HomeMy WebLinkAboutK&W Electric - Hangar 3 - Contracts Bonds and Insurance - 2.6.2023CONTRACT
FOR
HANGAR#3 MAINTENANCE SHOP
LED LIGHTING
FAA AIP 3-19-0094-048 (CARES MNT)
AT THE
WATERLOO REGIONAL AIRPORT
WATERLOO, IOWA
THIS AGREEMENT, made and entered into this 6th day of February 20 23 by and between the Waterloo
Regional Airport for the City of Waterloo, Black Hawk County. Iowa, hereinafter referred to as the "Owner" and _
K&W Electric, Inc. (a corporation organized and existing under the laws of the State
oflowa), (a partnership consisting of ) (an individual trading as ) of
, in the State of , hereinafter referred to as the "Contractor."
WITNESSI^TH: That the Contractor for and in consideration of Twenty -live Thousand Seven Hundred Forty Dollars
(S25,740,00), 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
20_, as follows, being numbered 1 through 3 as shown in schedule ofprices bid in the attached Proposal
which is a part af 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 November 17 , 2022,
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.
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 oldie 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 tall "Contract Documents" for
the Waterloo Regional Airport, FAA Project Nos. 3-19-0094-048 Hangar#3 Maintenance Shop LED Lighting 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 financial 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.
FAA All" tt3•/94094.448 (CARE:. MNT) C-1 tHangarf3 Maan{enaace Shop LCD Lighting
Contract Waterloo Regional Airport - 60675{i9I
12. 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 partir4ereto have set their hands for the purpose herein expressed to this and three other
instruments of like tenor, as ofthe day of _
_..._eruary
ATTEST:
Kelley 'Fe[ch(e
City Clerk Ncxxix
CITY OF WATERLOO
62uer iin Ila 'E
B uneo
Mayor
CONTRACTOR
K&W ELECTRIC, INC.
By /
Finn Name
Signature
Iresi+ e :
Title
t iGas' - 5221.4 3
Business Address
Witness
Witness
FAA Ali.' it3-t9.0094•O48 (CARES MNT) C-3 ttangar N3 Maintenance Shop LLD Lighting
Contract 4Vatertoo Regional Airport - 50675tt91
ITEMIZED PROPOSAL
WATERLOO REGIONAL AIRPORT
WATERLOO, IOWA
PROJECT: a HANGAR #3 MAINTENANCE SHOP LED LIGHTING
FAA AIP PROJECT NO. 3-19-0094-048 (CARES MNT)
ITEM
NO.
DESCRIPTION
UNIT
ESTIMATED
QUANTITY
UNIT
PRICE
BID
TOTAL
PRICE
BID
BASE
MD
- I
DEMOLISH
LED
LIGHTS
•.v_
_.
SF
7,800
$ aasis
$ D q 50-
2
-INSTALL
LED
LIGHTS
EA
24
$ 6
SC
$ /'S
3
BRANCH
CIRCUIT
SF
7,800
S 1
$ grip
.
TOTAL
BM
S
A P
t
C'�
4. The Airport reserves the right to award the contract based an 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 exernined 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 at any Iocation, 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 agrees 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, 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 by explicit directive or are in fact segregated on the basis of race, 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 (1 S) days after the prescribed forms are presented for signature.
FAA A 3-I9.0094-048 (CARES MNT)
Jz•2 Hangar #3 Maintenance Shop LED Lighting
Proposal Form Waterloo Regional Airport - 60675091
A'
i
•
•
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
arrotneous.
The contractor shall provide immediate written notice to the sponsor if the contractor Learns that its certification or
that ofa subcontractor was erroneous when submitted or has become erroneous by reason ofcltanged 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.
Tltis 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 fordefautt at no
cost to the Government.
Nothing contained in the foregoing shall be construed to require establishment ofa system of records its order to
render, in good faith, the certification required by this provision. The knowledge and information ofa 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 ofa 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, dcclnrcd 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 Tower 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 firm who has an
interest in the contractor's firm is a person or firm ineligible to be awarded Government contracts by virtue ref section
3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1).
18. No part of this contract shall be subcontracted to any person or firm ineligible for award ofa 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, firth, or corporation, tint 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.
2O In subtnitttng 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
and holds harmless Owner for any violations ofIRCA as a result of the Contractor's employees or his subcontractor's
employees working on behalf of the Contractor on the Owner's project.
22. The undersigned certifies, to the best of his or her knowledge and belief, that:
•
FAA AI[' 3-I9-0094.048 (CARES MNT) P-4 Hangar 43 Maintenance Shop LED Lighting
Proposal Form waterloo Regional Airport - 60675091
(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)
--
(a) Abide by the terms of the statement; and
(h) Notify the employer In writing of the employee's conviction under a criminal drug statute for a
violation occurring in the workplace no later than 5 calendar days after such conviction.
(5) Notify the Contracting Officer in writing within 10 calendar days after receiving notice under subdivision
a (4) (b) of this provision, from an employee or otherwise receiving actual notice of such conviction. The
notice shall include the position title of the employee; and
(6) Within 30 calendar days after receiving notice under subdivision a.(4)(b) of this provision of a conviction,
take one of the following actions with respect to any employee who is convicted of a drug abuse violation
occurring in the workplace.
(a)
(b)
(7)
Take appropriate personnel action against such employee, up to and including termination; or
Require such employee to satisfactorily participate in a dnig abuse nssistance 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 ofsubparagraphsa. (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 e, or b. of this provision, renders the
offeror unqualified and ineligible for award. [See FAR 9.104-1(g) and 19.602-1a.(2)(a)).
d. It: addition to other remedies available to the Government, the certification in paragraphs ae or b. of this
provisionconcerns a matter within the jurisdiction of an agency of the United States and the making ofa false,
fictitious, or fraudulent certification may render the maker subject to prosecution tinder 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:
a. Bid Guaranty in the fonn 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. (IDOT Certification may be substituted.)
g. Completed DBE forms "Utilization Statement" and "Letter of Intent."
FAA AIP 3-19•0094-048 (CARES MNT) P-6 Hangar #3 Maintenance Shop LED Lighting
Proposal Poum Waterloo Regional Airport - 60675091
,20 .
Stale of ao
Nta .CO1_•LUSLON AFFIDAVIT OF PRIME BIDDER
)ss
County of ZJtctc <o-- (4-c iAr ,.. )
t3 Nt etf11/4„
(1) He is
being first duty sworn, deposes and says that:
of
the Bidder that has submitted the attached Bid:
(2) He is fully informed respecting the preparation and contents of the attached bid and of aII 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 affinnt, has In any way colluded, conspired, connived or agreed, directly or indirectly, with nny 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 connectton with such Contract, or has to 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 thc bid price or the bid price of any
other Bidder, or to secure through any collusion, conspiracy, connivance, or unlawfttl agreement any advantage against the
City of Waterloo, lowa, or any person interested in the proposed Contract; and
(5) the price or prices quoted in the attached bid art fair and proper and are not tainted by flay collusion, conspiracy,
connivance, or unlawful agreement an the part of the Bidder or any of its agents, representatives, owners, employees, or
parties in interest, including this affiant.
Subscribed and sworn to before me
liett
this day of Deg. e Ytik beers
R t
tj2
Title
My Commission Expires 1 tS , 20
tti, ALAN R. fE=NDORF
f 1.1* f. Commission Number 16142
Aalr
ti My Commisstot Expires
July 23, 20 x i
FAA AIP 3.19.0094-048 (CARES MI)
Proposal Form
(Signed)"
Title '-e,..t9 f ra `,.- `
Hangar ##3 Maintenance Shop LED Lighting
Waterloo Regional Airport - 60675091
UTILIZATION STATEMENT
Disadvantage Business Enter prise
e
The undersigned bidder/offeror has satisfied the requirements of the bid specification in the following manner. (Please
mark the appropriate box)
The bidder/offeror is committed to a minimum al'1/44%. DBE utilization on this contract.
O The bidder/offeror, while unable to meet tite DBE gent of %, hereby commits
to a minimum of % DBE utilization on this contract and also submits
documentation, es an attachment demonstrating good frith efforts (GFE).
The undersigned hereby further assures that the information included herein is true and correct, and that the DBE (inn(s) fisted herein have agrccd to
perform a commercially useful function in the wars{ itatrts noted for each firm. The undersigned further understands that no changes to this statement
may be tirade without prior approval from the Civil Right Staffer the Federal Aviation Administration_
t<�-4' tiff f c c4- wz G
Bidder's/dtTeroes Firm Name
_
Signature
DBE TJTILJZATI
N SUPOUVIAR..
Con trestA trot
DBE Amount Contract Percentage
DBE Prime Contractor $ x 1,00 = a3
DBE Subcontractor $ x 1.00 = $
DBE Supplier $ x 0.60 = $
DBE Manufacturer $ x 1.00 M$
Total Atnount DBE
DBE Goal
6�a
Note: If the total proposed DBE participation is Tess than the established DBE goal, Bidder must provtdc written documentation or the good
faith efforts as required by 49 CPR Fart 26,
FAA Alt' 3-19-0094-048 (CMt MKT)
Proposal Vann
P-to Hangar N3 Maintenance Shop LED Lighting
Waterloo Regional Airport - 60675091
BUY AMERICAN CERTIFICATION FORM FOR TOTAL FACILITY
(Building projects such as Terminal, SRE, ARF►F, etc.)
As a matter of bid responsiveness, the Bidder or Offeror must complete, sign, date, and submit this
certification statement with their proposal. The Bidder or Offeror must indicate how they Intend to comply
with 49 USC § 50101 by selecting one of the following certification statements, These statements are
mutually exclusive. Bidder must select one or the other (Le. not both) by inserting a checkmark V) or the
letter "X".
t
The Bidder or Offeror hereby certifies that it will comply with 49 USC. 50101 by:
a) Only installing steel and manufactured products produced in the United States, or,
b) installing manufactured products for which the FAA has issued a waiver as indicated by
inclusion on the current FM Nationwide Buy American Waivers Issued listing, or;
c) Installing products listed es an Excepted Article, Material or Supply in Federal Acquisition
Regulation Subpart 25.108.
By selecting this certification statement, the Bidder or Offeror agrees:
1. To provide to the Owner evidence that documents the source and origin of the steel and
manufactured product.
2. To faithfully comply with providing US domestic products.
3. To refrain from seeking a waiver request after establishment of the contract, unless extenuating
circumstances emerge that the FM determines justified.
The Bidder or Offeror hereby certifies It cannot comply with the 100% Buy American Preferences of
49 USC § 50101(a) but may qualify for either a Type III or Type IV waiver under 49 USC § 50101(b). By
selecting this certification statement, the apparent Bidder or Offeror with the apparent low bid agrees:
1. To the submit to the Owner within 15 calendar days of the bid opening, a formal waiver request
end required documentation that support the type of waiver being requested.
2. That failure to submit the required documentation within the specified timeframe is cause for a non-
responsive determination may results in rejection of the proposal.
3. To faithfully comply with providing US domestic products at or above the approved US domestic
content percentage as approved by the FAA.
4. To furnish US domestic product for any waiver request that the FAA rejects,
5. To refrain from seeking a waiver request after establishment of the contract, unless extenuating
circumstances emerge that the FAA determines justified.
Required Documentation
Type Ill Waiver —The cost of components and subcomponents produced in the United States is more that
60% of the cost of all components and subcomponents of the "facility". The required documentation for a
Type 111 waiver is:
a) Listing of all manufactured products that are not comprised of 100% US domestic content (Excludes
products listed on the FM Nationwide Buy American Waivers issued listing and products excluded
by Federal Acquisition Regulation Subpart 25.100; products of unknown origin must be considered
as non -domestic products in their entirety).
b) Cost of non -domestic components and subcomponents, excluding labor costs associated with final
assembly and installation at project location.
FAA AIP 3-19-0094-04a (CARES MNT) P-I2 Hangar in MaintenancaShop LED Lighting
Proposal Form Waterloo Regional Airport - 60673091
Bury y America Waiver Rec u,uest,
Title 49 U.S.C. Section 50101 (b)
E'er AirfieGd Development Projects funded under the
Airport Improvement Program
(Revised 4/'i 9/20i 0)
krsttat Sections for Permissible Waivers
Section S0101(10(1) Wttive';
The bidder may not request a waiver based upon the best interests or the public. The FAA Office of Airports publishes such waivers et:
Mlle://www,faa.gov/airportslalp!procurement/federaE contract_srnvisionstmedia/buy_amerlean„,,waivcr.xis
Section SO1O1(b)(2)'Wnivcr:
The bidder may not request a waiver based upon insufficient supply ofU,S, manufactured. The FAA Office ofAirports publishes such
waivers at:
http://tvvtw.fartgovlsirports/alp/praeurament/fcderal contractsrovisionafinedia/buy merican_waiveaxis
Scctlun 5O1O1(ttll(P) Wnivcrt
The bidder may request a waiver if GO% or more of the components are produced in the United States and final assembly
occurs hi the U.S. Bidder is hereby advised that the Owner's approval with the bidder's waiver request is contingent upon
FAA approval.
"Equipment" In Section 50101 shall mean the following:
a) Individual type "L" items (Airfield Lighting Equipment) as listed in FAA Advisory Circular 150/5345.53.
b) Individual bid items as established within FAA Advisory Circular 150/5370-10. The bid item application may not be applied
for the type "L" items listed in AC 150/5345-53.
c) A. waiver request may only address one specific equipment item. Submit separate requests for each equipment item for which
a waiver.
d) items listed under the Nationwide Waiver do not require further review. Please refer to the following webpage;
http://www.fart.gov/ulrports/alp/orocuremenittederu1_contract„provisions/tnediatimy_eratcrican_waiver,xls
The bidder must base the U.S. percentage upon the value that results from completing a component cost calculation tables similar to
the attached format. Bidder shall avoid mere pro frrrna efforts to establish the tvaivcrrequest percentage. The Bidder must submit
the component cost calculation tables as an attachment to the waiver request.
Components/subcomponents art the material and products composing the "equipment".
The final assembly of the ATP-funded "equipment" muss be within the USA (Section SOIO!(b)(3)(), Final assenibly is the
substantial transformation ofthe components and subcomponents into the end product,
All steel used in the "Equipment" must be produced In the United States
The Buy American requirements apply to all tier contractors and subconirnctort. All cutriractars/subcontractors are required to
provide appropriate documentation that indicates origin of manufacturer end percentage of domestic made product.
The bidder is hereby advised there is no implied or expressed guarantee that a requested waiver will be Issued by the Federal
Aviation Administration (FAA). Less than 60% USA component/subcomponent proposed for this facility CANNOT be waived.
Productsmade with foreign steel am not eligible for a waiver.
North America Free Tntt.AcJ (NAFT'A): Free Trade Agreements such as NAM. do not apply to the ATP, Products and material
made in Canada or Mexico must be considered as foreign made products,
Preparation ofa Component Cost Calculation Table Is not necessary for equipment listed on the FAA national listing:
leap://c+ww,faa, govielrportsfaip/procutomGtEfederaE contract,provisions/medic/buy_arnerican_tvaiver.xis.
Bidder however shall submit a Listing of any equipment it proposes to install on the project that is included on the National Buy
American conformance list.
Instructions for Section 501O1(b)(4) Wnivcri
1. The bidder may request a waiver if application of Buy America preferences results in a 2S% cost increase In the
overall project. This waiver is rarely applicable? Consult the Owner before malcirig this request.
MA AIP 3-19-0094-048 (CARES MNT) P-14 HangarH3 lvtaintenance Shop LED Lighting
Proposal Form Waterloo Regional Airport - 60675091
Buy America Conformance Listing
Title 49 U.S.C. Section 50101 (b)
For Airfield Development Projects funded under the
Airport Improvement Program
• Preparation ofa Component Cost Calculation Table is not necessaryfor equipment listed on the FAA national listing:
lrttl):/l y,frtrt,l; /crlrt�nrtt%tAt1'ywcr;rernj;/ C[ICfi7/ cn;ImcI Lt;ft�'jglon3/t1FCllfa�lt;nt nntc?rfcrtrt tirnFiv+r.rte
• Bidder shall submit a listing of equipment it proposes to install on the project that is Included an the current National My
American conformance II3t.
Certification Signature:
Bidder hereby certifies that the above listed equipment, which we propose for installation on the subject
project, are on the current National Buy America Conformance list as established at:
Intp:ftwww,rota.govinirporlsfaiplprocttremetltlfederai col et provisiflnsltticcii;t/buy ntfc
li aereby certify the above information is accurate and complete.
Bidder's Firut Name Date
Signature
FAA AIP 3-t9.0094•048 (CARES MKT) P-16 Hangar/3 Maintenance Shop LED Lighting
Proposal Form Waterloo Regional Airport - 60675091
Worksheet: Authorization to rim act BuSSine s
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.
Yes
DYe
Yes
Yes D No
Yes
My business is currently registered as a contractor with the Iowa Division of Labor.
My business is a sole proprietorship and I am an Iowa resident for Iowa income tax purposes.
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,
My business is an active corporation with the Iowa Secretary of State and has paid ail fees
required by the Secretary of State, has died its most recent biennial report, and has not filed
articles of dissolution,
My business is a corporation whose articles of Incorporation are flied 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.
Yes I` fro My business is a limited liability partnership which has flied a statement of qualification in this
state and the statement has not been canceled,
Yes -4No
[] Yes [X]No
( Yes
El Yes.No
�] Yes
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
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.
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 flied by the
limited partnership or the limited liability limited partnership,
My business is a limited liability company whose certificate of organization is filed in Iowa and has
not filed a statement of termination,
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)
HSP 2
PREQUALIFICATION CATEGORIES
Approved per Article 1102.01, Competency and Qualification of Bidders, as of
May 27, 2022 for (K.100) K & W ELECTRIC, INC.
TRAFFIC SAFFFY
(T3) LIGHTING/TRAFFIC SIGNALS
(T5) SIGNING
MISCELLANEOUS :
(M1) MISCELLANEOUS
rye r rsw . ==L
Page 1 of 1
PERFORMANCE BOND
Bond Number: 208387J
KNOW ALL MEN BY THESE PRESENTS: That we, K&W Electric, Inc. ,asPRINCIPAL, also referred
to as CONTRACTOR, and Wefeld Insuranas SURETY, are held and firmly
bound unto Waterloo Regional Airport, 2790 Livingston Lane, Waterloo, Iowa 50703 as OWNER, in the full sum of
Twenty Five Thousand Seven Hundred Forty & No/100 ($ 25t74Q,QQ ) for the payment of which, well and
truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, by
these presents.
WHEREAS, the above -bound Principal has entered into a contract with the OWNER dated the day of
20_, for improvements at the Waterloo Regional Airport, which includes:
The FAA 3-I9.0094-048 (CARES MNT) Hangar #3 Maintcnanee Shop LED Lighting project which
consists of the removal of forty-four (44) existing fluorescent lights and replacing them with twenty-four
(24) LED light fixtures LED lighting shall be controlled with a local wall switch and multipole lighting
contactor.
This work and all other incidentals shall be performed as shown on the Drawings and described in the Specifications.
NOW, THEREFORE, the conditions of this obligation are such that if the above -bound PRINCIPAL shall faithfully and
fully comply with the terrns and conditions ofsaid contract, including, but not limited to, any obligations created by way
of warranties and/or guarantees forworkmanship and materials which warranty and/or guarantee may extend for a period
of time beyond complettan of said contract, and such alternations or additions as may be made therein or in the plans and
specifications, and shall indemnify and save the OWNER harmless against any claims for using any form of material,
process, composition or anything which is patented, and likewise indemnify and save the OWNER harmless against all
claims for damages by reason or any default or negligence, want of skill or care on the part of said PRINCIPAL or
Agents in and about the performance of said contract, and shall comply with all laws pertaining to said work, and shall
comply with and perform any and all warranties and/or guarantees provided for in said contact, then this obligation shall
be void; otherwise of full force and effect.
PROVIDED, further than upon either the default ofthe PRINCIPAL, or the failure ofthe said PRINCIPAL to promptly
and efficiently prosecute said Work, in any respect, in accordance with the Contract Documents, the above bound
SURETY shall either remedy the default ofthe PRINCIPAL or shall take charge ofsaid Work and complete the Contract
at his own expense, pursuant to its terms, receiving, however, any balance ofthe funds in the hands of said OWNER due
under said contract.
It shall be the duty ofthe SURETY to give au unequivocal notice in writing to the OWNER within ten (1 0) days after
receipt of a declaration of default of the SURETY'S election either to remedy the default or defaults promptly or to
perform the contract promptly, time being ofthe essence. In said notice of election, the SURETY shall indicate the date
on which the remedy or performance will commence, and it shall be the duty ofthe SURETY to give prompt notice in
writing to the OWNER immediately upon completion of (a) the remedy and/or correction ofeach default, (b) the remedy
and/or correction of each item of condemned work, (c) the furnishings of each omitted item of work, arid (d) the
performance of the contract. The SURETY shall not asset solvency of its PRINCIPAL as Justification for its failure to
promptly remedy the default or defaults or perform the contract.
In the event said PRINCIPAL shall fail or delay the prosecution and completion of said Work and said SURETY shall
also fail to act promptly as herein above provided, then the OWNER shall cause ten (10) days notice of such failure to be
given, both to said PRINCIPAL and SURETY, and at the expiration of said ten (10) 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
be done and when the same is completed and the cost thereof estimated, the said PRINCIPAL and SURETY shall and
hereby agree to pay any excess in the cost of saki Work above the agreed price to be paid under said Contract.
Upon completion of said Contract pursuant to its terms, i fany funds remain due on said Contract, the same shall be paid
to said PRINCIPAL and SURETY.
FAA A[P #3-19-0094.048 (CARES MNT)
Contract
C-4 Hangarti3 Maintenance Shop LED Lighting
Waterloo Regional Airport - 60675041
Bond Number: 208387J
PAYMENT BOND
KNOW ALL MEN BY THESE PRESENTS: That we, K &VW Electric, Inc asPRINCIPAL,aiso
referred to as CONTRACTOR, and Westfield Insurance Company _, as SURETY, are held and firmly
bound unto Waterloo Regional Airport, 2790 Livingston Lane, Waterloo, Iowa 50703 as OWNER, in the full sum of
Twenty Five Thousand Seven Hundred Forty & No/100 ($ 252740.00 ), for the use and protection of said OWNER and
all subcontractors and all persons supplying labor, materials, machinery and equipment for the performance of the work
provided for in the contract hereinafter referred to, for the payment of which, well and truly to be made, we bind
ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, by these presents.
WHEREAS, the above -bound Principal has entered into a contract with the OWNER dated the
day of 20,__, for improvements at the Waterloo Regional Airport, which includes:
The FAA 3-19-0094-048 (CARES MNT) Hangar 43 Maintenance Shop LED Lighting project which
conststs of the removal of forty-four (44) existing fluorescent lights and replacing therm with twenty-four
(24) LED light fixtures. LED lighting shall be controlled with a local wall switch and multipole lighting
contactor.
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 that if the above -bound PRINCIPAL shall promptly make
payment to all claimants as hereinafter defined, for 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 conditions:
I. The said SURETY to this bond, for value received, hereby stipulates and agrees that no change or changes,
extension of time or extensions of time, alteration of alterations or addition or additions to the terms ofthe contract
or to the work to be performed thereunder, or the specifications or drawings accompanying same shall in any wise
affect its obligation on this bond, and it does hereby waive notice of any such change or changes, extension of time
or extensions of time, alteration or alterations or addition or additions to the terms of the contract or to the work or
to the specifications or drawings.
2. A claimant is defined as any subcontractor and any person supplying labor, materials, machinery, or equipment in
the prosecution of the work provided for in said contzict.
Signed and sealed this
day of iIi2 ,2Q
FAA A1P f3-19•0094-048 (CARES MtdT) C-6
Contract
1-Iangnr#3 Maintenance Shop LED Lighting
Waterloo Regional Airport - 60675091
Tills POWER OF ATTQITh EY SUPERCEDES ANY PREVIOUS powER GEARING THIS SAME
POWER ! wD ISSUED PRIOR 'O C$12P22, FOR ANY PE ON on PERSOf-'S NAmED IThLOW.,
General
Power
of Attorn y
CERTIFIED COPY
POWER NO. 1429172 00
Vtlestfleid kagrance Co.
Westfield Nation l Insurance Co.
Ohio Farmers 9risurance Co.
t ,Wes field Center, Ohlo
Know All Men by These Presents, That WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO
FARMERS INSURANCE COMPANY, corporations, hereinafter referred to individually as a "Company" and collectively as "Companies," duly
organized and existing under the laws of the State of Ohlo, and having its principal office in Westfield Center, Medina County, Ohio, do by these
presents make, constitute and appoint
JOSEPH I. SCHMIT, JEFFREY Fe BAKER, DREG T. LAMAiR, E. A. VONHARZ, BRANDON HORBACH, JOINTLY OR SEVERALLY
Y
of WEST DES MOINES and State of IA Its true and lawful Attorney(s)-in-Fact, with hill power and authority hereby conferred in Its name,
place and stead, to execute, acknowledge and deliver bhiy and all bmtds, recogni; mcasc, undhrtgkings, or other instruments or centracb3 or
auretytip in any penal Limit.
•
LIMITATION: THIS POWER OF ATTORNEY CANNOT UE UtED TOO i tECU rE NOTE GUARANTEE, MORTGAGE DEFICIENCY, MORTGAGE
GUARANTEE, OR BANK DEPOSITORY BONDS,
and to bind any of the Companies thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporate
seal of the applicable Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney(s)-in-Fact may do in
the premises. Said appointment is made under and by authority of the following resolution adopted by the Board of Directors of each of the
WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY:
"Be It Resolved, that the President, any Senior Executive, any Secretary or any Fidelity & Surety Operations Executive or other Ecutive 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 an behalf of the Company subject to the following provisions:
The 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 all bonds, recognizances, contracts, agreements of Indemnity and other conditional or obligatory undertakings and any and nil
notices and documents canceling or terminating the Company's liability thereunder, and any such Instruments so executed by any such
Attorney -in -Fact shall be as binding upon the Company as if signed by the President and sealed and attested by the Corporate Secretary?
"90 It Further Resolved, that the signature of any such designated person and the 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 signatures or facsimile
seal shall be valid and binding upon the Company with respect to any bond or undertaking to which It is attached." (Each adopted at a muting
held on February 8, 2000).
in Witness Whereof, WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE
COMPANY have caused these presents to be signed by their National Surety Leader and Senior Executive and their corporate seals to be hereto
affixed this 7dth day of JUNE A.Q., .
Corporate _thews +��►%%% ti**Paine*'**,,*{r.,, ,,.s.�rttae ..
Seis Jy+fir ���cMai��'�`f }R": " �`tScic
AK
Affixed • .�� 'p' e �i,. c
)r,, Q� ' . ylitt ME
it. Av. i th 1
If
' • I� .,••arias♦*,t I` q, eq.
waao Sad 42
a,^fra/ir,,rrt*t/tNttt�y``i#4/16Dtttstt'"ewe�i
State of Ohlo
County of Medina ss.:
WESTFIELD INSURANCE COMPANY
WESTFIELD NATIONAL INSURANCE COMPANY
OHIO FARMERS INSURANCE COMPANY
By:
Cs ey W. ituinper, Natlonaf'Stxrety Leader and
Senior Executive
J
On this lath day of JUNE A.D., 2022 , before me personally came Cary W. Stutpor to me known, who, being by me duly sworn,
did depose and say, that he resides In Medina, ON; that he Is Natlonai Surety Leader and Senior Executive of WESTFIELD INSURANCE
COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, the companies described in and which
executed the above instrument; that he knows the seats of said Companies; that the seals affixed to said instrument are such corporate seals; that
they ware so affixed by order of the Boards of Directors of said Companies; and that he signed his name thereto by like order.
Notarial
Seal
Affixed
State of Ohio
County of Medina ss.:
rr 0 0inhitail Wei 4
I, Frank A. Carrino, Secretary of WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS
INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said
Companies, which is still in full force and effect; and 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 Westfield Center, Ohlo, this day of
r
4410),
rem v
via t;
azeda
David A. Katnik, Attorney at Law, Notary Public
My Commission Does Not Expire (Sec. 147.03 Ohio Revised Code)
not it
,`f,d
AP
° G -
4 Mt
- ,
%t,{tt`P4/Exit t=ttit°tit`
to:
:rno
0e
Eftel
�,4
aaEl
0 °Gr C%. Od4 ....
oe aee.o Jr
liOa9c<aornss+�t'„spa
4foss
Flank A. Canine, Secretary
L ss, ee Scat -key
L4 OAC,2 (combined) (03
2)
.--
DATE(MMIDD(YYYY)
/9/2023
Accmbe
CERTIFICATE,
OF
LIABILITY
INSURANCE
...-- -1
THIS
CERTIFICATE
BELOW,
REPRESENTATIVE
CERTIFICATE
THIS
DOES
CERTIFICATE
OR
IS
NOT
ISSUED
PRODUCER,
AFFIRMATIVELY
AS
OF
INSURANCE
A
AND
MATTER
THE
OF
OR
CERTIFICATE
NEGATIVELY
DOES
INFORMATION
NOT
HOLDER.
CONSTITUTE
AMEND,
ONLY
AND
EXTEND
A
CONTRACT
CONFERS
OR
ALTER
NO
BETWEEN
RIGHTS
THE
COVERAGE
UPON
THE
ISSUING
THE
AFFORDED
CERTIFICATE
INSURER(S),
BY
THE
HOLDER.
AUTHORIZED
POLICIES
THIS
IMPORTANT:
If
the certificate
holder
Is
an ADDITIONAL
INSURED,
the
policy(les)
must
have
ADDITIONAL
INSURED
provisions
or
be endorsed,
If
this
SUBROGATION
certificate
does
15
not
WAIVED,
confer
subject
rights
to
to
the
the
certificate
terms
and
conditions
holder
in_
of
lieu of
the
such
policy,
endorsements
certain
policies
.
may require
an endorsement.
A statement
on
RO
4200Ave.,_
West
-
Des
.
«
_rtners
Great
-
_
-
#
Plains
..
- 200
R
•
CONTACT
t4Amec Brenda
Trogdon
A/C NNo. EMI: S16.237-0169
FAX
Noi:
515-237-0169
AppREss:
Brenda.Troadan,7a,AssuredPartners.com
INSURER(S)
AFFORDING COVERAGE
NAtC a
INSURER A: Accident
Fund
ins
Co of
America
10166
INSURED
K&W
1127
Cedar
Electric,
Lincoln
Falls
St
IA
Inc.
50613
1c8VJELEC-(i2
INSURER
a: Middlesex
Insurance Company
23434
INSURER C
INSURER o :
INSURER E
INSURER
F :
COVERAGES
CERTIFICATE NUMBER: 2023963891
REVISION NUMBER:
THIS
INDICATED.
CERTIFICATE
EXCLUSIONS
IS
TO
CERTIFY
NOTWITHSTANDING
AND
MAY
BE
CONDITIONS
THAT
ISSUED
THE
POLICIES
OR
OF
ANY
MAY
SUCH
REQUIREMENT,
OF
PERTAIN,
POLICIES..
INSURANCE
THE
LIMITS
TERM
INSURANCE
LISTED
SHOWN
OR
BELOW
CONDITION
MAY
AFFORDED
HAVE
HAVE
OF
BEEN
BEEN
ANY
BY
THE
REDUCED
ISSUED
CONTRACT
POLICIES
BY
TO
OR
PAID
THE
DESCRIBED
OTHER
CLAIMS.
INSURED
DOCUMENT
HEREIN
NAMED
ABOVE
WITH
IS SUBJECT
RESPECT
FOR
TO
THE
ALL
POLICY
TO
THE
WHICH
PERIOD
TERMS,
THIS
INSR
LTR
TYRE
OF INSURANCE
ADDL
SNSD
SUBR
WW1
POLICY NUMBER
POLICY EFF
(MM(OD(YYYY)
POLICY
(MIWDO(YYYYI
EXP
UMITS
B
X
COMMERCIAL
GENERAL
LABILITY
Y
A0174644
7/15/2022
7115/2023
EACHOCCURRENCE
$1,000,000
CLAIMS
-MADE
DP OCCUR
DAMAGE
PREMISES
MEC}
DP
TO
(Any
RtNTED
fEa occurrence)
ort�
person),
$ 500,000
510,00(}
Ott,* M .m.,........,.#*'tr
µ
.., ....,
. W
m
PERSONAL
& ADV INJURY
$1,000.000
GEN'L
AGGREGATE
LIMIT
APPLES PER;
GENERAL
AGGREGATE
S 3,000,000
l
Poi.tcY I.
+ j
X LOC
. COMP/OP AGG
S 2.Oft0.gt10
„At...,
S
6
AUTOMOBILE LIABILITY
A0174644
7/15/2022
7115/2023
KiMni
ctna51NGLE
LIMIT
$1,00OAO0
X
ANY AUTO
BODILY
INJURY (Per person)
$
_- .-
OWNED
AUTOS ONLY
SCHEDULED
AUTOS
BODILY
INJURY (Per accident)
$
X
HIRED
AUTOS ONLY
..,
X
,
NON -OWNED
AUTOS ONLY
PROPERTY
(Per
accident)
DAMAGE
$
$
B
X
UMBRELLA
Una
X
occuN
A0174644
7/15/2022
7/15/2023
EACH
OCCURRENCE
$5,000,000
EXCESS LIA13
CLAIMS -MADE
AGGREGATE
S 5,000,000
DED
X
RETEt4T ON Sn
S
A
WORKERS
AND EMPLOYERS'
COMPENSATION
LABILITY
Y / N
N (A
WCP100044467
_ _
7115/2022
7/15/2t}23
kX
ST
TUTS
ERH-
E.L.
EACH
ACCIDENT
$ 500,000OFFICI:R(MEMBEREXCLUDE
ANYPROPRIETOR/PARINERT
XECUT1VE
N
?
E.L.
DISEASE
= EA EMPLOYEE
$ 500,040
{Mandatory
1( yes, describe
DESCRIPTION
In NH)
under
OF
OPERATIONS below
DISEASE
, POLICY LIMIT
$ 500,000
fl
Professional
Llabt4ty
A0174644
7115/202.2
7/15/2023
,E.L.
Pet
General
Ot wtance
Agregate
1,000,000
1,000,000
DESCRIPTION
Project:
Waterloo
Land;
Managers
3-19-0094-048
Regional
OF
OPERATIONS
or
Airport
Lessors
/LOCATIONS
Hangar
Is
or
#3
an Additional
Premises;
Maintenance
1
VEHICLES
Insured
Owners,
(ACORD
Shop
101,
- Any
Lessees
LED
Parson
Additional
Lighting
or
Contractors,
or
Remarks
/ WO
Organization
$citadu(e,
6265
State
you
may be
are
or Political
attached
Perfortning
Subdivisions;
If
m n
spaces
Work
1s
For;
when
required)
Lessor
required
of
Leased
in a written
Equipment;
contract,
Lessor
agreement
or
Leased
or
permit on a
primary and noncontributory
basis
with
respects
to
the Carteret
Liability
policy
per form CG7021
(06/18)
I
E
CERTIFICATE HOLDER
Waterloo Regional Airport
2790 Livingston Ln
Waterloo IA 50703
ACORD 25 (2016/03)
CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WFFtH THE POLICY PROVISIONS,
AUTNDRLZ.ED REPRESENTATIVE
r
01988-2015 ACORD CORPORATION. All rights reserved.
The ACORD name and logo are registered marks of ACORD