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