HomeMy WebLinkAboutRicklefs Excavating Ltd.Excavating, Ltd.
3uffalo Rd.
sa, IA 52205
liarW ;E +(It]
2017 •--?=.0:3f:
Bid Security
FY 2017 Flood Control Gatewell Repairs
City of Waterloo, Iowa
Contract No. 918
Fs Excavating, Ltd.
Buffalo Rd.
osa, IA 52205
020V?
Proposal
FY 2017 Flood Control Gatewell Repairs
City of Waterloo, Iowa
Contract No. 918
a
g
BID BOND
KNOW ALL MEN BY THESE PRESENTS, that we, Ricklefs Excavating Ltd 12536 Buffalo Road, Anamosa IA 52205
as Principal, and United Fire & Casualty Company 118 Second Avenue SE, PO Box 73909, Cedar Rapids IA 52407-3909
as Surety are held and firmly bound unto the CITY OF WATERLOO , towa, hereinafter called
"OWNER." In the penal sum Five Percent of Amount Bid
Dollars ($ 5% ) 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 20th day of April
20 17 , for FY 2017 Flood Control Gatewell Repairs
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 pres-
ents to be signed by their proper officers this 20th day of April , A.D. 2017.
Witness
Ricklefs Excavating Ltd
Principal
By
(Title)
United Fire & Casualty Compan
Surety
By
(Seal)
(Seal)
Attorney-in-fac
Cassandra J. Daley Attorney In
BID BOND CONTRACT NO. 918
AECOM 1160516781
BB -1 of 1
FY 2017 -Flood Control Gatewell Repairs
UNITED FIRE & CASUALTY COMPANY, CEDAR RAPIDS, IA Inquiries: Surety Department
UNITED FIRE & INDEMNITY COMPANY, WEBSTER, TX 118 Second Ave SE
FINANCIAL PACIFIC INSURANCE COMPANY, ROCKLIN, CA Cedar Rapids, IA 52401
CERTIFIED COPY OF POWER OF ATTORNEY
(original on file at Home Office of Company — See Certification)
KNOW ALL PERSONS BY THESE PRESENTS, That UNITED FIRE & CASUALTY COMPANY, a corporation duly organized and existing under
the laws of the State of Iowa; UNITED FIRE & INDEMNITY COMPANY, a corporation duly organized and existing under the laws of the State of
Texas; and FINANCIAL PACIFIC INSURANCE COMPANY, a corporation duly organized and existing under the laws of the State of California
(herein collectively called the Companies), and having their corporate headquarters in Cedar Rapids, State of Iowa, does make, constitute and appoint
TIMOTHY J. GASSMANN, KEVIN S. MEASE, CASSANDRA J. DALEY, JENNIFER J. FREYMARK, TRACI A. LYONS, EACH
INDIVIDUALLY of CEDAR RAPIDS IA
their true and lawful Attorney(s)-in-Fact with power and authority hereby conferred to sign, seal and execute in its behalf all lawful bonds, undertakings
and other obligatory instruments of similar nature provided that no single obligation shall exceed $20 , 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 shall expire the 6th day of November, 2017 unless sooner 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 on May 15, 2013, by the Boards of
Directors of UNITED FIRE & CASUALTY COMPANY, UNITED FIRE & INDEMNITY COMPANY, and FINANCIAL PACIFIC INSURANCE
COMPANY. "Article VI — Surety Bonds and Undertakings"
Section 2, Appointment of Attorney -in -Fact. "The President or any Vice President, or any other officer of the Companies may, from time to
time, appoint by written certificates attorneys -in -fact to act in behalf of the Companies in the execution of policies of insurance, bonds,
undertakings and other obligatory instruments of like nature. The signature of any officer authorized hereby, and the Corporate seal, may be
affixed by facsimile to any power of attorney or special power of attorney or certification of either authorized hereby; such signature and seal,
when so used, being adopted by the Companies as the original signature of such officer and the original seal of the Companies, to be valid and
binding upon the Companies with the same force and effect as though manually affixed. Such attorneys -in -fact, subject to the limitations set
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 of 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.
001111111140
44�y1T1 61MH,�!'i
,,o111N n,,,,, IN WITNESS WHEREOF, the COMPANIES have each caused these presents to be signed by its
�\F1G,...SUR
' G 154.7 ' vice president and its corporate seal to be hereto affixed this 6t h day of November , 2015
IvLY2$ F2= UNITED FIRE & CASUALTY COMPANY
1966
,. UNITED FIRE & INDEMNITY COMPANY
s,'yFo k. ' FINANCIAL PACIFIC INSURANCE COMPANY
State of Iowa, County of Linn, ss:
By:
L lJf.
Vice President
On 6th day of November, 2015, before me personally came Dennis J. Richmann
to me known, who being by me duly sworn, did depose and say; that he resides in Cedar Rapids, State of Iowa; that he is a Vice President of UNITED
FIRE & CASUALTY COMPANY, a Vice President of UNITED FIRE & INDEMNITY COMPANY, and a Vice President of FINANCIAL PACIFIC
INSURANCE COMPANY the corporations described in and which executed the above instrument; that he 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 he signed his name thereto pursuant to like authority, and acknowledges same to, be the act and deed of said corporations.
Judith A. Davis
Iowa Notarial Seal
Commission number 173041
My Commission Expires 04/23/2018
4
otary Public
My commission expires: 04/23/2018
I, David A. Lange, Secretary. of UNITED FIRE & CASUALTY COMPANY and Assistant Secretary of li' ITED FIRE & INDEMNITY 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 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 has not been revoked and is now in full force and effect.
In testimo,n� whereof I have her unto-sbscribed my name and affixed the corporate seal of the said Corporations
this 1� ,. day of , 20 (7 .
`�\1111111111(/„!! - ` 1t,111Nillflll//I„'
����;„'I gts*,,-\F\GINSURE!
Q •-'61 R4p' • r /J
�� CORPORATE O w CORPORATE. �g U. =GWV 2� FQ Os_ //
—•— z = By: ar/ U
7:... A SEAL .r 7-4, ' 1966 ryas
4 � SEAL' ,04''', : i i v, .% \'''.; • `
norm
01111111/1/x!!
6, CAStAte4:*
BP0A0045 0115
Secretary, UF&C
Assistant Secretary, UF&I/FPIC
FORM OF BID OR PROPOSAL
F.Y. 2017 FLOOD CONTROL GATEWELL REPAIRS
CONTRACT NO. 918
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 TLolcCL-
a Partnership consisting of the following partners: 1\1 I\
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 AECOM 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. 2017 FLOOD CONTROL GATEWELL
REPAIRS, CONTRACT NO. 918, all in accordance with the above -listed documents and for the unit
prices for work in place for the following items and quantities:
F.Y. 2017 FLOOD CONTROL GATEWELL REPAIRS
CONTRAC
11Item
-RNo_ r,
i%.4In
ascription ,,.
, � ,_ _: -,_--
`k°
-(1-..',1Unit
;.,_--;1-,,-
`a`!
Esti„ _
-
rUnri Bid*�_->-
" ", ,
'Price i��
`:: M$ .-
_,{"
T,0-ota1 BldPce
Fu -� -m4;
1
Gatewell A-2
LS
1.0
$ 5 ,CE'•Cc)
$ 1, oc • c >
2
Gatewell B-2
LS
1.0
3
Gatewell C-2
LS
1.0
$ (P ,A`O. co
$ lc , 0.o. oo
4
Gatewell D-2
LS
1.0
$ GI,cco.m
$ LQY(:trio, vo
5
Gatewell T-5
LS1.0
$ tt c,cm CID
$ t-{ £fir loco.crp
TOTAL BID
$
Agq,opo. on
2. It is understood that the quantities set forth are approximate only and subject to variation and that the
unit bid price for the work done shall govern in the actual payment to Contractor.
3. In submitting this bid, the bidder understands that the right is reserved by the City of Waterloo, Iowa,
to reject any or all bids. If written notice of the acceptance of this bid is mailed, telegraphed, or
delivered to the undersigned within thirty (30) days after the opening thereof, or at any time thereafter
before this bid is withdrawn, the undersigned agrees to execute and deliver an agreement in the
prescribed form and furnish the required bond and certificate of the insurance within ten (10) days
after the agreement is presented to him for signature, and start work within ten (10) days after
"Notice to Proceed" is issued.
4. Security in the sum of 11\l. 2eYY'e.Of ok CliY Ou—sti'L- 6i Dollars.
($5/ c( R,1 uiC" ;-i- btci ) in the form of CL. bid bpod , is submitted herewith in
accordance with the INSTRUCTIONS TO BIDDERS.
FORM OF BID CONTRACT NO. 918 FB -1 of 2
AECOM #60516781 FY 2017 -Flood Control Gatewell Repairs
5. Attached hereto is a Non -Collusion Affidavit of Prime Contractor.
6. Attached hereto is a Resident Bidder Certification ( X ), or Non -Resident Bidder Certification
( ). (Mark one.)
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. 1 Date 1-i - l a - I �I
a -I11 1{
10. The bidder shall list the MBENVBE subcontractor(s), amount of subcontracts and bid items on the
City of Waterloo Minority and/or Women Business Pre-bid Contact Information Form submitted with
this Form of Bid or Proposal. The apparent low Bidder shall submit a list of all other Subcontractor(s)
to be used on this Project to the City of Waterloo by 5:00 p.m. the business day following the day
Bids on this Project are due along with the Non-Coliusion 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.
cl�.t �X(Itvc�fil(LL:)('- I
(Name of Bidder) (Date)
BY: -)/,(,l,41 4,11n -6L,'
Title U
Official Address: (Including Zip Code):
dc -)3[) 6t,t
Pnamn, Gado
I.R.S. No. L -i -a,
FORM OF BID CONTRACT NO. 918 FB -2 of 2
AECOM #60516781 FY 2017 -Flood Control Gatewell Repairs
RESIDENT BIDDER CERTIFICATION
CONTRACT NO: `"I 1
PROJECT NAME: rI ecd Contr Gc ttivw �e' xu C'Lj
DATE OF LETTING: L-2.0- t 1 -
To be a qualified resident bidder, the bidder shall be a person or entity authorized to
transact business in this state and having a business for at least three years prior to the
date of the first advertisement for the public improvement. If another state or foreign
country has a more stringent definition of a resident bidder, the more stringent definition
is applicable as to bidders from that state or foreign country.
This qualification as resident bidder shall be maintained by the contractor and his subcontractors at the
work site until this project is completed.
I hereby certify that I am a resident bidder as defined above.
COMPANY NAME VI C `€f . IjJ..r✓ V ( ) 14c1 .
CORPORATE OFFICER j1444 ( Id 1
TITLE
DATE 1-1 "10�
RESIDENT BIDDER CONTRACT NO. 918 RB -2 of 3
AECOM #60516781 FY 2017 -Flood Control Gatewell Repairs
NON -COLLUSION AFFIDAVIT OF PRIME BIDDER
State of
County of ca—ot'\2.S
Sara+) -R
)ss
, being first duly sworn, deposes and says that:
1. He is (Owner, Partner, Officer, Representative, or Agent) , of ale jdi lfah(1 ) L}ci.
, the Bidder that has submitted the attached Bid; `J
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, orparties in interest, including this affiant.
(Signed) 2d
Title
Subscribed and sworn to before me this v-(. F day of F'c f
My commission expires i 1
CII
, 2017.
Title
100
STACEY DECKER
Commission Number 794005
My Commission Expires
(C1
NON -COLLUSION AFFIDAVIT CONTRACT NO. 918 NCA -1 of 2
AECOM #60516781 FY 2017 -Flood Control Gatewell Repairs
MBE/WBE BUSINESS ENTERPRISE
PRE-BID CONTACT INFORMATION FORM
Prime Contractor Name: i C.Or Yfi J 1 . Project:at14 cIIr rxi COntrOl rirrfein)ett Letting Date: LI -dO
Ctt-5) ilia-ec-op, c&-
�
NO MBE/WBE SUBCONTRACTORS: If you are NOT using any MBE/BE subcontractors to complete this project, sign below. Attach a brief
explanation as to why subcontracting was not feasible with this project. If any MBE/WBE subcontractors will be used, please use the bottom
portion of this form.
�I ti
Contractor Signature: /IG --X Title: V - 1 Date: I C }
SUBCONTRACTORS APPLICABLE: You are required, in order for your bid to be considered responsive, to provide the information on this form
showing ALL of your MBE/WBE subcontractor contacts made for your bid submission. This information is subject to verification. Any questions
should be directed to Contract Compliance Office 319-291-4429.
You are required, in order for your bid to be considered responsive, to provide the information on this Form showing your MBE/WBE Business
Enterprise contacts made prior to your bid submission. This information is subject to verifications and confirmation.
If you are unable to identify MBE/WBE firms to perform portions of the work, please contact Louis Starks, Contract Compliance Officer, for
assistance at (319) 291-4429.
In the event it is determined that the MBEIWBE Business Enterprise goals are not met, then before awarding the contract the City of Waterloo will
make a determination as to whether or not the apparent successful low bidder made good faith efforts to meet the goals.
TABLE OF INFORMATION SHOWING BIDDER'S PRE-BID
MBE/WBE BUSINESS ENTERPRISE CONTACTS
Quotes Received Quotation used in bid
MBE/WBE
Subcontractors
Dates
Contacted
Yes/No
Dates
Contacted
Yes/No
Dollar Amount Proposed to
be Subcontracted
acur-Er �.ifc,frt&
14-\---H1
IV 0
1
LIp ;let
14-1-1-1 —
Nt_vn r
cu5c,ennec.+-td
N
Per. icy
are is 1JOork5
Lk -1i--v-1-
l'S o
N,
D\d ar,,,'s \ij orVs
4 -11-11-
(\\, 0
f\.
-1, l rTh n(7 J .
(Form CCO-4) Rev. 06-20-02
MBENVBE PARTICIPATION
AECOM # 60516781
o
CONTRACT NO. 918
M-6 of 6
FY 2017 -Flood Control Gatewell Repairs