Loading...
HomeMy WebLinkAboutLodge Construction Inc.CE# nT 1• ,.r Y P D. Box 459 ! CLARKSVILLF, IA 50619 WP.TERLOC t.rjr. S 4 L;-- ICE 39 r • C clecK \Ne4,, be) ik R tf Fy ova up4ovi ke- (r(c y ;u 34•0044u,.,71- W (3oN� ter. k; :45'9 JCLARKSVILLE, IA 50619 C 4" 1. �SF 14ri a � L Ci477 Cic( K \NI,Ae(100).1-. IA RE F% bwaI up-100 91JY C ote Cv , w ` l k !'4c, � �«`' FM 202( FORM OF BID OR GPRoPOSAP , C 11P FI(())E MV G\U rE AND CARRIAGE ovr, Wi ORIM l AT ER kfii �l� C_WILAV\IT CONTRACT MO. 1010 ary OF WATERLOO, 00WA 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 F.Y. 021 U f TO H 1-Wir,HUH AND eV':ARM GH C=IAILL- MIME STORIMPJAITfl DMPRVEB E\ !1 S9 C o 61ti;;[' -1tt; rik n 10 ii o, all in accordance with the abovodisted documents and for the unit prices for work in place for the following items and quantities: FY P a ON'WEN tlE & C F, HILL DROVE Scfl Oh- nirdbiJA`INC' 2021 J1,RRDAG IIMPROVEilliENITS CONTRACT Ni ``% p 1010 BID SUDAS TOTAL UNIT BID TOTAL BID SPECIFICATION DESCRIPTION UNIT QTY PRICE PRICE ITE[fl 1 CLEARING AND i0 2010-1.08B GRUBBING ACRE 2 $ 53 0069 $ &"?‘` 2 ON -SITE TOPSOIL, STRIP, SALVAGE, -- 2010-1.08D AND SPREAD CY 2800 $ 6 $ f4 10 3 OFF -SITE TOPSOIL, FURNISH AND ... 2010-1.08D SPREAD CY 330 $ 9 6 $ 4510 4 ` 2010-1.08E CLASS 10 EXCAVATION, HAULED CY 6300 $ ;, $ 75 A°( 5 2010-1.08E EMBANKMENT CONSTRUCTION CY 455 $ $ ) )fl 6 EXISTING STORM SEWER, REMOVAL OF 4020-1.08D RCP, 12 IN LF 30 $ $ ,7sO 7 REMOVAL OF EXISTING STORM SEWER, 4020-1.08D RCP, 15 IN LF 11 $ $ r BID UNIT SUDAS TOTAL BID TOTAL BID SPECIFICATION DESCRIPTION UNIT QTY PRICE PRICE ITEM 8 HIGH DENSITY POLYETHYLENE PIPE . ,.) r Y 4020-2.01 F (HDPE), AASHTO M 294, 8 IN LF 174 $ . $ 7)5o? 9 HIGH DENSITY POLYETHYLENE PIPE , , M)35-3- 4020-2.01 F (HDPE), AASHTO M 294, 15 IN LF 353 $ $ FORM OF BID of 4 CONTRACT NO. 1010 Page 1 PIPE -- HIGH DENSITY POLYETHYLENE .- 24 IN LF 120 $ ` .� $ �v 10 4020-2.01 F (HDPE), AASHTO M 294, ))/6° „we /00 PIPE APRON 15" EACH 1/60 11 4030-2.02 CONCRETE I 20° > 12 4030-2.02 CONCRETE PIPE APRON 24" EACH 2 $ Jel $ o� PERFORATED SUBDRAIN, CORRUGATED PE, AASHTO M 252, TYPE 13 4040-2.02D CP, 4- IN. LF 30 ' $ A$ 430 MANHOLE, STORM SEWER, SW-401, 48 14 6010-2.01 IN EACH 2 $ C/C c` $ /,,oC0 MANHOLE, STORM SEWER, SW-401, 60 15 6010-2.01 IN EACH 1 $10 A,t $ /0)o&8 INTAKE STRUCUTRE, 60 IN x 60 IN AREA .,., 16 6010-2.01 SW-513 EACH 1 $ > vL„ $ 400 STRUCUTRE, 72 IN x 72 IN AREA INTAKE , 17 6010-2.01 SW-513 EACH 2 $ ;Lt" $ 4414; 18 8030-1.08A TRAFFIC CONTROL LS 1 $ 7j '.4 $ 5 J `P SEEDING, TYPE 1 (PERMANENT LAWN �/ 19 9010-2 02A MIXTURE) ACRE 3 $ `4" $ 04200 LF 1235 $ a $ I17e 20 9040-1.08N SILT FENCE -)) ra 21 9040-1.08N SILT FENCE REMOVAL LF 1235 $ / $ 6 :235 STABILIZED CONSTRUCTION 22 9040-1.080 ENTRANCE, EC-303 TONS 150 $ - $ 1/ boa MATS TURF REINFORCEMENT (TRM), 3236 23 9040-1.08R TYPE II SQ 62 $ ` 3 $ set,. TEMPORARY ROLLED EROSION f .; 5J -6°2 24 9040-2.052C CONTROL PRODUCT (RECP), TYPE 2.0 SY 7650 $ $ T " , 25 9040-2.09D RIP RAP (TYPE. EROSION STONE) TONS 70 $ PO $ ` a 26 9040-3.02 SWPPP MANAGEMENT LS 1 $ ,t1'0 $ &coo 27 11010-1.08A CONSTRUCTION SURVEY LS 1 $ i j�l5V $ 5,9•SO .` 28 11020-1.08A MOBILIZATION LS 1 $ `f0C1, $ /4000 6 2Vocc 29 SEE DRAWINGS * CONSTRUCTION FENCING LF 4000 $ $ INLINE DRAIN BASIN W/18 IN GRATE •' Vice 30 SEE DRAWINGS * INTAKE (NYLOPLAST OR EQUAL) EACH 3 $ <Vet $ 24 IN INLINE DRAIN BASIN W/ SOLID TOP ..- /5-D 1 $ n- $ 31 SEE DRAWINGS* (NYLOPLAST OR EQUAL) EACH CONNECTION OF DOWNSPOUT TILE TO -' Q.) * 14 $. Z 0311 32 SEE DRAWINGS NEW STORM LINE/STRUCTURES EACH $115- FIELD DRAIN TILE LINE CONNECTION(S) % 1! t/ 33 SEE DRAWING S * TO NORTH INTAKE STRUCTURE LS 1 $ $ r i *See sheet G04 of the design drawings for estimate reference notes covering these bid items. Sijuj T*TALEIID $ __ a, 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 payrnent 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 FORM OF BID CONTRACT NO. 1010 Page 2 of 4 thereafter before this bid is withdrawn, the undersigned agrees to execute and deliver an agreement in the prescribed form and furnish the required bond and certificate of the insurance within ten (10) days after the agreement is presented to him for signature, and start work within ten (10) days after "Notice to Proceed" is issued. 4. Security in the sum --�0 of Dollars ($ in the form of fl e , is submitted herewith in accordance with the INSTRUCTIONS IONS TO BIDDERS. 5. Attached hereto is a NonoCollusion Affidavit of Prime Contractor. 6. Attached hereto is a Bidder status Form. 7. The bidder is prepared to subrnit a financial and experience statement upon request. 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. Date4>/rec2•/ 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 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 Subcontractor(s). The Contractor shall submit information on subcontractors on "SUBCONTRACTOR RFQUEST 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 fortes. FORM OF BID of 4 CONTRACT NO. 1010 Page 3 13. The Owner reserves the right to select alternates, delete line items, and/or to reduce quantities prior to the award of a contract due to budgetary limitations. c CoV/ rkfG�ir\_. 1)12_ Name of Bidder) Official Address: (Including Zip Code): P t3cA (69 1 Title lJ rti V l (Date) cAlcc,,, le j-54 srowq I.R.S. No. (I -7 - �� 1 688'9, FORM OF BID CONTRACT NO. 1010 Page 4 of 4 NON COLLUSION AFFID�- VIT OF PRIME BIDDER State of jr- County of.1j/'u='g_ K- Ovvik )ss , being first duly sworn, deposes and says that: Partner officer Representative or Agent) , of L cnl e_ 1. Hers Owner , ,� � ('t +t, the Bidder thatias su mitted 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 S. 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. Subscribed and sworn to before me this My commission expires (Signed) Title cdvfie& Title C (70,93 1 ct,seict day of , 20a An%) • LINDA K SENN 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, rnental 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. 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, 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. S. 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. (Signed) (Appropriate Official) 23-14,4-eJ- r raj (Date) (Title) Ethloloir St tus Forrm To be completed by aOl bidders PI ase answer "Yes" or "No" for each of the following: d Yes 0 No My company is authorized to transact business in lowa. (To help you determine if your company is authorized, please review the worksheet on the next page). es KJ No My company has an office to transact business in Iowa. Yes No My company's office in Iowa is suitable for more than receiving mail, telephone calls, and e-mail. Yes l`�1No My company has been conducting business in Iowa for at least 3 years prior to the first request for bids on this project. Yes 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 eompOoted by resident b6 alders Part B My company has maintained offices in Iowa during the past 3 years at the following addresses: Dates / / to / / Address: Roe )301 V5-1 p , • City, State, Zip: C1" iN( i 1ie J �� ��'�% Dates: / / to / / Address: City, State, Zip: Dates: / / to / / Address: You may attach additional sheet(s) if needed. City, State, Zip: To be corripfeted by non re&&dent 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 _ 0Yes No 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. You may attach additional sheet(s) if needed. To be completed by afl bidders 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: to Cow�/'�`C�' Signature: / — Date: ge 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) Vk!out'khee'c t= t rdl o r o a Lli; o ni to Transact LEkullness 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. 0 Yes 0Yes 0No 0 Yes O Yes Yes 0 Yes 0-do 0Yes 0No 0 Yes 0 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) MBERIVBE, BUSINESS Pru rG-= P US I-VaEID CONTACT 8NFO bkfd`K ION {FOR Mfd Prime Contractor Name: Cciin_)-hurt (CAA Project: A)e a- (cot et liti 11 „--for/ -f-e-, - five) Letting Date: 1 NO IVIBE/WBE SUBCONTRACTORS: If you are NOT using any MBIfVVBE 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: -4-`` r Date: &-P — e-9" I SUBCONTRACTORS APPLOC/\ _ALE: 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 may be directed to Contract Compliance Office 319-291 4429. You are required, in order for your bid to be considered responsive, to provide the information on this Form showing your MBE/WBE Business Enterprise contacts made prior to your bid submission. This information is subject to verifications and confirmation. If you are unable to identify MBE/WBF= firms to perform portions of the work, please contact Rudy Jones, Contract Compliance Officer, for assistance at (319) 291-4429. In the event it is determined that the MBE/WBE Business Enterprise goals are not met, then before awarding the contract the City of Waterloo will make a determination as to whether or not the apparent successful low bidder made good faith efforts to meet the goals. TABLE. or INFORMATION 3u-IOWfvING BIDDER P I E0BID MBF/W -, E BUSINESS FNIEFIPRISE CONTACTS Quotes Received Quotation used in bid M B E/WB E Dates Dates Dollar Amount Proposed to Contacted Yes/No Contacted Yes/No be Subcontracted Subcontractors 1 9 397 75.- T.) 44- )h ,at 0 -9--; yes , (Form CCO-4) Rev. 06-20-02 CONTRACTOR'S OR SUBCONTRACTOR'S AFFIRMATIVE ACTION PROGRAM Check box that applies to party completing program: ( ( General Contractor Subcontractor I. Section A to be completed by GENERAL CONTRACTORS only: A. Name of v Com anLcA t cavisa_k_c_1114,- p Address of Company IUD. 36/ y,5�% Zip 500 Telephone Number (r(f ) o`-'/U ' -77E 7 Federal ID Number (if no Federal ID Number, Owner/President's Social Security Number) Name of Equal Employment Officer s ��c Loc4 Lt Name of Project °�tivt Project Contract Number /01� Estimated Construction Work Dates / -� 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 Revised February 2003 '17-Th2ftligot Subcontractor's Federal ID Number (if no Federal ID Number Owner/President's Social Security Number) Name of Equal Employment Officer AFFIRMATIVE ACTION PROGRAM Page 1 of 8 A. Remainder of program to be completed by party completing program, either Prime or Subcontractor. 1. The Owners and/or Principals of your company: Name S-}eye, IDS e- Ethnic Address Position Sex Origin Poi 30( 9.51 c lu tcaifejP- - est6 15 2. Other Areas of Interest: I iv 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 ll. 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 prograrn 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. E. viESL C.k vy-rc.ci L will give training (Name of Company) and employment opportunities to local residents of Waterloo, Iowa, to the greatest extent feasible. AFFIRMATIVE ACTION PROGRAM Page 2 of 8 III. AFFIRMATIVE ACTION A. L ocet5c et tAtcx--i'✓� (Name of Company) recognizes that the effective application of a policy of merit employment involves more than just a policy statement, and te/e4e (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 of e_ ro ws-htiL ki-. (Name of Company) our Affirmative Action Program: C. will undertake the following six (6) steps to improve 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. Ckatel-t---- will take whatever steps are necessary to (Name of Company) 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. iva-c -c ic will seek qualified minority, female, and local group applicants (Name of Company) 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. G. 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. C vie-J4 _ will encourage other companies, with whom we are (Name of Company) associated and/or do business, to do the same and we will assist them in their efforts. AFFIRMATIVE ACTION PROGRAM Page 3 of 8 H. lack t has taken the following Affirmative Action to ensure that (Name of Company) minority, female, local contractors and/or suppliers were provided opportunities to negotiate and/or bid on this project: (if none, write "NONE") 1. 2. Eon ( e 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 secct 2. Eice.5 / tM C C , vt.C'f v J. i-uce- Cr td`-L ; will require approved Affirmative Action Programs from (Name of Company) 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. 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. L. Zo‘ CCIA4frich•%- will records of s ecific actions relative to keep p (Name of Company) 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. M. Parity figures for companies located in Waterloo are as follows: Minority Parity = .08 (8%) N. Gdp) /et/ 54 tG (Name of Company) Affirmative Action 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 201, 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: AFFIRMATIVE ACTION PROGRAM Page 4 of 8 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: Company Executive Date By: s-Ae. /o4 e, Equal Employment Opportunity Officer Date City of Waterloo Affirmative Action Officer Approved Disapproved Reason: By: Date: AFFIRMATIVE ACTION PROGRAM Page 6 of 8 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 3rd day of June 2021 , for F.Y. 2021 Upton Avenue and Carriage Hill Drive Stormwater Improvements, Contract No. 1010, Waterloo, Iowa 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 27th day of May , A.D.: 2021 • iWess/ itness Stacie Christensen Lodge Construction, Inc. (Seal) Principa By / e-----5A/nock-C (Title) North Arp an Specialty In � rance Comparleal) i urety By Attorney -ins Dione R. Young 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. BAR I'hNHAGEN, CINDY BENNETT, ANNE CROWNER TIM McCULLOH, STACY VENN, DIONE R. YOUNG, WENDY A LEWIS, and STACIE CHRIS IENSEN 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. ' toutintswoi GIA97Y/A,_ w . pP�ORgj.G Na_'�LSEAL fi= � 2m 1973 tu_os • b h'AM7S�.e. mimitur aAUitallttlthyyH l.e(oec, 4o¢ovikeBy aSEAL `t.. 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 l!n• i Mike A. Ito, Senior Vice President of Washington International Insurance Company & Senior Vice Pres'dent 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: On this 3RD day of DECEMBER 20 20, before me, a Notary Public personally appeared Steven P. Anderson , Senior Vice President of North American Specialty Insurance Company Washington International Insurance Company Westport Insurance Corporation 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. _ 4 OFFICIAL SEAL N. KENNY Notary public - State of IDi irk My Commission Expho 12/042021 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 27thday of May , 2021 Jeffrey Goldberg, Vice President & Assistant Secretary of Washington International Insurance Company & North American Specialty Insurance Company & Vice President & Assistant Secretary of Westport Insurance Corporation