Loading...
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