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