Loading...
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