Loading...
HomeMy WebLinkAboutAspro, Inc.ASPRO, INC PO BOX 2620 WATERLOO, IA 50704 lilt r- CM OF W ERLO MAC 5 2021 Pktial2 ` 2 0.43 CITY OF WATERLOO CITY CLERKS OFFICE MAR 25 2021 r M 12:5 : & f PROPOSAL FOR: FY 2021 STREET RECONSTRUCTION PROGRAM CONTRACT NO. 1023 DUE DATE: MARCH 25, 2021 1:00 P.M. CITY CLERK CITY HALL WATERLOO, IA FORM OF BID OR PROPOSAL, F.Y. 2021 STREET RECONSTRUCTION PROGRAM CONTRACT NO. 1023 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. 2021 STREET RECONSTRUCTION PROGRAM, Contract No. 1023, all in accordance with the above -listed documents and for the unit prices for work in place for the following items and quantities: } FY 2021 STREET RECONSTRUCTION PROGRAM CONTRACT NO. 1023 SUDAS UNIT TOTAL SPECIFICATION *SEE BID SUPPLEMENTAL BASE BID UNIT BID BID PRICE PRICE EST QTY ITEM SP = SPCL PROV DESCRIPTION DIVISION 2 - EARTHWORK UNITS 207.0 $ $ 1 2010-108-A CLEARING AND GRUBBING SY 5,588,0 $ $ * 2 2010-108-D TOPSOIL, 4 INCHES, ON OR OFF SITE SY 7,305.0 $ $ SUBGRADE TREATMENT, WOVEN GEOTEXTILE * 3 2010-108-H OR GEOGRID TON 22,708.0 $ $ * 4 2010-108-I SUBBASE, MODIFIED CY 50.0 $ $ 5 SP # 2 CLASS 10, SPECIAL SUBGRADE MATERIAL SUBTOTAL BASE BID EARTHWORK $ SANITARY DIVISION 4 - SEWERS AND DRAINS - 6 4010-108-A-1 SANITARY SEWER GRAVITY MAIN, TRENCHED, LF 365.0 $ $ PVC, 36 INCH 7 4010-108-A-1 * SANITARY SEWER GRAVITY MAIN, TRENCHED, LF 50.0 $ $ PVC, 18 INCH 8 4010-108-A-1 SANITARY SEWER GRAVITY MAIN, TRENCHED, LF 0 $ $ TRUSS, 12 INCH 9 4010-108-A-1 SANITARY SEWER GRAVITY MAIN, TRENCHED, LF 322.0 $ $ TRUSS, 10 INCH 10 4010-1o8-A-1 * TRENCHED, SANITARY SEWER GRAVITY MAIN, LF 258.0 $ $ TRUSS, 8 INCH FORM OF BID CONTRACT NO. 1023 ADDENDUM NO. 3 Page 1 of 7 SPECIFICATION SUDAS *SEE SUPPLEMENTAL UNIT BID BASE BID (CONTINUED) BID TOTAL BID TEM SP = SPCL PROV DESCRIPTION UNIT EST QTY PRICE PRICE (CONTINUED) DIVISION 4 SEWERS AND DRAINS - SANITARY WATER MAIN PROTECTION DURING SANITARY 12 SP # 5 CONSTRUCTION LS 1.0 $ $ SANITARY SEWER ABANDONMENT, FILL AND 13 4010 108 K 2 PLUG, 8 INCH LF 230.0 $ $ REMOVAL OF SANITARY SEWER, LESS THAN OR 14 4010 108 K 2 EQUAL TO 15 INCH LF 103.3 $ $ 15 SP # 8 SANITARY SEWER SERVICE, TRACE EACH 3.0 $ $ SANITARY SEWER SERVICE, DYE TEST 16 SP # 7 INVESTIGATION EACH 3.0 $ $ SANITARY SEWER SERVICE, UNDERGROUND 17 SP # 6 INVESTIGATION EACH 3.0 $ $ DIVISION SEWERS 6 - STRUCTURES FOR SANITARY 18 6010-108-A-0 MANHOLE, SW-301, 48" EACH 4.0 $ $ 19 6010-108-H-0 * REMOVE MANHOLE, SANITARY EACH 1.0 $ $ 20 REMOVE MANHOLE, TOP SECTIONS AND FILL SP # 19 BASE SECTION EACH 1.0 $ $ MINOR ADJUSTMENT, MANHOLE W/ SW-601 TYPE 21 6010 108E * EACH A CASTING & CITY OF WATERLOO COVER 20.0 $ $ MINOR ADJUSTMENT, MANHOLE W/ SW-602 TYPE 22 6010-108-E * G CASTING & CITY OF WATERLOO SANITARY EACH COVER 1.0 $ $ SUBTOTAL BASE BID SANITARY S SEWER DIVISION 4 - SEWERS AND DRAINS - STORM 23 4020-108-A-1 * STORM SEWER, TRENCHED, RCP 2000D, 36 INCH LF 41.0 $ $ 24 4020-108-A-1 * STORM SEWER, TRENCHED, RCP 2000D, 24 INCH LF 45.0 $ $ 25 4020-108-A-1 * STORM SEWER, TRENCHED, RCP 2000D, 15 INCH LF 165.0 $ $ 26 4020-108-A-1 * STORM SEWER, TRENCHED, RCP 2000D, 12 INCH LF 278.0 $ $ REMOVAL OF STORM SEWER, RCP, LESS THAN 27 4020 108 D 0 OR EQUAL TO 36 INCH LF 337.0 $ $ 28 SP # 10 REMOVAL OF EXISTING DRAIN TILE LF 3,769.0 $ $ 29 4040-108-A-0 SUBDRAIN, TYPE SP 6 INCH LF 13,519.0 $ $ 30 4040 108-D-0 SUBDRAIN OUTLETS, CMP, 6 INCH EACH 63.0 $ $ 31 4040 108-E-0 STORM SEWER SERVICE STUB, TYPE S, 4 INCH LF 299.0 $ $ DIVISION 6 - STRUCTURES FOR STORM SEWERS 32 6010-108-A-0 MANHOLE, SW-401, 48" EACH 2.0 $ $ 33 6010-108-A-0 MANHOLE, SW-402 EACH 1.0 $ $ 34 6010-108-A-0 MANHOLE, SW-406 EACH 2.0 $ $ 35 6010-108-B-0 INTAKE, SW-501 SINGLE GRATE EACH 17.0 $ $ 36 6010-108-B-0 INTAKE, SW-505, DOUBLE GRATE EACH 3.0 $ $ 37 6010 108 B-0 INTAKE, INTAKE, SW-507 SMALL SINGLE BOX OPEN -THROAT CURB EACH 1.0 $ $ 38 6010-108-B-0 INTAKE, SW-512, 24 INCH, CIRCULAR AREA INTAKE W/ SW-604 TYPE 5 EACH 1.0 $ $ FORM OF BID CONRACT NO. 1023 Page 2 of 7 SUDAS S SPECIFICATION *SEE BID SUPPLEMENTAL BASE BID (CONTINUED) UNIT BID TOTAL BID CITY PRICE UNIT EST PRICE TEM SP = SPCL PROV DESCRIPTION DIVISION (CONTINUED) 6 STRUCTURES FOR STORM SEWERS 39 6010-108-B-0 CONNECTION TO EXISTING STRUCTURE, PIPE EACH 2 0 $ $ TO EXISTING INTAKE DRAIN TILE EACH 9.0 $ $ 40 6010-108-G-0 CONNECTION 41 6010-108-H-0 * REMOVE MANHOLE OR INTAKE, STORM EACH 24.0 $ $ INTAKE SW-507, REMOVE AND REPLACE 42 SP # 18 SPECIAL SHAPING AND TOP EACH 9.0 $ $ INTAKE SW-509, REMOVE AND REPLACE 43 SP#18 SPECIAL SHAPING AND TOP EACH 5.0 $ $ 44 SP # 18 INTAKE SPECIAL SW-541, SHAPING REMOVE AND TOP AND REPLACE EACH 1.0 $ $ INTAKE SW-545, REMOVE AND REPLACE 45 SP#18 SPECIAL SHAPING AND TOP EACH 3.0 $ $ REMOVE EXISTING SW-541 TOP, CONVERT TO 46 SP # 18 MANHOLE, SW-402 EACH 1.0 $ $ INTAKE, E-1-C/SW-501, REMOVE AND REPLACE 47 SP#18 BOXOUT EACH 7.0 $ $ INTAKE, E-2-C/SW-505, REMOVE AND REPLACE 48 SP # 18 BOXOUT EACH 3.0 $ $ MINOR ADJUSTMENT, MANHOLE W/ SW-602 TYPE 49 6010 108E * EACH E CASTING & CITY OF WATERLOO COVER 8.0 $ $ 50 FURNISH AND INSTALL SW-603 TYPE R CASTING EACH 2 0 $ $ SP # 17 REMOVE AND REPLACE TRENCH DRAIN, 51 DETAIL IN PLANS COMPLETE LS 1.0 $ $ SUBTOTAL BASE BID STORM SEWER $ DIVISION APPURTENANCES 5 - WATER MAINS AND 52 5010-108-E-1 WATER SERVICE PIPE, COPPER, 3/4 INCH LF 55.0 $ $ 53 5010-108-E-2 WATER SERVICE CORPORATION, 3/4 INCH EACH 2.0 $ $ 54 5010-108-E-3 * WATER SERVICE CURB STOP, 3/4 INCH EACH 2 0 $ $ 55 5010-108-E-3 * WATER SERVICE CURB BOX 3/4 INCH EACH 2.0 $ $ CONVERT WATER VALVE MANHOLE TO 56 SP # 15 ROADBOX EACH 11.0 $ $ 57 SP # 11 WATER SERVICE TAP, 3/4 OR 1 INCH EACH 2.0 $ $ 58 SP # 13 WATER SERVICE KILL EACH 43.0 $ $ 59 SP # 14 LOWER WATER SERVICE, 3/4" OR 1" EACH 1.0 $ $ WATER SERVICE, UNDERGROUND 60 SP # 16 INVESTIGATION EACH 5.0 $ $ 61 SP # 12 INSULATE EXISTING COPPER WATER SERVICE EACH 1.0 $ $ SUBTOTAL BASE BID WATER APPURTENANCES $ DIVISION 7 - STREETS AND RELATED WORK PCC PAVEMENT 62 7040 108-A-0 PAVEMENT, PCC, 7 INCH, M-4, CL 3 AGG SY 370.5 $ $ 63 108-A-0. PAVEMENT, PCC, 10 INCH M-4, CL 3 AGG SY 268 2 $ $ 7040 SIDEWALKS, DRIVEWAYS SHARED USE PATHS AND $ $ AND DRIVEWAY SY 2,315.7 $ $ 64 7030-108-A-0 REMOVAL OF SIDEWALK SY 401.6 $ $ 65 7030-108-A-0 REMOVAL OF SIDEWALK, MISCELLANEOUS 66 7030-108-E-0 SIDEWALK, PCC C-4, 4 INCH, C-4 SY 1,129.1 $ $ FORM OF BID CONRACT NO. 1023 Page 3 of 7 .. SUD S ... ::: ; : :.,. ..: . H. ;. - - - . . _ ..:_ EST ... ; CST`( -- . ;UNItpID:H PRICE ':. -f SP CIrI AT1ON .. . . : . - ' :: ' . TOTAL BID : • SEE '- ": " . .. :: ... : : : _ ., IMP: SUPPLEMENTAL. :.. H. :. r :.. BASE DID (CONTINUED) :.. ... , : .: PRICE �:: U NIT ::: :..SP - ITEM. • = SPCA:Ply®1/ DESCRIPTION • :: ::: ...:.::.,._; SIDEWALKS, SHARED USE PATHS AND DRIVEWAYS (CONTINUED) SY 444.3 $ $ SIDEWALK, PCC C-4, 6 INCH PEDESTIAN RAMP, 67 7030-108-E-0 C-4 LF 633.0 $ $ 68 7030-108-E-0 SIDEWALK, PCC C-4, CLASS A THICKENED EDGE LF 261.0 $ $ 69 7030-108-E-0 COMBINED RETAINING WALL - SIDEWALK 566.0 $ $ SF 70 7030-108-G-0 DETECTABLE WARNING SY 89.0 $ $ DRIVEWAY AND SIDEWALK, PAVED, PCC, 8 INCH, 71 7030-108-H-1 C-4 SY 822.6 $ $ DRIVEWAY AND SIDEWALK, PAVED, PCC, 6 INCH, 72 7030-108-H-1 C-4 SY 368 2 $ $ DRIVEWAY AND SIDEWALK, PAVED, PCC, 5 INCH, 73 7030-108-H-1 C-4 PAVEMENT REHABILITATION SY 30,632 3 $ $ * 74 7040-108-H-0 PAVEMENT REMOVAL, CONCRETE 75 76 77 SUBTOTAL STREETS AND RELATED WORK 8020-108-B-0/SP#10 8020-108-H-0/SP#10 8030-108-A-0 8030-2 02 DIVISION 8 - PAVEMENT MARKINGS AND TRAFFIC CONTROL PAVEMENT MARKINGS PAINTED PAVEMENT MARKINGS, SOLVENT/WATERBOURNE PRECUT SYMBOLS AND LEGENDS TEMPORARY TRAFFIC CONTROL TEMPORARY TRAFFIC CONTROL DIRECTIONAL SIGNS, PER DETAILS STA EACH LS EACH 78A SEE PLANS DETOUR, W. 4TH ST. (W. 4TH/HOFF/AUDUBON INT) LS 87 88 89 SUBTOTAL PAVEMENT MARKING AND TRAFFIC CONTROL 9010-108-B-0 9010-108-E-0 9040-108-E-0 9040-108-F-1 9040-108-F-2 9040-108-Q-2 9040-108-T-1 * 11010-108-A 7040-3.02-A SP#24 • FORM OF BID • . • - • DIVISION 9 - SITE WORK AND LANDSCAPING SEEDING HYDRAULIC SEEDING, SEEDING, FERTILIZING AND MULCHING WARRANTY EROSION AND SEDIMENT CONTROL WATTLE, STRAW, 6 INCH WATTLE, REMOVAL EROSION CONTROL MULCHING, HYDROMULCHING INLET PROTECTION DEVICE, INTERMEDIATE AND DROP IN INLET PROTECTION DEVICE, MAINTENANCE DIVISION 11 - MISCELLANEOUS CONSTRUCTION SURVEY CONSTRUCTION SURVEY SAW CUT TEMPORARY ACCESS, HMA, PLACE, MAINTAIN, REMOVE & RESTORE • SUBTOTAL.( 'MISCEL:ANEOU$ CONTRACT NO. 1023 ADDENDUM NO. 1 LS LF SY 93.0 1.0 1.0 2.0 $ 1.0 1,194.0 489.0 Page 4 of 7 TOTAL BASE BID $ SUDAS SPECIFICATION * SEE UNIT BID TOTAL BID BID SUPPLEMENTAL ALTERNATE A UNIT EST QTY PRICE PRICE ITEM SP = SPCL PROV DESCRIPTION DIVISION 7 - STREETS AND RELATED WORK ALTERNATE A o HMA PAVEMENT, HMA 1.5", STANDARD TRAFFIC(ST) 1A 7020-108-B-0 * SURFACE, 1/2" MIX, PG 58-28S, 75% CR., NO FRICTION READ. SY 25,533.0 $ $ * PAVEMENT, HMA, 1.5" STANDARD TRAFFIC(ST) 2A 7020-108-B-0 INTERMEDIATE, 1/2" MIX, PG 58-28S, 60% CR. SY 10,985.0 $ $ PAVEMENT, HMA, 3", STANDARD TRAFFIC(ST) 3A 7020-108-B-0 INTERMEDIATE, 1/2" MIX, PG 58-28S, 60% CR. SY 14,548.0 $ $ PAVEMENT, HMA, 3", STANDARD TRAFFIC(ST) 4A 7020-108-B-0 * BASE, 3/4" MIX, PG 58-28S, 60% CR. SY 25,533.0 $ $ CURB AND GUTTER, 24 IN WIDE, 6 IN THICK, C-4, 5A 7010-108-E-0 CL 3 AGG LF 7,214.0 $ $ CURB AND GUTTER, 24 IN WIDE, 7.5 IN THICK, C- 6A4, 7010-108-E-0 CL 3 AGG LF 6,276 2 $ $ LS 1.0 $ $ 7A 7020-108-1-0 HMA PAVEMENT SAMPLES AND TESTING 8A 2010-108-E-0 * EXCAVATION, CLASS 10 CY 9,503.2 $ $ LS 1.0 $ $ 9A 11,050-108-A-0 CONCRETE WASHOUT SY 1,955.0 $ $ 10A 7010-3.04 COLD WEATHER CONCRETE PROTECTION * SY 1,955.0 $ $ 11A 7010,3.02, J LINSEED OIL TREATMENT SUBTOTAL ALTERNATE A $ SUDAS SPECIFICATION * SEE UNIT BID TOTAL BID BID SUPPLEMENTAL ALTERNATE B PRICE PRICE ITEM SP = SPCL PROV DESCRIPTION UNIT EST QTY ALTERNATE B - PCC SY 12,952.6 $ NO BID $ N/A 1 B 7010-108-A-0 PAVEMENT, PCC, 6 INCH, C-4, CL 3 AGG SY 16,276.3 $ NO BID $ N/A 2B 7010-108-A-0 PAVEMENT, FCC, 7 INCH, C-4, CL 3 AGG LS 1.0 $ NO BID $ N/A 3B 7010-108-1-0 PCC PAVEMENT SAMPLES AND TESTING 4B 2010-108-E-0 * EXCAVATION, CLASS 10 CY 9,257.1 $ NO BID $ N/A LS 1.0 $ NO BID $ N/A 5B 11,050-108-A-0 CONCRETE WASHOUT SY 8,625.0 $ NO BID $ N/A 6B 7010-3.04 COLD WEATHER CONCRETE PROTECTION * SY 8,625.0 $ NO BID $ N/A 7B 7010,3.02, J LINSEED OIL TREATMENT NO BID SUBTOTAL ALTERNATE B $ TOTALBASE BID $ 9 Yt 5 3 eat BASE BID + ALTTOTAL ERNATE A $ A FORM OF BID CONRACT NO. 1023 Page 5 of 7 FORM OF BID OR PROPOSAL F.Y. 2021 STREET RECONSTRUCTION PROGRAM CONTRACT NO. 1023 ADDENDA NOS. 1, 2 & 3 CITY OF WATERLOO, IOWA F.Y. 2021 STREET RECONSTRUCTION PROGRAM CONTRACT NO. 1023 UNIT BID TOTAL BID BID BASE BID UNIT EST. ITEM DESCRIPTION QTY. PRICE PRICE DIVISION 2 - EARTHWORK 1 CLEARING AND GRUBBING UNITS 207.00 $125.00 $25,875.00 2 TOPSOIL, 4', ON OR OFF SITE SY 5588.00 $10.40 $58,115.20 3 SUBGRDE TREAT, WOVEN GEO SY 7305.00 $4.50 $32,872.50 4 SUBBASE, MODIFIED TON 22708.00 $26.75 $607,439.00 CY $2,625.00 5 CL 10 SPEC SUBGRDE MAT'L 50.00 $52.50 SUBTOTAL BASE BID EARTHWORK $726,926.70 DIVISION 4 - SEWERS AND DRAINS -SANITARY 6 SAN SEWER, TRENCHED, 36" LF 365.00 $350.00 $127,750.00 7 SAN SEWER, TRENCHED, 18" LF 50.00 $250.00 $12,500.00 8 SAN SEWER, TRENCHED, 12" LF 0.00 $0.00 $0.00 9 SAN SEWER, TRENCHED, 10" LF 322.00 $90.00 $28,980.00 10 SAN, SEWER, TRENCHED, 8" LF 258.00 $88.90 $22,936.20 11 SAN SEWER SERVICE, 6" LF 641.00 $73.00 $46,793.00 12 WATER MAIN PROTECTION LS 1.00 $5,000.00 $5,000.00 13 SAN SEWER, ABAN/PLUG, 8" LF 230.00 $28.00 $6,440.00 14 REM SAN SEWER LESS THAN 15" LF 103.30 $25.00 $2,582.50 15 SAN SEWER SERVICE TRACE EACH 3.00 $600.00 $1,800.00 16 SAN SEWER SERV DYE TEST EACH 3.00 $400.00 $1,200.00 17 SAN SEWER SERV INVESTIGATE EACH 3.00 $1,000.00 $3,000.00 DIVISION 6 - STRUCTURES FOR SANITARY SEWERS 18 MANHOLE, SW-301, 48" EACH 4.00 $5,500.00 $22,000.00 REMOVE MANHOLE, SANITARY EACH 1.00 $800.00 $800.00 19 20 REM MH, TOP SECTION FILL BASE EACH 1.00 $3,500.00 $3,500.00 21 MINOR ADJUST, MH W/SW-601 A EACH 20.00 $1,650.00 $33,000.00 22 MINOR ADJUST, MH W/SW-602 G EACH 1.00 $1,650.00 $1,650.00 SUBTOTAL BASE BID SANITARY SEWER $319,931.70 DIVISION 4 - SEWERS AND DRAINS -STORM 23 STORM SEWER, RCP 2000D, 36" LF 41.00 $175.00 $7,175.00 24 STORM SEWER, RCP 2000D, 24" LF 45.00 $165.00 $7,425.00 25 STORM SEWER, RCP 2000D, 15" LF 1.65.00 $60.00 $9,900.00 26 STORM SEWER, RCP 2000D, 12" LF 278.00 $60.00 $16,680.00 27 REM ST SEWER, LESS THAN 36" LF 337.00 $18.00 $6,066.00 28 REM OF EXISTING DRAIN TILE LF 3769.00 $8.00 $30,152.00 29 SUBDRAIN, TYPE SP, 6" LF 13519.00 $12.00 $162,228.00 30 SUBDRAIN OUTLETS, CMP, 6" EACH 63.00 $350.00 $22,050.00 LF 299.00 $12.00 $3,588.00 31 ST SEWER SERVICE STUBS, S, 4" DIVISION 6 - STRUCTURES FOR STORM SEWERS 32 MANHOLE, SW-401, 48" EACH 2.00 $5,000.00 $10,000.00 33 MANHOLE, SW 402 EACH 1.00 $5,400.00 $5,400.00 34 MANHOLE, SW-406 EACH 2.00 $5,600.00 $11,200.00 35 INTAKE, SW-501, SINGLE GRATE EACH 17.00 $4,900.00 $83,300.00 36 INTAKE, SW-505, DOUBLE GRATE EACH 3.00 $6,000.00 $18,000.00 37 INTAKE, SW-507, SINGLE CURB EACH 1.00 $5,500.00 $5,500.00 38 INTAKE, SW-512, 24", W/SW-604 EACH 1.00 $5,000.00 $5,000.00 39 CONN TO EXIST STRUCT, PIPE EACH 2.00 $1,500.00 $3,000.00 40 CONN TO EXIST INTAKE, DR TILE EACH 9.00 $650.00 $5,850.00 41 REM MH OR INTAKE, STORM EACH 24.00 $600.00 $14,400.00 42 INTAKE SW-507 R/R SHAPE/TOP EACH 9.00 $3,000.00 $27,000.00 43 INTAKE SW-509 R/R SHAPE/TOP EACH 5.00 $3,500.00 $17,500.00 44 INTAKE SW-541 R/R SHAPE/TOP EACH 1.00 $4,000.00 $4,000.00 45 INTAKE SW-545 R/R SHAPE/TOP EACH 3.00 $4,500.00 $13,500.00 46 REM EXIST SW-541TOP/SW-402 EACH 1.00 $3,500.00 $3,500.00 47 INTAKE, E-1-C/SW-501, R/R BO EACH 7.00 $1,750.00 $12,250.00 48 INTAKE, E-2-C/SW-505, R/R BO EACH 3.00 $2,250.00 $6,750.00 49 MINOR ADJUST, MH W/SW-602 E EACH 8.00 $1,500.00 $12,000.00 50 FURN/INST. SW-603 TYPE R EACH 2.00 $2,000.00 $4,000.00 51 REM/REP TRENCH DRAIIN, COMP LS 1.00 $4,750.00 $4,750.00 SUBTOTAL BASE BID STORM SEWER $532,164.00 DIVISION 5 - WATER MAINS AND APPURTENANCES $4,125.00 52 WATER SERV PIPE, COPPER 3/4" LF 55.00 $75.00 53 WATER SERV CORP, 3/4" EACH 2.00 $500.00 $1,000.00 54 WATER SERV CURB STOP, 3/4" EACH 2.00 $500.00 $1,000.00 55 WATER SERV CURB BOX, 3/4" EACH 2.00 $500.00 $1,000.00 56 CONVERT WV MH TO ROADBOX EACH 11.00 $700.00 $7,700.00 57 WATER SERV TAP, 3/4" OR 1" EACH 2.00 $700.00 $1,400.00 58 WATER SERVICE KILL EACH 43.00 $500.00 $21,500.00 59 LOWER WATER SERV 3/4' OR 1" EACH 1.00 $2,500.00 $2,500.00 60 WATER SERV UNDERG INVESTIG EACH 5.00 $1,000.00 $5,000.00 61 INSULATE COPPER WATER SER EACH 1.00 $1,500.00 $1,500.00 SUBTOTAL BASE BID WATER APPURTENANCES $46,725.00 DIVISION 7 - STREETS AND RELATED WORK PCC PAVEMENT $20,007.00 62 PAVEMENT, PCC, 7", M-4, CL 3 SY 370.50 $54.00 $16,092.00 63 PAVEMENT, PCC, 10", M-4, CL 3 SY 268.20 $60.00 SIDEWALKS, SHARED USE PATHS AND DRIVEWAYS $15,052.05 64 REM SIDEWALK AND DRIVEWAY SY 2315.70 $6.50 SY 401.60 $15.00 $6,024.00 65 REM SIDEWALK MISCELLANEOUS $55,325.90 66 SIDEWALK, PCC, C-4, 4' SY 1129.10 $49.00 67 SIDEWALK PCC C-4 6" PED RAMP SY 444.30 $50.00 $22,215.00 68 SIDEWALK, PCC, C-4, THICK EDGE LF 633.00 $51.00 $32,283.00 LF 261.00 $26,100.00 69 COMB RETAINING WALL - S/W $100.00 70 DETECTABLE WARNING S F 566.00 $43.00 $24,338.00 71 D/W & S/W PCC 8' C-4 S Y 89.00 $55.00 $4,895.00 72 D/W & S/W PCC, 6" C-4 S Y 822.60 $50.00 $41,130.00 73 D/W & S/W PCC, 5" C-4 S Y 368.20 $49.75 $18,317.95 PAVEMENT REHABILITATION 74 PAVEMENT REMOVAL CONCRETE S Y 30632.30 $6.35 $194,515.11 S UBTOTAL STREETS AND RELATED WORK $476,295.01 DIVISION 8 - PAVEMENT MARKINGS AND TRAFFIC CONTROL PAVEMENT MARKINGS 75 PAINTED PVMT MARKINGS STA 93.00 $78.00 $7,254.00 76 S RECUT SYMBOLS & LEGENDS EACH 1.00 $820.00 $820.00 TEMPORARY TRAFFIC CONTROL 77 TEMPORARY TRAFFIC CONTROL LS 1.00 $32,500.00 $32,500.00 78 DIRECTIONAL SIGNS PER DETAIL EACH 2.00 $900.00 $1,800.00 78A DETOUR W 4TH St. LS 1.00 $2,500.00 $2,500.00 S UBTOTAL PAVEMENT MARKING AND TRAFFIC CONTROL $44,874.00 DIVISION 9 - SITE WORK AND LANDSCAPING S EEDING 79 HYDRAULIC SEED/FERT/MULCH S Y 5848.00 $3.45 $20,175.60 80 WARRANTY SY 975.00 $3.25 $3,168.75 EROSION AND SEDIMENT CONTROL 81 TEMP RECP, WOOD EXC. MAT 2B SY 120.00 $5.70 $684.00 82 WATTLE, STRAW, 6" LF 180.00 $7.50 $1,350.00 83 WATTLE, REMOVAL LF 180.00 $2.00 $360.00 84 EROSION CONTROL, HYDRO S Y 2779.00 $3 25 $9,031.75 85 INLET PROTECT DEVICE EACH 62.00 $485.00 $30,070.00 86 INLET PROTECT MAINTENANCE EACH 62.00 $100.00 $6,200.00 S UBTOTAL SITE WORK AND LANDSCAPING $71,040.10 DIVISION 11 - MISCELLANEOUS CONSTRUCTION SURVEY 87 CONSTRUCTION SURVEY LS 1.00 $32,000.00 $32,000.00 88 SAWCUT LF 1194.00 $7.75 $9,253.50 89 TEMP ACCESS, HMA, REM/REST S Y 489.00 $67.00 $32,763.00 S UBTOTAL MISCELLANEOUS $74,016.50 TOTAL BASE BID $2,291,973.01 ALTERNATE A DESCRIPTION DIVISION 7 - STREETS AND RELATED WORK ALTERNATE A - HMA 1A 1.5", HMA ST 1/2" SURF, 75% CR SY 25533.00 $10.80 $275,756.40 2A 1.5", HMA ST 1/2" INT, 60% CR SY 10985.00 $10.50 $115,342.50 3A 3.0", HMA ST 1/2" INT, 60% CR SY 14548.00 $19.80 $288,050.40 4A 3.0", HMA ST 3/4" BASE 60% CR SY 25533.00 $18.90 $482,573.70 5A C&G, 24" WIDE, 6.0" THICK LF 7214.00 $18.00 $129,852.00 6A 1c&G, 24" WIDE, 7.5" THICK $119,2a7.80 6276.20 $19.00 L - LS 1.001 $5,000.001 $5,000.00 7A IPAVI M SAMP LI S/ I ES I ING _.NT CY I 9503.201 $13.50 $128,293.20 8A IEXCAVATION, CLASS 10 1 1.001 $1,500.00 $1,500.00 LS -1_, 9A CCNCI R- WASHOUT SY 1955.001 $8.001 $15,640.00 10A COLD WHA I HI--�R CONC. PRO 1955.001 $8.501 $16,617.50 LSY 11A LINSI ED OIL IREA I MINI ( 1$1,577,873.50 ISUBT.TAL All INRNA TE A TOTAL BASEI:4 TOTAL TAL BASE h ID AU , UJ Aspro, Inc. BY: (Name o Bidder) M i Ito / . Dakovich c:, ALTERNATE A RNATE Official Address: (Including Zip Code) 3613 Texas St. P. O Box 2620 Waterloo, Iowa 50704 421=1011512 0 3/2 5/21 (Date) $3,869,846.51 Title: President NO t ID TOTAL BASE BID + ALTERNATE B NO BID 2. It is understood that the quantities set forth are approximate only and subject to variation and that the unit bid price for the work done shall govern in the actual payment to Contractor. 3 In submitting this bid, the bidder understands that the right is reserved by the City of Waterloo Iowa, to reject any or all bids. If written notice of the acceptance of this bid is mailed, telegraphed, or delivered to the undersigned within thirty (30) days after the opening thereof, or at any time thereafter before this bid is withdrawn, the undersigned agrees to execute and deliver an agreement in the prescribed form and furnish the required bond and certificate of the insurance within ten (10) days after the agreement is presented to him for signature, and start work within ten (10) days after "Notice to Proceed" is issued. 4 Security in the sum of 5% OF BID AMOUNT Dollars ($ 5% in the form of BID BOND , is submitted herewith in accordance with the INSTRUCTIONS TO BIDDER. 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 MP 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 hi/92Gll $ �U 1'1 h,A,ec�r / 9'Aso 14- 1 3 47A4411 like 'lotl 10. The bidder shall list the MBE/WBE 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". FORM OF BID CONRACT NO. 1023 Page 6 of 7 12. The bidder has attached all applicable forms. 13. The Owner reserves the right to select alternates, delete line items, and/or to reduce quantities prior to the award of a contract due to budgetary limitations. ASPRO, INC. MARCH 25, 2021 (Name, of Bidder) BY:470 Official 4ldress: (Including Zip Code): 3613 TEXAS ST.; PO BOX 2620 (Date) Title ,/dIVA0E'er WATERLOO, IA 50704 I.R.S. No. 42-1011512 FORM OF BID CONRACT NO. 1023 Page7of7 NON -COLLUSION AFFIDAVIT OF PRIMA; BIDDER State of IOWA )ss County of BLACK HAWK MILT DAKOVICH , being first duly sworn, deposes and says that: 1. He is (Owner, Partner, Officer, , or AgPnt) , 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) PRESID NT Title Subscribed and sworn to before me this 25 day of MARCH Title Cis My commission expires ack -aesD3 , 2021 . • i\i\cA,tiCii..cEIA ear CHRISTY JOHNSON COMMISSION NO. 764029 MY COMMISSION EXPIRES JURY 29, 2022 Bidder Status Form L To be completed by all bidders Part Please answer "Yes" or "No" for each of the following: Yes 0 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 JNo My company com an 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 1No 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 more questions above, your company is a nonresident bidder. Please complete Parts C and D of this form. Yes QNo To be completed by resident bidders Part 13 My company has maintained offices in Iowa during the past 3 years at the following addresses: Dates: 01 / 01 /1980 to PR %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 non4esident 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? Yes 0 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. J To be completed by all bidders Part 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, NC. • Signature. Date: MARCH 25, 2021 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) MBE/WBF BUSINESS ENTERPRISE PRN4BID CONTACT INFORMATION FORM Prime Contractor Name: ASPRO9 INC. Project: 1023 Letting Date: MARCH 25, 2021 NO IVMBE/WBE SUFICONTRAC T ORS: 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 MBE/WBE subcontractors will be used, please use the bottom portion of this form. Contractor Signature: N/A Title: Date: 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 may 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 INFORMATION SHOWING BIDDER'S PRE'4BID MBE[WBE BUSINESS ENTERPRISE CONTACTS Quotes Received Quotation used in bid Dates Dollar Amount Proposed to MBE/WRE Dates Contacted Yes/No Contacted be Subcontracted Subcontractors Yes/No D.C. CORPORATION 03/03/21 ye‘S Q 1/4 lb/ /15 ; g y ng, 35 QUICK CONSTRUCTION 03/03/21 A'U DANIELS HOME 03/03/21 Q, t, God/° hiAf IMPROVEMENT yes p j)f/4) yes Low 41,0 GREER'S WORKS 03/03/21 gyp OLD GREER'S WORKS 03/03/21 v p (Form CCO-4) Rev. 06-20-02 t/Ana=a, SPRO 3613 Texas Street ® P.O Box 2620 • Waterloo, Iowa 50704 F.Y. 2021 STREET RECONSTRUCTION PROGRAM CONTRACT NO. 1023 WATERLOO, IOWA PER HOUR SURVEY RATES STAFF PROFESSIONAL PARTY CHIEF TWO -PERSON CREW THREE -PERSON CREW $145.00/HOUR $120.00/HOUR $150.00/HOUR $175.00/HOUR Phone (319)232-6537 Phone 232-6537 Fax: (319) 232-6539 DC CORPORATION 426 BEECH ST WATERLOO, IA 50703 Phone (319) 232-6537 3613 Texas Street a P.O. Box 2620 ©Waterloo, Iowa 50704 Fax: (319) 232-6539 March 2, 2021 RE• F.Y. 2021 STREET RECONSTRUCTION PROGRAM CONTRACT NO. 1023, 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 24, 2021. 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: DC CORPORATION 426 BEECH ST WATERLOO, IA 50703 Phone (319) 232-6537 3613 Texas Street 0 P.O. Box 2620 ®Waterloo, Iowa 50704 Fax: (319) 232-6539 SUBCONTRACTOR'S BID REQUF'ST FORM RE• CONTRACTI\O. 1023, WATERLOO, IOWA I, DC CORPORATION, hereby attest that I have been solicited for a bid on F.Y. 2021 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 24, 2021 at 4 00 PM, CST. DATE SUBCONTRACTOR'S COMPANY NAMh * 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 a P.O. Box 2620 a Waterloo, Iowa 50704 Fax: (319) 232-6539 DANIELS HOME IMPROVEMENT 3358 BRISTOL RD WATERLOO, IA 50701 March 2, 2021 RE• F.Y. 2021 STREET RECONSTRUCTION PROGRAM CONTRACT NO. 1023, 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 24, 2021. 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 o P.O. Box 2620 o Waterloo, Iowa 50704 Fax: (319) 232-6539 SUBCONTRACTOR'S BID REQUEST FORM DANIELS HOME IMPROVEMENT 3358 BRISTOL RD WATERLOO, IA 50701 RE• CONTRACT NO. 1023, WATERLOO, IOWA I, DANIELS HOME IMPROVEMENT, hereby attest that I have been solicited for a bid on F.Y. 2021 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 24, 2021 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. GREFR'S WORKS. 2003 PLAINVIEW WATERLOO, IA 50703 Phone (319) 232-6537 3613 Texas Street 0 P.O. Box 2620 0 Waterloo, Iowa 50704 Fax: (319) 232-6539 March 2, 2021 RE• F.Y. 2021 STREET RECONSTRUCTION PROGRAM CONTRACT NO. 1023, WATT RLOO, 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 24, 2021. 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 hmployer. Sincerely, Milton J. Dalcovich MD/cj line: Phone (319) 232-6537 3613 Texas Street o P.O. Box 26200 Waterloo, Iowa 50704 Fax: (319) 232-6539 SUBCONTRACTOR'S BID REQUEST FORM GREER'S WORKS 2003 PLAINVIEW WATERLOO, IA 50703 RE' CONTRACT NO. 1023, WATERLOO, IOWA I, GREER'S WORKS hereby attest that I have been solicited for a bid on F.Y. 2021 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 24, 2021 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. OLD GRENR'S WORKS 2309 SPRINGVII- W ST WATERLOO, IA 50707 3613 Texas Street e P.O. Box 2620 Waterloo, Iowa 50704 March 2, 2021 RE• F.Y. 2021 STREET RECONSTRUCTION PROGRAM CONTRACT NO. 1023, 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, March 24, 2021. 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. Dakovieh MD/cj Enc: OLD GREER'S WORKS 2309 SPRINGVIEW ST WATERLOO, IA 50707 Phone (319) 232-6537 3613 Texas Street o P.O. Box 2620 o Waterloo, Iowa 50704 Fax: (319) 232-6539 SUBCONTRACTOR'S BID REQUhST FORM RE• CONTRACT NO. 1023, WATERLOO, IOWA I, OLD GREER'S WORKS; hereby attest that I have been solicited for a bid on F.Y. 2021 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 24, 2021 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 BIDDhR'S SIGNATURE 3613 Texas Street 0 P.O. Box 2620 o Waterloo, Iowa 50704 QUICK CONSTRUCTION 217 BATHS ST WATERLOO, IA 50703 March 2, 2021 RE• F.Y. 2021 STREET RECONSTRUCTION PROGRAM CONTRACT NO. 1023, 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, March 24, 2021. 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 kqual Opportunity Employer. Sincerely, Milton J. Dakovich MD/cj Enc: Phone (3-19) 232-6537 3613 Texas Street P.O. Box 2620 0 Waterloo, Iowa 50704 Fax: (319) 232-6539 SUBCONTRACTOR'S BID REQUPST FORI\4 QUICK CONSTRUCTION 217 BATES ST WATERLOO, IA 50703 RP CONTRACT NO. 1023, WATERLOO, IOWA I, QUICK CONSTRUCTION, hereby attest that I have been solicited for a bid on F.Y. 2021 STREhT RECONSTRUCTION PROGRAM inthe 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 24, 2021 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. F.Y. 2021 STREET RECONSTRUCTION PROGRAM CONTRACT NO. 1023 CITY OF WATERLOO, IOWA E.Y. 2020 STREET RECONSTRUCTION PROGRAM CONTRACT NO. 1023 BID DESCRIPTION UNIT EST. QTY. ITEM DIVISION 2 - EARTHWORK 1 CLEARING AND GRUBBING UNITS 207.00 2 TOPSOIL, 4 INCHES, ON OR OFF SITE SY 5,588.00 3 SUBGRADE TREATMENT, WOVEN GEOTEXTILE OR GEOGRID SY 7,305.00 4 SUBBASE, MODIFIED TONS 22,708.00 5 CLASS 10, SPECIAL SUBGRADE MATERIAL CY 50.00 BID DESCRIPTION UNIT EST. QTY. ITEM DIVISION 4 - SEWERS AND DRAINS - SANITARY 6 SANITARY SEWER GRAVIITY MAIN, TRENCHED, PVC, 36 INCH LF 365.00 7 SANITARY SEWER GRAVITY MAIN, TRENCHED, PVC, 18 INCH LF 50.00 8 SANITARY INCH SEWER GRAVITY MAIN, TRENCHED, TRUSS, 12 LF 292.00 SANITARY SEWER GRAVITY MAIN, 9 INCH TRENCHED, TRUSS, 10 LF 322.00 SANITARY SEWER GRAVITY MAIN, 10 INCH TRENCHED, TRUSS, 8 LF 258.00 11 SANITARY SEWER SERVICE STUB/RENEW, SDR 23.5, 6 INCH LF 641.00 12 WATER MAIN PROTECTION DURING SANITARY CONSTRUCTIO LS 1.00 13 SANITARY SEWER ABANDONMENT, FILL AND PLUG, 8 INCH LF 230.00 REMOVAL OF SANITARY SEWER, LESS THAN OR EQUAL TO 14 15 INCH LF 103.30 15 SANITARY SEWER SERVICE, TRACE EACH 3.00 16 SANITARY SEWER SERVICE, DYE TEST INVESTIGATION EACH 3.00 17 SANITARY SEWER SERVICE, UNDERGROUND INVESTIGATION EACH 3.00 BID ITEM DESCRIPTION DIVISION 6 - STRUCTURES FOR SANITARY SEWERS UNIT EST. QTY. 18 MANHOLE, SW-301, 48" EACH 4.00 19 REMOVE MANHOLE, SANITARY EACH 1.00 20 REMOVE MANHOLE, TOP SECTIONS AND FILL BASE SECTION EACH 1.00 21 MINOR ADJUSTMENT, MANHOLE W/ SW-601 TYPE A CASTING & CITY OF WATERLOO COVER EACH 20.00 22 MINOR ADJUSTMENT, MANHOLE W/ SW-602 TYPE G CASTING & CITY OF WATERLOO SANITARY COVER EACH 1.00 ITEM BID DESCRIPTION DIVISION 4 - SEWERS AND DRAINS - STORM UNIT EST. QTY. 23 STORM SEWER, TRENCHED, RCP 2000D, 36 INCH LF 41.00 LF 45.00 24 STORM SEWER, TRENCHED, RCP 2000D, 24 INCH 25 STORM SEWER, TRENCHED, RCP 2000D, 15 INCH LF 165.00 26 STORM SEWER, TRENCHED, RCP 2000D, 12 INCH LF 278.00 LF 337.00 27 REMOVAL TO 36 INCH OF STORM SEWER, RCP, LESS THAN OR EQUAL LF 3,769.00 28 REMOVAL OF EXISTING DRAIN TILE 29 SUBDRAIN, TyPE SP, 6 INCH LF 13,519.00 EACH 63.00 30 SUBDRAIN OUTLETS CMP, 6 INCH LF 299.00 31 STORM SEWER SERVICE STUB, TYPE S, 4 INCH UNIT EST. QTY. BID DESCRIPTION ITEM DIVISION 6 - STRUCTURES FOR STORM SEWERS 32 MANHOLE, SW-401, 48" EACH 2.00 33 MANHOLE, SW-402 EACH 1.00 34 MANHOLE, SW-406 EACH 2.00 35 INTAKE, SW-501, SINGLE GRATE EACH 17.00 36 INTAKE, SW-505, DOUBLE GATE EACH 3.00 INTAKE, SW-507, SINGLE OPEN -THROAT CURB INTAKE, 37 SMALL BOX EACH 1.00 EACH 1.00 INTAKE, SW-512, 24 INCH, CIRCULAR AREA INTAKE W/ SW-604 38 TYPE 5 EACH 2.00 39 CONNECTION TO EXISTING STRUCTURE, PIPE 40 CONNECTION TO EXISTING INTAKE, DRAIN TILE EACH 9.00 41 REMOVE MANHOLE OR INTAKE, STORM EACH 24.00 INTAKE, SW-507, REMOVE AND REPLACE SPECIAL SHAPING 42 AND TOP EACH 9.00 INTAKE, SW-509, REMOVE AND REPLACE SPECIAL SHAPING 43 AND TOP EACH 5.00 INTAKE, SW-541, REMOVE AND REPLACE SPECIAL SHAPING 44 AND TOP EACH 1.00 INTAKE, SW-545, REMOVE AND REPLACE SPECIAL SHAPING 45 AND TOP EACH 3.00 EACH 1.00 REMOVE EXISTING SW-541 TOP, CONVERT TO MANHOLE, SW- 46 402 47 INTAKE, E-1-C/SW-501„ REMOVE AND REPLACE BOXOUT EACH 7.00 48 INTAKE, E-2-C/SW-505„ REMOVE AND REPLACE BOXOUT EACH 3.00 MINOR ADJUSTMENT, MANHOLE W/ SW-602 TYPE E CASTING 49 & CITY OF WATERLOO COVER EACH 8.00 50 FURNISH AND INSTALL SW-603 TYPE R CASTING EACH 2.00 51 REMOVE AND REPLACE TRENCH DRAIN, COMPLETE LS 1.00 ITEM BID DESCRIPTION DIVISION 5 - WATER MAINS AND APPURTENANCES UNIT EST. QTY. 52 WATER SERVICE PIPE, COPPER, 3/4 INCH LF 55.00 53 WATER SERVICE CORPORATION, 3/4 INCH EACH 2.00 54 WATER SERVICE CURB STOP, 3/4 INCH EACH 2.00 55 WATER SERVICE CURB BOX, 3/4 INCH EACH 2.00 56 CONVERT WATER VALVE MANHOLE TO ROADBOX EACH 11.00 57 WATER SERVICE TAP, 3/4 OR 1 INCH EACH 2.00 58 WATER SERVICE KILL EACH 43.00 59 LOWER WATER SERVICE, 3/4" OR 1 INCH EACH 1.00 60 WATER SERVICE, UNDERGROUND INVESTIGATION EACH 5.00 61 INSULATE EXISTING COPPER WATER SERVICE EACH 1.00 BID DESCRIPTION UNIT EST. QTY. ITEM DIVISION 7 - STREETS AND RELATED WORK 62 PAVEMENT, PCC, 7 INCH, M-4, CL 3 AGG SY 370.50 63 PAVEMENT, FCC, 10 INCH, M-4, CL 3 AGG SY 268.20 ITEM SIDEWALKS, SHARED USE PATHS AND DRIVEWAYS SY 2,315.70 64 REMOVAL OF SIDEWALK AND DRIVEWAY 65 REMOVAL OF SIDEWALK, MISCELLANEOUS SY 401.60 66 SIDEWALK, PCC C-4, 4 INCH, C-4 SY 1129.10 SY 444.30 67 SIDEWALK, PCC C-4, 6 INCH PEDESTIAN RAMP, C-4 LF 633.00 68 SIDEWALK, PCC C-4,CLASS A THICKENED EDGE 69 COMBINED RETAINING WALL - SIDEWALK LF 261.00 SF 566.00 70 DETECTABLE WARNING SY 89.00 71 DRIVEWAY AND SIDEWALK, PAVED, PCC, 8 INCH, C-4 SY 822.60 72 DRIVEWAY AND SIDEWALK, PAVED, PCC, 6 INCH, C-4 SY 368.20 73 DRIVEWAY AND SIDEWALK, PAVED, PCC, 5 INCH, C-4 PAVEMENT REHABILITATION SY 30,632.30 74 PAVEMENT REMOVAL, CONCRETE UNIT EST. QTY. BID DESCRIPTION ITEM DIVISION 8 - PAVEMENT MARKINGS AND TRAFFIC CONTROL PAVEMENT MARKINGS 93.00 75 PAINTED PAVEMENT MARKINGS, SOLVENT/WATERBOURNE STA EACH 1.00 76 PRECUT SYMBOLS AND LEGENDS TEMPORARY TRAFFIC CONTROL 77 TEMPORARY TRAFFIC CONTROL LS 1.00 EACH 2.0 1 78 DIRECTIONAL SIGNS, PER DETAILS ITEM BID DESCRIPTION DIVISION 9. - SITE WORK AND LANDSCAPING UNIT EST. QTY. SEEDING 5,848.00 79 HYDRAULIC MULCHING SEEDING, SEEDING, FERTILIZING AND SY 80 WARRANTY SY 975.00 EROSION AND SEDIMENT CONTROL 120.00 81 TEMPORARY RECP, WOOD EXCELSIOR MAT, TYPE 2B SY 180.00 82 WATTLE, STRAW, 6 INCH LF 83 WATTLE, REMOVAL LF 180.00 84 EROSION CONTROL 2,779.00 MULCHING, HYDROMULCHING SY 62.00 85 INLET PROTECTION DEVICE, INTERMEDIATE AND DROP IN EACH 62.00 86 INLET PROTECTION DEVICE, MAINTENANCE EACH BID DESCRIPTION UNIT EST. QTY. ITEM DIVISION 11 - MISCELLANEOUS CONSTRUCTION SURVEY 1.00 87 CONSTRUCTION SURVEY LS 1,194.00 88 SAW CUT LF ALTERNATE A BID DESCRIPTION UNIT EST. QTY. ITEM DIVISION 7 - STREETS AND RELATED WORK ALTERNATE A - HMA LF 7,214.00 5A CURB AND GUTTER, 24 IN WIDE, 6 IN THICK, C-4, CL 3 AGG LF 6,276.20 6A CURB AND GUTTER, 24 IN WIDE, 7.5 IN THICK, C-4, CL 3 AGG 8A EXCAVATION, CLASS 10 CY 9,503.20 LS 1.00 9A CONCRETE WASHOUT SY 1,955.00 10A COLD WEATHER CONCRETE PROTECTION SY 1,955.00 11A LINSEED OIL TREATMENT a 0 F`7 m 0 grma VINNIVE 0) 0 I U.S. POSTAGE PAID Q. Q) ci c) OC 0 CD co Tra CO ni X Q 0- r- " ra; NZ Jr -D Lo croe°0 to W° N 2 ra a Li vw LLI aS. 0 Let 0 0 4a 0 ZO a 2 F a) 0 0 -i--, 0 - V a) 0 O � Z C I JQ U I— a O 0 5 TOTAL NO. of Pieces Listed by Sender um Postmaster, per (name of recei C.o o he, co C) 0) r0�{ \V (Name, Street • • Co O O Ln H 0 0 (24 N • • 3358 BRISTOL RD II Ln O I —I • O QUICK CONSTRUCTION BATES ST i\ N 01) • -car • II N- • 2003 PLAINVIEW Co Ln O ISt • II N • OLD GREER 2309 SPRINGVIEW cC I -I WATERLOO cd PSN 7530-17-000-5549 oJ co ti 0 N tB Lei C Ca Co (0 r) 0 1 See Reverse for finstrucfuons Phone (319) 232-6537 3613 Texas Street ® P.U. Box 2620 ® Waterloo, Iowa 50704 Fax: (3-1 9) 232-6539 SUBCONTRACTOR'S BID REQUEST FORM DANIELS HOME IMPROVEMENT 3358 BRISTOL RD WATERLOO, IA 50701 RE: CONTRACT NO. 1023, WATERLOO, IOWA I, DANIELS HOME IMPROVEMENT, hereby attest that I have been solicited for a bid on F.Y. 2021 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 24, 2021 at 4:00 PM, CST. :1Z1 2-62-/ DATE * Return the original Subcontractor's Bid Request Form with the prime Bidder's total bid. cgorAQ) -1 SUBCONTRACTOR'S COMPANY NAME S BC TRACTOR'S SIGNATURE PRI BIDDER'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 ($ v-�O/Qays ) 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 25th day of March , 2021 , for FY 2021 Street Reconstruction Program, Waterloo, Iowa; Contract No. 1023 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 fom specified and shall furnish a bond for his faithful performance of said contract, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in ail other respects perform the agreement created by the acceptance of said Bid, 1 hen 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 statutoi y 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 by signed by their proper officers this 8th day of March _ A.D. 2021 Aspro, Inc. Principal Q� B 1 1 u!t-' 1(Seal) L /off tiy/tv? North American Specialty Insurance Comparvieal) Witness Surety 2 _ By itnc�_ y Marty Bennett Attorney -in -fact Cind Bennett (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 TIIESE 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 Kansas City, Missouri 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 Kansas City, Missouri, and Westport Insurance Corporation, organized under the laws of the State of Missouri, and having its principal office in the City of Kansas City, Missouri 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, WENDY A. LEWIS, and STAGE CHRISTENSEN 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, contractor 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." \\U\lUtiillgIP4: • _' SEAL �m ism i9n fce- tic) 4frgoNimtN\\�• 601.11ar@:a gikONAL SEAL t..z 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 DECEMBER , 20 20 State of Illinois County of Cook On this 3RD day of DECEMBER , 2020, 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. ss: North American Specialty Insurance Company Washington International Insurance Company Westport Insurance Corporation OFFICIAL SEAL WI KENNY Notary p tlic Stole of :Ili xus My Commission Csr>crc, 12.1002021 M. Kenny, Notary Public I, Jeffrey Goldberg , the duly elected Vice President and Assistant Secretary of North Amer ican 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 8th day of March , 2021 ry Jeffrey Goldberg, Vice President & Assistant Secretary of Washington International Insurance Company & North American Specialty Insurance Company & Vice President & Assistant Secretary of Westport Insurance Corporation