Loading...
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