Loading...
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