Loading...
HomeMy WebLinkAboutAspro Inc-9/17/2012CONTRACT FOR IMPROVEMENTS TO THE WATERLOO REGIONAL AIRPORT CONSISTING OF TAXIWAY "E" REHABILITATION AT THE WATERLOO REGIONAL AIRPORT WATERLOO, IOWA FAA AIP PROJECT NO. 3-19-0094-41 THIS AGREEMENT, made and entered into this [lay of c1 -liA/i ' ,2012, by and between the Waterloo Regional Airport for the City of Waterloo, Black Hawk County, Iowa, hereinafter referred to as the "Owner" and ASPRO, Inc. (a corporation organized and existing under the laws of the State of Iowa ) hereinafter referred to as the "Contractor." WITNESSETH: That the Contractor for and in consideration of ($ 1,083,425,25 ), based on the unit bid prices payable as set forth in the Specifications constituting a part of this Contract, hereby agrees to construct in accordance with the Plans, Specifications and Special Provisions therefore, and in the location designated on he Plans, the various items of work awarded said Contractor on the !' day of x-2012, as follows, being numbered Bid Items 1 thru 34 as shown in schedule of prices bid in the attached Proposal which is a part of this Contract. Said Specifications and Plans are hereby made a part of and the basis of this Agreement and a true copy of said Plans and Specifications is now with the Waterloo Regional Airport in the office of the Director of Aviation, Waterloo, Iowa, under date of June 25 , 2012. 1. That in consideration of the foregoing, the Owner hereby agrees to pay the Contractor promptly and according to the requirements of the Specifications, the amounts set forth, subject to the conditions as set forth in the Specifications. 2. That it is understood that the parties named herein are the only persons interested in this Contract and principals. 3. That the Contractor has examined the site of the proposed work, Plans, Specifications, Special Provisions and Contract Documents in order that he might become familiar with the character, quality and quantity of the work to be performed, the materials to be furnished and the requirements of the Specifications, Special Provisions and Contract Documents. 4. It is hereby further agreed that any reference herein to the "Contract" shall include all "Contract Documents" as the same are listed and described in Paragraph 1.02 of the Special Provisions, Waterloo Regional Airport, FAA Project No. 3-19-0094-41 and said "Contract Documents" are hereby made a part of this agreement as fully as if set out at length herein, and that this contract is limited to the items in the proposal as signed by the "Contractor" and included in the "Contract Documents." 5. That in the event any surety upon any bond fumished in connection with this Contract becomes unacceptable to the Owner, or if any such surety shall fail to furnish reports as to his financial condition from time to time as requested by the Owner, the Contractor agrees to furnish promptly such additional security as may be required from time to time to protect the interests of the Owner or of persons supplying labor or materials in the prosecution of the work contemplated by the Contract. FAA AIP # 3-19-0094-41 C-1 Waterloo Regional Airport AECOM Project #60150403 Rehabilitation of Taxiway "E" 6. That the Contractor shall not commence any work to be performed under this Contract until he has obtained from responsible insurance companies, all insurance required, as set forth in the General Provisions and that the Contractor shall maintain this insurance in full force and effect until the work to be performed under this Contract has been accepted by the Owner. 7. That the Contractor shall not start working on any alterations requiring a supplemental agreement until the agreement setting forth the adjusted price shall be executed by the Owner and the Contractor. 8. That the Contractor, at all times, shall observe and comply with all federal, state, territory or possession and local laws, codes, ordinances and regulations in any manner affecting the conduct of the work, and the Contractor and his surety shall indemnify and save harmless the Owner and all his officers, Engineer, agents and servants against claims or liability arising from or based on the violation of any such law, ordinance, deregulation, order or decree, whether by himself or his employees. 9. That it is further understood and agreed by the parties to this Contract that the above work shall be commenced within 10 days after "Notice to Proceed" is issued and shall be completed according to the terms of the entire contract within ninety (90) calendar days and that the time of commencing and completion of said work is the essence of this Contract. 10. The Contractor and Owner understand and agree that time is of essence for completion of the Work and that the Owner will suffer additional expense and financial loss if said work is not completed within the authorized Contract Time. Furthermore, the Contractor and Owner recognize and understand the difficulty, delay, and expense in establishing the exact amount of actual financial loss and additional expense. Accordingly, in place of requiring such proof, the Contractor expressly agrees to pay the Owner as liquidated damages the non -penal sum of $500.00 per day for each calendar day required in excess of the authorized Contract Time. Furthermore, the Contractor understands and agrees that: a. the Owner has the right to deduct from any moneys due the Contractor, the amount of said liquidated damages; b. the Owner has the right to recover the amount of said liquidated damages from the Contractor, Surety, or both. 11. The Contractor understands and agrees that all certifications made by the Contractor within the Proposal shall apply under this Agreement as if fully rewritten herein. The Contractor further certifies the following: a. Certification of Eligibility (29 CFR Part 5.5) (1) By Entering into this contract, the Contractor certifies that neither he or she nor any person or firm who has an interest in the Contractor's firm is a person or firm ineligible to be awarded Govemment contracts by virtue of Section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1); (2) No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue of Section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1); (3) The penalty for making false statements is prescribed in the U.S. Criminal Code 18 U.S.C. b. Certification of Non -Segregated Facilities (41 CFR Part 60-1.8) The federally -assisted construction Contractor, certifies that it does not maintain or provide, for its employees, any segregated facilities at any of its establishments and that it does not permit its employees to perform their services at any location, under its control, where segregated facilities are maintained. The Bidder certifies that it will not maintain or provide, for its employees, segregated facilities at any of its establishments and that it will not permit its employees to perform their services FAA AIP # 3-19-0094-41 C-2 Waterloo Regional Airport AECOM Project #60150403 Rehabilitation of Taxiway "E" at any location under its control where segregated facilities are maintained. The Bidder agrees that a breach of this certification is a violation of the Equal Opportunity Clause, which is to be incorporated in the contract. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, restrooms, and washrooms, restaurants and other eating areas, timeclocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated on the basis of race, color, religion, or national origin because of habit, local custom, or any other reason. The Bidder agrees that (except where it has obtained identical certifications from proposed subcontractors for specific time periods) it will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity Clause and that it will retain such certifications in its files. 12. It is further understood that any action in court against the Contractor or sureties on his bond because of damage to property or individuals by said Contractor or his workmen, or because of the violation of any provisions of the Specifications, or on account of the failure of said Contractor to fully comply with these provisions, shall be brought in the District Court of the State of Iowa in and for Black Hawk County. 13. Second Party shall maintain all work done hereunder in good order for a period of 12 months from and after the date it is accepted by the Waterloo Regional Airport, City of Waterloo, Iowa, which maintenance shall be without expense to First Party or the abutting property. In the event of the failure or default of Second Party to remedy any or all defects appearing in said work within a period of 12 months from the date of its acceptance by said Board and after having been given ten (10) days' notice so to do by registered letter deposited in the United States Post Office in said City, addressed to said Contractor at the address herein given, then First Party may proceed to remedy such defects and the cost and expenses thereof may be recovered from said Second Party and the sureties on its bond by action brought in any court of competent jurisdiction, but such suit may be brought in the District Court of Black Hawk County, Iowa. FAA AIP # 3-19-0094-41 C-3 Waterloo Regional Airport AECOM Project #60150403 Rehabilitation of Taxiway "E° IN WITNESS WHEREOF, the parties hereto have settheir hands for the purpose herein expressed to this and three other instruments of like tenor, as of the �'-` day of ca2012. ATTEST: (J� Secretary By CITY OF WATERLOO CONTRACTOR ASPRO, Inc. Mayor / Firm Name i r By ,/27"' GA-%:C/7<g) Signature /`/ (51)!)f'Pi, i Title 3613 Texas Street, PO Box 2620, Waterloo, IA 50704 Business Address K m irr)Gc-v1 Witness Witness FAA AIP # 3-19-0094-41 C-4 Waterloo Regional Airport AECOM Project #60150403 Rehabilitation of Taxiway "E" PROPOSAL FORM FOR IMPROVEMENTS TO THE WATERLOO REGIONAL AIRPORT CONSISTING OF REHABILITATION OF TAXIWAY "E" AT THE WATERLOO REGIONAL AIRPORT WATERLOO, IOWA FAA AIP PROJECT NO. 3-19-0094-41 Waterloo Regional Airport 2790 Livingston Lane Waterloo, IA 50703 Gentlemen: 1. The undersigned hereby certifies that he has examined the Form of Contract, Plans, and Specifications for the Construction of Improvements to the Waterloo Regional Airport consisting of Rehabilitation of Taxiway "E" at the Waterloo Regional Airport, Waterloo, Iowa, FAA AIP Project No. 3-19-0094-41, and has examined the site of the work and is familiar with local conditions pertaining to the work. 2. The extent of the work involved is the Rehabilitation of Taxiway E including the milling of the existing pavement, repairs to existing Portland cement concrete pavement, installation of glass grid pavement reinforcing over existing PCC joints, placement of bituminous leveling, base and surface course to new taxiway profiles, replacement of the taxiway edge lighting system, pavement marking and all other incidental work associated with this project. This work and all other incidentals shall be performed as shown on the Drawings and described in the Specifications. 3. The undersigned, in compliance with your Invitation for Bids dated ../7(//7/1: 5' 0/13 hereby proposes to do the work called for in said Contract and Specifications and shown on said Plans and Addendum Nos. 0 — and to fumish all materials, tools, labor and all appliances and appurtenances necessary for the said work at the following rates and prices: ITEMIZED PROPOSAL WATERLOO REGIONAL AIRPORT WATERLOO, IOWA PROJECT: REHABILITATION OF TAXIWAY "E" FAA AIP PROJECT NOS. 3-19-0094-41 BASE BID Item Spec. Estimated Unit Total No. No. Description Unit Quantity Bid Price Bid Price 1 P-100-4.1 Mobilization and Demobilization LS 1.0 $ $ 2 GP 50-06 Construction Survey LS 1.0 $ $ 3 P-101-5.1 Pavement Milling Less than 6 -Inches SY 3,000.0 $ $ 4 P-101-5.2 Pavement Milling 6 -Inches or Greater SY 12,420.0 $ $ 5 P-101-5.3 PCC Pavement Patching SF 1,200.0 $ $ FAA AIP # 3-19-0094.41 P-1 Waterloo Regional Airport AECOM Project #60150403 Rehabilitation of Taxiway "E" Item Spec. Estimated Unit Total No. No. Description Unit Quantity Bid Price Bid Price 6 P-101-5.4 Fiberglass Grid Reinforcement SY 6,500.0 $ $ at Existing Joints 7 P-102-5.5 PCC Pavement Joint and Crack Filling LF 11,975.0 $ $ 8 P-102-5.1 Taxiway Edge Light Removal EA 40.0 $ $ 9 P-102-5.2 Airfield Guidance Sign Removal EA 3.0 $ $ 10 P-102-5.3 Storm Sewer Manhole Adjustment EA 2.0 $ $ 11 P-152-4.1 Unclassified Excavation CY 360.0 $ $ 12 P-156-5.1 Inlet Protection EA 2.0 $ S 13 P-156-5.2 Inlet Protection Removal EA 2.0 $ S 14 P-156-5.3 Wood Excelsior Mat SY 4,700.0 $ $ 15 P-401-8.1 Bituminous Leveling Course TON 1,850.0 $ $ 16 P-401-8.2 Bituminous Surface Course TON 3,250.0 $ $ 17 P-603-5.1 Bituminous Tack Coat GAL 3,125.0 $ $ 18 P-620-5.1 Runway and Taxiway Marking SF 2,000.0 $ $ (Yellow-Reflective-Waterbome) 19 P-620-5.2 Runway and Taxiway Marking SF 6,735.0 $ $ (W hite-Reflective-Waterbo me) 20 P-620-5.3 Runway and Taxiway Marking (Black- SF 2,600.0 $ $ Non-Reflective-Waterbome) 21 P-620-5.4 Surface Applied Thermoplastic SF 372.0 $ $ Holding Position Sign 22 P-620-5.5 Temporary Marking SF 4,700.0 $ $ 23 T-901-5.1 Seeding and Mulching ACRE 1.0 $ $ 24 T-901-5.2 Stabilizing Crop ACRE 1.0 $ $ 25 T-905-5.1 Topsoil - Obtained Offsite CY 360.0 $ $ 26 L-108-5.1 No.8 AWG L -824C Cable, Installed LF 4,700.0 $ $ In Duct Bank or Conduit 27 L-108-5.2 No.6 AWG Bare Copper Counterpoise, LF 2,900.0 $ $ Installed in Trench, Duct or Conduit FAA Al P # 3-19-0094-41 P-2 Waterloo Regional Airport AECOM Project #60150403 Rehabilitation of Taxiway "E" Item Spec. Estimated Unit Total No. No. Description Unit Quantity Bid Price Bid Price 28 L-110-5.1 2 -Inch Schedule 40 PVC Electrical LF 3,350.0 $ $ Conduit Installed in Trench 29 L-110-5.2 4 -Way Conduit Installed in Boreable LF 210.0 $ $ Conduit Under Existing Pavement 30 L-115-5.1 Electrical Manhole EA 4.0 $ $ 31 L-125-5.1 L-861T(L) Taxiway Edge Light - LED EA 37.0 $ $ 32 L-125-52 L -861T Taxiway Edge Light - Quartz EA 2.0 $ $ 33 L-125-5.3 L -858(L) Airfield Guidance Sign, EA 1.0 $ $ Size 1, 1 Module - LED 34 L-125-5.3 L -858(L) Airfield Guidance Sign, EA 1.0 $ $ Size 1, 2 Module - LED TOTAL BID $ 0 9 3 r 4. The undersigned understands that the above quantities of work to be done are approximate only and are intended principally to serve as a guide in evaluating the bids. All quantities are subject to increase or decrease and are to be performed at the unit prices stipulated herein. 5. It is understood that the schedule of minimum wage rates, as established by the Secretary of Labor and included in the Specifications, are to govem on this project, and the undersigned certifies that he has examined this schedule of wage rates and that the prices bid are based on such established wage rates. 6. The bidder shall make good faith efforts, as defined in Appendix A of 49 CFR Part 26, Regulations of the Office of the Secretary of Transportation, to subcontract two and one-half2(_5%) percent of the dollar value of the prime contract to small business concerns owned and controlled by socially and economically disadvantaged individuals (DBE). Individuals who are rebuttably presumed to be socially and economically disadvantaged include women, Blacks, Hispanics, Native Americans, Asian -Pacific Americans, and Asian -Indian Americans. The apparent successful competitor will be required to submit information conceming the DBE's that will participate in the contract. The information will include the name and address of each DBE, a description of the work to be performed by each named firm, and the dollar value of the contract. If the bidder fails to achieve the contract goal stated herein, it will be required to provide documentation demonstrating that it made good faith efforts in attempting to do so. In the event that the apparent successful competitor for this solicitation qualified as a DBE, the contract goal shall be deemed to have been met. A bid that fails to meet these requirements will be considered nonresponsive. 7. The undersigned certifies that he does not maintain or provide for his employees any segregated facilities at any of his establishments, and that he does not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. The undersigned certifies further that he will not maintain or provide for his employees arty segregated facilities at any of his establishments, and that he will not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. The undersigned agrees that a breach of this certification is a violation of the equal opportunity clause in this contract. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, restrooms and washrooms, restaurants and other eating areas, timeclocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directive or are in fact segregated on the basis of race, color, FM AIP # 3-19-0094-41 P-3 Waterloo Regional Airport AECOM Project #60150403 Rehabilitation of Taxiway °E" religion, or national origin, because of habit, local custom, or any other reason. The undersigned agrees that (except where he has obtained identical certifications from proposed subcontractors for specific time periods) he will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the equal opportunity clause, and that he will retain such certifications in his files. 8. The undersigned agrees, upon written notice of the acceptance of this bid, within sixty (60) days after the opening of the bids, that he will execute the Contract in accordance with the bid as accepted and give Contract (Performance and Payment) bond on attached forms within fifteen (15) days after the prescribed forms are presented for signature. 9. The undersigned understands, award of contract is contingent upon receipt of project funding from the Federal Aviation Administration. If funding is not received, bid bonds will be retumed to all bidders and the project will be postponed. 10. The undersigned further agrees that if awarded the Contract, he will commence the work within ten (10) calendar days after the receipt of a "Notice to Proceed" and that he will substantially complete all work according to the terms of the entire contract within ninety (90) calendar days from the date established in the Notice to Proceed. An extension of time may be allowed when extra or additional work is ordered by the Engineer. 11. The undersigned agrees that within 30 days after award of this contract, the Contractor/Subcontractor shall file a compliance report (Standard Form 100) if s/he has not submitted a complete compliance report within 12 months proceeding the date of award. This report is required if the Contractor/Subcontractor meets all of the following conditions: a. Contractors/Subcontractors are not exempt based on 41 CFR 60-1,5. b. Has 50 or more employees. c. Is a prime contractor or first tier subcontractor. d. There is a contract, subcontract, or purchase order amounting to $50,000 or more. 12. To satisfy Clear Air and Water Pollution Control Requirements on all Construction Contracts and Subcontracts exceeding $100,000.00 Contractors and Subcontractors agree: a. That any facility to be used in the performance of the Contract or to benefit from the Contract is not listed on the Environmental Protection Agency (EPA) List of Violating Facilities. b. To comply with all the requirements of Section 306 of the Clean Air Act (42 USC 1857(h)), and Section 508 of the Clean Water Act (33 USC 1368), Executive Order 11738, and Environmental Protection Regulations (40 CFR Part (15)). c. That as a condition for award of a Contract he shall notify the awarding official of the receipt of any communication from EPA indicating that a facility to be utilized for performance of or benefit from the Contract is under consideration to be listed on the EPA List of Violating Facilities. d. To include or cause to be included in any Contract or Subcontract which exceeds $100,000.00 the aforementioned criteria and requirements. 13. The contractor, by submission of this offer and/or execution of a contract, certifies that it: a. is not owned or controlled by one or more citizens or nationals of a foreign country included in the list of countries that discriminate against U.S. firms published by the Office of the United States trade Representative (USTR); FM AIP # 3-19-0094-41 P-4 Waterloo Regional Airport AECOM Project #60150403 Rehabilitation of Taxiway "E" b. has not knowingly entered into any contract or subcontract for this project with a contractor that is a citizen or national of a foreign country on said list, or is owned or controlled directly or indirectly by one or more citizens or nationals of a foreign country on said list; c. has not procured any product nor subcontracted for the supply of any product for use on the project that is produced in a foreign country on said list. Unless the restrictions of this clause are waived by the Secretary of Transportation in accordance with 49 CFR 30.17, no contract shall be awarded to a contractor or subcontractor who is unable to certify to the above. If the contractor knowingly procures or subcontracts for the supply of any product or service of a foreign country on the said list for use on the project, the Federal Aviation Administration may direct, through the sponsor, cancellation of the contract at no cost to the Government. Further, the contractor agrees that, if awarded a contract resulting from this solicitation, it will incorporate this provision for certification without modification in each contract and in all lower tier subcontracts. The contractor may rely upon the certification of a prospective subcontractor unless it has knowledge that the certification is erroneous. The contractor shall provide immediate written notice to the sponsor if the contractor learns that its certification or that of a subcontractor was erroneous when submitted or has become erroneous by reason of changed circumstances. The subcontractor agrees to provide immediate written notice to the contractor, if at any time it leams that its certification was erroneous by reason of changed circumstances. This certification is a material representation of fact upon which reliance was placed when making the award. If it is later determined that the contractor or subcontractor knowingly rendered an erroneous certification, the Federal Aviation Administration may direct, through the sponsor, cancellation of the contract or subcontract for default at no cost to the Govemment. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by this provision. The knowledge and information of a contractor is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. This certification concerns a matter within the jurisdiction of an agency of the United States of America and the making of a false, fictitious, or fraudulent certification may render the maker subject to prosecution under Title 18, United States Code, Section 1001. 14. The bidder/offeror certifies, by submission of this proposal or acceptance of this contract, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. It further agrees by submitting this proposal that it will include this clause without modification in all lower tier transactions, solicitations, proposals, contracts, and subcontracts. Where the bidder/offer/contractor or any lower tier participant is unable to certify this statement, it shall attach an explanation to this solicitation/proposal. 15. As an evidence of good faith in submitting this Proposal, the undersigned encloses bid security in the amount of five (5) percent of the bid which, in case he refuses or fails to accept an award and to enter into a Contract and file the required bonds within the prescribed time, shall be forfeited to the Waterloo Regional Airport as liquidated damages. 16. By entering into this contract, the contractor certifies that neither it (nor he or she) nor any person or firm who has an interest in the contractor's firm Is a person or firm ineligible to be awarded Govemment contracts by virtue of section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1). 17. No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue of section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1). FAA AIP # 3-19-0094-41 P-5 Waterloo Regional Airport AECOM Project #60150403 Rehabilitation of Taxiway °E" 18. The undersigned hereby declares that the only parties interested in this Proposal are named herein, that this Proposal is made without collusion with any other person, firm or corporation, that no member of the Council, Waterloo Regional Airport or agent of the City of Waterloo, Iowa, is directly or indirectly financially interested in this bid. 19. In submitting this bid, it is understood that the right to reject any and all bids has been reserved and that this bid may not be withdrawn for a period of sixty (60) days from the opening thereof. 20. Contractor certifies that all employees employed by Contractor or any subcontractor working on behalf of the Contractor are in compliance with the Immigration Reform Control Act of 1986 (IRCA) and indemnifies the Owner and holds harmless Owner for any violations of IRCA as a result of the Contractor's employees or his subcontractor's employees working on behalf of the Contractor on the Owner's project. 21. The undersigned certifies, to the best of his or her knowledge and belief, that: a. No Federal appropriated funds shall be paid, by or on behalf of the Contractor, to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a member of Congress in Congress in connection with the making of any Federal grant and the amendment or modification of any Federal grant. b. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal grant, the Contractor shall complete and submit Standard Form -LLL, "Disclosure of Lobby Activities", in accordance with its instructions. c. The Undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not Tess than $10,000 and not more than $200,000 for each such failure. 22. BUY AMERICAN CERTIFICATE (Title 49 U.S.C. Chapter 501) As a condition of bid responsiveness, the bidder must how it intend to comply with the Buy American preferences established under Title 49 U.S.C. Section 50101. Bidder must complete the attached Buy American certification. If the bidder requests a permissible waiver to the Buy America requirements, the Bidder identified as with the successful bid must submit a formal waiver request and component cost calculation within the prescribed time identified on the Buy America certification. 23. Drug Free Work Place, Act of 1988. a. By submission of this offer, the offeror, if other than an individual, who is making an offer that equals or exceeds $25,000, certifies and agrees that with respect to all employees of the offeror to be employed under a contract resulting from this solicitation, it will—no later than 30 calendar days after contract award (unless a longer period is agreed to in writing, for contracts of 30 calendar days or more performance duration;) or as soon as possible for contracts of less than 30 calendar days performance duration, but in any case, by a date prior to when performance is expected to be completed— FAA AIP # 3-19-0094-41 P-6 Waterloo Regional Airport AECOM Project #60150403 Rehabilitation of Taxiway "E" (1) Publish a statement notifying such employees that the unlawful manufacturer, distribution, dispensing, possession or use of a controlled substance is prohibited in the Contractor's workplace and specifying the actions that will be taken against employees for violations of such prohibition; (2) Establish an on going drug-free awareness program to inform such employees about— (a) bout(a) The dangers of drug abuse in the workplace; (b) The Contractor's policy of maintaining a drug-free workplace; (c) Any available drug counseling, rehabilitation, and employee assistance programs; and (d) The penalties that may be imposed upon employees for drug abuse violations occurring in the workplace; Provide all employees engaged in performance of the contract with a copy of the statement required by subparagraph a.(1) of this provision; (4) Notify such employees in writing in the statement required by subparagraph a.(1) of this provision that, as a condition of continued employment on the contract resulting from this solicitation, the employee will— (a) Abide by the terms of the statement; and (b) Notify the employer in writing of the employee's conviction under a criminal drug statute for a violation occurring in the workplace no later than 5 calendar days after such conviction; Notify the Contracting Officer in writing within 10 calendar days after receiving notice under subdivision a.(4) (b) of this provision, from an employee or otherwise receiving actual notice of such conviction. The notice shall include the position title of the employee; and (6) Within 30 calendar days after receiving notice under subdivision a.(4)(b) of this provision of a conviction, take one of the following actions with respect to any employee who is convicted of a drug abuse violation occurring in the workplace; (a) Take appropriate personnel action against such employee, up to and including termination; or (b) Require such employee to satisfactorily participate in a drug abuse assistance or rehabilitation program approved for such purposes by a Federal, State, or local health, law enforcement, or other appropriate agency. (3) (5) (7) Make a good faith effort to maintain a drug-free workplace through implementation of subparagraphs a.(1) through a.(6) of this provision. b. By submission of its offer, the offeror, if an individual who is making an offer of any dollar value, certifies and agrees that other offeror will not engage in the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance in the performance of the contract resulting from this solicitation. c. Failure of the offeror to provide the certification required by paragraphs a. or b. of this provision, renders the offeror unqualified and ineligible for award. [See FAR 9.104-1(g) and 19.602-1a.(2)(a)]. d. In addition to other remedies available to the Government, the certification in paragraphs a. or b. of this provision concerns a matter within the jurisdiction of an agency of the United States and the making of a false, fictitious, or fraudulent certification may render the maker subject to prosecution under title 18, United States Code, Section 1001. 24. Attachment to This Bid. The following documents are attached to and made a part of this Bid: a. Bid Guaranty in the form of BID BOND FAA AIP # 3-19-0094-41 P-7 Waterloo Regional Airport AECOM Project #60150403 Rehabilitation of Taxiway "E° b. Non -Collusion Affidavit of Prime Bidder. c. Statement of Intent — Non -Discrimination and Equal Opportunity Statement. d. Buy American Certification Statement. e. Bidder's Information Sheet. f. Synopsis of Experience Record. (IDOT Certification may be substituted.) g. Completed DBE forms °Utilization Statement" and "Letter of Intent.° 25. The Bidder shall indicate whether the bid is submitted by a/an: ❑ Individual, Sole Proprietorship ❑ Partnership El Corporation ❑ Joint -venture: all parties must join -in and execute all documents O Other Respectfully submitted, 1 Bidd ASPRO, INC. '7j .7 % / do 1 Signature PRESIDENT Title PO BOX 2628 Address WATERLOO, IA 50704 (Include Zip Code) 319-232-6537 Telephone No. FM AIP # 3-19-0094-41 P-8 Waterloo Regional Airport AECOM Project #60150403 Rehabilitation of Taxiway °E" PROPOSAL FORM FOR IMPROVEMENTS TO THE WATERLOO REGIONAL AIRPORT CONSISTING OF REHABILITATION OF TAXIWAY "E" AT THE WATERLOO REGIONAL AIRPORT WATERLOO, IOWA FAA AIP PROJECT NO. 3-19-0094-49 Item No. Description Unit Estimated Quantity Unit Bid PRICE Total BId Price 1 Mobilization and Demobilization LS 1.0 5190,800.00 5190,800.00 2 Construction Sunray LS 1.0 523,600.00 523,600.00 3 Pavement Milling Less than 6 -Inches SY 3,000.0 $4.95 $14,850.00 4 Pavement Milling 6 -Inches or Greater SY 12,420.0 55.30 565,826.00 5 PCC Pavement Patching SF 1,200.0 $22.60 527,120.00 6 Fiberglass Grid Reinforcement at Existing Joints SY 6,500.0 $17.40 $113,100.00 7 PCC Pavement Joint and Crack Filling LF 11,975.0 52.40 $28,740.00 8 Taxiway Edge Light Removal EA 40.0 $175.00 57,000.00 9 Airfield Guidance Sign Removal EA 3.0 $225.00 $675.00 10 Storm Sewer Manhole Adjustment EA 2.0 5500.00 51,000.00 11 Unclassified Excavation CY 360.0 525.00 59,000.00 12 Inlet Protection EA 2.0 $145.00 5290.00 13 Inlet Protection Removal EA 2.0 $76.50 $153.00 14 Wood Excelsior Mat SY 4,700.0 51.35 $6,345.00 15 Bituminous Leveling Course TON 1,850.0 585.25 $157,712.50 16 Bituminlous Surface Course TON 3,250.0 585.25 $277,062.50 17 Bituminous Tack Coat GAL 3,125.0 53.00 59,375.00 18 Runway and Taxiway Marking (Yellow-Reflective-Waterbome) SF 2,000.0 50.75 51,500.00 19 Runway and Taxiway Marking (White-Reflective-Waterbome) SF 6,735.0 50.55 53,704.25 20 Runway and Taxiway Marking (Black- Non-Reflective-Waterbome) SF 2,600.0 $0.65 51,690.00 21 Surface Applied Thermoplastic Holding Position Sign SF 372.0 528.50 $10,602.00 22 Temporary Marking SF 4,700.0 50.65 53,055.00 23 Seeding and Mulching ACRE 1.0 53,650.00 $3,650.00 24 Stabilizing Crop ACRE 1.0 $675.00 5675.00 25 Topsoil - Obtained Offsite CY 360.0 560.00 521,600.00 26 No. 8 AWG L -824C Cable, Installed in Duct Bank or Conduit LF 4,700.0 $1.10 $5.170.00 27 No. 6 AWG Bare Copper Counterpoise, Installed in Trench, Duct or Conduit LF 2,900.0 51.20 $3,480.00 28 2 -Inch Schedule 40 PVC Electrical Conduit Installed in Trench LF 3,350.0 $2.50 58,375.00 29 4 -Way Conduit Installed in Boreable Conduit Under Existing Pavement LF 210.0 538.00 $7,980.00 30 Electrical Manhole EA 4.0 59,130.00 536,520.00 31 L-861T(L) Taxiway Edge Light - LED EA 37.0 5925.00 $34,225.00 32 L -861T Taxiway Edge Light - Quartz EA 2.0 5850.00 51,700.00 33 L -858(L) Airfield Guidance Sign, Size 1, 1 Module - LED EA 1.0 52,700.00 $2,700.00 34 L -858(L) Airfield Guidance Sign, Size 1, 2 Module - LED EA 1.0 $4,150.00 54,150.00 Aspro, Inc. BY: � Af r°e7-1.1/' President 3613 Texas St. PO Box 2620 Waterloo, Iowa 50704 42-1011512 TOTAL BID 7/16112 51,083,425.25 PERFORMANCE BOND Bond No. 2161915 KNOW ALL MEN BY THESE PRESENTS: That we, Aspro, Inc. , as PRINCIPAL, also referred to as CONTRACTOR, and North American Specialty Insurance Company , as SURETY, are held and firmly bound unto Waterloo Regional Airport, 2790 Livingston Lane, Waterloo, Iowa 50703 as OWNER, in the full sum of One Million Eighty Three Thousand Four Hundred Twenty -Five and 25/100 Dollars ($1,083,425.25) for the payment of which, well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, by these presents. WHEREA, the above -bound Principal has entered into a contract with the OWNER dated the 116 day of 12012, for the Rehabilitation of Taxiway E, FAA Project No. 3-19-0094-41, including the milling of the existing pavement, repairs to existing Portland cement concrete pavement, installation of glass grid pavement reinforcing over existing PCC joints, placement of bituminous leveling, base and surface course to new taxiway profiles, replacement of the taxiway edge lighting system, pavement marking and all other incidental work associated with this project. NOW, THEREFORE, the conditions of this obligation are such that if the above -bound PRINCIPAL shall faithfully and fully comply with the terms and conditions of said contract, including, but not limited to, any obligations created by way of warranties and/or guarantees for workmanship and materials which warranty and/or guarantee may extend for a period of time beyond completion of said contract, and such alternations or additions as may be made therein or in the plans and specifications, and shall indemnify and save the OWNER harmless against any claims for using any form of material, process, composition or anything which is patented, and likewise indemnify and save the OWNER harmless against all claims for damages by reason or any default or negligence, want of skill or care on the part of said PRINCIPAL or Agents in and about the performance of said contract, and shall comply with all laws pertaining to said work, and shall comply with and perform any and all warranties and/or guarantees provided for in said contact, then this obligation shall be void; otherwise of full force and effect. PROVIDED, further than upon either the default of the PRINCIPAL, or the failure of the said PRINCIPAL to promptly and efficiently prosecute said Work, in any respect, in accordance with the Contract Documents, the above bound SURETY shall either remedy the default of the PRINCIPAL or shall take charge of said Work and complete the Contract at his own expense, pursuant to its terms, receiving, however, any balance of the funds in the hands of said OWNER due under said contract. It shall be the duty of the SURETY to give an unequivocal notice in writing to the OWNER within ten (10) days after receipt of a declaration of default of the SURETY'S election either to remedy the default or defaults promptly or to perform the contract promptly, time being of the essence. In said notice of election, the SURETY shall indicate the date on which the remedy or performance will commence, and it shall be the duty of the SURETY to give prompt notice in writing to the OWNER immediately upon completion of (a) the remedy and/or correction of each default, (b) the remedy and/or correction of each item of condemned work, (c) the furnishings of each omitted item of work, and (d) the performance of the contract. The SURETY shall not asset solvency of its PRINCIPAL as justification for its failure to promptly remedy the default or defaults or perform the contract. In the event said PRINCIPAL shall fail or delay the prosecution and completion of said Work and said SURETY shall also fail to act promptly as hereinabove provided, then the OWNER shall cause ten (10) days notice of such failure to be given, both to said PRINCIPAL and SURETY, and at the expiration of said ten (10) days, if said PRINCIPAL or SURETY do not proceed promptly to execute said Contract, the OWNER shall have the authority to cause said Work to be done and when the same is completed and the cost thereof estimated, the said PRINCIPAL and SURETY shall and hereby agree to pay any excess in the cost of said Work above the agreed price to be paid under said Contract. Upon completion of said Contract pursuant to its terms, if any funds remain due on said Contract, the same shall be paid to said PRINCIPAL and SURETY. FAA AIP # 3-19-0094-41 C-5 Waterloo Regional Airport AECOM Project #60150403 Rehabilitation of Taxiway "E" The said PRINCIPAL and SURETY further agree as part of this obligation to pay all such damages of any kind to person or property that may result from a failure in any respect to perform and complete said Contract including, but not limited to, all repair and replacement costs necessary to rectify construction error, architectural and engineering costs and fees, all (but not limited to) consultant fees, all testing and laboratory fees, and all legal fees and litigation costs incurred by the OWNER. The decision of the OWNER, upon any disputed question connected with the execution of said Contract, or any failure or delay in the prosecution of the Work by said PRINCIPAL or SURETY, shall be final and conclusive. The SURETY agrees that, other than as is provided in this bond, it may not demand of the OWNER the OWNER shall (a) perform any thing or act, (b) give any notice, (c) furnish any clerical assistance, (d) render any service, (3) furnish any papers or documents, or (f) take any other action of any nature or description which is not required of the OWNER to be done under the contract documents. IN WITNESS WHEREOF, the SUETY and ERINCIPAL have executed this instrument under their several seals this day of I,u. u S , 2012, the name and corporate seal of each corporate party being hereto affixed aid these presents duly signed by its undersigned representative, pursuant to authority of its governing body. In the Presence of: Witness Cindy°3ennett PRINCIPAL: spro,pc. By: t"An i cT )/'/Yb✓// l)/ "NE `rd?ir7 SU TY: rth American Specialty Insurance Company By: Anne Crowner, Attorney-in-fact NOTE: (a) Where the Performance Bond is executed by an attorney-in-fact, there shall be attached to each copy of the Bond a certified copy of Power of Attorney properly executed and dated. (b) Each copy of the Bond shall be countersigned by an authorized agent of the bonding company licensed to do business in the State of Iowa. The title of the person countersigning the Bond shall appear after his or her signature. (c) The seal of the bonding company shall be attached to each copy of the bond. (d) The Contractor's signature on the bond shall correspond with the signature in the contract. (e) The bond shall be accompanied by a corporate resolution (which may be combined with the corporate resolution granting the signing officer authority to execute contracts) granting the corporate officer who executes the Bond the authority to do so. (f) Surety companies executing bonds must appear on the Treasury Department's most current list (Circular 570 as amended) and be authorized to transact business in the State of Iowa. FAA AIP # 3-19-0094-41 C-6 Waterloo Regional Airport AECOM Project #60150403 Rehabilitation of Taxiway "E" Bond No. 2161915 PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS: That we, Aspro, Inc. , as PRINCIPAL, also referred to as CONTRACTOR, and North American Specialty Insurance Company , as SURETY, are held and firmly bound unto Waterloo Regional Airport, 2790 Livingston Lane, Waterloo, Iowa 50703 as OWNER, in the full sum of One Million Eighty Three Thousand Four Hundred Twenty -Five and 25/100 Dollars ($ 1,083,425.25 ) for the use and protection of said OWNER and all subcontractors and all persons supplying labor, materials, machinery and equipment for the performance of the work provided for in the contract hereinafter referred to, for the payment of which, well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, by these presents. @, WHEREAS, the above-bourld Principal has entered into a contract with the OWNER dated the I� _ day of ° to , 2012, for the Rehabilitation of Taxiway E, FAA Project No. 3-19- 0094-41, including the milling of the existing pavement, repairs to existing Portland cement concrete pavement, installation of glass grid pavement reinforcing over existing PCC joints, placement of bituminous leveling, base and surface course to new taxiway profiles, replacement of the taxiway edge lighting system, pavement marking and all other incidental work associated with this project. NOW, THEREFORE, the condition of this obligation is such that if the above -bound PRINCIPAL shall promptly make payment to all claimants as hereinafter defined, for all labor and materials supplied in the prosecution of the work provided for in said Contract, then this obligation shall be void; otherwise, It shall remain in full force and effect, subject, however, to the following conditions: 1. The said SURETY to this bond, for value received, hereby stipulates and agrees that no change or changes, extension of time or extensions of time, alteration of alterations or addition or additions to the terms of the contract or to the work to be performed thereunder, or the specifications or drawings accompanying same shall in any wise affect its obligation on this bond, and it does hereby waive notice of any such change or changes, extension of time or extensions of time, alteration or alterations or addition or additions to the terms of the contract or to the work or to the specifications or drawings. 2. A claimant is defined as any subcontractor and any person supplying labor, materials, machinery, or equipment in the prosecution of the work provided for in said contract. Signed and sealed this day of IN THE PRESENCE OF: • Witness Cindy Bennett u-lUSE , 2012. PRINCIPAL: A,spro, Inc. / By: yk°/ L /v 4,1 e b) /04 /OEC' SURETY: orth American Specialty Insurance Company 441114/ By: Anne Crowner, Attorney-in-fact FAA AIP # 3-19-0094-41 AECOM Project #60150403 C-7 Waterloo Regional Airport Rehabilitation of Taxiway "E" NOTE: (a) Where the Payment Bond is executed by an attorney-in-fact, there shall be attached to each copy of the Bond a certified copy of Power of Attorney properly executed and dated. (b) Each copy of the Bond shall be countersigned by an authorized agent of the bonding company licensed to do business in the State of Iowa. The title of the person countersigning the Bond shall appear after his or her signature. (c) The seal of the bonding company shall be attached to each copy of the bond. (d) The Contractor's signature on the bond shall correspond with the signature in the contract. (e) The bond shall be accompanied by a corporate resolution (which may be combined with the corporate resolution granting the signing officer authority to execute contracts) granting the corporate officer who executes the Bond the authority to do so. (f) Surety companies executing bonds must appear on the Treasury Department's most current list (Circular 570 as amended) and be authorized to transact business in the State of Iowa. FAA AIP # 3-19-0094-41 C-8 Waterloo Regional Airport AECOM Project #60150403 Rehabilitation of Taxiway "E" 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 LAURE GUISINGER 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." By P. Anderson, Senior Vice President of Washington International Insurance Company & Senior Vice President of North American Specialty Insurance Company By David M. Layman, Vice President of Washington International Insurance Company & 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 this2Oth day of June , 2012 State of Illinois County of Cook ss: North American Specialty Insurance Company Washington International Insurance Company On this 20th day of June , 20112 , 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 David M. Layman , Vice President of Washington International Insurance Company and 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" DONNA!). SKLENS Notary Public, State of Illinois Msy Commission Expires 10/06/1015 Donna D. Sklens, Notary Public 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, 1 have set my hand and affixed the seals of the Companies this day of fg�"���7 ri��r�%"+ ,2012• Jeffrey Goldberg, Vice President & Assistant Secretary of Washington International Insurance Company & North American Specialty Insurance Company OP ID: EC -fA►CC)/R O" 4.......... ---CERTIFICATE OF LIABILITY INSURANCE DATE (MMIDD/YYYY) 08/06/12 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER515-309-6200 AHROLD FAY ROSENBERG, INC. 604 Locust St., Ste. 800 515-309-6225 Des Moines, IA 50309-3713 Drew J. Ahrold CONTACT NAME: FAX (a1CNNo Ext): (AIC, No): E-MAIL ADDRESS: PRODUCER ASPRO-1 CUSTOMER ID #: INSURER(S) AFFORDING COVERAGE NAIC # INSURED Aspro, Inc. P.O. Box 2620 Waterloo, IA 50704 INSURERA:EMC Insurance Companies 21415 INSURER B INSURER C : 12/01/11 INSURER D : EACH OCCURRENCE INSURER E : 1,000,000 INSURER F : DAMAGEES ( (S EaRENTEDoccurtence) PREMIS COVERAGES CERTIFICATE NUMBER: I REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL JNSR SUBR WVD POLICY NUMBER POLICY EFF (MM/DD/YYYY) POLICY EXP (MMIDD/YYYY) LIMITS A A A GENERAL LIABILITY COMMERCIAL GENERAL LIABILITY OCCUR X 9D81383 12/01/11 12/01/12 EACH OCCURRENCE $ 1,000,000 X DAMAGEES ( (S EaRENTEDoccurtence) PREMIS $ 100 ,000 CLAIMS-MADE X MED EXP (Any one person) $ 5,000 X Contracutal Liab PERSONAL & ADV INJURY $ 1,000,000 X XCU Included GENERAL AGGREGATE $ 2,000,000 GENL AGGREGATE LJMIT APPLIES PER: n LOC PRODUCTS - COMP/OP AGG $ 1,000,000 7 POLICY X Tei: Emp Ben. $ 1,000,000 A AUTOMOBILE LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON -OWNED AUTOS 9E81383 12/01/11 12/01/12 COMBINED SINGLE LIMIT (Ea accident) $ 1,000,000 X BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ X X $ $ A X UMBRELLA LIAB EXCESS LIAB X OCCUR CLAIMS -MADE 9J81383 12/01/11 12/01/12 EACH OCCURRENCE $ 5,000,000 AGGREGATE $ 5,000,000 _ DEDUCTIBLE RETENTION $ 10000 $ X $ A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) 0 yes, describe under DESCRIPTION OF OPERATIONS Y / N N / A 9M81383 12/01/11 12/01/12 X WC STATU- OTH- TORY LIMITS ER E.L. EACH ACCIDENT $ 500,000 E.L. DISEASE - EA EMPLOYEE $ 500,000 below E.L. DISEASE - POLICY LIMIT $ 500,000 DESCRIPTION OF OPERATIONS 1 LOCATIONS 1 VEHICLES (Attach ACORD 101, Additional Remarks Schedule If more space Is required) The City of Waterloo, IA; the Waterloo Regional Airport, and AECOM Technical Service, Inc are additional insured on the General Liability policy with regards to project Rehabilitate Taxiway E #3-19-0094-41. CERTIFICATE HOLDER WATER -1 City of Waterloo 715 Mulberry St. Waterloo, IA 50703 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE � a/AlLeiarall*g. ACORD 25 (2009/09) © 1988-2009 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD A=COM August 24, 2012 Mr. Bradley Hagen, A.A.E. Director of Aviation Waterloo Regional Airport 2790 Livingston Lane Waterloo, IA 50703 SUBJECT: Rehabilitate Taxiway E Waterloo Regional Airport Waterloo, Iowa FAA AIP Project No. 3-19-0094-41 AECOM ID No. 60180998 Dear Mr. Hagen: AECOM 515 323 7910 tet 500 SW 7th Street 515 244 4803 fax Suite 301 Des Moines, Iowa 50309 www.aecom.com Transmitted herewith for City Council consideration are five (5) copies of the Contract, Performance Bond, Payment Bond, and Insurance Certificate as provided by ASPRO, Inc., contractor for the above mentioned project at the Waterloo Regional Airport. Please return three (3) fully executed copies of each to our office for distribution to the Contractor and FAA. Also enclosed are non -collusion affidavits of subcontractor's for this project. • Iowa Plains Signing, Inc. - Marking • K&W Electric, Inc. — Airfield Lighting • Illowa Investment, Inc. — Joint and Crack Filling • AECOM Technical Services, Inc. - Surveying • Manatt's Inc. — Milling • Service Signing, L.C. — Traffic Control • Tiedt Nursery, Ltd. — Seeding & Mulching • D.C. Corp.- PCC Pavement Patching If you have any questions or require additional information, please feel free to contact our office at your convenience. Yours sincerely, Ste\pn J. Eaton, P.E. Enclosure: As noted cc: Mr. Doug Schindel, AECOM L:\work\project\60150403 Waterloo Airport FY 2010 Improvements\Admin\transc\Taxiway E\BH082412.contracts.ltr.doc FROM lama Plains Sloping 615-085-2630 (TUE)JUL 17 2012 8:02/ST. 8:01114a.7530332383 P 2 F1.SVKU 1N.,. Fax:619-262-13569 Jul 17 2012 06:49 P.02 NON -COLLUSION AFFIDAVIT OF SUBCONTRACTOR (To Be Submitted After Bid But Prior to Award) State of o 1-0,9 ) )ss County ofyQM ./c Ake -1.67,-A" ) .i E'er Mrd C� P4'L/ A , being first duty swam, deposes and says that (1) He is (Owner, PartnerC fficer),epresentative, or Agent) _ _ of '/0 P1,.9e./ -za/ l.,- , the Bidder that has submitted the attached Bid: (2) He is fully informed respecting the preparation and contents of the attached bid and of ail 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 coiluslve or sham bld 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 arty 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, represent owners, employees, or parties in interest, including this affiant. (Sign Title Subscribed and sworn to before me this 1-7 day of �. �Gi L 2t1J"7 _. Ike ir Title eioolefi3 My Commission Expires 5-19 , 20 %4 STACEY R. FRANKLIN '.�; Commleslon N 768094 My w May 19, 2014 FAA AIP # 3-19-0094-41 AECOM Project #60150403 P-11 Waterloo Regional Airport Rehabilitation of Taxiway "E" Jul. 23. 2012 7:36AM K & W NON -COLLUSION AFFIDAVIT OF SUBCONTRACTOR (To Be Submitted After Bid But Prior to Award) State of ) A )ss County of Q1m1( H"' , ) No. 4686 tlrc^i ec , being first duly sworn, deposes and says that: IOW E) er t ek 'rya- eoresentative, or Agent) of , 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, lowa, 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. Subscribed and sworn to before me rel this L.) — day of My Commission Expires 1-17 ` t E } i8 o>A H"�rem ber 17 2a.1X (Signed) Title VP cia FM AIP # 3-19-0094-41 P-11 Waterloo Regional Airport AECOM Project #60150403 Rehabilitation of Taxiway °E° 07/17/2012 13:13 FAX 563 381 2516 ASPRO INC. ILLOWA INVESTMENT, INC. id10002/0002 Fax :319-232-6539 Jul 17 2012 06:29 P.02 NON -COLLUSION AFFIDAVIT OF SUSCONTRAGTOR go Be Submitted After Bid But Prior to Award) State of —7.0'11/4? ) County oft Css /( //;�, ✓'y 7e4'7IV © Y so s O . being first duly sworn, deposes and says that: (1) He is (Owner, Partner Reoresentgfive,_or_Agent) of CL .7"ovWi4"S1 F.1,7, .C',v t` - , the Bidder that has submitted the attached 5k1: (2) He is fully informed respecting the preparation and contents of the attached bid end 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 bits in connection with the Contrail 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. i`) (Signed) e56/ Title .(747_) Subscribed and swam to before me this / 7 day of 4/ " , 20 Title My Commission Expires /'r)rrVArrC.Qr) q-11 20 i' q FAA ALP # 3-19-0094-41 AECOM Project #60150403 P-11 Waterloo Regional Airport Rehabilitation of Taxiway "E" 07/24/2012 TUE 15:45 Fax ASPRO INC. U002/003 Fax:319-232-6639 Jul 17 2012 06:34 P.02 NON.COLLUSiON AFFIRA ff OF SUBCQNTRACIOR (To Be Submitted Atter Bid But Prior to Award) State of Iowa ) County of MA Hawk l Douglas W. Schindel, P.B. . being first duly swum, deposes and Bays that: (1) He Is Partner • or AECOM Technical Services, Inc. , the Bidder that has submitted the attached Bid: (2) He Is furry Informed respecting the prepardan and contents attic attached bid and of all pertinent circumstance respecting such bid; (3) Such bid is genuine and is not a collusive or sham bid; (4) Neither the said Bidder nor any of rite officers, partners, owners, agents, representatives. employees or parties in inierest, including this efftent, has M any way colluded, conspired, connived or agreed. diredly or Indirectly, with any other Bidder. flim or person to submit a collusive or sham bld 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 B idder. 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. cr unlawful agreement any advantage against the City of Waterloo. Iowa, or any person interested in the proposed Contract; and (5) The price or prime 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 Oita agents preventatives, owners, employees, or paRNea in interest, Including this affiant (Signed( Subscribed and swom to before me T1tle Sub -District Manager this 23rd day of July . , 20 12 . Office Administrator Title My Commission Expires October 17 , 20 12 s :GLORIA M. CLOUGH .OMMISSION NO.137510 MY COMMISSION EXPIRES OCTOHK'R 17, 2012 FAA AMP # 3-12.008441 AECOM Project 080150403 P-11 Waterloo Regional Airport Rehabilitation of Taxiway "E" 07117/2012 09:08 RSPRO INC. (FAX) P.0011001 Fax :319-232-6539 Jul 17 2012 06:40 P.02 NON COLLUSION AFFIDAVIT OF SUBCONTRACTOR (To Be Submitted After Bid But Prior to Award) State of -21/1-v Pis County of,8241 k h'11/4"10 '9' ,e fry) b.t T 0,1 , being first duty swom, deposes and says that (1) He is (Owner. Patine, Officers eoresentative, or Agent) of /7)77/5-i Zit C , 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) The , .d 4."3 ,4A6,e Subscribed and swom to before me this / 7 day of rv2 Y , 20 % . ELL-om mmiA,71af Title My Commission Expir / , 20 FAA AI P # 3-19-0094-41 AECOM Project #60150403 R-11 Waterloo Regional Airport Rehabilitation of Taxiway "E" 07/17/2012 08:03 3198335303 RSPRD INC. SERVICE SIGNING LC PAGE 01/01 Fax:319-232-6539 Jul 17 2012 06:30 P.02 NON -COLLUSION AFFIDAVIT OF SUBCONTRACTOR (To Be Submitted After Bid But Prior to Award) State of . o i'+/A County of &71/ /C JV W4C 4/7' 4-,01<44" , being first duly sworn, deposes and says that; (1) He is (OwneL_Partner. . icer Representative. or Aaent) of SC/EV:ec"' 5/d 4/./iv/ - L the Bidder that has submitted the attached Bid: (2) He is fully informed respecting the preparation and contents of the attached bld and of It pertinent circumstances respecting such bid; (3) Such bid is genuine and is nota 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 fen the price or prices in the attached bid or of any other Bidder, or, to fix any avarhead, profit or cost element of the bid price or the bid price of any other Bidder. ar 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 pry or prices quoted in the attached bid are fair and proper and are not tainted by any collusion, conspiracy, connivance ar unlawful agreement on the part of the Bidder or any of its agents, representatives, owners, ernpioyees, or parties in interest, including this affiant (Signed)/ifrLLM.J Tile Subscribed and sworn to before me this / 7 day of JI -'L %r , 20/2- . 661 � rho Trtie I I / My Commission Expires v l 1 ,20 (� FAA Al P # 3-19.0094-41 AECOM Project #f60150403 P-11 Waterloo Regional Airport Rehabilitation of Taxiway `E" 07/27/2012 08:46 3193520400 RSPRO INC. TIEDT NURSERY Fax:319-232-6539 Jul 17 2012 0633 P.02 ON -C LU NAF D VR SUBCOTRAC R (To 13e Submitted After Bid But Prlorto Award) State of Tb WA ) county cf-bP?£12- ) w t►` A V being first duly swam, deposes and says that: (1) He is � (Owner. Pa Reresentatfve. or Aoentl of �T v the Bidder that nos submitted the attached Bid: (2) Ha is fully Informed respecting the preparation and contents or the attached bid and of all pertinent circumstances respecting such bid; (3) Such bid le genuine and is nota collusive or sham bid; (4) Neitherthe said Bidder norany of its officers, partners, owners, agents, representatives, employees or parties in Interest, including this afilant, Ms In any way colluded, conspired. connived or agreed, directly or indirectly, with any other Bidder, firrn or parson to submit a collusive or sham bid in connection with the Contract for which the attached bid has bean submitted or to refrain from bidding in corner on 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 for they 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 bld 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 end ere net tainted by a collusion, conspiracy, connivance or unlawful agreement on the part of the Bidder orfrny of its agents, p sentatrves, owners, employees, or parties in interest, including this affiant. P -- (sicgned) Title Subscribed and sworn to before me this r day of JLL) 20 / 9ary ce, 01(6/1a41,0 Title J My Commission Expirest 2a 4 FAA AfP # 3.19-0094-41 AECOM Project #60150403 PAGE 01/01 P_i4 Waterloo Regional Airport Rehabilitation of Taxiway "E" NON -COLLUSION AFFIDAVIT OF SUBCONTRACTOR (To Be Submitted After Bid But Prior to Award) State of JO vv/9 ) )ss County of l!/%/r, /1/9Lv/'r ) j �/; y /V . ,0A//1 l / .S , being first duly sworn, deposes and says that: (1) He is (Owned Partner, Officer, RRepresentative; ar*gerit) L' , to/a/0- , the Bidder that has submitted the attached Bid: of (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. Subscribed and sworn to before me this / 7 day of 7P 1 !/ (Signed) Title ,20/". Title My Commission Expires ,20114- . FAA PAP # 3-19-0094-41 P-11 Waterloo Regional Airport AECOM Project #60150403 Rehabilitation of Taxiway "E" A=COM July 31, 2012 Mr. Bradley Hagen, A.A.E. Director of Aviation Waterloo Regional Airport 2790 Livingston Lane Waterloo, IA 50703 SUBJECT:. Rehabilitate Taxiway E Waterloo Regional Airport Waterloo, Iowa FAA AIP Project No. 3-19-0094-41 AECOM ID No. 60180998 Dear Mr. Hagen: AECOM 515 323 7910 tel 500 SW 7th Street 515 244 4803 fax Suite 301 Des Moines, Iowa 50309 www.aecom.com We have reviewed the bid received on July 16, 2012, for the above-mentioned project for the Waterloo Regional Airport. Attached is a tabulation of bid for this project. We found no errors in the bid received. We have attached a copy of the bid received from the low bidder. The total amount of the low bid received from Aspro, Inc. of Waterloo, Iowa is 17.8 percent above the Engineer's Estimate. The low bid indicates a DBE participation of 2.5 percent which meets the goal established for this project. There was only one bid received for this project. We contacted asphalt paving companies located in Mason City, Cedar Rapids, and Dubuque, Iowa during the advertisement phase of this project and again after the bid was received for this project. One company indicated that Waterloo was too far away for them to bid on a project. One company indicated that they were "booked up" for the season and were not interested. One company was contacted several times and messages were left but were never returned. During the design of the project we completed several alternative pavement designs for the rehabilitation of this taxiway and performed life -cycle costs evaluations on each. The two prominent alternatives included the project as designed with milling, repair and overlay of the original PCC base with 6 -inches of asphalt over the full 75 -foot width of the existing taxiway. The other alternative involved full -depth reconstruction of the taxiway with a new PCC pavement section. This alternative was restricted to a 50 -foot width based on the current design aircraft in use at the Waterloo Regional Airport. With the life -cycle costs for these two alternatives being nearly equal, the asphalt mill, repair, and overlay option at 75 -foot width was chosen. We have evaluated the bid received and have the following comments regarding the bid being above the estimate. 1. The bid item for mobilization and demobilization on the project is significantly higher than the estimated cost for mobilization. The project was phased to keep Runway 12-30 and Taxiway "A" open as much as possible. Runway 12-30 is the primary runway at the airport and the only runway with precision instrument approaches. Taxiway "A" is the main taxiway for access from Runway 12-30 to the parking apron areas. The completion of the project is required within 90 calendar days, but in order to keep Runway 12-30 open as much as possible we have separated this part of the project into a construction phase and limited the time of closure of Runway 12-30 to no more than 14 calendar days. In order to keep Taxiway "A" open as much A=COM Mr. Bradley Hagen 7/31/2012 Page 2 as possible we have separated this part of the project into a construction phase and limited the time of closure of Taxiway "A° to no more than 21 days. The phasing is apparently causing a significant increase in mobilization and demobilization of the prime contractor and the subcontractors in order to meet these closure limitations. 2. Mobilization and demobilization for a project is normally estimated in the range of 5 to 8 percent of the remaining construction costs. For this project the mobilization and demobilization bid is nearly 18 percent of the total construction bid. We note that there is a significant differential between the estimated unit price and the bid price of bituminous material. Our estimate considers the overall cost of paving and includes the cost of phasing in the estimated unit price for the bituminous material. It appears that the contractor has kept the unit price of the bituminous material lower and included these costs in the mobilization and demobilization for the project. 3. The milling and repairs to the underlying Portland cement concrete pavement are all being accomplished by subcontractors. The phasing of the project and the limited quantity in each of these items of work is a contributor to the differential between the estimated cost and the bid cost of these items. 4. The fiberglass grid reinforcement was designed to reduce the reflective cracking from the joints in the PCC base to the new asphalt overlay, to extend the life of the taxiway, and to reduce future maintenance costs for this taxiway. The fiberglass grid reinforcement material is a specialized product and installation of this material is also somewhat specialized. Our estimate was based on unit prices received for larger projects where this material is used with greater frequency. The bid price for this project is higher than our estimate as a result of the specialized material, the limited amount of quantity and the availability of local installers. 5. The cost for topsoil obtained offsite is significantly higher than the estimate. The cost of topsoil obtained offsite is a variable that is subject to the availability. The estimate was based on the unit price received on previous projects. We are hereby recommending that the project be awarded to Aspro, Inc. in the amount of $1,083,425.25, based on our evaluation of the bid received for the alternative pavement design that was selected for the rehabilitation of Taxiway °E", If you have any questions or require additional information, please feel free to contact our office at your convenience. Yours sincerely, Steven J. Ea on, P.E. Enclosure: As noted cc: Mr. Ed Hyatt, Federal Aviation Administration (w/enclosures) Mr. Doug Schindel, AECOM (w/enclosures) L:\work\project160150403 Waterloo Airport FY 2010 Improvements \Admin \transc\Ta)dway E\BH073012 Recommendationjtr.doc TABULATION OF BIDS REI-IABIUTATION OF TAXIWAY "E" WATERLOO REGIONAL AIRPORT, WATERLOO, IOWA FAA AIP PROJECT NO. 3-19-0094.41 AECOM PROJECT NO. 80150403 BID DATE: JULY 16 2012 Engineer's Estimate Aspro, Inc. 3813 Texas Street, PO Box 2820 Waterloo, Iowa 50704 319-232-8537 UNIT ESTIMATED QUANTITY ESTIMATED UNIT PRICE ESTIMATED AMOUNT UNIT BID PRICE BID AMOUNT ITEM NO. SPEC. NO. DESCRIPTION 1 P-100-4.1 MOBILIZATION AND DEMOBILIZATION LS 1.0 $ 68,170.00 $ 68,170.00 $ 190,800.00 $ 190,800.00 2 GP 50-06 CONSTRUCTION SURVEY LS 1.0 $ 12,455.75 $ 12,455.75 $ 23,800.00 $ 23,600.00 3 P-101-5.1 PAVEMENT MILLING LESS THAN 6 -INCHES SY 3,000.0 $ 2.50 $ 7,500.00 $ 4.95 $ 14,850.00 4 P-101-5.2 PAVEMENT MILLING 8 -INCHES OR GREATER SY 12,420.0 $ 3.50 $ 43,470.00 $ 5.30 $ 65,826.00 5 P-101-5.3 PCC PAVEMENT PATCHING SF 1,200.0 $ 17.50 $ 21,000.00 $ 22.60 $ 27,120.00 6 P-101-5.4 FIBERGLASS GRID REINFORCEMENT AT EXISTING JOINTS SY 8,500.0 $ 12.00 $ 78,000.00 $ 17.40 $ 113,100.00 7 P-102-5.5 PCC PAVEMENT JOINT AND CRACK FILLING LF 11,975.0 $ 1.25 $ 14,968.75 $ 2.40 $ 28,740.00 8 P-102-5.1 TAXIWAY EDGE LIGHT REMOVAL EA 40.0 $ 125.00 $ 5,000.00 $ 175.00 $ 7,000.00 9 P-102-5.2 AIRFIELD GUIDANCE SIGN REMOVAL EA 3.0 $ 500.00 $ 1,500.00 $ 225.00 $ 675.00 10 P-102-5.3 STORM SEWER MANHOLE ADJUSTMENT EA 2.0 $ 1,000.00 $ 2,000.00 $ 500.00 $ 1,000.00 11 P-152-4.1 UNCLASSIFIED EXCAVATION CY 380.0 $ 8.00 $ 2,880.00 $ 25.00 $ 9,000.00 12 P-156-5.1 INLET PROTECTION EA 2.0 $ 200.00 $ 400.00 $ 145.00 $ 290.00 13 P-158-5.2 INLET PROTECTION REMOVAL EA 2.0 $ 200.00 $ 400.00 $ 78.50 $ 153.00 14 P-156-5.3 WOOD EXCELSIOR MAT SY 4,700.0 $ 1.25 $ 5,875.00 $ 1.35 $ 6,345.00 15 P-401-8.1 BITUMINOUS LEVELING COURSE TON 1,850.0 $ 97.00 $ 179,450.00 $ 85.25 $ 157,712.50 16 P-401-8.2 BITUMINOUS SURFACE COURSE TON 3,250.0 $ 97.00 $ 315,250.00 $ 85.25 $ 277,082.50 17 P-803-5.1 BITUMINOUS TACK COAT GAL 3,125.0 $ 2.50 $ 7,812.50 $ 3.00 $ 9,375.00 18 P-620-5.1 RUNWAY AND TAXIWAY MARKING (YELLOW -REFLECTIVE -WATERBORNE) SF 2,000.0 $ 1.80 $ 3,600.00 $ 0.75 $ 1,500.00 19 P-620-5.2 RUNWAY AND TAXIWAY MARKING (WHITE -REFLECTIVE -WATERBORNE) SF 8,735.0 $ 1.80 $ 12,123.00 $ 0.55 $ 3,704.25 20 P-820-5.3 RUNWAY AND TAXIWAY MARKING (BLACK -NON -REFLECTIVE -WATERBORNE) SF 2,800.0 $ 1.50 $ 3,900.00 $ 0.85 $ 1,890.00 21 P-620-5.4 SURFACE APPLIED THERMOPLASTIC HOLDING POSITION SIGN SF 372.0 1$ 20.00 $ 7,440.00 $ 28.50 $ 10,602.00 22 P-820-5.5 TEMPORARY MARKING SF 4,700.0 $ 0.75 $ 3,525.00 $ 0.65 $ 3,055.00 23 T-901-5.1 SEEDING AND MULCHING AC 1.0 1$ 3,500.00 $ 3,500.00 $ 3,850.00 $ 3,850.00 24 T-901-5.2 STABILIZING CROP AC 1.0 r $ 500.00 $ 500.00 $ 675.00 $ 675.00 25 T-905-5.1 TOPSOIL -OBTAINED OFFSITE CY 380.0 $ 20.00 $ 7,200.00 $ 80.00 $ 21,600.00 28 L-108-5.1 NO. 8 AWG L -824C CABLE, INSTALLED IN DUCT BANK OR CONDUIT LF 4,700.0 $ 0.75 $ 3,525.00 $ 1.10 $ 5,170.00 27 L-108-5.2 NO. 6 AWG BARE COPPER COUNTERPOISE, INSTALLED IN TRENCH, DUCT OR CONDUIT LF 2,900.0 $ 1.00 $ 2,900.00 $ 1.20 $ 3,480.00 28 L-110-5.1 2 INCH SCHEDULE 40 PVC ELECTRICAL CONDUIT INSTALLED IN TRENCH LF 3,350.0 $ 1.80 $ 8,030.00 $ 2.50 $ 8,375.00 29 L-110.5.2 4 -WAY CONDUIT INSTALLED IN BOREABLE CONDUIT UNDER EXISTING PAVEMENT LF 210.0 $ 150.00 $ 31,500.00 $ 38.00 $ 7,980.00 30 L-115.5.1 ELECTRICAL MANHOLE EA 4.0 $ 7,500.00 $ 30,000.00 $ 9,130.00 $ 36,520.00 31 L-125-5.1 L-881T(L)TAXIWAY EDGE LIGHT - LED EA 37.0 $ 925.00 $ 34,225.00 $ 925.00 $ 34,225.00 32 L-125-5.2 L -881T TAXIWAY EDGE LIGHT- QUARTZ EA 2.0 $ 800.00 $ 1,800.00 $ 850.00 $ 1,700.00 33 L-125-5.3 L -858(L) AIRFIELD GUIDANCE SIGN, SIZE 1, 1 MODULE -LED EA 1.0 $ 1,100.00 $ 1,100.00 $ 2,700.00 $ 2,700.00 34 L-125-5.3 L -858(L) AIRFIELD GUIDANCE SIGN, SIZE 1, 2 MODULE - LED EA 1.0 $ 1,200.00 $ 1,200.00 $ 4,150.00 $ 4,150.0D TOTAL BID $ 920,000.00 $ 1,083,425.26 DBE PARTICIPATION 2.50% PERCENT OF ENGINEER'S ESTIMATE 117.78%