Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
P & J Lawn Care
i k c CITY OF WATERLOO PLANNING & ZONING 715 M3_Is_BERRY STh`t = OO. ;CWA5fric3 Iq✓1n�,5�ZaN��g c.0 owned and operated by JAVIES ADAMS PATRICIA ADAMS 2119 City View • Waterloo, Iowa 50703 so pow, IL (319) 610-9330 P & J Lawn Care Attn: James Adams 2119 City View St Waterloo, IA 50703 • axi CITY OF WATERLOO, IOWA Community Planning and Development Department 2024 and 2025 Residential Lots Mowing/Miscellaneous Areas Mowing and Lot Maintenance Services Contract BID FORM BIDDER: k, 5 i_awncLace- COMPANY NAME ADDRESS: 02 f Q es+, U u s-rPet IOC r lDo( -F 5o1ae1 PHONE: ( 3 1 °i ) (0t o -- 9 33 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 I'D ;N, , 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 MOWINGS, 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 mowing and lot maintenance services for city owned lots under 1 acre for approximately 232 Properties. t P_.1 et) broil i ars per Lit pa taufnP n4tlollars ($ 3 t J 60 Written Price Per Lot/Occurrence: Bid Price: Price per Hour per occurrence for mowing and lot maintenance services for city owned lots 1 acre or more for approximately 13 Properties. Pre. Nil l&rS ftr Hou'/octanwa dollars ($ c2 S. bet ritten Price Per Hour/Occurrence: 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 sixty (60) days after Bid Opening, 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 V.4ttr dun (trait toia('.S dollars ($ (r Stet' ) in the form of Cjhtp, 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. NON -COLLUSION AFFIDAVIT OF PRIME BIDDER State of 'flat ) ) County of °O` a(\. k t % ) n %\i\e.S (31 &Lk being first duly sworn, deposes and says that: 1. He/She is (Owner, (Partner), (Officer), (Representative), or (Agent) of Ptt,-3 Lau; ncarer LLC, the Bidder that has submitted the attached Bid; 2. He/She 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, paitners, 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 agi eement 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 Signature Su{crtec' Title V sworn/ ta- here, yne.fitilik cla y , 2024% ran ler2 rrxi& raywev„e4q,aev_D..e,cOLIt_L3,_2024 . MA IDA KARMIC Notarial Seal, Iowa Coninilssion Number 8142 My Coromvsson Expires NON -COLLUSION AFFIDAVIT OF SUBCONTRACTOR NbNL State of ) County of ) , being first duly sworn, deposes and says that: 1. He/She is (Owner), (Partner), (Officer), (Representative), or (Agent) of , hereinafter refer red to as the "Subcontractor"; 2. He/She is fully informed respecting the preparation and contents of the subcontractor's proposal submitted by the subcontractor to , contract pertaining to the 2024 and 2025 Residential/Miscellaneous Areas mowing and Lot Maintenance Services 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 St/lie& a arn' tv- before& in& t day of , 2024. ris y frak • 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 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 / 1 ® DATE (r,ir,i/DDlYYYY) 03/27/2023 A�oRo 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 CERTIFICATE NEGATIVELY 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 certificate IS WAIVED, not confer holder subject rights is to an to the the ADDITIONAL terms certificate and conditions holder INSURED, in lieu the of the of policy(ies) such policy, certain endorsement(s). must have policies ADDITIONAL may require INSURED an endorsement. provisions or A statement be endorsed. on PRODUCER Dupaco 3999 Pennsylvania Dubuque Insurance Services Ave IA 52002 CONTACT Dupaco NAME: Insurance Services PHONo, Ext): (800) 373-7600 210 lc, No): (A (563) 582-5480 E-MAIIESS: ADDR insurance@dupaco.com INSURER(S) AFFORDING COVERAGE NAIC # INSURERA: WADENA 12528 INSURED P & J 2119 Evansdale Lawn City Care LLC View St IA 50707 INSURER B : IMT 14257 INSURER : IMT Insurance INSURER D : INSURER E : INSURER F : CERTIFICATE NUMBER: 23-24 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL INSD SUBTR WVD POLICY NUMBER POLICY (t,ir,1/DD/YYYY) EFF POLICY (MMIDD/YYYY) EXP LIMITS X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 CLAIMS -MADE �/ X OCCUR DAMAGE TO RENTED PREMISES (Ea occurrence) $ 300,000 MED EXP (Any one person) $ 5,000 A WOS8070 05/02/2023 05/02/2024 PERSONAL & ADV INJURY $ GEN'LAGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 X POLICY JE LOC PRODUCTS - COMP/OPAGG $ 2'000'OOO OTHER: Empl Practices Liab Ins $ 50,000 AUTOMOBILE LIABILITY COMBINED (Ea accident) SINGLE LIMIT $ 1,000,000 ANY AUTO BODILY INJURY (Per person) $ B OWNED AUTOS ONLY N/ e SCHEDULED AUTOS CVS8070 05/02/2023 05/02/2024 BODILY INJURY (Per accident) $ HIRED AUTOS ONLY NON -OWNED AUTOS ONLY PROPERTY (Per accident) DAMAGE $ Diamond Coverage $ X UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 3,000,000 C EXCESS LIAB CLAIMS -MADE 05/02/2023 05/02/2024 AGGREGATE AGGREGATE $ DED RETENTION S $ WORKERS COMPENSATION PER STATUTE OTH- ER AND EMPLOYERS' LIABILITY YIN ANY PROPRIETOR/PARTNER/EXECUTIVE E.L. EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? N /A (Mandatory in NH) E.L. DISEASE - EA EMPLOYEE S If yes, describe under DESCRIPTION OF OPERATIONS below 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 I /1.-J� • ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD