HomeMy WebLinkAboutRicklefs Excavating, Ltd.Ricklefs Excavating Ltd
12536 Buffalo Road
Anamosa IA 52205
BID SECURITY
Flow Equalization Facility Overflow
City of Waterloo
Contract No. 880
Ricklefs Excavating Ltd
12536 Buffalo Road
Anamosa IA 52205
BID DOCUMENTS
Flow Equalization Facility Overflow
City of Waterloo
Contract No. 880
FORM OF BID OR PROPOSAL
FLOW EQUALIZATION FACILITY OVERFLOW CONNECTION TO SATELLITE WPCF
CONTRACT NO. 880
CITY OF WATERLOO, IOWA
Honorable Mayor and City Council
Waterloo, Iowa
Gentlemen:
1. The undersigned, being a Corporation existing under the laws of the State of a
Partnership consisting of the following partners:
having familiarized (himself) (themselves) (itself) with the existing conditions on the project area
affecting the cost of the work, and with all the contract documents listed in the Table of Contents and
Addenda (if any), as prepared by the City Engineer of the City of Waterloo now on file in the office of
the City Clerk, City Hall, Waterloo, Iowa, hereby proposes to furnish all supervision, technical
personnel, labor, materials, machinery, tools, appurtenances, equipment, and services, including
utility and transportation services required to construct and complete this FLOW EQUALIZATION
FACILITY OVERFLOW CONNECTION TO SATELLITE WPCF, City Contract No. 880„ all in
accordance with the above -listed documents and for the unit prices for work in place for the following
items and quantities:
FLOW EQUALIZATION FACILITY OVERFLOW CONNECTION TO SATELLITE WPCF
CONTRACT NO. 880
Item
No.
Description
Unit
Estimated
Quantity
Unit Bid
Price
Total Bid
Priect
1
Flow Equalization Facility Overflow
Connection to Satellite WPCF
LS
1.0
$64/3r 700
$66/3:700
TOTAL BID
$ 03, 760
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before this bid is withdrawn, the undersigned agrees to execute and deliver an agreement in the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 ;um of
c
accordance wit the INSTRUCTIONS TO BIDDERS.
5. Attached hereto is a Non -Collusion Affidavit of Prime Contractor.
Dollars ($
is submitted herewith in
6. Attached hereto is a Resident Bidder Certification ( 1% ), or Non -Resident Bidder Certification
( ). (Mark one.)
7 The bidder is prepared to submit a financial and experience statement upon request.
FORM OF BID
AECOM 60336756-2017
FB -1 to 2 Flow Equalization Facility
City Contract No. 880 Overflow Connection to Satellite WPCF
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 (D -Ala -11
0,1-11
a, 3
10. The bidder shall list the MBE/WBE subcontractor(s), amount of subcontracts and bid items on the
City of Waterloo Minority and/or Women Business Pre-bid Contact Information Form submitted with
this Form of Bid or Proposal. The apparent low Bidder shall submit a list of all other Subcontractor(s)
to be used on this Project to the City of Waterloo by 5:00 p.m. the business day following the day
Bids on this Project are due along with the Non -Collusion Affidavits of All Subcontractor(s).
The Contractor shall submit information on subcontractors on "SUBCONTRACTOR REQUEST AND
APPROVAL" Form to be provided by City prior to approval of contract.
The subcontractors listed on this proposal and/or submitted to the Contract Compliance Officer
cannot be changed except for the following reasons:
1) The City of Waterloo does not approve the subcontractors.
2) The subcontractors submit in writing that they cannot fulfill their subcontracts.
11. The bidder has filled in all blanks on this proposal. Those blanks not applicable are marked "none"
or "NA".
12. The bidder has attached all applicable forms.
13. The Owner reserves the right to select alternates, delete line items, and/or to reduce quantities prior
to the award of a contract due to budgetary limitations.
Rr_kkef5 €�c erktime of Ber) (Date)
BY: ?4rL-J Title
Official Address: (Including Zip Code):
1?\331 641)76t0 tl(CA4'
AttettilD, 6).a(25
I.R.S. No.
FORM OF BID
AECOM 60336756-2017
1-10.-i5W//?
FB -2 to 2 Flow Equalization Facility
City Contract No. 880 Overflow Connection to Satellite WPCF
State of
County of
NON -COLLUSION AFFIDAVIT OF PRIME BIDDER
J ait))§
too* K(td
being first duly sworn, deposes and says that:
1 He is (Owner, Partner, Officer, Representative, or Agent) , of
R1 -e_4 ? &au ,4C L` the Bidder that has submitted the attached Bid;
2. He is fully informed respecting the preparation and contents of the attached Bid and of all
pertinent circumstances respecting such Bid;
3. Such Bid is genuine and is not a collusive or sham Bid;
4. Neither the said Bidder nor any of its officers, partners, owners, agents, representatives,
employees, or parties in interest, including this affiant, has in any way colluded, conspired,
connived or agreed, directly or indirectly, with any other Bidder, firm or person to submit a
collusive or sham Bid in connection with the Contract for which the attached Bid has been
submitted or to refrain from bidding in connection with such Contract, or has in any manner,
directly or indirectly, sought by agreement or collusion or communication or conference with any
other Bidder, firm or person to fix the price or prices in the attached Bid or of any other Bidder, or,
to fix any overhead, profit or cost element of the bid price or the bid price of any other Bidder, or to
secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage
against the City of Waterloo, Iowa, or any person interested in the Proposed Contract; and
5. The price or prices quoted in the attached Bid are fair and proper and are not tainted by any
collusion, conspiracy, connivance or unlawful agreement on the part of the Bidder or any of its
agents, representatives, owners, employees, or parties in interest, including this affiant.
(Signed) )�'l•!/(,4ti11 �`Lt,c,��.
v P
Title
Subscribed and sworn to before me this ;41" day of 1M19-eAlther
kadit et/A
Title
My commission expires
NON -COLLUSION AFFIDAVITS-
AECOM 60336756-2017
solo
CINDY BEHRENDS
Commission Number 105939
My Commission Expires
, 201q.
NCA -1 of 2 flow Equalization Facility
City Contract No. 880 Overflow Connection to Satellite WPCF
CONTRACT NO:
PROJECT NAME:
DATE OF LETTING:
RESIDENT BIDDER CERTIFICATION
citui 4tolit7a-kem Coarki toeNgu-29
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 PN\ � .0.Octt*S
CORPORATE OFFICER �iCLJtt
V'P`
TITLE
DATE
RESIDENT BIDDER
AECOM 60336756-2017
RB -1 of 3 Flow Equalization Facility
City Contract No. 880 Overflow Connectiont of Satellite WPCF
MBEIWBE BUSINESS.ENTERPRISE
PRE-BID CONTACT INFORMATION FORM
Prime Contractor Name: P c k4\ .,,(t 1 Project: 11c;Gt " 6� ` etting Date: l CJ -7
G
NO MBEIWBE SUBCONTRACTORS: If you are NOT using any MBENVBE subcontractors to complete this project, sign below. Attach a brief explanation as to
why subcontracting was not feasible with this project. If any MBENVBE subcontractors will be used, please use the bottom portion of this form.
Contractor Signature: Title:
V•
Date:
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 MBENVBE 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 MBENVBE Business Enterprise contacts
made prior to your bid submission. This information is subject to verifications and confirmation.
If you are unable to identify MBENVBE 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 MBENVBE 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
MBEIWBE BUSINESS ENTERPRISE CONTACTS
Quotes Received Quotation used in bid
(Form
MBE/WBE
Subcontractors
Dates
Contacted
yes/No
Dates
Contacted
Yes/No
Dollar Amount Proposed to
be Subcontracted
6b -P -Zi
1,C•30-17
OA e
���� 1�
L�
ce-A-1-17
ao
IIJA
it.±t,ic.
6419
161,7-13
no
lb•3-747
140
11)11-
UJ
.41446
(Form CCO-4) Rev. 06-20-02
MBEIWBE Business Enterprise Pre -Bid Contact
AECOM 60336757-2017
M-6 of 6
City Contract No. 880
Flow Equalization Facility
Overflow Connection to Satellite WPCF
Attachment 1
SRF Required Front -End Specifications
(This form must be completed and signed by Prime Contractor and
submitted with the bid.)
U.S. Environmental Protection Agency
Certification of Non -Segregated Facilities
(Applicable to contracts, subcontracts, and agreements with applicants who are themselves
performing Federally assisted construction contracts, exceeding $10,000 which are not exempt
from the provisions of the Equal Opportunity clause.)
By the submission of this bid, the bidder, offeror, applicant, or subcontractor certifies that
he does not maintain or provide for his employees any segregated facilities at any of his
establishments, and that he does not permit his employees to perform their services at any
location, under his control, where segregated facilities are maintained. He certifies further that
he will not maintain or provide for his employees any segregated facilities at any of his
establishments, and that he will not permit his employees to perform their services at any
location, under his control, where segregated facilities are maintained. The bidder, offeror,
applicant, or subcontractor agrees that a breach of this certification is a violation of the Equal
Opportunity clause in this contract. As used in this certification, the term "segregated facilities"
means any waiting rooms, work areas, restrooms and washrooms, restaurants and other eating
areas, time clocks, locker rooms and other storage or dressing areas, parking lots, drinking
fountains, recreation or entertainment areas, transportation, and housing facilities provided for
employees which are segregated by explicit directive or are in fact segregated on the basis of
race, creed, color, or national original, because of habit, local custom, or otherwise. He further
agrees that (except where he has obtained identical certifications from proposed subcontractors
for specific time periods) he will obtain identical certifications from proposed subcontractors prior
to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of
the Equal Opportunity clause; that he will retain such certifications in his files; and that he will
forward the following notice to such proposed subcontractors (except where the proposed
subcontractors have submitted identical certifications for specific time periods):
NOTICE TO PROSPECTIVE SUBCONTRACTORS OF REQUIREMENT FOR
CERTIFICATIONS OF NON -SEGREGATED FACILITIES
A Certification of Non -segregated Facilities, as required by the May 9, 1967, order (33
F.R. 7808, May 28, 1968) on Elimination of Segregated Facilities, by the Secretary of Labor,
must be submitted prior to the award of a subcontract exceeding $10,000 which is not exempt
from the provisions of the Equal Opportunity clause. The certification may be submitted either
for each subcontract or for all subcontracts during a period (i.e., quarterly, semiannually, or
annually).
j(Va-
SignatureVAP,X11 i.0 V( lJ�� � �
Name and Title of Signer (Please Type)
Date
NOTE: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001.
EPA -7 5720-4.2
SRF -2 May 2015
Attachment 2
SRF Required Front -End Specifications
(This form must be completed and signed by the Prime Contractor and
submitted with the bid.)
Debarments and Suspensions
Any bidder or equipment supplier whose firm or affiliate is listed in on the U.S. General Services
Administration Excluded Parties List System web site at http://www.epls.ciov/ will be prohibited
from the bidding process. Anyone submitting a bid who is listed on this web site will be
determined to be a non-responsive bidder in accordance with 40 CFR Part 31.
United States Environmental Protection Agency Washington, DC 20460
Certification Regarding Debarment, Suspension, and
Other Responsibility Matters
The prospective participant certifies to the best of its knowledge and belief that it and the
principals:
(a) Are not presently debarred, suspended, proposed for debarment, declared ineligible,
or voluntarily excluded from covered transactions by any Federal department or
agency;
(b) Have not within a three year period preceding this proposal been convicted of or had a
civil judgment rendered against them for commission o f fraud or a criminal offense in
connection with obtaining, attempting to obtain, or performing a public (Federal, State,
or local) transaction or contract under a public transaction: violation of Federal or
State antitrust statutes or commission of embezzlement, theft, forgery, bribery,
falsification or destruction of records, making false statements, or receiving stolen
property;
(c) Are not presently indicted for otherwise criminally or civilly charged by a government
entity (Federal, State, or local) with commission of any of the offenses enumerated in
paragraph (1) (b) of this certification; and
(d) Have not within a three-year period preceding this application/proposal had one or
more public transaction s (Federal, State, or local) terminated or cause or default.
I understand that a false statement on this certification may be ground for rejection of this
proposal or termination of the award. In addition, under 18 U SC Sec. 10 01, a false statement
ma y result in a fine of up to $10,000 or imprisonment for up to 5 years, or both.
5011 ktekt4
Typed Name & Title of Authorized Representative
Signature of Authorized Representative
Date
❑ I am unable to certify to the above statements. My explanation is attached.
EPA Form 5700-49 (11-88)
SRF -3 May 2015
Attachment 3
SRF Required Front -End Specifications
(This form must be completed and signed by Prime Contractor and
submitted with the bid)
Disadvantaged Business Enterprise (DBE) Solicitation
It is EPA's policy that recipients of EPA financial assistance through the State Revolving Fund
programs award a "fair share" of subagreements to small, minority and women -owned
businesses, collectively know as Disadvantaged Business Enterprises (DBEs). Iowa's Fair
Share goals are:
Only work performed by certified DBEs can be counted toward the goals. In Iowa, DBEs must
be certified through the Iowa Department of Transportation (IDOT). Information on certification
requirements and a list of certified DBEs is on the IDOT website at
http://www.iowadot.gov/contracts/contracts eeoaa.htm.
Prime contractors' DBE requirements for SRF projects include:
• Taking affirmative steps for DBE participation
• Documenting the efforts and the proposed utilization of certified DBEs
PROJECT INFORMATION
SRF Applicant:
Minority -Owned Business
Enterprise (MBE) Goal
Women -Owned Business
Enterprise (VVBE) Goal
Construction
1.7%
2.2%
Supplies
0.6%
5.6%
Services
2.5%
11.3%
Goods/Equipment
2.5%
10.4%
Average
1.8%
7.4%
Only work performed by certified DBEs can be counted toward the goals. In Iowa, DBEs must
be certified through the Iowa Department of Transportation (IDOT). Information on certification
requirements and a list of certified DBEs is on the IDOT website at
http://www.iowadot.gov/contracts/contracts eeoaa.htm.
Prime contractors' DBE requirements for SRF projects include:
• Taking affirmative steps for DBE participation
• Documenting the efforts and the proposed utilization of certified DBEs
PROJECT INFORMATION
SRF Applicant:
Bidder:
61� G `tc, , `,
��C 111
{
Address:
r 96h La ilia Alban xt :TA ,
6
Contact Person:
ktc 1
Signature:
ai r
Phone Number:
f _3, j tA
E -Mail Address:
,, f .
Check if Prime Contractor is: Minority -Owned ❑ Women -Owned
SRF -4
May 2015
OMB Control No: 2090-0030
Approved 8/13/2013
Approval Expires 8/31/2015
United States Environmental Protection Agency Disadvantaged Business Enterprise Program
DBE Subcontractor Utilization Form
I certify under penalty of perjury that the forgoing statements are true and correct. Signing this form does not signify a
commitment to utilize the subcontractors above. I am aware of that in the event of a replacement of a subcontractor, I will
adhere to the replacement requirements set forth in 40 CFR Part 33 Section 33.302 (c).
Prime Contractor Signature
Print Name
Title
oratit kt-64ePJ
Date
vP.
1141a -r7
The public reporting and recordkeeping burden for this collection of information is estimated to average three (3) hours
per response. Send comments on the Agency's need for this information, the accuracy of the provided burden estimates,
and any suggested methods for minimizing respondent burden, including through the use of automated collection
techniques to the Director, Collection Strategies Division, U.S. Environmental Protection Agency (2822T), 1200
Pennsylvania Ave., NW, Washington, D.C. 20460. Include the OMB control number in any correspondence. Do not send
the completed form to this address.
EPA Form 6100-4 (DBE Subcontractor Utilization Form) — Page 2
SRF -10 May 2015
Attachment 4
SRF Required Front -End Specifications
(This form must be completed and signed by Prime and DBE Subcontractor
for each subcontract and submitted with the bid.)
OMB Control No: 2090-0030
Approved 8/13/2013
Approval Expires 8/31/2015
United States Environmental Protection Agency Disadvantaged Business Enterprise Program
DBE Subcontractor Performance Form
This form is intended to capture the DBE1 subcontractor's2 description of work to be performed and the price of the work
submitted to the prime contractor. An EPA Financial Assistance Agreement recipient must require its prime contractor to
have its DBE subcontractors complete this form and include all completed forms in the prime contractors bid or proposal
package.
Subcontractor Name
/Pject Name
�roje^ .I -.I cat ut-helil %,itei•if
Bid/Proposal No.
Assistance Agreement ID No.
(if known)
Point of Contact
Address
Telephone No.
Email Address
Prim��e��C1?��o//ntraaccttorr,,/Name
Rk\ l� l�s"J &v/-
Issuing/Funding Entity
ContractItem
Number
Description of Work Submitted to the Prime Contractor Involving
Construction, Services, Equipment or Supplies
Price of Work Submitted to
the Prime Contractor
r\4 Dt Lbeci9
DBE Certified by DOT SBA
Meets/exceeds EPA certification standards?
YES NO Unknown
Other:
1A DBE is a Disadvantaged, Minority, or Woman Business Enterprise that has been certified by an entity from which EPA accepts
certification as described in 40 CFR 33.204-33.205 or certified by EPA. EPA accepts certifications from entities that meet or exceed
EPA certification standards as described in 40 CFR 33.202.
2Subcontractor is defined as a company, firm, joint venture, or individual who enters into an agreement with a contractor to provide
services pursuant to an EPA award of financial assistance.
EPA Form 6100-3 (DBE Subcontractor Performance Form) - Page 1
SRF -7 May 2015
OMB Control No: 2090-0030
Approved 8/13/2013
Approval Expires 8/31/2015
United States Environmental Protection Agency Disadvantaged Business Enterprise Program
DBE Subcontractor Performance Form
I certify under penalty of perjury that the forgoing statements are true and correct. Signing this form does not signify a
commitment to utilize the subcontractors above. 1 am aware of that in the event of a replacement of a subcontractor, I will
adhere to the replacement requirements set forth in 40 CFR Part 33 Section 33.302 (c).
Prime Contractor Signature
Print Name
4144
Title
ki Old
Date
v,P
1H6-17
Subcontractor Signature
Print Name
Title
Date
The public reporting and recordkeeping burden for this collection of information is estimated to average three (3) hours
per response. Send comments on the Agency's need for this information, the accuracy of the provided burden estimates,
and any suggested methods for minimizing respondent burden, including through the use of automated collection
techniques to the Director, Collection Strategies Division, U.S. Environmental Protection Agency (2822T), 1200
Pennsylvania Ave., NW, Washington, D.C. 20460. Include the OMB control number in any correspondence. Do not send
the completed form to this address.
EPA Form 6100-3 (DBE Subcontractor Performance Form) — Page 2
SRF -8 May 2015
GOOD FAITH EFFORTS CHECKLIST
Please complete the checklist to determine if you have complied with the requirement to make
good faith efforts to ensure that certified DBEs have the opportunity to compete for
procurements funded by EPA financial assistance funds. Bidders/offerers must make good faith
efforts prior to submission of bids/proposals.
1. Did you ensure that DBEs are made aware of contracting opportunities to the fullest extent
practicable through outreach and recruitment activities? Yes ❑ No
2. Did you make information on forthcoming opportunities available to DBEs and arrange time
frames for contracts and establish delivery schedules, where the requirements permit, in a way
that encourages and facilitates participation by DBEs in the competitive process? This includes,
whenever possible, posting solicitation for bids or proposals for a minimum of 30 calendar days
before the bid or proposal closing date. p Yes ❑ No
3. Did you consider in the contracting process whether firms competing for large contracts
could subcontract with DBEs? This will include dividing total requirements, when economically
feasible, into smaller tasks or quantities to permit maximum participation by DBEs in the
competitive process. [1, Yes El No
4. Did you encourage contracting with a consortium of DBEs when a contract is too large for
one of these firms to handle individually? Yes ❑ No
5. Did you use the services of the Small Business Administration and the Minority Business
Development Agency of the Department of Commerce to identify potential subcontractors?
[AJC Yes ❑ No
6. List the potential DBE subcontractors that were contacted. Only list those that are certified
through the Iowa Department of Transportation.
Name
(40
Flo, faw4
How Contacted
(e.g. letter, phone
call, fax, e-mail)
Response (e.g. did not respond,
not interested, not competitive)
(1016 pticiAd
dic0004-
u�
PROPOSED UTILIZATION OF DBE SUBCONTRACTORS
Please include Attachments 4 and 5 to document the proposed utilization of certified DBE
subcontractors.
SRF -5 May 2015
Attachment 5
SRF Required Front -End Specifications
(This form must be completed and signed by Prime Contractor and submitted with the bid
if utilizing DBE subcontractors.)
OMB Control No: 2090-0030
Approved 8/13/2013
Approval Expires 8/31/2015
United States Environmental Protection Agency Disadvantaged Business Enterprise Program
DBE Subcontractor Utilization Form
This form is intended to capture the prime contractor's actual and/or intended use of identified certified DBE1
subcontractors and the estimated dollar amount of each subcontract. An EPA Financial Assistance Agreement Recipient
must require its prime contractors to complete this form and include it in the bid or proposal package. Prime contractors
should also maintain a copy of this form on file.
Prime Contractor Name
dickV-4.eE'Mout -1 L44.
Project Name c ,Olt.., g
X46►
1,`,}
t
'tti f - Wet`*
r�v c-
Bid/Proposal
Assistance Agreement ID No.
(if known)
Point of
,‘Ct
Contact
Piekitc6
Address
6ukit o e(Anatuo5e1
,5? 6
Telephone o.
Di at_j"5
Email Address
L�
�lVl(f�
j �t�X'Cd4
Issuin /Fundin�Entity
I have identified potential DBE certified subcontractors
'YES NO
If yes, please complete the table below. If no, please explain:
Subcontractor
Name/Company
Name
Company Address/Phone/Email
Estimated Dollar
Amount
Currently DBE
Certified?
nn gff, 6ifbebotwity5 ozocf
1 1
Continue on back if needed
1A DBE is a Disadvantaged, Minority, or Woman Business Enterprise that has been certified by an entity from which EPA accepts
certification as described in 40 CFR 33.204-33.205 or certified by EPA. EPA accepts certifications from entities that meet or exceed
EPA certification standards as described in 40 CFR 33.202.
2Subcontractor is defined as a company, firm, joint venture, or individual who enters into an agreement with a contractor to provide
services pursuant to an EPA award of financial assistance.
EPA Form 6100-4 (DBE Subcontractor Utilization Form) — Page 1
SRF -9
May 2015
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 , Iowa, 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 16th day of November , 2017, for
Flow Equalization Facility Overflow Connection To Satellite WPCF Contract No. 880
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 16th day of November , A.D. 20 17
v1E 56i
(Seal)
Witness
10M1
Witness
Kassie Docker - Senior Account Manager
Ricklefs Excavating Ltd
Principal
By )&t c'1 C 2/4/ti , L: V !
Title
United & Casualty Compan
By aril MitiAA 07-
W
Attorne�n-�.
assandra J. Daley
Attorneil
BID BOND BB -1 of 1
AECOM 60336756-2017 City Contract No. 880
al)
Flow Equalization Facility
Overflow Connection to Satellite WPCF
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 udder
the laws of the State of Iowa; UNITED FIRE &<INDEMNITY COMPANY, a cor'pl ration duly orgattized: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 collectnelyy called the Companies), and having their corporate headquarters in Cedar Rapids, State of Iowa, does make, constitt to 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 lawiit.l Attorney(s)-iii-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 ratitied and confirmed.
The Authority hereby granted shall expire the 6th day of November 2019 unless sooner revoked by UNITED. FIRE &
CASUALTY COMPANY, I.I,NITED`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 otn 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 2Appointment 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.
`,yGdtm,drnS(i�,„
,,/.
IN WITNESS WHEREOF, the COMPANIES have each caused these presents to be signed by its.
``,,�F�'suyg1'' vice resident and its corporate seal to be hereto affixed this 6th dayof November, 2017
P.PORgTFc�'� P
soLY2, °`i0"_ UNITED FIRE & CASUALTY COMPANY
v _ Qt. "9e& /in UNITED FIRE & INDEMNITY COMPANY
scar. '`8 'sy..n �r:•a;
;y `'�/FOP`'' �,' FINANCIAL PACIFIC INSURANCE COMPANY
09i 11111110',
State of Iowa, County of Linn, ss:
On 6th day of November, 2017, 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 wasso 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.
By:
Vice President
Judith A. Davis
Iowa Notarial Seal
Commission number 173041
My Commission Expires 04/23%2018
otary Public
My conunission expires: 04/23/2018
I,; David A. Lange; Secretary of UNITED' FIRE & CASUALTY COMPANY and Assistant Secretary of ` 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 areeorrect 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 I have e eunto su cribed my name and affixed the corporate seal of the said Corporations
this f _ day of 0\,(-1,14A , 20 17
cna rrp/,/// lNsr7lu/
�uuunuy� r
QPOCA.
PPoq4r
,
By.
Ian "2-
BPOA0045 0115
Secretary, UF&C
Assistant Secretary, OF&I/FPIC