Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
KW Electric
PROPOSAL FORM FOR AIRFIELD LIGHTING CONTROL SYSTEM UPGRADE / REPLACEMENT FAA #3-19-0094-061-2026 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 •1-C we , a Partnership consisting of the following partners:, K4 W e t e 46 c vac . , 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 Airfield Lighting Control System Upgrade/Replacement, FAA#3-19-0094-061 -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: • Upgrade or replacement of the existing airfield lighting control system • Computer based control system in airfield lighting vault and air traffic control tower • Touch screen control system in air traffic control tower • Remote monitoring systems in airport operations in airport terminal building and ARFF station 3. The undersigned, in compliance with your Invitation for Bids dated ftl tv-cL �, 2.P2J� hereby proposes to do the work called for in said Contract and Specifications and shown on said p Plans and Addendum Nos. 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 #3-19-0094-061-2026 P-1 Waterloo Regional Airport ALCMS Upgrade / Replacement 111 ITEMIZED PROPOSAL WATERLOO REGIONAL AIRPORT WATERLOO,IOWA PROJECT: AIRFIELD LIGHTING CONTROL SYSTEM II UPGRADE/REPLACEMENT FAA#3-19-0094-061-2026 , ITEM ESTIMATED UNIT BID TO AL BID IP NO. DESCRIPTION UNIT QUANTITY PRICE pRICE GENERAL CONDITIONS AND ,CL- co II 1 SHOP DRAWINGS LS 1 $ /0 OOP $ I©, c 10 u oo AIRFIELD LIGHTING CONTROL qq G 2 SYSTEM LS 1 $ 79 `Mg >g $ J C / 1 J p 00 � TOTAL BID $ � d /�g Ill 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 rii 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 IIU 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 deemed in Appendix A of 49 CFR Part 26, Regulations of the lin III 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 disadvantagedIll 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 111 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 these110 requirements will be considered nonresponsive. 7. The undersigned certifies that he does not maintain or provide for his employees any segregated facilities at any mini of his establishments,and that he does not permit his employees to perform their services at any location,underill 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 tq 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 II 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,andilki 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 III 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 MI 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 III presented for signature. FAA AIP#3-19-0094-061-2026 P-2 Waterloo Regional Airport ALCMS Upgrade I Replacement1111 I 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 tl 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 one hundred eighty(180)calendar days from he date established in the Notice to Proceed. Failure to complete within the allotted time will result in assesment of liquidated damages in the amount of$500.00 per calendar day for each day in excess of the authorized contract time. 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. 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 1 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 FAA AIP#3-19-0094-061-2026 P-3 Waterloo Regional Airport ALCMS Upgrade/Replacement 111 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, 11 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 11 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 all 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. l 1101 CERTIFICATION OF LOWER TIER CONTRACTORS REGARDING DEBARMENT al 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. 1.111 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 Ill 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. IP 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 11111 • 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(ii)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. PCertifications 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 III 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 111 1) The applicant represents that it is( )is not(A)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 authority111 responsible for collecting the tax liability. 2) The applicant represents that it is( )is not( a corporation that was convicted of a criminal II violation under any Federal law within the preceding 24 months. 0 FAA AIP#3-19-0094-061-2026 P-4 Waterloo Regional Airport ALCMS Upgrade/Replacement11 i 11.4 Note I1 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. 1' 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 �4that 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. 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. FAA AIP#3-19-0094-061-2026 P-5 Waterloo Regional Airport ALCMS Upgrade/Replacement a 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 Supplyin 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. 1111 The bidder or offeror certifies that all constructions materials,defined to mean an article,material,or supply otherthan an item of primarily iron or steel;a manufactured product;cement and cementitious materials;aggregates such as stone,sand,or gravel; 0 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 el financial assistance to procure buses or rail car vehicle rolling stock from covered entities. a 21. Attachment to This Bid. The following documents are attached to and made a part of this Bid: 111 ./ a. Bid Guaranty in the form of t 13 o r t b. Non-Collusion Affidavit of Prime Bidder. c. Statement of Intent—Non-Discrimination and Equal Opportunity Statement. d. Buy American Certification Statement. 11 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." p 22. The Bidder shall indicate whether the bid is submitted by a/an: ❑ Individual, Sole Proprietorship ❑ Partnership Corporation Joint-venture: all parties must join-in and execute all documents ❑ Other 111 Respectfully submitted, Bidder By Signature rY'��lotew� Title p FAA AIP#3-19-0094-061-2026 P-6 Waterloo Regional Airport ALCMS Upgrade/Replacement F � /1�7 �t � celv- S+- Address S i3 (Include Zip Code) f' 3 (1— 7 —O ( ?5 Telephone No. ) I I I r I I I I 1 I I I I FAA AIP#3-19-0094-061-2026 P-7 Waterloo Regional Airport ALCMS Upgrade/Replacement I iNON-COLLUSION AFFIDAVIT OF PRIME BIDDER I State of 10 W(% ) )ss County of d(lc �1cic 1 1'4w K. ) B r i ck,v‘ C)tV ri cS ,being first duly sworn,depose and says that: 1 (1) He is (Owner,Partner Officer, 'epresentative,or Agent) of K+w E'( ec+rt C c ,the Bidder that has submitted the attached Bid: I (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 I 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 I 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 I (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. II (Signed) Title ti'eS g d e v.t ISubscribed and sworn to before me this 11111 day of MOkirl[ \ ,2026. I j Title a" `4 BLAISE C.TMURM 1 / ,, +4 • Commission Number 844971 My Commission Expires ,�(Lilu 1'J ll' ,202/9 ° My Cary 6�i`Expires s i �J I I I 1 FAA AIP#3-19-0094-061-2026 P-9 Waterloo Regional Airport ALCMS Upgrade/Replacement JNr f 3 "P f8 I STATEMENT OF INTENT NONDISCRIMINATION AND r EQUAL OPPORTUNITY STATEMENT I The Contractor does hereby certify to the Waterloo Regional Airport, that no person shall, in any way, be or discriminated against because of his race, political or religious opinions and affiliations, national origins, sex/age, age, sexual orientation, gender identity, disability, color, creed, marital status, employee union or association membership or office herein. I 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. IImprovements to the Waterloo Regional Airport consisting of Airfield Lighting Control System I Upgrade / Replacement FAA #3-19-0094-061-2026 ( 4- tAil Et c C'4'r cA c _ COMPANY Brtcon. IDCVtA cS EXECUTIVE OFFICER on ate. Deer$ e3 AFFIRMATIVE ACTION OFFICER ADDRESS OF THE AFFIRMATIVE ACTION OFFICER I 11 7 L `.' coIK 3+ . Ceficur Fa.t( s .Z� So( 13 I PHONE NUMBER 3 1 ci - 7 7 — 04 I c I I FAA AIP #3-19-0094-061-2026 P-11 Waterloo Regional Airport ALCMS Upgrade / Replacement U BIDDER'S INFORMATION SHEET U A. BIDDER'S CAPACITY: (Check One) ,r 1. Individual ❑ 2. Co-Partnership 0 111 3. Corporation pi Ii B. (IF ITEM 2 IS CHECKED, COMPLETE THE FOLLOWING) State of 10 u..c&_ Names and Addresses of Partners U 1. 2. 3. 4. 5. C. (IF ITEM 3 IS CHECKED,COMPLETE THE FOLLOWING) PI State of Incorporation 10 w Names and Addresses of Officers: President B r i c�v� 17 e..•1 r+ e Secretary 3 vw b e.V'r`i eS I Treasurer ,lca 'My r►. p I I I FAA AIP#3-19-0094-061-2026 P-12 Waterloo Regional Airport ALCMS Upgrade/Replacement SYNOPSIS OF EXPERIENCE RECORD (This synopsis must accompany Proposal Form.) Name of Bidder S 4".C _ Business Address /(.2 7 t-I- rt,(gA + Cede.' Fr.,((5 5-0 l3 Individual( ) Partnership( ) 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 1 2 3 4 5 Number of Contract Days Actual Number of Days to Y Y Allowed for Above Projects Complete above Project 1 2 3 4 5 (Signed) Name of Company (By) (TITLE) Date FAA AIP#3-19-0094-061-2026 P-13 Waterloo Regional Airport ALCMS Upgrade/Replacement IOWA DEPARTMENT OF TRANSPORTATION I nWA DOT CONTRACTS AND SPECIFICATIONS BUREAU 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.contractsiowadot.us www.iowadot.gov April 29, 2025 K&W ELECTRIC, INC. 1127 LINCOLN ST. • P.O. BOX 967 CEDAR FALLS, IA 50613-0000 kwe@k-welectric.com; bthurm@k-welectric.com Dear Contractor, We acknowledge receipt of your CPA Audited Financial-Experience-Equipment Statement for the period closing December 31, 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 June 30, 2026. Your maximum pre-qualification for all incomplete work is $94,884,864.Your prequalification categories on file with this office are listed on the enclosed page. We acknowledge receipt of your Bidder Status Form dated April 25, 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, Jason Miller Prequalification Analyst NOTE: Iowa Code Chapter 91C 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 contractor.registration(a�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) A 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 fine.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. K4-W E(Pc+r-c L'c- Bidder's/Offeror's Firm Name 7 J/1zf z� Signature Date DBE UTILIZATION SUMMARY Contract Amount DBE Amount Contract Percentage DBE Prime Contractor $ D x 1.00= $ 0 % DBE Subcontractor $ 0 x 1.00= $ 0 0 DBE Supplier $ 0 x 0.60= $ 0 0 % 1 DBE Manufacturer $ 0 x 1.00= $ 0 0 % Total Amount DBE $ 0 % I DBE Goal $ 0 0 % 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. I I I FAA AIP#3-19-0094-061-2026 P-14 Waterloo Regional Airport I ALCMS Upgrade/Replacement I r LETTER OF INTENT r Disadvantage Business Enterprise (This page shall be submitted for each DBE firm) Bidder/Offer Name: le+ W t---(ea-r\--c Z...Lc- I Address: 1U2 7 Li 14.0011A. 5-- City: CedGi/ l U s State: -r-tc Zip: SOh're IDBE Firm: DBE Firm: Address: j1,A_ ICity: State: Zip: DBE Contact Person: Name: Phone:( ) IDBE Certifying Agency: Expiration Date: Each DBE Firm shall submit evidence(such as a photocopy)of their certification status. Classification: El Prime Contractor 0 Subcontractor 0 Joint Venture ❑Manufacturer 0 Supplier IWork item(s) to be performed by Description of Work Item Quantity Total I DBE I ii.: IThe bidder/offeror is committed to utilizing the above-named DBE firm for the work described above. The estimated participation is as follows: IDBE contract amount: $ 0 Percent of total contract: 0 % AFFIRMATION: 1 The above-named DBE firm affirms that it will perform the portion of the contract for the estimated dollar value as stated above. I By: i495 ol�w� (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. I I FAA AIP#3-19-0094-061-2026 P-15 Waterloo Regional Airport ALCMS Upgrade/Replacement I CERTIFICATION OF COMPLIANCE WITH FAA BUY AMERICAN PREFERENCE—CONSTRUCTION1111 PROJECTS As a matter of bid responsiveness,the bidder or offeror must complete,sign,date,and submit this certificatign• 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(u)or the letter"X". 04 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 I Acquisition Regulation Subpart 25.108. By selecting this certification statement,the bidder or offeror agrees: a) To provide to the Airport Sponsor or the FAA 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 FAA 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 FAA 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 FAA determines justified. I FAA AIP#3-19-0094-061-2026 P-16 Waterloo Regional Airport ALCMS Upgrade/Replacement Required Documentation Type 2 Waiver (Nonavailability) - The iron, steel, manufactured goods or construction materials or Imanufactured 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.tand conclusions reached on the availability of sources. Type 3 Waiver — The cost of components and subcomponents produced in the United States is more than I 60 percent of the cost of all components and subcomponents of the "facility/project." The required documentation for a Type 3 waiver is: I 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 I 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. I 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. I 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: Ia) 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. I 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. 3 I 12,1 ZL / Date Signature 40-IA) Efectri'c - "res.idee:::1- Company Name Title I I FAA AIP #3-19-0094-061-2026 P-17 Waterloo Regional Airport ALCMS Upgrade / Replacement BID BOND KNOW ALL MEN BY THESE PRESENTS,that we K&W Electric, Inc. as Principal,and Westfield Insurance Company as Surety are held and firmly bound unto the Waterloo Regional Airport,2790 Livingston Lane,Waterloo,Iowa,hereinafter call"Owner",in 5hfpenal sum of Five Percent of Bid Amount Dollars($ B,d nmmint_> 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 12th 52026, for Airfield Lighting Control System Upgrade/Replacement at the Waterloo Regional Airport, Waterloo, Iowa, FAA#3-19-0094-061-2026. 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 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 thisl2thday of March ,2026. K&W Electric, Inc. Principal By (Title) Brio, . De\t e5 Preset (Seal) Surety Wes '=Id Insura Corny By 4, I l ( - -___ <-� (Attorney-In-F t) Witness Joseph I.Schmit,Vice President Juliana Bartlett, Attorney-in-Fact (Seal) Witness Courtney Me r,Sr.Bonds Account Coordinator FAA AIP#3-19-0094-061-2026 P-8 Waterloo Regional Airport ALCMS Upgrade/Replacement THIS POWER OF ATTORNEY SUPERCEDES ANY PREVIOUS POWER BEARING THIS SAME POWER # AND ISSUED PRIOR TO 10/21/25, FOR ANY PERSON OR PERSONS NAMED BELOW. General POWER NO. 1429172 00 . Power Westfield Insurance Co . of Attorney Westfield National Insurance Co . Ohio Farmers Insurance Co . CERTIFIED COPY Westfield Center, Ohio Know All Men by These Presents, That WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, corporations, hereinafter referred to individually as a "Company" and collectively as "Companies," duly organized and existing under the laws of the State of Ohio, and having its principal office in Westfield Center, Medina County, Ohio, do by these presents make, constitute and appoint JOSEPH I. SCHMIT, JEFFREY R. BAKER, GREG T. LAMAIR, E. A. VONHARZ, BRANDON HORBACH, JULIANA BARTLETT, COURTNEY MEYER, JOINTLY OR SEVERALLY of WEST DES MOINES and State of IA its true and lawful Attorney(s)-in-Fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings, consents of surety, or other instruments or contracts of suretyship in any penal limit, and to bind any of the Companies thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporate seal of the applicable Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney(s)-in-Fact may do in the premises. Said appointment is made under and by authority of the following resolution adopted by the Board of Directors of each of the WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY: Be It Resolved, that the President, any Senior Executive, any Secretary or any Fidelity & Surety Operations Executive or other Executive shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorney(s)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: The Attorney-in-Fact maybe given full power and authority for and in the name of and on behalf of the Company, to execute, acknowledge and deliver, anyand all bonds, recognizances, contracts, agreements of indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney-in-Fact shall be as binding upon the Company as if signed by the President and sealed and attested by the Corporate Secretary." Resolved, that the signature of anysuch designated person and the seal of the Company heretofore or hereafter affixed to any Be it Further of attorneyor anycertificate relatingthereto y facsimile, and any power of attorney or certificate bearing facsimile signatures or facsimile power seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached. (Each adopted at a meeting held on February 8, 2000). In Witness Whereof, WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY have caused these presents to be signed by their Vice President, Surety and their corporate seals to be hereto affixed this 21st day of OCTOBER A.D., 2025 . Corporate •,,,,�0.0sties+»,,rti ,tt,.,� lt, .•......milsgi.„,' WESTFIELD INSURANCE COMPANY Seals fP'`a%1iR:y4,''-r _t\()NAL !4 ••4 I CI"'''�!'"��,,� WESTFIELD NATIONAL INSURANCE COMPANY Affixed z ,..04; • '••eat. 1.t°' ;Q;••• ••.,G�=J �,.•••'' .� ''••..�'��, OHIO FARMERS INSURANCE COMPANY f ( SEAL1 • _ SEAL : S . m _ - cp. •-.1: 10.0:- 4/41 . _ ... . :a. z : ,_ = � : . 1848 .** • i / �� • ~• � �� � ? ... ? ••••• •� z. •• 0`: Imo,, •# ••� � �.• 4�: � C . ' . f ♦ ••N.Mf i� •'.....•••• `` Imo'' ,`, 7 g. State of Ohio#44, � ',���',,is,4",,,,,`tt. ��i.,,,iiiii••••ow%, By: - County of Medina ss.: Gary W. tumper, Vice President, Surety On this 21st day of OCTOBER A.D., 2025 , before me personally came Gary W. Stumper to me known, who, being by me duly sworn, did depose and say, that he resides in Medina, OH; that he is Vice President, Surety of WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, the companies described in and which executed the above instrument; that he knows the seals of said Companies; that the seals affixed to said instrument are such corporate seals; that they were so affixed I by order of the Boards of Directors of said Companies; and that he signed his name thereto by like order. Notarial 00,0''1.uq+ir. �1AL .A. Seal , Affixed AP`•••' `ii ii..'?.,<A_ ...______... r .. ww a David A. Kotnik, At me at Law, Notary Public State of Ohio � � 4; ��, � County of Medina ss.: .� .r,,; My Commission Does Not Expire (Sec. 147.03 Ohio Revised Code) %•,•r••T E O . .0% .•.••••i•n•..•.N I, Kathleen Golovan, Chief Administrative Officer & Corporate Secretary of WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Companies, which is still in full force and effect; and furthermore, the resolutions of the Boards of Directors, set out in the Power of Attorney are in full force and effect. In Witness Whereof I have hereunto set my hand and affixed the seals of said Companies at Westfield Center, Ohio, this 1 2th day of March &D., 2026 _146:‘,101..11..n..4...41..e.;\--:--I-___ .,,„%‘ _N%c?:.$...\.(:).111.i. ./../. .1..1 c,.1p„,,,,,,, zi*,.....‘.1 ...cio,,,N 1 1"/:61/..._„. . 4.0 i' 4zii •"Z i: RE! tORTERED\e- 2 62,z...,....., ii.14tzt:..„-7ik_ .0...,. i '� = L..::m = __o: = hief Administrative Officer & _ _ Kathleen Golovan, C ram l} ,...,....-77:-. ... '. ,, () v.• 1848 .. Corporate Secretary - :rJ• :04/ %, ''.•......•••. •N' 0 ' BPOAC2 (combined) (07-25) I Electric Inc. P.O. Box 967 CEDAR FALLS, IOWA 50613 Electric Inc. P.O. Box 967 CEDAR FALLS, IOWA 50613 c " JR. $ .a .r . - 4 -� :rrr 12r_n12:46 = . Lst x •Z 9\A BOND FOR: Airfield Lighting Control System Upgrade/Replacement FAA #3-19-0094-061-2026 AT THE WATERLOO REGIONAL AIRPORT In the City of Waterloo. Iowa 3ID FOR: Airfield Lighting Control. System Upgrade/Replacement FAA #3-19-0094-061-2026 AT THE WATERLOO REGIONAL AIRPORT In the City of Waterloo. Iowa f l t i r I N 1 f Waterloo Regional Airport 2790 Livingston Lane Waterloo, IA 50703 Gentlemen: PROPOSAL FORM FOR AIRFIELD LIGHTING CONTROL SYSTEM UPGRADE / REPLACEMENT FAA #3-19-0094-061-2026 AT THE WATERLOO REGIONAL AIRPORT WATERLOO, IOWA • 1 1. The undersigned, being a Corporation existing under the laws of the State of •1- 0wct , a Partnership consisting of the following partners:_ K± W Et ee4ri - i v.c . ,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 Airfield Lighting Control System Upgrade / Replacement, FAA #3-19-0094-061 -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: • Upgrade or replacement of the existing airfield lighting control system • Computer based control system in airfield lighting vault and air traffic control tower • Touch screen control system in air traffic control tower • Remote monitoring systems in airport operations in airport terminal building and ARFF station 3. The undersigned, in compliance with your Invitation for Bids dated incur-tL ,11).02/4 hereby proposes to do the work called for in said Contract and Specifications and shown on said Plans and Addendum Nos. and to furnish all materials, tools, labor and all appliances and appurtenances necessary for the said work at the following rates and prices: 1 Y FAA AIP 113-19-0094-061-2026 P-1 Waterloo Regional Airport ALCMS Upgrade / Replacement