Loading...
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