Loading...
HomeMy WebLinkAboutAspro, Inc.PROPOSAL FOR: F.Y. 2016 STREET RECONSTRUCTION PROGRAM CONTRACT NO. 898 DUE DATE: MARCH 24, 2016 1:00 P.M. St) • • CITY CLERK CITY HALL WATERLOO, IA FORM OF BID OR PROPOSAL F.Y. 2016 STREET RECONSTRUCTION PROGRAM CONTRACT NO. 898 CITY OF WATERLOO, IOWA Honorable Mayor and City Council Waterloo, Iowa Gentlemen: 1. The undersigned, being a Corporation existing under the laws of the State of IOWA , a Partnership consisting of the following partners: N/A having familiarized nne4 M) (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. 2016 STREET RECONSTRUCTION PROGRAM, Contract No. 898, 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. 2016 STREET RECONSTRUCTION PROGRAM CONTRACT NO. 898 BID DIVISION I UNIT EST.QTY. UNIT BID TOTAL BIDPRICE ITEM PRICE DESCRIPTION BASE BID-SECTION I : sY` CONSTRUCT, MAINTAIN, REMOVE 1 TEMPORARY ACCESS & RESTORE SY 25.0 $ $ 2 MISC. CURB AND GUTTER, PCC, 6", C-4 LF 43.0 $ $ 3 REMOVE AND REPLACE MISC. HMA, 3" SY 13.3 $ $ 4 REMOVE AND REPLACE MISC. HMA. 6" SY 29.2 $ $ 5 REMOVE AND REPLACE MISC. HMA, 7.5" SY 16.0 $ $ 6 REMOVE AND REPLACE MISC. HMA, 10.5" SY 66.8 $ $ 7 REMOVE AND REPLACE 3" HMA/6" PCC, M-4 SY 67.0 $ $ 8 REMOVE AND REPLACE 4" HMA/9" PCC, M-4 SY 61.1 $ $ FORM OF BID CONTRACT NO. 898 Page 1 of 10 I z 1 { REMOVE/REPLACE MISC. SEALCOAT W/2" 9 HMA SY 26.3 $ $ 10 HMA DRIVEWAY APPROACH TON 27.0 $ $ 11 DRIVEWAY APPROACH AND S/W, 6" PCC, C-4 SY 558.7 $ $ 12 DRIVEWAY APPROACH AND S/W, 5" PCC, C-4 SY 4,359.9 $ $ 13 SIDEWALK,4" PCC, C-4 SY 459.9 $ $ 14 SIDEWALK, 5" PCC, C-4 SY 249.2 $ $ 15 SIDEWALK, CLASS A, PCC, C-4 LF 337.0 $ $ PEDESTRIAN RAMP, PCC SIDEWALK, 6" PCC, 16 C-4 SY 583.0 $ $ PEDESTRIAN RAMP DETECTABLE WARNING 17 SURFACE SF 758.0 $ $ 18 SIDEWALK CURB SECTION LF 49.0 $ $ 19 CONCRETE PAVEMENT REMOVAL SY 42,728.8 $ $ 20 ASPHALT PAVEMENT REMOVAL SY 9,747.3 $ $ 21 SIDEWALK AND DRIVEWAY REMOVAL SY 6,281.0 $ $ 22 SIDEWALK REMOVAL SY 569.3 $ $ 23 SAW CUT LF 2,856.8$ $ 24 WOVEN GEOTEXTILE SY 30,355.0 $ $ 25 MODIFIED SUBBASE TON 33,163.9$ $ 26 RECYLED ASPHALT PAVING TON 4.5 $ $ 27 ROADSTONE, 3/4" TON 95.2 $ $ 28 DRAIN TILE, 6" LF 25,232.5 $ $ 29 DRAIN TILE, 4" LF 971.0 $ $ 30 DRAIN TILE STUB, 4" LF 1,607.0 $ $ 31 DRAIN TILE TAP AND COLLAR EACH 28.0 $ $ 32 SUBDRAIN OUTLET EACH 104.0 $ $ CONVERT WATER VALVE MANHOLE TO 33 ROADBOX EACH . 6.0$ $ 34 WATER SERVICE CORPORATION, 3/4" EACH 38.0 $ $ FORM OF BID CONT. 898 - ADDENDUM#1 PAGE 2 OF 10 PAGES 35 WATER SERVICE CURB STOP, 3/4" EACH 38.0 $ $ 36 WATER SERVICE PAVE BOX, 3/4" EACH 38.0 $ $ 37 COPPER WATER SERVICE, 3/4" LF 1,340.0 $ $ 38 WATER SERVICE CORPORATION, 1" EACH 2.0 $ $ 39 WATER SERVICE CURB STOP, 1" EACH 2.0 $ $ 40 WATER SERVICE PAVE BOX, 1" EACH 2.0 $ $ 41 COPPER WATER SERVICE, 1" LF 65.0 $ $ 42 WATER SERVICE CORPORATION, 2" EACH 1.0 $ $ 43 WATER SERVICE CURB STOP, 2" EACH 1.0 $ $ 44 WATER SERVICE PAVE BOX, 2" EACH 1.0 $ $ 45 COPPER WATER SERVICE, 2" LF 15.0 $ $ 46 WATER SERVICE KILL EACH 16.0 $ $ 47 WATER SERVICE TAP, 2" EACH 1.0 $ $ 48 LOWER WATER SERVICE, 3/4" OR 1" EACH 2.0 $ $ 49 UNDERGROUND INVESTIGATION-WATER EACH 18.0 $ $ 50 TOPSOIL, 4" SY 8,030.2 $ $ 51 HYDROSEED SY 10,390.9 $ $ TOPSOIL REMOVAL FROM PARKING, 52 EARTHWORK SY 2,360.6 $ $ 53 VAULT TOP REMOVAL, KWWL BLDG LS 1.0 $ $ 54 FILL SAND FOR VAULT TON 564.0 $ $ 55 CONSTRUCTION SURVEY LS 1.0 $ $ 56 TRAFFIC CONTROL LS 1.0 $ $ 57 DETOUR ROUTE - DOWNING AVE. LS 1.0 $ $ 58 DETOUR ROUTE- EASTON AVE. LS 1.0 $ $ 59 DETOUR ROUTE - E. 4TH ST. LS 1.0 $ $ 60 DETOUR ROUTE- LAFAYETTE ST. LS 1.0 $ $ FORM OF BID CONTRACT NO. 898 Page 3 of 10 ' PAINTED PAVEMENT MARKING, WATER 61 BASED STA 49.1 $ $ 62 PRE-CUT PAVEMENT SYMBOL OR LEGEND EACH 6.0 $ $ TOTAL DIVISION I BASE BID-SECTION I $ BID DESCRIPTION UNIT EST.QTY. UNIT BID PRICE TOTAL BID PRICE ITEM DIVISION I BASE BID-SECTION II . 63 STORM SEWER, 2000D, 24" LF 358.55 $ $ 64 STORM SEWER,2000D, 18" LF 33.9 $ $ 65 STORM SEWER, 2000D, 15" LF 317.3$ $ 66 STORM SEWER, 2000D, 12" LF 1,941.3 $ $ ri 67 STORM MANHOLE, TYPE A, 48" EACH 27.0 $ $ SW-402 MODIFIED RECTANGULAR STORM 68 MANHOLE EACH 7.0 $ $ 69 REMOVE EXISTING STRUCTURE EACH 65.0 $ $ 70 MAJOR MANHOLE ADJUSTMENT EACH 1.0$ $ 71 TYPE E-1-C INLET EACH 32.0$ $ 72 TYPE E-2-C INLET EACH 21.0$ $ 73 TYPE E-1-C INLET, USE EXISTING CASTING EACH 2.0$ $ 74 TYPE E-1-C INLET, MODIFIED EACH 1.0 $ $ 75 TYPE SW-507 INLET EACH 4.0 $ $ 76 REM/REPL INLET BOXOUT, E-1-C EACH 9.0 $ $ 77 REM/REPL INLET BOXOUT, E-2-C EACH 11.0 $ $ 78 TAP AND COLLAR STRUCTURE OR PIPE _EACH_ 7.0 $ $ INSULATE EXISTING COPPER WATER 79 SERVICE EACH 0.0 $ $ FURNISH AND INSTALL MANHOLE RING AND 80 COVER EACH 0.0 $ $ STORM WATER PROTECTION FOR 81 STRUCTURES EACH 94.0 $ $ REMOVE STORM SEWER PIPE LESS THAN 81A 36" LF 310.0 $ $ TOTAL DIVISION I BASE BID-SECTION II $ FORM OF BID CONT. 898 - ADDENDUM #2 PAGE 4 OF 10 PAGES 1 BID DESCRIPTION ITEM DIVISION I BASE BID-SECTION lit UNIT EST QTY. UNIT BID PRICE $ 82 RECONSTRUCT SANITARY SEWER, 24" LF 9.2 $ $ 83 RECONSTRUCT SANITARY SEWER, 12" LF 589.8 $ $ 84 RECONSTRUCT SANITARY SEWER, 10" LF 803.0 $ $ 85 RECONSTRUCT SANITARY SEWER, 8" LF 3,340.3 $ $ . REMOVE AND REPLACE SANITARY SEWER, 86 8" LF 30.0 $ 87 SANITARY SEWER SERVICE, 6" LF 2,975.0 $ $ 88 STANDARD SANITARY MANHOLE, 48" EACH 9.0 $ $ K 89 STANDARD SANITARY DROP MANHOLE, 48" EACH 1.0 $ $ REMOVE EXISTING STRUCTURE, SANITARY 90 MANHOLE EACH 9.0 $ $ FURNISH AND INSTALL MANHOLE RING AND 91 COVER EACH 7.0$ $ 92 TRACE SANITARY SEWER SERVICE EACH 20.0 $ $ 93 DYE TEST INVESTIGATION EACH 46.0 $ $ 94 UNDERGROUND INVESTIGATION-SANITARY EACH 3.0 $ $ , TOTAL DIVISION I BASE BID-SECTION III $ TOTAL DIVISION I BASE BID-SECTIONS I, II, III $ ri fi 3 BID. DESCRIPTION UNIT". EST.QTY. UNIT BID PRICE TOTAL BID PRICE ITEM DIVISION I-ALTERNATE A 1A 2", HMA 1M S 1/2", 60% CR SY 27,917.2 $ $ 2A 2.5", HMA 1M I 3/4", 60% CR SY 27,917.2 $ $ , 3A 3", HMA 1M B 3/4", 60%CR SY 27,917.2 $ $ 4A 2", HMA 3M S 1/2", 75%CR SY 18,041.8 $ $ 5A 2.5", HMA 3M 13/4", 75% CR SY 1,810.0 $ $ 6A 4", HMA 3M 13/4", 75% CR SY 9,480.8 $ $ FORM OF BID CONT.898 - ADDENDUM #1. PAGE 5 OF 10 PAGES 7A 5.5", HMA 3M 13/4", 75% CR SY 6,751.0 $ $ 8A 3", HMA 3M B 3/4", 75% CR SY 18,041.8 $ $ CURB AND GUTTER, PCC, C-4, 24"WIDE, 7 9A 1/2" THICK LF 19,626.6 $ $ CURB AND GUTTER, PCC, C-4, 24"WIDE, 9" 10A THICK LF 5,320.0 $ $ CURB AND GUTTER, PCC, C-4, 24"WIDE, 11A 10.5" THICK LF 2,804.0 $ $ 12A COLD WEATHER CONCRETE PROTECTION SY 1,449.6 $ $ 13A LINSEED OIL TREATMENT SY 1,449.6 $ $ 14A PAVEMENT SAMPLES AND TESTING LS 1.0 $ $ 15A SPEED HUMP, PER DETAIL LS 1.0 $ $ 16A CCP RAILROAD PERMITS & INSURANCE LS 1.0 $ $ 17A UP RAILROAD PERMITS & INSURANCE LS 1.0 $ $ 18A EXCAVATION CY 20,680.8 $ $ TOTAL DIVISION I ALTERNATE A $ BID DESCRIPTION UNIT . . EST.QTY. UNIT BID PRICE TOTAL BID PRICE'' ITEM DIVISION I-ALTERNATE B 1B PCC PAVEMENT, 6", C-4 SY 33,126.5 $ NO BID $ N/A 2B PCC PAVEMENT, 7", C-4 SY 10,679.9 $ NO BID $ N/A 3B PCC PAVEMENT, 7.5", C-4 SY 1,023.5 $ NO BID $ N/A 4B PCC PAVEMENT, 8", C-4 SY 7,378.0 $ NO BID $ N/A 5B COLD WEATHER CONCRETE PROTECTION SY 3,610.0 $ NO BID $ N/A 6B LINSEED OIL TREATMENT SY 3,610.0 $ NO BID $ N/A 7B PAVEMENT SAMPLES AND TESTING LS 1.0 $ NO BID $ N/A 8B SPEED HUMP, PER DETAIL LS 1.0 $ NO BID $ N/A 9B CCP RAILROAD PERMITS & INSURANCE LS 1.0 $ NO BID $ N/A FORM OF BID CONTRACT NO. 898 Page 6 of 10 10B UP RAILROAD PERMITS & INSURANCE LS 1.0 $ NO BID $ N/A 11 B EXCAVATION CY 18,411.5 $ NO BID $ N/A TOTAL-DIVISION I ALTERNATE B $ NO BID TOTAL DIVISION I BASE BID + ALTERNATE A $ TOTAL DIVISION I BASE BID + ALTERNATE B $ NO BID ,„5,,,,i'. ITEM DIVISION II =WATER II A.IN , 'N� EST.QT � , UNITBID, . -;:„ DESCRIPTION � 1~ .-. PRIC 1 �a DUCTILE IRON WATER MAIN, 6-INCH DIA., 1 CLASS 52 LF 1,312.0 $ $ DUCTILE IRON WATER MAIN, 8-INCH DIA., 2 CLASS 52 LF 2,385.0 $ $ 3 DUCTILE IRON WATER MAIN REMOVAL LF 2,998.0 $ $ TAPPING SLEEVE, VALVE AND BOX, 6 ON 6 4 INCH DIA. EACH 1.0 $ $ TAPPING SLEEVE, VALVE AND BOX, 8 ON 16 5 INCH DIA. EACH 1.0 $ $ 6 GATE VALVE AND BOX, 6-INCH DIA. EACH 8.0 $ $ 7 GATE VALVE AND BOX, 8-INCH DIA. EACH 9.0 $ $ 8 TEE, 6-INCH X 6-INCH DIA. EACH 1.0 $ $ 9 TEE (LOCKING), 8-INCH X 6-INCH DIA. EACH 7.0 $ $ 10 TEE (LOCKING), 8-INCH X 8-INCH DIA. EACH 1.0 $ $ 11 REDUCER, 8 INCH X 6 INCH DIA. EACH 1.0 $ $ 12 CAP OR PLUG, 6 INCH DIA. EACH 1.0 $ $ 13 CAP OR PLUG, 8 INCH DIA. EACH 2.0 $ $ 14 MEGALUGS, 6-INCH DIA. EACH 12.0 $ $ 15 MEGALUGS, 8-INCH DIA. EACH 12.0 $ $ 16 CONCRETE BLOCKING EACH 15.0 $ $ 17 HYDRANT REMOVAL EACH 1.0 $ $ 18 HYDRANT ASSEMBLY EACH 3.0 $ $ 19 BEND, 6 INCH, ANY DEGREE EACH 1.0 $ $ FORM OF BID CONTRACT NO. 898 Page 7 of 10 20 BEND, 8 INCH, ANY DEGREE EACH 2.0 $ $ 21 SLEEVE, 6 INCH DIA. EACH 8.0 $ $ 22 SLEEVE, 8 INCH DIA. EACH 2.0 $ $ 23 TEMPORARY PVC WATER MAIN LF 630.0 $ $ REMOVAL TEMPORARY PVC SURFACE WATER MAIN CONNECTIONS TO DUCTILE EACH $ $ 24 IRON WATER MAIN 2.0 25 3/4" SHORT SIDE WATER SERVICES EACH 37.0 $ $ 26 3/4" LONG SIDE WATER SERVICES EACH 18.0 $ $ KILL AND PLUG SERVICE LINE AT WATER 27 MAIN EACH 1.0 $ $ REMOVE INACTIVE PAVE BOX AND ABANDON WATER SERVICE LINE STUB IN EACH $ $ 28 PLACE 4.0 TOTAL BID DIVISION II $ TOTAL DIVISION I BASE BID + ALTERNATE A + DIVISION II $ 0 '15Y Pi" TOTAL DIVISION I BASE BID + ALTERNATE B + DIVISIi $_ 2. It is understood that the quantities set forth are app variation and that the unit bid price for the work do payment to Contractor. 3. In submitting this bid, the bidder understands that thf of Waterloo, Iowa, to reject any or all bids. If writter this bid is mailed, telegraphed, or delivered to the i. days after the opening thereof, or at any time t withdrawn, the undersigned agrees to execute and IZITGGTTIGT1L III LIIV 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. FORM OF BID CONTRACT NO. 898 Page 8 of 10 FORM OF BID OR PROPOSAL F.Y. 2016 STREET RECONSTRUCTION PROGRAM CONTRACT NO. 898 ADDENDUM NOS. 1 & 2 CITY OF WATERLOO, IOWA F.Y. 2016 STREET RECONSTRUCTION PROGRAM CONTRACT NO. 898 BID DIVISION I UNIT EST. UNIT BID TOTAL BID ITEM DESCRIPTION QTY. PRICE PRICE BASE BID - SECTION I 1 CONSTRUCT TEMP. ACCESS SY 25.00 $65.00 $1,625.00 2 MISC.CURB & GUTTER, 6", C-4 LF 43.00 $35.50 $1,526.50 3 R/R MISC. HMA, 3" SY 13.30 $56.40 $750.12 4 R/R MISC. HMA, 6" SY 29.20 $112.00 $3,270.40 5 R/R MISC. HMA, 7.5" SY 16.00 $140.00 $2,240.00 6 R/R MISC. HMA, 10.5" SY 66.80 $196.00 $13,092.80 7 R/R 3" HMA/6" PCC, M-4 - SY 67.00 $139.60 $9,353.20 8 R/R 4' HMA/9" PCC, M-4 SY 61.10 $190.00 $11,609.00 9 R/R MISC SEALCOAT W/2" HMA SY 26.30 $42.25 $1,111.18 10 HMA DRIVEWAY APPROACH _ TON 27.00 $190.00 $5,130.00 11 D/W APP. & S/W, 6" PCC, C-4 SY 558.70 $45.50 $25,420.85 12 D/W APP. & S/W, 5" PCC, C-4 SY 4359.90 $44.50 $194,015.55 13 SIDEWALK, 4" PCC, C-4 SY 459.90 $43.25 $19,890.68 14 SIDEWALK, 5" PCC, C-4 SY 249.20 $44.50 $11,089.40 15 SIDEWALK, CLASS A, PCC, C-4 LF 337.00 $35.75 $12,047.75 16 PED. RAMP, PCC S/W, 6", C-4 SY 583.00 $46.50 $27,109.50 17 PEDESTRIAN RAMP DET. SURF. SF 758.00 $37.60 $28,500.80 18 SIDEWALK CURB SECTION LF 49.00 $35.75 $1,751.75 19 CONC. PAVEMENT REMOVAL SY 42728.80_ $4.25 $181,597.40 20 ASPHALT PAVEMENT REMOVAL SY 9747.30 $4.25 $41,426.03 21 S/W & D/W REMOVAL SY 6281.00 $4.25 $26,694.25 22 SIDEWALK REMOVAL SY 569.30 $10.00 $5,693.00 23 SAW CUT LF 2856.80 $5.15 $14,712.52 24 WOVEN GEOTEXTILE SY 30355.00 $4.50 $136,597.50 25 MODIFIED SUBBASE TON 33163.90 $22.80 $756,136.92 26 RECYCLED ASPHALT PAVING TON 4.50 $62.50 $281.25 27 ROADSTONE, 3/4" TON 95.20 $48.00 $4,569.60 28 DRAIN TILE, 6" LF 25232.50 $8.95 $225,830.88 29 DRAIN TILE, 4" LF 971.00 $7.40 $7,185.40 30 DRAIN TILE STUB, 4" LF 1607.00 $17.40 $27,961.80 31 DRAIN TILE TAP AND COLLAR EACH 28.00 $650.00 $18,200.00 32 SUBDRAIN OUTLET EACH 104.00 $300.00 $31,200.00 33 CONVERT WV MH TO RDBOX EACH 6.00 $525.00 $3,150.00 34 WATER SERVICE CORP., 3/4" EACH 38.00 $50.50 $1,919.00 35 WATER SERV. CURB STOP 3/4" EACH 38.00 $155.00 $5,890.00- 36 WATER SERV. PAVE BOX 3/4" EACH 38.00 $155.00 $5,890.00 37 COPPER WATER SERV., 3/4" LF 1340.00 $23.60 $31,624.00 38 WATER SERVICE CORP., 1" EACH 2.00 $54.00 $108.00 39 WATER SERV. CURB STOP 1" EACH 2.00 $205.00 $410.00 40 WATER SERV. PAVE BOX 1" EACH 2.00 $205.00 $410.00 41 COPPER WATER SERV., 1" LF 65.00 $24.20 $1,573.00 42 WATER SERVICE CORP., 2" EACH 1.00 $290.00 $290.00 43 WATER SERV. CURB STOP 2" EACH 1.00 $500.00 $500.00 44 WATER SERV. PAVE BOX 2" EACH 1.00 $255.00 $255.00 45 COPPER WATER SERV., 2" LF 15.00 $35.95 $539.25 46 WATER SERVICE KILL EACH 16.00 $385.00 $6,160.00 47 WATER SERVICE TAP, 2" EACH 1.00 $115.00 $115.00 48 LOWER WATER SERV. 3/4"/ 1" EACH 2.00 $775.00 $1,550.00 49 UNDERGR. INVEST. - WATER EACH 18.00 $335.00 $6,030.00 50 TOPSOIL, 4" SY 8030.20 $16.75 $134,505.85 51 HYDROSEED SY 10390.90 $3.10 $32,211.79 52 TOPSOIL REMOVAL, EARTHWK SY 2360.60 $10.40 $24,550.24 53 VAULT TOP REMOVAL, KWWL LS 1.00 $10,450.00 $10,450.00 54 FILL SAND FOR VAULT TON 564.00 $20.35 $11,477.40 55 CONSTRUCTION SURVEY LS 1.00 $84,000.00 $84,000.00 56 TRAFFIC CONTROL LS 1.00 $70,500.00 $70,500.00 57 DETOUR ROUTE - DOWNING LS 1.00 $3,000.00 $3,000.00 58 DETOUR ROUTE - EASTON LS 1.00 $3,000.00 $3,000.00 59 DETOUR ROUTE - E. 4TH LS 1.00 $3,000.00 $3,000.00 60 DETOUR ROUTE - LAFAYETTE LS 1.00 $3,000.00 $3,000.00 61 PAINTED PAVEMENT MARKING STA 49.10 $50.00 $2,455.00 62 PRE-CUT PAVEMENT SYMBOL EACH 6.00 $400.00 $2,400.00 TOTAL DIVISION 1 BASE BID - SECTION I $2,298,584.54 BID DESCRIPTION UNIT EST. UNIT BID TOTAL BID ITEM DIVISION 1 BASE BID - SECTION II QTY. PRICE PRICE pD 63 STORM SEWER, 2000D, 24" LF 358.55 $70.00 $25,098.w 64 STORM SEWER, 2000D, 18" LF 33.90 $68.00 $2,305.20 65 STORM SEWER, 2000D, 15" LF 317.30 $42.75 $13,564.58 66 STORM SEWER, 2000D, 12" _ LF 1941.30 $42.00 $81,534.60 67 STORM MH, TYPE A, 48" EACH 27.00 $3,935.00 $106,245.00 68 SW-402 RECTANG. STORM MH EACH 7.00 $4,500.00 $31,500.00 69 REM. EXISTING STRUCTURE EACH 65.00 $525.00 $34,125.00 70 MAJOR MANHOLE ADJUSTMENT EACH _ 1.00 $2,500.00 $2,500.00 71 TYPE E-1-C INLET EACH 32.00 $2,475.00 $79,200.00 72 TYPE E-2-C INLET EACH 21.00 $3,400.00 $71,400.00 73 TYPE E-1-C INLET, USE EXIST. EACH 2.00 $2,250.00 $4,500.00 74 TYPE E-1-C INLET, MODIFIED EACH 1.00 $3,920.00 $3,920.00 75 TYPE SW-507 INLET EACH 4.00 $3,700.00 $14,800.00 76 R/R INLET BOXOUT, E-1-C EACH 9.00 $1,035.00 $9,315.00 77 R/R INLET BOXOUT, E-2-C EACH 11.00 $1,140.00 $12,540.00 78 TAP AND COLLAR STRUCTURE EACH 7.00 $1,315.00 $9,205.00 79 INSULATE COPPER WATER SER EACH 0.00 $765.00 $0.00 80 FURN/INST. MH RING & COVER EACH 0.00 $875.00 $0.00 81 STORM WATER PROTECTION EACH 94.00 $495.00 $46,530.00 81A REM SS PIPE LESS THAN 36" LF _ 310.00 $15.00 $4,650.00 TOTAL DIVISION 1 BASE BID - SECTION II $55284 ,932.81i BID DESCRIPTION UNIT EST. UNIT BID TOTAL BID ITEM DIVISION 1 BASE BID - SECTION III QTY. PRICE PRICE 82 RECON. SANITARY SWR, 24" LF 9.20 $425.00 $3,910.00 83 RECON. SANITARY SWR, 12" LF 589.80 $69.00 $40,696.20 84 RECON. SANITARY SWR, 10" LF 803.00 $62.00 $49,786.00 85 RECON. SANITARY SWR, 8" LF 3340.30 $55.00 $183,716.50 86 REM./REP. SANITARY SWR, 8" _ LF 30.00 $300.00 $9,000.00 87 SANITARY SWR SERVICE, 6" LF 2975.00 $45.85 $136,403.75 88 STD. SANITARY MANHOLE, 48" EACH 9.00 $5,500.00 $49,500.00 89 STD. SAN. DROP MH, 48" EACH 1.00 $7,850.00 $7,850.00 90 REM. EXISTING STRUCTURE EACH 9.00 $650.00 $5,850.00 91 FURN/INST. MH RING & COVER EACH_ 7.00 $875.00 $6,125.00 92 TRACE SANITARY SWR SERV. EACH _ 20.00 $410.00 $8,200.00 93 DYE TEST INVESTIGATION EACH 46.00 $180.00 $8,280.00 94 UNDERGR. INVEST. - SANITARY EACH 3.00 $500.00 $1,500.00 TOTAL DIVISION 1 BASE BID - SECTION III $510,817.45 TOTAL DIVISION 1 BASE BID - SECTION I, II, III $3,362,334.87 BID DESCRIPTION UNIT EST. UNIT BID TOTAL BID ITEM DIVISION 1 - ALTERNATE A QTY. PRICE PRICE 1A 2", HMA 1M S 1/2", 60% CR SY _ 27917.20 $10.50 $293,130.60 2A 2.5", HMA 1M 13/4", 60% CR _ SY 27917.20 $11.60 $323,839.52 3A 3", HMA 1M B 3/4", 60% CR SY 27917.20 $13.60 $379,673.92 4A 2", HMA 3M S 1/2", 75% CR SY 18041.80 $10.55 $190,340.99 5A 2.5", HMA 3M 13/4", 75% CR SY 1810.00 $11.95 $21,629.50 6A 4", HMA 3M I 3/4", 75% CR SY 9480.80 $19.05 $180,609.24 7A 5.5", HMA 3M 13/4", 75% CR SY 6751.00 $26.10 $176,201.10 8A 3", HMA 3M B 3/4", 75% CR SY 18041.80 $13.70 $247,172.66 9A C&G, 24" WIDE, 7 1/2" THICK LF 19626.60 $14.25 $279,679.05 10A C&G, 24" WIDE, 9" THICK LF 5320.00 $16.25 $86,450.00 11A C&G, 24" WIDE, 10.5" THICK LF 2804.00 $18.00 $50,472.00 12A COLD WEATHER CONC. PRO SY 1449.60 $4.25 $6,160.80 13A LINSEED OIL TREATMENT SY 1449.60 $4.50 $6,523.20 14A PAVEMENT SAMPLES/TESTING LS 1.00 $8,600.00 $8,600.00 15A SPEED HUMP, PER DETAIL LS 1.00 $2,500.00 $2,500.00 16A CCP RR PERMITS & INSURANCE LS 1.00 $5,055.00 $5,055.00 17A UP RR PERMITS & INSURANCE LS 1.00 $5,055.00 $5,055.00 18A EXCAVATION CY 20680.80 $11.00 $227,488.80 TOTAL DIVISION 1 ALTERNATE A $2,490,581.38 TOTAL DIVISION 1 ALTERNATE B NO BID TOTAL DIVISION 1 BASE BID + ALTERNATE A $5,852,916.25 TOTAL DIVISION 1 BASE BID + ALTERNATE B NO BID BID DIVISION II - WATER MAIN UNIT EST. UNIT BID TOTAL BID ITEM DESCRIPTION QTY. PRICE PRICE 1 DUCT. IRON WTR MN, 6", CL.52 LF 1312.00 $58.76 $77,093.12 2 DUCT. IRON WTR MN, 8", CL.52 LF 2385.00 $64.30 $153,355.50 3 DUCT. IRON WTR MAIN REM. LF 2998.00 $11.35 $34,027.30 4 TAPPING SLEEVE, V&B, 6 ON 6" EACH 1.00 $4,150.00 $4,150.00 5 TAPPING SLEEVE, V&B, 8 ON 16' EACH 1.00 $5,300.00 $5,300.00 6 GATE VALVE AND BOX, 6" DIA. EACH 8.00 $1,600.00 $12,800.00 7 GATE VALVE AND BOX, 8" DIA. EACH 9.00 $1,900.00 $17,100.00 8 TEE, 6" X 6" DIA. _EACH 1.00 $625.00 $625.00 9 TEE (LOCKING), 8" X 6" DIA. EACH 7.00 $700.00 $4,900.00 10 TEE (LOCKING), 8" X 8" DIA. EACH 1.00 $800.00 $800.00 11 REDUCER, 8" X 6" DIA. EACH 1.00 $550.00 $550.00 12 CAP OR PLUG, 6" DIA. EACH 1.00 $360.00 $360.00 13 CAP OR PLUG, 8" DIA. EACH 2.00 $360.00 $720.00 14 MEGALUGS, 6" DIA. EACH 12.00 $135.00 $1,620.00 15 MEGALUGS, 8" DIA. EACH 12.00 $160.00 $1,920.00 16 CONCRETE BLOCKING EACH 15.00 $425.00 $6,375.00 17 HYDRANT REMOVAL EACH 1.00 $785.00 $785.00 18 HYDRANT ASSEMBLY EACH 3.00 $5,250.00 $15,750.00 19 BEND, 6", ANY DEGREE EACH 1.00 $335.00 $335.00 20 BEND, 8", ANY DEGREE EACH 2.00 $380.00 $760.00 21 SLEEVE, 6" DIA. EACH 8.00 $330.00 $2,640.00 22 SLEEVE, 8" DIA. EACH 2.00 $400.00 $800.00 23 TEMPORARY PVC WATER MAIN LF 630.00 $21.25 $13,387.50 24 REM TEMP W/M CONNECTONS EACH 2.00 $1,695.00 $3,390.00 25 3/4" SHORT SIDE WATER SERV. EACH 37.00 $1,185.00 $43,845.00 26 3/4" LONG SIDE WATER SERV. EACH 18.00 $1,800.00 $32,400.00 27 KILL & PLUG SERVICE AT MAIN EACH_ 1.00 $450.00 $450.00 28 REM. INACTIVE PAVE BOX ETC EACH 4.00 $450.00 $1,800.00 TOTAL BID DIVISION II $438,038.42 TOTAL DIVISION 1 BASE BID + ALTERNATE A + DIVISION II $6,290,954.67 TOTAL DIVISION 1 BASE BID + ALTERNATE B + DIVISION II NO BID Aspro, Inc. 03/24/16 (Name of Bidder) (Date) f BY: r 1 Title: President Milt n J."akovich Official Address: (Including Zip Code) 3613 Texas St. P. O. Box 2620 Waterloo, Iowa 50704 I.R.S. No. 42-1011512 4. Security in the sum of 5% OF BID AMOUNT Dollars ($ 5% ) in the form of BID BOND is submitted herewith in accordance with the INSTRUCTIONS TO BIDDERS. 5. Attached hereto is a Non-Collusion Affidavit of Prime Contractor. 6. Attached hereto is a Resident Bidder Certification ( x ), or Non-Resident Bidder Certification ( ). (Mark one.) 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 G3`/gJ),(/6 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. FORM OF BID CONTRACT NO. 898 Page 9 of 10 NON-COLLUSION AFFIDAVIT OF PRIME BIDDER State of IOWA )ss County of BLACK HAWK MILT DAKOVICH , being first duly sworn, deposes and says that: 1. He is (6)Wrif N4VeYr, Officer, staMaV M t of ASPRO, INC. , the Bidder that has submitted the attached Bid; 2. He is fully informed respecting the preparation and contents of the attached Bid and of all pertinent circumstances respecting such Bid; 3. Such Bid is genuine and is not a collusive or sham Bid; 4. Neither the said Bidder nor any of its officers, partners, owners, agents, representatives, employees, or parties in interest, including this affiant, has in any way colluded, conspired, connived or agreed, directly or indirectly, with any other Bidder, firm or person to submit a collusive or sham Bid in connection with the Contract for which the attached Bid has been submitted or to refrain from bidding in connection with such Contract, or has in any manner, directly or indirectly, sought by agreement or collusion or communication or conference with any other Bidder, firm or person to fix the price or prices in the attached Bid or of any other Bidder, or, to fix any overhead, profit or cost element of the bid price or the bid price of any other Bidder, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against the City of Waterloo, Iowa, or any person interested in the Proposed Contract; and 5. The price or prices quoted in the attached Bid are fair and proper and are not tainted by any collusion, conspiracy, connivance or unlawful agreement on the part of the Bidder or any of its agents, representatives, owners, employees, or parties in interest, including this affiant. ,,� (Signed/') (),A,l.lt'f' 1 [PRESIDENT Title Subscribed and sworn to before me this 24 day of MARCH , 201 6. 1'Yw}'jUl fhCdI OFFICE MANAGER Title My commission expires 9/11/17 q i(-17 RESIDENT/NON-RESIDENT BIDDER RESIDENT BIDDER: In accordance with Section 73A.21 of the Iowa Code, all non-federal-aid public improvement projects, which include road construction, shall be performed by a qualified resident bidder. The resident bidder has been further defined as follows: Resident Bidder: A person or entity authorized to transact business in this state and having a business for at least three years prior to the date of the first advertisement for the public improvement. If another state or foreign country has a more stringent definition of a resident bidder, the more stringent definition is applicable as to bidders from that state or foreign country. The contractor shall provide the City with a certification that he is a qualified resident bidder according to the above definition. The Certification shall be submitted with the contractor's bid. A copy of the form of "Resident Bidder Certification" is included in the Contract Documents. If it is determined that the contractor does not meet this qualification after he begins work, a shutdown notice shall be issued and the voiding of the contract shall begin unless the contractor becomes qualified. NON-RESIDENT BIDDER: The contractor shall provide the City with a certification that he is a non-resident bidder according to the above definition. The Certification shall be submitted with the contractor's bid. A copy of the form of"Non-Resident Bidder Certification" is included in the Contract Documents. DJG 01/02/12 O < °O 00 IS 0 -0 O Z ((is) c L a)) -a OO. V as 8 c 0 IO N L L � � o Cr m = n. c CO 2cc w `o � _ 0 ? o �Q ° Q CO ° ,40 as o w c oEoE a)O 0 ai O " CO 0 a) o Q \ ti , CO r- Q 00 N .c O _ C al O c ° ° O L Q ° O �, N V N a > > 0 c o o � 5C o L 2 L.- a.0 -c E c m W U) '- Ce (B v) = O L O m a) WO2 1E -3 E cU La E dU Ce Z c ° c •° _ -° c 0 Z y fry fit fi ceO E2 °- E CO - ° 0 WO } '� ` � W F- c ° c >, LO ° D U ~ Q a) o < a o 0 .0 � � W Zg _0 z ° N ° i� c n3 m to w � oN 7000E aS ;-E0 -0 Ore jN � '•� fn0 � w � ~ E � � ° Zd ;; °\ � \ fn U. as 00 c . `0 > o a) coi r r, m Z Z a ° o c ° E °o FW- p \ '� t . � 0 U) ° .0 m _ 0. m W o <� Ll CO Fa— CO w e w O_53 0 7 N Y co -0 Z 3 CO Q >m ~ -0 2 c 0 (a 'Q Q W Z 1') L) `- �o c� p CO L V! W D 2 0 o >o, > E 4- N 5 M 03 m • Q O 6) N ° u) ° N 0 m W LO a)- O a V 0 0. 0 0 c 0 O m CO CO co to w to re 4' C .c CO ' 'C w e Z N cjj 0 0 0 0 0 0 •N E F 2 1— E. 0 V) a$ N N N N N N � � 'Li 0 � E ° c WOW 0 = o 0 0 0 0 0 L L ° c `) CO 0 O „ '5 c9 a) . 0 'u) N W V M M M M M M Z@ c M a N m n n. J 2 " o c°) c 'E a m e m m o o ° < c ° o o O c) c H o, c 0 ° ° 0 E E, Q O ° .0 w o Z U 3 z } o • O w m ` Z fn ) Ili o Q -° 7 m O J E ° ° L >, a) W as QwU o ow @ � a Uco >, Lm _, _c 0 O Z � ° a < � ° Q>N -0o wL [� a O to Z a m o °) a c c N m V Z E. 9 0 C V E as m _c L) S 0 EaN ° o m ` W F' C 3 co z n 3 E c O o a o c c E� o o rn a E 0 4 o d c EA - z w U ° o) Q o m � E' � � .-"2t- ) p = O O Z Z f6 m c w c,7 12 a a o CZ ._ m U vA P. "3 Q W v c L F- c C cn W 1:410o w •_ O ° Z Q ° - 0 a 0 ° -o O ►4 O U CG O O � c 00 o as UO �) @ 'Q m a>i m U ,W, U W U U U1 � im E Q c m o a c 6 o •� x Q Z V W .-, A E �lO a. zwQ 0 U) >- wt _ E 3 ® A a o 8 •• SPRO Phone (319) 232-6537 3613 Texas Street• P.O. Box 2620 •Waterloo, Iowa 50704 Fax: (319) 232-6539 F.Y. 2016 STREET RECONSTRUCTION PROGRAM CONTRACT NO. 898 WATERLOO, IOWA PER HOUR SURVEY RATES STAFF PROFESSIONAL $125.00/HOUR PARTY CHIEF $ 98.00/HOUR TWO-PERSON CREW $135.00/HOUR THREE-PERSON CREW $155.00/HOUR Phone (319) 232-65373613 Texas Street• P.O. Box 2620•Waterloo, Iowa 50704 Fax: (319) 232-6539 March 10, 2016 WATCO CONSTRUCTION CO PO BOX 904 WATERLOO, IA 50704 RE: F.Y. 2016 STREET RECONSTRUCTION PROGRAM CONTRACT NO. 898, WATERLOO, IOWA To Whom It May Concern: We will be accepting subcontractor quotes in writing at 3613 Texas Street on the above referenced project until 4:00 PM, CST, on Wednesday, March 23, 2016. The item numbers and descriptions of the possible subcontract items are attached Quotations will be subject to the following provisions: 1. All quotes will be per plans and specifications of the City of Waterloo. 2. All subcontractors will be required to furnish Aspro, Inc. with the appropriate bonds. 3. All subcontractors will be required to furnish Aspro, Inc. with a certificate of insurance. 4. All subcontractors will be billed their proportionate share of AGC dues. 5. All quotation items will be assumed as not tied unless so designated. 6. Please sign and return the enclosed subcontractor's bid request form. All qualified bidders will not be discriminated against due to race, religion, color, sex or origin. Equal Opportunity Employer. Sincerely, Milton J. Dakovich MD/cj Eric: Phone (319) 232-6537 3613 Texas Street• P.O. Box 2620•Waterloo, Iowa 50704 Fax: (319) 232-6539 March 10, 2016 QUICK CONSTRUCTION 217 BATES ST WATERLOO, IA 50703 RE: F.Y. 2016 STREET RECONSTRUCTION PROGRAM CONTRACT NO. 898, WATERLOO, IOWA To Whom It May Concern: We will be accepting subcontractor quotes in writing at 3613 Texas Street on the above referenced project until 4:00 PM, CST, on Wednesday, March 23, 2016. The item numbers and descriptions of the possible subcontract items are attached Quotations will be subject to the following provisions: 1. All quotes will be per plans and specifications of the City of Waterloo. 2. All subcontractors will be required to furnish Aspro, Inc. with the appropriate bonds. 3. All subcontractors will be required to furnish Aspro, Inc. with a certificate of insurance. 4. All subcontractors will be billed their proportionate share of AGC dues. 5. All quotation items will be assumed as not tied unless so designated. 6. Please sign and return the enclosed subcontractor's bid request form. All qualified bidders will not be discriminated against due to race, religion, color, sex or origin. Equal Opportunity Employer. Sincerely, Milton J. Dakovich MD/cj Enc: fr Phone (319) 232-6537 3613 Texas Street• P.O. Box 2620•Waterloo, Iowa 50704 Fax: (319) 232-6539 March 10, 2016 GREER'S WORKS 2003 PLAINVIEW WATERLOO, IA 50703 RE: F.Y. 2016 STREET RECONSTRUCTION PROGRAM CONTRACT NO. 898, WATERLOO, IOWA To Whom It May Concern: We will be accepting subcontractor quotes in writing at 3613 Texas Street on the above referenced project until 4:00 PM, CST, on Wednesday, March 23, 2016. The item numbers and descriptions of the possible subcontract items are attached Quotations will be subject to the following provisions: 1. All quotes will be per plans and specifications of the City of Waterloo. 2. All subcontractors will be required to furnish Aspro, Inc. with the appropriate bonds. 3. All subcontractors will be required to furnish Aspro, Inc. with a certificate of insurance. 4. All subcontractors will be billed their proportionate share of AGC dues. 5. All quotation items will be assumed as not tied unless so designated. 6. Please sign and return the enclosed subcontractor's bid request form. All qualified bidders will not be discriminated against due to race, religion, color, sex or origin. Equal Opportunity Employer. Sincerely, Milton J. Dakovich MD/cj Enc: • • "'; Phone (319) 232-6537 3613 Texas Street• P.O. Box 2620•Waterloo, Iowa 50704 Fax: (319) 232-6539 March 10, 2016 OLD GREER'S WORKS 2309 SPRINGVIEW ST WATERLOO, IA 50707 RE: F.Y. 2016 STREET RECONSTRUCTION PROGRAM CONTRACT NO. 898, WATERLOO, IOWA To Whom It May Concern: We will be accepting subcontractor quotes in writing at 3613 Texas Street on the above referenced project until 4:00 PM, CST, on Wednesday, March 23, 2016. The item numbers and descriptions of the possible subcontract items are attached Quotations will be subject to the following provisions: 1. All quotes will be per plans and specifications of the City of Waterloo. 2. All subcontractors will be required to furnish Aspro, Inc. with the appropriate bonds. 3. All subcontractors will be required to furnish Aspro, Inc. with a certificate of insurance. 4. All subcontractors will be billed their proportionate share of AGC dues. 5. All quotation items will be assumed as not tied unless so designated. 6. Please sign and return the enclosed subcontractor's bid request form. All qualified bidders will not be discriminated against due to race, religion, color, sex or origin. Equal Opportunity Employer. Sincerely, Milton J. Dakovich MD/cj Enc: A fok 3613 Texas Street• P.O. Box 2620•Waterloo, Iowa 50704 Phone (319) 232 6537 Fax: (319) 232-6539 March 10, 2016 DC CORPORATION 426 BEECH ST WATERLOO, IA 50703 RE: F.Y. 2016 STREET RECONSTRUCTION PROGRAM CONTRACT NO. 898, WATERLOO, IOWA To Whom It May Concern: We will be accepting subcontractor quotes in writing at 3613 Texas Street on the above referenced project until 4:00 PM, CST, on Wednesday, March 23, 2016. The item numbers and descriptions of the possible subcontract items are attached Quotations will be subject to the following provisions: 1. All quotes will be per plans and specifications of the City of Waterloo. 2. All subcontractors will be required to furnish Aspro, Inc. with the appropriate bonds. 3. All subcontractors will be required to furnish Aspro, Inc. with a certificate of insurance. 4. All subcontractors will be billed their proportionate share of AGC dues. 5. All quotation items will be assumed as not tied unless so designated. 6. Please sign and return the enclosed subcontractor's bid request form. All qualified bidders will not be discriminated against due to race, religion, color, sex or origin. Equal Opportunity Employer. Sincerely, Milton J. Dakovich MD/cj Enc: } 3613 Texas Street• P.O. Box 2620•Waterloo, Iowa 50704 Phone (319) 232-6537 (319) 232-6539 March 10, 2016 DANIELS HOME IMPROVEMENT 3358 BRISTOL RD WATERLOO, IA 50701 RE: F.Y. 2016 STREET RECONSTRUCTION PROGRAM CONTRACT NO. 898, WATERLOO, IOWA To Whom It May Concern: We will be accepting subcontractor quotes in writing at 3613 Texas Street on the above referenced project until 4:00 PM, CST, on Wednesday, March 23, 2016. The item numbers and descriptions of the possible subcontract items are attached Quotations will be subject to the following provisions: 1. All quotes will be per plans and specifications of the City of Waterloo. 2. All subcontractors will be required to furnish Aspro, Inc. with the appropriate bonds. 3. All subcontractors will be required to furnish Aspro, Inc. with a certificate of insurance. 4. All subcontractors will be billed their proportionate share of AGC dues. 5. All quotation items will be assumed as not tied unless so designated. 6. Please sign and return the enclosed subcontractor's bid request form. All qualified bidders will not be discriminated against due to race, religion, color, sex or origin. Equal Opportunity Employer. Sincerely, Milton J. Dakovich MD/cj Enc: F.Y. 2016 STREET RECONSTRUCTION PROGRAM CONTRACT NO. 898 CITY OF WATERLOO, IOWA F.Y. 2016 STREET RECONSTRUCTION PROGRAM CONTRACT NO. 898 BID DIVISION I UNIT EST. UNIT BID TOTAL BID ITEM DESCRIPTION QTY. PRICE PRICE BASE BID -SECTION I 1 CONSTRUCT, MAINTAIN, REMOVE TEMPORARY ACCESS & RESTORE SY 25.0 2 MISC. CURB AND GUTTER, PCC, 6", C-4 LF 43.0 7 REMOVE & REPLACE 6" PCC, M-4 SY 67.0 8 REMOVE & REPLACE 9" PCC, M-4 SY 61.1 11 DRIVEWAY APPROACH AND S/W, 6" PCC, C-4 SY 558.7 12 DRIVEWAY APPROACH AND S/W, 5" PCC, C-4 SY 4359.9 13 SIDEWALK, 4" PCC, C-4 SY 459.9 14 SIDEWALK, 5" PCC, C-4 SY 249.2 15 SIDEWALK, CLASS A, PCC, C-4 LF 337.0 16 PEDESTRIAN RAMP, PCC SIDEWALK, 6" PCC, C-4 SY 583.0 17 PEDESTRIAN RAMP DETECTABLE WARNING SURFACE SF 758.0 18 SIDEWALK CURB SECTION LF 49.0 19 CONC. PAVEMENT REMOVAL SY 42728.8 20 ASPHALT PAVEMENT REMOVAL SY 9747.3 21 SIDEWALK& DRIVEWAY REMOVAL SY 6052.6 22 SIDEWALK REMOVAL SY 569.3 23 SAW CUT LF 2856.8 24 WOVEN GEOTEXTILE SY 30355.0 25 MODIFIED SUBBASE TON 33163.9 27 ROADSTONE, 3/4" TON 95.2 28 DRAIN TILE, 6" LF 25232.5 29 DRAIN TILE, 4" LF 971.0 30 DRAIN TILE STUB, 4" LF 1607.0 31 DRAIN TILE TAP AND COLLAR EACH 28.0 32 SUBDRAIN OUTLET EACH 104.0 33 CONVERT WTR VALVE MH TO RDBOX EACH 6.0 34 WATER SERVICE CORP., 3/4" EACH 38.0 35 WATER SERV. CURB STOP, 3/4" EACH 38.0 36 WATER SERV. PAVE BOX, 3/4" EACH 38.0 37 COPPER WATER SERV., 3/4" LF 1340.0 38 WATER SERVICE CORP., 1" EACH 2.0 39 WATER SERV. CURB STOP, 1" EACH 2.0 40 WATER SERV. PAVE BOX, 1" EACH 2.0 41 COPPER WATER SERV., 1" LF 65.0 42 WATER SERVICE CORP., 2" EACH 1.0 43 WATER SERV. CURB STOP, 2" _ EACH 1.0 44 WATER SERV. PAVE BOX, 2" EACH 1.0- 45 COPPER WATER SERV., 2" LF 15.0 46 WATER SERVICE KILL EACH 16.0 47 WATER SERV. TAP 2" EACH 1.0 48 LOWER WATER SERV. 3/4" OR 1" EACH 2.0 49 UNDERGR. INVEST. -WATER EACH 18.0 50 TOPSOIL, 4" SY 8030.2 51 HYDROSEED SY 10390.9 52 TOPSOIL REMOVAL FROM PARKING, EARTHWORK SY 2360.6 53 VAULT TOP REMOVAL, KWWL BLDG LS 1.0 54 FILL SAND FOR VAULT TON 564.0 55 CONSTRUCTION SURVEY LS 1.0 56 TRAFFIC CONTROL LS 1.0 57 DETOUR ROUTE - DOWNING AVE LS 1.0 58 DETOUR ROUTE - EASTON AVE LS 1.0 59 DETOUR ROUTE - E. 4TH ST LS 1.0 60 DETOUR ROUTE - LAFAYETTE ST LS 1.0 61 PAINTED PAVEMENT MARKING, WTR BASED STA 49.10 62 PRE-CUT PAVEMENT SYMBOL OR LEGEND STA 6.00 SECTION II 63 STORM SEWER, 2000D, 24" LF 32.5 64 STORM SEWER, 2000D, 18" LF 33.9 65 STORM SEWER, 2000D, 15" LF 297.3_ 66 STORM SEWER, 2000D, 12" LF 1888.7, 67 STORM MH, TYPE A, 48" EACH 25.0 68 SW-402 MODIFIED RECTANG. STORM MH EACH 7.0 69 REM. EXISTING STRUCTURE EACH 52.0 70 MAJOR MANHOLE ADJUSTMENT EACH 1.0 71 TYPE E-1-C INLET EACH 32.0 72 TYPE E-2-C INLET EACH 21.0 73 TYPE E-1-C INLET, USE EXISTING CASTING EACH 2.0 74 TYPE E-1-C INLET, MODIFIED EACH 1.0 75 TYPE SW-507 INLET EACH 4.0 76 R/R INLET BOXOUT, E-1-C EACH 9.0 77 R/R INLET BOXOUT, E-2-C EACH 11.0 78 TAP AND COLLAR STRUCTURE OR PIPE EACH 7.0 79 INSULATE EXISTING COPPER WATER SER. EACH 0.0 80 FURN/INST. MH RING & COVER EACH 0.0_ 81 STORM WTR PROTECTION - STRUCTURES EACH 94.0 SECTION III 82 RECON. SANITARY SWR, 24" LF 9.2, 83 RECON. SANITARY SWR, 12" LF 589.8 84 RECON. SANITARY SWR, 10" LF 1626.6 85 RECON. SANITARY SWR, 8" LF 3340.3 86 REM./REP. SANITARY SWR, 8" LF 30.0 87 SANITARY SWR SERVICE, 6" LF 2178.0 88 STD. SANITARY MANHOLE, 48" EACH 10.0 89 STD. SANITARY DROP MANHOLE, 48" EACH 1.0 90 REM. EXISTING STRUCTURE, SANITARY MH EACH 9.0 91 FURN/INST. MH RING & COVER EACH 7.0 92 TRACE SANITARY SWR SERV. EACH 20.0 93 DYE TEST INVESTIGATION EACH 46.0 94 UNDERGR. INVEST. -SANITARY EACH 3.0 ALTERNATE A 9A C&G, PCC, C-4, 24"WIDE, 7.5"THICK LF 19626.6 10A C&G, PCC, C-4, 24"WIDE, 9"THICK LF 5320.0 11A C&G, PCC, C-4, 24"WIDE, 10.5" THICK _ LF 2804.0 12A COLD WEATHER CONC. PRO SY 1449.6 13A LINSEED OIL TREATMENT SY 1449.E 14A PAVEMENT SAMPLES AND TESTING LS 1.0 15A SPEED HUMP, PER DETAIL LS 1.0 - 16A CCP RAILROAD PERMITS & INSURANCE LS - 1.0 17A UP RAILROAD PERMITS & INSURANCE LS 1.0 18A EXCAVATION CY 20680.8 DIVISION II -WATER MAIN 1 DUCT. IRON WTR MN, 6", CL.52 LF 1312.0 2 DUCT. IRON WTR MN, 8", CL.52 LF 2385.0 3 DUCT. IRON WTR MAIN REM. _ LF 2998.0 4 TAPPING SLEEVE, VALVE & BOX, 6 ON 6" DIA. EACH 1.0 5 TAPPING SLEEVE, VALVE & BOX, 8 ON 16" DIA. EACH 1.0 6 GATE VALVE AND BOX, 6" DIA. EACH 8.0 7 GATE VALVE AND BOX, 8" DIA. EACH 9.0 8 TEE, 6"X 6" DIA. EACH 1.0 9 TEE (LOCKING) 8"X 6" DIA. EACH 7.0 10 TEE (LOCKING) 8"X 8" DIA. EACH 1.0 11 REDUCER, 8"X 6" DIA EACH 1.0 12 CAP OR PLUG, 6" DIA EACH 1.0 13 CAP OR PLUG, 8" DIA EACH 2.0_ 14 MEGALUGS, 6" DIA. EACH 12.0 15 MEGALUGS, 8" DIA. EACH 12.0 16 CONCRETE BLOCKING _ EACH 15.0 17 HYDRANT REMOVAL EACH 1.0 18 HYDRANT ASSEMBLY EACH 3.0 19 BEND, 6", ANY DEGREE EACH 1.0 20 BEND, 8", ANY DEGREE EACH 2.0_ 21 SLEEVE, 6" DIA. EACH 8.0 22 SLEEVE, 8" DIA. EACH 2.0 23 TEMPORARY PVC WATER MAIN LF 630.0 REM TEMP PVC SURF WATER MAIN CONNECTIONS 24 TO DUCTILE IRON WATER MAIN EACH 2.0 25 3/4" SHORT SIDE WATER SERV. EACH 37.0 26 3/4" LONG SIDE WATER SERV. EACH 18.0 27 KILL AND PLUG SERVICE LINE AT WATER MAIN EACH 1.0 28 REMOVE INACTIVE PAVE BOX &ABANDON EACH 4.0 WATER SERVICE LINE STUB IN PLACE TOTAL BID m C7 - ., j,N 3u o o - CL C J r en om v N Q 7-ea m V co .L m, a a, _ �L cn m � G 03 m 0 C m m a`o m CV &5 0 �° m N- 1, 1, N- N. N- co x y O m co m LL . - - - - Q U O U a0 c o m u '1 Li')u1 L1 Le-1tr) d rn 0 0 0 0 0 0 0 $-i a) ...... 2 N- N- N. N. n N w N .1 m • a +J ° C) _ v a N .� E m <4 Z m Ca W m O C L. m I 0 $a m E ' Z c U m o e i O i 4 O ch 1 e+4 I 1 I r ! .-•1 6 II m 0") a 0 0 i O 0 0 0 0 r ex vmxe a N IN 1$ E ' IN. ,� 2 c '3 °° I O 2 1 0 ',tom 0 O � O O m a m -CO tc O tE4 H tGi 1 fll Gn ►fl pa. _o tT z 0 2 Q i U I O 0 F4 o, Y e,- coH g O 4 P 4 AC cif k 3 H s [� `o HHH c i H C4 ►4 a4 1-i H 61a ! g EL E W N � � ci o- 1 0 � Z OH U ?.4\UQ OG O O O 0 wa7 ! Ha0� o Q rr� 0p N wa0 tnix •-— ® mm� w ,-a > a Mra � P c.40 ./ apns mo ? rq D 0 0 a C 04 I Ez 0 a W a- 9 a cic8iodS c C3 114 U ca ii] V I• ft Cz7 en 43 6 ,ix 0 Y ❑❑❑❑❑ i t0 E E4 EE ►-a EH W Q E-. A O - coZ 0 H v U N d Q qC r-1 AC CG FC .4c044 Ktink 1 I 1NJ 00 U c V' 3 C4 3 0/09 Q r.J Qua I M �s I I ow a 3 m m A V m0 N 6 0 a_0 z N —S ° 0 00 ��� U in l�//�� Z m�J a a' o 0 KC o ,..4 N H 0 • O m "a0 N g qO to Z N A i a) H N O CCA DQ ` >C Oa m y I— a 0 0 LL' 2ci co m a C4 W f�, I) a, Ei Z a o 2 < a, e— cV cb ' - Lei co P: xi F°-3 d S P R 0 Phone (319) 232-6537 3613 Texas Street• P.O. Box 2620•Waterloo, Iowa 50704 Fax: (319) 232 6539 SUBCONTRACTOR'S BID REQUEST FORM WATCO CONSTRUCTION CO PO BOX 904 WATERLOO, IA 50704 RE: CONTRACT NO. 898, WATERLOO, IOWA I, WATCO CONSTRUCTION CO, hereby attest that I have been solicited for a bid on F.Y. 2016 STREET RECONSTRUCTION PROGRAM in the area of the attached. Aspro, Inc. has informed me that if I am interested in bidding, a subcontracting bid proposal must be submitted to the company office by March 23, 2016 at 4:00 PM, CST. 3� 1/— i40LA CoW DATE SUBCONTRACTOR' COMPANY NAME SUBCONTRACTOR'S SIGNATURE ' P E BIDDER'S SIGNATURE * Return the original Subcontractor's Bid Request Form with the prime Bidder's total bid. . /)\/\== OZSTI:T. C13 3613 Texas Street• P.O. Box 2620•Waterloo, Iowa 50704 Phone Fax: (319) 232-6539 SUBCONTRACTOR'S BID REQUEST FORM DANIELS HOME IMPROVEMENT 3358 BRISTOL RD WATERLOO, IA 50701 RE: CONTRACT NO. 898, WATERLOO, IOWA I, DANIELS HOME IMPROVEMENT, hereby attest that I have been solicited for a bid on F.Y. 2016 STREET RECONSTRUCTION PROGRAM in the area of the attached. Aspro, Inc. has informed me that if I am interested in bidding, a subcontracting bid proposal must be submitted to the company office by March 23, 2016 at 4:00 PM, CST. . 23-2-0/ 6 - /1,, DATE SUBCONTRACTOR'S OMPANY NAME SU: `ONTRACTOR'S SIGNATURE /./ jAll ' (/ PRI1' 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 North American Specialty Insurance Company as Surety are held and firmly bound unto the CITY OF WA I ERLQO.,Iowa,hereinafter called "OWNER." In the penal sum Five Percent of 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 24th day of March ,2016 ,for F.Y.2016 Street Reconstruction Program in the City of Waterloo, IA Contract No. 898 NOW,TI1ER FORE, (a)If said Bid shall be rejected,or in the alternate, (b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the form specified and shall furnish a bond for his faithful performance of said contract, and for the payment of all persons performing labor or furnishing materials in connection therewith, and she;!in all other respects perform the agreement created by the arrpptance of said Bid, Then this obligation shall be void, otherwise the same shall remain in force and effect; it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. By virtue of statutory authority,the full amount of this bid bond shall be forfeited to the Owner in liquidation of damages sustained in the event that the Principal fails to execute the contract and provide the bond as provided in the specifications or by law. The Surety,for value received, hereby stipulates and agrees that the obligations of sold 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 sot their hands and seals, end 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 14th day of March ,A.D.201 6,, Aspro, Inc. s(Seal) Principal ' By / l( , �`77 / r?^y? 'r' 7, 4 -'///),(// .., .) , (Title) /A 't North American Insurance Company ��"r /2MOIL/� r� � (Seal) Witns / t €rrcty Witness Cind Bennett Attorne -I -fact y one R. Young • NAS SURETY GROUP NORTH AMERICAN SPECIALTY INSURANCE COMPANY WASHINGTON INTERNATIONAL INSURANCE COMPANY GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS,THAT North American Specialty Insurance Company,a corporation duly organized and existing under laws of the State of New Hampshire,and having its principal office in the City of Manchester,New Hampshire,and Washington International Insurance Company,a corporation organized and existing under the laws of the State of New Hampshire and having its principal office in the City of Schaumburg,Illinois,each does hereby make,constitute and appoint: JAY D.FREIERMUTH,CRAIG E.HANSEN,BRIAN M.DEIMERLY,SHIRLEY S.BARTENHAGEN, CINDY BENNETT,ANNE CROWNER,TIM McCULLOH,STACY VENN,LACEY CRAMBLIT and DIONE R.YOUNG JOINTLY OR SEVERALLY Its true and lawful Attorney(s)-in-Fact,to make,execute,seal and deliver,for and on its behalf and as its act and deed,bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies,as surety,on contracts of suretyship as are or may be required or permitted by law,regulation,contract or otherwise,provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of: FIFTY MILLION($50,000,000.00)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 North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held on the 9th of May,2012: "RESOLVED,that any two of the Presidents,any Managing Director,any Senior Vice President,any Vice President,any Assistant Vice President, the Secretary or any Assistant Secretary be,and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds,undertakings and all contracts of surety,and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company; and it is FURTHER RESOLVED,that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile,and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Company when so affixed and in the future with regard to any bond,undertaking or contract of surety to which it is attached." �1u6HIWliniktlltUU//b/n a� pSON (� yd oar R;�v By : .:�oaPbI9TSGpy�' SEAL :n Steven P.Anderson,Senior Vice President of Washington International Insurance Company I zi SEAL ;'Z s�it. 1973 44 - &Senior Vice President of North American Specialty Insurance Company _Oi :m ply A MPS.,.��er 0 3~U'': ia7/ Michael A.�Ito,Senior Vice President oy Washington International Insurance Company �//M twasolto\\\"�� &Senior Vice President of North American Specialty Insurance Company IN WITNESS WHEREOF,North American Specialty Insurance Company and Washington International Insurance Company have caused their official seals to be hereunto affixed,and these presents to be signed by their authorized officers this 8th day of September ,2015 , North American Specialty Insurance Company Washington International Insurance Company State of Illinois County of Cook ss. On this 8th day of September ,2015 before me,a Notary Public personally appeared Steven P.Anderson ,Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and Michael A.Ito, Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company,personally known to me,who being by me duly sworn,acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies. OFFICIAL SEAL M KENNY 'i--'°1. V t Nc- t NOTARY PUBLIC,STATE OF IWNOIS M.Kenny,Notary Public MY COMMISSION EXPIRES 1210412017 I, Jeffrey Goldberg , the duly elected Assistant Secretary of North American Specialty Insurance Company and Washington International Insurance Company,do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said North American Specialty Insurance Company and Washington International Insurance Company,which is still in full force and effect. IN WITNESS WHEREOF,I have set my hand and affixed the seals of the Companies this 14 day of March ,20 16 . Jeffrey Goldberg,Vice President&Assistant Secretary of Washington International Insurance Company&North American Specialty Insurance Company