Loading...
HomeMy WebLinkAboutAspro, Inc.y OF WATERLOO ERK5S OFFICE ,.� 2019 p 12.A6.4E ASPRO, INC. PO BOX 2620 WATERLOO, IA 50704 PROPOSAL FOR: FY 2019 STREET RECONSTRUCTION PROGRAM CONTRACT NO. 965 MARCH 28, 2019 1:00 P.M. X113 tS.L; FORM OF BID OR PROPOSAL F.Y. 2019 STREET RECONSTRUCTION PROGRAM CONTRACT NO. 965 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. 2019 STREET RECONSTRUCTION PROGRAM, Contract No. 965, all in accordance with the above -listed documents and for the unit prices for work in place for the following items and quantities: FY 2019 STREET RECONSTRUCTION PROGRAM CONTRACT NO. 965 BID ITEM SUDAS SPECIFICATION *SEE SUPPLEMENTAL SP = SPCL PROV DESCRIPTION UNIT EST QTY UNIT BID PRICE TOTAL BID PRICE DIVISION 2 - EARTHWORK 1 2010-108-D * TOPSOIL, 4 INCHES, ON OR OFF SITE SY 6,599.00 $ $ 2 2010-108-H * SUBGRADE TREATMENT, WOVEN GEOTEXTILE SY 26,753.00 $ $ 3 2010-108-1 * SUBBASE, MODIFIED TON 21,885.00 $ $ 4 2010-108-A CLEARING AND GRUBBING UNITS 54.00 $ $ 5 SP # 1 TOPSOIL REMOVAL FROM PARKING, EARTHWORK SY 2,287.30 $ $ 6 SP # 2 SPECIAL SUBGRADE MATERIAL CY 100.00 $ $ SUBTOTAL BASE BID EARTHWORK $ DIVISION 4 - SEWERS AND DRAINS - SANITARY 7 4010-108-A-1 SANITARY SEWER GRAVITY MAIN, TRENCHED, PVC, 18 INCH LF 32.00 $ $ 8 4010-108-A-1 SANITARY SEWER GRAVITY MAIN, TRENCHED, TRUSS, 15 INCH LF 70.00 $ $ FORM OF BID CONTRACT NO. 965 Page 1 of 7 BID ITEM SUDAS SPECIFICATION * SEE SUPPLEMENTAL SP = SPCL PROV DESCRIPTION UNIT EST QTY UNIT BID PRICE TOTAL BID PRICE DIVISION 4 - SEWERS AND DRAINS - SANITARY (CONTINUED) 9 4010-108-A-1 * SANITARY SEWER GRAVITY MAIN, TRENCHED, TRUSS, 12 INCH LF 106.50 $ $ 10 4010-108-A-1 SANITARY SEWER GRAVITY MAIN, TRENCHED, TRUSS, 10 INCH LF 635.50 $ $ 11 4010-108-A-1 SANITARY SEWER GRAVITY MAIN, TRENCHED, TRUSS, 8 INCH LF 1,618.50 $ $ 12 4010-108-E-0 SANITARY SEWER SERVICE STUB/RENEW, SDR 23.5, 6 INCH LF 1,272.00 $ $ 13 4010-108-K-2 SANITARY SEWER ABANDONMENT, FILL AND PLUG, 8 INCH LF 916.00 $ $ 14 4010-108-K 2 SANITARY SEWER ABANDONMENT, FILL AND PLUG, 12 INCH LF 65.00 $ $ 15 4010-108-K-2 SANITARY SEWER ABANDONMENT, FILL AND PLUG, 15 INCH LF 327.00 $ $ 16 SP # 6 SANITARY SEWER SERVICE, TRACE EACH 18.00 $ $ 17 SP # 5 SANITARY SEWER SERVICE, DYE TEST INVESTIGATION EACH 8.00 $ $ 18 5P # 4 SANITARY SEWER SERVICE, UNDERGROUND INVESTIGATION EACH 3.00 $ $ DIVISION 6 - STRUCTURES FOR SANITARY SEWERS 19 6010-108-A-0 * MANHOLE, SW -301, 48" EACH 12.00 $ $ 20 6010-108-C-0 DROP CONNECTION EACH 1.00 $ $ 21 6010-108-A-0 * MANHOLE, SW -301, 60" EACH 1.00 $ $ 22 6010-108-H-0 * REMOVE MANHOLE, SANITARY EACH 10.00 $ $ 23 SP # 14 MANHOLE RING AND COVER, FURNISH AND INSTALL EACH 2.00 $ $ SUBTOTAL BASE BID SANITARY SEWER $ DIVISION 4 - SEWERS AND DRAINS - STORM 24 4020-108-A-1 STORM SEWER, TRENCHED, RCP 2000D, 18 INCH LF 336.50 $ $ 25 4020-108-A-1 STORM SEWER, TRENCHED, RCP 2000D, 15 INCH LF 126.70 $ $ 26 4020-108-A-1 * STORM SEWER, TRENCHED, RCP 2000D, 12 INCH LF 1,143.50 $ $ 27 4020-108-C-0 REMOVAL OF STORM SEWER, RCP, LESS THAN OR EQUAL TO 36 INCH LF 815.00 $ $ 28 4040-108-A-0 SUBDRAIN, PERFORATED PVC TYPE S, 6 INCH LF 14,151.00 $ $ 29 4040-108-A-0 SUBDRAIN, PERFORATED PVC TYPE S, 4 INCH LF 283.00 $ $ 30 4040-108-0-0 SUBDRAIN OUTLETS AND CONNECTIONS, CMP, 6 INCH EACH 48.00 $ $ 31 4040-108-E-0 STORM SEWER SERVICE STUB, SOLID WALL PVC TYPE S1, 4 INCH LF 1,232.00 $ $ DIVISION 6 - STRUCTURES FOR STORM SEWERS 32 6010-108-A-0 * MANHOLE, SW -401, 48" EACH 15.00 $ $ 33 6010-108-A-0 * MANHOLE, SW -401, 60" EACH 1.00 $ $ 34 6010-108-A-0 * MANHOLE, SW -402 EACH 3.00 $ $ 35 6010-108-A-0 MANHOLE, SW -406, SHALLOW RECTANGULAR EACH 6.00 $ $ 36 6010-108-B-0 INTAKE, SW -501, SINGLE GRATE EACH 16.00 $ $ FORM OF BID CONRACT NO. 965_ADDENDUM NO. 2 Page 2 of 7 BID ITEM SUDAS SPECIFICATION * SEE SUPPLEMENTAL SP = SPCL PROV DESCRIPTION UNIT EST QTY UNIT BID PRICE TOTAL BID PRICE DIVISION 6 - STRUCTURES FOR STORM SEWERS (CONTINUED) 37 6010-108-B-0 INTAKE, SW -504, SINGLE GRATE W/ FLUSH TOP MANHOLE EACH 1.00 $ $ 38 6010-108-B-0 INTAKE, SW -505, DOUBLE GRATE EACH 5.00 $ $ 39 6010-108-B-0 INTAKE, SW -506, DOUBLE GRATE W/ MANHOLE EACH 1.00 $ $ 40 6010-108-G-0 CONNECTION TO EXISTING INTAKE, DRAIN TILE EACH 29.00 $ $ 41 6010-108-H-0 * REMOVE MANHOLE OR INTAKE, STORM EACH 44.00 $ $ 42 SP # 15 INTAKE, SW -507, REMOVE AND REPLACE SPECIAL SHAPING AND TOP EACH 2.00 $ $ 43 SP # 15 INTAKE, E -1-C, REMOVE AND REPLACE BOXOUT EACH 14.00 $ $ 44 SP # 15 INTAKE, MODIFIED E -1-C, REMOVE AND REPLACE BOXOUT AND TOP EACH 4.00 $ $ 45 SP # 15 INTAKE, E -2-C, REMOVE AND REPLACE BOXOUT EACH 3.00 $ $ 46 SP # 15 INTAKE, E -3-C, REMOVE AND REPLACE BOXOUT EACH 3.00 $ $ 47 SPS 14 FURNISH AND INSTALL SW -603 TYPE R CASTING EACH 4.00 $ $ 48 SP # 14 FURNISH AND INSTALL MANHOLE RING AND COVER EACH 2.00 $ $ SUBTOTAL BASE BID STORM SEWER $ DIVISION 5 - WATER MAINS AND APPURTENANCES 49 5010-108-E-1 WATER SERVICE PIPE, COPPER, 3/4 INCH LF 210.00 $ $ 50 5010-108-E-2 WATER SERVICE CORPORATION, 3/4 INCH EACH 10.00 $ $ 51 5010-108-E-3 * WATER SERVICE CURB STOP, 3/4 INCH EACH 10.00 $ $ 52 5010-108-E-3 * WATER SERVICE CURB BOX; 3/4 INCH EACH 10.00 $ $ 53 5010-108-E-1 WATER SERVICE PIPE, COPPER, 1 INCH LF 46.00 $ $ 54 5010-108-E-2 WATER SERVICE CORPORATION, 1 INCH EACH 1.00 $ $ 55 5010-108-E-3 * WATER SERVICE CURB STOP, 1 INCH EACH 1.00 $ $ 56 5010-108-E-3 * WATER SERVICE CURB BOX, 1 INCH EACH 1.00 $ $ 57 SP # 12 CONVERT WATER VALVE MANHOLE TO ROADBOX EACH 5.00 $ $ 58 SP # 8 WATER SERVICE TAP, 3/4 OR 1 INCH EACH 1.00 $ $ 59 SP # 10 WATER SERVICE KILL EACH 3.00 $ $ 60 SP # 11 LOWER WATER SERVICE, 3/4" OR 1" EACH 2.00 $ $ 61 SP # 13 WATER SERVICE, UNDERGROUND INVESTIGATION EACH 9.00 $ $ 62 SP # 9 INSULATE EXISTING COPPER WATER SERVICE EACH 2.00 $ $ SUBTOTAL BASE BID WATER APPURTENANCES $ DIVISION 7 - STREETS AND RELATED WORK PCC PAVEMENT 63 7040-108-A-0 REMOVE AND REPLACE 3" HMA/6" PCC, C-4 SY 9.00 $ $ 64 7010-108-E-0 CURB AND GUTTER, 24 IN WIDE, 6 IN THICK, C-4, MISCELLANEOUS LF 3.50 $ $ HMA PAVEMENT 65 7020-108-A-0 DRIVEWAY, PAVED, HMA, 4 INCH SY 31.50 $ $ 66 7020-108-B-0 REMOVE/REPLACE HMA, 3.5 INCH SY 20.00 $ $ 67 SP # 17 REMOVE SEAL COAT/REPLACE WITH 2 INCH HMA SY 13.50 $ $ FORM OF BID CONTRACT NO. 965 Page 3 of 7 BID ITEM SUDAS SPECIFICATION * SEE SUPPLEMENTAL SP = SPCL PROV DESCRIPTION UNIT EST QTY UNIT BID PRICE TOTAL BID PRICE SIDEWALKS, SHARED USE PATHS AND DRIVEWAYS 68 7030-108-A-0 REMOVAL OF SIDEWALK AND DRIVEWAY SY 1,945.00 $ $ 69 7030-108-A-0 REMOVAL OF SIDEWALK, MISCELLANEOUS SY 172.70 $ $ 70 7030-108-E-0 SIDEWALK, PCC C-4, 4 INCH, C-4 SY 248.00 $ $ 71 7030-108-E-0 SIDEWALK, PCC C-4, 6 INCH PEDESTIAN RAMP, C-4 SY 163.90 $ $ 72 7030-108-G-0 DETECTABLE WARNING SF 282.00 $ $ 73 7030-108-H-1 DRIVEWAY AND SIDEWALK, PAVED, PCC, 6 INCH, C-4 SY 217.50 $ $ 74 7030-108-H-1 DRIVEWAY AND SIDEWALK, PAVED, PCC, 5 INCH, C-4 SY 1,446.80 $ $ 75 7030-108-H-2 DRIVEWAY, GRANULAR TON 33.20 $ $ PAVEMENT REHABILITATION 76 7040-108-H-0 * PAVEMENT REMOVAL, CONCRETE PAVEMENT REMOVAL, ASPHALT SY SY 21,260.90 7,481.60 $ $ $ $ 77 7040-108-H-0 * SUBTOTAL STREETS AND RELATED WORK $ DIVISION 8 - PAVEMENT MARKINGS AND TRAFFIC CONTROL PAVEMENT MARKINGS 78 8020-108-B-0 PAINTED PAVEMENT MARKINGS, SOLVENTiWATERBOURNE STA 2.48 $ $ TEMPORARY TRAFFIC CONTROL 79 8030-108-A-0 TEMPORARY TRAFFIC CONTROL LS 1.00 $ $ 80 8030-2.02 DIRECTIONAL SIGNS, PER DETAILS EACH 8.00 $ $ SUBTOTAL PAVEMENT MARKING AND TRAFFIC CONTROL $ DIVISION 9 - SITE WORK AND LANDSCAPING SEEDING 81 9010-108-B-0 * HYDRAULIC SEEDING, SEEDING, FERTILIZING AND MULCHING SY 8,927.00 $ $ 82 9010-108-E-0 * WARRANTY SY 1,000.00 $ $ EROSION AND SEDIMENT CONTROL 83 9040-108-E-0 TEMPORARY RECP, WOOD EXCELSIOR MAT SY 200.00 $ $ 84 9040-108-F-1 WATTLE, STRAW, 6 INCH LF 1,000.00 $ $ 85 9040-108-F-2 WATTLE, REMOVAL LF EACH 1,000.00 49.00 $ $ $ $ 86 9040-108-T-1 INLET PROTECTION DEVICE, INTERMEDIATE AND DROP IN 87 9040-108-T-2 * INLET PROTECTION DEVICE, MAINTENANCE EACH 49.00 $ $ CONCRETE STEPS, HANDRAILS AND SAFETY RAIL 88 9080-108-A-0 CONCRETE STEPS, CAST IN PLACE SF 38.90 $ $ SUBTOTAL SITE WORK AND LANDSCAPING $ DIVISION 11 -MISCELLANEOUS CONSTRUCTION SURVEY 89 11010-108-A CONSTRUCTION SURVEY LS 1.00 $ $ 90 7040-3.02-A SAW CUT LF 1228.40 $ $ SUBTOTAL MISCELLANEOUS $ TOTAL SASE BID $ FORM OF BID CONTRACT NO. 965 Page 4 of 7 BID ITEM SUDAS SPECIFICATION * SEE SUPPLEMENTAL SP = SPCL PROV DESCRIPTION UNIT EST QTY UNIT BID PRICE TOTAL BID PRICE DIVISION 7 - STREETS AND RELATED WORK ALTERNATE A - HMA 1A 7020-108-B-0 * PAVEMENT, HMA 1.5", STANDARD TRAFFIC(ST) SURFACE, 1/2" MIX, PG 58-28S, 75% CR., NO FRICTION REQD. SY 24,163.00 $ $ 2A 7020-108-B-0 * PAVEMENT, HMA, 1.5", STANDARD TRAFFIC(ST) INTERMEDIATE, 1/2" MIX, PG 58- 28S, 60% CR. SY 7,058.50 $ $ 3A 7020-108-B-0 * PAVEMENT, HMA, 3", STANDARD TRAFFIC(ST) INTERMEDIATE, 1/2" MIX, PG 58-28S, 60% CR. SY 17,104.50 $ $ 4A 7020-108-B-0 PAVEMENT, HMA, 3", STANDARD TRAFFIC(ST) BASE, 3/4" MIX, PG 58-28S, 60% CR. SY 24,163.00 $ $ 5A 7010-108-E-0 CURB AND GUTTER, 24 IN WIDE, 6 IN THICK, C- SUD LF 5,134.60 $ $ 6A 7010-108-E-0 CURB AND GUTTER, 24 IN WIDE, 7.5 IN THICK, C-SUD LF 8,893.00 $ $ 7A 7020-108-H-0 HMA PAVEMENT SAMPLES AND TESTING LS 1.00 $ $ 8A 2010-108-E-0 * EXCAVATION, CLASS 10 CY _ 9,008,50 $ $ 9A 11,050-108-A-0 CONCRETE WASHOUT LS 1.00 $ $ 10A 7010-3.04 COLD WEATHER CONCRETE PROTECTION SY 2,478.00 $ $ 11A 7010,3.02, J * LINSEED OIL TREATMENT SY 1,672.00 $ $ SUBTOTAL ALTERNATE A $ ALTERNATE B - PCC 1B 7010-108-A-0 PAVEMENT, PCC, 6 INCH, C-SUD SY 8,203.50 $ NO BID $ N/A 2B 7010-108-A-0 PAVEMENT, PCC, 8 INCH, C-SUD SY 19,053.90 $ NO BID $ N/A 3B 7020-108-H-0 PCC PAVEMENT SAMPLES AND TESTING LS 1.00 $ NO BID $ N/A 4B 2010-108-E-0 * EXCAVATION, CLASS 10 CY 9,252.50 $ NO BID $ N/A 5B 11,050-108-A-0 CONCRETE WASHOUT LS 1.00 $ NO BID $ N/A 6B 7010-3.04 COLD WEATHER CONCRETE PROTECTION SY 15,159.00 $ NO BID $ N/A 7B 7010,3.02, J * LINSEED OIL TREATMENT SY 14,358.00 $ NO BID $ N/A SUBTOTAL ALTERNATE B $ NO BID TOTAL BASE BID + ALTERNATE A $ 3 ‘/0 o g; W8 TOTAL AL BASE BID + ALTERNA �-E B $ 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 FORM OF BID CONTRACT NO. 965 Page 5 of 7 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. 9. The bidder has received the following Addendum or Addenda: Addendum No. / Date 03/0//9 d B/.Z 5/J, 10. The bidder shall list the MBE/VVBE subcontractor(s), amount of subcontracts and bid items on the City of Waterloo Minority and/or Women Business Pre-bid Contact Information Form submitted with this Form of Bid or Proposal. The apparent low Bidder shall submit a list of all other Subcontractor(s) to be used on this Project to the City of Waterloo by 5:00 p.m. the business day following the day Bids on this Project are due along with the Non -Collusion Affidavits of All Subcontractor(s). The Contractor shall submit information on subcontractors on "SUBCONTRACTOR REQUEST AND APPROVAL" Form to be provided by City prior to approval of contract. The subcontractors listed on this proposal and/or submitted to the Contract Compliance Officer cannot be changed except for the following reasons: 1) The City of Waterloo does not approve the subcontractors. 2) The subcontractors submit in writing that they cannot fulfill their subcontracts. 11. The bidder has filled in all blanks on this proposal. Those blanks not applicable are marked "none" or "NA". 12. The bidder has attached all applicable forms. 13. The Owner reserves the right to select alternates, delete line items, and/or to reduce quantities prior to the award of a contract due to budgetary limitations. FORM OF BID CONTRACT NO. 965 Page 6 of 7 ASPRO, INC. MARCH 28, 2019 (Name of Bidder) (Date) Official Address: (Including Zip Code): 3613 TEXAS ST.; PO BOX 2620 Title PRESIDENT WATERLOO, IA 50704 I.R.S. No. 42-1011512 FORM OF BID CONTRACT NO. 965 Page 7 of 7 FY 2019 STREET RECONSTRUCTION PROGRAM CONTRACT 965 BID ITEM SUDAS SPECIFICATION * SEE SUPPLEMENTAL DESCRIPTION TOTAL UNIT TOTAL SP = SPCL PROV UNIT EST QTY BID PRICE BID PRICE DIVISION 2 - EARTHWORK 1 2010-108-D * TOPSOIL, 4 INCHES, ON OR OFF SITE SY 6,599.00 510.30 $67,969.70 2 2010-108-H * SUBGRADE TREATMENT, WOVEN GEOTEXTILE 5Y 26,753.00 $4.50 5120,388.50 3 2010-108-1 * SUBBASE, MODIFIED TON 21,885.00 $24.75 5541,653.75 4 2010-108-A CLEARING AND GRUBBING UNITS 54.00 5100.00 $5,400.00 5 SP 81 TOPSOIL REMOVAL FROM PARKING, EARTHWORK 5Y 2,287.30 $11.50 526,303.95 6 SP 82 SPECIAL SUBGRADE MATERIAL CY 100.00 $50.00 $5,000.00 SUBTOTAL BASE BID EARTHWORK $766,715.90 DIVISION 4 - SEWERS AND DRAINS - SANITARY 7 4010-108-A-1 * SANITARY SEWER GRAVITY MAIN, TRENCHED, PVC, 18 INCH IF 32.00 $249.50 $7,984.00 8 4010-108-A-1 * SANITARY SEWER GRAVITY MAIN, TRENCHED, TRUSS, 15 INCH LF 7000 5140.00 $9,800.00 9 4010-108-A-1 * SANITARY SEWER GRAVITY MAIN, TRENCHED, TRUSS, 12 INCH IF 106.50 $125.85 $13,403.03 10 4010-108-A-1 * SANITARY SEWER GRAVITY MAIN, TRENCHED, TRUSS, 10INCH LF 635.50 $87.00 555,288.50 11 4010-108-A-1 * SANITARY SEWER GRAVITY MAIN, TRENCHED, TRUSS, 8 INCH LF 1,618.50 $73.80 5119,445.30 12 4010-108-E-0 * SANITARY SEWER SERVICE STUB/RENEW, SDR 23.5, 6 INCH LF 1,272.00 $52.00 566,144.00 13 4010-108-K-2 SANITARY SEWER ABANDONMENT, FILL AND PWG, 8 INCH LF 916.00 518.00 $16,488.00 14 4010-108-K-2 SANITARY SEWER ABANDONMENT, FILL AND PLUG, 12 INCH LF 65,00 $28.00 51,820.00 15 4010-108-K-2 SANITARY SEWER ABANDONMENT, FILL AND PLUG, 15 INCH LF 327.00 530.00 59,810.00 16 5P q 6 SANITARY SEWER SERVICE, TRACE EACH 18.00 $300.00 $5,400.00 17 5P 85 SANITARY SEWER SERVICE, DYE TEST INVESTIGATION EACH 8.00 $100.00 $800.00 18 5P 84 SANITARY SEWER SERVICE, UNDERGROUND INVESTIGATION EACH 3.00 51,000.00 $3,000.00 DIVISION 6 - STRUCTURES FOR SANITARY SEWERS 19 6010-108-A-0 * MANHOLE, SW -301, 48" EACH 12.00 $5,190.00 562,280.00 20 6010-108-C-0 DROP CONNECTION EACH 1.00 53,500.00 $3,500.00 21 6010-108-A-0 * MANHOLE, SW -301, 60" EACH 1.00 $7,500.00 $7,500.00 22 6010-108-H-0 * REMOVE MANHOLE, SANITARY EACH 10.00 $700.00 $7,000.00 23 SP 814 MANHOLE RING AND COVER, FURNISH AND INSTALL EACH 2.00 51,000.00 $2,000.00 SUBTOTAL BASE BID SANITARY SEWER 5391,662.83 DIVISION 4 - SEWERS AND DRAINS - STORM 24 4020-108-A-1 * STORM SEWER, TRENCHED, RCP 2000D, 18 INCH LF 336.50 565.00 521,872.50 25 4020-108-A-1 * STORM SEWER, TRENCHED, RCP 2000D, 15 INCH LF 126.70 560.00 $7,602.00 26 4020-108-A-1 * STORM SEWER, TRENCHED, RCP 20000, 12 INCH LF 1,143.50 $55.00 562,892.50 27 4020-108-C-0 * REMOVAL OF STORM SEWER, RCP, LESS THAN OR EQUAL TO 36 INCH LF 815.00 $18.00 $14,670.00 28 4040-108-A-0 SUBDRAIN, TYPE SP, 6 INCH LF 14,151.00 $1050 5148,585.50 29 4040-108-A-0 SUBDRAIN, TYPE SP, 4 INCH LF 283.00 510.25 $2,900.75 30 4040-108-D-0 SUBDRAIN OUTLETS AND CONNECTIONS, CMP, 6 INCH EACH 48.00 $350.00 516,800.00 31 4040-108-E-0 STORM SEWER SERVICE STUB, TYPE 5,4 INCH LF 1,232.00 512.00 $14,784.00 BID ITEM SUDAS SPECIFICATION * SEE SUPPLEMENTAL DESCRIPTION TOTAL UNIT TOTAL SP = SPCL PROV UNIT EST QTY BID PRICE BID PRICE DIVISION 6 - STRUCTURES FOR STORM SEWERS 32 6010-108-A-0 * MANHOLE, SW-401, 48" EACH 15.00 $4,600.00 $69,000.00 33 6010-108-A-0 * MANHOLE, SW-401, 60" EACH 1.00 $6,700.00 $6,700.00 34 6010-108-A-0 * MANHOLE, SW-402 EACH 3.00 $5,400.00 $16,200.00 35 6010-108-A-0 MANHOLE, SW-406, SHALLOW RECTANGULAR EACH 6.00 $5,700.00 $34,200.00 36 6010-108-B-0 INTAKE, SW-501, SINGLE GRATE EACH 16.00 $4,900.00 $78,400.00 37 6010-108-B-0 INTAKE, SW-504, SINGLE GRATE W/ FLUSH TOP MANHOLE EACH 1.00 $7,700.00 $7,700.00 38 6010-108-13-0 INTAKE, SW-505, DOUBLE GRATE EACH 5.00 $6,000.00 $30,000.00 39 6010-108-B-0 INTAKE, SW-506, DOUBLE GRATE W/ MANHOLE EACH 1.00 $8,500.00 $8,500.00 40 6010-108-G-0 CONNECTION TO EXISTING INTAKE, DRAIN TILE EACH 29.00 $650.00 $18,850.00 41 6010-108-H-0 * REMOVE MANHOLE OR INTAKE, STORM EACH 44.00 $600.00 $26,400.00 42 SP#15 INTAKE, SW-507, REMOVE AND REPLACE SPECIAL SHAPING AND TOP EACH 2.00 $3,000.00 $6,000.00 43 SP # 15 INTAKE, E-1-C, REMOVE AND REPLACE BOXOUT EACH 14.00 $1,400.00 $19,600.00 44 SP#15 INTAKE, MODIFIED E-1-C, REMOVE AND REPLACE BOXOUT AND TOP EACH 4.00 $2,600.00 $10,400.00 45 5P # 15 INTAKE, E-2-C, REMOVE AND REPLACE BOXOUT EACH 3.00 $1,800.00 $5,400.00 46 SP it 15 INTAKE, E-3-C, REMOVE AND REPLACE BOXOUT EACH 3.00 $2,700.00 $8,100.00 47 SP#14 FURNISH AND INSTALL SW-603 TYPE R CASTING EACH 4.00 $1,800.00 $7,200.00 48 SP # 14 FURNISH AND INSTALL MANHOLE RING AND COVER EACH 2.00 $1,000.00 $2,000.00 SUBTOTAL BASE BID STORM SEWER $644,757.25 DIVISION 5 - WATER MAINS AND APPURTENANCES 49 5010-108-E-1 WATER SERVICE PIPE, COPPER, 3/4 INCH LF 210.00 $52.00 $10,920.00 50 5010-108-E-2 WATER SERVICE CORPORATION, 3/4 INCH EACH 10.00 $175.00 $1,750.00 51 5010-108-E-3 * WATER SERVICE CURB STOP, 3/4 INCH EACH 10.00 $175.00 $1,750.00 52 5010-108-E-3 * WATER SERVICE CURB BOX, 3/4 INCH EACH 10.00 $80.00 $800.00 53 5010-108-E-1 WATER SERVICE PIPE, COPPER, 1 INCH LF 46.00 $46.00 $2,116.00 54 5010-108-E-2 WATER SERVICE CORPORATION, 1 INCH EACH 1.00 $200.00 $200.00 55 5010-108-E-3 * WATER SERVICE CURB STOP, 1 INCH EACH 1.00 $200.00 $200.00 56 5010-108-E-3 * WATER SERVICE CURB BOX, 1 INCH EACH 1.00 $200.00 $200.00 57 SP # 12 CONVERT WATER VALVE MANHOLE TO ROADBOX EACH 5.00 $600.00 $3,000.00 58 SP # 8 WATER SERVICE TAP, 3/4 OR 1 INCH EACH 1.00 $375.00 $375.00 59 SP # 10 WATER SERVICE KILL EACH 3.00 $400.00 $1,200.00 60 SP # 11 LOWER WATER SERVICE, 3/4" OR 1" EACH 2.00 $1,000.00 $2,000.00 61 SP # 13 WATER SERVICE, UNDERGROUND INVESTIGATION EACH 9.00 $400.00 $3,600.00 62 SP # 9 INSULATE EXISTING COPPER WATER SERVICE EACH 2.00 $300.00 $600.00 SUBTOTAL BASE BID WATER APPURTENANCES $28,711.00 BID ITEM SUDAS SPECIFICATION * SEE SUPPLEMENTAL DESCRIPTION TOTAL UNIT TOTAL SP= SPCL PROV UNIT EST QTY BID PRICE BID PRICE DIVISION 7 - STREETS AND RELATED WORK PCC PAVEMENT 63 7040-108-A-0 REMOVE AND REPLACE 3" HMA/6" PCC, C-4 SY 9.00 $187.50 $1,687.50 64 7010-108-E-0 CURB AND GUTTER, 24 IN WIDE, 6 IN THICK, C-4, MISCELLANEOUS LF 3.50 $50.00 $175.00 HMA PAVEMENT 65 7020-108-A-0 DRIVEWAY, PAVED, HMA, 4 INCH SY 31.50 $75.00 $2,362.50 66 7020-108-B-0 REMOVE/REPLACE HMA, 3.5 INCH SY 20.00 $80.00 $1,600.00 67 SP H 17 REMOVE SEAL COAT/REPLACE WITH 2 INCH HMA SY 13.50 $65.00 $877.50 SIDEWALKS, SHARED USE PATHS AND DRIVEWAYS 68 7030-108-A-0 REMOVAL OF SIDEWALK AND DRIVEWAY SY 1,945.00 $4.80 $9,336.00 69 7030-108-A-0 REMOVAL OF SIDEWALK, MISCELLANEOUS SY 172.70 $15.00 $2,590.50 70 7030-108-E-0 SIDEWALK, PCC C-4, 4 INCH, C-4 5Y 248.00 $45.50 $11,284.00 71 7030-108-E-0 SIDEWALK, PCC C-4, 6 INCH PEDESTIAN RAMP, C-4 SY 163.90 $48.00 $7,867.20 72 7030-108-G-0 DETECTABLE WARNING SF 282.00 $40.35 $11,378.70 73 7030-108-8-1 DRIVEWAY AND SIDEWALK, PAVED, PCC, 6 INCH, C-4 SY 217.50 $47.75 $10,385.63 74 7030-108-H-1 DRIVEWAY AND SIDEWALK, PAVED, PCC, 5 INCH, C-4 SY 1,446.80 $47.25 $68,361.30 75 7030-108-8-2 DRIVEWAY, GRANULAR TON 33.20 $75.00 $2,490.00 PAVEMENT REHABILITATION 76 7040-108-11-0 * PAVEMENT REMOVAL, CONCRETE 5Y 21,260.90 $4.80 $102,052.32 77 7040-108-H-0 * PAVEMENT REMOVAL, ASPHALT 5Y 7,481.60 $4.80 $35,911.68 SUBTOTAL BASE BID - STREETS AND RELATED WORK $268,359.83 DIVISION 8 - PAVEMENT MARKINGS AND TRAFFIC CONTROL PAVEMENT MARKINGS 78 8020-108-B-0 PAINTED PAVEMENT MARKINGS, SOLVENT/WATERBOURNE STA 2.48 $65.00 $161.20 TEMPORARY TRAFFIC CONTROL 79 8030-108-A-0 TEMPORARY TRAFFIC CONTROL LS 1.00 $29,500.00 $29,500.00 80 8030-2.02 DIRECTIONAL SIGNS, PER DETAILS EACH 8.00 $125,00 $1,000.00 SUBTOTAL BASE BID - PAVEMENT MARKING AND TRARFIC CONTROL $30,661.20 DIVISION 9 - SITE WORK AND LANDSCAPING SEEDING 81 9010-108-B-0 * HYDRAULIC SEEDING, SEEDING, FERTILIZING AND MULCHING SY 8,927.00 $3.25 $29,012.75 82 9010-108-E-0 * WARRANTY SY 1,000.00 $3.25 $3,250.00 EROSION AND SEDIMENT CONTROL 83 9040-108-E-0 TEMPORARY RECP, WOOD EXCELSIOR MAT SY 200.00 $5.70 $1,140.00 84 9040-108-F-1 WATTLE, STRAW, 6 INCH LF 1,000.00 $7.50 $7,500.00 85 9040-108-F-2 WATTLE, REMOVAL LF 1,000.00 $1.00 $1,000.00 86 9040-108-T-1 * INLET PROTECTION DEVICE, INTERMEDIATE AND DROP IN EACH 49.00 $485.00 $23,765.00 87 9040-108-T-2 * INLET PROTECTION DEVICE, MAINTENANCE EACH 49.00 $100.00 $4,900.00 CONCRETE STEPS, HANDRAILS AND SAFETY RAIL 88 9080-108-A-0 CONCRETE STEPS, CAST IN PLACE 5F 38.90 $160.00 $6,224.00 SUBTOTAL BASE BID - SITE WORK AND LANDSCAPING $76,791.75 BID ITEM SUDAS SPECIFICATION * SEE SUPPLEMENTAL DESCRIPTION TOTAL UNIT TOTAL SP = SPCL PROV UNIT EST QTY BID PRICE BID PRICE DIVISION 11 - MISCELLANEOUS CONSTRUCTION SURVEY 89 11010-108-A CONSTRUCTION SURVEY LS 1.00 $36,000.00 $36,000.00 90 7040-3.02-A SAW CUT LF 1,228.40 $6.75 $8,291.70 SUBTOTAL BASE BID - MISCELLANEOUS $44,291.70 TOTAL BASE BID $2,251,951.45 DIVISION 7 - STREETS AND RELATED WORK ALTERNATE A - HMA 1A 7020-108-B-0 * PAVEMENT, HMA 1.5", STANDARD TRAFFIC(ST) SURFACE, 1/2" MIX, PG 58- 28S, 75% CR., NO FRICTION REQD. SY 24,163.00 $9.50 $229,548.50 2A 7020-108-B-0 * PAVEMENT, HMA, 1.5", STANDARD TRAFFIC(ST) INTERMEDIATE, 1/2" MIX, PG 58-28S, 60% CR. SY 7,058.50 $9.25 $65,291.13 3A 7020-108-8-0 * PAVEMENT, HMA, 3", STANDARD TRAFFIC(ST) INTERMEDIATE, 1/2" MIX, PG 58-28S, 60% CR. SY 17,104.50 $17.80 $304,460.10 4A 7020-108-B-0 * PAVEMENT, HMA, 3", STANDARD TRAFFIC(ST) BASE, 3/4" MIX, PG 58-28S, 60% CR. SY 24,163.00 $16.80 $405,938.40 5A 7010-108-E-0 CURB AND GUTTER, 24 IN WIDE, 6 IN THICK, C-SUD LF 5,134.60 $16.00 $82,153.60 6A 7010-108-E-0 CURB AND GUTTER, 24 IN WIDE, 7.5 IN THICK, C-SUD LF 8,893.00 $17.25 $153,404.25 7A 7020-108-H-0 HMA PAVEMENT SAMPLES AND TESTING LS 1.00 $5,000.00 $5,000.00 8A 2010-108-E-0 * EXCAVATION, CLASS 10 CY 9,008.50 $12.50 $112,606.25 9A 11,050-108-A-0 CONCRETE WASHOUT LS 1.00 $4,000.00 $4,000.00 10A 7010-3.04 COLD WEATHER CONCRETE PROTECTION SY 2,478.00 $6.00 $14,868.00 11A 7010,3.02,1 * LINSEED OIL TREATMENT SY 1,672.00 $6.50 $10,868.00 SUBTOTAL ALTERNATE A $1,388,138.23 ALTERNATE B - PCC 16 7010-108-A-0 PAVEMENT, PCC, 6 INCH, C-SUD SY 8,203.50 No Bid No Bid 26 7010-108-A-0 PAVEMENT, PCC, 8 INCH, C-SUD SY 19,053.90 No Bid No Bid 38 7020-108-H-0 PCC PAVEMENT SAMPLES AND TESTING LS 1.00 No Bid No Bid 4B 2010-108-E-0 * EXCAVATION, CLASS 10 CY 9,252.50 No Bid No Bid 58 11,050-108-A-0 CONCRETE WASHOUT LS 1.00 No Bid No Bid 6B 7010-3.04 COLD WEATHER CONCRETE PROTECTION SY 15,159.00 No Bid No Bid 7B 7010,3.02, J * LINSEED OIL TREATMENT SY 14,358.00 No Bid No Bid SUBTOTAL ALTERNATE B No Bid TOTAL BASE BID + ALTERNATE A $3,640,089.68 TOTAL BASE BID + ALTERNATE B No Bid Aspro, Inc. 03/28/19 NAME OF BIDDE' DATE / BY: f P� TITLE: President OFFICIAL ADDRESS (INC d DING ZIP CODE) 3613 Texas St. PO Box 2620 Waterloo, Iowa 50704 I.R.S. N0. 42-1011512 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 rtnner, Officer, ) , 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) .1717 PRESIDENT Title MA Subscribed and sworn to before me this 28 day of 2019 _. Lvha Sc� r OFFICE MANAGER Title -1 -ig-31 -��a1 My commission expires 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 0 No ®Yes 0 No ® Yes ❑ 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 rnore 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 PRESENT / Address' 3613 TEXAS ST. City, State, Zip: WATERLOO, IA 50702 Dates: / / to / / Address' Dates: / / to / City, State, Zip: / Address. You may attach additional sheet(s) if needed. City, State, Zip. Part C To be completed by non-resident bidders 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? 0 Yes ❑ No 3. If you answered "Yes" to question 2, identify each preference offered by your company's home state or foreign country and the appropriate legal citation. You may attach additional sheet(s) if needed. To be completed by all bidders Part D 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: /egs Date: 03/28/19 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) Prime Contractor Name: ASPRO, INC. MBENVBE BUSINESS ENTERPRISE PRE-BID CONTACT INFORMATION FORM Project: 965 PG 1 OF 2 Letting Date: MARCH 28, 2019 NO MBE/WBE SUBCONTRACTORS: If you are NOT using any. MBENVBE subcontractors to complete this project, sign below. Attach a brief explanation as to why subcontracting was not feasible•with this project. If any MBE/WBE subcontractors will be used, please use the bottom portion of this form. Contractor Signature: N/A Title: N/A Date: N/A SUBCONTRACTORS APPLICABLE: You are required,. in orderfor your bid to be considered responsive; .to provide the information on this form. showing ALL of your MBE/WBE subcontractorcontacts made foryour bid submission. This information is subject to verification..Any questions should be directed to Contract Compliance Office 3.19-291-4429. You are required, in order for your bid to be considered responsive, to provide the information.on this Form showing your MBENVBE Business Enterprise contacts made prior to your bid submission. This information is subject to verifications and confirmation: If you are unable to identify.MBE1WBE firms to perform portions of the work, please contact Rudy. Jones, Contract Compliance Officer, for assistance at (319) 291-4429. In the event it is determined that the MBENVBE Business Enterprise goals are not met, then .before awarding the contractthe City of Waterloo will make a determination as to, whether or not theapparent successful low bidder madegood faith efforts to meet the goals.. TABLE OF INFORMATION SHOWING BIDDER'S PRE-BID MBENVBE BUSINESS ENTERPRISECONTACTS Quotes Received Quotation used in bid MBE/WBE .. Subcontractors Dates . Contacted Yes/No Dates Contacted. Yes/No Dollar Amount Proposed. to be Subcontracted DANIELS HOME IMPROVEMENT 03/12/19 /IS a0 0 / 470 D.C. CORPORATION .. 03/12/19 YE -I 0 )/I',/ l 9 yE' S /37 79 0, D a GREER'S WORKS 03/12/19 OLD GREER'S WORKS 03/12/19 QUICK CONSTRUCTION 03/12/19 , /1.5 P34/1/ 9 /10 (Form CCO-4) Rev. 06-20-02 Prime Contractor Name: ASPRO, INC. MBE/WBE BUSINESS ENTERPRISE PRE-BID CONTACT INFORMATION FORM Project: 965 PG 2 OF 2 Letting Date: MARCH 28, 2019 NO MBE1WBE SUBCONTRACTORS: If you are NOT using any MBE/WBE subcontractors to complete this project, sign below. Attach a brief explanation as to why subcontracting was not feasible with this project. If any MBENVBE subcontractors will be used, please use the bottom portion of this form. Contractor Signature: N/A Title: N/A Date: N/A SUBCONTRACTORS APPLICABLE: You are required, in order for your bid to be considered responsive, to provide the information on this form showing ALL of your MBE/WBE subcontractor contacts made for your bid submission. This information is subject to verification.. Any questions should be directed to Contract Compliance Office 319-291-4429. You are required, in order for your bid to be considered responsive, to provide the information on this Form showing your MBE/WBE Business Enterprise contacts made prior to your bid submission. This information is subject to verifications and confirmation. If you are unable to identify MBEIWBE firms to perform portions of the work, please contact Rudy Jones, Contract Compliance Officer, for assistance at (319) 291-4429. In the event it is determined that the MBE/WBE Business Enterprise goals are not met, then before awarding the contract the City of Waterloo will make a determination as to whether or not the apparent successful low bidder made good faith efforts to meet the goals. TABLE OF INFORMATION SHOWING BIDDER'S PRE-BID MBE/WBE BUSINESS ENTERPRISE CONTACTS Quotes Received Quotation used in bid NDBE/WBE Subcontractors Dates Contacted Yes/No Dates Contacted Yes/No Dollar Amount Proposed to be Subcontracted WATCO CONSTRUCTION 03/12/19 Yes o3/p/ / >Fj y77 8 V 00 (Form CCO-4) Rev. 06-20-02 A/1A=A SI3RPhone(319)232-6537 Texas Street • P.O. Box 2620 • Waterloo, Iowa 50704 Fax: (319) 232-6539 F.Y. 2019 STREET RECONSTRUCTION PROGRAM CONTRACT NO. 965 WATERLOO, IOWA PER HOUR SURVEY RATES STAFF PROFESSIONAL $135.00/HOUR PARTY CHIEF $ 110.00/HOUR TWO -PERSON CREW $145.00/HOUR THREE-PERSON CREW $165.00/HOUR Phone (319) 232-6537 3613 Texas Street a P.O. Box 2620 0 Waterloo, Iowa 50704 Fax: (319) 232-6539 March 13, 2019 DANIELS HOME IMPROVEMENT 3358 BRISTOL RD WATERLOO, IA 50701 RE: F.Y. 2019 STREET RECONSTRUCTION PROGRAM CONTRACT NO. 965, WATERLOO, IOWA To Whom It May Concern: We will be accepting subcontractor quotes in writing at 3613 Texas Street on the above referenced project until 4:00 PM, CST, on Wednesday, March 27, 2019. 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/jr Enc: Phone (319) 232-6537 3613 Texas Street = P.O. Box 2620 0 Waterloo, Iowa 50704 Fax: (319) 232-6539 SUBCONTRACTOR'S BID REQUEST FORM DANIELS HOME IMPROVEMENT 3358 BRISTOL RD WATERLOO, IA 50701 RE: CONTRACT NO. 965, WATERLOO, IOWA I, DANIELS HOME IMPROVEMENT, hereby attest that I have been solicited for a bid on F.Y. 2019 STREET RECONSTRUCTION PROGRAM in the area of the attached. Aspro, Inc. has informed me that if I am interested in bidding, a subcontracting bid proposal must be submitted to the company office by March 27, 2019 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. DC CORPORATION 426 BEECH ST WATERLOO, IA 50703 Phone (319) 232-6537 3613 Texas Street o P.O. Box 2620 0 Waterloo, Iowa 50704 Fax: (319) 232-6539 March 13, 2019 RE: F.Y. 2019 STREET RECONSTRUCTION PROGRAM CONTRACT NO. 965, WATERLOO, IOWA To Whom It May Concern: We will be accepting subcontractor quotes in writing at 3613 Texas Street on the above referenced project until 4:00 PM, CST, on Wednesday, March 27, 2019. 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 5. Dakovich MD/jr Enc: DC CORPORATION 426 BEECH ST WATERLOO, IA 50703 Phone (319) 232-6537 3613 Texas Street 0 P.O. Box 2620 0 Waterloo, Iowa 50704 Fax: (319) 232-6539 SUBCONTRACTOR'S BID REQUEST FORM RE: CONTRACT NO. 965, WATERLOO, IOWA I, DC CORPORATION, hereby attest that I have been solicited for a bid on F.Y. 2019 STREET RECONSTRUCTION PROGRAM in the area of the attached. Aspro, Inc. has informed me that if I am interested in bidding, a subcontracting bid proposal must be submitted to the company office by March 27, 2019 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. GREER'S WORKS 2003 PLAINVIEW WATERLOO, IA 50703 Phone (319) 232-6537 3613 Texas Street o P.O. Box 2620 0 Waterloo, Iowa 50704 Fax: (319) 232-6539 March 13, 2019 RE: F.Y. 2019 STREET RECONSTRUCTION PROGRAM CONTRACT NO. 965, WATERLOO, IOWA To Whom It May Concern: We will be acceptingsubcontractor quotes in writing at 3613 Texas Street on the above referenced project until 4:00 PM, CST, on Wednesday, March 27, 2019. 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 firrrrish 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 wilt not be discriminated against due to race, religion, color, sex or origin. Equal Opportunity Employer. Sincerely, Milton J. Dakovich MD/jr Enc: 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. 965, WATERLOO, IOWA I, GREER'S WORKS, hereby attest that I have been solicited for a bid on F.Y. RECONSTRUCTION PROGRAM in the area of the attached. Aspro, Inc. has informed me that if I am interested in bidding, a subcontracting submitted to the company office by March 27, 2019 at 4:00 PM, CST. 2019 STREET bid proposal must be 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. Phone (319) 232-6537 3613 Texas Street o P.O. Box 2620 0 Waterloo, Iowa 50704 Fax: (319) 232-6539 March 13, 2019 OLD GREER'S WORKS 2309 SPRINGVIEW ST WATERLOO, IA 50707 RE: F.Y. 2019 STREET RECONSTRUCTION PROGRAM CONTRACT NO. 965, WATERLOO, IOWA To Whom If May Conce We will be accepting subcontractor quotes in writing at 3613 Texas Street on the above referenced project until 4:00 PM, CST, on Wednesday, March 27, 2019. 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/jr Enc: OLD GREER'S WORKS 2309 SPRINGVIEW ST WATERLOO, IA 50707 Phone (319) 232-6537 3613 Texas Street o P.O. Box 2620 0 Waterloo, Iowa 50704 Fax: (319) 232-6539 SUBCONTRACTOR'S BID REQUEST FORM RE: CONTRACT NO. 965, WATERLOO, IOWA I, OLD GREER'S WORKS, hereby attest that I have been solicited for a bid on F.Y. 2019 STREET RECONSTRUCTION PROGRAM in the area of the attached. Aspro, Inc. has informed me that if I am interested in bidding, a subcontracting bid proposal must be submitted to the company office by March 27, 2019 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. Phone (319) 232-6537 3613 Texas Street ' P.O. Box 2620 0 Waterloo, Iowa 50704 Fax: (319) 232-6539 March 13, 2019 QUICK CONSTRUCTION 217 BATES ST WATERLOO, IA 50703 RE: F.Y. 2019 STREET RECONSTRUCTION PROGRAM CONTRACT NO. 965, WATERLOO, IOWA To Whom It May Concern: We will be accepting subcontractor quotes in writing at 3613 Texas Street on the above referenced project until 4:00 PM, CST, on Wednesday, March 27, 2019. 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/jr Enc: Phone (319) 232-6537 3613 Texas Street o P.O. Box 2620 o Waterloo, Iowa 50704 Fax: (319) 232-6539 SUBCONTRACTOR'S BID REQUEST FORM QUICK CONSTRUCTION 217 BATES ST WATERLOO, IA 50703 RE: CONTRACT NO. 965, WATERLOO, IOWA I, QUICK CONSTRUCTION, hereby attest that I have been solicited for a bid on F.Y. 2019 STREET RECONSTRUCTION PROGRAM in the area of the attached. Aspro, Inc. has informed me that if I am interested in bidding, a subcontracting bid proposal must be submitted to the company office by March 27, 2019 at 4:00 PM, CST. DATE SUBCONTRACTOR'S COMPANY NAME SUBCONTRACTOR'S SIGNATURE PRIME BIDDER'S SIGNATURE * Return the original Subcontractor's Bid Request Fonn with the prime Bidder's total bid. Phone (319) 232-6537 3613 Texas Street U P.O. Box 2620 0 Waterloo, Iowa 50704 Fax: (319) 232-6539 March 13, 2019 WATCO CONSTRUCTION CO POBOX 904 WATERLOO, IA 50704 RE: F.Y. 2019 STREET RECONSTRUCTION PROGRAM CONTRACT NO. 965, WATERLOO, IOWA To Whoin It May Concern: We will be accepting subcontractor quotes in writing at 3613 Texas Street on the above referenced project until 4:00 PM, CST, on Wednesday, March 27, 2019. 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 fouu. All qualified bidders will not be discriminated against due to race, religion, color, sex or origin Equal Opportunity Employer. Sincerely, Milton J. Dakovich MD/jr Enc: 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. 965, WATERLOO, IOWA I, WATCO CONSTRUCTION CO, hereby attest that I have been solicited for a bid on F.Y. 2019 STREET RECONSTRUCTION PROGRAM in the area of the attached. Aspro, Inc. has informed me that if I am interested in bidding, a subcontracting bid proposal must be submitted to the company office by March 27, 2019 at 4:00 PM, CST. DATE SUBCONTRACTOR'S COMPANY NAME SUBCONTRACTOR'S SIGNATURE PRIME BIDDER'S SIGNATURE * Return the original Subcontractor's Bid Request Fonn with the prime Bidder's total bid. F.Y. 2019 STREET RECONSTRUCTION PROGRAM CONTRACT NO. 965 CITY OF WATERLOO, IOWA F.Y. 2019 STREET RECONSTRUCTION PROGRAM CONTRACT NO. 965 BID ITEM 1 DESCRIPTION DIVISION 2 - EARTHWORK UNIT EST. QTY. TOPSOIL, 4 INCHES, ON OR OFF SITE SY 6,599.00 2 SUBGRADE TREATMENT, WOVEN GEOTEXTILE SY 26,753.00 3 SUBBASE, MODIFIED TON 21,885.00 4 CLEARING AND GRUBBING UNITS 54.00 5 TOPSOIL REMOVAL FROM PARKING, EARTHWORK SY 2,287.30 6 SPECIAL SUBGRADE MATERIAL CY 100.00 BID ITEM DESCRIPTION DIVISION 4 - SEWERS AND DRAINS - SANITARY UNIT EST. QTY. 7 SANITARY SEWER GRAVITY MAIN, TRENCHED, PVC, 18 INCH LF 32.00 8 SANITARY SEWER GRAVITY MAIN, TRENCHED, TRUSS, 15 INCH LF 70.00 9 SANITARY SEWER GRAVIITY MAIN, TRENCHED TRUSS, 12 INCH LF 106.50 10 SANITARY SEWER GRAVITY MAIN, TRENCHED, TRUSS, 10 INCH LF 635.50 11 SANITARY SEWER GRAVITY MAIN, TRENCHED, TRUSS, 8 INCH LF 1,307.50 12 SANITARY SEWER SERVICE STUB/RENEW, SDR 23.5, 6 INCH LF 1,254.00 13 SANITARY SEWER ABANDONMENT, FILL AND PLUG, 8 INCH LF 386.00 14 SANITARY SEWER ABANDONMENT, FILL AND PLUG, 12 INCH LF 65.00 15 SANITARY SEWER ABANDONMENT, FILL AND PLUG, 15 INCH LF 327.00 16 SANITARY SEWER SERVICE, TRACE EACH 3.00 17 SANITARY SEWER SERVICE, DYE TEST INVESTIGATION EACH 8.00 18 SANITARY SEWER SERVICE, UNDERGROUND INVESTIGATION EACH 3.00 BID ITEM DESCRIPTION DIVISION 6 - STRUCTURES FOR SANITARY SEWERS UNIT EST. QTY. 19 MANHOLE, SW -301, 48" EACH 11.00 20 DROP CONNECTION EACH 1.00 21 MANHOLE, SW -301, 60" EACH 1.00 22 REMOVE MANHOLE, SANITARY EACH 10.00 23 MANHOLE RING AND COVER, FURNISH AND INSTALL EACH 2.00 BID ITEM DESCRIPTION DIVISION 4 - SEWERS AND DRAINS - STORM UNIT EST. QTY. 24 STORM SEWER, TRENCHED, RCP 2000D, 18 INCH LF 336.50 25 STORM SEWER, TRENCHED, RCP 2000D, 15 INCH LF 126.70 26 STORM SEWER, TRENCHED, RCP 2000D, 12 INCH LF 1,143.50 27 REMOVAL OF STORM SEWER, RCP, LESS THAN OR EQUAL TO 36 INCH LF 815.00 28 SUBDRAIN, PERFORATED PVC TYPE S, 6 INCH LF 14,151.00 29 SUBDRAIN, PERFORATED PVC TYPE S, 4 INCH LF 283.00 30 SUBDRAIN OUTLETS AND CONNECTIONS CMP, 6 INCH EACH 48.00 31 STORM SEWER SERVICE STUB, SOLID WALL PVC TYPE S1, 4 INCH LF 770.00 BID ITEM DESCRIPTION DIVISION 6 - STRUCTURES FOR STORM SEWERS UNIT EST. QTY. 32 MANHOLE, SW -401, 48" EACH 15.00 33 MANHOLE, SW -401, 60" EACH 1.00 34 MANHOLE, SW -402 EACH 3.00 35 MANHOLE, SW -406, SHALLOW RECTANGULAR EACH 6.00 36 INTAKE, SW -501, SINGLE GRATE EACH 16.00 37 INTAKE, SW -504, SINGLE GRATE W/FLUSH TOP MANHOLE EACH 1.00 38 INTAKE, SW -505, DOUBLE GATE EACH 5.00 39 INTAKE, SW -506 DOUBLE GATE W/MANHOLE EACH 1.00 40 CONNECTION TO EXISTING INTAKE, DRAIN TILE EACH 29.00 41 REMOVE MANHOLE OR INTAKE, STORM EACH 44.00 42 INTAKE, SW -507 REMOVE AND REPLACE SPECIAL SHAPING AND TOP EACH 2.00 43 INTAKE, E -1-C, REMOVE AND REPLACE BOXOUT EACH 14.00 44 INTAKE, MODIFIED E -1-C, REMOVE AND REPLACE BOXOUT AND TOP EACH 4.00 45 INTAKE, E -2-C, REMOVE AND REPLACE BOXOUT EACH 3.00 46 INTAKE, E -3-C, REMOVE AND REPLACE BOXOUT EACH 3.00 47 FURNISH AND INSTALL SW -603 TYPE R CASTING EACH 4.00 48 FURNISH AND INSTALL MANHOLE RING AND COVER EACH 2.00 BID ITEM DESCRIPTION DIVISION 5 - WATER MAINS AND APPURTENANCES UNIT EST. QTY. 49 WATER SERVICE PIPE, COPPER, 3/4 INCH LF 210.00 50 WATER SERVICE CORPORATION, 3/4 INCH EACH 10.00 51 WATER SERVICE CURB STOP, 3/4 INCH EACH 10.00 52 WATER SERVICE CURB BOX, 3/4 INCH EACH 10.00 53 WATER SERVICE PIPE, COPPER, 1 INCH LF 46.00 54 WATER SERVICE CORPORATION, 1 INCH EACH 1.00 55 WATER SERVICE CURB STOP, 1 INCH EACH 1.00 56 WATER SERVICE CURB BOX, 1 INCH EACH 1.00 57 CONVERT WATER VALVE MANHOLE TO ROADBOX EACH 5.00 58 WATER SERVICE TAP, 3/4 OR 1 INCH EACH 1.00 59 WATER SERVICE KILL EACH 3.00 60 LOWER WATER SERVICE, 3/4" OR 1" EACH 2.00 61 WATER SERVICE, UNDERGROUND INVESTIGATION EACH 9.00 62 INSULATE EXISTING COPPER WATER SERVICE EACH 2.00 BID ITEM DESCRIPTION DIVISION 7 - STREETS AND RELATED WORK PCC PAVEMENT UNIT EST. QTY. 63 REMOVE AND REPLACE 6" PCC, C-4 SY 9.00 64 CURB AND GUTTER, 24 IN WIDE, 6 IN THICK, C-4, MISCELLANEOUS LF 3.50 BID ITEM DESCRIPTION SIDEWALKS, SHARED USE PATHS AND DRIVEWAYS UNIT EST. QTY. 68 REMOVAL OF SIDEWALK AND DRIVEWAY SY 1,945.00 69 REMOVAL OF SIDEWALK, MISCELLANEOUS SY 172.70 70 SIDEWALK, PCC C-4, 4 INCH, C-4 ST 248.00 71 SIDEWALK, PCC C-4, 6 INCH PEDESTIAN RAMP, C-4 SY 163.90 72 DETECTABLE WARNING SF 282.00 73 DRIVEWAY AND SIDEWALK, PAVED, PCC, 6 INCH, C-4 SY 217.50 74 DRIVEWAY AND SIDEWALK, PAVED, PCC, 5 INCH, C-4 SY 1,446.80 75 DRIVEWAY, GRANULAR TON 33.20 PAVEMENT REHABILITATION 76 PAVEMENT REMOVAL, CONCRETE SY 21,260.92 77 PAVEMENT REMOVAL, ASPHALT SY 7,481.60 BID ITEM DESCRIPTION DIVISION 8 - PAVEMENT MARKINGS AND TRAFFIC CONTROL UNIT EST. QTY. PAVEMENT MARKINGS 78 PAINTED PAVEMENT MARKINGS, SOLVENT/WATERBOURNE STA 2.48 TEMPORARY TRAFFIC CONTROL 79 TEMPORARY TRAFFIC CONTROL LS 1.00 80 DIRECTIONAL SIGNS, PER DETAILS EACH 8.00 BID ITEM DESCRIPTION DIVISION 9 - SITE WORK AND LANDSCAPING SEEDING UNIT EST. QTY. 81 HYDRAULIC SEEDING, SEEDING, FERTILIZING AND MULCHING SY 8,927.00 82 WARRANTY SY 1,000.00 EROSION AND SEDIMENT CONTROL 83 TEMPORARY RECP, WOOD EXCELSIOR MAT SY 200.00 84 WATTLE, STRAW, 6 INCH LF 1,000.00 85 WATTLE, REMOVAL LF 1,000.00 86 INLET PROTECTION DEVICE, INTERMEDIATE AND DROP IN EACH 49.00 87 INLET PROTECTION DEVICE, MAINTENANCE EACH 49.00 CONCRETE STEPS, HANDRAILS AND SAFETY RAIL 88 CONCRETE STEPS, CAST IN PLACE SF 38.90 BID ITEM DESCRIPTION DIVISION 11 - MISCELLANEOUS CONSTRUCTION SURVEY UNIT EST. QTY. 89 CONSTRUCTION SURVEY LS 1.00 90 SAW CUT LF 1,228.40 BID ITEM DESCRIPTION DIVISION 7 - STREETS AND RELATED WORK ALTERNATE A - HMA UNIT EST. QTY. 5A CURB AND GUTTER, 24 IN WIDE, 6 IN THICK, C-SUD LS 5,134.60 6A CURB AND GUTTER, 24 IN WIDE, 7.5 IN THICK, C-SUD LF 8,893.00 8A EXCAVATION, CLASS 10 CY 9,008.50 9A CONCRETE WASHOUT LS 1.00 10A COLD WEATHER CONCRETE PROTECTION SY 2,478.00 11A LINSEED OIL TREATMENT SY 1,672.00 Name and Address of Sender Check type of mail or service: D Adult Signature Required ❑ AdOit Signature Restricted Delivery ❑ Certified Mail 0 Recorded Delivery (International) ❑ COD 0 Registered ❑ Delivery Confirmation . 0 Return Receiptfor Merchandise ❑ Express Mail 0 Signature Confirmation 0 Insured Affix Stamp Here (If issued as a certificate of mailing orpiesor of this bl copies of this bill) Postmark and Date of-Receipt Article Number Addressee (Name, Street, City, State, &ZIP Cotle'"') Postage- Fee -Handling Charge Actuai.Value if Registered Insured Value Due Sender if COD ASR Fee ASRD Fee DC Fee SC Fee SH Fee RD RR Fee Fee 1. 7 �/ DC CORPORATION 426 BEECH ST • WATERLOO IA 50703 .6:5 41 „..- ?•- 2. / V DANIELS HOME IMPROVEMENT 3358 BRISTOL RD -W-M ERL00, 4--A 50-701 .65 41 3. V / WATCO CONSTRUCTION CO PO BOX 904 WATERLOO, IA 50704 65 .41 U.S. POSTAGE PAID • WATERLOO, IA 50701 MARMIOUNT $2.46 R23039103103-13 4. 1% QUICK._CONSTRUCTION CO_ 217 BATES'ST .41 �' f `' _ WATERL9_Q� IA 50,703 65 'rte 5. / GREER'S WORKS. .41 ��•:, 2003 PLAINVIEW WATERLOO, IA _50703 . ._ 65 6' OLD GREER'S WORKS 9309.SPRIN.GVTFW ST .41 to _WATERL0.0,_._IA_50_7.0.7__ _ .65 7- 8. cm Total Listed en of Pieces Listed by Sender To . R=.: ivetl =t P>� Office iv .er of cs ' . ; � ster, 4i Per ( f�-�ing employee) / / P5 Form 3877, June'Prf1 (Page 1 of 2) Cops Tete by Typewriter, 1 or Ball Point Pen See Privacy Act Statement on Reverse • .4k/\--i--3F1 s 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. 965, WATERLOO, IOWA I, WATCO CONSTRUCTION CO, hereby attest that I have been solicited for a bid on F.Y. 2019 STREET RECONSTRUCTION PROGRAM in the area of the attached. Aspro, Inc. has informed me that if I am interested in bidding, a subcontracting bid proposal must be submitted to the company office by March 27, 2019 at 4:00 PM, CST. Ter) LJ . DATE SUBCONTRACTOR S COMPANY NAME SUBCONTRACTOR SIGNATURE PR * Return the original Subcontractor's Bid Request Form with the prime Bidder's total bid. R'S SIGNAT RE A ePs o Phone (319) 232-6537 3613 Texas Street o 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. 965, WATERLOO, IOWA I, QUICK CONSTRUCTION, hereby attest that I have been solicited for a bid on F.Y. 2019 STREET RECONSTRUCTION PROGRAM in the area of the attached. Aspro, Inc. has informed me that if I am interested in bidding, a subcontracting bid proposal must be submitted to the company office by March 27, 2019 at 4:00 PM, CST. 3 - f e -i7 e0A/3- DATE SUB • •NTRACTOR' S COMPANY NAME BON• CTOR'S SIGNATU PRBIDDER'S SIGNA URE * Return the original Subcontractor's Bid Request Form with the prime Bidder's total bid. Pe/‘kiT 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. 965, WATERLOO, IOWA I, DANIELS HOME IMPROVEMENT, hereby attest that I have been solicited for a bid on F.Y. 2019 STREET RECONSTRUCTION PROGRAM in the area of the attached. Aspro, Inc. has informed me that if I am interested in bidding, a subcontracting bid proposal must be submitted to the company office by March 27, 2019 at 4:00 PM, CST. 06,,Le 44cyne DATE SUBCONTRACTOR'S CO ANY NAME SUBCONTRACTOR'S SIGNATURE / / 1 PRIME Belt --'S SI TU * Return the original Subcontractor's Bid Request Form with the prime Bidder's total bid. BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, Aspro, Inc. as Principal, and North American Specialty Insurance Company as Surety are held and firmly bound unto the CITY OF 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 28th day of March , 2019 , for FY 2019 Street Reconstruction Program, Waterloo. IA - Contract No 965 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 seal:, 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 13th day of March , A.D. 2019 North Am By Aspro, Inc. Principal BY Specialty In ty Attorn (Seal) A/e4esr/Lc/v)— ce Compartteal) Dione R. Young (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, DIONE R. YOUNG, and WENDY ANN CASEY JOINTLY OR SEVERALLY Its true and lawful Attorney(s)-in-Fact, to make, execute, seal and deliver, for and on its behalf and as its act and deed, bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies, as surety, on contracts of suretyship as are or may be required or permitted by law, regulation, contract or otherwise, provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of: 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 Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Company when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached." \\` UttmnuuruannN 408' t1ONgt 14!e:G• pFPoR9j.s6.13.,r s 12; SEAL _ of c�ri 3 F t �rputam>para en € By (/r Steven P. Anderson, Senior Vice 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. rlo, Senior Vice President of Washington International Insurance Company & Senior Vice President of North American Specialty Insurance Company & Senior Vice President of Westport 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 Palk - State of nlinois My Commission rapi,rs 12/0412021 V I 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 this 13th day of March , 2019 . Jeffrey Goldberg, Vice President & Assistant Secretary of Washington International Insurance Company & North American Specialty Insurance Company & Vice President & Assistant Secretary of Westport Insurance Corporation