HomeMy WebLinkAboutWilson Custom TreeCITY OF WATERLOO, IOWA
Planning AND ZONING DEPARTMENT
BID FORM
for
2020 MOWINGS
BIDDER: V t esonZ-�-
COMPANYNAMG
ADDRESS: �� ���� �e'
77A
e State of or a limited liability company
l .The uldet signed, being a Corporation existing of aPartnership codr the laws of nsisting of th following partners:
existing under the laws of the State of
A-/ iA
affecting the cost of the work, and with all the
having familiarized with the existing conditions on the project area
Cit Hall 715 Mulberry Street, Waterloo, Iowa, and the
Contract Documents now on file in the offices of the City Cleric, y
Waterloo, hereby
Planning and Zoning Department, 715 Mulberry Stree� t,equipment,
indasery services, proposes
ire lading of tilityr and sh ltransportat o❑
technical personnel, labor, materials, machinery, too q pme t, a
services required to complete the proposed MOWINGS, in accordance with the contract documents and for the unit price
in place for the following amount:
ned lots under 1 acre:
OPTION A: Provide all specified as needed mowing and trimming services for city ow
Price per lot less than one acre.
Price Per Occurrence:
OPTION B:
Provide all specified as needed mowing and trimming services on lots 1 acre or more.
Price per acre for lots one acre or more.
Price Per Occurrence:
--+(,UD �✓ut ��T'1 CAS dollars($,._J�•�� ) the
2. In submitting this bid, the Bidder understands that r o y
r• reserves
nbiri nat on gto reject r� of Opt or sIf wr tie �1ot cdetof acceptance
or more contracts for a single Option, all optionsgetheof at any time
of this Bid is mailed or delivered to the undersignwithin
thinty (30) days after and deliver an agreement in peningee prescribed formBand er
before this bid is withdrawn, the undersigned agrees
ithin ten (10) days after the agreement is presented for signature,;
furnish the required bond and certificate of insurance w
and start work within ten (10) days after Notice to Proceed" is issued.
dollars
3. Security in the sum of Pi
�2� t Idred
is submitted herewith in accordance with NOTICE TO BIDDERS.
in the form of
4. Attached is a Non -Collusion Affidavit of Prime Contractor.
5, The Bidder is prepared to submit a financial and experiencestatement upon request.
00 in work for the City in
ontractor(s), which have performed an aggregate of $1
6. The Prime Contractor and Subc0,000
, are prepared to submit an AAP or Update and an EOC, within ten (10) days of notification that
the current calendar
the bid submitted is lowest and acceptable.
7. The Bidder has received the following Addendum or Addenda:
Am No. N�1
ddendu
Date: /�A�l�l.-N�-�
8. The Bidde
r shall list the MBE/WBE subcontractors, amount of subcontract
Fos anu Dmitted with this raid Form, The
Waterloo Minority and /or Women Business Pre -bid Contract Infor with the Non -collusion Affidavits of ALL
apparent low bi
dder 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 g
Subcontractor(s).
s proposal and/or submitted to the Contract Compliance Officer cannot be changed except
The subcontractors
ctors listed on thi
for the following reasons.
l . The City of Waterloo does not approve the subcontractors.
2. The subcontractors submit in writing that they cannot fulfill their subcontracts
9. The Bidder shall list all equipment available for this project:
10. The Bidder has filled in all blan
ks on this proposal.
Those blanks not applicable are marked "none" or "NA"
11. • ewes the right to select alternatives,. delete line items, and/or to reduce quantities prior to the Award of
12. The owner r es
Contract due to budgetary limitations.
The bidder• has attached all applicable forms.
SIGNED:
State of �t1 )
County of Ward �
�� 7 j � � �q�',being first duly sworn, deposes and says that:
of � � sm (i5 the Bidder that has
1. He is (Owner), (Partner), (Officer), (Representative), or (Agent)
submitted the attached Bid;
' fully informed respecting the preparation and contents of the attached Bid and of all pertinent circumstances
IHesf y
respecting such Bid;
3. Such Bid is genuine and is not a collusive or sham Bid;
4. Neither the sai
d Bidder nor any of its officers, partners, owners, agents, representatives, employees, or parties in
din this affiant, has in any way colluded, conspired, connived with the Contract for which they with any
attached
interest, including
other Bidder, fu•�n or person to submit a collusive of sham Bid m connectionor has in any
submitted or to refrain from bidding in connection with such C with any other Bid,
e manner,
rpersloi to
Bid has been
indirectly, sought by agreement or collusion or communication or con , to fix any ovetprofit or cost element of the
fix the price or prices in the attached Bid d r, o t �elcuree through er Bidder, rany collusion, conspiracy, connivance, oru and rilawfu1
bid price or the bid price of any other Bidder,
agreement any advantage against the City of Waterloo, Iowa, or any person interested in the Propose c
g
rice or prices quoted in the attached Bid are fair and prep aner ano fits agents, representat vesre not tainted by any uowners employees,
5. Thep
connivance or unlawful agreement on the part of the Bidder Y
or parties in interest, including this affiant.
Title
S uZr�c',�''ared' �wav'w to-1.�a1''er vYLPi t�ui�r
p. sA _ � " 1 --_
My ��� `w ---- - ---------- - ---
w
State of i//iq
County of
Allen ,being first duly swornores , deposes and says that:
1. He is (Owner), (Partner), (Officer), (Representative), or (Agent) of as the "Subcontractor' lV
hereinafteI referred to
2. He is fully informed respecting the preparation and contents of the subcontractor's Proposal
subcontractor to �� p p submitted by the
Waterloo, Black Hawk County, Iowa, , contract pertaining to the 2020 MOWINGS in
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,
interest, including this affiant, has in any way colluded, conspired, connived or agreed, directlyor i
other bidder, firm or person to submit a collusive or sham proposal in connection or parties in
submitting a proposal in connection with such contract, or has in any manner, directlyoil • indirectly, with any
unlawful agreement l connivance with any other bidder, firm or person with such indirectly,
or to refrain from
subcontractor's proposal, or to fix any overhead, profit or cost element of the j indirectly, sought by
p to fix the price or prices m said
Proposal, or to secure through collusion, conspiracy, connivance or unlawful agreement any advantage against price of prices in said subcontractor's
City of Waterloo, Iowa, or• any person interested in the proposed Contract;
g g nst the
5. The price oz• prices quoted in the subcontractor's proposal are fair and proper and are not taint
conspiracy, connivance or unlawful agreement on the part of the bidder or any of its agents, representativ
employees, or parties in interest, including this affiant. tainted by any collusion,
es, owners,
Signature
Title
S uX�a� � Worn/ tor lm, fo�•�
"Oe"Y or __ NSA __
20202
___ ,iv• _-
S4natuYel
non�discrimination in
rad
g. We, the undersigned, recognize that we are morally and legallywill not ube discriminated against becauseofracme,ci creed,
Any person who applies for employment with our
company tan orh sical disabilities.
color, sex, national origin, economic status, age, p y
e
/I/
Title
Date
EQUAL OPPORTUNITY CLAUSE
(As provided in Executive Order No. 11246)
All contractors, subcontractors, vendors and suppliers of goods and services doing business with the Ci
said business equals or exceeds ten thousand dollars ($10,000.00) annually agree as follows: tY and value of
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 handrea
p, 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 g
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 all Compliance
Provisions. '
5. The contractor, subcontractor vendor and supplier of goods and services will me and upon such furnish and file compliance reports
.
within such tiforms 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 this contract of investigation to ascertain compliance with
act and with rules and regulations of the City's Affirmative Action Program —Contract Compliance
Provisions relative to Resolution No. 24664
In the event of the contractor's non-compliance with the non-discrimination clauses of this contract or with ally 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 farther 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.
Bond No.41423181
Bla BONa
212 Short Avenue _-Crescol lA 52136
KNOW ALL MEN BY THESE PRESENTS, that We, Jeff Wilson dba WilsonTre�—
Co lied
a
as Principal, and Platte River Insurance CITY OF WATERLOO , Iowa, hereinafter called
as Surety are held and firmly bound unto the -- -
°OWNER:' In the penal sum Vne """""""'" ' a ment
1 500.00 ) lawful money of the United States, for the p y and successors, jointly and severally,
Dollars ($ an in bid dated
which sum will and truly be made, we bind ourselves, our hens, executors, administrators,
of condition of this obligation is such that whereas 0 a fPrincipal has submitted the accomp Y g
firmly by,these presents. The April
the 2nd day --
_, , ,.f hfinuJincis
NOW, THEREFORE,
specified and shall furnish a bond for
(a) If said Bid shall be rejected, or in the alternate, materials in connection
labor or furnishing
ct and for the payment of all personsacceptance
ce tance of said Bid,
b If said Bid shall be accepted and the Principal shall execute and deliver he ontrapct in the form,
his faithful performance of said cont agreement created by t
expressly understood and agreed that
therewith, and shall in all other respects perform the
he shall, in no event, exceed the penal amount of this obligation as herein sustained in the
Then this obligation shall be void, otherwise same shall remain in force and effect; e being p s sus
Th and all claims
the liability of the Surety for any
provide the bond f e provided in the specifications or by law.
for authority, the full amount of this bid bond shall be forfeited to the Owner in liquidation of damages d
By virtue of statutory Y impaired
event that the Principal fails to execute the contract an p
d hereby p accept such Bid or execute such contract; and said Surety does
received, stipulates and agrees that the obligations of said Surety and its bond shall be in no way
The Surety, for value rec
or affected by any extension of h extension time
i within which the Owner orations,
hereby waive notice of any di of
have hereunto set their hands and se they proper officers this
corporations,
IN WITNESS WHEREOF, the Principal and the Surety,
resents to be signed by
have caused�Xi Mareh,rate seals to be hereto affixed and these p
�(i7( 4 Jeff Wilson dba Wilson Custom Tree _(Seal)
Rita
Specialist
Platte River Insurance t�ofnNar
Surety (L� �
By
Attorney -in -fact, Ronald Kaihoi
ACKNOWLEDGMENT OF PRINCIPAL (Individual)
State of r,LAr-Aw� . 7— 1
County •f - tULt'
On this
day of Au
, in the year��
before me
personally comes �
and known to me to be the person who is described in and executed the foregoing instrum
to me known
ent, an
acknowledges to me that he/she9�;�UN
td the same. Aprissio3CMMO � Notary Public
ACKNOWLEDGMENT OF PRINCIPAL (Partnership)
State of
County of
day of
On this
personalIy comes)
in the year
before me
a member of the co -partnership of
to me known and kno
wn/he/sexecuted
the person who is described in and executed the foregoing instrument, and
acknowledges to me thathe same as the act and deed of the said co -partnership.
acl g
Notary Public
ACKNOWLEDGMENT OF PRINC PAL (Corporation/LLC)
State of t
County of J
On this day of —
he/she resides in the City of
which executed the foregoing
in the year
before me personally comes)
to me known, who being duly sworn, deposes and says th
at
of the
d in and
, the corporation describe
that he/she is the
and that he/she signed his/her name thereto by like orderp
Notary Public
��A��E RIVER�I`�i �JI�ANCE COMPANY 414 � 313 (
POWER OF ATTORNEY
n
KNOW ALL
MEN BY THESE PRESENTS, That the PLATTE RIVER INSURANCEe and p 1COMPANY, a corporation of the State of Nebraska, having -
IS principal offices in the City of Middleton, Wisconsin, does make, con t+
JACK ANDERSON; RONALD KAIHOI; RITA JORGENSON
executed under this authority shall exceed in amount the sum of
-- ---------
------
its true and lawful Attorneys) -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 NOT TO EXCEED: $20,000,000.00---
- --- »-
-----------------------------ALL WRITTEN INSTRUMENTS IN AN AMOUNT
the following
of Attorney is granted and is signed and sealed by facsimile under andcalled and
the head on the uthority of day of January, 2002 ion adopted by the Board of 0
This Power CE COMPANY at a meeting Y
Directors of PLATTE RIVER INSURANCE
herwise, be and they
Power of Attorney for the purposes only of executing and attesting bonds and undertakings, and if
"RESOLVED, that the President Executive Vice Pbesla ent, Vice President, Secretary or Treasurer, acting individ�e Y °ram fact each appointee t hereby
are granted the power and,authorizatlon to appoint y
other writings obligatory in the nature thereof, one or more resident vice presidents, assistant secretaries and attyt k
thereto b facsimile, and any such power of attorney or cert�fa simileasignaturesanfacsimile, csimile seal =
the powers and duties usual to such offices to the business a this company; the signature of such officers anddsebal of the Companych may signatures
to any
such power of attorney or to any certificate relating Y such power so executed and certified y
or facsimile seal shall be valid and binding upon the Company, and any P or other w
shall be valid and binding, upon the Company in the future for respect oany vlthobond Lit or, by any of said officers, at anyiting time in the nature thereof to
which it is attached. Any such appointment may be revoked, given to the
cents for the release of retained percentages and/or final estimateshe State of Florida Department of Transportation
In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and n d construction contracts
authority hereby g
Attorney -in -Fact includes any and all con of an of its obligations under its bond,
required by the State of Florida Department of Transportation. It is fully understood that consenting to
making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company Y
In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given e the
Fact cannot at modified or revoked unless prior written Per fort the modifonal notice of ication o intent has been given to the Commissioner —Department of
Attorney in 30 days r
Highways of the Commonwealth of Kentucky at least thirty ( I Y P
IN WITNESS WIIER7LOF; the PLATTE RIVER INS GRAN CEay 2MPANY has caused these presents to be signed by its officer undersigned and Its
017.
corporate seal to be hereto affixed duly attested, this Y
Attest:
PLATTE RIVER INSURAN/CE�CcOMPANY
�aa��P NSUullli//� ///y �IAr
7 e E.Pr Rident, r _
�\ Q` RPORATf
Vice President, Treasurer &CFO sfi�, rp
92
_ a Sills
SEAL �\ Stephen 7. CEO &President
Suzanne M. Broadbent
Assistant Secretary It It
o`\
_ STATE OF WISCONSIN l S.S.:
COUNTY OF DANE J me dulysworn, did depose and say: that he resides
On the 3rd day of May, 2017 before me personally came Stephen J. Sills, to me known, who being by CE COMPANY, the corporation described in and
in the County of New York, State of New York; that he is President of PLATTE RIVER INSURANCE
ed the above instrument; that he knows the seal of the said coh ° het signed ;that the
name thereto seal affixed tby like order,instrument is such corporate seal; that it
said
which executed
was so affixed by order of the Board of Directors of said corporation an t
�-e
_ ap`�pl fry,
David J. Regele
Notary Public, Dane Co., WI
My Commission Is Permanent
STATE OF WISCONSIN L S.S.:
COUNTY OF DANE J a Nebraska
rate DO HEREBY CERTIFY that the foregoing attached Power of Attorney remains in full force and has
I, the undersigned, duly elected to th`lfiffice stated below, now the incumbent in PLATTE RIVER INSURANCE COMPANY,
Corporation, authorized to make this certificate,
_ not been revoked; and furthermore, that the Resolution of the Board of Directors, set day of
the Ma CCh Attorney is now r°=•
_ Signed and sealed at the City of Middleton, State of Wisconsin this 2� y C '
'' SEAL E Antonio Celii
k_ General Counsel, Vice President & Seccretary
i ER IN THE UPPER RIGHT HAND
THIS DOCUMENT IS NOT VALID UNLESS
SCORN PRINTED
TiIEON EAUTHENTICTTY OF THIN SHADEDS BACKGROUND CiTMENT CALL 800-475
PR POA (Rev. 10 2017)
CORNER. IF YOU HAVE Q �.I • •z �,,,, tiu' IT 0110 Ism : ittii�i ` �tititi�Tts..� u2t gIt_y +it
ACKNOWLEDGEMENT OF SURETY
STATE OF MINNESOTA
COUNTY OF CHIPPEWA
before me, a Notary Public within and for said
On this 27th day of March 2020 being by me duly
County, personally appeared Ronald Kaihoi to me personally known, who
he/she did say that he/she is the attorney4n-fact of Platte
affixed to iver said anstrumnce entp s they
sworn instrument, and the seat
the corporation named in the foregoing
of its
1 of said corporation, and
corporatsealed on behalf of said corporation mact
Board of Directors and sion sea
aid Ronald Kaihoi acknowledged saidinstrument to be the free
and deed of said corporation.
NOTARY PUBLIC
My Commission Expires
,5i/aoa3
,��r"F LEANNE C. DUIS
Notary Public-Minnesota
a Y p
figy My Commission Ex Tres Jan 31, 2023