Loading...
HomeMy WebLinkAboutLodge Construction, Inc., Clarksville, IowaQa°tj) )Hk7,-) )25 ln es1)=A C 114/ C Val °-Fcr )00) �/� Re.- lc/ 9o4/ c en49( P.O. Box 459 1 CALL:'. ClRE-- F7 r9sAl boNt em v•IcAA-ei Joc) C eyni9c)1/4 d-3 ply FORM OF BID OR PROPOSAL FY 2021 CENTER FOR THE ARTS PARKING IMPROVEMENTS PHASE 3, NORTHWEST HALF CONTRACT NO. 1004 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 , 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 furnish all supervision, technical personnel, labor, materials, machinery, tools, appurtenances, equipment, and services, including utility and transportation services required to construct and complete this FY 2021 CENTER FOR THE ARTS PARKING IMPROVEMENTS, PHASE 3, NORTHWEST HALF, City Contract No. 1004, all in accordance with the above -listed documents and for the unit prices for work in place for the following items and quantities: FY 2021 CENTER FOR THE ARTS PARKING IMPROVEMENTS PHASE 3, NORTHWEST HALF CITY CONTRACT NO. 1004 ITEM NO. 1 Clearing and Grubbing ITEM 2 Topsoil, Furnish and Spread 3 Class 10 Excavation, Roadway and Borrow 4 Subgrade Preparation 5 Subgrade Treatment, Geogrid (Type 2) 6 Modified Subbase 7 6" Longitudinal Subdrain UNIT LS CY CY SY SY TONS LF TOTAL UNIT QTY. BID PRICE 1.0 400.0 1,500.0 ! racSai TOTAL BID PRICE 1,200.0 Inallina 1,850.0 600.0 1,100.0 8 8" Longitudinal Subdrain 9 Subdrain Outlet 10 Manhole Adjustment, Minor 11 Rebuild Intake Top 12 Removal of Pavement 13 Standard or Slip Form Portland Cement Concrete Pavement, Class C, Class 3 Durability, 8 In. 14 Curb and Gutter, 2' 15 Temporary Pavement 16 Temporary Sidewalk LF EA EA EA SY SY LF SY SY 420.0 1.0 5.0 2.0 2,123.2 3,020.0 104.0 367.0 32.5 15- 5 3 7 94) 9. 7) a. tit/ 3fr Pi Lis 17 Removal of Sidewalk 18 Sidewalk, PCC, 6 In SY SY 1,034.9 130.7 .k ITEM NO. ITEM UNIT TOTAL QTY. UNIT BID PRICE TOTAL BID PRICE 19 Colored Sidewalk, PCC, 6 In 20 Detectable Waming SY 726.4 SF 8.0 iM 2YPc'ry 21 Lighting Poles 22 Electrical Circuits 23 Painted Pavement Markings, Waterbome or Solvent -Based 24 Painted Symbols and Legends, Waterbome or Solvent -Based 25 Temporary Traffic Control 26 Temporary Seeding and Fertilizing (Urban) 27 Bed Preparation 28 Steel Bed Edging 29 Washed Stone Mulch and Weed Barrier Fabric 30 Boulders (Move and Place On Site) 31 Groundcover (Feather Reed Grass, 1 Gal. Cont.) 32 Groundcover (Prairie Dropseed, 1 Gal. Cont.) 33 Groundcover (Warrior Switchgrass, 1 Gal. Cont.) 34 Groundcover (Stella D'Oro Daylily, 1 Gal. Cont.) 35 Shrub (Gro-Low Sumac, 3 Gal. Cont.) 36 Tree (Autumn Blaze Maple, 2.5" CaI. B&B) 37 Tree (Eastern White Pine, 7' Ht. Spec. B&B) 38 Tree (Prairie Fire Crabapple, 1.5" CaI. B&B) 39 Tree (Skyline Honey Locust, 2.5" CaI. B&B) EA 15.0 l/ 90 0- LF _ 760.0 STA 31.6 gar EA LS 4.0 C, AC 0.2 Si2.$), _G SF 5,843.0 0 .5_.-- LF 83.0 SF 5,843.0 EA 14.0 EA 100.0 EA EA EA EA EA EA EA EA 112.0 `1 j st:J> /qe i7 75.0 4, 180.0 31.0 3.0 3.0 5.0 2.0 / V 6j gap 0 35o C y 41A- apt° 66,0 1)327 gog o c's 7/ ce) V 3 ce=># (j 50 se// 1,500 o764 Z37 eao 1,30-g. 6260 5)c) 1)75 1120f ee 40 Tree (Spring Snow Crabapple, 1.5" CaI. B&B) 41 Turfgrass Sod 42 SWPPP Management 43 Wattles, Installation EA SF LS 6.0 1,505.0 1.0 LF 100.0 370 J • fl0 63eor vy doa0 _ 3C0' ees- 44 Wattles, Removal LF 100.00 / far- /60 45 Inlet Protection Device, Installation EA 7.0 46 Inlet Protection Device, Maintenance 47 Concrete Steps 48 Concrete Stoop 49 Stainless Steel Handrails 50 Removals, As Per Plan 51 Mobilization EA iras.; SF 645.8� 23899‘2 SF 40.0 , 5' 4941e LF 36.0 5-ear12 Jai LS LS 14.0 (9/I 1.0 _ /yc�vc� /%iae'O 1.0 /457/0 je)W0 TOTAL BID AMOUNT $ eb.399 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. 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. Le (7, d 5 tvo (Name of Bidder) (Date) BY: " t_Se Title t_t_e-4 Official Address: (Including Zip Code): 0 E• 0/ /5-9 c , <5 .1 e rig co I.R.S. No. 17 er 9627g?- ie7 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. S. 76 4. Security in the sum of 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: -- R' Addendum No. Date 10. The bidder shall list the MBE/WBE subcontractor(s), amount of subcontracts and bid items on the City of Waterloo Minority and/or Women Business Pre -bid Contact Information Form submitted with this Form of Bid or Proposal. The apparent low Bidder shall submit a list of all other Subcontractor(s) to be used on this Project to the City of Waterloo by 5:00 p.m. the business day following the day Bids on this Project are due along with the Non -Collusion Affidavits of All Subcontractor(s). The Contractor shall submit information on subcontractors on "SUBCONTRACTOR REQUEST AND APPROVAL" Form to be provided by City prior to approval of contract. The subcontractors listed on this proposal and/or submitted to the Contract Compliance Officer cannot be changed except for the following reasons: 1) The City of Waterloo does not approve the subcontractors. 2) The subcontractors submit in writing that they cannot fulfill their subcontracts. 11. The bidder has filled in all blanks on this proposal. Those blanks not applicable are marked "none" or "NA". 12. The bidder has attached all applicable forms. NON -COLLUSION AFFIDAVIT OF PRIME BIDDER State of Aa-e:/A County of L3kc�K pc,/ k g 3e, 3ew- )ss , being first duly sworn, deposes and says that: is(Owner,Partner Officer Reentative, orA ent of1 He l , P Agent) .t,.�r.�,� C. the Bidder that has submitted the attached Bid; 2. He is fully informed respecting the preparation and contents of the attached Bid and of all pertinent circumstances respecting such Bid; 3. Such Bid is genuine and is not a collusive or sham Bid; 4. Neither the said Bidder nor any of its officers, partners, owners, agents, representatives, employees, or parties in interest, including this affiant, has in any way colluded, conspired, connived or agreed, directly or indirectly, with any other Bidder, firm or person to submit a collusive or sham Bid in connection with the Contract for which the attached Bid has been submitted or to refrain from bidding in connection with such Contract, or has in any manner, directly or indirectly, sought by agreement or collusion or communication or conference with any other Bidder, firm or person to fix the price or prices in the attached Bid or of any other Bidder, or, to fix any overhead, profit or cost element of the bid price or the bid price of any other Bidder, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against the City of Waterloo, Iowa, or any person interested in the Proposed Contract; and 5. The price or prices quoted in the attached Bid are fair and proper and are not tainted by any collusion, conspiracy, connivance or unlawful agreement on the part of the Bidder or any of its agents, representatives, owners, employees, or parties in interest, including this affiant. 20 . (Signed), 4 t,-)vyt-c- Title Subscribed and sworn to before me this % day of ay My commission expires ��l�,�r / 1, cZ3 • • f .`. Ae /az* Title • • MT as,tez LINDAKSENN d a ' COMMISSION NO. 803307 o ��-�. -hill, t2 MY COMMISSION EXPIRES ►�nuriiir * *,ow. NON -COLLUSION AFFIDAVITS NCA-1 of 2 FY21 Center for the Arts Parking Improvements AECOM #60617879 City Contract No. 1004 Phase 3, Northwest Half City of Waterloo, Iowa Bidder Status Form To be completed by all bidders Part A Please answer "Yes" or "No" for each of the following: Yes ■ 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). Eil/Yes ❑ No My company has an office to transact business in Iowa. DI Yes ■ No My company's office in Iowa is suitable for more than receiving mail, telephone calls, and e-mail. Yes ■ 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 company has maintained offices in Iowa during the past 3 years at the following addresses: r Dates: i to J / f'j I Address: pro, w yes--cCity, State, Zip. ette(0-\0Mc ) .eige CPO C i el 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? 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. Yes I I No art 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. at %,,s A1/2' i CM 1 Firm Name: L E Signature: Date: l 7tar ( - 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) Worksheets 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. L�`Yes ❑ No 0/Yes ❑ No Yes No ■ ENYes ❑ No Yes • Yes No Yes I ``No i Yes Yes Yes Yes My business is currently registered as a contractor with the Iowa Division of Labor. My business is a sole proprietorship and I am an Iowa resident for Iowa income tax purposes. My business is a general partnership or joint venture. More than 50 percent of the general partners or joint venture parties are residents of Iowa for Iowa income tax purposes. My business is an active corporation with the Iowa Secretary of State and has paid all fees required by the Secretary of State, has filed its most recent biennial report, and has not filed articles of dissolution. My business is a corporation whose articles of incorporation are filed in a state other than Iowa, the corporation has received a certificate of authority from the Iowa secretary of state, has filed its most recent biennial report with the secretary of state, and has neither received a certificate of withdrawal from the secretary of state nor had its authority revoked. My business is a limited liability partnership which has filed a statement of qualification in this state and the statement has not been canceled. My business is a limited liability partnership which has filed a statement of qualification in a state other than Iowa, has filed a statement of foreign qualification in Iowa and a statement of cancellation has not been filed. My business is a limited partnership or limited liability limited partnership which has filed a certificate of limited partnership in this state, and has not filed a statement of termination. My business is a limited partnership or a limited liability limited partnership whose certificate of limited partnership is filed in a state other than Iowa, the limited partnership or limited liability limited partnership has received notification from the Iowa secretary of state that the application for certificate of authority has been approved and no notice of cancellation has been filed by the limited partnership or the limited liability limited partnership. My business is a limited liability company whose certificate of organization is filed in Iowa and has not filed a statement of termination. My business is a limited liability company whose certificate of organization is filed in a state other than Iowa, has received a certificate of authority to transact business in Iowa and the certificate has not been revoked or canceled. 309-6001 (09-15) BSF-2 0 0 0 LL Z 0 J rna Z 0 CO era Wto w I c- ,46 0 11 Prime Contractor Name: 0 • a - cu H /Vj�% • o) .q cLa U tio 0 U _Q d 17, n .Q 0. co •(0 a) son oEa ana 0 c 0 so w }., •-nr) rig v U) M CO co 2 > cu •crn � Q• 0 a (13 �o c1 0 CO rid co l'Zt 0 0 ti • 14) Contractor Signature: C 0 a) ■ O 32 C o w c c 2, 4=1 (-0 Lins .= Q U O ato 0 . I h 0 o fl a (J) b •Y2 T. .0 W "' o c U •— n 0 fl 0 L .0 0 0 3 FlF1' w P. E) • V O) co al 8 05 4:3c 4cc-i to 7.1 8 on re, Er. (.) Wo c3 Q) lam w o Cn E rs o 0 Ca taj .0 c?-_J E .;d 32 • m 0 a �sn > 0 0ra 0 Ero Sri . o U t� 0 '2 15 trz for assistance at c.) tz 0 G E 0 .5 tiaa 0 0 U3 U TA 0) S J 0 • .= n, , t a 49 tiz CO w A co •ea 0 0 cn . 0 'rEoE k0 • o .0 w E ret 0 • E tz)) t 1-5 \�) cp co 455 E© E co tas . �. cr: .o 4 0 0 E 0) E 0 F CO W m Q) co 03 = -o • 0 4� 0) 0 CL W Gl 0 CD (, E 0 105 ,1 0 CO_ c c •m t1) � CZ 46i n �}} (-- 1 lb CD r Z w 0 0 thco Ce Z FL, ag§w 5 O I Z W Z O CO Is 77 c 2 tit chi 0 uj to o �' w w CO CO '-} %-6 5-1 cu (0) v wesi y cu wbge g ew‘ 'J 2 e -4g go 8 W ri rQ ca--) n< I 41) \La: (Form CCO-4) Rev. 06-20-02 N jai \3 O En CL 0 L. CD U ev 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. 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. 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. 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, AECOM #60617879 EQUAL OPPORTUNITY CLAUSE EOC-1 of 2 FY21 Center for the Arts Parking Improvements City Contract No. 1004 Phase 3, Northwest Half City of Waterloo, Iowa 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)/C-Z- (Appropriate Official) / _5 (Title) (Date) EQUAL OPPORTUNITY CLAUSE EOC-2 of 2 AECOM #60617879 City Contract No. 1004 FY21 Center for the Arts Parking Improvements Phase 3, Northwest Half City of Waterloo, Iowa Revised February 2003 CO V\I T R CO R9N C )R SUIBCONTRA 'TOR'S AFFkRW`IA T HV An T 110RI P IRO i Check box that applies to party completing program: ( ( LI) General Contractor Subcontractor Section A to be completed by GENERAL CONTRACTORS only: A. N ame of Company LadGt ��:JC��- `e``" a p y Address of Company 715, p Y 401, Telephone Number ( ?9)'WC Federal ID Number (if no Federal ID Number, Owner/President's Social Security Number) JJ.'1: N ame of Equal Employment Officer 7 t `L Name of Project A C C , /Ins p P roject Contract Number /2) K r Estimated Construction Work Dates - � / f Start Finish S ection B to be completed by SUBCONTRACTORS. only: B. N ame of General or Prime Contractor Name 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: 1 Ethnic Name Address Position Sex Origin 246.4 vw g cc e ys-4; fierift e 1 /44 l'ea" c itt k5 1576 i) 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 n ondiscrimination in employment. Any person who applies for employment with our company will not be discriminated against because of race, color, creed, sex, national o rigin, 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, u pgrading, 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 capabilities and productivity n ational origin, economic s E. and employme feasible. r1t-'dil ..j• effort to achieve fullemployment to ment and utilization of :jibp Y �..� citizens without regard to race, creed, color, sex, ►M ___,": and mental or physical handicap. P.c . BOX 4591 CLUtaffvN 170fl.,i will give training of Waterloo, Iowa, to the greatest extent III. AFFIRMATIVE ACTION A. i4f Compny�I) �a effective applicatloh rot arippltw 4ftrp, - statement, and ,® will therefore, re-evaluate our Affir employment opportunities are availa encourage minorities, wo ,;.n .,F,+ local Miggiftetl es .writ t9 on this basis. recognizes that the ore than just a policy ure that equal and to actively h our company B. will undertake the C. following six 1. Mino 2. Loc 3. DisaAteteitei OtraMteinaM !Ti teran Recruitment and Employment; 4. Handicapped 5. Female Recruitmenttt and Em• " "� nd 6. Training Upgradin. an• ' �' .rtunities. e Action Program: ( whatever steps are nec female, and local represe attempts: 1. Local advertising med 2. Community organiza 3. Public and ..r 4. Job Servi 5. Other. will take force has adequate minority, g methods in our recruitment pers, radio, TV); hes, clubs, schools); ea, UNI, Hawkeye Community College); D. will seek qualified minority, female, (Nam& dr r ucsvir!', IA 5061.9 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 Opportunit 1j;. 1 and Affirmative Action Program. G. Training, upgrading, promotion an ensure that full conside -tio group employees. (Na companies with whom vitOatitquitn assist them in their efforts. activities at all levels will be monitored to to qualified minority, female, and local will encourage other ss, to do the same and we will has taken the following ft/�:: ice-•, I, i- i ifs.•. F{'1,�L s. �t+ ; Affirmative AtorbfaetI+_ort. Wfqr.•'.•� le, local contractors and/or suppliers were provided opportunities to negotiate andlor bid on this project: (if none, write "NONE") 1. it C I. 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") /&/1"" J. K. In further accordance with rule 11246 as amended, we esta L. percentages supplied by t annual basis. 1. 2 Affirmative Actio project and wi contractors hai total work force. :,il a Dolt 459 1 Cr . swap i 12,0619 • P. sum 1 -\•a7r•�-�-2ii '.1^Q::.�S��-�'.�i. j'-S �a ti�'?S. specific actions re lypttc 9 Ntn , ' and will provide the City of Water�iac l- wi sit activities of our SUBCONTRACTOR" ! L • will require approved , s contractors who propose to work on this cessary to ensure that non -minority ority, female and local persons in their idelines issued pursuant to Executive Order goals for our company, based on parity realize these goals will be reviewed on an M. Parity figures for companies locate Minority Parity = .08 .,1 Employment Goals: raj-+�1r r'• �S $1jL.�lonal�ik�> +t` S B 1 ��jj `gy `r r i R: n A e a,.: X 15 ' C' l W i p;� y, .. ti �f f <r'�}��i�.�� L�t��'+�� !1: IDS ���'61 will keep records of training, upgrading and promotion i' ih?ormation relative to same, including pliers as necessary or when requested. Iwo are as follows: Affirmative Action The definition of Affirmative Action Goals is as follows: "Goals may not be rigid and inflexible quotas which must be met, but must be targets, reasonably attainable by means of applying every good faith effort to make all aspects of the entire Affirmative Action Program work." For the year 20 - I please submit percentage targets for employing minorities and women. If you already have reached your target for hiring minorities and women, please submit that percentage. *Goals for Minorities: Goals for Women: Your affirmative action goals should be between 1% and 10% or more for minorities and 1% and 5% or more for women. We hereby certify that we are in compliance with all City and Federal Affirmative Action Regulations and agree to accept all liability for failure to comply. Respectfully submitted, f By: S _J Company Executive By: Date Equal Employment Opportunity Officer Date City of Waterloo Affirmative Action Officer Approved Disapproved Reason: By: Date: 6 BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, Lodge Construction, Inc. as Principal, and North American Specialty Insurance Company as Surety are held and firmly bound unto the CITY OF WATERLOO , Iowa, hereinafter called "OWNER." In the penal sum ---Five Percent of the Bid Submitted --- Dollars ($---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 7th day of January 2021 , for FY 2021 Center for the Arts Parking Improvements Phase 3, Northwest Half, City of Waterloo, Iowa - Contract No. 1004 NOW, THEREFORE, • (a) If said Bid shall be rejected, or in the alternate, (b) If said Bid shall he 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 lam 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 5th day of January , A.D. 2021 • adi ype itness Witness StackVe By Lodge Construction, Inc. (Seal) Principal itratros- //>' North Am ;can Specialty Insurance Compartyreal) urety By Attorney-in-c Dione R. Young rt I (Title) • r r 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 Kansas City, Missouri 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 Kansas City, Missouri, and Westport Insurance Corporation, organized under the laws of the State of Missouri, and having its principal office in the City of Kansas City, Missouri 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, WENDY A. LEWIS, and STACIE CHRISTENSEN 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." \A11winiI1pA// Atk•_r• SEAL "Mlle 1073 Ai q y.44Otit lit W►s: //Hpanittt"t Steven P. Anderson, Senior Vice Pres dent of Washington International Insurance Company Sr Senior Vice President of North American Specialty Insurance Company & Senior Vice President of Westport Insurance Corporation L By l rl 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 DECEMBER , 20 20 State of Illinois County of Cook ss: North American Specialty Insurance Company Washington International Insurance Company Westport Insurance Corporation On this 3RD day of DECEMBER , 20 20, 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 N KENNY Notary :lark State of Ili rn:a My Commission Cxpkcs 12042021 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 5th day of January , 2021 . 5lj1 Jeffrey Goldberg, Vice President & Assistant Secretary of Washington International Insurance Company & North American Specialty Insurance Company & Vice President & Assistant Secretary of Westport Insurance Corporation