Loading...
HomeMy WebLinkAboutP&J LAWN CAREI I 3 .. ruo L' J3 UI m .. U, 0 0 0 r r 0 03 0 a a 4:0 -S\ co h Cw V`1 ;CI 1.z cm b _Ty Co owned and operated by JAMES ADAMS PATRICIA ADAMS LAWN C ARE 2119 City View • Waterloo, Iowa 50703 (319) 610-9330 -i Dina, fe;,i2,5J CotT� ono2 6nIt3 AK to : 5 I = k5 V3 OAR Ise tr :Th R n Sr" 1 1 • l Ji 1- v 1 CITY J_ypO r C TII���l. CITY •1.�T WA rl� J :..-. CJ y u - 3 -IQ5 # OF I }�� .L. j By: Name of Bidder Title: State of .T0 W ) County of \ 6c k Bui -5G'MCS AC\CAM3 , being duly sworn deposes and says that she/he is OUurer i&(.1 ,/CSC% I E t( ) ss ond -15 Lawn Carr LLC Name of Organization of and that the answers to the foregoing questions and all statements therein contained are true and correct. Subscribed and sworn to before me this 10 day of MOCan ,20(Le . Notary Public My commission expires Sep4ember Stin , 20 20 . 1Owp' 4M SAM ROHRET Commission Number 859206 My Cornmii.sion Expires �1- 2'l - zo Z'7 STATEMENT OF BIDDER'S QUALIFICATIONS PAGE 2 OF 2 NON -COLLUSION AFFIDAVIT OF PRIME BIDDER State of te'ew w County of 9SL i4clW\t ) —Sons Adwv'usj , being first duly sworn, deposes and says that: 1. He is (Owner), (Partner), (Officer), (Representative), or (Agent) of Pont) " Lau" Gore -the Bidder that has submitted the attached Bid. 2. He is fully informed respecting the preparation and contents of the attached Bid and of all pertinent circumstances respecting such Bid. 3. Such Bid is genuine and is not a collusive or sham Bid. 4. Neither the said Bidder nor any of its officers, partners, owners, agents, representatives, employees, or parties in interest, including this affiant, has in any way colluded, conspired, connived or agreed, directly or indirectly, with any other Bidder, firm or person to submit a collusive or sham Bid in connection with the Contract for which the attached Bid has been submitted or to refrain from bidding in connection with such Contract, or has in any manner, directly or indirectly, sought by agreement or collusion or communication or conference with any other Bidder, firm or person to fix the price or prices in the attached Bid or of any other Bidder, or, to fix any overhead, profit or cost element of the bid price or the bid price of any other Bidder, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against the City of Waterloo, Iowa, or any person interested in the Proposed Contract; and 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. Cce4 16(41/Li (241/te4 Si ature Title si.cjnatuve/ Subscrtheth c vtth 4worw to- be fore' wcei thilik 1O " Davy of PICKOrt , 2026. i Ba\oef\n Senjite., My � - ,re 61-2:1 20927 SAM ROHRET Commission Number 859206 My Commission Expires -V?-ton COt1° A d✓. CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) 03/09/2026 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER TRAVELERS BUSINESS INSURANCE PO BOX 2960 HARTFORD, CT 061042960 (888) 661-3938 INSURED JAMES ADAMS DBA P&J LAWN CARE LLC 2119 CITY VIEW ST WATERLOO, IA 50707 OVERAGES CONTACT NAME: PHONE (A/C, No, Ext): (888) 661-3938 EMAIL ADDRESS: sorvico.contor@travolors.com FAX (A/C, No): (8771872-7604 INSURER(S) AFFORDING COVERAGE INSURER A : THE STANDARD FIRE INSURANCE COMPANY INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : RTIFICATE NUMBER: 834024942541860 REVISION NUMBER: NAIC # THIS INDICATED. CERTIFICATE EXCLUSIONS IS TO CERTIFY NOTWITHSTANDING MAY AND BE CONDITIONS THAT ISSUED THE OR OF POLICIES ANY SUCH MAY REQUIREMENT, PERTAIN, POLICIES. OF INSURANCE LIMITS THE TERM INSURANCE SHOWN LISTED OR CONDITION MAY BELOW AFFORDED HAVE HAVE BEEN OF BEEN ANY BY THE REDUCED CONTRACT ISSUED POLICIES BY TO PAID THE OR DESCRIBED CLAIMS. OTHER INSURED DOCUMENT HEREIN NAMED ABOVE WITH IS SUBJECT FOR RESPECT THE TO ALL TO POLICY WHICH THE TERMS, PERIOD THIS INSR LTR TYPE OF INSURANCE ADDL INSD SUBR WVD POLICY NUMBER POLICY (MM/DD/YYYY) EFF POLICY EXP (MM/DD/YYYY) LIMITS BIP-A8231640-26 01/10/2026 01/10/2027 A EACH OCCURRENCE $1,000,000 X COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED CLAIMS X OCCUR PREMISES Ma occurrence) $300,000 -MADE MED EXP (Any one person) $5,000 PERSONAL & ADV INJURY $1 ,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 X POLICY PRO- JECT LOC PRODUCTS - COMP/OP AGG $2,000,000 OTHER: $ AUTOMOBILE LIABILITY ( COM t) SINGLE LIMIT BINED accident) $ BODILY INJURY (Per $ ANY AUTO person) OWNED AUTOS ONLY SCHEDULED AUTOS BODILY INJURY (Per accident) $ HIRED AUTOS ONLY NON -OWNED AUTOS ONLY PROPERTY DAMAGE (Per accident) $ $ UMBRELLA LIAB OCCUR EACH OCCURRENCE $ EXCESS LIAB CLAIMS -MADE AGGREGATE $ DED RETENTION $ $ WORKERS COMPENSATION N/A STATUTE EORH AND EMPLOYERS' LIABILITY YIN $ ANY PROPRIETOR/PARTNER/EXECUTIVE E.L. EACH ACCIDENT OFFICER/MEMBER EXCLUDED? EA EMPLOYEE $ (Mandatory in NH) E.L. DISEASE - If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $ DESCRIPTION OF OPERATIONS ! LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more spaco Is required) CERTIFICATE HOLDER JAMES ADAMS DBA P&J LAWN CARE LLC 2119 CITY VIEW ST WATERLOO, IA 50707 CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE Retakv M, etthea;ti © 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD NON -COLLUSION AFFIDAVIT OF SUBCONTRACTOR State of tOWtA• ) County of S3 t tOL 004) \u ) --SS'oe&Gs AA , being duly sworn, deposes and says that: 1. He is (Owner), (Partner), (Officer), (Representative), or (Agent) of ?cicv.N . Lawn L-Ls 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 FY 2026-2028 COMPLAINT MOWING WITH COMPLAINT SNOW REMOVAL 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, reprttatives, owners, employees, or parties in interest, including this affiant. Signature Title Subscribed/ ctnd, warn/ to- b-e fore nw th' day of _Man)", , 2026. u\1on� kO4kiceithissi RMI�c; S 60Ma.tu.rPi caneSr 'esvtce, r My aa e4q) Creik °I - 2`7 - 20 27 • SAM ROHRET Commission Number 859206 MyCor Commission • 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 o 3. When organized. CO / 4. If a corporation, where incorporated. f> 5. How many years have you been engaged in the contracting business under your present firm or trade name? 6. Contracts on hand: (Schedule these showing amount of each contract and the appropriate anticipated dates of completion.) ffice, ddress. /�r 2-,4 7e> 7 7. General character of work perfo •med by your company. 00 (n c/C2 eje et- 8. Have you ever failed to complete any work awarded/ to you? If so, where and why? Ala 9. Have you ever defaulted on a contract? If so, where and why? Aim) 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 of your major equipment available for the contract. 12. Experience in landscape work similar in importance to the project. 13. Background an experience of the principal members of your organization, including the officers. A✓l 14. Credit available: $ 15. Give Bank reference: 16. Will you, upon request, fill out a detailed financial statement and furnish any other information that may be required by the City of Waterloo, Iowa? Li 64 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 STATEMENT OF BIDDER'S QUALIFICATIONS PAGE 1 OF 2 6. The Prime Contractor and Subcontractor(s), which have performed an aggregate of $10,000.00 in work for the City in the current calendar yeas, 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. 7. The Bidder has received the following Addendum or Addenda: Addendum No. Date: / / / / / / 8. The Bidder shall list the MBE/WBE subcontractors, amount of subcontracts and bid items listed on the City of Waterloo Minority and /oi Women Business Pm -bid Contract Information Form submitted with this Bid Form. The apparent low bidder shall submit a list of all other subcontractor(s) to be used on this project to the City of Waterloo by 5:00 p.m. the business day following the day bids on this project are due along with the Non - collusion Affidavits of ALL Subcontractor(s). The subcontractors listed on this proposal and/or submitted to the Contract Compliance Officer cannot be changed except for the following reasons. 1. The City of Waterloo does not approve the subcontractors. 2. The subcontractors submit in writing that they cannot fulfill their subcontracts 9. The Bidder shall list all equipment available for this project: c - i� ted 1' teyi4 01 latiti Ca 2.� - A-S 2 6 // ()al ,Qe ie-?e#o remit. czq eh&cr 4sox /0/e/cMp.s 4 .3 �v0 ff ex f San Wu, / der 77e s 10 ,e/�. £4 �p gates,�are",s5,Es sV; fornar, e e / Ala' t 'W /m'/lubcd V p �✓ st) /oa.)i -R- 10. The bidder has filled in all blanks on this proposal. Those blanks not applicable are marked "none" or "NA". 11. The bidder has attached all applicable forms. 12. 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: ne and Title !aft'vr DATE: / /2026 BID FORM Page 3 of 3 CITY OF WATERLOO, IOWA CODE ENFORCEMENT DEPARTMENT BID FORM for FY 2026-2028 COMPLAINT MOWING WITH COMPLAINT SNOW REMOVAL BIDDER: Left is �Ct e p tt es COMP Y NAd ADDRESS: Il itiedu/Pa �G7v3 PHONE: (. 5/ 9) 1. The undersigned, being a corporation existing under the laws of the State of `A , or a limited liability company existing under the laws of the State of _%. A , or a Partnership consisting of the following partners: t) ,1/4-- having been familiarized with the existing conditions on the project area affecting the cost of the work, and with all the Contract Documents now on file in the offices of the City Clerk, City Hall, 715 Mulberry Street, Waterloo, Iowa, and the Code Enforcement Department, 626 Mulberry Street, Waterloo, Iowa her eby proposes to furnish all supervision, technical personnel, labor, materials, machinery, tools, equipment, and services, including utility and transportation services required to complete the proposed FY 2026-2028 COMPLAINT MOWING 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 as needed mowing and trimming services for vacant lots: Approximately 85 vacant lots with each lot averaging 0.25 of an acre (totaling approx. 17.5-18 acres per occurrence) Price Per Occurrence: ()A( w o(tnd_5f dim% / dollars ($ /7% (2r 42 OPTION B: Provide all specified mowing and trimming services on dilapidated structures. Approximately 70 dilapidated structures with each lot averaging 0.25 of an acre (totaling approx. 12.5-13 acres per occurrence) Price Per Occurrence: Vitc>icicat c/Saen ,'4;1d dollars ($ /ycsfl tic) BID FORM Page 1 of 3 OPTION C: Provide all specified mowing services for residential complaint properties. Price Per Man Hour: btel `� Ca..C41 _5 dollars ($ 7/ 4 L> OPTION D: Provide all specified snow removal services for residential complaint properties. Price Per Man Hour: (2/1i j5t d o 0/1 dollars ($ et;,/ OPTION E: Provide all specified as needed snow removal services for vacant lots: There is a possibility of approximately 85 vacant lots Price Per Occurrence: A.,Od;sic/1 dollars ($ t9 17C� G� OPTION F: Provide all specified as needed snow removal services for Dilapidated Structures: There is a possibility of approximately 70 dilapidated structures Price Per Occurrence: /i-k2n `71 if /" 1i Ltl (11-d dollars ($ rfi/`) ?; 0 (2 1. 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. 2. In submitting this bid, the Bidder understands that the City reserves the right to reject any or all bids and to award one or moi e 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 withdi awn, the undersigned agrees to execute and deliver an agreement in the prescribed form and furnish the requii ed 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. 3. Security in the su of in the form of 'fit, BIDDERS. .SUS-)�ea)()dollars ($ % ) c , is submitted herewith in accordance with NOTICE TO 4. Attached is a Non -Collusion Affidavit of Prime Contractor. 5. The Bidder is prepared to submit a financial and experience statement upon request. BID FORM Page 2 of 3