HomeMy WebLinkAboutK. Cunningham ConstructionCUNNINGHAM K CUNNINGHAM CONSTRUCTION CO., INC.
C 1
1025 CENTER STREET
CEDAR FALLS, IA 50613
Bid Security For:
FY 2018 Ansborough Avenue Improvements
City Contract No. 942
City of Waterloo, Iowa
CUNNINGHAM K CUNNINGHAM CONSTRUCTION CO., INC.
1025 CENTER STREET
CEDAR FALLS, IA 50613
Bid Proposal For:
FY 2018 Ansborough Avenue Improvements
City Contract No. 942
City of Waterloo, Iowa
FORM OF BID OR PROPOSAL
FY 2018 ANSBOROUGH AVENUE IMPROVEMENTS
FROM U.S. 20 TO SAN MARNAN DRIVE
CITY CONTRACT NO. 942
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
.LI MI_ , 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 FY 2018 Ansborough Avenue Improvements
From U.S. 20 to San Marnan Drive, City Contract No. 942, all in accordance with the
above -listed documents and for the unit prices for work in place for the following items
and quantities:
FY 2018 ANSBOROUGH AVENUE IMPROVEMENTS
FROM U.S. 20 TO SAN MARNAN DRIVE
CITY CONTRACT NO. 942
BID
ITEM
DESCRIPTION
UNIT
EST.
QTY.
UNIT BID
PRICE
TOTAL BID
PRICE
Division 1
1
EXCAVATION, CLASS 10, ROADWAY AND
BORROW
CY
3150
$ /6.00
$ 3i/5"-o0,ca
2
TOPSOIL, FURNISH AND SPREAD
CY
2175
$ /o.ob
2.1,7so.00
3
MODIFIED SUBBASE
CY
808
3�', yo
$ 3/ az7.2,
4
STANDARD OR SLIP FORM PORTLAND CEMENT
CONCRETE PAVEMENT, CLASS C, CLASS 3
DURABILITY, 10 IN.
SY
2510
$ L/g d b
$ 120, `280. oa
5
PORTLAND CEMENT CONCRETE PAVEMENT1
SAMPLES
LS
$ 2 >'oo.00
$ 2 Tdo.oc
/
6
REMOVAL OF SIGN
EACH
4
$ I2r.ao
$ 5-06,0p
8
INTAKE, SW -507
EACH
2
$ 3 3aD.oa
$ 6 600.ao
/
FORM OF BID
CITY CONTRACT NO. 942
BF -1 of 5
9
INTAKE, SW -509
EACH6
$ 3)9,96.0e,
23yoa.co
J
SUBDRAIN, PVC, STANDARD, PERFORATED, 6
IN.
LF
1504
$ S. /6
$ /2, / i'2 ,40
11
SUBDRAIN OUTLET, DR-30320EACH
$ /2576.0
$ ;5216.04
12
STORM SEWER GRAVITY MAIN, TRENCHED,
REINFORCED CONCRETE PIPE (RCP), 2000D
(CLASS III), 15 IN.
LF
91
$ S/,4•d
$ 5'lGy/,4•0
13
STORM SEWER GRAVITY MAIN, TRENCHED,
REINFORCED CONCRETE PIPE (RCP), 2000D
(CLASS III), 18 IN.LF
24
$ 5-6,66
$ 1)3911,6A
14
REMOVE STORM SEWER PIPE LESS THAN
OR EQUAL TO 36 IN.86
LF
$ /o, 4•a
$
S(oo ,0 0
15
REMOVAL OF PAVEMENT706
SY
$ /a.aa
$
%U(o0, 4•d
16
REMOVAL OF INTAKES AND UTILITY ACCESSES
EACH
3
$ v46.00
$ ,Zoo.00
17
RECREATIONAL TRAIL, PORTLAND CEMENT
CONCRETE, 6 IN.75
SY
$ 38.00
$ 2 8so,oL>
18
REMOVAL OF SIDEWALK
SY
155
$ 9.00
$ /1395-.aaoa
19
SIDEWALK, P.C. CONCRETE, 4 IN.
SY
31
$ S/. 06
$ 6 578/, ae
20
SIDEWALK, P.C. CONCRETE, 61N.SY
110
$ .z/3.3,
$ y7‘,63.o
21
DETECTABLE WARNINGS125
SF
$ 3$,00
$
l�%Sd.Od
22
CURB AND GUTTER, P.C. CONCRETE, 1.5 FT.
LF
1586
$ /7 pa
$ / Jyy6 0,6
23
CURB AND GUTTER, P.C. CONCRETE, 2.0 FT.
LF
76
$ z s' o v
$ // 9Op• 4•a
24
COMBINED CONCRETE SIDEWALK AND
RETAINING WALL
CY
79
$ 72...4::),o 0
$ .5.4, g.&>60
25
REMOVE AND REINSTALL SIGN AS PER PLAN
EACH
9
$ 2o0,00
$ �$ua.00
26
PERFORATED SQUARE STEEL TUBE POSTSLF
4
$ /s.•oo
$ Ge;.. oz,
27
PERFORATED SQUARE STEEL TUBE POST
ANCHOR, BREAK -AWAY SOIL IN STALLATION
EACH
4
$ 2 -2.5--.6A.
$ %60, 4•6
28
TYPE A SIGNS, SHEET ALUMINUM
SF
86
$ /2. op
$ 1/032 .Oc
29
TRAFFIC SIGNALIZATION
LS1
$ 235;6,60,06
$ 2.35;6oa,on
30
PAINTED PAVEMENT MARKING, WATERBORNE
OR SOLVENT -BASED
STA
49
$ 5-5-..5o
$ 2 6.9 6-.4•0
31
PAINTED SYMBOLS AND LEGENDS,
WATERBORNE
OR SOLVENT -BASED
EACH
17
$ ���• ��
$ jg7a.4•0
32
PAVEMENT MARKINGS REMOVED
STA31
$ 357. a4•
$ X08 5"..e, c,
33
SYMBOLS AND LEGENDS REMOVED12
EACH
$ //o,00
$ /i3zo.ae
34
TEMPORARY BARRIER RAIL, CONCRETE
LF
1617
$ 17 d..
$ 275,8,9 4•o
FORM OF BID
CITY CONTRACT NO. 942
BF -2 of 5
35
TRAFFIC CONTROL
LS
1
$ 66,66
/ /'
$ 8i�° �+.00
36
FLAGGERS
EACH
25
$ (/7Sbb
$ / J g7Seo
37
MOBILIZATION
LS
0.92
$ 20 Soo. oo
$ /3 $6,4900
l
38
TEMP CRASH CUSHION
EACH
6
$ l/Soo,00
$ 9Q60.dD
39
CONVERT RA -40 INTAKE TO SW -406 MANHOLE
EACH
1
40
CONVERT RA -70 INTAKE TO SW -406 MANHOLE
EACH
5
$ 3��00.00
$ /SSoo•ov
41
INTAKE PROTECTION
EACH
8
$ ��f-de
$ 1 goo.po
42
MAINTENANCE OF INTAKE PROTECTION
EACH
8
$ (o D•oo
$ 7Bp, o0
43
REMOVAL OF INTAKE PROTECTION
EACH
8
$ �yo.00
$
'igp•o0
44
TEMPORARY PAVEMENT SYMBOLS AND
LEGENDS
EACH
15
$ 3v6,co
$ /i Soa.00
/
46
TEMPORARY PAVEMENT MARKINGS
STA
42
$ // S, oz)
$ y Sao• 00
47
SUBGRADE PREPARATION
SY
2845
$/80
$ SJ2/,Do
48
MULCHING, BONDED FIBER MATRIX
ACRE
1
$ 3, to fd .ca
$ 3,4,s-6.06
49
SEEDING AND FERTILIZING (URBAN)
ACRE
1
$ �,7fa.00
$/7So.00
50
SILT FENCE
LF
540
$ /.$S
$ 99 9•,�
54
DEVICE ER IN.DIASLOPE SEDIMENT CONTROL
LF
1652
$ 2 `/S
$ y 64/7.5.6
55
REMOVAL OF PERIMETER AND SLOPE
SEDIMENTCONTROL DEVICE
LF
1652
$ ,o.7 s
$ '/ 7'
1
Division 1 Total
$ 722 2112...00
Division 2
1
EXCAVATION, CLASS 10, ROADWAY AND
BORROW
CY
350
$ 12.00
$ Li oe
7
APRONS, CONCRETE, 12 IN. DIA.
EACH
2
$ 1,ocn,ao
$ 2/Oba.00
17
RECREATIONAL TRAIL, PORTLAND CEMENT
CONCRETE, 6 IN.
SY
895
$ 3,.,.6,..„.$
27i 337,°0
20
SIDEWALK, P.C. CONCRETE, 6IN.
SY
5
$ 7g.o6
$ 350.6.0
21
DETECTABLE WARNINGS
SF
40
$ 3' 6 a
$ 5-2o. ao
37
MOBILIZATION
LS
0.06
$ 2.:,/5:60,ab
$ /, 230. oo
45
CULVERT, CONCRETE ENTRANCE PIPE, 12 IN.
DIA.
LF
21
$ S'S.ca
$ 9yjJoo
50
SILT FENCE
LF
710
$ /, g S
$ !, 3/ 3.50
51
SILT FENCE FOR DITCH CHECKS
LF
225
$ 3.25-
$ 73r. 2 5 -
52
REMOVAL OF SILT FENCE OR SILT FENCE
FOR DITCH CHECKS
LF
1470
$ .,So
$ 73 oa
FORM OF BID
CITY CONTRACT NO. 942
BF -3 of 5
MAINTENANCE OF SILT FENCE OR SILT FENCE
53 FOR DITCH CHECK LF
1470
$ 6.75
Division 2 Total
$ l�/e2..So
$ yr�ssy,2s
Overall Construction Total = Division 1 + Division 2
Division 1— Ansborough Avenue from U.S. 20 to San Marnan Drive
Division 2 — Trail along north side of San Marnan Drive
$ "77/5/396,/-5-
Division
77/5,396,/-s
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 Fives }�r�er72- of ��P� /���fnf
Dollars ($ ) in the form of i3r,/ -73b/7,/
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 Resident Bidder Certification
Bidder Certification ( ). (Mark one.)
), or Non -Resident
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 3/23//8
10. The bidder shall list the MBENWBE 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
FORM OF BID
CITY CONTRACT NO. 942 BF -4 of 5
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.
(1. GG/7n,h�yaJn La/25. rA2-6 h Gd.l �n<,
BY:
3/29///g
(Name of Bidder) (Date)
Title V - es.‘,/h 71 -
Official
Official Address: (Including Zip Code):
5-DG13
I.R.S. No. 112- //2-7.1/47
FORM OF BID
CITY CONTRACT NO. 942 BF -5 of 5
NON -COLLUSION AFFIDAVIT OF PRIME BIDDER
State of 2d Vv'il
County of '13 /a k Hawk
Ia e 1 ►Hieb being first duly sworn, deposes and says that:
1. He is (Owner, Partner ff c r, Representative, or Agent) , of p.
• , 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)
Vie -e
Subscribed and sworn to before me this
2018.
Title
o9
day of
My commission expires -SigjcZ2t, oP4
▪ ►„". SANE L CALEY
• 4' c mPAISSIONNO7 3064
• s;:v eo�use ias
b yl b 4 AI1� Y/ Jii�Lfrnr
NON -COLLUSION AFFIDAVIT PRIME
CITY CONTRACT NO. 942 NCAP-1 of 1
Bidder Status Form
To be completed by all bidders Part A
Please answer "Yes" or "No" for each of the following:
Er Yes ❑ No
0- Yes
l' Yes
Q Yes
❑ No
❑ No
❑ No
OZYes ❑ No
My company is authorized to transact business in Iowa.
(To help you determine if your company is authorized, please review the worksheet on the next page).
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:
Dates: 6 / 2 7 / 7 9 to 3 /
29 /
ig Address.
41.2S &n?G&r .S7-'ee'4
City, State, Zip: 1e,la, Fa//>, .c,4
Dates: / / to / / Address:
City, State, Zip:
Dates: / / to / / Address.
You may attach additional sheet(s) if needed. City, State, Zip:
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
force preferences or any other type of preference to bidders or laborers?
3. If you answered "Yes" to question 2, identify each preference offered by your company's home state or foreign country
and the appropriate legal citation.
❑Yes No
You may attach additional sheet(s) if needed.
To be completed by all bidders Part D
I certify that the statements made on this document are true and complete to the best of my knowledge and I know that my
failure to provide accurate and truthful information may be a reason to reject my bid.
Firm Name:
Signature:
20b1"-74 fan
Sh �.
Date: 3/ /9/JS
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)
Zo-OZ-90 'nab 07-090 L-woJ)
m
N
0
N
(o
(D
DJ (D
Q<
CD m
m_
0-
m m
o Fe-
=
v
N 5.
Q
((DD v
m
>o
03 o
r
W m m W
Om
— O CO
v W
co M -n ' w
CO
C ' C)
Cn D
Z -�
C/i �.
Z 0
m(/) O
M < `° eL
-pZ °
O m3
CO ca (0
O
m Q3
Om
Z
m o
0 0 v
- (')
cn63 3
m o Q
j
v
(D (D
co 0
o
w
F) o
(D
n
o_
F
(19 O
00
c (D v
�
z -o
.(D
( ( w
0�
6 ,__,. (DR
(1) 0-
(I) 0
0 0) 5'
'`) fa 0
_xc1va
E0 0
rno2
0
m��
0- 0
3u
O0
O o- o
-0
v,' N
4 u)
eL
o -o
o - (D
- -o
0 5' O
(fl0 (n
-'(D
,--r N
CD 0 0
*
0 c o
c o.
.
(D (D'
( -m
5
o<0
O 3 r -r �
o 0
r
0 0 0
(• :
v
�-" �
o_u>
0 0
O 3 (fl
7 Qa 0
� - O
n O
5.
•
0 0
3
-aE
o co
� m
O
CO
o m
Cu
O.
(1)
o 0 CO
Eco O
m D Z
r
(D
r D
OC)
0 o "
o 70
0
ca >
o co r
mn
o U) co
o m
o
0c
ov
o
0 0
(Do m
.0
�v
�• cu'
0 O_
ea 5.
0
(Dn
mom
O O
O
c
c a
�h
3 0
vi m
Oo
3 Q.
5.m
o (D
v 0
o
0)
(D
O
c O0
t
n
0
0_
< m m
c
o �.
ul
0 o U
P 3
>o
o
C
CD
0 5-
=
3
:a.m4eu6iS Jo;oeawo3
0 X Z
_O
5 0 g
W
0 . M
rt0
N W
N rn
3 ° c
CO
( O
cZ
00 --I
o
D
v 0
o
5• O
5 73
CI)
c
I0
0 c
at'.
v
w m
CI)z
6
O
C
:3- (A
3
0
O �
CD
CO
MCO
0
E
0-
m 0
CO 0
m0
c
0- o
0 0
o
0D
O (-15-
Z/3 al
Du,m
= F
O D
( CD0
m
o_ '
(D o
0 CT
(b
0
m •
-3- D
(Dv
O.
O
o
3 0.
:eweN JoloeJTuoO awed
rng
com
Zm
O _N
a —1 Z
-Zn Cn
�-1 0m
b o E Z
t -im
Z
ON
m
Q� ro
r-
0 0
a)
(a
N
a4
1
A
I.
V.
k
0
Co
>
K
-
4:•1
J
r I
n
ti
1
c
MBE/WBE
Subcontractors
Quotes Received Quotation used in bid
JJ
0
ti
N
`
Dates
Contacted
W
U
eD
O
N
tv
M
\
Ct,
No
Dates
Contacted
X.
kA
Yes/No
71
Dollar Amount Proposed to
be Subcontracted
(o
(D
DJ (D
Q<
CD m
m_
0-
m m
o Fe-
=
v
N 5.
Q
((DD v
m
>o
03 o
r
W m m W
Om
— O CO
v W
co M -n ' w
CO
C ' C)
Cn D
Z -�
C/i �.
Z 0
m(/) O
M < `° eL
-pZ °
O m3
CO ca (0
O
m Q3
Om
Z
m o
0 0 v
- (')
cn63 3
m o Q
j
v
(D (D
co 0
o
w
F) o
(D
n
o_
F
(19 O
00
c (D v
�
z -o
.(D
( ( w
0�
6 ,__,. (DR
(1) 0-
(I) 0
0 0) 5'
'`) fa 0
_xc1va
E0 0
rno2
0
m��
0- 0
3u
O0
O o- o
-0
v,' N
4 u)
eL
o -o
o - (D
- -o
0 5' O
(fl0 (n
-'(D
,--r N
CD 0 0
*
0 c o
c o.
.
(D (D'
( -m
5
o<0
O 3 r -r �
o 0
r
0 0 0
(• :
v
�-" �
o_u>
0 0
O 3 (fl
7 Qa 0
� - O
n O
5.
•
0 0
3
-aE
o co
� m
O
CO
o m
Cu
O.
(1)
o 0 CO
Eco O
m D Z
r
(D
r D
OC)
0 o "
o 70
0
ca >
o co r
mn
o U) co
o m
o
0c
ov
o
0 0
(Do m
.0
�v
�• cu'
0 O_
ea 5.
0
(Dn
mom
O O
O
c
c a
�h
3 0
vi m
Oo
3 Q.
5.m
o (D
v 0
o
0)
(D
O
c O0
t
n
0
0_
< m m
c
o �.
ul
0 o U
P 3
>o
o
C
CD
0 5-
=
3
:a.m4eu6iS Jo;oeawo3
0 X Z
_O
5 0 g
W
0 . M
rt0
N W
N rn
3 ° c
CO
( O
cZ
00 --I
o
D
v 0
o
5• O
5 73
CI)
c
I0
0 c
at'.
v
w m
CI)z
6
O
C
:3- (A
3
0
O �
CD
CO
MCO
0
E
0-
m 0
CO 0
m0
c
0- o
0 0
o
0D
O (-15-
Z/3 al
Du,m
= F
O D
( CD0
m
o_ '
(D o
0 CT
(b
0
m •
-3- D
(Dv
O.
O
o
3 0.
:eweN JoloeJTuoO awed
rng
com
Zm
O _N
a —1 Z
-Zn Cn
�-1 0m
b o E Z
t -im
Z
ON
m
Q� ro
r-
0 0
a)
(a
BID BOND
KNOW ALL MEN BY THESE PRESENTS, that we, K. Cunningham Construction Co., 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 the bid amount
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 27th day of March
, 2018, for FY 2018 Ansborough Avenue Improvements From U.S. 20 to San
Marnan Drive, City Contract No. 942.
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 27th day of March , A.D. 2018.
K. Cunningham Construction Co., Inc. (Seal)
Principal
By
V ,'ocah71"
(Title)
United Fire & Casualty Company (Seal)
Witness _ �// 1 Surety
tiC
Witness JillShaffer Attorney-'rf
BID BOND
CITY CONTRACT NO. 942 BB -1 of 1
UNITED FIRE & CASUALTY COMPANY, CEDAR RAPIDS,;IA
UNITED FIRE & INDEMNITY COMPANY, WEBSTER, TX
FINANCIAL PACIFIC INSURANCE COMPANY, ROCKLIN CA
CERTIFIED. COPY OF POWER OF ATTORNEY
(original on file at Honie Office of Company — See Certification)
KNOW AIL 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; arid 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 Biwa, does make constitute and appoint
GREG T. LA MAIR,.NANCY DD. BALTUTAT:, MARK E. KEAIRNE , PATRICK K.' DUFF, JEFFREY R. BAKER;, JOSEPH I.
SCHMIT, 'JILL SHAFFER CHRISTOPHER R •SEIBERLINGx,:EACH INDIVIDUALLY of: WEST DES MOINES IA
Inquiries: Surety Department
118 Second Ave SE
Cedar Rapids, IA 52401
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 $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 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.
,1111111 m,, IN WITNESS WHEREOF, the COMPANIES have each caused these presents to signed by its
PPo,,�E.'•RPOR q%be vice president and its corporate seal to be hereto affixed this 10t h day of Machi' 2014
es„; rwLy UNITED FIRE & CASUALTY COMPANY
"``�= UNITED FIRE & INDEMNITY COMPANY
.5;. 1966 ,-?
FINANCIAL PACIFIC INSURANCE COMPANY
r.°'',7,,,111t1111«,, By:
State of Iowa, County of Linn, ss:
On 10th day of: March, 2014, before me personally came Dennis J. Richmann
to me known, who being by fine 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 lttke authority, and acknowledges same to be the act and deed of said corporations: �s
Vice President
Judith A. Davis
Iowa Notarial Seat
Commission number 173041
My Commission Expires 04/23/2018
Notary Public
My commission 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 1 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 n' full force and effect.
In testimony whereof I have hereunto subscribed my name and affixed the corporate seal of the said Corporations
this 29th day of March , 20 18 .
BPOA0049 0115
,.
By:
Secretary,;UF&C
Assistant Secretary, OF&UFPIC