HomeMy WebLinkAboutPirc Tobin Construction Inc CONSTRUCTION INC _
TO
PO Box 160 Alburnett, IA 52202
BID DOCUMENTS : Sealed Bid for Complete Construction
I
Waterloo Regional Airport Water Main
Improvements — Phase 1
Waterloo , Iowa
BID OPENING : 1 : 00 PM - 09/ 10/2020
BID SECURITY ENCLOSED
I
j
I
i
CONSTRUCTION INC .
TO IN
PO Box 160 Albu
rnett IA 52202
BID DOCUMENTS : Sealed Bid for Complete Construction
Waterloo Regional Airport Water Main
Improvements - Phase 1
Waterloo , Iowa
BID OPENING : 1 : 00 PM - 09/ 10/2020
BID ENCLOSED
FORM OF BID OR PROPOSAL
WATERLOO REGIONAL AIRPORT
WATER MAIN IMPROVEMENTS — PHASE I
CITY OF WATERLOO , IOWA
CONTRACT NO . 1033
Honorable Mayor and City Council
Waterloo , Iowa
Gentlemen :
1 . The undersigned , being a Corporation existing under the laws of the State of Dvq 6 .i
a Partnership consisting of the following partners : yNo+ a
having familiarized ( himself) (themselves ) (itself) with the &xisting 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 the WATERLOO REGIONAL AIRPORT WATER MAIN
IMPROVEMENTS — PHASE I , CONTRACT NO . 1033 , all in accordance with the above- listed
documents and for the unit prices for work in place for the following items and quantities :
WATERLOO REGIONAL AIRPORT
WATER MAIN IMPROVEMENTS — PHASE I
CITY OF WATERLOO , IOWA
CONTRACT NO . 1033
Item SUDAS Unit Bid Total Bid
No . No . Description Unit Est. Qty. Price Price
1 11020 MOBILIZATION LUMP SUM 1 . 0 $ 1000r) 0 w o $ 1womo, Lto
3010- 108- D-0 REPLACEMENT OF CY 300 . 0
2 UNSUITABLE BACKFILL $ ? 0O $ [O6�6004 00
MATERIALS
5010- 108-A- 1 WATER MAIN , TRENCHED , LF 22 . 0
3 DUCTILE IRON PIPE ( DIP ) , 6 $ bo , 00 $ 17T 0 *
IN , NITRILE GASKETS
5010- 108-A- 1 WATER MAIN , TRENCHED , LF 11820 . 6
4 DUCTILE IRON PIPE (DIP ) , $ r $ I l�Z��' , p �
12 IN , NITRILE GASKETS � "/ � � �
5010 - 108- B - 1 WATER MAIN , DIRECT LF 30 . 0
BURIED , DUCTILE IRON
PIPE (DIP ) , 12 IN , NITRILE
5 GASKETS , INTEGRAL $ 6pe 00 $� 15o6 • QO
RESTRAINED JOINTS WITH
CASING PIPE
5010- 108-C- 1 FITTINGS BY COUNT, EACH 2 . 0
6 DUCTILE IRON , 12 IN , MJ $ �jZ� , 01) $ � Cja . pa
CAP
5010- 108-C- 1 FITTINGS BY COUNT , EACH 9 . 0
7 DUCTILE IRON , 12 IN , 450 $ � 17j�Q . 00 $ 1�400 • 0C)
ELBOW
5010- 108-C- 1 FITTINGS BY COUNT, EACH 1 . 0
8 DUCTILE IRON , 12 IN , 22 1 /20 $ 1t • 00 $ 1 0o
ELBOW
Form of Bid FB- 1 of 3 Waterloo Arpt Water Main Impr - Phase I
AECOM #60633175 Contract No . 1033 Waterloo , Iowa
Item SUDAS Unit Bid Total Bid
No . No . Description Unit Est. Qty. Price Price
5010 - 108-C- 1 FITTINGS BY COUNT, EACH 1 . 0
9 DUBCOTIILLE IRON , 12 IN , 11 1 /40 $ 1/300. 010 $ ( 300 . 0 n
5010 - 108 - C- 1 FITTINGS BY COUNT, EACH 3 . 0
10 DUCTILE IRON , 12 1N ) $ 000 00 sq, ( 00 . 00
LOCKING TEE
5020 - 108 -B- 1 12 IN , LIVE TAP WITH FULLY EACH 1 . 0
11 ENCAPSULATING (�
STAINLESS STEEL TAPPING $ �1 1 � ' $ 70009 00
SLEEVE AND VALVE
5010- 108-C-0 FITTINGS BY COUNT, EACH 1 . 0
12 DUCTILE IRON , 8 IN , RJ $ (000 . 00 $ 6000 Ov
LONG SLEEVE V
5010- 108- C-0 FITTINGS BY COUNT, EACH 1 . 0
13 DUCTILE IRON , 6 IN , RJ $ 550. 00 $ 550 . 0 0
LONG SLEEVE
5010- 108 -C-0 FITTINGS BY COUNT, EACH 1 . 0
14 DUCTILE IRON , 12 IN X 6 IN , $ 650 . Oa $ b504 00
REDUCER
5010 - 108-C-0 FITTINGS BY COUNT , EACH 1 . 0
15 DUCTILE IRON , 12 IN X 8 IN , $ br20900 $ 50 . 00
REDUCER
16 5020- 108-A-0 VALVE , GATE , DIP , 12 IN EACH 7 . 0 $ Z , 00 $ � p • 00
17 5020- 108-C-0 FIRE HYDRANT EACH 3 . 0 $ 5 , 0p $ 200 . 00
18 7020 AND REMOVE AND REPLACE SY 127 . 5 1 -
7030 HMA PAVING $ R(a • � � $ � Z�Z 010
19 9060 REMOVE AND REPLACE LF 87 . 0
CHAIN LINK FENCE $ I3to• OO $ 11 832 . 00
20 9040 . 1 . 08 . F 12 " WATTLES LF 42586 . 6 $ 2 , 5o $ II & , ; 0
21 BOLLARDS EA 8 . 0 $ S• o 0 $ 40 a 00
22 9010 . 2 . 02 . A URBAN SEED MIX - ACRE 1 . 1 ig o � 0
PERMANENT $ O • $ 5F310000
23 9010 . 2 . 02 . D URBAN SEED MIX - ACRE 1 . 1 $ ��00000 $ ,z oo 00
TEMPORARY
24 9010 . 2 . 02 . E RURAL SEED TEMPORARY MIX - ACRE 0 . 9 $ O0 . 00 $ I , boo
00
TOTAL AMOUNT BID $ h% ql t Cjo
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 . J��
4 . Security in the sum of �O RIV Dollars
($ ) in the form of is submitted herewith in accordance with
the INSTRUCTIONS TO BIDDERS ,
5 . Attached hereto is a Non -Collusion Affidavit of Prime Contractor.
Form of Bid FB-2 of 3 Waterloo Arpt Water Main Impr - Phase I
AECOM #60633175 Contract No . 1033 Waterloo , Iowa
6 . Attached hereto is a Bidder Status Form indicating Resident Bidder Certification ( ) , 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 followingAddendumor Addenda :
Addendum No . V Date
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 .
lir T(aV n & 6k � � Z� Z �
(Name of Bidder) ( Date)
BY: Title Mrd
Official Address : ( Including Zip Code ) :
I . R . S . No .
Form of Bid FB-3 of 3 Waterloo Arpt Water Main Impr - Phase I
AECOM #60633175 Contract No . 1033 Waterloo , Iowa
NON - COLLUSION AFFIDAVIT OF PRIME BIDDER
State of �lf� G- z )
)ss
County of �— ► v1 � )
Cva TO being first duly sworn , deposes and says that :
1 . He is ( Owner, Partner , Officer, Representative , or Agent) of � 0the 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 , affiant .
(Signed )
V-1E � e;�
Title
Subscribed and sworn to before me this Q day of 2024
Title
My commission expires
CHARLESJARNOLD
NOTARIALSEAL - IOWA
ii COMMISSION N0. 7478M
NIYCOMMISSIONEXPIRES Z
Non-Collusion Affidavit NCA- 1 of 2 Waterloo Arpt Water Main Impr - Phase I
AECOM #60633175 Contract No . 1033 Waterloo , Iowa
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 forms as provided by the Affirmative Action
Officer . Said forms will elicit information as to the policies , procedures , patterns , and practices of
each subcontractor as well as the contractor himself/herself and said contractor, subcontractor,
vendor and supplier will permit access to his/her employment books , records and accounts to the
City's Affirmative Action Officer, for the purpose of investigation to ascertain compliance with this
contract and with rules and regulations of the City's Affirmative Action Program —Contract
Compliance Provisions relative to Resolution No . 24664 .
6 . In the event of the contractor's non -compliance with the non - discrimination clauses of this
contract or with any of such rules , regulations and orders , this contract may be canceled ,
terminated or suspended in whole or in part and the contractor may be declared ineligible for
further contracts in accordance with procedures authorized by the City Council ,
7 . The contractor, subcontractor, vendor and supplier of goods and services will include , or
incorporate by reference , the provisions of the non - discrimination clause in every contract,
Equal Opportunity Clause EOC- 1 of 2 Waterloo Arpt Water Main Impr - Phase I
AECOM #60633175 Contract No, 1033 Waterloo, Iowa
subcontract or purchase order unless exempted by the rules , regulations or orders of the City's
Affirmative Action Program , and will provide in every subcontract , or purchase order that said
provisions will be binding upon each contractor, subcontractor, or supplier.
8 . We , the undersigned , recognize that we are morally and legally committed to non - discrimination
in employment . Any person who applies for employment with our company will not be
discriminated against because of race , creed , color, sex , national origin , economic status , age ,
mental or physical disabilities .
(Signed ) 44s(
(A ropriate Official )
1�r�dex��
(Title )
2jp ?d �Q
( Date )
Equal Opportunity Clause EOC-2 of 2 Waterloo Arpt Water Main Impr - Phase I
AECOM #60633175 Contract No . 1033 Waterloo, Iowa
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
b . Cancellation , termination , or suspension of the contract, in whole or in part .
6 . Incorporation of Provisions : The contractor shall include the provisions of paragraphs ( 1 ) through
(6 ) in every subcontract, including procurement of materials and leases of equipment, unless
exempt by the Regulations , or directives issued pursuant thereto . The contractor shall take such
action with respect to any subcontract or procurement as the Contracting Authority , the Iowa
DOT, or the FHWA may direct as a means of enforcing such provisions including sanctions for
non -compliance : Provided , however, that, in the event of a contractor becomes involved in , or it
threatened with , litigation with a subcontractor or supplier as a result of such direction , the
contractor may request the Contracting Authority or the Iowa DOT to enter into such litigation to
protect the interests of the Contracting Authority or the Iowa DOT ; and , in addition , the contractor
may request the United States to enter into such litigation to protect the interest of the United
States ,
Title VI Civil Rights TVI- 1 of 1 Waterloo Arpt Water Main Impr - Phase I
AECOM #60633175 Contract No , 1033 Waterloo, Iowa
Bidder Status Form
To be completed by all bidders Part A
Please answer "Yes" or " No" for each of the following :
Egoo 'es ❑ 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) .
❑Yes ❑ No My company has an office to transact business in Iowa .
[R#*�es ❑ No My company's office in Iowa is suitable for more than receiving mail , telephone calls , and e - mail .
[jje'res ❑ No My company has been conducting business in Iowa for at least 3 years prior to the first request for
bids on this project .
20OYes r ] No 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 : _ / / c to / . Address : 2U90
City, State , Zip : ` 2��•
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 ❑ Yes ❑ No
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 .
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 : j1(� —
Signature : �} Date : 10 , 7078Z
You must submit the completed form to the governmental body requesting bids per 875 Iowa Administrative Code
Chapter 156 . This form has been approved by the Iowa Labor Commissioner.
309-6001 (09-15 )
Worksheet : Authorization to Transact Business
This worksheet may be used to help complete Part A of the Resident Bidder Status form . If at least one of the following
describes your business , you are authorized to transact business in Iowa .
es ❑ No My business is currently registered as a contractor with the Iowa Division of Labor.
❑ Yes ❑ No My business is a sole proprietorship and I am an Iowa resident for Iowa income tax purposes .
❑ Yes ❑ No My business is a general partnership or joint venture . More than 50 percent of the general
partners or joint venture parties are residents of Iowa for Iowa income tax purposes .
❑ Yes ❑ No My business is an active corporation with the Iowa Secretary of State and has paid all fees
required by the Secretary of State , has filed its most recent biennial report , and has not filed
articles of dissolution .
❑ Yes ❑ No My business is a corporation whose articles of incorporation are filed in a state other than Iowa ,
the corporation has received a certificate of authority from the Iowa secretary of state , has filed
its most recent biennial report with the secretary of state , and has neither received a certificate of
withdrawal from the secretary of state nor had its authority revoked .
❑ Yes ❑ No My business is a limited liability partnership which has filed a statement of qualification in this
state and the statement has not been canceled .
❑ Yes ❑ No My business is a limited liability partnership which has filed a statement of qualification in a
state other than Iowa , has filed a statement of foreign qualification in Iowa and a statement of
cancellation has not been filed .
❑ Yes ❑ No My business is a limited partnership or limited liability limited partnership which has filed a
certificate of limited partnership in this state , and has not filed a statement of termination .
❑ Yes ❑ No My business is a limited partnership or a limited liability limited partnership whose certificate of
limited partnership is filed in a state other than Iowa , the limited partnership or limited liability
limited partnership has received notification from the Iowa secretary of state that the application
for certificate of authority has been approved and no notice of cancellation has been filed by the
limited partnership or the limited liability limited partnership .
❑ Yes ❑ No My business is a limited liability company whose certificate of organization is filed in Iowa and has
not filed a statement of termination .
❑ Yes ❑ No My business is a limited liability company whose certificate of organization is filed in a state other
than Iowa , has received a certificate of authority to transact business in Iowa and the certificate
has not been revoked or canceled .
309-6001 (09-15)
BSF-2
D m w DC) cn s P n 0 N a -n1 a (o -o p p
M Co 0 (o o 0 c p .Z1 ' 0 (D o 0 (D o (D -ti• _s
pC� m � o m a m m :3 n - wo E. w D Q3 � o ao 3
� ED n _0 3 v' v' ° ° W � CD v a m v C) W v m
M C) m c r« � � < (n � v (n M : n m I w o C)
rn p a � ° ° -, (0 (DCL0CTA, � sw ° o w °_ o - h m w =r � o
w � p �, m m n n°, Dm � � zOW =fifi D ° ° (D (n ° o 0 � W m =;
w D ° OOm o m - o o zm w s w w
m < 0 W o w o 0 0 = w 3 nim ° o o% n
Wim' :o cio �' oomcmoy � ° as cfl (D 3 ° o cr o� 0 ° 0
a' o < � 0 m 3sc, m � � nW uoia < CL0. cwi > > a3 (n < C � oou,
V O m a N d' N O v m Q --I om- 0 O 0 w 0 (D (0n rn m Zr0 N Q ((D
Z c (D 0 n N
(D (0i, (<D O 0 w w a '7l 0 0 0 (D M N Cn (D ° N 5'
°' s = ° ° ai 0 o 0 o ao O : m (Ds Cm w 0V M CD I o a) (0
NJ a ° J a' O ° 0 -- N (0D n' fl, < m' a N N m �CD (D s d 0 y
orr
(D o (o m m (D -0 (Do o —{ a 0 am a v 0 m w om v �
� (D. N a (D O (D < 3 c (D (D (D m m � ° ° (D
o < T o `C. O �, Q' z <' w (D G (n rt W < w m 0 0 ° 0 (n
0 (a (n - O t0!-, � o 7n (D 00 d ,�,,, (D a n m � (DD �1 O 3
(n c c as3 ao Z3 0. -0 m w o < s II w
as (D m � � s w < ° (n c(D c 0 m _ _ nm
m < u, � m On
o w (n m o o _ m
oozT � � m w
CL o o Q O °< 0 lD7C3 °, < w (n zr m 00 rn
s m (D o
W � u0i 0 CL EL o Com < 0 � = C 00
(D o n � (n r+ (D0 � min, C) cnc0n,
M � � ° (D 3 w (n n (D n p s 0 0
(D a, 0w (D (D 0 (Dm - n co (n ° z Don, 0
Oom o o c� w o � `< � � c,: � m m m � —I m o o Z
m � -o � � Cr03 (D 0 W o � c D 5 W
m 0 o m (� m v m s vert (DC) w �, —)
� m � o' m a � Cl Ch(n < mHj
73 0 o (Dm 3 z o m
_ � m (n m 3 c m @ (D _ W
s u,' -o (Dm a CD o m nsi w O � n � rn
� � o (D (D w ° o C 3 aCD _ %� W Z
w co w• = 0 o cn o 0 ° CO c w ° m w (D 'Tt co
C) � ° (n 0 o cD < o s3 Z 3 C: c c -Dj � CL 0 C
cD , w m m a n
mem (D =jm m c s „ a m O oo ° ° (�
o z m w (D
o W w —• c0 (D mz a 3 cn O c
o � a m CL CL m � m v w � � a m � � 0
(ai 8 � N - moa W W � (D (n � mws. Z m
0' (n (n (D ° '': m C (D Z
cn ss m m u, c :U o mw ° u, � � '77
(D . n, a s (D 3 wo 0 3 m M 0 —�
s :r w u (D :3 o mPL Wm CD o o mm m
'mas v mv(D m no0 � om oo3 a o wocn
amM 0 03 mcl W 0 � (D 03 ops Z �
mr a w c rt _ o. rt � in CD cn
CL (n n � m C) m m m �, CD �{ m
(DU3a a. Z 0 w � O o o = off. s � ' U
cn 3 0 (D
w =, 0 n 0 c 0 w m s o � m < (n C
s s n 3 D (D S - (p (p 0
0 o 3 h `< (D a C) CL (D 00 O n �
N (n N .7rt 70 ''� d. ((D N tO
N v N 3 -0 0
70
CL O O
w
cc i i m CD
CD
.0s
cQ(D �wa � Oo
(D (D 3 o. m
CL °oa mm � zT
v 3CD
(D o
CD
: � ° o owo° o z m °
o scy C: D
mD o
0 CL CD a c (Dn (D
s = O C o cu .O (D (/)v
OL7
7- (n 0 (D 3 w �'
CL ° � � s _ (D °
mnmm Ch m w ° D' 0w �. � a
(nom ma
w n <� n z s s ° � cfl m
((D ° o < < o m W s � 0 m a (D o M.
0 0 C o o CL < o w (a c rt (D
o a a o 0 o m m o ci D , _.
muc, (D °
o 0N CL -N m w w
CD
`D < ° o� � v c
m m (D mui � om omm
m
-0tDz o
moo m o ° o X
nm � � X00 s= o o W 7 � � O
0 � 3 C T \ m co c � w Cl Z) Z3 w
m n r
a) (D v � • (D 07 to O o o m W C7
o -o n m ° � (D w DZ c - o m o
rn v O DP c c D CL � c
m �' �mph o c r � U? w
�I a� 1 4h C rn o �' �' o c m W nzi
c � (D
o� � o
(n° nO
rV - D7 ZCD ° � m0 w
N) o o Do Wo --I
(D ' m 00 0 o
w
� c � wW w
(DZT 0
m o
0 UD CT
c Co m CT c °
oo moo
w c
D
. OI
omU m csa ° om o� o m oWm n tD n
� = w
m o Q n z
° mwocro
CL
CL 00 z cn
S
m m � c
O nm o � � p � 5 �_ C
CX 7 � NQo � `c m �
_ g N ° o 0 EL
0 a' '
A � D c � o v cn � ° 1 Wm
o d z o Ch o w h co o �
° cnz � � ° 0° •w OW
zo z2 acn a
fXD m O (D pl c ° ° Q =n W '� n
Cl n � � � g< h m
m c m Q w -i -
w (D 6L
CL mW cfl 3 0 ° m ° o Wo 0c
m ( 0 ° c�D (D � . p ' 0 m7 � � m
rtm o0 0 o o cci � v O > � z
tD Om n c ° ° Q ° a �_ m
CL Z � w � 0 mo
0 co � r cn o � . Q }� c o z
-� 0 0 - o 1 07m �n
tnm o m c . � o ° ° 0 ° 1 Om
-< ' to Q 0 7 ° ,0
N W m � (n o � ' c � �
Cv 0w w ° I om
o <-n c (D om 46
CD ° cn(D ca o �' ' ° W
n to ° fn
c
A (D CD zT 3 DCD 0 p fpr,
0 0 n ° n < v (D O -,
w o rt o 0 a) -� ti m CD c
o73 D
U) v 0 cc° m p
-o w a c
( w
W
m ? c
a
m �' o ° °Dr
mwm D m
0o v� N
D
446
w in
� v
o �o a o0 0 ° o 0(DCT w
C
o N ( D CD O p
m
(D CL) ton c=n 3 b
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 loth day of September
20 20 for Waterloo Regional Airport Water Main Improvements - Phase I
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 31st day of August A . D . 2020 .
Pirc Tobin Construction, Inc ( Seal)
Principal
By
(Title )
United Fire & Casualty Company ( Seal )
1 s Surety
S By
Witness Lukas Schroder Attorney-in4act
Bid Bond 1313- 1 of 1 Waterloo Arpt Water Main Impr - Phase I
AECOM #60633175 Contract No . 1033 Waterloo , Iowa
UNITED FIRE & CASUALTY COMPANY, CEDAR RAPIDS , IA Inquiries : Surety Department
LIMITED FIRE & INDEMNITY COMPANY, WEBSTER , TX 118 Second Ave SE
FINANCIAL PACIFIC INSURANCE COMPANY, ROCKLIN , CA Cedar Rapids, IA 52401
Uf guf I
INSURANCE CERTIFIED COPY OF POWER OF ATTORNEY
(original on file at Home Office of Company — See Certification)
KNOW ALL PERSONS BY THESE PRESENTS, That United Fine & Casualty Company, a corporation duly organized and existing under the laws
of the State of Iowa; United Fire & hmdemnity Company, a corporation duly organized and existing tinder 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
ROBERT L . KOLLSMITH , JACQUELINE K . PETERS , M , LYNN KIMBLE , SAMANTHA SPILMAN , JENNIFER ; LUSE , LUKAS
SCHRODER , JASON D . SMITH , JAMES M . SMITH , TIMOTHY J . FOLEY, DAVID M . OWEN , BRAD BENGTSON , AARON
COLLINS , LAURI A . MENEOUGH , KURT FELLER , DORA B . STEVENS ,, EACH INDIVIDUALLY
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 $ 75 , 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 mitil 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 of
forth in their respective certificates of authority shall have full power to bind the Companies by their signature and execution of any such instruments and to attach the seal
the Companies thereto . The President or any Vice President, the Board of Directors or any other officer of the Companies may at any time revoke all power and authority
previously given to any attonney- in -fact.
IN WITNESS R'FIEREOF , the COMPANIES have each caused these presents to be signed by its
IINS�ri��rii 1�
vice resident and its corporate seal to be hereto affixed this
�F ... ...... .ggy 16th day of November , 2017
QPt6OPPORq�,• ,1'o:
CORPORATE CORPORATE ; _ Q.. Fp : n c
_ SOLY2z oe UNITED FIRE & CASUALTY COMPANY
A 9EAL � ' sEAc < y., . see UNITED FIRE & INDEMNITY COMPANY
CRTFINANCIAL PACIFIC INSURANCE COMPANY -
State of Iowa, County of Linn, ss :
Vice President
On 16th 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
corporationsdescribed 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.
�a. ea Judith A . Jones +�
sIowa Notarial Seal
• Commission number 173041 Notary Public
plr ►. My Commission Expires 4/231202 1
My commission expires : 4/23 /2021
I, Mary A . Bertsch, Assistant Secretary of United Fire & Casualty Company and Assistant Secretary of United 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 testimoniwhereof I have herf unto subscribed my name and affixed the corporate seal of the said Corporations
this / day of JI %L4C2IF
X%ttill, 111111it, 4p`\iNoc�p/pq ` `�G INS[/�iiii/
CORPORATE _ w CORPORATE ; 4 �ULY22 O C) _ B
, a , Y AC5��v1^""' "
SEAL SEnL ' y' . ° . F = ; Assistant Secretary ,
$ xarID�\ of "` ,� ..: -
ollo\n 8i/iuiiOF&C & OF&I & FPIC
BPOA0049 1217 This paper has a colored background and void pantograph .