Loading...
HomeMy WebLinkAboutAspro, Inc.Aspro, Inc P® Box 2620 Waterloo, IA 50704 319-232-6537 1 q I nisi"fl ii n ya {yy�]' i yNy�I� • Ir ` j w. I it E a• '•L.1•J4 d A __ - . u•„_ t 'l l• 1 v •� nn 1�' • a. •i ;La er FORM OF BID OR PROPOSAL RE: 2022 STREET RECONSTRUCTION PROGRAM CONTRACT NO. 1057 DUE: MARCH 10, 2022 1:00PM 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 loth day of March 2022 , for FY 2022 Street Reconstruction Program, Waterloo, Iowa; Contract No. 1057 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 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 24th day of February A.D. 2022 Witness Witness Marty nett a By Aspro, Inc. ®, �,($eal) v North American Specialty Insurance Comparteal) urety By mey-in-fact Cindy Bennett (Title) 4' 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 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, each does hereby make constitute and appoint: JAY D. FREIERMUTH, CRAIG E. HANSEN, BRIAN M. DEIMERLY, CINDY BENNETT, ANNE CROWNER, TIM McCULLOH, STACY VENN, DIONE R. YOUNG, WENDY A. LEWIS, STACIE CHRISTENSEN and SETH ROOKER 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." 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 �_\ Erik Janssens, Senior Vice President of Washington International Insurance Company & Senior Vice President of North American Specialty Insurance Company & Senior Vice President of Westport Insurance Corporation this 24th day of State of Illinois County of Cook On this 24th day of NOVEMBER , 20 21, before me, a Notary Public personally appeared Steven P. Anderson , Senior Vice President of 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 NOVEMBER , 20 21 North American Specialty Insurance Company Washington International Insurance Company Westport Insurance Corporation ss: Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and Senior Vice President of Westport Insurance Corporation and Erik Janssens 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. YASMIN A. PATEL OFFICIAL SEAL Notary Public, State of Illinois My Commission Expires May 28, 2023 a ti Yasmin A. Patel, Notary I, Jeffrey Goldberg, the duly elected Senior 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 24th day of February 2022 . Jeffrey Goldberg, Senior 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 F.Y. 2022 STREET RECONSTRUCTION PROGRAM CONTRACT NO. 1057 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. 2022 STREET RECONSTRUCTION PROGRAM, Contract No. 1057 all in accordance with the above -listed documents and for the unit prices for work in place for the following items and quantities: FY 2022 STREET RECONSTRUCTION PROGRAM CONTRACT NO. 1057 SPECIFICATION SUDAS *SEE ITEM BID SUPPLEMENTAL = SPCL PROV DIVISION DESCRIPTION 1- BASE BID UNIT EST QTY UNIT PRICE BID TOTAL PRICE BID DIVISION 2 - EARTHWORK 1 2010-108-D * TOPSOIL, 4 INCHES, ON OR OFF SITE SY 7,772.0 $ $ 2 2010-108-D * TOPSOIL, 4 INCHES, OFF SITE SY 2,551.0 $ $ 3 2010-108-F * EXCAVATION, CLASS 10 BELOW GRADE CY 560.0 $ $ SUBGRADE TREATMENT, WOVEN GEOTEXTILE 4 2010 108-I * OR GEOGRID SY 14,551.0 $ $ 5 2010-108-J * SUBBASE MODIFIED, 12 INCH SY 21,082.0 $ $ 6 2010-108-J * SUBBASE, MODIFIED, 8 INCH SY 10,202 0 $ $ 7 2010-108-J * SUBBASE, MODIFIED, 4 INCH SY 105.0 $ $ SUBTOTAL BASE B D EARTHWORK DIVISION 4 - SEWERS AND DRAINS - SANITARY SANITARY SEWER GRAVITY MAIN, TRENCHED, 8 4010 108 A 1 TRUSS, 12 INCH LF 40.0 $ $ SANITARY SEWER GRAVITY MAIN, TRENCHED, 9 4010 108 A-1 TRUSS, 10 INCH LF 405.0 $ $ SANITARY SEWER GRAVITY MAIN, TRENCHED, 10 4010-108-A-1 TRUSS, 8 INCH LF 931.5 $ $ SANITARY SEWER SERVICE STUB/RENEW, SDR 11 4010-108-E * 23.5, 6 INCH LF 1,259 0 $ $ REMOVE AND REPLACE SANITARY SEWER, 12 12 4010-108-A-1 INCH LF 15.0 $ $ FORM OF BID CONRACT NO. 1057 Page 1 of 7 DIVISION (CONTINUED) 4 SEWERS AND DRAINS - SANITARY 13 SP # 6 SANITARY SEWER SERVICE, TRACE EACH 5.0 $ $ SANITARY SEWER SERVICE, DYE TEST 14 SP # 5 INVESTIGATION EACH 8.0 $ $ SANITARY SEWER SERVICE, UNDERGROUND 15 SP # 4 INVESTIGATION EACH 2.0 $ $ 16 SP # 7 KILL SANITARY SEWER SERVICE EACH 1.0 $ $ 17 SP # 2 CLASS 10, SPECIAL SUBGRADE MATERIAL CY 100.0 $ $ DIVISION SEWERS 6 - STRUCTURES FOR SANITARY 18 6010-108-A MANHOLE, SW-301, 48" EACH 3.0 $ $ 19 6010-108-H * REMOVE MANHOLE, SANITARY EACH 4.0 $ $ 20 6010-108-G CONNECTION TO EXISTING STRUCTURE, PIPE EACH 2.0 $ $ MAJOR ADJUSTMENT, MANHOLE W/ SW-601 TYPE 21 6010-108-E * EACH A CASTING & CITY OF WATERLOO COVER 2.0 $ $ MINOR ADJUSTMENT, MANHOLE W/ SW-601 TYPE 22 6010 108-E * EACH A CASTING & CITY OF WATERLOO COVER 20.0 $ $ SUBTOTAL BASE BID SANITARY SEWER $ DIVISION 4 - SEWERS AND DRAINS - STORM 23 4020-108-A-1 * STORM SEWER, TRENCHED, RCP 2000D, 24 INCH LF 19.0 $ $ 24 4020-108-A-1 * STORM SEWER, TRENCHED, RCP 2000D, 21 INCH LF 159.0 $ $ 25 4020-108-A-1 * STORM SEWER, TRENCHED, RCP 2000D, 18 INCH LF 209.0 $ $ 26 4020-108-A-1 * STORM SEWER, TRENCHED, RCP 2000D, 15 INCH LF 490.0 $ $ * RCP 2000D, 12 INCH LF 1,010.0 $ $ 27 4020-108-A-1 STORM SEWER, TRENCHED, 28 4020 108 A 1 STORM INCH SEWER, TRENCHED, PVC SDR 23.5, 6 LF 20.5 $ $ 29 4020 108 D * REMOVAL OF STORM INCH SEWER, RCP, LESS THAN LF 1,548.0 $ $ OR EQUAL TO 36 STORM SEWER ABANDONMENT, FILL AND PLUG, 30 4020-108 G 8 INCH LF 102.0 $ $ 31 SP # 9 REMOVAL OF EXISTING DRAIN TILE LF 186.0 $ , $ 32 4040-108-A SUBDRAIN, TYPE SP 6 INCH LF 14,497.0 $ $ 33 4040-108-D SUBDRAIN OUTLETS, CMP, 6 INCH EACH 91.0 $ $ 34 4040 108-C SUBDRAIN CLEANOUT, TYPE 1-A, 6 INCH EACH 22.0 $ $ 35 4040-108-E STORM SEWER SERVICE STUB, TYPE S, 4 INCH LF 396.0 $ $ DIVISION 6 - STRUCTURES FOR STORM SEWERS 36 6010-108-A MANHOLE, SW-401, 48" EACH 11.0 $ $ 37 6010-108-A MANHOLE, SW-401, 60" EACH 2.0 $ $ 38 6010-108-A MANHOLE, SW-401, 72" EACH 1.0 $ $ 39 6010-108-A MANHOLE, SW-402 EACH 1.0 $ $ 40 6010-108-A MANHOLE, SW-406, 48x48 EACH 4.0 $ $ 41 6010-108-A MANHOLE, SW-406, 48x72 EACH 2.0 $ $ 42 6010-108-B INTAKE, SW-501, SINGLE GRATE EACH 18.0 $ $ 43 6010-108-B INTAKE, SW-505, DOUBLE GRATE EACH 21.0 $ $ 44 6010-108-B INTAKE, SW-541 EACH 3.0 $ $ 45 6010-108-B INTAKE, SW-542 EXTENSION UNIT EACH 3.0 $ $ 46 6010-108-B INTAKE, SW-545 W/ 14 LO EACH 2.0 $ $ 47 6010-108-G CONNECTION TO EXISTING STRUCTURE, PIPE EACH 3.0 $ $ 48 CONNECTION TO EXISTING INTAKE PIPE OR 6010-108-G STRUCTURE, DRAIN TILE EACH 22.0 $ $ 49 6010-108-H * REMOVE MANHOLE OR INTAKE, STORM EACH 59.0 $ $ 50 SP # 17 MINOR ADJUSTMENT, INTAKE SW-501 EACH 2.0 $ $ 51 SP # 17 MINOR ADJUSTMENT, INTAKE, SW-505 EACH 10.0 $ $ 52 SP # 17 MINOR ADJUSTMENT, INTAKE, SW-509 EACH 1.0 $ $ FORM OF BID CONRACT NO. 1057 Page 2 of 7 ADDENDUM NO. 1 - 2/23/2022 ADDENDUM NO. 2 - 3/1/2022 SUDAS SPECIFICATION *SEE I BASE BID UNIT BID TOTAL BID BID SUPPLEMENTAL DIVISION - (CONTINUED) PRICE DESCRIPTION UNIT EST QTY PRICE ITEM SP a SPCL PROV DIVISION 6 - STRUCTURES FOR STORM SEWERS (CONTINUED) W/ SW- MINOR ADJUSTMENT, MANHOLE, SW-401 53 6010-108-E * 602 TYPE E CASTING & CITY OF WATERLOO EACH COVER 6.0 $ $ W/ SW- MAJOR ADJUSTMENT, MANHOLE, SW-401 54 6010-108-E * 602 TYPE E CASTING & CITY OF WATERLOO EACH COVER 1.0 $ $ SUBTOTAL BASE BID STORM SEWER $ DIVISION 5 - WATER MAINS AND APPURTENANCES LF 65.0 $ $ 55 5010-108-E-1 WATER SERVICE PIPE, COPPER, 3/4 INCH $ 56 5010-108-E-2 WATER SERVICE CORPORATION, 3/4 INCH EACH 1.0 $ * $ 57 5010-108-E-3 WATER SERVICE CURB STOP, 3/4 INCH EACH 2.0 $ * $ WATER SERVICE CURB BOX, 3/4 INCH EACH 2.0 $ 58 5010-108-E-3 CONVERT WATER VALVE MANHOLE TO 59 1.0 $ SP # 14 ROADBOX EACH 3.0 $ _ $ 60 SP # 14 WATER SERVICE TAP, 3/4 OR 1 INCH EACH 1.0 $ $ 61 SP # 12 WATER SERVICE KILL EACH 11.0 $ $ 62 SP # 13 LOWER WATER SERVICE, 3/4" OR 1" EACH 1.0 $ WATER SERVICE, UNDERGROUND 63 $ SP # 15 INVESTIGATION EACH 5.0 $ $ 64 SP # 11 INSULATE EXISTING COPPER WATER SERVICE EACH 3.0 $ SUBTOTAL BASE BID WATER APPURTENANCES $ DIVISION 7 - STREETS AND RELATED WORK PCC PAVEMENT 3 AGG SY 80.7 $ 65 7010-108-A PAVEMENT, PCC, 9 INCH, M-4, CL $ SIDEWALKS, SHARED USE PATHS AND DRIVEWAYS 66 7030-108-A REMOVAL OF SIDEWALK AND DRIVEWAY SY 2,562.5 $ $ 67 7030-108-A REMOVAL OF SIDEWALK, MISCELLANEOUS SY 325.6 $ $ SY 435.0 $ $ 68 7030-108-E SIDEWALK, PCC, 4 INCH, C-4 RAMP, C-4 SY 419.9 $ $ 69 7030-108-E SIDEWALK, PCC, 6 INCH PEDESTIAN SIDEWALK, PCC, COLORED, GRAY, STAMPED, 6 70 7030-108-E $ SY 9.9 $ INCH 71 7030-108-G * DETECTABLE WARNING SF 554.0 $ $ DRIVEWAY AND SIDEWALK, PAVED, PCC, 8 INCH, 72 7030-108-H-1 M-4 SY 87.8 $ $ DRIVEWAY AND SIDEWALK, PAVED, PCC, 6 INCH, 73 7030-108-H-1 C-4 SY 1,187.9 $ $ DRIVEWAY AND SIDEWALK, PAVED, PCC, 5 INCH, 74 7030-108-H-1 C-4 SY 851.8 $ $ 6" TON 4.1 $ $ 75 7030-108-H-1 DRIVEWAY, PAVED, ACC, TON 83.6 $ $ 76 7030-108-H-2 DRIVEWAY, ROCK, 3/4 INCH ROADSTONE PAVEMENT REHABILITATION * CONCRETE SY 27,914.00 $ $ 77 7040-108-H PAVEMENT REMOVAL, SUBTOTAL STREETS AND RELATED WORK $ FORM OF BID CONRACT NO. 1057 Page 3 of 7 ITEM BID SPECIFICATION SUPPLEMENTAL SP = SUDAS SPCL * SEE PROV DIVISION I - DESCRIPTION BASE BID (CONTINUED) UNIT EST QTY UN PRICE T BID TOTAL PRICE BID DIVISION TRAFFIC 8 CONTROL - PAVEMENT MARKINGS AND PAVEMENT MARKINGS PAINTED PAVEMENT MARKINGS, 78 8020 108-B SOLVENT/WATERBOURNE STA 14.24 $ $ 79 8020-108-H PRECUT SYMBOLS AND LEGENDS EACH 6.0 $ $ 80 8020-108-H THERMOPLASTIC CROSSWALK BARS, 5 FT X 2 FT EACH 23.0 $ $ THERMOPLASTIC CROSSWALK BARS, 10 FT X 2 81 8020 108-H FT EACH 10.0 $ $ TEMPORARY TRAFFIC CONTROL 82 8030-108-A TEMPORARY TRAFFIC CONTROL LS 1.0 $ $ 83 8030-2.02/PLANS DIRECTIONAL SIGNS, PER DETAILS EACH 32.0 $ $ 84 PLANS TEMPORARY BARRIER RAIL, PLACE AND REMOVE LF 40.0 $ $ SUBTOTAL PAVEMENT MARKING AND TRAFFIC CONTROL $ DIVISION 9 - SITE WORK AND LANDSCAPING SEEDING HYDRAULIC SEEDING, SEEDING, FERTILIZING 85 9010 108-B * AND MULCHING SY 10,464.0 $ $ 86 9010-108-E * WARRANTY SY 10,464.0 $ $ EROSION AND SEDIMENT CONTROL EROSION CONTROL MULCHING, 87 9040 108 O 2 HYDROMULCHING SY 7,496.0 $ $ INLET PROTECTION DEVICE, INTERMEDIATE AND 88 9040 108 T-1 * DROP IN EACH 53.0 $ $ 89 9040 108-T-1 INLET PROTECTION DEVICE, INTERMEDIATE AND WATTLE EACH 19.0 $ $ 90 9040-108-T-2 * INLET PROTECTION DEVICE, MAINTENANCE EACH 59.0 $ $ SUBTOTAL SITE WORK AND LANDSCAPING $ DIVISION 11 - MISCELLANEOUS CONSTRUCTION SURVEY 91 11010-108-A CONSTRUCTION SURVEY LS 1.0 $ $ 92 7040-3.02-A SAW CUT LF 1,812.0 $ $ 93 SP # 22 TEMPORARY 6 INCH, PLACE, ACCESS, MAINTAIN 3 INCH REMOVE MINUS & MACADAM, RESTORE SY 357.0 $ $ TEMPORARY ACCESS, HMA, PLACE, MAINTAIN 94 S SP # 22 REMOVE & RESTORE SY 384.0 $ $ SUBTOTAL MISCELLANEOUS $ TOTAL DIVISION 1 BASE BID $ FORM OF BID CONRACT NO. 1057 Page4of7 SPECIFICATION SUDAS * SEE A UNIT BID TOTAL BID ITEM BID SUPPLEMENTAL SP = SPCL PROV DIVISION DESCRIPTION 1- ALTERNATE UNIT EST QTY PRICE PRICE DIVISION 7 - STREETS AND RELATED WORK ALTERNATE A HMA PAVEMENT HMA 1.5", STANDARD TRAFFIC(ST) 1A 7020-108-B * SURFACE, 1/2' MIX, PG 58-28S, 75% CR. NO SY $ FRICTION REQD 23,584.3 $ PAVEMENT, HMA, 1.5" STANDARD TRAFFIC(ST) SY 2A 7020-108-B * INTERMEDIATE, 1/2" MIX, PG 58-28S, 60% CR. 11,859.3 $ $ PAVEMENT, HMA 3", STANDARD TRAFFIC(ST) SY 3A 7020 108 B* INTERMEDIATE, 1/2" MIX, PG 58-28S, 60% CR. 11,725.0 $ $ PAVEMENT, HMA, 3", STANDARD TRAFFIC(ST) 4A 7020-108-B * BASE, 3/4' MIX, PG 58-28S, 60% CR. SY 23,584.3 $ $ PAVEMENT HMA 2", STANDARD TRAFFIC (ST) 5A 7020-108-B * SURFACE, MODIFIED 1/2' SUBBASE, MIX PG REMOVE 58-28S, 75% & REPLACE CR , OVER 6" SY 42.8 $ $ 30 IN WIDE, 6 IN THICK, C-4, CURB AND GUTTER, 6A 7010 108E CL 3 AGG LF 7,736.0 $ $ CURB AND GUTTER, 30 IN WIDE, 6 IN THICK, M-4, 7A 7010 108E CL 3 AGG LF 354.0 $ $ 30 IN WIDE, 7.5 IN THICK, C 4, CURB AND GUTTER, 8A 7010 108E CL 3 AGG LF 7,318.0 $ $ 9A 7020-108-1 HMA PAVEMENT SAMPLES AND TESTING LS 1.0 $ $ 10A 2010-108-E * EXCAVATION, CLASS 10 CY 11,517.0 $ $ 11A 11,050-108-A CONCRETE WASHOUT LS 1.0 $ $ 12A 7010-3.04 COLD WEATHER CONCRETE PROTECTION SY 445.0 $ $ 13A 7010,3.02, J * LINSEED OIL TREATMENT SY 445.0 $ $ SUBTOTAL DIVISION I ALTERNATE A $ DIVISION I - BASE BID + ALTERNATE A $ SPECIFICATION SUDAS * SEE BID SUPPLEMENTAL DIVISION 1- ALTERNATE B UNIT BID TOTAL BID ITEM SP = SPCL PROV DESCRIPTION UNIT EST QTY PRICE PRICE ALTERNATE B - PCC 1B 7010-108-A PAVEMENT, PCC, 6 INCH, C-4, CL 3 AGG SY 14,107.0 $ $ 2B 7010-108-A PAVEMENT, PCC, 7 INCH, C-4, CL 3 AGG SY 13,758.0 $ $ PAVEMENT HMA 2", STANDARD TRAFFIC (ST) 3B 7010-108-A SURFACE, MODIFIED 1/2" SUBBASE, MIX PG REMOVE 58-28S, 75% & REPLACE CR , OVER 6" SY 42.8 $ $ 4B 7010-108-1 PCC PAVEMENT SAMPLES AND TESTING LS 1.0 $ $ 5B 2010-108-E * EXCAVATION CLASS 10 CY 11,449.0 $ $ 6B 11,050-108-A CONCRETE WASHOUT LS 1.0 $ $ SY 2,850.0 $ $ COLD WEATHER CONCRETE PROTECTION 7B 7010-3.04 8B 7010,3.02, J * LINSEED OIL TREATMENT SY 2,850.0 $ $ SUBTOTAL DIVISION 1 ALTERNATE B $ I BASE BID + ALTERNATE B $ NO BID DIVISION - FORM OF BID CONRACT NO. 1057 Page 5 of 7 SUDAS SPECIFICATION * SEE BID SUPPLEMENTAL DIVISION II WATERLOO WATER WORKS UNIT BID TOTAL BID - ITEM SP m SPCL PROV DESCRIPTION UNIT EST QTY PRICE PRICE 1 2010-108-D * TOPSOIL, 4 INCHES, OFF SITE SY 364.0 $ $ 2 2010-108-J * SUBBASE, MODIFIED, 12 INCH THICK SY 128.0 $ $ 3 7040-108-A PAVEMENT, PCC, 8 INCH, C-4, CL 3 AGG SY 112.9 $ $ 4 7040-108-H * PAVEMENT REMOVAL, CONCRETE SY 96.0 $ $ 5 7040-3.02-A SAW CUT LF 85.0 $ $ 6 8030-108-A TEMPORARY TRAFFIC CONTROL LS 1.0 $ $ HYDRAULIC SEEDING, SEEDING, FERTILIZING AND 7 9010-108-B * MULCHING SY 125.0 $ $ OTA__ DIVISION II BASE BID $ ~AL T RNATa A TO DIVISION I BAS` BID + A $ _ -O B NO BID AL DIVISION I BAS- BID + A __T - RNAT- $ 657.0 7 II OTAL DIVISION I BAS = BID + ALTERNATE A + DIVISION $ 1 B + DIVISION II NO BID TOTAL DIVISION I BASE BID + ALTERNATE $ 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 5% ) in the form of BID BOND INSTRUCTIONS TO BIDDERS 5. Attached hereto is a Non -Collusion Affidavit of Prime Contractor. 6. Attached hereto is a Bidder Status Form. Dollars ($ is submitted herewith in accordance with the 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 CONRACT NO. 1057 Page 6 of 7 9. The bidder has received the following Addendum or Addenda: Addendum No. 1 Date 02/23/2022 2 03/01/2022 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". 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 10, 2022 BY: (Name of Bidder)! (Date) h Official Address: (Including Zip Code): 3613 TEXAS ST.; PO BOX 2620 Title V . P . WATERLOO, IA 50704 I.R.S. No. 42-1011512 FORM OF BID CONRACT NO. 1057 Page 7 of 7 FORM OF BID OR PROPOSAL F.Y. 2022 STREET RECONSTRUCTION PROGRAM CONTRACT NO. 1057 ADDENDUMS 1 & 2 CITY OF WATERLOO, IOWA BID ITEM F.Y. 2022 STREET RECONSTRUCTION PROGRAM DIVISION I - BASE BID DESCRIPTION CONTRACT NO. 1057 UNIT EST. QTY. UNIT BID PRICE TOTAL BID PRICE DIVISION 2 - EARTHWORK 1 TOPSOIL, 4", ON OR OFF SITE SY 7772.00 $10.40 $80,828.80 2 TOPSOIL, 4", OFF SITE S Y 2551.00 $28,443.65 3 EXCAVATION, CLASS 10, BELOW CY 560.00 $60.00 $33,600.00 4 S UBGRDE TREAT, WOVEN GEO SY 14551.00 $5.00 $72,755.00 5 S UBBASE, MODIFIED, 12 INCH SY 21082.00 $17.75 $374,205.50 6 S UBBASE, MODIFIED, 8 INCH S Y 10202.00 $12.75 $130,075.50 7 S UBBASE, MODIFIED, 4 INCH S Y 105.00 $17.00 $1,785.00 S UBTOTAL BASE BID EARTHWORK $721,693.45 DIVISION 4 - SEWERS AND DRAINS -SANITARY 8 SAN SEWER, TRUSS, 12" LF 40.00 $160.00 $6,400.00 9 SAN SEWER, TRUSS, 10" LF 405.00 $95.00 $38,475.00 10 SAN, SEWER, TRUSS, 8" LF 931.50 $90.00 $83,835.00 11 SAN SEWER SERVICE, SDR, 6" LF 1259.00 $98.00 $123,382.00 12 REM/REP SAN SEWER, 12" LF 15.00 $430.00 $6,450.00 13 SAN SEWER SERVICE TRACE EACH 5.00 $625 00 $3,125.00 14 SAN SEWER SERV DYE TEST EACH 8.00 $425.00 $3,400.00 15 SAN SEWER SERV INVESTIGATE EACH 2.00 $1,700.00 $3,400.00 16 KILL SAN SEWER SERVICE EACH 1.00 $1,250.00 $1,250.00 17 CLASS 10, SPECIAL SUBGRADE CY 100.00 $55.00 $5,500.00 DIVISION 6 - STRUCTURES FOR SANITARY SEWERS 18 MANHOLE, SW-301, 48" EACH 3.00 $5,500.00 $16, 500.00 19 REMOVE MANHOLE, SANITARY EACH 4.00 $800.00 $3,200.00 20 CONNECT TO EXIST. STRUCTUR EACH 2.00 $1,500.00 $3,000.00 21 MAJOR ADJUST, MH W/SW-601 P EACH 2.00 $2,500.00 $5,000.00 22 MINOR ADJUST, MH W/SW-601 A EACH 20.00 $1,900.00 $38,000.00 S UBTOTAL BASE BID SANITARY SEWER $340,917.00 DIVISION 4 - SEWERS AND DRAINS -STORM 23 S TORM SEWER, RCP 2000D, 24" LF 19.00 $181.50 $3,448.50 24 STORM SEWER, RCP 2000D, 21" LF 159.00 $125.00 $19,875.00 25 STORM SEWER, RCP 2000D, 18" LF 209.00 $115.00 $24,035.00 26 S TORM SEWER, RCP 2000D, 15" LF 490.00 $70.00 $34,300.00 27 S TORM SEWER, RCP 2000D, 12" LF 1010.00 $66.00 $66,660.00 28 S TORM SEWER, PVC SDR 23.5 6 LF 20.50 $60.00 $1,230.00 29 REM ST SEWER, LESS THAN 36" LF 1548.00 $18.50 $28,638.00 30 S TORM SEWER ABANDON, 8" LF 102.00 $65.00 $6,630.00 31 REM OF EXISTING DRAIN TILE LF 186.00 $10.00 $1,860.00 32 S UBDRAIN, TYPE SP, 6" LF 14497.00 $13.00 $188,461.00 33 S UBDRAIN OUTLETS, CMP, 6" EACH 91.00 $400.00 $36,400.00 34 S UBDRAIN CLEANOUT, 1-A, 6" EACH 22.00 $1,250.00 $27,500.00 35 S T SEWER SERVICE STUB, S, 4" LF 396.00 $14.00 $5,544.00 DIVISION 6 - STRUCTURES FOR STORM SEWERS 36 MANHOLE, SW-401, 48" EACH 11.00 $5,500.00 $60,500.00 37 MANHOLE, SW-401, 60" EACH 2.00 $6,600.00 $13,200.00 38 39 MANHOLE, SW-401, 72" MANHOLE, SW-402 EACH EACH 1.00 1.00 $9,200.00 $6,000.00 $9,200.00 $6,000.00 40 MANHOLE, SW-406, 48X48 EACH 4.00 $6,100.00 $24,400.00 41 42 MANHOLE, SW-406, 48X72 INTAKE, SW-501, SINGLE GRATE EACH EACH 2.00 18.00 $8,600.00 $5,300.00 $17,200.00 $95,400.00 43 44 45 INTAKE, SW-505, DOUBLE GRATI INTAKE, SW-541 INTATE, SW-542 EXTENSION UNI EACH EACH EACH 21.00 3.00 3.00 $6,350.00 $8,600.00 $4,500.00 $133,350.00 $25,800.00 $13, 500.00 46 47 INTAKE, SW-545 W/14' LO CONNECT TO EXIST. STRUCTUR EACH EACH 2.00 3.00 $8,400.00 $1 ,650.00 $16,800.00 $4,950.00 48 CONNECT TO EXIST. INTAKE/PIF EACH 22.00 $700.00 $15,400.00 49 REMOVE MANHOLE OR INTAKE EACH 59.00 $625.00 $36,875.00 50 MINOR ADJUST., INTAKE, SW-50 EACH 2.00 $3,000.00 $6,000.00 51 MINOR ADJUST., INTAKE, SW-50 EACH 10.00 $3,500.00 $35,000.00 52 MINOR ADJUST., INTAKE, SW-50' EACH 1.00 $4,000.00 $4,000.00 53 MINOR ADJUST., MH, SW-401 EACH 6.00 $1 ,550.00 $9,300.00 54 MAJOR ADJUST., MH, SW-401 EACH 1.00 $4,400.00 $4,400.00 S UBTOTAL BASE BID STORM SEWER $975,856.50 DIVISION 5 - WATER MAINS AND APPURTENANCES 55 WATER SERV PIPE, COPPER 3/4 LF 65.00 $80.00 $5,200.00 56 WATER SERV CORP, 3/4" EACH 1.00 $550.00 $550.00 57 WATER SERV CURB STOP, 3/4" EACH 2.00 $550.00 $1,100.00 58 WATER SERV CURB BOX, 3/4" EACH 2.00 $550.00 $1,100.00 59 CONVERT WV MH TO ROADBOX EACH 1.00 $1,000.00 $1,000.00 60 WATER SERV TAP, 3/4" OR 1" EACH 1.00 $750.00 $750.00 61 WATER SERVICE KILL EACH 11.00 $880.00 $9,680.00 62 LOWER WATER SERV 3/4" OR 1" EACH 1.00 $2,650.00 $2,650.00 63 WATER SERV UNDERG INVESTI( EACH 5.00 $1 ,000.00 $5,000.00 64 INSULATE COPPER WATER SER EACH 3.00 $1,650.00 $4,950.00 S UBTOTAL BASE BID WATER APPURTENANCES $31,980.00 DIVISION 7 - STREETS AND RELATED WORK S CC PAVEMENT 65 PAVEMENT, PCC, 9", M-4, CL 3 S Y 80.70 $63.00 $5,084.10 66 S IDEWALKS, SHARED USE PATHS AND DRIVEWAYS REM SIDEWALK AND DRIVEWAY S Y 2562.50 $7.50 $19,218.75 67 REM SIDEWALK MISCELLANEOU SY 325.60 $16.50 $5,372.40 68 S IDEWALK, PCC, 4 INCH, C-4 S Y 435.00 $50.50 $21,967.50 RAMP C- SY 419.90 $52.00 $21,834.80 69 SIDEWALK PCC 6" PED 70 SIDEWALK PCC COLORED GRA\ SY 9.90 $100.00 $990.00 WARNING SF 554.00 $45.50 $25,207.00 71 DETECTABLE 72 D/W & S/W PCC 8' C-4 SY 87.80 $62.00 $5,443.60 73 D/W & S/W PCC, 6" C-4 SY 1187.90 $52.00 $61,770.80 851.80 $51.00 $43,441.80 74 D/W & S/W PCC, 5' C-4 SY PAVED, ACC, 6" TON 4.10 $185.00 $758.50 75 DRIVEWAY, 3/4" RDSTON TON 83.60 $60.00 $5,016.00 76 DRIVEWAY, ROCK, PAVEMENT REHABILITATION $7.35 $205,167.90 REMOVAL, CONCRE SY 27914.00 77 PAVEMENT $421,273.15 SUBTOTAL STREETS AND RELATED WORK DIVISION 8 - PAVEMENT MARKINGS AND TRAFFIC CONTROL PAVEMENT MARKINGS STA 14.24 $125.00 $1,780.00 78 PAINTED PVMT MARKINGS $5,010.00 & LEGENDS EACH 6.00 $835.00 79 PRECUT SYMBOLS $295.00 $6,785.00 CW BARS, 5'XG EACH 23.00 80 THERMOPLASTIC $4,850.00 BARS 10'X EACH 10.00 $485.00 81 THERMOPLASTIC CW TRAFFIC CONTROL TEMPORARY LS 1.00 $45,500.00 $45,500.00 82 TEMPORARY TRAFFIC CONTROL $4,160.00 SIGNS PER DE AI EACH 32.00 $130.00 83 DIRECTIONAL $4,600.00 PLACE/REI LF 40.00 $115.00 84 TEMP BARRIER RAIL, SUBTOTAL PAVEMENT MARKING AND TRAFFIC CONTROL $72,685.00 AND LANDSCAPING DIVISION 9 - SITE WORK SEEDING $3.45 $36,100.80 SY 10464.00 85 HYDRAULIC SEED/FERT/MULCH 86 WARRANTY SY 10464.00 $3.25 $34,008.00 AND SEDIMENT CONTROL EROSION SY 7496.00 $3.25 $24,362.00 87 EROSION CONTROL, HYDRO $39,750.00 DEVICE DROPII` EACH 53.00 $750.00 88 INLET PROTECT $5,700.00 WATTL EACH 19.00 $300.00 89 INLET PROTECT DEVICE $5,900.00 MAINTENANCE EACH 59.00 $100.00 90 INLET PROTECT SUBTOTAL SITE WORK AND LANDSCAPING $145,820.80 DIVISION 11 - MISCELLANEOUS CONSTRUCTION SURVEY LS 1.00 $50,500.00 $50,500.00 91 CONSTRUCTION SURVEY 92 SAWCUT LF 1812.00 $8.50 $15,402.00 3' MACADAM SY 357.00 $26 50 $9,460.50 93 TEMP ACCESS, - $70.00 $26,880.00 HMA, REM/REST SY 384.00 94 TEMP ACCESS, $102,242.50 SUBTOTAL MISCELLANEOUS TOTAL DIVISION I - BASE BID $2,812,468.40 DIVISION I - ALTERNATE A DESCRIPTION SURFAC SY 23584.30 $12.20 $287,728.46 1A PAVEMENT, HMA 1.5" ST ST INTERN SY 11859.30 $11.90 $141,125.67 2A PAVEMENT, HMA 1.5" ST INTERM. SY 11725.00 $22.40 $262,640.00 3A PAVEMENT, HMA 3" BASE SY 23584.30 $21.35 $503,524.81 4A PAVEMENT, HMA 3" ST 42.80 $84.35 $3,610.18 PAVLM - N HMA 2" ST SURFACE SY 5A = $20.85 $161,295.60 6A C&G, 30" WIDE, 6.0" THICK C-4 L 7736.00 $24.75 $8,761 C&G, 30" W I DI 6.0" T - ICK M-4 LF 354.00 7A .50 ., $22.00 $160,996.00 8A C&G, 30" WIDL, 7.5" HICK C-4 LI 7318.00 1.00 $5,500.00 $5,500.00 PAVEMEN SAMPL-S/ ESTING LS 9A CLASS 10 CY 11517.00 $15.25 $175,634.25 10A EXCAVATION, LS 1.00 $1,500.00 $1,500.00 11 A CONCR TE WAS OUT SY 445.00 $9.25 $4,116.25 12A COLD WEATH - R CONC PRO SY 445.00 $9.50 $4,227.50 13A LINS -D OIL T R-ATM-NT SUB O- A DIVISION I A -.a RNA T - A $1,720,660.22 - RNA A $4,533,128.62 DIVISION I DAS - BID + A,' a - DIVISION II m WA _- R_O0 WA T R WORKS D DESCRIPTION 364.00 $11.15 $4,058.60 1 TOPSOIL, 4 INCHES, OFF SITE SY SY 128.00 $17.75 $2,272.00 2 SUBBASE, MODL' L D, 12" - ICK 8", C-4, CL 3 SY 112.90 $65.00 $7,338.50 3 PAV- M - NT, PCC, SY 96.00 $7.35 $705.60 4 PAV MENT REMOVAL, CONCRE` 85.00 $8.50 $722.50 5 SAWCUT LF LS 1.00 $2,000.00 $2,000.00 6 T_ MPORARY TRAFFIC CONTROL 125.00 $3.45 $431.25 SY 7 HYDRAULIC SEED/FERT/MULCH $17,528.45 O AL DIVISION II BAS BID $4,533,128.62 TOTAL DIVISION I BAS BID + A. RNA E A II $4,550,657.07 TOTAL DIVISION I BAS ,. BID + A T RNA T - A + DIVISION BY: Aspro, Inc. 03/10/22 Brad Blough Official Address: (Including Zip Code) 3613 Texas St P. O. Box 2620 Waterloo, Iowa 50704 42=1011512 (Date) Title: Vice President NONaCOL USION AFFIDAVIT OF PRIME BIDDER State of IOLdA ) )ss County of BLACK HAWK BRAD BLOUGH , being first duly sworn, deposes and says that: 1. He is (Owner, Partner, Officer, Rep.-e ^n#`' e, or nt) , of ASPRO, , 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 an of its agents, representatives, owners, employees, or parties in interest, including this affiant. (Signed) VICE PRESIDENT Title Subscribed and sworn to before me this 10th day of MARCH - 0903a . My commission expires '� ,2022, OFFICE MANAGER CHRISTY JOHNSON COMMISSION NO. 764029 MY COMMISSION EXPIRES JULY 29, 2022 EHdder Statu Form To be completed by all bidders PartA r Please answer "Yes" or "No" for each of the following: CDC Yes Yes Yes Yes Yes No ONo ONo )No My company is authorized to transact business in Iowa. (To help yoL1 determine if your company is authorized, please review the worksheet on the next page). My company has an office to transact business in Iowa. My company's office in Iowa is suitable for more than receiving mail, telephone calls, and e-mail. My company has been conducting business in Iowa for at least 3 years prior to the first request for bids on this project. My company is not a subsidiary of another business entity or my company is a subsidiary of another business entity that would qualify as a resident bidder in Iowa. If you answered "Yes" for each question above, your company qualifies as a resident bidder. Please complete Parts B and D of this form. If you answered "No" to one or more questions above, your company is a nonresident bidder. Please complete Parts C and D of this form. To be completed by resident bidders My company has maintained offices in Iowa during the past 3 years at the following addresses: Dates: 01 You may attach additional sheet(s) if needed. / 01 / 19 7 2 to CU.RENT / Address: 3 613 TEXAS ST . ; PO BOX 2620 City, State, Zip: WATERLOO, IOWA 50704 Dates: / / to / / Address: City, State, Zip: Dates: / / to / / Address: City, State, Zip: To be completed by non resident bidders PartC 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 and the appropriate legal citation. Yes You may attach additional sheet(s) if needed. d To be completed by all bidders Part D certify that the statements made on this document are true and complete to the best of my knowledge and I know that my failure to provide accurate and truthful information may be a reason to reject my bid. Firm Name: ASPRO, INC. Signature: dice Preierh Date: MARCH 10, 2022 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) /A=A rni Phone (319) 232-6537 3613 Texas Street • P.O. Box 2620 ^Waterloo, Iowa 50704 Fax: (319) 232-6539 F.Y. 2022 STREET RECONSTRUCTION PROGRAM CONTRACT NO. 1057 WATERLOO, IOWA PER HOUR SURVEY RATES TWO -PERSON CREW THREE -PERSON CREW l (0.00/HOUR 185.00/HOUR MVMBE1WBE BUSINESS ENTFRPRISE PRE -BID CONTACT INFORMATION FORM Prime Contractor Name: ASPRO, INC0 Project: 1057 Letting Date: MARCH 10, 2022 NO MBE/WBE SUBCONTRACTORS: If you are NOT using any MBE/WBE subcontractors to complete this project, sign below. Attach a brief explanation as to why subcontracting was not feasible with this project. If any MBE/W BE subcontractors will be used, please use the bottom portion of this form. Contractor Signature: N/A Title: N/A Date: N/A Ira SUBCONTRACTORS APPLICABLLi: 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 PRFBID MMMBF/WBE BUSINESS ENTERPRISE CONTACTS Quotes Received Quotation used in bid Dates Dollar Amount Proposed to MBE/WBE Dates be Subcontracted Subcontractors Contacted Yes/No Contacted Yes/No D DC CORPORATION 2/24/2022 G € ' (03I °9/v- YE6 II ,9,45O5O DANIELS HOME IMPROVEMENT 2/24/2022 Ifd QUICK CONSTRUCTION CO. 2/24/2022 vie( �7fo J` ZZ. t•tv Jof 1—ocr' Rv OLD GREER S WORKS 2/24/2022 flo GREER'S WORKS 2/24/2022 ti 0 (Form CCO-4) Rev. 06-20-02 A-/\TT----211O Phone (319) 232-6537 36-13 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. 1057, WATERLOO, IOWA I, QUICK CONSTRUCTION, hereby attest that I have been solicited for a bid on F.Y. 2022 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 March 9, 2022 at 4:00 PM, CST. Oq /L Oc PC K COP5I CPY DATE SUBCONTRACTOR'S COMPANY NAME PRIME BIDDER'S SIGNATURE * Return the original Subcontractor's Bid Request Form with the prime Bidder's total bid. E IL 2 G) co Lit :w Q 0 W Lei O r21 N. -t r• - N r r -7' Cr) r M r M r• Cr) r• Cr) N. �odeTM) DC CORPORATION 426 BEECH ST WATERLOO, IA 50703 ___-....... . DANIELS HOME IMPROVEMENT WATERLOO, IA 50701 QUICK CONSTRUCTION CO_ 217 BATES ST WATERLOO. IA 50703 OLD GREER"S WORKS 2309 SPRINGVIEW ST WATERLOO_ IA 50707 2003 PLAINVIEW WATERLOO_ IA 50707 3358 BRISTOL I 0) td 0 3 op a. Pd W W td 67 • N M 6 CO 471' See Reverse for Instructions PSN 7530-17-000-5549 Phone (319) 232-6537 3613 Texas Street 0 P.O. Box 2620 e Waterloo, Iowa 50704 Fax: (319) 232-6539 February 24, 2022 DANIELS HOME IMPROVEMENT 3358 BRISTOL RD WATERLOO, IA 50701 RE: F.Y. 2022 ASPHALT RECONSTRUCTION PROGRAM CONTRACT NO. 1057, 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 9, 2022. 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. Brad Blough BB/cj Enc: Phone (319) 232-6537 3613 Texas Street a P.O. Box 2620 *Waterloo, Iowa 50704 Fax: (319) 232-6539 February 24, 2022 QUICK CONSTRUCTION 217 BATES ST WATERLOO, IA 50703 RE* F.Y. 2022 ASPHALT RECONSTRUCTION PROGRAM CONTRACT NO. 1057, 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 9, 2022. 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, Brad Blough BB/cj Enc: Phone (319) 232-6537 3613 Texas Street • P.O. Box 2620 • Waterloo, Iowa 50704 Fax: (319) 232-6539 February 24, 2022 DC CORPORATION 426 BEECH ST WATERLOO, IA 50703 RE* F.Y. 2022 ASPHALT RECONSTRUCTION PROGRAM CONTRACT NO. 1057, 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 9, 2022. 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. Brad Blough BB/cj Enc: Phone (319) 232-6537 3613 Texas Street • P.O. Box 2620 • Waterloo, Iowa 50704 Fax: (319) 232-6539 February 24, 2022 GREER'S WORKS 2003 PLAIN VIEW WATERLOO, IA 50703 RE: F.Y. 2022 ASPHALT RECONSTRUCTION PROGRAM CONTRACT NO. 1057, 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 9, 2022. 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 fonn. All qualified bidders will not be discriminated against due to race, religion, color, sex or origin. Equal Opportunity Employer. Sincerely, Brad Blough BB/cj Enc: Phone (319) 232-6537 3613 Texas Street o P.O. Box 2620 *Waterloo, Iowa 50704 Fax: (319) 232-6539 February 24, 2022 OLD GREER'S WORKS 2309 SPRINGVIEW ST WATERLOO, IA 50707 RE: F.Y. 2022 ASPHALT RECONSTRUCTION PROGRAM CONTRACT NO. 1057, 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 9, 2022. 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, Brad Blough BB/cj Enc: FORM OF BID OR PROPOSAL F.Y. 2022 STREET RECONSTRUCTION PROGRAM CONTRACT NO. 1057 CITY OF WATERLOO, IOWA F.Y. 2022 STREET RECONSTRUCTION PROGRAM CONTRACT NO. 1057 BID UNIT EST. BID DIVISION I - BASE ITEM DESCRIPTION QTY. DIVISION 2 - EARTHWORK 1 TOPSOIL, 4", ON OR OFF SITE SY 7772.00 2 TOPSOIL, 4", OFF SITE SY 2551.00 3 EXCAVATION, CLASS 10, BELOW CY 560.00 4 SUBGRDE TREAT, WOVEN GEO SY 14551.00 5 SUBBASE, MODIFIED, 12 INCH SY 21082.00 6 SUBBASE, MODIFIED, 8 INCH SY 10202.00 7 SUBBASE, MODIFIED, 4 INCH SY 105.00 DIVISION 4 - SEWERS AND DRAINS -SANITARY 8 SAN SEWER, TRUSS, 12" LF 40.00 9 SAN SEWER, TRUSS, 10" LF 405.00 10 SAN, SEWER, TRUSS, 8" LF 931.50 SERVICE, SDR, 6" LF 1259.00 11 SAN SEWER 12 REM/REP SAN SEWER, 12" LF 15.00 13 SAN SEWER SERVICE TRACE EACH 5.00 14 SAN SEWER SERV DYE TEST EACH 8.00 15 SAN SEWER SERV INVESTIGATE EACH 2.00 16 KILL SAN SEWER SERVICE EACH 1.00 17 CLASS 10, SPECIAL SUBGRADE CY 100.00 DIVISION 6 - STRUCTURES FOR SANITARY SEWERS 18 MANHOLE, SW-301, 48" EACH 3.00 19 REMOVE MANHOLE, SANITARY EACH 4.00 20 CONNECT TO EXIST. STRUCTURE EACH 2.00 21 MAJOR ADJUST, MH W/SW-601 A EACH 2.00 22 MINOR ADJUST, MH W/SW-601 A EACH 20.00 DIVISION 4 - SEWERS AND DRAINS -STORM 23 STORM SEWER, RCP 2000D, 24" LF 19.00 24 STORM SEWER, RCP 2000D, 21" LF 159.00 25 STORM SEWER, RCP 2000D, 18" LF 209.00 LF 490.00 26 STORM SEWER, RCP 2000D, 15" 27 STORM SEWER, RCP 2000D, 12" LF 1010.00 '28 20.50 STORM SEWER, PVC SDR 23.5 6" LF LF 1548.00 29 REM ST SEWER, LESS THAN 36" 30 STORM SEWER ABANDON, 8" LF 102.00 TILE LF 186.00 31 REM OF EXISTING DRAIN 32 SUBDRAIN, TYPE SP, 6" LF 14497.00 33 SUBDRAIN OUTLETS, CMP, 6" EACH 91.00 34 SUBDRAIN CLEANOUT, 1-A, 6" EACH 22.00 STUB, S, 4" LF 396.00 35 ST SEWER SERVICE DIVISION 6 - STRUCTURES FOR STORM SEWERS 48" EACH 11.00 36 MANHOLE, SW-401, EACH 2.00 37 MANHOLE, SW-401, 60" 38 MANHOLE, SW-401, 72" EACH 1.00 EACH 1.00 39 MANHOLE, SW 402 48X48 EACH 4.00 40 MANHOLE, SW 406, 48X72 EACH 2.00 41 MANHOLE, SW-406, 42 INTAKE, SW-501, SINGLE GRATE EACH 18.00 GRATE EACH 21.00 43 INTAKE, SW-505, DOUBLE 44 INTAKE, SW 541 EACH 3.00 3.00 45 INTATE, SW-542 EXTENSION UNIT EACH 46 INTAKE, SW 545 W/14' LO EACH 2.00 47 CONNECT TO EXIST. STRUCTURE EACH 3.00 48 CONNECT TO EXIST. INTAKE/PIPE EACH 22.00 EACH 59.00 49 REMOVE MANHOLE OR INTAKE SW-501 EACH 2.00 50 MINOR ADJUST., INTAKE, 51 MINOR ADJUST., INTAKE, SW-505 EACH 10.00 SW-509 EACH 1.00 52 MINOR ADJUST., INTAKE, MH, SW-401 EACH 6.00 53 MINOR ADJUST., 54 MAJOR ADJUST., MH, SW-401 EACH 1.00 DIVISION 5 - WATER MAINS AND APPURTENANCES LF 65.00 55 WATER SERV PIPE, COPPER 3/4" EACH 1.00 56 WATER SERV CORP, 3/4" EACH 2.00 57 WATER SERV CURB STOP, 3/4" BOX, 3/4" EACH 2.00 58 WATER SERV CURB EACH 3.00 59 CONVERT WV MH TO ROADBOX OR 1" EACH 1.00 60 WATER SERV TAP, 3/4" EACH 11.00 61 WATER SERVICE KILL OR 1" EACH 1.00 62 LOWER WATER SERV 3/4' INVESTIG EACH 5.00 63 WATER SERV UNDERG INSULATE COPPER WATER SER EACH 3.00 64 DIVISION 7 - STREETS AND RELATED WORK PCC PAVEMENT 65 PAVEMENT, PCC, 9", M-4, CL 3 SY 80.70 DRIVEWAYS SHARED USE PATHS AND SIDEWALKS, 66 SY 2562.50 AND DRIVEWAY REM SIDEWALK 67 SY 325.60 REM SIDEWALK MISCELLANEOUS 68 SY 435.00 SIDEWALK, PCC, 4 INCH, C-4 °'69 SY 419.90 SIDEWALK PCC 6" PED RAMP C-4 70 SIDEWALK PCC COLORED GRAY SY 9.90 SF 554.00 71 DETECTABLE WARNING 72 D/W & S/W PCC 8' C-4 SY 87.80 73 D/W & S/W PCC, 6" C-4 SY 1187.90 74 D/W & S/W PCC, 5" C-4 SY 851.80 83.60 76 DRIVEWAY, ROCK, 3/4" RDSTONE TON PAVEMENT REHABILITATION SY 27914.00 77 PAVEMENT REMOVAL, CONCRETE DIVISION 8 PAVEMENT MARKINGS AND TRAFFIC CONTROL - PAVEMENT MARKINGS MARKINGS STA 14.24 78 PAINTED PVMT 79 PRECUT SYMBOLS & LEGENDS EACH 6.00 EACH 23.00 80 THERMOPLASTIC CW BARS, 5'X2' CW BARS 10'X2' EACH 10.00 81 THERMOPLASTIC TEMPORARY TRAFFIC CONTROL LS 1.00 TRAFFIC CONTROL 82 TEMPORARY PER DETAIL EACH 32.00 83 DIRECTIONAL SIGNS LF 40.00 84 TEMP BARRIER RAIL, PLACE/REM DIVISION 9 - SITE WORK AND LANDSCAPING SEEDING SY 10464.00 85 HYDRAULIC SEED/FERT/MULCH SY 10464.00 86 WARRANTY EROSION AND SEDIMENT CONTROL SY 7496.00 87 EROSION CONTROL, HYDRO DROPIN EACH 53.00 88 INLET PROTECT DEVICE WATTLE EACH 19.00 89 INLET PROTECT DEVICE SY 59.00 90 INLET PROTECT MAINTENANCE DIVISION 11 - MISCELLANEOUS CONSTRUCTION SURVEY LS 1.00 91 CONSTRUCTION SURVEY 92 SAWCUT LF 1812.00 93 TEMP ACCESS, 3"- MACADAM SY 357.00 DIVISION I - ALTERNATE A DESCRIPTION LF 7736.00 6A C&G, 30" WIDE, 6.0" THICK C-4 LF 354.00 7A C&G, 30" WIDE, 6.0" THICK M-4 LF 7318.00 8A C&G, 30" WIDE, 7.5" THICK C-4 CLASS 10 CY 11517.00 10A EXCAVATION, LS 1.00 11A CONCRETE WASHOUT SY 445.00 12A COLD WEATHER CONC. PRO SY 445.00 13A LINSEED OIL TREATMENT DIVISION II - WATERLOO WATER WORKS DESCRIPTION 1 TOPSOIL, 4 INCHES, OFF SITE SY 364.00 2 SUBBASE, MODIFIED, 12" THICK SY 128.00 3 PAVEMENT, PCC, 8', C-4, CL 3 SY 112.90 4 PAVEMENT REMOVAL, CONCRETE SY 96.00 5 SAWCUT LF 85.00 6 TEMPORARY TRAFFIC CONTROL LS 1.00 7 HYDRAULIC SEED/FERT/MULCH SY 125.00