Loading...
HomeMy WebLinkAboutCardinal Construction6=;D!NAL qSTRUCTON BID SECURITY FOR: HANGAR NO. 4 IMPROVEMENTS WATERLOO REGIONAL AIRPORT CA.ER- Ld8NAL NSTRUc T iR BID PROPOSAL FOR: HANGAR NO.4 IMPROVEMENTS WATERLOO REGIONAL AIRPORT FORM OF BID OR PROPOSAL HANGAR NO. 4 IMPROVEMENTS (2022) WATERLOO REGIONAL AIRPORT In the City of Waterloo, Iowa MOT CSVI 9I220AL0200 CONTRACT NO. 3345 Honorable Mayor and City Council Waterloo, Iowa Gentlemen: The undersigned, being a Corporation existing under the laws of the State of IA , 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 AECOM 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 HANGAR NO. 4 IMPROVEMENTS (2022), all in accordance with the above -listed documents and for the unit prices for work in place for the following items and quantities: HANGAR NO. 4 CSVI PROJECT IDOT CONTRACT 9I220AL0200 (2022) IMPROVEMENTS NO. NO. 3345 Ref. Item Unit Estimated Quantity Unit Bid Total Bid Price Price Item 1 HVAC Demolition LS 1 $ 6,487 $ 6,487 2 HVAC Ductwork EA 1 $ 15 367 $ 15 367 HVAC Rooftop Unit including Gas Piping EA 1 $ 18,532 $ 18,532 4 Wall Removal and Asbestos Abatement SFT 744 $ 20.88 $ 15,537 5 Drywall Installation and Insulation SFT 760 $ 16.17 $ 12,287 6 Remove and Dispose Asbestos Floor Tile SFT 25 $ 20.00 $ 500.00 7 Replace Ceiling Lights with LED EA 28 $ 943.14 $ 26,408 8 Electrical System Replacement SFT 1,650 $ 15.62 $ 25,779 9 Telecom System Replacement SFT 1,650 $ 5.48 $ 9,049 10 Replace Suspended Ceiling 1,650 $ 7.69 $ 12,687 SFT 11 Paint Drywall and Interior CMU SFT 2,800 $ 2.91 $ 8,147 12 Replace Carpet SFT 1,500 $ 11.54 $ 17,310 13 Remodel Bathrooms. 150 $ 309.62 $ 46,443 SET 14 Replace Flooring in Bathrooms SET 150 $ 61.91 $ 9,287 TOTALBASEBID $ 223,820 2. It is the City's intention to evaluate bids reviewing both the Base Bid and Add Al ornate Bids. The City has limited funds available and will award only what funding allows. The City reset ves the right to award the contract based on the Base Bid only or the Base Bid plus any and all Add Alternate Bid Options. FORM OF BID AECOM 60674611 IDOT CSVI 91220AL0200 Hangar No, 4 Improvements (2022) CONTRACT NO. 3345 BF-1 of 2 3. 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. 4. 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 finnish 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. 5. Security in the sum of 5 % Dollars ($ ) in the form of Bid Bond , is submitted herewith in accordance with the INS 1'RUCTIONS TO BIDDERS. 6. Attached hereto is a Non -Collusion Affidavit of Prime Contractor. 7. Attached hereto is a Bidder Status Form indicating Resident Bidder Certification ( X ), or Non - Resident Bidder Certification ( ). (Mark one.) 8. The bidder is prepared to submit a fmancial and experience statement upon request. 9. 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 HOC, within ten (10) days of notification that the bid submitted is lowest and acceptable. 10. The bidder has received the following Addendum or Addenda: Addendum No. Date 11. 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. 12. The bidder has filled in all blanks on this proposal. Those blanks not applicable are marked "none" or "NA". 13. The bidder has attached all applicable forms. 14. 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. Cardinal Construction 7/14/2022 (Name of Bidder) (Date) BY: Katy Susong Title President/CEO Official Address: (Including Zip Code): 1246 Martin Road Waterloo, IA 50701 I.R.S. No. 42-0711727 FORM OF BID IDOT CSVI 9I220AL0200 Hangar No. 4 Improvements (2022) AECOM 60674611 CONTRACT NO. 3345 BF-2 of 2 State of County of NON -COLLUSION AFFIDAVIT OF PRIME BIDDER Iowa ) ss Blackhawk l Katy Susong , being first duly sworn, deposes and says that: 1. He is (Owner, Partner, Officer, Representative, or Agent) , of Cardinal Construction 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, 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) President/CEO Title Subscribed and sworn to before me this 14 day of July 20 22 My commission expires Title NON -COLLUSION AFFIDAVITS AECOM 60674611 IDOT CSV191220AL0200 Hangar No. 4 Improvements (2022) CONTRACT NO. 3345 NCA-1 of 2 I Jo 1-IIS.I. (ZZOZ) sluamanoJduq q irN a2useg r --1 cn a A 0. 's w 3 CD 0 0 cr 'o m n n m 0 a� 8 co m 5 O S6E£ 'ON .1.3tR1.LNOJ I19VL909 WOOBV 00ZO'IVOZZI6 IASJ 1001 NOLLVW2IOINIS3YINOO OIII-Hild HS.L SUBCONTRACTOR co DATES CONTACTED om Co QUOTES RECEIVED DATES _CONTACTED zm QUOTATION USED IN BID DOLLAR AMT. PROPOSED TO BE SUBCONTRACTED Dm 7:1 00 mz O 0 O co xi D > -- 0 r m0 z cp co c �O L) O 0 co -0 -0 03 Nm 0 Crz O - m m h 0 4 w St co coa = 3 y PI CD CD O. S. • m o MCA 8 w • N • o a • o tani 0 0 co m cn co 0, m m O. CO 0 m co tn CD CL g co CD CD O • in gm CD -o g m m to w o • tO 0 Cr • d O m M. to 5 d CO w N o 9 w H. CO D Cr tO • 0) CP 0 O a to 0 "2' m 5- NOILVLARIOJML.LOVINOO QIfI-�Id (fisi) ssawlsrin' vJNs QuZa€RVI 9 a 0-c Ill CD o c m aF m SD o n▪ . 1 o • n CD cn 0 in -- m a 111 CL CD (To Be Completed By All Bidders per the Current Contract Provision) 4 O O 0 -u co OOZO'T6 OZZI6 L6-L dML000£L uuod EQUAL OPPORTUNITY CLAUSE (As provided in Executive Order No. 11246) All contractors, subcontractors, vendors and suppliers of goods and services doing business with the City and value of said business equals or exceeds ten thousand dollars ($10,000.00) annually agree as follows: The contractors, subcontractor, vendor and supplier of goods and services will not discriminate against any employee or applicant for employment because of race, color, creed, sex, national origin, economic status, age, mental or physical handicap, political opinions or affiliations. The contractor, subcontractor, vendor and supplier will develop an Affirmative Action program to ensure that applicants are employed and that employees are treated during employment without regard to their race, creed, color, sex, national origin, religion, economic status, age, mental or physical disability, political opinions or affiliations. Such actions shall include but not be limited to the following: a. Employment b. Upgrading c. Demotion or Transfer d. Recruitment and Advertising e. Layoff or Termination f. Rates of Pay or Other Forms of Compensation g. Selection for Training Including Apprenticeship 2. The contractor, subcontractor, vendor and supplier of goods and services will, in all solicitations or advertisements for employees, state that all qualified applicants will receive consideration for employment without regard to race, creed, color, sex, national origin, religion, economic status, age, mental or physical disabilities, political opinion or affiliations. 3. The contractor, subcontractor, vendor and supplier or his/her collective bargaining representative will send to each labor union or representative of workers which he/she has a collective bargaining agreement or other contract or understanding, a notice advising said labor union or workers' representative of the contractor's commitment under this section. The contractor, subcontractor, vendor and supplier of goods and services will comply with all published rules, regulations, directives, and order of the City of Waterloo Affirmative Action Program Contract Compliance Provisions. 5. The contractor, subcontractor, vendor and supplier of goods and services will furnish and file compliance reports within such time and upon such forms as provided by the Affirmative Action Officer. Said forms will elicit information as to the policies, procedures, patterns, and practices of each subcontractor as well as the contractor himself/herself and said contractor, subcontractor, vendor and supplier will permit access to his/her employment books, records and accounts to the City's Affirmative Action Officer, for the purpose of investigation to ascertain compliance with this contract and with rules and regulations of the City's Affirmative Action Program —Contract Compliance Provisions relative to Resolution No. 24664. 6. In the event of the contractor's non-compliance with the non-discrimination clauses of this contract or with any of such rules, regulations and orders, this contract may be canceled, terminated or suspended in whole or in part and the contractor may be declared ineligible for further contracts in accordance with procedures authorized by the City Council. 7. The contractor, subcontractor, vendor and supplier of goods and services will include, or incorporate by reference, the provisions of the non-discrimination clause in every contract, subcontract or purchase order unless exempted by the rules, regulations or orders of the City's Affirmative Action Program, and will provide EQUAL OPPORTUNITY CLAUSE AECOM 60674611 moT CSVI 91220AL0200 Hangar No. 4 Improvements (2022) CONTRACT NO. 3345 EOC-1 of 2 in every subcontract, or purchase order that said provisions will be binding upon each contractor, subcontractor, or supplier. 8. We, the undersigned, recognize that we are morally and legally committed to non-discrimination in employment. Any person who applies for employment with our company will not be discriminated against because of race, creed, color, sex, national origin, economic status, age, mental or physical disabilities. (Signed) (Appropriate Official) President/CEO 7/14/2022 (Title) (Date) EQUAL OPPORTUNITY CLAUSE AECOM 60674611 IDOT CSVI 91220AL0200 Hangar No. 4Improvements (2022) CONTRACT NO. 3345 EOC-2 of 2 Bidder Status Form To be completed by all bidders Part A Please answer "Yes" or "No" for each of the following: • • Yes ❑ No Yes ® Yes Yes • U No ❑ No No ■ IN 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). My company has an office to transact business in Iowa. My company's office in Iowa is suitable for more than receiving mall, 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 13 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 Dates: 11 /. 9 / 19 Dates: 9 / 20 / 90 to 7 / 14 / 22 to 11 / 8 Dates: / /. to You may attach additional sheet(s) if needed. addresses: Address' 1246 Martin Road City, State, Zip:.._ Waterloo, IA 50701 / 19 Address: 531 Commercial St, Suite 800 City, State, Zip: Waterloo, IA 50701 Address: City, State, Zip: To be completed by non-resident 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 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: Cardinal Construction Signature: Date: 7/14/2022 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) 1 BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, Cardinal Construction. Inc. as Principal, and Merchants Bonding Company (Mutual) as Surety are held and firmly bound unto the City of Waterloo "OWNER." In the penal sum Five Percent (5%) of the Total Amount Bid Iowa, hereinafter called 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 July , 20 22 , for Hangar No. 4 Improvements (2022), Contract No. 3345, Waterloo, IA; IDOT CSVI Project No. 91220AL0200 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 12th day of July A.D. 2022 Ca d al C By IIPY [I # . t1f n truction, Inc. Principal (Seal) Merchants Bondi S B fety (Title) g C..tfil3any (Mutual) (Seal) wn a rAl torney-i n-fact BID BOND AECOM 60674611 IDOT CSVI 91220AL0200 CONTRACT NO. 3345 Hangar No. 4 Improvements (2022) BB -I of 1 MERCHANTS�+� BONDING COMPANY, POWER OF ATTORNEY Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., both being corporations of the State of Iowa (herein collectively called the "Companies") do hereby make, constitute and appoint, Individually, Anne Crowner; Ashlea McCaughey; Ben Williams; Brian M Delmerly; Cameron M Burt; Cindy Bennett; Craig E Hansen; D Gregory Stilts; Dione R Young; Donald E Appleby; Douglas Muth; Ginger Hoke; Grace Rasmussen; Greg Krier; Jay D Freiermulh; Jennifer Marino; Jessica Jean Rini; Jessie Allen; Joe Tiernan; John Cord; Mark R DeWitt; Mark Sweigart; Michelle R Gruis; Sarah C Brown; Seth D Rooker; Stacie Christensen; Stacy Venn; Tim McCulloh; Todd Bengford their true and lawful Attorney(s)-In-Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments 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. Thls Power -of -Attorney is granted and Is signed and sealed by facsimile under and by authority of the following By -Laws adopted by the Board of Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and amended August 14, 2015 and adopted by the Board of Directors of Merchants National Bonding, Inc., on October 16, 2015. "The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys -in -Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of Indemnity and other writings obligatory in the nature thereof." "The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manua ly fixed." In connection with obligations in favor of the Florida Department of Transportation only, it Is agreed that the power and aut hority hereby given to the Attorney -in -Fact includes any and all consents for the release of retained percentages and/or final est'mates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of Its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only, It Is agreed that the power and authority hereby given to the Attorney -In -Fact cannot be modified or revoked unless prior written personal notice of such Intent has been given to the Commissioner - Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation. In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 23rd day of June , 2022 PS0N:4 oo, hy.•ej.0 q�:o ). •et0P0yq�9y•• MERCHANTS BONDING MERCHANT NATIONAL BONDING, INC. act �`•• 2003 p • 1933 • e. By STATE OF IOWA O,Vr4••..,.. 0?.•• .11k$ • • • ,•• COUNTY OF DALLAS ss. �� On this 23rd day of June 2022 , before me appeared Larry Taylor, to me personally known, who belni3 by me, duly sworn did say that he Is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing Instrument are the Corporate Seals of the Companies; and that the said instrument was signed and sealed In behalf of the Companies by authority of their respective Boards of Directors. POLLY MASON Commission Number 750576 My Commission Expires January 07, 2023 2 President • InVI Notary Public (Expi ation of notary's commission does not invalidate this Instrument) I, William Warner, Jr., Secretary of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., do hereby certify that t e above and foregoing is a true and correct copy of the POWER -OF -ATTORNEY executed by said Companies, which is still in full force and of ect and has not been amended or revoked. In Witness Whereof, I have hereunto set my hand and affixed the aeaI of,the Companies on this 12111 day of July CC i •S ° 2003 , ezi • 6' 1933 • C Secretary iit titre ..,i:..• i.:..,, POA 0018 (1/20) 2022 .