HomeMy WebLinkAboutWilson Custom Tree Servicec4i
s
•
CITY OF WATERLOO, IOWA
WASTE MANAGEMENT SERVICES
BID FORM
for
2023 WWTP & LIFT STATIONS MOWING
BIDDER: W i SOT) C-usJi'ec
COMPANY NAME
ADDRESS: a Sknr L' A
Qat&-o , ti; 5 zl3lo
PHONE: ( ) J1{- — QMS
1. The undersigned, being a Corporation existing under the laws of the State of N) I
or a limited liability company existing under the laws of the State of N/A , or a
Partnership consisting of the following partners: 6V74
having been familiarized with the existing conditions on the project area affecting the
cost of the work, and with all the Contract Documents now on file in the offices of the
City Clerk, City Hall, 715 Mulberry Street, Waterloo, Iowa, Waterloo Waste
Management, 3505 Easton Avenue, Waterloo, Iowa hereby proposes to furnish all
supervision, technical personnel, labor, materials, machinery, tools, equipment, and
services, including utility and transportation services required to complete the proposed
2022 WWTP & LIFT STATIONS MOWING, in accordance with the contract documents
and for the unit price in place for the following amount:
OPTION A: provide all specified mowing & trimming services for three mowing
monthly or every ten day mowing & two (2) weed control spraying services per contract:
For Wastewater Treatment Plant at 3505 Easton Ave., Waterloo, IA
Price Per Occurrence Mowing:
flvne n,t4tei 4,14t4Atie. 0weynitj
.
Price Per Occurrence Weed Control Spraying:
chub ikt ,&,w .. 4we ?unj&w,'
ollars ($ q J, )
ecollars $, 5 5
(
BID FORM Page 1 of 5
OPTION B: provide all specified mowing & trimming services for bi-weekly lift
stations mowing & one (1) weed control spraying service per contract:
LS-420
LS-309
LS-421
LS-302
LS-314
LS-322
LS-324
LS-316
LS-312
LS-325
739 Black Hawk Rd
1220 Black Hawk Rd
1528 Black Hawk Rd
889 Belle St
1055 Virginia St
220 Douglas St
2534 W. Airline Ave
2212 W. Airline Ave
220 Ansborough Ave
2749 Independence Ave
Black Hawk- Storm
Garden
Black Hawk- Holding Pond
Cedar Terrace
Virginia
Douglas
Con -Agra
Airline
Cattle Congress- Sanitary
Lagoon
Price Per Occurrence Mowing:
9ThA Lj(tJiJPJ )1qt-nd. '`L M7/l n dollars ($ ` (00 )
Price Per Occurrence Weed Control Spraying:
at,tein LiAtai nt4tet ((ALL )W%1)
U
dollars ($ 11(1 de )
OPTION C: provide all specified mowing & trimming services for monthly lift
stations mowing & one (1) weed control spraying service per contract:
LS-301
LS-303
LS-311
LS-305
LS-427
LS-318
LS-403
LS-404
LS-429
LS-431
LS-423
LS-425
3931 Texas St
3500 E. Shaulis Rd
242 N. Hackett Rd
3750 Sergeant Rd
100 Rainbow Dr
450 W. Arlington St
836 Logan Ave
1365 Logan Ave
251 Fletcher Ave
425 Blackhawk Rd
1306 Campbell Ave
251 Cedar Bend St
Price Per Occurrence Mowing:
H awkeye
Triangle
N. Hackett
63 South
Cattle Congress- Storm
David
Quincy- Storm
WCF(SLN- Storm
Fletcher -University- Storm
Blackhawk-Downing- Storm
Hollywood -Campbell- Storm
Cedar Bend- Storm
c-buA oil l Atie Lei% r 4( /)a
Price Per Occurrence Weed ontrol Spraying:
)9lin.e) lz nitwit Curd 2t/j »
dollars ($
ollars ($ 900 .
BID FORM Page 2 of 5
OPTION D: provide all specified dike/slope mowing for WWTP EQ Basin Dike and
Lagoon Dike Four (4) times/year:
LS-325 2749 Independence Ave Lagoon Dike only
Wastewater Treatment Plant at 3505 Easton Ave., Waterloo, IA EQ DIKE ONLY
Price Per Occurrence Mowing:
dollars ($ /i c2 '5
YEARLY CONTRACT ESTIMATED AMOUNT:
OPTION A:
16 x $ 995,._.
# of Mowings/year Mowing Price/Occurrence
2 x $ a, 595 —
$ /Gj9ao.
Total
_$ 57 9D._
# of Weed Sprayings/year Weed Spraying Price/Occurrence Total
OPTION B:
12 x $ ?'Cp
# of Mowings/year Mowing Price/Occurrence
$ 55Ja
Total
# of Weed Sprayings/year Weed Spraying Price/Occurrence Total
OPTION C:
6 X $ 51-00
# of Mowings/year Mowing Price/Occurrence
_ $ c9B8o
Total
X $ 900-- _ $ 9o0 __
# of Weed Sprayings/year Weed Spraying Price/Occurrence Total
OPTION D:
4 x $ ! 5 _$ 5/00#
#of Mowings/year Mowing Price/Occurrence Total
Total Estimate Yearly Cost = $ 3& , 3 oo —
Note: While yearly contract estimated amount is based upon the estimated number of
times mowing and weed control sprayings, the actual payment will be based upon the
actual number of occurrences of mowing and weed control spraying work was
performed.
BID FORM Page 3 of 5
2. It is understood that the quantities set forth are approximate only and subject to
variation and that the unit price for the work done shall govern the actual payment to the
Contractor.
3. In submitting this bid, the Bidder understands that the City reserves the right to reject
any or all bids and to award one or more contracts for a single Option, all Options
together, or any combination of Options. If written notice of acceptance of this Bid is
mailed or delivered to the undersigned within thirty (30) days after Bid Opening, of at
any time thereafter before this bid is withdrawn, the undersigned agrees to execute and
deliver an agreement in the prescribed form and furnish the required bond and certificate
of insurance within ten (10) days after the agreement is presented for signature, and start
work within ten (10) days after "Notice to Proceed" is issued.
9
4. Security in the sum of U. 1-�-0 �yQ dollars ($ db . - )
in the form of iSik, Parncl. , 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. f\J(4 Date: N/4 / A.VA / ti/'A
/ /
/ /
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 Page4of5
10. The Bidder shall list all equipment available for this project:
elan -Gen Frbn4 7-trenrvicen
VI X ►*IVM Sm 1i yn
(otn K (th xR �-evcs I arr,-)
boss pro Le -fro on
tho" XiThrfri e* rbirr)
3 - f" WttLt? & hl od
'7 - combo Unt i
is K ITh rR 7n t ;'n
Jbkn teem %J1: +L 6/ mower
jitnize
1,L-�allhj w j a" hrtwev
PM cJ L&II % woo I iij zoe4 -
Kok ruii lint ij &zt
v17 &ft i -To ucii Jb as/
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:
NM/VW DATE• / 3 / aZ3
BID FORM Page 5 of 5
NON -COLLUSION AFFIDAVIT OF PRIME BIDDER
State of to Was )
County of -t il/VONA )
, being first duly sworn, deposes and says that:
1. He is Own r), (Partner), (Officer), (Representative), or (Agent) of /,4 Igrn £ie)im t e-tc 1
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 of 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.
re
Si.o-na.turPi
Owri&
Title
Subscribed. kWc rvw to- before, weer alit
clay of_ , 2023.
atillkacv nivrisei2
My cominimiton. &x•rs fire* /.3-70 QS. 0
that:
NON -COLLUSION AFFIDAVIT OF SUBCONTRACTOR
State of N/A )
County of Ay A )
N/4
, being first duly sworn, deposes and says
1. He is (Owner), (Partner), (Officer), (Representative), or (Agent) of N/A
hereinafter referred to as the "Subcontractor";
2. He is fully informed respecting the preparation and contents of the subcontractor's proposal
submitted by the subcontractor to N /q , contract
pertaining to the 2023 WWTP & LIFT STATION MOWING in Waterloo, Black Hawk
County, Iowa;
3. Such subcontractor's proposal is genuine and is not a collusive or sham proposal;
4. Neither the subcontractor nor any of its officers, partners, owners, agents, representatives,
employees, or parties in interest, including this affiant, has in any way colluded, conspired,
connived or agreed, directly or indirectly, with any other bidder, firm or person to submit a
collusive or sham proposal in connection with such contract or to refrain from submitting a
proposal in connection with such contract, or has in any manner, directly or indirectly, sought
by unlawful agreement or connivance with any other bidder, firm or person to fix the price or
prices in said subcontractor's proposal, or to fix any overhead, profit or cost element of the
price of prices in said subcontractor's proposal, or to secure through collusion, conspiracy,
connivance or unlawful agreement any advantage against the City of Waterloo, Iowa, or any
person interested in the proposed Contract;
5. The price or prices quoted in the subcontractor's proposal are fair and proper and are not
tainted by any collusion, conspiracy, connivance or unlawful agreement on the part of the
bidder or any of its agents, representatives, owners, employees, or parties in interest,
including this affiant.
Signatu e
scraxucei
te 4
Ti
u2nr r-amth ot44,di sworn/ to- be fo-r&i nte, Oa*
la_ day of __Aim , 2023.
rat&
My conve op ee* Ll Ai
•
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 Provisions relative to Resolution No.
24664.
EQUAL OPPORTUNITY CLAUSE PAGE 1 OF 2
6. In the event of the contractor's non-compliance with the non-discrimination clauses of this
contract or with any of such rules, regulations and orders, this contract may be canceled,
terminated or suspended in whole or in part and the contractor may be declared ineligible for
further contracts in accordance with procedures authorized by the City Council.
7. The contractor, subcontractor, vendor and supplier of goods and services will include, or
incorporate by reference, the provisions of the non-discrimination clause in every contract,
subcontract or purchase order unless exempted by the rules, regulations or orders of the
City's Affirmative Action Program, and will provide in every subcontract, or purchase order
that said provisions will be binding upon each contractor, subcontractor, or supplier.
8. We, the undersigned, recognize that we are morally and legally committed to non-
discrimination in employment. Any person who applies for employment with our company
will not be discriminated against because of race, creed, color, sex, national origin, economic
status, age, mental or physical disabilities.
Signed:
Appropriate Official
Title
Date
EQUAL OPPORTUNITY CLAUSE PAGE 2 OF 2
Bond No. CIC1936232
BID BOND
KNOW ALL MEN BY THESE PRESENTS, that we, Jeff Wilson dba Wilson.Custom Tree, 21.2 Short Avenue
_ Cresco, IA 52136 as Principal, and Capitol Indemnity Corporation, P.O. Box 5900, Madion, WI 53705-0900.
as Surety are held and firmly bound unto the City of Waterloo, Iowa, hereinafter called "OWNER". In the penal
stem One Thousand Five Hundred and No/100 £- dollars
($ 1,500.00 ) 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 6th day of April , 20 23 , for 2023 Wastewater Treatment Plant & Lift Stations Mowing .
NOW, THEREFORE,
a) If said Bid shall be rejected, or in the alternate,
b) If said Bid shall be accepted find 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 in connection therewith, and shah 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 _31st day of March , A.D. 20 23
Witness
Wi Hess Underwrit ssistant
Jeff Wilson dba Wilson Custom Tree
Principal
By_
Capitol Indemnity Corporation
By_
Attorney -In -Fact, Rita Jorgen
,Seal)
(Title)
BID BOND PAGE rl OF 1
ACKNOWLEDGMENT OF PRINCIPAL (Individual)
State of J.001
County of it wu.
.
On this 8 ritt day of , in the year cSSW13 , before me
personally comes 'WA S
to me known and known to me to be the person who is described in and executed the foregoing instrument, and
acknowledges to me that he/she executed the same.
ti*"f�` +�, April D. BIUIS
x' .;���:
�.�y Commission Number 783136
,o�,. MY COMM. ExF/)I/lam .
Notary Public
ACKNOWLEDGMENT OF PRINCIPAL (Partnership)
State of
County of
On this day of �`` , in the year , before me
personally come(s)
a member of the co -partnership of
to me known and known to me to be person who is described in and executed the foregoing instrument, and
acknowledges to me that he/she executed the same as the act and deed of the said co -partnership.
Notary Public
ACKNOWLEDGMENT OF PRINCIPAL (Corporation/LLC)
State of
County of
On this day of 'n the year , before me personally come(s)
Xto me known, who being duly sworn, saysde oses and that
p
.
he/she resides in the City of
, the corporation described in and
that he/she is the of the
which executed the foregoing instrument, and that he/she signed his/her name thereto by like order.
Notary Public
CAPITOL INDEMNITY CORPORATION
POWER OF ATTORNEY
CIC1936232
Bond Number
KNOW ALL MEN BY THESE PRESENTS, That the CAPITOL INDEMNITY CORPORATION, a corporation of the Slate of Wisconsin, having its
principal offices in the City of Middleton, Wisconsin. does make, constitute and appoint
JACK ANDERSON; RONALD KAiHOI; RiTA JORGENSON
its tnic and lawful Attoruey(s)-in-fact, to make, execute, seal and deliver liar and on its behalf, as surety, and as its act and duct, any and all bonds,
undertakings and contracts of suretyship, provided that no bond or undertaking or contract of suretyship executed under this authority shall exceed in
amount the stun of
All. WRITTEN INSTRUMENTS IN AN AMOUNT NOT TO EXCEED: S20,000,000,00
This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of
Directors of CAPITOL INDEMNITY CORPORATION at a meeting duly called and held on the 15th day of May, 2002.
"RESOLVED, that the President, Executive Vice President, Vice President, Secretary or 'treasurer, acting individually or otherwise, he and they hereby
are granted the power and authorization to appoint by a Power of Attorney for the pups:nes only of executing and attesting bonds and undertakings, and
other writings obligatoy in the nature thereof, ono or more resident vice presidents, assistant secretaries and attomcy(s)-in-fact, each appointee to have the
powers and duties usual to such offices to the business of this company; the signature of such officers and seal of the Company may be affixed to any such
power of attorney or to any certificate relating thereto by facsimile, and any such power of attorney or certificate bearing such facsimile signatures or
facsimile seal shall he valid and binding upon the Company, and any such power so executed and certified by facsimile signatures and facsimile scat shall
he valid and binding upon the Company in the future with respect to any bond or undertaking or other writing obligatory in the nature thereof to which it is
attached. Any such appointment may be revoked, for cause, or without cause, by any of said officers, al any time."
In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and authority hereby given to the
Attorney -in -Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts
nquircd by the State of Florida Department of Transportation. 11 is fully understood that consenting to the State of Florida Department of Transportation
making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety contpaany of any of its obligations under its bond.
In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the
Attorncyin•Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner - Department of
Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation.
IN WITNESS WHEREOF. the CAPITOL INDEMNITY CORPORATION has caused
corporate seal to be hereto affixed duly attested, this 1st day of January, 2020.
Attest:
L
i
Ryan J. Byrnes
Senior Vice President,
Chief Financial Officer and Treasurer
.�� 11>Y`iiiN�l .J1\ 1 ,
Suzanne M. Broadbent
Assistant Secretary
STATE OF WISCONSIN
COUNTY OF DANE S•S•:
,001111 our%
ftPOto,
—
(SEAL)ea-
2 t
these presents to be signal by its officer undersigned and its
CAPITOL INDEMNITY CORPORATION
John i.. Scnnott, Jr.
Chief Excursive Officer and President
On the lst day ofJanuary, 2020 before me personally came John L. Scnnott, Jr., to me known, who being by me duly sworn, did depose and say: that
he resides in the County of Hartford, Stale of Connecticut; that he is Chief Executive Officer and President of CAPITOL INDEr\INITi'
CORPORATION, the corporation described in and which executed the above instnsnent: That he knows the seal of the said corporation; that the
seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said corporation and thnl he signed his name
thereto by like order. osek4"+4,,,,v_
40 4. Re014%
off'
STATE OF WISCONSIN
COUNTY OF DANE
q..
P t David J. Reggie
y% �4 �IB1. i � 1 Notary Public, Dane Co., WI
��..
rye% t*yyt ,,r`My Commission Is Permanent
newer, 0.1)0
1, the undersigned, duly elected to the office stated below, now the incumbent in CAPITOL INDEMNITY CORPORATION, a Wisconsin Corporation,
authorized to make this certificate, DO iIEREBY CERTIFY that the t'orcgoing altachcd Power of Attorney remains in full force and has not been
nwoked; and furthemtorc, that the Resolution of the Board of Directors, set forth in the Power of Attorney is now in force.
Signed and sealed at the City of Middleton. State of Wisconsin this 31 st
FfrApootts•887
`
i ;SEAL)
4t ti it,
es
day of
March
.20 23
THiS DOCUMENT HAS BEEN GENERATED FOR A SPECIFIC BOND. IF YOU
AUTHENTICITY OF THiS DOCUMENT CALL S00.475.4450.
A Vie k
1
Andrew B. Diaz ,\tacos�u-)... •• •.., '
,. '
Senior Vice President, General Counsel and S '
HAVE ANY Ql'ESTIONS CONCERNING THE./5.
\i
C IC-ePOA-M (Rev; Sul°/ 0)
n f .
>4
/
• I s / c.; .
^�� ••
r
ACKNOWLEDGEMENT OF SURETY
STATE OF MINNESOTA
COUNTY OF CHIPPEWA
On this 31 st day of March , 2023 , before me, a Notary Public within and for said
County, personally appeared Rita Jorgenson to me personally known, who being by me duly
sworn he/she did say that he/she is the attorney -in -fact of Capitol Indemnity Corporation , the
corporation named in the foregoing instrument, and the seal affixed to said instrument is the
corporation seal of said corporation, and sealed on behalf of said corporation by authority of its
Board of Directors and said Rita Jorgenson acknowledged said instrument to be the free act
and deed of said corporation.
aid-VACW1Ati , e 6 Aaatsty34
NOTARY PUBLIC
My Commission Expires
//3/icW
LEANNE C MIS
NOTARY PUBLIC
My CommissionMINNESOTA 31, 2028