Loading...
HomeMy WebLinkAboutVieth Construction, Corp.Vieth Construction Corporation 6419 Nordic Dr. Cedar Fails, IA 50613 0 4•� r.- 0 ca hJ Seok\ f3•r� Cor �Y �6 S ,5 6/. ti3i(e!`nd6'. ,`Mjp'rcv4-n-l-� Vieth Construction Corporation 6419 Nordic Dr. Cedar Falls, IA 50613 n h•/ - C -c:,1440, CI it _, CI m� iXV mr- G C.i C") CI 6,4 1,,,), 64 1304 -roc: 0-01e Ash ' J. Dro'r c'j ;Mp{a .►+� BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, Vieth Construction Corporation as Principal, and North American Specialty Insurance Company as Surety are held and firmly bound unto the CITY OF WATERLOO , Iowa, hereinafter called "OWNER." In the penal sum --Five Percent of the Bid Submitted -- Dollars ($ •--5%--- ) lawful money of the United States, for the payment of which sum will and truly be made, we bind ourselves, our heirs, executors, administrators, and successors, jointly and severally, firmly by these presents. The condition of this obligation is such that whereas the Principal has submitted the accompanying bid dated the 13th day of July , 2017 , for FY 2018 Ash Street Drainage Improvements - Contract No. 936 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 hill 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 5th day of July , J.D. 2017 , By Vieth Construction Corporation Principal (Seal) sz 6), _12 _*•-• a01.6-.) (Title) North rican Specialtyr. nce Compaiitea ) Surety Atter ey-in-f lone R. Young NAS SURETY GROUP NORTII 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 ander the laws of the State of New Hampshire and having its principal office in the City of Schaumburg, Illinois, each does hcrcby 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 CRAMBLTI' and DIONE R. YOUNG JOINTLY 0R 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 9111 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 hcrcby 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." J\\GlAUIojo J 6Q. pPPOgq�`PG By Ng/ SEAL :l= Steven P. Anderson, Se,aor Vice President of Washington Inermlummllnurance Co,::n::::y >yr°:` 1173 Q4,,r'mg & Senior Viec President ufnbrd]American Specialty Insurance Company fahAMPs " ``: 40NllIIIIN\\\\\\ By .747/7 Islielmel A. Inn, Senior Vice President of Washington International Insurance Company N. Sema Vice President of North Amerinm Specialty Insurance Company IN WITNESS WHEREOF, North American Specialty Insurance Company and Washington International insurance Company have caused their official seals to be hereunto affixed, and these presents to be signed by their authorized officers this 8t1 day of September , 2015 . State of Illinois County of Cook SS: North American Specialty Insurance Company Washington International Insurance Company On this 8th day of September , 20 15 , 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 M ichael A. Ito Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company, personally known to mc, 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 M KENNY NOTARY PUBLIC, STATE OF ILLINOIS MY COMMISSION EXPIRES 12109/2017 NI. Kenny, Notary Public 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 sct my hand and affixed the seals of the Companies this 5th day of July /%' , 2017 Jeffrey Goldberg, Vice President & Assistant 5 Washington 1 tIcrnalional Insurance Company & North ry of can Spedully Insnm'mc Company FORM OF BID OR PROPOSAL F.Y. 2018 ASH STREET DRAINAGE PROVE6 iI EN T S CONTRACT NO. 936 CITY OF WA T ERLO*, 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 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. 2018 ASH STREET DRAINAGE IMPROVEMENTS, Contract No. 936, all in accordance with the above -listed documents and for the unit prices for work in place for the following items and quantities: BID ITEM DESCRIPTION UNIT EST. OTY. UNIT BID PRICE TOTAL BID PRICE 1 REMOVE MISC. SEALCOAT PAVEMENT SY 76.1 $ i. $ 1i / tij, S6' 2 2" HMA SY 85.9$ 5,),5 $ )ig3j,7' 3 MODIFIED SUBBASE ION 27.1 $ 60 $ i , 60 4 REMOVE PCC SIDEWALK SE 91.5 $ 5 $ 457.56 5 PCC SIDEWALK, 6" _ SF 91.5 $ 6 75 $ 617,6_3 6 DETECTABLE WARNING SURFACE SF 10.0 $ 6 75 $ 7 .50 7 TOPSOIL, 4" SY 502.1 $ Ck ac., $ (q $ 5�0S. 46 $ 5,16,0 $ 9 (>07 8 HYDROSEED ACRES LF 0.10-O,0 446.2 9 STORM SEWER, 2000D, 15" 10 STORM SEWER MANHOLE, SW -401, 48" EACH 1.0 $ 4. -5D $ 4) rd.(5-C) 11 TYPE SW -513 INLET, 48" X 48" EACH _ 1.0$5,66 h $ (10 7_$_14. $ 5/ o v O 00 12 TAP AND COLLAR STRUCTURE EACH1.0 FORM OF BID CONTRACT NO. 936 Page 1 of 3 13 TRAFFIC CONTROL LS 1.0 $ a'S $ ) 75 14 FURNISH AND INSTALL WATTLES, 9" DIA. LF 480.0 $ 3.56 $ 1,6g0 15 REMOVE AND DISPOSE WATTLES, 9" DIA. LF 480.0 $ ! $ USO TOTAL BID $ 5)i 739 , a s 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 64A) Dollars ($ ) in the form of CO -,r is submitted herewith in accordance with the INSTRUCTIONS TO BIDDERS. Attached hereto is a Non -Collusion Affidavit of Prime Contractor. Attached hereto is a Resident Bidder Certification Bidder Certification ( ). (Mark one.) ), or Non -Resident 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 10. The bidder shall list the MBEANBE subcontractor(s), amount of subcontracts and bid items on the City of Waterloo Minority and/or Women Business Pre-bid PrIpiu nr Pin (`.nMTRLfT Kin QQR Pana 9 of 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 re`du e mollifies prior to the award of a contract due to budgetary limitations. ein ontruction Corporation 6419 Nordic Dr. (N diot IffidtIe)IA 5061 (Date) BY: 14_,Vehef/ Title ,=5 v /-a Official Address: (Including Zip Code): Vieth Constructik= Corporation • 6419 Nordic Dr. Cedar balls, IA 50615 I.R.S. No. - J 6 / U )- R�1R11i1 (-1 Pin ertNITPArT Nn Q2F Pana of '� SSE ee,k 644 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 S County of Cite tk. ) 41e7 GJebe ( , being first duly sworn, deposes and says that: 1. He is (Owner, Partner, Officer(R —presentativve 2or Agent) , of (p`e -f-li Lon 5 f , Corp , the Bidder that1Tassobmitted the attached Bid; )ss 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) i ��/76e C5-1///10 o � Title pullscribed and sworn to before me this i9- day of J (,� ,201% My commission expires 3-15 -19 Oak ( ) Title "" KARI LYNN JANSEN :;,. COMMISSION NO.77749D " '"'r" " MY COMMISSION EXPIRES . 0 w , 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 CONTRACT NO: PROJECT NAME: DATE OF LETTING: RESIDENT BIDDER CERTIFICATION �y15/S 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 abovee..nStrUGtio% YY�� ``Collrrrporation 6419 Nordic Dr. COMPANY NAME Cedar- Fails, IA 50613 CORPORATE OFFICER UN `7 V74- it i2 TITLE DATE -27/ 3 2 CONTRACT NO.: PROJECT NAME: DATE OF LETTING: NON-RESIDENT BIDDER CERTIFICATION 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. ITEMS OF POTENTIAL MBE/WBE PARTICIPATION NOTICE TO PROSPECTIVE BIDDERS: The following are items from the F.Y. 2018 ASH STREET DRAINAGE IMPROVEMENTS, Contract No. 936, that have a potential for MBE/WBE Participation. This listing, however, is not intended to be all encompassing; to preclude MBE/WBE Contractors from bidding on any items of the Proposal as a Subcontractor or the entire Proposal as a Prime Contractor. BID , ITEM DESCRIPTION UNIT - EST. QTY. 1 REMOVE MISC. SEALCOAT PAVEMENT SY 76.1 2 2" HMA SY 85.9 3 MODIFIED SUBBASE TON 27.1 4 REMOVE PCC SIDEWALK SF 91.5 5 PCC SIDEWALK, 6" SF 91.5 6 DETECTABLE WARNING SURFACE SF 10.0 7 TOPSOIL, 4" SY 502.1 8 HYDROSEED ACRES 0.1 9 STORM SEWER, 2000D, 15" LF 446.2 10 STORM SEWER MANHOLE, SW -401, 48" EACH 1.0 11 TYPE SW -513 INLET, 48" X 48" EACH 1.0 12 TAP AND COLLAR STRUCTURE EACH 1.0 13 TRAFFIC CONTROL LS 1.0 14 FURNISH AND INSTALL WATTLES, 9" DIA. LF 480.0 15 REMOVE AND DISPOSE WATTLES, 9" DIA. LF 480.0 MBEIWBE GOALS FOR THIS PROJECT IMPORTANT: Prime Contract Bidders should be aware that ten percent (10%) MBE goal and a two percent (2%) WBE goal is attached to this project. "Certified Return Receipt" letters are no longer needed with the bid showing proof of contacting MBE or WBE Subcontractors, but the Pre -Bid Contact Information Form must be filled out completely. City of Waterloo Contract Compliance Officer: Contract Compliance Officer Community Development Board Carnegie Annex, Suite 202 620 Mulberry Street Waterloo, IA 50703 Phone: (319) 291-4429 Vieth Construction Corporatin BEIWBE BUSINESS ENTERPRISE 6419 Nordic BID CONTACT INFORMATION FORM Prime Contractor Name: Cedar Fails, IA 50613 Project: .. 9 -7 Letting Date: NO MBEIWBE 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 MBENVBE subcontractors will be used, please use the bottom portion of this form. Contractor Signature: Title: - -_ , = > ;; Date: //2 /1 -7 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 MBENVBE Business Enterprise contacts made prior to your bid submission. This information is subject to verifications and confirmation. If you are unable to identify MBENVBE 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 MBEIWBE 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 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 -rye,I-4-- nv,se ry 1 lc? 1(7 P6 71191(-2AJ . ;, /., AaiI.)OnCL-1-,-prr'L ron-kr0\ "7 IV' 7 I')o (Form CCO-4) Rev. 06-20-02 MBENVBE BUSINESS ENTERPRISE PRE-BID CONTACT INFORMATION FORM INSTRUCTIONS Prime Contractor Responsibilities: Prime Contractors bidding on City of Waterloo contract work are required to ensure that MBE/WBE businesses are provided the opportunity to participate in the performance of contracts and subcontracts. Prime contractors are required to assist MBE/WBE businesses in overcoming barriers to participation, and must make good faith efforts to secure bids from, and award subcontracts to, MBENVBE businesses. For all contract bids of $50,000 or more, the following is required to demonstrate good faith efforts in accordance with this policy: 1. "MBE/WBE BUSINESS ENTERPRISE PRE-BID CONTACT INFORMATION FORM" submitted with the prime contractor bid, properly completed and signed on Form CCO-4 (Rev. 06-20-02). Please note that this document must include all subcontractor contacts, bids received, and awarded - not just those related to disadvantaged business enterprise vendors. 2. A minimum of three (3) MBE/WBE business contacts must be made and documented, if there are at least three (3) MBENVBE businesses offering services in the areas to be subcontracted (see City of Waterloo MBE/WBE Certified List). If less than three (3) are offering the services to be subcontracted, then a contact is required for any that are listed as providing that service. If you have submitted a MBENVBE contact not on the City's MBENVBE list, attach a copy of the certification from another government agency. 3. Contacts to each MBE/WBE businesses are required to be a minimum of seven (7) working days prior to the date the prime contractor submits the bid to the City of Waterloo. 4. The following documentation must accompany the "MBE/WBE BUSINESS ENTERPRISE PRE-BID CONTACT INFORMATION FORM" for each MBE/WBE business contacted: a. A copy of the bid received from the MBE/WBE, OR b. If no bid was received, a copy of correspondence received from the MBENVBE with a "no bid" response, OR c. If no response was received, a copy of the solicitation sent to the MBE/WBE with proof of mailing attached. 5. If any MBENVBE business submitting bids are not selected for subcontract award, documentation must accompany the "MBENVBE BUSINESS ENTERPRISE PRE-BID CONTACT INFORMATION FORM" on why the MBENVBE was not selected. These reasons could include: a. Not low bid. Copies of the competing bids may be required for verification. b. MBENVBE did not bid, withdrew bid or was non-responsive. c. Documentation of other business-related reason for not selecting the MBE/WBE business for a subcontract. d. Prime contractor self performs work. e. Any other reason relied on by the Prime Contractor. The Contract Compliance Officer will determine the weight to be given to each item listed above (supported by appropriate documentation) based on overall program goals. Subcontractors Responsibilities: 1. Each MBENVBE firm planning to submit quotes on construction projects with goals, shall submit a Letter of Intent to Bid (Form CCO-5) to the City Contract Compliance Officer seven (7) working days prior to bid opening, listing specific items which the MBENVBE firm is interested in bidding. If the City Contract Compliance Officer does not receive sufficient scope letters seven (7) working days prior to bid opening, goals on subject project will be reduced accordingly. Agreements between the bidder/proposer and an MBENVBE in which the MBE/WBE promises not to provide Subcontracting quotations to other bidders/proposers are prohibited. Form CCO-4A Rev. 07-08-02