HomeMy WebLinkAboutGalacci Const. Co. FORM OF BID OR PROPOSAL
F.Y.2013
BLOWERS CREEK STORM WATER LIFT STATION
AND DRY RUN CREEK IMPROVEMENTS
EDA AWARD NO.05-79-05007
CONTRACT NO.842
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 Iowa , a Partnership
consisting of - ollowing partners:_NA , having familiarized
(himself)( 1 - - itself)with the existing conditions on the project area affecting the cost of the work,
and with al • 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 this F.Y. 2013 BLOWERS
CREEK STORM WATER LIFT STATION AND DRY RUN CREEK IMPROVEMENTS,Contract
No.842,all in accordance with the above-listed documents and for the lump sum price for work in place for:
1C 4*/4. e'q��,.i F SBurc)ry Z dtevicki
0 (words)
($3, ob
g7? d,6 vK SI
(figures)
A. Breakdown of lump suns price:
Blowers Creek Storm Water Lift Station $ J 7/Z 140
Liberty Park Outlet Modifications $ /�Gbd
Highway 20 Box Culvert Modifications $ 76 d46
B. Unit Adjustment Prices: Required Base Bid quantities of the items listed below are set forth in the
Contract Documents. If increases or decreases in these quantities occur,the Contract Price is to be
adjusted by Change Order on the basis of the following. Adjustment prices are subject to
acceptance by Owner,and rejection of one or more adjustment prices will not invalidate acceptance
of this Bid.
No. Item Unit Unit Adjustment Price
•
1 Structural Earth Excavation and Backfill CY $ 4020
2. 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withdrawn,the undersigned agrees to execute and deliver an agreement in the prescribed form and furnish the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.
FORM OF BID CONTRACT NO.842 BF-1 of 2
AECOM 60188622.15
3. Security in the sum of NA
Dollars($ NA )in the form of 5% bid bond , is submitted herewith in accordance with
the INSTRUCTIONS TO BIDDERS.
4. Attached hereto is a Non-Collusion Affidavit of Prime Contractor.
5. The bidder is prepared to submit a financial and experience statement upon request.
6. The Prime Contractor and Subcontractor(s),which have performed an aggregate of S 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.
7. The bidder has received the following Addendum or Addenda:
Addendum No. 1 Date March 7,2014
2 March 12, 2014
8. 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.
9. The bidder has filled in all blanks on this proposal. Those blanks not applicable are marked"none"or"NA".
10. The bidder has attached all applicable forms.
11. 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.
Calacci Construction Company, Inc. March 17, 2014
(Name of Bidder) / (Date)
'�"`•BY: Title President
ohn B. Calacci
Official Address: (Including Zip Code):
207 Scott Court, P 0 Box 1906
Iowa City, Iowa 52244-1906
I.R.S.No. 26-2148629
FORM OF BID CONTRACT NO.842 BF-2 of 2
AECOM 60188622.15
NON-COLLUSION AFFIDAVIT OF PRIME BIDDER
State of Iowa )
g
Johnson
County of. )
John B. Calacci being first duly sworn,deposes and says that:
1. He is Owne Partner,Officer,Representative,or Agent) ,of
Calacci Constr on Company, Inc. ,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 aftiant.
(Signed) John . C cci
President • /
itle
Subscribed and sworn to before me this 1 th March 2014
Title Teresa L. Elliott
My commission expires October 10, 2015 .
o,Pa'q/s,„ TERESA L.ELLIOTT
r T Commission Number 706050
• MC• iis`i nC 'ir-
iow z
NON-COLLUSION AF7FIDAVIT OF PRIME CONTRACT NO.842 NCA-I of 2
AECOM 60188622.15
tr C o M < f7 [) z U
c 8i o
tTi o "o pc� tr' o y� II
CD f° Fo + w o0 r� aero• n -0 - N ..e N (fi n-. - o 2.-, S no O CAD9 Pi
Po '+ O 0 0. F O "e V? C '"e
o m = 0 ' a CD �' v ua o CO CD
O g 0 0 o O� trn `1 o es v' z
CO o C so „ a 0 .. c_ 5' Are
o 0 q 0 as O
••r '
0 z
O s .i A)
Z O CrJ a " ti ..
COo o �,t � �o �0 ° r* o c . r) � n
.�
o3 co LT � .9t-, 0 \ yO =
Icy [10 �[) .i� o ° N { (��D ..7:1 .�-.
1' Pi g P g. ` 2
til s, W H 0 0 K -' o.
1� y [n E - In p .-- ° O
.A G y a, 0 .-e CD .� 0 p ),.t
N d y Q , c o z lam`}:
o re p) y 3 �'. C, o O a
t�J p :• N• a PD 0 ` C til
c�. Q � � � cn
< 0 0 3-C 3 n
" 00 52 a a oCA CD oo K 1 �7
0 CD �- 0p •`< rn $o � 0 ,e ^zz ocA p 7 ••. f TA
; cr. CD 0070 � toi/� p Z N O a- N a CD 8 c CD
/1CA. CD y 0 C9 "3' {.* 8to p
C �iC 0 -_ = A' v_�i n Fps (�D
n1d. - e) en 5- N CD (J Hp
fwL V f+ g CI) .�-«. v F F O p Y�I
yo O- O, 7 !
rp y PJ ° •`tee � Oa o CI 0 " rn C"
1 n �� O a
11 y i, = _ tr�6 W O C ,, 3. 7
e ^ <
F3 rY a) O•> coa K
A 5. 'n y ,(IT ['
G c n co ,< 3 0 a.
v. `< m 1
�p V 'C3 p a)
A .t C -O-ti 0 CCO .- D3 N A •
11 s C7 w 0 COo �+ -.
i CA 0 g v
iw 0 en 0 0
I p p C3. 0 T 0 CD c s m O
.I-► '* = N L. flip � a
*� to Cr -ti o
tit R` = 0 0 o -$ '.1
O Q. w 0 0 a 3 3 0
O. 0 CD C° v 0 0 w
w w P ci o 0
C. w _a F °:
0 0 �U O fta 0
-•, 0 v
Q
BID BOND
KNOW ALL MEN BY THESE PRESENTS,that we, Calacci Construction Co.,Inc.
as Principal,and United Fire&Casualty Company
as Surety are held and firmly bound unto the City of Waterloo ,Iowa,hereinafter called"OWNER."
hi the penal sum Five Percent of the Amount of Bid Dollars(S 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 17th day of -
March ,2014 , for F.Y.2013,Blowers Creek Storm Water Lift Station and Dry Run
Creek Improvements,EDA Award No.05-79-05007,Contract No.842,Waterloo,Iowa
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 wa 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 seats to be hereto affixed and these presents to be signed by their proper
officers this 17th day of March A.D.2t1 14
Calacci Construction Co., Inc. (Seal)
Prime' al
By
r /t/ 1 Title)John B. Calacci - President
F �(` Unite e&Casualty C ny (Seal)
Witness Teres L. Elliott iurety/
-< �. elcsn_ B
/
Witnessi-v‘j\A"")unny Bartenhagen Attorney-in-Fact Dione .Young
BID BOND CONTRACT NO.842 BB-1 of I
AECOM 60188622.15
4~
UNITED FIRE &CASUALTY COMPANY
HOME OFFICE -CEDAR RAPIDS, IOWA
CERTIFIED COPY OF POWER OF ATTORNEY
(Original on file at Home Office of Company-See Certification)
KNOW ALL MEN BY THESE PRESENTS, That the UNITED FIRE & CASUALTY COMPANY, a corporation duly organized and
existing under the laws of the State of Iowa, and having its principal office in Cedar Rapids, State of Iowa, does make, constitute and
appoint KEVIN J. KNUTSON, OR JACQUELINE M. DEVINE, OR JODY A. DECKER, ALL INDIVIDUALLY OF THE CEDAR
RAPIDS, IA OFFICE, OR CRAIG E. HANSEN, OR JAY D. FREIERMUTH, OR BRIAN M. DEIMERLY, OR CINDY BENNETT,
OR ANNE CROWNER, OR TIM MCCULLOH, OR STACY VENN, OR LACEY CRAMBLIT, OR SHIRLEY S. BARTENHAGEN, OR
KYLEE HEUSI, OR DIONE R. YOUNG, ALL INDIVIDUALLY of DES MOINES IA
its true and lawful attorney-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 as follows: Any and Al 1 Bonds
and to bind UNITED FIRE&CASUALTY COMPANY thereby as fully and to the same extent as if such instruments were signed by the
duly authorized officers of UNITED FIRE & CASUALTY COMPANY and all the acts of said Attorney, pursuant to the authority hereby
given are 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.
This power of Attorney is made and executed pursuant to and by authority of the following By-Law duly adopted by Board of
Directors of the Company on May 16,2012.
"Article VI- Surety Bonds and Undertakings"
Section 2, Appointment of Attorney-in-Fact. 1"The President or any Vice President, or any other officer of the Company may,
from time to time, appoint by written certificates attorneys-in-fact to act in behalf of the Company 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 Company as the original signature of
such officer and the original seal of the Company, to be valid and binding upon the Company 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 Company by their signature and execution of any such instruments and to attach the seal of
the Company thereto. The President or any Vice President, the Board of Directors or any other officer of the Company may at
any time revoke all power and authority previously given to any attorney-in-fact.
IN WITNESS WHEREOF, the UNITED FIRE &CASUALTY COMPANY has caused these presents to be signed by
, 111�11f,,,, its vice president and its corporate seal to be hereto affixed this 3rd day of January, 2013
if CORPORATE.,'+y UNITED FIRE&CASUALTY COMPANY
1. SEAL K` V ilea
Vice President
State of Iowa, County of Linn,ss:
On 3rd day of January, 2013, 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 the UNITED FIRE &CASUALTY COMPANY, the corporation described in and which executed the above instrument; that
he knows the seal of said corporation; 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 corporation and that he signed his name thereto pursuant to like authority, and
acknowledges same to be the act and deed of said corporation.
•q0+e a Judith A.Davis w.*• A
o Iowa Notarial Seal •i �-
'' Commission number 173041 Notary Public
owr. My Commission Expires 04/23/2015 My commission expires: 04-23-2015
I, the undersigned officer of the UNITED FIRE&CASUALTY 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 by-laws of said Company as set forth in said Power of Attorney,
with the ORIGINALS ON FILE IN THE HOME OFFICE OF SAID COMPANY, 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 Company
this 17th day of March 2014.
w: CORPORATE
r._; SEAL Y t ra---1,;2" E
'/''�44 kl lllll\\N�
Secretary
BPOA0019 0113