Loading...
HomeMy WebLinkAboutAspro, Inc.Aspro, Inc PO Box 2620 Waterloo, IA 50704 319-232-6537 FY 2024 ASPHALT OVERLAY PROGRAM CONTRACT NO 1099 CITY OF WATERLOO, IOWA BID DUE: MARCH 14, 2024 1:00 pm BID SECURITY FORM OF BID OR PROPOSAL FY 2024 ASPHALT OVERLAY PROGRAM CONTRACT NO. 1099 CITY OF WATERLOO, IOWA Honorable Mayor and City Council Waterloo, Iowa Gentlemen: 1. The undersigned, being a Corporation existing under the laws of the State of IOWA a Partnership consisting of the following partners: N/A , having familiarized (himself) (themselves) (itself) with the existing conditions on the project area affecting the cost of the work, and with all the contract documents listed in the Table of Contents and Addenda (if any), as prepared by the City Engineer of the City of Waterloo now on file in the office of the City Clerk, City Hall, Waterloo, Iowa, hereby proposes to furnish all supervision, technical personnel, labor, materials, machinery, tools, appurtenances, equipment, and services, including utility and transportation services required to construct and complete this F.Y. 2024 ASPHALT OVERLAY PROGRAM, Contract No. 1099, all in accordance with the above -listed documents and for the unit prices for work in place for the following items and quantities: FY 2024 ASPHALT OVERLAY PROGRAM CONTRACT NO.1099 ITEM BID SPECIFICATION SUPPLEMENTAL SUDAS * SEE DESCRIPTION UNIT EST TOTAL QTY UNIT PRICE BID TOTAL PRICE BID DIVISION AND COVENANTS 1 - GENERAL PROVISIONS 1 1070-302 RAILROAD CANADIAN PROTECTION NATIONAL RAILROAD INSURANCE - LS 1.0 $ $ SUBTOTAL GENERAL PROVISIONS AND COVENANTS = $ DIVISION 2 - EARTHWORK 2 2010-108-E * CLASS 10 EXCAVATION SF 8,823.0 $ $ SUBTOTAL EARTHWORK = $ DIVISION APPURTANCES 5 - WATER MAINS AND 3 SEE EST. REF. CONVERT WATER MANHOLE TO ROADBOX EACH 21.0 $ $ SUBTOTAL WATER MAINS AND APPURTANCES = $ DIVISION SANITARY 6 AND - STRUCTURES STORM SEWERS FOR 4 6010-108-B INTAKE, SW-501 EACH 5.0 $ $ 5 6010-108-B INTAKE, SW-507 EACH 3.0 $ $ 6 6010-108-E-1 * SANITARY MANHOLE ADJUSTMENT, MINOR EACH 11.0 $ $ FORM OF BID CONTRACT NO. 1099 Page 1 of 5 7 6010-108-E-1 * STORM MANHOLE ADJUSTMENT, MINOR EACH 24.0 $ $ 8 SEE EST. REF. STORM RISER RING MANHOLE ADJUSTMENT, MANHOLE EACH 1.0 $ $ 9 SEE EST. REF. TRAFFIC HANDHOLE ADJUSTMENT, MINOR EACH 1.0 $ $ 10 SEE EST. REF. INTAKE ADJUSTMENT, RISER, SW-501 EACH 1.0 $ $ 11 6010-108-E-2 * INTAKE ADJUSTMENT, MINOR, SW-501 EACH 3.0 $ $ 12 6010-108-E-2 * INTAKE TYPE Q ADJUSTMENT, GRATE MINOR, SW-501, EACH 1.0 $ $ 13 6010-108-E-2 * INTAKE TYPE S ADJUSTMENT, GRATE MINOR, SW-501, EACH 1.0 $ $ 14 6010-108-E-2 * INTAKE ADJUSTMENT, MINOR, SW-507 EACH 6.0 $ $ 15 6010-108-E-2 * INTAKE ADJUSTMENT, MINOR, SW-509 EACH 2.0 $ $ 16 SEE EST. REF. INTAKE, TOP REPAIR, SW-507 OR SW-509 EACH 7.0 $ $ 17 SEE EST. REF. INTAKE, TOP REPAIR, SW-545 EACH 4.0 $ $ 18 6010-108-H REMOVE INTAKE EACH 8.0 $ $ SUBTOTAL STRUCTURES FOR SANITARY AND STORM SEWERS = $ DIVISION WORK 7 - STREETS AND RELATED 19 7010-108-E CURB DEPTH, & PCC, GUTTER, C-4 24-INCH WIDE, 8-INCH LF 443.4 $ $ 20 7010-108-E CURB DEPTH, & PCC, GUTTER, C-4 24-INCH WIDE, 9.5-INCH LF 361.0 $ $ 21 7010-108-E CURB DEPTH, & PCC, GUTTER, C-4 24-INCH WIDE, 10.5-INCH LF 632.6 $ $ 22 7010-108-E CURB DEPTH, & PCC, GUTTER, C-4 24-INCH WIDE, 11-INCH LF 97.0 $ $ 23 7010-108-E CURB DEPTH, & PCC, GUTTER, C-4 24-INCH WIDE, 11.5-INCH LF 263.0 $ $ 24 7010-108-G * CONCRETE MEDIAN, 6-INCH DEPTH SF 736.0 $ $ 25 7020-108-A PAVEMENT, SURFACE, 1/2", HMA, PG HIGH 58-28H, TRAFFIC NO FRICTION (HT) TON 10,260.0 $ $ 26 7020-108-A PAVEMENT, PG 58-34E HMA, INTERLAYER BASE, 3/8", TON 2,942.0 $ $ 27 7020-108-A HMA PAVEMENT SAMPLES AND TESTING LS 1.0 $ $ SIDEWALKS, DRIVEWAYS SHARED USE PATHS AND 28 7030-108-A-1 * REMOVAL OF SIDEWALK SF 11,993.0 $ $ 29 7030-108-A-3 * REMOVAL OF DRIVEWAY SF 378.0 $ $ FORM OF BID CONTRACT NO. 1099 Page 2of5 30 7030-108-E * SIDEWALK, PCC, 4 INCH, C-4 SF 5,517.0 $ $ 31 7030-108-E * SIDEWALK, PCC, 6 INCH, C-4 SF 6,432.0 $ $ 32 7030-108-E * SIDEWALK, PCC, 8 INCH, C-4 SF 207.0 $ $ 33 7030-108-G DETECTABLE WARNINGS SF 1,160.0 $ $ 34 7030 108 H-1 * DRIVEWAY, PAVED, PCC, 6 INCH, C-4 SF 225.0 $ $ 35 7030-108-H-1 * DRIVEWAY, PAVED, PCC, 6 INCH, M-4 SF 153.0 $ $ 36 IA 2312 DOT * SPEC. GRANULAR SURFACING, 4-INCH DEPTH SF 131.0 $ $ PAVEMENT REHABILITATION 37 7040-108-A * PAVEMENT, PCC, 9-INCH, C-4 SF 226.0 $ $ 38 7040-108-A * PAVEMENT, HMA, 4-INCH, MISC. SF 105.0 $ $ 39 7040-108-A * FULL C-4 DEPTH PATCHES, 9.5-INCH DEPTH, PCC, SF 225.0 $ $ 40 7040-108-A * FULL PCC, DEPTH C-4 PATCHES, 10.5-INCH DEPTH, SF 7,500.0 $ $ 41 7040-108-C * PARTIAL DEPTH PATCHES SF 10,400.0 $ $ 42 SEE EST. REF. PARTIAL DEPTH CRACK REPAIR SF 1,210.0 $ $ 43 7040-108-G * MILL WEDGE EACH 13.0 $ $ 44 IA 2214 DOT SPEC PAVEMENT SCARIFICATION SY 55,227.0 $ $ 45 7040-108-H * PAVEMENT REMOVAL SF 120.0 $ $ 46 7040-108-H * MEDIAN CAP REMOVAL SF 736.0 $ $ 47 7040-108-1 CURB AND GUTTER REMOVAL LF 1,797.0 $ $ SUBTOTAL STREETS AND RELATED WORK = $ DIVISION AND TRAFFIC 8 - CONTROL PAVEMENT MARKINGS PAVEMENT MARKINGS 48 8020-108-B PAINTED SOLVENT/WATERBOURNE PAVEMENT MARKINGS, STA 411.15 $ $ 49 8020-108-E * PERMANENT THERMOPLASTIC, TAPE 24-INCH MARKINGS, WIDE, WHITE LF 574.0 $ $ 50 8020-108-H PRECUT THERMOPLASTIC SYMBOLS & LEGENDS, EACH 33.0 $ $ TRAFFIC CONTROL 51 8030-108-A TEMPORARY TRAFFIC CONTROL LS 1.0 $ $ FORM OF BID CONTRACT NO. 1099 Page 3 of 5 SUBTOTAL PAVEMENT MARKINGS AND TRAFFIC CONTROL = $ DIVISION LANDSCAPING 9 - SITE WORK AND SEEDING 52 9010-108-B * HYDRAULIC AND MULCHING SEEDING, -TYPE SEEDING, 1 FERTILIZING SF 2,197.0 $ $ SUBTOTAL SITE WORK AND LANDSCAPING = $ DIVISION 11 - MISCELLANEOUS 53 11020-108-A MOBILIZATION LS 1.0 $ $ SUBTOTAL MISCELLANEOUS = $ TOTAL BID $ � 319) 933 . �D 2. It is understood that the quantities set forth are approximate only and subject to variation and that the unit bid price for the work done shall govern in the actual payment to Contractor. 3. In submitting this bid, the bidder understands that the right is reserved by the City of Waterloo, Iowa, to reject any or all bids. If written notice of the acceptance of this bid is mailed, telegraphed, or delivered to the undersigned within thirty (30) days after the opening thereof, or at any time thereafter before this bid is withdrawn, the undersigned agrees to execute and deliver an agreement in the prescribed form and furnish the required bond and certificate of the insurance within ten (10) days after the agreement is presented to him for signature, and start work within ten (10) days after "Notice to Proceed" is issued. 4. Security in the sum of 5% OF BID ) in the form of BID BOND INSTRUCTIONS TO BIDDERS. Dollars ($ N/A is submitted herewith in accordance with the 5. Attached hereto is a Non -Collusion Affidavit of Prime Contractor. 6. Attached hereto is a Bidder Status Form. 7. The bidder is prepared to submit a financial and experience statement upon request. 8. The Prime Contractor and Subcontractor(s), which have performed an aggregate of $10,000.00 in work for the City in the current calendar year, are prepared to submit an AAP or Update and an EOC, within ten (10) days of notification that the bid submitted is lowest and acceptable. 9. The bidder has received the following Addendum or Addenda: Addendum No. 1 Date Zl Zb/2'4 10. The bidder shall list the MBE/WBE subcontractor(s), amount of subcontracts and bid items on the City of Waterloo Minority and/or Women Business Pre -bid Contact Information Form submitted with this Form of Bid or Proposal. The FORM OF BID CONTRACT NO. 1099 Page 4 of 5 apparent low Bidder shall submit a list of all other Subcontractor(s) to be used on this Project to the City of Waterloo by 5:00 p.m. the business day following the day Bids on this Project are due along with the Non -Collusion Affidavits of All Subcontractor(s). The Contractor shall submit information on subcontractors on "SUBCONTRACTOR REQUEST AND APPROVAL" Form to be provided by City prior to approval of contract. The subcontractors listed on this proposal and/or submitted to the Contract Compliance Officer cannot be changed except for the following reasons: 1) The City of Waterloo does not approve the subcontractors. 2) The subcontractors submit in writing that they cannot fulfill their subcontracts. 11. The bidder has filled in all blanks on this proposal. Those blanks not applicable are marked "none" or "NA". 12. The bidder has attached all applicable forms. 13. The Owner reserves the right to select alternates, delete line items, and/or to reduce quantities prior to the award of a contract due to budgetary limitations. ASPRO, IN.C. BY: Official Address: (Including Zip Code): MARCH 14, 2024 (Date) Title VICE PRESIDENT 3613 TEXAS ST; PO BOX 2620 WATERLOO, IA 50704 I.R.S. No. 42-1011512 FORM OF BID CONTRACT NO. 1099 Page 5 of 5 FORM OF BID OR PROPOSAL F. Y. 2024 ASPHALT OVERLAY PROGRAM CONTRACT NO. 1099 CITY OF WATERLOO, IOWA BID ITEM DESCRIPTION UNIT EST. QTY. UNIT BID PRICE TOTAL BID PRICE 1 RAILROAD PROTECT INS.-CANADIAN NA LS 1.00 $8,000.00 $8,000.00 2 CLASS 10 EXCAVATION SF 8,823.00 $4.00 $35,292.00 3 CONVERT WATER MH TO ROADBOX EACH 6.00 $950.00 $5,700.00 4 INTAKE, SW-501 EACH 5.00 $6,750.00 $33,750.00 5 INTAKE, SW-507 EACH 3.00 $8,000.00 $24,000.00 6 SANITARY MH ADJUSTMENT, MINOR EACH 11.00 $2,000.00 $22,000.00 7 STORM MH ADJUSTMENT, MINOR EACH 25.00 $1,975.00 $49,375.00 8 STORM MH ADJUSTMENT, MH RISER Rik EACH 1.00 $1,000.00 $1,000.00 9 TRAFFIC HANDHOLE ADJUST., MINOR EACH 1.00 $1,000.00 $1,000.00 10 INTAKE ADJUSTMENT, RISER, SW-501 EACH 1.00 $450.00 $450.00 11 INTAKE ADJUSTMENT, MINOR, SW-501 EACH 3.00 $4,000.00 $12,000.00 12 INTAKE ADJ., MINOR, SW-501, TYPE Q EACH 1.00 $4,000.00 $4,000.00 13 EACH 1.00 $4,200.00 $4,200.00 INTAKE ADJ., MINOR, SW-501, TYPES 14 INTAKE ADJUSTMENT, MINOR, SW-507 EACH 6.00 $4,700.00 $28,200.00 15 INTAKE ADJUSTMENT, MINOR, SW-509 EACH 2.00 $5,225.00 $10,450.00 16 INTAKE, TOP REPAIR, SW-507 OR SW-50 EACH 7.00 $3,650.00 $25,550.00 17 INTAKE, TOP REPAIR, SW-545 EACH 4.00 $4,700.00 $18,800.00 18 REMOVE INTAKE EACH 8.00 $2,000.00 $16,000.00 19 LF 443.40 $54.50 $24,165.30 CURB & GUTTER, 24", 8", PCC, C-4 20 LF 361.00 $56.50 $20,396.50 CURB & GUTTER, 24", 9.5", PCC, C-4 21 LF 647.20 $58.00 $37,537.60 CURB & GUTTER, 24", 10.5", PCC, C-4 22 LF 97.00 $58.00 $5,626.00 CURB & GUTTER, 24", 11", PCC, C-4 23 LF 263.00 $59.50 $15,648.50 CURB & GUTTER, 24", 11.5", PCC, C-4 24 CONCRETE MEDIAN, 6" DEPTH SF 736.00 $6.75 $4,968.00 25 HMA, HT, SURFACE, 1/2", PG 58-28H TON 10,260.00 $149.40 $1,532,844.00 26 HMA, INTERLAYER BASE, 3/8", PG 58-34E TON 2,942.00 $173.00 $508,966.00 27 HMA PAVEMENT SAMPLES & TESTING LS 1.00 $8,500.00 $8,500.00 28 SF 11,993.00 $2.30 $27,583.90 REMOVAL OF SIDEWALK 29 REMOVAL OF DRIVEWAY SF 378.00 $2.40 $907.20 30 SIDEWALK, PCC, 4 INCH, C-4 SF 5,517.00 $6.50 $35,860.50 31 SIDEWALK, PCC, 6 INCH, C-4 SF 6,432.00 $7.00 $45,024.00 32 SIDEWALK, PCC, 8 INCH, C-4 SF 207.00 $7.50 $1,552.50 33 DETECTABLE WARNINGS SF 1,160.00 $65.00 $75,400.00 34 SF 225.00 $7.00 $1,575.00 DRIVEWAY, PAVED, PCC, 6 INCH, C-4 35 SF 153.00 $7.00 $1,071.00 DRIVEWAY, PAVED, PCC, 6 INCH, M-4 36 GRANULAR SURFACING, 4 INCH DEPTH SF 131.00 $3.00 $393.00 37 PAVEMENT, PCC, 9 INCH, C-4 SF 226.00 $8.00 $1,808.00 38 PAVEMENT, HMA, 4 INCH, MISC. SF 105.00 $7.00 $735.00 39 FULL DEPTH PATCHES, 9.5", PCC, C-4 SF 225.00 $15.00 $3,375.00 40 FULL DEPTH PATCHES, 9 PCC/3" HMA SF 7,500.00 $23.40 $175,500.00 41 PARTIAL DEPTH PATCHES SF 10,400.00 $15.50 $161,200.00 42 PARTIAL DEPTH CRACK REPAIR SF 1210.00 $15.25 $18,452.50 43 MILL WEDGE EACH 13.00 $3,250.00 $42,250.00 44 PAVEMENT SCARIFICATION SY 55227.00 $8.00 $441,816.00 45 PAVEMENT REMOVAL SF 120.00 $3.00 $360.00 46 MEDIAN CAP REMOVAL SF 736.00 $2.25 $1,656.00 47 LF 1811.60 $26.50 $48,007.40 CURB AND GUTTER REMOVAL 48 PAINTED PAVEMENT MARKINGS, WATEF STA 411.15 $90.00 $37,003.50 49 PERM. TAPE MARKINGS, THERMO., 24" LF 574.00 $35.00 $20,090.00 50 PRECUT SYMBOLS, THERMOPLASTIC EACH 33.00 $700.00 $23,100.00 51 TEMPORARY TRAFFIC CONTROL LS 1.00 $65,500.00 $65,500.00 52 HYDRAULIC SEED FERTILIZE, MULCH SF 2197.00 $2.00 $4,394.00 , 53 MOBILIZATION LS 1.00 $121,500.00 $121,500.00 54 REM/REP STEEL BEAM GUARDRAIL LS 1.00 $5,400.00 $5,400.00 TOTAL BID Aspro, Inc. Brad Blough Official Address: (Including Zip Code) 3613 Texas St.; P. O. Box 2620 Waterloo, Iowa 50704 I.R.S. No. 42-1011512 $3,819,933.40 March 14, 2024 (Date) Title: Vice President NON -COLLUSION AFFIDAVIT OF PRIME BIDDER State of IOWA )ss County of BLACK HAWK BRAD BLOUGH , being first duly sworn, deposes and says that: 1 He is (Owner-, Partner, Officer, - - ;presentative, or Aft) , of ASPRO, INC. , the Bidder that has submitted the attached Bid; 2. He is fully -informed respecting the preparation and contents of the attached Bid and of all pertinent circumstances respecting such Bid; 3. Such Bid is genuine and is not a collusive or sham Bid: 4. Neither the said Bidder nor any of its officers, partners, owners, agents, representatives, employees, or parties in interest, including this affiant, has in any way colluded, conspired, connived or agreed, directly or indirectly, with any other Bidder firm or person to submit a collusive or sham Bid in connection with the Contract for which the attached Bid has been submitted or to refrain from bidding in connection with such Contract, or has in any manner, directly or indirectly, sought by agreement or collusion or communication or conference with any other Bidder, firm or person to fix the price or prices in the attached Bid or of any other Bidder, or, to fix any overhead, profit or cost element of the bid price or the bid price of any other Bidder, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against the City of Waterloo, Iowa, or any person interested in the Proposed Contract; and 5. The price or prices quoted in the attached Bid are fair and proper and are not tainted by any collusion, conspiracy, connivance or unlawful agreement on the part of the Bidder or ;: y of its agents, representatives, owners, employees, or parties in interest, including this af'ant. (Signed) VICE PRESIDENT Title Subscribed and sworn to before me this t a day of ar , 200)1A My commission expires Iu'vy al , c3 • INA'°"` ler- CHRI JONOr 7s4o y COMMISSION MY COMMISSION EXPIRES Bidder Status Form To be completed by all bidders PartA Please answer "Yes" or "No" for each of the following: Yes ONo Yes ONo Yes ONo Yes No My company is authorized to transact business in Iowa. (To help you determine if your company is authorized, please review the worksheet on the next page). My company has an office to transact business in Iowa. My company's office in Iowa is suitable for more than receiving mail, telephone calls, and e-mail. My company has been conducting business in Iowa for at least 3 years prior to the first request for bids on this project. My company is not a subsidiary of another business entity or my company is a subsidiary of another business entity that would qualify as a resident bidder in Iowa. If you answered "Yes" for each question above, your company qualifies as a resident bidder. Please complete Parts B and D of this form. If you answered "No" to one or more questions above, your company is a nonresident bidder. Please complete Parts C and D of this form. To be completed by resident bidders Part B My company has maintained offices in Iowa during the past 3 years at the following addresses: Dates: 07 Dates: Dates: You may attach additional sheet(s) if needed. / 24 / 1973 to CU}KRENT / Address. 3613 TEXAS ST; PO BOX 2620 City, State, Zip: WATERLOO, IA 50704 / / to / / Address. City, State, Zip: / / to / / Address. City, State, Zip' To be completed by non-resident bidders Part C 1. Name of home state or foreign country reported to the Iowa Secretary of State: 2. Does your company's home state or foreign country offer preferences to resident bidders, resident labor force preferences or any other type of preference to bidders or laborers? Yes No 3. If you answered "Yes" to question 2, identify each preference offered by your company's home state or foreign country and the appropriate legal citation. You may attach additional sheet(s) if needed. To be completed by all bidders Part D certify that the statements made on this document are true and complete to the best of my knowledge and I know that my failure to provide accurate and truthful information may be a reason to reject my bid. Firm Name: AS R0 NC. 0 Signature: • Date: MARCH 14,2024 You must submit the completed form to the governmental body requesting bids per 875 Iowa Administrative Code Chapter 156. This form has been approved by the Iowa Labor Commissioner. 309-6001 (09-15) MBE/WBE BUSINESS ENTERPRISE PRE -BID CONTACT INFORMATION FORM Prime Contractor Name: ASPRO, INC. Project: F.Y. 2024 ASPHALT OVERLAY PROGRAM Letting Date: MARCH 14, 2024 NO MBE/WBE SUBCONTRACTORS: If you are NOT using any MBE/WBE subcontractors to complete this project, sign below. Attach a brief explanation as to why subcontracting was not feasible with this project. If any MBE/WBE subcontractors will be useplebe vs the bottom portion of this form. Contractor Signature: Title VICE PRESIDENT Date: MARCH 14, 2024 SUBCONTRACTORS APPLICABLE: You are required, in order for your bid to be considered responsive, to provide the information on this form showing ALL of your MBE/WBE subcontractor contacts made for your bid submission. This information is subject to verification. Any questions may be directed to Contract Compliance Office 319-291- 4429. You are required, in order for your bid to be considered responsive, to provide the information on this Form showing your MBE/WBE Business Enterprise contacts made prior to your bid submission. This information is subject to verifications and confirmation. If you are unable to identify MBE/WBE firms to perform portions of the work, please contact Rudy Jones, Contract Compliance Officer, for assistance at (319) 291-4429. In the event it is determined that the MBE/WBE Business Enterprise goals are not met, then before awarding the contract the City of Waterloo will make a determination as to whether or not the apparent successful low bidder made good faith efforts to meet the goals. TABLE OF INFORMATION SHOWING BIDDER'S PRE -BID MBE/WBE BUSINESS ENTERPRISE CONTACTS Quotes Received Quotation used in bid Subcontractors MBEANBE Contacted Dates Yes/No Contacted Dates Yes/No Dollar Amount be Subcontracted Proposed to DC CORPORATION 2/22/24 )(642 3/421 06 I 1 I379oO DANIELS HOME IMPROVEMENT 2/22/24 ilg QUICK CONSTRUCTION CO. 2/22/24 tip 4 MARTINEZ CONCRETE, LLC 2/22/24 lec Zglz Ve5 t I9'tS D REYES CONSTRUCTION, LLC 2/22/24 aVi b-t#1 NO Ni 04 Low RJd I0 (Form CCO-4) Rev. 06-20-02 E • v Lt I T. • o 0 Lit cu •(off � v 0 UNITED STATES Parcel Airlift U.S. POSTAGE PAI riff WATERLOO, IA Special Handling cu u_ 103 1^ u l 1^ In u l 03 1^ u/ W V) 1c1^o u l Postage -W ,^^ Address (Name, Street, City, State, and ZIP Code Tr.') DC CORPORATION 426 BEECH ST WATERLOO, IA 50703 DANIELS HOME IMPROVEMENT 3358 BRISTOL RD WATERLOO, IA 50702 QUICK CONSTRUCTION CO. 217 BATES ST WATERLOO, IA 50703 MARTINEZ CONCRETE, LLC 711 REBER AVE WATERLOO, IA 50701 REYES CONSTRUCTION, LLC 908 W 1st ST. TOTAL NO. of Pieces Received at Post 01 CD CD TOTAL NO. of Pieces Listed by Sender 5 H 1 0 0 a w H 3 10, INC. BOX 2620 ERLOO, IA 50704 USPS"' Tracking Number Firm -specific Identifier N 03 7f' Lri Cfl See Reverse for Instructions PSN 7530-17-000-5549 0 BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, Aspro, Inc_ as Principal, and Swiss Re Corporate Solutions America Insurance Corporation as Surety are held and firmly bound unto the CITY OF WATERLOO , Iowa, hereinafter called "OWNER." In the penal sure Five Percent of the Total Amount Bid Dollars ($ 5% ) lawful money of the United States, for the payment of which sum will and truly be made, we bind ourselves, our heirs, executors, administrators, and successors, jointly and severally, firmly by these presents. The condition of this obligation is such that whereas the Principal has submitted the accompanying bid dated the 14th day of March 2024 , for FY 2024 Asphalt Overlay Program in the City of Waterloo, Iowa, Contract No. 1099 NOW, THEREFORE, (a) If said Bid shall be rejected, or in the altemate, (b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the form specified and shall furnish a bond for his faithful performance of said contract, and for the payment of all persons performing labor or furnishing matenals in connection therewith, and shall in all other respects perform the agreement created by the acceptance of said Bid, Then this obligation shall be void, otherwise the same shall remain in force and effect; it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. By virtue of statutory authority, the full amount of this bid bond shall be forfeited to the Owner in liquidation of damages sustained in the event that the Principal fails to execute the contract and provide the bond as provided in the specifications or by law. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall be in no way impaired or affected by any extension of the time within which the Owner may accept such Bid or execute such contract; and said Surety does hereby waive notice of any such extension. IN WITNESS WHEREOF, the Principal and the Surety, have hereunto set their hands and seals, and such of them as are corporations, have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers this 21st day of February , A.D. 2024 Aspro, Inc. Prigpipal, By t—� c Swiss Re Corporate Solutions America InsuranesktJporation Surety By i Cindy Bennett 1" omey-in-fact (Seal) (Title) ♦ C Rei • SEAL=a' •.,• ,� 1973�� oa o .•�•,s o ,,.ot.ttttt ,�rSlulw• `tttt SWISS RE CORPORATE SOLUTIONS SWISS RE CORPORATE SOLUTIONS AMERICA INSURANCE CORPORATION ("SRCSAIC") SWISS RE CORPORATE SOLUTIONS PREMIER INSURANCE CORPORATION ("SRCSPIC") WESTPORT INSURANCE CORPORATION ("WIC") GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, THAT SRCSAIC, a corporation duly organized and existing under laws of the State of Missouri, and having its principal office in the City of Kansas City, Missouri, and SRCSPIC, a corporation organized and existing under the laws of the State of Nifissouri and having its principal office in the City of Kansas City, Missouri, and WIC, organized under the laws of the State of Missouri, and having its principal office in the City of Kansas City, Missouri, each does hereby make, constitute and appoint: JAY D. FREIERMUTH, CRAIG E. HANSEN, BRIAN M. DEIMERLY, CINDY BENNETT, ANNE CROWNER, TIM McCULLOH, DIONE R. YOUNG, SETI-I ROOKER, JENNIFER MARINO, JOSEPH TIERNAN, KATE ZANDERS, SARA HUSTON, JOHN CORD LUKAS SCHRODER and JAMIE GIFFORD JOINTLY OR SEVERALLY Its true and lawful Attorney(s)-in-Fact, to make, execute, seal and deliver, for and on its behalf and as its act and deed, bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies, as surety, on contracts of suretyship as are or may be required or permitted by law, regulation, contract or otherwise, provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of: ONE HUNDRED TWENTY FIVE MILLION ($ 125,000,000.00) DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both SRCSAIC and SRCSPIC at meetings duly called and held on the 18th of November 2021 and WIC by written consent of its Executive Committee dated July 18, 2011. "RESOLVED, that any two of the President, any Managing Director, any Senior Vice President, any Vice President, the Secretary or any Assistant Secretary be, and each or any of them hereby is, authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Corporation bonds, undertakings and all contracts of surety, and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Corporation; and it is FUJRTHER RESOLVED, that the signature of such officers and the seal of the Corporation may be affixed to any such Power of Attorney or to any certificate relating the:eto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Corporation when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached." ttq'tttttlbtf., t \s F�., tV •,�_•...• ,I ttttttttl 1111 flat •``' _I14i A1.1&? 't, . ``� t�NS PRE/,/� tt , ,.. * ttt,♦ IErik Janssens, Senior Vice President of SRCSAIC & Senior Vice President of SRCSPIC & Senior Vice President of WIC By Gerald Jagrowski, Vice President of SRCSAIC & Vice President of SRCSPIC & Vice President of WIC IN WITNESS WHEREOF, SRCSAIC, SRCSPIC, and WIC have caused their official seals to be hereunto affixed, and these presents to be signed by their authorized officers this 211d day of FEBRUARY , 20 24 State of Illinois County of Cook ss Swiss Re Corporate Solutions America Insurance Corporation Swiss Re Corporate Solutions Premier Insurance Corporation Westport Insurance Corporation On this 2nd day of FEBRUARY , 20 24 , before me, a Notary Public personally appeared Erik Janssens , Senior Vice President of SRCSAIC and Senior Vice President of SRCSPIC and Senior Vice President of WIC and Gerald Jagrowski , Vice President of SRCSAIC and Vice President of SPCSPIC and Vice President of WIC, personally known to me, who being by me duly sworn, acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies. I, Jeffrey Goldberg, the duly elected Senior Vice President and Assistant Secretary of SRCSAIC and SRCSPIC and WIC, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said SRCSAIC and SRCSPIC and WIC, which is still in hill force and effect. IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Companies this 2lstday of February , 20 24 . Jeffrey Goldberg, Senior Vice President & Assistant Secretary of SRCSAIC and SRCSPIC and WIC