Loading...
HomeMy WebLinkAboutTschiggfrie ExcavatingTSCHIGGFRIE EXCAVATING (563) 557-7450 RO BOX 3280.425 JULIEN DUBUQUE DRIVE DUBUQUE, IOWA 52003 TO: Office of the City Clerk City of Waterloo 715 Mulberry Street Waterloo, IA 50703 FY 2020 Newell Street Rise Project BID Milm TSCHIGGFRIE EXCAVATING (563) 557-7450 RO BOX 3280.425 JULIEN DUBUQUE DRIVE DUBUQUE, IOWA 52003 Office of the City Clerk City of Waterloo 715 Mulberry Street Waterloo, IA 50703 FY 2020 Newell Street Rise Project BID BOND BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, Tschiggfrie Excavating Co. as Principal, and International Fidelity 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 14th day of May 2020 , for FY 2020 Newell Street RISE Project, RISE Project J.RIV1-8155(7 )--9D-O4Contract No. 991; Waterloo, IA—_ 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 8th day of May , A.D. 2020 Anne rowner By Tschiggfrie Excavating Co. (Seal) Principal Internationa Fidelity Insu e Company (Seal) Dione R. Young (Title) POWER OF ATTORNEY INTERNATIONAL FIDELITY INSURANCE COMPANY ALLEGHENY CASUALTY COMPANY One Newark Center, 20th Floor, Newark, New Jersey 07102 5207 PHONE: (973) 624-7200 Bond # Bid Bond KNOW ALL MEN BY THESE PRESENTS: That INTERNATIONAL FIDELITY INSURANCE COMPANY, a corporation organized and existing under the laws of the State of New Jersey, and ALLEGHENY CASUALTY COMPANY a corporation organized and existing under the laws of the State of New Jersey having their principal office in the City of Newark, New Jersey, do hereby constitute and appoint STACY VENN, SETH D ROOKER, SYDNEY BURNETT, CRAIG E. HANSEN, GINGER HOKE, DIONE R. YOUNG, JAY D. FREIERMUTH, ANNE CROWNER, BRIAN M. DEIMERLY, SHIRLEY S. BARTENHAGEN TIM MCCULLOH, CINDY BENNETT Waukee, IA their true and lawful attorney(s)-in-fact to execute, seal and deliver for and on its behalf as surety, any and all bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof, which are or may be allowed required or permitted by law statute rule, regulation, contract or otherwise, and the execution of such instrument(s) in pursuance of these presents, shall be as binding upon the said INTERNATIONAL FIDELITY INSURANCE COMPANY and ALLEGHENY CASUALTY COMPANY, as fully and amply, to all intents and purposes, as if the same had been duly executed and acknowledged by their regularly elected officers at their principal offices. This Power of Attorney is executed, and may be revoked, pursuant to and by authority of the By -Laws of INTERNATIONAL FIDELITY INSURANCE COMPANY and ALLEGHENY CASUALTY COMPANY and is granted under and by authority of the following resolution adopted by the Board of Directors of INTERNATIONAL FIDELITY INSURANCE COMPANY at a meeting duly held on the 20th day of July, 2010 and by the Board of Directors of ALLEGHENY CASUALTY COMPANY at a meeting duly held on the 10th day of July, 2015 • 'RESOLVED, that (1) the Chief Executive Officer, President, Executive Vice President Senior Vice President, Vice President or Secretary of the Corporation shall have the power to appoint, and to revoke the appointments of, Attorneys -in -Fact or agents with power and authority as defined or limited in their respective powers of attorney, and to execute on behalf of the Corporation and affix the Corporation's seal thereto bonds undertakings recognizances, contracts of indemnity and other written obligations in the nature thereof or related thereto; and (2) any such Officers of the Corporation may appoint and revoke the appointments of joint -control custodians, agents for acceptance of process, and Attorneys -in -fact with authority to execute waivers and consents on behalf of the Corporation; and (3) the signature of any such Officer of the Corporation and the Corporation's seal may be affixed by facsimile to any power of attorney or certification given for the execution of any bond, undertaking, recognizance, contract of indemnity or other written obligation in the nature thereof or related thereto, such signature and seals when so used whether heretofore or hereafter, being hereby adopted by the Corporation as the original signature of such officer and the original seal of the Corporation, to be valid and binding upon the Corporation with the same force and effect as though manually affixed.' IN WITNESS WHEREOF, INTERNATIONAL. FIDELITY INSURANCE COMPANY and ALLEGHENY CASUALTY COMPANY have each executed and attested these presents on this 31st day of December, 2018 STATE OF NEW JERSEY County of Essex Kenneth Chapman Executive Vice President International Fidelity Insurance Company and Allegheny Casualty Company On this 31st day of December, 2018 , before me came the individual who executed the preceding instrument to me personally known, and, being by me duly sworn, said he is the therein described and authorized officer of INTERNATIONAL FIDELITY INSURANCE COMPANY and of ALLEGHENY CASUALTY COMPANY; that the seals affixed to said instrument are the Corporate Seals of said Companies; that the said Corporate Seals and his signature were duly affixed by order of the Boards of Directors of said Companies. n tilts tos.-E A , Otr �t - . 0 +OTAq` Np�GI: is:E _. es. 41 y Ai1Bi.CA •• '4i .10 0 ai. s00199• .•'A IN TESTIMONY WHEREOF, I have hereunto set my hand affixed my Official Seal, at the City of Newark, New Jersey the day and year first above written. CERTIFICATION WaYg Shirelle A Outley a Notary Public of New Jersey My Commission Expires April 4, 2023 I, the undersigned officer of INTERNATIONAL FIDELITY INSURANCE COMPANY and ALLEGHENY CASUALTY COMPANY do hereby certify that I have compared the foregoing copy of the Power of Attorney and affidavit, and the copy of the Sections of the By -Laws of said Companies as set forth in said Power of Attorney, with the originals on file in the home office of said companies, and that the same are correct transcripts thereof, and of the whole of the said originals, and that the said Power of Attorney has not been revoked and is now in full force and effect. IN TESTIMONY WHEREOF, I have hereunto set my hand on this day, May 08, 2020 A00639 FORM OF BID OR PROPOSAL FY 2020 NEWELL STREET RISE PROJECT RISE PROJECT #RM-8155(765)--9D-07 CONTRACT NO. 991 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 Iowa a Partnership consisting of the following partners: Tschiggfrie Excavating , 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: Unit Unit Price Total Price Quantity No. Item Code Item 1 21062-2710070 Excavation, Borrow Class 10, Roadway And 8,515 CY �� 60 y3 (6S 0.0 Topsoil, Spread 2,150 CY 9 0 / 2/ S . 0 0 2 2105-8425011 cr, .2 3 2105 8425015 Topsoil, Strip And Stockpile 2,150 CY ‘. S O / 3 it ifs. o 0 4 2113-0001100 Subgrade Polymer Stabilization Grid Material, 6,260.9 SY 2 • V0 /s; 0 Z 6. 66 Subbase, & Thick 1,110 CY 6-.2.- 00 S7, !.7O. Oa 5 2115-0100000„ Modified 7450020 Shoulder Finishing, Earth 24.8 STA 2 00. ad ,)/ 760. 00 6 2123 Standard Or Slip Form Portland 7 2301-1032090 Cement Concrete Pavement, Class C, 5,712.7 SY 8. )3 Class 2 Durability, 9 In. Y o o 2 2 0 y. 60 8 2315-8275025 Surfacing, Stone Driveway, Class A Crushed 25 TON 2, 0 0 700. 00 2 EACH ‘ 32 O 00 9 2401 6745910 Removal Of Sign / 0. Oa - 10 2416-0100018 Aprons, Concrete, 18 In. Dia. 1 EACH // jo a. 0o 4/00. 00 Apron, Low Clearance Concrete, 11 2416 0102230 2 EACH 800 n u Diameter 30 In. 900.00 3 Equivalent f . Culvert, Low Clearance Concrete Diameter 70 LF 12 2416-1190230 Entrance Pipe, Equivalent 30 In. /00.00 ), d 00.00 13 2435-0140148 Manhole, In. Storm Sewer, SW-401, 48 1 EACH (3,3oo oo 3 30o. oO Intake, SW-541 3 EACH s; 4 00.00 /6i ff 00. 0 0 14 2435-0254100 Intake Extension Unit, SW-542 4 EACH 2,200. co 9; )00 00 15 2435-0254200. , 16 2435-0254500 Intake, SW-545, LO = 12' 1 EACH 8, 900.40 8, )0o • co FORM OF BID 1 of CONTRACT NO. 991 Page 17 2435 0600020 Manhole Adjustment, Major 1 EACH 1 6 UO.OU 4 6. 0O. ®0 18 2502-8212036 Subdrain, Longitudinal, (Shoulder) 6 2,117 LF In. Dia. icy/ 00 .2 q/ 6,.z8.Q0 19 2502-8221006 Subdrain Riser, 6 In., As Per Plan 4 EACH y4/0. 0 0 4 2 60. ov 20 2502-8221303 Subdrain Outlet, DR-303 6 EACH 2 SQ. 00 /, I ay , 00 21 2503-0114215 Storm Reinforced 2000D Sewer (Class Gravity Concrete III),15 In Pipe Main (RCP), Trenched, 452 LF S.2„00 2tr SD7; 6-4 22 2503-0114218 Storm Reinforced Sewer Gravity Concrete Pipe Main (RCP), Trenched, 230 LF 2000D (Class I I I),18 In rS. 0 0 / 6, 3J'0. 0-0 23 2503-0200036 Remove Or Equal Storm Sewer Pipe Less Than 155 LF To 36 In. 6/0 9fl', s- o 24 2507-6800061 Revetment, Class E 47.2 TON SD, 00 2, en O 0-0 25 2510-6745850 Removal Of Pavement 3,311 SY /0 • do J. !/0, 00 26 2518-6910000 Safety Closure 2 EACH //o. 0 0 .2 20. 00 Painted Pavement Marking, 27 2527-9263109 Waterborne Or Solvent 13.95 STA i J 04 -Based 4/0.2,0-f' Pre-cut Symbol and Legend, Preform 28 2527-9263155 Thermoplastic 3 EACH 0I-7 0. 00 4 S`0, 00 29 2528-8445110 Traffic Control 1 LS 2,,io oa .7, rod, 00 30 2533-4980005 Mobilization 1 LS 4? 900,0o 9,4; y'0o U0 Water Main, Trenched, Ductile 31 2554-0112016 Iron 568 LF Pipe (DIP), 16 In. //0. 00 o 2l Y76.. OQ 32 2554-0210201 Fire Hydrant Assembly 1 EACH ter ro o, pa 'fo 0. u 0 33 2599-9999005 Removal Of Fire Hydrant Assembly 1 EACH u jd_ 00 je 10. co 34 2599-9999005 Install 16 In. Gate Valve (DIP) 3 EACH C 000. oo /grad. o 0 35 2599-9999005 Remove And Reinstall Fence Gate 1 EACH C Yc.00 4630.00 36 2599-9999009 Removal Of Watermain 500 LF /2. 0o 6i 0 00. 0 0 37 260�-2640350 Special Mat Ditch Control, Wood Excelsior 112 SQ /'. 60 / FOX Do 38 2601-2634150 Mulching, Wood Cellulose Fiber 2.13 ACRE /1 700.00 3, S'3y. 00 39 2601-2636043 . Seeding And Fertilizing (Rural) 1.46 ACRE 30o. oo f. 0-o /, l 5 40 260172636044 Seeding And Fertilizing (Urban) 0.67 ACRE �?, 000.0 3y0. /, 0-0 41 260g-0000020 Silt Fence 1,933 LF /, ff 0 , y 9%7p 42 2602-0000030 Silt Fence For Ditch Checks 199 LF S; o 4 o3y. ga 43 2602-0000071 Removal Of Silt Fence Or Silt Fence 2,132 LF ^ ?o For Ditch Checks , 3 ) / 5 y 44 2602-0000101 Maintenance Fence For Ditch Of Silt Check Fence Or Silt 2,132 LF 2 G ,SC 3) , 45 2602-0000150 Stabilized Construction Entrance, EC- 100 LF 303 2 g, QU 2� Ira, oo Open 46 2602-0000500 -Throat Curb Intake Sediment 46 LF / Filter, EC-602 / X, Do 1 yr ara /, 47 2602 0000510 Maintenance Of Open -Throat Curb 4 EACH Intake Sediment Filter 2 6. 00 /D f! oo 48 2602-0000520 Removal Of Open -Throat Curb Intake 4 EACH Sediment Filter .t,3, 00 212, oo 49 2602-0010010 Mobilizations, Erosion Control 4 EACH COO. 00 21i.Zd_ oa TOTAL BID 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 5% of the amount bid amount bid with the INSTRUCTIONS in the sum of Dollars ($ 5% of in the form of a bid bond , is submitted herewith in accordance 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. 1 Date 05/08/2020 2 05/12/2020 10. The bidder shall list the MBE/WBE subcontractor(s), amount of subcontracts and bid items on the City of Waterloo Minority and/or Women Business Pre -bid Contact Information Form submitted with this Form of Bid or Proposal. The apparent low Bidder shall submit a list of all other Subcontractor(s) to be used on this Project to the City of Waterloo by 5 00 p.m. the business day following the day Bids on this Project are due along with the Non -Collusion Affidavits of All Subcontractor(s). The Contractor shall submit information on subcontractors on "SUBCONTRACTOR REQUEST AND APPROVAL" Form to be provided by City prior to approval of contract. The subcontractors listed on this proposal and/or submitted to the Contract Compliance Officer cannot be changed except for the following reasons: 1) The City of Waterloo does not approve the subcontractors. 2) The subcontractors submit in writing that they cannot fulfill their subcontracts. FORM OF BID CONTRACT NO. 991 Page 3 of 4 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. Tschiggfrie Excavating 05/14/2020 (Name of Bidder) (Date) BY Mike Schroeder Official Address: (Including Zip Code): 425 Julien Dubuque Drive Title General Superintendent Dubuque, IA 52003 I.R.S. No, 42-1285164 FORM OF BID CONTRACT NO. 991 Page 4of4 NON -COLLUSION AFFIDAVIT OF PRIME BIDDER State of Iowa County of Dubuque Mike Schroeder • )ss , being first duly sworn, deposes and says that: He is (OvdrreirPartrrerrGffi'eeF Representative, c aitie+) of Tschiggfrie Excavating , 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, film 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, lowa, or any person interested in the Proposed Contract; and 5. The price or prices quoted in the attached Bid are fair and proper and are not tainted by any collusion, conspiracy, connivance or unlawful agreement on the part of the Bidder or any of its agents, representatives, owners, employees, or parties in interest, including this affiant. (Signed) Ill General Superintendent Subscribed and sworn to before me this May , 20 20 My commission expires Title 14th day of Ty. Malcom 04-04-22 0fioe Manager Title 31dder Status Form To be completed by all bidders Part A Please answer 'Yes" or ' No' for each of the following: (9 Yes n Yes 'ad Yes Yes x ® Yes N o 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). N o My company has an office to transact business in Iowa. N o My company's office in Iowa is suitable for more than receiving mail, telephone calls, and e-mail. N o My company has been conducting business in Iowa for at least 3 years prior to the first request for bids on this project. N o 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: Dates: 01 / 01 / 1977 to present Dates: / / to / / Dates: / / to You may attach additional sheet(s) if needed. Address• 425 Julien Dubuque Drive City, State, Zip• Dubuque, IA 52003 Address: City, State, Zip* Address: City, State, Zip' To be completed by nonresident 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 Yes ❑ No force preferences or any other type of preference to bidders or laborers? 3. If you answered "Yes' to question 2, identify each preference offered by your company's home state or foreign country and the appropriate legal citation You may attach additional sheet(s) if needed. To be completed by all bidders Part 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. Tschiggfrie Excavating Firm Name: Signature: ���� Date: 05/14/2020 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) Worksheets 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. tSA Yes ❑ 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 ■ No My business is a general partnership or joint venture. More than 50 percent of the general partners or joint venture parties are residents of Iowa for Iowa income tax purposes. ❑Yes n No Yes n No My business is an active corporation with the Iowa Secretary of State and has paid all fees required by the Secretary of State, has filed its most recent biennial report, and has not filed articles of dissolution. 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 Lj No My business is a limited liability partnership which has filed a statement of qualification in this state and the statement has not been canceled. Yes No My business is a limited liability partnership which has filed a statement of qualification in a state other than Iowa, has filed a statement of foreign qualification in Iowa and a statement of cancellation has not been filed n Yes ■ 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 n 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 U 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 nNo 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 Tschiggfrie Excavating Project: RM-8155(765)- 9D-07 Letting Date: 05/14/2020 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 MBE/WBE subcontractors will be used, please use the bottom portion of this form. Contractor Signature: Title: General Superintendent Date: 05/14/2020 SUBCONTRACTORS APPLICABLE: You are required, in order for your bid to be considered responsive, to provide the information on this form showing ALL of your MBE/WBE subcontractor contacts made for your bid submission. This information is subject to verification. Any questions should be directed to Contract Compliance Office 319-291-4429. You are required, in order for your bid to be considered responsive, to provide the information on this Form showing your 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 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 r:!DOER'S PRE-BI MBE/WBE BUSINESS ENTERPRISE CONTACTS Quotes Received Quotation used in bid Yes/No Dates Yes/No Dollar Amount Proposed to MBE/WBE Dates Subcontractors Contacted Contacted be Subcontracted No 05/11/2020 No $0 Daniels Home Improvement 05/11/2020 D.C. Corporation 05/11/2020 No 05/11/2020 No $0 Greer's Works 05/11/2020 No 05/11/2020 No $0 Quick Construction 05/11/2020 No 05/11/2020 No $0 (Form CCO 4) Rev. 06-20-02 Form 730007WP 7-97 Contractor Project# County Tschiggfrie Excavating RM-8155(765)--9D-07 Black Hawk City Waterloo TARGETED SMALL BUSINESS (TSB) PRE -BID CONTACT INFORMATION (To Be Completed By All Bidders Per The Current Contract Provision) Page# 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 TABLE OF INFORMATION SHOWING BIDDERS PRE -BID TARGETED SMALL BUSINESS (TSB) CONTACTS TSB DATES CONTACTED Daniels Home Improvement_ D.C. Corporation Greer's Works Quick Construction Yes Yes Yes Yes 05/11/2020 05/11/2020 05/11/2020 05/11/2020 QUOTES RECEIVED YES/ Nin No No No No DATES nminc Pn 05/11/2020 05/11/2020 05/11/2020 05/11/2020 QUOTATION USED IN BID YES/ NIn No No No No $0 $0 $0 $0 DOLLAR AMT. PROPOSED Tr) RP SI IRRnI\ITRACTPn Total dollar amount proposed to be subcontracted to TSB on this project $ 0 List items by name to be subcontracted: