Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Mike Fereday Heating & Air
PROPOSAL FORM FOR HANGAR NO. 4 IMPROVEMENTS (2023) Shop HVAC Replacement AT THE WATERLOO REGIONAL AIRPORT WATERLOO, IOWA Waterloo Regional Airport 2790 Livingston Lane Waterloo, IA 50703 All: I. The undersigned, being a Corporation existing under the laws of the State of Tow pia a Partnership consisting of the following partners: tIII . K.e (& heire- c" yy having familiarized (himself) (themselves) (itself) with the existing conditions on the project area affecting the cost of the work, and with all the contract documents listed in the Table of Contents and Addenda (If any), as prepared by the City Engineer of the City of Waterloo now on file In the office of the City Clerk, City Hall, Waterloo, Iowa, hereby proposes to furnish all supervision, technical personnel, labor, materials, machinery, tools, appurtenances, equipment, and services, including utility and transportation services required to construct and complete this Hangar No. 4 Improvements (2023) Shop HVAC Replacement, Contract 4606, all in accordance with the above -listed documents and for the unit prices for work in place for the following items and quantities: 2. The extent of the work involved is as follows. The IDOT CSVI Project No. 9I230AL0200, Contract No. CNTRT-00004606 project which consists of the demolition, replacement, and the final connection of one (1) split HVAC system and two (2) natural gas furnace units. Unless otherwise noted, the intention is all existing ductwork and electrical circuits shall be reconnected to the units. Contractor shall upgrade and replace existing thermostats controlling these units. 3. The undersigned, in compliance with your Invitation for Bids dated 2%21 0 , hereby proposes to do the work called for in said Contract and Specifications and shown on said Plans and Addendum Nos. and to furnish all materials, tools, labor and all appliances and appurtenances necessary for the said work at the following rates and prices: IDOT CSVI Project No. 9I230AL0200 P-1 PROPOSAL FORM CONTRACT NO. 4606 Hangar No, 4 Shop HVAC Replacement AECOM 60703079 ITEMIZED PROPOSAL WATERLOO REGIONAL AIRPORT WATERLOO, IOWA PROJECT: • HANGAR No. 4 IMPROVEMENTS — Shop HVAC Replacement IDOT CSVI Project, Contract No. CNTRT-00004606 ITEM NO. DESCRIPTION UNIT ESTIMATED UNIT BID PRICE TOTAL PRICE BID QUANTITY BASE BID I DEMOLISH FURNACE SYSTEMS EA 2 2 INSTALLHVACSYSTEMS EA 2 $ 11,3(0 3 DEMOLISH A/C SPLIT SYSTEM EA I $ ZOe 2 $ 4 INSTALL A/C SPLIT SYSTEM EA 1 $ y 9 I �O $ i 9 / 7 TOTAL BID $ �(o 75 3 4. The Airport reserves the right to award the contract based on the Total Bid. 5. The undersigned understands that the above quantities of work to be done are approximate only and are intended principally to serve as a guide in evaluating the bids. All quantities are subject to increase or decrease and are to be performed at the unit prices stipulated herein. 6. The undersigned agrees, upon written notice of the acceptance of this bid, within ninety (90) days after the opening of the bids, that he will execute the Contract in accordance with the bid as accepted. 7. The undersigned further agrees that if awarded the Contract, he will commence the work within ten (10) calendar days after the receipt of a 'Notice to Proceed" and that he will substantially complete all work according to the terms of the entire contract within ninety (90) calendar days from the date established in the Notice to Proceed. An extension of time may be allowed when extra or additional work is ordered by the Engineer. 8. The undersigned agrees that within 30 days after award of this contract, the Contractor/Subcontractor shall file a compliance report (Standard Form 100) if s/he has not submitted a complete compliance report within 12 months proceeding the date of award. This report is required if the Contractor/Subcontractor meets all of the following conditions: a. Contractors/Subcontractors are not exempt based on 41 CFR 60-1,5. b. Has 50 or more employees. c. Is a prime contractor or first tier subcontractor. d. There is a contract, subcontract, or purchase order amounting to $50,000 or more. 9. To satisfy Clear Air and Water Pollution Control Requirements on all Construction Contracts and Subcontracts exceeding $100,000.00 Contractors and Subcontractors agree: a. That any facility to be used in the performance of the Contract or to benefit from the Contract is not listed on the Environmental Protection Agency (EPA) List of Violating Facilities. b. To comply with all the requirements of Section 306 of the Clean Air Act (42 USC 1857(h)), and Section 508 of the Clean Water Act (33 USC 1368), Executive Order 11738, and Environmental Protection Regulations (40 CFR Part (15)). IDOT CSVI Project No. 91230AL0200 P-2 PROPOSAL FORM CONTRACT NO. 9606 Hangar No. 4 Shop HVAC Replacement AECOM 60703079 c. That as a condition for award of a Contract he shall notify the awarding official of the receipt of any communication from EPA indicating that a facility to be utilized for performance of or benefit from the Contract is under consideration to be listed on the EPA List of Violating Facilities. d. To Include or cause to be included in any Contract or Subcontract which exceeds $100,000.00 the aforementioned criteria and requirements. 10. The contractor, by submission of this offer and/or execution of a contract, certifies that it: a. is not owned or controlled by one or more citizens or nationals of a foreign country included In the list of countries that discriminate against U.S. firms published by the Office of the United States trade Representative (USTR). b. has not knowingly entered into any contract or subcontract for this project with a contractor that is a citizen or national of a foreign country on said list or is owned or controlled directly or indirectly by one or more citizens or nationals of a foreign country on said list. 11. The bidder/offeror certifies, by submission of this proposal or acceptance of this contract, that neither it nor its principals are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. It further agrees by submitting this proposal that it will include this clause without modification in all lower tier transactions, solicitations, proposals, contracts, and subcontracts. Where the bidder/offer/contractor or any lower tier participant is unable to certify this statement, It shall attach an explanation to this solicitation/proposal. 12. The undersigned hereby declares that the only parties interested in this Proposal are named herein, that this Proposal is made without collusion with any other person, firm, or corporation, that no member of the Council, Waterloo Regional Airport or agent of the City of Waterloo, Iowa, is directly or indirectly financially interested In this bid. 13. In submitting this bid, it Is understood [hat the right to reject any and all bids has been reserved and that this bid may not be withdrawn for a period of ninety (90) days from the opening thereof. 14. Contractor certifies that all employees employed by Contractor or any subcontractor working on behalf of the Contractor are in compliance with the Immigration Reform Control Act of 1986 (IRCA) and indemnifies the Owner and holds harmless Owner for any violations of IRCA as a result of the Contractor's employees or his subcontractor's employees working on behalf of the Contractor on the Owner's project. 15. The undersigned certifies, to the best of his or her knowledge and belief, that: a. No Federal appropriated funds shall be paid, by or on behalf of the Contractor, to any person for influencing or attempting to Influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a member of Congress In Congress in connection with the making of any Federal grant and the amendment or modification of any Federal grant. b. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a member of Congress, an officer or employee of Congress, or an employee of a Member of Congress In connection with this Federal grant, the Contractor shall complete and submit Standard Form-LLL, "Disclosure of Lobby Activities", in accordance with its instructions. c. The Undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction IDOT CSVI Protect No, 9I230AL0200 CONTRAC 1' NO. 4606 P_3 PROPOSAL FORM Hangar No. 4 Shop HVAC Replacement AECOM 60703079 imposed by Section 1352, Title 31, U.S. Code. Any person who falls to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $200,000 for each such failure. 16. Attachment to This Bid. The following documents are attached to and made a part of this Bid: a. Non -Collusion Affidavit of Prime Bidder. b. Targeted Small Business (TSB) Affirmative Action Responsibilities 17. The Bidder shall indicate whether the bid is submitted by a/an: ❑ Individual, Sole Proprietorship ❑ Partnership ❑ Corporation ❑ Joint -venture: all parties must join -In and execute all documents ❑ Other Respectfully submitted, By Bidder SiknatJ e T Title C/ PL 7 WG`S 7 Address 5©702 (Include Zip Code) 3/9-Z32 -0y©0 Telephone No. IDOT CSVI Project No. 9I230AL0200 CONTRACT NO. 4606 P-4 PROPOSAL FORM Hangar No. 4 Shop HVAC Replacement AECOM 60703079 that: Bid: (1) He is NON -COLLUSION AFFIDAVIT OF PRIME BIDDER , being first duly sworn, deposes and says caner) Partner, Officer, Representative, or Agent) of bAA:keetito , the Bidder that has submitted the attached (2) He is fully informed respecting the preparation and contents of the attached bid and of all pertinent circumstances respecting such bid, (3) Such bid Is genuine and is not a collusive or sham bid. (4) Neither the said Bidder nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this affiant, has in any way colluded, conspired, connived or agreed, directly or indirectly, with any other Bidder, firm or person to submit a collusive or sham bid in connection with the Contract for which the attached bid has been submitted or to refrain from bidding in connection with such Contract, or has in any manner, directly or indirectly, sought by agreement or collusion or communication or conference with any other Bidder, firm or person to fix the price or prices in the attached bid or of any other Bidder, or, to fix any overhead, profit or cost element of the bid price or the bid price of any other Bidder, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against the City of Waterloo, Iowa, or any person interested n 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 h4 Interest, including this affiant. ,� -- (Signed) Subscribed and sworn to before me this day of 7 .` 2Q�.( c O n My Commission Expires IV \ Title EY KREMER ion Number 82497 mkiseio xplre6 2 Title IDOT CSVI Project No. 91230AL0200 P-5 CONTRACT NO. 4606 Hangar No. 4 Shop HVAC Replacement PROPOSAL FORM AECOM 60703079 Exhibit A CONTRACT PROVISION Targeted Small Business (TSB) Affirmative Action Responsibilities on Non-Fcdcral Aid Projects (Third -Party State -Assisted Projects) September 2020 IDOT CSVI Project No. 9I230AL0200 P-6 CONTRACT NO. 4606 Hangar No. 4 Shop HVAC Replacement CONTRACT AECOM 60703079 Hi CONTRACT PROVISION Targeted. Small Business (TSB) AffirrrtativeA lion Resp sijecie) itieson Non -Federal -aid Projects (Third -party TSB DEFINITION Iowa Code Sealio»15,102(10), which isSI%ormore owned, :opetattnd a actively A managed n g'� d b small business, as definednminority by persons, service -disabled veterans or persons with a disability provided meet ad of he or more women, Minoriis meets all of the following requirements: is Iodated in this state, is operated for profit and has mt annual gross income of )ass than million dollars computed as an average of the three preceding fiscal years. 2, 'TS13REQUiREMENTS In all State -assisted projects insde available through the Iowa Depaliment of Transportation, local governments have certain i affirmative action requirements to encourage and increase participation of disadvantaged individuals in business enterprises. These requirements are based on Iowa Code Section 198.7. These requirements supersede all existing TSB regulations, orders, circulars and administrative requirements. 3. TSB DIRECTORY INFORMATION Available from: Iowa Economic Development Authority Targeted Small Business Certification Program 1963 Bell Avenue, Suite 200 Des Moines, IA 50315 Phone: (515-34R-6159) Wcbsite: I s /liowaeconnrntcdevelomnent.em dish 4. THE CONTRACTOR'S TSB POLICY The contractor is ntaged usinesS anufactures and subcontractors throughexpected a contto inuous positive, result-orientedion of tprogram. Therefore enterprises contractor's TSB tpolicy shall be: It is the policy of this firm that Targeted Small Business (TSB) concerns shall have the maximum practfirm ical opportunity to participate in eontmcts funded with State-assistedpurpose of our policy is to are edo y this the (.e.g: suppliers, manufacturers and subcontractors). The pure participation in contracting opportunities made available by State -assisted progrmns. '5, CONTRACTORS SHALL APPOINT AN EQUAL EMPLOYMENT OPPORTUNITY (EEO) OFFICER The contractor shall designate a responsible person to serve as TSB officer to ihlfill the contractors affirmative ,action rhinos EEO policy. pemon shall be respon sible s ble fordeveloping,developing, managing and , authority and responsibility implemelnting the program on a day-to-day fiitrt's8E0 p y basis. The officer shall also: A. For current TSB information; contact the Iowa Economic Development Authority (515.34S-6159) to identify potential material suppliers, manufacturers and contractors,: IDOT CSVI Project No. 91230AL0200 CONTRACT NO. 4606 P-7 Hangar No. 4 Shop HVAC Replacement Page 1 CONTRACT AECOM 60703079 Form 730007WP 7_S7 a co \ \ \ E 0 co % E - co _ as 0) CO < \ 2 ) / f \ 0 / / 2 2 2 )o a) a 0-di \ \/ CC Z 0 t / 0 0 >§ - 2 m 3m § o ) co 2» \\ } \ E. \ \\ // f _ \/ a 32 uz CO { @_ § Pa G0 k f 72 g k§ \$ ®k /S E/ e u 7 } 2{ - % + 0 \2 0 )§ o E\ (\ /) )/ \ \\ C0) " CO ° ~ L. \\ \ \\ OD -0 {/ \\ \\ {/ co in 2 / ƒ/ o / Qa «\ \{ {° 0 / {\ k6 // b2 L. k 0-5 �/ 0 0\ -23 0/ £9 c_ n_ # / • UTILIZATION OF TARGETED SMALL BUSINESS (TSB) ENTERPRISES ON NON-FEDERAL AID PROJECTS (THIRD -PARTY STATE -ASSISTED PROJECTS) In accordance with Iowa Code Section 19E4.7, it Is the policy of the Iowa Department of Transportation (Iowa DOT) that Targeted Small Business (TSB) enterprises shall have the maximum practicable opportunity to participate In the performance of contracts financed in whole or part with State funds. Under this policy the Recipient shall be responsible to make a positive effort to solicit bids or proposals from TSB firms and to utilize TSB firms as contractors or consultants. The Recipient shall also ensure that the contractors or consultants make positive efforts to utilize TSB firms as subcontractors, subconsultants, suppliers, or participants In the work covered by this agreement. The Recipient's "positive efforts" shall Include, but not be limited to: 1. Obtaining the names of qualified TSB firms from the Iowa Economic Development Authority (515-725-3132) or from Its webslte at: https://vnnw.lowa.gov/tsb/index.php/home, 2. Notifying qualified TSB firms of proposed projects involving State funding. Notification should be made In sufficient time to allow the TSB firms to participate effectively In the bidding or request for proposal (RFP) process. 3. Soliciting blds or proposals from qualified TSB firms on each project, and identifying for TSB firms the availability of subcontract work. 4. Considering establishment of a percentage goal for TSB participation in each contract that is a part of this project and for which State funds will be used. Contract goals may vary depending on the type of project, the subcontracting opportunities available, the type of service or supplies needed for the project, and the availability of qualified TSB firms in the area. 5. For construction contracts: a) Including In the bid proposals a contract provision titled "TSB Affirmative Action Responsibilities on Non -Federal Aid Projects (Third -Party State -Assisted Projects)" or a similar document developed by the Recipient. This contract provision Is available on-line at: http://www.dot,state.la. us/loca I_systems/pubf Icatl o ns/tsb_contract_provisio n.pdf b) Ensuring that the awarded contractor has and shall follow the contract provisions. 6. For consultant contracts: a) Identifying the TSB goal in the Request for Proposal (RFP), if one has been set. b) Ensuring that the selected consultant made a positive effort to meet the established TSB goal, if any. This should Include obtaining documentation from the consultant that includes a list of TSB firms contacted; a list of TSB firms that responded with a subcontract proposal; and, If the consultant does not propose to use a TSB firm that submitted a subcontract proposal, an explanation why such a TSB firm will not be used. The Recipient shall provide the Iowa DOT the following documentation: 1. Copies of correspondence and replies, and written notes of personal and/or telephone contacts with any TSB firms. Such documentation can be used to demonstrate the Recipient's positive efforts and it should be placed in the general project file. 2. Bidding proposals or RFPs noting established TSB goals, if any. 3. The attached "Checklist and Certification." This form shall be filled out upon completion of each project and forwarded to: Iowa Department of Transportation, civil Rights Coordinator, Office of Employee Services, 800 Lincoln Way, Ames, IA 50010. IDOT CSVI Project No. 91230AL0200 CONTRACT NO. 4606 P-I 1 CONTRACT Hangar No. 4 Shop HVAC Replacement AECOM 60703079 Page 5 Recipient: County: CHECKLIST AND CERTIFICATION For the Utilization of Targeted Small Businesses (TSB) On Non -Federal -aid Projects (Third -Party State-Assfsted Projects) (tProject Number: I 0156 AL-JoL©O Agreement Number: 1. Were the names of qualified TSB firms obtained from the Iowa Department of Inspections and Appeals? t YES ❑ NO If no, explain 2, Were qualified TSB firms notified of project? r t YES iVNO If yes, by ❑ letter, ❑ telephone, u personal contact, or u other (specify) If no, explain dy/A Were bids or proposals solicited from qualified TSB firms? n YES NO If no, explain A/7/A 4. Was a goal or percentage established for TSB participation? 0 YES [IO If yes, what was the goal or percentage? If no, explain why not:>< 5. Did the prime contractor or consultant use positive efforts to utilize TSB firms on subcontracts? u YES If no, what action was taken by Recipient? Is documentation in files? n YES NO 6. What was the dollar amount reimbursed to the Recipient from the Iowa Department of Transportation? $ What was the final project cost? $ What was the dollar amount performed by TSB firms? $ NO Name(s) and address(es) of the TSB firm(s) se additional sheets if necessary) Was the goal or percentage achieved? n YES 9NO If no, explain As the duly authorized representative of the Recipient, I hereby certify that the Recipient used positive efforts to utilize TSB firms as participants in the State -assisted contracts associated with this project. IDOT CSVI Project No. 9I230AL0200 CONTRACT NO. 4606 P-12 CONTRACT Hangar No. 4 Shop HVAC Replacement AECOM 60703079 Page 6