HomeMy WebLinkAboutK&W Electric - Quote - Contract (CCTV) - 2.17.2025CONTRACT
FOR
TERMINAL SECURITY UPGRADES (CCTV)
AT THE
WATERLOO REGIONAL AIRPORT
WATERLOO, IOWA
THIS AGREEMENT, made and entered into this 17 day of February 20 25 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., 1127 Lincoln Street, Cedar Falls, IA 50613, a corporation organized and existing under the laws
of the State of Iowa, hereinafter referred to as the "Contractor."
WITNESSETH: That the Contractor for and in consideration of One Hundred Twenty -Six Thousand One Hundred
Twenty One Dollars and No Cents ($ 126,120.00), based on the unit bid prices payable as set forth in the Specifications
constituting a part of this Contract as shown on the attached Exhibit A, 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 ,2025, as follows, being numbered
as shown in schedule of prices bid in the attached Proposal which is a part of 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 January 7, 2025.
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.
2. 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 of the 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 all "Contract Documents" for
the Waterloo Regional Airport, IDOT CSVI Project No. 9I240AL0200, Contract No. CNTRT-00005819
Terminal Security Upgrades (CCTV) 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.
IDOT CSVI Project No. 91240AL0200 C-1 CONTRACT
CONTRACT NO. 5819 Terminal Security Upgrades (CCTV) AECOM 60734402
8. That the Contractor, at all times, shall observe and comply with all federal, state, territory or possession and
local laws, codes, ordinances and regulations in any manner affecting the conduct of the work, and the Contractor
and his surety shall indemnify and save harmless the Owner and all his officers, Engineer, agents and servants
against claims or liability arising from or based on the violation of any such law, ordinance, deregulation, order
or decree, whether by himself or his employees.
9. That it is further understood and agreed by the parties to this Contract that the above work shall be commenced
within 10 days after "Notice to Proceed" and shall be completed according to the terms of the entire contract
within seventy-five (75) calendar days from the date established in the Notice to Proceed. Failure to complete
within the allotted time will result in assessment of liquidated damages in the amount of $250.00 per calendar
day for each day in excess of the authorized contract time.
10. The Contractor and Owner understand and agree that time is of essence for completion of the Work and that the
Owner will suffer additional expense and financial loss if said work is not completed within the authorized
Contract Time. Furthermore, the Contractor and Owner recognize and understand the difficulty, delay, and
expense in establishing the exact amount of actual financial loss and additional expense. Accordingly, in place
of requiring such proof, the Contractor expressly agrees to pay the Owner as liquidated damages the non -penal
sum of $250.00 per day for each calendar day required in excess of the authorized Contract Time for the overall
contract.
Furthermore, the Contractor understands and agrees that:
a. the Owner has the right to deduct from any moneys due the Contractor, the amount of said liquidated
damages.
b. the Owner has the right to recover the amount of said liquidated damages from the Contractor, Surety, or
both.
11. 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.
12. 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.
IDOT CSVI Project No. 91240AL0200 C-2 CONTRACT
CONTRACT NO. 5819 Terminal Security Upgrades (CCTV) AECOM 60734402
IN WITNESS WHEREOF, the parties heeVo have set their hands for the purpose herein expressed to this and three
other instruments of like tenor, as of the day of Februar, 2025.
y
ATTEST:
7elTey <Fefcfife City
Secretary
/dt i CnI�/T.�Y� �O/ OF WATERLOO,
By Ql./e »il 'mono
SIGNED
Mayor
CONTRACTOR
I{�- £ I eC ,rl c Z ►� c.-
By
Finn Name
►^iir � De / ' .)
Pr` PS ci .e.
Signature
112,7 %n/a,
l
Title
F111TA- 5c613
Business Address
Witness
IDOT CSVI Project No. 91240AL0200 C-3 CONTRACT
CONTRACT NO. 5819 Terminal Security Upgrades (CCTV) AECOM 60734402
PERFORMANCE BOND
KNOW ALL MEN BY THESE PRESENTS: That we, K&W Electric Inc., 1127 Lincoln Street, Cedar Falls, IA
50613, as PRINCIPAL, also referred to as CONTRACTOR, and
, as SURETY, are held and firmly bound unto Waterloo Regional Airport, 2790 Livingston Lane, Waterloo,
Iowa 50703 as OWNER, in the full sum of One Hundred Twenty -Six Thousand One Hundred Twenty One Dollars
and No Cents ($ 126,120.00) 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_
2025, for improvements at the Waterloo Regional Airport, which includes:
The IDOT CSVI Project, Contract No. CNTRT-00005819, Terminal Security Upgrades (CCTV) project
consists of an expansion of the existing surveillance system at the remote exterior gates, at the SIDA doors, baggage
belts, and other unmonitored areas. The existing Salient System will be relocated to a dedicated, secured room as
part of this project.
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 terms and conditions of said contract, including, but not limited to, any obligations created
by way of warranties and/or guarantees for workmanship and materials which warranty and/or guarantee may extend
for a period of time beyond completion 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 of the PRINCIPAL, or the failure of the 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 of the PRINCIPAL or shall take charge of said Work and complete
the Contract at his own expense, pursuant to its terms, receiving, however, any balance of the funds in the hands of
said OWNER due under said contract.
It shall be the duty of the SURETY to give an unequivocal notice in writing to the OWNER within ten (10) 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 of the 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 of the SURETY to give prompt
notice in writing to the OWNER immediately upon completion of (a) the remedy and/or correction of each default,
(b) the remedy and/or correction of each item of condemned work, (c) the furnishings of each omitted item of work,
and (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 hereinabove 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 said Work above the agreed price to be paid under said Contract.
Upon completion of said Contract pursuant to its terms, if any funds remain due on said Contract, the same shall be
paid to said PRINCIPAL and SURETY.
IDOT CSVI Project No. 91240AL0200 C-4 CONTRACT
CONTRACT NO. 5819 Terminal Security Upgrades (CCTV) AECOM 60734402
The said PRINCIPAL and SURETY further agree as part of this obligation to pay all such damages of any kind to
person or property that may result from a failure in any respect to perform and complete said Contract including, but
not limited to, all repair and replacement costs necessary to rectify construction error, architectural and engineering
costs and fees, all (but not limited to) consultant fees, all testing and laboratory fees, and all legal fees and litigation
costs incurred by the OWNER.
The decision of the OWNER, upon any disputed question connected with the execution of said Contract, or any failure
or delay in the prosecution of the Work by said PRINCIPAL or SURETY, shall be final and conclusive.
The SURETY agrees that, other than as is provided in this bond, it may not demand of the OWNER the OWNER shall
(a) perform any thing or act, (b) give any notice, (c) furnish any clerical assistance, (d) render any service, (3) furnish
any papers or documents, or (f) take any other action of any nature or description which is not required of the OWNER
to be done under the contract documents.
IN WITNESS WHEREOF, the SURETY and PRINCIPAL have executed this instrument under their several seals
this day of , 2025, the name and corporate seal of each corporate party
being hereto affixed, and these presents duly signed by its undersigned representative, pursuant to authority of its
governing body.
IN THE PRESENCE OF:
Witness
Witness
PRINCIPAL:
By:
SURETY:
By:
NOTE: (a) Where the Performance Bond is executed by an attorney -in -fact, there shall be attached to each copy
of the Bond a certified copy of Power of Attorney properly executed and dated.
(b) Each copy of the Bond shall be countersigned by an authorized agent of the bonding company licensed
to do business in the State of Iowa. The title of the person countersigning the Bond shall appear after
his or her signature.
(c) The seal of the bonding company shall be attached to each copy of the bond.
(d) The Contractor's signature on the bond shall correspond with the signature in the contract.
(e) The bond shall be accompanied by a corporate resolution (which may be combined with the corporate
resolution granting the signing officer authority to execute contracts) granting the corporate officer
who executes the Bond the authority to do so.
(f)
Surety companies executing bonds must appear on the Treasury Department's most current list
(Circular 570 as amended) and be authorized to transact business in the State of Iowa.
IDOT CSVI Project No. 91240AL0200 C-5 CONTRACT
CONTRACT NO. 5819
Terminal Security Upgrades (CCTV) AECOM 60734402
PAYMENT BOND
KNOW ALL MEN BY THESE PRESENTS: That we, K&W Electric Inc., 1127 Lincoln Street, Cedar Falls, IA
50613, as PRINCIPAL, also referred to as CONTRACTOR, and , as
SURETY, are held and firmly bound unto Waterloo Regional Airport, 2790 Livingston Lane, Waterloo, Iowa 50703
as OWNER, in the full sum of One Hundred Twenty -Six Thousand One Hundred Twenty One Dollars and No Cents
($ 126,120.00), 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 , 2025, for improvements at the Waterloo Regional Airport, which
includes:
The IDOT CSVI Project, Contract No. CNTRT-00005819, Terminal Security Upgrades (CCTV) project
consists of an expansion of the existing surveillance system at the remote exterior gates, at the SIDA doors, baggage
belts, and other unmonitored areas. The existing Salient System will be relocated to a dedicated, secured room as
part of this project.
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:
1. 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 of the
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 contract.
Signed and sealed this
IN THE PRESENCE OF:
day of , 2025.
Witness
Witness
PRINCIPAL:
By:
SURETY:
By:
IDOT CSVI Project No. 91240AL0200 C-6 CONTRACT
CONTRACT NO. 5819 Terminal Security Upgrades (CCTV) AECOM 60734402
NOTE: (a) Where the Payment Bond is executed by an attorney -in -fact, there shall be attached to each copy of
the Bond a certified copy of Power of Attorney properly executed and dated.
(b) Each copy of the Bond shall be countersigned by an authorized agent of the bonding company licensed
to do business in the State of Iowa. The title of the person countersigning the Bond shall appear after
his or her signature.
(c) The seal of the bonding company shall be attached to each copy of the bond.
(d) The Contractor's signature on the bond shall correspond with the signature in the contract.
(e) The bond shall be accompanied by a corporate resolution (which may be combined with the corporate
resolution granting the signing officer authority to execute contracts) granting the corporate officer
who executes the Bond the authority to do so.
(f) Surety companies executing bonds must appear on the Treasury Department's most current list
(Circular 570 as amended) and be authorized to transact business in the State of Iowa.
1DOT CSVI Project No. 91240AL0200 C-7 CONTRACT
CONTRACT NO. 5819 Terminal Security Upgrades (CCTV) AECOM 60734402
PROPOSAL FORM
FOR
TERMINAL SECURITY UPGRADES (CCTV)
AT THE
WATERLOO REGIONAL AIRPORT
WATERLOO, IOWA
Waterloo Regional Airport
2790 Livingston Lane
Waterloo, IA 50703
All:
EXHIBIT A
]. The undersigned, being a Corporation existing under the laws of the State of TOWA , a Partnership consisting of
the following partners: iK4. iAJ EI eefri 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, 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. 91240AL0200, Contract No. CNTRT-00005819 project portion consists of an
expansion of the existing surveillance system at the remote exterior gates, at the SIDA doors, baggage belts, and
other unmonitored areas, The existing Salient System will be relocated to a dedicated, secured room as part of this
project.
3. The undersigned, in compliance with your Invitation for Bids dated 1 7125 , hereby proposes to o the work
n
called for in said Contract and Specifications and shown on said Plans ad Addendum Nos. and
to furnish all materials, tools, labor and all appliances and appurtenances necessary for the said work at t ne following
rates and prices:
IDOT CSVI Project No. 91240AL0200 P-1 PROPOSAL FORM
CONTRACT NO, 5819 Terminal Security Upgrades (CCTV) ATiCOM 60734402
ITEMIZED PROPOSAL
WATERLOO REGIONAL AIRPORT
WATERLOO, IOWA
PROJECT: • TERMINAL SECURITY UPGRADES
IDOT CSVI Project, Contract No. CNTRT-00005819
ITEM
NO.
DESCRIPTION
UNIT
ESTIMATED
QUANTITY
UNIT QUOTE
PRICE
TOTAL QUOTE
PRICE
BASE QUOTE
l
EXTERIOR CAMERA WORK.
LS
1
$ 75- I' 1 .
$ q3:$c) q ® 4
-$ 77g77"
$ .,,5S0 -
2
INTERIOR CAMERA WORK
LS
1
$.77 977
$ '.A3b -
3
SERVER RELOCATION
LS
I
TOTAL QUOTE
$ 12 , j ,A {
4. The Airport reserves the right to award the contract based on 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 examined this schedule
of wage rates and that the prices bid are based on such established wage rates.
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, tinder 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.
8. The undersigned agrees, upon written notice of the acceptance of this bid, within thirty (30) 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 five (5) days after the prescribed forms are presented for signature.
9. The undersigned further agrees that if awarded the Contract, he will continence 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 Seventy -Five (75) 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.
10. 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 or 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).
!DOT CSVi Project No. 91240AL0200 P-2 PROPOSAL FORM
CONTRACT NO. 5819 Terminal Security Upgrades (CCTV) AECOM 60734402
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 county on said list or is owned or controlled directly or indirectly by one or more citizens
or 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 service of a friteign 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 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
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 ntnking the award. If
it is later determined that the contractor or subcontractor knowingly tendered an erroneous certification, the Federal
Aviation Administration may direct, through the sponsor, cancellation of the contract or subcontract foi default at
no cost to the Government.
Nothing contained m 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 contactor
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 mattei within the jurisdiction of an agency of the United States of Amet ica and the
making of a false, fictitious, or fraudulent cei tification may render the maker subject to prosecution under Title 18,
United States Code, Section 1001.
11. The bidder/offeror certifies, by submission of this proposal or acceptance of this contact, that neither it nor its
principals me presently debmred, suspended, pioposed for debarment, declared ineligible orvoluntaiily 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 lower tier transactions, solicitations, proposals,
contracts, and subcontracts. Where the bidder/offer/contractor or any lower tier participant is tumble to certify this
statement, it shall attach an explanation to this solicitation/proposal.
12. 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, firm, or corpoiation, 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.
13. 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.
!DOT CSVi Project No. 91240AL0200
CONTRACT NO. 5819
P-3 PROPOSAL FORM
Terminal Security Upgrades (CCTV) AECOM 60734402
14. Attachment to This Bid. The following documents are attached to and made a part of this Bid:
a. Non -Collusion Affidavit of Prime Bidder.
b, Statement of Intent —Non-Discrimination and Equal Opportunity Statement.
c. Targeted Small Business,
15. The Bidder shall indicate whether the bid is submitted by a/an:
❑ Individual, Sole Proprietorship
❑ Partnership
*IA Corporation
❑ Joint -venture: all parties must join -in and execute all documents
Other
Respectfetlly submitted,
■
Bidder
By Snitty, beV. i es
Signature
p res Meal" —
Title
Address
Cedar tea{fs) 4'OLQLT
(Include Zip Code)
31i 2271•-- t9141S—
Telephone No.
IDOT CSVI Project No, 91240AL0200
CONTRACT NO. 5819
P-4 PROPOSAL FORM
Terminal Security Upgrades (CCTV) AECOM 60734402
NON -COLLUSION AFFIDAVIT OF PRIME BIDDER
State of IO
)ss
County of tS lat tC flaw K- )
that:
(1) I-Ie is
Opj rh v4 Deck ye s
, being first duly sworn, deposes and says
Rem'esentative, or Agent
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 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 m any way colluded, conspired, connived or agreed, directly of indirectly, with any
other Bidder, film 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 of pt ices in the attached bid or of any other Bidder, ar, to fix any overhead, profit or 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, or 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 arty 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
th►s 1, day of N Yt , 20aC
OEM; co, \CI e,V
Title
My Cominission Expires rat ✓e. rvi Ris, 200
1DOT CSVI Project No, 91240AL0200
CONTRACT NO. 5819
(Signed)
Title Presi dctcE
P-5 PROPOSAL FORM
Terminal Security Upgrades (CCTV) AECOM 60734402
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
olientation, 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
TERMINAL, SECURITY UPGRADES (CCTV)
1DOT CSVI Project Conti act No. CNTRT-00005819
1DOT CSVI Project No. 91240AL0200
CONTRACT NO. 5819
PHONE NUMBER
k4 kl Fl we r c. Tv % c: r
&to U, De Vri eS
COMPANY
EXECUTIVE OFFICER
AFFIRMATIVE ACTION OFFICER
ADDRESS OF THE AFFIRMATIVE ACTION OFFICER
na7 lut.C'Uitot 5+tic Swig it
Si it- 2.7 `y - o41 /_,
P•6 PROPOSAL FORM
Terminal Security Upgrades (CCTV) AECOM 60734402
Form 730007WP 7-97
1
st
t
3
AS
4
C
0
0 0
(To Be Completed By All Bidders per the Current Contract Provision)
0
0
W 0
• U
a. Q
00
Om
�00
b.
z0
�m
O W
Z
O 0
Z�
O m
2
O 0
(L. Q
z_
W W
O 0
WQ
_1
CO
QUOTATION USED IN BID
00
00)0
0�
H-
as Z
• O
U
O 0
< (0
J cciW
-J
O O
U} 0
Z
0
� z
1
0
U
W
00
0o
3
t imelier
• 04
ate
1
4
UTILIZATION OF TARGETED SMALL BUSINESS (TSB) ENTERPRISES
ON NON-FEDERAL AID PROJECTS
(THIRD PARTY STATE -ASSISTED PROJECTS)
In accordance with Iowa Code Section 198.7, it is the policy of the Iowa Department of Transportation (Iowa DOT) that Targeted Small
Business (TSB) enterprises shall have the maximum practicable opportunity to participate in the performance of contracts financed in
whole or part with State funds.
Under this policy the Recipient shall be responsible to make a positive effort to solicit bids or proposals from TSB firms and to utilize
TSB firms as contractors or consultants. The Recipient shall also ensure that the contractors or consultants make positive efforts to
utilize TSB firms as subcontractors, subconsultants, suppliers, or participants in the work covered by this agreement.
The Recipient's "positive efforts" shall include, but not be limited to:
1. Obtaining the names of qualified TSB firms from the Iowa Econornic Development Authority (515-725.3132) or from its website
at: https://www.iowa.gov/tsb/index.php/home.
2 Notifying qualified TSB firms of proposed projects involving State funding. Notification should be made in sufficient time to
allow the TSB firms to participate effectively in the bidding or request for proposal (RFP) process.
3. Soliciting bids or proposals from qualified TSB firms on each project, and identifying for TSB firms the availability of
subcontract work
4. Considering establishment of a percentage goal for TSB participation in each contract that is a part of this project and for
which State funds will be used. Contract goals may vary depending on the type of project the subcontracting opportunities
available, the type of service or supplies needed for the project, and the availability of qualified TSB firms in the area.
For construction contracts:
a) Including in the bid proposals a contract provision titled "TSB Affirmative Action Responsibilities on Non -Federal Aid
Projects (Third -Party State -Assisted Projects)" or a similar document developed by the Recipient. This contract provision
is available on-line at:
http://www.dot.state.ia.us/local_systems/publications/tsb aontract_provision.pdf
b) Ensuring that the awarded contractor has and shall follow the contract provisions.
6. For consultant contracts:
a) Identifying the TSB goal in the Request for Proposal (RFP), if one has been set.
b) Ensuring that the selected consultant made a positive effort to meet the established TSB goal if any. This should include
obtaining documentation from the consultant that includes a list of TSB firms contacted; a list of TSB firms that responded
with a subcontract proposal; and, if the consultant does not propose to use a TSB firm that submitted a subcontract
proposal an explanation why such a TSB firm will not be used.
The Recipient shall provide the Iowa DOT the following documentation:
1. Copies of correspondence and replies, and written notes of personal and/or telephone contacts with any TSB firms. Such
documentation can be used to demonstrate the Recipient's positive efforts and it should be placed in the general project file.
2. Bidding proposals or RFPs noting established TSB goals, if any.
3. The attached "Checklist and Certification." This form shall be filled out upon completion of each project and forwarded to: Iowa
Department of Transportation, Civil Rights Coordinator Office of Employee Services, 800 Lincoln Way, Ames, IA 50010.
TSB-5
Bidder Status Form
To be completed by all bidders
Part A
Please answer "Yes" or "No" for each of the following:
j Yes ❑ No
VI Yes ❑ No
J Yes ❑ No
121 Yes No
($a Yes No
My company is authorized to transact business in Iowa.
(To help you determine If your company Is authorized, please review the worksheet on the next page).
My company has an office to transact business in Iowa.
My company's office in Iowa is suitable for more than receiving mall, 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.
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.
To be completed by resident bidders Part B
My company has maintained offices in Iowa durin the past 3 years at the following addresses:
ttst-
Dates: 3 / Ito / Pros /
02 / I Address. 1127 LaiNge. coin 6-
City, State, Zip* Cedct.r F&.1 I sI r 4 So613
Dates: / / to / / Address'
City, State, Zip:
/ Address:
You may attach additional sheet(s) if needed. City, State, Zip:.
Dates: / / to /
To be completed by non-resident bidders Part C
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
force preferences or any other type of preference to bidders or laborers? Yes El No
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.
To be completed by all bidders Part D
1 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: 4) reAri fl&c.
Signature: f�_ti Date: 24 /?zfr
You must submit the completed form to the governmental body requesting bids per 875 Iowa Administrative Code
Chapter 156. This form has been approved by the Iowa Labor Commissioner.
300.6001 (09-15)
BF-1.
Worksheet: Authorization to Transact Business
This worksheet may be used to help complete Part A of the Resident Bidder Status farm. If at least one of the following
describes your business, you are authorized to transact business in Iowa.
Yes ■ No My business is currently registered as a contractor with the Iowa Division of Labor.
0 Yes 51. No My business is a sole proprietorship and I am an Iowa resident for Iowa income tax purposes.
Yes ► No 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.
f j Yes ■ No My business Is an active corporation with the Iowa Secretary of State and has paid all fees
required by the Secretary of State, has filed its most recent biennial report and has not filed
articles of dissolution.
Yes $3 No
My business is a corporation whose articles of incorporation are filed 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 No My business is a limited liability partnership which has filed a statement of qualification In this
state and the statement has not been canceled.
❑ Yes No
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
❑ Yes 0 No 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.
❑ Yes Cid No 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 filed by the
limited partnership or the limited liability limited partnership.
❑ Yes ► No My business is a limited liability company whose certificate of organization is filed in Iowa and has
not filed a statement of termination.
❑ Yes No
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-iK)
BF-2
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, 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 the 6th day of February 32025, for
Terminal Security Upgrades (CCTV) Waterloo Regional Airport
NOW, THEREIN ORE,
(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 heroin stated.
By virtue of statutory authority, the full amount of this bid bond shall be forfeited to the Owner in liquidation of
damages sustained itt 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, tl e P incipai 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 61h day of February A.D. 2025
wlfncss
•
Witness
Contract No, CNTRT-5819
Bid Bond
K & W Electric, Inc. (Seal)
Principal
By Se--
, 4.4» btYr*'ritte) Pies ; de•at-"
•
Westfield Insurance Company (seal)
Su ety
By
Joseph I. Sc
t 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.
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 Alt 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 1. 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/ayyRitio�,
Seals,. t••Ctt'44
Affixed It/ Wu No
M(SEtrot41/4
State of Ohio
County of Medina ss.:
•
e u11
tnarE P4�j %',
%3% 1t34s 0 r
4 f• .a '»,
tttt
n",,uttt
tlntt
WESTFIELD INSURANCE COMPANY
WESTFIELD NATIONAL INSURANCE COMPANY
OHiO FARMERS INSURANCE COMPANY
By:
Gary W
•
1
tumper, wationafSurety 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 to 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.:
\mat11NHt/,4
4.
•�\,. g 9 �
= N'1
T'�Ora
or t•
't•tttttn,t ttttN\
t l
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 ELI 2025 •
J•n"iN,�l� ,,nnttttnt,,,,,
+��suflA A* ,tttPtttttttttt tit
•
t,Nittt,,u
1
1 Vi `,,
i =u.t.a*'
ATENIZA
N SEAL 1m''In;=i i%1
%0• •:0. %Ws 184e �:4Ov
'toll ttitint„ttt•t
BPOAC2 (combined) (03.22)
Frank A. Carrino, Secretary
Secretary