Loading...
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