HomeMy WebLinkAboutThompson Contracting, CompanyN)
mc
0NI an
P. firerti
70
g)
w x
w 0 rn
0
CITY OF WATERLOO, IOWA
CODE ENFORCEMENT DEPARTMENT
BID FORM
for
2021 COMPLAINT MOWINGS WITH COMPLAINT SNOW REMOVAL
BIDDER: ` VATADSCNN-
COMPANY NME
ADDREs fJ
in c— s k t J 1u -
s-0-v'rS
PHONE: ((�9y/ ) s
i> LLL
ram,( S
lea 0..akib
i 0..
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 1/4-Yet or a Partnership
consisting of the following partners: sT"c...re C cis •t-e55
.ypry1 rassn, - e'er
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 m 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 70 vacant lots with each lot averaging 0.25 of an acre (totaling
approx. 17.5-18 acres per occurrence)
Price Per Occurrence:
{, vSJ 4,y C Collars ($DO(� �, )
OPTION B: Provide all specified as needed mowing and trimming services on dilapidated
structures.
Approximately 50 dilapidated structures with each lot averaging 0.25 of an acre
(totaling approx. 12.5-13 acres per occurrence)
Price Per Occurrence:
l`�✓U� Taguc.A4AJra
IteMietetdollars ($ J3 0 )
BID FORM Page 1 of 3
OPTION C: Provide all specified mowing services for property complaint properties.
Price Per Man Hour:
jC J� dollars ($ )
OPTION D: Provide all specified snow removal services for complaint properties.
Price Per Man Hour:
dollars ($ )
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 mole 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 tin e,•40ketuc, mitA ollars ($ ►. b 0 01 css
in the form of kr , is submitted herewith in accordance with
NOTICE TO BIDDt1 S.
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 $10,000.00
in work for the City in the current calendar year, are prepared to submit an AAP or Update and an
EOC, within ten (10) days of notification that the bid submitted is lowest and acceptable.
8. The Bidder has received the following Addendum or Addenda:
Addendum No.
Date: / /
/ /
/ /
9. The Bidder shall list the MBE/WBE subcontractors, amount of subcontracts and bid items
listed on the City of Waterloo Minority and /or Women Business Pre -bid Contract Information
Form submitted with this Bid Form The apparent low bidder shall submit a list of all other
subcontractor(s) to be used on this project to the City of Waterloo by 5:00 p.m the business day
following the day bids on this project are due along with the Non -collusion Affidavits of ALL
Subcontractor(s).
The subcontractors listed on this proposal and/or submitted to the Contract Compliance Officer
cannot be changed except for the following reasons
1. The City of Waterloo does not approve the subcontractors.
2. The subcontractors submit in writing that they cannot fulfill their subcontracts
BID FORM Page 2 of 3
10. The Bidder shall list all equipment available for this project:
2DI0 CC -- s 34 s 4-cer
ceulitopov�
Zorn )n k44.
(.vEt,4c.A4 CA) ' / te-fa_
- Ooc' 9u •4TwK
i/1A C- p ✓v.,,p - v ur_yr_
Ihrl/�{ C.✓ CPam. i,
LD ;,, b 0.1
fI V` 00-- Flo tS
vvc. Sv i -1-v ;1 r�
Coo vs y2(ttij )( L/
11. The Bidder has filled in all blanks on this proposal. Those blanks not applicable are marked
' none" or "NA' .
12. The bidder has attached all applicable forms.
13. The owner reserves the right to select alternatives, delete line items, and/or to reduce
quantities prior to the Award of Contract due to budgetary limitations.
C
j , DATE(); / z$ / z. 4
G-,
BID FORM Page 3 of 3
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.
2. Permanent main office address.
3. When organized.
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?
6. Contracts on hand: (Schedule these showing amount of each contract and the appropriate anticipated
dates of completion.)
7. General character of work performed by your company.
8. Have you ever failed to complete any work awarded to you? If so, where and why?
9. Have you ever defaulted on a contract? If so, where and why?
10. List the more important projects recently completed by your company, stating the approximate cost
for each, and the month and year completed.
11. List your major equipment available for the contract.
12. Experience in landscape work similar in importance to the project.
13. Background and experience of the principal members of your organization, including the officers.
q /�
14. Credit available: $ �� tr Pf
•
15. Give Bank reference: CANS r.-.G. ZS
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? i e
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.
STATEMENT OF BIDDER'S QUALIFICATIONS PAGE 1 OF 2
Dated this
State of 0t..-'a )
County of kc fica-N)k )
Tt-, 0 ,f 5
deposes and says that she/he is
day of inz.kt, ok
ss
PC :411 ec
Name of Organization
By:
Title:
,20
Name of Bidder
it\ ‘/%3 vLiaCcAJ•--
rclAnsAtzieer
, being duly sworn
of
and that the answers to the foregoing questions and all statements therein contained are true and
correct. Subscribed and sworn to before me this 71 day of 111 C&L c , 20 c
laL
LAURA MOODY
Commission Number 826768
My Commission Expires
October 5, 2023
CilsTo ary Public
My commission expires S7► c 47, L1 5 , 20 L2 3 •
•
STATEMENT OF BIDDER'S QUALIFICATIONS
PAGE 2 OF 2
NON -COLLUSION AFFIDAVIT OF PR 1VIE BIDDER
State of TC3
County of Pf,C kToy.. so.-
IA.118
being first duly sworn, deposes and says that:
1. He is (Owner), (Partner), (Officer), (Representative), or
Bidder that has submitted the attached Bid;
LG
A el of (ko'yso- (6 --dcc c "?the
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, representatives, owners, employees, or parties in interest, including this affiant.
f C OA/ "
'Tale
S uXrsov'aeth aviaL s'worw to- berei wcei thie4e
day of 11‘-lic.,L, , 2021.
My coS eixp (re*
LAURA MOODY
Commission Number 826768
My Commission Expires
October 5, 2023
Aro y
rat&
C660J 5, 20z3
NON -COLLUSION AFFIDAVIT OF SUBCONTRACTOR
State of c.)&) o-- )
County of Nte k 7k)
e-NUueN fieNG5ov--N , being first duly sworn, deposes and says that:
1. He is (Owner), (Partner), (Officer), (Representative),
hereinafter referred to as the "Subcontractor";
of A.
A-
� � 1 (0t,+.L
2. He is fully informed respecting the preparation and contents of the subcontractor's proposal
submitted by the subcontractor to , contract
pertaining to the 2021 COMPLAINT MOWINGS WITH COMPLAINT SNOW REMOVALS in
Waterloo, Black Hawk County, Iowa;
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, 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, fine 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;
5. 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.
Signature
49eACciet
Titl
su.lrsecsa avtth wontto-before' vveith.+*
_28_ clay of `ig (1-c , 2021.
My conumtsgenie%p
A
LAURA MOODY
Commission Number 826768
My Commission Expires
October 5, 2023
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 foi 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
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 foi further contracts in
accordance with procedures author ized by the City Council.
EQUAL OPPORTUNITY CLAUSE Page 1 of 2
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 committedto 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, menta • -- ysical
disabilities.
Signed:
Appropriate Official
Title
2 (1/21
Date
EQUAL OPPORTUNITY CLAUSE Page 2 of 2
EXHIBIT A
CONTRACT PROVISIONS
CITY OF WATERLOO, IOWA
CODE ENFORCEMENT DEPARTMENT
CONTRACT
for
2021 COMPLAINT MOWING WITH COMPLAINT SNOW REMOVAL
This Contract for Complaint mowing and Snow removal (the "Contract") is made and entered into on
l2tiZ ( , 2021, by and between the City of Waterloo Iowa (the "City"), and
j A) Ceps ki t ( he Contractor").
1. 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.
2. The Contract Documents shall consist of the following:
a. This Contract
b. Request for Proposals
c. Notice of Hearing
d. Instruction to Bidders
e. Signed copy of Bid
f. General Conditions
g. 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.
3. 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 timeframe. Time is of the essence in
the performance of duties under this Contract. The Contractor also agrees to the following:
a) The Contractor will remove all litter, garbage, or junk on vacant lots and/or vacant properties
that would be cause the Contractor not to be able to fulfill the obligation of weed/grass or
snow removal at then own cost.
b) Contractors will abide by ordinance sections
a. 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.
b. 7-1-2F Contractors will not be permitted to blow weeds/grass onto or across any
street or alley. In the event weeds/grass is transferred into the street it shall be
removed by the Contractor
Request For Proposals: Mowing and Snow Removal Services — Proposed Contract — Page 1
c) Contractors shall bag all weeds/grass taller than 12" in residential areas and dispose of
the t ubbish properly. Disposal can be done at the City of Waterloo Yard Waste Site
located at 2749 Independence Ave., Waterloo, Iowa.
d) Contractors are not to mow or trim any flowers or gardens unless specified by the Code
Enforcement Department.
e) Contractors will trim around all trees, telephone poles, fences, structures, curbs and on the
backside of alleys.
f) Contractors must have a camera that will time stamp and date photos. Photos must be
taken of the property before work begins and when the work is finished.
g) Contractors will be provided with a yardstick that must be used to measure the length of the
grass in each set of photos taken while at a property.
h) The City of Waterloo will not be obligated to pay the full amount for referral work
when all necessary photos required by the Contractor have not been turned into our
office.
i) In the event the Code Enforcement Department finds that the Contractor did not fulfill its
obligation, the Contractor will be iequired to go back to the property at no additional cost to
the city or owner of the property.
j) During snow removal, the sidewalks will be cleared the width of the sidewalk and to the
concrete unless ice prevents such removal. In the event the ice is unable to be removed the
Contractor will be required to lay down sand, salt, or a mixture of both.
k) Charges for sand, salt or both will be determined by followings The owner shall be charged
$15 for any amount of salt that needs to be used to assist in the removal of ice from the
sidewalk per residence. If the property is located on a corner lot the owner of the property
shall be charged $30 for any amount of salt that needs to be used to assist in the removal of
ice from the sidewalk provided that ice removal is needed on both sidewalks
I) Contractor shall remove all involuntary vines, brush, or trees along any fence and the portion
of property to the alley when referral is given by the Code Enforcement Depa► tn►ent.
m) The owner shall be charged one amount of 15 minutes travel time in addition to all other
fees applied per referral
n) Properties found in compliance upon arrival of contractor, will not result in additional
charges to the City of Waterloo fiom the Contractor.
o) Unless prior approval has been given, the City of Waterloo will only be obligated to pay for
the work of two people per referral.
4. The Contractor agrees to comply with and obey all ordinances of the City of Waterloo relating to the
obstruction of streets and alleys, keeping open passageways for water and traffic and maintaining
proper and sufficient barricades with lights and signals during all hours of darkness.
5. Except as to any negligence of City, its officials, officers, employees or agents in the performance of
any duty under this Contract, and to the extent not covered by insurance maintained by Contractor,
Contractor agrees to defend and indemnify City, its officials, officers, employees and agents, and to
hold same harmless, from and against any and all claims, demands, causes of action, losses, costs, or
liabilities whatsoever, including but limited to reasonable attorneys' fees and expenses, arising from
or in connection with the acts or omissions of Contractor in performing the work contemplated by this
Contract.
6. Contractor shall be responsible for all damage to public or private property. If public or private
property is damaged by Contractor and is not repaired in a timely manner as determined by City, City
has the option of having the damage repaired at the Contractor's expense, to be reimbursed to the City
or withheld from future payments to Contractor hereunder.
Request For Proposals: Mowing and Snow Removal Services — Proposed Contract — Page 2
7. The Contractor shall have no cause of action against the City on account of delays and prosecution of
work, but the work is delayed by the City, the Contractor may have extra time for the completion of
the job as was lost by reason of the delay caused by the City.
8. The City, at its sole discretion and without waiving any claims or rights, may allow for partial
payment for the work included on an invoice for which all services have not been delivered or
accepted. The City may withhold payment for reasons including, but not limited to, the following•
unsatisfactory job performance or progress, defective work, disputed work, failure to comply with
material provisions of the Contract, third -party claims filed or reasonable evidence that a claim will
be filed or other reasonable cause
9. In the event that Contractor defaults in the performance or observance of any covenant, agreement or
obligation set forth in this Contract, and if such default remains uncured for a period of seven (7) days
after notice thereof shall have been given by City to Contractor, then City may declare that Contractor
is in default hereunder and may terminate this Contract by delivery to Contractor of written notice of
termination, and/or take whatever other action at law or in equity may be necessary or desirable to
enforce the obligations and covenants of Contractor hereunder. Contractor shall be entitled to only
one such notice and in connection with any subsequent breach then City may terminate this Contract
upon seven (7) days' advance written notice. In the event of termination, the Contractor shall be
compensated for all necessary services performed through the termination date. No delay in
enforcing the provisions hereof as to any breach or violation shall impair, damage or waive the right
of City to enforce the same or to obtain relief against or recover for the continuation or repetition of
such breach or violation or any similar breach or violation thereof at any later time or times. In the
event that City prevails against Contractor in a suit or other enforcement action hereunder, Contractor
agrees to pay the reasonable attorneys' fees and expenses incurred by City.
10. In addition to paragraph 9 above, this Contract may be terminated at any time, in whole or in part
upon the mutual written agreement of the parties. City may also choose to terminate this Contract at
any time without cause by delivering to Contractor twenty-one (21) days advance written notice of
termination.
11. Contractor may not assign, delegate or subcontract any of its duties hereunder without the prior
written consent of City.
12. Because time is of great importance when completing referral work, the Contractor must notify
the City of Waterloo at least two (2) weeks in advance including who will be filling in for them
for any planned time off.
13. Any notice under this Contract shall be in writing and shall be delivered in person or by United States
registered or certified mail postage prepaid and addressed
City Contractor
City of Waterloo, Iowa
715 Mulberry St.
Waterloo, Iowa 50703
Attn: City Clerk
Delivery of notice shall be deemed to occur (i) on the date of delivery when delivered in person, or (ii)
three (3) business days following the date of deposit if mailed as stated above.
Request For Proposals: Mowing and Snow Removal Services — Proposed Contract — Page 3
14. Nothing 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.
15. This Contract shall be binding upon and inure to the benefit of the parties and the respective
successors and assigns of each
16. In 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 pi ovision 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.
17. This 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.
18. 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.
IN WITNESS WHEREOF, the parties have executed this Contract for Complaint Mowing and Snow
Removal by their duly authorized representatives as of the date first set forth above.
CITY OF WATERLOO, IOWA
Mayor
City Clerk
CONTRACTOR
Name of Contractor
•
By: ,j✓��
Request For Proposals: Mowing and Snow Removal Services — Proposed Contract — Page 4
GENERAL CONTRACTOR'S BOND
BOND NO. 95 CD C254 1
KNOW ALL MEN BY THESE PRESENTS:
That We, A THOMPSON CONTRACTING COMPANY LLC of 45 W JEFFERSON ST
APT 218, Waterloo, low
Out of Town Address =
Street City State
as Principal, and STATE FARM FIRE AND CASUALTY COMPANY of ONE STATE
FARM PLAZA, BLOOMINGTON, IL 61710 as Surety, are held and firmly bound unto the
City of Waterloo, Black Hawk County, Iowa, in the penal sum of FIVE THOUSAND
DOLLARS ($5,000.00) lawful money of the United States of America, to the payment of
which sum, well and truly to be made, the Principal herein firmly binds himself
(themselves), their heirs, executors and administrators, and the said Surety binds
themselves, their successors, assigns, executors and administrators, jointly and severally,
firmly by these presents.
THE CONDITIONS OF THE ABOVE OBLIGATION ARE SUCH: that the above
bounden A THOMPSON CONTRACTING COMPANY LLC is engaged in the business
of General Contracting in the City of Waterloo, Iowa.
Now if the said A THOMPSON CONTRACTING COMPANY LLC as such
General Contractor, shaft faithfully perform all duties and regulations required by the
Building Code of the City of Waterloo, Iowa, and Ordinances amendatory thereto and
which ordinance requires that a surety bond in the sum of Five Thousand Dollars must be
filed with the City Clerk of the City of Waterloo, Iowa, renewal on January 1st of each year,
before one may engage in the general contracting business in said City.
NOW THEREFORE if the above bounden A THOMPSON CONTRACTING
COMPANY LLC shall faithfully perform any and all duties and abide by any and
regulations required by said Building Code , as well as by any and all other Ordinances
regulating the construction, reconstruction, alteration or repair of buildings within said City;
and if he will promptly pay to the said City any and all sums and amounts due or that
may be due or owing by reason of or under said Ordinances; and if he will pay all fines
impose upon him for a violation of said Ordinances occurring during the life of this bond;
and if he will indemnify and keep the City harmless from all liability for any accident and
damages arising from his negligence, lack of due care, and unskillfulness in doing,
protecting or completing his work; then this obligation to be null and void, otherwise to
remain in full force and effect.
EFFECTIVE DATE OF THIS BOND IS JANUARY 1, 2021 TO DECEMBER 31, 2021.
Witness our hands this 3RD day of NOVEMBER 2020.
ST
BY
Principal
4f
Gt
�"✓r� ynr'�
ARM FIRE AND CASUALTY COMPANY
rety
r
c
torney-in-Fact
A
SFB 400053 IA
CONTRACTOR REGISTRATION
CERTIFICATE
STATE OF IOWA
DIVISION OF LABOR
150 Des Moines St, Des Moines, IA 50309
Phone: 515-242-5871 I FAX 515-725-2427
ttiv�4.ioracontractor.gov I contractor.registrationaiwd.towa.gov
A THOMPSON CONTRACTING COMPANY LLC
1010 FREMONT ST BLDG
MARSHALLTOWN, IA 50518
DATE ISSUED:
06/08/2020
DATE EXPIRES:
06/12/2021
REGISTRATION NUMBER:
Rod A. Roberts, Labor Commissioner
Sta eFar r- POWER OF ATTORNEY
STATE FARM FIRE AND CASUALTY COMPANY
KNOW ALL PERSONS BY THESE PRESENTS: That STATE FARM FIRE AND CASUALTY COMPANY, an Illinois corporation, with its principal office in
Bloomington, Illinois, does hereby constitute and appoint: Michael R Peschonq
of Marshalltown, Iowa its true and lawful Attorney(s)-in-Fact, to make, execute, seal
and deliver for and on its behalf as surety, any and all bonds, undertakings or other writings obligatory in the nature of a bond as follows:
$ 2,500 — License, Permit or Indemnity— Financial Guarantee $100,000 — Administrator, Executor, or Trustee of a decendent's estate
$25,000 — License & Permit Code Compliance $50 000 — Guardian, Conservator, or Committee
$25,000 — Public Official $25 000 — Receiver
$ 2,500 — Judicial
THIS POWER OF ATTORNEY IS NOT VALID FOR THE EXECUTION OF ANY CONTRACT (CONSTRUCTION OR SUPPLY) BOND - BID,
PERFORMANCE OR PAYMENT.
This appointment is made under and by the authority of a resolution which was passed by the Executive Committee of the Board of
Directors of State Farm Fire and Casualty Company on the 14th day of March, 2018, as is duly authorized by the Board of Directors in Article II,
Section 6 of the By -Laws of the Company, which resolution is:
WHEREAS, the Board desires to delegate the authority to appoint persons as Attorneys -in -Fact for certain bonds, undertakings, or other
writings obligatory in the nature of a bond.
RESOLVED, that any Officer of the Company who works regularly with surety bonds is hereby authorized to appoint and empower any
representative of the Company as Attorney -in -Fact to execute on behalf of the Company any bonds undertakings, or other writings obligatory in the
nature of a bond which the Company might execute through its officers. Any said execution of such documents by an Attorney -in Fact shall be as
binding upon the Company as if they had been duly executed and acknowledged by he regularly elected or appointed officers of the Company. Any
Attorney -in -Fact so appointed, may be removed for good cause and the authority so granted may be revoked as specified in the Power of Attorney.
IN WITNESS THEREOF, STATE FARM FIRE AND CASUALTY COMPANY has caused this instrument to be signed by its Officer, and its
Corporate Seal to be affixed this 14th day of March 2018.
This APPOINTMENT SHALL CEASE AND TERMINATE AUTOMATICALLY AS OF DECEMBER 31, 2021, UNLESS SOONER REVOKED AS
PROVIDED.
STATE FARM FIRE AND CASUALTY COMPANY
By:
STATE OF ILLINOIS
COUNTY OF McLEAN
On this 14th day of March, 2018, before me personally came John R. Horton to me known, who being duly sworn, did depose and say that he
is Assistant Secretary Treasurer of STATE FARM FIRE AND CASUALTY COMPANY, the corporation described in and which executed the above
instrument; that he knows the seal of said corporation; that the seal affixed to said instrument is such Corporate Seal; and that he executed said
instrument on behalf of the corporation by authority of his office under the By -Laws of said corporation.
John R. Horton - Assistant Secretary Treasurer
OFFICIAL SEAL
Pamela Chancellor
NOTARY PUBLIC - STATE OF ILLINOIS
My Commission Expires August 30, 2021
Q
CERTIFICATE
I, the undersigned Assistant Secretary Treasurer of STATE FARM FIRE AND CASUALTY COMPANY, do hereby certify that the original
Power of Attorney of which the foregoing is a true and correct copy, is in full force and effect and has not been revoked and the resolutions as set
forth are now in force.
Signed and sealed at Bloomington, Illinois. Dated this 1 day of
Notary Public
My commission expires August 30, 2021
T . 4 ,
•
OORPO R.4T n •
E 3
h f
''1,4i, +fret.`- —
January
2021
r
Julia Klinzing- Assistant Secretary Treasurer
If you have a question concerning the validity of this Power of Attorney, call 309-766-2090.
124061.12 (06.19-2018)
��=\ _- `_�✓_/---. l=�%'.- �C!'= =ems
I t t It s• o pe'4t4 s6��r° a'a'
iAsi` :f•MVi•i•0ft1.O.. ♦•IN ir.ei 4ty P:� A s•°`Illl• i>*1 . .
e.�1F.r°° 41f4iii'°° Ilao ♦♦' 0 MVO.? : Ilt/ etQ° tj{Ilf11t i� 1f1f1 i�.. t14N 0�., 14i1t fldt4
fI' iV !° 1f°4°f1If0° ft414t/f s0 t161f i` f0aft I lfN1 ♦ . If/N IN41 - ��,st1f1f1 :••,,
V4{V4{ � 4{iVN �'44lVN ®4444i{ ,,llkk;�,�Nt@Ifl�� 41HIfi� �Iki9{i�
i / ttjtt o%, ,144t . Stitt
,;
I
•,:.tr -
::�
a=
S11:F' 4
Oa
+4,4+. 4 _
1. ., 1
if 4. Ifs —
p�!_:
F',•eV��
�3.' 4 � -
e 1'a Y6ag.�.
• «••v..-
9, 44% =-4/444 '
>4.404-4..447440.444
Mies` • 0. r
--
,oa=eJ_
14 ft • 0 -- .e.
j 44t4+•>
still.
/a; --
��s,;;tee
+A sate
t *_
,,.
\+'; b - lima
'.1NHP 1Y1t1 :4 ;,tfft4l Hl�:'ItP1l11\i fM 1\ti'I \1;';r( lr?I
;, {ttttt.py„V444 {„j.,tt IIPft11 ./fP104f1 i4t1114;(i1ii44k\1;l 4ilti{\,; ftf\r,;( �,t1j11i111�,r,;(�111111�, �111111�,,,,(1411i1t,,,';'��►�illllltlt11�1,,,�1
114111', I, 11411111'\„',\141►l►lid►l►i►1►ilitl►Itt�r„:',1 I1(41►A\';;, 4ILlItnitt'i Et14lilt,►ItiVIIIIItilt�L �,,,b,lliktlilil►lira,,;,1►1►1►I4ItltA q' ''LI►i , hi S►41 �►t►ett► , ft►UStS t
�tt►t►►tt,��Jtt►�►t►1�
� ili PPi ;�, IPiltlP'��;t IiPYPPI'�„� i111PPP'���t Pillili ,� I1PIPit "; PPPr11P(;,„�PIP,PIII
�4 1 �r tllrnl t � � 1NINl1 r144144�1 1111141�jr°``4i4N9�j�71`444144 r
I
11
frith 1 it li 44444 i t
Ili 1: ►i11�1" 1�i1P1�IP1161%:4114141P144���'r 44►41104/,r,;�1�11'INI J;;'1N41110/.4 44144) l;�\ 1 � ``
�,.-e.-�il ,'441.4441144041441,.;;'��, ,/�;.� 44 llttr 4 tttlr 4 !+! � 4 t+t ! 4 {
/„ _� ,�,,i�.�_M14d111,,.�,,1449114,1\4444141;,��1144444/���414444441��\1144+441{44,//�,4�N141��li+i144�1�Ei1+1\lili4i}`�a��'ii�iit,�`r,4iiiFil�41++14�
•
;, t•s .1i4111; �sA_ lien - 4N4 4144 II�N � 41 1 ♦0 ♦0 1 0 I lit e.�♦ t!1 � ..♦a H ,.
h�� t1t14 4444 444! 444 N1 144 4 ♦40 4444 y�j i 44 ♦�iI 444 ♦tII H4 6.I /a/ rop•I� tt e. ♦ /, 6,
( '�" 1IN ��� 14@!f t�� tI W. ♦ I tll t.I �t ♦ t/
It .a:0•.a!6 �.• a..+:0+:::- -
�i i
lot.
(tad 44444 4 N ♦♦ 1441 144 tti s I /4 °..I♦ It ° ♦ • tl ♦.a .µ• .• ..+•
Os /t1///• both Li 44414.44 .'X 4.444.1444..k 'a. •a••t• ,a.)?.' r_ • o __ - _ _•r _ _
i
BID SECURITY REQUIRED
All bids must be accompanied in a separate envelope, by a certified or cashier's check drawn on an Iowa bank
chartered under the laws of the United States or the State of Iowa, a certified share draft drawn on a Credit Union in
Iowa chartered under the laws of the United States or the State of Iowa, or a bid bond payable to the City of
Waterloo, Iowa, in the sum of Fifteen Hundred Dollars ($1,500 00) which certified check, certified share draft, or
bid bond will be held as security that the Bidder will enter into a Contract for the mowing and snow removal work
and will furnish the required bonds and in case the successful bidder shall fail or refuse to enter into the Contract
and furnish the required bonds, the bid security may be retained by said City as agreed liquidated damages. If a bid
bond is used it must be signed by both the bidder and the surety or the surety's agent. Signature of surety's agent
must be supported by accompanying Power of Attorney.
CONTRACT AWARD
The Code Enforcement Department has divided the contract into four (4) areas as indicated on the Bid Form Each
is severable from the others and may be the subject of a separate contract.
The City shall award one or more Contracts to the responsible Bidder(s) whose bid, conforming to the
Specifications and without regard to whether the bid is made on a per -option or a total basis, is most advantageous
to the City, and the Code Enforcement Department price and other factors considered. The City reserves the right to
award a contract foi any single Option any combination of Options, or all Options together. The intention is not to
award the contract at the time of bid opening, but to award the contract after review of bids and bidder information
by the City and the Code Enforcement Department such that the awardis made within thirty (30) days after bid
opening.
The City reserves the right to waive any and all parts of a specific bid.
AFFIRMATIVE ACTION PROGRAM
The successful Bidder and any subcontractors will be required to execute and have approved an Affirmative
Actions Program or Update before beginning work on the project, if they have been awarded an aggregate of
$10,000 in city projects during the current calendar year.
METHOD OF PAYMENT TO CONTRACTOR
Payment to the contractor for services performed shall be paid on a monthly basis. Payments shall be based on the
actual number of acres mowed during the previous period. A detailed bill of completed work must be received
and approved by the Code Enforcement Department for Complaint Mowing with Complaint Snow Removal
located at 626 Mulberry St., Waterloo, Iowa before payments will be made. Actual number of acres mowed
must agree with numbers recorded by the Code Enforcement Department.
The billing shall include:
• Address of properties
• Pictures of properties prior to mowing/snow removal
• Pictures of properties when mowing/snow removal completed
• Fence line pictures of neighboring properties. (claiming damage protection)
• Pictures to be dated & time stamped
• Area or time billed for (depending on bid proposals)
• Extra material used (salt)
Published by order of the City Council of said City of Waterloo, Iowa, on the day of
, 2021
City of Waterloo, Iowa,
Kelley Felchle, City Clerk
NOTICE TO BIDDERS Page 2 of 2