Loading...
HomeMy WebLinkAboutAspro, Inc.ASPRO, INC. P.O. BOX 2620 WATERLOO, IA 50704 Gly ? OF WATERLOO ERLOO ;VCLERKS 1 OFFICE P JJ Sq 2220}17PH12:49:35 PROPOSAL FOR: RUNWAY 12/30 PAVEMENT JOINT REPAIR PAVEMENT MARKING RUNWAY 12/30 RUNWAY 18/36 AND TAXIWAYS BID PACKAGE #2 WATERLOO REGIONAL AIRPORT FAA NO. 3-19-0094-045 DUE DATE: JUNE 22, 2017 1:00 P.M. CITY CLERK CITY HALL WATERLOO, IOWA 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 Waterloo Regional Airport, 2790 Livingston Lane..Waterloo, Iowa, hereinafter call "Owner", in the penal sum of Five Percent of 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 June 22 , 2017, for Runway 12/30 Pavement Joint Repair, Pavement Ma rking Runway 12/30, Runway 18/36 and Taxiways, Bid Package #2, at the Waterloo Regional Airport;. Waterloo, Iowa,. FAA AIP Project No. 3-19-0094-45. NOW, THEREFORE; (A) If said Bid shall be rejected, or in the alternate, (13) 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 perforgnance of said Contract; and for the payment of all persons performing labor or furnishing materials in connection therewith, and shaltin:all other respects perform the agreementcreated by the acceptance ofsaid bid. then this obligation shall be void, otherwise the same shall remain in force and effect; itbeing expresslyunderstood 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 9th. day of June , A.A., 2017. Witness (Seal) Aspro, Inc. Principal By `6: v (Title) (Seal) North Am ican Specialty Insurance Company Sur By (Atto Attach Power -Of -Attorney y - act) Dione R. Young FAA AIP #3-19-0094-045 AECOM Project #60537973-BP2 P-8 Waterloo Regional Airport Runway 12/30 Pavement Joint Repair Pavement Marking Runway 12/30, Runway 18/36 and Taxiways NAS SURETY GROUP NORTH AMERICAN SPECIALTY INSURANCE COMPANY WASHINGTON INTERNATIONAL INSURANCE COMPANY 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 Manchester, New Hampshire, and Washington International Insurance Company, a corporation organized and existing under the laws of the State of New Hampshire and having its principal office in the City of Schaumburg, Illinois, each does hereby make, constitute and appoint: JAY D. FREIERMUTH, CRAIG E. IIANSEN, BRIAN M. DEIMERLY, SHIRLEY S. BARTENHAGEN, CINDY BENNETT, ANNE CROWNER, TIM McCULLOH, STACY VENN, LACEY CRAMBLIT and DIONE R. YOUNG JOINTLY 012 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: FIFTY MILLION ($50,000,000.00) 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 North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held on the 9th of May, 2012: "RESOLVED, that any two of the Presidents, any Managing Director, 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." Steveny StP. Anderson, Senior Vice President of Washington International Insurance Company & Senior Vim President of North American Specialty insurance Company Arichael A. Ino, Senior Vice President of\Vasnl�n ernahonallnsornnee Company & Senior Vice President of North American Specialty Insurance Company 1N WITNESS WHEREOF, North American Specialty Insurance Company and Washington International insurance Company have caused their official seals to be hereunto affixed, and these presents to be signed by their authorized officers this 8th day of September , 20 15 . State of Illinois County of Cook ss: North American Specialty Insurance Company Washington International Insurance Company On this 8th day of September , 2015 , before nie, 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 Michael A. Ito Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company, personally known to me, who being by are 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. OFFICIAL SEAL M KENNY NOTARY PUBLIC, STATE OF I W NOIS MY COMMISSION EXPIRES 12/04/2017 M. Kenny, Notary Public I, Jeffrey Goldberg , the duly elected Assistant Secretary of North American Specialty Insurance Company and Washington International Insurance Company, do hereby certify that the above and foregoing is a true and correct copy ofa Power of Attorney given by said North American Specialty Insurance Company and Washington International Insurance Company, which is still in full force and effect. IN WITNESS WHEREOF, 1 have set my hand and affixed the seals of the Companies this 9th day of June , 2017 I/9 Jeffrey Goldberg, Vice President & Asistom Secretory of V'nshinytun International Insnmiiee Cmnpnny & Norah American Specialty Insurance Company The PROPOSAL FORM FOR IMPROVEMENTS TO THE WATERLOO REGIONAL AIRPORT CONSISTING OF RUNWAY 12/30 PAVEMENT JOINT REPAIR PAVEMENT MARKING RUNWAY 12/30, RUNWAY 18/36 AND TAXIWAYS BID PACKAGE #2 AT THE WATERLOO REGIONAL AIRPORT WATERLOO, IOWA FAA AIP PROJECT NO. 3-19-0094-045 Waterloo Regional Airport 2790 Livingston Lane Waterloo, IA 50703 Gentlemen: 1. The undersigned hereby certifies that he has examined the Form of Contract, Plans, and Specifications for the Construction of Improvements to the Waterloo Regional Airport to Runway 12/30 Pavement Joint Repair, Pavement Marking Runway 12/30, Runway 18/36 and Taxiways, Bid Package #2, at the Waterloo Regional Airport, Waterloo, Iowa, FAA AIP Project No. 3-19-0094-45, and has examined the site of the work and is familiar with local conditions pertaining to the work. 2. The extent of the work involved is to Runway 12/30 Pavement Joint Repair, Pavement Marking Runway 12/30, Runway 18/36 and Taxiways, Bid Package #2, including pavement repairs Runways 12/30, crack sealing on Runway 12/30 between Taxiway C and the Runway 12 pavement end, pavement marking in the areas shown on the plans and all other incidental work associated with this project. This work and all other incidentals shall be performed as shown on the Drawings and described in the Specifications. 3. The undersigned, in compliance with your Invitation for Bids dated m ,q y / 7 A0/7, hereby proposes to do the work called for in said Contract and Specifications and shown on said Plans and Addendum Nos. / Kap/7) and to furnish all materials, tools, labor and all appliances and appurtenances necessary for the said work at the following rates and prices: ITEMIZED PROPOSAL WATERLOO REGIONAL AIRPORT WATERLOO, IOWA PROJECT: RUNWAY 12/30 PAVEMENT JOINT REPAIR PAVEMENT MARKING RUNWAY 12/30, RUNWAY 18/36 AND TAXIWAYS BID PACKAGE #2 FAA AIP PROJECT NO. 3-19-0094-045 ITEM NO. SPEC. NO. DESCRIPTION UNIT ESTIMATED QUANTITY UNIT BID PRICE TOTAL BID PRICE 1 GP 105 MOBILIZATION AND DEMOBILIZATION LS 1 2 GP 50-06 CONSTRUCTION SURVEY LS 1 3 PLANS CONSTRUCTION BARRICADES LS - 1 4 P-101-5.1 PAVEMENT REMOVAL -RUNWAY 12-30 SY 500 5 P-101-5.2 JOINT AND CRACK. REPAIR LF 50,100 FAA AIP #3-19-0094-045 AECOM Project #60537973-BP2 P-1 Waterloo Regional Airport Runway 12/30 Pavement Joint Repair Pavement Marking Runway 12/30, Runway 18/36 and Taxiways ITEMSPEC. NO. NO. DESCRIPTION UNIT ESTIMATED QUANTITY UNIT BID PRICE TOTAL BID PRICE 6 P-101-5.5 COLD MILLING, 3 INCHES - RUNWAY 12-30 SY 500. 7 P-152-4.1 UNCLASSIFIED EXCAVATION - RUNWAY 12-30 CY 250 8 P-208-5.1 AGGREGATE BASE COURSE CY 250 9 P-401 HOT MIX ASPHALT SURFACE COURSE TON 325 10 P-501-8.1 12.0 -INCH PORTLAND CEMENT CONCRETE PAVEMENT - RUNWAY 12-30 SY 335 11 P-620-5.1-4 TEMPORARY RUNWAY AND TAXIWAY MARKING - RUNWAY 12-30 SF 1;350 12 P-621-5.1 GROOVING SY 870 TOTAL (BASE BID) Add Alternate Bid No. 1- Runway 12/30 Joint and Crack Repair 1 P-620-5.1-1 RUNWAY AND TAXIWAY MARKING - RUNWAY 12/30 SF 35,200 2 P-620-5.1-2 REFLECTIVE MEDIA (TYPE I, GRADATION A) - RUNWAY 12-30 LB 2;800 3 P-620-5.1-1 RUNWAY AND TAXIWAY MARKING - TAXIWAY A (NON-AIP) SF 6;833 4 P-620-5.1-2 TAXIWAY REFLECTIVE MEDIA (TYPE I, GRADATION A) - TAXIWAY A (NON-AIP) LB 225 5 P-620-5.1-5 PAVEMENT MARKING REMOVAL - TAXIWAY A- (NON-AIP) SF 540 TOTAL (ADD ALTERNATE NO. 1) Add Alternate Bid No. 2 -Runway 12/30 Joint and Crack Repair 1 P-101-5.2 JOINT AND CRACK REPAIR - STA 24+00 TO STA 31+00 LF 7,800 TOTAL (ADD ALTERNATE NO. 2) Add Alternate Bid No. 3 -Runway 18/36, Taxiways and Apron Pavement Marking 1 P-620-5.1-1 RUNWAY AND TAXIWAY MARKING SF 112,183 . 2 P-620-5.1-2 TAXIWAY REFLECTIVE MEDIA (TYPE I, GRADATION A) LB 4,819 TOTAL (ADD ALTERNATE NO. 3) TOTAL INCLUDING ADD ALTERNATES. 5 75/ 8 5 9. 35 4. It is the Airport's intention to evaluate bids reviewing both the Base Bid and Add Alternate Bids. The Airport has limited funds available and will award only what funding allows. The Airport reserves the right to award the contract based on the Base Bid only or the Base Bid plus any and all Add Alternate Bid Options. 5. The undersigned understands that the above quantities of work to be done are approximate only and are intended principally to serve as a guide in evaluating the bids. All quantities are subject to increase or decrease and are to be performed at the unit prices stipulated herein. 6. It is understood that the schedule of minimum wage rates, as established by the Secretary of Labor and included in the Specifications, are to govern on this project, and the undersigned certifies thathe has examined this schedule of wage rates and that the prices bid are based on such established wage.rate& 7. The bidder shall make good faith efforts, as defined in Appendix A of 49 CFR Part 26, Regulations of the Office of the Secretary of Transportation, to subcontract 7.33 percent (7.33%) of the dollar value of the prime contract to FAA AIP #3-19-0094-045 AECOM Project #60537973-BP2 P-2 Waterloo Regional Airport Runway 12/30 Pavement Joint Repair Pavement Marking Runvyay 12/30, Runway 18/36 and Taxiways ITEMIZED PROPOSAL WATERLOO REGIONAL AIRPORT WATERLOO, IOWA PROJECT: RUNWAY 12/30 PAVEMENT JOINT REPAIR PAVEMENT MARKING RUNWAY 12/30, RUNWAY 18/36 AND TAXIWAYS BID PACKAGE #2 FAA AIP PROJECT NO. 3-19-0094-045 ITEM NO. DESCRIPTION UNIT ESTIMATED UNIT QUANTITY BID PRICE TOTAL BID PRICE 1 MOBILIZATION AND DEMOBILIZATION LS 1.00 $143,000.00 $143,000.00 2 CONSTRUCTION SURVEY LS 1.00 $6,400.00 $6,400.00 3 CONSTRUCTION BARRICADES LS 1.00 $50,000.00 $50,000.00 4 PAVEMENT REMOVAL - RUNWAY 12-30 SY 500.00 $15.00 $7,500.00 5 JOINT AND CRACK REPAIR LF 50100.00 $2.42 $121,242.00 6 COLD MILLING, 3" - RUNWAY 12-30 SY 500.00 $30.00 $15,000.00 7 UNCLASSIFIED EXCAVATION - 12-30 CY 250.00 $15.00 $3,750.00 8 AGGREGATE BASE COURSE CY 250.00 $90.00 $22,500.00 9 HOT MIX ASPHALT SURFACE COURSE TON 325.00 $94.75 $30,793.75 10 12" PCC PAVEMENT - RUNWAY 12-30 SY 335.00 $100.00 $33,500.00 11 TEMP RW & TW MARKING - RW 12-30 SF 1350.00 $1.50 $2,025.00 12 GROOVING SY 870.00 $10.00 $8,700.00 TOTAL (BASE BID) $444,410.75 Add Alternate Bid No. 1 - Runway 12/30 1 RW AND TW MARKING - RUNWAY 12-30 SF 35200.00 $0.75 $26,400.00 2 REFLECTIVE MEDIA - RUNWAY 12-30 LB 2800.00 $0.55 $1,540.00 3 RW AND TW MARKING - TAXIWAY A SF 6833.00 $0.80 $5,466.40 4 REFLECTIVE MEDIA - TAXIWAY A LB 225.00 $0.55 $123.75 5 PAVEMENT MARKING REM - TAXIWAY A SF 540.00 $5.00 $2,700.00 TOTAL (ADD ALTERNATE 1) $36,230.15 Add Alternate Bid No. 2 - Runway 12/30 Joint and Crack Repair 1 JOINT AND CRACK REPAIR LF 7800.00 $2.55 $19,890.00 TOTAL (ADD ALTERNATE 2) $19,890.00 Add Alternate Bid No. 3 - Runway 18/36, Taxiways and Apron Pavement Marking 1 RUNWAY AND TAXIWAY MARKING SF 112183.00 $0.65 $72,918.95 2 TAXIWAY REFLECTIVE MEDIA LB 4819.00 $0.50 $2,409.50 TOTAL ( ADD ALTERNATE 3) $75,328.45 TOTAL INCLUDING ADD ALTERNATES $575,859.35 Aspro, Inc. 722 Pre dent 6/22/17 3613 Texas St. PO Box 2620 Waterloo, IA 50704 small business concerns owned and controlled by socially and economically disadvantaged individuals (DBE). Individuals who are rebuttably presumed to be socially and economically disadvantaged include women, Blacks, Hispanics, Native Americans, Asian -Pacific Americans, and Asian -Indian Americans. The apparent successful competitor will be required to submit information concerning the DBE's that will participate in the contract. The information will include the name and address of each DBE, a description of the work to be performed by each named firm, and the dollar value of the contract. If the bidder fails to achieve the contract goal stated herein, it will be required to provide documentation demonstrating that it made good faith efforts in attempting to do so. In the event that the apparent successful competitor for this solicitation qualified as a DBE, the contract goal shall be deemed to have been met. A bid that fails to meet these requirements will be considered nonresponsive. 8. The undersigned certifies that he does not maintain or provide for his employees any segregated facilities at any of his establishments, and that he does not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. The undersigned certifies further that he will not maintain or provide for his employees any segregated facilities at any of his establishments, and that he will not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. The undersigned agrees that a breach of this certification is a violation of the equal opportunity clause in this contract. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, restrooms and washrooms, restaurants and other eating areas, timeclocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directive or are in fact segregated on the basis of race, color, religion, or national origin, because of habit, local custom, or any other reason. The undersigned agrees that (except where he has obtained identical certifications from proposed subcontractors for specific time periods) he will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the equal opportunity clause, and that he will retain such certifications in his files. 9. The undersigned agrees, upon written notice of the acceptance of this bid, within sixty (60) days after the opening of the bids, that he will execute the Contract in accordance with the bid as accepted and give Contract (Performance and Payment) bond on attached forms within fifteen (15) days after the prescribed forms are presented for signature. 10. The undersigned understands, award of contract is contingent upon receipt of project funding from the Federal Aviation Administration. If funding is not received, bid bonds will be returned to all bidders and the project will be postponed. 11. The undersigned further agrees that if awarded the Contract, he will commence the work within ten (10) calendar days after the receipt of a "Notice to Proceed" and that he will substantially complete all work according to the terms of the entire contract within ninety (90) calendar days from the date established in the Notice to Proceed. An extension of time may be allowed when extra or additional work is ordered by the Engineer. 12. The undersigned agrees that within 30 days after award of this contract, the Contractor/Subcontractor shall file a compliance report (Standard Form 100) if s/he has not submitted a complete compliance report within 12 months proceeding the date of award. This report is required if the Contractor/Subcontractor meets all of the following conditions: a. Contractors/Subcontractors are not exempt based on 41 CFR 60-1,5. b. Has 50 or more employees. c. Is a prime contractor or first tier subcontractor. d. There is a contract, subcontract, or purchase order amounting to $50,000 or more. 13. To satisfy Clear Air and Water Pollution Control Requirements on all Construction Contracts and Subcontracts exceeding $100,000.00 Contractors and Subcontractors agree: FAA AIP #3-19-0094-045 AECOM Project #60537973-BP2 P-3 Waterloo Regional Airport Runway 12/30 Pavement Joint Repair Pavement Marking Runway 12/30, Runway 18/36 and Taxiways a. That any facility to be used in the performance of the Contract or to benefit from the Contract is not listed on the Environmental Protection Agency (EPA) List of Violating Facilities. b. To comply with all the requirements of Section 306 of the Clean Air Act (42 USC 1 857(h)), and Section 508 of the Clean Water Act (33 USC 1368), Executive Order 11738, and Environmental Protection Regulations (40 CFR Part (15)). c. That as a condition for award of a Contract he shall notify the awarding official of the receipt of any communication from EPA indicating that a facility to be utilized for performance of or benefit from the Contract is under consideration to be listed on the EPA List of Violating Facilities. d. To include or cause to be included in any Contract or Subcontract which exceeds $100,000.00 the aforementioned criteria and requirements. 14. The contractor, by submission of this offer and/or execution of a contract, certifies that it: a. is not owned or controlled by one or more citizens or nationals of a foreign country included in the list of countries that discriminate against U.S. firms published by the Office of the United States trade Representative (USTR); b. has not knowingly entered into any contract or subcontract for this project with a contractor that is a citizen or national of a foreign country on said list, or is owned or controlled directly or indirectly by one or more citizens or nationals of a foreign country on said list; c. has not procured any product nor subcontracted for the supply of any product for use on the project that is produced in a foreign country on said list. Unless the restrictions of this clause are waived by the Secretary of Transportation in accordance with 49 CFR 30.17, no contract shall be awarded to a contractor or subcontractor who is unable to certify to the above. If the contractor knowingly procures or subcontracts for the supply of any product or service of a foreign country on the said list for use on the project, the Federal Aviation Administration may direct, through the sponsor, cancellation of the contract at no cost to the Government. Further, the contractor agrees that, if awarded a contract resulting from this solicitation, it will incorporate this provision for certification without modification in each contract and in all lower tier subcontracts. The contractor may rely upon the certification of a prospective subcontractor unless it has knowledge that the certification is erroneous. The contractor shall provide immediate written notice to the sponsor if the contractor learns that its certification or that of a subcontractor was erroneous when submitted or has become erroneous by reason of changed circumstances. The subcontractor agrees to provide immediate written notice to the contractor, if at any time it teams that its certification was erroneous by reason of changed circumstances. This certification is a material representation of fact upon which reliance was placed when making the award. If it is later determined that the contractor or subcontractor knowingly rendered an erroneous certification, the Federal Aviation Administration may direct, through the sponsor, cancellation of the contract or subcontract for default at no cost to the Government. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by this provision. The knowledge and information of a contractor is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. FAA AIP #3-19-0094-045 AECOM Project #60537973-BP2 P-4 Waterloo Regional Airport Runway 12/30 Pavement Joint Repair Pavement Marking Runway 12/30, Runway 18/36 and Taxiways This certification concerns a matter within the jurisdiction of an agency of the United States of America and the making of a false, fictitious, or fraudulent certification may render the maker subject to prosecution under Titre 18, United States Code, Section 1001. 15. The bidder/offeror certifies, by submission of this proposal or acceptance of this contract, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. It further agrees by submitting this proposal that it will include this clause without modification in all lower tier transactions, solicitations, proposals, contracts, and subcontracts. Where the bidder/offer/contractor or any lower tier participant is unable to certify this statement, it shall attach an explanation to this solicitation/proposal. 16. As an evidence of good faith in submitting this Proposal, the undersigned encloses bid security in the amount of five (5) percent of the bid which, in case he refuses or fails to accept an award and to enter into a Contract and file the required bonds within the prescribed time, shall be forfeited to the Waterloo Regional Airport as liquidated damages. 17. By entering into this contract, the contractor certifies that neither it (nor he or she) nor any person or firm who has an interest in the contractor's firm is a person or firm ineligible to be awarded Government contracts by virtue of section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1). 18. No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue of section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(I). 19. The undersigned hereby declares that the only parties interested in this Proposal are named herein, that this Proposal is made without collusion with any other person, firm or corporation, that no member of the Council, Waterloo Regional Airport or agent of the City of Waterloo, Iowa, is directly or indirectly financially interested in this bid. 20. In submitting this bid, it is understood that the right to reject any and all bids has been reserved and that this bid may not be withdrawn for a period of sixty (60) days from the opening thereof. 21. Contractor certifies that all employees employed by Contractor or any subcontractor working on behalf of the Contractor are in compliance with the Immigration Reform Control Act of 1986 (IRCA) and indemnifies the Owner and holds harmless Owner for any violations of IRCA as a result of the Contractor's employees or his subcontractor's employees working on behalf of the Contractor on the Owner's project. 22. The undersigned certifies, to the best of his or her knowledge and belief, that: a. No Federal appropriated funds shall be paid, by or on behalf of the Contractor, to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a member of Congress in Congress in connection with the making of any Federal grant and the amendment or modification of any Federal grant. b. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal grant, the Contractor shall complete and submit Standard Form -LLL, "Disclosure of Lobby Activities", in accordance with its instructions. c. The Undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $200,000 for each such failure. FAA AIP #3-19-0094-045 AECOM Project #60537973-BP2 P-5 Waterloo Regional Airport Runway 12/30 Pavement Joint Repair Pavement Marking Runway 12/30, Runway 18/36 and Taxiways 23. BUY AMERICAN CERTIFICATE (Title 49 U.S.C. Chapter 501) As a condition of bid responsiveness, the bidder must how it intend to comply with the Buy American preferences established under Title 49 U.S.C. Section 50101. Bidder must complete the attached Buy American certification. If the bidder requests a permissible waiver to the Buy America requirements, the Bidder identified as with the successful bid must submit a formal waiver request and component cost calculation within the prescribed time identified on the Buy America certification. 24. Drug Free Work Place, Act of 1988. a. By submission of this offer, the offeror, if other than an individual, who is making an offer that equals or exceeds $25,000, certifies and agrees that with respect to all employees of the offeror to be employed under a contract resulting from this solicitation, it will --no later than 30 calendar days after contract award (unless a longer period is agreed to in writing, for contracts of 30 calendar days or more performance duration) or as soon as possible for contracts of less than 30 calendar days performance duration, but in any case, by a date prior to when performance is expected to be completed -- (1) Publish a statement notifying such employees that the unlawful manufacturer, distribution, dispensing, possession or use ofa controlled substance is prohibited in the Contractor's workplace and specifying the actions that will be taken against employees for violations of such prohibition; (2) Establish an on going drug-free awareness program to inform such employees about -- (a) The dangers of drug abuse in the workplace; (b) The Contractor's policy of maintaining a drug-free workplace; (c) Any available drug counseling, rehabilitation, and employee assistance programs; and (d) The penalties that may be imposed upon employees for drug abuse violations occurring in the workplace; Provide all employees engaged in performance of the contract with a copy of the statement required by subparagraph a.(1) of this provision; (4) Notify such employees in writing in the statement required by subparagraph a.(1) of this provision that, as a condition of continued employment on the contract resulting from this solicitation, the employee will -- (a) Abide by the terms of the statement; and (b) Notify the employer in writing of the employee's conviction under a criminal drug statute for a violation occurring in the workplace no later than 5 calendar days after such conviction; Notify the Contracting Officer in writing within 10 calendar days after receiving notice under subdivision a.(4) (b) of this provision, from an employee or otherwise receiving actual notice of such conviction. The notice shall include the position title of the employee; and (6) Within 30 calendar days after receiving notice under subdivision a.(4)(b) ofthis provision ofa conviction, take one of the following actions with respect to any employee who is convicted ofa drug abuse violation occurring in the workplace; (a) Take appropriate personnel action against such employee, up to and including termination; or (b) Require such employee to satisfactorily participate in a drug abuse assistance or rehabilitation program approved for such purposes by a Federal, State, or local health, law enforcement, or other appropriate agency. Make a good faith effort to maintain a drug-free workplace through implementation of subparagraphs a.(1) through a.(6) of this provision. (3) (5) (7) FAA AIP #3-19-0094-045 AECOM Project #60537973-BP2 P-6 Waterloo Regional Airport Runway 12/30 Pavement Joint Repair Pavement Marking Runway 12/30, Runway 18/36 and Taxiways b. By submission of its offer, the offeror, if an individual who is making an offer of any dollar value, certifies and agrees that other offeror will not engage in the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance in the performance of the contract resulting from this solicitation. c. Failure of the offeror to provide the certification required by paragraphs a. or b. of this provision, renders the offeror unqualified and ineligible for award. [See FAR 9.104-1(g) and 19.602-1a.(2)(a)]. d. In addition to other remedies available to the Government, the certification in paragraphs a. or b. of this provision concerns a matter within the jurisdiction of an agency of the United States and the making of a false, fictitious, or fraudulent certification may render the maker subject to prosecution under title 18, United States Code, Section 1001. 25. Attachment to This Bid. The following documents are attached to and made a part of this Bid: a. Bid Guaranty in the form of BID BOND b. Non -Collusion Affidavit of Prime Bidder. c. Statement of Intent — Non -Discrimination and Equal Opportunity Statement. d. Buy American Certification Statement. e. Bidder's Information Sheet. f. Synopsis of Experience Record. (IDOT Certification may be substituted.) g. Completed DBE forms "Utilization Statement" and "Letter of Intent." 26. The Bidder shall indicate whether the bid is submitted by a/an: ❑ Individual, Sole Proprietorship ❑ Partnership L§ Corporation ❑ Joint -venture: all parties must join -in and execute all documents ❑ Other Respectfully submitted, By idd/- ASPRO, INC. Signature PRESIDENT Title PO BOX 2620 Address WATERLOO, IA 50704 (Include Zip Code) 319-232-6537 Telephone No. FAA AIP #3-19-0094-045 AECOM Project#60537973-BP2 P-7 Waterloo Regional Airport Runway 12/30 Pavement Joint Repair Pavement Marking Runway 12/30, Runway 18/36 and Taxiways NON -COLLUSION AFFIDAVIT OF PRIME BIDDER State of IOWA ) )ss County of BLACK HAWK ) MILT DAKOVICH , being first duly sworn, deposes and says that: (1) He is (Owner, Partnor, Officer,Represe�e, fit) AS PRO, INC. , the Bidder that has submitted the attached Bid: of (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. /jam (Signed) 2 / Title PRESIDENT Subscribed and sworn to before me this 22 day of JUNE , 2017. Ci -'vim , Title OFFICE MANAGER My Commission Expires ' , 2017-. FAA AIP #3-19-0094-045 AECOM Project #60537973-BP2 P-9 Waterloo Regional Airport Runway 12/30 Pavement Joint Repair Pavement Marking Runway 12/30, Runway 18/36 and Taxiways STATEMENT OF INTENT NONDISCRIMINATION AND EQUAL OPPORTUNITY STATEMENT The Contractor does hereby certify to the Waterloo Regional Airport, that no person shall, in any way, be favored or discriminated against because of his race, political or religious opinions and affiliations, national origins, sex, age, sexual orientation, gender identity, disability, color, creed, marital status, employee union or association membership or office herein. If selected as the successful bidder, this contractor hereby agrees to file either a nondiscrimination and equal opportunity statement and/or an Affirmative Action Program. Improvements to the Waterloo Regional Airport consisting of Runway 12/30 Pavement Joint Repair Pavement Marking Runway 12/30, Runway 18/36 and Taxiways ASPRO, INC. COMPANY MILT DAKOVICH // _ EXECUTIVE OFFICER MILT DAKOVICH J FIRMATIVE ACTION OFFICER ADDRESS OF THE AFFIRMATIVE ACTION OFFICER P.O. BOX 2620 WATERLOO, IA 50704 PHONE NUMBER 319-232-6537 FAA AIP #3-19-0094-045 AECOM Project #60537973-BP2 P-11 Waterloo Regional Airport Runway 12/30 Pavement Joint Repair Pavement Marking Runway 12/30, Runway 18/36 and Taxiways BIDDER'S INFORMATION SHEET A. BIDDER'S CAPACITY: (Check One) 1. Individual 0 2. Co -Partnership 0 3. Corporation B. (IF ITEM 2IS CHECKED, COMPLETE THE FOLLOWING) State of Names and Addresses of Partners 1. 2. 3. 4. 5. C. (IF ITEM 3 IS CHECKED, COMPLETE THE FOLLOWING) State of Incorporation IOWA Names and Addresses of Officers: President Secretary Treasurer MILT DAKOVICH PO BOX 2620; WATERLOO, IA 50704 MILT DAKOVICH PO BOX 2620; WATERLOO, IA 50704 LARRY CLARK PO BOX 2620; WATERLOO, IA 50704 FAA ALP #3-19-0094-045 AECOM Project #60537973-BP2 P-12 Waterloo Regional Airport Runway 12/30 Pavement Joint Repair Pavement Marking Runway 12/30, Runway 18/36 and Taxiways Name of Bidder SYNOPSIS OF EXPERIENCE RECORD (This synopsis must accompany Proposal Form.) ASPRO, INC. Business Address PO BOX 2620; WATERLOO, IA 50704 Individual ( ) Partnership ( ) Corporation (X) (Check One.) Construction successfully completed within past five years similar in size, scope, and difficulty of construction to the work bid upon. Name of Owner Name of Location of Amount of Project Project Contract 1 ASPRO, INC. IS PREQUALIFIED WITH THE IOWA 2 DEPARTMENT OF TRANSPORTATION FOR THE 3 WORK TYPE INVOLVED IN THIS PROJECT. 4 5 Number of Contract Days Actual Number of Days to Allowed for Above Projects Complete above Project 1 2 3 4 5 (Signed)/2-7") ar,;,4 (By) MILT DAKOVICH (TITLE) PRESIDENT ASPRO, INC. Name of Company Date JUNE 22, 2017 FAA AIP #3-19-0094-045 AECOM Project #60537973-BP2 P-13 Waterloo Regional Airport Runway 12/30 Pavement Joint Repair Pavement Marking Runway 12/30, Runway 18/36 and Taxiways UTILIZATION STATEMENT Disadvantage Business Enterprise The undersigned bidder/offeror has satisfied the requirements of the bid specification in the following manner. (Please mark the appropriate box) CSI The bidder/offeror is committed to a minimum of % (2 3 % DBE utilization on this contract. ❑ The bidder/offeror, while unable to meet the DBE goal of %, hereby commits to a minimum of % DBE utilization on this contract and also submits documentation, as an attachment demonstrating good faith efforts (GFE). The undersigned hereby further assures that the information included herein is true and correct, and that the DBE firm(s) listed herein have agreed to perform a commercially useful function in the work items noted for each firm. The undersigned further understands that no changes to this statement may be made without prior approval from the Civil Right Staff of the Federal Aviation Administration. ASPRO, INC. Bidder's/Offero?s Firm Name 477) C.24/4)17) Signa JUNE 22, 2017 Date DBE UTILIZATION SUMMARY Contract Amount DBE Amount Contract Percentage DBE Prime Contractor $ x 1.00 = $ _ DBE Subcontractor $ 6f' , 0 i' . 0 0 x 1.00 = $ S., 0'1%5.00 yi 0 Z % DBE Supplier $ x 0.60 = $ _ DBE Manufacturer $ x 1.00 = $ Total Amount DBE $ 57, 0;,5, G n, c3 DBE Goal $ i//t. ././0,''2/9 3 3 % Note: If the total proposed DBE participation is less than the established DBE goal, Bidder must provide written documentation of the good faith efforts as required by 49 CFR Part 26. - FAA AIP #3-19-0094-045 AECOM Project #60537973-BP2 P44 Waterloo Regional Airport Runway 12/30 Pavement Joint Repair Pavement Marking Runway 12/30, Runway 18/36 and Taxiways PROPOSAL ATTACHMENT: PART F— ADDITIONAL REQUIREMENTS ITEM 3 —DBE FORMS LETTER OF INTENT Disadvantage Business Enterprise ('his pain shall be submitted Jew each D.BE, f rua) Bidder/Offer Nance: 4.5P4 0; DBE Firm: DBE Contact Person: DBE Certifying Agency: Classification: Address: AO. ,& 0x )�.M City: IV/9 7 8fL L o a State: 7 C'(-vA Zip: 5070k DBE Firm: Advanced Traffic Control, Inc. Address: PC Box 8958 City: Cedar Rapids State: Iowa Zip: 52408 Nance: . Vaupn Miller . Phone: 019) 3965269 lowa Department of Transportation. Expiration Date: 1213//17 (renewal) Each DBE Finn shall submit evidence (such as a photocopy) cif their certification status, ❑Prime Contractor 0Subcontractor 0Manufacturer 0 Supplier Joint Venture Workitem(s) to be performed by DBE 'Description of Work Item Quantity Total 3 Construction Barricades Lump Sum $5.0,000.00 1 1 Temporary Runway and Taxiway_ Marking 1,350 BF $2.,025.00 The bidder/offeror is committed to utilizing the above-natned DBE firm for the work described above. The estimated participation is as follows: DBE contract amount:$ 59-i vo Percent of total contract: %, 0 3 % AFFIRMATION: The above-named DBE firm affirms that it will perforin the portion of the contract for the estimated dollar value as stated above. By: (Signature) Imo';'' President (Tit/) Note: In the event the bidder/offeror does not receive award of the prime contract, any and all representations in this Letter of Intent and Affirmation shall be null and void. DBE Iowa Department of Transportation Date Certified: December 31, 2013 Certificate No. 1113343 Disadvantaged Business Enterprise Certification This Certifies That Advanced Traffic Control, Inc. Has met the requirements under the rules promulgated by the U.S. Department of Transportation pursuant to 49 Code of Federal Regulations, Patz 26, and is eligible to participate as a Disadvantaged Business Enterprise in the Iowa Department of Transportation DBE Program Todd A. Sadler, Director, Office of Employee Services This certification may be revoked by the department upon finding of ineligibility and said company is subject to examination at any time and maybe required to supply additional information for review notwithstanding the issuance of this certificate. BUY AMERICAN CERTIFICATION FORM FOR MANUFACTURED PRODUCTS (Non -building projects such as airfield/roadway construction, equipment acquisition, etc.) As a matter of bid responsiveness, the Bidder or Offeror must complete, sign, date, and submit this certification statement with their proposal. The Bidder or Offeror must indicate how they intend to comply with 49 USC § 50101 by selecting one on the following certification statements. These statements are mutually exclusive. Bidder must select one or the other (not both) by inserting a checkmark (V) or the letter "X". El The Bidder or Offeror hereby certifies that it will comply with 49 USC § 50101 by: a) Only installing steel and manufactured products produced in the United States, or; b) Installing manufactured products for which the FAA has issued a waiver as indicated by inclusion on the current FAA Nationwide Buy American Waivers Issued listing, or; c) Installing products listed as an Excepted Article, Material or Supply in Federal Acquisition Regulation Subpart 25.108. By selecting this certification statement, the Bidder or Offeror agrees: I. To provide to the Owner evidence that documents the source and origin of the steel and manufactured product. 2. To faithfully comply with providing US domestic product. 3. To furnish US domestic product for any waiver request that the FAA rejects. 4. To refrain from seeking a waiver request after establishment of the contract, unless extenuating circumstances emerge that the FAA determines justified. 0 The Bidder or Offeror hereby certifies it cannot comply with the 100% Buy American Preferences of 49 USC § 50101(a) but may qualify for either a Type 3 or Type 4 waiver under 49 USC § 50101(b). By selecting this certification statement, the apparent Bidder or Offeror with the apparent low bid agrees: 1. To the submit to the Owner within 15 calendar days of the bid opening, a formal waiver request and required documentation that support the type of waiver being requested. 2. That failure to submit the required documentation within the specified timeframe is cause for a non-responsive determination may result in rejection of the proposal. 3. To faithfully comply with providing US domestic products at or above the approved US domestic content percentage as approved by the FAA. 4. To refrain from seeking a waiver request after establishment of the contract, unless extenuating circumstances emerge that the FAA determines justified. Required Documentation Type 3 Waiver - The cost of the item components and subcomponents produced in the United States is more that 60% of the cost of all components and subcomponents of the "item". The required documentation for a type 3 waiver is: a) Listing of all product components and subcomponents that are not comprised of 100% US domestic content (Excludes products listed on the FAA Nationwide Buy American Waivers Issued listing and products excluded by Federal Acquisition Regulation Subpart 25.108; products of unknown origin must be considered as non- domestic products in their entirety). b) Cost of non-domestic components and subcomponents, excluding labor costs associated with final assembly at place of manufacture. FAA AIP #3-19-0094-045 AECOM Project #60537973-BP2 P-16 Waterloo Regional Airport Runway 12/30 Pavement John Repair Pavement Marking Runway 12/30, Runway 18/36 and Taxiways c) Percentage of non-domestic component and subcomponent cost as compared to total "item" component and subcomponent costs, excluding labor costs associated with final assembly at place of manufacture. Type 4 Waiver — Total cost of project using US domestic source product exceeds the total project cost using non-domestic product by 25%. The required documentation for a type 4 of waiver is: a) Detailed cost information for total project using US domestic product. b) Detailed cost information for total project using non-domestic product. False Statements: Per 49 USC § 47126, this certification concerns a matter within the jurisdiction of the Federal Aviation Administration and the making of a false, fictitious or fraudulent certification may render the maker subject to prosecution under Title 18, United States Code. JUNE 22, 2017 Date ASPRO, INC. Signatu PRESIDENT Company Name Title FAA AIP #3-19-0094-045 AECOM Project #60537973-BP2 P-17 Waterloo Regional Airport Runway 12/30 Pavement Joint Repair Pavement Marking Runway 12/30, Runway 18/36 and Taxiways Buy America Waiver Request Title 49 U.S.0 Section 50101 (b) For Airfield Development Projects funded under the Airport Improvement Program (Revised 4/19/2010) Instructions for Permissible Waivers Section 50101(6)(1) Waiver: The bidder may not request a waiver based upon the best interests of the public. The FAA Office of Airports publishes such waivers at: http://www.faa.gov/airports/aip/procurement/federal_contractyrovisions/med ia/buy_americanwaiver.xls Section 50101(6)(2) Waiver: The bidder may not request a waiver based upon insufficient supply of U.S. manufactured. The FAA Office of Airports publishes such waivers at: http://www. faa.gov/airports/aip/procurement/federal_contract_provisions/media/buy_american_waiver.xls Section 50101(6)(3) Waiver: The bidder may request a waiver if 60% or more of the components are produced in the United States and final assembly occurs in the U.S. Bidder is hereby advised that the Owner's approval with the bidder's waiver request is contingent upon FAA approval. 1. "Equipment" in Section 50101 shall mean the following: a) Individual type "L" items (Airfield Lighting Equipment) as listed in FAA Advisory Circular 150/5345-53. b) Individual bid items as established within FAA Advisory Circular 150/5370-10. The bid item application may not be applied for the type "L" items listed in AC 150/5345-53. c) A waiver request may only address one specific equipment item. Submit separate requests for each equipment item for which a waiver. d) Items listed under the Nationwide Waiver do not require further review. Please refer to the following webpage: http://www. faa.gov/airports/aip/procurement/federal_contract.Provis imts/media/buy_american_waiver.xls 2. The bidder must base the U.S. percentage upon the value that results from completing a component cost calculation table similar to the attached format. Bidder shall avoid mere pro forma efforts to establish the waiver request percentage. The Bidder must submit the component cost calculation table as an attachment to the waiver request. 3. Components/subcomponents are the material and products composing the "equipment". 4. The final assembly of the AIP-funded "equipment" must be within the USA (Section 50101(b)(3)(B)). Final assembly is the substantial transformation of the components and subcomponents into the end product. 5. All steel used in the "Equipment' must be produced in the United States. 6. The Buy American requirements apply to all tier contractors and subcontractors. All contractors/subcontractors are required to provide appropriate documentation that indicates origin of manufacturer and percentage of domestic made product. 7. The bidder is hereby advised there is no implied or expressed guarantee that a requested waiver will be issued by the Federal Aviation Administration (FAA). Less than 60% USA component/subcomponent proposed for this facility CANNOT be waived. Products made with foreign steel are not eligible for a waiver. 8. North America Free Trade Act (NAFTA): Free Trade Agreements such as NAFTA do not apply to the AIP. Products and material made in Canada or Mexico must be considered as foreign made products. 9. Preparation of a Component Cost Calculation Table is not necessary for equipment listed on the FAA national listing: Intp://www.faa.gov/airports/aip/procurement/federal_contractyrovisions/media/buy_american_waivecxls. Bidder however shall submit a listing of any equipment it proposes to install on the project that is included on the National Buy American conformance list. Instructions for Section 50101(6)(41 Waiver: 1. The bidder may request a waiver if application of Buy America preferences results in a 25% cost increase in the overall project. This waiver is rarely applicable. Consult the Owner before making this request. FAA AIP #3-19-0094-045 AECOM Project #60537973-BP2 P-18 Waterloo Regional Airport Runway 12/30 Pavement Joint Repair Pavement Marking Runway 12/30, Runway 18/36 and Taxiways Buy America Waiver Request Title 49 U.S.0 Section 50101 (b)(3) For Airfield Development Projects funded under the Airport Improvement Program COMPONENT COST CALCULATION TABLE (Type 3 Waiver) • In lieu of completing this table, bidder may prepare a spreadsheet that addresses the same information and calculations as presented herein. • Preparation of a Component Cost Calculation Table is not necessary for equipment listed on the FAA national listing: http:,/www.faaeox/airports./aip/procurement/federal contract provisions/media/buv american waiver.xls. • The component breakout shall be along major components of the equipment. Submit separate calculation for each different equipment types. Do not combine the component cost calculations of different types of equipment. • For Airfield development projects, equipment is defined as the "L" items (Airfield Lighting Equipment) as listed in FAA Advisory Circular 150/5345-53 and the b) individual bid items as established within FAA Advisory Circular 150/5370-10. The individual bid item method may not be applied to the "L" type items. • An authorized person shall attest under signature and date that the submitted information is accurate and complete. Equipment Type: Component/Subcomponents Name of Manufacturer Country of Origin Cost of Foreign Manufactured Components/Subcomponents Cost of USA Manufactured Components/Subcomponents //; 1 fir Sum of US Manufactured Component/Subcomponent Costs: Sum of all Equipment Components and Subcomponents: Percentage of Equipment Components Manufactured in the United States: Place of Final Assembly: Certification Signature Bidder hereby requests a waiver to Buy America preferences based upon Section 50101(b)(3) for the equipment identified above. The bidder certifies that the cost of components and subcomponents comprising the equipment are produced in the United States and that final assembly occurs within the United States. I hereby certify the above information is accurate and complete. /‘).r/C1/." c,Z'v . Bidder's Firm Mame Date Signayr % of FAA AIP #3-19-0094-045 AECOM Project # 60537973-BP2 P-19 Waterloo Regional Airport Runway 12/30 Pavement Joint Repair Pavement Marking Runway 12/30, Runway 18/36 and Taxiways Buy America Conformance Listing Title 49 U.S.0 Section 50101 (b) For Airfield Development Projects funded under the Airport Improvement Program • Preparation of a Component Cost Calculation Table is not necessary for equipment listed on the FAA national listing: http://iviviv.fira.gov/airports/aip/procu,enrenf/federal contractjrovisionshnedialbuv american waiver.tls • Bidder shall submit a listing of equipment it proposes 10 install on the project that is included on the current NationalBn' American conformance list. - o 3 tEquipmeliaili _' tt SW2`.NAme.0tA anpfa6turer - = _Product.lVumber `34*°47 NONE Certification Signature: Bidder hereby certifies that the above listed equipment, which we propose for installation on the subject project, are on the current National Buy America Conformance list as established at: http://www.faa:gov/airports/aip/procurement/federal contract provisions/media/buy_american waiver.xls I hereby certify the above information is accurate and complete. ASPRO, INC. Bidder's Firm 'me Sign if re 06/22/17 Date FAA AIP #3-19-0094-045 AECOM Project # 60537973-BP2 P-20 Waterloo Regional Airport Runway 12/30 Pavement Joint Repair Pavement Marking Runway 12/30, Runway 18/36 and Taxiways