Loading...
HomeMy WebLinkAboutOwen contracting, Inc.JIOWEN CONTRACTING OWEN CONTRACTING, INC. 1325 RAIL WAY CEDAR FALLS, IA 50613 Bid Proposal For: F.Y. 2023 E San Marnan Dr. Reconstruction Project Contract No. 1084 City of Waterloo, Iowa JIOWEN n !1 I:1 1 •\ V f I I OWEN CONTRACTING, INC. 1325 RAIL WAY CEDAR FALLS, IA 50613 4V-7 Bid Security For: F.Y. 2023 E. San Marnan Dr. Reconstruction Project Contract No. 1084 City of Waterloo, Iowa FORM OF BID OR PROPOSAL F.Y. 2023 E. SAN MARNAN DR. RECONSTRUCTION PROJECT CONTRACT NO. 1084 CITY OF WATERLOO, IOWA Honorable Mayor and City Council Waterloo, Iowa Gentlemen: 1. The undersigned, being a Corporation existing under the laws of the State of DWet 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 F.Y. 2023 E. SAN MARNAN DR RECONSTRUCTION PROJECT, Contract No. 1084, all in accordance with the above -listed documents and for the unit prices for work in place for the following items and quantities: F.Y. 2023 E. SAN MARNAN DR. RECONSTRUCTION PROJECT CONTRACT NO. 1084 ITEM BID SPECIFICATION SUPPLEMENTAL SP = SUDAS SPCL * SEE PROV E. SAN MARNAN DESCRIPTION DIVISION DR. RECONSTRUCTION I UNIT EST QTY UNIT PRICE BID TOTAL PRICE BID DIVISION 2 - EARTHWORK 1.01 2010-108-D * TOPSOIL, 4 INCHES, ON OR OFF SITE SY 5,141.00 $ $ 1.02 2010-108-D * TOPSOIL, 4 INCHES, OFF SITE SY 3,787.00 $ $ 1.03 2010-108-E * EXCAVATION, CLASS 10 CY 2,900.00 $ $ 1.04 2010-108-E * EXCAVATION, CLASS 10, WASTE CY 1,312.00 $ $ 1.05 2010-108-F * EXCAVATION, CLASS 10, BELOW GRADE CY 1,500.00 $ $ 1.06 2010-108-G SUBGRADE PREPARATION, 6 INCH DEPTH SY 23,567.00 $ $ 1.07 2010 108-I * SUBGRADE GEOGRID TREATMENT, WOVEN GEOTEXTILE OR SY 4,500.00 $ $ 1.08 2010-108-J * SUBBASE, MODIFIED, 10 INCH SY 23,567.00 $ $ 1.09 IADOT 2121 GRANULAR SHOULDER TYPE B, 4 INCH DEPTH SY 4,700.00 $ $ SUBTOTAL EARTHWORK $ Ce8 11/4 / • so DIVISION 4 - SEWERS AND DRAINS - STORM 1.10 4020 108 D * REMOVAL EQUAL TO OF 36 INCH STORM SEWER, RCP, LESS THAN OR LF 32.00 $ $ 1.11 2010-108-L-1 STORM R.C.P., 18 SEWER INCH ABANDONMENT, FILL AND PLUG, LF 236.00 $ $ 1.12 SP # 9 REMOVAL OF EXISTING DRAIN TILE LF 1,700.00 $ $ 1.13 4040-108-A SUBDRAIN, TYPE SP, 6 INCH LF 5,961.00 $ $ 1.14 4040-108-D SUBDRAIN OUTLET TO STRUCTURE, 6 INCH EACH 2.00 $ $ 1.15 4040-108-D SUBDRAIN OUTLET TO DITCH, 6 INCH EACH 34.00 $ $ SUBTOTAL SEWERS AND DRAINS - STORM $ /03, 3 3 2 0 .0 FORM OF BID CONRACT NO. 1084 Page 1 of 5 ITEM BID SPECIFICATION SUPPLEMENTAL SP = SUDAS SPCL * SEE PROV E. SAN MARNAN DESCRIPTION DIVISION DR. RECONSTRUCTION I UNIT EST QTY UNIT PRICE BID TOTAL PRICE BID DIVISION 6 - STRUCTURES FOR STORM SEWERS 1.16 6010-108-B INTAKE, SW-510, DOUBLE OPEN THROAT EACH 1.00 $ $ 1.17 6010-108-G CONNECTION STRUCTURE, TO SUBDRAIN EXISTING INTAKE, PIPE OR EACH 2.00 $ $ 1.18 6010 108 H * REMOVE SECTIONS, MANHOLE, STORM INTAKE, AND FLARED END EACH 9.00 $ $ 1.19 SP # 17 MINOR ADJUSTMENT, INTAKE, SW-501 EACH 1.00 $ $ 1.20 6010 108E * MINOR TYPE E ADJUSTMENT, CASTING & CITY MANHOLE, OF WATERLOO SW-401 COVER W/ SW-602 EACH 1.00 $ $ SUBTOTAL STRUCTURES FOR STORM SEWER $ 2y Soo. ov DIVISION 7 - STREETS AND RELATED WORK 1.21 7010-108-A PAVEMENT, PCC, 9 INCH, C-SUD OR C-4, CL 3 AGG SY 21,169.00 $ $ 1.22 7010-108-1 PCC PAVEMENT SAMPLES AND TESTING LS 1.00 $ $ 1.23 11,050-108-A CONCRETE WASHOUT LS 1.00 $ $ SIDEWALKS, DRIVEWAYS SHARED USE PATHS AND $ $ 1.24 7030-108-H-1 DRIVEWAY, PAVED, PCC, 6 INCH, C-4 SY 182.60 $ $ PAVEMENT REHABILITATION $ $ 1.25 7040-108-H * PAVEMENT REMOVAL, CONCRETE SY 21,320.00 $ $ 1.26 7040-108-1 CURB AND GUTTER REMOVAL LF 350.00 $ $ 1.27 7010-108-E 3 CURB AND GUTTER, 24 IN WIDE, 6 IN THICK, M-4, CL LF 350.00 $ $ SUBTOTAL STREETS AND RELATED WORK $ It 3 2 y 3 4a . to DIVISION CONTROL 8 - PAVEMENT MARKINGS AND TRAFFIC TRAFFIC SIGNALS 1.28 IA 0000310 -DOT 2523- TYPE REPLACE 1 HANDHOLE, REMOVE, SALVAGE, AND EACH 3.00 $ • $ PAVEMENT MARKINGS 1.29 8020 108-B PAINTED SOLVENTANATERBOURNE PAVEMENT MARKINGS, STA 82.82 $ $ 1.30 9109020 528 TEMPORARY LANE SEPARATOR SYSTEM LF 1,360.00 $ $ 1.31 8020-108-K PAVEMENT MARKING REMOVED STA 1.40 $ $ 1.32 8020-108-F RETROFLECTIVE REMOVABLE TAPE MARKINGS STA 63.00 $ $ 1.33 8020-108-H PRECUT THERMOPLASTIC SYMBOLS AND LEGENDS, EACH 14.00 $ $ TEMPORARY TRAFFIC CONTROL 1.34 8030-108-A TEMPORARY TRAFFIC CONTROL LS 1.00 $ $ 1.35 8030-2.02/PLANS DIRECTIONAL SIGNS, PER DETAILS EACH 45.00 $ $ 1.36 IA DOT - 4188.07 PORTABLE DYNAMIC MESSAGE SIGN DAY 220.00 $ $ 1.37 IA DOT - 2518 SAFETY CLOSURE EACH 8.00 $ $ SUBTOTAL PAVEMENT MARKING AND TRAFFIC CONTROL $ 2.0t 93 S 8i° DIVISION 9 - SITE WORK AND LANDSCAPING SEEDING 1.38 9010 108 B * HYDRAULIC MULCHING SEEDING, - TYPE 1 SEEDING, FERTILIZING AND SY 8,928.00 $ $ 1.39 9010 108 B * HYDRAULIC MULCHING SEEDING, - TYPE 2 SEEDING, FERTILIZING AND SY 800.00 $ $ 1.40 9010-108-E * WARRANTY SY 2,232.00 $ $ FORM OF BID CONTRACT NO. 1084_ADDENDUM NO. 1 Page 2 of 5 EROSION AND SEDIMENT CONTROL 1.41 9040-108-Q-2 EROSION CONTROL MULCHING, HYDROMULCHING SY 6,000.00 $ $ 1.42 9040-108-T-1 INLET DROP PROTECTION N DEVICE, INTERMEDIATE AND EACH 2.00 $ $ 1.43 9040-108-T-2 * INLET PROTECTION DEVICE, MAINTENANCE EACH 2.00 $ $ 1.44 9040-108-T-2 * INLET PROTECTION DEVICE, REMOVAL EACH 2.00 $ $ 1.45 9040-108-M-1 SILT FENCE INSTALLATION LF 500.00 $ $ 1.46 9040-108-M-2 SILT FENCE MAINTENANCE LF 500.00 $ $ 1.47 9040-108-M-3 SILT FENCE REMOVAL LF 500.00 $ $ 1.48 9040-108-F-1 WATTLE, 8 INCH INSTALLATION LF 200.00 $ $ 1.49 9040-108-F WATTLE, 8 INCH MAINTENANCE LF 200.00 $ $ 1.50 9040-108-F-2 WATTLE, 8 INCH REMOVAL LF 200.00 $ $ SUBTOTAL SITE WORK AND LANDSCAPING $ 2.2) 5715, 9.0 DIVISION 11 - MISCELLANEOUS 1.51 11010-108-A CONSTRUCTION SURVEY LS 1.00 $ $ 1.52 SEE EST REF TEMPORARY PCC,EXCAVATE, RESTORE PAVING, PLACE, 6" HMA MAINTAIN, OR 6" REMOVE & SY 400.00 $ $ ini SUBTOTAL MISCELLANEOUS $ 3 20. o D 2I 3 92) 03 3.70 TOTAL BID DIVISION I $ ITEM BID SPECIFICATION SUPPLEMENTAL SP = SUDAS SPCL * SEE PROV E. SAN MARNAN DR. DESCRIPTION DIVISION WATER II MAIN RELOCATION UNIT EST QTY UNIT PRICE BID TOTAL PRICE BID DIVISION 2 - EARTHWORK 2.01 2010-108-D * TOPSOIL, 4 INCHES, OFF SITE SY 258.00 $ $ 2.02 2010-108-E * EXCAVATION, CLASS 10 CY 64.00 $ $ 2.03 2010-108-G SUBGRADE PREPARATION, 6 INCH DEPTH SY 247.00 $ $ 2.04 2010-108-J * SUBBASE, MODIFIED, 10 INCH SY 247.00 $ $ SUBTOTAL EARTHWORK $ *7 02. s 00 DIVISION 5 - WATER MAINS AND APPURTENANCES PIPES AND FITTINGS 2.05 5010-108-A-1 WATER MAIN, TRENCHED, DUCTILE IRON, 16 INCH LF 213.00 $ $ 2.06 5010-108-C-1 FITTING, DUCTILE IRON, 90 DEGREE, MJ, 16 INCH EA 1.00 $ $ 2.07 5010-108-C-1 FITTING, DUCTILE IRON, 45 DEGREE, MJ, 16 INCH EA 2.00 $ $ 2.08 5010-108-C-1 FITTING, DUCTILE IRON, 22.5 DEGREE, MJ, 16 INCH EA 4.00 $ $ 2.09 5010-108-C-1 FITTING, DUCTILE IRON, TEE, MJ, 16 INCH X 16 INCH EA 1.00 $ $ 2.10 5010-108-C-1 GATE VALVE, MJ, 16 INCH, INSTALL ONLY EA 1.00 $ $ 2.11 5010 108 C 1 FITTING, MJ,16INCH CAST IRON TO DUCTILE IRON COUPLING, EA 3.00 $ $ 2.12 5010 108 C 1 FITTING,WATER CORPORATION INTO SERVICE 16 INCH TAP, MAIN 3/4 INCH EA 2.00 $ $ 2.13 5010 108E 2 WATER 3/4INCH SERVICE CORPORATION, COMPRESSION, EA 2.00 $ $ 2.14 5010-108-E-1 WATER SERVICE PIPE, COPPER, 3/4 INCH LF 24.00 $ $ 2.15 5010 108 G WATER D.I.P., 16 MAIN INCH ABANDONMENT, FILL AND PLUG, LF 160.00 $ $ SUBTOTAL WATER MAINS AND APPURTENANCES $ // j //o, as FORM OF BID CONRACT NO. 1084 Page 3 of 5 ITEM BID SPECIFICATION SUPPLEMENTAL SP SUDAS = SPCL * SEE PROV DIVISION DESCRIPTION II - ALTERNATE A UNIT EST QTY UNIT PRICE BID TOTAL PRICE BID DIVISION 7 - STREETS AND RELATED WORK 2.16 7010-108-A PAVEMENT, PCC, 9 INCH, C-SUD OR C-4, CL 3 AGG SY 222.00 $ $ 2.17 11,050-108-A CONCRETE WASHOUT LS 1.00 $ $ PAVEMENT REHABILITATION 2.18 7040-108-H * PAVEMENT REMOVAL, CONCRETE SY 260.00 $ $ SUBTOTAL STREETS AND RELATED WORK $ 2-42 19le,. o 6 DIVISION 9 - SITE WORK AND LANDSCAPING SEEDING 2.19 9010 108 B * HYDRAULIC MULCHING SEEDING, - TYPE 1 SEEDING, FERTILIZING AND SY 258.00 $ $ SUBTOTAL SITE WORK AND LANDSCAPING $ 11 go 47, 06 I `'l71) TOTAL BID DIVISION II $ 3 7, oo TOTAL BID DIVISION I $ 27 3 9z70s3, 7e, TOTAL BID DIVISION II $ /1/71 137.00 TOTAL BID DIVISION I + DIVISION II $ 2_,s39f22o,7v 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 r" rve e-^-e,r,- /- o--F. /gm Did ,,/ Dollars ($ 5�'/. ) in the form of 8 ;el Rohs , 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. FORM OF BID CONTRACT NO. 1084_ADDENDUM NO. 1 Page 4 of 5 The bidder has received the following Addendum or Addenda: Addendum No. Date 10. The bidder shall list the MBE/WBE subcontractor(s), amount of subcontracts and bid items on the City of Waterloo Minority and/or Women Business Pre -bid Contact Information Form submitted with this Form of Bid or Proposal. The apparent low Bidder shall submit a list of all other Subcontractor(s) to be used on this Project to the City of Waterloo by 5:00 p.m. the business day following the day Bids on this Project are due along with the Non -Collusion Affidavits of All Subcontractor(s). The Contractor shall submit information on subcontractors on "SUBCONTRACTOR REQUEST AND APPROVAL' Form to be provided by City prior to approval of contract. The subcontractors listed on this proposal and/or submitted to the Contract Compliance Officer cannot be changed except for the following reasons: 1) The City of Waterloo does not approve the subcontractors. 2) The subcontractors submit in writing that they cannot fulfill their subcontracts. 11. The bidder has filled in all blanks on this proposal. Those blanks not applicable are marked "none" or "NA". 12. The bidder has attached all applicable forms. 13. The Owner reserves the right to select alternates, delete line items, and/or to reduce quantities prior to the award of a contract due to budgetary limitations. Q Leh ot`i'r-a cis; h j Zeh CA/2 3 (Name of Bidder) (Date) Official Address: (Including Zip Code): 132-5" 2a;1 Wig/ Cedar // A Sod 13 I.R.S. No. 1/2-1/z7''17 Title �r`e s Sehai' FORM OF BID CONRACT NO. 1084 Page 5 of 5 FORM OF BID OR PROPOSAL F.Y. 2023 SAN MARNAN DR. RECONSTRUCTION PROJECT CONTRACT NO. 1084 CITY OF WATERLOO, IOWA BID ITEM SUDAS SPEC SECTION DIVISION RECONSTRUCTION I - E. SAN MARNAN DESCRIPTION DR. UNIT EST QTY UNIT BID PRICE TOTAL BID PRICE DIVISION 2 - EARTHWORK 1.01 2010-108-D * TOPSOIL, 4 INCHES, ON OR OFF SITE SY 5,141.00 $ 6.00 $ 30,846.00 1.02 2010-108-D * TOPSOIL, 4 INCHES, OFF SITE SY 3,787.00 $ 6.50 $ 24,615.50 1.03 2010-108-E * EXCAVATION, CLASS 10 CY 2,900.00 $ 6.25 $ 18,125.00 1.04 2010-108-E * EXCAVATION, CLASS 10, WASTE CY 1,312.00 $ 12.50 $ 16,400.00 1.05 2010-108-F * EXCAVATION, CLASS 10, BELOW GRADE CY 1,500.00 $ 61.00 $ 91,500.00 1.06 2010-108-G SUBGRADE PREPARATION, 6 INCH DEPTH SY 23,567.00 $ 1.25 $ 29,458.75 1.07 2010-108-1 * SUBGRADE OR GEOGRID TREATMENT, WOVEN GEOTEXTILE SY 4,500.00 $ 4.50 $ 20,250.00 1.08 2010-108-J * SUBBASE, MODIFIED, 10 INCH SY 23,567.00 $ 13.75 $ 324,046.25 1.09 IADOT 2121 GRANULAR SHOULDER TYPE B, 4 INCH DEPTH SY 4,700.00 $ 7.00 $ 32,900.00 SUBTOTAL EARTHWORK $ 588,141.50 DIVISION 4 -SEWERS AND DRAINS - STORM 1.10 4020 108 D * REMOVAL OR EQUAL OF TO STORM 36 INCH SEWER, RCP, LES THAN LF 32.00 $ 20.00 $ 640.00 1.11 2010-108-L-1 STORM SEWER PLUG, R.C.P., ABANDONMENT, 18 INCH FILL AND LF 236.00 $ 35.00 $ 8,260.00 1.12 SP # 9 REMOVAL OF EXISTING DRAIN TILE LF 1,700.00 $ 5.00 $ 8,500.00 1.13 4040-108-A SUBDRAIN, TYPE SP, 6 INCH LF 5,961.00 $ 12.00 $ 71,532.00 1.14 4040-108-D SUBDRAIN OUTLET TO STRUCTURE, 6 INCH EACH 2.00 $ 400.00 $ 800.00 1.15 4040-108-D SUBDRAIN OUTLET TO DITCH, 6 INCH EACH 34.00 $ 400.00 $ 13,600.00 SUBTOTAL SEWERS AND DRAINS - STORM $ 103,332.00 DIVISION 6 - STRUCTURES FOR STORM SEWERS 1.16 6010-108-B INTAKE, SW-510, DOUBLE OPEN THROAT EACH 1.00 $ 7,500.00 $ 7,500.00 1.17 6010-108-G CONNECTION STRUCTURE, TO SUBDRAIN EXISTING INTAKE, PIPE OR EACH 2.00 $ 2,500.00 $ 5,000.00 1.18 6010-108-H * REMOVE SECTIONS, MANHOLE, STORM INTAKE, AND FLARED END EACH 9.00 $ 1,000.00 $ 9,000.00 1.19 SP # 17 MINOR ADJUSTMENT, INTAKE, SW-501 EACH 1.00 $ 1,500.00 $ 1,500.00 1.20 6010-108-E * MINOR ADJUSTMENT, SW-602 TYPE COVER E CASTING MANHOLE, & CITY SW-401 OF WATERLOO W/ EACH 1.00 $ 1,500.00 $ 1,500.00 SUBTOTAL STRUCTURES FOR STORM SEWERS $ 24,500.00 DIVISION 7 - STREETS AND RELATED WORK 1.21 7010-108-A PAVEMENT, AGG PCC, 9 INCH, C-SUD OR C-4, CL 3 SY 21,169.00 $ 56.25 $ 1,190,756.25 1.22 7010-108-1 PCC PAVEMENT SAMPLES AND TESTING LS 1.00 $ 30,000.00 $ 30,000.00 1.23 11,050-108-A CONCRETE WASHOUT LS 1.00 $ 6,000.00 $ 6,000.00 SIDEWALKS, SHARED DRIVEWAYS USE PATHS AND 1.24 7030-108-H-1 DRIVEWAY, PAVED, PCC, 6 INCH, C-4 SY 182.60 $ 68.75 $ 12,553.75 PAVEMENT REHABILITATION 1.25 7040-108-H * PAVEMENT REMOVAL, CONCRETE SY 21,320.00 $ 6.50 $ 138,580.00 1.26 7040-108-1 CURB AND GUTTER REMOVAL LF 350.00 $ 18.00 $ 6,300.00 1.27 7010-108-E CURB 4, CL AND 3 AGG GUTTER, 24 IN WIDE, 6 IN THICK, M- LF 350.00 $ 29.00 $ 10,150.00 SUBTOTAL STREETS AND RELATED WORK $ 1,394,340.00 DIVISION TRAFFIC CONTROL 8 - PAVEMENT MARKINGS AND TRAFFIC SIGNALS 1.28 IA -DOT 0000310 2523- TYPE REPLACE 1 HANDHOLE, REMOVE, SALVAGE, AND EACH 3.00 $ 11,250.00 $ 33,750.00 PAVEMENT MARKINGS 1.29 8020-108-B PAINTED SOLVENT/WATERBORNE PAVEMENT MARKINGS, STA 82.82 $ 190.00 $ 15,735.80 1.30 IA -DOT 9109020 2528- TEMPORARY LANE SEPARATOR SYSTEM LF 1,360.00 $ 15.00 $ 20,400.00 1.31 8020-108-K PAVEMENT MARKING REMOVED STA 1.40 $ 1,500.00 $ 2,100.00 1.32 8020-108-F RETROFLECTIVE REMOVABLE TAPE MARKINGS STA 63.00 $ 150.00 $ 9,450.00 1.33 8020-108-H PRECUT THERMOPLASTIC SYMBOLS AND LEGENDS, EACH 14.00 $ 625.00 $ 8,750.00 TEMPORARY TRAFFIC CONTROL 1.34 8030-108-A TEMPORARY TRAFFIC CONTROL LS 1.00 $ 90,000.00 $ 90,000.00 1.35 8030-2.02/PLANS DIRECTIONAL SIGNS, PER DETAILS EACH 45.00 $ 250.00 $ 11,250.00 1.36 IA DOT - 4188.07 PORTABLE DYNAMIC MESSAGE SIGN DAY 220.00 $ 75.00 $ 16,500.00 1.37 IA DOT - 2518 SAFETY CLOSURE EACH 8.00 $ 250.00 $ 2,000.00 SUBTOTAL PAVEMENT MARKINGS AND TRAFFIC CONTROL $ 209,935.80 DIVISION 9 - SITE WORK AND LANDSCAPING SEEDING 1.38 9010-108-B * HYDRAULIC AND MULCHING SEEDING, - TYPE SEEDING, 1 FERTILIZING SY 8,928.00 $ 1.05 $ 9,374.40 1.39 9010-108-B * HYDRAULIC AND MULCHING SEEDING, - TYPE SEEDING, 2 FERTILIZING SY 800.00 $ 2.00 $ 1,600.00 1.40 9010-108-E * WARRANTY SY 2,232.00 $ 1.25 $ 2,790.00 EROSION AND SEDIMENT CONTROL 1.41 9040-108-0-2 EROSION HYDROMULCHING CONTROL MULCHING, SY 6,000.00 $ 0.50 $ 3,000.00 1.42 9040-108-T-1 * INLET AND DROP PROTECTION IN DEVICE, INTERMEDIATE EACH 2.00 $ 450.00 $ 900.00 1.43 9040-108-T-2 * INLET PROTECTION DEVICE, MAINTENANCE EACH 2.00 $ 125.00 $ 250.00 1.44 9040-108-T-2 * INLET PROTECTION DEVICE, REMOVAL EACH 2.00 $ 125.00 $ 250.00 1.45 9040-108-M-1 SILT FENCE INSTALLATION LF 500.00 $ 3.50 $ 1,750.00 1.46 9040-108-M-2 SILTE FENCE MAINTENANCE LF 500.00 $ 1.00 $ 500.00 1.47 9040-108-M-3 SILTE FENCE REMOVAL LF 500.00 $ 1.00 $ 500.00 1.48 9040-108-F-1 WATTLE, 8 INCH INSTALLATION LF 200.00 $ 4.00 $ 800.00 1.49 9040-108-F WATTLE, 8 INCH MAINTENANCE LF 200.00 $ 2.00 $ 400.00 1.50 9040-108-F-2 WATTLE, 8 INCH REMOVAL LF 200.00 $ 2.00 $ 400.00 SUBTOTAL SITEWORK AND LANDSCAPING $ 22,514.40 DIVISION 11- MISCELLANEOUS 1.51 11010-108-A CONSTRUCTION SURVEY LS 1.00 $ 20,000.00 $ 20,000.00 1.52 SEE EST REF TEMPORARY EXCAVATE, RESTORE PLACE, PAVING, MAINTAIN, 6" HMA OR REMOVE 6" PCC, & SY 400.00 $ 73.30 $ 29,320.00 SUBTOTAL MISCELLANEOUS $ 49,320.00 TOTAL BID DIVISION I $ 2,392,083.70 ITEM BID SUDAS SPEC SECTION DIVISION MAIN II - RELOCATION E. SAN MARNAN DESCRIPTION DR. WATER UNIT EST QTY UNIT PRICE BID TOTAL BID PRICE DIVISION 2 - EARTHWORK 2.01 2010-108-D * TOPSOIL, 4 INCHES, OFF SITE SY 258.00 $ 8.00 $ 2,064.00 2.02 2010-108-E * EXCAVATION, CLASS 10 CY 64.00 $ 20.00 $ 1,280.00 2.03 2010-108-G * SUBGRADE PREPARATION, 6 INCH DEPTH SY 247.00 $ 3.00 $ 741.00 2.04 2010-108-J * SUBBASE, MODIFIED, 10 INCH SY 247.00 $ 20.00 $ 4,940.00 SUBTOTAL EARTHWORK $ 9,025.00 DIVISION 5 - WATER MAINS AND APPURTENANCES PIPES AND FITTINGS 2.05 5010-108-A-1 INCH WATER MAIN, TRENCHED, DUCTILE IRON, 16 LF 213.00 $ 250.00 $ 53,250.00 2.06 5010-108-C-1 INCH FITTING, DUCTILE IRON, 90 DEGREE, MJ, 16 EACH 1.00 $ 2,000.00 $ 2,000.00 2.07 5010-108-C-1 INCH FITTING, DUCTILE IRON, 45 DEGREE, MJ, 16 EACH 2.00 $ 2,000.00 $ 4,000.00 2.08 5010-108-C-1 FITTING, INCH DUCTILE IRON, 22.5 DEGREE, MJ, 16 EACH 4.00 $ 2,000.00 $ 8,000.00 2.09 5010-108-C-1 FITTING, INCH DUCTILE IRON, TEE, MJ, 16 INCH X 16 EACH 1.00 $ 3,000.00 $ 3,000.00 2.10 5010-108-C-1 GATE VALVE, MJ, 16 INCH, INSTALL ONLY EACH 1.00 $ 4,500.00 $ 4,500.00 2.11 5010-108-C-1 FITTING, COUPLING, CAST MJ, IRON 16 INCH TO DUCTILE IRON EACH 3.00 $ 8,000.00 $ 24,000.00 2.12 5010-108-C-1 FITTING, CORPORATON WATER INTO SERVICE 16 INCH TAP, MAIN 3/4 INCH EACH 2.00 $ 1,000.00 $ 2,000.00 2.13 5010-108-E-2 3/4 WATER INCH SERVICE CORPORATON, COMPRESSION, EACH 2.00 $ 1,000.00 $ 2,000.00 2.14 5010-108-E-1 WATER SERVICE PIPE, COPPER, 3/4 INCH LF 24.00 $ 90.00 $ 2,160.00 2.15 5010 108 G WATER D.I.P., 16 MAIN INCH ABANDONMENT, FILL AND PLUG, LF 160.00 $ 45.00 $ 7,200.00 SUBTOTAL WATER MAINS AND APURTENANCES $ 112,110.00 DIVISION 7 - STREETS AND RELATED WORK 7010-108-A PAV2.16 AGGEMENT, PCC, 9 INCH, C-SUD OR C 4, CL 3 SY 222.00 $ 85.00 $ 18,870.00 2.17 11,050-108-A CONCRETE WASHOUT LS 1.00 $ 750.00 $ 750.00 PAVEMENT REHABILITATION 2.18 7040-108-H * PAVEMENT REMOVAL, CONCRETE SY 260.00 $ 17.60 $ 4,576.00 SUBTOTAL STREETS AND RELATED WORK $ 24,196.00 DIVISION 9 - SITE WORK AND LANDSCAPING SEEDING 2.19 9010-108-B * HYDRAULIC AND MULCHING SEEDING, - TYPE SEEDING, 1 FERTILIZING SY 258.00 $ 7.00 $ 1,806.00 SUBTOTAL SITE WORK AND LANDSCAPING $ 1,806.00 TOTAL BID DIVISION 11 $ 147,137.00 TOTAL BID DIVISION I $ 2,392,083.70 TOTAL BID DIVISION II $ 147,137.00 TOTAL BID DIVISION I + DIVISION II $ 2,539,220.70 Joe Owen, President MBE/WBE BUSINESS ENTERPRISE PRE -BID CONTACT INFORMATION FORM Prime Contractor Name: OW/7 (!evitra 4 f;hly1 -h 4 . Project: ‘Oh-f"rct e /Vb . /08 y Letting Date: 57>V23 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: 2.),4, tie-5;cff / s7 /� 3 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/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 INFORMATION SHOWING BIDDER'S PRE -BID MBE/WBE BUSINESS ENTERPRISE CONTACTS Quotes Received Quotation used in bid Subcontractors MBE/WBE Contacted Dates Yes/No Contacted Dates Yes/No Dollar be Amount Subcontracted Proposed to 5& r u l cC S, it Z" S7 / 2 3 A/4 /%O /S&yy �e ��Vu- syi/23 Yes 5�3/2.3 c'es 26212d,1-/o & i-r`�2-74; CA//2 3 Kam. 85 5�er/2 3 Ve 5 2•01 Li 9- J2 . e.- 2S h 4 h Y (Form CCO-4) Rev. 06-20-02 Bidder Status Form To be completed by all bidders Part A Please answer "Yes" or "No" for each of the following: Yes ®No �"Yes ONo Yes ONO �tYes ONo �"Yes ONo 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: 05 / 04 / 20 to 06 / 30 / 20 Address: 1025 Center Street City, State, Zip: Cedar Falls, IA 50613 Dates: 07 / 01 / 20 to 05 / 04 / 23 Address: 1325 Rail Way City, State, Zip: Cedar Falls, IA 50613 Address: You may attach additional sheet(s) if needed. City, State, Zip: Dates: / / to / / To be completed by non-resident 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 O Yes 0 No 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 I 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: Owen Contracting, Inc. Signature: Date: 05/04/23 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. QYesQNo 0 Yes ONo 0 Yes ONo (l) Yes ()No QYeslNo Yes() No Yes Q Yes 0Yes 0No 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) NON -COLLUSION AFFIDAVIT OF PRIME BIDDER State of I aWas County of ?./i k twk ) K)L✓EAJ , being first duly sworn, deposes and says that: )ss 1 He is JO n r, Partner; Gffic�er , Representative, or Agent) , of6Weh c�. ►.) :The , , 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 L /Ph day of fl'1 a y , 20 (0--UW\ T-itte My commission expires COLLEEN A LILLY COMMISSION NO 834605 MY OMMISSI N PIRES BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, Owen Contracting, 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 ($ (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 May 12023 , for 2023 E. San Marnan Dr. Reconstruction Project, Contract #1084 NOW, THEREFORE, (a) If said Bid shall be rejected, or in the alternate, (b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the form specified and shall furnish a bond for his faithful performance of said contract, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the agreement created by the acceptance of said Bid, Then this obligation shall be void, otherwise the same shall remain in force and effect; it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. By virtue of statutory authority, the full amount of this bid bond shall be forfeited to the Owner in liquidation of damages sustained in the event that the Principal fails to execute the contract and provide the bond as provided in the specifications or by law. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall be in no way impaired or affected by any extension of the time within which the Owner may accept such Bid or execute such contract; and said Surety does hereby waive notice of any such extension. IN WITNESS WHEREOF, the Principal and the Surety, have hereunto set their hands and seals, and such of them as are corporations, have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers this 4th day of May , A.D. 2023 Owen Contracting, Inc. (Seal) Principal By -Tar OwEN2 ?res+de,."4- (Title) United Fire & Casualty Company (Seal) Surety By Cl- E. A. von Harz, Attorney -in -fact BID BOND Page 1 of 1 uM)INSURANCE UNITED FIRE & CASUALTY COMPANY, CEDAR RAPIDS, IA UNITED FIRE & INDEMNITY COMPANY, WEBSTER, TX FINANCIAL PACIFIC INSURANCE COMPANY, LOS ANGELES, 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, JEFFREY R. BAKER, JOSEPH I. SCHMIT, E. A. VON HARZ, BRANDON HORBACH, COURTNEY MEYER, JULIANA BARTLETT, DANIEL M. MOLYNEAUX, LAURA J. ADAMS, LORI S. BURROUGHS, PAMELA K. MATTISON, KAREN S. HARTSON, EACH INDIVIDUALLY their taste and lawful Attorneys}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, pursuant 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. 'Ibis Power of Attorney is made and executed pursuant to and by authority of the following bylaw duly adopted 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 Attomey-in-Fact. "The President or any Vice President, or any other officer of the Companies may, from time to time, appoint by written ceitifieates attorneys -in -fact to act in behalfofthe Companies in the execution of policies of insurance, bonds, undertakings and otherobligatoiy instnunents of' like nature. The signature of any officer authorized hereby, and the Corporate seal, may be affixed by facsimile to any power o f attorney or special power of attorney or certification of either authorized hereby; such signature and seal, when so used, being adopted by the Companies as the original signature of such officer and the original seal of the Companies, to be valid and binding upon the Companies with the same force and effect as though manually affixed. Such attorneys -in -fact, subject to the limitations set of forth in their respective certificates of authority shall have full power to bind the Companies by their signature and execution of any such instalments 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. Zs y4 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 CORPORAL F. SE AL e11111IR11111t`�\ i profe6 to= z t % 190 ?,t' 4191, !!RI1II III,,O"` - 10th day of March, 2014 UNITED FIRE & CASUALTY COMPANY UNITED FIRE & INDEMNITY COMPANY FINANCIAL PACIFIC INSURANCE. COMPANY By: State of Iowa, County of Linn, ss: On 10th day of March, 2014, before me personally came Dennis J. Richmann to me known, who being by me duly sworn, did depose and say; that he resides in Cedar Rapids, State of Iowa; that he is a Vice President of United Fire & Casualty Company, a Vice President of United Fire & Indemnity Company, and a Vice President of Financial Pacific Insurance Company the corporations described in and which executed the above instrument; that he knows the seal of said corporations, that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporations and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporations. Judith A. Jones Iowa Notarial Seal Commission number 173041 My Commission Expires 4232024 Vice President Notary Public My conunnission expires: 4/23/2024 I, Mary A. Bertsch, Assistant Secretary of United Fire & Casualty Company and Assistant Secretary of United Fire & Indemnity Company, and Assistant Secretary of Financial Pacific Insurance Company, do hereby certify that I have compared the foregoing copy of the Power of Attorney and affidavit, and the copy of the Section of the bylaws and resolutions of said Corporations as set forth in said Power of Attorney, with the ORIGINALS ON FILE IN THE HOME OFFICE OF SAiD) CORPORA I IONS, and that the same are correct transcripts thereof, and of the whole of the said originals, and that the said Power of Attorney has not been revoked and is now in full force and effect. In testimony whereof I have hereunto subscribed my name and affixed the corporate seal of the said Corporations this 4th day of May , 20 23 . \\pU1111trypo gL COt{POKM ° e 3— %0 SEAL By: ' ' rt,and, Assistant Secretary, OF&C & OF&I & FPIC