HomeMy WebLinkAboutRestoration Services - Hangar No. 4 IDOT FY-23 CSVI - 3.18.2024CONTRACT
FOR
HANGAR NO. 4 IMPROVEMENTS (2023)
Tuckpointing and Painting
AT THE
WATERLOO REGIONAL AIRPORT
WATERLOO, IOWA
THIS AGREEMENT, made and entered into this 18th day of March , 2024, by and between the Waterloo
Regional Airport for the City of Waterloo, Black Hawk County, Iowa, hereinafter referred to as the "Owner" and
Restoration Services, Inc. a corporation organized and existing under the laws of the State of Iowa, hereinafter referred
to as the "Contractor."
WITNESSETH: That the Contractor for and in consideration of Thirty -One Thousand Nine Hundred Seventy Dollars
($31,970.00), based on the unit bid prices payable as set forth in the Specifications constituting a part of this Contract,
hereby agrees to construct in accordance with the Plans and Specifications therefore, and in the location designated
on the Plans, the various items of work awarded said Contractor on the day of
, 2024, as follows, being numbered one (1) and two (2) as shown in schedule of prices bid in the attached
Proposal, Attachment A, which is a part of this Contract.
Said Specifications and Plans are hereby made a part of and the basis of this Agreement and a true copy of said Plans
and Specifications is now with the Waterloo Regional Airport in the office of the Director of Aviation, Waterloo,
Iowa, under date of , 2024.
1. That in consideration of the foregoing, the Owner hereby agrees to pay the Contractor promptly and according
to the requirements of the Specifications, the amounts set forth, subject to the conditions as set forth in the
Specifications.
2. That it is understood that the parties named herein are the only persons interested in this Contract and principals.
3. That the Contractor has examined the site of the proposed work, Plans, Specifications, and Contract Documents
in order that he might become familiar with the character, quality, and quantity of the work to be performed, the
materials to be furnished and the requirements of the Specifications, and Contract Documents.
4. It is hereby further agreed that any reference herein to the "Contract" shall include all "Contract Documents" for
the Waterloo Regional Airport, IDOT CSVI Project no. 9I230AL0200, Contract No. CNTRT-0000-4606
Hangar No. 4 Improvements — Tuckpointing and Painting and said "Contract Documents" are hereby made
a part of this agreement as fully as if set out at length herein, and that this contract is limited to the items in the
proposal as signed by the "Contractor" and included in the "Contract Documents."
5. That in the event any surety upon any bond furnished in connection with this Contract becomes unacceptable to
the Owner, or if any such surety shall fail to furnish reports as to his fmancial condition from time to time as
requested by the Owner, the Contractor agrees to furnish promptly such additional security as may be required
from time to time to protect the interests of the Owner or of persons supplying labor or materials in the
prosecution of the work contemplated by the Contract.
6. That the Contractor shall not commence any work to be performed under this Contract until he has obtained
from responsible insurance companies, all insurance required, as set forth in the General Provisions and that the
Contractor shall maintain this insurance in full force and effect until the work to be performed under this Contract
has been accepted by the Owner.
7. That the Contractor shall not start working on any alterations requiring a supplemental agreement until the
agreement setting forth the adjusted price shall be executed by the Owner and the Contractor.
IDOT CSVI Project No. 9I230AL0200 C-1 CONTRACT
CONTRACT NO. 4606 Hangar No. 4 Tuckpointing and Painting AECOM 60703079
8. That the Contractor, at all times, shall observe and comply with all federal, state, territory or possession and
local laws, codes, ordinances and regulations in any manner affecting the conduct of the work, and the Contractor
and his surety shall indemnify and save harmless the Owner and all his officers, Engineer, agents and servants
against claims or liability arising from or based on the violation of any such law, ordinance, deregulation, order
or decree, whether by himself or his employees.
9. That it is further understood and agreed by the parties to this Contract that the above work shall be commenced
within 10 days after "Notice to Proceed" and shall be completed according to the terms of the entire contract
within sixty (60) calendar days from the date established in the Notice to Proceed. Failure to complete within
the allotted time will result in assessment of liquidated damages in the amount of $500.00 per calendar day for
each day in excess of the authorized contract time.
10. The Contractor and Owner understand and agree that time is of essence for completion of the Work and that the
Owner will suffer additional expense and financial loss if said work is not completed within the authorized
Contract Time. Furthermore, the Contractor and Owner recognize and understand the difficulty, delay, and
expense in establishing the exact amount of actual financial loss and additional expense. Accordingly, in place
of requiring such proof, the Contractor expressly agrees to pay the Owner as liquidated damages the non -penal
sum of $500.00 per day for each calendar day required in excess of the authorized Contract Time for the overall
contract.
Furthermore, the Contractor understands and agrees that:
a. the Owner has the right to deduct from any moneys due the Contractor, the amount of said liquidated
damages.
b. the Owner has the right to recover the amount of said liquidated damages from the Contractor, Surety, or
both.
11. The Contractor understands and agrees that all certifications made by the Contractor within the Proposal shall
apply under this Agreement as if fully rewritten herein. The Contractor further certifies the following:
a. Certification of Eligibility (29 CFR Part 5.5)
(1) By Entering into this contract, the Contractor certifies that neither he or she nor any person or firm who
has an interest in the Contractor's firm is a person or firm ineligible to be awarded Government contracts
by virtue of Section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1);
(2) No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government
contract by virtue of Section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1);
(3) The penalty for making false statements is prescribed in the U.S. Criminal Code 18 U.S.C.
b. Certification of Non -Segregated Facilities (41 CFR Part 60-1.8)
The federally assisted construction Contractor certifies that it does not maintain or provide, for its employees,
any segregated facilities at any of its establishments and that it does not permit its employees to perform their
services at any location, under its control, where segregated facilities are maintained. The Bidder certifies
that it will not maintain or provide, for its employees, segregated facilities at any of its establishments and
that it will not permit its employees to perform their services at any location under its control where
segregated facilities are maintained. The Bidder agrees that a breach of this certification is a violation of the
Equal Opportunity Clause, which is to be incorporated in the contract.
As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, restrooms,
and washrooms, restaurants and other eating areas, timeclocks, locker rooms and other storage or dressing
areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities
provided for employees which are segregated on the basis of race, color, religion, or national origin because
DOT CSVI Project No. 9I230AL0200 C-2 CONTRACT
CONTRACT NO. 4606 Hangar No. 4 Tuckpointing and Painting AECOM 60703079
of habit, local custom, or any other reason. The Bidder agrees that (except where it has obtained identical
certifications from proposed subcontractors for specific time periods) it will obtain identical certifications
from proposed subcontractors prior to the award of subcontracts exceeding S10,000 which are not exempt
from the provisions of the Equal Opportunity Clause and that it will retain such certifications in its files.
l2. It is further understood that any action in court against the Contractor or sureties on his bond because of damage
to property or individuals by said Contractor or his workmen, or because of the violation of any provisions of
the Specifications, or on account of the failure of said Contractor to fully comply with these provisions, shall be
brought in the District Court of the State of Iowa in and for Black Hawk County.
13. Second Party shall maintain all work done hereunder in good order for a period of 12 months from and after the
date it is accepted by the Waterloo Regional Airport, City of Waterloo, Iowa, which maintenance shall be without
expense to First Party or the abutting property. In the event of the failure or default of Second Party to remedy
any or all defects appearing in said work within a period of 12 months from the date of its acceptance by said
Board and after having been given ten (10) days notice so to do by registered letter deposited in the United
States Post Office in said City, addressed to said Contractor at the address herein given, then First Party may
proceed to remedy such defects and the cost and expenses thereof may be recovered from said Second Party and
the sureties on its bond by action brought in any court of competent jurisdiction, but such suit may be brought
in the District Court of Black Hawk County, Iowa.
IN WITNESS WHEREOF, the parties hereto have set their hands for the purpose herein expressed to this and three
other instruments of like tenor, as of the day of , 2024.
ATTEST:
Kelley Felchle
DIGITALLY
SIGNED
XXeXX City Clerk
Witness
Witness
CITY OF WATERLOO
62ccerd uz 9 v
CONTRACTOR
Rest ation Services, Inc.
By
uivIef
Mayor
Firm Name
Signature
Title
/ 7 2 Co -min.; z: 4t.l Sf f W ocl-ed looks. a ?oa
Business Address
[DOT CSYt Project No_ 91230AL0200
CONTRACT NO. 4606
C-3 CONTRACT
Hangar No, 4 Tuckpointing and Fa jiving AECOM 60763079
PERFORMANCE BOND
KNOW ALL MEN BY THESE PRESENTS: That we. Restoration Services, Inc.. as PRINCIPAL also raffetred to as
rs,ONTRAC:iit tR, and Merchants Bonding Company (Mutual) sulthet y. „„ and
timwy aMincrint0
Waterh to Regional Airport. 2790 Livingston L.:01Q, Waterloo, knot 50763 as OWNER_ in the full cant i,f Thirty -One
Thousand Nine Hundred Seventy Dollars tS31,97CLOCR for the ii,affinent of Minch.. well and tray to be made, Ice bind
ourselves. oat heirs. exec:mots, administrators, suceessois and as.signs. join113 and severalty- bv awss6 Pcciiolms-
WI IERFAS, the abwn-tantrld Principal has entered int° a corarfaci with the OWNER dated the 16 day of
February 2024. for crItcnis sit the Waterloo Regional Airport, which includes:
The FOOT CSVI Project, Contract No. CNTRT-60004606.11angar No. 4 Improvements— Tuckpointing and
Painting pioneet consists of the removal of deteriorated motor joints from the masonry trvflOWed by replacement
with fresh inratar Paint exterior block walls actor tfickpointing efforts are complete.
This work and sill 011,,,- j„,ict..,„„1.As shall he is„etigrned as she Iwo on the 1)ralkiittiv ansi described in the Speeilications.
NOW.FHEREFORE, the conditions of this oblivation are such that if the above -hound PR INCIPA I_ shall faithfully
and Isilty comply with the tents and conditions of said contract. including. but not limited to. an: obligations created
by way or vcztrnitittCS guarantees lir xfairkinanship and friatet 1Nflid) WaffIllIty ;Imhof guar:mice may extend
tor a mod Of time beyond completion of said contract. and such ahcrnathlo% t:r addition,: as nitly ht: Made therein Of
in the plans and specifications, and shall indemnify and save the OWNER harmless against any claims tic. using any
form Or m-ateriel. cothp0S-thim or anything which is patented. and likewise °Klemm ry aittl save OWNER
harmless against all claims ha- damages by reason or Etny dethult or negligence_ want of skill or care on the part or
said PRINCIPAL or Agents in and about the performance ors:lid contract, and shall comply with alt laws pertaining
to sant work, and shall comply ts Itt and perform any and nil warranties artvhor gnat -maces provided tor in said contact,
then this obligation shall be void: otherwise of full force and effect.
PROVIDED. further than inset: either the default of the. PRINCIPAL OF the failure of the said PRINCIPAL to
promptly and efficienfly prosecute said Work. in any respect. in nociirriiinve with the Documcntg, the :above.
hound SURETY shall either remedy the default of the PRINCIPAL or shall take chin ge of said Work nod complete
the Contract at his own expense, pursuant to its terms. receiving, however, any balance of the funds in the hands of
said OWNER due under said contract.
It shall he the duty of the SURETY lo give an unequivocal notice in writing to the OWNER +with at ten I 01 days after
receipt of a declaration faith:fault af the SURETY'S election either to remedy the default or defauits promptly fir to
cf.fff01111 being Of the ctt'Sitnce. th !-;.n notico of oleoliOn, the Si 3RE-1'Y shall indicate the
dale on which the remedy or perihnnance v itt commence. and it shall be the duty ol the SURETY to give prompt
nonce in writing to the OWNER immediately tmon completion of 60 the remedy anifor correction °leach default,
(hi the remedy and/or correction 51 eacii item of condemned work, (e) the furmshiegs of each Knitted item of work,
and telt the perrorrotilICC nfthe contract. The SURETY shall not asset solvency of its PRINCIPAL as justification for
i16 itilus c to promptly remedy tklitoti is lehinliv or porfortn the coon inn.
In the event said PRIN-FIPA1. shall fail or&iat 111C prOSCCial,17i JIld completion pi -Said Wctrk und uisI SURETY shop
also fah to act promptly ns hefernabove provided, then the OW N ER shalt cause ten (101 days" notice of such failure
to be Mem, both to said PRINCIPAL and SURLTY. and at the expiration of said ten (116 days, if said PRINCIPAL
or SURETY do not proceed promptly to execute said Contract, the OWNER shall have the authority to cause said
Work to he dune and when ihe same is completed and the cost thereofestimated, the said PRINCIPAL and SURETY
shall and hcretiv agree mouv any excess in the cost of said Work above the agreed price to be paid under sold Contract.
'f,t,f1 completion of ',aid 0 rotaitati rlInSIJant CO tiS terms. if any nods ramatt: dos on said (ontraLl the sainc shall be
Reid to said PRINCIPAL and St iR LTV
fl)OT No 123DA),(1>jg
V1.41.nr:
Acci htytn2.07,3
( coN FRAcr
The said PRINCIPAL and SURETY further agree as part of this obligation to par all such damages of any kind to
person or property that may result from a failure in any respect to perform and complete said Contract including. but
not limited to, all repair and replacement costs necessary to rectify construction error. architectural and engineering
cots and ices. all (but mat limited to) consultant fees_ all testing and laboratory fees, and all Legal tees and litigation
costs incnred by the OWNER.
The decision of the -OWNER, upon any disputed question connected with the e u:c ution o f said Contract. or any failure
or delay in the prosecution oldie Work by said PRINCIPAL or SURETY, shall he final and conclusive.
The SURETY agrees that. other than as is provided in this bond, it may not demand of the OWNER he OWNER shall
(a) perform any thing or act, tit) give any notice. le) tumish any clerical assistance. (d) render any service. {3) famish
any papers or documents, or (tl take any other action of any nature or description which is not required oldie OWNER
to be done under the contract documents.
IN WITNESS WHEREOF, the SURETY and PRINCIPAL have executed this instrument under their several seals
this 16 day of February 2024, the name and corporate seal of each corporate party
being hereto affixed, and these presents duly signed by its undersigned representative, pursuant to a lthorit) of its
governing hods. `
IN THE PRESENCE OF:
PRINCIPAL:
SURETY:
Merchants Bonding Company (Mutual)
By: a..ti+— i 14.
NOTE_ (a) Wherc the Performance Bond is executed by an attomc_y-in-fact, there shall be attached to each copy
of the Road a certified copy of Power of Attorney properly executed and dated.
(h) Each copy ofthc Bond shall be countersigned by an authorized agent of the bonding company licensed
to do business in the State of Iowa. The title of the person countersign :slog the Bond shall appear after
his or her signature.
tc I The seal of the bonding company shall be attached to each copy of the bond.
(d) The Contractors signature on the bond shall correspond with the signature in the contract.
(e) The bond shall be accompanied by a corporatc resolution (which may be combined with the corporate
resolution granting the signing officer authority to execute contracts) granting the corporate officer
who executes the Bond the authority to do so.
(f) Surety companies executing bonds oust appear on the Treasury Department's MOST current list
;Circular 570 as amended) and be authorized to transact business in the Stale of Iowa.
IDOT CSVI Projoct No. 91231AL020n r_q
l CN FRACi NO.45(Ih Hanoi- No, a Teckpoin_i
nd Pniming CONTRA(' I
A5C<,At 60195179
PAYMLNT BOND
KNOW All. ME' BY THESE PRESENTS: That ;.e, Restoration Se n ices, Inc.; as PRINCIPAL. also referred to
as CO\`I RAC OR, and Merchants Bonding Company (Mutual) as SURFTy are held and romis Sound unto
Waterloo Regional Airport, 2790 Livingston Lane, 11`aterioo [own 50703 as OWNER, it the full sum of Thirty -One
Thousand Nine Hundred Swett_ Dollars (S31.970.00), for the use and protection of ;aid OWNER_ and all
subcontractors and all persons supplying labor, materials, machinery and equipment for the pertormancc of the work
provided for in the contract hereinafter refe red to, for the payment of which, well and truly to be made. we hind
ourselves, our heirs, executors, administrator_ successors and assigns. jointly and severally, by these presents.
WHEREAS. the ohmic -bound Principal has entered into a contract with the OWNTR dated the 16
day of February , 2024, for improvements at the Waterloo Regional Air
port which
includes:
The IDOTCSV I Project, Contract No. CNTRT-00004606. Hangar No. 4 Improvements—Tuckpointing and
Painting project consists of the removal of deteriorated mortar joints from the masonry' followed by replacement
with fresh mortar mix. Paint exterior block walls after tuckpointing elTons are complete.
This work and all other incidentals shall be performed as shown on the Drawings and described in the Specifications.
NOW, THEREFORE, the condition of this obligation is such .hat if the above -hound PRINCIPAL shall promptly
make payment to all claimants as hereinafter defined, far all Labor and materials supplied in the prosecution of the
work provided for in said Contract. then this obligation shall be void: otherwise, it shall remain in full force and effect,
subject, however, to the following conditinna:
1. The said SURETY to this bend, for value received, hereby stipulates and agrees that no change of changes,
extension of time or extensions of time, alteration of alterations or addition or additions to the terms of the
contract or to the work to be performed thereunder, or the specilleatiom ere drawmas accompanying sync shall
in any wise affect its obligation on this bond, and it does hereby waive notice of anv such chance or changes,
extension of time or extensions of time, alteration or alterations or addition or additions to the terms of the
contract or ID the work or to the speciticatiurvi or drawings.
2. A claimant is defined as any subcontractor and any person supplying labor. tnaterials. machinery, or equiptent
in the prosecution ofthc work provided for in said contract.
Signed and scalad this 16 day of February 2024.
IN THE PRESENCE OF:
TOOT CSV T Project No. 9123lALo3mri
ONTRACI NO 46
PRINCIPAL: �- .�
c'c�\( 5: (V (?_l..LViC
SURETY:
Merchants Bonding Company (Mutual)
By. �+►'
C-r. TONTHACT
Hanger No. d Gu kpointing:sd I'ninrfn.
NOTE: (a) Where the Payment Bond is executed by an attorney -in -fact, there shall be attached to each copy of
the Rond a certified copy of Power of Attorney properly executed and dated.
(b) Each copy of the Bond shall be countersigned by an authorized agent of the banding company licensed
to do business in the State of Iowa. The title of the person countersicning the Bond shaft appear after
his or her signature.
i c) The seal of the hooding company shall he attached to each copy of the bond.
(d) The Contractors signature on the bond shall correspond with the signature in the contract.
(e) The bond shalt be accompanied by a corporate resolutions (which may be combined with the corporate
resolution granting the .signing officer authority to execute contracts) granting the corporate officer
who executes the Bond the authority to do so.
(f) Surety companies executing bonds must appear an the Treasury Department's most current list
(Circular 570 as amended) and be authorized to transact business in the State of iowa.
EDOr CSV1 Project No 91230.At.02)0 C-7
CCON FSACT NO. 4e06 hi:mgpr No, 4 i"uckruintm rigid I'sinun • M 6070ACT
$ b AECOM 60703a'Y
MERCHANTS�.
BONDING COMPANY.
POWER OF ATTORNEY
Know All Persons By These Presents. that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.,
both being corporations of the State of Iowa, d/bla Merchants National Indemnity Company (in California only) (herein collectively called the
'Companies') do hereby make, constitute and appoint, individually,
Samantha Trost
their true and lawful Attomey(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.
The Power-of-Attomey 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, recugnizances, 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 out 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 toners ng 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 Attomey-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 feast thirty (30) days prior to the modification or revocation.
In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 17th day of March
2023
o�p1. S1ONgt ss , a �p.NG-CO,/. • MERCHANTS BONDING COMPANY (MUTUAL)
.'oi :'O�PO�'q''•• O S �O_ �QlPOy`• 9S MERCHANTS NATIONAL BONDING, INC.
• �' Cr
T ' V ��`:yz d/b/a MERCHANTS NATIONAL INDEMNITY COMPANY
p • 2003 i,7» . • 't • 1933 • C
STATE OF IOWA ••••^ ...••••
COUNTY OF DALLAS ss.
On this 17th day of March 2023 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 o Directors.
Km lee
mm-son Nurhke. 702137
My Commission Expires
April 14,2024
(Expiration of notary's commission
does 001 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, 1 have hereunto set my hand and affixed the seal of the Companies on this 17th day of March
2023 -
, AZ1oNg1 • .*R).- - ,to•
� •
;? -o- r"' •
'_' 1933 . c.:
President
774-
PDA0018 (10/22)
02\
2:2 _o_ o p
2 s 2003 :',fl e
otary Public
Gf'w/e4i./i7�.
MERCHANTS
BONDING COMPANY,.
MERCHANTS BONDING COMPANY (MUTUAL) • P.O. BOX 14498 • DES MOINES. IOWA 50306-3498
PHONE (800) 678-8171 • FAX: (515) 243-3854
ADDENDUM TO BOND
This Addendum is in reference to the bond(s) to which it is attached.
Merchants Bonding Company (Mutual) ("Merchants") deems the digital or electronic image of
Merchants' corporate seal below affixed to the bond(s) to the same extent as if a raised corporate seal was
physically stamped or impressed upon the bond(s). The digital or electronic seal below shall have the same
force and effect as though manually fixed to the bond(s).
All terms of the bond(s) remain the same.
Signed and effective March 23, 2020.
MERCHANTS BONDING COMPANY (MUTUAL)
•p\NG Cp,�p •
•G �;.4
•_. .
3•
:6'• 1933 , c:
J� • ti
By:
Lan-y Taylor, ident
Attachment "A"
755OPROPOSAI. EORN1
FOR
HANGAR NO. 4 IMPROVEMENTS (2023)
Tuckpointing and Painting
AT THE
WATERLOO REGIONAL AIRPORT
WATERLOO, IOWA
Waterloo Regional Airport
2790 Livingston Lane
Waterloo, IA 50703
All:
I. The undersigned, being a Corpora''kon existing under the laws of the State of .TOl,t.) A , a Partnership consisting of
the following partners:_ t) 41r1 r / tQv\ j co-Z. 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) Tuckpninting
and Painting, 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.
This IDOT CSV1 Project No. 9I230A1.0200, Contract No. CNTRT-00004606 project portion consists of the
removal of deteriorated mortar joints from the masonry followed by replacement with fresh mortar mix. Paint
exterior block walls after tuckpointing efforts are complete.
3. The undersigned, in compliance with your Invitation for Bids dated , hereby proposes to do the
work called for in said Contract and Specifications and shox u on said Plans and Addendum Nos.
4/ & and to furnish all materials, tools, labor and all appliances and appurtenances necessary for
the said work at the following rates and prices:
1OOT CSVL Project No. 91230AL0200 P-t PROPOSAL FORM
CONTRACT NO.4606 Hangar No. 4 Tuckpoinling and Painting AL COM 60703079
ITEMIZED PROPOSAL
WATERLOO REGIONAL AIRPORT
WATERLOO, IOWA
PROJECT: • HANGAR No. 4 IMPROVEMENTS — Tuckpointing and Painting
MOT CSVI Project, Contract No. CNTRT-00004606
ITEM
NO.
DESCRIPTION
1
UNIT
ESTIMATED
QUANTITY
1 UNIT
PRICE
BID
TOTAL
PRICE
BID
BASE
BID
l
TUCKPOINTING
SQFT
5,000
$ 3 ,7-7,r
$ lal ? e)
0
`=
L
(.-4
$ i3joi.S
a
-
2
PAINTING
SQFT
5,400
$ a l j .c
TOTAL
BID
SS 1 `q O
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. It is understood that the schedule of minimum wage rates, as established by the Secretary of Labor and included
in the Specifications, are to govern on this.project, and the undersigned certifies that he has examined this schedule
of wage rates and that the prices bid are based on such established wage rates.
7.• The bidder shall make good faith efforts, as defined in Appendix A of 49 CFR.Part 26, Regulations of the Office
of the Secretary of Transportation, to subcontract zero (0%) percent of the dollar value of the prime contract to
small business concerns owned and controlled by socially and economically disadvantaged individuals (DBE).
Individuals who are rebuttably presumed to be socially and economically disadvantaged include women, Blacks,
Hispanics, Native Americans, Asian -Pacific Americans, and Asian -Indian Americans. The apparent successful
competitor will be required to submit information concerning the DBE's that will participate in the contract. The
information will include the name and address of each DBE, a description of the work to be performed by each
named firm, and the dollar value of the contract. If the bidder fails to achieve the contract goal stated herein, it
will be required to provide documentation demonstrating that it made good faith efforts in attempting to do so. In
the event that the apparent successful competitor for this solicitation qualified as a DBE, the contract goal shall be
deemed to have been met. A bid that fails to meet these requirements will be considered nonresponsive.
8. The undersigned certifies that he does not maintain or provide for his employees any segregated facilities at any
of his establishments, and that he•does not permit his employees to perform their services titany.location, under
his control, where segregated facilities- are maintained. The undersigned certifies. further that he will not maintain
or provide for his employees any segregated facilities at any of his establishments, and that he will not permit his
employees to perform their services at any location, under his' control, where segregated facilities are maintained.
The undersigned agree that a breach of this certification is a violation of the equal opportunity clause in this
contract. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas,
iestrooms and washrooms, restaurants• and other eating areas, timeclocks, locker rooms and other storage or
dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing
facilities provided for employees .which are segregated by explicit directive or are in fact segregated on the.basis
of raco, color, religion, or national origin, because of habit, local custom, or any other reason. The undersigned
agrees that (except where he has obtained identical certifications from proposed subcontractors for specific time
periods) he will obtain identical certifications from proposed subcontractors prior to the award of subcontracts
exceeding $10,000 which are not exempt from the provisions of the equal opportunity clause, and that he will
retain such certifications in his files.
9. The undersigned agrees, upon written notice of the acceptance of this bid, within ninety (90) days after the opening
• of the bids; that he will execute the Contract in accordance with the bid as•accepted and give Contract (Performance
and Payment) bond on attached forms within fifteen (15) days after the prescribed forms are presented for
signature.
IDOT CSVI Project No. 91230AL0200 P-2 PROPOSAL FORM
CONTRACT NO. 4606 Hanger No. 4 Tuckpoinling and Painting AECOM 60703079
10. The undersigned understands, award of contract is contingent upon receipt of project funding from the Federal
Aviation Administration. If funding is not received, bid bonds will be returned to all bidders and the project will
be postponed.
1 L 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 Sixty (60) 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.
2. The undersigned agrees that within 30 days ater 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.
513. 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 perfonnance 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(11)), and Section 508
of the Clean Water Act (33 USC 1368), Executive Order 11738, and Environmental Protection Regulations
(40 CFR Part (I5)).
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.
14. The contractor, by submission of this offer and/or execution of a contract, certifies that it:
a. is not owned or controlled by one or more citizens or nationals of a foreign county included in the list of
countries that discriminate against U.S. firms published by the Office of the United States trade Representative
(USTR).
b. has not knowingly entered into any contract or subcontract for this project with a contractor that is a citizen or
national of a foreign country on said list or is owned or controlled directly or indirectly by one or more citizens
or nationals of a foreign country on said list.
c. has not procured any product nor subcontracted for the supply of any product for use on the project that is
produced in a foreign country on said list.
Unless the restrictions of this clause are waived by the Secretary of Transportation in accordance with
49 CFR 30.17, no contract shall be awarded to a contractor or subcontractor who is unable to certify to the above.
If the contractor knowingly procures or subcontracts for the supply of any product or service of a foreign country
TDOT CS VI Project No. 9I230AL0200
CON'I'RAC':1' NO.4606
P-3 PROPOSAL FORM
Hangar No. 4 Tuckpointing and Painting AECOM 60703079
on the said list for use on the project, the Federal Aviation Administration may direct, through the sponsor,
cancellation of the contract at no cost to the Government.
Further, the contractor agrees that, if awarded a contract resulting from this solicitation, it will incorporate this
provision for certification without modification in each contract and in all lower tier subcontracts. The contractor
may rely upon the certification of a prospective subcontractor unless it has knowledge that the certification is
erroneous.
The contractor shall provide immediate written notice to the sponsor if the contractor learns that its certification or
that of a subcontractor was erroneous when submitted or has become erroneous by reason of changed
circumstances. The subcontractor agrees to provide immediate written notice to the contractor, if at any time it
learns that its certification was erroneous by reason of changed circumstances.
This certification is a material representation of fact upon which reliance was placed when making the award. If
it is later determined that the contractor or subcontractor knowingly rendered an erroneous certification, the Federal
Aviation Administration may direct, through the sponsor, cancellation of the contract or subcontract for default at
no cost to the Government.
Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to
renter, in good faith, the certification required by this provision. The knowledge and information of a contractor
is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business
dealings.
This certification concerns a matter within the jurisdiction of an agency of the United States of America and the
making of a false, fictitious, or fraudulent certification may render the maker subject to prosecution under Title 18,
United States Code, Section 1001.
15. The bidder/offeror certifies, by submission of this proposal or acceptance of this contract, that neither it nor its
principals are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded
from participation in this transaction by any Federal department or agency. It further agrees by submitting this
proposal that it will include this clause without modification in all louver tier transactions, solicitations, proposals,
contracts, and subcontracts. Where the bidder/offer/contractor or any lower tier participant is unable to certify this
statement, it shall attach an explanation to this solicitation/proposal
16. As evidence of good faith in submitting this Proposal, the undersigned encloses bid security in the amount of five
(5) percent of the bid which, in case he refuses or fails to accept an award and to enter into a Contract and file the
required bonds within the prescribed time, shall be forfeited to the Waterloo Regional Airport as liquidated
damages.
17. By entering into this contract, the contractor certifies that neither it (nor he or she) nor any person or fun who has
an interest in the contractor's firm is a person or finn ineligible to be awarded Government contracts by virtue of
section 3(a) of the Davis -Bacon Act or 29 CFR 5.I2(a)(1).
18. No part of this contract shall be subcontracted to any person or film ineligible for award of a Government contract
by virtue of section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1).
19. The undersigned hereby declares that the only 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.
20. In submitting this bid, it is understood that the right to reject any and all bids has been reserved and that this bid
may not be withdrawn for a period of ninety (90) days from the opening thereof
21. Contractor certifies that all employees employed by Contractor or any subcontractor working on behalf of the
Contractor are in compliance with the Immigration Reform Control Act of 1986 (IRCA) and indemnifies the Owner
IDOT CSVI Project No. 91230AL0200
CONTRACT NO. 4606
P-4 PROPOSAL FORM
Hangar No. 4 Tuckpointing and Painting AECOM 60703079
and holds harmless Owner for any violations of MCA as a result of the Contractors employees or his
subcontractor's employees working on behalf of the Contractor on the Owners project.
22. The undersigned certifies, to the best of his or her knowledge and belief, that:
a. No Federal appropriated funds shall be paid, by or on behalf of the Contractor, to any person for influencing
or attempting to influence an officer 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 snaking 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
imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required certification shall be
subject to a civil penalty of not less than $10,000 and not more than $200,000 for each such failure.
24. Drug Free Workplace, Act of 1988.
a. By submission of this offer, the offeror, if other than an individual, who is making an offer that equals or
exceeds $25,000, certifies and agrees that with respect to all employees of the offeror to he employed under a
contract resulting from this solicitation, it will --no later than 30 calendar days after contract award (unless a
longer period is agreed to in writing, for contracts of 30 calendar days or more performance duration;) or as
soon as possible for contracts of less than 30 calendar days performance duration, but in any case, by a date
prior to when performance is expected to be completed --
(I)
Publish a statement notifying such employees that the unlawful manufacturer, distribution, dispensing,
possession, or use of a controlled substance is prohibited in the Contractors workplace and specifying
the actions that will be taken against employees for violations of such prohibition.
(2) Establish an on -going drag -free awareness program to inform such employees about --
(a)
(b)
(c)
(d)
The clangers of drug abuse in the workplace.
The Contractor's policy of maintaining a drug -free workplace.
Any available drug counseling, rehabilitation, and employee assistance programs; and
The penalties that may be imposed upon employees for drug abuse violations occurring in the
workplace.
(3) Provide all employees engaged in performance of the contract with a copy of the statement required by
subparagraph a. (1) of this provision.
TOOT CSVI Project No. 91230AL0200
CON TRACT NO. 4606
P-5 PROPOSAL FORM
Hangar No.4 Tockpoinling and Painting AECOM 611703079
(4) Notify such employees in writing in the statement required by subparagraph a.(1) of this provision that,
as a condition of continued employment on the contract resulting from this solicitation, the employee
(a)
(7)
(a)
(b)
Take appropriate personnel action against such employee, up to and including termination; or
Require such employee to satisfactorily participate in a drug abuse assistance or rehabilitation
program approved for such purposes by a Federal, State, or local health, law enforcement, or other
appropriate agency.
Make a good faith effort to maintain a drug -free workplace through implementation of subparagraphs a.
(1) through a. (6) of this provision.
b. By submission of its offer, the offeror, if an individual who is making an offer of any dollar value, certifies
and agrees that other offeror will not engage in the unlawful manufacture, distribution, dispensing, possession,
or use of a controlled substance in the performance of the contract resulting from this solicitation.
c. Failure of the offeror to provide the certification required by paragraphs a. or b. of this provision, renders the
offeror unqualified and ineligible for award. [See FAR 9.104-1(g) and 19.602-1 a.(2)(a)].
d. In addition to other remedies available to the Government, the certification in paragraphs a. or b of this
provision concerns a matter within the jurisdiction of an agency of the United States and the making of a false,
fictitious, or fraudulent certification may render the maker subject to prosecution under title 18, United States
Code, Section 1001.
25. Attachment to This Bid. The following documents are attached to and made a part of this Bid:
4
a. Bid Guaranty in the tbrm of
b. Non -Collusion Affidavit of Prime Bidder,
c. Statement of Intent — Non -Discrimination and Equal Opportunity Statement.
d. Buy American Certification Statement.
e. Bidder's Information Sheet.
f. Synopsis of Experience Record. (1DOT Certification may be substituted.)
g. Completed DBE forms "Utilization Statement" and "Letter of Intent."
IDOT CSVI Project No. 91230AL0200
CONTRACT NO. 4606
P-6 PROPOSAL FORM
Hangar No. 4 'Ituckpointing and Painting AECOAt 60703079
26. The Bidder shall indicate whether the bid is. submitted by.a/an:
❑ Individual, Sole Proprietorship
❑ Partnership
Ta Corporation
❑ Joint -venture: all parties must join -in and execute all documents
❑ Other
Respectfully submitted,
Bidder
By %O'S
1/ Signature
Title
/7a (o*M rdvewt,,k s� r Wack-er to PA sa676a
Address
(Include Zip Code)
st q
Telephone No.
TROT CSVI Project No. 91230AL0200
CONTRACT NO. 4606
P-7 PROPOSAL FORM
Hangar No. 4 `t'uckpoinling and Painting APCO\t 60703079
NON -COLLUSION AFFIDAVIT OF PRIME BIDDER
State of IOW )
�( )ss
County of B{ kocikecw )
ban Rei4-ex
that:
, being first duly sworn, deposes and says
(1) He is (Owner Partnerfficer, Representative, or Agent) of
IRFe.s4-erockc& ee t f \ e,` 'r S, %/cc , 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
circtunstances respecting such bid.
(3) Such bid is genuine and is not a collusive or sham bid.
(4) Neither the said Bidder nor any of its officers, partners, owners, agents, representatives, employees or parties
in interest, including this affiant, has in any way colluded, conspired, connived or agreed, directly or indirectly, with any
other Bidder, firm or person to submit a collusive or sham bid in connection with the Contract for which the attached bid
has been submitted or to refrain from bidding in connection with such Contract, or has in any manner, directly or
indirectly, sought by agreement or collusion or communication or conference with any other Bidder, firm or person to
fix the price or prices in the attached bid or of any other Bidder, or, to fix any overhead, profit or cost element of the bid
price or the bid price of any other Bidder, or to secure through any collusion, conspiracy, connivance, or unlawful
agreement any advantage against the City of Waterloo, Iowa, or any person interested in the proposed Contract; and
(5) The price or prices quoted in the attached bid are fair and proper and are not tainted by any collusion,
conspiracy, connivance, or unlawful agreement on the part of the Bicifie( or any of its agents, representatives, owners,
employees, or parties in interest, including this affiant.
(Signed)
Title
Subscribed and sworn to before me
this 2-0 day of h r . 20 a
LAUSr•entL.
Title
My Commission Expires ? / (s , 20t6
JONATHAN W BARZ
COMMISSION NO. 805920
MY COMMISSION EXPIRES
IDOT CSVI Project No. 9I230AL0200 P-8 PROPOSAL FORM
CONTRACT NO. 4606 AECOM 60703079
STATEMENT OF INTENT
NONDISCRIMINATION
AND
EQUAL OPPORTUNITY STATEMENT
The Contractor does hereby certify to the Waterloo Regional Airport, that no person shall, in any way, be favored or
discriminated against because of his race, political or religious opinions and affiliations, national origins, sex, age, sexual
orientation, gender identity, disability, color, creed, marital status, employee union or association membership or office
herein.
If selected as the successfiil bidder, this contractor hereby agrees to file either a nondiscrimination and equal opportunity
statement and/or an Affirmative Action Program.
Improvements to the Waterloo Regional Airport consisting of
HANGAR No. 4 IMPROVEMENTS — Tuckpointing and Painting
IDOT CSVI Project, Contract No. CNTRT-00004606
itt4-;a6 e v ► 66rot,
t .
+ COMPANY
bar Re ,l-ec
EXECUTIVE OFFICER
Dan Re N\Aae(
AFFIRMATIVE ACTION OFFICER
ADDRESS OF THE AFFIRMATIVE ACTION OFFICER
I72 COMVieleta C+,
WOrVel [06,Sf� SG70�
PHON6NVM0ER � I _I-33+£9q
!DOT CSVI Project No. 91230AL0200 P-9 PROPOSAL FORM
CONTRACT NO. 4606 AECOM 60703079