Loading...
HomeMy WebLinkAboutAspro, Inc.ASPRO, INC P.O. BOX 2620 WATERLOO, IA 50704 PROPOSAL FOR: FY 2020 STREET RECONSTRUCTION PROGRAM CONTRACT NO. 993 DUE DATE: MARCH 19, 2020 1:00 P.M. CITY CLERK CITY HALL WATERLOO, IOWA FORM OF BID OR PROPOSAL F.Y. 2020 STREET RECONSTRUCTION PROGRAM CONTRACT NO. 993 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 2020 STREET RECONSTRUCTION PROGRAM, Contract No 993, all in accordance with the above -listed documents and for the unit prices for work in place for the following items and quantities: BID ITEM sUDAs SPECIFICATION • "SEE SUPPI EIIIIENTA. SP = SFCL PROV FY 2020 STREET RECONSTRUCTION PROGRAM CONTRACT NO. 993 DIVISION I„ DESCRIPTI UNIT EST'QTY UNIT BID PRICE TOTAL' BID PR CE 1 DIVISION 2 - EARTHWORK 2 3 4 5 2010-108-A 2010-108-D * 2010-108-H * 2010-108-1 * SP#2 CLEARING AND GRUBBING TOPSOIL, 4 INCHES, ON OR OFF SITE SUBGRADE TREATMENT, WOVEN GEOTEXTILE OR GEOGRID SUBBASE MODIFIED CLASS 10 SPECIAL SUBGRADE MATERIAL SUBTOTAL BASE BIQ EARTHWORK, UNITS SY SY TON CY 200.0 7,112.0 21,345.0 17,944.0 450.0 6 7 4010-108-A-1 * 4010-108-A-1 * DIVISION 4 - SEWERS AND DRAINS - SANITARY SANITARY SEWER GRAVITY MAIN, TRENCHED, TRUSS, 12 INCH SANITARY SEWER GRAVITY MAIN, TRENCHED, TRUSS, 10 INCH LF LF 161.0 1,071.0 FORM OF BID CONRACT NO. 993 Page 1 of 7 SPECIFICATION SUDAS *SEE '. BID SUPPLEMENTAL DIVISION I - DESCRIPTION UNIT BID TOTAL BID ITEM SP = SPCL PROV (CONTINUED) UNIT EST QTY PRICE ' PRICE DIVISION SANITARY 4 - SEWERS (CONTINUED) AND DRAINS - SANITARY SEWER GRAVITY MAIN, TRENCHED, 8 4010 108 A 1 TRUSS, 8 INCH LF 1,228.0 $ $ SANITARY SEWER SERVICE STUB/RENEW, 9 4010 108E 0 SDR 23 5, 6 INCH LF 1,755.0 $ $ SANITARY SEWER ABANDONMENT, FILL AND 10 4010 108 L 2 PLUG, 10 INCH LF 377.0 $ $ SANITARY SEWER ABANDONMENT, FILL AND 11 4010 108 L 2 PLUG, 8 INCH LF 120.0 $ $ 12 SP # 6 SANITARY SEWER SERVICE, TRACE EACH 3.0 $ $ SANITARY SEWER SERVICE, DYE TEST 13 SP # 5 INVESTIGATION EACH 10.0 $ $ SANITARY SEWER SERVICE, UNDERGROUND 14 SP # 4 INVESTIGATION EACH 6.0 $ $ DIVISION SEWERS 6 - STRUCTURES FOR SANITARY 15 6010-108-A-0 MANHOLE, SW-301, 48" EACH 16.0 $ $ 16 6010-108-H-0 * REMOVE MANHOLE, SANITARY EACH 7.0 $ $ 17 SP #16 REMOVE BASE SECTION MANHOLE, TOP SECTIONS AND FILL EACH 2.0 $ $ 18 SP # 14 FURNISH CASTING AND INSTALL SW-602 TYPE A EACH 3.0 $ $ SUBTOTAL BASE BID SANITARY SEWER $' DIVISION 4 - SEWERS AND DRAINS - STORM 19 4020 108 A-1 STORM INCH SEWER, TRENCHED, RCP 2000D, 33 LF 6.0 $ $ STORM SEWER, TRENCHED, RCP 2000D, 18 20 4020 108-A 1 INCH LF 878.0 $ $ STORM SEWER, TRENCHED, RCP 2000D, 15 21 4020 108 A 1 INCH LF 855.0 $ $ STORM SEWER, TRENCHED, RCP 2000D, 12 22 4020 108 A 1 INCH LF 562.0 $ $ STORM SEWER, TRENCHED, HDPE TYPE SP, 23 4020 108 A-1 12 INCH LF 880.0 $ $ 24 4020 108 D-0 REMOVAL THAN OR EQUAL OF STORM TO 36 SEWER, INCH RCP, LESS LF 802.0 $ $ 25 4040-108-A-0 SUBDRAIN, TYPE SP, 6 INCH LF 11,961.0 $ $ 26 4040-108-A-0 SUBDRAIN, TYPE SP, 4 INCH LF 150.0 $ $ 27 4040-108-D-0 SUBDRAIN OUTLETS, CMP, 6 INCH EACH 58.0 $ $ STORM SEWER SERVICE STUB, TYPE S, 4 28 4040 108E 0 INCH LF 746.0 $ $ DIVISION SEWERS 6 - STRUCTURES FOR STORM 29 6010-108-A-0 MANHOLE, SW-401, 48" EACH 9.0 $ $ 30 6010-108-A-0 MANHOLE, SW-401, 60" EACH 1.0 $ $ 31 6010-108-A-0 MANHOLE, SW-402 EACH 1.0 $ $ 32 6010-108-B-0 INTAKE, SW-501, SINGLE GRATE EACH 18.0 $ $ INTAKE, SW-504, SINGLE GRATE W/ FLUSH 33 6010 108 B 0 TOP MANHOLE EACH 5.0 $ $ 34 6010-108-B-0 INTAKE, SW-505, DOUBLE GRATE EACH 3.0 $ $ 35 6010-108-B-0 INTAKE, SW-506, DOUBLE GRATE W/ MANHOLE EACH 1.0 $ $ 36 6010-108-B-0 CONNECTION TO EXISTING STRUCTURE, PIPE EACH 1.0 $ $ FORM OF BID CONRACT NO. 993 Page 2 of 7 BID SPECIFICATION SUPPLEMENTAL SUDAS *SEE DIVISION 1- DESCRIPTION UNIT BID TOTAL BID ITEM SP = SPCL`PROV . .(CONTINUED) UNIT . EST QTY PRICE PRICE DIVISION SEWERS 6 - STRUCTURES (CONTINUED) FOR STORM 37 6010-108-G-0 CONNECTION TILE TO EXISTING INTAKE, DRAIN EACH 11.0 $ $ 38 6010-108-H-0 * REMOVE MANHOLE OR INTAKE, STORM EACH 17.0 $ $ 39 SP#15 INTAKE SPECIAL SW-507, SHAPING REMOVE AND TOP AND REPLACE EACH 1.0 $ $ 40 SP#15 INTAKE BOXOUT E-1-C/SW-501 REMOVE AND REPLACE EACH 5.0 $ $ 41 SP#15 INTAKE, BOXOUT E-2-C/SW-505, REMOVE AND REPLACE EACH 3.0 $ $ 42 SP # 14 FURNISH CASTING AND INSTALL SW-602 TYPE E EACH 1.0 $ $ 43 SP # 14 FURNISH CASTING AND INSTALL SW-603 TYPE R EACH 3.0 $ $ SUBTOTAL BASE BID STORM SEWER $ DIVISION APPURTENANCES 5 - WATER MAINS AND 44 5010-108-E-1 WATER SERVICE PIPE, COPPER, 3/4 INCH LF 399.5 $ $ 45 5010-108-E-2 WATER SERVICE CORPORATION, 3/4 INCH EACH 17.0 $ $ 46 5010-108-E-3 * WATER SERVICE CURB STOP, 3/4 INCH EACH 17.0 $ $ 47 5010-108-E-3 * WATER SERVICE CURB BOX 3/4 INCH EACH 17.0 $ $ CONVERT WATER VALVE MANHOLE TO 48 SP # 12 ROADBOX EACH 4.0 $ $ 49 SP # 8 WATER SERVICE TAP, 3/4 OR 1 INCH EACH 4.0 $ $ 50 SP # 10 WATER SERVICE KILL EACH 2.0 $ $ 51 SP # 11 LOWER WATER SERVICE, 3/4" OR 1" EACH 2 0 $ $ WATER SERVICE, UNDERGROUND 52 SP # 13 INVESTIGATION EACH 2.0 $ $ 53 SP # 9 INSULATE EXISTING COPPER WATER SERVICE EACH 2.0 $ $ SUBTOTAL BASE BID WATER APPURTENANCES ; $ DIVISION 7 - STREETS AND RELATED WORK PCC PAVEMENT 54 7040-108-A-0 REMOVE AND REPLACE 2" HMA/6' PCC, C-4 SY 27.0 $ $ 55 7040-108-A-0 REMOVE AND REPLACE 6' PCC, M-4 SY 101.0 $ $ SIDEWALKS DRIVEWAYS SHARED USE PATHS AND 56 7030-108-A-0 REMOVAL OF SIDEWALK AND DRIVEWAY SY 2,700.0 $ $ 57 7030-108-A-0 REMOVAL OF SIDEWALK, MISCELLANEOUS SY 101.0 $ $ 58 7030-108-E-0 SIDEWALK, PCC C-4, 4 INCH, C-4 SY 489.0 $ $ 59 7030 108E 0 SIDEWALK, RAMP, C-4 PCC C-4, 6 INCH PEDESTIAN SY 191.0 $ $ 60 7030 108 E-0 SIDEWALK, EDGE PCC C-4, CLASS A THICKENED LF 11.0 $ $ 61 7030-108-G-0 DETECTABLE WARNING SF 272 0 $ $ DRIVEWAY AND SIDEWALK, 62 7030 108 H 1 INCH, C-4 PAVED, PCC, 6 SY 501.0 $ $ 63 7030 108 H 1 DRIVEWAY INCH, C-4 AND SIDEWALK, PAVED, PCC, 5 SY 1,588.0 $ $ PAVEMENT REHABILITATION 64 7040 108-H-0 * PAVEMENT REMOVAL, CONCRETE SY 20,425.6 $ $ 65 7040-108-H-0 * PAVEMENT REMOVAL, ASPHALT SY 2,665.0 $ $ SUBTOTAL STREETS AND RELATED WORK $ FORM OF BID CONRACT NO. 993 Page 3 of 7 DIVISION 8 - TRAFFIC CONTROL TEMPORARY TRAFFIC CONTROL 66 8030-108-A-0 TEMPORARY TRAFFIC CONTROL LS 1.0 $ $ 67 8030-2 02 DIRECTIONAL SIGNS, PER DETAILS EACH 8.0 $ $ SUBTOTAL TRAFFIC CONTROL DIVISION 9 - SITE WORK AND LANDSCAPING SEEDING 68 HYDRAULIC SEEDING, SEEDING, FERTILIZING 9010 108 B 0 AND MULCHING SY 9,796.0 $ $ 69 9010-108-E-0 * WARRANTY SY 2,765.0 $ $ EROSION AND SEDIMENT CONTROL TEMPORARY RECP WOOD EXCELSIOR MAT, 70 9040 108E 0 TYPE 2B SY 805.0 $ $ 71 9040 108-F-1 WATTLE, STRAW, 6 INCH LF 300.0 $ $ 72 9040-108-F-2 WATTLE, REMOVAL LF 300.0 $ $ EROSION CONTROL MULCHING, 73 9040 108 Q 2 HYDROMULCHING SY 6,076.0 $ $ 74 9040 108-T 1 INLET AND DROP PROTECTION IN DEVICE; INTERMEDIATE EACH 38.0 $ $. 75 9040-108-T-2 * INLET PROTECTION DEVICE, MAINTENANCE EACH 38.0 $ $ SUBTOTAL SITE WORK AND LANDSCAPING $ DIVISION 11 MISCELLANEOUS CONSTRUCTION SURVEY 76 11010-108-A CONSTRUCTION SURVEY LS 1.0 $ $ 77 7040 3.02-A SAW CUT LF 1,222.0 $ $ SUBTOTAL MISCELLANEOUS TOTAL DIVISION I EASE BID $ BID SPECIFICATION SUPPLEMENTAL SUDAS * SEE DIVISION 1-ALTERNATE ITEM SP = SPCL PROV DESCRIPTION A UNIT . EST QTY UNIT PRICE BID TOTAL BID DIVISION 7 - STREETS AND RELATED WORK .PRICE ALTERNATE A - HMA PAVEMENT HMA 1.5", STANDARD TRAFFIC(ST) 1A 7020-108-B-0 * SURFACE, FRICTION REQD 1/2' MIX, PG 58-28S, 75% CR. NO SY 20,213 0 $ $ PAVEMENT, HMA, 1 5", STANDARD 2A 7020-108-B-0 * TRAFFIC(ST) INTERMEDIATE, 1/2' MIX, PG 58- 28S, 60% CR. SY 14,513.0 $ $ 3A * PAVEMENT, HMA, 3", STANDARD TRAFFIC(ST) 7020-108-B-0 INTERMEDIATE, 1/2" MIX, PG 58-28S, 60% CR. SY 5,700.0 $ $ PAVEMENT, HMA, 3", STANDARD TRAFFIC(ST) 4A 7020 108 B 0 BASE 3/4' MIX, PG 60% 58-28S, CR. SY 20,213.0 $ $ CURB AND GUTTER, 24 IN WIDE, 6 IN THICK, C- 5A 7010 108-E 0 SUD LF 10,206 0 $ $ CURB AND GUTTER, 24 IN WIDE, 7 5 IN THICK, 6A 7010 108E 0 C-SUD LF 2,637.0 $ $ 7A 7020-108-1-0 HMA PAVEMENT SAMPLES AND TESTING LS 1.0 $ $ 8A 2010-108-E-0 * EXCAVATION, CLASS 10 CY 9,002.0 $ $ 9A 11,050-108-A-0 CONCRETE WASHOUT LS 1.0 $ $ 10A 7010-3.04 COLD WEATHER CONCRETE PROTECTION SY 380.0 $ $ 11A 7010,3 02, J * LINSEED OIL TREATMENT SY 380.0 $ $ SUBTOTAL ALTERNATE A $ FORM OF BID CONRACT NO. 993 Page4of7 ITEM BID SPECIFICATION SUPPLEMENTAL SP =SPCL'PROV SUDAS *SEE DIVISION DESCRIPTION I=ALTERNATE B UNIT EST;QTY. UNIT PRICE BID TOTAL PRICE BID ALTERNATE B - PCC 1B 7010-108-A-0 PAVEMENT, PCC, 6 INCH, C-SUD SY 16,779.0 $ NO BID $ N/A 2B 7010-108-A-0 PAVEMENT, PCC, 8 INCH, C-SUD SY 6,286.0 $ NO BID $ N/A 3B 7010-108-1-0 PCC PAVEMENT SAMPLES AND TESTING LS 1.0 $ NO BID $ N/A 4B 2010-108-E-0 * EXCAVATION, CLASS 10 CY 9,061.0 $ NO BID $ N/A 5B 11,050-108-A-0 CONCRETE WASHOUT LS 1.0 $ NO BID $ N/A 6B 7010-3.04 COLD WEATHER CONCRETE PROTECTION SY 2,210 0 $ NO BID $ N/A 7B 7010,3.02, J * LINSEED OIL TREATMENT SY 2,210 0 $ NO BID $ N/A SUBTOTAL ALTERNATES $ NO BID- TOTAL BASE BID DIVISION I + ALTERNATE A $ TOTAL BASE BID I + DIVISION ALTERNATE B $ NO BID SODAS BID SPECIFICATION SUPPLEMENTAL *SEE DIVISION II - MAXINE STREET WATER MAIN UNIT BID TOTAL BID ITEM SP = SPCL PROV DESCRIPTION EST UNIT QTY PRICE PRICE EARTHWORK, MISCELLANEOUS EROSION CONTROL AND 001 SEE DIVISON II LS PLANS AND SPECS MOBILIZATION 1.0 $ $ 002 SEE PLANS DIVISON AND II SEED, FERTILIZE AND MULCH (IDOT URBAN ACRES SPECS MIX) BY HYDROSEEDING 1.0 $ $ 003 SEE DIVISON II LF PLANS AND SPECS SILT FENCE (EROSION CONTROL FENCING) 100.0 $ $ SEE DIVISON II 9' DIA. . STRAW FILLED WATTLES FOR INLET LF PLANS AND SPECS PROTECTION 40.0 $ $ 005 SEE PLANS DIVISON AND SPECS II TRAFFIC CONTROL LS 1.0 $ $ 006 SEE PLANS DIVISON AND II LS SPECS MAINTENANCE BOND, 2-YEAR 1.0 $ $ WATER CONSTRUCTION 401 SEE DIVISON II WATER MAIN 6" DIA, C52 DIP., BY TRENCHED LF PLANS AND SPECS EXCAVATION 726.0 $ $ SEE DIVISON II TAPPING VALVE AND SLEEVE, 6" DIA. X 6" DIA., 402 PLANS AND EACH SPECS COMPLETE 2 0 $ $ 403 SEE DIVISON II TEE, 6' DIA. X 6" DIA., D.I.P., COMPLETE WITH EACH PLANS AND SPECS THRUST RESTRAINT 3.0 $ $ 404 SEE DIVISON II BEND 11.25 DEGREES 6" DIA. X 6" DIA., D.I.P., EACH PLANS AND SPECS COMPLETE WITH THRUST RESTRAINT 1.0 $ $ 405 SEE DIVISON II BEND 22.5 DEGREES, 6" DIA X 6' DIA., D.I.P., EACH PLANS AND SPECS COMPLETE WITH THRUST RESTRAINT 2.0 $ $ 406 SEE DIVISON II ENDCAP 6" DIA X 6" DIA. DIP., COMPLETE EACH PLANS AND SPECS WITH THRUST RESTRAINT 1.0 $ $ 407 SEE PLANS DIVISON AND SPECS II NEW BURY, FIRE COMPLETE HYDRANT ASSEMBLY, M.J., 6.5' EACH 1.0 $ $ 408 SEE DIVISON II EACH PLANS AND SPECS TIE-IN TO EXISTING WATER MAIN 3.0 $ $ FORM OF BID CONRACT NO. 993 Page 5 of 7 ITEM BID SUDAS SPECIFICATION *SEE SUPPLEIlIIEN T AL DIVISION Ile DESCRIPTION UNIT 11D TOTAL BID (CONTINUED) SP o SPCL PROV UNIT EST O T Y PRICE PRICE 409 SEE DIVISON II GATE VALVE, 6" DIA., M.J., WITH VALVE BOX EACH PLANS 4.0 $ $ AND SPECS AND MECHANICAL THRUST RESTRAINT 410 SEE DIVISON II WATER SERVICE, COPPER, 3/4" DIA. BY OPEN- LF 247.0 $ . $ PLANS AND SPECS CUT EXCAVATION 411 LF 28.0 $ S SEE DIVISON II WATER SERVICE, COPPER, 1" DIA. BY OPEN- PLANS CUT EXCAVATION AND SPECS 412 SEE DIVISON II WATER SERVICE CONNECTION, 3/4" DIA., EACH PLANS 10.0 $ $ AND SPECS COMPLETE 413 WATER SEE DIVISON II SERVICE CONNECTION, 1" DIA., EACH 1.0 $ $ PLANS AND SPECS COMPLETE 414 LF SEE DIVISON II PLANS 427.0 $ $ AND SPECS REMOVE EXISTING 6" DIA. WATER MAIN 41 SEE DIVISON I EACH PLANS AND SPECS 6.0 $ $ 6" NITRILE GASKET PAVING CONSTRUCTION 501 SY 50.0 $ $ SEE DIVISON II REMOVE AND REPLACE H.M.A PAVEMENT AND PLANS AND SPECS SUBBASE - TOTAL ► UVUSIIO-N 1111 Ii3A 1-1 f = TOTAL IIVIISI(: N 11 BASE Bir .+ AL"MNATt A $ OTAL Dens iONI I BASE R D la All T E B $ NO B I D .TFRNJ 1ttALDiVHSW* I BASF B L-) cua All T IL- G- R\ T r A+ D II VV I II O E93* go , ere it AL 1 + B- + T DIVISION BASE B D A. RNATE DIMS'. 0 V9 1111 NO BID aTF 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 VVaterloo, Iowa, to reject any or all bids. If written notice of the acceptance of this bid is mailed, telegraphed, or delivered to the undersigned within thirty (30) days after the opening thereof, or at any time thereafter before this bid is withdrawn, the undersigned agrees to execute and deliver an agreement in the prescribed form and furnish the required bond and certificate of the insurance within ten (10) days after the agreement is presented to him for signature, and start work within ten (10) days after "Notice to Proceed" is issued. 4. Security in the sum of 5% OF BID AMOUNT Dollars (S 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. FORM OF RID CONRACT NO 993 Page 6 of 7 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 MP or Update and an F©C, within ton (10) days Of notification that the bid submitted is lowest and acceptable. 9. The bidder has received the following Addendum or Addenda: Addendum No. - v , Date 10. The bidder shall list the MBENVBE subcontractor(s), amount of subcontracts and bid items on the City of Waterloo Minority and/or Wornen 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 RI=QUEST AND APPROVAL" Form to be provided by City prior to approval of contract. The subcontractors listed on this proposal and/or submitted to th 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 tho 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. MARCH 19, 2020 Contract Compliance Officer (Name f Bidd r) (Date) • 6Y. Title PRESIDENT Official A'adress: (Including Zip Code): 3613 TEXAS ST.; PO BOX 2620 WATERLOO, IA 50704 I.R.S. No. 42-1011512 FORM OF BID CONRACT NO 993 Page 7of7 FORM OF BID OR PROPOSAL F.Y. 2020 STREET RECONSTRUCTION PROGRAM CONTRACT NO. 993 CITY OF WATERLOO, IOWA F.Y. 2020 STREET RECONSTRUCTION PROGRAM CONTRACT NO. 993 BID DIVISION I - UNIT EST. UNIT BID TOTAL BID ITEM DESCRIPTION QTY. PRICE PRICE DIVISION 2 - EARTHWORK UNITS 200.00 $80.00 $16,000.00 1 CLEARING AND GRUBBING SY 7112.00 $10.30 $73,253.60 2 TOPSOIL, 4', ON OR OFF SITE SY 21345.00 $4.50 $96,052.50 3 SUBGRDE TREAT, WOVEN GEO TON 17944.00 $26.25 $471,030.00 4 SUBBASE, MODIFIED CY 450.00 $50.00 $22,500.00 5 CI. 10 SPEC SUBGRADE MATL SUBTOTAL BASE BID EARTHWORK $678,836.10 DIVISION 4 - SEWERS AND DRAINS - SANITARY 161.00 $140.00 $22,540.00 LF 6 SAN SEWER, TRUSS, 12" 1071.00 $90.00 $96,390.00 LF 7 SAN SEWER, TRUSS, 10" 1228.00 $88.90 $109,169 20 LF 8 SAN, SEWER, TRUSS, 8" 1755.00 $73.00 $128,115.00 LF 9 SAN SEWER SERVICE, 6" 377.00 $25.00 $9,425.00 LF 10 SAN SEWER, ABAN/PLUG, 10" 120.00 $28.00 $3,360.00 LF 11 SAN SEWER, ABAN/PLUG, 8" 3.00 $400.00 $1,200.00 EACH 12 SAN SEWER SERVICE TRACE 10.00 $150.00 $1,500.00 13 SAN SEWER SERV. DYE TEST EACH 6.00 $1,000.00 $6,000.00 EACH 14 SAN SEWER SERV. INVESTIGATE DIVISION 6 - STRUCTURES FOR SANITARY SEWERS 16.00 $5,500.00 $88,000.00 EACH 15 MANHOLE, SW-301, 48" 7.00 $800.00 $5,600.00 16 REM MANHOLE, SANITARY EACH 2.00 $3,500.00 $7,000.00 EACH 17 REM MANHOLE, TOP SECTIONS 3.00 $1,000.00 $3,000.00 EACH 18 FURN/INSTALL SW-602 CASTING $481,299.20 SUBTOTAL BASE BID SANITARY SEWER DIVISION 4 - SEWERS AND DRAINS - STORM 19 6.00 $175.00 $1,050.00 LF STORM SEWER, RCP, 2000D, 33" 20 878.00 $65.00 $57,070.00 LF STORM SEWER, RCP, 2000D, 18" 21 855.00 $60.00 $51,300.00 LF STORM SEWER, RCP, 2000D, 15" 22 562 00 $55.00 $30,910.00 LF STORM SEWER, RCP, 2000D, 12" 23 880.00 $55.00 $48,400.00 LF ST. SEWER, HDPE, TYPE SP, 12" 802.00 $18.00 $14,436.00 LF 24 REM. OF STORM SEWER <= 36" 11961.00 $12.00 $143,532.00 LF 25 SUBDRAIN, TYPE SP, 6" 150.00 $15.00 $2,250.00 LF 26 SUBDRAIN, TYPE SP, 4" 58.00 $350.00 $20,300.00 27 SUBDRAIN OUTLETS, CMP, 6" EACH 746.00 $12.00 $8,952.00 LF 28 ST SEWER SER STUB TYPE S 4" DIVISION 6 - STRUCTURES FOR STORM SEWERS 9.00 $4,600.00 $41,400.00 29 MANHOLE, SW-401, 48" EACH 1.00 $6,700.00 $6,700.00 30 MANHOLE, SW-401, 60" EACH 1.00 $5,400.00 $5,400.00 31 MANHOLE SW-402 EACH 18.00 $4,900.00 $88,200.00 32 INTAKE, SW-501, SINGLE GRATE EACH 5.00 $7,700.00 $38,500.00 33 INTAKE, SW-504, S GRATE W/MH EACH 3.00 $6,000.00 $18,000.00 34 INTAKE SW-505 DOUBLE GRATE EACH 1.00 $8,500.00 $8,500.00 35 INTAKE SW-506 DBL GRATE W/N EACH 1.00 $1,500.00 $1,500.00 36 CON. TO EXISTING STRUCT, PIPI EACH 11.00 $650.00 $7,150.00 37 CON. TO EXISTING INTAKE, DTIL EACH 17.00 $600.00 $10,200.00 38 REM MH OR INTAKE, STORM EACH 1.00 $3,000.00 $3,000.00 39 INTAKE SW-507 R/R SHAPE/TOP EACH 5.00 $1,600.00 $8,000.00 40 INTAKE E-1-C/SW-501 R/R BOXOI EACH 3.00 $2,500.00 $7,500.00 41 INTAKE E-2-C/SW-505 R/R BOXOI EACH 1.00 $1,800.00 $1,800.00 42 FURN/INST. SW-602 E CASTING EACH 3.00 $1,800.00 $5,400.00 43 FURN/INST. SW-603 R CASTING EACH $629,450.00 SUBTOTAL BASE BID STORM SEWER DIVISION 5 - WATER MAINS AND APPURTENANCES 399.50 $65.00 $25,967.50 LF 44 WATER SERV PIPE COPPER 3/4" 17.00 $200.00 $3,400.00 EACH 45 WATER SERV CORP 3/4" 17.00 $125.00 $2,125.00 EACH 46 WATER SERV CURB STOP 3/4" 17.00 $125.00 $2,125.00 EACH 47 WATER SERV CURB BOX 3/4" 4.00 $700.00 $2,800.00 EACH 48 CONVERT WV MH TO ROADBOX 4.00 $500.00 $2,000.00 EACH 49 WATER SERV TAP 3/4' OR 1" 2.00 $500.00 $1,000.00 50 WATER SERVICE KILL EACH 2.00 $1,000.00 $2,000.00 EACH 51 LOWER WATER SERV 3/4" OR 1" 2.00 $1,000.00 $2,000.00 EACH 52 WATER SERV UNDERG INVESTI( 2.00 $500.00 $1,000.00 53 INSULATE COPPER WATER SER EACH $44,417.50 SUBTOTAL BASE BID WATER APPURTENANCES DIVISION 7 - STREETS AND RELATED WORK PCC PAVEMENT SY 27.00 $179.00 $4,833.00 54 REM/REP 2" HMA/6" PCC, C-4 SY 101.00 $125 00 $12,625 00 55 REM/REP 6" PCC, M-4 SIDEWALKS, SHARED USE PATHS AND DRIVEWAYS 56 SY 2700.00 $6.00 $16,200.00 REMOVAL OF S/W AND D/W 57 SY 101.00 $15.00 $1,515.00 REM SIDEWALK, MISC. 58 SY 489.00 $46.75 $22,860.75 SIDEWALK, PCC, C-4, 4" 59 SY 191.00 $49.00 $9,359.00 SIDEWALK PCC C-4 6" PED RAMP 60 11.00 $50.00 $550.00 LF SIDEWALK PCC C-4 THICKENED SF 272.00 $42.00 $11,424.00 61 DETECTABLE WARNING SY 501.00 $49.00 $24,549.00 62 D/W & S/W PCC 6' C-4 SY 1588.00 $48.75 $77,415.00 63 D/W & S/W PCC, 5: C-4 PAVEMENT REHABILITATION $5.75 $117,447.20 64 PAVEMENT REM CONCRETE SY 20425.60 $4.80 $12,792.00 65 PAVEMENT REM ASPHALT SY 2665.00 $311,569.95 SUBTOTAL STREETS AND RELATED WORK DIVISION 8 - TRAFFIC CONTROL CONTROL TEMPORARY TRAFFIC $29,500.00 $29,500.00 66 TEMPORARY TRAFFIC CONTROL' LS 1.00 $125.00 $1,000.00 67 DIRECTIONAL SIGNS, PER DETAI EACH 8.00 SUBTOTAL TRAFFIC CONTROL $30,500.00 DIVISION 9 - SITE WORK AND LANDSCAPING SEEDING 9796.00 $3.45 $33,796.20 68 HYDRAULIC SEED/FERT/MULCH SY 2765.00 $3.25 $8,986.25 69 WARRANTY SY EROSION AND SEDIMENT CONTROL SY 805.00 $5.70 $4,588.50 70 WOOD EXCELSIOR MAT,TYPE 2E 300.00 $7.50 $2,250.00 LF 71 WATTLE, STRAW 6" 300.00 $1.30 $390.00 LF 72 WATTLE, REMOVAL SY 6076.00 $3.25 $19,747.00 73 EROS. CON. MULCHING, HYDRO 38.00 $485.00 $18,430.00 74 INLET PROTECTION DEVICE EACH 38.00 $100.00 $3,800.00 75 INLET PROTECT MAINTENANCE EACH $91,987.95 SUBTOTAL SITE WORK AND LANDSCAPING DIVISION 11 - MISCELLANEOUS CONSTRUCTION SURVEY LS 1.00 $36,000.00 $36,000.00 76 CONSTRUCTIONSURVEY 77 SAWCUT LF 1222.00 $7.50 $9,165.00 SUBTOTAL MISCELLANEOUS $45,165.00 I TOTAL DIVISION I BASE BID $2,313,225.70 TOTAL BID BID DIVISION 1- ALTERNATE A UNIT EST. UNIT BID ITEM DESCRIPTION QTY. PRICE PRICE DIVISION 7 - STREETS AND RELATED WORK ALTERNATE A - HMA 1A SY 20213.00 $10.30 $208,193.90 1.5", HMA ST 1/2" SURF, 75% CR 2A SY 14513.00 $10.00 $145,130.00 CR 1.5", HMA ST 1/2" INT, 60% 3A SY 5700.00 $18.85 $107,445.00 3.0", HMA ST 1/2" INT, 60% CR 4A SY 20213.00 $18.00 $363,834.00 3.0", HMA ST 3/4" BASE, 60% CR 5A 10206.00 $17.25 $176,053.50 LF C&G, 24" WIDE, 6.0" THICK 6A 2637.00 $18.50 $48,784.50 LF C&G, 24" WIDE, 7.5" THICK LS 1.00 $5,000.00 $5,000.00 7A PAVEMENT SAMPLES/TESTING CLASS 10 CY 9002.00 $13.00 $117,026.00 8A EXCAVATION, 1.00 $1,500.00 $1,500.00 9A CONCRETE WASHOUT LS $7.00 $2,660.00 10A COLD WEATHER CONC. PRO SY 380.00 $7.50 $2,850.00 11A LINSEED OIL TREATMENT SY 380.00 A $1,178,476.90 SUBTOTAL ALTERNATE I + ALTERNATE A $3,491,702.60 TOTAL BASE BID DIVISION EST. UNIT BID TOTAL BID BID DIVISION II MAXINE STREET UNIT - ITEM WATER MAIN - DESCRIPTION QTY. PRICE PRICE EARTHWORK, EROSION CONTROL AND MISCELLANEOUS MOBILIZATION LS 1.00 $4,500.00 $4,500.00 001 $15,000.00 002 S/F/M IDOT URBAN HYDROSEEDACREE 1.00 $15,000.00 $1,000.00 CONT FENCE) LF 100.00 $10.00 003 SILT FENCE (ERO 40.00 $10.00 $400.00 004 9' DIA. STRAW FILLED WATTLES LF LS 1.00 $5,000.00 $5,000.00 005 TRAFFIC CONTROL 1.00 $750.00 $750.00 006 MAINTENANCE BOND, 2-YEAR LS WATER CONSTRUCTION LF 726.00 $67.95 $49,331.70 401 WATER MAIN 6' DIA., C52 D.I.P. $8,000.00 VALVE & SLEEVE 6' X6" EACH 2.00 $4,000.00 402 TAPPING $2,100.00 DIA, D.I.P. COMPLETE EACH 3.00 $700.00 403 TEE 6'X6" $700.00 404 BEND 11.25 DEGREES, 6"X6' DIA EACH 1.00 $700.00 $1,400.00 6'X6' DIA. EACH 2.00 $700.00 405 BEND 22.5 DEGREES, $1,000.00 DIA., D.I.P. EACH 1.00 $1,000.00 406 ENDCAP, 6'X6" $6,000.00 M.J. EACH 1.00 $6,000.00 407 NEW FIRE HYDRANT, $15,000.00 WATER EACH 3.00 $5,000.00 408 TIE-IN TO EXISTING $6,400.00 M.J. EACH 4.00 $1,600.00 409 GATE VALVE, 6' DIA, 247.00 $40.00 $9,880.00 410 WATER SERVICE, COPPER, 3/4" LF $1,400.00 411 WATER SERVICE, COPPER, 1" LF 28.00 $50.00 $10,000.00 412 WATER SERVICE CONNECT 3/4" EACH 10.00 $1 ,000.00 $1,000.00 SERVICE CONNECT., 1" EACH 1.00 $1,000.00 413 WATER $10.00 $4,270.00 414 REM. EXISTING 6" DIA. WATER LF 427.00 $900.00 EACH 6.00 $150.00 415 6' NITRILE GASKET PAVING CONSTRUCTION SY 50.001 $184.00 $9,200.00 501 REM/REP HMA PVMT & SUBBASE' TOTAL DIVISION II BASE BID $153,231.70 $3,491,702.60 TOTAL DIVISION I BASE BID + ALTERNATE A II TOTAL DIVISION I BASE BID + ALTERNATE A + DIVISION $3,644,934.30 Aspro, Inc. (Name of bidder) BY: MiltoA%J. Dakovich Official Address: (Including Zip Code) 3613 Texas St. P. O. Box 2620 Waterloo, Iowa 50704 42-1011512 03/19/20 (Date) Title: President NON -COLLUSION AFFIDAVIT OF PRIME BIDDER State of IOWA )ss County of BLACK HAWK A, MILT DAKOVICH , being first duly sworn, deposes and says that: 1 He is (Ownef, Partner, Officer, RP�resen iye, or , 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) PRESIDENT Title Subscribed and sworn to before me this 19 day of MARCH 2,020 My commission expires v e N - ,9 • OFFICE MANAGER Title ra Bpdder Status Form To be completed by all oidders Part A Please answer "Yes" or "No" for each of the following: Yes II No My company is authorized to transact business in Iowa. (To help you determine if your company is authorized, please review the worksheet on the next page). Yes fl No My company has an office to transact business in Iowa. Yes 1 J No My company's office in Iowa is suitable for more than receiving mail, telephone calls, and e-mail. Yes • No My company has been conducting business in Iowa for at least 3 years prior to the first request for bids on this project. Yes ri No My company is not a subsidiary of another business entity or my company is a subsidiary of another business entity that would qualify as a resident bidder in Iowa. If you answered "Yes" for each question above, your company qualifies as a resident bidder. Please complete Parts B and D of this form. If you answered "No" to one or more questions above, your company is a nonresident bidder. Please complete Parts C and D of this form. To be completed by resident bidders Part B My company has maintained offices in Iowa during the past 3 years at the following addresses: Dates: 01 / 01 / 1980 to PRE/SENT / Address: 3613 TEXAS ST City, State, Zip: WATERLOO , IA 50702 • Dates: / / to / / Address: City, State, Zip: Dates: / / to / / Address: You may attach additional sheet(s) if needed. City, State, Zip: To be completed by nonaresldent bidders Part C 1. Name of home state or foreign country reported to the Iowa Secretary of State: 2. Does your company's home state or foreign country offer preferences to resident bidders, resident labor force preferences or any other type of preference to bidders or laborers? C Yes n 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 ail 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, JNC. Signature: // Date: MARCH 19, 2020 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) COMINe Fn Pi PC CO W LLs cO PO RI o n W m rn 0 CNI N rai U z co 118 0) CM Prime Contractor Name: C2 c 0 co iti) —J Q O Q) n C a) . 0) a 4 a) • O (1) a) a. T. 0 0 O 0 0 CO W U CO ' 2 en >a_ ,cn o c cn �- a) O n (0 N co 0 CO4- 005 7-66 En co Et CD O I, U 0w M c E w 0 0 W R O o Rs ,O 0 xato O o ice. 0 k 82" c .0) h 0 0 U � u) ,0 c j a-� O c o o O 0 c w • ® U • _c a) >, O 0 a. . o > •cn . co O 0. a) o . u) C . Oo O o E 0 ›- 0 711 IL 0 z 0 co (75 fen 0 O) tti r .._ 0 0 O 0 0 (1 E 0 a) 73 u 1 c • O a) > E 0 , cn00) o E. 0 a. • � � H. a) _O 0 .� o cn a) _0 E a O W co L. O (NIL. Q)• .d. 0 Po N onr- o E o -6 8 a) re E o- 0 S L. .� a) 0 L 0 as , 0 •(%) O C 0) >- W '= co c .0 0 0 C O L U 0 U co E 0 (0 0 U a) -o O U 0) Qom) on 0 Q) U U • 12 Tow o O c � Q) E • o • t 2 O t' c - :;-$ C 4.▪ • O N Q) 46 wO L. a) ass-o 6a o 0 . u) Q. (0 v 0 c U W a) • (0 (B =co a CO Q) 4 W O co � O a) L- O To t 4 a)o c E c3 c O ft .� a) C � > a) co E Li) LU 0 f o n 1772 0-4 0 0 rJ rn TABLE 0r w (/) co f c RI © Fa ca tiN F- M 0 ♦ 0 0 iir'<. © Q 0 0 © to 0 Q 0 0 Fo in) cl n Cii g N\ •,1 ea aa s/No ta CY ICI, o o J21 N 17+ /04 o O ,on P g c5) O ON 0 ,, ki z„., WORK, c. -.1:34 T u, ,,, vi . R4 ca 0 0 41 f24 0 (Form CCO-4) Rev. 06-20-02 frr:10 Phone (319) 232-6537 36-13 Texas Street 0 P.O Box 2620 ° Waterloo, Iowa 50704 Fax: (319) 232-6539 F.Y. 2020 STREET RECONSTRUCTION PROGRAM CONTRACT NO. 993 WATERLOO, IOWA PER HOUR SURVEY RATES STAFF PROFESSIONAL PARTY CHIEF TWO -PERSON CREW THREE -PERSON CREW $140.00/HOUR $115.00/HOUR $150.00/HOUR $170.00/HOUR DC CORPORATION 426 BEECH ST WATERLOO, IA 50703 Phone (319) 232-6537 3613 Texas Street® P.O. Box 2620 a Waterloo, Iowa 50704 Fax: (319) 232-6539 March 4, 2020 RE• F.Y. 2020 STREET RECONSTRUCTION PROGRAM CONTRACT NO. 993, WATERLOO, IOWA To Whom It May Concerns 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 18, 2020. 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 foun. All qualified bidders will not be discriminated against due to race, religion, color, sex or origin. Equal Opportunity Employer. Sincerely, Milton J. Dakovich MD/cj Enc: • Phone (319) 232-6537 3613 Texas Street P.O. Box 2620 ®Waterloo, Iowa 50704 Fax: (319) 232-6539 SUBCONTRACTOR'S BID REQUEST FORM DC CORPORATION 426 BEECH ST WATERLOO, IA 50703 RE: CONTRACT NO. 993 WATERLOO, IOWA I, DC CORPORATION, hereby attest that I have been solicited for a bid on F Y 2020 STREET RECONSTRUCTION PROGRAM in the area of the attached Aspro Inc has infoinied me that if I am interested in bidding a subcontracting bid proposal must be submitted to the company office by March 18, 2020 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'S SIGNATURE PRIME BIDDER'S SIGNATURE Phone (319) 232-6537 3613 Texas Street ® P.O. Box 2620 ® Waterloo, Iowa 50704 Fax: (319) 232-6539 DANIELS HOME IMPROVEMENT 3358 BRISTOL RD WATERLOO, IA 50701 March 4, 2020 RE• F.Y. 2020 STREET RECONSTRUCTION PROGRAM CONTRACT NO. 993, 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 18, 2020. 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, /rn Mil •on J. Dakovich MD/cj Enc: Phone (319) 232-6537 3613 Texas Street O P.O. Box 2620 e Waterloo, Iowa 50704 Fax: (319) 232-6539 SUBCONTRACTOR'S BID REQUEST FORM DANIELS HOME IMPROVEMENT 3358 BRISTOL RD WATERLOO, IA 50701 RE: CONTRACT NO. 993 WATERLOO, IOWA I DANIELS HOME IMPROVEMENT, hereby attest that I have been solicited for a bid on F.Y. 2020 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 18, 2020 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'S SIGNATURE PRIME BIDDER'S SIGNATURE Phone (319) 232-6537 3613 Texas Street ® P.O. Box 2620 ()Waterloo, Iowa 50704 Fax: (319) 232-6539 QUICK CONSTRUCTION 217 BATES ST WATERLOO, IA 50703 March 4, 2020 RE: F.Y. 2020 STREET RECONSTRUCTION PROGRAM CONTRACT NO. 993, 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 18, 2020. 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 foini. All qualified bidders will not be discriminated against due to race, religion, color, sex or origin. Equal Opportunity Employer. Sincerely, Milton J. Dakovich MD/cj Enc: Phone (319) 232-6537 3613 Texas Street ® 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. 993 WATERLOO, IOWA I, QUICK CONSTRUCTION, hereby attest that I have been solicited for a bid on F.Y. 2020 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 18, 2020 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'S SIGNATURE PRIME BIDDER'S SIGNATURE GREER'S WORKS 2003 PLAINVIEW WATERLOO, IA 50703 Phone (319)232-6537 3613 Texas Street® P.O. Box 2620 O Waterloo, Iowa 50704 Fax: (319) 232-6539 March 4, 2020 RE• F.Y. 2020 STREET RECONSTRUCTION PROGRAM CONTRACT NO. 993, 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 18, 2020. 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 foini. All qualified bidders will not be discriminated against due to race, religion, color, sex or origin. Equal Opportunity Employer. Sincerely, yhrilla 4„,,,{ Milton J. Dakovich MD/cj Enc: Phone (319) 232-6537 3613 Texas Street ® P.O. Box 2620 ®Waterloo, Iowa 50704 Fax: (319) 232-6539 SUBCONTRACTOR'S BID REQUEST FORM GREER'S WORKS 2003 PLAINVIEW WATERLOO, IA 50703 RE• CONTRACT NO. 993 WATERLOO, IOWA I, GREER'S WORKS hereby attest that I have been solicited for a bid on F.Y. 2020 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 18, 2020 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'S SIGNATURE PRIME BIDDER'S SIGNATURE Phone (319) 232-6537 3613 Texas Street ® P.O. Box 2620 ® Waterloo, Iowa 50704 Fax: (319) 232-6539 OLD GREER'S WORKS 2309 SPRINGVIEW ST WATERLOO, IA 50707 March 4, 2020 RE• F.Y. 2020 STREET RECONSTRUCTION PROGRAM CONTRACT NO. 993, 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 18, 2020. 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/cj 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 OLD GREER'S WORKS 2309 SPRINGVIEW ST WATERLOO, IA 50707 RE• CONTRACT NO. 993 WATERLOO, IOWA I, OLD GREER'S WORKS, hereby attest that I have been solicited for a bid on F.Y. 2020 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 18, 2020 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'S SIGNATURE PRIME BIDDER'S SIGNATURE F.Y. 2020 STREET RECONSTRUCTION PROGRAM CONTRACT NO. 993 CITY OF WATERLOO, IOWA F Y 2020 STREET RECONSTRUCTION PROGRAM CONTRACT NO. 993 DIVISION I BID DESCRIPTION DIVISION 2 - EARTHWORK UNIT EST. QTY. ITEM 1 CLEARING AND GRUBBING UNITS 200.00 2 4 INCHES, ON OR OFF SITE SY 7,112.00 TOPSOIL, 3 SUBGRADE GEOGRID TREATMENT, WOVEN GEOTEXTILE OR SY 21,345.00 4 SUBBASE, MODIFIED TONS 17,944.00 5 CLASS 10, SPECIAL SUBGRADE MATERIAL CY 450.00 BID DESCRIPTION DIVISION 4 - SEWERS AND DRAINS - SANITARY UNIT EST. QTY. ITEM 6 SANITARY INCH SEWER GRAVIITY MAIN, TRENCHED TRUSS, 12 LF 161.00 7 SANITARY INCH SEWER GRAVITY MAIN, TRENCHED, TRUSS, 10 LF 1,071.00 8 SANITARY INCH SEWER GRAVITY MAIN, TRENCHED, TRUSS, 8 LF 1,228.00 9 SANITARY SEWER SERVICE STUB/RENEW, SDR 23.5, 6 INCH LF 1,755.00 10 SANITARY SEWER ABANDONMENT, FILL AND PLUG, 10 INCH LF 377.00 11 SANITARY SEWER ABANDONMENT, FILL AND PLUG, 8 INCH LF 120.00 12 SANITARY SEWER SERVICE, TRACE EACH 3.00 13 SANITARY SEWER SERVICE, DYE TEST INVESTIGATION EACH 10.00 14 SANITARY INVESTIGATION SEWER SERVICE, UNDERGROUND EACH 6.00 ITEM BID DESCRIPTION DIVISION 6 - STRUCTURES FOR SANITARY SEWERS UNIT QTY. EST. 15 MANHOLE, SW-301, 48" EACH 16.00 16 REMOVE MANHOLE, SANITARY EACH 7.00 17 REMOVE MANHOLE, TOP SECTIONS AND FILL BASE SECTION EACH 2.00 18 FURNISH AND INSTALL SW-602 TYPE A CASTING EACH 3.00 ITEM SIDEWALKS, SHARED USE PATHS AND DRIVEWAYS 56 REMOVAL OF SIDEWALK AND DRIVEWAY SY 2,700.00 57 REMOVAL OF SIDEWALK, MISCELLANEOUS SY 101.00 58 SIDEWALK, PCC C-4, 4 INCH, C-4 SY 489.00 59 SIDEWALK, PCC C-4, 6 INCH PEDESTIAN RAMP, C-4 SY 191.00 60 SIDEWALK, PCC C-4,CLASS A EDGE LF 11.00 THICKENED 61 DETECTABLE WARNING SF 272.00 62 DRIVEWAY AND SIDEWALK, PAVED, PCC, 6 INCH, C-4 SY 501.00 63 DRIVEWAY AND SIDEWALK, PAVED, PCC, 5 INCH, C-4 SY 1588.00 PAVEMENT REHABILITATION 64 PAVEMENT REMOVAL, CONCRETE SY 20,425.60 65 PAVEMENT REMOVAL, ASPHALT SY 2,665.00 BID DESCRIPTION DIVISION 8 - TRAFFIC CONTROL UNIT QTY. EST. ITEM TEMPORARY TRAFFIC CONTROL 66 TEMPORARY TRAFFIC CONTROL LS 1.00 67 DIRECTIONAL SIGNS, PER DETAILS EACH 8.00 BID DESCRIPTION DIVISION 9 - SITE WORK AND LANDSCAPING UNIT EST. QTY. ITEM SEEDING 68 HYDRAULIC MULCHING SEEDING, SEEDING, FERTILIZING AND SY 9,796.00 69 WARRANTY SY 2,765.00 EROSION AND SEDIMENT CONTROL 70 TEMPORARY RECP, WOOD EXCELSIOR MAT, TPE 2B SY 805.00 71 WATTLE, STRAW, 6 INCH LF 300.00 72 WATTLE, REMOVAL LF 300.00 73 EROSION CONTROL MULCHING, HYDROMULCHING SY 6,076.00 74 INLET PROTECTION DEVICE INTERMEDIATE AND DROP IN EACH 38.00 75 INLET PROTECTION DEVICE, MAINTENANCE EACH 38.00 ITEM BID DESCRIPTION DIVISION CONSTRUCTION 11 - MISCELLANEOUS SURVEY UNIT EST. QTY. 76 CONSTRUCTION SURVEY LS 1.00 77 SAW CUT LF 1,222.00 BID ITEM 5A DIVISION I - ALTERNATE A DESCRIPTION DIVISION 7 - STREETS AND RELATED WORK ALTERNATE A - HMA CURB AND GUTTER, 24 IN WIDE, 6 IN THICK, C-SUD UNIT EST. QTY. LF 10,206.00 6A CURB AND GUTTER, 24 IN WIDE, 7.5 IN THICK, C-SUD LF 2,637.00 8A EXCAVATION, CLASS 10 CY 9,002.00 9A CONCRETE WASHOUT LS 1.00 10A COLD WEATHER CONCRETE PROTECTION SY 380.00 11A LINSEED OIL TREATMENT SY 380.00 • xi u Iltj }3 I i_"j • Postma er a e receiving employee) 1 j Ii.3 t) t ' Sac i 3:tN t �. .fit _ . 1 y-, . �j a"' 3 L4� 5 fl3 ` °i i.t Y� r :3 lai� � ci.-Ij ).' 3..�15 In,•�' J a FAO 'Je)'s :3 l: a� P�l a_ pii P., 4o e4 M -t CO - CO - cn -s CO II Ln DC CORPORATION 426 BEECH ST WATERLOO, IA 50703 DANIELS HOME IMPROVEMENT 3358 BRISTOL RD WATERLOO, IA 50701 QUICK CONSTRUCTION CO' WATERLOO, IA 50703 GREER''S WORKS 2003 PLAINVIEW WATERLOO, IA 50703 OLD GREER'S WORKS 2309 SPRINGVIEW ST WATERLOO, IA 50707 H cn H d' PQ N. rl 04 r N ri cD co d' to FROM :QuickconstrutioncoumgUggui*# FAX NO. :3192154166 Mar. 11 2020 10:19AM P2 Phone (319) 232-6537 3 613 Texas Street 9 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. 993 WATERLOO, IOWA 1, QUICK CONSTRUCTION, hereby attest that I have been solicited for a bid on F.Y. 2020 STREET RECONSTRUCTION PROGRAM in the area of the attached. Aspro, Inc. lNas informed me that if I am interested in bidding, a subcontracting bid proposal must be submitted to the company office by March 18, 2020 at 4:00 PM, CST. a 4/ /I DATE * Return the original Subcontractor's Bid Request Form with the prime Bidder's total bid. l� Ca�sl, (?) 1 SUBCONTRACTOR'S COMPANY NAME etc- S IGNAT RE PRIME • IDDER'S SIGNATURE 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 ($ ) 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 l9th day of March 2020 , for FY 2020 Street Reconstruction Program, Cpntract No. 993,_WaterloijA • 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 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 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 6th day of March , A.D. 2020 Aspro, Inc. (Seal) Principal itatog Witness Cindy Bennett Ani sr /0 "Air North Ameri an Specialty InsuranceiPompar,3eal) rety By rick) �� L Attorneyyn-fact ione R. Young (Title) Sr 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 Attorneys) -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." 00111111l!/ , 2-j16.64; 614 PS"*PetP gat °"*••7* rii SEAL to wet 1973 �,: nes:esiti:63,m9este wcroN )14 b N111111 \towi lUnttlllo,�i .st t. • PSEAL svcrs% r to E. 171 CtiNta1/44mail r dIkami.•• ......... •tcth • 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. Ito, 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 Public - State of Illinois My Commission Expires 12/04/2021 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 6th day of March 2020 , Jeffrey Goldberg, Vice President & Assistant Secretary of Washington International Insurance Company & North American Specialty Insurance Company & Vice President & Assistant Secretary of Westport Insurance Corporation