HomeMy WebLinkAboutAspro, Inc.1
ASPRO, INC.
P.O. BOX 2620
WATERLOO, IA 50704
PROPOSAL FOR: F.Y. 2017 STREET
RECONSTRUCTION PROGRAM
CONTRACT NO. 921
DUE DATE: APRIL 6, 2017
1:00 P.M.
~ r Po
BID BOND
KNOW ALL MEN BY THESE PRESENTS, that we, Aspro, Inc.
as Principal, and North American Specialty Insurance Company
as Surety are held and firmly bound unto the CITY OF WATERLOO , Iowa, hereinafter called
"OWNER." In the penal sum --Five Percent of the Bid Submitted ---
Dollars ($ -•-s%---
) 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 6th day of April
, 2017 ,for
FY 2017 Street Reconstruction Program, Waterloo, IA - Contract No. 921
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 bony)
shall be in no way, impaired or affected by any extension of the time within which the Owner may acc pt
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 presents to be
signed by their proper officers this 23rd day of March , A.D. . 2017
Aspro, Inc. (Seal)
Principal
(Title)
\ \ C_,.--) North A - ' an Specialty Insurance ComparllSeal)
Witness - urety
Witness Cinkhl Bennett
t orney-in-fact Anne Crowner
NAS SURETY GROUP
NORTH AMERICAN SPECIALTY INSURANCE COMPANY
WASHINGTON INTERNATIONAL INSURANCE COMPANY
GENERAL POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS, THAT North American Specialty Insurance Company, a corporation duly organized and existing under
laws of the State of New Hampshire, and having its principal office in the City of Manchester, New Hampshire, and Washington International
Insurance Company, a corporation organized and existing under the laws of the State of New Hampshire and having its principal office in the City of
Schaumburg, Illinois, each does hereby make, constitute and appoint:
JAY D. FREIERMUTH, CRAIG E. HANSEN, BRIAN M. DEIMERLY, SHIRLEY S. BARTENFIAGEN,
CINDY BENNETT, ANNE CROWNER, TIM McCULLOH, STACY VENN, LACEY CRAMBLIT and DIONE R. YOUNG
JOINTLY OR SEVERALLY
Its true and lawful Attorney(s)-in-Fact, to make, execute, seal and deliver, for and on its behalf and as its act and deed, bonds or other writings
obligatory in the nature of a bond on behalf of each of said Companies, as surety, on contracts of suretyship as are or may be required or permitted by
law, regulation, contract or otherwise, provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the
amount of: FIFTY MILLION ($50,000,000.00) DOLLARS
This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of
Directors of both North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held
on the 9th of May, 2012:
"RESOLVED, that any two of the Presidents, any Managing Director, any Senior Vice President, any Vice President, any Assistant Vice President,
the Secretary or any Assistant Secretary be, and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named
in the given Power of Attorney to execute on behalf of the Company bonds, undertakings and all contracts of surety, and that each or any of them
hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company; and it is
FURTHER RESOLVED, that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any
certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be
binding upon the Company when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached."
c\AIJTYj IriGir .�j� /-� u, uu unxul yp
yeilFS.f'ePPOa-0T.'G� By
(i9�"`--. Atit.v 0.6 0%tq Ns
'•
SEAL:n= Steven P. Anderson, Senior Vice Presidenteriran imlgton International Insurance Company `� SEAL `s'i'ts
>W1.% 1973 Rao St Senior Vice President of North American Specialty Insurance Company ire m
s iSt/
to
�rrrHil
i/oNMmointiiR,NyL c /�(//J
aliclmel A. Ifo, Senior Vire President of \Vas :ngton international Insurance Company
& Senior Vice President of North American Specialty Insnntnce Company
IN WITNESS WHEREOF, North American Specialty Insurance Company and Washington International Insurance Company have caused their
official seals to be hereunto affixed, and these presents to be signed by their authorized officers this 8th day of September , 2015 .
State of Illinois
County of Cook
ss:
North American Specialty Insurance Company
Washington International Insurance Company
On this 8th day of September , 2015 , before me, a Notary Public personally appeared Steven P. Anderson , Senior Vice President of
Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and Michael A. Ito
Senior Vice President of Washington international Insurance Coinpany and Senior Vice President of North American Specialty Insurance
Company, personally known to me, who being by me duly sworn, acknowledged that they signed the above Power of Attorney as officers of and
acknowledged said instrument to be the voluntary act and deed of their respective companies.
OFFICIAL SEAL
M KENNY
NOTARY PUBLIC, STATE OF ILLINOIS
MY COMMISSION EXPIRES 12/04/2017
M. Kenny, Notary Public ,
I, Jeffrey Goldberg , the duly elected Assistant Secretary of Noah American Specialty Insurance Company and Washington
International Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said North
American Specialty Insurance Company and Washington International Insurance Company, which is still in full force and effect.
IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Companies this 23rd day of March , 2017
Jeffrey Goldberg, Vice President & Assistant Secretary of
Washington International Insurance Compete & North American Specially Insurance Company
FORM OF BID OR PROPOSAL
F.Y. 2017 STREET RECONSTRUCTION PROGRAM
CONTRACT NO. 921
CITY OF WATERLOO, IOWA
Honorable Mayor and City Council
Waterloo, lowa
Gentlemen:
1. The undersigned, being a Corporation existing under the laws of the State of
IOWA a Partnership consisting of the following partners:
N/A
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 F.Y. 2017 STREET RECONSTRUCTION PROGRAM, Contract
No. 921, all in accordance with the above -listed documents and for the unit prices
for work in place for the following items and quantities:
F.Y. 2017 STREET RECONSTRUCTION PROGRAM
CONTRACT NO. 921
BID
ITEM
1
DIVISION '1
DESCRIPTION
BASE BID-SBCTIO[J;l_
UNIT
EST QTY;'
UNIT BIP
CONSTRUCT, MAINTAIN, REMOVE
TEMPORARY ACCESS & RESTORE
SY
531.4
TOTAL BID PRICEa y
$
2
MISC. CURB AND GUTTER, PCC, 6", C-4
LF
72.0
$
3
REMOVE AND REPLACE MISC. PCC, 6", C-4
SY
24.0
4
REM/REP CURB AND GUTTER, PCC, 7.5", C-4
LF
51.0
5
BRIDGE APPROACH SECTION, PCC, 9", C-4
SY
248.8
6
REMOVE AND REPLACE 3" HMA/6" PCC, M-4
SY
12.7
7
REMOVE AND REPLACE 4.5" HMA/6" PCC,
M-4
SY
50.0
8
REMOVE/REPLACE MISC. SEALCOAT W/ 2"
HMA
SY
14.2
$
$
FORM OF BID
CONTRACT NO. 921
ADDENDUM NO. 1
Page 1 of 11
9
HMA DRIVEWAY APPROACH
TON
82,8
$
$
10
DRIVEWAY APPROACH AND S/W, 6" PCC, C-4
SY
2,618.9
$
$
11
!DRIVEWAY APPROACH AND SAN, 5" PCC, C-4
SY
2,263.5
$
$
12
SIDEWALK, 4" PCC, C-4
SY
674,3
$
$
13
SIDEWALK, CLASS A, PCC, C-4
LF
125.6
$
$
14
PEDESTRIAN RAMP, PCC SIDEWALK, 6" PCC,
C-4
SY
875.3
$
$
15
PEDESTRIAN RAMP DETECTABLE WARNING
SURFACE
SF
1,292.0
$
$
16
SIDEWALK CURB SECTION
LF
20.0
$
$
17
CONCRETE PAVEMENT REMOVAL
SY
61,677.8
$
$
18
ASPHALT PAVEMENT REMOVAL
SY
7,221.0
$
$
19
SIDEWALK AND DRIVEWAY REMOVAL
SY
7,077.3
$
$
20
SIDEWALK REMOVAL
SY
498,0
$
$
21
SAW CUT
LF
3,121.6
$
$
22
WOVEN GEOTEXTILE
SY
35,668.8
$
$
23
MODIFIED SUBBASE
TON
45,764.3
$
$
24
RECYLED ASPHALT PAVING
TON
10.0
$
$
25
ROADSTONE, 3/4"
TON
56.2
$
$
26
DRAIN TILE, 6"
LF
33,726.0
$
$
27
DRAIN TILE, 4"
LF
25.0
$
$
28
DRAIN TILE STUB, 4"
LF
1,915.0
$
$
29
DRAIN TILE TAP AND COLLAR
EACH
30.0
$
$
30
SUBDRAIN OUTLET
EACH
132.0
$
$
31
CONVERT WATER VALVE MANHOLE TO
ROADBOX
EACH
19.0
$
$
32
WATER SERVICE CORPORATION, 3/4"
EACH
68.0
$
$
33
WATER SERVICE CURB STOP, 3/4"
EACH
68.0
$
$
34
WATER SERVICE PAVE BOX, 3/4"
EACH
68.0
$
$
FORM OF BID
CONTRACT NO. 921
ADDENDUM NO. 1
Page 2 of 11
35
COPPER WATER SERVICE, 3/4"
LF
1,917.0
$
$
36
WATER SERVICE TAP, 3/4""
EACH
2.0
$
$
37
WATER SERVICE CORPORATION, 1"
EACH
1.0
$
$
38
WATER SERVICE CURB STOP, 1"
EACH
1.0
$
$
39
WATER SERVICE PAVE BOX, 1"
EACH
1.0
$
$
40
COPPER WATER SERVICE, 1"
LF
45.0
$
$
41
WATER SERVICE KILL
EACH
55.0
$
$
42
LOWER WATER SERVICE, 3/4" OR 1"
EACH
1.0
$
$
43
UNDERGROUND INVESTIGATION -WATER
EACH
11.0
$
$
44
TOPSOIL, 4"
SY
10,943.1
$
$
45
HYDROSEED
SY
26,337.6
$
$
46
TOPSOIL REMOVAL FROM PARKING,
EARTHWORK
SY
18,129.4
$
$
47
CLASS E REVETMENT
TON
30.0
$
$
48
CONSTRUCTION SURVEY
LS
1.0
$
$
49
TRAFFIC CONTROL
LS
1.0
$
$
50
DETOUR ROUTE - CUTLER ST.
LS
1.0
$
$
51
DETOUR ROUTE- FRANKLIN ST.
LS
1.0
$
$
52
DETOUR ROUTE - W. MITCHELL AVE.
LS
1.0
$
$
53
PAINTED PAVEMENT MARKING, WATER
BASED
STA
80.23
$
$
54
PRE-CUT PAVEMENT SYMBOL OR LEGEND
EACH
11.0
$
$
TOTAL DIVISION 1 BASE BID -SECTION 1 $
BID
ITEM
DESCRIPTION - -
DIVISION I BASE BID -SECTION II
- UNIT -
'. EST: QTY. -
UNIT BID PRICE
TOTAL BID PRICE
55
STORM SEWER, 2000D, 54"
LF
16.0
$
$
56
STORM SEWER, 2000D, 33"
LF
5.0
$
$
57
STORM SEWER, 2000D, 30"
LF
28.0
$
$
FORM OF BID
CONTRACT NO. 921
Page 3of11
58
STORM SEWER, 2000D, 27"
LF
606.0
$
$
59
STORM SEWER, 2000D, 24"
LF
354.4
$
$
60
STORM SEWER, 2000D, 21"
LF
5.0
$
$
61
STORM SEWER, 2000D, 18"
LF
475.6
$
$
62
STORM SEWER, 2000D, 15"
LF
1,724.5
$
$
63
STORM SEWER, 20000, 12"
LF
3,415.2
$
$
64
FLARED END SECTION WITH APRON GUARD,
24"
EACH
1.0
$
$
65
STORM MANHOLE, SW -401, 48"
EACH
25.0
$
$
66
STORM MANHOLE, SW -401, 60"
EACH
4.0
$ .
$
67
STORM MANHOLE, SW -401, 72"
EACH
2.0
$
$
68
STORM MANHOLE, SW -402
EACH
12.0
$
$
69
STORM MANHOLE, SW -406
EACH
7.0
$
$
70
REMOVE EXISTING STRUCTURE
EACH
95.0
$
$
71
TYPE E -1-C INLET
EACH
59.0
$
$
72
TYPE E -2-C INLET
EACH
20.0
$
$
73
TYPE E -3-C INLET
EACH
2.0
$
$
74
TYPE E -1-C INLET, MODIFIED
EACH
6.0
$
$
75
REM/REPL INLET BOXOUT, E -1-C
EACH
8.0
$
$
76
REM/REPL INLET BOXOUT, E -2-C
EACH
6.0
$
$
77
TAP AND COLLAR STRUCTURE OR PIPE
EACH
6.0
$
$
78
INSULATE EXISTING COPPER WATER
SERVICE
EACH
1.0
$
$
79
FURNISH AND INSTALL MANHOLE RING AND
COVER
EACH
1.0
$
$
80
STORM WATER PROTECTION FOR
STRUCTURES
EACH
134.0
$
$
81
REMOVE STORM PIPE, 54"
LF
16.0
$
$
82
REMOVE STORM PIPE LESS THAN 36"
LF
963.6
$
$
FORM OF BID
CONTRACT NO. 921
Page 4 of 11
FORM OF BID
CONTRACT NO. 921
ADDENDUM NO. 3
Page 5 of 11
TOTAL DIVISION 1 BASE BID—SECTION II
$
BID
ITEM
DESCRIPTION
DIVISION I BASE BID -SECTION ill
UNIT
EST. QTY.
UNIT BID PRICE
$
83
RECONSTRUCT SANITARY SEWER, 36"
LF
50.0
$
$
84
RECONSTRUCT SANITARY SEWER, 18"
LF
53.0
$
$
85
RECONSTRUCT SANITARY SEWER, 15"
LF
1,045.5
$
86
RECONSTRUCT SANITARY SEWER, 12"
LF
1,884.8
$
$
87
RECONSTRUCT SANITARY SEWER, 10"
LF
150.3
$
88
RECONSTRUCT SANITARY SEWER, 8"
LF
3,714.9
$
89
SANITARY SEWER SERVICE, 6"
LF
3,345.0
$
$
90
STANDARD SANITARY MANHOLE, SW -301,
48"
EACH
21.0
$
$
91
REMOVE EXISTING STRUCTURE, SANITARY
MANHOLE
EACH
18.0
$
$
92
REMOVE EXISTING SANITARY PIPE
LF
285.4
$
$
93
FURNISH AND INSTALL MANHOLE RING AND
COVER
EACH
3.0
$
$
94
TAP AND COLLAR SANITARY MANHOLE
EACH
4,0
$
$
95
ABANDON SANITARY SEWER, 8"
LF
380.0
$
$
96
ABANDON SANITARY SEWER, 10"
LF
870.0
$
$
97
ABANDON SANITARY SEWER, 12"
LF
570.0
$
$
98
TRACE SANITARY SEWER SERVICE
EACH
8.0
$
$
99
DYE TEST INVESTIGATION
EACH
26.0
$
100
UNDERGROUND INVESTIGATION -SANITARY
EACH
3.0
$
101
STANDARD SANITARY DROP MANHOLE, SW-
301, 72" W/ SW -307
EACH
1.0
$
$
$
TOTAL DIVISION I BASE BID—SECTION III
$
FORM OF BID
CONTRACT NO. 921
ADDENDUM NO. 3
Page 5 of 11
TOTAL DIVISION I BASE BID—SECTIONS III $
new
1A
2", HMA STANDARD SURFACE,
1/2"MIX, PG58'28S.78%CR,N0FRICTION
REQD.
SY
50,855.7
�
2A
2.5', HMA STANDARD TRAFFIC(ST)
INTERMEDIATE, 1/2/MIX, PG58~28S.00%CR.
SY
39,875.9
�
�
3A
4", HMA STANDARD TRAFFI
INTERMEDIATE, 1/Z'MIX, PG5&28G.0O%CR.
SY
10,979.8
�
4A
3", HMA STANDARD TRAFFIC(ST) BASE, 3/4"
MIX, P858^28G.60%CR.
SY
60,084.4
�
$
2", HMA HIGH TRAFFIO(HT)SURFACE, 1/2"
MIX, PG 58-285, 75% CR., NO FRICTION
6A
SY
9,228.7
*
�
6A
4", HMA HIGH TRAFFIC(HT) INTERMEDIATE,
1C2"MIX, PG5&J8S.7S%CR.
5", HMA HIGH INTERMEDIATE,
7A
SY
SY
4,019.2
5,209.5
�
�
$
$
8A
CURB AND GUTTER, PCC, C4.24"WIDE,
71/2"THICK
LF
23,841.7
*
9A
CURB AND GUTTER, PCC, C4'24"WIDE, 9"
THICK
LF
8,965.8
�
$
CURB AND GUTTER, PCC, 04'24"WIDE, 1O«
THICK
LF
1,891.0
*
�
i18
COLD WEATHER CONCRETE PROTECTION
SY
2,784.7
m
�
12A
LINSEED O1L TREATMENT
SY
1'781{}
$
�
13A
PAVEMENT SAMPLES AND TESTING
LS
1.0
$
�
EXCAVATION
CY
22,563.9
$
�
TOTAL DIVISION I ALTERNATE A �
18
PCC PAVEMENT, 6", C-4
SY
43,413.4
$
00 BID
$
N/A
2B
PCC PAVEMENT, 7", C-4
SY
18,835.3
$0U BID
$ N/A
3B
PCC PAVEMENT, 8".C'4
SY
5,629.7
$
00 BID
$
N/A
48
COLD WEATHER CONCRETE PROTECTION
SY
16,293.0
*00 BID
$ N/A
FORM 0FBID
CONTRACT NO. 921
ADDENDUM NO. 1
Page 6 of 11
4B
COLD WEATHER CONCRETE PROTECTION
SY
16,293.0
$ NO BID
$ N/A
5B
LINSEED OIL TREATMENT
SY
15,267.3
$ NO BID
$ N/A
6B
PAVEMENT SAMPLES AND TESTING
LS
1.0
$ NO BID
$ N/A
7B
EXCAVATION
CY
19,494.5
$ NO BID
$ N/A
TOTAL -DIVISION I ALTERNATE B $ NO BID
TOTAL DIVISION I BASE BID + ALTERNATE A $
TOTAL DIVISION I BASE BID + ALTERNATE B $ NO BID
IBID
ITEM
DIVISION 11- WATER
DESCRIPTION
MAIN
UNIT -
.--EST. QTY.'
' UNIT BID
PRICE
TOTAL BID PRICE
1
DUCTILE IRON WATER MAIN, 6" DIA., CLASS
52, WITH NITRILE GASKETS
LF
1,132.0
$
$
2
DUCTILE IRON WATER MAIN REMOVAL
LF
1,119.0
$
$
3GATE
VALVE AND BOX, 6" DIA.
EACH
10.0
4TEE (LOCKING), 6" x 6" DIA.
EACH
4.0
5CAP OR PLUG, 6" DIA.
EACH
1.0
6MEGALUGS, 6" DIA.
EACH
10.0
7 CONCRETE THRUST BLOCKING
EACH
9.0
8 HYDRANT REMOVAL
EACH
1.0
9 HYDRANT ASSEMBLY
EACH
1.0
10 TEMPORARY HYDRANT ASSEMBLY WITH
CONCRETE BLOCKING
EACH
1.0
11BEND, 6" DIA., ANY DEGREE
EACH
4.0
• 12SLEEVE, 6" DIA.
EACH
5.0
13 3/4" LONG SIDE WATER SERVICES
EACH
4.0
141" LONG SIDE WATER SERVICES
EACH
1.0
15 CONNECT TO EXISTING WATER MAIN
EACH
2.0
16 CONNECT TO EXISTING FIRE LINE
EACH
4.0
REMOVE INACTIVE PAVE BOX AND
17 ABANDON WATER SERVICE LINE STUB IN
PLACE
EACH
3.0
FORM OF BID
CONTRACT NO. 921
Page 7 of 11
FORM OF BID
CONTRACT NO. 921
Page 8of11
TOTAL BID DIVISION II - WATER MAIN
$
BID
ITEM
DIVISI®N III —OVERLAY
DESCRIPTION
UNIT
EST. QTY.
, UNIT BID ?-
PRICE
TOTAL BID PRICE
1
REMOVE AND REPLACE E -1-C (USE
EXISTING CASTING)
EACH
1.0
$
$
2
REMOVE AND REPLACE INTAKE BOXOUT/E-
1-C
EACH
5M
$
$
3
FURNISH E -1-C INLET CASTING
EACH
1.0
$
$
4
REMOVE AND REPLACE MH BOXOUT
EACH
9.0
$
$
5
STORM SEWER, 10" TRUSS
LF
4.0
$
$
6
REMOVE SIDEWALK
SY
143.3
$
$
7
SIDEWALK, 4" PCC
SY
60.1
$
$
8
SIDEWALK, 6" PCC
SY
72.6
$
$
9
PEDESTRIAN RAMP DETECTABLE WARNING
SURFACE
SF
135.0
$
$
10
REMOVE AND REPLACE DRIVEWAY, 5" PCC
SY
16.0
$
$
11
TOPSOIL REMOVAL FROM PARKING
SY
20.0
$
$
12
REMOVE AND REPLACE 24" C & G/6" PCC <
LF
215.6
$
$
13
REMOVE AND REPLACE 24" C&G/7.5" PCC
LF
47.0
$.
$
14
PAVEMENT SCARIFICATION
SY
4,584.6
$
$
15
MILL WEDGE
EACH
6.0
$
$
16
CRACK AND SEAT
SY
3,858.8
$ ,
$
17
SURFACE PATCH
TON
7.0
$
$
18
HMA STANDARD TRAFFIC(ST)
INTERMEDIATE, 1/2" MIX, PG 58-28S, 60% CR.
TON
659.0
$
$
19
HMA STANDARD TRAFFIC(ST) SURFACE, 1/2"
MIX, PG 58-28S, 75% CR., NO FRICTION
REQD.
TON
1,213.7
$
$
20
HMA PAVEMENT SAMPLES AND TESTING
LS
1.0
$
$
21
CASTING EXTENSION RING (INLET)
EACH
2.0
$
$
22
CASTING EXTENSION RING (MANHOLE)
EACH
7.0
$'
$
23
FURNISH AND INSTALL MANHOLE CASTING
EACH
1.0
$
$
FORM OF BID
CONTRACT NO. 921
Page 8of11
24
TRAFFIC CONTROL LS
1.0
$
$
TOTAL BID DIVISION III e OVERLAY
$
ITBID EM
DIVISION IV - ALLEY
DESCRIPTION
UNIT
EST. QTY.
UPIRTICBEID
TOTAL BID PRICE
1
CLASS A ROADSTONE
TON
25.0
$
$
2
PAVEMENT SCARIFICATION
SY
120.0
$
$
3
SURFACE PATCH
TON
2.0
$
$
4
HMA STANDARD TRAFFIC(ST) SURFACE, 1/2"
MIX, PG 58-28S, 75% CR., NO FRICTION
REQD.
TON
15.0
$
$
5
TRAFFIC CONTROL
LS
1.0
$
$
TOTAL BID DIVISION IV — ALLEY
$
TOTAL DIVISION I BASE BID + ALTERNATE A
$
TOTAL DIVISION I BASE BID + ALTERNATE B
$ NO BID
TOTAL DIVISION I BASE BID + ALTERNATE A
DIVISION IV
+ DIVISION II + DIVISION III +
$ 9 6,7 yiv, 475/
TOTAL DIVISION I BASE BID + ALTERNATE B
DIVISION IV
+ DIVISION II + DIVISION III +
$ NO BID
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
FORM OF BID
CONTRACT NO. 921 Page 9 of 11
FORM OF BID OR PROPOSAL
F.Y. 2017 STREET RECONSTRUCTION PROGRAM
CONTRACT NO. 921
ADDENDUMS NO. 1, 2 & 3
CITY OF WATERLOO, IOWA
F.Y. 2017 STREET RECONSTRUCTION PROGRAM
CONTRACT NO. 921
BID
ITEM
DIVISION 1
DESCRIPTION
BASE BID - SECTION I
UNIT
EST.
QTY.
UNIT BID
PRICE
TOTAL BID
PRICE
1
CONSTRUCT TEMP ACCESS
SY
531.40
$53.15
$28,243.91
2
MISC.0 & G, PCC, 6", C-4
LF
72.00
$37.50
$2,700.00
3
R/R MISC. PCC, 6", C-4
SY
24.00
$60.00
$1,440.00
4
R/R C & G, PCC, 7.5", C-4
LF
51.00
$42.00
$2,142.00
5
BRIDGE APPROACH PCC 9" C4
SY
248.80
$97.00
$24,133.60
6
R/R 3" HMA/6" PCC, M-4
SY
12.70
$169.30
$2,150.11
7
R/R 4.5" HMA/6" PCC, M-4
SY
50.00
$173.75
$8,687.50
8
R/R MISC SEALCOAT W/2" HMA
SY
14.20
$52.85
$750.47
9
HMA DRIVEWAY APPROACH
TON
82.80
$190.00
$15,732.00
10
D/W APP. & S/W, 6" PCC, C-4
SY
2618.90
$46.25
$121,124.13
11
D/W APP. & S/W, 5" PCC, C-4
SY
2263.50
$45.75
$103,555.13
12
SIDEWALK, 4" PCC, C-4
SY
674.30
$44.25
$29,837.78
13
SIDEWALK, CLASS A, PCC, C-4
LF
125.60
$37.00
$4,647.20
14
PED. RAMP, PCC S/W, 6", C-4
SY
875.30
$47.25
$41,357.93
15
PEDESTRIAN RAMP DET. SURF.
SF
1292.00
$38.85
$50,194.20
16
SIDEWALK CURB SECTION
LF
20.00
$40.00
$800.00
17
CONC. PAVEMENT REMOVAL
SY
61677.80
$4.20
$259,046.76
18
ASPHALT PAVEMENT REMOVAL
SY
7221.00
$3.15
$22,746.15
19
S/W & D/W REMOVAL
SY
7077.30
$3.15
$22,293.50
20
SIDEWALK REMOVAL
SY
498.00
$11.00
$5,478.00
21
SAWCUT
LF
3121.60
$5.10
$15,920.16
22
WOVEN GEOTEXTILE
SY
35668.80
$3.50
$124,840.80
23
MODIFIED SUBBASE
TON
45764.30
$21.00
$961,050.30
24
RECYCLED ASPHALT PAVING
TON
10.00
$62.50
$625.00
25
ROADSTONE, 3/4"
TON
56.20
$48.00
$2,697.60
26
DRAIN TILE, 6"
LF
33726.00
$8.00
$269,808.00
27
DRAIN TILE, 4"
LF
25.00
$25.00
$625.00
28
DRAIN TILE STUB, 4"
LF
1915.00
$7.60
$14,554.00
29
DRAIN TILE TAP AND COLLAR
EACH
30.00
$650.00
$19,500.00
30
SUBDRAIN OUTLET
EACH
132.00
$300.00
$39,600.00
31
CONVERT WV MH TO RDBOX
EACH
19.00
$455.00
$8,645.00
32
WATER SERVICE CORP., 3/4"
EACH
68.00
$45.00
$3,060.00
33
WATER SERV. CURB STOP 3/4"
EACH
68.00
$149.00
$10,132.00
34
WATER SERV. PAVE BOX 3/4"
EACH
68.00
$149.00
$10,132.00
35
COPPER WATER SERV., 3/4"
LF
1917.00
$23.48
$45,011.16
36
WATER SERVICE TAP, 3/4"
EACH
2.00
$95.00
$190.00
37
WATER SERVICE CORP., 1"
EACH
1.00
$65.00
$65.00
38
WATER SERV. CURB STOP 1"
EACH
1.00
$169.00
$169.00
39
WATER SERV. PAVE BOX 1"
EACH
1.00
$149.00
$149.00
40
COPPER WATER SERV., 1"
LF
45.00
$26.00
$1,170.00
41
WATER SERVICE KILL
EACH
55.00
$350.00
$19,250.00
42
LOWER WATER SERV. 3/4", 1"
EACH
1.00
$695.00
$695.00
43
UNDERGR. INVEST. - WATER
EACH
11.00
$320.00
$3,520.00
44
TOPSOIL, 4"
SY
10943.10
$5.00
$54,715.50
45
HYDROSEED
SY
26337.60
$1.26
$33,185.38
46
TOPSOIL REMOVAL, EARTHWK
SY
18129.40
$10.50
$190,358.70
47
CLASS E REVETMENT
TON
30.00
$50.00
$1,500.00
48
CONSTRUCTION SURVEY
LS
1.00
$44,750.00
$44,750.00
49
TRAFFIC CONTROL
LS
1.00
$15,375.00
$15,375.00
50
DETOUR ROUTE - CUTLER
LS
1.00
$1,000.00
$1,000.00
51
DETOUR ROUTE - FRANKLIN
LS
1.00
$1,000.00
$1,000.00
52
DETOUR ROUTE - W. MITCHELL
LS
1.00
$1,000.00
$1,000.00
53
PAINTED PAVEMENT MARKING
STA
80.23
$50.00
$4,011.50
54
PRE-CUT PAVEMENT SYMBOL
EACH
11.00
$400.00
$4,400.00
TOTAL DIVISION I BASE BID - SECTION I $2,649,765.44
BID
ITEM
DESCRIPTION
BASE BID - SECTION II
UNIT
EST.
QTY.
UNIT BID
PRICE
TOTAL BID
PRICE
55
STORM SEWER, 2000D, 54"
LF
16.00
$325.00
$5,200.00
56
STORM SEWER, 2000D, 33"
LF
5.00
$155.00
$775.00
57
STORM SEWER, 2000D, 30"
LF
28.00
$120.00
$3,360.00
58
STORM SEWER, 2000D, 27"
LF
606.00
$70.50
$42,723.00
59
STORM SEWER, 2000D, 24"
LF
354.40
$63.00
$22,327.20
60
STORM SEWER, 2000D, 21"
LF
5.00
$124.00
$620.00
61
STORM SEWER, 2000D, 18"
LF
475.60
$56.00
$26,633.60
62
STORM SEWER, 2000D, 15"
LF
1724.50
$45.50
$78,464.75
63
STORM SEWER, 2000D, 12"
LF
3415.20
$44.00
$150,268.80
64
FLARED END SECTION, 24"
EACH
1.00
$2,400.00
$2,400.00
65
STORM MANHOLE, SW -401, 48"
EACH
25.00
$4,000.00
$100,000.00
66
STORM MANHOLE, SW -401, 60"
EACH
4.00
$6,300.00
$25,200.00
67
STORM MANHOLE, SW -401, 72"
EACH
2.00
$8,100.00
$16,200.00
68
STORM MANHOLE, SW -402
EACH
12.00
$4,850.00
$58,200.00
69
STORM MANHOLE, SW -406
EACH
7.00
$4,850.00
$33,950.00
70
REM. EXISTING STRUCTURE
EACH
95.00
$455.00
$43,225.00
71
TYPE E -1-C INLET
EACH
59.00
$2,550.00
$150,450.00
72
TYPE E -2-C INLET
EACH
20.00
$3,500.00
$70,000.00
73
TYPE E -3-C INLET
EACH
2.00
$5,000.00
$10,000.00
74
TYPE E -1-C INLET, MODIFIED
EACH
6.00
$3,895.00
$23,370.00
75
R/R INLET BOXOUT, E -1-C
EACH
8.00
$995.00
$7,960.00
76
R/R INLET BOXOUT, E -2-C
EACH
6.00
$1,295.00
$7,770.00
77
TAP AND COLLAR STRUCTURE
EACH
6.00
$1,275.00
$7,650.00
78
INSULATE COPPER WATER SEF
EACH
1.00
$700.00
$700.00
79
FURN/INST. MH RING & COVER
EACH
1.00
$800.00
$800.00
80
STORM WATER PROTECTION
EACH
134.00
$485.00
$64,990.00
81
REMOVE STORM PIPE, 54"
LF
16.00
$175.00
$2,800.00
82
REMOVE STORM PIPE < 36"
LF
963.60
$12.50
$12,045.00
TOTAL DIVISION I BASE BID - SECTION II $968,082.35
BID
ITEM
DESCRIPTION
BASE BID - SECTION III
UNIT
EST.
QTY.
UNIT BID
PRICE
TOTAL BID
PRICE
83
RECON. SANITARY SWR, 36"
LF
50.00
$200.00
$10,000.00
84
RECON. SANITARY SWR, 18"
LF
53.00
$135.00
$7,155.00
85
RECON. SANITARY SWR, 15"
LF
1045.50
$75.00
$78,412.50
86
RECON. SANITARY SWR, 12"
LF
1884.80
$60.00
$113,088.00
87
RECON. SANITARY SWR, 10"
LF
150.30
$82.00
$12,324.60
88
RECON. SANITARY SWR, 8"
LF
3714.90
$57.00
$211,749.30
89
SANITARY SWR SERVICE, 6"
LF
3345.00
$43.50
$145,507.50
90
STD. SANITARY MH,SW-301,48"
EACH
21.00
$4,285.00
$89,985.00
91
REM. EXISTING STRUCTURE
EACH
18.00
$450.00
$8,100.00
92
REM. EXISTING SANITARY PIPE
LF
285.40
$30.00
$8,562.00
93
FURN/INST. MH RING & COVER
EACH
3.00
$775.00
$2,325.00
94
TAP AND COLLAR SAN. MH
EACH
4.00
$300.00
$1,200.00
95
ABANDON SANITARY SWR, 8"
LF
380.00
$4.00
$1,520.00
96
ABANDON SANITARY SWR, 10"
LF
870.00
$4.50
$3,915.00
97
ABANDON SANITARY SWR, 12"
LF
570.00
$5.00
$2,850.00
98
TRACE SANITARY SWR SERV.
EACH
8.00
$375.00
$3,000.00
99
DYE TEST INVESTIGATION
EACH
26.00
$150.00
$3,900.00
100
UNDERGR. INVEST. - SANITARY
EACH
3.00
$400.00
$1,200.00
101
SS DR MH SW -301 72" w/SW-307
EACH
1.00
$15,000.00
$15,000.00
TOTAL DIVISION I BASE BID - SECTION III $719,793.90
TOTAL DIVISION I BASE BID - SECTION I, II, III $4,337,641.69
BID
ITEM
DESCRIPTION
ALTERNATE A
UNIT
EST.
QTY.
UNIT BID
PRICE
TOTAL BID
PRICE
1A
2", HMA(ST) SURF, 1/2", 58-28S
SY
50855.70
$9.90
$503,471.43
2A
2.5", HMA(ST) INT., 1/2", 58-28S
SY
39875.90
$10.95
$436,641.11
3A
4", HMA(ST) INT., 1/2", 58-28S
SY
10979.80
$17.55
$192,695.49
4A
3", HMA(ST) BASE, 3/4", 58-28S
SY
60084.40
$12.80
$769,080.32
5A
2", HMA(HT) SURF, 1/2", 58-28S
SY
9228.70
$10.60
$97,824.22
6A
4", HMA(HT) INT., 1/2", 58-28S
SY
4019.20
$19.10
$76,766.72
7A
5", HMA(HT) INT., 1/2", 58-28S
SY
5209.50
$13.60
$70,849.20
8A
C&G, 24" WIDE, 7 1/2" THICK
LF
23841.70
$13.50
$321,862.95
9A
C&G, 24" WIDE, 9" THICK
LF
8965.80
$16.25
$145,694.25
10A
C&G, 24" WIDE, 10" THICK
LF
1891.00
$18.00
$34,038.00
11A
COLD WEATHER CONC. PROT.
SY
2784.70
$4.25
$11,834.98
12A
LINSEED OIL TREATMENT
SY
1781.60
$4.50
$8,017.20
13A
PAVEMENT SAMPLES/TESTING
LS
1.00
$3,500.00
$3,500.00
14A
EXCAVATION
CY
22563.90
$11.00
$248,202.90
TOTAL DIVISION I ALTERNATE A $2,920,478.76
TOTAL DIVISION I ALTERNATE B NO BID
TOTAL DIVISION I BASE BID + ALTERNATE A $7,258,120.45
TOTAL DIVISION I BASE BID + ALTERNATE B NO BID
BID
ITEM
DIVISION II - WATER MAIN
DESCRIPTION
UNIT
EST.
QTY.
UNIT BID
PRICE
TOTAL BID
PRICE
1
DUCT. IRON WTR MN, 6", CL.52
LF
1132.00
$50.07
$56,679.24
2
DUCT. IRON WTR MAIN REM.
LF
1119.00
$5.50
$6,154.50
3
GATE VALVE AND BOX, 6" DIA.
EACH
10.00
$1,350.00
$13,500.00
4
TEE (LOCKING), 6" X 6" DIA.
EACH
4.00
$666.00
$2,664.00
5
CAP OR PLUG, 6" DIA.
EACH
1.00
$350.00
$350.00
6
MEGALUGS, 6" DIA.
EACH
10.00
$140.00
$1,400.00
7
CONCRETE THRUST BLOCKING
EACH
9.00
$485.00
$4,365.00
8
HYDRANT REMOVAL
EACH
1.00
$800.00
$800.00
9
HYDRANT ASSEMBLY
EACH
1.00
$5,750.00
$5,750.00
10
TEMP. HYDRANT ASSEMBLY
EACH
1.00
$1,000.00
$1,000.00
11
BEND, 6" DIA., ANY DEGREE
EACH
4.00
$350.00
$1,400.00
12
SLEEVE, 6" DIA.
EACH
5.00
$335.00
$1,675.00
13
3/4" LONG SIDE WATER SERV.
EACH
4.00
$1,250.00
$5,000.00
14
1" LONG SIDE WATER SERV.
EACH
1.00
$1,695.00
$1,695.00
15
CONNECT TO EXIST. WTR MAIN
EACH
2.00
$1,500.00
$3,000.00
16
CONNECT TO EXIST. FIRE LINE
EACH
4.00
$1,500.00
$6,000.00
17
REM. INACTIVE PAVE BOX
EACH
3.00
$500.00
$1,500.00
TOTAL BID DIVISION II - WATER MAIN $112,932.74
BID
ITEM
DIVISION III - OVERLAY
DESCRIPTION
UNIT
EST.
QTY.
UNIT BID
PRICE
TOTAL BID
PRICE
1
REM/REP E -1-C (USE EXIST.)
EACH
1.00
$3,150.00
$3,150.00
2
REM/REP INTAKE BOXOUT EIC
EACH
5.00
$1,600.00
$8,000.00
3
FURNISH E -1-C INTAKE CASTIN
EACH
1.00
$950.00
$950.00
4
REM/REP MANHOLE BOXOUT
EACH
9.00
$1,525.00
$13,725.00
5
STORM SEWER, 10" TRUSS
LF
4.00
$98.00
$392.00
6
REMOVE SIDEWALK
SY
143.30
$11.00
$1,576.30
7
SIDEWALK, 4" PCC
SY
60.10
$44.25
$2,659.43
8
SIDEWALK, 6" PCC
SY
72.60
$45.75
$3,321.45
9
PEDESTRIAN RAMP DET. SURF.
SF
135.00
$38.85
$5,244.75
10
REM/REP DRIVEWAY, 5" PCC
SY
16.00
$50.00
$800.00
11
TOPSOIL REMOVAL, PARKING
SY
20.00
$14.00
$280.00
12
REM/REP 24" C&G/6" PCC
LF
215.60
$37.50
$8,085.00
13
REM/REP 24" C&G/7.5" PCC
LF
47.00
$42.00
$1,974.00
14
PAVEMENT SCARIFICATION
SY
4584.60
$6.65
$30,487.59
15
MILL WEDGE
EACH
6.00
$2,200.00
$13,200.00
16
CRACK AND SEAT
SY
3858.80
$3.40
$13,119.92
17
SURFACE PATCH
TON
7.00
$237.00
$1,659.00
18
HMA(ST) INTER, 1/2", 58-28S
TON
659.00
$108.80
$71,699.20
19
HMA(ST) SURF, 1/2", 58-28S
TON
1213.70
$109.30
$132,657.41
20
PAVEMENT SAMPLES/TESTING
LS
1.00
$750.00
$750.00
21
CASTING EXT. RING (INLET)
EACH
2.00
$200.00
$400.00
22
CASTING EXT. RING (MANHOLE
EACH
7.00
$615.00
$4,305.00
23
FURN/INSTALL MH CASTING
EACH
1.00
$890.00
$890.00
24
TRAFFIC CONTROL
LS
1.00
$3,500.00
$3,500.00
TOTAL BID DIVISION III - OVERLAY
$322,826.05
BID
ITEM
DIVISION IV - ALLEY
DESCRIPTION
UNIT
EST.
QTY.
UNIT
PRICE
BID
TOTAL BID
PRICE
1
CLASS A ROADSTONE
TON
25.00
$48.00
$1,200.00
2
PAVEMENT SCARIFICATION
SY
120.00
$6.65
$798.00
3
SURFACE PATCH
TON
2.00
$237.00
$474.00
4
HMA(ST) SURF, 1/2", 58-28S
TON
15.00
$109.30
$1,639.50
5
TRAFFIC CONTROL
LS
1.00
$1,500.00
$1,500.00
TOTAL BID DIVISION IV - ALLEY
$5,611.50
TOTAL DIVISION I BASE BID + ALTERNATE A
$7,258,120.45
TOTAL DIVISION I BASE BID + ALTERNATE B
NO BID
TOTAL DIVISION I BASE BID + ALTERNATE A +
DIVISION II + DIVISION III + DIVISION IV
$7,699,490.74
TOTAL DIVISION I BASE BID + ALTERNATE B +
DIVISION II + DIVISION III + DIVISION IV
NO BID
Aspro, Inc. 04/06/17
(Name of Bidder) (Date)
BY: . 7, \ i L477/2%(/ Title: President
Milt o J. Dakovich
Official Address: (Including Zip Code)
3613 Texas St.
P. O. Box 2620
Waterloo, Iowa 50704
I.R.S. No. 42-1011512
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.
ASPRO, INC.
APRIL 6, 2017
BY:' /iii
(Name of Bidder) (Date)
ri;1/2L% �� Title PRESIDENT
fficial Address: (Including Zip Code):
3613 TEXAS ST. P.O. BOX 2620
WATERLOO, IA. 50704
I.R.S. No. 42-1011512
FORM OF BID
CONTRACT NO. 921 Page 11 of 11
NON -COLLUSION AFFIDAVIT OF PRIME BIDDER
State of IOWA
County of BLACK HAWK
)
)ss
MILT DAKOVICH , being first duly sworn, deposes and says that:
1. He is (Owner rtncr Officer, -Rem, ent) , of
ASPRO, INC. _ , 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. i
(Signed)�� / /l/%/�)
PRESIDIVT
Title
Subscribed and sworn to before me this 06 day of
APRIL 2017
Title
My commission expires ' - ' - aCAc'1
OFFICE
MANAGER
CONTRACT NO:
PROJECT NAME:
DATE OF LETTING:
RESIDENT BIDDER CERTIFICATION
921
F.Y. 2017 STREET RECONSTRUCTION PROGRAM
APRIL 6, 2017
To be a qualified resident bidder, the bidder shall be a person or
entity authorized to transact business in this state and having a
business for at least three years prior to the date of the first
advertisement for the public improvement. If another state or
foreign country has a more stringent definition of a resident bidder,
the more stringent definition is applicable as to bidders from that
state or foreign country.
This qualification as resident bidder shall be maintained by the contractor and his
subcontractors at the work site until this project is completed.
I hereby certify that I am a resident bidder as defined above.
COMPANY NAME ASPRO, INC.
CORPORATE OFFICER /%
TITLE PRESIDENT
.-47/17eX
DATE APRIL 6, 2017
MBEIWBE BUSINESS ENTERPRISE
PRE-BID CONTACT INFORMATION FORM
Prime Contractor Name: ASPRO, INC. Project: 921
Letting Date: APRIL 6, 2017
NO MBEIWBE SUBCONTRACTORS: If you are NOT using any MBENVBE subcontractors to complete this project, sign below. Attach a brief
explanation as to why subcontracting was not feasible with this project. If any MBENVBE subcontractors will be used, please use the bottom
portion of this form.
Contractor Signature: N/A Title: N/A Date: N/A
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 MBE/WBE subcontractor contacts made for your bid submission. This information is subject to verification. Any questions
should be directed to Contract Compliance Office 319-291-4429.
You are required, in order for your bid to be considered responsive, to provide the information on this Form showing your MBENVBE Business
Enterprise contacts made prior to your bid submission. This information is subject to verifications and confirmation.
If you are unable to identify MBE/WBE firms to perform portions of the work, please contact Louis Starks, Contract Compliance Officer, for
assistance at (319) 291-4429.
In the event it is determined that the MBENVBE Business Enterprise goals are not met, then before awarding the contract the City of Waterloo will
make a determination as to whether or not the apparent successful low bidder made good faith efforts to meet the goals.
TABLE OF INFORMATION SHOWING BIDDER'S PRE-BID
MBEIWBE BUSINESS ENTERPRISE CONTACTS
Quotes Received Quotation used in bid
MBE/WBE
Subcontractors
Dates
Contacted
Yes/No
Dates
Contacted
Yes/No
Dollar Amount Proposed to
be Subcontracted
DANIEL'S HOME IMPROVEMENT
03/22/17
Yr.: f
01//0 5/ %
All 0
D.C. CORPORATION
03/22/17
i47 s
O y10�-/iy
YF s
' Y/Y / 5/, U 0
GREER'S WORKS
03/22/17
/l'Q
n//9
OLD GREER'S WORKS
03/22/17
VC/
///,0
QUICK CONSTRUCTION
03/22/17
.xe f
,2 1Y/ 5-//7
4(0
WATCO CONSTRUCTION, INC.
(Form CCO-4) Rev. 06-20-02
03/22/17
y,( s
5 -ti 2
%i-5 /1-/ y 97, o d
RO
Phone (319) 232-6537
3613 Texas Street • P.O. Box 2620 • Waterloo, Iowa 50704 Fax: (319) 232-6539
F.Y. 2017 STREET RECONSTRUCTION PROGRAM
CONTRACT NO. 921
WATERLOO, IOWA
PER HOUR SURVEY RATES
TWO -PERSON CREW $140.00/HOUR
THREE-PERSON CREW $160.00/HOUR
/A/\°r--1--31:11:1
Phone (319) 232-6537
3613 Texas Street • P.O. Box 2620 • Waterloo, Iowa 50704 Fax: (319) 232-6539
SUBCONTRACTOR'S BID REQUEST FORM
DANIELS HOME IMPROVEMENT
3358 BRISTOL RD
WATERLOO, IA 50701
RE: CONTRACT NO. 921, WATERLOO, IOWA
I, DANIELS HOME IMPROVEMENT, hereby attest that I have been solicited for a bid on F.Y. 2017
STREET RECONSTRUCTION PROGRAM in the area of the attached.
Aspro, Inc. has informed me that if I am interested in bidding, a subcontracting bid proposal must be
submitted to the company office by April 5, 2017 at 4:00 PM, CST.
aafri
DATE
* Return the original Subcontractor's
Bid Request Form with the prime
Bidder's total bid.
SUBCONTRACTOR'S COMPANY NAME
SUBCCTOR'S SIGNATURE
PR : BIDDER'S SIGNATURE
Phone (319) 232-6537
3613 Texas Street • P.O. Box 2620 • Waterloo, Iowa 50704 Fax: (319) 232-6539
SUBCONTRACTOR'S BID REQUEST FORM
WATCO CONSTRUCTION CO
PO BOX 904
WATERLOO, IA 50704
RE: CONTRACT NO. 921, WATERLOO, IOWA
I, WATCO CONSTRUCTION CO, hereby attest that I have been solicited for a bid on F.Y. 2017
STREET RECONSTRUCTION PROGRAM in the area of the attached.
Aspro, Inc. has informed me that if I am interested in bidding, a subcontracting bid proposal must be
submitted to the company office by April 5, 2017 at 4:00 PM, CST.
DATE \SUBCONTRACTOR'S COMPANY NAME
* Return the original Subcontractor's
Bid Request Form with the prime
Bidder's total bid.
SUBCONTRACTOR'
/M:
GNATURE
PR : BIDiER'S SIGNATURE
�LSPRO
Phone (319) 232-6537
3613 Texas Street ^ PO. Box 2620 e Waterloo, Iowa 50704 Fax: (319) 232-6539
March 22, 2017
DANIELS HOME IMPROVEMENT
3358 BRISTOL RD
WATERLOO, IA 50701
RE: F.Y. 2017 STREET RECONSTRUCTION PROGRAM
CONTRACT NO. 921, WATERLOO, IOWA
To Whom It May Concern:
We will be accepting subcontractor quotes in writing at 3613 Texas Street on the above referenced
project until 4:00 PM, CST, on Wednesday, April 5, 2017. The item numbers and descriptions of the
possible subcontract items are attached
Quotations will be subject to the following provisions:
1. All quotes will be per plans and specifications of the City of Waterloo.
2. - All subcontractors will be required to furnish Aspro, Inc.withthe appropriate bonds.
3. All subcontractors will be required to furnish Aspro, Inc. with a certificate of insurance.
4. All subcontractors will be billed their proportionate share of AGC dues.
5. All quotation items will be assumed as not tied unless so designated.
6. Please sign and return the enclosed subcontractor's bid request form.
All qualified bidders will not be discriminated against due to race, religion, color, sex or origin.
Equal Opportunity Employer.
MD/cj
Enc:
Sincerely
-cif) eeti
Mi ton J. Dakovich
£SPR•O
DC CORPORATION
426 BEECH ST
WATERLOO, IA 50703
Phone (319) 232-6537
3613 Texas Street ^ P.O. Box 2620® Waterloo, Iowa 50704 Fax: (319) 232-6539
March 22, 2017
RE: F.Y. 2017 STREET RECONSTRUCTION PROGRAM
CONTRACT NO. 921, WATERLOO, IOWA
To Whom It May Concerrn:
We will be accepting subcontractor quotes in writing at 3613 Texas Street onthe above referenced
project until 4:00. PM, CST, on Wednesday, April 5, 2017. The item numbers and descriptions of the
possible subcontract items are attached
Quotations will be subject to the following provisions:
1. All quotes will be per plans and specifications of the City of Waterloo.
2. All subcontractors will be required to furnish Aspro, Inc. with the appropriate bonds.
3. All subcontractors will be required to furnish Aspro, Inc. with a certificate of insurance.
4. All subcontractors will be billed their proportionate share of AGC dues.
5. All quotation items will be assumed as not tied unless so designated.
6. Please sign and return the enclosed subcontractor's bid request form.
All qualified bidders will not be discriminated against due to race, religion, color, sex or origin.
Equal Opportunity Employer.
Sincerely,
Nihon J. Dakovich
MD/cj
Enc:
*sp
GREER'S WORKS
2003 PLAINVIEW
WATERLOO, IA 50703
Phone (319) 232-6537
3613 Texas Street • P.O. Box 2620 • Waterloo, Iowa 50704 Fax: (319) 232-6539
March 22, 2017
RE: F.Y. 2017 STREET RECONSTRUCTION PROGRAM
CONTRACT NO. 921, WATERLOO, IOWA
To Whom It May Concern:
We will be accepting subcontractor quotes in writing at 3613 Texas Street on the above referenced
project until 4:00 PM, CST, on Wednesday, April 5, 2017. The item numbers and descriptions of the
possible subcontract items are attached
Quotations will be subject to the following provisions:
1. All quotes will be per plans and specifications of the City of Waterloo.
2. All subcontractors will be required to furnish Aspro, Inc. with the appropriate bonds.
3. All subcontractors will be required to furnish Aspro, Inc. with a certificate of insurance.
4. All subcontractors will be billed their proportionate share of AGC dues.
5. All quotation items will be assumed as not tied unless so designated:
6. Please sign and return the enclosed subcontractor's bid request form;
All qualified bidders will not be discriminated against due to race, religion, color, sex or origin.
Equal Opportunity Employer.
Sincerely_
Mi ton J. Dakovich
MD/cj
Enc:
&SPRO
OLD GREER'S WORDS
2309 SPRINGVIEW ST.
WATERLOO, IA 50707
Phone (319) 232-6537
3613 Texas Street e P.O. Box 2620 Waterloo, Iowa 50704 Fax: (319) 232-6539
March 22, 2017
RE: F.Y. 2017 STREET RECONSTRUCTION PROGRAM
CONTRACT NO. 921, WATERLOO, IOWA
To Whom It May Concern:
We will be accepting subcontractor quotes in .writing at 3613 Texas Street on the above referenced
project until 4:00 PM, CST, on Wednesday, April 5, 2017. The item numbers and descriptions of the
possible subcontract items are attached
Quotations will be subject to the following provisions:
1. All quotes will be per plans and specifications of the City of Waterloo.
2. All subcontractors will be required to furnish Aspro, Inc. with the appropriate bonds,
3. All subcontractors will be required to furnish Aspro, Inc. with a certificate of insurance.
4. All subcontractors will be billed their proportionate share of AGC dues.
5. All quotation items will be assumed as not tied unless so designated.
6. Please sign and return the enclosed subcontractor's bid request form.
All qualified bidders will not be discriminated against due to race, religion, color, sex or origin.
Equal Opportunity Employer.
MD/ej
Enc:
Sincerely
Mil on J. Dalcovich
£SPRd
Phone (319) 232-6537
3613 Texas Street, P.O. Box 2620 0 Waterloo, Iowa 50704 Fax: (319) 232-6539
QUICK CONSTRUCTION
217 BATES ST
WATERLOO, IA 50703
RE: F.Y. 2017 STREET RECONSTRUCTION PROGRAM
CONTRACT NO. 921, WATERLOO, IOWA
To Whom It May Concern:
We will be accepting subcontractorquotes in writing at 3613 Texas Street on the above referenced
project until 4:00 PM, CST, on Wednesday, April 5,2017. The item numbers and descriptions of the
possible subcontract items are attached
Quotations will be subject to the following provisions:
1. All quotes will be per plans and specifications of the City of Waterloo.
2. All subcontractors will be required to furnish Aspro, Inc. with the appropriate bonds,
3. All subcontractors will be required to furnish Aspro, Inc. with a certificate of insurance.
4. All subcontractors will be billed their proportionate share of AGC dues.
5. All quotation items will be assumed as not tied unless so designated.
6. Please sign and return the enclosed subcontractor's bid request form.
All qualified bidders will not be discriminated against due to race, religion, color, sex or origin.
Equal Opportunity Employer.
Sincerely,
47g 6-1P-41
Milton J. Dalcovich
MD/cj
Enc:
ASPO
Phone (319)232-6537
3613 Texas Street o P.O. Box 2620 Waterloo, Iowa 50704 Fax: (319) 232-6539
March 22, 2017
WATCO CONSTRUCTION CO
PO BOX 904
WATERLOO, IA 50704
RE: F.Y. 2017 STREET RECONSTRUCTION PROGRAM
CONTRACT NO. 921, WATERLOO, IOWA
To Whom It May Concern:
We will be accepting subcontractor quotes in writing at 3613 Texas Street on the above referenced
project until 4:00 PM, CST, on Wednesday, April 5, 2017. The item numbers and descriptions of the
possible subcontract items are attached
Quotations will be subject to the following provisions:
1. All quotes will be per plans and specifications of the City of Waterloo.
2.. All subcontractors will be required to furnish Aspio, Inc. with the appropriate bonds,
3. All subcontractors will be required to furnish Aspro, Inc. with a certificate of insurance,
4. All subcontractors will be billed theirproportionate share of AGC dues.
5. All quotation items will be assumed as not tied unless so designated.
6. Please sign and return the enclosed subcontractor's bid request form.
All qualified bidders will not be discriminated against due to race, religion, color, sex or origin.
Equal Opportunity Employer.
Sincerely,
Mil4n J. Dakovich
MD/cj
Enc:
F.Y. 2017 STREET RECONSTRUCTION PROGRAM
CONTRACT NO. 921
CITY OF WATERLOO, IOWA
F.Y. 2017 STREET RECONSTRUCTION PROGRAM
CONTRACT NO. 921
BID
ITEM
DIVISION I
DESCRIPTION
BASE BID - SECTION I
UNIT
EST.
QTY.
UNIT BID
PRICE
TOTAL BID
PRICE
2
MISC. CURB AND GUTTER, PCC, 6", C-4
LF
72.0
3
REMOVE AND REPLACE MISC. PCC, 6", C-4
LF
24.0
4
REM/REP CURB AND GUTTER, PCC, 7.5", C-4
LF
51.0
5
BRIDGE APPROACH SECTION, PCC, 9", C-4
SY
248.8
6
REMOVE AND REPLACE 6" PCC, M-4
SY
12.7
7
REMOVE AND REPLACE 6" PCC, M-4
SY
50.0
10
DRIVEWAY APPROACH AND S/W, 6" PCC, C-4
SY
2618.9
11
DRIVEWAY APPROACH AND S/W, 5" PCC, C-4
SY
2263.5
12
SIDEWALK, 4" PCC, C-4
SY
674.3
13
SIDEWALK, CLASS A, PCC, C-4
SY
125.6
14
PEDESTRIAN RAMP, PCC SIDEWALK, 6" PCC, C-4
SY
875.3
15
PEDESTRAIN RAMP DETECTABLE WARNING SURFACE
SF
1292.0
16
SIDEWALK CURB SECTION
LF
20.0
17
CONCRETE PAVEMENT REMOVAL
SY
61677.8
18
ASPHALT PAVEMENT REMOVAL
SY
7221.0
19
SIDEWALK AND DRIVEWAY REMOVAL
SY
7077.3
20
SIDEWALK REMOVAL
SY
498.0
21
SAW CUT
LF
3121.6
22
WOVEN GEOTEXTILE
SY
35668.8
23
MODIFIED SUBBASE
TON
45764.3
25
ROADSTONE, 3/4"
TON
56.2
26
DRAIN TILE, 6"
LF
33726.0
27
DRAIN TILE, 4"
LF
25.0
28
DRAIN TILE STUB, 4"
LF
1915.0
29
DRAIN TILE TAP AND COLLAR
EACH
30.0
30
SUBDRAIN OUTLET
EACH
132.0
31
CONVERT WATER VALVE MANHOLE TO ROADBOX
EACH
19.0
32
WATER SERVICE CORPORATION, 3/4"
EACH
68.0
33
WATER SERVICE CURB STOP, 3/4"
EACH
68.0
34
WATER SERVICE PAVE BOX, 3/4"
EACH
68.0
35
COPPER WATER SERVICE, 3/4"
LF
1917.0
36
WATER SERVICE TAP, 3/4"
EACH
2.0
37
WATER SERVICE CORPORATION, 1"
EACH
1.0
38
WATER SERVICE CURB STOP, 1"
EACH
1.0
39
WATER SERVICE PAVE BOX, 1"
EACH
1.0
40
COPPER WATER SERVICE, 1"
LF
45.0
41
WATER SERVICE KILL
EACH
55.0
42
LOWER WATER SERVICE, 3/4" OR 1"
EACH
1.0
43
UNDERGROUND INVESTIGATION -WATER
EACH
11.0
44
TOPSOIL, 4"
SY
10943.1
45
HYDROSEED
SY
26337.6
46
TOPSOIL REMOVAL FROM PARKING, EARTHWORK
SY
18129.4
47
CLASS E REVETMENT
TON
30.0
48
CONSTRUCTION SURVEY
LS
1.0
49
TRAFFIC CONTROL
LS
1.0
50
DETOUR ROUTE - CUTLER ST.
LS
1.0
51
DETOUR ROUTE - FRANKLIN ST.
LS
1.0
52
DETOUR ROUTE - W. MITCHELL AVE.
LS
1.0
53
PAINTED PAVEMENT MARKING, WATER BASED
STA
80.23
54
PRE-CUT PAVEMENT SYMBOL OR LEGEND
EACH
11.0
55
STORM SEWER, 2000D, 54"
LF
16.0
56
STORM SEWER, 2000D, 33"
LF
5.0
57
STORM SEWER, 2000D, 30"
LF
28.0
58
STORM SEWER, 2000D, 27"
LF
606.0
59
STORM SEWER, 2000D, 24"
LF
354.4
60
STORM SEWER, 2000D, 21"
LF
5.0
61
STORM SEWER, 2000D, 18"
LF
475.60
62
STORM SEWER, 2000D, 15"
LF
1724.50
63
STORM SEWER, 2000D, 12"
LF
3415.2
64
FLARED END SECTION WITH APRON GUARD, 24"
EACH
1.0
65
STORM MANHOLD, SW -401, 48"
EACH
25.0
66
STORM MANHOLE, SW -401, 60"
EACH
4.0
67
STORM MANHOLE, SW -401, 72"
EACH
2.0
68
STORM MANHOLE, SW -402
EACH
12.0
69
STORM MANHOLE, SW -406
EACH
7.0
70
REMOVE EXISTING STRUCTURE
EACH
95.0
71
TYPE E -1-C INLET
EACH
59.0
72
TYPE E -2-C INLET
EACH
20.0
73
TYPE E -3-C INLET
EACH
2.0
74
TYPE E -1-C INLET, MODIFIED
EACH
6.0
75
REM/REPL INLET BOXOUT, E -1-C
EACH
8.0
76
REM/REPL INLET BOXOUT, E -2-C
EACH
6.0
77
TAP AND COLLAR STRUCTURE OR PIPE
EACH
6.0
78
INSULATE EXISTING COPPER WATER SERVICE
EACH
1.0
79
FURNISH AND INSTALL MANHOLE RING AND COVER
EACH
1.0
80
STORM WATER PROTECTION FOR STRUCTURES
EACH
134.0
81
REMOVE STORM PIPE, 54"
LF
16.0
82
REMOVE STORM PIPE LESS THAN 36"
LF
963.6
82
RECONSTRUCT SANITARY SEWER, 36"
LF
50.0
83
RECONSTRUCT SANITARY SEWER, 18"
LF
53.0
84
RECONSTRUCT SANITARY SEWER, 15"
LF
1045.5
85
RECONSTRUCT SANITARY SEWER, 12"
LF
1805.2
86
RECONSTRUCT SANITARY SEWER, 10"
LF
150.3
87
RECONSTRUCT SANITARY SEWER, 8"
LF
3758.2
88
SANITARY SEWER SERVICE, 6"
LF
2955.0
89
STANDARD SANITARY MANHOLE, SW -301, 48"
EACH
20.0
90
REMOVE EXISTING STRUCTURE, SANIATRY MANHOLE
EACH
18.0
91
REMOVE EXISTING SANITARY PIPE
LF
285.4
92
FURNISH AND INSTALL MANHOLE RING AND COVER
EACH
3.0
93
TAP AND COLLAR SANITARY MANHOLE
EACH
4.0
94
ABANDON SANITARY SEWER, 8"
LF
380.0
95
ABANDON SANITARY SEWER, 10"
LF
870.0
96
ABANDON SANITARY SEWER, 12"
LF
570.0
97
TRACE SANITARY SEWER SERVICE
EACH
8.0
98
DYE TEST INVESTIGATION
EACH
26.0
99
UNDERGROUND INVESTIGATION -SANITARY
EACH
3.0
100
RECONSTRUCT SANITARY SEWER, 36"
LF
50.0
8A
CURB AND GUTTER, PCC, C-4, 24" WIDE, 7 1/2" THICK
LF
23841.7
9A
CURB AND GUTTER, PCC, C-4, 24" WIDE, 9" THICK
LF
8965.8
10A
CURB AND GUTTER, PCC, C-4, 24" WIDE, 10" THICK
LF
1891.0
11A
COLD WEATHER CONCRETE PROTECTION
SY
2784.7
12A
LINSEED OIL TREATMENT
14A
EXCAVATION
SY
CY
1781.6
22563.9
BID DIVISION II - WATER MAIN
RIPTION
1
DUCTILE IRON WATER MAIN, 6" DIA., CLASS 52, WITH
NITRILE GASKETS
LF
1132.0
2
DUCTILE IRON WATER MAIN REMOVAL
LF
1119.0
3
GATE VALVE AND BOX, 6" DIA.
EACH
10.0
4
TEE (LOCKING), 6" X 6" DIA.
EACH
4.0
5
CAP OR PLUG, 6" DIA
EACH
1.0
6
MEGALUGS, 6" DIA.
EACH
10.0
7
CONCRETE THRUST BLOCKING
EACH
9.0
8
HYDRANT REMOVAL
EACH
1.0
9
HYDRANT ASSEMBLY
EACH
1.0
10
TEMPORARY HYDRANT ASSEMBLY WITH CONCRETE
BLOCKING
EACH
1.0
11
BEND, 6" DIA., ANY DEGREE
EACH
4.0
12
SLEEVE, 6" DIA.
EACH
5.0
13
3/4" LONG SIDE WATER SERVICES
EACH
4.0
14
1" LONG SIDE WATER SERVICES
EACH
1.0
15
CONNECT TO EXISTING WATER MAIN
EACH
2.0
16
CONNECT TO EXISTING FIRE LINE
EACH
4.0
17
REMOVE INACTIVE PAVE BOX AND ABANDON WATER
SERVICE LINE STUB IN PLACE
EACH
3.0
BID DIVISION III - OVERLAY
ITEM DESCRIPTION
1
REMOVE AND REPLACE E -1-C (USE EXISTING
CASTING)
EACH
1.0
2
REMOVE AND REPLACE INTAKE BOXOUT/E-1-C
EACH
5.0
3
FURNISH E -1-C INLET CASTING
EACH
1.0
4
REMOVE AND REPLACE MH BOXOUT
EACH
9.0
5
STORM SEWER, 10" TRUSS
LF
4.0
6
REMOVE SIDEWALK
SY
143.3
7
SIDEWALK, 4" PCC
SY
60.1
8
SIDEWALK, 6" PCC
SY
72.6
9
PEDESTRAIN RAMP DETECTABLE WARNING SURFACE
SF
135.0
10
REMOVE AND REPLACE DRIVEWAY, 5" PCC
SY
16.0
11
TOPSOIL REMOVAL FROM PARKING
SY
20.0
12
REMOVE AND REPLACE 24" C & G/6" PCC
LF
215.6
13
REMOVE AND REPLACE 24" C&G/7.5" PCC
LF
47.0
14
PAVEMENT SCARIFICATION
SY
4584.6
15
MILL WEDGE
EACH
6.0
16
CRACK AND SEAT
SY
3858.8
24
TRAFFIC CONTROL
LS
1.0
BID DIVISION IV - ALLEY
ITEM DESCRIPTION
1
CLASS A ROADSTONE
TON
25.0
2
PAVEMENT SCARIFICATION
SY
120.0
5
TRAFFIC CONTROL
LS
1.0
TOTAL BID
A
P
W
2017 WATERLOO RECONSTRUCTION
UNITED STATES
a POSTAL SERVICE €
Name and Address of Sender
SPRO, INC,
0 BOX 2620Affix
ATERLOO, IA 50704
Check type of mail or service
0 Adult Signature Required 0 Priority Mail Express
0 Adult Signature Restricted Delivery 0 Registered Mail
0 Certified Mail
0 Return Receipt for
0 Certified Mail Restricted Delivery Merchandise
0 Collect on Delivery (COD) 0. Signature Confirmation
0 Insured Mail 0 Signature Confirmation
0 Priority Mail Restricted Delivery
Stamp
(for additional'
Postmark wit
sem—'
„„„„s,„,,,„.AMOU77
0000
Actual Value
if Registered
Insured
Value
Due
Sender if
coo
U.S.
•WATERLOO,
MAR
AKn
J
Fee
POSTAGE
PAIS
23 5023,
AMOUNT
$234
R2303S1
HStu
Fee
IA
03103-1
mu
Fee
3
n
Fee
o..
Fee
V.. ,...
Fee
—
.:H
Fee
USPS Tracking/Article Number
Addressee (Name, Street, City, State, & ZIP Coder*^)
DC CORPORATION
Postage
-
Fee
Handling
Charge
1.
426 BEECH ST
.67
.39
;
WATERLOO IA 50703 ✓
2.
DANIELS HOME IMPROVEMENT
67
.39
r -
0
0
3358 BRISTOL RD i/
WATERLOO IA 50701
3.
GREER'S WORKS
67
.39
>
0
a.
'CT
ea
-
0
2003 PLAINVIEW t/
WATERLOO IA 50703
4.
OLD GREER'S WORKS
.67
.39
„5.
s
m
v
Ec) n
al
j
0e.
z
onfirrnaf i
r'
2309 SPRINGVIEW ST t/
WATERLOO IA 50707
5.
QUICK CONSTRUCTION CO
67
.39
7
y.t
—
2
Pt
0
0
E
cs
7,
C.
2
a
E
A
217 BATES ST ✓
WATERLOO IA 50703
6.
WATCO CONSTRUCTION CO
.67
.39
;t..
<
refi
a
PO BOX 904 ✓
WATERLOO IA 50704
7.
Aspro$2.34
y
C.
c
.—�
'—.
✓;,:.
'dst
Y
9w:'I
r
0
s`
-a
^:�
9
''
Meter
8.
•
t
`\I*
J
Obi
Cc
ListedTotal by Ser of s
Listed by Sde,. er�/
?C(
Total Ned at. of Pieces
%�rye�t i oOffice
R1
Postmaster, Per (Name of re ing employee)
� (� II.I'Nye1_X(\
/�A �.a..a..:..
PS F Inl.<t nuan, 9n 1/7 fJO�..e e s or 1..1, 1 f
PSN 7530-02-006=9098
Pnvacy Notice: For more information on USPS privacy policies, visit usps.com/privacypolicy.