HomeMy WebLinkAboutBaker Concrete & Excavating1161112116
X..011.-1.Conewete az Excavating
PO Box 277
2203 Bast Bwµa, Avo.
Wavily, Jowa 50672
BID SECURITY FOR:
F.Y. 2018 WATERLOO BOATHOUSE
ENHANCEMENTS; CONTRACT NO. 940
CITY OF WATERLOO
715 MULBERRY STREET
WATERLOO, IA 50703
IGKEICOrita`ete & f coavatirig
PO $ox 277
2203 east Breater Av&
Wav¢r¢y. Jocva 30677
BID PROPOSAL FOR:
F.Y. 2018 WATERLOO BOATHOUSE
ENHANCEMENTS; CONTRACT NO, 940
CITY OF WATERLOO
715 MULBERRY STREET
WATERLOO, IA 50703
91
FORM OF BID OR PROPOSAL
F.Y. 2018 WATERLOO BOATHOUSE ENHANCEMENTS
CONTRACT NO. 940
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
=tea , a Partnership consisting of the following partners:
.a« C C )ct + Exc.,vod; , 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 Wayne Claassen Engineering &
Surveying, Inc. 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 WATERLOO BOATHOUSE
ENHANCEMENTS, Contract No. 940, all in accordance with the above -listed
documents and for the unit prices for work in place for the following items and quantities:
BASE BID
BID
ITEM
DESCRIPTION
BASE BID
UNIT
EST. QTY.
UNIT BID
PRICE
TOTAL BID PRICE
001
MOBILIZATION
L.S.
1
$ 15, oO• oo
$ 15, 000. 0
002
TOPSOIL STRIP, SALVAGE, STOCKPILE AND
RESPREAD
C.Y.
587
$ 2. 5 . oo
$ 1 61, I,15 , oo
003
CLASS 10 EXCAVATION
C.Y.
2,797
$ 11- o o
$ 3 S,13 6 k , 00
004
TOPSOIL, FURNISH, SPREAD, IN-PLACE
C.Y.
100
$ 3 0. 00
$ , 6`)° . op
005
REVETMENT, CLASS "E" RIP -RAP
TON
950
$ z-1-5°
$ 2Ioi l2S .00
006
GEOSYNTHETIC
S.Y.
7,731
$ 3 . o o
$ Z 3 , 113.0 0
007
SEED, FERTILIZE AND MULCH (IDOT RURAL MIX)
ACRES
0.92
$ y? So. oo
$ 31 t o . ao
008
SILT FENCE (EROSION CONTROL FENCING)
L.F.
530
$ 3 -5-I
85 o
$ ,5 n
FORM OF BID
CONTRACT NO. 940
Page 1 of 6
BID
ITEM
DESCRIPTION
BASE BID
UNIT
EST. QTY.
UNIT BID
PRICE
TOTAL BID PRICE
009
STRAW FILLED WATTLE, 9" DIA.
L.F.
90
$ ? • oo
$ -1 2.0.0o
010
WOOD EXCELSIOR MAT FOR SLOPE PROTECTION
(EC -103)
SQUARES
160
$ Z c , 00
$ ,2---°c"°°
011
TRAFFIC CONTROL
L.S.
1
$ 7So, oo
$ 7So. 00
012
SWPPP COMPLIANCE
L.S.
1
$ S, IS 0.00
$ S, 1 So, 00
013
MAINTENANCE BOND, 2 -YEAR
L.S,1
$ 13, 000.oa
$ 1 3, bov .00
101
REMOVALS, STORM SEWER CULVERTS
L.F.
280
$ 1 •Ob
$ Z., S 20. o o
102
REMOVALS, ELECTRIC POLES
EACH
6
$ `ion. oo
$ 2,400. 00
103
REMOVALS, TREES
EACH
4
$ (o 00. oo
$ 2,1460. 06
104
REMOVALS, TREE STUMPS
EACH
1
$ 300. 00
$ 3e40, oo
105
DOCK NO. 1 (TIMBER WALL AND DOCK NEAR
BOAT HOUSE, COMPLETE)
L.S.
1
$ y, 000 . oo
$ 4 , 000. 00
106
DOCK NO. 2 (STEEL WOOD, AND CONCRETE
STRUCTURE NEAR BOAT RAMP, COMPLETE)
L.S.
1
$ y,S°°•oa
$ '-I S 00 .00
107
DOCK NO. 3 (WOOD STRUCTURE ADJOINING
BOAT RAMP, COMPLETE
L.S.
1
$ !, 3 oo , oo
I
$ 1,30u. oo
108
REMOVALS, P.C. CONCRETE SLOPE PROTECTION
S.Y.
458
$ c) • 00
$ `ill 2.2, o 0
109
REMOVALS, GUARDRAIL AND POSTS
L.F.
130
$ I o . 0 0
$ (,300,o0
110
REMOVALS, MISC.
L.S.
1
$ 1,100. on
$ 1;10C, . 00
201
SUBDRAIN, 6" DIA., IN POROUS BACKFILL,
COMPLETE
L.F.
204
$ IS . op
$ 3, o Go, 00
202
30" DIA. INFILTRATION AUGER HOLE, 10' DRILL
DEPTH
EACH
18
$ 4°O• uc�
$ 7,Z 0° . o)
203
1.5" CLEAN STONE
TONS
60
$ 3S - °'
$ Z, 1 O0 . bD
301
SUBBASE, MODIFIED, 12" COMPACTED
THICKNESS (UNDER HMA PAVING)
S.Y.
7,731
$ 12-40
$ `iS, ' q. -10
302
PAVEMENT, HMA, 3,000,000 ESAL, BASE COURSE,
M " MIX, 3" THICK
S.Y.
7,161
$ 13, 7 S"
`� 8 �I to3. 7 S
$ ,
303
PAVEMENT, HMA 3,000,000 ESAL, INTERMEDIATE
COURSE, 1/2" MIX, 1.5" THICK
S.Y.
7,161
$ -7•z°
$ 51.5C1.2.0
304
PAVEMENT, HMA 3,000,000 ESAL, SURFACE
COURSE, Y2" MIX, 1.5" THICK
S.Y.
7,161
$ ? • S °$
Co , 8c8 • So
305
CURB AND GUTTER, P.C. CONCRETE, 7" THICK,
24" WIDE, IDOT CLASS C-4
L.F.
606
Z
$ 9 •oo
$ 11-1,5L14.00
306
SUBBASE, MODIFIED, 4" COMPACTED THICKNESS
(UNDER RECREATIONAL TRAIL)
S.Y.
1,007
$ S. i S
$ S Z £C 6.7 S
FORM OF BID
Addendum No 1
CONTRACT NO. 940
Page 2of6
BID
ITEM
DESCRIPTION
BASE BID
UNIT
EST. QTY.
UNIT BID
PRICE
TOTAL BID PRICE
307
RECREATIONAL TRAIL, PAVEMENT, PC
CONCRETE, 5-INCH THICK, IDOT CLASS C-4
S.Y.
915
$ • uo
$ 3 2, 9 0{a, po
308
SUBBASE, MODIFIED, 4" COMPACTED THICKNESS
(UNDER SIDEWALK)
S.Y.
350
$ 5. Z S
l S 31.50
$ ,
309
SIDEWALK, PAVEMENT, PC CONCRETE, 5-INCH
THICK, IDOT CLASS C-4
S.Y.
290
$ LIC • oo
$ 13, oSo. of
310
8'X36' PC CONCRETE LANDING, COMPLETE AS
PER PLAN
L.S.
1
7 po , on
$
(0, /00 , o0
$
401
BOLLARDS, COMPLETE
EACH
8
$ Z'S-o,
$ 2_,2 go . bo
402
ELECTRICAL AND LIGHTING, COMPLETE
L.S.
1
$ I fo, Ow • o0
$ Ho, 500,0D
403
SIGNAGE, COMPLETE
L.S.
1
$ (D00.0 o
$ (Doo ,o 0
404
PAVEMENT MARKINGS, COMPLETE
L.S.
1
$ 'i 000, oo
$ 1,000 ,00
405
STEEL BEAM GUARDRAIL END TERMINAL, BA-205,
COMPLETE
EACH
2
$ Z�Soo •Oo
$ S o00. o0
I
406
406 Guardrail, Steel 'W' Beam, Posts and
Connectors, Complete
L.F.
50
$ 80 00
$ �! 0 00 , 00
500
PAVEMENT REMOVAL ON RIVERSIDE OF BOAT
HOUSE
S.Y.
45
1 Z
$ vD
$ S y o . o0
501
4" CONCRETE PAD FOR BIKE RACKS
S.Y.
13
$ (..S• 00
$ g 19'00
502
6" CONCRETE PATIO WITH INTEGRAL GRADE
BEAM
C.Y.
45
$ 3 00 . oo
$ 131 Soo .00
503
POURED-IN-PLACE INTEGRAL COLORED
CONCRETE, GRAY IN COLOR
S.F.
120
$ 2t.•0°
$ Z, `loo • oo
504
POURED-IN-PLACE INTEGRAL COLORED
CONCRETE, TAN IN COLOR
S.F.
400
15 . °°
$$
, o00 ,
L00
505
4-SEAT PLEXUS BENCH, AS PER PLAN
EACH
2
$ k-1 S S a . oo
$ 9,10o . oo
506
SCARBOROUGH TRASH RECEPTACLE, AS PER
PLAN
EACH
2
$ 2'S. oo
$ 4.5' on . OD
507
BIKE RACK, AS PER PLAN
EACH
6
$ 'Act. • Oa
$ 2116° .6°
508
SWAMP WHITE OAK (2" CAL. B&B)
EACH
3
$ S-5.0. ao
$ I, 6 S o , oo
509
BALD CYPRESS (2" CAL. B&B)
EACH
3
$ Sz S, oo
$ kiS sI'S, 00
510
HARDWOOD MULCH FOR TREE PLANTINGS
C.Y.
6
$ `\S. ob
$ S 7 0, oa
511
TOPSOIL AMENDMENT FOR TREE PLANTINGS
C.Y.
8
$ (IC , oo
$ q Zo. 0 D
TOTAL BASE BID $ C.,--13( I Lig .t o
FORM OF BID
Addendum No 1
CONTRACT NO. 940
Page 3 of 6
ALTERNATE `A' BID
BID
ITEM
DESCRIPTION
BASE BID
UNIT
EST. QTY.
UNIT BID
PRICE
TOTAL BID PRICE
A-003.
CLASS 10 EXCAVATION -ENTRANCE ROAD
C.Y.
310
$ 3 • 00
$ Ito 3o. oa
A-111.
ASPHALTIC CEMENT CONCRETE PAVEMENT
REMOVAL -ENTRANCE ROAD
S.Y.
1,176
$ (,9- Q D
$ —i, o 56. oo
A-301.
SUBBASE, MODIFIED, 6" COMPACTED
THICKNESS, (UNDER HMA) -ENTRANCE ROAD
S.Y.
1,395
$ 7 •''O
$ 1,1 (0S -op
A-302.
PAVEMENT, HMA, 3,000,000 ESAL, BASE COURSE,
3/a" MIX, 3" THICK -ENTRANCE ROAD
S.Y.
1,176
$ I .--7s--
$ t b, no o . op
A-303.
PAVEMENT, HMA, 3,000,000 ESAL, INTERMEDIATE
COURSE, 1/2" MIX, 1.5" THICK -ENTRANCE ROAD
S.Y.
1,176
$ %.2-0
$ , 9 6 7. Zo
A-304.
PAVEMENT, HMA, 3,000,000 ESAL, SURFACE
COURSE, 1/2" MIX, 1.5" THICK -ENTRANCE ROAD
S.Y.
1,176
$ ? -S a
$ 9191(= . oa
TOTAL ALTERNATE `A' BID $ SS, L1 'Lao
TOTAL BASE BID + ALTERNATE 'A' BID $ 69 g,(,,S3 3 0
ALTERNATE `B' BID
BID
ITEM
DESCRIPTION
BASE BID
UNIT
EST. QTY.
UNIT BID
PRICE
TOTAL BID PRICE
B-402.
ELECTRICAL AND LIGHTING, COMPLETE
L.S.
1
$ k2, Ooo.00
$ 92 .000 • 00
TOTAL ALTERNATE `B' BID
$ 4:12 c000.00
TOTAL BASE BID + ALTERNATE 'A' BID 4 -
ALTERNATE `B' BID
ALTERNATE
$ -i q o1 ‘33,30
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
FORM OF BID
CONTRACT NO. 940 Page 4 of 6
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.
Security in the sum of %.d
Dollars ($ s°% ) in the form of E: 4
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 ( ). (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.
z
3
10. The bidder shall list the MBE/WBE subcontractor(s), amount of subcontracts and
bid items on the City of Waterloo Minority and/or Women Business Pre-bid
Contact Information Form submitted with this Form of Bid or Proposal. The
apparent low Bidder shall submit a list of all other Subcontractor(s) to be used on
this Project to the City of Waterloo by 5:00 p.m. the business day following the day
Bids on this Project are due along with the Non -Collusion Affidavits of All
Subcontractor(s).
The Contractor shall submit information on subcontractors on
"SUBCONTRACTOR REQUEST AND APPROVAL" Form to be provided by City
prior to approval of contract.
The subcontractors listed on this proposal and/or submitted to the Contract
Compliance Officer cannot be changed except for the following reasons:
1) The City of Waterloo does not approve the subcontractors.
2) The subcontractors submit in writing that they cannot fulfill their
subcontracts.
FORM OF BID
CONTRACT NO. 940 Page 5 of 6
11. The bidder has filled in all blanks on this proposal. Those blanks not applicable
are marked "none" or "NA".
12. The bidder has attached all applicable forms.
13. The Owner reserves the right to select alternates, delete line items, and/or to
reduce quantities prior to the award of a contract due to budgetary limitations.
(Name of Bidder)
BY: (--6.---
°j'""--
Title
(Date)
v•-cs; d a.",+
Official Address: (Including Zip Code):
zzo3 G ZotiVUsr AUG-
UJave,—t1, TA Svfol1
I.R.S. No. '-12.- 1Sa-oi9Z
FORM OF BID
CONTRACT NO. 940 Page 6 of 6
BID BOND
KNOW ALL MEN BY THESE PRESENTS, that we, Baker Enterprises, Inc.
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 21st day of September
2017 , for F.Y. 2018 Waterloo Boathouse Enhancements, Waterloo, IA; Contract No. 940
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 19th day of September , A.D,
ness
Witness Stacy
By
Baker Enterprises, Inc.
Principal
North can Specialty
urety
2017 ,
ace Compan\eat)
Attor y -in
Dione R. Young
(Seat)
(Title)
SWISS RE CORPORATE SOLUTIONS
NOR'I'FI AMERICAN SPECIALTY INSURANCE COMPANY
WASHINGTON INTERNATIONAL, INSURANCE COMPANY
WES'I'PORT INSURANCE CORPORATION
GENERAL POWER OR ATTORNEY
KNOW ALL MIN BY THESE PRESENTS. THAT North American Specialty Insurance Company. a corporation duly organized and existing under
laws of the Slate or New 1 lampshire, and having its principal orrice in the City of Overland Park, Koons and Washington Internolional Insurance
Company 0 corporation organized and existing under the laws or the State of New 1 lantpshi re and having its principal office in the City or Overland
Park, Kansas, and Westport Insurance Corporation, organized under the lows of the State of Missouri. and having its principal office in the City or
Overland Park. Kansas each does hereby make, 001151inlle and oppoini
JAY 1). IREIERMl7H I, CRAIG E. IIANSEN, BRIAN 81, OPIMIiRLY, SHIRLEY S. BNt1'ENII ACiEN. CINDY BLrNN'li'I I ANNE CItOAVNFR.
'DM xlcCL LLOH„ S'I ACY VENN. [MONE R. YOUNG, and AVENDY ANN 0,8508 IOIN I IN Olt SEVERALLY
Its true and lawful Attorneys) -in -Pact, 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 0 bond on behalf of Inch of said Companies, as surety. on 0011iracts or suretyship as are or may he required or permitted by
law, regulation. contract 00 otherwise, provided that no bond or undertaking or contractor 81,01)11liip 080011led under this authority shall exceed the
amount of: ONE HUNDRED TWENTY FIVE MILLION (S125,000,000.00) DOLLARS
'Ellis Powe' of Attorney is graved and is signed by facsimile under and by the authority of the following Resolutions adopted by the Board, of
Directors of North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held
on March 24, 2000 and Westport Insurance Corporation by written congeal of its Executive Committee dated July IS, 201 I.
"RESOLVED. that any two of the President, any Senior Vice President. any Vice President, any Assistant Vicc President,
the Secretary or any Assistant Secretary be, and each or any 00 1110111 hereby is authorized to execute 0 Prayer 00 Attorney qualifying the attorney canted
in the given Power of Attorney to execute on beh010of the Company bonds, undertakings and all contracts of surety, and that each or any or them
hereby is authorized to attest to the execution 011 011y 811011 Power of Attorney and to attach therein the scol of the Company; and it is
FURTHER RESOLVED, that the signature of such oflicers and the seal of the Company may he .ICli80(1 to any such Power of Attorney or to any
certificate relating thereto by facsimile. and any such Power of Attorney 00 certificate bearing such facsimile signatures 00 facsimile seal shall be
binding upon the Company when so of fixed and in the future with regard to any bond undertaking or contract of surety to which itis attached"
By
Sles'el P.. mIcrsoll, 1,1iar
l Sea 11. Vire
Siec
I))
tve
cc I't olden) nrAA1,1111 ,•tan L
a 01 Nora, l mry
lent 1.1'\\'rslls l Int
)Ila V 11 Set. I 11 t.1.1.11111.E.1111111 1 I ill C( V
\lu,i Vier l,otlu,115,Ili A , Apo,:IIs L,.r ce (I,P;
.4' Senior Vico I'reaaent of 1y1.01p011 Imamate (lrtporunon
IN WITNESS WHEREOF, North American Specially Insurance Company, Washivalon International 1nsurtmc0 Company and Westport
Insurance Corporation have caused (heir official seals to be hereunto affixed. and these presents to be signed by their authorized officers this
this 17 day or August , 20 17 .
State of Illinois
North American Specially Insurance Company
Washington International Insurance Company
Westport Insurance Corporation
County of Cook ss:
On this 17 day of August . 20 17 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 Senior Vice President of
Westport Insurance Corporation and Michael A. Ito Senior Vice )'resident of Washington International Insurance Company and Senior Vice President
of North American Specialty Insurance Company and Senior Vice President of Westport Insurance Corporation, personally known to me. )vho
being by me duly sworn. acknowledged that they signed the above Power or AItorney as officers of and ac1(00"Icdged said instrument to he the
Voluntary act and decd of (heir respective companies. et.M.vr.n,..a-vv't
OFFICIAL SEAL
td KENNY
NOTARY PUBLIC, STATE Of ILLINOIS
MY COMMISSION EXPIRES 12/04/2017
I. Jeffrey Goldberg . the duly elected Vice President and Assistant Secretary of Nath .American Specialty Insurance Company, Washington
International Insurance Company and Westport Insurance Corpoatian do hereby certify that due above and foregoing is 0 true and correct cop)' of 0
Power of Attorney given by said North American Specially Insurance Company, Washington International Insurance Company rand Westport Insurance
Corporation which is still in lull force and effect.
IN WITNESS VVI IEREOP, 1 have set my hand and affixed the seals of the Companies thisl9th day of September , 2017
M. Kenny, Notary Public
a
1
,c
ec
en amaw ca..nn..,.
NON -COLLUSION AFFIDAVIT OF PRIME BIDDER
State of "itI Gva'
County of &e _ )
$€i4' 13CGk(/L , being first duly sworn, deposes and says that:
1. He is (Owner, Partner, Officer, Representative, or Agent) , of gat" ehlgil5"
, the Bidder that has submitted the attached Bid; dbitt Baker einettyr,
k
2. He is fully informed respecting the preparation and contents of the attached Bid and of all *Wait
pertinent circumstances respecting such Bid;
)ss
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)
Phesiden./—
Title
yeAr.40ibed and sworn to before me this a day of
i/1! 2017.
MaAv4k4 evada-s-)
My commission expires /jt
Title
MBE/WBE BUSINESS ENTERPRISE
PRE-BID CONTACT INFORMATION FORM
Prime Contractor Name: 1&.k Exc„�kM Project: Cr. -1. f'io. 9' -to
Letting Date: `1121111
NO MBE/WBE SUBCONTRACTORS: If you are NOT using any MBE/WBE subcontractors to complete this project, sign below. Attach a brief
explanation as to why subcontracting was not feasible with this project If any MBE/WBE subcontractors will be used, please use the bottom
portion of this form. r .,
Contractor Signature:
Title: Pr-tS�Gkwt Date:
'1!2.1111
SUBCONTRACTORS APPLICABLE: You are required, in order for your bid to be considered responsive, to provide the information on this form
showing ALL of your MBE/WBE subcontractor contacts made for your bid submission. This information is subject to verification. Any questions
should be directed to Contract Compliance Office 319-291-4429.
You are required, in order for your bid to be considered responsive, to provide the information on this Form showing your MBE/WBE Business
Enterprise contacts made prior to your bid submission. This information is subject to verifications and confirmation.
If you are unable to identify MBE/WBE firms to perform portions of the work, please contact Louis Starks, Contract Compliance Officer, for
assistance at (319) 291-4429.
In the event it is determined that the MBE/WBE Business Enterprise goals are not met, then before awarding the contract the City of Waterloo will
make a determination as to whether or 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
6.":c1L Cons-k-,-...c-4:nt‘
gltyll-1
`if 1`1((7
b.l. Ca. -F.
G111'4117
—
°IlIgi17
Titdf A..i.-S1.-1
`‘1I411-7
vc�
X30, oc-lS_oo
(Form 000-4) Rev. 06-20-02