HomeMy WebLinkAboutR & D Lawn CareY
M
cy.1Alt �cc i3e -accy „r,,,.oat ,,,,,,wccrs ,,,,,rsCcanwr *c a�ac 'MCC r awcc nw.,,,rurcc a�wcr,,,,, caawr arca ci.i,uscc
THIS DOCUMENT HAS AN ARTIFICIAL WATERMARK PRINTED ON THE BACK. THE FRONT OF THE DOCUMENT HAS A MICRO -PRINT SIGNATURE LINE. ABSENCE OF THESE FEATURES WILL INDICATE A COPY.
REMITTER R & D LAWN CARE
COMMUNITY 5980248695
BANK& TRUST
A Division of Cedar Rapids Bank &Trust
DATF
3/2/2018
49-55
1031
PAY TO THE CITY OF WATERLOOQ
ORDER OF I $ ***$1,500.00
***One Thousand Five Hundred Dollars and No Cents
DOLLARS
OFFICIAL CHECK
ISSUED BY: MONEYGRAM PAYMENT SYSTEMS, INC.
P.O. BOX 9476, MINNEAPOLIS, MN 55480
DRAWEE: BOKF, NA
EUFAULA, OK
DRAWER: CEDAR RAPIDS BANK & TRUST
HORIZED SIGNATURE
LO3 L0055 LI:00598 0 2486957n'
u
IL 1Failla
BICC »lla,,,, i riesCC .11]Yi,,, i„a,e'C c a1116I I I I,I86CC a wl.10 i„ilC C »I86II0I rr BICC 7 ye6I II II, et[ C »Ii
BICC IDI86
BMC C i'I.
BICC 11M1661T( 1??Bscc »l6lrrl„BIICC S
CITY OF WATERLOO, IOWA
WASTE MANAGEMENT SERVICES
BID FORM
for
2018 WWTP & LIFT STATIONS MOWING
BIDDER: X Lay,/ (,e L Z
COMPANY NAME
ADDRESS: .S3/ /,Ja rr' e et)
„").-1 if r
L i-749r%oo / fl so 7o 3
PHONE: („/9 ) a3_ 9926
1. The undersigned, being a Corporation existing under the laws of the State of
or a limited liability company existing under the laws of the State of �R or a
Partnership consisting of the following partners:
having been familiarized with the existing conditions on the project area affecting the
cost of the work, and with all the Contract Documents now on file in the offices of the
City Clerk, City Hall, 715 Mulberry Street, Waterloo, Iowa, Waterloo Waste
Management, 3505 Easton Avenue, Waterloo, Iowa hereby proposes to furnish all
supervision, technical personnel, labor, materials, machinery, tools, equipment, and
services, including utility and transportation services required to complete the proposed
2018 WWTP & LIFT STATIONS MOWING, in accordance with the contract documents
and for the unit price in place for the following amount:
OPTION A: provide all specified mowing & trimming services for three mowing
monthly or every ten day mowing & two (2) weed control spraying services per contract:
For Wastewater Treatment Plant at 3505 Easton Ave., Waterloo, IA
Price Per Occurrence Mowing:
Price Per Occurrence Weed Control Spraying:
/v0 — aid
dollars ($ )
dollars ($ )
BID FORM Page 1 of 5
OPTION B: provide all specified mowing & trimming services for bi-weekly lift
stations mowing & one (1) weed control spraying service per contract:
LS420
LS 309
LS -421
LS 304
LS -302
LS -314
LS -322
LS -324
LS -316
LS -312
LS -325
739 Black Hawk Rd
1220 Black Hawk Rd
1528 Black Hawk Rd
4001 Kimball Ave
889 Belle St
1055 Virginia St
220 Douglas St
2534 W. Airline Ave
2212 W. Airline Ave
220 Ansborough Ave,
2749 Independence Ave
Price Per Occurrence Mowing:
Black Hawk -Storm
Garden
Black Hawk -Holding Pond
Tower Park
Cedar Terrace
Virginia
Douglas
Con -Agra
Airline
Cattle Congress- Sanitary
Lagoon
dollars ($ C 40, 00 )
Price Per Occurrence Weed Control Spraying:
dollars ($ ° NO, pa )
OPTION C: provide all specified mowing & trimming services for monthly lift
stations mowing & one (1) weed control spraying service per contract:
LS -301
LS -303
LS -311
LS -305
LS427
LS 318
LS -403
LS -404
LS429
LS -431
LS423
LS425
3931 Texas St
3500 E. Shaulis Rd
242 N. Hackett Rd
3750 Sergeant Rd
100 Rainbow Dr
450 W. Arlington St
836 Logan Ave
1365 Logan Ave
251 Fletcher Ave
425 Blackhawk Rd
1306 Campbell Ave
251 Cedar Bend St
Price Per Occurrence Mowing:
Hawkeye
Triangle
N. Hackett
63 South
Cattle Congress -Storm
David
Quincy- Storm
WCF&N- Storm
Fletcher -University- Storm
Blackhawk Downing- Storm
Hollywood -Campbell- Storm
Cedar Bend -Storm
dollars ($ sea, D a )
Price Per Occurrence Weed Control Spraying:
dollars ($ 9156, to )
BID FORM Page 2 of 5
YEARLY CONTRACT ESTIMATED AMOUNT:
OPTION A: / A i
16 x$ _$ U"
# of Mowings/year Mowing Price/Occurrence Total /
2 x$ =$ /10 �Si
—0
# of Weed Sprayings/year Weed Spraying Price/Occurrence Total
OPTION B12 x $ 540 0v
# of Mowings/year Mowing Pricey/Occurrence
_$_k1,4bo foo
Total
1 x$ a4'o,oa =$ '994 0o
# of Weed Sprayings/year Weed Spraying Price/Occurrence Total
OPTION C:
6 x$ if0, ac) =$ 02 acro. o()
# of Mowings/year Mowing Price/Occurrence Total
1 x$ /90, co = $ /90, op
# of Weed Sprayings/year Weed Spraying Price/Occurrence Total
Total Estimate Yearly Cost = $
Note: While yearly contract estimated amount is based upon the estimated number of
times mowing and weed control sprayings, the actual payment will be based upon the
actual number of occurrences of mowing and weed control spraying work was
performed.
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.
4. Security in the sum /of 1 dollars ($ /So 0.00
in the form of Cer' f } c c1 dec iC , is submitted herewith in accordance
with NOTICE TO BIDDERS.
BID FORM Page 3 of 5
5. Attached is a Non -Collusion Affidavit of Prime Contractor. )01S
6. The Bidder is prepared to submit a financial and experience statement upon request. Yes
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. Afit-
8. The Bidder has received the following Addendum or Addenda: ,t »
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). /10.
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:
11. The Bidder has filled in all blanks on this proposal. Those blanks not applicable are
marked "none" or "NA".
BID FORM Page 4 of 5
12. The bidder has attached all applicable forms. Yes
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. yes
SIGNED:
DATE:
4/5/ /6
BID FORM Page of
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. A-- h L'ic,/„/ efritt 2 L C7
2. Permanent main office address 539 a nyyen)Ari, 14%e/Di
3. When organized. h rc,‘ 20/S-
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?,/
TI'ee YPA'✓.S
6. Contracts on hand: (Schedule these showing amount of each contract and the appropriate
anticipated dates of completion.) £Ce #.# 4,iieN f.
7. General character of work performed by your company. Law etw t )L
cS014.,
8. Have you ever failed to complete any work awarded to you? If so, where and why? NO
9. Have you ever defaulted on a contract? If so, where and why? NO
S6 903
10. List the more important projects recently completed by your company, stating the
approximate cost for each, and the month and year completed. Jet ,.$j/ enosit-
11. List your major equipment available for the contract.St /91/1/4.147e41-
_. Experience
9 47e4f2Experience in landscape work similar in importance to the project. yu-
13.'Bacl ground and experience/of principal members of your organization, including the
Tem
officers. Mc/I g,vf
14. Credit available: $
3/4
15. Give Bank reference: C,sm 4Nt
&tit
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? ke_j
STATEMENT OF BIDDER'S QUALIFICATIONS PAGE 1 OF 2
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. ye_s
Dated this As day of
State of....44
, )
) ss
Name of Bidder
, 20 /g.
By: Iti.) / S ar ,LL e
Title: e-- Quiet/ Pd"
County of
, being duly sworn
deposes and says that she ie is 401/`&- of
F1'3 •441A)
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 thisSday of�,
Notary Public
y�
My commission expiresl�' !Gl -2 c 3' / �i iL ,20•,;2_c .
,20/x'
STATEMENT OF BIDDER'S QUALIFICATIONS PAGE 2 OF 2
NON -COLLUSION All IDAVIT OF PRIME BIDDER
State of ,(,e.o,g- )
��/ )
County ofc�,�� , 4 ,/( )
, being first duly sworn, deposes and/says that:
1. He is Owner), Partner), (Officer), (Representative), or (Agent) of AO /gun/ aft- L4 'L
the Bid er t at 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 mariner,
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, represetatives, owners, employees, or parties in interest, including this affiant.
-D4.0Ne,"
Signature
ei) 6",44.
Title
Sut%cra ,cLworvvto-be ares vne-ih '
day o f GGy;372C' , 2018.
7/V,4(
Si. here: rifle:
My exp e l s 3J
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.
EQUAL OPPORTUNITY CLAUSE PAGE 1 OF 2
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.
Appropriate Official
Title
&V4,9,`//�
Date
EQUAL OPPORTUNITY CLAUSE PAGE 2 OF 2
Statement Of Bidders Qualifications
6. Contractors on Hand
• $ 620.00 Antioch Baptist Church
• $30,755.00 City of Waterloo
• $ 550.00 Jubilee United Methodist Church
• $ 9,876.00 Residential
• $ 650.00 UNI Credit Union
11. Major Equipment
Aerators
Bush Hog
Chain Saws
Commercial Blowers
Commercial Trimmers
Detachers
Hedge Trimmers
Riding Mowers with Grass Bag
Transport Trailers
Trucks with Snow Blades
Walker Behind Mowers
Walk Behind Snow Blowers
Utility Tractor with Mower Deck and Snow Blower
Zero Turn Mowers with Grass Bag
Will Rent Other Equipment as Needed
13. Background and Experience
Mike Roby: 37 years at John Deere, Last Position - Business Unit Manager
Ed Dorris : 32 years at John Deere, Last Position — Project Manage
Business established March 2015
Both maintained own properties
Both provided volunteer lawn care services for five years prior establishing
R&D LawnCare LLC
Both retired from John Deere & Co.