HomeMy WebLinkAboutPeters Construction CorporationPETERS
CONSTRUCTION CORPORATION
901 Black Hawk Rd.
Waterloo, IA 5070!
(319) 236-2003
FY 2023 GATES PARK IMPROVEMENTS —
CONTRACT NO. 1076
City Clerk of City of Waterloo
City Hall
715 Mulberry St.
Waterloo, Iowa 50703
BIDS SECURITY FOR: "FY 2023 GATES PARK
IMPROVEMENTS - WATERLOO"
PETERS
CONSTRUCTION CORPORATION
901 Black Hawk Rd.
Waterloo, IA 50701
(319) 236-2003
FY 2023 GATES PARK IMPROVEMENTS - CONTRACT
NO. 1076
City Clerk of City of Waterloo
City Hall
715 Mulberry St.
Waterloo, Iowa 50703
BID PROPOSAL FOR: "FY 2023 GATES PARK
IMPROVEMENTS - WATERLOO"
PETERS
CONSTRUCTION CORPORATION
901 Black Hawk Rd.
Waterloo, IA 50701
(319) 236-2003
FY 2023 GATES PARK IMPROVEMENTS —
CONTRACT NO. 1076
City Clerk of City of Waterloo
City Hall
715 Mulberry St.
Waterloo, Iowa 50703
BIDS SECURITY FOR: "FY 2023 GATES PARK
IMPROVEMENTS - WATERLOO"
Blac
R
PETERS 9Watterl o IA 0701
CONSTRUCTION CORPORATION (319) 236-2003
FY 2023 GATES PARK IMPROVEMENTS - CONTRACT
NO. 1076
City Clerk of City of Waterloo
City Hall
715 Mulberry St.
Waterloo, Iowa 50703
BID PROPOSAL FOR: 'TY 2023 GATES PARK
IMPROVEMENTS - WATERLOO"
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
Revised per
Addendum #4
1. The undersigned, being a Corporation existing under the laws of the State of Iowa a
Partnership consisting of the following partners: Bradley F Best - President of S Corp
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
EST.
QTY.
DIV 1
EST.
QTY
ALT 1
UNIT BID
PRICE
TOTAL
PRICE
DIV
1
TOTAL ALT
#1
PRICE
UNIT
1
CLEARING AND GRUBBING
LS
1
$
$
$
2
TOPSOIL,
PROVIDED
CONTRACTOR
CY
7725
1270
$
$
$
3
TOPSOIL, ON -SITE
CY
5850
340
$
$
$
4
EXCAVATION, CLASS 10,
WASTE
CY
33280
3200
$
$
$
5
N
BGRADE
PREPARATION,
6
SY
8013
1069
$
$
$
6
SUBBASE, MODIFIED 4 IN.
SY
5792
910
$
$
$
7
SUBBASE, MODIFIED 6 IN.
SY
13445
1205
$
$
$
8
SANITARY
IN.,
PVC
SEWER SERVICE, 4
LF
158
$
$
$
9
SANITARY
IN.,
SEWER SERVICE, 6
PVC
LF
305
$
$
$
10
REMOVAL
SEWER
OF
SANITARY
LF
2e6
$
$
$
11
SANITARY SEWER CLEANOUT
EA
2
$
$
$
12
STORM SEWER,
RCP, CLASS
TRENCHED,
III, 12 IN.
LF
687
$
$
$
13
STORM SEWER, TRENCHED,
RCP, CLASS III, 15IN
LF
423
$
$
$
14
STORM
RCP,
CLASS
SEWER,
III,
TRENCHED,
18IN
LF
77
$
$
$
15
REMOVAL
PIPE
OF
STORM
SEWER
LF
134
$
$
$
16
12" RCP APRON 4030.222
EACH
1
$
$
$
FORM OF BID
FBA of 9
City Contract No. 1076
FY 2023 Gates Park Improvements
Waterloo, Iowa
Revised per
Addendum #4
ITEM
NO.
ITEM
UNIT
EST.
QTY.
DIV
1
EST.
QTY
ALT 1
UNIT BID
PRICE
TOTAL DIV 1
PRICE
TOTAL
#1
PRICE
ALT
17
15" RCP APRON 4030.222
EACH
3
$
$
$
18
18" RCP APRON 4030.222
EACH
1
$
$
$
19
RCP APRON FOOTINGS
4030.221
EACH
7
$
$
$
20
SUBDRAIN
PLASTIC
PIPE,
NONPERFORATED
4 IN. DIA.
LF
10
$
$
$
21
SUBDRAIN, NONPERFORATED
PLASTIC PIPE, 6 IN. DIA.
LF
22
$
$
$
22
SUBDRAIN, 6 IN. DIA. TYPE SP
LF
4529
660
$
$
$
23
SUBDRAIN OUTLETS, 4040.233
EACH
7
2
$
$
$
24
WATER FITTING, 2 IN TO 1.5 IN
REDUCER
EACH
1
$
$
$
25
WATER FITTING, 4 IN TO 1.5 IN
REDUCER
EACH
1
$
$
$
26
WATER SERVICE, 1.5 IN.
COPPER
LF
5
$
$
$
27
WATER SERVICE, 2 IN.
COPPER
LF
190
$
$
$
28
WATER
COPPER
SERVICE,
3 IN.
LF
127
$
$
$
29
WATERMAIN REMOVAL
LF
236
$
$
$
30
VALVE, GATE, DIP, 4 IN
EACH
1
$
$
$
31
MANHOLE, SW-301, 48 IN.
EACH
1
$
$
$
32
INTAKE, SW-512, 24 IN.
EACH
12
$
$
$
33
INTAKE, SW-513
EACH
2
$
$
$
34
STORM
ADJUSTMENT,
SEWER
MINOR
STRUCTURE
EACH
1
i
$
$
$
35
STORM SEWER MANHOLE
ADJUSTMENT, MAJOR
EACH
2
$
$
$
36
SANITARY SEWER MANHOLE
ADJUSTMENT, MAJOR
EACH
2
1
$
$
$
37
REMOVALS, MANHOLE OR
INTAKE
EACH
3
1
$
$
$
38
PCC PAVEMENT, CLASS C,
CLASS 3 DURABILITY, 7 IN.
SY
8013
1069
$
$
$
39
PCC
CLASS
BASKETBALL
PAVEMENT,
3
DURABILITY,
COURT
CLASS
C,
6 IN.,
SY
3280
$
$
$
40
PCC
CLASS
POOL
PAVEMENT,
3
AND
DURABILITY,
PLAY
CLASS
AREA
C,
6 IN.,
DECK
SY
988
$
$
$
FORM OF BID
FB-2 of 9
City Contract No. 1076
FY 2023 Gates Park Improvements
Waterloo, Iowa
Revised per
Addendum #4
ITEM
NO.
ITEM
UNIT
EST.
QTY.
DIV 1
EST.
QTY
ALT
1
UNIT BID
PRICE
TOTAL DIV 1
PRICE
TOTAL
PRICE
#1
ALT
41
CURB AND GUTTER,
STANDARD, 6 IN.
LF
95
105
$
$
$
42
HMA
PAVEMENT
OVERLAY,
3
SY
1126
$
$
$
43
REMOVAL OF SIDEWALK
SY
12.3
$
$
$
44
PCC
IN. PCC
TRAIL
PAVEMENT,
RECREATIONAL
CLASS
C, 6
SY
4107
167
$
$
$
45
PCC
IN.
PAVEMENT
PCC SIDEWALK
CLASS
C, 5
SY
446
713
$
$
$
46
DETECTABLE WARNING
PANELS
SF
100
12
$
$
$
47
PCC
CLASS
DURABILITY,
PAVEMENT,
C
CLASS3
DRIVEWAYS,
SY
172
$
$
$
6
IN.
48
REMOVAL OF GRANULAR
SURFACING MATERIAL
SY
7941
1468
$
$
$
49
CLASS A ROADSTONE
TON
30
$
$
$
50
REMOVAL OF PAVEMENT
SY
1811.4
3752
$
$
$
51
REMOVAL OF PLAYGROUND
SURFACING
SY
633
$
$
$
52
REMOVAL OF CURB AND
GUTTER
LF
250
105
$
$
$
53
REMOVAL OF FLUME
LF
201
$
$
$
54
PAINTED
MARKINGS,
SOLVENT/WATERBORNE
PAVEMENT
STA
40.53
6.C1
$
$
$
55
PAINTED
SYMBOLS,
SOLVENT/WATERBORNE
PAVEMENT
EACH
16
$
$
$
56
TRAFFIC CONTROL
LS
1
$
$
$
57
TYPE
ALUMINUM
A SIGNS, SHEET
SF
45
12
$
$
$
58
PERFORATED SQUARE STEEL
TUBE POSTS
LF
190
30
$
$
$
59
PERFORATED SQUARE STEEL
TUBE ANCHOR
EACH
19
3
$
$
$
69
WATERING
RCN-
275
$
$
$
61
SEEDING,
MULCHING
SEEDING,
FERTILIZING,
TYPE
FOR
1
HYDRO-
AND
ACRE
10.4
1.7
$
$
$
FORM OF BID
FB-3 of 9
City Contract No. 1076
FY 2023 Gates Park Improvements
Waterloo, Iowa
Revised per
Addendum #4
ITEM
NO.
ITEM
UNIT
EST.
QTY.
DIV 1
EST.
QTY
ALT
1
UNIT BID
PRICE
TOTAL
PRICE
DIV
1
TOTAL
PRICE
#1
ALT
62
SEEDING,
MULCHING
SEEDING,
FIELD
FERTILIZING,
FOR
TYPE
HYDRO-
2
SOCCER
AND
ACRE
2.43
$
$
$
63
SEEDING,
MULCHING
SEEDING,
FERTILIZING,
TYPE
FOR
4
HYDRO-
AND
ACRE
12.8
1.7
$
$
$
64
TEMPORARY
EROSION
PRODUCTS
CONTROL
(RECP),
ROLLED
TYPE
2
SY
1856
309
$
$
$
65
PERIMETER
SEDIMENT
9
IN.
AND SLOPE
CONTROL DEVICE,
LF
8756
830
$
$
$
66
REMOVAL
AND
CONTROL
SLOPE
OF PERIMETER
SEDIMENT
DEVICE
LF
8756
830
$
$
$
67
REVETMENT,
RAP
FABRIC)
9040.111
APRON
FOR
CLASS
(&
PIPE
E RIP
ENG.
OUTLET,
TON
10
$
$
$
68
TURF REINFORCEMENT MATS
(TRM)
SO
168
$
$
$
69
(PERFORATED
SEDIMENT
DEWATERING
BASIN
DEVICE
RISER)
EA
6
$
$
$
70
SILT FENCE OR SILT FENCE
DITCH CHECK, INSTALLATION
LF
458
92
$
$
$
71
SILT
DITCH
SEDIMENT
FENCE
CHECK,
OR SILT FENCE
REMOVAL OF
EA
10
1
$
$
$
72
SILT
DITCH
DEVICE
FENCE
OR SILT FENCE
CHECK, REMOVAL OF
LF
458
92
$
$
$
73
CONSTRUCTION ENTRANCE
SY
210
90
$
$
$
74
REMOVAL OF CHAIN LINK
FENCE
LF
826
20.6
$
$
$
75
TEMPORARY FENCING
LF
4880
120
$
$
$
76
REMOVE RETAINING WALL,
AS PER PLAN
LS
1
$
$
$
77
REMOVE REMAINING POOL
FLOORANALL, AS PER PLAN
LS
1
$
$
$
78
ROSETTA STONE RETAINING
WALL
SF
515
$
$
$
79
ROSETTA
STONE
CONCRETE
BOULDERS
OUTCROPPING
ON
EA
7
$
$
$
80
MQWING
ACRE
3-5
$
$
$
34r$
FORM OF BID
FB-4 of 9
City Contract No. 1078
FY 2023 Gates Park Improvements
Waterloo, Iowa
Revised per
Addendum #4
ITEM
NO.
ITEM
UNIT
EST.
EST.
QTY
ALT 1
UNIT BID
PRICE
TOTAL DIV 1
PRICE
TOTAL
#1
PRICE
ALT
QTY.
DIV
1
81
OPEN -THROAT CURB INTAKE
SEDIMENT FILTER
EACH
4
3
$
$
$
82
MAINTENANCE
THROAT
SEDIMENT
CURB
FILTER
OF
INTAKE
OPEN-
EACH
4
3
$
$
$
83
REMOVAL
CURB
FILTER
OF OPEN -THROAT
INTAKE SEDIMENT
EACH
4
3
$
$
$
84
INTAKE
SEDIMENT
9
IN,
PROTECTION,
CONTROL DEVICE,
EACH
22
3
$
$
$
85
MAINTENANCE
PROTECTION,
CONTROL
DEVICE
OF
SEDIMENT
INTAKE
EACH
22
3
$
$
$
86
REMOVAL
PROTECTION,
CONTROL
OF
DEVICE
INTAKE
SEDIMENT
EACH
22
3
$
$
$
87
GRATE INTAKE SEDIMENT
FILTER BAG
EACH
10
$
$
$
88
MAINTENANCE OF GRATE
INTAKE SEDIMENT FILTER
BAG
EACH
10
$
$
$
89
REMOVAL OR GRATE INTAKE
SEDIMENT FILTER BAG
EACH
10
$
$
$
90
MOBILIZATION
LS
1
$
$
$
91
CONCRETE WASHOUT
LS
1
$
$
$
92
REMOVAL AND REINSTALL
METAL GATE
EA
1
$
$
$
93
REMOVE AND REINSTALL
SIREN
EACH
1
$
$
$
94
AMPHITHEATER
STRUCTURE
LS
1
$
$
$
95
AMPHITHEATER FOUNDATION
WALL
LS
1
$
$
$
96
AMPHITHEATER
BUILDING
RESTROOM
LS
1
$
$
$
97
SPLASH PAD
BUILDING
RESTROOM
LS
1
$
$
$
98
PICNIC
INSTALLATION-
GATES
SHELTER
NORTH
LS
1
$
$
$
99
PICNIC
INSTALLATION-
GATES
SHELTER
SOUTH
LS
1
$
$
$
100
METAL
COLUMNS
ARCH SIGNS AND
FOR GATEWAYS
EA
2
$
$
$
FORM OF BID
FB-5 of 9
City Contract No. 1076
FY•2023 Gates Park Improvements
Waterloo, Iowa
Revised per
Addendum #4
ITEM
NO.
ITEM
UNIT
EST.
QTY.
DIV
1
EST.
QTY
ALT 1
UNIT BID
PRICE
TOTAL DIV 1
PRICE
TOTAL
#1
PRICE
ALT
101
MONUMENT
(DONALD AND
ENTRY
MILDRED)
SIGN
1
LS
1
$
$
$
102
SIGNAGE
SPLASH
ON
PAD
WALL
BUILDING
OF
LS
1
$
$
$
103
DONOR RECOGNITION SIGN
LS
1
$
$
$
104
SOUTH
RENOVATION
GATES RESTROOM
LS
1
$
$
$
105
AMPHITHEATER
FINISH
WOOD ROOF
LS
1
$
$
$
106
DARK
FLOOD
GRAY STAIN FOR
WALL
SFF
340
$
$
$
107
4TH
MONUMENT
STREET
ENTRY
AND
SIGN 2 AT
LESTER
LS
1
$
$
$
108
PLAYGROUND
WIREWORKS
FENCE - 6'
LF
1045
$
$
$
109
PLAYGROUND
GATE
4' X 8' DOUBLE
- WIREWORKS
EA
2
$
$
$
110
PLAYGROUND 6' X
GATE - WIREWORKS
4' SINGLE
EA
1
$
$
$
111
CONCRETE CURB AROUND
PLAY SURFACE
LF
167
$
$
$
112
GRAVEL
TURF
SAFETY
FOR PLAYGROUND
SURFACING
SF
10481
$
$
$
113
CONCRETE
SLOPED
BASE FOR
TURF SURFACING
SF
1056
$
$
$
114
PLAYGROUND
PARK
RAILINGS
AND SPRAY
LF
52
$
$
$
115
BASKETBALL
GOALS
EA
6
1
$
$
$
116
BASKETBALL
STAINING
COURT
SF
14250
$
$
$
117
BASKETBALL
PAINTING
COURT LINE
EA
3
0.5
$
$
$
118
SHADE
TREES
(1.5" CAL.
B&B)
EA
50
38.0
$
$
$
119
ORNAMENTAL
CONT.
TREES (1"
8&B)
EA
31
6.0
$
$
$
120
LARGE
CONT.
SHRUBS
B&B)
(5 GAL.
EA
120
$
$
$
FORM OF BID
FB-6 of 9
City Contract No. 1076
FY 2023 Gates Park Improvements
Waterloo, Iowa
Revised per
Addendum #4
ITEM
NO.
ITEM
UNIT
EST.
QTY.
DIV
1
EST.
QTY
ALT 1
UNIT BID
PRICE
TOTAL DIV 1
PRICE
TOTAL
#1
PRICE
ALT
121
SMALL SHRUBS (3 GAL.
CONT. B&B)
EA
406
$
$
$
122
PERENNIAL PLANTS (1 GAL.
CONT.)
EA
823
361.0
$
$
$
123
STEEL BED EDGING
LF
685
43.0
$
$
$
124
PLANT
BED PREPARATION
SF
19330
2,111
$
$
$
125
WOOD
BEDS
MULCH FOR PLANT
SF
22009
2,111
$
$
$
126
WASHED
MULCH
FABRIC
SEPTIC ROCK
AND WEED BARRIER
SF
380
$
$
$
127
SOCCER
FIELD
IRRIGATION
LS
1
$
$
$
128
AMPHITHEATER
MEPT
STRUCTURE
LS
1
$
$
$
129
AMPHITHEATER
BUILDING
MEPT
RESTROOM
LS
1
$
$
$
130
SPLASH
BUILDING
PAD
MEPT
RESTROOM
LS
1
$
$
$
131
SOUTH
RENOVATION
GATES RESTROOM
MEPT
LS
1
$
$
$
132
TYPE
FIXTURES
SA
SITE LIGHT
(PARKING
LOTS)
EA
11
1
$
$
$
133
TYPE
FIXTURES
SB
SITE
(WALKWAYS)
LIGHT
EA
25
9
$
$
$
134
BASKETBALL
LIGHTING
CONTROLS
COURT
SYSTEM
AND
LS
1
$
$
$
135
TRANSFORMER
EA
2
$
$
$
136
ELECTRICAL
PEDESTAL
POWER
EA
1
$
$
$
137
PICNIC
LIGHTING
SHELTER POWER AND
EA
1
1
$
$
$
138
SITE
ROUGH
ELEMENT
-IN
ELECTRICAL
EA
2
1
$
$
$
139
NETWORK
CONNECTION
LS
1
$
$
$
140
INTRUSION
DETECTION
LS
1
$
$
$
FORM OF BID
FB-7 of 9
City Contract No. 1078
FY 2023 Gates Park Improvements
Waterloo, Iowa
Revised per
Addendum #4
ITEM
NO.
ITEM
UNIT
EST.
QTY.
DIV
1
EST.
QTY
ALT
1
UNIT BID
PRICE
TOTAL
#1
PRICE
ALT
TOTAL DIV 1
PRICE
141
RECONNECT
ELECTRICAL
EXISTING
SERVICES
LS
1
$
$
$
142
CAMERAS
POLES
AND CAMERA
LS
1
$
$
$
143
SPLASH
PAD CONSTRUCTION
LS
1
$
$
$
144
SPLASH PAD EQUIPMENT
INSTALLATION- OWNER
SUPPLIED
LS
1
$
$
$
145
SOUTH GATES TENNIS
COURT NET AND LINE
PAINTING
LS
1
$
$
$
Total
$
$1.41ct`533.
2. It is understood that the quantities set forth are approximate only and subject to variation and that the
unit bid price for the work done shall govern in the actual payment to Contractor.
3. In submitting this bid, the bidder understands that the right is reserved by the City of Waterloo, Iowa,
to reject any or all bids. If written notice of the acceptance of this bid is mailed, telegraphed, or
delivered to the undersigned within thirty (30) days after the opening thereof, or at any time thereafter
before this bid is withdrawn, the undersigned agrees to execute and deliver an agreement in the
prescribed form and furnish the required bond and certificate of the insurance within ten (10) days
after the agreement is presented to him for signature, and start work within ten (10) days after
"Notice to Proceed" is issued.
4. Security in the sum of 5% of the bid amount
Dollars ($ 5°/ of the bid amount ) in the form of
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. 1 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
F8-8 of 9 FY 2023 Gates Park Improvements
City Contract No. 1078 Waterloo, Iowa
Revised per
Addendum #4
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.
BY:
Peters Construction Corporation 5/11/2023
(Name of Bidder) (Date)
✓ i- ) Title President
Official Address: (Including Zip Code):
901 Black Hawk Rd
Waterloo, IA 50701
I.R.S. No 42-1414218
FORM OF BID
FB-9 of 9 FY 2023 Oates Park Improvements
City Contract No. 1076 Waterloo, Iowa
Revised February 2003
CONTRACTOR'S OR SUBCONTRACTOR'S AFFIRMATIVE ACTION PROGRAM
Check box that applies to party completing program:
) General Contractor
) Subcontractor
Section A to be completed by GENERAL CONTRACTORS only:
A.
Name of Company Peters Construction Corporation
Address of Company 901 Black Hawk Rd Waterloo, IA Zip 50701
Telephone Number (319) 236-2003
Federal ID Number (if no Federal ID Number, Owner/President's Social Security Number)
#42-1414218
Name of Equal Employment Officer
Name of Project F.Y. 2023 Gates Park Improvements - Waterloo
Project Contract Number #1076
Estimated Construction Work Dates June 2023 / October 2024
Start Finish
Section B to be completed by SUBCONTRACTORS only:
B.
Name of General or Prime Contractor
Name of Subcontractor
Subcontractor's Address Zip
Subcontractor's Telephone Number j )
Subcontractor's Federal ID Number (if no Federal ID Number Owner/President's Social Security
Number) .
Name of Equal Employment Officer
C. Remainder of program to be completed by party completing program, either Prime or
Subcontractor.
The Owners and/or Principals of your company:
AA-1 -8
Ethnic
Name Address Position Sex Origin,
Bradley F Best 901 Black Hawk Rd President Male White
19 other employee owners are part of the S Corp
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
Address
NA
Affiliation
Type of
Decree
II. EMPLOYER'S POLICY (Please read carefully.)
A. 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 aga'nst because of race, color, creed, sex, national
origin, economic status, age, mental or physical handicap.
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.
C. 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. Peters Construction Corporation will give training
(Name of Company)
and employment opportunities to local residents of Waterloo, Iowa, to the greatest extent
feasible.
AA-2 -8
III. AFFIRMATIVE ACTION
A.
B.
C.
Peters Construction Corporation recognizes that the
(Name of Company)
effective application of a policy of merit employment involves more than just a policy
statement, and Peters Construction Corporation
(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.
Peters Construction Corporation will undertake the
(Name of Company)
following six (6) steps to improve our Affirmative Action Program:
1. 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.
Peters Construction Corporation 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.
Peters Construction Corporation will seek qualified minority, female,
(Name of Company)
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.
E. 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.
F. Training, upgrading, promotion and transfer activities at all levels will be monitored to
ensure that full consideration has been given to qualified minority, female, and local
group employees.
o. Peters Construction Corporation 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.
AA-3 -8
H.
J.
Peters Construction Corporation
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")
1. Sent Bid Invitations through iSgFt
2. Sent Bid Invitations through mad to MBEIWBE List
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")
1.
Peters Construction Corporation will 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.
K. 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. Peters Construction Corporation 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.
N.
Parity figures for companies located in Waterloo are as follows:
Minority Parity = .08 (8%)
Peters Construction Corporation
(Name of Company)
Employment Goals:
Affirmative Action
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 2023please 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: 10
Goals for Women: 7.5
*Your affirmative action goals should be between 1 % and 10% or more for minorities and
1 % and 5% or more for women.
AA-4 -8
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.
Respectfully submitted,
By:
}
�s..
ehr
Company Executive
d E "
Date
n
Equal Employment
Opportunity Officer
`/ / t /; c 7 3
Date
City of Waterloo Affirmative Action Officer
Approved
Disapproved Reason:
By:
Date:
AA-6 -6
EQUAL OPPORTUNITY CLAUSE
(As provided in Execut've 0 der 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.
4. The contractor, subcontractor, vendor and supplier of goods and services will comply with all
published rules, regulations, directives, and order of the City of Waterloo Affirmative Action
Program Contract Compliance Provisions.
5. The contractor, subcontractor, vendor and supplier of goods and services will furnish and file
compliance reports within such time and upon such 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 Oates 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)
(Appropriate Official)
President
(Title)
5/11 /2023
(Date)
EQUAL OPPORTUNITY CLAUSE
EOC-2 of 2 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:
n
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 e-mail.
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: 01 / 01 / 1994 to 05 / 11 / 2023 Address: 901 Black Hawk Road
City, State, Zip: Waterloo, Iowa 50701
Dates: / / to / / Address:
City, State, Zip:
Dates: / / to / / Address:
You may attach additional sheet(s) if needed. City, State, Zip:
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 ❑
force preferences or any other type of preference to bidders or laborers? Yes ❑ No
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: Peters Construction Corporation
Signature:
Date: 05/11/2023
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)
Worksheets 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
■
Yes ❑ No My business is currently registered as a contractor with the Iowa Division of Labor.
Yes 0 No My business is a sole proprietorship and I am an Iowa resident for Iowa income tax purposes.
❑ Yes X 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.
X
Yes ❑ 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 0 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 E3 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 x 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 3 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 E3 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 E3 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 p 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)
BSP-2
NON -COLLUSION AFFIDAVIT OF PRIME BIDDER
State of Iowa )
)ss
County of Black Hawk )
Bradley F Best
being first duly sworn, deposes and says that:
1. He is (Owner, Partner, Officer, Representative, or Agent) , of Peters Construction
Corporation , the Bidder that has submitted the attached Bid;
2. He is fully informed respecting the preparation and contents of the attached Bid and of all
pertinent circumstances respecting such Bid;
3. Such Bid is genuine and is not a collusive or sham Bid;
4. Neither the said Bidder nor any of Its officers, partners, owners, agents, representatives,
employees, or parties in interest, including this affiant, has in any way colluded, conspired,
connived or agreed, directly or indirectly, with any other Bidder, firm or person to submit a
collusive or sham Bid in connection with the Contract for which the attached Bid has been
submitted or to refrain from bidding in connection with such Contract, or has in any manner,
directly or indirectly, sought by •agreement or collusion or communication or conference with any
other Bidder, firm or person to fix the price or prices in the attached Bid or of any other Bidder, or,
to fix any overhead, profit or cost element of the bid price or the bid price of any other Bidder, or
to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage
against the City of Waterloo, Iowa, or any person interested in the Proposed Contract; and
5. The price or prices quoted in the attached Bid are fair and proper and are not tainted by any
collusion, conspiracy, connivance or unlawful agreement on the part of the Bidder or any of its
agents, representatives, owners, employees, or parties in interest, including this affiant.
(Signed) ) F
President
Title
Subscribed and sworn to before me this 11411 day of Ma-i , 20.23
firtmelyot _ NrF v y Pwh r
Title
My commission expires /0'25• :5
to
RACHAEL BHENDEr\t
COMMISSION NO.765202
MY COM6SISSION XPIHES
NON -COLLUSION AFFIDAVITS
NCA-1 of 2 FY 2023 Gates Park Improvements
City Contract Nol. 1076 Waterloo, Iowa
MBEIWBE BUSINESS ENTERPRISE
PRE -BID CONTACT INFORMATION FORM
Prime Contractor Name: Peters Construction Corporation Project: F Y. 2023 Gates Park Improvements Letting Date: 5/1112023
NO MBEIWBE SUBCONTRACTORS: If you are NOT using any MBE/WBE subcontractors to complete this project, sign below. Attach a brief explanation
as to why subcontracting was not feasible with this project. If any MBEIWBE subcontractors will be used, please use the bottom portion of this form.
''� `-5/11/2023
Contractor Signature: /' - 1? tk Title: President Date:
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 MBEIWBE 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 MBE/WBE 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 MBE/WBE 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
MBEIWBE 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
Quick Construction
5/1/2023
Yes
f,�
Daniels Horne Improvements
Yes
ir-
5/1/2023
DC Corporation
5/1/2023
Service Signing, LC
5/1/2023
Yes
(Form CCO-4) Rev. 06-20-02
Peters talked to Rudy Jones on 5/1/2023 and we were told
to send to people we know are interested and that the City
had not sent out notices to the MBE/WBE list ahead of the
contractors per the specification.
MBEA BE PARTICIPATION
M-8 of 8
City Contract No. 1076
FY 2023 Gates Park Improvements
Waterloo, Iowa
BID BOND
KNOW ALL MEN BY THESE PRESENTS, that we, Peters Construction Corporation
as Principal, and United Fire & Casualty Company
as Surety are held and firmly bound unto the CITY OF WATERLOO
"OWNER." In the penal sum Five percent of 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, City 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 11th day of May A.D. 2023 .
Peters Construction Corporation
Principal
By
zc
United Fire & Casualty Company
Surety,
B
E. A. von Harz, Attorney -in -fact
INe
(Seal)
(Title)
(Seal)
BID BOND
BB-1 OF 1
City Contract No. 1076
FY 2023 Gates Park Improvements
Waterloo, Iowa
u li
UNITED FIRE & CASUALTY COMPANY, CEDAR RAPIDS, IA
UNITED FIRE & INDEMNITY COMPANY, WEBSTER, 'EX
FINANCIAL PACIFIC INSURANCE COMPANY, LOS ANGELES, CA
CERTIFIED COPY OF POWER OF ATTORNEY
(original on file at Home Office of Company — See Certification)
KNOW ALL PERSONS BY THESE PRESENTS, That United Fire & Casualty Cotnpany, a corporation duly organized and existing under the laws
of the State of Iowa; United Fire & Indemnity Company, a corporation duly organized and existing under the laws of the State of Texas; and Financial
Pacific Insurance Company, a corporation duly organized and existing under the laws of the State of California (herein collectively called the
Companies), and having their corporate headquarters in Cedar Rapids, State of Iowa, does make, constitute and appoint
GREG T. LA MAIR, JEFFREY R. BAKER, JOSEPH I. SCHMIT, E. A. VON HARZ, BRANDON HORBACH, COURTNEY
MEYER, JULIANA BARTLETT, DANI EL M. MOLYNEAUX, LAURA J. ADAMS, LORI S. BURROUGHS, PAMELA K. MATTISON,
KAREN S. HARTSON, EACH INDIVIDUALLY
Inquiries: Surety Department
118 Second Ave SE
Cedar Rapids, IA 52401
their true and lawful Attorney(s)-in-Fact with power and authority hereby conferred to sign, seal and execute in its behalf all lawful bonds,
undertakings and other obligatory instruments of similar name provided that no single obligation shall exceed $100, 000, 000.00
and to bind the Companies thereby as fully and to the same extent as if such instrtunents were signed by the duly authorized officers of the Companies
and all of the acts of said Attorney, pursuant to the authority hereby given and hereby ratified and confirmed.
The Authority hereby granted is continuous and shall remain in full force and effect until revoked by United Fire & Casualty Company, United Fire &
Indemnity Company, and Financial Pacific Insurance Company.
This Power of Attorney is made and executed pursuant to and by authority of the following bylaw duly adopted by the Boards of Directors of United
Fire & Casualty Company, Ihtjted Fire & Indemnity Company, and Financial Pacific Insurance Company.
"Article VI - Surety Bonds and Undertakings"
Section 2, Appointment of Altomey-in-Face. "The President or any Vice President, or rly other officer of the Companies may, from time to time, appoint by written certificates
attorneys -in -fact to act in behalf of the Companies in the execution of policies of insurance, ponds, Lmdenakings and other obligatory instnunents of like nature. The signature
of any officer authorized hereby, and the Corporate seal, may he affixed by facsimile to any power of attorney or special power of attorney or certification of either authorized
hereby; such signature and seal, when so used, being adopted by the Companies as the original signature of such officer and the original seal of the Companies, to he valid
and binding upon the Companies with the sane force and effect as though manually affixed. Such attorneys -in -fact, subject to the limitations set of forth in their respective
cenifeates of authority shall have full power to bind the Companies by their signature and execution of any such instruments and to attach the seal the Companies thereto.
The President or any Vice President, the Board of Directors or any other officer of the Companies may at any time revoke all power and authority previously given to any
attorney -in -fact.
IN WITNESS WI-IEREOF, the COMPANIES have each caused these presents to be signed by its
vice president and its corporate seal to be hereto affixed this 10t h day of March, 2014
o°• awns",,p
COIIIPOILOL
SEAL
a44awa,0 ` 3+```
State of Iowa, County of Linn, ss'
• L-..ppRPegSt'. nm4
,fist .z
;WWII 6nAN
UNITED FIRE & CASUALTY COMPANY
IINITED FIRE & INDEMNITY COMPANY
FINANCIAL PACIFIC INSURANCE COMPANY
By: �.,r�.,..w.,(✓ I `mil
Vice President
On 1Oth day of March, 2014, before me personally came Dennis J. Richmann
to me known, who being by me duly sworn, did depose and say; that he resides in Cedar Rapids, State of Iowa; that he is a Vice President of United Fire
& Casualty Company, a Vice President of United Fire & Indemnity Company, and a Vice President of Financial Pacific Insurance Company the
corporations described in and which executed the above instrument, that he knows the seal of said corporations; that the seal affixed to the said instrument
is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporations and that he signed his name thereto
pursuant to like authority, and acknowledges same to be the act and deed of said corporations.
Judith A. Jones
Iowa Notarial Seal
Commission number 173041
My Commission Expires 4232024
Notary Public
My commissio 1 expires: 4/23/2024
I, Mary A. Bertsch, A sistant Secretory of United Fire & Ca ualty Company and Assistant Secretary of United Fire & Indemnity Company, and Assistant
Secretary of Financial Pacific Insurance Company, do hereby certify that I have compared the foregoing copy of the Power of Attorney and affidavit, and
the copy of the Section of the bylaws and resolutions of said Corporations as set forth in said Power of Attorney, with the ORIGINALS ON FILE IN THE
HOME OFFICE OP SAID CORPORATIONS, and that the same are correct transcripts thereof, and of the whole of the said originals, and that the said
Power of Attorney has not been revoked and is now in full force'ind effect.
In testimony whereof I have hereunto subscribed my name and affixed the corporate seal of the said Corporations
this I l th day of May , 20 23
11111111/011
�'
ew,p1SrrN� c#\0 1N qb
4fN, op /CP ECF sy
'k coro
;/' SEAL /etc•
By: u 1 »i A C''l)
o, Assistant Secretary,
UF&C & OF&1 & EPIC
BPIA0049 1217
Bid Date: May 11, 2023
Item No. ''
SUDAS
Measurement and
Payment
Item
Unit
Estimated
Division 1
Quantities
Estimated
Alternative 41
4oantities
Unit Price
Total Division
1
Total
Alternative ES
1
2010-1O8A
CLEARING AND GRUBBING
LS
1
$ 38,795.89
$ 38,795.89
$ -
2
2010-1O8D
TOPSOIL, CONTRACTOR PROVIDED
CY
7,725
1,270
$ 24.39
$ 188,412.75
$ 30,975.30
3
2010-1O8D
CY
5,850
34$
$ 8.87
$ 51,889.50
$ 3,015.80
TOPSOIL, ON SITE
4
2010-1O8E
EXCAVATION, CLASS 10
CY
33,280
3,200
S 6.92
$ 230,297.60
$ 22,144.00
5
2010-1O8G
SUBGRADE PREPARATION, 6 IN.
SY
8,013
1,069
$ 1.94
$ 15,545.22
$ 2,073.86
6
2010-1O83
SUBBASE, MODIFIED 4 IN.
SY
5,792
910
$ 6.65
$ 38,516.80
$ 6,051.50
7
2010-1O83
SUBBASE, MODIFIED 6 IN.
SY
13,445
1,205
$ 8.32
$ 111,862.40
$ 10,025.60
$ -
8
4010-1O8E
SANITARY SEWER SERVICE, 4 IN., PVC
LF
158
$ 53.76
$ 8,494.08
9
4010-1O8E
SANITARY SEWER SERVICE, 6 IN., PVC
LF
305
$ 59.85
$ 18,254.25
$ -
10
4010-1O8H
REMOVAL OF SANITARY SEWER
LF
206
$ 18.29
$ 3,767.74
$ -
11
4010-1O8I
SANITARY SEWER CLEANOUT
EA
2
S 1,163.88
$ 2,327.76
$ -
12
4820-1O8A
STORM SEWER, TRENCHED, RCP, CLASS III, 12 IN.
LF
687
$ 64.29
$ 44,167.23
$ -
13
4020-1O8A
STORM SEWER, TRENCHED, RCP, CLASS III, 15 IN.
LF
423
$ 67.62
$ 28,683.26
$ -
14
4020-1O8A
STORM SEWER, TRENCHED, RCP, CLASS III, 18 IN.
LF
77
$ 74.26
$ 5,718.02
$ -
15
4020-1O8D
REMOVAL OF STORM SEWER PIPE
LF
134
$ 18.29
$ 2,450.86
$ -
16
4030-108B
12" RCP APRON 4030.222
EACH
1
$ 2.494.03
$ 2,494.03
$
17
4030-1088
EACH
3
$ 2,549.44
$ 7,648.32
S -
15 RCP APRON 4030.222
18
4e30-aess
18" RCP APRON 4030.222
EACH
1
$ 2,771.13
$ 2,771.13
$ -
19
4030-1O8C
RCP APRON FOOTINGS 4030.221
EACH
7
S 1,108.45
$ 7,759.15
$ -
20
4040-1O8A
SUBDRAIN, NONPERFORATED PLASTIC PIPE, 4 IN. DIA.
LF
10
$ 13.29
$ -
$ 132.90
21
4040-1O8A
SUBDRAIN, NONPERFORATED PLASTIC PIPE, 6 IN. DIA.
LF
22
S 14.41
$ 317.02
$
22
4040-1O8A
SUBDRAIN, 6 IN. DIA. TYPE SP
LF
4,529
660
$ 14.41
$ 65,262.89
$ 9,510.68
23
4040-1O8D
SUBDRAIN OUTLETS, 4040.233
EACH
7
2
S 387.96
$ 2,715.72
$ 775.92
24
5010-1O8C
WATER FITTING 2 IN TO 1.5 IN REDUCER
EACH
1
$ 554.22
$ 55422
$
25
5010-1O8C
WATER FITTING, 4 IN TO 1.5 IN REDUCER
EACH
1
$ 775.92
$ 775.92
$ -
26
5010-1O8E
WATER SERVICE 1.5 IN. COPPER
LF
5
$ 39.91
$ 199.55
$
27
5010-1O8E
WATER SERVICE, 2 IN. COPPER
LF
190
5 60.96
$ 11,582.40
$ -
28
5010-1O8E
WATER SERVICE, 3 IN. COPPER
LF
127
$ 116.39
$ 14,781.53
$
29
5010-1O8H
WATERMAIN REMOVAL
LF
236
$ 18.29
$ 4,316.44
$
30
5020-1O8A
VALVE, GATE, DIP, 4 IN
EACH
1
$ 1,995.22
$ 1,995.22
$ -
31
6010-1O8A
MANHOLE, SW-301, 48 IN.
EACH
1
$ 5,653.11
$ 5,653.11
S -
32
6010-1088
INTAKE, SW-512, 24 IN.
EACH
12
$ 3,990.44
$ 47,885.28
$ -
33
6010-1088
INTAKE, SW-513
EACH
2
$ 8,424.25
$ 16,848.50
$ -
34
6010-1O8E
STORM SEWER STRUCTURE ADJUSTMENT, MINOR
EACH
1
1
$ 2,604.86
$ 2,604.86
$ 2,604.86
35
6010-1O8F
STORM SEWER MANHOLE AD3USTMENT, MAJOR
EACH
2
$ 6,761.57
$ 13,523.14
$
36
6010-1O8F
SANITARY SEWER MANHOLE ADJUSTMENT, MAJOR
EACH
2
1
$ 4 544 67
$ 9,089.34
$ 4,544.67
37
6010-1O8H
REMOVALS, MANHOLE OR INTAKE
EACH
3
1
$ 1,385.56
$ 4,156.68
$ 1,385.56
38
7010-1O84
PCC PAVEMENT, CLASS C, CLASS 3 DURABILITY, 7 IN.
SY
8,013
1,069
$ 48.99
$ 392,556.87
$ 52,370.31
39
7010-I0SA
PCC PAVEMENT, CLASS C, CLASS 3 DURABILITY, 6 IN., BASKETBALL COURT
SY
3,280
$ 45.62
$ 149,633.60
$ -
40
7010-1O8C
PCC PAVEMENT, CLASS C, CLASS 3 DURABILITY, 6 IN., POOL AND PLAY AREA DECK PAVING
SY
988
$ 89.78
$ 88,702.64
$ -
41
7010-1O8E
CURB AND GUTTER, STANDARD, 6 IN.
LF
95
105
$ 66.51
$ 6,318.45
$ 6.983.55
42
7021-1088
HMA PAVEMENT OVERLAY, 3 IN.
SY
1,126
$ 27.91
$ -
$ 31,426.66
43
7030-1O8A
REMOVAL OF SIDEWALK
SY
12
$ 6.67
5 82.04
$ -
44
7030-1O8E
PCC PAVEMENT, CLASS C, 6 IN. PCC RECREATIONAL TRAIL
SY
4,107
167
$ 44.89
S 184,363.23
$ 7,496.63
45
7030-1O8E
PCC PAVEMENT, CLASS C, 5 IN. PCC SIDEWALK
SY
446
713
$ 79.81
$ 35,595.26
$ 56,904.53
46
7030-1O86
DETECTABLE WARNING PANELS
SF
100
12
$ 60.96
$ 6,096.00
$ 731.52
47
7030-1O8H
PCC PAVEMENT, DRIVEWAYS, CLASS C, CLASS 3 DURABILITY, 6 IN.
SY
172
$ 54.87
$ 9,437.44
$ -
48
7030-1O8H
REMOVAL OF GRANULAR SURFACING MATERIAL
SY
7,941
1,468
$ 1.11
$ 8,814.51
$ 1,629.48
49
7030-1O8H
CLASS A ROADSTONE
TON
30
$ 36.03
$ 1,080.90
$ -
50
7040-1O8H
REMOVAL OF PAVEMENT
SY
1,811
3,752
$ 7.21
$ 13,060.19
$ 27,051.92
51
7040-1O8H
REMOVAL OF PLAYGROUND SURFACING
SY
633
$ 6.65
$ 4,209.45
$ -
52
7040-1O8I
LF
250
105
$ 12.19
$ 3,047.50
S 1,279.95
REMOVAL OF CURB AND GUTTER
53
7040-1O8I
REMOVAL OF FLUME
LF
201
$ 3.32
$ 667.32
$ -
54
8020-1088
PAINTED PAVEMENT MARKINGS, SOLVENT/WATERBORNE
STA
41
$ 136.74
$ 5,542.07
Ne-eid
55
8020-1O86
PAINTED PAVEMENT SYMBOLS, SOLVENT/WATERBORNE
EACH
16
$ 27.71
$ 443.36
N9-$i4
56
8030-1O8A `
TRAFFIC CONTROL
LS
1
$ 5,542.28
$ 5,542.28
$ -
57
8040-1088
TYPE A SIGNS, SHEET ALUMINUM
SF
45
12
$ 27.71
$ 1,244.95
$ 332.52
58
8040-1O8D
LF
190
30
S 11.09
$ 2,107.10
$ 332.70
PERFORATED SQUARE STEEL TUBE POSTS
59
8040-1O8G
PERFORATED SQUARE STEEL TUBE ANCHOR
EACH
19
3
$ 55.42
$ 1,052.98
$ 166.26
60
9B1b-188D
wASEJ:ING
MGAL
$ -
No Pi+
N' Dia
61
9010-1088
SEEDING, FERTILIZING, AND MULCHING FOR HYDRO -SEEDING, TYPE 1
ACRE
10
2
$ 4,433.81
$ 46,111.62
$ 7,537.48
62
9010-1O8B
SEEDING, FERTILIZING, AND MULCHING FOR HYDRO -SEEDING, TYPE 2 SOCCER FIELD
ACRE
2
$ 3,879.59
$ 9,427.40
$ -
63
9010-1O8B
SEEDING, FERTILIZING, AND MULCHING FOR HYDRO -SEEDING, TYPE 4
ACRE
13
2
S 2,771.14
$ 35,470.59
$ 4,710.94
64
9040-1O8E
TEMPORARY ROLLED EROSION CONTROL PRODUCTS (RECP), TYPE 2
SY
1,856
309
$ 1.44
$ 2,672.64
$ 444 96
65
9040-1O2F
PERIMETER AND SLOPE SEDIMENT CONTROL DEVICE, 9 IN.
LF
8,756
830
$ 1.94
$ 16,986.64
$ 1,610.20
66
9040-1O8F
REMOVAL OF PERIMETER AND SLOPE SEDIMENT CONTROL DEVICE
LF
8,756
830
$ 0.17
$ 1,488.52
$ 141.10
67
9040-108]
REVETMENT, CLASS E RIP RAP APRON (8 ENG.FABRIC) FOR PIPE OUTLET, 9040.111
TON
10
$ 105.30
$ 1,053.00
$ -
68
9040-1O8R
TURF REINFORCEMENT MATS (TRM)
SQ
168
$ 55.42
$ 9,310.56
$ -
69
9040-1O8L
SEDIMENT BASIN DEWATERING DEVICE (PERFORATED RISER)
EA
6
$ 1,939.80
$ 11,638.80
$ -
70
9040-1O8N
SILT FENCE OR SILT FENCE DITCH CHECK, INSTALLATION
LF
458
92
$ 1.94
$ 888.52
$ 178.48
71
9040-1OSN
SILT FENCE OR SILT FENCE DITCH CHECK, REMOVAL OF SEDIMENT
EA
10
1
$ 110.85
$ 1,108.50
$ 110.85
72
9040-1O8N
SILT FENCE OR SILT FENCE DITCH CHECK, REMOVAL OF DEVICE
LF
458
92
$ 1.66
$ 760.28
S 152.72
73
9040-1080
CONSTRUCTION ENTRANCE
SY
210
90
$ 22.17
$ 4,655.70
S 1,995.30
74
9060-1O8E
REMOVAL OF CHAIN LINK FENCE
LF
826
$ 6.65
$ 5,492.90
Ne-64
75
9060-1O8F
TEMPORARY FENCING
LF
4,880
120
$ 3-82
$ 18,641.60
5 458.40
76
9070
REMOVE RETAINING WALL, AS PER PLAN
LS
1
S 4,982.04
5 4,988.04
$ -
77
9070
LS
1
S 24,940.22
$ 24,940.22
$ -
REMOVE REMAINING POOL FLOOR/WALL, AS PER PLAN
78
9071-1O8A
ROSETTA STONE RETAINING WALL
SF
51S
$ 97.55
$ 50,238.25
$ -
79
9071-1O8A
ROSETTA OUTCROPPING STONE BOULDERS ON CONCRETE
EA
7
$ 327.00
$ 2,289.00
$
80
2GO1
MOWING
ACRE
$ -
Nc Rid
No-Eid
81
2602
OPEN -THROAT CURB INTAKE SEDIMENT FILTER
EACH
4
3
$ 193.99
$ 775.96
$ 581.97
82
2602
MAINTENANCE OF OPEN -THROAT CURB INTAKE SEDIMENT FILTER
EACH
4
3
$ 27.71
$ 110.84
$ 83.13
83
2602
REMOVAL OF OPEN -THROAT CURB INTAKE SEDIMENT FILTER
EACH
4
3
$ 27.71
$ 110.84
$ 83.13
84
2602
INTAKE PROTECTION, SEDIMENT CONTROL DEVICE, 9 IN.
EACH
22
3
$ 110.85
$ 2,438.70
$ 332.55
85
2602
MAINTENANCE OF INTAKE PROTECTION, SEDIMENT CONTROL DEVICE
EACH
22
3
$ 27.71
S 609.62
$ 83.13
86
2602
REMOVAL OF INTAKE PROTECTION, SEDIMENT CONTROL DEVICE
EACH
22
3
$ 27.71
$ 609.62
$ 83.13
87
2602
GRATE INTAKE SEDIMENT FILTER BAG
EACH
10
$ 221 69
$ 2,216.90
$ -
88
2602
MAINTENANCE OF GRATE INTAKE SEDIMENT FILTER BAG
EACH
10
$ 27.71
$ 277.10
$ -
89
2602
REMOVAL OR GRATE INTAKE SEDIMENT FILTER BAG
EACH
10
$ 27.71
$ 277.10
$ -
90
11020
MOBILIZATION
LS
1
$ 139,332.66
$ 139,332.66
$ -
91
11050-1O8A
CONCRETE WASHOUT
LS
1
$ 15,593.75
$ 15,593.75
$ -
92
REMOVAL AND REINSTALL METAL GATE
EA
1
$ 3,183.24
$ 3,123.24
$ -
93
REMOVE AND REINSTALL SIREN
EACH
1
$ 11,029.12
$ 11,029.12
$ -
94
AMPHITHEATER STRUCTURE
LS
1
$ 513,784.12
$ 513,784.12
$ -
95
AMPHITHEATER FOUNDATION WALL
LS
1
$ 252,093.44
$ 251,093.44
$ -
96
AMPHITHEATER RESTROOM BUILDING
LS
1
$ 713,609.97
$ 713,609.97
$ -
97
SPLASH PAD RESTROOM BUILDING
LS
1
$1,035,246.77
$1,035,246.77
$ -
98
PICNIC SHELTER INSTALLATION- NORTH GATES
LS
1
$ 57,855.80
$ 57,855.80
$ -
99
PICNIC SHELTER INSTALLATION- SOUTH GATES
LS
1
$ 34,071.99
$ -
$ 34,071.99
100
METAL ARCH SIGNS AND COLUMNS FOR GATEWAYS
EA
2
$ 21,108.96
$ 42,217.92
$ -
101
MONUMENT ENTRY SIGN 1 (DONALD AND MILDRED)
LS
1
$ 37,171.80
$ 37,171.80
$ -
102
SIGNAGE ON WALL OF SPLASH PAD BUILDING
LS
1
$ 10,288.14
$ 10,288.14
$ -
103
DONOR RECOGNITION SIGN
LS
1
$ 45 167.09
$ 45,167.09
$ -
104
SOUTH GATES RESTROOM RENOVATION
LS
1
$ 84,419.06
$ -
$ 84,419.06
105
AMPHITHEATER WOOD ROOF FINISH
LS
1
No Bid
No Bid
No Bid
106
DARK GRAY STAIN FOR FLOOD WALL
SFF
340
$ 10.03
$ -
$ 3,410.20
107
MONUMENT ENTRY SIGN 2 AT 4TH STREET AND LESTER
LS
1
$ 30,985.11
$ -
$ 30,985.11
108
PLAYGROUND FENCE - 6' WIREWORKS
LF
1 045
$ 78.69
$ 82,231.05
$ -
109
EA
2
$ 4 788.52
$ 9,577.04
$ -
PLAYGROUND 4' X 8' DOUBLE GATE - WIREWORKS
110
PLAYGROUND 6' X 4' SINGLE GATE - WIREWORKS
EA
1
$ 3,582.52
$ 3,582.52
$ -
111
7030
CONCRETE CURB AROUND PLAY SURFACE
LF
167
$ 33.25
$ 5,552.75
5 -
112
7030
GRAVEL FOR PLAYGROUND TURF SAFETY SURFACING
SF
10,481
$ 2.65
$ 27,774.65
$ -
113
7010
CONCRETE BASE FOR SLOPED TURF SURFACING
SF
1,056
$ 23.80
$ 25,132.80
$ -
114
PLAYGROUND AND SPRAY PARK RAILINGS
LF
52
$ 910.49
$ 47,345.48
$ -
115
BASKETBALL GOALS
FA
6
1
$ 6,264.54
$ 37,587.24
$ 6,264.54
116
BASKETBALL COURT STAINING
SF
14,250
$ 4.74
$ 67,545.00
$ -
117
BASKETBALL COURT LINE PAINTING
EA
3
1
$ 2,771.14
$ 8,313.42
$ 1,385.57
118
SHADE TREES (1.5" CAL. B&B)
EA
50
38
$ 473.23
$ 23,661.50
$ 17,982.74
119
ORNAMENTAL TREES (1" CONT. B&B)
EA
31
6
5 435.67
S 13,505.77
$ 2,614,02
120
LARGE SHRUBS (5 GAL. CONT. B&B)
EA
120
$ 88.02
$ 10,562.40
$ -
121
SMALL SHRUBS (3 GAL. CONT. B&B)
EA
406
$ 70.52
$ 28,631.12
$ -
122
PERENNIAL PLANTS (1 GAL. CONT.)
EA
823
361
$ 20.25
$ 16,665.75
$ 8,350.15
S 7,310.25
$ 524.17
123
LF
685
43
$ 12.19
STEEL BED EDGING
124
PLANT BED PREPARATION
SF
19,330
2,111
$ 0.92
$ 17,783.60
S 1,942.12
125
WOOD MULCH FOR PLANT BEDS
SF
22 009
2 111
$ 1.05
$ 23,109.45
$ 2,216.55
126
WASHED SEPTIC ROCK MULCH AND WEED BARRIER FABRIC
SF
380
$ 2.09
$ 794.20
$ -
127
SOCCER FIELD IRRIGATION
LS
1
$ 40 741.25
$ 40,741.25
$ -
128
AMPHITHEATER STRUCTURE MEPT
LS
1
$ 51,266.02
$ 51,266.02
$ -
129
AMPHITHEATER RESTROOM BUILDING MEPT
LS
1
$ 159,404.56
$ 159,404.56
$ -
130
SPLASH PAD RESTROOM BUILDING MEPT
LS
1
$ 323 258 45
$ 323,258.45
$ -
131
SOUTH GATES RESTROOM RENOVATION MEPT
LS
1
$ 22,920.67
S -
S 22,920.67
132
TYPE SA SITE LIGHT FIXTURES (PARKING LOTS)
EA
11
1
$ 15,462.94
$ 170,092.34
$ 15,402.94
133
TYPE SB SITE LIGHT FIXTURES (WALKWAYS)
EA
25
9
$ 14,243.04
$ 356,091.00
$ 128,192.76
134
BASKETBALL COURT LIGHTING SYSTEM AND CONTROLS
LS
1
$ 183,559.18
$ 183,559.18
$ -
135
TRANSFORMER
EA
2
S 12,431.09
S 24,862.18
$
136
ELECTRICAL POWER PEDESTAL
EA
1
$ 14,407.74
$ 14,407.74
$ -
137
PICNIC SHELTER POWER AND LIGHTING
EA
1
1
$ 8,313.41
$ 8,313.41
$ 8,313.41
138
SITE ELEMENT ELECTRICAL ROUGH -IN
EA
2
1
$ 1,413.28
$ 2,826.56
$ 1,413.28
139
NETWORK CONNECTION
LS
1
$ 50,434.65
$ 50.434.65
$ -
140
INTRUSION DETECTION SYSTEM
LS
1
$ 3,990.44
S 3,990.44
$ -
141
REECONNECT EXISTING ELECTRICAL SERVICES
LS
1
$ 2,132.13
$ -
$ 2,132.13
142
CAMERAS AND CAMERA POLES
LS
1
$ 164,605.41
S 164,605.41
$ -
143
SPLASH PAD CONSTRUCTION
LS
1
$ 43 777.56
$ 43,777.56
$ -
144
SPLASH PAD EQUIPMENT INSTALLATION- OWNER SUPPLIED
LS
1
$1,775,700,90
$1,775,700.90
$ -
145
SOUTH GATES TENNIS COURT NET AND LINE PAINTING
LS
1
$ 9,437.86
$ -
$ 9,437.86
TOTAL
$ 8,893,838.99 $ 679533.44