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