HomeMy WebLinkAboutBaker Enterprises, Inc.BAKE R
r-.NJ-rsrkF'nl scs, IN1C.
PO Box 277
Waverly, IA 50677
BID SECURITY FOR:
FY 2025 STATE STREET SANITARY SEWER
REPLACEMENT & STORM SEWER DISCONNECTS
CITY OF WATERLOO
715 MULBERRY STREET
WATERLOO, IA 50703
BAKE R
1 N. TE= nF3nI5ES, INC.
PO Box 277
Waverly, IA 50677
BID PROPOSAL FOR:
FY 2025 STATE STREET SANITARY SEWER
REPLACEMENT & STORM SEWER DISCONNECTS
CITY OF WATERLOO
715 MULBERRY STREET
WATERLOO, IA 50703
FORM OF BID OR PROPOSAL
FY 2025 STATE STREET SANITARY SEWER REPLACEMENT AND STORM SEWER DISCONNECTS
CONTRACT NO. 1110
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 it,
a Part- er-sh4p-consisting of the following pa aer-s: bN�w i-�-;sus �.,, ,
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 2025
STATE STREET SANITARY SEWER REPLACEMENT AND STORM SEWER DISCONNECTS, Contract No.
1110, all in accordance with the above -listed documents and for the unit prices for work in place for the
following items and quantities:
FY 2025 STATE STREET SANITARY SEWER REPLACEMENT AND STORM SEWER DISCONNECTS -
CONTRACT NO. 1110
DIVISION I - STATE STREET SANITARY SEWER REPLACEMENT
BID
ITEM
SUDAS SPECIFICATION
* SEE SUPPLEMENTAL
DESCRIPTION
UNIT
DIV 1- EST
QTY
UNIT BID PRICE
TOTAL BID PRICE
DIVISION 2 - EARTHWORK
1
2010-108-D-1*
TOPSOIL, 4 INCHES, ON SITE
SY
1720.0
2
2010-108-E *
EXCAVATION, CLASS 10
CY
736.0
3
SEE EST. REF.
EXCAVATION, CLASS 10, WASTE
CY
732.0
4
2010-108-J
SY
0.0
SUBBASE, MODIFIED, 10INCH DEPTH
5
2010-108-J
SUBBASE, 1 INCH ROADSTONE, 7 INCH DEPTH
SY
2366.0
DIVISION 4 - SEWERS AND DRAINS - SANITARY
6
4010-108-A
SANITARY SEWER, TRENCHED, TRUSS, 12 INCH
LF
516.1
7
4010-108-A
SANITARY SEWER, TRENCHED, TRUSS, 10 INCH
LF
312.2
8
4010-108-E
SANITARY SEWER SERVICE STUB, SDR 23.5, 6 INCH
LF
386.0
9
SEE EST. REF.
SANITARY SEWER SERVICE, UNDERGROUND
INVESTIGATION
EACH
2.0
DIVISION 4 - SEWERS AND DRAINS - STORM
10
4020-108-A
STORM SEWER, TRENCHED, RCP 2000D, 15 INCH
LF
-
11
4020-108-A
STORM SEWER, TRENCHED, RCP 2000D, 12 INCH
LF
-
12
4020-108- D
REMOVAL OF STORM SEWER, RCP, LESS THAN OR
EQUAL TO 36 INCH
LF
-
13
4020-108-G
STORM SEWER ABANDONMENT, FILL AND PLUG,
10INCH PIPE
LF
14
4040-108-D
SUBDRAIN OUTLET TO STRUCTURE, 6 INCH
EACH
-
Sal (o.00
$ lo,00 $ -7 3Go. 00
$ Io,00 $ 7, 320. 00
$ 1) , Ob $ O . 00
$ I(.So $ 17 2o9.ov
$ G-7.00 $ 34145-eig•io
$ I♦oo
$ I?,Dq .Zo
$ (03.00 $ Zy3t 2.00
$ e? J o♦ o 0 $ I 7, c o o o
$ 6-1•ob
$ 0.00
$ S?.00 $ O.Oo
$ �5.00 $ O.00
$ 2.5.00 $ O.00
`175"
.bo $ O.00
FORM OF BID
CONTRACT NO. 1110
Page 1 of 5
DIVISION 5 - WATER MAINS AND APPURTANCES
15
SEE EST. REF.
CONVERT WATER MANHOLE TO ROADBOX
EACH
-
16
SEE EST. REF.
WATER SERVICE, LOWER AND INSULATE
EACH
5.0
DIVISION 6 - STRUCTURES FOR SANITARY AND STORM SEWERS
17
6010-108-A
MANHOLE, SW-301, 48"
EACH
2.0
18
6010-108-A
MANHOLE, SW-401, 48"
EACH
-
19
6010-108-B
INTAKE, SW-501, SINGLE GRATE
EACH
-
20
6010-108-B
EACH
-
INTAKE, SW-512, 24", TYPE4B CASTING
21
6010-108-G *
CONNECTION TO EXISTING MANHOLE OR INTAKE,
STORM
EACH
22
6010-108-H
REMOVE MANHOLE OR INTAKE
EACH
2.0
DIVISION 7
SIDEWALKS,
- STREETS AND RELATED WORK
SHARED USE PATHS AND DRIVEWAYS
23
7010-108-E *
CURB & GUTTER, 24-INCH WIDE, 7-INCH DEPTH,
PCC, C-4
LF
-
24
7030-108-A-1
REMOVAL OF SIDEWALK
SY
108.4
25
7030-108-A-3
REMOVAL OF DRIVEWAY
SY
17.8
26
7030-108-E
SIDEWALK, PCC, 4 INCH, C-4
SY
22.2
27
7030-108-E
SIDEWALK, PCC, 6INCH, C-4
SY
83.0
28
7030-108-G
DETECTABLE WARNINGS
SF
120.0
29
7030-108-H-1
DRIVEWAY, PAVED, PCC, 5 INCH, C-4
SY
17.8
30
7030-108-H-1
ALLEY, PAVED, PCC, 6 INCH, C-4
SY
46.5
31
7030-108-H-3
DRIVEWAY, GRANULAR, 4INCH
TON
79.5
PAVEMENT REHABILITATION
32
7040-108-H *
PAVEMENT REMOVAL, SEAL COAT
SY
2368.0
DIVISION 8 - PAVEMENT MARKINGS AND TRAFFIC CONTROL
33
8030-108-A
TEMPORARY TRAFFIC CONTROL
LS
0.75
DIVISION 9 - SITE WORK AND LANDSCAPING
SEEDING
34
9010-108-B *
HYDRAULIC SEEDING, SEEDING, FERTILIZING AND
SY
1720.0
MULCHING - TYPE 1
35
9010-108-E *
SY
430.0
WARRANTY
EROSION AND SEDIMENT CONTROL
36
9040-108-Q-2
EROSION CONTROL MULCHING, HYDROMULCHING
SY
1720.0
37
9040-108-T-1 *
INLET PROTECTION DEVICE, INSTALLATION
EACH
6.0
38
9040-108-T-2 *
INLET PROTECTION DEVICE, MAINTENANCE
EACH
6.0
DIVISION 11 - MISCELLANEOUS
39
11010-108-A
CONSTRUCTION SURVEY
LS
0.75
40
11020-108-A
MOBILIZATION
LS
0.75
TOTAL BID DIVISION I
$ 213o0.00
$
1i2o0.60
$ 117100. 00
$
B.00
$
%t 000.00
$ ligi00.0D
$ 34 g50. 00 $ b . 00
$
$
O.00
$ 2` 400. oo $ D. b0
$ I bSo . 00 $ o . 00
$ Soo. Qo
$ 45.00
$ 10.00
$ 1S.00
$ 85.00
$ ci S..00
$ So, 00
$ 9o.vo
$ 1 C.00
$ 5.00
$ 3 C,-7S. 00
t 2-o
$ O.Co
$ I3S.00
$ 30.00
13f 7 So, op
$ I!000.0o
$ 0 .00
$ I1o8`(.o0
$ Z67.0o
$ 1,88 7. 0o
$ 7g8Sr- oo
$ `,D0. do
$ I, 602. 60
$ Lt{!?, 50
2,623. co
$ 11, yo.00
$ 27Sto, z7
$ Z eLW.v0
$ li 03 2. co
$ 81a.00
$ to,00
$ 3,8 2 S. 0o
$ lot 3(2-So
1oz1 191 . lo S'
FORM OF BID
CONTRACT NO. 1110
Page 2 of 5
DIVISION
II
-
BUTLER
AVENUE
AND
DEARBORN
AVENUE
STORM
SEWER
DISCONNECTS
ITEM
BID
SUDAS
*
SEE
SUPPLEMENTAL
SPECIFICATION
DESCRIPTION
UNIT
DIV
QTY
2
EST
UNIT
BID
PRICE
TOTAL
BID
PRICE
DIVISION 2 - EARTHWORK
1
2010-108-D-1*
TOPSOIL, 4 INCHES, ON SITE
SY
1053.0
2
2010-108-E *
EXCAVATION, CLASS 10
CY
_
3
SEE EST. REF.
EXCAVATION, CLASS 10, WASTE
CY
-
4
2010-108-J
SUBBASE, MODIFIED, 10 INCH DEPTH
SY
637.0
5
2010-108-J
SUBBASE, 1 INCH ROADSTONE, 7 INCH DEPTH
SY
-
DIVISION 4 - SEWERS AND DRAINS - SANITARY
6
4010-108-A
SANITARY SEWER, TRENCHED, TRUSS, 12 INCH
LF
-
7
4010-108-A
SANITARY SEWER, TRENCHED, TRUSS, 10INCH
LF
-
8
4010-108-E
SANITARY SEWER SERVICE STUB, SDR 23.5, 6 INCH
LF
-
9
SEE EST. REF.
SANITARYSEWERSERVICE, UNDERGROUND
INVESTIGATION
EACH
-
DIVISION 4 - SEWERS AND DRAINS - STORM
10
4020-108-A
STORM SEWER, TRENCHED, RCP 2000D, 15 INCH
LF
899.5
11
4020-108-A
STORM SEWER, TRENCHED, RCP 2000D, 12INCH
LF
695.9
12
4020 108 D
REMOVAL OF STORM SEWER, RCP, LESS THAN OR
EQUALTO36INCH
LF
194.2
13
4020-108-G
STORM SEWER ABANDONMENT, FILL AND PLUG,
10 INCH PIPE
LF
84.0
14
4040-108-D
EACH
8.0
SUBDRAIN OUTLET TO STRUCTURE, 6INCH
DIVISION 5 - WATER MAINS AND APPURTANCES
15
SEE EST. REF.
CONVERT WATER MANHOLE TO ROADBOX
EACH
1.0
16
SEE EST. REF.
WATER SERVICE, LOWER AND INSULATE
EACH
9.0
DIVISION 6 - STRUCTURES FOR SANITARY AND STORM SEWERS
17
6010-108-A
MANHOLE, SW-301, 48"
EACH
-
18
6010-108-A
MANHOLE, SW-401, 48"
EACH
2.0
19
6010-108-B
INTAKE, SW-501, SINGLE GRATE
EACH
9.0
20
6010-108-B
INTAKE, SW-512, 24", TYPE 4B CASTING
EACH
3.0
21
6010-108-G *
CONNECTION TO EXISTING MANHOLE OR INTAKE,
STORM
EACH
4.0
22
6010-108-H
REMOVE MANHOLE OR INTAKE
EACH
12.0
DIVISION 7 - STREETS AND RELATED WORK
SIDEWALKS, SHARED USE PATHS AND DRIVEWAYS
23
7010-108-E *
LF
258.0
CURB & GUTTER, 24-INCH WIDE, 7-INCH DEPTH,
PCC, C-4
24
7030-108-A-1
REMOVAL OF SIDEWALK
SY
7.4
25
7030-108-A-3
REMOVAL OF DRIVEWAY
SY
-
26
7030-108-E
SIDEWALK, PCC, 4 INCH, C-4
SY
-
27
7030-108-E
SIDEWALK, PCC, 6 INCH, C-4
SY
7.4
28
7030-108-G
DETECTABLE WARNINGS
SF
10.0
$ 3.00 $ 3151, vo
$ 10.00 $ D•00
$ lb.00 $ O. 00
$ I1.00 $ /04 SZI.00
$ tI.So $ D,o0
$ Call.o° $ 0.00
$ +dl . oo $ O. oo
$ L3.Do $ 0.0O
$ gSo.00 $ 0•ao
$ (02.00 $ TS+'7 0.00
$ S?-oo
$ you 3L4Z z o
$ `jig SS, op
2.5.00 $ 21 l00•00
4-75•00 $ 3800400
$ Z,3oo,04
$ Z+ 3ov, oo
$ IZ•bo, oo $ 10, 800. 00
$
L1+l 00 oo $ 0.00
8So.Do $ 70o.00
347Sb,00 $ $375o.00
Z+ y00•0o $ 71 Zoo.o<,
IbSo . oo $
$ Soo. o0
4 Zoo.00
$ C+ Coo , oo
45.00 $ iI+(olo.ov
$ l o.0o $ -7'1.0o
$ tS.00 $ b.00
$ 8S vo $ 0,eo
$ of S. . Oo $ 03.00
$ Co.00 $ So
FORM OF BID
CONTRACT NO. 1110
Page 3 of 5
29
7030-108-H-1
DRIVEWAY, PAVED, PCC, 5 INCH, C-4
SY
-
30
7030-108-H-1
ALLEY, PAVED, PCC, 6 INCH, C-4
SY
23.7
31
7030-108-H-3
DRIVEWAY, GRANULAR, 4 INCH
TON
35.7
PAVEMENT REHABILITATION
32
7040-108-H *
PAVEMENT REMOVAL, SEAL COAT
SY
637.0
DIVISION 8 - PAVEMENT MARKINGS AND TRAFFIC CONTROL
33
8030-108-A
TEMPORARY TRAFFIC CONTROL
LS
0.25
DIVISION 9 - SITE WORK AND LANDSCAPING
SEEDING
34
9010-108-B *
HYDRAULIC SEEDING, SEEDING, FERTILIZING AND
SY
1053.0
MULCHING - TYPE 1
35
9010-108-E *
SY
264.0
WARRANTY
EROSION AND SEDIMENT CONTROL
36
9040-108-Q-2
EROSION CONTROL MULCHING, HYDROMULCHING
SY
1053.0
37
9040-108-T-1 *
INLET PROTECTION DEVICE, INSTALLATION
EACH
15.0
38
9040-108-T-2 *
INLET PROTECTION DEVICE, MAINTENANCE
EACH
15.0
DIVISION 11 - MISCELLANEOUS
39
11010-108-A
CONSTRUCTION SURVEY
LS
0.25
40
11020-108-A
MOBILIZATION
LS
0.25
$ 9o.00 $ b.bo
$ IC•oo $ Z42.S1.co
$ 33.cb $ 1,118.t04
$ C.00 $ 3it? S.00
3L.75.00 $ 91g.1S'
$ 1.10 $ 1,2C3.Go
$ E.-o $ 3IL. o
$ o . 6o $ 31 . 8'0
$ 1 3 C.00 $ 202-5.00
$ 30.00 $ `1So.00
$ St oo.o'o
$ 13{D so,
$ I,27S.00
$ 34937.50
TOTAL BID DIVISION II
$ 222) 6J-f`I. ZS
TOTAL BID = DIVISION I + DIVISION II
$ `-lay g3se. 90
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 CtJL ?crc cr t h+ AsAAliv41.Ct 3 icl Dollars ($
c:),-c hMt- -;c1 ) in the form of 3►c.t L .d , 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 Bidder 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.
FORM OF BID CONTRACT NO. 1110 Page 4 of 5
9. The bidder has received the following Addendum or Addenda:
Addendum No. — Date
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.
736.1c4.e- Ems,+4rhis- es, -a-K.c . 8 ZZ 2y
(Name of Bidder) (D te)
BY: /3-�- Title PPI.-K ; d atif
Official Address: (Including Zip Code):
2 50 y £ &-,,wI. €✓
Ptv".
lk)..4.t✓(si, PA Sol.77
I.R.S. No. `IZ - ISo -pY"Z
FORM OF BID
CONTRACT NO. 1110 Page 5 of 5
NON -COLLUSION AFFIDAVIT OF PRIME BIDDER
State of 1 Oyu
County ofrtr- )
)ss
, being first duly sworn, deposes and says that:
1 He is Owner, artner, Officer, Representative, or Agent) , of
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 affiant.
(Signed) -!
?res;dtn. --
Title
n 20�L% Subscribed and sworn to before me this PitkpArtdayof,
-LOy��t)\L4‘)� Co h,+t. `l .e., q
Title
My commission expires
b51 Dnic904;
Bidder Status Form
To be completed by all bidders
Part A
Please answer "Yes" or "No" for each of the following:
�Yes
�"Ye s
O Yes
�'Yes
Q NO
O No
No
No
O Yes QNo
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:
Dates:
Dates:
/ / Zoz `t Address. 2 5'04 E € uN�A.V' Ave .
City, State, Zip:
/ / to / / Address:
City, State, Zip:
/ / to / / Address.
You may attach additional sheet(s) if needed.
UJAitte(i
SoL?7
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
force preferences or any other type of preference to bidders or laborers? Q Yes 0 No
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
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:
Signature: a sac_ Date: 8 z LZ y
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.
O Yes ONo
�es ONo
O Yes ONo
O
O Yes
3Yes
Yes
O Yes 0No
O Yes
O Yes
O Yes
My business is currently registered as a contractor with the Iowa Division of Labor.
My business is a sole proprietorship and I am an Iowa resident for Iowa income tax purposes.
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.
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.
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.
My business is a limited liability partnership which has filed a statement of qualification in this
state and the statement has not been canceled.
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.
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.
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.
My business is a limited liability company whose certificate of organization is filed in Iowa and has
not filed a statement of termination.
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)
MBE/WBE BUSINESS ENTERPRISE
PRE -BID CONTACT INFORMATION FORM
Prime Contractor Name: En3-Q„Cep br ces ar,c .
Project: F Y 202. S 5+, s-t- SUS., ,... S-c.,,,.ic.rr
Letting Date: 8 Z a z
NO MBE/WBE 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:
Title: Pres,ct.. w-t -
Date: 8lz z 12
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 may 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 Rudy Jones, 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
Subcontractors
MBE/WBE
Contacted
Dates
Yes/No
Contacted
Dates
Yes/No
Dollar
be
Amount
Subcontracted
Proposed
to
'
`O'+-�`►1GZ
CawCrL4-�
a'2 o���
`4
StoVU►Ge, Siq✓1;v1 q
84 A C)/ 74
S ;
. y
I3,So°•oo
Jar re pi-
$1Zoity
, , ,
- ,
-41 g Li 28.QC
7
(Form CCO-4) Rev. 06-20-02
BID BOND
KNOW ALL MEN BY THESE PRESENTS, that we, Baker Enterprises, Inc.
as Principal, and Western Surety Company
bound unto the
, as Surety, are held and firmly
CITY OF WATERLOO , Iowa, hereinafter called "OWNER." In the penal sum
Five Percent of the Total Amount Bid Dollars ($
5%
) lawful money of
the United States, for the payment of which sum will and truly be made, we bind ourselves, our heirs, executors,
administrators, and successors, jointly and severally, firmly by these presents. The condition of this obligation is
such that whereas the Principal has submitted the accompanying bid dated the 22nd day of
August 20 24 for
FY 2025 State Street Sanitary Sewer Replacement and Storm Sewer Disconnects in the City of Waterloo, Iowa; Contract No. 1110
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 2oth day of August , A.D. 20 24
Witness
BID BOND
Baker Enterprises, Inc. (Seal)
Principal
By
g la.t<< RAVA.r
Western Surety Company
Sur,
By
(Seal)
ttorney-in- •Ct :ara Huston
(Title)
`14ail
C1/49 P4 ;...*
EC) elPe
WI Z
a 3 'S cr j�V 14-1
Page 1 of 'i
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
Dione R Young, Craig E Hansen, Anne Crowner, Brian M Deimerly, Jay D Freiermuth, T Mc Culloh, Kate Zanders, John
Cord, Sara Huston, Seth Rooker, Individually
of Waukee, IA, its tnie and lawful Attomey(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 Authorizing By -Laws and Resolutions printed at the bottom of this page, 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 14t11 day of August, 2024.
State of South Dakota
County of Minnehaha
f
ss
WESTERN SURETY COMPANY
Larry Kasten, Vice President
On this 14th day of August, 2024, before me personally came Larry Kasten, to me known, who, being by me duly sworn, did depose and say: that he resides in the
City of Sioux Falls, State of South Dakota; that he is a Vice President of WESTERN SURETY COMPANY described in and which executed the above instrment; 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.
My commission expires
March 2, 2026
+444444444444444444444444 +
I M. BENT I
f NOTARY PUBLIC ^ +
I SOUTH DAKOTA sEA� I
+44444444Sit 4444444444444
M. Bent, Notary Public
CERTIFICATE
I, Paula Kolsrud, 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 and Resolutions of the corporation printed below this certificate are still in force. In testimony whereof I have hereunto subscribed my name
and affixed the seal of the said corporation this 20th day of August , 2024
wig";
LW 01" 'Ile VCCS
S. qs=w 4 Z
* \SEA•'
,,vTH DOa r�r
WESTERN SURETY COMPANY
ga,Lauk Y)cADA0A
Authorizing By -Laws and Resolutions
ADOPTED BY THE SHAREHOLDERS OF WESTERN SURETY COMPANY
Paula Kolsrud, Assistant Secretary
This Power of Attorney is made and executed pursuant to and by authority of the following By -Law duly adopted by the shareholders of the Company.
Section 7. All bonds, policies, undertakings, Powers of Attorney, or other obligations of the corporation shall be executed in the corporate name of the Company by
the President, Secretary, and Assistant Secretary, Treasurer, or any Vice President, or by such other officers as the Board of Directors may authorize. The President, any
Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or agents who shall have authority to issue bonds, policies, or undertakings
in the name of the Company. The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the
corporation. The signature of any such officer and the corporate seal may be printed by facsimile.
This Power of Attorney is signed by Larry Kasten, Vice President, who has been authorized pursuant to the above Bylaw to execute power of attorneys on behalf of Western
Surety Company.
This Power of Attorney may be signed by digital signature and sealed by a digital or otherwise electronic -formatted corporate seal under and by the authority of the following
Resolution adopted by the Board of Directors of the Company by unanimous written consent dated the 27th day of April, 2022:
"RESOLVED: That it is in the best interest of the Company to periodically ratify and confirm any corporate documents signed by digital signatures and to ratify and
confirm the use of a digital or otherwise electronic -formatted corporate seal, each to be considered the act and deed of the Company."
Go to www.cnasurety.com > Owner / Obligee Services > Validate Bond Coverage, if you want to verify bond authenticity.
Form F4280-6-2023