Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Robert C Hauptly Construction Co.-4/28/2014
CITY OF WATERLOO, IOWA WASTE MANAGEMENT SERVICES 3505 Easton Ave. • Waterloo, IA 50702 • (319) 291-4553 Fax (319) 291-4523 CITY OF WATERLOO Council Communication City Council Meeting: 4/28/2014 Prepared: 4/22/2014 ���y� Dept. Head Signature G�� # of Attachments: SUBJECT: 2014 Lift Stations, Complaint Mowing and Snow Removal Submitted by: Larry N. Smith, Superintendent Recommended City Council Action: Requesting approval of bid, award of contract and approval of contract, bonds, certificate of Insurance etc. for the 2014 lift Stations, Complaint Mowing and Snow Removal to Robert C Hauptly Construction Co. Summary Statement Expenditure Required Source of Funds 525-15-5125-1390 for complaint mowing and snow removal 520-145200-1390 for Lift Station mowing Policy Issue Alternative Background Information: CITY WEBSITE: www.cityofwaterlooiowa.com WE'RE WORKING FOR YOU! An Equal Opportunity/Affirmative Action Employer CITY OF WATERLOO WASTE MANAGEMENT SERVICES BID TAB 2014 LIFT STATIONS & COMPLAINT MOWINGS WITH COMPLAINT SNOW REMOVALS The Waste Management Services Department is seeking bids for 2014 Lift Stations & Complaint Mowing with Complaint with Snow Removal NAME &ADDRESS BID OPTION A Price Per Occurrence BID OPTION B Price Per Occurrence BID OPTION C Price Per Man Hour BID OPTION D Price Per Acre BID OPTION E Price Per Man Hour B&B Lawn Care $700.00 $800.00 $48.00 $200.00 $75.00 Flemings Landscaping & More $290.00 $340.00 $34.00 $120.00 $48.00 Robert C Hauptly Construction $295.00 $345.00 $33.00 $50.00 $33.00 Cedar Valley Lawn Care $340.00 $720.00 $85.00 $120.00 $85.00 ( 4V'ATI �:I�I .( PO I( )4,',A WATI1 l,(1( 1VA-:IIMAN '1(&.MI IN �t LAD 11+(9RM for 2014 LIFT STA HOPIS & C01%11FLAINT MOW INI( :S W11111 ,AINT SNOW ihF;movit1, BIDDER: COMPANY NA1v1N. ADDRESS: 22 r l��►o v'A-fe doe ___T--041/1- SO7 0 7 77e4- LI 1-1 Cd k s17, Ga c--711-0 Li Cc) p A-ue PHONE: (I % ) s�c,-©67 1. The undersigned, being a Corporation existing under the laws of the State of a Partnership consisting of the following partners: having been fa.mifiarized with the existing conditions rw (he project area affecting the cost of the work, and with all the Contract Documents now on file in the offices of the City Clerk, City Hall, Waterloo, Iowa, and the Waterloo Waste Management Services, 3505 Easton Ave., Waterloo, lower, hereby proposes to furnish all supervision, technical personnel, labor, materials, machinery, tools, equipment, and services, including utility and transportation services required to complete the proposed LIFT STATIONS & COMPLAINT MOWINGS WITH COMPLAINT SNOW REMOVAL, in accordance with the contract documents and for the unit price in place for the following amount: OPTION A: tlrovick atl speciPleA 'iwnyvin see coy bi-weekly lift stations: 1S-420 LS 309 LS -420 LS -304 LS -302 LS -314 739 1.1I3. k f I.rrvk IE; I 1220 Black 1 lawk Rd 1528 Black Hawk Rd 4001 Kimball AVit. 880 Belle St 1055 Virginia St Price l-er Occrrrrencc: 4)',- GZuck1,6raA 1/11A.4 Nark Hawk Storm (;ardcn Black Hawk Holding Pond "t'ower Park Cedar Terrace Virginia Collars ($ , 9 0 ) P111 FORM Page 1 of 4 OPTION B: pri;„vidc 111 ;.: stations: LS -301 1031 LS -303 1572 rt.11;1,-t. 1)1 LS -324 2534W Airli A\ LS -317 2./05 W(.1:&N Di LS -311 242 N. 11.1(1<ctt Rd LS -305 3750 Sergeant Rd LS -312 220 AnsboroligliAvc LS -316 2212 W. Airline Avc Price Per Occurrence: c6- 4 1 lllfflI'4Illl 42– —dollars ($ 3 .46, OPTION C: provide all specified mowing services for Residential Property Complaint Mowing for normal residential lots (tinder 5 acres) Price Per Man Flour: dollars ($ OPTION D: provide all specified mowing services tbr Residential Property Complaint. Mowing, for lots and open areas 5 acres or larger. Price Per Acre: dollars($ OPTION E: provide all specified snow removal services for residential complaint properties. Price Per Man !lour: lir 7/4 ert, ---elollars(S '33, 2. 11- is understood that the quantities set forth are approximate only and subject to variation and 1 he unit price for he work done shalt govern the actual payment to the ( I'ICt(ij _; lit t!,_1 v th right to reject .(liry dI hitiSi\v.ud a sin.:2,1,-D optian, all Options H of this Bid is kdi113riy(3!.)) days after Bid Opening, of at 1 1,;1.." H'.13€:d E,01-€353 to execute and 13 D FORM Page 2 of 4 deliver an agreement in ih, l t ; ;nheft li itit Thd lilstu ;l! the t,1ti!!01 Irut,1 ;!n l Iltl,r:tl ' of insurance within ten ( 10) d.ry:; ;:rlle! the a),„1 -cement is ptt•s+.�rfs d I ,t ,, u;rl�ut and tI.ir! work within ten (10) days alley "Notice 1 lBroceed" i;; issilei I 4. Security in the sum ol 0 tl;,l I,u ($ l SG'0• ) in the form of CoY�i�� 1 �Qc_W _ i, tiuhtui��l l hcl�,wi�h in with NOTICE TO BIDDE.f:S 5. Attached is a Non -Collusion Allidavil of Prime ('onlract& 6. The Bidder is prepared to submit a financial and experience statement upon retirrest. 7. The Prime Contractor and Subcontractor(s), which have herlOrnred 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 BOC, within ten (10) days of notification that the bid submitted is lowest and acceptable. 8. The Bidder has received the following Addendum or Addenda Addendum No. Ate -e___ Date: / / /Vt., k / / /Vo w._- / / 9. The Bidder shall list the METE/WBE subcontractors, amount of subcontracts and bid items listed on the City of Waterloo Minority and /or Women Business Pre-bid Contract Information Form submitted with this Bid Form. The apparent low bidder shall submit a list of all other subcontractors) to he 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 Al,1, Suhcontractor(s) The subcontractors listed on this proposal and/or submitted to the Contract Compliance Officer cannot be changed except. for the following reasons I. The City of Waterloo does not approve the subcontractors 2. The subcontractors submit n writing that they cannot fulfill their subcontracts 14i 11,,, i""p"iei.0 l_; IORIA Page 3 of4 n 11. The Bidder has filled in all blanks on This hropos'il Those blanks not applicable arc marked "none" or "NA" 12. The bidder has attached all applicable forms 13. The owner reserves the right to select alternatives, delete line items, and/or to reduce quantities prior to the Award of -Contract due to budgetary limitations SIGNED Name an rnac I )ATI v /v r' i D PORN Page 4 of 4 WEST BEND A MUTUAL INSURANCE COMPFNT' A MUTUAL COMPANY° Bond Number 2147964 Performance Bond KNOW ALL MEN BY THESE PRESENTS: That Robert C. Hauptly dba Robert C. Hauptly Construction Co of 203 Bishop Ave, waterloo, IA 50707-2911 (Name and address of the Contractor) as Principal, hereinafter called Principal, and WEST BEND MUTUAL INSURANCE COMPANY as Surety, hereinafter called Surety, aro held and firmly bound unto city orWaterioo Waste Management 3505 Easton Avenue, Waterloo, IA 50701 of (Name and address of the Owner) as Obligee, hereinafter called Owner, in the amount of Twenty Thousand Dollars Dollars ($ 20,000.00 ), for the payment whereof Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Contractor has by written agreement dated April 22, 2014 entered into a contract with Owner for 2014 Lift Stations & Complaint Mowings with Complaint Snow Removal in accordance with drawings and specifications prepared by (Name of Architect or Engineer) which contract is by reference made a part hereof, and is hereinafter referred to as the Contract. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, if Contractor shall promptly and faithfully perform said contract, then this obligation shall be null and void; otherwise it shall remain in full force and effect. The Surety hereby waives notice of any alteration or extension of time made by the Owner. Whenever Contractor shall be, and declared by Owner to be in default under the Contract, the Owner having performed Owner's Obligations thereunder, the Surety may promptly remedy the default, or shall promptly 1. Complete the Contract in accordance with its terms and conditions, or 2. Obtain a bid or bids for completing the Contract in accordance with its terms and conditions, and upon determination by Surety of the lowest responsible bidder, or, if the Owner elects, upon determination by the Owner and the Surety jointly of the lowest responsible bidder, arrange for a contract between such bidder and Owner, and make available as Work progresses (even though there should be a default or a succession of defaults under the contract or contract of com- pletion arranged under this paragraph) sufficient funds to pay the cost of completion less the balance of the contract -price but not-exceedingr-includingother-costs-and-damages-or which -the -surety may -be -liable -hereunder, the amount set forth in the first paragraph hereof. The term "balance of the contract price", as used in this paragraph, shall mean the total amount payable by Owner to Contractor under the Contract and any amendments thereto, less the amount properly paid by Owner to Contractor. PROVIDED, FURTHER, that it is expressly agreed that the BOND shall be increased automatically and immediately, with- out the need for separate amendments hereto, upon amendment to the Contract that does not increase the contract price more than ten (10) percent, so as to bind the PRINCIPAL and the SURETY to the full and faithful performance of the CON- TRACT as so amended. The term "Amendment", wherever used in this BOND, and whether referring to this BOND, the Contract or the Loan Documents shall include any alteration, addition, extension, or modification of any character whatso- ever. NB 0012 06 08 Page 1 of 2 8401 Greenway Blvd. Suite 1100 1 Middleton, WI 53562 1 Phone: (608) 410-3410 1 Fax: (877) 674-2663 1 www.thesilverlining.com Any suit under this bond must be instituted before the expiration of one (1) year from the date on which final payment under the contract falls due. No right of action shall accrue on this bond to or for the use of any person or corporation other than the Owner named herein of the heirs, executors, administrators or successors of the Owner. Signed and Sealed this 23 day of April Witness: Witness: 20 14 Principal: Robert C. Uayptly dba Robert C. Hauptly Construction Co By: Name Typed: Surety: West Bend Mutual Insurance Company By: Title Name Typed:JANET WILLARD ,Attomey-In-Fact Title (SEAL) (SEAL) MICHIGAN ONLY: This policy is exempt from the filing requirements of Section 2236 of the Insurance Code of 1956, 1956 PA 218 and MCL 500.2236. Page 2 of 2 NB 0012 06 08 8401 Greenway Blvd. Suite 1100 1 Middleton, WI 53562 I Phone: (608) 410-3410 I Fax: (877) 674-2663 1 www.thesilverlining.com /A.../E-BT BEND MUTUAL INSURANCE COMPANY' Bond Number 2147964 Labor and Material Payment Bond KNOW ALL MEN BY THESE PRESENTS: That Robert C. Hauptly dba Robert C. Hauptly Construction Co of 203 Bishop Ave, Waterloo, IA 50707-2911 (Name and address of the Contractor) as Principal, hereinafter called Principal, and WEST BEND MUTUAL INSURANCE COMPANY as Surety, hereinafter called Surety, are held and firmly bound unto City of Waterloo Waste Management 3505 Easton Avenue, Waterloo, IA 50701 of (Name and address of the Owner) as Obligee, hereinafter called Owner, for the use and benefit of claimants as hereinbelow defined, in the amount of Twenty Thousand Dollars Dollars ($ 20,000.00 (Insert a sum equal to at least one-half of the contract price) for the payment whereof Principal and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Principal has by written agreement dated for April 22, 2014 entered into a contract with Owner ), in accordance with drawings and specifications prepared by (Name of Architect/Engineer) which contract is by reference made a part hereof, and is hereinafter referred to as the Contract. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if the Principal shall promptly make payment to all claimants as hereinafter defined, for all labor and material used or reasonably required for use in the performance of the Contract, then this obligation shall be void; otherwise it shall remain in full force and effect, subject, however, to the conditions outlined on the reverse side of this bond: Signed and Sealed this 23 day of April 20 14 Principal: Robuptly dba Robert C. Hauptly Constructor _ By L' Witness: �4.rr�� l� Name Typed: Title (SEAL) Surety: West Bend Mutual Insurance Company By: JQ,..K.u.\ (SEAL) Witness: .�ej07 — Name Typed: JANET WILLARD , Attomey-In-I Title MICHIGAN ONLY: This policy is exempt from the filing requirements of Section 2236 of the Insurance Code of 1956, 1956 PA 218 and MCL 500.2236. NB 0011K 0210 Page 1 of 2 8401 Greenway Blvd. Suite 1100 1 Middleton, WI 53562 1 Phone: (608) 410-3410 1 Fax: (877) 6742663 1 www.thesilverlining.com CONDITIONS 1. A claimant is defined as one having a direct contract with the Principal or with a Subcontractor of the Prin- cipal for labor, material, or both, used or reasonably required for use in the performance of the Contract, labor and material being construed to include that part of water, gas, power, Tight, heat, oil, gasoline, telephone service or rental of equipment directly ap- plicable to the Contract. 2. The above named Principal and Surety hereby jointly and severally agree with the Owner that every claim- ant as herein defined, who has not been paid in full before the expiration of a period of ninety (90) days after the date on which the last of such claimant's work or labor was done or performed, materials were furnished by such claimant may sue on this bond for the use of such claimant, prosecute the suit to final judgement for such sum or sums as may be justly due claimant, and have execution thereon. The Owner shall not be liable for the payment of any costs or expenses of any such suit. 3. No suit or action shall be commenced hereunder by any claimant. a. Unless claimant, other than one having a direct contract with the Principal, shall have given writ- ten notice to any two of the following: The Princi- pal, the Owner, or the Surety above named, within ninety (90) days after such claimant did or performed the last of the work or labor, or fur- nished the last of the materials for which said claim is made, stating with substantial accuracy the amount claimed and the name of the party to whom the materials were furnished, or for whom the work or labor was done or performed. Such notice shall be served by mailing the same by registered mail or certified mail, postage prepaid, in an envelope addressed to the Principal, Owner or Surety, at any place where an office is regu- larly maintained for the transaction of business, or served in any manner in which legal process may be served in the state in which the aforesaid pro- ject is located, save that such service need not be made by a public officer. b. After the expiration of five (5) years following the date on which Principal released work on said Contract, it being understood, however, that if any limitation embodied in this bond is prohibited by any law controlling the construction hereof such limitation shall be deemed to be amended so as to be equal to the minimum period of limitation permitted by such law. c. Other than in a state court of competent jurisdic- tion in and for the county or other political subdi- vision of the state in which the project, or any part thereof, is situated, or in the Untied States District Court for the district in which the project, or any part thereof, is situated, and not elsewhere. 4. The amount of this bond shall be reduced by and to the extent of any payment or payments made in good faith hereunder, inclusive of the payment by Surety of mechanics' liens which may be filed of record against said improvement, whether or not claim for the amount of such lien be presented under and against this bond. Page 2 of 2 NB0011K0210 8401 Greenway Blvd. Suite 1100 1 Middleton, WI 53562 1 Phone: (608) 410-3410 1 Fax: (877) 674-2663 1 www.thesilveriining.com "11;EBT BEND A MUTUAL INSURANCE COMPANY. 2147964 Power of Attorney Know all men by these Presents, That West Bend Mutual Insurance Company, a corporation having its principal office in the City of West Bend, Wisconsin does make, constitute and appoint: JANET WILLARD lawful Attorney(s)-in-fact, to make, execute, seal and deliver for and on its behalf as surety and as its act and deed any and all bonds, undertakings and contracts of suretyship, provided that no bond or undertaking or contract of suretyship executed under this authority shall exceed in amount the sum of: Four Hundred Thousand Dollars ($400,000) This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of West Bend Mutual Insurance Company at a meeting duly called and held on the 21st day of December, 1999. Appointment of Attomey-In-Fact. The president or any vice president, or any other officer of West Bend Mutual Insurance Company may appoint by written certificate Attorneys -in -Fact to act on behalf of the company in the execution of and attesting of bonds and undertakings and other written obligatory instruments of like nature. The signature of any officer authorized hereby and the corporate seal may be affixed by facsimile to any such power of attorney or to any certificate relating therefore and any such power of attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the company, and any such power so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the company in the future with respect to any bond or undertaking or other writing obligatory in nature to which it is attached. Any such appointment may be revoked, for cause, or without cause, by any said officer at any time. In witness whereof, the West Bend Mutual Insurance Company has caused these presents to be signed by its president undersigned and its corporate al to be hereto duly attested by its secretary thjs 1st dayarch, 2009. Attest // , / !day Ja Lam. J. Pa Se tary State of Wisconsin County of Washington On the 1st day of March, 2009 before me personally came Kevin A. Steiner, to me known being by duly sworn, did depose and say that he resides in the County of Washington, State of Wisconsin; that he is the President of West Bend Mutual Insurance Company, the corporation described in and which executed the above instrument; that he knows the seal of the said corporation; that the seal affixed to said instrument is such corporate seal; that is was so affixed by order of the board of directors of said corporation and that he signed his name thereto by like order. cARPORATF s EALlii Chief Executive Officer / President Ai.... t1) [ ---- Kevin- Kevin A. Steiner li IAAA * NOTARY * John well 024`; PUBUC ? Executive Vice President - Chief Legal Officer ,:=ys ...::02/ Notary Public, Washington Co. WI :OR yy1S9, My Commission is Permanent The undersigned, duly elected to the office stated below, now the incumbent in West Bend Mutual Insurance Company, a Wisconsin corporation authorized to make this certificate, Do Hereby Certify that the foregoing attached Power of Attorney remains in full force effect and has not been revoked and that the Resolution of the Board of Directors, set forth in the Power of Attorney is now in force. Signed and sealed at West Bend, Wisconsin this 23 day of April , 2014 'Iuo:. Dale J. Kent Executive Vice President - Chief Financial Officer NOTICE: Any questions conceming this Power of Attorney may be directed to the Bond Manager at NSI, a division of West Bend Mutual Insurance Company 8401 Greenway Blvd. Suite 1100 1 P.O. Box 620976 1 Middleton, WI 53562 1 ph (608) 410-3410 1 www.thesilverlining.com HAUPT-4 OP ID: JH ,4�oRo CERTIFICATE OF LIABILITY INSURANCE D04/23ATE /DD/YYY1� 04!23/2014 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 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 PDCM Insurance P.O. Box 2597 Waterloo, IA 50704 Stephen A. Clabby, CIC CONTACT Stephen A. Clabby, CIC PHONE Fax (PC, No, Ext): 319-234-8888 (AIC, No): 319-234-7702 E-MAIL ADDRESS: INSURER(S) AFFORDING COVERAGE NAIC # INSURER A: Acuity Insurance Co. 14184 INSURED Robert C Hauptly Robert C Hauptly Construction 203 Bishop St Waterloo, IA 50707 INSURER B : * Liberty Mutual Insurance L77213 INSURER C 02/07/2015 INSURER D : $ 1,000,000 INSURER E : $ 100,000 INSURER F : $ 5,000 CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL INSR SUBR WVD POLICY NUMBER POLICY EFF (MM/DD/YYYY) POLICY EXP (MMIDD/YYYY) LIMITSLTR A GENERAL X LIABILITY COMMERCIAL GENERAL LIABILITY L77213 02/07/2014 02/07/2015 EACH OCCURRENCE $ 1,000,000 DAMAGEES RENTEDa PREMISTO (Eoccurrence) $ 100,000 MED EXP (Any one person) $ 5,000 CLAIMS -MADE X OCCUR PERSONAL & ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 PRODUCTS - COMP/OP AGG $ 2,000,000 GEN'L AGGREGATE 7 POLICY LIMIT APPLIES PRO JECT PER: LOC $ AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS HIRED AUTOS SCHEDULED AUTOS NON -OWNED AUTOS COMBINED SINGLE LIMIT (Ea accident) $ BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (PER ACCIDENT) $ $ A X UMBRELLA UAB EXCESS LIAB X OCCUR CLAIMS -MADE L77213 04/23/2014 02/07/2015 EACH OCCURRENCE $ 4,000,000 AGGREGATE $ $ DED RETENTION $ B WORKERS COMPENSATION AND EMPLOYERS LIABILITYTORY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory In NH) If yes, describe under DESCRIPTION OF OPERATIONS below Y / N N / A WC534S515229043 04/24/2014 04/11/2015 WC STATU- LIMITS OTH- ER E.L. EACH ACCIDENT $ 100,000 E.L. DISEASE - EA EMPLOYEE $ 100,000 E.L. DISEASE - POLICY LIMIT $ 500,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space Is required) CERTIFICATE HOLDER CANCELLATION I CITY021 City of Waterloo Waste Management Easton Ave. 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 REPRESENTATIVE35 �' „'/"".` (, € 446e -e ACORD 25 (2010/05) © 1988-2010 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD NON-COl,1,111SION AFFI11AVI 1. (11' I'Idll�ll; lilltl►yIt State of ,tea, 75ol erg C' /tatcp?/ Y , being first drily sworn, deposesand says that He is<« = n .rl, (Partner), (Officer), (Representative), or (Agent) c I bay i94t the Bidder that has submitted the attached Iiid, Y eD " He is fully informed respecting the preparation and contents oldie attached Bid and of all pertinent circumstances respecting such Rid, 3. Such Bid is genuine and is not a collusive or sham [aid, Neither the said Bidder nor any of its officers, pal tners, owners, agents, representatives, employees, or parties in interest, including this alliant, has in any way colluded, conspired, connived or agreed, directly or indirectly, with any other Bidder, tir111 or person to submit a collusive or sham Bid in connection with the Contract for which the attached 13X1 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 ofany other Bidder, or to secure the+ u,0 any coliLlsion_, e o ;itoirac;y Cl►lniiVancc, or unlirwIu r agreement any advantage agaih,� the Wily ocivVitier(0t._��-v a or any f'ttrson interested in thm_ Proposed Contract, and 5. The price or prices cluo e,:4 it t� _ �..�,ii'.�.� 111— .i afE)' taillUL;d 4.-)/ duly collusion, conspiracy, connivance or uniawint a,ijeern,ent on the part ot'the Bidder or any of I' agents, representatives, owners, employees, Of panic !':i rf i.�3rts', including this affiant. Signature Titl 1 4*pIAL �e BECKY CUE .. $ COMMISSION NO. 763910I PAS COMMISSION EXPIRES J n 11:- , 2-i -/p .r ( al �V \ Ii ,I .I ,t ➢Q !, IO\V'\ IVa-ic M<rti;+t, :nu'ut `;rt vrc� .; CENC1;RA1, COMM IONS I Definitiotus Whenever used in any of the Contract Documents, these toms shall he defined as Ii)IIttws' Contract - means the Contract or Agreement executed by and between the City of Waterloo and the Contractor. Owner or Local Public Agency (LPA) - means the Waste Mai i cnrenf SCI vices Contractor - means the person, firm or corporation entering into the Contract with the City of Waterloo, to maintain City of Waterloo lilt stations and/or properties as described in the Specifications provided Contract Documents - means and shall include the Gil/owing. U;xeeuted ('ontiacl or Agreement, Addenda (if any), invitation iirr Bids, instructions to Bidders, Signed copy of Bid, General Conditions, Special Conditions, Specifications, and (Plans or Drawings when required). Superintendence by Contractor lxcept where the Contractor is an individual and gives personal superintendence to the work, the Contractor shall provide a competent superintendent, satisfactory to the Waste Management Services/City of Waterloo, on the work site at all times during; working hours with full authority of the Contractor. The Contractor shall also provide an adequate staff to properly coordinate and expedite the work. The Contractor shall lay out and he responsible for all work executed under this Contract. The Contractor shall verify all figures and elevations before proceeding with the work and will be held responsible for any error resulting from failure to do so. Other Contracts The City of Waterloo may award or may have awarded other Contracts for additional work, and the Contractor shall cooperate fully with other Contractors, by scheduling work under this Contract with that t.; be perfi rifled under othc ('uiiti,it_t, it ;e(110d by the Vu'a-ie, Management Services/City of V'✓�,;i�rh,it "1'he ( nir;aetor s;h,ill ary act vain-lc,l-i will iatad r; with the performance of yvoft: b/;lily is iao�� Jt,��d i .r �W�as�ead�➢ rna !O2 t :1.'1 1 1: 1 I. ,I.1 1 T' I' 1 r 11 1.7, 1 of The Contractor shall be responsible for the pi ,d1 woi 1, And list the a trotiu,ttr„u (rl the operations of all Subcontractors engaged up Hi Iltl:; (- (rnlract the ('(rntractor shill he ptr paie(l I() guarantee to each Subcontractor the locatious :on(I ire:t:atrc tn( nei ),which they 11 (lir rat 'HT.!, sol' their work to all surrounding work. (:are of 'Work The Contractor shall be responsible for all damages to person or property that occur as a result of negligence in connection with the execution of work and shall he reasonable ti:rr the proper care and protection of all materials delivered and work per -IN- red until completion and final acceptance by the Waste Management Services. The Contractor shall provide sufficient. security, both day and night, including weekends and holidays, from the time the work is commenced until final completion and acceptance, except when work being performed does not require protection. The Contractor shall he responsible fbr any Toss of work, materials, equipment or time due to acts ofany person on the project site.-Filetetiuc it is the responsibility of the Contractor to determine when security is needed. The Contractor shall avoid damage to existing sidewalks, streets, curbs, pavements, structures, and utilities except those which are to be replaced or removed. Any damage caused by the C'ontractor's operation shall be completely repaired at no expense to the Owner General Requirements The Contractor shall be responsible for being inlor mcd as to all existing conditions and limitations under which the work is to be performed. N'o extra allowance will be made because of lack or such examination or knowledge. The Contractor shall not disturb existing, kvatks, drives, parking areas, trees, shrubs, or turf areas outside the limits of the project. If disturbed, these items shall he replaced by the Contractor at no cost to the Owner. Trees and shrubs located in or near the project area shall be protected by the Contractor from damage by workers and construction equipment during time of construction. The City Forester will determine the extent of protection necessary for the trees. rea•naats and Codas I'lic roirtrmaor shall s>i,E. ;:19 rt;rd ordinmaccs and cod, 3.d:`1 gait a tr;eree,,, 'Weill a1rirl;cai=)1e municipal and stats laws, (,-411,1 l i d 9 ,E The Contractor shall carry liability io:;!irailee which :.h;ltlsave Il,.: t'ily Il,urniti es dial tooled the public and any person from injury sustained by the reason ol'the pi owctii ion r>fIIIc wo11. oI the h,rndling or siorinf., ofmaterials therefore, and said Cclrrlracaur shall ,rl:,: CM -1y r{rslllasrc,c which ti;h.{li o? the Iowa Worker's Compensation 1,aw. Before the work shall be started on this contact., the Contractor shall furnish the ( `it y Clerk/Finance Manager with proper affidavit or affidavits executed by representatives ofdufy qualified insurance companies, evidencing that said insurance company or companies have issued liability insurance policies, effective during the life of the contract, or ftrr a period of at least. ten (10) days following the filing of written notice of cancellation, protecting the public and any person from injuries or damages sustained by reason of carrying on the work involved in the contract. The affidavit shall specifically evidence the following forms of insurance protection: a. Public liability insurance covering all operations performed by persons directly employed by the Contractor. b. Public liability insurance covering all operations performed by any subcontractor to whom a portion of the work may have been assigned. c. Public liability insurance covering all work upon the project performed by any independent contractor working under the direction of either- the principal contractor or a subcontractor. d. Motor vehicle bodily injury liability insurance and property damage liability insurance on all motor vehicles employed on the work, whether owned by the contractor or by other persons, firms, or corporations. e. The minimum protection shall be as follows-. Comprehensive General Liability Insurance Bodily lrijury(includtng wrongful death) Aggregate, Products and Completed Operations Property Damage Comp. Auto Bodily lrujury Property Damage $5,000,000.00 per person $5,000,000.00 $5,000,000.00 per accident $5,000,000.00 per person $5,000,000.00 per occurrence The Contractor shall have the City of Waterloo, Iowa, named as an "Additional Named Insured" in the amount of $5,000,000.00 liability For bodily injury (including wrongful death) and property damage. A certificate or a policy, if requested, shall be filed with the Owner. All certificates and/or policies of insurance furnished by the Contractor to be filed with the City Clerk/Finance Manager shall include the name and address of the agency issuing the same. It shall be required that the City Clerk/Finance Manager be notified by registered mail of the cancellation or expiration of the above insurance 'the CuntI act(>'I" :dal Il....I r«?I;c:l,ly fl f.l .I1_i:-r the lis 7_f- %zt of tlr,; v,'c , rer ove and legally i.li.;iv(iA..., 01 ilii 5lfit4i.1.,; , _a, (:,J f' )'--.ioa :-f Vi d a -'1`., [jird keep th,C pl )f':,ci ale3. reasanablyclean. Upon 7 _ debris .tYll°lilt;rl('91 6rj`I 1' 'ib ll�' � i 4'.=9 !.;!.-,:JI 1'.- { .11 i=_;rl�_';�I'�tJ� i �_aly,=;tit,.,il_�i`1 f_'-�;illl3E�,�, deb5 andwnii...l i _rtiJir llt' .. 1._�v,,,I; . i , ''u 1J -JI._ :.rim t`, thL. \.,,,,,,r,, irr __ !f,-.. -.f!'t clear, condi-tic-Al. I;(ill:Al, (D3�l°t93C I iIiNI FV i'i,;Ali; F (As FH vii1ed!inI?.:dii'i.rtlid i Nd, Ii.'.i()) A11 contractors, subcontractors, vendors and snppllcl,s l>I 7 n ds ain1 sei vices doing hir,:iness \-vlth the City and value of said business e&_lul.s der r:reeC(IS I 1 1hOtrSan(l (lunar ($10,001) Uu) annually agree as follows: t. The contractor, subcontractor, vendor and supplier of goods and ser vices 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 aflifiations. 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. 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, 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 elic,it information as to the policies, procedures, patterns, and practices or each siibc(nitrii'ctor" ai we9l as the contractor himself/herself and said sitheoI1tIiiclOr, vend(n a;i(1 tirilllifi !x '.il lr..a ifl4 acce_S.i to his/her employment books, records �idill ixiounl` 1t't t1t��'1'i1 :. ,' 114id /' is .r. )%di.._ 1'�`; t1 i ose of investigation to cisccil:9if con iplian e 1✓rih this c.,, ik�'? ",viih Ii_9ii > and regulations of the City's /;ilJfidl<tH, ' ✓�V. .lid;;; C r_,l0iT✓; to Resolution 1° -To. CLAUSE PAGE 105 2 6. Lithe event of the contractor's n,rl-tA,ffiplidnu Ilic non-di°.cfrniinriinn clauses erl thrr, contract or with any of such mile.':, § `. lii;`lllfyll;: ;hill l odds, this l.,aiii:i t Iltay lid; canceled terminated or suspended in whole Or in part and the conlraelmr clay be d,.°cImed incli!;ible li)r further contracts in accordan;c ;:uilhori,cd by the t"ily 7. The contractor, subcontractor, vendor and supplier ol°good.s and ski -vices will include, or incorporate by reference, the provisions olthe non-discrimination clause in every contract, subcontract or purchase order unless exempted by the rules, regulations or orders attic 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 Appropriate Official Title 4% 1- J Date {;; i'4`.6'r'L1PdIl Al.F31, PAGE 2 OF 2 CI IN .1* 1NVA'ItItI V)4. ItoyV,'1 \Va!ate IVIimdgement ,ar�.. liar 2014 LIFT STATIONS v MO'VIV;;=; JB F SNOW REIN/OVALS SCOPE OF WORK The Contractor shall provide all Tabor, equipment and material necessary (o mow and/or snow removal areas in accordance with these specifications LIFT STATIONS The following lift station areas to he nrowc<1. The arreag:s lists+.) are approximate only and shall be verified by bidder. The following lift stations shall l>e i1U)W (l 011 a 1)i -weekly basis Iron" approximately May 1 to October 15, 2014 for a maximum of 14 mowings. '1'0 he trimmed one fool o11 each side of fence line to match the height and al)paru>re 01 stiriot 'tiding vegetation. The actual , 7 1 number of mowings will he haseC( (?12 ,flr(iwii ('(,llcilli(,I s a 1(1 I)U(lgit restraints determined by Waterloo Waste Manaremer(t. Ref. No. Address/Location LS -420 739 Black Hawk Rd Approx. .1 acre mowing Approx. 94 linear 1(ct oi' fenct LS -309 1220 Black 1-l:rwk Rd Approx. .1 arty wowing. No fencing 1.S-420 1528 Black I-Ltwk Rd Approx. 1.25 acre mowing No fencing 1_S-304 4001 Kirnhall Ave Approx. .25 acre mowing Approxi. 210 linear fret of fence line Aj->proy. 700feet of guardrail t))8') 1;, 11v ,A0 111(��:_ 1tu', L, ,. Nance Black Hawk Storni Garden Black Hawk Holding Pond Tower Park <;e<lar 'Terrace '1 PI : N1.101.1 Page 1 of 5 Ref. No, LS -314 .Fad_d rens/I,oca t i to r r 1055 Vi,-rrinia Approx. .06:ten, InkAkIJl(, Approx. 100 linc:ir fcct nI Laic lin( f�l.wearc• Vi 11 The following lift stations shall he rarc)wcc_l M:ty 15 tc,Octoher 15, 2013 for a maximum of 5 rnowings. "lo he t rintuit, I title loot onearl' sire of fence line to match the height and appearance of surrcounciirari vegetation. Ref, Noe Address/Location Name LS -301 3931 Texas St 1- lawkcyr Approx. .4 acre mowing Approx. 265 linear lett of fence bite LS -303 3572 Ceclor 'Terrace Dr Approx. .1 1 acre mowing Fence line in concrete Triangle LS -324 2534 W. Airline Ave Con -Agra Approx. 1.2 acre mowing Approx. 1,000 linear feet of fence line LS -317 2295 WCFc&kN lir Approx. . l 3 acre mowing No Pencil c LS -311 242 N. Hackett Rd Approx. . 1 1 acre mowing No Fencing Hackett LS -305 3750 Sergrant Rd 63 South Approx .1 acre mowing Approx. 80 linear feet of lent: line 1S-312 ?'0 Anshc arc Avrl � meati r Congress Approx . 1 mowing Ho 1, twing w , `�.I� Ii,,-_ A,,', Aldine 110 0 I 1 1t -i lia�:� ,!'!;Cl l k`!`'I (t_iPdS Page 2 of5 Friday, Mar 22, 2013 11:01 AM 73C1 L • Friday, Mar 22, 2013 10:58 AM D,k) \3uvz. 7 �J Friday, Mar 22, 2013 11:02 AM • Friday, Mar 22, 2013 01:48 PM I ' I Friday, Mar 22, 2013 11:06 AM • Friday, Mar 22, 2013 10:51 AM ("I • Friday, Mar 22, 2013 10:54 AM Wednesday, Mar 19, 2014 10:30 AM ,2 5341 WL5-7 :° /R4.4 , s . Friday, Mar 22, 2013 12:40 PM • Friday, Mar 22, 2013 11:04 AM . Friday, Mar 22, 2013 10:57 AM • Friday, Mar 22, 2013 11:03 AM d , CA.:TTLE • Friday, Mar 22, 2013 12:38 PM (.7 S It11ENTIAL PROPERTY COMPO NT NUMMI; Assigned areas will be mowed on a one time only basis 'I he. 9 kparliii nt uI. War,te Management Services will give out work orders I+:.r any wrrrk (lone in Ibis area, which shall be completed with 48 hours from receiving work order. 'i'he City will be in charge of any large item & tire removal clean up that will be done on any of these properties Contact Waste Management Services or Code Enforcement (319-2.91-4553) for pickup, Mowing height will be between 2"- 4". Contractor shall be able to abate hedge/volunteer- trees where necessary for clearance oI sidewalks and other rights-of-way. Also after mowing property it shall meet city, codes and excess grass removed from the property and sidewalk. If for any reason WMS/Code Enforcement finds that a property is still in violation, alter the contractor has done the abatement, the contractor shall return to the property and make the necessary_ corrections without additional costs to the City. If the contractor arrives at the property, and the property has been mowed, the contractor shall obtain a photo and contact WMS/Code. Enforcement to verify the property is in compliance. In the event WMS/Code Enforcement is unable to meet the contractor at the time, the contractor shall continue on to the next referral and WMS%Code Enforcement will inspect the property when time permits and notify the contractor whether they have to return to abate a weed violation. RESIDENTIAL, PROPERTY COM PLA INT SNOW RIEMOVAi, Assigned shall have snow removed on a one-time basis. The department of Waste Management services will give out w<,rl, or( I,.rs for any work done in areas, which shall be completed within 24 hours boil re•ceivin work onkr. Sidewalks will need to be cleared the width and length of the property down to the pavement. An atterrrpt will rrcetf to he made to clear down to the pavement. In the event that it is intpossihle, hecause of ice or other hazard, sand or other abrasive material, (Ice Melt), may be used so that pedestrian traffic sale. Only use sand/ice melt in amouts to urate pedestrian traffic safe. ho not coat sidewalk with a large amount of sand -only amounts to make sidewalks sale. Al( work must compfy with the City of Waterloo Codes & Ordinances or contractor shall roti ern to the property and niake t!,, r,„-,,_'ction without additional costs to the City l l-91 w I`I1,,1 f<_r''.l(;ft 111 �.<,ii,�•> r'1'_ � Irl,llr+,;h{_s, rock: , ;had oilier ,1 'lit II Y I ;1x1,11 + Y to eluding paper, A d,_I r is shall be legally disposed Servic,es. aa:1 repairing all dal -nage f 5)55 Page 3of3 9, created by snow plow damaged areas as needed. ,oei()oIii:, i+nCIndi!Mk,.:;i,+l Merv; SClE1rUL1Nc OF WOtkk Areas to be mowed shall be dividr_,ci int�l uaIc��,��ric�: 161 type And The listed schedules are for hid purposes only '1.1“.. Walerluu Waste '1 is 2,enienl Services may add or delete mown -1g eel are;i 1, r ed on Lquvynn, r..L,rnin i(uis and burl+.,c l restraints. GRASS CUTTING Grass shall be cut to an even height of fbur inches (4"). Grass cutting shall he accomplished in a manner so as not to result in scalping, bunching, rutting, uneven or rough cutting. AU scalping, bunching, rutting or uneven cutting shall be promptly remedied by the Contractor to the satisfaction ()Utile Waterloo Waste Management Services with no additional cost to the Waterloo Waste Management Services. Grass clippings shall not be blown onto road surfaces in accordance with applicable laws and City ordinances. In areas such as narrow medians clippings shall he bagged or mulched straight down. Ultimately clippings may not land on any road surfaces. TRIMMING Along with each mowing, the Contractor shall trim around trees, shrubs, poles, fences, and other objects to match the height and appearance of the surrounding vegetation. Vegetation growing over curb and sidewalk edges shall be trimmed. This shall include trimming around any additional plant materials that may be installed as new landscaping. Use of herbicides to reduce trimming requirements shall he allowed with prior authorization from the Waterloo Waste Management Services and applied by qualified state approved person with commercial applicator license. DAMAGE PROTECTION The Contractor shall avoid damage to existing sidewalks, streets, curbs, pavements, structures, signs, mailboxes, fences, benches, utilities, and other fixtures. Any damage caused by the Contractor shall be completely repaired at no additional cost to the Waterloo Waste Management Services All work shall be done in a manner so as not to result in damage to trees or shrubs. At no time shall any mowing or trimming equipment come in contact with any tree or shrub. Any tree or shrub damaged by the Contractor shall be replaced at the direction of the Waterloo Waste Management Services with no additional cost to the Waterloo Waste Management Services. Contractor shall avoid damage to turfguass acrd underlying soil and grade. Any rutting and related turf loss and erasion damage shill be promptly remedied by the ('orrtractor to the satisfy i. on lAhdcrloo vV:t:. NianaLement Services with no aid; !1i111f11 o s1 t;) ",Il. Waierlo•) '.,��� Maili.12,CI a "is cervi e�, r_iL(_ !.kai y $.6 � 1 ,e: e i:.;ar i. 4-,a uses 4ians and motorists )Ind injury ;wit punpere .^r;: gu .rds shall remain ,o ;a i ;F l.�aile�din the 4.il,I 1. ct'rNatit t Shl;tai'1;'A'T'IO1.IS Page 4of5 _ERE D EOt11 FM EN 9' The Contractor shall havesulliep_::nt Th,1 I+1‘,I)Ci equipnicni tc' l,riIc,;w11. uis;11L• and timely manner Types of mowing equipment requir+_,cI IOi this cold Fa. Line trimmers Walk -behind mowers Commercial rotary front mowers ((Al --72'' (Icch ) Bagging/ mulching mowers Utility tractors with heavy-duty mowers Four wheel drive mower Hedge trimmers For larger parcels that arc overgro« u contractor shall have access to a brush hog type of mower so that contractor can meet the city's timeframe requirements. Excess amounts of grass will need to be removed and not left on parcels. Types of snow removal equipment required for this contract.: Walk -behind snow blowers Riding snow blowers Pick-up and/or tractor with snow blade Salt & sand applicator Shovels Equipment listed on the Bid Form will be reviewed by Waterloo Waste Management Services to determine whether it is adequate for this mowing contract CONTRACTOR OR THEIR DESIGNEE MUST BE ABLE TO BE ILEAC`::°ED iy PHONE MONDAY THROUGH FRIDAY 8:00 A.M. TO 5:00 P.M. ;4reeI Hl(,:ATIONS Page 5of5