HomeMy WebLinkAboutVieth ConstructionVieth Construction
Corporation
6419 Nordic Dr.
Cedar Falls, IA 50613
c t r'1 cL /alt-
/ fi ,q-cA /
Vieth Construction
Corporation
6419 Nordic Dr.
Cedar Falls, IA 50613
rri
(15
rri
C-
,, r7 G /
MD BOND
KNOW ALL MIN BY PRESENTS, that we
Vieth Construction Corporation Princii nil. and
North American Specialty Insurance Company ItN Surer) are livid and firmly hound
unto the \lfzitcrit to Revlon:it A irpi ill. 2790 1 vi I .aitc. WJitcrli 4)Iowa, liert„!inafter call "Owner, in the tienal '111)1 nr
Five Percent of Amount Bid Donor,: (5 5%
lawful money 01 1111 United States, for the payment of which sum will and truly be- made, v.,o bind ourselves, our licit'.
executors. admitlistrators, and successors, jointly and severally, firml)- by these presents. [1 02 i,2011,S160i1 )I1. (biU1,1tit)fl
is such that cvliereas the Principal has submitted the accompanying bitl, dated June 22
for Reconstruct Taxiway c, lliil packago itt ar ow_ waterloo kciolial Airport, Waterloo, Iowa, IAA Al P Prolcut No.
3- 1 9 -0094-45.
NOW, THF,REPORE,
(A) If said Bi.d !dial] be rejected, or in the alternate,:
(B) 0' said bid shall be accepted and the Principal shall execute and deliver a Contract in the Corm specified and shall
furnish a bond for his fititliful perk innance of said Contract, and for the payment of all persons performing labor or
furnishing nniteri.als in connection therewith, kind 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 Ibree and elleCt; it being, expressly understood and
agreed that the liability of the:Surety for any and all claims hereunder shall, in no event, exceed [he penal amount of this
obligation as herein stated.
By virtue of siatutor y authority, the full A0101101(4 (his bid bond shall be forfeited to the Owner in liquidation Of damages
sustained in the C Veils that the Principal fails to execute 111e,C'olttract alai provide the bond as prov it hal in the Specifications
or by law.
The Surety, for value received, hereby stipulates and :oioe iloti the obligations of said Surety and its homl '.11111100 in no
impaired or 111 vied ti),, ;my extension I 1111' i1111(' 1V111)111 1011(.'11 1111 ()vitier may accept '111011 bid or exeektte such
Contract: and said Silrety does i,valve 1111111.' ol ;my such extension.
IN WITNP,SS \\/1-11..iltli0F, the Principal and 110; S111 ciy, have lictennto set their Itatids and seal:,. ()Niel', as ale
corporations, have caused their corporate seals to be 1011.'1(1 111151'11 111.0.1 110.A1' 111:1 1:' 10." :;11111.'i 1 1 (11,1r pripfl ()lilt:ors
this 16th dav (11 June , A.D., 20] 7.
Sc/(Stoll Vieth Construction Corporation
Witness 4.
FAA AIP #3-19-0094-045
AEC'OM Projcci 11o0537973 -13P1
Principal
B y
(Title)
North American Specialty Insurance Company
11 -
Sur
13y
Dione R. Young (ALi011te
•t.•.Attorriey
In -F
Waterloo Regional AirPurt
Reconstruct Taxiway C
NAS SURETY GROUP
NORTI-I AMERICAN SPECIALTY INSURANCE COMPANY
WASHINGTON INTERNATIONAL INSURANCE COMPANY
GENERAL POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESEN'T'S, THAT North American Specialty Insurance Company, a corporation duly organized and existing under
laws of the State of Nev Hampshire, and having its principal office in the City of Manchester, New Hampshire, and Washington International
Insurance Company, a corporation organized and existing under the laws of the State of New Hampshire and having its principal office in the City of
Schaumburg, Illinois, each does hereby make, constitute and appoint:
JAY D. FREIERMUTH, CRAIG E. HANSEN, BRIAN M. DEIMERLY, SHIRLEY S. BARTENHAGEN,
CINDY BENNETT, ANNE CROWNER, TIM McCULLOH, STACY VENN, LACEY CRAMBLIT and DIONE R. YOUNG
JOINTLY OR SEVERALLY
Its true and lawful Attorney(s)-in-Fact, to make, execute, seal and deliver, for and on its behalf and as its act and decd, bonds or other writings
obligatory in the nature of a bond on behalf of each of said Companies, as surety, on contracts of suretyship as are or may be required or permitted by
law, regulation, contract or otherwise, provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the
amount of: FIFTY MILLION ($50,000,000.00) DOLLARS
This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of
Directors of both North American Specialty Insurance Company and Washington International Insurance Company al meetings duly called and held
on the 9th of May, 2012:
"RESOLVED, that any two of the Presidents, any Managing Director, any Senior Vice President, any Vice President, any Assistant Vice President,
the Secretary or any Assistant Secretary be, and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named
in the given Power of Attorney to execute on behalf of the Company bonds, undertakings and all contracts of surety, and that each or any of them
hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company; and it is
FURTHER RESOLVED, that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any
certificate relating thereto by fecsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be
binding upon the Company when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached."
`p\O°V111YiH %
zbaPokri,a3: 4"....‘1 By
SEAL `:n' Steven P. Anner..m,,Se:ior Vire President of Washington, International Insurance 0
2' 'm_— & Senior Vice President or Rortli American 5peaLJly insurance ComiunY
'.2 1573 u,r _
o
H '.AMP`+ ?�'-
/�ON1IIl"\\\\\
B1'
Michael A. leo, Senior Vide Pt si,icnt of Washington International Inmr:mec Compel.
& Selo' Vice President of North American Specially Insurance Company
IN WITNESS WHEREOF, North American Specialty Insurance Company and Washington International Insurance Company have caused their
official seals to be hereunto affixed, and these presents to be signed by their authorized officers this 8th day of September , 20 15 .
State of Illinois
County of Cook
SS:
North American Specialty Insurance Company
Washington International Insurance Company
On this 8th day of September , 20 15 , before ane, a Notary Public personally appeared Steven P. Anderson Senior Vice President of
Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and Michael A. Ito ,
Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance
Company, personally known to ate, who being by me duly sworn, acknowledged that they signed the above Power of Attorney as officers of and
acknowledged said instrument to be the voluntary act and deed of their respective companies.
OFFICIAL SEAL
M KENNY
NOTARY PUBLIC, STATE OF ILLINOIS
MY COMMISSION EXPIRES 12104/2017
y, Notary Public
I, Jeffrey Goldberg the duly elected Assistant Secretary of North American Specialty Insurance Company and Washington
International Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said North
American Specialty Insurance Company and Washington International Insurance Company, which is still in full force and effect.
IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Companies this 76th clay of June , 2017
i - !
1<1r
Jeffrey Goldberg, Vice President & Assistant Secretary or
Washington International insurance Cmnpmry & North American Specially bunmoce C
,y
The PROPOSAL FORM
FOR
IMPROVEMENTS TO THE WATERLOO REGIONAL AIRPORT
CONSISTING OF
RECONSTRUCT TAXIWAY C
BID PACKAGE #1
AT THE
WATERLOO REGIONAL AIRPORT
WATERLOO, IOWA
FAA AIP PROJECT NO. 3-19-0094-045
Waterloo Regional Airport
2790 Livingston Lane
Waterloo, IA 50703
Gentlemen:
1. The undersigned hereby certifies that he has examined the Form of Contract, Plans, and Specifications for the
Construction of Improvements to the Waterloo Regional Airport to Reconstruct Taxiway C, Bid Package #1,
at the Waterloo Regional Airport, Waterloo, Iowa, FAA AIP Project No. 3-19-0094-45, and has examined the
site of the work and is familiar with local conditions pertaining to the work.
2. The extent of the work involved is to Reconstruct Taxiway C, Bid Package #1, including the removal of
Taxiway C-1, removal and replacement of Taxiway C north and south of Runway 12/30 with an 8 -inch Portland
Cement Concrete Pavement section, replacement of the subdrain system, installation of a section of 18 -inch
reinforcement concrete pipe storm sewer, replacement of the taxiway edge lighting system and guidance signs in
the project area, pavement marking in the areas shown on the plans and all other incidental work associated with
this project. This work and all other incidentals shall be performed as shown on the Drawings and described in
the Specifications.
3. The undersigned, in compliance with your Invitation for Bids dated '5 / 7 / , hereby proposes to do
the work called for in said Contract and Specifications and shown on s. id 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:
ITEMIZED PROPOSAL
WATERLOO REGIONAL AIRPORT
WATERLOO, IOWA
PROJECT: RECONSTRUCT TAXIWAY C
BID PACKAGE #1
FAA AIP PROJECT NO. 3-19-0094-045
ITEM
NO.
SPEC.
NO.
•
DESCRIPTION
UNIT
ESTIMATED
QUANTITY
UNIT BID
PRICE
TOTAL. BID
PRICE
1
GP 105
MOBILIZATION AND DEMOBILIZATION
LS
1
$ /?/, Oa) -
$ / 2 l 00.- -
2
GP 50-06
CONSTRUCTION SURVEY
LS
1
$ '75-6z> -
$ -2s—cc.)
3
PLANS
CONSTRUCTION BARRICADES
LS
1
$-6* 0
$ 9-S CXJ6
4
P-101-5.1
PAVEMENT REMOVAL
SY
19,855
$ ¢- -
$ 79, 511...c)
5
P-152-4.1
UNCLASSIFIED EXCAVATION
CY
7,900
$ / --
$ /L. fog 540G -
6
P-154-5.1
SUBBASE COURSE
CY
3,200
$ 9)- -
$ 3c Geo --
FAA AIP #3-19-0094-045
AECOM Project #60537973-BP1
P-1
Waterloo Regional Airport
Reconstruct Taxiway C
ITEM
NO.
SPEC.
NO.
DESCRIPTION
UNIT
ESTIMATED
QUANTITY
UNIT BID
PRICE
TOTAL BID
PRICE
7
P -156-5.1e
INSTALLATION AND REMOVAL OF SILT FENCE
LF
5,500
$ 22.)
-
$ ,5T / Z S J
8
P -156-5.1f
INSTALLATION AND REMOVAL OF INLET
PROTECTION
EA
6
$
3Z S -
$ /95 G -
9
P -156-5.1g
RIP RAP CHECK DAM
EA
2
$ / 3C%,:; -
$ ZEE. c --'
10
P-208-5.1
AGGREGATE BASE COURSE
CY
2,900
$ 9.)--- -
$ 2 7.)- sOci -
11
P-501-8.1
8.0 -INCH PORTLAND CEMENT CONCRETE
PAVEMENT
SY
17,755
$ ��
$ c� .
U J 2- 2 -0c,
12
P-620-5.1-1
RUNWAY AND TAXIWAY MARKING
SF
8,800
$ 2
$ / 7� c j -
13
P-620-5.1-2
REFLECTIVE MEDIA (TYPE I, GRADATION A)
LB
250
$453 s
$ / 3 ? sz.'
14
P-620-5.1-4
TEMPORARY RUNWAY AND TAXIWAY MARKING
SF
8,800
$ / / G.)
$ 94. v0-
15
D -701-5.1a
18 -INCH REINFORCED CONCRETE PIPE (RCP)
LF
273
$ 42 e, -
$ /& 6/ E -
16
D -701-5.1c
18 -INCH FLARED END SECTION WITH PIPE GUARD
EA
1
$ ./.52.‹., -
$ /5<
17
D-705-5.1
6 - INCH PERFORATED SUBDRAIN (SDR 35)
COMPLETE INCLUDING POROUS BACKFILL AND
FABRIC,
LFT
5,321
$ / j V L
$ 22. _>,..,FILTER
%(--77 , -
18
D-705-5.2
6 - INCH NON -PERFORATED SUBDRAIN (SOR 35)
LFT
1,346
$ /3 -
$ / % 9 S' -
19
D-705-5.3
SUBDRAIN CLEANOUT
EA
23
$ /AS6 -
$ ` 3. oCci
20
0-751-5.2
CATCH BASIN
EA
1
$ 1-5 # -
$ J e.ti --
21
T-901-5.1
SEEDING
AC
8.2
$ 2 3 2.s- -
$ /2 (, 6 ,)
22
T-905-5.1
TOPSOILING (OBTAINED ON SITE OR REMOVED
FROM STOCKPILE)
CY
3,500
$ J'U
%�G
$ 2.
23
T-908-5.1
MULCHING
SY
8.2
$ 3 ax,-
$ 3,, /
24
L-108-5.1
NO.8 AWG, 5KV, L-824, TYPE C CABLE, INSTALLED
IN TRENCH DUCT BANK OR CONDUIT
LF
8,900
$
/ ^
$ c
O % Ue.. -1 --
25
L-108-5.2
NO. 6
NO.6 AWG, 5KV, L-824, TYPE C CABLE, INSTALLED
IN TRENCH, DUCT BANK OR CONDUIT
LF
1,250
$ / /J
$ / 3 7
26
L-108-5.3
NO. 6 AWG BARE COPPER COUNTERPOISE WIRE,
INSTALLED IN TRENCH, ABOVE THE DUCT BANK OR
CONDUIT, INCLUDING GROUND RODS AND
GROUND CONNECTORS
LF
7,000
$ 2.0
7
$
a
27
L-110-5.1
CONCRETE ENCASED ELECTRICAL DUCT BACK, 2-
WAY, 4 -INCH SCHEDULE 40 PVC
LF
260
$ 3��
$ ,� �, 00
28
L-110-5.2
NON-ENCASED ELECTRICAL CONDUIT, 2 -INCH
SCHEDULE 40 PVC
LF
7,000
$ 7c)$
G
/., 7U c) "
29
L-115-5.4
ELECTRICAL HANDHOLE, L-868
EA
4
$ 72 S -
$ Z 9c , --
30
L-115-5.4
ELECTRICAL HANDHOLE, 2'0" BY 2'0"
EA
6
$ 3 2- 2-5$
/9. 3. G --
31
L-125-5.1
L-861T(LED)TAXIWAY EDGE LIGHT - LED
EA
60
$ // s -
$ SV- 0u0
32
L-125-5.2
L-861 RUNWAY EDGE LIGHT - QUARTZ
EA
2
$ 66o o -
$ f 7 Zci -
33
L-125-5.3
AIRFIELD GUIDANCE SIGN, SIZE 1, LED, 1 (ONE)
MODULE
EA
1
$ 2-c Jv
$ L S Sv '
34
L-125-5.3
AIRFIELD GUIDANCE SIGN, SIZE 1, LEO, 2 (TWO)
MODULE
EA
1
$
, ,3C,p_
$ 33 OC) -
35
L-125-5.3
AIRFIELD GUIDANCE SIGN, SIZE 1, LED, 4 (FOUR)
MODULE
EA
2
$ i 9�
$ G
,8 U6
36
L-125-5.3
AIRFIELD GUIDANCE SIGN, SIZE 3, LEO, 3 (THREE)
MODULE
EA
1
$ �
3C: U G
$ 7
J 4 C)['�
37
L-125-5.4
L-804 (LED) RUNWAY GUARD LIGHT
EA
2
$ 2- ��
$ 5 7c)ci .-
38
L-125-5.5
REMOVE DUCT BANK
LF
225
$ 6,-
$ /E+vv -
FAA AIP #3-19-0094-045
AECOM Project #60537973-BP1
P-2
Waterloo Regional Airport
Reconstruct Taxiway C
ITEM
NO.
SPEC.
NO.
DESCRIPTION
UNIT
ESTIMATED
QUANTITY
UNIT BID
PRICE
TOTAL BID
PRICE
39
L-125-5.6
REMOVE TAXIWAY EDGE LIGHT
EA
102
$ 7s
$ 76,5c.
40
L-125-5.7
REMOVE ELECTRICAL HANDHOLE
EA
12
$ 7,,
$ 960
41
L-125-5.8
REMOVE AIRFIELD GUIDANCE SIGN
EA
9
$ 2-7 s -
$ 2 f--
TOTAL BID
t7,s
$ 2, 2%
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 7.33 percent (7.33%) 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 ofthe
work to be performed by each named firm, and the dollar value of the contract. If the bidder fails to achieve the
contract goal stated herein, it will be required to provide documentation demonstrating that it made good faith
efforts in attempting to do so. In the event that the apparent successful competitor for this solicitation qualified
as a DBE, the contract goal shall be deemed to have been met. A bid that fails to meet these requirements will
be considered nonresponsive.
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 sixty (60) days after the
opening of the bids, that he will execute the Contract in accordance with the bid as accepted and give Contract
(Performance and Payment) bond on attached forms within fifteen (15) days after the prescribed forms are
presented for signature.
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.
FAA AIP #3-19-0094-045 P-3 Waterloo Regional Airport
AECOM Project #60537973-BP1 Reconstruct Taxiway C
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 ninety (90) calendar days from the date established in the
Notice to Proceed. An extension of time may be allowed when extra or additional work is ordered by the
Engineer.
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. To satisfy Clear Air and Water Pollution Control Requirements on all Construction Contracts and Subcontracts
exceeding $100,000.00 Contractors and Subcontractors agree:
a, That any facility to be used in the performance of the Contract or to benefit from the Contract is not listed
on the Environmental Protection Agency (EPA) List of Violating Facilities.
b. To comply with all the requirements of Section 306 of the Clean Air Act (42 USC 1857(h)), and Section
508 of the Clean Water Act (33 USC 1368), Executive Order 11738, and Environmental Protection
Regulations (40 CFR Part (15)).
c. That as a condition for award of a Contract he shall notify the awarding official of the receipt of any
communication from EPA indicating that a facility to be utilized for performance of or benefit from the
Contract is under consideration to be listed on the EPA List of Violating Facilities.
d. To include or cause to be included in any Contract or Subcontract which exceeds $100,000.00 the
aforementioned criteria and requirements.
13. The contractor, by submission of this offer and/or execution of a contract, certifies that it:
a. is not owned or controlled by one or more citizens or nationals of a foreign country included in the list of
countries that discriminate against U.S. fums published by the Office of the United States trade
Representative (USTR);
b. has not knowingly entered into any contract or subcontract for this project with a contractor that is a citizen
or national of a foreign country on said list, or is owned or controlled directly or indirectly by one or more
citizens or nationals of a foreign country on said list;
c. has not procured any product nor subcontracted for the supply of any product for use on the project that is
produced in a foreign country on said list.
Unless the restrictions of this clause are waived by the Secretary of Transportation in accordance with 49 CFR
30.17, no contract shall be awarded to a contractor or subcontractor who is unable to certify to the above. If the
contractor knowingly procures or subcontracts for the supply of any product or service of a foreign country on
the said list for use on the project, the Federal Aviation Administration may direct, through the sponsor,
cancellation of the contract at no cost to the Government.
FAA AIP #3-19-0094-045 P-4 Waterloo Regional Airport
AECOM Project #60537973 -BP I Reconstruct Taxiway C
Further, the contractor agrees that, if awarded a contract resulting from this solicitation, it will incorporate this
provision for certification without modification in each contract and in all lower tier subcontracts. The
contractor may rely upon the certification of a prospective subcontractor unless it has knowledge that the
certification is erroneous.
The contractor shall provide immediate written notice to the sponsor if the contractor leams that its certification
or that of a subcontractor was erroneous when submitted or has become erroneous by reason of changed
circumstances. The subcontractor agrees to provide immediate written notice to the contractor, if at any time it
learns that its certification was erroneous by reason of changed circumstances.
This certification is a material representation of fact upon which reliance was placed when making the award. If
it is later determined that the contractor or subcontractor knowingly rendered an erroneous certification, the
Federal Aviation Administration may direct, through the sponsor, cancellation of the contract or subcontract for
default at no cost to the Government.
Nothing contained in the foregoing shall be construed to require establishment ofa 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.
This certification concerns a matter within the jurisdiction of an agency of the United States of America and the
making ofa false, fictitious, or fraudulent certification may render the maker subject to prosecution under Title
18, United States Code, Section 1001.
14. The bidder/offeror certifies, by submission of this proposal or acceptance of this contract, that neither it nor its
principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily
excluded from participation in this transaction by any Federal department or agency. It further agrees by
submitting this proposal that it will include this clause without modification in all lower tier transactions,
solicitations, proposals, contracts, and subcontracts. Where the bidder/offer/contractor or any lower tier
participant is unable to certify this statement, it shall attach an explanation to this solicitation/proposal.
15. 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.
16. By entering into this contract, the contractor certifies that neither it (nor he or she) nor any person or firm who
has an interest in the contractor's firm is a person or firm ineligible to be awarded Government contracts by
virtue of section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1).
17. No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government
contract by virtue of section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(I).
18. 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.
19. In submitting this bid, it is understood that the right to reject any and all bids has been reserved and that this bid
may not be withdrawn for a period of sixty (60) days from the opening thereof.
20. Contractor certifies that all employees employed by Contractor or any subcontractor working on behalf of the
Contractor are in compliance with the Immigration Reform Control Act of 1986 (IRCA) and indemnifies the
Owner and holds harmless Owner for any violations of IRCA as a result of the Contractor's employees or his
subcontractor's employees working on behalf of the Contractor on the Owner's project.
FAA AIP #3-19-0094-045 P-5 Waterloo Regional Airport
AECOM Project #60537973-6P I Reconstruct Taxiway C
21. The undersigned certifies, to the best of his or her knowledge and belief, that:
a. No Federal appropriated funds shall be paid, by or on behalf of the Contractor, to any person for
influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an
officer or employee of Congress, or an employee of a member of Congress in Congress in connection with
the making of any Federal grant and the amendment or modification of any Federal grant.
b. If any funds other than Federal appropriated funds have been paid or will be paid to any person for
influencing or attempting to influence an officer or employee of any agency, a member of Congress, an
officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal
grant, the Contractor shall complete and submit Standard Form -LLL, "Disclosure of Lobby Activities", in
accordance with its instructions.
c. The Undersigned shall require that the language of this certification be included in the award documents for
all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and
cooperative agreements) and that all subrecipients shall certify and disclose accordingly.
This certification is a material representation of fact upon which reliance was placed when this transaction was
made or entered into. Submission of this certification is a prerequisite for making or entering into this
transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required
certification shall be subject to a civil penalty of not less than $10,000 and not more than $200,000 for each
such failure.
22. Buy American Certificate (Title 49 U.S.C. Chapter 501)
As a condition of bid responsiveness, the bidder must how it intend to comply with the Buy American
preferences established under Title 49 U.S.C. Section 50101. Bidder must complete the attached Buy American
certification. If the bidder requests a permissible waiver to the Buy America requirements, the Bidder identified
as with the successful bid must submit a formal waiver request and component cost calculation within the
prescribed time identified on the Buy America certification.
23. Drug Free Work Place, Act of 1988.
a. By submission of this offer, the offeror, if other than an individual, who is making an offer that equals or
exceeds $25,000, certifies and agrees that with respect to all employees of the offeror to be employed under
a contract resulting from this solicitation, it will --no later than 30 calendar days after contract award (unless
a longer period is agreed to in writing, for contracts of 30 calendar days or more performance duration;) or
as soon as possible for contracts of less than 30 calendar days
performance duration, but in any case, by a date prior to when performance is expected to be completed --
(1) Publish a statement notifying such employees that the unlawful manufacturer, distribution, dispensing,
possession or use of a controlled substance is prohibited in the Contractor's workplace and specifying
the actions that will be taken against employees for violations of such prohibition;
(2) Establish an on going drug-free awareness program to inform such employees about --
(a) The dangers of drug abuse in the workplace;
(b) The Contractor's policy of maintaining a drug-free workplace;
(c) Any available drug counseling, rehabilitation, and employee assistance programs; and
(d) The penalties that may be imposed upon employees for drug abuse violations occurring in the
workplace;
(3) Provide all employees engaged in performance of the contract with a copy of the statement required
by subparagraph a.(1) of this provision;
FAA AIP #3-19-0094-045 P-6 Waterloo Regional Airport
AECOM Project #60537973 -BPI Reconstruct Taxiway C
(4) Notify such employees in writing in the statement required by subparagraph a.(1) of this provision
that, as a condition of continued employment on the contract resulting from this solicitation, the
employee will --
(5)
(a) Abide by the terms of the statement; and
(b) Notify the employer in writing of the employee's conviction under a criminal drug statute for a
violation occurring in the workplace no later than 5 calendar days after such conviction;
Notify the Contracting Officer in writing within 10 calendar days after receiving notice under
subdivision a.(4) (b) of this provision, from an employee or otherwise receiving actual notice of such
conviction. The notice shall include the position title of the employee; and
(6) Within 30 calendar days after receiving notice under subdivision a.(4)(b) of this provision of a
conviction, take one of the following actions with respect to any employee who is convicted of a drug
abuse violation occurring in the workplace;
(7)
(a) Take appropriate personnel action against such employee, up to and including termination; or
(b) Require such employee to satisfactorily participate in a drug abuse assistance or rehabilitation
program approved for such purposes by a Federal, State, or local health, law enforcement, or
other appropriate agency.
Make a good faith effort to maintain a drug-free workplace through implementation of subparagraphs
a.(1) through a.(6) of this provision.
b. By submission of its offer, the offeror, if an individual who is making an offer of any dollar value, certifies
and agrees that other offeror will not engage in the unlawful manufacture, distribution, dispensing,
possession, or use of a controlled substance in the performance of the contract resulting from this
solicitation.
c. Failure of the offeror to provide the certification required by paragraphs a. or b. of this provision, renders
the offeror unqualified and ineligible for award. [See FAR 9.104-1(g) and 19.602-1a.(2)(a)].
d. In addition to other remedies available to the Government, the certification in paragraphs a. or b. of this
provision concerns a matter within the jurisdiction of an agency of the United States and the making of a
false, fictitious, or fraudulent certification may render the maker subject to prosecution under title 18,
United States Code, Section 1001.
24. Attachment to This Bid. The following documents are attached to and made a part of this Bid:
a. Bid Guaranty in the form of /0
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."
FAA AIP #3-19-0094-045 - P-7 Waterloo Regional Airport
AECOM Project #60537973 -BP 1 Reconstruct Taxiway C
25. 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 Mtlillethiettruction
❑ Other
Respectfully submitted,
By
Bidder
nature
Title
Address
Corporation
6419 Nordic Dr.
Cedar Falls, IA 50613
(Include Zip Code)
/ — 2--i 7— /C)
Telephone No.
FAA AIP #3-19-0094-045
AECOM Project #60537973 -BP I
P-8 - Waterloo Regional Airport
Reconstruct Taxiway C
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 ,2017,
for Reconstruct Taxiway C, Bid Package #1, at the Waterloo Regional Airport, Waterloo, Iowa, FAA AIP Project No.
3-19-0094-45.
NOW, THEREFORE,
(A) If said Bid shall be rejected, or in the alternate,
(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
this day of , A.D., 2017.
Witness
(Seal)
Principal
By
(Title)
(Seal)
Surety
By
(Attorney -In -Fact)
Attach Power -Of -Attorney
FAA AIP #3-19-0094-045 P-9 Waterloo Regional Airport
AECOM Project#60537973-BP1 Reconstruct Taxiway C
State of
County of
NON -COLLUSION AFFIDAVIT OF PRIME BIDDER
i �� v /11-1-1Y-
(1) He is
, being first duly sworn, deposes and says that:
Owner' artner, Officer, Representative, or Agent) of
fl% /C 1)-/ Cc) N S i G c)GLf,O . , 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.
Subscribed and sworn to before me
this 2 l day of
LQ , 2017.
My Commission Expiresso
, 2017.
1
(Signed)
Title /4 J
KARI LYNN JANSEN
COMMISSION NO.777490
MY COMMISSION EXPIRES
MARCH 15, 2019
FAA All #3-19-0094-045
AECOM Project #60537973-BP1
P-10 Waterloo Regional Airport
Reconstruct Taxiway C
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 , 2017.
Title
My Commission Expires , 2017.
FAA AIP #3-19-0094-045
P -I l Waterloo Regional Airport
AECOM Project #60537973 -BPI Reconstruct Taxiway C
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.Ar�rpppprt cgnsisting of
Reconstruct Taxiway C vieth l.onstruction
Bid Package #1 Corporation
6419 Nordic Dr.
Cedar Falls, IA 50613
/ a/%-i—t //
COMPANY
EXECUTIVE OFFICER
AFFIRMATIVE ACTION OFFICER
ADDRESS OF THE AFFIRMATIVE ACTION OFFICER
Vieth Construction
Corporation
6419 Nordic Dr.
Cedar Falls, IA 50613
PHONE NUMBER 3/ 7— 2 7 7- zivo
FAA AIP #3-19-0094-045 P-12 Waterloo Regional Airport
AECOM Project #60537973-BP1 Reconstruct Taxiway C
BIDDER'S INFORMATION SHEET
A. BIDDER'S CAPACITY: (Check One)
1. Individual 0
2. Co -Partnership 0
3. Corporation
B. (IF ITEM 2 IS CHECKED, COMPLETE THE FOLLOWING)
State of
Names and Addresses of Partners
1.
2.
3.
4.
5.
14
C. (IF ITEM 3 IS CHECKED, COMPLETE THE FOLLOWING)
State of Incorporation
Names and Addresses of Officers:
President
7-2) N� !� r ¢a L-� C..� ‘7"-)A-)‘. c...le
Secretary /1)31 -
Treasurer
Treasurer
4-0 , -ti ter slx, <3
FAA AIP #3-19-0094-045 P-13 Waterloo Regional Airport
AECOM Project #60537973 -BP 1 Reconstruct Taxiway C
Name of Bidder
Business Address
SYNOPSIS OF EXPERIENCE RECORD
Vieth G biii IT t ylt f7l jompany Proposal Form.)
Corporation
6419 Nordic Dr.
Cedar Falls, IA 50613
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 Owner
1 Car- -. 4/ ficv,
!r`7
2 Lv? .�c_�� /V:4t-174 PL.
r'f Gly '
3 in 41-s-44-1-‘4.,72)..,4,) LN4i L f- ce4
e)/-
4 1--e /2-1: rl ,1 GL- 4 a
6.ir7
5 C 4./74- ft.. A4/7111 e /4..7 t..
Name of
Proiect
1
2
3
4
5
Number of Contract Days
Allowed for Above Projects
30
/L�
/
/57Z
(Signed)
(By)
Location of
Project
C /,''-j _. L, /0 .3, Zc
Amount of
Contract
/2.•�� _z't� /. /1 /, 5 ? fL-
: 4/, / 3 � 6'e i `
-ar . _
wr/y.-ic/ .i-- Z, o 3), G. /
Cit 9
92o,c:c.>
Actual Number of Days to
Complete above Project
/G
/!
/Z.0
/6
(TITLE)
Date
/40/12
C..72 --t7/ 7
7-v
Vieth Construction
Corporation
6419 Nordic Dr.
Cedar Falls, IA 50613
Name of Company
I/i/
FAA AIP #3-19-0094-045 P-14 Waterloo Regional Airport
AECOM Project #60537973-BP1
Reconstruct Taxiway C
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)
y --The bidder/offeror is committed to a minimum of 7 3.3% DBE utilization on this
contract.
u 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 wi . si hep,G further ssures at thhejpfomration included herein is true and correct, and that the DBE firm(s) listed herein have agreed to
perforVlt 1 tlatirklUitic items noted for each firm. The undersigned further understands that no changes to this statement may
be made with prior ap O �arro O the Civil Right Staff of the Federal Aviation Administration.
6419 Nordic Dr.
Cedar Falls, IA 50613
Bidder's/Offerors Firm Name
Signature
Date
DBE UTILIZATION SUMMARY
Contract Amount
DBE Amount Contract
Percentage
DBE Prime Contractor $ x 1.00 = $
DBE Subcontractor $ /44,e /6 x 1.00 = $ /6 /9-9-
DBE Supplier $ x 0.60 = $
DBE Manufacturer $ x 1.00 = $
Total Amount DBE
DBE Goal
$ %J /914
$ /�3¢1-
7. 3 3 %
Note: If the total proposed DBE participation is less than the established DBE goal, Bidder must provide written documentation of the good
faith efforts as required by 49 CFR Part 26.
FAA AIP #3-19-0094-045
AECOM Project #60537973 -BP 1
P-15 Waterloo Regional Airport
Reconstruct Taxiway C
LETTER OF INTENT
Disadvantage Business Enterprise
(This page shall be submitted for each DBE firm)
Bidder/Offer Name:
DBE Firm:
DBE Contact Person:
DBE Certifying Agency:
Classification:
Address:
City: State: Zip:
DBE Firm:
Address:
City: State: Zip:
Name: Phone: ( )
Expiration Date:
Each DBE Firm shall submit evidence (such as a photocopy) of their certification
status.
O Prime Contractor 0 Subcontractor ❑Joint Venture
❑ Manufacturer 0 Supplier
Work item(s)
to be performed by
DBE
Description of Work Item
Quantity
Total
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:$ Percent of total contract: %
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:
(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 #3-19-0094-045 P-16 Waterloo Regional Airport
AECOM Project #60537973-BP1 Reconstruct Taxiway C
PROPOSAL ATTACHMENT: PART F — ADDITIONAL REQUIREMENTS
ITEM 3 — DBE FORMS
Bidder/Offer
DBE Firm:
DBE Contact Person:
LETTER OF INTENT
Disadvan�ng�S Ction
(This page sha!l a sub► itte or each �j firm)
Corporation
6419 Nordic Dr.
Name: Cedar Falls, IA 50613
Address:
City: State:
DBE Firm: Advanced Traffic Control, Inc.
Zip:
Address: PO Box 8958
City: Cedar Rapids
Name: Vaugn Miller
State: Iowa Zip: 52408
Phone: 019)396-5269
DBE Certifying Agency: Iowa Department of Transportation Expiration Date: 12/31/17 (renewal)
Each DBE Firm shall submit evidence (such as a photocopy) of their certification status.
Classification:
❑Prime Contractor
0 Manufacturer
Subcontractor
0 Supplier
0 Joint Venture
Work item(s)
to be performed by
DBE
Description of Work Item
Quantity
.
/ Total
L., DUti 7Z'
1
Mobilization
LS
$1•57666766
3
Construction Barricades
LS
$45,000.00
12
Runway and Taxiway Marking
SF
$16,544.00
13
Reflective Media
LB
$125.00
14
Temporary Markings
SF
$8,800.00
The bidder/offeror is committed to utilizing the above-named DBE firm for the work described above. The estimated
participation is as follows: G�
DBE contract amount:$ / % % Percent of total contract: 20 %
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:
(Signature) I'
President
(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.
DBE
To: Vieth Construction Page 1 of 3
➢ate CciPriied: December 31 2013
2017-06-21 22:45:36 (GMT)
13193960328 From: Vaugn Mille
Iowa e a ent
of Transportation
Ce mate No ^_111334
Disadvantaged Business Enterprise
Certification
This Certifies That
Advanced 'Traffic Control,
1las met the regwrentAilts outlet the
Regulations, Putt 6 and is eligible
DRF. ?remain •
Inca
ales ptomulgated;by the U.S Department of Transportation pul.uaat to 49 Codeof Federal-.:
0pamctpata asaDisadtnniagedl3tisinesc Enterprise in ib -Sorsa Depart(
of 111ipsportallpi
Todd A. Sadler: Director, Office. of Dario yee Serf ac
Thu cern f tOil may be revoked by die depnlrir U loa find f$ of eiieibii
soppli addnional inforn ion for e nomiibsrandtgroersfunlice of tbis'e
'Pa
abje t LO olr qtII nd n iYbe required
06/22/2017 08:12 3193520400
Bidder/Offer
TIEDT NURSERY PAGE 02/02
LETTER OF INTENT
Disadvantage lhainess Enterprise
(This page shall he submitted for each OBE fltrieth Construction
Name:
Address;i°r is r. 1 3
City: State: zip:
Corporation
DBE Firm: DBE Firm: 1 f - + it visQ."/
Address: _2.-` -)q Eraf+
City: t ev-e/17 State:::a______ Zip; 5a677
DBE Contact Person: Name:14! //O/YV) Phone: ( ) "G /2
DBE Certifying Agency: L7 C;/
Expiration Date: F8
Each DBE Firm shall submit evidence (such as a photocopy) of their certification status,
Classification:
❑Prime Contractor giSubcontractor
❑Manufacturer OSupplier
❑Joint Venture
Work item(s)
to be performed by
DBE
Description of Work Item
Quantity
Total
,&4 » 7
Si I ..,t .11
n
Sl as 4-F.
44' •
x.52j
rh 7F 'l�7*,U
f reckec1Gr►,1T�' d)
om.T.
_ . . [2 L:N
J7740'C 6
i'Ag±,
"Ade hi
24 Z le.
I d4700 , 4
0
The bidder/gfferor is committed to utilizing the above-named DBE firm far the work described above. The
estimated participation is as follows: 7 L! %J —
DBE contract amount: $ .a !.`7C".Percent of total contract: 3.
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:
(Signature)
PCOIeL.3 rvlt+rl�r
(Tkfe)
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.
00320-3
06/22/2017 00:12 3193520400
TIEDT NURSERY PAGE 01/02
GIOWADOT
February 13, 2017
SMARTER 1 SIMPLER 1 CUSTOMER DRIVEN VifWIN'IOWCJOt.gDV
Employee SereIces/Civil Rtghta Team
800 Lincoln Way, Ames, IA 50010
Phone: 515-239-1833 or 319-730-1512
Fax: 515-817-8551
Email: bectar.rofres-eaohaillowadot.WS
Vallarie I. Holm
Tiedt Nursery. Ltd.
2419 E. Bremer Avenue
Waverly, IA 50677
RE: Affidavit of Continued DBE Certification Eligibility
Dear Ms. Holm,
This letter confirms receipt of your annual No Change Affidavit and supporting documentation,
The Iowa Department of Transportation (Iowa DOT), In compliance with 49 Code of Federal
Regulations Part 26 (49 C.E.R. §§26 et seq.), is pleased to Inform you that your f'ilm's information
has been reviewed and approved. Your firm's Disadvantaged Business Enterprise (DBE)
certification will remain valid for another year,
The DBE Directory, located at httns://secure.lowadot.govf DBE/Directory will continue to Ilst your contact
information and will include the following NAICS codes and description of services performed:
NAICS Code: 561730, 238990, 237990
Work Type(s): Erosion Control (Seed, Sod, Mat, and Silt Fence), Fencing, Herbicide Application;
Landscaping (Trees and Shrubs), Mowing, and Retaining Wails; Supplier. Trees,
Shrubs, Seed, Fertilizer, Erosion Control Products, Plastic Tubing, and Fencing.
As a DBE, you have the responsibility to comply with all aspects of 49 C.F.R. Part 26; maintain an
accurate mailing address and phone number with Iowa DOT and promptly retum all solicitation
inquiries. If you have any questions, please contact this office.
Sincerely
ce
Hector Torres -Cacho, AICP
Compliance Officer
BUY AMERICAN CERTIFICATION FORM FOR MANUFACTURED PRODUCTS
(Non -building projects such as airfield/roadway construction, equipment acquisition, etc.)
As a matter of bid responsiveness, the Bidder or Offeror must complete, sign, date, and submit this certification
statement with their proposal. The Bidder or Offeror must indicate how they intend to comply with 49 USC § 50101
by selecting one on the following certification statements. These statements are mutually exclusive. Bidder must
select one or the other (not both) by inserting a checkmark (✓) or the letter "X".
?The Bidder or Offeror hereby certifies that it will comply with 49 USC § 50101 by:
a) Only installing steel and manufactured products produced in the United States, or;
b) Installing manufactured products for which the FAA has issued a waiver as indicated by inclusion
on the current FAA Nationwide Buy American Waivers Issued listing, or;
c) Installing products listed as an Excepted Article, Material or Supply in Federal Acquisition
Regulation Subpart 25.108.
By selecting this certification statement, the Bidder or Offeror agrees:
1. To provide to the Owner evidence that documents the source and origin of the steel and manufactured
product.
2. To faithfully comply with providing US domestic product.
3. To furnish US domestic product for any waiver request that the FAA rejects.
4. To refrain from seeking a waiver request after establishment of the contract, unless extenuating
circumstances emerge that the FAA determines justified.
❑ The Bidder or Offeror hereby certifies it cannot comply with the 100% Buy American Preferences of 49 USC §
50101(a) but may qualify for either a Type 3 or Type 4 waiver under 49 USC § 50101(b). By selecting this
certification statement, the apparent Bidder or Offeror with the apparent low bid agrees:
1. To the submit to the Owner within 15 calendar days of the bid opening, a formal waiver request and
required documentation that support the type of waiver being requested.
2. That failure to submit the required documentation within the specified timeframe is cause for a non-
responsive determination may result in rejection of the proposal.
3. To faithfully comply with providing US domestic products at or above the approved US domestic content
percentage as approved by the FAA.
4. To refrain from seeking a waiver request after establishment of the contract, unless extenuating
circumstances emerge that the FAA determines justified.
Required Documentation
Type 3 Waiver - The cost of the item components and subcomponents produced in the United States is more that
60% of the cost of all components and subcomponents of the "item". The required documentation for a type 3
waiver is:
a) Listing of all product components and subcomponents that are not comprised of 100% US domestic content
(Excludes products listed on the FAA Nationwide Buy American Waivers Issued listing and products
excluded by Federal Acquisition Regulation Subpart 25.108; products of unknown origin must be
considered as non-domestic products in their entirety).
b) Cost of non-domestic components and subcomponents, excluding labor costs associated with final
assembly at place of manufacture.
FAA AIP #3-19-0094-045
P-17 • Waterloo Regional Airport
AECOM Project #60537973 -BP I Reconstruct Taxiway C
c) Percentage of non-domestic component and subcomponent cost as compared to total "item" component and
subcomponent costs, excluding labor costs associated with final assembly at place of manufacture.
Type 4 Waiver — Total cost of project using US domestic source product exceeds the total project cost using non-
domestic product by 25%. The required documentation for a type 4 of waiver is:
a) Detailed cost information for total project using US domestic product.
b) Detailed cost information for total project using non-domestic product.
False Statements: Per 49 USC § 47126, this certification concerns a matter within the jurisdiction of the Federal Aviation
Administration and the making of a false, fictitious or fraudulent certification may render the maker subject to prosecution
under Title 18, United States Code.
Date
2/ 2
Vieth Construction
Company Name orporation
6419rdic Dr.
Cedar F lls, IA 0613
Signature
Title
FAA AIP #3-19-0094-045 P-18 Waterloo Regional Airport
AECOM Project #60537973 -BP 1 Reconstruct Taxiway C
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_waiver.xls
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(6)(3) Waiver:
The bidder may request a waiver if 60% or more of the components are produced in the United States and final assembly
occurs in the U.S. Bidder is hereby advised that the Owner's approval with the bidder's waiver request is contingent upon
FAA approval.
1. "Equipment" in Section 50101 shall mean the following:
a) Individual type "L" items (Airfield Lighting Equipment) as listed in FAA Advisory Circular 150/5345-53.
b) Individual bid items as established within FAA Advisory Circular 150/5370-10. The bid item application may not be applied for
the type "L" items listed in AC 150/5345-53.
c) A waiver request may only address one specific equipment item. Submit separate requests for each equipment item for which a
waiver.
d) Items listed under the Nationwide Waiver do not require further review. Please refer to the following webpage:
http://www.faa.gov/airports/aip/procurement/federal_connaet_provisions/media/buy_american_waivecxls
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 fora 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 501OI(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 oot apply to the ASP. 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/buyamerican_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(61(4) Waiver:
1. The bidder may request a waiver if application of Buy America preferences results in a 25% cost increase in
the overall project. This waiver is rarely applicable. Consult the Owner before making this request.
FAA AIP #3-19-0094-045
AECOM Project #60537973 -BP I
P-19 - Waterloo Regional Airport
Reconstruct Taxiway C
Buy America Waiver Request
Title 49 U.S.0 Section 50101 (b)(3)
For Airfield Development Projects funded under the
Airport Improvement Program
COMPONENT COST CALCULATION TABLE (Type 3 Waiver)
• In lieu of completing this table, bidder may prepare a spreadsheet that addresses the same information and calculations as presented herein.
• Preparation of a Component Cost Calculation Table is not necessary for equipment listed on the FAA national listing:
hitp:/hvuwv.faa.env./airportsaip/procurement/federal contract provision/media/bung american waiver.xls.
• The component breakout shall be along major components of the equipment. Submit separate calculation for each different equipment types. Do not combine the component cost
calculations of different types of equipment.
• For Abfield development projects, equipment is defined as the ''L" items (Airfield Lighting Equipment) as listed in FA.4 Advisory Circular 150/5345-53 and the b) individual bid items as
established within FAA Advisory Circular 150/5370-10. The individual bid item method mar not be applied to the "L" type items.
• An authorized person shall attest under sjgnature and date that the submitted information is accurate and complete.
Equipment Type:
Component/Subcomponents
Name of Manufacturer
Country of Origin
Cost of Foreign Manufactured
Components/Subcomponents
Cost of USA Manufactured
Components/Subcomponents
Sum of US Manufactured Component/Subcomponent Costs:
Sum of all Equipment Components and Subcomponents:
Percentage of Equipment Components Manufactured in the United States:
Place of Final Assembly:
Certification Signature
Bidder hereby requests a waiver to Buy America preferences based upon Section 50101(b)(3) for the equipment identified above. The bidder certifies that % of
the cost of components and subcomponents comprising the equipment are produced in the United States and that final assembly occurs within the United States.
I hereby certify the above information is accurate and complete.
Bidder's Firm Name Date
Signature
r\-) A
FAA AIP #3-19-0094-045
AECOM Project # 60537973-13P1
P-20 Waterloo Regional Airport
Reconstruct Taxiway C
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 necessa,y for equipment listed on the FAA national listing:
hltpahrwir.largou/anportsiaip/proc'ure,nen/federal contract provisions/media/but, american wainer.xls
• Bidder shall subunit 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
z e6)/ r
,4/i4 .S �-1/ /
G �i T ,4._,-,.,
i --4-y-1 Gv `7 L73
LC / A - c•-)
/IA t'3 S,A-Gi4--R
G 0 c i 0.
O • -A-:Z 4-r
Certification Signature:
Bidder hereby certifies that the above listed equipment, which we propose for installation on the subject
project, are on the current National Buy America Conformance list as established at:
http://www.faa.gov/airports/aip/procurement/federal contract._provisions/media/buy american waiver.xls
[
hereby_certify the above information is accurate and complete.
Vieth Construction
Corporation 6/2 Z/l2
L.e arFals,A5061
7
Signature
Date
FAA AIP #3-19-0094-045
P-21 Waterloo Regional Airport
AECOM Project # 60537973 -BP I Reconstruct Taxiway C
Intentionally Left Blank
FAA AIP #3-19-0094-045 P-22 Waterloo Regional Airport
AECOM Project # 60537973 -BPI Reconstruct Taxiway C