Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Mardsen Bldg. Maintenance, LLC
j-tH _ TOLOS VMOI 10011131MM 3111N3AV 2131-131313 Ott FROM: MARSDEN BLDG MAINTENANCE, L.L.C. JANITORIAL SERVICES - CITY OF WATERLOO PUBLIC WORKS 1. Term of Contract: The price quoted for o/a the three (3) year term shall be fixed. There may be an option to extend the janitorial agreement for one (d) or two (2)year period. This option may be offered to the company by the City of Waterloo if the City Council is satisfied with the Janitorial vendor's performance during the initial contract period. 2. Definitions: Owner: Project Manager: City: Bidder: Maintenance Dept: City of Waterloo City Council Sandie Greco, Interim Public Works Director City of Waterloo Vendor, Company Building Maintenance Department 3. Building Information: The City of Waterloo Public Works Facility is roughly 152,000 square feet In total. Janitorial services required and areas to be serviced are identified in paragraph 16 of this bid document, 4. Important Dates: Pre -Bid Meeting: A walk thru inspection of the areas to be serviced can be scheduled in advance of submitting the bid by contacting the Public Works Director at 319-291.4267 / 319-291-4445 or by email at: sandie.greco waterloo4a.org Bld Submittal Deadline: Bids are due NLT 1:OOpm on THURSDAY, SEPTEMBER 7, 2017. Submit Bid (& Bid Bond) to: City of Waterloo, City Hall Office of the City Clerk 715 Mulberry Street Waterloo, IA 50703 All bids shall have prices clearly printed on the attached "FORM OF PROPOSAL". All bids are to be submitted in a sealed envelope, dearly marked as follows: "BID PROPOSAL FOR JANITORIAL SERVICES — CITY OF WATERLOO PUBLIC WORKS, All blds shall be accompanied with a bid security of 5% of the bid price for one year. Bid security shall be submitted with the bid proposal In a sealed envelope, clearly marked as; "BID SECURITY FOR JANITORIAL SERVICES". The name of the business submitting the bid must also be clearly marked on both envelope's. Any bid submitted after the specified date / time shall be rejected. All bids must be hand delivered or mailed to the above address, and it Is the sole responsibility of the bidder to ensure that the bid is received by the City at the above location and time, Any bid submitted after the specified date and time shall be rejected. 121 CITY OF WATERLOO — REQUEST FOR PROPOSAL Janitorial Services The City of Waterloo, under the jurisdiction of the City Coundl, is seeking bids for furnishing the City of Waterloo Public Works Facility with janitorial services. To be considered for this project, the bidder must be familiar with the specifications set forth In the bid document; and the bidder offers to furnish those janitorial services to the City as required in the bid document. This entire document shall be considered as binding, part of the contract end must moot or exceed the specifications set forth in the Request for Proposal, The vendor with the lowest qualifying total bid, which best serves the City of Waterloo, will be awarded the project. The term of this Contact and price shall be fixed for o/a three (3) years, commencing October 1, 2017 through June 30, 2020. There may be 1 or 2 year extension of the contract, if the City of Waterloo is satisfied with the janitorial vendor's performance at the end of the contract period. THE CITY OF WATERLOO RESERVES THE RIGHT TO WITHDRAW REQUEST FOR PROPOSALS IF THE CITY SHOULD PROVE TO RE MORE COST EFFECTIVE... NO FAXED BIOS WILL BE ACCEPTED UNDER ANY CIRCUMSTANCES 5. Bid Opening: Thursday, September 7, 2017 1:00pm, City of Waterloo 15` Floor Conference Room City Clerk Office 715 Mulberry Street, Waterloo, IA 50703 6, Contract / Project to Commence: - Janitorial contract shall commence on or after October 1, 2017, and signing of the contract. Two (2) original signed contracts to be furnished by the successful bidder to be approved by the City Council and signed by the Mayor. By virtue of statutory authority, the company shall be given preference to Iowa Domestic Labor, products and provisions grown, and coal produced within the State of Iowa according to the provisions of the Code of Iowa as amended. 7. Bid Rejection / Acceptance: The City reserves the right to refect any and all bids, waive informalities In bidding, or to accept the bid which best serves the interests of the City of Waterloo. 8. Bid Wlthdrawl: All bid prices, upon submission by bidder, are recognized by the City and bidder to be Irrevocable for a minimum of thirty (30) calendar days after the scheduled opening of bids with the consent of the City. 9. Bid Security: Each bidder shall accompany the bid with a bid security by a bid bond, cash deposit, Cashier's Check or a Certified Check on a solvent bank chartered under the laws of the United States and In accordance with the requirements of Section 384.97 of the Iowa Code as amended, in the amount of not less than 5% of the total first year of the proposed project. Bid security shall be made payable to the City of Waterloo_ Bid security shall be submitted in a separate sealed envelope and be affixed to the bid. The envelope shall have the company name and address clearly stated along with being labeled as "Bid Security". Bid security shall be returned to bidders who were not awarded the contract, upon signing of the contract. 10. Performance Bond: Upon signing the Contract, a Performance Bond in the amount equal to the 1" year of the three-year contract shall be required and submitted before work commences. The Performance Bond shall be In effect until the end of the la year of the contract and the contract has been satisfied and accepted by the Public Works Director and City Council. 11. Taxes and Late Fees: The City is a governmental agency and does NOT pay taxes or late fees. 12. Terms of Payment: The company shall submit a monthly invoice request for payment. The City shall endeavor to make payment in a reasonable time frame and manner. 13. Termination of Services: Either party may terminate this agreement with a thirty (30) day notice to the other party. 14. interpretation of the Contract Documents: Bidders are hereby given notice to check carefully the accuracy and arithmetic of their bids before submission of said bid. Plea of errors in bid may never the fess result in acceptance or rejection of that bid and award to the next low bidder. The vendor shall verify all sizes, locations and existing conditions prior to bidding. If any discrepancy is noted by the vendor, the Public Works Director shall be notified immediately. In the event that any questions shall arise after the letting of the contract respecting the true meaning of the specifications, the matter shall be referred to the Public Works Director, whose decision shall be final as to all parties to the contract. No advantage shall be taken of any manifest clerical errors or omissions or questions the vendor may have which could affect the bid before submitting the bid. 15. Insurance and legal Requirements: 15.1 The company shall maintain adequate liability insurance in form(s) and amount(s) sufficient to protect the City of Waterloo, its agencies. its employees, its clients and the general public against Toss, damage and/or expense related to performance under the janitorial agreement. 15.2 The company shall provide a Certificate of Liability insurance naming City of Waterloo as additional insured and saki insurance certifications must be provided to the City of Waterloo before or upon award and signing of contract. 15.3 In the event Insurance coverage Is canceled or modified in any way, the City of Waterloo must be notified immediately. If at any time during the contract period, the company fails to maintain the minimum insurance coverage, the contract may be canceled at the City's option. 15.4 Minimum insurance requirements are as follows: Comprehensive General Liability $2,000,000 Comprehensive Automobile Liability • $1,000,000 workers Compensation $state Statutory 15.5 Hold Harmless: Our business partners shall defend, indemnify and hold harmless the City of Waterloo, its officers, employees, agents, and/or representatives from and against any and all liability, Toss, expense (including reasonable attorneys' fees), or claims for injury or damages arising out of the performance of the relationship, but only in proportion to and to the extent such liability, loss, expense, attorneys' fees or claims for injury or damages are caused by or result from neglect or intentional acts or omissions of the business partner, Its officers, agents or employees. 16. General Requirements: 16.1 The major cleaning shall be done after normal business hours. The Contractor's supervisory personnel must be present at all times (during the night shift) while service Is being performed. All of the company's personnel must bo identifiable my means of not less than a name badge with the company's Identification and the employee name on the badge. 16.2 The Contractor will provide the Public Works Director with a criminal background check form on each employee having access to City facilities. The information needed would include correct name, date of birth and social security number. The Waterloo Police Department will conduct a criminal background check to verify this information and, the City will have the option of denying access at Its discretion to persons it feels has had significant offenses. 16.3 The contractor's personnel shall also sign a "Confidentiality Agreement" which essentially states that any Information the cleaning staff my inadvertently read in the process of performing their duties shall remain STRICTLY CONFIDENTIAL. Unauthorized use or disclosure of confidential information, including but not limited to protected health Information will result in disciplinary action up to and including recommendation for termination and possibly Imposition of fines pursuant to applicable local, state and federal laws. 16.4 The contractor's staff will work primarily week nights, beginning at or after 5:OOpm and end at such time is agreeable with both the company and the Director. Weekend work will be permissible with advanced notice for special projects such as window washing, floor stripping, waxing etc. 16.5 The contractor shall supply all paper towels, toilet tissue, hand soap, can liners, cleaning supplies and equipment to properly maintain the buildings cleanliness. 16.6 The City shall provide adequate storage room(s)for the company's use. 16.7 The company shall inform the Maint Dept / Director if It observes various maintenance -related problems such as burned out lights, plugged drains, water leaks etc. 16.8 The company shall perform the following janitorial assignments at the prescribed frequency as listed below. Assignments include sweeping and mopping of tile floors, vacuuming of carpeted floors, cleaning of tables and chairs, emptying of trash and cleaning countertops. Restroom / locker room maintenance shall include cleaning of toilets, urinals, sinks, mirrors, counters and floors. Restroom paper product replacement. Task ' " Daily Weekly Monthly Clean & Restock Rest Rooms #177.109-151-129.130 Clean & Restock Locker Rooms (135-136.137-144-145.146) X Clean Lunch Room -111 X . Clean Vending Area —112 X *Sweep—Mop Tile Floors (108-112A.113.119-121-123.187) X Sweep & Mop concrete corridor -113 X Buff Corridor and Entry Way Tile X Wax Corridors and Entry Way Tile X Vaccuum Alt Carpeted areas in office(s) area X Clean Window Sills— Office Area-- Lunch area X Clean office area break room X Clean glass on entry doors (3 entrances) X Clean office blinds X Clean minor soiled spots on carpet X Clean/Wipe off conference room table / chairs X Employees of Public Works work in all conditions and It is expected that common to all areas such as rest rooms / lunch rooms / briefing rooms floors will be difficult given the nature of construction work being accomplished by employees. " 16.9 The contractor shall provide a list of ail cleaning supplies, paper goads, can liners, hand soap, disinfectants, etc, used by the contractor in the performance of this contract to the Director prior to contract stent up date for approval. This list shall Include product name and supplier name. 16.10 The contractor shall provide a "Material Data safety Sheet" (mils) far every chemical to be used by the contractor. 16.11 The City will provide the contractor with access and keys to the facilities for which services are to be provided. It is the responsibility of the contractor to see that keys are NOT misplaced, lost, stolen or copied. (TM a) The use of keys by an employee of the contractor at an unauthorized time or for an unauthorized reason may be reason for termination of the employee and/or contract. b) In the event that a key(s) provided to the contractor or its employee is lost, misplaced or stolen, the contractor will be responsible for notifying the Director or his designated representative and contractor shall pay for replacement cost of key(s) and/or, If necessary, changing of locks. 16.12 It will be the responsibility of the Director to set up what Is deemed satisfactory performance of the contractor and will be based primarily on the continuous acceptable appearance of the fadlities. 16.13 The contractor's management personnel shall make regular and frequent inspections to assure that work is being performed In accordance with these specifications. The management personnel shall report to the Director on a regular, predagreed upon schedule. 16.14 The contractor will be responsible for the repair or replacement of any damaged equipment or damages to the building that may occur during the course of carrying out the prescribed duties. If damages cannot be repaired by the contractor, it shall be reported to the Director or his representative and the cost of said repair shall be deducted from the monthly invoice. 16.15 The monthly charge includes the services as outlined. Any work not mentioned can be negotiated and performed. These services shall be performed five (5) days per week, Monday through Friday, unless severe weather would prevent such scheduling. No work will be performed on weekends unless approved In advance by the Director. 16.16 No services will be required on holidays. 16.17 One (1) additional day may be charged each Leap Year. 16.18 The contractor should direct any questions, concerns or complaints to the Interim Director, Sandie Greco, Or his designated representative at 319.291-4267. 17. As an alternate, bidders are requested to quote semi-annual window cleaning (inside and out) of all office, meeting, lunch rooms, 18. References: The bidder must provide along with proposal, the names of two (2) or more references. Installations of comparable size in which company currently provides janitorial services. Bidder must list names of firms, addresses, phone numbers and name of contact persons. 127 CITY OF WATERLOO FORM OF BID The bidder, having fully read this document, hereby acknowledges that this Bid Proposal completely reflects the total bid price contained herein. It is the bidder's responsibility to determine the bid price based on the bidder's own evaluation of the space to be covered and work to be done. Base Bid per Month to Perform Janitorial Service at City of Waterloo Public Works Facility as per Specifications: #a,agsga (Monthly Bid) /CoLL 0 (Coll ny neprasantalive Name) MOB) lase) 44#415V EARSRV 1 C E DEN S Caring for Your Workplace The Importance of E -Verify In today's diverse labor workforce, it is extremely important to confirm that every employee is legally entitled to work under US labor laws. Marsden has placed an emphasis ensuring that our entire workforce is eligible to work in the United States. We haveTrust But Verify taken the appropriate steps to achieve 100% compliance. Our success in ensuring a solid workforce to meet our client's needs begins with E -Verify. E - Verify is a proven tool that helps Marsden immediately verify the legal working status for all new hires. As part of our hiring process Marsden has voluntarily chosen to participate in the Federal government's E -Verify program as further assurance that our selection decisions are in compliance with the law. With this program we use the Department of Homeland Security employment eligibility verification program along with the Social Security Number Verification Service to ensure that our new hires meet all employment eligibility standards. We access E -Verify online and compare an employee's Form 1-9 information with over 455 million records in the Social Security Administration database, and more than 80 million records in Department of Homeland Security immigration databases. E -Verify is an essential tool for Marsden as we are committed to maintaining a legal workforce. As an equal opportunity employer all recruitment staff must ensure that recruitment and selection efforts meet the policies set by Marsden Bldg Maintenance, L.L.C.'s Affirmative Action (0‘,ierify s4.41. 1 Plan, Title VII of the Civil Rights Act, Americans with Disabilities Act, Age Discrimination in Employment Act, other State, Federal, and local laws, and without regard to race, genetics, creed, religion, sex, sexual orientation, color, national origin, ancestry, familial status, age, disability, marital status, and public assistance status. MSEARRV 1 C E SSDEN Uniforms & Identification The image our employees present, reflected in their appearance, friendliness and conscientious approach to their work can easily influence our customer's perception of our quality. Because our employees' appearance reflects on our image as well as yours, it is our expectation that our employees will take pride in making it a positive one. Marsden's Management continually monitors our staff to ensure these standards are met. Visible identification cards are displayed on the uniform, and each card has the employee's photograph. If a person leaves our employment, his/her last check will be held until the identification card (sample below) is returned. ■ Proper uniforms are provided to all levels of Marsden staff FREE of charge to the employee. From a general cleaner's T-shirts or Cobbler Apron to the Day Matron's Full Shirt and Slack Uniform to the Onsite Supervisor's Custom Image Apparel — we make sure our staff looks their best for you! Should you have a unique look in mind, custom uniforms are available. II00 • 0 011101101 MARSDE N MICHAEL KILSDONK 51082 OPERATIONS Sustainable Cleaning Program Helping you keep sustainability at the forefront Epi` �t ,�o ,4tv t• fit4 U.S. EPA You can count on Spartan Chemical to deliver high-performance, sustainable products and services, all designed to ensure a clean and healthy building. A true pioneer in our industry's sustainability movement, Spartan is proud to continue its leadership role in advancing the production and use of sustainable cleaning products. Each has been developed to ensure clean facilities without introducing any negative health effects to building occupants or the cleaning staff. PRODUCT DESCRIPTION PRCOOD ECT I Psi'24` I DILUTION I RESTROOM CLEANERS MEN Clean by Peroxy© 0 ® Environmentally preferable mild acidic cleanser for removal and prevention of soap scum and hard water deposits on bathroom fixtures, tiles, shower doors, and any other washable surface. 003504 482002 4x 1 Gal, 4x 2 Liter 2oz./Gal. 2oz./Gal. SPECIALTY SURFACE CLEANERS BioRenewables Glass Cleaner ‘•,1 Formulated to clean mirrors, glass and Plexiglas® surfaces. By using blobased surfactants, BioRenewables Glass Cleaner is a non-VOC, less toxic, biodegradable product. Light blue In color with a clean, crisp waterfall fragrance. 383504 483502 4x 1 Gal. 4x 2 Liter 2oz./Gal. 2oz./Gal. CARPET CARE Clean by Peroxy®; 0 0 Modern-day surfactants and hydrogen -peroxide blended to form a product that can be used on most any surface from glass to carpet. This environmentally preferable product quickly removes everyday soils including greasy residues. 003504 482002 4x 1 Gal. 4x 2 Liter 2oz./Gal. 2oz./Gal. INDUSTRIAL IMO Ql.,.wuuw. Green Solutions® :• Industrial Cleaner A non-toxic, heavy-duty liquid cleaner. Formulated with a super surfactant cleaning system, the concentrate is engineered to quickly remove petroleum-based soils with efficiency. 350604 350605 4x 1 Gal. 1x 5 Gal. 1-128oz./ Gal. 1-128oz./ Gal. PRODUCT DESCRIPTION FLOOR FINISHES AND STRIPPERS FloorFront° A high gloss, low maintenance floor finish that Is also environmentally responsible. Your high - traffic floors demand a superior floor finish, but budgets are lean. Enjoy measurable labor savings with FloorFront—It needs half the burnishing, re -coating and stripping necessary with other zinc -free finishes, Green Solutions° Floor Finish Remover'"." An effective floor finish and wax emulsifier. Low odor makes It the Ideal floor stripper to use In confined areas and where typical strong stripper odor presents a problem. PRODUCT CODE 404704 404705 PACK SIZE 4x 1 Gal. 1x5Gal. 350504 350505 4x 1 Gal. 1x5 Gal. DILUTION RATIO Straight Straight 6oz.-43oz. /Gal. 6oz.-43oz. /Gal. FLOOR AND GENERAL PURPOSE CLEANERS SIM WIMP TriBase° Multi Purpose Cleaner Formulated to clean a multitude of soils on a variety of surfaces. With three main biobased surfactant Ingredients derived from corn, coconut and palm kernel, TriBase Multi Purpose Cleaner Is a non-VOC, less toxic, biodegradable product. Apply with a mop, brush, pressure washer, auto scrubber or use a spray and wipe application. 383004 483002 Clean by Peroxy° @ 0 Modern-day surfactants and hydrogen -peroxide blended to form a product that can be used on most any surface from glass to carpet. This environmentally preferable product quickly removes everyday soils including greasy residues. XcelenteTM Enjoy the fresh, clean fragrance of lavender while you clean with XcelentoTM multi-purpose, hard surface cleaner. The phosphate -free formula is great for floors, and other surfaces where a bright, shiny, streak free finish is desired. 003504 482002 4x 1 Gal. 1x 2 Liter 4x 1 Gal, 4x 2 Liter 0.5oz.-12oz. /Gal. 2oz./Gal, 2oz,/Gal. 2oz./Gal. 001904 480302 4x 1 Gal. 4x 2 Liter For further information on special applications or other Spartan products, contact your Spartan representative at 1-800-537-8990 or visit our website at www.spartanchemical.com. FOR COMMERCIAL AND INDUSTRIAL USE ONLY 2oz./Gal. 2ozJGat. srtad C SCC 08/14 Bob McVey Sales and Marketing Director Marsden Building Maintenance L.L.C. of Iowa Professional Experience Present Marsden Building Maintenance L.L.C. — Des Moines • Utilizes both short and long-range marketing strategies; builds relationships and strives for customer satisfaction in all dealings. • Direct the activities and training of the sales staff to ensure the penetration of markets to achieve division gross profit objectives. • Develop and maintain source relationships with vendors that will contribute to generating gross profit from new and existing markets. • Provide leadership to the departments so that all members have a common focus. • Maintain an awareness of marketplace conditions and communicate information to division management. • Develop and maintain a visible presence in the market by making sales calls with sales staff, specialists, and technicians. 2004-2007 EBSCO Industries, Inc. Regional Sales Manager — Colorado, Wyoming, South Dakota, Nebraska, Kansas and Iowa • Responsible for account retention, profit and loss, annual sales goals, safety, and legal liabilities. • Hire, develop, and maintain a sales force and management team that will consistently meet the gross profit objectives of each division. 2003-2004 The Scooter Store Customer Service Manager — Des Moines • Product delivery, demonstration and adjustment as needed. • Daily contact with customers and federal regulatory departments • Adhere to all local, state and federal requirements such as ACHC, HIPAA, OSHA, etc. 1998-2003 Clark Brothers Trucking — Des Moines • Outbound Supervisor — checked and supervised all out bound shipments and manifested all hazardous materials. Trained all new employees on forklift operations and day-to-day duties. Educational Background Lincoln High School Diploma, 1990 DMACC Liberal Arts Brian Padavich Eastern Iowa Operations Manager MARSDEN BUILDING MAINTENANCE L.L.C. OF IOWA EDUCATION: University of Iowa 3 years Business Management. WORK EXPERIENCE: 2015 -Present Operations Manager for Marsden Building Maintenance. Responsible for training and overseeing Area Manager and Building Managers and Sales for Eastern Iowa. 2008-2015 Aarons Sales and Lease Regional Customer Accounts Manager Responsible for customer relations store profitability overseeing general managers overall sales and operations. 2004-2008 Wachovia Mortgage Lending Account executive responsible for sales to independent brokers. 2001-2004 Wells Fargo Homme Mortgage Home Mortgage Consultant responsible for day to day sales, loan closing programs. 2000-2001 E -Bank Funding Loan officer Generating home mortgage sales. 1997-2000 Reppert's Rigging and Heavy Hauling Lead Foreman Managed Staff Responsible for Scheduling and moving of heavy materials, OSHA certified 50 ton crane operator, DOT commercial Class A CDL with all classifications 1995-1997 Pella Windows Warehouse Manager in charge of shipping, receiving and routing. Foam W-9 (Rev.December 2014) Depadmaatof IheTresuy !Memel Revenue Sante Request for Taxpayer Identification Number and Certification clue Form to the requester. Do not send to the IRS. Print or type See Specific Instructions on page 2. 1 Name (as shown on your hcomo lax return). Marne Is requked en this lino; do nett eave this the blank. •, Encore One, LLC ') 2 Business name/dtarsgarded entity name, If different from above Marsden Bldg Maintenance, LLC - 3 Check appropriate IndMduaVada einglemar! 0 Limited lkbWy Note. For a single the taxclasdacatkon o Other (see Instructions) box for federal tax classification check orgy one of the following seven boxes 0 TmsVastato C 4 Exegoo cert inetakboa, Exm nor payee Exemption code frf any) prpwm,•raae4a ns iced*app' ary.lo not ): lduelsieee❑ code (if any) proprietor or Q 0 Corporation D 3 Corporation ■ Partnership r110 company. Enter the tax daaslfcalbn(0=0corporation, a=5 corporation, P=partnernNp)h -member LLC that Is disregarded. do not check 1.10; chock the appropriate box h of the single -member owner. I. from FATCA reporting rho tlna above for reae vrewumrnus/ 5 Address (number, street, and apt. or supe no.) 1717 University Ave W Requesters name anti address (optional) 5 City, state, and 212 rode Saint Paul, MN 55104 7 Uel amountnwnher(s) here toed I ie. LIMA Taxpayer Identification Number (TIN) „ e:, Enter your TIN in the appropriate box. The TIN provided must match the name given on line 1 to avoid backup withholding. For Individuals, this Is generally your social security number (SSN). However, for a resident alien. sole proprietor, or disregarded entity, see the Part I instructions on page 3, For other entitles, it Is your employer Identification number MIN). It you do not have a number, see Now to gota TIN on page 3. Note. If the account is in more than one name, see the instruction for the 1 and the chart on page 4 for guldelhes on whose number to enter. or Employer ldentificellon number 4 1 1 8 9 5 4 9 5 Part II Certification Under penalties of perjury, I certify ihat: 1. The number shown on this form is my correct taxpayer Identification number (or 1 em welting for a numberto be issued to me); and 2. I am not subject to backup withholding because: (a) I am exempt from backup wlthhold'ng, or (b)1 have not been notified by the internal Revenue Service (IRS) that lent subject to backup withholding as a result of a failure to report elf Interest or dividends, or (c) the IRS has notified meIthet 1 am no longer subject to backup withholding; and • . 3. I am a U.S. citizen Or other U.S. person (defined below); and 4. The FATCA code(s) entered on this form (if any) Indicating that I am exempt from FATCA reporting Is correct. ur. -- Certification Instructions. You must cross out hem 2 above if you have been notified by the IRS Met you are currently sub)ebt to backup withholding because you have fatted to report all Interest and dividends on your tax return. For real estate transactions, Item 2 does not 402. For mertgage Interest paid, acquisition or abandonment of secured property, cancellation of debt, contributions to an individual retirementaStangement (IRA), aild- generally, payments other than interest and dNIdends, you are not required to sign the certification, but you must provide your correct11N. See the instructions on page 3. Sign Signature of Hero U.S;Mann Si General instructions Section references are 10 the Internal Revenue Code unless omeawlse noted. Future developments. Informallon about developments affecting Form W-9 (such ea legtslaaon enactedafter wo releaseii) h at wwwJs gov//w9. Purpose of Form An Individual or entity (Form W4 requester) who is required to lite an Information return vAIh the IRS must obtain your owed taxpayer Iden0llcaden number (TIM which may be yoursodal security number (SSN), IndMdual taxpayer identification number(mrg, adoption taxpayer Idenlrrealion number (ATM), or employer Idenaficatan number (En to report on an information return IM amount paid 10 you, orother amouni reportable on an Information return. Examples of information returns krlude, but are not Welled to, the following: • Form 10904Nrgreatest earned or perm • Form 1098-DIV(dhAdends, Including those from stocks or mutual funds) • Form 1099-MISO (various types of Income, prizes, awards, or gross proceeds) • Form 1099.8 (stock or mutual kind sales and certain otherhansadions by broken) • Form 1099.3 (proceeds from real estate transactions) • Form 1099-1( (merchant cam and third party network transactions) Dao► ' (3 ("? • ram 1098 (home mortgage Interest), 1098-E (student loan Interest), 1098-T (tuition) • Form 1099-0 (canceled debt) • Forn 1099-A (acqutapbn or abandonment 01 secured properly) Use Form W-9 only If you aro a U.S. person (Including a resident slim), to provide your correct TIN. It you do not return Fenn W-9 to the requester with a TIN, you might be subject to backup withholding_ see What Is backup wilhhoktipe?on page R.. • By signing the filled -out form, you: .(5 1. Certify that this TIN you are fitting Is correct (or our are waging torn nun(ber to be Issued). (o ,, 2. Ceniymal you are not subject to backup withholding, or '� 3. Cddmexemption from backup wkhhokdng ifyo�lFere a &S. exemptpayee. If applicable, you are also cedifylng that as a U.S.youraltooSNe share of any partnership Income from a U.S. trade or buWess isnot subject to the withhoidng lax on foreign partners' shereof effectively connected (Roome, and 4. Certify that FATCA code(s) entered en this form (f any) indicating that you ere exempt from me FATCA reporting, Is carreet. Sea What is FATCA mporteg7on page 2 for further Information. - CaL No. 10231X Farm W-9 (Hey. 12-2014) ems.' CERTIFICATE OF LIABILITY INSURANCE UI/2017 DATE(Mh/DD/YYY) 12/22/2015 THIS CERTIFICATE 15 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(tes) must be endorsed. If SUBROGATION 1S 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 Lockton Companies 444 W. 47th Street, Suite 900 Kansas City MO 64112-1906 (816) 960-9000 NCAMEACT PHONEGFAX �N FED* (NC. No): E -MNL ADDRESS: INSURER(S) AFFORDING COVERAGE NAIC R INSURER A:Greenwich Insurance Company 22322 INSURED Marsden Bldg Maintenance, L.L.C. 1367715 1717 University Avenue West St Paul, MN 55104 INSURER B:Travelers Property Casualty Co of America 25674 INSURER C :National File and Marine Insurance Co 20079 iusun€no:XL Specialty Insurance Company 37885 INSURERE: INSURER F: I/1/2016 COVERAGES MARHOOS 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 PAIO CLAIMS. INSR LTR TYPE OF INSURANCE NIDESUBR INSR VDI POLICY NUMBER POLICY EFF IMMIDDIYWY) POLICY EXP (MMNIDM'YY) LIMITS A X COMMERCIAL GENERAL LIABILITY N N RGD943761803 (/1/2016 1/1/2017 EACH OCCURRENCE $ 2000,000 I■■ CLAMS -MADE X OCCUR RGD943761903 I/1/2016 1/1/2017 DAMA PREMISES �ouarenon) $ 1,000,000 $ 5,000 A (NAT'L MINCE) MED EXP (Any one person) ■ PERSONAL 8 ADV INJURY $ 2,000,000 GENT X AGGREGATE. POLICY OTHER: LIMIT APPLIES PER: JEOT (X LOC GENERAL AGGREGATE $ 4 000.000 PRODUCTS- COMP/OP AGG S 5000,000 $ A AUTOMOBILE X LIABILITY ANY AUTO UTANEO AUTOS HIRED AUTOS SCHEDULED NON-OWNEDTO N N RAD943762003 1/1/2016 I/112017 lEaiINGLE LIMIT f 2000,000 BODILY INJURY (Per person) $ XXXXXXX BODILY INJURY (Per antlden1) $ XXXXXXX ((PPEa actR,IdenIUAAAGE $ XXXXXXX $ XXXXXXX C UMBRELLALIAB EXCESS LAB X OCCUR CLAIMS -MADE N N 42-UMO-301026-02 I/1/2016 1/1/2017 EACH OCCURRENCE $ 1000,000 $ 1 000,000 $ XXXXXXX AGGREGATE DED RETENTIONS D D WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE YIN OFFICER/MEMBER EXCLUDED] n (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below NIA N RWD943538903 A05) 1/1/2016 V1/2017 %( PER STATUTE OTH- ER RlYR943539003 �WI) 1/1/2016 1/1/2017 E.L EACH ACCIDENT $ 1,000,000 EL DISEASE -EA EMPLOYEES 1,000,000 EL DISEASE - POLICY LIMIT $ 1000,000 B PROPERTY N N QT6308D664653TIL16 1/1/2016 (/1/2017 ALL RISK PROPERTY INSURANCE DESCRIPTION OF OPERATIONS 1 LOCATIONS I VEHICLES (ACORD 101, AddlIIonel Remarks Schedule, may be attached If more apace Is required) CERTIFICATE HOLDER CANCELLATION 12828991 Evidence of Coverage ACORD 25 (2014/01) 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 REPRESENTATIV 01980 014 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD ( AJA TM Document A3IOTM 2010 aL�v_ Bid Bond CONTRACTOR: (Name, legal status and address) MARSDEN BUILDING MAINTENANCE, L.L.C. 1717 UNIVERSITY AVENUE WEST ST. PAUL, MN 55104 OWNER: (Nance, lekal status and address) CITY OF WATERLOO, IOWA 715 MULBERRY STREET WATERLOO, IA 50703 SURETY: (Nance, legal status and principal place of business) TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA ONE TOWER SQUARE HARTFORD, CT 06183-6014 BOND AMOUNT: Five Percent of the Amount of the Attached Bid----- (5%) PROJECT: (Name, location or address, and Project number, if any) City of Waterloo Public Works Janitorial Services, Waterloo, Iowa This document has important legal consequences. Consultation with an attorney is encouraged with respect to its completion or modification. Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable. 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 ttie bid of the Contractor within the (line 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 tern Contractor in this Bond shall be deemed to be Subcontractor and the tern 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. Signed and sealed this 7th day of September, 2017 • (Wily s (Witness) A DEN t NG MAINT E, L.L.C. (Prince/ r 1) C110 (Till TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA (Seal) (Sure (Title) Scan McBride, Allorne0n-Fact CAUTION: You should sign an original AIA Contract Document,on which this text appears In RED. An original assures that changes will not be obscured. (Seal) AIA Document A310TM-2010.Copyright U 1963, 1970 and2010 by The American Institute of Architects. All rights reserved. ,'1ARNING.Thts AIA'. Document is protected by U S Init. Copyright Law andlnternatoual treaties. Unauthorlced rep:uducbon ur dsh,buton clthis AIA Document, or any porion of lt,rnayresult inseverecivil and criminal penalties. and will ho prosecuted to the maximum extent possible under the law. Purchasers are permitted foreproduce len (10) copies of this document when completed To report copyright violations of AIA Contract Documents, email The American Institute of Archdecb' legal counsel, copyright@aia.org. os1110 ACKNOWLEDGMENT OF SURETY State of Minnesota) County of Carver) On this 7th day of September, 2017, before me personally appeared Sean McBride to me known, who, being by me duly sworn, did depose and say: that s/he resides at Blaine, Minnesota , that s/he is the Attorney -in -Fact of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, the corporation described in and which executed the annexed instrument; that s/he knows the corporate seal of said corporation; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said corporation; that s/he signed his/her name thereto by like order; and that the liabilities of said corporation do not exceed it assets as ascertained in the manner provided by law. t4ARY 30 ANi• S _ = tiiiNNESt:1 t')forctrni>:iul, x it is .t ACKNOWLEDGMENT OF CORPORATION State of Minnesota) County of Q,r,..►ytc,2)-) ) On the 7th day of September, 2017, before me personally appeared �11 lbsf , to me known, who being by me first duly sworn, did depose and say that s/he resides in 11NI:k\ L:,.\C<‘— , that s/he is the (I\ C of MARSDEN BUILDING MAINTENANCE, L.L.C., the corporation described in and which executed the foregoing instrument; that s/he knows the corporate seal of said corporation, that the corporate seal affixed to said instrument is such corporate seal, that it was so affixed by order and authority of the Board of directors of said corporation, and that s/he signed his/her name thereto by like order and authority. Notary Public LISA M. MILTAKIS NOTARY PUBLIC MINNESOTA My Comminbn Expires JN. 31, 2021 TRAVELERS J Attorney -In Fact No. WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER POWER OF ATTORNEY Farmington Casually Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insuranee Underwriters, Inc, St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company 231741 St. Paul Mercury Insurance Company Travelers Casualty and Surely Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company Certificate No, 007103711 KNOW ALL iiIEN BY THESE PRESENTS: That Farmington Casually Company, St. Paul Fire and Marine Insurance Company. St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company are corporations duly organized under the laws of the State of Connecticut, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of lnwa, and that Fidelity and Guaranty Insurance Underwriters, Inc., is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Richard J. Ahtnann 111, Mary Jo Dingwall, Dean R. Hildebrandt, Andrew P. Krane, Gary McBride, Carl M. Godziek, Sean McBride, and Mark Yunkc of the City of Eden Prairie State of Minnesota . their true and (awful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS IVHGREOF, die Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this 23rd clay of January 2017 . State of Connecticut City of Hartford ss. Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company St. Patti Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company 13y: Robert L. Ropey, Senior Vice President On this the 23rd day of January 2017 before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America. and United States Fidelity and Guaranty 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 ofJune. 2021. 58440-5-16 Printed in U.S.A. `C of e . Marie C. Te►reault, Notary Public WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, SL Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casually and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chaimmn, 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 Chniman, 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 he 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 (h) 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,Assislanl Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United Stales Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of rhe Power of Attorney executed by said Companies, which is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 7th day of SEPbt 20 17. Kevin E. Assistant Sec tart' 'To verify the authenticity of this Power of Attorney, call 1-800-421-3880 or contact us at www.travelersbond.cmn. Please refer to the Attorney -In -Fact number, the above-named individuals and the details of the bond to which the power is attached. WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER