Loading...
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.