Loading...
HomeMy WebLinkAboutKing Construcrtion and Overhead door, Inc.Construction & Overhead Door, Inc. 1205 N. Oak Street, Iowa Falls, IA 50126 641-648-5464 • Construction & Overhead Door, Inc. 1205 N. Oak Street, Iowa Falls, IA 50126 641-648-5464 lid Proposal for: (laterloo Regional Airport Lirline Terminal Parking Canopy Structure Bid Security and bidding documents for: Waterloo Regional Airport Airline Terminal Parking Canopy Structure FORM OF BID OR PROPOSAL Terminal Parking Canopy Structure WATERLOO REGIONAL AIRPORT In the City of Waterloo, Iowa ICAIF 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 D ` havingafPai artnerrihip p consisting of the follow i s partners: /C — Knw1•S• n Cots o+� (himself)(themselves) with the existag 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 ui the office of the CityWaterloo, Iowa, hereby proposes to furnish all Clerk, City Hall, u►�tenances, equipment, and services, supervision, technical personnel, labor, materials, machinery, tools, app including utility and transportation services required to construct ando themunito this prices for work ininal t place for the y Structure, all in accordance with the above -listed documents and following items and quantities: Ref. Item 1 2 3 4 5 Item Entrance Canopy Exit Canopy Parking Lot Canopy 2" Mill and Asphalt Overlay Airport Branding, Allowance ADD ALTERNATE NO. 1 1 I Additional Parking Lot Canopy Module ADD ALTERNATE NO. 2 1 I CCTV Cameras ADD ALTERNATE NO. 3 1 I Translucent Panels in Parking Lot Canopy ADD ALTERNATE NO. 4 Translucent Panels in Additional Parking Lot 1 Canopy Unit LS LS LS SF LS Estimated Quantity 1 1 1 10,780 1 Unit Bid Price $ 7a.a,1 $ ee se% 1./ $—. $10,000.00 TOTAL BASE BID Total Bid Price $ I -a e•L 7� $ $ '7;S' 170 $,4'3 ,9 $10 000 00 $q 31) 75/1 It�, ""U LS I 1 I$ 40/ $ 1--� :ma y TOTAL ADD ALTERNATE NO. 1 I $ 149d� oZ 2) I LS I 1 i$ 7 s 11° $ al��jG TOTAL ADD ALTERNATE NO.2 I $ t7 I LS I 1 I $I4/1 2.50 I $ /61, 2Sd TOTAL ADD ALTERNATE NO. 3 $ / 411 ;.SO ALTERNATE N0.4 $ 3 Si Co co LS I TOTAL ADD $ 35; (oca $ 35, coo 2. It is the City's intention to evaluate bids reviewing both the Base Biand Add Altern tteBight ids. The o City has limited funds available and will award only what funding alto TheCity reservesard 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. BF -I of 2 Airline Terminal Parking Canopy Stnicturc Waterloo Regional Airport — 60694338 Contract No. CNTRT-000423 Form of Bid b of 4. In submitting this bid, the bidder understands that the right isresdeiveis d mailed, Citytelplate too ,Iowa,deliverto toreject any or all bids. If wt itten notice of the acceptance of this e undersigned within thirty (30) days after the opening thereof, or at n thetherofer for bem fore d this furb d is withdrawn, the undersigned agrees to execute and deliver an agreementprescribed required bond and certificate of the insurance within ten (10) days after the agreement is preserved to him for signature, and start work within ten (10) days after "Notice to/Proceed" is issued. 5. Security in the sum of'X•i' OkJ�v>.,o5(C x Dollars ($ (o U - •'O ) in the form of �c S 13Qr•J , is submitted herewith in accordance with the INSTRUCTIONS TO BIDDERS. 6. Attached hereto is a Non -Collusion Affidavit of Prime Contractor. 7. Attached hereto is a Bidder Status Form indicating Resident Bidder Certification ( X ), or Non- Resident Bidder Certification ( ). (Mark one.) 8. The bidder is prepared to submit a financial and experience statement upon request. 9. The Prime Contractor and Subcontractor(s), which have performed an aggregate of d $1an EOC, 00ti in twon (frk or r the City in the current calendar year, are prepared to submit an AAP Update days of notification that the bid submitted is lowest and acceptable. 10. The bidder has received the following Addendum or Addenda: Addendum No. / Date 9 /I b 1 23 a /0(21 23 3 )o)31 23 11. The bidder shall list the MBE/WBE subcontractor(s) amount of subcontractsF and submitted items on the is For of City of Waterloo Minority and/or Women Business Pre -bid Contact Informatio Bid or Proposal. The apparent low Bidder shall submit a list of all other Subcontractor•(s) to be used on this Project to the City of Waterloo by 5:00 p.m. the business day following the day Bids on this Project are due along with the Non -Collusion Affidavits of All Subcontractor•(s). The Contractor shall submit information on subcontractors on "SUBCONTRACTOR REQUEST AND APPROVAL" Form to be provided by City prior to approval of contract. The subcontractors listed on this proposal and/or submitted to the Contract Compliance Officer cannot be changed except for the following reasons: 1) The City of Waterloo does not approve the subcontractors. 2) The subcontractors submit in writing that they cannot fulfill their subcontracts. 12. The bidder has filled in all blanks on this proposal. Those blanks not applicable are marked "none" or "NA". 13. The bidder has attached all applicable forms. 14. The Owner reserves the right to select alternates, delete line items, and/or to reduce quantities prior to the award of a contract l..due to budgetary limitations. k,'x-s-»- o.5srpvci4c3n C A csAD 5 =20 23 (Name of Bidder) (Date) Title BY: C4794-Pc..4A--4------a---------- Official Address: (Including Zip Code): 12-o 5' vt) Ocmie 34- I.R.S. No. W2 - 130 2t 11 Contract No. CNTRT-000423 Form of Bid BF-2 of 2 Airline "Terminal Parking Canopy Structure Waterloo Regional Airport — 60694338 NON -COLLUSION AFFIDAVIT OF PRIME BIDDER State of leeks -Doak, County of iehfr `a v• Mc,* ? 1. He is (Owner, Partner, Officer C�.k.s-LP ti Dvt c_ ) ss , being first duly sworn, deposes and says that: A ! ent , of b — 164.4AAS a ✓� , the Bidder that has submitted the attached Bid; 2. He is fully informed respecting the preparation and contents of the attached Bid and of all pertinent circumstances respecting such Bid; 3. Such Bid is genuine and is not a collusive or sham Bid; 4 Neither the said Bidder nor any of its officers, partners, owners, agents, representatives, employees, or parties in interest, including this affiant, has in any way colluded, conspired, connived or agreed, directly or indirectly, with any other Bidder, firm or person to submit a collusive or sham Bid in connection with the Contract for which the attached Bid has been submitted or to refrain from bidding in connection with such Contract, or has in any manner, directly or indirectly, sought by agreement or collusion or communication or conference with any other Bidder, firm or person to fix the price or prices in the attached Bid or of any other Bidder, or, to fix any overhead, profit or cost element of the bid price or the bid price of any other Bidder, or to secure through any collusion, conspiracy, connivance, or unlawful agreerent any advantage against the City of Waterloo, Iowa, or any person interested in the Proposed Contract; and 5. The price or prices quoted in the attached Bid are fair and proper and are not tainted by any collusion, conspiracy, connivance or unlawful agreement on the part of the Bidder or any of its agents, representatives, owners, employees, or parties in interest, including this affiant. (Signed) du Title r Subscribed and sworn to before me this C) day of (3Ci O e (r , 20 3. d- Jc\lA_c (d My commission expires f O 3 r a 5- Contract No. CNTRT-000423 Non -Collusion Affidavits TERESA L. RICKEL To Commission Number 7.1425 My Commission Expires NCA-1 of 2 Title Airline Terminal Parking Canopy Structure Waterloo 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 Lace, 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 of 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 Leports within such time and upon such forms as provided by the Affirmative Action Officer. Said forms will elicit information as to the policies, procedures, pattei ns, and practices of each subcontractor as well as the contractor himself/herself and said contractor, subcontractor, vendor and supplier will permit access to his/her employment books, records and accounts to the City's Affirmative Action Officer, for the purpose of investigation to ascertain compliance with this contract and with rules and regulations of the City's Affirmative Action Program —Contract Compliance Provisions relative to Resolution No. 24664. 6. In the event of the contractor's non-compliance with the non-discrimination clauses of this contract or with any of such rules, regulations and orders, this contract may be canceled, terminated or suspended in whole or in part and the contractor may be declared ineligible for further contracts in accordance with procedures authorized by the City Council. 7. The contractor, subcontractor, vendor and supplier of goods and services will include, or incorporate by reference, the provisions of the non-discrimination clause in every contract, subcontract or purchase order unless exempted by the rules, regulations or orders of the City's Affirmative Action Program, and will provide Contract No. CNTRT-000423 EOC-1 of 2 Equal Opportunity Clause Airline 'Terminal Parking Canopy.Structure 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: [l Yes ❑ No My company is authorized to transact business in Iowa. (To help you determine if your company is authorized, please review the worksheet on the next page). Yes ■ No My company has an office to transact business in Iowa. RI Yes ❑ No My company's office in Iowa is suitable for more than receiving mail, telephone calls, and e-mail. Yes ❑ No My company has been conducting business in Iowa for at least 3 years prior to the first request for bids on this project. Yes ■ No My company is not a subsidiary of another business entity or my company is a subsidiary of another business entity that would qualify as a resident bidder in Iowa. If you answered "Yes" for each question above, your company qualifies as a resident bidder. Please complete Parts B and D of this form. If you answered "No" to one or more questions above, your company is a nonresident bidder. Please complete Paris C and D of this form. 1 To be completed by resident bidders My company has maintained offices in Iowa during the past 3 years at the following addresses: Dates: f! / / / /?97 to ePreSt ick Dates: / to / / Dates: / / to / Address. )2°5 N' Ocx•l2 City, State, Zip: _ 0-0u-'0` F``tl Address. City, State, Zip:._ Part B / Address: You may attach additional sheet(s) if needed. City, State, Zip: To be completed by non-resident bidders Part C 1. Name of home state or foreign country reported to the Iowa Secretary of State: 2. Does your company's home state or foreign country offer preferences to resident bidders, resident labor Yes ■No force preferences or any other type of preference to bidders or laborers? 3. If you answered "Yes" to question 2, identify each preference offered by your company's home state or foreign country and the appropriate legal citation. • You may attach additional sheet(s) if needed. To be completed by all bidders Part D I certify that the statements made on this document are true and complete to the best of my knowledge and I know that my failure to provide accurate and truthful information may be a reason to reject my bid. Firm Name: /1(c% — /(n t/4,, 0 ✓1 Cov s Jru.tkv1 art_ Signature: Date: /0 , 23 You must submit the completed form to the governmental body requesting bids per 875 Iowa Administrative Code Chapter 156. This form has been approved by the Iowa Labor Commissioner. 309-6001 (09-15) 1 [ IYesk1No ❑ Yes b1 No r 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. gYes No My business is currently registered as a contractor with the Iowa Division of Labor. Yes IXI No My business is a sole proprietorship and I am an Iowa resident for Iowa income tax purposes. Yes No My business is a general partnership or joint venture. More than 50 percent of the general partners or joint venture parties are residents of Iowa for Iowa income tax purposes. l fees Yes n No My business is an active corporation swrfiledeits most eecer t biennialIowa Scretary of trep rt�and land has nas paid lot filed required by the Secretary of State, has articles of dissolution. My business is a corporation whose articles of incorporation are filed in a state other than Iowa, the corporation has received a certificate of authority from the Iowa secretary of state, has filed its most recent biennial report with the secretary of state, and has neither received a certificate of withdrawal from the secretary of state nor had its authority revoked. My business is a limited liability partnership which has filed a statement of qualification in this state and the statement has not been canceled. Yes [)4 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 LX No My business is a limited partnership or limited liability limited partnership which has filed a certificate of limited partnership in this state, and has not filed a statement of termination. Yes I)(1 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 44 No My business is a limited liability company whose certificate of organization is filed in Iowa and has not filed a statement of termination. 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. Yes No 309-6001 (09.1 c) 2 ZO OZ 90 • naj (7-033 uzso 0 0 Cr) J n L ` Quotes Received Quotation used in bid r F _ . i , , 7 t p. ntractors 1 vv t L - ) Dates Contacted i (_ (A N O • 1N) LA) d 6 U C9 i a, g‘) G Dates Contacted 1 G -- G D Yes/No 64 Dollar Amount Proposed to be Subcontracted cP g 0 tid tri 0 11 0 rt O CD rt n O 0 rt co n) V) n n co In 0, cr CL CD P1 rry z CfQ o 1-2 SZL w CD 0 CD la) — V r-1� (n O po Cn cD 00 0 CD CD CD r* rT crQ CD • 00 Cr CD CIO rY (D n 0 rY -1 n rr rY CD n 0 }Ch po r-' CD O O 5 ty z- CD p.. CD r-' CD P) 0 rY 0 CD eftir CD rri co N n• N L< CO 0 • CD w Cr 0 O CAD tri ( 'j 0 O -j CD C.,... • • cr O N B.. 0 � o 1-1~ . o -.• Cr 1 o Poo �• �- � n rt O cn �. CAD cr C• AD CD O n Q. 0 CD '0 CD O o o • -. Ss) cD 0 0 (D • O C a• < O n n O • - y �CD cD � o o g n 0 p) � o O r z o rY (/) 0 ry O "f 0 O fra CrO O n y -0 co W rzi CD CD (� 0 v W rY N cD � n O CO W CO f--� rn-r CO cla � CD O v) O S Et to b Cn y r tT7 Cl � O 0 V) n r7 0 n 0 0 0 GJ Co (0 N 1-11 O 0-1 a t=i 0 co" O co -5P- c o 0' a, cD O N O O cD n v> o. (1 0- -I CD 0, O N CD rr O b 0 C• 0- CD asrY CD 0• 00 0 OQ r 0 0 a. co• n rY 0 CL Contractor Signature: to tit to 0 z '. 0 CD L< n n O • CD rri � (PC; Cri j Cr O w n o ti N N o crrt CD rtw or) O 0 v) o -- 0 a) CD r'* CrN O „l.'s- 'CI rn-r O r-s-h 0 Cr '-t) CD li 0> Kt; • n w cr co d W z z r•r O CD rY OQ 1- 0-� P) r-' (D �� O t ^ s -/ KNOW ALL MEN BY THESE PRESENTS, that we, as Principal, and Hudson Insurance Company City of Waterloo - Waterloo Regional Airport as Surety are held and firmly bound unto the Iowa, hereinafter called "OWNER." In the penal sum Percent of Amount Bid Dollars ($ 5% of Bid ) 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 Terminal Canopy Parking Structure BID BOND King -Knutson Construction, Inc. 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 5th day of October, A.D. 20 Witness Contract No. CNTRT-000423 Bid Bond King -Knutson Construction, Inc. (Seal) By Principal (Title) Hudson Insurance Corpanyr Surety By • Ppec5. (Seal) Attorney -in -fact Todd Schaap BB-1 of 4 Airline Terminal Parking Canopy Structure Waterloo Regional Airport - 60694338 II, 4 IN GRAN( IHUDSON (i{t011l' POWER OF ATTORNEY KNO\V ALL MEN BY TIIESE PRESENTS: That iJUDSON INSURANCE COMPANY, offices at 100 William Street, New York, New York, 10038, has made, constituted and appointed, appoint a corporation of the State of Delaware, with and by these presents, does make, constitute and Thomas O. Chambers and Todd Schaal) of the State of Wisconsin its true and lawful Attorney(s)-in-Fact, at New York, New York, each of them alone to have frill power to act without the other or others, to make, execute and deliver on its behalf, as Surety, bonds and undertakings given for any and all purposes, also to execute and deliver on its behalf as aforesaid renewals, extensions, agreements, waivers, consents or stipulations relating to such bonds or undertakings provided, however, that no single bond or undertaking shall obligate said Company for any portion of the penal sum thereof in excess of the sum of Twenty Five Million Dollars ($25,000,000.00). Such bonds and undertakings when duly executed by said Attorney(s)-in-Fact, shall be binding upon said Company as fully and to the same extent as if signed by the President of said Company under its corporate seal attested by its Secretary. In Witness Whereof, HUDSON INSURANCE COMPANY has caused these presents to be of its Senior Vice President thereunto duly authorized, on this 3rd day of June , 20 22 at New York, New York. HUDSON INSURANCE COMPANY 114,./1---- A V ha-� Z By DMichael P. Cifone Dina Daskalakis Corporate Secretary Senior Vice President STATE OF NEW YORK COUNTY OF NE\V YORK. SS. On the 3rd day of June , 2022 before me personally came Michael P. Cifone to me known, who being by me duly sworn did depose and say that he is a Senior Vice President of HUDSON INSURANCE COMPANY, the corporation described herein and which executed the above instrument, that he knows the seal of said Corporation, that the seal affixed to said instrument is such corporate seal, that it wqs so affixed by order of the Board of Directors of said Corporation, and that he signed his name thereto by like order. I i,i i �i �•r. i � , NM M aJ.3' (Notarial Sep-0•, . • • • • V :'NO.Tq,Q'•, 1 4 ,4 °FNEW , CERTIFICATION •,,,,,,,t,. STATE OF NEW YORK COUNTY OF NEW YORK SS. The undersigned Dina Daskalakis hereby certifies: That the original resolution, of which the following is a true and correct copy, was duly adopted by unanimous written consent of the Board of Directors of Hudson Insurance Company dated July 27th, 2007, and has not since been revoked, amended or modified: "RESOLVED, that the President, the Executive Vice Presidents, the Senior Vice Presidents and the Vice Presidents shall have the authority and discretion, to appoint such agent or agents, or attorney or attorneys -in -fact, for the purpose of carrying on this Company's surety business, and to empower such agent or agents, or attorney or attorneys -in -fact, to execute and deliver, under this Company's seal or otherwise, bonds obligations, and recognizances, whether made by this Company as surety thereon or otherwise, indemnity contracts, contracts and certificates, and any and all other contracts and undertakings made in the course of this Company's surety business, and renewals, extensions, agreements, waivers, consents or stipulations regarding undertakings so made; and FURTHER RESOLVED, that the signature of any such Officer of the Company and the Company's seal may he affixed by facsimile to any power of attorney or certification given for the execution of any bond, undertaking, recognizance, contract of indemnity or other written obligation in the nature thereof or related thereto, such signature and seal when so used whether heretofore or hereafter, being hereby adopted by the Company as the original signature of such officer and the original seal of the Company, to be valid and binding upon the Company with the same force and effect as though manually affixed." the I'HA'tt the above andforegoing fill forces a and effecttrue andand has not been revoked, and furthermore issued that the said Re olutiCompany, of the Board of Directors, setgforth in the tsaid said Power of Attorney is still Power of Attorney is now in force. October , 2023 , Witness the hand of the undersigned and the seal of said Corporation this 5th day of il) By ANN MIURPIIV Notary Public, State of New York No. 0I MU6067553 Qualified in Nassau County Commission Expires December 10, 2025 Dina Daskalakis, Corporate Secretary STATE OF WISCONSIN ) COUNTY OF Kenosha ON THIS 5th day of October 2023 , before me, a notary public, within and for said County and State, personally appeared Todd Schaap to me personally known, who being duly sworn, upon oath did say that he is the Attorney -in -Fact of and for the Hudson Insurance Company , a corporation of Delaware , created, organized and existing under and by virtue of the laws of the State of Delaware ; that the corporate seal affixed to the foregoing within instrument is the seal of the said Company; that the seal was affixed and the said instrument was executed by authority of its Board of Directors; did acknowledge that he/she and the said Todd Schaap executed the said instrument as the free act and deed of said Company. st lo%-fl Kimbbasch Notary Public, Kenosha \Gd ; �W,�,, �consin My Commission E *. kopictc--,, �,. -. • • r • �. ( . y r • 4 7 f • • • •0111 'saarn.1as ,fta.ts:s ShIORE.A:EST Surety Services, Inc. 2626 49th Drive, Franksville, WI 53126 PHONE: 262.835.9576 or 800.264.1634 FAX: 262.835.9649 • •