Loading...
HomeMy WebLinkAboutLodge Construction, Inc.LODGE CONSTE JCTLQN, INC. P.O. Box 459 CIA»IC: LLF: TA 50619 c1/4.1i ot4ed, 0 Cevt4ec gi CITY OF WATERLOO CITY CLERK'S OFFICE AUG 26 2021 PH 2:43 19 25 P.O. Box 459 f V iW 7 tat IA 50619 C C4/ 4- Vt%r\ek 1 el° rive2�a'�- (ev42i -4, 4c 14 m3 5 CITY OF WATERLOO CITY CLERK'S OFFICE AUG 262021 pH12:43:22 12$ • s kits 'Ltd— / I Ur' FORM OF =ID OR PROPOSAL FY 2022 CENTER FOR T M`ARTS PARKING IMPROVEMENTS PHASE 2 (ART BLOCK) C NTRACT NO. 1007 CITY OF WATERLOO, IOWA Honorable Mayor and City Council Waterloo, Iowa Gentlemen: 1. The undersigned, beinga Corporation existingunder the laws of the State of TX , a g p 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 2022 CENTER FOR THE ARTS PARKING IMPROVEMENTS, PHASE 2 (ART BLOCK), City Contract No. 1007, all in accordance with the above -listed documents and for the unit prices for work in place for the following items and quantities: FY 2022 CENTER FOR THE ARTS PARKING IMPROVEMENTS PHASE 2 (ART BLOCK) CITY CONTRACT NO. 1007 SUDAS UNIT TOTAL BID UNIT PRICE TOTAL ITEM DESCRIPTION NO. QTY. BID PRICE SPEC. 1 2010 Clearing and Grubbing LS 1 $ 5p0' $ 3 j000 es 2 2010 Topsoil, Furnish and Spread CY 100.0 $ t- $ ilifroe, 3 2010 CY 300 $ 1 7 - $ rI /ot' -". Class 10 Excavation, Roadway and Borrow 4 2010 Subgrade Preparation SY 4868.6 $ i $ iv" %165 L- 5 2010 Subgrade Treatment, Geogrid (Type 2) SY 600.0 $ 3 --' $ /)t)ot 6 2010 Modified Subbase TONS 1610.3 $ ,2,;� $ .35; V26 �?�~ 7 4040 189.0 $ /a' $ — �3� Storm 2000D Sewer, (CLASS Gravity III), 15 Main, IN. Trenched, RCP,C LF 8 4040 Main, Trenched, RCP, LF 24.0 $ C $ l/ Storm 2000D Sewer, (CLASS Gravity III), 21 IN. 9 6010 Manhole Adjustment, Minor 6.0 $ J I $ & M s EA 10 6010 Removal of Intakes and Utility Accesses 4.0 $ I ,5-0 8 $ )y0v 3 EA 11 6010 Intake, 6010.502 1.0 $ 3) 79 0 $ 3)-75 4e EA 12 6010 Intake, 6010.505 4.0 $ ciao& $ $ kit/goo S- EA 13 7010 SY 4057.6 $ sD / Cement Standard Concrete Durability, or Pavement, 8 SlipForm IN. Class Portland C, Class 3 a31;b33 14 7010 Removal Pavement SY 3396.7 ' $ 2377h $ qS1(°"t ultP $ .7 of 15 7030 SY 30.7 $ Removal of Sidewalk 16 7030 SY 133.0 $ $ ?jag, Sidewalk, PCC, 6 IN. 17 32 13 16 Tan Colored Sidewalk, PCC, 6 IN. SY 394.0 $ $ 6/O7o FORM OF BID OR PROPOSAL AECOM #60661493 FB-1-4 City Contract Nol 1007 FY22 Center for the Arts Parking Improvements Phase 2 (Art Block) Waterloo, Iowa ITEM SUDAS TOTAL UNIT TOTAL DESCRIPTION UNIT BID PRICE NO. SPEC. CITY. BID PRICE - $ YY) 0,2U 18 32 13 16 Grey Colored Sidewalk, PCC, IN. 6 SY 284.0 $ /CS' $ 9 Caw 19 8010 Lighting Type Poles, 1 EA 4.0 $ ye? 76 i $ atligeos $ 939SV 20 8010 Lighting Poles, Type 2 EA 4.0 $ 6)/06 '-- �' 21 8010 Lighting Poles, Type 3 EA 11.0 $ 39So � $ /to 1,4 z 22 8010 Electrical CircuitsLF 926.0 $ 4� `r $ .3) yre, , 23 8010 Handholes EA 3.0 $ see 6 Painted Pavement Markings, Waterborne $ b / 75_ 24 8020 or STA 12.50 $ 29 Solvent -Based Painted Symbols and Legends, Waterborne E 25 8020 EA 4.0 $$ or Solvent -Based yr $ - 26 5020 Relocate Hydrant EA 1.0 $ 00 27 8030 Traffic Control LS 1.0 $j -e/c 4e $ 4s $ �� jam& 28 9040 SWPPP Management LS 1.0 $ 32 0 _ 29 9040 Wattles, Installation LF 110.0 $ 3 $ 33e 30 9040 Wattles, Maintenance LF 110.0 $ / $ /% $ 97C .--- 31 9040 Inlet Protection Device, Installation EA 11.0 $ j $ 46 32 9040 Inlet Protection Device, Maintenance EA 11.0 $ /3 33 10010 Removals, As Per Plan LS 1.0 $ ,mac " $ heci & o 53 34 11020 Mobilization LS 1.0 $ 35,c0 $ 356•0 $ocac 0 35 PLAN Concrete Bollard Sign with EA 4.0 $ esse r 36 PLAN Concrete Bollard Sign $ 3, 67C without EA 7.0 $ se;?,j" ' 37 PLAN Bed $ �571% Preparation SF 5578.0 $ / 38 PLAN Fabric Washed Stone Mulch and Weed Barrier SF 5370 ic- $ / -se-$ 1 �, n. J $ W Shredded Cedar Mulch and Weed Barrier �v 39 PLAN Fabric SF 208 $ $ `t) �C r Groundcover (Feather Reed Grass, 1-Gal. 40 PLAN EA 196 $ J/ Cont.) 72 $ 937 41 PLAN Groundcover Dropseed, (Prairie 1-Gal. Cont.) EA 38 $ /1 Groundcover (Stella D'Oro Daylily, 1-Gal. '�✓ $ 42 PLAN EA 56 $ Cont.Vr Groundcover (Warrior Switchgrass, 1-Gal. `P $ , p 43 PLAN EA 184 $ Cont.) $ 9).2 702 44 PLAN Shrub (Gro-Low Sumac, 3-Gal. Cont.) EA 89 $ ri $ g at50 45 PLAN Aspen, Tree (Quaking 1.5" Cal B&B) EA 5 $ 05-4; -- $ led 46 PLAN Tree (Skyline Honeylocust, 2.5" Cal. B&B) EA 1 $ 9372 $ l zr6 47 PLAN Tree (Spring Snow Crabapple, 1.5" Cal. B&B) EA 14 $ & 90 s $ 3 /T7 48 PLAN Tree Arborvitae, B&B) (Techny 4-5' Spec EA 15 $e`- $ 26 J,5'G . '- 49 PLAN Bike Racks EA 5 $ 9sz $ 2 0 0U 50 PLAN Waste Receptacles EA 1 $ G jj0O $ J'1) liert7 se 51 PLAN Benches EA 7 $ . 13 $egg, 353 s$ TOTAL BID AMOUNT 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. FORM OF BID OR PROPOSAL AECOM #60661493 FB-2-4 FY22 Center for the Arts Parking Improvements City Contract Nol 1007 Phase 2 (Art Block) Waterloo, Iowa 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. C, . 4. Security in the sum of Dollars ($ ) in the form of �,t , is submitted herewith in accordance with the INSTRUCTIONS TO BIDDERS. 5. Attached hereto is a Non -Collusion Affidavit of Prime Contractor. 6. Attached hereto is a Bidders Status Form. 7. The bidder is prepared to submit a financial and experience statement upon request. 8. The Prime Contractor and Subcontractor(s), which have performed an aggregate of $10,000.00 in work for the City in the current calendar year, are prepared to submit an AAP or Update and an EOC, within ten (10) days of notification that the bid submitted is lowest and acceptable. 9. The bidder has received the following Addendum or Addenda: Addendum No. Date g 6•---1;2 I 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. FORM OF BID OR PROPOSAL FB 3-4 AECOM #60661493 City Contract Nol 1007 FY22 Center for the Arts Parking Improvements Phase 2 (Art Block) Waterloo, Iowa 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. tdce (Los-kwclic/1/4 (Name of Bidder) (Date) BY: �Okn,%.,, 5 Pwvt Title 4?54 ( Y"}-~`TC� Official Address: (Including Zip Code): r($14 rr 61E I.R.S. No. ClLS\)1lC )D/t sc�l7 97t, ary68A2— FORM OF BID OR PROPOSAL FB-4-4 FY22 Center for the Arts Parking Improvements AECOM #60661493 City Contract Nol 1007 Phase 2 (Art Block) Waterloo, Iowa NON=COLLUSION AFFIDAVIT OF PRIME BIDDER State of County of /At teikittket ece tive- )ss , being first duly sworn, deposes and says that: 1. He is (Owner, Partner, Officer, Representative, or Agent) , of , 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. (Signed) Subscribed and sworn to before me this 20 . My commission expires Z'7aze,� /S v611.3 Q n tp NON -COLLUSION AFFIDAVITS NCA-1 of 2 AECOM #60661493 City Contract No. 1007 day of jetet-c4c117- Title Title /hrt %% A t LINDA K SENN COMMISSION NO, 803307 MY COMMISSION EXPIRES v FY22 Center for the Arts Parking Improvements Phase 2 (Art Block) City of Waterloo, Iowa 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. 5. The contractor, subcontractor vendor and supplier of goods and services will furnish and file compliance reports within such time and upon such forms as provided by the Affirmative Action Officer. Said forms will elicit information as to the policies, procedures, patterns, and practices of each subcontractor as well as the contractor himself/herself and said contractor, subcontractor, vendor and supplier will permit access to his/her employment books, records and accounts to the City s Affirmative Action Officer, for the purpose of investigation to ascertain compliance with this contract and with rules and regulations of the City's Affirmative Action Program Contract Compliance Provisions relative to Resolution No. 24664. 6. In the event of the contractor's non-compliance with the non-discrimination clauses of this contract or with any of such rules, regulations and orders, this contract may be canceled, terminated or suspended in whole or in part and the contractor may be declared ineligible for further contracts in accordance with procedures authorized by the City Council. 7 The contractor, subcontractor, vendor and supplier of goods and services will include, or incorporate by reference, the provisions of the non-discrimination clause in every contract, EQUAL OPPORTUNITY CLAUSE EOC-1 of 2 FY22 Center for the Arts Parking Improvements AECOM #60661493 City Contract No. 1007 Phase 2 (Art Block) 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 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) fr 5j/.- 4---e‘c ; (Title) f tQ6 s- 02 i EQUAL OPPORTUNITY CLAUSE EOC-2 of 2 AECOM #60661493 City Contract No. 1007 (Date) FY22 Center for the Arts Parking Improvements Phase 2 (Art Block) City of Waterloo, Iowa iddcr Status Ihs rmm To be completed by all bidders aril Please answer "Yes" or "No" for each of the following: 1 Yes Yes Yes Yes Yes N o 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). N o My company has an office to transact business in Iowa. N o My company's office in Iowa is suitable for more than receiving mail, telephone calls, and e-mail. N o My company has been conducting business in Iowa for at least 3 years prior to the first request for bids on this project. N o 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. Pr To be completed by resident bidders Par My company has maintained offices in Iowa during the past 3 years at the following addresses: Dates: / / to / 6 / 31 t Address: City, State, Zip: a I Ks `k ci i,> �m- 5ark l/ 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 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 ■ No 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. ti f Lffc' tGl‘erk 1 Ic, Firm Name: Signature: e Date: .e--(1/: You mug submit the completed form to the governmental body requesting bids per 875 Iowa Administrative Code Chapter 156. This form has been approved by the Iowa Labor Commissioner. 309-6001 (09-15) BSF-1 Wo rksh e ,_,t: „ uthG rkatidon t. Transact Bushiness 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 No My business is currently registered as a contractor with the Iowa Division of Labor. Yes No My business is a sole proprietorship and I am an Iowa resident for Iowa income tax purposes. • Yes E(N o 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. cfries No 0 Yes Yes Yes No 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. Yes No My business is a limited partnership or limited liability limited partnership which has filed a certificate of limited partnership in this state, and has not filed a statement of termination. • Yes MI No 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 ftiZ My business is a limited liability company whose certificate of organization is filed in Iowa and has not filed a statement of termination. Yes aid 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 TITLE VI CIVIL RIGHTS During the performance of this contract, the contractor (for itself), its assignees, and successors in interest (hereinafter referred to as the "contractor") agrees as follows: 1. Compliance with Regulations: The contractor shall comply with the Regulations relative to non- discrimination in Federally assisted programs of the DOT Title 49 Code of Federal Regulations, Part 21, as they may be amended from time to time, (hereinafter referred to as the Regulations), which are herein incorporated by reference and made a part of this contract. 2. Nondiscrimination: The contractor, with regard to the work performed by it during the contract, shall not discriminate on the grounds of race, color national origin, sex, age, or disability in the selection and retention of subcontractors, including procurement of materials and leases of equipment. The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations, including employment practices when the contract covers a program set forth in Appendix B of the Regulations 3. Solicitations for Subcontracts, Including Procurement of Materials and Equipment: In all solicitations either by competitive bidding or negotiation made by the contractor for work to be performed under a subcontract, including procurement of materials or leases of equipment, each potential subcontractor or supplier shall be notified by the contractor of the contractor's obligations under this contract and the Regulations relative to non-discrimination on the grounds of race, color, national origin, sex, age, or disability. 4. Information and Reports: The contractor shall provide all information and reports required by the Regulations or directives issued pursuant there to, and shall allow access to its books, records, accounts, other sources of information, and its facilities as may be determined by the Contracting Authority, the Iowa DOT, or FHWA to be pertinent to ascertain compliance with such Regulations orders and instructions. Where any information required of a contractor is in the exclusive possession of another who fails or refuses to furnish this information the contractor shall so certify to the Contracting Authority, the Iowa DOT or the FHWA as appropriate, and shall set forth what efforts it has made to obtain the information. 5, Sanctions for Noncompliance: In the event of the contractor's noncompliance with the nondiscrimination provisions of this contract, the Contracting Authority, the Iowa DOT, or the FHWA shall impose such contract sanctions as they may determine to be appropriate, including, but not limited to: a. Withholding of payments to the contractor under the contract until the contractor complies, and/or b. Cancellation, termination, or suspension of the contract, in whole or in part. 6. Incorporation of Provisions: The contractor shall include the provisions of paragraphs (1) through (6) in every subcontract, including procurement of materials and leases of equipment, unless exempt by the Regulations, or directives issued pursuant thereto. The contractor shall take such action with respect to any subcontract or procurement as the Contracting Authority, the Iowa DOT, or the FHWA may direct as a means of enforcing such provisions including sanctions for non-compliance: Provided, however, that, in the event of a contractor becomes involved in, or it threatened with, litigation with a subcontractor or supplier as a result of such direction, the contractor may request the Contracting Authority or the Iowa DOT to enter into such litigation to protect the interests of the Contracting Authority or the Iowa DOT; and, in addition the contractor may request the United States to enter into such litigation to protect the interest of the United States. TITLE VI CIVIL RIGHTS TVI-1 of 1 FY22 Center for the Arts Parking Improvements AECOM #60661493 City Contract No, 1007 Phase 2 (Art Block) City of Waterloo, Iowa Revised February 2003 CONTRACTOR'S OR SU;CONTRACTOR'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 Company Address of Company p-o•, 30X rstc��sijinip ✓��t6, Telephone Number (A 629& Federal ID Number (if no Federal ID Number, Owner/President's Social Security Number) tote_ Cc---.5-41/L) 9 an N ame of Equal Employment Officer 54COC le, geJ N ame of Project e ki -er' Xcr C- RI KID P roject Contract Number /('‘' Estimated Construction Work Dates /0.-/taea/ / �' � ` 9- Start Finish S ection B to be completed by SUBCONTRACTORS only: B. 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 N umber) N ame of Equal Employment Officer C. Remainder of program to be completed by party completing program, either Prime or Subcontractor. The Owners and/or Principals of your company: Name 54.t.„ °<5c Address Pfr- Uct r‘i Position e facrit4.,1 14).T- :;4 15 2 Other Areas of Interest: Sex Ethnic Origin If your company has branches or subsidiaries, or if your company is a branch or subsidiary of a parent organization, give the following information: Name Type of Address Affiliation Degree II. EMPLOYER'S POLICY (Please read carefully.) A. We, the undersigned, recognize that we are morally and legally committed to nondiscrimination in employment. Any person who applies for employment with our company will not be discriminated against because of race, color, creed, sex, national origin, economic status, age, mental or physical handicap. B. The employment policies and practices of the undersigned are to recruit and hire employees without discrimination, and to treat them equally with respect to compensation and opportunities for advancement, including training, upgrading, promotion, and transfer. However, we realize the inequities associated with employment training, upgrading, contracting and subcontracting for minorities and women and we will direct our efforts to correcting any deficiencies to the maximum extent possible. The same will be required of our SUBCONTRACTORS and suppliers. C. We submit this program to assure compliance with Executive Order 11246, as amended, and other subsequent orders that may pertain to equal employment opportunity and merit employment policies, fully realizing t .�t o; qualification and/or merit system should be evaluated and revised, if necessary. D. We agree to put forth the maximu capabilities and productivity of national origin, economi E. (Nam and employment oppo feasible. achieve full employment and utilization of out regard to race, creed, color, sex, cal handicap. will give training Iowa, to the greatest extent III. AFFIRMATIVE A. B. C. P.O. BO' if R S•LW:, effective application o a policy o statement, and will, therefore, re-evaluate employment opportunities encourage minorities, w on this basis. following six ( t the cy (Name of mative Action Prog t�ii I tts, mum I e on the basis of individual merit, and to actively residents to seek employment with our company LARKSW LL!., 1. Minority Recruitment and E 2. Local Recruitment and Em 3. Disabled Veteran and Vie 4. Handicapped Recruitme 5. Female Recrui 6. Training, Upgr 50(19 nt; ion Program:... will undertake the teran Recruitment and Employment; ment; es. will take whatever. steps are nee% 5 if alagliciPaRMAtattalWork force has adequate minority, female, and local representation. We will utilize the following methods in our recruitment attempts: 1. Local advertising m 2. Community organ 3. Public and pri 4. Job Se 5. Other. papers, radio, TV); urches, clubs, schools); he area (UNI, Hawkeye Community College); LA5061 and local group pplan s or a job cafe hand will make asserted efforts to increase minority, female and group representation in occupations at the higher levels or skill and responsibility. will seek qualified minority, female, E. All sources of employment used shall be aware that we are an Equal Employment Opportunity Employer. Labor organizations representing our employees will be notified of our Equal Employment Opportunity Policy and Affirmative Action Program. F. Training, upgrading, promotion a ensure that full consideration h group employees. G. (Na companies with who assist them in their r activities at all levels will be monitored to ven to qualified minority, female, and local OX 459 I CI ARKSVWLLF, IA 50619 will encourage other iness, to do the same and we will H. has taken the following Affirmative Actiog90 `-1 s tR4 AV, local contractors and/or suppliers were provided opportunities to negotiate and/or bid on this project: (if none, write "NONE") 1. 2. 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") J. 1. 2. Affirmative Action P project and will t contractors have a total work force. P.O.BOX 459jc K. In further accordance with rules 11246 as amended, we establi percentages supplied by the City annual basis. L. will require approved ractors who propose to work on this no. sary to ensure that non -minority �.`minor , female and local persons in their 1 Jf n5cPs�'�I sued pursuant to Executive Order als for our company, based on parity ealize these goals will be reviewed on an will keep records of specific actions relate `F .�, :; r{�,= - ,: 1•;_' """}'' <- fining, upgrading and promotion • - r . "/ ' tie:.- _. __. -• .•,ram �i �►i,�.7�. , 7 � !G/[ s4 ,�. , 414 ' 7 -. - and will provide the _;� - i•�=i,•.: on relative to same, including .- activities of our SUBC 019tit or when requested. M. Parity figures for companies located Minority Parity = .08 (8% Employment Goals: P.O. BOX 459 I CLARKSVILLE, IA 50619 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 202kplease submit percentage targets for employing minorities and women. If you already have reached your target for hiring minorities and women, please submit that percentage. are as follows: Affirmative Action `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, By: tc'c Company Executive _ c a_ ( 4- Date By: -1-evc. Equal Employment Opportunity Officer Date City of Waterloo Affirmative Action Officer Approved Disapproved Reason: By: Date: 6 2 0 LL WZ ce Ct\, limo W 2 _C3 C4 W u- coz coles W Z co is in® W 0 co co co 2a Prime Contractor Name: i 0 O 0 W W m m W w co co 22 as CD 4- z 0) CO c Ian O g 0) co 2 N/ O r E CO 2 0 7 co .� a) 0 r to Contractor Signature: 0 t� m cn • Q a) W 0) a) c (7) LIJ m CO 2 O 0 E u_ 1• O O E 0 .c o 1 0- 0 c O co E 1` c O c O U ance Officer, for assistance at Q oo a) v� >-0 0 W c c O ,0 O O 0 4-63J -06, E E OL c `) O -i--+ O•('+= D. 111 m w > 03W L 0 O D O 0 Ow z a) 12, 'di 0) N 0 0) a� O > O -o O c co a) (0 E O O J o' O a) (o _c co Q) O a) O S O O ai a) O co O o, oco E a) o 2- an a) o w _ ui COtc LIJ Ciej m 2 J n -a c a) a) a) W CO Fa W® ®(4) ow UA 0 Iz z ado- -§ W ®Fain Z coW Z 00 2 in Ce Lie W F, ew CO J2 Elms tri • Tar Amount Pro! be Subcontract NI ru a :c 0A 0) ‘, aV \IT 0° N. -A 'c 1 Yes/No X ,,k,\ :acted ce :Si 7 t theontnd (Form CCO-4) Rev. 06-20-02 Wx c0 0 o 0 r. > °o O Q Q N Ri �`�o L a U 4-0 Q ..0 0 L 0 a) 0 >- LL ti O BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, Lodge Construction, Inc. as Principal, and North American Specialty Insurance Company � s :;tire=ty are held and firmly bound unto the CITY Or WA i ERE_00 , Iowa, hereinafter called "OWNER." In the penal sum ---Five Percent of the Bid Submitted --- Dollars (S ) 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 °,A.heroas the Principal has submitted the accompanying bid dated the 26th day of August , 2021 , for FY 2022 Center for the Arts Parking Improvements Phase 2 (Art Block) Contract No. 1007, City of Waterloo, IA NOW, THEREFORE, (a) If said Bid shall be rejected, or in the alternate, (b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the form specified and shall furnish a bond for his faithful performance of said contract, and for the payment of all ersow_> performing labor or furnishing materials in connection therev1ith, ard shall in all other respects perform i 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 tI-IfT 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 whici3 the Owner may accept such Bid or execute such contract; and said Surety does hereby waive notice of any such extension, IN WITNESS WHEREOF, the Principal and the Surety, have hereunto set their hands and seals, and such of them as are corporations, have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers this 17th day of August A.D.. 2021 Lodge Construction, Inc. Principal North American Specialty Insurance Comparyseal) Surety Witness Attorney -in -fact Stacie Christensen /VC/ (Seal) (Title) SWISS RE CORPORATE SOLUTIONS NORTH AMERICAN SPECIALTY INSURANCE COMPANY WASHINGTON INTERNATIONAL INSURANCE COMPANY WESTPORT INSURANCE CORPORATION GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, THAT North American Specialty Insurance Company, a corporation duly organized and existing under laws of the State of New Hampshire, and having its principal office in the City of 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." ``,\tiwtttl•Iiftlri���li 0),.6v 743e., acet- `fit SEAL n= a:tele iQla�;'ttf `t 1311/2:s tel• Itekt.41c" 1111111110 By Steven P. Anderson, Senior Vice President of Washington International Insurance Company & Senior Vice President of North American Specialty Insurance Company & Senior Vice President of Westport Insurance Corporation By Mike A. Ito, Senior Vice President of Washington International Insurance Company & Senior Vice President of North American Specialty Insurance Company & Senior Vice President of Westport Insurance Corporation eih r !Eder 1 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. OFFICIAL SEAL V. KEP.N'f Notary ?ubtic State of :tli 3�•s• h'fy Cornmissbn Crpkres 12402021 • • 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 17thday of August 2021 f ti �- ../r ar t- -9� Jeffrey Goldberg, Vice President & Assistant Secretary of Washington International Insurance Company & North American Specialty Insurance Company & Vice President & Assistant Secretary of Westport Insurance Corporation