HomeMy WebLinkAboutAspro, Inc.Aspro, Inc
PO Box 2620
Waterloo, IA 50704
319-232-6537
FY 2024 ASPHALT OVERLAY PROGRAM
CONTRACT NO 1099
CITY OF WATERLOO, IOWA
BID DUE: MARCH 14, 2024
1:00 pm
BID SECURITY
FORM OF BID OR PROPOSAL
FY 2024 ASPHALT OVERLAY PROGRAM
CONTRACT NO. 1099
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. 2024 ASPHALT OVERLAY PROGRAM, Contract No. 1099, all in
accordance with the above -listed documents and for the unit prices for work in place for the following items and
quantities:
FY 2024
ASPHALT
OVERLAY
PROGRAM
CONTRACT
NO.1099
ITEM
BID
SPECIFICATION
SUPPLEMENTAL
SUDAS
*
SEE
DESCRIPTION
UNIT
EST
TOTAL
QTY
UNIT
PRICE
BID
TOTAL
PRICE
BID
DIVISION
AND
COVENANTS
1
-
GENERAL
PROVISIONS
1
1070-302
RAILROAD
CANADIAN
PROTECTION
NATIONAL
RAILROAD
INSURANCE
-
LS
1.0
$
$
SUBTOTAL
GENERAL
PROVISIONS
AND
COVENANTS
=
$
DIVISION
2
-
EARTHWORK
2
2010-108-E
*
CLASS
10
EXCAVATION
SF
8,823.0
$
$
SUBTOTAL
EARTHWORK
=
$
DIVISION
APPURTANCES
5
-
WATER
MAINS
AND
3
SEE
EST.
REF.
CONVERT
WATER
MANHOLE
TO
ROADBOX
EACH
21.0
$
$
SUBTOTAL
WATER
MAINS
AND
APPURTANCES
=
$
DIVISION
SANITARY
6
AND
-
STRUCTURES
STORM
SEWERS
FOR
4
6010-108-B
INTAKE,
SW-501
EACH
5.0
$
$
5
6010-108-B
INTAKE,
SW-507
EACH
3.0
$
$
6
6010-108-E-1
*
SANITARY
MANHOLE
ADJUSTMENT,
MINOR
EACH
11.0
$
$
FORM OF BID
CONTRACT NO. 1099
Page 1 of 5
7
6010-108-E-1
*
STORM
MANHOLE
ADJUSTMENT,
MINOR
EACH
24.0
$
$
8
SEE
EST.
REF.
STORM
RISER
RING
MANHOLE
ADJUSTMENT,
MANHOLE
EACH
1.0
$
$
9
SEE
EST.
REF.
TRAFFIC
HANDHOLE
ADJUSTMENT,
MINOR
EACH
1.0
$
$
10
SEE
EST.
REF.
INTAKE
ADJUSTMENT,
RISER,
SW-501
EACH
1.0
$
$
11
6010-108-E-2
*
INTAKE
ADJUSTMENT,
MINOR,
SW-501
EACH
3.0
$
$
12
6010-108-E-2
*
INTAKE
TYPE
Q
ADJUSTMENT,
GRATE
MINOR,
SW-501,
EACH
1.0
$
$
13
6010-108-E-2
*
INTAKE
TYPE
S
ADJUSTMENT,
GRATE
MINOR,
SW-501,
EACH
1.0
$
$
14
6010-108-E-2
*
INTAKE
ADJUSTMENT,
MINOR,
SW-507
EACH
6.0
$
$
15
6010-108-E-2
*
INTAKE
ADJUSTMENT,
MINOR,
SW-509
EACH
2.0
$
$
16
SEE
EST.
REF.
INTAKE,
TOP
REPAIR,
SW-507
OR
SW-509
EACH
7.0
$
$
17
SEE
EST.
REF.
INTAKE,
TOP
REPAIR,
SW-545
EACH
4.0
$
$
18
6010-108-H
REMOVE
INTAKE
EACH
8.0
$
$
SUBTOTAL
STRUCTURES
FOR
SANITARY
AND
STORM
SEWERS
=
$
DIVISION
WORK
7
-
STREETS
AND
RELATED
19
7010-108-E
CURB
DEPTH,
&
PCC,
GUTTER,
C-4
24-INCH
WIDE,
8-INCH
LF
443.4
$
$
20
7010-108-E
CURB
DEPTH,
&
PCC,
GUTTER,
C-4
24-INCH
WIDE,
9.5-INCH
LF
361.0
$
$
21
7010-108-E
CURB
DEPTH,
&
PCC,
GUTTER,
C-4
24-INCH
WIDE,
10.5-INCH
LF
632.6
$
$
22
7010-108-E
CURB
DEPTH,
&
PCC,
GUTTER,
C-4
24-INCH
WIDE,
11-INCH
LF
97.0
$
$
23
7010-108-E
CURB
DEPTH,
&
PCC,
GUTTER,
C-4
24-INCH
WIDE,
11.5-INCH
LF
263.0
$
$
24
7010-108-G
*
CONCRETE
MEDIAN,
6-INCH
DEPTH
SF
736.0
$
$
25
7020-108-A
PAVEMENT,
SURFACE,
1/2",
HMA,
PG
HIGH
58-28H,
TRAFFIC
NO
FRICTION
(HT)
TON
10,260.0
$
$
26
7020-108-A
PAVEMENT,
PG
58-34E
HMA,
INTERLAYER
BASE,
3/8",
TON
2,942.0
$
$
27
7020-108-A
HMA
PAVEMENT
SAMPLES
AND
TESTING
LS
1.0
$
$
SIDEWALKS,
DRIVEWAYS
SHARED
USE
PATHS
AND
28
7030-108-A-1
*
REMOVAL
OF
SIDEWALK
SF
11,993.0
$
$
29
7030-108-A-3
*
REMOVAL
OF
DRIVEWAY
SF
378.0
$
$
FORM OF BID
CONTRACT NO. 1099
Page 2of5
30
7030-108-E
*
SIDEWALK,
PCC,
4
INCH,
C-4
SF
5,517.0
$
$
31
7030-108-E
*
SIDEWALK,
PCC,
6
INCH,
C-4
SF
6,432.0
$
$
32
7030-108-E
*
SIDEWALK,
PCC,
8 INCH,
C-4
SF
207.0
$
$
33
7030-108-G
DETECTABLE
WARNINGS
SF
1,160.0
$
$
34
7030
108
H-1
*
DRIVEWAY,
PAVED,
PCC,
6
INCH,
C-4
SF
225.0
$
$
35
7030-108-H-1
*
DRIVEWAY,
PAVED,
PCC,
6
INCH,
M-4
SF
153.0
$
$
36
IA
2312
DOT
*
SPEC.
GRANULAR
SURFACING,
4-INCH
DEPTH
SF
131.0
$
$
PAVEMENT
REHABILITATION
37
7040-108-A
*
PAVEMENT,
PCC,
9-INCH,
C-4
SF
226.0
$
$
38
7040-108-A
*
PAVEMENT,
HMA,
4-INCH,
MISC.
SF
105.0
$
$
39
7040-108-A
*
FULL
C-4
DEPTH
PATCHES,
9.5-INCH
DEPTH,
PCC,
SF
225.0
$
$
40
7040-108-A
*
FULL
PCC,
DEPTH
C-4
PATCHES,
10.5-INCH
DEPTH,
SF
7,500.0
$
$
41
7040-108-C
*
PARTIAL
DEPTH
PATCHES
SF
10,400.0
$
$
42
SEE
EST.
REF.
PARTIAL
DEPTH
CRACK
REPAIR
SF
1,210.0
$
$
43
7040-108-G
*
MILL
WEDGE
EACH
13.0
$
$
44
IA
2214
DOT
SPEC
PAVEMENT
SCARIFICATION
SY
55,227.0
$
$
45
7040-108-H
*
PAVEMENT
REMOVAL
SF
120.0
$
$
46
7040-108-H
*
MEDIAN
CAP
REMOVAL
SF
736.0
$
$
47
7040-108-1
CURB
AND
GUTTER
REMOVAL
LF
1,797.0
$
$
SUBTOTAL
STREETS
AND
RELATED
WORK
=
$
DIVISION
AND
TRAFFIC
8
-
CONTROL
PAVEMENT
MARKINGS
PAVEMENT
MARKINGS
48
8020-108-B
PAINTED
SOLVENT/WATERBOURNE
PAVEMENT
MARKINGS,
STA
411.15
$
$
49
8020-108-E
*
PERMANENT
THERMOPLASTIC,
TAPE
24-INCH
MARKINGS,
WIDE,
WHITE
LF
574.0
$
$
50
8020-108-H
PRECUT
THERMOPLASTIC
SYMBOLS
&
LEGENDS,
EACH
33.0
$
$
TRAFFIC
CONTROL
51
8030-108-A
TEMPORARY
TRAFFIC
CONTROL
LS
1.0
$
$
FORM OF BID
CONTRACT NO. 1099
Page 3 of 5
SUBTOTAL
PAVEMENT
MARKINGS
AND
TRAFFIC
CONTROL
=
$
DIVISION
LANDSCAPING
9
- SITE
WORK
AND
SEEDING
52
9010-108-B
*
HYDRAULIC
AND
MULCHING
SEEDING,
-TYPE
SEEDING,
1
FERTILIZING
SF
2,197.0
$
$
SUBTOTAL
SITE
WORK
AND
LANDSCAPING
=
$
DIVISION
11
-
MISCELLANEOUS
53
11020-108-A
MOBILIZATION
LS
1.0
$
$
SUBTOTAL
MISCELLANEOUS
=
$
TOTAL BID $ � 319) 933 . �D
2. It is understood that the quantities set forth are approximate only and subject to variation and that the unit bid price for the
work done shall govern in the actual payment to Contractor.
3. In submitting this bid, the bidder understands that the right is reserved by the City of Waterloo, Iowa, to reject any or all
bids. If written notice of the acceptance of this bid is mailed, telegraphed, or delivered to the undersigned within thirty
(30) days after the opening thereof, or at any time thereafter
before this bid is withdrawn, the undersigned agrees to execute and deliver an agreement in the prescribed form and
furnish the required bond and certificate of the insurance within ten (10) days after the agreement is presented to him for
signature, and start work within ten (10) days after "Notice to Proceed" is issued.
4. Security in the sum of 5% OF BID
) in the form of BID BOND
INSTRUCTIONS TO BIDDERS.
Dollars ($ N/A
is submitted herewith in accordance with the
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.
1
Date Zl Zb/2'4
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
FORM OF BID
CONTRACT NO. 1099 Page 4 of 5
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, IN.C.
BY:
Official Address: (Including Zip Code):
MARCH 14, 2024
(Date)
Title VICE PRESIDENT
3613 TEXAS ST; PO BOX 2620
WATERLOO, IA 50704
I.R.S. No. 42-1011512
FORM OF BID
CONTRACT NO. 1099 Page 5 of 5
FORM OF BID OR PROPOSAL
F. Y. 2024 ASPHALT OVERLAY PROGRAM
CONTRACT NO. 1099
CITY OF WATERLOO, IOWA
BID
ITEM
DESCRIPTION
UNIT
EST.
QTY.
UNIT BID
PRICE
TOTAL BID
PRICE
1
RAILROAD PROTECT INS.-CANADIAN NA
LS
1.00
$8,000.00
$8,000.00
2
CLASS 10 EXCAVATION
SF
8,823.00
$4.00
$35,292.00
3
CONVERT WATER MH TO ROADBOX
EACH
6.00
$950.00
$5,700.00
4
INTAKE, SW-501
EACH
5.00
$6,750.00
$33,750.00
5
INTAKE, SW-507
EACH
3.00
$8,000.00
$24,000.00
6
SANITARY MH ADJUSTMENT, MINOR
EACH
11.00
$2,000.00
$22,000.00
7
STORM MH ADJUSTMENT, MINOR
EACH
25.00
$1,975.00
$49,375.00
8
STORM MH ADJUSTMENT, MH RISER Rik
EACH
1.00
$1,000.00
$1,000.00
9
TRAFFIC HANDHOLE ADJUST., MINOR
EACH
1.00
$1,000.00
$1,000.00
10
INTAKE ADJUSTMENT, RISER, SW-501
EACH
1.00
$450.00
$450.00
11
INTAKE ADJUSTMENT, MINOR, SW-501
EACH
3.00
$4,000.00
$12,000.00
12
INTAKE ADJ., MINOR, SW-501, TYPE Q
EACH
1.00
$4,000.00
$4,000.00
13
EACH
1.00
$4,200.00
$4,200.00
INTAKE ADJ., MINOR, SW-501, TYPES
14
INTAKE ADJUSTMENT, MINOR, SW-507
EACH
6.00
$4,700.00
$28,200.00
15
INTAKE ADJUSTMENT, MINOR, SW-509
EACH
2.00
$5,225.00
$10,450.00
16
INTAKE, TOP REPAIR, SW-507 OR SW-50
EACH
7.00
$3,650.00
$25,550.00
17
INTAKE, TOP REPAIR, SW-545
EACH
4.00
$4,700.00
$18,800.00
18
REMOVE INTAKE
EACH
8.00
$2,000.00
$16,000.00
19
LF
443.40
$54.50
$24,165.30
CURB & GUTTER, 24", 8", PCC, C-4
20
LF
361.00
$56.50
$20,396.50
CURB & GUTTER, 24", 9.5", PCC, C-4
21
LF
647.20
$58.00
$37,537.60
CURB & GUTTER, 24", 10.5", PCC, C-4
22
LF
97.00
$58.00
$5,626.00
CURB & GUTTER, 24", 11", PCC, C-4
23
LF
263.00
$59.50
$15,648.50
CURB & GUTTER, 24", 11.5", PCC, C-4
24
CONCRETE MEDIAN, 6" DEPTH
SF
736.00
$6.75
$4,968.00
25
HMA, HT, SURFACE, 1/2", PG 58-28H
TON
10,260.00
$149.40
$1,532,844.00
26
HMA, INTERLAYER BASE, 3/8", PG 58-34E
TON
2,942.00
$173.00
$508,966.00
27
HMA PAVEMENT SAMPLES & TESTING
LS
1.00
$8,500.00
$8,500.00
28
SF
11,993.00
$2.30
$27,583.90
REMOVAL OF SIDEWALK
29
REMOVAL OF DRIVEWAY
SF
378.00
$2.40
$907.20
30
SIDEWALK, PCC, 4 INCH, C-4
SF
5,517.00
$6.50
$35,860.50
31
SIDEWALK, PCC, 6 INCH, C-4
SF
6,432.00
$7.00
$45,024.00
32
SIDEWALK, PCC, 8 INCH, C-4
SF
207.00
$7.50
$1,552.50
33
DETECTABLE WARNINGS
SF
1,160.00
$65.00
$75,400.00
34
SF
225.00
$7.00
$1,575.00
DRIVEWAY, PAVED, PCC, 6 INCH, C-4
35
SF
153.00
$7.00
$1,071.00
DRIVEWAY, PAVED, PCC, 6 INCH, M-4
36
GRANULAR SURFACING, 4 INCH DEPTH
SF
131.00
$3.00
$393.00
37
PAVEMENT, PCC, 9 INCH, C-4
SF
226.00
$8.00
$1,808.00
38
PAVEMENT, HMA, 4 INCH, MISC.
SF
105.00
$7.00
$735.00
39
FULL DEPTH PATCHES, 9.5", PCC, C-4
SF
225.00
$15.00
$3,375.00
40
FULL DEPTH PATCHES, 9 PCC/3" HMA
SF
7,500.00
$23.40
$175,500.00
41
PARTIAL DEPTH PATCHES
SF
10,400.00
$15.50
$161,200.00
42
PARTIAL DEPTH CRACK REPAIR
SF
1210.00
$15.25
$18,452.50
43
MILL WEDGE
EACH
13.00
$3,250.00
$42,250.00
44
PAVEMENT SCARIFICATION
SY
55227.00
$8.00
$441,816.00
45
PAVEMENT REMOVAL
SF
120.00
$3.00
$360.00
46
MEDIAN CAP REMOVAL
SF
736.00
$2.25
$1,656.00
47
LF
1811.60
$26.50
$48,007.40
CURB AND GUTTER REMOVAL
48
PAINTED PAVEMENT MARKINGS, WATEF
STA
411.15
$90.00
$37,003.50
49
PERM. TAPE MARKINGS, THERMO., 24"
LF
574.00
$35.00
$20,090.00
50
PRECUT SYMBOLS, THERMOPLASTIC
EACH
33.00
$700.00
$23,100.00
51
TEMPORARY TRAFFIC CONTROL
LS
1.00
$65,500.00
$65,500.00
52
HYDRAULIC SEED FERTILIZE, MULCH
SF
2197.00
$2.00
$4,394.00
,
53
MOBILIZATION
LS
1.00
$121,500.00
$121,500.00
54
REM/REP STEEL BEAM GUARDRAIL
LS
1.00
$5,400.00
$5,400.00
TOTAL BID
Aspro, Inc.
Brad Blough
Official Address: (Including Zip Code)
3613 Texas St.; P. O. Box 2620
Waterloo, Iowa 50704
I.R.S. No. 42-1011512
$3,819,933.40
March 14, 2024
(Date)
Title: Vice President
NON -COLLUSION AFFIDAVIT OF PRIME BIDDER
State of IOWA
)ss
County of BLACK HAWK
BRAD BLOUGH , being first duly sworn, deposes and says that:
1 He is (Owner-, Partner, Officer, - - ;presentative, or Aft) , 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 ;: y of its agents, representatives,
owners, employees, or parties in interest, including this af'ant.
(Signed)
VICE PRESIDENT
Title
Subscribed and sworn to before me this t a day of ar , 200)1A
My commission expires Iu'vy al , c3
•
INA'°"`
ler-
CHRI JONOr 7s4o y
COMMISSION
MY COMMISSION EXPIRES
Bidder Status Form
To be completed by all bidders
PartA
Please answer "Yes" or "No" for each of the following:
Yes ONo
Yes ONo
Yes ONo
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: 07
Dates:
Dates:
You may attach additional sheet(s) if needed.
/ 24 / 1973 to CU}KRENT / Address.
3613 TEXAS ST; PO BOX 2620
City, State, Zip: WATERLOO, IA 50704
/ / to / / Address.
City, State, Zip:
/ / to / / Address.
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 or laborers? 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
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: AS R0 NC.
0
Signature: • Date: MARCH 14,2024
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)
MBE/WBE BUSINESS ENTERPRISE
PRE -BID CONTACT INFORMATION FORM
Prime Contractor Name: ASPRO, INC.
Project: F.Y. 2024 ASPHALT OVERLAY PROGRAM
Letting Date: MARCH 14, 2024
NO MBE/WBE 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 useplebe vs the bottom portion of this form.
Contractor Signature:
Title VICE PRESIDENT
Date: MARCH 14, 2024
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 may 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
MBE/WBE BUSINESS ENTERPRISE CONTACTS
Quotes
Received
Quotation
used
in
bid
Subcontractors
MBEANBE
Contacted
Dates
Yes/No
Contacted
Dates
Yes/No
Dollar
Amount
be
Subcontracted
Proposed
to
DC CORPORATION
2/22/24
)(642
3/421
06
I
1 I379oO
DANIELS
HOME
IMPROVEMENT
2/22/24
ilg
QUICK
CONSTRUCTION
CO.
2/22/24
tip
4
MARTINEZ
CONCRETE,
LLC
2/22/24
lec
Zglz
Ve5
t
I9'tS
D
REYES
CONSTRUCTION,
LLC
2/22/24
aVi b-t#1
NO
Ni
04
Low
RJd
I0
(Form CCO-4) Rev. 06-20-02
E
• v
Lt
I
T.
• o
0
Lit
cu
•(off
� v
0
UNITED STATES
Parcel Airlift
U.S. POSTAGE PAI
riff WATERLOO, IA
Special Handling
cu
u_
103
1^
u l
1^
In
u l
03
1^
u/
W
V)
1c1^o
u l
Postage
-W
,^^
Address
(Name, Street, City, State, and ZIP Code Tr.')
DC CORPORATION
426 BEECH ST
WATERLOO, IA 50703
DANIELS HOME IMPROVEMENT
3358 BRISTOL RD
WATERLOO, IA 50702
QUICK CONSTRUCTION CO.
217 BATES ST
WATERLOO, IA 50703
MARTINEZ CONCRETE, LLC
711 REBER AVE
WATERLOO, IA 50701
REYES CONSTRUCTION, LLC
908 W 1st ST.
TOTAL NO.
of Pieces Received at Post 01
CD
CD
TOTAL NO.
of Pieces Listed by Sender
5
H
1
0
0
a
w
H
3
10, INC.
BOX 2620
ERLOO, IA 50704
USPS"' Tracking Number
Firm -specific Identifier
N
03
7f'
Lri
Cfl
See Reverse for Instructions
PSN 7530-17-000-5549
0
BID BOND
KNOW ALL MEN BY THESE PRESENTS, that we, Aspro, Inc_
as Principal, and Swiss Re Corporate Solutions America Insurance Corporation
as Surety are held and firmly bound unto the CITY OF WATERLOO , Iowa, hereinafter called
"OWNER." In the penal sure Five Percent of the Total Amount Bid
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 14th day of March
2024 , for FY 2024 Asphalt Overlay Program in the City of Waterloo, Iowa, Contract
No. 1099
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 furnish a bond for his faithful performance of said contract, and for the payment of all persons
performing labor or furnishing matenals 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 21st day of February , A.D. 2024
Aspro, Inc.
Prigpipal,
By
t—� c Swiss Re Corporate Solutions America InsuranesktJporation
Surety
By
i
Cindy Bennett 1"
omey-in-fact
(Seal)
(Title)
♦ C Rei
•
SEAL=a'
•.,• ,� 1973�� oa
o .•�•,s o ,,.ot.ttttt
,�rSlulw• `tttt
SWISS RE CORPORATE SOLUTIONS
SWISS RE CORPORATE SOLUTIONS AMERICA INSURANCE CORPORATION ("SRCSAIC")
SWISS RE CORPORATE SOLUTIONS PREMIER INSURANCE CORPORATION ("SRCSPIC")
WESTPORT INSURANCE CORPORATION ("WIC")
GENERAL POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS, THAT SRCSAIC, a corporation duly organized and existing under laws of the State of Missouri, and
having its principal office in the City of Kansas City, Missouri, and SRCSPIC, a corporation organized and existing under the laws of the State of
Nifissouri and having its principal office in the City of Kansas City, Missouri, and WIC, organized under the laws of the State of Missouri, and having its
principal office in the City of Kansas City, Missouri, each does hereby make, constitute and appoint:
JAY D. FREIERMUTH, CRAIG E. HANSEN, BRIAN M. DEIMERLY, CINDY BENNETT, ANNE CROWNER, TIM McCULLOH, DIONE R. YOUNG,
SETI-I ROOKER, JENNIFER MARINO, JOSEPH TIERNAN, KATE ZANDERS, SARA HUSTON, JOHN CORD
LUKAS SCHRODER and JAMIE GIFFORD 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 both SRCSAIC and SRCSPIC at meetings duly called and held on the 18th of November 2021 and WIC by written consent of its
Executive Committee dated July 18, 2011.
"RESOLVED, that any two of the President, any Managing Director, any Senior Vice President, any 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 Corporation 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 Corporation; and it is
FUJRTHER RESOLVED, that the signature of such officers and the seal of the Corporation may be affixed to any such Power of Attorney or to
any certificate relating the:eto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be
binding upon the Corporation when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached."
ttq'tttttlbtf., t
\s F�.,
tV •,�_•...• ,I
ttttttttl 1111 flat
•``' _I14i A1.1&? 't, . ``� t�NS PRE/,/� tt
, ,.. * ttt,♦
IErik Janssens, Senior Vice President of SRCSAIC & Senior Vice President
of SRCSPIC & Senior Vice President of WIC
By
Gerald Jagrowski, Vice President of SRCSAIC & Vice President of SRCSPIC
& Vice President of WIC
IN WITNESS WHEREOF, SRCSAIC, SRCSPIC, and WIC have caused their official seals to be hereunto affixed, and these presents to be signed by their
authorized officers
this 211d day of FEBRUARY , 20 24
State of Illinois
County of Cook
ss
Swiss Re Corporate Solutions America Insurance Corporation
Swiss Re Corporate Solutions Premier Insurance Corporation
Westport Insurance Corporation
On this 2nd day of FEBRUARY , 20 24 , before me, a Notary Public personally appeared Erik Janssens , Senior Vice President of SRCSAIC
and Senior Vice President of SRCSPIC and Senior Vice President of WIC and Gerald Jagrowski , Vice President of SRCSAIC and Vice President of
SPCSPIC and Vice President of WIC, 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.
I, Jeffrey Goldberg, the duly elected Senior Vice President and Assistant Secretary of SRCSAIC and SRCSPIC and WIC, do hereby certify that the above and
foregoing is a true and correct copy of a Power of Attorney given by said SRCSAIC and SRCSPIC and WIC, which is still in hill force and effect.
IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Companies this 2lstday of February , 20 24 .
Jeffrey Goldberg, Senior Vice President &
Assistant Secretary of SRCSAIC and
SRCSPIC and WIC