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