Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
J & K Contracting, LLC
1 a E ec?,ciN P et— k---4 NT-. d � C) w efe c r L.- 9, cAi etaf: 901, a 2) 77 >ft eg Ceitkad-i i0703 bnt U,r1oa�AaAc., 5o3a1 V 7iiVP Q PA W c L) ry.•r—•tee a r. v a o ?yra• 7 ? n rt. •-r --u a P. i I 2E1 ;: 1Y.a • II t a a "tri nowta 1.... -7 •: ..i '••••• .r+, a r' a r p .j.��c1 s• .. O gi r PIK o°°14 y ' as._.. a L 4 •••4•0° 4 a•- Prof b c a. ro r, , a-15. 3 G oc.-K rtt-)•t_. �-r,� �►+�, c�r � a vii h-rei Ct•w —P th— X110 - C\--7� d C#ter k LJ -EA-rrtoo 04-tj b+cdt es7 s Aitctikterc5 LA) oultstr l oar erA so? t> 3 FORM OF BID OR PROPOSAL IY 2020 3200 [ICICI( W. AIRLINE HIGHWAY SANITARY SEWER CONTRACT Nt. 979 CITY INAu Honorable Mayor and City Council Waterloo, Iowa Gentlemen: IRLO*. I tWA 1. The undersigned, being a Corporation existing under the laws of the State of I.o+V.i� a Partnership consisting of the following partners: 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 F.Y. 2020 3200 BLOCK W. AIRLINE HIGHWAY SANITARY SEWER, Contract No. 979, all in accordance with the above -listed documents and for the unit prices for work in place for the following items and quantities: FORM OF BID CONTRACT NO. 979 1 -4 NO. IG - WAY SANI 979 F.Y. 2020 3200 BOCK W. AIR._ IN E ARY S -` W E R CON -RAC BID ITEM DESCRIPTION UNIT EST. QTY. UNIT BID PRICE TOTAL BID PRICE 1 MOBILIZATION LS 1 $ a;, $ 00.00 $ aa, %60.00 2 SUBGRADE PREPARATION SY 200 $ g . $ 1bO0.00 3 PAVEMENT, HMA ST BASE, 1/2", PG 58-28S TN 22 $ ISS.00 $ 34to .OU 4 PAVEMENT, HMA ST INTERMEDIATE, 1/2", PG 58-28S TN 22 $ t SS . cx $ 34 1j . O 5 PAVEMENT, HMA ST SURFACE, 1/2", PG 58- 28S TN 22 $ tSS.oa $ 34(bhbb 6 TRAFFIC CONTROL LS 1 $700.b(1 $ 7 b040 7 RECP MATTING, TYPE 1.A SY 1500 $ t . to $ a50, 0D 8 SEEDING AND FERTILIZING (URBAN) AC .31 $ 1616a),(),0 $5146.00 9 CONSTRUCTION SURVEY LS 1 $ 31 300.00 $ 3, 301).oc) 10 PAVEMENT REMOVAL SY 200 $2.0.0•3 $ `t10O 0.03 FORM OF BID CONTRACT NO. 979 1 -4 11 REMOVE MANHOLE EA 3 $ t -SOO •op $ a Gibb _po 12 REMOVAL OF 8 IN. CONCRETE SANITARY SEWER PIPE LSF 11$ ‘0•00 $ ("60.00 13 CLEARING AND GRUBBING AC .31 $ S%,7OO•ob $ IL,on 14 SANITARY SEWER ABANDONMENT, FILL & PLUG LF 946 $ g s $ cg Q�-i l .pb 15 SANITARY SEWER GRAVITY MAIN, TRENCHED, CHLORIDE PIPE (PVC), 8 IN. (TRUSS) LF 9676O, $ 00 $ r 91,00•0tPOLYVINYL 16 SANITARY SEWER SERVICE STUB, POLYVINYL CHLORIDE PIPE (PVC), 6 IN. (SDR 23.5) LF 20HO.00 $ $ �QO.Ob 17 SANITARY SEWER SERVICE STUB, POLYVINYL CHLORIDE PIPE (PVC), 4 IN. LF 65 p, Op C:(Sp • OCA 18 MANHOLE, SANITARY SEWER, SW -301, 48 IN. EA 4 $ g sOd .p0 $ x`)000.Ob 19 DROP CONNECTION EA 1 la5oo '01. I a 500•p0 20 CONNECTION TO EXISTING MANHOLE EA 1 $ Q$oo.00 $ 2 S60 .Ob BID $ rant 1-1;11, o0 --O AL 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. 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. Securityin the sum of T1 r# okAga av oo (OQ • • • � Dollars ($ 30, DOo . OG ) in the form of (cc3. cht,tok , 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 FORM OF BID CONTRACT NO. 979 2 - 4 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. 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. 3 tiC C✓tg , LLCS (Name of Bidder) (Date) gY: Sand. 3cMStiOs Official Address: (Including Zip Code): (CC703 St,salr,n brtve_ U rba.do\L , D•4 suna I.R.S No. 54(S55 FORM OF BID Prc<jccr M4vtor CONTRACT NO. 979 3 - 4 NH lir- IMI TI1 N 111 FOR 110W C * RUC II II ©N „ L t=iS it AX CLH R Il R 17 DCA!1 CONTRACTOR NAME: � � CCriihte-4-1 LL ADDR =,ss: lybit4 ()nit, 3rb&rMa, Zig Sbt (Check One) PRIME X SUBCONTRACTOR FEDERAL ID#: �a CLA S s 5 PROJECT NAME: fY aoao sau6 8\„cx Atrkelc, ki,c04,victy S11/441eme3 Sedtp•Fer PROJECT CONTRACT NO.: 979 _,SCC \U P TO t �t rickworCc ❑ Carpentry ❑ Concrete ❑ Drywall-PIasternVnsulation ❑ Electrical ❑ Excavation/Grading ❑ Flooring 'p:Heavy Construction ❑ Heating:Ventilating-Air Cond Landscaping Painting Paving Plumbing RoofingnSidingnSheet Metal Windows Wreckinginnemolition Other (Please specify) State of NON -COLLUSION AFFIDAVIT OF PRIME BIDDER icA.".r-o1/4 ) County of Pb"C• ZaflJ¼ goAs K a ) )ss , being first duly sworn, deposes and says that: 1. He is (Owner, Partner, Officer, Representative, or Agent) , of 3+ # Co 'aci`'`9 , U-. C , the Bidder that has submitted the attached Bid; 2 He is fully informed respecting the preparation and contents of the attached Bid and of all pertinent circumstances respecting such Bid; 3. Such Bid is genuine and is not a collusive or sham Bid; 4. Neither the said Bidder nor any of its officers, partners, owners, agents, representatives, employees, or parties in interest, including this affiant, has in any way colluded, conspired, connived or agreed, directly or indirectly, with any other Bidder, firm or person to submit a collusive or sham Bid in connection with the Contract for which the attached Bid has been submitted or to refrain from bidding in connection with such Contract, or has in any manner, directly or indirectly, sought by agreement or collusion or communication or conference with any other Bidder, firm or person to fix the price or prices in the attached Bid or of any other Bidder, or, to fix any overhead, profit or cost element of the bid price or the bid price of any other Bidder, or to secure through any collusion, conspiracy, connivance, or unlawful 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) Frac i c cAr /4tr Titre +k Subscribed and sworn to before me this �1 day of becr vin b%er- , 2019. My commission expires 2 seq -km. bkra 9 i &Dv_ a Title LOGAN LOSH Commission Number 819945 My Commission Expires September 4, 2022 ti EQUAL OPPORTUNITY CLAUSE (As provided in Executive Order No. 11246) All contractors, subcontractors, vendors and suppliers of goods and services doing business with the City and value of said business equals or exceeds ten thousand dollars ($10 000.00) annually agree as follows: 1. The contractors, subcontractor, vendor and supplier of goods and services will not discriminate against any employee or applicant for employment because of race, color, creed, sex, national origin, economic status, age, mental or physical handicap, political opinions or affiliations. The contractor, subcontractor, vendor and supplier will develop an Affirmative Action program to ensure that applicants are employed and that employees are treated during employment without regard to their race, creed, color, sex, national origin, religion, economic status, age, mental or physical disability, political opinions or affiliations. Such actions shall include but not be limited to the following: a. Employment b. Upgrading c. Demotion or Transfer d. Recruitment and Advertising e. Layoff or Termination f. Rates of Pay or Other Forms of Compensation g. Selection for Training Including Apprenticeship 2. The contractor, subcontractor, vendor and supplier of goods and services will, in all solicitations or advertisements for employees state that all qualified applicants will receive consideration for employment without regard to race, creed, color, sex, national origin, religion, economic status age, mental or physical disabilities, political opinion or affiliations 3. The contractor, subcontractor, vendor and supplier or his/her collective bargaining representative will send to each labor union or representative of workers which he/she has a collective bargaining agreement or other contract or understanding a notice advising said labor union or workers' representative of the contractor's commitment under this section. The contractor, subcontractor vendor and supplier of goods and services will comply with all published rules, regulations, directives, and order of the City of Waterloo Affirmative Action Program Contract Compliance Provisions. EQUAL OPPORTUNITY CLAUSE 1 - 8 6. The contractor, subcontractor, vendor and supplier of goods and services will furnish and file compliance reports within such time and upon such forms as provided by the Affirmative Action Officer. Said forms will elicit information as to the policies, procedures, patterns, and practices of each subcontractor as well as the contractor himself/herself and said contractor, subcontractor, vendor and supplier will permit access to his/her employment books, records and accounts to the City's Affirmative Action Officer, for the purpose of investigation to ascertain compliance with this contract and with rules and regulations of the City's Affirmative Action Program Contract Compliance Provisions relative to Resolution No. 24664. 6. In the event of the contractor's non-compliance with the non-discrimination clauses of this contract or with any of such rules, regulations and orders, this contract may be canceled, terminated or suspended in whole or in part and the contractor may be declared ineligible for further contracts in accordance with procedures authorized by the City Council. 7. The contractor, subcontractor, vendor and supplier of goods and services will include, or incorporate by reference, the provisions of the non- discrimination clause in every contract, subcontract or purchase order unless exempted by the rules, regulations or orders of the City's Affirmative Action Program, and will provide in every subcontract, or purchase order that said provisions will be binding upon each contractor, subcontractor, or supplier. 8. We, the undersigned, recognize that we are morally and legally committed to non-discrimination in employment. Any person who applies for employment with our company will not be discriminated against because of race, creed, color, sex, national origin, economic status, age, mental or physical disabilities. (Signed EQUAL OPPORTUNITY CLAUSE (Appropriate Official) Pret's cc4r- (Title la/tb/aol9 (Date) 2-8 TITLE VI CIVIL RIGHTS During the performance of this contract the contractor (for itself) its assignees, and successors in interest (hereinafter referred to as the "contractor' ) agrees as follows: 1. Compliance with Regulations: The contractor shall comply with the Regulations relative to non-discrimination in Federally assisted programs of the DOT Title 49, Code of Federal Regulations, Part 21, as they may be amended from time to time, (hereinafter referred to as the Regulations), which are herein incorporated by reference and made a part of this contract 2. Nondiscrimination: The contractor, with regard to the work performed by it during the contract shall not discriminate on the grounds of race color, national origin, sex, age, or disability in the selection and retention of subcontractors, including procurement of materials and leases of equipment. The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations, including employment practices when the contract covers a program set forth in Appendix B of the Regulations. 3. Solicitations for Subcontracts, Including Procurement of Materials and Equipment: In all solicitations either by competitive bidding or negotiation made by the contractor for work to be performed under a subcontract, including procurement of materials or leases of equipment, each potential subcontractor or supplier shall be notified by the contractor of the contractor s obligations under this contract and the Regulations relative to non-discrimination on the grounds of race, color, national origin, sex, age, or disability. 4. Information and Reports: The contractor shall provide all information and reports required by the Regulations or directives issued pursuant there to, and shall allow access to its books, records, accounts, other sources of information, and its facilities as may be determined by the Contracting Authority, the Iowa DOT, or FHWA to be pertinent to ascertain compliance with such Regulations, orders and instructions. Where any information required of a contractor is in the exclusive possession of another who fails or refuses to furnish this information the contractor shall so certify to the Contracting Authority, the Iowa DOT, or the FHWA as appropriate, and shall set forth what efforts it has made to obtain the information. 5. Sanctions for Noncompliance: In the event of the contractor's noncompliance with the nondiscrimination provisions of this contract, the Contracting Authority, the Iowa DOT, or the FHWA shall impose such contract sanctions as they may determine to be appropriate, including, but not limited to: a. Withholding of payments to the contractor under the contract until the contractor complies, and/or 1-9 b. Cancellation, termination, or suspension of the contract, in whole or in part. 6. Incorporation of Provisions: The contractor shall include the provisions of paragraphs (1) through (6) in every subcontract, including procurement of materials and leases of equipment, unless exempt by the Regulations, or directives issued pursuant thereto The contractor shall take such action with respect to any subcontract or procurement as the Contracting Authority the Iowa DOT or the FHWA may direct as a means of enforcing such provisions including sanctions for non-compliance Provided, however, that, in the event of a contractor becomes involved in or it threatened with, litigation with a subcontractor or supplier as a result of such direction, the contractor may request the Contracting Authority or the Iowa DOT to enter into such litigation to protect the interests of the Contracting Authority or the Iowa DOT; and in addition, the contractor may request the United States to enter into such litigation to protect the interest of the United States. Status F'.�°�i� To be completed by all bidders 1 Part A Please answer "Yes" or "No" for each of the following: El, Yes 1Yes Yes Yes 1 Yes No My company is authorized to transact business in Iowa. (To help you determine if your company is authorized, please review the worksheet on the next page). N o My company has an office to transact business in Iowa. N o My company's office in Iowa is suitable for more than receiving mail, telephone calls, and e-mail. N o My company has been conducting business in Iowa for at least 3 years prior to the first request for bids on this project. N o My company is not a subsidiary of another business entity or my company is a subsidiary of another business entity that would qualify as a resident bidder in Iowa. If you answered "Yes" for each question above, your company qualifies as a resident bidder. Please complete Parts B and D of this form. If you answered "No" to one or more questions above, your company is a nonresident bidder. Please complete Parts C and D of this form. 1 To be completed by resident bidders Part My company has maintained offices in Iowa during the past 3 years at the following addresses: Dates: . � � 07 to / Address: 13c7 l-mC.d✓t Way City, State, Zip: A-tiAt � TA SD D � O Dates: / a6 /\ � $ to / / Address: I,UIib3 "St41.4.- .4 breLfre. City, State, Zip: vdottvtaPtAt i ITA Sb3 a Dates: / / to / / Address: You may attach additional sheet(s) if needed. City, State, Zip: To be completed by non-resident bidders PartC 1. Name of home state or foreign country reported to the Iowa Secretary of State: 2. Does your company's home state or foreign country offer preferences to resident bidders, resident labor force preferences or any other type of preference to bidders or laborers? 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. Yes IJ No 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. y kc L LC. Firm Name: Signature: Date: ighailiq 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) W.rksheet: A uth rrizato n o Transact 1 usiness This worksheet may be used to help complete Part A of the Resident Bidder Status form. If at least one of the following describes your business, you are authorized to transact business in Iowa. r Yes No My business is currently registered as a contractor with the Iowa Division of Labor. Yes El No My business is a sole proprietorship and I am an Iowa resident for Iowa income tax purposes. Yes No My business is a general partnership or joint venture. More than 50 percent of the general partners or joint venture parties are residents of Iowa for Iowa income tax purposes. El Yes No My business is an active corporation with the Iowa Secretary of State and has paid all fees required by the Secretary of State, has filed its most recent biennial report, and has not filed articles of dissolution. Yes No My business is a corporation whose articles of incorporation are filed in a state other than Iowa, the corporation has received a certificate of authority from the Iowa secretary of state, has filed its most recent biennial report with the secretary of state, and has neither received a certificate of withdrawal from the secretary of state nor had its authority revoked. n Yes No My business is a limited liability partnership which has filed a statement of qualification in this state and the statement has not been canceled. ■ 1 Yes No My business is a limited liability partnership which has filed a statement of qualification in a state other than Iowa, has filed a statement of foreign qualification in Iowa and a statement of cancellation has not been filed. Yes 11 No My business is a limited partnership or limited liability limited partnership which has filed a certificate of limited partnership in this state, and has not filed a statement of termination. Yes My business is a limited partnership or a limited liability limited partnership whose certificate of limited partnership is filed in a state other than Iowa, the limited partnership or limited liability limited partnership has received notification from the Iowa secretary of state that the application for certificate of authority has been approved and no notice of cancellation has been filed by the limited partnership or the limited liability limited partnership. Yes �_ No My business is a limited liability company whose certificate of organization is filed in Iowa and has not filed a statement of termination. Yes No My business is a limited liability company whose certificate of organization is filed in a state other than Iowa, has received a certificate of authority to transact business in Iowa and the certificate has not been revoked or canceled. 309-6001 (09-15) P rime Contractor Name: �44> Cb''tirachh,�o L (-- C. - 1 1\L -✓fir' `YO �r MBE/�WBE BUSDX -SS �-NTER'PRDSE PRE -Bloc rSNT„ CT D\D=ORGvr TD®��: FORM Project: FY eueso 34-4b j3loc.k Letting Date: A: rlt t- Kw. Sa, ,l-a✓s sem_ . N O GIBE/WBE 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. talictitek Contractor Signature ticietAck Title: Przu ititeavtas er Date: S UBCONTRACTORS APPLOCABLE: 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 should 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 E nterprise 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. A LE OF D u -O MATDOX SHOWING BE IDDER°S PRE- USDNESS ENTER RilSE COCTS ID Quotes Received QLotaton Tsed h Md. Subcontractors _ B Dates Contacted Yes/leo Dates Contacted Yes/No Doflllarr Amount Proposed to be Subcontracted l /W3IE 3 Sca,yat fr a; 4engnct. L ` " es '4aiti itct /00 1-418/11 yes A)0- - A (-Sm i c_i lake raco Ce w 51,,m N.c,k oh Oiliitet A) a t a.. f (, e l l al Ai D A)0 gt�pD&4t-42. et)r z s &t r to aoi i s` k a.ji7/(a /00 t o/ i Q 1 i S 0 uu ill /Oat 8 a Form CCO-4) Rev. 06-20-02 1 — 12D (Form CCO-4) Rev. 06-20-02 3 Sccbs frui:vit+tiet aLA ca. L was oke wt ea 4-045 k•Cto oUA.d oto-}- S. ,f'GSPovtc: 6(e._ lora\ . fid- K oke. -A -errs ; ve.ok, A-NitaAs A-ke-- kCseo, Sete pli tecA w a vA,d. vto\- cS outer- 41A -c, co 5-1-- o . -Rte- u.z a r K . (Form CCO-4) Rev. 06-20-02 2 12D �mgan I sh From: Sent: To: Subject: Logan Losh Tuesday, December 17, 2019 1:50 PM rocksvillarreal@aol.com Quote Reaching out for a quote for "FY 2020 3200 Block West Airline Highway Sanitary Sewer" in Waterloo Thanks Logan Losh IProject Manager/Estimator 1 J&K Contracting, LLC 0: (515) 233-5500 (C: (515) 450-0812 1 F: (515) 278-2351 llosh@landkcontracting-ia.com 110703 Justin Drive Urbandale, IA 50322 Utility Services l Sanitary & Septic System Installation 1 Grading and Excavation www.iandkcontractingofiowa.com. 1 Providing Services Since 2007 1 Lig n Losh From: Sent: To: Subject: Logan Losh Tuesday, December 17, 2019 1:57 PM richerich306@gmail.com Quote Reaching out for a quote for "FY 2020 3200 Block West Airline Highway Sanitary Sewer" in Waterloo Thanks Logan Losh IProject Manager/Estimator 1 J&K Contracting, LLC a (515) 233-55001C: (515) 450-0812 1 F: (515) 278-2351 Ilosh@jandkcontracting-ia.com 110703 Justin Drive Urbandale, IA 50322 Utility Services I Sanitary & Septic System Installation 1 Grading and Excavation www.iandkcontractingofiowa.com. 1 Providing Services Since 2007 gm I sh r From: Sent: To: Subject: Logan Losh Tuesday, December 17, 2019 1:19 PM barricades@netzero.com Quote Reaching out for a quote for "FY 2020 3200 Block West Airline Highway Sanitary Sewer" in Waterloo Thanks Logan Losh IProject Manager/Estimator 1 J&K Contracting, LLC 0: (515) 233-55001C (515) 450-0812 1 F: (515) 278-2351 llosh@iandkcontracting-ia.com 110703 Justin Drive Urbandale, IA 50322 Utility Services I Sanitary & Septic System Installation 1 Grading and Excavation wwwdandkcontractingofiowa.com. 1 Providing Services Since 2007 Bogan Lash r From: Sent: To: Subject Attachments: BONNIE'S BARRICADES <barricades@netzero.net> Tuesday, December 17, 2019 2.10 PM Logan Losh Re: Quote Quote Bonnie's Barricades will not be quoting on this project. Thanks Randy Cole Bonnie's Barricades barricades@netzero.com 515-282-8877 office 515-282-4620 fax Please note: message attached From: Logan Losh <Ilosh@jandkcontracting-ia.com> To: "barricades@netzero.com' <barricades@netzero.com> Subject: Quote Date: Tue, 17 Dec 2019 19:18:59 +0000 She's 46, But Looks 25. This is What She Does Every Day mayserve-magestor.com http://thirdpartyoffers.netzero.net/TGL3232/5df9362cae757362c48f9st01 vuc x Lt ga n Losh From: Sent: To: Subject: Logan Losh Wednesday, December 18, 2019 1218 PM 'richerich306@gmail.com' FW: Quote Just reaching back out to see if you will have a number on this Thanks! Logan Losh IProject Manager/Estimator 1 J&K Contracting, LLC 0: (515) 233-55001C: (515) 450-0812 1 F: (515) 278-2351 llosh@landkcontracting-ia.com 110703 Justin Drive Urbandale, IA 50322 Utility Services 1 Sanitary & Septic System Installation 1 Grading and Excavation www.jandkcontractingofiowa.com. 1 Providing Services Since 2007 From: Logan Losh Sent: Tuesday, December 17, 2019 1:57 PM To: richerich306@gmail.com Subject: Quote Reaching out for a quote for "FY 2020 3200 Block West Airline Highway Sanitary Sewer" in Waterloo Thanks Logan Losh IProject Manager/Estimator 1 J&K Contracting, LLC 0: (515) 233-55001C: (515) 450-0812 F: (515) 278-2351 Ilosh@jandkcontracting-ia.com 110703 Justin Drive Urbandale, IA 50322 Utility Services l Sanitary & Septic System Installation 1 Grading and Excavation www.iandkcontractingofiowa.com. 1 Providing Services Since 2007 Logan Ltsh From: Sent: To: Subject: Logan Losh Wednesday, December 18, 2019 12:17 PM rocksvillarreal@aol.com FW: Quote Just reaching back out to see if you will have a number on this Thanks! Logan Losh IProject Manager/Estimator 1 J&K Contracting, LLC 0: (515) 233-55001C: (515) 450-0812 I F: (515) 278-2351 Ilosh@jandkcontracting-ia.com 110703 Justin Drive Urbandale, IA 50322 Utility Services 1 Sanitary & Septic System Installation 1 Grading and Excavation www.jandkcontractingofiowa.com. 1 Providing Services Since 2007 From: Logan Losh Sent: Tuesday, December 17, 2019 1:50 PM To: rocksvillarreal@aol.com Subject: Quote Reaching out for a quote for "FY 2020 3200 Block West Airline Highway Sanitary Sewer" in Waterloo Thanks Logan Losh IProject Manager/Estimator 1 J&K Contracting, LLC 0' (515) 233-55001C: (515) 450-0812 I F: (515) 278-2351 Ilosh@jandkcontracting-ia.com 110703 Justin Drive Urbandale, IA 50322 Utility Services 1 Sanitary & Septic System Installation 1 Grading and Excavation www.jandkcontractingofiowa.com. 1 Providing Services Since 2007 1 BID BOND Bond No. 1001133330-26 KNOW ALL MEN BY THESE PRESENTS, that we, J&K Contracting, LLC as Principal, and American Contractors Indemnity Company as Surety are held and firmly bound unto the CITY OF WATERLOO , Iowa, hereinafter called "OWNER." In the penal sum Thirty Thousand and 00/100 Dollars ($ 30,000.00 ) lawful money of the United States, for the payment of which sum will and truly be made, we bind ourselves, our heirs, executors, administrators, and successors, jointly and severally, firmly by these presents. The condition of this obligation is such that whereas the accompanying Principal has submitted the bid dated the 19th day of December P 2019, for FY 2020 3200 Block W. Airline Highway Sanitary Sewer in the City of Waterloo, IA, Contract No 979 • NOW, THEREFORE, (a) If said Bid shall be rejected, or in the alternate, (b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the form specified and shall furnish a bond for his faithful performance of said contract, and for the payment of all persons performinglabor or furnishing materials in connection therewith, and shall in all other respects perform the agreement created by the acceptance of said Bid, Then this obligation shall be void, otherwise the same shall remain in force and effect; it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. By virtue of statutory authority, the full amount of this bid bond shall be forfeited to the Owner in liquidation of damages sustained in the event that the Principal fails to execute the contract and provide the bond as provided in the specifications or by law. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall be in no way impaired or affected by any extension of the time within which the Owner may accept such Bid or execute such contract; and said Surety does hereby waive notice of any such extension. IN WITNESS WHEREOF, the Principal and the Surety, have hereunto set their hands and seals, and such of them as are corporations, have caused their corporate seals to be hereto affixed and these presents to be signed bytheir proper officers this 19th day of December , A.D. 2019 . g J&K Contracting, LLC fitness Witness Principal By/, Jer I (Seal) y J. Feldmann, Managing Member (Title) American Contrq/C 'ors Indemnity Company (Seal) By Jeremy Crawford, Attorney -in tract SUrety :_ TOKIOMARINE HCC POWER OF ATTORNEY AMERICAN CONTRACTORS INDEMNITY COMPANY TEXAS BONDING COMPANY UNITED STATES SURETY COMPANY U.S. SPECIALTY INSURANCE COMPANY A24167 KNOW ALL MEN BY THESE PRESENTS: That American Contractors Indemnity Company a Cal fornia corporation, Texas Bonding_ Company, an assumed name of American Contractors Indemnity Company United States Surety Company, a Maryland corporation and U.S. Specialty Insurance Company, a Texas corporation (collectively the Companies"), do by these presents make constitute and appoint: Jeremy Crawford, Michael D. Williams, William J. Nemec, Tanya Fukushima, William Gerber or Michael E. Konzen of Golden Valley, Minnesota its true and lawful Attorneys) -in -fact, each in their separate capacity if more than one is named above, with full power and authority hereby conferred in its name place and steady to execute, acknowledge and deliver any and all bonds, -recognizances,- undertakings or other instruments or contracts of suretyship to include riders, amendments, and consents of surety, providing the bond penalty does not exceed ******Five Million****** Dollars ( ***s5,000 000.00*** ). This Power of Attorney sha I expire without further action on April 23rd, 2022. This Power of Attorney is granted under and by author ty of the following resolutions adopted by the Boards of Directors of the Companies: Be it Resolved that the President, any Vice -President, any Assistant Vice -President, any Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorney(s)-in-Fact-to represent and act for and on behalf of the Company subject to the following provisions: Attorney -in -Fact may be given full power and authority for and in the name of and on behalf of the Company, to execute, acknowledge and deliver, any and a I bonds, recognizances, contracts agreements or indemnity and other conditional or obligatory undertakings, including any and all consents for the release of retained percentages and/or f' nal estimates on engineering and construction contracts, and any and all notices and documents canceling or terminating the Company's liab lity thereunder, and any such instruments so executed by any such Attorney -in -Fact shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary. Be it Resolved, that the s gnature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile and any power of attorney or certificate bearing facsimile signature or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached. IN WITNESS WHEREOF, The Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this 1st day of June, 2018. AMERICAN CONTRACTORS INDEMNITY COMPANY TEXAS BONDING COMPANY UNITED STS Ea SURETY o OIJJJPANY` U4SJISPECIALVIIINSURANCE COMPANY State -of California County of Los Angeles a' :2.._ 2202Pre3.ti£D \2 =, `W SEPL95, IVO may• 41.C4CtioitAP" 10111000 By: Daniel P. Aguilar, Vice President A Notary- Public or other officer completing this certificate .verifies only the identity of the individual who signed the document to which this certificate- is attached, and not the truthfulness, accuracy, or validity of that document On this 1st day of June, 2018, before me, Sonia O Carrejo, a notary public, personally appeared Daniel P. Aguilar, Vice Presidentof American Contractors Indemnity Company, Texas Bonding Company, United States Surety Company and U S Specialty Insurance Company who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument theperson, or the entity upon behalf of which the person acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is: true and correct:` WITNESS my hand and official seal. SONIA O. CARREJO e t.•3 A: Notary Public• California La Angeles County Commbtbn a 1719479 Camm. Expires Apr 23, 1011 I, Kio Lo, Assistant -Secretary • American Contractors ndemnity Company, TexaBonding Company, United Statesf Surety Company and U.S Specialty Insurance Company, do hereby certify that the above and foregoing is a true and correct cagy of a POwer of Attorney, executed by said Companies, which is still in full force and effect; furthermore, the resolutions of the Boards of -Directors, set out in the Power of Attorney are in full force and effect. In Witness Whereof, I have hereunto set my hand and affixed the seals of said Companies at Los Angeles, California this 19th day of December , 2019 - 417 :403`,.” •..tLo. Signature �`l�"� (seal) Corporate Seals Bond No. 1001133330-26 Agency No. 8219 � -4.41% ti55Ut{g��- Y 111111140 ,,y, ltltill�i lrll\tliljS�\y\'` visit-tmhcc.corn/surety for more information Kio Lo, AssiSecretary HC9&NIANPOA0smo 9: Acknowledgment of Surety State of Minnesota County of Anoka On this 19th day of December, 2019 before me personally appeared Jeremy Crawford who acknowledged that he or she is the attorney in fact who is authorized to sign on behalf of American Contractors Indemnity Company (surety company), the foregoing instrument, and he thereupon duly acknowledged to me that he executed the same. ANGELA MARIE MARSOLEK Notary Public -Minnesota My Commission Expires Jan 31, 2023 otary Public