Loading...
HomeMy WebLinkAboutBrock Even Construction, LLCtrtoY Every ansruevion , uc VY)1a fox Rd Jetty , ZA 5b4W-Va n aoa5 3kketAa\\A Rip I)), Repair ram - 2cne ponkyt 1\10. IIOb I I 1 \NI PROJECT SPECIFICATIONS FOR FY 2025 SIDEWALK RAMP & TRAIL REPAIR PROGRAM ZONE 4 CONTRACT NO. 1106 CITY OF ll' g WATERLOO JEngineering I hereby certify that this engineering document was prepared by me or under my direct personal supervision and that I am a duly Iippp�'nsed Professional Engineer - under xhe IcMs of the State of Iowa. WILLIAM W. CASTLE, P.E. License Number 19715 My License Renewal Date Is December 31, 2025. Pages or sheets covered by this seal : FY 2025 SIDEWALK fAIVIP 8f TRAIL REPAIR PRUGUAIVI • ZONE; 4 CONTRACT N c . 1106 CONTRACT DOCUMENTS TABLE OF CONTENTS 1 NOTICE OF PUBLIC HEARING 2. NOTICE TO BIDDERS 3. INSTRUCTIONS TO BIDDERS 4. FORM OF BID OR PROPOSAL 5. SALES TAX EXEMPTION INFORMATION FORM 6. FORM OF BID BOND 7 NON -COLLUSION AFFIDAVITS (Prime) 8. EQUAL OPPORTUNITY CLAUSE 9. TITLE VI CIVIL RIGHTS _l0. BIDDER STATUS FORM 11. AFFIRMATIVE ACTION PROGRAM 12. POTENTIAL ITEMS OF WORK FOR MBE/WBE PARTICIPATION A. SUBCONTRACTOR'S BID REQUEST FORM, B. LETTER FORM FOR SUBCONTRACTOR QUOTES (CCO.3) C. MBE/WBE SCOPE LETTER, (CCO.4) D. MBE AND/OR WBE PREBID CONTACT INFORMATION FORM (CCO.4A) E. MBP/WBE LETTER OF INTENT TO BID (CCO.5) 13. WATERLOO/CEDAR FALLS MINORITY AND WOMEN BUSINESSES ENTERPRISE CONSTRUCTION AND MAINTENANCE CONTRACTOR'S GUIDE 14. STATEMENT OF BIDDER'S QUALIFICATIONS 15. GENERAL SPECIAL PROVISIONS 16. SPECIAL PROVISIONS 17. GENERAL SPECIFICATIONS FOR CONSTRUCTION 18. FORM OF CONTRACT 19. PERFORMANCE BOND 20. PAYMENT BOND Highlighted items must be included with bid. row Or BID OR PROPOSAL I'Y 2025 SIDEWALK IU\IVIP & TRAIL REPAIR PUOGUAUVI ZONE 4 CONTRACT NO. 1 106 CITY MI WATERLOO, IOWA1 Honorable Mayor and City Council Waterloo, Iowa Gentlemen: 1. The undersigned, being a Corporation existing under the laws of the State of ,00. a Partnership consisting of the following partners: roes{ Jen C eurbA ►cin , 1 1 C , 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 Fay 2025 SIDEWALK RAMP & TRAIL REPAIR PUOGRAIVE — ZONE 4, Contract No. 1106, all in accordance with the above -listed documents and for the unit prices for work in place for the following items and quantities: VV 2025 SIDEWALK IUAMVMP CONTRACT & TRAIL NO. REPAIR 1106 PUOGUALVJ — ZONE 4 ITEM BID SPECIFICATION SUPPLEMENTAL SP = SUDAS SPCL X SEE PROV DESCRIPTION UNIT EST QTY UNIT PRICE BID TOTAL PRICE BID DIVISION 1- ADA SIDEWALK RAIV1P REPAIRS 1 7030-108-A-0 REMOVE SIDEWALK SF 4,450.4 $ 3, bo $110,6QD014 2 7030-108-E-0 SIDEWALK, PCC, 4" SF 1,767.2 $ 1 , 10 $ 13, (01.44 3 7030-108-E-0 SIDEWALK, PCC, 6" SF 2,683.5 $ 1, °a $p%y y oat °' 4 SP 111 SIDEWALK CURB LF 10.3 $ tac .c) $ j D3k0 *e 5 7030-108-G-0 DETECTABLE WARNING SURFACE SF 366.0 $ tb5,0° $ 3%, I43p°C 6 7030-108-B-0 SAW CUT, 1/2" CURB OPENING LF 247.0 $ 9Q.a) $aa 1 a ,� 7 2010-108-E-0 EXCAVATION, CLASS 10 SF 2,356.0 $ 5_ co $ 11 1 b. I BID CM SPECIFICATION SUDAS DESCRIPTION UNIT EST QTY UNIT PRICE BID TOTAL PRICE BID FORM OF BID CONTRACT NO. 1106 Page 1 of 4 8 SEE SUPPLEMENTAL. SP = SPCL PROV 9 9010-108-C-0 7040-108-A 10 11 1 2 3 4 5 6 7 8 9 SP02 8030-108-A-0 DIVISION 1- ADA SIDEWALK REPAIRS CONTINUED) HYDROSEEDING SF I 2,382.0 $ 11Sb l - 01 $ FULL DEPTH PATCH ,ASPHALT SY 2.9 $ Dv' . t $ 15 L \,00 $ 30p. t0 EROSION & SEDIMENT CONTROL TRAFFIC CONTROL 7030-108-A-0 LS LS 1.0 1.0 TOTAL BID - DIVISION 1 $ 131k) t 5 DIVISION 2 - WATERLOO REGIONAL AIRPORT SIDEWALK RAMP REPAIRS 458.0 7030-108-E-0 7030-108-G-0 7040-108-1-0 7010-108-E-0 2010-108-E-0 9010-108-C-0 SP 02 8030-108-A-0 REMOVE SIDEWALK SIDEWALK, PCC, 6" DETECTABLE WARNING SURFACE REMOVE CURB & GUTTER CURB & GUTTER, 24", 9" EXCAVATION, CLASS 10 HYDROSEEDING EROSION & SEDIMENT CONTROL TRAFFIC CONTROL SF SF SF LF LF SF SF LS LS 458.0 53.1 49.6 49.6 48.4 48.4 1.0 1.0 $3.1ob $ 105•t0 $?5.tC1 $ G\C.aJ $ 5.Cio $ $ X133.Cp $1b'4$.80 $1-153q. ao $55 \5.5O $1"1342.n $ 0tta.to $ bb.50 $ 3t.tC $ &dlt.CS) TOTAL BID-DIVISION2 $ c9o,5lQk. 1 2 3 4 5 6 7 8 7030-108-E-0 7030-108-E-0 7030-108-G-0 7030-108-B-0 2010-108-E-0 9010-108-C-0 SP 112 8030-108-A-0 DIVISION 3 K- VERMONT STREET SIDEWALK INFILL SIDEWALK, PCC, 4" SIDEWALK, PCC, 6" DETECTABLE WARNING SURFACE SAW CUT, 1/2" CURB OPENING EXCAVATION, CLASS 10 HYDROSEEDING EROSION & SEDIMENT CONTROL TRAFFIC CONTROL SF SF SF LF SF SF LS LS $ 5%4).4 ste $ cat34.3 $ lb. 35 $ tji • 5-1 $%RctD $ t�O. DO $ . to $ 33ct. 11.6 $ L a s 625.8 8.0 6.6 660.1 1,5 1.0 1.0 $ 1bS,co $ 3dp, o0 $ a}cco. cO $ ltin . So $ 300. CO $ p71XO.00 TOTAL BID DIVISION 3 $ t y) 3t4 . 91 BID ITEM SUDAS SPECIFICATION * SEE SUPPLEMENTAL SP = SPCL PROV DESCRIPTION U N I'I DIVISION 4 -TRAIL REPAIRS EST QTY UNIT IB I L) PRICE TOTAL BID PRICE 1 2 3 4 7030-108-A-0 7030-108-E-0 7040-108-A 8030-108-A-0 REMOVE TRAIL, PCC TRAIL, PCC, 6" TRAIL FULL DEPTH PATCH , ASPHALT TRAFFIC CONTROL SF SF SY LS 5,765.0 5,765.0 60.0 1.0 $ 3.140 $9.SO $co,15y.°° $5y,1b1.` $9aMe0° $ LOCO.00 TOTAL BID - DIVISION 4 $ b) . 5D TOTAL IUID DIVISION 2, 3 8► 4?• $ &5, '155. b5 2. 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. FORM OF BID CONTRACT NO. 1106 Page 2 of 4 3 In submitting this bid, the bidder understands that the right is reserved by the City of Waterloo, Iowa, to reject any or all bids. If written notice of the acceptance of this bid is mailed, telegraphed, or delivered to the undersigned within thirty (30) days after the opening thereof, or at any time thereafter before this bid is withdrawn, the undersigned agrees to execute and deliver an agreement in the prescribed form and furnish the required bond and certificate of the insurance within ten (10) days after the agreement is presented to him for signature, and start work within ten (10) days after "Notice to Proceed" is issued. 4. Security in the sum of 5 • Dollars ($ SIar'1K1,'75 ) in the form of and , is submitted herewith in accordance with the INSTRUCTIONS TO BIDDERS. 5. Attached hereto is a Non -Collusion Affidavit of Prime Contractor. 6. Attached hereto is a Resident Bidder Certification ( ), or Non -Resident Bidder Certification ( ). (Mark one.) 7 The bidder is prepared to submit a financial and experience statement upon request. 8. The Prime Contractor and Subcontractor(s), which have performed an aggregate of $10,000.00 in work for the City in the current calendar year, are prepared to submit an AAP or Update and an EOC, within ten (10) days of notification that the bid submitted is lowest and acceptable. 9. The bidder has received the following Addendum or Addenda: Addendum No. Date 10. The bidder shall list the MBE/WBE subcontractor(s), amount of subcontracts and bid items on the City of Waterloo Minority and/or Women Business Pre -bid Contact Information Form submitted with this Form of Bid or Proposal. The apparent low Bidder shall submit a list of all other Subcontractor(s) to be used on this Project to the City of Waterloo by 5:00 p.m. the business day following the day Bids on this Project are due along with the Non -Collusion Affidavits of 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. FORM OF BID CONTRACT NO. 1106 Page 3 of 4 2) The subcontractors submit in writing that they cannot fulfill their subcontracts. 11. The bidder has filled in all blanks on this proposal. Those blanks not applicable are marked "none" or 'NA". 12. The bidder has attached all applicable forms. 13. The Owner reserves the right to select alternates, delete line items, and/or to reduce quantities prior to the award of a contract due to budgetary limitations. e v-ock E•se n Ont&ttn, u_ e Li/a 0 /31-1 (Name of Bidder) (Date) BY: , ' vek 14. \sen Title _ _ bt(- Official Address: (Including Zip Code): iatic you CM (Sesic, • 5bbi-m I.R.S. No. 46-563105MM FORM OF BID CONTRACT NO. 1106 Page 4 of 4 BID BOND Nationwide Mutual Insurance Company 1100 Locust St., Dept 2006 Des Moines, IA 50391-2006 (866) 387-0457 CONTRACTOR: Brock Even Construction LLC 13012 Fox Road Jesup, IA 50648 OWNER: City of Waterloo 715 Mulberry St Waterloo, IA 50703 BOND AMOUNT: 5% of the amount bid SURETY: Nationwide Mutual Insurance Company 1 100 Locust Street, Department 2006 Des Moines, IA 50391 PROJECT: FY 2025 Sidewalk Ramp & Trail Repair Program - Zone 4. Contract No. 1 106 The Contractor and Surety ate bound to the Owner in the amount set forth above, for the payment of which the Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, as provided herein. The conditions of this Bond are such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents, or within such time period as may be agreed to by the Owner and Contractor, and the Contractor either (1) enters into a contract with the Owner in accordance with the terms of such bid, and gives such bond or bonds as may be specified in the bidding or Contract Documents, with a surety admitted in the jurisdiction of the Project and otherwise acceptable to the Owner, for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof: or (2) pays to the Owner the difference, not to exceed the amount of this Bond, between the amount specified in said bid and such larger amount for which the Owner may in good faith contract with another party to pet form the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. The Surety hereby waives any notice of an agreement between the Owner and Contractor to extend the time in which the Owner may accept the bid. Waiver of notice by the Surety shall not apply to any extension exceeding sixty (60) days in aggregate beyond the time for acceptance of bids specified in the bid documents, and the Owner and Contractor shall obtain the Surety's consent for an extension beyond sixty (60) days. If this Bond is issued in connection with a subcontractor's bid to a Contractor, the term Contractor in this Bond shall be deemed to be a Subcontractor and the term Owner shall be deemed to be Contractor. When this Bond has been furnished to comply with a statutory or other legal requirement in the location of the Project, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requitement shall be deemed incorporated herein. When so furnished, the intent is that this bond shall be construed as a statutory bond and not as a common law bond. Signed and sealed this 26th day of April (Witness 2024 Brock Even Construction LLC (Principal), (Seal) (Title) Nationwide Mutual Insurance Coin (Surely) (,f llle) Shelby Ross (Seal) Attorney -in -Fact senit te %es0 0 SEAT,; J 4.. e og4`�c+!dc� This document conforms to American Institute of Architects Document A310, 2010 edition Power of Attorney KNOW ALL MEN BY THESE PRESENTS THAT: Nationwide Mutual Insurance Company, an Ohto corporation hereinafter referred to severally as the "Company" and collectively as "the Companies" does hereby make, constitute and appoint: Shelby Ross each in their individual capacity, its true and lawful attorney -in -fact, with full power and authority to sign, seal, and execute on its behalf any and all bonds and undertakings, and other obligatory Instruments of similar nature, In penalties not exceeding the sum of One Million and No/100 Dollars ($1,000,000) and to bind the Company thereby, as fully and to the same extent as if such instruments were signed by the duly authorized officers of the Company; and all acts of said Attorney pursuant to the authority given are hereby ratified and confirmed. This power of attorney Is made and executed pursuant to and by authority of the following resolution duly adopted by the board of directors of the Company: 'RESOLVED, that the president, or any vice president be, and each hereby Is, authorized and empowered to appoint attorneys-in-facl of the Company, and to authorize them to execute and deliver on behalf of the Company any and all bonds, forms, applications, memorandums, undertakings, recogntzances, transfers, contracts of indemnity, policies, contracts guaranteeing the fidelity of persons holding positions of public or private trust, and other writings obligatory in nature that the business of the Company may require; and to modify or revoke, with cr without cause, any such appointment or authority; provided, however. that the authority granted hereby shall In no way limit the authority of other duly authorized agents to sign and countersign any of said documents on behalf of the Company." "RESOLVED FURTHER, that such attorneys -in -fact shall have full power and authority to execute and deliver any and all such documents and to bind the Company subject to the terms and limitations of the power of attorney issued to them, and to affix the seal of the Company thereto; provided, however, that said seal shall not be necessary for the validity of any such documents." This power of attorney is signed and sealed under and by the following bylaws duly adopted by the board of directors of the Company. Execution of Instruments. Any vice president, any assistant secretary or any assistant treasurer shall have the power and authority to sign or attest all approved documents, instruments, contracts, or other papers in connection with the operation of the business of the company in addition to the chairman of the board, the chief executive officer, president, treasurer or secretary; provided, however, the signature of any of them may be printed, engraved, or stamped on any approved document, contract, instrument, or other papers of the Company. iN WITNESS WHEREOF, the Company has caused this instrument to be sealed and duly attested by the signature of its officer theist day of April, 2024. Ark • •.rite P' SEAL, Antonio C. Albanese, Vice President of Nationwide Mutual Insurance Company ACKNOWLEDGMENT STATE OF NEW YORK COUNTY OF KINGS: ss On this 1st day of April, 2024, before me came the above -named officer for the Company aforesaid, to me personally known to be the officer described in and who executed the preceding instrument, and he acknowledged the execution of the same, and being by me duly sworn, deposes and says, that he is the officer of the Company aforesaid, that the seal affixed hereto is the corporate seal of said Company, and the said corporate seat and his signature were duly affixed and subscribed to said instrument by the authority and direction of said Company. Sharon Latwrda Notary Public, State of New Yor:< No. 01 LA6-127697 Qualified in Kegs County Co.rrn(s!on Expires January 3, 202E CERTIFICATE I, Lozlle F. Chimienti, Assistant Secretary of the Company, do hereby certify that the foregoing is a full, true and correct copy of the original power of attorney Issued by the Company; that the resolution included therein is a true and correct transcript from the minutes of the meetings of the hoards of directors and the same has not been revoked or amended in any manner; that said Antonio C. Albanese was on the date of the execution of the foregoing power of attorney the duly elected officer of the Company, and the corporate seal and his signature as officer were duly affixed and subscribed to the said instrument by the authority of said board of directors; and the foregoing power of attorney is still In full force and effect. IN WITNESS WHEREOF, I have hereunto subscribed my name as Assistant Secretary, and affixed the corporate seal of said Co April 2024 BDJ 1(04-24)00 Nova ry Pub: c My Comt.bn:m Exptts fl nu a ry 3, 707fi nt Secretary 26th day of NON -COLLUSION AFFIDAVIT OF PRIME BIDDER State of ) County of 1R \t V 4-� t V- ) 1 He is (Owner, Partner, Officer, Representative or Agent) of rexpok. 1Ven ('cw '3i-Y'►cin, Ll-C , the Bidder that has submitted the attached Bid; )ss , being first duly sworn, deposes and says that: 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 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) ()LOYIer Subscribed and sworn to before me this My commission expires Title Title Seff Z I \ 197-te day of , 20L4. • SPENCER SPERFSLAGE Notarial Seal - Iowa Commission Number 826617 My Commission Exp. September 21, 2026 Bidder Status Form To be completed by all bidders Part A Please answer V Yes No Yes ©No dYes ONo Yes 0N0 Yes ONO 'Yes" or "No" for each of the following: 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). My company has an office to transact business in lowa. My company's office in Iowa is suitable for more than receiving mail, telephone calls, and e-mail. My company has been conducting business in Iowa for at least 3 years prior to the first request for bids on this project. 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. complete Parts B and D of this form. If you answered "No" to one or more questions above, your company is a nonresident bidder. complete Parts C and D of this form. Please Please To be completed by resident bidders Part B My company has maintained offices in Iowa during the past 3 years at the following addresses: Dates: `1 / 3\ / Dot‘ to 5 / 1 / aaLl Address 133‘a pX Pa i l'6 City, State, Zip. JPnty ; "Th t-Ca Dates: / / to / / Address. City, State, Zipa Dates: / / to / / Address: City, State, Zip: You may attach additional sheet(s) if needed. 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 (J Yes Q 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: �� �P\, 1-NC' Yl ('n 1i� Signature: Date: .> '"2 v-2 V 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) MBEIWBE BUSINESS ENTERPRISE PRE -BID CONTACT INFORMATION FORM Prime Contractor Name: ?rock Even _onnHueh-\en , Ll_C Project: EDaa5 &dtu c c1r- Pitir'em Zone 14 -" eonk-MG+ NO. Mkt) NO MBEIWBE SUBCONTRACTORS If you are NOT using any MBE/WBE subcontractors to complete this project, sign below. Attach a brief explanation as to why subcontracting was not feasible with this project. If any MBE/WBE subcontractors will be used, please use the bottom portion of this form. Contractor Signature: Title: �\eir Date: -Z"ZLf Letting Date: SUBCONTRACTORS APPLICABLE: You are required, in order for your bid to be considered responsive, to provide the information on this form showing ALL of your MBE/WBE subcontractor contacts made for your bid submission. This information is subject to verification. Any questions may be directed to Contract Compliance Office 319-291- 4429. You are required, in order for your bid to be considered responsive, to provide the information on this Form showing your MBE/WBE Business Enterprise contacts made prior to your bid submission. This information is subject to verifications and confirmation. If you are unable to identify MBE/WBE firms to perform portions of the work, please contact Rudy Jones, Contract Compliance Officer, for assistance at (319) 291-4429. In the event it is determined that the MBE/WBE Business Enterprise goals are not met, then before awarding the contract the City of Waterloo will make a determination as to whether or not the apparent successful low bidder made good faith efforts to meet the goals. TABLE OF INFORMATION SHOWING BIDDER'S PREnBID MBE/WBE BUSINESS ENTERPRISE CONTACTS Quotes Received Quotation used in bid Subcontractors MBEIWBE Contacted Dates Yes/No Contacted Dates YeslNo Dollar Amount be Subcontracted Proposed to (Form CCO-4) Rev. O6-20-02 INFot0UTATION NEEDED FOR IOWA CONSTRUCTION SALES TAX EXEMPTION CERTIFICATE CONTRACTOR NAME: 10CVen Cv'rzs 1a "ra'1 , L-LC ADDRESS: 130G cac RA Seasp, 'r-- 5O(4 (Check One): PRIME � SUBCONTRACTOR FEDERAL ID#: '-}p- 5 b5azs PROJECT NAME: fl DCA 5 ngrde_waW Rip Rep tr ram - ?see J PROJECT CONTRACT NO.: I lao DESCRIPTION OF WORK: 11 Brickwork Landscaping 11 Carpentry i 1 Painting Nil Concrete ;-i Paving ❑ Drywall -Plaster -Insulation i Plumbing [1 Electrical 1 ; Roofing -Siding -Sheet Metal Li Excavation/Grading Windows rl Flooring Wrecking -Demolition [ i Heavy Construction i_ 1 Other (Please specify) i Heating -Ventilating -Air Cond