Loading...
HomeMy WebLinkAboutWilson Custom TreesWilson Custom Tree 212 Short Avenue Cresco, Iowa 52136 p CITY OF WATERLOO, IOWA CODE ENFORCEMENT DEPARTMENT BID FORM for 2018 COMPLAINT MOWINGS WITH COMPLAINT SNOW REMOVAL ADDRESS: ai-1 S\ -.SDA eve Cr uo r1/4. 5ak3(c, PHONE: (c(4-3 ) 5`I7-L-ia35 1. The undersigned, being a Corporation existing under the laws of the State of — , or a limited liability company existing under the laws of the State oft ti , or a Partnership consisting of the following partners: having been familiarized with the existing conditions on the 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, 715 Mulberry Street, Waterloo, Iowa, and the Code Enforcement Department, 626 Mulberry Street, Waterloo, Iowa 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 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: Provide all specified as needed mowing and trimming services for vacant lots: 50-60 vacant lots with each lot averaging 0.25 of an acre (totaling 12.5-15 acres per occurrence) Price Per Occurrence: 1C Liunvat nktru,`pwakidvw„eto-pub dollars ($ 1 4ck Q ) OPTION B: Provide all specified as needed mowing and trimming services on dilapidated structures. 56 dilapidated structures with each lot averaging 0.25 of an acre (totaling 14 acres per occurrence) Price Per Occurrence: ®VIR 11)04Ati aka/Lead t4, -v dollars ($ I39)d. cn OPTION C: Provide all specified mowing services for property complaint mowing for normal residential lots. (under 5 acres) Price Per Man Hour: Cd �j1ti dollars 30• - ) OPTION D: Provide all specified mowing services for property complaint mowing for lots and open areas 5 acres or larger. Price Per Acre: dollars ($ 40-C ) OPTION E: Provide all specified snow removal services for complaint properties. Price Per Man Hour: pvy�.VL�i. dollars ($ 30.0 2. It is understood that the quantities set forth are approximate only and subject to variation and that the unit price for the work done shall govern the actual payment to the Contractor. 3. In submitting this bid, the Bidder understands that the City reserves the right to reject any or all bids and to award one or more contracts for a single Option, all Options together, or any combination of Options. If written notice of acceptance of this Bid is mailed or delivered to the undersigned within thirty (30) days after Bid Opening, of at any time thereafter before this bid is withdrawn, the undersigned agrees to execute and deliver an agreement in the prescribed form and furnish the required bond and certificate of insurance within ten (10) days after the agreement is presented for signature, and start work within ten (10) days after "Notice to Proceed" is issued. A no 4. Security in the sum of ((jnt .14,01,44-44)1w4., kukftb dollars ($1500. ) in the form of 15.144, iwvntC, , is submitted herewith in accordance with NOTICE TO BIDDERS. 5. Attached is a Non -Collusion Affidavit of Prime Contractor. 6. The Bidder is prepared to submit a financial and experience statement upon request. 7. The Prime Contractor and Subcontractor(s), which have performed an aggregate of $10,000.00 in work for the City in the current calendar year, are prepared to submit an AAP or Update and an EOC, within ten (10) days of notification that the bid submitted is lowest and acceptable. 8. The Bidder has received the following Addendum or Addenda: Addendum No. — Date: — / — / — / / / / 9. The Bidder shall list the MBE/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 subcontractor(s) to be used on this project to the City of Waterloo by 5:00 p.m. the business day following the day bids on this project are due along with the Non -collusion Affidavits of ALL Subcontractor(s). The subcontractors listed on this proposal and/or submitted to the Contract Compliance Officer cannot be changed except for the following reasons. 1. The City of Waterloo does not approve the subcontractors. 2. The subcontractors submit in writing that they cannot fulfill their subcontracts 10. The Bidder shall list all equipment available for this project: luau-btk nt rywrderg -52.9 %1 Dtca,oA/Ld,`C/J s&IL dal 4Ev/,.(/iit4-1.e-) 4 Gvt /t Aeittncl. • 2aeM,o ,Unn' -1-tab" 6 -'7a2" hau ¥Ga f,u/ /.Ymb1/45 rna rev 96" M iwke r1 zteelr-:L )g' Lhir Lt3ccc-Jv 11. The Bidder has filled in all blanks on this proposal. Those blanks not applicable are marked "none" or "NA". 12. The bidder has attached all applicable forms. 13. The owner reserves the right to select alternatives, delete line items, and/or to reduce quantities prior to the Award of Contract due to budgetary limitations. SIGNED: DATE: / 7 / / Q STATEMENT OF BIDDER'S QUALIFICATIONS (To be submitted by the Bidder only upon request of the City of Waterloo, Iowa.) All questions shall be answered and the data given must be clear and comprehensive. This statement must be notarized. If necessary, questions may be answered on separate attached sheets. The Bidder may submit any additional information desired. 1. Name of Bidder. de -If Wtl5tn 2. Permanent main office address. 821a S ho rt elft- G".esCa, tp '3213(o 3. When organized. j990 4. If a corporation, where incorporated. - 5. How many years have you been engaged in the contracting business under your present firm or trade name? 6. Contracts on hand: (Schedule these showing amount of each contract and the appropriate anticipated dates of completion.) obU7alatLeb 6te..-rn(D t.wr.fil a& ' Qa, 000 `! Qe rr ry > Q u� Acaocrr ceo - e„.11 bb 1t76b J -n 'tam "9 7. General character of work performed by your company.• v-170,“ clo.AArn t Lvt cc> 8. Have you ever failed to complete any work awarded to you? Ifso, where and why? 140 9. Have you ever defaulted on a contract? If so, where and why? 1.i0 10. List the more important projects recently, completed by your company, stating the approximate cost for each, and the month and year completed. berg tssia de•t-0 ww. S¢n.uvice.a S1.wrwp Con itae:to .@.a -o -f 3 v(]�tuno e A' t S V'? "lpc,111) _ ow, 61m, °k fhtnneet.p-s&J aCT pe.4, t i irm.r cc. 'A 10b1000 11. List your major equipment available for the contract. .j. -Le, tut ili&iie.4 af.i iof-noMct 12. Experience in landscape work similar in importance to the project. 13. Background and experience of the principal members of your organization, including the officers. 05 W An L1 pt% •c ZJ' t 0,k0o,-, (tura-) 5aitptiar.do, 14:4d-11 OW, 10 t r aytati ce-i.e nc 1- ,2-o l>Clca 14. Cre it available: $ cc00, 01,13 ``11 I Q 110 j 15. Give Bank reference: l'aant.ei ___ t1 P,e-) Sikh, k34a-rt1L--- ° 1 16. Will you, upon request, fill out a detailed financial statement and furnish any other information that may be required by the City of Waterloo, Iowa? \2s 17. The undersigned hereby authorizes and requests any person, firm, or corporation to furnish any information requested by the City of Waterloo, Iowa, in verification of the recitals comprising this Statement of Bidder's Qualifications. Dated this 7 day of in atiC/k , 20 /13 . State of. -I - OVA. ) County of F'n1mel,_ ) ) ss Name of Bidder By: T.Je't"S 6,0d66,0 Title: O 2 W e r • '3L L&) Wain-% , being duly sworn deposes and says that sh he 's b Y u 3 of W,l krern Ghs-Ivm Name of Organization and that the answers to the foregoing questions and all statements therein contained are true and correct. Subscribed and sworn to before me this day of rnaiIA:b , 20 /8 4a A.0 Notary PuBlic My commission expires 5/ I-7 ,20ff . April D. Buis Commission Number 783136 MY COMM EXP. 17 NON -COLLUSION AFFIDAVIT OF PRIME BIDDER State of WA./) County of '%'h744-`a<i ) ) Je.{-F Wil4r`ti'- , being first duly sworn, deposes and says that: 1. He is (Owner), (Partner), (Officer), (Representative), or (Agent) of WI i i&bn ClickriNee, , the Bidder that has submitted the attached Bid; 2. He is fully informed respecting the preparation and contents of the attached Bid and of all pertinent circumstances respecting such Bid; 3. Such Bid is genuine and is not a collusive or sham Bid; 4. Neither the said Bidder nor any of' its officers, partners, owners, agents, representatives, employees, or parties in interest, including this affiant, has in any way colluded, conspired, connived or agreed, directly or indirectly, with any other Bidder, firm or person to submit a collusive or sham Bid in connection with the Contract for which the attached Bid has been submitted or to refrain from bidding in connection with such Contract, or has in any manner, directly or indirectly, sought by agreement or collusion or communication or conference with any other Bidder, firm or person to fix the price or prices in the attached Bid or of any other Bidder, or, to fix any overhead, profit or cost element of the bid price or the bid price of any other Bidder, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against the City of Waterloo, Iowa, or any person interested in the Proposed Contract; and 5. The price or prices quoted in the attached Bid are fair and proper and are not tainted by any collusion, conspiracy, connivance or unlawful agreement on the part of the Bidder or any of its agents, representatives, owners, employees, or parties in interest, including this affiant. 0 von,e • Title Subscribed and sworwto-before/ ne/tbusv claY ofjnia-44 , 2018. ei Sic-na 14 -nature, ritte/ V My contoiLs-ganiexpLres' 03/ 17 /aQD State of County of NIA NON -COLLUSION AFFIDAVIT OF SUBCONTRACTOR N/A N/A )) , being first duly sworn, deposes and says that: 1. He is (Owner), (Partner), (Officer), (Representative), or (Agent) of N//9 , hereinafter referred to as the "Subcontractor"; 2. He is fully informed resecting the preparation and contents of the subcontractor's proposal submitted by the subcontractor to NA , contract pertaining to the 2018 COMPLAINT MOWINGS WITH COMPLAINT SNOW REMOVALS in Waterloo, Black Hawk County, Iowa; 3. Such subcontractor's proposal is genuine and is not a collusive or sham proposal; 4. Neither the subcontractor nor any of its officers, partners, owners, agents, representatives, employees, or parties in interest, including this affiant, has in any way colluded, conspired, connived or agreed, directly or indirectly, with any other bidder, firm or person to submit a collusive or sham proposal in connection with such contract or to refrain from submitting a proposal in connection with such contract, or has in any manner, directly or indirectly, sought by unlawful agreement or connivance with any other bidder, firm or person to fix the price or prices in said subcontractor's proposal, or to fix any overhead, profit or cost element of the price of prices in said subcontractor's proposal, or to secure through collusion, conspiracy, connivance or unlawful agreement any advantage against the City of Waterloo, Iowa, or any person interested in the proposed Contract; 5. The price or prices quoted in the subcontractor's proposal are fair and proper and are not tainted by any collusion, conspiracy, connivance or unlawful agreement on the part of the bidder or any of its agents, representatives, owners, employees, or parties in interest, including this affiant. N/,4 N/A Signature Title Sub -scribed/ cm& svorwto-hefore nneith ' N(A day of N//9 , 2018. N/A N/a S4nature, Title/ Ail� My comm4ASe%ptre& EQUAL OPPORTUNITY CLAUSE (As provided in Executive Order No. 11246) All contractors, subcontractors, vendors and suppliers of goods and services doing business with the City and value of said business equals or exceeds ten thousand dollars ($10,000.00) annually agree as follows: 1. The contractor, subcontractor, vendor and supplier of goods and services will not discriminate against any employee or applicant for employment because of race, color, creed, sex, national origin, economic status, age, mental or physical handicap, political opinions or affiliations. The contractor, subcontractor, vendor and supplier will develop an Affirmative Action program to ensure that applicants are employed and that employees are treated during employment without regard to their race, creed, color, sex, national origin, religion, economic status, age, mental or physical disability, political opinions or affiliations. Such actions shall include but not be limited to the following: a. Employment b. Upgrading c. Demotion or Transfer d. Recruitment and Advertising e. Layoff or Termination f. Rates of Pay or Other Forms of Compensation g. Selection for Training Including Apprenticeship. 2. The contractor, subcontractor, vendor and supplier of goods and services will, in all solicitations or advertisements for employees, state that all qualified applicants will receive consideration for employment without regard to race, creed, color, sex, national origin, religion, economic status, age, mental or physical disabilities, political opinion or affiliations. 3. The contractor, subcontractor, vendor and supplier or his/her collective bargaining representative will send to each labor union or representative of workers which he/she has a collective bargaining agreement or other contract or understanding, a notice advising said labor union or workers' representative of the contractor's commitment under this section. 4. The contractor, subcontractor, vendor and supplier of goods and services will comply with all published rules, regulations, directives, and order of the City of Waterloo Affirmative Action Program Contract Compliance Provisions. 5. The contractor, subcontractor vendor and supplier of goods and services will furnish and file compliance reports within such time and upon such forms as provided by the Affirmative Action Officer. Said forms will elicit information as to the policies, procedures, patterns, and practices of each subcontractor as well as the contractor himself/herself and said subcontractor, vendor and supplier will permit access to his/her employment books, records and accounts to the City's Affirmative Action Officer, for the purpose of investigation to ascertain compliance with this contract and with rules and regulations of the City's Affirmative Action Program — Contract Compliance Provisions relative to Resolution No. 24664 6. In the event of the contractor's non-compliance with the non-discrimination clauses of this contract or with any of such rules, regulations and orders, this contract may be canceled, terminated or suspended in whole or in part and the contractor may be declared ineligible for further contracts in accordance with procedures authorized by the City Council. 7. The contractor, subcontractor, vendor and supplier of goods and services will include, or incorporate by reference, the provisions of the non-discrimination clause in every contract, subcontract or purchase order unless exempted by the rules, regulations or orders of the City's Affirmative Action Program, and will provide in every subcontract, or purchase order that said provisions will be binding upon each contractor, subcontractor, or supplier. 8. We, the undersigned, recognize that we are morally and legally committed to non-discrimination in employment. Any person who applies for employment with our company will not be discriminated against because of race, creed, color, sex, national origin, economic status, age, mental or physical disabilities. Signed: 1 Appropriate Official der Title ,3181`! Date Bond No. 41384740 BID BOND KNOW ALL MEN BY THESE PRESENTS, tem we,Jeff Wilson dba Wilson Custom Tree, 212 Short Avenue, Cresco, IA 52136 a Principal, and Platte River Insurance Company, PO Box 5900, Madison, WI 53705-0900 $s Surely ere held and firmly bound unto the CiTY OF WATERLOO Iowa, hereinafter called "OWNER.' In the penal sum One Thousand Five Hundred &No/100 Dollars Dollars ($_._1,500.00 ) tctvvful money of the United Stites, for the payment of which sura wilt and truly be made, we bind ourselves, our heirs, executors, administrators, and successors, jointly and iseviaraily, firmly by these prints, The condition of this obligation is such thal whereas the Principal has submitted the acceimperrying bid deem the 8th day Of March , 20 18 , for 2018 Complaint Mowings with Complaint Snow Removal NOW, THEREFORE. (a) If sand Bid shall be rejected, or in the alternate. (b) if said Bid shall be accepted and the Principal shall antecede and deliver a contract in the form specified and shell furnish s bend tar his faithful performance of said contract, and for the payment of all persons performing labor or furnishing materials in ccnnention therewith, and shall in all other respects perform the agreement created by the acc ptance of said Biel, (lien !his obligation shall be void, otherwise the same shall remain in force and effect; it being expressly understood and agreed that the liability of the Surety for any and all claims hcrounder shall, in no event. F4xc2iiti the paned amount 0f this obligation as herein stated By virtue of statutory Ruffianly the full amount of this bid bond shall be forfeited t0 the Owner in liquidation of damages sustained in Me avant (hat hie Principal fails to execute the contract and provide the Dona as.provided in Irre specifications or by law The Surety, for value received, hereby stipulates and agrees that the obligations at said Surety and its bond shalt be In no way impaired or affected by any extension of the time within which the Owner may Accept such, Bid or execute Ruch contract. and said Surety does hereby waive nottco of any such extension_ IN WITNESS WHEREOF. the Principal and the Surely. have hereunto set their hands sett aealrs, end such of them as are corporations, have caused their corprate seals to be hereto affixed and these presenia to tae Rigned by their proper officers this 27th day of /A. D. 201.8 February Wt ems Rita Jorg•nson,Aeoun�ialist Jeff Wilson dba Wilson Custom Tree Principal (Seali fid rkie 91C.f (Title} Platte River Insurance Company Surety By (Seal) Attorney -in -fl , Ronald Kaihoi ACKNOWLEDGMENT OF PRINCIPAL (Individual) State offfiM!64.. County of FinOti'tck, On this 7 "") day of raLh e -b , in the year JO/ 8 , before me personally comes oLen W 'kin n to me known and known to me to be the person who is described in and executed the foregoing instrument, and acknowledges to me that he/she executed the same. April D. Buis Commission Number 783136 MY COMM, EXP.C3I 070/td aeO Notary Public ACKNOWLEDGMENT OF PRINCIPAL (Partnership) State of County of On this day of , in the year , before me personally come(s) a member of the co -partnership of to me known and known to me to be e person who is described in and executed the foregoing instrument, and acknowledges to me that he/she executed the same as the act and deed of the said co -partnership. Notary Public ACKNOWLEDGMENT OF PRINCIPAL (Corporation/LLC) State of County of On this day of he/she resides in the City of } in the year , before me personally come(s) to me known, who being duly sworn, deposes and says that that he/she is the of the , the corporation described in and which executed the foregoing instrument, and that he/she signed his/her name thereto by like order. Notary Public ,�.t{'k,�}S A`��'r�°• � Pti� �.aaY ,y 1t�ofeggq�q�ry7j�d)' �!-� �'I�il`I lrtll l� 41l1`r'�1l1 !'I+I1lI-1ti`t)/�rsSlf lulls iuti`t r�i�'u'luttdl�tll e 'iffl `�l'�lIll� Utz L�tf lH11S6 �, IIt1l Mlllt� 1}fIil�}}i � lillllLL IllilJt31�i11lli�! ��hi Ittl��Ii1111 PLATTE 1;IVER INSURANCE COMPANY POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, That the PLATTE RIVER INSURANCE COMPANY, a corporation of the State of Nebraska, having its principal offices in the City of Middleton, Wisconsin, does make, constitute and appoint ------------------------------------JACK ANDERSON; RONALD KAiHOI its trueand 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 -ALL WRITTEN INSTRUMENTS IN AN AMOUN T NOT TO EXCEED: $20,000,000.00 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 PLATTE RIVER INSURANCE COMPANY at a meeting duly called and held on the 8th day of January, 2002. "RESOLVED, that the President, and Vice -President, the Secretary or Treasurer, acting individually or otherwise, be and they hereby are granted the power and authorization to appoint by a Power of Attorney for the purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, one or more vice-presidents, assistant secretaries and attorney(s)-in-fact, each appointee to have the powers and duties usual to such offices to the business of the company; the signature of such officers and the seal of the Corporation may be affixed to such power of attorney or to any certificate relating thereto by facsimile, and any such power of attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the Corporation in the future with respect to any bond or undertaking or other writing obligatory in the nature thereof to which it is attached. Any such appointment may revoked, for cause, or without cause, by any of said officers, at any time." In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and authority hereby given to the Attorney -in -Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the Attorney -in -Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner - Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation. IN WITNESS WHEREOF, the PLATTE RIVER INSURANCE COMPANY has caused these presents to be signed by its officer undersigned and_-�;�� its corporate seal to be hereto affixed duly attested, this 27th day of July, 2015. l a' `1 Attest: Gary W. Stumper President Surety & Fidelity Operations STATE OF WISCONSIN. l COUNTY OF DANE j S's.: \\U161461AlIIIIIIIfIfUf///j � ,PtµSUR t G0RPOAA7E CQ� a4 �y2 SEAL r Ne� hllllltlll6r\\\\\�\\a��\\\` PLATTE RIVER INSURANCE COMPANY Stephen J. Sills CEO & President On the 27th day of July, 2015 before me personally came Stephen J. Sills, to me known, who being by me duly sworn, did depose and say: that he resides in the County of New York, State of New York; that he is President of PLATTE RIVER INSURANCE COMPANY, the corporation described herein 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 it was so affixed by order of the Board of Directors of said corporation and that he signed his name thereto by like order. STATE OF WISCONSIN l S.S.: COUNTY OF DANE J g 'QJBLk, / • �OWnu°nm� CERTIFICATE David J. Regele Notary Public, Dane Co., WI My Commission Is Permanent I, the undersigned, duly elected to the office stated below, now the incumbent in PLATTE RIVER INSURANCE COMPANY, a Nebraska Corporation, authorized to make this certificate, DO HEREBY CERTIFY that the foregoing attached Power of Attorney remains in full force and has not been revoked; and furthermore, that the Resolution of the Board of Directors, set forth in the Power of Attorney is now in force. Signed and sealed at the City of Middleton, State of Wisconsin this 27th day of February 2 0 8 Antonio Celii Secretary THIS. DOCUMENT IS NOT VALID UNLESS PRINTED ON GREEN SHADED BACKGROUND WITH A RED SERIAL NUMBER IN THE UPPER RIGHT HAND CORNER. IF YOU HAVE ANY QUESTIONS CONCERNING THE AUTHENTICITY OF THIS DOCUMENT CALL, 800-475-4450. PR -POA (Rev. 12-2016) ser:1:5. 1Hili !ut/r f�34f41/ ijl++1 $' 5 I $ 111111 t 110, -) RP r ltl U -.81111,1e, 1 fN• 11{ff4i llkluV p HaNs! 111• na{( o„, 1 iib 1',i ht a yyA�� ACKNOWLEDGEMENT OF SURETY STATE OF MINNESOTA COUNTY OF CHIPPEWA — On this 27th day of February , 2018 , before me, a Notary Public within and for said County, personally appeared Ronald Kaihoi to me personally known, who being by me duly sworn he/she did say that he/she is the attorney-in-fact of Platte River Insurance Company , the corporation named in the foregoing instrument, and the seal affixed to said instrument is the corporation seal of said corporation, and sealed on behalf of said corporation by authority of its Board of Directors and said Ronald Kaihoi acknowledged said instrument to be the free act and deed of said corporation. fLC) NOTARY PUBLIC My Commission Expires //3i/ar)a3 LEANNE C. DUIS Notary Public -Minnesota My Commission Explres Jan 31, 2023