Loading...
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