HomeMy WebLinkAboutOwen Contracting, Inc.JIOWEN
CONTRACTING
OWEN CONTRACTING, INC.
1325 RAIL WAY
CEDAR FALLS, IA 50613
3
•
Bid Security For:
FY 2022 Center For The Arts Parking Improvements
Phase 2 (Art Block)
Contract No 1007
City of Waterloo, Iowa
are a cif
It nizia
WATT R" a
CITY
TY t RK5 OFFICE
Art.; _^l .
-4 ;7 Zb
JIOWEN
CONTRACTING
OWEN CONTRACTING, INC.
1325 RAIL WAY
CEDAR FALLS, IA 50613
Bid Proposal For:
FY 2022 Center For The Arts Parking Improvements
Phase 2 (Art Block)
Contract No. 1007
City of Waterloo, Iowa
RLOO
WITY 01sn rG-" tRKS y
9�
tY•�
pt{ q �M1 ypSM :i.T
r ,113 h F fi t2 ; F 2 i i 6 .sJ'
*so' AskaLhed
9ehe4*o/ 5-treacly-A ee
FORM OF BID OR PROPOSAL
FY 2022 CENTER FOR THE ARTS PARKING IMPROVEMENTS
PHASE 2 (ART BLOCK)
CONTRACT NO. 1007
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 sr.* Wet. 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 2022 CENTER FOR
THE ARTS PARKING IMPROVEMENTS, PHASE 2 (ART BLOCK), City Contract No. 1007, all in
accordance with the above -listed documents and for the unit prices for work in place for the following
items and quantities:
FY 2022 CENTER FOR THE ARTS PARKING IMPROVEMENTS
PHASE 2 (ART BLOCK)
CITY CONTRACT NO. 1007
SUDAS
UNIT
TOTAL
UNIT
TOTAL
ITEM
QTY.
DESCRIPTION
NO
SPEC.
BID
PRICE
BID
PRICE
1
2010
Clearing
and
Grubbing
LS
1
$
$
2
2010
Topsoil,
Furnish
Spread
CY
100.0
$
$
and
3
2010
CY
300
$
$
Class
10
Excavation,
Roadway
and
Borrow
4
2010
Subgrade
Preparation
SY
4868.6
$
$
5
2010
Subgrade
Treatment,
Geogrid
(Type
2)
SY
600.0
$
$
6
2010
Modified
Subbase
TONS
1610.3
$
$
4040
LF
189.0
$
$
Storm
2000D
Sewer,
Gravity
III),
15
Main,
IN.
Trenched,
RCP,
7
(CLASS
8
4040
24.0
$
$
Storm
Sewer,
Gravity
Main,
Trenched,
RCP,
2000D
III),
21
IN.
LF
(CLASS
9
6010
Manhole
Adjustment,
Minor
6.0
$
$
EA
10
6010
4.0
$
$
Removal
of
Intakes
and
Utility
Accesses
EA
11
6010
Intake,
6010.502
1.0
$
$
EA
12
6010
Intake,
6010.505
4.0
$
$
EA
13
7010
Standard
Concrete
or
Pavement,
Slip
Form
Class
Portland
C,
Class
Cement
3
SY
4057.6
$
$
Durability,
8
IN.
14
7010
SY
3396.7
$
$
Removal
of
Pavement
15
7030
Removal
of
Sidewalk
SY
30.7
$
$
16
7030
Sidewalk,
PCC,
6
IN.
SY
133.0
$
$
17
32
13
16
Tan
Colored
Sidewalk,
PCC,
6
IN.
SY
394.0
$
$
FORM OF BID OR PROPOSAL
AECOM #60661493
FB-1-4
City Contract Nol 1007
FY22 Center for the Arts Parking Improvements
Phase 2 (Art Block)
Waterloo, Iowa
TOTAL
UNIT
TOTAL
ITEM
SUDAS
DESCRIPTION
UNIT
NO.
SPEC.
QTY.
BID
PRICE
BID
PRICE
Colored
Sidewalk,
PCC,
6
IN.
SY
284.0
$
$
18
32
13
16
Grey
19
8010
Lighting
Poles,
Type
1
EA
4.0
$
$
20
8010
Lighting
Poles,
Type
2
EA
4.0
$
$
21
8010
Lighting
Poles,
Type
3
EA
11.0
$
$
LF
926.0
$
$
22
8010
Electrical
Circuits
23
8010
Handholes
EA
3.0
$
$
Painted
Pavement
Markings,
Waterborne
24
8020
or
STA
12.50
$
$
Solvent
-Based
Painted
Symbols
Legends,
Waterborne
and
25
8020
EA
4.0
$
$
Solvent
or
-Based
26
5020
Relocate
Hydrant
EA
1.0
$
$
27
8030
Traffic
Control
LS
1.0
$
$
SWPPP
Management
LS
1.0
$
$
28
9040
29
9040
Wattles,
Installation
LF
110.0
$
$
30
9040
Wattles,
Maintenance
LF
110.0
$
$
31
9040
Inlet
Protection
Device,
Installation
EA
11.0
$
$
32
9040
Inlet
Protection
Device,
Maintenance
EA
11.0
$
$
As
Per
Plan
LS
1.0
$
$
33
10010
Removals,
34
11020
Mobilization
LS
1.0
$
$
35
PLAN
Concrete
Bollard
Sign
EA
4.0
$
$
with
36
PLAN
Concrete
Bollard
Sign
EA
7.0
$
$
without
SF
5578.0
$
$
37
PLAN
Bed
Preparation
Washed
Stone
Mulch
and
Weed
Barrier
38
PLAN
SF
5370
$
$
Fabric
Shredded
Cedar
Mulch
and
Weed
Barrier
39
PLAN
SF
208
$
$
Fabric
Groundcover
Reed
Grass,
1-Gal.
(Feather
40
PLAN
EA
196
$
$
Cont.)
41
PLAN
Groundcover
(Prairie
Dropseed,
1-Gal.
Cont.)
EA
38
$
$
Groundcover
(Stella
D'Oro
Daylily,
1-Gal.
42
PLAN
EA
56
$
$
Cont.)
Groundcover
(Warrior
Switchgrass,
1-Gal.
43
PLAN
EA
184
$
$
Cont.)
44
PLAN
Shrub
(Gro-Low
Sumac,
3-Gal.
Cont.)
EA
89
$
$
45
PLAN
Tree
Aspen,
1.5"
Cal
B&B)
EA
5
$
$
(Quaking
46
PLAN
Tree
Honeylocust,
2.5"
Cal
B&B)
EA
1
$
$
(Skyline
PLAN
Tree
Snow
Crabapple,
1.5"
Cal.
B&B)
EA
14
$
$
47
(Spring
48
PLAN
Tree
Arborvitae,
4-5'
Spec
B&B)
EA
15
$
$
(Techny
49
PLAN
Bike
Racks
EA
5
$
$
50
PLAN
Waste
Receptacles
EA
1
$
$
51
PLAN
Benches
EA
7
$
$
TOTAL
BID
AMOUNT
$ 44 O//, 95-
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.
FORM OF BID OR PROPOSAL
AECOM #60661493
FB-2-4
City Contract Nol 1007
FY22 Center for the Arts Parking Improvements
Phase 2 (Art Block)
Waterloo, Iowa
FY 2022 CENTER FOR THE ARTS PARKING IMPROVEMENTS
PHASE 2 (ART BLOCK)
CONTRACT NO. 1007
CITY OF WATERLOO, IOWA
TOTAL
UNIT
BID
TOTAL
BID
ITEM
NO.
ITEM
UNIT
QTY.
PRICE
PRICE
1
Clearing
and
Grubbing
LS
1.0
$ 3
000.00
$ 3,000.00
2
Topsoil,
Furnish
and
Spread
CY
100.0
$
45.00
$ 4,500.00
3
Class
10
Excavation,
Roadway
and
Borrow
CY
300.0
$
17.00
$ 5,100.00
4
Subgrade
Preparation
SY
4,868.6
$
1.00
$ 4,868.60
SY
600.0
$
3.00
$
1,800.00
5
Subgrade
Treatment,
Geogrid
(Type
2)
6
Modified
Subbase
TONS
1,610.3
$
22.00
$ 35,426.60
RCP,
Storm
Sewei,
Gravity
Main,
Trenched,
7
2000D
(Class
III),
15
In
LF
189.0
$
42.00
$
7,938.00
RCP,
8
Storm
2000D
Sewer,
(Class
Gravity
III),
21
In
Main,
Trenched,
LF
24.0
$
59.00
$
1,416.00
9
Manhole
Adjustment,
Minor
EA
6.0
$
1,000.00
$ 6,000.00
10
Removal
of
Intakes
and
Utility
Accesses
EA
4.0
$ 850.00
$ 3,400.00
11
Intake,
6010
502
EA
1.0
$ 3,750.00
$ 3,750.00
12
Intake,
6010.505
EA
4.0
$ 4,200.00
$ 16,800.00
Standard
or
Shp
-Form
Portland
Cement
Concrete
13
8
In
SY
4,057.E
$
54.50
$ 221,139.20
Pavement,
Class
C,
Class
3
Durability,
14
Removal
of
Pavement
SY
3,396.7
$
7.00
$ 23,776.90
SY
30.7
$
7.00
$
214.90
15
Removal
of
Sidewalk
16
Sidewalk,
PCC,
6
In
SY
133.0
$
52.75
$
7,015.75
17
Tan
Colored
Sidewalk,
PCC, 6
In.
SY
394.0
$
167.00
$ 65,798.00
18
Grey
Colored
Sidewalk,
PCC, 6
In.
SY
284.0
$
167.00
$ 47,428.00
19
Lighting
Poles,
Type
1
EA
4.0
$ 4,725.00
$
18,900.00
20
Lighting
Poles,
Type
2
EA
4.0
$ 5,800.00
$ 23,200.00
21
Lighting
Poles,
Type
3
EA
11.0
$ 3,750.00
$ 41,250.00
22
Electiical
Circuits
LF
926.0
$
15.00
$ 13,890.00
23
Handholes
EA
3.0
$
1,100.00
$ 3,300.00
Painted
Pavement
Markings,
Waterborne
or
24
Solvent
-Based
STA
12.5
$
90.00
$
1,125.00
Pamted
Symbols
and
Legends,
Waterborne
or
25
Solvent
-Based
EA
4.0
$
45.00
$
180.00
26
Relocate
Hydrant
EA
1.0
$ 3,500.00
$ 3,500.00
27
Traffic
Control
LS
1.0
$ 6,000.00
$
6,000.00
28
SWPPP
Management
LS
1.0
$ 3,500.00
$ 3,500.00
29
Wattles,
Installation
LF
110.0
$
3.50
$
385.00
30
Wattles,
Maintenance
LF
110.0
$
1.00
$
110.00
EA
11.0
$
150.00
$
1,650.00
31
Inlet
Protection
Device,
Installation
11.0
$
50.00
$
550.00
32
Inlet
Protection
Device,
Maintenance
EA
33
Removals,
As
Per
Plan
LS
1.0
$ 7,500.00
$ 7,500.00
34
Mobilization
LS
1.0
$ 38,500.00
$ 38,500.00
4.0
$ 600.00
$ 2,400.00
35
Concrete
Bollard
with
Sign
EA
7.0
$ 500.00
$ 3,500.00
36
Concrete
Bollard
without
Sign
EA
37
Bed
Preparation
SF
5,578.0
$
0.80
$ 4,462.40
38
Washed
Stone
Mulch
and
Weed
Barrier
Fabric
SF
5,370.0
$
1.57
$ 8,430.90
39
Shredded
Cedar
Mulch
and
Weed
Barrier
Fabric
SF
208.0
$
1
23
$ 255.84
40
Groundcover
(Feather
Reed
Grass,
1
Gal.
Cont.)
EA
196.0
$
14.57
$ 2,855.72
41
Groundcover
(Prairie
Dropseed,
1 Gal.
Cont.)
EA
38.0
$
14.57
$ 553.66
42
Groundcover
(Stella
D'Oro
Daylily,
1 Gal.
Cont.)
EA
56.0
$
13.20
$ 739.20
43
Groundcover
(Warrior
Switchgrass,
1 Gal.
Cont.)
EA
184.0
$
17.22
$ 3,168.48
44
Shrub
(Gro-Low
Sumac,
3
Gal.
Cont)
EA
89.0
$ 57.95
$ 5,157.55
EA
5.0
$ 413.75
$ 2,068.75
45
Tree
(Quaking
Aspen,
1.5"
Cal
B&B)
ITEM
NO.
TOTAL
BID
UNIT
PRICE
BID
TOTAL
QTY.
PRICE
UNIT
ITEM
Tree
S
line
Hone
Locust
2.5"
Cal.
B&B
EA
1.0
$ 541.00
$ 541.00
46
47
Tree_
S
.
ring
Snow
Craba
•
•le,
1.5"
Cal.
B&B
EA
14.0
$ 347.75
$ 4,868.50
Tree
(Techny
Arborvitae,
4-5'
Spec.
B&B)
EA
15.0
$ 356.00
$ 5,340.00
48
49
Bike
Racks
EA
5.0
$ 1,530.00
$ 7,650.00
Waste
Receptacles
EA
1.0
$ 2,03
8.00
S 2,03
8.00
50
51
Benches
EA
7.0
$ 3,010.00
$ 21,070.00
TOTAL BID
$ 698,011.95
lv g 0' tN ?fsel iv+l'stoe
O we'N (gin f4474`,\,) in 4 .
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 F°v- /Per. € b ,. `ra aLtn f ?i
Dollars ($ S4/ ) in the form of
13:2 $arc , 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 Bidders 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.
Date 8/2 sly 1
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.
FORM OF BID OR PROPOSAL FB-3-4 FY22 Center for the Arts Parking Improvements
AECOM #60661493 City Contract Nol 1007 Phase 2 (Art Block)
Waterloo, Iowa
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.
Owen edeth4recc4";r71
) Shy,
(Name of Bidder)
2/2 6./ez
(Date)
BY: - ee- � Title CeReltideh
f'
Official Address: (Including Zip Code):
1325e 9a Way,
eeoh y rya TA SoG ! 3
I.R.S. No. 4/42 — //27`//7
FORM OF BID OR PROPOSAL FB-4-4
AECOM #60661493 City Contract (Vol 1007
FY22 Center for the Arts Parking Improvements
Phase 2 (Art Block)
Waterloo, Iowa
NON -COLLUSION AFFIDAVIT OF PRIME BIDDER
State of =oWa
County of ig/a c k /hi° k
)ss
Jog(e)Weiti , being first duly sworn, deposes and says that:
1 He is wef, PartnerfficerT-representative or As ent , of
OtuR,, eirlderofc4�;1/2,1 ��G . , 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;
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 ncluding this affiant.
20 .
(Signed)
Title
Subscribed and sworn to before me this 024, day of /Q� tia641—
cite, ga-
My commission expires
D!ANE LLCALEY
COMMISSION N . 0308 f
k V COMMSSIQN WIRES
PAY u•, -Y
tIII=WlSIFEC visa rr
ode ..°----4T--€-(re
NON -COLLUSION AFFIDAVITS NCA-1 of 2
AECOM #60661493
City Contract No. 1007
FY22 Center for the Arts Parking Improvements
Phase 2 (Art Block)
City of Waterloo, Iowa
Bidder Status Form
n
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).
Yes ❑ No My company has an office to transact business in Iowa.
Yes ❑ 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: -~
J
to
, / / Address: /DZ s e-entr 55zre7'
City, State, Zip:s � egotar tea -TA �44 13
2� 2 � J.F.: :_ �, 132 s a; )
Dates: / / to / `b / Address: Way
City,State Zip: de r \l a /ls et( 30 413
� p
Dates: / / to / / Address:
You may attach additional sheet(s) if needed. City, State, Zip:
To be completed by non-resident bidders
Part C
1. Name of home state or foreign country reported to the Iowa Secretary of State:
2 Does your company's home state or foreign country offer preferences to resident bidders, resident labor
force preferences or any other type of preference to bidders or laborers?
3. If you answered "Yes" to question 2, identify each preference offered by your company's home state or foreign country
and the appropriate legal citation.
Yes ■ No
You may attach additional sheet(s) if needed.
To be completed by all bidders
Part D
I certify that the statements made on this document are true and complete to the best of my knowledge and I know that my
failure to provide accurate and truthful information may be a reason to reject my bid.
Firm Name: web atitrad;b4� Zh < .
Signature:
Date: g /2 6/a
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.
f Yes ❑ No My business is currently registered as a contractor with the Iowa Division of Labor.
■
Yes ErNo My business is a sole proprietorship and I am an Iowa resident for Iowa income tax purposes.
Yes la -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.
ElYes ❑ 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 n'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 a'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.
0 Yes 0/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 0-No My business is a limited liability company whose certificate of organization is filed in Iowa and has
not filed a statement of termination.
0 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
ce
et I—
W ce
Z0
W LL.
Z
CO
LJJ
Z Q
M/ I—
Z
CO O
W C.o
CO CD
Ca
W
CO a!
tea.
0
0
0)
J
Prime Contractor Name:
O
CO
C6
Q E.
O
a) cn
•
0 -
(j OT
�
R�
Qa
0 0
a) taa
o
0)a)
•(7)
a))
U
•
0 c
O (I)
Q �
cn a)
� Q
o 0
O -
O O
c C
0 O
0
W
CO CO
W W
CO m
c c
CO CO
C4-
(n U
(1)
•
O Q.
Z
a)
c� -c
0
4-
ce
cn
b
V
z
0
U
m
N
W
m
co
cNt
st
Do
a)
co
441
a)
0
>-
co
0
a.
a.
(!)
ce
0
0
Z
0
CO
(!)
O) D
'§ O 115)
f
E -Q
O ID
a O
c
O Q
u)
c 0
o
..4=
c13
E
L.-0
o ?,
c c
'0 Q
o
7 i
>
O L
a0
0 >
O
> 0
u Q)
o
a) .0)
-
0
Q) (13
E
O
O
� U •
a) U) [
111
O cn
L.
a) an
DL
O 0
05 ja
Q) (B
E
a) w
co 0 a)
c�
0'.
o ,
L 0)
O c\J
U
CO
O o U
: O
� Q)
W
m
� Q
co E
s0
D
O
a (13
O 0
-I U
Q O
a) -�-+
a- 0
c
c
W �
w
a) �
c O
• 9--
m U
W
°a 0
0
w 0
m (13
0-
E
O
U
O
U
0
0)
0
v;
o
o
O L 0
c c J
O O U
}' U
E c
O O
c co a)
c
.O �
-+� 0—
O U Q-
• L
L
o >
Q. O
a)
O 0
> EN® o
w
c .w o
o
0 0 0
L O
O
0 0
c
O T
'0 •` co
E
D w W
O m
co
a)
(0
E
W
a
a. v
ett
Ee Z
W 0
0o
0 W
CO
Ce
Z a-
W
O1—
= Z
W
Z V)
O
W
Z
Qrz
® m
LL. W
Z m
Ls.
O W
W
J2
m
H
ltes Received Quotation used in bid
punt Prop
~_
0
6
ttes
m
ft
N9
n
60
1A
Yesr
Dates
,,---,___L_ _A__ 1
Wa sale2)
Z\
at
a
ii
1.W
Subcontractor
(Form CCO-4) Rev. 06-20-02
mprovements
FY22 Center for the Arts Parking
BID BOND
KNOW ALL MEN BY THESE PRESENTS, that we, Owen Contracting, 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
Dollars ($ 5%
Five percent of amount bid
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 26th day of
August , 2021, for FY 2022 Center for the Arts Parking Improvements Phase 2 (Art Block)
•
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 26th day of August , A.D. 20 21 .
Witness)
Witness
Owen Contracting, Inc.
Principal
By
TEE owe/)-Pre,;alai
United Fire & Casualty Company
Surety
By.
o("‘en
Courtney G&don Attorney -in -fact
(Seal)
(Title)
(Seal)
BID BOND
AECOM 1160661493
BB-1 OF 1
City Contract No 1007
FY22 Center for the Arts Parking Improvements
Phase 2 (Art Block)
City of waterloo, Iowa
UNITED FIRE & CASUALTY COMPANY, CEDAR RAPIDS, IA
UNITED FIRE & INDEMNITY COMPANY, WEBSTER TX
FINANCIAL PACIFIC INSURANCE COMPANY, ROCKLIN, CA
CERTIFIED COPY OF POWER OF ATTORNEY
(original on file at Home Office of Company — See Certification)
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; 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
GREG T. LA MAIR, JEFFREY R. BAKER, JOSEPH I. SCHMIT, JILL SHAFFER, BRANDON HORBACH, COURTNEY GORDON,
JULIANA BARTLETT, DANIEL M. MOLYNEAUX, LAURA J. ADAMS, LORI S. BURROUGHS, PAMELA K. MATTISON, KAREN
S. HARTSON, EACH INDIVIDUALLY
Inquiries: Surety Department
118 Second Ave SE
Cedar Rapids, IA 52401
their true and lawful Attomey(s)-in-Fact with power and authority hereby conferred to sign, seal and execute in its behalf all lawful bonds,
undertakings and other obligatory instruments of similar nature provided that no single obligation shall exceed $100 000, 000.00
and to bind the Companies thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of the Companies
and all of the acts of said Attorney, pursuant to the authority hereby given and hereby ratified and confirmed
The Authority hereby granted is continuous and shall remain in full force and effect until revoked by United Fire & Casualty Company, United Fire &
Indemnity Company, and Financial Pacific Insurance Company
This Power of Attorney is made and executed pursuant to and by authority of the following bylaw duly adopted on May 15, 2013, by the Boards of
Directors of United Fire & Casualty Company, United Fire & Indemnity Company, and Financial Pacific Insurance Company.
`Article VI — Surety Bonds and Undertakings"
Section 2, Appointment of Attorney -in -Fact. "The President or any Vice President, or any other officer of the Companies may, from time to time, appoint by written
certificates attorneys -in -fact to act in behalf of the Companies in the execution of policies of insurance, bonds, undertakings and other obligatory instruments of like nature.
The signature of any officer authorized hereby, and the Corporate seal, may be affixed by facsimile to any power of attorney or special power of attorney or certification of
either authorized hereby, such signature and seal, when so used, being adopted by the Companies as the original signature of such officer and the original seal of the
Companies, to be valid and binding upon the Companies with the same force and effect as though manually affixed. Such attorneys -in -fact, subject to the limitations set 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 attomey-in-fact.
‘„au11N,uQ,
IN WITNESS WHEREOF, the COMPANIES have each caused these presents to he signed by its
vice president and its corporate seal to be hereto affixed this 10t h day of March, 2014
UNITED FIRE & CASUALTY COMPANY
UNI IED FIRE & INDEMNITY COMPANY
FINANCIAL PACIFIC INSURANCE COMPANY
By:
State of lowa, County of Linn, ss:
On 10th day of March, 2014, before me personally came Dennis J. Richmann
to me known, who being by me duly sworn, did depose and say; that he resides in Cedar Rapids, State of Iowa; that he is a Vice President of United Fire
& Casualty Company, a Vice President of United Fire & Indemnity Company, and a Vice President of Financial Pacific Insurance Company the
corporations described m and which executed the above instrument that he knows the seal of said corporations; that the seal affixed to the said
mstrument 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.
Patti Waddell
Iowa Notarial Seal
Commission number 713274
My Commission Expires 10/26/2022
Vice President
atit Waa Notary Public
My commission expires: 10/26/2022
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 testimon) whereof I have hereunto subscribed my name and affixed the corporate seal of the said Corporations
this 26th day of August , 20 21
cA o,44"6
—. 51.0-
BPOA0049 1217
ke
"pUW1111,Hq,,
3 ¢':J s�LY22 O
=U�
By:
Assistant Secretary
UF&C & OF&I & EPIC