Loading...
HomeMy WebLinkAboutLodge Construction, Inc.3144c0 R13tit?s' —,z � I• �1 1, —f # f C cle4K, ack-ecle05 elk RF \1\1.9)1\) smeat ScsetA 1-4c-/ fr'N'y AID [, 3' Al ^;. P.O. Box 459 ! CLARxsvn LE, IA 50619 C i41( Ck(,-1-edoo )14' `1?; \NI ;tAvi 3)t 5cv'i J / �e r 3.D133may( -- . a '� - ? Y s) 1 .A...ti 7a i� a r i nt4 do rn.•--.-r FORM OF BID OR PROPOSAL WINN STREET SANITARY SEWER CONTRACT NO. 1134 CITY OF WATERLOO, IOWA Honorable Mayor and City Council Waterloo, Iowa Gentlemen: 1. The undersigned, being a Corporation existing under the laws of the State of , a Partnership consisting of the following partners: having familiarized (himself) (themselves) (itself) with the existing conditions on the project area affecting the cost of the work, and with all the contract documents listed in the Table of Contents and Addenda (if any), as prepared by AECOM 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 WINN STREET SANITARY SEWER, CITY CONTRACT NO. 1134, all in accordance with the above -listed documents and for the unit prices for work in place for the following items and quantities: WINN STREET SANITARY SEWER CITY OF WATERLOO, IOWA CITY CONTRACT NO. 1134 Item Description Unit Estimated Quantiles Unit Price Total Amount 1 CLEARING AND GRUBBING ACRE 0.35 $ Ceop $ jJ 7,10 s'e 2 TOPSOIL, ON -SITE SY 917.7 $ L 47 3J $ 67 — o 3 EXCAVATION, CLASS 10, CONTRACTOR FURNISHED CY 587.5 vet- $ /0is-7. - s 4 SUBBASE, SPECIAL BACKFILL, 11 IN. CY 229.7 $ 7s- a $ /) a27 5-0 5 SANITARY IN. SEWER GRAVITY MAIN, TRENCHED, DIP, 14 LF 133 n $ 0�.0 p c$- $3 7, ?Of 6 SANITARY IN. SEWER GRAVITY MAIN, TRENCHED, PVC, 15 LF 998 $ Ho r" Sin 740 7 REMOVAL TO 36 IN. OF SANITARY SEWER LESS THAN OR EQUAL LF 24 $ n 0 $ via -- 8 SUBDRAIN, PERFORATED PLASTIC PIPE, 4 IN. LF 100 $ /3 d $ � 300 9 REMOVE THAN OR AND EQUAL REINSTALL TO 36 IN. RIGID PIPE CULVERT LESS LF 167 $ � o j BO� $ / a.. 10 REMOVE LESS THAN AND OR REINSTALL EQUAL TO CONCRETE 36 IN. PIPE APRONS EACH 4 $ SOd $ 01 000 11 MANHOLE, 6010.301, 48 IN. EACH 5 $ Selina "' $ az, '� 12 MANHOLE, 6010.303, 48 IN. EACH 1 $ ? 3p0 ' $ 71 SVC ree- 13 MANHOLE ADJUSTMENT, MAJOR EACH 1 $ 7 000 ' $ 3 000 r 14 CONNECTION TO EXISTING MANHOLE EACH 1 $ ?, pros'" $ s1 00e' r 15 FULL DEPTH PATCHES, PCC, 7 IN. SY 229.7 $ '1! ® $a0 76 t� 16 TEMPORARY TRAFFIC CONTROL LS 1 sac k- $ 600 -- 17 SAFETY CLOSURE EACH 4 $ Sala -_- $ / VD -- 18 HYDRAULIC MULCHING, SEEDING, TYPE 1 SEEDING, FERTILIZING, AND ACRE 1.11 $ /' T) QOa , $ - ,J 3 a 19 HYDRAULIC MULCHING, SEEDING, TYPE 4 SEEDING, FERTILIZING, AND ACRE 1.17 $ .�) ye P 0" $ 00) d `� l 20 HYDRAULIC MULCHING, SEEDING, WETLAND SEEDING, FERTILIZING, AND ACRE 0.06(Oh $ r 00(1 $ ' .� " FORM OF BID AECOM 60701559 CONTRACT NO. 1134 Page BF-1 OF 3 Winn Street Sanitary Sewer Item Description Unit Estimated Quantiles Unit Price Total Amount 21 WATERING MGAL 25 $ gtjo-- - $ S'l COP - 22 WATTLE, 12 IN. LF 3025 $ 4. 311 $ 7 f 2. ;S - 23 WATTLE, REMOVAL LF 3025 $ / - 3 $ oa.r -- 24 RIP RAP, CLASS E REVETMENT FOR PIPE OUTLET TON 38.4 $ 70 $ a oft - 25 INLET PROTECTION DEVICE, OPEN -THROAT INTAKE LF 40 $ 40 $ goo .- 26 INLET PROTECTION DEVICE, MAINTENANCE EACH 6 $ $ ad $ /92 d 27 REMOVAL CHAIN LINK, AND 72 REINSTALLATION IN. OF EXISTING FENCE, LF 290 �- $ $ �0) ,� is-0 S.- 28 MOBILIZATION LS 1 $ A Oof0 $ $f0, `A- � 29 CONCRETE WASHOUT LS 1 $ gar 01' TOTAL BASE BID $ 33 3 i J2a 9 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. The Contract shall be awarded based on the TOTAL BASE BID. 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. �i 4. Security in the sum of 50 0 O Dollars ($ in the form of ain 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 the Bidder Status Form indicating Resident Bidder Certification Non -Resident Bidder Certification ( ). (Mark one.) 7 The bidder is prepared to submit a financial and experience statement upon request. ), or 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 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). FORM OF BID CONTRACT NO. 1134 Page BF-2 OF 3 AECOM 60701559 Winn Street Sanitary Sewer 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. 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. BY: to te. tet sehis 4 oLti (Name of Bidder) /.32 0—c2-5 (Date) Title 5:51 ;(iviy,...3' 4..f Official Address: (Including Zip Code): /17 * ?rbsp - 5'4-. Peoe 130<- l940 6.6a L 4x� �7a I.R.S. No. 9% e 28T fp 0 0 l FORM OF BID CONTRACT NO. 1134 Page BF-3 OF 3 AECOM 60701559 Winn Street Sanitary Sewer State of NON -COLLUSION AFFIDAVIT OF PRIME BIDDER County of 'Octa� �� Vootisiz-- "SQL vt v )ss ) , being first duly sworn, deposes and says that: 1. He is (Owner, Partner, Officer, Representative, or Anent) , of Ate, e°4f,/ck , 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 interest, i cluding this affiant. (Signed) Subscribed and sworn to before me this / R day of My commission expires %� ���" " ArJ 07,40 NON -COLLUSION AFFIDAVITS CONTRACT NO.1134 Title , 20.25'.r Title at.., Q., LINDAKSENN COMMISSION NO. 803307 MY COMMISSION EXPIRES Page NCA-1 OF 2 AECOM 60701559 Winn Street Sanitary Sewer m m 0 O � • O m o -0 ?O -s �m CO--I-I D ON IOVHINOO w (Form CCO-4) Rev. 06-20-02 c‘ $ 2 etS 4 ;ontractors a n ° Z 1 ) .,2, ) r ` 1 , ,o 1 r erN o w eD a' "\42 a N NC Dilates 1 0 C5\ V \ \ I .* 1 err d Ne c., *<' i Q� 1" O ki Q Dollar Amount Proposed to be Subcontracted D co Er co .Thrnrn 0 CO co O cnD zen ccoo z rncn -I0 7 O mho nv O rn Z • 71 V)rn 1 w CD Cll 3 3 0 0 0 3 0 -a D 0) c 0 0 c 3 CD CD 0 cD CD( -31 5' D- Co Co CO 0- 3 0 (c) Q o CD v (00) o v C.( 0 vD D. o 0 3 o ins o CD Cr )I- h cD ow cna 0 0 0 0 r-- 0 1 0 • 0 inn oo1J21BM 3 0 v 0 0) 0) 0 0 0 v 0 r 0 0 0) Cn 0 0) 0 0 v' 0 O 0 c0 0 0) rn' v 0 0) r+ CO N CO 0 c 0) CD 0 1 Z• 0 0 CD O 1< 0 1 0 Q 0- 0 0 0 0 `< U) o o c --1 CO m Z om0 o -1 W c C� O N 2 w -3 v -a 0 N O P c 0 v 0 w 0 0 D CO m 0 (13 0) -10 c 0 • u) 0 3 Lis) cr (0-3 0 0 �o -h 0Cr BCD v o o � D Q.: (,'0 cQ m 0 0 0 o o a O D Cat � 0 c -. 5 L.) = o 0 0 0 3 0 0) 3 0 CQ D r 0 —h :3- 0 c Q 0- 0 0. _,' 0 0 CD 0 O n 0 1 0 Contractor Signature: 0 0 1< c 0 0 0 v 0 5. IC 0 C(D 0) o - 0 o z • O ✓ c << C. E co COin CO m 0° c in c 0-W O m 0 0 C o w o 0-0 D • 0 n� h BCD m ,� C 3 u) (. Ent _s Co C▪ D N CT 0 o o 0) o 0 0rt- 3 Cv 0 o iv 3 o- . (D' X -O Cif h) O 0) 0 0 co m co 0 0 0 0 cn 1< 0 0) c 0 0 0 3 Prime Contractor Name: v 0 0 0 CO 0 cit. °,4z \.) kik 70 rn� Op co o O co zm --I co Dc 1-1 cn mm � m g Z > -1 m O-0 1'I O m EQUAL OPPORTUNITY CLAUSE (As provided in Executive Order No. 11246) All contractors, subcontractors, vendors and suppliers of goods and services doing business with the City and value of said business equals or exceeds ten thousand dollars ($10,000.00) annually agree as follows: 1. The contractors, subcontractor, vendor and supplier of goods and services will not discriminate against any employee or applicant for employment because of race, color, creed, sex, national origin, economic status, age, mental or physical handicap, political opinions or affiliations. The contractor, subcontractor, vendor and supplier will develop an Affirmative Action program to ensure that applicants are employed and that employees are treated during employment without regard to their race, creed, color, sex, national origin, religion, economic status, age, mental or physical disability, political opinions or affiliations. Such actions shall include but not be limited to the following: a. Employment b. Upgrading c. Demotion or Transfer d. Recruitment and Advertising e. Layoff or Termination f Rates of Pay or Other Forms of Compensation g. Selection for Training Including Apprenticeship 2. The contractor, subcontractor, vendor and supplier of goods and services will, in all solicitations or advertisements for employees, state that all qualified applicants will receive consideration for employment without regard to race, creed, color, sex, national origin, religion, economic status, age, mental or physical disabilities, political opinion or affiliations. 3. The contractor, subcontractor, vendor and supplier or his/her collective bargaining representative will send to each labor union or representative of workers which he/she has a collective bargaining agreement or other contract or understanding, a notice advising said labor union or workers' representative of the contractor's commitment under this section. 4. The contractor, subcontractor, vendor and supplier of goods and services will comply with all published rules, regulations, directives, and order of the City of Waterloo Affirmative Action Program Contract Compliance Provisions. 5. The contractor, subcontractor, vendor and supplier of goods and services will furnish and file compliance reports within such time and upon such forms as provided by the Affirmative Action Officer. Said forms will elicit information as to the policies, procedures, patterns, and practices of each subcontractor as well as the contractor himself/herself and said contractor, subcontractor, vendor and supplier will permit access to his/her employment books, records and accounts to the City's Affirmative Action Officer, for the purpose of investigation to ascertain compliance with this contract and with rules and regulations of the City's Affirmative Action Program Contract Compliance Provisions relative to Resolution No. 24664. 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 CONTRACT NO. 1134 Page EOC-1 OF 2 AECOM 60701559 Winn Street Sanitary Sewer 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. 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) e.51i` J (Title) (Date) EQUAL OPPORTUNITY CLAUSE CONTRACT NO. 1134 Page EOC-2 OF 2 AECOM 60701559 Winn Street Sanitary Sewer Bidder Status Form To be completed by all bidders Part A Plea :e answer "Yes" or "No" for each of the following: Yes ❑ No My company is authorized to transact business in Iowa. (To help you determine if your company is authorized, please review the worksheet on the next page). [� s ❑ No My company has an office to transact business in Iowa. s ❑ No My company's office in Iowa is suitable for more than receiving mail, telephone calls, and e-mail. Yes II No My company has been conducting business in Iowa for at least 3 years prior to the first request for bids on this project. Yes ❑ No My company is not a subsidiary of another business entity or my company is a subsidiary of another business entity that would qualify as a resident bidder in Iowa. If you answered "Yes" for each question above, your company qualifies as a resident bidder. Please complete Parts B and D of this form. If you answered "No" to one or more questions above, your company is a nonresident bidder. Please complete Parts C and D of this form. To be completed by resident bidders Part B My company has maintained offices in Iowa during the past 3 years at the following addresses: Dates: ! / / / %r to / / / / ? Address: 'P•°• BOP- '159 City, State, Zip: 6104CS V :(1 e� -#* SDeto 19 Dates: 1 / I / rto / / / / Pr Address: ,Q C. Boy 6 6A City, State, Zip: she4 ( Ipeic sGG% Dates: / / to / / Address: You may attach additional sheet(s) if needed. City, State, Zip: To be completed by non-resident bidders Part C 1. Name of home state or foreign country reported to the Iowa Secretary of State: 2. Does your company's home state or foreign country offer preferences to resident bidders, resident labor force preferences or any other type of preference to bidders or laborers? 3. If you answered "Yes" to question 2, identify each preference offered by your company's home state or foreign country and the appropriate legal citation. Yes l I No You may attach additional sheet(s) if needed. To be completed by all bidders Part D certify that the statements made on this document are true and complete to the best of my knowledge and I know that my failure to provide accurate and truthful information may be a reason to reject my bid. Firm Name: Signature: 44t ex'vichhverc- Date: 1-17-..9 You must submit the completed form to the governmental body requesting bids per 875 Iowa Administrative Code Chapter 156. This form has been approved by the Iowa Labor Commissioner. 309-6001 (09-15) 13SF-1 Worksheet: Authorization to Transact Business This worksheet may be used to help complete Part A of the Resident Bidder Status form. If at least one of the following describes your business, you are authorized to transact business in Iowa. ens ❑ No My business is currently registered as a contractor with the Iowa Division of Labor. Yes U No My business is a sole proprietorship and I am an Iowa resident for Iowa income tax purposes. Yes Q.taO 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. es ❑ 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. Yes Yes Yes Yes My business is a corporation whose articles of incorporation are filed in a state other than Iowa, the corporation has received a certificate of authority from the Iowa secretary of state, has filed its most recent biennial report with the secretary of state, and has neither received a certificate of withdrawal from the secretary of state nor had its authority revoked. My business is a limited liability partnership which has filed a statement of qualification in this state and the statement has not been canceled. My business is a limited liability partnership which has filed a statement of qualification in a state other than Iowa, has filed a statement of foreign qualification in Iowa and a statement of cancellation has not been filed. My business is a limited partnership or limited liability limited partnership which has filed a certificate of limited partnership in this state, and has not filed a statement of termination. My business is a limited partnership or a limited liability limited partnership whose certificate of limited partnership is filed in a state other than Iowa, the limited partnership or limited liability limited partnership has received notification from the Iowa secretary of state that the application for certificate of authority has been approved and no notice of cancellation has been filed by the limited partnership or the limited liability limited partnership. My business is a limited liability company whose certificate of organization is filed in Iowa and has not filed a statement of termination. My business is a limited liability company whose certificate of organization is filed in a state other than Iowa, has received a certificate of authority to transact business in Iowa and the certificate has not been revoked or canceled. 309-6001 (09-15) BSF-2 Revised February 2003 CONTRACTOR'S OR SUBCONTRACTOR'S AFFIRMATIVE ACTION PROGRAM Check box that applies to party completing program: ( ) General Contractor ( ) Subcontractor I. Section A to be completed by GENERAL CONTRACTORS only: A. Name of Company 14C, COA`' Address of Company /! 7 C-+/ Dr {speck- p Cr ZWS go Zip l Telephone Number ( 31, ) c`q® Vre.. 45' 7o Federal ID Number (if no Federal ID Number, Owner/President's Social Security Number) 1/ (229yd17a- Name of Equal Employment Officer Name of Project \ '4 '4 Project Contract Number ) (3 V Estimated Construction Work Dates h—/9' / Start Finish Section B to be completed by SUBCONTRACTORS only: B. Name of General or Prime Contractor Name of Subcontractor Subcontractor's Address Zip Subcontractor's Telephone Number ( Subcontractor's Federal ID Number (if no Federal ID Number Owner/President's Social Security Number) Name of Equal Employment Officer C. Remainder of program to be completed by party completing program, either Prime or Subcontractor 1 The Owners and/or Principals of your company: Re K nest-0oz° Name S#-tvc 4044 t, S-I etbre Address Pi o% We? GP aid( Rwt J4 is dd Position Ethnic Sex Origin rat 7& 2. Other Areas of Interest: If your company has branches or subsidiaries, or if your company is a branch or subsidiary of a parent organization, give the following information: Type of Name 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 o.i ci= � ies to the maximum extent possible. The same will be required of our SUBCON JSS'I? F S and suppliers. 1 K-c31 1 r C. We submit this program t and other subs employment p evaluated and D. We agree to capabilities an national origin, economic status, age, and mental or physical handicap. E. (Name of Con and employment opportunities to loc feasible. III. AFFIRMATIVE ACTION A. B. effective application statement, and will, therefore, re employment oppo encourage minori ie$,,yve, on this basis. following six (6) st 1. Minority 2. Local RecriJlDntil ,� �, 3. Disabled Veteran and Vietnam ra 4M W Recruitment and Employment; 4. Handicapped Recruitment and Employment; pliance with Executive Order 11246, as amended, t• equal employment opportunity and merit lification and/or merit system should be `'• ,achieve full employment and utilization of • '. t. auttivityr'df lL5tit citizens. without regard to race, creed, color, sex, will give training of Waterloo, Iowa, to the greatest extent ibjx tCOiwv IA 50619 recognizes that the ves more than just a policy Program to ensure that equal of individual merit, and to actively ek employment with our company n Program: will undertake the 2 D. (Na whatever steps are necessa female, and local represen attempts: 1. Local advertising m 2. Community organi 3. Public a d 4. Job Se 5. Other. P.O. Box4 female, and local group a increase minority, female a skill and responsibility. E. All sources offf9 Opportunity E of our Equal F Training, up ensure that fu na of id&got group employees. G. H. J. companies with assist them in th 5. Female Recruitment and Employ 6. Training, Upgrading and Pro �t `: y.?,, .. a.. gbh',, • ities. LARXSVILLE, IA 506 9 papers, radio, TV); rches, clubs, schools); e area (UNI, Hawkeye Community College); will take ce has adequate minority, thods in our recruitment will seek qualified minority, tl P`(egories and will make asserted efforts to epresentation in occupations at the higher levels or are that we are an Equal Employment resenting our employees will be notified Affirmative Action Program. er `activities at all levels will be monitored to art, �$ivertr#o qualified minority, female, and local Y : will encourage other me of Company)-' e'are associated and/o' : o business, to do the same and we will orts. = . • �� 050619 Affirmative Action to ensure that minority, female, local contractors and/or suppliers were provided opportunities to negotiate and/or bid on this project: (if none, write "NONE") int I has taken the following 1. 2. C h- 1(.5 As a result of the above efforts, we have involved minority, female, and local contractors and/or suppliers in the following areas of subcontracting: (if none, write "NONE") 1. S AIth). 514 $ (°,vi C o n fry 2. Pe ( Affirmative Action Progrq project and will take contractors h total work for eve adequai re A ; t K. In further apoordance'th W `-rules? 11246 as e atliet1q,k�f,4ie 1 percentages supplied by the try, annual basis. will require approved ompany) I nonexempt contractors who propose to work on this are necessary to ensure that non -minority inority, female and local persons in their es issued pursuant to Executive Order for our company, based on parity alize these goals will be reviewed on an L. specific actions relativ and will provide the activities of our SUB 116 M. Parity figures for companies located in N. Minority Parity = .08 (8%) • will keep records of ining, upgrading and promotion ion relative to same, including essary or when requested. 50619 re as follows: Affirmative Action (N Employment Goals: P.O. Box 459 I C ARKSVILL Y, IA, ,fit (i 9 The definition of Affirmative Action Goals is as follows: "Goals may not be rigid and inflexible quotas which must be met, but must be targets, reasonably attainable by means of applying every good faith effort to make all aspects of the entire Affirmative Action Program work." For the year 20,2-rplease submit percentage targets for employing minorities and women. If you already have reached your target for hiring minorities and women, please submit that percentage. *Goals for Minorities: a.. 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. Please be advised that the goals or targets are purely your estimation ofow many women and minorities your company can reasonably expect to hire in 20 a. Note, that none of the goals are rigid or inflexible. They are targets that your company calculates as reasonably attainable. This will help the City in its monitoring procedures as required by City of Waterloo Resolution No. 1984-142(4). 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: mpany Executive Date /01 ra, 5-- By: S4-e1e tot Equal Employment Opportunity Officer 9 .-n) cgt6 Date City of Waterloo Affirmative Action Officer Approved Disapproved Reason: By: Date: BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, Lodge Construction, Inc. as Principal, and Swiss Re Corporate Solutions America Insurance Corporation as Surety are held and firmly bound unto the CITY OF WATERLOO , Iowa, hereinafter called "OWNER." In the penal sum Five Percent of the Total 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, firmly by these presents. The condition of this obligation is such that whereas the Principal has submitted the accompanying bid dated the 18th day of September , 20 25 for Winn Street Sanitary Sewer, Contract No. 1134, 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 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 pres- ents to be signed by their proper officers this 9th day of September , A.D. 20 Z5 . Lodge Construction, Inc. Seal) Principal Wit Wit ess Jamie Gifford By es.Ft n,eo.d (Title) Swiss Re ftorporate Solutions Am Surety, By Sara Huston Attorney -in act BID BOND AECOM 60701559 CONTRACT NO. 1134 Page BB-1 OF 1 Winn Street Sanitary Sewer 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 both SRCSAIC and SRCSPIC at meetings duly called and held on the 18th of November 2021 and WIC by written consent of its Executive Committee dated July 18, 2011. "RESOLVED, that any two of the President, any Managing Director, any Senior Vice President, any 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 Corporation bonds, undertakings and all contracts of surety, and that each or any of them hereby is authorized to attest to the execution ofnny such Power of Attorney and to attach therein the seal of the Corporation; and it is FURTHER RESOLVED. that the signature of such officers and the seal of the Corporation 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 binning upon the Corporation whc;n so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached." ��:UN$ PREM fp'"t, .�yii�..tZP0,4gr..�. SWISS RE CORPORATE SOLUTIONS SWISS RE CORPORATE SOLUTIONS AMERICA INSURANCE CORPORATION (MSRCSAIC`) SWISS RE CORPORATE SOLUTIONS PREMIER INSURANCE CORPORATION ("SRCSPIC°) WESTPORT INSURANCE CORPORATION ("WIC") GENERALPOWEROF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, THAT SRCSAIC, a corporation duly organized and existing under laws of the State of Missouri, and having its principal office in the City of Kansas City, Missouri, and SRCSPIC, a corporation organized and existing under the laws of the State of Missouri and having its principal office in the City of Kansas City, Missouri, and WIC, organized under the laws of the State of Missouri, and having its principal office in the City ofKansas City, Missouri, each does hereby make, constitute and appoint: JAY D. FREIERMUTH, CRAIG E. HANSEN, BRIAN M. DEIMERLY, ANNE CROWNER, TIM McCULLOH, DIONE R. YOUNG, SETH ROOKER, JENNIFER MARINO, JOSEPH TIERNAN, KATE ZANDERS, SARA HUSTON, JOHN CORD, GRACE DICKINSON, JAMIE GIFFORD, ZACH FULLER, and BEN WILLIAMS JOINTLY OR SEVERALLY Its true and Iawtirl Attomey(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 tointon �,• = =,r' %., oa 1973 : /I', ',5 * ‘,Q `` ^ ,,/,hill ,,ill\\•\\ Qc : Lr L V n111,,,,,/ zt O By Dam d Satory, 5cnkr 'tc esid of SRCSPIC & Senior Vic CSAIC & Senior \'ice President s,dentofWIC Catfrie1Jacque; Senior Vice P eside t of SRCSA IC of SRCSPIC & Senior c ruident (KWIC IN WITNESS WHEREOF, SRCSAIC, SRCSPIC, and WIC Iravecaused their official seals to be hereunto affixed, and these presents to be signed by their authorized officers this -15 day of APRIL 20_ 25 State of Illinois County of Cook ys Vice President Swiss Re Corporate Solutions America Insurance Corporation Swiss Re Corporate Solutions Premier Insurance Corporation Westport Insurance Corporation On this25 15 day of APRIL 20 _, before me. a Notary Public personally appeared David Satory , Senior Vice President of SRCSAIC and Senior Vice President of SRCSPIC and Senior Vice President of WIC and Gabriel Jacque; Senior Vice President of SRCSAIC and Senior Vice President of SPCSPIC and Senior Vice President of WIC, 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 instrumept to be the voluntary act and deed of their respective companies. Karen A-f✓Szweda, Notary 1, Jeffrey Goldberg, the duly elected Senior Vice President and Assistant Secretar ofSRCS \IC and SRCSPIC and WIC, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said SRCSAIC and SRCSPIC and WIC, which is still in full force and effect. IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Companies thisst1' day of September _20 25 OFFICIAL SEAL KAREN M SZWEDA NOW/ Public, State of Illinois Cammson No 978628 My Gantt n Expires September 26. 20?' --<effreyGGGG__oldberg, Senior Viu. President & Assistant Secretary of SRCSA1C and SRCSPIC and WIC