Loading...
HomeMy WebLinkAboutVieth ConstructionVieth Construction Corporation 6419 Nordic Dr. Cedar Falls, IA 50613 C/ .0" -S 06/.4 /.0 Vieth Construction Corporation 6419 Nordic Dr. Cedar Falls, IA 50613 N FORM OF BID OR PROPOSAL FY 2018 ANSBOROUGH AVENUE IMPROVEMENTS FROM U.S. 20 TO SAN MARNAN DRIVE CITY CONTRACT NO. 942 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 z✓ _� . 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 Ansborough Avenue Improvements From U.S. 20 to San Marnan Drive, City Contract No. 942, 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 ANSBOROUGH AVENUE IMPROVEMENTS FROM U.S. 20 TO SAN MARNAN DRIVE CITY CONTRACT NO. 942 BID ITEM DESCRIPTION UNIT EST. QTY. UNIT BID PRICE TOTAL BID PRICE Division 1 1 EXCAVATION, CLASS 10, ROADWAY AND BORROW CY 3150 $ /4)_ $ 3// dCJ 2 TOPSOIL, FURNISH AND SPREAD CY 2175 SO $ /2 s J' C; $ 2 7 r fr `j .-. 3 MODIFIED SUBBASE CY 808 $ Te. 5,1) $ .3 . fl & - 4 STANDARD OR SLIP FORM PORTLAND CEMENT CONCRETE PAVEMENT, CLASS C, CLASS 3 DURABILITY, 10 IN. SY 2510 _ $$ .57 �l CS/6 5 PORTLAND CEMENT CONCRETE PAVEMENT SAMPLES� LS 1 $• 2 � -�- $ `" - 4 " 6 REMOVAL OF SIGN EACH 4 $ cz_9 $ J % c., 8 INTAKE, SW -507 EACH 2 $ tZc1U r $ �dC' FORM OF BID CITY CONTRACT NO. 942 BF -1 of 5 9 INTAKE, SW -509 EACH 6 $ ft q°4) $ Z % ieckk. " 10 SUBDRAIN, PVC, STANDARD, PERFORATED, 6 IN, LF 1504 $S 0 ��• $ / 7 L C c, 11 SUBDRAIN OUTLET, DR -303 EACH 20 $ ZOO to $ 7 c���� 12 STORM SEWER GRAVITY MAIN, TRENCHED, REINFORCED CONCRETE PIPE (RCP), 2000D (CLASS III), 15 IN. LF 91 $ L ` ' $ 74 & CI _- 13 STORM SEWER GRAVITY MAIN, TRENCHED, REINFORCED CONCRETE PIPE (RCP), 2000D (CLASS III), 18 IN. LF 24 $ - /f $ 2-6 A.) .- 14 REMOVE STORM SEWER PIPE LESS THAN OR EQUAL TO 36 IN. LF 863 $ '� t� G $ / U 15 REMOVAL OF PAVEMENT SY 706 $ // v $ ? J ‘' 16 REMOVAL OF INTAKES AND UTILITY ACCESSES EACH 3 $ .�`-: ' $ / - Q .- 17 RECREATIONAL TRAIL, PORTLAND CEMENT CONCRETE, 6 IN. SY 75 $ il--S' - $ _7(r.6,-_, 18 REMOVAL OF SIDEWALK SY 155 $ /1 $ /%v5 - 19 SIDEWALK, P.C. CONCRETE, 4 IN. SY 31 $ 51---, $` 53-a 20 SIDEWALK, P.C. CONCRETE, 6 IN. SY 110 $ 5 u .- $ <ra 3 ` 0 - 21 DETECTABLE WARNINGS SF 125 $ 5- $ 7/ 2,...s- 22 CURB AND GUTTER, P.C. CONCRETE, 1.5 FT. LF 1586 $ • 75- / $ 52) 3S. -- 23 CURB AND GUTTER, P.C. CONCRETE, 2.0 FT. LF 76 $ 77 J` ' $ 2-1-5-4, - 24 COMBINED CONCRETE SIDEWALK AND RETAINING WALL CY3 79 $ ¢.5- ` - $ .533 25 REMOVE AND REINSTALL SIGN AS PER PLAN EACH 9 $ 2-/ 3 $ / / 1 - 26 PERFORATED SQUARE STEEL TUBE POSTS LF 4 $ /4- " $ 27 PERFORATED SQUARE STEEL TUBE POST ANCHOR, BREAK -AWAY SOIL IN STALLATION EACH 4 $ Z fo -" $ p6 0 - 28 TYPE A SIGNS, SHEET ALUMINUM SF 86 $ `'3 $ ��� 29 TRAFFIC SIGNALIZATION LS 1 $ 25,', aco _. $ 2-Se(JdU 30 OR SOLVENT BASEDPAINTED PAVEMENT MARKING, WATERBORNE STA 49 $ 59 - $ L G 9/ 31 PAINTED SYMBOLS AND LEGENDS, WATERBORNE OR SOLVENT -BASED EACH 17 $ / L L $ 2p 0-U -- 32 PAVEMENT MARKINGS REMOVED STA 31 $ 3 2 $ l�(� 7 33 SYMBOLS AND LEGENDS REMOVED EACH 12 $� $ /9(- Y-30 34 TEMPORARY BARRIER RAIL, CONCRETE LF 1617 $ fes; - $ 71 /G6 FORM OF BID CITY CONTRACT NO. 942 BF -2 of 5 35 TRAFFIC CONTROL LS 1 $ ?boo $ U'Ac� ' 36 FLAGGERS EACH 25 $ 1 25 -' $ /6,,6 2+'- 37 MOBILIZATION LS 0.92 $is., $/6, S 38 TEMP CRASH CUSHION EACH6 $ /6o0 $ ?‘ dc.) 39 CONVERT RA-40 INTAKE TO SW-406 MANHOLE EACH 1 $ 39-6 G $ 3 r 52) — 40 CONVERT RA-70 INTAKE TO SW-406 MANHOLE EACH 5 .22 $ J � U $ i' Z Lit - 41 INTAKE PROTECTION EACH 8 $ /V 7 I $ g 5 c ^ 42 MAINTENANCE OF INTAKE PROTECTION EACH 8 $ SY I $ -,32_ 43 REMOVAL OF INTAKE PROTECTION EACH 8 $ Z v $ 2E, 44 TEMPORARY PAVEMENT SYMBOLS AND LEGENDS EACH 15 $ 3j $ 63vC, - 46 TEMPORARY PAVEMENT MARKINGS STA 42 $ /L 3 $ .$ /Gc .-- 47 SUBGRADE PREPARATION SY 2845 $ - $ 2-8 0S 48 MULCHING, BONDED FIBER MATRIX ACRE 1 $ 7c $ 764:), 49 SEEDING AND FERTILIZING (URBAN) ACRE 1 $ I/'3 j $ Z / 3,s-- 50 SILT FENCE LF 540 $ $A `a5.0 — 54 PERIMETER AND SLOPE SEDIMENT CONTROL DEVICE, 9 IN. DIA. LF 1652 $ '/ -- " �/ $33O 55 REMOVAL OF PERIMETER AND SLOPE SEDIMENTCONTROL DEVICE LF 1652$ ,-t., 34- a G --z..,.) $ 5-% p — Division 1 Total $766,32-2, Division 2 1 EXCAVATION, CLASS 10, ROADWAY AND BORROW CY 350 $ `Sr - $ 6 30v -- 7 APRONS, CONCRETE, 12 IN. DIA. EACH 2 $ 'C),._) $ ' Z-UU 17 RECREATIONAL TRAIL, PORTLAND CEMENT CONCRETE, 6 IN. SY 895 $fe•Z 7� - -- $ U, �G` .. 20 SIDEWALK, P.C. CONCRETE, 6 IN. SY 5 $ 60- $ act 21 DETECTABLE WARNINGS SF 40 $ 5`7 .' $ 2.Z.-8o 37 MOBILIZATION LS 0.06 $ /¢ Cj,j - $ /086-- 086-CULVERT, 45 CULVERT,CONCRETE ENTRANCE PIPE, 12 IN. DIA. LF 21 $ gP $ 064 50 SILT FENCE LF 710 $ L ` $ l 9:2-0 - 51 SILT FENCE FOR DITCH CHECKS LF 225 $ ,3.2-u $ 2 LU • REMOVAL OF SLT F52 FOR DITCH CHEICKSENCE OR SILT FENCE LF 1470 1470 $ C) 3S- $ s/�e -51.;' FORM OF BID CITY CONTRACT NO. 942 BF -3 of 5 53 MAINTENANCE OF SILT FENCE OR SILT FENCE FOR DITCH CHECK LF 1470 Q 3 $ Division 2 Total J ]rGJ / / .ter Overall Construction Total = Division 1 + Division 2 Division 1 —Ansborough Avenue from U.S. 20 to San Marnan Drive Division 2 — Trail along north side of San Marnan Drive 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 3-27 OA 414,E /'7 C -r•%_,( -- Dollars ($ ) in the form of r'; ,, 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 Resident Bidder Certification Bidder Certification ( ). (Mark one.) ), or Non -Resident 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. The bidder has received the following Addendum or Addenda: Addendum No. = Date 10. The bidder shall list the MBE/VVBE 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 FORM OF BID CITY CONTRACT NO. 942 BF -4 of 5 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. VIETH CONSTRUCTION CORP. 6419 NORDIC DR. 3/2-9/4 (Name of Bidder) CeDAZ FALLS, la f.;0613 (Date) BY: ic +---� C-) /( _ Title it:' 5 - Official Address: (Including Zip Code): Vieth Construction corporation 6419 Nordic Dr. Cedar Falls, IA 5(1613 I.R.S. No. c' Z — 7 .a FORM OF BID CITY CONTRACT NO. 942 BF -5 of 5 BID BOND 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 , 2018, for FY 2018 Ansborough Avenue Improvements From U.S. 20 to San Marnan Drive, City Contract No. 942. 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 day of , A.D. 2018. Witness (Seal) Principal By (Title) (Seal) Surety By Witness Attorney-in-fact BID BOND CITY CONTRACT NO. 942 BB -1 of 1 NON -COLLUSION AFFIDAVIT OF PRIME BIDDER State of County of , ,t_. —7- [/ /! 7 , being first duly sworn, deposes and says that: 1. He is Owner, artner, Officer, Representative, or Agent) , of L/C -7C1 , /C -C- , 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. (Signed) 12-191 Title Subscribed and sworn to before me this G..- 1 2018. My commission expires 3\ 1 d t1 �.0 day of kcmoh NON -COLLUSION AFFIDAVIT PRIME CITY CONTRACT NO. 942 Title KARI LYNN JANSEN COMMISSION NO 777490 MY COMMISSION EXPIRES MARCH 15, 2019 NCAP-1 of 1 Bidder ° Status Form To be completed by all bidders Part A Please answer "Yes" or "No" for each of the following: Yes No ,Yes No ,jaYes No ...,layes No *--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). My company has an office to transact business in Iowa. 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. Please complete Parts B and D of this form. If you answered "No" to one or more questions above, your company is a nonresident bidder. Please complete Parts C and D of this form. To be completed by resident bidders Part B My company has maintained offices in Iowa during the past 3 years at the following addresses: Dates: 3/ Cv / �`� to.i's,Address: ria1 ivniiir no., CEDAR FALLS, l,A 1:3061.."-3 City, State, Zip: 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 El Yes ❑ 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 prov,id}e_accurate and_tfuttlfyl information may be a reason to reject my bid. Firm Name: 6419 NORDIC Diff. C,[17)Ar; FALLS, IA 50613 Signature: /c7 Date: ./Z?,/it- 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) ITEMS OF POTENTIAL MBE/WBE PARTICIPATION NOTICE TO PROSPECTIVE BIDDERS: The following are items from the FY 2018 Ansborough Avenue Improvements From U.S. 20 to San Marnan Drive, City Contract No. 942, that have a potential for MBE/WBE Participation. This listing, however, is not intended to be all encompassing; to preclude MBE/WBE Contractors from bidding on any items of the Proposal as a Subcontractor or the entire Proposal as a Prime Contractor. BID ITEM DESCRIPTION UNIT EST. Q.L,� Division 1 1 EXCAVATION, CLASS 10, ROADWAY AND BORROW CY 3150 2 TOPSOIL, FURNISH AND SPREAD CY 2175 3 MODIFIED SUBBASE CY 808 4 STANDARD OR SLIP FORM PORTLAND CEMENT CONCRETE PAVEMENT, CLASS C, CLASS 3 DURABILITY, 10 IN. SY 2510 5 PORTLAND CEMENT CONCRETE PAVEMENT SAMPLES LS 1 6 REMOVAL OF SIGN EACH 4 8 INTAKE, SW -507 EACH 2 9 INTAKE, SW -509 EACH 6 10 SUBDRAIN, PVC, STANDARD, PERFORATED, 6 IN. LF 1504 11 SUBDRAIN OUTLET, DR -303 EACH 20 12 STORM SEWER GRAVITY MAIN, TRENCHED, REINFORCED CONCRETE PIPE (RCP), 2000D (CLASS III), 15 IN. LF 91 13 STORM SEWER GRAVITY MAIN, TRENCHED, REINFORCED CONCRETE PIPE (RCP), 2000D (CLASS III), 18 IN. LF 24 14 REMOVE STORM SEWER PIPE LESS THAN OR EQUAL TO 36 IN. LF 86 15 REMOVAL OF PAVEMENT SY 706 16 REMOVAL OF INTAKES AND UTILITY ACCESSES EACH 3 17 RECREATIONAL TRAIL, PORTLAND CEMENT CONCRETE,6IN. SY 75 18 REMOVAL OF SIDEWALK SY 155 19 SIDEWALK, P.C. CONCRETE, 4 IN. SY 31 ITEMS FOR MBE/WBE CITY CONTRACT NO. 942 IMW-1 of 4 20 SIDEWALK, P.C. CONCRETE, 6 IN. SY 110 21 DETECTABLE WARNINGS SF 125 22 CURB AND GUTTER, P.C. CONCRETE, 1.5 FT. LF 1586 23 CURB AND GUTTER, P.C. CONCRETE, 2.0 FT. LF 76 24 COMBINED CONCRETE SIDEWALK AND RETAINING WALL CY 79 25 REMOVE AND REINSTALL SIGN AS PER PLAN EACH 9 26 PERFORATED SQUARE STEEL TUBE POSTS LF 4 27 PERFORATED SQUARE STEEL TUBE POST ANCHOR, BREAK -AWAY SOIL IN STALLATION EACH 4 28 TYPE A SIGNS, SHEET ALUMINUM SF 86 29 TRAFFIC SIGNALIZATION LS 30 PAINTED PAVEMENT MARKING, WATERBORNE OR SOLVENT -BASED STA 49 31 PAINTED SYMBOLS AND LEGENDS, WATERBORNE OR SOLVENT -BASED EACH 17 32 PAVEMENT MARKINGS REMOVED STA 31 33 SYMBOLS AND LEGENDS REMOVED EACH 12 34 TEMPORARY BARRIER RAIL, CONCRETE LF 1617 35 TRAFFIC CONTROL LS 36 FLAGGERS EACH 25 37 MOBILIZATION LS 0.92 38 TEMP CRASH CUSHION EACH 6 39 CONVERT RA -40 INTAKE TO SW -406 MANHOLE EACH 1 40 CONVERT RA -70 INTAKE TO SW -406 MANHOLE EACH 5 41 INTAKE PROTECTION EACH 8 42 MAINTENANCE OF INTAKE PROTECTION EACH 8 43 REMOVAL OF INTAKE PROTECTION EACH 8 44 TEMPORARY PAVEMENT SYMBOLS AND LEGENDS EACH 15 46 TEMPORARY PAVEMENT MARKINGS STA 42 ITEMS FOR MBE/WBE CITY CONTRACT NO. 942 IMW-2 of 4 47 SUBGRADE PREPARATION SY 2845 48 MULCHING, BONDED FIBER MATRIX ACRE 49 SEEDING AND FERTILIZING (URBAN) ACRE 1 50 SILT FENCE LF 540 54 PERIMETER AND SLOPE SEDIMENT CONTROL DEVICE, 91N. DIA. LF 1652 55 REMOVAL OF PERIMETER AND SLOPE SEDIMENT CONTROL DEVICE LF 1652 Division 2 1 EXCAVATION, CLASS 10, ROADWAY AND BORROW CY 350 7 APRONS, CONCRETE, 12 IN. DIA. EACH 2 17 RECREATIONAL TRAIL, PORTLAND CEMENT CONCRETE, 6 IN. SY 895 20 SIDEWALK, P.C. CONCRETE, 6 IN. SY 5 21 DETECTABLE WARNINGS SF 40 37 MOBILIZATION LS 0.06 45 CULVERT, CONCRETE ENTRANCE PIPE, 12 IN. DIA. LF 21 50 SILT FENCE LF 710 51 SILT FENCE FOR DITCH CHECKS LF 225 52 REMOVAL OF SILT FENCE OR SILT FENCE FOR DITCH CHECKS LF 1470 53 MAINTENANCE OF SILT FENCE OR SILT FENCE FOR DITCH CHECK LF 1470 ITEMS FOR MBE/WBE CITY CONTRACT NO. 942 IMW-3 of 4 MBE/WBE GOALS FOR THIS PROJECT IMPORTANT: Prime Contract Bidders should be aware that ten percent (10%) MBE goal and a two percent (2%) WBE goal is attached to this project. "Certified Return Receipt' letters are no longer needed with the bid showing proof of contacting MBE or WBE Subcontractors, but the Pre -Bid Contact Information Form must be filled out completely. City of Waterloo Contract Compliance Officer: Contract Compliance Officer Community Development Board Carnegie Annex, Suite 202 620 Mulberry Street Waterloo, IA 50703 Phone: (319) 291-4429 ITEMS FOR MBE/WBE CITY CONTRACT NO. 942 IMW-4 of 4 N Z 0 N 0 W co 0 F- 0 - it Et aitEt WO Z - LL W Z O F - LUQ Z2 O m LI - Lu CO U W H m Z �O 0 0 E6 W a N 0 Prime Contractor Res O U U w a N U .s-, .. m 0 0 w - c 0 (o 0 o -° o Z _O -p .2 m o > N '2 0 u _ o a c Z T C U_,0 O m CO 0 o y • U 0 - O O n. a! C Y y6 i 0 w C ,N .� U am u' °a S Ol o C O U 0 E co. -_E ° o •ui o.'° w C p o z -g E (/) 3 'co c (on ;_o o m l w a°i 0 m U c=i E W m C a w aa) �:° om E Q � � a° i°m mW -op oN o o W 2 0 a 0 a C m N• = U U CO `� w _C p m W Y a'u) W c° vv� z • fY 0 a C c o 3 m CCI 0 LU 0= CO o 0 0 m 0 m 0 a c o N. m w > a) c o o a U c 0 E m 0 m m (gym LU .0 O w.�-m Q O-� ° U > '4-0- 0 0a a) mo o C Y F am ° 1E a) N a o-- U) m 9 p Z ® 0) O to/) N a ° t N m 0 _• 2 `nom �_ m (o N> 0 a E E; o a - a) 0 as 9 U a) (o 0 a °- w m '3 3 ° w 0 m o a o 0 ▪ 0 _° s m�c0 ) f6 .= CO w = w -v 0 ,�Qao m o o c o w °, a m o '� 0 � '5 0 0 �- W a9a E N Y -)w c W - a 0 u) so -0= 0 _ (O_N V m m0(n .a= wa)0 • Y m 3� Eo w m No)C9,n • m m o 0 as m o 3 a • m W a m m a w. c o m c E • U co o w m a c UJ = (0 N 0 0 2 2 O=O Ewmmo) aci H CO- `a)mj CO E To cis (n c° °O O = Y CO > Z W 3> m o 0) 'E a C Z a c ° • p) C 0 W CO > U m 'C Q U 9 0 o 0OL • Eo O1E> 17 •5 III o cn "0 Lm a) 0) m 3 °owe m_.. Q 0 c >E w Ey > c 0 u oac a) C U �° L N m O O> z o o p 0,_ U O U° C O 'O a o. 0 a .'C-. '- • N 0 O ul :13 '�U�o CC m°arc' E • ac ��a°0 0 ° a)a)- a00° 45 co c 00 =moo. 0) > o_00 0 o . ° 0 _Z O� o Y E W 0 c o 3 0 O c 0 o0) c a� Q , an d N (6 F- N N 9 N O m CO p v- o o N. ..p 'U '5-) j. Na)w Um0 m`o—m o -47746- 000 00 `m mo o c Q °) c =y o W O o. own c o 'OO cm °>� m m° Za c EU m o o CO W c." �K >,o o m o) c 0)0am m c o o Oc�� 22, 0 w- aai m-= m m� E g o o °) °� m o 6 mcaiO 0o0 a• ) o 0 �00 z w 2 03 c°' Orn O O O m >`�. = Y W aY cc -0 3-0 0 0 0 3 as C o o � C9o5c °aamm0 ° c 2�o IL) E� aa))�ocoi8 pa WO (>a w) or= N m o a mQ ca_ EL) c 0 c 0 a m 43N• om n0.CD0) ccmo m o wo- ° °�n9n3 E �a0>�o0 rn WK._ mo= -0 0 o E co �O ai0(o u,�-�� m O N m a = 0= c N o o Q au- o p c E o O o=_ .(1) m Ivo 0004- 0 m p0 CZ0 W3 I_0 -0 =a`) u, o,o E SOU aai m a, .(i) n c aa) > as -6 EUo 39 o.°p 3 w o.O� �:o _ mo WUm .n • Et -0,c., U s a`)aa) m U.Oo °= o v - C m aai o =a o:ar,.-. a) _ rnm o 00E° z � w ° 4-o Oc0>y Z 0, 4_ 0�° — �c as C U O m CO 0 c m CO p - O 'N m c,', N m e m p o c-oy 4-w o 2 am) c ) � ca 0-O ° o0-�-c 0 `o 00 u! _m' w cE• m� �oY �mm ° Wm 02 E °�`)o CpUaommco)- p °-Em�c cco -o ,°t .00 zaaic .-..0 ,C v'uc�iw 30 .n m, VWo c rom °o) a) EU =o 00 sOmE WC' we ( ro °=o a Wuj°mc00 0 '� '0CN ° •a o 7.O o a ° -0-°>-.72(11)) om o° w E E K w ° E o .0 'UO co Oa) m 0• - • aw000 WOW =m00 ` m C_NO 2Cn� mm� �.2�°00 3mUCw ujW6mO cmo v U mw c-oo E w my o Q — m z 0aQma m CO m o `° aa) N o m o o p m al 9 ci 2 d ala U -O N c « �' +�' N �) U m V V3 w m .0 0.) ° 2 '(_o w >,f: ° C L () 0 O 0 O m a m E C .a V! O Q L s m LI] U> V 0 a) 0 m E f .` N r E a < m a) i. 0 F o ,- f- 0° 4- y .0 0 a 0..mn 9 .- 00 0 Ni o_o O Ci w V o LO W II-- 0 SI Form CCO-4A Rev. 07-08-02 0 0 a) -J a) O _c 0 Q +' o= _. O ns C a) 0) Q U a) (i) N Q o 0- .-C-, ` N O g o LLI Q E I2 o� U) u_ !J oov (L)wZ a ) ce 0 L'f ° W LU W 1 al Z Eo W LU Et U m cn O LL co a W Z m o Lo U a W o mFa- o W Z c a m 0 N-„, C .0 o W a 5 C0.03 I-a.) EO 4 _el <.) z u, 2 a C?, ca a OIi _j O C OF,-, >' u) ..'D i� (/ 4- N ,k..,.. t= w 0) f L`_ 01' Y U CJS- 'Qc o I-- Z -c) � iiisi O w > V > Z CD = C L L o o U W (/) `�• (D m (D E -E-'C � O U W '� O CD CO c c CO 0 O Q L a. Z 0 o (D 0 Contractor Signature: E F O c 00 u) O a) L 1E t7; c0 L C O D O (D O Cr CO L. O c W U 96 (6 Q m O Eg Lu 0 O.0 co c 0 0 cD L � a) O E o (n a) > >, O o 70 0 0) 0 O o) OL O .0 (D .'C� 0 .� (I) �' o u) E o a) > O O O �o N C LL U Y C Ou) -a co co t Q(D 1E N� O O 2 so c (n .N O ate) 0 o c c a) coJ o �. o(a cro a) w U U a) -0C caLa3 _co (n t-- E m o c }; O o > a) 0) °o c00 Ea) -a �.' o l csa °c 03 oo E a) a) .Q a) n 2 L -a 7 7 7 (o L-0 o.ca O u)7 oQ Q-c� o >,'- O O a) O)O L Oa) L L ° •c_ n a) O C 'u) O U) L O O-0 °.0 C U _c (D ' u) U O W 3 N . Q co N y v,co-N 0) mo. 2 o= o0.0 o m O a) w O L Q U W O >"gC O15= me iii O•o Y L L p 7 W O Q L L _c U u) o WC) o U m Y >'- m L L a) J U L.22ci c a O Q >, N -a O aW c L �v a) oo.�� c u 0 oEogE ns 0 O Dp O t V 0 N -a � CD T- 7 c sio U O*':0� _ ix J .s C (D 5 O Y O z < w a) a) a) c � � a cu tea) moo a 0)(.1) >-( CO (1) W c u) av Soa W 0 CU m uW) Z 0- 0 W co Z N O( W ce co OW Z m Ow LL COm 1-- Quotes Received Quotation used in bid Dollar Amount Proposed to be Subcontracted V) Yes/No Dates Contacted �r0 \ W Yes/No l Dates Contacted 3 W MBE/WBE Subcontractors 1 ,- w 0 ll i' , % E IIS u 'v N O LL 0 (Form CCO-4) Rev. 06-20-02 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 the Bid Submitted --- 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 29th day of March 2018 , for FY 2018 Ansborough Avenue Improvements From U.S. 20 to San Marnan Drive, City Contract No. 942 NOW, THEREFORE, (a) If said Bid shall be rejected, or in the altemate, (b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the form specified and shall fumish 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 8th day of March , A.D. 2018 . ALA. r A fileal Anne Crowner Vieth Construction Corporation Principal By de-e.a 4 (Title) (Seal) f".___) North Am lcan Specialty Insurance Comparreal) -rely By L, l ,� Attorne in -f Dione R. Young 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 McCULLOH„ STACY VENN, DIONE R. YOUNG, and WENDY ANN CASEY JOINTLY OR SEVERALLY Its true and lawful Attomey(s)-in-Fact, to make, execute, seal and deliver, for and on its behalf and as its act and deed, bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies, as surety, on contracts of suretyship as are or may be required or permitted by law, regulation, contract or otherwise, provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of: ONE HUNDRED TWENTY FIVE MILLION ($125,000,000.00) DOLLARS 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 International 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." \��p1\11111111110/i4 �`�"`°ptt,iaNA�"„a 33�Q�bN'o4ir � raw SEA -''L �E Ec)? SEAL :n. =oI ill, F. It. 1;r&:#* 1;!dV By l/r 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 By f try? l Mike A. I1o, Senior Vice President of Washington International Insurance Company & 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 • 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. OFFICIAL SEAL M. KENNY 1 Notary Public • State rd Illinois I My Commission Expires 12/04/2021 t�.5 \�• V L; AL�t 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 March , 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