Loading...
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