS
10
4020-108-D-0
*
THAN
OR
EQUAL
TO
36
INCH
LF
211.0
$
$
11
12
4040-108-A-0
4040 108-A-0
DIVISION 4 SEWERS AND DRAINS - STORM
(CONTINUED)
S UBDRAIN, TYPE SP, 6 INCH
S UBDRAIN, TYPE SP, 4 INCH
LF
LF
1,735.0
9,834.0
13
4040-108-D-0
S UBDRAIN OUTLETS AND CONNECTIONS,
CMP, 6 INCH
EACH
68.0
DIVISION 6 - STRUCTURES FOR STORM
S EWERS
14
15
16
17
18
19
6010-108-A-0 *
6010-108-A-0
6010-108-B-0
6010-108-B-0
6010-108-B-0
6010-108-H-0 *
MANHOLE, SW-401, 48"
MANHOLE, SW-406, SHALLOW RECTANGULAR
INTAKE, SW-501, SINGLE GRATE
INTAKE, SW-507 SINGLE OPEN THROAT, CURB
INTAKE, SMALL BOX
INTAKE, SW-509 DOUBLE OPEN THROAT,
CURB INTAKE, SMALL BOX
CONNECTION TO EXISTING INTAKE, DRAIN
TILE
EACH
EACH
EACH
EACH
EACH
EACH
1.0
2.0
6.0
2.0
1.0
2.0
20
6010-108-B-0
REMOVE MANHOLE OR INTAKE, STORM
EACH
12.0
21
SP #6
INTAKE SW-545, REMOVE AND REPLACE
S PECIAL SHAPING AND TOP
EACH
1.0
22
6010-108-B-0
INTAKE, SW-545 SINGLE OPEN THROAT WITH
EXTENDED OPENING
EACH
1.0
23
6010-108-E *
INTAKE, SW-501 REMOVE AND REPLACE
BOXOUT
EACH
2.0
24
6010-108-E *
MINOR ADJUSTMENT, MANHOLE W/ SW-601
TYPE A CASTING & CITY OF WATERLOO
COVER
EACH
2.0
25
6010-108-E *
MINOR ADJUSTMENT, MANHOLE W/ SW-602
TYPE E CASTING & CITY OF WATERLOO
COVER
EACH
2.0
26
SP #3
FURNISH AND INSTALL SW-603 TYPE R
CASTING
SUBTOTAL STORM SEWER
EACH
2.0
DIVISION 5 - WATER MAINS AND
APPURTENANCES
27
28
S P#4
S P#2
CONVERT WATER VALVE MANHOLE TO
ROADBOX
WATER SERVICE KILL
EACH
EACH
1.0
25.0
SUBTOTAL. WATER APPURTENANCES
DIVISION 7 STREETS AND RELATED WORK
PCC PAVEMENT
29
30
31
7010-108-A-0
7010-108-A-0
7010-108-A-0
PAVEMENT, PCC, 8 INCH, C 4 W/ CLASS 3 AGG
PAVEMENT, PCC, 9 INCH, C 4 W/ CLASS 3 AGG
PAVEMENT, PCC, 10 INCH, C 4 W/ CLASS 3
AGG
SY
SY
SY
12, 761.0
5,432.0
920.0
32
7010-108-G
CONCRETE MEDIAN, 6 INCH, C 4 W/ CLASS 3
AGG
SY
286.5
33
7010-108-1-0
PCC PAVEMENT SAMPLES AND TESTING
LS
1.0
34
7010-3.04
COLD WEATHER CONCRETE PROTECTION
SY
2,000.0
35
7010-3.02, J *
LINSEED OIL TREATMENT
SY
7,000.0
S IDEWALKS, SHARED USE PATHS AND
DRIVEWAYS
36
7030-108-A-0
REMOVAL OF SIDEWALK
SY
459.6
37
7030-108-A-0
REMOVAL OF DRIVEWAY
SY
235.7
38
7030-108-E-0
S IDEWALK, PCC C-4, 6 INCH, C 4
SY
480 2
39
7030-108-G-0
DETECTABLE WARNING SURFACE
SF
70.0
40
41
7030-108-H-1
7030-108-H-1
DRIVEWAY PAVED, PCC, 6 INCH, C-4
DRIVEWAY, PAVED, PCC, 8 INCH, C-4
PAVEMENT REHABILITATION
SY
SY
202.3
38.8
42
7040-108-H-0 *
PAVEMENT REMOVAL CONCRETE
SY
20,700.0
DIVISION 8 - PAVEMENT MARKINGS AND
TRAFFIC CONTROL
PAVEMENT MARKINGS
43
8020-108-B-0/SP#10
PAINTED PAVEMENT MARKINGS,
SOLVENT/WATERBOURNE
STA
206.61
44
8020-108-H-0/SP#10
P RECUT SYMBOLS AND LEGENDS
EACH
21.0
45
8020-108-K-0
PAINTED PAVEMENT MARKINGS, REMOVED
STA
12.0
TEMPORARY TRAFFIC CONTROL
46
8030-108-A-0
TEMPORARY TRAFFIC CONTROL
LS
1.0
PAVEMENT MARKINGS
DIVISION 9 - SITE WORK AND LANDSCAPING
S EEDING
47
9010-108-B-0 *
HYDRAULIC SEEDING, SEEDING, FERTILIZING
AND MULCHING
SY
140.0
48
9010-108-E-0 *
WARRANTY
SY
100.0
EROSION AND SEDIMENT CONTROL
49
9040-108-T-1 */
SP#13
INLET PROTECTION DEVICE, INTERMEDIATE
AND DROP IN
EACH
11.0
50
9040-108-T-2
*/SP#13
INLET PROTECTION DEVICE, MAINTENANCE
SUBTOTAL SITE
VCRK AND LANDSCAPING
EACH
11.0
DIVISION 11 MISCELLANEOUS
CONSTRUCTION SURVEY
51
52
11010-108-A
11,050-108-A-0
CONSTRUCTION SURVEY (DIVISIONS I AND II)
CONCRETE WASHOUT
LS
LS
1.00
1.00
53
PLAN SHEET 2.09
REMOVE AND REINSTALL TREE GRATES
EACH
4.0
SUBTOTAL MISCELLANEOUS
TOTAL DIVISION 1 $
BID
ITEM
SUDAS
SPECIFICATION
* SEE
SUPPLEMENTAL
SP = SPCL PROV
DIVISION 11 COMMERCIAL STREETSCAPE
DESCRIPTION
UNIT
EST CITY
UNIT BID
PRICE
TOTAL BID
PRICE
1
S UDAS 2010-108-A-0
CLEARING AND GRUBBING
UN
7.8
2
S UDAS 2010-108-D-0
OFFSITE TOPSOIL
CY
28.0
SUDAS
SPECIFICATION
::
SEE
DIVISION
I1—
COMMERCIAL
TREE
T SCAPE
UNIT
BID
TOTAL
ale
BID
SUPPLEMENT/
(CONTINUED)
DESCRIPTION
UNIT
EST
QTY
PRICE
PRICE
ITEM
SI
a
SPCL
Ke.OV
SUDAS
2010-108-E-0
EXCAVATION,
CLASS
10,
WASTE
3
CY
300.0
i
SUDAS
2010-
108-1-0
SUBBASE,
MODIFIED4
Cl'
199.3
$
SUDAS
7030-108-A-0
REMOVAL
OF
PAVEMENT
5
SY
37.9
$
$
SUDAS
7030-108-A-0
REMOVAL
OF
SIDEWALK
6
SY
1,003.3
$
SUDAS
7030-108-A-0
REMOVAL
OF
DRIVEWAY
7
SY
157.9to
SUDAS
7030-108-E-0
SIDEWALK,
PCC,
6
IN.
e
SY
857.6
$
$
SUDAS
7030-108-E-0
SIDEWALK,
PCC,
8
IN.
9
SY
16.7
SUDAS
7030-108-E-0
SIDEWALK,
COLORED
PCC,
6
IN.
10
SY
742.2
$
$
IRON
SUDAS
7030-108-G-0
DETECTABLE
WARNINGS,
CAST
1,l
SF
-
$
$
SUDAS
7030-108-H-0
PAVED
DRIVEWAY,
PCC,
6
IN.
12
SY
40.8
$
$
IN.
SUDAS
7030-108-H-0
PAVED
DRIVEWAY,
PCC,
8
,119.2
13
SY
$
$
PLAN
POROUS
PAVE
14
SF
850.0
$
$
SUDAS
7040-108-A-0
FULL
DEPTH
PATCH
15
SY
37
$
$
SUDAS
8020-108-B-0
PAINTED
PAVEMENT
11.4ARKINGS
16
STA
J.0
$
$
SUDAS
8020-108-B-0
PAVEMENT
MARKINGS
REMOVED
17
STA
1.5
$
$
IA -DOT
2523-
LIGHTING
POLES.
TYPE
1.
STREET
LIGHT
18
1
0000100
EACH
10.0
$
$
IA -DOT
2523-
LIGHTING
POLES
TYPE
2
PED
LIGHT
19
0000-100
EACH
20.0
$
$
PLAN
REMOVAL
OF
LIGHT
POLE
FOOTINGS
20
EACH
12.0
$
$
IA
-DOT
2523-
ELECTRICAL
CIRCUITS
21
0000200
LF
2,083.0
$
$
IA -DOT
2523-
HANDHOLES
AND
JUNCTION
BOXES
22
0000310
EACH
4.0
$
$
PLAN
ELECTRICAL
MODIFICATIONS
23
LS
1.0
$
$
TYPE
1,
PLANTS
WITH
WARRANTY,
SKYLINE
SUDAS
9030-108-B-0
24
HONEYLOCUST
EACH
4.0
$
$
PLANTS
WITH
WARRANTY,
TYPE
2, SKYLINE
SUDAS
9030-108-8-0
25
HONEYLOCUST
EACH
4.0
$
PLANTS
WITH
WARRANTY,
TYPE
3, SKYLINE
SUDAS
9030-108_g-0
26
HONEYLOCUST
EACH
4.0
$
$
PLANTS
WITH
WARRANTY,
TYPE
1,
COMMON
SUDAS
903i�
108-B-0
.-
12.0
27
HACKBERRY
EACH
$
$
PLANTS
WITH
WARRANTY,
TYPE
3,
AUTUMN
SUDAS
9030-108-B-0
28
BLAZE
MAPLE
EACH
5.0
$
$
PLAN
REMOVE
AND
REINSTALL
TREE
GRATE
29
EACH
-
$
PLAN
INSTALL
NEW
TREE
GRATE
30
EACH
4.0
$
PLAN
REMOVE
AND
REINSTALL
BIKE
RACKS
31
LS
1.0
$
$
3-C3
DIVISION
rt 3V2.yo
TOTAL
.
Contract No. 1023 Addendum No. 1 - Division II Quantity Correction Form of Bid Page 4 of 6
HVDSllON u]rui DMISI10
2)027 /cY �3
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 rj ve. [er-Geh i. o f Aa'lal4h't rr : Dollars ($
) in the form of 18; '.640,5 I , 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 2 /2ea/2i
3/o//2i
10. The bidder shall list the MBE/VVBE 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.
FORM OF BID OR PROPOSAL
FY 2021 COMMERCIAL ST., KA T OSKI DR., AND HAWKEYE RD.
RT TURN LANE RECONSTRUCTION PROGRAM
CONTRACT NO. 1024
CITY OF WATERLOO, IOWA
ITEM
RID
SUDAS
SPEC
SECTION
DIVISION
I - STREET
DESCRIPTION
RECONSTRUCTION
UNIT
EST
QTY
UNIT
PRICE
RID
TOTAL
PRICE
RID
DIVISION
2 o
EARTHWORK
*
OR
OFF
SITE
SY
2,015.00
$
4.75
$
9,571.25
1
2010-108-D
TOPSOIL,
4
INCHES,
ON
_
2
2010-108-E-0
*
EXCAVATION,
CLASS
10
CY
5,516.00
$ -
8.75
$ 48,265.00
3
2010-108-G
*
SUBGRADE
PREPARATION
SY
15,086.00
$
0.65
$
9,805.90
_
*
SUBGRADE
TREATMENT,
WOVEN
GEOTEXTILE
SY
1,500.00
$ 3.00
$
4,500.00
4
2010-108-H
5
2010-108-1
*
SUBBASE,
MODIFIED
CY
6,500.30
$ 32.00
$ 208,009.60
2,621.00
$ 20.00
$ 52,420.00
TYPE
B
TON
6
IDOT
2121
GRANULAR
SHOULDER,
SUBTOTAL
EARTHWORK
$
332,571.75
DIVISION
4
-SEWERS
AND
DRAINS
-STORM
2000D,
15
7
4020-108-A-1
*
STORM
SEWER,
TRENCHED,
RCP
LF
110.00
$ 70.00
$
7,700.00
INCH
12
8
4020-108-A-1
*
STORM
SEWER,
TRENCHED,
RCP
2000D,
LF
150.00
$ 68.00
$
10,200.00
INCH
STORM
SEWER,
FLARED
END
SECTION,
RCP,
3.00
$ 3,700.00
$ 11,100.00
9
4020-108-A-1
*
EACH
2000D,
15
INCH
10
4020-108-D-0
*
REMOVAL
OF
STORM
SEWER,
RCP,
LESS
THAN
LF
211.00
$
6.00
$
1,266.00
OR
EQUAL
TO
36
INCH
LF
1,735.00
$
8.00
$ 13,880.00
11
4040-108-A-0
SUBDRAIN
TYPE
SP,
6
INCH
1
LF
9,834.00
$
6
6.75
$ 66,379.50
12
4040-108-A-0
SUBDRAIN,
TYPE
SP,
4
INCH
SUBDRAIIN
OUTLETS
AND
CONNECTIONS,
CMP,
68.00
$
160.00
$ 10,880.00
13
4040-
108-
D-
0
EACH
6
INCH
DIVISION
6
-
STRUCTURES
FOR
STORM
SEWERS
1.00
$ 3,750.00
$ 3,750.00
*
SW-401,
48"
EACH
14
6010-108-A-0
MANHOLE,
RECTANGULAR
EACH
2.00
$ 4,600.00
$ 9,200.00
15
6010-108-A-0
MANHOLE,
SW-406,
SHALLOW
6.00
$ 4,000.00
$ 24,000.00
16
6010-108-B-0
INTAKE,
SW-501,
SINGLE
GRATE
EACH
CURB
INTAKE,
SW-507,
SINGLE
OPEN
THROAT,
2.00
$ 4,700.00
$ 9,400.00
17
6010-108-B-0
INTAKE,
SMALL
BOX
EACH
CURB
INTKAE,
SW-509,
DOUBLE
OPEN
THROAT,
1.00
$ 6,200.00
$ 6,200.00
18
6010-108-B-0
INTAKE,
SMALL
BOX
EACH
2.00
$ 500.00
$
1,000.00
*
CONNECTION
TO
EXISTING
INTAKE,
DRAIN
TILE
EACH
19
6010-108-H-0
OR
INTAKE,
STORM
EACH
12.00
$ 450.00
$ 5,400.00
20
6010-108-B-0
REMOVE
MANHOLE
INTAKE,
SW-545,
REMOVE
AND
REPLACE
1.00
$ 3,500.00
$ 3,500.00
21
SP
#6
AND
TOP
EACH
SPECIAL
SHAPING
INTAKE,
SW-545,
SINGLE
OPEN
THROAT
WITH
1.00
$ 8,400.00
$ 8,400.00
22
6010-108-B-0
EXTENDED
OPENING
EACH
INTAKE,
SW-501,
REMOVE
AND
REPLACE
2.00
$ 3,400.00
$ 6,800.00
23
6010-108-E
*
BOXOUT
EACH
W/
SW-601
MINOR
ADJUSTMENT,
MANHOLE
2.00
$ 1,000.00
$ 2,000.00
24
6010-108E
-
*
TYPE
A
CASTING
&
CITY
OF
WATERLOO
COVER
EACH
W/ SW-602
MINOR
ADJUSTMENT,
MANHOLE
2.00
$ 750.00
$
1,500.00
25
6010-108-E
*
TYPE
E
CASTING
&
CITY
OF
WATERLOO
COVER
EACH
26
SP
#3
FURNISH
AND
INSTALL
SW-603
TYPE
R
CASTING
EACH
2.00
$ 850.00
$ 1,700.00
204,255.50_
SUBTOTAL
STORM
SEWER
$
-_
I
[
I
1
DIVISION
5
o
WATER
MAINS
AND
J
1
I
CONVERT
WATER
VALVE
MANHOLE
TO
1.00
$ 400.00
$
400.00
27
SP
#4
ROADBOX
EACH
25.00
$ 550.00
$ 13,750.00
28
SP
#2
WATER
SERVICE
KILL
EACH
SUBTOTAL
WATER
APPURTENANCES
$
14►?
50.00
DIVISION
7
-STREETS
AND
RELATED
WORK
PCC
PAVEMENT
W/
CLASS
3
AGG
SY
12,761.00
$ 41.40
$ 528,305.40
29
7040-108-A-0
PAVEMENT,
PCC,
8
INCH,
C-4
W/
CLASS
3
AGG
SY
5,432.00
$ 45.85
$ 249,057.20
30
7040-108-A-0
PAVEMENT,
PCC,
9
INCH,
C-4
W/
CLASS
3 AGG
SY
920.00
$ 57.50
$ 52,900.00
31
7010-108-A-0
PAVEMENT,
PCC,
10
INCH,
C-4
32
7010-108-G
CONCRETE
AGG
MEDIAN,
6
INCH,
C-4
W/
CLASS
3
SY
286.50
$ 69.50
$
19,911.75
_
33
7010-108-1-0
PCC
PAVEMENT
SAMPLES
AND
TESTING
LS
1.00
$ 7,500.00
$ 7,500.00
CONCRETE
PROTECTION
SY
2,000.00
$
5.00
10,000.00
34-
7010-3.04
COLD
WEATHER
_
35
7010-3.02,
J*
LINSEED
OIL
TREATMENT
SY
7,000.00
$
1.50
$
10,500.00
SIDEWALKS,
DRIVEWAYS
SHARED
USE
PATHS
AND
36
7030-108-A-0
REMOVAL
OF
SIDEWALK
SY
459.60
$
6.00
$
2,757.60
37
7030-108-A-0
REMOVAL
OF
DRIVEWAY
SY
235.70
$
6.00
$
1,414.20
r
S
480.20
$ 49.75
$ 23,889.95
38
7030-108-E-0
SIDEWALK,
PCC
C-4,
6
INCH,
C-4
39
7030-108-G-0
DETECTABLE
WARNING
SURFACE
SF
70.00
$ 47.50
$
3,325.00
SY
202.30
$ 49.75
$ 10,064.43
DRIVEWAY,
PAVED,
PCC,
6
INCH,
C-4
40
7030-108-H-1
SY
38.80
$ 55.00
$
2,134.00
DRIVEWAY,
PAVED,
PCC,
8
INCH,
C-4
41
7030-108-H-1
PAVEMENT
REHABILITATION
PAVEMENT
REMOVAL,
CONCRETE
SY
20,700.00
$
5.45
$ 112,815.00
42
7040-108-H-0*
SUBTOTAL
STREETS
AND
RELATED
WORK
$
1,034,574.53
1
DIVISION
TRAFFIC
CONTROL
8
-
PAVEMENT
MARKINGS
AND
PAVEMENT
MARKINGS
43
8020108-B-0/SP#10
-
PAINTED
SOLVENT/WATERBOURNE
PAVEMENT
MARKINGS,
STA
206.61
$ 45.00
$ 9,297.45
21.00
$ 490.00
$ 10,290.00
PRECUT
SYMBOLS
AND
LEGENDS
EACH
44
8020-108-H-0/SP#10
45
802Q-1Q8-K-0
PAINTED
PAVEMENT
MARKINGS,
REMOVED
STA
12.00
$ 125.00
$ 1,500.00
TEMPORARY
TRAFFIC
CONTROL
46
8030-108-A-0
TEMPORARY
TRAFFIC
CONTROL
LS
1.00
$ 30,000.00
$ 30,000.00
SUBTOTAL
PAVEMENT
MARKINGS
AND
TRAFFIC
CONTROL
$
51,087.45
DIVISION
9
-
SITE
WORK
AND
LANDSCAPING
SEEDING
SEEDING,
SEEDING,
FERTILIZING
47
9010-108-B-0
*
HYDRAULIC
SY
140.00
$ 3.95
$ 553.00
AND
MULCHING
48
9010-108-E-0
*
WARRANTY
SY
100.00
$ 3.95
$ 395.00
EROSION
AND
SEDIMENT
CONTROL
49
50
51
9040-108- T -1
*/SP#13
9040-108-T-2
*/SP#13
INLET PROTECTION DEVICE, INTERMEDIATE
AND DROP IN
INLET PROTECTION DEVICE, MAINTENANCE
SUBTOTAL SITEWORK AND LANDSCAPING
DIVISION 11 o MISCELLANEOUS
CONSTRUCTION SURVEY
11010-108-A (CONSTRUCTION SURVEY (DIVISIONS 1 AND II)
52 1 11,050-108-A-0
53
PLAN SHEET 2.09
CONCRETE WASHOUT
REMOVE AND REINSTALL TREE GRATES
BID SUDAS SPEC SECTION
ITEM
1
SUDAS 2010-108-A-0
2 SUDAS 2010-108-D-0
3
SUDAS 2010-108-E-0
4 SUDAS 2010-108-1-0
5 SUDAS 7030-108-A-0
6
EACH
LS
LS
11.00
$ 900.00 1 $ 9,900.00
$
75.00
1.00
1.00
$ 19,000.00
825.00
11,673.00
$ 19,000.00
3,000.00
$ 3,000.00
EACH I 4.00
SUBTOTAL MISCELLANEOUS $
TOTAL DIVISION I
DIVISION II o COMMERCIAL STREETSCAPE
DESCRIPTION
CLEARING AND GRUBBING
OFFSITE TOPSOIL
EXCAVATION, CLASS 10, WASTE
SUBBASE, MODIFIED
REMOVAL OF PAVEMENT
SUDAS 7030-108-A-0
REMOVAL OF SIDEWALK
7 SUDAS 7030-108-A-0
8
9
REMOVAL OF DRIVEWAY
SUDAS 7030-108-E-0
SIDEWALK, PCC, 6 IN.
SUDAS 7030-108-E-0
10 1 SUDAS 7030-108-E-0
11
SUDAS 7030-108-G-0
12 1 SUDAS 7030-108-H-0
13
14
15
SUDAS 7030-108-H-0
PLAN
SUDAS 7040-108-A-0
16 SUDAS 8020-108-B-0
17
18
SUDAS 8020-108-B-0
IA -DOT 2523-
0000100
19 IA -DOT 2523-
0000100
20
PLAN
21
IA -DOT 2523-
0000200
SIDEWALK, PCC, 8 IN.
UNIT
UNIT
CY
875.00
25.500.00
1,673,812.23
EST CITY
28.00
CY 1 300.00
CY
SY
SY
SY
SY
SY
SIDEWALK, COLORED PCC, 6 IN. 1 SY
DETECTABLE WARNINGS, CAST IRON
PAVED DRIVEWAY, PCC, 6 IN.
PAVED DRIVEWAY, PCC, 8 IN.
POROUS PAVE
FULL DEPTH PATCH
PAINTED PAVEMENT MARKINGS
SF
SY
SY
SF
SY
STA
PAVEMENT MARKINGS REMOVED STA
LIGHTING POLES, TYPE 1, STREET LIGHT EACH
LIGHTING POLES, TYPE 2, PED LIGH
REMOVAL OF LIGHT POLE FOOTINGS
ELECTRICAL CIRCUITS
EACH
EACH
LF
199.30
37.90
157.90
UNIT BID
PRICE
45.00
TOTAL BID
PRICE
$ 624.00
$
1,260.00
8.00 I $ 2,400.00
$ 50.00
15.50
6.00
857.60 1 S 49.75
16.70
742.20
40.80
119.20
850.00
37.90
55.00
$ 93.75
$ 47.50
$ 49.75
55.00
30.00
9,965.00
$ 587.45
8,026.40
$ 947.40
$ 42, 665.60
$ 918.50
$ 69,581.25
2,029.80
6,556.00
$ 25,500.00
82.50 1 $ 3,126.75
5.00 $ 75.00
1.50
$ 150.00
375.00
$ 225.00
10.00 $ 4,020.00 $ 40,200.00
20.00
12.00
2,083.00
$
3,270.00 1 $ 65,400.00
$ 5,400.00
11.00 1 $ 22,913.00
$ 1,100.00
$ 1,600.00
$ 4,400.00
$
1,600.00
IA-DOT-2523-
4.00
JUNCTION
BOXES
EACH
22
0000310
HANDHOLES
AND
23
PLAN
ELECTRICAL
MODIFICATIONS
�_
LS
1.00
$
686.25
$ 2,745.00
PLANTS
WITH
WARRANTY,
TYPE
1, SKYLINE
4.00
24
SUDAS
9030-108-B-0
EACH
HONEYLOCUST
$
686.25
$ 2,745.00
TYPE
2,
SKYLINE
25
SUDAS
9030-108-B-0
PLANTS
WITH
WARRANTY,
EACH
4.00
HONEYLOCUST
$
686.25
$ 2,745.00
TYPE
3, SKYLINE
PLANTS
WITH
WARRANTY,
4.00
26
SUDAS
9030-108-B-0
EACH
HONEYLOCUST
$
686.25
$ 8,235.00
TYPE
1,
COMMON
PLANTS
WITH
WARRANTY,
12.00
27
SUDAS
9030-108-B-0
HACKBERRY
EACH
$
686.25
$ 3,431.25
TYPE
3, AUTUMN
PLANTS
WITH
WARRANTY,
5.00
28
SUDAS
9030-108-B-0
BLAZE
MAPLE
EACH
$
875.00
$ -
1
29
PLAN
REMOVE
AND
REINSTALL
TREE
GRATE
EACH
-
$ 4,060.00
$ 16,240.00
30
PLAN
INSTALL
NEW
TREE
GRATE
EACH
4.00
$ 2,500.00
$ 2,500.00
31
PLAN
REMOVE
AND
REINSTALL
BIKE
RACKS
LS
1.00
353,342.40
TOTAL
DIIVDSOCOA
00
$
*
N
I+
DIVISION
II $ 2,027,154.63
T*
A
L I)
DVDSSO
Joe Owen
President
K. Cunningham Construction Co., Inc.
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.
BY:
ettfirlitjA4 tin n)hs•iruci--;an (20.) =n�.
(Name of Bidder) (Date)
Title l-rer:se/ehf
Official Address:
13 2 s a
(Including Zip Code):
W'ay
eacia r c//s, r,( so 6 I3
I.R.S. No. 112- - //27L/J 7
END SECTION
NONoCO(,LUSION AFFIDAVIT OF PRIME BIDDER
State of Ttivia
County of Wei ck frawk
a e O weeh
)ss
, being first duly sworn, deposes and says that:
1 He is er, Partne fficer, Representative, or Agent) , of W C&hh )i / aM Ci.i4'zsSic,in
, the Bidder that has submitted the attached Bid;
et,
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.
Subscribed and sworn to before me this
My commission expires
(Signed)
t�re7: let214
1/45/F/A Doi
IA1, a
r
IANE CALEY
COMt'MISSIO NO. 020U4
MY CO J% y7S! J. 7fES
MAY
.._ m-.- _..ctz..YL_,--_
Title
day of /143ru-n-✓tf
Title
els
•
Biidder Statujs orrn
To be completed by all bidders
Please answer "Yes" or "No" for each of the following:
0 Yes (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).
0 Yes ONo My company has an office to transact business in Iowa.
0 pan Y
Yes No My company's office in Iowa is suitable for more than receiving mail, telephone calls, and e-mail.
_ Yes ONo My company has been conducting business in Iowa for at least 3 years prior to the first request for
bids on this project.
0 Yes ONo 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
My company has maintained offices in Iowa during the past 3 years at the following addresses:
Dates: 06
/ 17
Dates: 06 / 2-,
/ to
20
0(0 /
/
Address:
/e• 2 denier S7tr-e 2
ti
City, State, Z•ip: &Jar F'//, n
3 oy / Address: 132c �a;/ wayto d/
City, State, Zip: Ccc4r pills, r�Q
Se e 13
s6‘13
Dates: / / to / / Address:
You may attach additional sheet(s) if needed.
To be completed by non-resident bidders
City, State, Zip:
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 labor0 Yes
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.
You may attach additional sheet(s) if needed.
To be completed by all bidders
Part D
certify that the statements made on this document are true and complete to the best of my knowledge and I know that my
failure to provide accurate and truthful information may be a reason to reject my bid.
Firm Name:
Signature:
In"; hi ha in eon r 44; h eo.) nc.
Date: 3A/z
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.
Yes
0
0 Yes
0 Yes
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 RNVRE BUSINESS ENTIJ RPRISE
PREBID CONTACT INFORMATION FORM
Prime Con,tractor Name: htlia
Project: L.,:e> fee r-a t Mat /0 2 y
14rucf;bn
Letting Date: 3/ 5'/02 1
NO MBE/WBE SUBCONTRACTORS: If you are NOT using any MBE/WBE subcontractors to complete this
project, sign below. Attach a brief explanation as to why subcontracting was not feasible with this project. If any
MBE/WBE subcontractors will be used, please use the bottom portion of this form.
Contractor Signature:
Title:
Date: 3/9/21
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 may 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/VVBE 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 INFORMATION SHOWING BIDDER'S PRE0BID
MBE/WBE BUSINESS ENTERPRISE CONTACTS
Quotes
Received
Quotation
used
in
bid
Dates
Dates
Dollar
Amount
Proposed
to
MBE/WBE
Subcontractors
Contacted
Yes/No
Contacted
Yes/No
be
Subcontracted
.
3/3/21
#
D. c a ra4/ar,
272 s'l =
re S
?i/ CS.3, 2-6
atb
-
.
.
-
3 J3
Ve5
Vapt/i
// we ry rove
at
3/2/2 i
- -
%2 /
,.
reiTh
3/ 2 1 2" 1
' •
3/ Aib._ i
Ye 5
, •
cni Ahnrie-Y7
(Form CCO-4) Rev. 06-20-02
HL OND
KNOW ALL MEN BY THFSE 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 VVATERLOO , Iowa, hereinafter called "OWNER." In the penal sum
Five Percent of Amount Bid------- ---------------o--Dollar'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 is
such that whereas the Principal has submitted the accompanying bid dated the 4th = day of
March 20 21 , far F.Y 2021 Commercial St., Katoski Dr. and Hawk ye Rd. Rt. Turn Lane
Contract No. 1024
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,
a
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 presents to be signed
by their proper officers this 4th day of March , A.D. 2021 .
K. Cunningham Construction Co., Inc.
Principal
Witness
Witness
By
United Fire & Casualty Company
Surety
By
(seal)
gag ba t i ni
Attorney -in -fact Nancy D. Baltutat
(Title)
(Seat)
BID BOND Page oft
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 Fire & Indemnity Company, a corporation duly organized and existing under the laws of the State of Texas; and
Financial Pacific Insurance Company, a corporation duly organized and existing under the laws of the State of California (herein collectively called
the Companies), and having their corporate headquarters in Cedar Rapids, State of Iowa, does 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 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, ptusuant 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 attomey 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 reunke all power and authority
previously given to any attorney -in -fact.
00111
Nit
ZmP
i
Uhl
OWMIUMn
Q,E %}l
State of Iowa County of Linn, ss:
IN WITNESS WHEREOF, the COMPANIES have each caused these presents to be signed by its
vice president and its corporate seal to be hereto affixed this 10th day of March, 2014
UNITED FIRE & CASUALTY COMPANY
UNITED FIRE & INDEMNITY COMPANY
FINANCIAL PACIFIC INSURANCE COMPANY
By:
Vice President
On 10th day of March, 2014, before me personalty 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 'mows 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
Notary Public
My commission expires: 4/23/2021
I, Mary A. Bertsch, Assistant Secretary of United Fire & Casualty Company and Assistant Secretary of United Tire & Indemnity Company, and Assistant
Secretary of Financial Pacific Insurance Company do hereby certify that I have compared the foregomg 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 subsci ibed my name and affixed the corporate seal of the said Corporations
this 4th day of March 20 21
11111111/0
o
Nei
t`
'may, ao°
'//lalrlllalal\\ 00
SO
a°1 Isa6 ,a
8, 1.4/FOQ2r• rd
1
0/1 ///IIIIIIII Il ll1\\\�
o`FetvS(1qq
�•�.� Y 22 O
•
OS .0
By: jaU/u A< oc "
Q Assistant Secretary
UF&C & OF&I & FPIC
BPOA0049 1217