Loading...
HomeMy WebLinkAboutAspro, Inc.ASPKU INC PO BOX 2620 WATERLOO IA 50704 CITYr • •-r _ G � t " CITYCLERK'S OFFICE MAR 13 2025 PH12:5O FORM OF BID OR PROPOSAL: F.Y. 2025 ASPHALT RECONSTRUCTION PROJECT, CONTRACT NO. 1117 CITY OF WATERLOO, IOWA BID DUE: MARCH 13, 2025 1:00 PM i BID SECURITY 14 FORM OF BID OR PROPOSAL F.Y. 2025 ASPHALT RECONSTRUCTION PROJECT CONTRACT NO. 1117 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. 2025 ASPHALT RECONSTRUCTION PROJECT, Contract No. 1117, all in accordance with the above -listed documents and for the unit prices for work in place for the following items and quantities: FY 2025 ASPHALT RECONSTRUCTION PROJECT CONTRACT NO.1117 DIV I - ROADWAY CONSTRUCTION ITEM BID SPECIFICATION SUPPLEMENTAL SUDAS * SEE DESCRIPTION UNIT PROJECT TOTAL QTY UNIT BID PRICE TOTAL BID PRICE DIVISION 2 - EARTHWORK 1 2010-108-D-1 * TOPSOIL, 4 INCHES, ON SITE SY 1268.0 $ $ 2 2010-108-D-3 * TOPSOIL, 4 INCHES, OFF SITE SY 1898.0 $ $ 3 2010-108-E * EXCAVATION, ROADWAY AND CLASS BORROW 10, CY 24.0 $ $ 4 SEE EST. REF. EXCAVATION, WASTE CLASS 10, CY 1950.0 $ $ 5 2010-108-F * EXCAVATION, BELOW GRADE CLASS 10, CY 295.0 $ $ 6 2010-108-G * SUBGRADE PREPARATION SY 2846.0 $ $ 7 2010-108-1 * SUBGRADE GEOGRID G EOTEXTI OR LE TREATMENT, WOVEN SY 2854.0 $ $ 8 2010-108-J * SUBBASE, MODIFIED, 8 INCH SY 8623.0 $ $ 9 IADOT 2121 GRANULAR g, 6 INCH DEPTH SHOULDER, TYPE SY 1782.0 $ $ DIV. I - SUBTOTAL EARTHWORK = $ DIVISION DRAINS 4 - SEWERS AND STORM SEWERS FORM OF BID CONRACT NO. 1117 Page 1 of 6 10 4020-108-A * STORM RCP 2000D, SEWER, 15 INCH TRENCHED, LF 664.5 $ $ 11 4020-108-D REMOVAL RCP, 36 INCH LESS THAN OF STORM OR SEWER, EQUAL TO LF 169.7 $ $ 12 4020 108 D REMOVAL SUBDRAIN OF STORM SEWER, LF 1437.0 $ $ SUBDRAINS 13 4040-108-A * SUBDRAIN, SP, 6 INCH LF 4235.0 $ $ TYPE 14 4040 108-D * SUBDRAIN STRUCTURE, OUTLET 6 INCH TO EACH 35.0 $ $ 15 4040-108-D * SUBDRAIN 6 INCH OUTLET TO DITCH, EACH 12.0 $ $ DIV. I - SUBTOTAL SEWERS AND DRAINS = $ DIVISION MAINS AND 5 APPURTANANCES - WATER PIPE AND FITTINGS 16 SEE EST. REF. WATER SERVICE KILL EACH 1.0 $ $ DIV. I - SUBTOTAL WATER MAINS AND APPURTANANCES = $ DIVISION FOR SEWERS SANITARY 6 - STRUCTURES AND STORM 17 6010-108-A * MANHOLE, SW-401, 60" EACH 1.0 $ $ 18 6010-108-B * INTAKE, SW-501 EACH 11.0 $ $ 19 6010-108-B * INTAKE, SW-505 EACH 3.0 $ $ 20 6010-108-B * INTAKE, SW-509 EACH 1.0 $ $ 21 6010 108-E * MANHOLE MINOR, STORM ADJUSTMENT, EACH 2.0 $ $ 22 6010 108 F * MANHOLE MAJOR, ADJUSTMENT, SW-402, 60"x60" EACH 4.0 $ $ 23 6010-108-F * INTAKE SW-509 ADJUSTMENT, MAJOR, EACH 9.0 $ $ 24 6010-108-G CONNECTION MANHOLE SUBDRAIN OR EXISTING EACH 15.0 $ $ TO INTAKE, 25 6010-108-H * REMOVE INTAKE, STORM MANHOLE AND EACH 10.0 $ $ DIV. I - SUBTOTAL STRUCTURES FOR SANITARY AND STORM SEWERS = $ DIVISION AND RELATED 7 - STREETS WORK PCC PAVEMENT 26 7010-108-A * PAVEMENT, PCC, 10 INCH, C-4 SY 295.2 $ $ 27 7010-108-E * CURB WIDE, &GUTTER, 6-INCH DEPTH, 30-INCH PCC, C-4 LF 1031.0 $ $ 28 7010-108-E * CURB WIDE, C-4 & GUTTER, 7 1/2-INCH 30-INCH DEPTH, PCC, LF 1214.0 $ $ ASPHALT PAVEMENT FORM OF BID CONRACT NO. 1117 Page 2 of 6 29 7020-108-B * PAVEMENT, STANDARD SURFACE, FRICTION 1/2", HMA, TRAFFIC PG58-285, 1 1/2 (ST) INCH, NO SY 6802.0 $ $ 30 7020-108-B * PAVEMENT, STANDARD INTERMEDIATE, 28S HMA, TRAFFIC 1/2", 1 1/2 (ST) PG58- INCH, SY 2023.0 $ $ 31 7020-108-B * PAVEMENT, STANDARD INTERMEDIATE, 28S HMA, TRAFFIC 1/2", 3 INCH, (ST) PG58- SY 2262.0 $ $ 32 7020-108-B * PAVEMENT, STANDARD INTERMEDIATE, 28S HMA, TRAFFIC 1/2", 4 1/2 (ST) PG58- INCH, SY 2517.0 $ $ 33 7020-108-B * PAVEMENT, STANDARD 3/4", PG58-285 HMA, TRAFFIC 3 INCH, (ST) BASE, SY 6802.0 $ $ 34 7020-108-B * MISC. HMA PATCH, 4 INCH SY 60.0 $ $ 35 7020-108-1 ASPHALT AND TESTING PAVEMENT SAMPLES LS 1.0 $ $ SIDEWALKS, PATHS, AND SHARED DRIVEWAYS USE 36 7030-108-E * PCC SIDEWALK, 4-INCH, C-4 SY 195.5 $ $ 37 7030-108-E * PCC SIDEWALK, 6-INCH, C-4 SY 149.0 $ $ 38 7030-108-G * DETECTABLE WARNINGS SF 210.0 $ $ 39 7030-108-H * DRIVEWAYS, PCC, 5-INCH, C-4 SY 46.6 $ $ 40 7030-108-H * DRIVEWAYS, PCC, 6-INCH, C-4 SY 376.6 $ $ 41 7030-108-H * DRIVEWAYS, PCC, 8-INCH, C-4 SY 40.3 $ $ 42 7030-108-H * DRIVEWAYS, SURFACING, GRANULAR 5-INCH SY 51.3 $ $ PAVEMENT REHABILITATION 43 7040-108-H * PAVEMENT REMOVAL SY 8431.8 $ $ DIV. I - SUBTOTAL STREETS AND RELATED WORK = $ DIVISION CONTROL 8 - TRAFFIC PAVEMENT MARKINGS 44 8020-108-B * PAINTED MARKINGS, PAVEMENT WATERBORNE STA 46.07 $ $ 45 8020-108-H * PRECUT LEGENDS SYMBOLS AND EACH 1.0 $ $ TEMPORARY CONTROL TRAFFIC 46 8030-108-A * TEMPORARY CONTROL TRAFFIC LS 1.0 $ $ DIV. I - SUBTOTAL TRAFFIC CONTROL = $ DIVISION AND LANDSCAPING 9 - SITE WORK SEEDING FORM OF BID CONRACT NO. 1117 Page 3 of 6 47 9010-108-B * HYDRAULIC FERTILIZING TYPE 1 SEEDING, AND MULCHING - SY 3483.0 $ $ EROSION CONTROL AND SEDIMENT $ $ 48 9040 108-N 1 SILT DITCH FENCE CHECK, OR SILT INSTALLATION FENCE LF 320.0 $ $ 49 9040-108-N-2 * SILT DITCH SEDIMENT FENCE CHECK, OR SILT REMOVAL FENCE OF LF 100.0 $ $ 50 9040-108-N-3 SILT DITCH DEVICE FENCE CHECK, OR SILT REMOVAL FENCE OF LF 320.0 $ $ 51 9040-108-Q-2 EROSION MULCHING, HYDROMULCHING CONTROL SY 3483.0 $ $ 52 9040-108-T-1 * INLET DROP -IN OTECTION DEVICE, EACH 27.0 $ $ 9040-108-T-2 * INLET MAINTENANCE PROTECTION DEVICE, EACH 27.0 $ $ 53 DIV. I - SUBTOTAL SITE WORK AND LANDSCAPING = $ DIVISION MISCELLANEOUS 11 - 54 11010-108-A CONSTRUCTION SURVEY LS 1.0 $ $ 55 11020-108-A MOBILIZATION LS 1.0 $ $ 56 11,050-108-A CONCRETE WASHOUT LS 1.0 $ $ DIV. I - SUBTOTAL MISCELLANEOUS = $ DIV II - SANITARY SEWER DIVISION DRAINS 4 - SEWERS AND SANITARY SEWERS 57 4010-108-A * SANITARY CORRUGATED SEWER, PVC, TRENCHED, 24 INCH LF 12.0 $ $ 4010-108-A * SANITARY CORRUGATED SEWER, PVC, TRENCHED, 21 INCH LF 343.8 $ $ 58 59 4010-108-A * SANITARY TRUSS, 15 SEWER, INCH TRENCHED, LF 10.0 $ $ 60 4010-108-A * SANITARY 12 SEWER, INCH TRENCHED, LF 52.8 $ $ TRUSS, 4010-108-E * SANITARY STUB, SDR SEWER 23.5, 8 SERVICE INCH LF 27.0 $ $ 61 62 4010-108-E * SANITARY STUB, SDR SEWER 23.5, 6 SERVICE INCH LF 109.5 $ $ SEE EST. REF. SANITARY INVESTIGATE SEWER SERVICE, EACH 1.0 $ $ 63 DIV. II - SUBTOTAL SEWERS AND DRAINS = $ DIVISION FOR SEWERS SANITARY 6 - STRUCTURES AND STORM 6010-108-A * MANHOLE, SW-301, 48" EACH 1.0 $ $ 64 FORM OF BID CONRACT NO. 1117 Page 4 of 6 65 6010-108-A * MANHOLE, SW-301, 60" EACH 1.0 $ $ 66 6010-108-E * MANHOLE MINOR, SANITARY ADJUSTMENT, EACH 4.0 $ $ 67 6010-108-H * REMOVE SANITARY MANHOLE, EACH 2.0 $ $ DIV. II - SUBTOTAL STRUCTURES FOR SANITARY AND STORM SEWERS = $ DIV. I - TOTAL = $ DIV. II - TOTAL = $ TOTAL BID - DIV. I + DIV. II = $ 1,412,835.16 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 Dollars ($ N/A ) in the form of BID BOND , is submitted herewith in accordance with the INSTRUCTIONS TO BIDDERS. 5. Attached hereto is a Non Collusion Affidavit of Prime Contractor. 6. Attached hereto is a Bidder Status Form. 7. The bidder is prepared to submit a financial and experience statement upon request. 8. The Prime Contractor and Subcontractor(s) which have performed an aggregate of $10,000.00 in work for the City in the current calendar year, are prepared to submit an AAP or Update and an EOC, within ten (10) days of notification that the bid submitted is lowest and acceptable. 9. The bidder has received the following Addendum or Addenda: Addendum No. Date 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 FORM OF BID • CONRACT NO. 1117 Page 5 of 6 BY: 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. (Na a�.o r7 Official Address: (Including Zip Code): 3613 TEXAS ST; PO BOX 2620 MARCH 13,2025 (Date) Title VICE PRESIDENT WATERLOO, IOWA 50704 I.R.S. No. 42-1011512 FORM OF BID CONRACT NO. 1117 Page 6 of 6 FORM OF BID OR PROPOSAL F.Y. 2025 ASPHALT RECONSTRUCTION PROJECT CONTRACT NO. 1117 CITY OF WATERLOO, IOWA F.Y. 2025 ASPHALT DIV. RECONSTRUCTION I - ROADWAY CONSTRUCTION PROJECT CONTRACT NO. 1117 BID DESCRIPTION UNIT EST. QTY. UNIT BID TOTAL BID PRICE ITEM PRICE DIVISION 2 - EARTHWORK 1 TOPSOIL, 4", ON SITE SY 1268.0 $6.75 $8,559.00 2 TOPSOIL, 4", OFF SITE SY 1898.0 $7.75 $14,709.50 3 EXCAVATION, CLASS 10, RDWAY/BORR CY 24.0 $55.00 $1,320.00 4 EXCAVATION, CLASS 10, WASTE CY 1950.0 $13.50 $26,325.00 5 EXCAVATION, CLASS 10, BELOW GRADE CY 295.0 $21.00 $6,195.00 6 SUBGRADE PREPARATION SY 2846.0 $1.65 $4,695.90 7 SY 2854.0 $5.75 $16,410.50 SUBGRDE TREAT, GEOGRID OR WOVEN 8 SUBBASE, MODIFIED, 8" SY 8623.0 $13.00 $112,099.00 9 GRANULAR SHOULDER TYPE B, 6" SY 1782.0 $9.75 $17,374.50 DIV. I - SUBTOTAL EARTHWORK $207,688.40 DIVISION 4 - SEWERS AND DRAINS STORM SEWERS 10 STORM SEWER, RCP 2000D, 15" LF 664.5 $46.00 $30,567.00 11 REMOVAL OF STORM SEWER, RCP <36' LF 169.7 $7.00 $1,187.90 12 REMOVAL OF STORM SEWER, SUBDRA LF 1437.0 $5.00 $7,185.00 SUBDRAINS 13 SUBDRAIN, TYPE SP, 6" LF 4235.0 $13.85 $58,654.75 14 SUBDRAIN OUTLET TO STRUCTURE, 6" 35.0 $355.00 $12,425.00 EACH 15 SUBDRAIN OUTLET TO DITCH, 6" 12.0 $405.00 $4,860.00 EACH DIV. I - SUBTOTAL SEWERS AND DRAINS $114,879.65 DIVISION 5 - WATER MAINS AND APPURTANANCES PIPE AND FITTINGS 16 WATER SERVICE KILL 1.0 $600.00 $600.00 EACH DIV. I - SUBTOTAL WATER MAINS AND APPUTANANCES $600.00 DIVISION 6 - STRUCTURES FOR SANITARY AND STORM SEWERS 17 1.0 $5,500.00 $5,500.00 EACH MANHOLE, SW-401, 60" 18 INTAKE, SW-501 11.0 $5,300.00 $58,300.00 EACH 19 INTAKE, SW-505 3.0 $6,300.00 $18,900.00 EACH 20 INTAKE, SW-509 1.0 $7,300.00 $7,300.00 EACH 21 2.0 $1,830.00 $3,660.00 EACH MANHOLE ADJUSTMENT, MINOR, STOR 22 4.0 $2,150.00 $8,600.00 EACH MANHOLE ADJUST., MAJOR, SW-402, 60 23 INTAKE ADJUSTMENT, MAJOR, SW-509 EACH 9.0 $3,850.00 $34,650.00 24 CONNECT TO EXISTING MH OR INTAKE EACH 15.0 $975.00 $14,625.00 25 REMOVE MANHOLE AND INTAKE, STOR EACH 10.0 $1,800.00 $18,000.00 DIV. I SUBTOTAL STRUCTURES FOR SANITARY AND STORM SEWERS $169,535.00 DIVISION 7 - STREETS AND RELATED WORK PCC PAVEMENT 26 PAVEMENT, PCC, 10", C-4 SY 295.2 $80.00 $23,616.00 LF 1031.0 $28.00 $28,868.00 27 CURB & GUTTER, 30" WIDE, 6" DEPTH, F LF 1214.0 $29.50 $35,813.00 28 CURB & GUTTER, 30" WIDE, 7.5" DEPTH ASPHALT PAVEMENT SY 6802.0 $12.95 $88,085.90 29 PAVEMENT, HMA, 1 1/2", ST SURFACE SY 2023.0 $12.80 $25,894.40 30 PAVEMENT, HMA, 1 1/2", ST INTERMEDIi SY 2262.0 $24.70 $55,871.40 31 PAVEMENT, HMA, 3", ST INTERMEDIATE SY 2517.0 $36.90 $92,877.30 32 PAVEMENT, HMA, 4 1/2", ST INTERMEDIi SY 6802.0 $24.20 $164,608.40 33 PAVEMENT, HMA, 3", ST BASE SY 60.0 $50.00 $3,000.00 34 MISC. HMA PATCH, 4" LS 1.0 $2,500.00 $2,500.00 35 ASPHALT PAVEMENT SAMPLES & TEST SIDEWALKS, SHARED USE PATHS, AND DRIVEWAYS 36 PCC SIDEWALK, 4", C-4 SY 195.5 $51.00 $9,970.50 37 PCC SIDEWALK, 6", C-4 SY 149.0 $53.00 $7,897.00 38 DETECTABLE WARNINGS SF 210.0 $54.00 $11,340.00 39 DRIVEWAYS, PCC, 5' , C-4 SY 46.6 $58.00 $2,702.80 40 DRIVEWAYS, PCC, 6", C-4 SY 376.6 $53.00 $19,959.80 41 DRIVEWAYS, PCC, 8", C-4 SY 40.3 $58.00 $2,337.40 42 DRIVEWAYS, GRANULAR SURFACING, E SY 51.3 $17.50 $897.75 PAVEMENT REHABILITATION 43 PAVEMENT REMOVAL SY 8431.8 $7.45 $62,816.91 DIV. I - SUBTOTAL STREETS AND RELATED WORK $639,056.56 DIVISION 8 - TRAFFIC CONTROL PAVEMENT MARKINGS 44 PAINTED PAVEMENT MARKINGS STA 46.07 $90.00 $4,146.30 45 PRECUT SYMBOLS AND LEGENDS 1.0 $2,000.00 $2,000.00 EACH TEMPORARY TRAFFIC CONTROL 46 TEMPORARY TRAFFIC CONTROL LS 1.0 $32,500.00 $32,500.00 DIV. I - SUBTOTAL TRAFFIC CONTROL $38,646.30 DIVISION 9 - SITE WORK AND LANDSCAPING SEEDING 47 SY 3483.0 $3.70 $12,887.10 HYDRAULIC SEED/FERT/MULCH-TYPE 1 EROSION AND SEDIMENT CONTROL 48 SILT FENCE INSTALLATION LF 320.0 $2.35 $752.00 49 SILT FENCE MAINTENANCE LF 100.0 $1.00 $100.00 50 SILT FENCE REMOVAL LF 320.0 $1.00 $320.00 51 SY 3483.0 $0.65 $2,263.95 EROSION CONTROL MULCHING, HYDRC 52 INLET PROTECT DEVICE DROP -IN 27.0 $140.00 $3,780.00 EACH 53 INLET PROTECT DEVICE MAINTENANCE 27.0 $25.00 $675.00 EACH DIV.I - SUBTOTAL SITE WORK AND LANDSCAPING $20,778.05 DIVISION 11 - MISCELLANEOUS 54 CONSTRUCTION SURVEY LS 1.0 $18,835.00 $18,835.00 55 MOBILIZATION LS 1.0 $105,800.00 $105,800.00 56 LS 1.0 $500.00 $500.00 CONCRETE WASHOUT DIV. I - SUBTOTAL MISCELLANEOUS $125,135.00 DIV. II - SANITARY SEWER DIVISION 4 - SEWERS AND DRAINS SANITARY SEWERS 57 LF 12.0 $440.00 $5,280.00 SANITARY SEWER, TRENCHED, PVC, 24 58 LF 343.8 $120.00 $41,256.00 SANITARY SEWER, TRENCHED, PVC, 21 59 LF 10.0 $165.00 $1,650.00 SANITARY SEWER, TRENCHED, TRS, 15 60 LF 52.8 $99.00 $5,227.20 SANITARY SEWER, TRENCHED, PTRS, 1 61 SANITARY SEWER SERVICE STUB, 8" LF 27.0 $165.00 $4,455.00 62 SANITARY SEWER SERVICE STUB, 6" LF 109.5 $104.00 $11,388.00 63 SANITARY SEWER SERVICE, INVESTIGI 1.0 $200.00 $200.00 EACH DIV. II - SUBTOTAL SEWERS AND DRAINS $69,456.20 DIVISION 6 - STRUCTURES FOR SANITARY AND STORM SEWERS 64 1.0 $5,400.00 $5,400.00 MANHOLE, SW-301, 48" EACH 65 1.0 $6,500.00 $6,500.00 MANHOLE, SW-301, 60" EACH 66 MANHOLE ADJUSTMENT, MINOR, SANIT 4.0 $2,890.00 $11,560.00 EACH 67 2.0 $1,800.00 $3,600.00 REMOVE MANHOLE, SANITARY EACH DIV. II - SUBTOTAL STRUCTURES FOR SANITARY AND STORM SEWERS $27,060.00 DIV. I - TOTAL $1,316,318.96 DIV. II - TOTAL $96,516.20 TOTAL BID - DIV. I + DIV. II $1,412,835.16 BY: Aspro, Inc. (Nam of Bnide Brad Blough Official Address: (Including Zip Code) 3613 Texas St. P. O. Box 2620 Waterloo, Iowa 50704 42-1011512 03/13/25 (Date) Title: Vice President NON -COLLUSION AFFIDAVIT OF PRIME BIDDER State of IOWA ) County of BLACK HAWK ) )ss BRAD BLOUGH , being first duly sworn, deposes and says that: 1 He is (Owner, Partner, 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 Bidderr a y of its agents, representatives, owners, employees, or parties in interest, including this affi t (Signed) ' VICE PRESIDENT Title Subscribed and sworn to before me this t day of Make( c-Am , 20 aS Scc-Nre).- QV j Title My commission expires n--e\O V u a v 1l an i a0 a:). tst,)1/4-s? cirs)s), s Bidder Status Form To be completed by all bidders Part A Please answer "Yes" or "No" for each of the following: QYes 0 Yes Yes GYes 0 Yes O No O No ONO Q No Q 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 pnor 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 / 1973 to CURRENT / Address* 3613 TEXAS ST; PO BOX 2620 City, State, Zip* WATERLOO, IOWA 50704 / to / / Address* City, State, Zip* Dates: / / to / / Address* You may attach additional sheet(s) if needed. City, State, Zip' Dates: / 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 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: ASIPROIN 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. ASPHALT RECONSTRUCTION PROJECT Letting Date: MARCH 13, 2025 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 used, plea e s thc1 bottom portion of this form. J Contractor Signature: Title: VICE PRESIDENT Date: MARCH 13, 2025 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/V1/BE 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 YeslNo Contacted Dates Yes/No Dollar Amount be Subcontracted Proposed to DC CORP 2/20/25 YES 3/12/25 YES 87,823.50 REYES CONSTRUCTION 2/20/25 YES 2/28/25 YES NOT LOW MARTINEZ CONSTRUCTION 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 Reconstruction Project, Contract No. 1117, 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 Aspro Inc (Seal) Principal By V. P Swiss Re Corporate Solutions America Insurance Corporation Surety By Witne , Anne Crowner / Attorn=tn-fact, Jamie Gifford (Seal) BID BOND (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") \VES'I'POR'I' INSURANCE CORPORATION ("WIC") GENERAL POWER OF ATTORNEY KNO\V 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 pr incipal 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, SETH 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 of 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 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 binding noon the Corporation when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached." �a,srsrrrrrrnn ,,,rwunra u,A�iF .�` \.n ?, , �cv� • G cc` ' ry • C., tc` •, G �: • �. :o. i0 Voss. 1973cettsbs'iffiate,= s s SEAL m= SEAL f:y,. o: ms o . . o; `G • • • ,''„purr, ri,u,p,``` r -\ By Erik 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 \VITNESS WHEREOF, SRCSAIC, SRCSPIC, and \VIC 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 \VIC and Gerald Jagrowski , Vice President of SRCSAIC and Vice President of SPCSPIC and Vice President of \VIC, 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. QFFIOIAL SEAL CHRiSTINA MAN ISCO HOMY PUBtfC,8TATEgF 10006 Lr+fh.ol g isor .kn es Martha 20211 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 WIC, which is still in full force and effect. IN \VITNESS \VI-IEREOF, 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 \VIC