Loading...
HomeMy WebLinkAboutPolo Green Landscaping & LawncareThe Contractor shall provide a complete inventory of sufficient and proper equipment to perform all work in a safe and timely manner. Equipment listed on the Bid Form will be verified by the Planning and Zoning Department to determine whether it is adequate for this snow removal contract. A portfolio of existing or past contracts with letters of recommendations would be helpful in verifying the bidder's qualifications. Types of snow removal equipment required for this contract: Walk -behind snow blowers Riding snow blowers Pick-up truck and/or tractor with snow blade Salt & sand applicator Shovels BID FORM CITY OF WATERLOO, IOWA PLANNING AND ZONING DEPARTMENT 2019-2020 SNOW REMOVAL BIDDER: P©//b d / Yet c\ --p "-kyr ( cavy-- S'a,ivc Q -d-/ COMPANY NAME Project t , Manager: �.S m %�� / lain .r) 2--7 / PROJECT MANAGER R NAME ADDRESS: /7/ 2 e c'�&c-7-zty NW A 6 5 Rtui i o-cr/ - 2 /4 50102, PHONE: (6/64—) a g'e-32 41/ 1. The undersigned, being a Corporation existing under the laws of the State of.../ = r . , or a limited liability company existing under the laws of the State of , 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 Planning and Zoning Department, 715 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 SNOW REMOVAL, in accordance with the contract documents and for the unit price in place for the following amount: Bid Price: Price per Lot/Area per occurrence for approximately 215 Properties / a -vim Written Price dollars ($ 25 • ) Pkr L,&t/Occurrence: 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 agi ees 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 in the form of dollars ($ ' _ ) , 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 ycar, 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. 1 Date: i j} / 1 ? / 20/% /o / it/2o/% /ll lit 121-7 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. "I'he 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. The City of Waterloo docs not approve the subcontractors. The subcontractors submit in writing that they cannot fulfill their subcontracts 10. The Contractor shall provide a complete inventory of sufficient and proper equipment to perform all work in a safe and timely manner. Equipment list may be submitted as a separate attachment. 62 z j LA) /2 r =atell& 7%e cc,�r Acf /2%w /u-& 7 5Vie, /42a 9S-7i-67�) rDYr2 /LGcz-,l 774t,,72, /al Sn-toze/.1-16w i" 2 k5 A,ty i.f.)--0-/ mop 379y -‘21.7.- /2 9,-Q/2 YA0Y, 1 Ley Notic. 4 f -/-=off. 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. 61 or DAfh:ldl/1/Zot 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. Name of Bidder. p o 1 d Cp e tar (�-,,, y �,� L (mow � e Permanent main office address. k \' 2 CotA. '44 lA LeitNi \w0D --A__ o l 2,2 When organized. If a corporation, where incorporated. 1 14 How many years have you been engaged in the contracting business under your present firm or trade name? 1_ Contracts on hand: (Schedule these showing amount of each contract and the appropriate anticipated dates of completion.) fo General character of work performed by your company. t.o ►-iwv. ‘ t o-L,‘s vt. L �— Have you ever failed to complete any work awarded to you? If so, where and why? Have you ever defaulted on a contract? If so, where and why? pi') List the more important projects recently completed by your company, stating the approximate cost for each, and the month and year completed. NA_ List your major equipment available for the contract. /' s-/ eitW Experience in landscape work similar in importance to the project. 6 -1 -L -Q— )42-�-r' Aticer- Background and experience of the principal members of your organization, including the officers. Qwa— /0 Credit available: $ Give Bank reference: • Will you, upon request, fill out a detailed fmancial statement and furnish any other information that may be required by the City of Waterloo, Iowa? 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 j e/' Obi Title: 0E La-Thr day of a Gtb Q.,y I3y: G[��+ [,it to} State of w cam. ) ) ss County of 1-4, v c ; ) CkN's-fopker Thchmbnd deposes and says that she/he is (��� Name of Bidder ,20iy . , being duly sworn of 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 l ay of C deligr 20R . �10.,,C,,oL ( i 20 • Notary Public My commission expires MARCIA SCHIPPER COMMISSION NUMBER 105918 MY C • MMI SION EXPIRES: NON -COLLUSION AFFIDAVIT OF PREVIE BIDDER State of -TOW a ) County ofa rdl , ) (4) , being first duly sworn, deposes and says that: FIe is (Owner), (Partner), (Officer), (Representative), or (Agent) of fro/a c; , .e /ems,,.,,/ , the Bidder that has submitted the attached Bid; IIe is fully informed respecting the preparation and contents of the attached Bid and of all pertinent circumstances respecting such Bid; Such Bid is genuine and is not a collusive or sham Bid; 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 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. I'1', an stS Signature Title a -W ,.Subscribed and sworn to before me this a Q ` day of 0 , 2019. • Title My commission expires .tARIA` S MARCIA SCHIPPER $ COMMISSION NUMBER 105918 * MY OM ISSION PIRES: p /OWN NON -COLLUSION AFFIDAVIT OF SUBCONTRACTOR State of 1 w tL. ) County of 1- vedaz.:te, r. )zae_xiilen being first duly sworn, deposes and says that: He is (Owner), (Partner), (Officer), (Representative), or (Agent) of v4 hereinafter referred to as the "Subcontractor"; Atiet I -Ie is fully informed respecting the preparation and contents of the subcontractor's proposal submitted by the subcontractor to , contract pertaining to the 2019/2020 SNOW REMOVALS in Waterloo, Black Hawk County, Iowa; Such subcontractor's proposal is genuine and is not a collusive or sham proposal; 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; 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. Title Subscribed and sworn to before me this acre-- day of C (-Fo o -2y- 12019. MLLCi d4 Sig ature ,�pR{A( * Title My commission expires MARCIA SCHIPPER COMMISSION NUMBER 105918 MY OMMISSION EXPIRES: further contracts in accordance with procedures authorized by the City Council. 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. 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 /f/i Date EXHIBIT A CONTRACT PROVISIONS CITY OF WATERLOO, IOWA PLANNING AND ZONING DEPARTMENT CONTRACT for 2019/2020 RESIDENTIAL LOT SNOW REMOVAL This Contract for Snow removal (the "Contract") is made and entered into on November 11, 2019, by and between the City of Waterloo, Iowa (the "City"), and ; ):-Y(.• : < /;--c _r •., * (the "Contractor"). The Contractor shall furnish all supervision, technical personnel, labor; materials, supplies and equipment to perform all work required for the Contract work as described in the Specifications. The Contract Documents shall consist of the following* This Contract Request for Proposals Notice of Hearing Instruction to Bidders Signed copy of Bid General Conditions Specifications These documents form the Contract Documents and are all fully incorporated as a part of this Contract as if attached to this Contract or set forth in full herein In the event of any conflict or ambiguity among the Contract Documents, the document in the order set forth above that first addresses the issue or provision in question shall be govern. The Contractor agrees to commence the work within twenty-four (24) hours after the City issues a "Notice to Proceed" and to complete the work within the given time frame. Time is of the essence in the performance of duties under this Contract. The Contractor also agrees to the following: Contractors will abide by ordinance sections 7-1-2B(1) Contractors will not be permitted to transfer snow onto or across any city street or alley. In the event snow is transferred into the street, it shall be removed by the Contractor. SEQ CHAPTER \h \r 1Nothing in this Contract shall, or shall be deemed or construed to, create or constitute any joint venture, partnership, agency, employment, or any other relationship between the parties nor; except as expressly set forth herein, to create any liability for one party with respect to the liabilities or obligations of the other party or any other person. Contractor is an independent Contractor. SEQ CHAPTER \h \r 1 This Contract shall be binding upon and inure to the benefit of the parties and the respective successors and assigns of each. SEQ CHAPTER \h \r lin the event any provision of this Contract is held invalid, illegal, or unenforceable, whether in whole or in part, the remaining provisions of this Contract shall not be affected thereby and shall continue in full force and effect. If, for any reason, a court finds that any provision of this Contract is invalid, illegal, or unenforceable as written, but that by limiting such provision it would become valid, legal, and enforceable, then such provision shall be deemed to be written and shall be construed and enforced as so limited. SEQ CHAPTER \h \r 1This Contract, together with the Contract Documents, constitutes the entire agreement between the parties pertaining to the subject matter hereof. This Contract may not be modified or amended except by the mutual written agreement of the parties. In consideration of the full compliance on the part of the Contractor with all the provisions, stipulations and conditions hereof, or contained in the various instruments made a part of this Contract by reference, and upon completion and acceptance of the work, the City agrees to pay the Contractor as set forth on Exhibit "A" attached hereto. CONTRACTOR OR THEIR DESIGNEE MUST BE REACHABLE BY PHONE MONDAY THROUGH FRIDAY 8:00 A.M. TO 5:00 P.M. IN WITNESS WHEREOF, the parties have executed this Contract for Snow Removal by their duly authorized representatives as of the date first set forth above. CITY OF WATERLOO, IOWA CONTRACTOR fir/6 �r �, r��reei �) Quentin Hart - Mayor Name of Company By: / %1r.�1 ` ce i � (may Kelly Felchle -City Clerk Title: List of equipment's Snow removal 2 Bobcat skid steer with snow blower. 6 Walk behind commercial snow blower. 7 pickup trucks. 2 sidewalk snow boom. 2 Rotary booms. 12 shovels. 5 salt & sand applicator. 3 lawn tractor with snow blower. 2 drop spreader. 7 leaf blower. 5 trailers. --- 1 A CERTIFICATE OF LIABILITY INSURANCE DATE (MMIDOIYYYY) 10/18/2019 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTSUPONTHE 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(ies) the terms and conditions of the policy, certain policies may require an endorsement. certificate holder in lieu of such endorsement(s). must be endorsed. If SUBROGATION IS WAIVED, subject to A statement on this certificate does not confer rights to the PRODUCER Ibeling Insurance Services 605. Main St. Ackley, Iowa 50601 CONTACTNAME: POLICY EFF (MM/DONYVYI lac° N Fati. 641-847-3555 LIMITS (MC No: 641-847-3556 E-MAIL ADDRESS: INSURER(S) AFFORDING COVERAGE NAIL # INSURER A: Auto Owners Insurance Company INSURED Polo Green Lawncare & Landscaping Services 18102 Highway 065 Hubbard, IA 50122 INSURER e: PREMISES (Ea occcu INSURER C : $ 300000 INSURER D: ✓ INSURER E: INSURER F : MED EXP (Any one person) REVISION NUMBER: CERTIFICATE HOLDER CANCELLATION 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 REPRESENTATIVE ACORD 25 (2010/05) ��©1988.20100 ACORD N. All rights reserved. The ACORD name and logo a e registered marks of ACORD 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 OOR 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 PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDLSUBR INSR WVD POLICY NUMBER POLICY EFF (MM/DONYVYI POLICY EXP (MMIDDfrYYY) LIMITS GENERAL LIABILITY 101819JF1 10/18/19 10/18/20 EACH OCCURRENCE $ 1000000 PREMISES (Ea occcu entel $ 300000 ✓ COMMERCIAL GENERAL LIABILITY MED EXP (Any one person) $ 10000 CLAIMS -MADE 1 OCCUR PERSONAL &ADV INJURY $ 1000000 A GENERAL AGGREGATE $ 2000000 PRODUCTS-COMP/OP AGG $ 2000000 GEN'L AGGREGATE LIMIT APPLIES PER: $ 71 POLICYFl JFCT LOC AUTOMOBILE LIABILITY 1018197F1 10/18/19 10/18/20 (EaOacccidentD ,INGLE LIMA' $ 1000000 BODILY NJURY (Per person) $ ANY AUTO BODILY NJURY (Per accident) $ ALL OWNED . SCHEDULED AUTOS PROPERTY DAMAGE (Per aaAdentl $ A St HIRED AUTOS ✓ NON -OWNED AUTOS $ UMBRELLALIAB OCCUR 1018193F1 10/18/19 10/18/20 EACH OCCURRENCE $ 5000000 AGGREGATE $ 5000000 A EXCESSLIAB CLAIMS -MADE $ DED 1 RETENTIONS WORKERS AND EMPLOYERS' COMPENSATION LIABILITY YIN 101$197 F1 10/18/19 10/18/20 1/ WC STATU- TORY IMITS. 0TH-. FR El. EACH ACCIDENT $ 100000 A ANY PROPRIETOR/PARTNEWEXECUTIVE OFFICER/MEMBER EXCLUDED? NIA EA. DISEASE -EA EMPLOYEE $ 100000 (Mandatory In NH) Ify describe under DESCRIPTION OF OPERATIONS below EL.DISEASE - POLICY LIMIT $ 500000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101. Additional Remarks Schedule If more space l required) CERTIFICATE HOLDER CANCELLATION 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 REPRESENTATIVE ACORD 25 (2010/05) ��©1988.20100 ACORD N. All rights reserved. The ACORD name and logo a e registered marks of ACORD