Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Site Services
0 co N W CO Z Lu CO �i r- 0 0 0 o w T O 0 cC V /Q/c� V! BILL SENDER CO OD 00 1 0) C or) LI O cc Peas 0 0 ce mod. "cC N M Z Vt d/GLZo/ r09q ■ W O Ix V Jce G? W et Wpm ;0r C.. 0 r.. 0 ANSOI.0ZZ0► 1\1\4 ar 0_w W WED - 09 FEB 10:& (s)iage- anoA luud - ie6eueW digg x2ped CC 0 a Isis. 0 0 z ce 0 7759 7248 7714 0 0 V) irk 0 • lueffin Alawaux] WH Z£: I `ZZ/L/Z & sa Services 1621 East Commercial Algona , IA 50511 OF WATERLOO CITY Y al ERKS aJF = uE yy}}r-' • %' 2022 AO A a fl a 3 -7 En3 Rio gotaciaa b•av t C;i e/0 e a 4 'cv 7/n r „S-1.-1A-L Pa) A'fraEldrtiie *38(3705 npArci,„, 6,14Wer /Me- ,2 caw- c7 c2 rove?' irk op- &Alit) zoo (iimusi Crjatexe-ec re /4//,‘._ /Bernal- Ss-in-25c /el 71-Pe Loa/ --cit'14- 51-D 12°3 e, Services 1621 East Commercial Algona, IA 56511 poc ?' Site Services 1621 East Commercial Algona, IA 50511 bode, - Pa, MY'" TPS itha arsro 5 Ag ezzr-c sr &tee,' &L)7p/bAc r c.,26,g).2 °V P difit 63P 2 2 14X7 (1? ��` S, CF" C yi 5r✓ i�%Ct[+ y Zannii-r2 7 3 er--51froS ATfffri riu razueets SD Aaub AAJO riusuzAnic rziereoseeP 7ivje,tcr 4 -- , o�' a -0o CITY OF WATERLOO, IOWA RequeStfOrBid ASBESTOS ABATEMENT SERVICES February 2022 RFB Asbestos Abatement Services Contract AB-2022-02-04P 300 Allen Street, 307 Sumner Street, 335 Sumner Street, and 615 Glenwood Street City of Waterloo, Iowa Prepared by the City of Waterloo Planning and Zoning Department SI CTION I NOTI CE OF REQUEST FOR BID Receipt and Opening of Bid abatement services Contract AB� 2022 1.0 p CityWaterloo is seeking sealed bids for asbestos 615 The of Street 335 Sumner Street and 2�©4P m 300 Allen Street 307 Sumner Glenwood Street. inthe CityClerk's Office, Waterloo City bidsreceived a sealed envelope in Thursda All must be 50703(date and time stamped) by y.r Street, Waterloo, IA considered. City Hall is Hall, 715 Mulberry clock), Central Time, in order to be 10,2021 at 1:00 p.m. (our cl ), II or via facsimile will not February Street, Waterloo, Iowa. Bids sent electronically the name located at 715 Mulberry marked as noted below, and include mailingcontainer should be be accepted. The of the company submitting the bid. 1.1 RFB Timeline Name of the Bid: Notice of RFB Date: Mandato Walk Thru Date: Deadline for Bid Submittal: Submit Sealed Bid to: Method of Submittal: Contact Person, Title: E-mail Address: Phone: ' ct anyor all proposals and to waive any Cityreserves the right to accept or reject not substantially change the offer 1.2 The if such waiver does informalities or irregularities in proposals The rves the right to defer competitive advantage to any Bidder. City reserves from the date of the or provide a comp exceed sixty (60) calendar days fr acceptance of any bid for a period not to deadline for receiving bids. .Postal Service, the internal mail d the U.S Cityresponsible for delays occasioned by 1.3 The is not means of delivery employed by the Proposer. stem of the City, or any other me responses that are deliver s Y Y responsible for, and will not open, any proposal Similarly,the City is not will be retained in the RFB date and time stated above. Late proposals received later than the responsibility will be attached to any person for premature opening of a No file, unopened. proposal not properly identified. Asbestos Abatement Services Contract AB-2022-02-04P January 27, 2022 There will not be a mandato walk thru Thursda Februar 10 2022 at 1:00 .m. Central Time Address exactly as stated: SEALED RFB FOR ASBESTOSES ABATEMENT SERVICES CONTRACT AB-2022-02-04P City of Waterloo City Clerk's Office 715 Mulberry Street Waterloo, IA 50703 . �(No Electronic or Fax Submittals) Mailor Overnight Delivery, In Person g t Manager Aric Schroeder, City Planner/Project (City's Representative) aric.schroeder waterloo-ia.or Phone: 319-291-4366 RFB ASBESTOSFOR �_ : 300 Allen St, 307 Sunuler St, 335 Sumner St, and 615 Glenwood St Page 2 ABATEMENT SERVICES: Contract: of 9 clock) Central Time 2022, at 1:00 pm (our. February 10, live on the City of willbe opened on Thursday will be streamed • p andveal the name(s) of � .4 Bids erring is to re floor Council Chambers se of this op the in the second 1. The main purpose The awarding of You Tube ube Channe determining the award.ua 21 � 2022 �laterlo®s e as a forum for det on Monday February Biddt is not to tery Citycouncil meeting thetheAfter an award is made, a anticipated t© be at erring. ntis p.m. r p tee promptly after opsal. Proposal resultse,a c© Proposals will be evaluated 5:30Pro s who submitted a propo to the at p sent to all companies withdrawn anytime prior I summary will be Proposals may be d or withdrawn for proposal the telephone. Prop be modifie willbe given over proposals; no proposal may not g time for receipt of prop scheduled closing s thereafter. a period of sixty calendar day (60) SECTION II S TO BIDDERS INSTRUCTIONS RUCTIONan completed. A company signature page, properly an to attached Exhibit "A"signon behalf of the company shall include the authorized the company will sign Bid bindagree to all terms and 2 0 The who is authorized to ons of the RFB and reserves the right representativeyou have read all provisi •The City of Waterloo of the conditions, to the excepty that 2.4 below. h in the judgmefltt indicate as provided in paragraphart, the bid, which, t o any accept in whole or in p rejector all bids, and to p responsible bid ppos is the most responsive and proposal evaluators, occurrence for ' of at least $1,000,000per limits of liabilitycoverage for Premises, General Liability insurance with At a minimum' � coverage shall 2.1 Gen Property Damage is required. be included. This reason of the Bodily Injury and l Completed Operations shalld. Thi sustained veg • ns Products and COmp or property damages provide Certificate of Operations, person from injury •orThe Contractor shall tatheopublic any p out their work. protect or its employees carrying ctor as additional insured. contra the City of Waterloo • e having bid rice is required. insuranc ercent (5%) of the p eck or er e uivalentto five pid bond, certified ch bid from each Bidder a, fitment, such as a b will,upon 2 2 A guaranteeconsist of a firm commitment, assurance that the Bidder time bid guaranteeishall e to the City, as ass within the The instrument acceptable be required negotiable in contractual documents as may other neg execute such contra of its bid, acceptance sp specified. nor will the City pay any the City to make an award, ed in making .Bid does not commit bids, or costs incurred This incurred for and submission of 2.3 in the preparation costs of bids. submitted necessary studies for the preparation 1 state in the submi nece y The Bidder shall Cleary Documents - yts and any exceptions Exceptions to Contract Do minimum bid requirements, considered in Important Excel durations from, the deviations will be exceptions to, or d Such exceptions or Companies are bid any s of this RFB.Signature Page. terms and conditionshould be noted on the, g ected • No additional to the Anyexceptions sho •bids. cause their bid to be rejected. evaluating the taken to this RFB may that exceptions of a bid. cautioned ed after submittal in this exceptions shall be allow formation requested excel of the in or provide any disqualification by reason of Information -Failure to complete result in Incomplete Inform information as indicated, may 2.5 or additional inform RFB, and/ „ "non responsiveness. • St, 33 5 Sumner St, and 615 Glenwood St • AB-2022-02-0`lP : 300 Allen St, 307 Sumner RFB FOR ASBESTOS ABATEMENT SERVICES: Contract. Page 3 of 9 SECTION III SPECIAL TERMS AND CONDITIONS Contract tel two (2) months beginning 3.0 Term of Con Contract shall be for approximately The initial term ofthe 3.0.12022,to April 30, 2022. February 21, pContract for one (1) week time F Y the Contractor may renew the originalgiven to renew the 3.0.2 The City and week's notice must be mutual agreement. Two (2) periods by for additional increments.the Ma or, shall become the ContractCityCouncil and signed by Y Contract, approved by the in the insurance and bond 3.0.3 A p Contract to begin, assuming document that authorizes the� herein, any addenda and the docu met. Each section contained requirements have been exhibits to the RFB shall also be req the successful bidder, and all ex response (Bid) from Contract. . byreference into the resulting the Contract. If it is mutually incorporated duringthe initial term of price escalation will be allowed, tractor requests a price 3.0.4 No d the initial period and the Con to renew beyond on the requested increase. The decidedallprovide documentation q • e the Contractor shall to negotiate more favorable Citycreas or reject price increases, g reserves the right to acceptthe future performance of the to(or allow to expire) without cost, terms, or to terming lowed by the project Contract, Contract.11 not exceed the amount al The total actual expenses sha ended by written agreement. 3.0.5 extensions thereof, unless am including any renewal intowritten contract with the City that 3.1 Agreement Formsbe required to enter a After award, the Bidder will q "C" . 3' 1 ' 1 is substantially in the form attached hereto as Exhibit tractor defaults in the performance or Cause. In the event that Con the Contract, and if such 3.1.2. Termination for or obligation set forth in ob servance of any covenant, agreement after notice thereof shall have uncured for a period of seven (7)daysafter such notice if default remains a period of fourteen (14) days given byCityto Contractor (or for ve conditions to be remedied which, been defaultirequires acts to be done or con is curable but q such 14-dayperiod and thereafter suchdone or remedied within their nature, cannot be the same to completion within by tl and continuously prosecute Contractor fails to diligently Contractor is in default under the then City such 14-day period), may declare that Co ct. terminated at any time, in whole or Contra be ' Convenience. The Contract maya also choose o 3.1.3 Termination for agreement of the parties. City may written inpart, upon the mutual written ag � to Contractor 10�days' advance o Contract at any time by delivering terminate the C notice of intent to terminate. and has not cured said default as set is in default of the Contract ' s. If Contractor more of the following steps, at 3 1,4 Remedies. the Citymay take any one or forth in Section 3.1.2 above, its option: roceeding at law or in equity, require mandamus or other suit, action or p under the Contract, or enjoin 3.1.4.1 by obligations and covenants u Contractor to perform itsg violation of the rights of the City things which maysuch default; any acts or th be unlawful or in v g caused to the City by any under the Contract, or obtain damagess of all books and records of ct examine and make copies 3.1.4.2 have access to and inspec t, which pertain to the project, and demand Contractoract make no further disbursements, declare a default of the Contr � reviously disbursed under 3.1.4.3 nt from Contractor of any fundsp immediate repayment the Contract; St 307 Sumner St, 335 Sumner St, and 615 Glenwood St SERVICES: Contract: AB-2022-02-04P: 300 Allen > RFB FOR ASBESTOS ABATEMENTPage 4 of 9 3.1 .4.4 terminate the Contract by delivering to Contractor a written notice of termination; and/or or desirable to 3.1.4.5 take whatever other ns ion andt law or incovenantsof equityontractor under the Contract, including enforce the obligation of funds. but not limited to the recovery breach or violation shall 3.1.4.E No delay in enforcing the provright hereof aes to any breach or ioor impair, damage or waive the right of City to etition of suc e or to obtain relief against or recover for the continuation or rep later time or times. In the event that any similar breach or violation thereof at any City prevails against Contractor in a suit or other asonable aion under the expenses Contract, Contractor agrees to pay the re incurred by City. 3.2 Terms of Payment 1 Invoices for services authorized under this Contract the shall cby e sumabmitted ed as c ty"lump sum 3.2 after services are delivered and accepted, option, provide partial payment for partial work completed. sffi of l 3.2.2 For accounting purposes, all invoices shall contains su cind ntblevel ftdettoai the Citding all services provided and allowable expenses inc with supporting documentation by e-mail or US mail to: Attn: City of Wa, IAterloo Planning and Zoning Department, 715 Mulberry work tbyo any Contra. if at its discretion, to deny payment for any 3.2.3 City has the right,eed the amount y project Contract, including the total actual expenses er of. The Contractors not bobligated lto continue excess of the any per renewal extensions tunre roved, and performance of services under thiAgreement an amendment to the Contract stappeX of the total actual expense allowed unless the City notifies the Contractor, in a written amendment, of the City's acceptance revised total actual expense allowed. withhold unsay withhold factory job 3 2.4 All work is be done in strict , compliance limited to,i the following: City may ly with material payment for reasons including, performance or progress, defective work, pled work, to evidence that a claim provisions of the Contract, third party will be filed or other reasonable cause. SECTION IV SERVICE REQUIREMENTS 4.0 Background Waterloo, Iowa, is seeking pp The City ofproposals for asbestosabatement t a rvices for: 300A en Street 307 Sumner Street 335 Sumner Street and 615 Glenwood 4.1 Scope of Work qualified asbestos abatement contractor to remove asbestos The City of Waterloo is seeking a containing material (ACM). Bidder shall be responsible to familiarize itself with the spincluded in this RFB and to make a personal) examination nceation ofr the Contracts) and the physical affect its bidding and pert the physical conditions that may The services to be performed under this Contract shall consist of the following: 4.1.1 All services must be performed in accordance with all applicable codes and ordinances of the City of Waterloo, Iowa, accepted professional including but andrds best limited toes, as well as all applicable Federal and State regulations ESTOS ABATEMENT SERVICES: Contract: AB Pate 5 o0f g : 300 Allen St, 307 Sumner St, 335 Sumner St, and 615 Glenwood St RFB FOR ASB 9 the Iowa Division of Labor), 40 Part asbestos Statutes and Rules (published by NESr), 40 CFR wellPt Iowa Department of Natural Resources.D The of as 61 National Emissions Standards how Hazardous Air Pollutants Iowa applicable State regulations and m i the issued by the Io Contractor shall hold and maintain an asbestos permit personnel who perform work on the Project shall hold and maintain an Labor, and all pe the Iowa Division of r Iowa asbestos license issued by s included as Exhibit "B". 4.1.2 Remove ACM as identified in the asbestos surveys 4.1.3 Document amounts of ACM removed from each structure.andfill through the use of landfill 4.1.4 Document ACM disposal a{ot th Black project manaawk ger. 4.1.5 I tickets and provide copies s of the of the City given with reasonable advance notice, attend meeting 4.1.5 At the request Agreement. City relative to the work set forth in this Ag be necessary to implement the 4.1.6 Provide other services as requested by the City as may asbestos abatement project. I to any not practices shall apply omission detailn Specifications — Commercially orncss on of this specification. Any 4.2 Silence of Sp ecification and to any erftion. ny omission of the or covered in this rp specification that affects the p Proposal. question of interpretation of the sp and submitted with the service being offered shall be addressed in writing the contractor that conducted asbestos is not eligible is to bid ot ible to 4.3 Due r asbestos to requirements, abatement and therefore perform asbestos on the same properties, this R FB he Project in an expeditious manner and shall commenc 4.4 The Contractor shall com plete tnotified by the City with a Notice to Proceed on any days after being completed and necessary reports and work within ten (10) Yd to sbApril port If ndntractor given property or properties All work shall be and the documentation provided within the Contract Term (anticipated letlon of the d from timely completing the work because of circumstances bey is Contractor's the City, the time for comp equivalent to the stoppage resulting from owill be tolled for reasonable control of time teq vale by acknowledge re and agree such time is work n periodexpressly render and circumstances The Contractor does hereby p the Contractor to timely of the essence of this Contract, and thus, failure by perform services hereunder shall constitute a material breach of the Contract. SECTION V GENERAL TERMS AND CONDITIONS LANGUAGE WOe�s USED NTYF ABLY The word the COWATERLOO, throughout these Instructions and Terms and IOWAperson an offer to sell its goods or Conditions. Similarly, PROPOSER refers tote or company submitting services to the CITY and CONTRACTOR refers to the successful bidder Proposal shall be 2. PROPOSER QaAdtno Conttrract NS will be awarded to, any o person firmo accepted from,m or corporation that is in arrears to the City t bi nation to the City, or that is otherwise, upon any 9 VICES: Contract: AB-2022-02-04P: 300 Allen St, 307 Sumner St, 335 Sumner St, and 615 Glenwood St RFB FOR ASBESTOS ABATEMENT SE Page6of9 deemed irresponsible or unreliable by the City. If requested, Proposers shall be required to submit satisfactory evidence that they have a practical knowledge of the particular supply/service proposal and that they have the necessary financial resources to provide the proposed supply/service as described in this Request for Proposal. 3. SPECIFICATION DEVIATIONS BY HPRPSERI OFFEROR Any this Eo MUbe in detail, and submitted in wr ting in the Proposal Completed specifications should libeaattare d for any substitutions offered, or when amplifications desirable or necessary. The absence of the specification deviation statement and accompanying specifications will hold the Proposer strictly accountable to the specifications as written herein. Failure tomitsh this document of specification deviation, if applicable,r be grounds for rejection of the item when offerepapers foe delivery. If specifications or descriptive p P submitted with Proposals, the Proposer's name should be clearly shown on each document. 4. COLLUSIVE PROPOSAL - The Proposer certifies that the proposal submitted by said Proposer is done so without any previous understanding, agreement or connection with any person, firm, or corporation making a proposal for the same Contract without prior knowledge of competitive prices, and it is, in all respects, fair, without outside control, collusion, fraud or otherwise illegal action. 5. SPECIFICATION CHANGES ADDITIONS AND DELETIONS - All changes in Proposal documents shall be through written addendum. Verbal reformation obtained otherwise will NOT be considered in awarding of Proposals. 6. PROPOSAL CHANGES - Proposals, amendments thereto, or withdrawal requestsreceiwill vedvo after the i time advertised for Proposal opening, of when they were mailed. 7. HOLD HARMLESS AGREEMENT - The Contractor agrees to protect, defend, 'ndemn fy and hold harmless their the Cite of Wnil erloo its fromcers anyand and allll claims and agencies and agentsrendered or damages of every kind and nature made, corporation incurred by or in behalf of every person whatsoever, including the parties hereto and their employees that may arise, occur, or grow out of any acts actions, work to heractivity done by the subcontracttors or any Contractor, its employees, independent contractors working under the direction of eithe the Contractor or subcontractor in the perfo mance of this Contract. $ PROPOSAL REJECTION OR PARTIAL AC CEP- TANCE - The C ty reserves the right to reject any o all the o Proposals. The City further reservesowls rights toll as to atechnicalitieseptowoane formalities in part suchProposalsProposals, where it is accept n whole or in p deemed advisable in protection of the best interests of the City. 9. PROPOSAL CURRENCY/LANGUAGE - All proposal prices shall be shown 'n US Dollars ($). All prices must remain firm for the duration of the Contract regardless of the exchange rate All proposal responses must be submitted in English. 10. PAYMENTS Payments will be made for all inspected and accepted within goods/services delivered, 45 days and on receipt of an original invoice and all necessary supporting documentation. 11. MODIFICATION ADDENDA & INTERPRETATIONSq - Any apparent inconsistencies, or any matter texpanation he l Proposeruiring in twisting t'at least t72ehouginquired (excluding weekends and holidays) prior to the time set for the Proposal opening. Any and all such interpretations or of modifications will be in the om the written d adenda. All addenda shall become partcuments ed and dated on the signature and shall be acknowledg page. 12. LAWS AND REGULATIONS - All applicable State of Iowa and federal laws, ordinances, licenses sdictiod regulations of a governmental body havingn shall apply to the award through eut asthecase may be, and are incorporated here by 13. SUBCONTRACTING - No portion of this Proposal may be subcontracted without the prior written approval the City. 14. ELECTRONIC SUBMITTAL - Telegraphic and/or proposal offers sent by electronic devices (e g. facsimile machines) are not acceptable and will be rejected upon receipt. Proposing firms will be expectedme for delivery of teir oto l either low by adequate dpostal service, or other meansp airfreight, partymay cancel the award in t15. CANCELLATION eeventthat aetttion re either voluntary or involuntary, is filed dotect a p art bankrupt or insolvent or iftlee e declare that the such partymakes an assignment for in the event the benefit of creditors. 16. ASSIGNMENT - Proposer shall not assign this order r any monies to become due hereunder without the prior written consent of the City. Any assignment at assignment made without such consent of the City shall be void. 17. EQUAL OPPORTUNITY - The successful firm agrees not to refuse to hire, discharge, promote demote, or to otherwise discriminate in matters of compensation against any person otherwise qualified solely because of age, race, color, religion, sex, sexual orientation, gender id tatltY, marital status, us, disability, or veteran stat'us.al origin, citizenship 18. TAXES - The City of Waterloo is exempt from sales tax and certain other use taxes Any charges for taxes from which the City is exempt will be deducted from invoices before payment is made. _ All 19. PROPOSAL INFORMATION IS any proposal and the proposal s submitted ublic documents and subject to proposal shall become p Iowa Code Chapter 22, which is otherwise known as the 'Iowa Open Records Law'. By submitting any document to the City of Waterloo in connection with a proposal, the submitting party recognized this and of i wves officers any claim against the City of Waterloo and any document and employees relating to the release of any or information submitted. Each submitting party shall hold the h City of Waterloo and its officers and employees document or any claims arising from the release of any information made aalolep tothe . City of Waterloo ararising from any proposal RFB FOR ASBESTOS ABATEMENT SERVICES: Contract: AB-2022-02-0 9 : 300 Allen St, 307 Sumner St, 335 Sumner St, and 615 Glenwood St Page 7 of EXHIBIT "A" Slta\ATURE PAGE ese documents and having full knowledge of the ersi oses that they will fulfill the The undersigned Proposer/Bidder, having examined th g work described herein must be performed, hereby prop condition under which the � s terms,conditions, and specifications set forth; obligations contained herein in accordance with all instructions, conformity with these andnligatio ices and pay all incidental costs in strict c ty that they will furnish all required services documents for the stated process as payment in full. 300 Allen Street, 307 Sumner Street, 33 5 Sumner Street, and 615 Glenwood Street. Total "lump sum" bid: $, sou fi ores �i// supersede the listed total, rrect summation of the actual bid tabu/at The co / 05P Submitting Firm: .. C. -ate itAddress: City: Authorized Representative (print) Authorized Representative Signature Date: / eg- Phone DEVIATIONS to this Request for Proposal shall be listed in writing on an attached document EXCEPTIONS/ provided by the Bidder. Please be as specific as possible. Please check one: 72‘,_ Our company has no exceptions/deviations. an attached document. Our company does have exceptions/deviations which are listed on GENE RAL INFORMATION. Freight and/or delivery charges, es, if any, shall be included in the price. • imum of sixty (60) days after the due date of this FIRM PRICING. Offered prices shall remain firm for a min duration of the contract. solicitation unless indicated otherwise. Accepted prices shall remain firm fort e (It is the Bidder's responsibility to check for issuance of any addenda). The authorized ADDENDA representative herby acknowledges receipt of the following addenda. Addenda Number � Date Addenda Number Date Adden We choose not to bid at this time but would like to be considered for fiiture requests for bid .Fe_ e— , et t orn RFB FOR ASBESTOS ABATEMENT SERVICES: Contract: AB-2022-02-04P: 300 Allen St, 307 Sumner St, 335 Sumner St, and 615 Glenwood St Page 8 of 9 Our "not to exceed" bid price for each property is: 300 Allen Street 307 Sumner Street '757) • 335 Sumner Street S 615 Glenwood Street Total /6%' RFB FOR ASBESTOS ABATEMENT SERVICES: Contract: AB-2022-02-04P: 300 Allen St, 307 Sumner St, 335 Sumner St, and 615 Glenwood St Page9of9 ThE AMERICAN JNSTITUTE OF ARCHITECTS SligewffilIMMIIISSINAFMNOSII �a�Si��s—rtsT�G'aMi‘•• • AIA Document A310 d • ZA 42526 KNOW ALL MEN BY THESE PRESENTS, that we s full name and address or title of Contractor] SITE SERVICES INC (Here insert f n S IOWA as Principal, hereinafter called the Principal, and (Here insert full name and address or legal title of Surety) ARCH INSURANCE COMPANY 3100 BROADWAY- KANSAS CITY, MO 64111 a corporation duly organized under the laws of the State of MISSOURI as Surety, hereinafter called the Surety, are held and firmly bound unto (Here insert full name and address or legal title of Owner) CITY OF WATERLOO IOWA as Obligee, hereinafter called the Obligee, in the sum of FIVE PERCENT OF THE BID AMOUNT Dollars ($ TBD for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for ASBESTOS ABATEMENT- 4 CITY OWNED PROPERTIES (Here insert full name, address and description of project) .. NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good fait\ c: ntra,ct with another party to perform the Work covered by said bid, then this obligation shall be null and void, otfr vwise 1e remain in full force and effect. Signed and sealed this (Witness) k;L-- 31 ST day of JANUARY kg 2022 (Witness) • SIT ERVICEq INC (Principal) (Seal) ARCH I U ��NCE COi fPANY MARIA A GONZALEZ T tie) Attorney -in -tea: t MA DOCUMENT A310 • BID BOND • AIA ® • FEBRUARY 1970 ED • THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 N.Y, AVE., N.W., WASHINGTON, D. C. 20006 (Seal) 1 AI C 0000356832 This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Compant► except in the manner and to the extent herein stated. Not valid for Note, Loan, Letter of Credit, Currency Rate, Interest Rate or Residential Value Guarantees. POWER OF ATTORNEY Know All Persons By These Presents: That the Arch Insurance Company, a corporation organized and existing under the laws of the State of Missouri, having its principal administrative office in Jersey City, New Jersey (hereinafter referred to as the "Company") does hereby appoint: Anne 11M1. Barber, Daniel McNeil III, Karen O'Connell, Maria A. Gonzalez, Olga Garza, Pauline Perlongo and William A. Ballay of Orland Park, IL (EACH) its true and lawful Attorney(s)in-Fact, to make, execute, seal, and deliver from the date of issuance of this power for and on its behalf as surety, and as its act and deed: Any and all bonds, undertakings, recognizances and other surety obligations, in the penal sum not exceeding Ninety Million Dollars ($90,000,000.00). This authority does not permit the same obligation to be split into two or more bonds In order to bring each such bond within the dollar limit of authority as set forth herein. The execution of such bonds, undertakings, recognizances and other surety obligations in pursuance of these presents shall be as binding upon the said Company as frilly and amply to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at its principal administrative office in Jersey City, New Jersey. This Power of Attorney is executed by authority of resolutions adopted by unanimous consent of the Board of Directors of the Company on December 10, 2020, true and accurate copies of which are hereinafter set forth and are hereby certified to by the undersigned Secretary as being in full force and effect: "VOTED, That the Chairman of the Board, the President, or the Executive Vice President, or any Senior Vice President, of the Surety Business Division, or their appointees designated in writing and filed with the Secretary, or the Secretary shall have the power and authority to appoint agents and attorneys -in -fact, and to authorize them subject to the limitations set forth in their respective powers of attorney, to execute on behalf of the Company, and attach the seal of the Company thereto, bonds, undertakings, recognizances and other surety obligations obligatory in the nature thereof, and any such officers of the Company may appoint agents for acceptance of process." This Power of Attorney is signed, sealed and certified by facsimile under and by authority of the following resolution adopted by the unanimous consent of the Board of Directors of the Company on December 10, 2020: VOTED, That the signature of the Chairman of the Board, the President, or the Executive Vice President, or any Senior Vice President, of the Surety Business Division, or their appointees designated in writing and filed with the Secretary, and the signature of the Secretary, the seal of the Company, and certifications by the Secretary, may be affixed by facsimile on any power of attorney or bond executed pursuant to the resolution adopted by the Board of Directors on December 10, 2020, and any such power so executed, sealed and certified with respect to any bond or undertaking to which it is attached, shall continue to be valid and binding upon the Company. In Testimony Whereof, the Company has caused this instrument to be signed and its corporate seal to be affixed by their authorized officers, this 16''' day of November, 2021. Attested and Certified ,g/irre Regan`1C. Shulman, Secretary STATE OF PENNSYLVANIA SS COUNTY OF PHILADELPHIA SS Arch Insurance Company Stephen C. Ruschak, Executive Vice President I, Michele Tripodi, a Notary Public, do hereby certify that Regan A. Shulman and Stephen C. Ruschak personally known to me to be the same persons whose names are respectively as Secretary and Executive Vice President of the Arch Insurance Company, a Corporation organized and existing under the laws of the State of Missouri, subscribed to the foregoing instrument, appeared before me this day in person and severally acknowledged that they being thereunto duly authorized signed, sealed with the corporate seal and delivered the said instrument as the free and voluntary act of said corporation and as their own free and voluntarycts for the uses and purposes therein set forth. CERTIFICATION I, Regan A. Shulman, Secretary of the Arch Insurance Company, do hereby certify that the attached Power of Attorney dated November 16, 2021 on behalf of the person(s) as listed above is a true and correct copy and that the same has been in frill force and effect since the date thereof and is in full force and effect on the date of this certificate, and I do further certify that the said Stephen C. Ruschak, who executed the Power of Attorney as Executive Vice President, was op the date of execution of the attached Power of Attorney the duly elected Executive Vice President of the Arch Insurance Company. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the Arch Insurance Company on this- day of Commonwealth of Pennwivan k • Moiety Seal MICHELE T111POG1, Notary Public Philadelphia County My Ccnimission Expkq$ My 31, 2025 fomml Ion Kromer Hen Michje `>'T-ipodi, Notarf liublic My commission expires 07/31/2025 20 iejr, f / irte Regrali A. Shulman, Secretary This Power of Attorney limits the acts of those named therein to the bonds and undertakings specifically named therein and they have no authority to bind the Company except in the manner and to the extent herein stated. PLEASE SEND ALL CLAIM INQUIRIES RELATING TO THIS BOND TO THE FOLLOWING ADDRESS: Arch Insurance — Surety Division 3 Parkway, Suite 1500 Philadelphia, PA 19102 To verify the authenticity of this Power of Attorney, please contact Arch Insurance Company at SuretyAuthentic@arc nsurance.com Please refer to the above named Attorney -in -Fact and the details of the bond to which the power is attached. AICPOA040120 Printed in U.S.A. CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) 07/29/2021 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER AND THE CERTIFICATE HOLDER IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Bonding & Insurance Specialists Agency, Inc. BISA a McNeil Company, McNeil and Company, Inc. in CA dba McNeil & Company Insurance Services Lic# OB67313 13841 Southwest Highway, Orland Park IL 60462 INSURED Site Services, Inc. 1621 East Commercial Street Algona IA 50511 CONTACTKaren O'Connell NAME:E: PHONE 708-598-5355 (AIC, No, Ext) E-MAIL d il lloconnemcneancom an ADDRESS: k@ P Y•com INSURER(S) AFFORDING COVERAGE FAX No): 708-598-6686 INSURER A: ARCH Specialists Insurance Company INSURER B : American Interstate Insurance Company INSURER C : NAIC # 21199 24759 INSURER D : INSURER E : INSURER F : REVISION NUMBER: vTHIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS INDICATED. CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, ' EXCLUSIONS AND CONDITIONS OF SUCH POLICIES, LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL INSD SUBR WVD POLICY NUMBER (MM!DD/YYYY) POLICY EFF (MM/DD/YYYY) POL CY EXP LIMITS X COMMERCIAL GENERAL LIABILITY 04/01/21 04/01/22 EACH OCCURRENCE $ 2,000,000 DAMAGE TO RENTE PREMISES (Ea occur ence) $ 100,000 CLAIMS -MADE X OCCUR MED EXP (Any one person) $ 5,000 A X Contractors Pollution Liability X X 12EMP7187810 PERSONAL &ADV INJURY $ 2,000,000 X Incl. Asbestos Ops GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ 2,000,000 POLICY X PRO-JECT LOC Per Claim $ 2,000,000 OTHER: AUTOMOBILE LIABILITY COMBINED (Ea accident) SINGLE LIMIT $ BODILY INJURY (Per person) $ ANY AUTO BODILY INJURY (Per accident) $ OWNED SCHEDULED AUTOS ONLY AUTOS PROPERTY (Per accident) DAMAGE $ HIRED AUTOS ONLY NON AUTOS -OWNED ONLY $ A UMBRELLA LIAB X OCCUR X X 12EMX2229402 04/01/21 04/01/22 EACH OCCURRENCE $ 2,000,000 AGGREGATE $ 2,000,000 X EXCESS LIAB CLAIMS -MADE CGL (Inc CPL/PL/Mold), Employers Liability $ Auto & DED RETENTION $ B WORKERS AND EMPLOYERS' COMPENSATION LIABILITY Y/ N X AVCIA3011202021 W 08/01/21 08/01/22 X PEROTH STATUTE J I ER E.L. EACH ACCIDENT $ 1,000,000 ANYPROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBEREXCLUDED? Y N /A EL, DISEASE - EA EMPLOYEE $ 1,000,000 (Mandatory If yes, DESCRIPTION describe in NH) under OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $ 1,000,000 04/01/21 04/01/22 Per Occurrence Aggregate $2,000,000 $2,000,000 A Contractors Ops Claims Pollution Made Liability -Mold X X 12EMP7187810 Professional Liability -Claims Made DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) CERTIFICATE HOLDER CANCELLATION FOR INFORMATION AND BIDDING PURPOSES SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE Karen O'Connell ACORD 25 (2016/03) 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD