HomeMy WebLinkAboutLarson Consruction Co., Inc.From:
LARSON
CONSTRUCTION CO. INC.
PO Box 112 •600 17th Street S.E.
INDEPENDENCE, IA 50644
To:
Bid Proposal For:
Terminal Canopy Parking Structure
Waterloo Regional Airport
1
t
1
From:
CARBON
CONSTRUCTION CO. INC.
PO Box 112.600 17th Street S.E.
INDEPENDENCE, IA 50644
To:
Bid Security For:
Terminal Canopy Parking Structure
Waterloo Regional Airport
FORM OF BID OR PROPOSAL
Terminal Parking Canopy Structure
WATERLOO REGIONAL AIRPORT
In the City of Waterloo, Iowa
WAN PROJECT NO. 91220AL0400
CONTRACT NO. 0004232
Honorable Mayor and City Council
Waterloo, Iowa
Gentlemen:
1. The undersigned, being a Corporation existing under the laws of the State of Iowa , a Partnership
consisting of the following partners: Larson Construction Co., Inc. , 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 Terminal Parking Canopy
Structure, all in accordance with the above -listed documents and for the unit prices for work in place for the
following items and quantities:
Item
Ref.
Item
Unit
Estimated
Quantity
Unit
Price
Bid
Total
Bid
Price
1
Entrance
Canopy
LS
1
$ y50100C)
4 1150000
$ JInst
oo
O
2
Exit
Canopy
LS
1
$ 345
000`
3
Parking
Lot
Canopy
LS
1
$ 110
3100
0'
$ 11430
(cop
4
2"
Mill
and
Asphalt
Overlay
SF
10,780
$
5.
0
$ 5314/30
5
Airport
Branding,
Allowance
LS
1
$10,000.00
$10,000.00
TOTAL
BASE
BID
$ 21
•M?„,
cyo
—
ADD
ALTERNATE
NO.
1
1
Additional
Parking
Lot
Canopy
Module
LS
1
$
r°1t
,00
0
-
$ t g04
0
00
TOTAL
ADD
ALTERNATE
NO.
1
$ 1,10
1000
ADD
ALTERNATE
NO.
2
1
CCTV
Cameras
LS
1
$
5b�000-'
$ _ �S�00
0
"
TOTAL
ADD
ALTERNATE
NO.
2
$ 6 5/0
0
—
ADD
ALTERNATE
NO. 3
1
Translucent
Panels
in
Parking
Lot
Canopy
LS
1
$ °)4 ,
0
0
O
$ go
1060
TOTAL
ADD
ALTERNATE
NO.
3
$ Cy)
1600
ADD
ALTERNATE
NO.
4
1
Translucent
Canopy
Panels
in Additional
Parking
Lot
LS
1
$
4100
0
_
$ 0Q
•
000
—
TOTAL
ADD
ALTERNATE
NO.
4
$ 1, 006
r
2. It is the City's intention to evaluate bids reviewing both the Base Bid and Add Alternate Bids. The City
has limited funds available and will award only what fundmg allows. The City reserves the right to award
the contract based on the Base Bid only or the Base Bid plus any and all Add Alternate Bid Options.
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.
Contract No, CNTRT-000423
Form of Did
BF-1 of 2 Airline Terminal Parking Canopy Structure
waterloo Regional Airport — 60694338
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 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.
5. Security in the sum of 5%
Dollars ($ ) in the form of , is submitted herewith in
accordance with the INSTRUCTIONS TO BIDDERS.
6. Attached hereto is a Non -Collusion Affidavit of Pt -hue 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 financial 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 EOC, 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. 1 Date 9/15/2023
2 9/29/2023
3 10/3/2023
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 Ali 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 rig t• to select alternates, delete line items, and/or to reduce quantities prior to the
award of a contract/
ontract &a to b dgetary limitations.
Larson Cons ruction Inc. 10/5/2023
(Name of Biddr) (Date)
BY: Ed Larson Z /_ Title President
Official Address: (Including Zip Code):
600 17th St SE, PO Box 112, Independence IA 50644
I.R.S. No. 94-974-04
Contract No. CNTRT-000423 BF-2 of 2 Airline Terminal Parking Canopy Structure
Form of Bid Waterloo Regional Airport — 60694338
1
INFORMATION NEEDED
FOR
IOWA CONSTRUCTION SALES TAX EXEMPTION CERTIFICATE
CONTRACTORNAME: Larson Construction Co., Inc.
ADDRESS: 600 17th St SE1 PO Box 112, Independence IA 50644
(Check One PRIME
SUBCONTRACTOR
FEDERAL TD#: 42-1022004
x
PROJECT NAME: Terminal Canopy Parking Structure- Waterloo Regional Airport
PROJECT CONTRACT NO.: 000423
DESCRIPTION OF WORK:
❑ Brickwork
❑ Carpentry
O Concrete
0 Drywall -Plaster -Insulation
❑ Electrical
❑ Excavation/Grading
❑ Flooring
❑ Heavy Construction
O Heating -Ventilating -Air Cond.
Contract No. CNTRT-000423
Sales Tax Exemption
•
STB-1 of 1
O Landscaping
❑ Painting
❑ Paving
O Plumbing
O Roofing -Siding -Sheet Metal
❑ Windows
❑ Wrecking -Demolition
IX Other (Please specify)
General Contractor
Airline Terminal Parking Canopy Struchue
Waterloo Regional Airport — 60694338
ti
NON -COLLUSION AFFIDAVIT OF PRIME BIDDER
State of Iowa
Buchanan
County of
) ss
Ed Larson , being first duly sworn, deposes and says that:
1. He is (bwne)Partner. Officer, Representative, or Agent) , of Larson Construction Co.,
, 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 Biddet 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 subunit 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 mariner, 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 a are n'pt fainted 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 is afliant
(Signed) Ed Larson
President
Inc.
Title
Subscribed and sworn to before me this 5th day of' October , 2023.
,y6 Heather Robinson, Secretary is f
My commission expires 5/7/2025
Contract No. CNTRT-000423 NCA-1 of 2
Non -Collusion Affidavits
•
Title
zz,.a
I*AII t R I1ODINSON
COMMISSION NUMBER 746759'
MY t::CWi I I1ON E RJ S:
_aeziI
Airline Terminal Parking Canopy Structure
Waterloo Regional Airport — 60694338
NON -COLLUSION AFFIDAVIT OF SUBCONTRACTOR
State of )
) ss:
County of
being first duly sworn, deposes and says that:
1. He is
(Owner, Partner, Officer. Representative, or Agent) , of
hereinafter referred to as the
"Subcontractor;"
2. He is fully informed respecting the preparation and contents of the subcontractor's proposal submitted by
the subcontractor to . , contract pertaining
to the project in
(City or County and State)
3. Such subcontractor's proposal is genuine and is not a collusive or sham proposal;
4, Neither the subcontractor 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 proposal in connection
with such contract or to refrain from submitting a proposal in connection with such contract, or has in any
manner, directly or indirectly, sought by unlawful agreement or connivance with any other bidder, firm or
person to fix the price or prices in said subcontractor's proposal, or to fix any overhead, profit or cost
element of the price of prices in said subcontractor's proposal, or to secure through 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 subcontractor's proposal a f
collusion, conspiracy, connivance or unlawful agreemei ton
representatives, owners, employees, or parties in interes . incl
Subscribed and sworn to before me this
My commission expires
Contract No. CNTRT-000423
Non -Collusion Affidavits
�= 7eo)&f
(Signed)
and proper and are not tainted by any
part of the bidder or any of its agents,
s affiant.
Pa, C<IN-3--r
Title
day of al-ek v
, 2023,
ikaAev 41#,4, !Skirt
NCA-2 of 2
•
kok'^c,,., FIV•AT 1EIl ROBINSON
z *'s, `COMM K;SR:!N kIllMBER 743759
ietig!i MY GOitiMISSION EXPIRE. 40.1
Airline Terminal Parking Canopy Structure
Waterloo Regional Airport— 60694338
TARGETED SMALL BUSINESS (TSB)
CONTRACT PROVISION
1. TSB DEFDTITION
A TSB is a small business. as defined byIowa Code Section 15.102(10). which is 51% or mole owned. operated and actively
managed by one or mole women. minority persons. service -disabled veterans or person; with a disability provided the business
meet; all of the following requirements: is located in this state, is operated for profit and has an annual gross income of lei than 4
million doter; computed a; an average of the thee preceding fiscal years.
2. TSB REQUMEMECTS
In all State -assisted projects made available through the Iowa Department of Tranrporraaon_ local governments have certain
'affirmative action requirement to encourage and increase participation of disadvantaged individuals in business entaipn es. These
requirement are based on Iowa Code Secdon 19B.7. These recuirenrents supersede all existing TSB r eguiatiow,. order:, circulars
and adm+ni ;dative retiuii ement:.
TSB DIRECTORY iIFORMATIOY
Available from: Iowa Economic Development Authority Targeted
Small Business Cen ficatioa Progran 1963 Bell
Avenue Suite 200
Des Moines, Lk 50315 Phone:
(515-34S•615.9)
l ebsite: htrps:' iowaeconomicdeveloprnant comtb
4. THE CONTRACTOR'S TSB POLICY
The contractor is expected to promote patticipation of disadvantaged business enterprises a: supplier; roarufactures and
nubcontacrois though a continuous. positive. result -oriented program. Therefore, the contractors TSB policy shall be:
It is the policy of this firm that Targeted Small Business (TSB) concerns shall have the maximtun practical
opportunity to participate in contracts funded with State -assisted fins& which are adrninirrered by this fine (e..e.
suppliers. manufacturers and cubcoatracrors). The purpose of our policy is to encourage and increase the TSB
participation in cony acting opportunit e: made available by State -assisted program:
5. CONTRACTORS SHALL APPOINT AN EQUAL EMPLOTh ta T OPPORTUNITY (EEO) OFFICER
The contactor shall designate a responsible person to serve as TSB officer to fulfill the contractor: affirmative action
responsibilities. This person shall have the necessary statistic., funding, authority and responsibility to early out and enforce the
funs': EEO policy. The EEO officer shall be responsible for developing, managing and inrp:eventing the pro am on a day-to-day
basis. The officer shall alto:
A. For current TSB irfomratior., contact the Iowa Economic Development Authority (515-348-6159) to identify potential
material supplier:; manufacturer_ and coctitwrons.
Contract No. CNTRT-000423 TSB-1 of 4 Airline Terminal Parking Canopy Structure
Targeted Small Business Waterloo Regional Airport — 60694338
TSB Affirmative Action Recponoibil tec
B. Make ever; reasonable effort to involve TSB: by soliciting quotations from them and incoipommng them into the firm' s
bid.
C. Make every reasonable effort to e;rb?Lh systematic mitten and verbal contact with those TSBs having the material: or
exgerzse to perform the work to be subcontracted, at least two weeks prior to the tiny} quotations are submitted.
Nfaiztain complete records of negotiations efforts.
D. Provide or arrange for assistance to TSB's in seeking bon 'Ding, analyzing plans/specifications or other actions that can be
viewed as tochnical assistance.
E. Ensure the scheduled progress payments are made to TSBs as agreed is subcontract agreements
F. Require all subcontractor: and maretial suppliers to comply with all contract equal opportunity and affiruradve action
provisions.
6. COUN 1AG TSB: PARTICIPATION ON A PROJFC T
TSBs are to assume actual and contractual responsibilities for provision ofmaterialss'supplies. subcontracted work or other
commercially useful function.
A. The bidder may count:
1) Planned expenditure: for materials/supplies to be obtained from TSB supplier; and manufacturers: or
2) Work to be subcontracted to a TSB; or
3) Any other commercially useful fanction.
B. The contactor may count:
1) 1C0°o of an expenditure to a TSB nnrufacnaer that produces 'supplies good: manufactured from. raw materials
2) 6C''b of an expenditure to TSB suppliers that are not manufacturers: provided the suppliers perform a
commercially useful function in the supply process.
3) Only those expenditure; to TSB: that perform a commercially useful function in the work of a contract, inr'udine
those as a subcontractor.
4) Work the Contracting Authority has determined that it involve: a commercially- useful function. The TSB must
have a necessary and useful role in the transaction of a kind for which there is a market outside the context of the
TSB promam. For example, leasing equipment or purchasing. material, from prime contractor would not count.
7. REQUIRED DATA. DOCUMENTS AND CONTACT AWARD PROCEDURES FROM
BIDERS"CO:'.1 LCTORSFOR PROJECTS WM ASSIGNED GOALS
A. Bidders
Bidders who fail to demonstrate reasonable positive effort; may be declared ineligible to be awarded the contract.
Bidders shall complete the bidding documents plus a Separate form called -TSB Pre -Bid Contact Information". This
form include::
Contract No. CNTRT-000423 TSB-2 of 4 Airline Terminal Parking Canopy Structure
Targeted Small Business \Vaterloo Regional Airport — 60694338
1) Name(s) of the TSB(:) contacted regarding subcontracrable item;
2) Date of the contract.
3) Whether or not a TSB bid/quotation was received.
4) flrhsthar• or not the TSB's bid'quon don wa: used.
5) The dollar amount proposed to be subconn•acted.
B. Contractor; Using Quote: From TSB;
Use those TSB; whose quotes are listed in the "Quotation Used in Bid" column along with a "yes" indicated on the
The- BID Contract Information Form.
C. Contractor; NOT Using Quotes From TSB:
If there are no TSB: listed on the Pre -bid Contact Information Form then the contractor shall document al-' efforts
made to include TSB participation in this project by documenting the following:
1) What pre -solicitation or pre -bid meeting--cheduled by the contracting authority were attended?
2) Which general new: circulation. trade association: and"orminority-focused media were ad e tiled
conceminy thA subcontracting opponunider"r
3) 1.17ere written notices rent to TSB: that TSB; were being solicited and wa; sufficient time allowed for the
TSB: to paticipate effectively?
4) Were initial solicitation. of interested TSB; followed up?
5) Were TSB: provided with adequate information about the plans. specifications and requirement; of the
contract?
6) Were interested TSB: negotiated within good faith? If a TSB was rejected a: unqualified, was the
decision based on an investigation of their capabilities?
7) Were interested TSB; assisted in obtaining bonding. line: of credit or in:mance required by the
contractor?
8) Were service; used of minority community organization, minority contractors' groups: local State and
Federal minority business assistance office: or any other organization providing such assistance.
The above documentation;hall remain in the conu-actor's five: for a period of three (3) years after the completion of the
project and be available for ecm)vnation by the Iowa Economic Development Authority.
8. POSUIVE EFFORT DOCUZLI—ITATION WI-LNNO GOALS .ARE ASSINNGED
Contactors are also required to make positive efforts in utilizing TSB: on all State -assisted project: which are not assigned
goa; ;. Form 730007. "TSB Pre -bid C'ottact Information" is requhed to be submitted with bids on all projects. It there i; no
TSB participation, then the conn actor shall comply with section 7C of this document prior to the contract award. Form 730007
can be found here: httprfifonms.iowadot,aoz•iForuUi~,letlaternal'730C07.doc
Contract No. CNTRT-000423 TSB-3 of 4 Airline Terminal Parking Canopy Structure
Targeted Small Business Waterloo Regional Airport — 60694338
rt
ft
n
c
d
O
U
i
C
0
oc
i
J
`r_i
r,
Cr)
O
O
as
is
o r
0
a. U
L3
rid
�tI
Contract No. CNTRT-000423
4)
c
c
If a TSD squctc s :wed
G
DOLLAR AMT. PROPOSED
TO BE SU'Gtad'CNTRICTED
FE
2
0
v_:
z
0
t'
v,
a
I
o
z
WZ�z
QUOTES RECEIVED
DATES
CONTACTED
wG
0
a
z
Z
CONTACTED
CTED
9/20/2023
CO
N
0
cc
v)
F-�
X
X
It
C)
c
CD
ie improvemen-
El
0
0
b
Painting and
0
0
m
CC
TSB-4 of 4 Airline Terminal Parking Canopy Structure
Targeted Small Business Watcrloo Regional Airport — 60694338
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:
1. 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,
4. 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 m 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
Contract No. CNTRT-000423 EOC-1 of 2
Equal Opportunity Clause
Airline Terminal Parking Canopy.Structure
Waterloo Regional Airport — 606943384
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 c, mmitted to non-discrimination in
employment. Any person who apphes for employment with our'company will not be discriminated against
because of race, creed, color, sex, national origin, economic s5dtus, agmental or physical disabilities.
(Signed) Ed Larson
ppropriate Official)
President
(Title)
10/5/2023
(Date)
Contraot No. CNTRT 000423 EOC-2 of 2 Airline Terminal Parking Canopy.Structure
Equal Opportunity Clause Waterloo Regional Airport— 60694338ff
TITLE VI CIVIL RIGHTS
During the performance of this contract, the contractor (for itself), its assignees, and successors in interest (hereinafter
referred to as the "contractor") agrees as follows:
1. Compliance with Regulations: The contractor shall comply with the Regulations relative to non-
discrimination in Federally assisted programs of the DOT Title 49, Code of Federal Regulations, Part 21, as
they may be amended fiom time to time, (hereinafter referred to as the Regulations), which are herein
incorporated by reference and made a part of this contract.
2. Nondiscrimination: The contractor, with regard to the work performed by it during the contract, shall not
discriminate on the grounds of race, color, national origin, sex, age, or disability in the selection and retention
of subcontractors, including procurement of materials and leases of equipment. The contractor shall not
participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations,
including employment practices when the contract covers a program set forth in Appendix B of the
Regulations.
3. Solicitations for Subcontracts, Including Procurement of Materials and Equipment: In all solicitations either
by competitive bidding or negotiation made by the contractor for work to be performed under a subcontract,
including procurement of materials or leases of equipment, each potential subcontractor or supplier shall be
notified by the contractor of the contractor's obligations under this contract and the Regulations relative to
non-discrimination on the grounds of race, color, national origin, sex, age, or disability.
4. Information and Reports: The contractor shall provide all information and reports required by the
Regulations or directives issued pursuant there to, and shall allow access to its books, records, accounts, other
sources of information, and its facilities as may be determined by the Contracting Authority, the Iowa DOT,
or FHWA to be pertinent to ascertain compliance with such Regulations, orders and instructions. Where any
information required of a contractor is in the exclusive possession of another who fails or refuses to furnish
this information the contractor shall so certify to the Contracting Authority, the Iowa DOT, or the FITWA as
appropriate, and shall set forth what efforts it has made to obtain the information.
5. Sanctions for Noncompliance: In the event of the contractor's noncompliance with the nondiscrimination
provisions of this contract, the Contracting Authority, the Iowa DOT, or the FHWA shall impose such
contract sanctions as they may determine to be appropriate, including, but not limited to:
a. Withholding of payments to the contractor under the contract until the contractor complies, and/or
b. Cancellation, termination, or suspension of the contract, in whole or in. part.
6. Incorporation. of Provisions: The contractor shall include the provisions of paragraphs (1) through (6) in
every subcontract, including procurement of materials and leases of equipment, unless exempt by the
Regulations, or directives issued pursuant thereto. The contractor shall take such action with respect to any
subcontract or procurement as the Contracting Authority, the Iowa DOT, or the FHWA may direct as a means
of enforcing such provisions including sanctions for non-compliance: Provided, however, that, in the event
of a contractor becomes involved in, or it threatened with, litigation with a subcontractor or supplier as a
result of such direction, the contractor may request the Contracting Authority or the Iowa DOT to enter into
such litigation to protect the interests of the Contracting Authority or the Iowa DOT; and, in addition, the
contractor may request the United States to enter into such litigation to protect the interest of the United
States.
Contract No, CNTRT-000423 CR-1 of 1 Airline Terminal Parking Canopy Structure
Civil Rights Waterloo Regional Airport — 60694338
Bidder Status Form
To be completed by all bidders
Part A
Please answer "Yes" or "No° for each of the following:
X
d
I3
Yes El 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).
Yes ■ No My company has an office to transact business In Iowa.
Yes ■ No My company's office In Iowa is suitable for more than receiving mail, telephone calls, and a -mail.
Yes 0 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
•
Part B
My company has maintained offices in Iowa during the past 3 years at the following addresses:
Present
Dates: / / 1968 to / / Address' 600 17th St SE
City, State, Zip' Independence IA 50644
Dates: / / to / / Address'
City, State, Zip:
Dates: / / to / / Address:
You may attach additional sheet(s) if needed.
City, State, Zip:
To be completed by nonresident 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?
[l Yes ❑ No
3, If you answered "Yes" to question 2, Identify each preference offered by your company's home state or foreign country
and the appropriate legal citation.
You may attach additional sheet(s) if needed.
To be completed by all bidders
Part D
certify that the statements made an 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: Larson Construction Co.,nc.
Signature: Ed Larson, President
Date: 10/5/2023
You must submit the completed form to the governmental body requesting bids per 875 Iowa Administrative Code
Chapter 166. This form has been approved by the Iowa Labor Commissioner.
309-6C01 (00-15)
1
Worksheet: Authorization to Transact Business
This worksheet may be used to help complete Part A of the Resident Bidder Status form, If at least one of the following
describes your business, you are authorized to transact business in Iowa.
A
Yes ■ No My business is currently registered as a contractor with the Iowa Division of Labor.
Ei Yes Q No My business is a sole proprietorship and I am an Iowa resident for Iowa income tax purposes.
•
Ell
Yes El No
Yes Q No
My business is a general partnership or joint venture. More than 50 percent of the general
partners or joint venture parties are residents of Iowa for Iowa income tax purposes.
My business is an active corporation with the lowa Secretary of State and has paid all fees
required by the Secretary of State, has filed its most recent biennial report, and has not filed
articles of dissolution.
[] Yes X No My business Is a corporation whose articles of incorporation are filed in a state other than Iowa,
the corporation has received a certificate of authority from the Iowa secretary of state, has filed
its most recent biennial report with the secretary of state, and has neither received a certificate of
withdrawal from the secretary of state nor had its authority revoked.
fl Yes q No My business is a limited liability partnership which has filed a statement of qualification in this
state and the statement has not been canceled.
[l Yes I No
■
My business is a limited liability partnership which has filed a statement of qualification In a
state other than Iowa, has filed a statement of foreign qualification in Iowa and a statement of
cancellation has not been filed.
Yes x No My business Is a limited partnership or limited liability limited partnership which has filed a
certificate of limited partnership in this state, and has not filed a statement of termination.
0 Yes X No My business is a limited partnership or a limited liability limited partnership whose certificate of
limited partnership is filed In a state other than Iowa, the limited partnership or limited liability
limited partnership has received notification from the Iowa secretary of state that the application
for certificate of authority has been approved and no notice of cancellation has been filed by the
limited partnership or the limited liability limited partnership.
❑ Yes Z1 No My business Is a limited liability company whose certificate of organization is filed in Iowa and has
not filed a statement of termination,
[] Yes 01 No My business is a limited liability company whose certificate of organization Is filed in a state other
than Iowa, has received a certificate of authority to transact business in Iowa and the certificate
has not been revoked or canceled.
309-6001 (09-1 c)
2
Revised February 2003
CONTRACTOR'S OR SUBCONTRACTOR'S AFFIRMATIVE ACTION PROGRAM
Check box that applies to party completing program:
( X ) General Contractor
( ) Subcontractor
I. Section A to be completed by GENERAL CONTRACTORS only:
A.
Name of Company Larson Construction Co., Inc.
Address of Company 600 17th St SE Zip Independence IA 50644
Telephone Number ( 319 ) 334.7061
Federal ID Number (if no Federal ID Number, Owner/President's Social Security Number) 42-1022004
Name of Equal Employment Officer Doug Larson
Name of Project Terminal Canopy Parking Structure- Waterloo Regional Airport
Project Contract Number 000423
Estimated Construction Work Dates / 2024
Section B to be completed by SUBCONTRACTORS only:
B.
Name of General or Prime Contractor
Name of Subcontractor
Subcontractor's Address Zip
Subcontractor's Telephone Number (
)
Subcontractor's Federal ID Number (if no Federal ID Number Owner/President's Social Security Number)
Name of Equal Employment Officer
C. Remainder of program to be completed by party completing program, either Prime or
Subcontractor.
1. The Owners and/or Principals of your company:
e. Address Po*ion
Sex
Ethnic
Or_ igin
Ed Larson, 600 17th St SE, Independence IA 50644, President, Male, White
Janet Larson, 600 17th St SE, Independence IA 50644, President, Female, White
2. Other Areas of Interest:
If your company has branches or subsidiaries, or if your company is a branch or subsidiary of a
parent organization, give the following information:
Name
Type of
Address Affiliation Degree
II. EMPLOYER'S POLICY (Please read carefully.)
A. We, the undersigned, recognize that we are morally and legally committed to nondiscrimination in
employment. Any person who applies for employment with our company will not be
discriminated against because of race, color, creed, sex, national origin, economic status, age,
mental or physical handicap.
B. The employment policies and practices of' the undersigned are to recruit and hire employees
without discrimination, and to treat them equally with respect to compensation and opportunities
for advancement, including training, upgrading, promotion, and transfer. However, we realize the
inequities associated with employment training, upgrading, contracting and subcontracting for
minorities and women and we will direct our efforts to correcting any deficiencies to the
maximum extent possible. The same will be required of our SUBCONTRACTORS and suppliers.
C. We submit this program to assure compliance with Executive Order 11246, as amended, and other
subsequent orders that may pertain to equal employment opportunity and merit employment
policies, fully realizing that our qualification and/or merit system should be evaluated and revised,
if necessary.
D. We agree to put forth the maximum effort to achieve full employment and utilization of
capabilities and productivity of all our citizens without regard to race, creed, color, sex, national
origin, economic status, age, and mental or physical handicap.
E. Larson Construction Co., Inc. will give training
(Name of Company)
and employment opportunities to local residents of Waterloo, Iowa, to the greatest extent feasible.
III. AFFIRMATIVE ACTION
A. Larson Construction Co., Inc. recognizes that the
(Name of Company)
effective application of a policy of merit employment involves more than just a policy statement,
and Larson Construction Co., "Inc.
(Name of Company)
will, therefore, re-evaluate our Affirmative Action Program to ensure that equal employment
opportunities are available on the basis of individual merit, and to actively encourage minorities,
women and local residents to seek employment with our company on this basis.
la. Larson Construction Co., Inc. will undertake the
(Name of Company)
following six (6) steps to improve our Affirmative Action Program:
1. Minority Recruitment and Employment;
2. Local Recruitment and Employment;
3. Disabled Veteran and Vietnam Era Veteran Recruitment and Employment;
4. Handicapped Recruitment and Employtent;
5. Female Recruitment and Employment; and
6. Training, Upgrading and Promotional Opportunities.
C. Larson Construction Co., Inc.
(Name of Company)
will take
whatever steps are necessary to ensure that our total work force has adequate minority, female,
and local representation. We will utilize the following methods in our recruitment attempts:
1. Local advertising media (newspapers, radio, TV);
2. Community organizations (churches, clubs, schools);
3. Public and private institutions in the area (UNI, Hawkeye Community College);
4. Job Service of Iowa; and
5. Other.
D, Larson Construction Co., Inc. will seek qualified minority,
(Name of Company)
female, and local group applicants for all job categories and will make asserted efforts to increase
minority, female and group representation in occupations at the higher levels or skill and
responsibility.
E. All sources of employment used shall be aware that we are an Equal Employment Opportunity
Employer. Labor organizations representing our employees will be notified of our Equal
Employment Opportunity Policy and Affirmative Action Program.
F. Training, upgrading, promotion and transfer activities at all levels will be monitored to ensure that
full consideration has been given to qualified minority, female, and local group employees,
G. Larson Construction Co., Inc.
(Name of Company)
will encourage other
companies with whom we are associated and/or do business, to do the same and we will assist
them in their efforts.
H. Larson Construction Co., Inc. has taken the following
(Name of Company)
J.
Affirmative Action to ensure that minority, female, local contractors and/or suppliers were
provided opportunities to negotiate and/or bid on this project: (if none, write "NONE")
1 TSB Letter
2.
As a result of the above efforts, we have involved minority, female, and local contractors and/or
suppliers m the following areas of subcontracting: (if none, write "NONE")
1, None
2.
Larson Construction Co., Inc. will require approved
(Name of Company)
Affirmative Action Programs from all nonexempt contractors who propose to work on this project
and will take whatever steps are necessary to ensure that non -minority contractors have adequate
representation of minority, female and local persons in their total work force.
K. In further accordance with rules and guidelines issued pursuant to Executive Order 11246 as
amended, we establish the goals for our company, based on parity percentages supplied by the
City, and we realize these goals will be reviewed on an annual basis.
L. Larson Construction Co., Inc.
(Name of Company)
will keep records of
specific actions relative to recruitment, employment, training, upgrading and promotion and will
provide the City of Waterloo with any information relative to same, including activities of our
SUBCONTRACTORS and suppliers as necessary or when requested.
M. Parity figures for companies located in Waterloo are as follows:
Minority Parity = .08 (8%)
N. Larson Construction Co., Inc. Affirmative Action
(Name of Company)
Employment Goals:
The definition of Affirmative Action Goals is as follows: "Goals may not be rigid and inflexible
quotas which must be met, but must be targets, reasonably attainable by means of applying every
good faith effort to make all aspects of the entire Affirmative Action Program work."
For the year 2023, please submit percentage targets for employing minorities and women. If you
already have reached your target for hiring minorities and women, please submit that percentage.
*Goals for Minorities: 1.0
Goals for Women: 1.0
%
*Your affirmative action goals should be between 1 % and 10% or more for minorities and 1 % and
5% or more for women.
Please be advised that the goals or targets are purely your estimation of how many women and
minorities your company can reasonably expect to hire in 2023. Note, that none of the goals are
rigid or inflexible. They are targets that your company calculates as reasonably attainable. This
will help the City in its monitoring procedures as required by City of' Waterloo Resolution
No. 1984-142(4).
CONTRACTOR'S TOTAL WORK FORCE
(WATERLOO)
}
NAME
AND
ADDRESS
JOB
CATEGORY
RACE
SEX
HOURLY
WAGE
To
be
submitted
upon
award
INDICATE:
DISABLED VETERAN: DV
VIETNAM ERA VETERAN: VV
HANDICAPPED: II
We hereby certify that we are in compliance with all City and Federal Affirmative Action Regulations and
agree to accept all liability for failure to comply.
City of Waterloo Affirmative Action Officer
Respectfully submitted,
By: Ed Larson, President
Company Executive
10/5/2023
Date
By: Doug Larson
Equal Employment
Opportunity Officer
10/5/2023
Approved
Date
Disapproved Reason:
By:
Date:
-7-
DESCRIPTION OF JOB CATEGORIES
1. Offielals/Manauer: Occupations in which employees set broad policies, exercise overall responsibility for
execution of all policies, or direct individual departments or special phases of the agency's operations or
provide specialized consultation on a regional, district or area basis. Includes: department heads, bureau
chiefs, division chiefs, directors, deputy directors, controllers, examiners, wardens, superintendents, unit
supervisors, sheriffs, police and fire chiefs and inspectors and kindred workers.
2. Professionals: Occupations which require specialized and theoretical knowledge which is usually required
through college training or thorough work experience and other training which provides comparable
knowledge. Includes: personnel and labor relations workers, social workers, doctors, psychologists,
registered nurses, economists, dietitians, lawyers, system analysts, accountants, engineers, employment and
vocational rehabilitation counselors, teachers or instructors, police and fire captains and lieutenants and
kindred workers.
3. Technicians: Occupations which require a combination of basic scientific or technical knowledge and
manual skill which can be obtained through specialized post -secondary school education and through
equivalent on-the-job training, Includes: computer programmers and operations, draftsmen, surveyors,
licensed practical nurses, photographs, radio operators, technical illustrators, police and fire sergeants and
lundred workers.
4. Office/Clerical: Workers are responsible for internal and external communication, recording and retrieval
of data and/or information and other paper work required in an office. Includes: bookkeepers, messengers,
office machine operators, clerk -typists, stenographers, court transcribers, hearing reporters, statistical
clerks, dispatchers, license distributors, payroll clerks and kindred workers,
5. Skilled Craft Workers: Workers perform jobs which require special manual skill and a thorough and
comprehensive knowledge of the processes involved in the work which is acquired through on-the-job
training programs. Includes: Mechanics and repairman, electricians, heavy equipment operators,
stationary engineers, skilled machine occupations, carpenters, compositors and typesetters and kindred
workers.
6. Sales Workers: Occupations engaging wholly and primarily in direct selling. Includes; advertising
agents and salesman, insurance agents and brokers, real estate agents and brokers, stock and bond
salesmen, demonstrators, salesmen and sales clerks, grocery clerks and cashier checkers, and kindred
workers.
7. Operatives (semi -skilled): Workers who operate machine or processing equipment or perform other
factory -type duties of intermediate skill level which can be mastered in a few weeks and require only
limited training. Includes: apprentices (auto mechanics), plumbers, building trades, metal working trades,
bricklayers, carpenters, electricians, machinists, mechanics, printing trades, etc., operatives, attendants
(auto service and parking), plasterers, chauffeurs, deliverymen and furnacemen, heaters (metal), laundry
and dry cleaning operatives, milliners, mine operatives and laborers, motormen, oilers and greasers, (except
auto painters), (except construction and maintenance), photographic process workers, stationary fireman,
truck and tractor drivers, weavers, (textile), welders and flame cutters and kindred workers.
8-
8. Laborers (unskilled): Workers in manual occupations which generally require no special training.
Perform elementary duties that may be learned in few days and require the application of little or no
independent judgment. Includes; garage laborers, car washers and greasers, gardeners (except farm) and
groundskeepers, longshoremen, and stevedores, lumbermen, raftsmen and woodchoppers, laborers
performing lifting, digging, mixing, loading and pulling operations and kindred workers.
9. Apprentices: Persons employed in a program including work training and related instruction to learn a
trade or craft which is traditionally an apprenticeship, regardless of whether the program is registered with
a Federal or State agency.
10. Trainees (on -the -lob): Production, persons in formal training for craftsmen when not trained under
apprentice programs —operative laborer, and service occupations.
White Collar... persons engaged in formal training for clerical, managerial, professional, technical, sales,
office and clerical occupations.
ITEMS OF POTENTIAL MBE/WBE PARTICIPATION
NOTICE TO PROSPECTIVE BIDDERS:
The following are items from the Terminal Parking Canopy Structure project that have a potential for MBE/WBE Participation, This listing,
however, is not intended to be all encompassing; to preclude MBE/WBE Contractors from bidding on any items of the Proposal as a
Subcontractor or the entire Proposal as a Prime Contractor,
All items are eligible for participation.
MBE/WBE GOALS FOR THIS PROJECT
IMPORTANT:
Prime Contract Bidders should be aware that ten percent (10%) MBE goal and two percent (2%) WBE goal is attached to this project,
"Certified Return Receipt" letters are no longer needed with the bid showing proof of contacting MBE or WBE Subcontractors, but the Pre -
Bid Contact Information Form must be filled out completely.
City of Waterloo Contract Compliance Officer:
Contract Compliance Officer
Community Development Board
Carnegie Annex, Suite 202
620 Mulberry Street
Waterloo, Iowa 50703
Phone: (319) 291-4429
Contract No. CNTRT-000423 M-1 of 4 Airline Terminal Parking Canopy Structure
MBEIWBB Participation Waterloo Regional Airport-- 60694338
SUBCONTRACTOR'S BID REQUEST FORM
PRIME BIDDER'S LETTERHEAD
Contract No.: 000423
Letting Date: October 5, 2023
I, (subcontractor's name), hereby attest that I have been solicited for a bid on (project name) in the area of (description of
work and bid item no.).
(Prime contractor) has informed me that if I am interested in/lidding, a subcontracting bid proposal must be submitted to
the company office by (date) and (time).
See attached letters
Subcontractor's Corn anyfiTarrie
/��
Date Subcontractor's Signature
Date Prime Bidder's Signattue
Contract No. CNTRT-000423 M-2 of 4 Airline Terminal Parking Canopy Structure
MBRIWBB Participation waterloo Regional Airport - 60694338
LETTER TO BE USED WHEN SOLICITING FOR SUBCONTRACTOR QUOTES
Subcontractor Company Name
Address
See attached letters ,/J'
RE: Contract No.:
Dear :
(Prime Contractor's Company Name) is presently soliciting for the following work in connection with the above referenced
projeot,
(Insert bid Item Nos. and Description of Work)
(Prime Contractor's Company Name) is an Equal Opportunity Employer, and all qualified bidders will not be discriminated
against due to race, religion, color, sex, or origin.
If interested in bidding your proposal must be turned in to this office by
(Date)
and
(Time)
Sincerely,
(Prime Contractor's Representative)
Form CCO- 3 (11/28/2001)
Contract No. CNTRT-000423 M-3 of 4 Airline Terminal Parking Canopy Structure
MBB/WBB Participation Waterloo Regional Airport — 60694338
CARBON
CONSTRUCTION CO, INC.
9/20/2023
TO:
JR Painting and Decorating, Inc.- John Rios
2460 10th St., P.O. Box 5516
Coralville IA 52241 Phone: 319-354-4071
JRPAINTINGANDDEC(a MCHSI.COM
P.O. Box112
INDEPENDENCE, IA 50644
Telephone (319) 3 417001 Fax (310)S3444474
Web site: Iarsonconst.com
PROJECT: Terminal Canopy Parking Structure- Waterloo Regional Airport
Architect: AECOM
500 SW 7th St, Suite 301, Des Moines IA 50309
Our company is presently soliciting bids for work in connection with the above
referenced project.
Larson Construction is an Equal Opportunity Employer, and all qualified bidders
will not be discriminated against due to race, religion, color, sex, or origin.
If interested in bidding, your proposal should be submitted to this office by
8:00 a.m. on October 5, 2023.
Sincerely,
Heather Robinson
LCCI
CARBON
CONSTRUCTION CO, INC.
9/20/2023
TO:
P.O. Box112
INDEPENDENCE, IA 50614
Telephone (319) 33 07001 rat( (319)3344474
Web site: Iarsonconst.com
Daniels Home Improvement- Michelle Daniels
3358 Bristol Road
Waterloo IA 50701-9182 Phone: 319-961-1659
DHlconstructionl @outlook.com
PROJECT: Terminal Canopy Parking Structure- Waterloo Regional Airport
Architect: AECOM
500 SW 7th St, Suite 301, Des Moines IA 50309
Our company is presently soliciting bids for work in connection with the above
referenced project.
Larson Construction is an Equal Opportunity Employer, and all qualified bidders
will not be discriminated against due to race, religion, color, sex, or origin.
If interested in bidding, your proposal should be submitted to this office by
8:00 a.m. on October 5, 2023.
Sincerely,
Heather Robinson
LCCI
LETTER OF INTENT TO i3ib
(MBEIWBE LETTER)
According to the Current MBE/WBE Contract Compliance Program, all MBE/WBE Contractors interested in submitting
subcontractor quotes on construction projects with goals, MUST submit a LETTER OF INTENT TO BID to the City of
Waterloo Contract Compliance Officer at least seven ('7) days prior to bid opening.
The LETTER OF INTENT TO BID must list the specific items which the MBE/WBE Contractor is interested in bidding.
Letter should include the following:
Name of Project:
Your Company Name:
Address:
Phone: Date:
List of Specific items to be bid:
Item No. Description:
Item No. Description:
Item No. Description:
Item No. Description:
Item No. Description:
(Subcontractor's Company Name and authorized signature)
Return this LETTER OF INTENT TO BID to:
Contract Compliance Officer
Community Development Board
620 Mulberry St.
Carnegie Annex, Suite 202
Waterloo, IA 50703
Phone (319) 291-4429
Contract No. CNTRT 000423 M-4 of 4 Airline Terminal Parking Canopy Structure
MBF/WBE Participation Waterloo Regional Airport-60694338
it
t
0
0
co
6116
•
pigtI1
rit Rai
aoro
cp
t R.UQ
s6
rt
0
at
o
ey-
a.
°08
aiq
p ro
w o
al
glia
5' yoy'
a
r+
g
tri
'l.
y
8
E F.
CP
CD
.o
o
co 0
to
CiDe
a.
tat,,
oa
op
rhp
0
nc ,y
0
Pis
t
a
crg
0
m
tri
'21
b
igt
u.�
O
Ra5
°z
O 0
g
ro �
ro
w
g
a�
0 0
0
RP'
O
0 a n
L
—n
P
aJgn
Oor,
a a
ti
a °
RIR
Uj:
oq
ro�
n
Ws,t
o
w1
ao
ri
two
0
49
Ph cc
0
rn
Dap
00
4
Es'' Ttr1
O
o as vl
IIR
Mfg
511. Vi cr. ma
ei
CD gs
O q
la.O O
�hf0
..
a HOP
111
bd
5
46
e•tri
tri
H
frg
fl
R. 23
0
0
oNa.
�
R
hg
on
rn
Quotes Received
m
Daniels Home Improvement
Painting and
E/WBE
ntractors
Decorating, Inc.
9/20/2023
9/20/2023
rates
itaeted
z
z
O
0
ites
Lacted
O
0
z
o
(D
m
ount Pro]
hcnntraei
se
a a
o r+
141
1d
ro
R•
:c4
se. to
g pi
c)
o
o r
0
>-1-)(A
cD
E` o
O
O
O
0 El
r
0 h-s
oct 2
0
c�
•
(IQ
1
E•
8
oret-
0
CD
A>
(na•
(�D
so o 1-1 FOB`
r a ft
2 a:,
ve
g
a
p
0 a
tad !� O
�
111
0 a
Lo) re Eh
hci
o <
o5'
o
O P
.
O An CI
f
Pa
Pict
O 0
o p
A
0
n
c~n •
CD
W
r-k
1/40
1/40
rid
cv'D
A
a
n‘t)
H
z
O
5itrin
`° o V)
)11
N '3
o
a
a p
a0
ti
hee a.
M-41
Cs
0
o• 0
a LA
P a
CD a
go
O p
b
0 0
p a
Et
1
0'
a
cn
O
rri
EN
N.
a
Pa
bq
PI 2
u
P-4V,
b
o
O
b
hti
§kcs
o.
0us
0
a'
seCD
O'
O
li._
0
c1
g
z.
0
0
Do n
o• o
1/4
O =
c
� C
(D
01
CO
STATEMENT OF BIDDER'S QUALIFICATIONS
(To be submitted by the Bidder only upon the specific request of the City of Waterloo, Iowa)
All questions must be answered and the date given must be clear and comprehensive. This statement must be
notarized. If necessary, questions maybe answered on separate attached sheets. The Bidder may submit any additional
information he desires.
1. Name of bidder. Larson Construction Co., Inc.
2. Permanent main office address. 600 17th St SE, Independence IA 50644
3. When organized. 1968
4. If a corporation, when incorporated, 1973
5, How many years have you been engaged in the contracting business under your present firm or trade name? 50+
6. Contracts on hand: (schedule these, showing amount of each contract and the appropriate anticipated dates
of completion) To be submitted upon award
7. General character of work performed by your company. General construction
8. Have you ever failed to complete any work awarded to you? If so, where and why? No
9. Have you ever defaulted on a contract? If so, where and why? No
10. List the more important projects recently completed byour company, stating the approximate cost for each,
and the month and year completed. Waukee HS$120 Million+
Waukee 8/9 $50 Million+
11. List your major equipment available for this contract. All
12. Experience in construction work similar in importance to this project. Waukee HS, Waukee 8/9
13. Background and experience of the principal members of your organization, including the officers.
50+ years hands on experience
14. Will you, upon request, fill out a detailed fmancial statement and furnish any other information that may be
required by the City of Waterloo, Iowa? No
Contract No. CNz'RT-000423 SBQ-4 of 2 Airline Terminal Parking Canopy Structure
Statement of Bidders Qualifications Waterloo Regional Airport-60694338
15. The undersigned hereby authorizes and requests any person, firm, or corporation to furnish any information
requested by the City of Waterloo, Iowa, in verification of the recitals comprising this Statement of Bidder's
Qualifications.
Dated at Independence IA this 5th day of October
Larson Construction, Co., Inc.
ame o 13 dder)
By: Ed Larson
Title: President
2023.
State of Iowa )
)ss:
county of Buchanan )
Ed Larson , being duly sworn deposes and says that he is
President of Larson Construction Co., Inc.
(Name of Organization)
and that the answers to the foregoing questions and all statements therein contained are true and correct.
Subscribed and sworn to before me this 5th day of October
My commission expires 5/7/2025
` `� , HEATHER WJUINSU»
rairlogresr-
r ,- COMMISSION NUMBER 746759'
�� t �`' MY COMMISSION FY" IRFS:
Itow _ - o, S
ic,�� is .,,� 7 ..
, 2023.
Contract No. CNTRT 000423 SBQ-5 of 2 Airline Terminal Parking Canopy Structure
Statement of Bidders Qualifications waterloo Regional Airport — 60694338
GENERAL SPECIAL PROVISIONS
1. SCOPE OF WORK
The work covered by this contract consists of furnishing all labor, equipment, and materials and performing
all operations, in connection with the Terminal Parking Canopy Structures, in accordance with these
specifications.
The specifications are dated August 22, 2023. They have the general title of Terminal Parking Canopy
Structures.
The Iowa Department of Transportation Standard Specifications for Highway and Bridge Construction,
Series of 2015, are to be used, along with the special provisions described herein, and shall be considered as
part of the contract documents.
2. CONFLICTING SPECIFICATIONS
All requirements of other specifications contained in the contract documents which conflict with the
provisions of the special provisions will be considered void.
3. DUMPING AREAS
Excess material resulting from construction operations shall be hauled to the County Landfill or other area
secured by the contractor and approved by the City Engineer. Rubble, rubbish, trees, brush, and other
unsuitable backfill material, as designated by the City Engineer, shall be hauled to the County Landfill. All
Landfill charges are to be considered incidental to the contract and are the responsibility of the contractor,
4. CONSTRUCTION DAMAGE
The Contractor shall exercise care during construction operations to ensure the safety and protection to
existing features located near or within the limits of construction. Damage caused by negligence or poor
workmanship, as determined by the Engineer, shall be considered the Contractor's responsibility.
5. REMOVED MATERIALS
All materials removed as part of this Contract shall remain the property of the City unless the City determines
that the materials are not salvageable and the City does not want to retain ownership of the materials.
Materials designated in the field by the Engineer as non -salvageable shall be hauled and disposed of by the
Contractor at no cost to the City. All other materials shall be transported to locations as directed by the
Engineer. No separate measurement or payment will be made for hauling or disposing of removed materials
and it shall be considered incidental to applicable items.
6. OVERHAUL
Overhaul will not be paid for "surplus material" obtained from any of the items of construction under this
contract, The cost of overhaul will be considered as incidental to the items to which it applies.
PAY ITEMS
All pay items are listed in the proposal and shall include the purchase of all materials, delivery of these
materials, and furnishing all labor, plant, and miscellaneous work needed to make the item complete. All
such cost shall be incidental to the proposed item to which it applies and shall not be considered for separate
payment.
Contract No. CNTRT-000423 GSP-1 of 5 Airline Terminal Parking Canopy Structure
General Special Provisions Waterloo Regional Airport— 60694338
8. BREAKDOWN OF LUMP SUM CONTRACT PRICE ITEMS
The Contractor shall, immediately upon execution and delivery of the contract, before the first estimate for
payment is made, deliver to the City Engineer a detailed estimate giving a complete breakdown of the lump
sum contract prices. The submitted breakdown shall be approved by the City Engineer prior to any payment
of any lump sum price item,
9, PERMISSION TO HAUL OVER STREETS, RAILROADS, AND HIGHWAY$
The Contractor will be required to secure, from the proper authorities, permission or permit which may be
required to haul over streets, highways, railroads or private property, and any hauling operations of the
Contractor shall be subject to the requirements of such permits, permission, and to all applicable regulations,
laws, and ordinances governing hauling and movement of equipment over streets, railroads, highways, and
private property. Any costs or inconvenience caused by obtaining any necessary permits or permission shall
be considered completely covered by the price bid for the items in the proposal.
10. CONSTRUCTION SCHEDULING
The Engineer shall approve Contractor's work schedule prior to starting. All revisions shall also be approved.
The Engineer may change the schedule to accommodate changing construction conditions,
The Contractor shall coordinate the work under this contract with contractors performing work under other
contracts, which may be performed concurrently.
The Contractor shall bo responsible to notify the Police, Fire, Street, and Engineering Departments of the
closing and opening of streets,
The Contractor shall commence work within ten (10) days after receipt of the "Notice to Proceed" and
diligently execute the work of the contract to completion.
11, PRE -CONSTRUCTION CONFERENCE
Before any work is started, the Contractor shall arrange with the Engineer to hold a pre -construction
conference for the purpose of discussing the contract,
12. UNDERGROUND UTILITIES
It is the responsibility of the Contractor to obtain the location of gas lines, water lines, electric, telephone,
and cable television cables or wires from the various utility companies and the City electrician before starting
any excavation The Contractor shall be responsible for any damage to any underground utilities. The
Contractor shall expose those utilities indicated on the plans so that elevations may be determined before
beginning construction. This work shall be considered incidental to other items of work.
If the Contractor believes that additional costs have been incurred due to a utility being improperly located,
the resolution of the additional costs incurred shall bo made between the contractor and the respective utility
company.
13. SAFETY OF WORKERS AND PUBLIC
The Contractor shall, at all times, take necessary precautions to protect the life and health of all persons
employed on this project and the public. He shall provide necessary safety devices and safeguards in
accordance with latest and best accident prevention practices. All such protection shall be fiuxiished to
employees without cost.
Contract No. CNTRT-000423 GSP-2 of 5 Airline Terminal Parking Canopy Structure
General Special Provisions Waterloo Regional Airport— 60694338
No direct measurement of payment shall be made for this protection but shall be considered incidental to
other items of work. The public shall be kept outside of any work area.
14. WORKING ON SATURDAYS. SUNDAYS AND LEGAL HOLIDAYS
The Contractor shall notify the Engineer in writing forty-eight (48) hours in advance if work on Saturday is
planned, By noon the Friday before the planned Saturday work, the Contractor shall confirm the Saturday
work schedule with the project inspector.
Work on Sunday and/or holidays requires prior approval of the City in accordance with the Waterloo
Standard Specifications. The Contractor shall not work the following days in 2023/2024 due to City holidays:
Friday, November 10, 2023 - Veteran's Day
Thursday and Friday, November 23 and 24, 2023 - Thanksgiving
Friday, December 22, and Monday, December 25, 2023 - Christmas
Monday, January 1, 2024 - New Year's Day
Monday, January 15, 2024 - Martin Luther King Day
Monday, May 27, 2024 —Memorial Day
Wednesday, June 19, 2024 -- Juneteenth
Monday, September 2, 2024 -- Labor Day
Monday, November 11, 2024 -- Veteran's Day
15, ACCESS TO SUE. Access to the work shall be limited to those gates and routes indicated on the plans.
All areas used by the Contractor either for access or for construction operations shall be repaired by the
Contractor after completion of the Contract work to restore such areas to essentially their original condition,
All unsurfaced roads used by the Contractor shall be watered regularly by the Contractor to reduce dust. All
surfaced roads, streets, or airport pavement used by the Contractor for access or hauling shall be swept at
least daily or as directed by the Engineer. All damage to surfaced roads used by the Contractor shall be
repaired to original condition or better at no cost to the Owner.
The Contractor shall be solely responsible for security at those airport property entrance gates assigned to his
use. At all times gates are unlocked the Contractor shall provide a full-time guard who shall:
1. Allow entry onto airport property of only those persons authorized, carrying proper identification, and
previously registered with the Airport Security Office as Contractor's personnel, supplier, subcontractor
or other party in connection with the work.
2. Keep a log of all vehicles and persons entering and leaving through the gate under his control,
3. Report immediately to the Airport Office any unauthorized entry into the airport.
16. INSPECTION OF THE SITE. Contractor shall inspect the construction site and the area of work in general
and familiarize himself with existing conditions.
Bidders shall arrange an individual site visit prior to Bidding by contacting the Airport Director at (319) 291-
4483.
17. SECURITY REOUTREMENTS. Contractor's supervisory employees shall obtain Security Clearance prior
to having access to any area on the Airport within the limits of the perimeter fence (the 8' and 10' chain lurk
fence). Other contractor employees who have a need for access to awork area on the Airport must be escorted
by an employee with current Security Clearance. The Security -Cleared employee shall have no more than
10 employees under his/her direct supervision. This employee shall be in direct contact and control of and
be responsible for all employees under his/her supervision at all times. The procedure for a Contractor's
employee to obtain Security Clearance is as follows.
Contract No. CNTRT 000423 OSP-3 of 5 Airline Terminal Parking Canopy Stricture
General Speoial Provisions Waterloo Regional Airport — 60694338
a. Obtain fingerprint form from the Airport Administration. Provide data on the fingerprint form and take
it to the Waterloo Police Department office in City Hall. Fingerprinting will be conducted by the
Waterloo Police Department. Return the completed fingerprint form to the Airport Administration,
The cost of fingerprinting at the Waterloo Police Department is $10.00 per person to be paid at time of
fingerprinting.
b. The completed fingerprint form that has been returned to the Airport Administration will be forwarded
for a criminal background check.
c. After the background check is completed, which takes approximately 7-10 days, Airport Administration
will issue approval notice of unescorted access to the airfield,
d. Prior to access to the airfield, the person(s) are required to attend a Driver Training Program at the
airport. This program takes approximately two (2) hours to complete.
e. In addition to the cost of fingerprinting, a non-refundable payment in the amount of $100 is required
for each Airport Security Clearance Request. This payment is due to the Waterloo Regional Airport
when the completed fingerprint form is returned to Airport Administration.
Each company or agency must provide the Airport Administration with a list of individuals who have or are
requesting Airport Security Clearance.
18. WORK AREA. The Contractor's operations, including storage of materials upon the site, shall be confined
to authorized or approved areas. No unauthorized or unwarranted entry upon, or passage through, or storage
of materials shall be made upon other airport premises. Temporary buildings, storage sheds, shops and office,
eta., may be erected by the Contractor only with the prior approval of the Engineer and shall be built with
labor and materials furnished by the Contractor without expense to the airport. Such temporary buildings
and utilities shall remain the property of the Contractor and shall be removed by him, at his expense, after
the completion of the work.
19. CLEANUP OF PROJECT SITE, The Contractor shall at all times keep the site of the work and adjacent
premises as free from materials, debris, rubbish and trash as practicable, and shall remove same from any
portion of the site if, in the opinion of the Owner, such materials, debris, rubbish or trash constitute a nuisance
or are objectionable in any way to the public; The Contractor shall be responsible for the removal of dirt
accumulation or any other debris on pavements resulting from the Contractor's operations on the work.
At the completion of the work the Contractor shall remove all materials, implements, barricades, equipment,
staging, piling, falsework, debris and rubbish connected with or caused by operations for such work
immediately upon the completion of that work and shall leave the premises in perfect condition insofar as
affected by the work under this Contract. Fires for disposal of rubbish on the site are prohibited.
At the end of each day, the project site shall be inspected and cleaned of construction debris and trash. The
project site shall be inspected by air operations prior to opening area to aircraft.
All cleaning shall be accomplished by a street sweeper or power broom to remove debris. Prior to sweeping,
the area shall be cleaned of large debris, concrete, mud, etc., with an end loader.
If the Contractor should fail to clean up the premises as required above, the Owner after giving the Contractor
one (1) hour notice, may do so and charge the cost thereof to the Contractor. The Airport and the Contractor
hereby agree that the cleanup charge will be $200.00 per hour.
20. TEMPORARY TOILETS. The Contractor shall provide and maintain temporary sanitary facilities as
necessary for use of worlanen. All facilities must be in compliance with statutory sanitation requirements.
Contract No. CNTRT-000423 OSP-4 of 5 Airline Terminal Parking Canopy Structure
General Special Provisions Waterloo Regional Airport — 60694338
21, CONTRACTOR COMMUNICATION. The Contractor shall provide a telephone, pager, etc., on the
project site to enable communication between the Contractor and the Engineer or Airport personnel. The
Contractor shall have a 24-hour contact person for after -construction -hours communication. This person
shall be contacted in case of an emergency on the project site,
22, CONVICT LABOR, No convict labor may be employed under this contract.
Contract No. CNTRT-000423 OSP-5 of 5 Airline Terminal Parking Canopy Structure
(leneral Special Provisions Waterloo Regional Airport-60694338
BID BOND
KNOW ALL MEN BY THESE PRESENTS, that we, Larson Construction Co., Inc.
as Principal, and Merchants Bonding Company (Mutual)
as Surety are held and firmly bound unto the
City of Waterloo Iowa, hereinafter called
"OWNER." In the penal sum Five Percent of Bid Amount
Dollars ($ ) lawful money of the United States, for the payment of which sum will and
truly be made, we bind ourselves, our heirs, executors, administrators, and successors, jointly and severally, firmly by
these presents. The condition of this obligation is such that whereas the Principal has submitted the accompanying
bid dated the 5th day of October , 2023, for
Waterloo Regional Airport: Terminal Canopy Parking Structure
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
fiunish 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 19th day of September , A.D. 2023.
011114L7--
Witness
Contract No. CNTRT-000423
Bid Bond
truction Co., Inc. (Seal)
(Title) President
Merchants Bondin• Conn an Mu ual Seal)
BB-1 of 4
Surety
By
Susie Bevans A omey n-fact
Airline Terminal Parking Canopy Structure
Waterloo Regional Airport — 60694338
MERCHANi'S
BONDING COMPANYTu
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, d/b/a Merchants National Indemnity Company (in California only) (herein collectively called the
"Companies") do hereby make, constitute and appoint, individually,
Susie Bevans
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.
This 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 manually 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 estimates 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 8th day of December
.••P•� 10 Nq t •••• .
.s.
■
cZ:? -o- 0:0:
.Q.
■ :2:
=_ ': 2003 /4"
STATE OF IOWA •'•.•,••��Y••��•�.%•
COUNTY OF DALLAS ss.
••---••
N,a9sp
•9.
•y•c, 9r►.-4•
• ;= rn. •
•I-.�• -o- 0;.1•
• ' 3
t'. 1933 ,•c:
. .1,, By
•t• » ."1,4 •
•.
,tY ••
, 2022
MERCHANTS BONDING COMPANY (MUTUAL)
MERCHANTS NATIONAL BONDING, INC.
dlbla MERCHANTS NATIONAL INDEMNITY COMPANY
On this 8th day of December 2022 , before me appeared Larry Taylor, to me personally known, who being 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.
WA
4:iljk
i
Z , t;�, r-
• /trait -
Kim Lee
Commission Number 702737
My Commission Expires
April 14, 2024
4y-n Klu
Notary Public
(Expiration 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 the 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 effect and has not been amended or revoked.
In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this 19th day of September , 2023 .
.P•� 10 •Nq � ••.% •• •a•LNG Co:•.
•F--. -o- o• •
Q. .z• .3•
2: 1933 •
v'.••
2003 ::�: y�•• . :�ti:
••.� * •0•_•• .• t7. **7 •
POA 0018 (10/22)
Secretary