Loading...
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