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