Loading...
HomeMy WebLinkAboutMinturn, Inc.Tvopo \ 011A \NJ 4-uvb() 20\01 J(,,Ek Sb\n CM'Ag V2;KCOL pc Co\evarJ D °C"' CITY OF WATERLOO CITY CLERKS OFFICE "MAY 90 2019 PH12: 9:4 4e7 1a4 W From St. P.O. Box 369 Brooklyn, IA 52211 ?71 D\b 0 2-1)\\ -\t ' CtiwAvr&ia,l p�F W G��'� �O�rb�P���--S �1�'�`-c,k No 001,0 SVV,& CITY OF WATERLOO CITY CLERKS OFFICE MAY 30 2019 PM12:50:1G �5 BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, Minturn, Inc. as Principal, and Merchants National Bonding, Inc. as Surety are held and firmly bound unto the CITY OF WATERLOO , Iowa, hereinafter called "OWNER." In the penal sum Five Percent of Amount Bid 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 30th day of May , 2019, for City of Waterloo FY 2019 Jefferson and Commercial Streetscape Improvements, City Contract No. 976 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 pres- ents to be signed by their proper officers this 30th day of May , A.D. 20 19 Witness BID BOND AECOM #60561525 Minturn, Inc. By (Seal) (NO5v) (Title) Merchants National Bonding, Inc. (Seal) Surety By (1)Mq())11V— Abigail R. Moh Attorney-in-fact BB -1 OF 1 City of Waterloo FY 2019 Jefferson and City Contract No. 976 Commercial Streetscape Improvements 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 State of Iowa (herein collectively called the "Companies") do hereby make, constitute and appoint, individually, Abigail R Mohr; John R Fay; Kent M Rosenberg; Mat DeGroote; Matthew R Fay; Michael L McCoy 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 .... q� 22 -O- G:O Q z _' 2003 0; STATE OF IOWA COUNTY OF DALLAS ss. On this this 13th day of March 2018 , 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. this instrument to be signed and sealed this 13th day of March , 2018 . o\NG C042. . -0- 0;3 a' 1933 . c By CY. 'et..1� .. •K.\.p MERCHANTS BONDING COMPANY (MUTUAL) MERCHANTS NATIONAL BONDING, INC. 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 POA 0018 (3/17) and affixed the seal of the Companies on this 6'• 1933 Jc; .y�� .• pt10.. ;hy..oe R4•%. ary>. •S.' 2003 10 .04 30th day of May , 2019 . Secretary FORM OF BID OR PROPOSAL CITY OF WATERLOO FY 2019 JEFFERSON AND COMMERCIAL STREETSCAPE IMPROVEMENTS CONTRACT NO. 976 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 .-%G'G? a Partnership consisting of the following partners: /%%r/ fUi- �J12G 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 CITY OF WATERLOO FY 2019 JEFFERSON AND COMMERCIAL STREETSCAPE IMPROVEMENTS, City Contract No. 976, all in accordance with the above -listed documents and for the unit prices for work in place for the following items and quantities: CITY OF WATERLOO FY 2019 JEFFERSON AND COMMERCIAL STREETSCAPE IMPROVEMENTS CITY CONTRACT NO. 976 ITEM NO. ITEM CODE ITEM UNIT TOTAL QTY UNIT BID PRICE TOTAL BID PRICE 1 SUDAS 2010-108-A-0 CLEARING AND GRUBBING UNIT 85 $1Qaov $ cOa� 2 SUDAS 2010-108-D-3 TOPSOIL, OFF-SITE CY 106 $ (Q p' $ (./ 360.00Q 3 SUDAS 2010-108-E-0 EXCAVATION, CLASS 10 CY 625 $ 0 $ 3 1 25p: 4 SUDAS 2010-108-1-0 SUBBASE, MODIFIED SY 1626 $b'.O- $13.00/T.'- 5 SUDAS 5020-108-H-0 FIRE HYDRANT ADJUSTMENT EACH 1 oe SVC/4ro u $ /, o00 6 SUDAS 6010-108-F-0 INTAKE ADJUSTMENT, MAJOR EACH 1 $ Cf. O.- t $ It 040, 7 IA -DOT 2401-6745910 REMOVAL OF SIGN EACH 17 $ 900- $ (orb i 8 SUDAS 7010-108-E-0 CURB AND GUTTER, 30 IN. (WIDTH), 9 IN. (THICKNESS) LF 82 $(405:" .0 $' 5. . 9 SUDAS 7010-108-E-0 CURB AND GUTTER, 30 IN. (WIDTH), 12 IN. (THICKNESS) LF 160 nn $ 7t/. $ 11,2i00-02- 10 SUDAS 7030-108-A-0 REMOVAL OF SHARED USE PATH SY 113 $9.0.07 $ 22 �Od� 11 SUDAS 7030-108-A-0 REMOVAL OF SIDEWALK SY 34 $Z0 _4-f- $ (D J 6 o 12 SUDAS 7030-108-A-0 REMOVAL OF DRIVEWAY SY 16 $20, - og. $ 320 .--- —13 13 SUDAS 7030-108-C-0 SHARED USE PATH, PCC, 6 IN. SY 569 $(p07 $3'-f i yp,L° 14 SUDAS 7030-108-D-0 SPECIAL SUBGRADE PREPARATION FOR SHARED USE PATH SY 1626 $ 3.o � $ fig' Lig 15 SUDAS 7030-108-E-0 SIDEWALK, PCC, 4 IN. SY 15 $70,. $ 1.0 50.(2i- 0.di16 16 SUDAS 7030-108-E-0 SIDEWALK, PCC, 6 IN. SY 72 $ 7.3. $ 5zS (a- 17 SUDAS 7030-108-E-0 SIDEWALK, COLORED PCC, 6 IN. SY 629 $ 6 5 "- $ 1f 0, rg S ,aJ FORM OF BID AECOM #60561525 FB -1 of 4 City Contract No. 976 City of Waterloo FY 2019 Jefferson and Commercial Streetscape Improvements ITEM NO. ITEM CODE ITEM UNIT TOTAL QTY. UNIT BID PRICE TOTAL BID PRICE 18 SUDAS 7030-108-F-2 gASEK K SIDEWALK WITH CONCRETE SY 264 $ (0 °i • $ [.{9 g $ �, 19 SUDAS 7030-108-G-0 DETECTABLE WARNING, CAST IRON SF 204 C� $S.Q�- $ ?0. 00 $9 1100 .Q. $ -2 (o i 20 SUDAS 7040-108-1-0 CURB AND GUTTER REMOVAL LF 242 21 IA -DOT 2523-6765009 REMOVE LIGHT POLE AND LUMINAIRE REMOVE AND REINSTALL LIGHT POLE AND LUMINAIRE EACH EACH 3 1 $ 450.9a 9% $2 000- $ l,3 5a $ 00 ei • 000. 22 IA -DOT 2523$765009 23 IA -DOT 2523-0000100 LIGHTING POLES, TYPE 1 EACH 17 $3225:-1$ ,a 54( X25• 24 IA -DOT 2523-0000100 LIGHTING POLES, TYPE 2 EACH 22 $ 111-50.~ o0 $1tDy SDO •' 25 IA -DOT 2523-0000200 ELECTRICAL CIRCUITS LF 4398 $ (' f .257 , $ (,2 • G11.60 26 IA -DOT 2523-0000310 HANDHOLES AND JUNCTION BOXES EACH 2 $ Soo. v $1,(000.0 27 IA -DOT 2523-0000400 CONTROL CABINET EACH 1 $ '.i' $ 1-• Soo_ s 28 IA-DOT2524-9325001 TYPE "A" SIGNS, SHEET ALUMINUM SF 103.2 $ 22-oJ $ 2_2¥0. Y0 29 IA -DOT 2524-9276010 PERFORATED SQUARE STEEL TUBE POSTS LF 176 $ G $ iy ormo 30 IA -DOT 2524-9276021 PERFORATED SQUARE STEEL TUBE POST ANCHOR: BREAK -AWAY SOIL INSTALLATION EACH 12 $ 3 5.9-9- ,�,p $ (1.1,0.0— 31 IA -DOT 2524-9276024 PERFORATED SQUARE STEEL TUBE POST ANCHOR, BREAK -AWAY CONC. INSTALLATION EACH 7 o0 $ go.- $ 5(0o. QP -- 32 PLAN TRANSFORMER PAD EACH 1 $(.0,00011.$G opo .4212- 33 SUDAS 7080-108-G-0 PCC EDGE RESTRAINT, 12 IN. WIDE X 9 IN. HIGH LF 326 coo $ L.+ 3.r' $'c.'r 01180 34 SUDAS 8030-108-A-0 TEMPORARY TRAFFIC CONTROL LS 1 e. $(,.000 $ G .000.— 000.- 35 SUDAS 9020-108-A-0 SOD SQ 57 v. $ 1 $ 1, (25 .' 36 SUDAS 9030-108-B-0 PLANTS WITH WARRANTY, TYPE 2, PRINCETON SENTRY GINKGO EACH 13 $ (o�S, $ c a 3-4'Gj•( . 37 SUDAS 9030-108-B-0 PLANTS WITH WARRANTY, TYPE 1, COMMON HACKBERRY EACH EACH 14 3 $oe �J 3S • $52.6'.$ 0 $ 9 �0 ,� 1,5 +51 `e 38 SUDAS 9030-108-B-0 SWAMP WHITOPLANTS WITH WA KRANTY, TYPE 1, 39 SUDAS 9030-108-B-0 PLANTS WITH WARRANTY, TYPE 1, AUTUMN BLAZE MAPLE EACH 5 $ oo 5025 pa $‘2&.25 , 40 PLAN POROUS PAVE SF 650 $2p da $ oo =Q } 41 SUDAS 9040-108-F-1 WATTLE, STRAW, 9 IN. LF 560 $ 3.0.$ � 1680 -- 42 SUDAS 9040-108-F-2 WATTLE, REMOVAL LF 560 $1 ,25'" $ '/00.'f2-* 43 SUDAS 9040-108-T-1 INLET PROTECTION DEVICE, OPEN- THROAT CURB INTAKE SEDIMENT FILTER EACH 4 • $ I'jQ/ 'e $ 5(00 44 SUDAS 9040-108-T-1 INLET PROTECTION DEVICE, GRATE INTAKE SEDIMENT FILTER BAG,. EACH 2 $$ 3SO. CO 45 SUDAS 9040-108-T-2 INLET PROTECTION DEVICEop , MAINTENANCE EACH 24 $ l `J6• $ (► 20 O 46 PLAN LIMESTONE BLOCK EACH 2 $(p,61°°r _ $ (2,000-- 47 SUDAS 11,020-108-A MOBILIZATION LS 1 $ Loi.lOD. $ 4 .100 .S TOTAL BID AMOUNT $ (Q 19 2 0 FORM OF BID AECOM #60561525 FB -2 of 4 City of Waterloo FY 2019 Jefferson and City Contract No. 976 Commercial Streetscape Improvements 2. It is understood that the quantities set forth are approximate only and subject to variation and that the unit bid price for the work done shall govern in the actual payment to Contractor. 3. In submitting this bid, the bidder understands that the right is reserved by the City of Waterloo, Iowa, to reject any or all bids. If written notice of the acceptance of this bid is mailed, telegraphed, or delivered to the undersigned within thirty (30) days after the opening thereof, or at any time thereafter before this bid is withdrawn, the undersigned agrees to execute and deliver an agreement in the prescribed form and furnish the required bond and certificate of the insurance within ten (10) days after the agreement is presented to him for signature, and start work within ten (10) days after "Notice to Proceed" is issued. 4. Security in the sum of ri v c, \sick Dollars ($ 9 n ) in the form of RM. Qyvr•eL , 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 Bidders Status Form. 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". FORM OF BID AECOM #60561525 FB -3 of 4 City of Waterloo FY 2019 Jefferson and City Contract No. 976 Commercial Streetscape Improvements 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. BY: iniYl ktn n a1 ric (Name of Bidder) So, ZO m Title (,e5\ Atfl Official Address: (Including Zip Code): Nil \N. -AF i Pb box9-io9 bY100 -1 n ,Tib S2Z X�j13-,\ —� I.R.S. No. `/ � 65W FORM OF BID AECOM #60561525 FB -4 of 4 City of Waterloo FY 2019 Jefferson and City Contract No. 976 Commercial Streetscape Improvements State of NON -COLLUSION AFFIDAVIT OF PRIME BIDDER County of 1/0.ec\vii CA i4Ann 61 • 14paaS )ss , being first duly sworn, deposes and says that: 1. He is Own , Partner, Officer, Representative, or Agent) , of ► l 4 ((r jTF t c. , 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 p _ ies in interest, inclu; g this affiant. (Signed) Subscribed and sworn to before me this My commission expires Title 3/7k -N day of i L6 2 Title Ott � Zd zZ ��►� merle � itmNDY j RHOADS 2."*. Commission Nu�T���'er794952 • ' My Commission Expires March 08, 2022 NON -COLLUSION AFFIDAVITS AECOM #60561525 NCA -1 of 2 City of waterloo FY 2019 Jefferson and City Contract Nol. 976 Commercial Streetscape Improvements Bidder Status Form To be completed by all bidders Part A Please answer "Yes" or "No" for each of the following: a Yes LI No Yes ❑ No ® Yes ❑ No Yes ❑ No g 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 Iowa 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 Iowa during the past 3 years at the following addresses: Vv ls Dates: 01 / d \ / to ___ Address- i `"v`. ;Vivi* ¶ t ' Dates: ,� r1 City, State, Zip: ::A1)-0 H 11 tt TA 5 i1l TLO\t d2 / 2'I ° to it / I ( / W/�1�Address- 01 `0f(4 rU/vo . City, State, Zip: 2, 1IA) K/h t D c527 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? ❑Yes 111 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. Firm Name: Signature: altvOuvo 1T -AL Date: Ylr"_ i 51),2m, LU 9 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) BSF-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. a Yes ❑ No ❑ Yes No ❑ Yes 641 No 51 Yes ❑ No ❑ Yes El No My business is currently registered as a contractor with the Iowa Division of Labor. My business is a sole proprietorship and I am an Iowa resident for Iowa income tax purposes. 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. ❑ Yes w 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. O Yes ['INo 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 `t" No 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. ❑ Yes No 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. ❑ Yes rN No My business is a limited liability company whose certificate of organization is filed in Iowa and has not filed a statement of termination. O Yes 6\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 Prime Contractor Name: MBE/WBE BUSINESS ENTERPRISE 1f�{� PRE-BID CONTACT INFORMATION FORM Y , vV�?cW(Project: N() 011 k Letting Date: Nal 31))261°1 NO MBE/WBE 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 MBEAVBE subcontractors will be used, please use the bottom portion of this form. Contractor Signature: Title: 60 4M Date: 012./)161 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 MBENVBE 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 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 MBEIWBE 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 'DC C9crpora4i o '- 50 /tom N o N 1 A NO Gyar Wal( is 5/u/Ilei No NIP\ No Qui Cbl( aim 50(70Y+ NO NIA No (Form CCO-4) Rev. 06-20-02 MBEIWBE PARTICIPATION AECOM #60561525 M-6 of 6 City Contract No. 976 City of waterloo FY 2019 Jefferson and Commercial Streetscape Improvements