Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
A. Thompson Construction Co.
• • A A • 0 0 0 0 u r i inu 0 0 0 ru ru CO 0' r 0 CO CO -o 0 0 r D V p.. .!.' .0• ..viy s.rl..V.w0..std. . 0 ...•.,.x0...•.._) �. r ai 0 m 0 0) 0 Z D0' n o o-0DcpZ a'r-Om AG2C... ,� c1 • 0cncn-� 0ocwZ COi,-10 co 0 n 0) o n r r 0 17017 OOL/g?-8C 1 N) + i Y ...s .. •......•..z., ( t.....x-r killtentestriev ad4wasav" 35 Ca"' S &Alcove-1 er- odt 4,friseloter t-C44 cenart ��1, 5''1;a3 mot-' CM, gale, CA/ ,,,.....1••I I �,i 1: u r r .n Lacs-r--i6 w tr on A ••1.t L.L. 1 in — z 1... 3 S_• • • • a.. FoigA"--tee orY WWriG b4DLti ine,;,...; rekeigirw oulkein \co Ke)70o it unaAr evv`i 1c ›IT. 0-4:1 PHONE: (G-C1 f ) CITY OF WATERLOO, IOWA CODE ENFORCEMENT DEPARTMENT BID FORM for FY 2023 COMPLAINT MOWING WITH COMPLAINT SNOW REMOVAL BIDDER: ADDRESS: c• •35 2 C,r-o 43 5 (0 � r , ---rcA t 7 za 1. The undersigned, being a Corporation existing under the laws of the State of , or imited liabili company existing under the laws of the State of,, rte- _ or a Partnership consisting of the o owing 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 MOWING 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: dollars ($ 93 ci c 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: . ��v✓'1 '11t f CA,,1 1 ollars ($ i� i) CS BID FORM Page 1 of 3 OPTION C: Provide all specified mowing services for property complaint properties. Price Per Man Hour: rinevAdi dollars ($ 9.Q•.00 OPTION D: Provide all specified snow removal services for complaint properties. Price Per `,1Man Hour: (%. U Yam\ dollars ($ q Q 1CTc 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 inthe 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 ®,',"- chnoav A, : ►/ , liars ($ 7 cti in the form or )1% 1!''u =•,,aS" , is submitted herewith in accordance with NOTICE TO BIDDERS. 5. Attached is a Non -Collusion Affidavit of Prime Contracto 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 $10,000.00 in work for the City in the current calendar year, are prepared to submit an AAP or Update and an EOC within ten (10) days of notification that the bid submitted is lowest and acceptable. 8. The Bidder has received the following Addendum or Addenda: Addendum No. Date: / / / / / / 9. The Bidder shall list the MBE/WBE subcontractors, amount of subcontracts and bid items listed on the City of Waterloo Minority and /or Women Business Pre -bid Contract Information Form submitted with this Bid Form. The apparent low bidder shall submit a list of all other subcontractor(s) to be used on this project to the City of Waterloo by 5:00 p.m the business day following the day bids on this project are due along with the Non - collusion Affidavits of ALL Subcontractor(s). The subcontractors listed on this proposal and/or submitted to the Contract Compliance Officer cannot be changed except for the following reasons. 1. The City of Waterloo does not approve the subcontractors. 2. The subcontractors submit in writing that they cannot fulfill their subcontracts BID FORM Page 2 of 3 10. The Bidder shall list all equipment available for this project: fr.R.A, bear kite, i7c*v A.A.cri 11. The Bidder has filled in all blanks on this proposal. Those blanks not applicable are marked "none" or "NA". 12. The bidder has attached all applicable forms. 13. The owner reserves the right to stile Award of Contract due to budge SIGNED: alternatives, delete line items, and/or to reduce quantities prior to the imitations. , ATE: 3 / 30 / Z,L BID FORM Page 3 of 3 KNOW ALL MEN BY THESE PRESENTS, that we, as Principal, and BID BOND 1( ate, WC % u eft-, o'er e LC maaalm- as Surety are held and firmly bound unto the CITY OF WATERLOO , Iowa, hereinafter called "OWNER." In the penal sum 0 fNetacre" tc Dollars ($ fir ftd v-c- "Ti 5 1t w ) lawful money of the United States, for the payment of which sum will and truly be made, we bind ourselves, our heirs, executors, administrators, and successors, jointly and severally, firmly by these presents. The condition of this obligation is such that whereas the Principal has submitted the accompanying bid dated thee] day of Fv ,a"c,In. , 2022-, for yet S t (3 NOW, THEREFORE, (a) If said Bid shall be rejected, or in the alternate, (b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the form specified and shall furnish a bond for his faithful performance of said contract, and for the payment of all persons performing labor or furnishing materials m connection therewith, and shall in all other respects perform the agreement created by the acceptance of said Bid, Then this obligation shall be void, otherwise the same shall remain in force and effect; it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. By virtue of statutory authority, the full amount of this bid bond shall be forfeited to the Owner in liquidation of damages sustained in the event that the Principal fails to execute the contract and provide the bond as provided in the specifications or by law. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall be in no way impaired or affected by any extension of the time within which the Owner may accept such Bid or execute such contract; and said Surety does hereby waive notice of any such extension IN WITNESS WHEREOF, the Principal and the Surety, have hereunto set their hands and seals, and such of them as are corporations have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers this day of , A.D 202 . (Seal) Principal By (Title) (Seal) Witness Surety By Witness Attorney -in -fact damages. If a bid bond is used, it must be signed by both the4 der 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. Depai Wient 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 for 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 award is 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) • Fxtra material used (salt) Published by order of the City Council of said City of Waterloo, Iowa, on the day of , 2022 City of Waterloo, Iowa, Kelley Felchle, City Clerk NOTICE TO BIDDERS Page 2 of 2 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 . \ V\5 -- 2. Permanent main office address. 3 2.3 3. When organized. 2,4,t rz 4. If a corporation, where incorporated. IAJ I ,Q 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.)trv✓i___, 7. General character of work performed by your company. 8. Have you ever faileTto complete any work awarded to you? If so, where and why? 9. Have you ever defaulted on a contract? If so, where and why? NYD 10. List the more important projects recently completed by your company, stating the approximate cost for each, and the month and year completed. s&,._ - was he, e 2 o 2 ( 11. List your major equipment available for the contract. ) 364W Q f / l 5`u A -H4tv u- i ' ; 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. 14. Credit available: $ 1 , ©OO lb t c� 'l 15. Give Bank reference: A'S "rGJ`cl s • 16. Will you upon request, fill out a detailed financial statement and furnish any other infoituation that may be required by the City of Waterloo, Iowa? (11 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 NON -COLLUSION AFFIDAVIT OF PRIME BIDDER State of u vA County of NO \O"tamli) (1C-• 1. He is (Owner), (Partner Bidder that has submitt being first duly sworn, deposes and says that: (Representative), or (Agent) of ched 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 ► 'ces quoted in the attached Bid are fair and proper and are not tainted by any c • lusio ' , conspiracy, connivance or unlawful agreement on the part of the Bidder or any of its a;. - - s, representativ- _ owners, employees, or parties in interest, including this affiant. ature $ t eti a nii. worn/to- e' ww. t% of Lal eftc, , 2022. fl'ta /tiLa Su0-natiure. ritle, Pity Can444441444.4014, e4cli ink b CP1 2- 'V ? 6 2 z- resezen • MARLA K S M U R RAY COMMISSION NO. 710803 MY C M ISSIO SPIRES Dated this day of By: Title: State of ss County ofka: IC lee\bey-bLe---k`k deposes and says that sheAb is e�`,� �-�— Name of Bidder cticsdi \A".dt.d.‘ieciW , being duly sworn of Alt ( INAliettAieet^- CtAdriwam"-a.Ad‘ac eciAre4A4 / /ThLeS Name of Organization L. and that the answers to the foregoing questions and all statements therein contained are true and correct. Subscribed and sworn to before me this --�� day of Q��'t�C�-- , 202Z . a • je- 57)/ka 14J2 Notary Public I My commission expires u , 20 ZZ- 61/4'"Iku '9 4011113 MARLA K S MURRAY COMMISSION NO. 710803 MY CO MISSION EXPIRES STATEMENT OF BIDDER'S QUALIFICATIONS PAGE 2 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 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, econo i rc st. , age, mental or physical disabilities. Sign Appropriate Official Title 130/22°— Date EQUAL OPPORTUNITY CLAUSE Page 2 of 2