Loading...
HomeMy WebLinkAboutB & B Lawn Care, Inc.Cce-cs CcAx • S\t- o,\Q( :q-. kj ...-4 - h+J ..c --i o m m tn pc m -la Ul -4 to C) 70 1-4 7n 0 0 rn ma Cack..V.QA ir ,f\e2) vJ SY\ DLL._ Q.N\kb 321111VNOIS 03Z1210H1fV 00'0096 14 *44 4*** 1Nnowb 6£LZ )i33H31VI3IdIO 0L17600Z01. ON N33H0 OZ6 lb9-£6 lIN'SDNIl1I9 )INVB 31tl1S2131N11Silid Honod-41 3l9VAVd OO72I31VM 1O A1I0 S2JV11OO 00' ONY 032IONfH 3AI3 0NVSnOH13NO 6I-QZ-£O MVO 6Jo•nDueipuan.MMM • 8ZZE.SEZ•008 ualun }span tOLOS'vi '001-la>eM '0009 x09 '0•d u e! • AO 2130?JO 3H1 01 JIVd AO wns 3Hl AVd -1")-D c -DO CIQS‘\ (i; .1125Eb100t00h00:'1th5002b0:' .1102,hb00201.11 H3dtld 31IHM NO ONf1OHO)10VS )133H3 N33HO V SVH 1N3Wf1000 3H1IOlNO1id 31-l110Vfd 3H1 NO 031NIHd MHVINH31VM'IVI01411HV NV SVH 1N3Wl000 SIH1 CITY OF WATERLOO, IOWA CODE ENFORCEMENT DEPARTMENT BID FORM for 2019 COMPLAINT MOWINGS WITH COMPLAINT SNOW REMOVAL BIDDER: 6CcS CGv'"C COMPANY NAME ADDRESS: ) 3 LI Ce-✓t\c r c4,. L- sc, 7b " PHONE: (J 1 ) 1t I 7 Ll '2 1. The undersigned, being a Corporation existing under the laws of the State of SA , or a limited liability company existing under the laws of the State of T14 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: Approximately 55 vacant lots with each lot averaging 0.25 of an acre (totaling 12.5- 15 acres per occurrence) Price Per Occurrence: CC�� C\NJ.— A\NIA k.n Ofv h C t SQijt idollars ($ \ i A L\7 7//40 Sbh co OPTION B: Provide all specified as needed mowing and trimming services on dilapidated structures. Approximately 35 dilapidated structures with each lot averaging 0.25 of an acre (totaling 14 acres per occurrence) Price Per Occurrence: C ` ` SgJo00 5//( CL)v"- \\t..V��✓IUV . �..�k �1v t_ @r1\\arC ikhrA dollars ($ 1� BID FORM Page 1 of 3 OPTION C: Provide all specified mowing services for property complaint mowing for normal residential lots. (under 5 acres) Price Per Man Hour: bliVe ��.v-(\l Q _)t ItZ.dollars ($ i a5 . U ) OPTION D: Provide all specified mowing services for property complaint mowing for lots and open areas 5 acres or larger. Price Per Acre: LVelL\LA v'L okeLedollars($ 75, ) OPTION E: Provide all specified snow removal services for complaint properties. Price Per Man Hour: bb einL \A -k-1•4 ,Cr\cc.1 �C3\\c i dollars ($ \SC). ) 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 e.)w �cAww A�� ✓� ti w Alta. dollars ($ i , 5r�CACO in the form of CQ.f' \MS., er\ Cho \L , 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 $10,000.00 in work for the City in the current calendar year, are prepared to submit an AAP or Update and an EOC, within ten (10) days of notification that the bid submitted is lowest and acceptable. 8. The Bidder has received the following Addendum or Addenda: Addendum No. Date: / / / / / / 9. The Bidder shall list the MBE/WBE subcontractors, amount of subcontracts and bid items listed on the City of Waterloo Minority and /or Women Business Pre-bid Contract Information Form submitted with this Bid Form. The apparent low bidder shall submit a list of all other subcontractor(s) to be used on this project to the City of Waterloo by 5:00 p.m. the business day following the day bids on this project are due along with the Non -collusion Affidavits of ALL Subcontractor(s). BID FORM Page 2 of 3 The subcontractors listed on this proposal and/or submitted to the Contract Compliance Officer cannot be changed except for the following reasons. 1. The City of Waterloo does not approve the subcontractors. 2. The subcontractors submit in writing that they cannot fulfill their subcontracts 10. The Bidder shall list all equipment available for this project: r �5 c_- \-(cL\tr t S vicr CI J in ``� I,SV� w..Cx..�:)tc �. �: k tYI R.-rtwnMQr“ 1$`i<t9 C; rnb.Ne.t '12'1 15 (r.J Sion t vnn .,Ir='� 7 () 1 1 VLIS ;(orA V\no,...S.'`.. 7;7" 1 �o�^L�Cer21; %1r5 5D\L 't'r. .vvtQ✓t%l.r e:. r+S1 A£ a.2, 1 grt LOGO 1-raci0 s 1 5br1-sort_ Tr<a; o- 1 COLL O `Ti(No \-or a VL1' rnoo->e.r�'. Z 1 /0.l lc 0,01% J 1 rit , t V4vi JQ_r 1 <ThT t , `L c. / 12> (2(>44-5,0r, L4 J 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: 6)) Name and Title Vr 2-S I a Cu DATE: BID FORM Page 3 of 3 Motot- NON -COLLUSION AFFIDAVIT OF PRIME BIDDER State of ,_, ) County of (?\,�\L \ \C) ) n _Aa.vv\C , being first duly sworn, deposes and says that: 1. He is (Owner), (Partner), (Officer), (Representative), or (Agent) of - Lu, ,�AGarc.Jnc, 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, represe ►tativ-s, owners, employees, or parties in interest, including this affiant. sLa) CA th dram /sworn/to-Tm o-ve, v'th 'L c \. , 2019. SCS-vta twre' My ewpCre ' 09 /del 19- �PPt�c se COLIN EAGAN ° F Commission No.7993N * * MY Co[nP*slon,Frxpires