Loading...
HomeMy WebLinkAboutVieth Construction CorporationVieth Construction Corporation 6419 Nordic Dr. Cedar Falls, IA 50613 S�altk g`rA Lrbr; e;))1 Com,rrtic ta4-454.; Is1ewlerete. kek in r1cJo `S'4 pro r0 nr1 7 314 -4 0 • • Vieth Construction Corporation 6419 Nordic Dr. Cedar Falls, IA 50613 71, 17C.; tot cos P1/4'• L.Lt tag rN �Nant 5. li tf isiC cibmi Ten ran { r I gym. C5 1-.3101 nme L Ln..; nal M.L CD 6 eai Cb 13r2 604 (of `. 5rD4 i C0fr q-rCt`a\` k,a�ask; % W a &l lc t yc (Lek `ttans 4ru.c.4-1‘or\ pearls,. ®O t..A FORM Or HID OR PROPOSAL FY 2021 COMMERCIAL ST., KATOSKI OR., AND HAWKEYE RD. RT TURN LANE RECONSTRUCTION PROGRAM CONTRACT NO. 102a. CITY OF WATERLOO, IOWA Honorable Mayor and City Council Waterloo, Iowa Gentlemen: Vieth Construction Corporation 6419 Nordic Dr. Cedar Falls, IA 50613 1. The undersigned, being a Corporation existing under the laws of the State of �A a Partnership consisting of the following partners: , having familiarized (himself) (themselves) (itself) with the existing conditions on the project area affecting the cost of the work, and with all the contract documents listed in the Table of Contents and Addenda (if any), as prepared by the City Engineer of the City of Waterloo now on file in the office of the City Clerk, City Hall, Waterloo, Iowa, hereby proposes to furnish all supervision, technical personnel, labor, materials, machinery, tools, appurtenances, equipment, and services, including utility and transportation services required to construct and complete this FY 2021 COMMERCIAL ST., KATOSKI DR., AND HAWKEYH RD. RT TURN LANE RECONSTRUCTION PROGRAM, Contract No. 1024, all in accordance with the above -listed documents and for the unit prices for work in place for the following items and quantities: FY COMM CE 2021 y RC IAL ST., KATOSKI D., AND AWK YE RD. RT TURN LANE RECONS-RUC'ION PROGRAM CONTRACT NO. 1024 SUDAS SPECIFICATION *SEE BID SUPPLEMENTAL DIVISION I STREET RECONSTRUCTION a UNIT BID TOTAL BID ITEEV1 SP = SPCL PROV DESCRIPTION UNIT EST CITY PRICE PRICE DIVISION 2 - EARTHWORK 1 2010-108-D * TOPSOIL, 4 INCHES, ON OR OFF SITE SY 2,015.0 $ 5 $ %Qi 075 2 2010-108-E-0 * EXCAVATION, CLASS 10 CY 5,516.0 $ l.s $ 72j 74o 3 2010-108-G * SUBGRADE PREPARATION SY 15,086.0 $ L 2.3 $ i2t 25•7 5r * 4 2010-108-H SUBGRADE TREATMENT, WOVEN GEOTEXTILE SY 1,500.0 $ a. ?S $ [ fr 1)5 5 2010-108-1 * SUBBASE, MODIFIED CY 6,500.30 $ 44 $ an, 615,E 6 IDOT 2121 GRANULAR SHOULDER, TYPE B TON 2,621.00 a i SS tq / o SUBTOTAL E A RTHWORK $ OSA R C 1. 7 a DIVISION 4 - SEWERS AND DRAINS n STORM STORM SEWER, TRENCHED, RCP 2000D, 15 7 4020-108-A-1 * -7, INCH LF 110.0 $ 6. $ 1Sp STORM SEWER, TRENCHED, RCP 2000D, 12 8 4020-108-A-1 * INCH LF 150.0 $ �7 $ /dfeiSn STORM SEWER,FLARED END SECTION, RCP, 9 4020-108-A-1 * 2000D, 15 INCH EACH 3.0 $ (i $ 3, O 4 o 000 REMOVAL OF STORM SEWER, RCP, LESS 10 4020-108-D-0 * 41 THAN OR EQUAL TO 36 INCH LF 211.0 $ ”- $ 6 vele SUDAS SPECIFICATION * SEE DIVISION I STREET RECONSTRUCTION RUCTION 0 BID SUPPLEMENTAL (CONTINUED) UNIT BID TOTAL BID ITEM SP = SPCL PROV DESCRIPTION UNIT EST QTY PRICE PRICE DIVISION A SEWERS AND DRAINS STORM - = (CONTINUED) 11 4040-108-A-0 SUBDRAIN, TYPE SP, 6 INCH LF 1,735.0 $ 1/ $ 9(991s 12 4040-108-A-0 SUBDRAIN, TYPE SP, 4 INCH LF 9,834.0 $ 13 $ '3 7 En SUBDRAIN OUTLETS AND CONNECTIONS, / 13 4040-108-D-0 375 6.64e5 CMP, 6 INCH EACH 68.0 $ $i5, DIVISION 6 o STRUC T URES FOR STORM SEWERS 14 6010-108-A-0 * 3. MANHOLE, SW-401, 48" EACH 1.0 $ 3, 350 $ 350 15 6010-108-A-0 MANHOLE, SW-406, SHALLOW RECTANGULAR EACH 2.0 $ Q, )ca $ $ cyst) 16 6010-108-B-0 INTAKE, SW-501, SINGLE GRATE EACH 6.0 $ 3 2 co $ lei ‘ae INTAKE, SW-507, SINGLE OPEN THROAT, CURB 17 6010-108-B-0 INTAKE, SMALL BOX EACH 2.0 $ (,o00 $ 1t OOO INTAKE, SW-509, DOUBLE OPEN THROAT, 18 6010-108-B-0 'c Si) CURB INTAKE, SMALL BOX EACH 1.0 $ 1 g $ 7 L CONNECTION TO EXISTING INTAKE, DRAIN * 19 6010-108-H-0 Sao TILE EACH 2.0 $ $ o0 6 , 20 /C 6010-108-B-0 REMOVE MANHOLE OR INTAKE, STORM EACH 12.0 $ o $ 9r oo4 INTAKE, SW-545, REMOVE AND REPLACE 21 SP #6 ' 7 71 700 SPECIAL SHAPING AND TOP EACH 1.0 $ d a $ INTAKE, SW-545, SINGLE OPEN THROAT WITH 22 6010-108-B-0 2,106 EXTENDED OPENING EACH 1.0 $ $ g, too INTAKE, SW-501, REMOVE AND REPLACE 23 6010-108-E * 316 S 7,) co BOXOUT EACH 2.0 $ j $ MINOR ADJUSTMENT, MANHOLE W/ SW-601 * 24 6010-108-E TYPE A CASTING & CITY OF WATERLOO EACH 2.0 lioo a, COVER $ 0 $ oat, MINOR ADJUSTMENT, MANHOLE W/ SW-602 * 25 6010-108-E TYPE E CASTING & CITY OF WATERLOO EACH 2.0 q 50 f 900 COVER $ $ t FURNISH AND INSTALL SW-603 TYPE R 26 SP #3 7S U I co CASTING EACH 2.0 $ $ 0 SUBTOTAL STORM SEWER $ 96, 9,27 _a DIVISION 5 - WATER MAINS AND APPURTENANCES CONVERT WATER VALVE MANHOLE TO 27 SP # 4 )S7 S 3, $ 7s ROADBOX EACH 1.0 $ $ 28 SP # 2 WATER SERVICE KILL EACH 25.0 $ 1. / d o $3.7, fob SUBTOTAL WATER APPURTENANCES $ 34 6 7S DIVISION 7 - STREETS S AND RELATED ED WORK PCC PAVEMENT 29 7010-108-A-0 PAVEMENT, PCC, 8 INCH, C-4 W/ CLASS 3 AGG SY 12,761.0 $ 4 9, ('0 $ 56 41622, El. 30 7010-108-A-0 PAVEMENT, PCC, 9 INCH, C-4 W/ CLASS 3 AGG SY 5,432.0 $ 50 $ 0- 7 it Ob PAVEMENT, PCC, 10 INCH, C-4 W/ CLASS 3 31 7010-108-A-0 AGG SY 920.0 $ ‘ a. $ 57 olio CONCRETE MEDIAN, 6 INCH, C-4 W/ CLASS 3 32 7010-108-G AGG SY 286.5 $ t7d , g $ D.® 144 ' 33 7010-108-1-0 PCC PAVEMENT SAMPLES AND TESTING LS 1.0 $ 8 $ �j�d Ada � 0 34 7010-3.04 COLD WEATHER CONCRETE PROTECTION SY 2,000.0 $ 5. Ld $ l of ROO * 35 7010-3.02, J LINSEED OIL TREATMENT SY 7,000.0 $ 1,65 $ t “d / SUDAS SPECIFICATION * SEE DIVISION I = STREET RECONSTRUCTION BID SUPPLEMENTAL (CONTINUED) UNIT BID TOTAL BID ITEM SP = SPCL PROV DESCRIPTION UNIT EST QTY PRICE PRICE SIDEWALKS, SHARED USE PATHS AND DRIVEWAYS 36 7030-108-A-0 REMOVAL OF SIDEWALK SY 459.6 $ Ile co $ 51.185. 46 37 7030-108-A-0 REMOVAL OF DRIVEWAY SY 235.7 $ 0,56 $ Lid* 75 SY 480.2 $ $ 31 38 7030-108-E-0 SIDEWALK, PCC C-4, 6 INCH, C-4 CIS oo9 SURFACE SF 70.0 $ $ 39 7030-108-G-0 DETECTABLE WARNING 55 3,86'4 202.3 Q9, 40 7030-108-H-1 DRIVEWAY, PAVED, PCC, 6 INCH, C-4 SY $ S6 $ gaol ?S' $ 41 7030-108-H-1 DRIVEWAY, PAVED, PCC, 8 INCH, C-4 SY 38.8 $ G'a (J/ Q6S. Go PAVEMENT REHABILITATION * SY 20,700.0 $ $ OIL gee 42 7040-108-H-0 PAVEMENT REMOVAL, CONCRETE 7 SUBTOTAL STREETS AND RELATED WORK $ fi. t 3G g RA 13 . ; DIVISION 8 PAVEMENT MARKINGS AND = TRAFFIC CONTROL PAVEMENT MARKINGS PAINTED PAVEMENT MARKINGS, 43 8020-108-B-0/SP#10 SOLVENT/WATERBOURNE STA 206.61 $ 48.35 $ g‘8, 9 , 44 8020-108-H-0/SP#10 PRECUT SYMBOLS AND LEGENDS EACH 21.0 $ 505 $ l% a9s 45 8020-108-K-0 PAINTED PAVEMENT MARKINGS, REMOVED STA 12.0 $ /35 $ 1i Gaa TEMPORARY TRAFFIC CONTROL CONTROL LS 1.0 $ $, 5'o6 $ L�ot 46 8030-108-A-0 TEMPORARY TRAFFIC SUBTOTAL PAVEMENT MARKINGS AND TRAFFIC CONTROL $ 4 I ! I . 93 DIVISION 9 - SITE WORK AND LANDSCAPING SEEDING SEEDING, FERTILIZING HYDRAULIC SEEDING, 47 9010-108-B-0 SY 140.0 $ 42 $ (, AND MULCHING 7'2o 48 9010-108-E-0 * WARRANTY SY 100.0 $ 3 a $ 31240 EROSION AND SEDIMENT CONTROL 9040-108-T-1 */ INLET PROTECTION DEVICE, INTERMEDIATE 49 00 2,096 SP#13 AND DROP IN EACH 11.0 $ 0 $ 50 9040-108-T-2 */SP#13 9) 5941 INLET PROTECTION DEVICE, MAINTENANCE EACH 11.0 $ $ $ )•{ SUBTOTAL SITE WORK AND LANDSCAPING 1 6 0 4 DIVISION 11 - MISCELLANEOUS CONSTRUCTION SURVEY 51 11010-108-A CONSTRUCTION SURVEY (DIVISIONS I AND II) LS 1.00 $ 46,aao ao, Qa,9„ , LS 1.00 t�., 52 11,050-108-A-0 CONCRETE WASHOUT $ a 60 IJ-, Q a o 53 PLAN SHEET 2.09 REMOVE AND REINSTALL TREE GRATES EACH 4.0 $ 750 I $ 3, d o a SUBTOTAL MISCELLANEOUS $ a 7, God TO AL DIVISION I $ , /; 97/ 9gs: 76 •• SUDAS SPECIFICATION * SEE BID SUPPLEMENTAL DIVISION II -- COMMERCIAL S T REETSCAPE UNIT BID TOTAL BID ITEM SP o SPCL PROV DESCRIPTION UNIT EST QTY PRICE PRICE CLEARING AND GRUBBING SUDAS 2010-108-A-0 1 UN 7.8 $ .;;-.- $9'?� 9 SUDAS 2010-108-D-0 OFFSITE TOPSOIL 2 CY 28.0 $ $ 31 50 e 1 SPECIFICATION SUDAS SEE DIVISION II COMMERCIAL S T REE T SCAPE - mil- BIB DID SUPPLEMENTAL (CONTINUED) I- BID TOTAL ITEM SP o SPCL PROV DESCRIPTION UNIT EST QTY PRICE PRICE SUDAS 2010-108-E-0 EXCAVATION, CLASS 10, WASTE , 3 Cl'` 300.0 ` 1~Q 3o O ' SUDAS 2010-108.1-0 SUBBASE, MODIFIED 4 C Y 199.3 $ ges $ /s, 99 SUDAS 7030-108-A-0 REMOVAL OF PAVEMENT 9ci7. 5.a SY 37.9 $ 7.5 $ SUDAS 7030-108-A-0 REMOVAL OF SIDEWALK 6 SY 1,003.3 $ 10 $ 1 D, 073 SUDAS 7030-108-A-0 REMOVAL OF DRIVEWAY IS 348 So 7SUDAS SY 157.9 $ $ • 7030-108-E-0 SIDEWALK, PCC, 6 IN. VS SY 857.6 $ $ 32159,1 SUDAS 7030-108-E-0 SIDEWALK, PCC, 8 IN. 9 S1' 16.7 $ Zo $ I` 334 SUDAS 7030-108-E-0 SIDEWALK, COLORED FCC; 6 IN. S5 10 SY 742.2 $ /13 $ gig, 6o IRON SUDAS 7030-108-G-0 DETECTABLE WARNINGS, CAST 1 '1 SF $ S DRIVEWAY, SUDAS 7030-108-H-0 PAVED PCC, 6 IN. ')0 12 SY 40.8 $ S i_ 5.0 $ al /0 / , SUDAS 7030-108-H_0 PAVED DRIVEWAY, PCC, 8 IN. S6 13 SY 119.2 $ 6 f • $ 7, no Fo . PLAN POROUS PAVE ai /7f8$O 14 SF 850.0 $ $ SUDAS 7040-108-A-0 FULL DEPTH PATCH 9 (Neg. % 1 SY 37.9 $ $ lv SUDAS 8020-108-B-0 PAINTED PAVEMENT MARKINGS g a 400 10 STA 5.0 $ $ SUDAS 8020-108-B-0 PAVEMENT MARKINGS REMOVED 17 STA 1.5 $ /d J $ PH. se IA -DOT 2523- LIGHTING POLES, TYPE 1, STREET LIGHT 10.0 Qja 18 0000100 EACH $ 6 $ o o 0 IA-DOT.2523- LIGHTING POLES, TYPE 2, PED LIGHT a7r9, 19 0000100 EACH 20,0 $ 3( cep $ pa D PLAN REMOVAL OF LIGHT POLE FOOTINGS 20 EACH 12 0 $ 1 to a $ ad" IA -DOT 2523- ELECTRICAL CIRCUITS 21 0000200 LE 2,083.0 $ ) a $ 19,94 IA -DOT 2523- HANDHOLES AND JUNCTION BOXES 1, no 22 0000310 EACH 4.0 $ if /8 o $ _ PLAN ELECTRICAL MODIFICATIONS 23 LS 1,0 $ 1 7S f � $ if7 2s PLANTS WITH WARRANTY, TYPE 1, SI{YLINE SUDAS 9030-108-B-0 4.0 S 9.�o 3 24 HONEYLOCUST EACH $ Roo TYPE PLANTS WITH WARRANTY, 2, SKYLINE SUDAS 9030-108-B-0 950 800 25 HONEYLOCUST EACH 4.0 $ $ 3 PLANTS WITH WARRANTY, TYPE 3, SKYLINE SUDAS 9030-108-B-0 3, qCO 866 26 HONEYLOCUST EACH 4.0 $ $ PLANTS WITH WARRANTY, TYPE 1, COMMON SUDAS 9030-108-B-0 'I2.0 9 <o if/ 960 27 HACKBERRY EACH $ $ PLANTS WITH WARRANTY, TYPE 3, AUTUMN SUDAS 9030 -108-B-0 (I-, 9 7546 28 BLAZE MAPLE EACH 5.0 $ D $ PLAN REMOVE AND REINSTALL TREE GRATE / i 29 EACH - $ PLAN INSTALL NEW TREE GRATE 217s0 icOd 30 EACH 4.0 $ .` D PLAN REMOVE AND REINSTALL BIKE RACKS 31 LS 1.0 $ It SDa $ I Sob f TOTAL DIVISION III ”'‘ VS Contract No. 1113 23 Addendum No. 1 — Division 11 Quantity Confection Form o- Bird Page 41 of r3 TOTAL DDVIISOON u CU> �)f VIISIJCOk!J Mil ai 382, ag 3 . 7 2 It is understood that the quantities set forth are approximate only and subject to variation and that the unit bid price for the work done shall govern in the actual payment to Contractor. 3. In submitting this bid, the bidder understands that the right is reserved by the City of Waterloo, Iowa, to reject any or all bids. If written notice of the acceptance of this bid is mailed, telegraphed, or delivered to the undersigned within thirty (30) days after the opening thereof, or at any time thereafter before this bid is withdrawn, the undersigned agrees to execute and deliver an agreement in the prescribed form and furnish the required bond and certificate of the insurance within ten (10) days after the agreement is presented to him for signature, and start work within ten (10) days after "Notice to Proceed" is issued. 4. Security in the sum of 5 ofo of C3; 2t Dollars ($ ) in the form of Saga , 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. 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 a WI) 31iftl 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. 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) BY: Gore Official Address: (Including Zip Code): I.R.S. No. Da e OSot QD S e7 Title eViste0-0( (Date) Vieth Construction Corporation 6419 Nordic Dr. Cedar Falls, IA 50613 END SECTION NONCOLLUSION AFFIDAVIT OF PRINNI BIDDER State of T A County of &)OL : k Pala. )ss i4f.ey (Aiebtc , being first duly sworn, deposes and says that: 1. He is (Owner, Partner, Officer, Representative, or Agent) , of We COAs4 . Corp. , the Bidder that has submitted the attached Bid; 2. He is fully -informed respecting the preparation and contents of the attached Bid and of all pertinent circumstances respecting such Bid; 3. Such Bid is genuine and is not a collusive or sham Bid: 4. Neither the said Bidder nor any of its officers, partners, owners, agents, representatives, employees, or parties in interest, including this affiant, has in any way colluded, conspired, connived or agreed, directly or indirectly, with any other Bidder, firm or person to submit a collusive or sham Bid in connection with the Contract for which the attached Bid has been submitted or to refrain from bidding in connection with such Contract, or has in any manner, directly or indirectly, sought by agreement or collusion or communication or conference with any other Bidder, firm or person to fix the price or prices in the attached Bid or of any other Bidder, or, to fix any overhead, profit or cost element of the bid price or the bid price of any other Bidder, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against the City of Waterloo, Iowa, or any person interested in the Proposed Contract; and 5. The price or prices quoted in the attached Bid are fair and proper and are not tainted by any collusion, conspiracy, connivance or unlawful agreement on the part of the Bidder or any of its agents, representatives, owners, employees, or parties in interest, including this affiant. (Signed) Si/V Es/finiso_c Title Subscribed and sworn to before me this 1-1 day of u1 cool() , 2021. My commission expires CM A Title tA30Qa o 0 tea!'�� t" 0•777; •, Ci v 1�V tr ( c tto ic,b .9 m Jp 0 f`. J O , Y r� c7 �Yj 3 v11 r� 4 e o \ 0 t \ I n /0 • ( * ;/ R s c11 •,�a EQUAL OPPORTUNITY CLAUSE (As provided in Executive Order No. 11246) All contractors, subcontractors, vendors and suppliers of goods and services doing business with the City and value of said business equals or exceeds ten thousand dollars ($10,000.00) annually agree as follows: 1. The contractors, subcontractor, vendor and supplier of goods and services will not discriminate against any employee or applicant for employment because of race, color, creed, sex, national origin, economic status, age, mental or physical handicap political opinions or affiliations. The contractor, subcontractor, vendor and supplier will develop an Affirmative Action program to ensure that applicants are employed and that employees are treated during employment without regard to their race creed color, sex, national origin religion, economic status, age, mental or physical disability, political opinions or affiliations. Such actions shall include but not be limited to the following: a. Employment b. Upgrading c. Demotion or Transfer d. Recruitment and Advertising e. Layoff or Termination f Rates of Pay or Other Forms of Compensation g. Selection for Training Including Apprenticeship 2. The contractor, subcontractor, vendor and supplier of goods and services will, in all solicitations or advertisements for employees, state that all qualified applicants will receive consideration for employment without regard to race, creed, color, sex, national origin, religion, economic status, age, mental or physical disabilities political opinion or affiliations. 3. The contractor, subcontractor, vendor and supplier or his/her collective bargaining representative will send to each labor union or representative of workers which he/she has a collective bargaining agreement or other contract or understanding, a notice advising said labor union or workers' representative of the contractor s commitment under this section. 4. The contractor, subcontractor, vendor and supplier of goods and services will comply with all published rules, regulations, directives, and order of the City of Waterloo Affirmative Action Program Contract Compliance Provisions. The contractor, subcontractor vendor and supplier of goods and services will furnish and file compliance reports within such time and upon such forms as provided by the Affirmative Action Officer Said forms will elicit information as to the policies, procedures, patterns and practices of each subcontractor as well as the contractor himself/herself and said contractor, subcontractor, vendor and supplier will permit access to his/her employment books, records and accounts to the City s Affirmative Action Officer, for the purpose of investigation to ascertain compliance with this contract and with rules and regulations of the City's Affirmative Action Program —Contract Compliance Provisions relative to Resolution No. 24664. In the event of the contractor's non-compliance with the non-discrimination clauses of this contract or with any of such rules, regulations and orders, this contract may be canceled, terminated or suspended in whole or in part and the contractor may be declared ineligible for further contracts in accordance with procedures authorized by the City Council. 7 The contractor subcontractor, vendor and supplier of goods and services will include, or incorporate by reference, the provisions of the non-discrimination clause in every contract, subcontract or purchase order unless exempted by the rules, regulations or orders of the City's Affirmative Action Program, and will provide in every subcontract, or purchase order that said provisions will be binding upon each contractor, subcontractor, or supplier. EOC - Page 1 of 2 8. We, the undersigned, recognize that we are morally and legally committed to non-discrimination in employment. Any person who applies for employment with our company will not be discriminated against because of race, creed, color, sex, national origin, economic status, age, mental or physical disabilities. (Signed) (Appropriate Official) Via! na/o (Title) 3/9/2 (Dafe) EOCPage 2of2 Ilc� d ;r Statu To be completed by all bidders Pa rt Please answer "Yes" or "No" for each of the following: Yes ONO ® Yes 0No Yes No Yes No Yes 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 email. My company has been conducting business in Iowa for at least 3 years prior to the first request for bids on this project. My company is not a subsidiary of another business entity or my company is a subsidiary of another business entity that would qualify as a resident bidder in Iowa. If you answered "Yes" for each question above, your company qualifies as a resident bidder. Please complete Parts B and D of this form. If you answered "No" to one or more questions above, your company is a nonresident bidder. Please complete Parts C and D of this form. To be completed by resident bidders Part B My company has maintained offices in Iowa during the past 3 years at the following addresses: Dates: / Dates: / Dates: / / G 5 to pi -cos A4 / Address: City, State, Zip: to / / Address: 6419 Nordic D►'. cedarl-aIIs1lA5O6l3 Vieth Constructiofl to You may attach additional sheet(s) if needed. Corporation City, State, Zip: / / Address: To be completed by nonoresid ent bidders City, State, Zip: -4 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 forcepreferences or anyother type of preference to bidders or laborers? 0 Yes No Yp 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 Prtfl 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: WbG4-1/\ i0n54-• Corp. Signature: /4e,i/e--- Date: 3r4 /). 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) b"d u' ks - e' : Auit sn llx 'r'f o n to Transact Rustiness 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 ONo Yes Yes 0 Yes Yes Yes 0 Yese>No 0 Yes Yes Yes 0 Yes 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) MBE/WBE BUSINESS ENTERPRISE PRk BID CONTACT INFORMATION FORM Prime Contractor Name: khtie 4-1n <_ fl AS Aru i,• 04 Project: COMeeve-Ua1) rc044-6s )e_ Pee - Geld, Letting Date: '3I1 t NO IViBL[%NBH 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/VVBE subcontractors will be used, please use the bottom portion of this form. Contractor Signature: Title: Date: 3/42) 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 may 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/VVBE 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 Rudy Jones, 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 PRN RID MBH/lWBE BUSINESS NTERPRISE CONTACTS Quotes Received Quotation in bid used MBE/WBE Dates Dates Dollar Amount Proposed to Subcontractors Contacted Yes/No Contacted Yes/No be Subcontracted Dc GorP. alto- YES ko %c.5 C o ( tits ce trac4 ally° IVO gite) Aie) Of A INA_5 Alunt fiJo Ila.v No 0 cite), 4,,,rFtc. co„int 10 (Form CCO-4) Rev. 06-20-02 BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, Vieth Construction Corporation as Principal, and North American Specialty Insurance Company as Surety are held and firmly bound unto the CITY OF WATERLOO , Iowa, hereinafter called "OWNER." In the penal sum --Five Percent of the Bid Submitted --- Dollars ($ avv5O/Ovvv ) lawful money of the United States, for the payment of which surn 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 Pnncvpal has submitted the accompanying bid dated the _ 4th day of March , 2021 , for FY 2021 Commercial St., Katoski Dr., and Hawkeye Rd. Rt Turn Lane Reconstruction Program, City of Waterloo, IA; Contract No. 1024 NOW, THEREFORE, • (a) If said Bid shall be rejected, or in the alternate, (h) 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 lst day of March , A.D. 2021 fWitness Witness Stacy Venn By Vieth Construction Corporation (Seal) Principal //r 6:;f911 North American Specialty Insurance Comparlyeal) S rety By Attorr-infarct Dione R. Young /ab 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 PRESEN I S, 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 Kansas City, Missouri 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 Kansas City, Missouri, and Westport Insurance Corporation, organized under the laws of the State of Missouri, and having its principal office in the City of Kansas City, Missouri 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, WENDY A. LEWIS, and STACIE CHRISTENSEN 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 Compan) ; 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." otitmusuot �opU7yr rf@ SEAL r.G47 Steven P. Anderson, Senior Vice President of Washington International Insurance Company & Senior Vice President of North American Specialty Insurance Company & Senior Vice President of Westport Insurance Corporation By Mike A. Ito, Senior Vice President of Washington international Insurance Company & Senior Vice President of North American Specialty Ins prance Company & Senior Vice President of Westport Insurance Corporat on 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 DECEMBER , 20 20 . State of Illinois County of Cook On this 3RD day of DECEMBER , 20 20, before me, a Notary Public personally appeared Steven P. Anderson , Senior Vice President of ss: North American Specialty Insurance Company Washington International Insurance Company Westport Insurance Corporation 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 U. KEP.NY Notary public - State of dli in's 1 My Commissi n Crp,res 121042021 1 M. Kenny, Notary Public I, Jeffrey Goldberg , the duly elected Vice President and Assistant Secretary of North American Specialty Insurance Company, Washington International Insurance Company and Westport Insurance Corporation do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said North American Specialty Insurance Company, Washington International Insurance Company and Westport Insurance Corporation which is still in full force and effect. IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Companies this 1st day of March , 2021 . Ili 2 Jeffrey Goldberg, Vice President & Assistant Secretary of Washington International Insurance Company & North American Specialty Insurance Company & Vice President & Assistant Secretary of Westport Insurance Corporation