Loading...
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