HomeMy WebLinkAboutASPROBID OF ASPRO, INC.
3613 TEXAS ST; PO BOX 2620
WATERLOO, IA 50704
FOR RUNWAY 18-36 REHABILITATION
WITHIN RUNWAY 12-30 SAFETY AREA
FAA PROJECT NO 3-19-0094-059--2026
CITY CLERK
71.5 MULBERRY STREET
WATERLOO, IA 50703
q5
BID BOND
PROPOSAL FORM
FOR
RUNWAY 18-36 REHABILITATION WITHIN
RUNWAY 12-30 SAFETY AREA
FAA#3-19-0094-059-2026
AT THE
WATERLOO REGIONAL AIRPORT
WATERLOO,IOWA
Waterloo Regional Airport
2790 Livingston Lane
Waterloo,IA 50703
Gentlemen:
1. The undersigned,being a Corporation existing under the laws of the State of IOWA ,a Partnership consisting of the
following partners: N/A ,having familiarized(himself)(themselves)(itself)
with the existing conditions on the project area affecting the cost of the work,and with all the contract documents listed in
the Table of Contents and Addenda(if any),as prepared by the City Engineer of the City of Waterloo now on file in the
office of the City Clerk,City Hall,Waterloo,Iowa,hereby proposes to furnish all supervision,technical personnel,labor,
materials,machinery,tools,appurtenances,equipment,and services,including utility and transportation services required
to construct and complete this Runway 18-36 Rehabilitation within Runway 12-30 Safety Area,FAA#3-19-0094-059
-2026,all in accordance with the above-listed documents and for the unit prices for work in place for the following items
and quantities:
2. The extent of the work involved is as follows:
• Rehabilitation of Runway 18-36 and Runway 12-30 intersection with 4-1/2 -inch mill and overlay of the
pavement within the Runway Safety Area of Runway 12-30.
• Grooving of the new runway pavement.
• Pavement marking for the new pavement.
• Restoration along the edge of the new pavement.
3. The undersigned,in compliance with your Invitation for Bids dated 03/12/2026 ,hereby proposes to do the
work called for in said Contract and Specifications and shown on said Plans and Addendum Nos.
1 and to furnish all materials,tools,labor and all appliances and appurtenances necessary for the
said work at the following rates and prices:
FAA AIP#3-19-0094-059-2026 P-1 Waterloo Regional Airport
AECOM Project#60747512 Runway 18-36 Rehab within RSA
ITEMIZED PROPOSAL
WATERLOO REGIONAL AIRPORT
WATERLOO,IOWA
PROJECT: RUNWAY 18-36 REHABILITATION WITHIN
RUNWAY 12-30 SAFETY AREA
FAA#3-19-0094-059-2026
ITEM SPEC. ESTIMATED UNIT BID TOTAL BID
NO. NO. DESCRIPTION UNIT QUANTITY PRICE PRICE
BASE BID
I C 105 MOBILIZATION AND
DEMOBILIZATION LS 1
2 GP 50-06 CONSTRUCTION SURVEY LS 1 $ $
3 C-105 BARRICADES LS 1 $ $
4 P-101 JOINT AND CRACK REPAIR SYD 650 $ $
5 P-101 COLD PROFILE MILLING SYD 28,700 $ $
6 P-401 ASPHALT BASE COURSE TONS 6,450 $ $
7 P-401 ASPHALT SURFACE COURSE TONS 3,380 $ $
8 P-603 EMULSIFIED ASPHALT TACK COAT GAL 5,500 $ $
9 P-605 CRACK SEALING FILLER LFT 3,700 $ $
10 P-620 PAVEMENT MARKING SF 27,000 $ $
11 P-620 REFLECTIVE MEDIA LBS 1,250 $ $
12 P-621 GROOVING SYD 25,600 $ $
13 T-901 SEEDING AC 1.0 $ $
14 T-905 TOPSOILING(FURNISHED FROM CY 270 $ $
OFF THE SITE)
15 T-908 MULCHING,HYDRO-APPLIED AC 1.0 $ $
16 PLANS MANHOLE ADJUSTMENT,MAJOR EA 2 $ $
TOTAL BASE BID $ 2,147,750.00
4. 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.
5. 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 that he has examined this
schedule of wage rates and that the prices bid are based on such established wage rates.
6. 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 zero(0.0)percent of the dollar value of the prime
contract to 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
FAA AIP#3-19-0094-059-2026 P-2 Waterloo Regional Airport
AECOM Project#60747512 Runway 18-36 Rehab within RSA
Runway 18-36 Rehabilitation Within Runway 12-30 Safety Area
Waterloo Regional Airport
FAA#3-19-0094-059-2026
March 12,2026
ITEM DESCRIPTION UNITS UNIT
NUMBER QUANTITY PRICE TOTAL
1 MOBILIZATION AND DEMOBILIZATION LS 1.00 $190,000.00 $190,000.00
2 CONSTRUCTION SURVEY LS 1.00 $45,000.00 $45,000.00
3 BARRICADES LS 1.00 $49,500.00 $49,500.00
4 JOINT AND CRACK REPAIR SYD 650.00 $55.00 $35,750.00
5 COLD PROFILE MILLING SYD 28700.00 $9.20 $264,040.00
6 ASPHALT BASE COURSE TONS 6450.00 $133.00 $857,850.00
7 ASPHALT SURFACE COURSE TONS 3380.00 $135.00 $456,300.00
8 EMULSIFIED ASPHALT TACK COAT GAL 5500.00 $6.20 $34,100.00
9 CRACK SEALING FILLER LFT 3700.00 $3.75 $13,875.00
10 PAVEMENT MARKING SF 27000.00 $3.00 $81,000.00
11 REFLECTIVE MEDIA LBS 1250.00 $1.50 $1,875.00
12 GROOVING SYD 25600.00 $2.85 $72,960.00
13 SEEDING AC 1.00 $1,800.00 $1,800.00
14 TOPSOILING(FURNISHED FROM OFFSITE) CY 270.00 $85.00 $22,950.00
15 MULCHING,HYDRO-APPLIED AC 1.00 $3,750.00 $3,750.00
16 MANHOLE ADJUSTMENT,MAJOR EA 2.00 $8,500.00 $17,000.00
TOTAL BID $2,147,750.00
ASPRO, 1C. / /
�([l,','`v/► VICE-PRESIDENT March 12,2026
3613 Texas St.;PO Box 2620
Waterloo,Iowa 50704
42-1011-512
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.
7. 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.
8. The undersigned agrees, upon written notice of the acceptance of this bid, within ninety (90) 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.
9. 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.
10. 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 sixty (60) calendar days from the date established in the
Notice to Proceed. Failure to complete within the allotted time will result in assessment of liquidated damages
in the amount of$500.00 per calendar day for each day in excess of the authorized contract time. In addition,
the Runway 18-36 and Runway 12-30 closure for Phase 1 work shall be limited to ten (10) calendar days.
Failure to complete Phase 1 work and re-open Runway 18-36 and Runway 12-30 to traffic within the allotted
time will result in assessment of liquidated damages in the amount of$500 per calendar day for one (1) to four
(4) calendar days, $5,000 per calendar day for five (5) to nine (9) calendar days and $10,000 per calendar day
for ten (10) or more calendar days allotted in the contract.
11. 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.
FAA AIP #3-19-0094-059-2026 P-3 Waterloo Regional Airport
AECOM Project #60747512 Runway 18-36 Rehab within RSA
12. TRADE RESTRICTION CERTIFICATION
By submission of an offer,the Offeror certifies that with respect to this solicitation and any resultant contract,the Offeror—
1) is not owned or controlled by one or more citizens of a foreign country included in the list of countries that discriminate
against U.S.firms as published by the Office of the United States Trade Representative(USTR);
2) has not knowingly entered into any contract or subcontract for this project with a person that is a citizen or national of a
foreign country included on the list of countries that discriminate against U.S.firms as published by the USTR;and
3) has not entered into any subcontract for any product to be used on the Federal project that is produced in a foreign country
included on the list of countries that discriminate against U.S.firms published by the USTR.
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 Title 18 USC§ 1001.
The Offeror/Contractor must provide immediate written notice to the Owner if the Offeror/Contractor learns that its certification or
that of a subcontractor was erroneous when submitted or has become erroneous by reason of changed circumstances. The
Contractor must require subcontractors provide immediate written notice to the Contractor if at any time it learns that its
certification was erroneous by reason of changed circumstances.
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 an Offeror or subcontractor:
1) who is owned or controlled by one or more citizens or nationals of a foreign country included on the list of countries that
discriminate against U.S.firms published by the USTR;or
2) whose subcontractors are owned or controlled by one or more citizens or nationals of a foreign country on such USTR list;or
3) who incorporates in the public works project any product of a foreign country on such USTR list.
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.
The Offeror agrees that,if awarded a contract resulting from this solicitation,it will incorporate this provision for certification
without modification in all lower tier subcontracts.The Contractor may rely on the certification of a prospective subcontractor that
it is not a firm from a foreign country included on the list of countries that discriminate against U.S.firms as published by USTR,
unless the Offeror has knowledge that the certification is erroneous.
This certification is a material representation of fact upon which reliance was placed when making an award. If it is later
determined that the Contractor or subcontractor knowingly rendered an erroneous certification, the Federal Aviation
Administration(FAA)may direct through the Owner cancellation of the contract or subcontract for default at no cost to the Owner
or the FAA.
13. CERTIFICATION OF OFFEROR/BIDDER REGARDING DEBARMENT
By submitting a bid/proposal under this solicitation,the bidder or offeror certifies that neither it nor its principals are
presently debarred or suspended by any Federal department or agency from participation in this transaction.
CERTIFICATION OF LOWER TIER CONTRACTORS REGARDING DEBARMENT
The successful bidder,by administering each lower tier subcontract that exceeds$25,000 as a"covered transaction",must
confirm each lower tier participant of a"covered transaction"under the project is not presently debarred or otherwise
disqualified from participation in this federally-assisted project.The successful bidder will accomplish this by:
1. Checking the System for Award Management at website:http://www.sam.gov.
2. Collecting a certification statement similar to the Certification of Offeror Bidder Regarding Debarment,above.
3. Inserting a clause or condition in the covered transaction with the lower tier contract.
If the Federal Aviation Administration later determines that a lower tier participant failed to disclose to a higher tier
participant that it was excluded or disqualified at the time it entered the covered transaction,the FAA may pursue any
available remedies,including suspension and debarment of the non-compliant participant.
FAA AIP#3-19-0094-059-2026 P-4 Waterloo Regional Airport
AECOM Project#60747512 Runway 18-36 Rehab within RSA
14. 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.
15. CERTIFICATION OF OFFEROR/BIDDER REGARDING TAX DELINQUENCY AND FELONY
CONVICTIONS
The applicant must complete the following two certification statements.The applicant must indicate
its current status as it relates to tax delinquency and felony conviction by inserting a checkmark(u)in the space
following the applicable response.The applicant agrees that,if awarded a contract resulting from this solicitation,it
will incorporate this provision for certification in all lower tier subcontracts.
Certifications Note
If an applicant responds in the affirmative to either of the above representations,the applicant is
ineligible to receive an award unless the Sponsor has received notification from the agency suspension and debarment
official(SDO)that the SDO has considered suspension or debarment and determined
that further action is not required to protect the Government's interests. The applicant therefore
must provide information to the owner about its tax liability or conviction to the Owner,who will then
1) The applicant represents that it is( )is not(X)a corporation that has any unpaid Federal tax
liability that has been assessed,for which all judicial and administrative remedies have been exhausted or
have lapsed,and that is not being paid in a timely manner pursuant to an agreement with the authority
responsible for collecting the tax liability.
2) The applicant represents that it is( )is not(X)a corporation that was convicted of a criminal
violation under any Federal law within the preceding 24 months.
Note
If an applicant responds in the affirmative to either of the above representations,the applicant is ineligible to receive an
award unless the Sponsor has received notification from the agency suspension and debarment official(SDO)that the SDO
has considered suspension or debarment and determined that further action is not required to protect the Government's
interests. The applicant therefore must provide information to the owner about its tax liability or conviction to the Owner,
who will then notify the FAA Airports District Office,which will then notify the agency's SDO to facilitate completion of
the required considerations before award decisions are made.
Term Definitions
Felony conviction:Felony conviction means a conviction within the preceding twenty four(24)months of a felony
criminal violation under any Federal law and includes conviction of an offense defined in a section of the U.S.Code
that specifically classifies the offense as a felony and conviction of an offense that is classified as a felony under 18
USC§3559.
Tax Delinquency:A tax delinquency is any unpaid Federal tax liability that has been assessed, for which all judicial and
administrative remedies have been exhausted,or have lapsed,and that is not being paid in a timely manner pursuant to an
agreement with the authority responsible
for collecting the tax liability.
16. Certification Regarding Domestic Preferences for Procurements
The Bidder or Offeror certifies by signing and submitting this bid or proposal that,to the greatest extent practicable,the
Bidder or Offeror has provided a preference for the purchase,acquisition,or use of goods,products,or materials produced
in the United States(including,but not limited to,iron,aluminum,steel,cement,and other manufactured products)in
compliance with 2 CFR§200.322.
FAA AIP#3-19-0094-059-2026 P-5 Waterloo Regional Airport
AECOM Project#60747512 Runway 18-36 Rehab within RSA
17. 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.
18. 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 ninety(90)days from the opening thereof.
19. CERTIFICATION REGARDING LOBBYING
The Bidder or Offeror certifies by signing and submitting this bid or proposal,to the best of his or her knowledge and belief,that:
(1) No Federal appropriated funds have been paid or will be paid,by or on behalf of the Bidder or Offeror,to any person for
influencing or attempting to influence an officer or employee of an agency,a Member of Congress,an officer or employee of
Congress,or an employee of a Member of Congress in connection with the awarding of any Federal contract,the making of
any Federal grant,the making of any Federal loan,the entering into of any cooperative agreement, and the extension,
continuation,renewal,amendment,or modification of any Federal contract,grant,loan,or cooperative agreement.
(2) 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 contract,grant,loan,or cooperative agreement,the
undersigned shall complete and submit Standard Form-LLL,"Disclosure Form to Report Lobbying,"in accordance with its
instructions.
(3) The undersigned shall require that the language of this certification be included in the award documents for all sub-awards at
all tiers(including subcontracts,subgrants,and contracts under grants,loans,and cooperative agreements)and that all sub-
recipients 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 31 U.S.C.§1352.
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$100,000 for each such failure.
20. FAA BUY AMERICAN PREFERENCE
The Contractor certifies that its bid/offer is in compliance with 49 U.S.C.§50101,BABA and other related Made in America
Laws,2 U.S.statutes,guidance,and FAA policies,which provide that Federal funds may not be obligated unless all iron,steel
and manufactured goods used in AIP funded projects are produced in the United States, unless the Federal Aviation
Administration has issued a waiver for the product;the product is listed as an Excepted Article,Material Or Supply in Federal
Acquisition Regulation subpart 25.108;or is included in the FAA Nationwide Buy American Waivers Issued list.
The bidder or offeror must complete and submit the certification of compliance with FAA's Buy American Preference,BABA
and Made in America laws included herein with their bid or offer.The Airport Sponsor/Owner will reject as nonresponsive any
bid or offer that does not include a completed certification of compliance with FAA's Buy American Preference and BABA.
The bidder or offeror certifies that all constructions materials,defined to mean an article,material,or supply other than an item
of primarily iron or steel;a manufactured product;cement and cementitious materials;aggregates such as stone,sand,or gravel;
or aggregate binding agents or additives that are or consist primarily of:non-ferrous metals;plastic and polymer-based products
(including polyvinylchloride,composite building materials,and polymers used in fiber optic cables);glass(including optic
glass);lumber;or drywall used in the project are manufactured in the U.S.
The bidder or offeror certifies procurement of certain rolling stock using FAA grant funds will prohibit airports from using Federal
financial assistance to procure buses or rail car vehicle rolling stock from covered entities.
FAA AIP#3-19-0094-059-2026 P-6 Waterloo Regional Airport
AECOM Project#60747512 Runway 18-36 Rehab within RSA
21. 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."
22. The Bidder shall indicate whether the bid is submitted by a/an:
❑ Individual,Sole Proprietorship
❑ Partnership
XI Corporation
❑ Joint-venture: all parties must join-in and execute all documents
❑ Other
Respectfully submitted,
Cil r
By
Signature
VICE PRESIDENT
Title
3613 TEXAS ST. ; PO BOX 2620
Address
WATERLOO, IA 50704
(Include Zip Code)
319-232-6537
Telephone No.
FAA AIP#3-19-0094-059-2026 P-7 Waterloo Regional Airport
AECOM Project#60747512 Runway 18-36 Rehab within RSA
BID BOND
KNOW ALL MEN BY THESE PRESENTS,that we
as Principal,and
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 Dollars($ )
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 ,20�
for Runway 18-36 Rehabilitation within Runway 12-30 Safety Area at the Waterloo Regional Airport,Waterloo,Iowa,
FAA#3-19-0094-059-2026.
NOW,THEREFORE,
(A) If said Bid shall be rejected,or in the alternate,
(B) If said bid shall be accepted and the Principal shall execute and deliver a Contract in the form specified and shall
furnish a bond for his faithful performance of said Contract,and for the payment of all persons performing labor or
furnishing materials in connection therewith,and shall in all other respects perform the agreement created by the
acceptance of said bid.
then this obligation shall be void,otherwise the same shall remain in force and effect;it being expressly understood and
agreed that the liability of the Surety for any and all claims hereunder shall,in no event,exceed the penal amount of this
obligation as herein stated.
By virtue of statutory authority,the full amount of this bid bond shall be forfeited to the Owner in liquidation of damages
sustained in the event that the Principal fails to execute the Contract and provide the bond as provided in the
Specifications or by law.
III 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_day of ,2026.
Principal
By
(Title)
(Seal)
Surety
By
(Attorney-In-Fact)
Witness
(Seal)
Witness
FAA AIP#3-19-0094-059-2026 P-8 Waterloo Regional Airport
AECOM Project#60747512 Runway 18-36 Rehab within RSA
NON-COLLUSION AFFIDAVIT OF PRIME BIDDER
State of IOWA )
)ss
County of BLACK HAWK )
BRAD BLOUGH ,being first duly sworn,deposes and says that:
(1) He is (Over,Par ,er,Officer,Re esentative,or Agent) of
ASPRO, INC. ,the Bidder that has submitted the attached Bid:
(2) He is fully informed respecting the preparation and contents of the attached bid and of all pertinent
circumstances respecting such bid;
(3) Such bid is genuine and is not a collusive or sham bid;
(4) Neither the said Bidder nor any of its officers,partners,owners,agents,representatives,employees or parties in
interest,including this affiant,has in any way colluded,conspired,connived or agreed,directly or indirectly,with any
other Bidder,firm or person to submit a collusive or sham bid in connection with the Contract for which the attached bid
has been submitted or to refrain from bidding in connection with such Contract, or has in any manner, directly or
indirectly,sought by agreement or collusion or communication or conference with any other Bidder,firm or person to fix
the price or prices in the attached bid or of any other Bidder,or,to fix any overhead,profit or cost element of the bid price
or the bid price of any other Bidder,or to secure through any collusion,conspiracy,connivance,or unlawful agreement
any advantage against the City of Waterloo,Iowa,or any person interested in the proposed Contract;and
(5) The price or prices quoted in the attached bid are fair and proper and are not tainted by any collusion,
conspiracy,connivance or unlawful agreement on the part of the Bidder or an of its ents repr entatives,owners,
employees,or parties in interest,including this affiant.
(Signed)
Title VICE PRESIDENT
Subscribed and sworn to before me
this 12 day of MARCH 2026.
C o csZ
Title 1`^..c_t
My Commission Expires 3 L_"j d2S ,2026.
o"'"`a� CHRISTY JOHNSON
r COMMISSION NO. 764029
* * MY COMMISSION EXPIRES
rows JULY 29,2028
FAA AIP#3-19-0094-059-2026 P-9 Waterloo Regional Airport
AECOM Project#60747512 Runway 18-36 Rehab within RSA
NON-COLLUSION AFFIDAVIT OF SUBCONTRACTOR
(To Be Submitted After Bid But Prior to Award)
State of )
)ss
County of _)
,being first duly sworn, deposes and says that:
(1) He is (Owner, Partner, Officer, Representative, or Agent) of
,the Bidder that has submitted the attached Bid:
(2) He is fully informed respecting the preparation and contents of the attached bid and of all pertinent circumstances
respecting such bid;
(3) Such bid is genuine and is not a collusive or sham bid;
(4) Neither the said Bidder nor any of its officers,partners, owners, agents, representatives, employees or parties in
interest, including this affiant, has in any way colluded, conspired, connived or agreed, directly or indirectly, with any
other Bidder, firm or person to submit a collusive or sham bid in connection with the Contract for which the attached bid
has been submitted or to refrain from bidding in connection with such Contract, or has in any manner, directly or
indirectly, sought by agreement or collusion or communication or conference with any other Bidder, firm or person to fix
the price or prices in the attached bid or of any other Bidder,or, to fix any overhead,profit or cost element of the bid price
or the bid price of any other Bidder, or to secure through any collusion, conspiracy, connivance, or unlawful agreement
any advantage against the City of Waterloo, Iowa, or any person interested in the proposed Contract; and
(5) The price or prices quoted in the attached bid are fair and proper and are not tainted by any collusion,conspiracy,
connivance or unlawful agreement on the part of the Bidder or any of its agents, representatives, owners, employees, or
parties in interest, including this affiant.
(Signed)
Title
Subscribed and sworn to before me
this day of , 2026.
Title
My Commission Expires , 2026.
FAA AIP #3-19-0094-059-2026 P-10 Waterloo Regional Airport
AECOM Project #60747512 Runway 18-36 Rehab within RSA
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 18-36 Rehabilitation within
Runway 12-30 Safety Area
FAA#3-19-0094-059-2026
ASPRO, INC.
COMPANY
BRAD BLOUGH
EXECUTIVE OFFICER
BRAD BLOUGH
AFFIRMATIVE ACTION OFFICER
ADDRESS OF THE AFFIRMATIVE ACTION OFFICER
3613 TEXAS ST; PO BOX 2620
WATERLOO, IA 50704
PHONE NUMBER 319-232-6537
FAA AIP#3-19-0094-059-2026 P-11 Waterloo Regional Airport
AECOM Project#60747512 Runway 18-36 Rehab within RSA
BIDDER'S INFORMATION SHEET
A. BIDDER'S CAPACITY: (Check One)
1. Individual 0
2. Co-Partnership 0
3. Corporation G
B. (IF ITEM 2 IS 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 WILLIE CALDERWOOD 5753 28th AVE. DR. VINTON, IA 52349
Secretary BRAD BLOUGH 500 E. STATE ST. DIKE, IA 50624
Treasurer WILLIE CALDERWOOD 5753 28th AVE. DR. VINTON, IA 52349
FAA AIP#3-19-0094-059-2026 P-12 Waterloo Regional Airport
AECOM Project#60747512 Runway 18-36 Rehab within RSA
SYNOPSIS OF EXPERIENCE RECORD
(This synopsis must accompany Proposal Form.)
Name of Bidder ASPRO, INC.
Business Address 3613 TEXAS ST; PO BOX 2620 WATERLOO, IA 50704
Individual( ) Partnership(K) Corporation( ) (Check One)
Construction successfully completed within past five years similar in size, scope,and difficulty of construction to the
work bid upon.
Name of Location of Amount of
Name of Owner Project Project Contract
' CITY OF WATERLOO 2024 ASPHALT OVERLAY WATERLOO 3,819,933.40
2CITY OF CEDAR FALLS 2024 STREET REST. CEDAR FALLS 1,023,036.30
3BLACK HAWK CO HMA RESURFACING BLACK HAWK CO 1,517,322.09
4IOWA DOT HMA RESURFACING BLACK HAWK CO 1,497,449.08
5IOWA DOT HWY 58 BLACK HAWK CO 6,437,203.58
Number of Contract Days Actual Number of Days to
Allowed for Above Projects Complete above Project
1 120 115
2 120 92
3 70 46
4 35 33
5 220 165
644
(Signed) ASPRO, INC.
Name of Company
(B)) BRAD BLOUGH
(TITLE) VICE PRESIDENT
Date MARCH 12, 2026
FAA AIP#3-19-0094-059-2026 P-13 Waterloo Regional Airport
AECOM Project#60747512 Runway 18-36 Rehab within RSA
IOWA DEPARTMENT OF TRANSPORTATION
DO1 CONTRACTS AND SPECIFICATIONS BUREAU
\tv '4, , 800 Lincoln Way
Ames,IA 50010
KIM REYNOLDS,GOVERNOR SCOTT MARLER,IOWA DOT DIRECTOR 515-239-1414
CHRIS COURNOYER,LT.GOVERNOR MELISSA GILLETT,IOWA DOT COO dot.contractsRiowadot.us
www.iowadot oov
April 10, 2025
ASPRO, INC.
3613 TEXAS STREET
P.O. BOX 2620
WATERLOO, IA 50702
bradb@asproinc.com; christy@asproinc.com
Dear Contractor,
We acknowledge receipt of your CPA Audited Financial-Experience-Equipment Statement for the period closing
November 30, 2024. This statement will serve to place you on our list of qualified bidders for construction and
maintenance work offered by the Iowa Department of Transportation. This statement expires on May 31, 2026.
Your maximum pre-qualification for all incomplete work is $194,433,747. Your prequalification categories on file
with this office are listed on the enclosed page.
We acknowledge receipt of your Bidder Status Form dated April 4, 2025. We will retain this form on file.
Each time you submit an electronic bid on a non-federal aid proposal you will certify the accuracy of this
information. You are required to submit a new form whenever the information that you have supplied changes
or whenever you submit a Contractor's Financial-Experience-Equipment Statement(Form 650004). Unless
otherwise specified in the contract documents, bidder status forms must be on file in this office by noon the day
prior to the letting in order to be approved as a valid bidder.
Sincerely,
9a4,4te,711..dieit,
Jason Miller
Prequalification Analyst
NOTE: Iowa Code Chapter 91 C requires that all contractors register with the Iowa Division of Labor-Contractor Registration
before performing any construction work in the state of Iowa. If your business provides any type of plumbing, mechanical, HVAC,
refrigeration, sheet metal or hydronic systems services, you are required to obtain a license with the Plumbing & Mechanical
Systems Board before applying with contractor registration.
Inquiries should be directed to: Iowa Division of Labor-Contractor Registration Phone: 515-242-5871 I Fax: 515-725-2427
contractorregistration(@iwthowa.gov iwd.iowa.gov I Contractor Registration-Home
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)
XI The bidder/offeror is committed to a minimum of 0.0% 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/0 eror's Firm a e
./i//`' MARCH 12, 2026
Signature Date
DBE UTILIZATION SUMMARY
Contract Amount DBE Amount Contract
Percentage
DBE Prime Contractor $ x 1.00= $
DBE Subcontractor $ x 1.00= $
DBE Supplier $ x 0.60= $
DBE Manufacturer $ x 1.00= $
Total Amount DBE $
DBE Goal $
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#3-19-0094-059-2026 P-14 Waterloo Regional Airport
AECOM Project#60747512 Runway 18-36 Rehab within RSA
LETTER OF INTENT
Disadvantage Business Enterprise
(This page shall be submitted for each DBE firm)
Bidder/Offer Name: ASPRO, INC.
Address: 3613 TEXAS ST. ; PO BOX 2620
City: WATERLOO State: IA Zip: 50704
DBE Firm: DBE Finn: ADVANCED TRAFFIC CONTROL
Address: 98 W. CEMETERY RD.
City: FAIRFAX State: IA Zip: 52228
DBE Contact Person: Name: JAKE DEEDS Phone:(319) 929-4511
DBE Certifying Agency: IOWA DOT Expiration Date:
Each DBE Finn shall submit evidence(such as a photocopy)of their certification status.
Classification: ❑Prime Contractor ®Subcontractor ❑Joint Venture
❑Manufacturer ❑Supplier
Work item(s)
to be performed by Description of Work Item Quantity Total
DBE
1 MOBILIZATION 1.0 7,500.00
10 • PAVEMENT MARKING 27000.0 75,600.00
11 REFLECTIVE MEDIA 1250.0 1,875.00
The bidder/offeror is committed to utilizing the above-named DBE firm for the work described above. The
estimated participation is as follows:
DBE contract amount: $ 84,975.00 Percent of total contract:3.9 %
AFFIRMATION:
The above-named DBE firm affirms that it will perform the portion of the contract for the estimated dollar value as stated
above.
By: w VICE PRESIDENT
(Signature) (Title)
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.
FAA AlP#3-19-0094-059-2026 P-15 Waterloo Regional Airport
AECOM Project#60747512 Runway 18-36 Rehab within RSA
LETTER OF INTENT
Disadvantage Business Enterprise
(This page shall be submitted for each DBE firm)
Bidder/Offer Name: ASPRO. INC.
Address: 3613 TEXAS ST; PO BOX 2620
City: WATERLOO State: IA Zip: 50704
DBE Firm: DBE Firm: TIEDT NURSERY LTD
Address: 2419 E. BREMER AVE.
City: WAVERLY State: IA Zip: 50677
DBE Contact Person: Name: SCOTT TIEDT Phone: (3 0 352-0418
DBE Certifying Agency: IOWA DOT Expiration Date:
Each DBE Firm shall submit evidence(such as a photocopy)of their certification status.
Classification: El Prime Contractor ®Subcontractor ❑Joint Venture
0 Manufacturer 0 Supplier
Work item(s)
to be performed by Description of Work Item Quantity Total
DBE
13 SEEDING 1.0 1800.00
15 MULCHING,HYDRO APPLIED 1.0 3750.00
The bidder/offeror is committed to utilizing the above-named DBE firm for the work described above. The
estimated participation is as follows:
DBE contract amount: $ 5550.00 Percent of total contract: 0.2
AFFIRMATION:
The above-named DBE firm affirms that it will perform the portion of the contract for the estimated dollar value as stated
above.
64j s/ /
By: VICE PRESIDENT
(Signature) (Title)
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.
FAA AIP#3-19-0094-059-2026 P-15 Waterloo Regional Airport
AECOM Project#60747512 Runway 18-36 Rehab within RSA
CERTIFICATION OF COMPLIANCE WITH FAA BUY AMERICAN PREFERENCE—CONSTRUCTION
PROJECTS
As a matter of bid responsiveness,the bidder or offeror must complete,sign,date,and submit this certification
statement with its proposal. The bidder or offeror must indicate how it intends to comply with 49 U.S.C.§
50101,BABA and other related Made in America Laws,U.S.statutes,guidance,and FAA policies,by selecting
one of the following certification statements. These statements are mutually exclusive. Bidder must select one
or the other(i.e.,not both)by inserting a checkmark(0)or the letter"X".
® Bidder or offeror hereby certifies that it will comply with 49 U.S.C.§50101,BABA and other
related U.S.statutes,guidance,and policies of the FAA by:
a) Only installing iron,steel and manufactured products produced in the United States;
b) Only installing construction materials defined as:an article,material,or supply—other than
an item of primarily iron or steel;a manufactured product;cement and cementitious
materials;aggregates such as stone,sand,or gravel;or aggregate binding agents or
additives that are or consist primarily of non-ferrous metals;plastic and polymer-based
products(including polyvinylchloride,composite building materials,and polymers used in
fiber optic cables);glass(including optic glass);lumber or drywall that have been
manufactured in the United States.
c) Installing manufactured products for which the Federal Aviation Administration(FAA)has
issued a waiver as indicated by inclusion on the current FAA Nationwide Buy American
Waivers Issued listing;or
d) 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:
a) To provide to the Airport Sponsor or the FM evidence that documents the source and
origin of the iron,steel,and/or manufactured product.
b) To faithfully comply with providing U.S.domestic products.
c) To refrain from seeking a waiver request after establishment of the contract,unless
extenuating circumstances emerge that the FM determines justified.
d) Certify that all construction materials used in the project are manufactured in the U.S.
❑ The bidder or offeror hereby certifies it cannot comply with the 100 percent Buy American
Preferences of 49 U.S.C.§50101(a)but may qualify for 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:
a) To the submit to the Airport Sponsor or FM within 15 calendar days of being selected as the
responsive bidder,a formal waiver request and required documentation that supports the
type of waiver being requested.
b) That failure to submit the required documentation within the specified timeframe is cause
for a non-responsive determination that may result in rejection of the proposal.
c) To faithfully comply with providing U.S.domestic products at or above the approved
U.S.domestic content percentage as approved by the FAA.
d) To furnish U.S.domestic product for any waiver request that the FAA rejects.
e) To refrain from seeking a waiver request after establishment of the contract,unless
extenuating circumstances emerge that the FM determines justified.
FAA AIP#3-19-0094-059-2026 P-16 Waterloo Regional Airport
AECOM Project#607475I2 Runway 18-36 Rehab within RSA
Required Documentation
Type 2 Waiver (Nonavailability) - The iron, steel, manufactured goods or construction materials or
manufactured goods are not available in sufficient quantity or quality in the United States. The required
documentation for the Nonavailability waiver is
a) Completed Content Percentage Worksheet and Final Assembly Questionnaire
b) Record of thorough market research, consideration where appropriate of qualifying alternate
items, products, or materials including;
c) A description of the market research activities and methods used to identify domestically
manufactured items capable of satisfying the requirement, including the timing of the research and
conclusions reached on the availability of sources.
Type 3 Waiver — The cost of components and subcomponents produced in the United States is more than
60 percent of the cost of all components and subcomponents of the "facility/project." The required
documentation for a Type 3 waiver is:
a) Completed Content Percentage Worksheet and Final Assembly Questionnaire including;
b) Listing of all manufactured products that are not comprised of 100 percent U.S. 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).
c) Cost of non-domestic components and subcomponents, excluding labor costs associated with final
assembly and installation at project location.
d) Percentage of non-domestic component and subcomponent cost as compared to total "facility"
component and subcomponent costs, excluding labor costs associated with final assembly and
installation at project location.
Type 4 Waiver (Unreasonable Costs) - Applying this provision for iron, steel, manufactured goods or
construction materials would increase the cost of the overall project by more than 25 percent. The required
documentation for this waiver is:
a) A completed Content Percentage Worksheet and Final Assembly Questionnaire from
b) At minimum two comparable equal bids and/or offers;
c) Receipt or record that demonstrates that supplier scouting called for in Executive Order 14005,
indicates that no domestic source exists for the project and/or component;
d) Completed waiver applications for each comparable bid and/or offer.
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.
MARCH 12 , 2026
Date Signature
ASPRO , INC. VICE PRESIDENT
Company Name Title
FAA AlP #3-19-0094-059-2026 P-17 Waterloo Regional Airport
AECOM Project #60747512 Runway 18-36 Rehab within RSA
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(b)(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_contract_provisions/media/buy_american waivecxls
Section 50101(b)(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(b)(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_provisions/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:
http://www.faa.gov/airports/aip/procurement/federal_contract_provisions/media/buy_american_waiver.xls.
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(b)(4)Waiver:
I. 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#3-19-0094-059-2026 P-18 Waterloo Regional Airport
AECOM Project#60747512 Runway 18-36 Rehab within RSA
� U.S Department of Transportation OMB CONTROL NUMBER:2120-0569
r Federal Aviation Administration EXPIRATION DATE:6/30/2023
— CONFIDENTIAL—
NOT SUBJECT TO DISCLOSURE UNDER EXEMPTION#4 OF THE FREEDOM OF INFORMATION ACT
Buy American Product Content Percentage Worksheet
Company Name: ASPRO, INC. Date: MARCH 12, 2026
Address: 3613 TEXAS ST; PO BOX 2620 Point of Contact: BRAD BLOUGH
WATERLOO, IA 50704 Email: Bradb@asproinc.com
Telephone: 319-232-6537 Fax 319-232-6539 P
Product Structure: Multi-Level Bill of Materials(through level 2 only)
FAA Eligible Item: FAA Item Number(if applicable):
Total Material Cost: US Content(%)(attach Certificate of Origin, US Customs Form 434, if applicable): Other(%):
Address of Final Assembly Location:
The undersigned certifies that this information is true and accurate to the best of their knowledge. A false certification represents a violation of 18
U.S.0§ 1001 and 4 U.S §47126. ignatory has the burden of proof to establish compliance.
Signature:
Name. B(a I )o111A
Instruction: Items listed in Federal Acquisition Regulation Part 25.104 may be counted as US Origin but should include a note stating the item is
exempt in 25.104.
Level codes: Level 0 is the final product; Level 1 is a component; Level 2 is a sub-component.
US in Other
Level Part item Description Quantity Unit of Price/Unit r PScelUnit US Origin Price/Unit Other
I (0,1,2) Number ! Per Unit Measure of
Measure Cost/Each Cost/Each
i— of Measure of Measure
+ I
' I
FAA Fonn 5100-136(8/20)SUPERSEDES PREVIOUS EDITION
FAA#3-19-0094-059-2026 P-I n Waterloo Regional Airport
AECOM Project#60747512 Runway 18-36 Rehab within RSA
- CONFIDENTIAL —
NOT SUBJECT TO DISCLOSURE UNDER EXEMPTION #4 OF THE FREEDOM OF INFORMATION ACT
Level Part Item DescriptionQuantityUnit of Price/Unit pS Origin
US Origin PriccelllUrnit C)thOther
(0,1,2) Number Per Unit Measure of Measure Cos
of Measure Cost/Each of Measure tfEat:h
1
FM Form 5100-136(8/20)SUPERSEDES PREVIOUS EDITION Page 2 of 2
FAA#3-19-0094-059-2026 P-20 Waterloo Regional Airport
AECOM Project#60747512 Runway 18-36 Rehab within RSA
US Department of Transportation OMB CONTROL NUMBER:2120-0569
lefil Federal Aviation Administration EXPIRATION DATE:6/30/2023
—CONFIDENTIAL—
NOT SUBJECT TO DISCLOSURE UNDER EXEMPTION#4 OF THE FREEDOM OF INFORMATION ACT
SAMPLE - FAA Buy American Preference
Construction Project Content Percentage Worksheet
Airport Sponsor Sample Airport Authority Date:09/16/2020
Airport Worksite:Sample Municipal Airport Total material cost:$1,523,900.00
Worksite LOCID:SMP j U.S.Content: 5.00%
Project Description:Reconstruct Runway 18/36 Non-U.S.Content 95.00%
Project Material Structure List(Bill of Materials)-SAMPLE
Material Cost of
Cost of Non-U.S. For FAA Use Only
Line Level Materials U.S.Origin
Materials
or 2) Materials
1 1 Pavement items $1,000,000.00 $0.00
2 1 Pavement Item Component $50,000.00 $50,000,00
3 2 Pavement Item Subcomponent $250,000 00 $8,000.00
4 1 Painting and Marking Component $1,900.00 $0.00
5 1 Painting and Marking Component $120,000.00 $0.00
6 1 Electrical and Lighting $0.00 $0.00
7 2 Electrical and Lighting Subcomponent $0.00 $20,000.00
8 2 Electrical and Lighting Subcomponent $24,000.00 $0.00
SUBTOTAL $1,445,900.00 $78,000.00
TOTAL MATERIAL COST: 51,523,900.00
U.S.Content: 5.00%
Non-U.S.Content: 95.00%
FAA Form 5100-143 l8/20) Page iv of iv
FAA#3-19-0094-059-2026 P-21 Waterloo Regional Airport
AECOM Project#60747512 Runway 18-36 Rehab within RSA
US Department of Transportation OMB CONTROL NUMBER:2120-0569
Will Federal Aviation Administration EXPIRATION DATE.6/3012023
—CONFIDENTIAL—
NOT SUBJECT TO DISCLOSURE UNDER EXEMPTION#4 OF THE FREEDOM OF INFORMATION ACT
FAA Buy American Preference Construction
Project Content Percentage Worksheet
Airport Sponsor: Date: March 12, 2026
Airport Worksite: WATERLOO REGIONAL AIRPORT
Total material cost: $755,000.00
Worksite LOCID:
U.S.Content: 100 %
Project Description: RUNWAY 18-36 REHABILITATION WITHIN RUNWAY 12-30
SAFETY AREA Non-U.S.Content: 0 %
Project Material Structure List(Bill of Materials)
Materia! Cost of For FAA Use Only
Cost of Non-US.Line Level P.1,3tpr U.S.Origin
Materials
(1 or 2) Materials
1 1 PAVEMENT ITEMS $720,000.00 $0.00
2 1 PAINTING AND MARKING COMPONENT $35,000.00 $0.00
3
4
5
6
7
8
9
10
FAA Form 5100-143(8/20) Page 1 of 2
FAA#3-19-0094-059-2026 P-22 Waterloo Regional Airport
AECOM Project#60747512 Runway 18-36 Rehab within RSA
Material Cost of cost of Non-U.S. For FAA Use Only
Line Level Materials U.S.Origin Materials
(1 or 2) Materials
11
12
13 •
14
15
16
17
18
19
20
SUBTOTAL $755,000.001 $0.00
TOTAL MATERIAL COST: $755,000.00
U.S.Content: 100%
Non-U.S.Content: 0%
The undersigned certifies that this information is true and accurate to the best of their knowledge.
A false certification represents a violation of 18 U.S.0§1001 and 49 U.S.0§47126.
Signatory has the bu 'en of proof to est-dish compliance.
le
Signature:
Name: BRAD BLOUGH
Title: VICE PRESIDENT
FM Form 5100-143(8/20) Page 2 of 2
FAA#3-19-0094-059-2026 P-23 Waterloo Regional Airport
AECOM Project#60747512 Runway 18-36 Rehab within RSA
Buy America Conformance Listing
Title 49 U.S.0 Section 50101 (b)
For Airfield Development Projects funded under the
Airport Improvement Program
• Preparation of a Component Cost Calculation Table is not necessary for equipment listed on the FAA national listing:
http://wsw.faa.gov/airports/aip/procurement/federal contractyrovisions/media/buv american waiver.xls
• Bidder shall submit a listing of equipment it proposes to install on the project that is included on the current National Buy
American conformance list.
Equipment Type Name of Manufacturer Product Number
N/A
Certification Signature:
Bidder hereby certifies that the above listed equipment,which we propose for installation on the subject
project,are on the current National Buy America Conformance list as established at:
http://www.faa.gov/airports/aip/procurement/federal contractjrovisions/media/buy american waiver.xls
I hereby certify the above information is accurate and complete.
ASPRO, INC. MARCH 12, 2026
044\
Bidder' F�N Date
Signature
FAA#3-19-0094-059-2026 P-24 Waterloo Regional Airport
AECOM Project#60747512 Runway 18-36 Rehab within RSA
BID BOND
KNOW ALL MEN BY THESE PRESENTS,that we
Aspro,Inc. as Principal,and
Swiss Re Corporate Solutions America Insurance Corporation as Surety are held and firmly
bound unto the Waterloo Regional Airport,2790 Livingston Lane.Waterloo,Iowa,hereinafter call"Owner",in the penal
sum of Five Percent of the Total Amount Bid Dollars($ 5% )
lawful money of the United States,for the payment of which sum will and truly be made,we bind ourselves,our heirs,
executors,administrators,and successors,jointly and severally,firmly by these presents. The condition of this obligation
is such that whereas the Principal has submitted the accompanying bid,dated March 12 ,246
for Runway 18-36 Rehabilitation within Runway 12-30 Safety Area at the Waterloo Regional Airport,Waterloo,Iowa,
FAA#3-19-0094-059-2026.
NOW,THEREFORE,
(A) If said Bid shall be rejected,or in the alternate,
(B) If said bid shall be accepted and the Principal shall execute and deliver a Contract in the form specified and shall
furnish a bond for his faithful performance of said Contract,and for the payment of all persons performing labor or
furnishing materials in connection therewith,and shall in all other respects perform the agreement created by the
acceptance of said bid.
then this obligation shall be void,otherwise the same shall remain in force and effect;it being expressly understood and
agreed that the liability of the Surety for any and all claims hereunder shall,in no event,exceed the penal amount of this
obligation as herein stated.
By virtue of statutory authority,the full amount of this bid bond shall be forfeited to the Owner in liquidation of damages
sustained in the event that the Principal fails to execute the Contract and provide the bond as provided in the
Specifications or by law.
The Surety,for value received,hereby stipulates and agrees that the obligations of said Surety and its bond shall be in no
way impaired or affected by any extension of the time within which the Owner may accept such bid or execute such
Contract;and said Surety does hereby waive notice of any such extension.
IN WITNESS WHEREOF,the Principal and the Surety,have hereunto set their hands and seals,and such3ift;terii as.are
corporations,have caused their corporate seals to be hereto affixed and these presents to be signed by theirpropQr oitcers^
this 2nd day of March ,2026. --
A ro, - -
Principal
(Title) Pieccf
el
(Seal) ...,y
Swiss Re Corporate Sol i ns,�A dca+. �''`',
B In urance Cfp orati - _ €x"
L r B S�� -_:
(Att ney-In-Fact) Jamie iffor�i h�Mt „g;.-
t�ltnesAmoo,.„, = — - _ _� '.,. -
ate Z:nders - - y - L-`�_
-..
FAA AIP#3-19-0094-059-2026 P-8 Waterloo Regional Airport
AECOM Project#60747512 Runway 18-36 Rehab within RSA
SWISS RE CORPORATE SOLUTIONS
SWISS RE CORPORATE SOLUTIONS AMERICA INSURANCE CORPORATION ("SRCSAIC")
SWISS RE CORPORATE SOLUTIONS PREMIER INSURANCE CORPORATION ("SRCSPIC")
WESTPORT INSURANCE CORPORATION ("WIC")
GENERAL POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS, THAT SRCSAIC, a corporation duly organized and existing under laws of the State of Missouri, and
having its principal office in the City of Kansas City, Missouri, each does hereby make, constitute, and appoint:
JAY D. FREIERMUTH, CRAIG E. HANSEN, BRIAN M. DEIMERLY, ANNE CROWNER, TIM MCCULLOH, DIONE R. YOUNG, SETH ROOKER. JENNIFER MARINO.
JOSEPH TIERNAN, KATE ZANDERS, SARA HUSTON, JOHN CORD, GRACE DICKINSON, CAMERON BURT. BEN WILLIAMS, JAMIE GIFFORD and ZACH FULLER
JOINTLY OR SEVERALLY
Its true and lawful Attorneys)-in-Fact, to make, execute, seal and deliver, for and on its behalf and as its act and deed, bonds, consents of surety, or
other writings obligatory in the nature of a bond on behalf of each of said Companies, as surety, on contracts of suretyship as are or may be required
or permitted by law, regulation, contract or otherwise, provided that no bond or undertaking or contract or suretyship executed under this authority
shall exceed the amount of:
ONE HUNDRED TWENTY FIVE MILLION ($125,000,000.00) DOLLARS
This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of
Directors of both SRCSAIC and SRCSPIC at meetings duly called and held on the 18'1' of November 2021 and WIC by written consent of its
Executive Committee dated July 18, 2011:
"RESOLVED, that any two of the President, any Managing.Director, any Senior Vice President, any Vice President, the Secretary or any Assistant
Secretary be, and each or any of them hereby is, authorized to execute a Power of Attorney qualifying the attorney named in the given Power of
Attorney to execute on behalf of the Corporation bonds, undertakings and all contracts of surety, and that each or any of them hereby is authorized to
attest to the execution of any such Power of Attorney and to attach therein the seal of the Corporation; and it is
FURTHER RESOLVED, that the signature of such officers and the seal of the Corporation may be affixed to any such Power of Attorney or to
any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be
binding upon the Corporation when so affixed and in the future with regard to an bond, undertaking or contract of surety to which it is attached."
,N„pwghe,, �,plp1 r 44.4,,
r SOLUr;O''�•, •r" SOW T!O ,",
�'� oRPa"' HS��- 'kt'oaFa i 7s,o-s By
�OQZ-• 'G F'•,%toy i;Q 'C c�`'•.��; David Satin",Senior Vice 'den o C&Senior Vice President
S E A L jIv
'gill SEAL• _ of SRCSPIC&Senior Vice President of WIC
•
d: 1973 - _
'�$g ..a-a`ar . S * a.� By Ga�iciJaequ! rnr4PrrLrSRcSU('&S 'et President
""'Ili i.* A �"""�«�•�"'''� of SRCSPIC&S for re President of%I
IN WITNESS WHEREOF, SRCSAIC have caused their official seals to be hereunt al \ed, and these •nt, be signed by their authorized officers this
l ltiiay of June 20 25
Swiss Re Corporate Solutions America Insurance Corporation
State of Illinois Swiss Re Corporate Solutions Premier Insurance Corporation
County of Cook Westport Insurance Corporation
11`h June 25
On this day of , 20 , before me, a Notary Public personally appeared David Satorv, Senior Vice President of SRCSAIC
and Senior Vice President of SRCSPIC and Senior Vice President of WIC, and Gabriel Jacauez,_Senior Vice President of SRCSAIC and Senior Vice President o
SRCSPIC and Senior Vice President of WIC, personally known to me, who being by me duly sworn,acknowledged that they signed the above Power of Attorney
volacers ar accngwledged said instrument to be the voluntary act and deed of their respective co anies.
OFFICIAL SEAL
KAREN M SZWEDA
Notary Public, State of Illinois
I Commis&on No 978628
M Commission Expires September 26 1017 aren M. ,Notary
I, Jeffrey Goldberg, the duly elected Senior Vice President and Assistant Secretary of SRCSAIC and SRCSPIC and WIC do hereby certify that the above and
foregoing is a true and correct copy of a Power of Attorney given by said SRCSAIC and SRCSPIC and WIC, which is still in full force and effect.
IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Companies this 2nd day of March , 20 26
rcy Goldberg, Senior 'ice a Presidentantom
Secretary of SRCSAIC and SRCSPIC and WIC