Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
K & W Electric, Inc.
D 0 HS D �_ N D -0ID z w o n CD r CD r --1 Z 0 -1 CM 3_ o n m a co D _0- m D Ucl r "cucn N o F 0 w rt m 3 a) rr 0 0 0 CO Sic m r m n n PROPOSAL FORM FOR IMPROVE TERMINAL BUILDING (Install Security System) FAA AIP 3-19-0094-054 (CARES DEV) AT THE WATERLOO REGIONAL AIRPORT WATERLOO, IOWA Waterloo Regional Airport 2790 Livingston Lane Watei loo, IA 50703 Gentlemen: 1. The undersigned, being a Corporation existing under the laws of the State of Towc:. , a Partnership consisting of the following partners: K4 W El e e}r-� t "twc. , having familiarized (himself) (themselves) with the existing conditions on the project area affecting the cost of the work, and with all the contract documents lis the Table of Contents and Addenda (if any), as prepared by the City Engineer of the City of Waterloo now on file in the office of the City Clerk, City Hall, Waterloo, Iowa, hereby proposes to furnish all supervision, technical personnel, labor, materials, machinery, tools, appurtenances, equipment, and services, including utility and transportation services required to construct and complete this Improve Terminal Building (Install Security System) -- FAA AIP 3-19-0094-054 (CARES DEV), all in accordance with the above -listed documents and for the unit prices for work in place for the following items and quantities: 2. The extent of the work involved is as follows. The FAA 3-19-0094-054 (CARES DEV) Improve Terminal Building (Install Security System) project which consists of the installation of a Closed -Circuit Television (CCTV) security camera system at and within the Waterloo Airport (ALO) terminal building. The CCTV system will survey exterior entry points to the parking lots and drives, access gates, and the terminal's building perimeter. The site cameras not mounted on the terminal building will transmit signals wirelessly. Inter for cameras will be strategically placed for viewing key entry and circulation areas of the terminal as well as ticket counters, security check point, baggage claim, and car rental. The CCTV server will have the capability to store up to 30 days of carnera activity. This CCTV system will be interfaced with the City of Waterloo Police Department to allow for remote monitor ing and viewing of live or recorded video feeds from the airport. 3. The undersigned, in compliance with your Invitation for Bids dated //25/23 , hereby proposes to do the work called for in said Contract and Specifications and shown on said Plans and Addendum Nos. 0 and to furnish all materials, tools, labor and all appliances and appurtenances necessary for the said work at the following r ates and prices: FAA AIP 3-19-0094-054 (CARES DEV) P-1 Improve Terminal Building - CCTV Proposal Form Waterloo Regional Airport - 60675091 ITEMIZED PROPOSAL WATERLOO REGIONAL AIRPORT WATERLOO, IOWA PROJECT: • IMPROVE TERMINAL BUILDING (Install Security System) FAA AIP PROJECT NO. 3-19-0094-054 (CARES DEV) ITEM NO. BASE BID 1 2 3 4 5 6 7 8 9 10 DESCRIPTION UNIT ESTIMATED QUANTITY INDOOR CCTV CAMERAS OUTDOOR 4 LENS CCTV CAMERAS PLUS HARDWARE OUTDOOR BULLET CCTV CAMERAS PLUS HARDWARE OUTDOOR 1 LENS CCTV CAMERA PLUS HARDWARE POE SWITCHES EQUIPMENT RACK, UPS AND GROUNDING CCTV SERVER AND LICENSES CAT 6 CABLE ANTENNAS 120 VOLT POWER CIRCUITS EA EA EA EA EA 24 UNIT BID PRICE TOTAL BID PRICE 4 3 EA LS Tor $ a700- 1 o© $ 2.5e50•_ 2 $ l�seo`= 1 LF EA $ `� GO $ at 000 9000 EA 2 $ Lis,00t 3 1 c0 $ 4 $ DgOo(— v $ 7, 6 SO`- c_v $ /S5d G� $ 12, coo PS $ WsJOOdc av OOC aO $ 3 85-0 .._ TOTAL BASE BID c� $ 350 $%31, ,00.- BID ALTERNATE NO. 1 1 2 GATE CAMERAS 120 VOLT POWER CIRCUITS EA EA 4 4 $ 4 725 $ 35 0 g,g0o $ ootts $ 32)yoo TOTAL ADD ALTERNATE BID TOTAL BASE BID + ADD ALTERNATE 4. 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 ate to be performed at the unit prices stipulated herein. 5. 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 examined this schedule of wage rates and that the prices bid are based on such established wage rates. 6. 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 Amer icans, Asian -Pacific Americans, and Asian -Indian Americans. The apparent successful competitor will be required to submit information concei ping 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 hetein, it will be required to provide documentation demonstrating that it made good faith efforts in atternpting 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. FAA AIP 3-19-0094-054 (CARES DEV) P-2 Improve Terminal Building - CCTV Proposal Form Waterloo Regional Airport - 60675091 7. 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 location, 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 of igin, 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. 8. 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 Conti act in accordance with the bid as accepted and give Contract (Performance and Payment) bond on attached forms within fifteen (15) days after the prescribed forms are presented for signature. 9. The undersigned understands, award of contract is contingent upon receipt of project funding from the Federal Aviation Administration. If finding is not received, bid bonds will be returned to all bidders and the project will be postponed. 10. The undersigned further agrees that if awarded the Contract, he will commence the work within ten (10) calendar days after the receipt of a "Notice to Proceed" and that he will substantially complete all work according to the terms of the entire contract within ninety (180) calendar days from the date established in the Notice to Proceed. An extension of time may be allowed when extra or additional work is ordered by the Engineer. 11. The undersigned agrees that within 30 days after award of this contract, the Contractor/Subcontractor shall file a compliance report (Standard Form 100) if s/he has not submitted a complete compliance report within 12 months proceeding the date of award. This report is required if the Contractor/Subcontractor meets all of the following conditions: a. Contractors/Subcontractors are not exempt based on 41 CFR 60-1,5. b. Has 50 or more employees. c. Is a prime contractor or first tier subcontractor. d. There is a contract, subcontract, or purchase order amounting to $50,000 or more. 12. To satisfy Clear Air and Water Pollution Control Requirements on all Construction Contracts and Subcontracts exceeding $100,000.00 Contractors and Subcontractors agree: a. That any facility to be used in the performance of the Contract or to benefit from the Contract is not listed on the Environmental Protection Agency (EPA) List of Violating Facilities. b. To comply with all the requirements of Section 306 of the Clean Air Act (42 USC 1857(h)), and Section 508 of the Clean Water Act (33 USC 1368), Executive Order 11738, and Environmental Piotection Regulations (40 CFR Part (15)). c. That as a condition for award of a Contract he shall notify the awarding official of the receipt of any communication from EPA indicating that a facility to be utilized for performance of or benefit from the Contract is under consideration to be listed on the EPA List of Violating Facilities. FAA AIP 3-19-0094-054 (CARES DEV) Proposal Form P-3 Improve Terminal Building - CCTV Waterloo Regional Airport - 60675091 d. To include or cause to be included in any Contract or Subcontract which exceeds $100,000.00 the aforementioned criteria and requi►ements. 13. The contractor, by submission of this offer and/or execution of a contract, certifies that it: a. is not owned or controlled by one or more citizens o► nationals of a foreign country included in the list of countries that discriminate against U.S. firms published by the Office of the United States trade Representative (USTR). b. has not knowingly entered into any contract or subcontract for this project with a contractor that is a citizen or national of a foreign country on said list or is owned or conk oiled directly or indirectly by one or more citizens of nationals of a foreign country on said list. c. has not procured any product nor subcontracted for the supply of any product for use on the project that is produced in a foreign country on said list. Unless the restrictions of this clause are waived by the Secretary of Transportation in accordance with 49 CFR 30.17, no contract shall be awarded to a contractor or subcontractor who is unable to certify to the above. If the contractor knowingly procures or subcontracts for the supply of any product or set vice of a foreign country on the said list for use on the project, the Federal Aviation Administration may direct, through the sponsor, cancellation of the contract at no cost to the Government. Further, the contractor agrees that, if awarded a contract resulting from this solicitation, it will incorporate this provision for certification without modification in each conk act 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 erroneous. The contractor shall provide immediate written notice to the sponsor if the contractor learns that its certification or that of a subcontractor was erroneous when submitted or has become erroneous by reason of changed 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. This 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 for default at no cost to the Government. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by this provision. The knowledge and information of a contractor is not ►equired 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 of a false, fictitious, or fraudulent certification may render the maker subject to prosecution under Title 18, United States Code, Section 1001. 14. 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 debatment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal depa►tment or agency. It further agrees by submitting this proposal that it will include this clause without modification in all lower 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. 15. 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 FAA AIP 3-19-0094-054 (CARES DEV) Proposal Form P-4 Improve Terminal Building - CCTV Waterloo Regional Airport - 60675091 file the required bonds within the prescribed time, shall be forfeited to the Waterloo Regional Airport as liquidated damages. 16. 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 film ineligible to be awarded Government contracts by virtue of section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1). 17. No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue of section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1). 18. 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 pei son, firm, or corporation, that 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. 19. In submitting 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. 20. 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 of IRCA as a result of the Contractor's employees or his subcontractor's employees working on behalf of the Contractor on the Owner's project. 21. The undersigned certifies, to the best of his or her knowledge and belief, that: a. No Federal appropriated funds shall be paid, by or on behalf of the Contractor, to any person for influencing of attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a member of Congress in Congress in connection with the making of any Federal grant and the amendment or modification of any Federal grant. b. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal grant, the Contractor shall complete and submit Standard Fonn-LLL, "Disclosure of Lobby Activities", in accordance with its instructions. c. The Undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite foe making of entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $200,000 for each such failure. 22. BUY AMERICAN CERTIFICATE (Title 49 U.S.C. Chapter 501) As a condition of bid responsiveness, the bidder must how it intend to comply with the Buy American preferences established under Title 49 U.S.C. Section 50101. Bidder must complete the attached Buy American certification. If the bidder requests a pee missible waiver to the Buy America requirements, the Bidder identified as with the successful bid must submit a formal waiver request and component cost calculation within the prescribed time identified on the Buy America certification. 23. Drug Free Workplace, Act of 1988. a. By submission of this offer, the offeror, if other than an individual, who is making an offer that equals or exceeds $25,000, certifies and agrees that with respect to all employees of the offeror to be employed under a contract resulting from this solicitation, it will --no later than 30 calendar days after contract award FAA AIP 3-19-0094-054 (CARES DEV) Proposal Form P-5 Improve Terminal Building - CCTV Waterloo Regional Airport - 60675091 (unless a longer period is agreed to in writing, for contracts of 30 calendar days or more performance duration;) or as soon as possible for contracts of less than 30 calendar days performance duration, but in any case, by a date prior to when performance is expected to be completed-- (1) Publish a statement notifying such employees that the unlawful manufacturer, distribution, dispensing, possession, or use of a controlled substance is prohibited in the Contractor's workplace and specifying the actions that will be taken against employees for violations of such prohibition. (2) Establish an on -going drug -free awareness program to infonn such employees about -- (a) The dangers of drug abuse in the workplace. (b) The Contractor's policy of maintaining a drug -free workplace. (c) Any available drug counseling, rehabilitation, and employee assistance programs; and (d) The penalties that may be imposed upon employees for drug abuse violations occurring in the workplace. Provide all employees engaged in performance of the contract with a copy of the statement required by subparagraph a. (1) of this provision. (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 will -- (a) Abide by the terms of the statement; and (b) 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. 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 di ug abuse violation occurring in the workplace. (a) Take appropriate personnel action against such employee, up to and including termination; or (b) Require such employee to satisfactorily participate in a drug abuse assistance 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 of subparagraphs a. (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 contact resulting from this solicitation. c. Failure of the offeror to provide the certification required by paragraphs a. or b. of this provision, renders the offeroi unqualified and ineligible for award. [See FAR 9.104-1(g) and 19.602-1 a.(2)(a)]. d. In addition to other remedies available to the Government, the certification in paragraphs a. or b. of this provision concerns a matter within the jurisdiction of an agency of the United States and the making of a false, fictitious, or fraudulent certification may render the make' subject to prosecution under title 18, United States Code, Section 1001. 24. Attachment to This Bid. The following documents are attached to and made a part of this Bid: a. Bid Guaranty in the form of A iok Ato h 4 b. Non -Collusion Affidavit of Prime Bidder. c. Statement of Intent — Non -Discrimination and Equal Opportunity Statement. (3) (5) (7) FAA AIP 3-19-0094-054 (CARES DEV) Proposal Form P-6 Improve Terminal Building - CCTV Waterloo Regional Airport - 60675091 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." 25. The Bidder shall indicate whether the bid is submitted by a/an: ❑ Individual, Sole Proprietorship ❑ Partnetship g Corporation ❑ Joint -venture: all parties must join -in and execute all documents ❑ Other Respectfully submitted, By Bidder Signature f resrciewt Title J I a7 L; N cote.. -5.i-- Address Ced em - FAA( Si (Include Zip Code) 3Iel i.y7— pti,S Telephone No. SU(vl3 FAA AIP 3-19-0094-054 (CARES DEV) Proposal Form P-7 Improve "Terminal Building - CCTV Waterloo Regional Airport - 60675091 NON -COLLUSION AFFIDAVIT OF PRIME BIDDER State of TO w cx. ) )ss County of a w tc. (4&w I ) j3r14v, DeVri€S (1) He is , being first duly sworn, deposes and says that: (Owner, Partne , Off►ce)epresentative, or Agent) of k+ w E ( ect rt C t& t. , the Bidder that has submitted the attached Bid: (2) He is fully informed respecting the preparation and contents of the attached bid and of all pertinent circumstances respecting such bid. (3) Such bid is genuine and is not a collusive or sham bid. (4) Neither the said Bidder nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this affiant, has in any way colluded, conspired, connived or agreed, directly or indirectly, with any other Bidder, firm or person to submit a collusive or sham bid in connection with the Contract for which the attached bid has been submitted or to refrain from bidding in connection with such Contract, or has in any manner, directly or indirectly, sought by agreement or collusion or communication or conference with any other Bidder, firm or person to fix the price or prices in the attached bid or of any other Bidder, or, to fix any overhead, profit o► cost element of the bid price or the bid price of any other Bidder, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against the City of Waterloo, Iowa, o► any person interested in the proposed Contract; and (5) The price or prices quoted in the attached bid are fair and proper and are not tainted by any collusion, conspiracy, connivance, or unlawful agreement on the part of the Bidder or any of its agents, representatives, owners, employees, or parties in interest, including this affiant. Subscribed and sworn to before me this Olt 11 d day of ►'' 1 a!'CJ , 20 P-3 My Commission Expires T'in L" I 20 (Signed) Title Pre 5 I eta' ‘vt- is ALAN R. ENDORF T. Commission Number 161482 My Commission Ex•ires July 23, 20 FAA AIP 3-19-0094-054 (CARES DEV) Proposal Form P-9 Improve Terminal Building - CCTV Waterloo Regional Airport - 60675091 STATEMENT OF INTENT NONDISCRIMINATION AND EQUAL OPPORTUNITY STATEMENT The Contractor does hereby certify to the Waterloo Regional Airport, that no person shall, in any way, be favored or discriminated against because of his race, political or religious opinions and affiliations, national origins, sex, age, sexual orientation, gender identity, disability, color, creed, marital status, employee union or association membership or office herein. If selected as the successful bidder, this contractor hereby agrees to file either a nondiscrimination and equal opportunity statement and/or an Affirmative Action Program. Improvements to the Waterloo Regional Airport consisting of Improve Terminal Building (Install Security System) FAA AIP Project No. 3-19-0094-054 (CARES DEV) 114+ G Iec+riC. v Lc COMPANY EXECUTIVE OFFICER 6 ri ew .b e V r4 e5 AFFIRMATIVE ACTION OFFICER ADDRESS OF THE AFFIRMATIVE ACTION OFFICER I i 7 L. i'vt co (� st- C etAatr Felts) A- S0613 PHONE NUMBER 3 I I — 2% i" O 4 1 S FAA AIP 3-19-0094-054 (CARES DEV) Proposal Form P-11 Improve Terminal Building - CCTV Waterloo Regional Airport - 60675091 BIDDER'S INFORMATION SHEET A. BIDDER'S CAPACITY: (Check One) 1. Individual 0 2. Co -Partnership 0 3. Corporation B. (IF ITEM 2 IS CHECKED, COMPLETE THE FOLLOWING) State of Names and Addresses of Partners 1. 2. 3. 4. 5. C. (IF ITEM 3 IS CHECKED, COMPLETE THE FOLLOWING) State of Incorporation tbW<1 Names and Addresses of Officers: President Secretary Treasurer 141 E ciy- f- FAA AIP 3-19-0094-054 (CARES DEV) Proposal Form P-12 Improve Terminal Building - CCTV Waterloo Regional Airport - 60675091 SYNOPSIS OF EXPERIENCE RECORD (This synopsis must accompany Proposal Form.) Name of Bidder VA -LA) e `f trot e�hC Business Address 1127 12Y%cv 1_ Ste C'E'd`r Pc4(5 fie- 56113 Individual ( ) Partnership ( ) Corporation 000 (Check One.) Construction successfully completed within past five years similar in size, scope, and difficulty of construction to the work bid upon. Name of Location of Amount of Name of Owner Project Project Contract 1 I-Z S+ S kc 2 ,�J 3 V CZ( GI to 4 w .e to 5 e Number of Contract Days Allowed for Above Projects 1 2 3 4 5 (Signed) Actual Number of Days to Complete above Project !c4-w Et ctv;C_ (By) I3,4 ate- 7eVv e .S (TITLE) Pr -es 'Cote t#.- Date 31 Z1 2.3 Name of Company FAA A1P 3-19-0094-054 (CARES DEV) P-13 Improve Terminal Building - CCTV Proposal Form Waterloo Regional Airport - 60675091 �Y�V�i�krDOT GETTING YOU THERE))) May 27, 2022 K & W ELECTRIC, INC. 1127 LINCOLN ST. P.O. BOX 967 CEDAR FALLS, IA 50613-0000 JBRANDT@KWSIGN.COM; JBRANDT@K-WELECTRIC.COM; kwe@k-welectric.com; aendorf@kwsign.com; jbrown@k-welectric.com Dear Contractor: We acknowledge receipt of your CPA Audited Financial -Experience -Equipment Statement for the period closing January 31, 2022. This statement will serve to place you on our list of qualified bidders for construction and maintenance work offered by the Iowa Department of Transportation. This statement expires on July 31, 2023. Your maximum pre -qualification for all incomplete work is $48,961,593. Your prequalification categories on file with this office are listed on the enclosed page. We acknowledge receipt of your Bidder Status Form dated May 25, 2022. We will retain this form on file. Each time you submit an electronic bid on a non-federal aid proposal you will certify the accuracy of this information. You are required to submit a new form whenever the information that you have supplied changes or whenever you submit a Contractors Financial Experience Equipment Statement (Form 650004). Unless otherwise specified in the contract documents, bidder status forms must be on file in this office by noon the day prior to the letting in order to be approved as a valid bidder. Sincerely, 2taean, kid Jason Miller Prequalification Analyst NOTE: Iowa Code Chapter 91C requires that all contractors register with the Iowa Division of Labor - Contractor Registration before performing any construction work in the state of Iowa. If your business provides any type of plumbing, mechanical, HVAC, refrigeration, sheet metal or hydronic systems services, you are required to obtain a license with the Plumbing & Mechanical Systems Board before applying with contractor registration. Inquiries should be directed to: Iowa Division of Labor - Contractor Registration Phone: 515-242-5871 I Fax: 515-725-2427 contractor.registration(Wiwd.iowa.gov www.iowacontractor.gov C I [515-239-1414] [ [dot.contracts@iowadot.us] I www.iowadot.gov Address: [800 Lincoln Way, Ames, IA 50010] easiness RCSYSTEMS Radio Cotrtmunicatiorts 111111 Partner February 25, 2023 Waterloo Regional Airport Improve Terminal Building (Install Security System) FAA AIP 3-19-0094-054 (CARS DEV) Bid Response From: RCSystems/Radio Communications Company David Burger and Paul Burger General Manager and Senior Design and Installation Technician 1657 Falls Ave. Waterloo, Iowa 50701 To Whom It May Concern: We meet or exceed and the bid requirements. We are certified in Salient and AXIS, Certificates are Attached. All City Discounts on AXIS and Salient Registrations have been applied. City of Waterloo is fully aware of those discounts. We have hours included to assist the Prime Bidder in camera placement and cabling. References: City of Waterloo, Iowa Traffic Operations -Police Department -Leisure Services-SportsPlex Traffic Operations: Police Department: Leisure Services: SportsPlex Mohammad Elahi-319-291-4440 Wendy Drinovsky-319-291-4522 James Bolger-319-291-4370 Craig Denner-319-291-0165 mohammad.elahi@waterloo-ia.org drinovskyw@waterloopolice.com james.bolger@waterloo-ia.org craig.denner@waterloo-ia.org Total Consists of 4 Salient Servers -Over 340 Cameras -Salient Software System Design and Installation for Wire and Wireless Systems. Public Safety, Industrial and Business Radio Communications. Security — Data —Video 1657 Falls Ave. Waterloo, Iowa 50701 Phone: 319-234-3511 Fax: 319-233-8292 Order Line: 800-728-2929 &sines: RCSYSTEMS Radio Communications lM Ink Partner Hardin County Jail -Court House Jail Nick Whitmore-641-939-8197 nwhitmore@hardincountyia.gov Court House: Matt Jones-641-939-8125 miones@hardincountyia.gov Total Consists of 1 Salient Server-1 Lenovo Server-92 Cameras Martin Brothers Distributions Travis Busch-319-266-1775 tbusch@martinsnet.com Total consists of 1 Lenovo Server -Salient Software-85 Cameras Tama County Sheriff -Court House -Jail -Annex Sheriff Kucera-641-484-3760 dkucera@so.tamacounty.org Total consists of 1 Lenovo Server -Salient Software-76 Cameras More References can be provided upon request. Respectfully Submitted: David Burger Paul Burger General Manager Senior Design and Installation Technician System Design and Installation for Wire and Wireless Systems. Public Safety, Industrial and Business Radio Communications. Security — Data —Video 1657 Falls Ave. Waterloo, Iowa 50701 Phone: 319-234-3511 Fax: 319-233-8292 Order Line: 800-728-2929 UTILIZATION STATEMENT Disadvantage Business Enterprise The undersigned bidder/offeror has satisfied the requirements of the bid specification in the following manner. (Please mark the appropriate box) M The bidder/offeror is committed to a minimum of 0% DBE utilization on this contract. ❑ The bidder/offeror, while unable to meet the DBE goal of %, hereby commits to a minimum of % DBE utilization on this contract and also submits documentation, as an attachment demonstrating good faith efforts (GFE). The undersigned hereby further assures that the information included herein is true and correct, and that the DBE firm(s) listed herein have agreed to perform a commercially useful function in the work items noted for each firm. The undersigned further understands that no changes to this statement may be made without prior approval from the Civil Right Staff of the Federal Aviation Administration. Kmu 6r ee4- `Cc Bidder's/Offerors Firm Name Signature 3Jt Z3 Date DBE UTILIZATION SUMMARY Contract Amount DBE Amount Contract Percentage DBE Prime Contractor $ x 1.00 = $ © Q % DBE Subcontractor $ x 1.00 = $ 0 DBE Supplier $ x 0.60 = $ U 0 % DBE Manufacturer $ x 1.00 = $ 0 0 % Total Amount DBE $ 0 0 DBE Goal $ C 0 Note: If the total proposed DBE participation is less than the established DBE goal, Bidder must provide written documentation of the good faith efforts as required by 49 CFR Part 26. FAA AiP 3-19-0094-054 (CARES DEV) Proposal Form p-14 Improve Terminal Building - CCTV Waterloo Regional Airport - 60675091 LETTER OF INTENT Disadvantage Business Enterprise (This page shall be submitted for each DBE firm) Bidder/Offer Name: Address: City: State: Zip: DBE Firm: DBE Contact Person: DBE Firm: Address: City: State: Zip: Name: Phone: ( ) DBE Certifying Agency: Expiration Date: Each DBE Finn shall submit evidence (such as a photocopy) of their certification status. Classification: Prime Contractor Manufacturer Subcontractor Supplier Joint Venture to Work be performed DBE item(s) by Description of Work Item Quantity Total The bidder/offeror is committed to utilizing the above -named DBE firm for the work described above. The estimated participation is as follows: DBE contract amount: $ Percent of total contract: AFFIRMATION: The above -named DBE firm affirms that it will perform the portion of the contract for the estimated dollar value as stated above. By: (Title) (Signature) Note: In the event the bidder/offerot does not receive award of the prime contract, any and all representations in this Letter of Intent and Affirmation shall be null and void. FAA AIP 3-19-0094-054 (CARES DEV) P-15 Improve Terminal Building - CCTV Proposal Form Waterloo Regional Airport - 60675091 BUY AMERICAN CERTIFICATION FORM FOR TOTAL FACILITY (Building projects such as Terminal, SRE, ARFF, 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 (i.e. not both) by inserting a checkmark (7) or the letter "X". ■ NJ 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 FAA Nationwide Buy American Waivers Issued listing, or; c) Installing products listed as 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 FAA 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 and 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 III 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 III waiver is: a) Listing of all manufactured products that are not comprised of 100% US domestic content (Excludes products listed on the FAA Nationwide Buy American Waivers Issued listing and products excluded by Federal Acquisition Regulation Subpart 25.108; 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 3-19-0094-054 (CARES DEV) P-16 Improve Terminal I3uilding - CCTV Proposal Form waterloo Regional Airport - 60675091 c) Percentage of non -domestic component and subcomponent cost as compared to total "facility" component and subcomponent costs, excluding labor costs associated with final assembly and installation at project location. Type IV Waiver — Total cost of project using US domestic source product exceeds the total project cost using non -domestic product by 25%. The required documentation for a Type IV of waiver is: a) Detailed cost information for total project using US domestic product. b) Detailed cost information for total project using non -domestic product. False Statements: Per 49 USC § 47126, this certification concerns a matter within the jurisdiction of the Federal Aviation Administration and the making of a false, fictitious or fraudulent certification may render the maker subject to prosecution under Title 18, United States Code. Date 3/a/a3 Signature J�res 104et "et - Company Name Title FAA AIP 3-19-0094-054 (CARES DEV) P-17 Improve Terminal Building - CCTV Proposal Form Waterloo Regional Airport - 60675091 BID BOND KNOW ALL MEN BY THESE PRESENTS, that we K&W Electric, Inc. as Principal, and Westfield Insurance Company as Surety are held and firmly bound unto the Waterloo Regional Airport, 2790 Livingston Lane, Waterloo, Iowa, hereinafter call "Owner", in the penal sum of Five percent of amount bid Dollars ($ 5% ---- ) lawful money of the United States, for the payment of which sum will and truly be made, we bind ourselves, our heirs, executors, administrators, and successors, jointly and severally, firmly by these presents. The condition of this obligation is such that whereas the Principal has submitted the accompanying bid, dated March 2nd , 2023 for Lnprove Terminal Building (Install Security System) at the Waterloo Regional Airport, Waterloo, Iowa, FAA AIP 3-19- 0094-054 (CARES DTV). NOW, THEREFORE, (A) If said Bid shall be rejected, or in the alternate, (B) If said bid shall be accepted and the Principal shall execute and deliver a Contract in the form specified and shall furnish a bond for his faithful performance of said Contract, and for the payment of all persons performing labor or furnishing materials in connection therewith and shall in all other respects perform the agreement created by the acceptance of said bid. then this obligation shall be void, otherwise the same shall remain in force and effect; it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. By virtue of statutory authority, the full amount of this bid bond shall be forfeited to the Owner in liquidation of damages sustained in the event that the Principal fails to execute the Contract and provide the bond as provided in the Specifications or by law. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall be in no way impaired or affected by any extension of the time within which the Owner may accept such bid or execute such Contract; and said Surety does hereby waive notice of any such extension. IN WITNESS WHEREOF, the Principal and the Surety, have hereunto set their hands and seals, and such of them as are corporations, have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers this 2nd day of March , A.D., 2023. (Liam Witness Witness Cou ney Me Principal By K&W Electric, Inc. (Title) Surety By Westfield Insurance Company (Attorney -In -Fact) S(Seal) J ph I. Schmit, Attorney -in -Fact IAA A1P 3-19-0094.054 (CARES DEN) Proposal Form P-8 improve Terminal Building - CCTV Waterloo Regional Airport - 60675091 THIS POWER OF ATTORNEY SUPERCEDES ANY PREVIOUS POWER BEARING THIS SAME POWER # AND ISSUED PRIOR TO 06/20/22, FOR ANY PERSON OR PERSONS NAMED BELOW. General Power of Attorney CERTIFIED COPY POWER NO. 1429172 00 Westfield Insurance Co. Westfield National Insurance Co. Ohio Farmers Insurance Co. Westfield Center, Ohio 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 Ohio, and having its principal office in Westfield Center, Medina County, Ohio, do by these presents make, constitute and appoint JOSEPH I. SCHMIT, JEFFREY R. BAKER, GREG T. LAMAIR, E. A. VONHARZ, BRANDON HORBACH, JOINTLY OR SEVERALLY of WEST DES MOINES and State of IA its true and lawful Attorney(s)-in-Fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings, or other instruments or contracts of suretyship in any penal limit. - - - - - - LIMITATION: THIS POWER OF ATTORNEY CANNOT BE USED TO EXECUTE 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 Executive shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorney(s)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: 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 all 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." "Be 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 meeting 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 20th day of JUNE A.D., 2022 . Corporate ,e•`1 siiMNc,.. Seals ' a lily/; ••' �<ie 's Affixed' Iasi SEAL)-0 fel • � ) •�• ik 6 1 '•• • .• 1 '•v ~••.....••' j.%tat. sill State of Ohio County of Medina ss.: SEAL ••''•..ilisij �'•'''% WESTFIELD INSURANCE COMPANY i?.••••••.. 41;\ WESTFIELD NATIONAL INSURANCE COMPANY ' OHIO FARMERS INSURANCE COMPANY Z. in : tH ARTERtD ,S s _�: :b_ ,3•• 1848 : * Imo, •; ••• a .•• 4�: By: Gary W. tumper, National" Surety Leader and Senior Executive On this 20th day of JUNE A.D., 2022 , before me personally came Gary W. Stumper to me known, who, being by me duly sworn, did depose and say, that he resides in Medina, OH; that he is National 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 seals of said Companies; that the seals affixed to said instrument are such corporate seals; that they were 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.: A\At, S deo kw '. • t. A o��' T t' O David A. Kotnik, Attorney at Law, Notary Public My Commission Does Not Expire (Sec. 147.03 Ohio Revised Code) 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, Ohio, this 2nd day of March A.D., 2023 • old II Itilittio• r°� Q .•'' ••,. �• J. '• ,60 itt SEAL, pav 1 %Nit kite 1 �.• . ,,,., III,IIIII,, .•`t‘ONA( i'', of n :.y • SEAL • m ;m_ .O:n; `; , . if k I �'II,II,I,.,,, ao; Frank A. Carrino, Secretary Secretary BPOAC2 (combined) (03-22)