HomeMy WebLinkAboutVieth Construction Corp.F Vieth Construction
Corloration
64112, Nordic Dr.
Cedar Falls, IA 50613
010
/24 ,Th‘ -
i 4/u c
Z-) )
1
Vieth Construction
Corporation
6419 Nordic Dr.
Cedar FaiIs, IA 50613
/4 (
o 64b.,t) tr-o 5
FORM OF BID OR PROPOSAL
2018 REMEDIAL ACTIONS PHASE IIIB
CITY OF WATERLOO, IOWA
CITY CONTRACT NO. 949
Honorable Mayor and City Council
Waterloo, Iowa
Gentlemen:
1. The undersigned, being a Corporation existing under the laws of the State of c - , a
Partnership consisting of the following partners: I 4_
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 AECOM 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 2018 REMEDIAL ACTIONS PHASE IIIB, CITY
CONTRACT NO. 949, all in accordance with the above -listed documents and for the unit prices for
work in place for the following items and quantities:
2018 REMEDIAL ACTIONS PHASE IIIB
CITY OF WATERLOO, IOWA
CITY CONTRACT NO. 949
(Bid item Nos. 2 and 3 not used to eliminate confusion between Bid Item numbers and Drawing numbers listed below.)
Item
Description
Unit
Estimated
Quantiles
Unit Price
Total Amount
1
Pipe Televising - 8"-15"
LF
9,501.00
$ -
$ t•7 , SZ ----
4A
DWG 4 Columbia Street - 12 IN Pipe
Replacement 10-15 FT
LF
248.00
$ % 9_0
$ 3 2 1iu l
4B
DWG 4 Columbia Street - Restoration
SY
925.75
$ eu ..
$ 2 / 1 G '
4C
DWG 4 Columbia Street - Traffic Control
LS
1.00
$ 3 4-S-
$ 3 1.4
5A
DWG 5 Sumner Street - 8 IN Pipe
Replacement 15-20 FT
LF
137.00
$ 71 j
$ cI S S
?,
5B
DWG 5 Sumner Street - Restoration
SY
878.90
$ f'sU
$ 70, 3 r L -
5C
DWG 5 Sumner Street - Traffic Control
LS
1.00
$ 3 4-S
$ 3 L S
6A
DWG 6 Valley Drive - 8 IN Pipe
Replacement 0-10 FT
LF
40.00
$ 2
$ /, 6c1J
6B
DWG 6 Valley Drive - Restoration
SY
333.33
$ 2 .j - -
$ SI, (p(.. ,
7A
DWG 7 Upton Avenue - 8 IN Pipe
Replacement 10-15 FT
LF
20.00
$ 2„ 5 "
$ 6 sob
7B
DWG 7 Upton Avenue - Restoration
SY
166.67
$ 3C, -$
p p� .la
8A
DWG 8 Carriage Hill Road 8 IN Pipe
Replacement 0-10 FT
LF
122.00
$ /
$ / G
i p (.6
8B
DWG 8 Carriage Hill Road - Restoration
SY
506.67
$ /7 5 -
$ 93 ot)a '''''1:-.
8C
Co Gob Carriage Hill Road - Traffic
LS
1.00
$ 3 i 5 _
$ 3�s
9A
DWG 9 Carriage Hill Road - 8 IN Pipe
Replacem\ent 0-10 FT/
LF
95.00
$$
/
/u its -6
FORM OF BID
AECOM #60543369
CONTRACT NO. 949
BF -1 OF 4
Remedial Actions Ph IIIB
Item
Description
Unit
Estimated
Quantiles
Unit Price
Total Amount
9B
DWG 9 Carriage Hill Road - Restoration -
Area 1 - Street
SY
121.94$
$ / : ;
lF' L,/
9C
Area 2 DWG 9 Carriage Hill Road - Restoration
SY
338.48
$ 3 �;
$ ,,e), / �¢"
. --
9D
DWG 9 Carriage Hill Road - Traffic
Control
LS
1.00
$"U
$ .,vv —
10A
DWG 10 Hickory Street - 8 IN Pipe
Replacement 0-10 FTZ
LF
20.00
$ L /c; -
$
10B
DWG 10 Hickory Street - Restoration
SY
166.67
$ // v -
$ /L 233.2t_
1 OC
DWG 10 Hickory Street - Traffic Control
LS
1.00
$ 3 L ; -
$ 3 Ls— -
11A
DWG 11 Aladdin Street - 8 IN Pipe
Replacement 0-10 FT
LF
20.00
$ Z
$ �?cr� -
11B
DWG 11 Aladdin Street - Restoration
SY
166.67
$ /L)c. -
$ /x..,'617
11C
DWG 11 Aladdin Street - Traffic Control
LS
1.00
$ 3 Z,f-
$ 32_ S~ -
12A
DWG 12 Williston Road / Leavitt Street
Alley - 8 IN Pipe Replacement 0-10 FT
LF
20.00
$ 3 �'
$ 7� �� "
12B
DWG 12 Williston Road / Leavitt Street
Alley - Restoration
SY
88.89
$ ��'
$ s'�
(% r ¢. —
12C
DWG 12 Williston Road / Leavitt Street
Alley - Traffic Control
LS
1.00
$ 32._
$
L S' "
13A
DWG 13 Prospect Boulevard - 15 IN
Pipe Replacement 0-10 FT
LF
40.00
$ v
3
$ / 1 ov v
13B
DWG 13 Prospect Boulevard -
Restoration
SY
333.33
$ 2 .-
$ZS'
L1.733. --
13C
DWG 13 Prospect Boulevard - Traffic
Control
LS
1.00
$ -
3 L
$ 3 L j
14A
DWG 14 Prospect Boulevard - 10 IN
Pipe Replacement 0-10 FT
LF
20.00
$ -
�� S
$
%lv<� "
146
DWG 14 Prospect Boulevard - 10 IN
Pipe Replacement 10-15 FT
LF
20.00
$ f -Z
$
14C
DWG 14 Prospect Boulevard -
Restoration
SY
333.33
/ L s
$ /, 4, 662S
, --
14D
DWG 14 Prospect Boulevard - Traffic
Control
LS
1.00?j
2.S
32,5--
15A
DWG 15 Hammond Avenue / Lyon
Avenue - 8 IN Pipe Replacement 0-10 FT
LF
20.00
3 u 0
6 Cha
15B
DWG 15 Hammond Avenue / Lyon
Avenue - Restoration
SY
166.67
--
• 3 v
!o
.. UvU . '--
16A
DWG 16 Ravenwood Circle - 8 IN Pipe
Replacement 0-10 FT
LF
20.00
$ /c:, c,
$ 3 GCL, —
16B
DWG 16 Ravenwood Circle - 8 IN
Restoration
SY
166.67
$ ; -
3 �-
$ SD Q. r--
111,
TOTAL BID
7 LCL /L 9- g`
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
FORM OF BID
AECOM #60543369
CONTRACT NO. 949
BF -2 OF 4
Remedial Actions Ph IIIB
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 oA /3 /0 Ate- efW°✓! Dollars ($ 570 ) in the
form of ; l ✓•./ -7 , is submitted herewith in accordance with the INSTRUCTIONS
TO BIDDERS.
5. Attached hereto is a Non -Collusion Affidavit of Prime Contractor.
6. Attached hereto is a Bidder Status Form indicating Resident Bidder Certification ( ) or Non -
Resident Bidder Certification ( ). (Mark one.)
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.
Date
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).
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.
FORM OF BID CONTRACT NO. 949 BF -3 OF 4
AECOM #60543369 Remedial Actions Ph IIIB
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 VlatictlitedritsttractiOn
Corporation
641c) Nordic: Dr. Z�7
Cedar Falls, IA 50613 (Dat
Title //f •
(Name of Bidder) �(
BY: `"'_` (j -IL -b°1
Official Address: (Including Zip Code):
I.R.S. No.
FORM OF BID
AECOM #60543369
Vieth Construction
Corporation
6419 Nordic Dr,
Cedar Fail:3, IA 50613
dZ - 906
CONTRACT NO. 949 BF -4 OF 4
Remedial Actions Ph IIIB
Bidder Status Form
To be completed by all bidders
Part A
Please answer "Yes" or "No" for each of the following:
jj Yes El No
Yes ❑ No
Yes ❑ No
Yes ❑ No
Yes El 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 addreMieth Construction
Corporation
6419 Nordic Dr,
Cedar Falls, iA 60613
Dates:
/ L- / C_)_';-
� to �' J� �Y� Address:
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 ❑
force preferences or any other type of preference to bidders or laborers? 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: 1/1-7--4/
Signature:
t - Date: ? 7y
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)
ncr
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 0 N
❑ Yes ❑ No
❑ Yes ❑ No
❑ Yes 0 No
❑ Yes No
O Yes 0 No
❑ Yes 0 No
❑ Yes ❑ No
O Yes ❑ No
❑ Yes ❑ No
❑ Yes ❑ No
My business is currently registered as a contractor with the Iowa Division of Labor.
My business is a sole proprietorship and I am an Iowa resident for Iowa income tax purposes.
My business is a general partnership or joint venture. More than 50 percent of the general
partners or joint venture parties are residents of Iowa for Iowa income tax purposes.
My business is an active corporation with the Iowa Secretary of State and has paid all fees
required by the Secretary of State, has filed its most recent biennial report, and has not filed
articles of dissolution.
My business is a corporation whose articles of incorporation are filed in a state other than Iowa,
the corporation has received a certificate of authority from the Iowa secretary of state, has filed
its most recent biennial report with the secretary of state, and has neither received a certificate of
withdrawal from the secretary of state nor had its authority revoked.
My business is a limited liability partnership which has filed a statement of qualification in this
state and the statement has not been canceled.
My business is a limited liability partnership which has filed a statement of qualification in a
state other than Iowa, has filed a statement of foreign qualification in Iowa and a statement of
cancellation has not been filed.
My business is a limited partnership or limited liability limited partnership which has filed a
certificate of limited partnership in this state, and has not filed a statement of termination.
My business is a limited partnership or a limited liability limited partnership whose certificate of
limited partnership is filed in a state other than Iowa, the limited partnership or limited liability
limited partnership has received notification from the Iowa secretary of state that the application
for certificate of authority has been approved and no notice of cancellation has been filed by the
limited partnership or the limited liability limited partnership.
My business is a limited liability company whose certificate of organization is filed in Iowa and has
not filed a statement of termination.
My business is a limited liability company whose certificate of organization is filed in a state other
than Iowa, has received a certificate of authority to transact business in Iowa and the certificate
has not been revoked or canceled.
309-6001 (09-15)
BSF-2
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
,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
presents to be signed by their proper officers this day of , A.D. 20
(Seal)
Witness
Principal
(Seal)
By
(Title)
Surety
By
Witness Attorney-in-fact
BID BOND CONTRACT NO. 949 BB -1 OF 1
AECOM #60543369 Remedial Actions Ph 11113
NON -COLLUSION AFFIDAVIT OF PRIME BIDDER
State of4
)ss
County of A -4-G- )
, being first duly sworn, deposes and says that:
1. He is (-Owner, Partner, Officer, Representative, or Agent) of
, 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, ingluding this affiant.
(Signed)
/Pt -J.
20
Subscribed and sworn to before me this
Title
day of -Q
AA
My commission expires ,_)
/00
Title
*"' KARL LYNN JANSEN
* ,0""r
COMMISSION NO.777490
MY COMMISSION EXPIRES
MARCH 15, 2019
NON -COLLUSION AFFIDAVITS City Contract No. 949 NCA -1 of 2
AECOM #60543369 Remedial Actions Ph IIIB
Prime Contractor Name:
MBENVBE BUSINESS ENTERPRISE
/ PRE-BID CONTACT INFORMATION FORM
f Project: ,4-.,1ti � O /-1'C- Letting Date:
77/
NO MBE/WBE SUBCONTRACTORS: If you are NOT using any MBE/WBE 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: Date:
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
r
7 ;7/1./
/
f t'1 !'
f- 5
13 Jr ovC.,
t
s c_:v).,h
(2-/ ( 9
,-)U
//2.---i y 5
/4--.)
o
,
/90124 -aa ---0 t ✓ c -Tc,.
//////4
/4
7/Z-1
/4,
D
(Form CCO-4) Rev. 06-20-02
MBENVBE PARTICIPATION
AECOM #60543369
City Contract No. 949
PageM-7of7
Remedial Actions Ph IIIB
Attachment 1
SRF Required Front -End Specifications
(This form must be completed and signed by Prime Contractor and
submitted with the bid.)
U.S. Environmental Protection Agency
Certification of Non -Segregated Facilities
(Applicable to contracts, subcontracts, and agreements with applicants who are themselves
performing Federally assisted construction contracts, exceeding $10,000 which are not exempt
from the provisions of the Equal Opportunity clause.)
By the submission of this bid, the bidder, offeror, applicant, or subcontractor certifies that
he does not maintain or provide for his employees any segregated facilities at any of his
establishments, and that he does not permit his employees to perform their services at any
location, under his control, where segregated facilities are maintained. He certifies further that
he will not maintain or provide for his employees any segregated facilities at any of his
establishments, and that he will not permit his employees to perform their services at any
location, under his control, where segregated facilities are maintained. The bidder, offeror,
applicant, or subcontractor agrees that a breach of this certification is a violation of the Equal
Opportunity clause in this contract. As used in this certification, the term "segregated facilities"
means any waiting rooms, work areas, restrooms and washrooms, restaurants and other eating
areas, time clocks, locker rooms and other storage or dressing areas, parking Tots, drinking
fountains, recreation or entertainment areas, transportation, and housing facilities provided for
employees which are segregated by explicit directive or are in fact segregated on the basis of
race, creed, color, or national original, because of habit, local custom, or otherwise. He further
agrees that (except where he has obtained identical certifications from proposed subcontractors
for specific time periods) he will obtain identical certifications from proposed subcontractors prior
to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of
the Equal Opportunity clause; that he will retain such certifications in his files; and that he will
forward the following notice to such proposed subcontractors (except where the proposed
subcontractors have submitted identical certifications for specific time periods):
NOTICE TO PROSPECTIVE SUBCONTRACTORS OF REQUIREMENT FOR
CERTIFICATIONS OF NON -SEGREGATED FACILITIES
A Certification of Non -segregated Facilities, as required by the May 9, 1967, order (33
F.R. 7808, May 28, 1968) on Elimination of Segregated Facilities, by the Secretary of Labor,
must be submitted prior to the award of a subcontract exceeding $10,000 which is not exempt
from the provisions of the Equal Opportunity clause. The certification may be submitted either
for each subcontract or for all subcontracts during a period (i.e., quarterly, semiannually, or
annually).
Signature
rte(
Name and Title of Signer (Please Typ
ate
NOTE: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001.
EPA -7 5720-4.2
SRF -2 May 2015
Attachment 2
SRF Required Front -End Specifications
(This form must be completed and signed by the Prime Contractor and
submitted with the bid.)
Debarments and Suspensions
Any bidder or equipment supplier whose firm or affiliate is listed in on the U.S. General Services
Administration Excluded Parties List System web site at http://www.epls.gov/ will be prohibited
from the bidding process. Anyone submitting a bid who is listed on this web site will be
determined to be a non-responsive bidder in accordance with 40 CFR Part 31.
United States Environmental Protection Agency Washington, DC 20460
Certification Regarding Debarment, Suspension, and
Other Responsibility Matters
The prospective participant certifies to the best of its knowledge and belief that it and the
principals:
(a) Are not presently debarred, suspended, proposed for debarment, declared ineligible,
or voluntarily excluded from covered transactions by any Federal department or
agency;
(b) Have not within a three year period preceding this proposal been convicted of or had a
civil judgment rendered against them for commission o f fraud or a criminal offense in
connection with obtaining, attempting to obtain, or performing a public (Federal, State,
or local) transaction or contract under a public transaction: violation of Federal or
State antitrust statutes or commission of embezzlement, theft, forgery, bribery,
falsification or destruction of records, making false statements, or receiving stolen
property;
(c) Are not presently indicted for otherwise criminally or civilly charged by a government
entity (Federal, State, or local) with commission of any of the offenses enumerated in
paragraph (1) (b) of this certification; and
(d) Have not within a three-year period preceding this application/proposal had one or
more public transaction s (Federal, State, or local) terminated or cause or default.
I understand that a false statement on this certification may be ground for rejection of this
proposal or termination of the award. In addition, under 18 U SC Sec. 10 01, a false statement
ma y result in a fine of up to $10,000 or imprisonment for up to 5 years, or both.
/&:4-) V/ .i /f "4-4C,
Typed Name & Title of Authorized Re esentative
12 2/V/
Signature of Authorized Representative 'Dat
❑ I am unable to certify to the above statements. My explanation is attached.
EPA Form 5700-49 (11-88)
SRF -3 May 2015
Attachment 3
SRF Required Front -End Specifications
(This form must be completed and signed by Prime Contractor and
submitted with the bid.)
Disadvantaged Business Enterprise (DBE) Solicitation
It is EPA's policy that recipients of EPA financial assistance through the State Revolving Fund
programs award a "fair share" of subagreements to small, minority and women -owned
businesses, collectively know as Disadvantaged Business Enterprises (DBEs). Iowa's Fair
Share goals are:
Only work performed by certified DBEs can be counted toward the goals. In Iowa, DBEs must
be certified through the Iowa Department of Transportation (IDOT). Information on certification
requirements and a list of certified DBEs is on the IDOT website at
http:/lwww.iowadot.gov/contracts/contracts eeoaa.htm.
Prime contractors' DBE requirements for SRF projects include:
• Taking affirmative steps for DBE participation
• Documenting the efforts and the proposed utilization of certified DBEs
PROJECT INFORMATION
SRF Applicant:
Minority -Owned Business
Enterprise (MBE) Goal
Women -Owned Business
Enterprise (WBE) Goal
Construction
1.7%
2.2%
Supplies
0.6%
5.6%
Services
2.5%
11.3%
Goods/Equipment
2.5%
10.4%
Average
1.8%
7.4%
Only work performed by certified DBEs can be counted toward the goals. In Iowa, DBEs must
be certified through the Iowa Department of Transportation (IDOT). Information on certification
requirements and a list of certified DBEs is on the IDOT website at
http:/lwww.iowadot.gov/contracts/contracts eeoaa.htm.
Prime contractors' DBE requirements for SRF projects include:
• Taking affirmative steps for DBE participation
• Documenting the efforts and the proposed utilization of certified DBEs
PROJECT INFORMATION
SRF Applicant:
Bidder:
V QC i71C'cimv J /-,c'c
Address:
a 5,,"...L. t.,(.... ,o, G; y,
Contact Person:
c J r 1./ /6/2(
Signature:
_y
Phone Number:
/3 !' — 2) _._ /U p G
E -Mail Address:
/ e .{i c,)S -• c--0.--,-, �
@ 4,.�ri/e.ca--,,,
Check if Prime Contractor is: ❑ Minority -Owned ❑ Women -Owned
SRF -4
May 2015
GOOD FAITH EFFORTS CHECKLIST
Please complete the checklist to determine if you have complied with the requirement to make
good faith efforts to ensure that certified DBEs have the opportunity to compete for
procurements funded by EPA financial assistance funds. Bidders/offerers must make good faith
efforts prior to submission of bids/proposals.
1. Did you ensure that DBEs are made aware of contracting opportuni)ies to the fullest extent
practicable through outreach and recruitment activities? -Yes ❑ No
2. Did you make information on forthcoming opportunities available to DBEs and arrange time
frames for contracts and establish delivery schedules, where the requirements permit, in a way
that encourages and facilitates participation by DBEs in the competitive process? This includes,
whenever possible, posting solicitation for bids or proposals for a minimum of 30 calendar days
before the bid or proposal closing date. ) Yes ❑ No
3. Did you consider in the contracting process whether firms competing for large contracts
could subcontract with DBEs? This will include dividing total requirements, when economically
feasible, into smaller tasks or quantities to permit maximum participation by DBEs in the
competitive process. Yes ❑ No
4. Did you encourage contracting with a consortium of DBEs when a contract is too large for
one of these firms to handle individually? i Yes ❑ No
5. Did you use the services of the Small Business Administration and the Minority Business
Development Agency of the Department of Commerce to identify potential subcontractors?
Yes ❑ No
6. List the potential DBE subcontractors that were contacted. Only list those that are certified
through the Iowa Department of Transportation.
Name
How Contacted
(e.g. letter, phone
call, fax, e-mail)
Response (e.g. did not respond,
not interested, not competitive)
/% 1 oCJLGtif l •
E '1 ,
ccw,L.,i i f J<v, ci"14/y
"
A// /L,(1.-S.ocity J
gv4/� � --A-46/-7G CT[,,
''
PROPOSED UTILIZATION OF DBE SUBCONTRACTORS
Please include Attachments 4 and 5 to document the proposed utilization of certified DBE
subcontractors.
SRF -5 May 2015
CONTRACT ADMINISTRATION PROVISIONS
Several contract provisions are required to prevent unfair practices that adversely affect DBEs.
These include:
1 Prime Contractor must pay its Subcontractor for satisfactory performance no more than 30
days from the Prime Contractor's receipt of payment from the SRF loan recipient.
2. Prime Contractor must notify the SRF loan recipient in writing prior to termination of a DBE
subcontractor for convenience.
3. Prime Contractor must employ the six Good Faith Efforts to solicit a replacement
subcontractor if a DBE subcontractor fails to complete work under a subcontract for any
reason.
SRF -6 May 2015
Attachment 4
SRF Required Front -End Specifications
(This form must be completed and signed by Prime and DBE Subcontractor
for each subcontract and submitted with the bid.)
OMB Control No: 2090-0030
Approved 8/13/2013
Approval Expires 8/31/2015
United States Environmental Protection Agency Disadvantaged Business Enterprise Program
DBE Subcontractor Performance Form
This form is intended to capture the DBE1 subcontractor's2 description of work to be performed and the price of the work
submitted to the prime contractor. An EPA Financial Assistance Agreement recipient must require its prime contractor to
have its DBE subcontractors complete this form and include all completed forms in the prime contractor's bid or proposal
package.
Subcontractor Name
Project Name
Bid/Proposal No.
Assistance Agreement ID No.
(if known)
Point of Contact
Address
Telephone No.
Email Address
Prime Contractor Name
Issuing/Funding Entity
Contract Item
Number
Description of Work Submitted to he Prime Contractor Involving
Construction, Services, Equipment or Supplies
Price of Work Submitted to
the Prime Contractor
DBE Certified by DOT SBA
Meets/exceeds EPA certification standards?
YES NO Unknown
Other:
1A DBE is a Disadvantaged, Minority, or Woman Business Enterprise that has been certified by an entity from which EPA accepts
certification as described in 40 CFR 33.204-33.205 or certified by EPA. EPA accepts certifications from entities that meet or exceed
EPA certification standards as described in 40 CFR 33.202.
2Subcontractor is defined as a company, firm, joint venture, or individual who enters into an agreement with a contractor to provide
services pursuant to an EPA award of financial assistance.
EPA Form 6100-3 (DBE Subcontractor Performance Form) — Page 1
SRF -7 May 2015
OMB Control No: 2090-0030
Approved 8/13/2013
Approval Expires 8/31/2015
United States Environmental Protection Agency Disadvantaged Business Enterprise Program
DBE Subcontractor Performance Form
I certify under penalty of perjury that the forgoing statements are true and correct. Signing this form does not signify a
commitment to utilize the subcontractors above. I am aware of that in the event of a replacement of a subcontractor, I will
adhere to the replacement requirements set forth in 40 CFR Part 33 Section 33.302 (c).
Prime Contractor Signature
Print Name
Title
Date
Subcontractor Signature
Print Name
Title
Date
The public reporting and recordkeeping burden for this collection of information is estimated to average three (3) hours
per response. Send comments on the Agency's need for this information, the accuracy of the provided burden estimates,
and any suggested methods for minimizing respondent burden, including through the use of automated collection
techniques to the Director, Collection Strategies Division, U.S. Environmental Protection Agency (2822T), 1200
Pennsylvania Ave., NW, Washington, D.C. 20460. Include the OMB control number in any correspondence. Do not send
the completed form to this address.
EPA Form 6100-3 (DBE Subcontractor Performance Form) — Page 2
SRF -8 May 2015
Attachment 5
SRF Required Front -End Specifications
(This form must be completed and signed by Prime Contractor and submitted with the bid
if utilizing DBE subcontractors.)
OMB Control No: 2090-0030
Approved 8/13/2013
Approval Expires 8/31/2015
United States Environmental Protection Agency Disadvantaged Business Enterprise Program
DBE Subcontractor Utilization Form
This form is intended to capture the prime contractor's actual and/or intended use of identified certified DBE1
subcontractors2 and the estimated dollar amount of each subcontract. An EPA Financial Assistance Agreement Recipient
must require its prime contractors to complete this form and include it in the bid or proposal package. Prime contractors
should also maintain a copy of this form on file.
Prime ContractorraName
V ` RI (-3eA-s7 '
Project Name
/- -4' '-tel ` L 4--2
Bid/Proposal No.
�/
7'"
Assistance Agreement ID No.
(if known)
Point of Contact
--�
U
Address Vieth Construction
Corporation
Dr.
Telephone No. 6419Nordic
Cedar Falls, IA 50613
3/ ,-277 - A)0 C
Email Address
Yiefh c---,v1s-fGci,-f,a .,7,2.7,_*,.e,
Issuing/Funding Entity
I have identified potential DBE certified subcontractors
If yes, please complete the table below. If no, please explain:
YES
NO
Subcontractor
Name/Company
Name
Company Address/Phone/Email
Estimated Dollar
Amount
Currently DBE
Certified?
T?ivy
� � _1-4-,
w3 7, d c:.1,_)
f( 5
3,2- 3,2 -cam/
Continue on back if needed
1A DBE is a Disadvantaged, Minority, or Woman Business Enterprise that has been certified by an entity from which EPA accepts
certification as described in 40 CFR 33.204-33.205 or certified by EPA. EPA accepts certifications from entities that meet or exceed
EPA certification standards as described in 40 CFR 33.202.
2Subcontractor is defined as a company, firm, joint venture, or individual who enters into an agreement with a contractor to provide
services pursuant to an EPA award of financial assistance.
EPA Form 6100-4 (DBE Subcontractor Utilization Form) - Page 1
SRF -9
May 2015
OMB Control No: 2090-0030
Approved 8/13/2013
Approval Expires 8/31/2015
United States Environmental Protection Agency Disadvantaged Business Enterprise Program
DBE Subcontractor Utilization Form
I certify under penalty of perjury that the forgoing statements are true and correct. Signing this form does not signify a
commitment to utilize the subcontractors above. I am aware of that in the event of a replacement of a subcontractor, I will
adhere to the replacement requirements set forth in 40 CFR Part 33 Section 33.302 (c).
Prime Contractor Signature
Print Name
75 6,,,eC �
770411,1 (7* V(e, *'4-2
Title
Date
/74-475.
2-/-7(/
The public reporting and recordkeeping burden for this collection of information is estimated to average three (3) hours
per response. Send comments on the Agency's need for this information, the accuracy of the provided burden estimates,
and any suggested methods for minimizing respondent burden, including through the use of automated collection
techniques to the Director, Collection Strategies Division, U.S. Environmental Protection Agency (2822T), 1200
Pennsylvania Ave., NW, Washington, D.C. 20460. Include the OMB control number in any correspondence. Do not send
the completed form to this address.
EPA Form 6100-4 (DBE Subcontractor Utilization Form) - Page 2
SRF -10 May 2015
Attachment 4
SRF Required Front -End Specifications
(This form must be completed and signed by Prime and DBE Subcontractor
far each subcontract and submitted with the bid,)
OMB Control No: 2090-0030
Approved 8/13/2013
Approval Expires 8/31/2015
United States Environmental Protection Agency Disadvantaged Business Enterprise Program
DBE Subcontractor Performance Form
This farm is intended to capture the DBE' subcontractor's2 description_of work to be performed and the price of the work
submitted to the prime contractor. An EPA Financial Assistance Agreement recipient must require its prime contractor to
have its DBE subcontractors complete,this form and include all completed forms in the prime contractor's bid or proposal
package.
Subcontractor Name
i e /7Z 4.,ysr?''
Project Name h
i,�t-�= 4- Ree, ec. t an) I')7i ,i -e ` C)
Bid/Proposal No. f
�],
9
Assistance Agreement ID No.
(If known)
Point of Contact
,,
3''9-•% 1.. iz.,54
Address (/�
2 1. Ij � i o 8c,e .f..- .4e j tJa e/ Li ( 7 i
Telephone No. T
351- -. i b
Email Address
r /41.6 ,7 - ',-t»�rst .,v60 r'010t ). cc w7
Prime Contractor Name
Issuing/Funding Entity
Contract Item
Number
Description of Work Submitted to the
Construction, Services, Equipment
Prime Contractor Involving
or Supplies
Price of Work Submitted to
the Prime Contractor
1/n444`ti
Sa6 yi.;--0
00c.)
DBE Certified by e DOT SBA
Meetsl xceeds EPA certification standards?
YES NO Unknown
Other:
'A DBE Is a Disadvantaged, Minority, or Woman Business Enterprise that has been certified by an entity from which EPA accepts
certification as described In 40 CFR 33204-33.205 or =lifted by EPA. EPA accepts certifications from entitles that meet or exceed
EPA certification standards as described In 40 CFR 33.202.
2Subcontractor is defined as a company, firm, joint venture, or individual who enters Into an agreement with a contractor to provide
services pursuant to an EPA award of financial assistance.
EPA Form 6100-3 (DBE Subcontractor Performance Form) - Page 1
SRF -7 May 2015
OMB Control No: 2090-0030
Approved 8/13/2013
Approval Expires 8/31/2015
United States Environmental Protection Agency Disadvantaged Business Enterprise Program
DBE Subcontractor Performance Form
I certify under penalty of perjury that the forgoing statements are true and correct. Signing this form does not signify a
commitment to utilize the subcontractors above. I am aware of that in the event of a replacement of a subcontractor, I will
adhere to the replacement requirements set forth in 40 CFR Part 33 Section 33.302 (c),
Prime Contractor Signature
Print Name
""),Aee. Zr_24,-te—,
/07/46 /.:Aievd
Title
Date
/7,44 ,5.
-//.-2//, 2'
Subcontractor Signature
Print Name
""),Aee. Zr_24,-te—,
/07/46 /.:Aievd
Title
Date
Pro t e c'.: t- se71447 ge4.1
7/ '4/ 9
The public reporting and recordkeoping burden for this collection of information is estimated to average three (3) hours
per response. Send comments on the Agency's need for this information, the accuracy of the provided burden estimates,
and any suggested methods for minimizing respondent burden, including through the use of automated collection
techniques to the Director, Collection Strategies Division, U.S. Environmental Protection Agency (2822T), 1200
Pennsylvania Ave., NW, Washington, D.C. 20460. include the QMB control number in any correspondence. Do not send
the completed form to this address.
EPA Form 6100-3 (DBE Subcontractor Performance Form) — Page 2
SRF -8 May 2015
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 7th day of February
, 2019 , for 2018 Remedial Actions Phase IUB. City of Waterloo, Iowa - Contract
Nn R4R
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 22nd day of January , A.D. 2019
s Anne Crowner
North Am
By
Vieth Construction Corporation
(Seal)
Principal
(Title)
ican Specialty In
rety
By
nce Compan eat)
Attorn . i c' 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 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 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."
tohpTY
4.•461506.44;n.
4°
of SEAL
Sttee,en 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
Mike A. [to, 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
I Notary Public - State of Illinois
My Commission Expires
1210012021
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 this22nd day of January , 2019 .
Jeffrey Goldberg, Vice President & Assistant Secretary of Washington International lnsumnee Company &
North American Specialty Insurance Company & Vice President & Assistant Secretary of Westport Insurance Corporation