Loading...
HomeMy WebLinkAboutWilson Custom Treed J tem M rrot i 11 4 Is fww6, ar.* sec Irt �als AZf CID ;t 771 ‘e3U tin run ro 0 0 9 0 cn 0) ro gat' CD _0 © o r-} c >�. 0 0 ma CD 0 Bond No. CIC1917259 I31 I) BOND ) KNOW ALI. MEN BY THESE PRESENTS, S, that we, Jeff Wilson dba Wilson Custom Tree, 212 Short Avenue,_ Cresco,_ IA 52136 _as Principal, and Capitol Indemnity Corporation,_ P.O. Box 5900, Madison, WI 53705 as 8urAy are held and firmly hound unto the 'ity of Wilte loo,1OWa, hereinafter ter called "OWN1',1(". 1n the penal sum One Thousand Five Hundred and No/100 :. } . ($ 1,500.00 e.) lawful money of the United Stales, for the payment of which sure will and truly be made, we bind ourselves, our heirs, executors, alminlstrators, 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 7th day or _ April , 20 22. for 2022 Wastewater Treatment Plant (WVVf P)_ & Lift Stations Mowing NOW, a) It said Bid shall be rejected, or in the alternate, b� 1rsaid Bid shall be accepted and the Principal shall execute and deliver a contract in the term 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 in connection therewith, and shall in all odic' respects perform the agreement created by the acceptance of said Bid, Ilion 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 lull 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 Surely, 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 he signed by their proper officers this 31st - day of March , A.D. 2022_ c Jeff Wilson dba Wilson,Custom Tree (Seal) Principal By (Title) Capitol Indemnity Corporation By_ Witness Ca Anderson, Account Manager Attorney -In -Fact, Rita rgenso 0 w,aer _(Seal) t t. • 44 �., • • BID BOND PAGE ,J ACKNOWLEDGMENT OF PRINCIPAL (Individual) State of -nkcC County of I--ol.cl } On this Lb am' day of , in the year r 0? 2--, before me personally comes 3 -4 to me known and known to me to be the person who is described in and executed the foregoing instrument, and acknowledges to me that he/she executed the same. State of ACKNO\ County of l J April D. Bi!lc Commission iNumber Ml COMM. EXP. .1 Pa On this day of a 80 fialAg Notary Public NCIPAL (Partnership) , in the year , before me personally come(s) a member of the co -pal ltiership of to me known and known to me to b?' e person who is described in and executed the foregoing instrument, and acknowledges to me that he/she executed the same as the act and deed of the said co -partnership. Notary Public ACKNOWLEDGMENT OF PRINCIPAL (Corporation/LLC) State of County of On this day of = , in the year , before me personally come(s) to me known, who being duly sworn, deposes a "ays that he/she resides in the City of that he/she is the : f the , the corporation described in and which e x uted the foregoing instrument, and that he/she signed his/her name thereto by like order. Notary Public CAPITOL INDEMNITY CORPORATION POWER OF ATTORNEY CIC 1917259 Bond Number KNOW ALL MEN BY THESE PRESENTS, That the CAPITOL LNDEMNITY CORPORATION, a corporation of the State of Wisconsin, having its principal offices in the City of Middleton, Wisconsin, does make, constitute and appoint JACK ANDERSON; RONALD KAIHOI; RITA JORGENSON its true and lawful Attomey(s)-ind'act, to make, execute, seal and deliver for and on its behalf, as surety, and as its act and deed, any and all bonds, undertakings and contracts of suretyship, provided that no bond or undertaking or contract of suretyship executed under this authority shall exceed in amount the suns of ALL WRITTEN INSTRUMENTS IN AN AMOUNT NOT TO EXCEED: S20,000,000,00 This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of CAPITOL INDEMNITY CORPORATION at a meeting duly called and held on the 15th day of May, 2002. "RESOLVED, that the President, Executive Vice President, Vice President, Secretary or Treasurer, acting individually or otherwise, bc and they hereby are granted the power and authorization to appoint by a Power of Attorney for the purposes only of executing and attesting bonds and undertakings, and other writings obligatory in the nature thereof, one or more resident vice-presidents, assistant secretaries and attorneys) -in -fact, each appointee to have the powers and duties usual to such offices to the business of this company; the signature of such officers and sad of the Company may be anted to any such power of attorney or to any certificate relating thereto by facsimile, and any such power of attorney or certificate barring such facsimile signatures or facsimile seal shall be valid and binding upon the Company, and any such power so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking or other writing obligatory in the nature thereof to which it is attached. Any such appointment may be revoked, for cause, or without cause, by any of said ollicers, at any time" In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and authority hereby given to the Attorney-in-Faet includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the Anomcy-in Fact carmot bc modified or revoked unless prior written personal notice of such intent has been given to the Commissioner Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation. IN WITNESS WHEREOF, the CAPITOL INDEMNITY CORPORATION has caused these presents to bc signed by its officer undersigned and its corporate seal to be hereto affixed duly attested, this 1 st day of January, 2020. Attest: I-(L., .. Ryan J. Byrnes Senior Vice President, Chief Financial Officer and Treasurer ....tau .rn 110451 + Suzanne M. Broadbent Assistant Secretary STATE OF WISCONSIN 1 COUNTY OF DANE S.S.: 3�y1V1P0itllillllttll!!1ittety " (PPP i SEAL; 41/.igaumrii't`vti CAPITOL INDEMNITY CORPORATION Jahn L, Sennett, Jr. Chief Executive Officer and President On the 1st day ofJanuary, 2020 before me personally cane John L. Sermon, Jr., to me known, who being by me duly sworn, did depose and say: that he resides in the County of Hartford, State of Connecticut; that he is Chief Executive Officer and President of CAPITOL INDEMNITY CORPORATION, the corporation described in and which executed the above instrument; that he knows the seal of the said corporation; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said corporation and that he signed his name thereto by like order. STATE OF WISCONSIN COI INTY OF DANE I, the undersigned, duly elected to the office stated below, may the incumbent in CAPITOL INDEMNITY CORPORATION, a Wisconsin Corporation, authorized to make this certificate, DO HEREBY CERTIFY that the foregoing attached Power of Attorney remains in full force and has not been revoked; and furthermore, that the Resolution of the Board of Directors, set forth in the Power of Attorney is now in force. J. Res;ois RAps, : ��- q. 1�— S.S.: Signed and sealed at the City of Middleton. State of Wisconsin this 31St day of March David J. Regcle Notary Public, Dane Co., WI My Commission Is Permanent 2022 Andrew B. Diaz-Matos Senior Vice President, General Counsel and Secreta THIS DOCUMENT HAS BEEN GENERATED FOR A SPECIFIC BOND. IF YOU HAVE ANY QUESTIONS CONCERNING THE AUTHENTICITY OF THIS DOCUMENT CALL 800.475.4450. Cle-ePOA-M (Rev. t}j_a ACKNOWLEDGEMENT OF SURETY STATE OF MINNESOTA COUNTY OF CHIPPEWA On this 31 st day of March , 2022 , before me, a Notary Public within and for said County, personally appeared Rita Jorgenson to me personally known, who being by me duly sworn he/she did say that he/she is the attorney -in -fact of Capitol Indemnity Corporation , the corporation named in the foregoing instrument, and the seal affixed to said instrument is the corporation seal of said corporation, and sealed on behalf of said corporation by authority of its Board of Directors and said Rita Jorgenson acknowledged said instrument to be the free act and deed of said corporation. 14ii_111) PILL e atio NOTARY PUBLIC My Commission Expires 07/01_0a3 • w .ApI \&AAf ;; \At ivv‘vvwnA AA1\AA. LEANNE C. DLJIS 1�d��¢';_t�"�-•,`�"4��Nf��Public-rinnesofa•• My Commission Expires Jan 31, 2023 3 , R3 BIDDER: ADDRESS CITY OF WATERLOO, IOWA WASTE MANAGEMENT SERVICES BID FORM for 2022 WWTP & LIFT STATIONS MOWING 5,\,acke ere sco PHONE: (505 ) ' 1, The undersigned, being a Corporation existing under the laws of the State of N1A or a limited liability company existing under the laws of the State of N(A , or a Partnership consisting of the following partners: N f A 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, Waterloo Waste Management, 3505 Easton Avenue, 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 2022 WWTP & LIFT STATIONS MOWING, in accordance with the contract documents and for the unit price in place for the following amount: OPTION A: provide all specified mowing & trimming services for three mowing monthly or every ten day mowing & two (2) weed control spraying services per contract: For Wastewater Treatment Plant at 3505 Easton Ave., Waterloo, IA Price Per O.cfcurrence Mowing: Price Per Occurrence Weed Control Spraying: 3LOD tlitZ CM,t ..) NQ.Lt,Li/n2,`T ICQ dollars ($ Wa dollars ($ c9 5 75, ) BID FORM Page 1 of 5 OPTION B: provide all specified mowing & trimming services for bi-weekly lift stations mowing & one (1) weed control spraying service per contract: LS420 LS-309 LS421 LS-302 LS-314 LS-322 LS 324 LS-316 LS-312 LS-325 739 Black Hawk Rd 1220 Black Hawk Rd 1528 Black Hawk Rd 889 Belle St 1055 V'rg*nia St 220 Douglas St 2534 W. Airline Ave 2212 W. Airline Ave 220 Ansborough Ave 2749 Independence Ave Price Per Occurrence Mowing: Price Per Occurrence Weed Control Spraying: Black Hawk- Storm Garden Black Hawk -Holding Pond Cedar Terrace Virginia Douglas Con -Agra Airline Cattle Congress -Sanitary Lagoon dollars ($ 3(00. ) LL'H-if '/ter) ` dollars ($ ZOO. ) OPTION C: provide all specified mowing & trimming services for monthly lift stations mowing & one (1) weed control spraying service per contract: LS-301 LS-303 LS-311 LS 305 LS427 LS-318 LS-403 LS404 LS-429 LS431 LS423 LS425 3931 Texas St 3500 E. Shaulis Rd 242 N. Hackett Rd 3750 Sergeant Rd 100 Rainbow Dr 450 W Arlington St 836 Logan Ave 1365 Logan Ave 251 Fletcher Ave 425 Blackhawk Rd 1306 Ca npbell Ave 251 Cedar Bend St Price Per Occurrence Mowing: Price Per Occurrence Weed Control Spraying: Hawkeye Triangle N. Hackett 63 South Cattle Congress -Storm David Quincy- Storm WCF&N- Storm Fletcher -University- Storm Blackhawk-Down ng- Storm Hollywood -Campbell- Storm Cedar Bend -Storm Y)U14J etAtiL(O/l©( c---� dollars ($ dollars ($ F oOa BID FORM Page 2 of 5 OPTION D: provide all specified dike/slope mowing for WWTP EQ Basin Dike and Lagoon Dike Four (4) times/year: LS-325 2749 Independence Ave Lagoon Dike only Wastewater Treatment Plant at 3505 Easton Ave., Waterloo, IA EQ DIKE ONLY Price Per Occurrence owing: aAt w YEARLY CONTRACT ESTIMATED AMOUNT: OPTION A: 16 x $ cu!s [LTD dollars ($ 10004 _ ) # of Mowings/year Mowing Price/Occurrence Total 2 x$a5 =$ J1 - # of Weed Sprayings/year Weed Spraying Price/Occurrence Total OPTION B: 12 x $ 560 # of Mowings/year Mowing Price/Occurrence Total pas nraw•Imm"P 1 6cc # of Weed Sprayings/year Weed Spraying Price/Occurrence Total OPTION C: 6 x$ 4+®0. # of Mowings/year Mowing Price/Occurrence 1 x $ # of Weed Sprayings/year _ $ (1, 40c Weed Spraying Price/Occurrence Total OPTION D: 4 x $ IOW _$ #of Mowings/year Total Mowing Price/Occurrence Total Total Estimate Yearly Cost = $ 5.511451 Note: While yearly contract estimated amount is based upon the estimated number of times mowing and weed control sprayings, the actual payment will be based upon the actual number of occurrences of mowing and weed control spraying work was performed. Bl D FORM Page 3 of 5 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. 4. Security in the sum of Ong. - l Jt e, ftvidne4 dollars ($ 1500 _ ) in the form of alit j , 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, 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: N,4 /JO /N j / / / / 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 4 of 5 10. The Bidder shall list all equipment available for this project: +-� --; f � 1 ,f1 `! i r© rr k zero -Mid)) trRN ' 'et' -re, i,, l th rlid triatOcr /irk. Zero `ficti Cots) _ . r° to o '17L A) ( Efi crtit 'tete) torA) � '- 1 Y" cl " rte-E,2d'u��e 3 ,ea." li3Oc;11e 13-r, INwa �" i-��� cr '-re mAdeL, 7 r.o-btAyi u1 a-6 1/ s- 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. SIGNED: DATE: / //cZL BID FORM Page 5 of 5 NON -COLLUSION AFFIDAVIT OF PRIME BIDDER State ofp,' �C� Count of ) Y -I-Limoa ) ) :1;4I -ar \ , being first duly sworn, deposes and says that: 1. He i Own '), (Partner), (Officer), (Representative), or (Agent) of Wi roan Lao, t,, the 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, lowa, 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. (Mon enr ire Title Lears-crthed, kwarwto- befonvne/this day of V4 ' -C , 2022. 6)4,10 Sit/u ture/ T, NON -COLLUSION AFFIDAVIT OF SUBCONTRACTOR State of N/4 ) County of /V/A ) Iv/A that: , being first duly sworn, deposes and says 1. He is (Owner), (Partner), (Officer), (Representative), or (Agent) of N/14 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 N/A , contract pertaining to the 2022 WWTP & LIFTS ATION MOWING 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. N/11 i\l/A Signature Tttle S wb}Grarn cL a ndh Warn/to-before/ mew the clay of Ai A , 2022. U-t16 NJt1 S ad4l a tw'ei title/ My cornmeatgen. e4cp fret 47,4 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 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 of 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. EQUAL OPPORTUNITY CLAUSE PAGE 1 OF 2 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. 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- discnmination 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: ti Appropriate Official OGQ3N3 mot' Title Date EQUAL OPPORTUNITY CLAUSE PAGE 2 OF 2