Loading...
HomeMy WebLinkAboutWoodruff Construction, LLC1717 Falls Avenue 1 Waterloo, IA 50701 City of Waterloo City of Waterloo Regional Airport Hangar No. 4 Rehabilitation IDOT Contract No. 19599 Woodruff Construction, LLC 1717 Falls Avenue Waterloo, IA 50701 Bid Documents WOODRUFF CONSTRUCTION, LLC 1717 Falls Avenue 1 Waterloo, IA 50701 City of Waterloo City of Waterloo Regional Airport Hangar No. 4 Rehabilitation IDOT Contract No. 19599 Woodruff Construction, LLC 1717 Falls Avenue Waterloo, IA 50701 Bid Security FORM OF BID OR PROPOSAL HANGAR NO. 4 REHABILITATION CITY OF WATERLOO, IOWA IDOT Project No. 91180AL0200 IDOT Contract No. 19599 Honorable Mayor and City Council Waterloo, Iowa Gentlemen: 1. The undersigned, being a Corporation existing under the laws of the Stet?. p�f U;iVJQ, a Partnership consisting of the following partners: bon trIoodruff, Vi 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 AECOM 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 HANGAR NO. 4 REHABILITATION, IDOT Project No. 91180AL0200, IDOT Contract No. 19599. all in accordance with the above -listed documents and for the unit prices for work in place for the following items and quantities: HANGAR NO. 4 REHABILITATION Ref. Item Item Unit Estimated Quantity Unit Bid Price Total Bid Price 1 Mobilization LS 1 $ ct 8b`a $ 9; $ 5-2) t 2 Remove Windows Each 27 $ 1 yto ` $ 3 9442 ., 3 Replace Window (33" x 56") Each 23 o $ 1 /yy w $ ?(pr o2aJao 4 Replace Window (49" x 56") Each 4 $ % 373 =' $ 5—.5" 5 Replace Light Fixture with LED Fixture Each 30 $ 06.1 `t $ 20, 0/° w TOTAL BID AMOUNT $ a s, S -a7 2. It is understood that the quantities set forth are approximate only and subject to variation and that the unit bid price for the work done shall govern in the actual payment to Contractor. 3. In submitting this bid, the bidder understands that the right is reserved by the City of Waterloo, lowa, to reject any or all bids. If written notice of the acceptance of this bid is mailed, telegraphed, or delivered to the undersigned within thirty (30) days after the opening thereof, or at any time thereafter before this bid is withdrawn, the undersigned agrees to execute and deliver an agreement in the prescribed form and furnish the required bond and certificate of the insurance within ten (10) days after the agreement is presented to him for signature, and start work within ten (10) days after "Notice to Proceed" is issued. 4. Security in the sum of fi ye ?ere -en* o f To t a i d Dollars ($ 51. at 'FiiC\ ) in the form of Ri d -Rini is submitted herewith in accordance with the INSTRUCTIONS TO BIDDERS. 5. Attached hereto is a Non -Collusion Affidavit of Prime Contractor. 6. Attached hereto is a Resident Bidder Certification ( ✓/ ) or Non -Resident Bidder Certification ( ). (Mark one.) 7. The bidder is prepared to submit a financial and experience statement upon request. FORM OF BID HANGAR NO. 4 REHABILITATION AECOM 60555170 FB -1 of 2 8. The Prime Contractor and Subcontractor(s), which have performed an aggregate of $10,000.00 in work for the City in the current calendar year, are prepared to submit an AAP or Update and an EOC, within ten (10) days of notification that the bid submitted is lowest and acceptable. 9. The bidder has received the following Addendum or Addenda: Addendum No. Date 11-3-11 'Z. 11 -co -ti 10. The bidder shall list the MBE/WBE subcontractor(s), amount of subcontracts and bid items on the City of Waterloo Minority and/or Women Business Pre-bid Contact Information Form submitted with this Form of Bid or Proposal. The apparent low Bidder shall submit a list of all other Subcontractor(s) to be used on this Project to the City of Waterloo by 5:00 p.m. the business day following the day Bids on this Project are due along with the Non -Collusion Affidavits of All Subcontractor(s). The Contractor shall submit information on subcontractors on "SUBCONTRACTOR REQUEST AND APPROVAL" Form to be provided by City prior to approval of contract. The subcontractors listed on this proposal and/or submitted to the Contract Compliance Officer cannot be changed except for the following reasons: 1) The City of Waterloo does not approve the subcontractors. 2) The subcontractors submit in writing that they cannot fulfill their subcontracts. 11. The bidder has filled in all blanks on this proposal. Those blanks not applicable are marked "none" or "NA". 12. The bidder has attached all applicable forms. 13. The Owner reserves the right to select alternates, delete line items, and/or to reduce quantities prior to the award of a contract due to budgetary limitations. fr\Iodu/JnS'1mWon1 (Name odder)� (Date) P, BY: s> � °' cl d•ress. Including Zip Code): 1111 ro its f9venul 4061,1)0;100a 50.701 I.R.S. No. 1(0-072_11E0 Title FAA 't / on /' esid f 7 t FORM OF BID HANGAR NO. 4 REHABILITATION AECOM 60555170 FB -2 of 2 NON -COLLUSION AFFIDAVIT OF PRIME BIDDER State of !0 Weu ) l )ss County of lQCK�'l�,vVi- ) , being first duly sworn, deposes and says that: 1. He is (Owner, Partner, Officer, Representative, or Agent) , of 14010d VUff 0,0ny / (,(,C,t7tjn (AL , the Bidder that has submitted the attached Bid; 2. He is fully informed respecting the preparation and contents of the attached Bid and of all pertinent circumstances respecting such Bid; 3. Such Bid is genuine and is not a collusive or sham Bid; 4. Neither the said Bidder nor any of its officers, partners, owners, agents, representatives, employees, or parties in interest, including this affiant, has in any way colluded, conspired, connived or agreed, directly or indirectly, with any other Bidder, firm or person to submit a collusive or sham Bid in connection with the Contract for which the attached Bid has been submitted or to refrain from bidding in connection with such Contract, or has in any manner, directly or indirectly, sought by agreement or collusion or communication or conference with any other Bidder, firm or person to fix the price or prices in the attached Bid or of any other Bidder, or, to fix any overhead, profit 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 any collusion, conspiracy, connivance or unlawful agreement on the part of the Bidder or any of its agents, representatives, owners, employees, or parties in,nterest, i ,,din: this affiant. (Signed) /Vfchokts R. Fo EaS - f y on Prec dei Title Subscribed and sworn to before me this "1 day of MVO/Vber- My commission expires NON -COLLUSION AFFIDAVITS 812.7/ii AM) -u 10t127 (( Title GENEVIEVE C. L. JURGENSON Commission Number 780011 MyCommission Expires HANGAR NO. 4 REHABILITATION AECOM 60555170 NCA -1 of 2 CONTRACT NO: PROJECT NAME: DATE OF LETTING: RESIDENT BIDDER CERTIFICATION 195 9q ar O.4 RMabill-/a- vKI 161/ember q 2017 To be a qualified resident bidder, the bidder shall be a person or entity authorized to transact business in this state and having a business for at least three years prior to the date of the first advertisement for the public improvement. If another state or foreign country has a more stringent definition of a resident bidder, the more stringent definition is applicable as to bidders from that state or foreign country. This qualification as resident bidder shall be maintained by the contractor and his subcontractors at the work site until this project is completed. hereby certify that I am a resident bidder as defined above. COMPANY NAME 1'V odruif 7 CORPORATE OFFICER fithaw k, Ford TITLE 1� 3 t- 'y e i-reriden t7 DATE 11/117 RESIDENT BIDDER HANGAR NO. 4 REHABILITATION AECOM 60555170 RB -2 of 3 0 6 a 0 gu .5 0 pm TSB PRE-BID CONTACT INFORMATION QUOTATION USED IN BID _..... DOLLAR AMT. PROPOSED �I TO BE SUBCONTRACTED M3 0 p� O K o 8 00 Y- Z s 8U Na AM [5 ` �. \ M 0 r x X SUBCONTRACTOR u Y 41 v I; . i L1] 4 d Ci. V HANGAR NO. 4 REHABILITATION AECOM 60555170 1 of 1 W CC E2 z a O_ w I- z� wrr u)0 LL W Z z� (7)a mz w0 mV W mm L 0. O a0 0 N 0 0 L U o Q O Q. O (6 O a) CI .0 0 0) c o C 0) 0 •0 N i--� U N N : O 0 r N 0 0 (0 0 �a0 75 a) C C v Ea) o _o U 0 U U c c la.0 : � N N ww CO CO W W CO co T T c co (0 m4 - c V). 451 U a) O d Prime Contractor Name: (13 L O T N v_ UB( w 0 °I F- 0 .c c 0 mEl2 w03 o 0) N w m 2 o zc Contractor Signature: o) a) cco a Q m .y m L o o o ff.) fl c a E E a) w o-a (/) ('3 0 a)o co C 1E .°c .� m C N m a) (-',5 O N U c CO O O CO N o _ E a LU 0 0 m - of N 4- T - C c d a 7 E c c o o ro o >' 0 - CEJ O U -- (1 0 O P -2.O -- C a) 0. O -c O"c- _N O > N 0 O) (v O Co0 a U O co a) m N o W C (n W N C Q u) O (6 Ce F - Q U) ON 0 a) a.. V cr))N cE'D of (n< o c o re -o c c4 -C W .J . wZ o a) (0 0CO 0 O ci W o o c o a) mu) o cc N a) -c o2 0 :c c o 47; § w c . =° � U Z D ) 92 w n W :0'N 0 > 0 N10 Z � - .Qo (u o Ocn OE a) of W '..Q O UL o.) i._ QZ 5O 0 O tcn N � ° cotOn 10 ct L D N N Q m -2 O O 0 W o c n-- c O zm o f N N 0 w 0 o aE N 5-0 a`)o 7 c8 J2 O m c • co m (cn 1cX -- 2000 1Eo m c 03 U F._ N C13 04 0 E a >.. O I O .� += m (tea JIli O (-\9 .Q E a) •ctE ) Nm c JUE T O V Q 2O o v- L T '0 L QN0 o°c .E -S fn co c o o70 a� ' F- wo a Um E Q `�6; coo g8 CO N-63 D «= c FU o-� c o E (d O c V (� N N •c D_J U 0 co c o rn 0 v)Qo ?-ot — �'0 Quotes Received Quotation used in bid Dollar Amount Proposed to be Subcontracted Yes/No Dates Contacted Yes/No Dates Contacted — D — �V MBE/WBE Subcontractors S. (y rr- V s; J V V (Form CCO-4) Rev. 06-20-02 BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, Woodruff Construction, LLC as Principal, and United Fire & Casualty Company as Surety are held and firmly bound unto the City of Waterloo Iowa, hereinafter called "OWNER." In the penal sum Five Percent of the Amount of 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 9th day of November , 2017, for Hangar No. 4 Rehabilitation, Waterloo Regional Airport, Waterloo, Iowa 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 pres- ents to be signed by their proper officers this 7th day of November , A.D. 2017. fitness \ Witness Stacy Ve , Witness to Surety BID BOND AECOM 60555170 Woodruff Construction, LLC (Seal)N4 ri cipal By v �. M h o(AS R. Ford ( United Sur itle) ras t lort•s/cken t e & Casualty Compare By Dione R. Young, Attorney in -f (Seal) HANGAR NO, 4 REHABILITAIION BB -1 of 1 UNITED FIRE & CASUALTY COMPANY, CEDAR RAPIDS, IA UNITED FIRE & INDEMNITY COMPANY, WEBSTER, TX FINANCIAL PACIFIC INSURANCE COMPANY, ROCKLIN, CA CERTIFIED COPY OF POWER OF ATTORNEY (original on file at Home Office of Company — See Certification) KNOW ALL PERSONS BY THESE PRESENTS, 'that UNITED FIRE & CASUALTY COMPANY, a corpmntion duly organized and existing under the laws of the State of Iowa; UNITED FIRE & INDEMNITY COMPANY, a corporation duly organized and existing under the laws of the State of Texas; and FINANCIAL PACIFIC INSURANCE COMPANY, a corporation duly organized and existing under the laws of thc State of California (herein collectively called thc Companies), and having their corporate headquarters in Cedar Rapids, State of Iowa, docs make, constitute and appoint KEVIN J. KNUTSON, OR JODY A. DECKER, OR MICHELLE GILUIS, OR KATHLEEN BREWER, ALL INDIVIDUALLY OF THE CEDAR RAPIDS IA OFFICE; OR CRAIG E. HANSEN, OR JAY D. FREIERMUTH, OR BRIAN M. DEIMERLY, OR CINDY BENNETT, OR ANNE CROWNER, OR TIM MCCULLOH, 014 STACY VENN, OR LACY CRAMBLIT, OR SHIRLY S. BARTENHAGEN, OR ICY'LEE HEUSI, OR DIONE R. YOUNG, ALL INDIVIDUALLY OF WEST DES MOINES IA their true and lawful Attorney(s)-in-Fact with powr and authority hereby conferred to sign, seal and execute in its behalf all lawful bonds, undertakings and other obligatoy instruments of similar nature provided that no single obligation shall exceed S100,000,000.00 and to bind the Companies thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of the Companies and all of the acts of said Attorney, pursuant to the authority hereby given and hereby ratified and confirmed. The Authority hereby granted is continuous and shall remain in full force and effect until revoked by UNITED FIRE & CASUALTY COMPANY, UNITED FIRE & INDEMNITY COMPANY, AND FINANCIAL PACIFIC' INSURANCE COMPANY. Inquiries: Surety Department 118 Second Ave SE Cedar Rapids, IA 52401 This Power or Attorney is made and executed pursuant to and by authority of the following bylaw duly adopted on May 15, 2013, by the Boards of Directors of UNITED FIRE & CASUALTY COMPANY, UNITED FIRE & INDEMNITY COMPANY, and FINANCIAL PACIFIC INSURANCE COMPANY. "Article VI — Surety Bonds and Undertakings" Section 2, Appointment of Attorney -in -Fact. "The President or any Vice President, or any other officer of the Companies may, from time to time, appoint by written certificates attorneys -in -fact to act in behalf of the Companies in the execution of policies of insurance, bonds, undertakings and other obligatory instruments of like nature. The signature of any officer authorized hereby, and the Corporate seal, may be affixed by facsimile to any power of attorney or special power of attorney or certification of either authorized hereby; such signature and seal, when so used, being adopted by the Companies as the original signature of such officer and the original seal of the Companies, to be valid and binding upon the Companies with the same force and effect as though manually affixed. Such attorneys -in -Mo. subject to the limitations set forth, in their respective certificates of authority shall have full power to bind the Companies by their signature and execution of any such inslrw tants and to attach the seal of the Companies thereto. The President or any Vice President, the Board of Directors or any other officer of "t110 Comp;mics may at any time revoke all power and authority previously given to any attorney-in-fact. IN WITNESS WHEREOF, the COMPANIES have each caused these presents to be signed by its vice president and its corporate seal to be hereto affixed this Ism day of JANUARY, 2016 State of Iowa, !County of Linn, ss: On Iso day of JANUARY, 2016, before me personally came Dennis J. Richmamn to me known, who being by me duly sworn, did depose and say; that Inc resides hi Cedar Rapids, State of Iowa; that he is a Vice President of UNITED FIRE & CASUALTY COMPANY, a Vice President of UNITED FIRE & INDEMNITY COMPANY, and a Vice President of FINANCIAL PACIFIC INSURANCE COMPANY the corporations described in and which executed the above instrument; that he knows the seal of said corporations; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporations and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporations. UNITED FIRE & CASUALTY COMPANY UNITED FIRE & INDEMNI'T'Y COMPANY FINANCIAL PACIFIC INSURANCE COMPANY Vice President Judith A. Davis Iowa Notarial Seal Commission number 173041 My Commission Expires 04/23/2018 A Notary Public My commission expires: 04/23/2018 I. D vid A. Lang , Secretary of UNITED FIRE & CASUALTY COMPANY and Assistant Secretary of UNITED FIRE & INDEMNITY COMPANY, and Assistant Sccctary of FINANCIAL PACIFIC INSURANCE COMPANY, do hereby certify that 1 have compared the foregoing copy of the Power of Attorney and a Tidavil, and the copy of the Section of the bylaws and resolutions of said Corporations as set forth in said Power of Attorney, with the ORIGINALS ON FILE IN THE HOME OFFICE OF SAID CORPORATIONS, and that the same are correct transcripts thereof, and of the whole of the said originals, and That the said Power of Attorney has not been revoked and is now in full force and effect. In testimony whereof I have hereunto subscribed my name and affixed the corporate seal of the said Corporations .This 11b day of NovBmlze> ,.2017 1104 BPOA0043 0913 By: Secretary, UF&C Assistant Secretary, OF&I/FPLC