Loading...
HomeMy WebLinkAboutAspro, Inc.Aspro, Inc PO Box 2620 Waterloo, IA 50704 319-232-6537 MINCL "'i'S-'��L 3 i i'G3-!.'' PH i 7` ra :vF 5 �i •r. r Cu... va...0 .a. ter.._ FORM OF PROPOSAL: FY 2023 BROADWAY ST. AND SAN MARNAN RECONSTRUCTION PROJECT CITY OF WATERLOO, IOWA CONTRACT NO. 1072 BID DATE: MARCH 30, 2023 1:00 PM BID SECURITY FORM OF BID OR PROPOSAL F.Y. 2023 BROADWAY ST. AND E. SAN MARNAN DR. RECONSTRUCTION PROJECT CONTRACT NO. 1072 CITY OF WATERLOO, IOWA Honorable Mayor and City Council Waterloo, Iowa Gentlemen: 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 ) (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 2023 BROADWAY ST. AND E. SAN MARNAN DR RECONSTRUCTION PROJECT, Contract No. 1072, all in accordance with the above -listed documents and for the unit prices for work in place for the following items and quantities: F.Y. 2023 BROADWAY ST. AND CONTRACT E. SAN MARNAN NO. 1072 DR. RECONSTRUCTION PROJECT ITEM BID SPECIFICATION SUPPLEMENTAL SP SUDAS = SPCL * SEE PROV BROADWAY DIVISION DESCRIPTION ST I - RECONSTRUCTION BASE BID UNIT EST QTY UNIT PRICE BID TOTAL PRICE BID DIVISION 2 - EARTHWORK 1.01 2010-108-D * TOPSOIL, 4 INCHES, ON OR OFF SITE SY 11,827.00 $ $ 1.02 2010-108-D * TOPSOIL, 4 INCHES, OFF SITE SY 4,180.00 $ $ 1.03 2010-108-F * EXCAVATION, CLASS 10, BELOW GRADE CY 1,000.00 $ $ 1.04 2010-108-G SUBGRADE PREPARATION, 6 INCH DEPTH SY 31,583.00 $ $ 1.05 2010 108-I * SUBGRADE GEOGRID TREATMENT, WOVEN GEOTEXTILE OR SY 3,100.00 $ $ 1.06 2010-108-J * SUBBASE, MODIFIED, 10 INCH SY 31,327.00 $ $ 1.07 IADOT 2121 GRANULAR SHOULDER TYPE B, 4 INCH DEPTH SY 8,320.00 $ $ SUBTOTAL BASE BID EARTHWORK $ DIVISION 4 - SEWERS AND DRAINS - STORM 1.08 4020-108-A-1 STORM SEWER, TRENCHED, RCP 2000D, 18 INCH LF 98.50 $ $ 1.09 4030-108-B R.C.P. ARPON, 18 INCH EACH 1.00 $ $ 1.10 4030 108 CINCH FOOTING FOR CONCRETE PIPE APRON, RCP, 18 EACH 1.00 $ $ 1.11 4040-108-A SUBDRAIN, TYPE SP, 6 INCH LF 9,462.00 $ $ 1.12 4040-108-D SUBDRAIN OUTLET TO STRUCTURE, 6 INCH EACH 10.00 $ $ 1.13 4040-108-D SUBDRAIN OUTLET TO DITCH, 6 INCH EACH 27.00 $ $ FORM OF BID CONRACT NO. 1072 Page 1 of 10 ITEM BID SPECIFICATION SUPPLEMENTAL SP SUDAS = SPCL * SEE PROV DIVISION BROADWAY I - DESCRIPTION BASE ST. RECONSTRUCTION BID (CONTINUED) UNIT EST QTY UNIT PRICE BID TOTAL PRICE BID DIVISION 6 - STRUCTURES FOR STORM SEWERS 1.14 6010-108-B INTAKE, SW-512, 24 INCH EACH 1.00 $ $ 1.15 6010-108-B* INTAKE, SW-512, SUBDRAIN OUTLET STRUCTURE EACH 4.00 $ $ SUBTOTAL BASE BID STORM SEWER $ DIVISION SIDEWALKS, DRIVEWAYS 7 - STREETS SHARED AND USE RELATED PATHS AND WORK PAVEMENT REHABILITATION 1.16 7040-108-H * PAVEMENT REMOVAL, CONCRETE SY 27,309.00 $ $ 1.17 SEE EST REF REMOVAL OF RAILROAD CROSSING LS 1.00 $ $ SUBTOTAL STREETS AND RELATED WORK $ DIVISION CONTROL 8 - PAVEMENT MARKINGS AND TRAFFIC TRAFFIC SIGNALS 1.18 IA 0000310 -DOT 2523- TYPE REPLACE 1 HANDHOLE, REMOVE, SALVAGE, AND EACH 1.00 $ $ PAVEMENT MARKINGS 1.19 8020 108 B PAINTED SOLVENTM/ATERBOURNE PAVEMENT MARKINGS, STA 152.64 $ $ 1.20 8020-108-B TEMPORARY PAVEMENT MARKINGS STA 6.00 $ $ 1.21 IA 9109020 -DOT 2528- TEMPORARY LANE SEPARATOR SYSTEM LF 250.00 $ $ 1.22 8020-108-K PAVEMENT MARKING REMOVED STA 6.75 $ $ 1.23 8020 108 H PRECUT THERMOPLASTIC SYMBOLS AND LEGENDS, EACH 4.00 $ $ TEMPORARY TRAFFIC CONTROL 1.24 8030-108-A TEMPORARY TRAFFIC CONTROL LS 1.00 $ $ 1.25 8030-2.02/PLANS DIRECTIONAL SIGNS, PER DETAILS EACH 34.00 $ $ 1.26 8010-108-B TEMPORARY TRAFFIC SIGNALS EACH 3.00 $ $ 1.27 IA DOT - 2518 SAFETY CLOSURE EACH 17.00 $ $ SUBTOTAL PAVEMENT MARKING AND TRAFFIC CONTROL $ DIVISION 9 - SITE WORK AND LANDSCAPING SEEDING 1.28 9010-108-B * HYDRAULIC MULCHING - SEEDING, TYPE 1 SEEDING, FERTILIZING AND SY 16 007.00 $ $ 1.29 9010 108 B * HYDRAULIC MULCHING - SEEDING, TYPE 2 SEEDING, FERTILIZING AND SY 4,150.00 $ $ 1.30 9010-108-E * WARRANTY SY 4,001.75 $ $ EROSION AND SEDIMENT CONTROL 1.31 9040-108-Q-2 EROSION CONTROL MULCHING, HYDROMULCHING SY 12,000.00 $ $ 1.32 9040-108-T-1 * INLET DROP NROTECTION DEVICE, INTERMEDIATE AND EACH 2.00 $ $ 1.33 9040-108-T-2 * INLET PROTECTION DEVICE, MAINTENANCE EACH 2.00 $ $ 1.34 9040-108-T-2 * INLET PROTECTION DEVICE, REMOVAL EACH 2.00 $ $ 1.35 9040-108-M-1 SILT FENCE INSTALLATION LF 600.00 $ $ 1.36 9040-108-M-2 SILT FENCE MAINTENANCE LF 600.00 $ $ 1.37 9040-108-M-3 SILT FENCE REMOVAL LF 600.00 $ $ SUBTOTAL SITE WORK AND LANDSCAPING $ 1 I 1 FORM OF BID CONRACT NO. 1072 Page 2 of 10 ITEM BID SPECIFICATION SUPPLEMENTAL SP = SUDAS SPCL * SEE PROV DIVISION BROADWAY I - DESCRIPTION BASE ST. RECONSTRUCTION BID (CONTINUED) UNIT EST QTY UNIT PRICE BID TOTAL PRICE BID DIVISION 11 - MISCELLANEOUS 1.38 11010-108-A CONSTRUCTION SURVEY LS 1.00 $ $ 1.39 SEE EST REF TEMPORARY PAVING, 6" HMA OR 6" PCC SY 439.00 $ $ 1.40 SEE EST REF TEMPORARY PAVING, 3" HMA SY 514.00 $ $ SUBTOTAL MISCELLANEOUS $ TOTAL DIVISION I BASE BID $ ITEM BID SPECIFICATION SUPPLEMENTAL SP = SUDAS SPCL *SEE PROV DIVISION DESCRIPTION I - ALTERNATE A UNIT EST QTY UNIT PRICE BID TOTAL PRICE BID DIVISION 7 - STREETS AND RELATED WORK ALTERNATE A - HMA 1.1A 7020 108 B * PAVEMENT, 58-28H, 75% ASPHALT, CR., NO FRICTION 2", SURFACE, REQD. 1/2" MIX, PG SY 26,774.00 $ $ 1.2A 7020 108 B * PAVEMENT, PG 58-28H, 60% ASPHALT, CR. 4", INTERMEDIATE, 1/2" MIX, SY 26,774.00 $ $ 1.3A 7020-108 B * PAVEMENT, 28S, 60% CR. ASPHALT, 6", BASE, 3/4" MIX, PG 58- SY 26,774.00 $ $ 1.4A 7010 108E CURB SUD, CL AND 3 AGG GUTTER, 24 IN WIDE, 12 IN THICK, C- LF 5,065.00 $ $ 1.5A 7020-108-1 HMA PAVEMENT SAMPLES AND TESTING LS 1.00 $ $ 1.6A 2010-108-E * EXCAVATION, CLASS 10 CY 8,103.00 $ $ 1.7A 2010-108-E * EXCAVATION, CLASS 10, WASTE CY 6,810.00 $ $ 1.8A 11,050-108-A CONCRETE WASHOUT LS 1.00 $ $ SUBTOTAL DIVISION I ALTERNATE A $ TOTAL DIVISION I - BASE BID + ALTERNATE A $ ITEM BID SPECIFICATION SUPPLEMENTAL SP SUDAS = SPCL *SEE PROV DIVISION DESCRIPTION I - ALTERNATE B UNIT EST QTY UNIT PRICE BID TOTAL PRICE BID ALTERNATE B - PCC 1.1B 7010-108-A PAVEMENT, PCC, 9 INCH, C-SUD, CL 3 AGG SY 27,900.00 $ $ 1.2B 7010-108-1 PCC PAVEMENT SAMPLES AND TESTING LS 1.00 $ $ 1.3B 2010-108-E * EXCAVATION, CLASS 10 CY 5,800.00 $ $ 1.4B 2010-108-E * EXCAVATION, CLASS 10, WASTE CY 4,041.00 $ $ 1.5B 11,050-108-A CONCRETE WASHOUT LS 1.00 $ $ SUBTOTAL DIVISION I ALTERNATE B $ TOTAL DIVISION I - BASE BID + ALTERNATE B $ FORM OF BID CONRACT NO. 1072 Page 3 of 10 ITEM BID SPECIFICATION SUPPLEMENTAL SP SUDAS = SPCL * SEE PROV E. SAN MARNAN DIVISION DESCRIPTION DR. II - RECONSTRUCTION BASE BID UNIT EST QTY UNIT PRICE BID TOTAL PRICE BID DIVISION 2 - EARTHWORK 2.01 2010-108-D * TOPSOIL, 4 INCHES, ON OR OFF SITE SY 5,141.00 $ $ 2.02 2010-108-D * TOPSOIL, 4 INCHES, OFF SITE SY 3,787.00 $ $ 2.03 2010-108-F * EXCAVATION, CLASS 10, BELOW GRADE CY 1,500.00 $ $ 2.04 2010-108-G SUBGRADE PREPARATION, 6 INCH DEPTH SY 23,567.00 $ $ 2.05 2010 108 I * SUBGRADE GEOGRID TREATMENT, WOVEN GEOTEXTILE OR SY 4,500.00 $ $ 2.06 2010-108-J * SUBBASE, MODIFIED, 10 INCH SY 23,567.00 $ $ 2.07 IADOT 2121 GRANULAR SHOULDER TYPE B, 4 INCH DEPTH SY 4,700.00 $ $ SUBTOTAL BASE BID EARTHWORK $ DIVISION 4 - SEWERS AND DRAINS - STORM 2.08 4020 108-D * REMOVAL EQUAL TO OF 36 INCH STORM SEWER, RCP, LESS THAN OR LF 32.00 $ $ 2.09 2010-108-L-1 STORM R.C.P., 18 SEWER INCH ABANDONMENT, FILL AND PLUG, LF 236.00 $ $ 2.10 SP # 9 REMOVAL OF EXISTING DRAIN TILE LF 1,700.00 $ $ 2.11 4040-108-A SUBDRAIN, TYPE SP, 6 INCH LF 5,961.00 $ $ 2.12 4040-108-D SUBDRAIN OUTLET TO STRUCTURE, 6 INCH EACH 2.00 $ $ 2.13 4040-108-D SUBDRAIN OUTLET TO DITCH, 6 INCH EACH 34.00 $ $ DIVISION 6 - STRUCTURES FOR STORM SEWERS 2.14 6010-108-B INTAKE, SW-510, DOUBLE OPEN THROAT EACH 1.00 $ $ 2.15 6010-108-G CONNECTION STRUCTURE, SUBDRAIN TO EXISTING INTAKE, PIPE OR EACH 2.00 $ $ 2.16 6010-108 H * REMOVE SECTIONS, MANHOLE, STORM INTAKE, AND FLARED END EACH 9.00 $ $ 2.17 SP # 17 MINOR ADJUSTMENT, INTAKE, SW-501 EACH 1.00 $ $ 2.18 6010 108E * MINOR TYPE E ADJUSTMENT, CASTING & CITY MANHOLE, OF WATERLOO SW-401 COVER W/ SW-602 EACH 1.00 $ $ SUBTOTAL BASE BID STORM SEWER $ DIVISION 7 - STREETS AND RELATED WORK SIDEWALKS, DRIVEWAYS SHARED USE PATHS AND 2.19 7030-108-H-1 DRIVEWAY, PAVED, PCC, 6 INCH, C-4 SY 182.60 $ $ PAVEMENT REHABILITATION 2.20 7040-108-H * PAVEMENT REMOVAL, CONCRETE SY 21,320.00 $ $ 2.21 7040-108-1 CURB AND GUTTER REMOVAL LF 350.00 $ $ 2.22 7010-108-E 3 CURB AND GUTTER, 24 IN WIDE, 6 IN THICK, M-4, CL LF 350.00 $ $ SUBTOTAL STREETS AND RELATED WORK $ DIVISION CONTROL 8 - PAVEMENT MARKINGS AND TRAFFIC TRAFFIC SIGNALS 2 23 IA -DOT 0000310 2523- TYPE REPLACE 1 HANDHOLE, REMOVE, SALVAGE, AND EACH 3.00 $ $ PAVEMENT MARKINGS 2.24 8020 108 B PAINTED SOLVENT/WATERBOURNE PAVEMENT MARKINGS, STA 82.82 $ $ 2.25 IA-DOT 528 TEMPORARY LANE SEPARATOR SYSTEM LF 1,360.00 $ $ 2.26 8020-108-K PAVEMENT MARKING REMOVED STA 1.40 $ $ 2.27 8020-108-F RETROFLECTIVE REMOVABLE TAPE MARKINGS STA 63.00 $ $ FORM OF BID CONRACT NO. 1072 Page 4 of 10 ITEM BID SPECIFICATION SUPPLEMENTAL SP = SUDAS SPCL * SEE PROV E. SAN MARNAN DIVISION DESCRIPTION II DR. - BASE RECONSTRUCTION BID UNIT EST QTY UNIT PRICE BID TOTAL PRICE BID PAVEMENT MARKINGS (CONTINUED) 2.28 8020 108 H PRECUT THERMOPLASTIC SYMBOLS AND LEGENDS, EACH 14.00 $ $ TEMPORARY TRAFFIC CONTROL 2.29 8030-108-A TEMPORARY TRAFFIC CONTROL LS 1.00 $ $ 2.30 8030-2.02/PLANS DIRECTIONAL SIGNS, PER DETAILS EACH 45.00 $ $ 2.31 IA DOT - 4188.07 PORTABLE DYNAMIC MESSAGE SIGN DAY 220.00 $ $ 2.32 IA DOT - 2518 SAFETY CLOSURE EACH 8.00 $ $ SUBTOTAL PAVEMENT MARKINGS AND TRAFFIC CONTROL $ DIVISION 9 - SITE WORK AND LANDSCAPING SEEDING 2.33 9010 108 B * HYDRAULIC MULCHING - SEEDING, TYPE 1 SEEDING, FERTILIZING AND SY 8,928.00 $ $ 2.34 9010 108-B * HYDRAULIC MULCHING - SEEDING, TYPE 2 SEEDING, FERTILIZING AND SY 800.00 $ $ 2.35 9010-108-E * WARRANTY SY 2,232.00 $ $ EROSION AND SEDIMENT CONTROL 2.36 9040-108-Q-2 EROSION CONTROL MULCHING, HYDROMULCHING SY 6,000.00 $ $ 2.37 9040 108 T-1 * INLET DROP PROTECTION IN DEVICE, INTERMEDIATE AND EACH 2.00 $ $ 2.38 9040-108-T-2 * INLET PROTECTION DEVICE, MAINTENANCE EACH 2.00 $ $ 2.39 9040-108-T-2 * INLET PROTECTION DEVICE, REMOVAL EACH 2.00 $ $ 2.40 9040-108-M-1 SILT FENCE INSTALLATION LF 500.00 $ $ 2.41 9040-108-M-2 SILT FENCE MAINTENANCE LF 500.00 $ $ 2.42 9040-108-M-3 SILT FENCE REMOVAL LF 500.00 $ $ 2.43 9040-108-F-1 WATTLE, 8 INCH INSTALLATION LF 200.00 $ $ 2.44 9040-108-F WATTLE, 8 INCH MAINTENANCE LF 200.00 $ $ 2.45 9040-108-F-2 WATTLE, 8 INCH REMOVAL LF 200.00 $ $ SUBTOTAL SITE WORK AND LANDSCAPING $ DIVISION 11 - MISCELLANEOUS 2.46 11010-108-A CONSTRUCTION SURVEY LS 1.00 $ $ 2.47 SEE EST REF TEMPORARY PCC,EXCAVATE, RESTORE PAVING, PLACE, 6" HMA MAINTAIN, OR 6" REMOVE & SY 400.00 $ $ SUBTOTAL MISCELLANEOUS $ $ TOTAL DIVISION II BASE BID ITEM BID SPECIFICATION SUPPLEMENTAL SP = SUDAS SPCL *SEE PROV DIVISION DESCRIPTION II - ALTERNATE A UNIT EST QTY UNIT PRICE BID TOTAL PRICE BID DIVISION 7 - STREETS AND RELATED WORK ALTERNATE A - HMA 2.1A 7020 108 B * PAVEMENT, 58-28H, 75% ASPHALT, CR., NO FRICTION 2", SURFACE, REQD. 1/2" MIX, PG SY 19,974.00 $ $ 2.2A 7020 108 B * PAVEMENT, PG 58-28H, ASPHALT, 60% CR. 4", INTERMEDIATE, 1/2" MIX, SY 19,974.00 $ $ FORM OF BID CONRACT NO. 1072 Page 5 of 10 ITEM BID SPECIFICATION SUPPLEMENTAL SP SUDAS = SPCL * SEE PROV DIVISION II - ALTERNATE DESCRIPTION A (CONTINUED) UNIT EST QTY UNIT PRICE BID TOTAL PRICE BID DIVISION 7 - STREETS AND RELATED WORK ALTERNATE A - HMA (CONTINUED) 2.3A 7020 108 B * PAVEMENT, 28S, 60% CR. ASPHALT, 6", BASE, 3/4" MIX, PG 58- SY 19,974.00 $ $ 2.4A 7010 108E CURB SUD, AND CL 3 GUTTER, AGG 24 IN WIDE, 12 IN THICK, C- LF 5,418.00 $ $ 2.5A 7020-108-1 HMA PAVEMENT SAMPLES AND TESTING LS 1.00 $ $ 2.6A 2010-108-E * EXCAVATION, CLASS 10 CY 4,700.00 $ $ 2.7A 2010-108-E * EXCAVATION, CLASS 10, WASTE CY 3,244.00 $ $ 2.8A 11,050-108-A CONCRETE WASHOUT LS 1.00 $ $ SUBTOTAL DIVISION II ALTERNATE A $ TOTAL DIVISION II - BASE BID + ALTERNATE A $ ITEM BID SPECIFICATION SUPPLEMENTAL SP SUDAS = SPCL *SEE PROV DIVISION DESCRIPTION II - ALTERNATE B UNIT EST QTY UNIT PRICE BID TOTAL PRICE BID DIVISION 7 - STREETS AND RELATED WORK ALTERNATE B - PCC 2.1B 7010-108-A PAVEMENT, PCC, 9 INCH, C-SUD, CL 3 AGG SY 21,169.00 $ $ 2.2B 7010-108-1 PCC PAVEMENT SAMPLES AND TESTING LS 1.00 $ $ 2.3B 2010-108-E * EXCAVATION, CLASS 10 CY 2,900.00 $ $ 2.4B 2010-108-E * EXCAVATION, CLASS 10, WASTE CY 1,312.00 $ $ 2.5B 11,050-108-A CONCRETE WASHOUT LS 1.00 $ $ SUBTOTAL DIVISION II ALTERNATE B $ TOTAL DIVISION II - BASE BID + ALTERNATE B $ ITEM BID SPECIFICATION SUPPLEMENTAL SP = SUDAS SPCL * SEE PROV E. SAN MARNAN DR DESCRIPTION DIVISION WATER III MAIN RELOCATION UNIT EST QTY UNIT PRICE BID TOTAL PRICE BID DIVISION 2 - EARTHWORK 3.01 2010-108-D * TOPSOIL, 4 INCHES, OFF SITE SY 258.00 $ $ 3.02 2010-108-G SUBGRADE PREPARATION, 6 INCH DEPTH SY 247.00 $ $ 3.03 2010-108-J * SUBBASE, MODIFIED, 10 INCH SY 247.00 $ $ SUBTOTAL BASE BID EARTHWORK $ DIVISION 5 - WATER MAINS AND APPURTENANCES PIPES AND FITTINGS 3.04 5010-108-A-1 WATER MAIN, TRENCHED, DUCTILE IRON, 16 INCH LF 213.00 $ $ 3.05 5010-108-C-1 FITTING, DUCTILE IRON, 90 DEGREE, MJ, 16 INCH EA 1.00 $ $ 3.06 5010-108-C-1 FITTING, DUCTILE IRON, 45 DEGREE, MJ, 16 INCH EA 2.00 $ $ 3.07 5010-108-C-1 FITTING, DUCTILE IRON, 22.5 DEGREE, MJ, 16 INCH EA 4.00 $ $ 3.08 5010-108-C-1 FITTING, DUCTILE IRON, TEE, MJ, 16 INCH X 16 INCH EA 1.00 $ $ FORM OF BID CONRACT NO. 1072 Page 6 of 10 ITEM BID SPECIFICATION SUPPLEMENTAL SP = SUDAS * SPCL SEE PROV E. SAN MARNAN DR. DESCRIPTION DIVISION WATER III MAIN RELOCATION UNIT EST QTY UNIT PRICE BID TOTAL PRICE BID DIVISION 5 - WATER MAINS AND APPURTENANCES PIPES AND FITTINGS (CONTINUED) 3.09 5010-108-C-1 GATE VALVE, MJ, 16 INCH, INSTALL ONLY EA 1.00 $ $ 3.10 5010 108 C 1 FITTING, MJ,16 INCH CAST IRON TO DUCTILE IRON COUPLING, EA 3.00 $ $ 3.11 5010 108 C 1 FITTING,WATER CORPORATION INTO SERVICE 16 INCH TAP, MAIN 3/4 INCH EA 2.00 $ $ 3.12 5010 108E 2 WATER 3/4INCH SERVICE CORPORATION, COMPRESSION, EA 2.00 $ $ 3.13 5010-108-E-1 WATER SERVICE PIPE, COPPER, 3/4 INCH LF 24.00 $ $ 3.14 5010 108 G WATER D.I.P., 16 MAIN INCH ABANDONMENT, FILL AND PLUG, LF 160.00 $ $ SUBTOTAL WATER MAINS AND APPURTENANCES $ DIVISION 7 - STREETS AND RELATED WORK PAVEMENT REHABILITATION 3.15 7040-108-H * PAVEMENT REMOVAL, CONCRETE SY 260.00 $ $ SUBTOTAL STREET AND RELATED WORK $ DIVISION 9 - SITE WORK AND LANDSCAPING SEEDING 3.16 9010 108 B * HYDRAULIC MULCHING - SEEDING, TYPE 1 SEEDING, FERTILIZING AND SY 258.00 $ $ SUBTOTAL SITE WORK AND LANDSCAPING $ TOTAL DIVISION III BASE BID $ ITEM BID SPECIFICATION SUPPLEMENTAL SP = SUDAS * SPCL SEE PROV DIVISION DESCRIPTION III - ALTERNATE A UNIT EST QTY UNIT PRICE BID TOTAL PRICE BID DIVISION 7 - STREETS AND RELATED WORK ALTERNATE A - HMA 3.1A 7020-108-B * PAVEMENT,T 58-28H, 75% ASPHALT, CR., NO FRICTION 2", SURFACE, REQD. 1/2" MIX, PG SY 194.00 $ $ 3.2A 7020 108-B * PAVEMENT, PG 58-28H, 60% ASPHALT,O CR. 4", INTERMEDIATE, 1/2" MIX, SY 194.00 $ $ 3.3A 7020 108-B * PAVEMENT, 28S, 60% CR. ASPHALT, 6", BASE, 3/4" MIX, PG 58- SY 194.00 $ $ 3.4A 7010 108E CURB SUD, AND CL GUTTER, 3 AGG 24 IN WIDE, 12 IN THICK, C- LF 127.00 $ $ 3.5A 2010-108 E * EXCAVATION, CLASS 10 CY 96.00 $ $ 3.6A 11,050-108-A CONCRETE WASHOUT LS 1.00 $ $ TOTAL DIVISION III - BASE BID + ALTERNATE A $ FORM OF BID CONRACT NO. 1072 Page 7 of 10 ITEM BID SPECIFICATION SUPPLEMENTAL SP SUDAS = SPCL *SEE PROV DIVISION DESCRIPTION III - ALTERNATE B UNIT EST QTY UNIT PRICE BID TOTAL PRICE BID DIVISION 7 - STREETS AND RELATED WORK ALTERNATE B - PCC 3.1B 7010-108-A PAVEMENT, PCC, 9 INCH, C-SUD, CL 3 AGG SY 222.00 $ $ 3.2B 2010-108-E * EXCAVATION, CLASS 10 CY 64.00 $ $ 3.3B 11,050-108-A CONCRETE WASHOUT LS 1.00 $ $ TOTAL DIVISION III - BASE BID + ALTERNATE B $ TOTAL DIVISION I BASE BID $ TOTAL DIVISION I BASE BID + ALTERNATE A $ TOTAL DIVISION I BASE BID + ALTERNATE B $ TOTAL DIVISION II BASE BID $ TOTAL DIVISION II BASE BID + ALTERNATE A $ TOTAL DIVISION II BASE BID + ALTERNATE B $ TOTAL DIVISION III BASE BID $ TOTAL DIVISION III BASE BID + ALTERNATE A $ TOTAL DIVISION III BASE BID + ALTERNATE B $ '74 Z 9 5 I' 98 DIVISION J TOTAL 111 11l BASE BIDS + ALTERNATE A , Nit Mb TOTAL DIVISION I, 11, Ill BASE BIDS + ALTERNATE B $ FORM OF BID CONRACT NO. 1072 Page 8 of 10 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 Dollars ($ N/A ) in the form of BID BOND , is submitted herewith in accordance with the INSTRUCTIONS TO BIDDERS. 5. Attached hereto is a Non -Collusion Affidavit of Prime Contractor. 6. Attached hereto is a Bidder Status Form. 7 The bidder is prepared to submit a financial and experience statement upon request. 8. The Prime Contractor and Subcontractor(s), which have performed an aggregate of $10,000.00 in work for the City in the current calendar year are prepared to submit an AAP or Update and an EOC, within ten (10) days of notification that the bid submitted is lowest and acceptable. 9. The bidder has received the following Addendum or Addenda: Addendum No. Date 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. FORM OF BID CONRACT NO. 1072 Page 9 of 10 ASPRO, INC. MARCH 30, 2023 Na of :'dder (Date) BY: Title VICE PRESIDENT Official Address: (Including Zip Code): 3613 TEXAS ST.; PO BOX 2620 WATERLOO, IA 50704 I.R.S. No. FORM OF BID 42-1011512 CONRACT NO. 1072 Page 10 of 10 FORM OF BID OR PROPOSAL F.Y. 2023 BROADWAY ST. AND E. SAN MARNAN DR. RECONSTRUCTION PROJECT CONTRACT NO. 1072 CITY OF WATERLOO, IOWA F.Y. 2023 BROADWAY ST. AND E. SAN MARNAN DR. RECONSTRUCTION PROJECT CONTRACT NO. 1072 BID DIVISION I - BASE BID UNIT EST. UNIT BID TOTAL BID ITEM BROADWAY ST. RECONSTRUCTION QTY. PRICE PRICE DESCRIPTION DIVISION 2 - EARTHWORK 1.01 TOPSOIL, 4", ON OR OFF SITE SY 11827.00 $11.00 $130,097.00 1.02 TOPSOIL, 4", OFF SITE SY 4180.00 $11.50 $48,070.00 1.03 EXCAVATION, CLASS 10, BELOW CY 1000.00 $64.00 $64,000.00 1.04 SUBGRADE PREP, 6 INCH DEPTH SY 31583.00 $1.75 $55,270.25 1.05 SUBGRDE TREAT, WOVEN GEO SY 3100.00 $5.00 $15,500.00 1.06 SUBBASE, MODIFIED, 10 INCH SY 31327.00 $16.50 $516,895.50 $66,560.00 1.07 GRANULAR SHOULDER TYPE B, 4" SY 8320.00 $8.00 SUBTOTAL BASE BID EARTHWORK $896,392.75 DIVISION 4 - SEWERS AND DRAINS -STORM 1.08 STORM SEWER, RCP 2000D, 18" LF 98.50 $125.00 $12,312.50 1.09 1.00 $3,000.00 $3,000.00 EACH R.C.P. APRON, 18 INCH 1.10 FOOTING FOR CONC. PIPE APR. 18" 1.00 $2,000.00 $2,000.00 EACH 1.11 SUBDRAIN, TYPE SP, 6" LF 9462.00 $13.50 $127,737.00 1.12 SUBDRAIN OUTLET TO STRUCT., 6" 10.00 $450.00 $4,500.00 EACH 1.13 27.00 $450.00 $12,150.00 EACH SUBDRAIN OUTLET TO DITCH, 6" DIVISION 6 - STRUCTURES FOR STORM SEWERS 1.14 1.00 $4,000.00 $4,000.00 EACH INTAKE, SW-512, 24 INCH 1.15 INTAKE, SW-512, SUBDRAIN OUTLET 4.00 $4,500.00 $18,000.00 EACH SUBTOTAL BASE BID STORM SEWER $183,699.50 DIVISION SIDEWALKS, 7 - STREETS SHARED USE AND RELATED PATHS AND WORK DRIVEWAYS PAVEMENT REHABILITATION 1.16 PAVEMENT REMOVAL, CONCRETE SY 27309.00 $7.50 $204,817.50 1.17 REMOVAL OF RAILROAD CROSSING LS 1.00 $5,500.00 $5,500.00 SUBTOTAL STREETS AND RELATED WORK $210,317.50 DIVISION 8 - PAVEMENT MARKINGS AND TRAFFIC CONTROL TRAFFIC SIGNALS 1.18 TYPE 1 HANDHOLE, REM, SALV, REP EACH 1.00 $9,500.00 $9,500.00 PAVEMENT MARKINGS 1.19 PAINTED PVMT MARKINGS STA 152.64 $125.00 $19,080.00 1.20 TEMPORARY PAVEMENT MARKINGS STA 6.00 $200.00 $1,200.00 1.21 TEMP. LANE SEPARATOR SYSTEM LF 250.00 $35.00 $8,750.00 1.22 PAVEMENT MARKING REMOVED STA 6.75 $400.00 $2,700.00 1.23 PRECUT SYMBOLS & LEGENDS TP EACH 4.00 $850.00 $3,400.00 TEMPORARY TRAFFIC CONTROL 1.24 TEMPORARY TRAFFIC CONTROL LS 1.00 $39,500.00 $39,500.00 1.25 DIRECTIONAL SIGNS PER DETAIL EACH 34.00 $275.00 $9,350.00 1.26 TEMPORARY TRAFFIC SIGNALS EACH 3.00 $6,650.00 $19,950.00 1.27 SAFETY CLOSURE EACH 17.00 $250.00 $4,250.00 SUBTOTAL PAVEMENT MARKING AND TRAFFIC CONTROL $117,680.00 DIVISION 9 - SITE WORK AND LANDSCAPING SEEDING $50,422.05 1.28 HYDRAULIC SEED/FERT/MULCH-TYPE 1 SY 16007.00 $3.15 $12,865.00 1.29 HYDRAULIC SEED/FERT/MULCH-TYPE 2 SY 4150.00 $3.10 1.30 WARRANTY SY 4001.75 $2.30 $9,204.03 EROSION AND SEDIMENT CONTROL 1.31 EROSION CONTROL MULCH, HYDRO SY 12000.00 $3.25 $39,000.00 $1,000.00 1.32 INLET PROTECT DEVICE DROPIN EACH 2.00 $500.00 1.33 INLET PROTECT MAINTENANCE EACH 2.00 $375.00 $750.00 1.34 INLET PROTECT DEVICE REMOVAL EACH 2.00 $125.00 $250.00 1.35 SILT FENCE INSTALLATION LF 600.00 $4.50 $2,700.00 1.36 SILT FENCE MAINTENANCE LF 600.00 $0.75 $450.00 1.37 SILT FENCE REMOVAL LF 600.00 $0.75 $450.00 SUBTOTAL SITE WORK AND LANDSCAPING $117,091.08 DIVISION 11 - MISCELLANEOUS 1.38 CONSTRUCTION SURVEY LS 1.00 $25,500.00 $25,500.00 $41,924.50 1.39 TEMPORARY PAVING, 6" HMA OR 6" PC( SY 439.00 $95.50 $19,018.00 1.40 TEMPORARY PAVING, 3" HMA SY 514.00 $37.00 SUBTOTAL MISCELLANEOUS $86,442.50 TOTAL DIVISION I - BASE BID $1,611,623.33 DIVISION I - ALTERNATE A DESCRIPTION DIVISION 7 - STREETS AND RELATED WORK ALTERNATE A - HMA 26774.00 $13.00 $348,062.00 1.1A PAVEMENT, HMA 2" HT SURFACE SY SY 26774.00 $26.00 $696,124.00 1.2A PAVEMENT, HMA 4" HT INTERMEDIATE SY 26774.00 $38.60 $1,033,476.40 1.3A PAVEMENT, HMA 6" ST BASE $28.00 $141,820.00 1.4A C&G, 24" WIDE, 12" THICK, C-SUD, CL 3 LF 5065.00 LS 1.00 $9,625.00 $9,625.00 1.5A HMA PAVEMENT SAMPLES/TESTING 1.6A EXCAVATION, CLASS 10 CY 8103.00 $8.25 $66,849.75 1.7A EXCAVATION, CLASS 10, WASTE CY 6810.00 $13.50 $91,935.00 LS 1.00 $1,000.00 $1,000.00 1.8A CONCRETE WASHOUT SUBTOTAL DIVISION I ALTERNATE A $2,388,892.15 TOTAL DIVISION I - BASE BID + ALTERNATE A $4,000,515.48 BID DIVISION II - BASE BID I UNIT EST. UNIT BID TOTAL BID ITEM . SAN MARNAN DR. RECONSTRUCTION QTY. PRICE PRICE DESCRIPTION DIVISION 2 - EARTHWORK 2.01 TOPSOIL, 4", ON OR OFF SITE SY 5141.00 $11.00 $56,551.00 2.02 TOPSOIL, 4", OFF SITE SY 3787.00 $11.50 $43,550.50 2.03 EXCAVATION, CLASS 10, BELOW CY 1500.00 $64.00 $96,000.00 $41,242.25 2.04 SUBGRADE PREP, 6 INCH DEPTH SY 23567.00 $1.75 2.05 SUBGRDE TREAT, WOVEN GEO SY 4500.00 $5.00 $22,500.00 2.06 SUBBASE, MODIFIED, 10 INCH SY 23567.00 $19.75 $465,448.25 4700.00 $8.00 $37,600.00 2.07 GRANULAR SHOULDER TYPE B, 4" SY SUBTOTAL BASE BID EARTHWORK $762,892.00 DIVISION 4 - SEWERS AND DRAINS -STORM 2.08 REMOVAL OF ST. SEWER, RCP, < 36" LF 32.00 $50.00 $1,600.00 2.09 ST. SEWER ABANDON, FILL & PLUG, 18" LF 236.00 $47.00 $11,092.00 2.10 REMOVAL OF EXISTING DRAIN TILE LF 1700.00 $10.00 $17,000.00 2.11 SUBDRAIN, TYPE SP, 6" LF 5961.00 $13.50 $80,473.50 2.12 SUBDRAIN OUTLET TO STRUCT., 6" EACH 2.00 $450.00 $900.00 2.13 SUBDRAIN OUTLET TO DITCH, 6" EACH 34.00 $450.00 $15,300.00 DIVISION 6 - STRUCTURES FOR STORM SEWERS 2.14 INTAKE, SW-510, DOUBLE OPEN THROP EACH 1.00 $8,000.00 $8,000.00 2.15 CONNECT TO EXIST. STRUCTURE SUBE EACH 2.00 $2,500.00 $5,000.00 2.16 REM MH, INTAKE, FLARED END, STORM EACH 9.00 $1,000.00 $9,000.00 2.17 MINOR ADJUSTMENT, INTAKE, SW-501 EACH 1.00 $4,000.00 $4,000.00 2.18 MINOR ADJUSTMENT, MANHOLE, SW-4C EACH 1.00 $1,775.00 $1,775.00 SUBTOTAL BASE BID STORM SEWER $154,140.50 DIVISION SIDEWALKS, 7 - STREETS SHARED AND USE PATHS RELATED AND WORK DRIVEWAYS $9,860.40 2.19 DRIVEWAY, PAVED, PCC, 6 INCH, C-4 SY 182.60 $54.00 PAVEMENT REHABILITATION 2.20 PAVEMENT REMOVAL, CONCRETE SY 21320.00 $7.50 $159,900.00 2.21 CURB AND GUTTER REMOVAL LF 350.00 $15.00 $5,250.00 350.00 $63.00 $22,050.00 2.22 C&G, 24' WIDE, 6.0" THICK, M-4, CL 3 LF SUBTOTAL STREETS AND RELATED WORK $197,060.40 DIVISION 8 - PAVEMENT MARKINGS AND TRAFFIC CONTROL TRAFFIC SIGNALS 2.23 TYPE 1 HANDHOLE, REM, SALV, REP EACH 3.00 $9,500.00 $28,500.00 PAVEMENT MARKINGS 2.24 PAINTED PVMT MARKINGS STA 82.82 $125.00 $10,352.50 2.25 TEMP. LANE SEPARATOR SYSTEM LF 1360.00 $35.00 $47,600.00 2.26 PAVEMENT MARKING REMOVED STA 1.40 $1,500.00 $2,100.00 2.27 RETROREFLECTIVE REMOVABLE TAPE STA 63.00 $175.00 $11,025.00 2.28 PRECUT SYMBOLS & LEGENDS TP EACH 14.00 $850.00 $11,900.00 TEMPORARY TRAFFIC CONTROL 2.29 TEMPORARY TRAFFIC CONTROL LS 1.00 $39,500.00 $39,500.00 2.30 DIRECTIONAL SIGNS PER DETAIL EACH 45.00 $275.00 $12,375.00 2.31 PORTABLE DYNAMIC MESSAGE SIGN DAY 220.00 $100.00 $22,000.00 2.32 SAFETY CLOSURE EACH 8.00 $250.00 $2,000.00 SUBTOTAL PAVEMENT MARKING AND TRAFFIC CONTROL $187,352.50 DIVISION 9 - SITE WORK AND LANDSCAPING SEEDING 2.33 HYDRAULIC SEED/FERT/MULCH TYPE-1 SY 8928.00 $3.15 $28,123.20 $2,480.00 2.34 HYDRAULIC SEED/FERT/MULCH TYPE-2 SY 800.00 $3.10 2.35 WARRANTY SY 2232.00 $2.30 $5,133.60 EROSION AND SEDIMENT CONTROL $19,500.00 2.36 EROSION CONTROL MULCH, HYDRO SY 6000.00 $3.25 2.37 INLET PROTECT DEVICE DROPIN EACH 2.00 $500.00 $1,000.00 2.38 INLET PROTECT MAINTENANCE EACH 2.00 $375.00 $750.00 2.39 INLET PROTECT DEVICE REMOVAL EACH 2.00 $125.00 $250.00 2.40 SILT FENCE INSTALLATION LF 500.00 $4.50 $2,250.00 2.41 SILT FENCE MAINTENANCE LF 500.00 $0.75 $375.00 2.42 SILT FENCE REMOVAL LF 500.00 $0.75 $375.00 $1,000.00 2.43 WATTLE, 8 INCH INSTALLATION LF 200.00 $5.00 200.00 $400.00 2.44 WATTLE, 8 INCH, MAINTENANCE LF $2.00 200.00 $400.00 2.45 WATTLE, 8 INCH, REMOVAL LF $2.00 SUBTOTAL SITE WORK AND LANDSCAPING $62,036.80 DIVISION 11 - MISCELLANEOUS 2.46 CONSTRUCTION SURVEY LS 1.00 $19,500.00 $19,500.00 2.47 TEMP. PAVING, 6" HMA OR 6" PCC SY 400.00 $95.50 $38,200.00 SUBTOTAL MISCELLANEOUS $57,700.00 TOTAL DIVISION II - BASE BID $1,421,182.20 DIVISION DESCRIPTION II - ALTERNATE A DIVISION 7 - STREETS AND RELATED WORK ALTERNATE A - HMA 19974.00 $14.00 $279,636.00 2.1A PAVEMENT, HMA 2" HT SURFACE SY SY 19974.00 $27.00 $539,298.00 2.2A PAVEMENT, HMA 4" HT INTERM. 19974.00 $39.60 $790,970.40 2.3A PAVEMENT, HMA 6" ST BASE SY 5418.00 $151,704.00 2.4A C&G, 24" WIDE, 12" THICK, C-SUD, CL 3 LF $28.00 LS 1.00 $7,200.00 $7,200.00 2.5A HMA PAVEMENT SAMPLES/TESTING 2.6A EXCAVATION, CLASS 10 CY 4700.00 $9.75 $45,825.00 2.7A EXCAVATION, CLASS 10, WASTE CY 3244.00 $13.50 $43,794.00 LS 1.00 $1,000.00 $1,000.00 2.8A CONCRETE WASHOUT SUBTOTAL DIVISION II ALTERNATE A $1,859,427.40 TOTAL DIVISION II - BASE BID + ALTERNATE A $3,280,609.60 BID DIVISION III UNIT EST. UNIT BID TOTAL BID ITEM E. SAN MARNAN DR. WATER MAIN REL. QTY. PRICE PRICE DESCRIPTION DIVISION 2 - EARTHWORK 3.01 TOPSOIL, 4", OFF SITE SY 258.00 $11.50 $2,967.00 3.02 SUBGRADE PREP, 6 INCH DEPTH SY 247.00 $3.00 $741.00 3.03 SUBBASE, MODIFIED, 10 INCH SY 247.00 $20.00 $4,940.00 SUBTOTAL BASE BID EARTHWORK $8,648.00 DIVISION 5 - WATER MAINS AND APPURTENANCES PIPES AND FITTINGS 3.04 WATER MAIN, TRENCHED, DUC IRON le LF 213.00 $225.00 $47,925.00 3.05 FITTING, DUC IRON, 90 DEG, MJ, 16" EACH 1.00 $3,000.00 $3,000.00 3.06 FITTING, DUC IRON, 45 DEG, MJ, 16" EACH 2.00 $3,000.00 $6,000.00 3.07 FITTING, DUC IRON, 22.5 DEG, MJ, 16" EACH 4.00 $3,000.00 $12,000.00 3.08 FITTING, DUC IRON, TEE, MJ, 16" X 16" EACH 1.00 $3,000.00 $3,000.00 3.09 GATE VALVE, MJ, 16", INSTALL ONLY EACH 1.00 $4,500.00 $4,500.00 3.10 FITTING, CAST IRON COUPLING, MJ, 16" EACH 3.00 $8,000.00 $24,000.00 3.11 FITTING, WATER SERV. TAP, 3/4" IN 16" EACH 2.00 $900.00 $1,800.00 3.12 WATER SERV. CORP, COMPRES., 3/4" EACH 2.00 $800.00 $1,600.00 3.13 WATER SERV. PIPE, COPPER, 3/4" LF 24.00 $90.00 $2,160.00 3.14 WATER MAIN ABANDON., FILL & PLUG 1 LF 160.00 $45.00 $7,200.00 SUBTOTAL WATER MAINS AND APPURTENANCES $113,185.00 DIVISION 7 - STREETS AND RELATED WORK SIDEWALKS, SHARED USE PATHS AND DRIVEWAYS PAVEMENT REHABILITATION 3.15 PAVEMENT REMOVAL, CONCRETE SY 260.00 $15.00 $3,900.00 SUBTOTAL STREETS AND RELATED WORK $3,900.00 DIVISION 9 - SITE WORK AND LANDSCAPING SEEDING 3.16 SY 258.00 $5.25 $1,354.50 HYDRAULIC SEED/FERT/MULCH TYPE-1 SUBTOTAL SITE WORK AND LANDSCAPING $1,354.50 TOTAL DIVISION III - BASE BID $127,087.50 DIVISION III - ALTERNATE A DESCRIPTION DIVISION 7 - STREETS AND RELATED WORK ALTERNATE A - HMA 3.1A SY 194.00 $14.00 $2,716.00 PAVEMENT, HMA 2" HT SURFACE 3.2A SY 194.00 $27.00 $5,238.00 PAVEMENT, HMA 4" HT INTERM. 3.3A PAVEMENT, HMA 6" ST BASE SY 194.00 $39.60 $7,682.40 3.4A LF 127.00 $29.00 $3,683.00 C&G, 24" WIDE, 12" THICK, C-SUD, CL 3 3.5A EXCAVATION, CLASS 10 CY 96.00 $20.00 $1,920.00 3.6A LS 1.00 $100.00 $100.00 CONCRETE WASHOUT SUBTOTAL DIVISION III ALTERNATE A $21,339.40 TOTAL DIVISION III - BASE BID + ALTERNATE A $148,426.90 TOTAL DIVISION I BASE BID $1,611,623.33 TOTAL DIVISION I BASE BID + ALTERNATE A $4,000,515.48 TOTAL DIVISION II BASE BID $1,421,182.20 TOTAL DIVISION II BASE BID + ALTERNATE A $3,280,609.60 TOTAL DIVISION III BASE BID $127,087.50 TOTAL DIVISION III BASE BID + ALTERNATE A $148,426.90 TOTAL DIVISION I, II, III BASE BIDS + ALTERNATE A $7,429,551.98 BY: Aspro, Inc. (Name of Bidd ; r Brad Blough Official Address: (Including Zip Code) 3613 Texas St. P. O. Box 2620 Waterloo, Iowa 50704 42-1011512 03/30/23 (Date) Title: Vice President NON -COLLUSION AFFIDAVIT OF PRIME BIDDER State of IOWA ) County of BLACK -.HAWK )ss BRAD BLOUGH , being first duly sworn, deposes and says that: 1 He is (-9wrief, •Party, Officer, RepFeseta orb) , of ASPRO. INC. , the Bidder that has submitted the attached Bid; 2. He is fully -informed respecting the preparation and contents of the attached Bid and of all pertinent circumstances respecting such Bid; 3. Such Bid is genuine and is not a collusive or sham Bid: 4. Neither the said Bidder nor any of its officers, partners: owners, agents, representatives, employees, or parties in interest, including this affiant, has in any way colluded, conspired, connived or agreed, directly or indirectly, with any other Bidder firm or person to submit a collusive or sham Bid in connection with the Contract for which the attached Bid has been submitted or to refrain from bidding in connection with such Contract, or has in any manner, directly or indirectly, sought by agreement or collusion or communication or conference with any other Bidder, firm or person to fix the price or prices in the attached Bid or of any other Bidder, or, to fix any overhead, profit or cost element of the bid price or the bid price of any other Bidder, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against the City of Waterloo, Iowa, or any person interested in the Proposed Contract; and 5. The price or prices quoted in the attached Bid are fair and proper and are not tainted by any collusion, conspiracy, connivance or unlawful agreement on the part of the Bidder or any of its agents, representatives, owners, employees, or parties in interest, including this affipt (Signed) VICE PRESIDENT Title Subscribed and sworn to before me this day of --Mo.�� 20,3 My commission expires Q Title _c.3. t CHRISTY JOHNSON COMMISSION NO. MY COMMISSION EXPIRES JULY 29, 2025 Bidder Status Form To be completed by all bidders Part A Please answer "Yes" or "No" for each of the following: Yes 0 No Yes CNo Yes QNo Yes QNo Yes ONo My company is authorized to transact business in Iowa. (To help you determine if your company is authorized, please review the worksheet on the next page). 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 Part B My company has maintained offices in Iowa during the past 3 years at the following addresses: Dates: 01 / 01 / 1972 to CURREI)IT Dates: / Address' 3613 TEXAS ST. •1 PO BOX 2620 City, State, Zip. / to / / Address. Dates: / / to / / WATERLOO , IA 50704 City, State, Zip. Address. You may attach additional sheet(s) if needed. City, State, Zip. To be completed by non-resident bidders Part C 1. Name of home state or foreign country reported to the Iowa Secretary of State: 2. Does your company's home state or foreign country offer preferences to resident bidders, resident labor 0 force preferences or any other type of preference to bidders or laborers? Yes No 3. If you answered "Yes" to question 2, identify each preference offered by your company's home state or foreign country and the appropriate legal citation. You may attach additional sheet(s) if needed. To be completed by 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. ASPRO1 I) C . ii+ Signature: Date: MARCH 30, 2023 You must submit the completed form to the governmental body requesting bids per 875 Iowa Administrative Code Chapter 156. This form has been approved by the Iowa Labor Commissioner. 309-6001 (09-15) MBE/WBE BUSINESS ENTERPRISE PRE -BID CONTACT INFORMATION FORM Prime Contractor Name: ASPRO, INC, Project: 1072 Letting Date: MARCH 30, 2023 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/WBE subcontractors will be used, please use the bottom portion of this form. Contractor Signature: Title: Date: SUBCONTRACTORS APPLICABLE: You are required, in order for your bid to be considered responsive, to provide the information on this form showing ALL of your MBE/WBE subcontractor contacts made for your bid submission. This information is subject to verification. Any questions may be directed to Contract Compliance Office 319-291- 4429. You are required, in order for your bid to be considered responsive, to provide the information on this Form showing your MBE/WBE Business Enterprise contacts made prior to your bid submission. This information is subject to verifications and confirmation. If you are unable to identify MBE/WBE firms to perform portions of the work, please contact Rudy Jones, Contract Compliance Officer, for assistance at (319) 291-4429. In the event it is determined that the MBE/WBE Business Enterprise goals are not met, then before awarding the contract the City of Waterloo will make a determination as to whether or not the apparent successful low bidder made good faith efforts to meet the goals. TABLE OF INFORMATION SHOWING BIDDER'S PRE -BID MBE/WBE BUSINESS ENTERPRISE CONTACTS Quotes Received Quotation used in bid Subcontractors MBE/WBE Contacted Dates Yes/No Contacted Dates Yes/No Dollar Amount be Subcontracted Proposed to Y 313ofL3b9, � b65. o DC CORPORATION 3/13/23 DANIELS HOME IMPROVEMENT 3/13/23 !`Q QUICK CONSTRUCTION CO 3 / 13 / 2 1 th OLD GREER'S WORKS 3/13/23 00 _ GREER'S WORKS 3/13/23 N b (Form CCO-4) Rev. 06-20-02 MBE/WBE BUSINESS ENTERPRISE PRE -BID CONTACT INFORMATION FORM Prime Contractor Name: ASPRO) INC Project: 1072 Letting Date: MARCH 30 , 2023 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/WBE subcontractors will be used, please use the bottom portion of this form. Contractor Signature: Title: Date: SUBCONTRACTORS APPLICABLE: You are required, in order for your bid to be considered responsive, to provide the information on this form showing ALL of your MBE/WBE subcontractor contacts made for your bid submission. This information is subject to verification. Any questions may be directed to Contract Compliance Office 319-291- 4429. You are required, in order for your bid to be considered responsive, to provide the information on this Form showing your MBE/WBE Business Enterprise contacts made prior to your bid submission. This information is subject to verifications and confirmation. If you are unable to identify MBE/WBE firms to perform portions of the work, please contact Rudy Jones, Contract Compliance Officer, for assistance at (319) 291-4429. In the event it is determined that the MBE/WBE Business Enterprise goals are not met, then before awarding the contract the City of Waterloo will make a determination as to whether or not the apparent successful low bidder made good faith efforts to meet the goals. TABLE OF INFORMATION SHOWING BIDDER'S PRE -BID MBE/WBE BUSINESS ENTERPRISE CONTACTS Quotes Received Quotation used in bid Subcontractors MBE/WBE Contacted Dates Yes/No Contacted Dates Yes/No Dollar Amount be Subcontracted Proposed to fel 3toL3 R fl IJd j L4W i t s MARTINF Z CONCRETE) LLC 3/13/23 REYES CONSTRUCTIONr LLC 3/13/21 \\lb (Form CCO-4) Rev. 06-20-02 RECONSTRUCTION PROJECT SAN MARNAN DRIVE STREET & E BROADWAY N O 1- a) U_ O 0 3 t • a a) U Z <CD U I- d O F- o L a, V c U.S. POSTAGE PAID e MTV tk d1; ;14K�N Q J ?y • I.s • O H V N Z\ H N O 0 Pd W W C/) O .c < P-1 0 Q Q 0 co T • a) 0) a) • 00 • 0 H a O V 426 BEECH 0 0 0 14 • CO • W 0 z Z CO Cr) N O O H • O V 0) 0) H r—i N O CD LC) H 0 H 00 • pd W C7 a O 0) SPRINGVIEW rn M N H WATERLOO GREER'S WORKS 2003 PLAINVIEW H WATERLOO • • MARTINEZ IA 50701 WATERLOO PSN 7530-17-000-5549 NI 0 r-{ I a) 0) ro 3- O N co c L (A M 0 r vJ a RECONSTRUCTION PROJECT SAN MILE NAN, STREET & E BROADWAY E I cm Certificate of Mai Lel W W Lel Lel IrZ Parcel Airlift lere 41 )ate of Receipt. :;�\:*7-0z*-- Special Handling LL In Postage CO 1 V Address (Name, Street, City, State, and ZIP Coder ") CON, LLC R.EET nplop TOTAL NO. of Pieces Listed by Sender 7 rl O N• O Ll H 0 0 1-1 a4 W H 3 ;+.Address of Sender 4SPRO, INC USPS® Tracking Number Firm -specific Identifier - d' u3 a5 N N C7 0 c 0 i c L w 0 a, v 0) a) PSN 7530-17-000-5549 PS Form 3665, January 2017 (Page 2 of 2 ) Phone (319) 232-6537 3613 Texas Street • P.O. Box 2620 • Waterloo, Iowa 50704 Fax: (319) 232-6539 SUBCONTRACTOR'S BID REQUEST FORM MARTINEZ CONCRETE, LLC 711 REBER AVENUE WATERLOO, IA 50701 RE: CONTRACT NO. 1072, WATERLOO, IOWA I, MARTINEZ CONCRETE, LLC., hereby attest that I have been solicited for a bid on F.Y. 2023 BROADWAY STREET & E SAN MARNAN DRIVE RECONSTRUCTION PROJECT 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 29, 2023, at 4:00 PM, CST. 21) ;OP €. LLL DATE SUBCO TRACTOR'S COMPANY NAME Lugs LATmcg2'- SUBCOR' S SIGNATURE PRIME BIDDER'S SIGNATURE * Return the original Subcontractor's Bid Request Form with the prime Bidder's total bid. BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, Aspro. Inc. as Principal, and Swiss Re Corporate Solutions America Insurance Corporation as Surety are held and firmly bound unto the CITY OF WATERLOO , Iowa, hereinafter called "OWNER." In the penal sum Five Percent of the Total Amount Bid 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 30th day of March , 2023 _ , for F.Y. 2023 Broadway St. and E. San Marnan Dr. Reconstruction Project..Contract No. 1072 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 fumish a bond for his faithful performance of said contract, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the agreement created by the acceptance of said Bid, Then this obligation shall be void, otherwise the same shall remain in force and effect; it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. By virtue of statutory authority, the full amount of this bid bond shall be forfeited to the Owner in liquidation of damages sustained in the event that the Pnncipal 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 8th day of March , A D. 2023 • Aspro. Inc. Prince I By Swiss Re Corporate Solutions America In (Seal) Surety By Sara Huston Cindy Bennett ttorney-in-fact (Seal) (Title) SWISS RE CORPORATE SOLUTIONS SWISS RE CORPORATE SOLUTIONS AMEItICA INSURANCE CORPORATION ("SRCSAIC") SWISS RE CORPORATE SOLUTIONS PREMIER INSURANCE CORPORATION ("SRCSPIC") WES'I'PORT INSURANCE CORPORATION ("WIC") GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, THAT SRCSAIC, a corporation duly organized and existing under laws of the State of Missouri, and having its principal office in the City of Kansas City, Missouri, and SRCSPIC, a corporation organized and existing under the laws of the State of Missouri and having its principal office in the City of Kansas City, Missouri, and WIC, 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, STACIE CHRISTENSEN, SETH ROOKER, JENNIFER MARINO, JOSEPH TIERNAN, KATE ZANDERS, and SARA HUSTON JOINTLY OR SEVERALLY Its true and lawfiul 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 both SRCSAIC and SRCSPIC at meetings duly called and held on the 18th of November 2021 and WIC by written consent of its Executive Committee dated July 18, 2011. "RESOLVED, that any two of the President, any Managing Director, any Senior Vice President, any 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 Corporation bonds, undertakings and all contracts of surety, and that each or any of them hereby is authorized to attcst to the execution of any such Power of Attorney and to attach therein the scal of the Corporation; and it is FURTHER RESOLVED, that the signature of such officers and the seal of the Corporation 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 noon the Corporation when so affixed and in the future with regard to anv bond, undertaking or contract of surety to which it is attached." ,`,,ONS,�'t ER/ ,'' ' Gy- (XSEALM oT. • 1973 \ •'a. sS 09; .o,. ',,, fs * NO %.` 'S eft 9 PRL RjjFR,,,� CC T. v • cot I.s/CeetP• >s eNcbei0 ',�,'i,,,, ,I,nnNO````` d• '•p(zP ORgs. 4. --% r .w:'G d".'. G� s 0ot SEAL' t. . ] By ik Janssens, Senior Vice President of SRCSAIC & Senior Vice President of SRCSPIC & Senior Vice President of WIC By Gerald Jagroswski, Vice President of SRCSAIC & Vice President of SRCSPIC & Vice President of WIC IN WITNESS WHEREOF, SRCSAIC, SRCSPIC, and WIC have caused their official seals to be hereunto affixed, and these presents to be signed by their authorized officers this 17TII day of State of Illinois County of Cook JANUARY 20 23 ss Swiss Re Corporate Solutions America Insurance Corporation Swiss Re Corporate Solutions Premier Insurance Corporation Westport Insurance Corporation On this 17TH day of JANUARY , 20 23 , before me, a Notary Public personally appeared Erik Janssens , Senior Vice President of SRCSAIC and Senior Vice President of SRCSPIC and Senior Vice President of WIC and Gerald Jagrowski , Vice President of SRCSAIC and Vice President of SPCSPIC and Vice President of WIC, 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 instniment to be the voluntary act and deed of their respective companies. pi, am.aco I, Jeffrey Goldberg, the duly elected Senior Vice President and Assistant Secretary of SRCSAIC and SRCSPIC and WIC, do hereby certify that the above and foregoing is 'u tnie and correct copy of a Power of Attorney given by said SRCSAIC and SRCSPIC and WIC, which is still in full force and effect. IN WITNESS WIIEREOF, I have set my hand and affixed the seals of the Companies this 8th day of March , 2023 . Jeffrey Goldberg, Senior Vice President & Assistant Secretary of SRCSAIC and SRCSPIC and WIC