HomeMy WebLinkAboutWoodruff ConstructionWOODRUFF CONSTRUCTION
1717 Falls Avenue 1 Waterloo, IA 1 50701
Contents:
Bid Bond
BID SECURITY FOR:
v. 2�23 G a-4es Qacuu Iffe oveavo s
Coy Cowkfmt10.Wv
B\v AA rE : 5t (117-023
115 u,,lberw6 St
UOCOrt 00I k A Sol03
WOODRUFF CONSTRUCTION
1717 Falls Avenue Waterloo, IA 50701
Contents:
_ Bid Form
_ Bidder Status Form
Nda •CDU,us m4 AckiitU k
BID FOR:
C`I.2o 2,3 G a\e5 ?col c \vneyoue.wte-tntS
L;J CxPn c t enle
'at) PATE 5111 42.3
030AM \ gDl1010
Honorable Mayor and City
Waterloo, Iowa
Gentlemen:
FORM OF BID OR PROPOSAL
FY 2023 GATES PARK IMPROVEMENTS
CONTRACT NO. 1076
CITY OF WATERLOO, IOWA
Council
Revises per
Accencum #4
1. The undersigned, being a Corporation existing under the laws of the State of Iowa , a
Partnership consisting of the following partners: Jason Rechkemnmr
having familiarized (himself) (themselves) (itself) with the existing conditions on the project area
affecting the cost of the work, and with all the contract documents listed in the Table of Contents and
Addenda (if any), as prepared by the City Engineer of the City of Waterloo now on file in the office of
the City Clerk, City Hall, Waterloo, Iowa, hereby proposes to furnish all supervision, technical
personnel, labor, materials, machinery, tools, appurtenances, equipment, and services, including
utility and transportation services required to construct and complete this FY 2023 GATES PARK
IMPROVEMENTS, Contract No. 1076, all in accordance with the above -listed documents and for
the unit prices for work in place for the following items and quantities:
FY 2023 GATES PARK IMPROVEMENTS
CITY CONTRACT NO. 1076
ITEM
NO.
ITEM
UNIT
EST.
QTY.
DIV 1
EST.
QTY
ALT 1
UNIT BID
PRICE
TOTAL DIV 1
PRICE
TOTAL ALT
#1
PRICE
1
CLEARING
AND GRUBBING
LS
1
$ 411152/3
$ y1,15z.73
$
2
TOPSOIL,
PROVIDED
CONTRACTOR
CY
7725
1270
$ 2
6
.3-7
$ 203,70S, Zi
$ 33,ti8`1,`i o
3
TOPSOIL, ON -SITE
CY
5850
340
$cf
59
$56,101.50
$'3latae.b0
4
EXCAVATION,
CLASS 10,
CY
33280
3200
$ 7•9 4
$.
2�1`112C %.00
$ 3 gbB.c�1
a I
WASTE
5
SUBGRADE PREPARATION, e
IN.
SY
8013
1069
$ 2.10
$
161827,30
$A,c)4y.90
6
SUBBASE, MODIFIED 4IN,
SY
5792
910
$7,19
$417Lyy.LI
$b194a.`10
7
SUBBASE, MODIFIED 6IN.
SY
13445
1205
$MI
$ 12 170(55
$101WYM$'
8
SANITARY
IN.,
SEWER SERVICE, 4
PVC
LF
158
$5$,Iy
$%Oka
$
9
SANITARY
IN.,
SEWER SERVICE, 6
PVC
LF
305
$6141.3
$
1`1, 792,45.
$
10
REMOVAL OF SANITARY
SEWER
LF
206
$
1R,78
$ N,0'161.14
$
11
SANITARY SEWER CLEANOUT
EA
2
$1, 2511. 33
$ 2151(e, 4G
$
12
STORM SEWER,
RCP, CLASS III,
LF
687
$ j
q,SY.
$
4s1,9bo
1
Zy
TRENCHED,
12 IN.
13
STORM
RCP, CLASS
SEWER,
III,
LF
423
$ -i3,1z,
$ 30192e110
$
TRENCHED,
15 IN.
14
STORM
RCP, CLASS
SEWER,
III,
TRENCHED,
18 IN.
LF
77
$ go,31
$
tt11
g3.$7
$
15
REMOVAL OF STORM
PIPE
SEWER
LF
134
$
liq.1S
$ 2,6)50,52
$
16
12" RCP APRON 4030.222
EACH
1
$2-101%21
$210(0.$7
$
FORM OF BID
FB-1 of 9
City Contract No. 1076
FY 2023 Gates Park Improvements
Waterloo, Iowa
evisec per
Addendum #f4
ITEM
NO.
ITEM
UNIT
EST.
QTY.
DIV 1
EST.
QTY
ALT 1
UNIT BID
PRICE
TOTAL DIV 1
PRICE
TOTAL ALT
#1
PRICE
17
15" RCP APRON 4030.222
EACH
3
`'
$ Z17%.9q
$`25r210 •g2
$
18
18" RCP APRON 4030.222
EACH
1
$ 2,6111 b 11
$ 2,R6110 • 17
$
19
RCP APRON FOOTINGS
4030.221
EACH
7
$1,111.71
$ S)3110.60
$
20
SUBDRAIN, NONPERFORATED
PLASTIC PIPE,
4 N. DIA.
LF
10
$ ID, pp
$
$ 300,0C�
21
SUBDRAIN, NONPERFORATED
PLASTIC PIPE, 6 IN, DIA.
LF
22
$ 15, rJ-7
$ 34a,
�j
H
$
22
SUBDRAIN, 61N. DIA, TYPE SP
LF
4529
660
$
I 6.6$
$ i07561 $a
$ in,asa .8°
23
SUBDRAIN OUTLETS, 4040.233
EACH
7
2
$ 4gq,
59
$ 2(131.13
$%?A, 18
24
WATER
REDUCER
FITTING, 2 IN TO 1.5 IN
EACH
1
$ • 5
1�.b(7
$ 6r1.
0
$
25
WATER
REDUCER
FITTING, 4 IN TO 1.5 IN
EACH
1
$CM. Sq
$ g3S,gq
$
26
WATER SERVICE, 1.5 IN.
COPPER
LF
5
432I
$ 216.05'
$
27
WATER SERVICE, 2 IN.
COPPER
LF
190
$
Uj,q•3
$
U-15210.`
$
°
28
WATER
COPPER SERVICE, 3 IN.
LF
127
$ 126 *3ID
$
15,18ti .22.
$
29
WATERMAIN REMOVAL
LF
236
$
11
113
$ LiIidoca•
OS
$
30
VALVE, GATE, DIP, 4 IN
EACH
1
$ 2.457.zR
$ 21157,
ZW
$
31
MANHOLE
SW-301,
48 IN.
EACH
1
$1pr
113151
$ to,113,91
$
32
INTAKE, SW-512, 24 IN.
EACH
12
40531
$ 5t itz Zs
$
33
INTAKE, SW-513
EACH
2
$61/101ill
$181211.42
$
34
STORM SEWER STRUCTURE
ADJUSTMENT, MINOR
EACH
1
1
$ `Z 817, 01
I
$ 2101.7 .01
$ a181'7
.01
35
STORM SEWER MANHOLE
ADJUSTMENT, MAJOR
EACH
2
$71311.$0
$ 1NI(aL3,t40
$
36
SANITARY SEWER
ADJUSTMENT,
EACH
2
1
$
K�11N."L3
$ 1,BZs•ub
$
NIg1y•)3
MANHOLE
MAJOR
37
REMOVALS, MANHOLE OR
INTAKE
EACH
3
1
$ I )9eta
210
$ 111N1y
; 78
$ 1
ltigi5.ab
38
PCC PAVEMENT, CLASS C,
CLASS 3 DURABILITY, 7 IN.
SY
8013
1069
$ 6575"
$ 1*e
1
is-
$Gj"1 5g6:75
j
39
PCC PAVEMENT, CLASS C,
CLASS 3 DURABILITY, 6 IN.,
BASKETBALL COURT
SY
3280
$41•55
$159I2'iN
do
$
40
PCC
CLASS
POOL
PAVING
PAVEMENT,
3 DURABILITY,
AND PLAY
CLASS C,
6 IN.,
AREA DECK
SY
988
$ g7.05
$1( 14%yi0
$
FORM OF BID
FB-2 of 9
City Contract No. 1076
FY 2023 Gates Park Improvements
Waterloo, Iowa
Revisec per
Accencum #4
ITEM
NO.
ITEM
UNIT
EST.
QTY.
DIV 1
EST.
QTY
ALT 1
UNIT BID
PRICE
TOTAL DIV 1
PRICE
TOTAL ALT
#1
PRICE
41
CURB AND GUTTER,
STANDARD, 6 IN.
LF
95
105
$ .3$,0�
$ 3)(015 .10
$ 3)g16:30
42
SY
1126
$'3a .vo
$
$ 3(%,o3,p0
HMA PAVEMENT OVERLAY, 3
43
REMOVAL OF SIDEWALK
SY
12.3
$.g
:Lc
$ $g.5(n
$
44
PCC PAVEMENT, CLASS C, 6
IN. PCC RECREATIONAL
TRAIL
SY
4107
167
$ i.(/
•3W
$ )91
11-M0.45
$11907.45
45
PCC PAVEMENT, CLASS C, 5
IN. PCC SIDEWALK
SY
446
713
$ 1431 i
$
I912LILI.1O
$ 30,765.75-
46
DETECTABLE WARNING
PANELS
SF
169
12
$ 53.94
$ 5, 3` 4
, oc�
$(ok'�,`�$
47
PCC PAVEMENT, DRIVEWAYS,
CLASS C, CLASS 3
DURABILITY, 6 IN.
SY
172
$ 50.311
$ S,65%,48
$
48
REMOVAL OF GRANULAR
SURFACING MATERIAL
SY
7941
1468
$ 1, 20
$
52q
.'d 0
$
117 ((.
bD
49
CLASS A ROADSTONE
TON
30
$ --N.gb
$ 1/ Rd% $O
$
50
REMOVAL OF PAVEMENT
SY
1811.4
3752
$"1,7q
$ NI(0.81
$)1epro,co
1
51
REMOVAL OF PLAYGROUND
SURFACING
SY
633
$ I
VIM(
$ y)551.€ai
$
52
REMOVAL OF CURB AND
GUTTER
LF
250
105
$ t'2 .
l
$ Q47
3
$ I
1 N.gS
so
53
REMOVAL OF FLUME
LF
201
$ 3.(00
$1.n. (PO
$
54
PAINTED PAVEMENT
MARKINGS,
SOLVENT/WATERBORNE
STA
40.53
-6m4
$ gfj,no
$ 31$€610•83
$
55
PAINTED PAVEMENT
SYMBOLS,
SOLVENT/WATERBORNE
EACH
16
2
$ tjcl',gt(
$ 954i, 04
$
56
LS
1
$5,6iO3,t
$ /9'I3.4b
$
TRAFFIC CONTROL
57
TYPE A SIGNS, SHEET
ALUMINUM
SF
45
12
$ q,q
Q
$
11349.10
$3i
•11O
LF
LF
190
30
$ )1
,
)ea
$ 3/(04N,0O
$ Cj'15.4o
SQUARE STEEL
PERFORATE58 TUBE POSTS
59
PERFORATED QUARE STEELTUBE
EACH
19
3
$%'i43
$$1`dQ'a,)a
$ t INa4N
60
WAT€R{NQ
M€Ar=
275
$ V
$ O
$ O
61
SEEDING, FERTILIZING, AND
MULCHING FOR HYDRO-
SEEDING, TYPE 1
ACRE
.10.4
1.7
$1.y?1.03
$ L(9)%itI.IS
$$050.81
FORM OF BID
FB-3 of 9
City Contract No. 1076
FY 2023 Gates Park Improvements
Waterloo, Iowa
�evisec oer
Addendum tt4
ITEM
NO.
ITEM
UNIT
EST.
QTY.
DIV 1
EST.
QTY
ALT 1
UNIT BID
PRICE
TOTAL DIV 1
PRICE
TOTAL ALT
#1
PRICE
62
SEEDING, FERTILIZING, AND
MULCHING FOR HYDRO-
SEEDING, TYPE 2 SOCCER
FIELD
ACRE
2.43
$ 35�5,y(o
I
sea •73•i•"7O
1
$
63
SEEDING, FERTILIZING, AND
MULCHING FOR HYDRO-
SEEDING, TYPE 4
ACRE
12.8
1.7
$aI(no ,(03
$ 3$,'3`.
,Se
$5106v4.21
64
TEMPORARY ROLLED
EROSION CONTROL
PRODUCTS (RECP), TYPE 2
SY
1856
309
$1,5(,o
rl
$+9121
1
5,1J(0
$1069‘•061
65
PERIMETER AND SLOPE
DEVICE,
LF
8756
930
$41 ,10
$ I`6138.7•GO
$ I17zi3
pp
SEDIMENT CONTROL
9 IN.
66
REMOVAL OF PERIMETER
AND SLOPE SEDIMENT
CONTROL DEVICE
LF
8756
830
$ 0.I
q
$
1)61kOS
$ t4)(.1 40
67
E RIP
TON
10
$ I
I3,q
a,
$ 11%9
.20
REVETMENT, CLASS
RAP APRON (& ENG.
FABRIC) FOR PIPE
9040.111
OUTLET,
68
TURF REINFORCEMENT MATS
(TRM)
SQ
168
$59
sq3
$ )o, Dto$ 91
$
69
SEDIMENT BASIN
DEWATERING DEVICE
EA
6
$'d1091.51.
$
015P,5,40.
$
(PERFORATED RISER)
70
FENCE
LF
458
92
$ a•10
$ �1
tat •$CI
$
Iq3
•a0
SILT FENCE OR SILT
DITCH CHECK, INSTALLATION
71
SILT FENCE OR SILT FENCE
DITCH CHECK, REMOVAL OF
SEDIMENT
EA
10
1
$
I19.83
$
I,101359
$
WI
72
SILT FENCE OR SILT FENCE
DITCH CHECK, REMOVAL OF
DEVICE
LF
458
92
$ 0.1Q
$ 59.9G
$ II,04-1
73
CONSTRUCTION ENTRANCE
SY
210
90
$ a3 611
$ 5,033,76
$ \G7,W
74
FENCEOREMOVAL OF CHAIN LINK
LF
826
a06
$
IQ,$15
$ `aIcIQ7(v,SS
$
75
TEMPORARY FENCING
LF
4880
120
$
).51.
$ 3bl01.bo
$10•LIv
76
REMOVE RETAINING WALL,
AS PER PLAN
LS
1
$ 513g3
�
y
$ 513g3 •-1y
$
77
REMOVE REMAINING POOL
FLOOR/WALL, AS PER PLAN
LS
1
$ 2L,9
4
(v
$Z(iq�•7a
I
$
78
ROSETTA STONE
WALL
RETAINING
SF
515
$105,1.1$
$94I33120
$
79
ROSETTA OUTCROPPING
STONE CONCRETE BOULDERS ON
EA
7
$ 353.‘p5
$ a ,915.55
$
HO
MOWING
11.5
3.5
$ O
$ d
$ ('
FORM OF BID
FB-4 of 9
City Contract No. 1076
FY 2023 Gates Park Improvements
Waterloo, Iowa
.evised oer
Accencuin H4
ITEM
NO.
ITEM
UNIT
EST.
QTY,
DIV 1
EST,
QTY
ALT 1
UNIT BID
PRICE
TOTAL DIV 1
PRICE
TOTAL ALT
#1
PRICE
81
OPEN -THROAT CURB INTAKE
EACH
4
3
$ZCv,'7a
$ 838 •g g
$(13.1.1p
82
MAINTENANCE
THROAT
SEDIMENT
OF OPEN-
CURB INTAKE
FILTER
EACH
4
3
$3o.y
St
Oilb
$10.0,
83
REMOVAL OF OPEN -THROAT
CURB INTAKE SEDIMENT
FILTER
EACH
4
3
$ 30,04
$ 190,1c,
$ 1 O.Ye
84
INTAKE
SEDIMENT
9 IN,
PROTECTION,
EACH
22
3
$ 1(1 A6s-
$ alto310:
1b
$ Iffi • ylS
CONTROL DEVICE,
85
MAINTENANCE OF INTAKE
PROTECTION, SEDIMENT
CONTROL DEVICE
EACH
22
3
$a9.91
$ 65q .lB
$co9
q1
86
REMOVAL OF INTAKE
PROTECTION, SEDIMENT
CONTROL DEVICE
EACH
22
3
$ 1 MCI
$ (,59 :ig
$
ri -911
GR87 FILTER AGINTAKE SEDIMENT
EACH
10
$a39:Ito
$a14Yi"-/,1op
$
88
MAINTENANCE
INTAKE
BAG
EACH
10
$ aek
.13
$ 291.3o
$
OF GRATE
SEDIMENT FILTER
89
REMOVAL OR GRATE INTAKE
SEDIMENT FILTER BAG
EACH
10
$39 f13
$ 09 .30
$
90
MOBILIZATION
LS
1
$LI151i71It1
$46)1771
••1
$
91
CONCRETE WASHOUT
LS
1
401183
01
$6r183
to
92
REMOVAL
AND REINSTALL
EA
1
$y1g5,N$
1
$ i
195,4$
$
GATE
METAL
93
SIRENREMOVEANDREINSTALL
EACH
i
$11Pp,']a,
$ u1991.0.73
$
94
AMPHITHEATER STRUCTURE
LS
1
$35/'Nth
1
14
$351,144.79
$
95
AMPHITHEATER FOUNDATION
WALL
LS
1
$111170t,1a1
$111,10
41
$
96
AMPHITHEATER
BUILDING
RESTROOM
LS
1
$1,191599•
90
$(4151'19,90
$
97
SPLASH
BUILDING
PAD RESTROOM
LS
1
$ c'Ia11 ,
$r{
$R7a1an
.SW
$
98
PICNIC SHELTER
INSTALLATION- NORTH
GATES
LS
1
$15)19535
$15,Ig5.85'
$
99
PICNIC SHELTER
INSTALLATION- SOUTH
GATES
LS
1
$919 00.00
$
$1,900. CO
100
ARCH SIGNS AND
FOR GATEWAYS
EA
2
$6,esca,53
$;5I,371•ao
$
METAL
COLUMNS
FORM OF BID
FB-5 of 9
City Contract No. 1076
FY 2023 Gates Park Improvements
Waterloo, Iowa
evisec per
Addencum 144
ITEM
NO.
ITEM
UNIT
EST.
QTY.
DIV 1
EST.
QTY
ALT 1
UNIT BID
PRICE
TOTAL DIV 1
PRICE
TOTAL ALT
111
PRICE
101
MONUMENT
(DONALD
ENTRY SIGN 1
AND MILDRED)
LS
1
$ 3a11SUZ
Mint. A
$
102
SIGNAGE ON WALL OF
SPLASH PAD BUILDING
LS
1
$511103.99
$ 5)5403.4A
$
103
DONOR
RECOGNITION
SIGN
LS
1
$9311-N-II'�5
$1-�314gI / s
$
104
SOUTH
RENOVATION
GATES RESTROOM
LS
1
$ U101000.061
$
$140 WOOD
t
105
AMPHITHEATER WOOD ROOF
FINISH
LS
1
$aa5sol a
$aa5,480e33
$
106
DARK GRAY
FLOOD WALL
STAIN FOR
SFF
340
$ ro , 00
$
PA 1a0. GD
1
107
MONUMENT
4TH
STREET
ENTRY SIGN 2 AT
AND LESTER
LS
1
$1i1i1000. CO
$
$1114
0, pp
108
PLAYGROUND FENCE - 6'
WIREWORKS
LF
1045
Stijl(
$Sa19`b3.4:1
$
109
PLAYGROUND
GATE
4' X 8' DOUBLE
EA
2
$)I la •5a
$ 4,1g3.e4
$
- WIREWORKS
110
PLAYGROUND
GATE
6' X 4' SINGLE
EA
1
sa,gg3.9s
$ a1$g3.`IS
$
- WIREWORKS
111
CONCRETE CURB AROUND
PLAY SURFACE
LF
167
$31,1(0
$blab5.1$
$
112
GRAVEL FOR PLAYGROUND
TURF SAFETY SURFACING
SF
10481
$a•1-(0
$ 51I51-1,1-IO
$
113
CONCRETE BASE FOR
SLOPED TURF SURFACING
SF
1056
$23•l l
$ )4,995.59
$
114
PLAYGROUND
PARK RAILINGS
AND SPRAY
LF
52
$'911,l0
$ 0011(4.00
$
115
BASKETBALL
GOALS
EA
6
1
$(P14(0l4/124
$ Sgacriftlq
No
I
gyp .DPI
116
BASKETBALL COURT
STAINING
SF
14250
$S,Co
$?I1a50,00
$
117
BASKETBALL COURT LINE
PAINTING
EA
3
0.5
$4154 .09,
$ a in-/ .09
$ 9-Ii
118
SHADE
TREES (1.5" CAL. B&B)
EA
50
38.0
$511.1b
$a515$6.CO
$\el
tit,
119
ORNAMENTAL
CONT.
TREES (1"
B&B)
EA
31
6.0
$411.15"
$14,(00515
$3,15 1, Ai
120
LARGE SHRUBS (5 GAL.
CONT. B&B)
EA
120
$95,Ns
$(t,Na140
$
FORM OF BID
FB-6 of 9
City Contract No. 1076
FY 2023 Gates Park Improvements
Waterloo, Iowa
Revised oer
Accencum #4
ITEM
NO,
ITEM
UNIT
EST.
QTY.
DIV 1
EST.
QTY
ALT 1
UNIT BID
PRICE
TOTAL DIV 1
PRICE
TOTAL ALT
#1
PRICE
121
SMALL
CONT.
SHRUBS (3 GAL.
B&B)
EA
406
$'e(0,'a6
$301(11,0{,50
$
122
PERENNIAL PLANTS (1 GAL.
CONT.)
EA
823
361.0
0.110
$1'6)pa3•'7fl
$ t)g0S.g0
123
STEEL BED EDGING
LF
685
43.e
$11,. )5
$C110A-$ W
$SQ4 iH
124
PLANT
BED PREPARATION
SF
19330
2,111
$ 01CI
$ 1911.3(0.7°
$
1 0�°1
•�i
125
WODOD MULCH FOR PLANT
S
BEWASHED
SF
22009
2,111
$ I.
14
1,
$ �51090 *
$ al9(ip.94
126
SEPTIC ROCK
MULCH AND WEED BARRIER
FABRIC
SF
380
$131
rota 470
$
127
SOCCER FIELD
IRRIGATION
LS
1
$ 4(1166,2°
$L49/(a20
$
128
AMPHITHEATER STRUCTURE
MEPT
LS
$S 33013
$J Nmd
1
13
$
129
AMIPHIITHEATER RESTROOM
LS
1
$137,
)06•��
$13811
'1 y%
$
130
SPLASH
BUILDING
PAD RESTROOM
MEPT
LS
1
$ 3f )W3
.7S
$ •3(4)0`9o,1$
$
131
SOUTH GATES
RENOVATION
RESTROOM
LS
1
$a22
�• pQ
I
$
Vw•
$in �70�
MEPT
132
TYPE
FIXTURES
SA SITE LIGHT
(PARKING LOTS)
EA
11
1
$Un1791. A
$ ($31131-1,
)1
$
Rp"iat;,9
133
TYPE SB SITE
FIXTURES
EA
25
9
$15,u�
70
$'�51OF-i7,�jp
1'3y'6Jy
LIGHT
(WALKWAYS)
134
BASKETBALL
LIGHTING
CONTROLS
COURT
AND
LS
1
$Ii1/7H4,
Pi
$iz((1782(.(41
$
SYSTEM
135
TRANSFORMER
EA
2
$11)315.11
$A758.434
$
136
ELECTRICAL POWER
PEDESTAL
EA
1
$(op59.4a
*1159•LIQ
$
137
PICNIC
LIGHTING
SHELTER
EA
1
1
$ Ag0q.57
$ $' q9 $ 57
$
�I���'S1
POWER AND
138
SITE
ROUGH
ELEMENT ELECTRICAL
-IN
EA
2
1
$1,9n1a
$'305cio,ati
$)Sacoaa
139
CONNECTION
LS
1
$54,53q.1i
$5y1639,1%
$
NETWORK
140
INTRUSION
SYSTEM
DETECTION
LS
1
$91319.(4
$913(5.113
$
FORM OF BID
FB-7 of 9
City Contract No. 1076
FY 2023 Gates Park Improvements
Waterloo, Iowa
Revised per
Adcencurri #'I
ITEM
NO,
ITEM
UNIT
EST.
QTY.
DIV 1
EST.
QTY
ALT 1
UNIT BID
PRICE
TOTAL DIV 1
PRICE
TOTAL ALT
111
PRICE
141
RECONNECT EXISTING
SERVICES
LS
1
$a I0po.00
$
$ataGp coELECTRICAL
142
CAMERAS AND CAMERA
POLES
LS
1
$f1151000.911
$ 118poo.8y
143
SPLASH PAD CONSTRUCTION
LS
1•
siIN4`t111�a
$1lyttgll'7t1.3'd
$
144
SPLASH PAD EQUIPMENT
INSTALLATION- OWNER
SUPPLIED
LS
1
n31173. M
$
$
a3r173, 91
145
SOUTH GATES TENNIS
COURT NET AND LINE
PAINTING
LS
1
$(0300,00
I
$
$(p3ocxoo
Total
81731)0co.00
$
Olivia la
$
2. It is understood that the quantities set forth are approximate only and subject to variation and that the
unit bid price for the work done shall govern in the actual payment to Contractor.
3. In submitting this bid, the bidder understands that the right is reserved by the City of Waterloo, Iowa,
to reject any or all bids. If written notice of the acceptance of this bid is mailed, telegraphed, or
delivered to the undersigned within thirty (30) days after the opening thereof, or 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 the insurance within ten (10) days
after the agreement is presented to him for signature, and start work within ten (10) days after
"Notice to Proceed" is issued.
Security in the sum of 5% (FIVE PERCENT)
Dollars ($ 5% (FIVE PERCENT) ) in the form of
Bid Bond is submitted herewith in accordance with the INSTRUCTIONS TO
BIDDERS
5. Attached hereto is a Non -Collusion Affidavit of Prime Contractor.
6. Attached hereto is a Bidders Status Form.
7. The bidder is prepared to submit a financial and experience statement upon request.
8. 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 MP or Update and an
EOC, within ten (10) days of notification that the bid submitted is lowest and acceptable.
9. The bidder has received the following Addendum or Addenda:
Addendum No. t Date 4/14/2023
2 4/20/2023
3 4/25/2023
4 4/28/2023
5 5/05/2023
6 5/09/2023
10. The bidder shall list the MBE/WBE subcontractor(s), amount of subcontracts and bid items on the
City of Waterloo Minority and/or Women Business Pre -bid Contact Information Form submitted with
FORM OF BID
FB-8 of 9 FY 2023 Gates Park Improvements
City Contract No. 1076 Waterloo, lava
Revisec per
Adc enc um tt'-
this Form of Bid or Proposal. 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 Contractor shall submit information on subcontractors on "SUBCONTRACTOR REQUEST AND
APPROVAL" Form to be provided by City prior to approval of contract.
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.
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 forms.
13. The Owner reserves the right to select alternates, delete line items, and/or to reduce quantities prior
to the award of a contract due to budgetary limitations.
Woodruff Construction, Inc 5/11/2023
BY:
(N e of Bidder / (Date)
' � t f/4/1724i Title
Jason Rechkemmer, Chief Operating Officer
Official Address: (Including Zip Code):
Corporate office: 1890 Kountry Lane Bidding office: 1117 FAI(S-Ave
Fort Dodge, IA 50501
W&4eAr)Oo 7I,A 50701
I.R.S. No. 76-0721180
FORM OF BID
FB-9 of 9 FY 2023 Gates Park Improvements
City Contract No. 1076 Waterloo, Iowa
Bidder Status Form
To be completed by all bidders Part A
Please answer 'Yes" or "No' for each of the following:
X
10
13
Yes ❑ No My company is authorized to transact business in Iowa.
(To help you determine if your company is authorized, please review the worksheet on the next page).
Yes ■ No My company has an office to transact business in Iowa,
Yes ■ No My company's office in Iowa is suitable for more than receiving mail, telephone calls, and a -mall.
Yes ■ No My company has been conducting business in Iowa for at least 3 years prior to the first request for
bids on this project.
Yes ❑ No My company is not a subsidiary of another business entity or my company is a subsidiary of another
business entity that would qualify as a resident bidder in Iowa.
If you answered "Yes" for each question above, your company qualifies as a resident bidder. Please
complete Parts B and D of this form.
If you answered "No" to one or more questions above, your company is a nonresident bidder. Please
complete Parts C and D of this form.
To be completed by resident bidders Part B
My company has maintained offices in Iowa during the past 3 years at the following addresses:
Dates: 08 / 01 / 1990 to Present/ / Address: 1890 Kountry Lane
Dates'
05 / 25 /1996 to Present/
City, State, Zip:
Fort Dodge, IA 50501
Address: 1920 Philadelphia Street Suite 102
City, State Zip• Ames IA 50010
Dates: 02 / 08 /2016 to Present/ / Address 501 Greenfield Drive
You may attach additional sheet(s) If needed.
City, State, Zip' Tiffin, IA 52340
To be completed by non-resident bidders Part C
1. Name of home state or foreign country reported to the Iowa Secretary of State:
2. Does your company's home state or foreign country offer preferences to resident bidders, resident labor Yes ❑ No
force preferences or any other type of preference to bidders or laborers?
3. If you answered "Yes" to question 2, identify each preference offered by your company's home state or foreign country
and the appropriate legal citation.
You may attach additional sheet(s) if needed.
To be completed by all bidders Part D
I certify that the statements made on this document are true and complete to the best of my knowledge and I know that my
failure to provide accurate and truthful information may be a reason to reject my bid.
Firm Name: Woodruff Constr tion, Inc.
Signature:
JASON RECHKEMMER, CHIEF OPERATING OFFICER
Date: 5/11/2023
You must submit the completed form to the governmental body requesting bids per 875 Iowa Administrative Code
Chapter 156. This form has been approved by the Iowa Labor Commissioner.
309-6001 (09-15)
Additional Sheet for Bidder Status Form
(continued)
My company has maintained offices in Iowa during the past 3 years at the following addresses:
Dates:
7 / 17 / 2017 to Present/
Address' 1717 Falls Avenue
City, State, Zip: _ Waterloo, IA 50701
Worksheet: Authorization to Transact Business
This worksheet may be used to help complete Part A of the Resident Bidder Status form. If at least one of the following
describes your business, you are authorized to transact business in Iowa.
0.1
Yes U No My business is currently registered as a contractor with the Iowa Division of Labor.
❑ Yes ❑ No My business is a sole proprietorship and I am an Iowa resident for Iowa income tax purposes.
❑ Yes ❑ No My business is a general partnership or joint venture. More than 50 percent of the general
partners or joint venture parties are residents of Iowa for Iowa income tax purposes.
■
Yes U No My business is an active corporation with the Iowa Secretary of State and has paid all fees
required by the Secretary of State, has filed its most recent biennial report, and has not filed
articles of dissolution.
Yes ■ No My business is a corporation whose articles of incorporation are filed in a state other than Iowa,
the corporation has received a certificate of authority from the Iowa secretary of state, has filed
its most recent biennial report with the secretary of state, and has neither received a certificate of
withdrawal from the secretary of state nor had its authority revoked.
Yes ❑ No My business is a limited liability partnership which has filed a statement of qualification in this
state and the statement has not been canceled.
❑ Yes ■ No My business is a limited liability partnership which has filed a statement of qualification in a
state other than Iowa, has filed a statement of foreign qualification in Iowa and a statement of
cancellation has not been filed.
Yes ❑ No My business is a limited partnership or limited liability limited partnership which has filed a
certificate of limited partnership in this state, and has not filed a statement of termination.
Yes U No My business is a limited partnership or a limited liability limited partnership whose certificate of
limited partnership is filed in a state other than Iowa, the limited partnership or limited liability
limited partnership has received notification from the Iowa secretary of state that the application
for certificate of authority has been approved and no notice of cancellation has been filed by the
limited partnership or the limited liability limited partnership.
Yes ■ No My business is a limited liability company whose certificate of organization is filed in Iowa and has
not filed a statement of termination.
❑ Yes ❑ No My business is a limited liability company whose certificate of organization Is filed in a state other
than Iowa, has received a certificate of authority to transact business in Iowa and the certificate
has not been revoked or canceled.
309-6001 (09-15)
MBE/WBE BUSINESS ENTERPRISE
PRE -BID CONTACT INFORMATION FORM INSTRUCTIONS
Prime Contractor Responsibilities:
Prime Contractors bidding on City of Waterloo contract work are required to ensure that MBENVBE businesses are provided the opportunity to participate in the
performance of contracts and subcontracts. Prime contractors are required to assist MBENVBE businesses in overcoming barriers to participation, and must make good
faith efforts to secure bids from, and award subcontracts to, MBE/WBE businesses. For all contract bids of $50,000 or more, the following is required to demonstrate good
faith efforts in accordance with this policy:
1. "MBEJWBE BUSINESS ENTERPRISE PRE -BID CONTACT INFORMATION FORM" submitted with the prime contractor bid, properly completed and signed on Form
CCO-4 (Rev. 06-20-02). Please note that this document must include all subcontractor contacts, bids received, and awarded - not just those related to disadvantaged
business enterprise vendors.
2. A minimum of three (3) MBENVBE business contacts must be made and documented, if there are at least three (3) MBE/WBE businesses offering services in the areas
to be subcontracted (see City of Waterloo MBEIWBE Certified List). If less than three (3) are offering the services to be subcontracted, then a contact is required for any
that are listed as providing that service. If you have submitted a MBENVBE contact not on the City's MBEIWBE list, attach a copy of the certification from another
government agency.
3. Contacts to each MBENVBE businesses are required to be a minimum of seven (7) working days prior to the date the prime contractor submits the bid to the City of
Waterloo.
4. The following documentation must accompany the "MBE/WBE BUSINESS ENTERPRISE PRE -BID CONTACT INFORMATION FORM" for each MBE/WBE business
contacted:
a. A copy of the bid received from the MBE/WBE, OR
b. If no bid was received, a copy of correspondence received from the MBENVBE with a "no bid" response, OR
c. If no response was received, a copy of the solicitation sent to the MBENVBE with proof of mailing attached.
5. If any MBE/WBE business submitting bids are not selected for subcontract award, documentation must accompany the "MBE/WBE BUSINESS ENTERPRISE PRE -BID
CONTACT INFORMATION FORM" on why the MBENVBE was not selected. These reasons could include:
a. Not low bid. Copies of the competing bids may be required for verification.
b. MBE/WBE did not bid, withdrew bid or was non -responsive.
c. Documentation of other business -related reason for not selecting the MBENVBE business for a subcontract.
d. Prime contractor self performs work.
e. Any other reason relied on by the Prime Contractor.
The Contract Compliance Officer will determine the weight to be given to each item listed above (supported by appropriate documentation) based on overall program goals.
Subcontractors Responsibilities:
1. Each MBENVBE firm planning to submit quotes on construction projects with goals, shall submit a Letter of Intent to Bid (Form CCO-5) to
the City Contract Compliance Officer seven (7) working days prior to bid opening, listing specific items which the MBE/WBE firm is interested in bidding. If the
City Contract Compliance Officer does not receive sufficient scope letters seven (7) working days prior to bid opening, goals on subject project will be reduced
accordingly. Agreements between the bidder/proposer and an MBENVBE in which the MBE/WBE promises not to provide subcontracting quotations to other
bidders/proposers are prohibited.
Form CCO-4A Rev. 07-08-02
MBE/WBE PARTICIPATION
M-7 of 8 FY 2023 Gates Park Improvements
City Contract No. 1076 Waterloo, Iowa
MBEJWBE BUSINESS ENTERPRISE
PRE -BID CONTACT INFORMATION FORM
Prime Contractor Name: t/30061frua M b'vt-i Project: Gates ?ary Iben p'fl Letting Date:
5/I )'Lo a3
NO MBEJWBE SUBCONTRACTORS: If you are NOT using any MBENVBE subcontractors to complete this project, sign below. Attach a brief explanation
as to why subcontracting w- not feast • - ' ith this project. If any MBENVBE subcontractors will be used, please use the bottom portion of this form.
Contractor Signature: - dcfx 7r11 Title: Ilk e.c etera,%;H QF4coit/ Date: /II{aa2�
-5aSo ✓1 ecHK<-wlw e-✓'
SUBCONTRACTORS APPLICABLE: You are required, in order for your bid to be considered responsive, to provide the information on this form showing
ALL of your MBENVBE subcontractor contacts made for your bid submission. This information is subject to verification. Any questions should be directed
to Contract Compliance Office 319-291-4429.
You are required, in order for your bid to be considered responsive, to provide the information on this Form showing your MBENVBE Business Enterprise
contacts made prior to your bid submission. This information is subject to verifications and confirmation.
If you are unable to identify MBENVBE firms to perform portions of the work, please contact Louis Starks, Contract Compliance Officer, for assistance at
(319) 291-4429.
In the event it is determined that the MBENVBE Business Enterprise goals are not met, then before awarding the contract the City of Waterloo will make a
determination as to whether or not the apparent successful low bidder made good faith efforts to meet the goals.
TABLE OF INFORMATION SHOWING BIDDER S PRE -BID
MBEJWBE BUSINESS ENTERPRISE CONTACTS
Quotes Received Quotation
used in bid
Dates
Contacted
Yes/No
Dates
Contacted
Yes/No
Dollar Amount Proposed to
be Subcontracted
MBE/WBE
Subcontractors
e 5§Y �ei
4,13 9f to 7-1.2
511,5, #)10-
�
1 v�(2ol Lei IZ.Ij 5f if
5(5,5( , 556
0
tg�
5414 Y' Oft1 ft.r 1
..k� .
I
v °
J
N u�5e ry
GSZt
Q cev .'vj w0 4 c (cli- e.)2
i
0..v\,.
GL1 -
p
j s Pc
(Form CCO-4) Rev. 06-20-02
MBEJWBE PARTICIPATION
M-8 of 8
City Contract No. 1076
FY 2023 Gates Park Improvements
Waterloo, Iowa
Revised February 2003
CONTRACTOR'S OR SUBCONTRACTOR'S AFFIRMATIVE ACTION PROGRAM
Check box that applies to party completing program:
( x ) General Contractor
( ) Subcontractor
Section A to be completed by GENERAL CONTRACTORS only:
A.
Name of Company WOODRUFF CONSTRUCTION
1717 FALLS AVENUE
Address of Company WATERLOO, IA Zip 50701
Telephone Number ( 319 )
233-3349
Federal ID Number (if no Federal ID Number, Owner/President's Social Security Number)
76-0721180
Name of Equal Employment Officer Sara Orr
Name of Project FY 2023 GATES PARK IMPROVEMENTS
NPH-1 oil
Clly Cent,acl No. 1076
Project Contract Number
Estimated •Construction Work Dates
l
ection B to be completed by SUBCONTRACTORS only:
Name of General or Pru ontractor
Name of Subcontractor
Subcontractor's Address Zip
Subcontractor's Telephone Number ( 1
Subcontractor's Federal ID Number (if no Federal ID Number Owner/Preside',. ocial Security Number)
Name of Equal Employment Officer
Remainder of program to be completed by party completing program, either Prime or
Subcontractor.
The Owners and/or Principals of your company:
Name Address
Position
Ethnic
Sex Origin
DONALD A. WOODRUFF FORT DODGE, IA PRESIDENT
JASON RECHKEMMER AMES, IA COO
SARA ORR
AMES, IA VP OF OPERATIONS
Other Areas of Interest:
If your company has branches or subsidiaries, or if your company is a branch or subsidiary of a
parent organization, give the following information:
Name
Type of
Address Affiliation Degree
WOODRUFF CONSTRUCTION MAINTAINS OFFICES IN AMES,
FORT DODGE, TIFFIN, WATERLOO, AND SPENCER IA.
li. EMPLOYER'S POLICY (Please read carefully.)
We, the undersigned, recognize that we are morally and legally committed to nondiscrimination in
employment. Any person who applies for employment with our company will not be
discriminated against because of race, color, creed, sex, national origin, economic status, age,
mental or physical handicap.
B. The employment policies and practices of the undersigned are to recruit and hire employees
without discrimination, and to treat them equally with respect to compensation and opportunities
for advancement, including training, upgrading, promotion, and transfer. However, we realize the
inequities associated with employment training, upgrading, contracting and subcontracting for
minorities and women and we will direct our efforts to correcting any deficiencies to the
maximum extent possible. The same will be required of our SUBCONTRACTORS and suppliers.
We submit this program to assure compliance with Executive Order 11246, as amended, and other
subsequent orders that may pertain to equal employment opportunity and merit employment
policies, fully realizing that our qualification and/or merit system should be evaluated and revised,
if necessary.
D. We agree to put forth the maximum effort to achieve full employment and utilization of
capabilities and productivity of all our citizens without regard to race, creed, color, sex, national
origin, economic status, age, and mental or physical handicap.
E WOODRUFF CONSTRUCTION will give training
(Name of Company)
and employment opportunities to local residents of Waterloo, Iowa, to the greatest extent feasible.
III. AFFIRMATIVE ACTION
WOODRUFF CONSTRUCTION recognizes that the
(Name of Company)
effective application of a policy of merit employment involves more than Just a policy statement,
and WOODRUFF CONSTRUCTION
(Name of Company)
will, therefore, re-evaluate our Affirmative Action Program to ensure that equal employment
opportunities are available on the basis of individual merit, and to actively encourage minorities,
women and local residents to seek employment with our company on this basis.
WOODRUFF CONSTRUCTION will undertake the
(Name of Company)
following six (6) steps to improve our Affirmative Action Program:
I. Minority Recruitment and Employment;
2. Local Recruitment and Employment;
3. Disabled Veteran and Vietnam Era Veteran Recruitment and Employment;
4. Handicapped Recruitment and Employment;
5. Female Recruitment and Employment; and
6. Training, Upgrading and Promotional Opportunities.
C. WOODRUFF CONSTRUCTION will take
(Name of Company)
whatever steps are necessary to ensure that our total work force has adequate minority, female,
and local representation. We will utilize the following methods in our recruitment attempts:
1. Local advertising media (newspapers, radio, TV);
2. Community organizations (churches, clubs, schools);
3. Public and private institutions in the area (UNI, Hawkeye Community College);
4. Job Service of Iowa; and
5. Other.
ID, WOODRUFF CONSTRUCTION will seek qualified minority,
(Name of Company)
female, and local group applicants for all Job categories and will make asserted efforts to increase
minority, female and group representation in occupations at the higher levels or skill and
responsibility.
All sources of employment used shall be aware that we are an Equal Employment Opportunity
Employer. Labor organizations representing our employees will be notified of our Equal
Employment Opportunity Policy and Affirmative Action Program.
Training, upgrading, promotion and transfer activities at all levels will be monitored to ensure tha
full consideration has been given to qualified minority, female, and local group employees.
G. WOODRUFF CONSTRUCTION will encourage other
(Name of Company)
companies with whom we are associated and/or do business, to do the same and we will assist
them in their efforts.
H. WOODRUFF CONSTRUCTION has taken the following
(Name of Company)
Affirmative Action to ensure that minority, female, local contractors and/or suppliers were
provided opportunities to negotiate and/or bid on this project: (if none, write "NONE")
BID INVITATIONS SENT
2. FOLLOW—UP CALL(S) MADE
As a result of the above efforts, we have involved minority, female, and local contractors and/or
suppliers in the following areas of subcontracting: (if none, write "NONE")
WOODRUFF CONSTRUCTION wilt require approved
(Name of Company)
Affirmative Action Programs from all nonexempt contractors who propose to work on this project
and will take whatever steps are necessary to ensure that non -minority contractors have adequate
representation of minority, female and local persons in their total work force.
In further accordance with rules and guidelines issued pursuant to Executive Order 11246 as
amended, we establish the goals for our company, based on parity percentages supplied by the
City, and we realize these goals will be reviewed on an annual basis.
L WOODRUFF CONSTRUCTION will keep records of
(Name of Company)
specific actions relative to recruitment, employment, training, upgrading and promotion and will
provide the City of Waterloo with any information relative to same, including activities of our
SUBCONTRACTORS and suppliers as necessary or when requested.
Parity figures for companies located in Waterloo are as follows:
Minority Parity = .08 (8%)
WOODRUFF CONSTRUCTION Affirmative Action
(Name of Company)
Employment Goals:
The definition of Affirmative Action Goals is as follows: "Goals may not be rigid and inflexible
quotas which must be met, but must be targets reasonably attainable by means of applying every
good faith effort to make all aspects of the entire Affirmative Action Program work."
For the year 202 2, please submit percentage targets for employing minorities and women. If you
already have reached your target for hiring minorities and women, please submit that percentage.
•
*Goals for Minorities:
Goals for Women:
*Your affirmative action goals should be between 1% and 10% or more for minorities and 1% and
5% or more for women.
Please be advised that the goals or targets are purely your estimation of how many women and
minorities your company can reasonably expect to hire in 20 . Note, that none of the goals are
rigid or inflexible. They are targets that your company calculates as reasonably attainable. This
will help the City in its monitoring procedures as required by City of Waterloo Resolution
No. 1984-142(4).
INDICATE:
CONTRACTOR'S TOTAL WORK FORCE
(WATERLOO)
DISABLED VETERAN: DV
VIETNAM ERA VETERAN: VV
HANDICAPPED: H
Sex
Race
City
State
ZIP
Code
Position
M
H
WEBSTER
CITY
IA
50595
Craft
Worker
M
H
NEVADA
IA
50201.
Craft Worker
F
W
TIFFIN
IA
52340
Administrative
M
H
IOWA
CITY
IA
52240
Craft
Worker
F
W
AMES
IA
50014
Administrative
F
W
NEVADA
IA
50201
Administrative
F
W
GOWRIE
IA
50543
Administrative
F
W
FORT
DODGE
IA
50501
Administrative
F
W
DES
MOINES
IA
50309
Administrative
F
W
IOWA
CITY
IA
52240
Manager
M
H
AMES
IA
50010
Craft
Worker
M
H
MT
PLEASANT
IA
52641
Craft
Worker
F
W
NORTH
LIBERTY
IA
52317
Manager
M
H
IOWA CITY
IA
52240
Craft
Worker
M
H
MARSHALLTOWN
IA
50158
Craft
Worker
M
H
AMES
IA
50010
Craft
Worker
M
H
BOONE
IA
50036
Craft
Worker
M
H
ELLSWORTH
IA
50075
Craft Worker
F
W
WATERLOO
IA
50701
Administrative
F
W
AMES
IA
50014
Manager
M
B
FORT
DODGE
IA
50501
Laborer
M
H
AMES
IA
50010
Craft
Worker
M
H
BOONE
IA
50036
Craft
Worker
M
H
MARSHALLTOWN
IA
501.58
Craft
Worker
M
H
NEVADA
IA
50201
Craft
Worker
M
H
AMES
IA
50010
Craft
Worker
M
H
DES
MOINES
IA
50313
Craft
Worker
We hereby certify that we are in compliance with all City and Federal Affirmative Action Regulations and
agree to accept all liability for failure to comply.
City of Waterloo Affirmative Action Officer
Respectfully submitted,
B
Date
By:
JASON RECHKEMMER
OPERATING OFFICER
sa 611-L.
Equal Employment
Oppmrurity Officer VP OF OPERATIONS
5/11/2023
SARA ORR
Approved
Date
Disapproved Reason:
By:
Date:
DESCRIPTION OF JOB CATEGORIES
Officials/Manager: Occupations in which employees set broad policies, exercise overall responsibility for
execution of all policies, or direct individual departments or special phases of the agency's operations or
provide specialized consultation on a regional, district or area basis. Includes: department heads, bureau
chiefs, division chiefs, directors, deputy directors, controllers, examiners, wardens, superintendents, unit
supervisors, sheriffs, police and fire chiefs and inspectors and kindred workers,
Professionals: Occupations which require specialized and theoretical knowledge which is usually required
through college training or thorough work experience and other training which provides comparable
knowledge. Includes: personnel and labor relations workers, social workers, doctors, psychologists,
registered nurses, economists, dietitians, lawyers, system analysts, accountants, engineers, employment and
vocational rehabilitation counselors, teachers or instructors, police and fire captains and lieutenants and
kindred workers.
3. Technicians: Occupations which require a combination of basic scientific or technical knowledge and
manual skill which can be obtained through specialized post -secondary school education and through
equivalent on-the-job training. Includes: computer programmers and operations, draftsmen, surveyors,
licensed practical nurses, photographs, radio operators, technical illustrators, police and fire sergeants and
kindred workers.
4. Office/Clerical: Workers are responsible for internal and external communication, recording and retrieval
of data and/or information and other paper work required in an office. Includes: bookkeepers, messengers,
office machine operators, cleric -typists, stenographers, court transcribers, hearing reporters, statistical
clerks, dispatchers, license distributors, payroll clerks and kindred workers.
5. Skilled Craft Workers: Workers perform jobs which require special manual skill and a thorough and
comprehensive knowledge of the processes involved in the work which is acquired through on-the-job
training programs. Includes: Mechanics and repairman, electricians, heavy equipment operators,
stationary engineers, skilled machine occupations, carpenters, compositors and typesetters and kindred
workers.
Sales Workers4 Occupations engaging wholly and primarily in direct selling. Includes: advertising
agents and salesman, insurance agents and brokers, real estate agents and brokers, stock and bond
salesmen, demonstrators, salesmen and sales clerks, grocery clerks and cashier checkers, and kindred
workers.
Operatives (semi -skilled): Workers who operate machine or processing equipment or perform other
factory -type duties of intermediate skill level which can be mastered in a few weeks and require only
limited training. Includes: apprentices (auto mechanics), plumbers, building trades, metal working trades,
bricklayers, carpenters, electricians, machinists, mechanics, printing trades, etc., operatives, attendants
(auto service and parking), plasterers, chauffeurs, deliverymen and furnacemen, heaters (metal), laundry
and dry cleaning operatives, milliners, mine operatives and laborers, motormen, oilers and greasers, (except
auto painters), (except construction and maintenance), photographic process workers, stationary fireman,
truck and tractor drivers, weavers, (textile), welders and flame cutters and kindred workers.
Laborers (unskilled): Workers in manual occupations which generally require no special training.
Perform elementary duties that may be learned in few days and require the application of little or no
independent judgment. Includes: garage laborers, car washers and greasers, gardeners (except farm) and
groundskeepers, longshoremen, and stevedores, lumbermen, raftsmen and woodchoppers, laborers
performing lifting, digging, mixing, loading and pulling operations and kindred workers.
9. Apprentices: Persons employed in a program including work training and related instruction to learn a
trade or craft which is traditionally an apprenticeship, regardless of whether the program is registered with
a Federal or State agency.
I0. Trainees (on-the-job): Production, persons in formal training for craftsmen when not trained under
apprentice programs --operative laborer, and service occupations.
White Collar... persons engaged in formal training for clerical, managerial, professional, technical, sales,
office and clerical occupations.
NON -COLLUSION AFFIDAVIT OF PRIME BIDDER
State of IOWA
)ss
County of BLACK HAWK )
JASON RECHKEMMER ,being first duly sworn, deposes and says that:
1. He is (Owner Partner, OfficeRepresentative,r Agent) , of
WOODRUFF CONSTRUCTION heStdder 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 a reement on t.e part of the Bidder or any of its
agents, representatives, owners, employees, or arties).ir ='est, including this affiant.
(Signed)
J7
. '
JASON RECHKEMMER, CHIEF OPERATING OFFICER
Title
Subscribed and sworn to before me this II tie' day of M nr. �, 2023
My commission expires 10 / 2 2/ 2 0 2 5
Title BRA LUNA
ADMINIS'TRA'TIVE ASSISTANT
NON -COLLUSION AFFIDAVITS
NCA-1 of 2 FY 2023 Gates Park Improvements
Gay Contract Nol. 1076 Waterloo, Iowa
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 contractors, 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.
The contractor, subcontractor, vendor and supplier of goods and services will comply with all
published rules, regulations, directives, and order of the City of Waterloo Affirmative Action
Program Contract Compliance Provisions.
5. The contractor, subcontractor, vendor and supplier of goods and services will furnish and file
compliance reports within such time and upon such forms as provided by the Affirmative Action
Officer. Said forms will elicit information as to the policies, procedures, patterns, and practices of
each subcontractor as well as the contractor himself/herself and said contractor, subcontractor,
vendor and supplier will permit access to his/her employment books, records and accounts to the
City's Affirmative Action Officer, for the purpose of investigation to ascertain compliance with this
contract and with rules and regulations of the City's Affirmative Action Program —Contract
Compliance Provisions relative to Resolution No. 24664.
6. In the event of the contractor's non-compliance with the non-discrimination clauses of this
contract or with any of such rules, regulations and orders, this contract may be canceled,
terminated or suspended in whole or in part and the contractor may be declared ineligible for
further contracts in accordance with procedures authorized by the City Council.
7. The contractor, subcontractor, vendor and supplier of goods and services will include, or
incorporate by reference, the provisions of the non-discrimination clause in every contract,
EQUAL OPPORTUNITY CLAUSE
EOC-1 of 2 FY 2023 Gates Park Improvements
City Contract No. 1076 Waterloo, Iowa
subcontract or purchase order unless exempted by the rules, regulations or orders of the City's
Affirmative 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) JASON RECHKEMMER
(Appropriate Official)
CHIEF OPERATING OFFICER
(Title)
5/11/2023
(Date)
EQUAL OPPORTUNITY CLAUSE
EOC-2 of 2 FY 2023 Gates Park Improvements
City Contract No, 1076 Waterloo, Iowa
TITLE VI CIVIL RIGHTS
During the performance of this contract, the contractor (for itself), its assignees, and successors in
interest (hereinafter referred to as the "contractor") agrees as follows:
1. Compliance with Regulations: The contractor shall comply with the Regulations relative to non-
discrimination in Federally assisted programs of the DOT Title 49, Code of Federal Regulations,
Part 21, as they may be amended from time to time, (hereinafter referred to as the Regulations),
which are herein incorporated by reference and made a part of this contract.
2. Nondiscrimination: The contractor, with regard to the work performed by it during the contract,
shall not discriminate on the grounds of race, color, national origin, sex, age, or disability in the
selection and retention of subcontractors, including procurement of materials and leases of
equipment. The contractor shall not participate either directly or indirectly in the discrimination
prohibited by section 21.5 of the Regulations, including employment practices when the contract
covers a program set forth in Appendix B of the Regulations.
3. Solicitations for Subcontracts, Including Procurement of Materials and Equipment: In all
solicitations either by competitive bidding or negotiation made by the contractor for work to be
performed under a subcontract, including procurement of materials or leases of equipment, each
potential subcontractor or supplier shall be notified by the contractor of the contractor's
obligations under this contract and the Regulations relative to non-discrimination on the grounds
of race, color, national origin, sex, age, or disability.
4. Information and Reports: The contractor shall provide all information and reports required by the
Regulations or directives issued pursuant there to, and shall allow access to its books, records,
accounts, other sources of information, and its facilities as may be determined by the Contracting
Authority, the Iowa DOT, or FHWA to be pertinent to ascertain compliance with such Regulations,
orders and instructions. Where any information required of a contractor is in the exclusive
possession of another who fails or refuses to furnish this information the contractor shall so certify
to the Contracting Authority, the Iowa DOT, or the FHWA as appropriate, and shall set forth what
efforts it has made to obtain the information.
5. Sanctions for Noncompliance: In the event of the contractor's noncompliance with the
nondiscrimination provisions of this contract, the Contracting Authority, the Iowa DOT, or the
FHWA shall impose such contract sanctions as they may determine to be appropriate, including,
but not limited to:
a. Withholding of payments to the contractor under the contract until the contractor
complies, and/or
b. Cancellation, termination, or suspension of the contract, in whole or in part.
6. Incorporation of Provisions: The contractor shall include the provisions of paragraphs (1) through
(6) in every subcontract, including procurement of materials and leases of equipment, unless
exempt by the Regulations, or directives issued pursuant thereto. The contractor shall take such
action with respect to any subcontract or procurement as the Contracting Authority, the Iowa
DOT, or the FHWA may direct as a means of enforcing such provisions including sanctions for
non-compliance: Provided, however, that, in the event of a contractor becomes involved in, or it
threatened with, litigation with a subcontractor or supplier as a result of such direction, the
contractor may request the Contracting Authority or the Iowa DOT to enter into such litigation to
protect the interests of the Contracting Authority or the Iowa DOT; and, in addition, the contractor
may request the United States to enter into such litigation to protect the interest of the United
States.
TITLE VI CIVIL RIGHTS
TVI-1 of 1 FY 2023 Gates Park Improvements
City Contract No. 1076 Waterloo, Iowa
THIS PAGE LEFT BLANK INTENTIONALLY
BID BOND
KNOW ALL MEN BY THESE PRESENTS, that we, Woodruff Construction, Inc.
as Principal, and
Liberty Mutual Insurance Company
as Surety are held and firmly bound unto the CITY OF WATERLOO
"OWNER." In the penal sum Five Percent of the Total Amount Bid
Iowa, hereinafter called
Dollars ($ 5 % ) 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 11th day of May
, 2023 for FY 2023 Gates Park Improvements in the City of Waterloo, Iowa;
Contract No. 1076
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 pres-
ents to be signed by their proper officers this 28th day of April A.D. 20 23 .
Woodruff Cpnstruction,,1 C (Seal)
Principal
/tal nip
son QechKemvner, Coo (Title)
Liberty Mutual Insurance Company (Seal)
Surety
sta y Venn, Attorney -in -fact
BID BOND
City Contract No. 1076
BB-1 OF 1 FY 2023 Gates Park Improvements
Waterloo, Iowa
THIS PAGE LEFT BLANK INTENTIONALLY
c
at
=ofO
� 3
•
b0
V
oro
v>
N
ov
O
ot
• @l
ai .-0
b0�
r0
O c
E�
r° 2
a uc
our
> ai
o1—
Z v
Liberty
Mutual
SURETY
This Pager ofAttomey limits the acts of those named herein, and they have no authority to
bind the Corrpany except in the wanner and to the extent herein stated.
Liberty Mutual Insurance Company
The Ohio Casualty Insurance Company
West American Insurance Company
POWER OF ATTORNEY
KNOWN ALL PERSONS BY THESE PRESENTS. That The Oho Casualty Irstnarxe Compary is a corporation duly narked under tlx: lams of the State of New Hal p,h ire, that
Liberty Usual Issuance Company is a corporation ably organized under the lams of the State of M3ssach tsetts, and WestAmerican Thsuance Conpary is a capitation ckly orgarized
thr the laws of the State of Inciana (hetein collectively called the tormaries), parsuant to and ty authority herein set forth does hereby name,,cctt& eandappoint Anne
Crowner, Brian M. Deimerly, Cindy Bennett, Craig E. Hansen, Dlone R. Y oung, J ay D. Freiermuth, Seth D. Rooker, Stacie Christensen, Stacy Venn, Tim McCulloh
Certificate No: 8205943-190056
all of the city of Waukee state of IA each indMdual& if there be r than an narrect its true and lawful attomey-in-fact to rmke,
execute, sea( acknowledge and deliver, for and on Its behalf as sue Land as its act aril deed, ary and all undertakings, bonds, recogrizances and after surety obligations, in pusuarce
of these presents and shall be as binding Loon the Conpar4es as if they have been duly signed by the president and attested by the secretary of the Companies in their awn proper
persons.
IN WETNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official tithe Conpartes and the corporate seals of the Companies have been affixed
thereto this 13th: day of July , 2021
By
State of PEMtYLVANIA
County ofNDNrGONERY sS
On this 13th day of J my 2021 before rre personalty appeared David M Carey, who acknowledged himself to be the Assistant Secretary of Liberty Mutual I strance
Company, The Olio Casual& Carpary, and Nest American Insurance Company, and that he, as such beirg authorized so to do, execute the foregdrg instrument for the phrases
therein contained by sfgrdrg on behalf of the corporations by himself as a du& authorized officer.
IN WITNESS WHEREOF, I have hereunto subscribed fry name and affixed ny notarial seal at Kirg of Pnssia, Penrsytvarva, on the day and year first abate written
Liberty Maual Vsuarxe Conpary
The Olio Casualty Insurance Conpany
West American Irtsuarce Carpary
Commonwealth of Pennsylvania- Notary Seal
Teresa Pestella, Notary Public
Montgomery County
My commissbn expires Match 28, 2025
Commission number 1126044
Member, Pennsylvania Association of Notaries
By:
David M Carey, Assistant Secretary
Teresa Pastella, Notary Public
This Power of Attorney k node and executed pursuant to and bar aulhairy of the following By -lays and Authorizations of The ONo Casualty Issuance Conpary, Liberty Matual
Insurance Conpary, and West Arrerican Insurance Conparywhich resolutions are now in (ill face and effect readrg as follows:
ARTICLE IV "OFFICERS: Section 12 PowerofAttorney.
Any officer a other official of the Carnation authorized for that purpose in writing ty the Chairman or tine President, and subject to such limitation as the Chairman or the
President nay prescribe, shall appoint such attorneys -in -fact as maybe necessary to act in behalf of the Capitation to crake, execute, seal, ackncWecIge and deliver as surety
ary and all undertakings, bonds, recogn izances and other suety obligations. Such attorneys -In -fact stilect to the 'irritations set forth in their respective powers of attorney, shall
have full power to bird the Capitation by their signature and execution of ary such Insuumrts and to attach thereto the seal of the Capitation When so executed such
instruments shall be as birdrg as if signed by the President and attested to by the Secretary. Any paver or authority granted to ary representative or atorney-infact under the
provisions oflfis article tray be revoked at ary tine by the Board the Chaim -an, the President or by the officer or officers gantrg such power orauthority.
ARTICLE Xlt - Execution of Contracts: SectimS. Suety Bonk and Undenaidngs.
Ary officer of the Carpary authorized for that pupae in witirg by the chaimun or the president, and subject to such 'irritations as to chaimran or the president may prescribe,
shall appoint such att n eys-in-fact as may be necessary to act in behalf of the Conpary to rrake, execute, seal, acknowledge and deliver as suety any and all udettaldrgs,
bonds, recogrizances and other surety obligations. Such attmneys-infect subject to the 'irritations set forth in their respective powers of attorney, shall have full power to bind the
Company by their sfgratue and exectrdm of any such instruments and to attach thereto the seal of the Corrpary. Wren so executed such instruments shall be as brdrg as if
signed by the president and attested ty the secretary.
Certificate of Designation The President of the Ccrrpany, acdrg pursuant to the Bylaws &the Company, authorizes David MCarey, Assistant Secretary toapp itsuchattorneys-in
fact as nay be necessary to act on behalf ofthe Conpary to make, execute, seal, acknowledge and deliver as surety any and all undertakings, back, recogrizances and other sue&
obligations.
Authorization - By unanimous consent ofthe Corrparrys Board of Dila.lus, the Conpary consents that facsinile or mechanically reproduced signature &any assistant secretary of the
Company, wherever appearing icon a certified copy of any power of attorney issued by the Conpary in comectimwith surety bake, shall be valid and Ilydirg icon the Company with
the sarm force and effect as tough manually affixed
4 Renee C. Lheweltynt the undersigned, Assistant Secretary, The Ohio Casualty Insurance Conpary, Liberty AAtual Irsuarce Company, and West Antrican Issuance Conpary do
hereby certify that the original power ofattomey of which the foregdrg is a full, tate and correct copy of the Power &Ataney exected by said Cmpanies, is in full face and effa.t and
has not been revoked
W TESIMONY WHEREOF, I have hereuRo set ny hard and affixed the seals of said Companies this 28th dayof April • 2023•
Renee C. Llewellyn Assistant Secretary
LMS-12873 LMIC OCIC WAIC Multi Co 02421