Loading...
HomeMy WebLinkAboutPeters Construction Corp.A PETERS CONSTRUCTION CORPORATION 901 Black Hawk Rd. Waterloo, IA 50701 (319) 236-2003 FY 2024 Byrnes Aquatic Center — City Contract No. 1077 City Clerk of City of Waterloo City Hall 715 Mulberry St. Waterloo, Iowa 50703 BID PROPOSAL FOR: FY 2024 Byrnes Aquatic Center — City Contract No. 1077 PETERS CONSTRUCTION CORPORATION 901 Black Hawk Rd. Waterloo, IA 50701 (319) 236-2003 FY 2024 Byrnes Aquatic Center — City Contract No. 1077 City Clerk of City of Waterloo City Hall 715 Mulberry St. Waterloo, Iowa 50703 BIDS SECURITY FOR: FY 2024 Byrnes Aquatic Center — City Contract No. 1077 54 REMOVAL OF PAVEMENT MARKINGS STA CT CON) Ui of CT O a CO a Oo Ja --..1C)) a a CIt a - A W a N A -s A o W CD W w v CO 0) W CT CO a W co CO N W W O NJ CO N CI)- N N 0) N In N .A N CA) N N N .� N p - -a --a - -s CO Co �I (A CM a co N ' Co -s CO CO ---.1 0) -a Ut _a a _a W _a N -. O --� O m K 'AINTED PAVEMENT SYMBOLS, SOLVENT/WATERBORNE EACH r 'AINTED PAVEMENT MARKINGS, SOLVENT/WATERBORNE STA REMOVAL OF PAVEMENT SY =ULL DEPTH, HMA PATCHING (ST) SURFACE, 1/2", PG58-28S SY DETECTABLE WARNING PANELS SF 'CC PAVEMENT, CLASS C, CLASS C DURABILITY, 5 IN. SIDEWALK SY 'CC PAVEMENT, SHARED USE PATH, 6 IN. SY CURB AND GUTTER 2 FT, SLOPED, 61N. LF PCC PAVEMENT, CLASS C, CLASS 3 DURABILITY, 6 IN., POOL DECK SY PCC PAVEMENT, CLASS C, CLASS 3 DURABILITY, 6 IN. SY REMOVALS, MANHOLE OR INTAKE EACH WATERMAIN MANHOLE ADJUSTMENT, MAJOR EACH I STORM SEWER MANHOLE ADJUSTMENT, MAJOR EACH SANITARY SEWER ADJUSTMENT, MINOR EACH INTAKE, SW-512 EACH NYLOPLAST INTAKE, 10 IN EACH WATER METER PIT I EA MANHOLE, SW-401, 48 IN. I EACH MANHOLE, SW-301, 48 IN. EACH GROUND HYDRANT WITH FLUSH TOP ENCASEMENT EACH VALVE, GATE, DIP, 4 IN EACH WATERMAIN REMOVAL LF WATER SERVICE, 4 IN. DIP LF WATER SERVICE, 2 IN. COPPER LF WATER SERVICE, 3/4 IN. COPPER I LF WATERMAIN FITTINGS 4X4X4 IN. TEE EACH WATER FITTING, 2.5 IN. TO 4 IN. REDUCER EACH WATER FITTING, 2 IN. TO 4 IN. REDUCER EACH WATER FITTING, 4 IN 45 DEGREE ELBOW EACH WATER FITTING, 4 IN 11.25 DEGREE ELBOW EACH WATER FITTING, 2 IN 45 DEGREE ELBOW EACH i SUBDRAIN OUTLETS, 4040.233 EACH SUBDRAIN, 6 IN. DIA. TYPE SP LF (RCP APRON FOOTINGS 4030.221 EACH 15" RCP APRON 4030.222 EACH CONNECTION TO EXISTING MANHOLE OR INTAKE EACH REMOVAL OF STORM SEWER PIPE, LESS THAN 36" LF TRENCH DRAIN, VARIABLE DEPTH LF STORM SEWER, TRENCHED, RCP, 15 IN. LF STORM SEWER, TRENCHED, HDPE, 12 IN. l LF STORM SEWER, TRENCHED, HDPE, 10 IN. LF SANITARY SEWER ABANDONMENT, PLUG EA SANITARY SEWER CLEANOUT EA REMOVAL OF SANITARY SEWER, LESS THAN 36" LF SANITARY SEWER SERVICE, 8 IN., PVC LF SANITARY SEWER SERVICE, 6 IN., PVC LF !SANITARY SEWER SERVICE, 4 IN., PVC LF SUBBASE, MODIFIED 6 IN. SY SUBBASE, MODIFIED 4 IN. SY SUBGRADE PREPARATION, 6 IN. SY (EXCAVATION, CLASS 10 I CY TOPSOIL, ON -SITE CY TOPSOIL, CONTRACTOR PROVIDED CY m c _z 60 112.80 co O) N W CO CO (.Ji a O Co CO cn cn co CD N Co N_ CO co 3 581.41 1 CD N co 3 I $ 1,744.21 W a W 0(T O N O 1 $ 1,744.22 �! W a v W v N CT v 0 O Cr) CA 0 C1> N N CT CO _ O �i p 0)) (A A O EST. QTY UNIT BID PRICE TOTAL BASE BID ALTERN TOTAL ALTERN PRICE EST. QTY BID PRICE CA O O pp N Ca .� -� -� N �I O 0 O -� -� -• 69 N O be to LA N 69 Oo b9 J N 69 Oo 00 N be VD J N 69 �1 �1 Cr, b9 a 69 J 00 Oo 69 Oo a EA NJ O J 69 N O 69 69 N O J EA w 69 O\ -J be a b9 a 69 A 69 N 0 be 1- 69 0o � EA b9 w �O cn 69 a 69 -- 69 a 69 69 EA 69 69 69 63 N N to O\ N 69 69 69 Off\ N 00 69 O a J 69 to 00 N 69 69 69 _ 69 69 vai w v, 69 a EA co .-• 89 Q\ �D J 69 --• 69 _ 69 00 ;-, 69 — N.00 w L1 oo LLA J a a � N a •-• a `� a -a a J a a O\ N Oo a VD J J a C NJ Oo Q\ N 00 ~ p\ N 00 O ~ J a p\ N oo 0 W w �l O � 00 w J *co w .o to N 00 CN - �1 a a w -\0 � O\ N 00 w J N N 0 w `p CA � v, O C7a\ v, be \p 'a a .A N N N N P O O N O a .-. N a a:) N J w to a — — ,_ O\ J .-4 a a ,-, $ 6,768.00 69 '- b9 w b9 N b9 $ 4,790.88 69 W N CD $ 43,370.64 EA ►r b9 b9 CT N O\ be _ 69 0 b9 $ 11,628.04 EA O\ J O\ oo b9 VD J �l v, O\ 69 b9 vi N W N a\ w 69 N `O 0 EA w N b9 Cwli '0 69 EA 69 , $ 1,744.22 69 89 w 69 O\ to 69 69 '.D w O\ (A N 00 69 ,--1 $ 1,744.22 69 69 w VI J a. b9 LA oo 69 69 NJ J Oo 69 b9 W b9 69 69 a b9 69 b9 N b9 b9 to 69 A 69 `J b9 a b9 b9 0o v J w b9 NJ w N to O\ N ►r a �D N A W t1) w 0\ �] _NJ . N O N J N N -a \D O\ N N 1--• p\ t!i O 0 — J a VI ja J w w O NJ p\ J N im J N J t, ) �1 Q N oo N O 00 O\ 0 OO Oo �- O\ N 00 �-. O O0 *a VD Oo w J w w J J O J \-D a 0 �- a w O J �- N 0 _ Q\ N 0 O\ w DO O oo VI N Oo J O O\ 00 O\ to O w (.11 O oo O O i.n O\ 1• 1 O O O cn N a w O 1-. O O J 0 .p a Lk.) O a — -IS C l CA) N CIt CO � CO a 69 69 69 89 69 69 69 69 69 69 69 69 69 69 69 69 1 69 69 69 69 69 b9 69 EA En 69 i 69 69 69 69 69 69 69 89 69 ' 69 89 69 EA 89 89 69 1 89 89 89 69 69 "•r 69 00 PI EA 1 69 1 69 1 69 1 69 89 4 N a. - ,._, . J 0\ LA ID N N O O O a CO 7J z m 0) 0 C n n m z m 7J 0 0 z 0 z O O w 0 0 Cla CD 0 O N W cD c0 (D OD (0 v CO O CO 0) (0 (D W c0 N (0 (0 O 0o p aD DD W v Oo W OD CT 03 W N 0o O CO Du v W (11 W N -- O 0) W W 0) ? W N O CO W J W I 01 Z Li O m ALTERNATE - (DEDUCT) PROVIDE PARTIAL BELOW SLAB PLUMBING REPLACEMENT IN LIEU OF ALL PLUMBING ALTERNATE - (DEDUCT) PROVIDE STANDARD CMU IN LIEU OF RAKED CMU BLOCK. ALTERNATE - (ADD) ENTRY CANOPY (PUMP HOUSE SHOWER HOUSE SHADE STRUCTURES CHAIN LINK FENCE DOUBLE GATES (10') CHAIN LINK FENCE SINGLE GATE (6') CHAIN LINK FENCE ENTRANCE SIGN/WALL FEATURE ITURFGRASS SOD WOOD MULCH FOR PLANT BEDS PLANT BED PREPARATION STEEL BED EDGING PERENNIAL PLANTS (1 GAL. CONT.) SHRUBS (5 GAL. CONT. B&B) ORNAMENTAL TREES (1.5" CONT. B&B) SHADE TREES (2" CAL. B&B) BOLLARD WITH SIGN CONCRETE WASHOUT MOBILIZATION REMOVAL OF PUMP HOUSE, POOL, AND EQUIPMENT REMOVAL OR GRATE INTAKE SEDIMENT FILTER BAG MAINTENANCE OF GRATE INTAKE SEDIMENT FILTER BAG GRATE INTAKE SEDIMENT FILTER BAG REMOVAL OF OPEN -THROAT CURB INTAKE SEDIMENT FILTER MAINTENANCE OF OPEN -THROAT CURB INTAKE SEDIMENT FILTER OPEN -THROAT CURB INTAKE SEDIMENT FILTER TEMPORARY FENCING REMOVAL OF CHAIN LINK FENCE RIP RAP REMOVAL OF PERIMETER AND SLOPE SEDIMENT CONTROL DEVICE PERIMETER AND SLOPE SEDIMENT CONTROL DEVICE, 9 IN. TEMPORARY ROLLED EROSION CONTROL PRODUCTS (RECP) SEEDING, FERTILIZING, AND MULCHING FOR HYDRO -SEEDING, TYPE 4 SEEDING, FERTILIZING, AND MULCHING FOR HYDRO -SEEDING, TYPE1 1 REMOVAL OF SIGNS REMOVE AND REINSTALL SIGNS 'PERFORATED SQUARE STEEL TUBE ANCHOR PERFORATED SQUARE STEEL TUBE POSTS TYPE A SIGNS, SHEET METAL TRAFFIC CONTROL O OD-1 r m Z ;i3 0 z 0 D m D 0 D 0 cn p D 0 D 0 cn m D 0 1 m D 0 m D 0 m D 0 m D 0 m D 0 —1 0 m D 0 m > 0 m D 0 C O D cn r cn cn cn cn cn cn D cn m D D D D r cn r cn r cn r r r r -n r r cn Z m m m m x m m Z m X m 7Z1 m m cn _ = i = _ = m m r 1 _ _ Z O O O N CP (,J p N CS) p N cal W U1 W N C7 W 00 01 C.I1 01 U1 W j f�` N N N N ja (T W CT O W EST. QTY V C.Ji Co —� W _1 N N N _a CO 0 _l Ch co N O N O Total $ bR w 69 b9? v1 I$ 4,524,370.25 Q\ w �? O\ V1 O1 00 0 N 00 f�7 Cf3 N V� C/j vl w 'v) cfi V1 CTO O b9 64 O b� 6f3 69 {f3 00 - — fiR Cn 00 b4 Q\ \O - Q\ 00 6f3 a\ (J) — $ 4,787.06 $ 137,702.63 Cf3 69 N NO bR N w [N cn J b9 N '.O O FJ4 N \O O J �f3 N w N v1 J $ 174.41 b9 NO 1J1 ' b9 a Ef3 Q\ a1 N 6/j ft3 N E!3 N N 1 $ 3,488.42 ff3 ---.1a LA 00 N N Ei3 ' w b9 W 00 64 a, w LA b9 00 J — bA 00 a b9 w '.O im a $ 1,744.20 UNIT BID PRICE 69 N NO -s 0 00 ",__ '-' O .1 O O\ — J N c n O _ -- --& w cn --L - O O — 00 ..-� ---& O 0 w 00 O 00 O O O O O O O w a J J J 1/40 N a O O w - O - Eta \0 w 00 EA 1 69 1 6R 1 $ 4,524,370.25 b9 w v1 �-- 69 cn O\ 00 0CT \ O 69 b19 Ef3 N N v,a Et1 w O EA v1 O\ $ 3,164.40 EJ9 to N o\ . O\ N b4 69 J 00 69 b9 64 bR $ 7,724.88 b9 a Ef3 69 b9 w a H9 w a Et3 N �l '.o O . a $ 145.35 Ef3 b9 $ 872.05 bR E!i A $ 994.20 6R -- $ 4,844.32 b4 J cn v, a E� 69 $ 383.80 Eft $ 436.05 $ 422.00 C!j $ 1,744.20 TOTAL BASE BID PRICE bR v O\ J a W J v 0 ---, .-, �. �-. v, a — 1--. 0000 v1 00 cn O O w - v 00 J . N J w _, _1 a\ ONo N O . N 0 '� w W W `- o0 Q\ . 000 -- a Ch . C!i 3- o\ N . 00 .�1 0 --' �1 00 - 00 . a 00 . a 00 . Q\ N �O N _ W • A O w N . O\ . O `� . O . O\ . 000 .. N .00 N 00 O O U O 40\ O 00 oo 0 1 Total $ 1 1 ALTERN EST. QTY V 1 (_n $ (4,060.00) I$ 59,261.93 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 TOTAL ALTERN BID PRICE /1 W a 0 .0 00 N0 V 0 T oo O N a 7J cn rn A c n n rn z m n 0 z n z O O V V FORM OF BID OR PROPOSAL FY 2024 BYRNES AQUATIC CENTER CONTRACT NO. 1077 CITY OF WATERLOO, IOWA Honorable Mayor and City Council Waterloo, Iowa Gentlemen: 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 2024 BYRNES AQUATIC CENTER, contract no. 1077 all in accordance with the above -listed documents and for the unit prices for work in place for the following items and quantities: FY 2024 BYRNES AQUATIC CENTER CONTRACT NO. 1077 ITEM NO. ITEM UNIT UNIT BID PRICE TOTAL BASE BID PRICE ALTERN TOTAL ALTERN BID PRICE EST. QTY EST. QTY 1 TOPSOIL, CONTRACTOR PROVIDED CY 100 2 TOPSOIL, ON -SITE CY 1600 3 EXCAVATION, CLASS 10 CY 4540 4 SUBGRADE PREPARATION, 6 IN. SY 466 5 SUBBASE, MODIFIED 4 IN. SY 640 6 SUBBASE, MODIFIED 6 IN. SY 2657 7 LF 0 0 194 SANITARY SEWER SERVICE, 4 IN., PVC 8 SANITARY SEWER SERVICE, 6 IN., PVC LF 101 259 9 SANITARY SEWER SERVICE, 8 IN., PVC LF 453 -453 10 REMOVAL OF SANITARY SEWER, LESS THAN 36" LF 127 11 SANITARY SEWER CLEANOUT EA 1 12 EA 2 SANITARY SEWER ABANDONMENT, PLUG 13 STORM SEWER, TRENCHED, HDPE, 10 IN. LF 352 14 STORM SEWER, TRENCHED, HDPE, 12 IN. LF 460 15 STORM SEWER, TRENCHED, RCP, 15 IN. LF 306 16 TRENCH DRAIN, VARIABLE DEPTH LF 50 FORM OF BID FB-1 of 5 City Contract No. 1077 FY 2024 Byrnes Aquatic Center Waterloo, Iowa ' 17 REMOVAL OF STORM SEWER PIPE, LESS THAN 36" LF 257 18 CONNECTION TO EXISTING MANHOLE OR INTAKE EACH 2 19 15" RCP APRON 4030.222 EACH 1 20 RCP APRON FOOTINGS 4030.221 EACH 1 21 LF 537 SUBDRAIN, 6 IN. DIA. TYPE SP 22 SUBDRAIN OUTLETS, 4040.233 EACH 7 23 WATER FITTING, 2 IN 45 DEGREE ELBOW EACH 4 24 WATER FITTING, 4 IN 11.25 DEGREE ELBOW EACH 3 25 WATER FITTING, 4 IN 45 DEGREE ELBOW EACH 7 26 WATER FITTING, 2 IN. TO 4 IN. REDUCER EACH 1 27 WATER FITTING, 2.5 IN. TO 4 IN. REDUCER EACH 0 0 1 28 EACH 2 WATERMAIN FITTINGS 4X4X4 IN. TEE 29 WATER SERVICE, 3/4 IN. COPPER LF 450 30 WATER SERVICE, 2 IN. COPPER LF 20 31 WATER SERVICE, 4 IN. DIP LF 423 32 WATERMAIN REMOVAL LF 23 33 VALVE, GATE, DIP, 4 IN EACH 1 34 GROUND HYDRANT WITH FLUSH TOP ENCASEMENT EACH 3 35 MANHOLE, SW-301, 48 IN. EACH -1 36 MANHOLE, SW-401, 48 IN. EACH 2 37 WATER METER PIT EA 1 38 NYLOPLAST INTAKE, 10 1N EACH 9 39 INTAKE, SW-512 EACH 4 40 SANITARY SEWER ADJUSTMENT, MINOR EACH 1 41 STORM SEWER MANHOLE ADJUSTMENT, MAJOR EACH 1 42 WATERMAIN MANHOLE ADJUSTMENT, MAJOR EACH 1 43 REMOVALS, MANHOLE OR INTAKE EACH 3 44 PCC PAVEMENT, CLASS C, CLASS 3 DURABILITY, 6 IN. SY 311.3 45 PCC PAVEMENT, CLASS C, CLASS 3 DURABILITY, 6 IN., POOL DECK SY 2093 46 LF 287 CURB AND GUTTER 2 FT, SLOPED, 6IN. 47 PCC PAVEMENT, SHARED USE PATH, 6 IN. SY 558.9 48 PCC PAVEMENT, CLASS C, CLASS C SY 68.9 DURABILITY, 5 IN. SIDEWALK 49 DETECTABLE WARNING PANELS SF 54 50 FULL DEPTH, HMA PATCHING (ST) SURFACE, 1/2", PG58-28S SY 99 51 REMOVAL OF PAVEMENT SY 3218.2 FORM OF BID FB-2 of 5 City Contract No. 1077 FY 2024 Byrnes Aquatic Center Waterloo, Iowa ' 52 PAINTED PAVEMENT SOLVENT/WATERBORNE MARKINGS, STA 62.2 53 PAINTED PAVEMENT SOLVENT/WATERBORNE SYMBOLS, EACH 8 54 REMOVAL OF PAVEMENT MARKINGS STA 60 55 TRAFFIC CONTROL LS 1 56 TYPE A SIGNS, SHEET METAL SF 3 57 PERFORATED SQUARE STEEL POSTS TUBE LF 50 58 PERFORATED SQUARE STEEL ANCHOR TUBE EACH 5 59 REMOVE AND REINSTALL SIGNS EACH 3 60 REMOVAL OF SIGNS EACH 10 61 WATERING MGAL 45 62 SEEDING, FERTILIZING, FOR HYDRO -SEEDING, AND TYPE MULCHING 1 ACRE 2.2 63 SEEDING, FERTILIZING, FOR HYDRO -SEEDING, AND TYPE MULCHING 4 ACRE 2.2 64 TEMPORARY ROLLED CONTROL PRODUCTS EROSION (RECP) SQ 65 PERIMETER AND SLOPE 9 IN. SEDIMENT LF 2192 CONTROL DEVICE, 66 REMOVAL OF PERIMETER SEDIMENT CONTROL DEVICE AND SLOPE LF 2192 67 RIP RAP TONS 15 68 REMOVAL OF CHAIN LINK FENCE LF 831 69 TEMPORARY FENCING LF 1190 70 MOWING ACRE 5 71 OPEN -THROAT CURB INTAKE FILTER SEDIMENT EACH 5 72 MAINTENANCE OF OPEN INTAKE SEDIMENT FILTER -THROAT CURB EACH 5 73 REMOVAL OF OPEN -THROAT INTAKE SEDIMENT FILTER CURB EACH 5 74 GRATE INTAKE SEDIMENT FILTER BAG EACH 12 75 MAINTENANCE SEDIMENT FILTER OF GRATE INTAKE BAG EACH 12 76 REMOVAL OR GRATE INTAKE FILTER BAG SEDIMENT EACH 12 77 REMOVAL OF PUMP EQUIPMENT HOUSE, POOL, AND LS 1 78 MOBILIZATION LS 1 79 CONCRETE WASHOUT LS 1 80 BOLLARD WITH SIGN EACH 8 81 SHADE TREES (2" CAL. B&B) EA 6 82 ORNAMENTAL TREES (1.5" CONT. B&B) EA 20 83 SHRUBS (5 GAL. CONT. B&B) EA 13 84 PERENNIAL PLANTS (1 GAL. CONT.) EA 656 85 STEEL BED EDGING LF 558 86 PLANT BED PREPARATION SF 6,502 FORM OF BID FB-3 of 5 City Contract No. 1077 FY 2024 Byrnes Aquatic Center Waterloo, Iowa 87 WOOD MULCH FOR PLANT BEDS SF 6,502 88 TURFGRASS SOD SF 1758 89 ENTRANCE SIGN/WALL FEATURE LS 1 90 CHAIN LINK FENCE LF 565.3 91 CHAIN LINK FENCE SINGLE GATE (6') EA 2 92 CHAIN LINK FENCE DOUBLE GATES (10') EA 1 93 SHADE STRUCTURES LS 1 94 SHOWER HOUSE LS 1 95 PUMP HOUSE LS 1 96 POOL LS 1 97 ALTERNATE — (ADD) ENTRY CANOPY LS 0 1 98 ALTERNATE — STANDARD CMU BLOCK. (DEDUCT) IN PROVIDE LIEU OF RAKED CMU LS 0 -1 99 ALTERNATE — PARTIAL BELOW REPLACEMENT PLUMBING (DEDUCT) SLAB IN LIEU PROVIDE PLUMBING OF ALL LS 0 -1 Total $ Total $ 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 5% of the bid amount Dollars ($ Bid Bond Certificate ) in the form of , is submitted herewith in accordance with the INSTRUCTIONS TO BIDDERS. 5. Attached hereto is a Non -Collusion Affidavit of PrimeContractor. 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 AAP 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 orAddenda: 1 1 0/11/2023 Addendum No. 2 Date 10/13/2023 3 10/20/2023 4 10/24/2023 5 10/25/2023 10. The bidder shall list the MBE/WBE subcontractor(s), amount of subcontracts and bid items on the FORM OF BID FB-4 of 5 FY 2024 Byrnes Aquatic Center City Contract No. 1077 Waterloo, Iowa City of Waterloo Minority and/or Women Business Pre -bid Contact Information Form submitted with 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 theirsubcontracts. 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. Peters Construction Corporation 10/26/2023 BY: (Date) (Name of Bidder) Title President Official Address: (Including Zip Code): 901 Black Hawk Rd Waterloo, Iowa 50701 I.R.S. No. 42-1414218 FORM OF BID FB-5 of 5 FY 2024 Byrnes Aquatic Center City Contract No. 1077 Waterloo, Iowa 10/26/2023 F.Y. 2024 Byrnes Aquatic Center Peters Construction Corporation Project: Prime Contractor Name: 3 0 (d 0 a 0 44 • IPP cd U cd E O a O j'1 o cA 0 • • 0 O � 0 °) a VI O ▪ b N 0 O 0 2A W cd U O v, 3 0 OIO bQ U 0 7-1 A o H zz 0 0 4. C4 O V 0 0 10/26/2023 C i a .174 Business Enterprise contacts made 0 .5 sarn 0 0 cd 45c9 il 0 a. en 0 O ..., aG 0) > O 0 a O O O op 1(2o '0) O b � 0 0) 0 O O >,N o a� w (41 0 0 O 1 0 • 44-1 a� cd C.) 15 0 0 4-4 -493 O U U bA 6 O bA .0 �.yy RS o a) b0 P- vUi 4-di ei 0 2 to Q) ch O • - M0 -a W w 3 O W r_t U U U U 'b .5 cd lU °a ' 0 • 1+r 0 a� co 4) a 3 0 O r-. cti Quotes Received Quotation used in bid Dollar Amount Proposed to be Subcontracted llJ 0,4 w 3 0 w Yes/No M N N Contacted 0 0 0 M N M N CO 10/18/23 M N 00 M n Contacted r IN '1 0 ` r r p O p r r ctors DC Corporation Lion Is Home Improvements z+ c nt N (y o Reyes Construction I t� 0 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 Iowa, hereinafter called "OWNER." In the penal sum Five percent of amount bid 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 26th day of October , 20 23for FY 2024 Byrnes Aquatic Center - Contract No. 1077 City of Waterloo City 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 26th day of October , A.D. 20 23 . Peters Construction Corporation Principal Witness By (Seal) C34-1 c.?ass- 1Dvac k (Title) United Fire & Casualty Company Surety By71 Courtney Wyer A torney-in-fact (Seal) BID BOND BB-1 OF 1 FY 2024 Byrnes Aquatic Center City Contract No. 1077 Waterloo, Iowa 1111141111 INSURANCE UNITEI) FIRE & CASUALTY COMPANY, CEDAR RAPIDS, IA UNITEI) FIRE & INDEMNITY COMPANY, WEBSTER, TX FINANCIAL PACIFIC INSURANCE COMPANY, LOS ANGELES, CA CER"I'IFIED COPY OF POWER OF ATTORNEY (original on file at Home Office of Company — See Certification) Inquiries: Surety Deparhnent 118 Second Ave SE Cedar Rapids, IA 52401 KNOW ALL PERSONS BY "THESE PRESENTS, That United Fire & Casualty Company, 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, DANIEL M. MOLYNEAUX, LAURA J. ADAMS, LORI S. BURROUGHS, PAMELA K. MATTISON, KAREN S. HARTSON, EACH INDIVIDUALLY their true and lawful Attomey(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 nature 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 instruments 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. "I-lhe 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 Attomey 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, United Fire & Indemnity Company, and Financial Pacific Insurance Company. "Article VI — Surety Bonds and Undertakings" Section 2, Appointment of Attorney -in -Fact. "The President or any Vice President, or any 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, bonds, undertakings and other obligatory instruments of like nature. The signature of any officer authorized hereby, and the Corporate seal, may be 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 be valid and binding upon the Companies with the same force and effect as though manually affixed. Such attorneys -in -fact, subject to the limitations set of forth in their respective certificates 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. kN.e.st.tussu ;/ •J 1} IN WITNESS WHEREOF, the COMPANIES have each caused these presents to be signed by its vice president and its corporate seal to be hereto affixed this f, ER lE\� MI nolo- State of Iowa, County of Linn, ss: 10th day of March, 2014 UNITEI) FIRE & CASUALTY COMPANY UNITED FIRE & INDEMNITY COMPANY FINANCIAL PACIFIC INSURANCE COMPANY By: Vice President On 10th 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 4/23/2024 Notary Public My commission expires: 4/23/2024 I, Mary A. Bertsch, Assistant Secretary of United Fire & Casualty 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 OF 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 and effect. In testimony whereof I have hereunto subscribed my name and affixed the corporate seal of the said Corporations this 26th day of October , 20 23 ` %Vv." CA a lr,�d ZS * i • By: (-YVla,ei Assistant Secretary, UF&C & OF&I & FPIC BP•A0049 1217 Bidder Status Form To be completed by all bidders Part A Please answer "Yes" or "No" for each of the following: x x x Li x Yes U 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 10 / 26 / 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? 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. Yes l I No 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: 10/26/2023 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) Worksheet: Authorization to Transact Business This worksheet may be used to help complete Part A of the Resident Bidder Status form. If at least one of the following describes your business, you are authorized to transact business in Iowa. x X Yes U No My business is currently registered as a contractor with the Iowa Division of Labor. Yes X 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. Yes U No My business is an active corporation with the Iowa Secretary of State and has paid all fees required by the Secretary of State, has filed its most recent biennial report, and has not filed articles of dissolution. Yes x 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 X 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 x 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 X 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 x 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 X 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) BSF-2 EQUAL OPPORTUNITY CLAUSE (As provided in Executive Order No. 11246) All contractors, subcontractors, vendors and suppliers of goods and services doing business with the City and value of said business equals or exceeds ten thousand dollars ($10,000.00) annually agree as follows: 1. The contractors, subcontractor, vendor and supplier of goods and services will not discriminate against any employee or applicant for employment because of race, color, creed, sex, national origin, economic status, age, mental or physical handicap, political opinions or affiliations. The contractor, subcontractor, vendor and supplier will develop an Affirmative Action program to ensure that applicants are employed and that employees are treated during employment without regard to their race, creed, color, sex, national origin, religion, economic status, age, mental or physical disability, political opinions or affiliations. Such actions shall include but not be limited to the following: a. Employment b. Upgrading c. Demotion or Transfer d. Recruitment and Advertising e. Layoff or Termination f. Rates of Pay or Other Forms of Compensation g. Selection for Training Including Apprenticeship 2. The contractor, subcontractor, vendor and supplier of goods and services will, in all solicitations or advertisements for employees, state that all qualified applicants will receive consideration for employment without regard to race, creed, color, sex, national origin, religion, economic status, age, mental or physical disabilities, political opinion or affiliations. 3. The contractor, subcontractor, vendor and supplier or his/her collective bargaining representative will send to each labor union or representative of workers which he/she has a collective bargaining agreement or other contract or understanding, a notice advising said labor union or workers' representative of the contractor's commitment under this section. The contractor, subcontractor, vendor and supplier of goods and services will comply with all published rules, regulations, directives, and order of the City of Waterloo Affirmative Action Program Contract Compliance Provisions. 5. The contractor, subcontractor, vendor and supplier of goods and services will furnish and file compliance reports within such time and upon such forms as provided by the Affirmative Action Officer. Said forms will elicit information as to the policies, procedures, patterns, and practices of each subcontractor as well as the contractor himself/herself and said contractor, subcontractor, vendor and supplier will permit access to his/her employment books, records and accounts to the City's Affirmative Action Officer, for the purpose of investigation to ascertain compliance with this contract and with rules and regulations of the City's Affirmative Action Program Contract Compliance Provisions relative to Resolution No. 24664. 6. In the event of the contractor's non-compliance with the non-discrimination clauses of this contract or with any of such rules, regulations and orders, this contract may be canceled, terminated or suspended in whole or in part and the contractor may be declared ineligible for further contracts in accordance with procedures authorized by the City Council. 7 The contractor, subcontractor, vendor and supplier of goods and services will include, or incorporate by reference, the provisions of the non-discrimination clause in every contract, EQUAL OPPORTUNITY CLAUSE EOC-1 of 2 FY 2024 Bymes Aquatic Center City Contract No. 1077 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. r^ {7 ,' ilk` (Signed) (Appropriate Official) President (Title) 10/26/2023 (Date) EQUAL OPPORTUNITY CLAUSE EOC-2 of 2 FY 2024 Bymes Aquatic Center City Contract No. 1077 Waterloo, Iowa 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) President Title Subscribed and sworn to before me this aco day of 0 &f v [oO( , 20 )2 Ala 6Thi/aL NI-1•601 Title My commission expires ion Sj as VS RACHAEL WEN DEN COMMA; aSION NO.76. 262 MY ?UC;,j e1.94x13111ES NON -COLLUSION AFFIDAVITS NCA-1 of 2 FY 2024 Bymes Aquatic Center City Contract No1.1077 Waterloo, Iowa