Loading...
HomeMy WebLinkAboutCedar Valley Lawn CareCEDAR VALLEY LAWN CARE 1027 PEOPLES SQUARE WATERLOO, IA 50702 319-266-8500 r `� n ; VI s -1� 2(�l S now &iri�L q VG�J� W h l ' 5�. d � okt 9-0,1‘ C,(12_ ✓k ' S 0 P -c5L-_, W r tdoO , I A- go-nD 3 0•( ec Ofs'' 0f pcmx_me_41, cA1/2.aks� wascrtts-0 ._h5r.r > „?`:.+` -4 = Yee•-v-t s.`rc�^e.: errs 3%.�i�`" .G rit.-- =vs r.>.->Z.V.Sa re:6:.vr*S .. _4-:Ja-SC--.s-r:;h._r4.i.�r :S. ..r.:"• ram. r« O-`c _ ..... er0C"-91?--'S._ c-"%_402C-Cc-..•----- -- _.v...;0. : ti-1,.__........._-:`__ :c-'1/4 r..•n> i \ se";si ire... .--.vrTtc_i. c,.'.\v±t,/....-._....2. eaae.: r _-"""-""" '''""-'CASH ONLY IF ALL CheckLock""SECURITY FEATURES LISTED ON BACK INDICATE NO TAMPERING OR COPYING - i ;C (e) Cedar Valley Lawn Care, Inc. 1027 Peoples Square Waterloo, IA 50702 PAY TO THE o.�i 1Pk- ORDER OF'Y-O ` - MidWestOne Bank Waterloo, IA 72-123/739 to _n.hs ► Yc _r-ea_I__. a, off __._-__ /t °o + a IPlQTEcy5D .AGAilINISST FRAUD 8 00279?20 1:07390L233i: 428 0L0411' DOLLARS NOTICE OF PUBLIC HEARING AND NOTICE TO BIDDERS On Proposed Plans, Specifications, Form of Contract, for 2022-2023 Residential/Miscellaneous Areas Snow Removal Contract General Description The City of Waterloo has approximately 184 residential/miscellaneous properties with public sidewalk that requires periodic snow removal. Annually, the city sends out Requests for Bid for snow removal of the sidewalk of city owned residential lots and miscellaneous areas. The bidder shall bid per unit price (per lot/per occurrence price) for all city owned properties. All bidders should know that the list of properties fluctuates as the city is continually acquiring and selling properties. SCOPE OF WORK The Contractor shall provide all labor, equipment and material necessary for snow removal and application of sand/ice melt for approximately 184 residential lots and miscellaneous areas in accordance with the bid specifications. Assigned areas shall have snow removed each time there is a snow event of at least 1 inch, which shall be completed within 48 hours from the end of the snow event. The bid specs require that the full width of the sidewalk be cleared along the full width of each property (lot) 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, sand or another approved product) may be used so pedesti ian traffic is safe. RECEIVING OF BIDS Sealed bids will be received by the City Clerk of the City of Waterloo, Iowa, at her office in City Hall, 715 Mulberry Street, Waterloo, Iowa, no later than 1:00 p.m., Thursday, November 10, 2022, for the 2022-2023 Residential/Miscellaneous Areas Snow Removal Contract, as described in the plans and specifications now on file in the City Clerk's office. OPENING OF BIDS All proposals received will be opened in the Harold E. Getty Council Chambers in the City of Waterloo City Hall, 715 Mulberry Street, Waterloo, Iowa, on Thursday, November 10, 2022, at 1:00 p.m. After the opening of bids the proposals will be referred to the Planning and Zoning Department for recommendation of award, and will be acted upon at such later time and place as may then be fixed by the City Council. 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 plans, specifications and form of contract for the 2022-2023 Residential/Miscellaneous Areas Snow Removal Contract at the City Council Meeting, Monday November 21, 2022 at 5:30 p.m. The hearing will be held in the City Council Chambers on the second floor of Waterloo City Hall. The contract documents are on file on the first floor in the City Clerk's office, City Hall, 715 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. 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 snow removal work and will furnish the required certificate(s) of insurance, and in case the successful bidder shall fail or refuse to enter into the Contract, the bid security may be retained by said City as agreed liquidated damages. If a bid bond is used, it must be signed by both the bidder and the surety or the surety's agent. Signature of surety's agent must be supported by accompanying Power of Attorney. CONTRACT AWARD The City shall award one contract to the lowest responsible Bidder whose bid conforms to the Specifications listed in the Request for Bid and is most advantageous to the City, and the Planning and Zoning Depai tment price and other factors considered. The City reserves the right to awaid 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 Planning and Zoning 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 Action 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. Published pursuant to the provisions of Chapter 26 of the City Code of Iowa and upon order of the City Council of said City of Waterloo, Iowa, on the jV3PV' day of N)0Jfe.yv` bee- v , 2022. Kelley Felchle, City Clerk City of Waterloo, Iowa, CITY OF WATERLOO, IOWA Request for Bid 2022-2023 RESIDENTIAL/MISCI .LLANF:OUS AREAS SNOW REMOVAL CONTRACT November 2022 City of Waterloo, Iowa Prepared by the City of Waterloo Planning and Zoning Department SECTION I — INSTRUCTION TO BIDDERS 1.0 EXPLANATION TO BIDDERS Any explanation desired by a bidder regarding the meaning or interpretation of the Request for Bid must be requested in writing via email, letter, or fax, and with sufficient time allowed for a ieply to reach all bidders before submission of their bids. Any interpretation or changes made to the RFB will be in the form of an addendum of the Request for Bid and will be furnished to all prospective bidders. All prospective bidders will receive email notifications of any addendums by the Pioject Manager. All bidders must acknowledge in the space provided on the Bid Form acknowledgement of such addendums received by the Project Manager prior to the 1:00 p.m. bid deadline set for the opening of bids. Oral explanations or instructions given before the award of the contract will not be accepted. 1.1 PROPOSALS SUBMITTED All bids must be submitted on forms supplied by the Planning and Zoning 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 perfoimed and shall include in this bid a sum to covei 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. Submit sealed bid to (address exactly as stated): SEALED RFB FOR 2022-2023 RESIDENTIAL/MISCELLANIOUS AREAS SNOW REMOVAL CONTRACT City Hall City Clerk's Office 715 Mulberry Street Waterloo, IA 50703 Bids should be mailed, overnight delivery, or in -person delivery (no electronic or fax submittals). 1.2 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 snow removal work and will furnish the required certificate(s) of insurance, and in case the successful bidder shall fail or refuse to enter into the Contract, the bid security may be retained by said City as agreed liquidated damages. If a bid bond is used, it must be signed by both the bidder and the surety or the surety's agent. Signature of surety's agent must be supported by accompanying Power of Attorney. 1.3 LATE BIDS AND MODIFICATIONS OR WITHDRAWALS Bids and modifications or withdrawals thereof received at the office designated in the Request for Bid and Notice of Public Hearing and Notice to Bidders after the exact time set for closing of bids_(Thursday, November 10, 2022, at 1:00 p.m.) 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. 1.4 PUBLIC OPENING OF BIDS Bids will be publicly opened at the specified time and place for opening in the Request for Bid and Notice of Public Hearing and Notice to Bidders. Their content will be made public for the information of bidders and others interested who may be present either in person or by representative. 1.5 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. 1.6 STATEMENT OF BIDDER'S QUALIFICATIONS Each Bidder shall, upon request of the Planning and Zoning Department, submit on the form furnished a statement of the Bidder's qualifications, his/hei experience record in completing the type of project proposed, and equipment available for the work contemplated; and when requested, a detailed financial statement. The Planning and Zoning 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 Biddei shall furnish the Planning and Zoning 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 Planning and Zoning Department that the Bidder is qualified to carry out properly the terms of the Contract. 1.7 EXECUTION OF AGREEMENT AND 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 Contract Documents. 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 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 certificate(s) 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 for a refund. SECTION II — GENERAL CONDITIONS 2.0 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. 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, Instrluctions to Bidders, Signed copy of Bid, General Conditions, Special Conditions, Specifications, and (Plans or Drawings when required). Owner or Local Public Agency (LPA) - means the Planning and Zoning Department of the City of Waterloo. Project Manager - means the City's representative from the Planning and Zoning Department, Aric Schroeder, City Planner/Project Manager. Email address: aric.schroeder@waterloo-ia.org Phone: 319-291-4366 2.1 SUPERINTENDENCE BY CONTRACTOR Except where the Contiactor is an individual and gives personal superintendence to the work, the Contractor shall provide a competent superintendent, satisfactory to the Planning and Zoning Department/City of Wateiloo, 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. 2.2 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 Planning and Zoning 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. 2.3 FITTING AND CORRDINATION 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. 2.4 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 Planning and Zoning Department. The Contractor shall provide sufficient security, both day and night, including weekends and holidays, from the 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. 2.5 OTHER 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. Contractor shall not disturb (damage) 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 Contiactor 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. 2.6 PERMITS AND CODES The Contractor shall give all notices required by, and comply with all applicable municipal and state laws, ordinances and codes. 2.7 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 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 Contactor 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 Minimum Limits of Liability Statutory $500,000 $1,000,000 each occurrence $1,000,000 $1,000,000 $5,000,000 $1,000,000 each occurrence each occurrence each occurrence SECTION III — SPECIAL TERMS AND CONDITIONS AND SERVICE REQUIREMENTS 3.0 TERM OF CONTRACT The initial term of the Contract shall be for five (5) months, anticipated to be from November 21, 2022 to April 21, 2023. A Contract, approved by the City Council and signed by the mayor, shall become the document that authorizes the Contract to begin, assuming the insurance and bond requirements have been met. Each section contained herein, any addenda, and the response (Bid) from the successful bidder, and all exhibits to the RFB shall also be incorporated by reference into the resulting Contract. No price escalation will be allowed during the initial term of the Contract. If it is mutually decided to renew beyond the initial period and the Contractor requests a price increase, the Contractor shall provide documentation on the requested increase. The City reserves the right to accept or reject price increases, to negotiate more favorable terms, or to terminate (or allow to expire) without cost, the future performance of the Contract. 3.1 TERMS OF PAYMENT Payment to the Contractor for services performed shall be paid on a monthly basis. Payments shall be based on the actual number of snow events 1" or more removed from properties that snow removal occurred during the previous month. A detailed bill of completed snow removal work must be received and approved by the Planning and Zoning Department located at 715 Mulberry St., Waterloo, Iowa before payments will be made. The billing shall include: • Property addresses and/or description of where work was performed • Number of times sidewalks were cleared at each property each month • When salt/sand is used the following shall be provided: o Pounds/tons used including rate per Tons/pounds o Property address(s) or general description(s) of where it was used o Number of applications applied per month 3.2 SCOPE OF WORK The Contractor shall provide all labor, equipment and material necessary for snow removal and application of sand/ice melt for approximately 184 Residential and miscellaneous lots/areas in accordance with bid specifications. See attached Exhibit "C" for the current list of pi operties. Assigned areas shall have snow removed each time there is a snow event of at least 1 inch, which shall be completed within 48 hours from the end of the snow event. The bid specs require that the full width of the sidewalk be cleared along the full width of each property (lot) 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. 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. All bidders should know that the list of properties fluctuates as the city is continually acquiring and selling properties. Contractor or their designee must be reachable by phone Monday through Friday 8:00 a.m. to 5:00 p.m. during the term of the Contract. 3.3 SITE CLEAN-UP Prior to each snow removal 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 City. 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. 3.4 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 City. At no time shall any snow removal equipment come in contact with any privately owned tree or shrub during snow removal. Any tree or shrub damaged by the Contractor shall be replaced at the direction of the Planning and Zoning Department with no additional cost to the City. The Contractor shall avoid damage to turf grass 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 Planning and Zoning Department with no additional cost to the City. 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. 3.5 REQUIRED EQUIPMENT The Contractor shall provide a complete inventory of sufficient and proper equipment to perform all work in a safe and timely manner. Equipment listed on the Bid Form will be verified by the Planning and Zoning Department to determine whether it is adequate for this snow removal contract. A portfolio of existing or past contracts with letters of recommendations would be helpful in verifying the bidder's qualifications. Types of snow removal equipment required for this contract: Walk -behind snow blowers Riding snow blowers Pick-up truck and/or tractor with snow blade Salt & sand applicator Shovels SECTION IV — GENERAL TERMS AND CONDITIONS 1. LANGUAGE, WORDS USED INTERCHANGEABLY — The word CITY refers to the CITY OF WATERLOO, IOWA throughout these Instructions and Terms and Conditions. Similarly, PROPOSER refers to the person or company submitting an offer to sell its goods or services to the CITY, and CONTRACTOR refers to the successful bidder. 2. PROPOSER QUALIFICATIONS - No Proposal shall be accepted from, and no contract will be awarded to, any person, firm or corporation that is in arrears to the City upon debt or contract, that is a defaulter, as surety or otherwise, upon any obligation to the City, or that is deemed irresponsible or unreliable by the City. If requested, Proposers shall be required to submit satisfactory evidence that they have a practical knowledge of the particular supply/service proposal and that they have the necessary financial resources to provide the proposed supply/service as described in this Request for Proposal. 3. SPECIFICATION DEVIATIONS BY THE PROPOSER - Any deviation from this specification MUST be noted in detail, and submitted in writing in the Proposal. Completed specifications should be attached for any substitutions offered, or when amplifications are desirable or necessary. The absence of the specification deviation statement and accompanying specifications will hold the Proposer strictly accountable to the specifications as written herein. Failure to submit this document of specification deviation, if applicable, shall be grounds for rejection of the item when offered for delivery. If specifications or descriptive papers are submitted with Proposals, the Proposer's name should be clearly shown on each document. 4. COLLUSIVE PROPOSAL — The Proposer certifies that the proposal submitted by said Proposer is done so without any previous understanding, agreement or connection with any person, firm, or corporation making a proposal for the same Contract, without prior knowledge of competitive prices, and it is, in all respects, fair, without outside control, collusion, fraud or otherwise illegal action. 5. SPECIFICATION CHANGES, ADDITIONS AND DELETIONS — All changes in Proposal documents shall be through written addendum. Verbal information obtained otherwise will NOT be considered in awarding of Proposals. 6. PROPOSAL CHANGES - Proposals, amendments thereto, or withdrawal requests received after the time advertised for Proposal opening, will be void regardless of when they were mailed. 7. HOLD HARMLESS AGREEMENT — Except as to any negligence of City, its officials, officers, employees or agents, in the performance of any duty under this Contract, and to the extent not covered by insurance maintained by Contractor, the Contractor agrees to protect, defend, indemnify and hold harmless the City of Waterloo, its officials, officers, employees and agents, from and against any and all claims and damages of every kind and nature made, rendered or incurred by or in behalf of every person or company whatsoever, including the parties hereto and their employees, that may arise, occur, or grow out of any acts, actions, work or other activity done by the Contractor, its employees, subcontractors or any independent contractors working under the direction of either the Contractor or subcontractor in the performance of the contract. 8. PROPOSAL REJECTION OR PARTIAL ACCEPTANCE — The City reserves the right to reject any or all Bids. The City further reserves the right to waive technicalities and formalities in Bids, as well as to accept in whole or in part such Bid where it is deemed advisable in protection of the best interests of the City. 9. PROPOSAL CURRENTY/LANGUAGE — All bid prices shall be shown in US Dollars ($). All prices must remain firm for the duration of the Contract regardless of the exchange rate. All bids (responses) must be submitted in English. 10. PAYMENTS - Payments will be made for all goods/services delivered, inspected and accepted within 30 days after acceptance and on receipt of an original invoice. 11. MODIFICATION, ADDENDA & INTERPRETATIONS - Any apparent inconsistencies, or any matter requiring explanation or interpretation, must be inquired into by the Proposer in writing at least 72 hours (excluding weekends and holidays) prior to the time set for the Proposal opening. Any and all such interpretations or modifications will be in the form of written addenda. All addenda shall become part of the contract documents and shall be acknowledged and dated on the signature page. 12. LAWS AND REGULATIONS - All applicable State of Iowa and federal laws, ordinances, licenses and regulations of a governmental body having jurisdiction shall apply to the award throughout as the case may be, and are incorporated herein by reference. 13. SUBCONTRACTING - No portion of this Proposal may be subcontracted without the prior written approval by the City. 14. ELECTRONIC SUBMITTAL - Telegraphic and/or proposal offers sent by electronic devices (e.g. facsimile machines) are not acceptable and will be rejected upon receipt. Proposers will be expected to allow adequate time for delivery of their proposal either by airfreight, postal service, or other means. 15. CANCELLATION - Either party may cancel the contract in the event that a petition, either voluntary or involuntary, is filed to declare the other party bankrupt or insolvent or in the event that such party makes an assignment for the benefit of creditors. 16. ASSIGNMENT - Proposer shall not assign the contract or any monies to become due thereunder without the prior written consent of the City. Any assignment or attempt at assignment made without such consent of the City shall be void. 17. EQUAL OPPORTUNITY — The successful firm agrees not to refuse to hire, discharge, promote, demote, or to otherwise discriminate in matters of compensation against any person otherwise qualified solely because of age, race, color, religion, sex, sexual orientation, gender identity, marital status, national origin, citizenship status, disability, or veteran status. 18. TAXES - The City of Waterloo is exempt from sales tax and certain other use taxes. Any charges for taxes from which the City is exempt will be deducted from invoices before payment is made. 19. PROPOSAL INFORMATION IS PUBLIC — All documents submitted with any proposal and the proposal shall become public documents and subject to Iowa Code Chapter 22, which is otherwise known as the "Iowa Open Records Law". By submitting any document to the City of Waterloo in connection with a proposal, the submitting party recognizes this and waives any claim against the City of Waterloo and any of its officials, officers and employees relating to the release of any document or information submitted. Each submitting party shall hold the City of Waterloo and its officials, officers and employees harmless from any claims arising from the release of any document or information made available to the City of Waterloo arising from any proposal opportunity. BIDDER: Project Manager: EXHIBIT "A" SIGNATURE PAGE 2022-2023 Residential/Miscellaneous Areas Snow Removal Contract COMPANY NAME (cx.y..4 Va." d J245 t ._- PROJECT MANAGL'R NAME BID FORM ADDRESS: 1 �) �..taae(.� �G ut,-.e. 1)3 a lot tt- 507b)-- PHONE: (3\R ) e" & Soo 1. The undersigned, being a Corporation existing under the laws of the State of (o U.So.., or a limited liability company existing under the laws of the State of to uu C\- , or a Partnership consisting of the following partners: having been familiarized with the existing conditions on the project area affecting the cost of the work, and with all the Contract Documents now on file in the offices of the City Clerk, City Hall, 715 Mulberry Street, Waterloo, Iowa, and the Planning and Zoning Department, 715 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 SNOW REMOVAL, in accordance with the contract documents and for the unit price in place for the following amount: Bid Price: Price per Lot/Area per occurrence for approximately 184 Properties Ci44.q - 552-van dve1Wn-r . 2 Ji b 0 Written Price Per Lot/Occurrence: oflars ($ 7 a 0 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 foi 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, or 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 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. '114-4 ¥It)t ram. 4. Security in the sum of 1500 ,00 dollars ($ WOO .o in the form of , is submitted herewith in accordance with NOTICE TO BIDDERS. 5. The Bidder is prepared to submit a financial and experience statement upon request. 6. The Prime Contractor and Subcontractor(s), which have performed an aggregate of $10,000.00 in work for the City in the current calendar year, are prepared to submit an Affirmative Action Plan or update and an Equal Opportunity Clause, within ten (10) days of notification that the bid submitted is lowest and acceptable. 7. The Bidder has received the following Addendum or Addenda: Addendum No. 14 Date: / / / / / / 8. The Contractor shall provide a complete inventory of sufficient and proper equipment to perform all work in a safe and timely manner. Equipment List may be submitted as a separate attachment. ShWe) s 6 vto t,. blow eA7S 41s, ties rbttA, ske‘do btowQvS zyy',3 vilfih.b*M pyskd clb MI �S wN -qaolrs,b),cQ4s10 S4`6�5 wi�4,WadLS, bYKp3ker5 Lbuto 20 tdeskes\pkws miefiSN►am/Ah.snow kf)w464t11t*5 ,fib sits uoiih blcu(tyk6cirtis 10alasso 'S te rek b1oith5 3336S wiit..11c0s,btraoomS 9. The Bidder has filled in all blanks on this proposal. Those blanks not applicable are marked "none" or "NA". 10. The bidder has attached all applicable forms. 11. The City reserves the right to select alternatives, delete line items, and/or to reduce quantities prior to the Award of Contiact due to budgetary limitations. SIGNED: and afrih 'Stet I Pre, INCIP)r DATE: 11 l67 / 0.0LZ EQUAL OPPORTUNITY CLAUSE (As provided in Executive Order No. 11246) All contractors, subcontractors, vendors and suppliers of goods and services doing business with the City and value of said business equals or exceeds ten thousand dollars ($ 10,000.00) annually agree as follows: 1. The contractor, subcontractoi, 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 of 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 Piovisions. 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. 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 ph.ical disabilities. Signed: propriate Of 'rcial PA°56 41e Title //aOfrzopz EXHIBIT "B" 2022-2023 Residential/Miscellaneous Areas Snow Removal Contract This Contract for Snow removal (the "Contract") is made and entered into on November 21, 2022, by and between the City of Waterloo, Iowa (the "City"), and Ctdf yr Yu11►,� La,wr► tAhle 'Contractor"). The term of the Contract shall be from November 21, 2022 through April 21, 2023. 1. The Contractor shall furnish all supervision, technical personnel, labor, materials, supplies and equipment to perform all work required for the Contract work as described in the Specifications. 2. The Contract Documents shall consist of the following: a) This Contract b) Request for Bid c) Notice of Hearing and Notice to Bidders d) Signed Response (Bid) from Contractor These documents form the Contract Documents and are all fully incorporated as a part of this Contract as if attached to this Contract or set forth in full herein. In the event of any conflict or ambiguity among the Contract Documents, the document in the older set forth above that first addresses the issue or provision in question shall govern. 3. The Contractor agrees to commence the work within twenty-four (24) hours after the City issues a "Notice to Proceed" and to complete the work within the given time frame. Time is of the essence in the performance of duties under this Contract. The Contractor also agrees to the following: a) b) c) Contractors will abide by ordinance section 7-1-2(B)(1). Contractors will not be permitted to transfer snow onto or across any city street or alley. In the event snow is transferred into the street, it shall be removed by the Contractor. In the event the Planning and Zoning Department finds that the Contractor did not fulfill its obligation, the Contractor will be required to go back to the property at no additional cost to the City. During snow removal the sidewalks will be cleared the width of the sidewalk and to the concrete unless ice prevents such removal. In the event the ice is unable to be removed the Contractor will be required to lay down sand, salt, or a mixture of both. 4. The Contractor agrees to comply with and obey all ordinances of the City of Waterloo relating to the obstruction of streets and alleys, keeping open passageways for water and traffic, and maintaining proper and sufficient barricades with lights and signals during all hours of darkness. 5. Except as to any negligence of City, its officials, officers, employees or agents in the performance of any duty under this Contract, and to the extent not covered by insurance maintained by Contractor, Contractor agrees to defend and indemnify City, its officials, officers, employees and agents, and to hold same harmless, from and against any and all claims, demands, causes of action, losses, costs, or liabilities whatsoever, including but not limited to reasonable attorneys' fees and expenses, arising from or in connection with the acts or omissions of Contractor in performing the work contemplated by this Contract. This will include but is not limited to actions or suits based upon or alleging bodily injury, including death, or property damage rising out of or resulting from the Contractor's operation under this Contract, whether by itself or by any subcontractor or anyone directly or indirectly employed by any of them. Contractor is not and shall not be deemed an agent or employee of the City. 6. Contractor shall be responsible for all damage to public or private property. If public or private property is damaged by Contractor and is not repaired in a timely manner as determined by City, City has the option of having the damage repaired at the Contractor's expense, to be reimbursed to the City or withheld from future payments to Contractor hereunder. 7. The Contractor shall have no cause of action against the City on account of delays and prosecution of work, but the work is delayed by the City, the Contractor may have extra time for the completion of the job as was lost by reason of the delay caused by the City. 8. The City, at its sole discretion and without waiving any claims or rights, may allow for partial payment for the work included on an invoice for which all services have been delivered or accepted. The City may withhold payment for reasons including, but not limited to, the following• unsatisfactory job performance or progress, defective work, disputed work, failure to comply with material provisions of the Contract, third -party claims filed or reasonable evidence that a claim will be filed, or other reasonable cause. 9. In the event that Contractor defaults in the performance or observance of any covenant, agreement or obligation set forth in this Contract, and if such default remains uncured for a period of seven (7) days after notice thereof shall have been given by City to Contractor, then City may declare that Contractor is in default hereunder and may terminate this Contract by delivery to Contractor of written notice of termination, and/or take whatever other action at law or in equity may be necessary or desirable to enforce the obligations and covenants of Contractor hereunder. Contractor shall be entitled to only one such notice, and in connection with any subsequent breach then City may terminate this Contract upon seven (7) days' advance written notice. In the event of termination, the Contractor shall be compensated for all necessary services performed through the termination date. No delay in enforcing the provisions hereof as to any breach or violation shall impair, damage or waive the right of City to enforce the same or to obtain relief against or recover for the continuation or repetition of such breach or violation or any similar breach or violation thereof at any later time or times. In the event that City prevails against Contractor in a suit or other enforcement action hereunder, Contractor agrees to pay the reasonable attorneys' fees and expenses incurred by City. 10. In addition to paragraph 9 above, this Contract may be terminated at any time, in whole or in part, upon the mutual written agreement of the parties. City may also choose to terminate this Contract at any time without cause by delivering to Contractor twenty-one (21) days' advance written notice of termination. 11. Contractor may not assign, delegate or subcontract any of its duties hereunder without the prior written consent of City. 12. Because time is of great importance when completing snow removal, the Contractor must notify the City of Waterloo at least two (2) weeks in advance including who will be filling in for them for any planned time off. 13. Any notice under this Contract shall be in writing and shall be delivered in person or by United States Post Office registered or certified mail, postage prepaid and addressed: City Contractor City of Waterloo, Iowa 715 Mulberry St. Waterloo, Iowa 50703 Attn: Planning Department Delivery of notice shall be deemed to occur (i) on the date of delivery when delivered in person, or (ii) three (3) business days following the date of deposit if mailed as stated above. 14. Nothing in this Contract shall, or shall be deemed or construed to, create or constitute any joint venture, partnership, agency, employment, or any other relationship between the parties nor, except as expressly set forth herein, to create any liability for one party with respect to the liabilities of obligations of the other party of any other person. Contractor is an independent Contractor. 15. This Contract shall be binding upon and inure to the benefit of the parties and the respective successors and assigns of each. 16. In the event any provision of this Contract is held invalid, illegal, or unenforceable, whether in whole or in part, the remaining provisions of this Contract shall not be affected thereby and shall continue in full force and effect. If, for any reason, a court finds that any provision of this Contract is invalid, illegal, or unenforceable as written, but that by limiting such provision it would become valid, legal, and enforceable, then such provision shall be deemed to be written and shall be construed and enforced as so limited. 17. This Contract, together with the Contract Documents, constitutes the entire agreement between the parties pertaining to the subject matter hereof. This Contract may not be modified or amended except by the mutual written agreement of the parties. 18. In consideration of the full compliance on the part of the Contractor with all the provisions, stipulations and conditions hereof, or contained in the various instruments made a part of this Contract by reference, and upon completion and acceptance of the work, the City agrees to pay the Contractor as set foith on Exhibit "A" attached hereto. 19. CONTRACTOR OR THEIR DESIGNEE MUST BE REACHABLE BY PHONE MONDAY THROUGH FRIDAY 8:00 A.M. TO 5:00 P.M. during the term of this Contract. IN WITNESS WHEREOF, the parties have executed this Contract for Snow Removal by their duly authorized representatives as of the date first set forth above. CITY OF WATERLOO, IOWA By: Quentin Hart - Mayor Attest: Kelly Felchle -City Clerk CONTRACTOR n A Authorized Representative V fra .Q t x w formerly 430 Bayard St Is this parcel included in garden plot? Formerly 135 University Av. formerly 706 W 1st St ly 121 Cutler St, south of corner lot h of 1003 Logan Av 891314483009 formerly 1007 Logan Av ++ C ly 326 Center St formerly 116 W Parker St formerly 420 Dawson St formerly 847 Dawson St ly 1013 Lincoln St ly 717 Fairview Av ly 508 Bratnober St ly 623 W 2nd St West of 651 Kern St 891314381031 Formerly 663 Kern St .ly 2265 Lafayette St, Lafayette School ly 326 Courtland St ly 1915-1917 Lafayette St 'East of 1903 Lafayette ST 891230157008 lore St Iy118E10thSt 891325181002 O U C J I ZOZ Apawioj Sycamc ROAD/ South of 725 Fairview Av 891323127013 i East of 514 Bratnober St 891323207007 I NE of 627 W 2nd St 891326253011 i 891230328011 891325207006 1 891325181003 891325181007 North of 130 St Albans St 891323284001 891323229014 891323204001 891314433013 891314458011 891314476008 891314486006 891314485010 0 0 co in M t-1 ref 0 N N r-i L N M ect ri M r1 al co r-i crl 00 Lafayette St between Colorado St and Indiana St land St & Elm St Ere St ore St ISE of 1202 Sycamore St West of 318 Center St SE Cor. of Conger St & Broadway St East of 122 W Parker St East of 424 Dawson St South of 1015 Lincoln St Between 704 & 710 W 1st St East of 139 Dawson St (South side of Dawson St at Lincoln St 023 Snow Removal List as of 10/25/22 891324454007 formerly 230 Gable St formerly 320 E 1st St formerly 121 E 9th St Sycamore St formerly 116-118 E 8th St (formerly 1331 Mulberry St formerly 1828 Franklin St St formerly 515 Elm St Between 868 & 876 Fowler St 891230106013 ly 302 Fowler St bining these two parcels y 404 Fowler St. South of 608 Vinton St 891325227017 formerly 602 Vinton St 891324480002 formerly 728 Vinton St 891324479008 formerly 731 Vinton St 891324480001 formerly 734 Vinton St 891324479005 formerly 745 Vinton St 891324458009 (formerly 449-447 Cherry St I triangular lot west of parcel 891324482002 (formerly 520 Mobile St, at dead end of Mobile Ibining these 2 parcels. formerly 233 Ash St i 1988 by CLD 597197, pr ve snow? quired in 1972 by DEED 501897, I ove snow? This parcel acquir West of 606 Independence Av 891325227001 Should Planning r a 4-' 2 891324184009 891324482001 891324477001 891323434003 891323434002 891324429005 SE Cor. of Fowler St & Lane St 891325211001 East of SE Cor. of Fowler St & Lane St 891325211002 East of 402 Fowler St 891325212002 891313379004 891323478017 891325176017 891325176016 891325176005 891325176004 891325176012 891325251007 891325278006 891325212016 891325211007 8913244290( 2 SW Cor. of N Barclay St & Salisbury St f724VintonSt f733Vinton St North of 724 Vinton St 39 Cherry St West of 718 Glenwood St North of 508 Mobile St Across from 81 Lafayette St 81 Lafayette St North of 221 Ash St South of 239 Ash St Between 319 & 327 Glenwood St Between 222 & 232 Gable St Between 314 & 328 E 1st St NEof117E9thSt E 9th St E 9th St Behind 117 E 9th St West of 1335 Mulberry St h of 506 Elm St South of 326 Fowler St V) rn w t aU � t a l 0 o w a Z t 43 2 X w a/ 0 ly 239 Jackson St bining these three parcels ly 213 N Barclay St bining both parcels. Formerly 421 Logan Av 'ly 211 Oneida St neida St ,formerly 132 Sumner St ly 402 Adams St ly 509 Adams St L16 Peek St formerly 812 Logan Av ly 125 Conger St ly 821 Manson St formerly 129 Ricker St y 315 Gable St ly 312 Charles St ly 820 Fowler St d Leisure Services mow since it is right N L 0) c E v) N ri L 0) L- 0 4- Z NId 891323428020 891324257010 891323288003 891323288005 891323288006 891323288007 891324183008 891323285009 891323285010 891324181014 891324179005 891324134009 891324134013 891324207008 891324208016 891324101009 891323228002 891313383009 891313381010 891313356010 891313354020 891313377012 891313377010 891313331003 891325202003 891230106005 891324132026 891324132025 8913242540C 0 0 w m m L3241 8913241 r-i CO ri CI 00 12022-2023 Snow Removal List as of 10/25/22 Property NE Cor. of Mulberry St & Oak Av North of 235 Jackson St Between 155 & 167 Harrison St East of 155 Harrison St East of 155 Harrison St 'South of the SW Cor. Of N Barclay St & Oneida St 1400 Blk Logan Av South of 105 Lincoln St West of 215 Oneida St East of 307 Oneida St t West of 211 Linn St 'West of 410 Adams St t 'West of 519 Adams St lams St&E4thSt South of 120 Peek St North of 806 Logan Av West of 123 Conger St South of 328 Ricker St West of 437 Ricker St East of 119 Ricker St NE Cor. of Ricker St & Hwy 63 North of 1809 E 4th St East of 307 Gable St 1300 Blk Gable St West of 1009 Manson St es St West of 220 Independence Av West of 824 Fowler St East of 307 Adams St 1300 Blk Adams St East of 307 Ad Blk Logan Av South of 1 12 consider combining these three parcels iith St formerly 520 Cottage St formerly 622 Fowler St Dunsmore house. Consider combining these two parcels formerly 134 Dearborn Av formerly 710 Willow St erly 223 Independence Av formerly 409 State St erly 211 Courtland St Ibining these two parcels formerly 120 Smith St formerly 1808 E 4th St Ibining these two parcels. formerly 717 Vinton St ibining these two parcels Building demolished in 2021 lore St bining these 4 parcels ner St trier St. Consider combining these two parcels. formerly 419 Lane St ,pson Av ierly 310 Oak Av formerly 1201 Mulberry St Logan Av (ell St 11 E 8th St a' 0 Z 891324132024 891324458021 891324251005 East of 620 Fowler St 891325234005 891313357007 891313357008 891230305006 891324427002 1 891324457014 891230151008 891325202010 891325202011 891324459003 891313379013 891313379012 891325137011 891325137012 891325137010 891325137013 891324177016 891324177015 891324457010 891325251003 891323430018 891325127007 SE of 906 Franklin St 891325127002 N r-i r-1 r-1 r l r-1 O 0 Cr Ql l 89132415E 89131345C. N CO 0 44 NI N N NI M M M r-i r-i ri 00 10 CO North of 902 Logan Av 902 Logan Av East of 126 Dearborn Av 700 Blk Willow St East of 522 Beech St 200 Blk Courtland St South of 206 Irving St INE Cor. of Courtland St & Irving St ith St West of 136 Smith St th St 700 Blk Vinton St North of 711 Vinton St 1027 Sycamore St lore St ore St lore SE of 204E 8th St ner St West of 225 Sumner St North of 415 Lane St .homoson Av Warneka St NE of 409 E 8th St N N Lll N th St East of 518 Cottage St 700 Blk Vinton St North of 711 Vinton St 0 e-I Len tn (0 100 Blk of Lane St. across street froi 4=i u) East of 217 Independence Av CO 0 E CU CC 0 c M N 0 N N N 0 N U .a x w Note Formerly 120 Center St. Demoed fall of 2021. summer 2021. Mary's nunnery (Villia). Former St. Mary's church and school. l summer 2022 I summer 2022 ly 118 Shilliam Av. Demoed fall 2021. Demoed fall 2021. I fall 2021. bining these two parcels I fall 2021. bining these two parcels Demoed summer 2022 summer 2022 summer 2022 891323476001 Former Crystal Ice building. Ice building. Soon to be sold to developer to be rehabed. Soon to be sold to developer to be rehabed. former Rath Administration building formerly 1211 Sycamore St formerly 520 Locust St Former lumi CONTRACT I 476009 Formerl Formerl ; Formerl 2 East of 124 Center St 891323231002 891324176011 891313307009 891313307026 891324178017 891324178010 891325208002 891323476002 891324310002 891324307010 891324210001 891230303007 891230304006 891325259002 891325180014 891325180013 Between 508 & 526 Locust 891326331006 Between 1128 & 1206 Washington St. 891325307007 891324476004 891324476003 1 891230308009 891230308008 G. aig Q) a 1307 Sumner St 1335 Sumner St and 70 Sycamore St 90 Sycamore St 1516 Pine St 1521 Pine St lams St East of 427 Rath St East of 2012 Lafayette St 11515 Sycamore St East Cor. of Sycamore St & E 10th St L217 Sycamore St 1123 E Parker St 12127 E 4th St 11526 E 4th St 11527 E 4th St West of 218 Cottage St 900 Blk of Linden Av North of 751 Glenwood St 1900 Blk of Linden Av North of 751 Glenwood St West of 246 Hogle St West of 246 Hogle St iam Av across from 209 Jacl F Sumner St West of 0 1 a