Loading...
HomeMy WebLinkAboutAECOM - Reconst Taxiway C-7/17/2017CONTRACT FOR IMPROVEMENTS TO THE WATERLOO REGIONAL AIRPORT CONSISTING OF RECONSTRUCT TAXIWAY C - NORTH OF RUNWAY 12/30 RECONSTRUCT TAXIWAY C - SOUTH OF RUNWAY 12/30 BID PACKAGE #1 AT THE WATERLOO REGIONAL AIRPORT WATERLOO, IOWA FAA AIP PROJECT NO. 3-19-0094-045 l THIS AGREEMENT, made and entered into this �� day of, 2017, by and between the Waterloo Regional Airport for the City of Waterloo, Black Hawk County, Iowa, hereinafter referred to as the "Owner" and Croell, Inc., a corporation organized and existing under the laws of the State of Iowa of 2010 Kenwood Avenue, New Hampton, in the State of Iowa, hereinafter referred to as the "Contractor." WITNESSETH: That the Contractor for and in consideration of Two Million One Hundred Twenty -Eight Thousand Eight Hundred Thirty -Three and 19/100 Dollars ($2,128,833.19), 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 on the Plans, the various items of work awarded said Contractor on the day of , 2017, as follows, being numbered One (1) through Forty -One (41) Inclusive as shown in schedule of prices bid in the attached Proposal (Attachment #1) 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 May 17, 2017. 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. 3-19-0094-45 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 furnished in connection with this Contract becomes unacceptable to the Owner, or if any such surety shall fail to furnish 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 #3-19-0094-045 C-1 Waterloo Regional Airport AECOM Project # 60537973-BP1 Reconstruct Taxiway C - N&S of Runway 12/30 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 one hundred fifty (150) calendar days and that the time of commencing and completion of said work is the essence of this Contract. Work within the Runway 12/30 closure area shall be completed according to the terms of the entire contract within thirty (30) calendar days. 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 Toss 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 for the overall contract. Accordingly, in place of requiring such proof, the Contractor expressly agrees to pay the Owner as liquidated damages the non -penal sum of $1 000.00 per day for each calendar day required in excess of the authorized Contract Time for the closure of Runway 12/30. 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 Government 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 FAA AIP #3-19-0094-045 C-2 Waterloo Regional Airport AECOM Project # 60537973 -BPI Reconstruct Taxiway C - N&S of Runway 12/30 not permit its employees to perform their services 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 #3-19-0094-045 C-3 Waterloo Regional Airport AECOM Project # 60537973-BPl Reconstruct Taxiway C - N&S of Runway 12/30 IN WITNESS WHEREOF, the parties h reto have s ttheirhands for the purpose herein expressed to this and three other instruments of like tenor, as of the 11 day of "l, 2017. CON By CITY OF WATERLOO CTOR Mayor By Firm Name Signature /leokaa�i've,.,Uew61a Title r^ Business Address FAA AIP #3-19-0094-045 C-4 Waterloo Regional Airport AECOM Project # 60537973 -BP 1 Reconstruct Taxiway C - N&S of Runway 12/30 PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS: That we, Croell, Inc., 2010 Kenwood Avenue, New Hampton, Iowa 50659, as PRINCIPAL, also referred to as CONTRACTOR, and , as SURETY, are held and firmly bound unto Waterloo Regional Airport, 2790 Livingston Lane, Waterloo, Iowa 50703 as OWNER, in the full sum of Two Million One Hundred Twenty -Eight Thousand Eight Hundred Thirty - Three and 19/100 Dollars ($2,128,833.19) 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 above -bound Principal has entered into a contract with the OWNER dated the day of_ 2017, to Reconstruct Taxiway C - North of Runway 12/30 and Reconstruct Taxiway C - South of Runway 12/03, Bid Package #1, including the removal of Taxiway C -I, 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. 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 for a period of time beyond completion of said contract, and such alternations or additions as may be made therein or in the plans and specifications, 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 perforin any and all 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 of the 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 perforin 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. 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. FAA AIP #3-19-0094-045 C-5 Waterloo Regional Airport AECOM Project # 60537973 -BPI Reconstruct Taxiway C - N&S of Runway 12/30 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, all (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 delay 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 day of , 2017, 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. In the Presence of: PRINCIPAL: Witness By: SURETY: Witness By: NOTE: (a) Where the Performance Bond is executed by an attorney-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. (0 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 #3-19-0094-045 C-6 Waterloo Regional Airport AECOM Project # 60537973 -BP 1 Reconstruct Taxiway C - N&S of Runway 12/30 PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS: That we, Croell, Inc., 2010 Kenwood Avenue, New Hampton, Iowa 50659, as PRINCIPAL, also referred to as CONTRACTOR, and , as SURETY, are held and firmly bound unto Waterloo Regional Airport, 2790 Livingston Lane, Waterloo, Iowa 50703 as OWNER, in the full sum of Two Million One Hundred Twenty -Eight Thousand Eight Hundred Thirty -Three and 19/100 Dollars ($2,128,833.19), 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 above -bound Principal has entered into a contract with the OWNER dated the day of , 2017, to Reconstruct Taxiway C - North of Runway 12/30 and Reconstruct Taxiway C - South of Runway 12/30, 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. 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 fill 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 tenns 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 IN THE PRESENCE OF: day of ,2017. PRINCIPAL: Witness By: SURETY: Witness By: NOTE: (a) Where the Payment Bond is executed by an attorney-in-fact, there shall be attached to each copy of the Bond a certified copy of Power of Attorney properly executed and dated. FAA AIP #3-19-0094-015 C-7 Waterloo Regional Airport AECOM Project # 60537973 -BPI Reconstruct Taxiway C - N&S of Runway 12/30 (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) (f) 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. 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 #3-19-0094-045 C-8 Waterloo Regional Airport AECOM Project # 60537973 -BPI Reconstruct Taxiway C - N&S of Runway 12/30 ATTACHMENT NO. 1 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 i, /17 hereby proposes to do the work called for in said Contract and Specifications and shown on said Plans and Addendum Nos. and to furnish all materials, tools, labor and all appliances and appurtenances necessary for the said work at the following rates and prices: 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 L5 1 $1p�'7-00 GO $G 7/ S (—r)e 2 GP 50-06 CONSTRUCTION SURVEY L5 1 $ JJ 7), W $ 86-46-4 1, 00 3 PLANS CONSTRUCTION BARRICADES 15 1 $ ./5©UO, 69 $ 4'Coo. 00 4 P-101-5.1 PAVEMENT REMOVAL SY 19,855 $ Ll/e,y0 $ 1907. j© 5 P-152-4.1 UNCLASSIFIED EXCAVATION CY 7,900 $ ,, a $- $ 6/q17f, 'o 6 P-154-5.1 SUBBASE COURSE CY 3,200 $ fp, co $ as-ee, oca. FAA AIP #3-19-0094-045 AECOM Project #60537973 -BPI P-1 Waterloo Regional Airport Reconstruct Taxiway C ITEM NO. SPEC. NO. DESCRIPTION UNIT ESTIMATED QUANTITY UNIT BIO PRICE TOTAL BID PRICE 7 P -156-51e INSTALLATION AND REMOVAL OF SILT FENCE LF 5,500 $ a. (SC $ 4/46795,00 8 P -156-5.1f INSTALLATION AND REMOVAL OF INLET PROTECTION EA 6 $ �l�(u'� i� r� $ J f�d70 00 / 9 P -156-5.1g RIP RAP CHECK DAM EA 2 $ ;;s' ® G'0 $ 5-OI.V, rsf3 10 P-208-5.1 AGGREGATE BASE COURSE CY 2,900 $ 37,00 $ 699Z , 00 11 P-501-8.1 8.0 -INCH PORTLAND CEMENT CONCRETE PAVEMENT SY 17,755 app� $ LJJ+� p $ d4J r°r° 4f 12 P-620-5.1-1 RUNWAY AND TAXIWAY MARKING SF 8,800 $ /, 92?i $ o gig. 7o 13 P-620-5.1-2 REFLECTIVE MEDIA (TYPE I, GRADATION A) LB 250 $ , co $ 06-, 14 P-620-5.1-4 TEMPORARY RUNWAY AND TAXIWAY MARKING SF 8,800 $ A 00 $ not:), , 15 D -701-5.1a 18 -INCH REINFORCED CONCRETE PIPE (RCP) LF 273 $ ea, op $ / a✓'3 00 16 D -701-5.1c 18 -INCH FLARED END SECTION WITH PIPE GUARD EA 1 $ , as -19, 00 $ gip A2S0, 00 17 D-705-5.1 6 - INCH PERFORATED SUBDRAIN (SDR 35) COMPLETE INCLUDING POROUS BACKFILL AND FILTER FABRIC LFT 5,321 $ L 9e S® $ `w'j y?/ 2, 50 %p 18 D-705-5.2 6 - INCH NON -PERFORATED SUBDRAIN (SDR 35) LFT 1,346 $ /(2, 6"0 $ /bO d".q C. 0,0 19 D-705-5.3 SUBDRAIN CLEANOUT EA 23 $ AZ -0 # PO $ am -0,00 20 0-751-5.2 CATCH BASIN EA 1 $ /0/909. a) $ /0,6r0. 00 21 T-901-5.1 SEEDING AC 8.2 $ f,yO,''° B $ /74130, 00 22 T-905-5.1 TOPSOILING (OBTAINED ON SITE OR REMOVED FROM STOCKPILE) CY 3,500 $ 9 00 $ /OTC 23 T-908-5.1 MULCHING SY 8.2 $,3 , $ j' $'7®d. ea 24 L-108-5.1 NO. 8 AWG, SKV, L-824, TYPE C CABLE, INSTALLED IN TRENCH DUCT BANK OR CONDUIT LF 8,900 $ '°" o ✓✓ 7/ $ /-�� CP' 25 L-108-5,2NO. 6 AWG, SKV, L-824, TYPE C CABLE, INSTALLED IN TRENCH, DUCT BANK OR CONDUIT LF 1,250 $ /' +/ / $ /O�° w 26 L-108-5.3INSTALLED NO. 6 AWG BARE COPPER COUNTERPOISE WIRE, IN TRENCH, ABOVE THE DUCT BANK OR CONDUIT, INCLUDING GROUND RODS AND GROUND CONNECTORS LF 7,000 $ 915/ es $ /8 t` Q, Oo 27 L-110-5.1 CONCRETE ENCASED ELECTRICAL DUCT BACK, 2- WAY, 4 -INCH SCHEDULE 40 PVC LF 260 $ , 6', ' fw� $ 640 , T*" 28 L-110-5.2 NON-ENCASED ELECTRICAL CONDUIT, 2 -INCH SCHEDULE 40 PVC LF 7,000 $ a,'% ,.C% $ 41 ' tnv.`3 / 29 L-115-5.4 ELECTRICAL HANDHOLE, L-868 EA 4 $ WA 0,- $ , o1„� q5. Og 30 L-115-5.4 ELECTRICAL HANDHOLE, 2'0" BY 2'0" EA 6 $ 3/ r0 32 q $ /G /) e9,2 , 31 L-125-5.1 1-861T(LED)TAXIWAY EDGE LIGHT- LED EA 60 $ 405'. 94. $ 36352 so 32 L-125-5.2 1-861 RUNWAY EDGE LIGHT -QUARTZ EA 2 g $ &4'5 r.q $ �%49 ?9/. 33 1-125-5.3 AIRFIELD GUIDANCE SIGN, SIZE 1, LEO, 1 (ONE) MODULE EA 1 $ �y ""d / $ f (��" • >' 34 L-125-5.3 AIRFIELD GUIDANCE SIGN, SIZE 1, LEO, Z (TWO) MODULE EA 1 $ ' �%4G"`�s fG, ryrryy $ 09 4// V 2/ 35 L-125-5.3 AIRFIELD GUIDANCE SIGN, SIZE 1, LED, 4 (FOUR) MODULE EA 2 p $ 371 1, 1y $ 2 ?3. 69 36 L-125-5.3AIRFIELD GUIDANCE SIGN, SIZE 3, LED, 3 (THREE) MODULE EA 1 $ 624)7441, $ po °9V, P --- 37 L-125-5.4 L-804 (LED) RUNWAY GUARD LIGHT EA 2 $ d4/ C9, 413 $ ,/2, 34 38 L-125-5.5 REMOVE DUCT BANK LF 225 $ /3,93 $ ,2999, FAA AIP #3-19-0094-045 AECOM Project #60537973 -BPI 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 $ /5;4 p// p $ /574-9q, s: 40 L-125-5.7 REMOVE ELECTRICAL HANDHOLE EA 12 $ y7c OW $ 5-7O0p el° 41 L-125-5.8 REMOVE AIRFIELD GUIDANCE SIGN EA 9 $ a5i 55 $ 4'3aV, 97 TOTAL BID $AQ33pM 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 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. 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 Al? #3-19-0094-045 P-3 Waterloo Regional Airport AECOM Project #60537973 -BP 1 Reconstruct Taxiway C 10. The undersigned further agrees that if awarded the Contract, he will continence 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. firms published by the Office of the United States trade Representative (USTR); b. has not knowingly entered into any contract or subcontract for this project with a contractor that is a citizen or national of a foreign country on said list, or is owned or controlled directly or indirectly by one or more citizens or nationals of a foreign country on said list; c. has not procured any product nor subcontracted for the supply of any product for use on the project that is produced in a foreign country on said list. Unless the restrictions of this clause are waived by the Secretary of Transportation in accordance with 49 CFR 30.17, no contract shall be awarded to a contractor or subcontractor who is unable to certify to the above. If the contractor knowingly procures or subcontracts for the supply of any product or service of a foreign country on the said list for use on the project, the Federal Aviation Administration may direct, through the sponsor, cancellation of the contract at no cost to the Government. FAA AIP #3-19-0094-045 P-4 Waterloo Regional Airport AECOM Project #60537973 -BPI 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 learns that its certification or that of a subcontractor was erroneous when submitted or has become erroneous by reason of changed circumstances. The subcontractor agrees to provide immediate written notice to the contractor, if at any time it 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 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. 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)(1). 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 -BPI 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; (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. (7) 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 gad gene" 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 -BPI Reconstruct Taxiway C 25. The Bidder shall indicate whether the bid is submitted by a/an: O Individual, Sole Proprietorship ❑ Partnership ❑ Corporation ❑ Joint -venture: all parties must join -in and execute all documents O Other Respectfully submitted, f Bid By nature Title 2 toes/, eon, kca4woo .14ve, Address Need Mtsl/r tet , ,A Joel, (Include Zip Code) beu 2941 6777 Telephone No. FAA AIP #3-19-0094-045 P-8 Waterloo Regional Airport AECOM Project #60537973 -BPI 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 -BPI Reconstruct Taxiway C NON -COLLUSION AFFIDAVIT OF PRIME BIDDER State of / ) )ss County of�' /) /7777? ..., �,,1M , being first duly sworn, deposes and says that: (1) He is (Owner, Partner, Officer, Representativea Agent) of / roc. /re -///.__l- r' C . ,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 arc 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 69;141 day of , 2017. 14CIL/L LQ A/ Athrn a Title My Commission Expires , 20 it yyy���lt LINDSAY IVES ,?t'A%commkelon Number 764396 "'ilow• MyCgm l s VutrFirs G=",G (Signed) (2 Title FAA AIP #3-19-0094-045 P-10 Waterloo Regional Airport AECOM Project #60537973 -BPI Reconstruct Taxiway C NONCOLLUSION AFFIDAVIT OF SUBCONTRACTOR (To Be Submitted After Bid But Prior to Award) State of Iowa County of Linn )ss Nathan P. Kass, PE, PLS , being first duly sworn,deposes and says that: (1) He is (Owner, Partner, Officer, Representative, or Agent) of Fehr Graham Engineering & Environmental , the Bidder that has submitted the attached Bid: (2) He is fully infonned 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 J_ this /SA day of ✓4 L.7 y ll , 2017. Title My Commission Expires - — / ! , 201E (Signed) l/alf-v/ '`r~ Title Branch Manager , REBECCA A. HARRIS yICommission No. 190699. My Comm. Expires June 17, 20 r`B n FAA AIP #3-19-0094-045 P-1 I Waterloo Regional Airport AECOM Project #60537973 -BPI Reconstruct Taxiway C NIMCOLLUSION AFFIDAVIT 0FSUBCON'P.QACTOR (To Be Submitted After Bid But Prior io Award) State, of County air .611,1/() )ss 1 / (t) He isa//)/J,o(i (Owner, Pothtgl,_Officer Reoresettativo or Agent) of /t'. Ciao 1�a.i / 4t; e? , , the Bidder that has submitted the attached Bid: boingf rstdttlysworn, deposes and says that __,421{1.411, (2) Ile is fully informed respectingthe preparation and contents of the attached bid and of all pertinentcircumstances respecting such bid; (3) Such bid is genuine and is net 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 nutter, directly or indirectly, sought by agreement or collusion or communication or conference with any other 13 idder, 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 hid price oz tho 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 aro 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. f 7t (Signed) _ ✓,' Title President Subscribed and sworn to before me this // day of 44/ 2017. „�` ,207 My CommissionBxphes , � , 201.17•, Rift 4.31Ata, CONNIE JANE VONSPEEGLE t CommisslonNumber778475 My Commission Expires tOWP May26,2019 FAA AIP N3-19'0094045 ABCOM Project ft6053797349P1 P-11 Waterloo Regional Almport __.Reconstruct Taxiway C. _. ,NON•COLLUSION AFFIDAVIT Q1 SUBCONTRACTOR (To Be Submitted After Bid But Prior to Award) State of lowa County of Winneshiek Greg McGohan )ss (I) Be is Voltmer, Inc. , being first duly sworn, deposes and says that: (Owner, Partner, Offce , it. Presentativeritr Agent) of , the Bidder that has submitted the attached Bid; (2) Ile isfully informed respecting the preparation and contents of the attached bid and ofall pertinentcirrcumstances respecting such bid; (3) Such bid is genuine and is not a collusive or sham hid; (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 conununication 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 aro not + inted by any collusion, conspiracy, connivance or unlawful agreement on the part of the Bidderor any of its agents, re esentatives, ow)ters, employees, or parties In interest, including this affiant. • Subscribed and sworn to before me rhl this 1/ day of 3(.4)y UIfX nQ, /1 �•�E''r'hiln Title / My Commission expires 2 / 1 7 /7tz af317; 2017, (Signed) Title Business Manager 4 DUANE A HERMAN Commission Number 782711 ' My Commission Expires February 17, 20 j2-0 FAA AIP 113-19-0094.045 P -1I Waterloo Regional Airport ABCOM Project 1160537973 -BPI Reconstruct Taxiway C NONCOLLUSION AFFIDAVIT OF SUBCONTRACTOR fro Bo Submitted After Bid But Prior to Award) Slate of _Loi -^'a ) t )ss County of Rrea'+ad/ / ( ) C_o'j--a'5, ^.r (1) He is _. (OwnertPa 7tsa^'- , being Hirst duly sworn, deposes and says that: ative or Agent) of the Bidder that has submitted the attached Bid: (2) He is fully informed respecting the preparation and contorts of t(te attached bid and of att portincuteirenmstances rexpec1in such bid; (3) Such bid is genuine and is not n cohesive or sham hid; (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, Rant or person to submit a collusive or sham bid in connection with the Contract for which the attached bid bas been submitted or to refrain from bidding in connection with such Contract, or bas in any manner, directly or indirectly, sought by agreement ur collusion or conununication 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 itt the attached bid are fair and proper and are not taintedby any collusion, conspiracy, connivance or unlawful agreement on the part or the Bidder or any of its agents, representatives, owners, employees, or parties in interest, including this affiaiu. Subscribed /1and sworn to before mei, th s /_day of /( ice' 017, Titl- My Commission Expires , 2017, AUSA GARNER Notarial hal • Iowa Commission 0 774919 My Commission Expires (Signed) „be/Yee Tido P__ a* ra✓,r.+.cr—, PAA Air #3-19.0094-045 P-11 Waterloo Regional Airport AECOM Project 060537973-DP1 Roonstmot Taxiway C NION•COLLUSION AFFIDAVIT Or SUBCONTRACTOR (To Be Submitted After Bid But Prior to Award) State of Iowa ) )ss County of Grundy ) Chris D. Fleshnerbeingfirst duly gworn deposes and says thau (I) He is (owner, Punter, Officer, Representative, or Agent) of Peterson Contractors, Inc. ,theBidderthat has submitledthe attached Bid: (2) He is fully informed respecting the preparation and contents of the attached bid and of all pertinent chrumstances 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 bas 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, reprti9sentatives, owners, employees, or parties in interest, including this affiant. • (Signed) Title Project Project Manager / Estimator Subscribed and sworn to JUbefore me this (t day of VAIy ,2017. (4)U.�a P.W41- . -wens-LA Ge-i;- My 4 r My Commission Expires 41Gtf11dtX U y , 2011, 1 JENNIFER R WISSLER Commission Number 761292 • My Commlanlon Expires January 4, 2019 FAA AB' 03-19.0094-005 P-11 Waterloo Regional Airport AECOM Project 1160537973 -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 Airport consisting of Reconstruct Taxiway C Bid Package #1 /4 ,(tv/ COMPANY EXECUTIVE OFFICER 44c/Lgte ad: AFFIRMATIVE ACTION OFFICER ADDRESS OF THE AFFIRMATIVE ACTION OFFICER U/O //G yr wrla1 4c . PHONE NUMBER Z f1-02% -1/477 FAA AIP #3-19-0094-045 P-12 Waterloo Regional Airport AECOM Project #60537973-BP1 Reconstruct Taxiway C NONCOLLUSION 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. Subscribed and sworn to before me this day of 2017. Title My Commission Expires , 2017. (Signed) Title FAA AIP #3-19-0094-045 P-11 Waterloo Regional Airport AECOM Project #60537973-BP1 Reconstruct Taxiway C Name of Bidder Business Address SYNOPSIS OF EXPERIENCE RECORD (This synopsis must accompany Proposal Form.) 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 2 g /-a 3 li12tr 4 e, (yy� ��Cl/4 5 Name of Proiect /m,JsfGUi 't OA* oteid ,Pdhab&i Number of Contract Days Allowed for Above Projects 1 /4a 2 -wed 4 (3o 5 & 1/Ste Location of Project Amount of Contract ‘;K, .4()O, 6200 /7 ate, c)O ave /, s- o, c»o /d, DUG; Oa() Actual Number of Days to Complete above Project 2 7 /30 071 (Signed) (By) (TITLE) 7407 Date Name of Company FAA AIP #3-19-0094-045 AECOM Project #60537973 -BPI P44 Waterloo Regional Airport 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 IA Names and Addresses of Partners 1. 2. 3. 4. 5. C. (IF ITEM 3 IS CHECKED, COMPLETE THE FOLLOWING) State of Incorporation _CO bf,.- Names and Addresses of Officers: President Secretary Treasurer arae/ %e Ori// FAA AIP #3-19-0094-045 P-13 Waterloo Regional Airport AECOM Project #60537973 -BPI 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) The bidder/offeror is committed to a minimum of contract. % DBE utilization on this ❑ The bidder/offeror, while unable to meet the DBE goal of %, hereby commits to a minimum of % DBE utilization on this contract and also submits documentation, as an attachment demonstrating good faith efforts (GFE). The undersigned hereby further assures that the information included herein is true and correct, and that the DBE firm(s) listed herein have agreed to perform a commercially useful function in the work items noted for each firm. The undersigned further understands that no changes to this statement may be made without prior approval from the Civil Right Staff of the Federal Aviation Administration. DBE UTILIZATION SUMMARY Contract Amount Percentage DBE Amount Contract DBE Prime Contractor $ x 1.00 = $ % DBE Subcontractor $ /S(Q pt/s. Ci7x 1.00 = $ /5-4,, 2'/3 '/7 7. 33 % DBE Supplier $ x 0.60 = $ % DBE Manufacturer $ x 1.00 = $ % Total Amount DBE $ /SCPav'g, % •37 % DBE Goal $ IS7P0`F3• v7 7. 53 % 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-BP1 P-15 Waterloo Regional Airport Reconstruct Taxiway C 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: 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. El Prime Contractor ID Subcontractor ❑Joint Venture ID Manufacturer El 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 -BPI Reconstruct Taxiway C BUY AMERICAN CERTIFICATION FORM FOR MANUFACTURED PRODUCTS (Non -building projects such as oilfield/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". he 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 -BPI 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 eve/% , vG Company Name / Title FAA AIP #3-19-0094-045 P-18 Waterloo Regional Airport AECOM Project #60537973 -BPI 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(6)(1) Waiver: The bidder may not request a waiver based upon the best interests of the public. The FAA Office of Airports publishes such waivers at: http://www. faa.gov/airports/aip/procurement/federal_contract_provisions/media/buy_american_waiver.xls Section 50101(6)(2) Waiver: The bidder may not request a waiver based upon insufficient supply of U.S. manufactured. The FAA Office of Airports publishes such waivers at: http://www. faa.gov/airports/aip/procurement/federal_contract_provisions/media/buy_american_waiver.xls Section 50101(b)(3) Waiver: The bidder may request a waiver if 60% or more of the components are produced in the United States and final assembly occurs in the U.S. Bidder is hereby advised that the Owner's approval with the bidder's waiver request is contingent upon FAA approval. I. "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_contraet_provisions/media/buy_amedcan_waiver.xls 2. The bidder must base the U.S. percentage upon the value that results from completing a component cost calculation table similar to the attached format. Bidder shall avoid mere pro forma efforts to establish the waiver request percentage. The Bidder must submit the component cost calculation table as an attachment to the waiver request. 3. Components/subcomponents are the material and products composing the "equipment". 4. The final assembly of the AIP-funded "equipment" must be within the USA (Section 50101(b)(3)(B)). Final assembly is the substantial transformation of the components and subcomponents into the end product. 5. All steel used in the "Equipment" must be produced in the United States. 6. The Buy American requirements apply to all tier contractors and subcontractors. All contractors/subcontractors are required to provide appropriate documentation that indicates origin of manufacturer and percentage of domestic made product. 7. The bidder is hereby advised there is no implied or expressed guarantee that a requested waiver will be issued by the Federal Aviation Administration (FAA). Less than 60% USA component/subcomponent proposed for this facility CANNOT he waived. Products made with foreign steel are not eligible for a waiver. S. North America Free Trade Act (NAFTA): Free Trade Agreements such as NAFTA do not apply to the AIP. Products and material made in Canada or Mexico must be considered as foreign made products. 9. Preparation of a Component Cost Calculation Table is not necessary for equipment listed on the FAA national listing: http://www.faa.gov/airpons/aip/procurement/federal_contract_provisions/media/buy_american_waiver.xls. Bidder however shall submit a listing of any equipment it proposes to install on the project that is included on the National Buy American conformance list. Instructions for Section 50101(6)(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 -BPI P-19 Waterloo Regional Airport Reconstruct Taxiway C of the O R Cost of USA Manufactured Components/Subcomponents Cost of Foreign Manufactured Components/Subcomponents O c.P 7 U Name of Manufacturer a v O E u 7 0 E a Certification Si 0 I hereby certify the above information is accurate and complete. Bidder's Firm Name d C on 0 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 Cos: Calculation Table is not necessary for equipment listed on the FAA national listing: hs_//ssriaa, nv/<uitpons/aip rncuoetneni/Icr(e?al conn a ttJrrnvierons/u¢dia/buy american WeliVer. CLS • Bidder shall submit a listing of equipment it proposes to install an the project that is included on the current National Buy American conformance list. Equipment Type Name of Manufacturer Product Number Cer ification 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: hap //www.faa.gov/v °as/nip/procurement/federal contract i rosisions/media/buvanscricao s .i ver..xls I hereby certify the above information is accurate and complete. ///' Bidder's Firasid emoi::' La Signa u e Da e FAA AIP #3-19-0094-045 P-21 Waterloo Regional Airport AECOM Project # 60537973 -BPI Reconstruct Taxiway C Intentionally Left Blank FAA AIP #3-19-0094-045 P-22 Waterloo Regional Airport AECOM Project # 60537973-BP1 Reconstruct Taxiway C PROPOSAL ATTACHMENT: Ridder/Offer DBE Firm: DBE Contact Person: DBE Certifying Agency: Classification: PART F — ADDITIONAL REQUIREMENTS ITEM 3—DBE FORMS LETTER OF LNTENT Disadvantage Business Enterprise (This page shall be submitted for each DBEfirrz) Name: Cove // /kec, Address: 20/° Kt 4-7 Iil evci AA?, Ci cy: Akct' fig tat ?‘/Par i State: DBE Firm: Advanced Traffic Control, Inc. Zip: 50619 Address: PO Box 8958 City: Cedar Rapids Name: Vaucin Miller State: Iowa Zip: 52408 Phone: 0191396-5269 Iowa Department of Transportation Expiration Date: 12/31/17 (renewal) Each DBE Firm shall submit evidence (such as a photocopy) of their certification .rtalus. ❑ prime Contractor 0 vIanufacturer 0 Subcontractor ❑Supplier John Venture Work itent(s) to be performed by DBE Description of Work Item Quantity Total 1 Mobilization LS $15,000.00 3 Construction Barricades LS $45,000.00 12 Runway and Taxiway Marking SF $16,544.00 13 Reflec ivy' e—Media LB $125.00 14 Temporary Markings SF $8,800.00 The bidder/offeror is committed to utilizing the above-named DBE firm for the work described above. The estima ed participation is as follows:/s/�/, DBE contract amount,$ c.11 "v lr/!> �U Percent of total contract: AFFIRMATION; The above -mated DBE firm affirms that it will perform the portion of the contract tar the estimated dollar value as stated above. By: r (Signature) r r Note: In the event the bidder/offeror does not receive award of the prince contract, any and all representations in this Letter of Intent and Affirmation shall be null and void. DBE to �C-:ettif ed02 Certificate No. H13g3: •Hasmet the requiternents under tltc rules proinulga ed ^by the U.S Depar€mensionimtspoitatipn:puisuatrtta49 Cade of ,Peden Regula tons, Parr 2b and is'eligilile to partici}iate d a Distidvapf gedBus[uess Bntetjmse in,the Iowa Deparhrient of Transpara 'DBL' Pcogtam _ . Todd -A. Sadler,;liirector 0 . eq p Thisceruficatton meq tic rq ok d by ttie dcpnianent uj,odmf of inphb bibq an[ s3 st[pp7?^2ddnional mfonuation for revie\s nohnthstandfngnt-� dte csuanceiof this cemticate dnppny-is subj;ci.ut a%aitnnan aE any-tuae'attd maybe required tp- [z] LETTER OF INTENT Disadvantage Business Enterprise (This page shalhe,submitted for each DRE firm) Bidder/Offer Name: 6roe. fit, 4v1C. Address: L U /(7/ /G eitegor/ /IV -C City: /1/44f.,fl? erAiirs State: //r/ Zip: So 6f % DBE Firm: DBE Firm eon- Jt"/✓/sw/ ' /,r City balLizn7 Stater Zip:516`71 DBE Contact Person: Name:Pia( /] 1fi/) Phone. (V?),35j-&` is( _ DBE Certifying Agency: TOO } Expiration Date: Each DBE Firrn shall submit evidence (such as a phot°Copy,) of their certification status. Classification: ❑Prime Contractor 0Subcontractor 0Manufacturer ©Supplier ['Joint Venture Work item(s) to be performed by DBE Description of Work Item Quantity Total .2--ikaiia 7S'! c. 5SOOLE /0 Ed lfi 'S"7i eO _,.4 r 7'!"its �n[,cr&dinfest roleGJcns.91-114 Rta,..,‹ I 7s~'Q 4' "11�'t_Z 1 . , r. •n ry . i,,99 +t ,,..iri 7' The biddedofferor is committed to utilizing the above-named DBE firm for the work described above. The estimated participation is as follows: DBE contract amount: $ b t, 1n75'r' ' Percent of total contract: AFFIRMATION: The above-named DBE firm affirms that as stated abLove. / By, 77.1dZe c_ -11 perform the portion of the contract for the estimated dollar value Pro £L.7 Mo QF/ (Tide)M ( In the event the bidderfofferor does not receive award of the prime contract, any and all representations in this Letter of Intent and Affirmation shall be null and void. 00120.3 elOWADOT SMARTER I SIMPLER 1 CUSTOMER DRIVEN www.iowadol~gov Emptoyee Services/Civil Rights Teen 800 Lincoln Way, Ames, IA 50010 Phone: 515-239-1833 or 319-730-1512 Fax 515-817-6651 Ernst hedorkrres hofiawadot.us February 13, 2017 Valerie 1. Holm TledtNursery, Ltd. 2419 E. Bremer Avenue Waverly, IA 50677 RE: Affidavit of Continued DBE Certification Eligibility Pear Ms. Holm, This letter confirms receipt of your annual No Change Affidavit and supporting documentation, The Iowa Department of Transportation (kava DOT), in compliance with 49 Code of Federal Regulations Part 26 (49 C.F.R. §§26 et seq.), is pleased to inform you that your firm's information has been reviewed and approved. Yourf`irm's Disadvantaged Business Enterprise (DBE) certification will remain valid for another year. The DBE Directory, located at h cera/secureiowadotgcwloBE/olrectnrvwili continue to list your contact information and will include the following NAICS codes and description of services performed: MAKS Code: 661730, 238990, 237990 Work Type(s): Erosion Control (Seed. Sod. Mat, and Silt Fence), Fencing,,Herbicide Application; Landscaping (Trees and Shrubs), Mowing, and Retaining Walls, 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 return all solicitation inquiries. If you have any questions, please contact this office. Sincerely HectorTorres•Cacho, AICP Compliance Officer Bidder/Offer LITER OF INTENT Disadvantage Business Enterprise (This page shall be submitted far each DBE firm) Name:��---11770-v�� / Address: ,..)/6)�/� �� yr w.•�A ✓t . Cityl YOZ,tr/ State: �--,44 Zip,b� DBE Firm: DBE Firm: "sad 5*in,»4r "`hu/�doJy Ll c_ - Address: 3.92173 sr v City: 14.4S Iv�''State:.Js`i Zip: 4e DBE Contact Person: Name: it ?tflQ/ d Phone: rn i v1/(O%l9a--.. DBE Certifying Agency: Classification: Expiration Date:_ Each DBE Fina shall submit evidence (such as a photocopy) of their certicalion status. ❑❑ Prime Contractor ❑Subcontractor Joint Venture J 1 Manufacturer.$upplier Work item(s) to be performed by DBE Description of Work Item - Quantity Total The bidder/offeror is committed to utilizing the above-named DBE firm for the work described above. The estimated participation is as follows: DBE contract amount:$ ,fera 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) 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. PAA AIP #3-19-0094-045 P-16 Waterloo Regional Airport AECOM Project #60537973-BP1 Reconstruct Taxiway C , Bond No. 2259930 PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS' That we, Croell, Inc. ,asPRINCIPAL,also referred to. as CONTRACTOR, and North American Specialty Insurance Company , as SURETY, are held and firmly boundunto Waterloo Regional Airport, 2790 Livingston Lane, Waterloo, Iowa 50703 as OWNER, in the full sum of Two Million One Hundred Twenty Eight Thousand Eight Hundred Thirty Three & 191100 ($ 2,128,833.19 ) 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. above -bound Principal has, entered into a contract with the OWNER dated the ' clay of _ 2017 to Reconstruct Taxiway C, Bid Package #1 ncludmrg the removal of Taxiway C-1, removal. nd r lacement .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 ofa_section of 18 -inch reinforcement concrete pipe stonn sewer, replacement of the taxiway edge liglitmg system and guidance signs.in the project area, pavement marking in the areas shown ori 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. NOW, THEREFORE, the conditions of this obligation are such that if the above -bound PRINCIPAL shall faithfully and fully comply with the terns 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 for a period of time beyond completion of said contract; and such alternations or additions as may be made therein or in the plans and specifications, 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 all 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 of the.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. Upon completion of said Contract pursuant to its terns, if any hinds remain due on said Contract, the same shall be paid to said PRINCIPAL and SURETY. FAA AIP #3-19-0094-045 C-5 Waterloo Regional Airport AECOM Project # 60537973-BP1 Reconstruct Taxiway C Bond No. 2259930 PAYMENT BOND. KNOW ALL MEN BY THESE PRESENT S: That we, Croell, Inc. , asPR1N(:IYAL, also referred to as CONTRACTOR, and. North American Specialty Insurance Company , as SURETY, are held and firmly bound unto Waterloo Regional Airport, 2790 Livingston Lane, Waterloo, Iowa 50703 as OWNER, in the full sum of Two Million One Hundred Twenty Eight Thousand Eight Hundred Thirty Three & 19/100 ($ 2,128,833.19 ), 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 aboye-bound Principal has entered into.a contract with the OWNER dated the I / , v day of, 2017, to Reconstruct Taxiway C, Bid Package #1, including the removal of Taxiway C-1, re o‘Vtind. replacement of Taxiway C north.and south of Runway 12/30 with an 8 -inch Portland Cement Concrete Pavernentsection, replacement of the subdrain.system, installation. of a section of 1$ -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 withthis project, This work and all other incidentals shall be performed as shown on the Drawings and described in the Specifications. 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 prow ided f'or 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 terns of the contract or to the work to be performed thereunder, or the specifications or drawings accompanying sante. 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 I i day of IN THE PRESENCE OF: liAQUOuLe(Lc Witness Witness Gundy Bennett , 2017. PRINCIPAL: North eJ, an Spec -Ity Insurance Company nne Crowner, Attorney-in-fact NOTE: (a) Where the Payment Bond is executed by an attorney -in- ac , t ere shall be attached to each copy of the Bond a certified copy of Power of Attorney properly executed and dated. FAA AIP #3-19-0094-0,15 AECOIMI Project # 60537973-BP1 C-7 Waterloo Regional Airport Reconstruct Taxiway C NAS SURETY CROUP NORTH AMERICAN SPECIALTY INSURANCE COMPANY WASHINGTON INTERNATIONAL INSURANCE COMPANY GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, THAT North American Specialty Insurance Company, a corporation duly organized and existing under laws of the State of New Hampshire, and having its principal office in the City of Manchester, New Hampshire, and Washington International Insurance Company, a corporation organized and existing under the laws of the State of New Hampshire and having its principal office in the City of Schaumburg, Illinois, each does hereby make, constitute and appoint: JAY D. FREIERMUTH, CRAIG E. 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 deed, bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies, as surety, on contracts of suretyship as are or may be required or permitted by law, regulation, contract or otherwise, provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of: FIFTY MILLION ($50,000,000.00) DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held on the 9th of May, 2012: "RESOLVED, that any two of the Presidents, any Managing Director, any Senior Vice President, any Vice President, any Assistant Vice President, the Secretary or any Assistant Secretary be, and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds, undertakings and all contracts of surety, and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company; and it is FURTHER RESOLVED, that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Company when so affixed and in the figure with regard to any bond, undertaking or contract of surety to which it is attached." \�pQ „s'IIItOM-ITY/A,, 6: ppPOgtt 4. `',C. SEAL tug '^aa� 1g7a 'ng. nWie.:,h- q:17Atumirtiimmok By Steven P. Anderson, Senior Vice President or Washington International Insurance Company & Senior Vice President of North Amerman Specialty Insurance Company Michael A. Bo, Senor Vire President al as ng un uterua tan. n:uranre eompuuy & Senior Vire President of North American Specialty 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 2015 . State of Illinois County of Cook On this 8th day of September , 2015 , before me, 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 ane, 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. ss: North American Specialty Insurance Company Washington International Insurance Company OFFICIAL SEAL M KENNY NOTARY PUBLIC, STATE OF I W NOIS MY COMMISSION EXPIRES 1210412017 M. Kenny, Notary Public I, Jeffrey Goldberg , the duly elected Assistant Secretary of North American Specialty Insurance Company and Washington International insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said North American Specialty Insurance Company and Washington International Insurance Company, which is stilt in full force and effect. IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Companies this day of , 201 7 Jeffrey Goldberg, Vico President & Assistant Secretary or VVashingmo International Insurance Company & North American Specialty Inmrvnee Company /4 0 ® CERTIFICATE OF LIABILITY INSURANCE DATE 07/24/2017 07/24 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 1-800-300-0325 Holmes Murphy & Assoc - CR 01 First Street SE, Suite 700 Cedar Rapids, IA 52401 CONTACT Michelle Gruis NAME: PHONE FAX (AIC No Ext): 319-896-7715 INC(No): 866-231-7822 EMAIL m ruiaWholmesmur h com ADDRESS: 4 P y• INSURER(S) AFFORDINGCOVERAGE NAICN INSURER A: OLD REPUBLIC INS CO 24147 INSURED Croell, Inc. 2010 Kenwood Avenue New Hampton, IA 50659 INSURERB: NATIONAL UNION FIRE INS CO OF PITTS 19445 INSURER C: 12/29/17 INSURER D: $ 1,000,000 INSURER E: $ 300,000 INSURER F : $ 5,000 CERTIFICATE NUMBER: 50417094 REVISION NUMBER: 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 OR 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. INSR LTR TYPE OF INSURANCE AODL INSR SUBR WVD POLICY NUMBER POLICY EFF (MM/DO/YYYY) POLICY EXP IMMIDO/YYYY) LIMITS A GENERAL X LIABILITY COMMERCIAL GENERAL LIABILITY MWZY30016616 12/29/16 12/29/17 EACH OCCURRENCE $ 1,000,000 DAMAGE TO RENTED PREMISES (Ea occurrence) $ 300,000 MED EXP (Any one person) $ 5,000 CLAIMS -MADE X OCCUR PERSONAL &ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 PRODUCTS - COMP/OP AGG $ 2,000,000 GENII AGGREGATE —I POLICYX LIMIT APPLIES JFCT X PER: LOC $ A AUTOMOBILE X LIABILITY ANY AUTO ALL OWNED AUTOS HIRED AUTOS X SCHEDULED AUTOS NON -OWNED AUTOS(Per MWTB30016516 12/29/16 12/29/17 COMBINED SINGLE LIMIT (Ea accident) $ 5,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY accident) $X $ B X UMBRELLA LIAB EXCESS LIAB X OCCUR CLAIMS -MADE 8E066322370 12/29/16 12/29/17 EACH OCCURRENCE $ 10,000,000 AGGREGATE $ 10,000,000 $ DED X RETENT ON $ 0 A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory In NH) dyes, describe under DESCRIPTION OF OPERATIONS below 11 IN N NIA MWC30016403 12/29/16 12/29/17 X IORSLIMIT TORY LIMITS TH- ER ER E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 E.L. DISEASE - POLICY LIMIT $ DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule if more space I required) Pro 'act : Reconstruction of Taxiway The City of Waterloo, Waterloo Regional Airport, and AECOM Technical Services, Inc. are additional insureds on the General Liability as required by written contract with the insured, per policy terms and conditions. ANCELLATION Waterloo Regional Airport 2790 Livingston Ln. Waterloo, IA 50703 USA 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 \..... \J.. , ACORD 25 (2014/01) sfagencr 50417094 © 1988-2014 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD