HomeMy WebLinkAboutWilson Custom TreeCD co
E C :a
'O > Gs
o
U LO _
a
Ow V
N'Q
ro
0
0
U�
telle
Q
1-
0
r6
CITY OF WATERLOO, IOWA
WASTE MANAGEMENT SERVICES DEPARTMENT
BID FORM
for
2024-2026 WWTP & LAGOON MOWING/SPRAYING
BIDDER: 1 Isom
COMPANY NAME
ADDRESS:
CuS1bYn I �'e
°tat s Roy -b
enc01n4 E5al369
PHONE: (S(0.3 ) C 0- - 4;35
1. The undersigned, being a Corporation existing under the laws of the State of
consisting of the following partners:
, a Partnership
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, Waterloo,
Iowa, and Waste Management Services Department, 3505 Easton Ave., 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 2024 WWTP & LAGOON
MOWING/SPRAYING, 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:
tutitAi
Price Per Occurrence Weed Control Spraying:
IIol ars : 3 bo
6411) 4ltiorv)6„,,_-.04441takt,,Atir yliars ($ S 495, ° o
OPTION B: provide all specified mowing & trimming services for bi-weekly mowing & two (2) weed
control spraying service per contract:
For Lagoon at 2749 Independence Ave., Waterloo, IA
Price Per Occurrence Mowing:
dollars ($ '3 p, 92 )
Price Per Occurrence Weed Control Spraying:
Price Per Occurrence Weed Control Spraying:
Lt44a }/lob
OPTION C: provide all specified dike/slope mowing for WWTP EQ Basin Dike and Lagoon Dike
Four (4) times/year:
dollars ($ 3 5p. °U
LS-325 2749 Independence Ave LAGOON DIKE ONLY
Wastewater Treatment Plant at 3505 Easton Ave., Waterloo, IA EQ DIKE ONLY
Price Per Occurrence Mowing:
t it. wivittt3L Liktielatenitn 4.44%dollars ($ 1(0-5• °f• )
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 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 3.t vtit J4un .oa % aI 40/Wv dollars ($ 3ow0. Q° )
in the form of-jd.Avid , 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. iv/4 Date: A /4/ N/. / N/A
-n[ NALIPIA
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
10. The Bidder shall list all equipment available for this project:
211 Toro Z. tvl,c,b- L r
7 R"1 no Z.- Mr
7 ail Sliirt- •
irprieterk
CDC?' Vic Mark
(it �+aX-K
too"ramie
)(mart
/01 Asro, ?nxcta r
a °re Deere"rat4r
A. I u{-eate 5pi-o„y er s
i4- t L /v t ec9tT'rtivtat - y -
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 rior
to the Award of Contract due to budgetary limitations. p
SIGNED:
keti`as
DATE: y / cR / aq
NON -COLLUSION AFFIDAVIT OF PRIME BIDDER
State of Maxi )
County of goc,axu,d )
being first duly sworn, deposes and says that:
1. He is t caner , (Partner), (Officer), (Representative), or (Agent) of ‘kl 'Nine) CQ 9hm , 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
S. 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.
bLi
SLgna.Lun/
OWVe-r
Title
S`�d. Lbectnd'sworn, to &e fire' w� t t4'
.,__ Q1 , 2024.
614,40,
r
My cone/ &xp cre& 6/14 /ctoai
April D. Bills
Commission Number 783136
MY COMM. EXP.3 I o:.-G..
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 arc 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 woi kers'
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.
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: 4):1,
Owvier
Appropriate Official
4fpI 'vaq
Title
Date
NON -COLLUSION AFFIDAVIT OF SUBCONTRACTOR
State of AI A )
County of NA )
NA.
, being first duly sworn, deposes and says that:
1. He is (Owner), (Partner), (Officer), (Representative), or (Agent) of
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 /V A. , contract pertaining to the
2024-2026 WWTP 7 LAGO N MOWING/SPRAYING CONTRACT in Waterloo, Black Hawk
County, Iowa;
3. Such subcontractor's proposal is genuine and is not a collusive or sham proposal;
4. Neither the subcontractor nor any of its officers, partners, owners, agents, representatives, employees,
or parties in interest, including this affiant, has in any way colluded, conspired, connived or agreed,
directly or indirectly, with any other bidder, firm or person to submit a collusive or sham proposal in
connection with such contract or to refrain from submitting a proposal in connection with such
contract, or has in any manner, directly or indirectly, sought by unlawful agreement or connivance
with any other bidder, firm or person to fix the price or prices in said subcontractor's proposal, or to
fix any overhead, profit or cost element of the price of prices in said subcontractor's proposal, or to
secure through collusion, conspiracy, connivance or unlawful agreement any advantage against the
City of Waterloo, Iowa, or any person interested in the proposed Contract;
5. The price or prices quoted in the subcontractor's proposal are fair and proper and are not tainted by
any collusion, conspiracy, connivance or unlawful agreement on the part of the bidder or any of its
agents, representatives, owners, employees, or parties in interest, including this affiant.
N/A N/A
Signature Title
Stare& cmcl. 'worn/to- be fore' ►n& tle 4
!y _ day of _S/E , 2024.
I •YA 111N
Su tiLuttmew TWe'
My cerwe exptres• 1vjl
•
BID BOND
Bond No.: CIC1950607
KNOW ALL MEN BY THESE PRESENTS, that we,
Jeff Wilson dba Wilson Custom Tree
212 Short Avenue, Cresco, IA 52136 as Principal, and
Capitol indemnity Corporation, PO Box 5900, Madison, WI 53705-0900
as Surety are held and firmly bound unto the City of Waterloo. Iowa, hereinafter called "OWNER". In the
penal sum
Three Thousand and No/100 dollar
s
($ 3,000.00 ) 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 4th day of April , 2024 , for
2024-2026 WWTP & Lagoon Mowing/Spraying .
NOW, THEREFORE,
a) If said Bid shall be rejected, or in the alternate,
b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the form specified
and shall furnish a bond for his faithful performance of said contract, and for the payment of all persons
performing labor or furnishing materials in connection therewith, and shall in all other respects perform
the agreement created by the acceptance of said Bid,
Then this obligation shall be void, otherwise the same shall remain in force and effect; it being expressly
understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event,
exceed the penal amount of this obligation as herein stated.
By virtue of statutory authority, the full amount of this bid bond shall be forfeited to the Owner in
liquidation of damages sustained in the event that the Principal fails to execute the contract and provide
the bond as provided in the specifications or by law.
The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its
bond shall be in no way impaired or affected by any extension of the time within which the Owner may
accept such Bid or execute such contract; and said Surety does hereby waive notice of any such extension.
IN WITNESS WHEREOF, the Principal and the Surety, have hereunto set their hands and seals, and such
of them as are corporations, have caused their corporate seals to be hereto affixed and these presents to be
signed by their proper officers this 2nd day of April , A.D. 20 24
*This bid bond is conditioned on the requirement that the surety's annually renewable bond form will be used, if principal is low
andrded the project
Witness
ness — nderwriter Assistant
•
II4
Jeff Wilson dba Wilson Custom Tree
Principal
By
Capitol Indemnity Corporation
Surety
By
A .orney-In-Fact , Rit- Jorg
_(Seal)
OCONtfTitle)
(Seal)
ACKNOWLEDGMENT OF PRINCIPAL (Individual)
State of To you
County of Hol,V'4_
1
On this 5Y'6b day ofAfr; 1 , in the year 2 2.4 , before me
personally comes U0 1 t cy n ,
to me known and known to me to be the person who is described in and executed the foregoing instrument, and
acknowledges to me that he/she executed the same.
State of
County of
April D. Buls
Commission Number 783136
MY COMM. EXP. NI +PM)
ACKNOWLT IV= OF FR.
}
On this
personally come(s)
0104.tii Pala°
Notary Public
CIPAL (Partnership)
day of /" , in the year , before me
a member of the co -partnership of
to me known and known to me to be th erson 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
`f
On this day of , inthe year , before me personally come(s)
to me known, who being duly sworn, deposes and says that
he/she resides in the City of
that he/she is the of the
, the corporation described in and
which executed the foregoing instrument, and that he/she signed his/her name thereto by like order.
Notary Public
CAPITOL INDEMNITY CORPORATION
POWER OF A'I"I'ORNEY
CIC1950607
Bond Number
KNOW ALL MEN BY THESE PRESENTS, That the CAPITOL i,NDEMNITY CORPORATION. a corporation of the State of Wisconsin, having its
principal offices in the City ofMiddleton, Wisconsin, does make, constitute and appoint
JACK ANDERSON; RONAI.D KAIHOI; RITA JORGENSON
its true and lawful Attonrcy(s)-in-fact, to make, execute, seal and deliver for and on its behalf, as surety, and as its act and deal, 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 sum of
ALL. WRITTEN INSTRUMENTS IN AN AMOUNT NOT TO EXCEED: $20,000,000.00
This Power of Attorney is granted and is signed and scaled 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, be and they hereby
are granted the power and authorization to appoint by a Power of Attomey for the purposes only of executing and attesting bonds and undertakings, and
other writings obligatory iu the nature thereof, one or more resident vice-presidents, assistant secretaries and attomey(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 seal shall
be valid and binding upon the Company in the future with respect to any bond or undertaking or other writing obligatory in the nature` thereof to which it is
attached. Any such appointment may be revoked, for cause, or without cause, by any of said officers, at any time."
In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and authority hereby given to the
Attomey-in-Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts
required by the State of Florida Department of Transportation. iI 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 assigncw, shall not relieve this surety company of any of its obligations under its bond.
lit connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the
Attorney -in -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 Ist day of January, 2020.
Attest:
L
T(L
Ryan J. Byrnes
Senior Vice President,
Chief Financial Officer and Treasurer
-N MSt ,Th tokKatOtti
Suzanne M. Broadbent
Assistant Secretary
STATE OF WISCONSIN 1
COUNTY OF DANE S.S.:
these presents to be signed by its officer undersigned and its
CAPITOL 1NDEMINI7Y CORPORATION
tcLi
John i.. Sennott, Jr.
Chief Executive Officer and President
On the Ise day ofJanuary, 2020 before me personally came John L. Sermon, Jr., to me known, who being by me duly sworn, did depose and say: That
he resides in the County of Ilartford, State of Connecticut; that he is Chief Executive Officer and President of CAPJTO1. INDEMNITY
CORPORATION, the corporation described in and which executed the above instnnnent; that he knows the seal of the said corporation; that the
seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said corporation and that he signed his name
thereto by like order.
STATii OF WISCONSIN
COUNTY OF DANE
}
S.S.:
�P.01Recot
i z
i
S17.431411:11
9.--
David J. Regelc
Notary Public, Dane Co., WI
My Commission Is Permanent
I, the undersigned, duly elected to the office stated below, now the incumbent in CAPiTOi. INDEMNITY CORPORATION, a Wisconsin Corporation,
authorized to make this certificate, DO HEREBY CERTIFY that the foregoing attached Power of Attorney remains in full force and has not been
revoked; and furthermore, that the Resolution of the Board of Directors, set forth in the Power of Attorney is now in force.
Signed and sealed at the City of Middleton. State of Wisconsin thi _2nd
day of April
SEAL) b'
a
THIS DOCUMENT HAS BEEN GENERATED FOR A SPECIFIC BOND. IF YOU HAVE
AUTHENTICITY OF TIIiS DOCUMENT CALL 800.475.4450.
.2o 24 •
frig /Pt(
J 14.14444.,•
Andrew R. Diaz•Matos .1 a fl%3 t!!
i
Senior Vicc President, General Counsel and Secretary, ee. • tol...tior;•• .tirs
,et ,' .....• .. O, A
ANY QUESTIONS CONCERNING THE ,' ;"`.4 i ...1- s
•
CIC-ePOA-\11kw.01-20t# ' Q�'' ' ''r
,t:) • rl° r•> > • ; ;
�,. Cir:
f;: • , •7
,
. f,
- ,.
y7
ACKNOWLEDGEMENT OF SURETY
STATE OF MINNESOTA
COUNTY OF CHIPPEWA
On this 2nd day of April , 2024 , 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.
MAIALP e too
NOTARY PUBLIC
My Commission Expires
/04110a-63
LEANNE C DUIS
NOTARY PUBLIC
MINNESOTA
My Commission Expires Jan. 31, 2028