HomeMy WebLinkAboutVieth Construction Corp.Vieth Construction
Corporation
6419 Nordic Dr,
Calor Fails, IA 56613
e e
O /-,2 C cow
Vieth Construction
Corporation
6419 Nordic Dr.
Collar Fell, IA 59613
C'CT`V
a .6,)
Revised per Addendum No. 4 - 02/13/18
FORM OF BID OR PROPOSAL
FY 2018 UNIVERSITY AVENUE RECONSTRUCTION - PHASE 1
CONTRACT NO. 933
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 .�dw.4 , 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 FY 2018 UNIVERSITY
AVENUE RECONSTRUCTION — PHASE 1, Contract No. 933, all in accordance with the above -
listed documents and for the unit prices for work in place for the following items and quantities:
FY 2018 UNIVERSITY AVENUE RECONSTRUCTION - PHASE 1
CITY CONTRACT NO. 933
4 gi 0
ITEM
NO.
ITEM CODE
ITEM
UNIT
EST.
QTY.
UNIT BID
PRICE
TOTAL BID
PRICE
1
2010
CLEARING AND GRUBBING
UNIT
44.0
$
$
2
2010
ON-SITE TOPSOIL
CY
3798.0
$
$
3
2010
TOPSOIL, CONTRACTOR FURNISH
CY
2491.0
$
$
4
2010
EXCAVATION, CLASS 10, ROADWAY AND
BORROW
CY
12788.0
$
$
5
2010
EXCAVATION, CLASS 10, UNSUITABLE OR
UNSTABLE MATERIAL
CY
4842.0
$
$
6
2010
EXCAVATION, CLASS 10, WASTE
CY
12782.0
$
$
7
2010
EXCAVATION, CLASS 13
CY
65.0
$
$
8
2010
SUBGRADE PREPARATION, 12 IN.
SY
43545.2
$
$
9
2010
SUBGRADE TREATMENT, GEOTEXTILE
SY
2066.0
$
$
10
2010
SUBBASE, MODIFIED
CY
16925.9
$
$
11
2010
REMOVALS, STRUCTURES
EACH
20.0
$
$
12
3010
REPLACEMENT OF UNSUITABLE BACKFILL
MATERIAL
CY
500.0
$
$
13
4020
STORM SEWER, TRENCHED, RCP,
CLASS III, 15 IN.
LF
1307.4
$
$
14
4020
STORM SEWER, TRENCHED, RCP,
CLASS 111, 18 IN.
LF
1201.8
$
$
15
4020
STORM SEWER, TRENCHED, RCP,
CLASS 111, 24 IN.
LF
2524.9
$
$
FORM OF BID
AECOM #60528991
FB -1 of 8 FY 2018 University Avenue Reconstruction - Phase I
Waterloo, Iowa
City Contract No. 933
Revised per Addendum No. 4 - 02/13/18
ITEM
NO.
ITEM CODE
ITEM
UNIT
EST.
QTY.
UNIT BID
PRICE
TOTAL BID
PRICE
16
4020
STORM SEWER, TRENCHED, RCP,
CLASS III, 30 IN.
LF
1158.5
$
$
17
4020
STORM SEWER, TRENCHED, RCP,
CLASS III, 36 IN.
LF
770.0
$
$
18
4020
STORM SEWER, TRENCHED, RCP,
CLASS III, 42 IN.
LF
476.7
$
$
19
4020
STORM SEWER, TRENCHED, RCP,
CLASS III, 48 IN.
LF
397.4
$
$
20
4020
STORM SEWER, TRENCHED, RCP,
CLASS 111, 60 IN.
LF
66.8
$
$
21
4020
STORM SEWER, TRENCHED, RCP,
CLASS III, 44 IN. X 27 IN.
LF
626.4
$
$
22
4020
STORM SEWER, TRENCHED, RCP,
CLASS III, 52IN. X 32 IN.
LF
506.9
$
$
23
4020
STORM SEWER, TRENCHED, RCP,
CLASS III, 58 IN. X 91 IN.
LF
12.0
$
$
24
4020
STORM SEWER, TRENCHED, RCP,
CLASS III, 68IN. X 106IN.
LF
12,0
$
$
25
4020
STORM SEWER, TRENCHED, PVC, 6 IN.
LF
6.0
$
$
26
4020
REMOVAL OF STORM SEWER, RCP, LESS
THAN 36 IN.
LF
7646.0
$
$
27
4020
REMOVAL OF STORM SEWER, RCP,
GREATER THAN 36 IN.
LF
1447.0
$
$
28
4020
STORM SEWER ABANDONMENT, PLUG
AND FILL, GREATER THAN 36 IN.
LF
105.0
$
$
29
4040
SUBDRAIN, TYPE S, 6 IN.
LF
11837.7
$
$
30
4040
SUBDRAIN OUTLETS AND CONNECTIONS,
EXISTING SUBDRAIN, 6 IN.
EACH
27.0
$
$
31
4040
SUBDRAIN OUTLETS AND CONNECTIONS,
DR -303, 6 IN.
EACH
99.0
$
$
32
5010
WATER MAIN, TRENCHED, DUCTILE IRON
PIPE (DIP), 4 IN, NITRILE GASKETS
LF
9.0
$
$
33
5010
WATER MAIN, TRENCHED, DUCTILE IRON
PIPE (DIP), 6 IN, NITRILE GASKETS
LF
95.4
$
$
34
5010
WATER MAIN, TRENCHED, DUCTILE IRON
PIPE (DIP), 8 IN, NITRILE GASKETS
LF
102.8
$
$
35
5010
WATER MAIN, TRENCHED, DUCTILE IRON
PIPE (DIP), 12 IN, NITRILE GASKETS
LF
103.2
$
$
36
5010
WATER MAIN, TRENCHED, DUCTILE IRON
PIPE (DIP), 16 IN, NITRILE GASKETS
LF
7.0
$
$
37
5010
WATER MAIN, TRENCHED, DUCTILE IRON
PIPE (DIP), 20 IN, NITRILE GASKETS
LF
4.0
$
$
38
5010
WATER MAIN, TRENCHLESS, DUCTILE
IRON PIPE (DIP), 8 IN, NITRILE GASKETS,
INTEGRAL RESTRAINED JOINTS
LF
116.5
$
$
39
5010
WATER MAIN, TRENCHLESS, DUCTILE
IRON PIPE (DIP), 12 IN, NITRILE GASKETS,
INTEGRAL RESTRAINED JOINTS
LF
1710.4
$
$
FORM OF BID
AECOM 460528991
FB -2 of 8 FY 2018 University Avenue Reconstruction - Phase I
Waterloo, Iowa
City Contract No. 933
Revised per Addendum No. 4 - 02/13/18
ITEM
NO.
ITEM CODE
ITEM
UNIT
EST.
QTY.
UNIT BID
PRICE
TOTAL BID
PRICE
40
5010
WATER MAIN, TRENCHLESS, DUCTILE
IRON PIPE (DIP), 6 IN, NITRILE GASKETS,
INTEGRAL RESTRAINED JOINTS WITH
CASING PIPE
LF
72.0
$
$
41
5010
WATER MAIN, TRENCHLESS, DUCTILE
IRON PIPE (DIP), 8 IN, NITRILE GASKETS,
INTEGRAL RESTRAINED JOINTS WITH
CASING PIPE
LF
289.3
$
$
42
5010
WATER MAIN, TRENCHLESS, DUCTILE
IRON PIPE (DIP), 12 IN, NITRILE GASKETS,
INTEGRAL RESTRAINED JOINTS WITH
CASING PIPE
LF
320.8
$
$
43
5010
FITTINGS BY COUNT, DUCTILE IRON, 4 IN,
22 1/2° ELBOW
EACH
1.0
$
$
44
5010
FITTINGS BY COUNT, DUCTILE IRON, 6IN,
MJ CAP
EACH
1.0
$
$
45
5010
FITTINGS BY COUNT, DUCTILE IRON, 6IN,
45° ELBOW
EACH
8.0
$
$
46
5010
FITTINGS BY COUNT, DUCTILE IRON,
6 IN X 8 IN, REDUCER
EACH
1.0
$
$
47
5010
FITTINGS BY COUNT, DUCTILE IRON,
8 IN, MJ CAP
EACH
1.0
$
$
48
5010
FITTINGS BY COUNT, DUCTILE IRON,
81N, 45° ELBOW
EACH
6.0
$
$
49
5010
FITTINGS BY COUNT, DUCTILE IRON,
12 IN, MJ CAP
EACH
2.0
$
$
50
5010
FITTINGS BY COUNT, DUCTILE IRON,
12 IN, 90° ELBOW
EACH
6.0
$
$
51
5010
FITTINGS BY COUNT, DUCTILE IRON,
12 IN, 45° ELBOW
EACH
9.0
$
$
52
5010
FITTINGS BY COUNT, DUCTILE IRON,
12 IN, TEE
EACH
4.0
$
$
53
5010
FITTINGS BY COUNT, DUCTILE IRON,
12 IN X4IN, TEE
EACH
1.0
$
$
54
5010
FITTINGS BY COUNT, DUCTILE IRON,
12 IN X 6 IN, TEE
EACH
2.0
$
$
55
5010
FITTINGS BY COUNT, DUCTILE IRON,
12 IN X8 IN, TEE
EACH
2.0
$
$
56
5010
FITTINGS BY COUNT, DUCTILE IRON,
12 IN X 8 IN, REDUCER
EACH
1.0
$
$
57
5010
FITTINGS BY COUNT, DUCTILE IRON,
16 IN, MJ CAP
EACH
1.0
$
$
58
5010
FITTINGS BY COUNT, DUCTILE IRON,
16IN X 12IN, REDUCER
EACH
2.0
$
$
59
5010
FITTINGS BY COUNT, DUCTILE IRON,
161N X 20 IN, REDUCER
EACH
1.0
$
$
60
5010
FITTING BY COUNT, DUCTILE IRON,
41N, RJ LONG SLEEVE
EACH
1.0
$
$
61
5010
FITTING BY COUNT, DUCTILE IRON,
6 IN, RJ LONG SLEEVE
EACH
5.0
$
$
FORM OF BID
AECOM 460528991
FB -3 of 8 FY 2018 University Avenue Reconstruction - Phase I
Waterloo, Iowa
City Contract No. 933
Revised per Addendum No. 4 - 02/13/18
ITEM
NO.
ITEM CODE
ITEM
UNIT
EST.
QTY.
UNIT BID
PRICE
TOTAL BID
PRICE
62
5010
FITTING BY COUNT, DUCTILE IRON,
8 IN, RJ LONG SLEEVE
EACH
3.0
$
$
63
5010
FITTING BY COUNT, DUCTILE IRON,
12 IN, RJ LONG SLEEVE
EACH
6.0
$
$
64
5010
FITTING BY COUNT, DUCTILE IRON,
16 IN, RJ LONG SLEEVE
EACH
2.0
$
$
65
5010
FITTING BY COUNT; DUCTILE IRON,
20IN, RJ LONG SLEEVE
EACH
1.0
$
$
66
5010
WATER SERVICE STUB, COPPER, 1 IN
LF
10.0
$
$
67
5010
WATER SERVICE STUB, COPPER,
1-112 IN
LF
105.0
$
$
68
5020
VALVE, GATE, DIP, 4 IN
EACH
1.0
$
$
69
5020
VALVE, GATE, DIP, 6 I
EACH
3.0
$
$
70
5020
VALVE, GATE, DIP, 8 IN
EACH
4.0
$
$
71
5020
VALVE, GATE, DIP, 12 IN
EACH
16.0
$
$
72
5020
FIRE HYDRANT
EACH
4.0
$
$
73
5020
FIRE HYDRANT ASSEMBLY REMOVAL
EACH
2.0
$
$
74
6010
MANHOLE, SW -402
EACH
5.0
$
$
75
6010
MANHOLE, SW -403
EACH
6.0
$
$
76
6010
MANHOLE, SPECIAL 1
EACH
2.0
$
$
77
6010
MANHOLE, SPECIAL 2
EACH
1.0
$
$
78
6010
INTAKE, MODIFIED SW -501
EACH
1.0
$
$
79
6010
INTAKE, MODIFIED SW -508
EACH
9.0
$
$
80
6010
INTAKE, MODIFIED SW -510
EACH
6.0
$
$
81
6010
INTAKE, SW -507
EACH
7.0
$
$
82
6010
INTAKE, SW -508
EACH
5.0
$
$
83
6010
INTAKE, SW -509
EACH
6.0
$
$
84
6010
INTAKE, SW -510
EACH
3.0
$
$
85
6010
INTAKE, SW -511
EACH
1.0
$
$
86
2435
INTAKE, SW -545
EACH
10.0
$
$
87
6010
MANHOLE OR INTAKE ADJUSTMENT,
MINOR
EACH
8.0
$
$
88
6010
CONNECTION TO EXISTING MANHOLE OR
INTAKE
EACH
15.0
$
$
89
6010
REMOVALS, MANHOLE OR INTAKE
EACH
60.0
$
$
90
7010
STANDARD OR SLIP FORM PORTLAND
CEMENT CONCRETE PAVEMENT, CLASS
C-SUD, CLASS 3 DURABILITY, 8.5 IN.
SY
497.9
$
$
91
7010
STANDARD OR SLIP FORM PORTLAND
CEMENT CONCRETE PAVEMENT, CLASS
C-SUD, CLASS 3 DURABILITY, 10 IN.
SY
41320.9
$
$
92
2304
TEMPORARY PAVEMENT
SY
1773.9
$
$
93
2304
TRANSITION PAVEMENT
SY
878.5
$
$
FORM OF BID
AECOM #60528991
FB -4 of 8 FY 2018 University Avenue Reconstruction - Phase I
Waterloo, Iowa
City Contract No. 933
Revised per Addendum No. 4 - 02113/18
ITEMEST.
NO.
ITEM CODE
ITEM
UNIT
QTY.
UNIT BID
PRICE
TOTAL BID
PRICE
94
7010
CURB AND GUTTER, SLOPED, VAR., 10 IN.
LF
1276.0
$
$
95
7010
CURB AND GUTTER, STANDARD, VAR.,
10 IN.
LF
103.5
$
$
96
7010
CONCRETE MEDIAN
SY
261.1
$
$
97
7010
LINSEED OIL SURFACE TREATMENT OF
PCC PAVING AND CURB AND GUTTER
SY
8264.2
$
$
98
7030
REMOVAL OF SIDEWALK, SHARED USE
PATH, OR DRIVEWAY
SY
682.2
$
$
99
7030
SHARED USE PATHS, PCC, 6 IN.
SY
5128.0
$
$
100
7030
PCC SIDEWALK, PCC, 4 IN.
SY
2180.0
$
$
101
7030
PCC SIDEWALK, PCC, 61N.
SY
129.9
$
$
102
TECHNICAL 400
STANDARD PORTLAND CEMENT COLORED
CONCRETE PAVEMENT, CLASS C-4,
CLASS 3 DURABILITY, 6 IN.
SY
2516.9
$
$
103
TECHNICAL 400
STANDARD PORTLAND CEMENT COLORED
CONCRETE PAVEMENT, CLASS C-4,
CLASS 3 DURABILITY, 10 IN.
SY
1177.3
$
$
104
7030
DETECTABLE WARNINGS, CAST IRON
SF
532.0
$
$
105
7030
DRIVEWAYS, PCC, 6 IN.
SY
527.5
$
$
106
7040
FULL DEPTH PATCHES, HMA
SY
260.6
$
$
107
7040
REMOVAL OF PAVEMENT
SY
55425.0
$
$
108
7040
CURB AND GUTTER REMOVAL
LF
1552.5
$
$
109
7040
SAWCUT FOR REMOVALS
LF
6895,8
$
$
110
8010
TRAFFIC SIGNAL
EACH
4.0
$
$
111
8010
TRAFFIC SIGNAL REMOVAL
EACH
4.0
$
$
112
8010
TEMPORARY TRAFFIC SIGNAL
EACH
4.0
$
$
113
8030
TRAFFIC CONTROL
LS
1.0
$
$
114
2523
LIGHT POLES
EACH
64.0
$
$
115
2523
ELECTRICAL CIRCUITS
LF
11561.0
$
$
116
8010
HANDHOLES AND JUNCTION BOXES
EACH
33.0
$
$
117
2523
CONTROL CABINET
EACH
2.0
$
$
118
2528
FLAGGER
EACH
5.0
$
$
119
8020
PAINTED PAVEMENT MARKINGS, SOLVENT
WATERBORNE
STA
621.7
$
$
120
8020
WET, RETROREFLECTIVE REMOVABLE
TAPE MARKINGS
STA
756.1
$
$
121
8020
PAVEMENT MARKINGS REMOVED
STA
404.3
$
$
122
8020
SYMBOLS AND LEGENDS REMOVED
EACH
18.0
$
$
123
2401
REMOVAL OF CONCRETE FOOTINGS OF
LIGHT POLES
EACH
52.0
$
$
124
2505
REMOVAL OF STEEL BEAM GUARDRAIL
LF
64.0
$
$
125
2505
STEEL BEAM GUARDRAIL
LF
87.5
$
$
FORM OF BID
AECOM #60528991
FB -5 of 8 FY 2018 University Avenue Reconstruction - Phase I
Waterloo, Iowa
City Contract No. 933
Revised per Addendum No. 4 - 02./13/18
ITEM
NO.
ITEM CODE
ITEM
UNIT
EST.
QTY.
UNIT BID
PRICE
TOTAL BID
PRICE
126
2505
STEEL BEAM GUARDRAIL END ANCHOR,
W -BEAM
EACH
1.0
$
$
127
2505
STEEL BEAM GUARDRAIL TANGENT END
TERMINAL, BA -205
EACH
1.0
$
$
128
2518
SAFETY CLOSURE
EACH
44.0
$
$
129
2524
REMOVE AND REINSTALL SIGN AS PER
EACH
12.0
$
$
130
2524
REMOVAL OF TYPE A SIGN ASSEMBLY
EACH
71.0
$
$
131
2524
PERFORATED SQUARE STEEL TUBE
POSTS
LF
846.0
$
$
132
2524
PERFORATED SQUARE STEEL TUBE POST
ANCHOR, BREAK -AWAY SOIL
INSTALLATION
EACH
64.0
$
$
133
2524
TYPE A SIGNS, SHEET ALUMINUM
SF
571.0
$
$
134
2524
TEMPORARY BUSINESS ACCESS SIGNS
EACH
24.0
$
$
135
2528
TEMPORARY BARRIER RAIL, CONCRETE
LF
2183.9
$
$
136
2528
TEMPORARY FLOODLIGHTING LUMINAIRE
EACH
12.0
$
$
137
2528
TEMPORARY LANE SEPARATION SYSTEM
LF
1367.3
$
$
138
2528
PORTABLE DYNAMIC MESSAGE SIGN
CDAY
110.0
$
$
139
9010
TEMPORARY SEEDING
ACRE
2.0
$
$
140
9040
SWPPP MANAGEMENT
LS
1.0
$
$
141
9010
SEEDING FERTILIZING, AND MULCHING
FOR HYDRAULIC SEEDING
ACRE
10.0
$
$
142
9040
SILT FENCE OR SILT FENCE DITCH CHECK
INSTALLATION
LF
2363.0
$
$
143
9040
REMOVAL OF SILT FENCE OR SILT FENCE
DITCH CHECK
LF
2363.0
$
$
144
9040
ROLLED EROSION CONTROL PRODUCT,
TYPE II
SQ
104.0
$
$
145
2601
MOWING
ACRE
5.0
$
$
146
9040
TEMPORARY INTAKE OR MANHOLE
COVER ASSEMBLY
EACH
23.0
$
$
147
9040
MAINTENANCE OF TEMPORARY INTAKE
OR MANHOLE COVER ASSEMBLY
EACH
23.0
$
$
148
9040
OPEN -THROAT CURB INTAKE SEDIMENT
FILTER
LF
61.0
$
$
149
9040
MAINTENANCE OF OPEN -THROAT CURB
INTAKE SEDIMENT FILTER
EACH
61.0
$
$
150
9040
GRATE INTAKE SEDIMENT FILTER BAG
EACH
3.0
$
$
151
9040
MAINTENANCE OF GRATE INTAKE
SEDIMENT FILTER BAG
EACH
3.0
$
$
152
9060
CHAIN LINK FENCE, 72 IN.
LF
311.0
$
$
FORM OF 81D
AECOM #60528991
FB -6 of 8 FY 2018 University Avenue Reconstruction - Phase I
Waterloo, Iowa
City Contract No. 933
Revised per Addendum No. 4 - 02/13/18
ITEM
NO.
ITEM CODE
ITEM
UNIT
EST.
QTY.
UNIT BID
PRICE
TOTAL BID
PRICE
153
9060
GATES, 72 IN., 16 LF
EACH
1.0
$
$
154
9060
REMOVAL OF FENCE
LF
330.9
$
$
155
9060
CHAIN LINK FENCE, TEMPORARY
LF
330.9
$
$
156
9070
MODULAR BLOCK RETAINING WALL
SF
1736.5
$
$
157
11020
MOBILIZATION
LS
1.0
$
$
158
11030
RELOCATION OF MAILBOXES
LS
1.0
$
$
159
11050
CONCRETE WASHOUT
LS
1.0
$
$
160
TECHNICAL 400
LANDSCAPING
LS
1.0
$
$
161
9010
WATERING
MGAL
100.0
$
$
TOTAL BID AMOUNT
$ Q a4,0 o�—
2. It is understood that the quantities set forth are approximate only and subject to variation and that the
unit bid price for the work done shall govern in the actual payment to Contractor.
3. In submitting this bid, the bidder understands that the right is reserved by the City of Waterloo, Iowa,
to reject any or all bids. If written notice of the acceptance of this bid is mailed, telegraphed, or
delivered to the undersigned within thirty (30) days after the opening thereof, or at any time thereafter
before this bid is withdrawn, the undersigned agrees to execute and deliver an agreement in the
prescribed form and furnish the required bond and certificate of the insurance within ten (10) days
after the agreement is presented to him for signature, and start work within ten (10) days after
"Notice to Proceed" is issued.
4. Security in the sum of
U fr /!v /Q
Dollars ($ S % ) in the form of
�O, 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 Bidders 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. 1 Date 2/8/2018
2 2/9/2018
3 2/12/2018
4 2/13/2018
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
AECOM #60528991
FB -7 of 8 FY 2018 University Avenue Reconstruction - Phase I
City Contract No. 933 Waterloo, Iowa
Revised per Addendum No. 4 - 02/93/18
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.
V fiC ; % .v 372 ee c "J ��zo, 2-//
(Name of Bidder) (Date)
BY: % (�= Title Av
Official Address: (Including Zip Code): Vieth Construction
Corporation
6419 NurUIC Ur .
CPriar Falls, IA 5()613
I.R.S. No. �. — 0 S6 9 7
FORM OF BID
AECOM #60528991
FB -8 of 8 FY 2018 University Avenue Reconstruction - Phase I
City Contract No. 933 Waterloo, Iowa
INFORMATION NEEDED
FOR
IOWA CONSTRUCTION SALES TAX EXEMPTION CERTIFICATE
CONTRACTOR NAME:
ADDRESS:
Vieth Construction
Corporation
641g Nordic Dr.
Cedar Falls, IA 50613
(Check One) PRIME SUBCONTRACTOR
FEDERAL ID#: d 2, - US v -5
PROJECT NAME:
(e,)1 ( ' /9 Ut , .1
PROJECT CONTRACT NO.:
?.3
DESCRIPTION OF WORK:
❑ Brickwork
❑ Carpentry
❑ Concrete
❑ Drywall -Plaster -Insulation
O Electrical
7-Excavation/Grading
O Flooring
O Heavy Construction
O Heating -Ventilating -Air Cond
SALES TAX EXEMPTION CERT
AECOM #60528991
❑ Landscaping
❑ Painting
❑ Paving
❑ Plumbing
❑ Roofing -Siding -Sheet Metal
0 Windows
❑ Wrecking -Demolition
❑ Other (Please specify)
STE-1 of 1 FY 2018 University Avenue Reconstruction - Phase 1
City Contract No. 933 Waterloo, Iowa
BID BOND
5/ ./ 4/<7
KNOW ALL MEN BY THESE PRESENTS, that we,
as Principal, and
as Surety are held and firmly bound unto the CITY OF WATERLOO , Iowa, hereinafter called
"OWNER." In the penal sum
Dollars ($ ) lawful money of the United States, for the payment
of which sum will and truly be made, we bind ourselves, our heirs, executors, administrators, and
successors, jointly and severally, firmly by these presents. The condition of this obligation is such that
whereas the Principal has submitted the accompanying bid dated the day of
, 20 , for
NOW, THEREFORE,
(a) If said Bid shall be rejected, or in the alternate,
(b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the form
specified and shall furnish a bond for his faithful performance of said contract, and for the payment of all
persons performing labor or furnishing materials in connection therewith, and shall in all other respects
perform the agreement created by the acceptance of said Bid,
Then this obligation shall be void, otherwise the same shall remain in force and effect; it being expressly
understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event,
exceed the penal amount of this obligation as herein stated.
By virtue of statutory authority, the full amount of this bid bond shall be forfeited to the Owner in
liquidation of damages sustained in the event that the Principal fails to execute the contract and provide
the bond as provided in the specifications or by law.
The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its
bond shall be in no way impaired or affected by any extension of the time within which the Owner may
accept such Bid or execute such contract; and said Surety does hereby waive notice of any such
extension.
IN WITNESS WHEREOF, the Principal and the Surety, have hereunto set their hands and seals, and
such of them as are corporations, have caused their corporate seals to be hereto affixed and these pres-
ents to be signed by their proper officers this day of , A.D. 201
(Seal)
Principal
By
(Title)
(Seal)
Witness Surety
By
Witness Attorney-in-fact
BID BOND
AECOM #60528991
BB -1 OF 1 FY 2018 University Avenue Reconstruction - Phase 1
City Contract No. 933 Waterloo, Iowa
NON -COLLUSION AFFIDAVIT OF PRIME BIDDER
State of _4—.6 ci--)3 )
)ss
C- /27'
County of
, being first duly sworn, deposes and says that:
1. He is (Ow 'Partner, Officer, Representative, or Agent) of ire , [7::-.1
C A_../S r C��ti� . , the Bidder that has submitted the attached Bid;
2. He is fully informed respecting the preparation and contents of the attached Bid and of all
pertinent circumstances respecting such Bid;
3. Such Bid is genuine and is not a collusive or sham Bid;
4. Neither the said Bidder nor any of its officers, partners, owners, agents, representatives,
employees, or parties in interest, including this affiant, has in any way colluded, conspired,
connived or agreed, directly or indirectly, with any other Bidder, firm or person to submit a
collusive or sham Bid in connection with the Contract for which the attached Bid has been
submitted or to refrain from bidding in connection with such Contract, or has in any manner,
directly or indirectly, sought by agreement or collusion or communication or conference with any
other Bidder, firm or person to fix the price or prices in the attached Bid or of any other Bidder, or,
to fix any overhead, profit or cost element of the bid price or the bid price of any other Bidder, or
to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage
against the City of Waterloo, Iowa, or any person interested in the Proposed Contract; and
5. The price or prices quoted in the attached Bid are fair and proper and are not tainted by any
collusion, conspiracy, connivance or unlawful agreement on the part of the Bidder or any of its
agents, representatives, owners, employees, or parties in interest, including this affiant.
206
(Signed)
Title
Subscribed and sworn to before me this day of *J •
•440,
My commission expires <3--\ -19
NON -COLLUSION AFFIDAVITS
Title
I N JANSEN
�
IISION NO.TI/490
AtMISStON EXPIRES
1•. 2019
NCA -1 of 2 FY 2018 University Avenue Reconstruction - Phase 1
AECOM #60528991 City Contract Nol. 933
Waterloo, Iowa
Bidder Status Form
Tel be completed by all bidders Part A
Please 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).
Yes ❑ No My company has an office to transact business in Iowa.
.Yes ❑ No My company's office in Iowa is suitable for more than receiving mail, telephone calls, and e-mail.
j4" Yes ❑ No My company has been conducting business in Iowa for at least 3 years prior to the first request for
bids on this project.
gYes ❑ 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 duringJJthe past 3 years at the following addr Ijeth Construction
Dates: _3 / ()/ I �'--- to /"f2‘-d/''r Address Corporation
6419 Nordic Dr.
City, State, Zip. Cedar Falls, IA 50613
Dates: / / to / / Address:
City, State, Zip.
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? ID Yes ❑ No
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
I 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:
///o..Date:
,� 2v
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)
BSF-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.
, -Yes ❑ No
❑ Yes ❑ No
❑ Yes ❑ No
D Yes ❑ No
❑ Yes 0 N
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.
❑ Yes ❑ No My business is a limited liability partnership which has filed a statement of qualification in this
state and the statement has not been canceled.
❑ Yes ❑ No
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.
❑ Yes ❑ No 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.
❑ Yes ❑ No
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.
❑ Yes ❑ No My business is a limited liability company whose certificate of organization is filed in Iowa and has
not filed a statement of termination.
❑ Yes 0 No
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
MBENVBE BUSINESS ENTERPRISE
PRE-BID CONTACT INFORMATION FORM
Prime Contractor Name: 1/16:7* - ' j j Project: Letting Date: 2/`J
NO MBE/WBE SUBCONTRACTORS: if you are NOT using any`MBEIWBE subcontractors to complete this project, sign below. Attach a brief explanation
as to why subcontracting was not feasible with this project. If any MBE/WBE subcontractors will be used, please use the bottom portion of this form.
Contractor Signature: Title: �r `-- Date: 2-7;..5-/
SUBCONTRACTORS APPLICABLE: You are required, in order for your bid to be considered responsive, to provide the information on this form showing
ALL of your MBE/WBE subcontractor contacts made for your bid submission. This information is subject to verification. Any questions should be directed
to Contract Compliance Office 319-291-4429.
You are required, in order for your bid to be considered responsive, to provide the information on this Form showing your MBE/WBE Business Enterprise
contacts made prior to your bid submission. This information is subject to verifications and confirmation.
If you are unable to identify MBE/WBE firms to perform portions of the work, please contact Louis Starks, Contract Compliance Officer, for assistance at
(319) 291-4429.
In the event it is determined that the MBE/WBE Business Enterprise goals are not met, then before awarding the contract the City of Waterloo will make a
determination as to whether or not the apparent successful low bidder made good faith efforts to meet the goals.
TABLE OF INFORMATION SHOWING BIDDER'S PRE-BID
MBENVBE BUSINESS ENTERPRISE CONTACTS
Quotes Received Quotation used in bid
MBE/WBE
Subcontractors
Dates
Contacted
Yes/No
Dates
Contacted
Yes/No
Dollar Amount Proposed to
be Subcontracted
771i <3 i A-)4€ x--S"/S,r--,7-
2--// 7/
L ---i z'-_.-1
2/i /
/t--)'-)
C)
Qce/ctc_ c�,ti,_(.
l// `
`i-/.3
21 /7am
/,_.),.,
J
C ce 4-77 i G---'A-J< �,�?--i2":.4
2/I��
A...%
•2— /j >
A.),,
c,.
'V,tU 1'—_ '; c_
Z7<%%
%L),
-////
,,t-;
�,
(Form CCO-4) Rev. 06-20-02
c
2-7/,c-// /0,.) 27/ J -//u
<-)
MBE/WBE PARTICIPATION M-8 of 8 FY 2018 University Avenue Reconstruction - Phase 1
AECOM #60528991 City Contract No. 933 Waterloo, Iowa
VCC
VIETH CONSTRUCTION CORPORATION
6419 NORDIC DRIVE CEDAR FALLS IA. 50613
Contact: TONY VIETH
Phone: 319-277-1006 OR 319-415-3470 CELL
Fax: 319-277-3383
COMPUTER GENERATED BID FORM Job Name:
2081 UNIVERSITY AVE- W'LOO.
ITEM
DESCRIPTION
QUANTITY
UNIT
UNIT PRICE
AMOUNT
1
CLEAR & GRUB
44.00
UNIT
85.00
3,740.00
2
ON-SITE TOPSOIL
3,708.00
CY
9.50
35,226.00
3
FURNISH TOPSOIL
2,537.00
CY
17.00
43,129.00
4
CL. 10 EXCAVATION
23,562.00
CY
4.00
94,248.00
5
CL. 10 UNSUITABLE
4,464.00
CY
16.00
71,424.00
6
CL. 10 WASTE
28,018.00
CY
16.00
448,288.00
7
CL. 13 EXCAVATION
65.00
CY
188.00
12,220.00
8
12" SG PREP
43,545.20
SY
0.75
32,658.90
9
GEOTEXTILE SG TRMT.
2,066.00
SY
3.75
7,747.50
10
MODIFIED SUBBASE
16,925.90
CY
39.00
660,110.10
11
REMOVE STRUCTURES
20.00
EA
400.00
8,000.00
12
REPLACE UNSUITABLE BACKFILL MATL.
500.00
CY
46.00
23,000.00
13
15" RCP STORM SWR.
1,307.40
LF
44.00
57,525.60
14
18" RCP STORM SWR.
1,201.80
LF
52.00
62,493.60
15
24" RCP STORM SWR.
2,524.90
LF
56.00
141,394.40
16
30" RCP STORM SWR.
1,158.50
LF
74.00
85,729.00
17
36" RCP STORM SWR.
770.00
LF
83.00
63,910.00
18
42" RCP STORM SWR.
476.70
LF
105.00
50,053.50
19
48" RCP STORM SWR.
397.40
LF
120.00
47,688.00
20
60" RCP STORM SWR.
66.80
LF
213.00
14,228.40
21
44 X 27 RCP STORM SWR.
626.40
LF
109.00
68,277.60
22
52 X 32 RCP STORM SWR.
506.90
LF
129.00
65,390.10
23
58 X 91 RCP STORM SWR.
12.00
LF
615.00
7,380.00
24
68 X 106 RCP STORM SWR.
12.00
LF
725.00
8,700.00
25
6" PVC STORM SWR.
6.00
LF
285.00
1,710.00
26
REMOVE STORM <36"
7,646.00
LF
9.00
68,814.00
27
REMOVE STORM > 36"
1,447.00
LF
21.00
30,387.00
28
ABANDON & PLUG STORM >36"
105.00
LF
118.00
12,390.00
29
6" SUBDRAIN
11,837.70
LF
11.75
139,092.98
30
EXISTING SD OUTLET & CONNECTIONS
27.00
EA
825.00
22,275.00
31
DR -303 SUBDRAIN OUTLET
99.00
EA
220.00
21,780.00
32
4" DIP WATER NITRILE GASKETS
9.00
LF
100.00
900.00
33
6" DIP WATER NITRILE GASKETS
95.40
LF
97.00
9,253.80
34
8" DIP WATER NITRILE GASKETS
102.80
LF
95.00
9,766.00
Page 1 of 4
ITEM
DESCRIPTION
QUANTITY
UNIT
UNIT PRICE
AMOUNT
35
12" DIP WATER NITRILE GASKETS
103.20
LF
111.00
11,455.20
36
16" DIP WATER NITRILE GASKETS
7.00
LF
630.00
4,410.00
37
20" DIP WATER NITRILE GASKETS
4.00
LF
1,050.00
4,200.00
38
8" TRENCHLESS DIP WTR./NITRILE/REST. JTS.
116.50
LF
150.00
17,475.00
39
12" TRENCHLESS DIP WTR. NITRILE/REST.JTS.
1,710.40
LF
162.00
277,084.80
40
6" TRENCHLESS DIP WTR. NITRILE/REST. JTS.
W CASING
72.00
LF
514.00
37,008.00
41
8" TRENCHLESS DIP WTR. NITRILE/REST. JTS.
W CASING
289.30
LF
585.00
169,240.50
42
12" TRENCHLESS DIP WTR. NITRILE/REST. JTS
W CASING
320.80
LF
987.00
316,629.60
43
4" DIP 22.5 ELBOW
1.00
EA
425.00
425.00
44
6" DIP MJ CAP
1.00
EA
320.00
320.00
45
6" DIP 45 ELBOW
8.00
EA
500.00
4,000.00
46
6 X 8 DIP REDUCER
1.00
EA
265.00
265.00
47
8" DIP MJ CAP
1.00
EA
375.00
375.00
48
8" DIP45 ELBOW
6.00
EA
525.00
3,150.00
49
12" DIP MJ CAP
2.00
EA
480.00
960.00
50
12" DIP 90 ELBOW
6.00
EA
775.00
4,650.00
51
12" DIP 45 ELBOW
9.00
EA
775.00
6,975.00
52
12" DIP TEE
4.00
EA
1,330.00
5,320.00
53
12 X 4 DIP TEE
1.00
EA
1,250.00
1,250.00
54
12 X 6 DIP TEE
2.00
EA
1,280.00
2,560.00
55
12 X 8 DIP TEE
2.00
EA
1,300.00
2,600.00
56
12 X 8 DIP REDUCER
1.00
EA
535.00
535.00
57
16" DIP MJ CAP
1.00
EA
700.00
700.00
58
16 X 12 DIP REDUCER
2.00
EA
1,225.00
2,450.00
59
16 X 20 DIP REDUCER
1.00
EA
2,240.00
2,240.00
60
4" DIP RJ LONG SLEEVE
1.00
EA
375.00
375.00
61
6" DIP RJ LONG SLEEVE
5.00
EA
450.00
2,250.00
62
8" DIP RJ LONG SLEEVE
3.00
EA
480.00
1,440.00
63
12" DIP RJ LONG SLEEVE
6.00
EA
750.00
4,500.00
64
16" DIP RJ LONG SLEEVE
2.00
EA
1,280.00
2,560.00
65
20" RJ DIP LONG SLEEVE
1.00
EA
1,925.00
1,925.00
66
1" COPPER WATER SERVICE STUB
10.00
LF
265.00
2,650.00
67
1.5" COPPER WATER SERVICE STUB
105.00
LF
50.00
5,250.00
68
4" DIP GATE VALVE
1.00
EA
1,015.00
1,015.00
69
6" DIP GATE VALVE
3.00
EA
1,335.00
4,005.00
70
8" DIP GATE VALVE
4.00
EA
1,600.00
6,400.00
71
12" DIP GATE VALVE
16.00
EA
2,450.00
39,200.00
72
FIRE HYDRANT
4.00
EA
5,650.00
22,600.00
73
REMOVE FIRE HYDRANT
2.00
EA
1,065.00
2,130.00
74
SW -402 MANHOLE
5.00
EA
3,550.00
17,750.00
75
SW -403 MANHOLE
6.00
EA
5,425.00
32,550.00
76
SPECIAL 1 MANHOLE
2.00
EA
14,150.00
28,300.00
77
SPECIAL2 MANHOLE Vieth Construction
EA
13,500.00
13,500.00
78
SW -501 MODIFIED INTAKE Corporation
1.00
EA
4,150.00
4,150.00
6419 Nordic Dr.
Cedar Falls, IA 50613
Page 2 of 4
ITEM
DESCRIPTION
QUANTITY
UNIT
UNIT PRICE
AMOUNT
79
SW -508 MODIFIED INTAKE
9.00
EA
5,900.00
53,100.00
80
SW -510 MODIFIED INTAKE
6.00
EA
7,150.00
42,900.00
81
SW -507 INTAKE
7.00
EA
4,700.00
32,900.00
82
SW -508 INTAKE
5.00
EA
5,600.00
28,000.00
83
SW -509 INTAKE
6.00
EA
6,050.00
36,300.00
84
SW -510 INTAKE
3.00
EA
7,300.00
21,900.00
85
SW -511 INTAKE
1.00
EA
3,700.00
3,700.00
86
SW -545 INTAKE
10.00
EA
5,400.00
54,000.00
87
MINOR MH / INTAKE ADJUST
8.00
EA
525.00
4,200.00
88
CONNECT TO EXIST. MH / INTAKE
15.00
EA
975.00
14,625.00
89
REMOVE MH / INTAKE
60.00
EA
410.00
24,600.00
90
8.5" PCCP
497.90
SY
48.00
23,899.20
91
10" PCCP
41,320.90
SY
43.50
1,797,459.15
92
TEMP. PAVEMENT
1,773.90
SY
44.00
78,051.60
93
TRANSITION PAVEMENT
878.50
SY
56.00
49,196.00
94
10" SLOPED CURB & GTR.
1,276.00
LF
25.00
31,900.00
95
10" CURB & GTR.
103.50
LF
30.00
3,105.00
96
CONCRETE MEDIAN
261.10
SY
38.00
9,921.80
97
LINSEED OIL TREATMENT
8,264.20
SY
0.50
4,132.10
98
REMOVE SIDEWALK/PATH/DRIVE
682.20
SY
8.25
5,628.15
99
6" PCCP SHARED PATHS
5,128.00
SY
31.50
161,532.00
100
4" PCC SIDEWALK
2,180.00
SY
33.00
71,940.00
101
6" PCC SIDEWALK
129.90
SY
66.00
8,573.40
102
6" COLORED PCC PAVEMENT
2,516.90
SY
117.00
294,477.30
103
10" COLORED PCC PAVEMENT
1,177.30
SY
141.00
165,999.30
104
CAST IRON DETECT. WARNINGS
532.00
SF
33.00
17,556.00
105
6" PCC DRIVES
527.50
SY
42.00
22,155.00
106
HMA FULL DEPTH PATCHES
260.60
SY
104.00
27,102.40
107
REMOVE PAVEMENT
55,425.00
SY
6.75
374,118.75
108
REMOVE CURB & GTR.
1,552.50
LF
8.00
12,420.00
109
SAWCUT FOR REMOVALS
6,895.80
LF
5.50
37,926.90
110
TRAFFIC SIGNAL
4.00
EA
215,000.00
860,000.00
111
REMOVE TRAFFIC SIGNAL
4.00
EA
2,100.00
8,400.00
112
TEMP. TRAFFIC SIGNAL
4.00
EA
13,000.00
52,000.00
113
TRAFFIC CONTROL
1.00
LS
31,000.00
31,000.00
114
LIGHT POLES 64
64.00
EA
4,700.00
300,800.00
115
ELECTRICAL CIRCUITS
11,561.00
LF
10.00
115,610.00
116
HANDHOLES & JUNCTION BOXES
33.00
EA
995.00
32,835.00
117
CONTROL CABINET
2.00
EA
6,000.00
12,000.00
118
FLAGGER
5.00
EA
625.00
3,125.00
119
PAINT MKGS. WATER
621.70
STA
47.00
29,219.90
120
WET TAPE MKGS.
756.10
STA
110.00
83,171.00
121
REMOVE PAINT MKGS.
404.30
STA
48.00
19,406.40
122
REMOVE SYMBOLS & LEGENDS
18.00
EA
105.00
1,890.00
123
REMOVE FTGS. OF LIGHT POLES
52.00
EA
550.00
28,600.00
124
REMQ%:Fr. A0&tri irtinn
64.00
LF
38.00
2,432.00
Corporation
6419 Nordic Dr.
Cedar Falls, IA 50613
Page 3 of 4
ITEM
DESCRIPTION
QUANTITY
UNIT
UNIT PRICE
AMOUNT
125
STEEL GUARDRAIL
87.50
LF
46.00
4,025.00
126
END ANCHOR GUARDRAIL
1.00
EA
2,900.00
2,900.00
127
BA -205 TERMINAL GUARDRAIL
1.00
EA
4,450.00
4,450.00
128
SAFETY CLOSURE
44.00
EA
130.00
5,720.00
129
R&R SIGN
12.00
EA
89.00
1,068.00
130
REMOVE TYPE A SIGN ASSEMBLY
71.00
EA
26.00
1,846.00
131
STEEL TUBE POSTS
846.00
LF
6.00
5,076.00
132
BREAKAWAY STEEL POSTS
64.00
EA
63.00
4,032.00
133
TYPEAALUM. SIGNS
571.00
SF
16.00
9,136.00
134
TEMP. BUSINESS ACCESS SIGNS
24.00
EA
165.00
3,960.00
135
TEMP. BARRIER RAIL
2,183.90
LF
8.50
18,563.15
136
TEMP. FLOODLIGHT
12.00
EA
1,150.00
13,800.00
137
TEMP. LANE SEPARATOR
1,367.30
LF
8.50
11,622.05
138
PORTABLE SIGN
110.00
CDAY
42.00
4,620.00
139
TEMP. SEEDING
2.00
ACRE
1,300.00
2,600.00
140
SWPPP MGMT.
1.00
LS
4,500.00
4,500.00
141
HYDRO SEED/FERT/MULCH
10.00
ACRE
2,800.00
28,000.00
142
SILT FENCE OR DITCH CHK.
2,363.00
LF
1.60
3,780.80
143
REMOVE SILT FENCE OR DITCH CHK.
2,363.00
LF
0.15
354.45
144
TYPE 2 RECP
104.00
SQ
16.00
1,664.00
145
MOWING
5.00
ACRE
130.00
650.00
146
TEMP. MH/INTAKE COVER ASSEMBLY
23.00
EA
525.00
12,075.00
147
MAINTAIN MH/INTAKE COVER ASSEMBLY
23.00
EA
55.00
1,265.00
148
OPEN THROAT INTAKE FILTER
61.00
LF
16.00
976.00
149
MAINTAIN OPEN THROAT FILTER
61.00
EA
11.00
671.00
150
GRATE INTAKE FILTER BAG
3.00
EA
275.00
825.00
151
MAINTAIN GRATE INTAKE FILTER BAG
3.00
EA
11.00
33.00
152
72" CHAIN LINK FENCE
311.00
LF
25.00
7,775.00
153
72" CL GATE 16'
1.00
EA
785.00
785.00
154
REMOVE FENCE
330.90
LF
8.00
2,647.20
155
TEMP. CHAIN LINK FENCE
330.90
LF
15.00
4,963.50
156
MOD. BLOCK RET. WALL
1,736.50
LF
30.00
52,095.00
157
MOBILIZATION
1.00
LS
462,000.00
462,000.00
158
RELOCATE MAIL BOXES
1.00
LS
7,500.00
7,500.00
159
CONCRETE WASHOUT
1.00
LS
8,500.00
8,500.00
160
LANDSCAPING
1.00
LS
175,000.00
175,000.00
161
WATERING
100.00
MGAL
80.00
8,000.00
GRAND TOTAL
$9,469,045.08
Vieth Construction
Corporation
6419 Nordic Dr.
Cedar Fails, IA 50613
Page 4 of 4
BID BOND
KNOW ALL MEN BY THESE PRESENTS, that we, Vieth Construction Corporation
as Principal, and North American Specialty Insurance Company '
as Surety are held and firmly bound unto the CITY OF WATERLOO , Iowa, hereinafter called
"OWNER." In the penal sum ---Five Percent of Total Bid Amount ---
Dollars ($ ---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 15th day of February
2018 , for FY 2018 University Avenue Reconstruction - Phase 1, Contract No. 933
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 8th day of February , A.D. 201 8
Witness
�a-
Witness Stacy Ve
BID BOND
AECOM #60528991
J
Vieth Construction Corporation
)Principal
By
(Seal) S' i -��
Northerican Special y- trurance Company,,An).
(Seal)
Sur t
By67-1(-4___.,r,
Dione R. Young At t n in- act
(Title)
BB -1 OF 1 FY 2018 University Avenue Reconstruction - Phase 1
City Contract No. 933 Waterloo, Iowa
SWISS RE CORPORATE SOLUTIONS
NORTH AMERICAN SPECIALTY INSURANCE COMPANY
WASHINGTON INTERNATIONAL INSURANCE COMPANY
WESTPORT INSURANCE CORPORATION
GENERAL POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS, THAT North American Specialty Insurance Company, a corporation duly organized and existing under
laws of the State of New Hampshire, and having its principal office in the City of Overland Park, Kansas and Washington International Insurance
Company a corporation organized and existing under the laws of the State of New Hampshire and having its principal office in the City of Overland
Park, Kansas, and Westport Insurance Corporation, organized under the laws of the State of Missouri, and having its principal office in the City of
Overland Park, Kansas each does hereby make, constitute and appoint:
JAY D. FREIERMUTH, CRAIG E. HANSEN, BRIAN M. DEIMERLY, SHIRLEY S. BARTENHAGEN, CINDY BENNETT, ANNE CROWNER,
TIM MCCULLOII„ STACY VENN, D1ONE R. YOUNG, and WENDY ANN CASEY JOINTLY OR SEVERALLY
Its true and lawful Attorney(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
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 North American Specialty Insurance Company and Washington Intemational Insurance Company at meetings duly called and held
on March 24, 2000 and Westport Insurance Corporation by written consent of its Executive Committee dated July 18, 2011.
"RESOLVED, that any two of the President, any Senior Vice President, any Vice President, any Assistant 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 Company 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 Company; and it is
FURTHER RESOLVED, that the signature of such officers and the seal of the Company 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
binding upon the Company when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached."
1ataiiisu .0aainuttttuoupw4,�6Q(1�POIIIPG2 �,3FtPUlT�PGC
gs
SEAL R :�,� o o SEAL
VAN 1979 a,0111 ~ n
0`• �•.•.•' b� Mike A. Ito, Senior Vice President of Washington International Insurance Company
//lllllllllll t2/ & Senior Vice President of North American Specialty insurance Company
& Senior Vice President of Westport insurance Corporation
IN WITNESS WHEREOF, North American Specialty Insurance Company, Washington International Insurance Company and Westport
Insurance Corporation have caused their official seals to be hereunto affixed, and these presents to be signed by their authorized officers this
this 3rd day of November , 20 17 ,
Steven P. Anderson, Senior Vice President of Washington International Insurance Company
& Senior Vice President of North American Specialty Insurance Company
& Senior Vice President of Westport Insurance Corporation
State of Illinois
County of Cook
On this 3rd day of
North American Specialty Insurance Company
Washington International Insurance Company
Westport Insurance Corporation
ss:
November , 20 17, before me, a Notary Public personally appeared Steven P. Anderson , Senior Vice President of
Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and Senior Vice President of
Westport Insurance Corporation and Michael A. Ito Senior Vice President of Washington International Insurance Company and Senior Vice President
of North American Specialty Insurance Company and Senior Vice President of Westport Insurance Corporation, 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 instrument to be the
voluntary act and deed of their respective companies.
1 OFFICIAL SEAL
M. KENNY
I Notary Public - State of Illinois
My Commission (spires
12/04!2021
\— �\ 1.V
M. Kenny, Notary Public
I, Jeffrey Goldberg , the duly elected Vice President and Assistant Secretary of North American Specialty Insurance Company, Washington
International Insurance Company and Westport Insurance Corporation do hereby certify that the above and foregoing is a true and correct copy of a
Power of Attorney given by said North American Specialty Insurance Company, Washington International Insurance Company and Westport Insurance
Corporation which is still in full force and effect.
IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Companies this 8th day of February , 2018
Jeffrey Goldberg, Vice President & Assistant Secretary of Washington International Insurance Company &
North American Specialty Insurance Company & Vice President & Assistant Secretary of Westport Insurance Corporation