HomeMy WebLinkAboutLoge Construction, Inc.CITY OF WATERLOO
CITY CLERK'S OFFICE
MAY 30 2019 PM 12:48:27
CVV -k•e,( o ) TA
� C(K
Gvi
RE-- 9_019 -s-J
1.3*/4
?_S
CGwr►Me(c�41
LODGE
CONSTRUCTION, INC.
RO. BOX 459 I cunsvairl, IA 30619
CITY OF WATERLOO
CITY CLERK'S OFFICE
HAY 30 2013 PM12:47:55
C'4y ae( <
\00 )71„7/4
RE
3-
Pecsav) d—�a�'iN'►e���`ti
•
BID BOND
KNOW ALL MEN BY THESE PRESENTS, that we. Lodge Construction, Inc.
aS Principal, and North American Specialty Insurance 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 Bid Submitted ---
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 30th day of May
, 2019 , for FY 2019 Jefferson and Commercial Streetscape Improvements City
(nntrart No. 976, Waterloo, IA
NOW, THEREFORE,
(a) If said Bid shall be rejected, or in the altemate,
(b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the form specified
and shall fumish 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 17th day of May , A.D. 2019
Lodge Construction, Inc. (Ar
Jeal)
Principal
North Ame
Insurance Comparlreal)
Q�� = • /,i, j.
A y -in -fact Anne Crowner
(Title)
SWISS RE CORPORATE SOLUTIONS
NORTH AMERICAN SPECIALTY INSURANCE COMPANY
WASHINGTON INTERNATIONAL INSURANCE COMPANY
WESTPORT INSURANCE CORPORATION
GENERAL POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS, THAT North American Specialty Insurance Company, a corporation duly organized and existing under
laws of the State of New Hampshire, and having its principal office in the City of Overland Park, Kansas and Washington International Insurance
Company a corporation organized and existing under the laws of the State of New Hampshire and having its principal office in the City of Overland
Park, Kansas, and Westport Insurance Corporation, organized under the laws of the State of Missouri, and having its principal office in the City of
Overland Park, Kansas each does hereby make, constitute and appoint:
JAY D. FREIERMUTH, CRAIG E. HANSEN, BRIAN M. DEIMERLY, SHIRLEY S. BARTENHAGEN, CINDY BENNETT, ANNE CROWNER,
TIM McCULLOH,, STACY VENN, DIONE R. YOUNG, and WENDY ANN CASEY JOINTLY OR SEVERALLY
Its true and lawful Attorney(s)-in-Fact, to make, execute, seal and deliver, for and on its behalf and as its act and deed, bonds or other writings
obligatory in the nature of a bond on behalf of each of said Companies, as surety, on contracts of suretyship as are or may be required or permitted by
law, regulation, contract or otherwise, provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the
amount of: ONE HUNDRED TWENTY FIVE MILLION ($125,000,000.00) DOLLARS
This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of
Directors of North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held
on March 24, 2000 and Westport Insurance Corporation by written consent of its Executive Committee dated July 18, 2011.
"RESOLVED, that any two of the President, any Senior Vice President, any Vice President, any Assistant Vice President,
the Secretary or any Assistant Secretary be, and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named
in the given Power of Attorney to execute on behalf of the Company bonds, undertakings and all contracts of surety, and that each or any of them
hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company; and it is
FURTHER RESOLVED, that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any
certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be
binding upon the Company when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached."
001111111110,16,
.ye, ••moo" .. c• .
0,N e111110011Ntij,,
*I.:Y?Ng1 4'
e� � �'t5'� � 4i • oPPo�.SG"�
SEAL oSEAL
E
Ft' fica 1973 a, 0
By ----
Steven P. Anderson, Senior Vice President of Washington International Insurance Company
& Senior Vice President of North American Specialty Insurance Company
& Senior Vice President of Westport Insurance Corporation
By
Mike A. Ito, Senior Vice President of Washington International Insurance Company
& Senior Vice President of North American Specialty Insurance Company
& Senior Vice President of Westport Insurance Corporation
IN WITNESS WHEREOF, North American Specialty Insurance Company, Washington International Insurance Company and Westport
Insurance Corporation have caused their official seals to be hereunto affixed, and these presents to be signed by their authorized officers this
this 3rd day of November , 20 17
State of Illinois
County of Cook
On this 3rd day of
North American Specialty Insurance Company
Washington International Insurance Company
Westport Insurance Corporation
ss:
November , 20 17, before me, a Notary Public personally appeared Steven P. Anderson , Senior Vice President of
Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and Senior Vice President of
Westport Insurance Corporation and Michael A. Ito Senior Vice President of Washington International Insurance Company and Senior Vice President
of North American Specialty Insurance Company and. Senior Vice President of Westport Insurance Corporation, personally known to me, who
being by me duly sworn, acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the
voluntary act and deed of their respective companies.
OFFICIAL SEAL
M. KENNY
Notary Public - State of Illinois
My Commission Expiles
1V0412021
M. Kenny, Notary Public \\.1
I, Jeffrey Goldberg , the duly elected Vice President and Assistant Secretary of North American Specialty Insurance Company, Washington
International Insurance Company and Westport Insurance Corporation do hereby certify that the above and foregoing is a true and correct copy of a
Power of Attorney given by said North American Specialty Insurance Company, Washington International Insurance Company and Westport Insurance
Corporation which is still in full force and effect.
IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Companies this 17th day of May , 2019 ,
Jeffrey Goldberg, Vice President & Assistant Secretary of Washington International Insurance Company &
North American Specialty Insurance Company &Vice President & Assistant Secretary of Westport Insurance Corporation
Honorable Mayor
Waterloo, Iowa
Gentlemen:
1.
FORM OF BID OR PROPOSAL
CITY OF WATERLOO FY 2019 JEFFERSON AND
COMMERCIAL STREETSCAPE IMPROVEMENTS
CONTRACT NO. 976
CITY OF WATERLOO, IOWA
and City Council
The undersigned, being a Corporation existing under the laws of the State of —4- , 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 fumish all supervision, technical
personnel, labor, materials, machinery, tools, appurtenances, equipment, and services, including
utility and transportation services required to construct and complete this CITY OF WATERLOO
FY 2019 JEFFERSON AND COMMERCIAL STREETSCAPE IMPROVEMENTS, City Contract
No. 976, all in accordance with the above -listed documents and for the unit prices for work in place
for the following items and quantities:
CITY OF WATERLOO FY 2019 JEFFERSON AND
COMMERCIAL STREETSCAPE IMPROVEMENTS
CITY CONTRACT NO. 976
ITEMITEM
NO.
CODE
ITEM
UNIT
TOTAL
QTY.
UNIT BID
PRICE
TOTAL BID
PRICE
1
SUDAS 2010-108-A-0
CLEARING AND GRUBBING
UNIT
85
$ ,,(9 '7
$ a)9,10 (-
2
SUDAS 2010-108-D-3
TOPSOIL, OFF-SITE
CY
106
$ L17 -
s
$ 16 9 d,
3
SUDAS 2010-108-E-0
EXCAVATION, CLASS 10
CY
625
$ 6u
C.
$ ) 7 ge) v
4
SUDAS 2010-108-1-0
SUBBASE, MODIFIED
SY
1626
$ , °-=
$ 9 75 -6 fi
5
SUDAS 5020-108-H-0
FIRE HYDRANT ADJUSTMENT
EACH
1
$31por
$ 31000 �O
6
SUDAS 6010-108-F-0
INTAKE ADJUSTMENT, MAJOR
EACH
1
$3 '00
$ 35C
7
IA -DOT 2401-6745910
REMOVAL OF SIGN
EACH
17
$ yD 6°-
%
$ 680 °=:-
8
8
SUDAS 7010-108-E-0
CURB AND GUTTER, 30 IN. (WIDTH), 9
IN. (THICKNESS)
LF
82
�=
$ 3
$ 3j %i b
9
SUDAS 7010-108-E-0
CURB AND GUTTER, 30 IN. (WIDTH), 12
IN. (THICKNESS)
LF
160
$ La 04"$
1� 7,2,0v'
10
SUDAS 7030-108-A-0
REMOVAL OF SHARED USE PATH
SY
113
$ a (
$ ai373
11
SUDAS 7030-108-A-0
REMOVAL OF SIDEWALK
SY
34
$ al c
$ 7/ y
12
SUDAS 7030-108-A-0
REMOVAL OF DRIVEWAY
SY
16
$ vZ I''
$ 336 _'
13
SUDAS 7030-108-C-0
SHARED USE PATH, PCC, 6 IN.
SY
569
$ J E% =_
$ a (P.) as y -0`
14
SUDAS 7030-108-D-0
SPECIAL SUBGRADE PREPARATION
FOR SHARED USE PATH
SY
1626
6°
$ a
oo
$ 3 253
15
SUDAS 7030-108-E-0
SIDEWALK, PCC, 4 IN.
SY
15
$ 72 °'
r
$ /, 0 y d
16
SUDAS 7030-108-E-0
SIDEWALK, PCC, 6 IN.
SY
72
$5-e) -
$ 3 4 o 0
17
SUDAS 7030-108-E-0
SIDEWALK, COLORED PCC, 6 IN.
SY
629
$ 7e) .`
$ J x020 '--1--
FORM OF BID
AECOM #60561525
FB -1 of 4
City Contract No. 976
City of Waterloo FY 2019 Jefferson and
Commercial Streetscape Improvements
ITEMITEM
NO.
CODE
ITEM
UNIT
TOTAL
QTY.
UNIT BID
PRICE
TOTAL BID
PRICE
18
SUDAS 7030-108-F-2
BRICK SIDEWALK WITH CONCRETE
BASE
SY
264
$ )960 —
$ 5-5/60�
19
SUDAS 7030-108-G-0
DETECTABLE WARNING, CAST IRON
SF
204
$ 0 `-
$ /016q Ye
20
SUDAS 7040-108-1-0
CURB AND GUTTER REMOVAL
LF
242
$ %
$ I/ RIO i
21
IA -DOT 2523-6765009
REMOVE LIGHT POLE AND LUMINAIRE
EACH
3
$ H00 ` -
$ /#0 U c`�
22
IA -DOT 2523-6765009
REMOVE AND REINSTALL LIGHT POLE
AND LUMINAIRE
EACH
1
0 -
$9)00
e
$
10 0
23
IA -DOT 2523-0000100
LIGHTING POLES, TYPE 1
EACH
17
$3)VOO c/
$ .c7 Itc
24
IA -DOT 2523-0000100
LIGHTING POLES, TYPE 2
EACH
22
$ Vic `%
$ % j) 00
25
IA -DOT 2523-0000200
ELECTRICAL CIRCUITS
LF
4398
$ fq c�
$ (01,5-2,2,9
26
IA -DOT 2523-0000310
HANDHOLES AND JUNCTION BOXES
EACH
2
$ 75"0 "
$ 1) 5-0 0
27
IA -DOT 2523-0000400
CONTROL CABINET
EACH
1
$4)3pU
$47)3 00 '
28
IA -DOT 2524-9325001
TYPE "A" SIGNS, SHEET ALUMINUM
SF
103.2
$ a3 °I`
$ 2,373 i
29
IA -DOT 2524-9276010
PERFORATED SQUARE STEEL TUBE
POSTS
LF
176
a •
$ f i
U� �i
$ /) �/
30
IA -DOT 2524-9276021
PERFORATED SQUARE STEEL TUBEi
POST ANCHOR, BREAK -AWAY SOIL
INSTALLATION
EACH
12
$ 3 6
e, 4'
$ L/3R
31
IA -DOT 2524-9276024
PERFORATED SQUARE STEEL TUBE
POST ANCHOR, BREAK -AWAY CONC.
INSTALLATION
EACH
7
c-=
$ g,3
$ �gl
32
PLAN
TRANSFORMER PAD
EACH
1
$2),200 %.'
$2 2)O `1"
33
SUDAS 7080-108-G-0PCC
EDGE RESTRAINT, 12 IN. WIDE X
9 IN. HIGH
LF
326
$ 33
$ /O,7S
34
SUDAS 8030-108-A-0
TEMPORARY TRAFFIC CONTROL
LS
1
$ 46 ‘----
$ 6)0a `�
35
SUDAS 9020-108-A-0
SOD
SQ
57
4:;:-
-
$ OS
$ .� � 5 `�
36
SUDAS 9030-108-B-0
2,
PLANTS WITH WARRANTY, TYPE
PRINCETON SENTRY GINKGO
EACH
13
$ Y�
���/Ja'
o 0
$q Q
Y
37
SUDAS 9030-108-B-0
PLANTS WITH WARRANTY, TYPE 1,
COMMON HACKBERRY
EACH
14
E
$� �
O�
$ 9'''
38
SUDAS 9030-108-B-0
PLANTS WITH WARRANTY, TYPE 1,
SWAMP WHITE OAK
EACH
3
$ `
5-s�
$ F
J S O
39
SUDAS 9030-108-B-0
PLANTS WITH WARRANTY, TYPE 1,
AUTUMN BLAZE MAPLE
EACH
5
$ Y.5-4`
$ .02.5--e9 `r
40
PLAN
POROUS PAVE
SF
650
$� i
$ `(�,Q °f
41
SUDAS 9040-108-F-1
WATTLE, STRAW, 9 IN.
LF
560
$ 3
$ /, 680
42
SUDAS 9040-108-F-2
WATTLE, REMOVAL
LF
560
$/ s�
$ R 7 `--;----
43
SUDAS 9040-108-T-1
INLET PROTECTION DEVICE, OPEN-
INLET
THROAT CURB INTAKE SEDIMENT
FILTER
EACH
4
$ /5-0 0
i
$ 6 (9O
44
SUDAS 9040-108-T-1INLET
PROTECTION DEVICE, GRATE
INTAKE SEDIMENT FILTER BAG
EACH
2
$ 0
$ (/GO
/
45
SUDAS 9040-108 T-2
INLET PROTECTION DEVICE,
EACH
24
$ 5-0 a
$/),3000MAINTENANCE
46
PLAN
LIMESTONE BLOCK
EACH
2
$ Wc�
$ /0 004 4`
47
SUDAS 11,020-108-A
MOBILIZATION
LS
1
$3„ or
$30 UM i
TOTAL BID AMOUNT
kc33),72a ,
FORM OF BID
AECOM #60561525
FB -2 of 4 City of Waterloo FY 2019 Jefferson and
City Contract No. 976 Commercial Streetscape Improvements
2. It is understood that the quantities set forth are approximate only and subject to variation and that the
unit bid price for the work done shall govern in the actual payment to Contractor.
3. In submitting this bid, the bidder understands that the right is reserved by the City of Waterloo, Iowa,
to reject any or all bids. If written notice of the acceptance of this bid is mailed, telegraphed, or
delivered to the undersigned within thirty (30) days after the opening thereof, or at any time thereafter
before this bid is withdrawn, the undersigned agrees to execute and deliver an agreement in the
prescribed form and furnish the required bond and certificate of the insurance within ten (10) days
after the agreement is presented to him for signature, and start work within ten (10) days after
"Notice to Proceed" is issued.
6`D
4. Security in the sum of
D.
Dollars ($ ) in the form of
, is submitted herewith in accordance with the INSTRUCTIONS TO
BIDDERS.
5. Attached hereto is a Non -Collusion Affidavit of Prime Contractor.
6. Attached hereto is a Bidders Status Form.
7. The bidder is prepared to submit a financial and experience statement upon request.
8. The Prime Contractor and Subcontractor(s), which have performed an aggregate of $10,000.00 in
work for the City in the current calendar year, are prepared to submit an AAP or Update and an
EOC, within ten (10) days of notification that the bid submitted is lowest and acceptable.
9. The bidder has received the following Addendum or Addenda:
Addendum No. Date
10. The bidder shall list the MBENVBE 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".
FORM OF BID
AECOM #60561525
FB -3 of 4 City of Waterloo FY 2019 Jefferson and
City Contract No. 976 Commercial Streetscape Improvements
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.
L01
(Name of'Bidder)
Cov1s-4vti-1 ✓1
t VI
(Date)
Title
Official Address: (Including Zip Code):
oex
C/..(16,/, -//e, / rp ,s—Oe
I.R.S. No. /7 — (2e �![� 6J )`
FORM OF BID
AECOM #60561525
FB -4 of 4 City of Waterloo FY 2019 Jefferson and
City Contract No. 976 Commercial Streetscape Improvements
NON -COLLUSION AFFIDAVIT OF PRIME BIDDER
State of 4— 4 )
/ / )ss
County of 5/&:i l7 `—K )
:0 A,-, ��,,/,..t/L
He is (Owner, Partner, Officer,
C c
, being first duly sworn, deposes and nd says that:
, or Agent) , of L dJJ^
er 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 •i interest, includin this affiant.
20/ ..
(Signed)
.Sr1-� t,� � �-� ✓
Title
Subscribed and sworn to before me this ii day of O%y
My commission expires
NON -COLLUSION AFFIDAVITS
AECOM #60561525
i4Title
t LINDA K SENN
COMMISSION NO. 803307
a.
�'. MY COMMISSION EXPIRES
NCA -1 of 2
City of Waterloo FY 2019 Jefferson and
City Contract Nol. 976 Commercial Streetscape Improvements
Bidder Status Form
To be completed by all bidders Part A
Please answer "Yes" or "No" for each of the following:
4's ❑ No 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).
L 7 Y ❑ No My company has an office to transact business in Iowa.
[]'Y s
El No My company's office in Iowa is suitable for more than receiving mail, telephone calls, and e-mail.
s ❑ No My company has been conducting business in Iowa for at least 3 years prior to the first request for
bids on this project.
Yes ❑ No 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 companyhas maintained offices in Iowa during the past 3 years at the following addresses: /
Dates: / / ( / /-5—to / 3C) / /, Address: °ge x Y'51
City, State, Zip: C/�„ k1- /�� J /9 S G w /9
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 ❑
force preferences or any other type of preference to bidders or laborers? Yes ❑ 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
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: l U�� C
Date:
You must submit the completed form to the governmental body requesting bids per 875 Iowa Administrative Code
Chapter 156. This form has been approved by the Iowa Labor Commissioner.
309-6001 (09-15)
BSF-1
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.
es 10 No
L .)r
0 No
❑ Yes Q -N
l ayes 0 No
in Yes Lto
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.
O Yes ah ---o 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 ri lyo 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 l3 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.
❑ Yes to 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 0-14-C:.; My business is a limited liability company whose certificate of organization is filed in Iowa and has
not filed a statement of termination.
❑ Yes Imo 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)
BSF-2
MBEIWBE BUSINESS ENTERPRISE
PRE-BID CONTACT INFORMATION FORM
Prime Contractor Name: 1 - `- Project: 4% %�
Letting Date: - a — f 5
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 fea ' •le with this • oject. If any MBE/WBE subcontractors will be used, please use the bottom portion of this form.
Contractor Signature: ' TAW: �5� ""� ` Date: � /7
SUBCONTRACT PLICABLE: You are required, in order for your bid to be considered responsive, to provide the information on this form showing
ALL of your MBE/WBE subcontractor contacts made for your bid submission. This information is subject to verification. Any questions should be directed
to Contract Compliance Office 319-291-4429.
You are required, in order for your bid to be considered responsive, to provide the information on this Form showing your MBE/WBE Business Enterprise
contacts made prior to your bid submission. This information is subject to verifications and confirmation.
If you are unable to identify MBE/WBE firms to perform portions of the work, please contact Louis Starks, Contract Compliance Officer, for assistance at
(319) 291-4429.
In the event it is determined that the MBE/WBE Business Enterprise goals are not met, then before awarding the contract the City of Waterloo will make a
determination as to whether or not the apparent successful low bidder made good faith efforts to meet the goals.
TABLE OF INFORMATION SHOWING BIDDER'S PRE-BID
MBEIWBE BUSINESS ENTERPRISE CONTACTS
Quotes Received Quotation used in bid
MBE/WBE
Subcontractors
Dates
Contacted
Yes/No
Dates
Contacted
Yes/No
Dollar Amount Proposed to
be Subcontracted
Dc (c(4)
s -/y
X
_s----- (.
N0
NOT Love a}et,
-'i d+ N 0s, { 7l
_.s. ---,71e--/
Y
.5 - , I5
No
Noi- Low a ,
(Form CCO-4) Rev. 06-20-02
MBENVBE PARTICIPATION
AECOM #60561525
M-6 of 6
City Contract No. 976
City of Waterloo FY 2019 Jefferson and
Commercial Streetscape Improvements
EQUAL OPPORTUNITY CLAUSE
(As provided in Executive Order No. 11246)
All contractors, subcontractors, vendors and suppliers of goods and services doing business with the City
and value of said business equals or exceeds ten thousand dollars ($10,000.00) annually agree as
follows:
1. The contractors, subcontractor, vendor and supplier of goods and services will not discriminate
against any employee or applicant for employment because of race, color, creed, sex, national
origin, economic status, age, mental or physical handicap, political opinions or affiliations. The
contractor, subcontractor, vendor and supplier will develop an Affirmative Action program to
ensure that applicants are employed and that employees are treated during employment without
regard to their race, creed, color, sex, national origin, religion, economic status, age, mental or
physical disability, political opinions or affiliations. Such actions shall include but not be limited to
the following:
a. Employment
b. Upgrading
c. Demotion or Transfer
d. Recruitment and Advertising
e. Layoff or Termination
f. Rates of Pay or Other Forms of Compensation
g. Selection for Training Including Apprenticeship
2. The contractor, subcontractor, vendor and supplier of goods and services will, in all solicitations
or advertisements for employees, state that all qualified applicants will receive consideration for
employment without regard to race, creed, color, sex, national origin, religion, economic status,
age, mental or physical disabilities, political opinion or affiliations.
3. The contractor, subcontractor, vendor and supplier or his/her collective bargaining representative
will send to each labor union or representative of workers which he/she has a collective
bargaining agreement or other contract or understanding, a notice advising said labor union or
workers' representative of the contractor's commitment under this section.
The contractor, subcontractor, vendor and supplier of goods and services will comply with all
published rules, regulations, directives, and order of the City of Waterloo Affirmative Action
Program Contract Compliance Provisions.
5. The contractor, subcontractor, vendor and supplier of goods and services will furnish and file
compliance reports within such time and upon such forms as provided by the Affirmative Action
Officer. Said forms will elicit information as to the policies, procedures, patterns, and practices of
each subcontractor as well as the contractor himself/herself and said contractor, subcontractor,
vendor and supplier will permit access to his/her employment books, records and accounts to the
City's Affirmative Action Officer, for the purpose of investigation to ascertain compliance with this
contract and with rules and regulations of the City's Affirmative Action Program—Contract
Compliance Provisions relative to Resolution No. 24664.
6. In the event of the contractor's non-compliance with the non-discrimination clauses of this
contract or with any of such rules, regulations and orders, this contract may be canceled,
terminated or suspended in whole or in part and the contractor may be declared ineligible for
further contracts in accordance with procedures authorized by the City Council.
7. The contractor, subcontractor, vendor and supplier of goods and services will include, or
incorporate by reference, the provisions of the non-discrimination clause in every contract,
EQUAL OPPORTUNITY CLAUSE
AECOM #60561525
EOC-1 of 2 City of Waterloo FY 2019 Jefferson and
City Contract No. 976 Commercial Streetscape improvements
subcontract or purchase order unless exempted by the rules, regulations or orders of the City's
Affirmative Action Program, and will provide in every subcontract, or purchase order that said
provisions will be binding upon each contractor, subcontractor, or supplier.
8. We, the undersigned, recognize that we are morally and legally committed to non-discrimination
in employment. Any person who applies for employment with our company will not be
discriminated against because of race, creed, color, sex, national origin, economic status, age,
mental or physical disabilities.
EQUAL OPPORTUNITY CLAUSE
AECOM #60561525
(Signed)
(Appropriate Official)
(Title)
5--30-17
(Date)
EOC-2 of 2 City of Waterloo FY 2019 Jefferson and
City Contract No. 976 Commercial Streetscape Improvements
Revised February 2003
CONTRACTOR'S OR SUBCONTRACTOR'S AFFIRMATIVE ACTION PROGRAM
Check box that applies to party completing program:
(
General Contractor
-) Subcontractor
Section A to be completed by GENERAL CONTRACTORS only:
A. r
Name of Company /-"13 2 Co V)S4"cett" t A --
Address of Company P 0- 0>e ,k5-7 cI iksv I/eZip
�� 9
Telephone Number (3g� r �7� sem+
Federal ID Number (if no Federal ID Number, Owner/President's Social Security Number)
c.
7-7 —a8 v° 6/fes
Name of Equal Employment Officer s- e
Name of Projectvi
Project Contract Number 7 7k
- C c v+, t e e d ( s,J-(e e-71- S€ p a°
Estimated Construction Work Dates �� ` / /b
/
Start Finish
Section B to be completed by SUBCONTRACTORS only:
B.
Name of General or Prime Contractor
Name of Subcontractor
Subcontractor's Address Zip
Subcontractor's Telephone Number ( )
Subcontractor's Federal ID Number (if no Federal ID Number Owner/President's Social Security
Number)
Name of Equal Employment Officer
C. Remainder of program to be completed by party completing program, either Prime or
Subcontractor.
1. The Owners and/or Principals of your company:
-1 -
Ethnic
Name Address Position Sex Origin
S-tN e Lc*t.. F' Sad Yr.? cz4.1 e," LAI
C4rl('6stl�c�%
2. Other Areas of Interest:
If your company has branches or subsidiaries, or if your company is a branch or
subsidiary of a parent organization, give the following information:
Name
Type of
Address Affiliation Degree
II. EMPLOYER'S POLICY (Please read carefully.)
A. We, the undersigned, recognize that we are morally and legally committed to
nondiscrimination in employment. Any person who applies for employment with our
company will not be discriminated against because of race, color, creed, sex, national
origin, economic status, age, mental or physical handicap.
B. The employment policies and practices of the undersigned are to recruit and hire
employees without discrimination, and to treat them equally with respect to compensation
and opportunities for advancement, including training, upgrading, promotion, and
transfer. However, we realize the inequities associated with employment training,
upgrading, contracting and subcontracting for minorities and women and we will direct
our efforts to correcting any deficiencies to the maximum extent possible. The same will
be required of our SUBCONTRACTORS and suppliers.
C. We submit this program to assure compliance with Executive Order 11246, as amended,
and other subsequent orders that may pertain to equal employment opportunity and merit
employment policies, fully realizing that our qualification and/or merit system should be
evaluated and revised, if necessary.
D. We agree to put forth the maximum effort to achieve full employment and utilization of
capabilities and productivity of all our citizens without regard to race, creed, color, sex,
national origin, economic status, age, and mental or physical handicap.
(Name of Company)
and employment opportunities to local residents of Waterloo, Iowa, to the greatest extent
feasible.
E.
will give training
-2 -
III. AFFIRMATIVE ACTION
A. LOOj� Cavrs-12C-i'rt C recognizes that the
(Name of Company)
effective application of a policy of merit employment involves more than just a policy
statement, and Z C
(Name of Company)
will, therefore, re-evaluate our Affirmative Action Program to ensure that equal
employment opportunities are available on the basis of individual merit, and to actively
encourage minorities, women and local residents to seek employment with our company
on this basis.
B. L o I e CG S-���`�'� �'— will undertake the
(Name of Company)
following six (6) steps to improve our Affirmative Action Program:
1. Minority Recruitment and Employment;
2. Local Recruitment and Employment;
3. Disabled Veteran and Vietnam Era Veteran Recruitment and Employment;
4. Handicapped Recruitment and Employment;
5. Female Recruitment and Employment; and
6. Training, Upgrading and Promotional Opportunities.
C. L G °1 CCI-L.14?'—e-41---i- i``" — will take
(Name of Company)
whatever steps are necessary to ensure that our total work force has adequate minority,
female, and local representation. We will utilize the following methods in our recruitment
attempts:
1. Local advertising media (newspapers, radio, TV);
2. Community organizations (churches, clubs, schools);
3. Public and private institutions in the area (UNI, Hawkeye Community College);
4. Job Service of Iowa; and
5. / Other.
D. will seek qualified minority, female,
✓✓ (Name of Company)
and local group applicants for all job categories and will make asserted efforts to increase
minority, female and group representation in occupations at the higher levels or skill and
responsibility.
E. All sources of employment used shall be aware that we are an Equal Employment
Opportunity Employer. Labor organizations representing our employees will be notified
of our Equal Employment Opportunity Policy and Affirmative Action Program.
F. Training, upgrading, promotion and transfer activities at all levels will be monitored to
ensure that full consideration has been given to qualified minority, female, and local
group employees.
G. 4946e- C c L- will encourage other
(Name of Company)
companies with whom we are associated and/or do business, to do the same and we will
assist them in their efforts.
-3 -
H. L ej 6'1 t? Cc44s.
(Name of Company)
Affirmative Action to ensure that minority, female, local contractors and/or suppliers were
provided opportunities to negotiate and/or bid on this project: (if none, write "NONE")
/
has taken the following
1.
2. G zc 5
As a result of the above efforts, we have involved minority, female, and local contractors
and/or suppliers in the following areas of subcontracting: (if none, write "NONE") / �� c2 Qv4 s A104- LC “_, bi LC5
1.
2.
J. Lp �. (cc i.-41 4 - , IA 4-c. will require approved
(Name of Company)
Affirmative Action Programs from all nonexempt contractors who propose to work on this
project and will take whatever steps are necessary to ensure that non -minority
contractors have adequate representation of minority, female and local persons in their
total work force.
K.
L.
In further accordance with rules and guidelines issued pursuant to Executive Order
11246 as amended, we establish the goals for our company, based on parity
percentages supplied by the City, and we realize these goals will be reviewed on an
annual basis.
Cc-
(Name of Company)
specific actions relative to recruitment, employment, training, upgrading and promotion
and will provide the City of Waterloo with any information relative to same, including
activities of our SUBCONTRACTORS and suppliers as necessary or when requested.
tti•
will keep records of
M. Parity figures for companies located in Waterloo are as follows:
Minority Parity = .08 (8%) ))
a C CCis'd"k-^ Affirmative Action
(Name of Company)
N.
Employment Goals:
The definition of Affirmative Action Goals is as follows: "Goals may not be rigid and
inflexible quotas which must be met, but must be targets, reasonably attainable by means
of applying every good faith effort to make all aspects of the entire Affirmative Action
Program work."
For the year 20fIplease submit percentage targets for employing minorities and women.
If you already have reached your target for hiring minorities and women, please submit
that percentage.
*Goals for Minorities: -$ e
Goals for Women: S
*Your affirmative action goals should be between 1% and 10% or more for minorities and
1% and 5% or more for women.
-4 -
We hereby certify that we are in compliance with all City and Federal Affirmative Action Regulations and
agree to accept all liability for failure to comply.
Respectfully submitted,
By:
,„/C7leo 2
Company Executive
By:
Date
Equal Employment
Opportunity Officer
/7
Date
City of Waterloo Affirmative Action Officer
Approved
Disapproved Reason:
By:
Date:
-6 -