Loading...
HomeMy WebLinkAboutOWEN CONTRACTING, INC.JIOWEN CONTRACTING OWEN CONTRACTING, INC. 1325 RAIL WAY CEDAR FALLS, IA 50613 Bid Proposal For: Huntington Road and Katoski Drive Reconstruction Project Contract No. 1123 City of Waterloo, Iowa JIOWEN CONTRACTING OWEN CONTRACTING, INC. 1325 RAIL WAY CEDAR FALLS, IA 50613 Bid Security For: Huntington Road and Katoski Drive Reconstruction Project Contract No. 1123 City of Waterloo, Iowa ti 34( Ste. e. A` '4 1 (le ci meiwTer" Ph.e/aleArd �pYeG S�,ee." l ADDENDUM 4 - FORM OF BID OR PROPOSAL HUNTINGTON RD AND KATOSKI DR RECONSTRUCTION PROJECT CONTRACT NO. 1123 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 Foth Infrastructure & Environment, LLC 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 HUNTINGTON RD AND KATOSKI DR RECONSTRUCTION PROJECT, Contract No. 1123, all in accordance with the above -listed documents and for the unit prices for work in place for the following items and quantities: HUNTINGTON RD AND KATOSKI DR RECONSTRUCTION PROJECT. Contract No. 1123 ITEM BID SUDAS SPECIFICATION * SUPPLEMENTAL SEE DESCRIPTION UNIT QTY UNIT BID PRICE TOTAL BID PRICE DIVISION 2 - EARTHWORK 2.1 2010-A CLEARING & GRUBBING, UNIT UNIT 609 $ $ 2.2 2010 D-1* TOPSOIL, OFF -SITE 4 INCHES, ON OR SY 45390 $ $ 2 3 2010-D-2 TOPSOIL, AMENDED, COMPOST CY 231 $ $ 2 4 2010-E EXCAVATION, ROADWAY & BORROW CLASS 10, CY 21737 $ $ 2 5 2010-E EXCAVATION, WASTE CLASS 10, CY 11925 $ $ 2 6 2010-E EMBANKMENT CONTRACTOR FURNISH IN PLACE, CY 13007 $ $ 2.7 2010 G SUBGRADE IN. PREPARATION, 12 SY 41324 $ $ 2.8 2010-J* MODIFIED SUBBASE, 8 IN. SY 43862 $ $ 2.9 2010-K-2-C* REMOVAL, LESS IN. THAN ENTRANCE OR EQUAL TO PIPE, 18 LF 111 $ $ 2.10 2010-K-2-C* REMOVAL, CULVERT, 36 IN. LF 368 $ $ 2.11 2010-K-2-C* REMOVAL, SUBDRAIN LF 9470 $ $ SUBTOTAL EARTHWORK = $ I, o , 61 3 9 9. , o ADDENDUM 4 - FORM OF BID CONTRACT NO. 1123 Page 1 of 9 ITEM BID SUDAS SPECIFICATION * SUPPLEMENTAL SEE DESCRIPTION UNIT QTY UNIT BID PRICE TOTAL BID PRICE DIVISION 4 - SEWERS AND DRAINS 4.1 4020-A-1* STORM RCP, CLASS SEWER, III, 30 TRENCHED, IN. LF 779 $ $ 4.2 4020-A-1* STORM RCP, CLASS SEWER, III, 36 TRENCHED, IN. LF 331 $ $ 4.3 4020-A-1* STORM RCP, CLASS SEWER, III, 60 TRENCHED, IN. LF 211 $ $ 4.4 4020-A-1* STORM RCP, CLASS SEWER, III, 72 TRENCHED, IN. LF 262 $ $ 4.5 4020-A-1* STORM RCP, CLASS SEWER, V, 15 TRENCHED, IN. LF 2774 $ $ 4.6 4020-A-1* STORM RCP, CLASS SEWER, V, 18 TRENCHED, IN. LF 884 $ $ 4.7 4020-A-1* STORM RCP, CLASS SEWER, V, 24 TRENCHED, IN. LF 155 $ $ 4.8 4020-D REMOVE LESS IN. THAN STORM OR EQUAL SEWER TO PIPE, 36 LF 2325 $ $ 4.9 4020-D REMOVE GREATER STORM THAN SEWER 36 IN. PIPE, LF 202 $ $ 4.10 4030-A* PIPE IN. DIA. CULVERT, CONCRETE, 12 LF 40 $ $ 4.11 4030-B* APRON, DIA. CONCRETE, 12 IN. EA 2 $ $ 4.12 4030-B* APRON, DIA. CONCRETE, 15 IN. EA 2 $ $ 4.13 4030-B* APRON, DIA. CONCRETE, 30 IN. EA 1 $ $ 4.14 4030-B* APRON, DIA. CONCRETE, 36 IN. EA 3 $ $ 4.15 4030-B* APRON, DIA. CONCRETE, 72 IN. EA 1 $ $ 4.16 4040-A* SUBDRAIN, TYPE 1 6" HDPE, CASE B, LF 14928 $ $ 4.17 4040-A* SUBDRAIN, PE, CASE B, 6" TYPE CORRUGATED 1 LF 880 $ $ 4.18 4040-C-1 SUBDRAIN A-1 CLEANOUT, TYPE EA 34 $ $ 4.19 4040-C-1 SUBDRAIN CLEANOUT, TYPE B EA 4 $ $ 4.20 4040-D-1* SUBDRAIN CONNECTIONS OUTLETS AND EA 150 $ $ 4.21 SPECIAL FIELD FITTINGS, DIAMETER TILE REPAIR PVC, UNSPECIFIED AND LF 250 $ $ SUBTOTAL SEWERS AND DRAINS = $ J p p I7, 62- 4. 5Jd ADDENDUM 4 • FORM OF BID CONTRACT NO. 1123 Page 2 of 9 ITEM BID S SPECIFICATION * SUPPLEMENTAL U SEE DAS DESCRIPTION UNIT UNIT BID PRICE TOTAL BID PRICE QTY DIVISION 5 — WATER MAIN AND APPURTENANCES 5.1 5020-C REMOVE HYDRANT AND ASSEMBLY REINSTALL FIRE EA 2 $ $ 5.2 5020-G VALVE BOX EXTENSION EA 3 $ $ 5.3 5020-H VALVE BOX REPLACEMENT EA 8 $ $ SUBTOTAL WATER MAIN AND APPURTENANCES = $ / , 6OD, o0 DIVISION 6 - STRUCTURES FOR SANITARY AND STORM SEWERS 6.1 6010-A* MANHOLE, SW-401, 48 STORM IN. SEWER, EA 2 $ $ 6.2 6010-A* MANHOLE, SW-401, 60 STORM IN. SEWER, EA 2 $ $ 6.3 6010-A* MANHOLE, SW-401, 72 STORM IN. SEWER, EA 1 $ $ 6.4 6010-A* MANHOLE, SW-401, 96 STORM IN. SEWER, EA 3 $ $ 6.5 6010-A* MANHOLE, SW-403, 9' STORM x 9' SEWER, EA 1 $ $ 6.6 6010-B INTAKE, GRATE SW-505, DOUBLE EA 55 $ $ 6.7 6010-B INTAKE, GRATE, SW-505, MODIFIED DOUBLE EA 3 $ $ 6.8 6010-B INTAKE, GRATE SW-506, DOUBLE EA 10 $ $ 6.9 6010-B INTAKE, SW-512, 24 IN. EA 1 $ $ 6.10 6010-B* INTAKE, GRATE W/ SW-516, MANHOLE DOUBLE EA 3 $ $ 6.11 6010-B* INTAKE, GRATE W/ SW-516, MANHOLE, DOUBLE MOD 1 EA 1 $ $ 6.12 6010-B* INTAKE, GRATE W/ SW-516, MANHOLE, DOUBLE MOD 2 EA 1 $ $ 6.13 6010-E-1* MANHOLE MINOR, STORM ADJUSTMENT, OR SANITARY EA 8 $ $ 6.14 6010-F-1* MANHOLE MAJOR, STORM ADJUSTMENT, OR SANITARY EA 11 $ $ 6.15 6010-G-1 CONNECTION MANHOLE TO EXISTING EA $ $ 6.16 6010-H-1* REMOVE MANHOLE EA 10 $ $ 6.17 6010-H-2* REMOVE INTAKE EA 36 $ $ SUBTOTAL STRUCTURES FOR SANITARY AND STORM SEWERS = $ 7g 3 , 6 S o, a 2, ADDENDUM 4 - FORM OF BID CONTRACT NO. 1123 Page 3 of 9 ITEM BID SUDAS SPECIFICATION * SUPPLEMENTAL SEE DESCRIPTION UNIT QTY UNIT BID PRICE TOTAL BID PRICE DIVISION 7 - STREETS AND RELATED WORK 7.1 7010-A* PAVEMENT, or IN. C-4WR W/ PCC, CLASS CLASS 3 AGG., C-SUD 8 SY 35914 $ $ 7.2 7010-A* PAVEMENT, 4WR COLORED W/ CLASS PCC, 3 CLASS AGG., 8 C- IN., SY 1094 $ $ 7.3 7010-A* PAVEMENT, 4WR REINFORCED W/ CLASS PCC, 3 CLASS AGG., 8 C- IN., SY 394 $ $ 7.4 7010-G* CONCRETE MEDIAN, 6 IN. SY 2554 $ $ 7.5 7030-A-1 REMOVAL SHARED USE OF PATH SIDEWALK OR SY 2785 $ $ 7.6 7030-A-3 REMOVAL OF DRIVEWAY SY 1457 $ $ 7.7 7030-C SHARED USE PATH, PCC, 6 IN. SY 6295 $ $ 7.8 7030-E* SIDEWALK, PCC, 4 IN. SY 189 $ $ 7.9 7030-E* SIDEWALK, PCC, 6 IN. SY 1660 $ $ 7.10 7030-G* DETECTABLE WARNINGS SF 1170 $ $ 7.11 7030-H-1* DRIVEWAY, PAVED, PCC, 6 IN. SY 404 $ $ 7.12 7030-H-1* DRIVEWAY, PAVED, PCC, 8 IN. SY 422 $ $ 7.13 7030-H-3 GRANULAR CLASS DRIVEWAY, -A CRUSHED SURFACING, 6 IN. STONE, TON 41 $ $ 7.14 7040-H PAVEMENT, REMOVAL SY 38088 $ $ SUBTOTAL STREETS AND RELATED WORK = a 25-.7� 57. 2<I p DIVISION 8 - TRAFFIC SIGNALS AND TRAFFIC CONTROL 8.1 8010-C TRAFFIC SIGNAL REMOVAL LS 1 $ $ 8.2 8020-C* PAINTED MARKINGS, PAVEMENT DURABLE STA 253.76 $ $ 8.3 8020-H* PRECUT LEGENDS SYMBOLS AND EA 25 $ $ 8.4 8030-A* TEMPORARY CONTROL TRAFFIC LS 1 $ $ 8.5 8040-B TRAFFIC SIGNS SF 602.65 $ $ 8.6 8040-D PERFORATED TUBE POSTS SQUARE STEEL LF 1152.5 $ $ 8.7 8040-G PERFORATED TUBE POST ANCHORS, SQUARE STEEL SOIL EA 72 $ $ 8.8 8040-G PERFORATED TUBE CONCRETE POST ANCHORS, SQUARE STEEL EA 39 $ $ 8.9 8040-1 REMOVE TRAFFIC SIGNS AND REINSTALL EA 2 $ $ ADDENDUM 4 - FORM OF BID CONTRACT NO. 1123 Page4of9 ITEM BID SUDAS SPECIFICATION * SUPPLEMENTAL SEE DESCRIPTION UNIT QTY UNIT BID PRICE TOTAL BID PRICE 8.10 SPECIAL REMOVAL OF SIGNS EA 53 $ $ 8.11 SPECIAL INFORMATION TEMPORARY ACCESS SIGN EA 30 $ $ 8.12 SPECIAL RECTANGULAR FLASHING BEACONS RAPID (RRFB) LS 9 $ $ 8.13 SPECIAL PORTABLE MESSAGE SIGNS DYNAMIC CDAY 126 $ $ 8.14 SPECIAL TEMPORARY CONCRETE BARRIER RAIL, LF 50 $ $ SUBTOTAL TRAFFIC SIGNALS AND TRAFFIC CONTROL = $ 3 ,1-/} 6•3 -7, 7i' DIVISION 9 - SITE WORK AND LANDSCAPING 9.1 9010-B* HYDRAULIC MULCH., MIX.) TYPE SEEDING, 1 (PERM. FERT. LAWN & SY 36935 $ $ 9.2 9010-B* HYDRAULIC MULCH., TEMP. EROS. TYPE SEEDING, CONTROL 4 (URBAN FERT. MIX.) & SY 36935 $ $ 9.3 9020-A SOD, FESCUE SY 1492 $ $ 9.4 9030-A PLANTS, CONTAINERIZED PERINNIALS, EA 448 $ $ 9.5 9030-A PLANTS, BALLED AND UNDERSTORY BURLAPPED TREES, EA 16 $ $ 9.6 9030-A PLANTS, BALLED AND OVERSTORY BURLAPPED TREES, EA 91 $ $ 9.7 9030-A PLANTS, BALLED AND EVERGREEN BURLAPPED TREES, EA 6 $ $ 9.8 9040-D-1 FILTER SOCKS, 9 IN. LF 21068 $ $ 9.9 9040-D-2 FILTER SOCKS, REMOVAL LF 21068 $ $ 9.10 9040-J RIP RAP, CLASS E TON 335.6 $ $ 9.11 9040-N-1 SILT DITCH FENCE CHECK OR SILT FENCE LF 4970 $ $ 9.12 9040-N-2 SILT DITCH SEDIMENT FENCE CHECK, OR SILT REMOVAL FENCE OF LF 4970 $ $ 9.13 9040-N-3 SILT DITCH DEVICE FENCE CHECK, OR SILT REMOVAL FENCE OF LF 4970 $ $ 9.14 9040-0-2 TRACK -OUT CONTROL TON 72 $ $ 9.15 9040-T-1* INLET INTERMEDIATE PROTECTION AND DEVICE, DROP IN EA 147 $ $ 9.16 9040-T-2* INLET MAINTENANCE PROTECTION DEVICE, EA 147 $ $ ADDENDUM 4 - FORM OF BID CONTRACT NO. 1123 Page5of9 ITEM BID SUDAS SPECIFICATION * SUPPLEMENTAL SEE DESCRIPTION UNIT QTY UNIT BID PRICE TOTAL BID PRICE 9.17 9060-D REMOVAL REINSTALLATION FENCE, CHAIN AND LINK OF EXISTING LF 56 $ $ SUBTOTAL SITE WORK AND LANDSCAPING = 1 $ 2 07)'17 2.0 C DIVISION 11 - MISCELLANEOUS 11.1 11010-A CONSTRUCTION SURVEY LS 1 $ $ 11.2 11020-A MOBILIZATION LS 1 $ $ 11.3 11030-A MAINTENANCE SERVICE OF POSTAL LS 1 $ $ 11.4 11030-B MAINTENANCE WASTE COLLECTION OF SOLID LS 1 $ $ 11.5 11040-B TEMPORARY SIDEWALK GRANULAR SY 268 $ $ 11.6 11050-A CONCRETE WASHOUT LS 1 $ $ 11.7 SPECIAL LIMESTONE 12 IN. BLOCKS, 12 IN. X LF 588 $ $ 11.8 SPECIAL LIMESTONE IN. EDGING, 4 IN. X 4 LF 199 $ $ 11.9 SPECIAL TRAP ROCK, 1-4 INCH SIZE TON 18.8 $ $ 11.10 SPECIAL MULCH, HARDWOOD, DOUBLE 3 IN. SHREDDED DEPTH CY 44 $ $ 11.11 SPECIAL STREET STEEL, ACRYLIC INTEGRALLY SIGNAGE, LETTERS CORTEN LIGHTED LF 50 $ $ 11.12 SPECIAL MONUMENT CORTEN LIGHTED STEEL, ACRYLIC SIGNAGE, INTEGRALLY LETTERS LF 62 $ $ 11.13 SPECIAL LOGO STEEL, ACRYLIC SIGNAGE, WATERJET BACKER CORTEN BOARD CUTOUT, LF 19 $ $ 11.14 SPECIAL GRADE METER, PEDESTAL MOUNTED MAIN LOAD ELECTRICAL CENTER EA 4 $ $ 11.15 SPECIAL CONDUIT, SCHEDULE 1 INCH DIA. BELOW 40 NON-METALLIC, GRADE LF 500 $ $ 11.16 SPECIAL CONDUIT, SCHEDULE 3/4 INCH DIA. BELOW 40 NON-METALLIC, GRADE LF 200 $ $ 11.17 SPECIAL CONDUCTORS, THWN-2, PEDESTAL FROM TO PULL #8 METER/MAIN AWG BOX CU LF 1800 $ $ 11.18 SPECIAL CONDUCTORS, THWN-2, SIGN FROM #10 PULL AWG BOX CU TO LF 600 $ $ ADDENDUM 4 - FORM OF BID CONTRACT NO. 1123 Page 6 of 9 ITEM BID SUDAS SPECIFICATION * SUPPLEMENTAL SEE DESCRIPTION UNIT QTY UNIT BID PRICE TOTAL BID PRICE 11.19 SPECIAL POLYMER GRADE AND JUNCTION OPEN / CONCRETE BOTTOM BOX BELOW PULL EA 13 $ $ 11.20 SPECIAL METER PEDESTAL PHOTOCONTROL / MAIN MOUNTED LOAD CENTER BUTTON EA 4 $ $ 11.21 SPECIAL METER PEDESTAL ELECTRICALLY TYPE CONTACTOR / MAIN MOUNTED LOAD HELD OPEN CENTER EA 4 $ $ 11.22 SPECIAL F1 CHANNELS, WIRING SIGNAGE COMPONENTS LED LENSES STRIPS, AND MISC. LF 35 $ $ 11.23 SPECIAL F1 DIMMING SIGNAGE POWER 120VAC/24VDC SUPPLY EA 6 $ $ 11.24 SPECIAL F1 WALLBOX CONTROLLER DIMMING SIGNAGE MOUNTED 120/277V WITH 0-10V EA 6 $ $ 11.25 SPECIAL WEATHER DEEP BOX, FITTINGS SINGLE COVER, TIGHT GANG AND 2-5/8 MISC. DEVICE INCH EA 13 $ $ 11.26 SPECIAL BENCH EA 1 $ $ 11.27 SPECIAL BIKE RACK EA 1 $ $ 11.28 SPECIAL LITTER RECEPTICLE EA 1 $ $ SUBTOTAL MISCELLANEOUS = $ ?'7 9 53g, *p DIVISION 12 - STRUCTURES 12.1 2401-6750001 REMOVALS, AS PER PLAN LS 1 $ $ 12.2 2402-0425031 GRANULAR BACKFILL TON 276 $ $ 12.3 2402-0425040 FLOODED BACKFILL CY 433 $ $ 12.4 2402-2720000 EXCAVATION, CLASS 20 CY 2522 $ $ 12.5 2402-3825025 GRANULAR BLANKET MATERIAL FOR CY 679 $ $ 12.6 2403-0100000 STRUCTURAL (MISCELLANEOUS) CONCRETE CY 29.5 $ $ 12.7 2403-0100020 STRUCTURAL CULVERT) CONCRETE (RCB CY 35.6 $ $ 12.8 2404-7775000 REINFORCING STEEL LB 9408 $ $ 12.9 2415-2111204 PRECAST CULVERT, CONCRETE 12 FT. X 4 FT. BOX LF 170 $ $ 12.10 2415-2201204 PRECAST CULVERT SECTION, CONCRETE STRAIGHT 12 FT. X 4 END FT. BOX EACH 2 $ $ ADDENDUM 4 - FORM OF BID CONTRACT NO. 1123 Page 7 of 9 ITEM BID S SPECIFICATION * SUPPLEMENTAL U SEE DAS DESCRIPTION UNIT QTY UNIT BID PRICE TOTAL BID PRICE 12.11 2418-0000010 TEMPORARY DIVERSION STREAM EACH 2 $ $ 12.12 2507-8029000 EROSION STONE TON 33.8 $ $ 12.13 2519-1001000 FENCE, COATED CHAIN LINK, VINYL LF 152 $ $ 12.14 2599-9999020 GRANULAR BEDDING TON 91 $ $ SUBTOTAL STRUCTURES = $ L/S 3 a 2/. go -7 2`�g 9o.5. TOTAL BID= $ co 1 i 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. 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 ; VN TerzeJ af I' ►c% Ant Dollars ($ C of � Awt o4,,ti ' ) in the form of ; 1B p I , is submitted herewith in accordance with the INSTRUCTIONS TO BIDDERS. 5 Attached hereto is a Non Collusion Affidavit of Prime Contractor. 6. Attached hereto is a Bidder Status Form. 7 The bidder is prepared to submit a financial and experience statement upon request. 8. The Prime Contractor and Subcontractor(s) which have performed an aggregate of $10,000.00 in work for the City in the current calendar year, are prepared to submit an AAP or Update and an EOC, within ten (10) days of notification that the bid submitted is lowest and acceptable. 9 The bidder has received the following Addendum or Addenda: Addendum No. / Date .2h.5 2. 2 42/ 2 7 / 3 3josya 3liz/ 24 10. The apparent low Bidder shall submit a list of all other Subcontractor(s) to be used on this Project to the City of Waterloo by 5:00 p.m. the business day following the day Bids on this Project are due along with the Non -Collusion Affidavits of All Subcontractor(s). ADDENDUM 4 - FORM OF BID CONTRACT NO. 1123 Page 8 of 9 The Contractor shall submit information on subcontractors on "SUBCONTRACTOR REQUEST AND APPROVAL" Form to be provided by City prior to approval of contract. The subcontractors listed on this proposal and/or submitted to the Contract Compliance Officer cannot be changed except for the following reasons: 1) The City of Waterloo does not approve the subcontractors. 2) The subcontractors submit in writing that they cannot fulfill their subcontracts. 11. The bidder has filled in all blanks on this proposal. Those blanks not applicable are marked "none" or "NA" 12. The bidder has attached all applicable forms. 13. The Owner reserves the right to select alternates, delete line items, and/or to reduce quantities prior to the award of a contract due to budgetary limitations. B lJ�Aitf7 Coh4radLM (Name of Biddgr) (Da Title re$, ithel thy. Official Address: (Including Zip Code): 13zS�a;► \Aidy ece-ciar 81) Co6 I.R.S. No. 1"IZ � �l Z%y/7 3 t e'f /2/Zl, ADDENDUM 4 - FORM OF BID CONTRACT NO. 1123 Page 9 of 9 HUNTINGTON RD AND KATOSKI DR RECONSTRUCTION PROJECT, CONTRACT NO.1123 1 ROADWAY CONSTRUCTION ITEM BID SPECIFICATION SUPPLEMENTAL. SUDAS *SEE DESCRIPTION UNIT QTY UNIT BID PRICE TOTAL BID PRICE DIVISION 2 - EARTHWORK 2.1 2010-A CLEARING & GRUBBING, UNIT UNIT 609 $ 47.00 $ 28,623.00 2.2 2010-D-1* TOPSOIL, 4 INCHES, ON OR OFF -SITE SY 45,390 $ 3.25 $ 147,517.50 2.3 2010-D-2 TOPSOIL, COMPOST AMENDED, CY 231 $ 88.00 $ 20,328.00 2.4 2010-E EXCAVATION, CLASS 10, ROADWAY & BORROW CY 21,737 $ 9.50 $ 206,501.50 2.5 2010-E EXCAVATION, CLASS 10, WASTE CY 11,925 $ 6.50 $ 77,512.50 2.6 2010-E EMBANKMENT IN PLACE, CONTRACTOR FURNISH CY 13,007 $ 10.00 $ 130,070.00 2.7 2010-G SUBGRADE PREPARATION, 12 IN. SY 41,324 $ 1.35 $ 55,787.40 2.8 2010-J* MODIFIED SUBBASE, 8 IN. SY 43,862 $ 8.00 $ 350,896.00 2.9 2010 K 2 C* REMOVAL, 18 IN. ENTRANCE PIPE, LESS THAN OR EQUAL TO LF 111 $ 28.50 $ 3,163.50 2.10 2010-K-2-C* REMOVAL, CULVERT, 36 IN. LF 368 $ 28.50 $ 10,488.00 2.11 2010-K-2-C* REMOVAL, SUBDRAIN LF 9,470 $ 3.75 $ 35,512.50 SUBTOTAL EARTHWORK = $ 1,066,399.90 DIVISION 4 - SEWERS AND DRAINS 4.1 4020-A-1* STORM SEWER, TRENCHED, RCP, CLASS III, 30 IN. LF 779 $ 140.00 $ 109,060.00 4.2 4020-A-1* STORM SEWER, TRENCHED, RCP, CLASS III, 36 IN. LF 331 $ 155.00 $ 51,305.00 4.3 4020-A-1* STORM SEWER, TRENCHED, RCP, CLASS III, 60 IN. LF 211 $ 330.00 $ 69,630.00 4.4 4020-A-1* STORM SEWER, TRENCHED, RCP, CLASS III, 72 IN. LF 262 $ 400.00 $ 104,800.00 4.5 4020-A-1* STORM SEWER, TRENCHED, RCP, CLASS V, 15 IN. LF 2,774 $ 72.00 $ 199,728.00 4.6 4020-A-1* STORM SEWER, TRENCHED, RCP, CLASS V, 18 IN. LF 884 $ 81.00 $ 71,604.00 4.7 4020-A-1* STORM SEWER, TRENCHED, RCP, CLASS V, 24 IN. LF 155 $ 97.50 $ 15,112.50 4.8 4020 D REMOVE TO 36 IN. STORM SEWER PIPE, LESS THAN OR EQUAL LF 2,325 $ 29.00 $ 67,425.00 4.9 4020-D REMOVE STORM SEWER PIPE, GREATER THAN 36 IN. LF 202 $ 41.00 $ 8,282.00 4.10 4030-A* PIPE CULVERT, CONCRETE, 12 IN. DIA. LF 40 $ 72.50 $ 2,900.00 4.11 4030-B* APRON, CONCRETE, 12 IN. DIA. EA 2 $ 2,000.00 $ 4,000.00 4.12 4030-B* APRON, CONCRETE, 15 IN. DIA. EA 2 $ 2,250.00 $ 4,500.00 4.13 4030-B* APRON, CONCRETE, 30 IN. DIA. EA 1 $ 6,000.00 $ 6,000.00 4.14 4030-B* APRON, CONCRETE, 36 IN. DIA. EA 3 $ 7,000.00 $ 21,000.00 4.15 4030-B* APRON, CONCRETE, 72 IN. DIA. EA 1 $ 14,500.00 $ 14,500.00 4.16 4040-A* SUBDRAIN, 6" HDPE, CASE B, TYPE 1 LF 14,928 $ 11.50 $ 171,672.00 4.17 4040-A* SUBDRAIN, 6" CORRUGATED PE, CASE B, TYPE 1 LF 880 $ 11.60 $ 10,208.00 4.18 4040-C-1 SUBDRAIN CLEANOUT, TYPE A-1 EA 34 $ 800.00 $ 27,200.00 4.19 4040-C-1 SUBDRAIN CLEANOUT, TYPE B EA 4 $ 1,900.00 $ 7,600.00 4.20 4040-D-1* SUBDRAIN OUTLETS AND CONNECTIONS EA 150 $ 310.00 $ 46,500.00 4.21 SPECIAL FIELD DIAMETER TILE REPAIR AND FITTINGS, PVC, UNSPECIFIED LF 250 $ 16.00 $ 4,000.00 SUBTOTAL SEWERS AND DRAINS = $ 1,017,026.50 DIVISION 5 - WATER MAIN AND APPURTENANCES 5.1 5020-C REMOVE AND REINSTALL FIRE HYDRANT ASSEMBLY EA 2 $ 3,000.00 $ 6,000.00 5.2 5020-G VALVE BOX EXTENSION EA 3 $ 1,000.00 $ 3,000.00 5.3 5020-H VALVE BOX REPLACEMENT EA 8 $ 1,200.00 $ 9,600.00 I SUBTOTAL WATER MAIN AND APPURTENANCES = $ 18,600.00 DIVISION 6 - STRUCTURES FOR SANITARY AND STORM SEWERS 6.1 6010-A* MANHOLE, STORM SEWER, SW-401, 48 IN. EA 2 $ 4,000.00 $ 8,000.00 6.2 6010-A* MANHOLE, STORM SEWER, SW-401, 60 IN. EA 2 $ 5,600.00 $ 11,200.00 6.3 6010-A* MANHOLE, STORM SEWER, SW-401, 72 IN. EA 1 $ 8,000.00 $ 8,000.00 6.4 6010-A* MANHOLE, STORM SEWER, SW-401, 96 IN. EA 3 $ 16,000.00 $ 48,000.00 6.5 6010-A* MANHOLE, STORM SEWER, SW-403, 9' x 9' EA 1 $ 20,000.00 $ 20,000.00 6.6 6010-B INTAKE, SW-505, DOUBLE GRATE EA 55 $ 6,200.00 $ 341,000.00 6.7 6010-B INTAKE, SW-505, DOUBLE GRATE, MODIFIED EA 3 $ 11,000.00 $ 33,000.00 6.8 6010-B INTAKE, SW-506, DOUBLE GRATE EA 10 $ 10,500.00 $ 105,000.00 6.9 6010-B INTAKE, SW-512, 24 IN. EA 1 $ 3,500.00 $ 3,500.00 6.10 6010-B* INTAKE, SW-516, DOUBLE GRATE W/ MANHOLE EA 3 $ 12,500.00 $ 37,500.00 6.11 6010 B* INTAKE, MOD SW-516, 1 DOUBLE GRATE W/ MANHOLE, EA 1 $ 16,250.00 $ 16,250.00 6.12 6010 B* INTAKE, MOD SW-516, 2 DOUBLE GRATE W/ MANHOLE, EA 1 $ 21,000.00 $ 21,000.00 6.13 6010E 1* MANHOLE SANITARY ADJUSTMENT, MINOR, STORM OR EA 8 $ 2,000.00 $ 16,000.00 6.14 6010 F 1* MANHOLE SANITARY ADJUSTMENT, MAJOR, STORM OR EA 11 $ 4,000.00 $ 44,000.00 6.15 6010-G-1 CONNECTION TO EXISTING MANHOLE EA 8 $ 3,500.00 $ 28,000.00 6.16 6010-H-1* REMOVE MANHOLE EA 10 $ 900.00 $ 9,000.00 6.17 6010-H-2* REMOVE INTAKE EA 36 $ 950.00 $ 34,200.00 SUBTOTAL STRUCTURES FOR SANITARY AND STORM SEWERS = $ 783,650.00 DIVISION 7 - STREETS AND RELATED WORK 7.1 7010 A* PAVEMENT, AGG., 8 IN. PCC, CLASS C-SUD or C-4WR W/ CLASS 3 SY 35,914 $ 57.10 $ 2,050,689.40 7.2 7010 A* IN., PAVEMENT, COLORED PCC, CLASS C-4WR W/ CLASS 3 AGG., 8 SY 1,094 $ 94.00 $ 102,836.00 7.3 7010 A* IN., PAVEMENT, REINFORCED PCC, CLASS C-4WR W/ CLASS 3 AGG., 8 SY 394 $ 84.00 $ 33,096.00 7.4 7010-G* CONCRETE MEDIAN, 6 IN. SY 2,554 $ 51.90 $ 132,552.60 7.5 7030-A-1 REMOVAL OF SIDEWALK OR SHARED USE PATH SY 2,785 $ 4.50 $ 12,532.50 7.6 7030-A-3 REMOVAL OF DRIVEWAY SY 1,457 $ 4.50 $ 6,556.50 7.7 7030-C SHARED USE PATH, PCC, 6 IN. SY 6,295 $ 41.50 $ 261,242.50 7.8 7030-E* SIDEWALK, PCC, 4 IN. SY 189 $ 50.25 $ 9,497.25 7.9 7030-E* SIDEWALK, PCC, 6 IN. SY 1,660 $ 46.65 $ 77,439.00 7.10 7030-G* DETECTABLE WARNINGS SF 1,170 $ 43.00 $ 50,310.00 7.11 7030-H-1* DRIVEWAY, PAVED, PCC, 6 IN. SY 404 $ 53.95 $ 21,795.80 7.12 7030-H-1* DRIVEWAY, PAVED, PCC, 8 IN. SY 422 $ 60.35 $ 25,467.70 7.13 7030-H-3 GRANULAR DRIVEWAY, SURFACING, 6 IN. CLASS -A CRUSHED STONE, TON 41 $ 40.00 $ 1,640.00 7.14 7040-H PAVEMENT, REMOVAL SY 38,088 $ 4.50 $ 171,396.00 I SUBTOTAL STREETS AND RELATED WORK = $ 2,957,051.25 DIVISION 8 - TRAFFIC CONTROL 8.1 8010-C TRAFFIC SIGNAL REMOVAL LS 1 $ 32,500.00 $ 32,500.00 8.2 8020-C* PAINTED PAVEMENT MARKINGS, DURABLE STA 253.76 $ 125.00 $ 31,720.00 8.3 8020-H* PRECUT SYMBOLS AND LEGENDS EA 25 $ 550.00 $ 13,750.00 8.4 8030-A* TEMPORARY TRAFFIC CONTROL LS 1 $ 24,000.00 $ 24,000.00 8.5 8040-B TRAFFIC SIGNS SF 602.65 $ 18.00 $ 10,847.70 8.6 8040-D PERFORATED SQUARE STEEL TUBE POSTS LF 1,152.5 $ 18.00 $ 20,745.00 8.7 8040-G SOIL PERFORATED SQUARE STEEL TUBE POST ANCHORS EA 72 $ 100.00 $ 7,200.00 8.8 8040-G PERFORATED CONCRETE SQUARE STEEL TUBE POST ANCHORS, EA 39 $ 200.00 $ 7,800.00 8.9 8040-1 REMOVE AND REINSTALL TRAFFIC SIGNS EA 2 $ 250.00 $ 500.00 8.10 SPECIAL REMOVAL OF SIGNS EA 53 $ 75.00 $ 3,975.00 8.11 SPECIAL TEMPORARY ACCESS INFORMATION SIGN EA 30 $ 100.00 $ 3,000.00 8.12 SPECIAL RECTANGULAR RAPID FLASHING BEACONS (RRFB) LS 9 $ 21,500.00 $ 193,500.00 8.13 SPECIAL PORTABLE DYNAMIC MESSAGE SIGNS CDAY 126 $ 100.00 $ 12,600.00 8.14 SPECIAL TEMPORARY BARRIER RAIL, CONCRETE LF 50 $ 50.00 $ 2,500.00 SUBTOTAL TRAFFIC SIGNALS AND TRAFFIC CONTROL = $ 364,637.70 DIVISION 9 - SITE WORK AND LANDSCAPING 9.1 9010-B* HYDRAULIC (PERM. LAWN SEEDING, MIX.) FERT. & MULCH., TYPE 1 SY 36,935 $ 0.82 $ 30,286.70 9.2 9010 B* HYDRAULIC (URBAN TEMP. SEEDING, EROS. FERT. & MULCH., CONTROL MIX.) TYPE 4 SY 36,935 $ 0.10 $ 3,693.50 9.3 9020-A SOD, FESCUE SY 1,492 $ 7.00 $ 10,444.00 9.4 9030-A PLANTS, PERINNIALS, CONTAINERIZED EA 448 $ 16.25 $ 7,280.00 9.5 9030 A PLANTS, BURLAPPED UNDERSTORY TREES, BALLED AND EA 16 $ 652.00 $ 10,432.00 9.6 9030-A PLANTS, OVERSTORY TREES, BALLED AND BURLAPPED EA 91 $ 687.00 $ 62,517.00 9.7 9030-A PLANTS, EVERGREEN TREES, BALLED AND BURLAPPED EA 6 $ 832.00 $ 4,992.00 9.8 9040-D-1 FILTER SOCKS, 9 IN. LF 21,068 $ 1.50 $ 31,602.00 9.9 9040-D-2 FILTER SOCKS, REMOVAL LF 21,068 $ 0.01 $ 210.68 9.10 9040-J RIP RAP, CLASS E TON 335.6 $ 55.00 $ 18,458.00 9.11 9040-N-1 SILT FENCE OR SILT FENCE DITCH CHECK LF 4,970 $ 1.50 $ 7,455.00 9.12 9040 N 2 SILT OF SEDIMENT FENCE OR SILT FENCE DITCH CHECK, REMOVAL LE 4,970 $ 0.50 $ 2,485.00 9.13 9040 N 3 SILT OF DEVICE FENCE OR SILT FENCE DITCH CHECK, REMOVAL LF 4,970 $ 0.01 $ 49.70 9.14 9040-0-2 TRACK -OUT CONTROL TON 72 $ 43.00 $ 3,096.00 9.15 9040 T 1* INLET DROP PROTECTION IN DEVICE, INTERMEDIATE AND EA 147 $ 85.00 $ 12,495.00 9.16 9040-T-2* INLET PROTECTION DEVICE, MAINTENANCE EA 147 $ 0.01 $ 1.47 9.17 9060 D REMOVAL CHAIN LINK AND REINSTALLATION OF EXISTING FENCE, LF 56 $ 80.00 $ 4,480.00 SUBTOTAL SITE WORK AND LANDSCAPING = $ 209,978.05 DIVISION 11 - MISCELLANEOUS 11.1 11010-A CONSTRUCTION SURVEY LS 1 $ 60,000.00 $ 60,000.00 11.2 11020-A MOBILIZATION LS 1 $ 360,000.00 $ 360,000.00 11.3 11030-A MAINTENANCE OF POSTAL SERVICE LS 1 $ 8,000.00 $ 8,000.00 11.4 11030-B MAINTENANCE OF SOLID WASTE COLLECTION LS 1 $ 8,000.00 $ 8,000.00 11.5 11040-B TEMPORARY GRANULAR SIDEWALK SY 268 $ 13.50 $ 3,618.00 11.6 11050-A CONCRETE WASHOUT LS 1 $ 6,000.00 $ 6,000.00 11.7 SPECIAL LIMESTONE BLOCKS, 12 IN. X 12 IN. LF 588 $ 55.00 $ 32,340.00 11.8 SPECIAL LIMESTONE EDGING, 4 IN. X 4 IN. LF 199 $ 13.00 $ 2,587.00 11.9 SPECIAL TRAP ROCK, 1-4 INCH SIZE TON 18.8 $ 228.00 $ 4,286.40 11.10 SPECIAL MULCH, DEPTH DOUBLE SHREDDED HARDWOOD, 3 IN. CY 44 $ 155.50 $ 6,842.00 11.11 SPECIAL STREET LIGHTED SIGNAGE, CORTEN ACRYLIC LETTERS STEEL, INTEGRALLY LF 50 $ 2,708.00 $ 135,400.00 11.12 SPECIAL MONUMENT LIGHTED SIGNAGE, ACRYLIC LETTERS CORTEN STEEL, INTEGRALLY LF 62 $ 3,062.00 $ 189,844.00 11.13 SPECIAL LOGO SIGNAGE, ACRYLIC CORTEN STEEL, BACKER BOARD WATERJET CUTOUT, LF 19 $ 2,866.00 $ 54,454.00 11.14 SPECIAL GRADE CENTER MOUNTED PEDESTAL ELECTRICAL METER, MAIN LOAD EA 4 $ 3,000.00 $ 12,000.00 11.15 SPECIAL CONDUIT, METALLIC, BELOW 1 INCH GRADE SCHEDULE DIA. 40 NON LF 500 $ 5.00 $ 2,500.00 11.16 SPECIAL CONDUIT, METALLIC, BELOW 3/4 INCH GRADE SCHEDULE DIA. 40 NON LF 200 $ 4.75 $ 950.00 11.17 SPECIAL CONDUCTORS, METER/MAIN #8 PEDESTAL AWG CU THWN-2, TO PULL BOX FROM LE 1,800 $ 1.50 $ 2,700.00 11.18 SPECIAL CONDUCTORS, BOX TO SIGN ##10 AWG CU THWN-2, FROM PULL LF 600 $ 1.25 $ 750.00 11.19 SPECIAL POLYMER BOTTOM / CONCRETE PULL AND BELOW JUNCTION GRADE BOX OPEN EA 13 $ 1,000.00 $ 13,000.00 11.20 SPECIAL METER BUTTON / MAIN LOAD CENTER PHOTOCONTROL PEDESTAL MOUNTED EA 4 $ 175.00 $ 700.00 11.21 SPECIAL METER ELECTRICALLY / MAIN LOAD HELD OPEN CENTER PEDESTAL MOUNTED EA 4 $ 450.00 $ 1,800.00 TYPE CONTACTOR 11.22 SPECIAL F1 SIGNAGE MISC. WIRING LED STRIPS, COMPONENTS CHANNELS, LENSES AND LF 35 $ 1,650.00 $ 57,750.00 11.23 SPECIAL F1 SIGNAGE SUPPLY 120VAC/24VDC DIMMING POWER EA 6 $ 200.00 $ 1,200.00 11.24 SPECIAL F1 SIGNAGE CONTROLLER 120/277V WITH 0-10V WALLBOX MOUNTED DIMMING EA 6 $ 450.00 $ 2,700.00 11.25 SPECIAL WEATHER DEVICE TIGHT BOX, 2-5/8 INCH COVER, AND DEEP SINGLE GANG EA 13 $ 200.00 $ 2,600.00 MISC. FITTINGS 11.26 SPECIAL BENCH EA 1 $ 3,705.00 $ 3,705.00 11.27 SPECIAL BIKE RACK EA 1 $ 1,463.00 $ 1,463.00 11.28 SPECIAL RECEPTICLE EA 1 $ 3,349.00 $ 3,349.00 LITTER SUBTOTAL MISCELLANEOUS = $ 978,538.40 DIVISION 12 - STRUCTURES 12.1 2401-6750001 REMOVALS, AS PER PLAN LS 1 $ 10,750.00 $ 10,750.00 12.2 2402-0425031 GRANULAR BACKFILL TON 276 $ 35.00 $ 9,660.00 12.3 2402-0425040 FLOODED BACKFILL CY 433 $ 50.00 $ 21,650.00 12.4 2402-2720000 EXCAVATION, CLASS 20 CY 2,522 $ 12.50 $ 31,525.00 12.5 2402-3825025 GRANULAR MATERIAL FOR BLANKET CY 679 $ 57.50 $ 39,042.50 12.6 2403-0100000 STRUCTURAL CONCRETE (MISCELLANEOUS) CY 29.5 $ 1,125.00 $ 33,187.50 12.7 2403-0100020 STRUCTURAL CONCRETE (RCB CULVERT) CY 35.6 $ 1,500.00 $ 53,400.00 12.8 2404-7775000 REINFORCING STEEL LB 9,408 $ 4.10 $ 38,572.80 12.9 2415-2111204 PRECAST CONCRETE BOX CULVERT, 12 FT. X 4 FT. LF 170 $ 855.00 $ 145,350.00 12.10 2415-2201204 PRECAST SECTION, CONCRETE 12 BOX FT. X 4 FT. CULVERT STRAIGHT END EACH 2 $ 15,250.00 $ 30,500.00 12.11 2418-0000010 TEMPORARY STREAM DIVERSION EACH 2 $ 2,600.00 $ 5,200.00 12.12 2507-8029000 EROSION STONE TON 33.8 $ 42.50 $ 1,436.50 12.13 2519-1001000 FENCE, CHAIN LINK, VINYL COATED LF 152 $ 190.00 $ 28,880.00 12.14 2599-9999020 GRANULAR BEDDING TON 91 $ 42.50 $ 3,867.50 SUBTOTAL STRUCTURES = $ 453,021.80 TOTAL BID = $ 7,848,903.60 Joe Owen, President NON -COLLUSION AFFIDAVIT OF PRIME BIDDER State of County of ?let {lk ) e. W eh )ss , being first duly sworn, deposes and says that: 1 He is `O net Partner •fficerP- Re•resentative or A•ent , of �2cv,en de&ctroz-h,91 Zh c • , 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; 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) ,ems 'Vres% c% 1 Title Subscribed and sworn to before me this I 1 day of 1Yiarer, 202(9 N o-kar Title My commission expires 2 2 ~ Z COLLEEN A LILLY COMMISSION NO. 834605 MY„CO (MISSION EXPIRES Bidder Status Form Part A To be completed by all bidders Please answer "Yes" or "No" for each of the following: 0 Yes O No Yes 0 No et/Ye No a -Yes 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: Way / 2-3 to 403 / l 2- / G Address* i 3 z - W a 1 / a Y City, State, Zip. Cedar % al? TI 52)4 ! 3 Dates: / / to / / Address. City, State, Zip: Dates: / / to / / Address. You may attach additional sheet(s) if needed. City, State, Zip* Dates: =� / 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 0 force preferences or any other type of preference to bidders or laborers? Yes 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. W�h Cdra4;hq, frML Firm Name: Signature. ci Date: 0 / -2 2 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. 0 Yes ONo Yes 0 Yes ©No �<esONo QYes QNo cYesQNo EYesQ No Yes Yes 0 Yes CDYes No 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) BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, Owen Contracting, Inc. as Principal, and United Fire & Casualty Company , as Surety, are held and firmly bound unto the CITY OF WATERLOO , Iowa, hereinafter called "OWNER." In the penal sum Five Percent of 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 12th day of March , 20 26 , for Huntington Road & Katoski Drive Reconstruction Project Contract No. 1129 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 12th day of March , A.D. 20 26 . Witness Joseph I. Schmit, Vice President By Witness Courtney Meyer, Sr. Bonds Account CoordinatorJuliana Owen Contracting, Inc. Principal By United Fire & Casualty Company (Seal) urety artlett, Attorney -in -fact (Seal) BID BOND Page 1 of 1 ufg INSURANCE UNITED FIRE & CASUALTY COMPANY, CEDAR RAPIDS, IA UNITED FIRE & INDEMNITY COMPANY, WEBSTER, TX FINANCIAL PACIFIC INSURANCE COMPANY, LOS ANGELES, CA CERTIFIED COPY OF POWER OF ATTORNEY (original on file at Home Office of Company — See Certification) I nqu iries: Surety Department 118 Second Ave SE Cedar Rapids, IA 52401 KNOW ALL PERSONS BY THESE PRESENTS, That United Fire & Casualty Company, a corporation duly organized and existing under the laws of the State of Iciwa; 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, KAREN S. HARTSON, LAUREN MOSER, ERIC DESOUSA, STACY L. PAISLEY, EACH INDIVIDUALLY their true and lawful Attorneys) -in -Fact with power and authority hereby conferred to sign, seal and execute in its behalf all lawful bonds, undertakings and other obligatory instntments of similar nature provided that no single obligation shall exceed $100, 000, 000.00 and to bind the Companies thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of the Companies and all of the acts of said Attorney, pursuant to the authority hereby given and hereby ratified and confirmed. The Authority hereby granted is continuous and shall remain in full force and effect until revoked by United Fire & Casualty Company, United Fire & Indemnity Company, and Financial Pacific Insurance Company. 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 Financial Pacific Insurance Company. "AI•tteie 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 attomeys-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 instruments 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. ````a�• s CAS tlit . -. CORPORATE. a -' z —•— 47 iSEAL r % ''''* l RAi uW0`‘��`. vat State of Iowa, County of Linn, ss: 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 UNITED FIRE & INDEMNITY COMPANY FINANCIAL PACIFIC INSURANCE COMPANY By:a./G Vice President 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 instnunent; 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 same to be the act and deed of said corporations. Judith A. Jones Iowa Notarial Seal Commission number 173041 My Commission Expires 04/23/2027 Notary Public My commission expires: 04/23/2027 I, Maly A.13eitsch, Assistant Secretary of United Fire & Casualty Company and Assistant Secretary of United Fire & indemmity Company, and Assistant Secretary of Financial Pacific Insurance Company, do hereby certify that I have compared the foregoing copy of the Power of Attorney and affidavit, and the copy of the Section of the bylaws and resolutions of said Corporations as set forth in said Power of Attorney, with the ORIGINALS ON FILE IN THE IIOME 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 has not been revoked and is now in full force and effect. In testimony whereof 1 have hereunto subscribed my name and affixed the corporate seal of the said Corporations this 12th day of 't% �o Via. 4 �. March ,20 26 By: Birtaeju Assistant Secretary, tJF&C & OF&i & FPIC BPOA0049 1217