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