Loading...
HomeMy WebLinkAboutAspro, Inc.ASPRO, INC. PO BOX 2620 WATERLOO, IA 50704 6 ITY OF WATERLOO A CITY CLERK'S OF FICE • , APR 25 2019 p1412:47:37 CITY OF WATERLOO' CITY CLERK'S OFFICE APR 25 2019 PM 12:47:16 PROPOSAL FOR: F.Y. 2019 ASPHALT OVERLAY PROGRAM CONTRACT NO. 964 DUE DATE: APRIL 25, 2019 1:00 P.M. CITY CLERK CITY HALL WATERLOO, IA 50703 FORM OF BID OR PROPOSAL F.Y. 2019 ASPHALT OVERLAY PROGRAM CONTRACT NO. 964 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) (thcmaclvca) (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 ASPHALT OVERLAY PROGRAM, Contract No. 964, 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 ASPHALT OVERLAY PROGRAM CONTRACT NO. 964 BID ITEM SUDAS SPECIFICATION * SEE SUPPLEMENTAL SP = SPCL PROV DESCRIPTION UNIT EST QTY UNIT BID PRICE TOTAL BID PRICE DIVISION 1000 - GENERAL PROVISIONS AND COVENANTS 1 1070 RAILROAD PROTECTIVE LIABILITY INSURANCE, CN RAILROAD LS 1.00 $ $ DIVISION 2010 - EARTHWORK 2 SPECIAL PROVISION TOPSOIL REMOVAL FROM PARKING, EARTHWORK SY 62.00 $ $ DIVISION 4020 - SEWERS AND DRAINS - STORM 3 SPECIAL PROVISION STORM SEWER, 10" TRUSS LF 5.00 $ $ 4 4040-108-0-0 SUBDRAIN OUTLETS AND CONNECTIONS, CMP, 6 INCH EACH 2.00 $ $ FORM OF BID CONTRACT NO. 964 Page 1 of 4 BID ITEM SUDAS SPECIFICATION *SEE SUPPLEMENTAL SP = SPCL PROV DESCRIPTION UNIT EST QTY UN IT BID PRICE TOTAL BID PRICE DIVISION 6010 - STRUCTURES FOR SANITARY AND STORM SEWERS 5 6010-108-G-0 CONNECTION TO EXISTING INTAKE, MANHOLE OR PIPE EACH 1.00 $ $ 6 6010-108-H-0 REMOVE MANHOLE OR INTAKE, STORM EACH 1.00 $ $ 7 SPECIAL PROVISION INTAKE, SW -509, REMOVE AND REPLACE TOP ONLY EACH 3.00 $ $ 8 SPECIAL PROVISION INTAKE, SW -509 EACH 1.00 $ $ 9 SPECIAL PROVISION INLET, E -1-C, REMOVE AND REPLACE BOXOUT EACH 1.00 $ $ 10 SPECIAL PROVISION FURNISH AND INSTALL MANHOLE RING AND COVER EACH 3.00 $ $ 11 SPECIAL PROVISION CASTING EXTENTION RING (INLET) EACH 2.00 $ $ 12 SPECIAL PROVISION CASTING EXTENTION RING (MANHOLE) EACH 104.00 $ $ 13 SPECIAL PROVISION REMOVE AND REPLACE MANHOLE BOXOUT EACH 13.00 $ $ DIVISION 7020 - STREETS AND RELATED WORK 14 7020-108-6-0 * PAVEMENT, HMA 1.5", STANDARD TRAFFIC(ST) SURFACE, 1/2" MIX, PG 58-28S, 75% CR., NO FRICTION REQD. TON 8,155.84 $ $ 15 7020-108-6-0 * PAVEMENT, HMA, 3.0", STANDARD TRAFFIC(ST) INTERMEDIATE, 1/2" MIX, PG 58- 28S, 60% CR. TON 11,728.07 $ $ 16 7020-108-H-0 HMA PAVEMENT SAMPLES AND TESTING LS 1.00 $ $ DIVISION 7030 - SIDEWALKS, SHARED USE PATHS AND DRIVEWAYS 17 7030-108-A-0 REMOVAL OF SIDEWALK AND DRIVEWAY SF 6,698.70 $ $ 18 7030-108-E-0 SIDEWALK, PCC C-4, 4 INCH, C-4 SF 3,330.10 $ $ 19 7030-108-E-0 SIDEWALK, PCC C-4, 6 INCH PEDESTRIAN RAMP, C-4 SF 3,086.50 $ $ 20 7030-108-G-0 DETECTABLE WARNING SF 578.00 $ $ DIVISION 7040 - PAVEMENT REHABILITATION 21 7040-108-E, 1-0 * CURB AND GUTTER, 24 IN WIDE, 10.5 INCH THICK, PCC C-4, REMOVE AND REPLACE LF 688.40 $ $ 22 7040-108-E, 1-0 * CURB AND GUTTER, 24 IN WIDE, 12 INCH THICK, PCC C-4, REMOVE AND REPLACE LF 27.60 $ $ 23 SPECIAL PROVISIONS SURFACE PATCH TON 115.00 $ $ 24 SPECIAL PROVISIONS CRACK AND SEAT SY 63,788.00 $ $ 25 SPECIAL PROVISIONS MILL WEDGE EACH 40.00 $ $ DIVISION 8020 - PAVEMENT MARKINGS AND TRAFFIC PAVEMENT MARKING 26 8020-108-B-0 PAINTED PAVEMENT MARKINGS, SOLVENT/WATERBOURNE STA 733.43 $ $ 27 8020-108-H-0 * PRECUT SYMBOLS AND LEGENDS EACH 14.00 $ $ FORM OF BID CONTRACT NO. 964 Page 2 of 4 BID ITEM SUDAS SPECIFICATION *SEE SUPPLEMENTAL SP = SPCL PROV DESCRIPTION UNIT EST QTY UNIT BID PRICE TOTAL BID PRICE DIVISION 8030 - TEMPORARY TRAFFIC CONTROL 28 8030-108-A-0 TEMPORARY TRAFFIC CONTROL LS 1.00 $ $ DIVISION 9 - SITE WORK AND LANDSCAPING AND SEEDING 29 9010 108-B-0 HYDRAULIC SEEDING, SEEDING, FERTILIZING AND MULCHING SY 62.00 $ $ TOTAL BID $ 3 3.�` /,� 6.3/ 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% or BID AMOUNT ($ ) in the form of BID BOND 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. Dollars is submitted herewith in 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 A//41 FORM OF BID CONTRACT NO. 964 Page 3 of 4 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 25, 2019 (Name of Bidder) (Date) BY CJ- /%J1,1,/ 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. 964 Page 4 of 4 F.Y. 2019 ASPHALT OVERLAY PROGRAM CONTRACT NO. 964 CITY OF WATERLOO, IOWA BID ITEM DESCRIPTION DIVISION I (STREETS) UNIT EST. QTY. UNIT BID PRICE TOTAL BID PRICE 1 RAILROAD PROTECT INSURANCE, CN LS 1.00 $5,000.00 $5,000.00 2 TOPSOIL REMOVAL FROM PARKING SY 62.00 $50.00 $3,100.00 3 STORM SEWER, 10" TRUSS LF 5.00 $185.00 $925.00 4 SUBDRAIN OUTLETS & CON, CMP, 6" EACH 2.00 $350.00 $700.00 5 CONNECT TO INTAKE, MH OR PIPE EACH 1.00 $1,850.00 $1,850.00 6 REM MANHOLE OR INTAKE, STORM EACH 1.00 $1,275.00 $1,275.00 7 INTAKE, SW -509 REM/REP TOP ONLY EACH 3.00 $5,225.00 $15,675.00 8 INTAKE, SW -509 EACH 1.00 $7,250.00 $7,250.00 9 INLET, E -1-C, REM/REP BOXOUT EACH 1.00 $1,895.00 $1,895.00 10 FURN/INSTALL MANHOLE RING & COVER EACH 3.00 $1,200.00 $3,600.00 11 CASTING EXTENSION RING (INLET) EACH 2.00 $250.00 $500.00 12 CASTING EXTENSION RING (MANHOLE) EACH 104.00 $650.00 $67,600.00 13 REM/REP MANHOLE BOXOUT EACH 13.00 $1,825.00 $23,725.00 14 HMA, 1.5", ST, SURFACE, 1/2" 75% CR TON 8,155.84 $129.00 $1,052,103.36 15 HMA, 3.0",ST, INTERMED, 1/2", 60% CR TON 11,728.07 $127.70 $1,497,674.54 16 HMA PAVEMENT SAMPLES & TESTING LS 1.00 $9,850.00 $9,850.00 17 REM OF SIDEWALK AND DRIVEWAY SF 6,698.70 $4.85 $32,488.70 18 SIDEWALK, PCC, C-4, 4" SF 3,330.10 $6.25 $20,813.13 19 SIDEWALK, PCC, C-4, 6", PED RAMP SF 3,086.50 $7.85 $24,229.03 20 DETECTABLE WARNING SF 578.00 $42.00 $24,276.00 21 CURB & GUTTER 24" 10.5" C-4, REM/REP LF 688.40 $48.00 $33,043.20 22 CURB & GUTTER 24" 12.0" C-4, REM/REP LF 27.60 $60.00 $1,656.00 23 SURFACE PATCH TON 115.00 $250.00 $28,750.00 24 CRACK AND SEAT SY 63,788.00 $3.44 $219,430.72 25 MILL WEDGE EACH 40.00 $2,600.00 $104,000.00 26 PAINTED PAVEMENT MARKINGS STA 733.43 $55.00 $40,338.65 27 PRECUT SYMBOLS AND LEGENDS EACH 14.00 $500.00 $7,000.00 28 TEMPORARY TRAFFIC CONTROL LS 1.00 $134,760.00 $134,760.00 29 HYDRAULIC SEEDING, S/FIM SY 62.00 $10.00 $620.00 TOTAL BID Aspro, Inc. BY: (Name of Bier) Milton J. Dakovich Official Address: (Including Zip Code) 3613 Texas St.; P. O. Box 2620 Waterloo, Iowa 50704 I.R.S. No. 42-1011512 April 25, 2019 (Date) Title: President $3,364,128.31 NON -COLLUSION AFFIDAVIT OF PRIME BIDDER State of IOWA ) County of BLACK HAWK ) MILT DAKOVICH being first duly sworn, deposes and says that: 1. He is (Owner, Partncr, Officer, -Representative o ) , of ASPRO, INC. the Bidder that has submitted the attached Bid; )ss 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 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 onthe part of the Bidder or any of its agents, representatives, owners, employees,o parties in intetest, including this affiant. (Signed 4I 1.41 .44,4 .4 i ., A PRr/IDENT Title Subscribed and sworn to before me this 25 day of APRIL , 201 9. My commission expires - deD.E Title 14094140/2. Bidder Status Form To be completed by all bidders Part A Please answer "Yes" or "No" for each of the following: ® Yes ❑ No ❑ Yes D No ©Yes No ® Yes D 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 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 PRESENT / Address. 3613 TEXAS ST. City, State, Zip: WATERLOO, IA 50702 Dates: / / to / / Address' City, State, Zip: Dates: / / to / / Address: You may attach additional sheet(s) if needed. City, State, Zip: 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 laborers? or ab orers. 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, I C • Signature: ---%A Date: 04/25/19 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) Worksheet: Authorization to Transact Business This worksheet may be used to help complete Part A of the Resident Bidder Status form. If at least one of the following describes your business, you are authorized to transact business in Iowa. ❑X Yes ❑ No My business is currently registered as a contractor with the Iowa Division of Labor. 0 Yes ® No My business is a sole proprietorship and I am an Iowa resident for Iowa income tax purposes. ❑ Yes CI No My business is a general partnership or joint venture. More than 50 percent of the general partners or joint venture parties are residents of Iowa for Iowa income tax purposes. ❑ Yes ❑ No My business is an active corporation with the Iowa Secretary of State and has paid all fees required by the Secretary of State, has filed its most recent biennial report, and has not filed articles of dissolution. ❑ Yes EI No My business is a corporation whose articles of incorporation are filed in a state other than Iowa, the corporation has received a certificate of authority from the Iowa secretary of state, has filed its most recent biennial report with the secretary of state, and has neither received a certificate of withdrawal from the secretary of state nor had its authority revoked. ❑ Yes © No My business is a limited liability partnership which has filed a statement of qualification in this state and the statement has not been canceled. ❑ Yes ® No My business is a limited liability partnership which has filed a statement of qualification in a state other than Iowa, has filed a statement of foreign qualification in Iowa and a statement of cancellation has not been filed. ❑ Yes ❑X No My business is a limited partnership or limited liability limited partnership which has filed a certificate of limited partnership in this state, and has not filed a statement of termination. ❑ Yes ❑X No My business is a limited partnership or a limited liability limited partnership whose certificate of limited partnership is filed in a state other than Iowa, the limited partnership or limited liability limited partnership has received notification from the Iowa secretary of state that the application for certificate of authority has been approved and no notice of cancellation has been filed by the limited partnership or the limited liability limited partnership. ❑ Yes ® No My business is a limited liability company whose certificate of organization is filed in Iowa and has not filed a statement of termination. ❑ Yes ❑X No My business is a limited liability company whose certificate of organization is filed in a state other than Iowa, has received a certificate of authority to transact business in Iowa and the certificate has not been revoked or canceled. 309-6001 (09-15) Prime Contractor Name: MBEIWBE BUSINESS ENTERPRISE PRE—BID CONTACT INFORMATION FORM ASPRO, INC. Project: 964 PG.1 of 2 Letting Date: APRIL 25, 2019 NO MBEIWBE 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 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 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 MBENVBE Business Enterprise contacts made prior to your bid submission. This information is subject to verifications and confirmation. If you are unable to identify MBE/WBE 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 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 MBEIWBE BUSINESS ENTERPRISE CONTACTS 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 04/11/19 4/o D.C. CORPORATION 04/11/19 Y4 -5.D / `�/l. S'/i9 YES A/3,6 SO 4,06' GREER'S WORKS 04/11/19 N cy OLD GREER'S WORKS 04/11/19 /1/ 0 QUICK CONSTRUCTION 04/11/19 /V 0 (Form CCO-4) Rev. 06-20-02 MBE/WBE BUSINESS ENTERPRISE PRE-BID CONTACT INFORMATION FORM INSTRUCTIONS Prime Contractor Responsibilities: Prime Contractors bidding on City of Waterloo contract work are required to ensure that MBE/WBE businesses are provided the opportunity to participate in the performance of contracts and subcontracts. Prime contractors are required to assist MBE/WBE businesses in overcoming barriers to participation, and must make good faith efforts to secure bids from, and award subcontracts to, MBENVBE businesses. For all contract bids of $50,000 or more, the following is required to demonstrate good faith efforts in accordance with this policy: 1. "MBE/WBE BUSINESS ENTERPRISE PRE-BID CONTACT INFORMATION FORM" submitted with the prime contractor bid, properly completed and signed on Form CCO-4 (Rev. 06-20-02). Please note that this document must include all subcontractor contacts, bids received, and awarded - not just those related to disadvantaged business enterprise vendors. 2. A minimum of three (3) MBE/WBE business contacts must be made and documented, if there are at least three (3) MBE/WBE businesses offering services in the areas to be subcontracted (see City of Waterloo MBE/WBE Certified List). If less than three (3) are offering the services to be subcontracted, then a contact is required for any that are listed as providing that service. If you have submitted a MBE/WBE contact not on the City's MBE/WBE list, attach a copy of the certification from another government agency. 3. Contacts to each MBE/WBE businesses are required to be a minimum of seven (7) working days prior to the date the prime contractor submits the bid to the City of Waterloo. 4. The following documentation must accompany the "MBE/WBE BUSINESS ENTERPRISE PRE-BID CONTACT INFORMATION FORM" for each MBENVBE business contacted: a. A copy of the bid received from the MBE/WBE, OR b. If no bid was received, a copy of correspondence received from the MBE/VVBE with a "no bid" response, OR c. If no response was received, a copy of the solicitation sent to the MBE/VVBE with proof of mailing attached. 5. If any MBENVBE business submitting bids are not selected for subcontract award, documentation must accompany the "MBE/VVBE BUSINESS ENTERPRISE PRE-BID CONTACT INFORMATION FORM" on why the MBENVBE was not selected. These reasons could include: a. Not low bid. Copies of the competing bids may be required for verification. b. MBE/WBE did not bid, withdrew bid or was non-responsive. c. Documentation of other business-related reason for not selecting the MBE/WBE business for a subcontract. d. Prime contractor self performs work. e. Any other reason relied on by the Prime Contractor. The Contract Compliance Officer will determine the weight to be given to each item listed above (supported by appropriate documentation) based on overall program goals. Subcontractors Responsibilities: 1. Each MBENVBE firm planning to submit quotes on construction projects with goals, shall submit a Letter of Intent to Bid (Form CCO-5) to the City Contract Compliance Officer seven (7) working days prior to bid opening, listing specific items which the MBENVBE firm is interested in bidding. If the City Contract Compliance Officer does not receive sufficient scope letters seven (7) working days prior to bid opening, goals on subject project will be reduced accordingly. Agreements between the bidder/proposer and an MBE/VVBE in which the MBENVBE promises not to provide subcontracting quotations to other bidders/proposers are prohibited. Form CCO-4A Rev. 07-08-02 MBEIWBE BUSINESS ENTERPRISE PRE-BID CONTACT INFORMATION FORM Prime Contractor Name: ASPRO, INC. Project: 964 Letting Date: APRIL 25, 2019 PG. 2 of 2 NO MBEIWBE 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 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 order for your bid to be considered responsive, to provide the information on this form showing ALL of your MBEIWBE 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 MBE/WBE 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 MBEIWBE BUSINESS ENTERPRISE CONTACTS Quotes Received Quotation used in bid MBE/WBE Subcontractors Dates Contacted Yes/No Dates Contacted Yes/No Dollar Amount Proposed to be Subcontracted WATCO CONSTRUCTION, INC. 04/11/19 .Y4-5 0 5'/A'1h 1 yz-s AA 9 SyD, o d (Form CCO-4) Rev. 06-20-02 MBE/WBE BUSINESS ENTERPRISE PRE-BID CONTACT INFORMATION FORM INSTRUCTIONS Prime Contractor Responsibilities: Prime Contractors bidding on City of Waterloo contract work are required to ensure that MBE/WBE businesses are provided the opportunity to participate in the performance of contracts and subcontracts. Prime contractors are required to assist MBE/WBE businesses in overcoming barriers to participation, and must make good faith efforts to secure bids from, and award subcontracts to, MBE/WBE businesses. For all contract bids of $50,000 or more, the following is required to demonstrate good faith efforts in accordance with this policy: 1. "MBE/WBE BUSINESS ENTERPRISE PRE-BID CONTACT INFORMATION FORM" submitted with the prime contractor bid, properly completed and signed on Form CCO-4 (Rev. 06-20-02). Please note that this document must include all subcontractor contacts, bids received, and awarded - not just those related to disadvantaged business enterprise vendors. 2. A minimum of three (3) MBE/VVBE business contacts must be made and documented, if there are at least three (3) MBE/WBE businesses offering services in the areas to be subcontracted (see City of Waterloo MBENVBE Certified List). If less than three (3) are offering the services to be subcontracted, then a contact is required for any that are listed as providing that service. If you have submitted a MBE/WBE contact not on the City's MBENVBE list, attach a copy of the certification from another government agency. 3. Contacts to each MBE/WBE businesses are required to be a minimum of seven (7) working days prior to the date the prime contractor submits the bid to the City of Waterloo. 4. The following documentation must accompany the "MBE/WBE BUSINESS ENTERPRISE PRE-BID CONTACT INFORMATION FORM" for each MBE/WBE business contacted: a. A copy of the bid received from the MBE/WBE, OR b. If no bid was received, a copy of correspondence received from the MBE/WBE with a "no bid" response, OR c. If no response was received, a copy of the solicitation sent to the MBE/WBE with proof of mailing attached. 5. If any.MBE/WBE business submitting bids are not selected for subcontract award, documentation must accompany the "MBE/WBE BUSINESS ENTERPRISE PRE-BID CONTACT INFORMATION FORM" on why the MBE/WBE was not selected. These reasons could include: a. Not low bid. Copies of the competing bids may be required for verification. b. MBE/WBE did not bid, withdrew bid or was non-responsive. c. Documentation of other business-related reason for not selecting the MBE/WBE business for a subcontract. d. Prime contractor self performs work. e. Any other reason relied on by the Prime Contractor. The Contract Compliance Officer will determine the weight to be given to each item listed above (supported by appropriate documentation) based on overall program goals. Subcontractors Responsibilities: 1. Each MBE/WBE firm planning to submit quotes on construction projects with goals, shall submit a Letter of Intent to Bid (Form CCO-5) to the City Contract Compliance Officer seven (7) working days prior to bid opening, listing specific items which the MBE/WBE firm is interested in bidding. If the City Contract Compliance Officer does not receive sufficient scope letters seven (7) working days prior to bid opening, goals on subject project will be reduced accordingly. Agreements between the bidder/proposer and an MBE/WBE in which the MBE/WBE promises not to provide subcontracting quotations to other bidders/proposers are prohibited. Form CCO-4A Rev. 07-08-02 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 25th day of April , 2019 , for FY 2019 Asphalt Overlay Program, Contract No. 964, in the City of Waterloo, Iowa 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 11th day of April , A.D. 2019 , Aspro, Inc. (Seal) North Artier Specialty In Witn`� S ety 4 owner By (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." ��\\0111111N!/I/` . • wlSlONqup�p ..b P°R/ p PBgq ro GpR �rcc �'• SEAL SEAL' _.o trn 4411100464 _S:,L 1973 juir,m1 By t/r1 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. Ito, Senior Vice President of Washington International Insurance Company & Senior Vire 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 Public- State of Illinois ) My Commission Espires 12/04/2021 \ 1. V tom V,.1 f. 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 1 lth day of April , 2019 . Al27- amo Jeffrey Goldberg, Vice President & Assistant Secretary of Washington International Insurance Company & North American Specialty Insurance Company & Vice President & Assistant Secretary of Westport Insurance Corporation Phone (319) 232-6537 3613 Texas Street • P.O. Box 2620 • Waterloo, Iowa 50704 Fax: (319) 232-6539 April 9, 2019 DANIELS HOME IMPROVEMENT 3358 BRISTOL RD WATERLOO, IA 50701 RE: F.Y. 2019 ASPHALT OVERLAY PROGRAM CONTRACT NO. 964, 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 24, 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, MD/jg Enc: ton J. Dakovich /4/\7---211 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. 964, WATERLOO, IOWA I, DANIELS HOME IMPROVEMENT, hereby attest that I have been solicited for a bid on F.Y. 2019 ASPHALT OVERLAY 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 24, 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. //A\ii---\-4-1 o Phone (319) 232-6537 3613 Texas Street • P.O. Box 2620 • Waterloo, Iowa 50704 Fax: (319) 232-6539 April 9, 2019 DC CORPORATION 426 BEECH ST. WATERLOO, IA 50703 RE: F.Y. 2019 ASPHALT OVERLAY PROGRAM CONTRACT NO. 964, 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 24, 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/jg Enc: APO DC CORPORATION 426 BEECH ST. WATERLOO, IA 50703. Phone (319) 232-6537 3613 Texas Street • P.O. Box 2620 • Waterloo, Iowa 50704 Fax: (319) 232-6539 SUBCONTRACTOR'S BID REQUEST FORM RE: CONTRACT NO. 964, WATERLOO, IOWA I, DC CORPORATION, hereby attest that I have been solicited for a bid on F.Y. 2019 ASPHALT OVERLAY 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 24, 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. /A=lA AlkSPR0Phone (319) 232-6537 3613 Texas Street • P.O. Box 2620 •Waterloo, Iowa 50704 Fax: (319) 232-6539 April 9, 2019 GREER' S WORKS 2003 PLAINVIEW WATERLOO, IA 50703 RE: F.Y. 2019 ASPHALT OVERLAY PROGRAM CONTRACT NO. 964, 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 24, 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. MD/jg Enc: Sincerely, v Milton J. Dakovich ki/\-11=13R GREER'S WORKS 2003 PLAINVIEW WATERLOO, IA 50703 Phone (319) 232-6537 3613 Texas Street • P.O. Box 2620 • Waterloo, Iowa 50704 Fax: (319) 232-6539 SUBCONTRACTOR'S BID REQUEST FORM RE: CONTRACT NO. 964, WATERLOO, IOWA I, GREER'S WORKS, hereby attest that I have been solicited for a bid on F.Y. 2019 ASPHALT OVERLAY 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 24, 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. RO Phone (319) 232-6537 3613 Texas Street • P.O. Box 2620 • Waterloo, Iowa 50704 Fax: (319) 232-6539 April 9, 2019 OLD GREER'S WORKS 2309 SPRINGVIEW ST WATERLOO, IA 50707 RE: F.Y. 2019 ASPHALT OVERLAY PROGRAM CONTRACT NO. 964, 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 24, 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, MD/jg Enc: ilton J. Dakovich (1_ Phone (319) 232-6537 3613 Texas Street • P.O. Box 2620 • Waterloo, Iowa 50704 Fax: (319) 232-6539 SUBCONTRACTOR'S BID REQUEST FORM OLD GREER' S WORKS 2309 SPRINGVIEW ST. WATERLOO, IA 50707 RE: CONTRACT NO. 964, WATERLOO, IOWA I, OLD GREER'S WORKS, hereby attest that I have been solicited for a bid on F.Y. 2019 ASPHALT OVERLAY 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 24, 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 Foim with the prime Bidder's total bid. (/6 S APRO Phone (319) 232-6537 3613 Texas Street • P.O. Box 2620 • Waterloo, Iowa 50704 Fax: (319) 232-6539 April 9, 2019 QUICK CONSTRUCTION 217 BATES ST. WATERLOO, IA 50703 RE: F.Y. 2019 ASPHALT OVERLAY PROGRAM CONTRACT NO. 964, 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 24, 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, MD/jg Enc: ilton J. Dakovich Phone (319) 232-6537 3613 Texas Street a 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. 964, WATERLOO, IOWA I, QUICK CONSTRUCTION, hereby attest that I have been solicited for a bid on F.Y. 2019 ASPHALT OVERLAY 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 24, 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. A ePs o Phone (319) 232-6537 3613 Texas Street • P.O. Box 2620 • Waterloo, Iowa 50704 Fax: (319) 232-6539 April 9, 2019 WATCO CONSTRUCTION PO BOX 904 WATERLOO, IA 50704 RE: F.Y. 2019 ASPHALT OVERLAY PROGRAM CONTRACT NO. 964, 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 24, 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, 7)2 MD/jg Enc: ilton J. Dakovich 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 PO BOX 904 WATERLOO, IA 50704 RE: CONTRACT NO. 964, WATERLOO, IOWA I, WATCO CONSTRUCTION, hereby attest that I have been solicited for a bid on F.Y. 2019 ASPHALT OVERLAY 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 24, 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. F.Y. 2019 ASPHALT OVERLAY PROGRAM CONTRACT NO. 964 CITY OF WATERLOO, IOWA BID ESTIMATED ITEM DESCRIPTION UNIT QUANTITY DIVISION 1000 - GENERAL PROVISIONS AND COVENANTS DIVISION 2010 - EARTHWORK 2 TOPSOIL REMOVAL FROM PARKING, EARTHWORK SY 62.00 DIVISION 4020 - SEWERS AND DRAINS - STORM 3 STORM SEWER, 10" TRUSS LF 5.00 4 SUBDRAIN OUTLETS AND CONNECTIONS. CMP, 6 INCH EACH 2.00 DIVISION 6010 - STRUCTURES FOR SANITARY AND STORM SEWERS 5 CONNECTION TO EXISTING INTAKE, MANHOLE OR PIPE EACH 1.00 6 REMOVE MANHOLE OR INTAKE, STORM EACH 1.00 7 INTAKE, SW -509, REMOVE AND REPLACE TOP ONLY EACH 3.00 8 INTAKE, SW -509 EACH 1.00 9 INLET, E -1-C, REMOVE AND REPLACE BOXOUT EACH 1.00 10 FURNISH AND INSTALL MANHOLE RING AND COVER EACH 3.00 11 CASTING EXTENSION RING (INLET) EACH 2.00 12 CASTING EXTENSION RING (MANHOLE) EACH 104.00 13 REMOVE AND REPLACE MANHOLE BOXOUT EACH 13.00 DIVISION 7030 - SIDEWALKS, SHARED USE PATHS AND DRIVEWAYS 17 REMOVAL OF SIDEWALK AND DRIVEWAY SF 6,698.70 18 SIDEWALK, PCC C-4, 4 INCH, C-4 SF 3,330.10 19 SIDEWALK, PCC C-4, 6 INCH PEDESTRIAN RAMP, C-4 SF 3,086.50 20 DETECTABLE WARNING SF 578.00 DIVISION 7040 - PAVEMENT REHABILITATION CURB AND GUTTER, 24 IN WIDE, 10.5 INCH THICK, PCC 21 C-4, REMOVE AND REPLACE LF 688.40 CURB AND GUTTER, 24 IN, 12 INCH THICK,PCC C-4, 22 REMOVE AND REPLACE LS 27.60 24 CRACK AND SEAL SY 63,788.00 25 MILL WEDGE EACH 40.00 DIVISION 8020 - PAVEMENT MARKINGS AND TRAFFIC PAVEMENT MARKING PAINTED PAVEMENT MARKINGS, 26 SOLVENTNVATERBOURNE STA 733.43 27 PRECUT SYMBOLS AND LEGENDS EACH 14.00 DIVISION 8030 - TEMPORARY TRAFFIC CONTROL 28 TEMPORARY TRAFFIC CONTROL LS 1.00 DIVISION 9 - SITE WORK AND LANDSCAPING AND SEEDING HYDRAULIC SEEDING, SEEDING, FERTILIZING AND 29 MULCHING SY 62.00 Name and Address of Sender Check type of mailor service: ❑ Adult Signature Required 0 AdOlt Signature Restricted Delivery ❑ Certified Mail 0 Recorded Delivery (International) ❑ COD ❑Registered ❑ Delivery Confirmation ❑ Return Receipt for Merchandise ❑ Express Mail 0 Signature Confirmation ❑ Insured Affix Stamp Here (If issued as a certificate of mailing or for additional copies of this bill) Postmark and Date of Receipt Article Number Addressee (Name, Street, City, State, & ZIP Code TM) Postage Fee Handling Charge Actual Value if Registered Insured Value Due Sender if COD ASR Fee ASRD Fee DC Fee SC Fee SH Fee RD Fee RR Fee 1. DANIELS HOME IMPROVEMENT 3358 BRISTOL RD WATERLOO, IA 50701 50 .41 2. DC CORPORATION 426 BEECH ST. MATERL0.0_,__IA 5.0703---_._ 50 .41 8' GREER'.S--WORKS -- _ 2003 PLAINVIEW WA-T-ERL00 IA• 50703- — - -- 50 .41 4. OLD GREER'S WORKS 50 .41 U.S. POSTA( WATERLOO, 50701 APR 11, 19 AMOUNT $2.4 R2305M1LE 2309 SPRINGVIEW ST _ _ WATERLOO, IA 5-0707 _ 5. QUICK CONSTRUCTION CO. 217 BATES ST. .50 .41 ". _ WATERLOO IA 50703 6' WATCO CONSTRUCTION CO. PO_-BOX_9-04 -WATERLOO,—.IA.. -507-04 •50 .41 7. 8. Total Number of Pieces Listed by Sender Total Number of Pieces Receive at Post Office Posbn- er, Per (Nam- ofreceiv oyee) orm 3577, June 2011 (Page 1 oft) omplete by Typewriter, Ink, or Ball Point Pen See Privacy Act Statement on Reverse RO 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 PO BOX 904 WATERLOO, IA 50704 RE: CONTRACT NO. 964, WATERLOO, IOWA I, WATCO CONSTRUCTION, hereby attest that I have been solicited for a bid on F.Y. 2019 ASPHALT OVERLAY 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 24, 2019 at 4:00 PM, CST. 0 Y/ie5l/, DATE * Return the original Subcontractor's Bid Request Form with the prime Bidder's total bid. L.))14-ito ap3.3-77�alC� SUBCONTRACTOR'S COMPANY NAME SUBCONTRAC SIGNATURE PRIME DER'S SIGNATUR