HomeMy WebLinkAboutVieth Construction FORM OF BID OR PROPOSAL
F.Y. 2014 TREATMENT PLANT LEVEE TREE REMOVAL
CONTRACT NO. 868
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
,EtJ� , 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. 2014 TREATMENT PLANT LEVEE TREE REMOVAL,
Contract No. 868, 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. 2014 TREATMENT PLANT LEVEE TREE REMOVAL
CONTRACT NO. 868
sITE ,M�
1 MOBILIZATION LS 1.00 $ eS-0. $ eS-6o
2 CLEARING AND GRUBBING UNIT 160.80 $ 7 7/ Si_ 9-0' I
3 CLEARING AND GRUBBING ACRE 1.32 MIS 7L 6 Stu
4 CLASS 10 EXCAVATION CY 500.00 $ Z $ f o c)v
5 GRADING SY 6,390.00 $ /L - $ 7
6 REMOVE AND REPLACE RIPRAP SY 1,271.00 $ S-S.
HYDRAULIC SEEDING, SEEDING FERTILIZING
7 AND MULCHING ACRE 1.32 $ eUU ' $ .5 6`(rz
8 SWPPP MANAGEMENT LS 1.00 $ /JU( $ /.)c'c `
TOTAL BID $ /2. L, 3 s- 7. f-� o
FORM OF BID CONTRACT NO. 868 Page 1 of 3
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withdrawn, the undersigned agrees to execute and deliver an agreement in the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 ) - e-
Dollars ($ 1- ) in the form of
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 Resident Bidder Certification ( ), or Non-Resident
Bidder Certification L ). (Mark one.)
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. ._l.- Date 6/l37
10. The bidder shall list the MBE/VVBE 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.
FORM OF BID CONTRACT NO. 868 Page 2 of 3
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.
i/' �( c s. �.i�., c 6A, r<o.--) 6/1"z/
(Name of Bidder) (Date)
BY: /or, (/ v Title /®A yf,
Official Address: (Including Zip Code):
VIETH CONSTRUCTION CORP
6419 NORDIC DR.
CEDAR A.LL , A. 50613
I.R.S. No. ! z _ U ,S C. ? c 7
FORM OF BID CONTRACT NO. 868 Page 3 of 3
. 1,
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 'A )
)ss
County of 4ce-4-U 4 )
�_. 7-2)°`-''r V i <l-( , being first duly sworn, deposes and says that:
1. He is �ner ,fear ner, Officer, Representative, or Agent) , of /2
, 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) ,,
Title
Subscribed and sworn to before me this `Z day of
D.-LA rC, , 201 .
eAaLwr, d„,d
Title
My commission expires b(-Pi o j/7
Ar•-•,. COLLEEN A. LOTTr COMMISSION NO.753080
• MY COMMISSION EXPIRES
� JUNE3,2017
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: v e
PROJECT NAME: %,L /7-1- i• A "J /_, 0/ , 7 j
DATE OF LETTING: 6: 179/j -
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 defined above.
COMPANY NAME /7/6_ fit u.L.) Sr e‘-.),, ,
CORPORATE OFFICER l e �
TITLE "zf
DATE 7(z- b
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.
Revised February 2003
CONTRACTOR'S OR SUBCONTRACTOR'S AFFIRMATIVE ACTION PROGRAM
Check box that applies to party completing program:
( ') General Contractor
( ) Subcontractor
I. Section A to be completed b GENER • ► RACTORS only:
A.
VIETH CONSTRUCTION CORP.
an 6419 NORDIC DR.
Name of Company y CEDAR FAQ LC 1A 7 v-a
Address of Company Zip
r7
Telephone Number (31 '/ ) 1 / 7c
Federal ID Number (if no Federal ID Number, Owner/President's Social
Security Number) O 2 - O 5 5'7
Name of Equal Employment Officer j > Via
Name of Project . ,n. t. /24-- /J,.-1/ 24-- ldl,/ P1-/L-!1
Project Contract Number e
Estimated Construction Work Dates */1 ye- / /o /7 sG-
Start Finish
Section B to be completed by SUBCONTRACTORS only:
B.
Name of General or Prime Contractor VI
Name of Subcontractor_ 6 CS ) S
Subcontractor's Address ce-44--A, .n- ;4al Zip 3 L 3 - z_
Subcontractor's Telephone Number (3 rg ) 3 7 7- S 8 2
Subcontractor's Federal ID Number (if no Federal ID Number
Owner/President's Social Security Number) 12. -
Name of Equal Employment Officer ,-7Y
- 1 -
C. Remainder of program to be completed by party completing program,
either Prime or Subcontractor.
1. The Owners and/or Principals of your company:
Ethnic
Name Address Position Sex Origin
,fuc_ %y i /&,,'-t,ti,,g,‹c; /'fLf "=-i 64)/1--l/
2. Other Areas of Interest:
If your company has branches or subsidiaries, or if your company is a
branch or subsidiary of a parent organization, give the following
information:
Type of
Name Address Affiliation Degree
II. EMPLOYER'S POLICY (Please read carefully.)
A. We, the undersigned, recognize that we are morally and legally
committed to nondiscrimination in employment. Any person who
applies for employment with our company will not be discriminated
against because of race, color, creed, sex, national origin, economic
status, age, mental or physical handicap.
B. The employment policies and practices of the undersigned are to recruit
and hire employees without discrimination, and to treat them equally
with respect to compensation and opportunities for advancement,
including training, upgrading, promotion, and transfer. However, we
realize the inequities associated with employment training, upgrading,
contracting and subcontracting for minorities and women and we will
direct our efforts to correcting any deficiencies to the maximum extent
possible. The same will be required of our SUBCONTRACTORS and
suppliers.
C. We submit this program to assure compliance with Executive Order
11246, as amended, and other subsequent orders that may pertain to
equal employment opportunity and merit employment policies, fully
- 2 -
realizing that our qualification and/or merit system should be evaluated
and revised, if necessary.
D. We agree to put forth the maximum effort to achieve full employment
and utilization of capabilities and productivity of all our citizens without
regard to race, creed, color, sex, national origin, economic status, age,
and mental or physical handicap.
E. /./G: c- will give training
(Name of Company)
and employment opportunities to local residents of Waterloo, Iowa, to
the greatest extent feasible.
III. AFFIRMATIVE ACTION
A. 1,'<.- _ recognizes that the
(Name of Company)
effective application of a policy of merit employment involves more than
just a policy statement, and
(Name of Company)
will;therefore, re-evaluate our Affirmative Action Program to ensure that
equal employment opportunities are available on the basis of individual
merit, and to actively encourage minorities, women and local residents
to seek employment with our company on this basis.
B. 1/C (- will undertake the
(Name of Company)
following six (6) steps to improve our Affirmative Action Program:
1. Minority Recruitment and Employment;
2. Local Recruitment and Employment;
3. Disabled Veteran and Vietnam Era Veteran Recruitment and
Employment;
4. Handicapped Recruitment and Employment;
5. Female Recruitment and Employment; and
6. Training, Upgrading and Promotional Opportunities.
C. E./L t_ will take
(Name of Company)
whatever steps are necessary to ensure that our total work force has
adequate minority, female, and local representation. We will utilize the
following methods In our recruitment attempts:
1. Local advertising media (newspapers, radio, TV);
2. Community organizations (churches, clubs, schools);
3. Public and private institutions in the area (UNI, Hawkeye
Community College);
4. Job Service of Iowa; and
5. Other.
- 3 -
D. l./C will seek qualified minority,
(Name of Company)
female, and local group applicants for all job categories and will make
asserted efforts to increase minority, female and group representation
in occupations at the higher levels or skill and responsibility.
E. All sources of employment used shall be aware that we are an Equal
Employment Opportunity Employer. Labor organizations representing
our employees will be notified of our Equal Employment Opportunity
Policy and Affirmative Action Program.
F. Training, upgrading, promotion and transfer activities at all levels will be
monitored to ensure that full consideration has been given to qualified
minority, female, and local group employees.
G. will encourage other
(Name of Company)
companies with whom we are associated and/or do business, to do the
same and we will assist them in their efforts.
H. has taken the following
(Name of Company)
Affirmative Action to ensure that minority, female, local contractors
and/or suppliers were provided opportunities to negotiate and/or bid on
this project: (if none, write "NONE")
1. l" L7/ e-c,L ��.�. 7
2. 3 „I.,/5
As a result of the above efforts, we have involved minority, female, and
local contractors and/or suppliers in the following areas of
subcontracting: (if none, write "NONE")
1. 6
2.
J. (/G will require approved
(Name of Company)
Affirmative Action Programs from all nonexempt contractors who
propose to work on this project and will take whatever steps are
necessary to ensure that non-minority contractors have adequate
representation of minority, female and local persons in their total work
force.
-4 -
K. In further accordance with rules and guidelines issued pursuant to
Executive Order '11246 as amended, we establish the goals for our
company, based on parity percentages supplied by the City, and we
realize these goals will be reviewed on an annual basis.
L. will keep records of
(Name of Company)
specific actions relative to recruitment, employment, training, upgrading
and promotion and will provide the City of Waterloo with any information
relative to same, including activities of our SUBCONTRACTORS and
suppliers as necessary or when requested.
M. Parity figures for companies located in Waterloo are as follows:
Minority Parity = .08 (8%)
N. %.r - Affirmative Action
(Name of Company)
Employment Goals:
The definition of Affirmative Action Goals is as follows: "Goals may not
be rigid and inflexible quotas which must be met, but must be targets,
reasonably attainable by means of applying every good faith effort to
make all aspects of the entire Affirmative Action Program work."
For the year 201_t, please submit percentage targets for employing
minorities and women. If you already have reached your target for
hiring minorities and women, please submit that percentage.
`Goals for Minorities: /
Goals for Women: /
*Your affirmative action goals should be between 1% and 10% or more
for minorities and 11% and 5% or more for women.
Please be advised that the goals or targets are purely your estimation
of how many women and minorities your company can reasonably
expect to hire in 201 ? Note, that none of the goals are rigid or
inflexible. They are targets that your company calculates as reasonably
attainable. This will help the City in its monitoring procedures as
required by City of Waterloo Resolution No. 1984-142(4).
- 5 -
CONTRACTOR'S TOTAL WORK FORCE
(WATERLOO) A
S
' t
,5 744: r_
HOURLY
NAME AND ADDRESS JOB CATEGORY RACE SEX WAGE
INDICATE: DISABLED VETERAN: DV
VIETNAM ERA VETERAN: VV
- 6 -
CONTRACTOR'S TOTAL WORK FORCE
(WATERLOO)
NAME AND ADDRESS JOB CATEGORY RACE SEX HOURLY WAGE
STEVEN ASLAGSON Heavy Equipment Operator Caucasian Male $ 18.50
1004 EAST MAIN ST.APT 24
MANCHESTER IA 52057
TERRY BACHMAN Heavy Equipment Operator Caucasian Male $ 20.00
3616 MAVERICK AVE
CEDAR FALLS IA 50613
DOUG BLINKS Heavy Equipment Operator Caucasian Male $ 22.00
286 McCLELLAND ROAD
MT.VERNON IA 52314
RONALD CHIHAK Heavy Equipment Operator Caucasian Male $ 18.50
626 INDIANA STREET
WATERLOO IA 50703
MEGAN EHLERS ACCOUNTS PAYABLE CLERK Caucasian Female $ 10.00
700 W RIDGEWAY AVE#324
CEDAR FALLS IA 50613
NATHAN FITCH Heavy Equipment Operator Caucasian Male $ 18.50
500 E.5TH STREET Foreman
TIPTON IA 52772
JAMES FLEAGLE Heavy Equipment Operator Caucasian Male $ 18.50
450 HILLTOP DRIVE SW APT.627
CEDAR RAPIDS IA 52404
GARY L.GLEITER Heavy Equipment Operator Caucasian Male $ 17.50
7555 30th Street
Aurora IA 50607
CRAIG JACOBS Heavy Equipment Operator Caucasian Male $ 20.00
16391 ROYAL AVE
CLARKSVILLE IA 50619
CRAIG A KERNS Superintendent Caucasian Male Salary
406 Wisconsin St. Exempt
Fairbank IA 50629
STEVE KIEWEIT Truck Driver Caucasian Male $ 14.00
312 BROAD STREET
Reinbeck IA 50669
BENJAMIN LORENZ Heavy Equipment Operator Caucasian Male $ 19.00
205 EAST 4TH STREET Foreman
READLYN IA 50668
COLLEEN LOTT Accountant/Office Manager Caucasian Female Salary
818 LAKESHORE DRIVE Exempt
CEDAR FALLS IA 50613
LUCAS MILLER Truck Driver Caucasian Male $ 15.00
PO BOX 164
MIDDLE AMANA IA 52307
Eric Allen Pryor Heavy Equipment Operator Caucasian Male $ 18.00
11 4th St.NW
Oelwein IA 50662
DEREK REISNER Truck Driver Caucasian Male $ 15.00
605 SOUTH FREDERICK
OELWEIN IA 50662
MICHAEL RENSLOW Laborer Caucasian Male
$ 15.00
318 FIRST STREET
WASHBURN IA 50702
Jesse F.Rickert Truck Driver/Operator Caucasian Male $ 18.50
10106 ACKER ROAD
Hudson IA 50643
KYLER RICKERT Laborer Caucasian Male
$ 12.00
10830 GIBSON ROAD
Hudson IA 50643
—
MACEIJ ROGOWSKI Laborer Caucasian Male $ 13.50
1004 EAST MAIN ST.APT 24
MANCHESTER IA 52057
JOHN B.SENN Heavy Equipment Operator Caucasian Male $ 18.00
318 1ST ST Foreman
WASHBURN IA 50706
CORY SNYDER Laborer Caucasian Male $ 15.00
304 MAIN STREET
VOORHIES IA 50643
THOMAS J.TANDY Heavy Equipment Operator Caucasian Male Salary
123 SWISHER VIEW DR. Foreman Exempt
SWISHER IA 52338
ANTHONY F.VIETH President/Owner Caucasian Male Salary
101 EAST SPRUCE STREET Exempt
REINBECK IA 50669
Alex Weber Project Manager/Estimator Caucasian Male Salary
109 Whitetail Ridge Exempt
P
Hudson IA 50643
HANDICAPPED: H
We hereby certify that we are in compliance with all City and Federal
Affirmative Action Regulations and agree to accept all liability for failure to
comply.
Respectfully submitted,
By:
Company Executive J
7,/1-1/ 11-
Date
By:
Equal Employment
Opportunity Officer
Date
City of Waterloo Affirmative Action Officer
Approved
Disapproved Reason:
- 7 -
By:
Date:
- 8 -
DESCRIPTION OF JOB CATEGORIES
1. Officials/Manager: Occupations in which employees set broad policies,
exercise overall responsibility for execution of all policies, or direct individual
departments or special phases of the agency's operations or provide
specialized consultation on a regional, district or area basis. Includes:
department heads, bureau chiefs, division chiefs, directors, deputy directors,
controllers, examiners, wardens, superintendents, unit supervisors, sheriffs,
police and fire chiefs and inspectors and kindred workers.
2. Professionals: Occupations which require specialized and theoretical
knowledge which is usually required through college training or thorough work
experience and other training which provides comparable knowledge.
Includes: personnel and labor relations workers, social workers, doctors,
psychologists, registered nurses, economists, dietitians, lawyers, system
analysts, accountants, engineers, employment and vocational rehabilitation
counselors, teachers or instructors, police and fire captains and lieutenants
and kindred workers.
3. Technicians: Occupations which require a combination of basic scientific or
technical knowledge and manual skill which can be obtained through
specialized post-secondary school education and through equivalent on-the-
job training. Includes: computer programmers and operations, draftsmen,
surveyors, licensed practical nurses, photographs, radio operators, technical
illustrators, police and fire sergeants and kindred workers.
4. Office/Clerical: Workers are responsible for internal and external
communication, recording and retrieval of data and/or information and other
paper work required in an office. Includes: bookkeepers, messengers, office
machine operators, clerk-typists, stenographers, court transcribers, hearing
reporters, statistical clerks, dispatchers, license distributors, payroll clerks and
kindred workers.
5. Skilled Craft Workers: Workers perform jobs which require special manual
skill and a thorough and comprehensive knowledge of the processes involved
in the work which is acquired through on-the-job training programs. Includes:
Mechanics and repairman, electricians, heavy equipment operators, stationary
engineers, skilled machine occupations, carpenters, compositors and
typesetters and kindred workers.
6. Sales Workers: Occupations engaging wholly and primarily in direct selling.
Includes: advertising agents and salesman, insurance agents and brokers,
real estate agents and brokers, stock and bond salesmen, demonstrators,
salesmen and sales clerks, grocery clerks and cashier checkers, and kindred
workers.
7. Operatives (semi-skillej: Workers who operate machine or processing
equipment or perform other factory-type duties of intermediate skill level which
- 9 -
can be mastered in a few weeks and require only limited training. Includes:
apprentices (auto mechanics), plumbers, building trades, metal working
trades, bricklayers, carpenters, electricians, machinists, mechanics, printing
trades, etc., operatives, attendants (auto service and parking), plasterers,
chauffeurs, deliverymen and furnacemen, heaters (metal), laundry and dry
cleaning operatives, milliners, mine operatives and laborers, motormen, oilers
and greasers, (except auto painters), (except construction and maintenance),
photographic process workers, stationary fireman, truck and tractor drivers,
weavers, (textile), welders and flame cutters and kindred workers.
8. Laborers (unskilled): Workers in manual occupations which generally
require no special training. Perform elementary duties that may be learned in
few days and require the application of little or no independent judgment.
Includes: garage laborers, car washers and greasers, gardeners (except
farm) and groundskeepers, longshoremen, and stevedores, lumbermen,
raftsmen and woodchoppers, laborers performing lifing, digging, mixing,
loading and pulling operations and kindred workers.
9. Apprentices: Persons employed in a program including work training and
related instruction to learn a trade or craft which is traditionally an
apprenticeship, regardless of whether the program is registered with a Federal
or State agency.
10. Trainees (on-the-job): Production. . . persons in formal training for craftsmen
when not trained under apprentice programs--operative laborer, and service
occupations.
White Collar. . . persons engaged in formal training for clerical, managerial,
professional, technical, sales, office and clerical occupations.
- 10 -
N E .3
• L
0
c E Z N TA
a) ° (_-r)
V� O .0 L N
caw a) Co {a)
\ -co .0 \ ° e m 5 0
,A Q tv O c W 0 O C 0 '�.,
V a) Q U z.` N c4
03 3 �!� . O W N U y O iU�. \\
N \W O ' m a a) ++ t) `-.J �,
CO .o .S u 2 E c a C
❑ C a) O w O U ° rcr C
m `°
CN a , . o =
. � 7 E v1a) CD is ° o v1 `o °
'� O U § O O a) ac L .G
n..n os U CO \a
w - o CON E c c °tl) 0 q'
� N EcE � E Ln
� o 'v) c uc°� o 3o W �
°Ec° Qia co 0 m - a c.) ) ,� u) N ° a v ,3
... � O •C C W N
` O to O a)
dZ � N ° �' UU aci � U >'
co
Ce '•• U W v) II-- E al c c w 0 a W
� g mn v� a • .E. - OC U
CO � 73
a)Z 2r4 OW ,i — wa)
W ct i 2 co
co
2 ,r o .E C N N C E Z Ce -O N N
En N > - � a) nn � � � W > g) ca .� v
W Z ° W COL.
C n N 3 oY m O O F- •6 is
'° 3
❑
s.
cam yW a) 0Z � � = °` Q rn y/ 0 - Wm I- `5 ° o o ZN
EQCIoO ' oo � L a) - ON m
ihIU
U
L1.1as 2 c. +�� N N Ce m >-
W L. = 3 -a N ` 1- °- U)) O
m m ..1 I-- a) J ° 7132 E 0 c IL W ,J
n , a O ? asw ,, •c° o •� Zm w
ca m
V COI �\ c`oo0 oho W2 Wm ' . \
O C UO O O N N �I co ...
V w� N O i U ° O m 0 c
L. •• 3 } C N O 4= m C Q V •VQ..‘
al o ' "O 7 W O } pp
a re O m \ J -0 E >.m a) V�
,�, U m N O ` < L .0
N Q
U VWU >.�m � r � v� \�
ZHd G v- Q �f 'B °
� dW c a) rn 2 - SI r N
6 p u Q m o mac c N L
g U ca a) E t° ')) o
cEa m -c `i ix o c E72N a) g m
so.Z V=joE is � O� •- Nod a� o t
i W N 2 cUo N 15 c 9 •c L i ±il .
N m ca N T g J N '3 p 2 .. = O 4� V �_
C Y Ja SrU C to U
�.�/lr O N a) U +. O
rpit 7 N a) {�4
;` ��a in o Moo o � ° 7/5 � -4 ms ) 8
Cl- Z N Cl. 0 V) y u�) } 11J= co C E E 0 Iv
U o s cn (I) -0
O 'a a) C E w u)i
y C a) co _U O _oO Z co
O > O 4- _o
U N Q) C �- C Q
tEco La) Ow oCC m ° �n oL
O L C
a � ° aN � y c 15 va O w 0 oL
Qa) LL o = c u- m C U .� o
° pui a� - cc°) o Z -o E UEOC
a) a) N w .c c) O w ' ° 3
w •E C -o U co a) m a) I--- m C 0 w co.0
L7 a C O C w ° . �m 0)co
Q) 73
° m N W CC a) 5 :51
p c •n m L 2 om a) 0 -co co mW L �
O LI_ •c > U L CO O w
� nm o i �v� a) z O � c' c ° ° � m
N 2
� o m m ,U E O O Q o O a)as 0 co C L N
Z � � � a a ° c E as a y f- co o .0 -- > C
O a) W N a) O co L 0
Z Q) Q) to to U) p `O L a N
1" C m O L L co O +� !A L O L C Cu ° N
N � O ++ +' (U N a) ° 0
U n �- � w ° co a) > 0 E E ~ n. > E o 2
re UJTh co •3 3 � 2 cn m 0 o o o N n ca °' o
miWI- coca) cx
� � Cu - m co w - U a) v .0 a)
L L C a) d) 17), U
Z W " L N E ) L '� C Q Q a) U) O p a 0 -0
W Q to
) d) a) Y E E L - 1i
0. 2 2 .� _0o ( E a U o E w 'CO 3 0c m Cu coc)m0a)
W 0 .c a) a)3 c° � a) � aa)) a) 0 3 a w a° � �' N o
I— a) a) cv .0 CEO aa)) 0 „ aca a)) �` w wm .0 Li] E `6 v1)ioo
Z L W co m C I- ` w o m E 0 C 4) L
W Z = c`cs �c 't wO 0 o EmL co a) m moo > a) o c > 2 Q
O fO , c0 Z t) c) m e > z � m 3ca 0 a) m'C .>_ a) i
C L
N a) ° a) 0 w a) ow c a) v°i CI) � w c0 ao - a`)
O o _c � LE > -o co � E o co a) co co a) COam 3 ° a
W Q D � 4- •c- Q „.. a) cg > E W EL F > c Cl) y �
Z � � c � - 2 � 'c coo ° > E z o0 00o U o � Qca) n
CO Q O O + O n O E +J U w 6 N C Q) ° to o Q)
CO LL O L m W O C E 2 L m > a) L L •O N > Q O O O
W Z � •E - a) Z a) v°) a) � E m c°)i c o � o °c ci) o a� Q o
co a. 0 M I— fn to L ,fn O Cu a) O 4- O 2 a ` ` L U > U >' cn
mF Zvi77. 4% cn UM � v ° — C a> c - -o a) - a) ci ° OO 0m � o
Q oo o I- a E coE ° m cc� o � > CO coL 0m ° am
W � •oa> Z UFO wa) ) ° O -.E. .0) cc o
m F.. 15 c o a) ON L N a) .ow- a) m -2 w Ti-)cn 0 E c co c a) ° _C c U
Z 0 U O, N t°o N t C L a) p a) u- E u) N O c) L Cu 0 0
u) co U3 c ° • m
OU o � L ' mN o -o m 2 o >' m aimCI) CO 3 w EL°, co 3 -3.
ate)
o m � � oL c gL I-- `oco a) ov 15
a o C a '� W0 ui Cu a) o >' mQ cv NYp c o �Ua
m a) (no° 0 daa) _ c . aa) U CO E - "U.• c°) :cct0 U) 30E o > o
W ion °" w � `-' Tiio - a) a) 0 E ° co � O 0 Y0 ra) � oU
cL cL° Y `-" U O 73 n � a vi O o Q a)u- o c E >'0 E O c � �
�- rn w a) c0 4- o a c Z o a -, .Q p .n a) o = O
D. is; w. cEc ! O wn o c � � ac) a) oc = 003m
OoE3 � cUa�i m ° .D >, � a) a) co F- L '3 � 'to � a
142 ? 45
..- v O wO Cu -0 .•-- o .0 E o •� -a U .0Q a) as 3 a' 2OU .O >
a c 0i E Z E a) w o C 0 W c 0 a) a) N o :g y „, . 0 = c m o 0
= O C a) w L m O (6 m 0 O O Q) U) O Z N vOi C c a- 0 N
O (nu) al
° m N C rL-. u- a) U U L ° U Q) O •Q C ° L C O C .� v- U �--� O
to a o ,i W o - _co c m co E aO�i � w v) •,,)- a0 o ro (Oo coi Dm o QE m� o 0
00 -00 a) a) > c ., coc ' uwco Eoc = o c-
m l .C . z Ly = ' 3 0 nmvw c•-o `- co 0) ' U � a) C)
a) °)
L � a)a, ( c , ,n LO ODO a. WWLmcoiva a) ._, -ac
v7
0 o floc m mo o -0w aa) rnw Q-- a) cow o � E aUi - E cE`o m n ° o aa>i
Cu c°o c 12 �o � w e o oCD m oU cm 0 c O , w E �,U rn c L
_C O a E cu 0 C w W O m O •L C O .O O O n Q
o c m o� �cacao E w c o Q '� w- m = z2aa. Q mo n c°a w, C.) c)w '•
m
0
V ° � �0aw � LIJa U om O o om cd _o ci tea. cu .a ci -a aim - w g O
o LU a)
a) a) '� 0 ° Q � E • N o � � uw U > c°) o a) a`) a) co0
Ef E u) - E -a Q a) c° >, U H U , I- 0 0 . mL 'r o °. E
T. L (o (o .a . O c a> '= a> z L C = W .... .0 O .e o
a. a. Q L L s- U Cu (\i O L U c 4.. V a) triW I- O Cl) - 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 er called
"OWNER" In the penal sum ---Five Percent of Amount of Bid--
Dollars( ---5%---- j 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 19th day of June
2014 ,for F.Y.' 2014 Treatment Plant Levee Tree Removal in the City
of Waterloo, Iowa--Contract No.86
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 lave
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 aff ed 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 19th day of June ,A.D.201 4 .
Vieth Construction Corporation (Seal)
Principal
By AY"
6 , f 45'S•
(Title)
North ' an Specialt •ur rice Company(sea0
tune Surety
ss nne Crowner Dione R.Young Aft may-i act
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.BARTENHAGEN,
CINDY BENNETT,ANNE CROWNER,TIM McCULLOH,STACY VENN,LACEY CRAMBLIT and DIONE R.YOUNG
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 FIFTY MILLION($50,000,000.00)DOLLARS
This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of
Directors of both North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held
on the 9th of May,2012:
"RESOLVED,that any two of the Presidents,any Managing Director,any Senior Vice President,any Vice President,any Assistant Vice President,
the Secretary or any Assistant Secretary be,and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named
in the given Power of Attorney to execute on behalf of the Company bonds,undertakings and all contracts of surety,and that each or any of them
hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company; and it is
FURTHER RESOLVED,that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any
certificate relating thereto by facsimile,and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be
binding upon the Company when so affixed and in the future with regard to any bond,undertaking or contract of surety to which it is attached."
0tGI IAUTY j i,$��� �.- aC2— �iwiNtimiAttU/�tyM
�yQ, ?"41ih"G Q,,,07 k.,,,,,a
lt
SEAL :or= Steven P.Anderson,Senior Vice President of Washington International Insurance Company 2r SEAL F\1
rcµt, tp73 ry^n &Senior Vice President of North American Specialty Insurance Company 0 if')
�q��y�p y JN��• ti.,hpkga 3
7.
David M.Layman,Vice President of Washington International Insurance Company Onininsinw By
atast �w.a"°t
&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 this25th day of January ,2013
North American Specialty Insurance Company
Washington International Insurance Company
State of Illinois
County of Cook ss:
On this 25th day of January ,2013 ,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 David M.Layman,
Vice President of Washington International Insurance Company and 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" y(2dyr,,rl+� .,;(14, ` a,(;
DONNA D.SKLENS
Notary Public,State of Illinois Donna D.Sklens,Notary Public
My Comraissioa Expires 10/06/2015
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,I have set my hand and affixed the seals of the Companies this 19th day of June ,20 14
Jeffrey Goldberg,Vice President&Assistant Secretary of
Washington International Insurance Company&North American Specialty Insurance Company
I