Loading...
Signed Contract_Ted Stackis Construction for Fire Hydrant Painting Phase IIMasterpiece on the Mississippi TO: Michael C. Van Milligen, City Manager FROM: Bob Green, Water Department Manager SUBJECT: Fire Hydrant Painting Program Phase II Quotation Acceptance Recommendation CIP 740-2201 DATE: July 27, 2012 Dubuque ***** AU-America City 2012 INTRODUCTION: The purpose of this memorandum is to recommend accepting the quotation from Ted Stackis Construction of Dubuque, Iowa for the Fire Hydrant Painting Program Phase II for priming and repainting approximately 500 public fire hydrants in the amount of $57,750.00 (Fund balance $109,577.00). BACKGROUND The City has approximately 2,800 Fire Hydrants in the Distribution System that have deteriorated in appearance over the past years due to weather conditions and from salt used on the streets in the winter months. This program provides funding for the power washing, priming, repainting and required signage to properly maintain the appearance of the City's existing Fire Hydrants. QUOTATION RESULTS: Two quotes were received on July 19, 2012 for this project. Of the twenty-four (24) businesses that were notified, Ted Stackis Construction of Dubuque, Iowa submitted the low quote in the amount of $57,750.00. This amount is $12,250.00 or 17.5% below the engineer's estimate of $70,000.00. A summary of the quotes are as follows: CONTRACTOR ADDRESS QUOTATION COST Ted Stackis Construction Dubuque, IA $57,750.00 K & W Coatings, LLC Elkader, IA $84,000.00 This project Phase II of IV would be part of our current ongoing Capital Improvement Project. Fire Hydrant Painting Project fund code 740-2201. The funds required to support this project are available. (Current fund balance amount $109,577.00) �� Project �vxvw*cex���^ On July 5, 2012 Amanda Kennedy of|IW,PC. faxed the Notice to Bidd rs and Bid Schedule for the City of Dubuque Fire Hydrant Repainting Project Phase II 2012 to the following: Project No. 12113 - 01 Project Description Fire Hydrant Repainting Project Phase II 2012 Company: Alan Jackson T inQ Arndt Enterprises, /nc Asbury Home Im Central Tank Coatings, Inc. Colonial Painting and Decorating, Inc. Construction Update Plan Room D.A. Bunch Company Davies Services Dubuque Builders Exchange DW Power Industrial Coatings Fred Jackson Tuckpointing Giant Maintenance and Restoration |Novva Builders Exchange Industrial Painting K & W Coatings, LLC L & P Painting Lambropoulos Painting McGraw-Hill Construction Dodge Pospisil Painting Putnam County Painting, Inc. Reed Construction Data Ted Stackis Construction Top Grade Excavating Inc. Bellevue DeWitt Asbury Elgin Dubuque Waterloo Cedar Rapids Appleton Dubuque Dubuque Dubuque Mundelein Rock Island Taylor Elkader Cedar Rapids Dubuque Arlington Cedar Rapids Mark Norcross Dubuque Farley Mailed to: OLS Restoration, 13570 Grove Drive #235, Maple Grove, MN 55311 Called: Alan Jackson Tuckpointing, Asbury Home Improvement, Ted Stackis State: Fax: IA IA IA IA IA IA IA WI 1A IA IA IL IL MI IA IA IA TX IA IL GA IA IA (563) 556-1125 (563) 659-1174 (563) 426-5641 (563) 582-7833 (319) 274-0986 (319) 399-1731 (920) 731-2305 (563) 582-6113 (563) 557-1723 - (563) 583-8776 (847) 388-3712 (309) 794-3965 (734) 946-7523 (563) 245-3586 (319) 362-8857 (563) 584-2727 (888) 376-4319 (319) 362-6822 (815) 339-6607 (800) 303-8629 (563) 744-3417 Monday, July 16, 2012 Page 1 of1 July 23, 2012 Mike Brekke City of Dubuque Water Distribution 925 Kerper Court Dubuque, IA 52001 -2405 Re: City of Dubuque, Iowa Fire Hydrant Repainting Project Phase II 2012 Quotation Acceptance Recommendation 11W Project No.: 12113 -01 Dear Mike: In accordance with Owner instructions, quotations for the Fire Hydrant Repainting Project Phase II 2012 project were opened and read at 2:00 p.m. on July 19, 2012. Two quotations were received for this project. A tabulation of the quotations is enclosed. After reviewing the quotations, it was determined the low quotation was submitted by Ted Stackis Construction of Dubuque, Iowa, in the amount of $57,750.00. Ted Stackis Construction has the experience, workforce and equipment to properly complete this contract. We recommend accepting the quotation for the Fire Hydrant Repainting Project Phase II 2012 from Ted Stackis Construction in the amount of $57,750.00. The Engineer's estimate for this project was $70,000.00. The low quotation of $57,750.00 is $12,250.00 or 17.5% below the Engineer's estimate. Sincerely, IIW, P.C. t-.e Gary D. Sejkora, P.E. Principal Municipal & Environmental Engineer Enclosure Copy: Ted Stackis Construction 11W, P.C. www.iiwengr.com ARCHITECTURE CIVIL ENGINEERING CONSTRUCTION SERVICES ENVIRONMENTAL ENGINEERING LAND SURVEYING MUNICIPAL ENGINEERING STRUCTURAL ENGINEERING TRANSPORTATION ENGINEERING Dennis F. Waugh, PE/SE* Charles A. Cate, PE ** Gary D. Sejkora, PE Michael A. Jansen, PE/SE Ronald A. Balmer, PE/SE/AIA Timothy J. Tranel, PE* John F. Wandsnider, PE Julie P. Neebel, PE James P. Kaune, PE Thomas J. Oster, PLS ** Wray A. Childers, PLS Geoffry T. Blandin, PE Mark C. Jobgen, PE Lauren N. Ray, PE/SE* Bradley J. Mootz, PE/SE Cody T. Austin, PE* Marc D. Ruden, PE Mark R. Fassbinder, AIA* Michael A. Ruden, NCARB /AIA* Alice M. Ohrtmann, PE Craig J. Elskamp, AIA Robert W. Blok, PE Eric J. Helminiak, PE/SE* Steven J. Hunn, PE Jeffrey J. Brandt, PLS / RLS Craig L. Geiser, PLS / RLS Adam J. Moris, PE James P. Maloney, PE * LEED AP ** Retired 4155 Pennsylvania Avenue, Dubuque, IA 52002 -2628 ® [P] 563.556.2464/800.556.4491 e [F] 563.556.7811 jiw CITY OF DUBUQUE FIRE HYDRANT REPAINTING PROJECT PHASE II 2012 BID TABULATION JULY 19, 2012 IIW Project No. 12113 -01 TED STACKIS CONSTRUCTION K &W COATINGS, LLC NO. DESCRIPTION QUANTITY UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE 1 Mobilization and Miscellaneous 1 LS $15,000.00 $15,000.00 $3,000.00 $3,000.00 2 Traffic Control 1 LS $4,000.00 $4,000.00 $2,000.00 $2,000.00 3 Fire Hydrant Surface Preparation & Repainting 500 EA* $74.30 $37,150.00 $150.00 $75,000.00 4 Supplemental Surface Preparation 40 HRS $40.00 $1,600.00 $100.00 $4,000.00 Total Base Bid $57,750.00 $84,000.00 * The City of Dubuque Water Department reserves the right to increase or decrease the number of hydrants painted subsequent to receipt of bids in order to comply with budget limits. BOND #'23 69 73 CITY OF DUBUQUE, IOWA FIRE HYDRANT REPAINTING PROJECT PHASE II 2012 BID BOND Theodore Stackis dba KNOWN ALL MEN BY THESE PRESENTS, that we Stackis .Construction as Principal, and Enployers Mutual Casualty Ccmpeasy Surety, are held and firmly bound unto the unto the City of Dubuque, Iowa (the City), in the penal sum of 10 % of Amount Bid in lawful money of the United States, for the payment of which sum well and truly to 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 19thday of July , 201 ?for the Fire Hydrant Repainting Project Phase II 2012. NOW, THEREFORE, if the Principal shall not withdraw said quote/bid within the period specified therein during the opening of same, or if no period specified, within thirty (30) days after said opening, and shall within the period specified therefore, if no period be specified, within ten (10) days after the prescribed forms are presented to it for signature, enter into a written contract with the City of Dubuque, in accordance with the quote /bid as accepted, and give bond with good and sufficient surety or sureties, as may be required for the faithful performance and proper fulfillment of such contract, then the above obligation shall be void and of no effect, otherwise to remain in full force and virtue. By virtue of statutory authority, the full amount of this bid bond shall be forfeited to the City in liquidation of damages sustained in the event that the afore described bidder, Principal, fails to execute the contract and provide the bond as provided In the specifications or by law. IN WITNESS WHEREOF, the above bounden parties have executed this instrument under their several seals this 19th day of July , 2012 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. PRINCIPAL: SURETY: Employers Mutual Casualty Company ,'C. tqe, 645 Contractor — By: By: Signature Sign ur0 Leroy ®Bottley, III Bond Field _Underwriter Title Date C -1 ritteAttorney -in Fact July 19, 2012 Date THE FACE OF THIS DOCUMENT HAS A COLORED BACKGROUND ON WHITE PAPER • BAL. OF THIS DOCUMENT HAS A SIMULATED WATERMARK - HOLD ATAN ANGLE TO VIEW. - KNOW-ALL MEN BY THESE PRESENTS;lhat'-•*.'..- ....?-;',,l•--l'''''' ,.........„„ .„....,..:„. ••........,:. ....,.:...,..... . ,....-...,....... .............., „-• • .. 0• ....• . p ic-. kell*.-lM....., .$-..t, ..0 a, , l.•l. e••a.• .a, l•i.• alll.t. . y.•.. .. ..0.. ,.. .- .-.i_ a..l..lYl, ...; ..a.•... . .. , il,e0........ ..a.....Corporation - WCA$CgindrandeConpany:an Iowa Corporation -':?* . .' .• .l '. ; D„a. . -ko,..ta ... Fi. re:Insurance... . iClomP...a. . I.•.Y... , . q Po.. rth lDakota Corporation tio n jiforsihOra4c01Compa*Ot Providence, an Iowa Corporation 0 ttC.PrOPertikCa44itCompany an Iowa Corporation 4 Illinois OCACDInsuranOiCOipaiy,4, tOya Corporation , traOltal lutuatinetrafce*otpary, an Iowa Corporation . .. • ... • • .. .. • -. . ...- • hereinafter referred ta-Seyeratly:as "Company and collectively as "Companiee, each does Othesel3r6sen#s, mike constitute and ...„.:.. , ......,„,... .., appoint ,..„.... - •.. .......... ..,.........: . . LERO.Y. J. KATLEY,III. INDIVIDUALLY, .-.1)-E5, 11401N-FS,, IOWA .:::::' ''',:r:r; ,:.".:,'' .';!::::. :•:,;::::-;:',,.: ,:...-..,71:::.:,.,. i.,:!.:..--::::;!::..,,J:::_...,.., . .:,,.,.. ,..,., ..,... .zy. ,..::. ,:.::. ,,, - .......,":1.,..i.„ .:,,... ...-:: :.: ..-.:• ,,, • "" —,,... •,..., . . • . • its true and lawful ,400.1.*,ih-f:,ict, with full power and:146. thOiiity:.OrifOred.,A6.:io, seal and execute its lawful bonds,,,Undertakings, and other obligatory instruments of a similar nature as foilOwS:•'•:.• ••••••• • • • • ............. ANY AND ALL BONDS , and to bind each Company thereby as fuilkandiO.the.saMe extent as ifiichjnstriiiiients were signed bythe.dUly apthoritad.pfficers:of each such COmpanyi..andall- of the acts of said attorney pursuant to the a006i-ity:rtierefittiv6 are hereby ratified and confirmed . , The aUthority hereby granted Shall eXpire Al75.Rit 1 2014 unless sooner reYPked. ' .,::::.:::.,:::::. -... — • ...— .AUTHOR1TY FOR POWER OF ATTORNEY,. thi::Povveic-of-Attofiley iS.*Made"and executed pursuant to and by the authoritY..;:lef the follawing.,reSOlut&a:th6 Boards of Directors of each of the Companies at a , .. .„ . ,.. ... „ . . . , . . :• •. .. ,.., .... „ ... . . ..„ : . 'regularly scheduled meeting of each orvoyi.iplji:!'called and 'field in 1999: -•::::':„ '::':::: :,::*: .::::::: :::::: _::::' 1:: .':,!: ••':::: ::::.; ''':.:: :•:'.. '''] ,...: FOtiptgb..,-.37he'Praidant..alid Chief Executive officer, any Vice President the V4041......:.'*1::i1-4.-:.$,:eefetary,Of•EMplaprs Mutual CasualtY'CeMpany shall have power and authority to (1:ap04..att66104.-fin,-faet and authorize them to execute on behalf of each Company and attach the seal of the Company thereto, bonds and undertakings ; recogniz,.afideS:COntract6 of other writings obligatory in the nature thereof, and'(2).61-emoc16...a.r.isrsuctj'gt&ii4in-fact at any time and revoke the power and aUttiii4tY given to or:i her. AttOrneyS,..lh4ad shell have and authority subject taihe':.:termsodiimitationiof the pow0:i6f6#prnOlgd6'd:to them, . . „... ..„ . ..... .... ,..... .,. to execute and deliver on behalf of the..,COMpany;::*d,to attach the sealof the Company thereto, bonds and U6dertakiggS,..rebO4nizances;',contracts of : in emmi .:and other writings obligatory in the nature ttiereof, and any such instrument executed by any such attorney in shalt.belfuV and in all reSpactS'bindff-d:-4On the dOimpany. Certification as tote --validity of any 0Ower-of-Oiorpesi:,•autliOrii0 herein made by an officer of ErnplOYers:MutUal Casualty Company shall be fdtly;anct'in all respects binding upon this (oriahy. The facsimile or mechanically reproduced signature of such officer, whether made heretofore or hereafter, wherever appearing upon a certified copy of any dower6fattorney'6f theCornbanYc.:.sheit.be Valic1::and.bifiding upon the Company with the same force and affect as though MantlaVaffixed,' ••••' IN WITM$ WHEREOF, theComg loin day of Seals ,,,,,,, Co E'''gEAL 1eausedthese pr • • Tt.f,.tdbeeigned. for each by their officer.s.es..shown.apcl the Cort-„vate....seals.ta.beheretaeffixed,this • • . 7. S /OA UAL ',0URA ':'!'611R)112:61kbM/NOVi14':' OtOniss,idnNt!ml5p.r76192,1036141 MOINES, Bruce G Kelley Chairrhah Michael . Jeer of Companies 2, 3, 4, 5 & ;President Assistant Secratary6,... Company 1', Vice Chairman and , * CEO oftlOmpany.;Tl--l:'::•!:,: ••• On this iIday of JANUARY 1 before me a Notary PaPlic. in and for the State. rof:t6Wa;'.parecinally'appeared. Bruce G. Kelley and Michael Free!, who being by me duly sworn did say fii4they,.4,1-6: and are known tame to be the Chairman President,-.Vice:-Chaftmar :i.b.tid.:gF0,::::..arid/bi'Assist0f8k.rpWW:'14*ctiyely, of • each of The Companies abOye;!, that the seals of said corporations ; that said instnimee.-waSigredinct:Sealed on behalf of of the Companies by authority of their respective Boards Directors and that the -4cli:.4i1.16,6. G. Kelley and • . . „ . „ . Michael Freel, as such officers, acWOWledge,:the:executiOrt.I.Pf said instrument voluntary act and deed of each of the Companies My Commission Expires October 16 •2611. 'Li • • Notary ,p in.".and•ftiriti*Btate of Iowa RTIFICATE I David L Hixenbaugh; Vice President Of the Companies, do hereby certi that the foregoing resoftitOn'of the Boards of Directors by each Of the , Companies, and this P e f issued pursuant thereto on January 2011 on behalf of Letoy 4,lottf6y are true and correct and are Still in;full:lorce and effect ' lii Testimony Whereof I have subscribed,my.::.neme and rxed the facsimile seal of each Company this ay of • • • •:.„„ th 2012 Vice-President CITY OF DUBUQUE - WATER DEPARTMENT FIRE HYDRANT REPAINTING PROJECT PHASE II 2012 BIDDER agrees to perform all the work described in the CONTRACT DOCUMENTS for the following unit prices or indicated sums: NOTE: Bids shall EXCLUDE sales tax and all other applicable taxes and fees NO. DESCRIPTION 1 Mobilization and Miscellaneous BID SCHEDULE (BID FORM 1A) QUANTITY UNIT PRICE TOTAL PRICE 1 LS 30 , °C' 2 Traffic Control 1 LS a 00 3 Fire Hydrant Surface Preparation & Repainting 500 EA * "' 1 3 4 Supplemental Surface Preparation 40 HOURS 1-46°°;--qt, , TOTAL OF BID FOR PHASE II FIRE HYDRANT REPAINTING 1 This bid schedule is submitted by: j i✓ © S TA c p K) Contractor Name The bidder shall submit the Bid Proposal form (page B -2) with this Bid Schedule The bidder's Iowa Registration Number is: C 19 5 -6, 3 i'5,066 yco jOoO g6O 3,150 * The City of Dubuque Water Department reserves the right to increase or decrease the number of hydrants painted subsequent to receipt of bids in order to comply with budget limits. Bid Proposal Page 1 of 2 B -1 CITY OF DUBUQUE, IOWA FIRE HYDRANT REPAINTING PROJECT PHASE II 2012 BID FORM 1B BID PROPOSAL The bidder hereby certifies that the bidder is the only person or entity interested in this proposal as principal; that an examination has been made of the specifications, and contract form, including the special provision contained herein, and of the site of the work, and the bidder understands that the quantities of work shown herein are approximate only and are subject to increase or decrease; and further understands that all quantities of work, whether increased or decreased, are to be performed at the unit price as stipulated herein; the bidder proposes to furnish all necessary machinery, equipment, tools, labor and other means of construction, and to furnish all materials specified in the manner and time prescribed and to do the work at the prices herein set out. The bidder further agrees to execute a formal contract and bond, if required by the contract documents, within seven (7) days of the award of the contract by the City Manager, and that the bidder will commence work on the contract within 10 days of the Notice to Proceed, and will complete the work within the specified contract period or pay the liquidated damages stipulated in the contract documents. The bidder edges re et of the following addendum: 4fl/7 A PRINCIPAL: 5 d3tgc_li(i By: Contractor Individual) Partnership ( ) Corporation ( ) Dated: 7 -. / 9 - Dated: 7- / 7 - 0.) Dated: 1 f� — 5'4W cDkAbl-u_e Address City I Signature State Zip Pits - Title Date Note: To be completed by out of State bidders. The State of does ( ) I does not ( ) utilize a percentage preference for in state bidders. The amount of preference is percent. The bidder shall submit the Bid Schedule form (page B -1) with this Bid Proposal. Bid Proposal Page 2 of 2 B -2 CITY OF DUBUQUE, IOWA FIRE HYDRANT REPAINTING PROJECT PHASE II 2012 BID BOND KNOWN ALL MEN BY THESE PRESENTS, that we K &W Coatings , LLC as Principal, and AMCO Insurance Company , as Surety, are held and firmly bound unto the unto the City of Dubuque, Iowa (the City), in the penal sum of 10% of Total Bid Amount A;A ;A A ;; in lawful money of the United States, for the payment of which sum well and truly to 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 sybmitted the accompanying bid, dated the 17 day of July , 20 ?for the Fire Hydrant Repainting Project Phase II 2012. NOW, THEREFORE, if the Principal shall not withdraw said quote /bid within the period specified therein during the opening of same, or if no period specified, within thirty (30) days after said opening, and shall within the period specified therefore, if no period be specified, within ten (10) days after the prescribed forms are presented to it for signature, enter into a written contract with the City of Dubuque, in accordance with the quote /bid as accepted, and give bond with good and sufficient surety or sureties, as may be required for the faithful performance and proper fulfillment of such contract, then the above obligation shall be void and of no effect, otherwise to remain in full force and virtue. By virtue of statutory authority, the full amount of this bid bond shall be forfeited to the City in liquidation of damages sustained in the event that the afore described bidder, Principal, fails to execute the contract and provide the bond as provided in the specifications or by law. IN WITNESS WHEREOF, the above bounden parties have executed this instrument under their several seals this 17 day of July , 201 ?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. K &W Coatings, LLC President Title July 17, 2012 Date SURETY: AMCO Insurance Company\ Surety Company By: Signature David R Bahls Attorney -in -Fact Title July 17, 2012 Date KNOW ALL MEN BY THESE PRESENTS THAT: Nationwide Mutual Insurance Company, an Ohio corporation Farmland Mutual Insurance Company, an Iowa corporation Nationwide Agribusiness Insurance Company, an Iowa corporation Power of Attorney AMCO Insurance Company, an Iowa corporation Allied Property and Casualty Insurance Company, an Iowa corporation Depositors Insurance Company, an Iowa corporation hereinafter referred to severally as the "Company" and collectively as the "Companies," each does hereby make, constitute and appoint: DAVID R. BAHLS DARLENE F. BAHLS ELKADER IA each in their individual capacity, its true and lawful attorney -in -fact, with full power and authorityto sign, seal, and execute on its behalf any and all bonds and undertakings, and other obligatory instruments of similar nature, in penalties not exceeding the sum of ONE MILLION AND NO /100 DOLLARS S 1,000,000.00 and to bind the Company thereby, as fully and to the same extent as if such instruments were signed by the duly authorized officers of the Company; and all acts of said Attorney pursuant to the authority given are hereby ratified and confirmed. This power of attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the board of directors of the Company: "RESOLVED, that the president, or any vice president be, and each hereby is, authorized and empowered to appoint attorneys -in -fact of the Company, and to authorize them to execute and defer on behalf of the Company any and all bonds, forms, applications, memorandums, undertakings, recognizances, transfers, contracts of indemnity, policies, contracts guaranteeing the fidelity of persons holding positions of public or private trust, and other writings obligatoryin nature that the business of the Company may require; and to modifyor revoke, with or without cause, any such appointmentor authority; provided, however, that the authority granted hereby shall in no way limit the authority of other duly authorized agents to sign and countersign any of said documents on behalf of the Company." "RESOLVED FURTHER, that such attorneys -in -fact shall have full power and authorityto execute and deliver any and all such documents and to bind the Company subject to the terms and limitations of the power of attorney issued to them, and to affix the seal of the Company thereto; provided, however, that said seal shall not be necessary for the validity of any such documents." This power of attorney is signed and seated under and by the following bylaws duly adopted by the board of directors of the Company. Execution of Instruments. Any vice president, any assistant secretary or any assistant treasurer shall have the power and authority to sign or attest all approved documents, instruments, contracts, or other papers in connection with the operation of the business of the company in addition to the chairman of the board,the chief executive officer, president, treasurer or secretary; provided, however, the signature of anyof them may be printed, engraved,or stamped on any approved document, contract, instrument, or other papers of the Company. IN WITNESS WHEREOF, the Company has caused this instrument to be sealed and duly attested by the signature of its officer the 11 to day of November, 2011 . romovi 4..,sokttr '111 • `i+ COPPQCO� • SEAL; 0 ��� GOePOR� f¢ SEAF.: >i O. SEAS y • Gary A. Douglas, President and Chief Operating Officer of Nationwide Agribusiness Insurance Company and Farmland Mutual Insurance Company; and Vice President of Nationwide Mutual Insurance Company, AMCO Insurance Company, Allied Property and Casualty Insurance Company, and Depositors Insurance Company ACKNOWLEDGMENT STATE OF IOWA, COUNTY OF POLK: ss On this 11th day of November, 2011 , before me came the above -named officer for the Companies aforesaid, to me personally known to be the officer described in and who executed the preceding instrument, and he acknowledged the execution of the same, and being by me duly sworn, deposes and says, that he is the officer of the Companies aforesaid, that the seals affixed hereto are the corporate seals of said Companies, and the sad corporate seals and his signature were duly affixed and subscribed to said instrument by the authority and direction of said Companies. Sandy Ritz Iowa Notarial Seal Commission number 152765 My Commission Expires March 24.2014 Notary Public My Commission Expires CERTIFICATE March 24, 2014 I, Robert W Homer III, Secretary of the Companies, do hereby certify that the foregoing is a full, true and correct copy of the original power of attorney issued by the Company; that the resolution included therein is a true and correct transcript from the minutes of the meetings of the boards of directors and the same has not been revoked or amended in any manner; that said Gary A. Douglas was on the date of the execution of the foregoing power of attorney the duly elected officer of the Companies, and the corporate seals and his signature as officer were duly affixed and subscribed to the said instrument by the authorityof said board of directors; and the foregoing power of attorney is still in full force and effect. IN WITNESS WHEREOF, I have hereunto subscribed my name as Secretary, and affixed the corporate seals of said Companies this 17 day Df July 20 12 This Power of Attorney Expires W20/13 3DJ 1 (1 1 -1 1) 00 09590 Secretary CITY OF DUBUQUE - WATER DEPARTMENT FIRE HYDRANT REPAINTING PROJECT PHASE II 2012 BIDDER agrees to perform all the work described in the CONTRACT DOCUMENTS for the following unit prices or indicated sums: NOTE: Bids shall EXCLUDE sales tax and all other applicable taxes and fees NO. DESCRIPTION 1 Mobilization and Miscellaneous BID SCHEDULE (BID FORM 1A) QUANTITY UNIT PRICE TOTAL PRICE 1 LS $ 3,000.00 $ 3,000.00 2 Traffic Control 1 LS 3 Fire Hydrant Surface Preparation & Repainting 500 EA * 4 Supplemental Surface Preparation 2,000.00 $2,000.00 $150.00 $75,000.00 40 HOURS $100.00 TOTAL OF BID FOR PHASE II FIRE HYDRANT REPAINTING This bid schedule is submitted by: K &W Coatings, LLC Contractor Name The bidder shall submit the Bid Proposal form (page B -2) with this Bid Schedule The bidder's Iowa Registration Number is: 79597 -06 4,000.00 $ 84,000.00 * The City of Dubuque Water Department reserves the right to increase or decrease the number of hydrants painted subsequent to receipt of bids in order to comply with budget limits. Bid Proposal Page 1 of 2 B -1 CITY OF DUBUQUE, IOWA FIRE HYDRANT REPAINTING PROJECT PHASE II 2012 BID PROPOSAL BID FORM 1B The bidder hereby certifies that the bidder is the only person or entity interested in this proposal as principal; that an examination has been made of the specifications, and contract form, including the special provision contained herein, and of the site of the work, and the bidder understands that the quantities of work shown herein are approximate only and are subject to increase or decrease; and further understands that all quantities of work, whether increased or decreased, are to be performed at the unit price as stipulated herein; the bidder proposes to furnish all necessary machinery, equipment, tools, labor and other means of construction, and to furnish all materials specified in the manner and time prescribed and to do the work at the prices herein set out. The bidder further agrees to execute a formal contract and bond, if required by the contract documents, within seven (7) days of the award of the contract by the City Manager, and that the bidder will commence work on the contract within 10 days of the Notice to Proceed, and will complete the work within the specified contract period or pay the liquidated damages stipulated in the contract documents. The bidder acknowledges receipt of the following addendum: Dated: Dated: Dated: PRINCIPAL: K &W Coatings, LLC 28898 Highway 13 Contractor Address Limited Liability er "ndividual ( ) Partnership ( CornnrationX53 Elkader K & * City Iowa 52043 Signature Stan Wagner State Zip President Title Date 07/17/2012 Note: To be completed by out of State bidders. The State of does ( ) / does not ( ) utilize a percentage preference for in state bidders. The amount of preference is percent. The bidder shall submit the Bid Schedule form (page B -1) with this Bid Proposal. Bid Proposal Page 2 of 2 B -2