HomeMy WebLinkAboutBaker Enterprises, Inc.la BAKE
==NTt r 15EZS. INC
PO Box 277
Waverly, IA 50677
BID SECURITY FOR:
F.Y. 2025 W.A.R.P 4TH ADDITION
CONTRACT NO. 1114
CITY OF WATERLOO
715 MULBERRY STREET
WATERLOO, IA 50703
b,1
001?2310 11311at
PO Box 277
Waverly, IA 50677
BID PROPOSAL FOR:
F.Y 2025 W.A.R.P. 4TH ADDITION
CONTRACT NO. 1114
CITY OF WATERLOO
715 MULBERRY STREET
WATERLOO, IA 50703
FORM OF BID OR PROPOSAL
F.Y. 2025 W.A.R.P. 4TH ADDITION
CONTRACT NO. 1114
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 =owq
a Partnership consisting of the following partners:
&k`r 1/`{trPr St sal Tenc. 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 F.Y. 2025 W.A.R.P. 4TH ADDITION, Contract No. 1114, all in accordance with the above -listed
documents and for the unit prices for work in place for the following items and quantities:
I ILM
NO.
1
2
3
4
5
7
8
9
10
11
12
13
14
15
16
17
F.Y. 2025 W. A RP 4TH ADDITION
REFERENCE
TIFMDESCRIPTION
2010-108-B
2010-108-
D-1
2010-108-E
2010-108-E
2010-108-G
2010-108-I
2010-108-I
2010-108-I
2010-108-E
2010-108-I
4010-108-
A.1
4010-108-
A-1
4020-108-
A-1
4020-108-
A-1
4020-108-
A-1
4040-108-A
4040-108-C
BASE BID
DIVISION 2 - EARTHWORK
CLEARING AND GRUBBING
TOPSOIL, STRIP, STOCKPILE, SPREAD,
ON -SITE
E»2AVATION, CLASS 10
DCAVATION, CLASS 10, BORROW
SUBGRADE PREPARATION
SUBBASE, 6" MDDIFIED
SUBBASE, 4" MDDIFIED
SUBBASE, 8" MACADAMSTONE
SUBGRADE OWRD CAVATION
GRANULAR STABILIZATION
DIVISION - SEWERS AND DRAINS
SANITARYSEWER GRAVTIYMAIN,
TI a TCHED, PVC'IRUSS,12"
SANITARYSEWER SERVICE,
TRENCHED, P\C SDR23.5, 6"
S'IORMSEWER, 'WINCHED, GASKEIED
RCP, 15"
S'IORMSEWER, a 'CH®, GASIFIED
RCP, 18"
STORMSEWER, a 'CHID, GASKEITD
RCP, 24"
SUBDRAIN, HDPE, TYPESP, 6"
SUBDRAIN CIEANOUT,, TYPEA-1
UNIT
CY
CY
CY
SY
SY
SY
SY
CY
TN
LF
IF
IF
IF
IF
EA
DIVISION 1
QUANITES
9.7
80,330.3
237,577.7
22,208.8
12,388.2
12,388.2
800.0
800.0
350.0
685.0
4,108.4
910.0
245.0
776.0
1,120.0
6,449.4
2.0
FORM OF BID CONRACT NO. 1114
DIVISION 2
W • a' MAIN
QUANTITIES
UNITPRICE
3, 000. 00
3, g s
2.ZS
I. o0
oo
5.7S
0,ot
AMOUNT
DIVISION 1
21,/0a,o0
361,2.71.66
5344 sy9,g3
la 382.2 0
99,IoS6a
oo. o0
3..5s
AMOUNT
DIVISION 2
S6•00 23o,57c,+40
tal -7 . Goo
'1Z_17o.0o
SI.00 I21NgS.00
5 3. Do
70, oo
9.zS
g 6O.Oo
I}12B.00
g, `loo. o0
cis cos`, 4 �
1, (oop. o0
Page 1 of 5
18
404D0.-j
08-
SUBDRAIN,
OUIIETTO
STRUCIURE
EA
40.0
19 S-, 00
'718 o 0
. 0
0
19
SUBDRAINCLEANOL
TRIIVDVAL
EA
2.0
I oo. oo
2 00 , op
20
4030-108-B
PIPE
APRON,
RCP,
15"
EA
2.0
I,
0 7S. 0 0
2 l Co .. 00
21
4030-108-C
FOOTINGS
APRONS,
15"
FORCONCRETE
PIPE
EA
2.0
3 y 0 •O
0
(o ,F?O .OD
PIPE
APRON
GUARDS,
15"
22
4030-108-D
EA
2.0
1 I S. oo
(,
(3 0. 0o
23
4030-108-B
PIPE
APRON,
RCP,
24"
EA
2.0
(,3 l S . 00
2,
00.00
24
4030-108-C
FOOTINGS
APRONS,
24"
FOR
CONCREIE
PIPE
EA
2.0
�o s , 0 O
3 0 - 0
0
25
4030-108-D
PIPE
APRON
GUARDS,
24"
EA
2.0
(,
I oo . o 0
2., 2- Oo. 00
DIVISION
APPURIFNANCES
5
-
WAIERMAINS
AND
26
5010-108-
A
-I
WA1ERMAIN,
POLYWRAPPED,
"IRENCHED,
DIP,
8"
IF3,242.4
6
. S O
9 9� j0'?.
60
27
5010-108-
C-1
FA
1.0
2 0 O. 0
0
$ o 0. O O
WING
MI
LOCKING
'hut
8"
X8"
X8"
28
5010-108-
C-1
FA
11.0
6 S S.
00
712.0S. o0
FI
rI►NG,
MI
LOCKING
Irk.,
8"
X8"
X6"
29
5010-108-
C-1
EA
1.0
Z 7 S. 00
2 -1 S. 00
FI
I
IIN'G,
MI
REDUCER,
8"
X6"
30
5010-108-
C-1
FITTING,
11.25°
MI
BEND,
8"
EA
6.0
3 g s •
DO
z , 31 O , 00
31
5020-108-A
VALVE,
MIGAIE
8"
EA
13.0
2 CPS. OD
33 6o. . 00
32
5020-108-C
FIRE
HYDRANTASSENBLY
EA
11.0
‘? '-J O , 00
`7
y
140.00
33
5020-108-C
DEAD
END
FIRE
HYDRANTASSEM3LY
EA
1.0
I 3 o o , Do
I , 360.00
SANITARYAND
DIVISION
6
-
STRUCTURES
STORMSEWERS
FOR
34
6010-108-A
MANHOLE;
SW
301,
48"
EA
17.0
4{ Li
7 '-4, 8 00. 00
00. 00
35
6010-108-B
INTAKE,SW507
EA
15.0
7OfSoo. op
H
oo
36
6010-108-B
INTAKE,
SW
509
EA
4.0
6
Too.
1 S o. o
0
2 4 (,60.00
DIVISION
7
-
STR)=EIS
AND
n
.
DO
WORK
7010-108-A
9AVF1V1[TIT,
P37
PCC,
C-4
W/CIASS
3
AEG,
SY
10,986.8
S. 3 , 00
. ”2 , 3 00. `i a
38
7040-108-H
PAWMWFREIVDVAL
SY
10.3
3 0.00
3 O 9
. 00
DIVISON
8
-
TRAFFIC
CONTROL
39
8030-108-A
TRAFFICCONIROL
LS
1.0
1, 000 . 00
i Ooo , 00
DIVISON
IANDSCAPING
9
-
SITE
WORKAND
40
9010-108-A
PC
96.0
1, 3 35.00
12211(30.0o
CONVFNIIONALS
nil
NG,
F
WllU
NG,
AND
MULCHING
- TYPE
1
41
9040-108-
Q-1
TFM'ORARYEROSION
�C�G
CONTROL
IC
50.0
'lob. o0
z o, 600.00
42
9040-108-A
TIIVPORARYSH-fl1NGANDMULCHING
-TYPES
PC
6.3
fp�.S,op
3
,937.So
43
9040-108-N
SILTFENCE,
INSTALLATION
IF
20,125.0
I. 4 C
24 I g 1 ar
44
9040-108-N
SILTFENCE,
MAINTENANCE
IF
20,125.0
O. O I
2o l . 2- S
45
9040-108-N
SILTFENCE,
REIVDVAL
LF
20,125.0
O. 0.
(
2.0 (. 2 S'
CONSTRUCTION
(INSTALLATION,
R11vDVAL)
ENTRANCE
MAINTENANCE,
AND
46
9040-108-0
LS
1.0
3, 150.00
3 ,1
SO . o o
47
9040-108-T
INIETPROTECTION
(INSTALLATION,
REMOVAL)
MAINIFNANCE,
DEVICE
AND
EA
31.0
( 2 S, 00
3 ,27S . n0
.,,------
48
9040-108-J
EROSION
STONE,
1'
DEPTH
TN
58.0
S S. o O
3 19
0.0O
49
9040-108-N
SILT
FENCE
DTTCHCHECK
EA
21.0
L1. 5
14 S . 00
. O o
4, 5 06. oo
50
9010-108-E
SEEDINGWARRANIY
LS
1.0
y S oo. 60
FORM OF BID
CONRACT NO. 1114
Page 2 of 5
DIVISION 11 - MSCEIIANEOUS
51
52
11,010-
108-A
11,020-
108-A
CONSTRUCTION SURVEY
MJBIUZAIION
TOTALBASEBID DIVISION 1
'IOTALI3ASEBID DIVISION 2
1OTALRASEi31DDIVISION 1 +
DIVISION 2
LS
LS
1.0
1.0
3'7So.00
10t000.00
�3,, Co. 00
ALT
D
ATE
A
DIVISION
2
-
EARTHWORK
53
2010-108-G
SUBGRADEP
D
ARATION
SY
4,291.3
op
y
29
(, 3 0
54
2010-108-I
SUBBASE,
6"
NDDIFIID
Sy
4,291.3
D
DIVISION
4
-
S
D
AND
DRAINS
4020-108-
S'IORMSEWEIZ,'Iltl~I�'CHn,
GASKEIID
56
4020-108-
A:1
STORMSEWFR,
RCP,18"
TRENCHED,
GASI�TID
IF
348.0
S3.oO
($,tit'.i i.00
57
4020-108-
A:1
STORMSEWER,
RCP,
24"
TRENCHED,
GASKEJW
LF
284.0
7
O . o 0
101 $ 8
0 .
pp
58
4030-108-B
PIPEAPRON,
RCP,
24"
EA
1.0
113 15. 00
1 3
I S. pp
59
4030-108-C
FOOTINGS
APRONS,
24"
FORCONCREIE
PIPE
EA
1.0
iI (aS • 00
H
Q S . 00
_
60
4030-108-D
PIPEAPRONGUARDS,
24"
EA
1.0
(, 1
oo,
00
(is 1 00. ao
61
4040-108-A
SUBDRAIN,
HDPIi
T�PESP,
6"
IF
2,147.8
9.
Z S'
19, 8 L-7 . 1 S
62
4040-108-
D-1
SUBDRAN,
OUIIETTO
STRUCTURE
EA
12.0
19
S 00
Z, 3 io. 00
DIVISION
APPURTENANCES
5
-
WATER
MAINS
AND
63
5010-108-
A
1
WATERMAIN,
POL'yWRfiI'PID,
1
D'CHID,
DIP,
8"
1,023.8
Cot
. S O
(2 1(0
3.10
,
64
5010-108-
C-1
111'11NG,
MI
I�OCKING'I>-!�
8"
X8"
X6"
EA
3.0
C S S • 00
I C S . Op
19
65
5020-108-A
VALV>y
MI
GATIy
8"
FA
3.0
2-1 S $
S. 00
7
'7 55, op
66
5020-108-C
FIRE
HYDRANTASSEM3LY
EA
3.0
(o, 7 `-%o o 0
2 o, 2 2 o. o0
.
67
REMDVALOF
HYDRANTASSEMBI,Y
DEAD
END
FIRE
1.0
Soo , 00
. op
,asiSoo
DIVISION
6
-
SMUCTU
D.
FOR
SANITARYAND
STORMSEWERS
68
6010-108-B
INTAKE,
SW
507
FA
6.0
9
7 6 p. 04
2 g Zoo . 00
DIVISION
7
-
STRFEIS
WORK
AND
RRA1ED
69
7010-108-A
PAV1IvfNT,
9
PCC,
C-4
W/CLASS
3 AGG,
SY
3,800.8
S 3, o 0
2 01 H 4 Z, `I
70
7040-108-H
PAWMHWTREMJVAL
SY
10.3
3 O pp
3 0 9 . oo
_
DIMSON
8
-
TRAFFIC
CONTROL
71
8030-108-A
T
C
CONTROL
LS
1.0
(, o 0 0. o o
O v o. 0
d
_(
DIVISON
LANDSCAPING
9
-
STIE
VS�ORKAND
72
9040-108-J
D
OSIONS'ION)y
1'
DEPTH
TN
22.0
S S . o O
I# 2 1
p oD
,
DIVISION
11-
MSCELLANBDUS
11,010-
73
108-A
CONSTRUCTION
SURVEY
1 S
1.0
Z Soo . o O
Z, Soo. o 0
,
74
11,020-
108-A
MDBIIIZATION
LS
1.0
/O,
000. 00
%O� OOo.00
TOTALALTERNATEADIVISION
1
3 $ j +!' 31.2
IUTALALIERNATEAUIVIs1oNi
_ 9 3, 4o.3 70
FORM OF BID
CONRACT NO. 1114
Page 3 of 5
lt�"IALAL"IERNAIEAIXVISION 1 +
DIVISION2
'IDI'ALDIVISION 1 - I3ASE BID +
MEIN/CIEA
'IO"IAL DIVISION 2 - BASE BID +
AI 7ERNATE A
'IDIALDIVISION I AND I)IVIS1ON2
B.ASE131D +ALIERNATEA
L4L14, 340,`IS
Zion(i3ZZ.�n
9LG3o
3�322fil `}o
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 C ►Jt Pkr<<�-t c-F
oke Ate+ (3; d ) in the form of td Bil.tid
the INSTRUCTIONS TO BIDDERS.
Dollars ($
is submitted herewith in accordance with
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.
S. 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 i l i t s z y
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 AM 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.
FORM OF BID CONRACT NO. 1114
Page 4of5
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.
, c gr.-I-cres--4c, Isw c . (lilt .IZq
(Name of Bidder) (Date)
BY: Title ?rc s drt,n.f
Official Address: (Including Zip Code):
ZSoy
ereu.A.W Av.< .
(Ai autv(�} riA So`'7"1
I.R.S. No. "2. - 1 St) -7'492
FORM OF BID
CONRACT NO. 1114 Page 5 of 5
State of
County of emer
1 He is ( (Owner
NON -COLLUSION AFFIDAVIT OF PRIME BIDDER
)ss
, being first duly sworn, deposes and says that:
Partner, Officer, Representative, or Agent) , of 'lker Enter frr SeS, I me ,
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
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)
? -es Gitr-1-
Title
Subscribed and sworn to before me this 2 day of nbyennber , 20f _' ';
ca\rErt
Title
My commission expires b�J ) 0 b 1 2-026
•
kR
Bidder Status Form
To be completed by all bidders
Part A
Please answer "Yes" or "No" for each of the following:
GY'i'es O No
�'Yes ONo
Yes ONo
Oyes ONo
�Yes ONo
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 Paris 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:
to /
/ ZS °y Address: 2 So `I E gy_cw",Ate' 4vt .
City, State, Zip: W fro ti-t i , =A So C 7 7
/ / to / / Address:
City, State, Zip:
/ / 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
force preferences or any other type of preference to bidders or laborers?
OYeSONO
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:0.tc4.r, _,,, c ,
Signature:
Date: I 11z 12 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.
EY ONo My business is currently registered as a contractor with the Iowa Division of Labor.
1DYes •No My business is a sole proprietorship and I am an Iowa resident for Iowa income tax purposes.
0 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.
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.
0
es ONo
0 Yes allo
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.
OYes 0-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.
O 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.
O Yes
O Yes
0
Yes
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: L Ler Gv .+.crpri Ce
Project: F. \r. z o Z r (kJ MP yam` 74rJa,-hq.,
Letting Date:
N O 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: Prs; ;d .fi
Date: 1►jZrj)._y
O MB
S UBCONTRACTORS 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/VVBE 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
Ti
cd+
lJ„sLry
(IIN/1
ycr
-
`{cs
4 1
`
o 3 1
r
?. Co
SQ.rot ct 51: /1 iel
li
I4f a
e5-
\le
P21 oob.00
(Form CCO-4) Rev. 06-20-02
By
Anne Crowner
BID BOND
BID BOND
KNOW ALL MEN BY THESE PRESENTS, that we, Baker Enterprises, Inc.
as Principal, and Western Surety Company
, as Surety, are held and firmly
bound unto the 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 21st day of
November , 20 24 , for F.Y. 2025 W.A.R.P. 4th Addition, Contract No. 1114, City of Waterloo, IA
•
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 15th day of November , A.D. 20 24
Baker Enterprises, Inc.
Principal
Byr=.4-e__,-Z
? t.t4.._ Q4 Icter
Western Surety Company
u ret
Sara Hus on, Attorney -in- a
i3,6-,cle•st (Title)
(Seal)
(Seal)
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, Grace M Dickinson, Individually
of Waukee, IA, its true and lawful Attomey(s)-in-Fact with frill 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 %Mess 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 26th day of September, 2024.
State of South Dakota
County ofMinnehaha
1
ss
WESTERN SURETY COMPANY
Larry Kasten, Vice President
On this 26th day of September, 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
+s4 4b+b,s %%%t,%%ss%S%%bs44b%% +
M. BENT
' NOTARY PUBLIC f
i SOUTH DAKOTA s aaL i
+hh4444% C,S%%%%%S%4cs444 +
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.due 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 15th day of November , 2024 .
Sty- 0/0 0 It;
*`SEAS'*IE
CtTh6LUL ‘1)" : tA
4''�Vii" alto r� Paula Kolsrud, Assistant Secretary
ithirtiviat
Authorizing By -Laws and Resolutions
ADOPTED BY THE SHAREHOLDERS OF WESTERN SURETY COMPANY
'Phis 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.
WESTERN SURETY COMPANY
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 27' 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