HomeMy WebLinkAboutK&W ElectricMgElectric Inc.
P.O Box 967
CEDAR FALLS, IOWA 50613
BID PROPOSAL - City of Waterloo - West Ridgeway
Avenue at Greyhound Drive Traffic Safety
Improvements
MElectric Inc.
P.O Box 967
CEDAR FALLS, IOWA 50613
BID SECURITY - City of Waterloo - West Ridgeway
Avenue at Greyhound Drive Traffic Safety
Improvements
ii ITT
GREYn
}
F WATERLOO - WEST RIDGEWAY AVENUE AT
OUND DTIVE TRAFFIC SAFETY IMPROVEMENTS
K & W ELECRIC, INC.
V- BID BOND
KNOW ALL MEN BY THESE PRESENTS, that we, K & W Electric, Inc. , as
principal, al, and United Fire and Casualty Company , as surety we held and firmly bound unto the
CITY OF WATERLOO, Iowa. In the penal sum 5% of the bid amount Dollars ($ 5%
), lawful money of the United States, for the payment of which sum will and truly be made, we bind
ourselves, our heirs, executors, administrators, and successors, jointly and severally, firmly by these
presents. The condition of this obligation is such that whereas the principal has submitted the
accompanying bid dated the 9th day of July 2020, for the West Ridgeway Avenue
at Greyhound Drive Traffic Safety Improvements Project (Iowa DOT Project No. CS-TSF-8155(762)—
85-07.
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/her faithful performance of said contract, and for the payment of all
persons performing labor or furnishing materials in connection therewith, and shall in all other respects
perform the agreement created by the acceptance of said bid,
Then this obligation shall be void, otherwise the same shall remain in force and effect; it being
expressly understood and agreed that the liability of the surety for any and all claims hereunder shall,
p Y
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 city 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 city 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 officers this . 9th day of
July , A.D. 2020.
dithA
Principal
(Seal)
r )(I)
By (Title)
United Fire and Casualty Company
Surety
•
By
Attorney -in -Fa
BID BOND
PAGE V-1
INSURANCE::.
KAOW ALL PERSONS BX THE a '
f I United Fire & Indemnity Companry, a corporation duly organized and existing under the laws of the Statelof Tex as; and
d
ed and existing tinder the 1 s
L�ITED FIRE & CASUALTY COMPANY CEDAR RAPIDS;
UNITED FIRE & INDEMNTTYCOMPANY, WEBSTF• TX
FINANCIAL PACIFIC INSURANCE COMPANX, ROCKLIN, CA
CERTIFIED COPY OF POZVER OF A1'I ORNEY
(original on file at Horne Office of Company - See Certification)
SE PRESENTS That United Fire & Casualty Company, a corporation duly.organized and existing under the laws
of the State o Iowa; -' • aiv of the State of California (herein co ectrve y called
Financial Pacific:lnsurance Company, a corporation duly. organiz
the Companies) and having their Corporate headquarters ai CedarRapids, State'of Iowa does make constitute atnd appoint
• $COTT (�OPPENS, MATTHEW ARENHOLZ, R08ERT .0 NEMMERS,,KATHY MCCLAIN,:LORT AGUTAR KODY MCCRACKEN,.
-JASON Ai Jam
RENHOLZ, EACH INDIVIDUALLY
tineirtrue and lawful Attomey(s) ni-Fact .with power and authority hereby conferred to sign, seal., and execute in its behalf: all lawful bonds,
undertakings and other obligatory instinments of sunular nature provided thatno single obligation shall exceed': $15 , 0,00 > 000.00
andto bind the Companies thereby as fully and to the same extenvas if such instruments Were signed by the duly authorized officers of the Companies
and all of the acts of said'Attorney pursuant to the;authorrtj/ hereb}; given Gild Hereby ratified and COnfn med
The Authority hereby granted shall expire'the23rd day:.of:'Segtembe.i' , 2021 unless:, sooner reYoked .4. by United $ire & Casualty
Company United Fire & Indemnity Company, and Fnianc al Pacific Inst rance Company.
6.
This Powetof Attorney is made and executed pursuant to and by authority of the following bylaw duly adopted on May 15, 2013, by the Boards of
Directors of Vmted Fu'e & Casualty Company, United Fire & Indemnity Company, and Financial Pacific Instuance Company
Article VI Surety Bonds and Undertakings
Section 2, Appointment of Attorney -in -Fact. "The President or any Vice President, or any other officer of the Companies may, from time to tune, appoint by written
`certificates attomeys-un-fact to act in behalf of the Companies in the execution of policies of insurance, bonds, undertakings and other obligatory instruments of lika nature.
:Tlre,stgnature of any offieer authorized hereby, and the Corporate seal, may be affixed by facsimile to any power of attorney or special power of attorney or certifcatiorn of
either authorized hereby; such signature and seal, when so used, being adopted by the Companies as the original signature of such officer and the `original seal of'the
Companies, to be valid and binding upon the Companies with the same force and effect as though manually affixed. Such attorneys -in -fact, subject to the limitations set of
:forth in :heir respective certificates of authority shall have full power to bind the Companies by their signature and execution of any such instrumentsand to attach the seal
the Companies thereto. The President or any Vice President, the Board of Directors or any other officer -of the Companies may at any time revoke all power and authority
previously given to:any attorney -in -fact.
vice president and its corporate seal to be hereto affixed this 23rd day of September 2019
oatt11Ut,,,1
44. 4♦
`♦4�tIWwii `c°G`F,c %NSUggy.
\xo
•
PpORq
° a F UNITED FIRE & CASUALTY COMPANY
=w CORPORATE g,_ =¢(� lY2 0• ' o=
_. _• _ _U, _
Za=z6;, 1986 ia�
%Q SEAL :Z•.•O ♦PiY2`
V•
••qC!F...
/!//BTCR TES\�\
UNITED FIRE & INDEMNITY COMPANY
FINANCIAL PACIFIC INSURANCE COMPANY
By:
State of Iowa County of Linn, ss• v w v «Vice President
On 23rd day 0f:September 2019.; before pe. per.,sonal:3.Y • came Denn?s J Richmann
to me known, who being by me duly sworn, did depose and say; that he resides in Cedar Rapids State of Iowa; that he is a We President of United Fare'
& Casualty Company a Vice President of Unlited. Fire & Indemnity Company, and: a Vice Preside it of Financial Pacific Insurance Company the
corporations described .in and nuhrch executed 'tlie above instruriment; that he knonvs the seal of. said corporations; that tine seal affixed to the sand
instrument is such corpdr ate seal; that it vas so affixed pnrsuaut.to autlionty: given by the :Board of Directors of said corporations and that he signed his
` name thereto piii'suant to hke authority, and acknowledges; same to: be the act and deed of said corporations:
tic:a. rill
'` Notary Public
Inquiries Surety Department
I18'Second Ave SI1
Cedar Rapids, IA''540I'
IN WITNESS WHEREOF, the COMPANIES have each caused these presents to. besigned by its
My commission expires. 4/23t2021
I, MaryA. Bertsch, Assistant Secretary o.:f United Fire & Casualty Connpany and Assistant Secretary Qf Unted Fire & Indemnity Company and'Assnstant
Secretary of Financial Pacific Insurance Company, do Inereijy certify that I Have compared: the foregotug cop .. of the Power of Attorney.and affidavit, and
the copy of the.$ection of the bylaws and resolutions of said.Corporations as. set Earth m said Power Qf Attorney with the ORIGINALS ON FILE IN THE -
HOME OFFICE` -OF SAID CORPORATIONS; and that the same are correct transcripts thereof anti of the whole of the said originals, and that the said
Povei of Attorney has not been revoked: ari 1S now in f ull`fore:4 and effect. r_: -
In testimo my whereof I have hereunto subscribed my name and affixed the corporate seal of the said Corporations
this 9 day of. si ^tl . , 20 2U
. ,,, tttgittp,,,
-Ho11U tr�ici p¢yno4iht� QG�GO POiq 9yp• 4% . a'
4,47
Yr y b
Judith A Jones. '
:Iowa Notarial Seal •
Commission number173041
My Commission Expires 4/23/2021
SEAL
t.
BPOA0045 122017
co w°aAIE
SEAL
V
c rse6 ♦P Assistant Secretary,
OF&C & OF&I & FPIC
// t/11111111�� /�"OniIniIPt14\\\♦�
This paper has a colored background and void pantograph.
I11- FORM OF BID
WEST RIDGEWAY AVENUE AT GREYHOUND DRIVE TRAFFIC SAFETY IMPROVEMENTS
City Project Number TOF-291
CITY OF WATERLOO, IOWA
Honorable Mayor and City Council, Waterloo, Iowa
The undersigned, being a Corporation existing under the laws of the State of IOWA , a
Partnership consisting of the following partners* , having
familiarized (himself) (themselves) (itself) with the plans and specifications as well as all other contract documents
listed in the Table of Contents and Addenda (if any), now on file in the office of the City Clerk, City Hall, Waterloo,
Iowa proposes to construct and build WEST RIDGEWAY AVENUE AT GREYHOUND DRIVE TRAFFIC SAFETY
IMPROVEMENTS, all in accordance with the above -listed documents for the prices listed below;
EST.
ITEM
UNITS
UNIT
PRICE
TOTAL
PRICE
CODE
DESCRIPTION
NO.
ITEM
QUANTITY2101-
1
0850001
CLEARING AND GRUBBING
ACRE
0.14
$32,000.00
$4,480.00
2
2102-
2710070
EXCAVATION,
ROADWAY
AND
CLASS
BORROW
10,
CY
590
$11.50
$6,785.00
3
2105-
8425015
TOPSOIL,
AND
SPREAD
STRIP, SALVAGE
CY
215
$9.50
$2,042.50
4
2115-
MODIFIED
SUBBASE, 6 IN.
CY
195
$51.50
$10,042.50
0100000
STANDARD
OR SLIP FORM
PORTLAND
CEMENT
5
2301-
CONCRETE
PAVEMENT,
SY
1,004
1032090
CLASS
C CLASS
2
DURABILITY,
9
IN.
$58.25
$58,483.00
PORTLAND
CEMENT
2301-
CONCRETE
PAVEMENT
LS
1
6
6911722
SAMPLES
$
$2,000.00
$2,000.00
2302-
GRANULAR
SHOULDERS,
7
7430100
TYPE
Al 6 IN.
TON
220
$24.00
$5,280.00
8
2303-
0000100
HOT
COMMERCIAL
ASPHALT
MIX
ASPHALT
BINDER),
MIXTURE,
MIX (INCLUDES
AS
PER
TON
18
PLAN
$265.00
$4,770.00
9
24
REMOVAL
OF
SIGN
EA
2
$100.00
$200.00
91
6745910
2401-
REMOVAL
OF CONCRETE
SY
513
$13.50
$6,925.50
10
7207010
2416-
APRONS,
CONCRETE,
151N.
11
EA
2
$1,250.00
$2,500.00
0100015
DIA.
12
2416-
REMOVE
CONCRETE
AND
PIPE
REINSTALL
APRONS
EA
1
0101036
LESS
THAN OR
EQUAL
TO 36
$425.00
$425.00
IN.
2416-
CULVERT,
CONCRETE
174
13
LF
1160015
ENTRANCE
PIPE,
15 IN. DIA.
$43.00
$7482.00
2416-
CULVERT,
CONCRETE
14
1160024
ENTRANCE
PIPE,
24 IN. DIA.
LE
6
$265.00
$1
,590.00
15
2435-
0140148
MANHOLE,
SW-401,
48
STORM
IN.
SEWER,
EA
2
$4,750.00
$9,500.00
16
2502-
8212106
SUBDRAIN,
IN.
PLASTIC PIPE, 6
LF
624
$12.70
$7,924.80
17
2502-
SUBDRAIN
OUTLET, DR-303
EA
2
$265.00
$530.00
8221303
18
2524-
6765010
REMOVE
SIGN
AND
AS PER
PLAN
REINSTALL
EA
4
$250.00
$1
,000.00
19
2525-
TRAFFIC
SIGNALIZATION
LS
1
205,000.00
$205,000.00
0000100
20
2527-
9263118
PAINTED
MARKINGS
PAVEMENT
STA
15.1
5140.00
$2,114.00
FORM OF BID
PAGE III-1
2527
PAVEMENT
MARKINGS
2.2
21
STA
$ 420.00
$924.00
9263180
REMOVED
22
2528-
8445110
TRAFFIC
CONTROL
LS
1
$5.2QQ.QQ
$5,200.00
23
2533
4980005
MOBILIZATION
LS
1
$15,000.00
$15,000.00
MULCHING,
BONDED
FIBER
2601-
ACRE
0.3
6,3QQ.QQ
$1.890.00
24
2634105
MATRIX
$
2601-
SEEDING
AND
FERTILIZING
ACRE
0.3
25
2636044
(URBAN)
$5,250.0G
$1,575.00
26
2602-
SILT
FENCE
LF
228
$3.15
$718.20
0000020
2602-
SILT
FENCE
FOR DITCH
185
LF
$5.30
$980.50
27
0000030
CHECKS
OF
SILT
FENCE
OR
28
2602-REMOVAL
SILT
FENCE
FOR DITCH
LF
413
$764.05
0000071
$1.85
CHECKS
MAINTENANCE
OF
SILT
2602-
FENCE
OR
SILT FENCE FOR
LF
413
29
0000101
$1.05
$433.65
DITCH
CHECK
AND
SLOPE
2602-PERIMETER
30
0000309
SEDIMENT
9 IN.
DIA.
CONTROL
DEVICE,
LF
22
$5.25
$115.50
REMOVAL
OF
PERIMETER
2602-
AND
SLOPE
SEDIMENT
LF
22
31
0000350
CONTROL
DEVICE
$5.25
$115.50
2602-
MOBILIZATIONS,
EROSION
32
a01oo10
CONTROL
EA
4
$525.00
$2,100.00
2602-
MOBILIZATION,
EMERGENCY
1
33
001002o
EROSION
CONTROL
EA
$1,050.00
$1,050.00
TOTAL
BID
$369
940.70
Total Bid Price in Writing:
Total Bid Price: $
Three hundred sixty nine thousand nine hundred fourty 70/100
$369,940.70 (numbers)
Dollars
1. In submitting this bid, the bidder understands that the tight is reserved by the City of Waterloo, Iowa, to reject any
or all bids. If notice of the acceptance of this bid is mailed emarled, faxed or delivered to the undersigned within
thirty (30) days after the opening thereof, or at any time thereafter before this bid is withdi awn, the undersigned
agrees to execute and deliver an agreement in the prescribed form within ten (10) days after the agreement is
presented to him.
2. The bidder has received the following Addendum or Addenda:
1. Addendum No. Date
3. The City reserves the right to reduce project size prior to the award of a contract due to budgetary limitations.
4. The City reserves the right to select a bid that is most advantageous to the City, price included.
5. The successful bidder agrees to submit a breakdown of prices for the lump sum traffic signalizatton item as per
signal quantity items shown on the plans immediately after the bidder is awarded the contract.
KW Electric
7/9/20
( me of Bidder) (Date)
BY: 42M1imi 1� Title Vice President
FORM OF BID
PAGE III-2
Official Address: (Including Zip Code):
i i a? L.;:toc,w`
I.R.S. No. LI). 1 1(4,1(p 71
SU(r3
FORM OF BID
PAGE III-3
Form 730007WP 7-9
Contractor KW Electric
Project# TOF-291
County Black Hawk
City Waterloo
TARGETED SMALL BUSINESS (TSB)
PRE -BID CONTACT INFORMATION
Page#
1
(To Be Completed By All Bidders per the Current Contract Provision)
In order for your bid to be considered responsive, you are required to provide information on this form showing your Targeted Small Business contacts made with your bid submission. This information is subject to verification
and confirmation.
In the event it is determined that the Targeted Small Business goals are not met, then before awarding the contract, the Contracting Authority will make a determination as to whether or not the apparent successful low bidder
made good faith efforts to meet the goals.
NOTE: Every effort shall be made to solicit quotes or bids on as many subcontractable items as necessary to achieve the established goals. If a TSB's quote is used in the bid, it is assumed that the firm listed will be used as a
subcontractor.
TABLE OF INFORMATION SHOWING BIDDERS PRE -BID
TARGETED SMALL BUSINESS (TSB) CONTACTS
SUBCONTRACTOR
TSB
DATES
CONTACTED
QUOTES
RECEIVED
QUOTATION
USED IN BID
YES/
NO
CONTACTED
DATES
YES/
NO
DOLLAR
TO BE
AMT.
SUBCONTRACTED
PROPOSED
Tiedt
Nursery
Y
6/15/20
Y
7/9/20
Y
$9,264.75
DC Corp
Y
7/8/20
y
7/9/20
Y
$57,220.00
Total dollar amount proposed to be subcontracted to TSB on this project $ $66,484.75
List items by name to be subcontracted:
TARGETED SMALL BUSINESS
PAGE VII-4