Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Aecom Technical Services-8/13/2012 (2)
A=COM August 1, 2012 Mr. Bradley Hagen, A.A.E. Director of Aviation Waterloo Regional Airport 2790 Livingston Lane Waterloo, IA 50703 SUBJECT: Rehabilitate Airfield Vault Waterloo Regional Airport Waterloo, Iowa FAA AIP Project No. 3-19-0094-40 AECOM ID No. 60180158 Dear Mr. Hagen: AECOM 515 323 7910 tel 500 SW 7th Street 515 244 4803 fax Suite 301 Des Moines, Iowa 50309 www.aecom.com Transmitted herewith for City Council consideration are five (5) copies of the Contract, Performance Bond, Payment Bond, and Insurance Certificate as provided by K&W Electric, Inc., contractor for the above mentioned project at the Waterloo Regional Airport. Please return three (3) fully executed copies of each to our office for distribution to the Contractor and FAA. The contractor has revised their DBE participation for this project to meet the 7.5 percent goal. The revised Utilization Statement and Letter of Intent from DBE subcontractors are attached. Also enclosed are non -collusion affidavits of subcontractor's for this project. • Peters Construction Corporation • Quality Striping Inc. • D&N Fence Co. Inc. • Wicks Construction Inc. • Benton's Sand & Gravel, Inc. • Plumb Tech, Inc. • Bonnies Barricades, Inc. • Dormark Construction Company • Tiedt Nursery, LTD If you have any questions or require additional information, please feel free to contact our office at your convenience. Yours sincerely, Steven J. Eaton, P.E. Enclosure: As noted cc: Mr. Doug Schindel, AECOM L:\work\project\60180158 WLO Apt Rwy Light Vault\200_Correspondence\201-202_Incoming-Outgoing\BH073112.contracts.ltr.doc CONTRACT FOR IMPROVEMENTS TO THE WATERLOO REGIONAL AIRPORT CONSISTING OF REHABILITATE AIRFIELD VAULT AT THE WATERLOO REGIONAL AIRPORT WATERLOO, IOWA FAA AIP PROJECT NO. 3-19-0094-40 THIS AGREEMENT, made and entered into this .) day of i ,2012, by and between the Waterloo Regional Airport for the City of Waterloo, Black Hawk Coun , Iowa, hereinafter referred to as the "Owner" and K&W Electric, Inc. (a corporation organized and existing under the laws of the State of Iowa ), hereinafter referred to as the "Contractor." WITNESSETH: That the Contractor for and in consideration of ($ 865,905.00 ), based on the unit bid prices payable as set forth in the Specifications constituting a part of this Contract, hereby agrees to construct in accordance with the Plans, Specifications and Special Provisions therefore, and in the location designated the Plans, the various items of work awarded said Contractor on the v --)�t--:1- day of 2012, as follows, being numbered Bid Items 1 thru 6 as shown in schedule of prices bid in the att ched Proposal which is a part of this Contract. Said Specifications and Plans are hereby made a part of and the basis of this Agreement and a true copy of said Plans and Specifications is now with the Waterloo Regional Airport in the office of the Director of Aviation, Waterloo, Iowa, under date of Ma v 7 , 2012. 1. That in consideration of the foregoing, the Owner hereby agrees to pay the Contractor promptly and according to the requirements of the Specifications, the amounts set forth, subject to the conditions as set forth in the Specifications. 2. That it is understood that the parties named herein are the only persons interested in this Contract and principals. 3. That the Contractor has examined the site of the proposed work, Plans, Specifications, Special Provisions and Contract Documents in order that he might become familiar with the character, quality and quantity of the work to be performed, the materials to be furnished and the requirements of the Specifications, Special Provisions and Contract Documents. 4. It is hereby further agreed that any reference herein to the "Contract" shall include all "Contract Documents" as the same are listed and described in Paragraph 1.02 of the Special Provisions, Waterloo Regional Airport, FAA Project No. 3-19-0094-40 and said "Contract Documents" are hereby made a part of this agreement as fully as if set out at length herein, and that this contract is limited to the items in the proposal as signed by the "Contractor" and included in the "Contract Documents." 5. That in the event any surety upon any bond fumished in connection with this Contract becomes unacceptable to the Owner, or if any such surety shall fail to fumish reports as to his financial condition from time to time as requested by the Owner, the Contractor agrees to furnish promptly such additional security as may be required from time to time to protect the interests of the Owner or of persons supplying labor or materials in the prosecution of the work contemplated by the Contract. FAA AIP # 3-19-0094-40 C-1 Waterloo Regional Airport AECOM Project #60180158 Rehabilitation Airfield Vault 6. That the Contractor shall not commence any work to be performed under this Contract until he has obtained from responsible insurance companies, all insurance required, as set forth in the General Provisions and that the Contractor shall maintain this insurance in full force and effect until the work to be performed under this Contract has been accepted by the Owner. 7. That the Contractor shall not start working on any alterations requiring a supplemental agreement until the agreement setting forth the adjusted price shall be executed by the Owner and the Contractor. 8. That the Contractor, at all times, shall observe and comply with all federal, state, territory or possession and local laws, codes, ordinances and regulations in any manner affecting the conduct of the work, and the Contractor and his surety shall indemnify and save harmless the Owner and all his officers, Engineer, agents and servants against claims or liability arising from or based on the violation of any such law, ordinance, deregulation, order or decree, whether by himself or his employees. 9. That it is further understood and agreed by the parties to this Contract that the above work shall be commenced within 10 days after "Notice to Proceed" is issued and shall be completed according to the terms of the entire contract within two hundred seventy (270) calendar days and that the time of commencing and completion of said work is the essence of this Contract. 10. The Contractor and Owner understand and agree that time is of essence for completion of the Work and that the Owner will suffer additional expense and financial loss if said work is not completed within the authorized Contract Time. Furthermore, the Contractor and Owner recognize and understand the difficulty, delay, and expense in establishing the exact amount of actual financial loss and additional expense. Accordingly, in place of requiring such proof, the Contractor expressly agrees to pay the Owner as liquidated damages the non -penal sum of $500.00 per day for each calendar day required in excess of the authorized Contract Time. Furthermore, the Contractor understands and agrees that: a. the Owner has the right to deduct from any moneys due the Contractor, the amount of said liquidated damages; b. the Owner has the right to recover the amount of said liquidated damages from the Contractor, Surety, or both. 11. The Contractor understands and agrees that all certifications made by the Contractor within the Proposal shall apply under this Agreement as if fully rewritten herein. The Contractor further certifies the following: a. Certification of Eligibility (29 CFR Part 5.5) (1) By Entering into this contract, the Contractor certifies that neither 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 Govemment contracts by virtue of Section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1); (2) 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)(1); (3) The penalty for making false statements is prescribed in the U.S. Criminal Code 18 U.S.C. b. Certification of Non -Segregated Facilities (41 CFR Part 60-1.8) The federally -assisted construction Contractor, certifies that it does not maintain or provide, for its employees, any segregated facilities at any of its establishments and that it does not permit its employees to perform their services at any location, under its control, where segregated facilities are maintained. The Bidder certifies that it will not maintain or provide, for its employees, segregated facilities at any of its establishments and that it will not permit its employees to perform their services FAA AIP # 3-19-0094-40 C-2 Waterloo Regional Airport AECOM Project #60180158 Rehabilitation Airfield Vault at any location under its control where segregated facilities are maintained. The Bidder agrees that a breach of this certification is a violation of the Equal Opportunity Clause, which is to be incorporated in the 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 on the basis of race, color, religion, or national origin because of habit, local custom, or any other reason. The Bidder agrees that (except where it has obtained identical certifications from proposed subcontractors for specific time periods) it 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 it will retain such certifications in its files. 12. It is further understood that any action in court against the Contractor or sureties on his bond because of damage to property or individuals by said Contractor or his workmen, or because of the violation of any provisions of the Specifications, or on account of the failure of said Contractor to fully comply with these provisions, shall be brought in the District Court of the State of Iowa in and for Black Hawk County. 13. Second Party shall maintain all work done hereunder in good order for a period of 12 months from and after the date it is accepted by the Waterloo Regional Airport, City of Waterloo, Iowa, which maintenance shall be without expense to First Party or the abutting property. In the event of the failure or default of Second Party to remedy any or all defects appearing in said work within a period of 12 months from the date of its acceptance by said Board and after having been given ten (10) days' notice so to do by registered letter deposited in the United States Post Office in said City, addressed to said Contractor at the address herein given, then First Party may proceed to remedy such defects and the cost and expenses thereof may be recovered from said Second Party and the sureties on its bond by action brought in any court of competent jurisdiction, but such suit may be brought in the District Court of Black Hawk County, Iowa. FAA AIP # 3-19-0094-40 C-3 Waterloo Regional Airport AECOM Project #60180158 Rehabilitation Airfield Vault IN WITNESS WHEREOF, the parties hereto hav settheir hand for the purpose herein expressed to this and three other instruments of like tenor, as of the �72`r day of • �i, 2012. AT EST: itness Witness By ITY OF WATERLOO Mayor CONTRACTOR K&W Electric, Inc. By VP Firm Name Signature Title 1127 Lincoln Street, Cedar Falls, Iowa 50613 Business Address FAA AIP # 3-19-0094-40 C-4 Waterloo Regional Airport AECOM Project #60180158 Rehabilitation Airfield Vault ADDENDUM NO. 1 PROPOSAL FORM FOR IMPROVEMENTS TO THE WATERLOO REGIONAL AIRPORT CONSISTING OF REHABILITATE AIRFIELD VAULT AT THE WATERLOO REGIONAL AIRPORT WATERLOO, IOWA FAA AIP PROJECT # 3-19-0094-40 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 consisting of Rehabilitate Airfield Vault at the Waterloo Regional Airport, Waterloo, Iowa, FAA Al P Project No. 3-19-0094-40, 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 in the Rehabilitate Airfield Vault includes the demolition of the existing airfield lighting vault and electrical, providing new service the airfield maintenance building and snow removal and equipment storage, construction of new split face block airfield lighting vault with new constant current regulators, new airfield lighting control system with units in airfield lighting vault and air traffic control tower, fiber backbone for airfield lighting control communications, replacement of apron high mast lighting system and replacement of surface painted runway hold position signs with thermoplastic surface applied runway hold position signs 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 , hereby proposes to do the work called for in said Contract and Specifications and shown on ai ans and Addendum Nos. i and to furnish all materials, tools, labor and ail appliances and appurtenances necessary for the said work at the following rates and prices: FM AIP # 3-19-0094-40 P-1 Waterloo Regional Airport AECOM Project #60180158 Rehabilitate Airfield Vault ITEMIZED PROPOSAL WATERLOO REGIONAL AIRPORT WATERLOO, IOWA PROJECT: REHABILITATE AIRFIELD VAULT FAA AIP PROJECT NOS. 3-19-0094-40 BASE BID Item No. Description Unit 1 Construction of Airport Lighting Vault LS 2 Installation of Airport Lighting Vault Equipment LS 3 Installation of Airport Lighting Control System LS 4 Demolition of Existing Airport Lighting Vault LS 5 Replace High Mast Lighting LS 6 Surface Applied Thermoplastic Holding SF Position Sign TOTAL BID ADDENDUM NO. 1 Estimated Unit Total Quanta Bid Price Bid Price 1 299, $ .2111.2sdeo /62/ys0 $ 16.2j5isst� 4 2,200d $ 421200°� 3f17s0$3050 141 131, ‘5?' $ 131, 36 z $ 17,g 6.7.`- $ 1pS 9es" 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. The bidder hereby provides the bid price breakout for the following items which are included in the lump sum bid price for Installation of Airport Lighting Vault Equipment: Constant Current Regulator R-3 — Runway 6-4 $ 8 4%06 c6 Constant Current Regulator R-11 — Test Bench $ 5S` ) aG 6. It is understood that the schedule of minimum wage rates, as established by the Secretary of Labor and included in the Specifications, are to govern on this project, and the undersigned certifies that he has examined this schedule of wage rates and that the prices bid are based on such established wage rates. 7. The bidder shall make good faith efforts, as defined in Appendix A of 49 CFR Part 26, Regulations of the Office of the Secretary of Transportation, to subcontract seven and one-half (7.5%) percent of the dollar value of the prime contract to small business concems owned and controlled by socially and economically disadvantaged individuals (DBE). Individuals who are rebuttably presumed to be socially and economically disadvantaged include women, Blacks, Hispanics, Native Americans, Asian -Pacific Americans, and Asian -Indian Americans. The apparent successful competitor will be required to submit information concerning the DBE's that will participate in the contract. The information will include the name and address of each DBE, a description of the work to be performed by each named firm, and the dollar value of the contract. If the bidder fails to achieve the contract goal stated herein, it will be required to provide documentation demonstrating that it made good faith efforts in attempting to do so. In the event that the apparent successful competitor for this solicitation qualified as a DBE, the contract goal shall be deemed to have been met. A bid that fails to meet these requirements will be considered nonresponsive. 8. The undersigned certifies that he does not maintain or provide for his employees any segregated facilities FAA AIP # 3-19-0094-40 P-2 Waterloo Regional Airport AECOM Project #60180158 Rehabilitate Airfield Vault ADDENDUM NO. 1 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, tlmeclocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directive or are in fact segregated on the basis of race, color, religion, or national origin, because of habit, local custom, or any other reason. The undersigned agrees that (except where he has obtained identical certifications from proposed subcontractors for specific time periods) he will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the equal opportunity clause, and that he will retain such certifications in his files. 9. The undersigned agrees, upon written notice of the acceptance of this bid, within sixty (60) days after the opening of the bids, that he will execute the Contract in accordance with the bid as accepted and give Contract (Performance and Payment) bond on attached forms within fifteen (15) days after the prescribed forms are presented for signature. 10. The undersigned understands, award of contract is contingent upon receipt of project funding from the Federal Aviation Administration. If funding is not received, bid bonds will be returned to all bidders and the project will be postponed. 11. The undersigned further agrees that if awarded the Contract, he will commence the work within ten (10) calendar days after the receipt of a "Notice to Proceed" and that he will substantially complete all work according to the terms of the entire contract within two hundred seventy (2701 calendar days from the date established in the Notice to Proceed. An extension of time may be allowed when extra or additional work is ordered by the Engineer. 12. The undersigned agrees that within 30 days after award of this contract, the Contractor/Subcontractor shall file a compliance report (Standard Form 100) if s/he has not submitted a complete compliance report within 12 months proceeding the date of award. This report is required if the Contractor/Subcontractor meets all of the following conditions: a. Contractors/Subcontractors are not exempt based on 41 CFR 60-1,5. b. Has 50 or more employees. c. Is a prime contractor or first tier subcontractor. d. There is a contract, subcontract, or purchase order amounting to $50,000 or more. 13. To satisfy Clear Air and Water Pollution Control Requirements on all Construction Contracts and Subcontracts exceeding $100,000.00 Contractors and Subcontractors agree: 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. FAA AIP # 3-19-0094-40 P-3 Waterloo Regional Airport AECOM Project #60180158 Rehabilitate Airfield Vault ADDENDUM NO. 1 d. To include or cause to be included in any Contract or Subcontract which exceeds $100,000.00 the aforementioned criteria and requirements. 14. The contractor, by submission of this offer and/or execution of a contract, certifies that it: a. is not owned or controlled by one or more citizens or nationals of a foreign country included in the list of countries that discriminate against U.S. firms published by the Office of the United States trade Representative (USTR); b. has not knowingly entered into any contract or subcontract for this project with a contractor that is a citizen or national of a foreign country on said list, or is owned or controlled directly or indirectly by one or more citizens or nationals of a foreign country on said list; e. has not procured any product nor subcontracted for the supply of any product for use on the project that is produced in a foreign country on said list. Unless the restrictions of this clause are waived by the Secretary of Transportation in accordance with 49 CFR 30.17, no contract shall be awarded to a contractor or subcontractor who is unable to certify to the above. If the contractor knowingly procures or subcontracts for the supply of any product or service of a foreign country on the said list for use on the project, the Federal Aviation Administration may direct, through the sponsor, cancellation of the contract at no cost to the Government. Further, the contractor agrees that, if awarded a contract resulting from this solicitation, it will incorporate this provision for certification without modification in each contract and in all lower tier subcontracts. The contractor may rely upon the certification of a prospective subcontractor unless it has knowledge that the certification is erroneous. The contractor shall provide immediate written notice to the sponsor if the contractor leams that its certification orthat 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 leams that its certification was erroneous by reason of changed circumstances. This certification is a material representation of fact upon which reliance was placed when making the award. If it is later determined that the contractor or subcontractor knowingly rendered an erroneous certification, the Federal Aviation Administration may direct, through the sponsor, cancellation of the contract or subcontract for default at no cost to the Government. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by this provision. The knowledge and information of a contractor is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. 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, United States Code, Section 1001. 15. The bidder/offeror certifies, by submission of this proposal or acceptance of this contract, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. It further agrees by submitting this proposal that it will include this clause without modification in all lower tier transactions, solicitations, proposals, contracts, and subcontracts. Where the bidder/offer/contractor or any lower tier participant is unable to certify this statement, it shall attach an explanation to this solicitation/proposal. 16. As an evidence of good faith in submitting this Proposal, the undersigned encloses bid security in the amount of five (5) percent of the bid which, in case he refuses or fails to accept an award and to enter into a Contract and file the required bonds within the prescribed time, shall be forfeited to the Waterloo Regional Airport as liquidated damages. FM AIP # 3-19-0094-40 P-4 Waterloo Regional Airport AECOM Project #60180158 Rehabilitate Airfield Vault ADDENDUM NO. 1 17. By entering into this contract, the contractor certifies that neither it (nor he or she) nor any person or firm who has an interest in the contractor's firm is a person or firm ineligible to be awarded Government contracts by virtue of section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1). 18. No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue of section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1). 19. The undersigned hereby declares that the only parties interested in this Proposal are named herein, that this Proposal is made without collusion with any other person, firm or corporation, that no member of the Council, Waterloo Regional Airport or agent of the City of Waterloo, Iowa, is directly or indirectly financially interested in this bid. 20. In submitting this bid, it is understood that the right to reject any and all bids has been reserved and that this bid may not be withdrawn for a period of sixty (60) days from the opening thereof. 21. Contractor certifies that all employees employed by Contractor or any subcontractor working on behalf of the Contractor are in compliance with the Immigration Reform Control Act of 1986 (}RCA) and indemnifies the Owner and holds harmless Owner for any violations of IRCA as a result of the Contractor's employees or his subcontractor's employees working on behalf of the Contractor on the Owner's project. 22. The undersigned certifies, to the best of his or her knowledge and belief, that: a. No Federal appropriated funds shall be paid, by or on behalf of the Contractor, to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a member of Congress in Congress in connection with the making of any Federal grant and the amendment or modification of any Federal grant. b. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal grant, the Contractor shall complete and submit Standard Form -LLL, "Disclosure of Lobby Activities", in accordance with its instructions. c. The Undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $200,000 for each such failure. 23. BUY AMERICAN CERTIFICATE (Title 49 U.S.C. Chapter 501) As a condition of bid responsiveness, the bidder must how it intend to comply with the Buy American preferences established under Title 49 U.S.C. Section 50101. Bidder must complete the attached Buy American certification. If the bidder requests a permissible waiver to the Buy America requirements, the Bidder identified as with the successful bid must submit a formal waiver request and component cost calculation within the prescribed time identified on the Buy America certification. 24. Drug Free Work Place, Act of 1988. a. By submission of this offer, the offeror, if other than an individual, who is making an offer that equals or exceeds $25,000, certifies and agrees that with respect to all employees of the offeror to be FAA AIP # 3-19-0094-40 P-5 Waterloo Regional Airport AECOM Project #60180158 Rehabilitate Airfield Vault ADDENDUM NO. 1 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; (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 19.602-1 a.(2)(a)]. d. In addition to other remedies available to the Government, the certification in paragraphs a. or b. of this provision concems 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 FAA AIP # 3-19-0094-40 P-6 Waterloo Regional Airport AECOM Project #60180158 Rehabilitate Airfield Vault ADDENDUM NO. 1 under title 18, United States Code, Section 1001. 25. Attachment to This Bid. The following documents are attached to and made a part of this Bid: a. Bid Guaranty in the form of .R a sow( b. Non -Collusion Affidavit of Prime Bidder. c. Statement of Intent — Non -Discrimination and Equal Opportunity Statement. d. Buy American Certification Statement. e. Bidder's Information Sheet. f. Synopsis of Experience Record. (IDOT Certification may be substituted.) g. Completed DBE forms "Utilization Statement" and "Letter of Intent." 26. The Bidder shall Indicate whether the bid is submitted by a/an: ❑ Individual, Sole Proprietorship ❑ Partnership Wit Corporation O Joint -venture: all parties must join -in and execute all documents ❑ Other Respectfully submitted, Bidder By defg— vP Signature Title 1127 Li vec i' .5+. Address Ceja v- AAk.S1 14 ..5-6413 (Include Zip Code) 111-2.77-, q,s Telephone No. FAA AIP # 3-19-0094-40 P-7 Waterloo Regional Airport AECOM Project #80180158 Rehabilitate Airfield Vault Bond #54-189727 PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS: That we, K&W Electric, Inc. , as PRINCIPAL, also referred to as CONTRACTOR, and United. Fire & Casualty Company , asSURETY, are held and firmly bound unto Waterloo Regional Airport, 2790 Livingston Lane, Waterloo, Iowa 50703 as OWNER, in the full sum of Eight Hundred Sixty Five Thousand Nine Hundred Five and no/100 Dollars ($865,905.00) for the payment of which, well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, by these presents. WHEREAS, tie above- and Principal has entered into a contract with the OWNER dated the I(1141 day of -' a.\ a t 2012, for the Rehabilitate Airfield Vault, FAA Project No. 3-19- 0094-40, inciudig the demolition of the existing airfield lighting vault and electrical, providing new service the airfield maintenance building and snow removal and equipment storage, construction of new split face block airfield lighting vault with new constant current regulators, new airfield lighting control system with units In airfield lighting vault and air traffic control tower, fiber backbone for airfield lighting control communications, replacement of apron .high mast lighting system and replacement of surface painted runway hold position signs with thermoplastic surface applied runway hold position signs and all other incidental work associated with this project. NOW, THEREFORE, the conditions of this obligation are such that if the above -bound PRINCIPAL shall faithfully and fully comply with the terms and conditions of said contract, including, but not limited to, any obligations created by way of warranties and/or guarantees for workmanship and materials which warranty and/or guarantee may extend fora period of time beyond completion of said contract, and such altemations or additions as may be made therein or in the plans and specs icafions, and shall indemnify and save the OWNER harmless against any claims for using any form of material, process, composition or anything which is patented, and likewise indemnify and save the OWNER harmless against all claims for damages by reason or any default or negligence, want of skill or care on the part of said PRINCIPAL or Agents in and about the performance of said contract, and shall comply with all laws pertaining to said work, and shall comply with and perform any and alt warranties and/or guarantees provided for in said contact, then this obligation shall be void; otherwise of full force and effect. PROVIDED, further than upon either the default of the PRINCIPAL, or the failure of the said PRINCIPAL to promptly and efficiently prosecute said Work, in any respect, in accordance with the Contract Documents, the above bound SURETY shall either remedy the default of the PRINCIPAL or shall take charge of said Work and complete the Contract at his own expense, pursuant to its terms, receiving, however, any balance ofthe funds in the hands of said OWNER due under said contract. It shall be the duty of the SURETY to give an unequivocal notice in writing to the OWNER within ten (10) days after receipt of a declaration of default of the SURETY'S election either to remedy the default or defaults promptly or to perform the contract promptly, time being of the essence. in said notice of election, the SURETY shall indicate the date on which the remedy or performance will commence, and It shall be the duty of the SURETY to give prompt notice in writing to the OWNER immediately upon completion of (a) the remedy and/or correction of each default, (b) the remedy and/or correction of each item of condemned work, (c) the furnishings of each omitted item of work, and (d) the performance of the contract. The SURETY shall not asset solvency of its PRINCIPAL as justification for its failure to promptly remedy the default or defaults or perform the contract In the event said PRINCIPAL shall fail or delay the prosecution and completion of said Work and said SURETY shall also fail to act promptly as hereinabove provided, then the OWNER shall cause ten (10) days notice of such failure to be given, both to said PRINCIPAL and SURETY, and at the expiration of said ten (10) days, if said PRINCIPAL or SURETY do not proceed promptly to execute said Contract, the OWNER shall have the authority to cause said Work to be done and when the same is completed and the cost thereof estimated, the said PRINCIPAL and SURETY shall and hereby agree to pay any excess in the cost of said Work above the agreed price to be paid under said Contract. FAA AIP # 3-19-0094-40 C-5 Waterloo Regional Airport AECOM Project #60180158 Rehabilitation Airfield Vault Upon completion of said Contract pursuant to its terms, if any funds remain due on said Contract, the same shall be paid to said PRINCIPAL and SURETY. The said PRINCIPAL and SURETY further agree as part of this obligation to pay all such damages of any kind to person or property that may result from a failure in any respect to perform and complete said Contract including, but not limited to, all repair and replacement costs necessary to rectify construction error, architectural and engineering costs and fees, alt (but not limited to) consultant fees, all testing and laboratory fees, and all legal fees and litigation costs incurred by the OWNER. The decision of the OWNER, upon any disputed question connected with the execution of said Contract, or any failure or decay in the prosecution of the Work by said PRINCIPAL or SURETY, shall be final and conclusive. The SURETY agrees that, other than as is provided in this bond, It may not demand of the OWNER the OWNER shall (a) perform any thing or act, (b) give any notice, (c) furnish any clerical assistance, (d) render any service, (3) furnish any papers or documents, or (f) take any other action of any nature or description which Is not required of the OWNER to be done under the contract documents. IN WITNESS WHEREOF, the SURETY and PRINCIPAL have executed this instrument under their several seals this 9th day of July , 2012, the name and corporate seal of each corporate party being hereto affixed and these presents duly signed by Its undersigned representative, pursuant to authority of its governing body. Witness By: Scott Poppets, Attorney—In—Fact NOTE: (a) Where the Performance Bond is executed by an attomey-intact, there shall be attached to each copy of the Bond a certified copy of Power of Attorney properly executed and dated. (b) Each copy of the Bond shall be countersigned by an authorized agent of the bonding company licensed to do business in the State of Iowa. The title of the person countersigning the Bond shall appear after his or her signature. (c) The seal of the bonding company shall be attached to each copy of the bond. PRINCIPAL: K & W Electric, Inc. By: SURETY: Un ed Fire & Casualty Company (d) The Contractor's signature on the bond shall correspond with the signature in the contract. (e) The bond shall be accompanied by a corporate resolution (which may be combined with the corporate resolution granting the signing officer authority to execute contracts) granting the corporate officer who executes the Bond the authority to do so. (f) Surety companies executing bonds must appear on the Treasury Department's most current list (Circular 570 as amended) and be authorized to transact business in the State of Iowa. FAA AIP # 3-19-0094-40 C-6 Waterloo Regional Airport AECOM Project #60180158 Rehabilitation Airfield Vault Bond #54-189727 PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS: That we K&W Electric, Inc . , as PRINCIPAL, also referred to as CONTRACTOR, and United Fire & Casualty Comp amp SURETY, are held and firmly bound unto Waterloo Regional Airport, 2790 Livingston Lane, Waterloo, Iowa 50703 as OWNER, in the full sum of Eight Hundred Sixty Five Thousand Nine Hundred Five and no/100 Dollars ($865,905.00), for the use and protection of said OWNER and all subcontractors and all persons supplying labor, materials, machinery and equipment for the performance of the work provided for in the contract hereinafter referred to, for the payment of which, well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, by these presents. WHEREAS, the abov bound Prjncipal has entered into a contract with the OWNER dated the 1 day of `7 , 2012, for the Rehabilitate Airfield Vault, FAA Protect No. 3-19-0094-40, including iHe demolition of the existing airfield lighting vault and electrical, providing new service the airfield maintenance building and snow removal and equipment storage, construction of new split face block airfield lighting vault with new constant current regulators, new airfield lighting control system with units in airfield lighting vault and air traffic control tower, fiber backbone for airfield lighting control communications, replacement of apron high mast lighting system and replacement of surface painted runway hold position signs with thermoplastic surface applied runway hold position signs and all other incidental work associated with this project. NOW, THEREFORE, the condition of this obligation is such that if the above -bound PRINCIPAL shall promptly make payment to all claimants as hereinafter defined, for all labor and materials supplied in the prosecution of the work provided for In said Contract, then this obligation shall be void: otherwise, it shall remain in full force and effect, subject, however, to the following conditions: 1. The said SURETY to this bond, for value received, hereby stipulates and agrees that no change or changes, extension of time or extensions of time, alteration of alterations or addition or additions to the terms of the contract or to the work to be performed thereunder, or the specifications or drawings accompanying same shall In any wise affect its obligation on this bond, and it does hereby waive notice of any such change or changes, extension of time or extensions of time, alteration or alterations or addition or additions to the terms of the contract or to the work or to the specifications or drawings. 2. A claimant is defined as any subcontractor and any person supplying labor, materials, machinery, or equipment in the prosecution of the work provided for in said contract. Signed and sealed this 9th day of July , 2012. IN E PRES N rE OF: 41, f tn_SS PRINCIPAL: K & W Electric, Inc. By: SURETY: United Fire & Casualty Company By: Scott Poppens, ttorney—In--Fact FAA AIP # 3-19-0094-40 AECOM Project #60180158 C-7 Waterloo Regional Airport Rehabilitation Airfield Vault NOTE: (a) Where the Payment Bond is executed by an attomey-In-fact, there shall be attached to each copy of the Bond a certified copy of Power of Attorney properly executed and dated. (b) Each copy of the Bond shall be countersigned by an authorized agent of the bonding company licensed to do business in the State of Iowa. The title of the person countersigning the Bond shall appear after his or her signature. (c) The seal of the bonding company shall be attached to each copy of the bond. (d) The Contractor's signature on the bond shall correspond with the signature in the contract. (e) The bond shall be accompanied by a corporate resolution (which may be combined with the corporate resolution granting the signing officer authority to execute contracts) granting the corporate officer who executes the Bond the authority to do so. (f) Surety companies executing bonds must appear on the Treasury Department's most current list (Circular 570 as amended) and be authorized to transact business in the State of Iowa. FAA AIP # 3-19-0094-40 C-8 Waterloo Regional Airport AECOM Project #60180158 Rehabilitation Airfield Vault UNITED FIRE &CASUALTY COMPANY HOME OFFICE - CEDAR RAPIDS, IOWA CERTIFIED COPY OF POWER OF ATTORNEY (Original on file at Home; Office of Company - See Certification) KNOW ALL MEN BY THESE PRESENTS, That the UNITED FIRE & CASUALTY COMPANY, a corporation duly organized and existing under the laws of the State of Iowa,; and having its principal office in Cedar Rapids, State of lowa, does make, constitute and appoint SCOTT POPPENS, OR MARY KAMMEYER, OR SUSAN MEYERHOFF, OR RICHARD ARENHQLZ OR MATTHEW ARENHOLZ, OR ROBERT C. NEMMERS, ALL INDIVIDUALLY of WATERLOO IA .. its true and lawful Attorneys) -in -Fact with power and authority hereby conferred to sign, seal and execute in its behalfall lawful bonds,undertakings and other obligatory instruments of similar nature as follows: Al 1 bonds not to exceed $6,000,000.00 and to bind UNITED FIRE & CASUALTY COMPANY thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of UNITED FIRE & CASUALTY COMPANY and all the acts of said Attorney, pursuant to the authority hereby given are hereby ratified and confirmed. The Authority hereby granted shall expire2lst''day of Apr11 , 2014 unless sooner revoked. This power of Attorney is made and executed pursuant to and by authority of the following By -Law dulyadopted by Board of Directors of the Company on April 18,'1973. "Article V - Surety Bonds and Undertakings" Section 2, Appointment of Attorney -in -Fact. "The President or any Vice President, or any other officer of the Company may, from time to time, appoint by written certificates attorneys -in -fact to act in behalf of the Company in the execution of policies of insurance, bonds, undertakings and other obligatory instruments of like nature. The signature of any officer authorized hereby,and the Corporate seal, may be affixed by facsimile to any power of attorney or special power of attorney or certification of either authorized hereby; such signature and seal, when so used, being adopted by the Company as the original signature of such officer and the original seal of the Company, to be valid and binding upon the Company with the same force and effect as though manually affixed. Such attorneys -in fact, subject to the limitations set forth in their respective certificates of authority shall have full power to bind the Company by their signature and execution of any such instruments and to attach the seal of the Company thereto. The President or any Vice President, the; Board of Directors or any other officer of the Company may at any time revoke all power and authority previously given to any attorney-in-fact. ouiku,,, IN WITNESS WHEREOF, the UNITED FIRE & CASUALTY COMPANY has caused these presents to be signed by r;. its vice president and its corporate seal to be hereto affixed this 21st day of April 2012 sb CORPORATE —•— s UNITED FIRE & CASUALTY COMPANY "-.... ssAl.�? ij,'u ice' ltga , State of Iowa, County of Linn, ss: By v On 21st day of'Apr11, 2012, before me personally came Dennis J. Richmann Vice President to me known, who being by me duly sworn, did depose and say; that he resides in Cedar Rapids, State of Iowa; that he is a Vice President of the UNITED FIRE CASUALTY COMPANY, the corporation described in and which executed the above instrument; that he knows the seal of said corporation; that the seal affixed to the said instrument is such corporate seal;. that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same' to be the act and deed of said corporation. Mary A. Jensen Iowa Notarial Seal Commission number 713273 My Commission Expires 10/28/13 Notary Public I, the undersigned officer of the UNITED FIRE & CASUALTY COMPANY, do hereby certify that l have compared the foregoing copy, of the Power of Attorney and affidavit, and the copy of the Section of the by-laws of said Company as set forth in said Power of Attorney, with the ORIGINALS ON FILE IN THE HOME OFFICE OF SAID COMPANY, and that the same are correct transcripts thereof, and of the whole of the said originals, and that the said Power of Attorney has not been revoked and is now in full force and effect. &`° ,'i" rIn testimonywhereof I have hereunto subscribed my ame and affixed the corporate seal of the said Company �� ex 1" this yth day of July 20 1nZ CORPORATE .. it SEAL K&WEL-1 OP ID: MJK A-'t�r�+ CERTIFICATE OF LIABILITY INSURANCE DATE(h1t/D1YYYY) 071117112 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER 319-233-8459 Elliott Hartman Agency 319-232-0645 PO Box 748Arc Waterloo, IA 50701 Scott L Poppens NSE CT Mary Katnmeyer PHONE PAx No swti:315-233-8459 re* 319.232-0645 LoRtes: maryk@eillotthartman.com INSURER(S) AFFORDING COVERAGE talc* INSURER A, Travelers Indemnity Co of Conn INSURER a: Travelers Property Casualty Co }25682 136161 125623 !INSURED K & W Electric, Inc.; Cedar River Contracting P. O. Box 967 Cedar Falls, IA 50613 mirror c: Phoenix Insurance Co. INSURER R: i INSURER E : i INSURER F. 1 THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED Oft MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. TYPE OF INSURANCEIN3R S1PJff POLICY NUMBER � `-,-P' A-- a • IMJYUDDtYYYYl, IMMtDDIWYYI EMITS GENERAL LU48R:tTY EACH OCCURRENCE $ 1,000,000' A I X GENERAL LIABILrrY I COMMERCIAL GENE DTCO-6553C199-T1A-12 07/15112 07/15/13 100,000 i�y� I I CLAIMS-MAOE ria OCCUR i PRaitses(Eaacurretoa) MED EXP $ 5,000 __ 1- (Any ale Person? PERSONAL & ADV INJURY 5 $ 1,000,000 -- GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER. --., � Fri j � PRODUCTS -COhIPtOPAGG i $ 2,000,000 POLICY 1 n i LOC 1 i$ 1 AUTOMOBILE LIABILITYi ` i (E COMBINED SINGLE LIMIT , $ 1,000,000 B i X ANY AUTO OWNED — SCHEDULED .DT8108553C199-TIL-12 07/15/12 07/15/13 : BODILY INJURY (Per parson) i 3 TiAL _ i AUTOS AUTOS NON-OWNEO i I BODILY INJURY (Per accident) I S HIRED AUTOS t—^ AUTOS i rp OPERTY DAMAGE $ iPeracc dent} i$ X I UMBRELLA LAB X OCCUR ! jI EACH OCCURRENCE 3 6,000,000 q i EXCESS Luxe cLAtivss- & n ; pTCUP6553C199-IND-12 07115112 07/15/13 1 I s 6,000,000 i DED -X RETENTION$ 10000 AGGREGATE g WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Yf N ; y WC STATU- s 10TH-; �a.IDRYLILtrTS r r ER C A�EROPRET RE9NTNERJ ECUTWE NIA? DTN-UB-6553C19-9-12 07/15/12 07115/13 jtE.L EACH ACCIDENT s 500,000 (Mandatory In NH) If yes, desullfe under . I 3 EL DISEASE - EA EMPLOYEE s 500,000 DESCRIPTION OF OPERATIONS below iii ; El_ DISEASE -POLICY LIMIT I $ 500,000 A A Installation Fltr Leased/Rented Item bTC0-6553C199-TlA-12 ; DTCO.65S3C199-TLA-12 07/15/12 07/15/12 07/15/13 !limit MAO 07/15/13 !Limit 54,e0a DESCRIPTION OF OPERATIONS t LOCATIONS 1 VEHICLES (Attach ACORD-101, Additional Remarks Schedule U more apace Is required) Project: Rehabilitate Airfield Vault, FAA Project No. 3-19-0094.40 The Waterloo Regional Airport, the City of Waterloo and AECOM are additional insureds when required by written contract. CANCELLATION Waterloo Regional Airport 2790 Livingston Lane Waterloo, IA 50703 ACORD 25 (2010/05) WATER -6 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE 1988-2010 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD 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) X The bidderlofferor is committed to a minimum of 7-5 % 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 fafth efforts (GFE). The undersigned hereby further assures that the information included herein is true and correct, and that the DBE finn(s) listed herein have agreed to perforin a commercially useful function in the work items noted for each firm. The undersigned further understands that no changes to this statement may be made without prior approval from the Civil Right Staff of the Federal Aviation Administration. Bidders/Offerors Firm Name Signature z �3J%! Da e 1 DBE UTILIZATION SUMMARY Contract Amount DBE Amount Contract Percentage DBE Prime Contractor $ x 1.00 = $ DBE Subcontractor $ I/ 8 y a x 1.00 = $ /4,3 'la - DBE Supplier$ so. C x 0.60 = $ W$1 00 DBE Manufacturer $ x 1.00 = $ Total Amount DBE DBE Goal $ $ 1. 40413 413 7,C % 7. 'a % 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 # 3-19-0094-40 P-14 Waterloo Regional Airport AECOM Project #6018015$ Rehabilitate Airfield Vault El ®07/31/2012 16:40 FAA 515 282 4620 n %411. ji, 1g11 j:511•'M K & W 1 1 1 1 1 r 1 1 Bidder/Offer Sonnies Barricades LETTER OF INTENT Disadvantage Business Enterprise (This page shall be suhmilted for each OBE firm) t7] ow. h. 4709 P. Narne: c lrtl �fl r C •�(A( Address: I/Z 7 <1A ejw 31. City: err"qy ,r 6 State; 4 Zip: DBE Firm: DBE Firm: 4niii�� rri c��c/t Address: City:_ pc"s rno is State: f. "44 Zip; DBE Contact Person: Narnetadle S Phone: WS) 7J2 ne7'7 DBE Certifying Agency: Classification: Expiration Date: Each DEF firm shall submit evideriwr (such Ss a photocopy) of theft certification status. ❑Prime Contractor 1'a Subcontractor ❑Joint Venture ❑Manufacturer Dsuppiler Work items) to be performed b DBE Description of Work Item Quantity Total __Thai'Cis� �tn, 7051-- , The bidder/offerer Is committed to utilizing the above-named DBE firm for the work described above. The estimated participation is as follows: DBE contract amount; $ _ 70_1'1 • Percent of total contract: 2 % AFFIRMATION: The above-named OBE firm affirms that It will perform the portion of the contract for the estimated dollar value as stated - • oYe. Owlet iir % (Title) Note: In the event the bidder/offeror does not receive award of the prime contract, any and ati representations to this Letter of Intent and AMnniation shell be null and void. FM AIP # 3-19-0094.40 AECOM Project #60180158 P 15 Waterloo Regional Airport Rehabilitate Alrtieid Vault 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 r Bidder/Offer DBE Firm: DBE Contact Person: DBE Certifying Agency: Classification: LETTER OF INTENT Disadvantage Business Enterprise (This page shall be submitted for each DBE firm) Name: %16QJ Clet-Mcj- Address: f 27 ,54-r City: ('&' a- PAU, State: 1 Zip: +Sr' /3 DBE Firm; .hebt-8%4144 f dt-i•Nteu f-to04 . r4 .. Address: 3340 ,SW draskside hr' u City: i_a •- vle y State: I4 Zip: .57) /1 Name: .77t40.. ReLy$e, Phone: ;.t) 9.r/+– 11.270 IDOT Expiration Date:___ Each DBE Firm shall submit evidence (such as a photocopy) of thefrcertificatlon status. ❑Prime Contractor ❑Subcontractor ❑Joint Venture ❑Manufacturer ❑Supplier Work Items) to be performed by DBE Description of Work Item Quantity Total 1.3 % oi.^n.rr ietar 'i eY Ra ' ( 4)%.13— y _ The bidder/offeror Is committed to utilizing the above-named DBE firm for the work described above. The estimated participation is as follows: ,� f3 DBE contract amount: $ les 853 Percent of total contract: o g 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: _(.1."-•••••••- (�tgnsture) Me) Note: In the event the bidderiofferor does not receive award of the prime contract, any and all representations In this Letter of Intent and Affirmation shall be null and void. FM AIP # 3-19.009440 P-15 Waterloo Regional Airport AECOM Project #60180158 Rehabilitate Airfield Vault RI 05/29/2012 11:24 3193520400 Hun Bidder/Ober DBE Firim: DBE Contact Person: TIEDT NURSERY LETTER OF INTENT Disadvantage Business Enterprise (This page shell be submitted for each DM Ran) DBE Certifying Agency: Classification: Hams: it) t~ La , PAGE 01/02 ADDENDUM NO.1 Address: State:, Zip: DOE Firm' .-r Address* o°t City: lt)Cr Pj P� t' Stater Zip' 5©G71 Name: Nica (Ak-vr‘ Phone: f319) 3 ca. -0 41 Expiration Gate;,_.._, Each DBE Arm shell submit evidence (such as a photocopy) of their certificafIon status. ®Prime Contractor 13/Subcontractor ElJaint Venture ❑Manufacturer I:Supplier Work item (s) to be performed b DBE Description of Work Item Quantity 2 56c3 Total 0.41 S'-' The bidder/offeror is committed to utilizing the above-named DBE firm for the work described above. The estimated participation is as follows: 00 DBE contract amount: $ .c 75 -- AFFIRMATION: 5 -- AFFIRMATION: The above-named DBE firm affirms that it wilt perform the portion of the contract for the estimated doflarvatue as stated above. ,Percent of total contract: r % By: ts1nstum) MON 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. FPA AIP # 3-1943094-40 AECOM Project #80180159 P-15 Waterloo Regional Airport Rehabilitate Airfield Vautt Bidder/Offer LETTER OF INTENT Disadvantage Business Enterprise (This page shall be submitted for each DBE firm) Name: k IN E kc tric. iinc. Address: 11 X% �•i+•.CGIk F5�-_ City: Cfcltav' 5.‘ I(S State: ?fh Zip: 6t3 DBI: Firm: DBE Firm: CC- I Rex Cjec it . �r}L. Sit I Address: 3500 CJ;fis1l,nit>i-\ City: 1.0L---.7 S State: ) "i ( Zip: 6 316 5 DBE Contact Person: Name: OA kr_ f -`�! `t•a<� r I Phone: (?I'/)5.35 3 C4 DBE Certifying Agency: Classification: Expiration Date:w Each DBE Firm shall submit evidence (such as a photocopy) of their certification status. OPrime Contractor ❑Subcontractor DJoint Venture JSuppller 0 Manufacturer Work item(s) to be performed by DBE Description of Work Item quantity Total Sufieiticsu {vii Su ply 4iyAi- rov/LI -- ,v0,;t .5tp,1 L,( i— F,'yft,-s 4 y 1 td-1;t"C._ The bidder/offeror is committed to utilizingthe above-named OBE firm for the work described above. The estimated participation Is as follows: tEtte DBE contract amount: $ I) MO AFFIRMATION: The above-named DBE firm affirms that it will perform the portion of the contract for the estimated dollar value as stated above. Percent of total contract: Sod; /a By: (;):4 ' (Signature) t//ce ?)(CCSrJ (rise) Note: In the event the bidder/offeror does not receive award of the prime contract, any and alt representations in this Letter of Intent and Affirmation shall be null and void. FAA Alt' # 3-19.0084-40 P-15 AECOM Project #60180158 Waterloo Regional Airport Rehabilitate Airfield Vault x.' A NON -COLLUSION AFFIDAVIT OF SUBCONTRACTOR (To Be Submitted After Bid But Prior to Award) State of Iowa ss County of Black Hawk ) David S. Peters (1) He is wn Officer , being first duty sworn, deposes and says that: Resre entativ: orA.ent Peters Construction Corporation the Bidder that has submitted the attached Bid: f (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 conneotion 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. (Sign Title President Subscribed and sworn to before me this 4th day of June , 2012 . Receptionist Title My Commission Expires October 25 , 20 13 . FM AIP # 3-19-0094-40 P-10 Waterloo Regional Airport AECOM Project #60180158 Rehabilitate Airfield Vault NON -COLLUSION AFFIDAVIT OF SUBCONTRACTOR (To Be Submitted After Bid But Prior to Award) State of -76 ) County of )s� f f ) �, ►mss J)11AL (1) We is , being first duly swam, deposes and says that (Owner,i}'artner, Officer, Representative, or Adentl of luX. $4fifit� . /mss Aid t 1*L/F9 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 Ns officers, partners, owners, agents, reproeentatIVes, employees or parties In interest, including this afllant, 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 refraln 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, tlrrn 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 Strider, 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 arsfair and proper and are not tainted by any collusion, conspiracy, connivance or unlawful agreement on the part of the Bidder or any of 1 agents, repro : ntaJes, owners, employees, or parties in Interest, including this Otani. (Signed) Tille Subscribed and sworn to before me this 1 ca7k day oft a n, z , 20t . Title V My Commission Expires 6(c,` 3 , 20 OA ` JOANN O fr Cc:nmfssion Plumber 22177yea.. My Cenzalssfon •'_ :, i:CE i11_- 9Y__ic, FAA AIP # 3-19-0094-40 P -1Q Waterloo Regional Airport AECOM Project #60180158 Rehabilitate Airfield Vault btON-COLLUSION AFFIDAVIT OF SUBCONTRACTOR (To Be Submitted After Bid But Prior to Award) State of )ss County of 4..li Js..' — ) ) Lc s 4 A 7 , being first duly sworn, deposes and says that (1) He is (Owner. Partner. Officer. Representative, or Adent) of ^r fA d CA, ,- c . , the Bidder that has submitted the attached Bid: (2) He is My 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 indirec0y, with any other Bidder, firm or person to submit a collusive or sham bki in connection with the Contract for which the attached bid has been submitted or 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 unlawfut 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 nottainted 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 swom to before me this .fay of SO&C 20 I _°i j 4. (Signed Title P4'' �_ s 412..„„ 4 My commission Expires ALI ay ,2007-1/3. FAA A1P # 3-19-008440 P-10 Waterloo Regional Airport AECOM Project #60180158 Rehabilitate Airfield Vault 0 Jun. 5. 2012 1 54A K & W • Lt. * ► FF DAVI OF SUBC (To Be Submitted After Bid But Prior to Award) State or;Z olid. ) County of sviiiple3 ) Smell ttii-dzs No.4590 P. 2 .¢— , beim first duly &Wom, deposes and says that; �(1) He Is r�/ �d'�'[ twner, Partner. Officer. Representative. or Aaen° of W j .6 s 4pylS# IA.,[3ttpfA. , the Bidder that has submitted the attached Btd: (2). He Is fully Informed respecting the preparation and contents of the attached bid and of e11 pertinent circumstances respecting such bid; (3) Such Wits genuine and Is not collusive or sham bid; (4) Neither the said Bidder nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, inciuding this affiant, has in arty way colluded, conspired, connived or agreed. direolly or tndirantly, with any other Bidder. Tlrm 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 commotion with such Contraot, or has in any manner, dtreohy or indirectly, sought by agreement or coltusion or communication or conference with any other Bidder, firm or person to tix the price or prices In the attached btd or of any other Strider, or, to fix any overhead. profitor 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 Contrail; and (5) The price or prices quoted in the attached bid are fait end proper anti are not tainted by any coltusion, cOnep,tacy, connivance or unlawful a rcernent on the pad of the Bidder or any of Its agents, representatives, owners, employees, or parties In interest Inducting this afflaht, Subscribed and sworn to before me (Sig Title P%S-r c:f+P11it. ', tris 'title My Commission Fxpires °Zc, 8' .2012. RECEIVEC JUM 0 1 2912 FAA AIP #3.19-0094.40 P•10 Waterloo Regional Airport Rehebiiitate Airfield Vautt AECOM Project #60180168 1501 6/05/2012 TUB 9:12 FAX 13192665926 Benton Sand & Gravel 0001/001 • Jun. 5. 2012 8:06AM K & @1 No. 4591 P. 2 4tt}bf- ,1Qu iS1rlAi nFFer AV T op Sit ooxi gczo (To Be Submitted atter Old But Priot to Award) State of Iowa County of Black Hawk ) James D.Snod9rass (1) Hate an officer _ • of 8enton's Sand & Gravel. Inc , the Bidder that has submitted the attached Old: (2)- He is fully Informed respecting the preparation and contents or the attached bld and of ell pertinent circumstances respecting such bid; (3) Such bid is genuine and In not dt coltueive or sham bid; (4) Neither the seid Ofddernorany of its officers, partners, owners, agents, represontatIVos, ornpioyees or parties in interest; Including this arrant, has in any way colluded, conspired, connlved or agreed, directly or indirectly, wilts any other Bidder, Rost of person to submit a collusive or shorn bid rn connection with than Contract for which the attached bid has been submitted or to refrain from bidding In eennection with such Contract, or has in uny manner, directly or Indirectly. trough(by agreement or collusion or communication or conference with any other Strider, firm or person to fix the price or prlces in the attached bid or of any other Bidder, or, to fix anyoverhead, profit or cost element of the bed ;Woe or the bid price of any other Bidder, or to. - secure through anycoftueton, conspiracy, connivance, or unlawful agreement any advantage a atnst the City of Waterloo, Iowa, or any person interested in the proposed Conlraci; and (5) The price or prices %rate t In the atteohed bld are fair end proper and are not tainted by any collusion, oonaplrany, 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. . being first dulysworn, deposes and nays that: Subsorlbed and sworn to before me thio 5 day of June (Signe s pis TIUo V I. -president ,20. 12 , My Commission t xplres.-_.....a14.n1bary 13 , 2013 FAA AIP # 3.18-0084-40 . AECOM Project 1100100180 P-10 Waterloo Regional Airport Rehabilitate Airfield Vault No 06/13/2012 13:30 FAX. Plumb Tech IJ0002/0002 NON -COLLUSION AFFIDAVIT OF SUBCONTRACTOR, (To Be Submitted After Bid But Prior to Award) State of Iowa )ss County of Black Hawk ) Brett Behrends , being first duly swam, deposes and says that: (1) He is (Owner. Partner (}' car epres tative>orAden° of Plumb Tech Inc. me 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, ar 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 partiesiin Interest, including this affiant. (Signed) Title Project Manager Subscribed and sworn to before me this 13th day of June ,2012 Tl� My Commission Expires /` .2O/-/00 SHERYLJOt-1NSON Commission #1.0,99: MY COMM, EXP, f FAAAIP # 3-18-0094-40 P-10 Waterloo Regional Airport AECOM Project #50180158 Rehabilitate Airfield Vault 07/31/2012 16:41 FAX 515 282 4620 Jul.31. 2012 3:57PM X & W N,;. 4709 P. 2 Bonnies Barricades t1002 r': tL. • NON-CALLU910N AFFIDAVIT OF S�IBCONTRA(,T(]R go 9e Submitted After BId But Prior to Award) State of Iowa County of PoXk ) Bonnie J. Ruggless , being first duly sworn. deposes end says that: (1)3 He Is (Owner, PuItner.Officer, Reere eetative_or/Went) of Bonnie's Barricades, Inc. the Bidder that has submitted the attached Sid: (2) He Is fully informed respecting the preparation and contents of the attached bld and of all pertinent dreumslances respecting ouch bid; (3) Such bid is genuine end Is not a collusive or sham bid: (4) Neither the sold Bidder nor any ails officers, partners, owners, agents, reprosentatiees, employees or parties in interest, Including thls 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 wilts the Contract for which the attached bid has been submitted or to refrain from btddlnp In oonneolion with such Contract, or has In arty manner, directly or tndireofiy, 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 coituelon, 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 bld are fair and proper and are not tainted by any ooiluslon, conspiracy. connivance or unlawful agreement on the part of the o r any of its a . ends, representatives, owners, ernployees, or parties In Interest, including this affiant. Subscribed and sworn to before me inia 31st day of July , 2012 My Commission Pxpfret , 20 j . IoM H � DOE MY Number 735652 FAA AJP # 3-19.009440 AECOM Project #001130168 P-10 Waterloo Regional Airport Rehabilitate Airfistd Vault NON -COLLUSION AFFIDAVIT OF SUBCONTRACTOR, (To Be Submitted After Bid But Prior to Award) State of 4--o (.4-44 ) ,ass County of jK) Imo -thy , being first duly swom, deposes and says that: (1) Weis �wne;s\Partner, Officer. Representative, or Agent) of �tf f MQ. pi( [ l'n , z4 -r/ !'b U?i et, , 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, representath les, 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 t , 20 / 2— Title Title My Commission Expires / 0 , 20 [t/. Ie SHEILA M. OOe ± SAH `l+ Commission Number 1E4071 My Commission Expires FAA AIP # 3-19-0094-40 P-10 Waterloo Regional Airport AECOM Project #60180158 Rehabilitate Airfield Vault 00/01/201207:19 r 3193520400 TIEDT NURSERY PAGE 01/01 NON-coSli AFFIDAVIT QF SUBCOi4TRACTOR l.l.0 (To Be Submitted After Bid But Prior to Award) State of J -U IN A ss County of �r 1t t ) JAu.,.A e -�; bGIr being first duty sworn, deposes and says that: (1) He is 0 Bier Pa _& Oi R rase �.s ve or Of "TiEi t tA) r sr ,. LTD . , the Bidder that has submitted the attached Bid: (2) He is fully informed respecting the preparation and contents of the attached bld 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 offioers, partners, owners, agents, representatises, employees or pertles 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 conneotlon 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 Ridder, 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 (6) The price or prices quoted in the attached bld are falrand proper and are not tainted by an Iuslon, conspiracy. connivance or unlawful agreement on the part of the Bidder or a of its agents, repr ae a tives, owners, employees, or parties in interest, including this affiant. / (Signed) Title /015 CTet4"1' Subscribed and sworn to before me this / U -.-day of -7(4,1..)._, 20 / . NaTZ-C—D? Title My Commission Expires 1 a ,20 . FAA AI P # 3.19-0094-40 AECOM Project #60180158 01NIaa C. D I_Y CoMMISSi0N No. 767420 CoM� ��pN�F�iPiR85 P-10 Waterloo Regional Airport Rehabilitate Alrlletd Vault