HomeMy WebLinkAboutAspro, Inc.ASPKU INC..
PO BOX 2620
WATERLOO IA 50704
FORM OF BID OR PROPOSAL:
F.Y. 2025 ASPHALT OVERLAY PROGRAM
CONTRACT NO. 1115
CITY OF WATERLOO, IOWA
BID DUE: MARCH 13, 2025
1:00 PM
BID SECURITY
A
FORM OF I3ID OR PROPOSAL
F.Y. 2025 ASPHALT OVERLAY PROGRAM
CONTRACT NO. 1115
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 (-himsclf)
(themseiv ) (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. 2025 ASPHALT OVERLAY PROGRAM, Contract No. 1115, 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.1115
ITEM
BID
SPECIFICATION
SUPPLEMENTAL
SUDAS
*
SEE
DESCRIPTION
UNIT
TOTAL
EST
QTY
UNIT
BID
PRICE
TOTAL
BID
PRICE
DIVISION
PROVISIONS
1
-
AND
GENERAL
COVENANTS
1
1070-302
RAILROAD
INSURANCE
RAILROAD
PROTECTION
-
UNION
PACIFIC
LS
1.0
$
$
SUBTOTAL
GENERAL
PROVISIONS
AND
COVENANTS
=
$
DIVISION
2
-
EARTHWORK
2
2010-108-D-3*
TOPSOIL,
6",
OFFISTE
SY
7,687.5
$
$
3
2010-108-E
*
CLASS
10
EXCAVATION
SY
1,624.E
$
$
SUBTOTAL
EARTHWORK
=
$
DIVISION
FOR
SANITARY
6
- STRUCTURES
AND
STORM
SEWERS
4
6010-108-B
INTAKE,
SW-501
EACH
22.0
$
$
5
6010-108-B
INTAKE,
SW-505
EACH
2.0
$
$
FORM OF BID
CONTRACT NO. 1115
Page 1 of 5
6
6010-108-E-1
*
SANITARY
ADJUSTMENT,
MANHOLE
MINOR
EACH
23.0
$
$
7
6010-108-E-1
*
STORM
ADJUSTMENT,
MANHOLE
MINOR
EACH
21.0
$
$
8
SEE
EST.
REF.
SANITARY
ADJUSTMENT,
MANHOLE
UMAR
EACH
10.0
$
$
9
SEE
EST.
REF.
STORM
ADJUSTMENT,
MANHOLE
UMAR
EACH
10.0
$
$
10
SEE
EST.
REF.
INTAKE
SW-501
ADJUSTMENT,
RISER,
EACH
5.0
$
$
11
6010
108-E-2
*
INTAKE
SW-507,
ADJUSTMENT,
INSERT
ONLY
MINOR,
EACH
2.0
$
$
12
6010
108-E-2
*
INTAKE
SW-545,
ADJUSTMENT,
INSERT
ONLY
MINOR,
EACH
2.0
$
$
13
6010-108-F
INTAKE
SW-507
ADJUSTMENT,
MAJOR,
EACH
4.0
$
$
14
6010-108
F *
INTAKE
SW-509
ADJUSTMENT,
MAJOR,
EACH
3.0
$
$
15
6010-108-F
*
INTAKE
SW-545
ADJUSTMENT,
MAJOR,
EACH
2.0
$
$
REMOVE
INTAKE
EACH
24.0
$
$
16
6010-108-H
*
SUBTOTAL
STRUCTURES
FOR
SANITARY
AND
STORM
SEWERS
=
$
DIVISION
AND
RELATED
7
-
WORK
STREETS
17
7010-108-E
CURB
WIDE,
&
6-INCH
GUTTER,
DEPTH,
24-INCH
PCC,
C-4
LF
100.1
$
$
18
7010-108-E
CURB
WIDE,
&
7-INCH
GUTTER,
DEPTH,
30-INCH
PCC,
C-4
LF
1,170.9
$
$
19
7010-108-E
CURB
WIDE,
4
&
8.5-INCH
GUTTER,
DEPTH,
24-INCH
PCC,
C-
LF
522
8
$
$
20
7010-108-E
CURB
WIDE,
&
9-INCH
GUTTER,
DEPTH,
24-INCH
PCC,
C-4
LF
264.9
$
$
21
7010-108-E
CURB
WIDE,
4
&
10-INCH
GUTTER,
DEPTH,
24-INCH
PCC,
C-
LF
533.4
$
$
22
7010-108-G
CONCRETE
DEPTH
MEDIAN,
6-INCH
SY
275.6
$
$
23
7020-108-A
PAVEMENT,
TRAFFIC
PG
58-28H,
(HT)
HMA,
NO
SURFACE,
FRICTION
HIGH
1/2",
TON
3,631.0
$
$
24
7020-108-A
PAVEMENT,
TRAFFIC
58-28H,
(ST)
NO
HMA,
SURFACE,
FRICTION
STANDARD
1/2",
PG
TON
2,312.0
$
$
7020-108-A
PAVEMENT,
TRAFFIC
1/2",
PG
(HT)
58-28H,
HMA,
INTERMEDIATE,
NO
HIGH
FRICTION
TON
4,659.0
$
$
25
7020-108-A
PAVEMENT,
TRAFFIC
(ST)
HMA,
INTERMEDIATE,
STANDARD
TON
2,915.0
$
$
26
FORM OF BID
CONTRACT NO. 1115
Page 2of5
1/2",
PG 58-28H,
NO
FRICTION
27
7020
108
A
PAVEMENT,
BASE,
3/8",
PG
HMA,
58-34E
INTERLAYER
TON
4,827.0
$
$
28
SEE
EST
REF
LEVELING
COURSE,
HT
HMA
SY
561.7
$
$
29
7020
108-A
HMA
AND
TESTING
PAVEMENT
SAMPLES
LS
1.0
$
$
SIDEWALKS,
PATHS
AND
DRIVEWAYS
SHARED
USE
30
7030-108-A-1
REMOVAL
OF
SIDEWALK
SY
1,228.7
$
$
31
7030-108-A-3
REMOVAL
OF
DRIVEWAY
SY
25.8
$
$
32
7030-108-A-3
REMOVAL
OF
ALLEY
SY
166.3
$
$
33
7030-108-E
*
SIDEWALK,
PCC,
4
INCH,
C-4
SY
698.0
$
$
34
7030-108-E
*
SIDEWALK,
PCC,
6
INCH,
C-4
SY
468.1
$
$
35
7030-108-E
*
RECREATIONAL
INCH,
C-4
TRAIL,
PCC,
6
SY
83.1
$
$
36
7030-108-G
DETECTABLE
WARNING
DEVICE
SF
890.1
$
$
37
7030-108-H-1
*
DRIVEWAY,
INCH,
C-4
PAVED,
PCC,
5
SY
25.8
$
$
38
7030-108-H-1
*
ALLEY,
PAVED,
PCC,
6
INCH,
C-4
SY
166.3
$
$
PAVEMENT
REHABILITATION
39
7040-108-A
*
FULL
DEPTH,
DEPTH
PCC,
PATCHES,
C-4
6-INCH
SY
39.2
$
$
40
7040-108-A
*
FULL
DEPTH,
DEPTH
PCC,
PATCHES,
C-4
7-INCH
SY
126.1
$
$
41
7040-108-A
*
FULL
DEPTH,
DEPTH
PCC,
PATCHES,
C-4
8.5-INCH
SY
62.2
$
$
42
7040-108-A
*
FULL
DEPTH,
DEPTH
PCC,
PATCHES,
C-4
9-INCH
SY
224.0
$
$
43
7040-108-C
*
PARTIAL
DEPTH
PATCHES
SF
30,030.0
$
$
44
SEE
EST.
REF.
MILL
WEDGE
EACH
45.0
$
$
45
IA
2214
DOT
SPEC
PAVEMENT
SCARIFICATION
SY
5,975.0
$
$
46
7040-108-H
*
PAVEMENT
REMOVAL
SY
447.1
$
$
47
7040-108-H
*
MEDIAN
CAP
REMOVAL
SY
7,961.5
$
$
48
7040-108-1
*
CURB
AND
GUTTER
REMOVAL
LF
2,592.1
$
$
SUBTOTAL
STREETS
AND
RELATED
WORK
=
$
FORM OF BID
CONTRACT NO. 1115
Page 3 of 5
DIVISION
MARKINGS
CONTROL
8
AND
-
PAVEMENT
TRAFFIC
PAVEMENT
MARKINGS
49
8020-108-B
PAINTED
MARKINGS,
SOLVENT/WATERBOURNE
PAVEMENT
STA
253.96
$
$
50
8020-108-E
*
PERMANENT
THERMOPLASTIC,
WIDE,
WHITE
TAPE
24-INCH
MARKINGS,
LF
372.0
$
$
51
8020-108-H
PRECUT
THERMOPLASTIC
SYMBOLS
&
LEGENDS,
EACH
22.0
$
$
TRAFFIC
CONTROL
52
8030-108
A *
TEMPORARY
TRAFFIC
CONTROL
LS
1.0
$
$
SUBTOTAL
PAVEMENT
MARKINGS
AND
TRAFFIC
CONTROL
=
$
DIVISION
AND
LANDSCAPING
9
-
SITE
WORK
SEEDING
53
9010-108-B
*
HYDRAULIC
FERTILIZING
TYPE
1
SEEDING,
AND
MULCHING
SEEDING,
-
SY
9'205.5
$
$
SUBTOTAL
SITE
WORK
AND
LANDSCAPING
=
$
DIVISION
MISCELLANEOUS
11
-
54
11020-108-A
MOBILIZATION
LS
1.0
$
$
SUBTOTAL
MISCELLANEOUS
=
$
TOTAL BID $ 4, 908, 656.32
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
the INSTRUCTIONS TO BIDDERS.
Dollars ($ N/A
, is submitted herewith in accordance with
FORM OF BID
CONTRACT NO. 1115 Page 4 of 5
5. Attached hereto is a Non Collusion Affidavit of Prime Contractor.
6. Attached hereto is a Bidder Status Form.
7. The bidder is prepared to submit a financial and experience statement upon request.
8. The Prime Contractor and Subcontractor(s), which have performed an aggregate of $10,000.00 in
work for the City in the current calendar year, are prepared to submit an AAP or Update and an EOC,
within ten (10) days of notification that the bid submitted is lowest and acceptable.
9. The bidder has received the following Addendum or Addenda:
Addendum No. Date
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. MARCH 13, 2025
er) (Date)
BY: �� Title VICE PRESIDENT
Official Address: (Including Zip Code):
3613 TEXAS ST; PO BOX 2620
WATERLOO, IOWA 50704
I.R.S. No. 42-1011512
FORM OF BID
CONTRACT NO. 1115 Page 5 of 5
FORM OF BID OR PROPOSAL
F.Y. 2025 ASPHALT OVERLAY PROGRAM
CONTRACT NO. 1115
CITY OF WATERLOO, IOWA
F.Y.
2025
ASPHALT
OVERLAY
PROGRAM
CONTRACT
NO.
1115
BID
EST.
UNIT
BID
TOTAL
BID
ITEM
DESCRIPTION
UNIT
QTY.
PRICE
PRICE
DIVISION
1
-
GENERAL
PROVISIONS
AND
COVENANTS
1
RAILROAD
PROTECTIVE
INS.
-
UP
RR
LS
1.0
$7,500.00
$7,500.00
SUBTOTAL
GENERAL
PROVISIONS
AND
COVENANTS
$7,500.00
DIVISION
2
-
EARTHWORK
2
TOPSOIL,
6",
OFFSITE
SY
7687.5
$12.50
$96,093.75
3
CLASS
10
EXCAVATION
SY
1624.6
$10.00
$16,246.00
SUBTOTAL
EARTHWORK
$112,339.75
DIVISION
6
-
STRUCTURES
FOR
SANITARY
AND
STORM
SEWERS
4
INTAKE,
SW-501
EACH
22.0
$5,300.00
$116,600.00
5
INTAKE,
SW-505
EACH
2.0
$7,600.00
$15,200.00
6
SANITARY
MH
ADJUSTMENT,
MINOR
EACH
23.0
$2,890.00
$66,470.00
7
STORM
MH
ADJUSTMENT,
MINOR
EACH
21.0
$1,830.00
$38,430.00
8
SANITARY
MH
ADJUSTMENT,
UMAR
EACH
10.0
$1,100.00
$11,000.00
9
STORM
MH
ADJUSTMENT,
UMAR
EACH
10.0
$1,100.00
$11,000.00
10
INTAKE
ADJUSTMENT,
RISER,
SW-501
EACH
5.0
$4,500.00
$22,500.00
11
INTAKE
ADJUST.,
MINOR,
SW-507,
INSEF
EACH
2.0
$3,500.00
$7,000.00
12
INTAKE
ADJUST.,
MINOR,
SW-545,
INSEF
EACH
2.0
$6,500.00
$13,000.00
13
INTAKE
ADJUSTMENT,
MAJOR,
SW-507
EACH
4.0
$4,800.00
$19,200.00
14
INTAKE
ADJUSTMENT,
MAJOR,
SW-509
EACH
3.0
$5,250.00
$15,750.00
15
INTAKE
ADJUSTMENT,
MAJOR,
SW-545
EACH
2.0
$7,000.00
$14,000.00
16
REMOVE
INTAKE
EACH
24.0
$1,800.00
$43,200.00
SUBTOTAL
STRUCTURES
FOR
SANITARY
AND
STORM
SEWERS
$393,350.00
DIVISION
7
-
STREETS
AND
RELATED
WORK
17
LF
100.1
$49.00
$4,904.90
C&G,
24"
WIDE,
6"
DEPTH,
FCC,
C-4
18
LF
1170.9
$53.00
$62,057.70
C&G,
30"
WIDE,
7"
DEPTH,
PCC,
C-4
19
LF
522.8
$53.00
$27,708.40
C&G,
24"
WIDE,
8.5"
DEPTH,
PCC,
C-4
20
LF
264.9
$54.00
$14,304.60
C&G,
24"
WIDE,
9"
DEPTH,
PCC,
C-4
21
LF
533.4
$56.00
$29,870.40
C&G,
24"
WIDE,
10"
DEPTH,
PCC,
C-4
22
SY
275.6
$54.00
$14,882.40
CONCRETE
MEDIAN,
6'
DEPTH
23
TON
3631.0
$152.00
$551,912.00
PAVEMENT,
HMA,
HT
SURFACE,
1/2"
24
1/2"
TON
2312.0
$150.50
$347,956.00
PAVEMENT,
HMA,
ST
SURFACE,
25
TON
4659.0
$151.25
$704,673.75
PAVEMENT,
HMA,
HT
INTERMEDIATE,
1/
26
TON
2915.0
$149.75
$436,521.25
PAVEMENT,
HMA,
ST
INTERMEDIATE,
1/
27
TON
4827.0
$174.00
$839,898.00
PAVEMENT,
HMA,
INTERLAYER
BASE,
3
28
SY
561.7
$13.20
$7,414.44
LEVELING
COURSE,
HT
HMA
29
HMA
PAVEMENT
SAMPLES
LS
1.0
$11,500.00
$11,500.00
SIDEWALKS,
SHARED
USE
PATHS
AND
DRIVEWAYS
30
REMOVAL
OF
SIDEWALK
SY
1228.7
$18.00
$22,116.60
31
REMOVAL
OF
DRIVEWAY
SY
25.8
$21.60
$557.28
32
REMOVAL
OF
ALLEY
SY
166.3
$20.25
$3,367.58
33
SIDEWALK,
PCC,
4",
C-4
SY
698.0
$54.00
$37,692.00
34
SIDEWALK,
PCC,
6",
C-4
SY
468.1
$56.25
$26,330.63
35
RECREATIONAL
TRAIL,
PCC,
6",
C-4
SY
83.1
$61.00
$5,069.10
36
DETECTABLE
WARNING
DEVICE
SF
890.1
$64.00
$56,966.40
37
DRIVEWAY,
PAVED,
PCC,
5",
C-4
SY
25.8
$54.00
$1,393.20
38
ALLEY,
PAVED,
PCC,
6",
C-4
SY
166.3
$54.00
$8,980.20
SIDEWALKS,
SHARED
USE
PATHS
AND
DRIVEWAYS
39
$70.00
$2,744.00
FULL
DEPTH
PATCHES,
6",
PCC,
C-4
SY
39.2
40
$72.00
$9,079.20
FULL
DEPTH
PATCHES,
7",
PCC,
C-4
SY
126.1
41
$74.00
$4,602.80
FULL
DEPTH
PATCHES,
8.5",
PCC,
C-4
SY
62.2
42
$75.00
$16,800.00
FULL
DEPTH
PATCHES,
9",
PCC,
C-4
SY
224.0
43
$15.50
$465,465.00
PARTIAL
DEPTH
PATCHES
SF
30030.0
44
$3,300.00
$148,500.00
MILL
WEDGE
EACH
45.0
45
PAVEMENT
SCARIFICATION
SY
5975.0
$8.50
$50,787.50
46
PAVEMENT
REMOVAL
SY
447.1
$21.00
$9,389.10
47
MEDIAN
CAP
REMOVAL
SY
7961.5
$4.50
$35,826.75
48
CURB
AND
GUTTER
REMOVAL
LF
2592.1
$25.00
$64,802.50
SUBTOTAL
STREETS
AND
RELATED
WORK
$4,024,073.67
DIVISION
8
-
PAVEMENT
MARKINGS
AND
TRAFFIC
CONTROL
PAVEMENT
MARKINGS
49
PAINTED
PAVEMENT
MARKINGS
STA
253.96
$90.00
$22,856.40
50
LF
372.0
$35.00
$13,020.00
PERMANENT
TAPE
MARKINGS,
THERM(
51
EACH
22.0
$700.00
$15,400.00
PRECUT
SYMBOLS
&
LEGENDS,
THERM
TRAFFIC
CONTROL
52
TEMPORARY
TRAFFIC
CONTROL
LS
1.0
$127,500.00
$127,500.00
SUBTOTAL
PAVEMENT
MARKINGS
AND
TRAFFIC
CONTROL
$178,776.40
DIVISION
9
- SITE
WORK
AND
LANDSCAPING
SEEDING
53
SY
9205.5
$3.00
$27,616.50
HYDRAULIC
SEED/FERT/MULCH-TYPE
1
SUBTOTAL
SITE
WORK
AND
LANDSCAPING
$27,616.50
DIVISION
11
-
MISCELLANEOUS
54
MOBILIZATION
LS
1.0
$165,000.00
$165,000.00
SUBTOTAL
MISCELLANEOUS
$165,000.00
TOTAL
BID
$4,908,656.32
Aspro, Inc.
03/13/25
(Name of Bidder)
(Date)
BY:
Brad Blough
Official Address: (Including Zip Code)
3613 Texas St.
P. O. Box 2620
Waterloo, Iowa 50704
42-1011512
Title: Vice President
NON -COLLUSION AFFIDAVIT OF PRIME BIDDER
State of IOWA )
County of BLACK HAWK )
BRAD BLOUGH
)ss
being first duly sworn, deposes and says that:
1 He is ( , Officer, R�+.fie „r qen+) , of ASPRO, INC.
, the Bidder that has submitted the attached Bid;
2. He is fully -informed respecting the preparation and contents of the attached Bid and of all pertinent
circumstances respecting such Bid;
3. Such Bid is genuine and is not a collusive or sham Bid:
4. Neither the said Bidder nor any of its officers, partners, owners, agents, representatives, employees, or
parties in interest, including this affiant, has in any way colluded conspired connived or agreed, directly or
indirectly, with any other Bidder firm or person to submit a collusive or sham Bid in connection with the
Contract for which the attached Bid has been submitted or to refrain from bidding in connection with such
Contract, or has in any manner, directly or indirectly, sought by agreement or collusion or communication or
conference with any other Bidder, firm or person to fix the price or prices in the attached Bid or of any other
Bidder, or, to fix any overhead, profit or cost element of the bid price or the bid price of any other Bidder, or
to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against the
City of Waterloo, Iowa, or any person interested in the Proposed Contract; and
5. The price or prices quoted in the attached Bid are fair and proper and are not tainted by any collusion,
conspiracy, connivance or unlawful agreement on the part of the Bidder or any of its agents, representatives,
owners, employees, or parties in interest, including this affiAnt.
(Signed)
VICE PRESIDENT
Title
Subscribed and sworn to before me this day of MCV' , 20 arj
S eC,Y Or cre 1
Title
My commission expires ret ' v► scoNi an , ao al
jULIE MILL_
•
�� i r OMMISS%ON NO.
<: . W COMMISSION EXPIRES
. FEBRUARY 27, 2027
' Bidder Status Form
To be completed by all bidders
Part A
Please answer "Yes" or "No" for each of the following:
® Yes
O Yes
Yes
® Yes
® Yes
O No
O No
O No
®No
0No
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 / 24
Dates: /
/ 1973 to
/
CURRENT
/
to / /
Dates: / / to /
You may attach additional sheet(s) if needed.
Address: 3613 TEXAS ST; PO BOX 2620
City, State, Zip: WATERLOO, IOWA 50704
Address:
City, State, Zip:
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 0 Yes 0 No
force preferences or any other type of preference to bidders or laborers?
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.
Signature:
Date: MARCH 13, 2025
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. 2025 ASPHALT OVERLAY PROGRAM
Letting Date: MARCH 13, 2025
NO MBEfWBE 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 ue4he/fottom portion of this form.
Contractor Signature:
Title: VICE PRESIDENT
A
Date: MARCH 13, 2025
SNP
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
MBE/WBE
Contacted
Dates
Yes/No
Contacted
Dates
Yes/No
Dollar
be
Amount
Subcontracted
Proposed
to
DC CORP
2/20/25
YES
3/12/25
YES
88,441.85
REYES
CONSTRUCTION
2/20/25
YES
2/28/25
YES
381,003.89
MARTINEZ
CONCRETE
2/20/25
YES
3/10/25
YES
NOT
LOW
(Form CCO-4) Rev. 06-20-02
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 sum
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 13th day of
March , 20 25 , for F.Y. 2025 Asphalt Overlay Program, Contract No. 1115, Waterloo, IA
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 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 19th day of February , A.D. 20 25
Witness -
Anne Crowner
BID BOND
Aspro Inc.
Principal
By
Swiss Re Corporate Solutions America
Insurance Corporation
(Seal)
Attorney -in '•Ct , Jamie Gifford
(Seal)
(Title)
Page 1 of 1
SWISS RE CORPORATE SOLUTIONS
SWISS RE CORPORATE SOLUTIONS AMERICA INSURANCE CORPORATION ("SRCSAIC")
SWISS RE CORPORATE SOLUTIONS PREMIER INSURANCE CORPORATION ("SRCSPIC")
1VES'I'POR1' 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
Missouri 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. FREIERMUTII, 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 arc 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 ($125,000,000.00) DOLLARS
This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of
Directors of both SRCSAIC and SRCSPIC at meetings duly called and held on the 18th of November 2021 and WIC by written consent of its
Executive Committee dated July 18, 2011.
"RESOLVED, that any two of the President, any Managing Director, any Senior Vice President, any Vice President, the Secretary or any Assistant
Secretary be, and each or any of them hereby is, authorized to execute a Power of Attorney qualifying the attorney named in the given Power of
Attorney to execute on behalf of the Corporation bonds, undertakings and all contracts of surety, and that each or any of them hereby is authorized to
attest to the execution of any such Power of Attorney and to attach therein the seal of the Corporation; and it is
FURTHER RESOLVED, that the signature of such officers and the seal of the Corporation may be affixed to any such Power of Attorney or to
any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be
bindine anon the Corporation When so affixed and in the future with regard to anv bond, undertaking or contract of surety to which it is attached."
,",,,,hIn000,,,,,,, -'
s J1$ PRFI.I/�l`R�ii l .v.%4 m,.
SEAL.
a�
sso?
' ,1/4;i a i* u`N ,,
• d•
C.4.
•
)
A,S EAL ':Zz
'n • •A:
•o-
ds••'�/ssOV0•4
�lluunn*,s, n%
>,i4ts l.....NOS0"
By
Erik Janssens, Senior Vice President of SRCSAIC & Senior Vice President
of SRCSPIC & Senior Vice President of WIC
By
Gerald Jagromki, Vice President of SRCSAIC & Vice President of SRCSPIC
& Vice President of WIC
IN \VITNESS 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 2nd 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.
jaamilswolimaapoollhooe
OFFICIA1. a
0 .CHRiST1NA MANi$Co
I, Jeffrey Goldberg, the duly elected Senior Vice President and Assistant Secretary of SRCSAIC and SRCSPIC and \VIC, 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 \VIC, which is still in fi111 force and effect.
IN WITNESS \VIIEREOF, I have set my hand and affixed the seals of the Companies this 19thday of February , 20 25 .
•
Jeffrey Goldberg, Senior Vice President &
Assistant Secretary of SRCSAIC and
SRCSPIC and WIC