HomeMy WebLinkAboutLodge Construction, Inc., IA 50619
Crt CI�K
tA46( fofr
" r7.4 Lay+ g
6 0 F)
LODGE
CONSTRUCTION _.
P.O. BMX 459 i CL KS INC#VILLE, IA 50619
C k1/4 17- ctC
\N:k.sitexic)o)
� - Ficv90 g
vo(y
3f-oe):
FOliM Oli aJU9 OR PROPOSAL
Yd 2020 LOT 9 BOCK ` '-' t I1I SANDIAtia S
CONTRACT 906
CRY OF WAT f1411,00, KOVI!A
Honorable Mayor and City Council
Waterloo, Iowa
Gentlemen:
i ' 2K U RISIDN
1.The undersigned, being a Corporation existing under the laws of the State of
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 Wayne Claassen IHngineering &
Surveying, Inc. 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. 2020 LOT T 2, I RC 'CK 3RD
ADDITION SANITAWY SEWIE EXTENSION, Contract No. 986, City if WSu oo9
Iowa, all in accordance with the above -listed documents and for the unit prices for work
in place for the following items and quantities:
F.Y. 2020 LOT 2, BROCK 3RD ADDITIION SANITARY SEWER FXTFNSION
CONTRACT N00 9€36
.BID_;
STEM'
001
002
003
004
005
006
007
008
DFSCRipyipN_
BASE .BID
. •.•
MOBILIZATION
CLEARING AND GRUBBING
• '%
•
:; _:.R
,r : -
•$ r
SEED AND FERTILIZE (IDOT RURAL MIX)
MULCH (IDOT RURAL MIX)
SILT FENCE TOR EROSION CONTROL)
REMOVAL OF SILT FENCE
TRAFFIC CONTROL
MAINTENANCE BOND, 2=YEAR
UNIT:
L.S.
L.S.
ACRES
ACRES
L.F.
L.F.
L.S.
L.S.
EST. QTY,
1
0.83
UNIT BID
PRICE
?"0"
eR, 000 1)6i0
TOTAL BI®_ rRICB
_. 1.
0.83
� a,svo
580
580
1
$ 3
te-
1
Ca -Coe
02) 073*--
Coe
�Ooo
FORM OF BID
CONTRACT NO. 986
Page 1 of 4
009
1
$ 3i40"
$ 3J fiat)
SWPPP
COMPLIANCE
L.S.
101
2$
e,
S tae
$ al000
SANITARY
SEWER
MANHOLE
STANDARD
48"
DIA.
EACH
02
1
-
e t
Dj 000cagj000
DEWATERING
OF
ALL
TRENCHES
AND
EXCAVATIONS
L.S.
103
1
TAP
EXISTING
SANITARY
SEWER
MANHOLE
WITH
$ q
god
$ .2 ,26vof
WATERTIGHT
CONNECTION
EACH
10
458
'
I -��
//
(OY7p2O
SANITARY
SEWER.
8-INCH
DIA.
PVC
COMPOSITE
PIPE
L.F.
TRUSS
105
79
f
$ / SD
`r`'
$
c-`
// 15-0
/
SANITARY
SEWER..
8-INCH
DIA.,
DR18
C900
PVC
MAIN
L.F.
WATER
PPE
106
1
$ d00
$ cyl-� Oa°
SANITARY
SEWER
CROSSING
OF
MARTIN
ROAD
L.S.
107
1
$ / 140
Sif)
an
16"
DIA.
WATER
MAIN
LOWERING
L.S.
de
1t3)3°6
OTiL
BID
t J
_.
2. It is understood that the quantities set forth are approximate only and subject to
variation and that the unit bid price for the work done shall govern in the actual
payment to Contractor.
3. In submitting this bid, the bidder understands that the right is reserved by the City
of Waterloo, Iowa, to reject any or all bids. If written notice of the acceptance of
this bid is mailed, telegraphed, or delivered to the undersigned within thirty (30)
days after the opening thereof, or at any time thereafter before this bid is
withdrawn, the undersigned agrees to execute and deliver an agreement in the
prescribed form and furnish the required bond and certificate of the insurance
within ten (10) days after the agreement is presented to him for signature, and
start work within ten (10) days after "Notice to Proceed" is issued.
4. Securityin the sum of Dollars
($
) in the form of , is submitted herewith in
accordance with the INSTRUCTIONS TO BIDDER.
5. Attached hereto is a NonnCollusion Affidavit of Prime Contractor.
FORM OF RID
CONTRACT NO. 986 Page 2 of 4
6. Attached hereto is a Bidder Status Form.
7. The bidder is prepared to submit a financial and experience statement upon
request.
8. The Prime Contractor and Subcontractor(s), which have performed an aggregate
of $10,000.00 in work for the City in the current calendar year, are prepared to
submit an MP or Update and an FOC, 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 o2 —3 '02eta-0
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 Preobid
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 NonCollusion Affidavits of All
S ubcontractor(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 thoy 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 lino items, and/or to
reduce quantities prior to the award of a contract due to budgetary limitations.
FORM OF BID
CONTRACT NO. 986 Page 3 of 4
ac,v1.541-11c.-1- trevk- c•LC.—
BY: Title
i
(Name of Bidder) (Date)
e75.4 kotra.4-- c-1
Official Address: (Including Zip Code):
PC R° X Vr?
ve.\\ j r") 5-01 /y)
I.R.S. No. 69V 6179--
•
FORM OF BID CONTRACT NO. 986 Page 4 of 4
NON=COLLUSION AFFIDAVIT OF PRIME BIDDER
State of
County of , Ehte K
tic )
Aakvt
)ss
, being first duly sworn, deposes and says that:
1. He is (Owner Partner, Officer Representative, or Agent , of
cc,. = , the Bidder thafThs 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.
(Signe
Title
Subscribed and sworn to before me this / 3 day of
idAijati,/
My commission expires n7aptr� /S; 0,7,64D
..a --r__.
•
Ott LINDAK SENN
4� 0 COMMISSION NO.803307
MY COMMISSION EXPIRES
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
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.
4. 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.
EQUAL OPPORTUNITY CLAUSE PAGE 1 OF 2 PAGES
6. 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 noncompliance with the nondiscrimination
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, 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 nondiscrimination 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.
(signed)
(Appropriate Official)
e‘›4
(Title)
e9 (.3 (9-19
(Date)
EQUAL OPPORTUNITY CLAUSE PAGE 2 OF 2 PAGES
Bidder otatuis F
To be completed by all bidders
Please answer "Yes" or "No" for each of the following:
[] Yes No
s liNo
flYes No
Yes
No
flYes D No
Pafl' '-'
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 E3 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
My company has maintained offices in Iowa during the past 3 years at the following addresses:
Dates: /
/ to / P / `- Address: P°
go/
City, State, Zip: �'/�� Ks v it
Dates: / / to / / Address:
Dates: / _ / to
You may attach additional sheet(s) if needed.
City, State, Zip:
Address:
City, State, Zip:
To be completed by nonresident bidders
P uI'
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
or anyother type of preference to bidders or laborers? _ Yes No
force preferences yp
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
Partt
1 certify that the statements made on this document are true and complete to the best of my knowledge and 1 know that my
failure to provide accurate and truthful information may be a reason to reject my bid.
Firm Name:
Signature: / Date: c9-a19- .
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)
r Uwwhoe : „ uth o raz<< kiln to Transact Business
This worksheet may be used to help complete Part A of the Resident Bidder Status form. If at least one of the following
describes your business, you are authorized to transact business in Iowa.
Yes i I No
ID YES No
r
Yes
Yes Li No
Yes
My business is currently registered as a contractor with the Iowa Division of Labor.
My business is a sole proprietorship and I am an Iowa resident for Iowa income tax purposes.
My business is a general partnership or joint venture. More than 50 percent of the general
partners or joint venture parties are residents of Iowa for Iowa income tax purposes.
My business is an active corporation with the Iowa Secretary of State and has paid all fees
required by the Secretary of State, has filed its most recent biennial report, and has not filed
articles of dissolution.
My business is a corporation whose articles of incorporation are filed in a state other than Iowa,
the corporation has received a certificate of authority from the Iowa secretary of state, has filed
its most recent biennial report with the secretary of state, and has neither received a certificate of
withdrawal from the secretary of state nor had its authority revoked.
Yes �No My business is a limited liability partnership which has filed a statement of qualification in this
state and the statement has not been canceled.
F-] Yes
Yes
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.
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.
n Yes FINo
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 Li No My business is a limited liability company whose certificate of organization is filed in Iowa and has
not filed a statement of termination.
Yes
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)
CON T RACT*RWS OR S
Revised February 2003
N T RAC:, T OR9S ACTA 11 PROGRAM,
Check f ox that applies to party completing program:
General Contractor
Subcontractor
I. Section A to be completed by G
A.
4.
:_ L
Name of Company _ rl
Address of Company .. , ,., air t
Telephone NumberSe
74r I. I I I 1119.M 1111.1.1.M
Federal ID Number (if no Federal ID Number, Owner/President's Social
Security Number) P/ag'
N arne of Equal Employment Officer $4ce. cg'
Name of Project Fic9-01-$0 Gird+ g groc 3re:4- AU s ztika l9-ity 5t.'-tai
P roject Contract Number
196
Estimated Constru
ction Work Dates 33c2eai__ Gt - 30 '?-a 9-0
Start Finish
Section 13 to be completed by SUBCON` R8 only:
I3.
N ame of General or Prime Contractor
N ame of Subcontractor
S ubcontractor's Address Zip
S ubcontractor's Telephone Number ( )
S ubcontractor's Federal ID Number (if no Federal ID Number
Owner/President's Social Security Number)
N ame 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:
Ethnic
Name Address Position sex Qriqir
Pc' Ed/ gill OutArt in \I
kfrsvifie) tfr
'41
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:
Marne
Address
Type of
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
and utilization of capa
regard to race, creed
and mental or •h
E
(Name
and empl
the greatest e
III. AFFIRMATIVE
A.
B.
effecti eEgp*
just a policy statement, and
e of; Company)
will therefore re-evaluate our Affirmativ LL` ; • ra Pro0ram,to ensure th
equal empl•, e. opportunities are available on ihb basis & i td7 ideal
merit and t j. encourage minorities, women and local residents
to seek em :, z�*-' with our company on this basis.
ximum effort to achieve full employment
nd productivity of all our citizens without
x national origin, economic status, age
LLE, IA. 50619
will give training
sidents of Waterloo, Iowa, to
recognizes th
EO. Box 4S91 LLE
1. Minorityecruitme9and Employment;
2. Local Recruitment and Employment;
3. Disabled Veteran and Vietnam Era Veteran Recruitment and
Employment
4. Handicapped ' rt� -�Sfi. nt and Employment;
5. Female Recru tqj =d Employment; and
6. Trai , • ' • motional Opportunities.
ment involves m
will undertake the
ve our Affirmative Action Program:
C. will take
(N
whatever gaigrj ' !��a _,r� that our total work force has
adequate minority, female, an loca 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,
(
fem&,B1b' n s 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.
FT. 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, upgradin
monitored to ens
minority
H.
(Na
cornpanit% IW
sam
Lion and transfer activities at all levels will bo
ull consideration has been given to qualified
e ployees.
will encourage other
ted and/or do business, to do the
their efforts.
has taken the following
AffirrAtif9e4Mtiouaxichismemi . t minority, female, local contractors
and/or suppliers were provided opportunities to negotiate and/or bid on
this project: (if none, write ',NONE")
1. S'eecd- tet 5
2. 1tie
I. As a result of the above efforts, we havo involved minority, female, and
local contractors and/or suppliers in the following areas of
subcontracting: (if none, write "NONE")
1.
2.
(Nam
Affirm ��:' �` _ :�F''�'' all nonexempt contractors who
prop.0 . �. `'�,' - nd will take whatever steps are
necessaryto egsur f " t1?hinorit contractors have adequate
Y
representation of minority, female and local persons in their total work
force.
See
will require approved
K. In further accor
Executive Orde
company, bas
realiz
E Tim
specific iei% ? , ! ent, employment, training, upgrading
and promotion and will provide e City of Waterloo with any information
relative to same, including activities of our SUBCONTRACTORS and
suppliers as necess o.hen requested.
with rules and guidelines issued pursuant to
as mended, we establish the goals for our
ity percentages supplied by the City, and we
sewed on an annual basis.
will keep records of
M. Parity figures for c
Minority
CCETC (Na
\1 A r N
Employment
-fls.
p Y
Ioted in Waterloo are as follows:
.X5VILLE, IA. 50619
Affirmative Action
The definition of Affirmative Action Goals is as follows: "Goals may not
be rigid and inflexible quotas which must be met, but must be tar ets
reasonably attainable by means of applying every good faith effort to
make ail aspects of the entire Affirmative Action Program work."
For the year 20,0 , please 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:
Goals for Women: °
0
*Your affirmative action goals should be between 1% and 10% or more
for minorities and 1% and 5% or more for women.
Please be advised that the goals or targets are purely your estimation
of how many women and minorities your company can reasonably
expect to hire in 201--, . Note, that none of the goals are rigid or
inflexible. They are targets that your company calculates as reasonably
attainable. This will help the City in its monitoring procedures as
required by City of Waterloo Resolution No. 19841=142(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: , J-eve, ei
Company Executive
Date
By: 5.46.w,
Equal Employment
Opportunity Officer
Date
•
City of Waterloo Affirmative Action Officer
Approved
Disapproved Reason:
By:
Date:
7
Prime Contractor Name: Lc
1J
MBE/WBE BUSINESS ENTERPRISE
PRE -BID CONTACT INFORMATION FORM
Cc„Ls-altLc:4-Project: ? W
Letting Date: r3 '--- 9-"c201-1°
NO MBE/WBE SUBCONTRACTORS: If you are NOT using any MBENVBE 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: 95 Date: c i'3 z50d0
SUBCONTRACTO - APPLICABLE: You are required, in order for your bid to be considered responsive, to provide the information on this form
showing ALL of'ytr MBENVBE 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
MBE/WBE BUSINESS ENTERPRISE CONTACTS
Quotes
Received
Quotation
used in bid
Subcontractors
Dates
Contacted
Dates
Dollar
be
Amount Proposed to
Yes/No
MBE/WBE
Yes/No
Subcontracted
Contacted
Dc cog)
y
62
--- (3
---,29
a
Y .
1 0,
ofq
g i.3 -0204,
sie1/2
at
fivtitA L.7
00- --3--a*
t?(
gel?
--g.e010
r 'y
.,
# r 6 yr
2
(Form CCO-4) Rev. 06-20-02
BID BOND
KNOW ALL WEN 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 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 13th day of
February , 20 20 , for F.Y. 2020 Lot 2, Brock 3RD Addition Sanitary Sewer
Extension, Contract No. 986, City of Waterloo, Iowa
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 4th day of February , A.D.
20 20
(Seal)
Witness
Witness Stacie Christensen
Lodge Construction, Inc.
Principal
By
North Ame9-a Specialty Insuran ompany
Surety
By
Attorney -in- f..e �!o • R.Young
e,W -
(Title)
(Seal)
SWISS RE CORPORATE SOLUTIONS
this 3rd day of
State of Illinois
County of Cook
On this 3rd day of
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 JOINTLI OR SEVERALLY
Its tnie and lawfiil 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 Conunittee 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 iri the future with regard to any bond, undertaking or contract of surety to which it is attached."
u�. """II nnnuun�#
�.o 00NAt1"'.y
�pp 21T,VG o
G�R
z: SEAL
EO:
-•
:m =
0
c
to ttw mtmo-N;dss
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
November
ss:
November
,20 17
North American Specialty Insurance Company
Washington International Insurance Company
Westport Insurance Corporation
, 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 Expires
121042021
\'‘_;
M. Kenny, Notary Public
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 4th day of February
2020
Jeffrey Goldberg, Vice President & Assistant Secretary of Washington International Insurance Company &
North American Specialty Insurance Company & Vice President & Assistant Secretary of Westport Insurance Corporation