Loading...
HomeMy WebLinkAboutBaker Enterprises Incr CN— TCJ-4,t3rliS 9, tNIc E3A1C rRs. PO Box 277 Waverly, IA 50677 BID SECURITY FOR: FY 2020 WARP DRIVE R.I.S.E. PROJECT NO. RM-8155(764)--9D-07, CONTRACT NO 977 CITY OF WATERLOO 715 MULBERRY STREET WATERLOO, IA 50703 AKEFR cr-J T 'arms S 1PJC_ PO Box 277 Waverly, IA 50677 ir BID PROPOSAL FOR: FY 2020 WARP DRIVE R.I.S.E. PROJECT NO. RM-8155(764)--9D-07, CONTRACT NO 977 CITY OF WATERLOO 715 MULBERRY STREET WATERLOO, IA 50703 BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, Baker Enterprises, Inc. as Principal, and Granite Re, Inc. as Surety are held and firmly bound unto the CITY OF WATERLOO , Iowa, hereinafter called Five Percent of Bid Amount (5% of bid amount) "OWNER." In the penal sum Dollars ($ XXX ) 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 conditioy of this obligation i h daysyuch that J whereas the Principal has submitted the accompanying bid dated the of u , 20 20, for Project No. RM-8155(764)--9D-07 - FY 2020 Warp Drive R.T.S.F.. 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 causpd their corporate seals to be hereto affixed and these presents to be officers this 2nct dayof July, A.D. 20 20 . signed by their proper BID BOND Baker Enterprises, Inc. (Seal) Principal By (Title) Granite Re, Inc. Surety By (Seal) Troy Staples Attorney -in -fact CONTRACT 977 6 - 1 RM-8155(764)--9D-07 AcKNOWLI� D G[iv I;=,AI C1 OF IP h-11thICEGSA11 State of ) County of ) ) On this day of in the year before me personally come(s) , to me known and known to me to be the person(s) who (is) (are) described in and executed the foregoing instrument and acknowledge(s) to me that he/she executed the same. Notary Public ACKNOWLEDGMENT OF PRINCS:C'AP. (Pa State of ) ) County of ) On this day nersWup) of in the year before me personally come(s) a member of the co -partnership of to me known and known to me to be the person who is described in and executed the foregoing instrument and acknowledges to me that he/she executed the same as for the act and deed of the said co -partnership. Notary Public ACKNOWLEDGMENT OF PRINCIPAL (Corporation) State of Loa County ofrbrQmer ) ) ) On this q÷" day of cJ (A.+B in the Y ear d gD, before me personally come(s) r re the S z;, aoatiLtisr" , to me known, who, being duly sworn, deposes and says that he/she is �° r of the C 42.ar' Ecr\rs seS 1 rC'C�Q �Y�► { the corporation described in and which executed the foregoing instrument; that he/she knows the seal of the said corporation; the seal affixed to the said instrument is such corporate seal; that it was so affixed by the order of the Board of Directors of said corporation, and that he/she signed his/her name thereto by like order. State of Minnesota ) County of Dakota ) SUNDA It MEA cCommission Number 796005 My Commissio Expir Ma v 5 • NotaPublic ACKNOWLEDGMENT OF SURETY On this 2nd day of July, in the year 2020, before me personally come(s) Troy Staples, Attorneys) -in -Fact of Granite Re, Inc. with whom I am personally acquainted, and who, being by me duly sworn, says that he/she is (are) the Attorney(s)-in-Fact of Granite Re, Inc. company described in and which executed the within instrument; that he/she know(s) the corporate seal of such company; and that seal affixed to the within instrument is such corporate seal and that it was affixed by order of the Board of Directors of said company, and that he/she signed said instrument as omey(s)-in-Fact of the said company .ke order. 4 t000000 -. tar .dorm llv'"ll�/1l./y✓✓l TONI L FERRILL NOTARY PUBLIC - MINNESOTA My Commsssion Expires Jan. 31, 2022 Notary Public QJ • GRANITE RE, INC GENERAL POWER OF ATTORNEY Know all Men by these Presents: That GRANITE RE, INC , a corporation organized and existing under the laws of the State of MINNESOTA and having its principal office at the City of OKLAHOMA CITY in the State of OKLAHOMA does hereby constitute and appoint: JONATHAN PATE; WANDA FRANZ; TOM LAHL; LISA M. FRANCOUR; JENNIFER BOYLES; ZACHARY PATE; TROY STAPLES; NICHOLAS HOCHBAN its true and lawful Attorney-in-Fact(s) for the following purposes, to wit To sign its name as surety to, and to execute, seal and acknowledge any and all bonds, and to respectively do and perform any and all acts and things set forth in the resolution of the Board of Directors of the said GRANITE RE, INC. a certified copy of which is hereto annexed and made a part of this Power of Attorney; and the said GRANITE RE, INC. through us, its Board of Directors, hereby ratifies and confirms all and whatsoever the said: JONATHAN PATE; WANDA FRANZ; TOM LAHL; LISA M. FRANCOUR; JENNIFER BOYLES; ZACHARY PATE; TROY STAPLES; NICHOLAS HOCHBAN may lawfully do in the premises by virtue of these presents. In Witness Whereof, the said GRANITE RE, INC. has caused this instrument to be sealed with its corporate seal, duly attested by the signatures of its President and Secretary/Treasurer, this 3rd day ofJanuary, 2020. STATE OF OKLAHOMA ) ) SS: COUNTY OF OKLAHOMA ) ton, President f`t: � '&/ Kyle P. McDonald, Treasurer On this 3rd day of January 2020, before me personally came Kenneth D. Whittington, President of the GRANITE RE, INC. Company and Kyle P. McDonald, Secretary/Treasurer of said Company, with both of whom I am personally acquainted, who being by me severally duly sworn, said that they, the said Kenneth D. Whittington and Kyle P McDonald were respectively the President and the Secretary/Treasurer of GRANITE RE, INC., the corporation described in and which executed the foregoing Power of Attorney; that they each knew the seal of said corporation; that the seal affixed to said Power of Attorney was such corporate seal, that it was so fixed by order of the Board of Directors of said corporation, and that they signed their name thereto by like order as President and Secretary/Treasurer, respectively, of the Company. My Commission Expires: August 8, 2021 Commission # 01013257 Notar Public GRANITE RE, INC. Cert ficate THE UNDERSIGNED, being the duly elected and acting Secretary/Treasurer of Granite Re, Inc., a Minnesota Corporation, HEREBY CERTIFIES that the following resolution is a true and correct excerpt from the July 15, 1987, minutes of the meeting of the Board of Directors of Granite Re, Inc. and that said Power of Attorney has not been revoked and is now in full force and effect. "RESOLVED, that the President, any Vice President, the Secretary and any Assistant Vice President shall each have authority to appoint individuals as attorneys -in -fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character 'ssued by the Company in the course of is business. On any instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking of the Company, the seal, or a facsimile thereof may be impressed or affixed or in any other manner reproduced; provided, however, that the seal shall not be necessary to the validity of any such instrument or undertaking.' IN WITNESS WHEREOF the undersigned has subscribed ;thi$\certificate and affixed the corporate seal of the Corporation this 2nd day of July 2020, GR0800-1 tv Kyle P. McDonald, Secretary/Treasurer OR U1 OF MD OR PROPOSAL L F.Y. 21020 Uk I ` RP DREIVI:= 1 .110S UE. PROJ =,GT V\10. Ra=10156(76floo9Do07 CONTRACT hl 979 CITY OF INATILRLOO, IOWA Honorable Mayor and City Council Waterloo, Iowa Gentlemen: 1. The undersigned, being a QQcpnratJpn existing under the laws of the State of a Partnership consisting of the following partners: moo. twee G,44.,ervi 6 S . 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 l=ngineer 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 F.Y. 2020 WARP DRIVE R.I.S.l';o PROJECT NO. RM-81 bb(764)aa 9D-07, CONTRACT NO. 977, all in accordance with the above -listed documents and for the unit prices for work in place for the following items and quantities: E.Y. 2020 WARP DRIVE R.I.S.E. PROJECT NO. RMem8155(764)=AD=107 CONTRACT NO. 977 ITEM NO. ITEM UNIT ELIGIBLE ELIGIBLE NON- TOTAL EST. QTY. UNIT PRICE BID TOTAL BID PRICE 2.01 CLEARING AND GRUBBING AC 2 1.2 3.2 $ 1,06. do t $ 2 (`i0 f . vG 2.02 TOPSOIL, ON -SITE CY 1,800 15,200 17,000 $ 4. ZC .-4$ o . $ ,2 00 e 2.03 EXCAVATION, CLASS 10 CY 3,500 51,500 55,000 $ Z 7 f $ IS (I ZS c.oo . . 2.04 SUBGRADE PREPARATION SY 4,158 4,158 $ 1. So $ CI z 3 t 00 2.05 SUBBASE, WARP DRIVE 6" MODIFIED, SY 4,158 `7 $ $ -1. 4,158 6, Z oZ o0 • 2.06 SUBBASE, TEMPORARY 4' MODIFIED, TURNAROUND SY 420 420 $ s• 00 $ 2, too. o0 420 420 $ g oo $ 3 3 co. 00 2 07 SUBBASE, STONE 8" MACADAM SY . I 2 08 SUBGRADE OVEREXCAVATION CY 350 350 $ G, $ ZI L oo o0 00 , 685 685 $ i it, od $ I ( 3 30.00 2.09 GRANULAR STABILIZATION TN 4.01 SANITARY SEWER PVC TRUSS, GRAVITY" 12 LF 1,177 1,177 $ S • ao $ s 2 9� S. on TRENCHED, 4.02 SANITARY SEWER GRAVITY DIP, 12" LF 59 59 $ t l 3, vo $ `0 (0/ 00 , MAIN, TRENCHED, FORM OF BID CONTRACT NO 977 RM-6155(764)--9D-07 4-1 SANITARY SEWER SERVICE, 4.03 TRENCHED, PVC, 6" 4.04 4.05 STORM SEWER, TRENCHED, GASKETED RCP, 15" 4.06 LE LE 119 120 120 $ 39oa $ %, c,80.00 119 $ 39 . o0 $ 4,`'j(.o0 STORM SEWER, TRENCHED, GASKETED RCP, 24" 4.07 LE 652 652 $ SZ.00 $ 33, 9D 4,00 STORM SEWER, TRENCHED, GASKETED RCP, 30" SUBDRAIN, HDPE, 6" LF 455 455 $ Z9 S7S.00 LF 2,080 2,080 $ 2 31 9 to. Go 4-.08 SUBDRAIN CLEANOUT EA 2 2 $ Sob.ct $ I1 b00. OQ 4.09 PIPE APRON, RCP, 15" EA 1 1 $ 2,too. 00 $ Z,IbO.aO 4.10 PIPE APRON, RCP, 30" EA 1 1 $ 2e loo.00 $ Z,9oo.00 5.01 5.02 WATER MAIN, TRENCHED, DIP, 8" 5.03 5.04 LF 1,158 1,158 $ `-l8.00 $ S S S 141. 00 WATER MAIN, TRENCHED, DIP, 6" WATER SERVICE, TRENCHED, DIP, 8" LF 32 32 LF 192 192 $ S t-{ . o o $ i o, 3 i? . oo FITTING, TEE, 8" x 6" EA 4 4 $ I, Lob. cio 5.05 FITTING, TEE, 8" x 8" EA 3 3 $'13S.00 $ ( 3 6 S . 00 5.06 FITTING, REDUCER, 8" x 6" EA 1 1 $ 20 0o 5.07 5.08 5.09 FITTING, 22.5 DEG BEND, 8" VALVE, MJ GATE, 6" VALVE, MJ GATE, 8" EA EA EA 8 4 6 8 4 6 $ 1,3 26. oo $ Z3 Zo..00 $ 3, 900 .00 $ 7,gso. oc 5.10 5.11 FIRE HYDRANT ASSEMBLY DEAD END FIRE HYDRANT ASSEMBLY EA EA 4 1 4 1 $ 3, Zoo . oo $ 1 Z, *do- 00 $ 3I,00,00 6.01 MANHOLE, SW-401, 60" EA 1 1 $ 3tdo.ou $ 3, t oo aoo 6.02 6.03 MANHOLE, SW-301, 48" MANHOLE, SW-301, 60" EA EA 3 1 3 1 $ `'Hoo.00 $ 13, 2..00.00 $ gISo.00 6.04 6.05 7.01 7.02 8.01 INTAKE, SW-507 INTAKE, SW-509 PAVEMENT, C-SUD PCC, 9" PAVEMENT REMOVAL TEMPORARY TRAFFIC CONTROL EA EA SY SY LS 2 4 3,720 75 1 2 4 3,720 75 1 $ Li oo d.vo $ S, oSo.00 r $ 4 Se o boo. 00 $ Zoe Z oo . 0 0 $ 170, eo y, ao $ (! S Oo . 00 $ 5 Io.00 9.01 CONVENTIONAL SEEDING, FERTILIZING, AND MULCHING AC 1 31 32 $ I Lf •Zo . oe $ MS, yc.(o, 00 9.02 9.03 9.04 9.05 FILTER SOCK (INSTALL, MAINTENANCE,&REMOVAL) RIP RAP, EROSION STONE LF 3,000 3,000 o S SILT FENCE (INSTALL, MAINTENANCE,&REMOVAL) 9.06 INLET PROTECTION (INSTALL, MAINTENANCE,& REMOVAL) TON LF 25 2,000 25 2,000 $ J 0.0t $ 2..05- $ I, �r so . oo $ y t00, co EA 6 6 $ top $ 1dSo,on CONSTRUCTION ENTRANCE (INSTALL, MAINTENANCE, & REMOVAL) EA 1 1 $2Soo. oo $ Z, Soo. o0 FORM OF BID CONTRACT NO. 977 RM-8155(764)--9D-07 4-2 FENCE REMOVAL, FIELD 9.07 FENCE LF 1,900 1,900 $ Z , o0 $ 31gOe.00 11.01 MOBILIZATION LS $ ZI1/50.00 11.02 MAINTENANCE BOND LS $ Ion3.5o.00 $ to13Cos ao TOTAL $ 9,1-43ci.oa 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 submittingthis 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 p g 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 ce;Pevsce oC A-AA.,3kd Dollars ($ -F s /. 6 tid )intheformof age� 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 4i/zo 10. The bidder shall list the MBI--/WBP subcontractor(s), amount of subcontracts and bid items on the City of Waterloo Minority and/or Women Business Preabid 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 FORM OF BID CONTRACT NO. 977 4-3 RM-8155(764)--9D-07 Kids on this Project are due along with the Non -Collusion Affidavits of All Su bcontractor(s). The Contractor shall "SUBCONTRACTOR RIFQU prior to approval of contract. submit information on subcontractors on ST AND APPROVAL" Form to be provided by City The subcontractors listed on this proposal and/or submitted to the Contract Compliance Officer cannot be changed except for the following reasons: 1 The City of Waterloo does not approve the subcontractors. 2 The subcontractors submit in writing that they cannot fulfill their subcontracts. 11. Th e 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. g 13. The Owner reserves the right to select alternates, delete line items, and/or to reduce prior rior to the award of a contract due to budgetary limitations. quantities v`. f er. •pir sees, TA . (Name of Bidder) BY: 7/9 fio (Date) Title?rsc4 Official Address: (Including rip Code): ZZD3 E iketamysA I.R.S No. :CA So Li HZ e t5o7`f9Z FORM OF BID CONTRACT NO. 977 4 - 4 RM-8155(764)--9D-07 NON -COLLUSION AFFIDAVIT OF PRIMI= BIDDI=R State of --�--0 �`' County of 3Pen\� c1/411-&--b:Aitur )ss , being first duly sworn, deposes and says that: , 'i. He is (Owner, Partner, Officer, I_Re presentativeor Agent) , of ��-- the Bidder that has su mi ted 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. (Signed) 4 1 cc" Title Subscribed and sworn to before me this1 da y My commission expires 151 dor) a NON -COLLUSION AFFIDAVIT - PRIME • uk,k‘d\ INTRITA\tr 2020. Title • o� z Huai • SHANDA R ZELLE Commission Number 796005 My Commission Expires Ma 5,- - CONTRACT NO. 977 RM-8155(764) 9D07 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 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 ■ 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. Yes No Yes ❑Yes E]No ■ 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. My business is a limited liability partnership which has filed a statement of qualification in this state and the statement has not been canceled. 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 M No My business is a limited partnership or limited liability limited partnership which has filed a certificate of limited partnership in this state, and has not filed a statement of termination. Yes No My business is a limited partnership or a limited liability limited partnership whose certificate of limited partnership is filed in a state other than Iowa, the limited partnership or limited liability limited partnership has received notification from the Iowa secretary of state that the application for certificate of authority has been approved and no notice of cancellation has been filed by the limited partnership or the limited liability limited partnership. Yes ■ 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. ■ 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) IB3kfldor Statu Ii=orcrtn ® be ctRya pDetnel by aDD bidders Paal Please answer "Yes" or "No" for each of the following: Yes LI No Yes Yes Yes Yes H 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). No My company has an office to transact business in Iowa. No My company's office in Iowa is suitable for more than receiving mail, telephone calls, and e-mail. No Mycompany 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 art My company has maintained offices in Iowa during the past 3 years at the following addresses: Dates: / / ZoG9 to / / act Z-c Address: Z Zo3 6 'rev -rr Ad t . City, State, Zip: L1 criDuLfer ti 1.-A So L-? 7 Dates: / / to / / °1 apt o Address: Z L-15 is-o•-ke-t-tit;ts-J ,st-iJQ City, State, Zip: C ktrAitt k - SZ (3 c p Dates: / / to / / Address: You may attach additional sheet(s) if needed. City, State, Zip: Part C To be completed by non-resident bidders 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. To be completed by all bidders You may attach additional sheet(s) if needed. 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: E^. v-tic -c5 , `c: Signature: Date: 7 Zo 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) not Prime Contractor Name: MBENVBE BUSINESS ENTERPRISE PRE -BID CONTACT INFORMATION FORM &Jr.4.k. i-kc. Project: ZQ1 n UJ 4-R P aLlAv r. k �s E. Letting Date: C Z o NO R/ E/WBE SUE -CONTRACTORS: If you are NOT using any MBE/WBE subcontractors to complete this project, sign bellow. Attach a onef explanation as to why subcontracting was not feasible with this project. If any MBE/WBE subcontractors wall be used, °lease use the bottom portion of this form. Contractor Signature: Title: ti mac' Date: 171 q 2 c� S CBC*NTRACTORS APPLDCABLE: 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 thus Form showing your MBE/WBE B easiness 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 =XF R TOON SHOWING BIDER'S P BE EE BUSX ESS ENTERPRISE CONIT E-BWC CT Quotes Receive Quotatisn used fin bfi MBE/WBE Dates 1±es/N ' ates Yes/No Dollar Amount proposed t,r. Subcontractors Contacted Contacted be Subcontracted (° lac\ 17,0 S <1 $so. co Tied ± Ntut.- tar 1 e c (Form CCO-4) Rev. 06-20-02 CONTRACT 977 RM-8155(764)--9D-07 12D-1 Form 730007WP 7-97 Contractor egoLtevow GA. rcr i; f e .mac . Project# County City R4A giss encos--915-n %ko.c v. crLit i k , *ur lot TARGETED SMALL R(J50NESS (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. TABLE OF INFORMATION SHOWING BIDDERS PRE -BID TARGETED SMALL BUSINESS (TSB) CONTACTS SUBCONTRACTOR TSB DATES QUOTES RECEIVED QUOTATION USED IN BID CONTACTED KinCENTAfTFf YES/ DATES YES/ DOLLAR AMT. PROPOSED NCl Tf RF CI IRC flNTPAfTFrl NC. S S g so 00 t M - ZS1 Z old 5e.r (0 D l GS , • • Total dollar amount proposed to be subcontracted to TSB on this project $ SS ?So. 00 List items by name to be subcontracted: at •o t I tot c .off °l oS" r