Loading...
HomeMy WebLinkAboutAspro, Inc.ASPRO, INC. 3613 TEXAS ST. PO BOX 2620 WATERLOOS IA 50704 PROPOSAL FOR: F.Y. 2020 ASPHALT OVERLAY PROGRAM CONTRACT NO. 992 DUE DATE: APRIL 23, 2020 1:00 P.M. CITY CLERK CITY HALL WATERLOO, IA 50703 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 23rd day of April 2020 , for FY 2020 Asphalt Overly Program, Contract No. 992,A1Vate loo,JA 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 furnish a bond for his faithful performance of said contract, and for the payment of all persons performing labor or furnishing matenais 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 pond 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, acid 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 7th day of April , A.D. 2020 Aspro, Inc. (Seal) Principal By427 . t24M t gt� 6'V DP,v (Title) 41 Acy\cos. V'Vitne dile:61W PH... nne Crowner North Amer can Specialty In rety By Attorney- rl nce Compar% eal) ac Dione R. Young 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." 'flfl3P q+UT Y� 04494 6 SEAL '_.� rtasZ 1973 w in i '4•' Amps.' NIIIIUIN 00011111h11Iii % e is GORP°R,q j;9e, SEAL O: 0 _ Ern tE\.LAWSMS ' _ :n € sal* By 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 ss: North American Specialty Insurance Company Washington International Insurance Company Westport Insurance Corporation 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 { ----- ,1ik_k_ 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 7th day of April , 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 FORM OF BID OR PROPOSAL P.Y. 2020 ASPHALT OVERLAY PROGRAM CONTRACT NO. 992 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 P.Y. 2020 ASPHALT OVERLAY PROGRAM, Contract No. 992, all in accordance with the above -listed documents and for the unit prices for work in place for the following items and quantities: FY 2020 ASPHALT OVERLAY PROGRAM CONTRACT NO. 992 SUDAS.. SPECIFICATION :SUPPLEMENTAL ..` P = SPCL PROV = .EST.QTY ............................... TQiAL BID'; RRICIE 1 4020-1.08-A-0 STORM SEWER, 12-INCH, RCP LF 10.0 2 4020-1.08-A-0 STORM SEWER, 24-INCH, RCP LF 10.0 3 6010-1.08-G-0 CONNECTION TO EXISTING PIPE EACH 20 4 6010-1.08-H-0 REMOVE INTAKE EACH 2.0 5 6010-1.08-B-0 INTAKE, SW-505 EACH 1.0 6 6010-1.08-B-0 INTAKE, SW-511 EACH 1.0 $ 7 S PECIAL PROVISION #1 REMOVE AND REPLACE E-1-C INLET BOXOUT EACH 26.0 8 S PECIAL PROVISION #1 REMOVE AND REPLACE E-2-C INLET BOXOUT EACH 1.0 9 S PECIAL PROVISION #2 FURNISH AND INSTALL SW-603 TYPE R INLET & CASTING EACH 1.0 10 S PECIAL PROVISION #2 FURNISH AND INSTALL SW-603, TYPE Q INLET & CASTING EACH 1.0 FORM OF BID CONTRACT NO. 992 Page 1 of 4 = :' 's . •. UNIT.-:. :• _. _ PECIFI+ATION _ - . :•' .. ; ' - • __ _ - - : • - •: - • .. E•: TOTAL BID'. UNIT BID - .. PRICE. EST CITE' :- .-:.!.-PRICE 1 c M.'. PCL.. PROV DESCRIPTION...:: ,., TONS 3,002.6 $ $ 42 IDOT SPEC 2312 GRANULAR SHOULDER SY 29,364.3 $ $ 43 IDOT SPEC 2216 CRACK AND SEAT 70.0 $ $ EACH 44 SPECIAL PROVISION #6 MILL WEDGE SY 10,104.0 $ $ 45 IDOT SPEC 2214 PAVEMENT SCARIFICATION STA 444.0 $ $ PAINTED PAVEMENT MARKINGS, 46 8020-1.08-B-0 SOLVENT/VVATERBORNE 12.0 $ $ * SYMBOLS & LEGENDS EACH 47 8020-1.08-H-0 PRECUT LS 1.00 $ $ 48 8030-1.08-A-0 TEMPORARY TRAFFIC CONTROL SY 328.8 $ $ TOPSOIL 49 SPECIAL PROVISION #7 EARTHWORK, GRADE AND REMOVE SY 252.0 $ $ FERTILIZING, & HYDRAULIC SEEDING, * 50 9010-1.08-B-0 MULCHING . .. _. 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 tirne 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 fen (10) days after "Notice to Proceed" is issued. 4. Security in the sum of 5% OF BID AMOUNT Dollars ($1 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. FORM OF BID CONTRACT NO. 992 Page 3 of 4 NON -COLLUSION AFFIDAVIT OF PRIME BIDDER State of IOWA � )ss County of BLACK HAWK MILT DAKOVICH , being first duly sworn, deposes and says that: 1. He is (Owner, tner! Officer, c= e at e, or=eg ) , of ASPRO 9 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 23 day of APRIL 3201 2020 oNse-tsSc3•-3 OFFICE MANAGER Title My commission expires - , • 3; • r Bidder Status Form To be completed by aii bidders Pawt Please answer "Yes" or "No" for each of the following: IA Yes L L 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 U No My company has an office to transact business in Iowa. Yes No My company's office in Iowa is suitable for more than receiving mail, telephone calls, and e-mail. Yes No My company has been conducting business in Iowa for at least 3 years prior to the first request for bids on this project. Yes ■ No My company is not a subsidiary of another business entity or my company is a subsidiary of another business entity that would qualify as a resident bidder in Iowa. If you answered "Yes" for each question above, your company qualifies as a resident bidder. Please complete Parts B and D of this form. If you answered "No" to one or more questions above, your company is a nonresident bidder. Please complete Parts C and D of this form. To be cornpieted by resident bidders Part f 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: City, State, Zip: Dates: / / to / / Address: You may attach additional sheet(s) if needed. City, State, Zip: To be completed by nonresident bidders art C 1. Name of home state or foreign country reported to the Iowa Secretary of State: 2. Does your company's home state or foreign country offer preferences to resident bidders, resident labor force preferences or any other type of preference to bidders or laborers? 3. If you answered "Yes" to question 2, identify each preference offered by your company's home state or foreign country Yes II No • and the appropriate legal citation. You may attach additional sheet(s) if needed. To be completed by alli bidders I certify that the statements made on this document are true and complete to the best of my knowledge and 1 know that my failure to provide accurate and truthful information may be a reason to reject my bid. Firm Name: ASPRO, INC. Signature: PRESIDENT Date: APRIL 23, 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) Prime Contractor Name: MBfEMC W PRE -BID C© ASPRO; INC. BUSDYIESS EMIT TUNFORTEAT Project: 992 PRJSE FORPT Letting Date: 0 4/ 2 3/ 2 0 2 0 NO II ERNBF SUS: CONTRAC u ORS: If you are NOT using any MBE/VVBE 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 StJBCONT : ACTi ORS AP?LICABIE: 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 MBE/WBE 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 [IMFOR-vLAT 3COWUXG BIDDER'S PRE- MBEMBE BUSL\LESS ENTERPRISE CO\TACTS 0D Quotes Received. QDotion Lase. ha 3fdi Co Dates r tacteci~. Yes/No CoEtacted Bates 'Vest o D©lLarr Amousat be Subcontracted Proposed to -3 UY I;; t Subcontractors DANIELS HOME IMPROVEMENT 04/07/2020 Ya" 0 Y/A�/ 4 /� � GREER'S WORKS 04/07/2020 4/40 OLD GREER'S WORKS 04/07/2020 lt/r0 D.C. CORPORATION 04/07/202o y�s' �' � d i� 9 8;r,J7� 1 y�� QUICK CONSTRUCTION 04/07/2020 NO (Form CCO-4) Rev. 06-20-02 FORM OF BID OR PROPOSAL F. Y. 2020 ASPHALT OVERLAY PROGRAM CONTRACT NO. 992 CITY OF WATERLOO, IOWA BID UNIT UNIT BID TOTAL BID EST QTY. PRICE PRICE ITEM DESCRIPTION LF 10.00 $200.00 $2,000.00 1 STORM SEWER, 12", RCP LF 10.00 $220.00 $2,200.00 2 STORM SEWER, 24", RCP 2.00 $1,850.00 $3,700.00 3 CONNECTION TO EXISTING PIPE EACH 2.00 $1,600.00 $3,200.00 4 REMOVE INTAKE EACH 5 INTAKE, SW-505 1.00 $6,000.00 $6,000.00 EACH 1.00 $5,800.00 $5,800.00 6 INTAKE, SW-511 EACH 26.00 $2,200.00 $57,200.00 7 REM/REP E-1-C INLET BOXOUT EACH 1.00 $3,100.00 $3,100.00 8 REM/REP E-2-C INLET BOXOUT EACH 9 FUR/INST SW-603, R, INLET & CASTING 1.00 $2,800.00 $2,800.00 EACH 10 FUR/INST SW-603, Q, INLET & CASTING 1.00 $2,800.00 $2,800.00 EACH 76.00 $250.00 $19,000.00 11 CASTING EXTENSION RING (INLET) EACH 59.00 $850.00 $50,150.00 12 CASTING EXTENSION RING (MANHOLE) EACH 9.00 $1,825.00 $16,425.00 EACH 13 REM/REP MANHOLE BOXOUT 3.00 $1,500.00 $4,500.00 EACH 14 MANHOLE ADJUSTMENT, MINOR TON 4,173.02 $133.15 $555,637.61 15 HMA, 1.5', ST, SURFACE, 1/2', PG 58-28S TON 2,345.91 $133.80 $313,882.76 16 HMA, 1.5", HT, SURFACE, 1/2', PG 58-28H TON 563.45 $132.60 $74,713.47 17 HMA, 2.0", ST, INTERM, 1/2", PG 58-28S TON 2,409.06 $133.25 $321,007.25 18 HMA, 2.0", HT, INTERM, 1/2", PG 58-28H TON 3,711.78 $132.60 $492,182.03 19 HMA, 3.0", ST, INTERM, 1/2', PG 58-28S TON 1,580.81 $153.00 $241,863.93 20 HMA 1.0" HT INTERLAYER,1/2" PG 58-28E SY 6.90 $86.25 $595.13 21 PAVEMENT, HMA, 6", MISC. LS 1.00 $7,325.00 $7,325.00 22 HMA PAVEMENT SAMPLES & TESTING SF 6,282.00 $5.25 $32,980.50 23 REMOVAL OF SIDEWALK SY 3.10 $50.00 $155.00 24 REMOVAL OF DRIVEWAY SY 275.30 $15.00 $4,129.50 25 REMOVAL OF PAVEMENT 26 SIDEWALK, PCC, C-4, 4" SF 3,040.10 $7.25 $22,040.73 SF 3,775.60 $8.85 $33,414.06 27 SIDEWALK, PCC, C-4, 6", PED RAMP SF 602.00 $43.25 $26,036.50 28 DETECTABLE WARNING 29 SIDEWALK CURB LF 30.80 $51.00 $1,570.80 30 REMOVE CURB & GUTTER LF 569.50 $20.00 $11,390.00 LF 484.80 $47.00 $22,785.60 31 CURB & GUTTER, 24", 8", PCC, C-4 LF 28.40 $55.00 $1,562.00 32 CURB & GUTTER, 24", 9", PCC, C-4 LF 43.00 $62.00 $2,666.00 33 CURB & GUTTER, 24", 12", PCC, C-4 LF 56.30 $71.00 $3,997.30 34 CURB & GUTTER, 24", 13.5', PCC, C-4 SY 62.20 $62.00 $3,856.40 35 PAVEMENT, PCC, C-4, 6" SY 158.20 $63.50 $10,045.70 36 PAVEMENT, PCC, C-4, 8" SY 48.00 $64.50 $3,096.00 37 PAVEMENT, PCC, C-4, 9" SY 31.80 $49.00 $1,558.20 38 PAVEMENT PC C-4 6' ALLEY APPROACH 39 PAVEMENT, PCC, C-4, 8" DRIVEWAY SY 3.10 $100.00 $310.00 TON 56.00 $250.00 $14,000.00 40 SURFACE PATCH SF 24980.00 $9.15 $228,567.00 41 PARTIAL DEPTH REPAIR PATCHES TON 3002.60 $30.15 $90,528.39 42 GRANULAR SHOULDER SY 29364.30 $3.45 $101,306.84 43 CRACK AND SEAT FORM OF BID OR PROPOSAL F. Y. 2020 ASPHALT OVERLAY PROGRAM CONTRACT NO. 992 CITY OF WATERLOO, IOWA BID UNIT O AL AID UNIT BID -S I . C-'RlCl, I 1=M DESCRIP -ION QTY. PRIC _ 44 $2,600.00 $182,000.00 70.00 AC MILL WEDG 45 SY 10104.00 $6.95 $70,222.80 PAV M_N SCARIFICATION 46 S I A 444.00 $55.00 $24,420.00 - PAIN =D PAVEM-N MARKINGS 12.00 $500.00 $6,000.00 47 EAC PRFCUT SYMBOLS AND L_G-NDS 48 1.00 $123,980.00 $123,980.00 LS TEMPORARY RAFFIC CONTROL 49 328.80 $25.00 $8,220.00 SY R- M TOPSOIL EAR HWORK, GRAD & 50 252.00 $10.00 $2,520.00 =1aD/F-RT/MULCH SY HYDRAULIC S TOTAL BID Aspro, Inc. BY: (Name of Bid t\Ailtorl. Dakovich Official Address: (Including Zip Code) 3613 Texas St ; P. O. Box 2620 Waterloo, Iowa 50704 I.R.S No. 42-1011512 $3,219,441.48 April 23, 2020 (Date) Title: President ASPRO Phone (319) 232-6537 3613 Texas Street • P.O Box 2620 • Waterloo, Iowa 50704 Fax: (319) 232-6539 April 7, 2020 DANIELS HOME IMPROVEMENT 3358 BRISTOL RD WATERLOO, IA 50701 RE: F.Y. 2020 ASPHALT OVERLAY PROGRAM CONTRACT NO. 992, WATERLOO, IOWA To Whom It May Concern: We will be accepting subcontractor quotes in writing at 3 613 Texas Street on the above referenced project until 4:00 PM, CST, on Wednesday, April 22, 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, 91171 Mi ton J. Dakovich MD/cj Enc: 4' Phone (319) 232-6537 3613 Texas Street • P.0 Box 2620 • Waterloo, Iowa 50704 Fax: (319) 232-6539 April 7, 2020 DC CORPORATION 426 BEECH ST WATERLOO, IA 50703 RE: F.Y. 2020 ASPHALT OVERLAY PROGRAM CONTRACT NO. 992, WATERLOO, IOWA To Whom It May Concern: We will be accepting subcontractor quotes in writing at 3 613 Texas Street on the above referenced project until 4:00 PM, CST, on Wednesday, April 22, 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, Minton J. Dakovich MD/cj Enc: Mi MD/cj Enc: Phone (319) 232-6537 3613 Texas Street A P.U. Box 2620 • Waterloo, Iowa 50704 Fax: (319) 232-6539 April 7, 2020 GREER'S WORKS 2003 PLAINVIEW WATERLOO, IA 50703 RE: F.Y. 2020 ASPHALT OVERLAY PROGRAM CONTRACT NO. 992, WATERLOO, IOWA To Whom It May Concern: We will be accepting subcontractor quotes in writing at 3 613 Texas Street on the above referenced project until 4:00 PM, CST, on Wednesday, April 22, 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, ton J. Dakovich • ne (319) 232-6537 ASPRCI 3613 Texas Street • P.O. Box 2620 • Waterloo, Iowa 50704 Fax: (319) 232-6539 April 7, 2020 OLD GREER'S WORKS 2309 SPRINGVIEW ST WATERLOO, IA 50707 RE: F.Y. 2020 ASPHALT OVERLAY PROGRAM CONTRACT NO. 992, WATERLOO, IOWA To Whom It May Concern: We will be accepting subcontractor quotes in writing at 3 613 Texas Street on the above referenced project until 4:00 PM, CST, on Wednesday, April, 22 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. MD/cj Enc: Sincerely, 429r Milton J. Dakovich 3613 Texas Street • P.O Box 2620 ® Waterloo, Iowa 50704 April 7, 2020 QUICK CONSTRUCTION 217 BATES ST WATERLOO, IA 50703 RE: F.Y. 2020 ASPHALT OVERLAY PROGRAM CONTRACT NO. 992, WATERLOO, IOWA To Whom It May Concern: Phone (319) 232-6537 Fax: (319) 232-6539 We will be accepting subcontractor quotes in writing at 3613 Texas Street on the above referenced project until 4:00 PM, CST, on Wednesday, April 22, 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 Mil on J. Dakovich MD/cj Enc: • BID ITEM F.Y. 2020 ASPHALT OVERLAY PROGRAM CONTRACT NO. 992 CITY OF WATERLOO, IOWA DESCRIPTION ESTIMATED UNIT QUANTITY 1 STORM SEWER, 12-INCH, RCP 2 STORM SEWER, 24-INCH, RCP 3 CONNECTION TO EXISTING PIPE 4 REMOVE INTAKE 5 INTAKE, SW-505 6 INTAKE, SW-511 7 REMOVE AND REPLACE E-1-C INLET BOXOUT 8 REMOVE AND REPLACE E-2-C INLET BOXOUT 9 FURNISH AND INSTALL SW-603, TYPE R INLET & CASTING 10 FURNISH AND INSTALL SW-603, TYPE Q INLET & CASTING 11 CASTING EXTENSION RING (INLET) 12 CASTING EXTENSION RING (MANHOLE) 13 REMOVE & REPLACE MANHOLE BOXOUT 23 REMOVAL OF SIDEWALK 24 REMOVAL OF DRIVEWAY 25 REMOVAL OF PAVEMENT 26 SIDEWALK, PCC, C-4 4-INCH 27 SIDEWALK, PCC.C-4, 6-INCH PEDESTRIAN RAMP 28 DETECTABLE WARNING 29 SIDEWALK CURB 30 REMOVE CURB & GUTTER 31 CURB & GUTTER, 24-INCH WIDE, 8-INCH THICK, PCC C-4 32 CURB & GUTTER, 24-INCH WIDE, 9-INCH THICK, PCC C-4 33 CURB & GUTTER, 24-INCH WIDE, 12-INCH THICK PCC C-4 34 CURB & GUTTER, 24-INCH WIDE, 13.5-INCH THICK, PCC C- 35 PAVEMENT, PCC, C-4, 6-INCH 36 PAVEMENT, PCC, C-4, 8-INCH 37 PAVEMENT, PCC, C-4, 9-INCH 38 PAVEMENT, PCC, C-4, 6-INCH, ALLEY APPROACH 39 PAVEMENT, PCC, C-4, 8-INCH, DRIVEWAY 41 PARTIAL DEPTH REPAIR PATCHES 43 CRACK AND SEAT 44 MILL WEDGE 45 PAVEMENT SCARIFICATION 46 PAINTED PAVEMENT MARKINGS, SOLVENT/WATERBORNE 47 PRECUT SYMBOLS & LEGENDS 48 TEMPORARY TRAFFIC CONTROL 49 EARTHWORK, GRADE & REMOVAL TOPSOIL 50 HYDRAULIC SEEDING, FERTILIZING & MULCHING LF LF EACH EACH EACH EACH EACH EACH EACH EACH EACH EACH EACH S F SY SY S F S F S F LF LF LF LF LF LF SY SY SY SY SY S F SY EACH SY STA EACH LA SY SY 10.0 10.0 2.0 2.0 1.0 1.0 26.0 1.0 1.0 1.0 76.0 59.0 9.0 6282.0 3.1 275.3 3040.1 3775.6 602.0 30.8 569.5 484.8 28.4 43.0 56.3 62.2 158.2 48.0 31.8 3.1 24,980.0 29, 364.3 70.0 10,104.0 444.0 12.0 1.0 328.8 252.0 UNITED STATES ea POSTAL SERVICE® Mail Name and Address of Sender Check type of mail or service ❑ Adult Signature Required ❑ Priority Mail Express U.S. POSTAGE PAID ASPRO, INC. • Adult Signature Restricted Delivery ❑ Registered Mail Affix Staripar-tiWATERLOO, PO BOX 2620 ❑ Certified Mail ❑ Return Receipt for (for addition 50701 APR 07, IA 20 • Certified Mail Restricted DeliveryMerchandise Postmark i � AMOUNT WATERLOO, IA 50704 • Collect on Delivery (COD) ❑ Signature Confirmation vosracsexwcem OSIfg:e 0000 ❑ Insured Mail ❑ Signature Confirmation ❑ Priority Mail Restricted Delivery R2305K132771-20 USPS Tracking/Article Number Addressee Street, (Name, City, State, & ZIP CodeTM) Postage (Extra Service) Fee mooting Charge .wtuarvaiue if Registered ,nsurev Value - Li„= - Sender if COD --,,,,» Fee , ,,,,,,LI Fee Fee Fee Fee Fee SH Fee 1. DANIELS HOME IMPROVEMENT 3358 BRISTOL RD WATERLOO, IA 50701 .50 .43 2. DC CORPORATION. 426 BEECH ST. WATERLOO, IA 50703 .50 .43 3. GREER'S WORKS 2003 PLAINVIEW c. WATERLOO, IA 50703 .50 .43 4. OLD GREER'S WORKS 2309 SPRINGVIEW ST WATERLOO IA 50707 .50 .43 5. QUICK CONSTRUCTION CO. 217 BATES ST. ;, WATERLOO, IA 50703 .50 .43 6. 7. 8. ,- _ 3. Total Number of Piece Total Number Pieces ' of P.:,a^ s -r, Per (Nam recei yee) ' Listed by Sender Received at P Office / ✓fJ/ PS Form 3877, January 2017 (Page 1 of 2) Complete Ink in Privacy Notice: For more information on USPS privacy policies, visit usps.cominrivacvnolicv 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 DANIELS HOME IMPROVEMENT 33587 BRISTOL RD WATERLOO, IA 50701 RE: CONTRACT NO. 992, WATERLOO, IOWA I, DANIELS HOME IMPROVEMENT, hereby attest that I have been solicited for a bid on F.Y. 2020 ASPHALT OVERLAY PROGRAM in the area of the attached. Aspro, Inc. has informed me that if I am interested in bidding, a subcontracting bid proposal must be submitted to the company office by April 22, 2020 at 4:00 PM, CST. ��►� �- DATE SUBCONTRACTOR'S COMP NY NAME zd AtZe'io SUBCO<ITD A CTOR'S SIGNATURE PRI BIDDER'S SIGNATURE * Return the original Subcontractor's Bid Request Form with the prime Bidder's total bid.