HomeMy WebLinkAboutHurst & Sons Contractors1rs7 )ons an/MS:ors
2112-5-- te
Vlatriatoi /7 /
r
(.7
rrt 0 0
(. 1 -C "'i
meas
h) 0
0 r 0
astil nal 11
co x
•4 nri r0 e
N 4
(31 "r10
tX) P-4 =
01 rri
rte,
Stb 56d4RITY
F/2OZ flna/d9)
bu14;d Ln.�/thin Rd
7½i i'flayc
/klip rci✓emcnS
efry eaber16o
Sons Cool-ragers
2q2E VI �cl-k s9•
-
te„(oo !/} 3070/
PRO P 05/1 L.
FY22o dard,»a/br5 Donald St
L2nbud 1,ne, diarm4
Drainast /niprove n'7eML5
Wa-berkeD
Corn'nzcF/\k4 qg
FORM OF BID OR PROPOSAL
FY 2020 CARDINAL DR., DONALD ST., LINDUID LN., MARTIN RD. DRAINAGE IMPROVEMENTS
CONTRACT NO. 988
CITY OF WATERLOO, IOWA
Honorable Mayor and City Council
Waterloo, Iowa
The undersigned, being a Corporation existing under the laws of the State of
_tins a Partnership consisting of the following partners:
, having familiarized
(himself) (themselves) (itself) with the existing conditions on the project area affecting the cost of the
work, and with all the contract documents listed in the Table of Contents and Addenda (if any), as
prepared by the City Engineer of the City of Waterloo now on file in the office of the City Clerk, City
Hall, Waterloo, Iowa, hereby proposes to furnish all supervision, technical personnel, labor,
materials, machinery, tools, appurtenances, equipment and services, including utility and
transportation services required to construct and complete this FY 2020 CARDINALD DR.,
DONALD ST., LINBUD LN , MARTIN RD. DRAINAGE IMPROVEMENTS, Contract No. 988, all in
accordance with the above -listed documents and for the unit prices for work in place for the following
items and quantities:
FY 2020 CARDINALD DR., DONALD ST., LINBUD LN., MARTIN RD.
DRAINAGE IMPROVEMENTS
CONTRACT NO. 988
BID
ITEM
SUDAS.
SPECIFICATION ..
*SEE
SUPPLEMENTAL
SP T SPCL PROV
DESCRIPTION
UNIT
EST QTY
•
UNIT BID ;:
PRICE
:
,.TOTAL BID .
." PRICE
EARTHWORK,
CLEARING
2010-108-B
SUBGRADE, AND SUBBASE
AND GRUBBING BY AREA
SY
91.0
•
$ 6j 0,"
$ iii a 0.,
1
2
2010-108-D*
TOPSOIL
STRIP, STOCKPILE, SPREAD, 4 INCHES
SY
2068.0
$ id !co
$ a/ c) 2...
3
2010-108-E-0
EXCAVATION, CLASS 10
CY
41.0
$ 34,
'®,
$ 11 el
4
2010-108-E*
EXCAVATION, CLASS 10 WASTE
CY
10.0
_
$ _ o
$ .30-60
5
2010-108-E*
EXCAVATION, CLASS 10 BORROW
CY
67.0
$ e;
$ / 0
$ f10
$ / 3 ill 60
6
2010-108-G
20104081-0
SUBGRADE PREPARATION
MODIFIED SUBBASE, 6 INCH
SY
SY
165.0
13.0
$ Ie0d
$ ' a-- - 0 `
7
8
2010-108-I*
RECYCLED ASPHALT PAVEMENT AS SUBBASE, 6
INCH
SY
40.0
$
�1
$ / � 0 O. y
�.
STORM SEWERS
$
9
4020-108-A*
RCP, 12 INCH
LF
149.0
„re. '
$
10
4020-108-A*
RCP, 18 INCH
HDPE, 18 INCH
LF
LF
LF
103.0
222.0
416.0
$ 4,e, "
$ b--6,'
$ . AD
$ me,
$ j f /06.
$
11
4020-108-A*
12
4020-108-A*
HDPE, 24 INCH
1
FORM OF BID
CONTRACT NO. 988
Page 1 of 4
BID
ITEM
SULFAS
SPECIFICATION
*SEE
SUPPLEMENTAL
SP = SPCL PROV
DESCRIPTION
UNIT
EST QTY
UNIT BID
PRICE
TOTAL BID
PRICE
STORM SEWERS
"
‘" –61:).
–
13
4020-108-A
RCP, 24 INCH
LF
6.0
$ `..6
_
$ _7 000.'
$ 00
14
INLINE CHE.CK VALVE, 12 INCH
EA
2.0
15
..
E CULVERTS
RCP APRON,
EA
2.0
'
'
4030-108-B*
$
-
a, �.
$ 170
•
4030-108-B*
'
• APRON, 18
INCH
EA
1.0
$
,
3rt •
$
7c?z
MINE
SUBDRAINS
AND
FOOTING
DRAIN COLLECTORS
17
4040-108-A
SUBDRAIN,
6 INCH
LS
1571.0
$ ` S ��- -
$
---nerg!
$
$
/ &co.
18
4040108-C*
SUBDRAIN
CLEANOUT,
6 INCH
EA
4.0
$
C000
19
4040-108-D*
SUBDRAIN
OUTLET,
6 INCH
EA
5.0
20
4040-108-A*
NON
REMOVE
PERFORATED
AND
REPLACE
PVC STUB, 4 INCH
SUBDRAIN, G INCH
LF
LS
68.0
10.0
$ L2 v,, "
$
e' f?
$ / o e) ,
$
4 , 0 Cs
21
4040108-A*
STRUCTURES
SEWERS
FOR
SANITARY AND STORM
22
6010-108-A*
/
$ 151006."
$ i..,, se
$, 5or. M
/O, 5019.
23
6010-108-B*
;
3.0
24
6010-108-B*
EA
1.0
$ /D +"
$ e1tz,.••
$
%'.
$ �Z��'.
•
26
6010-108-B
STORM
5EWER
INTAKE,
SW�513
'
:
r
�i
r • •
$ _a? 00.,
"
PORTLAND
CEMENT
CONCRETE PAVEMENT
•
7010-108-A-0*
SY
13.0
',
$ AA reg);
bz
27
7010-108-A-0
PCC
PAVEMENT,
7 INCH
SY
172.0
',
$ r1 g 0 ,
b
:
7010-108-A*
SY
29
7010-108-E
LF
$ 4,6 -'I
$ 3 cA 34r
HOT
MIX
ASPHALT PAVEMENT
$ 9, /°j
$
0e /,R el,/
1
7020-108-B*
206.0
31
1::*
SY
$ 9 70
$ /1 /3/
,
$ /e9, tem
$ Kiev
e
SY
32
:::*
$ /Z 3r
S &5221
33
ASPHALT PAVEMENT AS SHOULDER
MATERIAL, 6 INCH
SYRECYCLED
500.0
PAVEMENT REHABILITATION
-
$ g ,- to, ao
34
7040-108-H
PAVEMENT REMOVALSY
232.0
UNIMPROVED
PAVEMENT
47.0
,$yk-.e
•
,...:
CURB AND GUTTER REMOVAL
.,.,
37
REMOVAL OF EXISTING SHOULDER MATERIAL
SY
597.0
7 nf
$ 49/ /7
TEMPORARY TRAFFIC CONTROL
38
8030-108-A-0
TEMPORARY TRAFFIC CONTROL
LS
1.0
$ 3 O(o6
SEEDING
9010-108-B-0*
HYDRAULIC SEEDING, FERTILIZING AND
MULCHING
SY
2454
l
$ 1 y_
.-
>
$ lc� /�
REMOVE AND REINSTALL FENCE PANELS, 8' X 6'
WOOD
EA
53.0
1
FORM OF BID
CONTRACT NO. 988
Page 2 of 4
}
1
271
ev ,447
y
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 5 70 Dollars
($ ) in the form of Br d Rona
accordance with the INSTRUCTIONS TO BIDDERS.
Attached hereto is a Non -Collusion Affidavit of Prime Contractor.
Attached hereto is a Bidder Status Form.
is submitted herewith in
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.
FORM OF BID CONTRACT NO. 988 Page 3 of 4
BID
ITEM
SPECIFICATION
SUPPLEMENTAL
SP
SUDAS
"SEE
a SPCL
PROV
DESCRIPTION
UNIT
EST
QTY
UNIT
PRICE
BID
TOTAL
PRICE
BID
EROSION AND SEDIMENT CONTROL
41
9040.108-E-0
TEMPORARY RECP,
WOOD EXCELSIOR MAT
SY
LF
2168
92.0
$ 4q -
$ P ^
$ S6t7 a,
$ 8 08r
42
9040-108-F-1
WATTLE, STRAW, 6 INCH
43
9040-108-F-2
WATTLE, REMOVAL
LE
92.0
$ A •
$ /x4-
44
9040-108-J
EROSION STONE,
6 INCH
TN
5.0
$ ,2 CZ. .
$ /Roo,
45
9040-108-J
MACADAM STONE 3INCH
TN
2.0
$ ,apo-'
$ 666
46
9040-108-J
CLASS D REVETMENT
TN
30.0
$ / ..2 o,
$ 3 b°U,
MOBILIZATION
a//8/a,v
47
11020.108-A-1
MOBILIZATION
LS
1.0
$
2/1/5, ts
TOTAL
BID $ 3e f; 9SS, ay
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 5 70 Dollars
($ ) in the form of Br d Rona
accordance with the INSTRUCTIONS TO BIDDERS.
Attached hereto is a Non -Collusion Affidavit of Prime Contractor.
Attached hereto is a Bidder Status Form.
is submitted herewith in
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 $10,000.00 in
work for the City in the current calendar year, are prepared to submit an AAP or Update and an EOC,
within ten (10) days of notification that the bid submitted is lowest and acceptable.
FORM OF BID CONTRACT NO. 988 Page 3 of 4
9. The bidder has received the following Addendum or Addenda:
Addendum No. f Date g oji- 19
10. The bidder shall list the MBE/VVBE subcontractor(s), amount of subcontracts and bid items on the
City of Waterloo Minority and/or Women Business Pre-bid Contact Information Form submitted with
this Form of Bid or Proposal. The apparent low Bidder shall submit a list of all other Subcontractor(s)
to be used on this Project to the City of Waterloo by 5.00 p.m. the business day following the day
Bids on this Project are due along with the Non -Collusion Affidavits of All Subcontractor(s).
The Contractor shall submit information on subcontractors on "SUBCONTRACTOR REQUEST AND
APPROVAL" Form to be provided by City prior to approval of contract.
The subcontractors listed on this proposal and/or submitted to the Contract Compliance Officer
cannot be changed except for the following reasons:
1) The City of Waterloo does not approve the subcontractors.
2) The subcontractors submit in writing that they cannot fulfill their subcontracts.
11. The bidder has filled in all blanks on this proposal. Those blanks not applicable are marked "none"
or "NA".
12. The bidder has attached all applicable forms.
13. The Owner reserves the right to select alternates, delete line items, and/or to reduce quantities prior
to the award of a contract clue to budgetary limitations.
/
Hors f; -Sons CoSi'acfo i q_ f y
(Name of Bidder) /'> P (Date)
Title V
Official Address: (Including Zip Code):
2,175' w ij 571-
.
I/1/a&ertoa /A -6:0761
I.R.S. No. //a. - ias1-14.9a
FORM OF BID CONTRACT NO. 988 Page 4 of 4
MBE/WBE BUSINESS ENTERPRISE
/, PRE-BID CONTACT INFORMATION FORM p
Prime Contractor Name: durst f -j4n s eon ect: Corr/rad- Na. i8$
Letting Date: "{ - S 26
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 MBENVBE subcontractors will be used, please use the bottom
portion of this form.
Contractor Signature: _d
Title:
Date: q- 3 -MI E
SUBCONTRACTORS APPL{CABLE: 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 MBENVBE 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
(Form CCO-4) Rev. 06-20-02
CSC
76eti..
Quotes Received Quotation used in bid
MBE/WBE
Subcontractors
Dates
Contacted
Yes/No
Dates
Contacted
Yes/No
Dollar Amount Proposed to
be Subcontracted
Sonnies BArricacles
8 -a9 -1R
No
ISO
beIon (ons -Frac
-4-1 an
S-A-
l4
1Nia
Mo
o
Jc e.k66n (10n 'ac'1rnj
et -q— /CI
1\1.0
G>fra
MIdui
esf Contr�arko rs
g-24- 14
�0
I\1 o
DEL ans%racHoo
Services
8-24 -19
IIo
I\
0
(Form CCO-4) Rev. 06-20-02
CSC
76eti..
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 MBE/WBE businesses are provided the opportunity to
participate in the performance of contracts and subcontracts. Prime contractors are required to assist MBE/WBE 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 requiredto demonstrate good faith efforts in accordance with this policy:
1. "MBENVBE 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) MBENVBE 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 MBE/WBE 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 MBE/WBE business contacted:
a. A copy of the bid received from the MBENVBE, 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 MBENVBE 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. MBENVBE 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 MBE/WBE 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
Bidder Status Form
To be completed by all bidders
Part A
Please answer
G( 'Yes ❑ No
EYes ❑ No
(Yes D No
Yes ■ No
'Yes ❑ No
"Yes" or "No" for each of the following:
My company is authorized to transact business in Iowa.
(To help you determine if your company is authorized, please review the worksheet on the next page).
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 / / / / 1985 reser-tf' Address: 2425 W 'wit 5*
City, State, Zip: t/jjaha'lot !4 .SO?O j
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 ❑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 truthful information may be a reason to reject my bid.
Firm Name. ter6-1- ? 60,15 eo%j't I"iddt iS
Signature:
Date: 9.' 3-1 7
You must submit the completed form to the governmental body requesting bids per 875 Iowa Administrative Code
Chapter 156. This form has been approved by the Iowa Labor Commissioner.
309-6001 (09-15)
Worksheet: Authorization to Transact Business
This worksheet may be used to help complete Part A of the Resident Bidder Status form. If at least one of the following
describes your business, you are authorized to transact business in Iowa.
■
Yes ❑ No My business is currently registered as a contractor with the Iowa Division of Labor.
O Yes ❑ No My business is a sole proprietorship and I am an Iowa resident for Iowa income tax purposes.
❑ Yes ❑ No My business is a general partnership or joint venture. More than 50 percent of the general
partners or Joint venture parties are residents of Iowa for Iowa income tax purposes.
❑ Yes ❑ No My business is an active corporation with the Iowa Secretary of State and has paid all fees
required by the Secretary of State, has filed its most recent biennial report, and has not filed
articles of dissolution.
111
Yes ■ No My business is a corporation whose articles of incorporation are filed in a state other than Iowa,
the corporation has received a certificate of authority from the Iowa secretary of state has filed
its most recent biennial report with the secretary of state, and has neither received a certificate of
withdrawal from the secretary of state nor had its authority revoked.
❑ Yes ❑ No My business is a limited liability partnership which has filed a statement of qualification in this
state and the statement has not been canceled.
■
Yes ■ No My business is a limited liability partnership which has filed a statement of qualification in a
state other than Iowa, has filed a statement of foreign qualification in Iowa and a statement of
cancellation has not been filed.
Yes U No My business is a limited partnership or limited liability limited partnership which has filed a
certificate of limited partnership in this state, and has not filed a statement of termination.
O Yes ❑ No My business is a limited partnership or a limited liability limited partnership whose certificate of
limited partnership is filed in a state other than Iowa, the limited partnership or limited liability
limited partnership has received notification from the Iowa secretary of state that the application
for certificate of authority has been approved and no notice of cancellation has been filed by the
limited partnership or the limited liability limited partnership.
Yes U No My business is a limited liability company whose certificate of organization is filed in Iowa and has
not filed a statement of termination.
D Yes ❑ No My business is a limited liability company whose certificate of organization is filed in a state other
than Iowa, has received a certificate of authority to transact business in Iowa and the certificate
has not been revoked or canceled.
309-6001 (09-15)
NON -COLLUSION AFFIDAVIT OF PRIME BIDDER
State of /c' w/a, )
County of
)ss
Ja rii s UY:S t being first duly sworn, deposes and says that:
orA.ent , of RUM f an5
the attached Bid;
• He is Owner Partner Officer Re.resentative
donfrar 0r5 , the Bidder that has submitted
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
affiant.
(Signed)
VP
Title
Subscribed an sworn to before me this
e� viThig Y7 AJ p r 2017..
My commission expires
AFL --
day of of
:Deaf R c
fv®,2DaeR
Qpt
I
fzi a
DENISE R CASELLA
COMMISSION NO. 793877
MY COMMISSION EXPIRES
.cecrekly
Title
BID BOND
KNOW ALL MEN BY THESE PRESENTS, that we
as Principal, and
as Surety are held and firmly bound unto the CITY OF WATERLOO Iowa, hereinafter called
"OWNER? In the penal sum
Dollars ($ ) 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 day of
20 for
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 day of A.D. 201
(Seal)
Principal
By
(Title)
(Seal)
Witness Surety
By a
Witness Attorney-in-fact
BID BOND
KNOW ALL MEN BY THESE PRESENTS, that we,. Hurst & Sons Contractors Inc.
Merchants Bonding Company (Mutual)
as Principal, and
as Surety are held and firmly bound unto the CITY OF WATERLOO Iowa, hereinafter called
"OWNER." In the penal sum
Dollars ($ 5%
Fiver percent of bid amount
) 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 Sth day of September
201q for Contrac No 988: FY 2020 Cardinal Dr., Donald
St, I Inbud Ln.. Martin Rd. Drainage Improvements
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 September A.D. 2019 .
Hurst & Sons Contractors Inc. (Seal)
Principal. �..
By.. —raiz /it
Witness
Witness
By
Merchants Bonding Company5M)atual)
Surety ,0
Attorney-in-fact Janet Willard
(Title)
MERCHANTS
Bond #: 357802
BONDING COMPANY„
POWER OF ATTORNEY
Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.,
both being corporations of the State of Iowa (herein collectively called the "Companies") do hereby make, constitute and appoint, individually,
Janet Willard
their true and lawful Attorney(s)-in-Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and WI bonds, undertakings,
contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity
of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any
actions or proceedings allowed by law.
This Power -of -Attorney is granted and is signed and sealed by facsimile under and by authority of the following Bylaws adopted by the Board
of Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and amended August 14, 2015 and adopted by the Board of Directors
of Merchants National Bonding, Inc., on October 16, 2015.
"The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority
to appoint Attorneys -in -Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and
undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof."
"The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney
or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the
Company, and such signature and seal when so used shall have the same force and effect as though manually fixed"
In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and aut hority hereby given to the
Attorney -in -Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction
contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department
of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of
its obligations under its bond.
In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given
to the Attorney -in -Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner -
Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation.
In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 5th day of September , 2019
.•tp1%0N4 9%
z:2 -o- •
�O:a a" -t _. -0- I.
aE- ?Z
x • 2003 4
u•.
•
•.1016 Cp4j,o
:•moo. oPPOA'9i•
is
STATE OF IOWA
COUNTY OF DALLAS ss.
On this this 5th day of September 2019 , before me appeared Larry Taylor, to me personally known, who being by me duly sworn
did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the
seals affixed to the foregoing instrument are the Corporate Seals of the Companies; and that the said instrument was signed and sealed in behalf
of the Companies by authority of their respective Boards of Directors.
• • la. 1933
'• (P. •`lac:
MERCHANTS BONDING COMPANY (MUTUAL)
MERCHANTS NATIONAL BONDING, INC.
By
President
ALICIA K. GRAM
Commission Number 767430
My Commission Expires
April 1, 2020
Notary Public
(Expiration of notary's commission
does not invalidate this instrument)
I, William Warner, Jr., Secretary of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., do hereby
certify that the above and foregoing is a true and correct copy of the POWER-OF-ATTORNEY executed by said Companies, which is still in full
force and effect and has not been amended or revoked.
In Witness Whereof, I have hereunto set my hand
POA 0018 (3/17)
and affixed the seal of the Companies on this 5th day of September , 2019 .
..'•.
W......,��a,F
o•=
Secretary