HomeMy WebLinkAboutLodge ConstructionLODGE
l.:t.NS ^RUCTION, INC.
PD. BOX 45 { Ci ►HAM IA 50619
C kC
w �A--e4 100)
et
PE: Pi 3u26 Pci( c,
BOX 431
I CIARKSWILLE, IA 50619
(
v <4.t)b
y
FORM OF BID OR PROPOSAL
F.Y. 2026 PARKVIEW MANOR AND W. 3RD STREET DETENTION BASIN
CONTRACT NO. 1137
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 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. 2026 PARKVIEW MANOR AND W 3RD STREET DETENTION BASIN, Contract No. 1137, all in
accordance with the above -listed documents and for the unit prices for work in place for the following
items and quantities:
FY 2026
PARKVIEW
MANOR
AND
W. 3RD
STREET
DETENTION
BASIN
DIVISION
I
-
ROADWAY
& SITE
CONSTRUCTION
ITEM
BID
SPECIFICATION
SUPPLIMENTAL
SUDAS
*
SEE
DESCRIPTION
UNIT
QUANTITY
TOTAL
UNIT
PRICE
TOTAL
PRICE
DIVISION
2
-
EARTHWORK
1
2010-108-B
CLEARING
AND
GRUBBING
AC
6.8
$ 9,s-00
$ �� /�'��
800
2
2010-108-D-3
*
TOPSOIL,
4
INCHES,
OFF
SITE
SY
1,392
0
$
•,Lj
__,...
$ 0
3
2010-108-D-1
*SY
TOPSOIL,
RESPREAD,
STRIP,STOCKPILE,
9"
AND
58,638.2
V'J
$ J --
,)--'='-
�_./277
$ 7 ?�
4
2010-108-E
*
EXCAVATION,
AND
BORROW
CLASS
10,
ROADWAY
CY
18,316.0
$
/j _,
&
..
$ 1 I
i
I�
C/ ~
5
SEE
EST.
REF.
EXCAVATION,
W.
3RD
ST
LOCATION
CLASS
10,
WASTE
TO
CY
938.0
$ 7
$ ,,
'
6
r -o
(�
6
2010-108-E
*
EXCACVATION,
CONTRACTOR
FURNISHED
CLASS
10,
CY
904.0
$
i
/
$ ' ).;
// `) r
- 0
7
2010-108-F
*
EXCAVATION,
GRADE
CLASS
10,
BELOW
CY
500.0
$ AA
ii
$ 1 1000
_�
8
2010-108-G
*
SUBGRADE
PREPARATION
SY
7,838.8
$ /
$ ,
83
9
2010-108-I
*
SUBGRADE
OR
WOVEN
TREATMENT,
GEOTEXTILE
GEOGRID
SY
1,175.8
L
$ 1
$
1
�)
J��)
a_9
•
FORM OF BID
CONRACT NO. 1137
Page 1 of 7
10
2010-108-J
*
SUBBASE,
MODIFIED,
8 INCH
SY
7,838.8
,
$ 1,
$ /0i
9CY
o
DIVISION
2 -
EARTHWORK
SUBTOTAL
= $ t1
/6
756 --
DIVISION
DRAINS
4
-
SEWERS
AND
J
STORM
SEWERS
11
4020-108-A
*
STORM
TYPE
S,
SEWER,
3
INCH
TRENCHED,
HDPE
LF
16.7
$ 3 k
�-
$ 576
12
4020-108-A
*
STORM
TYPE
S,
SEWER,
8
INCH
TRENCHED,
HDPE
LF
9.3
$ /o%
$ tl 39
13
4020-108-A
*
STORM
TYPE
S,
SEWER,
10
INCH
TRENCHED,
HDPE
LF
25.9
$ 5
wet
$ /)
IJ$ 6 .�—
14
4020-108-A
*
STORM
2000D,
SEWER,
15
INCH
TRENCHED,
RCP
LF
378.5
$ . �,
$ QUI 764
s
15
4020-108-A
*
STORM
2000D,
SEWER,
18
INCH
TRENCHED,
RCP
LF
31.0
$
(b
e
$ (2�
=��/,
16
4020-108-A
*
STORM
2000D,
SEWER,
24
INCH
TRENCHED,
RCP
LF
147.5
$ 96
r
$ /
l() /66
PIPE
CULVERTS
17
4030-108-B
PIPE
APRON,
RCP,
24"
EACH
1.0
$ /)
G'(6
,
$ 1� `� 00
18
4030-108-C
FOOTINGS
24"
FOR
CONCRETE
APRONS,
EACH
1.0
$ ,i
m
/O"'
_,.
$ /) TL1 G
19
4030-108-D
PIPE
APRON
GUARDS,
24"
EACH
1.0
$ 1)
?1'(7 '
$ 6900
$
SUBDRAINS
20
4040-108-A
*`L6
SUBDRAIN,
TYPE
SP,
6 INCH
LF
4,132.9
$ //
$ 9)v6/
$ // 6t'O
21
4040-108-D
*
SUBDRAIN
6
INCH
OUTLET
TO
STRUCTURE,
EACH
16.0
$ 30
_-
0
22
4040-108-D
*
SUBDRAIN
INCH
OUTLET
TO
DITCH,
6
EACH
1.0
$ STOO
a -
$ S QO
23
4040-108-E
STORM
S,
4
INCH
SEWER
SERVICE
STUB,
TYPE
LF
294.0
$ all
$ 7oci
DIVISION
4
-
SEWERS
AND
DRAINS
SUBTOTAL
= $ /1/)
6 76- 3`
DIVISION
AND
APPURTANANCES
5
-
WATER
MAINS
PIPE
AND
FITTINGS
24
5010-108-A-1
WATER
IRON,
6
MAIN,
INCH
TRENCHED,
DUCTILE
LF
1,084.3
$ 9/
$ 9S'
�S'0_
6 J/
25
5010-108-C-1
FITTINGS,
6"x6"x6"
MJ
LOCKING
TEE,
EACH
1.0
$ 900 —
$ ?CO
26
5010-108-C-1
FITTINGS,
SIDETAP
SLEEVE,
6 INCH
EACH
1.0
$ 32/610
$ -1 /��0
27
5010-108-C-1
FITTINGS,
45°
MJ
BEND,
6 INCH
EACH
10.0
$ 960
-
$ //')"
cg28
$/�,
5010-108-C-1
FITTINGS,
22.5°
MJ
BEND,
6 INCH
EACH
4
0
$ (�"G)
29
5010-108-C-1
FITTINGS,
90°
MJ
BEND,
6
INCH
EACH
1
0
$ �,�'Gj
$ s
FORM OF BID
CONRACT NO. 1137
Page2of7
30
5010-108-C-1
6" SLEEVE
COUPLING
EACH
2.0
$ Cfgc1
$ 11706
31
5010-108-E-1
WATER
3/4-INCH
SERVICE
STUB,
COPPER,
LF
379.0
$ 3 '
$ /3 0/
ti
-
32
5010-108-E-2
WATER
3/4-INCH
SERVICE,
CORPORATION,
EACH
16.0
$ ��.
C
$ a)
6)6(1
--
33
5010-108-E-3
WATER
BOX,
3/4-INCH
SERVICE,
CURB
STOP
AND
EACH
16.0
$ «2._
_
O
$ /6 006
WATER
SERVICE
CONNECTION
TO
34
5010-108-E-1
EXISTING,
COPPER,
1-INCH
LF
94.0
$ _ 36f
J $ .3, e7
35
5010-108-E-2
WATER
INCH
SERVICE,
CORPORATION,
1-
EACH
2.0
$,e;
6
$ -et'
36
5010-108-E-3
WATER
BOX,
1-INCH
SERVICE,
CURB
STOP
AND
EACH
2.0
$ ,f, 5 <°
$ //J
d
37
5010-108-H
REMOVAL
D.I.P.
OF
WATER
MAIN,
6"
LF
180.0
��
$ I l
$ �
06
38
5010-108-G
WATER
PLUG,
6"
MAIN
D.I.P.
ABANDON,
FILL
AND
LF
275.0
$ g
$ ;2)
J.O(,)
VALVES,
APPURTENANCES
FIRE
HYDRANTS,
AND
39
5020-108-A
VALVE,
MJ
GATE,
6
INCH
EACH
5.0
$
1(jGo
$ 45/ 000
40
5020-108-C
FIRE
HYDRANT
ASSEMBLY
EACH
2
0
$ 8000
$ /1)&540
.--
41
5020-108-C
END
OF
MAIN
HYDRANT
ASSEMBLY
EACH
1.0
$ s0Cjc '
$ ',)2000....
lj0Q
'
DIVISION
5
-
WATER
MAINS
AND
APPURTANANCES
SUBTOTAL
= $ /00)
&If
eqc
DIVISION
STORM
SEWERS
6
-
STRUCTURES
FOR
SANITARY
AND
42
6010-108-A
*
MANHOLE,
SW-402,
60"X48"
EACH
2.0
l� (�
$ J
$
J
po
43
6010-108-B
*
INTAKE,
SW-501
EACH
10.0
$
2
/ 0 6
$ 6/00
44
6010-108-B
*
INTAKE,
SW-505
EACH
2.0
$
�lUC�
$ JY �C200
_
45
6010-108-G
CONNECTION
TO
EXISTING
EACH
5.0
600MANHOLEORINTAKE,SUBDRAIN
$
4-5� 000
$
46
6010-108-G
CONNECTION
SEWER,
SUBDRAIN
TO
EXISTING
STORM
EACH
3.0
$6
6
$ 4
��D
47
6010-108-H
*
REMOVE
STORM
MANHOLE
AND
INTAKE,
EACH
2.0
��QCi
$
$
yoC?
DIVISION
6 - STRUCTURES
FOR
SANITARY
AND
STORM
SEWERS
SUBTOTAL
= $
7 5
70o o
DIVISION
RELATED
WORK
7
- STREETS
AND
PCC
PAVEMENT
48
7010-108-E
*
CURB
INCH
&
DEPTH,
GUTTER,
PCC,
30-INCH
C-4
WIDE,
6-
LF
3,513.0
$
__
�r
$ 6 7O
p a..)
l
�'
ASPHALT
PAVEMENT
FORM OF BID
CONRACT NO. 1137
Page3of7
49
7020-108-B
*
PAVEMENT,
STANDARD
1/2",
PG58-285,
TRAFFIC
HMA,
NO
1
(ST)
FRICTION
1/2
INCH,
SURFACE,
SY
5,580.4
. �''
$ 1q
0
$ 78)
is;
50
7020-108-B
*
PAVEMENT,
STANDARD
INTERMEDIATE,
TRAFFIC(ST)
HMA,
1/2I
1
,
1/2
PG58-28S
INCH,
SY
5,580.4
$ 1 I >
$ 7g) %'
& U
51
7020-108-B
*
PAVEMENT,
STANDARD
PG58-285
TRAFFIC
HMA,
3
INCH,
(ST)
BASE,
3/4",
SY
5,580.4
$ (2
—
6
$ ) vs)
O
fi
%&
52
7020-108-1
ASPHALT
TESTING
PAVEMENT
SAMPLES
AND•r
LS
1.0
$ /�J
I
$ 5
9_ )6
SIDEWALKS,
PATHS,
AND
SHARED
DRIVEWAYS
USE
53
7030-108-E
*
PCC
SIDEWALK,
4-INCH,
C-4
SY
27.9
$
(�
n f/Y
$ i6, ,
-
54
7030-108-E
*
PCC
SIDEWALK,
6-INCH,
C-4
SY
3.0
�_
$ 33(/
$ /
��
CV
55
7030-108-G
*
DETECTABLE
WARNINGS
SF
8.0
$
y% Y
$ 376
56
7030-108-H
*
DRIVEWAYS,
PCC,
5-INCH,
C-4
SY
106.4
`'
$ 6/
$
/c��U
6,)
/ /f
57
7030-108-H
*
DRIVEWAYS,
PCC,
6-INCH,
C-4
SY
106.6
$ Go?
$
/ a'
�� $6`/
PAVEMENT
REHABILITATION
58
7040-108-H
*
PAVEMENT
REMOVAL
SY
6,838.5
$ 7
$ Pi b'h?
DIVISION
7
-
STREETS
AND
RELATED
WORK
SUBTOTAL
= $ ,S �8' - 71/ 1
G�
DIVISION
CONTROL
8
-
TRAFFIC
J
PAVEMENT
MARKINGS
TEMPORARY
TRAFFIC
CONTROL
59
8030-108-A
*
TEMPORARY
TRAFFIC
CONTROL
LS
1.0
$ _�,25 C
;� 2 .)
$ .�) "
DIVISION
8
-
TRAFFIC
CONTROL
SUBTOTAL
= $ 3J7J -
DIVISION
LANDSCAPING
9
-
SITE
WORK
AND
SEEDING
60
9010-108-B
*�
HYDRAULIC
AND
MULCHING
SEEDING,
-
TYPE
FERTILIZING
1
SY
41,119.6
$
>- er
C0
$ (
j
)��
61
9010-108-B
*
HYDRAULIC
AND
MULCHING
SEEDING,
-
TYPE
FERTILIZING
2
SY
20,037.8
$ (�
;ram
$ /6)6/2
�j�
EROSION
CONTROL
AND
SEDIMENT
62
9040-108-N-1
SILT
CHECK,
FENCE
INSTALLATION
OR
SILT
FENCE
DITCH
LF
5,490.0
$ )
$ q�
60?
«0
63
9040
108-N-2
*
SILT
CHECK,
FENCE
REMOVAL
OR
SILT
OF
FENCE
SEDIMENT
DITCH
LF
5,490.0
n
$ V
0,
•
�' , r�
$ -� I
64
9040-108-N-3
SILT
CHECK,
FENCE
REMOVAL
OR
SILT
OF
FENCE
DEVICE
DITCH
LF
5,490.0
$
$O
/�
�
FORM OF BID
CONRACT NO. 1137
Page 4of7
65
9040-108
E*
RECP
TYPE
2
SY
10,406.0
$ /
$ /6
Yok
„..„
FILTER
SOCK,
9”
-
INSTALLATION
--
66
9040-108-D
AND
MAINTENANCE
LF
3,985.0
$
$ 3
? 70
67
9040-108-D
FILTER
SOCK,
9"
-
REMOVAL
LF
3,985.0
$
Q (�
mac, /
$ (90
68
9040-108-J*
EROSION
STONE
TN
22.0
$
t'ci
$ 1J0
78
69
9040-108-J*
CLASS
'D'
REVETMENT
TN
200.0
$5‘
$
,
70
9040
108
Q
2
EROSION
HYDROMULCHING
CONTROL
MULCHING,
SY
35,000.0
$
0 _j - _
��(jC
$ // &co
)
71
9040-108-T-1
*
INLET
IN
PROTECTION
DEVICE,
DROP-
EACH
22.0
`
$ NI
) -
$ (i() nkt
72
9040-108-T-2
*
INLET
MAINTENANCE
PROTECTION
DEVICE,
EACH
22.0
$ //
$ ,Q1/,1_
73
9040-108-0*
STABILIZED
CONSTRUCTION
EXIT
LS
1.0
$ 4=;)600
$5JCvo
DIVISION
9
-
SITE
WORK
AND
LANDSCAPING
SUBTOTAL
= $ %
(0
A03
= '
DIVISION
11
-
MISCELLANEOUS
74
11010-108-A
CONSTRUCTION
SURVEY
LS
1.0
$ /l
6-06)
$1
7. .
75
11020-108-A
MOBILIZATION
LS
1
0
$ g6)047.)
$ 3
��h
/
76
11,050-108-A
CONCRETE
WASHOUT
LS
1.0
$
• ) .._
$ 4Go
77
SEE
EST.
REF.
TEMPORARY
SUBBASE/2"
ACCESS,
H.M.A.
6"
MODIFIED
SY
354.4
$ ,`j G>
$ %)
7)0
."�
DIVISION
11-
MISCELLANEOUS
SUBTOTAL
= $ pa)
a
"-
DIVISION
II
-
SANITARY
SEWER
DIVISION
DRAINS
4
-
SEWERS
AND
SANITARY
SEWERS
78
4010-108-A
*
SANITARY
TRUSS,
8
INCH
SEWER,
TRENCHED,
LF
1,162.9
$ A
1ox 0/
$ 8:3Gv
79
4010-108-E
*
SANITARY
SDR
23.5,
6
SEWER
INCH
SERVICE
STUB,
LF
505.5
Y
$ > `���
$ 7 l
6010-108-G
CONNECTION
MANHOLE,
SANITARY
TO
EXSITING
8"TRUSS
EACH
1
0
$
$ J ��)
DIVISION
4
-
SEWERS
AND
DRAINS
SUBTOTAL
= $ / a
t)
776 l - e-
DIVISION
SANITARY
6
AND
-
STRUCTURES
STORM
SEWERS
FOR
81
6010-108-A
*
MANHOLE,
SW-301,
48"
EACH
7.0
$ 3,)
c)6�
$ 963
°C)
82
6010-108-E
*
MANHOLE
SANITARY
ADJUSTMENT,
MINOR,
EACH
2.0
-
$ '°L'
�� -J
$ -3,�.0
DIVISION6
- STRUCTURES
FOR
SANITARY
AND
STORM
SEWERS
SUBTOTAL
= $ tit()
5
()0
DIV.
I -
TOTAL
= $ /J
(/ //)
97
/ g /
FORM OF BID
CONRACT NO. 1137
Page 5of7
90
DIV. II - TOTAL = $ ��1 ) a 70
TOTAL BID - DIV. I + DIV. II = $ iJ S 80,i qo�$ J
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, lowa, 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.
r 1/4
4. Security in the sum of .) Dollars ($
) in the form of a,I (1.- , 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 Bidder Status Form.
7 The bidder is prepared to submit a financial and experience statement upon request.
8. The Prime Contractor and Subcontractor(s), which have performed an aggregate of $10,000.00 in work
for the City in the current calendar year, are prepared to submit an AAP or Update and an EOC, within ten
(10) days of notification that the bid submitted is lowest and acceptable.
9. The bidder has received the following Addendum or Addenda:
Addendum No.
FORM OF BID
Date 3 f 2
CONRACT NO. 1137 Page 6 of 7
10. The apparent low Bidder shall submit a list of all other Subcontractor(s) to be used on this Project to the
City of Waterloo by 5:00 p.m. the business day following the day Bids on this Project are due along with
the Non -Collusion Affidavits of All Subcontractor(s).
The Contractor shall submit information on subcontractors on "SUBCONTRACTOR REQUEST AND
APPROVAL" Form to be provided by City prior to approval of contract.
The subcontractors listed on this proposal and/or submitted to the Contract Compliance Officer cannot
be changed except for the following reasons:
1) The City of Waterloo does not approve the subcontractors.
2) The subcontractors submit in writing that they cannot fulfill their subcontracts.
11. The bidder has filled in all blanks on this proposal. Those blanks not applicable are marked "none" or
"NA".
12. The bidder has attached all applicable forms.
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.
Lode v45-4-t (0-71
(Name of Bidder)
BY:
(Date)
Title 54 tom -(
Official Address: (Including Zip Code):
117 Pi 0.5ec-1- i
P
s)le 11 Rt s����
I.R.S.No. y7-0287688a-
FORM OF BID
CONRACT NO. 1137 Page 7 of 7
NON -COLLUSION AFFIDAVIT OF PRIME BIDDER
State of
County of SA- fic-,"- )
)ss
1 He is
, being first duly sworn, deposes and says that:
Owner Partner Officer ' - • - - . - or A•ent , of J t CLI-tiS--Y�=
, the Bidder that as 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.
Si ned
i 9 )
5:54
Title
Subscribed and sworn to before me this g=itt'''e& day of afrti') , 2026
ifie0 -&yviu _„i•Z
Title
My commission expires 711:456e4 /3, -?c>6'9
•
A4t A 4LINDA K SENN
At,= "cp+ COMMISSION NO. 803307
v , MY COMMISSION EXPIRES
* norm *
Bidder Status Form
To be completed by all bidders
Part A
PI: - se answer "Yes" or "No" for each of the following:
s ONo
es ONo
Yes ONo
Yes QNo
Yes ONo
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).
My company has an office to transact business in lowa.
My company's office in Iowa is suitable for more than receiving mail, telephone calls, and e-mail.
My company has been conducting business in Iowa for at least 3 years prior to the first request for
bids on this project.
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.
complete Parts B and D of this form.
If you answered "No" to one or more questions above, your company is a nonresident bidder.
complete Parts C and D of this form.
Please
Please
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: / / ` to l
/
Dates: ( / � LiP1 to / a /a 4
Dates:
to /
You may attach additional sheets) if needed.
Address: Vret
City, State, Zip: G t �C,�,�' /e- S 07°
Address: 1/ 7 \kJ Rospe `4 3 4-
City, State, Zip: ciJ eif ( t (< - /I 5476
Address:
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 O Yes Q No
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.
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:
You
to di
cam. 1s4-1ve{se
Date: Date: «/4 re?
rC4
ust 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)
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.
Cies ONO
94es
Q Yes
04s QNo
Q Yes
/
My business is currently registered as a contractor with the Iowa Division of Labor.
My business is a sole proprietorship and I am an Iowa resident for Iowa income tax purposes.
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.
My business is an active corporation with the Iowa Secretary of State and has paid all fees
required by the Secretary of State, has filed its most recent biennial report, and has not filed
articles of dissolution.
My business is a corporation whose articles of incorporation are filed in a state other than Iowa,
the corporation has received a certificate of authority from the Iowa secretary of state, has filed
its most recent biennial report with the secretary of state, and has neither received a certificate of
withdrawal from the secretary of state nor had its authority revoked.
My business is a limited liability partnership which has filed a statement of qualification in this
state and the statement has not been canceled.
My business is a limited liability partnership which has filed a statement of qualification in a
state other than Iowa, has filed a statement of foreign qualification in Iowa and a statement of
cancellation has not been filed.
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)
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, 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)
propriate • ` icial)
epf;—'
(Title)
77 —02 fc9<e-,
(Date)
BID BOND
KNOW ALL MEN BY THESE PRESENTS, that we, Lodge Construction, Inc.
as Principal, and Swiss Re Corporate Solutions America Insurance Corporation
bound unto the
, as Surety, are held and firmly
CITY OF WATERLOO , Iowa, hereinafter called "OWNER." In the penal sum
Five Percent of the Total Amount Bid Dollars ($ 6% ) 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 end day of
April 20 26 for F.Y. 2026 Parkview Manor and W. 3rd Street Detention Basin, Contract No. 1137
•
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 23rd day of March , A.D. 20 26
''
Lodge Construction, Inc. (Seal)
Principal
Swiss Re Corporate Solutions America Insurance Corporation (S
Witness Surety;
By
Attorn act Sara Huston
BID BOND
Page. 1 of 1
SWISS RE CORPORATE SOLUTIONS
SWISS RE CORPORATE SOLUTIONS AMERICA INSURANCE CORPORATION ("SRCSAIC")
SWISS RE CORPORATE SOLUTIONS PREMIER INSURANCE CORPORATION ("SRCSPIC")
WESTPORT INSURANCE CORPORATION ("WIC")
•
GENERAL POWER OF 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, 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, CAMERON BURT, BEN WILLIAMS, JAMIE GIFFORD and ZACH FULLER
JOINTLY OR SEVERALLY
•
Its true and lawful Attorneys) -in -Fact, to make, execute, seal and deliver, for and on its behalf and as its act and deed, bonds, consents of surety, 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 bylaw, regulation, contract or otherwise, provided that no bond or undertaking or contract or suretyship executed under this authority
shall exceed the amount of:
ONE HUNDRED TWENTY FIVE MILLION ($125,000,000.00) DOLLARS
This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of
Directors of both SRCSAIC and SRCSPIC at meetings duly called and held on the 181h 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 of any 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 re)ating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be
binding upon the Corporation when so affixed and in the future with regard to an bond, undertaking or contract of surety to which it is attached."
IN WITNESS WHEREOC, SRCSAIC have caused
11tilay of June , 20 25.
State of Illinois
County of Cook
By
David Satory, Senior Vice ' sI-deut o[ asvLbA C & Senior Vice President
of SRCSPIC & Senior Vice President of WIC
G3�ifielJacquez, Senior N
of SRCSPIC & S
their official seals to be hereunt
ent of SRCSAIC & S • i ice President
ce President of M
xcd, and these
be signed by their authorized officers this
Swiss Re Corporate Solutions America Insurance Corporation
Swiss Re Corporate Solutions Premier Insurance Corporation
Westport Insurance Corporation
11`" June 25
On this ` day of , 20 , before me, a Notary Public personally appeared David Satorv. Senior Vice President of SRCSAIC
and Senior Vice President of SRCSPIC and Senior Vice President of WIC, and Gabriel Jacnuez. Senior Vice President of SRCSAIC and Senior Vice President o
SRCSPIC 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
o t c - o a e a nowledged said instrument to be the voluntary act and deed of their respective co r anies.
OFFICIAL SEAL.
KAREN M SZWEDA
Notary Public, State of Illinois
Commission No 978628
M Commission Expires September 26 2027
•
en M. ' da, Notary
1, Jeffrey Goldberg, the duly elected Senior Vice President and Assistant Secretary of SRCSAIC 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 this 23rd day of March , 20 26 .
icy Goldberg, Senior 'ice Preside' . s s ant
Secretary of SRCSAIC and SRCSPIC and WIC