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