HomeMy WebLinkAboutJB Holland Construction i
I I I
consrrucrion, tnc_
J. B. HOLLAND CONSTRUCTION, INC.
2092 HWY, 9 WEST
DECORAH, IA, 52101
7
BID:
FY 2019 WING DIKE
CITY OF WATERLOO, IA
CITY CONTRACT NO, 966
September 13, 2018, 1 :00 PM
City Clerk, Cry of Waterloo
715 Mulberry St, Waterloo, IA 50703
I
ruction. /nc.
2092 Hwy. 9 West ( k
Decorah, IA 52101 consrrucrion, lnc.
J. B. HOLLAND CONSTRUCTION, INC.
2092 HWY. 9 WEST
DECORAH , IA, 52101
W
SECURITY:019 WING DIKE I'f OF WATERLOO, IA
CONTRACT NO. 966rjr
ppp September 13, 2018, 1 :00 PM
City Clerk, City of Waterloo
715 Mulberry St, Waterloo, IA 50703
i
i
I
t
BID BOND
t
KNOW ALL MEN BY THESE PRESENTS, that we, J B Holland Construction Inc k
as Principal, and United Fire & Casualty Company
x
as Surety are held and firmly bound unto the CITY OF WATERLOO Iowa, hereinafter called F
"OWNER." In the penal sum Five Percent of Amount Bid
Dollars ($ 5% 1 lawful money of the United States, for the payment of which t
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 September '
,20 18 , for FY 2019 Wing Dike, City Contract No. 966
H
NOW, THEREFORE, t
(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
J
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 falls 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 pres-
ents to be signed by their proper officers this 13th day of September A. D . 2018, E
J . B. Holland Construction, Ina
.(Seal) '
Principal
By
\ United Fire & Casualty Company (Seal)
Witness Surety
AOL PE 00
Winess By Attorney-in-fac AbigailWMohr i<
4
BID BOND City Contract No. 966 Page BB 1,of 1
AECOM #60504245 FY 2019 Wing Dike
I
3
;UNITED FIRE & CASUALTY COMPANY. CEDAR RAPIDS , IA Inquiries: ,Surety Deportment
- UNITED FIRE & INDEMNITY COMPANY, R'EBSTER, TX 118 Second Ave SE
FINANCIAL PACIFIC INSURANCE COMPANY, ROCKLIN, CA Cedar Rapids, 1A 52401
U!"IN50RANCE CERTIFIED COPY OF POWER OF ATTORNEY
(original on file at Home Office of Company = See Certification)
KNOW ALL PERSONS BY THESE PRESENTS, That United Fire & Casualty Company, a corporation duly organizedacrd existing under the laws
of the State of Iowa; United Fire & hndemnity Company, a co poratwn duly organized and existing under the laws of the State of Texas; ;and
Financial Pacific Insurance Company, a corporation drily organized and existing trader the iaws of the State of California Oieteincollectively called
the Companies), and having their corporate headquarters in Cedar Rapids, State of Iowa, does make, constitute mrd appoint
. JOHN R . FAY. , MATT :. FAY , , AB.IGAIL R . MOHR , MAT DEGROOTE , EACH INDIVIDUALLY
their hie and lawful Attorney(s) m Fact with, power;and authority hereby conferred to sign, seal and execute in its behalf all lawful bonds,
undertakings and other obligatory instruments of similar nature provided that no single obligation shall exceed s i 00 ; 000 , 000 . 90
and:to bind the Companiestherebyas filly mid to the:same extent as if such instruments were signed by the duly authorized officers of the Companies
and all of the acts of said Attorney, pursuant to the authority hereby given and hereby ratified and confirmed.
The. Authority ,hereby granted is continuous and shall remain at full force and effect until revoked, by United Fire & Casualty Company, United Fire &
Indemnity Company, and Financial Pacific Insurance Company.
This Power of Attorney is made mid executed pursuant to and by authority of the following bylaw duly adopted on May 15 , 2013, by the Hoards of
Directors of UnRed Fire & Casualty Company, United Fire & Indemnity Company, mid Financial Pacific Insurance Compary.
"Article VI — Surely Bonds and Undertakings"
'Section 2, Appointment of Attorney-in-Fact "The President or any Vice President, or any other officer of the Companies may, from tune to time, appoint by ,rotten
certificates attorneys-hr-fact to act m behalf of the Companies in the execution of policies of insurance, bonds, undertakings and other obligatory instruments of like nature. '
The .signature of any officer authorized hereby, mid the Corporate seal , may be affixed by facsimile to any power of attorney or special power of attorney or certification of
either authorized hereby; such signature and seal, when so used, being adopted by the Companies as the original signature of such officer and the original seal offlat
Companies, to be valid mid binding upon the Companies with the same force acrd effect as thought manually affixed. Such attorneys-in-fact, subject to the limitations set of ,
forth in then respectne,certificates of authority shall have full power to bind die Companies by their signature and execution of any such instruments Arid to attach the seal
the Companies thereto. .The President or any Vice President, the Board of Directors or any other officer of the Companies may at any time revoke all power mid. authority
previously given to any attorney-hi-fact
IN WITNESS WHEREOF, the COMPANIES have each caused these presents to be signed by its
„off,oulool,,i,�c ,,.``E�ciNs� �.,, vice president and its corporate seal to be hereto affixed this 14th day of February , 2014
Q :GOPPOgg4
�4 °ft" CORPORATE jrayZ¢ - 0 UNITED FIRE & CASUALTY COMPANY
1986 roar � � UNITED FIRE & INDEMNITY COMPANY
FINANCIAL PACIFIC INSURANCE COMPANY
State of Iowa, County of Lim, ss: Vice President
On 14th day of February , 2014 , before,: me personally came Dennis J . Richmann
to me known, who being by me duly sworn, did depose and say; thathe resides in Cedar Rapids, State of Iowa; that he is a Vice President of United Fire '-
& Casualty sCompany, a Vice President of United ;Fire & Indemnity Company, acrd a Vice President of Financial Pacific Insurance Company the
corporations. described in and which executed the above instrument, that he knows the seal of said corporations; that the seal affixed to the said
iustmmient -is such corporateseal, that n ivas so affixed parsuart to authority given by the Board of Directors of said corporations`a ld that he signed his
name thereto pursuant to like authority, and acknowledges same to be the act mrd deed of said corporations.
Jnr rm Patti Waddell
r � Iowa Notarial Seal pa,
( 1 /�
commission number 713274 : Gr ' Notary Public
owe My Commission Expires 10/26/2019
My commission expires 10/26/2019
I, Mary A Bertsch, Assistant Secretary of United Fire & Casualty Company and Assistant Secretary of United Fire & h deunuty Company, and Assistant ;
Secretary of Financial Pacific Insurance Company, do Hereby certify that I havecompared the foregoing copy of the Power of Attorney and affidavit, and
the copy of the Section of the bylaws and resolutions of said Corporations as set forth in said Power of Attorney, with the ORIGINALS ON FILE IN THE
HOME OFFICE OF SAID CORPORATIONS, and that the same are correct transcripts thereof, and of the whole of the said originals, and that the said
Power of Attorney has not been revoked and is now in full force and.effeet.
In testimony whereof I have hereunto subscribed my name and affixed the corporate seal of the said Corporations
this 13th day of September 120 18 r
�rrG INSUga
q>' � To RA
TE 9y QPt' pPPARq ,1O�
PLY 2z _ By
� 98 _
5 A 2 cit/FOAa Assistant Secretary
" hillOF&C & OF&I & EPIC
BPOA0049 1217 This paper has a colored backyround and void pantograph .
Revised Per Addendum #1 • 9/6/2018
FORM OF BID OR PROPOSAL
FY 2019 WING DIKE
CITY CONTRACT NO, 966
CITY OF WATERLOO, IOWA
Honorable Mayor and City Council
Waterloo, Iowa
Gentlemen:
1 . The undersigned, being a Corporation existing under the laws of the State of
a Partnership consisting of the following partners:
, having familiarized (himself) hemselves (itself)
with the existing conditions on the project area affecting the cost of the work, and wit a ontract
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 FY 2019 WING DIKE, CITY CONTRACT NO. 966, all in accordance
with the above-listed documents and for the unit prices for work in place for the following items and
quantities:
FY 2019 WING DIKE
CITY CONTRACT NO. 966
BID DESCRIPTION UNIT EST. UNIT BID TOTAL BID
ITEM QTY. PRICE PRICE
1 MOBILIZATION LS 1 $ , Qo $ 8Sdope
2 CLEARING AND GRUBBING ACRE 1 . 0 $ oto Soo.00 $ ao soo , uo
3 COMPACTED IMPERVIOUS FILL CY 11900 $ I 9. so $ 3S iso - oo
4 SILT FENCE LF 5, 200 $ a . 97 $ i ! 8u y, o0
5 HAUL ROAD CONSTRUCTION AND LS 1 $ $
REMOVAL 1:347500 &0 23, 7So- o0
6 WETLAND SEEDING ACRE 1 . 0 $ .b'soao $ sso_ oo
7 RURAL SEEDING ACRE 0. 2 $ S 7 vo $ Isis ao
8 REFORESTATION ACRE 1 . 0 $ 7,1 s, pe $ ;23 7 .2s ao
9 REVETMENT, CLASS B, CHANNEL TON 8, 703 $ 35. a5 $ 3,0,r 7�0 . 7S
10 REVETMENT, CLASS B , WING DIKE TON 356 $ 3 5 as $ IT;? ,
11 AZ12-700 SHEET PILE SF 1 1 ,503 $ 4je . co $ 4(0 , 19-6 . 00
12 CULVERT, CORRUGATED METAL LF 50 $ $
ROADWAY PIPE 36 IN , DIA, 941, 00 3
13 EXCAVATION , CLASS 10, CHANNEL CY 31400 $ 11, 7S $ 37 <SO . as
14 ENGINEERING FABRIC SY 8 , 000 $ a , so $ oao - oa
TOTAL BID $ 7140 S93 . 7S
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
FORM OF BID City Contract No. 966 Page F13-1 of 2
AECOM #60504245 FY 2019 Wing Dike
Revised Per Addendum #1 - 9/6/2018
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 040 e7 4441 Vd d Dollars
($ ) in the form of ,4 __rMis 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 Bidder Status Form indicating Resident Bidder Certification ( ) , or
Non-Resident Bidder Certification ( 1. (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. Date
2
10. The bidder shall list the MBENVBE 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.
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) / (Date)
BY: Title
O ficial Address: (Including Zip Code) :
20`12 4w y I W
pacoro* k , 10 0
/� 21oI
I . R.S. No. � 12- 12��112 Z
FORM OF BID City Contract No. 966 Page FB-2 of 2
AECOM #60504245 FY 2019 Wing Dike
NON-COLLUSION AFFIDAVIT OF PRIME BIDDER
State ofoW� )
�
County of � INNdt� Q k ))ss
SQ,TI 14 A being first duly sworn , deposes and sa�yst that:
1 . He is (Owner. Partner) office Representative. or Agent) , of 6r1
�. the Bidder tha ubmitted 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)
Q
ii Z Title
Subscribed and sworn to before me this 1 J day of " 2018.
p� ��= n � ;�c
My commission expires N � I �—�L r s on wmbr 1 715
t 1 tn� L� nry Icn Fira.,
E rrt 5 20. ' 1.
NON-COLLUSION AFFIDAVIT City Contract No. 966 Page NCA-1 of 2
AECOM #60504245 FY 2019 Wing Dike
EQUAL OPPORTUNITY CLAUSE
(As provided in Executive Order No. 11246)
All contractors, subcontractors, vendors and suppliers of goods and services doing business with the City
and value of said business equals or exceeds ten thousand dollars ($10,000. 00) annually agree as
follows:
i
1 . The contractors, subcontractor, vendor and supplier of goods and services will not discriminate
against any employee or applicant for employment because of race, color, creed , sex, national
origin, economic status, age, mental or physical handicap, political opinions or affiliations. The
contractor, subcontractor, vendor and supplier will develop an Affirmative Action program to
ensure that applicants are employed and that employees are treated during employment without
regard to their race, creed, color, sex, national origin, religion , economic status, age, mental or
physical disability, political opinions or affiliations. Such actions shall include but not be limited to
the following:
a. Employment
b. Upgrading
c. Demotion or Transfer
d . Recruitment and Advertising
e. Layoff or Termination
f. Rates of Pay or Other Forms of Compensation
g . Selection for Training Including Apprenticeship
2 . The contractor, subcontractor, vendor and supplier of goods and services will, in all solicitations
or advertisements for employees, state that all qualified applicants will receive consideration for
employment without regard to race, creed, color, sex, national origin, religion, economic status,
age, mental or physical disabilities, political opinion or affiliations.
3. The contractor, subcontractor, vendor and supplier or his/her collective bargaining representative
will send to each labor union or representative of workers which he/she has a collective
bargaining agreement or other contract or understanding , a notice advising said labor union or
workers' representative of the contractor's commitment under this section.
i'
4. The contractor, subcontractor, vendor and supplier of goods and services will comply with all
published rules, regulations, directives, and order of the City of Waterloo Affirmative Action
Program Contract Compliance Provisions,
5. The contractor, subcontractor, vendor and supplier of goods and services will furnish and file
compliance reports within such time and upon such forms as provided by the Affirmative Action
Officer. Said forms will elicit information as to the policies, procedures, patterns, and practices of
each subcontractor as well as the contractor himself/herself and said contractor, subcontractor,
vendor and supplier will permit access to his/her employment books, records and accounts to the
City's Affirmative Action Officer, for the purpose of investigation to ascertain compliance with this
contract and with rules and regulations of the City's Affirmative Action Program—Contract
Compliance Provisions relative to Resolution No. 24664.
6. In the event of the contractor's non-compliance with the non-discrimination clauses of this
contract or with any of such rules, regulations and orders, this contract may be canceled,
terminated or suspended in whole or in part and the contractor may be declared ineligible for
further contracts in accordance with procedures authorized by the City Council .
7. The contractor, subcontractor, vendor and supplier of goods and services will include, or
incorporate by reference, the provisions of the non-discrimination clause in every contract,
EQUAL OPPORTUNITY CLAUSE City Contract No. 966 Page 1 of 2
AECOM #60504245 FY 2019 Wing Dike
I
subcontract or purchase order unless exempted by the rules, regulations or orders of the City's
Affirmative Action Program , and will provide in every subcontract, or purchase order that said
provisions will be binding upon each contractor, subcontractor, or supplier.
8. We, the undersigned, recognize that we are morally and legally committed to non-discrimination
in employment. Any person who applies for employment with our company will not be
discriminated against because of race, creed, color, sex, national origin, economic status, age,
mental or physical disabilities.
(Signed) 401� f
(Appropriate Office ]--
LN
(Title)
P� � 13h
(Date)
EQUAL OPPORTUNITY CLAUSE City Contract No. 966 Page 2 of 2
AECOM #60504245 FY 2019 Wing Dike
Bidder Status Form
To be completed by all bidders Part A
Please answer "Yes" or " No" for each of the following :
Yes ❑ No My company is authorized to transact business in Iowa.
(To help you determine if your company is authorized, please review the worksheet on the next page).
IR Yes ❑ No My company has an office to transact business in Iowa.
Ayes ❑ No My company's office in Iowa is suitable for more than receiving mail, telephone calls, and e-mail.
yKYes F1 No My company has been conducting business in Iowa for at least 3 years prior to the first request for
` bids on this project.
)SrYes ❑ No My company is not a subsidiary of another business entity or my company is a subsidiary of another
business entity that would qualify as a resident bidder in Iowa.
If you answered "Yes" for each question above, your company qualifies as a resident bidder. Please
complete Parts B and D of this form.
If you answered "No" to one or more questions above, your company is a nonresident bidder. Please
complete Parts C and D of this form .
To be completed by resident bidders Part B
My company has maintained offices in Iowa during the pastQ3 `years at the following
aa�ddr�esses:
Dates: to to 9 13 J Address: _I
City, State, Zip: 1rWVAT1 A
Dates: / / to / / Address:
City, State, Zip:
Dates: / / to / / Address:
You may attach additional sheet(s) if needed. City, State, Zip:
To be completed by non-resident bidders Part C
1 . Name of home state or foreign country reported to the Iowa Secretary of State:
2. Does your company's home state or foreign country offer preferences to resident bidders, resident labor E] Yes ❑ No
force preferences or any other type of preference to bidders or laborers?
3. If you answered "Yes" to question 2, identify each preference offered by your company's home state or foreign country
and the appropriate legal citation.
You may attach additional sheet(s) if needed.
To be completed by all bidders Part D
I certify that the statements made on this document are true and complete to the best of my knowledge and I know that my
failure to provide accurate and truthful information may be a reason to reject my bid .
Firm Name :
Signature: jFy Date:
You must submit the completed form to the governmental body requesting bids per 875 Iowa Administrative Code
Chapter 156. This form has been approved by the Iowa Labor Commissioner.
309-6001 (09-15)
BSP-1
Worksheet: Authorization to Transact Business
This worksheet may be used to help complete Part A of the Resident Bidder Status form . If at least one of the following
describes your business, you are authorized to transact business in Iowa.
Yes ❑ No My business is currently registered as a contractor with the Iowa Division of Labor.
❑ YesErNo My business is a sole proprietorship and I am an Iowa resident for Iowa income tax purposes.
❑ Yes NO My business is a general partnership or joint venture. More than 50 percent of the general
partners or joint venture parties are residents of Iowa for Iowa income tax purposes.
Yes ❑ No My business is an active corporation with the Iowa Secretary of State and has paid all fees
required by the Secretary of State, has filed its most recent biennial report, and has not filed
articles of dissolution.
❑ Yes My business is a corporation whose articles of incorporation are filed in a state other than Iowa,
the corporation has received a certificate of authority from the Iowa secretary of state, has filed
its most recent biennial report with the secretary of state, and has neither received a certificate of
withdrawal from the secretary of state nor had its authority revoked.
❑ Yes No My business is a limited liability partnership which has filed a statement of qualification in this
state and the statement has not been canceled .
❑ Yes No My business is a limited liability partnership which has filed a statement of qualification in a
state other than Iowa, has filed a statement of foreign qualification in Iowa and a statement of
cancellation has not been filed.
❑ Yes No My business is a limited partnership or limited liability limited partnership which has filed a
y certificate of limited partnership in this state, and has not filed a statement of termination.
❑ Yes I cN0 My business is a limited partnership or a limited liability limited partnership whose certificate of
I— limited partnership is filed in a state other than Iowa, the limited partnership or limited liability
limited partnership has received notification from the Iowa secretary of state that the application
for certificate of authority has been approved and no notice of cancellation has been filed by the
limited partnership or the limited liability limited partnership.
❑ Yes N0 My business is a limited liability company whose certificate of organization is filed in Iowa and has
not filed a statement of termination.
❑ Yes No My business is a limited liability company whose certificate of organization is filed in a state other
than Iowa , has received a certificate of authority to transact business in Iowa and the certificate
has not been revoked or canceled.
309-6001 (09-15)
BSF-2
MBEIWBE BUSINESS ENTERPRISE
PRE-BID CONTACT INFORMATION FORM
Prime Contractor Name: Ig Holland Construction Inc. Project: FY 2019 Wing, Dike Letting Date: 9/13/18
NO MBE/WBE SUBCONTRACTORS: If you are NOT using any MBEANBE subcontractors to complete this project, sign below. Attach a brief
explanation as to why subcontractin was not feasible with this project. If any MBEIWBE subcontractors will be used, please use the bottom
portion of this form. of
Contractor SignatureTitle: President Date: 9/13/ 18
SUBCONTRACTOR 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 MBE1WBE 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 MBENJBE 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 Dates Yes/No Dates Yes/No Dollar Amount Proposed to
Subcontractors Contacted Contacted be Subcontracted
Taylor Construction Inc. 9110/18 Yes Nd
Utility Sales & Supply, Inc. 9/10/18 Yes
Afo
Duffield Construction 9/10/18 No A n
Tiedt Nursery 9/10/ 18 (fCS q �//-/ $ (� ave 00
Tara Erosion 9/10/18 /1Pe yV C�
DC Corporation 9/ 10/18
(Form CCO-4) Rev. 06-20-02
MBEMBE PARTICIPATION City Contract No. 966 Page M-6 of 6
AECOM N60504245 FY 2019 Wing Dike
Rockett Trucking 9/ 10/18