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