HomeMy WebLinkAboutAspro, Inc.y OF WATERLOO
ERK5S OFFICE
,.� 2019 p 12.A6.4E
ASPRO, INC.
PO BOX 2620
WATERLOO, IA 50704
PROPOSAL FOR: FY 2019 STREET RECONSTRUCTION
PROGRAM
CONTRACT NO. 965
MARCH 28, 2019
1:00 P.M.
X113 tS.L;
FORM OF BID OR PROPOSAL
F.Y. 2019 STREET RECONSTRUCTION PROGRAM
CONTRACT NO. 965
CITY OF WATERLOO, IOWA
Honorable Mayor and City Council
Waterloo, Iowa
Gentlemen:
1. The undersigned, being a Corporation existing under the laws of the State of
IOWA a Partnership consisting of the following partners:
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. 2019 STREET
RECONSTRUCTION PROGRAM, Contract No. 965, all in accordance with the above -listed
documents and for the unit prices for work in place for the following items and quantities:
FY 2019 STREET RECONSTRUCTION PROGRAM
CONTRACT NO. 965
BID
ITEM
SUDAS
SPECIFICATION
*SEE
SUPPLEMENTAL
SP = SPCL PROV
DESCRIPTION
UNIT
EST QTY
UNIT BID
PRICE
TOTAL BID
PRICE
DIVISION 2 - EARTHWORK
1
2010-108-D *
TOPSOIL, 4 INCHES, ON OR OFF SITE
SY
6,599.00
$
$
2
2010-108-H *
SUBGRADE TREATMENT, WOVEN GEOTEXTILE
SY
26,753.00
$
$
3
2010-108-1 *
SUBBASE, MODIFIED
TON
21,885.00
$
$
4
2010-108-A
CLEARING AND GRUBBING
UNITS
54.00
$
$
5
SP # 1
TOPSOIL REMOVAL FROM PARKING,
EARTHWORK
SY
2,287.30
$
$
6
SP # 2
SPECIAL SUBGRADE MATERIAL
CY
100.00
$
$
SUBTOTAL BASE BID EARTHWORK $
DIVISION 4 - SEWERS AND DRAINS -
SANITARY
7
4010-108-A-1
SANITARY SEWER GRAVITY MAIN, TRENCHED,
PVC, 18 INCH
LF
32.00
$
$
8
4010-108-A-1
SANITARY SEWER GRAVITY MAIN, TRENCHED,
TRUSS, 15 INCH
LF
70.00
$
$
FORM OF BID
CONTRACT NO. 965
Page 1 of 7
BID
ITEM
SUDAS
SPECIFICATION
* SEE
SUPPLEMENTAL
SP = SPCL PROV
DESCRIPTION
UNIT
EST QTY
UNIT BID
PRICE
TOTAL BID
PRICE
DIVISION 4 - SEWERS AND DRAINS -
SANITARY (CONTINUED)
9
4010-108-A-1 *
SANITARY SEWER GRAVITY MAIN, TRENCHED,
TRUSS, 12 INCH
LF
106.50
$
$
10
4010-108-A-1
SANITARY SEWER GRAVITY MAIN, TRENCHED,
TRUSS, 10 INCH
LF
635.50
$
$
11
4010-108-A-1
SANITARY SEWER GRAVITY MAIN,
TRENCHED, TRUSS, 8 INCH
LF
1,618.50
$
$
12
4010-108-E-0
SANITARY SEWER SERVICE STUB/RENEW,
SDR 23.5, 6 INCH
LF
1,272.00
$
$
13
4010-108-K-2
SANITARY SEWER ABANDONMENT, FILL AND
PLUG, 8 INCH
LF
916.00
$
$
14
4010-108-K 2
SANITARY SEWER ABANDONMENT, FILL AND
PLUG, 12 INCH
LF
65.00
$
$
15
4010-108-K-2
SANITARY SEWER ABANDONMENT, FILL AND
PLUG, 15 INCH
LF
327.00
$
$
16
SP # 6
SANITARY SEWER SERVICE, TRACE
EACH
18.00
$
$
17
SP # 5
SANITARY SEWER SERVICE, DYE TEST
INVESTIGATION
EACH
8.00
$
$
18
5P # 4
SANITARY SEWER SERVICE, UNDERGROUND
INVESTIGATION
EACH
3.00
$
$
DIVISION 6 - STRUCTURES FOR SANITARY
SEWERS
19
6010-108-A-0 *
MANHOLE, SW -301, 48"
EACH
12.00
$
$
20
6010-108-C-0
DROP CONNECTION
EACH
1.00
$
$
21
6010-108-A-0 *
MANHOLE, SW -301, 60"
EACH
1.00
$
$
22
6010-108-H-0 *
REMOVE MANHOLE, SANITARY
EACH
10.00
$
$
23
SP # 14
MANHOLE RING AND COVER, FURNISH AND
INSTALL
EACH
2.00
$
$
SUBTOTAL BASE BID SANITARY SEWER $
DIVISION 4 - SEWERS AND DRAINS - STORM
24
4020-108-A-1
STORM SEWER, TRENCHED, RCP 2000D, 18
INCH
LF
336.50
$
$
25
4020-108-A-1
STORM SEWER, TRENCHED, RCP 2000D, 15
INCH
LF
126.70
$
$
26
4020-108-A-1 *
STORM SEWER, TRENCHED, RCP 2000D, 12
INCH
LF
1,143.50
$
$
27
4020-108-C-0
REMOVAL OF STORM SEWER, RCP, LESS
THAN OR EQUAL TO 36 INCH
LF
815.00
$
$
28
4040-108-A-0
SUBDRAIN, PERFORATED PVC TYPE S, 6 INCH
LF
14,151.00
$
$
29
4040-108-A-0
SUBDRAIN, PERFORATED PVC TYPE S, 4 INCH
LF
283.00
$
$
30
4040-108-0-0
SUBDRAIN OUTLETS AND CONNECTIONS,
CMP, 6 INCH
EACH
48.00
$
$
31
4040-108-E-0
STORM SEWER SERVICE STUB, SOLID WALL
PVC TYPE S1, 4 INCH
LF
1,232.00
$
$
DIVISION 6 - STRUCTURES FOR STORM
SEWERS
32
6010-108-A-0 *
MANHOLE, SW -401, 48"
EACH
15.00
$
$
33
6010-108-A-0 *
MANHOLE, SW -401, 60"
EACH
1.00
$
$
34
6010-108-A-0 *
MANHOLE, SW -402
EACH
3.00
$
$
35
6010-108-A-0
MANHOLE, SW -406, SHALLOW RECTANGULAR
EACH
6.00
$
$
36
6010-108-B-0
INTAKE, SW -501, SINGLE GRATE
EACH
16.00
$
$
FORM OF BID
CONRACT NO. 965_ADDENDUM NO. 2
Page 2 of 7
BID
ITEM
SUDAS
SPECIFICATION
* SEE
SUPPLEMENTAL
SP = SPCL PROV
DESCRIPTION
UNIT
EST QTY
UNIT BID
PRICE
TOTAL BID
PRICE
DIVISION 6 - STRUCTURES FOR STORM
SEWERS (CONTINUED)
37
6010-108-B-0
INTAKE, SW -504, SINGLE GRATE W/ FLUSH
TOP MANHOLE
EACH
1.00
$
$
38
6010-108-B-0
INTAKE, SW -505, DOUBLE GRATE
EACH
5.00
$
$
39
6010-108-B-0
INTAKE, SW -506, DOUBLE GRATE W/ MANHOLE
EACH
1.00
$
$
40
6010-108-G-0
CONNECTION TO EXISTING INTAKE, DRAIN
TILE
EACH
29.00
$
$
41
6010-108-H-0 *
REMOVE MANHOLE OR INTAKE, STORM
EACH
44.00
$
$
42
SP # 15
INTAKE, SW -507, REMOVE AND REPLACE
SPECIAL SHAPING AND TOP
EACH
2.00
$
$
43
SP # 15
INTAKE, E -1-C, REMOVE AND REPLACE
BOXOUT
EACH
14.00
$
$
44
SP # 15
INTAKE, MODIFIED E -1-C, REMOVE AND
REPLACE BOXOUT AND TOP
EACH
4.00
$
$
45
SP # 15
INTAKE, E -2-C, REMOVE AND REPLACE
BOXOUT
EACH
3.00
$
$
46
SP # 15
INTAKE, E -3-C, REMOVE AND REPLACE
BOXOUT
EACH
3.00
$
$
47
SPS 14
FURNISH AND INSTALL SW -603 TYPE R
CASTING
EACH
4.00
$
$
48
SP # 14
FURNISH AND INSTALL MANHOLE RING AND
COVER
EACH
2.00
$
$
SUBTOTAL BASE BID STORM SEWER $
DIVISION 5 - WATER MAINS AND
APPURTENANCES
49
5010-108-E-1
WATER SERVICE PIPE, COPPER, 3/4 INCH
LF
210.00
$
$
50
5010-108-E-2
WATER SERVICE CORPORATION, 3/4 INCH
EACH
10.00
$
$
51
5010-108-E-3 *
WATER SERVICE CURB STOP, 3/4 INCH
EACH
10.00
$
$
52
5010-108-E-3 *
WATER SERVICE CURB BOX; 3/4 INCH
EACH
10.00
$
$
53
5010-108-E-1
WATER SERVICE PIPE, COPPER, 1 INCH
LF
46.00
$
$
54
5010-108-E-2
WATER SERVICE CORPORATION, 1 INCH
EACH
1.00
$
$
55
5010-108-E-3 *
WATER SERVICE CURB STOP, 1 INCH
EACH
1.00
$
$
56
5010-108-E-3 *
WATER SERVICE CURB BOX, 1 INCH
EACH
1.00
$
$
57
SP # 12
CONVERT WATER VALVE MANHOLE TO
ROADBOX
EACH
5.00
$
$
58
SP # 8
WATER SERVICE TAP, 3/4 OR 1 INCH
EACH
1.00
$
$
59
SP # 10
WATER SERVICE KILL
EACH
3.00
$
$
60
SP # 11
LOWER WATER SERVICE, 3/4" OR 1"
EACH
2.00
$
$
61
SP # 13
WATER SERVICE, UNDERGROUND
INVESTIGATION
EACH
9.00
$
$
62
SP # 9
INSULATE EXISTING COPPER WATER SERVICE
EACH
2.00
$
$
SUBTOTAL BASE BID WATER APPURTENANCES
$
DIVISION 7 - STREETS AND RELATED WORK
PCC PAVEMENT
63
7040-108-A-0
REMOVE AND REPLACE 3" HMA/6" PCC, C-4
SY
9.00
$
$
64
7010-108-E-0
CURB AND GUTTER, 24 IN WIDE, 6 IN THICK,
C-4, MISCELLANEOUS
LF
3.50
$
$
HMA PAVEMENT
65
7020-108-A-0
DRIVEWAY, PAVED, HMA, 4 INCH
SY
31.50
$
$
66
7020-108-B-0
REMOVE/REPLACE HMA, 3.5 INCH
SY
20.00
$
$
67
SP # 17
REMOVE SEAL COAT/REPLACE WITH 2 INCH
HMA
SY
13.50
$
$
FORM OF BID
CONTRACT NO. 965
Page 3 of 7
BID
ITEM
SUDAS
SPECIFICATION
* SEE
SUPPLEMENTAL
SP = SPCL PROV
DESCRIPTION
UNIT
EST QTY
UNIT BID
PRICE
TOTAL BID
PRICE
SIDEWALKS, SHARED USE PATHS AND
DRIVEWAYS
68
7030-108-A-0
REMOVAL OF SIDEWALK AND DRIVEWAY
SY
1,945.00
$
$
69
7030-108-A-0
REMOVAL OF SIDEWALK, MISCELLANEOUS
SY
172.70
$
$
70
7030-108-E-0
SIDEWALK, PCC C-4, 4 INCH, C-4
SY
248.00
$
$
71
7030-108-E-0
SIDEWALK, PCC C-4, 6 INCH PEDESTIAN
RAMP, C-4
SY
163.90
$
$
72
7030-108-G-0
DETECTABLE WARNING
SF
282.00
$
$
73
7030-108-H-1
DRIVEWAY AND SIDEWALK, PAVED, PCC, 6
INCH, C-4
SY
217.50
$
$
74
7030-108-H-1
DRIVEWAY AND SIDEWALK, PAVED, PCC, 5
INCH, C-4
SY
1,446.80
$
$
75
7030-108-H-2
DRIVEWAY, GRANULAR
TON
33.20
$
$
PAVEMENT REHABILITATION
76
7040-108-H-0 *
PAVEMENT REMOVAL, CONCRETE
PAVEMENT REMOVAL, ASPHALT
SY
SY
21,260.90
7,481.60
$
$
$
$
77
7040-108-H-0 *
SUBTOTAL STREETS AND RELATED WORK
$
DIVISION 8 - PAVEMENT MARKINGS AND
TRAFFIC CONTROL
PAVEMENT MARKINGS
78
8020-108-B-0
PAINTED PAVEMENT MARKINGS,
SOLVENTiWATERBOURNE
STA
2.48
$
$
TEMPORARY TRAFFIC CONTROL
79
8030-108-A-0
TEMPORARY TRAFFIC CONTROL
LS
1.00
$
$
80
8030-2.02
DIRECTIONAL SIGNS, PER DETAILS
EACH
8.00
$
$
SUBTOTAL PAVEMENT MARKING AND TRAFFIC CONTROL $
DIVISION 9 - SITE WORK AND LANDSCAPING
SEEDING
81
9010-108-B-0 *
HYDRAULIC SEEDING, SEEDING, FERTILIZING
AND MULCHING
SY
8,927.00
$
$
82
9010-108-E-0 *
WARRANTY
SY
1,000.00
$
$
EROSION AND SEDIMENT CONTROL
83
9040-108-E-0
TEMPORARY RECP, WOOD EXCELSIOR MAT
SY
200.00
$
$
84
9040-108-F-1
WATTLE, STRAW, 6 INCH
LF
1,000.00
$
$
85
9040-108-F-2
WATTLE, REMOVAL
LF
EACH
1,000.00
49.00
$
$
$
$
86
9040-108-T-1
INLET PROTECTION DEVICE, INTERMEDIATE
AND DROP IN
87
9040-108-T-2 *
INLET PROTECTION DEVICE, MAINTENANCE
EACH
49.00
$
$
CONCRETE STEPS, HANDRAILS AND SAFETY
RAIL
88
9080-108-A-0
CONCRETE STEPS, CAST IN PLACE
SF
38.90
$
$
SUBTOTAL SITE WORK AND LANDSCAPING $
DIVISION 11 -MISCELLANEOUS
CONSTRUCTION SURVEY
89
11010-108-A
CONSTRUCTION SURVEY
LS
1.00
$
$
90
7040-3.02-A
SAW CUT
LF
1228.40
$
$
SUBTOTAL MISCELLANEOUS $
TOTAL SASE BID $
FORM OF BID
CONTRACT NO. 965
Page 4 of 7
BID
ITEM
SUDAS
SPECIFICATION
* SEE
SUPPLEMENTAL
SP = SPCL PROV
DESCRIPTION
UNIT
EST QTY
UNIT BID
PRICE
TOTAL BID
PRICE
DIVISION 7 - STREETS AND RELATED WORK
ALTERNATE A - HMA
1A
7020-108-B-0 *
PAVEMENT, HMA 1.5", STANDARD TRAFFIC(ST)
SURFACE, 1/2" MIX, PG 58-28S, 75% CR., NO
FRICTION REQD.
SY
24,163.00
$
$
2A
7020-108-B-0 *
PAVEMENT, HMA, 1.5", STANDARD
TRAFFIC(ST) INTERMEDIATE, 1/2" MIX, PG 58-
28S, 60% CR.
SY
7,058.50
$
$
3A
7020-108-B-0 *
PAVEMENT, HMA, 3", STANDARD TRAFFIC(ST)
INTERMEDIATE, 1/2" MIX, PG 58-28S, 60% CR.
SY
17,104.50
$
$
4A
7020-108-B-0
PAVEMENT, HMA, 3", STANDARD TRAFFIC(ST)
BASE, 3/4" MIX, PG 58-28S, 60% CR.
SY
24,163.00
$
$
5A
7010-108-E-0
CURB AND GUTTER, 24 IN WIDE, 6 IN THICK, C-
SUD
LF
5,134.60
$
$
6A
7010-108-E-0
CURB AND GUTTER, 24 IN WIDE, 7.5 IN THICK,
C-SUD
LF
8,893.00
$
$
7A
7020-108-H-0
HMA PAVEMENT SAMPLES AND TESTING
LS
1.00
$
$
8A
2010-108-E-0 *
EXCAVATION, CLASS 10
CY _
9,008,50
$
$
9A
11,050-108-A-0
CONCRETE WASHOUT
LS
1.00
$
$
10A
7010-3.04
COLD WEATHER CONCRETE PROTECTION
SY
2,478.00
$
$
11A
7010,3.02, J *
LINSEED OIL TREATMENT
SY
1,672.00
$
$
SUBTOTAL ALTERNATE A
$
ALTERNATE B - PCC
1B
7010-108-A-0
PAVEMENT, PCC, 6 INCH, C-SUD
SY
8,203.50
$ NO BID
$ N/A
2B
7010-108-A-0
PAVEMENT, PCC, 8 INCH, C-SUD
SY
19,053.90
$ NO BID
$ N/A
3B
7020-108-H-0
PCC PAVEMENT SAMPLES AND TESTING
LS
1.00
$ NO BID
$ N/A
4B
2010-108-E-0 *
EXCAVATION, CLASS 10
CY
9,252.50
$ NO BID
$ N/A
5B
11,050-108-A-0
CONCRETE WASHOUT
LS
1.00
$ NO BID
$ N/A
6B
7010-3.04
COLD WEATHER CONCRETE PROTECTION
SY
15,159.00
$ NO BID
$ N/A
7B
7010,3.02, J *
LINSEED OIL TREATMENT
SY
14,358.00
$ NO BID
$ N/A
SUBTOTAL ALTERNATE B
$ NO BID
TOTAL BASE
BID + ALTERNATE A $ 3 ‘/0 o g; W8
TOTAL AL BASE
BID + ALTERNA �-E B $ 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
FORM OF BID
CONTRACT NO. 965 Page 5 of 7
before this bid is withdrawn, the undersigned agrees to execute and deliver an agreement in the
prescribed form and furnish the required bond and certificate of the insurance within ten (10) days
after the agreement is presented to him for signature, and start work within ten (10) days after
"Notice to Proceed" is issued.
4. Security in the sum of 5% OF BID AMOUNT Dollars
($ 5% ) in the form of BID BOND is submitted herewith in
accordance with the INSTRUCTIONS TO BIDDERS.
5. Attached hereto is a Non -Collusion Affidavit of Prime Contractor.
6. Attached hereto is a Bidder Status Form.
7. The bidder is prepared to submit a financial and experience statement upon request.
8. The Prime Contractor and Subcontractor(s), which have performed an aggregate of $10,000.00 in
work for the City in the current calendar year, are prepared to submit an AAP or Update and an EOC,
within ten (10) days of notification that the bid submitted is lowest and acceptable.
9. The bidder has received the following Addendum or Addenda:
Addendum No. /
Date 03/0//9
d B/.Z 5/J,
10. The bidder shall list the MBE/VVBE subcontractor(s), amount of subcontracts and bid items on the
City of Waterloo Minority and/or Women Business Pre-bid Contact Information Form submitted with
this Form of Bid or Proposal. The apparent low Bidder shall submit a list of all other Subcontractor(s)
to be used on this Project to the City of Waterloo by 5:00 p.m. the business day following the day
Bids on this Project are due along with the Non -Collusion Affidavits of All Subcontractor(s).
The Contractor shall submit information on subcontractors on "SUBCONTRACTOR REQUEST AND
APPROVAL" Form to be provided by City prior to approval of contract.
The subcontractors listed on this proposal and/or submitted to the Contract Compliance Officer
cannot be changed except for the following reasons:
1) The City of Waterloo does not approve the subcontractors.
2) The subcontractors submit in writing that they cannot fulfill their subcontracts.
11. The bidder has filled in all blanks on this proposal. Those blanks not applicable are marked "none"
or "NA".
12. The bidder has attached all applicable forms.
13. The Owner reserves the right to select alternates, delete line items, and/or to reduce quantities prior
to the award of a contract due to budgetary limitations.
FORM OF BID
CONTRACT NO. 965 Page 6 of 7
ASPRO, INC.
MARCH 28, 2019
(Name of Bidder) (Date)
Official Address: (Including Zip Code):
3613 TEXAS ST.; PO BOX 2620
Title PRESIDENT
WATERLOO, IA 50704
I.R.S. No. 42-1011512
FORM OF BID CONTRACT NO. 965 Page 7 of 7
FY 2019 STREET RECONSTRUCTION PROGRAM
CONTRACT 965
BID ITEM
SUDAS
SPECIFICATION
* SEE
SUPPLEMENTAL
DESCRIPTION
TOTAL
UNIT
TOTAL
SP = SPCL PROV
UNIT
EST QTY
BID PRICE
BID PRICE
DIVISION 2 - EARTHWORK
1
2010-108-D *
TOPSOIL, 4 INCHES, ON OR OFF SITE
SY
6,599.00
510.30
$67,969.70
2
2010-108-H *
SUBGRADE TREATMENT, WOVEN GEOTEXTILE
5Y
26,753.00
$4.50
5120,388.50
3
2010-108-1 *
SUBBASE, MODIFIED
TON
21,885.00
$24.75
5541,653.75
4
2010-108-A
CLEARING AND GRUBBING
UNITS
54.00
5100.00
$5,400.00
5
SP 81
TOPSOIL REMOVAL FROM PARKING, EARTHWORK
5Y
2,287.30
$11.50
526,303.95
6
SP 82
SPECIAL SUBGRADE MATERIAL
CY
100.00
$50.00
$5,000.00
SUBTOTAL BASE BID EARTHWORK
$766,715.90
DIVISION 4 - SEWERS AND DRAINS - SANITARY
7
4010-108-A-1 *
SANITARY SEWER GRAVITY MAIN, TRENCHED, PVC, 18 INCH
IF
32.00
$249.50
$7,984.00
8
4010-108-A-1 *
SANITARY SEWER GRAVITY MAIN, TRENCHED, TRUSS, 15 INCH
LF
7000
5140.00
$9,800.00
9
4010-108-A-1 *
SANITARY SEWER GRAVITY MAIN, TRENCHED, TRUSS, 12 INCH
IF
106.50
$125.85
$13,403.03
10
4010-108-A-1 *
SANITARY SEWER GRAVITY MAIN, TRENCHED, TRUSS, 10INCH
LF
635.50
$87.00
555,288.50
11
4010-108-A-1 *
SANITARY SEWER GRAVITY MAIN, TRENCHED, TRUSS, 8 INCH
LF
1,618.50
$73.80
5119,445.30
12
4010-108-E-0 *
SANITARY SEWER SERVICE STUB/RENEW, SDR 23.5, 6 INCH
LF
1,272.00
$52.00
566,144.00
13
4010-108-K-2
SANITARY SEWER ABANDONMENT, FILL AND PWG, 8 INCH
LF
916.00
518.00
$16,488.00
14
4010-108-K-2
SANITARY SEWER ABANDONMENT, FILL AND PLUG, 12 INCH
LF
65,00
$28.00
51,820.00
15
4010-108-K-2
SANITARY SEWER ABANDONMENT, FILL AND PLUG, 15 INCH
LF
327.00
530.00
59,810.00
16
5P q 6
SANITARY SEWER SERVICE, TRACE
EACH
18.00
$300.00
$5,400.00
17
5P 85
SANITARY SEWER SERVICE, DYE TEST INVESTIGATION
EACH
8.00
$100.00
$800.00
18
5P 84
SANITARY SEWER SERVICE, UNDERGROUND INVESTIGATION
EACH
3.00
51,000.00
$3,000.00
DIVISION 6 - STRUCTURES FOR SANITARY SEWERS
19
6010-108-A-0 *
MANHOLE, SW -301, 48"
EACH
12.00
$5,190.00
562,280.00
20
6010-108-C-0
DROP CONNECTION
EACH
1.00
53,500.00
$3,500.00
21
6010-108-A-0 *
MANHOLE, SW -301, 60"
EACH
1.00
$7,500.00
$7,500.00
22
6010-108-H-0 *
REMOVE MANHOLE, SANITARY
EACH
10.00
$700.00
$7,000.00
23
SP 814
MANHOLE RING AND COVER, FURNISH AND INSTALL
EACH
2.00
51,000.00
$2,000.00
SUBTOTAL BASE BID SANITARY SEWER
5391,662.83
DIVISION 4 - SEWERS AND DRAINS - STORM
24
4020-108-A-1 *
STORM SEWER, TRENCHED, RCP 2000D, 18 INCH
LF
336.50
565.00
521,872.50
25
4020-108-A-1 *
STORM SEWER, TRENCHED, RCP 2000D, 15 INCH
LF
126.70
560.00
$7,602.00
26
4020-108-A-1 *
STORM SEWER, TRENCHED, RCP 20000, 12 INCH
LF
1,143.50
$55.00
562,892.50
27
4020-108-C-0 *
REMOVAL OF STORM SEWER, RCP, LESS THAN OR EQUAL TO 36 INCH
LF
815.00
$18.00
$14,670.00
28
4040-108-A-0
SUBDRAIN, TYPE SP, 6 INCH
LF
14,151.00
$1050
5148,585.50
29
4040-108-A-0
SUBDRAIN, TYPE SP, 4 INCH
LF
283.00
510.25
$2,900.75
30
4040-108-D-0
SUBDRAIN OUTLETS AND CONNECTIONS, CMP, 6 INCH
EACH
48.00
$350.00
516,800.00
31
4040-108-E-0
STORM SEWER SERVICE STUB, TYPE 5,4 INCH
LF
1,232.00
512.00
$14,784.00
BID ITEM
SUDAS
SPECIFICATION
* SEE
SUPPLEMENTAL
DESCRIPTION
TOTAL
UNIT
TOTAL
SP = SPCL PROV
UNIT
EST QTY
BID PRICE
BID PRICE
DIVISION 6 - STRUCTURES FOR STORM SEWERS
32
6010-108-A-0 *
MANHOLE, SW-401, 48"
EACH
15.00
$4,600.00
$69,000.00
33
6010-108-A-0 *
MANHOLE, SW-401, 60"
EACH
1.00
$6,700.00
$6,700.00
34
6010-108-A-0 *
MANHOLE, SW-402
EACH
3.00
$5,400.00
$16,200.00
35
6010-108-A-0
MANHOLE, SW-406, SHALLOW RECTANGULAR
EACH
6.00
$5,700.00
$34,200.00
36
6010-108-B-0
INTAKE, SW-501, SINGLE GRATE
EACH
16.00
$4,900.00
$78,400.00
37
6010-108-B-0
INTAKE, SW-504, SINGLE GRATE W/ FLUSH TOP MANHOLE
EACH
1.00
$7,700.00
$7,700.00
38
6010-108-13-0
INTAKE, SW-505, DOUBLE GRATE
EACH
5.00
$6,000.00
$30,000.00
39
6010-108-B-0
INTAKE, SW-506, DOUBLE GRATE W/ MANHOLE
EACH
1.00
$8,500.00
$8,500.00
40
6010-108-G-0
CONNECTION TO EXISTING INTAKE, DRAIN TILE
EACH
29.00
$650.00
$18,850.00
41
6010-108-H-0 *
REMOVE MANHOLE OR INTAKE, STORM
EACH
44.00
$600.00
$26,400.00
42
SP#15
INTAKE, SW-507, REMOVE AND REPLACE SPECIAL SHAPING AND TOP
EACH
2.00
$3,000.00
$6,000.00
43
SP # 15
INTAKE, E-1-C, REMOVE AND REPLACE BOXOUT
EACH
14.00
$1,400.00
$19,600.00
44
SP#15
INTAKE, MODIFIED E-1-C, REMOVE AND REPLACE BOXOUT AND TOP
EACH
4.00
$2,600.00
$10,400.00
45
5P # 15
INTAKE, E-2-C, REMOVE AND REPLACE BOXOUT
EACH
3.00
$1,800.00
$5,400.00
46
SP it 15
INTAKE, E-3-C, REMOVE AND REPLACE BOXOUT
EACH
3.00
$2,700.00
$8,100.00
47
SP#14
FURNISH AND INSTALL SW-603 TYPE R CASTING
EACH
4.00
$1,800.00
$7,200.00
48
SP # 14
FURNISH AND INSTALL MANHOLE RING AND COVER
EACH
2.00
$1,000.00
$2,000.00
SUBTOTAL BASE BID STORM SEWER
$644,757.25
DIVISION 5 - WATER MAINS AND APPURTENANCES
49
5010-108-E-1
WATER SERVICE PIPE, COPPER, 3/4 INCH
LF
210.00
$52.00
$10,920.00
50
5010-108-E-2
WATER SERVICE CORPORATION, 3/4 INCH
EACH
10.00
$175.00
$1,750.00
51
5010-108-E-3 *
WATER SERVICE CURB STOP, 3/4 INCH
EACH
10.00
$175.00
$1,750.00
52
5010-108-E-3 *
WATER SERVICE CURB BOX, 3/4 INCH
EACH
10.00
$80.00
$800.00
53
5010-108-E-1
WATER SERVICE PIPE, COPPER, 1 INCH
LF
46.00
$46.00
$2,116.00
54
5010-108-E-2
WATER SERVICE CORPORATION, 1 INCH
EACH
1.00
$200.00
$200.00
55
5010-108-E-3 *
WATER SERVICE CURB STOP, 1 INCH
EACH
1.00
$200.00
$200.00
56
5010-108-E-3 *
WATER SERVICE CURB BOX, 1 INCH
EACH
1.00
$200.00
$200.00
57
SP # 12
CONVERT WATER VALVE MANHOLE TO ROADBOX
EACH
5.00
$600.00
$3,000.00
58
SP # 8
WATER SERVICE TAP, 3/4 OR 1 INCH
EACH
1.00
$375.00
$375.00
59
SP # 10
WATER SERVICE KILL
EACH
3.00
$400.00
$1,200.00
60
SP # 11
LOWER WATER SERVICE, 3/4" OR 1"
EACH
2.00
$1,000.00
$2,000.00
61
SP # 13
WATER SERVICE, UNDERGROUND INVESTIGATION
EACH
9.00
$400.00
$3,600.00
62
SP # 9
INSULATE EXISTING COPPER WATER SERVICE
EACH
2.00
$300.00
$600.00
SUBTOTAL BASE BID WATER APPURTENANCES
$28,711.00
BID ITEM
SUDAS
SPECIFICATION
* SEE
SUPPLEMENTAL
DESCRIPTION
TOTAL
UNIT
TOTAL
SP= SPCL PROV
UNIT
EST QTY
BID PRICE
BID PRICE
DIVISION 7 - STREETS AND RELATED WORK
PCC PAVEMENT
63
7040-108-A-0
REMOVE AND REPLACE 3" HMA/6" PCC, C-4
SY
9.00
$187.50
$1,687.50
64
7010-108-E-0
CURB AND GUTTER, 24 IN WIDE, 6 IN THICK, C-4, MISCELLANEOUS
LF
3.50
$50.00
$175.00
HMA PAVEMENT
65
7020-108-A-0
DRIVEWAY, PAVED, HMA, 4 INCH
SY
31.50
$75.00
$2,362.50
66
7020-108-B-0
REMOVE/REPLACE HMA, 3.5 INCH
SY
20.00
$80.00
$1,600.00
67
SP H 17
REMOVE SEAL COAT/REPLACE WITH 2 INCH HMA
SY
13.50
$65.00
$877.50
SIDEWALKS, SHARED USE PATHS AND DRIVEWAYS
68
7030-108-A-0
REMOVAL OF SIDEWALK AND DRIVEWAY
SY
1,945.00
$4.80
$9,336.00
69
7030-108-A-0
REMOVAL OF SIDEWALK, MISCELLANEOUS
SY
172.70
$15.00
$2,590.50
70
7030-108-E-0
SIDEWALK, PCC C-4, 4 INCH, C-4
5Y
248.00
$45.50
$11,284.00
71
7030-108-E-0
SIDEWALK, PCC C-4, 6 INCH PEDESTIAN RAMP, C-4
SY
163.90
$48.00
$7,867.20
72
7030-108-G-0
DETECTABLE WARNING
SF
282.00
$40.35
$11,378.70
73
7030-108-8-1
DRIVEWAY AND SIDEWALK, PAVED, PCC, 6 INCH, C-4
SY
217.50
$47.75
$10,385.63
74
7030-108-H-1
DRIVEWAY AND SIDEWALK, PAVED, PCC, 5 INCH, C-4
SY
1,446.80
$47.25
$68,361.30
75
7030-108-8-2
DRIVEWAY, GRANULAR
TON
33.20
$75.00
$2,490.00
PAVEMENT REHABILITATION
76
7040-108-11-0 *
PAVEMENT REMOVAL, CONCRETE
5Y
21,260.90
$4.80
$102,052.32
77
7040-108-H-0 *
PAVEMENT REMOVAL, ASPHALT
5Y
7,481.60
$4.80
$35,911.68
SUBTOTAL BASE BID - STREETS AND RELATED WORK
$268,359.83
DIVISION 8 - PAVEMENT MARKINGS AND TRAFFIC CONTROL
PAVEMENT MARKINGS
78
8020-108-B-0
PAINTED PAVEMENT MARKINGS, SOLVENT/WATERBOURNE
STA
2.48
$65.00
$161.20
TEMPORARY TRAFFIC CONTROL
79
8030-108-A-0
TEMPORARY TRAFFIC CONTROL
LS
1.00
$29,500.00
$29,500.00
80
8030-2.02
DIRECTIONAL SIGNS, PER DETAILS
EACH
8.00
$125,00
$1,000.00
SUBTOTAL BASE BID - PAVEMENT MARKING AND TRARFIC CONTROL
$30,661.20
DIVISION 9 - SITE WORK AND LANDSCAPING
SEEDING
81
9010-108-B-0 *
HYDRAULIC SEEDING, SEEDING, FERTILIZING AND MULCHING
SY
8,927.00
$3.25
$29,012.75
82
9010-108-E-0 *
WARRANTY
SY
1,000.00
$3.25
$3,250.00
EROSION AND SEDIMENT CONTROL
83
9040-108-E-0
TEMPORARY RECP, WOOD EXCELSIOR MAT
SY
200.00
$5.70
$1,140.00
84
9040-108-F-1
WATTLE, STRAW, 6 INCH
LF
1,000.00
$7.50
$7,500.00
85
9040-108-F-2
WATTLE, REMOVAL
LF
1,000.00
$1.00
$1,000.00
86
9040-108-T-1 *
INLET PROTECTION DEVICE, INTERMEDIATE AND DROP IN
EACH
49.00
$485.00
$23,765.00
87
9040-108-T-2 *
INLET PROTECTION DEVICE, MAINTENANCE
EACH
49.00
$100.00
$4,900.00
CONCRETE STEPS, HANDRAILS AND SAFETY RAIL
88
9080-108-A-0
CONCRETE STEPS, CAST IN PLACE
5F
38.90
$160.00
$6,224.00
SUBTOTAL BASE BID - SITE WORK AND LANDSCAPING
$76,791.75
BID ITEM
SUDAS
SPECIFICATION
* SEE
SUPPLEMENTAL
DESCRIPTION
TOTAL
UNIT
TOTAL
SP = SPCL PROV
UNIT
EST QTY
BID PRICE
BID PRICE
DIVISION 11 - MISCELLANEOUS
CONSTRUCTION SURVEY
89
11010-108-A
CONSTRUCTION SURVEY
LS
1.00
$36,000.00
$36,000.00
90
7040-3.02-A
SAW CUT
LF
1,228.40
$6.75
$8,291.70
SUBTOTAL BASE BID - MISCELLANEOUS
$44,291.70
TOTAL BASE BID
$2,251,951.45
DIVISION 7 - STREETS AND RELATED WORK
ALTERNATE A - HMA
1A
7020-108-B-0 *
PAVEMENT, HMA 1.5", STANDARD TRAFFIC(ST) SURFACE, 1/2" MIX, PG 58-
28S, 75% CR., NO FRICTION REQD.
SY
24,163.00
$9.50
$229,548.50
2A
7020-108-B-0 *
PAVEMENT, HMA, 1.5", STANDARD TRAFFIC(ST) INTERMEDIATE, 1/2" MIX,
PG 58-28S, 60% CR.
SY
7,058.50
$9.25
$65,291.13
3A
7020-108-8-0 *
PAVEMENT, HMA, 3", STANDARD TRAFFIC(ST) INTERMEDIATE, 1/2" MIX, PG
58-28S, 60% CR.
SY
17,104.50
$17.80
$304,460.10
4A
7020-108-B-0 *
PAVEMENT, HMA, 3", STANDARD TRAFFIC(ST) BASE, 3/4" MIX, PG 58-28S,
60% CR.
SY
24,163.00
$16.80
$405,938.40
5A
7010-108-E-0
CURB AND GUTTER, 24 IN WIDE, 6 IN THICK, C-SUD
LF
5,134.60
$16.00
$82,153.60
6A
7010-108-E-0
CURB AND GUTTER, 24 IN WIDE, 7.5 IN THICK, C-SUD
LF
8,893.00
$17.25
$153,404.25
7A
7020-108-H-0
HMA PAVEMENT SAMPLES AND TESTING
LS
1.00
$5,000.00
$5,000.00
8A
2010-108-E-0 *
EXCAVATION, CLASS 10
CY
9,008.50
$12.50
$112,606.25
9A
11,050-108-A-0
CONCRETE WASHOUT
LS
1.00
$4,000.00
$4,000.00
10A
7010-3.04
COLD WEATHER CONCRETE PROTECTION
SY
2,478.00
$6.00
$14,868.00
11A
7010,3.02,1 *
LINSEED OIL TREATMENT
SY
1,672.00
$6.50
$10,868.00
SUBTOTAL ALTERNATE A
$1,388,138.23
ALTERNATE B - PCC
16
7010-108-A-0
PAVEMENT, PCC, 6 INCH, C-SUD
SY
8,203.50
No Bid
No Bid
26
7010-108-A-0
PAVEMENT, PCC, 8 INCH, C-SUD
SY
19,053.90
No Bid
No Bid
38
7020-108-H-0
PCC PAVEMENT SAMPLES AND TESTING
LS
1.00
No Bid
No Bid
4B
2010-108-E-0 *
EXCAVATION, CLASS 10
CY
9,252.50
No Bid
No Bid
58
11,050-108-A-0
CONCRETE WASHOUT
LS
1.00
No Bid
No Bid
6B
7010-3.04
COLD WEATHER CONCRETE PROTECTION
SY
15,159.00
No Bid
No Bid
7B
7010,3.02, J *
LINSEED OIL TREATMENT
SY
14,358.00
No Bid
No Bid
SUBTOTAL ALTERNATE B
No Bid
TOTAL BASE BID + ALTERNATE A
$3,640,089.68
TOTAL BASE BID + ALTERNATE B
No Bid
Aspro, Inc.
03/28/19
NAME OF BIDDE'
DATE
/
BY:
f P�
TITLE:
President
OFFICIAL ADDRESS (INC d DING ZIP CODE)
3613 Texas St.
PO Box 2620
Waterloo, Iowa 50704
I.R.S. N0.
42-1011512
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 rtnner, Officer, ) , 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.
(Signed) .1717
PRESIDENT
Title
MA Subscribed and sworn to before me this 28 day of
2019 _.
Lvha Sc� r
OFFICE
MANAGER
Title
-1 -ig-31 -��a1
My commission expires
Bidder Status Form
To be completed by all bidders
Part A
Please answer "Yes" or "No" for each of the following:
® Yes 0 No
Yes 0 No
® Yes 0 No
®Yes 0 No
® Yes ❑ No
My company is -authorized to transact business in Iowa.
(To help you determine if your company is authorized, please review the worksheet on the next page).
My company has an office to transact business in Iowa.
My company's office in Iowa is suitable for more than receiving mail, telephone calls, and e-mail.
My company has been conducting business in Iowa for at least 3 years prior to the first request for
bids on this project.
My company is not a subsidiary of another business entity or my company is a subsidiary of another
business entity that would qualify as a resident bidder in Iowa.
If you answered "Yes" for each question above, your company qualifies as a resident bidder. Please
complete Parts B and D of this form.
If you answered "No" to one or rnore questions above, your company is a nonresident bidder. Please
complete Parts C and D of this form.
To be completed by resident bidders
Part B
My company has maintained offices in Iowa during the past 3 years at the following addresses:
Dates: 01 / 02 /1980 to PRESENT / Address' 3613 TEXAS ST.
City, State, Zip: WATERLOO, IA 50702
Dates: / / to / / Address'
Dates: / / to /
City, State, Zip:
/ Address.
You may attach additional sheet(s) if needed. City, State, Zip.
Part C
To be completed by non-resident bidders
1. Name of home state or foreign country reported to the Iowa Secretary of State:
2. Does your company's home state or foreign country offer preferences to resident bidders, resident labor
force preferences or any other type of preference to bidders or laborers?
0 Yes ❑ No
3. If you answered "Yes" to question 2, identify each preference offered by your company's home state or foreign country
and the appropriate legal citation.
You may attach additional sheet(s) if needed.
To be completed by all bidders Part D
I certify that the statements made on this document are true and complete to the best of my knowledge and I know that my
failure to provide accurate and truthful information may be a reason to reject my bid.
Firm Name: ASPRO, INC.
Signature:
/egs
Date: 03/28/19
You must submit the completed form to the governmental body requesting bids per 875 Iowa Administrative Code
Chapter 156. This form has been approved by the Iowa Labor Commissioner.
309-6001 (09-15)
Prime Contractor Name: ASPRO, INC.
MBENVBE BUSINESS ENTERPRISE
PRE-BID CONTACT INFORMATION FORM
Project: 965
PG 1 OF 2
Letting Date: MARCH 28, 2019
NO MBE/WBE 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 MBE/WBE 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 orderfor your bid to be considered responsive; .to provide the information on this form.
showing ALL of your MBE/WBE subcontractorcontacts made foryour bid submission. This information is subject to verification..Any questions
should be directed to Contract Compliance Office 3.19-291-4429.
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.MBE1WBE firms to perform portions of the work, please contact Rudy. Jones, 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 contractthe City of Waterloo will
make a determination as to, whether or not theapparent successful low bidder madegood faith efforts to meet the goals..
TABLE OF INFORMATION SHOWING BIDDER'S PRE-BID
MBENVBE BUSINESS ENTERPRISECONTACTS
Quotes Received Quotation used in bid
MBE/WBE ..
Subcontractors
Dates
. Contacted
Yes/No
Dates
Contacted.
Yes/No
Dollar Amount Proposed. to
be Subcontracted
DANIELS HOME IMPROVEMENT
03/12/19
/IS
a0 0 /
470
D.C. CORPORATION ..
03/12/19
YE -I
0 )/I',/ l 9
yE' S
/37 79 0, D a
GREER'S WORKS
03/12/19
OLD GREER'S WORKS
03/12/19
QUICK CONSTRUCTION
03/12/19 ,
/1.5
P34/1/ 9
/10
(Form CCO-4) Rev. 06-20-02
Prime Contractor Name: ASPRO, INC.
MBE/WBE BUSINESS ENTERPRISE
PRE-BID CONTACT INFORMATION FORM
Project: 965
PG 2 OF 2
Letting Date: MARCH 28, 2019
NO MBE1WBE SUBCONTRACTORS: If you are NOT using any MBE/WBE subcontractors to complete this project, sign below. Attach a brief
explanation as to why subcontracting was not feasible with this project. If any 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 MBE/WBE Business
Enterprise contacts made prior to your bid submission. This information is subject to verifications and confirmation.
If you are unable to identify MBEIWBE firms to perform portions of the work, please contact Rudy Jones, Contract Compliance Officer, for
assistance at (319) 291-4429.
In the event it is determined that the MBE/WBE Business Enterprise goals are not met, then before awarding the contract the City of Waterloo will
make a determination as to whether or not the apparent successful low bidder made good faith efforts to meet the goals.
TABLE OF INFORMATION SHOWING BIDDER'S PRE-BID
MBE/WBE BUSINESS ENTERPRISE CONTACTS
Quotes Received Quotation used in bid
NDBE/WBE
Subcontractors
Dates
Contacted
Yes/No
Dates
Contacted
Yes/No
Dollar Amount Proposed to
be Subcontracted
WATCO CONSTRUCTION
03/12/19
Yes
o3/p/ /
>Fj
y77 8 V 00
(Form CCO-4) Rev. 06-20-02
A/1A=A
SI3RPhone(319)232-6537
Texas Street • P.O. Box 2620 • Waterloo, Iowa 50704 Fax: (319) 232-6539
F.Y. 2019 STREET RECONSTRUCTION PROGRAM
CONTRACT NO. 965
WATERLOO, IOWA
PER HOUR SURVEY RATES
STAFF PROFESSIONAL $135.00/HOUR
PARTY CHIEF $ 110.00/HOUR
TWO -PERSON CREW $145.00/HOUR
THREE-PERSON CREW $165.00/HOUR
Phone (319) 232-6537
3613 Texas Street a P.O. Box 2620 0 Waterloo, Iowa 50704 Fax: (319) 232-6539
March 13, 2019
DANIELS HOME IMPROVEMENT
3358 BRISTOL RD
WATERLOO, IA 50701
RE: F.Y. 2019 STREET RECONSTRUCTION PROGRAM
CONTRACT NO. 965, 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, March 27, 2019. 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,
Milton J. Dakovich
MD/jr
Enc:
Phone (319) 232-6537
3613 Texas Street = P.O. Box 2620 0 Waterloo, Iowa 50704 Fax: (319) 232-6539
SUBCONTRACTOR'S BID REQUEST FORM
DANIELS HOME IMPROVEMENT
3358 BRISTOL RD
WATERLOO, IA 50701
RE: CONTRACT NO. 965, WATERLOO, IOWA
I, DANIELS HOME IMPROVEMENT, hereby attest that I have been solicited for a bid on F.Y. 2019
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 March 27, 2019 at 4:00 PM, CST.
DATE SUBCONTRACTOR'S COMPANY NAME
SUBCONTRACTOR'S SIGNATURE
PRIME BIDDER'S SIGNATURE
* Return the original Subcontractor's
Bid Request Form with the prime
Bidder's total bid.
DC CORPORATION
426 BEECH ST
WATERLOO, IA 50703
Phone (319) 232-6537
3613 Texas Street o P.O. Box 2620 0 Waterloo, Iowa 50704 Fax: (319) 232-6539
March 13, 2019
RE: F.Y. 2019 STREET RECONSTRUCTION PROGRAM
CONTRACT NO. 965, 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, March 27, 2019. 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,
Milton 5. Dakovich
MD/jr
Enc:
DC CORPORATION
426 BEECH ST
WATERLOO, IA 50703
Phone (319) 232-6537
3613 Texas Street 0 P.O. Box 2620 0 Waterloo, Iowa 50704 Fax: (319) 232-6539
SUBCONTRACTOR'S BID REQUEST FORM
RE: CONTRACT NO. 965, WATERLOO, IOWA
I, DC CORPORATION, hereby attest that I have been solicited for a bid on F.Y. 2019 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 March 27, 2019 at 4:00 PM, CST.
DATE SUBCONTRACTOR'S COMPANY NAME
SUBCONTRACTOR'S SIGNATURE
PRIME BIDDER'S SIGNATURE
* Return the original Subcontractor's
Bid Request Form with the prime
Bidder's total bid.
GREER'S WORKS
2003 PLAINVIEW
WATERLOO, IA 50703
Phone (319) 232-6537
3613 Texas Street o P.O. Box 2620 0 Waterloo, Iowa 50704 Fax: (319) 232-6539
March 13, 2019
RE: F.Y. 2019 STREET RECONSTRUCTION PROGRAM
CONTRACT NO. 965, WATERLOO, IOWA
To Whom It May Concern:
We will be acceptingsubcontractor quotes in writing at 3613 Texas Street on the above referenced
project until 4:00 PM, CST, on Wednesday, March 27, 2019. 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 firrrrish 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 wilt not be discriminated against due to race, religion, color, sex or origin.
Equal Opportunity Employer.
Sincerely,
Milton J. Dakovich
MD/jr
Enc:
GREER'S WORKS
2003 PLAINVIEW
WATERLOO, IA 50703
Phone (319) 232-6537
3613 Texas Street P.O. Box 2620 0 Waterloo, Iowa 50704 Fax: (319) 232-6539
SUBCONTRACTOR'S BID REQUEST FORM
RE: CONTRACT NO. 965, WATERLOO, IOWA
I, GREER'S WORKS, hereby attest that I have been solicited for a bid on F.Y.
RECONSTRUCTION PROGRAM in the area of the attached.
Aspro, Inc. has informed me that if I am interested in bidding, a subcontracting
submitted to the company office by March 27, 2019 at 4:00 PM, CST.
2019 STREET
bid proposal must be
DATE SUBCONTRACTOR'S COMPANY NAME
SUBCONTRACTOR'S SIGNATURE
PRIME BIDDER'S SIGNATURE
* Return the original Subcontractor's
Bid Request Form with the prime
Bidder's total bid.
Phone (319) 232-6537
3613 Texas Street o P.O. Box 2620 0 Waterloo, Iowa 50704 Fax: (319) 232-6539
March 13, 2019
OLD GREER'S WORKS
2309 SPRINGVIEW ST
WATERLOO, IA 50707
RE: F.Y. 2019 STREET RECONSTRUCTION PROGRAM
CONTRACT NO. 965, WATERLOO, IOWA
To Whom If May Conce
We will be accepting subcontractor quotes in writing at 3613 Texas Street on the above referenced
project until 4:00 PM, CST, on Wednesday, March 27, 2019. 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,
Milton J. Dakovich
MD/jr
Enc:
OLD GREER'S WORKS
2309 SPRINGVIEW ST
WATERLOO, IA 50707
Phone (319) 232-6537
3613 Texas Street o P.O. Box 2620 0 Waterloo, Iowa 50704 Fax: (319) 232-6539
SUBCONTRACTOR'S BID REQUEST FORM
RE: CONTRACT NO. 965, WATERLOO, IOWA
I, OLD GREER'S WORKS, hereby attest that I have been solicited for a bid on F.Y. 2019 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 March 27, 2019 at 4:00 PM, CST.
DATE SUBCONTRACTOR'S COMPANY NAME
SUBCONTRACTOR'S SIGNATURE
PRIME BIDDER'S SIGNATURE
* Return the original Subcontractor's
Bid Request Form with the prime
Bidder's total bid.
Phone (319) 232-6537
3613 Texas Street ' P.O. Box 2620 0 Waterloo, Iowa 50704 Fax: (319) 232-6539
March 13, 2019
QUICK CONSTRUCTION
217 BATES ST
WATERLOO, IA 50703
RE: F.Y. 2019 STREET RECONSTRUCTION PROGRAM
CONTRACT NO. 965, 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, March 27, 2019. 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,
Milton J. Dakovich
MD/jr
Enc:
Phone (319) 232-6537
3613 Texas Street o P.O. Box 2620 o Waterloo, Iowa 50704 Fax: (319) 232-6539
SUBCONTRACTOR'S BID REQUEST FORM
QUICK CONSTRUCTION
217 BATES ST
WATERLOO, IA 50703
RE: CONTRACT NO. 965, WATERLOO, IOWA
I, QUICK CONSTRUCTION, hereby attest that I have been solicited for a bid on F.Y. 2019 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 March 27, 2019 at 4:00 PM, CST.
DATE SUBCONTRACTOR'S COMPANY NAME
SUBCONTRACTOR'S SIGNATURE
PRIME BIDDER'S SIGNATURE
* Return the original Subcontractor's
Bid Request Fonn with the prime
Bidder's total bid.
Phone (319) 232-6537
3613 Texas Street U P.O. Box 2620 0 Waterloo, Iowa 50704 Fax: (319) 232-6539
March 13, 2019
WATCO CONSTRUCTION CO
POBOX 904
WATERLOO, IA 50704
RE: F.Y. 2019 STREET RECONSTRUCTION PROGRAM
CONTRACT NO. 965, WATERLOO, IOWA
To Whoin 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, March 27, 2019. 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 fouu.
All qualified bidders will not be discriminated against due to race, religion, color, sex or origin
Equal Opportunity Employer.
Sincerely,
Milton J. Dakovich
MD/jr
Enc:
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. 965, WATERLOO, IOWA
I, WATCO CONSTRUCTION CO, hereby attest that I have been solicited for a bid on F.Y. 2019
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 March 27, 2019 at 4:00 PM, CST.
DATE SUBCONTRACTOR'S COMPANY NAME
SUBCONTRACTOR'S SIGNATURE
PRIME BIDDER'S SIGNATURE
* Return the original Subcontractor's
Bid Request Fonn with the prime
Bidder's total bid.
F.Y. 2019 STREET RECONSTRUCTION PROGRAM
CONTRACT NO. 965
CITY OF WATERLOO, IOWA
F.Y. 2019 STREET RECONSTRUCTION PROGRAM
CONTRACT NO. 965
BID
ITEM
1
DESCRIPTION
DIVISION 2 - EARTHWORK
UNIT
EST. QTY.
TOPSOIL, 4 INCHES, ON OR OFF SITE
SY
6,599.00
2
SUBGRADE TREATMENT, WOVEN GEOTEXTILE
SY
26,753.00
3
SUBBASE, MODIFIED
TON
21,885.00
4
CLEARING AND GRUBBING
UNITS
54.00
5
TOPSOIL REMOVAL FROM PARKING, EARTHWORK
SY
2,287.30
6
SPECIAL SUBGRADE MATERIAL
CY
100.00
BID
ITEM
DESCRIPTION
DIVISION 4 - SEWERS AND DRAINS - SANITARY
UNIT
EST. QTY.
7
SANITARY SEWER GRAVITY MAIN, TRENCHED, PVC, 18 INCH
LF
32.00
8
SANITARY SEWER GRAVITY MAIN, TRENCHED, TRUSS, 15
INCH
LF
70.00
9
SANITARY SEWER GRAVIITY MAIN, TRENCHED TRUSS, 12
INCH
LF
106.50
10
SANITARY SEWER GRAVITY MAIN, TRENCHED, TRUSS, 10
INCH
LF
635.50
11
SANITARY SEWER GRAVITY MAIN, TRENCHED, TRUSS, 8
INCH
LF
1,307.50
12
SANITARY SEWER SERVICE STUB/RENEW, SDR 23.5, 6 INCH
LF
1,254.00
13
SANITARY SEWER ABANDONMENT, FILL AND PLUG, 8 INCH
LF
386.00
14
SANITARY SEWER ABANDONMENT, FILL AND PLUG, 12 INCH
LF
65.00
15
SANITARY SEWER ABANDONMENT, FILL AND PLUG, 15 INCH
LF
327.00
16
SANITARY SEWER SERVICE, TRACE
EACH
3.00
17
SANITARY SEWER SERVICE, DYE TEST INVESTIGATION
EACH
8.00
18
SANITARY SEWER SERVICE, UNDERGROUND
INVESTIGATION
EACH
3.00
BID
ITEM
DESCRIPTION
DIVISION 6 - STRUCTURES FOR SANITARY SEWERS
UNIT
EST. QTY.
19
MANHOLE, SW -301, 48"
EACH
11.00
20
DROP CONNECTION
EACH
1.00
21
MANHOLE, SW -301, 60"
EACH
1.00
22
REMOVE MANHOLE, SANITARY
EACH
10.00
23
MANHOLE RING AND COVER, FURNISH AND INSTALL
EACH
2.00
BID
ITEM
DESCRIPTION
DIVISION 4 - SEWERS AND DRAINS - STORM
UNIT
EST. QTY.
24
STORM SEWER, TRENCHED, RCP 2000D, 18 INCH
LF
336.50
25
STORM SEWER, TRENCHED, RCP 2000D, 15 INCH
LF
126.70
26
STORM SEWER, TRENCHED, RCP 2000D, 12 INCH
LF
1,143.50
27
REMOVAL OF STORM SEWER, RCP, LESS THAN OR EQUAL
TO 36 INCH
LF
815.00
28
SUBDRAIN, PERFORATED PVC TYPE S, 6 INCH
LF
14,151.00
29
SUBDRAIN, PERFORATED PVC TYPE S, 4 INCH
LF
283.00
30
SUBDRAIN OUTLETS AND CONNECTIONS CMP, 6 INCH
EACH
48.00
31
STORM SEWER SERVICE STUB, SOLID WALL PVC TYPE S1,
4 INCH
LF
770.00
BID
ITEM
DESCRIPTION
DIVISION 6 - STRUCTURES FOR STORM SEWERS
UNIT
EST. QTY.
32
MANHOLE, SW -401, 48"
EACH
15.00
33
MANHOLE, SW -401, 60"
EACH
1.00
34
MANHOLE, SW -402
EACH
3.00
35
MANHOLE, SW -406, SHALLOW RECTANGULAR
EACH
6.00
36
INTAKE, SW -501, SINGLE GRATE
EACH
16.00
37
INTAKE, SW -504, SINGLE GRATE W/FLUSH TOP MANHOLE
EACH
1.00
38
INTAKE, SW -505, DOUBLE GATE
EACH
5.00
39
INTAKE, SW -506 DOUBLE GATE W/MANHOLE
EACH
1.00
40
CONNECTION TO EXISTING INTAKE, DRAIN TILE
EACH
29.00
41
REMOVE MANHOLE OR INTAKE, STORM
EACH
44.00
42
INTAKE, SW -507 REMOVE AND REPLACE SPECIAL SHAPING
AND TOP
EACH
2.00
43
INTAKE, E -1-C, REMOVE AND REPLACE BOXOUT
EACH
14.00
44
INTAKE, MODIFIED E -1-C, REMOVE AND REPLACE BOXOUT
AND TOP
EACH
4.00
45
INTAKE, E -2-C, REMOVE AND REPLACE BOXOUT
EACH
3.00
46
INTAKE, E -3-C, REMOVE AND REPLACE BOXOUT
EACH
3.00
47
FURNISH AND INSTALL SW -603 TYPE R CASTING
EACH
4.00
48
FURNISH AND INSTALL MANHOLE RING AND COVER
EACH
2.00
BID
ITEM
DESCRIPTION
DIVISION 5 - WATER MAINS AND APPURTENANCES
UNIT
EST. QTY.
49
WATER SERVICE PIPE, COPPER, 3/4 INCH
LF
210.00
50
WATER SERVICE CORPORATION, 3/4 INCH
EACH
10.00
51
WATER SERVICE CURB STOP, 3/4 INCH
EACH
10.00
52
WATER SERVICE CURB BOX, 3/4 INCH
EACH
10.00
53
WATER SERVICE PIPE, COPPER, 1 INCH
LF
46.00
54
WATER SERVICE CORPORATION, 1 INCH
EACH
1.00
55
WATER SERVICE CURB STOP, 1 INCH
EACH
1.00
56
WATER SERVICE CURB BOX, 1 INCH
EACH
1.00
57
CONVERT WATER VALVE MANHOLE TO ROADBOX
EACH
5.00
58
WATER SERVICE TAP, 3/4 OR 1 INCH
EACH
1.00
59
WATER SERVICE KILL
EACH
3.00
60
LOWER WATER SERVICE, 3/4" OR 1"
EACH
2.00
61
WATER SERVICE, UNDERGROUND INVESTIGATION
EACH
9.00
62
INSULATE EXISTING COPPER WATER SERVICE
EACH
2.00
BID
ITEM
DESCRIPTION
DIVISION 7 - STREETS AND RELATED WORK PCC PAVEMENT
UNIT
EST. QTY.
63
REMOVE AND REPLACE 6" PCC, C-4
SY
9.00
64
CURB AND GUTTER, 24 IN WIDE, 6 IN THICK, C-4,
MISCELLANEOUS
LF
3.50
BID
ITEM
DESCRIPTION
SIDEWALKS, SHARED USE PATHS AND DRIVEWAYS
UNIT
EST. QTY.
68
REMOVAL OF SIDEWALK AND DRIVEWAY
SY
1,945.00
69
REMOVAL OF SIDEWALK, MISCELLANEOUS
SY
172.70
70
SIDEWALK, PCC C-4, 4 INCH, C-4
ST
248.00
71
SIDEWALK, PCC C-4, 6 INCH PEDESTIAN RAMP, C-4
SY
163.90
72
DETECTABLE WARNING
SF
282.00
73
DRIVEWAY AND SIDEWALK, PAVED, PCC, 6 INCH, C-4
SY
217.50
74
DRIVEWAY AND SIDEWALK, PAVED, PCC, 5 INCH, C-4
SY
1,446.80
75
DRIVEWAY, GRANULAR
TON
33.20
PAVEMENT REHABILITATION
76
PAVEMENT REMOVAL, CONCRETE
SY
21,260.92
77
PAVEMENT REMOVAL, ASPHALT
SY
7,481.60
BID
ITEM
DESCRIPTION
DIVISION 8 - PAVEMENT MARKINGS AND TRAFFIC CONTROL
UNIT
EST. QTY.
PAVEMENT MARKINGS
78
PAINTED PAVEMENT MARKINGS, SOLVENT/WATERBOURNE
STA
2.48
TEMPORARY TRAFFIC CONTROL
79
TEMPORARY TRAFFIC CONTROL
LS
1.00
80
DIRECTIONAL SIGNS, PER DETAILS
EACH
8.00
BID
ITEM
DESCRIPTION
DIVISION 9 - SITE WORK AND LANDSCAPING SEEDING
UNIT
EST. QTY.
81
HYDRAULIC SEEDING, SEEDING, FERTILIZING AND
MULCHING
SY
8,927.00
82
WARRANTY
SY
1,000.00
EROSION AND SEDIMENT CONTROL
83
TEMPORARY RECP, WOOD EXCELSIOR MAT
SY
200.00
84
WATTLE, STRAW, 6 INCH
LF
1,000.00
85
WATTLE, REMOVAL
LF
1,000.00
86
INLET PROTECTION DEVICE, INTERMEDIATE AND DROP IN
EACH
49.00
87
INLET PROTECTION DEVICE, MAINTENANCE
EACH
49.00
CONCRETE STEPS, HANDRAILS AND SAFETY RAIL
88
CONCRETE STEPS, CAST IN PLACE
SF
38.90
BID
ITEM
DESCRIPTION
DIVISION 11 - MISCELLANEOUS
CONSTRUCTION SURVEY
UNIT
EST. QTY.
89
CONSTRUCTION SURVEY
LS
1.00
90
SAW CUT
LF
1,228.40
BID
ITEM
DESCRIPTION
DIVISION 7 - STREETS AND RELATED WORK
ALTERNATE A - HMA
UNIT
EST. QTY.
5A
CURB AND GUTTER, 24 IN WIDE, 6 IN THICK, C-SUD
LS
5,134.60
6A
CURB AND GUTTER, 24 IN WIDE, 7.5 IN THICK, C-SUD
LF
8,893.00
8A
EXCAVATION, CLASS 10
CY
9,008.50
9A
CONCRETE WASHOUT
LS
1.00
10A
COLD WEATHER CONCRETE PROTECTION
SY
2,478.00
11A
LINSEED OIL TREATMENT
SY
1,672.00
Name and Address of Sender
Check type of mail or service:
D Adult Signature Required ❑ AdOit Signature Restricted Delivery
❑ Certified Mail 0 Recorded Delivery (International)
❑ COD 0 Registered
❑ Delivery Confirmation . 0 Return Receiptfor Merchandise
❑ Express Mail 0 Signature Confirmation
0 Insured
Affix Stamp Here
(If issued as a
certificate of mailing
orpiesor of this bl
copies of this bill)
Postmark and
Date of-Receipt
Article Number
Addressee (Name, Street, City, State, &ZIP Cotle'"')
Postage-
Fee
-Handling
Charge
Actuai.Value
if Registered
Insured
Value
Due Sender
if COD
ASR
Fee
ASRD
Fee
DC
Fee
SC
Fee
SH
Fee
RD RR
Fee Fee
1.
7
�/
DC CORPORATION
426 BEECH ST •
WATERLOO IA 50703
.6:5
41
„..-
?•-
2.
/
V
DANIELS HOME IMPROVEMENT
3358 BRISTOL RD
-W-M ERL00, 4--A 50-701
.65
41
3.
V /
WATCO CONSTRUCTION CO
PO BOX 904
WATERLOO, IA 50704
65
.41
U.S. POSTAGE PAID
• WATERLOO, IA
50701
MARMIOUNT
$2.46
R23039103103-13
4.
1%
QUICK._CONSTRUCTION CO_
217 BATES'ST
.41
�'
f
`'
_
WATERL9_Q� IA 50,703
65
'rte
5.
/
GREER'S WORKS.
.41
��•:,
2003 PLAINVIEW
WATERLOO, IA _50703 . ._
65
6'
OLD GREER'S WORKS
9309.SPRIN.GVTFW ST
.41
to
_WATERL0.0,_._IA_50_7.0.7__ _
.65
7-
8.
cm
Total Listed en of Pieces
Listed by Sender
To .
R=.:
ivetl =t P>� Office
iv .er of cs
' . ; � ster,
4i
Per ( f�-�ing employee)
/ /
P5 Form 3877, June'Prf1 (Page 1 of 2)
Cops Tete by Typewriter, 1
or Ball Point Pen
See Privacy Act Statement on Reverse
•
.4k/\--i--3F1 s
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. 965, WATERLOO, IOWA
I, WATCO CONSTRUCTION CO, hereby attest that I have been solicited for a bid on F.Y. 2019
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 March 27, 2019 at 4:00 PM, CST.
Ter) LJ .
DATE SUBCONTRACTOR S COMPANY NAME
SUBCONTRACTOR SIGNATURE
PR
* Return the original Subcontractor's
Bid Request Form with the prime
Bidder's total bid.
R'S SIGNAT RE
A ePs o
Phone (319) 232-6537
3613 Texas Street o P.O. Box 2620 ® Waterloo, Iowa 50704 Fax: (319) 232-6539
SUBCONTRACTOR'S BID REQUEST FORM
QUICK CONSTRUCTION
217 BATES ST
WATERLOO, IA 50703
RE: CONTRACT NO. 965, WATERLOO, IOWA
I, QUICK CONSTRUCTION, hereby attest that I have been solicited for a bid on F.Y. 2019 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 March 27, 2019 at 4:00 PM, CST.
3 - f e -i7 e0A/3-
DATE SUB • •NTRACTOR' S COMPANY NAME
BON• CTOR'S SIGNATU
PRBIDDER'S SIGNA URE
* Return the original Subcontractor's
Bid Request Form with the prime
Bidder's total bid.
Pe/‘kiT
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. 965, WATERLOO, IOWA
I, DANIELS HOME IMPROVEMENT, hereby attest that I have been solicited for a bid on F.Y. 2019
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 March 27, 2019 at 4:00 PM, CST.
06,,Le 44cyne
DATE SUBCONTRACTOR'S CO ANY NAME
SUBCONTRACTOR'S SIGNATURE
/ / 1
PRIME Belt --'S SI TU
* Return the original Subcontractor's
Bid Request Form with the prime
Bidder's total bid.
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 ($ ---5%--- ) lawful money of the United States, for the payment
of which sum will and truly be made, we bind ourselves, our heirs, executors, administrators, and
successors, jointly and severally, firmly by these presents. The condition of this obligation is such that
whereas the Principal has submitted the accompanying bid dated the 28th day of March
, 2019 , for FY 2019 Street Reconstruction Program, Waterloo. IA - Contract No 965
NOW, THEREFORE,
(a) If said Bid shall be rejected, or in the altemate,
(b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the form specified
and shall fumish a bond for his faithful performance of said contract, and for the payment of all persons
performing labor or furnishing materials in connection therewith, and shall in all other respects perform the
agreement created by the acceptance of said Bid,
Then this obligation shall be void, otherwise the same shall remain in force and effect; it being expressly
understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event,
exceed the penal amount of this obligation as herein stated.
By virtue of statutory authority, the full amount of this bid bond shall be forfeited to the Owner in liquidation of
damages sustained in the event that the Principal fails to execute the contract and provide the bond as
provided in the specifications or by law.
The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond
shall be in no way impaired or affected by any extension of the time within which the Owner may accept
such Bid or execute such contract; and said Surety does hereby waive notice of any such extension.
IN WITNESS WHEREOF, the Principal and the Surety, have hereunto set their hands and seal:, 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 13th day of March , A.D. 2019
North Am
By
Aspro, Inc.
Principal
BY
Specialty In
ty
Attorn
(Seal)
A/e4esr/Lc/v)—
ce Compartteal)
Dione R. Young
(title)
SWISS RE CORPORATE SOLUTIONS
NORTH AMERICAN SPECIALTY INSURANCE COMPANY
WASHINGTON INTERNATIONAL INSURANCE COMPANY
WESTPORT INSURANCE CORPORATION
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 Overland Park, Kansas 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 Overland
Park, Kansas, and Westport Insurance Corporation, organized under the laws of the State of Missouri, and having its principal office in the City of
Overland Park, Kansas each does hereby make, constitute and appoint:
JAY D. FREIERMUTH, CRAIG E. HANSEN, BRIAN M. DEIMERLY, SHIRLEY S. BARTENHAGEN, CINDY BENNETT, ANNE CROWNER,
TIM McCULLOH„ STACY VENN, DIONE R. YOUNG, and WENDY ANN CASEY 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: ONE HUNDRED TWENTY FIVE MILLION ($125,000,000.00) 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 North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held
on March 24, 2000 and Westport Insurance Corporation by written consent of its Executive Committee dated July 18, 2011.
"RESOLVED, that any two of the President, 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."
\\`
UttmnuuruannN
408' t1ONgt
14!e:G• pFPoR9j.s6.13.,r
s
12; SEAL
_ of c�ri
3 F t
�rputam>para
en €
By (/r
Steven P. Anderson, Senior Vice President of Washington International Insurance Company
& Senior Vice President of North American Specialty Insurance Company
& Senior Vice President of Westport Insurance Corporation
By
Mike A. rlo, Senior Vice President of Washington International Insurance Company
& Senior Vice President of North American Specialty Insurance Company
& Senior Vice President of Westport Insurance Corporation
IN WITNESS WHEREOF, North American Specialty Insurance Company, Washington International Insurance Company and Westport
Insurance Corporation have caused their official seals to be hereunto affixed, and these presents to be signed by their authorized officers this
this 3rd day of November , 20 17 .
State of Illinois
County of Cook
On this 3rd day of
North American Specialty Insurance Company
Washington International Insurance Company
Westport Insurance Corporation
ss:
November , 20 17, 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 Senior Vice President of
Westport Insurance Corporation and Michael A. Ito Senior Vice President of Washington International Insurance Company and Senior Vice President
of North American Specialty Insurance Company and Senior Vice President of Westport Insurance Corporation, 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 Palk - State of nlinois
My Commission rapi,rs
12/0412021
V I
M. Kenny, Notary Public
I, Jeffrey Goldberg , the duly elected Vice President and Assistant Secretary of North American Specialty Insurance Company, Washington
International Insurance Company and Westport Insurance Corporation 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, Washington International Insurance Company and Westport Insurance
Corporation which is still in full force and effect.
IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Companies this 13th day of March , 2019 .
Jeffrey Goldberg, Vice President & Assistant Secretary of Washington International Insurance Company &
North American Specialty Insurance Company & Vice President & Assistant Secretary of Westport Insurance Corporation