HomeMy WebLinkAboutVieth Construction CorporationVieth Construction
Corporation
6419 Nordic Dr.
Cedar Falls, IA 50613
Vieth Construction
oration
641 (die Dr. F 511sto 50613
FORM OF BID OR PROPOSAL
MLK WETLAND MITIGATION PROJECT - PHASE I
CONTRACT NO. 1005
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 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 AECOM now on file in the office of the City Clerk, City Hall,
Waterloo, Iowa, hereby proposes to furnish all supervision, technical personnel, labor, materials,
machinery, tools, appurtenances, equipment, and services, including utility and transportation
services required to construct and complete this MLK WETLAND MITIGATION PROJECT -
PHASE I, CITY CONTRACT NO. 1005, all in accordance with the above -listed documents and for
the unit prices for work in place for the following items and quantities:
MLK WETLAND MITIGATION PROJECT - PHASE I
CITY OF WATERLOO, IOWA
CITY CONTRACT NO. 1005
Item
Description
Unit
Estimated
Quantiles
Unit
Price
Total
Amount
1
Topsoil, Contractor Furnished
CY
653.1
$
$ Z,r....,y.
,`-'-
2
Excavation, Class 10, Roadway and Borrow
CY
34.0
$ 3 r`'; '"
$
3
Excavation, Class 10, Waste
CY
2167.0
$ jt> "
$ l s/
4
Pipe Culverts, Trenched, RCP 18"
LF
56
$ / /C
$ /,./
5
Circular Concrete Aprons,
18"
EACH
2
$ / 7 /..:( j "
$ 3 y -- 3 `
6
Hydraulic
Mulching
Wetland Grass Seeding and
ACRE
4.62
$acws
$ /%
7
Type 1 Permanent
Urban Seeding
ACRE
0.1
$
$ c i
8
Silt Fence or Silt Fence Ditch Check
Installation
LF
1036.5
.,.
$
$ 1.
9
Maintenance of Silt
Check
Fence or Silt
Fence Ditch
IF
103.6
$ / -
6t!
$Removal
10
of Silt Fence or Slit Fence Ditch
Check
IF
1036.5
$ �' `��'
$ Sly
11
Stabilized Construction Entrance
SY
162.8
$ /.s
$ 'p'tZ>.,'°'
12
Roadstone
Entrance
SY
306.9
$ i
$ ` C1X. , . '.
13
Mobilization
LS
1.00
$ / }, _ ,.
$
14
Fence, Field
LF
3628.0
$
$ j
15
Field Fence Brace Panels
EACH
43
$ J.: t , ""
$ /i>. ) , �M1
16
Gate, Field Fence, 16 Ft.
EACH
2.0
$
$
17
Type A Signs, Sheet Aluminum
SF
5.3
$ i
$
TOTAL BASE BID
$ / 7 /,
-
FORM OF BID
AECOM 60616518
CONTRACT NO. 1005
Page BF-1 OF 3
MLK Wetland Mitigation - Ph I
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: df c'< e y ��O- i`d� Title
Official Address: (Including Zip Code):
i %/
(Date)
Vieth coristr
Carport
ri
Ctt 00
I.R.S. No.
r
FORM OF BID CONTRACT NO. 1005 Page BF-3 OF 3
AECOM 60616518 MLK Welland Mitigation - Ph I
NON -COLLUSION AFFIDAVIT OF PRIME BIDDER
State of
)ss
County of ,t .Yr <_,l 7)/(7tc.�/•_'
f > being first duly sworn, deposes and says that:
1. He Is ((Owner( 'artner, Officer, Representative, or Agent) of Z/ C C
--the Bidder that has submitted the attached Bid;
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) /�s� <'✓f
Subscribed and sworn to before me this day of
Title
J
My commission expires -I) L, r� `��,��`` ��111ANS �''''�a,,��
;��o Pt►.l sFgFH
os
_ r, i=
fl
mime iiint0
NON -COLLUSION AFFIDAVITS CONTRACT NO.1005 Page NCA-1 OF 2
AECOM 60616518 MLK Wetland Mitigation Ph I
TITLE VI CIVIL RIGHTS
During the performance of this contract, the contractor (for itself), its assignees, and successors in
interest (hereinafter referred to as the "contractor) agrees as follows:
1. Compliance with Regulations: The contractor shall comply with the Regulations relative to non-
discrimination in Federally assisted programs of the DOT Title 49, Code of Federal Regulations,
Part 21, as they may be amended from time to time, (hereinafter referred to as the Regulations),
which are herein incorporated by reference and made a part of this contract.
2. Nondiscrimination: The contractor, with regard to the work performed by it during the contract,
shall not discriminate on the grounds of race, color, national origin, sex, age, or disability in the
selection and retention of subcontractors, including procurement of materials and leases of
equipment. The contractor shall not participate either directly or indirectly in the discrimination
prohibited by section 21.5 of the Regulations, Including employment practices when the contract
covers a program set forth in Appendix B of the Regulations.
3. Solicitations for Subcontracts, Including Procurement of Materials and Equipment: In all
solicitations either by competitive bidding or negotiation made by the contractor for work to be
performed under a subcontract, including procurement of materials or leases of equipment, each
potential subcontractor or supplier shall be notified by the contractor of the contractor's
obligations under this contract and the Regulations relative to non-discrimination on the grounds
of race, color, national origin, sex, age, or disability.
4. Information and Reports: The contractor shall provide all information and reports required by the
Regulations or directives Issued pursuant there to, and shall allow access to its books, records,
accounts, other sources of information, and its facilities as may be determined by the Contracting
Authority, the Iowa DOT, or FHWA to be pertinent to ascertain compliance with such Regulations,
orders and instructions. Where any information required of a contractor is in the exclusive
possession of another who fails or refuses to furnish this Information the contractor shall so certify
to the Contracting Authority, the Iowa DOT, or the FHWA as appropriate, and shall set forth what
efforts it has made to obtain the information.
5. Sanctions for Noncompliance: In the event of the contractor's noncompliance with the
nondiscrimination provisions of this contract, the Contracting Authority, the Iowa DOT, or the
FHWA shall impose such contract sanctions as they may determine to be appropriate, including,
but not limited to:
a. Withholding of payments to the contractor under the contract until the contractor
complies, and/or
b. Cancellation, termination, or suspension of the contract, in whole or in part.
6. Incorporation of Provisions: The contractor shall include the provisions of paragraphs (1) through
(6) in every subcontract, including procurement of materials and leases of equipment, unless
exempt by the Regulations, or directives issued pursuant thereto. The contractor shall take such
action with respect to any subcontract or procurement as the Contracting Authority, the Iowa
DOT, or the FHWA may direct as a means of enforcing such provisions including sanctions for
non-compliance: Provided, however, that, in the event of a contractor becomes involved in, or It
threatened with, litigation with a subcontractor or supplier as a result of such direction, the
contractor may request the Contracting Authority or the Iowa DOT to enter Into such Litigation to
protect the interests of the Contracting Authority or the Iowa DOT; and, in addition, the contractor
may request the United States to enter into such litigation to protect the interest of the United
States.
TITLE VI RIGHTS CONTRACT NO. 1005 Page TVI-1 of 1
AECOM 60616518 MLK Wetland Mitigation - Ph 1
.Bidder Status Form
To be completed by all bidders Part A
Please answer "Yes" or "No" for each of the following:
Yes ■ No
Yes ❑ No
�r=1� Yes El No
;CYes ❑ No
Yes ■ No
My company is authorized to transact business in Iowa.
(To help you determine if your company is authorized, please review the worksheet on the next page).
My company has an office to transact business in Iowa.
My company's office in Iowa is suitable for more than receiving mall, telephone calls, and e-mail.
My company has been conducting business in Iowa for at least 3 years prior to the first request for
bids on this project.
My company Is not a subsidiary of another business entity or my company is a subsidiary of another
business entity that would qualify as a resident bidder in Iowa.
If you answered "Yes" for each question above, your company qualifies as a resident bidder. Please
complete Parts B and D of this form.
If you answered "No" to one or more questions above, your company is a nonresident bidder. Please
complete Parts C and D of this form.
To be completed by resident bidders Part B
My company has maintained offices in Iowa during the past 3 years at the following addresses:
Vieth Construction
Dates: I to ' 9 `l / 9 Address:
Corporation
6419 Nordic Dr.
to Address 1C" F<.tlls, 50613IA
City, State, Zip•
Address
City, State Zip
Dates* / / / /
Dates: / / to / /
You may attach additional sheet(s) if needed.
City, State Zip•
To be completed by non-resident bidders Part C
1. Name of home state or foreign country reported to the Iowa Secretary of State:
2. Does your company's home state or foreign country offer preferences to resident bidders, resident labor Yes ❑ No
force preferences or any other type of preference to bidders or laborers?
3. If you answered "Yes" to question 2, identify each preference offered by your company's home state or foreign country
and the appropriate legal citation.
■
You may attach additional sheet(s) if needed.
To be completed by all bidders Part D
I certify that the statements made on this document are true and complete to the best of my knowledge and I know that my
failure to provide accurate and truthful information may be a reason to reject my bid.
j7/.
Firm Name:
Signature:
Date:
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)
BSP-1
Prime Contractor Name:
MBEIWBE BUSINESS ENTERPRISE
PRE -BID CONTACT INFORMATION FORM
Project: AL _2Letting Date:
NO MBE/WBE SUBCONTRACTORS: If you are NOT using any MBE/WBE subcontractors to complete this project, sign below. Attach a brief explanation as to
why subcontracting was not feasible with this project. If any MBE/WBE subcontractors will be used, please use the bottom portion of this form.
Contractor Signature: Title: Dale:
SUBCONTRACTORS APPLICABLE: You are required, In order for your bid to be considered responsive, to provide the Information on this form showing ALL of
your MBE/WBE subcontractor contacts made for your bid submission. This Information Is subject to verification. Any questions should be directed to Contract
Compliance Office 319-291-4429.
You are required, In order for your bid to be considered responsive, to provide the information on this Form showing your MBE/WBE Business Enterprise contacts
made prior to your bid submission. This information is subject to verifications and confirmation.
If you are unable to Identify MBE/WBE firms to perform portions of the work, please contact Louis Starks, Contract Compliance Officer, for assistance at (319) 291-
4429.
In the event It is determined that the MBE/WBE Business Enterprise goals are not met, then before awarding the contract the City of Waterloo will make a
determination as to whether or riot the apparent successful low bidder made good faith efforts to meet the goals,
TABLE OF INFORMATION SHOWING BIDDER'S PRE -BID
MBE/WBE BUSINESS ENTERPRISE CONTACTS
Quotes Received Quotation used in bid
MBE/WBE
Subcontractors
Dates
Contacted
Yes/No
Dates
Contacted
Yes/No
Dollar Amount Proposed to
be Subcontracted
•
2..
>
�/U-4
r-/x'!,i
ra�
(Form CCO-4) Rev. 06-20-02
ITEMS OF POTENTIAL MBE/WBE
AECOM 460616518
CONTRACT NO. 1005
Page M8 OF 6
MLK Welland Mitigation - Ph 1
BID BOND
KNOW ALL MEN BY THESE PRESENTS, that we, Vieth Construction Corporation
as Principal, and Swiss Re Corporate Solutions America Insurance Corporation
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 ($---5i--- ) lawful money of the United States, for the payment
of which sum will and truly be made, we bind ourselves, our heirs, executors, administrators, and
successors, Jointly and severally, firmly by these presents. The condition of this obligation Is such that
whereas the Principal has submitted the accompanying bid dated the 7th day of July
2022 , for MLK Wetland Mitigation Protect - Phase 1, Waterloo, Iowa; Contract No.
1005 .
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 famish 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 bld 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 5th day of July A.D. 2022
Anne Crowner
Vieth Construction Corporation
(Seal)
Principal _ p
J (Title)
Swl : 'e .rporate Solutlor4 A r ca Insuresg8Forporation
By
Attorney- -fact DI tfe R. Young
SWISS RE CORPORATE SOLUTIONS
SWISS RE CORPORATE SOLUTIONS AMERICA INSURANCE CORPORATION F/K/A NORTH AMERUCAN SPECIALTY INSURANCE COMPANY ("SRCSAIC")
SWISS RE CORPORATE SOLUTIONS PREMIER INSURANCE CORPORATION FIK/A WASHINGTON INTERNATIONAL INSURANCE COMPANY ("SRCSPIC")
WESTPORT INSURANCE CORPORATION ("WIC")
GENERAL POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS, THAT SRCSAIC, a corporation duly organized and existing under laws of the State of Missouri, and
having its principal office in the City of Kansas City, Missouri, and SRCSPIC, a corporation organized and existing under the laws of the State of
Missouri and having its principal office in the City of Kansas City, Missouri, and WIC, organized under the laws of the State of Missouri, and having its
principal office in the City of Kansas City, Missouri, each does hereby snake, constitute and appoint:
JAY D. FREIERMUTH, CRAIG E. HANSEN, ➢RIAN M. DEIMERLY, CINDY BENNETI', ANNE CROWNER, TIM McCULLOH, STACY VENN,
DIONE R. YOUNG, STACIE CHRISTENSEN, SETH ROOKER, JENNIFER MARINO AND JOSEPH TIERNAN
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:
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 both SRCSAIC and SRCSPIC at meetings duly called and held on the 18th of November 2021 and WIC by written consent of its
Executive Committee dated July 18, 2011.
"RESOLVED, that any two of the President, any Managing Director, any Senior Vice President, any 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 Corporation 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 Corporation; and it is
FURTHER RESOLVED, that the signature of such officers and the seal of the Corporation 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 Corporation when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached."
," Solurioy;.
�SPO'.• Sao.,.
4pN ft9jF,,,�•
cal fn
`s";SEAL 9
*„a.
,:
``SEAL"t
nV�.;Aa-
i (P.,•
�'.sS%4S S• SOVP 60.r Gerald Jegrowsid, Vice Presl eat ofSRCSAIC& Vice President ofSRCSPIC
„ ,w &Vice Pr Went of WIC
IN WITNESS WHEREOF, SRCSAIC, SRCSP C, and WIC have caused their official seals to be hereunto affixed, and these presents to be signed by their
*
By
Erik Janssens, sealer Vice President of SRCSAIC & Senior VIcePresIdeot
orSRCSPIC & senior Vice President ofWIC
authorized officers
this 29TH day of APRIL 2022
State of Illinois
County of Cook
By
Swiss Re Corporate Solutions America Insurance Corporation
Swiss Re Corporate Solutions Premier Insurance Corporation
Westport Insurance Corporation
On this 29TH day of APRIL , 20 22 before me, a Notary Public personally appeared Erik Janssens Senior Vice President of SRCSAIC
and Senior Vice President of SRCSPIC and Senior Vice President of WIC and Gerald Jagrowski Vice President of SRCSAIC and Vice President of
SPCSPIC and Vice President of WIC, personally known to me, who being by me duly sworn, acknowledged that they signed the above Power ofAttomey
as officers of and acknowledged said instrument to be thevoluntary act anrt deed of the r respective companies.
'ASUINA PAfte
(Ifir t t fouw.me
uyccernmiowr f'rot
to rig. 102)
Yasmin A. Patel, Notary
I, Jeffrey Goldberp, the duly elected Senior Vice Presiden and Assistant Secretary of SRCSAIC and SRCSPIC and WIC, do hereby certify that the above and
foregoing is a true and correct copy of a Power of Attorney given by said SRCSAIC and SRCSPIC and WIC, which is still in full force and effect.
IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Companies this 5th day of July 2022,
tt
Jeffrey Goldberg, Senior Vice President &
Assistant Secretary of SRCSAIC and
SRCSPIC and WIC