Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
R-2015-009 Mowing & Grounds Contract with Embasssy Landscape Group
RESOLUTION NO. R-2015-009 A RESOLUTION AUTHORIZING AND AWARDING THE CITY MOWING AND GROUNDS KEEPING CONTRACT FOR 2015 TO EMBASSY LANDSCAPE GROUP IN AN AMOUNT NOT TO EXCEED $45,614.00 WHEREAS, the City of Riverside, Missouri issued an invitation to bid to contractors for mowing and grounds keeping for the City of Riverside; and WHEREAS, one written bid was received from vendors for the mowing and grounds keeping project; and WHEREAS, the purchasing policy adopted by the City provides for award of a bid to the lowest responsible bidder with due consideration given to the quality of previous performance of the contractor as well as the quality of service and product for this particular use required; and WHEREAS, following an investigation of services and references, staff has recommended award of the bid to the Embassy Landscape Group as the lowest responsible bidder; and WHEREAS, the Board of Aldermen find it is in the best interest of the City to authorize and approve the bid with Embassy Landscape Group in an amount not to exceed $45,614.00 for the mowing and landscaping project. NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF ALDERMEN OF THE CITY OF RIVERSIDE, MISSOURI, AS FOLLOWS: THAT the bid of Embassy Landscape Group for the mowing and grounds keeping of the City grounds in an amount not to exceed $45,614.00 is hereby accepted and approved; and FURTHER THAT the City Administrator, Mayor and/or Finance Director are hereby authorized to execute all documents necessary to carry out the terms and conditions of such contract and the City Clerk is authorized to attest thereto. PASSED AND ADOPTED by the Board of Aldermen and APPROVED by the Mayor of the City of Riverside, Missouri, the�°day of March, 2015. KA*.: oD or Kathleen L. Rose ATT City Olerl CITY OF (2n.=SmW I S 2950 NW Vivion Road Riverside, Missouri 64150 MEMO DATE: February 10, 2015 AGENDA DATE: March 3,2015 TO: The Mayor and the Board of Aldermen FROM:Tom Wooddell RE: City Supplemental Mowing Bid Results BACKGROUND:The City Supplemental Mowing Project consists of high profile mowing and grounds keeping at the Waterfall Park, Linear Park,West Platte Corridor,Welcome Plaza and City Hall Campus. Staff has received one sealed bid for the City Supplemental Mowing Project. Embassy Landscape Group—$45,614.00 BUDGET BACKGROUND: The adopted 2014-2015 fiscal budget included$55,000.00 in the Public Works Budget for supplemental mowing and grounds keeping. REVIEWED BY AND RECOMMENDATION: Staff has reviewed the bid. Embassy Landscape Group has provided this service for the City since 2012 with satisfactory results.Staff recommends Embassy Landscape Group be awarded the project based on lowest and best bid. CITY OF RIVERS MISSOURI INVITATION TO BID CITY OF RIVERSIDE SUPPLEMENTAL MOWING City of Riverside, Missouri February 9, 2015 1 CITY OF RIVERSIDE, MISSOURI ADVERTISEMENT FOR BIDS Sealed bids for the City Supplemental Mowing will be received by the City Clerk at Riverside City Hall, 2950 NW Vivion Road, Riverside, Missouri until 10:00 a.m.. on February 9, 2015. and then publicly opened and read aloud at Riverside City Hall. Bid and Contract Documents may be obtained at Riverside City Hall, or on the City of Riverside's website,www.riversidemo.com. The City reserves the right to waive any informality or to reject any or all bids. 2 CITY OF RIVERSIDE,MISSOURI INFORMATION FOR BIDDERS The City of Riverside,Missouri(the"City")invites sealed bids for the City Supplemental Mowin¢ 1. Receint and Ovenine of Bids. Bids will be received by the City at the office of the City Clerk, Riverside City Hall, 2950 NW Vivion Road, Riverside, MO 64150, until 10:00 a.m., on February 9. 2015, at which time all sealed bids will be publicly opened and read. The envelope containing the bids must be sealed, clearly marked on the outside of the envelope "City Supplemental Mowing" and addressed to the City Clerk at Riverside City Hall. The City reserves the right to award the contract by sections,to accept or reject any and all bids,to waive any technicalities or irregularities therein,to negotiate further with the selected bidder,to determine in its sole discretion the lowest responsive and responsible bidder, and to award the contract on such basis. Any bid may be withdrawn at the request of the bidder for return of the bid packet submitted by filing a written request with the City Clerk prior to the above scheduled time for the opening of bids or authorized postponement thereof. Any bid received after the time and date specified shall not be considered. No bidder may withdraw a bid within 90 days after the actual date of the opening thereof without forfeiture of the Bid Security,if applicable. 2. Reiection of all Bids. If the City rejects all Bids, the City may: (1) re-advertise or re-solicit Bids following the City's normal bidding procedure;or(2)use an expedited Bid submission schedule when the City determines that the delay would not be in the best interest of the project or the City. BIDDER AGREES THAT REJECTION SHALL CREATE NO LIABILITY ON THE PART OF THE CITY BECAUSE OF SUCH REJECTION,AND THE SUBMISSION OF ANY BID IN RESPONSE TO THIS INVITATION SHALL CONSTITUTE AN AGREEMENT OF THE BIDDER TO THESE CONDITIONS. 3. Preparation and Submission of Bid. Each bid must be submitted on the prescribed form(s) and accompanied by an Affidavit of Work Authorization.All blank spaces for bid prices must be filled in, in ink or typewritten, in both words and figures. On alternate items for which a bid is not submitted, a written indication of"no bid"on the bid form is required. No oral,electronic,facsimile or telephonic bids or alterations will be considered. CONTRACTORS SHOULD READ AND BE FULLY FAMILIAR WITH ALL BIDDING AND CONTRACT DOCUMENTS BEFORE SUBMITTING A BID. IN SUBMITTING A BID, THE BIDDER WARRANTS THAT IT HAS READ THE BIDDING AND CONTRACT DOCUMENTS AND IS FULLY FAMILIAR THEREWITH, THAT CONTRACTOR HAS VISITED THE SITE OF THE WORK TO FULLY INFORM ITSELF AS TO ALL EXISTING CONDITIONS AND LIMITATIONS, AND CONTRACTOR HAS INCLUDED IN THE BID A SUM TO COVER THE COST OF ALL ITEMS OF THE WORK. The submission of a bid will constitute an incontrovertible representation by the bidder that the Bid Documents are sufficient in scope and detail to indicate and convey understanding of all terms and conditions for performance of the work. 3 Bids by a corporation must be executed in the corporate name by the president or a vice-president (or other corporate officer accompanied by evidence of authority to sign) and the corporate seal must be affixed and attested by the secretary or an assistant secretary. The corporate address shall be shown below the signature. Bids by a partnership must be executed in the partnership name and signed by a partner,whose title must appear under the signature and the official address of the partnership must be shown below the signature. 4. Addenda and Interpretations: No interpretation of the meaning to the plans, specifications, or other pre-bid documents will be made to any bidder orally. Every request for such interpretation should be in writing addressed to: Public Works Director, City of Riverside: Tom Wooddell; 816-741-3908; twooddell(),riversidemo.com; and to be given consideration must be received at least five (5) calendar days prior to the date fixed for the opening of bids.Any and all such interpretations and any supplemental instructions will be in the form of written addenda to the Bid Documents which, if issued, will be available on the City's website. No one is authorized to make any clarifications, interpretations or modifications or give any instructions to the bidders during the bidding period except as described in this Section. For an appointment to inspect mowing areas please contact Tom Wooddell. 5. Substitute Material and Eauipment: The contract, if awarded, will be on the basis of material and equipment described or specified in the specifications without consideration of possible substitute of"or- equal" items. Whenever it is specified in the specifications that a substitute "or-equal" item of material or equipment may be furnished or used by Contractor if acceptable to City, application for such acceptance will not be considered by City until after the"effective date of the Agreement". 6. Subcontracts: The bidder shall submit to City with the Bid a list of all proposed sub-contractors to be used on the project. The list shall indicate those portions of the work each sub-contractor will be performing. The Contractor shall also submit a list of suppliers of major materials to be used on the project. The list shall indicate which materials each supplier is furnishing. The Bidder must be capable of demonstrating to the satisfaction of City that bidder has the capability at the time of submission of the bid to manage or perform all of the Work required to be performed on the project by Contractor under the Agreement. 7. Onalifications of Bidder: The City may make such investigations as it deems necessary to determine the ability of the bidder to perform the work, and the bidder shall furnish to the City all such information and data for this purpose as the City may request. The City reserves the right to reject any bid if the evidence submitted by,or investigation of, such bidder fails to satisfy the City that such bidder is properly qualified to carry out the obligations of the contract and to complete the work contemplated therein. Conditional bids will not be accepted. At a minimum, each Bidder must submit the following information with the Bid: Authority to Do Business in Missouri. Each bid must contain evidence of bidder's qualification and good standing to do business in the State of Missouri or covenant to obtain such qualification prior to award of the contract. Statement of Assurances. Provide affirmation of the following items: • Statement that Bidder is current on payment of Federal and State income tax withholdings and unemployment insurance payments • Statement that the Bidder has not been rescinded or debarred from any bidding, contractual,procurement or other such programs by federal state or local entities. 4 • Statement of Bidder's litigation and/or arbitration history over the past two (2) years including final ruling. Pending cases must be disclosed with a notation that the matter is still unresolved. • Provide sworn affidavits as outlined in the Information to Bidders' concerning Bidder's participation in the federal work authorization program. • Statement that there is no collusion or fraud with reference to illegal relationships of bidders and representatives of the City,bid pooling or strawbids 8. Time of Completion and Liquidated Damages: _ Applicable; ✓ Not Applicable. Bidder must agree to commence work on or before a date to be specified in a written "Notice to Proceed"of the City and to fully complete the project within :consecutive Calendar Days thereafter. 9. Conditions of Work: Each bidder must inform himself fully of the conditions relating to the construction of the project and the employment of labor thereon. Failure to do so will not relieve a successful bidder of its obligation to furnish all material and labor necessary to carry out the provisions of the contract. Insofar as possible the Contractor, in carrying out the work, must employ such methods or means as will not cause any interruption of or interference with the work of any other contractor. 10. Laws and Regulations: The bidder's attention is directed to the fact that all applicable federal and 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 will be deemed to be included in the contract the same as though herein written out in full. 11. Method of Award - Lowest Responsible Bidder: The contract will be awarded to the "lowest responsible bidder". If this solicitation includes Bid Alternates, the City, in its sole discretion, may include any, all or none of the Alternates in determining the lowest responsible Bid. The City may include the Alternates in any combination and in any order or priority as deemed in the best interest of the City. The City may make this determination at any time after bid closing and prior to contract award. The City will act in the best interest of the City in determining whether to include any, all or none of the Alternates and the combination and priority of any Alternates selected. If additional funding becomes available after Contract award,the City may add any or all of the Alternates to the Agreement by Change Order. The City may consider the qualifications and experience of subcontractors and other persons and organizations(including those who are to furnish the principal items of material or equipment)proposed for portions of the work. 12. Obligation of Bidder: At the time of the opening of bids, each bidder will be presumed to have inspected the site and to have read and to be thoroughly familiar with the plans and Contract Documents (including all addenda). The failure or omission of any bidder to examine any form, instrument, or document shall in no way relieve any bidder from any obligation in respect to the bid submitted. On request, City will provide each Bidder access to the site to conduct such investigations and tests as each Bidder deems necessary for submission of his bid. 13. Federal Work Authorization Program Participation: Bidders are informed that pursuant to Section 285.530, RSMo, as a condition of the award of any contract in excess of five thousand dollars ($5,000), the successful bidder shall, by swom affidavit and provision of documentation, affirm its 5 enrollment and participation if a federal work authorization program with respect to the employees working in connection to the contracted services. The affidavit shall further provide that the successful bidder does not knowingly employ any person who is an unauthorized alien in connection to the contracted services. 14. Proof of Lawful Presence: RSMo 208.009 requires that contractors provide affirmative proof that the Contractor is a citizen or permanent resident of the United States or is lawfully present in the United States. Affirmative proof can be established through a Valid Drivers License; US Birth Certificate (certified with an embossed, stamped or raised seal issued by a state or local government — hospital certificates are not acceptable); US Passport (valid or expired); US Certificate of Citizenship, Naturalization or Birth Abroad; US Military Identification Card or Discharge Papers accompanied by a copy of US Birth Certificate issued by a state or local government. 15. Transient Employers: Pursuant to RSMo 285.230, every transient employer (employer not domiciled in Missouri) must post in a prominent and easily accessible place at the work site a clearly legible copy of the following: 1)Notice of registration for employer withholding issued by the Missouri Director of Revenue, 2)Proof of coverage for workers' compensation insurance or self-insurance verified by the Missouri Department of Revenue through the records of the Division of Workers Compensation; and 3) Notice of registration for unemployment insurance issued to such employer by the Division of Employment Security. Contractor shall be liable for a penalty of$500.00 per day until such notices required by RSMo 285.230 et seq.are posted. 16. Current City Business License: The successful bidder,and all subcontractors, shall obtain a current city business license prior to beginning construction. 17. Sales Tax Exemption Certificate: The City will supply the Contractor with a Project Exemption Certificate for use in purchasing materials and supplies used on the project. The Contractor shall, in preparing its bid,omit from its computed costs all sales and use tares related to the purchase of materials or other tangible personal property incorporated into or consumed in the construction of the Project. 18. Non Discrimination and Eaual Opnortanity: Contractor shall ensure that all employees are treated equally without regard to their race,color,religion, sex,age,handicap or national origin. 19. Insurance: Contractor shall provide certificate of insurance evidencing general commercial insurance coverage and automobile coverage in an amount not less than $1,000,000 for each occurrence, and not less than$2,000,000 general aggregate,as well as workers' compensation in amount not less than the statutory amount. 20. Signing of Agreement: When City gives a Notice of Award to the successful bidder, it will be accompanied by the required number of unsigned counterparts of the Agreement and all other Contract Documents. Within twenty (20) days thereafter Contractor shall sign and deliver at least three (3) counterparts of the Agreement to City with all other Contract Documents attached and signed as required, together with the required bonds, evidence of insurance, city licenses and work authorization affidavit and documentation. Within ten(10)days thereafter City will deliver all fully signed counterparts to Contractor. The City may issue a Notice to Proceed with or at any time after delivery of signed counterparts to Contractor. 21. Term. The initial term shall be for one year. The contract term may be extended upon the parties' mutual agreement for up to three additional one-year terns,and upon mutually agreeable terms. 6 EXHIBIT A—SCOPE OF WORK CONTRACTOR SHALL PROVIDE UPKEEP OF TURF AND GROUNDS/LANDSCAPING ON THE SPECIFIC AREAS IDENTIFIED IN THIS PROJECT DOCUMENT HEREIN TO THE LEVEL OF GROOMING INDICATED.CONTRACTOR SHALL PROVIDE ALL LABOR,MATERIAL AND EQUIPMENT REQUIRED TO PERFORM THESE FUNCTIONS. CONTRACTOR SHALL PROVIDE SUPERVISORY OVERSIGHT TO ITS WORKFORCE AND BE FULLY RESPONSIBLE FOR ITS SAFETY. CONTRACTOR SHALL CORDON OFF WORK AREAS AS APPROPRIATE TO ENSURE THE GENERAL PUBLIC IS NOT EXPOSED TO HAZARDS DURING CONTRACTORS WORK OPERATIONS. CONTRACTOR SHALL BE SOLELY RESPONSIBLE FOR ALL WORKED PERFORMED. Description of work: the contractor shall agree and perform the described work to approximately 9.5 acres of land combined at areas A B,C,D,E and F.Additional landscape duties and optional mowing areas maybe added if needed under this contract by the City upon negotiated terms for the additional work with the contractor. Contractor shall maintain,rake, sweep,blow,edge,mow,plant,prune,litter control and weed control,turf and grounds in all areas. Season is based on a minimum of thirty two mows and associated lawn care services between April 1 and November 15". MOWING • Contractor's fleet must indicate the contractor's company name. Contractor's crew shall be identifiable by the contractor's company apparel and maintain a professional appearance. • All turf areas must be policed to remove all litter,debris and rubbish prior to each mowing and disposed of appropriately. Disposal of litter and other debris shall not be deposited in City Facilities dumpsters. • Maximum mowing height of turf shall be four and one half inches.The minimum height shall not be less than three inches. Mower height is determined by measuring mower blades lowest cutting point between level and hard paved surfaces. • Mowing patterns must be alternated each week to avoid the creation of ruts and compaction. Mowing must be performed only with equipment that is in proper operating conditions. Mower blades must be sharp at all times to provide high quality cutting. • Uneven,gouged or scalped turf must be corrected the day of damage. • All mowers shall be equipped with deflector shields.Shields shall be in the down position when operating. • Mowing shall be directed/discharged away from vehicles,water bodies,swimming pools, water features,ornamental planting beds,buildings and impervious surfaces. • Operation of mowing equipment at sidewalks and walking trails shall cease upon pedestrian traffic within the immediate work area. Operation of mowing equipment may continue to operate after pedestrian traffic has cleared the immediate area of work.Pedestrians have the Riaht of Way. • No visible clumps of grass or windrowing will be allowed to remain on the turf surface after mowing and prior to the crew moving to a new area. • Grass clippings shall be swept,blown,or vacuumed from sidewalks,parking lots,streets, benches,bicycle racks, street light poles,and walking trails immediately after mowing, collected and disposed of appropriately. Disposal of grass clippings and other debris shall not be deposited in City Facilities dumpsters. 7 • Sidewalks must be protected by tarps or cardboard when crossing during damp conditions to prevent tracking.If tracking does occur on sidewalk surfaces,it shall be cleaned prior to moving to the next area. • The City of Riverside Public Works Director or Assistant Public Works Director will coordinate the mowing schedule with the contractor,all work must be approved by the Public Works Director,the contractor shall immediately dispatch to the areas identified by the Public Works Director for remedial and coffective cutting in order to receive the approval needed to proceed on to the next area. • Contractor shall utilize string trimmers,edgers and mowers to trim around sign posts,drainage structures,trees ornamental planting beds,utility poles,curbs,driveways sidewalks,trails and other miscellaneous objects. • Areas under construction will be mowed and maintained as much as possible.Upon completion,the contractor will complete the mowing required in the construction area. • Contractor shall report all damage,vandalism,and storm damage to any trees,bushes, buildings,structures,vehicles or objects located in the mowing areas. • Contractor shall not mow in wet turf conditions due to rain or irrigation issues to avoid tracking and clumping of grass clippings. • Contractor may perform the work on any days of the week except Sunday between the hours of 6:30 AM and 8:00 PM. The Public works Director may change the regular mowing schedule if deemed necessary for special events. EDGING TURF • Turf areas must be edged to give a finished look to the turf and to maintain a clean and neat appearance. Corners and edges must be concise. • The cut edge must appear as clean, straight,or a gentle curve line. • String trimmers must be used to cut turf around non-living obstacles in the turf area.Turf cut in this fashion must be cut as the same height as the surrounding turf areas and on the same day the turf is mowed. • String trimmer clippings shall be wiped/blown off of all ornamental iron lights and benches. • String trimmers must not be used to cut turf directly adjacent to living trees,shrubs and ornamental plantings. • Disposal of grass clippings and other debris will not be deposited in City Facilities dumpsters. PLANT BED MAINTENANCE • Planting beds shall be kept free of all litter,debris and rubbish,weeds,leaves and debris at least every two weeks. • Provide ornamental sprayingthed treatment services in the spring and fall as appropriate to minimize weed growth while protecting desired ornamental vegetation from damage. 8 SPRAYING/FERTILIZER/HERBICIDES • Contractor shall provide a copy of their Missouri Department of Agriculture Pesticide Program Certified Public Operator License to the Public Works Director. • Provide herbicide treatment services in the spring and fall as appropriate to minimize weed growth while protecting desired City of Riverside vegetation from damage. • Use of herbicides must be recorded each time by contractor per State of Missouri Department of Agriculture standards with a copy given to the Public Works Director. • Pellet type material shall be removed from all impervious surfaces including all walkways and sidewalks. ADDITONAL NON-BID WORK REOUERING PRE-APPROVAL • Ornamental trees and shrubs shall be pruned and shaped at least once per year to maintain a neat and healthy appearance.Contractor will report to the Public Works Director prior to performing this type work for approval. • Remove any dead or dying ornamental plantings, Seasonal ornamental plantings,report to the Public Works Director for approval to plant and replace such plantings. • Replenishment of plants,trees, mulch or other related materials pertaining to grounds keeping shall be reported to the Public Works Director for approval to replenish or replace prior of doing such work. • Contractor shall submit to the Public Works Director a scope of work and price bid for any additional labor and materials for grounds keeping and planting bed maintenance. BONDING • Contractor shall be required to post a performance and payment bond 100%of the project total bid price. 9 Bid: Dated on this day of 2015 Contractor Title (SEAL) / Attested Title Address Telephone Number 10 Bid: a� I�1 -E�EN Lam(L A R5 � (C�($ �,�o l' C)o Dated on this dY day of .20 15 1-3 / ._(4044S 66 02e=6r WL110 Coc /ntractor —) Title ( \l (SEAL) I`1 OTAr-i iested Title Lj(o5 gW til \(E[?-PARK D2 Address & (.o A3C,4 (94 Telephone Number 10 EXHIBIT A ***ALL MOWING AREAS OUTLINED IN BLUE*** MAP A City Hall Campus area 4W HIGH DR I a 4551 HIGH DR I y 4646 HIGH DR 3006 VIVIOt 2908 VIVION RD 2920 HI R aDO HIGH DR - - - `,; ' ` '. I I 4401 -4423 C MONS DR � ON RD .• 390VVMONRO 3000 VIVION RD 11 EXHIBIT B MAP B Welcome Plaza area v u a 46"GATEWAY DR 12 EXHIBIT C MAP C West Platte 1 area 4N1 GATEWAY 011 4304 GATEWAY Q55 Fill vER SIDE S� TTE� 2.27 PLATTE RC i I 2701 GATEWAY DR .\ �\ \ am Q11TE71AY DR 4205 RIVER.SICE ST �B 4123RIVER SIDE ST f 4125 W IVER Ao 13 EXHIBIT D MAP D West Platte 2 Linear Park area 2504 GATEWAY DR TS BUSINESS FAP.h:LN 2501 PLATTE Rr I2401 PLATTE RD 301 BUSINESSPA RK LN -RIVERSI 1 2401 PLATTE RD f0D BUSINESS PARK:LN 14 EXHIBIT E MAP E West Platte 3 and Linear Trail area I ,1 i 2101 PLATTE RD _ 15 EXHIBIT F MAP F Waterfall Park area azo v i b 6 m /1 1 i •14 PLA d � PLATTE RD 2477 PLATTE RD e I 1801 PL:.TTF FC -- - — _. 1801 PLATTE RD 16 AFFIDAVIT for WORK AUTHORIZATION (as required by Section 285.530,Revised Statutes of Missouri) As used in this Affidavit,the following terms shall have the following meanings: EMPLOYEE: Any person performing work or service of any kind or character for hire within the State of Missouri. FEDERAL WORK AUTHORIZATION PROGRAM: Any of the electronic verification of work authorization programs operated by the United States Department of Homeland Security or an equivalent federal work authorization program operated by the United States Department of Homeland Security to verify information of newly hired employees, under the Immigration Reform and Control Act of 1986(IBCA), P.L. 99-603. KNOWINGLY: A person acts knowingly or with knowledge, (a) with respect to the person's conduct or to attendant circumstances when the person is aware of the nature of the person's conduct or that those circumstances exist; or (b) with respect to a result of the person's conduct when the person is aware that the person's conduct is practically certain to cause that result. UNAUTHORIZED ALIEN: An alien who does not have the legal right or authorization under federal law to work in the United States,as defined in 8 U.S.C. 1324a(h)(3). State of ( ) County of ATTE ) ss: �5� LIE ORE �VIEt the undersigned notary, personally appeared �1 who, being duly sworn, states on his/her oath or affirmation as follows: 1. My nameis and I am currently the �CCrLf� r�. o S (hereinafter "Contractor"), ose business dress is and I am authorized to make this Affidavit. itCe-M de l yt O SD 2. I am of sound mind and capable of making this Affidavit, and am personally acquainted with the facts stated herein. 3. Contractor is enrolled in and participates in a federal work authorization program with respect to the employees working in connection with the following services contracted between Contractor and the City of Riverside: City Supplemental Mowing. 4. Contractor does not knowingly employ any person who is an unauthorized alien in connection with the contracted services set forth above. 17 5. Attached hereto is documentation affirming Contractor's enrollment and participation in a federal work authorization program with respect to the employees working in connection with the contracted services. Further,Affiant saith not. C-- :n-ntea ign tune of ffiant Name: j Td b�sc�rib�ecl(, /and sworn to before me this '`I day of L, � ,2015. No7,dblic 18 6105 NW River Park Dr. ` INC Riverside,Missouri 4150 LANDSCAPE GROUP. INC. Ph: 816-436--4194 2015 Grounds Maintenance Agreement Billing Information Project Information To: City of Riverside,Missouri Property: City of Riverside,Missouri Address: 2950 NW Vivion Rd Address: 2950 NW Vivion Rd Riverside,MO 64150 Riverside,MO 64150 TERMS: Beginning: January 1.2015 Ending: December 31,2015 Base Contract Amount: $45.614.00 Monthly Irrigation Repair Allotment: $ Per Occurrence: Initial Billing Options: Monthly: No.of Months 12 X $3,801.17 per month Agent of: Embassy landscape Group.Inc. Agent of: City of Riverside.Missouri By Jeff Gilsinn By 0VY) U—)0(,) 4)- Printed Client Name V� J Title Ac- 4a-q#tnt/c Title ,,�y�tc (A��rS Ks Iro IAr Signature Signature� rry=^� ��,f�,�� Date 1 21/ Date I r R `j Date: January 21,2015 11IVSS 1'. Embassy Rep. Jeff Gilsinn *LANDSCAPE GROUP. INC. Client: City of Riverside,Missouri Grounds Maintenance (Attachment A) - City of Riverside,Missouri Desctlplton of Services Frequency Cost per occ. Annual Cost - Turf Maintenance Spring Cleanup(leaves) 1 $1,241.00 $1,241.00 Mow High Profile Turf 30 $900.00 $27,000.00 Fall Cleanup(leaves) 1 $1,373.00 $1,373.00 Chemicals Program Turf Application Rd#1 1 $1,516.00 $1,516.00 Turf Application Rd#2 1 $2,087.00 $2,087.00 Turf Application Rd#3w/Grub 1 $1,693.00 $1,693.00 Turf Application Rd#4 1 $1,840.00 $1,840.00 Turf Application Rd#6 1 $1,427.00 $1,427.00 Tree and Shrub Application Rd#2 1 $452.00 $452.00 .Tree and Shrub Application Rd#3 1 $452.00 $452.00 Pre-emergent application in Beds 2 $1,014.00 $2,028.00 Detail Services Shrub Pruning-Spring 1 $545.00 $545.00 Shrub Pruning-Summer 1 $545.00 $545.00 Perennial Maintenance(Spring cutback) 1 $546.00 $546.00 Perennial Maintenance(Seasonal deadheading) 1 $542.00 $542.00 Bed Maintenance(weeds) 15 $155.00 $2,327.00 Optional Services Annual Maintenance Price $45,614.00 Client Signature Embassy Representative Signature By signing you are agreeing to the attached"Terms and Conditions"as they are written and approve Embassy to perform the estimated duties/tasks for the price quoted above. THE AMERICAN INSTITUTE OF ARCHITECTS 0 AIA Document A310 Bid Bond KNOW ALL MEN BY THESE PRESENTS Duthat we Embassy Landscape Group, Inc.,6105 NW River Park Drive, Riverside, MO 64150 as Principal, hereinafter called the Principal, and Employers Mutual Casualty Company, P.O. Box 712, Des Moines, IA 50303 a corporation duly organized under the laws of the State of Iowa, as Surety, hereinafter called the Surety, are held and firmly bound unto the City of Riverside,2950 NW Vivion Road, Riverside, MO 64150 as Obligee, hereinafter called the Obligee, in the sum of Five Percent(5%) of the Amount Bid Dollars ($-------------------), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns,jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for City of Riverside Supplemental Mowing NOW,THEREFORE,if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid,and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof„or in the event of the failure of the Principal to enter such Contract and give such bond or bonds,if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid,then this obligation shall be null and void,otherwise to remain in full force and effect. Signed and sealed this 9th day of February, 2015 Embassy Landscape Group, Inc. Iii (Principal) (Wi) ess) , ✓ re JEployers ual Casualty Company (surety) (seal) (wi ess) Peggy ,Attomey-in-Fact AIA DOCUMENT A310.BID BOND AIA @.FEBRUARY 1970 ED. THE AMERICAN INSTITUTE OF ARCHITECTS,1735 N.Y.AVE.,N.W.,WASHINGTON,0.C.20006 THE FACE AND REVERSE OF THIS DOCUMENT HAVE A COLORED FLAGON WHITE PAPER 'EMC INSURANCE P.O.Box 712•Des Moines,IA 50306-0712 N0. 600503 CERTIFICATE OF AUTHORITY INDIVIDUAL ATTORNEY-IN-FACT KNOW ALL MEN BY THESE PRESENTS, that: 1. Employers Mutual Casualty Company,an Iowa Corporation S. Dakota Fire Insurance Company,a North Dakota Corporation 2. EMCASCO Insurance Company,an Iowa Corporation 6. EMC Property&Casualty Company,an Iowa Corporation 3. Union Insurance Company of Providence,an Iowa Corporation 7. Hamilton Mutual Insurance Company,an Iowa Corporation 4. Illinois EMCASCO Insurance Company,an Iowa Corporation hereinafter referred to severally as"Company'and collectively as"Companies",each does,by these presents,make,constitute and appoint: PEGGY MARRS,SHANE DAVOLT,TRAVIS BARKER,KIMBERLY BECKMAN its true and lawful aftomey-in-fact,with full power and authority conferred to sign,seal,and execute its lawful bonds,undertakings,and other obligatory instruments of a similar nature as follows: In an amount not exceeding Five Million Dollars...........................................................................................................................................................$5,000,000.00 and to bind each Company thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of each such Company,and all of the acts of said attorney pursuant to the authority hereby given are hereby ratified and confirmed. The authority hereby granted shall expire APRIL 1,2015 unless sooner revoked. AUTHORITY FOR POWER OF ATTORNEY This Power-of-Aftomey is made and executed pursuant to and by the authority of the following resolution of the Boards of Directors of each of the Companies at a regularly scheduled meeting of each company duly called and held in 1999: RESOLVED:The President and Chief Executive Officer,any Vice President,the Treasurer and the Secretary of Employers Mutual Casualty Company shall have power and authority to (1) appoint adomeys-in-fact and authorize them to execute on behalf of each Company and attach the seal of the Company thereto, bonds and undertakings,recognizances,contracts of indemnity and other wrifings obligatory in the nature thereof;and(2)to remove any such aftomey-in-fact at any time and revoke the power and authority given to him or her.Attomeys-in-fad shall have power and authority,subject to the terms and limitations of the power-of-aftomey issued to them, to execute and deliver on behalf of the Company, and to attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof,and any such instrument executed by any such attomey-in-fact shall be fully and in all respects binding upon the Company. Certification as to the validity of any power-of-aftomey authorized herein made by an officer of Employers Mutual Casualty Company shall be fully and in all respects binding upon this Company. The facsimile or mechanically reproduced signature of such officer,whether made heretofore or hereafter,wherever appearing upon a certified copy of any power-of-aftomey of the Company,shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN WITNESS THEREOF,the Companies have caused these presents to be signed for each by their officers as shown,and the Corporate seals to be hereto affixed this 3rd day Of JUNE 2014 /����� Seals .�(7[ ........."s aq''. :' °M^9 ., :'a.+ a ''• AV Bruce G.Kelley, hainnan Michael Freel °;o•^°w.',°�: • �:'ow°°»:''.�-. :o;`;,ew%� '�;2 of Companies 2,3,4 5&6;President Assistant Vice President _ of Company 1;Vice Chairman and ;SEAL ,,, 1863`°; . ; 1953% IOWA ` ' CEO ofCompany 7 '•� ,own�: Nn . 3� ♦'�� . On this 3rd day of JUNE AD 2014 before mea Rq °f; M ;�a('q , Notary Public in and for the State of Iowa,personally appeared Bruce 3,Kelley and Michael Freel, who,being by me duly swom,did say that they are,and are known to me to be the Chairman, <-- = =` = ` President, Vice Chairman and CEO, and/or Assistant Vice PresidentlAssistant Secretary, w_ SEAL <; SEAL ; =W SEAL 8` respectively,of each of The Companies above;that the seals affixed to this instrument are the •h; „p•;= °F...... P = seals of said corporations;that said instrument was signed and sealed on behalf of each of the ow> ,. °q>ry oAw�,,. w,"Es.° `' Companies by authority of their respective Boards of Directors;and that the said Bruce G.Kelley and Michael Freel,as such officers,acknowledged the execution of said instrument to be the voluntary act and deed of each of the Companies. tlTUq My Commission Expires October 10,2016. _ ► �� _� y KATHY LYNN LOVERIDGE L , i Commission Number 780769 My Commission Expires October 10,2016 Nota Public ig and for the State of Iowa CERTIFICATE I,James D.Clough,Vice President of the Companies,do hereby certify that the foregoing resolution of the Boards of Directors by each of the Companies, and this Power of Attorney issued pursuant thereto on JUNE 3,2014 on behalf of: PEGGY MARRS,SHANE DAVOLT,TRAVIS BARKER,KIMBERLY BECKMAN are true and correct and are still in full force and effect. In Testimony Whereof I have subscribed my name and affixed the facsimile seal of n eachCompanythis 9th day of February 2015 (7�— O Vice President Power7832(1-14) "For verification of the authenticity of the IVERSID CITY OF RIVERSIDE eEXPIRATION DATE BUSINESS LICENSE 12/31/2015 DATEISSUED I LICENSENUMBER _,,�e� 1/01/2015 0094 hRf Elm " L6105 NW RIVERPARK DRIVE LICENSE FOR LOCATION OF BUSINESS OCCUPATIONAL This license is to be displayed conspicuously at the location of business,and is not transferable or assignable. FEE CLASS $48.00 RETAIL TMS LICENSE IS ISSUED PURSUANT TO THE JOE SMITH PROVISF SNS OF TFECITY CODE QFTFECITY EMBASSY LANDSCAPE GROUP OF V IDEANDAMENDM O. P.O. BOX 29048 PARKVILLE MO 64152 Mayor Clerk F2V Bt SSY. LANDSCAPE GROUP, INC. City of Riverside Missouri Supplemental Mowing 2015 Contractual Year 2-9-15 Dear Riverside City Clerk, Included in this packet is Embassy Landscape Group's submission for the Supplemental Mowing for the 2015 season for the City of Riverside Missouri. Contents include: • "Embassy 2015 Grounds Maintenance Agreement" - Summarizing the scope of work and pricing. • Notarized, Bid Document page 10 • Notarized, Bid Document pages 17, 18 "Affidavit for Work Authorization" • Notarized, Bid Bond fulfilling the bid requirement of 100% of the project total bid price • Copy of Embassy's current business license for the Coty of Riverside. To fulfill bid document section 7. Qualifications of Bidder, we hereby make the following Statements of Assurances: • Embassy Landscape Group is in good standing and is authorized to do business in the State of Missouri • Embassy Landscape Group is current on Federal and State withholdings and unemployment insurance payments • Embassy Landscape Group has not been rescinded or debarred from any bidding, contractual, procurement or other such programs by federal, state or local entities. • Embassy Landscape Group has not been involved in any federal, state or local government litigation or arbitration in the last two years. • Attached in packet is a notarized "Affidavit for Work Authorization". • Embassy Landscape Group testifies that there is no collusion or fraud with bidders or representatives of the City of Riverside or any bid pooling or straw bids. Sincerelyranldsc Julie Jord Secretary Embassye Group OFF. 816.436.4194 PO BOX 29048, PARKVILLE, MO 64152 1 A6 ® CERTIFICATE OF LIABILITY INSURANCE DATE IMM/DD YVI 3/z/zols 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(les) must 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 endomement(s). CONTCT PRODUCER NAMEA Brid ett MC uerre G M Peters InsllranCe PHONE I FAX 11 N. Water Street A/C Na Ext:816-883-41 A/C No: - -8050 Liberty MO 64068 ADDRESS: bridgettm@cfmpeters.com PRODUCER CUSTOM ER IDM EM13AS-2 INSURERS AFFORDING COVERAGE NAIC# INSURED INSURER A:America First Insurance Embassy Landscape Group, Inc. , ELG Machinery, Inc. INSURER B: BE InsllranCe Company 6105 NW River Park Drive INSURERC: Riverside MO 64150 INSURERD: INSURER E INSURER F: COVERAGES CERTIFICATE NUMBER:312473472 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LIC INSR TYPE OF INSURANCE ADSL UBR POLICY NUMBER MMIDDPOLICYIYYYY EFF MMA)DYIYYYY LIMITS XP TR A GENERAL LIABILITY Y Y EM55018058 4/1/2014 4/1/2015 EACH OCCURRENCE $1.000,000 % DAMA NTED 100,000 COMMERCIAL GENERAL LIABILITY PREMISES Ea occurnnce $ CLAIMS-MADE IX I OCCUR MED FXP(Any me person) $5.000 PERSONAL B ADV INJURY $1,000,000 GENERALAGGREGATE $2.000.000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OPAGG $2.000,000 POLICY X PRO- LOC $ A AUTOMOBILE LIABILITY Y Y BAS55018059 4/1/2014 4/1/2015 COMBINED SINGLE LIMIT $1,000,000 (Ea accitlenp XANY AUTO BODILY INJURY(Per person) $ ALL OWNED AUTOS BODI LY INJURY(Par accident) $ SCHEDULED AUTOS PROPERTY DAMAGE % HIRED AUTOS (Per amdent) $ X NON-OWNEDAUTOS uninsured $1,000,000 Underinsured $1,000,000 A UMBRELLA UAB x OCCUR Y Y US055018058 4/1/2014 4/1/2015 EACH OCCURRENCE $2.000.000 EXCESS UAB CLAIMS-MADE AGGREGATE $2,000,000 DEDUCTIBLE $ x RETENTION $10,000 $ B WORKERS COMPENSATION WC3xzEHE01 4/1/2014 4/1/2015 % WC ST NIT DTH- AND EMPLOYERS'LIABILITY ANY PROPRIETORMARTNEWEXECUTIVE YIN EL EACH ACCIDENT $1,000,000 OFFICERAIEMBER EXCLUDED? NIA (Mandatory In NH) E.L.DISEASE-EA EMPLOYE $1,000,000 If yes,decorum under DESCRIPTION OF OPERATIONSbel. EL DISEASE-POLICY LIMIT $1,000,000 A Contractors Equipment BI(555018058 4/1/2014 4/1/2015 Blanket Limit $600,000 Leased/Rented $250,000 Deductible $1,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (Almon ACORD 101,Additional Remarks Schedule,if more space is required) Certholder is an additional insured on a primary & non-contributory basis in respects to named insured's negligent acts for general liability as required by contract. CERTIFICATE HOLDER 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. City of Riverside, MO 2950 NW Vivion Road Riverside MO 64150 AUTHORIZED REPRESENTATIVE ©1988-2009 ACORD CORPORATION. All rights reserved. ACORD 26(2009109) The ACORD name and logo are registered marks of ACORD