Loading...
HomeMy WebLinkAboutAspro, Inc.ASPRO, INC. 3613 TEXAS ST. P.O. BOX 2620 WATERLOO, IA 50704 PROPOSAL FOR: F.Y. 2018 STREET RECONSTRUCTION PROGRAM CONTRACT NO. 944 DUE DATE: APRIL 5, 2018 1:00 P.M. CITY CLERK CITY HAIL WATERLOO, IA FORM OF BID OR PROPOSAL F.Y. 2018 STREET RECONSTRUCTION PROGRAM CONTRACT NO. 944 CITY OF WATERLOO, IOWA Honorable Mayor and City Council Waterloo, Iowa Gentlemen: 1. The undersigned, being a Corporation existing under the laws of the State of IOWA , a Partnership consisting of the following partners: N/A having familiarized (himself) (themselves) (itself) with the existing conditions on the project area affecting the cost of the work, and with all the contract documents listed in the Table of Contents and Addenda (if any), as prepared by the City Engineer of the City of Waterloo now on file, in the office of the City Clerk, City Hall, Waterloo, Iowa, hereby proposes to furnish all supervision, technical personnel, labor, materials, machinery, tools, appurtenances, equipment, and services, including utility and transportation services required to construct and complete this F.Y. 2018 STREET RECONSTRUCTION PROGRAM, Contract No. 944, 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. 2018 STREET RECONSTRUCTION PROGRAM CONTRACT NO. 944 ITBID EM _ DIVISION I - - DESCRIPTION - BASE BID -SECTION I - UNIT EST. QTY. UNIT BID E TOTAL BID PRICE 1 CONSTRUCT, MAINTAIN, REMOVE TEMPORARY ACCESS & RESTORE SY 785.0 $ $ 2 MISC. CURB AND GUTTER, PCC, 6", C-4 LF 6.2 $ $ 3 REM/REP MISC. PCC, 7", C-4 SY 10.5 $ $ 4 REM/REP MISC. PCC, 6", C-4 SY 40.0 $ $ 5 REM/REP CURB AND GUTTER, PCC, 7.5", C-4 LF 22.2 $ $ 6 REM/REP MISC.HMA,7 1/2" SY 19.6 $ $ 7 REMOVE AND REPLACE 3" HMA/6" PCC, C-4 SY 16.0 $ $ 8 REMOVE AND REPLACE 4.5" HMA/6" PCC, M-4 SY 128.1 $ $ FORM OF BID CONTRACT NO. 944 Page 1 of 9 9 REMOVE/REPLACE MISC. SEALCOAT W/ 2" HMA SY 396.4 $ $ 10 HMA DRIVEWAY APPROACH TON 3.0 $ $ 11 DRIVEWAY APPROACH AND S/W, 6" PCC, C-4 SY 1,205.7 $ $ 12 DRIVEWAY APPROACH AND S/W, 5" PCC, C-4 SY 3,235.1 $ $ 13 SIDEWALK, 4" PCC, C-4 SY 912.8 $ $ 14 PEDESTRIAN RAMP, PCC SIDEWALK, 6" PCC, C-4 SY 718.9 $ $ 15 PEDESTRIAN RAMP DETECTABLE WARNING SURFACE SF 1,095.8 $ $ 16 COMBINED RETAINING WALL -SIDEWALK MI - 221 CY 7.0 $ $ 17 CONCRETE PAVEMENT REMOVAL SY 50,410.3 $ $ 18 ASPHALT PAVEMENT REMOVAL SY 7,330.8 $ $ 19 SIDEWALK AND DRIVEWAY REMOVAL SY 5,209.7 $ $ 20 SIDEWALK REMOVAL SY 894.4 $ $ 21 SAW CUT LF 3,396.5 $ $ 22 WOVEN GEOTEXTILE SY 46,109.7 $ $ 23 MODIFIED SUBBASE TON 51,854.0 $ $ 24 RECYLED ASPHALT PAVING TON 20.0 $ $ 25 ROADSTONE, 3/4" TON 34.5 $ $ 26 DRAIN TILE, 6" LF 24,625.0 $ $ 27 DRAIN TILE, 4" LF 8,611.0 $ $ 28 DRAIN TILE STUB, 4" LF 1,450.0 $ $ 29 DRAIN TILE TAP AND COLLAR EACH 27.0 $ $ 30 SUBDRAIN OUTLET EACH 104.0 $ $ 31 CONVERT WATER VALVE MANHOLE TO ROADBOX EACH 22.0 $ $ 32 WATER SERVICE CORPORATION, 3/4" EACH 33.0 $ $ 33 WATER SERVICE CURB STOP, 3/4" EACH 33.0 $ $ 34 WATER SERVICE PAVE BOX, 3/4" EACH 33.0 $ $ 35 COPPER WATER SERVICE, 3/4" LF 969.0 $ $ FORM OF BID CONTRACT NO. 944 Page 2 of 9 36 WATER SERVICE TAP, 3/4" EACH 1.0 $ $ 37 WATER SERVICE CORPORATION, 1" EACH 5.0 $ $ 38 WATER SERVICE CURB STOP, 1" EACH 5.0 $ $ 39 WATER SERVICE PAVE BOX, 1" EACH 5.0 $ $ 40 COPPER WATER SERVICE, 1" LF 125.0 $ $ 41 WATER SERVICE KILL EACH 31.0 $ $ 42 LOWER WATER SERVICE, 3/4" OR 1" EACH 4.0 $ $ 43 UNDERGROUND INVESTIGATION -WATER EACH 13.0 $ $ 44 TOPSOIL, 4" SY 14,811.4 $ $ 45 HYDROSEED SY 26,923.5 $ $ 46 TOPSOIL REMOVAL FROM PARKING, EARTHWORK SY 10,091.1 $ $ 47 WOOD EXCELSIOR MAT SY 25.0 $ $ 48 REMOVAL OF STEEL GUARDRAIL LF 26.0 $ $ 49 STEEL BEAM GUARDRAIL LF 56.25 $ $ 50 STEEL BEAM GUARDRAIL END ANCHOR, W BEAM, BA -203 EACH 1.0 $ $ 51 STEEL BEAM GUARDRAIL FLARED END TERMINAL, BA -206 EACH 1.0 $ $ 52 CONSTRUCTION SURVEY LS 1.0 $ $ 53 TRAFFIC CONTROL LS 1.0 $ $ 54 DETOUR ROUTE - BALTIMORE ST. LS 1.0 $ $ 55 DETOUR ROUTE - MOBILE ST. LS 1.0 $ $ 56 PAINTED PAVEMENT MARKING, WATER BASED STA 24.68 $ $ 57 PERMANENT ROAD CLOSURE, URBAN, SI - 182 EACH 1.0 $ $ 58 PRAIRIE FIRE FLOWERING CRABAPPLE, 2.5" DIA CALIPER EACH 35.0 $ $ 59 TREE DRAINAGE WELLS EACH 35.0 $ $ 60 REMOVE/REPLACE LANDSCAPING AT PEOPLE'S SQUARE LS 1.0 $ $ TOTAL DIVISION I BASE BID -SECTION ! $ FORM OF BID CONTRACT NO. 944 Page 3 of 9 BID ITEM DESCRIPTION -. - DIVISION I: BASE BID -SECTION II - :UNIT - " EST. QTY. UNIT BID PRICE: TOTAL BID PRICE 61 STORM SEWER, 2000D, 36" LF 80.0 $ $ 62 STORM SEWER, 2000D, 30" LF 42.0 $ $ 63 STORM SEWER, 2000D, 24" LF 308.0 $ $ 64 STORM SEWER, 2000D, 21" LF 62.0 $ $ 65 STORM SEWER, 2000D, 18" LF 536.0 $ $ 66 STORM SEWER, 2000D, 15' LF 523.0 $ $ 67 STORM SEWER, 2000D, 12" LF 2,310.9 $ $ 68 STORM MANHOLE, SW -401, 48" EACH 15.0 $ $ 69 STORM MANHOLE, SW -401, 60" EACH 2.0 $ $ 70 STORM MANHOLE, SW -406 EACH 14.0 $ $ 71 OPEN SIDED AREA INTAKE, SW -513 EACH 1.0 $ $ 72 REMOVE EXISTING STRUCTURE EACH 60.0 $ $ 73 TYPE E -1-C INLET EACH 36.0 $ $ 74 TYPE E -2-C INLET EACH 23.0 $ $ 75 TYPE E -3-C INLET EACH 4.0 $ $ 76 SW -507, REMOVE AND REPLACE SPECIAL SHAPING EACH 1.0 $ $ 77 REM/REPL INLET BOXOUT, E -1-C EACH 11.0 $ $ 78 REM/REPL INLET BOXOUT, E -2-C EACH 8.0 $ $ 79 TAP AND COLLAR STRUCTURE OR PIPE EACH 2.0 $ $ 80 INSULATE EXISTING COPPER WATER SERVICE EACH 7.0 $ $ 81 FURNISH AND INSTALL MANHOLE RING AND COVER EACH 5.0 $ $ 82 FURNISH AND INSTALL SW -603 TYPE Q GRATE EACH 1.0 $ $ 83 STORM WATER PROTECTION FOR STRUCTURES EACH 88.0 $ $ 84 REMOVE STORM PIPE LESS OR EQUAL TO 36" LF 690.0 $ $ TOTAL DIVISION I BASE BID -SECTION II $ FORM OF BID CONTRACT NO. 944 Page 4 of 9 BID ` ITEM. DESCRIPTION "' DIVISION I BASE BID -SECTION III. UNIT L EST. QTY. .. " . UNIT BID PRICE $ 85 RECONSTRUCT SANITARY SEWER, 15" LF 676.0 $ $ 86 RECONSTRUCT SANITARY SEWER, 12" LF 699.6 $ $ 87 RECONSTRUCT SANITARY SEWER, 10" LF 1,312.0 $ $ 88 RECONSTRUCT SANITARY SEWER, 8" LF 1,871,0 $ $ 89 REMOVE AND REPLACE SANITARY SEWER, 8" LF 15.0 $ $ 90 SANITARY SEWER SERVICE, 6" LF 1,885.0 $ $ 91 STANDARD SANITARY MANHOLE, SW -301, 48" EACH 23.0 $ $ 92 STANDARD SANITARY DROP MANHOLE, SW- 301 48" EACH 1.0 $ $ $ $ 93 REMOVE EXISTING STRUCTURE, SANITARY MANHOLE EACH 14.0 $ $ 94 FURNISH AND INSTALL MANHOLE RING AND COVER EACH 3.0 $ $ 95 TAP AND COLLAR SANITARY MANHOLE EACH 1.0 $ $ 96 ABANDON SANITARY SEWER, 10" LF 280.0 $ $ 97 MAJOR ADJUSTMENT SANITARY MANHOLE EACH 3.0 $ $ 98 TRACE SANITARY SEWER SERVICE EACH 11.0 $ $ 99 DYE TEST INVESTIGATION EACH 26.0 $ 100 UNDERGROUND INVESTIGATION -SANITARY EACH 8.0 $ $ TOTAL DIVISION I BASE BID -SECTION 111 $ TOTAL DIVISION I BASE BID -SECTIONS 1, 11, III $ BID ITEM DESCRIPTION . DIVISION 1 -ALTERNATE A , ; UNIT BID PRICE TOTAL BID PRICE 1A 2", HMA STANDARD TRAFFIC(ST) SURFACE, 1/2" MIX, PG 58-28S, 75% CR., NO FRICTION REQD. SY 49,715.1 $ $ 2A 2.5", HMA STANDARD TRAFFIC(ST) INTERMEDIATE, 1/2" MIX, PG 58-28S, 60% CR. SY 48,004,0 $ $ 3A 4", HMA STANDARD TRAFFIC(ST) INTERMEDIATE, 1/2" MIX, PG 58-28S, 60% CR. SY 1,711.1 $ $ FORM OF BID REVISED --ADDENDUM NO. 1 —APRIL 3, 2018 CONTRACT NO. 944 Page 5 of 9 4A 3", HMA STANDARD TRAFFIC(ST) BASE, 3/4" MIX, PG 58-28S, 60% CR. SY 49,715.1 $ $ 5A CURB AND GUTTER, PCC, C-4, 24" WIDE, 7 1/2" THICK LF 35,202.8 $ $ 6A CURB AND GUTTER, PCC, C-4, 24" WIDE, 9" THICK LF 1,343.0 $ 7A COLD WEATHER CONCRETE PROTECTION SY 3,835.0 $ $ 8A LINSEED OIL TREATMENT SY 3,285.0 $ $ 9A PAVEMENT SAMPLES AND TESTING LS 1.0 $ $ 10A EXCAVATION CY 23,030.0 $ $ TOTAL DIVISION I ALTERNATE A $ BID, ITEM DESCRIPTION DIVISION I -ALTERNATE B UNIT EST. QTY. UNIT BID PRICE TOTAL BID PRICE 1B PCC PAVEMENT, 6", C-4 SY 55,909.7 $ NO BID $ N/A 23 PCC PAVEMENT, 7", C-4 SY 1,380.0 $ NO BID $ N/A 3B 2", HMA STANDARD TRAFFIC(ST) SURFACE, 1/2" MIX, PG 58-28S, 75% CR., NO FRICTION REQD. SY 496.1 $ NO BID $ N/A 4B 4", HMA STANDARD TRAFFIC(ST) INTERMEDIATE, 1/2" MIX, PG 58-28S, 60% CR. SY 496.1 $ NO BID $ N/A 5B 3", HMA STANDARD TRAFFIC(ST) BASE, 3/4" MIX, PG 58-28S, 60% CR. SY 496.1 $ NO BID $ N/A 6B CURB AND GUTTER, PCC, C-4, 24" WIDE, 9" THICK LF 602.0 $ NO BID $ N/A 7B COLD WEATHER CONCRETE PROTECTION SY 16,450.0 $ NO BID $ N/A 83 LINSEED OIL TREATMENT SY 16,150.0 $ NO BID $ N/A 9B PAVEMENT SAMPLES AND TESTING LS 1.0 $ NO BID $ N/A 10B EXCAVATION CY 20,226.0 $ NO BID $ N/A TOTAL -DIVISION 1 ALTERNATE B $ NO BID TOTAL DIVISION I BASE BID + ALTERNATE A $ TOTAL DIVISION I BASE BID + ALTERNATE B $ NO BID FORM OF BID CONTRACT NO. 944 Page 6 of 9 ID ITB: DIVISION II - WATER MAIN DESCRIPTION UNIT _. EST.: QTY. UNIT BID" PRICE TOTAL RID PRICE 1 DUCTILE IRON WATER MAIN, 6 -INCH DIA., CLASS 52, WITH NITRILE GASKETS LF 1,371.0 $ $ 2 DUCTILE IRON WATER MAIN REMOVAL LF 1276.0 $ $ 3 GATE VALVE AND BOX, 6 -INCH DIA. EACH 8.0 $ $ 4 TEE (LOCKING), 6 -INCH X 6 -INCH DIA. EACH 2.0 $ $ 5 CAP OR PLUG, 6 -INCH DIA. EACH 3.0 $ $ 6 MEGALUGS, 6 -INCH DIA. EACH 17.0 $ $ 7 CONCRETE THRUST BLOCKING EACH 7.0 $ $ 8 HYDRANT REMOVAL EACH 5.0 $ $ 9 HYDRANT ASSEMBLY EACH 5.0$ $ 10 BEND, 6 -INCH DIA., ANY DEGREE EACH 2.0 $ $ 11 SLEEVE, 6 -INCH DIA. EACH 3.0 $ $ 12 TEMPORARY PVC WATER MAIN LF 1,410.0 $ $ 13 REMOVAL OF PVC WATER MAIN CONNECTIONS EACH 2.0 $ $ 14 3/4" SHORT SIDE WATER SERVICE EACH 21.0 $ $ 15 3/4" LONG SIDE WATER SERVICES EACH 8.0 $ $ 16 TEMPORARY WATER MAIN DRIVE OVER PROTECTION EACH 20.0 $ $ TOTAL BID DIVISION II -WATER MAIN $ BID - ITEM: DIVISION III - - RAVENWOOD STORM SEWER DESCRIPTION UNIT EST. QTY. - UNIT BID PRICE TOTAL BID PRICE 1 CLEARING AND GRUBBING UNIT 160.0 $ $ 2 TOPSOIL, 4" SY 160.0 $ $ 3 HYDROSEED SY 190.0 $ $ 4 STORM SEWER, 2000D, 12" LF 72.0 $ $ 5 TAP AND COLLAR STRUCTURE OR PIPE EACH 1.0 $ $ 6 REMOVE STORM PIPE LESS OR EQUAL TO 36" LF 10.0 $ $ 7 CIRCULAR AREA INTAKE, SW -512 EACH 1.0 $ $ FORM OF BID CONTRACT NO. 944 Page 7 of 9 TOTAL 'SIL)) LAVA CW1 IIVV RA!!EN'WOOD STORY SEWER TOTAL. L LDIVI ION I BASE ID) ALTERNATE E A TOTAL DIVISION I BASE BID ALTERNATE B $ NO BID TOTAL DIVISION I BASE BID + ALTERNATE A + DIVISION 11 + DIVISION III $ 7 /66,'4 ,t3 TOTAL DIVISION I BASE BID + ALTERNATE B + DIVISION VI + DIVISION III NO BID 2. It is understood that the quantities set forth are approximate only and subject to variation and that the unit bid price for the work done shall govern in the actual payment to Contractor. 3. In submitting this bid, the bidder understands that the right is reserved by the City of Waterloo, Iowa, to reject any or all bids. If written notice of the acceptance of this bid is mailed, telegraphed, or delivered to the undersigned within thirty (30) days after the opening thereof, or at any time thereafter before this bid is withdrawn, the undersigned agrees to execute and deliver an agreement in the prescribed form and furnish the required bond and certificate of the insurance within ten (10) days after the agreement is presented to him for signature, and start work within ten (10) days after "Notice to Proceed" is issued. 4. Security in the sum of 5% OF BID AMOUNT 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 Bidder Status Form. 7 The bidder is prepared to submit a financial and experience statement upon request. 8. The Prime Contractor and Subcontractor(s), which have performed an aggregate of $10,000.00 in work for the City in the current calendar year, are prepared to submit an AAP or Update and an EOC, within ten (10) days of notification that the bid submitted is lowest and acceptable. FORM OF BID CONTRACT NO. 944 Page 8 of 9 9. The bidder has received the following Addendum or Addenda: Addendum No. l Date 0 yJ0,08 10. The bidder shall list the MBE/WBE subcontractor(s), amount of subcontracts and bid items on the City of Waterloo Minority and/or Women Business Pre-bid Contact Information Form submitted with this Form of Bid or Proposal. The apparent low Bidder shall submit a list of all other Subcontractor(s) to be used on this Project to the City of Waterloo by 5:00 p.m. the business day following the day Bids on this Project are due along with the Non -Collusion Affidavits of All Subcontractor(s). The Contractor shall submit information on subcontractors on "SUBCONTRACTOR REQUEST AND APPROVAL" Form to be provided by City prior to approval of contract. The subcontractors listed on this proposal and/or submitted to the Contract Compliance Officer cannot be changed except for the following reasons: 1) The City of Waterloo does not approve the subcontractors. 2) The subcontractors submit in writing that they cannot fulfill their subcontracts. 11. The bidder has filled in all blanks on this proposal. Those blanks not applicable are marked "none" or "NA". 12. The bidder has attached all applicable forms. 13. The Owner reserves the right to select alternates, delete line items, and/or to reduce quantities prior to the award of a contract due to budgetary limitations. ASPRO, INC. APRIL 5, 2018 (Name of Bidder) (Date) BY: 2-n Title PRESIDENT Official Address: (Including Zip Code): 3613 TEXAS ST; PO BOX 2620 WATERLOO, IA 50704 I.R.S. No. 42-1011512 FORM OF BID CONTRACT NO. 944 Page 9 of 9 NON -COLLUSION AFFIDAVIT OF PRIME BIDDER State of IOWA County of BLACK HAWK )ss MILT DAKOVICH , being first duly sworn, deposes and says that: 1. He is (Owner, Partner, Officer-Representative,Agent , 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) '� PRESIDENT Title Subscribed and sworn to before me this 5 day of APRIL 2018. OFFICE MANAGER My commission expires ` ac -1. Title Bidder Status Form To be completed by all bidders Part A Please answer "Yes" or "No" for each of the following: ® Yes 0 No Yes 0 No ® Yes ❑ No ® Yes 0 No ® Yes 0 No My company is authorized to transact business in Iowa. (To help you determine if your company is authorized, please review the worksheet on the next page). My company has an office to transact business in Iowa. My company's office in Iowa is suitable for more than receiving mail, telephone calls, and e-mail. My company has been conducting business in Iowa for at least 3 years prior to the first request for bids on this project. My company is not a subsidiary of another business entity or my company is a subsidiary of another business entity that would qualify as a resident bidder in Iowa. If you answered "Yes" for each question above, your company qualifies as a resident bidder. Please complete Parts B and D of this form. If you answered "No" to one or more questions above, your company is a nonresident bidder. Please complete Parts C and D of this form. To be completed by resident bidders Part B My company has maintained offices in Iowa during the past 3 years at the following addresses: Dates: 01 / 02 / 1980 to PRESENJ / Address: 3613 TEXAS ST. City, State, Zip: Dates: / / to / / Address. City, State, Zip. Dates: / / to / / Address. You may attach additional sheet(s) if needed. City, State, Zip. WATERLOO, IA 50702 To be completed by non-resident bidders Part C 1. Name of home state or foreign country reported to the Iowa Secretary of State: 2. Does your company's home state or foreign country offer preferences to resident bidders, resident labor ❑ force preferences or any other type of preference to bidders or laborers?Yes 0 No 3. If you answered "Yes" to question 2, identify each preference offered by your company's home state or foreign country and the appropriate legal citation. You may attach additional sheet(s) if needed. To be completed by all bidders Part D I certify that the statements made on this document are true and complete to the best of my knowledge and I know that my failure to provide accurate and truthful information may be a reason to reject my bid. Firm Name: ASPRO, INC. Signature: 461Aa Date: APRIL 5, 2018 You must submit the completed form to the governmental body requesting bids per 875 Iowa Administrative Code Chapter 156. This form has been approved by the Iowa Labor Commissioner. 309-6001 (09-15) 00 0 I/') N •0. 114 0 r-1 (.7 P-1 V)1 U9 wZ 8 co as CO01 0 EL CO 1 UU I m -0 0 O 0 .0 Q a) � 0 o a)N c a) Q N aa)) (0 =}_} (1)0) 0 0 CL• E O C U O 0) oW 0W m ASPRO, INC. Prime Contractor Name: 2 F. � L rn� c .0 1=a) 0 .Q Z ci a m a 151 O ci 4- viS • ce o <4U o L I.0 0 (n U >, co (J) 0 �. 1L1 co O al t0 >- w O UJ o D c (a ,o Z co 0. z 0 z ai 1- Contractor Signature E W 0 .1-7) C O 0 p - o c Ed O 0 .. U .c m -0 0 O .0 O N C 0 0. CaE 2 1O a) .0 ;0 L 0 1- c o 0.0 a) N .0 :0) O E 0 f2 L 13 L- o `-'0 O }, L L 0 -0) -E o -Q q E ai 'O `N N 1 U El,) 'O a) C.) ,.0 OL a 0 ) OL U o >- c COiii 0 03 0 <WO CO U 4- < CO. O L >, 0 V 0 0 L Z Q N m••7a O o 0)0) 0 0 c N m 'CO 0 >, 0 • rn c C O T O . 41. -Ts (/) o • L E4=" p LL U 0 0 c O c, J4-0 ' L ' L,0) :c O aj N .8U 0 (0 f--' a) .a) a) :1 a. 5 SC 2.W 0 0 CL 0 a) o E L c O c 0 .1: 0 cz E 0.0 'O • N c0 L 0) U 0 a) 00 .0 -0 E 0.0lc 70O 7 O 0 m L.o2o) O C 'i7 O 0) O E N '(0 0— U N 1 CO U c (0 0 O U L '0 (0 (6 (0 I- 0.12 O O •� Ca0 >- 111 (0 pliance Officer, for 0 0 a'c-+ O 6) U a.) 0 N o E ks L1.1 O O O ,.. :n LU 0 ca 0 .co LU ro o) 00 CO: E (9 EL 0 z 13- c 2c E LD L (0 a O F- ((f C2 (I) LU g o " z C Q)� V) 0 c 11.1 Lon P �^. = U W� D 0� a0i u- u •c(0 Zco (0 7 0 LL. W ro O W CO .0 ala a) O03 ca c ti a) m` 0 0 C ED E (0 a) tgrz 2 E 0 a) °) a) (0 C Y E Quotes Received Quotation used in bid Dollar. Aanouant Proposed to be Subcontracted O Op r\ ON r 4 Yes/No Z:Zi VI Dates Contacted a �a n fl o r7 y d O� fl • Dates Contacted 00. , -1 _I N CO O 00 n -I . N CY) •0 co ,--i " -i N M 0- 00 .--1 .. ,-.1. N =- co 0 [QUICK CONSTRUCTION 03/21/18 NiBEIWBE Subcontractors DANIELS HOME IMPROVEMENT DC CORP. GREER'S WORKS OLD GREER'S WORKS (Form CCO-4) Rev. 06-20-02 ASPRO,..INC. Prime Contractor Name: 0 E (iS � O Q w O c O Q) • O C N 0)a N o aa) )U) `O • .0 o 0E O U O Q OW CCI0 Oo Do Ll1 2 W c co iv m ao) • 72- ›. c m • a--• C .0 • 0) o ,5 Z a)) C6 451 O >' O O U I 0 g .0 U z o V>. ca ,c • U) • O Q LU O4 - Ea (U•� O W o Z o Q E o0 � u) o o O aa)) O .0 O C L a- ) C N 0 O cr m p C W 0 O f • < cia o € w. o 0 a O 00 C 0 n (U C z"' C 1-60 n. U N :5 .O O E cua; a) ' LI ?' 0 c o 5 - G . it U U a) o U O (6: a) .'E .� N- E oC o =l .39 N E;C0 "O E j• oo u) L O •N C Li: C.1 i N (0 C O O -O US 't 0- 00 . C/) a) 0 WI. C (A M. O N L -o O . C. aa) o) O „ C u@ a). u) '" U U N P L o o C~ 0 0) p N UG ,O c o E.&) rii di .0 .•u) .:.0 o (OU C O E w N Q) z . t a o:Q. oN c.::: :5 0 •5 UJ i O TJ 1._. lc 0,� O • Q :O- a- C Q L of j o IT) •L 4-- o (no 0 E- aN) O 13d• CLC o C U c (13 O N 'L W C Eo AHC. NO: �s u) N a .a ��rn �)c c� 0oam) •v�.•Q) ocoa U U C. 0.. Lu (o co IR O U S2 . cn m a) • U o) N O lC r. O NU 'Pvi O O'i15 m 2 OQ= mO o 0 i Q OW4 O WV >, o CO L Jm U L.C2O '+• •1C CO o 'E co a) E as (1 o E -O C.'.zi L c Q O v C O _O 0 �O (0 1-• a) -p U 0 i- _C FTo-. N C .0 . •D E Cn 1--I` 5 o s �m Q o Z a) t ow a) U O 'Od ro O °)" IR '0.. °0 O O O O C u) 1 .% o C.) U) u) su) >- W `�-' ((0 5 E C) 0 ui 65 OD c W //0 �- U) Z 0 0U) F-° 0, 0 u- W Z� 0 ul COUJ 03 Quotes Received Quotation used in bid Dollar Amount Proposed to be Subcontracted n C -t Oct Cl, Yes/No Dates Contacted Yes/No '1. ski X Dates Contacted 03/21/18 1BE/WBE Subcontractors WATCO CONSTRUCTION (Form CC0-4) Rev. 06-20-02 FORM OF BID OR PROPOSAL F.Y. 2018 STREET RECONSTRUCTION PROGRAM CONTRACT NO. 944 CITY OF WATERLOO, IOWA F.Y. 2018 STREET RECONSTRUCTION PROGRAM CONTRACT NO. 944 BID ITEM DIVISION I DESCRIPTION BASE BID - SECTION I UNIT EST. QTY. UNIT BID PRICE TOTAL BID PRICE 1 CONSTRUCT TEMP. ACCESS SY 785.0 $65.00 $51,025.00 2 MISC.CURB & GUTTER, 6", C-4 LF 6.2 $40.00 $248.00 3 R/R MISC. PCC, 7", C-4 SY 10.5 $60.50 $635.25 4 R/R MISC. PCC, 6", C-4 SY 40.0 $50.00 $2,000.00 5 R/R C & G, PCC, 7.5", C-4 LF 22.2 $42.50 $943.50 6 REM/REP MISC. HMA, 7 1/2" SY 19.6 $114.80 $2,250.08 7 R/R 3" HMA/6" PCC, C-4 SY 16.0 $169.30 $2,708.80 8 R/R 4.5" HMA/6" PCC, M-4 SY 128.1 $174.80 $22,391.88 9 R/R MISC SEALCOAT W/2" HMA SY 396.4 $52.85 $20,949.74 10 HMA DRIVEWAY APPROACH TON 3.0 $200.00 $600.00 11 D/W APP. & S/W, 6" PCC, C-4 SY 1205.7 $46.75 $56,366.48 12 D/W APP. & S/W, 5" PCC, C-4 SY 3235.1 $46.25 $149,623.38 13 SIDEWALK, 4" PCC, C-4 SY 912.8 $44.75 $40,847.80 14 PED. RAMP, PCC S/W, 6", C-4 SY 718.9 $47.50 $34,147.75 15 PEDESTRIAN RAMP DET. SURF. SF 1095.8 $39.35 $43,119.73 16 COMBINED RETAIN. WALL S/W CY 7.0 $1,150.00 $8,050.00 17 CONC. PAVEMENT REMOVAL SY 50410.3 $4.65 $234,407.90 18 ASPHALT PAVEMENT REMOVAL SY 7330.8 $4.25 $31,155.90 19 S/W & D/W REMOVAL SY 5209.7 $4.65 $24,225.11 20 SIDEWALK REMOVAL SY 894.4 $11.25 $10,062.00 21 SAWCUT LF 3396.5 $6.00 $20,379.00 22 WOVEN GEOTEXTILE SY 46109.7 $3.50 $161,383.95 23 MODIFIED SUBBASE TON 51854.0 $21.65 $1,122,639.10 24 RECYCLED ASPHALT PAVING TON 20.0 $62.50 $1,250.00 25 ROADSTONE, 3/4" TON 34.5 $48.00 $1,656.00 26 DRAIN TILE, 6" LF 24625.0 $8.50 $209,312.50 27 DRAIN TILE, 4" LF 8611.0 $8.00 $68,888.00 28 DRAIN TILE STUB, 4" LF 1450.0 $8.00 $11,600.00 29 DRAIN TILE TAP AND COLLAR EACH 27.0 $650.00 $17,550.00 30 SUBDRAIN OUTLET EACH 104.0 $300.00 $31,200.00 31 CONVERT WV MR TO RDBOX EACH 22.0 $525.00 $11,550.00 32 WATER SERVICE CORP., 3/4" EACH 33.0 $65.00 $2,145.00 33 WATER SERV. CURB STOP 3/4" EACH 33.0 $164.00 $5,412.00 34 WATER SERV. PAVE BOX 3/4" EACH 33.0 $164.00 $5,412.00 35 COPPER WATER SERV., 3/4" LF 969.0 $21.00 $20,349.00 36 WATER SERVICE TAP, 3/4" EACH 1.0 $85.00 $85.00 37 WATER SERVICE CORP., 1" EACH 5.0 $86.00 $430.00 38 WATER SERV. CURB STOP 1" EACH 5.0 $165.00 $825.00 39 WATER SERV. PAVE BOX 1" EACH 5.0 $165.00 $825.00 40 COPPER WATER SERV., 1" LF 125.0 $23.00 $2,875.00 41 WATER SERVICE KILL EACH 31.0 $345.00 $10,695.00 42 LOWER WATER SERV. 3/4", 1" EACH 4.0 $692.00 $2,768.00 43 UNDERGR. INVEST. - WATER EACH 13.0 $305.00 $3,965.00 44 TOPSOIL, 4" SY 14811.4 $8.50 $125,896.90 45 HYDROSEED SY 26923.5 $1.62 $43,616.07 46 TOPSOIL REMOVAL, EARTHWK SY 10091.1 $10.50 $105,956.55 47 WOOD EXCELSIOR MAT SY 25.0 $2.25 $56.25 48 REM. OF STEEL GUARDRAIL LF 26.0 $8.00 $208.00 49 STEEL BEAM GUARDRAIL LF 56.25 $45.00 $2,531.25 50 ST. BEAM GRDRAIL END ANCH. EACH 1.0 $2,700.00 $2,700.00 51 ST. BEAM GRDRAIL END TERM EACH 1.0 $3,200.00 $3,200.00 52 CONSTRUCTION SURVEY LS 1.0 $57,500.00 $57,500.00 53 TRAFFIC CONTROL LS 1.0 $35,000.00 $35,000.00 54 DETOUR ROUTE - BALTIMORE LS 1.0 $3,000.00 $3,000.00 55 DETOUR ROUTE - MOBILE LS 1.0 $3,000.00 $3,000.00 56 PAINTED PAVEMENT MARKING STA 24.68 $50.00 $1,234.00 57 PERM. ROAD CLOSURE, SI -182 EACH 1.0 $2,500.00 $2,500.00 58 PRAIRIE FIRE CRABAPPLE, 2.5" EACH 35.0 $140.00 $4,900.00 59 TREE DRAINAGE WELLS EACH 35.0 $85.00 $2,975.00 60 REM/REP LANDSCAPING LS 1.0 $2,293.00 $2,293.00 TOTAL DIVISION I BASE BID - SECTION I $2,845,519.85 BID ITEM DESCRIPTION BASE BID - SECTION II UNIT EST. QTY. UNIT PRICE BID TOTAL PRICE BID 61 STORM SEWER, 2000D, 36" LF 80.0 $129.50 $10,360.00 62 STORM SEWER, 2000D, 30" LF 42.0 $120.00 $5,040.00 63 STORM SEWER, 2000D, 24" LF 308.0 $65.00 $20,020.00 64 STORM SEWER, 2000D, 21" LF 62.0 $99.30 $6,156.60 65 STORM SEWER, 2000D, 18" LF 536.0 $56.00 $30,016.00 66 STORM SEWER, 2000D, 15" LF 523.0 $45.50 $23,796.50 67 STORM SEWER, 2000D, 12" LF 2310.9 $44.00 $101,679.60 68 STORM MANHOLE, SW -401, 48" EACH 15.0 $4,100.00 $61,500.00 69 STORM MANHOLE, SW -401, 60" EACH 2.0 $6,200.00 $12,400.00 70 STORM MANHOLE, SW -406 EACH 14.0 $4,850.00 $67,900.00 71 OPEN SIDED AREA INTAKE EACH 1.0 $6,850.00 $6,850.00 72 REM. EXISTING STRUCTURE EACH 60.0 $525.00 $31,500.00 73 TYPE E -1-C INLET EACH 36.0 $2,575.00 $92,700.00 74 TYPE E -2-C INLET EACH 23.0 $3,550.00 $81,650.00 75 TYPE E -3-C INLET EACH 4.0 $5,075.00 $20,300.00 76 SW -507, REM/REP SPEC SHAPE EACH 1.0 $1,500.00 $1,500.00 77 R/R INLET BOXOUT, E -1-C EACH 11.0 $1,095.00 $12,045.00 78 R/R INLET BOXOUT, E -2-C EACH 8.0 $1,445.00 $11,560.00 79 TAP AND COLLAR STRUCTURE EACH 2.0 $1,375.00 $2,750.00 80 INSULATE COPPER WATER SER. EACH 7.0 $985.00 $6,895.00 81 FURN/INST. MH RING & COVER EACH 5.0 $875.00 $4,375.00 82 FURN/INST. SW -603 TYPE Q EACH 1.0 $1,500.00 $1,500.00 83 STORM WATER PROTECTION EACH 88.0 $485.00 $42,680.00 84 REMOVE STORM PIPE <= 36" LF 690.0 $12.50 $8,625.00 TOTAL DIVISION I BASE BID - SECTION II $663,798.70 BID ITEM DESCRIPTION BASE BID - SECTION III UNIT EST. QTY. UNIT BID PRICE TOTAL BID PRICE 85 RECON. SANITARY SWR, 15" LF 676.0 $80.00 $54,080.00 86 RECON. SANITARY SWR, 12" LF 699.6 $75.00 $52,470.00 87 RECON. SANITARY SWR, 10" LF 1312.0 $65.00 $85,280.00 88 RECON. SANITARY SWR, 8" LF 1871.0 $70.00 $130,970.00 89 REM/REP SANITARY SWR, 8" LF 15.0 $250.00 $3,750.00 90 SANITARY SWR SERVICE, 6" LF 1885.0 $43.20 $81,432.00 91 STD. SANITARY MH,SW-301,48" EACH 23.0 $4,300.00 $98,900.00 92 STD. SAN. DROP -MH, SW -301, 48" EACH 1.0 $9,000.00 $9,000.00 93 REM. EXISTING STRUCTURE, SAN. EACH 14.0 $490.00 $6,860.00 94 FURN/INST. MH RING & COVER EACH 3.0 $775.00 $2,325.00 95 TAP AND COLLAR SAN. MH EACH 1.0 $3,000.00 $3,000.00 96 ABANDON SANITARY SWR, 10" LF 280.0 $20.00 $5,600.00 97 MAJOR ADJUSTMENT SAN. MH EACH 3.0 $3,500.00 $10,500.00 98 TRACE SANITARY SWR SERV. EACH 11.0 $344.00 $3,784.00 99 DYE TEST INVESTIGATION EACH 26.0 $70.00 $1,820.00 100 UNDERGR. INVEST. - SANITARY EACH 8.0 $426.00 $3,408.00 TOTAL DIVISION I BASE BID - SECTION III $553,179.00 TOTAL DIVISION I BASE BID - SECTION I, II, III $4,062,497.55 BID ITEM DESCRIPTION ALTERNATE A UNIT EST. QTY. UNIT BID PRICE TOTAL BID PRICE 1A 2", HMA(ST) SURF, 1/2", 58-28S, 75% SY 49715.1 $11.00 $546,866.10 2A 2.5", HMA(ST) INT., 1/2", 58-28S, 60% SY 48004.0 $13.30 $638,453.20 3A 4", HMA(ST) INT., 1/2", 58-28S, 60% SY 1711.1 $22.25 $38,071.98 4A 3", HMA(ST) BASE, 3/4", 58-28S, 60% SY 49715.1 $15.00 $745,726.50 5A C&G, 24" WIDE, 7 1/2" THICK LF 35202.8 $15.50 $545,643.40 6A C&G, 24" WIDE, 9" THICK LF 1343.0 $17.50 $23,502.50 7A COLD WEATHER CONC. PROT. SY 3835.0 $5.25 $20,133.75 8A LINSEED OIL TREATMENT SY 3285.0 $5.50 $18,067.50 9A PAVEMENT SAMPLES/TESTING LS 1.0 $7,000.00 $7,000.00 10A EXCAVATION CY 23030.0 $11.25 $259,087.50 TOTAL DIVISION I ALTERNATE A $2,842,552.43 TOTAL DIVISION I ALTERNATE B NO BID TOTAL DIVISION I BASE BID + ALTERNATE A $6,905,049.98 TOTAL DIVISION I BASE BID + ALTERNATE B NO BID BID ITEM DIVISION II - WATER MAIN DESCRIPTION UNIT EST. QTY. UNIT BID PRICE TOTAL BID PRICE 1 DUCT. IRON WTR MN, 6", CL.52 LF 1371.0 $67.95 $93,159.45 2 DUCT. IRON WTR MAIN REM. LF 1276.0 $11.35 $14,482.60 3 GATE VALVE AND BOX, 6" DIA. EACH 8.0 $1,600.00 $12,800.00 4 TEE (LOCKING), 6" X 6" DIA. EACH 2.0 $700.00 $1,400.00 5 CAP OR PLUG, 6" DIA. EACH 3.0 $350.00 $1,050.00 6 MEGALUGS, 6" DIA. EACH 17.0 $140.00 $2,380.00 7 CONCRETE THRUST BLOCKING EACH 7.0 $495.00 $3,465.00 8 HYDRANT REMOVAL EACH 5.0 $810.00 $4,050.00 9 HYDRANT ASSEMBLY EACH 5.0 $5,750.00 $28,750.00 10 BEND, 6" DIA., ANY DEGREE EACH 2.0 $350.00 $700.00 11 SLEEVE, 6" DIA. EACH 3.0 $340.00 $1,020.00 12 TEMPORARY PVC WATER MAIN LF 1410.0 $23.00 $32,430.00 13 REM PVC WATER MAIN CONN. EACH 2.0 $1,695.00 $3,390.00 14 3/4" SHORT SIDE WATER SERV. EACH 21.0 $1,050.00 $22,050.00 15 3/4" LONG SIDE WATER SERV. EACH 8.0 $1,350.00 $10,800.00 16 TEMP. WTR DRIVE OVER PROT. EACH 20.0 $695.00 $13,900.00 TOTAL BID DIVISION II - WATER MAIN $245,827.05 BID ITEM DIVISION III - RAVENWOOD STORM SEWER DESCRIPTION UNIT EST. QTY. UNIT BID PRICE TOTAL BID PRICE 1 CLEARING AND GRUBBING UNIT 160.0 $50.00 $8,000.00 2 TOPSOIL, 4" SY 160.0 $8.50 $1,360.00 3 HYDROSEED SY 190.0 $2.00 $380.00 4 STORM SEWER, 2000D, 12" LF 72.0 $58.85 $4,237.20 5 TAP AND COLLAR STRUCTURE EACH 1.0 $1,500.00 $1,500.00 6 REM. STORM PIPE <= 36" LF 10.0 $30.00 $300.00 7 CIRC. AREA INTAKE, SW -512 EACH 1.0 $2,250.00 $2,250.00 TOTAL BID DIVISION III - RAVENWOOD STORM SEWER $18,027.20 TOTAL DIVISION I BASE BID + ALTERNATE A $6,905,049.98 TOTAL DIVISION I BASE BID + ALTERNATE B NO BID TOTAL DIVISION I BASE BID + ALTERNATE A + DIVISION II + DIVISION III $7,168,904.23 TOTAL DIVISION I BASE BID + ALTERNATE B + DIVISION II + DIVISION III NO BID Aspro, Inc. (Name of Bidder) BY: 04/05/18 (Date) Title: President Milton J. Dakovich Official Address: (Including Zip Code) 3613 Texas St. P. O. Box 2620 Waterloo, Iowa 50704 I.R.S. No. 42-1011512 A PS RO Phone (319) 232-6537 3613 Texas Street • P.O. Box 2620 • Waterloo, Iowa 50704 Fax: (319) 232-6539 F.Y. 2018 STREET RECONSTRUCTION PROGRAM CONTRACT NO. 944 WATERLOO, IOWA PER HOUR SURVEY RATES STAFF PROFESSIONAL $130.00/HOUR PARTY CHIEF $105.00/HOUR TWO -PERSON CREW $140.00/HOUR THREE-PERSON CREW $160.00/HOUR ASPRO Phone (319) 232-6537 3613 Texas Street 9 P.O. Box 2620 ^ Waterloo, Iowa 50704 Fax: (319) 232-6539 March 21, 2018 DANIELS HOME IMPROVEMENT 3358 BRISTOL RD WATERLOO, IA 50701 RE: F.Y. 2018 STREET RECONSTRUCTION PROGRAM CONTRACT NO. 944, 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, April 4, 2018. 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/jm Enc: AsPRo Phone (319) 232-6537 3613 Texas Street = P.O. Box 2620 9 Waterloo, Iowa 50704 Fax: (319) 232-6539 SUBCONTRACTOR'S BID REQUEST FORM DANIELS HOME IMPROVEMENT 3358 BRISTOL RD WATERLOO, IA 50701 RE: CONTRACT NO. 944, WATERLOO, IOWA I, DANIELS HOME IMPROVEMENT, hereby attest that I have been solicited for a bid on F.Y. 2018 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 April 4, 2018 at 4:00 PM, CST. DATE SUBCONTRACTOR'S COMPANY NAME SUBCONTRACTOR'S SIGNATURE PRIME BIDDER'S SIGNATURE * Return the original Subcontractor's Bid Request Form with the prime Bidder's total bid. ASPRO DC CORPORATION 426 BEECH ST WATERLOO, IA 50703 Phone (319) 232-6537 3613 Texas Street m P.O. Box 2620 a Waterloo, Iowa 50704 Fax: (319) 232-6539 March 21, 2018 RE: F.Y. 2018 STREET RECONSTRUCTION PROGRAM CONTRACT NO. 944, 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, April 4, 2018. 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/jm Enc: &SPRO DC CORPORATION 426 BEECH ST WATERLOO, IA 50703 Phone (319) 232-6537 3613 Texas Street ^ P.O. Box 2620 0 Waterloo, Iowa 50704 Fax: (319) 232-6539 SUBCONTRACTOR'S BID REQUEST FORM RE: CONTRACT NO. 944, WATERLOO, IOWA I, DC CORPORATION, hereby attest that I have been solicited for a bid on F.Y. 2018 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 April 4, 2018 at 4:00 PM, CST. DATE SUBCONTRACTOR'S COMPANY NAME SUBCONTRACTOR'S SIGNATURE PRIME BIDDER'S SIGNATURE * Return the original Subcontractor's Bid Request Form with the prime Bidder's total bid. ASPRO GREER'S WORKS 2003 PLAINVIEW WATERLOO, IA 50703 Phone (319) 232-6537 3613 Texas Street • P.O. Box 2620 0 Waterloo, Iowa 50704 Fax: (319) 232-6539 March 21, 2018 RE: F.Y. 2018 STREET RECONSTRUCTION PROGRAM CONTRACT NO. 944, 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, April 4, 2018. 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/jm Enc: ASPRO GREER'S WORKS 2003 PLAINVIEW WATERLOO, IA 50703 Phone (319) 232-6537 3613 Texas Street ^ P.O. Box 2620 0 Waterloo, Iowa 50704 Fax: (319) 232-6539 SUBCONTRACTOR'S BID REQUEST FORM RE: CONTRACT NO. 944, WATERLOO, IOWA I, GREER'S WORKS, hereby attest that I have been solicited for a bid on F.Y. 2018 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 April 4, 2018 at 4:00 PM, CST. DATE SUBCONTRACTOR'S COMPANY NAME SUBCONTRACTOR'S SIGNATURE PRIME BIDDER'S SIGNATURE * Return the original Subcontractor's Bid Request Form with the prime Bidder's total bid. OLD GREER'S WORKS 2309 SPRINGVIEW ST. WATERLOO, IA 50707 Phone (319) 232-6537 3613 Texas Street 9 P.O. Box 2620 0 Waterloo, Iowa 50704 Fax: (319) 232-6539 March 21, 2018 RE: F.Y. 2018 STREET RECONSTRUCTION PROGRAM CONTRACT NO. 944, 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, April 4, 2018. 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/jm Enc: ASPRO OLD GREER'S WORKS 2309 SPRINGVIEW WATERLOO, IA 50707 Phone (319) 232-6537 3613 Texas Street m P.O. Box 2620 ^ Waterloo, Iowa 50704 Fax: (319) 232-6539 SUBCONTRACTOR'S BID REQUEST FORM RE: CONTRACT NO. 944, WATERLOO, IOWA I, OLD GREER'S WORKS, hereby attest that I have been solicited for a bid on F.Y. 2018 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 April 4, 2018 at 4:00 PM, CST. DATE SUBCONTRACTOR'S COMPANY NAME SUBCONTRACTOR'S SIGNATURE PRIME BIDDER'S SIGNATURE * Return the original Subcontractor's Bid Request Form with the prime Bidder's total bid. ASPRO Phone (319) 232-6537 3613 Texas Street P.O. Box 2620 ® Waterloo, Iowa 50704 Fax: (319) 232-6539 March 21, 2018 QUICK CONSTRUCTION 217 BATES ST WATERLOO, IA 50703 RE: F.Y. 2018 STREET RECONSTRUCTION PROGRAM CONTRACT NO. 944, 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, April 4, 2018. 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/jm Enc: ASPRO Phone (319) 232-6537 3613 Texas Street , P.O. Box 2620 ^ Waterloo, Iowa 50704 Fax: (319) 232-6539 SUBCONTRACTOR'S BID REQUEST FORM QUICK CONSTRUCTION 217 BATES ST WATERLOO, IA 50703 RE: CONTRACT NO. 944, WATERLOO, IOWA I, QUICK CONSTRUCTION, hereby attest that I have been solicited for a bid on F.Y. 2018 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 April 4, 2018 at 4:00 PM, CST. DATE SUBCONTRACTOR'S COMPANY NAME SUBCONTRACTOR'S SIGNATURE PRIME BIDDER'S SIGNATURE * Return the original Subcontractor's Bid Request Form with the prime Bidder's total bid. SPRO 3613 Texas Street ^ P.O. Box 2620 a Waterloo, Iowa 50704 March 21, 2018 WATCO CONSTRUCTION CO POBOX 904 WATERLOO, IA 50704 RE: F.Y. 2018 STREET RECONSTRUCTION PROGRAM CONTRACT NO. 944, WATERLOO, IOWA To Whom It May Concern: Phone (319) 232-6537 Fax: (319) 232-6539 We will be accepting subcontractor quotes in writing at 3613 Texas Street on the above referenced project until 4:00 PM, CST, on Wednesday, April 4, 2018. 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/jm Enc: ASPRO Phone (319) 232-6537 3613 Texas Street = P.O. Box 2620 0 Waterloo, Iowa 50704 Fax: (319) 232-6539 SUBCONTRACTOR'S BID REQUEST FORM WATCO CONSTRUCTION CO PO BOX 904 WATERLOO, IA 50704 RE: CONTRACT NO. 944, WATERLOO, IOWA I, WATCO CONSTRUCTION CO, hereby attest that I have been solicited for a bid on F.Y. 2018 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 April 4, 2018 at 4:00 PM, CST. DATE SUBCONTRACTOR'S COMPANY NAME SUBCONTRACTOR'S SIGNATURE PRIME BIDDER'S SIGNATURE * Return the original Subcontractor's Bid Request Form with the prime Bidder's total bid. F.Y. 2018 STREET RECONSTRUCTION PROGRAM CONTRACT NO. 944 CITY OF WATERLOO, IOWA F.Y. 2018 STREET RECONSTRUCTION PROGRAM CONTRACT NO. 944 BID ITEM DIVISION I DESCRIPTION BASE BID - SECTION 1 UNIT EST. QTY. 2 MISC. CURB AND GUTTER, PCC, 6", C-4 LF 6.2 3 REM/REP MISC. PCC, 7", C-4 SY 10.5 4 REM/REP MISC. PCC, 6", C-4 SY 40.0 5 REM/REP CURB AND GUTTER, PCC, 7.5", C-4 LF 22.2 7 REMOVE AND REPLACE 6" PCC, C-4 SY 16.0 8 REMOVE AND REPLACE 6" PCC, M-4 SY 128.1 11 DRIVEWAY APPROACH AND S/W, 6" PCC, C-4 SY 1,205.7 12 DRIVEWAY APPROACH AND S/W, 5" PCC, C-4 SY 3,235.1 13 SIDEWALK, 4" PCC, C-4 SY 912.8 14 PEDESTRIAN RAMP, PCC SIDEWALK, 6" PCC, C-4 SY 718.9 15 PEDESTRIAN RAMP DETECTABLE WARNING SURFACE SF 1,095.8 16 COMBINED RETAINING WALL -SIDEWALK MI -221 CY 7.0 17 CONCRETE PAVEMENT REMOVAL SY 50,410.3 18 ASPHALT PAVEMENT REMOVAL SY 7,330.8 19 SIDEWALK AND DRIVEWAY REMOVAL SY 5,209.7 20 SIDEWALK REMOVAL SY 894.4 21 SAW CUT LF 3,396.5 22 WOVEN GEOTEXTILE SY 46,109.7 23 MODIFIED SUBBASE TON 51,854.0 26 DRAIN TILE, 6" LF 24,625.0 27 DRAIN TILE, 4" LF 8,611.0 28 DRAIN TILE STUB, 4" LF 1,450.0 29 DRAIN TILE TAP AND COLLAR EACH 27.0 30 SUBDRAIN OUTLET EACH 104.0 31 CONVERT WATER VALVE MANHOLE TO ROADBOX EACH 22.0 32 WATER SERVICE CORPORATION, 3/4" EACH 33.0 33 WATER SERVICE CURB STOP, 3/4" EACH 33.0 34 WATER SERVICE PAVE BOX, 3/4" EACH 33.0 35 COPPER WATER SERVICE, 3/4" LF 969.0 36 WATER SERVICE TAP, 3/4" EACH 1.0 37 WATER SERVICE CORPORATION, 1" EACH 5.0 38 WATER SERVICE CURB STOP, 1" EACH 5.0 39 WATER SERVICE PAVE BOX, 1" EACH 5.0 40 COPPER WATER SERVICE, 1" LF 125.0 41 WATER SERVICE KILL EACH 31.0 42 LOWER WATER SERVICE, 3/4" OR 1" EACH 4.0 43 UNDERGROUND INVESTIGATION -WATER EACH 13.0 44 TOPSOIL, 4" SY 14,811.4 45 HYDROSEED SY 26,923.5 46 TOPSOIL REMOVAL FROM PARKING, EARTHWORK SY 10,091.1 47 WOOD EXCELSIOR MAT SY 25.0 48 REMOVAL OF STEEL GUARDRAIL LF 26.0 49 STEEL BEAM GUARDRAIL LF 56.25 50 STEEL BEAM GUARDRAIL END ANCHOR, W BEAM, BA -203 EACH 1.0 51 STEEL BEAM GUARDRAIL FLARED END TERMINAL, BA -206 EACH 1.0 52 CONSTRUCTION SURVEY LS 1.0 53 TRAFFIC CONTROL LS 1.0 54 DETOUR ROUTE - BALTIMORE ST. LS 1.0 55 DETOUR ROUTE - MOBILE ST. LS 1.0 56 PAINTED PAVEMENT MARKING, WATER BASED STA 24.68 57 PERMANENT ROAD CLOSURE, URBAN, SI -182 EACH 1.0 58 PRAIRIE FIRE FLOWERING CRABAPPLE, 2.5" DIA CALIPER EACH 35.0 59 TREE DRAINAGE WELLS EACH 35.0 60 REMOVE/REPLACE LANDSCAPING AT PEOPLE'S SQUARE LS 1.0 61 STORM SEWER, 2000D, 36" LF 80.0 62 STORM SEWER, 2000D, 30" LF 42.0 63 STORM SEWER, 2000D, 24" LF 308.0 64 STORM SEWER, 2000D, 21" LF 62.0 65 STORM SEWER, 2000D, 18" LF 536.0 66 STORM SEWER, 2000D, 15" LF 523.0 67 STORM SEWER, 2000D, 12" LF 2,310.9 68 STORM MANHOLE, SW -401, 48" EACH 15.0 69 STORM MANHOLE, SW -401, 60" EACH 2.0 70 STORM MANHOLE, SW -406 EACH 14.0 71 OPEN SIDED AREA INTAKE, SW -513 EACH 1.0 72 REMOVE EXISTING STRUCTURE EACH 60.0 73 TYPE E -1-C INLET EACH 36.0 74 TYPE E -2-C INLET EACH 23.0 75 TYPE E -3-C INLET EACH 4.0 76 SW -507, REMOVE AND REPLACE SPECIAL SHAPING EACH 1.0 77 REM/REPL INLET BOXOUT, E -1-C EACH 11.0 78 REM/REPL INLET BOXOUT, E -2-C EACH 8.0 79 TAP AND COLLAR STRUCTURE OR PIPE EACH 2.0 80 INSULATE EXISTING COPPER WATER SERVICE EACH 7.0 81 FURNISH AND INSTALL MANHOLE RING AND COVER EACH 5.0 82 FURNISH AND INSTALL SW-603 TYPE Q GRATE EACH 1.0 83 STORM WATER PROTECTION FOR STRUCTURES EACH 88.0 84 REMOVE STORM PIPE LESS OR EQUAL TO 36" LF 690.0 85 RECONSTRUCT SANITARY SEWER, 15" LF 676.0 86 RECONSTRUCT SANITARY SEWER, 12" LS 711.6 87 RECONSTRUCT SANITARY SEWER, 10" LF 1,242.0 88 RECONSTRUCT SANITARY SEWER, 8" LF 1,859.0 89 REMOVE AND REPLACE SANITARY SEWER, 8" LF 15.0 90 SANITARY SEWER SERVICE, 6" LF 1,885.0 91 STANDARD SANITARY MANHOLE, SW-301, 48" EACH 23.0 92 STANDARD SANITARY DROP MANHOLE, SW-301, 48" EACH 1.0 93 REMOVE EXISTING STRUCTURE, SANITARY MANHOLE EACH 14.0 94 FURNISH AND INSTALL MANHOLE RING AND COVER EACH 3.0 95 TAP AND COLLAR SANITARY MANHOLE EACH 1.0 96 ABANDON SANITARY SEWER, 10" LF 280.0 97 MAJOR ADJUSTMENT SANITARY MANHOLE EACH 3.0 98 TRACE SANITARY SEWER SERVICE EACH 11.0 99 DYE TEST INVESTIGATION EACH 26.0 100 UNDERGROUND INVESTIGATION-SANITARY EACH 8.0 5A CURB AND GUTTER, PCC, C-4, 24" WIDE, 7 1/2" THICK LF 35,202.8 6A CURB AND GUTTER, PCC, C-4, 24" WIDE, 9" THICK LF 1,343.0 7A COLD WEATHER CONCRETE PROTECTION SY 3,835.0 8A LINSEED OIL TREATMENT SY 3,285.0 9A PAVEMENT SAMPLES AND TESTING LS 1.0 10A EXCAVATION CY 23,030.0 BID ITEM DIVISION II - WATER MAIN DESCRIPTION UNIT EST. QTY. 1 DUCTILE IRON WATER MAIN, 6-INCH DIA., CLASS 52, WITH NITRILE GASKETS LF 1,371.0 2 DUCTILE IRON WATER MAIN REMOVAL LF 1,276.0 3 GATE VALVE AND BOX, 6-INCH DIA. EACH 8.0 4 TEE (LOCKING), 6-INCH X 6-INCH DIA. EACH 2.0 5 CAP OR PLUG, 6-INCH DIA. EACH 3.0 6 MEGALUGS, 6-INCH DIA. EACH 17.0 7 CONCRETE THRUST BLOCKING EACH 7.0 8 HYDRANT REMOVAL EACH 5.0 9 HYDRANT ASSEMBLY EACH 5.0 10 BEND, 6-INCH DIA, ANY DEGREE EACH 2.0 11 SLEEVE, 6-INCH DIA. EACH 3.0 12 TEMPORARY PVC WATER MAIN LF 1,410.0 13 REMOVAL OF PVC WATER MAIN CONNECTIONS EACH 2.0 14 3/4" SHORT SIDE WATER SERVICE EACH 21.0 15 3/4" LONG SIDE WATER SERVICES EACH 8.0 16 TEMPORARY WATER MAIN DRIVE OVER PROTECTION EACH 20.0 BID ITEM DIVISION III - RAVENWOOD STORM SEWER DESCRIPTION UNIT EST. QTY. 1 CLEARING AND GRUBBING UNIT 160.0 2 TOPSOIL, 4" SY 160.0 3 HYDROSEED SY 190.0 4 STORM SEWER, 2000D, 12" LF 72.0 5 TAP AND COLLAR STRUCTURE OR PIPE EACH 1.0 6 REMOVE STORM PIPE LESS OR EQUAL TO 36" LF 10.0 7 CIRCULAR AREA INTAKE, SW -512 EACH 1.0 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. 944, WATERLOO, IOWA I, WATCO CONSTRUCTION CO, hereby attest that I have been solicited for a bid on F.Y. 2018 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 April 4, 2018 at 4:00 PM, CST. 3 -vim' o ,/2 DATE * Return the original Subcontractor's Bid Request Form with the prime Bidder's total bid. 1 SUBCONTRACTOR'S COMPANY NAME SUBCONTRACTOS SIGNATURE PRIM% BIDDER'S SIGNATURE Phone (319) 232-6537 3613 Texas Street • P.O. Box 2620 • Waterloo, Iowa 50704 Fax: (319) 232-6539 SUBCONTRACTOR'S BID REQUEST FORM DANIELS HOME IMPROVEMENT 3358 BRISTOL RD WATERLOO, IA 50701 RE: CONTRACT NO. 944, WATERLOO, IOWA I, DANIELS HOME IMPROVEMENT, hereby attest that I have been solicited for a bid on F.Y. 2018 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 April 4, 2018 at 4:00 PM, CST. bir DATE * Return the original Subcontractor's Bid Request Form with the prime Bidder's total bid. O� ilOrP2-(9 SUBCONTRACTOR'S COMPANY NAME SUBCO CTOR'S SIGNATURE // ili .-AZMALA PR /BIIDER'S SIGNATURE BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, Aspro, Inc. as Principal, and North American Specialty Insurance Company as Surety are held and firmly bound unto the CITY OF WATERLOO , Iowa, hereinafter called "OWNER." In the penal sum ---Five Percent of the Bid Submitted --- Dollars ($ •--5%--- ) lawful money of the United States, for the payment of which sum will and truly be made, we bind ourselves, our heirs, executors, administrators, and successors, jointly and severally, firmly by these presents. The condition of this obligation is such that whereas the Principal has submitted the accompanying bid dated the 5th day of April , 2018 , for FY 2018 Street Reconstruction Program, Contract No, 944 NOW, THEREFORE, (a) If said Bid shall be rejected, or in the altemate, (b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the form specified and shall fumish a bond for his faithful performance of said contract, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the agreement created by the acceptance of said Bid, Then this obligation shall be void, otherwise the same shall remain in force and effect; it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. By virtue of statutory authority, the full amount of this bid bond shall be forfeited to the Owner in liquidation of damages sustained in the event that the Principal fails to execute the contract and provide the bond as provided in the specifications or by law. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall be in no way impaired or affected by any extension of the time within which the Owner may accept such Bid or execute such contract; and said Surety does hereby waive notice of any such extension. IN WITNESS WHEREOF, the Principal and the Surety, have hereunto set their hands and seals, and such of them as are corporations, have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers this 22nd day of March , A.D. 2018 , Wit Witness CiBennett Aspro, Inc. fiAtifi North eri' n Specialty Insurance Compan eat) Arely 00. ����� orney-in-fact Anne Crowner (Seal) (Title) SWISS RE CORPORATE SOLUTIONS NORTH AMERICAN SPECIALTY INSURANCE COMPANY WASHINGTON INTERNATIONAL INSURANCE COMPANY WESTPORT INSURANCE CORPORATION GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, THAT North American Specialty Insurance Company, a corporation duly organized and existing under laws of the State of New Hampshire, and having its principal office in the City of Overland Park, Kansas 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 Overland Park, Kansas, and Westport Insurance Corporation, organized under the laws of the State of Missouri, and having its principal office in the City of Overland Park, Kansas 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, D1ONE R. YOUNG, and WENDY ANN CASEY JOINTLY OR SEVERALLY Its true and lawful Attomey(s)-in-Fact, to make, execute, seal and deliver, for and on its behalf and as its act and deed, bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies, as surety, on contracts of suretyship as are or may be required or permitted by law, regulation, contract or otherwise, provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of: ONE HUNDRED TWENTY FIVE MILLION ($125,000,000.00) DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held on March 24, 2000 and Westport Insurance Corporation by written consent of its Executive Committee dated July 18, 2011. "RESOLVED, that any two of the President, any Senior Vice President, any Vice President, any Assistant Vice President, the Secretary or any Assistant Secretary be, and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds, undertakings and all contracts of surety, and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company; and it is FURTHER RESOLVED, that the signature of such officers and the seal of the Company may be affixed to any such Power of Attomey 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." ,NNMNnnllllllllllb//b f F. it 0 SEAL ?c' 4/ ...�:•, lama* orae v Sttev n P. Anderson, Senior Viae President of Washington International Insurance Company & Senior Vice President of North American Specialty Insurance Company & Senior Vice President of Westport Insurance Corporation By Mike A. Ito, Senior Vice President of Washington International Insurance Company & Senior Vitt President of North American Specialty Insurance Company & Senior Vire President ofwestport Insurance Corporation IN WITNESS WHEREOF, North American Specialty Insurance Company, Washington International Insurance Company and Westport Insurance Corporation have caused their official seals to be hereunto affixed, and these presents to be signed by their authorized officers this this 3rd day of November , 20 17 State of Illinois County of Cook On this 3rd day of North American Specialty Insurance Company Washington International Insurance Company Westport Insurance Corporation ss: November , 20 17, 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 Senior Vice President of Westport Insurance Corporation and Michael A. Ito Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and Senior Vice President of Westport Insurance Corporation, personally known to me, who being by me duly sworn, acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies. OFFICIAL SEAL M. KENNY Notary Public - State til II I lams My Commission Expires 12/0412021 \.-1\C- C it M. Kenny, Notary Public I, Jeffrey Goldberg , the duly elected Vice President and Assistant Secretary of North American Specialty Insurance Company, Washington International Insurance Company and Westport Insurance Corporation do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said North American Specialty Insurance Company, Washington International Insurance Company and Westport Insurance Corporation which is still in full force and effect. IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Companies this22nd day of March , 2018. Jeffrey Goldberg, Vice President & Assistant Secretary of Washington International Insurance Company& North American Specialty Insurance Company & Vice President & Assistant Secretary of Westport Insurance Corporation