Loading...
HomeMy WebLinkAboutPirc Tobin Construction, Inc.Fw RIC CONSTRUCTION INC D PO Box 160 J Alburnett, IA 52202 BID DOCUIVER TS: Sealed Bid for Complete Construction FY 2020 Leversee Road Sanitary Sewer and Water Main Improvements Waterloo, Iowa °; i:00 PM - 06/2512020 BID SLCUR TY EN CI OS IF* Fite CONSTRUCTION INC TO J r4s PO Box 160 Alburnett, IA 52202 BID DOCUMENTS: Sealed Bid for Complete Construction FY 2020 Leversee Road Sanitary Sewer and Water Main Improvements Waterloo, Iowa BID OPENING: 1:00 PM — 06/2512020 n,t- r: _� n=r t �` J Qai'- BID ENCLOSED • FORM OF BID OR PROPOSAL FY 2020 LEVERSEE ROAD SANITARY SEWER AND WATER MAIN IMPROVEMENTS CONTRACT NO. 987 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 V 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 2020 Leversee Road Sanitary Sewer and Water Main :Improvements, Contract 987, all in accordance with the above -listed documents and for the unit prices for work in place for the following items and quantities: =Y 2020 Leversee RoadSanitary Sewer Water Main Improvements and Contract 987 BID DESCRIPTION UNIT Div 1 Div 2 UNIT BID TOTAL DIV 1 TOTAL DIV 2 TOTAL BID ITEM Est Qty Est Qty PRICE PRICE PRICE PRICE 2 01 CLEARING AND GRUBBING LS 1.0 - $ $ $ yo �0 $ � ono .oe �0�•G10 /? / SANITARY SEWER GRAVITY LF $ $ 4.01 MAIN, TRENCHED, PVC TRUSS, 8,220 - $ $ 12" 3s%oo 618,700449 6t7e9 O sa SANITARY SEWER GRAVITY MAIN • $ $ 4.02 WITH CASING PIPE, TRENCHLESS, LF 130 - $q7/500,00 $ DIP, 12" 100 971500 •01 5.01 WATER MAIN, TRENCHED, DIP, LF - 20 $ /oOo $ $?/tZO.00 $ 600 • CO 5.02 WATER MAIN, TRENCHED, DIP, LF - 6 511 � $ Qjl `T l 9O $ $ �.rU 3 $ � �-� 12" WATER MAIN WITH CASING PIPE, 5.03 LF - 170 J $ $�,� QG �j�-db $ .00 $93 TRENCHLESS, DIP, 12" 5.04 VALVE, MJ, 8" EA - 1 $ VI50, 00 $ $ i/{9o.00 $ f .00 I FORM OF BID CONTRACT NO. 987 4-1 5.05 VALVE, MJ, 12" EA - 11 $113 .00 $ $Z926Cfl•Q(i $2la• DO 5.06 FITTING, TEE, 12" x 8" EA - 1 $ $cI519.00 $ (l igQ. QO $ IA.00 FITTING, 45 DEG BEND, 12" EA - 5 $ (i050.01) $ $ j200.pp $Cj1Z50•Qa 5.07 5.08 FIRE HYDRANT ASSEMBLY EA - 2 $(p*.00 $ $t3i000.00 $ t3,tOO.00 5.09 DEAD ASSEMBLY END FIRE HYDRANT EA - 1 $ riSpQ . pU $ $5; .GU $ ctquo- 00 5.10 CONNECTION WATER MAIN TO EXISTING EA - 1 $77CQQ.O�U $ $Z750O•00 $7,55D-40 5 11 RELOCATE EXISTING FIRE EA - 1 $i500.Oti1 $ $3/ 500• OG %,tW.00 HYDRANT 6.01 MANHOLE, SW-301, 48" EA 15 - $ (51; bo.cc $ $61'/cjQ'Q,OG $ ftfr'oo..00 6.02 EA 9 - $ $(O31cpQ•OG $143$0•00 0/500.00 MANHOLE, SW-301, 60" REMOVAL AND DISPOSAL OF PCC SY - 112 $'ZO.00 $ $ 42110•00 $2124V.OG PAVEMENT 7.01 SY - 112 $ (tf9.00 $ $ Pike. OG $ F1frW.00 7.02 FULL DEPTH PCC PATCH 8.01 TEMPORARY TRAFIC CONTROL LS 0.5 0.5 ZO,ocO.Ct2 $ (OftLQ.OD $ 1O/060•40 $21)/ ObO.00 CONVERNTIONAL SEEDING, AC 29.6 2.4 $1 i � � � '� L{�' =•�= ,. 00 $�i��i.00 S�" .pb FERTILIZING, AND MULCHING 9 02 SEEDING, AC 2 - $2,1-0,00 $Scj00.00 $ OG HYDRAULIC $5(9-b0. FERTILIZING, AND MULCHING 9.03 SILT FENCE, INSTALLATION LF - $ LI-5 $ 15�.60 $ $ icra5: ao 8,700 9.04 SILT FENCE, MAINTENANCE LF - $ p,ZCj $z04500 $ $z,rt5.00 8,700 9.05 SILT FENCE, REMOVAL LF - $ 0 •L° $ �943OC $ $(34-0. OO 8,700 9.06 INLET INSTALLATION PROTECTION, EA 9 - $ 135:00 $ I ZIy. 1 DD $ $ Jz45. DO INLET MAINTENANCE PROTECTION, EA 9 - $10.00 $ (gO.OD $ $ (€Q.QO 9 07 9.08 INLET PROTECTION, REMOVAL EA 9 - OE.pQ $ 191.2.00 $ $ (80.00 9 09 CONSTRUCTION INSTALLATION ENTRANCE, EA 2 - $ 1150(},OO 4o00.00 $ $ WO•Ob 9 10 CONSTRUCTION ENTRANCE, EA 2 - $�j00•00 $ VW* 00 $ $I/O00.00 MAINTENANCE 9.11 CONSTRUC REMOVAL TION ENTRANCE, EA 2 - $ ( O°•dO $ �1, Dqp . o0 $ $�.0�.00 9.12 LF - 6,500 $ 1,65 $ $ 1O,T2OEoD $1011%00 WATTLERS, INSTALLATION 9.13 LF - 6,500 $ 0.10 $ $6goo s(n WATTLES, MAINTENANCE 9.14 LF - 6,500 $Q.ZC✓ $ $1/t925.00 $ IbZS•00 WATTLES, REMOVAL FORM OF BID CONTRACT NO. 987 4-2 9.15 REMOVAL RECONSTRUCTION FENCE, AIRPORT OF AND SECURITY OF EXISTING LF 200 - $1OO.0O $ 2qow.00 $ $ 21)I000•00 INSTALLATION AND REMOVAL OF SECURITY TEMPORARY FENCE AIRPORT LF 200 - $ W•00 04000��9.15A $ $t6 /0OO.00 9.16 EROSION CONTROL, MULCHING AC 31.6 2.4 $14 a $ 1/5(90•0° 7-3 100• 00 iticj0,04 $ rOsoce .t� 11.01 MOBILIZATION LS 0.5 0.5 vio/�o a$ /OS OAp des ��i pz .oc TOTA_ DIV 1 BID $ i 2-1,g 00 . 0 0 1 1 (tote -3 TOM__ DIV 2 BID $ 42°1 • 0 I Z'C' -o-A_ g Div Div I� 1 + 2 BID $ 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 v'fb livA 111 -11)(1kk Dc * AL.: Dollars ($ St f shitti ) in the form of b4ol, 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: FORM OF BID CONTRACT NO. 987 4 - 3 Addendum No. 10/ lia 6 Date lv lerie eLS-Zo 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. FORM OF BID CONTRACT NO. 987 4 - 4 C914\. (Name of Bidder) (Date BY:eiciraI4I4 8-r‘- Title%ecAdox\-• Official Address: (Including Zip Code): iAtho ota.Cumc P. z 2o7-o kk\ekka-k-,_ I.R.S No. 2-0—t12f19t FORM OF BID CONTRACT NO. 987 4 - 5 State of .1..430O1 County of L3yx,in NON -COLLUSION AFFIDAVIT OF PRIM' = BIDDF=R )ss Ofol3-111-W1n , being first duly sworn, deposes and says that: 1 He is (Owner, Partner, Officer, Representative, or Agent) , of FirC—I-06\COASIMACITNI • , 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) FOS**. Title Subscribed and sworn to before me this My commission expires 1— �3 �Z 2.. • • day of �V'''te • CHARLES J ARNOLD NOTARIAL SEAL - IOWA COMMISSION NO. 747860 Z j( N WIRES ! 3� ��VCCMMIS� , 2020. 7-1 EQUAL OPPORTUNITY CLAUSE (As provided in Executive Order No. 11246) All contractors, subcontractors, vendors and suppliers of goods and services doing business with the City and value of said business equals or exceeds ten thousand dollars ($10,000.00) annually agree as follows: 1. The contractors, subcontractor, vendor and supplier of goods and services will not discriminate against any employee or applicant for employment because of race, color, creed, sex, national origin, economic status, age, mental or physical handicap, political opinions or affiliations. The contractor, subcontractor, vendor and supplier will develop an Affirmative Action program to ensure that applicants are employed and that employees are treated during employment without regard to their race, creed, color, sex, national origin, religion, economic status, age, mental or physical disability, political opinions or affiliations. Such actions shall include but not be limited to the following: a. Employment b. Upgrading c. Demotion or Transfer d. Recruitment and Advertising e. Layoff or Termination f. Rates of Pay or Other Forms of Compensation g. Selection for Training Including Apprenticeship 2. The contractor, subcontractor vendor and supplier of goods and services will, in all solicitations or advertisements for employees state that all qualified applicants will receive consideration for employment without regard to race, creed, color, sex, national origin religion, economic status age, mental or physical disabilities, political opinion or affiliations. 3. The contractor, subcontractor, vendor and supplier or his/her collective bargaining representative will send to each labor union or representative of workers which he/she has a collective bargaining agreement or other contract or understanding, a notice advising said labor union or workers' representative of the contractor's commitment under this section. 4. The contractor, subcontractor, vendor and supplier of goods and services will comply with all published rules, regulations, directives, and order of the City of Waterloo Affirmative Action Program Contract Compliance Provisions. 5. The contractor, subcontractor, vendor and supplier of goods and services will furnish and file compliance reports within such time and upon such EQUAL OPPORTUNITY CLAUSE CONTRACT NO. 987 8 - 1 TITLE VI CIVIL RIGHTS During the performance of this contract, the contractor (for itself), its assignees, and successors in interest (hereinafter referred to as the "contractor") agrees as follows: 1. Compliance with Regulations: The contractor shall comply with the Regulations relative to non-discrimination in Federally assisted programs of the DOT Title 49, Code of Federal Regulations, Part 21, as they may be amended from time to time, (hereinafter referred to as the Regulations), which are herein incorporated by reference and made a part of this contract. 2. Nondiscrimination: The contractor, with regard to the work performed by it during the contract, shall not discriminate on the grounds of race, color, national origin, sex, age, or disability in the selection and retention of subcontractors, including procurement of materials and leases of equipment. The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21 5 of the Regulations, including employment practices when the contract covers a program set forth in Appendix B of the Regulations. 3. Solicitations for Subcontracts, Including Procurement of Materials and Equipment In all solicitations either by competitive bidding or negotiation made by the contractor for work to be performed under a subcontract, including procurement of materials or leases of equipment, each potential subcontractor or supplier shall be notified by the contractor of the contractor s obligations under this contract and the Regulations relative to non-discrimination on the grounds of race, color, national origin, sex, age, or disability. 4. Information and Reports: The contractor shall provide all information and reports required by the Regulations or directives issued pursuant there to, and shall allow access to its books, records, accounts, other sources of information, and its facilities as may be determined by the Contracting Authority, the Iowa DOT, or FHWA to be pertinent to ascertain compliance with such Regulations, orders and instructions. Where any information required of a contractor is in the exclusive possession of another who fails or refuses to furnish this information the contractor shall so certify to the Contracting Authority, the Iowa DOT, or the FHWA as appropriate, and shall set forth what efforts it has made to obtain the information. 5. Sanctions for Noncompliance: In the event of the contractor's noncompliance with the nondiscrimination provisions of this contract, the Contracting Authority, the Iowa DOT, or the FHWA shall impose such contract sanctions as they may determine to be appropriate, including, but not limited to: a. Withholding of payments to the contractor under the contract until the contractor complies, and/or 9-1 TITLE VI CIVIL RIGHTS CONTRACT NO. 987 r--1116.10]0[1 at UM Fi 0 Frill To be ctMpil ted by all bidders Pm1 Please answer "Yes" or "No" for each of the following: 2 Yes [Ks Et Yes N o riNo N o 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. N o My company has been conducting business in Iowa for at least 3 years prior to the first request for bids on this project. N o 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 Ic My company has maintained offices in Iowa during the past 3 years at the following addresses: / Address: 21P (AA &AS City, State, Zip: t\\t4tkb4tzk*1 � cZia. / Address: City, State, Zip: to Address: City, State, Zip: Dates: t /� / ZOtSto Dates: / / to / Dates: / You may attach additional sheet(s) if needed. 1 To be completed by nonoresidenf 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 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: \YC 4th'(\ CV%tvuth&A, --4-Ler • Date:Tot 25i_U20 Signature: 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) 10-1 N z 0 W co d re 04 IL Z W CO 0 CO H W < co co O iLL W Z W Q cm G _0 m W a Prime Contractor Responsibilities: U - O) O C C U =E(o o Q. O Q. 0 O 0 O• _CC u, 0 O c a co co C 0 a.� m o co co W.0 N a a • W O N2 O4-' () 2 a § CO w C a) oo c o o c m a) u � L O a C o co o u) N c o co a) Ot. +c C a •L 0 0 a C o n o CT • ^^C L co O LL a) (a (n o � 0 c O `2. t E N O a)o 4 O 0 N 5 o 4-- C D • O 00 Cr to a) a0.2 CD 4-CEC O O E 0 v O o c • 0E4O O C'a a) CO C +'C-., 0 0 0 ° 0 _ E u) n-ao O a) 00t0 C a 0 O U Ca E O 'U O EEE� d Qnn U (o O U a) E o Qin a) CO L (6 0 N C E 7 c E N � • E O O UO O Z a c O .N > Q 0 co O 2_ • .Cr O a) a) u_O C Z C U) O 0 0 • O C_ H N Z • O N- c n O a) mcoC wo > 0_ a) N W n-p • d o o o_0 W U w H E o inLLO N • c 0 • 00 Z 0 • C • co Ed -0 m (o W 2 (o m -Elm co E� r O (I) E 7 N O U 0 c O U 0 E 0 S 0 -a 0 ✓ a-+ O O a O (o D a, c 0 c a) 0 U 0 E E C E co 0 O t 2 a' 0 0 O a) U O 0 c 0) w O Zm O W m > U O • >% U 4-0 O 0 - U (0 2 E -a U � 0 orb;0 f—U a o OmC CO co C E 04-O O a LW m0 +_c-, 0Ca) C U 0 Oa)0a O U o6 CO 0 U a U 0 0 co N (o c 0 O a a U o 0 c W Z D W CO 4-8 W U CO c L O U >1 C aO O � o (o 0) - J cF._ c -a O V 0 a) C O (N E O U C O • CEI (0 co m U W 0 m C 0) o µ- • 0 c_c N.( (0i gac oL(,)so 0 O a) c • 12 >+ O O(i) � O�C(o CO (`o cQc c w a0 C) Z E ~ nQ aH N Z N O cU N 0 �m W m w A' co E >' m w Z 2 0 a Q • d(o >ct • H LO W 0 .0 0 0) a) O 0 �W N OU J W O � 0 O W U 0 (6 c mcs a) co 0 O c 0 E U a 0 c C a O a a (o 0 a) O a a a) -a (o 0 E 0 _co (o 0 O c a) 0) a) 0 C 0) .0) 0 t 4- Subcontractors Responsibilities: 0 O U U O L O 0 r' ao-n a) 3 O N u) C a +-, o O 0 JD N O N N p O O o L C • a L . 0 • -0 O C *� O 0) 'a 0 C C U O o U L as c o N a) O > n a C a) • ti O U • r r 0 r Form CCO-4A Rev. 07-08-02 i f i i i 0 K L 1 ,U co U) 4j Ce* Ili 0 7 F ■-7 C= i 0 0 kJ r-, 0 Q CEI Z ri 0 c atp rn rn U a) 0 a_ sai E z O 1 O 0 a) E a) 0 n 0 0 -O GA) Q� .a) _O O Q) in al Ca) O, (75 U (1) w L a) i a) 1/2 O g oE L o o LLI L � O LJU • co >s% or - CO a5 O O) C F- a) On T. (6 OI T CO •. (1) ® U etc 1= 8 n U 7 ® o) rin -c (h O (a O LU 'Az in 2 a (C) 0 719- z a) C 0 0) 0 1 0 0 Contractor Signature: O CT 0 0 0 a) O Fco c F- O iw 0 L. o �'t a) CO73 6 ' 7 ® (21.1 U 0..) cr O0 U a O LU I O o Q U U 0, II c C co U o 0_ °,) 0 4- U Q O 0) U Q a) EU- r ( w w m m m 0 O O E © o Lin 0 w LE 2 CU) O c c O O 03 L O > c a)� N a) O v) O O co > (0 O (n C- c O a.,E _O E 4.0 a) C E O' o .,o rq a) W (C! n by O Lu f O . o rsnljj laa >, C4I L n, 4= it VJ co o� o ESN U (� a) O at.�M O o U t o L "- « O U 0 U a E 0 O 0 a`)) 0 .T, 0 a) (o a O _a U U • c O O O) a) cc Q) E (5 42 O 4O 42w c a) .� o o a) co 0 Oc E L a) co 73 U co a O a0) � U c U 0) c 11.1 CO W WO CO c 2 O 45 -Ed W o -o :1=e. c o a) W co — 8 E a. PA z 4 NE eci A © cca n fl %<• \4% t; t& V j #PLI 4‘S` 4 `c')'Z1 O CNI te,\ ;el to\ 0 o cp i Li BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, Pirc-Tobin Construction, 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 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 25th day of June , 20 20 , for FY 2020 Leversee Road Sanitary Sewer and Water Main Improvements • 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 17th day of June , A.D. 20 20 . Witn Witness Pirc-Tobin Construction, Inc. (Seal) Principal By United Fire & Casualty Company (Seal) Surety Attorney -in -fact fficACkel\fie (Title) Samantha Spilman T-�CA CERTIFIED COPY OF POWER OF,.ATTORNEY' (original on file at Horne Office of Company — See Certification) I<NQw ALL PERSONS_ BY:.THESEPRLSENTS; That I nixed_ Fire`&. Casualt Conti •�`aii a coin oration::duly:_or anized arid:::existin under the laws y p }.. P Y �. of the State.*b Iowa; ..' ited -Fire• &:-:Indemnit •Con an:: a:coi.` oration::duY organized.::and::existin : under' e laws of tire: State: of Texas; and .F:.inancial Paejfic::Insurance Company, a;co :oration dulyor auized and ex stir under` the:.:laws of :tlie:Sta:te of Califoniia .(.lierein collectively called: �e Compar ies),: and having their::co porate headquarters: n Cedat:A ids, State of Iowa;: does make, constituter and appoint OOERT L KOLLSMI TH: JACQUEL I NE: K... PETERS:, DEBORAH D . HAHN, M i L.YNN K I MBLE: _ SAMANTHA. S P I LMAN.:; JENNIFER LUSE, LUKAS SCHRODER, JASON D. SMITH, JAMES M. SMITH, TIMOTHY J. FOLEY, DAVID M. OWEN, BRAD BENGTSON : AARON CQLLI:NS ,.....LAU.R-I: MENEOUGH :. EACH..:. L ND I V I DUALLY • • • • • • • • • • • • - • • • eu� tnie :and <:lawfiil Attorne s`-in-Fact ti'vith:: o.�wei� aid aiithorr :lieib cornferted y(� . �.. ty Y g , vided tli f no sun 'le ob at on. undertakings ard: other obli ator .."nnstlrriieiits• of similar natZu=e _:- d t a' e exTtent as:of s cl i istmmenits c�� :ere.si ;:... •-and :to buld.�tle�:Companies thereby 0s fully air o the.:..s u� u:.. �:u. � ... :`and: all of the acts of said'-Attorne : • ursuanf to:: the`aiitho: it hereb:`� ` ive ��aud•--hereb ratified and:cor •--- The Authorityhereby granted -is: continuous arid: shall reniAliii in frill force.and effect until''revoked by. United:::Fire & :Casita Indemnity Company, and Financial Pacific Insurance Company. This Poyt.ier-Of Attorney is made and executed pursuant to and by authority of the following bylaw duly adopted on May 15, 2013,.: b irectors ofunited;fire & Casualty Company, United Fire & Indemnity Company, and Financial Pacific Insurance Company. al and execute:_ :un :tts behalf all a•awftil::bonds, all exceed 47:$ , poo .0o0 . o.Q the duly authorized officers of the Companies:.:. "Article VI — Surety Bonds and Undertakings" e: do r 2:::Appointanent of Attorney -in -Fact. "The President or any Vice President, or any other officer of the Companies may, from time to tine; poi t by «�ritten :- .certificates attorney-inw.fact to act in behalf of the Companies in the execution of policies of insurance, bonds, undertakings and other obligatory uist u;rients::of like nature::::: 'I ie: signature of a i.:.oft'icer authorized hereby, and the Corporate seal, may be affixed by facsimile to any power of attorney or special power of attornOtiOr.eertification 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,00 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 of JOrtitiitth.e.iritspective certificates of authority shall have full power to bind the Companies by their signature and execution of any such instruments:.aiid to attach.:tlinoal -therOmpaii es •thereto. the President or any Vice President, the Board of Directors or any other officer of the Companies may at any time revoke::ant_>l o«rer and authority :previously given to any attorney -in -fact. 0011111/114 tzt CORPORATE 3 se it; • - it � �� SEAL at- 1111111111 of Linn, ss: `A00111111/10, -g �uLY22 ps =U; •_— Q', i 1986 ' g NY •'. tll//1III111111�t1C 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 :November, 201 UNITED FIRE & CASUALTY COMPANY UNITED FIRE & INDEMNITY COMPANY::.:.. FINANCIAL PACIFIC INSURANCE:COMPA By: Oh 16t h day of November," 2017, before me `persona 1 1 r-came Dennis J 'R-1 hmann 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 Casnalty.:Company, i V:ice President of Unted Fu-e::84:: jndgpipj y Company, and a Vice Fresrdent ofT.ivanciaji Pacific .Insurance Company: the ;: cor :orations described`::in 'and N.vhrch::executed tlie.: above rnstrunient;.._that. he kno Ts the seal of said co .orations`- that: the: seal :affixed to the said nstruntent is such co orate> sean•-:that rt g as: 'so affixed ursuant:-to authOkiW: iven .b` t1 . Bo ird ;Of Directors of said:`cor orations: an Olathe sighed his name thereto ptrsuant ...... -... ..... , ied es: same o lehe:ac:=:and deedof-said .!.coorations. .. ... Vice President Judith A;Jones' (owa Notarial Seal- Commission number 173041 My Commission Expires 4/23/2021 aiy.A: Beitseh; Assistant Secretary: ecretary !. of Financial Pacific Insurance. fire co` of >the: Section. of the b `�la�s at1 ME OFFICE OF SAID ::CO ::United Fire .& Casualty COin ;om pan do hereby ci resolutions of sa ORATIONS, and that tt . aily atid: •Assista It that I hm. ave co..ai'ed rd Cotporations as :set::fortlili sai ne . Sarnne are correct- transcripts - Power of Attdiii has not beeif revdked a1Yd. is now in full foi& and effect: In testimony whereof I have hereun .this Mi10 1 GA111g1// �Stte /// • r. • elpik: I:' . aale y `. Ye.. itv IP ..0 •1tWE,.I///.: • ecretar of LJi iced Fire.* litdemnit l om ari ang Assistant. di - a avi `e foregoingcopy of the�'o��uer of �Aftorriey. �andrld ffid t, . . o�e� _of Atoney,witne.Q.RIGNAf...S ON FILE.IN THE e eof,`:.and -of .tire- whole of :the'said originals, :an that the said:' e corporate seal of the said Corporations Assistant Secretary, UF&C & OF&I & FPIC • • • O. • • • • BPOA0049 1217 This paper has a colored background and void pantograph.