HomeMy WebLinkAboutUntitled ADDENDUM NO. 1
FORM OF BID OR PROPOSAL
F.Y. 2014 STREET RECONSTRUCTION PROGRAM
CONTRACT NO. 859
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 PartnershipN/cconsisting of the following partners:
having familiarized ttalarp(115raM1 } ) (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. 2012 STREET RECONSTRUCTION PROGRAM, Contract
No. 819, all in accordance with the above-listed documents and for the unit prices
for work in place for the following items and quantities:
F.Y. 2014 STREET RECONSTRUCTION PROGRAM
CONTRACT NO. 859
BID DIVISION I UNIT EST QM UNIT BID TOTAL BID PRICE'
ITEM DESCRIPTION PRICE
BASE BID- SECTION 1
CONSTRUCT, MAINTAIN, REMOVE
1 TEMPORARY ACCESS AND RESTORE SY 93.3 $ $
2 MISC. PCC, 9". C-4 SY 167.5 $ $
3 REMOVE AND REPLACE MISC. 7.5" HMA SY 3.6 $ $
4 REMOVE AND REPLACE MISC:, 9.0" HMA SY 218.6 $ $
5 REMOVE AND REPLACE MISC. 7" PCC, C-4 SY 341.0 $ $
REMOVE/REPLACE MISC. SEALCOAT W/2"
6 HMA SY 133.4 $ $
7 ACC DRIVEWAY APPROACH TON 28.2 $ $
8 DRIVEWAY APPROACH 6.5"ACC TON 0.0 $ $
FORM OF BID CONTRACT NO. 859 Page 1 of 10
ADDENDUM NO. 1
9 DRIVEWAY APPROACH AND S/W, 6" PCC, C-4 SY 956.9 $ $
10 DRIVEWAY APPROACH AND S/W, 5"PCC, C-4 SY 3,524.7 $ $
11 SIDEWALK, 4" PCC, C-4 SY 725,2 $ $
PEDESTRIAN RAMP, PCC SIDEWALK, 6" PCC,
12 C-4 SY 929.0 $ $
PEDESTRIAN RAMP DETECTABLE WARNING
13 SURFACE SF 1,478.0 $ $
14 SIDEWALK CURB SECTION LF 315.9 $ $
15 MISCELLANEOUS CONCRETE CY 1.6$ $
16 CONCRETE PAVEMENT REMOVAL SY 45,061.6 $ $
17 ASPHALT PAVEMENT REMOVAL SY 15,784.9 $ $
18 SIDEWALK AND DRIVEWAY REMOVAL SY 5,387.6$ $
19 SIDEWALK REMOVAL SY 721.8 $ $
20 SAW CUT LF 2,714.0 $ $
21 GEOGRID SY 21,072.4 $ $
22 WOVEN GEOTEXTILE SY 32,322.5 $ $
23 MODIFIED SUBBASE TON 29,894.1 $ $
24 RECYLED ASPHALT PAVING TON 40.0 $ $
25 ROADSTONE, 3/4" TON 117.0 $ $
26 DRAIN TILE, 6" LF 30,981.0 $ $
27 DRAIN TILE, 4" LF 1,500.0 $ $
28 DRAIN TILE STUB, 4" LF 1,645.0 $ $
29 DRAIN TILE TAP AND COLLAR EACH 21,0 $ $
RF-19C, INLET OUTLET DETAIL(RODENT
30 GUARD) EACH 138.0$ $
CONVERT WATER VALVE MANHOLE TO
31 ROADBOX EACH 27.0 $ $
32 WATER SERVICE CORPORATION, 3/4" EACH 98,0 $ $
1
33 WATER SERVICE CURB STOP, 3/4" EACH 98.0$ $
34 WATER SERVICE PAVE BOX, 3/4" EACH 98.0 $ $
FORM OF BID CONTRACT NO. 859 Page 2 of 10
ADDENDUM NO. 1
35 COPPER WATER SERVICE, 3/4" LF 2,491.0 $ $
•
36 WATER SERVICE CORPORATION, 1" EACH 2.0 $ $
37 WATER SERVICE CURB STOP, 1" EACH 2.0 $ $
38 WATER SERVICE PAVE BOX, 1" EACH 2.0$ $
39 COPPER WATER SERVICE, 1" LF 50.0 $ $
40 WATER SERVICE KILL EACH 14.0 $ $
41 WATER SERVICE TAP, 3/4"OR 1" EACH 2.0$ $
42 LOWER WATER SERVICE, 3/4"OR 1" EACH 6.0 $ $
43 UNDERGROUND INVESTIGATION-WATER EACH 19.0 $ $
LOWER WATER SERVICE, 314", DOWNING
44 AVENUE LF 1,254.0 $ $
45 TOPSOIL, 4" SY 8,775.3 $ $
46 HYDROSEED SY 670.0$ $
TOPSOIL REMOVAL FROM PARKING,
47 EARTHWORK SY 10,762.7 $ $
48 CONSTRUCTION SURVEY LS 1.0$ $
49 TRAFFIC CONTROL LS 1.0 $ $
50 DETOUR ROUTE-BERTCH ST. LS 1.0 $ $
51 DETOUR ROUTE- DOWNING.AVE. LS 1.0$ $
52 DETOUR ROUTE- LAFAYETTE ST. LS 1.0 $ $
53 DETOUR ROUTE- HAMMOND AVE. LS 1.0 $ $
54 DETOUR ROUTE-MITCHELL AVE. LS 1.0$ $
55 DETOUR ROUTE- EASTON AVE. LS 1.0 $ $
PERMANENT URBAN ROAD CLOSURE
56 BARRICADE LS 1.0 $ $
PAINTED PAVEMENT MARKING, WATER
57 BASED STA 57.36 $ $
58 PAVEMENT MARKING, SYMBOL OR LEGEND EACH 13,0 $ $
59 RELOCATE STREET LIGHT EACH 1.0 $ $
60 ROLLED EROSION CONTROL PRODUCT S.Y. 45.0 $ $
FORM OF BID CONTRACT NO. 859 Page 3 of 10
I ADDENDUM NO. 1
TOTAL BASE BID-SECTION I $
BID DESCRIPTION UNIT EST,QTY. UNIT BID PRICE TOTAL BID PRICE
ITEM ,BASE BID-SECTION Il
61 STORM SEWER, 2000D, 42" LF 2,667.2 $ $
62 STORM SEWER, 2000D, 36" LF 1,159.0 $ $
63 STORM SEWER, 2000D, 24" LF 363.2 $ $
64 STORM SEWER, 2000D, 18" LF 1,152.2 $ $
65 STORM SEWER, 2000D, 15" LF 596.9 $ $
66 STORM SEWER, 2000D, 12" LF 2,568.6 $ $
67 STORM MANHOLE, TYPE A, 413" EACH 40.0 $ $
68 STORM MANHOLE, TYPE A, 60" EACH 5.0 $ $
69 SW-402 RECTANGULAR STORM MANHOLE EACH 17.0 $ $
70 SW-403 RECTANGULAR STORM MANHOLE EACH 1.0 $ $
71 REMOVE EXISTING STRUCTURE EACH 77.0 $ $
REMOVE STORM SEWER PIPE LESS THAN
72 36" LF 61.0 $ $
73 TYPE E-1-C INLET EACH 52.0 $ $
74 TYPE E-2-C INLET EACH 40.0$ $
75 TYPE E-3-C INLET EACH 11.0$ $
76 TRENCH DRAIN LF 64.0 $ $
77 TYPE E-1-C INLET, MODIFIED EACH 1.0 $ $
78 TYPE E-2-C INLET, MODIFIED EACH 1.0 $ $
79 REM/REPL INLET BOXOUT, E-1-C EACH 7.0 $ $
80 REM/REPL INLET BOXOUT, E-2-C EACH 1.0 $ $
81 TAP AND COLLAR STRUCTURE OR PIPE EACH 14.0 $ $
82 TAP AND COLLAR DRY RUN ARCH EACH 1.0$ $
INSULATE EXISTING COPPER WATER
83 SERVICE EACH 16.0 $ $
FORM OF BID CONTRACT NO. 859 Page 4 of g 10
ADDENDUM NO. 1
FURNISH AND INSTALL MANHOLE RING AND
84 COVER EACH 2.0 $ $
STORM WATER PROTECTION FOR
85 STRUCTURES EACH 204.0 $ $
IN LINE CHECK VALVE FOR 42" RCP,
86 FURNISH AND INSTALL EACH 1.0 $ $
TOTAL BASE BID-SECTION II $
BID DESCRIPTION UNIT EST.QTY. UNIT BID PRICE
ITEM BASE BID—SECTION III
$
87 RECONSTRUCT SANITARY SEWER, 24" LF 300.4 $ $
88 RECONSTRUCT SANITARY SEWER, 21" LF 102.3$ $
89 RECONSTRUCT SANITARY SEWER, 18" LF 613.7 $ $
90 RECONSTRUCT SANITARY SEWER, 15" LF 2,712.2 $ $
91 RECONSTRUCT SANITARY SEWER, 12" LF 4,143,6 $ $
92 RECONSTRUCT SANITARY SEWER, 10" LF 452.2 $ $
93 RECONSTRUCT SANITARY SEWER, 8" LF 1,933.5 $ $
REMOVE AND REPLACE SANITARY SEWER,
94 8" LF 165.0 $ $
95 SANITARY SEWER SERVICE, 6 LF 5,637.0$ $
96 STANDARD SANITARY MANHOLE,48" EACH 31.0 $ $
97 STANDARD SANITARY DROP MANHOLE, 48" EACH 2.0 $ $
REMOVE EXISTING STRUCTURE, SANITARY
98 MANHOLE EACH 37.0 $ $
99 REMOVE SANITARY SEWER, 8" LF 273,0 $ $
100 TAP AND COLLAR DRY RUN ARCH EACH 0.0 $ $
101 TAP AND COLLAR STRUCTURE OR PIPE EACH 1.0 $ $
FURNISH AND INSTALL MANHOLE RING AND
102 COVER EACH 5.0$ $
103 TRACE SANITARY SEWER SERVICE EACH 20.0 $ $
104 DYE TEST INVESTIGATION EACH 30.0 $ $
105 UNDERGROUND INVESTIGATION-SANITARY EACH 8,0 $ $
FORM OF BID CONTRACT NO. 859 Page 5 of 10
ADDENDUM NO. 1
TOTAL BASE BID-SECTION III $
BID DESCRIPTION UNIT EST.QTY, UNIT BID PRICE TOTAL BID PRICE'.;
ITEM! BASE ICb-SEGTJON IV
106 SAWING LF 80.0$ $
107 SIDEWALK AND DRIVEWAY REMOVAL SY 34.3 $
REMOVE AND REPLACE MISC:. 4.5" HMA
108 OVER 6" PCC, M-4 SY 55.1 $
ALLEY OR DRIVEWAY APPROACH AND S/W,
109 6" PCC, C-4 SY 22.3 $
110 DRIVEWAY APPROACH 5" PCC, C-4 SY 12.0$ $
111 TAP AND COLLAR STORM MANHOLE EACH 1.0 $ $
112 SW-511 RECTANGULAR AREP,INTAKE EACH 1.0$ $
113 TYPE E-2-C INLET EACH 1.0 $ $
114 STORM SEWER, 2000D, 12" LF 330.0 $ $
115 FLARED END SECTION, 2000C), 12" EACH 1.0 $ $
116 CONSTRUCTION SURVEY LS 1.0 $ $
117 EXCAVATION/GRADING SY 256.0 $ $
118 RECYLED ASPHALT PAVING TON 78.0 $ $
119 TRAFFIC CONTROL LS 1.0 $ $
TOTAL BASE BID-SECTION IV $
BID DESCRIPTION, , • UNIT EST QTY KNIT BID PRICE TOTAL BID PRICE
fr•grqu BASE BID--SECTION V•
•
120 SIDEWALK, 4" PCC, C-4 SY 316.5 $ $
121 SIDEWALK, 5" PCC, C-4 SY 36.6 $•
122 EXCAVATION FOR NEW SIDEWALK SY 353.1 $ $
TOTAL BASE BID-SECTION V $
FORM OF BID CONTRACT NO. 859 Page 6 of 10
ADDENDUM NO. 1
•
•
TOTAL BASE BID-SECTIONS I, II, III, IV, V $
Bl[J bESCRIPTlON UNiT BST IITl( UNIY Blb PRFGE TOTAL B)b PRICE
ITEM ALTERI A'TE A •
• 1A 2", HMA 1M S 1/2", 60% CR SY 22,029.8 $
2A 2 1/2", HMA 1M I 3/4", 60% CR SY 22,029.8 $ $
3A 3", HMA 1M B 3/4", 60% CR SY 22,029.8 $ $
4A 2", HMA 3M S 1/2", 75%CR SY 31,599.8 $ $
5A 4", HMA 3M 13/4", 75% CR SY 8,783.4 $ $
6A 5 1/2", HMA 3M I 3/4", 75% CR SY 22,561.1 $ $
7A 3", HMA 3M B 3/4", 75%CR SY 31,344.5 $ $
CURB AND GUTTER, PCC, C-4, 24"WIDE, 7
8A 1/2"THICK LF 14,327.2 $ $
CURB AND GUTTER, PCC, C-4, 24"WIDE, 9"
9A THICK LF 5,340.0 $ $
CURB AND GUTTER, PCC, C-4, 24"WIDE,
10A 10.5"THICK LF 12,676.7$ $
11A COLD WEATHER CONCRETE PROTECTION SY 3,209.1 $ $
12A LINSEED OIL TREATMENT SY 3,209.1 $ $
13A PAVEMENT SCARIFICATION SY 255.6 $ $
14A PAVEMENT SAMPLES AND TESTING LS 1.0 $ $
15A EXCAVATION CY 17,900.9•
$ $
16A SPEED HUMP, PER DETAIL LS 1.0 $ $
• TOTAL BASE BID-ALTERNATE A $
'BIM-DESCRIPTION; UNIT EST.QTY. UNIT BID PRICE TOTAL BID PRICE
ITEM ALTERNATE B •
1B PCC PAVEMENT, 6", C-4 SY 25,240.9 $ NO BID $ N/A
$ $
2B PCC PAVEMENT, 7", C-4 SY 10,005.5 NO BID N/A
3B PCC PAVEMENT, 8", C-4 SY 25,500.1 $ NO BID ,$ N/A
4B COLD WEATHER CONCRETE PROTECTION SY 12,744.1 $ NO BID $ N/A
inyb
• FORM OF BID CONTRACT NO. 859 Page 7 of 10
ADDENDUM NO. 2
•
5B LINSEED OIL TREATMENT SY 12,744.1 $NO BID $ N/A
6B 2", HMA 3M S 1/2", 75%CR SY 255.6 $NO BID $ N/A •
•
• 7B PAVEMENT SCARIFICATION SY 255.6 $NO BID $ N/A
8B SPEED HUMP, PER DETAIL LS 1.0 $NO BID $ N/A
9B PAVEMENT SAMPLES AND TESTING LS 1.0 $NO BID $ N/A
10B EXCAVATION CY 14,613.7 $NO BID $ N/A
TOTAL BASE BID-ALTERNATE B $ NO BID
•
TOTAL BASE BID + ALTERNATE A $
TOTAL BASE BID + ALTERNATE B $ NO BID
BID NIT BID TOTAL BID PRICE
ITEM DIVISION II UNIT EST.QTY. UNIT
DESCRIPTION
BASE BID...
DUCTILE IRON WATER MAIN, 6-INCH DIA.,
1 CLASS 52 LF 660.0 $ $
2 DUCTILE IRON WATER MAIN REMOVAL LF 660.0 $ $
3 GATE VALVE AND BOX, 6-INCH DIA. EACH 2.0 $ $
4 TEE, 6-INCH X 6-INCH DIA. EACH 1.0 $ $
•
•
5 SLEEVE, 6-INCH DIA. EACH 1.0$ $ •
•
6 MEGALUGS, 6-INCH DIA. EACH 6.0 $ $
•
• 7 CONCRETE BLOCKING EACH 1.0$ $
8 HYDRANT ASSEMBLY EACH 2.0 $•
$
• 9 HYDRANT REMOVAL EACH 1.0 $ $
RECONNECT HYDRANT ASSEMBLY TO 6"X
10 6"TEE EACH 1.0$ $
11 TEMPORARY PVC WATER MAIN LF 702.0 $ $
REMOVAL OF TEMPORARY PVC SURFACE
12 WATER MAIN CONNECTIONS TO DUCTILE EACH 1.0$ $
IRON WATER MAIN
13 3/4"SHORT SIDE WATER SERVICES EACH 5.0$ $
• 14 3/4" LONG SIDE WATER SERVICES EACH 8.0 $ $
•
•
FORM OF BID CONTRACT NO. 859 Page 8 of 10
ADDENDUM NO. 1
15 2" LONG SIDE WATER SERVICES EACH 1.0 $ $
DRIVE OVER PROTECTION FOR TEMPORARY
16 PVC WATER MAIN EACH 1.0 $ $
REMOVE INACTIVE PAVE BOX AND
17 ABANDON WATER SERVICE LINE STUB IN EACH 6.0 $ $
PLACE
TOTAL BID DIVISION II $
TOTAL BASE BID + ALTERNATE A + DIVISION II $ Ad9,A//. 0 5` 14
TOTAL BASE BID +ALTE:RNATE B + DIVISION II $ NO BID
2. It is understood thai the quantities set forth are approximate only and subject to
variation and that the unit bid price for the work done shall govern in the actual
payment to Contractor.
3. In submitting this bid, the bidder understands that the right is reserved by the City
of Waterloo, Iowa, to reject any or all bids. If written notice of the acceptance of
this bid is mailed, telegraphed, or delivered to the undersigned within thirty (30)
days after the opening thereof, or at any time thereafter before this bid is
withdrawn, the undersigned agrees to execute and deliver an agreement in the
prescribed form and furnish the required bond and certificate of the insurance
within ten (10) days after the agreement is presented to him for signature, and
start work within ten (10) days after"Notice to Proceed" is issued.
4. Security in the sum of 5% OF BID AMOUNT
Dollars ($ 5% ) in the form of BID BOND
is submitted herewith in accordance with the INSTRUCTIONS TO BIDDERS.
5. Attached hereto is a Non-Collusion Affidavit of Prime Contractor.
6. Attached hereto is a Resident Bidder Certification ( X ), or Non-Resident
Bidder Certification C ). (Mark one.)
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 PAP or Update and an EOC, within ten (10) days of notification that the
bid submitted is lowest and acceptable.
FORM OF BID CONTRACT NO. 859 Page 9 of 10
ADDENDUM NO. 1
9. The bidder has received the following Addendum or Addenda:
Addendum No. 1 Date April 7, 2014
AP47 4 o d}d 7 y
10. The bidder shall list the MBEIWBE 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 14, 2014
(Name of Bidder) (Date)
BYl s Title PRESIDENT
fficial Address: (Including Zip Code):
PO BOX 2620
WATERLOO, IA 50704
I.R.S. No. 42-1011512
FORM OF BID CONTRACT NO. 859 Page 10 of 10
ADDENDUM NO. 1
NON-COLLUSION AFFIDAVIT OF PRIME BIDDER
State of IOWA )
) ss
County of BLACK HAWK )
MILT DAKOVICH,being first duly sworn, deposes and says that:
1. He is 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.
-2/2, L/7 PRESIDENT
ature Title
S u lrs c v't ed'c rtd'w or w to-lye,f ore'm e'thu-
ila411\
14th day of APRIL, 2014.
g• ry)Krilliirlar) OFFICE MANAGER
Su nature, rate,
My eicpire4: 9/11/14
RESIDENT BIDDER CERTIFICATION
CONTRACT NO: 859
PROJECT NAME: F.Y. 2014 STREET RECONSTRUCTION PROGRAM
DATE OF LETTING: APRIL 14, 2014
To be a qualified resident bidder, the bidder shall be a person or
entity authorized to transact business in this state and having a
business for at least three years prior to the date of the first
advertisement for the public improvement. If another state or
foreign country has a more stringent definition of a resident bidder,
the more stringent definition is applicable as to bidders from that
state or foreign country.
This qualification as resident bidder shall be maintained by the contractor and his
subcontractors at the work site until this project is completed.
I hereby certify that I am a resident bidder as defined above.
COMPANY NAME ASPRO, INC.
CORPORATE OFFICER 1W 44zid.
TITLE PRESIDENT
DATE APRIL 14, 2014
0
as
° o n pp c O
L
V
p Z CZ -8Y cn C L. a) Lp O�
>
c
Q a) m e 0 Z.
E u) N � \
0 7 E 0 w a)co 2 p 0 < m 4
m w
°� a- L o o E vi 0 p
oN • o p o >, p C o �' '4\ /!�
U p 7 C) •C U o o CI lk
% l\
p 7 pU U a) -C m O
O a)
L a)
_ Q 0 o CO L w
W Q Q � § ai E oU E a 0 0
coLL— o p > C o co co 2 (A � Z h zo
Ce Z m c o c ° wv, -0 o m Z ayi 'CI kci
� Q m E `� ICf° -) ao WQ } a•
W H .y p C a) `p C c a o p
I-- p < L `-- o 0 7 Ct O W
Z M _ a Z m '� C a C m N -o - -4.
W o p s co 4= co 'p 0 Ce j w \ 2\
N o w :0 1— E 'C p a O V \
ri) 61) w
W Z ` m o p• c o o p W
F- Um � � p � c o � Z y �` J.
N V -0 2 p E .a_Ei? p C E = W m
m I- w C ai a z a 0 ,- m a Z CO C'J o
CO O o0 m ~ lj a C 3 O W ? c h ita `1 A
() Uco T � p .° � O) o Q 77,
Z d
W 0 g o o >, a.) E 4-- cn 2
CO m . . >, Cr- L o .� o a) a ca
�' m
2 di p m ° o .5 o o a) Ou_ W -0, Tr v v Tr
m L o N �_ CO L D W j Z m y o o 0 0 0 0 0
H Q CS N N N N N N
a E LT CD +.-' CO CO CO CO CO CO
F7 5 V CI 73 E C C Q W 0 c N N N N N N
O L
CO M M M M M M
0 Q -. c� •� 't c Q J V
CV p o p 0 .� p m Q
E a) L 0 0 C E 0- w c6 m
a3 �I o L o _o O > p Q
o C 7 (UO O p to p > ~ E-1
q Q
Z } C C o 10 cP m C Z
W
Z 0 c W Q 72 7 m m p
O L °,� y p1.4
O F m° Q J U 7 o w Z
d QC V co U o rn C O , Z
u) ix o L . gici< a Q, � o
a w o � C W 0 '
rO FZ Q N p .r C.)
x1
o
EO w � U as a) rn E i O o
c-osi Z O o rn -46
o v=iot is ►- > a? amp ° c 0 Z O p r� - >
0 ui u) 0) ¢4V o o c --, 'E = O 'i2," O r� Z w x
m y r J a7�i O a cu ��i U O W
'�\e�o o ill .� o o Z �� L p c p O a 0 CG o
%j,. 33�}o U m 2 0 2 O C „ E QcB ,0 o m U W. U W �" 0
7 <<li f� E a c o0 0 0 7 a) o .� Y • Z V W A E
\c�f�a C O X p o = L o C > 0 c� • d D o
Z o Q 0 (now } w m E `� A A U" a O
U 02 co -0(D = (0 -0
O • -p co C L Wus
C a) 0) U O _aO Z cis
Uo - (q O
coN Z
E N A W U C p �2y p p
'L'' L L I.L COm '�. y..I •.L..
Q V O Q O O L co N 0 W O N Lp L
a_ a) LL O -. D ..-' C LL m • C (� ` U
Do •rn fa.- w 0) 0 p z � a E (� E n E
a) a) �; mLw U 0_ v) 3
W — 4- >
CCU) � � m a) H me o oWa .c
a)) N o LE" w o •E Q � a �m FM
o a) 2 al °)) O _c O a mw
CO.c 121 • oW
camoo vv O a o o � 3mD 0 a) z
� .Q 0 Ea a) a) -p CO Q) C o 0 E.3 o c p N�
pw � > a) -E-* o a) o a O U c n a) c
c0 V) V) CO W _V E O E -- a) Q o O a) 0 >, c L c m
Z aizm0 Q0 cE H ca a) .0 _0 U- > C
Z W Q U) as _aL 0 Z p 0) N to N - 0 C a) (0
_ L U)
Cm OL CD O L = NL co Q) V) U) U p
N � N -r Lco .� U o 0 a 'c� = i- Lo o a) Eaa)) U' al
V . n0 a) cv a E E • Q -I an
CC W � co '3 3S � r L co m � o o � co C ' - E .c
W H m CO as o aa) c p ^ O co W coo 03 avi c � E "= a� Q
L n > a p a) U o a)
Z W -0 CO E cn L •"' c Q- 0 U) O o O n. U) -0 L
m7 -a _a � v • Y W 3L E ' w as N u) «. N
-15
a- 5 � c) E w .v o w 3 c0i c m -o co C . 0 L
W IX is o- as U c P E >; 3 m o w a) L :�. •UL a)
W y 3 a) m a) 0 a W a O n `n .- o
Z � a) m co .2 � E ui 0iO U) C ~ W wm a C w = vi- � a) a
W Z � c`o �c co � o o Amy � Z m c`am ° aEi ° m0 0-
U c0 O)'- >
Q C N p Z -0 C U O) C ,t W m N U N '- L o •a) Q)
a) o f a) O •O a) -6 w C a) U u) s +.. w L U § o U L o
O U
> U a) m as 3 o a) co 'a
WQ Qom' � � > E O W EL F > c o y ;o . C .-
Z � a) cU) 4 gCO •` as oa) E z oo ca) `o 0 $ n � CNn
tn � o ma) o o v) 0 �' _ -0ai c •ooU, w0
Q O O + CO c >, N •> a) a) L L a) a) -F-
rn u 0 ,_ a) w o c E � o � c CO � 0 � L L u) > c� o � o, o
� O Z c a) cu � � E w 0 L 3 � c p m c 0. L < 0
W ? U Q) O Q) m U C o C o- o c a) O N
tU a H co U L .N C N Q .0 v- O N 0 L L U >,.V C
to I._ YUoc < aic 70, 00 Doia � _ oa, o 00 ` � Omo
Q 3 o Hd E = E 0 m C O W > c o ms n 0) •v co
W @ E z • n U � o W a) o 0 U> 0) c c v o 0
m � ' 0 c o a) ON Y O � � a�i my o 00 c c 0 .Y c U
Z pa o v Uo � U o .. C C (0U E U, a) 0 L Cr
Y U O i a) v o •� C0 w 0 0 + Z U) N 0 O 3 C o cUv
0c � Y 0 � co c C:... W 0_-C c° 0 -� 3 0 a) � 0 3 av c
U a co -c-a- ca C 0 a) co o c m a) 0 a) f- � `o N EY ai � o o
Oo c o 'er mo vi @ ° a a) o Q mQ mD W ` a c o CO .a 2
CO cao Cl- >ica O : ao 0 E ) a) � cn0a) •E Cr. ovWc
a) rn 0 to c c N U co O O (.9 a N 3 L ,. > m 0
ca a) .N m --0 0 a0 7L N v o a � �� Eo c N > a) E N '-C -0
a 0 n N�•- N ca 4- O Q CZ Os 'N i_ L'"O _a a) O = O
Li- o E c a0 -a W U ` o S n, + -a O > a) '" 2O o - w 0U •3 a)
y_, vY 3 CC m 0 Q °) > f° 'a) E 3 L N � 3 (0 o .0
o = o WU U) � � v o E � 'm o 0 . o �� 0 a) °) OU a, o
a) E O E O co U C -1-+ U L ,+..� Q) O L
C z L- L now " a) W O •O C a) > U) 0 L O U) g — 'C 0 L a s CV
co O C -0y wLL (,) 2a30 . c�0 "E:,
0 -0 U p N O 'ao- p c0 .- c .� 4 —O O
v) c cif m o -- Wit° ca � m 0 °) a) � N N •� UUv o o � o vi 0 as a) cc o
o -o o O Z � n a) 0 ca) cu m c E _c ca c = m � � ia L m c o o E o mo N N-
L '+' E a) 0 C }% U U) s- 3 O ..0 W " C L • 0) VJ � U 'p O a) O
L 0 (0 () c C _U) .c46 p 0 0 e- w W . m c o a) c- d .-� a C .o)
0 �' 0 •Qo Q) o _ _ � a Q >, a aU'i mw 3 0w E E IX W mb- O E ci)
co .5 .- EO W e c o � i> m a) 0 cm o 0 0 < W o - 0 E >.0 0) 0 0° c •c O E a
c � .cp � Qo m co aa) E Z m v"oir a > Q "-- '.- m •• ZpodQ v 0. ..... W oj -0 rnw I-
c
N p * -0 a E a) c W +- — W a' — LC m a, m
0o U N � W c N om o om cd � ci �a co .Q ci •6 ai c @ gwn 0
m Q � ., m n E .E - c � 2 c � O -coO a)
a) c 0 ` - cn 0f tL caW 0 > a, �, a W 0
'▪ 'C CO cow - • o C ¢ a) �->' U � m - z _c c .0 w .c o� o
d a s_o .0 0 as c i 0 1) U ri ... Ni a) Sri w H O Cl) - u.
sPR 0 Phone (319) 232-6537
3613 Texas Street• P.O. Box 2620•Waterloo, Iowa 50704 Fax: (319) 232-6539
F.Y. 2014 STREET RECONSTRUCTION PROGRAM
CONTRACT NO. 859
WATERLOO, IOWA
PER HOUR SURVEY RATES
STAFF PROFESSIONAL $125.00/HOUR
PARTY CHIEF $ 100.00/HOUR
TWO-PERSON CREW $125.00/HOUR
THREE-PERSON CREW $150.00/HOUR
FORM OF BID OR PROPOSAL
F.Y. 2014 STREET RECONSTRUCTION PROGRAM
CONTRACT NO. 859
CITY OF WATERLOO, IOWA
F.Y. 2014 STREET RECONSTRUCTION PROGRAM
CONTRACT NO. 859
BID DIVISION I UNIT EST. UNIT BID TOTAL BID
ITEM DESCRIPTION QTY. PRICE PRICE
BASE BID - SECTION I
1 CONST/MAINT TEMP ACCESS SY 93.30 $59.40 $5,542.02
2 MISC. PCC, 9", C-4 SY 167.50 $69.00 $11,557.50
3 R/R MISC. 7.5" HMA SY 3.60 $140.00 $504.00
4 R/R MISC. 9.0" HMA SY 218.60 $97.80 $21,379.08
5 R/R MISC. 7" PCC, C-4 SY 341.00 $75.00 $25,575.00
6 R/R MISC SEALCOAT W/2" HMA SY 133.40 $42.25 $5,636.15
7 ACC DRIVEWAY APPROACH TON 28.20 $190.00 $5,358.00
8 DRIVEWAY APPROACH 6.5" ACC TON 0.00 $0.00 $0.00
9 D/W APP. & S/W, 6" PCC, C-4 SY 956.90 $44.75 $42,821.28
10 D/W APP. & S/W, 5" PCC, C-4 SY 3524.70 $43.75 $154,205.63
11 SIDEWALK, 4" PCC, C-4 SY 725.20 $42.50 $30,821.00
12 PED. RAMP, PCC S/W, 6", C-4 SY 929.00 $46.00 $42,734.00
13 PEDESTRIAN RAMP DET SURF SF 1478.00 $37.00 $54,686.00
14 SIDEWALK CURB SECTION LF 315.90 $35.00 $11,056.50
15 MISCELLANEOUS CONCRETE CY 1.60 $800.00 $1,280.00
16 CONC. PAVEMENT REMOVAL SY 45061.60 $4.25 $191,511.80
17 ASPH. PAVEMENT REMOVAL SY 15784.90 $4.25 $67,085.83
18 S/W & D/W REMOVAL SY 5387.60 $4.25 $22,897.30
19 SIDEWALK REMOVAL SY 721.80 $6.50 $4,691.70
20 SAW CUT LF 2714.00 $4.40 $11,941.60
21 GEOGRID SY 21072.40 $4.50 $94,825.80
22 WOVEN GEOTEXTILE SY 32322.50 $4.50 $145,451.25
23 MODIFIED SUBBASE TON 29894.10 $22.00 $657,670.20
24 RECYCLED ASPHALT PAVING TON 40.00 $48.00 $1,920.00
25 ROADSTONE, 3/4" TON 117.00 $48.00 $5,616.00
26 DRAIN TILE, 6" LF 30981.00 $8.95 $277,279.95
27 DRAIN TILE, 4" LF 1500.00 $7.40 $11,100.00
28 DRAIN TILE STUB, 4" LF 1645.00 $17.40 $28,623.00
29 DRAIN TILE TAP AND COLLAR EACH 21.00 $650.00 $13,650.00
30 RF-19C, RODENT GUARD EACH 138.00 $285.00 $39,330.00
31 CONVERT WV MH TO RDBOX EACH 27.00 $525.00 $14,175.00
32 WATER SERVICE CORP., 3/4" EACH 98.00 $50.50 $4,949.00
33 WATER SERV CURB STOP 3/4" EACH 98.00 $155.00 $15,190.00
34 WATER SERV PAVE BOX 3/4" EACH 98.00 $155.00 $15,190.00
35 COPPER WATER SERV., 3/4" LF 2491.00 $22.60 $56,296.60
36 WATER SERVICE CORP., 1" EACH 2.00 $54.00 $108.00
37 WATER SERV. CURB STOP 1" EACH 2.00 $205.00 $410.00
38 WATER SERV. PAVE BOX 1" EACH 2.00 $205.00 $410.00
39 COPPER WATER SERV., 1" LF 50.00 $24.20 $1,210.00
40 WATER SERVICE KILL EACH 14.00 $385.00 $5,390.00
41 WATER SERV. TAP 3/4" OR 1 ' EACH 2.00 $115.00 $230.00
42 LOWER WATER SERV. 3/4" / 1" EACH 6.00 $775.00 $4,650.00
43 UNDERGR. INVEST. - WATER EACH 19.00 $335.00 $6,365.00
44 LOWER WTR SERV, DOWNING LF 1254.00 $24.15 $30,284.10
45 TOPSOIL, 4" SY 8775.30 $16.75 $146,986.28
46 HYDROSEED SY 670.00 $3.10 $2,077.00
47 TOPSOIL REMOVAL, EARTHVVK SY 10762.70 $10.40 $111,932.08
48 CONSTRUCTION SURVEY LS 1.00 $64,175.00 $64,175.00
49 TRAFFIC CONTROL LS 1.00 $52,000.00 $52,000.00
50 DETOUR ROUTE - BERTCH LS 1.00 $3,000.00 $3,000.00
51 DETOUR ROUTE - DOWNING LS 1.00 $3,000.00 $3,000.00
52 DETOUR ROUTE - LAFAYETTE LS 1.00 $3,000.00 $3,000.00
53 DETOUR ROUTE - HAMMOND LS 1.00 $3,000.00 $3,000.00
54 DETOUR ROUTE - MITCHELL LS 1.00 $3,000.00 $3,000.00
55 DETOUR ROUTE - EASTON LS 1.00 $3,000.00 $3,000.00
56 PERM. URBAN ROAD CLOSURE LS 1.00 $1,500.00 $1,500.00
57 PAINTED PAVEMENT MARKING STA 57.36 $50.00 $2,868.00
58 PAVEMENT MARKING, SYMBOL EACH 13.00 $260.00 $3,380.00
59 RELOCATE STREET LIGHT EACH 1.00 $2,500.00 $2,500.00
60 ROLLED EROSION CONTROL SY 45.00 $6.70 $301.50
TOTAL BASE BID - SECTION 'I $2,547,328.13
BID DESCRIPTION UNIT EST. UNIT BID TOTAL BID
ITEM BASE BID - SECTION II QTY. PRICE PRICE
61 STORM SEWER, 2000D, 42" LF 2667.20 $95.85 $255,651.12
62 STORM SEWER, 2000D, 36" LF 1159.00 $75.55 $87,562.45
63 STORM SEWER, 2000D, 24" LF 363.20 $56.20 $20,411.84
64 STORM SEWER, 2000D, 18" LF 1152.20 $41.90 $48,277.18
65 STORM SEWER, 2000D, 15" LF 596.90 $37.75 $22,532.98_
66 STORM SEWER, 2000D, 12" LF 2568.60 $36.20 $92,983.32
67 STORM MH, TYPE A, 48" EACH 40.00 $3,705.00 $148,200.00
68 STORM MH, TYPE A, 60" EACH 5.00 $4,520.00 $22,600.00
69 SW-402 RECTANG. STORM MH EACH 17.00 $4,500.00 $76,500.00
70 SW-403 RECTANG. STORM MH EACH 1.00 $4,750.00 $4,750.00
71 REM. EXISTING STRUCTURE EACH 77.00 $525.00 $40,425.00
72 REM. ST. PIPE LESS THAN 36" LF 61.00 $9.30 $567.30
73 TYPE E-1-C INLET EACH 52.00 $2,400.00 $124,800.00
74 TYPE E-2-C INLET EACH 40.00 $3,295.00 $131,800.00
75 TYPE E-3-C INLET EACH 11.00 $4,295.00 $47,245.00
76 TRENCH DRAIN LF 64.00 $205.00 $13,120.00
77 TYPE E-1-C INLET, MODIFIED EACH 1.00 $3,805.00 $3,805.00
78 TYPE E-2-C INLET, MODIFIED EACH 1.00 $4,835.00 $4,835.00
79 R/R INLET BOXOUT, E-1-C EACH 7.00 $1,035.00 $7,245.00
80 R/R INLET BOXOUT, E-2-C EACH 1.00 $1,140.00 $1,140.00
81 TAP AND COLLAR STRUCTURE EACH 14.00 $1,315.00 $18,410.00
82 TAP AND COLLAR D.R. ARCH EACH 1.00 $7,000.00 $7,000.00
83 INSULATE COP WATER SERV EACH 16.00 $765.00 $12,240.00
84 FURN/INST. MH RING & COVER EACH 2.00 $875.00_ $1,750.00
85 STORM WATER PROTECTION EACH 204.00 $460.00 $93,840.00
86 IN LINE CHECK VALVE 42" RCP EACH 1.00 $16,000.00 $16,000.00
TOTAL BASE BID - SECTION II $1,303,691.19
BID DESCRIPTION UNIT EST. UNIT BID TOTAL BID
ITEM BASE BID - SECTION III QTY. PRICE PRICE
87 RECON. SANITARY SWR, 24" LF 300.40 $95.00 $28,538.00
88 RECON. SANITARY SWR, 21" LF 102.30 $190.00 $19,437.00
89 RECON. SANITARY SWR, 18" LF 613.70 $82.00 $50,323.40
90 RECON. SANITARY SWR, 15" LF 2712.20 $78.00 $211,551.60
91 RECON. SANITARY SWR, 12" LF 4143.60 $69.00 $285,908.40
92 RECON. SANITARY SWR, 10" LF 452.20 $65.00 $29,393.00
93 RECON. SANITARY SWR, 8" LF 1933.50 $55.00 $106,342.50
94 REM./REP. SANITARY SWR, 8" LF 165.00 $105.00 $17,325.00
95 SANITARY SWR SERVICE, 6" LF 5637.00 $45.85 $258,456.45
96 STD. SANITARY MANHOLE, 48" EACH 31.00 $4,350.00 $134,850.00
97 STD. SANITARY DROP MH, 48" EACH 2.00 $6,500.00 $13,000.00
98 REM. EXISTING STRUCTURE EACH 37.00 $650.00 $24,050.00
99 REMOVE SANITARY SEWER, 8" LF 273.00 $35.00 $9,555.00
100 TAP AND COLLAR D.R. ARCH EACH 0.00 $0.00 $0.00
101 TAP AND COLLAR STRUCTURE EACH 1.00 $1,900.00 $1,900.00
102 FURN/INST. MH RING & COVER EACH 5.00 $875.00 $4,375.00
103 TRACE SANITARY SWR SERV. EACH 20.00 $410.00 $8,200.00
104 DYE TEST INVESTIGATION EACH 30.00 $180.00 $5,400.00
105 UNDERGR. INVEST. - SANITARY EACH 8.00 $425.00 $3,400.00
TOTAL BASE BID - SECTION III $1,212,005.35
BID DESCRIPTION UNIT EST. UNIT BID TOTAL BID
ITEM BASE BID - SECTION IV QTY. PRICE PRICE
106 SAWING LF 80.00 $5.00 $400.00
107 S/W & D/W REMOVAL SY 34.30 $6.50 $222.95
108 R/R MISC 4.5" HMA/6" PCC, M•-4 SY 55.10 $143.00 $7,879.30
109 D/W APP. & S/W, 6" PCC, C-4 SY 22.30 $44.75 $997.93
110 D/W APPROACH 5" PCC, C-4 SY 12.00 $43.75 $525.00
111 TAP AND COLLAR STORM MI-I EACH 1.00 $1,315.00 $1,315.00
112 SW-511 RECTANGULAR INTAKE EACH 1.00 $2,915.00 $2,915.00
113 TYPE E-2-C INLET EACH 1.00 $3,295.00 $3,295.00
114 STORM SEWER, 2000D, 12" LF 330.00 $37.05 $12,226.50
115 FLARED END SECT., 2000D, '12" EACH 1.00 $1,315.00 $1,315.00
116 CONSTRUCTION SURVEY LS 1.00 $2,500.00 $2,500.00
117 EXCAVATION/GRADING SY 256.00 $8.00 $2,048.00
118 RECYCLED ASPHALT PAVING TON 78.00 $48.00 $3,744.00
119 TRAFFIC CONTROL LS 1.00 $2,000.00 $2,000.00
TOTAL BASE BID - SECTION IV $41,383.68
BID DESCRIPTION UNIT EST. UNIT BID TOTAL BID
ITEM BASE BID - SECTION V QTY. PRICE PRICE
120 SIDEWALK, 4" PCC, C-4 SY 316.50 $42.50 $13,451.25
121 SIDEWALK, 5" PCC, C-4 SY 36.60 $43.75 $1,601.25
122 EXCAVATION FOR NEW S/W SY 353.10 $15.00 $5,296.50
TOTAL BASE BID - SECTION V $20,349.00
TOTAL BASE BID - SECTION I, II, III, IV & V $5,124,757.34
BID DESCRIPTION UNIT EST. UNIT BID TOTAL BID
ITEM ALTERNATE A QTY. PRICE PRICE
1A 2", HMA 1M S 1/2", 60% CR SY 22029.80 $10.70 $235,718.86
2A 2 1/2", HMA 1M 13/4", 60% CR SY 22029.80 $11.50 $253,342.70
3A 3", HMA 1M B 3/4", 60% CR SY 22029.80 $13.55 $298,503.79
4A 2", HMA 3M S 1/2", 75% CR SY 31599.80 $10.75 $339,697.85
5A 4", HMA 3M I 3/4", 75% CR SY 8783.40 $18.95 $166,445.43
6A 5 1/2", HMA 3M I 3/4", 75% CR SY 22561.10 $25.85 $583,204.44
7A 3", HMA 3M B 3/4", 75% CR SY 31344.50 $13.60 $426,285.20
8A C&G, 24" WIDE, 7 1/2" THICK LF 14327.20 $12.75 $182,671.80
9A C&G, 24" WIDE, 9" THICK LF 5340.00 $14.25 $76,095.00
10A C&G, 24" WIDE, 10.5" THICK LF 12676.70 $15.50 $196,488.85
11A COLD WEATHER CONC. PRO SY 3209.10 $3.75 $12,034.13
12A LINSEED OIL TREATMENT SY 3209.10 $4.10 $13,157.31
13A PAVEMENT SCARIFICATION SY 255.60 $10.00 $2,556.00
14A PAVEMENT SAMPLES/TESTING LS 1.00 $5,000.00 $5,000.00
15A EXCAVATION CY 17900.90 $10.50 $187,959.45
16A SPEED HUMP, PER DETAIL LS 1.00 $2,500.00 $2,500.00
TOTAL BID -ALTERNATE A $2,981,660.80
TOTAL BID -ALTERNATE B NO BID
TOTAL BASE BID + ALTERNATE A $8,106,418.14
TOTAL BASE BID + ALTERNATE B NO BID
BID DIVISION II UNIT EST. UNIT BID TOTAL BID
ITEM DESCRIPTION QTY. PRICE PRICE
BASE BID
1 DUCT. IRON WTR MN, 6", CL.52 LF 660.00 $55.64 $36,722.40
2 DUCT. IRON WTR MAIN REM. LF 660.00 $11.35 $7,491.00
3 GATE VALVE AND BOX, 6" DIA. EACH 2.00 $1,600.00 $3,200.00
4 TEE, 6" X 6" DIA. EACH 1.00 $404.00 $404.00
5 SLEEVE, 6" DIA. EACH 1.00 $273.00 $273.00
6 MEGALUGS, 6" DIA. EACH 6.00 $135.00 $810.00
7 CONCRETE BLOCKING EACH 1.00 $395.00 $395.00
8 HYDRANT ASSEMBLY EACH 2.00 $4,995.00 $9,990.00
9 HYDRANT REMOVAL EACH 1.00 $725.00 $725.00
10 RECONNECT HYDRANT TO TEE EACH 1.00 $1,130.00 $1,130.00
11 TEMPORARY PVC WATER MAIN LF 702.00 $21.25 $14,917.50
12 REM TEMP PVC WATER MAIN EACH 1.00 $1,695.00 $1,695.00
13 3/4" SHORT SIDE WATER SERV. EACH 5.00 $1,185.00 $5,925.00
14 3/4" LONG SIDE WATER SER\/. EACH 8.00 $1,800.00 $14,400.00
15 2" LONG SIDE WATER SERV. EACH 1.00 $3,090.00 $3,090.00
16 DRIVE OVER PROTECTION EACH 1.00 $785.00 $785.00
17 REMOVE INACTIVE PAVE BOX EACH 6.00 $140.00 $840.00
TOTAL BID DIVISION II $102,792.90
TOTAL BASE BID + ALTERNATE A + DIVISION II $8,209,211.04
TOTAL BASE BID + ALTERNATE B + DIVISION II NO BID
Aspro, Inc. 04/14/14
(Name of Bidder) (Date)
BY: - sf� Title: President
Milt J. Dakovich
Official Address: (Including Zip Code)
3613 Texas St.
P. O. Box 2620
Waterloo, Iowa 50704
I.R.S. No. 42-1011512
BID BOND
KNOW ALL MEN BY THESE PRESENTS,that we, Aspro, Inc.
as Principal,and North American Specialty Insurance Company
as Surety are held and firmly bound unto the CITY OF WATERLOO ,Iowa, hereinafter called
"OWNER." In the penal sum Five Percent of Amount Bid �!
Dollars($ --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 theso presents. The condition of this obligation is such that
whereas the Principal has submitted the accompanying bid dated the 14th day of
April 2014 ,for F.Y. 2014 Street Reconstruction Program in the City of
Waterloo, iA-Contract No.o5
NOW,THEREFORE,
(a)if said Bid shall be rejected,or in the alternate,
•(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 materials in connection therewith, and shall in all other respects perform the
agreement created by the acceptance of said Did,
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 c used their corporate seals to be hereto a xe and these presents to be
signed by their proper officers this 14th day of April ,A.D.201 14 .
Aspro, Inc. (Seal)
Principal
By r// - � LC .
- (Title)
S162.. r' '1 North Am • n Specialty Insur C mpany(Seal)
Witne / Surety y
Witness Cindy nett Attorn -in-fac one R. Young, Attorney-in-fact
NAS SURETY GROUP
NORTH AMERICAN SPECIALTY INSURANCE COMPANY
WASHINGTON INTERNATIONAL INSURANCE COMPANY
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 Manchester,New Hampshire,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
Schaumburg,Illinois,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,LACEY CRAMBLIT and DIONE R.YOUNG
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: FIFTY MILLION($50,000,000.00)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 North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held
on the 91h of May,2012:
"RESOLVED,that any two of the Presidents,any Managing Director,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."
otiouitai// uwwpWoa
rF.�: By 2 �0 �'rm
i SEAL = Steven P.Anderson,Senior Vice President of Washington International Insurance Company l z SEAL
▪�▪ y11, 1973_,�tucq &Senior Vice President of North American Specialty Insurance Company :m
itimniBy �ieCyra \+_
David M.Layman,Vice President of Washington International Insurance Company
&Vice President of North American Specialty Insurance Company
IN WITNESS WHEREOF,North American Specialty Insurance Company and Washington International Insurance Company have caused their
official seals to be hereunto affixed,and these presents to be signed by their authorized officers this25th day of January 2013 .
North American Specialty Insurance Company
Washington International Insurance Company
State of Illinois
County of Cook ss:
On this 25th day of January 20 1,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 David M.Layman,
Vice President of Washington International Insurance Company and Vice President of North American Specialty Insurance Company,
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" I /) n e
DONNA D.SKLENS f D'r,,rt�t G{/, it,('
Notary Public,State of Illinois Donna D.Sklens,Notary Public
t My Commission Expires 10/06/2015 1
I, Jeffrey Goldberg , the duly elected Assistant Secretary of North American Specialty Insurance Company and Washington
International Insurance Company,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 and Washington International Insurance Company,which is still in full force and effect.
IN WITNESS WHEREOF,I have set my hand and affixed the seals of the Companies this 14th day of April ,20 14
Jeffrey Goldberg,Vice President&Assistant Secretary of
Washington International Insurance Company&North American Specialty Insurance Company