Loading...
HomeMy WebLinkAboutContinental Fire Sprinkler Companyt Sprinkler Com any on t�• rt��z a Fire p 1216 West 76th Street • Davenport, IA 52806 CIIV OF ViN3E RLOO IW CLERICS OFFICE JLJN 26 2019 q 14 ; 2q WATERLOO CITY CLERK'S OFFICE ATTN: KELLEY FELCHLE, CITY CLERK 715 MULBERRY ST WATERLOO, IA 50703 BID ENCLOSED For RIVERLOOP PUBLIC MARKET FIRE SUPPRESSION FOR CITY OF WATERLOO, IA Bid Opening: 00,119 — 1:OOpm ti11011111 Fire Sprinkler Company 1216 West 76th Street • Davenport, IA 52806 SEALED BID ENCLOSED For RIVERLOOP PUBLIC MARKET FIRE SUPPRESSION FOR CITY OF WATERLOO, IA Bid Opening: 4b/27/19 — 1:OOpm • onthiental Fire Sprinkler Company p � Y 1216 West 76th Street • Davenport, IA 52806 BID BOND ENCLOSED For RIVERL OOP PUBLIC MARKET FIRE SUPPRESSION FOR CITY OF WA TERL OO, IA Bid Opening: OW21/19 — 1:OOpm 1. BID BOND Travelers Casualty and Surety Company of America Hartford, Connecticut 06183 CONTRACTOR; (Nance, legal status and address) Continental Fire Sprinkler Company 4518 S. 133rd St. Omaha, NE 68137 OWNER: (Name, legal status and address) City of Waterloo 715 Mulberry Street Waterloo, IA 50703 SURETY: (Name, legal status and principal place of business) Travelers Casualty and Surety Company of America One Tower Square Hartford, CT 06183 BOND AMOUNT: 5% Five Percent of Amount Bid PROJECT: (Name, location or address, and Project number, if any) Riverloop Public Market - Fire Protection The Contractor and Surety are bound to the Owner in the amount set forth above, for the payment of which the Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, as provided herein. The conditions of this Bond are such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents, or within such time period as may be agreed to by the Owner and Contractor and the Contractor either (1) enters into a contract with the Owner in accordance with the teens of such bid, and gives such bond or bonds as may be specified in the bidding or Contract Documents, with a surety admitted in the jurisdiction of the Project and otherwise acceptable to the Owner, for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof; or (2) pays to the Owner the difference, not to exceed the amount of this Bond, between the amount specified in said bid and such larger amount for which the Owner may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. The Surety hereby waives any notice of an agreement between the Owner and Contractor to extend the time in which the Owner may accept the bid. Waiver of notice by the Surety shall not apply to any extension exceeding sixty (60) days in the aggregate beyond the time for acceptance of bids specified in the bid documents, and the Owner and Contractor shall obtain the Surety's consent for an extension beyond sixty (60) days. If this Bond is issued in connection with a subcontractor's bid to a Contractor, the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. When this Bond has been furnished to comply with a statutory or other legal requirement in the location of the Project, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein. When so furnished, the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. The Company executing this bond vouches that this document conforms to American institute of Architects Document A310, 2010 Edition 1 Signed and sealed this 21st day of May 2019 (Witness Continental Fire Sprinkler Company (Principal) By: (Title) (Seal) V ra ers Casualt and Suret Com an of America (Witness (Seal) (Title) i e-,pne 4ones Attorney -in -Fact The Company executing this bond vouches that this document conforms to American institute of Architects Document A310, 2010 Edition 2 TRAVELERS J Travelers Casualty and Surety Company of America Travelers Casualty and Surety Company St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Philip G. Dehn, Tammy Pike, Paul A. Foss, Marie Huggins, Traci Sutton, and Deanne Jones of Omaha, Nebraska their true and lawful Attorney -in -Fact to sign, execute, seal and acknowledge any and alibonds, recognizances, conditional undertakings and other writings obligatoryin the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contractsand executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed, and their corporate seals to be hereto affixed, this 3rd day of February, 2017. State of Connecticut City of Hartford ss. By: Robert L. Raney, Se or Vice President On this the 3rd day of February, 2017, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. In Witness Whereof, I hereunto set my hand and official seal. My Commission expires the 30th day of June, 2021 ()ALL e titTnRaA,tt Marie C. Tetreault, Notary Public This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which remains in full force and effect. Dated this 21st day of May , 2019 ,.. f Kevin E. Hughes, Assi§tant Secretary To verify the authenticity of this Power of Attorney, please call us at 1-800-421-3880, Please refer to the above-named Attorney -in -Fact and the details of the bond to which the power is attached, ATTN: COMPANY: ADDRESS: CITY/STATE: /'antiiisntsIFfltolitifiglits/freSprialr 1216 West 76th Street Davenport la 52806 Phone: 563 388-0600 Fax: 563 388-0612 TAD TAYLOR TAD TAYLOR CONTINENTAL FIRE SPRINKLER CO. 1216 W. 76TH ST DAVENPORT IA 52806 DATE: FAX: PHONE: Re: RIVERLOOP PUBLIC MARKET 327 W. 3RD ST WATERLOO, IA 50701 Scope of Work: - Per Plans and specs dated 5-1-19 -Acknowledged Addendums: 1,2,3,4 5/22/2019 (563) 388-0612 (563) 388-0600 -Continental will design and install a complete automatic fire sprinkler system throughout the new Riverloop Public Market Fire Suppression project. Our design, materials, and installation will be in accordance with NFPA 13 standards and meet the approvals of the design team and the city of Waterloo, IA. This work has been planned to be during normal business hours. - Our work will start at the new 4" flanged underground fire sprinkler service at approx. 1'-0 AFF in Mechanical room that will be installed, tested, and flushed by others, per NFPA requirements. -Our fire sprinkler system shall include• (1) Backflow preventer. Installed and Tested. (1) Wet pipe fire sprinkler systems wl Tampered control valve, main drain and test connection, pressure relief valve, pressure gauges and flow switches. (1) Fire Department Connection. (1) New Outside horn and strobe - Piping Schedule 10 & 40 black piping. -NFPA approved sprinkler heads. Pendents shall be concealed type. Uprights will be brass with standard head cages (where noted) - Design Criteria - Per NFPA 13 standards. Seating — Light Hazard Kitchen / Brewing / Mechanical — Ordinary Hazard Group I - Notes: -We have included a $10,000.00 allowance into our base bid as directed in the specifications. - Underground -We have included the installation of new underground fire sprinkler main into the mechanical room as directed. This work shall include: Remove concrete outside the building on Washington St. Excavate site. Tap existing 4" water service to the building. Page 1 of 2 Furnish and install two (2) new 4" curb stops — 1 for the domestic and 1 for the fire line. Furnish and install 4" ductile iron pipe for new fire line into the building in the mechanical room. Provide bedding material for piping. Remove and replace concrete in mechanical room. Install 4" riser with blind flange in mechanical room. Test new fire line. Backfill excavation. Replace concrete outside the building. All fees and permits are included. -Fire Alarm -We have included the upgrade of the existing fire alarm system to meet NFPA requirements. This includes all fire alarm wiring and low -voltage wiring for this work. This work shall include: One Silent Knight Addressable Master Control # IFP -75 with rechargeable standby batteries One Silent Knight Remote Annunciator # RA -1000R 1 Addressable Photoelectric Smoke Detector 1 Addressable Manual Pull Station 2 Duct Detection Monitor Modules 1 Kitchen Ansul Hood System Monitor Module 3 Sprinkler Monitor Modules 7 Horn -strobe Units 2 Strobe -only Units (restrooms) One city fire permit All high voltage work, conduit and rough-in's performed by licensed electrician. Exclusions: Prep / Priming / Painting of fire sprinkler piping. Specialty systems such as foam, dry, pre -action, and anti -freeze looped systems. Repairs or replacement of existing domestic water backflows. Sales Tax. This project is tax exempt. Quotation: Quote Type: Firm Our quotation for the above-described work: $85,000.00 NOTE: This quotation includes all labor, fringes, material, and required permits for completion of the above-described work. Unless specifically noted above, all work is to be performed during normal working hours of 8:00 AM thru 4:30 PM. Please sign your acceptance below and return to our office or forward your contract to serve as our authorization to proceed with this work. ACCEPTED BY: DATE: Page 2 of 2 FORM OF PROPOSAL GENERAL CONTRACT 1. SUBMITTED TO: CITY OF WATERLOO 2. SUBMITTED BY: Continental Fire Sprinkler Company 3. PROJECT: RIVERLOOP PUBLIC MARKT FIRE SUPPRESSION FOR THE CITY OF WATERLOO, IOWA 4. DOCUMENTS: A. Advertisement to Bid. B. Instructions and Supplementary Instructions to Bidders. C. General and Supplementary General Conditions. D. Proposal Bid Form properly executed with Bid Security and/or other Supplementary Forms. E. Plans and Specifications. F. Addendum No. Dated Addendum No. Dated Addendum No. Dated Addendum No. Dated (Contractor to insert number of each Addendum received) 5. AGREEMENTS: In submitting this proposal, the Contractor agrees to the following stipulations A. Contract date will be on or after the bidding date, and Contractor will be required to hold valid all terms of the proposal. B. The requirements of the Instructions to Bidders will be adhered to. C. If the undersigned be notified of the acceptance of this proposal, he/she agrees to execute a contract for the above work, for the below stated compensation in the form prescribed in Article 8.1 of the Supplementary Instructions to Bidders. D. The work will be accomplished in accord with the contract documents. E. The undersigned agrees, if awarded the contract, to have the work substantially completed on or before the day of 2019. (Contractor to insert completion date) F. The undersigned agrees, if awarded the contract and required by Article 7 to execute and deliver to the Owner prior to the signing of the agreement, a satisfactory bond in the form set out in Paragraph 7.3 of the Supplementary Instructions to Bidders. G. To include in the bid all other taxes lawfully assessed against the Contractor or company in connection with the work included herein. SEE: SUPPLEMENTARY GENERAL CONDITIONS 3.6.1. TAXES • 6. PROPOSAL Having carefully examined the contract documents as well as the premises and conditions affecting the work, the undersigned hereby proposes to furnish all labor and materials to complete the general contract requirements of the project in accordance with said documents for the sum of: Eighty five thouasand DOLLARS ($ 85,000.00 ) (**Basis Bid to inclu Contractor initial here BASIS BID** ngency Allowance, see Section 012100 Allowances) acknowledging allowances are included in Basis Bid Form of Proposal - General Contract (Continued) Respectfully Submitted, PERSON, FIRM OR CORPORATION BIDDER Co tinental Fire Sprinkler Company DATE: ADDRESS 1: ADDRESS 2: CITY, STATE, ZIP• PHONE: FAX EMAIL Print/Type above name / Title 06/26/19 1216W76thSt Davenport, IA 52806 (563) 388-0600 (563) 388-0612 tad.taylor@continental-fire.com Bidder Status Form To be completed by all bidders Part A Please answer "Yes" or "No" for each of the following: IA Yes ❑ No [X] Yes Yes Yes ii No ❑ No 1 I No Yes nNo 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 mail, 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 during the past 3 years at the following addresses: Dates: / Dates: / Dates: / 2004 to I7resent / Address: 1216 W 76th St City, State Zip. Davenport, IA 52806 / 2014 to &resent /Address: 935 Metzger Dr City, State, Zip: Hiawatha, IA 52233 / / 2004 to Pkesent / Address: 2200 SE 44th Ct You may attach additional sheet(s) if needed City, State, Zip: Grimes, IA 50111 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 LJ 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 I 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 ., urate and truthful information may be a reason to reject my bid. Firm Name: Co nental Fire Sprinkler Company Signature: Date: 06/25/19 You mu t subs it 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. 309-6001 (09-15) 4. ATTN:' COMPANY: ADDRESS: CITY/STATE: Geatbiaeta/fir�esprmk/er 1216 West 76th Street Davenport la 52806 Phone: 563 388-0600 Fax: 563 388-0612 TAD TAYLOR TAD TAYLOR CONTINENTAL FIRE SPRINKLER CO. Re: 1216 W. 76TH ST DAVENPORT IA 52806 RIVERLOOP PUBLIC MARKET 327 W. 3RD ST WATERLOO, IA 50701 DATE: FAX: PHONE: 1 5/22/2019 (563) 388-0612 (563) 388-0600 Scope of Work: - Per Plans and specs dated 5-1-19 -Acknowledged Addendums: 1,2,3,4 - Continental will design and install a complete automatic fire sprinkler system throughout the new Riverloop Public Market Fire Suppression project. Our design, materials, and installation will be in accordance with NFPA 13 standards and meet the approvals of the design team and the city of Waterloo, IA. This work has been planned to be during normal business hours. - Our work will start at the new 4" flanged underground fire sprinkler service at approx. 1'-0 AFF in Mechanical room that will be installed, tested, and flushed by others, per NFPA requirements. -Our fire sprinkler system shall include: (1) Backflow preventer. Installed and Tested. (1) Wet pipe fire sprinkler systems w/ Tampered control valve, main drain and test connection, pressure relief valve, pressure gauges and flow switches. (1) Fire Department Connection. (1) New Outside horn and strobe - Piping Schedule 10 & 40 black piping. -NFPA approved sprinkler heads. Pendents shall be concealed type. Uprights will be brass with standard head cages (where noted) -Design Criteria - Per NFPA 13 standards. Seating — Light Hazard Kitchen / Brewing / Mechanical — Ordinary Hazard Group I -Notes: - We have included a $10,000.00 allowance into our base bid as directed in the specifications. - Underground -We have included the installation of new underground fire sprinkler main into the mechanical room as directed. This work shall include: Remove concrete outside the building on Washington St. Excavate site. Tap existing 4" water service to the building. Page 1 of 2 Furnish and install two (2) new 4" curb stops —1 for the domestic and 1 for the fire line. Furnish and install 4" ductile iron pipe for new fire line into the building in the mechanical room. Provide bedding material for piping. Remove and replace concrete in mechanical room. Install 4" riser with blind flange in mechanical room. Test new fire line. Backfill excavation. Replace concrete outside the building. All fees and permits are included. -Fire Alarm -We have included the upgrade of the existing fire alarm system to meet NFPA requirements. This includes all fire alarm wiring and low -voltage wiring for this work. This work shall include: One Silent Knight Addressable Master Control # IFP -75 with rechargeable standby batteries One Silent Knight Remote Annunciator # RA -1000R 1 Addressable Photoelectric Smoke Detector 1 Addressable Manual Pull Station 2 Duct Detection Monitor Modules 1 Kitchen Ansul Hood System Monitor Module 3 Sprinkler Monitor Modules 7 Horn -strobe Units 2 Strobe -only Units (restrooms) One city fire permit All high voltage work, conduit and rough-in's performed by licensed electrician. Exclusions: Prep / Priming / Painting of fire sprinkler piping. Specialty systems such as foam, dry, pre -action, and anti -freeze looped systems. Repairs or replacement of existing domestic water backflows. Sales Tax. This project is tax exempt. Quotation: Quote Type: Firm Our quotation for the above-described work: $85,000.00 NOTE: This quotation includes all labor, fringes, material, and required permits for completion of the above-described work. Unless specifically noted above, all work is to be performed during normal working hours of 8:00 AM thru 4:30 PM. Please sign your acceptance below and return to our office or forward your contract to serve as our authorization to proceed with this work. ACCEPTED BY: DATE Page 2 of 2