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