Loading...
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