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