Loading...
HomeMy WebLinkAboutP & J Lawn Care111111Icd& 1Veptd_nnif- ryek ‘rea nd 3-1-rm es-4-01 r � ru c6� L C vn � ho �- TEtt,ts‘eviatui-- 092% • owned and operated by JAMES ADAMS PATRICIA ADAMS 2119 City View • Waterloo, Iowa 50703 (319) 610-9330 PH 319-232-3738 JAMES S. ADAMS OR PATRICIA A. ADAMS 2119 CITY VIEW ST WATERLOO, IA 507 Pay to the order of Stotpun• P.O_ Sax 6000 yy�.LA50704 90023S • Sorg Memo 72-7636/2739 14 j FRAUDARMOR.+ Photo Safe Deposit. Details on bade CITY OF WATERLOO, IOWA CODE ENFORCEMENT DEPARTMENT BID FORM for FY 2024 COMPLAINT MOWING WITH COMPLAINT SNOW REMOVAL BIDDER: P h bperaliltAs LLC COMPANY NAME ADDRESS: a � i R \IA,si stint l,Jthrtvo, stfi Sn'10'7 PHONE: (31, � ) 933b 1. The undersigned, being a Corporation existing under the laws of the State of , or a limited liability company existing under the laws of the State of "mat. , 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 Code Enforcement Department, 626 Mulberry Street, Waterloo, Iowa hereby proposes to furnish all supervision, technical personnel, labor, materials, machinery, tools, equipment, and services, including utility and transportation services required to complete the proposed FY 2024 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: flV1rerfl Vern 4-iu'dred tbtlAf34%tflo1lars($ ( 5 DD (5t ) 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: cs;S: t-P24.) Uncdricl bd(Ars $ ° ACTradollars ($ 1 ' Gsb ) I3ID 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 VI V \e . littt pp1(rrs O trdollars ($ i Sc ) in the form of aefficeed Slyt,arP. NA, 4- , is submitted herewith in accordance with NOTICE TO BIDDERS. 5. Attached is a Non -Collusion Affidavit of Prime Contractor. 6. The Bidder is prepared to submit a financial and experience statement upon request. 7. The Prime Contractor and Subcontractor(s), which have performed an aggregate of $10,000.00 in work for the City in the current calendar year, are prepared to submit an AAP or Update and an EOC, within ten (10) days of notification that the bid submitted is lowest and acceptable. 8. The Bidder has received the following Addendum or Addenda: Addendum No. Date: / / / / / / 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: Li- Go" •3hn QLrts 7t'tta f1S lit' httre Marv} up I \°VL"S qcs-feu Laud E rS c'nhn tetra_ Push m otoers a-e e, I EnteA h i l tetra b i n uns 1 1 a I %1' 1 - 12' tSGIi Pj -kNa-i (Pr 0/5tn I2uraam&''. tru c R Nil it ru ift N 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 Orleon-5 ,aor,er DATE: 3 'al ot)33 BID FORM Page 3 of 3 NON -COLLUSION AFFIDAVIT OF PRIME BIDDER State of a.olax.,) County of Zittric t-tQ,`,,>,K ) t etTht=s RAAMS being first duly sworn, deposes and says that: 1. He is (Owner), (Partner), (Officer), (Representative), or (Agent) of Pa.S ass tsvcP_ , 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. ignature Title SigM.atu.s-Pi StAbscribeth a.ncl. warn/ to- beforei en&t &s, clay af__ ULLP , 2023. st13: Yat& My coeewjo%re3e_ 4.6\ 4161,3 • AMANDA L CLARK Notarial Soal, Iowa Commission Numbfl207 My Commission Expres i NIA NON -COLLUSION AFFIDAVIT OF SUBCONTRACTOR State of ) ) County of ) 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 2024 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 SutbecL and/ ywo-rwto- beforei vneith4 day of , 2023. Stffnattkr& r My conunkleseten, eixp free* 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 Affirrative Action Officer. Said forms will elicit information as to the policies, procedures, patterns, and practices of each subcontractor as well as the contractor hirnself/herself and said subcontractor, vendor and supplier will permit access to his/her employment books, records and accounts to the City's Affirmative Action Officer, for the purpose of investigation to ascertain compliance with this contract and with rules and regulations of the City's Affirmative Action Program — Contract Compliance Provisions relative to Resolution No. 24664 6. In the event of the contractor's non-compliance with the non-discrimination clauses of this contract or with any of such rules, regulations and orders, this contract may be canceled, terminated or suspended in whole or in part and the contractor may be declared ineligible for further contracts in accordance with procedures authorized by the City Council. EQUAL OPPORTUNITY CLAUSE Page 1 of 2 7. The contractor, subcontractor, vendor and supplier of goods and services will include, or incorporate by reference, the provisions of the non-discrimination clause in every contract, subcontract or purchase order unless exempted by the rules, regulations or orders of the City's Affirmative Action Program, and will provide in every subcontract, or purchase order that said provisions will be binding upon each contractor, subcontractor, or supplier. 8. We, the undersigned, recognize that we are morally and legally committed to non-discrimination in employment. Any person who applies for employment with our company will not be discriminated against because of race, creed, color, sex, national origin, economic status, age, rnental or physical disabilities. Signed: Appropriate Official Title MI\ a ! i abz13 Date EQUAL OPPORTUNITY CLAUSE Page 2 of 2 / DATE (rdhl/DD/YYYY) 03/27/2023 ACOR0® CERTIFICATE OF LIABILITY INSURANCE THIS CERTIFICATE BELOW. REPRESENTATIVE CERTIFICATE THIS DOES CERTIFICATE IS OR NOT ISSUED PRODUCER, AFFIRMATIVELY OF AS INSURANCE A MATTER AND THE OR OF DOES NEGATIVELY CERTIFICATE INFORMATION NOT CONSTITUTE AMEND, HOLDER. ONLY AND EXTEND A CONTRACT CONFERS OR ALTER NO BETWEEN RIGHTS THE COVERAGE THE UPON ISSUING THE AFFORDED CERTIFICATE INSURER(S), BY THE HOLDER. AUTHORIZED POLICIES THIS IMPORTANT: If this SUBROGATION certificate If does the IS certificate WAIVED, not confer holder subject rights is to an to the the ADDITIONAL certificate terms and conditions holder INSURED, in of lieu the the of policy(ies) policy, such certain endorsement(s). must have policies ADDITIONAL may require INSURED an endorsement. provisions or A statement be endorsed. on PRODUCER Dupaco Dubuque Insurance Pennsylvania Services Ave IA 52002 CONTACT NAME: Dupaco Insurance Services PHO No, (A/3999 Ext): (800) 373-7600 210 FAX No): (563) 582-5480 E-MAIL ADDRESS: insurance@dupaco.com INSURER(S) AFFORDING COVERAGE NAIC # INSURER A : WADENA 12528 INSURED P & J 2119 Evansdale Lawn City Care View St LLC IA 50707 INSURER B: IMT 14257 INSURERC: IMT Insurance INSURER D : INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: 23-24 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD DOCUMENT WITH RESPECT TO WHICH THIS HEREIN IS SUBJECT TO ALL THE TERMS, OR OTHER DESCRIBED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL INSD SUER WVD POLICY NUMBER POLICY EFF (MM/DD/YYYY) POLICY EXP (Kth1/DDIYYYY) LIMITS A X COMMERCIAL GENERAL CLAIMS -MADE LIABILITY OCCUR WOS8070 05/02/2023 05/02/2024 EACH OCCURRENCE $ 1,000,000 �/ X DAMAGE TO RENTED PREMISES (Ea occurrence) $ 300,000 MED EXP (Arty one person) $ 5,000 PERSONAL & ADV INJURY $ GEN'LAGGREGATE POLICY OTHER: LIMIT APPLIES PRO- JECT PER: LOC GENERAL AGGREGATE $ 2,000,000 X PRODUCTS - COMP/OP AGG $ 2,000,000 Empl Practices Liab Ins $ 50,000 B AUTOMOBILE LIABILITY ANY AUTO OWNED AUTOS ONLY HIRED AUTOS ONLY SCHEDULED AUTOS NON -OWNED AUTOS ONLY CVS8070 05/02/2023 05/02/2024 COMBINED SINGLE LIMIT (Ea accident) $ 1,000,000 BODILY INJURY (Per person) $ v BODILY INJURY (Per accident) $ _ PROPERTY DAMAGE (Per accident) $ Diamond Coverage $ C X UMBRELLA LIAB EXCESS LIAB X OCCUR CLAIMS -MADE UCS8070 05/02/2023 05/02/2024 EACH OCCURRENCE $ 3,000,000 AGGREGATE $ DED RETENTION $ $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below Y / N NIA PER STATUTE OTH- ER E.L. EACH ACCIDENT $ E.L. DISEASE - EA EMPLOYEE $ E.L. DISEASE - POLICY LIMIT $ DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) CERTIFICATE HOLDER CANCELLATION City of Waterloo 715 Mulberry St Waterloo IA 50703 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD