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thereafter before this bid is withdrawn, the undersigned agrees to execute and deliver an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