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