Loading...
HomeMy WebLinkAboutBid Tabulation Bid Tab March 31, 2016 FY16 Lift Stations & Complaint Mowing Contract And Complaint Snow Removal Contract Estimate: $52,524.70 Bidder Bid Security Bid Amount Opt A $600.00 Opt B $600.00 B&B Lawn Care Inc. Ck# 101437189 Opt C $31.90 Waterloo, IA $1,500.00 Opt D $49.50 Opt E $31.90 Total All Options $1313.30 Opt A $200.00 R&D Lawn Care LLC Ck# 598005448 Opt B $250.00 Waterloo $1,500.00 Opt C $30.00 Opt D $45.00 Opt E $25.00 Total All Options $550.00 % �iy CITY OF WATERLOO , IOWA 401 Iw411to CITY CLERK AND FINANCE DEPARTMENT 715 Mulberry Street • Waterloo, IA 50703 • (319)291-4323 Fax(319)291-4571 010.O p SUZY SCHARES • City Clerk MICHELLE WEIDNER,CPA • Chief Financial Officer Mayor BUCK April 28, 2016 CLARK COUNCIL MEMBERS B&B Lawn Care Inc. Robert Adams 2102 E. 4th Street DAVID Waterloo, IA 50703 JONES Ward 1 Dear Mr. Adams: CAROLYN COLE Enclosed please find your Check No. 101437189 dated March 30, 2016, in the amount of Ward2 $1,500.00 which accompanied your bid on the 2016 Lift Stations and Complaint HAROLD Mowing with Complaint Snow Removal, at the bid opening held at City Hall, on March GErrY 31, 2016. Ward 3 The bid of R&D Lawn Care, LLC in the amount of $20,000.00, was accepted at the QUENHART M. meeting of the City Council of Waterloo, Iowa, held on April 11, 2016. Ward 4 Thank you for submitting your bid and if you have any questions, please feel free to contact RON our office. WELPER Ward 5 Sincerely, BOB GREENWOOD At-Large Suzy Scr taxi STEVE Suzy Schares SCHMITT At-Large City Clerk /nh Enclosure CC: Contract File WE'RE WORKING FOR YOU! An Equal Opportunity/Affirmative Action Employer i , d 1 o S R I cm 1 Q I 1 I E 1 1 1El El Mi R 17 ca c3. 7 0 Fl 0 e E c rn'nppvnov�p O 0 rf'A V O'M co t-'enp. O ,...,Qp ary is pV�'N 8 1-- LL' G .N a'8 N 8' h::O,h.I.SO N�ci°' t9...4 2 N VY 0 p U yy p X - [,'AM AFl�+fC04 • N N N N,N N �"J U 0 U V U U V 9 E a O E0 0 0 0 0 0 0 "-, r• [Y cccetrK cccccc i 0.t P. 8 fe 8 0 o a ,, MI , ,n o s l J N N L`1 J J LI J U.1 J�J J Z J N as O co O [0 co CO CO CO CO CO CO {{1 cC E ?Q¢¢4 Q 4 ',' a, LY Z 0_a a a a a a a 1 1 u Q m nmmmm nm I c • c C.J m P m 'U ° zzzz ZZzz i ' m ..ac.� a"• 0, C. C0000UC CJ C.) 3 V oQ¢a¢a¢aa 1 ; v y cc 1 a — J ' 6 ry # :U>M Cl., 1 J Cl- _ 1c Q a' 0 re —o m 0 - O ti 0 7, _ : ' fc r .n .l CZs.,4 H = (NJm —, Qci y O ,, ett '99. 2 T 6 `� 2 d_ N .5 ,a y F o S w w 3 _ f` 0 Z truce = .E. z0oa' 03 6: 0 Ira LL (oil H CITY OF WATERLOO , IOWA ! CODE ENFORCEMENT 626 MULBERRY ST. • WATERLOO,IA 50702 • 319.291.3820 d1ertoo Mayor March 3,2016 QUENTIN HART COUNCIL Mr.Brian Rath MEMBERS Treatment Operations Supervisor 3505 Easton Ave. Waterloo,IA 50702 DAVID JONES Re: 2016 CITY OF WATERLOO MOWING CONTRACT Ward 1 BRUCE Dear Brian: JACOBS Ward 2 Enclosed you will find a copy of the proposed upcoming 2016 Mowing Contract. If you could please review the information,I would appreciate it.Please contact me with any PATRICK changes,questions or comments you may have as soon as possible. MORRISSEY Ward 3 I wish to have this submitted on the agenda no later than 9:00 a.m. on Wednesday,March JEROME 9th for placement on the March 1e City Council meeting. I would like to keep this moving AMOS JR. so that we can get the contract approved and begin the process of securing bids. Ward 4 If this contract meets your approval,please sign the bottom of this letter and return back to RON me for my files. WELPER Ward S Sincerely, TOM LIND At-Large STEVE Emily Russell SCi IMITT Clerk of Code Enforcement At-Large APPROVED AS TO CONTRACT AND TERMS: By: s Brian Rath,Treatment Operations Supervisor CITY WEBSI1'E:www.cityofwaterlooiowa.com WE'RE WORKING FOR YOU! An Equal Opportunity/Affirmative Action Employer Proper Order — Right of Way Mowing Documents 1) Cover Page 2) Notice to Bidders 3) Instruction to Bidders 4) General conditions 5) Specifications 6) Bid Form 7) Statement of Bidders Qualifications 8) Bid Bond 9) Non-Collusion Affidavit of Prime 10) Non-Collusion Affidavit of Sub 11) Equal Opportunity Clause REQUEST FOR PROPOSALS — 2016 LIFT STATIONS & COMPLAINT MOWINGS WITH COMPLAINT SNOW REMOVALS The City of Waterloo is soliciting proposals to provide equipment and labor for mowing of City of Waterloo lift stations and complaint properties and removal of snow from complaint properties (the "Services") on a scheduled or as-needed basis. All proposals shall include a complete price quote. Conditions governing the Services are contained in Exhibit "A", the proposed form of Contract, attached to this RFP and by this reference incorporated herein. A. SUBMITTING AND OPENING PROPOSALS All proposals must be received in a sealed envelope in the City's Clerk's office (date and time stamped) by Thursday, March 31, 2016 at 12:00 noon, Central Time (our clock) in order to be considered. The City Clerk's office is located at 715 Mulberry St., Waterloo, Iowa 50703. Proposals sent electronically or via facsimile will not be accepted. The mailing container or envelope shall be plainly marked on the outside with the notation "SEALED RFP FOR 2016 MOWINGS AND SNOW REMOVAL," and the name of the company submitting the proposal. The City is not responsible for delays occasioned by the U.S. Postal Service, the internal mail delivery system of the City, or any other means of delivery employed by the Proposer. Similarly, the City is not responsible for, and will not open, any proposal responses that are received later than the date and time stated above. Late proposals will be retained in the RFP file, unopened. No responsibility will be attached to any person for premature opening of a proposal not properly identified. Proposals will be opened on Thursday, March 31, 2016, at 1:00 p.m. Central Time in the City Clerk's office at City Hall, 715 Mulberry Street, Waterloo. The main purpose of this opening is to reveal the name(s) or the Proposer(s), not to serve as a forum for determining the awarded proposal(s). B. SCOPE OF SERVICES Services to be performed by the successful respondent (the "Contractor")for the City will be those described in the form of Contract attached hereto as Exhibit "A" and the Specifications, which generally include but are not limited to regular mowing around City lift stations, mowing complaint properties on an as-needed basis, and removing snow and ice from complaint properties on an as- needed basis. C. REQUIRED INFORMATION: 1. See the Code Enforcement Department or Waterloo Waste Management Services bid form. All bids must be submitted on said bid form. 2. Important Exceptions to Contract Documents—The Proposer shall clearly state in the submitted proposal any exceptions to, or deviations from, the minimum proposal requirements, and any exceptions to the terms and conditions of this RFP. Such exceptions or deviations will be considered in evaluating the proposals. Companies are cautioned that exceptions taken to this RFP may cause their proposal to be rejected. 3. Incomplete Information — Failure to complete or provide any of the information requested in this RFP may result in disqualification by reason of non-responsiveness. D. AWARD OF CONTRACT 1. Final selection of a contractor will be made of the responsive and responsible firm whose proposal, conforming to these documents, is most advantageous and offers the greatest overall value to the City of Waterloo with regard to the criteria detailed and the specifications set forth herein. The City will evaluate proposals in light of all factors it considers relevant, including but not limited to price, prior dealings, reputation, knowledge, skills, demonstrated commitment of the humane treatment of animals, demonstrated experience in managing and working with animals, nature and quality of facilities, and other information provided by the proposer in response to this RFP. 2. The City reserves the right to accept or reject any or all proposals and to waive any informalities or irregularities in proposals if such waiver does not substantially change the offer or provide a competitive advantage to any proposer. The City reserves the right to defer acceptance of any proposal for a period not to exceed sixty (60) calendar days from the date of the deadline for receiving proposals. 3. The City may select a proposer based on an "all or none" proposal, on individual responses, or as is otherwise deemed to be in the best interest of the City. 4. A Proposer's submission of a proposal constitutes its acceptance of the City's evaluation technique described in this section and its recognition and acceptance that subjective judgments will be used by the evaluators in the evaluation. 5. Any Contract award(s) made by the City of Waterloo is subject to prior approval by the City of Waterloo City Council. 6. After award, the Proposer will be required to enter into a written contract with the City that is substantially in the form attached hereto as Exhibit "A". E. MISCELLANEOUS 1. Questions regarding Code Enforcement will be directed to Maria Downing in the Code Enforcement Department, 319-291-3820, Monday through Friday from 7:00 a.m. to 3:00 p.m. 2. Questions regarding Lift Station Mowing will be directed to Waste Management Services, 319-291-4553, Monday through Friday from 7:00 a.m. to 4:00 p.m. 3. This Request for Proposal does not commit the City to make an award, nor will the City pay any costs incurred in the preparation and submission of proposals, or costs incurred in making necessary studies for the preparation of proposals. F. GENERAL TERMS AND CONDITIONS OF PROPOSAL 1. LANGUAGE,WORDS USED INTERCHANGEABLY- requested, Proposers shall be required to submit satisfactory evidence that they have a practical The word CITY refers to the CITY OF WATERLOO, knowledge of the particular supply/service proposal and IOWA throughout these Instructions and Terms and that they have the necessary financial resources to Conditions. Similarly, PROPOSER refers to the person provide the proposed supply/service as described in this or company submitting an offer to sell its goods or Request for Proposal. services to the CITY, and CONTRACTOR refers to the successful bidder. 3. SPECIFICATION DEVIATIONS BY THE PROPOSER - Any deviation from this specification MUST be noted in 2. PROPOSER QUALIFICATIONS - No Proposal shall be detail, and submitted in writing in the Proposal. accepted from, and no contract will be awarded to, any Completed specifications should be attached for any person, firm or corporation that is in arrears to the City substitutions offered, or when amplifications are upon debt or contract, that is a defaulter, as surety or desirable or necessary.The absence of the specification otherwise, upon any obligation to the City, or that is deviation statement and accompanying specifications deemed irresponsible or unreliable by the City. If RFP FOR MOWING&SNOW REMOVAL SERVICES-2016 Page 2 of 3 will hold the Proposer strictly accountable to the 11. SUBCONTRACTING - No portion of this Proposal may specifications as written herein. Failure to submit this be subcontracted without the prior written approval by document of specification deviation, if applicable, shall the City. be grounds for rejection of the item when offered for delivery. If specifications or descriptive papers are 12. ELECTRONIC SUBMITTAL - Telegraphic and/or submitted with Proposals, the Proposer's name should proposal offers sent by electronic devices (e.g. facsimile be clearly shown on each document. machines) are not acceptable and will be rejected upon receipt. Proposers will be expected to allow adequate 4. SPECIFICATION CHANGES, ADDITIONS AND time for delivery of their proposal either by airfreight, DELETIONS-All changes in Proposal documents shall postal service, or other means. be through written addendum. Verbal information obtained otherwise will NOT be considered in awarding 13. CANCELLATION- Either party may cancel the contract of Proposals. in the event that a petition, either voluntary or involuntary, is filed to declare the other party bankrupt or 5. PROPOSAL CHANGES - Proposals, amendments insolvent or in the event that such party makes an thereto, or withdrawal requests received after the time assignment for the benefit of creditors. advertised for Proposal opening, will be void regardless of when they were mailed. 14. ASSIGNMENT - Proposer shall not assign the contract or any monies to become due thereunder without the 6. HOLD HARMLESS AGREEMENT - The Contractor prior written consent of the City. Any assignment or agrees to protect, defend, indemnify and hold harmless attempt at assignment made without such consent of the City of Waterloo, its officials, officers, employees the City shall be void. and agents, from and against any and all claims and damages of every kind and nature made, rendered or 15. TAXES-The City of Waterloo is exempt from sales tax incurred by or in behalf of every person or company and certain other use taxes. Any charges for taxes from whatsoever, including the parties hereto and their which the City is exempt will be deducted from invoices employees, that may arise, occur, or grow out of any before payment is made. acts, actions, work or other activity done by the Contractor, its employees, subcontractors or any 16. PROPOSAL INFORMATION IS PUBLIC - All independent contractors working under the direction of documents submitted with any proposal and the either the Contractor or subcontractor in the proposal shall become public documents and subject to performance of the contract. Iowa Code Chapter 22,which is otherwise known as the "Iowa Open Records Law". By submitting any document 7. PROPOSAL CURRENCY/LANGUAGE - All proposal to the City of Waterloo in connection with a proposal, prices shall be shown in US Dollars ($). All prices must the submitting party recognizes this and waives any remain firm for the duration of the contract regardless of claim against the City of Waterloo and any of its the exchange rate. All proposal responses must be officials, officers and employees relating to the release submitted in English. of any document or information submitted. 8. PAYMENTS - Payments will be made for all Each submitting party shall hold the City of Waterloo goods/services delivered, inspected and accepted within and its officials, officers and employees harmless from 30 days after acceptance and on receipt of an original any claims arising from the release of any document or invoice. information made available to the City of Waterloo arising from any proposal opportunity. 9. 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. 10. 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. RFP FOR MOWING&SNOW REMOVAL SERVICES-2016 Page 3 of 3 EXHIBIT A CONTRACT PROVISIONS CITY OF WATERLOO, IOWA WASTE MANAGEMENT SERVICES AND CODE ENFORCEMENT DEPARTMENT CONTRACT for 2016 LIFT STATIONS&COMPLAINT MOWING WITH COMPLAINT SNOW REMOVAL This Contract for Complaint/Lift Station mowing and Snow Removal(the"Contract") is made and entered into on , 2016,by and between the City of Waterloo, Iowa(the"City"),and (the"Contractor"). 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 Proposals c. Notice of Hearing d. Instruction to Bidders e. Signed copy of Bid f. General Conditions g. Specifications 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 order set forth above that first addresses the issue or provision in question shall be govern. 3. The Contractor agrees to commence the work within three(3)days 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) The Contractor will remove all litter, garbage,or junk on vacant lots and/or vacant properties that would be cause the Contractor not to be able to fulfill the obligation of weed/grass or snow removal. Photos of any and all garbage, litter or junk will be needed for necessary billing. In the event that the junk is unable to be removed by the Contractor the Contractor will contact the Code Enforcement Foreman to have the items removed. Request For Proposals:Mowing and Snow Removal Services—Proposed Contract—Page 1 The Contractor will be allowed to dump all garbage, litter or junk removed from said properties at the Public Works Department located at 625 Glenwood St.,Waterloo,Iowa. b) Contractors will abide by ordinance sections a. 7-1-2B(1)Contractors will not be permitted to transfer snow onto or across any city street of alley. In the event snow is transferred into the street it shall be removed by the Contractor. b. 7-1-2F Contractors will not be permitted to blow weeds/grass onto or across any street or alley. In the event weeds/grass is transferred into the street it shall be removed by the Contractor c) Contractors shall bag all weeds/grass taller than 12"in residential areas and dispose of the rubbish properly. Disposal can be done at the City of Waterloo Yard Waste Site located at 3505 Easton Ave., Waterloo, Iowa. d) Contractors are not to mow or trim any flowers or gardens unless specified by Code Enforcement. e) Contractors will trim around all trees,telephone poles,fences, structures,curbs and on the backside of alleys. f) Contractors must have a camera that will time stamp and date photos. Photos must be taken of the property before work begins and when the work is finished. g) In the event Code Enforcement 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 or owner of the property. h) 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. i) Charges for sand, salt or both will be determined by following: The owner shall be charged$25 for any amount of salt that needs to be used to assist in the removal of ice from the sidewalk per residence. If the property is located on a corner lot the owner of the property shall be charged$50 for any amount of salt that needs to be used to assist in the removal of ice from the sidewalk provided that ice removal is needed on both sidewalks. j) Contractor shall remove all volunteer vines,brush,or trees along any fence and the portion of property to the alley when referral is given by Code Enforcement. k) The owner shall be charged 15 minutes travel time in addition to all other fees applied. 1) Properties found in compliance upon arrival of contractor,will not result in additional charges to the City of Waterloo from the Contractor. 4. The Contractor agrees to comply with and obey all ordinances of the City of Waterloo, Iowa,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 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. 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 Request For Proposals:Mowing and Snow Removal Services—Proposed Contract—Page 2 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 not 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. Any notice under this Contract shall be in writing and shall be delivered in person or by United States registered or certified mail,postage prepaid and addressed: City Contractor City of Waterloo,Iowa 715 Mulberry St. Waterloo,Iowa 50703 Attn: City Clerk 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. Request For Proposals:Mowing and Snow Removal Services—Proposed Contract—Page 3 13. 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 or obligations of the other party or any other person. Contractor is an independent Contractor. 14. This Contract shall be binding upon and inure to the benefit of the parties and the respective successors and assigns of each. 15. 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. 16. 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. 17. 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 forth on Exhibit"A"attached hereto. IN WITNESS WHEREOF,the parties have executed this Contract for Complaint/Lift Station Mowing and Snow Removal by their duly authorized representatives as of the date first set forth above. CITY OF WATERLOO,IOWA CONTRACTOR Mayor Name of Contractor By: City Clerk Title: Request For Proposals:Mowing and Snow Removal Services—Proposed Contract—Page 4 CITY OF WATERLOO,IOWA WASTE MANAGEMENT SERVICES AND CODE ENFORCEMENT DEPARTMENT NOTICE OF PUBLIC BEARING On Proposed Specifications and the NOTICE TO BIDDERS for 2016 LIFT STATIONS & COMPLAINT MOWINGS WITH COMPLAINT SNOW REMOVAL RECEIVING OF BIDS Sealed proposals will be received by the City Clerk of the City of Waterloo, Iowa, at her office in City Hall, 715 Mulberry St, Waterloo, Iowa, on or before Thursday,March 31,2016, until 12:00 NOON, for the 2016 LIFT STATIONS & COMPLAINT MOWINGS WITH COMPLAINT SNOW REMOVAL as described in the plans and specifications now on file in the City Clerk's office, Waste Management Services and the Code Enforcement Department. OPENING OF BIDS All proposals received for the 2016 LIFT STATIONS & COMPLAINT MOWINGS WITH COMPLAINT SNOW REMOVAL will be opened in the City Clerk's Office in City Hall, Waterloo, Iowa, on Thursday,March 31,2016, at 1:00 p.m., and the proposals will be referred to the Waste Management Services for recommendation of award. PUBLIC HEARING Notice is hereby given that the Waterloo City Council will conduct a public hearing on the proposed specifications and foilu of contract for the 2016 LIFT STATIONS & COMPLAINT MOWING WITH COMPLAINT SNOW REMOVAL at the City Council Meeting, Monday,April 4,2016. The hearing will be held in the City Council Chambers in Waterloo City Hall. The contract documents are on file in the City Clerk's office, 715 Mulberry St., Waste Management Services, 3505 Easton Ave., Waterloo, . Iowa, and the Code Enforcement Department, 626 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. SCOPE OF WORK The Contractor shall provide all labor, equipment and materials necessary to mow and/or remove snow from the designated areas in accordance with these specifications. CONTRACT PERIOD The period of time covered under this proposed contract shall be approximately May 1, 2016,through April 30, 2017. NOTICE TO BIDDERS Page 1 of 3 PROPOSALS SUBMITTED All bids must be submitted on forms supplied by Waste Management Services or the Code Enforcement Department. The bidder shall bid on a per unit price (WITH EACH"Option"treated as a separate unit) as shown on the Bid Form. Each unit should be bid as a stand-alone item and not merely as a component of a total bid package that includes all options together. 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 mowing and snow removal work and will furnish the required bonds, and in case the successful bidder shall fail or refuse to enter into the Contract and furnish the required bonds, 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 Waste Management Services and the Code Enforcement Department have divided the mowing contract into five (5) areas as indicated on the Bid Foiui. Each is severable from the others and may be the subject of a separate contract. The City shall award one or more Contracts to the responsible Bidder(s) whose bid, conforming to the Specifications and without regard to whether the bid is made on a per-option or a total basis, is most advantageous to the City, Waste Management, and Code Enforcement Department price and other factors considered. The City reserves the right to award 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 Waste Management Services 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. BOND The successful Bidder shall furnish a Performance Bond, within ten (10) days after notification of acceptance of the bid, in the amount of Twenty Thousand Dollars ($20,000.00). The Bond is to be issued by a responsible surety approved by the City Council and shall guarantee the faithful performance of the contract and the terms and conditions therein contained and shall guarantee the prompt payment of all materials and labor and protect and save hamiless the City from claims of any kind caused by the operation of the Contractor. AFFIRMATIVE ACTION PROGRAM The successful Bidder and any subcontractors will be required to execute and have approved an Affirmative Actions 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. NOTICE TO BIDDERS Page 2 of 3 METHOD OF PAYMENT TO CONTRACTOR Payment to the contractor for services performed shall be paid on a monthly basis. Payments shall be based on the actual number of acres mowed during the previous period. A detailed bill of completed work must be received and approved by the Waste Management Services Department for Lift Station Mowing at their office located at 3505 Easton Ave., Waterloo, Iowa before payments will be made. A detailed bill of completed work must be received and approve by the Code Enforcement Department for Complaint Mowing with Complaint Snow Removal located at 626 Mulberry St., Waterloo, Iowa before payments will be made. Actual number of acres mowed must agree with numbers recorded by the Code Enforcement Department. The billing shall include: • Address of properties • Pictures of properties prior to mowing/snow removal • Pictures of properties when mowing/snow removal completed • Pictures to be dated&time stamped • Area or time billed for(depending on bid proposals) • Extra material used(salt) Published by order of the City Council of said City of Waterloo, Iowa, on the day of , 2016 City of Waterloo,Iowa, Suzy Schares, City Clerk NOTICE TO BIDDERS Page 3 of 3 CITY OF WATERLOO,IOWA WASTE MANAGEMENT SERVICES AND CODE ENFORCEMENT DEPARTMENT INSTRUCTION TO BIDDERS I. EXPLANATION TO BIDDERS Any explanation desired by a bidder regarding the meaning or interpretation of the Request for Proposals must be requested in writing and with sufficient time allowed for a reply to reach bidders before submission of their bids. Any interpretation made will be in the form of an amendment of the Request for Proposals and will be furnished to all prospective bidders. Its receipt by the bidder must be acknowledged in the space provided on the Bid Form or by letter or telegram received before the time set for opening of bids. Oral explanations or instructions given before the award of the contract will not be binding. II. PROPOSALS SUBMITTED All bids must be submitted on forms supplied by the Waste Management Services Department or the Code Enforcement Department.Before submitting a bid, each bidder shall carefully examine the drawings and/or pictures (if any), read the specifications and all other contract documents and visit the site of the work. Each bidder shall be fully informed,prior to the bidding, as to all existing conditions and limitations under which the work is to be performed and shall include in this bid a sum to cover 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. III.LATE BIDS AND MODIFICATIONS OR WITHDRAWALS Bids and modifications or withdrawals thereof received at the office designated in the Request for Proposals and Notice to Bidders after the exact time set for closing of bids 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. IV. PUBLIC OPENING OF BIDS Bids will be publicly opened at the specified time and place for opening in the Request for Proposals and Notice to Bidders. Their content will be made public for the infoiination of bidders and others interested who may be present either in person or by representative. INSTRUCTION TO BIDDERS Page 1 of 3 V. COLLUSIVE AGREEMENTS A. Each bidder submitting a bid shall execute and include with the bid, a Non-Collusion Affidavit in the form herein provided,to the effect that it has not colluded with any other person, firm, or corporation in regard to any bid submitted. B. Each bidder submitting a bid shall have each proposed subcontractor, if any, execute and include with the bid, a Non-Collusion Affidavit in the forte herein provided, to the effect that it has not colluded with any other person, firm, or corporation in regard to any bid submitted. Before executing any subcontract, the successful bidder shall submit the name of any proposed subcontractor for approval by the City. VI. MBE/WBE CONTRACT COMPLIANCE PROGRAM All Bidders have the responsibility to comply with the City of Waterloo MBE/WBE Contract Compliance Program. City of Waterloo Contract Compliance: Rudy D. Jones, Director Community Development Board 620 Mulberry Street Suite 202 Waterloo, Iowa 50703 (319) 291-4429 VII. 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. VIII. STATEMENT OF BIDDER'S QUALIFICATIONS Each Bidder shall, upon request of the Code Enforcement Department and Waste Management Services, submit on the form furnished a statement of the Bidder's qualifications,his/her experience record in completing the type of project proposed, and equipment available for the work contemplated; and when requested, a detailed financial statement. The Code Enforcement Department and Waste Management Services 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 Bidder shall furnish the Code Enforcement Department and the Waste Management Services 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 Waste Management Services that the Bidder is qualified to carry out properly the terms of the Contract. INSTRUCTION TO BIDDERS Page 2 of 3 IX.EXECUTION OF AGREEMENT,BOND,AND CERTIFICATE OF INSURANCE A. Subsequent to the award and within ten(10) days after the prescribed foiius 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. Having satisfied all conditions of award as set forth elsewhere in these documents, the successful bidder shall, within the period specified in paragraph "A" above, furnish a surety bond in a penal sum not less than the amount of the contract as awarded, as security for the faithful performance of the contract and the terms and conditions therein contained and shall guarantee the prompt payment of all persons, firms, or corporations to whom the contractor may become legally indebted for labor,materials,tools, equipment, or services of any nature including utility and transportation services, employed or used by it in performing the work. Such bond shall be in the same form as that included in the contract documents and shall bear the same date as, or a date subsequent to that of the agreement. The current Power of Attorney for the person who signs for any surety company shall be attached to such bond. C. 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 General Conditions. 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. D. The failure of the successful bidder to execute such agreement and to supply the required bond or bonds 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, Code Enforcement Department or Waste Management Services for a refund. INSTRUCTION TO BIDDERS Page 3 of 3 CITY OF WATERLOO,IOWA WASTE MANAGEMENT SERVICES AND CODE ENFORCEMENT DEPARTMENT GENERAL CONDITIONS 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. Owner or Local Public Agency (LPA) -means Waste Management Services and/or Code Enforcement Department. Contractor-means the person,firm or corporation entering into the Contract with the City of Waterloo,to maintain City of Waterloo lift stations and/or 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, Instructions to Bidders, Signed copy of Bid, General Conditions, Special Conditions, Specifications, and(Plans or Drawings when required). Superintendence by Contractor Except where the Contractor is an individual and gives personal superintendence to the work,the Contractor shall provide a competent superintendent, satisfactory to the Waste Management Services/Code Enforcement Department/City of Waterloo, 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. 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 Waste Management Services/Code Enforcement 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. GENERAL CONDITIONS 1 of 3 Fitting and Coordination 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. 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 Waste Management Services and Code Enforcement 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 perfoiuied 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. 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. The Contractor shall not disturb 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 Contractor 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. Permits and Codes The Contractor shall give all notices required by, and comply with all applicable municipal and state laws, ordinances and codes. GENERAL CONDITIONS 2 of 3 Liability Insurance The Contractor shall at all times during the teiiu 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 and bonds 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 Contractor 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 Limits of Liability Worker's Compensation Statutory Employer's Liability $500,000 Bodily Injury Liability (Except automobile) $1,000,000 each occurrence Property Damage Liability (Except automobile) $1,000,000 each occurrence Automobile Bodily Injury Liability $1,000,000 each occurrence Excess Liability $5,000,000 Automobile Property Damage Liability $1,000,000 each occurrence Removal of Debris, Cleaning,Etc. The Contractor shall periodically, or as directed during the progress of the work, remove and legally dispose of all surplus material and debris, and keep the project area reasonably clean. Upon completion of the work, the Contractor shall remove all debris and equipment provided for the work and put the whole site of the work in a neat and clean condition. GENERAL CONDITIONS 3 of 3 CITY OF WATERLOO,IOWA WASTE MANAGEMENT SERVICES AND CODE ENFORCEMENT DEPARTMENT SPECIFICATIONS for 2016 LIFT STATION MOWING & COMPLAINT MOWING WITH COMPLAINT SNOW REMOVAL SCOPE OF WORK The Contractor shall provide all labor, equipment and material necessary to mow and/or remove snow from designated areas in accordance with these specifications. References in these specifications to Waste Management Services shall include the City of Waterloo. LIFT STATIONS The following lift station areas to have mowed. The acreages listed are approximate only and shall be verified by bidder. The following lift stations shall be mowed on a bi-weekly basis from approximately May 1, 2016 to October 15, 2016 for a maximum of 14 mowing's. To be trimmed one foot on each side of fence line to match the height and appearance of surrounding vegetation. The actual number of mowing's will be based on growing conditions and budget constraints determined by Waterloo Waste Management. Ref. No. Address/Location Name LS-420 739 Black Hawk Rd Black Hawk StoLrn Approx. .1 acre mowing Approx. 94 linear feet of fence line LS-309 1220 Black Hawk Rd Garden Approx. .1 acre mowing. No fencing LS-420 1528 Black Hawk Rd Black Hawk Holding Pond Approx. 1.25 acre mowing No fencing LS-304 4001 Kimball Ave Tower Park Approx. .25 acre mowing Approx. 210 linear feet of fence line Approx. 200 linear feet of guardrail LS-302 889 Belle St Cedar Terrace Approx. .4 acre mowing Approx. 100 linear feet of fence line SPECIFICATIONS Page 1 of 5 Ref. No. Address/Location Name LS-314 1055 Virginia St Virginia Approx. .06 acre mowing Approx. 100 linear feet of fence line LS-322 220 Douglas St Douglas Approx. .1 acre mowing Fencing The following lift stations shall be mowed monthly from approximately May 15 to October 15, 2016 for a maximum of 5 mowing's. To be trimmed one foot on each side of fence line to match the height and appearance of surrounding vegetation. Ref. No. Address/Location Name LS-301 3931 Texas St Hawkeye Approx. .4 acre mowing Approx. 265 linear feet of fence line LS-303 3572 Cedar Terrace Dr Triangle Approx. .11 acre mowing Fence line in concrete LS-324 2534 W.Airline Ave Con-Agra Approx. 1.2 acre mowing Approx. 1,000 linear feet of fence line T S-311 242 N. Hackett Rd Hackett Approx. .11 acre mowing No Fencing LS-305 3750 Sergeant Rd 63 South Approx. .1 acre mowing Approx. 80 linear feet of fence line LS-427 220 Ansborough Ave Cattle Congress Storm Approx. .1 acre mowing Fencing LS-316 2212 W.Airline Ave. Airline Approx .4 acre mowing Approx. 270 linear feet of fence line SPECIFICATIONS Page 2 of 5 PROPERTY COMPLAINT MOWING Assigned areas will be mowed on a one time only basis. The Code Enforcement Department will give out work orders for any work done in this area, which shall be completed within 48 hours from receiving work order. The City will be in charge of any large item and tire removal clean up that will be done on any of these properties. Contact the Code Enforcement Department(319-291-3820)for pickup. Mowing height will be four(4")maximum. Contractor shall be able to abate hedge/volunteer trees where necessary for clearance of sidewalks and other rights-of-way. Also after mowing property, it shall meet city codes and excess grass removed from the property and sidewalk. If for any reason Code Enforcement finds that a property is still in violation, after the contractor has done the abatement,the contractor shall return to the property and make the necessary corrections without additional costs to the City. If the contractor arrives at the property, and the property has been mowed,the contractor shall obtain a photo and contact Code Enforcement to verify the property is in compliance. In the event Code Enforcement is unable to meet the contractor at the time,the contractor shall continue on to the next referral and Code Enforcement will inspect the property when time permits and notify the contractor whether they have to return to abate a weed violation. PROPERTY COMPLAINT SNOW REMOVAL Assigned areas shall have snow removed on a one-time basis. The Code Enforcement Department will give out work orders for any work done in these areas, which shall be completed within 24 hours from receiving work order. Sidewalks need cleared the width and length of the property 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, use only amounts necessary to make sidewalks safe. 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. SITE CLEAN-UP Prior to each mowing 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 Code Enforcement Department or Waste Management Services Department. 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. SPECIFICATIONS Page 3 of 5 SCHEDULING OF WORK Areas to be mowed shall be divided into categories for type and frequency of mowing. The listed schedules are for bid purposes only. The Code Enforcement Department or Waste Management Services Department may add or delete mowing of areas based on growing conditions and budget constraints. GRASS CUTTING Grass shall be cut to an even height of four inches (4"). Grass cutting shall be accomplished in a manner so as not to result in scalping,bunching,rutting, uneven or rough cutting. All scalping, bunching, rutting or uneven cutting shall be promptly remedied by the Contractor to the satisfaction of the Code Enforcement Department or Waste Management Services with no additional cost to the Code Enforcement Department or Waste Management Services Department. Grass clippings shall not be blown onto road surfaces in accordance with applicable laws and City ordinances. In areas such as narrow medians, clippings shall be bagged or mulched straight down. Ultimately, clippings may not land on any road surfaces. TRIMMING Along with each mowing,the Contractor shall trim around trees, shrubs,poles, fences, and other objects to match the height and appearance of the surrounding vegetation. Vegetation growing over curb and sidewalk edges shall be trimmed. This shall include trimming around any additional plant materials that may be installed as new landscaping. 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 Code Enforcement Depaitiuent or Waste Management Services Department. All work shall be done in a manner so as not to result in damage to trees or shrubs. At no time shall any mowing or trimming equipment come in contact with any tree or shrub. Any tree or shrub damaged by the Contractor shall be replaced at the direction of the Code Enforcement Department or Waste Management Services Department with no additional cost to the Code Enforcement Department or Waste Management Services Department. The Contractor shall avoid damage to turfgrass 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 Code Enforcement Department or Waste Management Services Department with no additional cost to the Code Enforcement Department or Waste Management Services Department. 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. SPECIFICATIONS Page 4 of 5 REQUIRED EQUIPMENT The Contractor shall have sufficient and proper equipment to perform all work in a safe and timely manner. Types of mowing equipment required for this contract: Line trimmers Walk-behind mowers Commercial rotary front mowers (60"-72" deck) Bagging/mulching mowers Utility tractors with heavy-duty mowers Four wheel drive mower Hedge trimmers For larger parcels that are overgrown contractor shall have access to a brush hog type of mower so that contractor can meet the city's timeframe requirements. Excess amounts of cut grass and vegetation will need removed and not left on parcels. Types of snow removal equipment required for this contract: Walk-behind snow blowers Riding snow blowers Pick-up and/or tractor with snow blade Salt& sand applicator Shovels Equipment listed on the Bid Faun will be reviewed by both the Code Enforcement Department and Waste Management Services to determine whether it is adequate for this mowing contract. CONTRACTOR OR THEIR DESIGNEE MUST BE REACHABLE BY PHONE MONDAY THROUGH FRIDAY 7:00 A.M. TO 3:00 P.M. SPECIFICATIONS Page 5 of 5 CITY OF WATERLOO, IOWA WASTE MANAGEMENT SERVICES AND CODE ENFORCEMENT DEPARTMENT BID FORM for 2016 LIFT STATIONS & COMPLAINT MOWINGS WITH COMPLAINT SNOW REMOVAL BIDDER: COMPANY NAME ADDRESS: PHONE: ( ) 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 , 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, Waterloo Waste Management, 3505 Easton Avenue, 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 LIFT STATIONS & COMPLAINT MOWINGS 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 mowing &trimming services for bi-weekly lift stations: LS-420 739 Black Hawk Rd Black Hawk Storm LS-309 1220 Black Hawk Rd Garden LS-420 1528 Black Hawk Rd Black Hawk Holding Pond LS-304 4001 Kimball Ave Tower Park LS-302 889 Belle St Cedar Terrace LS-314 1055 Virginia St Virginia LS-322 220 Douglas St Douglas Price Per Occurrence: dollars ($ ) BID FORM Page 1 of 4 OPTION B: provide all specified mowing &trimming services for monthly lift stations: LS-301 3931 Texas St Hawkeye LS-303 3572 Cedar Terrace Dr Triangle LS-324 2534 W.Airline Ave Con-Agra LS-311 242 N. Hackett Rd Hackett LS-305 3750 Sergeant Rd 63 South LS-427 220 Ansborough Ave Cattle Congress Storm LS-316 2212 W.Airline Ave Airline Price Per Occurrence: dollars ($ ) OPTION C: provide all specified mowing services for property complaint mowing for normal residential lots. (under 5 acres) Price Per Man Hour: dollars ($ ) OPTION D: provide all specified mowing services for property complaint mowing for lots and open areas 5 acres or larger. Price Per Acre: dollars ($ ) OPTION E: 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. BID FORM Page 2 of 4 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 dollars ($ ) in the form of , 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 Infoiuiation Form submitted with this Bid Fowl. 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 3 of 4 10. The Bidder shall list all equipment available for this project: 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 fauns. 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: DATE: / / Name and Title BID FORM Page 4 of 4 STATEMENT OF BIDDER'S QUALIFICATIONS (To be submitted by the Bidder only upon request of the City of Waterloo,Iowa.) All questions shall be answered and the data given must be clear and comprehensive. This statement must be notarized. If necessary, questions may be answered on separate attached sheets. The Bidder may submit any additional information desired. 1. Name of Bidder. 2. Permanent main office address. 3. When organized. 4. If a corporation, where incorporated. 5. How many years have you been engaged in the contracting business under your present film or trade name? 6. Contracts on hand: (Schedule these showing amount of each contract and the appropriate anticipated dates of completion.) 7. General character of work perfoitned by your company. 8. Have you ever failed to complete any work awarded to you? If so,where and why? 9. Have you ever defaulted on a contract? If so, where and why? 10. List the more important projects recently completed by your company, stating the approximate cost for each, and the month and year completed. 11. List your major equipment available for the contract. 12. Experience in landscape work similar in importance to the project. 13. Background and experience of the principal members of your organization, including the officers. 14. Credit available: $ 15. Give Bank reference: 16. Will you,upon request, fill out a detailed fmancial statement and furnish any other information that may be required by the City of Waterloo, Iowa? STATEMENT OF BIDDER'S QUALIFICATIONS PAGE 1 OF 2 17. The undersigned hereby authorizes and requests any person, firm, or corporation to furnish any information requested by the City of Waterloo,Iowa, in verification of the recitals comprising this Statement of Bidder's Qualifications. Dated this day of , 20 Name of Bidder By: Title: State of ) ) ss County of ) ,being duly sworn deposes and says that she/he is of Name of Organization and that the answers to the foregoing questions and all statements therein contained are true and correct. Subscribed and sworn to before me this day of , 20 Notary Public My commission expires , 20 STATEMENT OF BIDDER'S QUALIFICATIONS PAGE 2 OF 2 BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, as Principal, and as Surety are held and firmly bound unto the City of Waterloo,Iowa,hereinafter called"OWNER". In the penal sum dollars ($ ) 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 day of , 20 ,for 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 day of , A.D. 20 (Seal) Principal By (Title) Witness (Seal) Surety By Witness Attorney-In-Fact BID BOND PAGE I OF I NON-COLLUSION AFFIDAVIT OF PRIME BIDDER State of ) County of ) , being first duly sworn, deposes and says that: 1. He is (Owner), (Partner), (Officer), (Representative), or(Agent) of 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, fiuiii 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 througjh 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. Signature Title Stth carted avid,swarw to-lre e'nwtht' c1 y of , 2016. 5 -rw u re' rate/ My camniLks,Cort,e p e z 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 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 , contract pertaining to the 2016 LIFT STATION MOWING & COMPLAINT MOWINGS WITH COMPLAINT SNOW REMOVALS 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 Soothed,a 4.d,sworn/to-before/me/th.t.- day of , 2016. SCo-na Co-nature, ntL& My epCre 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 fouliis 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 Affiuivative 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