HomeMy WebLinkAboutA-1 Property Services, LLCtAj
r
jri
b
rc.
w
Proper Order FY 2023 Complaint Mowing with
Complaint Snow Removal Documents
a. Cover Page
b. Notice to Bidders
c. Instruction to Bidders
d. General Conditions
e. Specifications
f. Bid Form
g Statement of Bidders Qualifications
h. Bid Bond
i. Non -Collusion Affidavit of Prime
j. Non -Collusion Affidavit of Sub
k. Equal Opportunity Clause
CITY OF WATERLOO, IOWA
CODE ENFORCEMENT DEPARTMENT
NOTICE OF PUBLIC HEARING
On Proposed Specifications and the
NOTICE TO BIDDERS
for
FY 2023 COMPLAINT MOWING WITH COMPLAINT SNOW REMOVAL
RECEIVING OF BIDS
Sealed proposals will be received by the City Clerk of the City of Waterloo, Iowa, at her office in City Hall, 715
Mulberry St, Waterloo, Iowa, on or before Thursday, March 31, 2022, until 1:00 p.m, for the FY 2023
COMPLAINT MOWINGS WITH COMPLAINT SNOW REMOVAL as described in the plans and
specifications now on file in the City Clerk s office and the Code Enforcement Department.
OPENING OF BIDS
All proposals received for the FY 2023 COMPLAINT MOWING WITH COMPLAINT SNOW REMOVAL
will be opened in the second floor Council Chambers at City Hall, Waterloo, Iowa, on Thursday, March 31,
2022, at 1 00 p.m., and the proposals will be referred to the Code Enforcement Department for recommendation
of award. The bid opening will be livestreamed on YouTube and made available on the City website.
PUBLIC HEARING
Notice is hereby given that the Waterloo City Council will conduct a public hearing on the proposed
specifications and form of contract for the FY 2023 COMPLAINT MOWING WITH COMPLAINT SNOW
REMOVAL at the City Council Meeting, Monday, April 18, 2022. The hearing will be held in the City Council
Chambers in Waterloo City Hall. The contract documents are on file in the City Clerk s office, 715 Mulberry St.,
and the Code Enforcement Dept lment, 626 Mulberry Street, Waterloo, Iowa for public examination. Any person
interested may file written objection with the City Clerk before the date set for the hearing or appear and make
objection at the meeting.
SCOPE OF WORK
The Contractor shall provide all labor, equipment and materials necessary to mow and/or remove snow from the
designated areas in accordance with these specifications
CONTRACT PERIOD
The period of time covered under this proposed contract shall be approximately April 25, 2022, through March
31, 2023.
PROPOSALS SUBMITTED
All bids must be submitted on forms supplied by the Code Enforcement Department. The bidder shall bid on a per
unit price (WITH EACH "Option" treated as a separate unit) as shown on the Bid Form. Each unit should be bid
as a stand-alone item and not merely as a component of a total bid package that includes all options together.
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
NOTICE TO BIDDERS Page 1 of 2
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 conk act 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 pei formed 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
, 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 WITHDRAWALS
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 terms 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, film, or
corporation in regard to any bid submitted.
INSTRUCTION TO BIDDERS Page 1 of 3
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
Department 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 in 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.
INS I RUCTION TO BIDDERS Page 3 of 3
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 Depai tment.
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 Department/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 Department.
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. Therefore, 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, includmg 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
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 Department 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 conti actor 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 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 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 25t to October 31', 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 the 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 lough 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 Department.
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 remain 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 mowing 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
CITY OF WATERLOO, IOWA
CODE ENFORCEMENT DEPARTMENT
BID FORM
for
FY 2023 COMPLAINT MOWING WITH COMPLAINT SNOW REMOVAL
BIDDER: Al Prop 3 erV1 ceS
COMPANY NAME n
ADDRESS: Sa3 8 3tro.rn 1 ildt,
5d&s S I A
P003
PHONE* (3(9 ) y 69---I?s9
1. The undersigned, being a Corporation existing under the laws of the State of 1 A , or a limited liability
company existing under the laws of the State of 1. A , or a Partnership consisting of the following partners:
AL Pry b�;res , L L
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 Depat tment, 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 ($ 00,0 )
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:
dollars ($
3 560
BID FORM Page 1 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:
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. 4. Security in the sum of dollars ($ 1500 )
in the form of (Pc)< , 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.
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:
5R A
ph 'psi
66 n-fck Ter6
at s M Are,"
truck5
Yrse‘1 5
ii-tov, Art
6rvsh &
I(AN
r
tkore 5 / krui [o
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:
Name and Title
DATE: 3 / 1 1
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.
14. Credit available: $
15. Give Bank reference:
l5,Ga0
farms-3 !lit ask
•
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? u p
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 J s+ day of /" l Arck ,20 Z Z •
Name of Bidder
By:
WIS-frA3Pr�.
Title: 0 1 t
State of r'1 )
ss
County of B I c k
A , being duly sworn
deposes and says that she/he is A :l. _ r n �`d p��-tl S`e1 W'1 C-e S L 1 6
Name of Organization
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.I day of
tiara\
, 20n..
Notary Public
My commission expires , 20
STATEMENT OF BIDDER'S QUALIFICATIONS PAGE 2 OF 2
BID BOND
KNOW ALL MEN BY THESE PRESENTS, that we,
as Principal, and
as Surety are held and firmly bound unto the CITY OF WA IERLOO , Iowa, hereinafter called
"OWNER " In the penal sum
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
NON -COLLUSION AFFIDAVIT OF PRIME BIDDER
State of l P )
County of )
AL pig, SLL (,, being first duly sworn, deposes and says that:
1. He is (Owner), (Partner), (Officer), (Representative), or (Agent) of , 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, 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.
c
Signature
7
Title
0 UIttJ`
S ubs cra>ed' ct n4 warn/to-Ware/ nw th%v
3�----day of _ /,reek , 2022.
0t,
SCO4nture/ rate/
My expires/
NON -COLLUSION AFFIDAVIT OF SUBCONTRACTOR
State of
County
being first duly sworn, deposes and says that:
1. He is (Owner) (Partner), (Officer), (Representative), or (Agent) of
referred to as the "Subcontractor",
hereinafter
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 WITH 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
Subscribed/ and/ arwto- Before' wr.Pithe
day of , 2022
S(O4tat rei Titter
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 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 Pi ovisions 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 m 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 lace, creed, color, sex, national origin, economic status, age, mental or physical disabilities.
Signed:
Appropriate Official
Title
Date
EQUAL OPPORTUNITY CLAUSE Page 2 of 2