Loading...
HomeMy WebLinkAboutPCI Roads FORM OF BID OR PROPOSAL F.Y. 2014 E3RIDGE DECK & OVERLAY PROGRAM CONTRACT NO. 777 CITY OF WATERLOO, IOWA Honorable Mayor and City Council Waterloo, Iowa Gentlemen: LLC 1. The undersigned, being a Corporation existing under the laws of the State of '' , J. Partnership consisting of the following partners: having familiarized (himself) (themselves) itsel 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. 2014 BRIDGE DECK & OVERLAY PROGRAM, Contract No. 777, all in accordance with the above-listed documents and for the unit prices for work in place for the following items and quantities: F.Y. 2014 BRIDGE DECK & OVERLAY PROGRAM CONTRACT NO. 777 8 8888841t0N A88 1111 " S' a r , F lid 1 REMOVALS LS 1.0 $ cf3, 500• $ ✓ Soo STRUCTURAL CONCRETE, $ 333!�O•�0 $ ��� 2 MISCELLANEOUS CY 25.5 ( Oa 3 REINFORCING STEEL, EPDXY COATED LB 450.0 $ a • ' $ `as 4 DECK REPAIR, CLASS A SY 905.0 $ of to• =La- $ Q 17 dov. � vo 5 DECK REPAIR, CLASS B SY 90.5 $ 1,Vo ( • $ '"�Q5®. ._.— STEEL EXTRUSION JOINT WITH �c 6 NEOPRENE LF 312.0 $ 13�' $ `V1 s-100• NEOPRENE GLAND INSTALLATION ' L��o�. 7 AND TESTING LF 312.0 $ B`•��' $ ® L6°- 8 CONCRETE REPAIR SF 309.0 $ (©• $ a�i 103V• tl� 9 FURNISH TEMPORARY BARRIER RAIL LF 2450.0$ 14 •52 1 $ 11 Oas•J.1'' FORM OF BID CONTRACT NO. 777 Page 1 of 4 I" r� 10 INSTALL TEMPORARY BARRIER RAIL LF 4900.0 $ of • $ I , a50.D. TEMPORARY CRASH CUSH"ON, FURNISH $ COD•00 $ /00 t1L 11 AND INSTALL EACH 6.0 12 BRIDGE APPROACH, RK-25 SY 1303.4 $ VtO.� $AL-17 4%. STANDARD NON REINFORCED PAVING, f c [� 13 PCC,7 INCH, C-4 SY 30.0 $ �`J•� $ `�O-3 14 LONGITUDINAL GROOVING IN CONCRETE SY 7747.7 $ 0. — $ U I. — 15 REMOVAL OF PAVEMENT SY 1333.4 $ �0. I 16 BARRIER RAIL, RE-46 LF 50.0 $ bJ.00 $ 0o 17 SIDEWALK REMOVAL SY 77.0 $ rrf o•�/ $ 77a.IQ_ 18 SIDEWALK, PCC, 6 INCH SY 77.0 $ �O • $—1 b O 1, 19 DETECTABLE WARNING SURFACE SF 24.0 $ D• c/ $ 080.u1, BRIDGE RAIL REPAIR-CONGER STREET o0 0' 20 BRIDGES LS 1.0 $���• $ �5�• 21 RESET RAIL POST AND STRAIGHTEN RAIL LS 1.0 $ s.500•0® $ •a_ 22 PAVEMENT MARKINGS STA 35.0 $ ���• v $ -' a� 23 MOBILIZATION LS 1.0 40 04 24 TRAFFIC CONTROL LS 1.0 $Z 5OO. $a3,5tv, - TOTAL BASE BID $ ii 9?5 _ e 0 ESCRIP�TION A�TERNATESA P, T ' V � e TICS :#�t Tz•, s�sla- ,,1. ,P Nt 9 0® c o r B2 T. $:.Op!o. $1. c. en`- , ; .k M „,,Jz. . • ,r ,.. �`ea ,�:< • 25.1 DECK OVERLAY(CLASS 0 PCC) 7090.4 $ 1O. $3113 ?It 26.1 PCC) BRIDGE APPROACH OVERLAY(CLASS O SY 190.1 $ T . /� $ atl- TOTAL ALTERNATE .A— OPTION 1 $ 353, 1D1-1 . _-- ar F ®E fiT TER' d- ,' 6A'0N . N21 ® - e trt -: ,, 1p au m .t .; ,, l� h � EY �� it _ '' =A--tk °^e y# a'". N '; _ a ir, , i. _ �, . i :: :11 Aftd 25.2 DECK OVERLAY(CLASS HPC-0 PCC) SY 7090.4 NIMIIINVII BRIDGE APPROACH OVERLAY(CLASS ^ r� $ �� 26.2 HPC-0 PCC) $ Iv SY 190.1 lioTOTAL ALTERNATE A — OPTION 2 $ N A , ...,, '''',„. "F. , .-z,,,r, q,,,--, -_--J,,,, r,',...., o,_ '--v-0:- -,(A,,-t, -',-.Z1-- -e-,*,',' '-'4' ,-'r :J4,.411' ''4410P,'"'-- r.4LAiti,ilsog-Aolt-0,41: 9& 1- s ��. rZ; d. -s' fd A- . ,�r*.,, i S�v?� 1/(5 Orij ", ,* .+ 4+1°am . .,,,, lor.o. z,*-. -t17s4, -,f..rf. l. �a�"�,� .x � .� 4741 ® ;d� tea,. a ;�� px , � i�7 ate ? ',, 04.- :1---, r 0 r, FORM OF BID CONTRACT NO. 777 Page 2 of 4 2. It is understood that the quantities set forth are approximate only and subject to variation and that the unit bid price for the work done shall govern in the actual payment to Contractor. 3. In submitting this bid, the bidder understands that the right is reserved by the City of Waterloo, Iowa, to reject any or all bids. If written notice of the acceptance of this bid is mailed, telegraphed, or delivered to the undersigned within thirty (30) days after the opening thereof, or at any time thereafter before this bid is withdrawn, the undersigned agrees to execute and deliver an agreement in the prescribed form and furnish the required bond and certificate of the insurance within ten (10) days after the agreement is presented to him for signature, and start work within ten (10) days after"Notice to Proceed" is issued. v 4. Security in the sum of S () Dollars ($ a ) in the form of Bta—g6hol, , 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 Resident Bidder Certification ( ), or Non-Resident Bidder Certification L ). (Mark one.) 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. /VA Date NA- 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. FORM OF BID CONTRACT NO. 777 Page 3 of 4 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. 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. PCiRoads 14123 42nd Street NE � �� St. Michael, MN 55376-956z 10 (Name of Bidder) (►ate) BY: Title Official Address: (Including Zip Code): PCiRoads 14123 42nd Street NE St. Michael, MN 55376-95'" I.R.S. No. C `-agS3S-6lo FORM OF BID CONTRACT NO. 777 Page 4 of 4 BID BOND Cif\G,d610 KNOW ALL MEN BY THESE PRESENTS,that we, as Principal,and as Surety are held and firmly bound unto the CITY OF WATERLOO , Iowa, hereinafter called "OWNER." In the penal sum Dollars ($ _J 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 day of , 20 ,for NOW, THEREFORE, (a) If said Bid shall be rejected, or in the alternate, (b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the form specified and shall furnish a bond for his faithful performance of said contract, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the agreement created by the acceptance of said Bid, Then this obligation shall be void, otherwise the same shall remain in force and effect; it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. By virtue of statutory authority,the full amount of this bid bond shall be forfeited to the Owner in liquidation of damages sustained in the event that the Principal fails to execute the contract and provide the bond as provided in the specifications or by law. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall be in no way impaired or affected by any extension of the time within which the Owner may accept such Bid or execute such contract; and said Surety does hereby waive notice of any such extension. IN WITNESS WHEREOF, the Principal and the Surety, have hereunto set their hands and seals, and such of them as are corporations, have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers this _day of ,A.D.201 (Seal) Principal By (Title) (Seal) Witness Surety By Witness Attorney-in-fact M A.! NON-COLLUSION AFFIDAVIT OF PRIME BIDDER State of ) 0 Kilo o f" ) )ss County of l / 'AOiMaS 5 6Q/i1 , being first duly sworn, deposes and says that: 1. He is (Owner, Partner, Officer, Representative, or Agent) , of mgda.s, C.LC , 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) Pite51Ve/l/rf-- Title,,, Uubs ribed and sworn to before me this a 0Q ft day of G . , 201/. { IA-- CA"L. Title My commission expires V l v /,‘ % $7, ROBERT J. SMIYf°'Notary Public-Minnesota +,b� My Commission Expires Jan 3, 20'r, $r."a,. RESIDE:NT/NON-RESIDENT BIDDER RESIDENT BIDDER: In accordance with Section 73A.21 of the Iowa Code, all non-federal-aid public improvement projects, which include road construction, shall be performed by a qualified resident bidder. The resident bidder has been further defined as follows: Resident Bidder: A person or entity authorized to transact business in this state and having a business for at least three years prior to the date of the first advertisement for the public improvement. If another state or foreign country has a more stringent definition of a resident bidder, the more stringent definition is applicable as to bidders from that state or foreign country. The contractor shall provide the City with a certification that he is a qualified resident bidder according to the above definition. The Certification shall be submitted with the contractor's bid. A copy of the form of "Resident Bidder Certification" is included in the Contract Documents. If it is determined that the contractor does not meet this qualification after he begins work, a shutdown notice shall be issued and the voiding of the contract shall begin unless the contractor becomes qualified. NON-RESIDENT BIDDER: The contractor shall provide the City with a certification that he is a non-resident bidder according to the above definition. The Certification shall be submitted with the contractor's bid. A copy of the form of"Non-Resident Bidder Certification" is included in the Contract Documents. DJG 01/02/12 RESIDENT BIDDER CERTIFICATION l\n\ CONTRACT NO: PROJECT NAME: DATE OF LETTING: To be a qualified resident bidder, the bidder shall be a person or entity authorized to transact business in this state and having a business for at least three years prior to the date of the first advertisement for the public improvement. If another state or foreign country has a more stringent definition of a resident bidder, the more stringent definition is applicable as to bidders from that state or foreign country. This qualification as resident bidder shall be maintained by the contractor and his subcontractors at the work site until this project is completed. I hereby certify that I am a resident bidder as defined above. COMPANY NAME CORPORATE OFFICER TITLE DATE NON-RESIDENT BIDDER CERTIFICATION CONTRACT NO.: < 7 7 PROJECT NAME: F• y aotti Ivi-4( Q,exAA {- Qve/riGt,l,p riry rG1 DATE OF LETTING: 10/40 I hereby certify that I am an Iowa non-resident bidder. COMPANY NAME: Ct' .�S LLC CORPORATE OFFICER: IieJt 4. TITLE: S / 1 DATE: 'a7', 3 STATE/COUNT'Y OF RESIDENCY: M 1h1v1.2S O Stated below are the preference(s) to resident bidders in the state/country of M IV : (Preference to bidders, labor force, or other preferential treatment to bidders or laborers, etc. Y p 0 coU) '0 U ++ (�) a) YE wO @ -o C i- W as a) U) 0 O Q O z .o -0 C .= V ^2^` CO a) C L �/ O O O L O U U L Q O Q N <A .c co 2 2 m = 8 .N c U na) w 0 � 7Y C Y 0 > • `' .fl .0 an O C Z "00 a) U - O 3 p o a) U) L W 0 aC 0 W U U E `�-- c a) a) m W -0aaa)) • 0 E Q 2 o �mrnpwp U) •N =o m a) W a) 7 -o c @ U m O CC -c 0 .� m w L o = ' L L L Y 0 . 0_ co p W Q'inW C �v2 Y Z 0 -0• c u) U O o2 3co O m> O Na) -o co H NU a c a a) .CtC (n m , V E o y- E. P a) 0 = (� U N 0 O = U c to CO 0 + Q) CO ` U Y 0 (9 ` fl > C Z � � � 0-la v � � o z a m co uoi a a ° U) co Q a) w cn a) 0 cos 0 Y O L c Y a) coa) a) cm o � — a) Y cn L •— cn � `n L o a�i N Y '0 'N H o 0 0 2 s coN O O 0 E L a) E a) Y IS E Ea) = Q. U � N o 3 o m 0 � 73 N a_ � o 3 Zt4- .c cn m o 0 00 a v o °) LL W � co 2oU -85 ; 0, 'a as coa o � •_ a) Q0a) N to � o U c N 4_ a. _c L c o > � a) 0 o a) Z W E v J c +_ 0 a) N 0 0 o a_ U) v 1. a' m a�i a � _a m 3- U Y W 3 -C E o n u) 0 C 0 co a. 2 .� a ai o E w '3 L., c m -0 E'°) Q) a) re cc rornca8 c oa�i � � 3 Cl_ COw °oa co oY (n W Q y 3 = a) cU cn c c � m • w = vi— m aa) OQ a) Y a) W W O E O Z LL co c O = o Em corn c H m -. 03CO •- m 0 c > 0- c co Z � W 3 �. 0 c f° -O C o � rn = w om tII � a) a a � a0`� z a) ° E Cl) O cn a) -o W c a) cn s � v w '` p p N cn � R. > vm o LY � Q oUp � c v_ E Cl)cn a) co a) co co 3vYc :0 ILI ,� - < > w E . 2 > a) Z � � a � � � '� OpEj z EO C U ° ° OcEa) CO c- a) o o U � o p a) a) o N rn E � � � —aoi aci o,_ o a) DQ 00 o YY c() a) � m a) a) � � � .Ocn > 0_ oo � o CO I.L. �' E n 0) Z c aci E m � w E w 'j 0 c • 3 D C o C) C O.� Qo Z a) "C Uo a) 5o m p c o 0 0 c a) g a) W � aa) m HUoiUcni ° ,6cno co � o o � � ` � � >,.� C Ca _ oo = co o U - Uo C Q a) c 0 >, 2 (o W O co o2 � = UY Y � O °' @ O co cn o Za '� EU coo 0 m LLj a0i � >, o cLo m c c a' o m1- coaE) Ocv• � 5a) _c as °DvN a � ca = co cm ° cU O U 0 Z ca OU 'D U O m m a) Y C L- Q) p 0 D a) U 3 C O — (0 rn Q -- -0 o porn cvc° s y w a� 2z � 3 -0 a) a) 0 3 a-0 c U O = -o mNo O "0 (o U N >, m .. O L .a EY co E 0 V U w a) i CO C U a L _ C 2 L L H O co w O U CD 0Cv '� Wo > vicoo a a) o co ., �-_ a) Yac ocU .� cLo o v L co U 0 E 1 o a) a) c Ca O O Q a) O a) C o a) E Y Y O a co 3 C E Cr > 0° L 0 W a) (n a � W Q' .N O •L- a) a) OU E O co � O a) co " O N +L � � N 0 a) ,N '0 7 U O L O U O >' En W E L C C >+o E L c O C L Y 1- 0 .0 -0 Q•+•' V) (6 .i Q C z U •(A L 0 U V = U) a. v; ccoc � O � wu0) o c ina � > 0 roc =_ N 3a) tra• �, 0 3 CCUo m o .N >, � o � 'm EUs 3 L � � 3 M op c � (n o w U co � � Y E c.) U w- Cl) 0. L a) U .o 0 00 ooO c@c°)iaa)) a) oQo .- • a) an a) OL a) Eo Z m N m o o C > N NZ aNi � O c = -C 0_ N c o c � � Ws-' `''Uo) 2 o os ° ;_o 0 -0 c ca cn0 •Qo o L CO C •� .- Yo 0 U i O m E N }' co 0 -2 v m m B W w N N a a) N • c U U p V@ U Ui O E rn z c O m v O o LO W � N a) L aa) N caw ..,,m-- � •cy c om � W E 13 o E 0 S 0 w o et ra 't z a) a) 3 0 w C L (n L U -0 � a) o L a C E v) c '-. _ � cn .0 o o = o .o N ww .0m C O a) 0) a) - U) > O a 0- 0 � •°)o Y .- -• U >, -o -0 >,•- a) m � 3 � U E E w � � o 'E a) o a) '5 op (nc ocnaW aim= a)w0_-QL � ao na) oo � a °o ; ccno o U _cto g.) � m U cm o O o w w U E >,U rn 0 C ' m a Q '. co c coo W c � E . co 0 o U C C w om o c cY o .. o 0 A-. � ' 0 m co a) 0 � O o � Q " mmz2oa < a Q (oa m0 -0 0)m ' O Co pc -0 -0 E a) cw U w 2E2 2 a) 0 U o N � Woo •c 0 am o om c� � O �a cd � cis ai c m c w C , 0 0_ Lµ- m c,_ g c :0 m � c � o a) O LU , cw U E E U 'co F am 4-) (n > 0 � Ho � W 0 o .0 coyo am E L Et, ¢ a) - Uo co m w E02 a▪ a 0 0 : 0 co N 0 .0 U M -4' a) (n W H o Cl) LL cn O cn o Q E C L - C ^C m O \ a) Cl) p gL U O C C 4) 00 F•I M U O o- m as s _ o c w •" O • a� i § C E c a) U vi o .G o m O .0 W 0 a) z 5 = as is. cn E v 2 .*E_ cg +, C� Q C co II N a) E O U O. it „a I m Q - .a) E co cn 4'' c� cn O Oj O ice+ C a) > C O 0 �, m o o a) UasO 0) A aO1 O a) c O. .cmc� a ', a) C1 cn - ° D u' U o-) a) O ai E v 'c iO O Y m o W (/) I- U � � Qio LAC ami t a Q c4 E 2 cn E ..-' co cn ` t V) O , O 0 C C N L M ZW 0 O � ONV. o � WO4 OU V cu 'Z e ,) \, a N 0 a) OaOaW o O I— EE' U� ~ co m c o mu)WQ O c Uo o > COO a) a) E o O Q : W - . } II O 03 Z OU U N N o �Q 2 � w WZ_ 8, mgi • � � 5No cn -o IZ• a zH .o � - o o � Qc mom CO W (/) V d w 0 F- >, 5 ° o 0 o' o Z ° D Q � .°) o o - a) - 0 U) � m o > > E 5 W L " > � o .L4- a 04 Z >' n' a) Oai '( O � Q (n Z a) CW00 cC° � a a) v o .= o_ 0 QN U �� C @ � �.Lt W m 0 C .-- Ern � � a � w 0 mcu m m 3 `n N E a) C Li- W VI u F a) L Urn a) C E C a) WO n 'C m , ® •2 O v) m Z m c� +�+ Z U) Q C -O Cl) 't 3 Q 0 a ,_ a) a) O2 c .EQ ma) Owww A ° a) a) ,- o .0 O m a) m U CS C O 03 oO O � J \i\ o U a W o m >- E C O :n 4- m C < cqcy) W o = : C w `o F- ap C J > CDa) O '0 m N O W U C O mO. C) U >, - L m O (NJ � (/) / S..0 a.. � `- CI_n WO W •C aa u �CO 0 ) oZ vQ Na) Ow mm •- Em V cegC73f •- ` Ds ai ` o oN a) a gcl 4i5 oz E O o , .- mUorn a) ' U'o V) L. �'s I- >, a) -0- o r c zji � U c � vW o +-, E --_� cc Cm C y C_ --IC m a v g L ZQa) ° ° C OUg14 om C.) a) c a) a o � `1Ii) C Qca_ I� S1a E --o-_:E C m o o , a) O •t _cY C x O O L _cO C >, vn7 Em C:: .--- d Z a) 0_ 0 v) to O W '= m r 1 ,, 4 0''' ‘, oc ....._ . ..,... -,: h o :,,, ., `' — r FT) � t-, , , I �-, O w Q w - ~ O ~ s3' 3" �' S. U1-1-1 o q s;M1 z p "6 ^c ^6 `Is '1 O 17. it Z U cud W D co o o N o� 2 z v co N v D W CO (-0M c0 LO (0 CO CO CO CO 0 z (7) N N N N N O O 6 6 6 c 6 a Z r r r r r T � M M M M M M z O I- 0 I- � ti • J 0 t O U v-) 1 • w z a `�-7 w �2 z w \ > z Q r z L °—° O 0_ O w o Y a- ly Q cD 2 O O LT' Q z p <-1. .s.. z w O E�(, cn EL co w 11.1 U W 0 Li] -w O co CL U Q CDO N 5 0 O 0 O 0 EQUAL OPPORTUNITY CLAUSE (As provided in Executive Order No. 11246) • All contractors, subcontractors, vendors and suppliers of goods and services doing business with the City and value of said business equals or exceeds ten thousand dollars ($10,000.00) annually agree as follows: 1. The contractors, subcontractor, vendor and supplier of goods and services will not discriminate against any employee or applicant for employment because of race, color, creed, sex, national origin, economic status, age, mental or physical handicap, political opinions or affiliations. The contractor, subcontractor, vendor and supplier will develop an Affirmative Action program to ensure that applicants are employed and that employees are treated during employment without regard to their race, creed, color, sex, national origin, religion, economic status, age, mental or physical disability, political opinions or affiliations. Such actions shall include but not be limited to the following: a. Employment b. Upgrading c. Demotion or Transfer d. Recruitment and Advertising e. Layoff or Termination f. Rates of Pay or Other Forms of Compensation g. Selection for Training Including Apprenticeship 2. The contractor, subcontractor, vendor and supplier of goods and services will, in all solicitations or advertisements for employees, state that all qualified applicants will receive consideration for employment without regard to race, creed, color, sex, national origin, religion, economic status, age, mental or physical disabilities, political opinion or affiliations. 3. The contractor, subcontractor, vendor and supplier or his/her collective bargaining representative will send to each labor union or representative of workers which he/she has a collective bargaining agreement or other contract or understanding, a notice advising said labor union or workers' representative of the contractor's commitment under this section. 4. The contractor, subcontractor, vendor and supplier of goods and services will comply with all published rules, regulations, directives, and order of the City of Waterloo Affirmative Action Program Contract Compliance Provisions. EQUAL OPPORTUNITY CLAUSE PAGE 1 OF 2 PAGES 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. 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) tlfe Std.011,t (Title) (,07.1-c '2 (Date) EQUAL OPPORTUNITY CLAUSE PAGE 2 OF 2 PAGES BID BOND KNOW ALL MEN BY THESE PRESENTS,that we, PCiRoads,LLC,14123 42nd Street N.E.,St.Michael,MN 55376 as Principal,and Fidelity and Deposit Company of Maryland 1400 Americanl,ane.Tower I 1 StltFloor Shanmhorg,IL 60196-1056 as Surety are held and firmly bound unto the CITY OF WATERLOO , Iowa,hereinafter called "OWNER." In the penal sum Five Percent of Amount Bid Dollars($ 5% lawful money of the United States,for the payment of which sum will and truly be made, we bind ourselves, our heirs, executors, administrators, and successors, jointly and severally, firm by these presents. The condition of this obligation is such that whereas the Principal has submitted the accompanying bid dated the 28th day of October ,20 13 ,for.F.Y.2014 Bridge Deck Repair&Overlay Program,Contract No.777 NOW,THEREFORE, (a)If said Bid shall be rejected,or in the alternate, (b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the form specified and shall furnish a bond for his faithful performance of said contract, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the agreement created by the acceptance of said Bid, Then this obligation shall be void, otherwise the same shall remain In force and effect; it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. By virtue of statutory authority,the full amount of this bid bond shall be forfeited to the Owner-in liquidation of damages sustained in the event that the Principal fails to execute the contract and provide the bond as provided in the specifications or by law, The Surety,for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall be in no way impaired or affected by any extension of the time within which the Owner may accept such Bid or execute such contract;and said Surety does hereby waive notice of any such extension. IN WITNESS WHEREOF, the Principal and the Surety, have hereunto set their hands and seals, and such of them as are corporations,have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers this 28ta day of October ,A.D.201 3 . A / PCiRoads,LLC ai) /V(7 c Principal By lee (Title) Fidelity and Deposit Company of I tasyIa'nd (Seal) With Surety By /I• % itt44-11-\/ ness Bruce N.Telander Attorney-in-fact 1 , • LIMITED LIABILITY COMPANY ACKNOWLEDGMENT State of MINNESOTA ss. 1. County of WRIGHT On this 28th day of October ,2013,before me personally appeared 'k4 f Vq6p-1_ to be known,who being by me duly sworn, did depose and say that(s)he is the i M of the Limited Liability Company described in and which executed the foregoing instrument,and that(s)he signed his name thereto by order of the Board of Governors of said Limited Liability Company. 'T�''"°:: ROBERT J. SMITH E Notary Public_��, C 4I Ce1/14— i '' 11 Notary Public-Minnesota .;; My Commission Expires Jan 31,2018 4 My commission mires ?t /Y( ACKNOWLEDGMENT OF CORPORATE SURETY State of MINNESOTA ss. County of HENNEPIN On this 28th day of October ,2013,before me appeared Bruce N.Telander to me personally known, who being by me duly sworn, did say that (s)he is the Attorney-in-Fact of Fidelity and Deposit Company of Maryland, a corporation,that the seal affixed to the foregoing instrument is the corporate seal of said corporation and that said instrument was executed in behalf of said corporation by authority of its Board of Directors;and that said Bruce N.Telander acknowledged said instrument to be the free act and deed of said corporation. (- 2 Notary Public Washington County, MN N= �� UN ULVEN My commission expires 01/31/15 vivo,,,..,*-: NOTARY PUBLIC•MINNESOTA ne ,1VMY COMMISSION EXPIRES JAN 31,2015 Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND COLONIAL AMERICAN CASUALTY AND SURETY COMPANY KNOW ALL MEN BY THESE PRESENTS:That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND,and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY,corporations of the ,""; laryland,by FRANK E. MARTIN JR.,Vice President,and ERIC D.BARNES,Assistant Secretary,in pure►I : ► i tyy ranted by Article VI, Section 2,of the By-Laws of said Companies,which are set forth on t• o n reby certified to be in full force and effect on the date hereof,does hereby nomina r•i\f►±.t DER,Rachel THOMAS,Sandra M.DOZE,R.W.FRANK, Its ' I'' oshua R.LOFTIS,Craig REMICK,Linda K.FRENCH and B H o s,Minnesota, EACH its true and lawful agent and Attorney-in-Fact • al Ank4 a on its behalf as surety,and as its act and deed: any and all bonds and ,�. .Li : ij gs, n t x • h onds or undertakings in pursuance of these presents, shall be as binding upon said C7. I. ie a ,to all intents and purposes,as if they had been duly executed and acknowledged by th-e:, " ,•le officers of the Company at its office in Baltimore,Md.,in their own proper persons. This power of attornZtrr • es that issued on behalf of Bruce N.TELANDER,Rachel THOMAS,Sandra M.DOZE,R.W. FRANK,Donald R.OLSON,John E.TAUER,Joshua R.LOFTIS,Craig REMICK,Linda K.FRENCH,Brian J. OESTREICH,dated April 8,2011. The said Assistant Secretary does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article VI, Section 2,of the By-Laws of said Companies,and is now in force. IN WITNESS WHEREOF, the said Vice-President and Assistant Secretary have hereunto subscribed their names and affixed the Corporate Seals of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY,this 12th day of September,A.D.2011. ATTEST: FIDELITY AND DEPOSIT COMPANY OF MARYLAND COLONIAL AMERICAN CASUALTY AND SURETY COMPANY SEAL true t '.►.$• _, � '+moo• �y Alfa 7 0%44E1 . By: ' - Eric D.Barnes Assistant Secretary Frank E. Martin Jr. Vice President State of Maryland ' ss: City of Baltimore f On this 12th day of September, A.D. 2011, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified,came FRANK E. MARTIN JR., Vice President, and ERIC D. BARNES,Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and saith,that they are the said officers of the Companies aforesaid,and that the seals affixed to the preceding instrument is the Corporate Seals of said Companies,and that the said Corporate Seals and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. F`,�`rrgrnaJ�' Constance A.Dunn Notary Public My Commission Expires: July 14,2015 POA-F 184-8081A EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND "Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice-President, or any of the Senior Vice-Presidents or Vice-Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice-Presidents, Assistant Vice-Presidents and Attorneys-in-Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,...and to affix the seal of the Company thereto." EXTRACT FROM BY-LAWS OF COLONIAL AMERICAN CASUALTY AND SURETY COMPANY "Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice-President, or any of the Senior Vice-Presidents or Vice-Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice-Presidents, Assistant Vice-Presidents and Attorneys-in-Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,...and to affix the seal of the Company thereto." CERTIFICATE I, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, do hereby certify that the .foinin Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that the Vice-President-who executed the said Power of Attorney was one of the additional Vice-Presidents specially authorized by The Board of birz,csors to appoint any Attorney-in-Fact as provided in Article VI, Section 2, of the respective By-Laws Of the FL 2ELITY AND DEPOSIT COMPANY OF MARYLAND,and the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY: — This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following'resolution elf the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990 and of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice-President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed." IN TESTIMONY WHEREOF,I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this 28th day of October , 2013 L Assistant Secretary