Loading...
HomeMy WebLinkAboutFailor Hurley ConstructionEftLED Fv2m OF" ElEd r Hurley Cons ' ' on 3337 Marie Avenue, Waterloo, IA 50701 CONSTRUCTION N G No. `f fZEkali- ! T4-77 ") Faller Hurley Construction 3837 Mamie Avenue, Waterloo, IA 50701 W itoa h616ftw RPo2T H &1A -Q- /v , 4 g I A- /L t T� 7�orcl Igo) 5 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 State of lowot a Partnership consisting of the following p- • • :tor iku r4i aAs-ro c having familiarized (himself) (themselves ith the existing conditions on the project area affecting the cost of the work, and with all a 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 $ % t SO DLt" $ 3,5o0 !SI - 2 Remove Windows Each 27 $ a I 22 $ 5 , 72y'® 3 Replace Window (33" x 56") Each 23 $ 0 5 a 1e- e®, b a b $3517,3000-5.'- 4 Replace Window (49" x 56") Each 4 $ 1 , 8 2 5 - $ 7, 300 °0 5 Replace Light Fixture with LED Fixture Each 30 522 $ -j 0 p -- 0 0 $ 2I , 000 TOTAL BID AMOUNT $ -75, 220 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, Iowa, 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to the undersigned within thirty (30) days after the opening thereof, or at any time thereafter before this bid is withdrawn, the undersigned agrees to execute and deliver an agreement in the prescribed form and furnish the required bond and certificate of the insurance within ten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. pp 4. Security in the sum of FiuL Per ccat 01' Bid 5vhs.-4-eked Dollars ($ % - ) in the form of $to PEON D 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 ( \K ) 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 tt Ito lit Ik 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 AH 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. F \or• WwrOtl C ASirr ac1t (Name of Bidder) BY: c oe_ Tr: p e- R i 2Jt S �l /9/lOilr (Date) Official Address: (Including Zip Code): 333 1 heir nke_ Ave Waledeo fit SD 70 I.R.S.No. -0g-5 1E957 Title Vitt- Poilete i ! FORM OF BID HANGAR NO. 4 REHABILITATION AECOM 60555170 FB -2 of 2 NON -COLLUSION AFFIDAVIT OF PRIME BIDDER State of a ) )ss County of I lac`t Trp- (2m Qkt. S 1. He is (Owner, Partner (fficerRepresentative, or Agent) , of FIX to,r , being first duly sworn, deposes and says that: At4.r447 a r S we 410 VN , 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 interest, including this affiant. (Signed) opt_ Vya-GstpsNI-r Title Subscribed and sworn to before me this day of A%'/,6,4 , 2017. f ESS t /7-- Title TTitle My commission expires ��3 --01c5"" Ao"`""COLIN J HURLEY 4 COMMISSION NO.748279 MY COMMISSION EXPIRES SEPTEMBER 3, 2019 NON -COLLUSION AFFIDAVITS HANGAR NO. 4 REHABILITATION AECOM 60555170 NCA -1 of 2 CONTRACT NO: PROJECT NAME: DATE OF LETTING: RESIDENT BIDDER CERTIFICATION HSI 9 Htor r No . 4 atketb;on 11--201 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. I hereby certify that I am a resident bidder as defined above. COMPANY NAME }Agar i-turiel CnnSfr✓ffran CORPORATE OFFICER -Toe Tri pp -P -:e S" TITLE VIGC. Pie Vate44t DATE i 1' g 2,0 1 —4 - RESIDENT BIDDER HANGAR NO. 4 REHABILITATION AECOM 60555170 RB -2 of 3 Form 730007WP 7-97 / TSB CONTRACT PROVISION AECOM 60555170 (To Be Completed By All Bidders per the Current Contract Provision) ca to o ) \co j C co 0 ) a to \ o cu tu \ 0 f § { $( co `E 2 ( §\ \ § !/ § (§ c{ §ƒ U! _ 0 Ita sr ! 6) § E^ 0 %/ �® \ Et \\ \{ )» ,~ 00 0. \ ({ 0a-0 o )1- kt G; 2{ \ ® 1) D \\ 00 ;_ $0 r; / k \\ r11 0 ICI \\ 2 [E ;{ atEi \ \\ -„ al { f\ \\ {\ %\ QUOTATION USED IN BID DOLLAR AMT. PROPOSED 11 TO BE SUBCONTRACTED §2 QUOTES RECEIVED DATES CONTACTED ON isa& ---- DATES CONTACTED �� co co 2.11 2 $ SUBCONTRACTOR / /} Gw $ CS C.2 ..t - o ou Ec §( /\ HANGAR NO.4 REHABILITATION TSB -5 of 7 e 0 co\ / / \ 3 Prime Contractor Name: t w co m ww \/ as as 117) 0 zti as \j /\ co Z� o. \� §0 o 2\ 45 0 ± co v \\ /LE 2\ \\ /j io o \\ \\ \\ 15 a {\ cNi �o )\ ca ]] «®\ ®�§ §@_ \0 \\� CO <_ Contractor Signature: /WBE Business Enterprise rs as 0 \ \ \ \ to {48 ƒ c 0 ( \ -3- ) E - }k\ \ \7« 0E as )�� 1 c \ \ 2Eii2 (\( )/ �\ \ 'E. 0 co c a) 00. }\ �K/ /]± §0 00w /\§ 00. k{ \�\. �0 Cr\_ 2 |)\f 0- f§/\ \J 2 O[ w4 Elk ole \� §§ cft 2§ km §u.� /■ Quotes Received Quotation used in bid Dollar Amount Proposed to be Subcontracted / ƒ Dates Contacted o I ; _a_1 Dates Contacted & \ MBEIWBE Subcontractors J ƒ d la. w % c3 a. (Form CCO-4) Rev. 0 BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, Failor Hurley Construction, Inc. as Principal, and North American Specialty 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 the Bid Submitted --- 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 6th day of November , A.D. 2017. BID BOND AECOM 60555170 Failor Hurley Construction, Inc. Prinjpal/ I (Title) VI6c Wt. -5m c&J-1— North American Sp cialty In yrance Company (Seal) Sur By (Seal) B Dione R. Young Attorne -in-f HANGAR NO. 4 REHABILITATION BB -1 of 1 SWISS RE CORPORATE SOLUTIONS NORTH AMERICAN SPECIALTY INSURANCE COMPANY WASHINGTON INTERNATIONAL INSURANCE COMPANY WESTPORT INSURANCE CORPORATION GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, THAT North American Specialty Insurance Company, a corporation duly organized and existing under laws of the State of New Hampshire, and having its principal office in the City of Overland Park, Kansas and Washington International Insurance Company a corporation organized and existing under the laws of the State of New Hampshire and having its principal office in the City of Overland Park, Kansas, and Westport Insurance Corporation, organized under the laws of the State of Missouri, and having its principal office in the City of Overland Park, Kansas each does hereby make, constitute and appoint: JAY D. FREIERMUTH, CRAIG E. HANSEN, BRIAN M. DEIMERLY, SHIRLEY S. BARTENFIAGEN, CINDY BENNETT, ANNE CROWNER, TIM McCULLOII„ STACY VENN, DIONE R. YOUNG, and WENDY ANN CASEY JOINTLY OR SEVERALLY Its true and lawful Attorney(s)-in-Pact, to make, execute, seal and deliver, for and on its behalf and as its act and deed, bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies, as surety, on contracts of suretyship as are or may be required or permitted by law, regulation, contract or otherwise, provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amour of: ONE HUNDRED TWENTY FIVE MILLION ($125,000,000.00) DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held on March 24, 2000 and Westport insurance Corporation by written consent of its Executive Committee dated July 18, 2011. "RESOLVED, that any two of the President, any Senior Vice President, any Vice ]'resident, any Assistant Vice President, the Secretary or any Assistant Secretary be, and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds, undertakings and all contracts of surety, and that each or any of then hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company; and it is FURTHER RESOLVED, that the signature of such officers and the seal of the Cornpany may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Company when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached." Steeven P. Anderson, Ssuor Vice President of VVashmitto n International Insurance Company & Senior Vim President of North Amerism Specialty Insurance Company Si seaimr vire President of Westport ❑Ismranre Cnrpnraam, Ante A. no, senor Vice President orW sea,glon International tional Insonrare Company & Senior Vice President of North American Specialty Insurance Compaq & Senior Vice President or Westport Insurance Corporation 11 troftiwe SEAL ti 611H„ IN WITNESS WHEREOF, North American Specialty Insurance Company, Washington International Insurance Company and Westport Insurance Corporation have caused their official seals to be hereunto affixed, and these presents to be signed by their authorized officers this this 17 day of August 20 17 . State of Illinois County of Cook On this 17 day of ss: August North American Specialty Insurance Company Washington International Insurance Company Westport Insurance Corporation , 20 17, before me, a Notary Public personally appeared Steven P. Anderson , Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and Senior Vice President of Westport Insurance Corporation and Michael A. Ito Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and Senior Vice President of Westport Insurance Corporation, personally known to me, who being by me duly sworn, acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies. OFFICIAL SEAL M KENNY NOTARY PUBLIC, STATE OF ILLINOIS MY COMMISSION EXPIRES 12/04/2017 �I� 4 f t M. Kenny, Notary Public I, Jeffrey Goldberg , the duly elected Vice President and Assistant Secretary of North American Specialty Insurance Company, Washington International Insurance Company and Westport Insurance Corporation do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said North American Specialty Insurance Company, Washington International Insurance Company and Westport Insurance Corporation which is still in full force and effect. IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Companies this6th day of November , 2017 , Jeffrey Goldberg, Vice President & Assistant Secretary of Washington International Insurance Company & North American Specially Insurance Company & Vice Presided & AcsrGmn Secretary of Wes,poa Insurance Corporation