Loading...
HomeMy WebLinkAboutCramer & Associates, Inc.it �rCL,wSrt (DnC ���x ,o :1rC 3w0 Su -3 -, wigs,&. „gee 4.%N LQ_14 P41 \,.u�' \ 1.44A< k,, \ we -6 -TTrolLi f a Revised Per Addendum No. 1 - 02!08/2019 FORM OF BID OR PROPOSAL CITY OF WATERLOO FY 2019 BRIDGE REPAIRS - DUBUQUE ROAD OVER BLOWERS CREEK AND GREENHILL ROAD OVER TROLLEY CAR TRAIL CONTRACT NO. 959 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 , a Partnership consisting of the following partners: i-\ l „L 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 CITY OF WATERLOO FY 2019 BRIDGE REPAIRS, DUBUQUE ROAD OVER BLOWERS CREEK AND GREENHILL ROAD OVER TROLLEY CAR TRAIL, City Contract No. 959, all in accordance with the above -listed documents and for the unit prices for work in place for the following items and quantities: CITY OF WATERLOO FY 2019 BRIDGE REPAIRS DUBUQUE ROAD OVER BLOWERS CREEK AND GREENHILL ROAD OVER TROLLEY CAR TRAIL CITY CONTRACT NO. 959 ITEM NO. ITEM CODE ITEM UNIT SITE 1 - GREENHILL RD SITE 2 - DUBUQUE RD TOTAL QTY. UNIT BID PRICE TOTAL BID PRICE ESTIMATED QTY. ESTIMATED QTY 1 IDOT 2107 COMPACTING BACKFILL ADJACENT TO BRIDGES, CULVERTS OR STRUCTURES CY 150.0 0.0 150.0 $ 7S`00 $ I I L>i)„(x) 2 IDOT 2121 GRANULAR SHOULDERS, TYPE "B" AS PER PLAN TON 0.0 133.0 133.0 $ 05 , 00 $ l 3°5"-N) 3 IDOT 2301 BRIDGE APPROACH, TWO LANE SY 906.0(0.00 614 .,.• 0 1 520 0 $ /� $30 t_ 1� 6VC 4 IDOT 2301 MEDIAN, PC CC ONnICRETE, AS PER SY 36.0 0.0 36.0 $3r..,0 . EO $ 0,00O. U,, 5 IDOT 2304 DETOUR PAVEMENT SY 0.0 310.0 310.0 $ ih0, 00 $ y (DJ jay , 0 6. 6 IDOT 2413 NEOPRENE GLAND T STALL TION AND ING LF 0.0 289.0 289.0 $ i 2,(..;,00 $ ',.4,1 I ZS', GO 7 IDOT 2414 CONCRETE BARRIER RAIL, BA -107 EACH 4.0 0.0 4.0 $ •;11.1,00, 00 $ \r f WO, 00 8 IDOT 2507 MACADAM STONE SLOPE PROTECTION SY 1,050.0 0.0 1,050 $ , ; U, U O $ VI SW .30 9 IDOT 2508 BLAST CLEAN AND PAINT BEARING PLATE EACH 0.0 4.04.0 $ 11 C0'(1, UV $ di oOO, co FORM OF BID AECOM #60581804 FB -1 of 3 City Contract No. 959 City of Waterloo FY 2019 Bridge Repairs Dubuque Road Over Blowers Creek and Greenhill Road Over Trolley Car Trail Devised Per Addendum No. 1 - 02/08/2019 ITEM NO. ITEM CODE ITEM UNIT SITE 1 - GREENHILL RD SITE 2 - DUBUQUE RD TOTAL QTY. UNIT BID PRICE TOTAL BID PRICE ESTIMATED QTY. ESTIMATED QTY 10 !DOT 2510 REMOVAL OF PAVEMENT SY 942.0 1 924.0 1,866.0 $ ZO LSU $ S �t3�Or 00 11 !DOT 2518 SAFETY CLOSURE EACH 4.0 4.0 8.0 $ 100,00 $ ?co • v o 12 /DOT 2529 PRESSURE RELIEF JOINT, CF LF 185.0 0.0 185.0 $ 20 , 00 $'2j Flt), 00 t 13 SUDAS 8020 PAINTED PAVEMENT MARKING STA 7.2 2.0 9.2 $ �' $ 21-1�� 00 14 SUDAS 8030 TRAFFIC CONTROL LS 1.0 1.0 2.0 $L-10020.00$ rCJ Df ecc., 15 SUDAS 11.010 CONSTRUCTION SURVEY LS 1.0 1.0 2.0 $ ICC , 00 $ 2PO. GO 16 SUDAS 11.020 MOBILIZATION LS 1.0 1.0 2.0 $ D-)IpL`O,Ut) $ ioicXXae co 17 PLAN REPLACE GUARDRAIL AND TIMBER POSTS LF 20.0 30.0 50.0 $ • �CO• v[ $ �� t� rho. 18 PLAN FURNISH AND INSTALL EXPANSION JOINT CURB PLATE EA 0.0 1.0 1.0 $ 1r50D DO $ ( r 5-60 . UU 19 PLAN REPAIR BARRIER RAIL LS 0.0 1.0 1.0 $-115-co,(x) $ 1,4-66. c;O TOTAL BID AMOUNT $ t j�tt-1(a),LC 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, 4. Security in the sum of -� Dollars ($ ) in the form of , is submitted herewith in accordance with the INSTRUCTIONS TO BIDDERS. 5. Attached hereto is a Non -Collusion Affidavit of Prime Contractor. 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. 1 Date o'Z cit- 20q City of Waterloo FY 2019 Bridge Repairs FORM OF BID FB -2 of 3 Dubuque Road Over Blowers Creek and AECOM #60581804 City Contract No. 959 Greenhill Road Over Trolley Car Trail Revised Per Addendum No. 1 - 02/08/2019 10. The bidder shall list the MBE/WBE subcontractor(s), amount of subcontracts and bid items on the City of Waterloo Minority and/or Women Business Pre-bid Contact Information Form submitted with this Form of Bid or Proposal. The apparent low Bidder shall submit a list of all other Subcontractor(s) to be used on this Project to the City of Waterloo by 5:00 p.m. the business day following the day Bids on this Project are due along with the Non -Collusion Affidavits of All Subcontractor(s). The Contractor shall submit information on subcontractors on "SUBCONTRACTOR REQUEST AND APPROVAL" Form to be provided by City prior to approval of contract. The subcontractors listed on this proposal and/or submitted to the Contract Compliance Officer cannot be changed except for the following reasons: 1) The City of Waterloo does not approve the subcontractors. 2) The subcontractors submit in writing that they cannot fulfill their subcontracts. 11. The bidder has filled in all blanks on this proposal. Those blanks not applicable are marked "none" or "NA". 12. The bidder has attached all applicable forms. 13. The Owner reserves the right to select alternates, delete line items, and/or to reduce quantities prior to the award of a contract due to budgetary limitations. BY: (, ame of Bidder) (Date) Title !c Official Address: (Including Zip Code): fnM� -3D6 z )'\ I.R.S. No. 11\2-- FORM OF BID FB -3 of 3 AECOM #60581804 City Contract No. 959 City of Waterloo FY 2019 Bridge Repairs Dubuque Road Over Blowers Creek and Greenhill Road Over Trolley Car Trail NON -COLLUSION AFFIDAVIT OF PRIME BIDDER State of �uu Hca County of "--0 )ss } , being first duly sworn, deposes and says that: 1. He is (Owner, Partner„Officer Representative, or Agent) , of Crct,t _v 0.1 k,�{ati_,_,.;t_. , the Bidder that has submitted the attached Bid; i 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 pa ti in interest, including this affiant. (Signed) 11 Subscribed and sworn to before me this 201y. My commission expires Title day of ry 2j, 1' ,,"; :A:7 I n katry Tifle j 'i. DANIEL KESPER :° r Commission Number 809450 My Commission Expires ow March 13, 2021 NON -COLLUSION AFFIDAVITS NCA -1 of 2 AECOM #60581804 City Contract Nol. 959 City of Waterloo FY 2019 Bridge Repairs Dubuque Road Over Blowers Creek and Greenhill Road Over Trolley Car Trail EQUAL OPPORTUNITY CLAUSE (As provided in Executive Order No. 11246) All contractors, subcontractors, vendors and suppliers of goods and services doing business with the City and value of said business equals or exceeds ten thousand dollars ($10,000.00) annually agree as follows: 1. The contractors, subcontractor, vendor and supplier of goods and services will not discriminate against any employee or applicant for employment because of race, color, creed, sex, national origin, economic status, age, mental or physical handicap, political opinions or affiliations. The contractor, subcontractor, vendor and supplier will develop an Affirmative Action program to ensure that applicants are employed and that employees are treated during employment without regard to their race, creed, color, sex, national origin, religion, economic status, age, mental or physical disability, political opinions or affiliations. Such actions shall include but not be limited to the following: a. Employment b. Upgrading c. Demotion or Transfer d. Recruitment and Advertising e. Layoff or Termination f. Rates of Pay or Other Forms of Compensation g. Selection for Training Including Apprenticeship 2. The contractor, subcontractor, vendor and supplier of goods and services will, in all solicitations or advertisements for employees, state that all qualified applicants will receive consideration for employment without regard to race, creed, color, sex, national origin, religion, economic status, age, mental or physical disabilities, political opinion or affiliations. 3. The contractor, subcontractor, vendor and supplier or his/her collective bargaining representative will send to each labor union or representative of workers which he/she has a collective bargaining agreement or other contract or understanding, a notice advising said labor union or workers' representative of the contractor's commitment under this section. 4. The contractor, subcontractor, vendor and supplier of goods and services will comply with all published rules, regulations, directives, and order of the City of Waterloo Affirmative Action Program Contract Compliance Provisions. 5. The contractor, subcontractor, vendor and supplier of goods and services will furnish and file compliance reports within such time and upon such forms as provided by the Affirmative Action Officer. Said forms will elicit information as to the policies, procedures, patterns, and practices of each subcontractor as well as the contractor himself/herself and said contractor, subcontractor, vendor and supplier will permit access to his/her employment books, records and accounts to the City's Affirmative Action Officer, for the purpose of investigation to ascertain compliance with this contract and with rules and regulations of the City's Affirmative Action Program—Contract Compliance Provisions relative to Resolution No. 24664. 6. In the event of the contractor's non-compliance with the non-discrimination clauses of this contract or with any of such rules, regulations and orders, this contract may be canceled, terminated or suspended in whole or in part and the contractor may be declared ineligible for further contracts in accordance with procedures authorized by the City Council. 7. The contractor, subcontractor, vendor and supplier of goods and services will include, or incorporate by reference, the provisions of the non-discrimination clause in every contract, City of Waterloo FY2019 Bridge Repairs EQUAL OPPORTUNITY CLAUSE EOC-1 of 2 Dubuque Road Over Blowers Creek and AECOM 1160581804 City Contract No. 959 Greenhill Road Over Trolley Car Trail subcontract or purchase order unless exempted by the rules, regulations or orders of the City's Affirmative Action Program, and will provide in every subcontract, or purchase order that said provisions will be binding upon each contractor, subcontractor, or supplier. 8. We, the undersigned, recognize that we are morally and legally committed to non-discrimination in employment. Any person who applies for employment with our company will not be discriminated against because of race, creed, color, sex, national origin, economic status, age, mental or physical disabilities. /J , (Signed) (Appropriate Official) (Title) (Date) City of Waterloo FY 2019 Bridge Repairs EQUAL OPPORTUNITY CLAUSE EOC-2 of 2 Dubuque Road Over Blowers Creek and AECOM #60581804 City Contract No. 959 Greenhill Road Over Trolley Car Trail Bidder Status Form To be completed by all bidders Part A Please answer "Yes" or "No" for each of the following: jYes No EI Yes ❑ No ED Yes ❑ No Yes 0 N Yes 0 N My company is authorized to transact business in Iowa. (To help you detennine if your company is authorized, please review the worksheet on the next page). My company has an office to transact business in Iowa. My company's office in Iowa is suitable for more than receiving mail, telephone calls, and e-mail. My company has been conducting business in Iowa for at least 3 years prior to the first request for bids on this project. 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: t--1 / IT / 2,-L:.-1 to p..; 0.7,4_ , / Address: tw so-) iS LI '?v,e City, State, Zip. Cy -',+ 3 i. --17A, S0li1 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 111 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 truthfulinformationmay be a reason to reject my bid. Firm Name: Date: 9i Signature: 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) BSF-1 ITEMS OF POTENTIAL MBE/WBE PARTICIPATION NOTICE TO PROSPECTIVE BIDDERS: The following items from the CITY OF WATERLOO FY 2019 BRIDGE REPAIRS, DUBUQUE ROAD OVER BLOWERS CREEK AND GREENHILL ROAD OVER TROLLEY CAR TRAIL, City Contract No. 959, have a potential for MBE/WBE Participation. This listing, however, is not intended to be all encompassing or to preclude MBE/WBE Contractors from bidding on any items of the Proposal as a Subcontractor or the enti e Proposal as a Prime Contractor. ITEM NO. SPEC SECTION ITEM IDOT 2107 149 CY - Compacting Backfill Adjacent to Bridges, Culverts or Structures 2 IDOT 2121 100 TON - Granular Shoulders, Type "B" As Per Plan 7 IDOT 2507 1,048 SY - Macadam Stone Slope Protection 11 IDOT 2518 8 EA - Safety Closure 17 Plan 50 LF - Replace Guardrail and Timber Posts 18 Plan 1 EA - Furnish and Install Expansion Joint Curb Plate 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)291-4429 City of Waterloo FY 2019 Bridge Repairs MBEfWBE PARTICIPATION M-1 of 6 Dubuque Road Over Blowers Creekand AECOM 7!60581804 City Contract No. 959 Greenhill Road Over Trolley Car Trail MBE/WBE BUSINESS ENTERPRISE PRE-BID CONTACT INFORMATION FORM Prime Contractor Name: Lxo ti Q- C,4 ;o :17„,(: Project: 04 2).)1(1 fy-, �rS Letting Date:.- H-?s� i NO MBEIWBE SUBCONTRACTORS: If you are NOT using any MBE/WBE subcontractors to complete this project, sign below. Attach a brief explanation as to why subcontracting was/not'`Feasible with this project. If any MBE/WBE subcontractors will be used, please use the bottom portion of this form. Contractor Signature: 1. Title: "1 Frei; 1Date: CZ-�3.. ,i9 SUBCONTRACTORS APPLICABLE: You are required, in order for your bid to be considered responsive, to provide the information on this form showing ALL of your MBE/WBE subcontractor contacts made for your bid submission. This information is subject to verification. Any questions should be directed to Contract Compliance Office 319-291-4429. You are required, in order for your bid to be considered responsive, to provide the information on this Form showing your MBE/WBE Business Enterprise contacts made prior to your bid submission. This information is subject to verifications and confirmation. If you are unable to identify MBE/WBE firms to perform portions of the work, please contact Louis Starks, Contract Compliance Officer, for assistance at (319) 291-4429. In the event it is determined that the MBE/WBE Business Enterprise goals are not met, then before awarding the contract the City of Waterloo will make a determination as to whether or not the apparent successful low bidder made good faith efforts to meet the goals. TABLE OF INFORMATION SHOWING BIDDER'S PRE-BID MBE/WBE BUSINESS ENTERPRISE CONTACTS Quotes Received Quotation used in bid MBE/WBE Subcontractors Dates Contacted Yes/No Dates Contacted Yes/No Dollar Amount Proposed to be Subcontracted (Form CCO-4) Rev. 06-20-02 MBE/WBE PARTICIPATION AECOM #60581804 Pc-ot't oz -i-2019 M-6 of 6 City Contract No. 959 City of Waterloo FY 2019 Bridge Repairs Dubuque Road Over Blowers Creek and Greenhill Road Over Trolley Car Trail MBE/WBE BUSINESS ENTERPRISE PRE-BID CONTACT INFORMATION FORM INSTRUCTIONS Prime Contractor Responsibilities: Prime Contractors bidding on City of Waterloo contract work are required to ensure that MBENVBE businesses are provided the opportunity to participate in the performance of contracts and subcontracts. Prime contractors are required to assist MBENVBE businesses in overcoming barriers to participation, and must make good faith efforts to secure bids from, and award subcontracts to, MBE/WBE businesses. For all contract bids of $50,000 or more, the following is required to demonstrate good faith efforts in accordance with this policy: 1. "MBE/WBE BUSINESS ENTERPRISE PRE-BID CONTACT INFORMATION FORM" submitted with the prime contractor bid, properly completed and signed on Form CCO-4 (Rev. 06-20-02). Please note that this document must include all subcontractor contacts, bids received, and awarded - not just those related to disadvantaged business enterprise vendors. 2. A minimum of three (3) MBE/WBE business contacts must be made and documented, if there are at least three (3) MBE/WBE businesses offering services in the areas to be subcontracted (see City of Waterloo MBENVBE Certified List). If less than three (3) are offering the services to be subcontracted, then a contact is required for any that are listed as providing that service. If you have submitted a MBE/WBE contact not on the City's MBE/WBE list, attach a copy of the certification from another government agency. 3. Contacts to each MBE/WBE businesses are required to be a minimum of seven (7) working days prior to the date the prime contractor submits the bid to the City of Waterloo. 4. The following documentation must accompany the "MBE/WBE BUSINESS ENTERPRISE PRE-BID CONTACT INFORMATION FORM" for each MBENVBE business contacted: a. A copy of the bid received from the MBE/WBE, OR b. If no bid was received, a copy of correspondence received from the MBENVBE with a "no bid" response, OR c. If no response was received, a copy of the solicitation sent to the MBE/WBE with proof of mailing attached. 5. If any MBE/WBE business submitting bids are not selected for subcontract award, documentation must accompany the "MBENVBE BUSINESS ENTERPRISE PRE-BID CONTACT INFORMATION FORM" on why the MBENVBE was not selected. These reasons could include: a. Not low bid. Copies of the competing bids may be required for verification. b. MBE/WBE did not bid, withdrew bid or was non-responsive. c. Documentation of other business-related reason for not selecting the MBENVBE business for a subcontract. d. Prime contractor self performs work. e. Any other reason relied on by the Prime Contractor. The Contract Compliance Officer will determine the weight to be given to each item listed above (supported by appropriate documentation) based on overall program goals. Subcontractors Responsibilities: 1. Each MBENVBE firm planning to submit quotes on construction projects with goals, shall submit a Letter of Intent to Bid (Form CCO-5) to the City Contract Compliance Officer seven (7) working days prior to bid opening, listing specific items which the MBE/WBE firm is interested in bidding. If the City Contract Compliance Officer does not receive sufficient scope letters seven (7) working days prior to bid opening, goals on subject project will be reduced accordingly. Agreements between the bidder/proposer and an MBENVBE in which the MBE/WBE promises not to provide subcontracting quotations to other bidders/proposers are prohibited. Form CCO-4A Rev. 07-08-02 MBE/WBE PARTICIPATION AECOM #60581804 M-5 of 6 City Contract No. 959 City of Waterloo FY 2019 Bridge Repairs Dubuque Road Over Blowers Creek and Greenhill Road Over Trolley Car Trail BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, Cramer and Associates, Inc. as Principal, and Western Surety Company as Surety are held and firmly bound unto the CITY OF WATERLOO , Iowa, hereinafter called Five Percent of the total bid Dollars ($ (5%) ) lawful money of the United States, for the payment "OWNER." In the penal sum 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 14 day of February , 2019, for City of Waterloo FY 2019 Bridge Repairs, Dubuque Road Over Blowers Creek and Greenhill Road Over Trolley Car Trail, City Contract No. 959 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 14 day of February , A.D. 201.9 Cramer aL1d Associates, Inc. Principal Witness By ess Attorney -in -f Joyce L. Briggs By .1)4cs. —k(cPv Western Surety Company Surety (Seal) (Title) (Seal) BID BOND AECOM #60581804 BB -1 OF 1 City Contract No. 959 City of Waterloo FY 2019 Bridge Repairs Dubuque Road Over Blowers Creek and Greenhill Road Over Trolley Car Trail Western Surety Company POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know All Men By These Presents, That WESTERN SURETY COMPANY, a South Dakota corporation, is a duly organized and existing corporation having its principal office in the City of Sioux Falls, and State of South Dakota, and that it does by virtue of the signature and seal herein affixed hereby make, constitute and appoint Scott A Saveraid, Laura A Foust, Brian C Matlock, Michael F Wernsman, Joyce L Briggs, Timothy P Brunkhorst, Thomas R Schwab, Aaron E Matlock, Seth W Doup, Stacy A Banfield, Individually of Davenport, IA, its true and lawful Attorncy(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on its behalf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said Attorney, pursuant to the authority hereby given, are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By -Law printed on the reverse hereof, duly adopted, as indicated, by the shareholders of the corporation. In Witness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its Vice President and its corporate seal to be hereto affixed on this 23rd day of August, 2018. State of South Dakota County of Minnehaha On this 23rd day of August, 2018, before me personally carne Paul T. Bruflat, to me known, who, being by mo duly sworn, did depose and say: that he resides in the City of Sioux Falls, State of South Dakota; that he is the Vice President of WESTERN SURETY COMPANY 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 sane to be the act and deed of said corporation. WESTERN SURETY COMPANY aul T. Bruflat, Vice President My commission expires June 23, 2021 J. MOHR u A1, SOUTH DAKOTA CERTIFICATE (7)94111 J. r, Notary Public 1, L. Nelson, Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in force, and further certify that the By -Law of the corporation printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed eo day of iebrua uiy 7CA . my name and affixed the seal of the said corporation this Form F4280-7-2012 Go to www.cnasuretv.com > Owner / Obligee Services > Validate Bond Coverage, if you want to verify bond authenticity. WESTERN SURETY COMPANY t L. Nelson, Assistant Secretary