Loading...
HomeMy WebLinkAboutPirc Tobin Construction• IFP J Ft C CONSTRUCTION INC J PO Box 160 Alburnett, IA 52202 BID DOCUMENTS: Sealed Bid for Complete Construction FY 2020 Warp Drive R.I.S.E. Project Waterloo, Iowa BID OPENING: 1:00 PM - 07/0912020 f • BID ENCLOSED 1 Y • Fo _I Fite CONSTRUCTION INC TO J PO Box 160 Alburnett, IA 52202 BID DOCUMENTS: Sealed Bid for Complete Construction FY 2020 Warp Drive R.I.S.E. Project Waterloo, Iowa BID OPENING: 1:00 PM - 07/09/2020 t Q 0 BID SECURITY ENCLOSED BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, Pirc-Tobin Construction, Inc. as Principal, and United Fire & Casualty 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 Amount Bid Dollars ($ 596 ) 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 9th day of July , 20 20 , for FY 2020 Warp Diive R.I.S.E. Project • NOW, THEREFORE, (a) If said Bid shall be rejected, or in the alternate, (b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the form specified and shall furnish a bond for his faithful performance of said contract, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the agreement created by the acceptance of said Bid, Then this obligation shall be void, otherwise the same shall remain in force and effect; it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. By virtue of statutory authority, the full amount of this bid bond shall be forfeited to the Owner in liquidation of damages sustained in the event that the Principal fails to execute the contract and provide the bond as provided in the specifications or by law. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall be in no way impaired or affected by any extension of the time within which the Owner may accept such Bid or execute such contract; and said Surety does hereby waive notice of any such extension. IN WITNESS WHEREOF, the Principal and the Surety, have hereunto set their hands and seals, and such of them as are corporations, have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers this 26th day of June , A.D. 20 20 . Witness Witness Pirc-Tobin Construction, Inc. (Seal) Prinipl By United Fire & Casualty Company (Seal) Surety AttofllDfl1flo\Ip)Sfl e PPe) lyjG'1'1 Samantha Spilman (Title) BID BOND CONTRACT 977 6 - 1 RM-8155(764)--9D-07 if sic :: strume its were.si d b h d -1 thorized officers of theCompanies:.: . and:to ::bind.ihe Companies thereliy as fully alld to:= e sai��e extent. as. t . : un p ...: Nand=:all of the acts of sa id �Attethey .`pursuant to:.tlie ::atttllo ity l eret y gived a .d` hereby ratified and � 'in (till ro .ce--and effect ur til�-revoked b United::Fite The -Authority hereby granted <�rs �continuous�� -and �:�sl�all re�au .... ... y Indemnity Company, and Financial Pacific Insurance Company. This Power of -Attorney is made and executed pursuant to and by authority of the following bylaw duly adopted on May 15, 2013, b' irectors.;ofUnitecl.F �e & Casualty Company, United Fire & Indemnity Company, and Financial Pacific Insurance Company. "Article VI — Surety Bonds and Undertakings" section 2, Appointment.: :of Attorney -in -Fact. "The President or any Vice President, or any other officer of the Companies may, from time to tu•ne, .appoint-b•y •written certificates -attorneys-in-fact to act in behalf of the Companies in the execution of policies of insurance, bonds, undertakings and other obligatory instni�rieiits of like nature.. The --signature of--a4rei ficer authorized hereby, and the Corporate seal, may be affixed by facsimile to any power of attorney or special power of attorney or certification: of:. - either authorized hereby; such signature and seal, when so used, being adopted by the Companies as the original signature of such officer and the original seal of the Companies -,;to be valid and binding upon the Companies with the same force and effect as though manually affixed. Such attorneys -in -fact, subject to the limitations set of .forth' iri- their respective certificates of authority shall have full power to bind the Companies by their signature and execution of any such ilnstnimeints and to attach the seal :the .Compares thereto. The President or any Vice President, the Board of Directors or any other officer of the Companies may at any time revoWall.power and author?" .. :_previously gven'to any attorney -in -fact. UNITED FIRE & CA-SUALTY.:COMPANY, (CEDAR: RAPIDS:IA ITED FIRE & IND.EIVINITY- COMPANY,'WEBSTER, TX INANCIALPACIFIC INSURANCE COMPANY, RO C ,IN:CA CERTIFIED COPY:: OF..POWER OF: ATTORNE" (original on file at Home Office of Company — See Certification) Surety Depart tent 11$ Second Ave SE Cedar Rapids; IA.. 52401 KNOW ALL :PERSONS BY•THESE: PRESENTS, That Tiuted F ire &Casualty Company; a corporation : duly: rga sized a i ie:*4sting iin ;.er the aws`- -dul or anized�-.and::existin� rider• :the :.laws of: the State: -of- Texas; and .--Of lire State��:of.:,Iowa; United. Fire & �<Indemiity*•Coniaiiy, :a-.coi�ot�tlon _.. , y g - g u .: .. .... C lif :Financial Pac- ic: Insurance Corn��-ari: ` a: -co oration::tail - :or`anized and existin under.the:.laws of the State of ��..ali..oniia:(here y collectively called F gal If P- y� �. y � g le Companies),:: and having tlie.ir:coiporate lieadtl ithleis in C.edai_:Rapids, State of Iowa,doesmake, coinstitute,and appoint ROBE.RT. `L. ` KOLLSMI TH :': 4ACQUELI NE::. K :::.PET .RS DE:BORAH :D . HAHN, ley _LVNN K I MBLE AMANTI A;` SP I LMA1 JENNIFER LUSE, LUKAS SCHRODER, JASON D. SMITH, JAMES M. SMITH, TIMOTHY J. FOLEY, DAVID M. OWEN, BRAD BENGTSON-. AARON COLLINS, LAURI MENEOUGH ... EACH. •:INDIVIDUALLY =< • <tlie r> true and.::lawful Attorne s5=in-Fact: with::power and autho pit :hereby. conferred to signs : seal and efect te:. in Its be.ialf a a� . bonds, .. Y( ) ..... P.. y Y is similar : - sa e vided: that iao single obli ation. shall :exceed $ 7 5 , 000 :000.00 �irndertakmgs ��aid other�`obligatory<�-nnsttumen . of n. tttr. pr.o .:. g... .,. g .. . e -a coiiftt tried • IN WITNESS WHEREOF, the COMPANIES have each caused these preset ts.tobe:signed b:1.its`. •.-.. -. •c.•� - -•. ��•r ,•� ''��o�►;' �4 `` INSU'' vice president and its corporate seal to be hereto affixed this ..,,.,, �•, F�c R �% 16t h day of:: November , 201 >asualty .-Company, United Fire:_:& CORPORATE CORPORATE t.�� 2 o UNITED FIRE & CASUALTY COMPANY ZrI nt.a• 1986 / • t. o '_ i e— -...- e.. SEAL tc..i Lei _4 '��"1II/1111111111l\``` of Iowa; CaintyEof Linn, ss: UNITED FIRE & INDEMNITY COMPANY:. FINANCIAL PACIFIC INSURANCE: COMPA By: On 16t h day of November . 2017, before me.persona 1 l came Deni s J :::.R 1 chmann to me known, who being by me duly sworn, did depose and say; that he resides in Cedar Rapids, State of Iowa; that he is a Vice President of United Fire as ant .-:Com an , :'a:.:Vice President .of U ited Fire::::&: lndemg t .::Company, ,arid. _a Vice President of Financial Pacific..Insurance Company -:the - - .' t-:_ ' :: o-ws -the seal of said` co : orations' triat the seal affixed to :the said o ..orations described .: :in ..and ��.�ich. executed t111v.-::above uisirtiment;.._.th�at� he kn. �. :... ..� __ , . nt=:is such corporate: -se l; that it>was'so affixed ursuarntto:authorit iven'ti: the Boa •d1:of Directors of -said -corporations an at he sighed is >name hereto pursuant to:likealthotity;:and.:acknowledges same to be the actand deed of=said:corpolations. Vice President Judith A. Jones. -Iowa Notarial Seal Commission number 173041 My . -Commission Expires 4/23/2021 • • Mary;:A Berfsch, Assistant Secretary.:of.tInited Fire & Casualty ecretary.of Financial Pacific Insurance. Compaily, do hereby cert e co:py of:the Section: of the bylaws and resolutions of s:aid::Co OME OFFICE•`OF SAID .C-QRPORAT' ONS, and that`:t. • OM an: aria As isl:.aiat at I fiave eo:iiipared orations as`:Set::fol-tlI itnaid e .same. are correct: trans:eriptstiiereo .Power of Attorney has not been revoked` and is now in full.foree`•and effect'. In test on whereof I have here t b cribed my name and affixed th , 20 • CORPORATE -` SEAL 1/',, R i i 1 ````�� • ,i i EP, 11.:•::.111f%..:: ;:.;-......:.:::::if;WO II11111j j' . - . . Ilo r {III1 • Notary Public e forego.ingOy of thei.to*:r .0f AftOtOy:-**4nd affi44.yit;11:: corporate seal of the said Corporations • • • • • • • • This paper has a colored background and void pantograph. FORM OF HID OR PROPOSAL F.Y. 2020 WARP DRIVE R.I.S. PROJECT NO. RiVin8155(764)inOD1=107 CONTRACT N. 979 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 4(/4/ a Partnership consisting of the following partners: having familiarized (himself) (themselves) (itself) with the existing conditions on the project area affecting the cost of the work, and with all the contract documents listed in the Table of Contents and Addenda (if any), as prepared by the City Engineer of the City of Waterloo now on file in the office of the City Clerk, City Hall, Waterloo, Iowa, hereby proposes to furnish all supervision, technical personnel, labor, materials, machinery, tools, appurtenances, equipment, and services, including utility and transportation services required to construct and complete this F.Y. 2020 WARP DRIVE R.I.S.E. PROJECT NO. RW1=8155(764)0= 9Dn07, 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: F.Y. 2020 WARP DRIVE R.I.S.E. PROJECT NO. RM-8155(764)--9D-07 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 $ %WO. 00 $ �j/O� • O° 2.02 TOPSOIL, ON CY 1,800 15,200 17,000 $ 14,� $�to1rja0, -SITE 00 2.03 EXCAVATION, CLASS 10 CY 3,500 51,500 55,000 $ 2_.40 $ Rz, 000. 00 2.04 SUBGRADE PREPARATION SY 4,158 4,158 $ 1.19 $ �-���, Dv SUBBASE, 6" MODIFIED, 2.05 WARP DRIVE SY 4,158 4,158 $ 6,00 $-?)�-� / o'U SUBBASE, 4' MODIFIED, ((Is I+�'25, v D 2.06 TEMPORARY TURNAROUND SY 420 420 $ $ / 2 �� SUBBASE, STONE 8" MACADAM SY 420 420 $ I2,00 $ 5 01+0. 0 0 Z 08 SUBGRADE OVEREXCAVATION CY 350 350 $ t200 $ 1-I-f 2-00, 0 0 2.09 GRANULAR STABILIZATION TN 685 685 $ etO • 00 $ (31-OO • 00 4.01 SANITARY SEWER GRAVITY,' LF 1,177 1,177 $ (90.00 $It& 9'v. OD 12 TRENCHED, PVC TRUSS, 4.02 SANITARY SEWER GRAVITY LF 59 59 $ROO , oO $ illitOr 66 MAIN, TRENCHED, DIP, 12" FORM OF BID CONTRACT NO. 977 RM-8155(764)--9D-07 4-1 4.03 SANITARY SEWER SERVICE, LF 120 120 $ set/we °� 6o. 0 TRENCHED, PVC, 6�� '©GASKETED 4.04 STORM SEWER, RCP TRENCHED, 15 LF 119 119 $ S240 $�tl�s 4.05 STORM GASKETED SEWER, RCP, TRENCHED, 24/ LF 652 652 $ QJ-I-490 $ �, QV 455 $ ��o o 0 $�jQ dJrQ. Op 4.06 STORM GASKETED SEWER, RCP, TRENCHED, 30" LF 455 LF 2,080 2,080 $ 1 400 $ ;1,2p, 00 4.07 SUBDRAIN, HDPE, 6" 4.08 SUBDRAIN CLEANOUT EA 2 2 $ ft0• 00 $ t,(000.OV 4.09 PIPE APRON, RCP, 15" EA 1 1 $1h1-S: QU $ t &R-�OV / 4.10 PIPE APRON, RCP, 30" EA 1 1 $ Z (a9e at $ 50, OD ' , 5.01 DIP WATER 8" MAIN' TRENCHED ' LF 1,158 1,158 $ $9'5Qc', gibe 00 5.02 DIP WATER 6" MAIN, TRENCHED, LF 32 32 $ & 115 $ I/ w. co WATER SERVICE, t' LF 192 192 $ Imo $(1,2.tib. �� TRENCHED, DIP, 8 5.04 FITTING, TEE, 8" x 6" EA 4 4 $ BoG. co $'jj to, Qt 5.05 FITTING, TEE, 8" x 8" EA 3 3 $ t -v90,c1) $ 3 15o 00 . 5.06 FITTING, REDUCER, 8" x 6" EA !3'c,OV 1 1 $ $ 5.07 FITTING, 22.5 DEG BEND, 8" EA 8 8 $CfgO 00 $1' 600,00 , 5.08 VALVE, MJ GATE, 6" EA 4 4 $ 60. 0V $ 2o0.ot 5.09 VALVE, MJ GATE, 8" EA 6 6 $ (G97co $ 9', 300.0° 5.10 FIRE HYDRANT ASSEMBLY EA 4 4 $ Lf OCO.CD $ £CoO0O0O 1 1 $ - $ 5.11 DEAD ASSEMBLY END FIRE HYDRANT EA jpp O. OD 3QQQOO / / 60" EA 1 1 $ 5j (t3C0la / $ 9c8gO. Da 6.01 MANHOLE, SW-401, 6.02 MANHOLE, SW-301, 48" EA 3 3 $ Cam!. o� / $ (gorjoo'O 60"EA i 1 1 $12f390. o $ 3f0 00 6.03 MANHOLE, SW -/ 301, pa1 , 6.04 INTAKE, SW-507 EA 2 2 $ It $ 9)0 s 1 a 00 a 6.05 INTAKE, SW-509 EA 4 4 $550601 $ zz. COD . Co 7.01 PAVEMENT, C-SUD PCC, 9" SY 3,720 3,720 $ 1 i $9-04.t ' 7.02 PAVEMENTREMO V A L SY 75 75 $ ��,�� $ �?-��-� `j o 8.01 TEMPORARY TRAFFIC LS 1 1 $ 500(). OD $ 5 ow. 0-000NTROL / / 9.01 CONVENTIONAL FERTILIZING, AND SEEDING, AC 1 31 32 $ 53RJ.t0 $`2W. co MULCHING 9 02 FILTER MAI NT SOCK E NAN (INSTALL, CE &REMOVAL ) LF 3,000 3,000 $(3.6$ �e 9.03 RIP RAP, EROSION STONE TON 25 25 $ cf5, Ov $ i -c. op 9.04 SILT MAINTENANCE FENCE (INSTALL, J &REMOVAL ) LF 2,000 2,000 $$3,OWeO° 1 11;0 9.05 INLET (INSTALL, REMOVAL) PROTECTION MAINTENANCE,& EA 6 $ 6 $1'9, Q0 .0° 9.06 CONSTRUCTION (INSTALL, REMOVAL) MAINTENANCE, ENTRANCE & EA 1 1 $ 3,ck000 $ 3 goo of . FORM OF BID CONTRACT NO. 977 R M-2155(7F41--Pfl-07 4-2 FENCE REMOVAL, FIELD 9.07 FENCE 11.01 LF 1,900 1,900 $ 3I00 s-joo.o� MOBILIZATION LS 1 11.02 MAINTENANCE BOND LS 1 1 51360c0.W $ i3500 O.00 $ otot TOTAL BID $ 1)7-19)24ps it( 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. Securityin the sum of � lav1/40(tJ" CS °�0 �j� A '"'0`�J 4 � Dollars S ) in the form of b'ial 8owd 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 $10,000.00 in work for the City in the current calendar year, are prepared to submit an AAP or Update and an EOC, within ten (10) days of notification that the bid submitted is lowest and acceptable. 9. The bidder has received the following Addendum or Addenda: Addendum No. ` �' Date 10. The bidder shall list the MBE/WBE subcontractor(s), amount of subcontracts and bid items on the City of Waterloo Minority and/or Women Business Pre -bid Contact Information Form submitted with this Form of Bid or Proposal. The apparent low Bidder shall submit a list of all other Subcontractor(s) to be used on this Project to the City of Waterloo by 5:00 p.m. the business day following the day FORM OF BID CONTRACT NO. 977 4 - 3 RM-8155(764)--9D-07 Bids on this Project are due along with the Non -Collusion Affidavits of All Subcontractor(s). The Contractor shall submit information on subcontractors on "SUBCONTRACTOR REQUEST AND APPROVAL" Form to be provided by City prior to approval of contract. The subcontractors listed on this proposal and/or submitted to the Contract Compliance Officer cannot be changed except for the following reasons: 1) The City of Waterloo does not approve the subcontractors. 2) The subcontractors submit in writing that they cannot fulfill their subcontracts. 11. The bidder has filled in all blanks on this proposal. Those blanks not applicable are marked "none" or "NA". 12 The bidder has attached all applicable forms. 13. The Owner reserves the right to select alternates, delete line items, and/or to reduce quantities prior to the award of a contract due to budgetary limitations. 7irc7tatti (Ottibe�t�oer sr -IV, BY: (Name of Bidder) (Date) Title area feet Official Address: (Including Zip Code): 26k0 amat teal %2/6WIJ flan- I.R.S. No. )� 'f12?S9$ FORM OF BID CONTRACT NO. 977 4 - 4 RM-8155(7641--9D-07 t i i i i i i r NON -COLLUSION AFFIDAVIT OF PRIM BIDDER State of —04/41 County of t/Wit )ss &tat-3being first duly sworn, deposes and says that: 1. He is (Owner, Partner, Officer, Representative, or Agent) , of akar Id‘ 4%- Cony'frities. , 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; 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) 10/16-5/Dervlr Title Subscribed and sworn to before me this 9r* day of CW My commission expires 13r2Z CHARLES J ARNOLD NOTARIAL SEAL n IOWA COMMISSION NO. 747 MY COMMISSION 1 PiFES NON -COLLUSION AFFIDAVIT - PRIME , 2020. agodio-4 jecarir ritfe CONTRACT NO. 977 7 - 1 RM-81 55(764)-9D07 kk.fle Staltuis ; o r IIT1i E be c®m of etod by all biddersPaxt A Please answer "Yes" or "No" for each of the following: LJ Yes 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). Li Yes No My company has an office to transact business in Iowa. n Yes No My company's office in Iowa is suitable for more than receiving mail, telephone calls, and e-mail. Yes No My company has been conducting business in Iowa for at least 3 years prior to the first request for bids on this project. Yes No My company is not a subsidiary of another business entity or my company is a subsidiary of another business entity that would qualify as a resident bidder in Iowa. If you answered "Yes" for each question above, your company qualifies as a resident bidder. Please complete Parts B and D of this form. If you answered "No" to one or more questions above, your company is a nonresident bidder. Please complete Parts C and D of this form. To be completed by resident bidders Par 18 My company has maintained offices in Iowa during the past 3 years at the following addresses: Pf4rtaIt / Address: �a �!� (lass' te, Dates: J �Kl/a� to City, State, Zip: lievfner art- Sene 2 Address: City, State, Zip: Address: City, State, Zip: Dates: / Dates: / to / / to / / You may attach additional sheet(s) if needed. To be completed by nonnresident 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 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. Yes I No You may attach additional sheet(s) if needed. To be completed by all bidders Part 0 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: ?)rcr774n. COAnern71,1,7 Signature: tke. Date: 7/cJ�Zd 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) 10-1 MBE/WBE BUSINESS ENTERPRISE PRE -BID CONTACT INFORMATION FORM INSTRUCTIONS Prime Contractor Responsibilities: Prime Contractors bidding on City of Waterloo contract work are required to ensure that MBE/WBE businesses are provided the opportunity to participate in the performance of contracts and subcontracts. Prime contractors are required to assist MBE/WBE businesses in overcoming barriers to participation, and must make good faith efforts to secure bids from, and award subcontracts to MBE/WBE businesses. For all contract bids of $50,000 or more, the following is required to demonstrate good faith efforts in accordance with this policy: 1. "MBE/WBE BUSINESS ENTERPRISE PRE -BID CONTACT INFORMATION FORM" submitted with the prime contractor bid, properly completed and signed on Form CCO-4 (Rev 06-20-02). Please note that this document must include all subcontractor contacts, bids received, and awarded - not just those related to disadvantaged business enterprise vendors. 2 A minimum of three (3) MBE/WBE business contacts must be made and documented, if there are at least three (3) MBE/WBE businesses offering services in the areas to be subcontracted (see City of Waterloo MBE/WBE Certified List). If less than three (3) are offering the services to be subcontracted, then a contact is required for any that are listed as providing that service If you have submitted a MBE/WBE contact not on the City's MBE/WBE list, attach a copy of the certification from another government agency. 3. Contacts to each MBE/WBE businesses are required to be a minimum of seven (7) working days prior to the date the prime contractor submits the bid to the City of Waterloo. 4. The following documentation must accompany the "MBE/WBE BUSINESS ENTERPRISE PRE -BID CONTACT INFORMATION FORM" for each MBE/WBE business contacted. a. A copy of the bid received from the MBE/WBE, OR b. If no bid was received a copy of correspondence received from the MBE/WBE with a 'no bid response, OR c. If no response was received, a copy of the solicitation sent to the MBE/WBE with proof of mailing attached. 5. If any MBE/WBE business submitting bids are not selected for subcontract award, documentation must accompany the "MBE/WBE BUSINESS ENTERPRISE PRE -BID CONTACT INFORMATION FORM" on why the MBE/WBE was not selected. These reasons could include: a. Not low bid Copies of the competing bids may be required for verification. b. MBE/WBE did not bid, withdrew bid or was non -responsive c. Documentation of other business -related reason for not selecting the MBE/WBE business for a subcontract. d. Prime contractor self performs work e. Any other reason relied on by the Prime Contractor. The Contract Compliance Officer will determine the weight to be given to each item listed above (supported by appropriate documentation) based on overall program goals. Subcontractors Responsibilities: 1. Each MBE/WBE firm planning to submit quotes on construction projects with goals, shall submit a Letter of Intent to Bid (Form CCO-5) to the City Contract Compliance Officer seven (7) working days prior to bid opening, listing specific items which the MBE/WBE firm is interested in bidding. If the City Contract Compliance Officer does not receive sufficient scope letters seven (7) working days prior to bid Form CCO-4A Rev. 07-08-02 CONTRACT 977 12C - 1 RM-8155(764) 9D-07 MBENVBE BUSDNESS ENTER ROSE PREID CONTACTI� RQRM Prime Contractor Name: fri','c'731'n Cefidir /1/07) Project: IrsVc. Letting Date: 11/70 NO Wti B E/WBE SUBCONTRACTORS: If you are NOT using any MBE/WBE subcontractors to complete this project, sign oelow. Attach a brief explanation as to why subcontracting was not feasible with this project. If any MBE/WBE subcontractors well be used, please use the bottom portion of this form. Contractor Signature: Title: 7vAtZ leer, Date: 'Wee S BCONTRACTORS 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 DflFORGT TBON SC-COWEG ' O F\\LESS NT ±g?COOS E CO ER°S ?R E-eaDD �L T ACT Qotes Received Qctotati©n 'sed fir Md Subcontractors MBIERN1131E Contacted ID2tes 'Yes/N© cC©ntaeted fetes Yes/No II) ©__fr be Amou:t S bco trraeted Proposed t© "awn of A/7 /zr/2o Vies 0fre itia 0 € L 6.14•61,drebtr•fe , G kri 1 zo vUa arfra _,_ alt Obit, it er j r,," (e r J (12.5! 2 o Alt (o Cortrr D4'7�•-a 9, �, G 29 Nv (Form CCO-4) Rev. 06-20-02 CONTRACT 977 RM-8155(764)--9D-07 12D 1 March 2019 CONTRACT PROVISION Targeted Small Business(TSB)Affirmative Action Responsibilities on Non -Federal -aid Projects (Third -party State -Assisted Projects) 1. TSB DEFINITION A TSB is a small business, as defined by Iowa Code Section 15.102(10), which is 51% or more owned, operated and actively managed by one or more women, minority persons, service -disabled veterans or persons with a disability provided the business meets all of the following requirements: is located in this state, is operated for profit and has an annual gross income of less than 4 million dollars computed as an average of the three preceding fiscal years 2. TSB REQUIREMENTS In all State -assisted projects made available through the Iowa Department of Transportation, local governments have certain affirmative action requirements to encourage and increase participation of disadvantaged individuals in business enterprises These requirements are based on Iowa Code Section 19B.7. These requirements supersede all existing TSB regulations, orders, circulars and administrative requirements. 3. TSB DIRECTORY INFORMATION Available from. Iowa Economic Development Authority Targeted Small Business Certification Program 200 East Grand Avenue Des Moines, IA 50309 Phone: (515-348 6159) Website https://iowaeconomicdevelopment.com/tsb 4. THE CONTRACTOR'S TSB POLICY The contractor is expected to promote participation of disadvantaged business enterprises as suppliers, manufactures and subcontractors through a continuous positive, result -oriented program Therefore, the contractor's TSB policy shall be: It is the policy of this firm that Targeted Small Business (TSB) concerns shall have the maximum practical opportunity to participate in contracts funded with State -assisted funds which are administered by this firm (e.g suppliers manufactures and subcontractors). The purpose of our policy is to encourage and increase the TSB participation in contracting opportunities made available by State -assisted programs. 5. CONTRACTOR SHALL APPOINT AN EQUAL EMPLOYMENT OPPORTUNITY (EEO) OFFICER The contractor shall designate a responsible person to serve as TSB officer to fulfill the contractors affirmative action responsibilities. This person shall have the necessary statistics, funding, authority and responsibility to carry out and enforce the firm's EEO policy. The EEO officer shall be responsible for developing, managing and implementing the program on a day-to-day basis. The officer shall also: A. For current TSB information, contact the Iowa Economic Development Authority (515-348 6159) to identify potential material suppliers, manufactures and contractors. B. Make every reasonable effort to involve TSBs by soliciting quotations from them and incorporating them into the firm's bid. C. Make every reasonable effort to establish systematic written and verbal contact with those TSBs having the materials or expertise to perform the work to be subcontracted, at least two weeks prior to the time quotations are to be submitted. Maintain complete records of negotiation efforts. D. Provide or arrange for assistance to TSBs in seeking bonding, analyzing plans/specifications or other actions that can be viewed as technical assistance. TSB Affirmative Action Responsibilities C. Contractors NOT Using Quotes From TSBs If there are no TSBs listed on the Pre -bid Contract Information form, then the contractor shall document all efforts made to include TSB participation in this project by documenting the following (1) What pre -solicitation or pre -bid meetings scheduled by the contracting authority were attended? (2) Which general news circulation, trade associations and/or minority -focused media were advertised concerning the subcontracting opportunities? (3) Were written notices sent to TSBs that TSBs were being solicited and was sufficient time allowed for the TSBs to participate effectively? (4) Were initial solicitations of interested TSBs followed up? (5) Were TSBs provided with adequate information about the plans, specifications and requirements of the contract? (6) Were interested TSBs negotiated with in good faith? If a TSB was rejected as unqualified, was the decision based on an investigation of their capabilities? (7) Were interested TSBs assisted in obtaining bonding, lines of credit or insurance required by the contractor? (8) Were services used of minority community organization, minority contractors' groups; local, State and Federal minority business assistance offices or any other organization providing such assistance. The above documentation shall remain in the contractor's files for a period of three (3) years after the completion of the project and be available for examination by the Iowa Economic Development Authority. 8. POSITIVE EFFORT DOCUMENTATION WHEN NO GOALS ARE ASSIGNED Contractors are also required to make positive efforts in utilizing TSBs on all State -assisted projects which are not assigned goals. Form "TSB Pre -bid Contact Information" is required to be submitted with bids on all projects. If there is no TSB participation, then the contractor shall comply with section 7C. of this document pnor to the contract award.