Loading...
HomeMy WebLinkAboutLodge Construction BidFY2019 Sidewalk & Trail Repair Program Zone 8, Contract No. 969 Bid Opening: April 11, 2018 Estimate: $ Bid Security Required Bidder Bid Security Bid Amount Lodge Construction, Inc. Clarksville, IA , Jo4 , �LJ, g CPQ; OF WATERLOO CITY CLERK'S OFFICE APR 112015 phii2:19:3R � yey('< l Y F7 c 11 side K a- ; /3o/- & BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, Lodge Construction, 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 11th day of April 2019 , for FY 2019 Sidewalk & Trail Repair Program - Zone 9. Contract No. 969, in fhe City of Waterloo, Iowa 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 fumish 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 3rd day of April A.D.: 2019 Lodge Construction, Inc. Principal By ~ (-- s� North Ame 'c• n Specialty Ins nce Compar1vreal) Witn ss / u -ty rhe By Attom-in-f'' Witness CindV!Bennett Dione R. Young SWISS RE CORPORATE SOLUTIONS NORTH AMERICAN SPECIALTY INSURANCE COMPANY WASHINGTON INTERNATIONAL INSURANCE COMPANY WESTPORT INSURANCE CORPORATION 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 Overland Park, Kansas and Washington International Insurance Company a corporation organized and existing under the laws of the State of New Hampshire and having its principal office in the City of Overland Park, Kansas, and Westport Insurance Corporation, organized under the laws of the State of Missouri, and having its principal office in the City of Overland Park, Kansas each does hereby make, constitute and appoint: JAY D. FREIERMUTH, CRAIG E. HANSEN, BRIAN M. DEIMERLY, SHIRLEY S. BARTENHAGEN, CINDY BENNETT, ANNE CROWNER, TIM McCULLOH„ STACY VENN, DIONE R. YOUNG, and WENDY ANN CASEY JOINTLY OR SEVERALLY Its true and lawful Attorney(s)-in-Fact, to make, execute, seal and deliver, for and on its behalf and as its act and deed, bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies, as surety, on contracts of suretyship as are or may be required or permitted by law, regulation, contract or otherwise, provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of: ONE HUNDRED TWENTY FIVE MILLION ($125,000,000.00) 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 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 consent of its Executive Committee dated July 18, 2011. "RESOLVED, that any two of the President, any Senior Vice President, any Vice President, any Assistant Vice President, the Secretary or any Assistant Secretary be, and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds, undertakings and all contracts of surety, and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company; and it is FURTHER RESOLVED, that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the, Company when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached." \\\\\1111111111,./ +auntm'ONurwrrrr � Q bR�O�+j �' 3 GSEALT�G Xi SEAL n= oz 17° x1t y•.HgMP• a1t'a� 'tiid'b'.•k4ADf laiiilll w T�, 1973 441.4 11-61. cmi 4j//// 1\\\\ iirmrrUmnntn'o' By Steven P. Anderson, Senior Vice President 01 Washington International Insurance Company & Senior Vice President of North American Specialty Insurance Company & Senior Vice President of Westport Insurance Corporation By Mike A. Ito, Senior Vice President or Washington International Insurance Company & Senior Vice President of North American Specialty Insurance Company & Senior Vice President of Westport Insurance Corporation IN WITNESS WHEREOF, North American Specialty Insurance Company, Washington International Insurance Company and Westport Insurance Corporation have caused their official seals to be hereunto affixed, and these presents to be signed by their authorized officers this this 3rd day of November , 20 17 . State of Illinois County of Cook On this 3rd day of November , 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 President 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, 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. t y OFFICIAL SEAL M. KENNY 1 \�� My I Notary Public - State of Illinois 1 Commission Expires M. Kenny, Notary Public ss: North American Specialty Insurance Company Washington International Insurance Company Westport Insurance Corporation I, Jeffrey Goldberg , the duly elected Vice President and Assistant Secretary of North American Specialty Insurance Company, Washington International Insurance Company and Westport Insurance Corporation 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, Washington International Insurance Company and Westport Insurance Corporation which is still in full force and effect. IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Companies this 3rd day of April , 2019 . Jeffrey Goldberg, Vice President & Assistant Secretary of Washington International Insurance Company & North American Specialty Insurance Company & Vice President & Assistant Secretory of Westport Insurance Corporation CONSTRUCTION INC. ik P.O. Box 459 I CLAMVILLE, TA 50619 C HV C F/ o� /j 1f� CITY OF WATERLOO CITY CLERK'S OFFICE APR 112019 PM12:49;51 C ' `1 FORM OF BID OR PROPOSAL F.Y. 2019 SIDEWALK & TRAIL REPAIR PROGRAM - ZONE 9 CONTRACT NO. 969 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) (themselve ith the existing conditions on the project area affecting the cost of the work, and Inn 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. 2019 SIDEWALK & TRAIL REPAIR PROGRAM - ZONE 9, Contract No. 969, 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 SIDEWALK & TRAIL REPAIR PROGRAM - ZONE 9 CONTRACT NO. 969 FORM BID ITEM SUDAS SPECIFICATION *SEE SUPPLEMENTAL SP = SPCL PROV DESCRIPTION UNIT EST QTY UNIT BID PRICE TOTAL BID PRICE DIVISION 1 - ALLEY REPAIRS 1 7030-108-A-0* REMOVE SIDEWALK SF SF 1,968.0 66.0 $ ,3 -2°- $ 6 pn $ 5 p/ -f--::-- $ '396 •J' 2 7030-108-E-0* SIDEWALK, PCC, 4" 3 7030-108-E-0* SIDEWALK, PCC, 6" SF 1,897.0 $ 7 °= $ 7c0 $ L.3),;1:7? $ 7'C 4 8030-108-A-0 TRAFFIC CONTROL LS 1.0 DIVISION 2 - SIDEWALK 1 7030-108-A-0* REMOVE SIDEWALK SF 1,847.6 $ 3 °-c- $ .!, 5 yC ° 2 7030-108-E-0* SIDEWALK, PCC, 4" SF 643.0 $ G $ 3,237 `" 3 7030-108-E-0* SIDEWALK, PCC, 6" SF 314.5 $ 7' J $ 4,,�0/ 4 7030-108-E-0* SIDEWALK, PCC, CLASS A SF 81.8 $ // ''' $ ,i5'o 1* -v $ PM- 1.--.- /5 $ 9') 5 SP#1 SIDEWALK PATCH SF 1.0 6 6010-108-E-0 MANHOLE ADJUSTMENT SF 2.0 $ sa° — $/,ovu •� 7 SP#2 WATER VALVE ADJUSTMENT SF 1.0 $ 5DO $ 50✓ 8 2010-108-E-0* EXCAVATION, CLASS 10 SY 95.0 $ so $ y/j75e �- 9 SP#5 STABILIZATION SY 95.0 $ .;2 G' — $ ti yG a °J` 10 8030-108-A-0 TRAFFIC CONTROL LS 1.0 $ /)_5" -ON `L=--- -` $ 6Sd0 4 -0 - FORM OF BID CONTRACT NO. 969 Page 1 of 4 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. FORM OF BID CONTRACT NO. 969 Page 2 of 4 DIVISION 3 - RAMP REPAIRS 1 7030-108-A-0* REMOVE SIDEWALK SF 16,581.0 $ 3 "LI-- $ lit 7yj''"• 2 7030-108-E-0* SIDEWALK, PCC, 4" SF 7,691.1 $ 5 - $ /O)37 , 3 7030-108-E-0* SIDEWALK, PCC, 6" SF 8,305.4 $ -= $ L/51671 i 4 7030-108-E-0* SIDEWALK, CLASS A, PCC SF 91.7 ,. $ /;;t, °c$ Ili v�J L 5 7030-108-G-0* DETECTABLE WARNING SF 1,202.0 $ �/l) - /8) $ Off()co 6 SP#4 7040-108-I-0* SAW CUT CURB REMOVE CURB & GUTTER LF LF 21.0 1,094.4 $ t/02`'� $ /5- $ x^2r,n $ J //( ov_. 7 8 7010-108-E-0* CURB & GUTTER, 24", 6" LF 341.6 $ °'' $ /� 93/ V- 9 7010-108-E-0* CURB & GUTTER, 24", 7" LF 45.0 ,3,2_ $ S2. $ y0 10 7010-108-E-0* CURB & GUTTER, 24", 7.5" LF 441.6 $ 3`= $ j72 ray 11 7010-108-E-0* CURB & GUTTER, 24", 9" LF 236.5 $ VG t' $ //(/) c--' 12 7010-108-E-0* CURB & GUTTER, 24", 12" LF 29.7 $ --02 ' $ 0 Sf//' v 13 7040-108-H-0 REMOVE PAVEMENT SF 380.2 $ 4.- =` $ jam- °` $ /) 20/ $ '.I• 114,,,' " $ 00/5- � 14 7010-108-A-0* PAVEMENT, PCC, 6" SF 331.2 15 7010-108-A-0* PAVEMENT, PCC, 9" SF 49.0 $ $ = 16 7020-108-B-0* PAVEMENT, HMA, 6" SY 13.1 $ /S0 -`= $ /As- Jb 17 17 2010-108-E-0* EXCAVATION, CLASS 10 SY 1,302.0 $ c2g J $3/) // --'-- 18 SP#5 STABILIZATION SY 1,302.0 $ / y/ f-f- $ Its. �' 19 SP#6 EROSION AND SEDIMENT CONTROL LS 1.0 `- $ A)dew ez- $.R}04,0im 20 8030-108-A-0 TRAFFIC CONTROL LS 1.0 $ ,S,G0-'' $ s;‘/ 5.-''.- DIVISION 4 - TRAIL REPAIRS 1 7030-108-A-0* REMOVE SIDEWALK SF 2,710.0 $ 3 9" $ g 1_30 61-- 2 7030-108-E-0* SIDEWALK, PCC, 6" SF 2,295.8 $ e $ A 9;2 2 2. 3 7030-108-G-0* DETECTABLE WARNING SF 224.0 $ 3C -- $ 6)7./-0 .' 4 7040-108-I-0* REMOVE CURB & GUTTER LF 34.6 $ c:Zc $ 6j9 5 7010-108-E-0* CURB & GUTTER, 24", 8" LF 19.0 $ 3/'-1-.-r- $ 517 6 7010-108-E-0* CURB & GUTTER, 24", 9" LF 15.6 $ 3/ L $ y.:.? k---= 7 7020-108-B-0* PAVEMENT, HMA, 6" SY 50.1 $ /:5�0 ~ $ 7 -475 �" 8 2010-108-E-0* EXCAVATION, CLASS 10 SY 239.0 $ a / .— $ So/? °% 9 SP#5 STABILIZATION SY 12.0 $ 30 `--- $ 360 e� 10 8030-108-A-0 TOTAL DIVISIONS TRAFFIC CONTROL 1, 2, 3, & 4 LS $ 1.0 3qq a $:!j,Oao =` s hi $,3 Gee) 2. It is understood that the quantities set forth are approximate only and subject to variation and that the unit bid price for the work done shall govern in the actual payment to Contractor. 3. In submitting this bid, the bidder understands that the right is reserved by the City of Waterloo, Iowa, to reject any or all bids. If written notice of the acceptance of this bid is mailed, telegraphed, or delivered to the undersigned within thirty (30) days after the opening thereof, or at any time thereafter before this bid is withdrawn, the undersigned agrees to execute and deliver an agreement in the prescribed form and furnish the required bond and certificate of the insurance within ten (10) days after the agreement is presented to him for signature, and start work within ten (10) days after "Notice to Proceed" is issued. FORM OF BID CONTRACT NO. 969 Page 2 of 4 4. Security in the sum of 076 Dollars ($ ) in the form of 5o t, A- , 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. Date 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. 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. FORM OF BID CONTRACT NO. 969 Page 3 of 4 L o e, Cc 14 4 (4 -Coy) itnc (Name of Bidder) BY: Title (Date) F-5/ 1 „ _i_c f Official Address: (Including Zip Code): 2 tl9 rs 1 (.10,(1(5.0111€ I.R.S. No. 47 7 - 02 Sr o fic% FORM OF BID CONTRACT NO. 969 Page 4 of 4 State of NON -COLLUSION AFFIDAVIT OF PRIME BIDDER County of Act i7/< -K CAVI Sc w )ss 1. He is Owner Partner Offi c Ksy�uGv the Bidder - -s submitted the attached Bid; , being first duly sworn, deposes and says that: ese - %, or Agent) , of Jody_ 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. Subscribed and sworn to before me this day of 201/ My commission expires i, Gis, A49€ Title QieL LINDAKSENN a ''s COMMISSION NO.803307 °' n MY COMMISSION EXPIRES /owe. * n Bidder Status Form To be completed by all bidders Part A Please answer "Yes" or "No" for each of the following: nYes ❑ No Yes 0 No Yes 0 No u es E] No [.$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). My company has an office to transact business in Iowa. My company's office in lowa is suitable for more than receiving mail, telephone calls, and e-mail. My company has been conducting business in Iowa for at least 3 years prior to the first request for bids on this project. 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 lowa during the past 3 years at the following addresses: / / '<o,; / /1 / / 9 Address: AO-- 2?01VT- Dates: Dates: City, State, Zip: r t t svae Jho/ 5136/7 / 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 force preferences or any other type of preference to bidders or laborers? 0 Yes 0 No 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. Lva[JG� Cet�'�✓<ie44 Firm Name: Signature: («L Date: �--l/ `/7 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 (0945) 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 0 No My business is currently registered as a contractor with the Iowa Division of Labor. Yes ❑ No My business is a sole proprietorship and I am an Iowa resident for Iowa income tax purposes. Yes 0 No O Yes 0 Yes O Yes O Yes O Yes O Yes 11No O Yes 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. 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. 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. My business is a limited liability partnership which has filed a statement of qualification in this state and the statement has not been canceled. 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. My business is a limited partnership or limited liability limited partnership which has filed a certificate of limited partnership in this state, and has not filed a statement of termination. My business is a limited partnership or a limited liability limited partnership whose certificate of 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. My business is a limited liability company whose certificate of organization is filed in Iowa and has not filed a statement of termination. 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) Prime Contractor Name: MBE/WBE BUSINESS ENTERPRISE / PRE-BID CONTACT INFORMATION FORM .9%9 Lodi e_ cc, its9-rx-ko, ;„r. Project: FY ,20/9 5;di /449 /C Letting Date: NO MBEIWBE 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 MBENVBE subcontractors will be used, please use the bottom portion of this form. Contractor Signature: Title: g:5-72-/ &i—Gt. Date: 5/-1/--- ` / SUBCONTR OttS 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 Rudy Jones, 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 MBE/WBE Subcontractors Dates Contacted Yes/No Dates Contacted Yes/No Dollar Amount Proposed to be Subcontracted vo.vt i G IS n pro.e 7 9 y-1( -i i / y5-0 C%C G DC Corp %'3-/5 7 y -4—/y Al vlu+ 2.4,”. b;o- (Form CCO-4) Rev. 06-20-02 MBE/WBE 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 MBENVBE 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, 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 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 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 "MBENVBE 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 MBE/WBE with proof of mailing attached. 5. If any MBE/WBE 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, fisting 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 MBENVBE promises not to provide subcontracting quotations to other bidders/proposers are prohibited. Form CCO-4A Rev. 07-08-02 Revised February 2003 CONTRACTOR'S OR SUBCONTRACTOR'S AFFIRMATIVE ACTION PROGRAM Check box that applies to party completing program: ( ) General Contractor ) Subcontractor I. Section A to be completed by GENERAL CONTRACTORS only: A. Name of Company G° 4 c Co vt i �<— Address of Company P-0.- Joo.x yrT c /• , k nh33Zip 5-00. / Telephone Number ( 3/9 ) (900 - 3 7/ 7 Federal ID Number (if no Federal ID Number, Owner/President's Social Security Number) V7 A9K6a'ad- Name of Equal Employment Officer 54 -eve wcLy Name of Project F/ .--96/9 511e is'tilk 4r,, / R.r,) rut"l Zcnie Project Contract Number 9i 1 9 Estimated Construction Work Dates 57- / "/ J / Start Finish Section B to be completed by SUBCONTRACTORS only: B. Name of General or Prime Contractor Name of Subcontractor Subcontractor's Address Zip Subcontractor's Telephone Number ( ) Subcontractor's Federal ID Number (if no Federal ID Number Owner/President's Social Security Number) Name of Equal Employment Officer -1 - C. Remainder of program to be completed by party completing program, either Prime or Subcontractor. 1. The Owners and/or Principals of your company: Ethnic Name Address Position Sex Origin Sae /0c.15c. /?,O. PO/$! / c --i.e( Al t1/4.I hseIC) f% 2. Other Areas of Interest: If your company has branches or subsidiaries, or if your company is a branch or subsidiary of a parent organization, give the following information: Name Type of Address Affiliation Degree II. EMPLOYER'S POLICY (Please read carefully.) A. We, the undersigned, recognize that we are morally and legally committed to nondiscrimination in employment. Any person who applies for employment with our company will not be discriminated against because of race, color, creed, sex, national origin, economic status, age, mental or physical handicap. B. The employment policies and practices of the undersigned are to recruit and hire employees without discrimination, and to treat them equally with respect to compensation and opportunities for advancement, including training, upgrading, promotion, and transfer. However, we realize the inequities associated with employment training, upgrading, contracting and subcontracting for minorities and women and we will direct our efforts to correcting any deficiencies to the maximum extent possible. The same will be required of our SUBCONTRACTORS and suppliers. C. We submit this program to assure compliance with Executive Order 11246, as amended, and other subsequent orders that may pertain to equal employment opportunity and merit employment policies, fully -2 - realizing that our qualification and/or merit system should be evaluated and revised, if necessary. D. We agree to put forth the maximum effort to achieve full employment and utilization of capabilities and productivity of all our citizens without regard to race, creed, color, sex, national origin, economic status, age, and mental or physical handicap. E. / noisye. Cr,t,rsl-ww4w•L.1 I L- will give training (Nafne of Company) and employment opportunities to local residents of Waterloo, Iowa, to the greatest extent feasible. III. AFFIRMATIVE ACTION A. t o lc( (4 vo4/ 4/4. '-c-- recognizes that the `Name of Company) effective application of a policy of merit employment involves more than just a policy statement, and (Name of Company) will, therefore, re-evaluate our Affirmative Action Program to ensure that equal employment opportunities are available on the basis of individual merit, and to actively encourage minorities, women and local residents to seek employment with our company on this basis. B. I If bt,.3 C c� "-- will undertake the (Name of Company) following six (6) steps to improve our Affirmative Action Program: C. 1. Minority Recruitment and Employment; 2. Local Recruitment and Employment; 3. Disabled Veteran and Vietnam Era Veteran Recruitment and Employment; 4. Handicapped Recruitment and Employment; 5. Female Recruitment and Employment; and 6. Training, Upgrading and Promotional Opportunities. J°e C wyfi c �Q-« c _ (Name of Company) whatever steps are necessary to ensure that our total work force has adequate minority, female, and local representation. We will utilize the following methods in our recruitment attempts: 1. Local advertising media (newspapers, radio, TV); 2. Community organizations (churches, clubs, schools); 3. Public and private institutions in the area (UNI, Hawkeye Community College); 4. Job Service of Iowa; and 5. Other. will take -3 - D. to .°1/5 e L� ws -K will seek qualified minority, (Name of Company) female, and local group applicants for all job categories and will make asserted efforts to increase minority, female and group representation in occupations at the higher levels or skill and responsibility. E. All sources of employment used shall be aware that we are an Equal Employment Opportunity Employer. Labor organizations representing our employees will be notified of our Equal Employment Opportunity Policy and Affirmative Action Program. F. Training, upgrading, promotion and transfer activities at all levels will be monitored to ensure that full consideration has been given to qualified minority, female, and local group employees. G. it ,Z,.5 CGb,S.4-v'4r"-'- i Lc will encourage other (Name of Company) companies with whom we are associated and/or do business, to do the same and we will assist them in their efforts. H. d5v. 0-5-710-4i..,. � has taken the following (Name of Company) Affirmative Action to ensure that minority, female, local contractors and/or suppliers were provided opportunities to negotiate and/or bid on this project: (if none, write "NONE") 1. Piton C�IjJ 2. kin et. As a result of the above efforts, we have involved minority, female, and local contractors and/or suppliers in the following areas of subcontracting: (if none, write "NONE") f 1. ] / trdc t ,fk +/ 5, Lit c ti/e 2. Gvcb J jv-)!4e( ) _et dew J. Ga'S r✓ Ccs -t41 -- v'-- will require approved (Name of Company) Affirmative Action Programs from all nonexempt contractors who propose to work on this project and will take whatever steps are necessary to ensure that non -minority contractors have adequate representation of minority, female and local persons in their total work force. K Rt kinv✓ -4 - K. In further accordance with rules and guidelines issued pursuant to Executive Order 11246 as amended, we establish the goals for our company, based on parity percentages supplied by the City, and we realize these goals will be reviewed on an annual basis. L. b I)e,- will keep records of (Mame of Company) specific actions relative to recruitment, employment, training, upgrading and promotion and will provide the City of Waterloo with any information relative to same, including activities of our SUBCONTRACTORS and suppliers as necessary or when requested. M. Parity figures for companies located in Waterloo are as follows: N. Minority Parity = .08 (8%) �� (ddyc, Cctyi& Affirmative Action (Name of Company) Employment Goals: The definition of Affirmative Action Goals is as follows: "Goals may not be rigid and inflexible quotas which must be met, but must be targets, reasonably attainable by means of applying every good faith effort to make all aspects of the entire Affirmative Action Program work." For the year 201, please submit percentage targets for employing minorities and women. If you already have reached your target for hiring minorities and women, please submit that percentage. *Goals for Minorities: Goals for Women: 8 0/0 *Your affirmative action goals should be between 1% and 10% or more for minorities and 1% and 5% or more for women. Please be advised that the goals or targets are purely your estimation of how many women and minorities your company can reasonably expect to hire in 2011. Note, that none of the goals are rigid or inflexible. They are targets that your company calculates as reasonably attainable. This will help the City in its monitoring procedures as required by City of Waterloo Resolution No. 1984-142(4). -5 - We hereby certify that we are in compliance with all City and Federal Affirmative Action Regulations and agree to accept all liability for failure to comply. Respectfully submitted, By: 55-1ev e Lo t Company Executive Date By: Slee Loc45 e - Equal Employment Opportunity Officer Date City of Waterloo Affirmative Action Officer Approved Disapproved Reason: By: Date: -7 - 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: 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. 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. EQUAL OPPORTUNITY CLAUSE PAGE 1 OF 2 PAGES 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, 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. V-// -/ (Date) EQUAL OPPORTUNITY CLAUSE PAGE 2 OF 2 PAGES