Loading...
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.