HomeMy WebLinkAboutOwen Contracting, Inc.SP
•
JIOWIN
CONTRACTING
OWEN CONTRACTING, INC.
1325 RAIL WAY
CEDAR FALLS, IA 50613
4'
Bid Security For:
F.Y. 2025 E./W. San Marnan Drive Reconstruction Project
Contract No. 1116
City of Waterloo, IA
a..7iI3 �3
HERLUJt1'-L P1 ^4
r,rY i g:K' S OFFICE
MAR 2025 PH it 5r_ r
JIOWEN
CONTRACTING
OWEN CONTRACTING, INC.
1325 RAIL WAY
CEDAR FALLS, IA 50613
Bid Proposal For:
F.Y. 2025 E./W. San Marnan Drive Reconstruction Project
Contract No. 1116
City of Waterloo, IA
See, Aa Lbed ePnfrMfr �'eherj o � regoVrAe�7�
FORM OF BID OR PROPOSAL
F.Y. 2025 E./W. SAN MARNAN DRIVE RECONSTRUCTION PROJECT
CONTRACT NO. 1116
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
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. 2025 E./W. SAN MARNAN DRIVE RECONSTRUCTION PROJECT, Contract No. 1116, all in
accordance with the above -listed documents and for the unit prices for work in place for the following
items and quantities:
FY 2025
E. / W. SAN
MARNAN
DR
RECONSTRUCTION
PROJECT
CONTRACT
NO.1116
DIVISION
I
-
ROADWAY
CONSTRUCTION
ITEM
BID
SUDAS
SPECIFICATION
*
SUPPLEMENTAL
SEE
DESCRIPTION
UNIT
MARNAN
DR
SAN
QTY
UNIT
BID
PRICE
TOTAL
BID
PRICE
DIVISION
2
-
EARTHWORK
1
2010-108-D-1
*
TOPSOIL,
4
INCHES,
ON
SITE
SY
25,410.0
$
$
2
2010-108-D-3
*
TOPSOIL,
4
INCHES,
OFF
SITE
SY
8,544.0
$
$
3
2010-108-E
*
EXCAVATION,
ROADWAY
AND
CLASS
BORROW
10,
CY
585.0
$
$
SEE
EST.
REF.
EXCAV4
WASTE
CLASS
10,
CY
CY
14,473.0
$
$
5
2010-108-F
*
EXCAVATION,
BELOW
GRADE
CLASS
10,
CY
2,258.0
$
$
6
2010-108-G
*
SUBGRADE
PREPARATION
SY
61,740.0
$
$
7
2010-108-J
*
SUBBASE,
MODIFIED,
12
INCH
SY
61,740.0
$
$
8
IADOT
2121
GRANULAR
B,
4
INCH
DEPTH
SHOULDER,
TYPE
SY
14,959.0
$
$
DIV.
I - SUBTOTAL
EARTHWORK
=
$
DIVISION
DRAINS
4 - SEWERS
AND
STORM
SEWERS
FORM OF BID
CONRACT NO. 1116
Page 1 of 6
9
4020-108-A
STORM
RCP
2000D,
SEWER,
24
INCH
TRENCHED,
LF
8.0
$
$
10
4020-108-A
STORM
RCP
2000D,
SEWER,
18
INCH
TRENCHED,
LF
24.0
$
$
11
4020-108-A
STORM
RCP
2000D,
SEWER,
15
INCH
TRENCHED,
LF
4.0
$
$
12
4020-108-D
REMOVAL
RCP,
36
INCH
LESS
OF
THAN
STORM
OR
EQUAL
SEWER,
TO
LF
132.7
$
$
13
4020-108-D
REMOVAL
SUBDRAIN
OF
STORM
SEWER,
LF
2,188.0
$
$
14
4020-108-G
STORM
ABANDONMENT,
PLUG,
RCP,
SEWER
18
INCH
FILL
AND
LF
550.0
$
$
15
4020-108-G
STORM
ABANDONMENT,
PLUG,
RCP,
SEWER
15
INCH
FILL
AND
LF
48.0
$
$
SUBDRAINS
16
4040-108-A
*
SUBDRAIN,
TYPE
SP,
6
INCH
LF
14,345.0
$
$
17
4040-108-D
*
SUBDRAIN
STRUCTURE,
OUTLET
6
INCH
TO
EACH
12.0
$
$
4040-108-D
*
S18
6UNDHAIN
OUTLET
TO
DITCH,
EACH
78.0
$
$
DIV.
I
-
SUBTOTAL
SEWERS
AND
DRAINS
- STORM
=
$
DIVISION
FOR
SEWERS
SANITARY
6
-
AND
STRUCTURES
STORM
19
6010-108-B
*
INTAKE,
SW-505
EACH
1.0
$
$
20
6010-108-B
*
INTAKE,
SW-507
EACH
3.0
$
$
21
6010-108-E
*
MANHOLE
MINOR,
SW-401,
ADJUSTMENT
48"
EACH
4.0
$
$
22
6010-108-E
*
MANHOLE
MINOR,
SW-402,
ADJUSTMENT
60"x60"
EACH
1.0
$
$
23
6010-108-F
*
INTAKE
SW-506
ADJUSTMENT,
MAJOR,
EACH
2.0
$
$
24
6010-108-G
CONNECTION
MANHOLE
SUBDRAIN
OR
TO
INTAKE,
EXISTING
EACH
8.0
$
$
25
6010
108
H
*
REMOVE
END
SECTIONS,
INTAKE
STORM
AND
FLARED
EACH
26.0
$
$
DIV.
I
-
SUBTOTAL
STRUCTURES
FOR
SANITARY
AND
STORM
SEWERS
=
$
DIVISION
AND
RELATED
7
-
WORK
STREETS
PCC
PAVEMENT
26
7010-108-A;
302
*
PAVEMENT,
SUD
OR
C-4,
PCC,
CL
3
9
AGG
INCH,
C-
SY
53,250.0
$
$
27
7010-108-E
CURB
WIDE,
&
9-INCH
GUTTER,
DEPTH,
24-INCH
PCC,
C-4
LF
715.0
$
$
28
7010
108
G
CONCRETE
DEPTH,
PCC,
MEDIAN,
C-4
6-INCH
SY
48.1
$
$
FORM OF BID
CO N RACT NO. 1116
Page 2 of 6
29
7010-108-1;
302
PCC
TESTING
PAVEMENT
SAMPLES
AND
LS
1.0
$
$
SIDEWALKS,
PATHS,
AND
SHARED
DRIVEWAYS
USE
30
7030-108-E
*
PCC
SIDEWALK,
6-INCH,
C-4
SY
18.8
$
$
31
7030-108-G
*
DETECTABLE
WARNINGS
SF
40.0
$
$
PAVEMENT
REHABILITATION
32
7040-108-H
*
PAVEMENT
REMOVAL
SY
52,218.0
$
$
33
7040-108-1
CURB
&
GUTTER
REMOVAL
LF
50.0
$
$
DIV.
I
-
SUBTOTAL
STREETS
AND
RELATED
WORK
=
$
DIVISION
CONTROL
8
-
TRAFFIC
TRAFFIC
SIGNALS
34
SEE
EST.
REF.
TRAFFIC
LOOPS
LS
1.00
$
$
PAVEMENT
MARKINGS
35
8020-108-B
PAINTED
MARKINGS,
PAVEMENT
WATERBORNE
STA
280.86
$
$
36
8020-108-F
REMOVABLE
WET,
RETROFLECTIVE
TAPE
MARKINGS
STA
49.40
$
$
37
8020-108-G
PAINTED
LEGENDS,
SYMBOLS
TEMPORARY
AND
EACH
27.00
$
$
38
8020
108
H
*
PRECUT
LEGENDS
SYMBOLS
AND
EACH
47.00
$
$
39
8020-108-K
PAVEMENT
REMOVED
MARKINGS
STA
37.04
$
$
40
8020-108-L
SYMBOLS
REMOVED
AND
LEGENDS
EACH
20.00
$
$
TEMPORARY
CONTROL
TRAFFIC
41
8030-108-A
*
TEMPORARY
CONTROL
TRAFFIC
LS
1.0
$
$
42
8030-108-A
*
PORTABLE
MESSAGE
SIGNS
DYNAMIC
EACH
/
DAY
56.0
$
$
43
8030-2.02
DIRECTIONAL
DETAILS
SIGNS,
PER
EACH
104.0
$
$
44
IADOT
2518010
2528-
SAFTEY
CLOSURE
EACH
21.0
$
$
DIV.
1 - SUBTOTAL
PAVEMENT
MARKINGS
AND
TRAFFIC
CONTROL
=
$
DIVISION
AND
LANDSCAPING
9
-
SITE
WORK
SEEDING
45
9010-108-B
*
HYDRAULIC
FERTILIZING
TYPE
1
SEEDING,
AND
MULCHING
-
SY
37,350.0
$
$
EROSION
CONTROL
AND
SEDIMENT
46
9040-108-N-1
SILT
DITCH
FENCE
CHECK,
OR
INSTALLATION
SILT
FENCE
LF
3,370.0
$
$
FORM OF BID
CONRACT NO. 1116
Page 3 of 6
47
48
49
50
51
52
SILT FENCE OR SILT FENCE
9040-108-N-2 * DITCH CHECK, REMOVAL OF
SEDIMENT
9040-108-N-3
9040-108-Q-2 *
9040-108-T-1 *
9040-108-T-1 *
9040-108-T-2 *
SILT FENCE OR SILT FENCE
DITCH CHECK, REMOVAL OF
DEVICE
EROSION CONTROL
MULCHING,
HYDROMULCHING
INLET PROTECTION DEVICE,
INSTALLATION, DROP -IN
INLET PROTECTION DEVICE,
INSTALLATION, SURFACE -
APPLIED
INLET PROTECTION DEVICE,
MAINTENANCE
LF
LF
SY
EACH
EACH
EACH
500.0
3,370.0
33,954.0
10.0
9.0
19.0
DIV. I - SUBTOTAL SITE WORK AND LANDSCAPING =
$
53
54
55
56
57
11010-108-A
11020-108-A
11,050-108-A
IADOT 2505
SEE EST. REF.
DIVISION 11 -
MISCELLANEOUS
CONSTRUCTION SURVEY
MOBILIZATION
CONCRETE WASHOUT
STEEL BEAM GUARDRAIL
CONSTRUCTION AND
REMOVAL
TEMPORARY PAVING, 6 INCH
PCC OR 6 INCH HMA
LS
LS
LS
LS
SY
1.0
1.0
1.0
1.0
930.0
DIV. I - SUBTOTAL MISCELLANEOUS =
$
58
2010-108-J *
DIVISION II - WATER MAIN
DIVISION 2 - EARTHWORK
SUBBASE, MODIFIED, 12 INCH
SY
22.9
DIV. II - SUBTOTAL EARTHWORK =
59
60
61
62
63
64
65
5010-108-A
5010-108-C
5010-108-C
5010-108-C
5010-108-C
5020-108-A
5020-108-A
DIVISION 5 - WATER MAIN
AND APPURTENANCES
PIPES AND FITTINGS
WATER MAIN, TRENCHED,
POLYWRAPPED, DIP, 12"
FITTING, ROMAC ALPHA XL
SLEEVE, 12"
FITTING, MJ LOCKING TEE,
8"x12"x12"
FITTING, 90° MJ BEND, 12"
FITTING, RESTRAINED SLEEVE,
8"
VALVES, FIRE HYDRANTS,
AND APPURTENANCES
VALVE, MJ GATE, 12"
VALVE, MJ GATE, 8"
LF
EACH
EACH
EACH
EACH
EACH
EACH
125.0
2.0
1.0
1.0
1.0
1.0
1.0
FORM OF BID
DIV. II - SUBTOTAL WATER MAINS AND APPURTENANCES =
CONRACT NO. 1116 Page 4 of 6
DIVISION
AND
RELATED
7
-
WORK
STREETS
PCC
PAVEMENT
66
7010-108-A
PAVEMENT,
SUD
OR
C-4,
PCC,
CL
3
9
AGG
INCH,
C-
SY
16.8
$
$
SIDEWALKS,
PATHS,
AND
SHARED
DRIVEWAYS
USE
67
7030-108-E
PCC
SIDEWALK,
6-INCH,
C-4
SY
8.5
$
$
68
7030-108-G
DETECTABLE
WARNINGS
SF
10.0
$
$
PAVEMENT
REHABILITATION
69
7040-108-H
*
PAVEMENT
REMOVAL
SY
25.3
$
$
DIV.
II - SUBTOTAL
STREETS
AND
RELATED
WORK
=
$
DIV.I
-
TOTAL=
6o31-733
7
/1/
$
% `
DIV.
II -
TOTAL
=
3g1
•. S$
Ze
L1
Cl/7_ 007, (4
TOTAL
BID-
DIV.
I+DIV.
II=
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 YieMcJ a-f 4 j;s (5r /. Dollars ($
)in the form of 11)d eBetc,
the INSTRUCTIONS TO BIDDERS.
is submitted herewith in accordance with
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 $10,000.00 in work
for the City in the current calendar year, are prepared to submit an AAP or Update and an EOC, within ten
(10) days of notification that the bid submitted is lowest and acceptable.
9 The bidder has received the following Addendum or Addenda:
Addendum No. Date -2/2 /2$-
FORM OF BID CONRACT NO. 1116 Page 5 of 6
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.
d Wets eo irira h Yh c . 34 2
(Name of Bidder) (Date)
BY: Title P re/Lc/err/
Official Address: (Including Zip Code):
i325 Wa
7
de-dar a -"A 'ioi4/3
I.R.S. No. L/2- -I/2-71/47
FORM OF BID
CONRACT NO. 1116 Page 6 of 6
FORM OF BID OR PROPOSAL
F.Y. 2025 E./W. SAN MARNAN DRIVE RECONSTRUCTION PROJECT
CONTRACT NO. 1116
CITY OF WATERLOO, IOWA
DIVISION
I -
ROADWAY
CONSTRUCTION
BID
ITEM
SPECIFICATION
SUPPLEMENTAL
SUDAS
*SEE
DESCRIPTION
UNIT
MARNAN
DR
SAN
QTY
UNIT
PRICE
BID
TOTAL BID
PRICE
DIVISION
2 - EARTHWORK
1
2010-108-D-1
*
TOPSOIL, 4 INCHES,
ON SITE
SY
25,410.00
$ 1.00
$ 25,410.00
2
2010-108-D-3
*
TOPSOIL, 4
INCHES,
OFF SITE
SY
8,544.00
$ 3.50
$ 29,904.00
3
2010-108-E
*
EXCAVATION,
BORROW
CLASS 10, ROADWAY AND
CY
585.00
$ 8.00
$ 4,680.00
4
SEE
EST. REF.
EXCAVATION,
CLASS 10, WASTE
CY
14,473.00
$ 11.50
$ 166,439.50
5
2010-108-F
*
EXCAVATION,
CLASS 10, BELOW
GRADE
CY
2,258.00
$ 11.50
$ 25,967.00
6
2010-108-G
SUBGRADE
PREPARATION
SY
61,740.00
$ 0.90
$ 55,566.00
7
2010-108-J
*
SUBBASE,
MODIFIED,
12 INCH
SY
61,740.00
$ 6.75
$ 416,745.00
8
IADOT 2121 *
GRANULAR SHOULDER,
B,
4 INCH
DEPTH
SY
14,959.00
$ 5.50
$ 82,274.50
TYPE
DIV.
I - SUBTOTAL
EARTHWORK
$ 806,986.00
DIVISION
4 -SEWERS
AND
DRAINS
STORM
SEWERS
9
4020-108-A
STORM
INCH
SEWER, TRENCHED,
RCP 2000D,
24
LF
8.00
$ 275.00
$ 2,200.00
10
4020-108-A
STORM
INCH
SEWER, TRENCHED,
RCP 2000D,
18
LF
24.00
$ 250.00
$ 6,000.00
11
4030-108-A
STORM
INCH
SEWER, TRENCHED,
RCP 2000D,
15
LF
4.00
$ 250.00
$ 1,000.00
12
4020-108-D
REMOVAL
OR
OF
EQUAL TO
STORM SEWER,
36 INCH
RCP, LESS
THAN
LF
132.70
$ 30.00
$ 3,981.00
13
4020-108-D
REMOVAL
OF STORM SEWER,
SUBDRAIN
LF
2,188.00
$ 4.00
$ 8,752.00
14
4020-108-G
STORM
PLUG,
SEWER ABONDONMENT,
RCP, 18 INCH
FILL
AND
LF
550.00
$ 30.00
$ 16,500.00
15
4020
108 G
STORM
PLUG,
SEWER ABANDONMENT,
RCP, 15 INCH
FILL
AND
LF
48.00
$ 30.00
$ 1,440.00
SUBDRAINS
16
4040-108-A
*
SUBDRAIN,
TYPE SP, 6 INCH
LF
14,345.00
$ 12.00
$ 172,140.00
17
4040-108-D
*
SUBDRAIN
OUTLET
TO STRUCTURE,
6
INCH
EACH
12.00
$ 250.00
$ 3,000.00
18
4040-108-D
*
SUBDRAIN
OUTLET
TO DITCH,
6 INCH
EACH
78.00
$ 300.00
$ 23,400.00
DIV.
I - SUBTOTAL
SEWERS
AND
DRAINS
- STORM
$ 238,413.00
DIVISION
STORM
6 - STRUCTURES
SEWERS
FOR SANITARY
AND
19
6010-108-B
*
INTAKE, SW-505
EACH
1.00
$ 8,500.00
$ 8,500.00
20
6010-108-B
*
INTAKE, SW-507
EACH
3.00
$ 7,000.00
$ 21,000.00
21
6010-108-E
*
MANHOLE
ADJUSTMENT,
MINOR,
SW-401,
48"
EACH
4.00
$ 750.00
$ 3,000.00
22
6010
108E *
MANHOLED
60"X
ADJUSTMENT,
60"
MINOR,
SW-402,
EACH
1.00
$ 1,250.00
$ 1,250.00
23
6010-108-F
*
INTAKE ADJUSTMENT,
MAJOR,
SW-506
EACH
2.00
$
6,500.00
$ 13,000.00
24
6010-108-G
CONNECTION
INTAKE,
SUBDRAIN
TO
EXISTING
MANHOLE
OR
EACH
8.00
$ 1,250.00
$ 10,000.00
25
6010-108-H*
REMOVE
STORM
INTAKE
AND FLARED
END SECTIONS,
EACH
26.00
$ 525.00
$ 13,650.00
DIV I - SUBTOTAL STRUCTURES
FOR
SANITARY
AND
STORM
SEWERS
$ 70,400.00
DIVISION
7 - STREETS
AND RELATED
WORK
PCC PAVEMENT
26
7010-108-A; 302 *
PAV
AGGEMENT,
PCC, 9 INCH,
C-SUD
OR C 4, CL 3
SY
53,250.00
$ 53.20
$ 2,832,900.00
27
7010 108E
CURB & GUTTER,
PCC, C-4
24-INCH
WIDE, 9-INCH DEPTH,
LF
715.00
$ 27.00
$ 19,305.00
28
7010-108-G
CONCRETE MEDIAN,
6-INCH
DEPTH,
PCC, C-4
SY
48.10
$ 86.00
$ 4,136.60
29
7010-108-1; 302 *
PCC PAVEMENT
SAMPLES
AND TESTING
LS
1.00
$ 30,000.00
$ 30,000.00
SIDEWALKS, SHARED
DRIVEWAYS
USE
PATHS,
AND
30
7030-108-E *
PCC SIDEWALK,
6-INCH,
C-4
SY
18.80
$ 105.00
$ 1,974.00
31
7030-108-G *
DETECTABLE WARNINGS
SF
40.00
$ 65.00
$ 2,600.00
PAVEMENT
REHABILITATION
32
7040-108-H *
PAVEMENT
REMOVAL
SY
52,218.00
$ 2.00
$ 104,436.00
33
7040-108-1
REMOVAL
LF
50.00
$ 25.00
$ 1,250.00
CURB & GUTTER
DIV.
I - SUBTOTAL
STREETS AND
RELATED WORK
$ 2,996,601.60
DIVISION 8 - TRAFFIC
CONTROL
TRAFFIC SIGNALS
34
SEE EST. REF.
TRAFFIC LOOPS
LS
1.00
$ 60,000.00
$ 60,000.00
PAVEMENT
MARKINGS
35
8020-108-B
PAINTED PAVEMENT
MARKINGS,
WATERBORNE
STA
280.86
$ 60.00
$ 16,851.60
36
8020-108-F
WET, RETROFLECTIVE
MARKINGS
REMOVABLE
TAPE
STA
49.40
$ 130.00
$ 6,422.00
37
8020-108-G
PAINTED SYMBOLS
AND
LEGENDS,
TEMPORARY
EACH
27.00
$ 100.00
$ 2,700.00
38
8020-108-H *
PRECUT SYMBOLS
AND
LEGENDS
EACH
47.00
$ 525.00
$ 24,675.00
39
8020-108-K
PAVEMENT
MARKINGS
REMOVED
STA
37.04
$ 110.00
$ 4,074.40
40
8020-108-L
SYMBOLS AND
LEGENDS
REMOVED
EACH
20.00
$ 125.00
$ 2,500.00
TEMPORARY TRAFFIC
CONTROL
41
8030-108-A *
TEMPORARY TRAFFIC
CONTROL
LS
1.00
$ 25,500.00
$ 25,500.00
42
8030-108-A *
PORTABLE DYNAMIC
MESSAGE
SIGNS
EACH
/DAY
56.00
$ 100.00
$ 5,600.00
43
8030-2.02
DIRECTIONAL
SIGNS,
PER
DETAILS
EACH
104.00
$ 95.00
$ 9,880.00
44
IADOT 2528-2518010
TEMPORARY LANE
SEPARATOR
SYSTEM
EACH
21.00
$ 125.00
$ 2,625.00
DIV.
I - SUBTOTAL
PAVEMENT
MARKINGS AND
TRAFFIC
CONTROL
$ 160,828.00
DIVISION 9 - SITE
WORK
AND
LANDSCAPING
SEEDING
45
9010-108-B *
HYDRAULIC SEEDING,
MULCHING - TYPE
FERTILIZING
1
AND
SY
37,350.00
$ 0.62
$ 23,157.00
EROSION AND
SEDIMENT
CONTROL
46
9040-108-N-1
SILT FENCE OR SILT
INSTALLATION
FENCE
DITCH
CHECK,
LF
3,370.00
$ 1.50
$ 5,055.00
47
9040-108-N-2 *
SILT FENCE OR
REMOVAL OF
SEDIMENT
SILT
FENCE
DITCH CHECK,
LF
500.00
$ 0.10
$ 50.00
48
9040-108-N-3
SILT FENCE OR
REMOVAL OF
DEVICE
SILT
FENCE
DITCH
CHECK,
LF
3,370.00
$ 0.10
$ 337.00
49
9040-108-Q-2
EROSION CONTROL
HYDROMULCHING
MULCHING,
SY
33,954.00
$ 0.26
$ 8,828.04
50
9040-108-T-1 *
INLET PROTECTION
DROP -IN
DEVICE,
INSTALLATION,
EACH
10.00
$ 145.00
$ 1,450.00
51
9040-108-T-1 *
INLET PROTECTION
SURFACE -APPLIED
DEVICE,
INSTALLATION,
EACH
9.00
$ 75.00
$ 675.00
52
9040-108-T-2 *
INLET PROTECTION
DEVICE,
MAINTENANCE
EACH
19.00
$ 25.00
$ 475.00
DIV.
I - SUBTOTAL
SITEWORK
AND
LANDSCAPING
$ 40,027.04
DIVISION 11 - MISCELLANEOUS
53
11010-108-A
CONSTRUCTION
SURVEY
LS
1.00
$ 23,470.00
$ 23,470.00
54
11020-108-A
MOBILIZATION
LS
1.00
$ 200,000.00
$ 200,000.00
55
11050-108-A
CONCRETE WASHOUT
LS
1.00
$ 4,000.00
$ 4,000.00
56
IADOT 2505
STEEL BEAM GUARDRAIL CONSTRUCTION
REMOVAL
AND
LS
1.00
$ 20,000.00
$ 20,000.00
57
SEE EST. REF.
MA TEMPORARY PAVING, 6 INCH PCC OR 6 INCH
SY
930.00
$ 46.25
$ 43,012.50
DIV.
I - SUBTOTAL
MISCELLANEOUS
$ 290,482.50
DIVISION II - WATER MAIN
DIVISION
2 -
EARTHWORK
58
2010-108-J
*
SUBBASE,
MODIFIED,
12
INCH
SY
22.90
$ 10.00
$ 229.00
DIV.
II - SUBTOTAL
EARTHORK
$
229.00
DIVISION
5
- WATER
MAIN
AND
APURTENANCES
59
5010
108
A
WATER
12"
MAIN,
TRENCHED,
POLYWRAPPED,
DIP,
LF
125.00
$ 135.00
$ 16,875.00
60
5010-108-C
FITTING,
ROMAC
ALPHA
XL
SLEEVE,
12"
EACH
2.00
$ 2,000.00
$
4,000.00
61
5010-108-C
FITTING,
MJ
LOCKING
TEE,
8"X12"X12"
EACH
1.00
$
1,850.00
$
1,850.00
62
5010-108-C
FITTING,
90°
MJ
BEND,
12"
EACH
1.00
$
1,700.00
$
1,700.00
63
5010-108-C
FITTING,
RESTRAINED
SLEEVE,
8"
EACH
1.00
$ 1,300.00
$
1,300.00
VALVES,
APPURTENANCES
FIRE
HYDRANTS,
AND
64
5020-108-A
VALVE,
MH
GATE,
12"
EACH
1.00
$ 5,000.00
$
5,000.00
65
5020-108-A
VALVE,
MJ
GATE,
8"
EACH
1.00
$ 3,000.00
$
3,000.00
DIV.
II
-
SUBTOTAL
WATER
MAINS
AND
APPURTENANCES
$
33,725.00
DIVISION
7
-
STREETS
AND
RELATED
WORK
PCC
PAVEMENT
66
7010-108-A
PAVEMENT,
AGG
PCC,
9
INCH,
C-SUD
OR
C-4,
CL
3
SY
16.80
$ 150.00
$
2,520.00
SIDEWALKS,
DRIVEWAYS
SHARED
USE
PATHS,
AND
67
7030-108-E
PCC
SIDEWALK,
6-INCH,
C-4
SY
8.50
$ 105.00
$
892.50
68
7030-108-G
DETECTABLE
WARNINGS
SF
10.00
$
65.00
$
650.00
PAVEMENT
REHABILITATION
69
7040-108-H
*
PAVEMENT
REMOVAL
SY
25.30
$ 10.00
$
253.00
DIV
II - SUBTOTAL
STREETS
AND
RELATED
WORK
$
4,315.50
DIV.
I -
TOTAL
$ 4,603,738.14
DIV.
II -
TOTAL
$ 38,269.50
TOTAL
BID
-
DIV.
I +
DIV.
II
$ 4,642,007.64
Joe Owen, President
NON -COLLUSION AFFIDAVIT OF PRIME BIDDER
State ofo W� )
County of re//4/-ez � )
Joe We h
)ss
, being first duly sworn, deposes and says that:
1 He is 4 •wner2Partner *fficer-; tepresentative, or Agent) , of °weddeldref4.-beiy/rern-
, 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)
(e1 Wei)
Title
Subscribed and sworn to before me this (12$- k day of N\ arc-k , 20 2S
N 6+4r1
Title
My commission expires " 2,2_rL /
Wit„
COLLEEN A LILLY
COMMISSION NO 834605
MY CAMMISSION EXPIRES
Bidder Status Form
To be completed by all bidders Part A
Please answer "Yes" or "No" for each of the following:
0 Yes ONo
G'yes ONo
�'Yes CNO
CaYes 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: �� % / '��� / F to / 7 -- / = Address:
13zs' c, Way
City, State, Zip: C'c'�ir 1111 -�A 50o13
Dates: / / to / / Address:
City, State, Zip.
Dates: / / to / / Address:
You may attach additional sheet(s) if needed. City, State, Zip:
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
force preferences or any other type of preference to bidders or laborers? O Yes 0 No
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: 0 live tJ de, hi* rGade 2n 4. .
Signature:
Date: O
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.
O Yes ONo
Q Yes
O Yes ONo
()Yes
O Yes 0No
O YesGNo
O Yes 0No
0
Yes No
Q Yes
O Yes �o
Q 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/WBE BUSINESS ENTERPRISE
PRE -BID CONTACT INFORMATION FORM
P rime Contractor Name: 0 Weh Cotdra <�;) ) .1h 4 •
P roject: eo&rae /t4 ///4 4
Letting Date: 3/6/25"
N O 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 te bottom portion of this form.
Contractor Signature:
Title: r-Fre-5 ;sew
Date: 3/412s-
ZEN
S UBCONTRACTORS 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
Amount
be
Subcontracted
Proposed
to
Aciugv
ceo/ 1 4
P 4 &y,,+(%
I
2/ 26/2s"
-c. :
3 C .2
' ,,
-
9eV<<e S►j h,;
k)
2124/245`
//2>
—
liecki- Akv5eiy
21242/2<
TES
3/6 zs
S
$
4/e
D27.0
/
jcres
Cani4r4r
&fi
2 ( 9,
re
e S
$-
2/27/Zs'
7 ?22 4o
(Form CCO-4) Rev. 06-20-02
BID BOND
KNOW ALL MEN BY THESE PRESENTS, that we, Owen Contracting, Inc.
as Principal, and
bound unto the
United Fire & Casualty Company , as Surety, are held and firmly
CITY OF WATERLOO , Iowa, hereinafter called "OWNER." In the penal sum
Five Percent of Amount Bid (5%)
Dollars ($ N/A ) 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 6th day of
March , 20 25 , for F.Y. 2025 E. / W. San Marnan Drive Reconstruction Project
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 6th day of March , A.D. 20 25
By
E.
Owen Contracting, Inc. (Seal)
Principal
By
a G OWEW
United Fire & Casualty Company (Seal)
surtyT'
kt(012 RszI/tU-
Harz, Attorney -in -fact
(Title)
BID BOND
Page 1 of 1
utg
INSURANCE
UNTTED 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 I3Y THESE PRESEN 1•S, 'Ilhat United Fire & Casualty Company, a corporation duly organizcdl 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, LAUREN MOSER, ERIC DESOUSA, EACH INDIVIDUALLY
their true and lawful Attorrey(s)-in-Fact with lower 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 instnunents 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.
'Innis 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 Attorney -in -Fact. "The President or any Vice President, or any other officer of the Companies may, from time to time, appoint by written
certificates attorneys -in -fact to act in behalf of the Companies in the execution of policies of insurance, bonds, undertakings and other obligatory instruments of like nature.
The signature of any officer authorized hereby, and the Corporate seal, may be affixed by facsimile to any power of attorney or special power of attorney or certification of
either authorized hereby; such signature and seal, when so used, being adopted by the Companies as the original signature of such officer and the original seal of the
Companies, to 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 instnmtcnts 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.
if x
rev
i�
=44
40
.0 `. /i %
RAP%/4 IDS \\\ /r5 ` Ttli VI \
141
State of Iowa, County of Linn, ss:
On 16th day of July, 2024, before me personally came Kyanna M. Saylor
to me known, who being by me duly sworn, did depose and say; that she resides in Cedar Rapids, State of Iowa; that she 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 she 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 she signed her
name thereto pursuant to like authority, and acknowledges sane to be the act and deed of said corporations.
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 16t h day of July, 2024
UNITED FIRE & CASUALTY COMPANY
UNITEI) FIRE & INDEMNITY COMPANY
FINANCIAL PACIFIC INSURANCE COMPANY
By:
Patti Waddell
Iowa Notarial Seal
Commission number 713274
My Commission Expires 10/26/2025
Vice President
Notary Public
My commission expires: 10/26/2025
1, Mary A. Bertsch, Assistant Secretary of United Fire & Casualty Company and Assistant Secretary of United Fire & Indenmity Company, and Assistant
Secretary of Financial Pacific Insurance Company, do hereby ccrtif'y 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 CORPORATIONS, and that the sane 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 frill force and effect.
In testimony whereof 1 have hereunto subscribed my name and affixed the corporate seal of the said Corporations
this 6th day of March , 20 25
? CORPORATE 04Isr.
1,14,04
By:
A Bata)
Assistant Secretary,
UF&C & OF&1 & FPIC
13POA0049 1217