HomeMy WebLinkAboutPirc Tobin Construction Inc CONSTRUCTION INC .
TO
PO Box 160 Alburnett, IA 52202
BID DOCUMENTS : Sealed id f r CQ tete Construction
1-UZI Lei eC
pit Street al roa9
wa ,
BID OPENING : 1200 PM - 11 / 19/2020
i
BID ENCLOSED
CONSTRUCT10N INC .
TO IN
PO Box 160 Alburnett, IA 52202
BID DOCUMENTS : Sealed Bid for Complete Construction
1
FY 2021 Leversee Road Lift Station
Waterloo , Iowa
BID OPENING : 1 : 00 PM - 1111912020
BID SECURITY ENCLOSED
FORM OF BID OR PROPOSAL
FY 2021 LEVERSEE ROAD LIFT STATION PROJECT NO . 5623
CONTRACT NO . 983
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
7bW0I. , a Partnership consisting of the following partners :
At oMr lr5y ( P
having familiarize (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 2021 LEVERSEE ROAD LIFT STATION PROJECT NO .
5623 , CONTRACT NO . 983 , all in accordance with the above - listed documents
and for the unit prices for work in place for the following items and quantities :
FY 2021 LEVERSEE ROAD LIFT STATION PROJECT NO . 5623
CONTRACT NO . 983
ITEM
N0 . ITEM UNIT QTY . UNIT PRICE TOTAL
2 . 01 TOPSOIL, ON SITE CY 550 $ 0 e 0 0 $ 00 , 00
2 . 02 EXCAVATION , CLASS 10 CY 2850 $ Cj $ 0 0
2 . 03 SUBGRADE PREPARATION , 12 " SY 1270 $ (7 $ 7 . 00
2004 SUBBASE, 611
, MODIFIED SY 190 $ � �1 . 00 $ �bra0 . 0 �
SANITARY SEWER, GRAVITY MAIN , $ I �O , oO $ ` � 200 ' �O
4201 TRENCHED, TRUSS, 12 " LF 118 T
SANITARY SEWER, FORCE MAIN ,
4 . 02 TRENCHED, PVC, 6 " LF 175 � ' d0 �/ Z50 ' (),D
5 . 01 WATER MAIN , TRENCHED, DIP, 6 " LF 50 $ o , 00 $ % 060 , 00
5 . 02 FIRE HYDRANT ASSEMBLY EA 1 $ 500 . 00 $ Lt . 5bo - 00
6 . 01 SANITARY MANHOLE CONNECTION EA 2 $ 050080o $ D6 , 00
6 . 02 SW-515 INTAKE RECONSTRUCTION EA 1 $ , 00 $ 0004 00
7 . 01 CURB AND GUTTER REMOVAL LF 91 $ , QO $ zi 10 :3 , 00
7 . 02 PAVEMENT, C-SUD PCC, 9 " SY 167 $ 1004 Quo $ 0 . 00
7 . 03 GRANULAR SURFACING , 12 " SY 965 $ 1 fo , 00 $ ( 1 ?j , 00
8 . 01 TEMPORARY TRAFFIC CONTROL LS 1 $ 000 . 00 $ 2 , 00
HYDRAULIC SEEDING , FERTILIZING , $ $
9 . 01 AND MULCHING AC O . S4 Y/ dbp • 00 litet D • 00
FORM OF BID CONTRACT NO , 983 4 - 1
5623
9 . 02 8 ' SECURITY CHAIN LINK FENCE LF 244 $ 7,74 iGj0 $ 00141g , 0 0
9 . 03 8 ' SECURITY FENCE GATE EA 2 $ I Z , QO $ Z 11 1j006 0 a
9 . 04 SILT FENCE, INSTALLATION LF 575 $ Z , r. 0 $
9 . 05 SILT FENCE, MAINTENACE LF 575 $ 1 , 00 $ C3 1:5z 0
9 . 06 SILT FENCE, REMOVAL LF 575 $ , 00 $ y, 0 O
INLET PROTECTION DEVICE, $ 00 $ 300 - 00
9 . 07 INSTALLATION EA 2 `7
INLET PROTECTION DEVICE,
9 . 08 MAINTENANCE EA 2 00 ( � ' QO
INLET PROTECTION DEVICE,
9 . 09 REMOVAL EA 2 $ � ' 00 100 OD
STABILIZED CONSTRUCTION $ $ 0
9 . 10 ENTRANCE, INSTALLATION EA 1 21000 , 00 / OdO . O
STABILIZED CONSTRUCTION $ X504 00 $ . 00
9 . 11 ENTRANCE, MAINTENANCE EA 1 '
STABILIZED CONSTRUCTION $ 5�G • � � $ �D0p0
9 . 12 ENTRANCE, REMOVAL EA 1 '
SEEDING , FERTILIZING AND $ I-Do . o0 $ 000 ' QO
9 . 13 MULCHING AC 5 . 0 / 1
9 . 14 MULCHING AC 5 . 0 $ +';o . 00 $ 3_414 0 , p0
11 . 01 MOBILIZATION LS 1 $ /SD oco • 00 $ 1000 . 00
UNIT MASONRY ELECTRICAL $ $
12 . 01 CONTROL BUILDING LS 1 �0, 0�0' 0� �010D0 ' 00
ELECTRICAL PACKAGE, GENERAL $ $
ELECTRICAL REQUIREMENTS, aas' co 01 961j 000 Dc)
12 . 02 INCLUDING GENERATOR LS 1 a
S STEMS ET WELLAND PUMP CONTROL LS 1 $ -` � 01 000 n $� �/ 0W 000
12 . 03
12 . 04 VALVE VAULT LS 1 $ �j5;, W . 0 $ j155 0C) 0 . Od
12 . 05 AIR RELEASE MANHOLE LS 1 $ vV 00060V $ ;01 00 O
12 . 06 METERING MANHOLE LS 1 $ 20 000. 010 $ ZQ 000 . 00
TOTAL BID $ � d2 (o . C20
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 .
FORM OF BID CONTRACT NO . 983 4 - 2
5623
4 . Security in the surn of % R
d
Dollars ($ G °70 ) in the form of FIA RSV ,
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 :
Addendum No . 'rl�l Date '.2e
10 . The bidder shall list the MBEMBE 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 .
FORM OF BID CONTRACT NO , 983 4 - 3
5623
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 .
Fir( 176 AA (" A194Dfi :,c NoV QA W 19 t2wo. Z o
( Name of Bidder) ( Date )
BY: Title
Official Address : ( Including Zip Code ) :
71 n 90 b �(Q1l ,td a S PP .
I . R . S . No . � — 90
FORM OF BID CONTRACT NO , 983 4 - 4
5623
NON - COLLUSION AFFIDAVIT OF PRIME BIDDER
State of T.0wa" )
)ss
County of IhA )
being first duly sworn , deposes and says that :
1 . He is � Owner Partner Officer Representative , orAgent) of
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 ) p�
Title
ISubscribed and sworn to before me this day of
/�4!/�C rw6.s✓
12020 , 007
Title ��
I
My commission expires 7
F
J ARNOLD
EAL • IOWA
N0. 747a ?,WIRES .....-.m
NON —COLLUSION AFFIDAVIT — CONTRACT NO . 983 7 — 1
PRIME 5623
f
QUAL 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
EQUAL OPPORTUNITY CLAUSE CONTRACT 983 8 - 1
TITLE VI CIVIL
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
TITLE VI CIVIL RIGHTS CONTRACT 983 9 - 1
5623
Bidder Status Form
To be completed by all bidders Part A
Please answer "Yes" or " No" for each of the following :
[ Yes ❑ 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) .
[rYes ❑ No My company has an office to transact business in Iowa .
[g` es ❑ No My company' s office in Iowa is suitable for more than receiving mail , telephone calls , and e- mail .
[ Yes ❑ No My company has been conducting business in Iowa for at least 3 years prior to the first request for
bids on this project.
Yes ❑ 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 : 01 l _ l �LIL to — / Address : 950 0 S
City, State , Zip : r[ M 5722N..
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 : r ('— 0 V\ l X11 C
Signature : ,� / �Z— Date : NOVQM 1� I I � A79
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
ITEMS OF POTENTIAL M E/W E PARTICIPATION
NOTICE TO PROSPECTIVE BIDDERS :
The following are items from the FY 2021 LEVSE ROAD LIFT STATION
PROJECT NO . 5623 , Contract 983 that have a potential for MBE/WBE Participation .
This listing , however, is not intended to be all encompassing ; to preclude MBE/WBE
Contractors from bidding on any items of the Proposal as a Subcontractor or the entire
Proposal as a Prime Contractor .
BID DESCRIPTION
ITEM UNIT EST. QTY.
7 . 01 CURB AND GUTTER REMOVAL LF 91
8 . 01 TEMPORARY TRAFFIC CONTROL LS 1
9 . 01 HYDRAULIC SEEDING, FERTILIZING, AND MULCHING AC 0 . 54
9 . 04 SILT FENCE, INSTALLATION LF 575
9 . 05 ISILT FENCE, MAINTENACE LF 575
9 . 06 SILT FENCE, REMOVAL LF 575
9 . 07 INLET PROTECTION DEVICE, INSTALLATION EA 2
9 . 08 INLET PROTECTION DEVICE, MAINTENANCE EA 2
9 . 09 INLET PROTECTION DEVICE, REMOVAL EA 2
MBE/WBE GOALS FOR THIS PROJECT
IMPORTANT : Prime Contract Bidders should be aware that ten percent ( 10 % ) MBE
goal and a two percent ( 2 % ) WBE goal is attached to this project . " Certified Return
Receipt letters are no longer needed with the bid showing proof of contacting MBE or
WBE Subcontractors , but the Pre - Bid Contact Information Form must be filled out
completely .
City of Waterloo Contract Compliance Officer :
Contract Compliance Officer
Community Development Board
Carnegie Annex , Suite 202
620 Mulberry Street
Waterloo , IA 50703
Phone : ( 319 ) 2914429
ITEMS OF POTENTIAL MBE CONTRACT 983 12 - 1
5623
i
0 ° r
o
LU
0 ca c .t
-cE c ma c co 0 N
C (n G O 0 ' m
"' _ 0) m
E a) 0 ° a w W > v
m ° c c ° .0 m F- O Q U
° c a' ca rnC 0 75 z c a) o
I ,0000p0 ° -° c c o y Inc W ° o c
C: rn CO
U)CL 0 a 0 m c D n c
o �' ° ° o 0 E ° w I'lIIIdP0 0
. , 3 `� � m � z 0 Ioc0
_2 o U � U) L c U) C 0 a U
o > au'i c c0a o m O ^ m
M w — o `n .c c z
It
aa) C bac m O w � Ocn0
o- o y °- ' 0 - LL m aci U a
oL Ev mac c z E UE0 ' >
° a) as wa _ o O w ° ELP: 0) 0
c E -a m m om 0 F m o om � °
M 3 E Q v LL c o
a�i � `o a m W a) � ai c
'° 0) o •a m o w ° m ° W ° °
> .E0 M c m 0 O � y c mm o cn
o Eo L m � � LL Ov > o o � a o
° colo o � � � 0 a) z aic m ° L o cn
® 0 00 m 00 CL C a aci � E
1- m > w o • � 2V o U o ;g E ° cs ° o
(> m ° ° E 0 a 0) o Y Q Do, cu � .� c 0 0 °
� •N Q N N � y O z ° w a o `om
m 0
W � � � � ( o ° o am Vico o o E > �
Cl) 0) d a m C c o D 0 E E (n a °) gym
Z � . Ec v 0mc m m co Co m ° m 0)
w N o 3 m L c _ - 0 0 0 v c �
� � moi � o M � � mo so op � saOioY
W W U 0 O Q_ °- C
® W m o E . L 0 c w �_ O N c U) N �
Z � � LL cI,IIIIiP cm o CO w 3 � c m � v3 rn
W z m �' 2 v m � 3 � mw o � ? a) U) U) c
fn ® w � a o cYw i. � m Svc W �' vi ` > � Uco
0) 1- 0 � 0 0 `nm W Lu ado m m0) Nowp QN
WQ � y .N Owc Ems Z � w main a) � � E2 [YLO
Z cn � m 3 U a) _ 1—
c m ° z V m > W a) � m y4- � awW Z
fAa° 0oW Om -°a ^ c o 000` 0) 0a) m O
� O o -om F o -a `� o 07 E mC > c 0 Y � O � U
m u- -0 2 � Qc mJ E E Z o a c u, 0 0 0 0 � o cca
WZ 0 0c 0 w- om 000
1111111110
5cr � c °° in E cc a3a�i .> a aci oYc
V aa) � � w m ° c m a (nm '� c o ao m
L0 ° E > 0c 0' oc ca .� aa))
Q o c`o o Z E a) E W m .0 o � 0 aL 0 0
W 1... L L_ =0 w co m L w L (n O L n >% = O
Caz m U c coZp 0 0 O oma° anima " v- ° ° ` -a in o
® ° WT =2 H E
:3 >%
° m W acro a°i a� cu ° @ � c c' a a
U o a z v ym a m c 0 E cn ami o ac 'a) 0 �
U °
® :° ate OU :° ° Z uia � os .-Na ami a) a)cu 03 n
00 coy D coo a mow- c3nL E � 0 0
W o Ear mmc ° a) c W g T a) c 0) c a) C:
o
0 ' Cm � U) c a) m a) ° a moc -0 � ` dc 0c0
a o 13 0 � y a � `m E aoc "0' o a � ac a 3 E v > 0 0 0
� � m w o ° cc° o mo a` )) c°) 0 3 m � � o c > a.3 a m
m � cn c awl m 0 a o 70 0a°) c) W ° L c Lo cv c v 0a a)
N o o a > wU ` c c c 0 m . >_ _ z � t o = u' � 0 U) o
0 ° 000 W (a a) m0CL u) c > a) EO L0 -0 ' 3 fn o0 ca
11W m p 0v, � 0 E ° E 'F00 � t- o6 � .°) L 0 00o N
IIIIIIINU � . E � � 'Q wv ° E w c a > � Q cn Q o 0 c0i = c) a c E CL o
IIIIINI ° N mm cn � 0ooccE� Em •c6 � 00
c o m m o Wo c m ( a0) 3 aO o c C o 00 N QQ o0 0
° mN U) 0 0 vcLu = L C o L 0 CLL oc cmo 0 c Q E o < ma f�
ur v � U cn N co a) a) m a) N co .0 z •c cu a) 0 0 O U O
0y Wcflami Dom o C � W c m N EU > >
I,IIIIdo0 yo z o c 0 c c 0 a o y W H m aci a •Q 0 = c ro s N
c i o owa ? > n a m m a 0 aQ mQ o � 0 0 0 m c� � � oOf
owa °o m � Q o0 >, E 00 0) c000 � � %&,"0WOE > U 0 coao Q
0 v o ° a) 0 o c o o0000000d, c@ o c c Z o m o • c c ui O o U 0 d
Y c0i ami a) mI' 0) o m c F o C: < mOz � Do Q a mU m e O
c c c cLu 2O 3 E o_ c m 0 0 cd � 6 ' cd .6 6M6 ai 0) � - � o U
U ° m . N wU c c m 0 ;g � ° w > � o f C � U c0ic U
a) U E ° c mU > 2 0 C o a) o c(a00 U 0 0 a) mc o
E E O E = Ec Q m a � U T H ' w "- w 0 0 Wim = a' o`
'L a) O 0 O V/ 0 6 0 ..� C — Q' t L
0. p_ Q. 0) 'a � LL -° N ..�. 0 M U rl' b L6 Qo H am to LL
N ° uUi p
N
04co S o CL Q
Co +- C
U L p 6 m ` i■
W coj 4-- a s S
O
Q cQ
LU
E c o U vcd
ii O
O a 0 , 2 m
co c� U cu
C aD O N
� Q (1) o
C a) > >%
p C O
0 ° o �' cU o o A
°' o '`o t p a> j d
CL 0
cn — o Eo a E O 1
m > o o (n co w
a> o co � moc c3a � � a
y
cnE
E y m a ` N ~
o � a) Ccna om Z
N O UO o ` o O C a a) L I
a C O L W
L a) O p
IL O O a L m :° O �_ W v�
U w U Euj
O C �- p
U O C O O E . o C7 0. A o 00
M
W � � m .� L) comai � E Z � �w V rn
NO of � W �U/ �
(q LL w - � a � Y fv ) OZ a UM
WZ_ ocn `p � � � W � �
Z o a> : � nc 3 o N
(1) rim 1 � a � p o w � o Z N c ° Z
mH � ° > Eo � 3 OZ a w '° to cP
W Z pa O N c 0 c N N Q � '� S � ` U
CO O !Ea) d• o .S o �- U
a) o -a qct0. 1 C U
(n p w Z; � m
p N = Ern � � n (nO
W _ 3 a � N a w LL W rn OO po q
Z
0 :5 15
Er � . � o U) m IML
O �
0. a) U U E w m O m U
o � o ops W
o CI U la)
W C
n3 > c O m Q
3 O � � ` W � `o I—
cn 7
C J Q o m O
00 C
O
Fozs
0 W N
1 0 � VwU o, Lm nsL o
Q c oCA
� ai 3 `^� o
z � (L Luc (Di �j c o pWq c$
Q m o a) -a C , cn V ` o
N p cn co vs U o Co o �+
(E6 L N W ` y0 0 w N (D p �+ a)
z 3 E 0 o -o c ° rn a two
1� ..}y�
o o o co Ute + a n3 :3 CO cn . �
coo pWO0cn �' aJ � � oc�a ,r � � C
-2 Cc:
� � a a)o" 0 O C a) sY V
O W O p p Z < L U p m 15C > � .. v
m o o V . C � a � o o '� E
. O n O
0 L L o C T � U ' O
W z 0 U cn in cn >= UJ S E �
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 19th day of November
, 2o 20 , for FY 2021 Leversee Road Lift Station
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 30th day of October , A. D . 20 20 .
Pirc Tobin Construction, Inc (Seal )
Principal
By C::�
(Title )
United Fire & Casualty Company (Seal )
Witness y Surety
B
it ess y Lukas Schroder Attorney-in-fact
BID BOND CONTRACT 983 6 - 1
5623
UNITED FIRE & CASUALTY COMPANY, CEDAR RAPIDS , IA Inquiries : Surety Department
a .
UNITED FIRE & INDEMNITY COMPANY, WEBSTER , TX 118 Second Ave SE
Uf9 FINANCIAL PACIFIC INSURANCE COMPANY, ROCKLIN , CA Cedar Rapids, IA 52401
CERTIFIED COPY OF POWER OF ATTORNEY
INSURANCE (original on file at Home Office of Company — See Certification) may
KNOW ALL PERSONS BY THESE PRESENTS, That United Fire & Casualty Company, a corporation duly organized and existing under the laws
of the State of Iowa; United Fire & Indemnity Company , a corporation duly organized and existing under the laws of the State of Texas; andmammal
Financial Pacific Insurance Company , a corporation duly organized and existing under the laws of the State of California (herein collectively calledam
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 INDIVIDUALLYam a mal
their trite and lawful Attoiuey( 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 Companiesall
a .
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 Fine & 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 Attomey-nn-Fact. "The President or any Vice President, or any other officer of the Companies may, from time to time , appoint by written
certificates attorneys- un-fact to act fit 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 anom eys-in -fact, subject to the limitations set of
forth in their respective certificates of authority shall have full power to bund 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 attorney- nn-fact.
IN WITNESS WHEREOF , the COMPANIES have each caused these presents to be signed by its
, "\�\IIIIIIIIIIII,/,
q/ ,, `\\ � � Mq,/T \F\C INSUg4,Pi vice president and its corporate seal to be hereto affixed this 16th day of November , 2017
o S Q:
coaeOaArE ,� _w coarOaArc $ ZY °ruLrz2 °� . 0_ UNITED FIRE & CASUALTY COMPANY
UNITED FIRE & INDEMNITY COMPANY
,''�i2 SEAL ��,`� SEAL : , 2•., O \P.+ 2 :
y s<iFOPN• °```` FINANCIAL PACIFIC INSURANCE COMPANY
//�J/-/-'��/��
11111111\II V
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
corporations describedinand 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. ,
na+ e a Judith A . Jones
Iowa Notarial Seal
+ Commission number 173041 Notary Public
ow ►. My Commission Expires 4/23/2021
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
HOMEOFFICE 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 testimony whereof I have hereunto subscribed my name and affixed the corporate seal of the said Corporations
this 30 'f day of ®c{e , 20 C)
Cam
4 00 : J`a`m >} Qam
P OPPOT �F`
CORPORATES w CORPORATE 3c �• =G )ULY 22 0 ° By.
1966 ' aallte
SEAL SEAL : 2 '
S :94/FOPS < ,.` Assistant Secretary,
RAPIER
DS �O\ iBST
111111% 1111 n/nmmlao 0 ,,,,lnull„I,uo OF&C & OF&I & FPIC
BPOA0049 1217 This paper has a colored background and void pantograph .