HomeMy WebLinkAboutOwen Contracting Inc Cedar Falls IAM
CONTRACTING
OWEN CONTRACTING, INC.
1325 RAIL WAY
CEDAR FALLS, IA 50613
r 2GZS p, Mll :55:3`u
CITY CLERK'S OFFICE
CITY OF WATERLOO
Filed lim¢ly IZ:5y Vg
BID PROPOSAL FOR:
F.Y. 2026 Broadway Street Reconstruction Project
Contract No. 1144
City of Waterloo, Iowa
OWEN CONTRACTING, INC.
om 1325 RAILWAY r, led T meld
CONTRACTING CEDAR FALLS, IA 50613
- IZ= 51 v8
MHFt 5 2 )2b pmI2:aC:w5
CI Y CLERK'S OFFICE
CITY fIF W" T ERLt7Q
BID SECURITY FOR:
F.Y. 2026 Broadway Street Reconstruction Project
Contract No, 1144
City of Waterloo, Iowa
See ATTaz eW c5Yt4?w4 C�a Ogry{acel 7L
FORM OF BID OR PROPOSAL
F.Y. 2026 BROADWAY STREET RECONSTRUCTION PROJECT
CONTRACT 140. 1144
CITY OF WATERLOO, IOWA
Honorable Mayor and City Council
Waterloo, Iowa
Gentlemen:
The undersigned, being a Corporation existing under the laws of the State of 1-0VLOEA�
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. 2026 BROADWAY STREET RECONSTRUCTION PROJECT, Contract No. 1144, all in accordance
with the above•listed documents and for the unit prices for work in place for the following items and
quantities:
FY 2026 BROADWAY STREET RECONSTRUCTION PROJECT CONTRACT N0.1144
ROADWAY CONSTRUCTION
SUDAS
BID
SPECIFICATION
BROADWAY
UNIT BID
DESCRIPTION
UNIT
TOTAL BID PRICE
ITEM
* SEE
ST QTY
PRICE
SUPPLEMENTAL
DIVISION 1 - GENERAL
PROVISIONS AND COVENANTS
RAILROAD INSURANCE, CN
1
1070-302
LS
1.0
RAILROAD
$
$
RAILROAD FLAGGING, CN
EACH
2
SEE EST. REF.
2O0
RAILROAD
/ DAY
.
$
$
SUBTOTAL GENERAL PROVISIONS AND COVENANTS
DIVISION 2 - EARTHWORK
3
2010-108-D-1 *
TOPSOIL, 4 INCHES, ON SITE
SY
13,768.0
$
$
4
2010-108-D-3 *
TOPSOIL, 6 INCHES, OFF SITE
SY
3,749.0
$
$
*
EXCAVATION, CLASS 10,
5
2010-108-E
CY
25.0
ROADWAY AND BORROW
6
SEE EST, REF.
EXCAVATION, CLASS 10, WASTE
CY
6,325.0
$
$
EXCAVATION, CLASS 10, BELOW
7
2010-108-F *
CY
GRADE
952.0
$
$
8
2010-108-G *
SUBGRADE PREPARATION
SY
44,874.0
$
$
FORM OF BID CONRACT N0. 1144 Page 1 of 6
9
2010-108-J *
SUBBASE, MODIFIED, 10-INCH
SY
44,874.0
$
$
GRANULAR SHOULDER, TYPE B, 4
10
IADOT 2121
SY
13,382.0
INCH DEPTH
$
$
SUBTOTAL EARTHWORK
DIVISION 4 - SEWERS AND
DRAINS
PIPE CULVERTS
11
4030-108-B
PIPE APRON, RCP, 18-INCH
EACH
2.0
$
$
12
4030-108-C
FOOTINGS FOR CONCRETEPIPE
EACH
2.0
APRON, 18-INCH
$
$
13
4030-108-D
EACH
2.0
PIPE APRON GUARD, RCP, 18-INCH
$
$
SUBDRAINS
14
4040-108-A *
SUBDRAIN, TYPE SP, 6 INCH
LF
12,013.0
$
$
15
4040-108-C
SUBDRAIN CLEANOUT, TYPE A-1,
EACH
2.0
$
$
16
4040-108-D *
SUBDRAIN OUTLET TO
EACH
31.0
STRUCTURE, 6 INCH
$
$
SUBTOTALSEWERS AND DRAINS
DIVISION 6 - STRUCTURES
FOR SANITARY AND STORM
SEWERS
17
6010-108-B *
INTAKE, SW-511
EACH
1.0
$
$
INTAKE, SW-512, 24 INCH,
18
6010-108-B *
EACH
16.0
WATERLOO 1040 A COVER ONLY
MANHOLE ADJUSTMENT, MINOR,
19
6010-108-E-1
EACH
SW-301148"
11.0
$
$
20
6010-108-F-1
MANHOLE ADJUSTMENT, MAJOR,
EACH
SW-4021 60"
1.0
$
$
21
6010-108-G
CONNECTION TO EXISTING
EACH
MANHOLE OR INTAKE, SUBDRAIN
4.0
$
$
22
6010-108-H *
REMOVE INTAKE, STORM
EACH
1.0
$
$
SUBTOTAL STRUCTURES FOR SANITARY AND STORM SEWERS =
$ !o S g moo, cp
DIVISION 7 - STREETS AND
RELATED WORK
PCC PAVEMENT
7010-108-A;
PAVEMENT, PCC, 9 INCH, C-SUD
23
SY
37,663.0
302 *
OR C-4WR, CL 3 AGG
$
$
CURB & GUTTER, 24-INCH WIDE,
24
7010-108-E
LF
60.0
9-INCH DEPTH, PCC, C-4
FORM OF BID CONRACT N0. 1144 Page 2 of 6
7010-108-I; 302
PCC PAVEMENT SAMPLES AND
25
*
LS
1.0
TESTING
$
$
ASPHALT PAVEMENT
HMA, STANDARD TRAFFIC (ST)
26
7020-108-A
SURFACE, 112", PG-58-28H, NO
TON
58.0
FRICTION
$
$
SIDEWALKS, SHARED USE
PATHS, AND DRIVEWAYS
SHARED USE PATH, PCC, 9-INCH,
27
7030-108-C
SY
46.2
4
$
$
SHARED USE PATH, PCC, 6-INCH,
28
7030-108-C
SY
110.2
4
$
$
29
7030-108-E *
SIDEWALK, PCC, 6-INCH, C-4
SY
46.0
$
$
30
7030-108-E *
SIDEWALK, PCC, 4-INCH, C-4
SY
186.2
$
$
31
7030-108-G *
DETECTABLE WARNINGS
SF
150.0
$
$
32
7030-108-H-1
DRIVEWAY, PCC, 6-INCH, C-4
SY
27.8
33
7030-108-H-1
DRIVEWAY, PCC, 5-INCH, C-4
SY
24.3
$
$
PAVEMENT REHABILITATION
$
$
34
7040-108-G
MILLING
SY
320.0
35
7040-108-H *
PAVEMENT REMOVAL
SY
35,730.0
$
$
36
7040-108-1
CURB & GUTTER REMOVAL
LF
60.0
$
$
SUBTOTAL STREETS AND RELATED WORK =
$ a i yi G67. s�
DIVISION 8 - TRAFFIC
CONTROL
TRAFFIC SIGNALS
TRAFFIC SIGNAL, FOUNDATION
37
8010-108-A *
LS
1.0
ONLY
$
$
38
8010-108-B *
TEMPORARY TRAFFIC SIGNALS
EACH
2.0
$
$
TRAFFIC SIGNAL REMOVAL, POLE
39
8010-108-C *
LS
1.0
AND FOUNDATION ONLY
PRECAST TRAFFIC HANDHOLE,
40
8010-201-A-2
EACH
9.0
TYPE I, 4-FT DEPTH
41
8010-201-B
2-INCH CONDUIT,PVC,SCH 80
LF
2,330.0
$
$
42
8010-201-C
TRAFFIC SIGNAL WIRE
LF
1,200.0
$
$
43
SEE EST. REF.
TRAFFIC LOOP WIRE
LF
8,200.0
$
$
44
SEE EST, REF,
REMOVE TRAFFIC HANDHOLE
EACH
I 4.0
$
$
REMOVE EXISTING TRAFFIC
45
SEE EST, REF.
LF
2,210.0
CONDUIT
$
$
TRAFFIC HANDHOLE
46
SEE EST, REF,
EACH
10.0
ADJUSTMENT, MINOR, 24"
$
$
PAVEMENT MARKINGS
FORM OF BID CONRACT N0, 1144 Page 3 of 6
PAINTED PAVEMENT MARKINGS,
47
8020-108-B
STA
WATERBORNE
168,90
$
$
WET, RETROFLECTIVE REMOVABLE
48
8020-108-F
STA
TAPE MARKINGS
1.32
$
$
PAINTED PAVEMENT MARKINGS,
49
8020-108-G
EACH
WATERBORNE, TEMPORARY
2,14
$
$
CROSSWALK BAR, 2' X 10%
50
8020-108-H *
LF
THERMOPLASTIC
215.0
$
$
PRECUT SYMBOLS AND LEGENDS,
51
8020-108-H *
EACH
THERMOPLASTIC
8,0
$
$
TEMPORARY TRAFFIC CONTROL
52
8030-108-A *
TEMPORARY TRAFFIC CONTROL
LS
1.0
$
$
PORTABLE DYNAMIC MESSAGE
EACH
53
8030-108-A *
56,0
S
$
$
54
8030-2,02
DIRECTIONAL SIGNS, PER DETAILS
EACH
100.0
$
$
IADOT 2528-
55
EACH
12.0
2518010
SAFTEY CLOSURE
$
$
SUBTOTAL TRAFFIC CONTROL =
$ 2/6 3( Zv
DIVISION 9 - SITE WORK AND
LANDSCAPING
SEEDING
HYDRAULIC SEEDING, FERTILIZING
56
9010-108-B *
AND MULCHING - TYPE 1 SEED ,
SY
17,517.0
MECHANICALLY BONDED FIBER
MATRIX
$
$
EROSION AND SEDIMENT
CONTROL
SILT FENCE OR SILT FENCE DITCH
57
9040-108-N-1
LF
CHECK, INSTALLATION
31972*0
$
$
SILT FENCE OR SILT FENCE DITCH
58
9040-108-N-2 *
LF
CHECK, REMOVAL OF SEDIMENT
3,972,0
$
$
SILT FENCE OR SILT FENCE DITCH
59
9040-108-N-3
LF
CHECK, REMOVAL OF DEVICE
3,972.0
$
$
EROSION CONTROL MULCHING,
60
9040-108-Q-2 *
SY
12,959.0
HYDROMULCHING
INLET PROTECTION DEVICE,
61
9040-108-T-1 *
EACH
2.0
INSTALLATION, DROP -IN
$
$
FORM OF BID CONRACT N0, 1144 Page 4 of 6
*
INLET PROTECTION DEVICE,
62
9040-108-T-1
EACH
8.0
INSTALLATION, SURFACE -APPLIED
*
INLET PROTECTION DEVICE,
63
9040-108-T-2
EACH
10.0
MAINTENANCE
$
$
SUBTOTAL SITE WORK AND LANDSCAPING =
$ 2 S
DIVISION 11 -
MISCELLANEOUS
64
11010-108-A
CONSTRUCTION SURVEY
LS
1.0
$
$
65
11020-108-A
MOBILIZATION
LS
1.0
$
$
66
11,050-108-A
CONCRETE WASHOUT
LS
1.0
$
$
TEMPORARY PAVING, 6 INCH PCC
67
SEE EST. REF.
SY
57.0
OR 6 INCH HMA
$
$
SUBTOTAL MISCELLANEOUS =
$ 177
ADDENDUM NO. 1
68
SEE EST. REF.
PREFORMED DETECTOR LOOP
I EACH
1 37.0
Is
SUBTOTAL ADDENDUM NO, I=
$ .5e�r4a.ea
TOTAL BID
4.
7
It is
understood that
the quantities set forth
are approximate only
and subject to variation and that the
unit
bid price for the
work one shall govern
in the actual payment
to Contractor.
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.
Security in the sum of ir'17e� �er
df B;2 gK4b"5;f ) in the form of
the INSTRUCTIONS TO BIDDERS.
Le1..7' a
�r
Dollars ($
v,�uKf
is submitted herewith in accordance with
Attached hereto is allon-Collusion Affidavit of Prime Contractor.
Attached hereto is a Bidder Status Form.
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 CONRACT NO. 1144 Page 5 of 6
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 CONRACT NO. 1144 Page 5 of 6
9. The bidder has received the following Addendum or Addenda:
Addendum No. Date 2�2� 2lv
10. 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.
OWei7 4 oLb r4z4;t74. he, 3/SI,02,,�
(Name of Bidder (Date)
BY: Title / re f : 1,n7z
Official Address: (Including Zip Code):
Cedar
I.R.S. No. 41 " �/27`//7
FORM OF BID CONRACT N0. 1144 Page 6 of 6
FORM OF BID OR PROPOSAL
F.Y. 2026 BROADWAY STREET RECONSTRUCTION PROJECT
CONTRACT NO. 1144
CITY OF WATERLOO, IOWA
FY 2026 BROADWAY STREET RECONSTRUCTION PROJECT
CONTRACT NO.
1144
ROADWAY CONSTRUCTION
BID
ITEM
SUDAS
SPECIFICATION
*SEE
SUPPLEMENTAL
DESCRIPTION
UNIT
BROADWAY
ST CITY
UNIT BID
PRICE
TOTAL BID
PRICE
DIVISION 1- GENERAL PROVISIONS AND
COVENANTS
1
1070-302
RAILROAD INSURANCE, CN RAILROAD
LS
1.0
$
10,000.00
$
100000,00
2
SE EST. REF.
RAILROAD FLAGGING, CN RAILROAD
EACH
NAY
2O.0
$
800,00
$
16,000.00
SUBTOTAL GENERAL PROVISIONS AND COVENANTS
$
26,000.00
DIVISION 2 - EARTHWORK
3
2010-108-D-1 *
TOPSOIL, 4INCHES, ON SITE
SY
13,768.0
$
1,00
$
13,768.00
4
2010-108-D-3 *
TOPSOIL, 6INCHES, OFF SITE
SY
3,749.0
$
4,75
$
17,807.75
5
2010-108-E *
EXCAVATION, CLASS 10, ROADWAY AND
BORROW
CY
25.0
$
17,25
$
431,25
6
SEE EST. REF.
EXCAVATION, CLASS 10, WASTE
CY
6,325.0
$
10.50
$
66,412.50
7
2010-108-F *
EXCAVATION, CLASS 10, BELOW GRADE
CY
952.0
$
45.00
$
42,840.00
8
2010-108-G
SUBGRADE PREPARATION
SY
44,874.0
$
0.50
$
22:437.00
9
2010-108-J *
SUBBASE, MODIFIED, 10 INCH
SY
44,874.0
$
St
$
258,025.50
10
IADOT 2121
GRANULAR SHOULDER, TYPE B, 4 INCH DEPTH
SY
13,382.0
$
5.35
$
71,593.70
SUBTOTAL EARTHWORK
$
493,315.70
DIVISION 4 -SEWERS AND DRAINS
11
4030-108-B
PIPE APRON, RCP, 18 INCH
EACH
2.0
$
11315,00
$
2,630.00
12
4030-108-C
FOOTINGS FOR CONCRETE PIPE APRON, 18
INCH
EACH
2.0
$
1,200.00
$
2,400.00
13
4030-108-D
PIPE APRON GUARD, 18 INCH
EACH
2.0
$
1,300.00
$
2,600.00
SUBDRAINS
14
4040-108-A *
SUBDDRAIN, TYPE SP, 6 INCH
LF
12,013.0
$
11.25
$
135,146.25
15
4040-108-C
SUBDRAIN CLEANOUT, TYPE A-1, 6 INCH
EACH
2.0
$
540.00
$
1,080.00
16
4040-108-D*
SUBDRAIN OUTLET TO STRUCTURE, 6 INCH
EACH
31.0
$
305.00
$
9,455.00
SUBTOTAL SEWERS AND DRAINS
$
153,311.25
DIVISION 6 - STRUCTURES FOR SANITARY AND
STORM SEWERS
17
6010-108-B *
INTAKE, SW-511
EACH
1.0
$
10,000.00
$
10,000.00
18
6010-108-B *
INTAKE, SW-512, 241NCH, WATERLOO 1040 A
COVER ONLY
EACH
16.0
$
2,400.00
$
38,400,00
19
6010-108-E-1
MANHOLE ADJUSTMENT, MINOR, SW-301, 48"
EACH
11.0
$
1,500.00
$
16,500.00
20
6010-108-F-1
MANHOLE ADJUSTMENT, MAJOR, SW-402, 60"
EACH
1.0
$
1,800.00
$
1,800.00
21
6010-108-G
CONNECTION TO EXISTING MANHOLE OR
INTAKE, SUBDRAIN
EACH
4.0
$
300,00
$
1,200.00
22
6010-108-H *
REMOVE INTAKE, STORM
iEACHI
1.0
1 $
950.00
$
950,00
SUBTOTAL STRUCTURES FOR SANITARY AND
STORM SEWERS
$
68,850.00
DIVISION 7 - STREETS AND RELATED WORK
PCC PAVEMENT
23
7010-108-A; 302 *
PAVEMENT, PCC, 9 INCH, C-SUD OR C-4WR, CL
3 AGG
SY
37,663.0
$
51,65
$
1,945,293.95
24
7010-108-E
CURB & GUTTER, 241NCH WIDE, 0INCH DEPTH,
PCC, C-4
LF
60.0
$
55,00
$
3,300.00
25
7010-108-I; 302 *
PCC PAVEMENT SAMPLES AND TESTING
LS
1.0
$
100000,00
$
10,000.00
ASPHALT PAVEMENT
26
7020-108-A
HMA, STANDARD TRAFFIC (ST) SURFACE, 1/2"r
PG-58-28H NO FRICTION
TON
58.0
$
185,00
$
10,730.00
SIDEWALKS, SHARED USE PATHS, AND
DRIVEWAYS
27
7030-108-C
SHARED USE PATH, PCC, 9 INCH, C-4
SY
46.2
$
73,00
$
31372,60
28
7030-108-C
SHARED USE PATH, PCC, 6 INCH, C-4
SY
110.2
$
53.00
$
5,840.60
29
7030-108-E
SIDEWALK, PCC, 6 INCH, C-4
SY
46.0
$
105,00
$
4,830.00
30
7030-108-E *
SIDEWALK, PCC, 41NCH, C-4
SY
186.2
$
51.00
$
91496,20
31
7030-108-G *
DETECTABLE WARNINGS
SF
150.0
$
54.00
$
81100.00
32
7030-108-H-1
DRIVEWAY, PCC, 6 INCH, C-4
SY
27.8
$
90,00
$
2,502.00
33
7030-108-H-1
DRIVEWAY, PCC, 5 INCH, C-4
SY
24.3
$
89.00
$
2,162.70
PAVEMENT REHABILITATION
34
1 7040-108-G
MILLING
SY
320.0
$
15.00
$
4,800.00
35
7040-SOS-H *
PAVEMENT REMOVAL
SY
35,730.0
$
3.65
$
130,414.50
36
1 7040-108-I
ICURB & GUTTER REMOVAL
LF
60.0
$
13,75
$
825,00
SUBTOTAL STREETS AND RELATED WORK
$
21141,667.55
DIVISION 8 -TRAFFIC CONTROL
TRAFFIC SIGNALS
37
8010-108-A *
TRAFFIC SIGNAL, FOUNDATION ONLY
LS
1.0
$
7,500.00
$
7,500,00
38
8010-108-B *
TEMPORARY TRAFFIC SIGNALS
EACH
2.0
$
30,000.00
$
6%000.00
39
8010-108-C *
TRAFFIC SIGNAL REMOVAL, POLE AND
FOUNDATION ONLY
LS
1.0
$
1,500.00
$
1,500.00
40
8010-201-A-2
PRECAST TRAFFIC HANDHOLE, TYPE I, 4 FT
DEPTH
EACI
9.0
$
21500,00
$
22,500.00
41
8010-201-B
2 INCH CONDUIT, PVC, SCH 80
LF
2,330.0
$
12,00
$
27,960,00
42
8010-201-C
TRAFFIC SIGNAL WIRE
LF
11200.0
$
6,50
$
7,800.00
43
SEE EST, REF,
TRAFFIC LOOP WIRE
LF
81200.0
$
1,75
$
14,350.00
44
SEE EST, REF,
REMOVE TRAFFIC HANDHOLE
EACH
4.0
$
300,00
$
11200.00
45
SEE EST, REF.
REMOVE EXISTING TRAFFIC CONDUIT
LF
21210.0
$
3.00
$
6,630.00
46
SEE EST, REF.
TRAFFIC HANDHOLE ADJUSTMENT, MINOR, 24"
EACH
10.0
$
500,00
$
51000,00
PAVEMENT MARKINGS
47
8020-108-B
PAINTED PAVEMENT MARKINGS, WATERBORNE
STA
168.9
$
75,00
$
12,667.50
48
8020-*108-F
WET, RETROFLECTIVE REMOVABLE TAPE
MARKINGS
STA
1.3
$
500,00
$
660,00
49
8020-108-G
PAINTED PAVEMENT MARKINGS,
WATERBORNE TEMPORARY
EACH
2.1
$
500,00
$
1,070.00
50
8020-108-H *
CROSSWALK BAR, 2' X 10%THERMOPLASTIC
LF
215.0
$
35,00
$
7,525.00
51
8020-108-H*
PRECUT SYMBOLS AND LEGENDS,
THERMOPLASTIC
EACHF100.0
$
650,00
$
5,200.00
TEMPORARY TRAFFIC CONTROL
52
8020-108-A *
TEMPORARY TRAFFIC CONTROL
LS$
18,000.00
$
18,000.00
53
8030-108-A *
PORTABLE DYNAMIC MESSAGE SIGNS
EACH$
/DAY
100,00
$
51600,00
54
8030-2,02
DIRECTIONAL SIGNS, PER DETAILS
EACH$
100,00
$
10,000.00
55
IADOT 2528-2518010
SAFETY CLOSURE
EACH
12.0
$
100,00
$
1,200.00
SUBTOTAL TRAFFIC CONTROL
$
216,362.50
DIVISION 9 - SITE WORK AND LANDSCAPING
SEEDING
56
9010-108-B *
HYDRAULIC SEEDING, FERTILIZING AND
MULCHING -TYPE 1 SEED, MECHANICALLY
BONDED FIBER MATRIX
SY
17,517.0
$
0.95
$
16,641.15
EROSION AND SEDIMENT CONTROL
SILT FENCE OR SILT FENCE DITCH CHECK,
57
9040-108-N-1
LF
3,972.0
$
1.60
$
6,355.20
INSTALLATION
SILT FENCE OR SILT FENCH DITHC CHECK,
58
9040-108-N-2 *
LF
3,972.0
$
0.01
$
39,72
REMOVAL OF SEDIMENT
SILT FENCE OR SILT FENCE DITCH CHECK,
59
9040-108-N-3
LF
3,972.0
$
0.05
$
198.60
REMOVAL OF DEVICE
EROSION CONTROL MULCHING,
60
9040-108-Q-2 *
SY
12,9S9.0
$
0.32
$
4,146.88
HYDROMULCHING
INLET PROTECTION DEVICE, INSTALLATION,
61
9040-108-T-1 *
EACH
2.0
$
150.00
$
300.00
DROP -IN
INLET PROTECTION DEVICE, INSTALLATION,
62
9040-308-T-1 *
EACH
8.0
$
85.00
$
680,00
SURFACE -APPLIED
63
9040-108-T-2 *
JINLET PROTECTION DEVICE, MAINTENANCE
EACH
10.0
$
25.00
$
250,00
SUBTOTAL SITEWORK AND LANDSCAPING
$
2%611.55
DIVISION 11- MISCELLANEOUS
64
11010-108-A
CONSTRUCTION SURVEY
LS
1.0
$
2%000.00
$
20,000.0O
65
11020-108-A
MOBILIZATION
LS
1.0
$
150,000.00
$
1500000,00
66
11,050-308-A
CONCRETE WASHOUT
LS
1.0
$
41000,00
$
4,000.00
PAVING, 6 INCH PCC OR 6 INCH
67
SEE EST, REF,
H
SY
57.0
$
58,00
$
3,306.00
APORARY
SUBTOTAL MISCELLANEOUS
$
177,306.00
ADDENDUM NO. 1
68
SEE EST, REF.
1PREFORMED DETECTOR LOOP
EACH
37.0
$
1,500.00
$
550500,00
SUBTOTAL ADDENDUM NO. 1
$
55,500000
TOTAL BID
$
3,360,924.55
Joe Owen, President
NON -COLLUSION AFFIDAVIT OF PRIME BIDDER
State of :T O w
County of i3/g 4 1)ss k )
l orr ( cWz;y , being first duly sworn, deposes and says that:
1. He is (Owner, Partnev , Representative. or Agent) , of c%Wefi LoL±rc;4± s, Inc.
the Bid er 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)
r re
Title
Subscribed and sworn to before me this `J" day of rnQ,1'C� , 20Zb
Title
My commission expires " 2 2 — Z
! "` COLLEEN A LILLY '
�: COMMISSION N0.834605
w w MY (��q('�M ISSION EXPIRES
Bidder Status Form
To be completed by all bidders
Part A
Please answer "Yes" or "No" for each of the following:
Yes � No My company is authorized to transact business in Iowa.
(To help you determine if your company is authorized, please review the worksheet on the next page).
O Yes ®No My company has an office to transact business in Iowa.
es ONo My company's office in Iowa is suitable for more than receiving mail, telephone calls, and a -mail.
Yes ®No My company has been conducting business in Iowa for at least 3 years prior to the first request for
bids on this project.
t�Yes �No 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: d3 / os / 23 to 03 / os� / 2G Address: t32S�a�� �✓Gv
city, State, zip: ��dQr �lls� SAS Sa�l3
Dates:
Dates:
to / / Address:
City, State, Zip:
to / / Address:
You may attach additional sheets) if needed.
To be completed by non-resident bidders
City, State, Zip:
1. Name of home state or foreign country reported to the Iowa Secretary of State:
Part C
2. Does your company's home state or foreign country offer preferences to resident bidders, resident labor O Yes O 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 sheets) 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 annnd truthful information may be a reason to reject my bid.
Firm Name: Q W2 Cie fi�'r-aa� 1. � n G .
Signature: a� Date: o3�or�zG
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.
( X Yes QNo My business is currently registered as a contractor with the Iowa Division of Labor.
OYes (:?(No My business is a sole proprietorship and I am an Iowa resident for Iowa income tax purposes.
OYes (DONo 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.
i(Yes O No 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.
Yes (2(No 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.
O Yes( (No My business is a limited liability partnership which has filed a statement of qualification in this
state and the statement has not been canceled.
OYes (7(No 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.
Yes(2No My business is a limited partnership or limited liability limited partnership which has filed a O
certificate of limited partnership in this state, and has not filed a statement of termination.
Yes eo My business is a limited partnership or a limited liability limited partnership whose certificate of O
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.
OYeseo My business is a limited liability company whose certificate of organization is filed in Iowa and has
not filed a statement of termination.
OYes (D /No 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.
309-6007 (09-15)
=N
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 Bid Amount Dollars ($ 5% of Bid Amount ) 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 5th day of
March 20 26 , for F.Y. 2026 Broadway Street 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 on 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
5th
day of
March
A.D. 20 26 .
Witness I. Schmit
Witness Co ney eyer
BID BOND
Owen
Inc.
OoE Owfn/ (Title),,,,,
i,( o
United Fire & Casualty Company (Seal)
S ty
By
Attorney -in -fact
Juliana Bartlett, Attorney -in -Fact
Page 1 of 1
UNITID FIRE &CASUALTY COMPANY, CIDAR RAPIDS, IA Inquhies: Surety Department
UNITID FIRE &INDEMNITY COMPANY, WEBSTER, TX 11S Second Ave SE
FINANCIAL PACIFIC INSURANCE COMPANY, LOS ANGELES, CA Cedar Rapids, L4 52401
INSURA� CERTIFIID COPY OF POWER OF ATTORNEY
(original on file at Home Office ofCompany -See Cepcation)
KNOW ALL PERSONS BY THESE PRESENTS, That United Fire 8c Casualty Company, a corporation duly organized and existing under the laws
of the State of Iowa; United Fire &Indemnity Company, a corpomtion duly organized and existing under Ote laws of Ote State of Texas; and
Financial Pacific Insurance Company, a corpomtion duly organized and existing under the laws of the State of California (herein collectively called
the Companies), and having their corpomte headquarters in Cedar Rapids, State of Iowa, does make, constim[e and appoint
GREG T. LA MAIR, JEFFREY R. BAKER, JOSEPH I. SCHMIT, E. A. VON HARZ, BRANDON HORBACH, COURTNEY
MEYER, JULIANA BARTLETT, DANIEL M. MOLVNEAUX, LAURA J. ADAMS, LORI S. BURROUGHS, KAREN S. HARTSON,
LAUREN MOSER, ERIC DESOUSA, STACY L. PAISLEY, EACH INDIVIDUALLY
their tnre and lawful Attomey(s)-in-Fact with power and authority hereby wnfetred to sign, seal and execute in its behalf all ]awful bonds,
undertakings and other obligatory instmments of similar nature provided that no single obligation shall exceed $100, 000, 000.00
and to bind Ure Companies thereby as fully and to Ute same extent as if such instruments were signed by dre duly authorized officers of the Companies
and all of the acts of said Attorney, pursuant to the authority hereby given and hereby raged and confirmed.
The Authority hereby granted is continuous and shall remain in full force and effect until revoked by United Fire &Casualty Compauy, United Fire &
Indemnity Company, and Financial Pack Insurance Company.
This 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 Finaucial Pacific Insurance Company.
"Article VI — Snrety Bonds and Undertakings"
Section 2, Appointment of Attorney -in -Fact. "Rre President or any Vice President, or any older ofLcer of the Companies may, from time to time, appoint by written
certificates attorneys -in -fact to act in behalf of the Companies in the execu5on of policies of insumncq lwnds, undertakings and other obhgatory instmments 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 cert�cation of
either authorized hereby; such sigrramre and seal, when so used, being adopted by the Companies as the original signature of such officer and the original seal of the
Companies, [o be valid and binding upon the Companies with the same force end effect as though manually atfixed. Such attomeys•in-fact, subject to the Ihnitations set of
forth hr their respective carti&ca[es of eudtority shall have full power to bind ilre Companies by their signature and execution of any such instmments and to attach the seal
the Companies thereto. The President of any Vice President, the Board of Directors or any other ofRcer of the Companies may a[ any time revolve all power and authority
previously given to any attorney -in -fact.
IN WITNESS WHEREOF, Ure COMPANIES have each caused these presents to be signed by its
,,�;�w""y'�,� `�.`a^�Hry�; a,�„"`,F�cpoa,�.�y vice president and itswrpomtesealtobeheretoaffixedthisl6th tlay of July, 2024
86 p zve' F ai"..b's
',B maeosnrs Sz m rice r"`o* �''L
FF�4 _ _ � _ _ � _ _ k Idr� ,ery zt UNITED PIRE &CASUALTY COMPANY
sec UNITED FIRE & BDEMNITY COMPANY
srn sever : �W`�' a�.z`
�, o, uFl?.P.-•' !,. FINANCIAL PACBtIC INSURANCE COMPANY
'ane��e` "'iniuimmo" ���'»..,tun m //' ,�/
,,, BY� 7yaa-/L
State of Iowa, County of Linn, ss: /G- �l/e,.,./�J
VicePresident
On t6th 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 Pacse Insurance Company the
corporations described in and which executed the above instmment; that she ]mows the seal of said corporations; Drat Ute seal affixed to the said
instmment is such corpom[e seal; that it was so affixed pursuant to authority given by Ute Board of Directors of said corporations and Urat she signed her
name thereto pursuant to ]eke authority, and acknowledges same to be the act and deed of said corporations.
_� Judith A. Jones A
Iowa Noledal Seal P
commtaslon number moat Notary Public
r. MY Commisalon Expires 04/2312027
My commission expires: 04/23/2027
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 dre Power of Attorney and affidavit, and
the copy of the Section of the bylaws and resolutions of said Corpom[ions as se[ forth in said Power of Attorney, with the ORIGINALS ON FILE IN THE
HOME OFFICE OF SAID CORPORATIONS, and that the same are correct transcripts thereof, and of the whole of the said originals, and that the said
Power of Attorney ]tas not been revoked and is now in full force and effect.
In testimony whereof I have heretmto subscribed my name and affixed the corporate seal of the said Corporations
this 5th day of March 20 26 .
,�tat'`'�""'��; ..J,,,x�uWh,li ,:Ql�'VpPPe%j�•W�,'•'. �{r�r/q���� /l �,�/��y/��
'� Coaeo}— fee 3p <onronsrt _`s!2 u 'Fd o; 1����'(G(jt,{/(�, 7T.���^"� "
SF�t �e -- h�44' �- �, t eaa °*€ Hy: (j
C !.%2
,e `�>/rFo@,�.�.�' �s Assistant Secretary
/��';,,;; o��'`` ,a,,,a ,,,,,,,,, OF&C & OF&I & FPIC
BPOAD049 1217