HomeMy WebLinkAboutVieth Construction :3ITY OF WATERLOO
ITV CLERK'S OFFICE
7 2017 Pm2:5t1r34 . (A
0
4 vs
ca.
_Q
s°
T,4
‘,C)
o
•(.0. 1—
110 •
C.) 0 i.si5
.11.0
CD cn
C =
o 0.7
o 0")
0 v-
3 7(3
(1)
5,- 0
•
A
it ji
CITY OF WATERLOO
CITY CLERKS OFFICE • vi <
-+-
FFR 7 2017 pm2:5 :28
711.
1(1 \
c4/
-)-
V\ Li-
,
co
.Z0.,"" (C)
Fr)
0
.(2<
0 z°
o o_ co
IJ-
0 1"--
4..4 CD 73
C)
FORM OF BID OR PROPOSAL
F.Y. 2017 TREE CLEARING
CITY COMPOSTING SITE
CONTRACT NO. 927
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
Tn , 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 F.Y. 2017 TREE CLEARING — CITY COMPOSTING SITE,
Contract No. 927, all in accordance with the above-listed documents and for the
unit prices for work in place for the following items and quantities:
F.Y. 2016 TREE CLEARING —CITY COMPOSTING SITE
CONTRACT NO. 927
BID DESCRIPTION' UNIT EST.QTY. UNITi1310 TOTAL BID PRICE
ITEM PRICE'
1 MOBILIZATION LS 1.00 $ 5� n a O $ Ji c i)L)
2 TREE CLEARING AND DISPOSAL ACRE 3.00 $ fs,Q <9 cJ $ ) p 40
3 12" STRAW WATTLE, INSTALL LF 950,00 $ $ 5, by
4 12" STRAW WATTLE, REMOVE LF 950.00 $ 4.)-5 $ j/87, 56
5 SEEDING &FERTILIZING, RURAL I ACRE 0.50 $ J 75o $ ,b 75
TOTAL BID $ S 6) g t, • �O
FORM OF BID CONTRACT NO. 927 Page 1 of 3
ADDENDUM NO. 1
4
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.
(Name of Bidder) (Date)
BY: Title .5574.,,a fQ�
Official Address: (Including Zip Code):
VV ie h Construction
Corporation
6419 Nordic Dr.
Cedar Falls IA 50613
I.R.S. No. (5. - C 56 go -7
FORM OF BID CONTRACT NO. 927 Page 3 of 3
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.201
(Seal)
Principal
By _
(Title)
(Seal)
Witness Surety
By
Witness Attorney-in-fact
NON-COLLUSION AFFIDAVIT OF PRIME BIDDER
State of -t o )
)ss
County of 3)a c.c H.wi . )
/ex A h .-' , being first duly sworn, deposes and says that:
1. He is (Owner, Partner Officer e resentative or Agent) , of Ui'e 7/h ?s-. .
< r p , the Bidder that has su mi e 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)
Title
Subscribed and sworn to before me this 7411 day of
, 201'4. `%' /�
` Lt 0` NCcC
fir" Title
My commission expires Apt + I (G7tn aOt
05:j •, SHERRY K HORtztjts=G
COMMISSION EXPIRES
APRIL 6,2018
RESIDENT/NON-RESIDENT BIDDER
RESIDENT BIDDER:
In accordance with Section 73A.21 of the Iowa Code, all non-federal-aid public
improvement projects, which include road construction, shall be performed by a
qualified resident bidder. The resident bidder has been further defined as follows:
Resident Bidder:
A person or entity authorized to transact business in this state and
having a business for at least three years prior to the date of the
first advertisement for the public improvement. If another state or
foreign country has a more stringent definition of a resident bidder,
the more stringent definition is applicable as to bidders from that
state or foreign country.
The contractor shall provide the City with a certification that he is a qualified
resident bidder according to the above definition. The Certification shall be
submitted with the contractor's bid. A copy of the form of "Resident Bidder
Certification" is included in the Contract Documents. If it is determined that the
contractor does not meet this qualification after he begins work, a shutdown
notice shall be issued and the voiding of the contract shall begin unless the
contractor becomes qualified.
NON-RESIDENT BIDDER:
The contractor shall provide the City with a certification that he is a non-resident
bidder according to the above definition. The Certification shall be submitted with
the contractor's bid. A copy of the form of "Non-Resident Bidder Certification" is
included in the Contract Documents.
DJG
01/02/12
RESIDENT BIDDER CERTIFICATION
CONTRACT NO: ya 7
PROJECT NAME: 017 -,1(1-e clear ' fY roipc542, s le.
DATE OF LETTING: - /97(7
To be a qualified resident bidder, the bidder shall be a person or
entity authorized to transact business in this state and having a
business for at least three years prior to the date of the first
advertisement for the public improvement. If another state or
foreign country has a more stringent definition of a resident bidder,
the more stringent definition is applicable as to bidders from that
state or foreign country.
This qualification as resident bidder shall be maintained by the contractor and his
subcontractors at the work site until this project is completed.
I hereby certify that I am a resident bidder as d�fib a TistructioC i
Corporation
6419 Nordic Dr.
COMPANY NAME Cedar Falls. IA 5061
CORPORATE OFFICER j v v y 1/ / 17{
TITLE ",z,6-S
DATE Z7s// 7
NON-RESIDENT BIDDER CERTIFICATION
CONTRACT NO.:
PROJECT NAME:
DATE OF LETTING:
I hereby certify that I am an Iowa non-resident bidder.
COMPANY NAME:
CORPORATE OFFICER:
TITLE:
DATE:
STATE/COUNTRY OF RESIDENCY:
•
Stated below are the preference(s) to resident bidders in the state/country of
(Preference to bidders, labor force, or other preferential treatment to bidders or laborers, etc.
r o
E '3 4.1
L cU
a O N 0
la- ` o cia
m ,e) G. s.
rA
Q y € Q O 0 Ti z u
° a) : o O
:� io d
o o ny c �0 C
Cea mI
ai a> > U co o 0
a� ° a> 0 7° o �' .. °' = A
w• =_ 0 0 N E O a' 0
3 a w E c N D p m C
VI
� a wC �ic� � 3w � �
c ° ° d
Et E N ° co i c vJ a) Q
U C \ a) E C to •N o N , .-
W O O `' O O c 0 ' t W Z
��y LL os � C C -- � -° - WO
LL fn O L fV .... al
c , 0 ♦ •�
"• W C 0.) N
W I- 04 N m c 1- a) O Y m m en 0.)
CC
Z � O J a) '�A c ° O E 73
a) 0W A d
W �' 2 � \, a N a5 co °c E Z � a U
• W e ;o N 1 N Y ~ as
WZ a�°i CUM .oD > � a N73 OF a
j V a L ° ~ To' 2 = m 0 Z N o o
wZ go 8 >. ai y � 0W DrA
W L L L 7 E p •L ' a)
wZc� ca) � oN � � aN a � a �
M0 \ NL La) c o .cg 28 � cA
� a N - •� E � E a ON 0m a) (�
W 7 ; W
Hl N V a) c 1L W �+ �.
CO CO H a) N U N C E C a) V
�- O Z m 4., ce
MILS O � 5 CUT- 0 .N °t 6n OS C M
dv, aa)i oc°'i c •Eo mm 0 A ° c
r aoY E L pa o mt m U
00 c)
V 'ocl as i ° y � € o m2
> N \ p N p
4- O } C C
O -0 C
CO C QS re � •m Lw o H
O1 a pm
O J 13
m aWU o o Li, iii o
CO
c J v L .cga; ... 3 E
N -o
f.. d W c o aai • ° W 0 J o
0 o ai a20 v m aci � m L o
�N�pp
E m L La i re L o O E 72 N O +r O
Z co 3 I
O O -o 'C 2 O) 4) N PC1W /off -1-
L c p L a 'Q U a) • C a)
O w
N m N UQQQ0 le ° N c 3 c7.)
. " E aa c4 y cc
/i t lS Is U m C c (°a c -p N Q f0 a N co 0
\r�1 E le c m 0 0 O C ° y .t. Y €
{/ aL zoom U 0) to >°- w m 5E
o
U ° " (I) N
.c
° N -d co c E W N
C a) N U O O Z_ d a
N L
> O) U N -Z .«. 0
E m W ° N O N m • y
aL_am o :° D .. c ..
c ?Zai E € nL
o > • a� wmo o Z U N3
CCm 'OS m � W cwpc) c°i EW @c
a N aNi E m m E Q 2 'E 0 Vm ° W
° c o2 .c _ a Ems
'o 2 7) � o m 2 w re a) p_ Y
'o 0 = m 2 `0c° a) 0 c - co 'c mm ow
av) w c ° ^m2 Z O -v c ul o ca
o a � 3m
° � m o ° oa m F- m cc aN a w -2 - g
mw < > ° c 2 , ° a 0 c m E m m -- " m
Cl) mcom •� Eo � � w Q on= 82 sa T - oa
Z N � � °° .c. c.)
� E
Nmo o Z a CU
Ni � mu°i m a ° 3 Nm
0_ ° w N 0 m m L c0 c a) m a) °
N 2 O y t' a) us
N a) O U ;O 'fp H O ° E ° N
V 9 •+ U aL,+ L+ ° m N17 9 E E a -) a 0 L
a) a O
W m@ O U c N °j a m °O ca a) N a) „ U O a) a
WW oam Et � a — o. as - 7 0 caN ° �
Q' Z maai = -0 _0c � a � Y W •3y Eo NNc � m
(n W °) N
m2 2 .,_ a $ NE sm .- o W '_ 0 m a me - 0
O � ° - Df > 3 Lad
oN o N � Ya
Q: m0mm � 0 4? ° ° O a w om y uN � m0
HO � 2m .=_ � E cQNC r, e � m 3 � N
° . a) w w ?� -thug m co m a) °
ZI'L a) maN O ° N Ewmm c o E
WZ cmcr LLoo` ° mym a) Z 2w 3mm a) o)'� > A °
W 0 c `) m Z -° c o � c) a) a) W ° � m 0 ) L ai w:.- au °
_ w w
MP o0or Oy ° -0m ) , O w L m2 > m ° N �o � ca
Q ¢ N E .. E O ° Z
Z2 2cU) 2 ( - moa > E z ° o oc ° a°i o mocEa)
,-
OW 3 ° moo a ° m a � No) E ac Daa > m o •oOaOiEO
p0 0a) a) ° OLLoc mom ` c_ m > ° NL � •NN > n, 000mo
Mu- .' EDa) Zco Eg ° = E w mE o3aoo a�i oaE ¢ o
a) N N
W Z a a) m 1- N N L N ° m COm N .0 w o ° L U T.V > c
m � o N U � � � o � m Q ° m � __c ° ° o 0 0 -00 Cr)
Y ° r cI T m E W V G I c U --
m m
V ° m N E '= ° ui c 'c) @ � To ,us _T) c mUao` o
W fQ" c o m ON -0 ° � ma N vo) LL E cm
o ° o° Y m c a
m Z 2 OU N a U OI N yi N ' o ° < O ° Z N m `- U 3 c ° ' m -
20 caL0 ❑ o m c c - 0- was cop 3 ° a) t w 3 E aaiw
p oa m moo N o m m `mQ c) Op amiY �_ o ` U E
w
° ca '� > N mw n ° o a Nay a ° m . c
° moo- a > o ° ; am m E w ° am ° � N ° ° E 0 > O o
° Yo ° a ° N ccwU N O oU a3N3 � � _. a) ,_ oo
W cUo) m W �- � o° � = c°) o > m o)� E � cN > � C ,_C =
Wa. 2 � Y '� N 'T o a � m m w a-o cZ ° = 'u) � � a N � U = N
o o E .c a0a w (7, 246 5 N -a ° ° > - � ° § -0tt o - y 3 -°°
g >, U 3 slop cc ° .coa � ° g) > m •a) EVE3s- a) a3 i)i o0 U >
.� u) O wU m � � m E U o a w ° a ° m U .° o
o c o ° $ c m v w E ° Q O - -S4= . ° 0) ° •o
a) E Z m N c m m °• o L_ .> N N Z N - t°!) N ,'C E c rL, _n ° N
C O co a Wu_ m 2 m O L � � � U 'O U m N 0 •n C ° � c Q 0 N@ - ° y Oi
0 mEm mcw_ mmmo wmmo acim � ` ° cUU -° oomuN o ° Eo)5 °c o
N 5 '- C N O .J m ° a) N N N m -O ra m 9222
m E N
0 p .000 Z a N a) L o m 2 O .� "., m o L m a• w Y6 w m O N ,, o a N a) O
m m o �a E - c L c y y L O Q S O N W W m c O a) n °) d w , •_ N >
` _ Y a c .
o ` n O- m" Y '- - ° >, a 1p >.•- a) m rr 3 y E E W m o E °
s. o ° '� ° mU) = oN0w ami `c mwa9 � aow , ° Oo ,_ E 0° yc �+ o LL
m Uwto w2 I ucm OV cm O °c c w occ o cw o ° o o ° ¢
c � ao maw , m c y .L° o ¢ w ,� m22Z2ma ¢ m a i m > aa) 0)m O
o oco � o `m .- Nora mo omas . ci �aaiaCiOaicm ' 2 " Nc U
U °_ � � ° 3 °) n � ca_ c � Ow 0 LU E cw U
EE u ,0 N . am — ..--- min ° .0 LL mw V > Q 0Lo om E
,` .0 ,_ a = E a ¢ a) �T U ° F- U Z L c 3 W .5 ° . O
a a s.0 . .c c°) C c-i o .0 U c)_ .4o ui W H o V) . 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 9th day of February
2017 ,for
F.Y.2017 Tree Clearing City Composting Site,Contract No.927,Waterloo,Iowa
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 Al).
proper officers this 30th day of January 2017
Vieth Construction Corporation (Seal)
Principal
By
(Title)
North erican Special, . rance Comparpseao
_
(Piety
irinairted f -- - -
4,7" dg -
• • ne • er AttO ey- -faC Dione R.You
_ _
NAS SURETY GROUP
NORTH AMERICAN SPECIALTY INSURANCE COMPANY
WASHINGTON INTERNATIONAL INSURANCE COMPANY
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 Manchester,New Hampshire,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
Schaumburg,Illinois,each does hereby make,constitute and appoint:
JAY D.FREIERMUTH,CRAIG E.HANSEN,BRIAN M.DEIMERLY,SHIRLEY S.BARTENI-IAGEN,
CINDY BENNETT,ANNE CROWNER,TIM McCULLOH,STACY VENN,LACEY CRAMBLIT and DIONE R.YOUNG
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: FIFTY MILLION($50,000,000.00)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 both North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held
on the 91h of May,2012:
"RESOLVED,that any two of the Presidents,any Managing Director,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."
0 urr ii aoa
Q : P Gs e t10...
s F: _ B ° oa'HSG
¢ SEAL ;m_- Steven P.Anderson,Senior Vice President of Washington International insurance Company Z SEAL 3
�`Tj 1973 yr±ni &Senior Vice President of North American Specially Insurance Company O� 1 ,9
4;%�i11.SPIP'.'.�: cr s News,"
'o
i-Ossi r o p\P\O\ By .... y
IIIIIIIIIN\ W/
Michael A.Ito,Senior Vice President of ash ngton International Insurance Company ammnada"
&Senior Vice President of North American Specialty Insurance Company
IN WITNESS WHEREOF,North American Specialty Insurance Company and Washington International Insurance Company have caused their
official seals to be hereunto affixed,and these presents to be signed by their authorized officers this 8th day of September ,2015
North American Specialty Insurance Company
Washington International Insurance Company
State of Illinois
County of Cook ss:
On this 8th day of September ,2015 ,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 Michael A.Ito,
Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance
Company,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
MKENNY
NOTARY PUBLIC,STATE OF IWNOIS M.Kenny,Notary Public
MY COMMISSION EXPIRES 12/04/2017
I, Jeffrey Goldberg . the duly elected Assistant Secretary of North American Specialty Insurance Company and Washington
International Insurance Company,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 and Washington International Insurance Company,which is still in full force and effect.
IN WITNESS WHEREOF,1 have set my hand and affixed the seals of the Companies this30th day of January ,2017
////42
Jeffrey Goldberg,Vice President&Assistant Secretary of
Washington International Insurance Company&North American Specialty Insurance Company