Loading...
HomeMy WebLinkAboutPremium Lawn CareTN r CO ru Lu .D ru • 021000000E 000 • com re— z z 1I 69 I1 - G at c••= 0 0 D N - Z Z CO I --1 X :v > l0 0 cn w rn o --1 W n ins 1-4 vl 0 0 s 0 0 0 rn 0 D 0 H rn 0 rn 0 0 r t� z 7J0 mz m 0 n H 0 r 0 rn n • co v v -/i rn 1-11 1 c • r o 0 o D xi rn 01 0 W 0 t=7• • 0 Ycz===. ists-a • M 1 n 0 m Z n m oO rn v o wDDo O mmi rrI r cu,n (for L, (A \ win "Let us do the hard work so you don't have to Special Offers Available PREMIUM LAWN CARE 319-883-9209 1 • i • • • • • PREMIUM LAWN CARS "Working Hard So You Don't Have To" An owner run company with one goal in mind ..."Quality Work At An Affordable Price"... work hard so you don't have to... I have over 20 years of lawn care experience and love the work ... Attention to detail and good equipment will ensure you get a , "quality finished product"... I keep track of my customers concerns and address them as soon as possible.. I believe iHonor, Respect , and Dignity play a key role in communication and business management.. I sure hope I get a chance to work with you .. Lawn Mowing Edging Trimming Hedge and Bush Trimming Tree Trimming Fertilizing Leaf Removal Brush Removal Spring Clean Up Snow Removal Gutter Cleaning Using Commercial Grade Equioment from: STIHL ECHO GRAVELY ARIENS • shane.goetsch@gmail.com Quality Work At Affordable Prices 319=883-9209 • • • • • • • CITY OF WATERLOO, IOWA CODE ENFORCEMENT DEPARTMENT BID FORM for FY 2023 COMPLAINT MOWING WITH COMPLAINT SNOW REMOVAL BIDDER: re. u 1 tin L ca-w v\ C 0_ t1 L COMPANY NAME ADDRESS: iQ G�r(')(17C, ` Ute so t-A 50 t(-1 PHONE: (3(Ct ) be3 "9.20 1 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 -IC. • , or a Partnership consisting of the following partners: ain A. c Q ro Pr, ei4-0v-- 0 C rre f,,A i L l', C.,� ram, 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) Prict Per Occurrence: w dri • 00 .°P Fe r / , 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: 0- MEV' 1511^ vice k, • iit„ 3000. 0 BID FORM Page I of 3 OPTION C: Provide all specified mowing services for property complaint properties. Price Per Man Hour: dollars ($ OPTION D: Provide all specified snow removal services for complaint properties. Price Per Man Hour: 1 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 more contracts for a single Option, all Options together, or any combination of Options If written notice of acceptance of this Bid is mailed or delivered to the undersigned within thirty (30) days after Bid Opening, of at any time thereafter before this bid is withdrawn, the undersigned agrees to execute and deliver an agreement in the prescribed form and furnish the required bond and certificate of insurance within ten (10) days after the agreement is presented for signature, and start work within ten (10) days after "Notice to Proceed' is issued. l/ 4. Security in the sum of /s.--D a dollars ($ 1©d• in the form of C a S k ie C,tog c , is submitted herewith in accordance with NOTICE TO BIDDERS. 5. Attached is a Non -Collusion Affidavit of Prime Contractor. • 6. The Bidder is prepared to submit a financial and experience statement upon request. 7. The Prime Contractor and Subcontractor(s), which have performed an aggregate of $10,000.00 in work for the City in the current calendar year, are prepared to submit an AAP or Update and an EOC withm 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. /f-i Date: A1/4.1 / / / / 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 NON -COLLUSION AFFIDAVIT OF PRIME BIDDER State of ` ct ) County of 13 `ct LL 461/463) IACLA IL cicL� (4,.2 �J-_ , being first duly sworn, deposes and says that: 1. He is (Owner), (Partner), (Officer), (Representative), or (Agent) o r, 4\u Bidder that has submitted the attached Bid; 2. He is fully informed respecting the preparation and contents of the attached Bid and of all pertinent circumstances respecting such Bid; 3. Such Bid is genuine and is not a collusive or sham Bid; 4. Neither the said Bidder nor any of its officers, partners, owners, agents, representatives, employees, or parties in interest, including this affiant, has in any way colluded, conspired, connived or agreed, directly or indirectly, with any other Bidder, firm or person to submit a collusive or sham Bid in connection with the Contract for which the attached Bid has been submitted or to refrain from bidding in connection with such Contract, or has in any manner, directly or indirectly, sought by agreement or collusion or communication or conference with any other Bidder firm or person to fix the price or prices in the attached Bid or of any other Bidder, or, to fix any overhead, profit or cost element of the bid price or the bid price of any other Bidder, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against the City of Waterloo, Iowa, or any person interested in the Proposed Contract; and 5. The price or prices quoted in the attached Bid are fair and proper and are not tainted by any collusion, conspiracy, connivance or unlawful agreement on the part of the Bidder or any of its agents, representatives, owners, employees, or parties in interest, including this affiant. 6er Signature tv it-ter/iv Title Subsortbed.avid.warn/to-before/ nte'tlei.iv ivy o f filkirciEN, , 2022 Koht SC, 4' .atw'ei ltt e' 9/ /Pc? b'ocZ My 0gpw'e4,/ ZACH VAN STANLEY Commission No. 820189 My Comm. Expires 09/18/2022 State of County of NON -COLLUSION AFFIDAVIT OF SUBCONTRACTOR • , being first duly sworn, deposes and says that: 1. He is (Owner) (Partner), (Officer), (Representative), or (Agent) of , hereinafter referred to as the "Subcontractor", 2. He is fully informed respecting the preparation and contents of the subcontractor's proposal submitted by the subcontractor to , contract pertaining to the FY 2023 COMPLAINT MOWING WITFI COMPLAINT SNOW REMOVAL 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, 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; 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 Title Sub cramcLavid'}warn'to-Uefare. vne'thty acty of , 2022. StAraturei Title KNOW ALL MEN BY THESE PRESENTS, that we, as Principal, and as Surety are held and firmly bound unto the CITY OF WATERLOO , Iowa, hereinafter called "OWNER " In the penal sum B;130 D Dollars ($ ) 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 the day of , 20 , for 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 10. The Bidder shall list all equipment available for this project: S U1 O 3 b rt ov LAI \ �vv_x c. ,C N v -r r vv` w..t,rg l 01:, Lo u2,4-4 rdli 4-lour AolgAir i eiA5 let5 5 5 0 C ci,piropr) c: ILThe Bidder has filled in all blanks on this proposal. Those b2'anks not applicable'are marked "none" or "NA". 12. The bidder has attached all applicable forms. 13. The owner reserves the right to select alternatives, delete line items, and/or to reduce quantities prior to the Award of Contract due to budgetary limitations. SIGNED: .-. R 4 A Name and Title DATE 3/ o7 21 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.It its-e- (� 9 A 1. Name of Bidder. 2. Permanent main office address. q DI- E.(;c rr 0 &c 4 & S 0 J E» L%/ 3. When organized. 0(‘/(9-0 11 4. If a corporation, where incorporated. /v / 4. / ;�/^S 5. How manyyears haveyou been engaged in the contractingbusiness underyour resent'f� m or trade n m Z 174s p 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. \ S t� (,��CX kru,S V� 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 co pleted by your c mpany, stating he approximate cost or each, i and the moth and year completed. ' .L �(� I & S..1 � 0 Lov,)- ,Q r Tc 5 U,c,.F— W U -Vfoviv% Will -RI etx ,/ I 1 r`'t''ce-s 11. List your major equipment available for the contract. 0 Vx. _e��.0pn..c'4T l it 3'd ntt 4 12. Experience in landscape work si filar in @iposace to the project. (\A °LAD c r b c. n ic, • itaI 13. Background and experience of the principal members of your organization, including the officers. A coo 1" 14. Credit available: $ . 15. Give Bank reference: (j /4 k[! Ered c'I- (rd 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? 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 3 0 it day of State of t�) !n ) County of R l tit deposes and says that she/he is 1 le u w Name of Organization B Title: ss Name of Bidder 4 L-LR- 604-tc, , 20 ). , being duly sworn 0 /oPAr 0:6 r • 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-3 0day of M cur ev�k. ZACH VAN STANLEY Commission No. 820189 My Comm. Expires 09/18/2022 Notary Public My commission expires 97 / U ,20 2a&. ,20 DcR. • STATEMENT OF BIDDER'S QUALIFICATIONS PAGE 2 OF 2 CITY OF WATERLOO, IOWA CODE ENFORCEMENT DEPARTMENT SPECIFICATIONS for FY 2023 COMPLAINT MOWING WITH COMPLAINT SNOW REMOVAL SCOPE OF WORK The Contractor shall provide all labor, equipment and material necessary to mow and/or remove snow from designated areas in accordance with these specifications. References in these specifications to the Code Enforcement Depai fluent shall include the City of Waterloo. PROPERTY COMPLAINT MOWING Assigned areas will be mowed on a one time only basis. The Code Enforcement Department will give out work orders for any work done in this area, which shall be completed within 72 hours from receiving work order. The City will be in charge of any large item and tire removal clean up that will be done on any of these properties. Contact the Code Enforcement Department (319.291.3820) for pickup. Mowing height will be four (4") maximum. Contractor shall be able to abate hedge/volunteer trees where necessary for clearance of sidewalks and other rights -of -way. Also after mowing property, it shall meet city codes and excess grass removed from the property and sidewalk If for any reason Code Enforcement finds that a property is still in violation, after the contractor has done the abatement, the contractor shall return to the property and make the necessary corrections without additional costs to the City. If the contractor arrives at the property, and the property has been mowed, the contractor shall obtain a photo and contact Code Enforcement to verify the property is in compliance. In the event Code Enforcement is unable to meet the contractor at the time, the contractor shall continue on to the next referral and Code Enforcement will inspect the property when time permits and notify the contractor whether they have to return to abate a weed violation. PROPERTY COMPLAINT SNOW REMOVAL Assigned areas shall have snow removed on a one-time basis. The Code Enforcement Department will give out work orders for any work done in these areas, which shall be completed within 48 hours from receiving work order. Sidewalks need cleared the width and length of the property down to the pavement. A good -faith attempt will need to be made to clear down to the pavement In the event that it is impossible, because of ice or other hazard, then sand or other abrasive material (such as Ice Melt or another approved product) may be used so pedestrian traffic is safe. Only use sand/ice melt in amounts to make pedestrian traffic safe. Do not coat sidewalk with a large amount of sand, use only amounts necessary to make sidewalks safe. All work must comply with the City of Waterloo Codes & Ordinances or contractor shall return to the property and make the necessary correction without additional costs to the City. VACANT LOTS Once these lots have been issued their first notice for the season, they will be placed on an as needed basis mowing schedule from approximately April 25t to October 31 t', 2022 for a maximum of 5 mowing's. It will be the responsibility of the Code Enforcement Department to inform you of your as needed mowing schedule. There is a possibility of approximately 70 vacant lots with each lot averaging 0.25 of an acre. SPECIFICATIONS Page 1 of 3 DILAPIDATED STRUCTURES Once these dilapidated structures have been issued their first notice for the season, they will be placed on an as needed basis mowing schedule from approximately April 25th to October 31th, 2022 for a maximum of 5 mowing's. It will be the responsibility of the Code Enforcement Department to inform you of your as needed mowing schedule. There is a possibility of approximately 50 dilapidated structures with each lot averaging 0.25 of' an acre. All vacant lots and dilapidated structures listed on the paperwork you receive from the Code Enforcement department must be completed and turned into our office within two (2) weeks from the time you pick it up. SITE CLEAN-UP Prior to each mowing the Contractor shall remove all trash and debris including paper, branches, rocks, and other portable objects. All trash and debris shall be legally disposed of, off site at no additional expense to the Code Enforcement Department. Additionally, the contractor shall be responsible for cleaning up and repairing all damage created by snowplow & snow removal operations. This includes adding soil and seeding damaged areas as needed. SCHEDULING OF WORK Areas to be mowed shall be divided into categories for type and frequency of mowing The listed schedules are for bid purposes only 1'he Code Enforcement Department may add or delete mowing of areas based on growing conditions and budget constraints. GRASS CUTTING Grass shall be cut to an even height of four inches (4") Grass cutting shall be accomplished in a manner so as not to result in scalping, bunching, rutting, uneven or rough cutting. All scalping, bunching, rutting or uneven rough cutting shall be promptly remedied by the Contractor to the satisfaction of the Code Enforcement Department with no additional cost to the Code Enforcement Department. Grass clippings shall not be blown, left or land on any road surfaces in accordance with applicable laws and City ordinances. In areas such as narrow medians, clippings shall be bagged or mulched straight down. TRIMMING Along with each mowing, the Contractor shall trim around trees, shrubs, poles, fences and other objects to match the height and appearance of the surrounding vegetation. Only upon request of the Code Enforcement Department will you be required to edge vegetation growing over curb and sidewalk. DAMAGE PROTECTION The Contractor shall avoid damage to existing sidewalks, streets curbs, pavements, structures, signs, mailboxes, fences, benches, utilities, and other fixtures. Any damage caused by the Contractor shall be completely repaired at no additional cost to the Code Enforcement Depailuient. All work shall be done in a manner so as not to result in damage to trees or shrubs. At no time shall any mowing or trimming equipment come in contact with any tree or shrub. Any tree or shrub damaged by the Contractor shall be replaced at the direction of the Code Enforcement Department with no additional cost to the Code Enforcement Department. The Contractor shall avoid damage to turfgrass and underlying soil and grade. Any rutting and related turf loss and erosion damage shall be promptly remedied by the Contractor to the satisfaction of the Code Enforcement Department with no additional cost to the Code Enforcement Department. The Contractor shall take all necessary precautions to protect pedestrians and motorists from personal injury and property damage All equipment safety guards shall remam intact and serviceable. The Contractor shall carry liability insurance as detailed in the GENERAL CONDITIONS to cover any damage claims. SPECIFICATIONS Page 2 of 3 REQUIRED EQUIPMENT The Contractor shall have sufficient and proper equipment to perform all work in a safe and timely manner. Types of mowing equipment required for this contract: Line trimmers Walk -behind mowers Commercial rotary front mowers (60"-72" deck) Bagging/ mulching mowers Utility tractors with heavy-duty mowers Four wheel drive mower Hedge trimmers Wood chipper (not required for hire but highly recommended) Types of alley/sidewalk overgrowth equipment required for this contract in addition to equipment listed above: Pull behind trailer or usable truck bed Tarps or enclosed trailer for hauling brush when required Note: City ordinance requires all loads being transported must be completely covered. The City is not responsible for paying any fines you may be issued. For larger parcels that are overgrown contractor shall have access to a brush hog type of mower so that contractor can meet the city's timeframe requirements. Excess amounts of cut grass and vegetation will need removed and not left on parcels. Types of snow removal equipment required for this contract: Walk -behind snow blowers Riding snow blowers Pick-up and/or tractor with snow blade Salt & sand applicator Shovels Equipment listed on the Bid Form will be reviewed by the Code Enforcement Department to determine whether it is adequate for this mowmg contract. CONTRACTOR OR THEIR DESIGNEE MUST BE REACHABLE BY PHONE MONDAY THROUGH FRIDAY 7:00 A.M. TO 3:00 P M. SPECIFICATIONS Page 3 of 3 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 followings 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 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 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 for further contracts in accordance with procedures authorized 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 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: Gw (71 Appropriate Official Wtitg- Ti le 3/3o/2o2tok Date r EQUAL OPPORTUNITY CLAUSE Page 2 of 2 CITY OF WATERLOO, IOWA CODE ENFORCEMENT DEPARTMENT GENERAL CONDITIONS Definitions Whenever used in any of the Contract Documents, these terms shall be defined as follows: Contract - means the Contract or Agreement executed by and between the City of Waterloo and the Contractor. Owner or Local Public Agency (LPA) - means the Code Enforcement Department. Contractor - means the person, firm or corporation entering into the Contract with the City of Waterloo, to maintain properties as described in the Specifications provided. Contract Documents - means and shall include the following: Executed Contract or Agreement, Addenda (if any), Invitation for Bids, Instructions to Bidders Signed copy of Bid, General Conditions, Special Conditions, Specifications and (Plans or Drawings when required). Superintendence by Contractor Except where the Contractor is an individual and gives personal superintendence to the work, the Contractor shall provide a competent superintendent, satisfactory to the Code Enforcement Depat tment/City of Waterloo, on the work site at all times during working hours with full authority of the Contractor. The Contractor shall also provide an adequate staff to properly coordinate and expedite the work. The Contractor shall lay out and be responsible for all work executed under this Contract. The Contractor shall verify all information before proceeding with the work and be held responsible for any error resulting from failure to do so. Other Contracts The City of Waterloo may award or may have awarded other Contracts for additional work, and the Contractor shall cooperate fully with other Contractors, by scheduling work under this Contract with that to be performed under other Contracts as may be directed by the Code Enforcement Department/City of Waterloo. The Contractor shall not commit or permit any act in which will interfere with the performance of work by any other Contractor as scheduled. Fitting and Coordination of the Work The Contractor shall be responsible for the proper fitting of all work and for the coordination of the operations of all Subcontractors engaged upon this Contract. The Contractor shall be prepared to guarantee to each Subcontractor the locations and measurements which they may require for the fitting of their work to all surrounding work. Care of Work The Contractor shall be responsible for all damages to person or property that occur as result of negligence in connection with the execution of work and shall be reasonable for the proper care and protection of all materials delivered and work performed until completion and final acceptance by the Code Enforcement Depart nent. The Contractor shall provide sufficient security, both day and night, including weekends and holidays, from the GENERAL CONDITIONS 1 of 2 time the work is commenced until final completion and acceptance, except when work being performed does not require protection The Contractor shall be responsible for any loss of work, materials, equipment or time due to acts of any person on the project site. Therefoie, it is the responsibility of the Contractor to determine when security is needed. The Contractor shall avoid damage to existing sidewalks, streets, curbs, pavements, structures, and utilities except those which are to be replaced or removed Any damage caused by the Contractor's operation shall be completely repaired at no expense to the Owner. General Requirements The Contractor shall be responsible for being informed as to all existing conditions and limitations under which the work is to be performed No extra allowance will be made because of lack of such examination or knowledge. The Contractor shall not disturb existing walks, drives, parking areas, trees, shrubs, or turf areas outside the limits of the project If disturbed, these items shall be replaced by the Contractor at no cost to the City or the Owner. Trees and shrubs located in or near the project area shall be protected by the Contractor from damage by workers and equipment during time of performing services. Upon request, the City Forester will determine the extent of protection necessary for the trees. Permits and Codes The Contractor shall give all notices required by, and comply with all applicable municipal and state laws, ordinances and codes. Liability Insurance The Contractor shall at all times during the term of the Agreement maintain in full force and effect, at its own expense, Employer s Liability, Worker's Compensation Automobile, Public Liability and Property Damage Insurance, and other insurance and bonds as set forth below, including contractual liability coverage for the indemnity and hold harmless provisions of this Agreement. Each policy shall require at least 30 days advance written notice to the City in the event of cancellation or material change in terms. The City of Waterloo, Iowa shall be specifically named as an additional insured on all insurance Such coverages shall be primary, non- contributing and contain waivers of subrogation against any coverage held by the City. Before commencement of work hereunder the Contractor agrees to furnish the City with certificates of insurance or other evidence satisfactory to the City to the effect that such insurance has been procured and is in force. Insurance coverages shall comply with the limits specified below: Coverages Worker's Compensation Employer's Liability Bodily Injury Liability (Except automobile) Property Damage Liability (Except automobile) Automobile Bodily Injury Liability Excess Liability Automobile Property Damage Liability Limits of Liability Statutory $500,000 $1,000,000 each occurrence $1,000,000 each occurrence $1,000,000 each occurrence $5,000,000 $1,000,000 each occurrence Removal of Debris, Cleaning, Etc. The Contractor shall periodically, or as directed during the progress of the work, remove and legally dispose of all surplus material and debris and keep the project area reasonably clean. Upon completion of the work, the Contractor shall remove all debris and equipment provided for the work and put the whole site of the work in a neat and clean condition GENERAL CONDITIONS 2 of 2 B. Each bidder submitting a bid shall have each proposed subcontractor, if any, execute and include with the bid, a Non -Collusion Affidavit in the form herein provided to the effect that it has not colluded with any other person, firm, or corporation in regard to any bid submitted Before executing any subcontract, the successful bidder shall submit the name of any proposed subcontractor for approval by the City. VI. MBE/WBE CONTRACT COMPLIANCE PROGRAM All Bidders have the responsibility to comply with the City of Waterloo MBE/WBE Contract Compliance Program. City of Waterloo Contract Compliance: Rudy D. Jones, Director Community Development Board 620 Mulberry Street Suite 202 Waterloo, Iowa 50703 (319) 291-4429 VII. EMPLOYMENT AND BUSINESS OPPORTUNITY To the greatest extent feasible, suppliers, subcontractors, and low income workers owning businesses or living in the Waterloo area must be given priority in supplying materials, bidding for subcontract work, or applying for employment by the contractor on this project. Opportunities for training and for employment arising in connection with this project, shall to the greatest extent feasible be made available to lower income persons residing in the project area. The project area is the City of Waterloo. The City of Waterloo will require the contractor to document his efforts in securing lower income workers living in the project area and in purchasing supplies from, and awarding subcontracts to, businesses owned by persons residing in the project area. VIII. STATEMENT OF BIDDER'S QUALIFICATIONS Each Bidder shall, upon request of the Code Enforcement Department submit on the form furnished a statement of the Bidder's qualifications, his/her experience record in completing the type of project proposed, and equipment available for the work contemplated; and when requested, a detailed financial statement. The Code Enforcement Department shall have the right to take such steps as it deems necessary to determine the ability of the Bidder to perform obligations under the Contract; and the Bidder shall furnish the Code Enforcement Department all such information and data for this purpose as it may request. The right is reserved to reject any bid where an investigation of the available evidence or information does not satisfy the Code Enforcement Depai fluent that the Bidder is qualified to carry out properly the terms of the Contract. IX. CERTIFICATE OF INSURANCE A. Subsequent to the award and within ten (10) days after the prescribed forms are presented for signature, the successful bidder shall execute and deliver to the City, an agreement in the form included in the contract documents in such number of copies as the City, may require. B. The successful bidder shall, within the period specified in paragraph "A" above, furnish a certificate of insurance for approval in amounts of not less than the amounts specified in the General Conditions. The certificate of insurance shall be furnished in such number of copies as the City of Waterloo may require. The City of Waterloo shall be named as an "Additional Named Insured." The contractor shall similarly submit his subcontractor s certificates of insurance in the same amounts for approval before each commences work. The INSTRUCTION TO BIDDERS Page 2 of 3 contractor shall carry or require that there be Worker's Compensation insurance for all its employees and those of its subcontractors engaged m work at the site, in accordance with State Worker's Compensation Laws. C. The failure of the successful bidder to execute such agreement and to supply the required bond or bonds within ten (10) days after the prescribed forms are presented for signature, or within such extended period as the City, may grant based upon reasons determined sufficient by the City may either award the contract to the next lowest responsible bidder or re -advertise for bids, and may charge against the bidder the difference between the amount of the bid and the amount. for which a contract for the work is subsequently executed, irrespective of whether the amount thus due exceeds the amount of the bid guaranty. If a more favorable bid is received by re - advertising, the defaulting bidder shall have no claim against the City of Waterloo, or Code Enforcement Department for a refund. INSTRUCTION TO BIDDERS Page 3 of 3 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 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 Depaitinent 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 pi for 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 , 2022 City of Waterloo, Iowa, Kelley Felchle, City Clerk NOTICE TO BIDDERS Page 2 of 2 CITY OF WATERLOO, IOWA CODE ENFORCEMENT DEPARTMENT INSTRUCTION TO BIDDERS I. EXPLANATION TO BIDDERS Any explanation desired by a bidder regarding the meaning or interpretation of the Request for Proposals must be requested in writing and with sufficient time allowed for a reply to reach bidders before submission of their bids. Any interpretation made will be in the form of an amendment of the Request for Proposals and will be furnished to all prospective bidders. Its receipt by the bidder must be acknowledged in the space provided on the Bid Form or by letter or telegram received before the time set for opening of bids. Oral explanations or instructions given before the award of the contract will not be binding H. PROPOSALS SUBMITTED All bids must be submitted on forms supplied by the Code Enforcement Department. Before submitting a bid, each bidder shall carefully read the specifications and all other contract documents Each bidder shall be fully informed prior to the bidding, as to all existing conditions and limitations under which the work is to be performed and shall include in this bid a sum to cover the cost of all items necessary to perform the work as set forth in the contract documents. No allowance will be made to any bidder because of lack of such examination or knowledge. The submission of a bid shall be construed as conclusive evidence that the bidder has made such examination. The bidder's attention is directed to the fact that all applicable state laws, municipal ordinances and the rules and regulations of all authorities having jurisdiction over the project shall apply to the Contract throughout and they shall be deemed to be included in the Contract the same as though herein written out in full. III. LATE BIDS AND MODIFICATIONS OR WITIIDRAWALS Bids and modifications or withdrawals thereof received at the office designated in the Request for Proposals and Notice to Bidders after the exact time set for closing of bids will not be considered However, a modification which is received from an otherwise successful bidder, and which makes the -Willis of the bid more favorable to the City, will be considered at any time it is received and may thereafter be accepted. Bids may be withdrawn by written request received from bidders prior to the time set for closing of bids. IV. PUBLIC OPENING OF BIDS Bids will be publicly opened at the specified time and place for opening in the Request for Proposals and Notice to Bidders. Their content will be made public for the information of bidders and others interested who may attend the opening virtually. V. COLLUSIVE AGREEMENTS A. Each bidder submitting a bid shall execute and include with the bid a Non -Collusion Affidavit in the form herein provided to the effect that it has not colluded with any other person, firm, or corporation in regard to any bid submitted. INSTRUCTION TO BIDDERS Page 1 of 3