Loading...
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