Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Vieth Construction Corporation
Vieth Construction Corporation 6419 Nordic Dr. Cedar Fells, IA 50613 codelts10-07" 71 /of /0 Attu ec.c)54<9 .7496 c 67-7 C= c /C- c c),..i r %2- ei lb1 se- e 6,),) a itz te,,,,asio Vieth Construction Corporation 6419 Nordic Dr. Cedar Falls, IA 50613 FORM F0Y0 2020 C ®U R T,AK OR PRO OSAA, 0 S T J E NSTRUCT11 SZ O V\1 Wil . AND U L N PN4GRAA C, ONT;I„ CT Nt 1 0 [ 6 CHTV Honorable Mayor and City Council Waterloo, Iowa Gentlemen: 1 . The undersigned, being a Corporation existing under CRY ST. • the laws of the State of a Partnership consisting of the following partners: .� .� .. , having familiarized (himself) (themselves) (itself) with the existingconditions on the project `' ..,. _,, Table J t area affecting the cost of the work, and with all the contract documents listed in the [able of Content s and Addenda (if any), as prepared by the City Engineer of the City of Waterloo now on file in the office ce of the City Clerk, City Hall, Waterloo, Iowa, hereby proposes to furnish all supervision, . p technical personnel, labor, materials, machinery, tools, appurtenances, equipment, and serviceutility • .�, � -s, including utility and transportation services required to construct and complete this F Y. p 2020 COURTLAND STo, J E F `= E RS VA „ ST. N I Ria LH Lk E `v Y ST.c.RFE INSTRUCTION PROD ' �� �""9 Contract No. 1015, all in accordance with the above -listed documents and for the unitprices for f©I and_ � • work in place for the lowing items quantities: FY 2020 COURT ee PECIFlPATIC SEE SUPPLEMENTAL P, o SPCL PROV ,AND T09 JIL-,VF;ffiRSON S T . AND MULBERRY ST. RHCONWTRuC T II N PROGRAM CONTRACT NO. 1015 ` .. __ - - -- _ c:. DESQRIPTIok• .•t _ . • • :UNIT=BID PRE: 1 2 3 2010-108-1D * 2010-108-E-0 * 2010-108-H * DIVISION 2 o EARTHWORK TOPSOIL, 4 INCHES, ON OR OFF SITE EXCAVATION, CLASS 10 SUBGRADE TREATMENT, WOVEN GEOTEXTILE 4 5 2010-108-1 * SP#2 SUBBASE, MODIFIED SY CY 1,515.00 5,970.00 TOTAL: JB I D PRICE CLASS 10, SPECIAL SUBGRADE MATERIAL SY TON CY a U BT,C) BASE 1,_ 4A .THWORK: _$ 2,000.00 7,920.00 250.00 • • $(37,L3f) lecitX:r sue 6 4010-108-A-1 * DIVISION 4 0 SEWERS AND DRAINS SANITARY SANITARY SEWER GRAVITY MAIN, TRENCHED, PVC, 30 INCH 7 4010-108-A-1 * SANITARY SEWER GRAVITY MAIN, TRENCHED, PVC, 18 INCH LF LF 360.00 $ 49.00 $ 2 -(•;• $ fOtta- 5 r r FORM OF BID CONRACT NO. 1015 Page 1 of 7 BID ITEM S U DAS ....SPECSPECIFICATION SEE SUPPLEMENTAL .: SP try SPCL PRO 9 8 40-1 0-108-A-.1 9 40.10-108-A-1 10 4010--108-A--1 11 4010-108-E-0 91 40.10-1.08-Ltl2 13 14 401 O4 08-1..-2 `I 6A DIVISION 1-- STREET RECONSTRUCTION DESCRIPTION (CONTINUED) SANITARY SEWER GRAVITY MAIN, TRENCHED, TRUSS, 12 INCH SANITARY SEWER GRAVITY MAIN, TRENCHED, TRUSS, 10 INCH SANITARY SEWER GRAVITY MAIN, TRI `NCHED, TRUSS, 8 INCH SA.NPTA Y PEV.V R SERVICE -STUB/RENEW SDR 23.5, 6 INCH SANITARY SEWER:ABANDoNMENT,. FILL AND ItJ, 30 INCH SANITARY- SEVVER::ABANDONMENT, FILL AND PLUG,.?:INCH :.SANITARY SE UtSERVICE, TRACE .SANITARY SEWER SERVICEi.. QYE That INVEs. IOATION: SANITARY SEWER SER .LICE, UNDERGROUND INV.ESTIGATIQN. DIVISION 6 w STRUCTURES FOR SANITARY SEWERS 1 1 6O10:1t$b.A O 17 601.04O8-A 0:. 18. 60:O.- O8..-A 1.0 .001 0:i 0.o- H-0 20 SR:#14 .:. .:; 21 22 23 24 4020-1 08-A- 1 402,,7198..A71 40204:0$e&1. -- r • MANHOLE, SW-301, 72' MANHOLE, SW-301, 60" MANHOLE, S1.301, 48" UNIT LF I..• LF LF EACH EACH AC M EST QTY 628.00 1,043i00 34,00 `I,513.00 $P: .00R' 83.00. 8.00 °13.00 UNIT BID PRICE /9r �L 1 TOTAL BID PRICE $ a 3 c29. 3f2t $/2ftoC4 LS $ C /1-5. 9 $ 7LLc. S 2.00.: i L Ls--- c 0 EACH 1.00 REMOVE MANHOLE, SANITARY _ REMOVE MANHOLE, TOP SECTIONS AND FILL BASE SECTION SUBTOTAL BASE BID SANITARY SEWER - EACH EACH EACH 2.00 'I.0.0 2.00. EACH 2,00: .-.-a..rr D1V1510NN 4 - SEWERS AND DRAINS--,. STORIV :STORM•SEWER, TRENCHED, RCP 20000, 27 .INCH STORMSEIUER;17REh1CHE0,-R0P.4Q4QDI• 1NGH .�L s . $. /2, ,y ► Gw $ cLi /7 Cad 'STORM SEWER; TRENCHED, RCR 2000.1 , .16, ..INCH ... . 4020-1 O8-A1 .STORM SEWER., TRENCHED, RCP 2000D, 12 -INCH 25 40 20-108-D_.0 26 .4040-108-A:-0 27 28 40404 08 1 40404 08-D-0 a 29 4040-108E-0 LF.. REMOVAL. OF STORM SEWEf, RCAF:.:LESS THAN QR:EQUALTO 36-INCH SUBDRAIN, TYPE SP:-:INCH: SUSDRAIN, TYRE SP, 4 INCH :SU13DRAIN.OUTLTSA$JD CONNECTIONS., ECTIONS, •CMP, 6 INCH _ .STORM..SEWER S.ERVICESTf, TYPE S, 4 INCH r-. T 3 34 601 p-1081-AM ' -60 0.1C8-A-O. SP# 15. 6010 108-B 0 6010-1 O8-8-0° .0 6010-.1 UQro: -. 36 601-0-108-C -O DIVISION 6 a STRUCTURES. FOR STORM. SEWERS MANHOLE, SW-401, 48" LF LF L: LF% 1 73.00: $ 72- 381:00 $.... 1, 046.00. 335.00: $: SS .733;00. $•. / Z. 2f.00 $. Z 8 246) 9.� s' $.?.77.$14-3E- $ /0, LC I $ct-lLt Sc MANHOLE, TYPE C, 10- FT.X 4 FT EACH - LF MANHOLE, SW-40e, SHALLOW RECTANGULAR _ INTAKE, SW-501, SINGLE GRATE INTAKE, 8VU-504, SINGLE GRATE: 1 FLUSH TQP MANHOLE CONNECTION TO EXISTING STRUCTURE, PIPE QONNECTION TO EXISTING INTAKE, DRAIN TILE: 35.00 $ /e 0 $ 3 cc.) 286,00 . EACH EACH EACH .EACH 2.00 1,00 so- 6acti #-*Ssic.cd 2,00. 2,00 f - st}t) EACH EACH CA 1,00 2.00 16.00 45 74.00 $7 too .2 -4;4(.04_, 5- uvc; POR.Oh BID CONRACT NO. 1015.ADDE.ICI DUM NO. 2 Page 2of7 BID= ITEM 37 38 SUDAS SPECIFICATION *SEE SUPPLEMENTAL AL SP SPCL PROV 6010-108-(-I-0 SP# 15 • ▪ • • • • DIVISION I . STREEt RE.CONSTRUICTION • .DESCRIPTION (co 1TINUED) REMOVE MANHOLE OR INTAKE, STORM INTAKE, SW-507, REMOVE AND REPLACE SPECIAL SHAPING AND TOP 39 SP # 15 INTAKE, SW-501, REMOVE AND REPLACE BOXOUT 40 S P # 15 INTAKE, SW-505, REMOVE AND REPLACE BOXOUT • UNIT EACH EACH • • • • • • EST QTY UNIT RID PRICE • TOTAL BID PRICE 1.00 1.00 $ 3Ecc 41 S P # 14 FURNISH AND INSTALL SW-602 TYPE G CASTING 42 SP # 14 FURNISH AND INSTALL SW-603 TYPE R CASTING s1BTOpyki,' BASE DID STORIMi SEWER EACH EACH EACH EACH 7.00 25.00 2.00 3.00 $ DIVISION 5 WATER MAINS AND APPURTENANCES 43 5010-108-E-1 44 45 46 5010-108-E-2 5010-108-E-3 * 5010-108-E-3 * 47 48 5010-108-E-1 5010-108-E-3 * WATER SERVICE PIPE, COPPER, 3/4 INCH WATER SERVICE CORPORATION, 3/4 INCH WATER SERVICE CURB STOP, 3/4 INCH WATER SERVICE CURB BOX, 3/4 INCH WATER SERVICE PIPE, COPPER, 1.5 INCH LF EACH EACH EACH LF 201.00 WATER SERVICE CURB STOP, 1.5 INCH 49 5010-108-E-3 * WATER SERVICE MASTER CURB BOX, 1.5 INCH 50 51 52 5010-108-E-3 * S P##10 S P#8 TAPPING SLEEVE AND CORPORATION FOR 1.5 INCH SERVICE CONVERT WATER VALVE MANHOLE TO ROADBOX WATER SERVICE KILL 53 54 SP#8 S P#9 WATER SERVICE KILL, FIRE LINE, 4 INCH 55 S P# 11 LOWER WATER SERVICE, 3/4" OR 1" WATER SERVICE, UNDERGROUND INVESTIGATION • SUSTOTAL BASE B1.D WATERAPPURTENANCWWS EACH EACH EACH EACH EACH 10.00 10.00 10.00 20.00 1.00 1.00 1.00 3.00 $"s $ es $ Soo $ /4 0 $ / s ov 45--ccs $ rn,v 5 Gv $ 3Sa 17.00 $ G:09 Loci EACH EACH EACH $ Sitt..-• 1.00 6.00 4.00 DIVISION 7 - STREETS AND RELATED WORK PCC PAVEMENT $ 2 •s $ /loc. $ b So $ /c Z coo $ 'sc J, $ _3ooc, 56 7040-108-A-0 57 58 7040-108-A-0 7010-108-A-0 59 60 7010-108-A-0 7010-108-E-0 REMOVE AND REPLACE 3" HMA/7" PCC, C-4 REMOVE AND REPLACE 4.5" HMA/7" PCC, C-4 PAVEMENT, PCC, 7 INCH, C-SUD PAVEMENT, PCC, 9 INCH, C-SUD CURB AND GUTTER, 24 IN WIDE, 6 IN THICK, C-4, MISCELLANEOUS 61 7010-108-E-0 CURB AND GUTTER, 24 IN WIDE, 10 IN THICK, C-4, MISCELLANEOUS 62 7010-108-1-0 63 64 7010-3.04 7010, 3.02, J * PCC PAVEMENT SAMPLES AND TESTING COLD WEATHER CONCRETE PROTECTION LINSEED OIL TREATMENT HMA PAVEMENT SY 15.00 $ 2 L SY SY SY LF LF LS SY 90.00 3,420.00 8,781.00 30.00 27.00 1.00 693.50 $ LL $ 3rev ms: 65 7020-108-B-0 SY 693.50 $ 2_ MISCELLANEOUS HMA, 7.5 INCH SIDEWALKS, SHARED USE PATHS AND DRIVEWAYS 66 67 68 7030-108-A-0 7030-108-A-0 7030-108-E-0 SY 62.00 $ 3 3 4..);, $Lc.-2sec) $ /1C. $ 542L9 $ /e3c CU CJI['j $ 3b/ 2" s/382 69 7030-108-E-0 REMOVAL OF SIDEWALK AND DRIVEWAY REMOVAL OF SIDEWALK, MISCELLANEOUS SIDEWALK, PCC C-4, 4 INCH, C-4 SIDEWALK, PCC C-4, 6 INCH PEDESTIAN RAMP, C-4 SY SY SY SY 1,151.00 490.00 449.30 201.00 e e $ 53 $57-Sat. $ 9 e 4?-1-- $ 3 5> z,c; $ 22_9CS $ /0, 6 n FORM OF BID CONRACT NO 1015 Page 3of7 ITEM:: 70 UDAS SPECIFIcA e ION S1JPPLEOENT4L :`.. SP: .SPCL PROV-.. 7030-108-E-0 • • • • • • DIVISION I STREET RECONSTRUCTION DESCRIPTION (CONTINUED) SIDEWALK, PCC C-4, CLASS A THICKENED EDGE UNIT LF • EST QTY 71 7030-108-F-0 BRICK/PAVER SIDEWALK WITH BASE, AS PER DETAIL, TYPE 1 PAVER SY 492.00 UNIT DID PRICE $ s' TOTAL BID PRICE $ 54 fire 72 7030-108-F-0 BRICK/PAVER SIDEWALK WITH BASE, AS PER DETAIL, TYPE 2 PAVER 73 7030-108-F-0 REMOVAL OF BRICK/PAVER, SALVAGE AND REPLACE, AS PER DETAIL 74 7030-108-G-0 DETECTABLE WARNING 75 7030-108-G-0 DETECTABLE WARNING, UNILOCK A.D.A. PAVERS, TYPE 4 PAVER 76 7030-108-H-1 DRIVEWAY AND SIDEWALK, PAVED, PCC, 6 INCH, C-4 77 78 79 7030-108-H-1 7030-108-H-2 DRIVEWAY AND SIDEWALK, PAVED, PCC, 5 INCH, C-4 DRIVEWAY, GRANULAR PAVEMENT REHABILITATION SY SY SF SF 6.50 24.60 72.80 284.00 36.00 $ 230 3 $ v $ $ s E� SY 413.00 $ SY 209.50 $ a2 TON 5.00 04- 2thil $/0SP?V' $.3itee,_ 7040-108-H-0 * PAVEMENT REMOVAL, CONCRETE SUBTOTAL. STREETS AND RELATED WflWORK DIVISION 8 n- PAVEMENT MARKING AND TRAFFIC CONTROL PAVEMENT MARKINGS SY 12,499.00 $: 2 $ 7 ' //e } l ae41:-/-147: 497 80 8020-108-B-0 PAINTED PAVEMENT MARKINGS, SOLVENT/WATERBOURNE 81 82 83 8020-108-G-0 8020-108-K-0 8020-108-L-0 PAINTED SYMBOLS AND LEGENDS PAINTED PAVEMENT MARKINGS, REMOVED SYMBOLS AND LEGENDS REMOVED TEMPORARY TRAFFIC CONTROL 84 8030-108-A-0 TEMPORARY TRAFFIC CONTROL SUBTOTAL PAVEMENT MARKINGS AND TRAFFIC CONTROL, STA EACH STA EACH 35.56 16.00 9.34 16.00 3co $ doe LS 1.00 C /2.,t�vu DIVISION 9 A SITE WORK AND LANDSCAPING SEEDING 85 9010-108-B-0 * HYDRAULIC SEEDING, SEEDING, FERTILIZING AND MULCHING 86 9010-108-E-0 * WARRANTY EROSION AND SEDIMENT CONTROL 87 9040-108-E-0 88 89 9040-108-F-1 9040-108-F-2 TEMPORARY RECP, WOOD EXCELSIOR MAT WATTLE, STRAW, 6 INCH WATTLE, REMOVAL SY SY 3,945.00 1,183.50 $ r 729:Z SY LF LF 90 9040-108-Q-2 EROSION CONTROL MULCHING, HYDROMULCHING 91 9040-108-T-1 * INLET PROTECTION DEVICE, INTERMEDIATE AND DROP IN 92 9040-108-T-2 * INLET PROTECTION DEVICE, MAINTENANCE SUBTOTAL SITE WORK AND LANDSCAPING DIVISION 11 - MISCELLANEOUS CONSTRUCTION SURVEY SY EACH EACH 450.00 300.00 300.00 2,324 00 23.00 23.00 $ $ $ 23zy4- $ 16? " $ //s v 93 11010-108-A CONSTRUCTION SURVEY 94 95.. 96 11, 050-108-A-0 7040-3.02-A SEE ESTIMATE REFERENCE • CONCRETE WASHOUT SAW CUT REMOVE, SALVAGE AND REINSTALL BIKE RACKS S UBTOTAL`VI�SCEL%1NOlJ� LS LS LF LS 1.0000 1.00 799.00 • 1.00 $ 2J,cL $ nt.) $3y021-2_ • FORM OF BID CONRACT NO. 1015 Page 4 of 7 TOTA - DI-VIS.0 1BASE BID. BID 11LM 1 3 4 ,a SUDAS SPECIFICATION *SEE SUPPLEMENTAL SP =.SPCL P.QN S UDAS '201.0-1 O$-E- 0 SUDAS2010-108-k) DIVISJON ill — ECFi R.:( f .TREETSCAPE DESCRIPTION.: EXCAVATION, CLASS 10, MAST SUBBASE, MOOIPIED SUDAS 5020 108-=H.. :0. FIFE HYDRANT ADJUSTMENT SUDAS 701:0-108;& SUDAS 7030-108-A ,. 0 FDA' 70301O8-E- .a UNIT. EST Or( UNIT PRICE 140`1 A L. BID PRICE Cy CY EACH RAISED —CURB LF REMOVAL OF SIDEWALK SIDE1IALK, PCC, 0 IN. SUDAS 7030 108-E- :0 120.00 70.0 eZ5 6.00 2 u $1.OF VM.K, COLORED PCC, 6 IN. 8 9 SUDAS 703.0-i O8 F .0 BRICK SIDEWALK WITH CQNCRETE:I3ASE S J DAS 7030-1 (1$-F- REMOVE AND REPLACE I RICK PAVERS SUDAS 7030-108-G- 0 SUDAS 7040-108-fir. 0 - DETECTABLE WARNINGS. CAST IRON FULL DEPTH PATCH 12 13 18 20 i 1 IALDOT 252:3- 0000 1 00 IA -DOT 2523- _ 0000100 IA -DOT 2523 -- 0000200 IA -DOT 2523- 0000310 LIGHTING POLES; TYPE .I SY 8? I_.1CHTING POLES, TYPE.:2 ELECTRICAL- CIRCUITS HANDHOLES AND JUNCTION BOXES. IA --DOT 2523- 0000400 SUDAS 7080=4 08-G- 0 UDAS 9030/108-B- 0 SUDAS 9O30-108-B- 0. CON I ROL CABINET PCC EDGE RESTRAINT, 'i IN. WIDE x 9 IN. HIGH PLANTS WITH .WARRANTY, TYPE 1, SKYLINE HONEYLOCUST SY- S EACH EACH 1.F EACH EACH 3cJct, 3/..)et: 3 OCR l&v 2 r16, 0 246.G 300.0 180;0 10.0 85.0 CI a 8,0 se- Z 4J - 3 L> fincv 8&L 3C o cc, 2c sk; e $ a y-fc,J /2s 9scAs $ 3Cc`'-s 1 110 9> 1ti-100.0 LF I_Ai.J PLANTS Win-!. WARRANI Y, TYPE 1, COMMON HACKBERRY SU DAS 903O,'I:O€M1, 0. PLANTS U tITH WAR RANTY, TYPE 2,. PRINCETON SENTRY GINKGO _ • • • L IVIS I N 11BA5F3 • EACH EACH f•3 $ /74atio 3? ?se '160,0 310 7 7 $ -7 2 offgo 29,7 �. 11.0 23 Sc 2.5—So rt • FORM OF BID: G. v./ N.RA VT O, 1015. LJQE.N.O M Page 5 of 7 4. BID ITEM SUDAS SPECIFICATION *SEE SUPPLEMENTAL SP = SPCL..PROV SEE DIVISION II DETAILS SEE DIVISION 11 DETAILS • y • .\ _ DIVISION III a- JEFFERSON STREETS (SOUTH SIDE)C,(SOUTH DESCRIPTION REMOVE EXISTING TEES AND PIT PLANTS WITH WARRANTY, TYPE 2, HONEY LOCUST, SHADE TOTAL iIISIQNI1I TOTAL DI ai I I j 1. •$ TAL DIVISION II BASL BID __�.;:max < <_ L. 3•• UNIT EST QTY EACH 20.00 EACH 20.00 - j r TOTAL B I b PRICE It is understood thatthe quantities es set forth are approximate only and subject to variation and that the uprice for the work done shall govern in the actual payment to Contractor. In submitting this hid - • the bidder understands a • In sub am all ' that the right Is reserved Y bids. if written notice �� � �d b� the ��f of t ed t0 the undersigned• the acceptance of this .s Y a or rl , Iowa, within thirty�- � �I� �.� rnall�c�, tale ra days after thc- opening c�r�I1V�r before this bid isp�n�ng thereof, or at � � .withdrawn, the undersigned .agrees =n� time thereafter prescribed fawn and furnish t t� execute and deliverthe�� required bond and certificate 1 alb agreement in the agreement i� presented of the insurance p nt�� t0 him for signature} ��� within den (10)da �the ag c�}is issued.g re} and start wo •�afar �`� within f i� ��� (10) C�a S � �, � after "Notice t Security in the sum of Ss% DA .� J in the form o � �� ._V__ I� liars($ accordance with the � s y INSTRUCTIONS I NS T T_w submifte i bare BI�L�EI`?�r�lth in Attached hereto is a � Nan -Collusion Affidavit i -� Attached hereto is1310derof Prime Contractor. � ���tus. Form. The bidder is prepared to submit a financial �n� _ - experience statement upon request. The Pme !�OntraGtOr.and S�.�bco��tr�act�r � �h'r the)_ which have performed Its in current calendar� o� c�ed an aggregate of$i.O,000,00Yer, arepre - aretozn �� days �� notification , prepared subrr��t an AAA or n that the bid submitted Update and an d 1S lowest nacceptable. FORM OF BID CONRACT NO, 10- ADDENDU 2 Page 6 of 7 9. The bidder has received the following Addendum or Addenda: Addendum Na Date 3/fi 1 ; 10. The bidder shall list the f�Il�l� . ANRE subcontractors , amount of subcontractsi CityofWaterlooMinority Rusinoss ) and bid items 11/lir�Or icy and/or Women�_ .� , ,t r�s on tho Rusinoss Pre -bid Contact Information this Form of raid or Proposal. The apparenti� Form submitted with low Bidder shall submit a list of all other ��® be used on this Project to the City Subcontractor(s) of Waterloo by 5:00p.m. the buss P Bids on this Project are due alongwithbusiness day following the the Non -,Collusion Affidavits _ �� day �s ©� All subcontract©r(s). The Contractor shall submit information subcontractors"SUBCONTRACTOR - _ Lion on subcontractors on S U l CO NTRAC I C APPROVAL" Form to be provided by��. � REQUEST AND p City prior to approval of contract. The subcontractors listed on this proposal - and/or •�=�. the submitted to the Contract � cannot be changed exce t for the foll Compliance ��� icer p owing reasons: 1) The City of Ul/aterio© does not - approve the subcontractors. 2) The subcontractors submit in writing that they cannot fulfill their subcontracts. 11. The bidder has filled in all blai�. �► blank on this proposal. Those blanks not. or NA . applicable are marked "none" 12. The bidder has attached all applicable cable forms. 13. The Owner reserves the right select � g to select alternates, delete line items,i to the award of a contract due tobudgetaryand/or to reduce quantities prior limitations. Vieth Constructjon BY: se- 372 " z,„ Corporation (Blame of Bidder) (Date) 6419 Nordic Dr. Cedar Falls, IA 50613 Official Address: (Including Zip Code ).: Title Vieth Construction Corporation ---G419 N - Cedar Falls, IA 50613 I.R.S. No. Z o St gu s 7 FORM OF BID CONRACT NO. 1015 Page 7 of 7 BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, S frill a lb 021) 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 moneyof the United d States, for the payment of which sum will and truly be made, we bind ourselves, our firmlybythese re heirs, executors, administrators, and successors, jointly and severally, presents. The condition of this obligation is such that whereas the Principal has submitted the accompanying bid dated the ,20 ,for day of • 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 and shall furnish a bond for his faithful performance deliver a contract in the form specified p of said contract, and for the payment of all persons performing labor or furnishing materials in connection therewith, and agreement created by the acceptance of said Bid shall in all other respects perform the Then this obligation shall be void, otherwise the same shall remain understood and agreed that the liability of the Suretyfor in force and effect; it being expressly exceed the penal amount of this obligation as herein any and all claims hereunder shall, in no event, stated. By virtue of statutory authority, the full amount of this bid bond shall be damages sustained in the event that the Principal fails forfeited to the Owner in liquidation of provided in the specifications byor law. p to execute the contract and provide the bond as The Surety, for value received, hereby stipulates and agrees that the shall be in no way impaired or affected byextension g obligations of said Surety and its bond any ion of the time within which the Owner may accept such Bid or execute such contract; and said Surety does herebywaive notice of any such extension. IN WITNESS WHEREOF, the Principal and the Surety, hereunto of them as are corporations, have caused their corporateY nto set their hands and seals, and such seals to be hereto affixed and these presents to be signed by their proper officers this day of , A.D 201 Witness Witness Principal (Seal) By (Title) Surety By (Seal) Attorney -in -fact State of NON -COLLUSION AFFIDAVIT OF PRIME BIDDER County of )ss rani y 6var , being first duly sworn, deposes and says that: 1 He is (owne n Partner, Officer, Representative, orVc--- , p t 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, s, agents, representatives, employees, or parties in interest, including this affiant, has in any conspired, connived or agreed, directlyor indirect) way colluded, • y, 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 byagreement g g nt 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 element of the bid price or the bidprice of > p rt or cost any other Bidder, or to secure through any collusion, conspiracy, connivance, or unlawful agreement anyadvantage ' of Waterloo, Iowa, or anyperson interested in g against the City the Proposed Contract; and 5. The price or prices quoted in the attached Bid are fair and proper any collusion, conspiracy,connivance P per and are not tainted by e or unlawful agreement on the part of the Bidder or any of its agents, representatives, owners, employees, orparties in interest affiant. ,including this (Signed) Title Sub cribed and sworn to before me this - G- Li? day of 2012.-0 an h My commission expires 3tts Z2.-' . VOWAVL Title @"sv9/Miiflfi '1 � ! � gpO�lB ,0�A*t5� 4 t\I:19`': - , i/�CY .t,, �fie iQoa ti r`d;l h1o. / �/,/ / .°o) o¢ ,.G� ` ♦ `moo a �. o �? -1 U 0 ,C(�) ► o C) ► cic a It' ,� c� O V , V C) Bidder SthtLs Form To be completed by all bidders Please answer "Yes" or "No" for each of the following: s I No Yes Yes tsp Yes )2(Yes N o N o N o No Pau II My company is authorized to transact business in Iowa. (To help you determine if your company is authorized, please review the wor ksheet 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 receivingmail, telephone My company has been conductingbusiness calls, and email. siness 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 mycompany business entity that would qualify as a resident bidder in Iowais a subsidiary of another . If you answered "Yes" for each question above, your company qualifies ' complete Paris B and D of this form. p y as a resident bidder. Please If you answered "No" to one or more questions above, your company is a nonresident complete Paris C and D of this form. p Y nresident bidder. Please To be completed by resident bidders My company has maintained offices in Iowa during the past 3 years at the e following addresses: Dates: / / to .�i Dates: / / to / Dates: / / to You may attach additional sheet(s) if needed. Address: City, State, Zip: / Address: PartH ieth Constructjon Corporatj6419Nordic Dr. Cedar Falls, IA 50613 City, State, Zip: / Address: City, State, Zip: To be completed by nonnresident bidders 1. Name of home state or foreign country reported to the Iowa Secretaryof State: te: Part 2. Does your company's home state or foreign country offer preferences to rest to biddersresident bidders, resident labor force preferences or any other type of preference or laborers? Yes 3. If you answered "Yes" to question 2, identify each preference offered byyour company's and the appropriate legal citation. ompany s home state or foreign country To be completed by all bidders You may attach additional sheet(s) if needed. I certify that the statements made on this document are true and complete to the failure to provide accurate and truthful information mayp best of my knowledge and I know that my be a reason to reject my bid. Firm Name: f- C c ry 5 r • • Signature: f 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) Date: 0 t ‘,9\) Lia z nel P Tal CO 0 L_l in= L co firi di asv 0 0 • Prime Contractor Name: W o ,c U -U _o 0 a) 0) ^O 7rrsnn�L. ^^� vJ ^W W 0 i2. U L T. O c U 0 O2 L = 0 W U W co a W c rn 4m W -0 e .O o c F- o 0.0 a) = O1 o 4- as c it o ic=iet" 0 -s) 0 w ›, -= O L -'--' O u) CO as.w 3 O 2 -4 o c co .o x o a) 0_ tri 0 z Contractor Signature: i V cn cO CO ca •cu a_ O � o U O 0 ÷-1 ST VJffc 0 c o LL O Qom) c O c O c O .O a E 4 1 O ° o ,c o O ((Ts) a)La" a. w u) L a. c ooa) (0 0 u) c c so c �.� O a_ a) c O O ;0 2 a) 0 a) u) u) ..O-U O at_ c 0 0� L o� 26 o L_ a)• • ) L. a)r-- o E D N 0 Z3 (U co c .� O' c CO n W U N L c L. ni n �0 0 oc>,u) CO u) cn >- W a U • cvs c O o 0) cD ..c L. O -t wO �o W "F-• c a) .o 4 O -3-a) -O E (U a) 1 co u) (13 0 a) — co5 a) a.) c W c a) cL cti W O frl � O a) L-- O c .c 4_, trjs O O .� cn E c O -0 as c ra) c a� CD cQ ) (15 c E FCC thw 10 Ain 1-71 lJ ft uJ 0 o r m4 3 0 rn, FC; -3N ktt, 43 1 0 ce Ili la" co oe Z a_ a w ® F-z LL LL1 CO �W'�1 F �T m IL W z 0 U W <,,, Z 0 De 0 a) a) >, U 1 U a o:a -Q o. a'O aso C 0 U U L c o U a)•-' •Eco) L a.n N W .5 re _ w � 11. On L.L. o • z v c O,wa) 2 a) 'L cc 4E Q a) 11 zcO a) w Q Q z O N .n o 0 O 0) Oa) N 4-0 C O U O cu o C C o 0) as .4-• wc) o m L. w o a) m �'w a) CO a) a) a) t3 o L a ) N as .n Ca 0 co CO s > as L t4 N N O, L_ J O U a) a) O cU (n c Ecwp�cc (II "C3mD E C > E ooao co N Rs -a a) m�VE O •� C O N (U E'=a)E U it.o a) « Co >, O c c:�, oa )a)0 le ((0 O L C •c U) U C a) U a) o N O CO « U)>, LuO 0 0 m(„Ca3 2 C UO o CI, us ash a) O E O a) •"C� .0 _C (n Pa) w o O m E a O O m 'C rn0 E.LCu) O o .� U O 4., E O 0 T. C U a) Q a) a) as a) 0 .Q tf)co c a) a>i cn O E C a) O QLl c 0 m 2 as O a) cn a) C .n wo m o Wco % 544- U O as >1 a)U O a) as O c t_3 o� a) 0 LL 0 cQ C cC Li_ z U F- z 0 0 0 m w a_ vJ a_ tt W 1- w 0) w _z C w CO m 2 a) a as 0 Eo 0 0 U o O n c m O ca h-as V) W z C m W m• W v CO c �-to -co U c O O"(U co oa) U L (UQ) c z1 o C co E O U C o O ..o a wo c� W '+ L. > U "c O > co a L" .() ! t C c)N a U o , .c)L a)LI- >,O 0 E C C00:3 i3 _ C t3 a) O EN U N 4_ o o:a� a✓ O 488 Q O C U •,P o -61 W C m E W CO z oo iffa L a) L ch ` 0_ ,C O E L a) O— m a) fA c Q 'p a) o a) .n (i c O a" asW C.) t3 a) O a) .o c O a) E 0 0 0 a) of Q 2 a a as >, O a a a) > O .n t3 +a) .) 4 a) U a) O c > N O O U a3 C _ O Q) 0 (1) E C L a 8) Oa)a O O O 2 E>,U0) L C4- O Q Q "CS (1) Cas r 0 z Lsi W H o Subcontractors Responsibilities: o a 2 0 a) O v, o c U E Q_.. W as u_ 00 minW v W mm `O W CO cD C c as .V > 4c o�oas w L fl O E N O 2 -�a) n-a as vs- a o� Ca) a O (j o N Q. O U Q of Ts c) a) a) .4 -.. V ti'Cc O -. (Op (n E uS —c a oci0oo m'c .> Q acoen In i -a a) N O C E n N a) a) 2La)a)n a,0 28 6, 0 oaLQ0 C as O L. a 0 C C p, UO •Y c U O o �.Qpas a) E ai :c o C U 12 > -laC N 00 U0 = mcn �.3 O O o • U .o O c U a) ° c c a OC.�4- o 4O O a a) O oo a La"C 9 E O c c o (..) (A N O w o'Q o'E > as Q E a) C N O < a m U -O °) W >. m O _ U oa)aa)W W"E7o� E o LL 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 26th day of March 2020 , for F.Y. 2020 Courtland St., Jefferson St. and Mulberry St. Reconstruction_ Program, Waterton, IA - Cnntract Nn 1015 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 20th day of March , A.D. ; 2020 By North Amer By Vieth Construction Corporation Seal laik s '-tt- Principal /471-•c-e pecialty lnsura Attorney- act R. Young (Title) 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 Attorneys) -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 othenvise, provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of: ONE HUNDRED TWENTY FIVE MILLION ($125,000,000.00) DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held on March 24, 2000 and Westport Insurance Corporation by written consent of its Executive Committee dated July 18, 2011. "RESOLVED, that any two of the President, any Senior Vice President, any Vice President, any Assistant Vice President, the Secretary or any Assistant Secretary be, and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds, undertakings and all contracts of surety, and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company; and it is FURTHER RESOLVED, that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Company when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached." 1.;\%tte:iluturnvillh,alls,$.6•61ii#6144� .=iial :eti. SEAL 2 1 r W's2 1973 tc, j III ,\���N 00111lify/i,,11 , t.�``;13.5%0NAL / g SEAL r 3 O:im no a cot :n %%:(1S4eitve e. .......... ••,Si By 7�I rttti��f„���aMike A. Ito, Senior Vice President of Washington International Insurance Company nraJ & Senior Vice President of North American Specialty Insurance Company & Senior Vice President of Westport Insurance Corporation 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 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 State of Illinois County of Cook On this 3rd day of ss: 20 17 North American Specialty Insurance Company Washington International Insurance Company Westport Insurance Corporation 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 Notary Public - State of Illinois My Commission Expires 12104/2021 • n bli \ M. Kenny, Notary Pu c 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 20th day of March 2020 Jeffrey Goldberg, Vice President & Assistant Secretary of Washington International Insurance Company & North American Specialty Insurance Company & Vice President & Assistant Secretary of Westport Insurance Corporation