HomeMy WebLinkAboutRicklefs Excavating, Ltd. FORM OF BID OR PROPOSAL
F.Y. 2014 STORMWATER LIFT STATIONS
SITE 1 — HOLLYWOOD
SITE 2—CEDAR BEND
SITE 3— FLETCHER
CONTRACT NO. 836
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
Tfx>✓ , a Partnership consisting of the following partners:
NAP
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 F.Y. 2014 STORMWATER LIFT STATIONS, Contract No. 836, all
in accordance with the above-listed documents and for the unit prices for work in
place for the following items and quantities:
F.Y. 2014 STORMWATER LIFT STATIONS
CONTRACT NO. 836
BID SITE 1 - HOLLYWOOD UNIT EST.QTY. UNIT BID TOTAL BID PRICE
ITEM DESCRIPTION PRICE
BID—SITE 1
1.01 Mobilization LS 1 $c'(. D+O ,B° V,000,00
1.02 Traffic Control LS 1 $ 10,0c0.DO $ 10 COO.00
1.03 Turf Reinforcement Mat(TRM),Type 2 SF 312 $ i Civ $ 312.00
1.04 Allowance for Electrical Utility Fees LS 1 $40,000 $40,000
1.05 Flood Contingency Plan Occurrence EA 3 $ 100,O $ 306. 00
1.06 Erosion Control LF 1,496 $ 3,00 $ ,•-t gg
1.07 Seeding, Fertilizing and Mulching AC 3 $ $ ,-� SW 00
FORM OF BID CONTRACT NO. 836 Page 1 of 8
1.08 Demolition and Removal of Existing Lift Station LS 1 $ I o,c(00,b(> $ 10,000.OD
1.09 Dewatering LS 1 $ 90,000.00 $ 90a 000, 00
1.10 Excavation Support and Protection LS 1 $)UO,060,00 $ "00,°CXO.00
1.11 Clearing and Grubbing LS 1 $ air,oLo,Do $ U,DU),OD
1.12 Topsoil Strip, Stockpile, Respread and Import CY 2,500 $ 9,pp $ 1 r 500,00
1.13 Site Earthwork LS 1 $40)000.00 $ Li 01000. OCR
1.14 Import Select Cohesive Levee Borrow, In-Place CY 1,600 $ ,c,00 $ 3Z,060,00
1.15 Transformer Pad EA 1 $ a,500,co $ 2,64:0'00
1.16 6' High Chain Link Fence LF 352 $ 30400 $ 1 Ot 562O.O0
1.17 Bollards EA 2 $ 1,000.00 $ 21000 .00
1.18 Grass Pavers SF 1,139 $ '7,00 $ '1 q'13, 00
1.19 Pavement, PCC, 7" SY 318 $ 1l 5,OO $ j+-I, 310,00
1.20 Sidewalk, PCC 4" SF 211 $ tI ,OO $ ?ii t,1, 00
1.21 Sewer, Class III RCP, Storm, 15" LF 138 $ 50,00 $ (9,6iOU, 00
1.22 Sewer, Class III RCP, Storm,48" LF 60 $ 1%0, VO $ I 0300,t50,OO
1.23 Discharge Piping, Schedule 40 Steel, 8" LF 131 $ q0,op $ )01 LA%O.00
1.24 Discharge Piping, Schedule 40 Steel, 24" LF 384 $ 300.00 $ t IS .o0 00
1.25 15" FES with Footing and Apron Guard EA 2 $ 16c),0O $ 3,000,00
1.26 Manhole, Type SW-401, 48" Minimum EA 1 $ 310 )00$ 3,000. 00
1.27 Manhole,Type SW-404, 84"x 84" Minimum EA 1 $ 01,()MOOS fl, b00,00
1.28 Headwall Structure LS 1 $ 30,pt.x,(0 $ 30, CW 00
1.29 Intake Structure LS 1 $ (o$1000.00$ la,000, 00
1.30 Electric&Control Building LS 1 $ ;-1 U,0L0 $ 1'70,000.oU
1.31 Pump Station LS 1 $ $
3i0,6t7U,c.x� 30, 000•00
1.32 Pump Package LS 1 $)50i000.(X)$o`ZSU,000,00
FORM OF BID CONTRACT NO. 836 Page 2 of 8
1.33 Remove and Reinstall 18" FES EA 1 $ it boO lam;$ 110C.0,00
1.34 Rip Rap, Class D, Soil Filled TN 80 $ y 0,OU $ 3,A00,00
TOTAL BID-SITE 1 $ I Fl L I 6 ( 1 a CD
BID SITE 2 - CEDAR BEND UNIT EST.QTY. '" UNIT BID TOTAL BID PRICE
ITEM PRICE
DESCRIPTION
BID-SITE 2
2.01 Mobilization LS 1 $ $
��pa 000.co 56,D,ODO-00
2.02 Traffic Control LS 1 $ t0)U('�,OO $ t0,000.0c
2.03 Project Sign-Small Standard EA 1 $ I ,00),0() $ 030 3OO.00
2.04 Allowance for Electrical Utility Fees LS 1 $40,000 $40,000
2.05 Flood Contingency Plan Occurrence EA 3 $ i lJO.O(7 $ 300,to
2.06 Erosion Control LF 900 $ 3,00 $ ,1t0, 00
2.07 Seeding, Fertilizing and Mulching AC 3 $ d,600,00 $ r,Soo,oo
2.08 Pavement Removal, Composite SY 1,140 $ 11 ,GO $ I a,5y17,,Ub
2.09 Pavement Removal, HMA SY 110 $ L5 .0O $ JC ,co
2.10 Pavement Removal, PCC SY 65 $ i 00 $ tp 5o, OD
2.11 Dewatering LS 1 $9 y 000.o0 $ 9 5,ODQ,00
2.12 Excavation Support and Protection LS 1 $1 uO OOQ.0C$j 00,000; 00
2.13 Topsoil Strip, Stockpile, Respread and Import CY 2,560 $ $,00 $ 0,-1g0, 0°
2.14 Site Earthwork LS 1 $ 30%000,DO $ 30,000.00
2.15 Import Select Cohesive Levee Borrow, In-Place CY 600 $ 21,00 $ 1.), lob°. 00
2.16 Transformer Pad EA 1 $ , ,'- 00.00 $ a,5c ), (xo
2.17 6' High Chain Link Fence LF 405 $ 30,00 $ I Qi 150, co
2.18 Bollards EA 2 $ t ,50O,OO $ 3,000.00
2.19 Temporary 6" HMA Paving Installation&Removal SY 140 $ top,Q(,) $ 'iy OQ, 0)
2.20 Pavement, PCC, 8"with 4.5" HMA Overlay SY 1,158 $ Ci,.-1, 00 $ioS i S3ca.Do
FORM OF BID CONTRACT NO. 836 Page 3 of 8
2.21 Pavement, HMA, 8" SY 110 $ ;- s co $ ,a5v,00
2.22 Pavement, PCC, 7" SY 250 $ H5,vu $ I 1,"; .Op
2.23 Pavement, PCC,6" SY 65 $ 1-0 C)V $ 2,&'O, (;
2.24 6"x 6" Concrete Curb LF 12 $ 30 OO $ 3U)(7 0(.)
,00
2.25 Sidewalk, PCC, 4" SF 430 $ OU $ 1 Zp
2.26 Sewer, Class III RCP, Storm 72" LF 232 $ 3S5,00 $ 39 ,3ao:DO
2.27 Sewer, C900 PVC, Storm, 16" LF 365 $ 30, 00 $ 13 ,1`tO, co
2.28 Discharge Piping, Schedule 40 Steel, 8" LF 205 $ tag. 00 $ 13, 1 Aos oo
2.29 Discharge Piping, Schedule 40 Steel, 24" LF 820 $ 300,00 $L1 I(y,00b ,00
2.30 Manhole, Type SW-404, ST-B1 EA 1 50,000 00 $ I boo pia
1
2.31 Manhole, Tee-Section, ST-B3 EA 1 $ 5,000,00 5,000(00
2.32 Valve, Eccentric Plug, 16" EA 1 $ 3 aOO CO $ : ,a00.00
2.33 Screening Manhole LS 1 $ 8.5,000,00$ g5,000, oO
2.34 Headwall Structure LS 1 $ 35,000.00 $ 35, , 00
2.35 Electric&Control Building LS 1 $ $
2.36 Pump Station LS 1 $ o $ .
yarJ �. -�au,(X00,vu
2.37 Pump Package LS 1 $(.00 ,0ONO $(L.00?,coo OC
2.38 Turf Reinforcement Mat(TRM), Type 2 SF 3,275 $ ( ,00 $ 3,agS 00
2.39 Clearing and Grubbing LS 1 $ 5%000,oO $ 5,°WI 00
2.40 Manhole, Type SW-404, ST-B2 EA 1 $Q3)000,00 $ a3,00b.co
2.41 Sewer, Class Ill RCP, Storm 60" LF 149 $ $
Sb,oa ,ate,
2.42 Rip Rap, Class D, Soil Filled TN 160 $ yG Zc $ to) y co tO
TOTAL BID—SITE 2 $ 1) 0 14-1 3 (07, co pAsAK
FORM OF BID CONTRACT NO. 836 Page 4 of 8
ITEBIDM SITE 3 — FLETCHER UNIT EST.QTY. UNIT BID
PRICE TOTAL BID PRICE
DESCRIPTION
BID—SITE 3
3.01 Mobilization LS 1 $ $
V,000.CSC' S(oD,ODD,op
3.02 Traffic Control LS 1 $10,000.00 $ 10,000,btu
3.03 Turf Reinforcement Mat(TRM), Type 2 SF 2,705 $ 1.CEO $ ' OOS>Ob
3.04 Allowance for Electrical Utility Fees LS 1 $30,000 $ 30,000
3.05 Flood Contingency Plan Occurrence EA 3 $ 100,cf $ 300 co
3.06 Erosion Control LF 1,350 $ 3 00 $
3.07 Seeding, Fertilizing and Mulching AC 2.5 $ a'SCID, $ Lo.aS(o,co
3.08 Demolition and Removal LS 1 $ i 0,060.00 $
to,oCb. Ol`
3.09 Pavement Removal, Composite SY 284 $ 1O 00 $
d,gy0,Do
3.10 Dewatering LS 1 $ 90 o0 0.,f $
nOICKX).00
3.11 Excavation Support and Protection LS 1 $1 oc,,000,00$ 1 67O,COO, 00
3.12 Clearing and Grubbing LS 1 $ (0 000. t)$
lot oob,oU
3.13 Topsoil Strip, Stockpile, Respread and Import CY 2,240 $ Fl,(pp $ IS,080, 00
3.14 Site Earthwork LS 1 $ L D Ooo.co $
`-I t3)MO ,00
3.15 Import Select Cohesive Levee Borrow, In-Place CY 1,415 $ , o OO $ a$'30O 00
3.16 Transformer Pad EA 1 $ a,�SllO,(AD $ a,so(), co
3.17 6' High Chain Link Fence LF 470 $ 03,00 $ lois 1 D.00
3.18 Bollards EA 2 $ 1,5(Q),O() $
3.19 Pavement, PCC, 8"with 3" HMA Overlay SY 371 $ 13,00 $ -,,,r1A3 U 0
3.20 Pavement, PCC, 7' SY 276 $ 50,00 $ ( 3,60, oo
3.21 Sidewalk, PCC. 4" SF 200 $ $
`i.rJv 800,00
3.22 Sewer, Class III RCP, Storm,24" LF 80 $ LaCJ �. $ S; UU 00
3.23 Sewer, C900 PVC, Storm, 18" LF 290 $ �� $ ( , '1(aU
3.24 Sewer, DIP, Storm, 36" LF 13 $ ( ,.0C) $ a I SIB .00
FORM OF BID CONTRACT NO. 836 Page 5 of 8
3.25 Sewer, DIP, Storm, 48" LF 46 $ $
A00.00 C\ ,2.00.vie
3.26 Discharge Piping, Schedule 40 Steel, 8" LF 345 $ r]U,tiu $ 44, 1 SO,00
3.27 Discharge Piping, Schedule 40 Steel, 24" LF 245 $ 00 $ 3+ SOD,00
3.28 Intake, Type SW-513, 48"x 48" EA 1 $ $
3.29 Intake, Type SW-504 EA 1 $ $
q,(X�l). GCS 1-1,000, uD
3.30 Manhole, Type SW-401, 48"Minimum EA 2 $ $
3,voo,vo is1000,C0
3.31 Manhole, Type SW-403, 84"x 84" EA 1 $ S UC�U $
3.32 Manhole, Type SW-403, 72"x 72" EA 1 $�1 OOP,Uv $ o01()00.
UO® 00
3.33 Valve, Eccentric Plug, 18" EA 2 $ 3,` 0 ,C...0 $ '11 N(Y).00
3.34 Electric&Control Building LS 1 $(50,0(300oo $ ) h)000,UO
3.35 Pump Station A LS 1 $;150,DOD DO$'A S0 b0c o0
3.36 Pump Station B LS 1 $ 30s b(X).U� $ ,060,rj()
3.37 Pump Package A LS 1 $ly0e(7bo.oc $1'- oo,000,00
3.38 Pump Package B LS 1 $ 60c()MOD $ (Syt),Da).00
3.39 Adjust Existing Manhole to Grade EA 2 $ 30o.00 $ 62 oo
3.40 Rip Rap, Class D, Soil Filled TN 64 $
a_40,00 $ a,5c90,vv
3.41 Headwall Structure LS 1 $ ($1000 v0 $ t$1 0UO.00
TOTAL BID—SITE 3 $ 1 )7 7, IQ4(0 ' 0D Dv(
TOTAL BID SITE 1 + SITE 2 + SITE 3 $ l.p, 6 g i o > co 0K 'K
FORM OF BID CONTRACT NO. 836 Page 6 of 8
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 sixty (60)
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 -Fi\se ice4,k-- vk Ck.mou tE\ h'ol
Dollars ($ /;> c (5,rAu vk h\A ) in the form of f b',d bow ,
is submitted herewith in accordance with the INSTRUCTIONS TO BIDDERS.
5. Attached hereto is a Non-Collusion Affidavit of Prime Contractor.
6. The bidder is prepared to submit a financial and experience statement upon
request.
7. 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.
8. The bidder has received the following Addendum or Addenda:
Addendum No. 1 Date C,5 ILI
9. 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:
FORM OF BID CONTRACT NO. 836 Page 7 of 8
1) The City of Waterloo does not approve the subcontractors.
2) The subcontractors submit in writing that they cannot fulfill their
subcontracts.
10. The bidder has filled in all blanks on this proposal. Those blanks not applicable
are marked "none" or"NA".
11. The bidder has attached all applicable forms.
12. The Owner reserves the right to select alternates, delete line items, and/or to
reduce quantities prior to the award of a contract due to budgetary limitations.
,; .1� s XCCLJG(�SYt(7 oc)j c,s f l L1
(Name of Bidder) - (Date)
BY: Title Z(Li eQ. "R cK-1 e ��e s ide
Official Address: (Including Zip Code):
p 2,u'C c-1 (3 Li
I mdsu, Ic Saabs
I.R.S. No. L-.)a - 1 -111°1
FORM OF BID CONTRACT NO. 836 Page 8 of 8
I
NON-COLLUSION AFFIDAVIT OF PRIME BIDDER
I State of oo— )
)ss
County of `5 e-S~� )
c\1CC.. TRIG .-CS , being first duly sworn, deposes and says that:
1. He is (Owner, Partner, Officer, Representative, or Agent) , of is \QCS
IExc a_v c6(10) t-..• , 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;
I 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
11 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
I 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
1 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
I any of its agents, representatives, owners, employees, or parties in interest, including this
affiant.
/ 4/
(Signed)
re5►ft
Title
I' Subscribed and sworn to before me this 5 4/ day of
.fan P , 201 .
I
y < < /7
,� L. Title
My commission expires /6-2 l(-AS 4 is NANCY RICKLEFS
�* COMMISSION NUMBER 760626
* MY COMMISSION EXPIRES
tow?. /0 2g —xt
I
II,
NON-COLLUSION AFFIDAVIT CONTRACT NO. 836 Page 1 of 1
OF PRIME BIDDER
I
1 = o
E 3
^, L
cu
T •L E m 0 a) vl "�
co ° 7 = > w O - .5 c
9 Q 2 6Q m .0 o 0
0 o 0 ,- o w O ) oelo
E 0
0 o ;r m c r
�' N .c v csc
L .. it
CY
o .4)2m Q.�? � ca � �- p
a�
cn
A -a) . > •di N o o � cod N
�? L 'mc 11 c> L W1-
58 c 0 It) -0- CO O�. V
2 8c0u p- ° 2u) � O a
fn E O cn
Cn c°) o �' 0-
"0 o c o my � Z
LL, O0C C o to J WO
a0 0w y °'o aso pW CO u - —
WH � � m � � ~ to � rn Ea � y .9 C 9
I I- Q 0w -8 ° o c o E � C9 & A c N
W � � m o) _a .N a0i a�6i � E Z � '� U '� '� rJ
k CO Li. • • w c
W Z II m ° � � o .0 ° w -0 Z a N N W y
Z r .o 7-1 gi o � ac 3 0 3 y it o
jV a w �to a) i= ` o ° . E. ao 0U) 5 , j
W z c N -0 ° N c o c ,cn Q
mO m � Oa) v O .sO_ co � �
1 � � O a O
I ` p uc�i � c Ern � � a N Om Ti
7" -T T
W 03 � N w� E o ° LLW a —
m CO • I- a� L O rn .✓ - L c Z m rr M M
W Z Vi
Ill
d � �co r o ? m � W
° ol co } O NN � . Jg
T y T N V • -0 E w O CO
If/) Ili o .a 71. p j W 2 O I'
X re c col 1 j� � T ram+ L
I �J O - a U O o w O
L N
C �` Jm U L.82ci 3 sue'..
a re H V E. N O 8. c`i 0 O (� +Q il o
Z o. wOo ' a) c � cN = S / o
a) 0 fA ° 2 a) C Ji.e N
m m � c m• .2N Y o W o
•
O N ° L0 c g Z D 3 D O.
w 0 N 0) M Fn c " x sr
i .t.i ---,3,„ r., W Nw" as O ° L c � ;, 1.13
c. y G
" C w�, F" 'J !. V
U
15 03 y (l- U
r ti �� E a C m O O c ° ° w �+- o
r�� d Zaa)) n 0 fn � w >- w = co LE
I
1
i u) -o
-LI ° _c .} a)
cn
cLa � ` E L W ca
111 ° o cU) o z _
� 0 0 c� � o �' oo IL-
a)
'E . - U 0) a) c 0 Cri C E (o >, o a) cn o m I
= O L L c 0 0 p L1.1
° O ° c�i
oam �- p ° _Ca) CO m aci U Q
Q.XI 0 0 Z Eo >
O• O o W U 0 COW -ic .- c_
u_ CO Ili
m a) o 1 o � 2 = a a � °'m
N 'n o m a' w o co mw >
o � � m cam 0 ° . m oW
L !� a
a.� m o o �� co z co
O m o Q 2 2 � �
II CO) m � U o aoi � co H a) cci a- U c Q a) - r c
c� ? > a) a) L a) U c as E as 0 N c O O
cn m W O O = Q o o a Q w U
a) m •O 0 c «� H U Q) C O a) ca
Z y � 2 a o--o cn co � o z 0 0 co on cn -a 0 us a)
cmo � � � CO � L 0
Lc u) L CO o � Ua �
u, o o U � 'ca � � o o a E 45 o2
a I-
U c � L _c as o � 0 � E a -I0 aTD
n 0 `_ � owe rn m o c a) vi a '-
COy= � �
Ce w cn L CO — c O O V a) w a) Q. O
CO i c a) � " 0 0 coo m 0) c a) •
E ( o o 0-
coIIIWI- > p o c = •E Lin >, O c )) u > a) U -O co
a) • _ a -0a U c o � acnOL
Z w co E in c w o � u) co ca
pp � U -o .0 = w _ aj 2 3 O w m �� � cn
a 2 2 .°) .° o ( E 4a-__) .� o w . 0 c m a c .� o L
0 re IX 00 W CT 3 0 0 o a) uoi c � m ° u, ui•� o a) a
1111 � 0 `' co .� aa) 0 W w �w c m • d) � 0 0
ZLL oT -0cn OcfL) Ewiorn c H m � com ° aa)a) oC > °
W Z co c � woo cm > z 2W � � _ mac . 0
C L Z O a U �- C a) W a) m L y Q U - a)
ii � O o o 0 p cn o °ow •c 0 cn cn -c om •o 3 0 � � a
II W Q ° coo ° PI-- .--E- am ° o co � � > c o � 7 o a.) -0
Z c as o N O a > z ° O o ° a) O N o c E a)
co _- o : o aoa`) 0 ° gym E � _ .C) -0 0 Qoa) a �
I m Z ° a) m •� N c3 '5co •� ca Q0
W z ma aa)iia H u°)) u) •0 � 0 o to m ao) 0 o m , L ,_ > � -'' c
CO co UcoO o - C a) ecL � c a) ° oo DCO
H L �.+ O N a) .0 7 a) ., O a) G L U ,.. L -0 O _ ;-
O U cn COtii
c •5 N > c o a L c m 0 L
12
II W Q E z �� � U - ° -0 moo � O °c c •g) o c o o
C 0 a) O N a) r a) = 7:2N cn LL E a) 0 O U L U
M Z 2 ° a o U o o) cu 0 •5 cr a) Q o z a�i o 3 'Q-0 m
O o 0 ' m c o a) coL U - E 2 0 as O o csa ., 0 C 0 0 0
p o o L Li) al cn V o `'= a) ca o > a) < c g a) La c o CO
O C ° - U a t' co a a) U a cn 2 "' .Q . o C a) U a) c
CO r � o a) a. a co C E' a 0 u) Eo ° -° � Q � N 3 -c � � > � o
W �N rn ,- W Q' cn 67) O •L— N O OU E ° ca '° O E a) a) U) E -O
I Et
o .N UJ �� a� Q� mu- o L C o Q L 0 C
Z U cn L O a) = cn
a > p) C N r- o a) C O C — • U U a)
N - C C p p W co O in -O "6 > H a) • _a 't O w a
m 0 o E •3 � U o m 0 .cn > > co 'a) EU § L a) v in -' U >
E. ▪ U) o wO 'row � � 0 , E .) - 0 U .0 < — a) a0 t-
o) d U .o
- 0 0a) c o .� . 0 = F 0 Q L
V O C - H E N W O co U w O C 0 .> L co H N 'Q O a) C L Q a N
c a) E Z L m cn O m 0 O1'2 w cn Z N .� ca O
c o c70 wi° con 2 ca o ,c ° m o a v 3 a ,, oa °c ° o 00 co c . _ U -
0 � co o m U 0 ccn � 2 c c .� u) o c 00 0�
c E f° co o5 � 0 . W 0 0 U 0 00) '�n0U � o U co U U) ° E E 615, c o
° -° 0 0 o Z a N a) �O, N ca 2 5 ts ,c i m o c m :c w a N co o 0 E U us a) c)
Et a) E c 2)_
c y.T. .0 O 0 O .� W W °° N O _c Q Eco w U L o
c f2 Qao D •°)o ._ -a a) .� 73 -Q >,E) a) mo_ 3E E ET. N m ca F E a>i
�' 00 '� mcnc ou, OW 0 a,wa a oW 000 ` _ o ct
T. c c (o
c oo W � com OU cm ° c o ww om a E cU o 0 0 0 °
c (13 c Qo m n3 Z o � Q = _ m � ZmdQ L m —0 a)m O
° o ° � N om o om co ri ci �d •c>3 � a ai � - u) c U
U W CD ,-,C) c � cr o - U o '
a) ' o 0 0° a ca E .L c cn 0 la . .0 0 W U > 0 aci m UE
I E ='c 0 ! E -0 < a) 0) U 0 H U Z o wytu _c = ° � O
a` a s_o 15 r oo 0 c\i CD O ri -2 v o - W H o Cl) - IL
I
RICKLEFS EXCAVATING LTD.
12536 Buffalo Rd Anamosa, IA 52205 Phone: 319-462-4435 Fax: 319-462-2599
June 5, 2014
RE: MBE/WBE for Waterloo Storm Water Lift Stations; Contract No. 836
Our firm will be performing all portions of work with the exception to:
Traffic Control
Electrical
Dewatering
HMA
Mechanical
HVAC
Painting
Standing Seem Roof and Truss
No bids were solicited from MBE/WBE traffic control, dewatering, HMA, mechanical, HVAC and
standing seem roof contractors because there were none listed.
The electrical and painting contractors we contacted did not respond to our inquiry. As a side
note, one of the electrical contractors had a disconnected number.
Therefore, we do not plan to have any MBE/WBE subcontractors for this project.
If you have any questions, please ''eel free to call us.
Thank you.
BID BOND
KNOW ALL MEN BY THESE PRESENTS,that we, Ricklefs Excavating, LTD
As Principal, and United Fire&Casualty
as Surety are held and firmly bound unto City of Waterloo
hereinafter called "OWNER" in the penal sum Five Percent of 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 5th day of June ,2014 for 2014
Stormwater Lift Stations, Contract No. 836 Site 1 Hollywood, Site 2-C; Site 2 Cedar Bend; Site 3 Fletcher
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 5th day of June ,A.D. 2014
Ricklefs Excavating, LTD (Seal)
Principal
e,
By ?ra &AA-
J_ )1,0(441-,
(Title)United Fi &Casualty (Seal)
Witness Surety
BY A./L. a . Aki
Witness t Susan A Holt,Attorney-in-fact
R UNITED FIRE&CASUALTY COMPANY,CEDAR RAPIDS,IA Bond No.:W0009002
0
UNITED FIRE&INDEMNITY COMPANY,GALVESTON,TX Obligee:City of Waterloo 715 Mulberry Street Waterloo,IA 50703
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
TIMOTHY J.GASSMANN,OR SUSAN A. HOLT,OR KEVIN S.MEASE,OR CASSANDRA J.DALEY,OR JAMES A.TRUNNELL,OR JENNIFER FREYMARK,
ALL INDIVIDUALLY
of PO BOX 3100,CEDAR RAPIDS,IA 52406
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$20,000,000.00
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 shall
expire October 1st,2014 unless sooner revoked by UNITED FIRE&CASUALTY COMPANY,UNITED FIRE&INDEMNITY
COMPANY,and FINANCIAL PACIFIC INSURANCE COMPANY.
This Power of Attorney is made and executed pursuant to and by authority of the following bylaw duly adopted on May 15, 2013, by the Boards of
Directors of UNITED FIRE & CASUALTY COMPANY, UNITED FIRE & INDEMNITY COMPANY, and FINANCIAL PACIFIC INSURANCE
COMPANY.
"Article VI—Surety Bonds and Undertakings"
Section 2,Appointment of Attorney-in-Fact. "The President or any Vice President,or any other officer of the Companies may, from time to
time, appoint by written certificates attorneys-in-fact to act in behalf of the Companies in the execution of policies of insurance, bonds,
undertakings and other obligatory instruments of like nature. The signature of any officer authorized hereby, and the Corporate seal,may be
affixed by facsimile to any power of attorney or special power of attorney or certification of either authorized hereby;such signature and seal,
when so used,being adopted by the Companies as the original signature of such officer and the original seal of the Companies,to be valid and
binding upon the Companies with the same force and effect as though manually affixed. Such attorneys-in-fact, subject to the limitations set
forth in their respective certificates of authority shall have full power to bind the Companies by their signature and execution of any such
instruments and to attach the seal of the Companies thereto. The President or any Vice President,the Board of Directors or any other officer of
the Companies may at any time revoke all power and authority previously given to any attorney-in-fact.
IN WITNESS WHEREOF,the COMPANIES have each caused these presents to be signed by its vice president and its corporate seal to be hereto affixed
this2nd day ofJune ,2014 --
*,�x+s6uaxt�f�� SJ``6\u� }Itt' ' so„oz�`9,,,
'k r a``' '�� J` e"co"PORvlyC'-;: UNITED FIRE&CASUALTY COMPANY
CORPORATE 3 CoRPORArt: g F'
- —•— 7r a ' yuLv e� 2 UNITED FIRE&INDEMNITY COMPANY
1.> ' > z 1986 FINANCIAL PACIFIC INSURANCE COMPANY
SLAG SEAL. - �._
v� � O �4:'2�r
+��j xmpwL,i�w'''1 +''.01-ESTvti 1',,O. ,,vs/'7(1FQP� s' (j/..'.'�j�+''
If 111114N\ }/Ni\IIN\ �'4ryq iiNti4 By i /
State of Iowa,County of Linn,ss: V "'2""'"'"" Vice President
On this2nd day of June .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 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 f 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
�auL$ Judith A.Davis 'w
Iowa Notarial Seal , •�' Notary Public
• Commission number 173041 My commission expires:4/23/2015
o*. My Commission Expires 4/23/2015 i
I,David A.Lange, 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 testimony whereof I have hereunto subscribed my name and affixed the corporate seal of the said Corporations.
I this 05th day of June >2014 •
4 Uzi..,Y .' a+�P4fl�P0R�44:''
,IF CORPORA'IF, //
CORPORATE V. a�' 22�Q r' � L�
c a+' 0N ; St AI9 tl Y
q��'rr,aesus��O q v� ,,Ti� t.F9R Secretary,UF&C
j 11}f1/1\\! , `:�J 84?,..:4, Al fll191M1Ifl\lllso
Assistant Secretary,OF&UFPIC
BPOA0053 0813 Inquiries: Surety Department 118 Second Ave SE Cedar Rapids,IA 52401