HomeMy WebLinkAboutBaker Mechanical, Inc.Bid of Baker Mechanical, Inc
DBA Baker Group
1600 SE Corporate Woods Drive
Ankeny, IA
for Improve Terminal
Building (Upgrade
HVAC System Controls)
Waterloo, Iowa
FAA AIP 3-19-0094-054
(CARES DEV)
City Clerk
715 Mulberry Street
Waterloo, oA 50703
04r3A.
Bid Date: 04/13/2023
Bid Time: 1:00PM
Bid Security
Bid of Baker Mechanical, Inc
DBA Baker Group
1600 SE Corporate Woods Drive
Ankeny, IA
for Improve Terminal
Building (Upgrade
HVAC System Controls)
Waterloo, Iowa
FAA Al P 3-19-0094-054
(CARES DEV)
City Clerk
715 Mulberry Street
Waterloo, IA 50703
Bid Date: 04/13/2023
Bid Time: 1:00PM
Bid Proposal
Baker
GROUP
Baker
Expect the Best®
PROPOSAL FROM BAKER GROUP'S AUTOMATION BUSINESS UNIT:
FAA AIP 3-19-0094-054
PROJECT INFORMATION:
Waterloo Regional Airport
2790 Livingston Ln
Waterloo, Iowa 50703
DELIVERED ON:
April 13, 2023
Baker
*Rol 1P
Table of Contents
Baker Group
Colin Berryman
650 Capital Drive Sw, Suite 100
Cedar Rapids, Iowa 52404-8971
Phone: 319.640.3048
Fax: 515.266.1025
www.thebakergroup.com
Automation Proposal
CONTACT SUMMARY SHEET 4
SCOPE OF WORK 5
ASSUMPTIONS 5
Any Equipment Found Inoperable Will Be Handled As a Separate Billable Activity Outside of this Scope 5
Assumes Reuse of All Existing Control Valves and Damper Actuators - Excluded from this Scope 5
All Cabinet Unit Heaters, Unit Heaters, and Fan Coil Units are Stand Alone - Excluded from this Scope 5
INCLUSIONS 5
Includes Project Management & Project Coordination 5
Includes BAS Engineering - Submittals, As -Built, & Technical Reference Documentation 5
Includes DDC Programming, System Start-up, and Controls Checkout 5
Includes Conduits, Pathways, Cables, & Wires Installed Per Applicable Codes 5
Includes On -Site Owner Training 5
Includes Test and Balance Support 5
Includes Controls Demolition Work as Shown or Specified 5
Includes Personal Protective Equipment (PPE) Required for Safety Policies and Procedures 5
Includes Payment & Performance Bonds 5
Includes Bid Bonds 5
Includes One Year of Warranty on all Parts and Labor 5
Includes 3rd Party Commissioning Assistance 5
EXCLUSIONS 6
Excludes installation of Control Valves, Pipe Wells, Pressure Taps, or Flow Meters - Furnished by the
Mechanical 6
Excludes Motor Operated Dampers Associated with the Exhaust Fans & Other Packaged HVAC Equipment 6
Excludes Variable Frequency Drives Associated with the Packaged HVAC Equipment 6
Excludes Airflow Measuring Stations Associated with Packaged HVAC Equipment 6
Excludes Incidental Wiring for Pump Skid Packaged Equipment 6
Excludes Lighting Control System or Integration to Lighting Controls Furnished by Others 6
Excludes Gas, City Water, or Electrical Utility Meter(s) with Output Contacts to DDC System 6
Excludes Work associated with Fire & Fire -Smoke Dampers or Fire Alarm Interlock Wiring 6
Excludes Patching, Painting, or Access Panels - Furnished by the General Contractor 6
Excludes Measurement and Verification 6
Excludes any BIM Documentation or Coordination 6
Excludes Inter -Intranet Service 6
Excludes Permits, Fees, & Certificates 6
Excludes Sales Tax 6
Excludes Overtime Labor 6
BUILDING AUTOMATION SYSTEM PLATFORM 6
Page 2 of 11
1
Baker
GROUP
Baker Group
Colin Berryman
650 Capital Drive Sw, Suite 100
Cedar Rapids, Iowa 52404-8971
Phone: 319.640.3048
Fax: 515.266.1025
www.thebakergroup.com
Alerton - Compass 6
MODULAR HOT WATER BOILERS (B-1, B-2, B-3), PRIMARY PUMPS (HWP-3, 4 AND 5) & SECONDARY PUMPS (HWP- 1 &
HWP-2) 6
Excludes Any and All VFD's Associated with the Boiler Plant 6
Includes One (1) - Combination Outdoor Air Temperature & Humidity Sensor 6
Assumes Reuse of Existing Primary Supply, Secondary Supply and Return Sensors 7
Assumes Reuse of Existing Wet Differential Pressure Sensor for the Hot Water Loop 7
Assumes Reuse of Existing 3-Way Temperature Control Valve. Excludes Replacing Existing Valve Actuator 7
Assumes Reuse of Combustion Air Damper Actuator at the Existing Combustion Air Damper - Damper to be
Reused 7
Includes all DDC Relays, Current Transmitters and Safeties for the Hot Water Loop 7
Includes Alerton DDC (BACnet MSTP) Field Controller in a Temperature Control Panel Enclosure 7
includes Conduits, Pathways, Cables, & Wires Installed Per Applicable Codes 7
Includes incidental Wiring for the Boiler Package Hot Water Supply & Outdoor Air Temperature Sensors 7
AIR HANDLING UNITS 7
AHU-E1 Air Handling Unit - Constant Volume 7
AHU-1 Air Handling Unit - Variable Volume Serving VAV Boxes 7
AHU-2 Air Handling Unit - Variable Volume Serving VAV Boxes 7
AHU-3 Air Handling Unit - Variable Volume Serving VAV Boxes 7
AHU-E2 Air Handling Unit - Variable Volume Serving VAV Boxes 8
VAV BOXES 8
VAVs 1-1 thru 1-5 FPVAV Box with Hot Water Reheat Coil 8
VAVs 2-1 thru 2-5 and 2-7 thru 2-8 FPVAV Box with Hot Water Reheat Coil 8
VAV 2-6 Box with Hot Water Reheat Coil & Hot Water Perimeter Heat 8
VAVs 3-1 thru 3-9 FPVAV Box with Hot Water Reheat Coil 9
VAVs E2-1 thru E2-8 FPVAV Box with Hot Water Reheat Coil 9
CABINET UNIT HEATERS, UNIT HEATERS, AND FAN COIL UNITS 9
Exclude Any and All Work with these Stand Alone Units - per General Sequence of Operation Note 1 on M801.
9
COOLING PLANT - CHILLER (CH- 1), PRIMARY & SECONDARY CHW PUMPS 9
Assumes Reuse of All Existing Valves on the Chilled Water System 9
Assumes Reuse of Existing Chill Water Supply and Return Temperature Sensors for the Chilled Water Loop9
Includes all DDC Relays, Current Transmitters and Safeties for the Chilled Water Loop 9
Includes Alerton DDC (BACnet MSTP) Field Controller in a Temperature Control Panel Enclosure 9
Includes Conduits, Pathways, Cables, & Wires Installed Per Applicable Codes 9
POWER ROOF EXHAUST FAN - ECM MOTOR CONTROLLED FOR BUILDNG PRESSURE 9
Includes Control Relay & Current Transmitter Required for Control of the Exhaust Fan (Typical of 6) 9
Includes Conduits, Pathways, Cables, & Wires Installed Per Applicable Codes (Typical of 6) 9
PRICING SUMMARY* 10
Page 3 of 11
f
Baker
GROUP
Contact Summary Sheet
Baker Group
Colin Berryman
650 Capital Drive Sw, Suite 100
Cedar Rapids, Iowa 52404-8971
Phone: 319.640.3048
Fax: 515.266.1025
www.thebakergroup.com
Proposal
#:
04.13.23-1
CTB
Date:
April
13,
2023
Baker
Group
Contact
Information
Sales
Manager:
Executive
/
Project
Colin
Berryman
Baker
Group
Location:
650
Cedar
Iowa
Capital
52404
Rapids,
Drive
SW
Telephone:
319.640.3048
Fax:
515.266.1025
Email
Address:
berrymanc@thebakergroup.com
Customer
Contact
Information
Customer:
City
of Waterloo
Customer
Contact:
Customer
Location:
Waterloo,
Iowa
50703
Customer
Email
Address:
Page 4 of 11
Baker
GROUP
April 13, 2023
Revision: I
To: City of Waterloo
Attn:
Project: FAA AIP 3- 19-0094-054
RE: DDC Controls for HVAC Equipment
Baker Group
Colin Berryman
650 Capital Drive Sw, Suite 100
Cedar Rapids, Iowa 52404-8971
Phone: 319.640.3048
Fax: 515.266.1025
www.thebakergroup.com
Scope of Work
Baker Group Automation is pleased to offer this proposal to furnish a Building Automation System with
distributed DDC field controllers operating on the Alerton Compass Platform for the FAA AIP 3-19-
0094-054 project. This budget is based on I 00% CD Set Drawings and Specifications (dated
01/25/2023). Baker Group Controls acknowledges adherence to Addendums 01. Please accept this
proposal as detailed below.
Assumptions
Any Equipment Found Inoperable Will Be Handled As a Separate Billable Activity Outside of this Scope.
Prior to commencement of work at each system Baker Group will provide the owner with a list of
found defective equipment.
Assumes Reuse of All Existing Control Valves and Damper Actuators - Excluded from this Scope
All Cabinet Unit Heaters, Unit Heaters, and Fan Coil Units are Stand Alone - Excluded from this Scope
Inclusions
Includes Project Management & Project Coordination
Includes BAS Engineering - Submittals, As -Built, & Technical Reference Documentation
Includes DDC Programming, System Start-up, and Controls Checkout
Includes Conduits, Pathways, Cables, & Wires Installed Per Applicable Codes
Includes On -Site Owner Training
Includes Test and Balance Support
Includes Controls Demolition Work as Shown or Specified
Includes Personal Protective Equipment (PPE) Required for Safety Policies and Procedures
Includes Payment & Performance Bonds
Includes Bid Bonds
Includes One Year of Warranty on all Parts and Labor
Includes 3rd Party Commissioning Assistance
Page 5 of 11
Saker
GROUP
Exclusions
Baker Group
Colin Berryman
650 Capital Drive Sw, Suite 100
Cedar Rapids, Iowa 52404-8971
Phone: 319.640.3048
Fax: 515.266.1025
www.thebakergroup.com
Excludes work on AH U-E I (Not in Contract per M- I 0 I) and VAV-E2-8 (Not in contract per M- 103)
Excludes Installation of Control Valves, Pipe Wells, Pressure Taps, or Flow Meters - Furnished by the
Mechanical
Excludes Motor Operated Dampers Associated with the Exhaust Fans & Other Packaged HVAC
Equipment
Excludes Variable Frequency Drives Associated with the Packaged HVAC Equipment
Excludes Airflow Measuring Stations Associated with Packaged HVAC Equipment
Excludes Incidental Wiring for Pump Skid Packaged Equipment
Excludes Lighting Control System or Integration to Lighting Controls Furnished by Others
Excludes Gas, City Water, or Electrical Utility Meter(s) with Output Contacts to DDC System
Excludes Worlc associated with Fire & Fire -Smoke Dampers or Fire Alarm Interlock Wiring
Excludes Patching, Painting, or Access Panels - Furnished by the General Contractor
Excludes Measurement and Verification
Excludes any BIM Documentation or Coordination
Excludes Inter -Intranet Service
Excludes Permits, Fees, & Certificates
Excludes Sales Tax
Excludes Overtime Labor
Building Automation System Platform
Alerton - Compass
• Includes One (I) - OnLogic (ML 100G) Fanless Industrial PC
• Includes Head End Software, Programming Tools, and Licenses
• Includes One (I) - Phoenix Contact (FL 1005N-1085039) Ethernet Switch
• Includes One (I) - Wiegmann (I 6x24x6) Enlcousre with Backplane, Terminals, Panduit, Xfmr
• Includes One (I) Network Area Controller in a Control Panel with UPS Backup
• Includes integration/updating of existing BAS.
Modular Hot Water Boilers (B-1, B-2, B-3), Primary Pumps (HWP-3, 4 and 5) & Secondary
Pumps (HWP- I & HWP-2)
Excludes Any and All VFD's Associated with the Boiler Plant
Includes One (I) - Combination Outdoor Air Temperature & Humidity Sensor
Page 6 of 11
Baker
GROUP
Baker Group
Colin Berryman
650 Capital Drive SW, Suite 100
Cedar Rapids, Iowa 52404-8971
Phone: 319.640.3048
Fax: 515.266.1025
www.thebakergroup.com
Assumes Reuse of Existing Primary Supply, Secondary Supply and Return Sensors
Assumes Reuse of Existing Wet Differential Pressure Sensor for the Hot Water Loop
Assumes Reuse of Existing 3-Way Temperature Control Valve. Excludes Replacing Existing Valve
Actuator -
Assumes Reuse of Combustion Air Damper Actuator at the Existing Combustion Air Damper - Damper
to be Reused
Includes all DDC Relays, Current Transmitters and Safeties for the Hot Water Loop
Includes Alerton DDC (BACnet MSTP) Field Controller in a Temperature Control Panel Enclosure
Includes Conduits, Pathways, Cables, & Wires Installed Per Applicable Codes
Includes Incidental Wiring for the Boiler Package Hot Water Supply & Outdoor Air Temperature
Sensors
Air Handling Units
AHU-El Air Handling Unit - Constant Volume
• Exclude Any and All Work with AHU-E I - per Note in Contract listing on M 101
AHU-I Air Handling Unit - Variable Volume Serving VAV Boxes
• Assumes Reuse of Existing Heating Coil Control Valve. Excludes Replacing Existing Valve
Actuator
• Assumes Reuse of Existing Cooling Coil Control Valve. Excludes Replacing Existing Valve
Actuator
• Assumes Reuse of Actuators for the Mixing Box Section Damper Control. Excludes Replaceing
Existing Damper Actuator
• Includes all DDC Field Sensors and Safeties with Programming per the Points List
• Includes All Control Relays & Current Transmitters Required for Control of the Fan System
• Includes Alerton - BACnet MSTP Field Controller in a Temperature Control Panel Enclosure
• Includes all Conduits, Support Systems, Cables, and Wires Installed Per Code
AHU-2 Air Handling Unit - Variable Volume Serving VAV Boxes
• Assumes Reuse of Existing Heating Coil Control Valve
• Assumes Reuse of Existing Cooling Coil Control Valve
• Assumes Reuse of Actuators for the Mixing Box Section Damper Control
• Includes all DDC Field Sensors and Safeties with Programming per the Points List
• Includes All Control Relays & Current Transmitters Required for Control of the Fan System
• Includes Alerton - BACnet MSTP Field Controller in a Temperature Control Panel Enclosure
• Includes all Conduits, Support Systems, Cables, and Wires Installed Per Code
AHU-3 Air Handling Unit - Variable Volume Serving VAV Boxes
• Assumes Reuse of Existing Heating Coil Control Valve
• Assumes Reuse of Existing Cooling Coil Control Valve
• Assumes Reuse of Actuators for the Mixing Box Section Damper Control
Page 7 of 1 l
Baker
GROUP
Baker Group
Colin Berryman
650 Capital Drive Sw, Suite 100
Cedar Rapids, Iowa 52404-8971
Phone: 319.640.3048
Fax: 515.266.1025
www.thebakergroup.com
• Includes all DDC Field Sensors and Safeties with Programming per the Points List
• Includes One (I) - Temperature Sensor with Well for the Htg Coil - Well Installed by the
Mechanical
• Includes All Control Relays & Current Transmitters Required for Control of the Fan System
• Includes Alerton - BACnet MSTP Field Controller in a Temperature Control Panel Enclosure
• Includes all Conduits, Support Systems, Cables, and Wires Installed Per Code
AHU-E2 Air Handling Unit - Variable Volume Serving VAV Boxes
• Assumes Reuse of Existing Heating Coil Control Valve
• Assumes Reuse of Existing Cooling Coil Control Valve
• Assumes Reuse of Actuators for the Mixing Box Section Damper Control
• Includes all DDC Field Sensors and Safeties with Programming per the Points List
• Includes All Control Relays & Current Transmitters Required for Control of the Fan System
• Includes Alerton - BACnet MSTP Field Controller in a Temperature Control Panel Enclosure
• Includes all Conduits, Support Systems, Cables, and Wires Installed Per Code
VAV Boxes
VAVs 1-1 thru I -5 FPVAV Box with Hot Water Reheat Coil
• Assumes 24V Power Is Available at the VAV box
• Assumes Reuse of Existing Damper Actuator
• Assumes Reuse of Existing Hot Water Reheat Coil Control Valve
• Includes Microset 4 Room Temperature Sensor (Typical of 5)
• Includes Discharge Air Temperature Sensor (Typical of 5)
• Includes Alerton VAV-SD- VAV Box Controller w-Integral Airflow Transmitter (Typical of 5)
• Includes all Conduits, Support Systems, Cables, and Wires Installed Per Code (Typical of 5)
VAVs 2-1 thru 2-7 FPVAV Box with Hot Water Reheat Coil
• Assumes 24V Power Is Available at the VAV box
• Assumes Reuse of Existing Damper Actuator
• Assumes Reuse of Existing Hot Water Reheat Coil Control Valve
• Includes Microset 4 Room Temperature Sensor (Typical of 6)
• Includes Discharge Air Temperature Sensor (Typical of 7)
• Includes Alerton VAV-SD- VAV Box Controller w-Integral Airflow Transmitter (Typical of 7)
• Includes all Conduits, Support Systems, Cables, and Wires Installed Per Code (Typical of 7)
VAV 2-6 Box with Hot Water Reheat Coil & Hot Water Perimeter Heat
• Assumes 24V Power Is Available at the VAV box
• Assumes Reuse of Existing Damper Actuator
• Assumes Reuse of Existing Hot Water Reheat Coil Control Valve
• Assumes Reuse of Existing Hot Water FinTube Heat Control Valve
• Includes Microset 4 Room Temperature Sensor
• Includes Discharge Air Temperature Sensor
• Includes Alerton VAV-SD2A - VAV Box Controller w-Integral Airflow Transmitter
Page 8 of 11
Bake;
GROUP
Baker Group
Colin Berryman
650 Capital Drive Sw, Suite 100
Cedar Rapids, Iowa 52404-8971
Phone: 319.640.3048
Fax: 515.266.1025
www.thebakergroup.com
• Includes all Conduits, Support Systems, Cables, and Wires Installed Per Code
VAVs 3-1 thru 3-9 FPVAV Box with Hot Water Reheat Coil
• Assumes 24V Power Is Available at the VAV box
• Assumes Reuse of Existing Damper Actuator
• Assumes Reuse of Existing Hot Water Reheat Coil Control Valve
• Includes Microset 4 Room Temperature Sensor (Typical of 9)
• Includes Discharge Air Temperature Sensor (Typical of 9)
• Includes Alerton VAV-SD- VAV Box Controller w-Integral Airflow Transmitter (Typical of 9)
• Includes all Conduits, Support Systems, Cables, and Wires Installed Per Code (Typical of 9)
VAVs E2- I thru E2-8 FPVAV Box with Hot Water Reheat Coil
• Assumes 24V Power Is Available at the VAV box
• Assumes Reuse of Existing Damper Actuator
• Assumes Reuse of Existing Hot Water Reheat Coil Control Valve
• Includes Microset 4 Room Temperature Sensor (Typical of 8)
• Includes Discharge Air Temperature Sensor (Typical of 8)
• Includes Alerton VAV-SD- VAV Box Controller w-Integral Airflow Transmitter (Typical of 8)
• Includes all Conduits, Support Systems, Cables, and Wires Installed Per Code (Typical of 8)
Cabinet Unit Heaters, Unit Heaters, and Fan Coil Units
Exclude Any and All Work with these Stand Alone Units - per General Sequence of Operation Note
on M801.
Cooling Plant - Chiller (CH-1), Primary & Secondary CHW Pumps
Assumes Reuse of All Existing Valves on the Chilled Water System
Assumes Reuse of Existing Chill Water Supply and Return Temperature Sensors for the Chilled Water
Loop
Includes all DDC Relays, Current Transmitters and Safeties for the Chilled Water Loop
Includes Alerton DDC (BACnet MSTP) Field Controller in a Temperature Control Panel Enclosure
Includes Conduits, Pathways, Cables, & Wires Installed Per Applicable Codes
Power Roof Exhaust Fan - ECM Motor Controlled for Buildng Pressure
Includes Control Relay & Current Transmitter Required for Control of the Exhaust Fan (Typical of 6)
Includes Conduits, Pathways, Cables, & Wires Installed Per Applicable Codes (Typical of 6)
Page 9 of 11
rz
s' d
Saker
GROUP
Baker Group
Colin Berryman
650 Capital Drive Sw, Suite 100
Cedar Rapids, Iowa 52404-8971
Phone: 319.640.3048
Fax: 515.266.1025
www.thebakergroup.com
Pricing Summary:
Due to the current market volatility on material pricing this quote is valid for 10 days.
Due to high demand and supply chain volatility all proposals are subject to availability at the time of order. The delivery date
we offer may also have to change. We will do our best to communicate in advance as soon as new information is known.
Upgrade the existing HVAC DDC System: $233,966
Apply HVAC DDC Modes Schedules to System: $5,000
Pricing Summary for the Scope outlined above: $238,966
(Proposal is valid for 10 days from the delivery date of April 13, 2023)
Signature Page:
Proposed by:
Baker Group
Accepted by:
Company Company
Colin Berryman
Name Name (Printed)
Project Manager - Automation
Title Signature
April 13, 2023
Date Title
Purchase Order Number
Date
Page 10 of 11
I • ,
Bakfri
er
GROUP
PROJECT TERMS AND CONDITIONS
GENERAL
Baker Group
Colin Berryman
650 Capital Drive Sw, Suite 100
Cedar Rapids, Iowa 52404-8971
Phone: 319.640.3048
Fax: 515.266.1025
www.thebakergroup.com
1. Baker Group agrees to perform all work in a careful and workman -like manner and to furnish only materials of
good quality.
2. The customer will provide reasonable access to all areas and equipment, and will allow Baker Group to stop and
start equipment as may be necessary to fulfill the terms of the project.
3. All work will be performed during normal working hours, 8:00 AM to 4:30 PM, Monday through Friday.
4. The customer will promptly pay invoices upon receipt. Should a payment become thirty (30) days or more
delinquent, Baker Group may stop all work under this project without notice and/or cancel this project, and the
entire project amount shall become due and payable immediately upon demand.
5. In addition to any price specified on the face hereof, the customer shall pay and be responsible for the gross
amount of any present or future sales, use, excise, value-added, or other similar tax, however designated,
applicable to the price sale or delivery or any products, services or the work furnished hereunder or for their use
by Baker Group on behalf of the customer whether such tax shall be local, state, or federal in nature.
6. In the event Baker Group must commence legal action in order to recover any amount payable under this
Agreement, the customer shall pay Baker Group all court costs and attorney's fees incurred by Baker Group.
7. Any legal action relating to this agreement, or the breach thereof, shall be commenced within one (1) year from
the date of the work.
8. This Proposal valid for a period of 10 days after issuance.
9. Any balance unpaid for 30 days shall bear a FINANCE CHARGE computed by a "periodic rate" of 1.5% per month,
which is an ANNUAL PERCENTAGE OF 18%.
10. To pay with MasterCard or Visa, please visit www.thebakergroup.com and click on the Zink "Invoice Payment near
the bottom of the webpage. There is a 3% convenience fee for payment on line using a credit card. Remittance
using E-check on line with no fee is available.
LIMITATIONS OF LIABILITY AND INDEMNITIES
1. Baker Group will not be liable for damage or loss caused by delay in installation or interrupted service due to fire,
flood, corrosive substance in the air, stake lockout, dispute with workmen, inability to obtain material or services,
commotion, war, act of God, or any other cause beyond Baker Group's reasonable control.
2. Adding, removing or making changes to your electrical power distribution system may affect your NFPA 70, 70B
or 70E Electrical Arc Flash ratings. Unless specifically stated, our scope does not include creating or updating the
code required power study for your facility.
3. In no event, whether as a result of breach of contract, or any tort including negligence or otherwise shall Baker
Group or its suppliers, employees or agents be liable for any special, consequential, incidental, or penal damage
including, but not limited to Toss of profit or revenues, loss of use of any products, machinery, equipment, damage
to associated equipment, cost of capital, cost of substitute products, facilities, services or replacement power,
down time costs, lost profits, or claims of Buyer's customers for such damages.
4. No other warranty expressed or other liability is given and no other affirmation of Baker Group, by word or action,
shall constitute a warranty. This warranty is expressly in lieu of any other express or implied warranty including
any implied warranty of merchantability of fitness, and any other obligation on the part of Baker Group.
5. Baker Group warrants materials only to the extent and for the time period said materials are warranted to Baker
Group by the manufacturer(s) of the same Baker Group's liability, if any, upon any warranty, either expressed or
implied, shall be limited to replacement of defective materials and correction of faulty workmanship which is in
violation of local, state, or federal building codes at the time of performance of the work by Baker Group.
Page 11 of 11
PROPOSAL FORM
FOR
IMPROVE TERMINAL BUILDING
(Upgrade HVAC System Control)
FAA AIP 3-19-0094-054 (CARES DEV)
AT THE
WATERLOO REGIONAL AIRPORT
WATERLOO, IOWA
Waterloo Regional Airport
2790 Livingston Lane
Waterloo, IA 50703
Gentlemen:
1. The undersigned, being a Corporation existing under the laws of the State of Iowa , a Partnership consisting
of the following pattners: Baker Mechanical, Inc DBA Baker Group , 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, mates ials, machinery, tools, appurtenances, equipment, and services,
including utility and transportation services required to construct and complete this Improve Terminal Building
(Upgrade HVAC System Controls) - FAA AIP 3-19-0094-054 (CARES DEV), all in accordance with the above -
listed documents and for the unit prices for work in place for the following items and quantities:
2. The extent of the work involved is as follows.
The FAA 3-19-0094-054 (CARES DEV) Improve Terminal Building (Upgrade HVAC System Controls)
project which consists of the replacement of the existing Heating, Air Conditioning and Ventilation (HVAC)
control system within the Waterloo Airport (ALO) terminal building.
The existing HVAC Direct Digital Controls (DDC) is no longer compatible with current electronic controls. This
project upgrades the existing HVAC DDC head -end equipment, replaces non-functioning portions of the HVAC
control system, provides freeze protection for the Air Handling Unit's (AHU) hot water coils, and rebalances the
system to ensure proper operation and control. This upgraded head -end equipment will be installed on a
networked computer that will allow remote monitoring and control of the HVAC system.
3. The undersigned, in compliance with your Invitation for Bids dated 4/13/2023 , hereby proposes to do
the work called for in said Contract and Specifications and shown on said Plans and Addendum Nos.
1 and to furnish all materials, tools, labor and all appliances and appurtenances necessary for
the said work at the following rates and prices:
FAA AIP 3-19-0094-054 (CARES DEV)
P-1 Improve Terminal Building - HVAC
Proposal Form Waterloo Regional Airport - 60675091
ITEMIZED PROPOSAL
WATERLOO REGIONAL AIRPORT
WATERLOO, IOWA
PROJECT: • IMPROVE TERMINAL BUILDING
(Upgrade HVAC System Controls)
FAA AIP PROJECT NO. 3-19-0094-054 (CARES DEV)
ITEM
NO.
DESCRIPTION
UNIT
ESTIMATED
QUANTITY
UNIT
PRICE
BID
TOTAL
PRICE
BID
BASE
BID
1
UPGRADE
SYSTEM
THE
EXISTING
HVAC
DDC
LS
1
$
$
•
1T
2
APPLY
SCHEDULES
HVAC
TO
DDC
SYSTEM1/4
MODES
LS
I
$
$ S,�.x
TOTAL
BASE
BID
$
gs•ce,9
goo
4. It is the Airport's intention to evaluate bids reviewing both the Total. The Airport reserves the right to
award the contract based on the Total Bid.
5. The undersigned understands that the above quantities of work to be done are approximate only and are
intended principally to serve as a guide in evaluating the bids. All quantities are subject to increase or
decrease and are to be performed at the unit prices stipulated herein.
6. It is understood that the schedule of minimum wage rates, as established by the Secretary of Labor and
Included in the Specifications, are to govern on this project, and the undersigned certifies that he has
examined this schedule of wage rates and that the prices bid are based on such established wage rates.
7. The bidder shall make good faith efforts, as defined in Appendix A of 49 CFR Part 26, Regulations of the
Office of the Secretary of Transportation, to subcontract zero (0%) percent of the dollar value of the prime
contract to small business concerns owned and controlled by socially and economically disadvantaged
individuals (DBE). Individuals who are rebuttably presumed to be socially and economically
disadvantaged include women, Blacks, Hispanics, Native Americans, Asian -Pacific Americans, and Asian -
Indian Americans. The apparent successful competitor will be required to submit information concerning
the DBE's that will participate in the contract. The information will include the name and address of each
DBE, a description of the work to be performed by each named firm, and the dollar value of the contract.
If the bidder fails to achieve the contract goal stated herein, it will be required to provide documentation
demonstrating that it made good faith efforts in attempting to do so. In the event that the apparent
successful competitor for this solicitation qualified as a DBE, the contract goal shall be deemed to have
been met. A bid that fails to meet these requirements will be considered nonresponsive.
8. The undersigned certifies that he does not maintain or provide for his employees any segregated facilities at
any of his establishments, and that he does not permit his employees to perform their services at any
location, under his control, where segregated facilities are maintained. The undersigned certifies further
that he will not maintain or provide for his employees any segregated facilities at any of his establishments,
and that he will not permit his employees to perform their services at any location, under his control, where
segregated facilities are maintained. The undersigned agrees that a breach of this certification is a violation
of the equal opportunity clause in this contract. As used in this certification, the term "segregated facilities"
means any waiting rooms, work areas, restrooms and washrooms, restaurants and other eating areas,
timeclocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or
entertainment areas, transportation, and housing facilities provided for employees which are segregated by
explicit directive or are in fact segregated on the basis of race, color, religion, or national origin, because of
habit, local custom, or any other reason. The undersigned agrees that (except where he has obtained
identical certifications from proposed subcontractors for specific time periods) he will obtain identical
certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are
not exempt from the provisions of the equal opportunity clause, and that he will retain such certifications in
his files.
FAA AIP 3-19-0094-054 (CARES DEV)
P-2 Improve Terminal Building - HVAC
Proposal Form Waterloo Regional Airport - 60675091
9. The undersigned agrees, upon written notice of the acceptance of this bid, within ninety (90) days after the
opening of the bids, that he will execute the Contract in accordance with the bid as accepted and give
Contract (Performance and Payment) bond on attached forms within fifteen (15) days after the prescribed
forms are presented for signature.
10. The undersigned understands, award of contract is contingent upon receipt of project funding from the
Federal Aviation Administration. If funding is not received, bid bonds will be returned to all bidders and
the project will be postponed.
11. The undersigned further agrees that if awarded the Contract, he will commence the work within ten (10)
calendar days after the receipt of a "Notice to Proceed" and that he will substantially complete all work
according to the terms of the entire contract within ninety (180) calendar days from the date established in
the Notice to Proceed. An extension of time may be allowed when extra or additional work is ordered by
the Engineer.
12. The undersigned agrees that within 30 days after award of this contract, the Contractor/Subcontractor shall
file a compliance report (Standard Form 100) if s/he has not submitted a complete compliance report within
12 months proceeding the date of award. This report is required if the Contractor/Subcontractor meets all
of the following conditions:
a. Contractors/Subcontractors are not exempt based on 41 CFR 60-1,5.
b. Has 50 or more employees.
c. Is a prime contractor or first tier subcontractor.
d. There is a contract, subcontract, or purchase order amounting to $50,000 or more.
13. To satisfy Clear Air and Water Pollution Control Requirements on all Construction Contracts and
Subcontracts exceeding $100,000.00 Contractors and Subcontractors agree:
a. That any facility to be used in the performance of the Contract or to benefit from the Contract is not
listed on the Environmental Protection Agency (EPA) List of Violating Facilities.
b. To comply with all the requirements of Section 306 of the Clean Air Act (42 USC 1857(h)), and
Section 508 of the Clean Water Act (33 USC 1368), Executive Order 11738, and Environmental
Protection Regulations (40 CFR Part (15)).
c. That as a condition for award of a Contract he shall notify the awarding official of the receipt of any
communication from EPA indicating that a facility to be utilized for performance of o1 benefit from the
Contract is under consideration to be listed on the EPA List of Violating Facilities.
d. To include or cause to be included in any Contract or Subcontract which exceeds $100,000.00 the
aforementioned criteria and requirements.
14. The contractor, by submission of this offer and/or execution of a contract, certifies that it:
a. is not owned or controlled by one or more citizens or nationals of a foreign country included in the list
of countries that discriminate against U.S. firms published by the Office of the United States trade
Representative (USTR).
b. has not knowingly entered into any contract or subcontract for this project with a contractor that is a
citizen or national of a foreign country on said list or is owned or controlled directly or indirectly by
one or more citizens or nationals of a foreign country on said list.
c. has not procured any product nor subconti acted for the supply of any product for use on the project
that is produced in a foreign county on said list.
FAA ALP 3-19-0094-054 (CARES DEV)
P-3 Improve Terminal Building - HVAC
Proposal Form Waterloo Regional Airport - 60675091
Unless the restrictions of this clause are waived by the Secretary of Transportation in accordance with
49 CFR 30.17, no contract shall be awarded to a contractor or subcontractor who is unable to certify to the
above. If the contractor knowingly procures or subcontracts for the supply of any product or service of a
foreign country on the said list for use on the project, the Federal Aviation Administration may direct,
through the sponsor, cancellation of the contract at no cost to the Government.
Further, the contractor agrees that, if awarded a contract resulting from this solicitation, it will incorporate
this provision for certification without modification in each contract and in all lower tier subcontracts. The
contractor may rely upon the certification of a prospective subcontractor unless it has knowledge that the
certification is erroneous.
The contractor shall provide immediate written notice to the sponsor if the contractor learns that its
certification or that of a subcontractor was erroneous when submitted or has become erroneous by reason of
changed circumstances. The subcontractor agrees to provide immediate written notice to the contractor, if
at any time it learns that its certification was erroneous by reason of' changed circumstances.
This certification is a material representation of fact upon which reliance was placed when making the
award. If it is later determined that the contractor or subcontractor knowingly rendered an erroneous
certification, the Federal Aviation Administration may direct, through the sponsor, cancellation of the
contract or subcontract for default at no cost to the Government.
Nothing contained in the foregoing shall be construed to require establishment of a system of records in
order to render, in good faith, the certification required by this provision. The knowledge and information
of a contractor is not required to exceed that which is normally possessed by a prudent person in the
ordinary course of business dealings.
This certification concerns a matter within the jurisdiction of an agency of' the United States of America
and the making of a false, fictitious, or fraudulent certification may render the maker subject to prosecution
under Title 18, United States Code, Section 1001.
15. The bidder/offeror certifies, by submission of this proposal or acceptance of this contract, that neither it nor
its principals are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily
excluded from participation in this transaction by any Federal department or agency. It further agrees by
submitting this proposal that it will include this clause without modification in all lower tier transactions,
solicitations, proposals, contracts, and subcontracts. Where the bidder/offer/contractor or any lower tier
participant is unable to certify this statement, it shall attach an explanation to this solicitation/proposal.
16. As evidence of good faith in submitting this Proposal, the undersigned encloses bid security in the amount
of five (5) percent of the bid which, in case he refuses or fails to accept an award and to enter into a
Contract and file the required bonds within the prescribed time, shall be forfeited to the Waterloo Regional
Airport as liquidated damages.
17. By entering into this contract, the contractor certifies that neither it (nor he or she) nor any person or firm
who has an interest in the contractor's firm is a person or firm ineligible to be awarded Government
contracts by virtue of section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1).
1 8. No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government
contract by virtue of section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1).
19. The undersigned hereby declares that the only par ties interested in this Proposal are named herein, that this
Proposal is made without collusion with any other person, firm, or corporation, that no member of the
Council, Waterloo Regional Airport or agent of the City of Waterloo, Iowa, is directly or indirectly
financially interested in this bid.
20. In submitting this bid, it is understood that the right to reject any and all bids has been reserved and that this
bid may not be withdrawn for a period of ninety (90) days from the opening thereof.
FAA AIP 3-19-0094-054 (CARES DEV)
P-4 Improve Terminal Building - HVAC
Proposal Form Waterloo Regional Airport - 60675091
21. Contractor certifies that all employees employed by Contractor or any subcontractor working on behalf of
the Contractor are in compliance with the Immigration Reform Control Act of 1986 CIRCA) and
indemnifies the Owner and holds harmless Owner for any violations of IRCA as a result of the Contractor's
employees or his subcontractor's employees working on behalf of the Contractor on the Owner's project.
22. The undersigned certifies, to the best of his or her knowledge and belief, that:
a. No Federal appropriated funds shall be paid, by or on behalf of the Contractor, to any person for
Influencing or attempting to influence an officer oI employee of any agency, a Member of Congress,
an officer or employee of Congress, or an employee of a member of Congress in Congress in
connection with the making of any Federal grant and the amendment or modification of any Federal
grant.
b. If any funds other than Federal appropriated funds have been paid or will be paid to any person for
influencing or attempting to influence an officer oI employee of any agency, a member of Congress, an
officer or employee of Congress, or an employee of a Member of Congress in connection with this
Federal grant, the Contractor shall complete and submit Standard Form-LLL, "Disclosure of Lobby
Activities", in accordance with its instructions.
c. The Undersigned shall require that the language of this certification be included in the award
documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants,
loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly.
This certification is a material representation of fact upon which reliance was placed when this transaction
was made or entered into. Submission of this certification is a prerequisite for making or entering into this
transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required
certification shall be subject to a civil penalty of not less than $10,000 and not more than $200,000 foi each
such failure.
23. BUY AMERICAN CERTIFICATE (Title 49 U.S.C. Chapter 501)
As a condition of bid responsiveness, the bidder must how it intend to comply with the Buy American
preferences established under Title 49 U.S.C. Section 50101. Bidder must complete the attached Buy
American certification. If the bidder requests a permissible waiver to the Buy America requirements, the
Bidder identified as with the successful bid must submit a formal waiver request and component cost
calculation within the prescribed time identified on the Buy America certification.
24. Drug Free Workplace, Act of 1988.
a. By submission of this offer, the offeror, if other than an individual, who is making an offer that equals
or exceeds $25,000, certifies and agrees that with respect to all employees of the offeror to be
employed under a contract resulting from this solicitation, it will --no later than 30 calendar days after
contract award (unless a longer period is agreed to in writing, for contracts of 30 calendar days or more
performance duration;) or as soon as possible for contracts of less than 30 calendar days perfonnance
duration, but in any case, by a date prior to when performance is expected to be completed--
(1)
Publish a statement notifying such employees that the unlawful manufacturer, distribution,
dispensing, possession, or use of a controlled substance is prohibited in the Contractor's
workplace and specifying the actions that will be taken against employees for violations of such
prohibition.
(2) Establish an on -going drug -free awareness program to inform such employees about --
(a) The dangers of drug abuse in the workplace.
(b) The Contractor's policy of maintaining a drug -free workplace.
(c) Any available drug counseling, rehabilitation, and employee assistance programs; and
(d) The penalties that may be imposed upon employees for drug abuse violations occulting in
the workplace.
FAA AIP 3-19-0094-054 (CARES DEV)
P-5 Improve Terminal Building - HVAC
Proposal Form Waterloo Regional Airport - 60675091
(3) Provide all employees engaged in performance of the contract with a copy of the statement
required by subparagraph a. (1) of this provision.
(4) Notify such employees in writing in the statement required by subparagraph a.(1) of this
provision that, as a condition of continued employment on the contract resulting from this
solicitation, the employee will --
(a) Abide by the terms of the statement; and
(b) Notify the employer in writing of the employee's conviction under a criminal drug statute
for a violation occurring in the workplace no later than 5 calendar days after such
conviction.
(5) Notify the Contracting Officer in writing within 10 calendar days after receiving notice under
subdivision a. (4) (b) of this provision, from an employee or otherwise receiving actual notice of
such conviction. The notice shall include the position title of the employee; and
(6) Within 30 calendar days after receiving notice under subdivision a (4)(b) of this provision of a
conviction, take one of the following actions with respect to any employee who is convicted of a
drug abuse violation occurring in the workplace.
(a) Take appropriate personnel action against such employee, up to and including termination;
or
(b) Require such employee to satisfactorily participate in a drug abuse assistance or
rehabilitation progiam approved foi such purposes by a Federal, State, or local health, law
enforcement, or other appropriate agency.
Make a good faith effort to maintain a drug -free workplace through implementation of
subparagraphs a. (1) through a. (6) of this provision.
b. By submission of its offer, the offeror, if an individual who is making an offer of any dollar value,
certifies and agrees that other offeror will not engage in the unlawful manufacture, distribution,
dispensing, possession, or use of a controlled substance in the performance of the contract resulting
from this solicitation.
(7)
c. Failure of the offeror to provide the certification required by paragraphs a. or b. of this provision,
renders the offeror unqualified and ineligible for award. [See FAR 9.104-1(g) and 19.602-la (2)(a)].
d. In addition to other remedies available to the Government, the certification in paragraphs a. or b. of
this provision concerns a matter within the jurisdiction of an agency of the United States and the
making of a false, fictitious, or fraudulent certification may render the maker subject to prosecution
under title 18, United States Code, Section 1001.
25. Attachment to This Bid. The following documents are attached to and made a part of this Bid:
a. Bid Guaranty in the form of Bid Bond
b. Non -Collusion Affidavit of Prime Bidder.
c. Statement of Intent — Non -Discrimination and Equal Opportunity Statement.
d. Buy American Certification Statement.
e. Bidder's Information Sheet.
f. Synopsis of Experience Record. (IDOT Certification may be substituted.)
g. Completed DBE forms "Utilization Statement" and "Letter of Intent."
FAA AIP 3-19-0094-054 (CARES DEV)
P-6 Improve Terminal Building - HVAC
Proposal Form Waterloo Regional Airport - 60675091
26. The Bidder shall indicate whether the bid is submitted by a/an:
❑ Individual, Sole Proprietorship
❑ Partnership
❑ Corporation
❑ Joint -venture: all parties must join -in and execute all documents
❑ Other
Respectfully submitted,
By
Title
1600 SE Corporate Woods Drive, Iowa
Address
50021
(Include Zip Code)
515.262.4000
Telephone No.
FAA AIP 3-19-0094-054 (CARES DEN) P-7 Improve Terminal Building - HVAC
Proposal Form Waterloo Regional Airport - 60675091
NON -COLLUSION AFFIDAVIT OF PRIME BIDDER
State of Iowa )
)ss
County of Polk )
Baker Mechanical, Inc DBA Baker Group
that:
(1) He isGf AIZY PRI0 Ev"A04-
7�
of
, being first duly sworn, deposes and says
(Owner, Partner, Officer, Representative, or Agent)
Baker Mechanical, Inc DBA Baker Group , 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 of 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 al d are not tain -d by any collusion,
conspiracy, connivance, or unlawful agreement on the pact of the Biddei or a / tf its agets, r; tlntatives, owners,
employees, or parties in interest, including this affiant.
(Signed
Title
Subscribed and sworn to before me
this day of Apr1.1 , 20 as
r
Title
1 'j.
My Commission Expires Sep >ep 47 it
, 20 pti
JESSICA PETERSON
rCommission Number 834473
My Commission Expires
September 17, 2024
FAA AIP 3-19-0094-054 (CARES DEV)
Proposal Form
P-9 Improve Terminal Building - HVAC
Waterloo Regional Airport - 60675091
STATEMENT OF INTENT
NONDISCRIMINATION
AND
EQUAL OPPORTUNITY STATEMENT
The Contractor does hereby certify to the Waterloo Regional Airport, that no person shall, in any way, be favored or
discriminated against because of his race, political or religious opinions and affiliations, national origins, sex, age,
sexual orientation, gender identity, disability, color, creed, marital status, employee union or association membership
or office herein.
If selected as the successful bidder, this contractor hereby agrees to file either a nondiscrimination and equal
opportunity statement and/or an Affirmative Action Program.
Improvements to the Waterloo Regional Airport consisting of
Improve Terminal Building
(Upgrade HVAC System Controls)
FAA AIP Project No. 3-19-0094-054 (CARES DEV)
Baker Mew = nical Inc DBA Baker Arvw
COMPANY
,tror
p,
AFFIRMATIVE ACTION OFFICER
ADDRESS OF THE AFFIRMATIVE ACTION OFFICER
1600 SE Corporate Woods Drive
Ankeny, IA 50021
PHONE NUMBER 515.262.4000
FAA AIP 3-19-0094-054 (CARES DEV)
P-11 Improve Terminal Building - HVAC
Proposal Form Waterloo Regional Airport - 60675091
BUY AMERICAN CERTIFICATION FORM FOR TOTAL FACILITY
(Building projects such as Terminal, SRE, ARFF, etc.)
As a matter of bid responsiveness, the Bidder or Offeror must complete, sign, date, and submit this
certification statement with their proposal. The Bidder or Offeror must indicate how they intend to comply
with 49 USC § 50101 by selecting one of the following certification statements These statements are
mutually exclusive. Bidder must select one or the other (i.e. not both) by inserting a checkmark (✓) or the
letter "X".
i:4
■
The Bidder or Offeror hereby certifies that it will comply with 49 USC. 50101 by:
a) Only installing steel and manufactured products produced in the United States, or;
b) Installing manufactured products for which the FAA has issued a waiver as indicated by
inclusion on the current FAA Nationwide Buy American Waivers Issued listing, or;
c) Installing products listed as an Excepted Article, Material or Supply in Federal Acquisition
Regulation Subpart 25.108.
By selecting this certification statement, the Bidder or Offeror agrees:
1. To provide to the Owner evidence that documents the source and origin of the steel and
manufactured product.
2. To faithfully comply with providing US domestic products.
3. To refrain from seeking a waiver request after establishment of the contract, unless extenuating
circumstances emerge that the FAA determines justified.
The Bidder or Offeror hereby certifies it cannot comply with the 100% Buy American Preferences of 49
USC § 50101(a) but may qualify for either a Type III or Type IV waiver under 49 USC § 50101(b). By
selecting this certification statement, the apparent Bidder or Offeror with the apparent low bid agrees:
1. To the submit to the Owner within 15 calendar days of the bid opening, a formal waiver request and
required documentation that support the type of waiver being requested.
2. That failure to submit the required documentation within the specified timeframe is cause for a non-
responsive determination may results in rejection of the proposal.
3. To faithfully comply with providing US domestic products at or above the approved US domestic
content percentage as approved by the FAA.
4. To furnish US domestic product for any waiver request that the FAA rejects.
5. To refrain from seeking a waiver request after establishment of the contract, unless extenuating
circumstances emerge that the FAA determines justified.
Required Documentation
Type III Waiver — The cost of components and subcomponents produced in the United States is more that
60% of the cost of all components and subcomponents of the "facility". The required documentation for a
Type III waiver is:
a) Listing of all manufactured products that are not comprised of 100% US domestic content (Excludes
products listed on the FM Nationwide Buy American Waivers Issued listing and products excluded
by Federal Acquisition Regulation Subpart 25.108; products of unknown origin must be considered
as non -domestic products in their entirety).
b) Cost of non -domestic components and subcomponents, excluding labor costs associated with final
assembly and installation at project location.
FAA AIP 3-19-0094-054 (CARES DEV) P-16 Improve Terminal Building - HVAC
Proposal Form Waterloo Regional Airport - 60675091
c) Percentage of non -domestic component and subcomponent cost as compared to total "facility"
component and subcomponent costs, excluding labor costs associated with final assembly and
installation at project location.
Type IV Waiver — Total cost of project using US domestic source product exceeds the total project cost
using non -domestic product by 25%. The required documentation for a Type IV of waiver is:
a) Detailed cost information for total project using US domestic product.
b) Detailed cost information for total project using non -domestic product.
False Statements: Per 49 USC § 47126, this certification concerns a matter within the jurisdiction of the
Federal Aviation Administration and the making of a false, fictitious or fraudulent certification may render the
maker subject to prosecution under Title 18, United States Code.
4/13/2023
DateBaker Mechanical, Inc DBA
Baker Group
ignature
( .7'(v!/er
Company Name Title
FAA AIP 3-19-0094-054 (CARES DEV)
P-17 Improve Terminal Building - HVAC
Proposal Form Waterloo Regional Airport - 60675091
BIDDER'S INFORMATION SHEET
A. BIDDER'S CAPACITY: (Check One)
1. Individual ❑
2. Co -Partnership 0
3. Corporation ED
B. (IF ITEM 2 IS CHECKED, COMPLETE THE FOLLOWING)
State of
Names and Addresses of Partners
1
2.
3.
4.
5.
C. (IF ITEM 3 IS CHECKED, COMPLETE THE FOLLOWING)
State of Incorporation Iowa
Names and Addresses of Officers:
President Doua Kumm
Secretary Cindi Summers
Treasurer Mark Zimmerman
FAA AIP 3-19-0094-054 (CARES DEV) P-12 Improve Terminal Building - HVAC
Proposal Form Waterloo Regional Airport - 60675091
SYNOPSIS OF EXPERIENCE RECORD
(This synopsis must accompany Proposal Form.)
Name of Bidder Baker Mechanical, Inc DBA Baker Group
Business Address 1600 SE Corporate Woods Drive, Ankeny, IA 50021
Individual i Partnership i Corporation p (Check One.)
Construction successfully completed within past five years similar in size, scope, and difficulty of construction to the
work bid upon.
Name of Owner
Name of
Project
Location of Amount of
Project Contract
1 BAE BAE Cedar Rapids, IA 28,000,000.00
2 REG Seneca - Upgrades
3 Facebook ATN3-F1 6
4 City of Altoona City Hall
5 Vermeer Corporation Dealer Services
Seneca, IL 16,700,000.00
Altoona, IA 13,700,000.00
Altoona, IA 555,760
Pella, IA 81,514
Number of Contract Days Actual Number of Days to
Allowed for Above Projects Complete above Project
1 12/2019 08/2020
2 10/2/2020
3 8/1/2018
4 11/2018
5 10/2022
6/13/2022
10/2019
10/2019
2/2022
(Signed) B. : Mechanical, Inc DB ker Grou
Er 4141
(By) . f _ — -
(TITLE) em
Date 4/13/2023
Name of Company
FAA AIP 3-19-0094-054 (CARES DEV) P-13 Improve Terminal Building - HVAC
Proposal Form Waterloo Regional Airport - 60675091
UTILIZATION STATEMENT
Disadvantage Business Enterprise
The undersigned bidder/offeror has satisfied the requirements of the bid specification in the following manner.
(Please mark the appropriate box)
The bidder/offeror is committed to a minimum of 0% DBE utilization on this
contract.
❑ The bidder/offeror, while unable to meet the DBE goal of %, hereby commits
to a minimum of % DBE utilization on this contract and also submits
documentation, as an attachment demonstrating good faith efforts (GFE).
The undersigned hereby further assures that the information included herein is true and correct, and that the DBE firm(s) listed herein have agreed to
perform a commercially useful function in the work items noted for each firm. The undersigned further understands that no changes to this statement
may be made without prior approval from the Civil Right Staff of the Federal Aviation Administration.
Ba -r Mechani; al, Inc DBA Baker Group
Bid
4/13/2023
Date
DBE UTILIZATION SUMMARY
Contract Amount
DBE Amount Contract Percentage
DBE Prime Contractor $ x 1.00 = S
DBE Subcontractor $ x 1.00 = $
DBE Supplier $ x 0.60 = S
DBE Manufacturer $ x 1.00 = S
Total Amount DBE $
DBE Goal
Note: If the total proposed DBE participation is less than the established DBE goal, Bidder must provide written documentation of the good
faith efforts as required by 49 CFR Part 26.
FAA AIP 3-19-0094-054 (CARES DEV)
Proposal Form
P-I4 Improve Terminal Building - HVAC
Waterloo Regional Airport - 60675091
LETTER OF INTENT
Disadvantage Business Enterprise
(This page shall be submitted for each DBE firm)
Bidder/Offer Name:Baker Mechanical, Inc DBA Baker Group
Address: 1600 SE Corporate Woods Drive
City: Ankeny State: IA Zip:50021
DBE Firm: DBE Firm: N/A
Address:
City: State: Zip:
DBE Contact Person:
Name: Phone: (
DBE Certifying Agency: Expiration Date:
Each DBE Firm shall submit evidence (such as a photocopy) of their certification status.
Classification:
•
■
Prime Contractor
Manufacturer
•
■
Subcontractor
Supplier
•
Joint Venture
to
Work
be
performed
DBE
item(s)
by
Description
of Work
Item
Quantity
Total
The bidder/offeror is committed to utilizing the above -named DBE firm for the work described above. The
estimated participation is as follows:
DBE contract amount:
Percent of total contract:
AFFIRMATION:
The above -named DBE firm affirms that it will perform the portion of the contract for the estimated dollar value as
stated above.
By:
(Title)
(Signature)
Note: In the event the bidder/offeror does not receive award of the prime contract, any and all representations in
this Letter of Intent and Affirmation shall be null and void.
FAA AIP 3-19-0094-054 (CARES DEV)
P-15 Improve Terminal Building - HVAC
Proposal Form Waterloo Regional Airport - 60675091
BID BOND
KNOW ALL MEN BY THESE PRESENTS, that we
Baker Mechanical, Inc. dba Baker Group as Principal,
and Liberty Mutual Insurance Company as Surety are held and firmly
bound unto the Waterloo Regional Airport, 2790 Livingston Lane, Waterloo, Iowa, hereinafter call "Owner", in the
penal sum of Five Percent of the Total Amount Bid 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 April 13
2023, for Improve Terminal Building (Upgrade HVAC System Conti ols) at the Waterloo Regional Airport,
Waterloo, Iowa, FAA AIP 3-19-0094-054 (CARES DEV).
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 10thday of April , A.D., 2023.
Principal aker Mechanical, Inc. dba Baker Group
By 1L c
(Title)
CVO
(Seal)
Sur Liberty utual Insurance Company
By
(Attorne Fact) Stacy Venn
(Seal)
FAA AIP 3-19-0094-054 (CARES DEV)
Proposal Form
P-8 Improve Terminal Building - HVAC
Waterloo Regional Airport - 60675091
Liberty
Mutual.
SURETY
This Power of Attomey limits the acts of those named herein, and they have no authonty to
bind the Company except in the manner and to the extent herein stated.
Liberty Mutual Insurance Company
The Ohio Casualty Insurance Company
West American Insurance Company
POWER OF ATTORNEY
KNOWN ALL PERSONS BY THESE PRESENTS: That The Oho Casualty Insurance Conparry is a corporation duly organized under the laws of the State of New Harrp d ire, that
Liberty Mlual Insurance Conpary is a corporation duly organized urxierthe laws of the State of Massachusetts, and West Anerican Insurance Corrpary is a corporation duty organized
under the Iavts of the State of Indiana (herein collectively called the 'Corrpar res ), pursuant to and by authority herein set forth does hereby name, constitute and appoint, A nne
Crowner, Brian M. Deimerly, Cindy Bennett, Craig E. Hansen, Dione R. Y oung, J ay D. Freierrnuth, Seth D. Rooker, Stacie Christensen, Stacy Venn, Tim McCulloh
Certificate No: 8205943-190056
all of the city of Waukee state of IA each individual& if there be more than one narred, its true and lawful attorney -in -fact to rake,
execute, seal, acknanledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertaldrgs, borxfs, recogrrzarces and other surety obligations, in pursuance
of these preserhts and shall be as bind% upon the Companies as if they have been duty signed by the president and attested by the secretary of the Companies in their °An proper
persons.
IN WITNESS WHEREOF, this Parer of Attorney has been sutrscnbed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed
thereto tixs 13th clay of July , 2021 .
By:
Liberty Mutual Insurance Company
The Olio Casualty Insurance Company
West American Insurance Corrpary
David M Carey, Assistant Secretary
State of PENNSYLVAMA
Caof MONTGOMERY SS
ou
On this 13th day of J my , 2021 before rre personally appeared David M Carey, who acknanledged himself to be the Assistant Secretary of Liberty Mutual Insurance
Company, The Ohio Casualty Corrpary, and West Anerican Insurance Company, and that he, as such being authorized so to do, execute the foregoing instrument for the purposes
therein contained by sigrirog on behalf of the corporations by himself as a duly authorized officer.
IN WITNESS WHEREOF, I have hereunto sWscnbed my name and affixed fry notarial seal at Kirg of Prussia, Pernsylvaria, on the day and year first above written
Commonwealth of Pennsylvania - Notary Seal
Teresa Pasteila, Notary Public
Montgomery County
My commission expires March 28, 2025
Commission number 1126044
Rv pv%
This Parer of Attorney is n-ade arxi executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mit al
Insurance Company, and West American Insurance Company which resolutions are ncN in foil force and effect reacting as fdlans:
ARTICLE IV " OFFICERS: Section 12. PanerofAttorney.
Ary officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President and subject to such linitation as the Chairman or the
President may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknoMedge and deliver as surety
ary and all urxiertakings, bonds, recogrizances and other surety obligators. Such attorneys -in -fact su Llect to the Imitations set forth in their respective pavers of attorney, shall
have full paver to bind the Corporation by their signature and execution of ary such instrurerhts and to attach thereto the seal of the Corporation When so executed such
inst urents shall be as birxirg as rf signed by the President and attested to by the Secretary. Ary parer or authority granted to any representative or attorney -in -fact under the
provisions of this article may be revoked at any time ty the Board, the Chalnhhan, the President or by the officer or officers granting such Former or authority.
ARTICLE XIII - Execution of Contracts: Section 5. Surety Borne and Undertakings.
Ary officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chain -run or the president may prescribe,
shall appoint such attorneys -in -fact as fray be necessary to act in behalf of the Corrpary to make, execute, seal, acknanledge and deliver as surety any and all undertakings,
bonds, recognzances and other surety obligations. Such attorneys -in -fact subject to the limitations set forth in their respective powers of attorney, shall have fill parer to bind the
Comparry by their signature and execution of any such instlurrents and to attach thereto the seal of the Company. When so executed such instnrrer>ts shall be as binding as if
signed by the president and attested by the secretary.
Certificate of Designation - The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M Carey, Assistant Secretary to appoint such attorneys -in -
fact as may be necessary to act on behalf of the Corrpany to make, execute, seal, acknowledge and deliver as surety any and all uhdertakargs, bonds, recogrizances and other surety
obligations.
Authorization - By unanirrous consent of the Companys Board of Directors, the Company consents that facsimile or mecharrcal& reproduced signatue of any assistant secretary of the
Company, wherever appearing upon a certified copy of any paver of attorney issued by the Company in connection wth surety bonds, shall be valid and Linc g upon the Corrpary with
the sarre force and effect as though manually affixed.
I, Renee C. Llewellyn the undersigned Assistant Secretary, The Ohio Casualty Insurance Corrpary, Liberty Mutual Insurance Compary, and West Arrerican Insurance Company do
hereby certify that the original paver of attorney of which the foregoing is a full, true and correct copy of the Parer of Attorney executed by said Cor pan es, is in fill force and effect and
has not been revoked
IN TESTINIDNY WHEREOF, I have hereunto set my hand and affixed tine seals of said Companies this 10th day of
By:
Teresa Pastella, Notary Public
Member, Pennsylvania Association of Notaries
By:
April 2023 •
Sece44,
Renee C. Llewellyn, Assistant Secretary
LMS-12873 LMIC OCIC WAIC Multi Co 0221