Loading...
HomeMy WebLinkAboutHurst & Sons ContractorsHaar 1 S©ivs eo110-0 s 21-/z6- V(/ lv* �t W4regLoo '` 50 701 e Bib SEcik1Ty Y 2,1/& , 2sN sr/FE-7- MA/4-6E r&ErrMA/4-6E /44 PioVEMctlrs Go ,tcr AZ. 9s6 igiosrt S6S e0Airelle7DR5 billtrEgt_00 XA 5-6)70/ Bit PRO pesA I �y 26is Rsf/ 5" rkee7 Co Ri4eT A/o. 9310 BID 8OND KNOW ALL MEN BY THESE PRESENTS, that we Hurst & Sons Contractors as Principal, and Merchants Bonding Company (Mutual) as Sdrety.are held end firmlybound unto the CJTY OF WATERLOO Iowa, hereinafter called "OWtg2?' tin _the penal sum 5% of Bid amount 5% of bid amount n�iollars' (S )lawful money of the United States, for the payment oribibh sum will._ and truly be made,-.G✓e ?ftrf 'ourselves, out heirs, executors, administrators, ;and 4utzcelsors, jointly -and severalty, firrniy by these presents. The condition of this. obligation.,is sucht that whey s the Principal has' submitted the accarrnanylnp bid dated -the 13th • day of uly 20 17 Thr FY 2016 Waterloo, Iowa, Ash street Drainage' Improvements Contract _Io 936 ._ • •NOW, THEREFORE,— (a) If said Bld 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 alt 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 damagesgustained in the event that the Principal falls to execute the contract and provide the bond as provided lit the specifications or by law. r The-iiirety, for value received, hereby stipulates and agrees that the obligations of said Surety and Its bond shah in, no way Impaired or affected by any extension of the time within which The Owner may accept stiefailiPbr execute.suoh 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 thesepresertts to be signed by their proper officers this 13thdayef July A.D. 2017 Hurst & Sons Contractors {Seal) Pdncifi_ Witness Lt c, 7 4.e1a r2 Cess / By Merchants Bonding Compaliy (Musial) Surety p BY �Oav�� \p Attorney -in --fact Janet Willard MERCHANTS BONDING COMPANY., POWER OF ATTORNEY Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., both being corporations of the Slate of Iowa (herein collectively called the "Companies") do hereby make, constitute and appoint, individually, Bond #: 308927 Janet Willard their true and lawful Attorney(s)-in-Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. This Power -of -Attorney is granted and is signed and sealed by facsimile under and by authority of the following By -Laws adopted by the Board of Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and amended August 14, 2015 and adopted by the Board of Directors of MerchantsNational Bonding, Inc., on October 16, 2015. "The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys -in -Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof." "The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and aut hority hereby given to the Attorney -in -Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the Attorney -in -Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner - Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation. In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 13th day of + July , 2017 �pj,PUA� •.' NPO 041.', :co 4%9 q%9 o. ;.yoe 9q� y� :Z; •z: 3 ;%', 2 .. •• ��a`, . �6,....; ...\�aQ• : • 111 • ....• •''''' MERCHANTS BONDING COMPANY (MUTUAL) MERCHANTS NATIONAL BONDING, INC. STATE OF IOWA COUNTY OF DALLAS ss. On this this 13th day of July 2017 , before me appeared Larry Taylor, to me personally known, who being by me duly sworn did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument are the Corporate Seals of the Companies; and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. President ALICIA K. GRAM Commission Number 767430 My Commission Expires April 1, 2020 Notary Public (Expiration of notary's commission does not invalidate this instrument) I, William Warner, Jr., Secretary of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., do hereby certify that the above and foregoing is a true and correct copy of the POWER-OF-ATTORNEY executed by said Companies, which is still in full force and effect and has not been amended or revoked. In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this 13th day of July , 2017 . �hg, GOA R4.70....: ::'?1j' v'%., 2003 c�? :• y.. 1933 J POA 0018 (3/17) f eelme c.G1 H.Gi.'eavr.rJJ7 Secretary FORM OF BID OR PROP•SAL G.Y. 2018 ASH STREET DRAINAGE IMPROVEMENTS CONTRACT NO. 936 CITY OF WATERLOO, ➢OWA Honorable Mayor and City Council Waterloo, Iowa Gentlemen: 1. The undersigned, being a Corporation existing under the laws of the State of Sys/ , 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 DESCRIPTION ITEM UNIT EST. QTY. UNIT BID PRICE TOTAL BID PRICE REMOVE MISC. SEALCOAT 1 PAVEMENT SY 76.1 $ /, 00 $ 76 ®*t, 2 2" HMA SY 85.9$ 4/5.... $ /A! f $$,g(q, $ yl,8 7 g 3 MODIFIED SUBBASE TON 27.1 _ flREMOVEPCCSIDEWALK SF 91.5 $ /. °b $ 77.'5'6 5 PCC SIDEWALK, 6" SF 91.5 $ 6. 15 $ 5ig DETECTABLE WARNING 6 SURFACE SF SY 10.0 $ 4/D.'° $ lie?. 7 TOPSOIL, 4" 502.1 $ , o $ 6—.63 HYDROSEED ACRES 0.1 $ /9 l c*Z,"$ /,.9Ge. A • STORM SEWER, 2000D, 15" LF 446.2 1.0 $ °e $ 3, 70e.. $.5f/ e73 l • 4. $ 3, -zoo .- "'°11 STORM SEWER MANHOLE, 10 SW -401, 48" EACH 11 TYPE SW -513 INLET, 48" X 48" EACH EACH 1.0 1.0 $ 3' .• $ /, deo, • $ c(f4e. " $ 4 Did • " 12 TAP AND COLLAR STRUCTURE FORM OF BID CONTRACT NO. 936 Page 1 of 3 13 TRAFFIC CONTROL LS 1.0 $ 5-49. w $ '56v. "' 14 FURNISH AND INSTALL WATTLES, 9" DIA. LF 480.0 $ 3.1•6- $ /17,32." 15 REMOVE AND DISPOSE VVATTLES, 9" DIA. LF 480.0 $ / • 34 $ 61-4,7,s6 TOTAL BID $ 5"A/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. 0 4. Security in the sum of 5 o Dollars ($ ) 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. Attached hereto is a Resident Bidder Certification ( X ), or Non -Resident Bidder Certification ( ). (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. Thi bidder has received the following Addendum or Addenda: Addendum No. Date 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 FnRM c Pin rnnITRArT nin Q2R Porta 0 „f a 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 wilting 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. llutP5 r : SC/f,5" CDA/ RAd5?RS /lvc (Name of Bidder) •(Date) BY: / / Title 0 P Official Address: (Including Zip Code): 21712 s W /AA st. Wa ter loa T4 50 701 I.R.S. No. 7a — iafgt9� rni A nr nin rnMTRAf:T KIfl QTR Pana of '2 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, tot 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 f-17 A, ) )ss County of »IC.S //WS C , being first duly sworn, deposes and says that: 1. a is Owner, Partner, Officer, Representative or Agent) of ,(,4tSt- / p5 , 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) Ada, Create— Vt Sylbscribed and sworn to before me this , 201/ J/(/ y Title 3 day of 7)144-44-t R Title Homy My commission expires / -- 6-2011 sS A c DENISE R CASELLA a a COMMISSION NO, 793877 MY COMMISSION EXPIRES } * ab-ZB! 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 936 fir "°' dit4.a. eaye 7/13 /7 7 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 4 Jasi4 CORPORATE OFFICER age,s7,O-- TITLE V DATE 7( ,3 I / I7 CONTRACT NO.: PROJECT NAME: DATE OF LETTING: NON-RESIDENT BIDDER CERTIFICATION I hereby certify that I am an Iowa no -resident •'dder. COMPANY NAME: CORPORATE OFFICER: TITLE: DATE: STATE/COUNTRY OF RESIDENCY: Stated below are t e preference(s) to resident bidders in the state/country of (Preference to biders, labor force, or other preferentia reatment to bidders or laborers, etc. ITEMS OF POTENTIAL MBEIWBE 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 MBE/WBE BUSINESS ENTERPRISE P13.E-BID CONTACT INFORMATION FORM Prime Contractor Name: &S. r SMS Lethada rS Project: Letting Date: NO MBENVBE SUBCONTRACTORS: If you are NOT using any MBENVBE 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: Date: 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 MBENVBE 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 1VIBE/WBE Subcontractors Dates Contacted Yes/No Dates Contacted Yes/No Dollar Amount Proposed to be Subcontracted .barbels Roinc Imprb✓emenr 7-/Z /1 7-ez-17 yt 5 p, D•C. Corpra*i'on 4s tfrd 4888, (o / c recrs Ptkrks 7-/Z-/7 Wo Quick Coynfruche n 7-1Z-17 MD L, t 6 60n61 -rut V-- o ✓I 7-a - /7 !JO (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 MBENVBE businesses in overcoming barriers to participation, and must make good faith efforts to secure bids from, and award subcontracts to, MBE/WBE 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) MBE/WBE businesses offering services in the areas to be subcontracted (see City of Waterloo MBENVBE Certified List). If Tess 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 MBE/WBE contact not on the City's MBE/WBE 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 MBENVBE, OR b. If no bid was received, a copy of correspondence received from the MBE/WBE with a "no bid" response, OR c. If no response was received, a copy of the solicitation sent to the MBENVBE 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 MBE/WBE was not selected. These reasons could include: a. Not low bid. Copies of the competing bids may be required for verification. b. MBE/WBE 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 submitquoteson 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 MBE/VVBE in which the MBENVBE promises not to provide subcontracting quotations to other bidders/proposers are prohibited. Form CCO-4A Rev. 07-08-02