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