HomeMy WebLinkAboutAspro, Inc.BID SECURITY
Aspro, Inc
PO Box 2620
Waterloo, IA 50704
319-232-6537
FORM OF BID OR PROPOSAL
FY 2022 ASPHALT OVERLAY PROGRAM
CONTRACT NO 1056
CITY OF WATERLOO, IOWA
DUE DATE: APRIL 21, 2022
1:00 PM
BID BOND
KNOW ALL MEN BY THESE PRESENTS, that we, Aspro, Inc.
as Principal, and North American Specialty Insurance Company
as Surety are held and firmly bound unto the CITY OF WATERLOO _, Iowa, hereinafter called
"OWNER." In the penal sum ---Five Percent of the Bid Submitted ---
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 21st _ day of April
2022 , for FY 2022 Asphalt Overlay Program, Waterloo, Iowa; Contract No. 1056
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 he
signed by their proper officers this 11th day of April A.D. 2022 •
(Seal)
Witness- 2
Witness Marty Bennett
By
North American Specialty Insurance Compaweal)
f t �4
ney-in-(act Cindy Bennett.'
SWISS RE CORPORATE SOLUTIONS
NORTH AMERICAN SPECIALTY INSURANCE COMPANY
WASHINGTON INTERNATIONAL INSURANCE COMPANY
WESTPORT INSURANCE CORPORATION
GENERAL POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS, THAT North American Specialty insurance Company, a corporation duly organized and existing
under laws of the State of New Hampshire, and having its principal office in the City of Kansas City, Missouri and Washington International
Insurance Company a corporatio n organized and existing under the laws of the State of New Hampshire and having its principal office in the City
of Kansas City, Missouri and Westport Insurance Corporation, organized under the laws of the State of Missouri, and having its principal office in
the City of Kansas City, Missouri ', each floes hereby make constitute and appoint:
JAY D. FREIERMUTH, CRAIG E. HANSEN, BRIAN M. DEIMERLY, CINDY BENNETT, ANNE CROWNER,
TIM McCULLOH, STACY VENN, DIONE R. YOUNG, WENDY A. LEWIS, STACIE CHRISTENSEN and SETH ROOKER JOINTLY OR SEVERALLY
Its true and lawful Attoiney(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 North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held
on March 24, 2000 and Westport Insurance Corporation by written consent of its Executive Committee dated July 18, 2011.
"RESOLVED, that any two of the President, any Senior Vice President, any Vice President, any Assistant 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 Company 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 Company; and it is
FURTHER RESOLVED, that the signature of such officers and the seal of the Company 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 upon the Company when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached."
kll V3•606.4:0•1?°‘
(
kll "SEALF\
1973 y i
By
Steven P. Anderson, Sutler Vice Pres dent of Washington International Insurance Company
& Senior vice President of North American specialty Insurance Company
& Senior Vice President of \\'estport Insurance Corporation
�Jj'\ Irr.u,.,.
13
Erik.ianssens, Senior vice President of M'ashh,gton international Insurance Company
& Senior Vice President of North American specialty Insu Amite Company
& Senior Vice President of Westport insurance Corporation
IN WITNESS WHEREOF, North American Specialty Insurance Company, Washington International Insurance Company and Westport
Insurance Corporation have caused their official seals to be hereunto affixed, and these presents to be signed by their authorized officers this
this 24th day of NOVEMBER , 20 2l
State of Illinois
County of Cook ss:
North American Specialty Insurance Company
Washington International Insurance Company
Westport Insurance Corporation
On this 24th day of NOVEMBER, 20 21 before me, a Notary Public personally appeared Steven P. Anderson Senior Vice President of
Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and Senior Vice President of
Westport Insurance Corporation and Erik Janssens Senior Vice President of Washington International Insurance Company and Senior Vice President
of North American Specialty Insurance Company and Senior Vice President of Westport Insurance Corporation, personally known to me, who
being by Inc 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. } - r
YASMIN A. PATEL
OFFICIAL SEAL
Notary Pubilo. Siete of Illinois
My Commission Wiles
May 28, 2023
V411 ('"%.
Yasmin A. Patel, Notary
I, Jeffrey Goldberg, the duly elected Senior Vice President and Assistant Secretary of North American Specialty Insurance Company, Washington
International Insurance Company and Westport Insurance Corporation do hereby certify that the above and foregoing is a true and correct copy of a
Power of Attorney given by said Nor h American Specialty insurance Company, Washington International Insurance Company and Westport
Insurance Corporation which is still i n Rill force and effect.
IN WITNESS WHEREOF, I have se my hand and affixed the seals of the Companies this 11 th day of
April
2022 .
lc (troy Goldberg, Senior Vice President & Assisnmt Secmtary of \\'as)]ington lntcrnatiunal Insurance Company &
North American Specialty Insurance Company & Vice President & Asslstunt Secrpiney of Westport Insurance. Corporation
FORM OF BID OR PROPOSAL
FY 2022 ASPHALT OVERLAY PROGRAM
CONTRACT NO. 1056
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. 2022 ASPHALT OVERLAY
PROGRAM, Contract No. 1056 all in accordance with the above -listed documents and for the unit
prices for work in place for the following items and quantities:
FY 2022 ASPHALT
CONTRACT
OVERLAY
1056
PROGRAM
NO.
BID
ITEM
SUDAS
SPECIFICATION
SEE SUPPLEMENTAL
SP = SPCL PROV
DESCRIPTION•
UNIT
EST QTY
UNIT BID
PRICE
TOTAL BID
PRICE
1
4020-1.08-A-1*
STORM SEWER TRENCHED, RCP, 2000D,
12 INCH
LF
50.0
$
$
2
6010-1.08-H-0
REMOVE INTAKE
EACH
4.0
$
$
3
6010-1,08-B-0
INTAKE, SW-501
EACH
4.0
$
$
4
SPECIAL
PROVISION #1
REMOVE AND REPLACE INLET BOXOUT,
SW-501
EACH
7.0
$
$
5
SPECIAL PROVISION #1
REMOVE AND REPLACE INLET BOXOUT,
SW-505
EACH
2.0
$
$
6
SPECIAL PROVISION #1
REMOVE
SW-511
AND REPLACE INLET BOXOUT,
EACH
1,0
$
$
7
SPECIAL
PROVISION #1
REMOVE
E-3-C
AND REPLACE INLET BOXOUT,
EACH
1.0
$
$
8
6010-1.08-D-0
*
CASTING EXTENSION RING (INLET)
EACH
50.0
$
$
9
6010-1.08-D-0 *
CASTING EXTENSION
RING
(MANHOLE)
EACH
83.0
$
$
10
SPECIAL PROVISION #2
REMOVE & REPLACE MANHOLE
BOXOUT
EACH
5.0
$
$
11
6010-1.08-E-0
MANHOLE ADJUSTMENT, MINOR
EACH
1.0
12
7020-1.08-A-0 `
PAVEMENT, HMA, STANDARD TRAFFIC
(ST) SURFACE, 1/2", PG 58-28S, NO
FRICTION
TONS
2,589.9
$
$
FORM OF BID
CONTRACT NO. 1056
Page 1 of 4
BID
ITEM
SPECIFICATION
` SEE
` SP
SUDAS
SUPPLEMENTAL
= SPCL PROV
' DESCRIPTION
UNIT
EST QTY '
UNIT BID
"PRICE
TOTAL BID
PRICE
13
7020-1.08-A-0 *
PAVEMENT,
SURFACE,
HMA, HIGH
1/2", PG 58-2814,
TONS
7,512.2
$
$
TRAFFIC (HT)
NO FRICTION
14
7020-1.08-A-0 *
PAVEMENT,
(ST)
HMA, STANDARD TRAFFIC
INTERMEDIATE, 1/2", PG 58-28S
TONS
692.9
$
$
15
7020-1.08-A-0 *
PAVEMENT,
INTERMEDIATE,
HMA, HIGH TRAFFIC (HT)
1/2", PG 58-281-i
TONS
1,315.9
$
$
16
7020-1.08-1-0
HMA PAVEMENT SAMPLES AND
TESTING
LS
1.0
$
$
17
7030-1.08-A-0 *
REMOVAL OF SIDEWALK
SY
1,029.8
$
$
18
7030-1.08-E-0
SIDEWALK, PCC, C-4, 4-INCH
SY
361.6
$
$
19
7030-1.08-E-0
SIDEWALK, PCC, C-4, 6-INCH
SY
387.5
$
$
20
7030-1.08-E-0
SIDEWALK, PCC, C-4, 6-INCH
PEDESTRIAN RAMP
SY
351.7
$
$
21
7030-1.08-G-0
DETECTABLE WARNING
SF
766.0
$
$
22
SPECIAL PROVISION #3
SIDEWALK CURB, BEAM
LF
22.9
$
$
23
SPECIAL PROVISION #4
SIDEWALK CURB
LF
7.8
$
$
24
7040-1.08-E, 1-0 *
REMOVE CURB & GUTTER
LF
1,270.7
$
$
25
7040-1.08-E, 1-0 *
CURB
THICK,
& GUTTER, 24-INCH WIDE, 8-INCH
PCC C-4
LF
200.6
$
$
26
7040-1.08-E, 1-0 *
CURB & GUTTER, 24-INCH WIDE, 9-INCH
THICK, PCC C-4
LF
81.9
$
$
27
7040-1.08-E, 1-0 *
CURB & GUTTER, 24-INCH WIDE, 13.5-
INCH THICK, PCC C-4
LF
988.2
$
$
28
7040-1.08-H-0
REMOVAL OF PAVEMENT
SY
19.3
$
$
29
7020-1.08-B-0 *
PAVEMENT, HMA, 6-INCH
SY
19.3
$
$
30
SPECIAL PROVISION #5
SURFACE PATCH
TONS
15.0
$
$
31
SPECIAL PROVISION #6
FULL DEPTH PATCHING, 13.5-INCH, PCC
SY
1,111.0
$
$
32
IDOT SPEC 2212 *
PARTIAL DEPTH PATCHING
SF
12.0
$
$
33
SPECIAL PROVISION #7
PARTIAL DEPTH
CRACK REPAIR
LF
439.0
$
$
34
2010-1.08-J *
MODIFIED, 6-INCH
SY
1,110.0
$
$
SUBBASE,
35
IDOT SPEC 2312
GRANULAR SHOULDER
TONS
120.0
$
$
36
IDOT SPEC 2216
CRACK AND SEAT
SY
9,731.7
$
$
37
SPECIAL PROVISION #8
MILL WEDGE
EACH
21.0
$
$
38
IDOT SPEC 2214
PAVEMENT SCARIFICATION
SY
58,475.4
$
$
39
8020-1.08-B-0
PAINTED
SOLVENT/WATERBORNE
PAVEMENT MARKINGS,
STA
284.81
$
$
40
8020-1.08-H
PRECUT SYMBOLS & LEGENDS,
THERMOPLASTIC
EACH
7.0
$
$
41
8030-1.08-A-0
TEMPORARY TRAFFIC CONTROL
LS
1.0
$
$
42
8030-1.08-A-0
TEMPORARY
BROADWAY
TRAFFIC
CONTROL -
LS
1.0
$
$
STREET
43
8030-1.08-A-0
TEMPORARY
FRANKLIN
TRAFFIC CONTROL -
STREET
LS
1.0
$
$
44
8030-1.08-A-0
TEMPORARY TRAFFIC CONTROL - WEST
RIDGEWAY AVENUE
LS
1.0
$
$
45
1070-3.02-4
RAILROAD PROTECTIVE INSURANCE -
IOWA NORTHERN RAILWAY COMPANY
LS
1.0
$
$
46
11020-1.08-A-0
MOBILIZATION
LS
1.0
$
$
47
9040-1.08-F
EROSION CONTROL, WATTLES, 9-INCH,
INSTALL
LF
800.0
$
$
48
9040-1.08-F
EROSION CONTROL,
WATTLES, REMOVE
LF
800.0
$
$
49
SPECIAL PROVISION #9
EARTHWORK, GRADE AND REMOVE
TOPSOIL
SY
310.0
$
$
50
9010-1.08-B-0 *
HYDRAULIC SEEDING, FERTILIZING, &
MULCHING
SY
310.0
$
$
FORM OF BID
ADDENDUM NO, 1
REVISED L/11/2022
CONTRACT NO. 1056
ADDENDUM NO, 2
REVISED 4/12/2022
Page 2 of 4
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 marled 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 p4/lliZD�L
Z Dt(ILJLol2
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:
FORM OF BID
CONTRACT NO. 1056 Page 3 of 4
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. APRIL 21, 2022
(Name of Bidder)
BY:
Official Address: (Including Zip Code):
3613 TEXAS ST.; PO BOX 2620
WATERLOO, IA 50704
(Date)
Title VICE PRESIDENT
I.R.S. No. 42-1011512
FORM OF BID
CONTRACT NO. 1056 Page 4 of 4
FORM OF BID OR PROPOSAL
F. Y. 2022 ASPHALT OVERLAY PROGRAM
CONTRACT NO. 1056
CITY OF WATERLOO, IOWA
ITEM
BID
DESCRIPTION
UNIT
EST.
QTY.
UNIT
BID
PRICE
TOTAL
PRICE
BID
1
LF
5000
$115.00
$5,750.00
ST SEWER TRENCHED, RCP, 2000D, 12"
2
REMOVE INTAKE
EACH
4 00
$1,800.00
$7,200.00
3
INTAKE,
SW-501
EACH
4.00
$6,000.00
$24,000.00
4
REM/REP INLET BOXOUT, SW-501
EACH
7.00
$3,250.00
$22,750.00
5
EACH
2.00
$4,250.00
$8,500.00
REM/REP INLET BOXOUT, SW-505
6
REM/REP INLET BOXOUT, SW-511
EACH
1.00
$3,250.00
$3,250.00
7
REM/REP INLET BOXOUT, E-3-C
EACH
1.00
$4,500.00
$4,500.00
8
EACH
50.00
$300.00
$15,000.00
CASTING EXTENSION RING (INLET)
9
CASTING EXTENSION RING (MANHOLE)
EACH
83.00
$900.00
$74,700.00
10
EACH
5.00
$1,950.00
$9,750.00
REM/REP MANHOLE BOXOUT
11
MANHOLE
ADJUSTMENT, MINOR
EACH
1.00
$1,600.00
$1,600.00
12
HMA, ST, SURFACE, 1/2", PG 58-28S
TONS
2,589.90
$145.45
$376,700.96
13
HMA, HT, SURFACE, 1/2", PG 58-28H
TONS
7,512.20
$149.35
$1,121,947.07
14
HMA, ST, INTERMEDIATE, 1/2", PG 58-28S
TONS
692.90
$144.35
$100,020.12
15
HMA, HT, INTERMEDIATE, 1/2", PG 58-28H
TONS
1,315.90
$148.85
$195,871.72
16
HMA PAVEMENT SAMPLES & TESTING
LS
1.00
$7,875.00
$7,875.00
17
REMOVAL OF SIDEWALK
SY
1,029.80
$21.50
$22,140.70
18
SIDEWALK, PCC, C-4, 4"
SY
361.60
$51.00
$18,441.60
19
SIDEWALK, PCC, C-4, 6"
SY
387.50
$53.00
$20,537.50
20
SIDEWALK, PCC, C-4, 6", PED RAMP
SY
351.70
$53.00
$18,640.10
21
DETECTABLE WARNING
SF
766.00
$50.00
$38,300.00
22
SIDEWALK CURB, BEAM
LF
22.90
$250.00
$5,725.00
23
SIDEWALK CURB
LF
7.80
$250.00
$1,950.00
24
REMOVE CURB & GUTTER
LF
1,270.70
$26.50
$33,673.55
25
CURB & GUTTER, 24", 8", PCC, C-4
LF
200.60
$56.00
$11,233.60
26
CURB & GUTTER, 24", 9", PCC, C-4
LF
81.90
$65.00
$5,323.50
27
CURB & GUTTER, 24", 13.5", PCC, C-4
LF
988.20
$75.00
$74,115.00
28
REMOVAL OF PAVEMENT
SY
19.30
$25.00
$482.50
29
PAVEMENT, HMA, 6"
SY
19.30
$82.00
$1,582.60
30
SURFACE PATCH
TONS
15.00
$265.00
$3,975.00
31
FULL DEPTH PATCHING, 13.5", PCC
SY
1111.00
$185.00
$205,535.00
32
SF
12.00
$16.80
$201.60
PARTIAL DEPTH PATCHING
33
LF
439.00
$21.50
$9 438.50
PARTIAL DEPTH CRACK REPAIR
34
SUBBASE, MODIFIED, 6"
SY
1110.00
$15.60
$17
316.00
35
GRANULAR SHOULDER
TONS
120.00
$35.40
$4,248.00
36
CRACK AND
SEAT
SY
9731.70
$3.95
$38,440.22
37
MILL WEDGE
EACH
21.00
$2,925.00
$61,425.00
38
PAVEMENT SCARIFICATION
SY
58475.40
$7.55
$441,489.27
39
PAINTED PAVEMENT MARKINGS, WATER
STA
284.81
$57.75
$16,447.78
40
PRECUT SYMBOLS,
THERMOPLASTIC
EACH
7.00
$661.25
$4,628.75
41
CONTROL
LS
1.00
$39,500.00
$39,500.00
TEMPORARY TRAFFIC
42
LS
1.00
$7,000.00
$7,000.00
TEMP TRAFFIC CONTROL - BROADWAY
43
LS
1.00
$18,000.00
$18,000.00
TEMP TRAFFIC CONTROL - FRANKLIN
44
LS
1.00
$14,000.00
$14,000.00
TEMP TRAFFIC CONTROL - RIDGEWAY
45
RAILROAD PROTECT INS.
- IA NORTHERN
LS
1.00
$5,000.00
$5,000.00
46
MOBILIZATION
LS
1.00
$95,200.00
$95,200.00
47
EROSION CONTROL, WATTLES, 9", INSTAL
LF
800.00
$7.35
$5,880.00
48
EROSION CONTROL, WATTLES, REMOVE
LF
800.00
$4.00
$3,200.00
49
EARTHWORK GRADE & REM TOPSOIL
SY
310.00
$26.25
$8,137.50
50
SY
310.00
$12.25
$3,797.50
HYDRAULIC SEED/FERT/MULCH
TOTAL BID
Official Address: (Including Zip Code)
3613 Texas St.; P. O. Box 2820
Waterloo, Iowa 50704
April 21, 2022
(Date)
Title: Vice President
$3,234,420.62
I.R.S. No. 42-1011512
NON -COLLUSION AFFIDAVIT OF PRIME BIDDER
State of IOWA
)ss
County of BLACK HAWK
BRAD SLOUGH
being first duly sworn, deposes and says that:
1. He is (Owner, Partner, Officer, Rearesentatwe, or -Agent) , of
, 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;
ASPRO, INC.
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 21sT day of
My commission expires
APRIL
2022.
OFFICE MANAGER
CHRISTY JOHNSON
COMMISSION NO 764029
MY COMMISSION EXPIRES
JULY 29, 2022
Bidder Status Form
To be completed by all bidders
Part A
Please answer "Yes" or No for each of the following:
Yes ONo
® Yes ONo
Yes
Yes
QNc
QNo
Yes QNo
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: 01 / 01 / 1972 to
PRE?ENT
/
Address: 3613 TEXAS ST; PO BOX 2620
City, State, Zip: WATERLOO, IOWA 50704
Dates: / / to / / Address:
City, State, Zip:
Detest / / to / / Address:
You may attach additional sheet(s) if needed. 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 o 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 count y
and the appropriate legal citation.
You may attach additional sheet(s) if needed.
To be completed by all bidders Part D
I 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:
Signature:
ASPRO, INC.
Date:
APRIL 21, 2022
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: FY 2022 ASPHALT OVERLAY PROGRAM 1056
Letting Date: APRIL 21, 2022
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, please use the bottom portion of this form.
Contractor Signature:
Title:
Date:
N/A
N/A
N/A
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 MBEMBE 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 bld
Subcontractors
MBE/WBE
Dates
Contacted
Yes/No
Dates
Contacted
Yes/No
Dollar
Amount Proposed to
Subcontractedp
DC CORPORATION
4/11/2022
IL3S
'Avila'Avilaf�
p 1�be
1is31 "�ol.55
DANIELS HOME IMPROVEMENT
4/11/2022
0
QUICK CONSTRUCTION CO
4/11/2022
Y65
btils3iZL
I
NO
11
of LOVU
h hh
ryi1J
OLD GREER'S WORKS
4/11/2022
NO
GREER'S
WORKS
4/11/2022
r
V
(Form CCO-4) Rev. 06-20-02