HomeMy WebLinkAboutPeterson Contractors IncFY 02E L. 5-r.
8�ss(rices) - -9D- 07
of
lS C TK,OJ f.
UM%
ia'AlRAC\ak9
BOX A
REINBECK, IOWA 50669-0155
'Zeus eV2D0K D
IP( 2616 k\E03aL
etik ksesetto‘)-- GID
C 0 c WttsrEgjoo
sJ e
BID BOND
KNOW ALL MEN BY THESE PRESENTS, that we, Peterson Contractors, Inc.
as Principal, and Travelers Casualty and Surety Company of America
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 ($ ) 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 Pnncipal has submitted the accompanying bid dated the 14th _ day of May
2020 ,for FY 2020 Newell Street RISE Project, RISE Project #RM-6155(765)--9D-07, Contract
No. 991; Waterloo, IA
NOW, THEREFORE,
(a) If said Bid shall be rejected, or in the altemate,
•
(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 , A.D. 2020
Peterson Contractors, Inc. (Seal)
7Pnnc;pal
B
ravelers Casualty and Surety Company of America
Sure
Witness Dione R. Young
(Seal)
tterney-in-fact Anne Crowner
(Title)
Travelers Casual and Surety Company of America
Travolcws Casualskikul Surety Company
St Paul 9'e and Marine iliSM' m1c< Company
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St.
Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the
"Companies"), and that the Companies do hereby make, constitute and appoint Anne Crowner of Waukee
Iowa , their true and lawful Attorney -in -Fact to sign, execute, seal and acknowledge any and all bonds, recognizances,
conditional undertakings and other writings obligatory 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.
IN WITNESS WHEREOF, the Companies have caused this instrument to be signed, and their corporate seals to be hereto affixed, this 17th day of January,
2019.
,.e,ti�alSro_
frier Nea
gat
r.coma
ilitrarl RD,
•1 ?
A �iFF
"
State of Connecticut
By:
City of Hartford ss.
Robert L. Raneenior Vice President
On this the 17th day of January, 2019, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President
of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, and
that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of said
Companies by himself as a duly authorized officer.
IN WITNESS WHEREOF, I hereunto set my hand and official seal.
My Commission expires the 30th day of June, 2021
Anna P. Nowik, Notary Public
This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Travelers Casualty and
Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, which resolutions are now in full
force and effect, reading as follows:
RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any
Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and
Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign
with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a
bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke
the power given him or her; and it is
FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice
President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such
delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is
FURTHER RESOLVED that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional
undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any
Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any
Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if
required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one
or more Company officers pursuant to a written delegation of authority; and it is
FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice
President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of
Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of
executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing
such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile
signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached.
I, Kevin E. Hughes, the undersigned, Assistant Secretary of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety
Company, and St. Paul Fire and Marine Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of the Power of
Attorney executed by said Companies, which remains in full force and effect.
Dated this 4th day of May
2020
•
CA -es Is
Kevin E. Hughes, Assistant Secretary
To verify the authenticity of this Power ofAttorney, please call us at 1 n8OO 421-3880,
Please refer to the above named Attorney -in -Fact and the details of the bond to which this Power ofAttorney is attached
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
__Low A , a Partnership consisting of the following partners:
Tk,- RSA,,Ceettrits Z .
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
Quantity
Unit
Unit
Price
Total
Price
Item
Code
1
2102-2710070
BorrowExcavation,
Class
10,
Roadway
And
8,515
CY
n + S,/S "
2
2105
8425011
2,150
CY
a
5375
Topsoil,
Spread
3
2105
8425015
Topsoil,
Strip
And
Stockpile
2,150
CY
a sa
5375 -
t.'
/5 wS2
4
2113-0001100
6,260.9
SY
s0
Subgrade
Polymer
Stabilization
Grid
Material,
oC
• ®
5
2115-0100000
Modified
Subbase,
6" Thick
1,110
CY
34
,39+ gCoO;
6
2123
7450020
24.8
STA
ails,"
ss56
Shoulder
Finishing,
Earth
7
2301-1032090
5,712.7
SY
6-2-23•,
le�C
7•
Standard
Cement
Or
Concrete
Slip
Form
Pavement,
Portland
Class
C,
�•{�
Class
2
Durability,
9
In.
+
8
2315-8275025
Surfacing,
Stone
Driveway,
Class
A Crushed
25
ND.
otro 1
TON
9
2401
6745910
Removal
Of
Sign
2
EACH
I95;
i
10
2416-0100018
Aprons,
Concrete,
18
In.
Dia.
1
EACH
)600'
ifrO0 I
11
2416
0102230
Apron,
Equivalent
Low
Clearance
Diameter
30
Concrete,
In.
2
EACH
22004
�iy00'
—
12
2416-1190230
Culvert,
Low
Clearance
Concrete
70
LF
�3®
�
`�
—
Pipe,
Equivalent
Diameter
30nt'
ance
13
2435
0140148
Manhole,
Storm
Sewer,
SW-401,
48
1
EACH
2900'
1gco,
14
2435
0254100
Intake,
SW-541
3
EACH
5300;
IS;9ezi
8,0g04'
g800,
15
2435-0254200
Intake
Extension
Unit,
SW-542
4
EACH
as300,
16
2435
0254500
Intake,
SW-545,
LO = 12'
1
EACH
r
5goo
FORM OF BID
1 of
CONTRACT NO. 991
Page
N TI
oO
0
m
W
0
1,66 'ON 1OV231NOO
a
a
4E
45
P
a
42
a
s
Cc3
CO
CO
37
C�3
CS)C31
C�3
G3
a
C�3
CO
31
CO
N
N
27
N
CA
N
c,
N
a
N
W
N
N
N
N
19
18
O
CO
-P
-1
aCO
O
CO
CO
�1
N
O
CO
CO
--•
....A.O
N)
N
N
N
N
N
N
N
N
2601-2636044 J
2601-2636043
2601-262
N
C37
co
N
C3i
O
CO
N
O
CO
N
Cn
CO
2554-0210201
N
th
0
a
2533-4980005
2528-8445110
2527-9263155
2527-9263109
2518-6910000
2510-6745850
2507-6800061
2503-0200036
2503-0114218
2503-0114215
2502-8221303
2502-8221006
2502-8212036
N
a
a)C+)
O)
o)
d)
O)
o)
0)
CS)
co)N
01
o
coO
O
O
O
coO
O
N
N
N
N
N
N
N
N
O
co
CO
CO
I -2641
CO
CO
CO
CO
O
O
o
O
O
O
O
O
O
O
O
O
CA
CO
CO
CO
CO
o
O
co
O
O
O
O
co
O
-�
-s
CO
CO
0
O
0
O
-
0
0
O
O
N
CO
CO
CO
O
co
O
O
0
0
0
O
0
0
O
O
co
co
O
C3�
C37
0
co
O
O
-a
.a
O
O
0
CO
C31
O0
O
O
O
O
O
-
O
0
0
co
co
Mulching, Wood Cellulose I
S pecial Ditch Control, Wood Excelsior
Mat
Remove And Reinstall
Install 16 In. Gate Valve (DIP)
Traffic Control
S afety Closure
Revetment, Class E
Remove Storm Sewer Pi
Or Equal To 36 In.
S ubdrain Outlet, DR-303
S ubdrain, Longitudinal, (Should
In. Dia.
Manhole Adjustment, Major
c0
0
O
-
s
-n
N
!v
O
ations, Erosion Control
ice For Ditch Ch
oo
[Symbol and Legend, Preform
Dplastic
I Pavement Marking
orne Or Solvent-Ba.
hroat Curb Intake Sedirr
C-602
I Of Watermain
o
O
I Of Fire Hydrant Assembly
1 Construction Entrance, EC -
0
Aver Gravity Main,
d Concrete Pipe
lass III),18 In
Riser, 6 In., As Per Plan
0
t Assembly
Pavement
It Fence Or Silt Fence
3ks
Aity M
:te Pi
15 In
T
)en -Throat Curb
!ter
izii
hed
tF
46
N
N
500
-s
0
CA
-
-
0
N
3,311
W
O
CS)
a
N
x
v
N
CO
o
0
o
N
o
co
co
CO
0
O)
0-1
a
a
a
coN
N
CO
CA)
-NI
CA
C.0
-1
N
v
C39
COs
-�
-
EACH
LF
LF
LF
ACRE
DUOV
SQ
LF
EACH
EACH
LF
$
U3
LF
EACH
0
D
D
D
0
D
=
0
D
0O
00
00
0
r
LF
r
r
r
r
r
0
D
-n
-n
z
_
0
=
_
=
_
s,.s...
,
I
,•q1
_
1
e
.
a1
fc•\
1
••L -k
gc'' -s.411 1
cRa
..„)
,
►
_ 1
(-ls-u%
l
.Nu.tI1.
`!N-I-
L,a)
c.t
l
0
,.,,,
,_
%•
th`
<5
v‘
c:N
->)
:74%;_
-,.1/4
N•%„i
n
,
1
A
8
11/41
8
%NI.
(
0
1
1 •
N h
O
N
v
W
NOG^
W._
Gi
to
���
-N
\
�e
u'.
Q
_ °
,C
o
g
-‘
%
6
\
O
*
N�0
%
.1
t
��
`
NI
to
e
o
r...„
w
�,
='
�b
l
`1
`'1
�i
. ,
GIa�'a
8
R$
o\
t
-\
wr
-�
1D
\one
Jw��N
r
AS'►ig
1�
,
`
a
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
Sal ®F -ront_ do A4SACYtkarar Dollars ($
in the form of t to Z),1 , 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.
1
02
Date S
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
3 of 4
Page
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.
761-ERcan\\ C ZAcTz3iaS ,j / /2010
(Name of Bidder) (Dat )
BYE
Official Address: (Including Zip Code):
wq ge-A-r-VS-Awic.
ger ck. S0Lthil
I.R.S. No. 47— 0612-1I4Sti
Title
fintimirneIPil
FORM OF BID CONTRACT NO. 991 Page
4of4
NON -COLLUSION AFFIDAVIT OF PRIME BIDDER
State of
County ofrnc�4. � )
_AIA-CC- 1-1-cdie4 , being first duly sworn, deposes and
d�says that:
1. He is (Owner, Partner, Officer epresenta iv or Agent) , of -I'?TE?56'd CaseS
the Bidder that has submitted the attached Bid; —LAIC
2. He is fully informed respecting the preparation and contents of the attached Bid and of all
pertinent circumstances respecting such Bid;
)ss
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
1
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 intere , including this
affiant.
(Signed) /P1
Title
Subscribed and sworn to before me this
, 2021)
My commission expires
IYI
2-
`% JENNIFER R WISSLER
•� Commission Number 761292
• My Commission Expkes
ow► January 04, 2022
g,� day of
Title
Bidder Status Form
To be completed by all bidders
Please answer 'Yes" or "No' for each of the following:
[✓Yes n No
ErCes
QrYes
Yes
❑ No
❑ No
❑ No
Q'Yes ❑ No
P art A
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
My company has maintained offices in Iowa during the past 3 years at the following addresses:
Dates: I el- / /a to "1-4•Yer
Dates: / / to / /
Dates:
to / /
You may attach additional sheet(s) if needed.
P art B
Address: IOLA t"0"t Sk
City, State, Zip' '_ithy k 11 1:3-0(9(c)
Address:
City, State, Zip'
Address
City, State, Zip'
To be completed by non-resident bidders
1. Name of home state or foreign country reported to the Iowa Secretary of State:
Part C
2. Does your company's home state or foreign country offer preferences to bidders who are residents? E Yes ❑ 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:
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 02-14
Worksheet: Authorization to Transact Business
This worksheet may be used to help complete Part A of the Resident Bidder Status form. If at least one of the following
describes your business, you are authorized to transact business in Iowa.
✓[Yes ❑ No
❑Yes Q-No
E Yes QNo
Q Yes ❑ No
❑ 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.
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 0'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 R-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.
❑ Yes Erl o 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 Er
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 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 02-14
MBE/VVBE BUSINESS ENTERPRISE
PRE -BID CO ACT INFORMATION FORM
Q
Prime Contractor Name. t` f� -RA- 5, C. Project: IV O A W-. Si. gm. Letting Date:
NO MBE/WBE SUBCONTRACTORS: If you are NOT using any MBE/WBE 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 wil! be used, please use the bottom
portion of this form.
Contractor Signature:
Title: Date: f O9 7620
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 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 OF INFORMATION SHOWING BIDDER'S PRE -BID
MBE/WBE BUSINESS ENTERPRISE CONTACTS
Quotes
Received
Quotation
used
in
bid
Dates
Yes/No
MBE/WBE
Dates
Yes/No
Subcontractors
Contacted
IIt
olllar
Amount
Proposed
to
Contacted
be Subcontracted
>
t.)19
D
C Coti,
5(12.
frgik
.
o0
sit 3
I
Nv.)sEC-Lk
51t7s
yes
yes
i7ZZZ
t€D-c-
(Form CCO 4) Rev. 06-20-02
Form 730007WP 7-97
ContractoTtth. CcriktcaarteS LikC
Project#
County
City
IcM— $LSS(7DS)--Qp-07
tkacry \\NActoc_.
U\c e& ExA
TARGETED SMALL BUSINESS (TSB)
PRE -BID CONTACT INFORMATION
Page#
(To Be Completed By All Bidders Per The Current Contract Provision)
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
I Ep ► II I tS Rsi
\fr•S
tZ
t Z
QUOTES RECEIVED
YES/
NI
n3O
yes
DATES
rnNTAnTFn
QUOTATION USED IN BID
YES/
Nn
Yes
DOLLAR AMT. PROPOSED
Tn RP Sl URRnNTRACTFn
17ZZz-en
Total dollar amount proposed to be subcontracted to TSB on this project $ /7e ZZZ• dC List
items by name to be subcontracted:
�� Conio