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: