HomeMy WebLinkAboutKW Electric0
C r
re r m
O m 13
Cif (1)
o
V
o
cW m
4
Ltd
CZ
LL-
'')a(
pant
w
.
Lin
Lint
ur
k
LU
1,)
Neva
0
D•
CO
X
D C,
r °� MI
sn
CD
o n
D
v, �■
0 0
CD
w is
•
n cri
`J
� 3
m
c
r0 CU m
O7mo�
cn
V �
cornm
p
v am
o N W
0 a =
cn
P
3 .�.
bka
inst
le 'el
n
iu
LIZ
Choi1+
en
tw 1
w
(� t3
PROPOSAL FORM
FOR
TERMINAL SECURITY UPGRADES (ACS)
AT THE
WATERLOO REGIONAL AIRPORT
WATERLOO, IOWA
Waterloo Regional Airport
2790 Livingston Lane
Waterloo, IA 50703
All:
1. The undersigned, being a Corporation existing under the laws of the State of AO WA , a Pat tnership consisting of
the following partners:_ K4u) El errs Fie .v c, , having familiarized (himself) (themselves)
(itself) with the existing conditions on the project area affecting the cost of the work, and with all the contract documents
listed in 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 Terminal Security Upgrades (ACS), Contract No.
CNTRT-00005819, 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.
This IDOT CSVI Project No. 9I240AL0200, Contract No. CNTRT-00005819 project consists of an upgrade to
the existing door Access Control System at and within the Waterloo Regional Airport terminal building.
The Access Control system will allow control of the Security Identification Display Area (SIDA) Line as well as
controlling access to the Secured and Sterile areas. This control system upgrade will have door contacts allowing
the monitoring personnel to know the status of each door upon a glance. Access controls for the automated exterior
gates will also receive upgrades.
3. The undersigned, in compliance with your Invitation for Bids dated 1 / % 1 25 , hereby proposes to do the
work called for in said Contract and Specifications and shown on said Plans and Addendum Nos.
1
and to furnish all materials, tools, labor and all appliances and appurtenances necessary for
the said work at the following rates and prices:
IDO"I' CSVI Project No. 91240AL0200
CONTRACT NO. 5819
P-1 PROPOSAL FORM
Terminal Security Upgrades (ACS) AECOM 60734402
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. amount of five
11. As evidence of good faith in submitting this Proposal, the undersigned encloses tbid eter security
o sin the
htraand file the
(5) percent of the bid which, in case he refuses or fails to accept an away
•' prescribed time, shall be forfeited to the Waterloo Regional Airport as liquidated
required bonds within the prescr Ib
damages.
that
12. The undersigned hereby declares
s that the only parties interested in this Proposal are named
en d r of herein,the Council,
• osal is made without collusion with any other person, firm, or
directly orr, that no ind indirectly financially interested in
Plop
Waterloo Regional Airport or agent of the City of Waterloo, Iowa,
this bid.
• od that the right to reject any and all bids has been reserved and that this bid
13.riIn submitting this bid, it is and eosdt of thirty (30) days from the opening thereof.may not be withdrawn for a p
eemployed by Contractor or any subcontractor working Onfieshalf Of e
14. Contractor certifies that ncall employeesp esult of the CA)Conct ins employees or his
the
• ctor are in compliance with the Immigration Reform Control Act of 1986 CIRCA) and
Contractor
and holds harmless Owner for anyo1 violations
of the Cont actor on the Owner's project.
subcontractor's employees working
15. Attachment to This Bid. The following documents are attached to and made a part of this Bid:
a. Bid Guaranty in the form of
b. Non -Collusion Affidavit of Prime Bidder.
c. Statement of Intent — Non -Discrimination
tion Sheet
d Bidders Informs
1
Ina
and Equal Opportunity Statement.
e. Synopsis of Experience Record. (IDOT Certification may be substituted.)
16. The Bidder shall indicate whether the bid is submitted by a/an:
❑ Individual, Sole Proprietorship
❑ Partnership
pCorporation
Joint -venture: all parties must join -in and execute all documents
❑ Other
Respectfully submitted,
By
IDOT CSVI Project No. 91240AL0200
CONTRACT NO. 5819
Bidder
Signature
la
Title
inne
Address
CetCa
(Include Zip Code)
3l
Telephone No.
0
0
P-3
Terminal Security Upgrades (ACS)
PROPOSAL FORM
AECOM 60734402
STATEMENT OF INTENT
NONDISCRIMINATION
AND
EQUAL OPPORTUNITY STATEMENT
any
red
The Contractor does hereby certify to the Waterloo Regional Airport, that no person shall,
inl origins, , be favored or
discriminatedl
against because of his race, political ►margalts opinions and status, e employee
union or association membership or office
orientation, gender identity, disability, color, creed,
herein.
If selec
ted 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
TERMINAL SECURITY UPGRADES (ACS)
IDOT CSVI Project, Contract No. CNTRT-00005819
IDOT CSVI Project No. 91240AL0200
CONTRACT NO. 5819
c
EXECUTIVE OFFICER
AFFIRMATIVE ACTION OFFICER
ADDRESS OF THE AFFIRMATIVE ACTION OFFICER
l 1 it L i H co bk 13/4.
PHONE NUMBER
P-5
Terminal Security Upgrades (ACS)
3
1
IOW
71 04IS
PROPOSAL FORM
AECOM 60734402
Form 730007WP 7-97
-0 ( C
a c0
C -0
L a)
O
o
c
C 1^/)
._ E
O O
a) a) :
a -CT
c0
E c0 m
Y
o (0 H
c0 E (0
C .-
O _ —
No
0) ui
a) a) L (0
C O 0)
in-0
CO Q a)_c
co cn
w U(13
(0 n
-O -f a)
a) C O
o
o U
92
o Fes- a)
0
N C U IE
o >' (I0 (0
D.. 0) O 0
U
12 O a) c0
co
C
ca O c a)
U
w
+-' O -o C
Q a) 0 co w
c0
w f— L IE co cn
ui
ZQ C_)4 N E
w w 0 0 0
D C a) co a)
mO° Zii o a)
J Z a Q3 C-4C_, CO
J E U
~ O
( Q 13 c c
oZ CO a) E ° °
w 0 -- -a o f 3
C cn
U p m Q •
) >ao
� m Ca3 4-8
Q � �C (ill
CO co cis
a_L-LI E
CD- 0
O S C (0 Q
O O C 0
0 O 0 OCI)
C a) -O Pp
0 2 -a C3 a (-0
o — o (0
AO (0� N�
O
,_, w
C 3
Y+4-1O 0 a) O
H CL
a) O
�� 6-0
N OC U 0 :_
C3
! •3 = 0 - E
® O C
CE Lir-
a)
_� ® U (0 —
w -D (0 c Q c0 III
E a .0
,v soLai wa)
O
� a_ C -t o
O D
O C a% 2
>' •i- O a)
Q C L > .0)
O
C.)_
EC?U O '- O la
: � O _0 -C� 0 C O
c0 ) a_ 3 0 0
U U c w o
a
0
CO
W �
cz
WZ
f-
w0
0U
0
CO
O W
=Z
w &5
Z
O m
00
"- w
Z�.
U_w
OO
www
W
0
m
0
D
0
H
0
0 0
vJ F-
00
0�
Z
•0
m
Q D
J W
_J CO
00
QUOTES RECEIVED
0
Q
0Z
0
}O
0
1-
0
W<
W Z
<0
1-
NI Om
SUBCONTRACTOR
.1/41
V
allow
ati
1
0
m
1-
Bidder Status Form
To be completed by all bidders
Part A
Please answer "Yes" or "No" for each of the following:
No My company is authorized to transact business in Iowa. review the worksheet on the next page).
(To help you determine if your company is authorized, please
My company has an office to transact business in Iowa.
My company's office in Iowa is suitable for more than receiving mail, telephone calls, and e-mail.
My company has been conducting business in Iowa for at least 3 years prior to the first request for
bids on this project.
No My company is not a subsidiary of another business entity or my company is a subsidiary of another
business entity that would qualify as a resident bidder in Iowa.
If you answered "Yes" for each question above, your company qualifies as a resident bidder. Please
complete Parts B and D of this form.
if you answered "No" to one or more questions above, your company is a nonresident bidder. Please
complete Parts C and D of this form.
ai Yes
]Yes No
Yes [] No
Yes [] No
52 Yes
To be completed by resident bidders
My company has maintained offices in Iowa during the past 3 years at the following addresses:
Dates: 3 / a /- to
Priewem
/ Address: 1 (21 lo,f n co (w.. 34,
City, State, Zip: Cedar Fo (I 5T A s0L 13
Dates: / / to / / Address:
City, State, Zip:
Dates: / / to / / Address:
You may attach additional sheet(s) if needed. City, State, Zip:
--=--- Part C
To be completed by non-resident bidders
Part B
1. Name of home state or foreign country reported to the Iowa Secretary of State:
2. Does your company's home state or foreign country offer preferences to resident bidders, resident labor Yes No
force preferences or any other type of preference to bidders or laborers?
3. If you answered "Yes to question 2, identify each preference offered by your company's home state or foreign country
and the appropriate legal citation.
You may attach additional sheet(s) if needed.
Part D
To be completed by all bidders
I certify that the statements made on this document are true and complete to the best of my knowledge and I know that my
failure to provide accurate and truthful information may be a reason to reject my bid.
Firm Name: Ktu) 9! t°c4-rI G tiAG -
�� �� (Q 1 ��
Signature: Date:
You must submit the completed form to the governmental body requesting bids perr 875 I was a Administrative Code
Chapter 156. This form has been approved by the Iowa Labor
Co309-6001 (09-15)
BF-1
c�JYrWYi�Y�1DOT
GETTING YOU THERE»>
April 24, 2024
K & W ELECTRIC, INC.
1127 LINCOLN ST.
P.O. BOX 967
CEDAR FALLS, IA 50613-0000
kwe@k-welectric.com; shovenga@k-welectric.com
Dear Contractor
We acknowledge receipt of your CPA Audited Financial -Experience -Equipment Statement for the period closing
December 31, 2023. 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 June 30, 2025.
Your maximum pre -qualification for all incomplete work is $82,846,473. Your prequalification categories on file
with this office are listed on the enclosed page.
We acknowledge receipt of your Bidder Status Form dated April 22, 2024. We will retain this form on file.
Each time you submit an electronic bid on a non-federal aid proposal you will certify the accuracy of this
information. You are required to submit a new form whenever the information that you have supplied changes
or whenever you submit a Contractors Financial Experience Equipment Statement (Form 650004). Unless
otherwise specified in the contract documents, bidder status forms must be on file in this office by noon the day
prior to the letting in order to be approved as a valid bidder.
Sincerely,
�adery �y�
Jason Miller
Prequalification Analyst
NOTE: Iowa Code Chapter 91 C requires that all contractors register with the Iowa ur businessn of Labor - provides any Contractor
Registration before performing any construction work in the state of Iowa. y
plumbing, mechanical, HVAC, refrigeration, sheet metal or hydronic systems services, you are required to obtain
a license with the Plumbing & Mechanical Systems Board before applying with contractor registration.
Inquiries should be directed to: Iowa Division of Labor - Contractor Registration
Phone: 515-242-5871 I Fax: 515-725-2427
contractor. registration(ciiwd.iowa.gov l www.iowacontractor.gov
I [515-239-1414]
I [dot.contracts@iowadot.us]
www.iowadot.gov
IAddress:
[800 Lincoln Way, Ames, IA 50010]
BID BOND
KNOW ALL MEN BY THESE PRESENTS, that we,
K & W Electric, Inc.
as Principal, and Westfield Insurance Company
as Surety are held and firmly bound unto the City of Waterloo, Iowa, hereinafter called "OWNER."
In the penal sum Five percent of amount bid
Dollars ($ 5% ) lawful money of the United States, for the payment of which sum will and
truly be made, we bind ourselves, our heirs, executors, adtninisttators, and successors, jointly and severally, firmly by
these presents. The condition of this obligation is such that whereas the Principal has submitted the accompanying
bid dated the 6th day of February , 2025, for
Terminal Security Upgrades (ACS) Waterloo Regional Airport
•
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 6th day of February , A.D. 2025.
C4illega24 .4 ...,___..
Witness
r-si
Witness
Contract No. CNTRT-5819
Bid Bond
K & W Electric, Inc. (Seal)
Principal
By ar
est PeUW i Pres rd 0 tot-
Westfield Insurance Company (Seal)
Surety •
By
Joseph I. Schm
r f
Attorney -in -fact
BB-1 of 1 Terminal Security Upgrades (ACS)
Waterloo Regional Airport —60734402
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.
POWER NO. 1429172 00
General
Power Westfield Insurance Co.
of Attorney Westfield National Insurance Co.
Ohio Farmers Insurance Co.
Westfield Center, Ohio
CERTIFIED COPY
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 .
,..,,a. ttl uul Piro
,
Corporate II•Stlfl,(p�
Seals v ,.•• •. �.'•;/
Affixed :' i+dgeza x ~ O
L)0
10, ,. 1
•••.•.100 4.
tior.
State of Ohio
County of Medina
ss.:
ttttttttttrltrrrt„
S\ONA
ta. ••SG ';
O•• •.• p
•
IQ •-4
hi SEAL im'
0.
- -
i
♦, t`
,I, t11I1111111tt tt\
t
• ti:'CHflTfgf41 :
• ca;• ' •.� -
�• •fir
s • 1E48
'Z•:
•„
ire
4
q1 t 11 t11 ttttt.,`�
WESTFIELD INSURANCE COMPANY
WESTFIELD NATIONAL INSURANCE COMPANY
OHIO FARMERS INSURANCE COMPANY
of
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.:
tttt111 IUj11,r
�1 A L r''•.
ttttt
o•;\�II•I�/j v
- atsaair r
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 6th day of
February A•D•, 2025 •
"Sees ttttt aria orat
-'�g117'Yitf:Pr
BPOAC2 (combined) (03-22)
`•ea.., tlr liagy`.i `tt,dNutnrr•,,r'
rr ,%UJ ft4 t - oNAL -�
1••••"mot Vc•$' ct '•��aP 45% •'
ti •.•AP-
..tro :crri. SEAL •m_
O p::
,?)'•
i •• ••'
• • k
•
•
„t
't''tt I1Itt ltttttt
t,,,11tU4Illt,,
Lew:'CHMITEQ
o• '
184a •i
•; ••• t• O ,•••4�':•
•
•
#iq,,t ;MI tttttttt
Frank A. Carrino, Secretary
Secretary