Loading...
HomeMy WebLinkAboutVieth Construction CorpVieth Construction Corporation 6419 Nordic Dr. Cedar Falls, IA 50613 Lc-6 C' GT `l eest,(Yz-eit..._ e tA) CAJ CCC gen- 6 to &Ai°, Y Vieth Construction Corporation 6419 Nordic Dr. Cedar F&t to 506Jcz (0,3 Icr) a n Ockzit__ /UtCiJttC' S7 ; 15e0 a A) ctoS�� le,40 BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, Vieth Construction Corporation 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 surn 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 14th day of May • 2020 , for FY 2020 Newell Street RISE Project, RISE Project . #RM-815sz65) -07, Contract No. 991; Waterloos _____ NOW, THEREFORE, (a) If said Bid shall be rejected, or in the alternate, • (b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the form specified and shall furnish a bond for his faithful performance of said contract, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the agreement created by the acceptance of said Bid, Then this obligation shall be void, otherwise the same shall remain in force and effect; it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. By virtue of' statutory authority, the full amount of this bid bond shall be forfeited to the Owner in liquidation of damages sustained in the event that the Principal fails to execute the contract and provide the bond as provided in the specifications or by law. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall be in no way impaired or affected by any extension of the time within which the Owner may accept such Bid or execute such contract; and said Surety does hereby waive notice of any such extension. IN WITNESS WHEREOF, the Principal and the Surety, have hereunto set their hands and seals, and such of them as are corporations, have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers this 4th day of May , AD 2020 Vieth Construction Corporation (Seal) Principal Witn tiAat Anne Crowner By By Specialty Insurance. omparkYseal) Attorney-'. act io a 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 Attorneys) -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." By P. Anderson, Senior Vice President of 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 of 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 ss: North American Specialty Insurance Company Washington International Insurance Company Westport Insurance Corporation 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. a _ __ OFFICIAL SEAL M KENNY Notary Public - State of llliwi% My Commission Expires M.Kenny, NotaryPublic 12/04/2021 r • 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 4th day of May 2020 /111-dr- Jeffrey Goldberg, Vice President & Assistant Secretary of Washington International Insurance Company & North American Specialty Insurance Company & Vice President & Assistant Secretary of Westport Insurance Corporation FORM OF BID OR PROPOSAL FY 2020 NEWELL STREET RISE PROJECT OS,; PROJECT #RIVIn8155(765) 9 �0`7 C*WRAC T Nt 991 CITY OF WATERLOO, IOWA Honorable Mayor and City Council Waterloo, Iowa Gentlemen: The undersigned, being a Corporation existing under the laws of the State of rt.e.r ac-09- , a Partnership consisting of the following partners: having familiarized (himself) (themselves) (itself) with the existing conditions on the project area affecting the cost of the work, and with all the contract documents listed in the Table of Contents and Addenda (if any), as prepared by the City Engineer of the City of Waterloo now on file in the office of the City Clerk, City Hall, Waterloo, Iowa, hereby proposes to furnish all supervision, technical personnel, labor, materials, machinery, tools, appurtenances, equipment, and services, including utility and transportation services required to construct and complete this FY 2020 NEWELL STREET RISE PROJECT, Contract No. 991, all in accordance with the above - listed documents and for the unit prices for work in place for the following items and quantities: No. Item Code Item Quantity Unit Unit Price Total Price 1 8,515 CY , /Lc.) Excavation, Class 10, Roadway And 2102-2710070 Borrow62, 2 2105-8425011 Topsoil, Spread 2,150 CY 9- ' euc. 3 2105-8425015 Topsoil, Strip And Stockpile 2,150 CY 3 -" C ,j'a 4 2113-0001100 6,260.9 SY ee �,,��/. 3_sPolymer Subgrade Stabilization Material, Grid 5 2115-0100000 Modified Subbase, 6" Thick 1,110 CY :,,^ Sv 90 4.96- es 6 24.8 STA /-^G' 1 ? to 2123-7450020 Shoulder Finishing, Earth 2301-1032090 SY co ri Ze _l��- Standard Or Slip Form Portland, Cement Concrete Pavement, Class C, 7 5,712.7 Class 2 Durability, 9 In. ar 8 Surfacing, Driveway, Class A Crushed 25 TON 3c, �-- 7.c a e 2315-8275025 Stone 9 2 5-6 Avv 2401-6745910 Removal Of Sign EACH 10 2416-0100018 Aprons, Concrete, 18 In. Dia. 1 is leo e /S,a EACH 11 2416-0102230 Apron, Low Clearance Concrete, 2 i? Coe ��)3 S _. EACH Equivalent Diameter 30 In. 12 2416-1190230 Culvert, Low Clearance Concrete /00 7c'c4 LF 70 Entrance Pipe, Equivalent Diameter 30 I n . 13 2435-0140148 Manhole, Storm Sewer, SW-401, 48 1 3occr 3ccx) In. EACH 14 2435-0254100 Intake, SW-541 3 02ocr rL, too-- EACH 15 2435-0254200 4 3,3cfro /3, 2oc Intake Extension Unit, SW-542 EACH 16 2435-0254500 1 coat. Sa cc,, - Intake, SW-545, LO = 12' EACH FORM OF BID 1 of CONTRACT NO. 991 Page Manhole Adjustment, Major 1 Z-5ct ZS6c° 17 2435-0600020 EACH 18 2502-8212036 Subdrain, Longitudinal, 6 e (Shoulder) Z? 2,117 In. Dia. LF a 2i 19 2502-8221006 4 5.52 e 22,66 In., As Per Plan EACH Subdrain Riser, 6 20 2502-8221303 6 ' Subdrain Outlet, DR-303 EACH a /0 S 21 2503-0114215 452 Storm Sewer Gravity Main, Trenched, LF Pipe Reinforced Concrete (RCP), 9-S- i0,3 rat 2000D (Class III),15 In 22 2503-0114218 Storm Sewer Gravity Main, Trenched, 230 LF is - Reinforced Concrete Pipe (RCP), 2000D (Class III),18 In 6 r /4 7IO 23 2503-0200036 155 Storm Sewer Pipe Less Than Remove LF ar /3 sea Lc/ Or Equal To 36 In. TON �, ' 21 Z e 47.2 24 2507-6800061 Revetment, Class E 3,311 SY 4, 4 .?, 4 St Of Pavement 25 2510-6745850 Removal esa ...c2 26 2518-6910000 Safety Closure 2 - - EACH /10 tic Painted Pavement Marking, 13.95 STA 2.5-- ' ,/ � �— 7'' 1 �J "-` 27 2527-9263109 Waterborne Or Solvent -Based Legend, Preform 3 Pre-cut Thermoplastic Symbol and ' 28 2527-9263155 EACH rSt care fd, 29 2528-8445110 Traffic Control 1 LS sow 3 U __ 30 2533-4980005 Mobilization 1 LS J 31 2554-0112016 Water Main, Trenched, Ductile Iron 568 LF LG - ��; % Cc Pipe 16 In. (DIP), 32 2554-0210201 1 EACH Fire Hydrant Assembly Seca., s--e 33 2599-9999005 1 er EACH /cam • Removal Of Fire Hydrant Assembly w goo 34 2599-9999005 3 ' — Valve EACH 91.roo Install 16 In. Gate (DIP) Zercv 35 2599-9999005 1 Fence Gate EACH Al vC CCLi der Remove And Reinstall 36 2599-9999009 500 LF as - 9vo,..-)c) Of Watermain Removal 112 SO -- Special Ditch Control, Wood Excelsior Mat 37 2601-2640350 ara 9 Z 38 2601-2634150 2.13 a r ACRE `' 2 j 3 rcj; Mulching, Wood Cellulose Fiber 39 2601-2636043 1.46 J /6 ACRE /roci y 23 Cc) Seeding And Fertilizing (Rural) 40 2601-2636044 ACRE Aj v 7i 0.67 Seeding And Fertilizing (Urban) 41 2602-0000020 1,933 ` — Silt Fence LF 2. 38 Erc, 42 2602-0000030 199 - ??�— - Silt Fence For Ditch Checks LF 5 2,132 Removal Of Silt Fence Or Silt Fence LF So- 43 2602-0000071 O %0 C 6 For Ditch Checks 44 2602-0000101 2,132 Maintenance Of Silt Fence Or Silt 1 Ss' LF s---33 6 Fence For Ditch Check . -- 45 2602-0000150 100 Stabilized Construction Entrance, EC- LF It e 303 7...ckad, 46 2602-0000500 Open Curb Intake Sediment 46 -Throat LF �� Filter, EC-602 Maintenance Of Open Curb 4 -Throat 47 2602-0000510 EACH Intake Sediment Filter �� 48 2602-0000520 Curb Intake 4 Removal Of Open -Throat EACH Sediment Filter 49 2602-0010010 4 2 EACH 4G Mobilizations, Erosion Control TOTAL B I D FORM OF BID 2of4 CONTRACT NO. 991 Page 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 741~` �4<4 ,%�,, ,,,,- Dollars ($ 51-to in the form of 0,49 c7oo , 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 Bidder 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 $10,000.00 in work for the City in the current calendar year, are prepared to submit an AAP or Update and an EOC, within ten (10) days of notification that the bid submitted is lowest and acceptable. 9. The bidder has received the following Addendum or Addenda: Addendum No. Date t° 10. The bidder shall list the MBE/WBE subcontractor(s), amount of subcontracts and bid items on the City of Waterloo Minority and/or Women Business Pre -bid Contact Information Form submitted with this Form of Bid or Proposal. The apparent low Bidder shall submit a list of all other Subcontractor(s) to be used on this Project to the City of Waterloo by 5:00 p.m. the business day following the day Bids on this Project are due along with the Non -Collusion Affidavits of All Subcontractor(s). The Contractor shall submit information on subcontractors on "SUBCONTRACTOR RE • UEST AND APPROVAL" Form to be provided by City prior to approval of contract. The subcontractors listed on this proposal and/or submitted to the Contract Compliance Officer cannot be changed except for the following reasons: 1) The City of Waterloo does not approve the subcontractors. 2) The subcontractors submit in writing that they cannot fulfill their subcontracts. FORM OF BID CONTRACT NO. 991 3of4 Page BID BOND dbtdg KNOW ALL MEN BY THESE PRESENTS, that we, as Principal, and as Surety are held and firmly bound unto the CiTY OF WATERLOO , Iowa, hereinafter called "OWNER." In the penal sum Dollars ($ ) lawful money of the United States, 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 day of , 20 , for NOW, THEREFORE, (a) If said Bid shall be rejected, or in the alternate, • (h) 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 agreernent 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 cot porations, have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers this day of , A.D. 20 (Seal) Principal By (Title) (Seal) Witness Surety By Witness Attorney -in -fact NON -COLLUSION AFFIDAVIT OF PRIME BIDDER State of CaJ'. County o )ss UA-iVfLeing first duly sworn, deposes and says that: 1. He is (Owner, Partner, Officer, Representative, or Agent) , of 1/(1 , the Bidder that has submitted the attached Bid; 2. He is fully informed respecting the preparation and contents of the attached Bid and of all pertinent circumstances respecting such Bid; 3 Such Bid is genuine and is not a collusive or sham Bid; 4. Neither the said Bidder nor any of its officers, partners, owners, agents, representatives, employees, or parties in interest, including this affiant, has in any way colluded, conspired, connived or agreed directly or indirectly, with any other Bidder, firm or person to submit a collusive or sham Bid in connection with the Contract for which the attached Bid has been submitted or to refrain from bidding in connection with such Contract, or has in any manner, directly or indirectly, sought by agreement or collusion or communication or conference with any other Bidder, firm or person to fix the price or prices in the attached Bid or of any other Bidder, or, to fix any overhead, profit or cost element of the bid price or the bid price of any other Bidder, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against the City of Waterloo, Iowa, or any person interested in the Proposed Contract; and 5. The price or prices quoted in the attached Bid are fair and proper and are not tainted by any collusion, conspiracy, connivance or unlawful agreement on the part of the Bidder or any of its agents, representatives, owners, employees, or parties in interest, including this affiant. ra (Signed) Subscribed. and sworn to before me this ` , 2 p�� C L) Title I� • My commission expires IS day of Title 3lld.'er Status Forrn To be completed by alll bidders Part A Please answer "Yes" or "No" for each of the following: 0Yes I I 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). Yes ■ No My company has an office to transact business in Iowa. es U No My company's office in Iowa is suitable for more than receiving mail, telephone calls, and e-mail. Yes ❑ No My company has been conducting business in Iowa for at least 3 years prior to the first request for bids on this project. [1 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 past 3 years at the following addresses: Vieth Construction Dates: � 3 G / to 7 �'1"`�54€1/417 Address: Corpor�t;on City, State, Zip: Ced6419 Norciic 5061aDates: / / to /_ / Address City, State, Zip: / i to / / Address: You may attach additionsl sheet(s) if needed. City, State, Zip: Dates: To be completed by non=resident bidders art 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? 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. n Yes n No You may attach additional sheet(s) if needed. To be completed by all bidders Part 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: fr it,- Cat' Cgclf crte) Signature: 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) riksh AuthoratHon to Transact Rusitr ess This worksheet may be used to help complete Part A of the Resident Bidder Status form. If at least one of the following your business, describes you are authorized to transact business in Iowa. es n Yes n Yes Yes , ■ 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. Yes f I No My business is a corporation whose articles of incorporation are filed in a state pother 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 fl No My business is a limited liability partnership which has filed a statement of qualification on in a state other than Iowa, has filed a statement of foreign qualification in Iowa and a statement of cancellation has not been filed. fl Yes n No Yes n 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. 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. n Yes n No My business is a limited liability company whose certificate of organization is filed in Iowa and has not filed a statement of termination. Yes n 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) Prime Contractor Name: Vtge� \f BEANBE BIL,S11KESS ENTIERPRlS- PRJF fiD CONTACT I1NEORMATIION FORM Project: tAda Letting Date: NO iMBEiVVBE SLBCONTRAC ORS: If you are NOT using any MBE VBE subcontractors to complete this project, sign below. Attach a brief explanation as to why subcontracting was not feasible with this project. If any MBE/WBE subcontractors will be used, please use the bottom portion of this form. Contractor Signature: Title: �G'rG.s Date: SUBCONTRACTORS APPLICABLE: L1ICABLE: You are required, in order for your bid to be considered responsive, to provide the Information on this form showing ALL of your MBE/WBE subcontractor contacts made for your bid submission. This information is subject to verification. Any questions should be directed to Contract Compliance Office 319-291-4429. You are required, in order for your bid to be considered responsive, to provide the information on this Form showing your MBE/WBE Business Enterprise contacts made prior to your bid submission. This information is subject to verifications and confirmation. If you are unable to identify MBE/WBE firms to perform portions of the work, please contact Rudy Jones, 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 •F IIKFORM WBE/WRE BUS TICN- SHOWI1NO 311DDEIR°S PRE�BlD UY SS EXTER?RUS ;-- CONTACTS Quotes Receive Quotation usecl in It MBE/BE Subcontractors Dates Contacted Yes/No Dates Cotacte . Yes/No Dollar Amount Proposes. to be Subcontracted tet4-7 eceita,ns cc)et.ir; P1-1-#7re oc catiefi. cliftcs fleei /2. off Ncd c (Form CCO-4) Rev. 06-20-02 le Alt cara__D Form 730007WP 7-97 Contractor V/brq ccieLi j; Project# Ait6C1 t&C_ S'r° County City Ca - TARGETED SMALL BUSINESS (TSB) PRE -BID CONTACT INFORMATION (To Be Completed By All Bidders Per The Current Contract Provision) Page# --G In order for your bid to be considered responsive, you are required to provide information on this form showing your Targeted Small Business contacts made with your bid submission. This information is subject to verification and confirmation. In the event it is determined that the Targeted Small Business goals are not met, then before awarding the contract, the Contracting Authority will make a determination as to whet her or not the apparent successful low bidder made good faith efforts to meet the goals. NOTE: Every effort shall be made to solicit quotes or bids on as many subcontractable items as necessary to achieve the established goals. If a TSB's quote is used in the bid, it is assumed that the firm listed will be used as a subcontractor. SUBCONTRACTOR rA- s*cc J7-; TABLE OF INFORMATION SHOWING BIDDERS PRE -BID TARGETED SMALL BUSINESS (TSB) CONTACTS TSB DATES CONTACTED 57clier.) Total dollar amount proposed to be subcontracted to TSB on this project $ List items by name to be subcontracted: QUOTES RECEIVED YES/ nin Alfa DATES nnTArTFn c7/2 QUOTATION USED IN BID YES/ nin 0 DOLLAR AMT. PROPOSED Tn RP RI IRCMITRACTFn