Loading...
HomeMy WebLinkAboutRobison ConstructionBID PROPOSAL FOR F.Y 2025 South Hills Golf Course Maintenance Building Robison Construction Inc Attn: City of Waterloo Leisure Services 715 Mulberry Street Waterloo, IA 50703 Phone: (319) 291-4323 April 24, 2025 ellY 3FW f a ; 00 C~ oR 24 2025 Fi12 = 4 . .-s' BID PROPOSAL FOR F.Y. 2025 South Hills Golf Course Maintenance Building Robison Construction Inc Attn: City of Waterloo Leisure Services 715 Mulberry Street Waterloo, IA 50703 Phone: (319) 291-4323 April 24, 2025 .115 UWE di L .n i■ ■i"t 0001 01 91 2 Lfl 0 0 0 Ca CD m 1 C m \V n 7 0 0) t' � O 0 CD a) O /\ CDcu T CD rn CD 3 B1V1S Z c 0 N co z Dj C� rn m m CO -' c NFAY �'\~ o -o � 0 m0 0= mm City of Waterloo Leisure Services 0 0 C_ ' O _ = N 0= O o co (D — n 0 0 CD 0 -10 Ka Li; ° ' w II m wo5-o 1 D -11 (Cr D • coDc�o . --I vN , o 1 coo( • m5. Ql 1D 1cn Tco 8 0 3 Z co 01 :TIzmm; CD DE 0&00 H a F�� J N cp 0 m Robison Construction Inc BID SECURITY FOR F.Y 2025 South Hills Golf Course Maintenance Building April 24, 2025 SECTION 00 41 00 BID FORM THE PROJECT AND THE PARTIES 1.01 TO: A. City of Waterloo Leisure Services (Owner) 715 Mulberry Street Waterloo, IA 50703 1.02 RECEIVED BY. A. attn: City Clerk City of Waterloo 715 Mulberry Street Waterloo, IA 50703 Phone: 319.291.4323 1.03 FOR: A. Project: South Hills Golf Course Maintenance Building 1830 East Shaulis Road Waterloo, IA 50701 1.04 DATE: 4/24/25 (BIDDER TO ENTER DATE) 1.05 SUBMITTED BY (BIDDER TO ENTER NAME AND ADDRESS) A. Bidder's Full Name Robison Construction 1. Address 701 Center Point Rd. NE 2. City, State, Zip: Cedar Rapids, IA 52402 3. Phone: 319-363-0110 1.06 OFFER A. Having examined the Place of The Work and all matters referred to in the Instructions to Bidders and the Contract Documents prepared by Levi Architecture for the above mentioned project, we, the undersigned, hereby offer to enter into a Contract to perform the Work for the Sum of: B Two Hundred Thousand Fourty One and 41/100 dollars ($ $241,041.00 ), in lawful money of the United States of America. C. We have included the required security deposit as required by the Instruction to Bidders. D. We have included the required performance assurance bonds in the Bid Amount as required by the Instructions to Bidders. Twelve Thousand Fifty 1. The cost of the required performance assurance bonds is Two and 05/100 dollars ($12,052.05 _ ), in lawful money of the United States of America. E. All applicable federal taxes are included and State of Iowa taxes are excluded to the Bid Sum. F. All Cash and Contingency Allowances described in Section 01 21 00 - Allowances are included in the Bid Sum. 1.07 ACCEPTANCE A. This offer shall be open to acceptance and is irrevocable for thirty (30) days from the bid closing date. B. If this bid is accepted by Owner within the time period stated above, we will: 1. Execute the Agreement within ten (10) days of receipt of Notice of Award. 2. Furnish the required bonds within five (5) days of receipt of Notice of Award. F.Y. 2025 South Hills Golf Course Maintenance Building City of Waterloo Leisure Services 00 41 00 BID FORM Page 1 of 4 C. If this bid is accepted within the time stated, and we fail to commence the Work or we fail to provide the required Bond(s), the security deposit shall be forfeited as damages to Owner by reason of our failure, limited in amount to the lesser of the face value of the security deposit or the difference between this bid and the bid upon which a Contract is signed. D. In the event our bid is not accepted within the time stated above, the required security deposit shall be returned to the undersigned, in accordance with the provisions of the Instructions to Bidders; unless a mutually satisfactory arrangement is made for its retention and validity for an extended period of time. 1.08 CONTRACT TIME A. If this Bid is accepted, we will: B. Commence work as agreed upon with the Owner after written Notice to Proceed of this bid. C. Substantially complete the Work by 12/1 /25 . (Bidder to enter completion date or time frame) 1. Certificate of Occupancy shall be obtained in time for occupancy to also occur on the above date. 1.09 ALLOWANCES - SEE SECTION 01 21 00 A. Certain items are specified in the Contract Documents by allowances. Allowances have been established in lieu of additional requirements and to defer selection of actual materials and equipment to a later date when additional information is available for evaluation. If necessary, additional requirements will be issued by Change Order. B. Owner's Contingency allowance is to be included in the bid. See Section 01 21 00 - Allowances for amount and procedures for its use. 1.10 ALTERNATES — SEE SECTION 01 23 00 A. The Alternate is identified by number and describes the basic changes to be incorporated into the Work only when the Alternate is made a part of the Work by specific provisions in the Owner -Contractor Agreement. Bidder, in submitting his bid proposal, shall include, in addition to his base bid, the following Alternate. Coordinate pertinent related work and modify surrounding work as required to properly integrate the work under the Alternate and to provide the complete construction required by the Contract Documents. B. The Alternate identified on the Bid Form will be reviewed and accepted or rejected at Owner's option. Accepted alternate will be identified in the Owner -Contractor Agreement. C. Bids will be evaluated on the total base bid price and alternative as outlined in Section 01 23 00. D. Bidder, in submitting his bid proposal, shall include, in addition to their base bid, the following alternate: ALTERNATE NO. 1: (Trench Drain, Floor Slope & Oil/Sand Separator) ADD or DEDUCT the Sum of : N/A DOLLARS ($ ALTERNATE NO. 2: (24 Gauge Steel on West Wall) ADD or DEDUCT the Sum of : N/A DOLLARS ($ 1.11 CHANGES TO THE WORK A. When Architect establishes that the method of valuation for Changes in the Work will be net cost plus a percentage fee in accordance with General Conditions, our percentage fee will be: 1. 10 (when under $50,000) percent overhead and profit on the net cost of our own Work; 2. 5 (when over $50,000) percent overhead and profit on the net cost of our own Work; F.Y. 2025 South Hills Golf Course Maintenance Building City of Waterloo Leisure Services 00 41 00 BID FORM Page 2 of 4 3. 10 percent on the cost of work done by any Subcontractor. B. On work deleted from the Contract, our credit to Owner shall be Architect -approved net cost plus 10% (when under $50,000) & 5% (when over $50,000) of the overhead and profit percentage noted above. 1.12 ADDENDA A. The following Addenda have been received. The modifications to the Bid Documents noted below have been considered and all costs are included in the Bid Sum. 1. Addendum # Dated 2. Addendum # Dated 3. Addendum # Dated 1.13 BID FORMileNATURE(S) A. 3ot S ket4t : % 0 0 la , 5",,"-) (&v 5 -r let LPor i , 7.0'1 C. (Bidder - print the full namef your firm) B. S Le C STi &AO e (Authorized signing officer, Ti)e) END OF SECTION F.Y. 2025 South Hills Golf Course Maintenance Building City of Waterloo Leisure Services 00 41 00 BID FORM Page 3 of 4 NON -COLLUSION AFFIDAVIT OF PRIME BIDDER State of Iowa County of Lynn )ss Brad Robison , being first duly sworn, deposes and says that: He is (Owner, Partner, Officer, Representative, or Agent) , of Robison Construction, Inc. , 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 BLdder o a ' • fit t;en, , representatives, owners, employees, or parties in interest, including this affiant. Subscribed and sworn to before me this My commission expires hart/Ili (Signed) Title 24th day of April , 2025 . Ant %nea4'v 1 a4, ,.*%ae' er Ti- 74, °mil • ANNE L. BOHNENKAMP Commission Number 837475 My Commission Expires February 16, 2028 EQUAL OPPORTUNITY CLAUSE (As provided in Executive Order No. 11246) All contractors, subcontractors, vendors and suppliers of goods and services doing business with the City and value of said business equals or exceeds ten thousand dollars ($10,000 00) annually agree as follows: 1. The contractors, subcontractor, vendor and supplier of goods and services will not discriminate against any employee or applicant for employment because of race, color, creed, sex, national origin, economic status, age, mental or physical handicap, political opinions or affiliations. The contractor, subcontractor, vendor and supplier will develop an Affirmative Action program to ensure that applicants are employed and that employees are treated during employment without regard to their race, creed, color, sex, national origin, religion, economic status, age, mental or physical disability, political opinions or affiliations. Such actions shall include but not be limited to the following: a. Employment b. Upgrading c. Demotion or Transfer d. Recruitment and Advertising e. Layoff or Termination f. Rates of Pay or Other Forms of Compensation g. Selection for Training Including Apprenticeship 2. The contractor, subcontractor, vendor and supplier of goods and services will, in all solicitations or advertisements for employees, state that all qualified applicants will receive consideration for employment without regard to race, creed, color, sex, national origin, religion, economic status, age, mental or physical disabilities, political opinion or affiliations. 3. The contractor, subcontractor, vendor and supplier or his/her collective bargaining representative will send to each labor union or representative of workers which he/she has a collective bargaining agreement or other contract or understanding, a notice advising said labor union or workers' representative of the contractor's commitment under this section. 4. The contractor, subcontractor, vendor and supplier of goods and services will comply with all published rules, regulations, directives, and order of the City of Waterloo Affirmative Action Program Contract Compliance Provisions. 5. The contractor, subcontractor, vendor and supplier of goods and services will furnish and file compliance reports within such time and upon such forms as provided by the Affirmative Action Officer. Said forms will elicit information as to the policies, procedures, patterns, and practices of each subcontractor as well as the contractor himself/herself and said contractor, subcontractor, vendor and supplier will permit access to his/her employment books, records and accounts to the City's Affirmative Action Officer, for the purpose of investigation to ascertain compliance with this contract and with rules and regulations of the City's Affirmative Action Program Contract Compliance Provisions relative to Resolution No. 24664. 6. In the event of the contractor's non-compliance with the non-discrimination clauses of this contract or with any of such rules, regulations and orders, this contract may be canceled, terminated or suspended in whole or in part and the contractor may be declared ineligible for further contracts in accordance with procedures authorized by the City Council. 7 The contractor, subcontractor, vendor and supplier of goods and services will include, or incorporate by reference, the provisions of the non-discrimination clause in every contract, subcontract or purchase order unless exempted by the rules, regulations or orders of the City's Affirmative Action Program, and will provide in every subcontract, or purchase order that said provisions will be binding upon each contractor, subcontractor, or supplier. 8. We, the undersigned, recognize that we are morally and legally committed to non-discrimination in employment. Any person who applies for employment with our company will not be discriminated against because of race, creed, color, sex, national origin, economic status, age, mental or physical disabilities. (Signed) _Lto ),\pca (Appropriate Official) 6 S SIC 014 10 c (Title) y.—dcr.-)r (Date) Bidder Status Form To be completed by all bidders Part A Please answer "Yes" or "No" for each of the following: Yes QNo Yes QNo Yes QNo Yes 1No Yes ONo 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: 4 / 1 / 2021 to 4 / 24 / 2024 Address: 701 Center Point Rd. NE Dates: Dates: City, State, Zip: / / to / / Address: City, State, Zip: / / to / / Address: You may attach additional sheet(s) if needed. Cedar Rapids, IA 52402 City, State, Zip: 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 0 force preferences or any other type of preference to bidders or laborers? Yes 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 accurate and truthful information may be a reason to reject my bid. Firm Name: Robison Construction, Inc. Signature: \0( Date: I� ` 7) 5 You must submit 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) Worksheet: Authorization to Transact Business This worksheet may be used to help complete Part A of the Resident Bidder Status form. If at least one of the following describes your business, you are authorized to transact business in Iowa. Yes ONo O s O Yes Yes Q Yes O Yes Q Yes O Yes O Yes O Yes O Yes My business is currently registered as a contractor with the Iowa Division of Labor. My business is a sole proprietorship and I am an Iowa resident for Iowa income tax purposes. My business is a general partnership or joint venture. More than 50 percent of the general partners or joint venture parties are residents of Iowa for Iowa income tax purposes. My business is an active corporation with the Iowa Secretary of State and has paid all fees required by the Secretary of State, has filed its most recent biennial report, and has not filed articles of dissolution. My business is a corporation whose articles of incorporation are filed in a state other than Iowa, the corporation has received a certificate of authority from the Iowa secretary of state, has filed its most recent biennial report with the secretary of state, and has neither received a certificate of withdrawal from the secretary of state nor had its authority revoked. My business is a limited liability partnership which has filed a statement of qualification in this state and the statement has not been canceled. My business is a limited liability partnership which has filed a statement of qualification in a state other than Iowa, has filed a statement of foreign qualification in Iowa and a statement of cancellation has not been filed. My business is a limited partnership or limited liability limited partnership which has filed a certificate of limited partnership in this state, and has not filed a statement of termination. My business is a limited partnership or a limited liability limited partnership whose certificate of limited partnership is filed in a state other than Iowa, the limited partnership or limited liability limited partnership has received notification from the Iowa secretary of state that the application for certificate of authority has been approved and no notice of cancellation has been filed by the limited partnership or the limited liability limited partnership. My business is a limited liability company whose certificate of organization is filed in Iowa and has not filed a statement of termination. My business is a limited liability company whose certificate of organization is filed in a state other than Iowa, has received a certificate of authority to transact business in Iowa and the certificate has not been revoked or canceled. 309-6001 (09-15) ROBICON-04 HELLAI AIR® CERTIFICATE OF LIABILITY INSURANCE DATE (MMIDD/YYYY) 4/24/2025 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER License # 1002019491 Neighbor Insurance (Hiawatha) 98 E Willman St Hiawatha, IA 52233 INSURED ROBISON CONSTRUCTION, INC. 701 Center Point Rd NE Cedar Rapids, IA 52402 CONTACT NAME: PHONE (319) 378-1089 FAx 319 378-6971 ADDRESS: onlinerequests@neighborinsurance.com INSURER(S) AFFORDING COVERAGE INSURER A : PARTNERS MUTUAL INSURANCE COMPANY (Penn National Insura INSURER B : NAIC 0 13439 INSURER C : INSURER D : INSURER E : INSURER F : • REVISION NUMBER: THIS INDICATED. CERTIFICATE EXCLUSIONS IS TO CERTIFY NOTWITHSTANDING MAY AND BE CONDITIONS THE POLICIES ANY OR OF SUCH MAY REQUIREMENT, OF PERTAIN, POLICIES. INSURANCE LISTED BELOW HAVE BEEN TERM OR CONDITION OF ANY THE INSURANCE AFFORDED BY LIMITS SHOWN MAY HAVE BEEN REDUCED ISSUED TO CONTRACT THE POLIC BY THE INSURED DOCUMENT NAMED ABOVE WITH HEREIN IS SUBJECT POLICY PERIOD TO WHICH THIS ALL THE TERMS, THAT ISSUED FOR THE RESPECT TO OR OTHER ES DESCRIBED PAID CLAIMS. INSRLICY TYPE OF INSURANCE INSD WVD POLICY NUMBER (R M� DD//YYYYY) EXP (M� DDIYYYY) LIMITS A X COMMERCIAL GENERAL CLAIMS -MADE LIABILITY CZ92014593 2/13/2025 EACH OCCURRENCE $ 2,000,000 OCCUR X 2/13/2026 DAMAGE TO RENTED PREMISES (Ea occurrence) $ 100,000 MEO EXP (Any one person) $ 5,000 PERSONAL & ADV INJURY $ 2,000,000 GEN'L AGGREGATE POLICY OTHER: LIMIT APPLIES PRCO- PER: LOC GENERAL AGGREGATE $ 4,000,000 X PRODUCTS - COMP/OP AGG 5 4,0001000 $ A Au OMOBILE LIABILITY ANY AUTO OWN AUTOSED ONLY HIRED AUTOS ONLY SCHEDULED AUTOS NON-O EO AUTOS ONLY AZ92014593 2/13/2025 2/13/2026 COMBINED SINGLE LIMIT (Ea accident) $ 1,000,000 BODILY INJURY (Per person) $ X X BODILY INJURY (Per accident) $ X X OER entDAMAGE (PerPROPERTY $ �— $ A X UMBRELLA LIAB EXCESS LIAB X OCCUR CLAIMS -MADE UZ92014593 2/13/2025 2/13/2026 EACH OCCURRENCE $ 2,000,000 AGGREGATE $ 2,000,000 $ DED RETENTION $ A WORKERS AND ANY OFFICER/MEMBER (Mandatory If yes, DESCRIPTION EMPLOYERS' PROPRIETOR/PARTNER/EXECUTIVE describe COMPENSATION LIABILITY EXCLUDED? in NH) under OF OPERATIONS below Y / N N/A WZ92014593 2/13/2025 211312026 X STATUTE ER E.L. EACH ACCIDENT $ 1,000,000 Y E.L. DISEASE - EA EMPLOYEE $ 1,000,000 E.L. DISEASE - POLICY LIMIT $ 1,000,000 A Rented Equipment CZ92014593 2/13/2025 2/13/2026 Leased/ Rented Equip 50,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) CERTIFICATE HOLDER CANCELLATION City of Waterloo Leisure Services 715 Mulberry Street Waterloo, IA 50703 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD