Loading...
HomeMy WebLinkAboutK. Cunninham O v C 0 0 0 z o � Q 'o E o a aQ Q G � � 3 ao'o3 Z 0 0 '^ � 33 m z i o z 0 I m i l z w � o N � � a a W x z z LL Z V Z Q Y � H U Y L u i I � n ! r !, z o � - m3a o oaQ 3 E vo 33 o u � 3 m � .,_ � m �, ; z 0 u O_ F- z w 0 0 z W LL Zu w u ell Y V ADDENDUM NO. 1 TO THE BIDDING DOCUMENTS FOR REHABILITATE WEST TERMINAL APRON FAA AIP 3-19-0094-046 WATERLOO REGIONAL AIRPORT AECOM #60562796 Date: June 12 , 2018 Bids Close : June 14 , 2018; 1 :00 p. m . , Local Time TO ALL BIDDERS ON THE ABOVE PROJECT : All Bidders submitting a bid on the above contract shall carefully read this Addendum and give it consideration in the preparation of their bid . I . The following changes have been made to the specifications: a. Proposal Form Page P-2, Base Bid , Item 19 : Revise Quantity from " 1 EA" to "2 EA" . b. Proposal Form, Page P-2, Add Alternate Bid No. 1 : Add the following item : "GP-105, Traffic Control , LS, Quantity 1 ". c. Revised pages P- 1 through P-7 of the Proposal Form are attached , marked "Revised Per Addendum No. 1 - 6/12/2018 ." The remaining "Pa pages (pages P-8 - P-20) that are required for a valid bid submittal remain as originally provided and should be submitted along with the attached revised pages P-1 through P-7. II. The following changes have been made to the plans: a. Drawing No. 4, Phasing Plan , Add the following Note 4 to the Phase 2 Phasing Notes . "4. Contractor can work in the Phase 2 area during daylight VFR conditions and not disable the taxiway edge lights. At the end of each work day, barricades shall be moved off of the Taxiway A pavement to behind the non-movement area marking . b. Drawing No, 9, Grading and Drainage Plan . Add the following Note : "Reconstruct Storm Sewer Manhole No. 592 Top. Contractor to partial depth saw cut existing wall to allow existing reinforcing to be incorporated into new work. Saw cut and replace top 24 inches of wall and top slab of structure." III. Attachments : c. PROPOSAL FORM - Pages PA through P-7 IV. Any revisions to any of the Contract Documents made by this Addendum shall be considered as the same revision to any and all related areas of the Contract Documents not specifically called out in this Addendum . V. The Bidder shall acknowledge receipt of this Addendum by inserting the date and number in the spaces provided on revised page P-1 of the attached PROPOSAL FORM, marked " Revised Per Addendum No. 1 - 6/1212018." P\60537973 ALOT" C Add'I Design\500 Deliverables\503 Bidding Dacumenlsl ddendum 1 - Bid Package 91 - 06-20-2017 - FAA All' 3-19-0094-045.doc Revised Per Addendum No. 1 - 6/ 12/2018 The PROPOSAL FORM FOR IMPROVEMENTS TO THE WATERLOO REGIONAL AIRPORT CONSISTING OF REHABILITATE WEST TERMINAL APRON AT THE WATERLOO REGIONAL AIRPORT WATERLOO, IOWA FAA AIP PROJECT NO, 3- 19-0094-046 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 Rehabilitate West Terminal Apron, at the Waterloo Regional Airport, Waterloo, Iowa, FAA AIP Project No. 3-19-0094-046, and has examinedthe site of the work and is familiar with local conditions pertaining to the work. 2. The extent of the work involved is to Rehabilitate West Terminal Apron, including the removal and replacement of West Terminal Apron with a 12-inchPortland Cement Concrete Pavement section with a Hot Mix Asphalt stabilized subbase, removal and replacement of subbase materials, removal and replacement of storm sewer structures, adjustment of an existing storm sewer structure, installation of aircraft tie down anchors, pavement marking in the areas shown on the plans, saw and replacement of joint sealant on the East Terminal Apron, 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 av $. 2- o/8 , 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: REHABILITATE WEST TERMINAL APRON FAA AIP PROJECT NO, 349-0094-046 ITEM SPEC. ESTIMATED UNIT BID TOTAL BID NO, NO, DESCRIPTION UNIT QUANTITY PRICE PRICE I GP 105 MOBILIZATION AND LS 1 $ 95000 , oe $ 9SOoo . oe DEMOBILIZATION 2 GP 105 TRAFFIC CONTROL LS 1 $ /O Soo.a $ /e Soa . vo 3 GP 50-06 CONSTRUCTION SURVEY LS 1 $ $ SDO.00 $ 8 Soa. ao 4 P-101 PAVEMENTREMOVAL SY 35400 $ f! 4e $ 13Gov . � 5 PLANS REMOVAL OF STRUCTURE EA 1 $ 2 ova,c„ $ ,Q pow , o0 6 P-152 UNCLASSIFIED EXCAVATION CY 1,700 $ /2 .Sa $ 2 / ZSd , oa 7 P454 SUBBASE COURSE CY 690 $ BS.oe $ SS 6 SO,eo 8 P-208 AGGREGATE BASE COURSE - 6 INCH SY 3,400 $ /S. oa $ S/ oageo FAA A1P #3-19-0094-046 P-1 Waterloo Regional Airport AECOM Project # 60562796 Rehabilitate West Terminal Apron Revised Per Addendum No. 1 - 6/12/2018 ITEM SPEC. ESTIMATED UNIT BID TOTAL BID NO. NO, DESCRIPTION UNIT QUANTITY PRICE PRICE 9 P-403 HMA BASE COURSE TON 710 $ 1yego $ /nSgBo,00 t0 P-501 104NCH PORTLAND CEMENT SY 960 $ CONCRETE PAVEMENT 70 1Z.8. 00 11 P-501 12-INCH PORTLAND CEMENT SY 2,440 $ $ CONCRETE PAVEMENT '73. os l78 � `/-2 • Do 12 P-620 RUNWAY AND TAXIWAY MARKING SF 3,675 $ $ /t ea /8. 75" 13 P-620 REFLECTIVE MEDIA (TYPE I, LB 260 $ $ GRADATION A) 14 PLANS AIRCRAFT TIEDOWN ANCHORS IN EA 20 $ $ NEW PAVEMENT ) 30 , oo .� (000 ,oc 15 PLANS AIRCRAFT TIEDOWN ANCHORS IN EA 10 $ $ EXISTING PAVEMENT �j'SS. Oa 44NCH PERFORATED SUBDRAIN 16 D-705 (SDR 35) COMPLETE, INCLUDING LF 270 $ $ POROUS BACKFILL AND FILTER l 7 So H 7Z S ods FABRIC 17 D-705 4-INCH NON-PERFORATED SUBDRAIN LF 165 $ SDR 35 /Doa $ � GSo,on 18 D-705 SUBDRAIN CLEANOUT EA 3 4 i Sogce $ Y So a , on 19 D-751 ADJUST EXISTING CATCH BASIN EA 2 S 9 ooa.an $ /B�d D6 20 D-751 CATCH BASIN EA 2 $$ //DDo . on $ Wit? pe,os TOT AL (BASE BID) $ Add Alternate Bid No. 1 - Saw and Seal Joints 1 P-101 SAW AND SEAL JOINTS LF 4,950 $ 75-o1 2 GP- 105 TraffieControl LS 1 1 $ SSuo. oc S SSp,o .00 TOTAL INCLUDING ADD ALTERNATE $ 734077$ , 7S 4. It is the Airport's intention to evaluate bids reviewing both the Base Bid and Add Alternate Bid. The Airport has limited funds available and will award only what funding allows. The Airport reserves the right to award the contract based on the Base Bid only or the Base Bid plus Add Alternate Bid Option. 5. 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. 6. It is understood that the schedule of minimum wage rates, as established by the Secretary of Labor and included in the Specifications, are to govern on this project, and the undersigned certifies that he has examined this schedule of wage rates and that the prices bid are based on such established wage rates. 7. The bidder shall make good faith efforts, as defined in Appendix A of 49 CFR Part 26, Regulations of the Office ofthe Secretary of Transportation, to subcontract seven and one-third (7.33%) percent ofthe 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 FAA AIP #349-0094-046 P-2 Waterloo Regional Airport AECOM Project # 60562796 Rehabilitate West Terminal Apron Revised Per Addendum No. 1 - 6/ 12/2018 solicitation qualified as a DBE, the contract goal shall be deemed to have been met. A bid that fails to meet these requirements will be considered nonresponsive. 8. The undersigned certifies that he does not maintain or provide for his employees any segregated facilities 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. 9. The undersigned agrees, upon written notice of the acceptance of this bid, within ninety (90) days after the opening of the bids, that he will execute the Contract in accordance with the bid as accepted and give Contract (Performance and Payment) bond on attached forms within fifteen (15) days after the prescribed forms are presented for signature. 10. The undersigned understands, award of contract is contingent upon receipt of project funding from the Federal Aviation Administration. If funding is not received, bid bonds will be returned to all bidders and the project will be postponed. 11 . The undersigned further agrees that if awarded the Contract, he will commence the work within ten (10) calendar days after the receipt of a "Notice to Proceed" and that he will substantially complete all work according to the terms ofthe entire contract within sixty-five (65) calendar days from the date established in the Notice to Proceed. An extension of time may be allowed when extra or additional work is ordered by the Engineer. 12. The undersigned agrees that within 30 days after award of this contract, the Contractor/Subcontractor shall file a compliance report (Standard Form 100) if s/he has not submitted a complete compliance report within 12 months proceeding the date of award. This report is required if the Contractor/Subcontractor meets all of the following conditions: a. Contractors/Subcontractors are not exempt based on 41 CFR 604,5 . b. Has 50 or more employees. c. Is a prime contractor or fust tier subcontractor. d. There is a contract, subcontract, or purchase order amounting to $50,000 or more. 13 . To satisfy Clear Air and Water Pollution Control Requirements on all Construction Contracts and Subcontracts exceeding $ 100,000.00 Contractors and Subcontractors agree: a. That any facility to be used in the performance of the Contract or to benefit from the Contract is not listed on the Environmental Protection Agency (EPA) List of Violating Facilities. b. To comply with all the requirements of Section 306 of the Clean Air Act (42 USC 1857(h)), and Section 508 of the Clean Water Act (33 USC 1368), Executive Order 11738, and Environmental Protection Regulations (40 CFR Part (15)). FAA AIP #349-0094-046 P-3 Waterloo Regional Airport AECOM Project # 60562796 Rehabilitate West Terminal Apron Revised Per Addendum No. 1 - 6/12/2018 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. 14. The contractor, by submission of this offer and/or execution of a contract, certifies that it; a. is not owned or controlled by one or more citizens or nationals of a foreign country included in the list of countries that discriminate against U.S. funis 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, FR30. 17, no contract shall be awarded to a contractor or subcontractor who is unable to certify to the above. Ifthe contractor knowingly procures or subcontracts for the supply of any product or service of a foreign country on the said list for use on the project, the Federal Aviation Administration may direct, through the sponsor, cancellation of the contract at no cost to the Government. Further, the contractor agrees that, if awarded a contract resulting from this solicitation, it will incorporate this provision for certification without modification in each contract and in all lower tier subcontracts. The contractor may rely upon the certification of a prospective subcontractor unless it has knowledge that the certification is erroneous. The contractor shall provide immediate written notice to the sponsor ifthe 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 ofthe 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 ofrecords 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 ofthe United States ofAmerica and the making of a false, fictitious, or fraudulent certification may render the maker subject to prosecution under Title 18, United States Code, Section 1001 . 15. The bidder/offeror certifies, by submission ofthis proposal or acceptance ofthis 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. FAA AIP #349-0094-046 P-4 Waterloo Regional Airport AECOM Project # 60562796 Rehabilitate West Terminal Apron Revised Per Addendum No. I - 6/ 12/2018 16. As an evidence of good faith in submitting this Proposal, the undersigned encloses bid security in the amount of five (5) percent of the bid which, in case he refuses or fails to accept an award and to enter into a Contract and file the required bonds within the prescribed time, shall be forfeited to the Waterloo Regional Airport as liquidated damages. 17. By entering into this contract, the contractor certifies that neither it (nor he or she) nor any person or fore who has an interest in the contractor's firm is a person or firm ineligible to be awarded Government contracts by virtue of section 3(a) of the Davis-Bacon Act or 29 CFR 5. 12(a)(1). 18. No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue of section 3(a) of the Davis-Bacon Act or 29 CFR 5. 12(x)(1), 19. The undersigned hereby declares that the only parties interested in this Proposal are named herein, that this Proposal is made without collusion with any other person, firm or corporation, that no member of the Council, Waterloo Regional Airport or agent of the City of Waterloo, Iowa, is directly or indirectly financially interested in this bid. 20. In submitting this bid, it is understood that the right to reject any and all bids has been reserved and that this bid may not be withdrawn for a period of ninety (90) days from the opening thereof. 21 . Contractor certifies that all employees employed by Contractor or any subcontractor working on behalf of the Contractor are in compliance with the Immigration Reform Control Act of 1986 (IBCA) and indemnifies the Owner and holds harmless Owner for any violations of IRCA as a result of the Contractor's employees or his subcontractor's employees working on behalf of the Contractor on the Owner's project. 22. The undersigned certifies, to the best of his or her knowledge and belief, that: a. No Federal appropriated funds shall be paid, by or on behalf of the Contractor, to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a member of Congress in Congress in connection with the making of any Federal grant and the amendment or modification of any Federal grant. b. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal grant, the Contractor shall complete and submit Standard Form-LLL, "Disclosure of Lobby Activities", in accordance with its instructions. c. The Undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31 , U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $ 10,000 and not more than $200,000 for each such failure. 23 . BUY AMERICAN CERTIFICATE (Title 49 U.S.C. Chapter 501 ) As a condition of bid responsiveness, the bidder must how it intend to comply with the Buy American preferences established under Title 49 U.S.C. Section 50101 . Biddermust complete the attached Buy American certification. If the bidder requests apermissible 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. FAA AIP #349-0094-046 P-5 Waterloo Regional Airport AECOM Project # 60562796 Rehabilitate West Terminal Apron Revised Per Addendum No. I - 6/12/2018 24, Drug Free Work Place, Act of 1988. a. By submission of this offer, the offeror, if other than an individual, who is making an offer that equals or exceeds $25,000, certifies and agrees that with respect to all employees ofthe offerorto 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; (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-- (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; (5) 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 ofthe 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.(i) 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 19.6024a.(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 FAA AIP #3-19-0094-046 P-6 Waterloo Regional Airport AECOM Project # 60562796 Rehabilitate West Terminal Apron Revised Per Addendum No. 1 - 6/12/2018 false, fictitious, or fraudulent certification may render the maker subject to prosecution under title 18, United States Code, Section 1001 . 25. Attachment to This Bid. The following documents are attached to and made a part of this Bid: a. Bid Guaranty in the form of B i J &/;4 b. Non-Collusion Affidavit of Prime Bidder. C, Statement of Intent — Non-Discrimination and Equal Opportunity Statement. d. Buy American Certification Statement. e. Bidder's Information Sheet. f. Synopsis of Experience Record. (IDOT Certification may be substituted.) g. Completed DBE forms "Utilization Statement" and " Letter of Intent." 26. The Bidder shall indicate whether the bid is submitted by a/an: ❑ Individual, Sole Proprietorship ❑ Partnership fo Corporation ❑ Joint-venture: all parties must join-in and execute all documents ❑ Other Respectfully submitted, Bidder By Si nature derif Title /o2s e'eafer 5frezf Address ZA 5x6 /3 (Include Zip Code) 3/ 9 - 277 - 3od/ Telephone No, FAA MP #3-19-0094-046 P-7 Waterloo Regional Airport AECOM Project # 60562796 Rehabilitate West Terminal Apron NON-COLLUSION AFFIDAVIT OF PRIME BIDDER State of a:zKIA ) )ss Countyof Slaek N4Wk ) being first duly swom, deposes and says that: �/ ( 1 ) He is / (Owner, Partne ffice enresentatiye, or Agent) of /I • i !% hn:nvnanr e!lbffru4`1ion ac. 2n4 . , the Bidder thathassubmitted the attached Bid: (2) He is fully informed respecting the preparation and contents of the attached bid and of all pertinent circumstances respecting such bid; (3) Such bid is genuine and is not a collusive or sham bid; (4) Neither the said Bidder nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this affiant, has in any way colluded, conspired, connived or agreed, directly or indirectly, with any other Bidder, firm or person to submit a collusive or sham bid in connection with the Contract for which the attached bid has been submitted or to refrain from bidding in connection with such Contract, or has in any manner, directly or indirectly, sought by agreement or collusion or communication or conference with any other Bidder, firm or person to fix the price or prices in the attached bid or of any other Bidder, or, to fix any overhead, profit or cost element of the bid price or the bid price of any other Bidder, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against the City of Waterloo, Iowa, or any person interested in the proposed Contract; and (5) The price or prices quoted in the attached bid are fair and proper and are not tainted by any collusion, conspiracy, connivance or unlawful agreement on the part of the Bidder or any of its agents, representatives, owners, employees, or parties in interest, including this affiant. (Signed) cz raw � Title 1/%z e Subscribed and sworn to before me thiis iq day of moi& w g 2018. 016 1 Title c My Commission Expires ��•• , DIANELCAIFY � CpMVIISSIOPI /r0.70308'I + lNY t�Yt FAA AIP #3- 19-0094-046 P-9 Waterloo Regional Airport AECOM Project #60562796 Rehabilitate West Terminal Apron 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 - North of Runway 12/30 Reconstruct Taxiway C - South of Runway 12/30 Bid Package # 1 KGCthn 'n9L4M L-MffrGe Piet j Zq< COMPANY J a£ C/ WEN EXECUTIVE OFFICER J 6 OW15A✓ AFFIRMATIVE ACTION OFFICER ADDRESS OF THE AFFIRMATIVE ACTION OFFICER /aZS Gender 571ree-74 PHONENUMBER 3/ 9 — X77 - 3eo1 FAA AIP #3-19-0094-046 P-11 Waterloo Regional Airport AECOM Project 960562796 Rehabilitate West Terminal Apron BIDDER'S INFORMATION SHEET A. BIDDER'S CAPACITY: (Check One) I . Individual ❑ 2. Co-Partnership —❑ 3 . Corporation 03 B. (IF ITEM 2 IS CHECKED, COMPLETE THE FOLLOWING) State of Names and Addresses of Partners 1 . 2 . 3 . 4 . 5 . C. (IF ITEM 3 IS CHECKED, COMPLETE THE FOLLOWING) State of Incorporation W4 Names and Addresses of Officers: 385' 9 $ecuer Q'd9e Circle President ke /,�k 4nn: n 4m CQ'ar Ya; ILf, XA So4t3 � 3 3t me ,Ap°ila f�• Secretary VAte rrsYA7u ,' 'rn e4war R'e 0WeA&OSA S64et3 Treasurer FAA AIP 93- 19-0094-046 P- 12 Waterloo Regional Airport AECOM Project #60562796 Rehabilitate West Terminal Apron SYNOPSIS OF EXPERIENCE RECORD (This synopsis must accompany Proposal Form.) Name of Bidder f( eZe1V> ; XAM LvnffruLf*or, Ge j �h41 Business Address /oaS G"-Aer 54r<s�, Z!ec ar Ea //r 2A se% ! 3 Individual O Partnership O Corporation (vY (Check One.) Construction successfully completed within past five years similar in size, scope, and difficulty ofconstructionto the work bid upon. Name of Location of Amount of Name of Owner Project Project Contract 1 Se¢ ' fatvr� of tf Ex�r' ¢n�e� Sic:74emen4 (.44447eAe4) 2 3 4 5 Number of Contract Days Actual Number of Days to Allowed for Above Projects Complete above Project I 2 3 4 5 (Signed) /f Ci4nn ' n4licnn Name of Company (TITLE) V/i¢ —QeYc��enf Date Jrine / Y 20� $ FAA AIP #3 - 19-0094-046 P- 13 Waterloo Regional Airport AECOM Project #60562796 Rehabilitate West Terminal Apron RECORD OF PAST EXPERIENCE (Continued) uescrlpflono or Project Owner or Engineer Project No., and Date, Location (Bridge, PCC, ACC, Grading Patching, Erosion, Etc. Dollar Value Phone No. of Reference Include quanties JorACC; PCC, and Grading) YR 2015 CITY OF WATERLOO GERALDINE ROAD, 319-266-2621 PCC 5,489 SY $147,788 GERALDINE ROAD PHASE III WATERLOO, IA LOCKARD CONSTRUCTION 319-277-8000 CEDAR FALLS, IA PCC 5,707 SY $180,506 PINNACLE PRAIRIE NORTH II HUFF CONTRACTING, INC 319-233-9000 WATERLOO, IA PCC 6,166 SY $168,340 RIDGEWAY DEVELOPMENT RETAIL CENTER STANDARD DISTRIBUTION '... 319-266-1110 CEDAR FALLS, IA PCC 8,093 SY $300,136 STANDARD DISTRIBUTION INDUSTRIAL PARK '.. ASPRO, INC. VARIOUS STREETS, 319-232-6537 CEDAR FALLS, IA PCC 1,145 SY-C & G 51616 LF $172,228 2015 STREET RESTORATION 7 PETERSON CONTRACTORS, INC. [DNKERTON 319-345-2713 ROAD, BLACK PCC 2,336 SY $960548 HAWK CO DUNKERTON ROAD B0102 WRIGHT COUNTY 150TH STREET, 515-532-3597 BELMOND, IA PCC 2,038 SY $1841466 BELMOND 150TH ST 80112 PETERS CONSTRUCTION CO. 319-236-2003 WATERLOO IA PCC 2,239 SY $177,846 JOHN DEERE PEC HILL TRACK JOHN DEERE PEC 319-292-4964 WATERLOO, IA PCC 3,655 SY $368,788 JD PEC DURABILITY TRACK 2015 PETERSON CONTRACTORS, INC. 319-345-2713 WAVERLY, IA PCC 16,129 SY-C & G 30157 LF $915,673 WAVERLY DRY RUN CREEK BOLTON & MENK, INC. 952-890-0509 IOWA FALLS, IA PCC 9,565 SY-C & G 21247 LF $3,965,935 IOWA FALLS DOWNTOWN STREETSCAPE PETERS CONSTRUCTION CO. 319-236-2003 CEDAR FALLS, IA PCC 50,809 SY $1,3950216 MARTIN BROTHERS EXPANSION JOHN DEERE PEC 319-292-4964 WATERLOO, IA PCC 4,950 SY $418,552 1D PEC NO ENTRANCE DRIVE DAVE SCHMIDT CONSTRUCTION 319-365-8669 CEDAR FALLS, IA PCC 4,641 SY $1330184 PRAIRIE WEST 2ND ADDITION BOLTON & MENK, INC. WASHINGTON AVE, 952-890-0509 HARDIN CO. PCC 4,951 SY-C & G 1,448 LF $5760877 WASHINGTON AVE B0105 HARDIN CO HIGH DEVELOPMENT 319-363-3900 CEDAR FALLS, IA PCC 3,330 SY $107,844 GREENHILL VILLAGE 10TH ADDITION PETERSON CONTRACTORS, INC. VARIOUS STREETS 319-345-2713 CEDAR FALLS, IA PCC 24,314 SY $1,0341775 2015 CF RECONSTRUCTION LOCKARD CONSTRUCTION, INC WESTERN HOME 319-277-8000 CEDAR FALLS, IA PCC 9,217 SY $286,337 WESTERN HOME 7TH ADDITION Page 1 RECORD OF PAST EXPERIENCE (Continued) Description o or Project Owner or Engineer Project No., and Date, Location (Bridge, PCC, ACC, Grading Patching, Erosion, Etc. Dollar Value Phone No. of Reference include quantiesforACC PCC and Grading) PETERSON CONTRACTORS, INC. 319-345-2713 EVANSDALE, IA PCC 2,055 SY $62,600 NORMA AVENUE EXTENSION ', YR 2016 PETERSON CONTRACTORS, INC. 319-345-2713 WAVERLY, IA PCC 1,677 SY - C&G 378 LF $355,635 WAVERLY DRY RUN CREEK BOLTON & MENK, INC. 952-890-0509 IOWA FALLS, IA PCC 270 SY - C&G 110 LF $1,084,997 IOWA FALLS DOWNTOWN STREETSCAPE PETERS CONSTRUCTION CO. 319-236-2003 CEDAR FALLS, IA PCC 21,470 SY $616,163 MARTIN BROTHERS EXPANSION LOCKARD CONSTRUCTION, INC WESTERN HOME 319-277-8000 PCC 8,812 SY $246,137 WESTERN HOME 7TH ADDITION CEDAR FALLS, IA LOCKARD CONSTRUCTION, INC HOME PLAZA 319-277-8000 CEDAR FALLS, IA PCC 5,777 SY $181,682 HOME PLAZA BAKER CONCRETE & EXCAVATING PINACLE RIDGE, 563-423-5000 PCC 11,866 SY $365,350 CEDAR FALLS, IA PINNACLE RIDGE SUBDIVISION HUDSON HARDWARE PLUMBING & HEATING UPPER RIDGES 319-988-3231 PCC 4,323 SY $113,479 UPPER RIDGES 2ND ADDITION CEDAR FALLS, IA MURPHY TRACTOR '.. 319-235-7085 WATERLOO, IA PCC 2,627 SY $113,790 '.. MURPHY TRACTOR LOT ASPRO, INC. VARIOUS STREETS, 319-232-6537 CEDAR FALLS, IA PCC 1,272 SY - C&G 4,216 LF $163,763 2016 STREET RESTORATION CITY OF CEDAR FALLS 319-243-2704 CEDAR FALLS, IA PCC 51,785 SY - C&G 1,631 LF $9,306,760 UNIVERSITY AVENUE RECONSTRUCTION '.. HUFF CONTRACTING, INC. 319-233-9000 - WATERLOO, IA PCC 3,003 SY - C&G 675 LF $108,610 KWWL RENOVATION DAVE SCHMIDT CONSTRUCTION 319-365-8669 WAVERLY, IA PCC 3,338 SY $110,138 CENTENIAL BUSINESS PARK DAVE SCMIDT CONSTRUCTION 319-365-8669 WAVERLY, IA PCC 3,023 SY $86,156 Omni Development 1st Addition CITY OF WATERLOO 319-266-2621 WATERLOO, IA PCC 10,181 SY $565,328 SHAULIS ROAD TRAIL BO 101 BAKER CONCRETE & EXCAVATING 563-423-5000 CEDAR FALLS, IA PCC 11,298 SY $316,344 PRAIRIE WEST/WINDS 3RD ADDITION CITY OF CEDAR FALLS VARIOUS STREETS, 319-273-8600 CEDAR FALLS, IA PCC 20,224 SY $724,998 CEDAR FALLS RECONSTRUCTION 2016 UNIVERSITY OF NORTHERN IOWA 319-273-2611 UNI, PCC 3,762 SY $284,382 UNI INSTITUTIONAL ROADS CEDAR FALLS, IA Page 2 RECORD OF PAST EXPERIENCE (Continued) Description Project Owner or Engineer Project No., and Date, Location (Bridge, PCC, ACC, Grading Patching, Erosion, Etc. Dollar Value Phone No. of Reference Include quanties jorACC, PCC, and Grading) PETERSON CONTRACTORS, INC. 319-345-2713 UNI, PCC 7,448 SY $232,966 UNI SW CAMPUS STORMWATER MANAGEMENT CEDAR FALLS, IA PETERSON CONTRACTORS, INC. 319-345-2713 WATERLOO, IA PCC 16,906 SY $700,541 RIVER FOREST ROAD BO 101 PRAIRIE RAPIDS, LLC 319-352-0055 CEDAR FALLS, IA PCC 7,063 SY $212,635 PRAIRIE RAPIDS SQUARE PETERSON CONTRACTORS, INC. ',. 319-345-2713 BLACK HAWK CO, IA PCC 2,490 SY $319,422 HWY21 & SHAULIS ROAD S & D DEVELOPMENT ',.. 319-290-7001 WAVERLY, IA PCC 3,680 SY $115,000 HIGHPOINT 2ND ADDITION DEER CREEK DEVELOPMENT, LLC 319-269-4081 WATERLOO, IA PCC 4,308 SY $137,849 GREENBELT TITAN TRAIL YR 2017 LOCKARD CONSTRUCTION, INC WESTERN HOME 319-277-8000 PCC 9,217 SY $494,693 WESTERN HOME 7TH ADDITION CEDAR FALLS, IA CITY OF CEDAR FALLS 319-243-2704 CEDAR FALLS, IA PCC 14,931 SY - C&G 745 LF $4,385,113 UNIVERSITY AVENUE RECONSTRUCTION BAKER CONCRETE & EXCAVATING 563-423-5000 CEDAR FALLS, IA PCC 2,711 SY $90,790 PRAIRIE WEST/WINDS 3RD ADDITION '.. FAIRBANKS BUILDERS 319-553-1457 CEDAR FALLS, IA PCC 6,493 SY $206,422 HERITAGE HILLS 2ND ADDITION '.. DEER CREEK DEVELOPMENT 319-296-0450 WATERLOO, IA PCC 7,868 SY $122,333 GREENBELT CYCLONE DRIVE DAVE SCHMITT CONSTRUCTION INC. 319-365-8669 CEDAR FALLS, IA PCC 10,470 SY $322,350 PRAIRIE WEST 6TH ADDITION DAVE SCHMITT CONSTRUCTION INC. 319-365-8669 WATERLOO, IA PCC 4,011 SY $122,333 VILLAGE WEST DEVELOPMENT PETERSON CONTRACTORS, INC. 319-345-2713 GRUNDY CO, IA PCC 4,505 SY $143,259 CREEKSIDE IST ADDITION ASPRO, INC. VARIOUS STREETS, 319-232-6537 CEDAR FALLS, IA PCC 634 SY - C&G 501 LF $471567 2017 STREET RESTORATION CITY OF CEDAR FALLS VARIOUS STREETS, 319-273-8600 CEDAR FALLS, T PCC 13,098 SY $552,728 CEDAR FALLS RECONSTRUCTION 2017 UNIVERSITY OF NORTHERN IOWA UNI, PCC 987 SY - C&G 516 LF $191,547 319-273-2611 UNI PARKING LOT MAINTENANCE CEDAR FALLS, IA Page 3 RECORD OF PAST EXPERIENCE (Continued) Description or worK Project Owner or Engineer Project No., and Date, Location (Bridge, PCC, ACC, Grading Patching, Erosion, Etc. I Dollar Value Phone No. of Reference Include quantiesfor ACC, PCC, and Grading] PETERSON CONTRACTORS, INC. 319-345-2713 WATERLOO, IA PCC 4,535 SY $145,186 JOHN DEERE ENGINE WORKS JOHN DEERE PEC 319-292-4964 WATERLOO, IA PCC 2,877 SY $2800975 JD PEC EMPLOYEE PARKING ENTRANCE EAGLE VIEW PARTNERS 319-230-7439 CEDAR FALLS, IA PCC 5,129 SY $192,689 RIVER PLACE MU2 NORTH CROSSINGS LLC i 319-232-3889 WATERLOO, IA PCC 19,851 SY $676,285 LOGAN PLAZA NORTH CROSSING DEVELOPMENT LARSON CONSTRUCTION, INC. 319-334-7061 CEDAR FALLS, IA PCC 7,749 SY $249,051 ALDRICH ELEMENTARY PETERSON CONTRACTORS, INC. 319-345-2713 CEDAR FALLS, IA PCC 33,745 SY $1,5620827 UNIVERSITY AVENUE PHASE II PETERSON CONTRACTORS, INC. 319-345-2713 CEDAR FALLS, IA PCC 25,393 SY $1,0560467 GREENHILL ROAD EXTENSION UNIVERSITY OF NORTHERN IOWA 319-273-2611 UNI' PCC 2,546 SY $343,177 UNI INSTITUTIONAL ROADS 2017 CEDAR FALLS, IA PETERSON CONTRACTORS, INC. 319-345-2713 WATERLOO, IA PCC 256 SY, C&G 606 LF $50,846 WATERLOO BOATHOUSE ENHANCEMENT Page 4 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 % DBE utilization on this contract. The bidder/offeror, while unable to meet the DBE goal of 7. 3 3 %, hereby commits to a minimum of S< " % 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 statementmay be made without prior approval from the Civil Right Staff of the Federal Aviation Administration. ro/ =Name Bidder's/Offerors Firm Name AcG �.we. _ Ie / �8 a ature Date DBE UTILIZATION SUMMARY Contract Amount DBE Amount Contract Percentage DBE Prime Contractor $ x 1 .00 = $ _ DBE Subcontractor $ 35'428. 7S x l .00 = $ 3 6&. ep28. 7S 7 • g8 % DBE Supplier $ — x 0.60 = $ DBE Manufacturer $ — x 1 .00 = $ Total Amount DBE $ 3 5628 .7 r % DBE Goal $ 53,6�66. 4640 77 33 % 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. �G < 411rBr�91� •bh � � /•t 'f"t ct GJtQp{ FAA AIP #3- 19-0094-046 P- 14 Waterloo Regional Airport AECOM Project 460562796 Rehabilitate West Terminal Apron LETTER OF INTENT Disadvantage Business Enterprise (This page shall be submitted for each DBE firm) Bidder/Offer Name: K. G14nn av kx ePAftft. 4't5� �rht . Address; 1025 G'e7 >Szr S4ree% City: Z G?�Cr Ta; State: 2A ZIP: So!< t3 DBE Firm ; DBE Firm : n/'J eq/f ✓y!///Sn/V Address: G ras f l� W. ylhA/ Adm City: L/JaJ2rL StatocZ�4 _ 7.iPSP 0677 DBE Contact Person : Name: a / Hol m Phone: (319) 35Z '0r*1 DBE Certifying Agency: I bCT Expiration Date;-t Each DBE Nirm shalt submit evidence (such as a photocopy) of their cerUJicadon status. Classification : ❑ Prime Contractor 156ubcontractor ❑ JoinlVenture ❑ Manufacturer ❑ Supplier Work Items) to he performed by Description of Work Item Quantity Total DBE L �r teedfee The bidder/offeror is committed to utilizing the above-named DBE firm for the work described above. The estimated participation is as follows: cv d •2`1 DBE contract amount: $ / 7569 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: Z- �✓� Pio e<: 1 .. A0 4020_. _ (,S/gnatrne) - �. (Tate) Note: - 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. 19.0094.046 P• 15 Waterloo Regional Airport AECOM Project #60562796 Rehabilitate West Terminal Apron IOWA DOT SMARTER I SIMPLER I CUSTOMER DRIVEN WV#IW' I ©WBCftt' tt% Employee Services/Civil Rights Team 800 Lincoln Way, Ames, IA 50010 PhEmaS: RECEIVED danny.wagener@lowadot. us January 25, 2018 JAN 2 9 201$ Vallarie Holm Tiedt Nursery, Ltd. 2419 E . Bremer Avenue Waverly, IA 50677 RE: Affidavit of Continued DBE Certification Eligibility Ms. Holm , This letter confirms receipt of your annual No Change Affidavit and supporting documentation . The Iowa Department of Transportation (Iowa DOT) , in compliance with 49 Code of Federal Regulations Part 26 (49 C . F. R. §§26 et seq. ) , is pleased to inform you that your firm's information has been reviewed and approved . Your firm's Disadvantaged Business Enterprise (DBE) certification will remain valid for another year. The DBE Directory, located at httos://secure.iowadot.gov/DBE/Directory will continue to list your contact information and will include the following NAICS codes and description of services performed : NAICS Code: 237990, 238990, 561730 Work Types: Erosion Control (Seed, Sod , Mat, and Silt Fence), Fencing , Herbicide Application; Londscaping _(Trees and $hrubs), .MQwing, and. Retaining Wails; Supplier: Trees, Shrubs, Seed , Fertilizer, Erosion Control Products, Plastic _ . Tubing , and Fencing As a DBE, you have the responsibility to comply with all aspects of 49 C . F. R . Part 26; maintain an accurate mailing address and phone number with Iowa DOT and promptly return all solicitation inquiries. If you have any questions , please contact this office. Sincerely, Danny Wegener Civil Rights Compliance Officer PROPOSAL ATTACHMENT: PART F — ADDITIONAL REQUIREMENTS ITEM 3 — DBE FORMS LETTER OF INTENT Disadvantage Business Enterprise (This page shall he sehmiltee{fur each DBE firw) Bidder/Offer Name: tC• GUhh ho 4nn Address: City: 9r �� 5 State: _t./9 Zip: Som /3 DBE Firm : DBE Firm: Advanced Traffic Control , Inc. Address: PO Box 8958 city; Cedar Rapids skate; Iowa zip: 52408 DBE Contact Person: Name: Vaugn Miller Phone: G19) 3A6-5 69 DBE Certifying Agency: Iowa Department of Transportation Expiration Date: 12/31 /18 (renewal) Each DBE Pirin shall suhmlt evidence (.each m a photocopy) of their certification states. Classification : ❑ prime Contractor © Subcontractor ❑Joint Venture ❑ Manufacturer ❑ supplier Work item(s) to be performed by Description of Work Item Quantity Total DBE 1 Mobilization LS $5,000 . 00 2 'Traffic Control LS $8,000 . 00 12- 13 Pavement Markings 31675 SF 515,878. 75 Alt I - Item 2 ra rc ontrOl LS 5,000. 00 The bidder/offeror is committed to utilizing the above-named DBE firm for the work described above. The estimated participation is as follows : DBE contract amount:$ 3 31 S 7g 7:5� _Percent of total contract: AFFIRMATION: The above-namedy�DBE firm affirms that it will perform die portion of the contract for the estimated dollar value as stated above. By; President (SfgnalareJ (Title) Nate: In the event the bidder/offeror does not receive award of the prime contract, any and all representations in this Letter of Intent and Affirmation shall be null and void. DBE 1 � �dttttt�teYtts.� �1�'3A� � �` ct � v ` k[as �ettli� �guireMe>its tipdet tt�t �r,�tri��tanii�1ga�cd b� tlt>: U ;a �dpartttlenr �ETr�ns�or#�tton.ksur`�natt�to 4`� Ctuluu;� Federt;k s` Re�uig�fo�s ;?drt �tr �tA �se3�gtbl� to �patttFipatet>sgptsatteaht�tdet��us[xia�s �utet�seta} i]rpiov���e�attiti�tt,of'��n@prart�up� . , ' . . 13taam 7C4dd $ndldri illCector Ci3lftoe R£ Bu1it yeeaeve i�tsnemmct�uhoilme� bavQkc$ aytlad�psrnnencupaiisndubflnanpt6andsAtaompatwis dhlcetsne aiitingnea aS�nK �ueandway4e �eyulgpdcp \ su�pl,Ydt'[z+aai tfat [tatt fnbne\4 nosviti�atalt{t(h8 �4a.{sxuance ai`thta �titkate WATERLOO REGIONAL AIRPORT REHABILITATE WEST TERMINAL APRON FAA AIP PROJECT # 3-19-0094-046 RECORD OF DBE PRE-BID CONTACT DOCUMENTATION OF GOOD FAITH EFFORTS DBE DATE CONTACT DBE QUOTE Quote FIRM CONTACTED METHOD RESPOND RECEIVED Used In Bid Advanced Traffic Control 06/05/18 Email Yes Yes Yes Interstate Sealant & Concrete 06/05/18 Email Yes No N/A Dormark Construction 06/05/18 Email No No N/A Bonnie's Barricades 06/05/18 Email No No N/A Delong Construction, Inc. 06/05/18 Email No No N/A Rockette Trucking & Construction 06/05/18 Email No No N/A Anne Duffield Construction 06/05/18 Email No No N/A Watco Construction 06/05/18 Email No No N/A Tiedt Nursery 06/13/18 Phone Yes Yes Yes Parking Lot Specialties 06/14/18 N/A Yes Yes No F p � = kit 13 E Jv Q HI 9 c $ gad s a d � a6n o � aro EML 5 - 6 � x Irk 3 ¢ 3 10 dA $ sg ° z p BUY AMERICAN CERTIFICATION FORM FOR MANUFACTURED PRODUCTS (Non-building projects such as airfield/roadway construction, equipment acquisition, etc.) As a matter of bid responsiveness, the Bidder or Offeror must complete, sign, date, and submit this certification statement with their proposal . The Bidder or Offeror must indicate how they intend to comply with 49 USC § 50101 by selecting one on the following certification statements . These statements are mutually exclusive . Bidder must select one or the other ( not both) by inserting a cheeckmark ( */) or the letter "X" . 2 The Bidder or Offeror hereby certifies that it will comply with 49 USC § 50101 by: a) Only installing steel and manufactured products produced in the United States, or; b) Installing manufactured products for which the FAA has issued a waiver as indicated by inclusion on the current FAA Nationwide Buy American Waivers Issued listing, or; c) Installing products listed as an Excepted Article, Material or Supply in Federal Acquisition Regulation Subpart 25 . 108. By selecting this certification statement, the Bidder or Offeror agrees : 1. To provide to the Owner evidence that documents the source and origin of the steel and manufactured product . 2 . To faithfully comply with providing US domestic product. 3 . To furnish US domestic product for any waiver request that the FAA rejects . 4. To refrain from seeking a waiver request after establishment of the contract, unless extenuating circumstances emerge that the FAA determines justified . ❑ The Bidder or Offeror hereby certifies it cannot comply with the 100% Buy American Preferences of 49 USC § 50101(a) but may qualify for either a Type 3 or Type 4 waiver under 49 USC § 50101( b) . By selecting this certification statement, the apparent Bidder or Offeror with the apparent low bid agrees : 1 . To the submit to the Owner within 15 calendar days of the bid opening, a formal waiver request and required documentation that support the type of waiver being requested . 2 . That failure to submit the required documentation within the specified timeframe is cause for a non-responsive determination may result in rejection of the proposal . 3 . To faithfully comply with providing US domestic products at or above the approved US domestic content percentage as approved by the FAA. 4. To refrain from seeking a waiver request after establishment of the contract, unless extenuating circumstances emerge that the FAA determines justified . Required Documentation Type 3 Waiver - The cost of the item components and subcomponents produced in the United States is more that 60% of the cost of all components and subcomponents of the "item" . The required documentation for a type 3 waiver is : a ) Listing of all product components and subcomponents that are not comprised of 100% US domestic content ( Excludes products listed on the FAA Nationwide Buy American Waivers Issued listing and products excluded by Federal Acquisition Regulation Subpart 25 . 108; products of unknown origin must be considered as non-domestic products in their entirety) . FAA Alp 93 - 19-0094046 P- 16 Waterloo Regional Airport AECOM Project #60562796 Rehabilitate West Terminal Apron b) Cost of non-domestic components and subcomponents, excluding labor costs associated with final assembly at place of manufacture . 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 . l0// /S _'/ `/ o Date ', /nature 1C [i4nJ7 ' n4lwlM Company Name Title FAA A1P #3- 19-0094-046 P- 17 Waterloo Regional Airport AECObf Project #60562796 Rehabilitate West Terminal Apron BID BOND KNOW ALL MEN BY THESE PRESENTS, that we K. Cunningham Construction Co., Inc. asPrincipal, and United Fire & Casualty Company as Surety areheldand firmlybound unto the Waterloo Regional Airport 2790 Livingston Lane, Waterloo. Iowa, hereinafter call "Owner", in the penal sum of Five Percent of Amount Bid-------------- ---------- ------- -------------------- Dollars ($ 51- ) 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 June 14, 5201$ for Rehabilitate West Terminal Apron , at the Waterloo Regional Airport, Waterloo, Iowa, FAA AIP Project No. 3 - 19- 0094-046. 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 14%ay of June A.D., 2018 . (Seal) Witness K. Cunnin h Construction Co. , Inc. By Principal / (Title) TaB o U < e - i�resafM� (Seal) Surety,U/,��tited Fire & Casualty Company By 1 41015�6YI Nancy D . Ballttatt (Attorney-In-Fact) Attach Power-Of-Attorney FAA AIP #3- 19-0094-046 P-8 Waterloo Regional Airport AECOM Project 960562796 Rehabilitate West Terminal Apron UNITED FIRE & CASUALTY COMPANY, CEDAR RAPIDS, IA �� UNITED FIRE & INDEMNITY COMPANY, NYB RO R, LI Inquiries: Sureecond Ave SE FINANCIAL PACIFIC INSURANCE COMPANY, ROCKLIN, CA 118 Second Ave SE CERTIFIED COPY OF POWER OF ATTORNEY Cedar Rapids, IA 52401 (original on file at Home Office of Company — See Certification) KNOW ALL PERSONS BY TI CSF PRESENTS, Umt UNITEDFIRE & CASUALTY COMPANY, a corporation duty organized and existingunder the laws of the State of Iowa; UNITED FIRE & INDEMNITY COMPANY, a corporation duly organized and existing under the laws of the State of Texas, and FINANCIAL PACIFIC INSURANCE COMPANY, a-corporation duly organized acrd existing under the laws of the State of California (herein collectivjcalled the Comppanies); and having Their corporate head,C]carters in Cedar Rapids, State of Iowa, does make, constitute and appoint GREG T . LA AIR , . ,. NANCY . D . BALTUTAT , . n1ARK E , KEAIRNES , PATRICK K . DUFF , JEFFREY R'. BAKER , ,.JOSEPH I . SCHMIT , JILL SHAFFER , CHRISTOPHER R . SEIBERLING , :EACH INDIVIDUALLY of WEST DES MOINES IA their true and lawful Attomey(s)-in-Fact with power and authority hereby conferred to sign, seal and execute in its behalf all lawfulbonds, undertakings and other obligatory instruments of sinular nature provided that no single obligation shall exceed $ 100 , 000 , 000 . 00 and to bind the Companies thereby as filly and to the same extent as if such instruments were signed by the duly authorized officers of the Companies arid all of the acts of said Attorney, pursuant to the authority hereby given and hereby ratified;and confirmed The Authority hereby granted is continuous and shaft remain in full force and effect until revoked by UNITED FIRE & CASUALTY COMPANY, UNITED FIRE & INDEMNITY COMPANY, AND : FINANCIAL PACIFICINSURANCE COMPANY'. This Power of Attorney is made and executed pursuant to and by authority of the following bylaw duty adopted on May 15, 2013, by the Boards of '. Directors of UNITED FIRE & CASUALTY COMPANY, UNITED FIRE & INDEMNITY COMPANY, and FINANCIAL PACIFIC INSURANCE COMPANY "Article VI — Surety Bonds and Undertakings" Section 2, Appointment of Attomey-in-Fact. "The President or any Vice President, or any other officer of the Companies may, from time to time, appoint by written certificates attorneys-m-fact to act in behalf of the Companies in the execution of policies of insurance, bonds, undertakings and other obligatory instruments of like nature. The signature of any officer authorized hereby, and the Corporate seal, may be affixed by facsimile to any power of attorney or special power of attorney or certification of either authorized hereby, such signature and seal, when so used, being adopted by the Companies as the original signature of such officer and the original seal of the Companies, to be valid and binding upon the Companies with the same force and effect as though manually affixed. Such attorneys-in-fact, subject to the limitations set :..forth in theirrespective certificates of authority shall have full power to bind the Companies by their signature and execution of any. such instruments and to attach the seal of the Companies thereto. The President or any Vice President, the Board of Directors or any other officer of [lie Companies may at any time revoke all power and authority previously given to any attorney-in-fact. ,c* eu ""rr- o° 'Oc irus�"".,,, IN WITNESS WHEREOF, the COMPANIES have each caused these presents to be signed by its 49� conro �oPPORgE 0"':, vice president and its corporate sea! to be hereto affixed this 10th day of March , 2014 � iLY zz - UNITED FIRE & CASUALTY COMPANY L SIAL906 UNITED FIRE & INDEMNITY COMPANY A5� UCOORA� r - q//FOO �� - FINANCIAL PACIFIC INSURANCE COMPANY nin By: n rte , . _Q/b /✓ k State Iowa, County of Limn, ss: President On 10th day. of March , 2014 , before me personally came Dennis J . Richmann to known, who beingby me duly sworn, did depose and say; that he resides in Cedar Rapids, State of Iowa; that he is a Vice President of UNITED FIRE & CASUALTY COMPANY, a Vice President of UNITED FIRE & INDEMNITY COMPANY, and a Vice President of FINANCIAL PACIFIC INSURANCE COMPANY the corporations described. in and which executed the above instrument; that he knows tbo seal of said,corporations; that the seal affixed tothe said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporations and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporations, _ Judah ta Davis. Iowa Notarial Seal nu Commission number 173Q41 4123/2 Notary Public ow My Commission Expires 04/23/2018 My cormmssion expires: 04/23/2018 1, David A. Lange, Secretary of UNITED FIRE & CASUALTY COMPANY and Assistant . Secretary ,of IT'D FIRE & INDEMNITY COMPANY, and Assistant Secretary of FINANCIAL PACIFIC INSURANCE COMPANY, do hereby certify that I have compared the foregoing copy of the Power of Attorney and affidavit, and the copy of the Section of the bylaws and resolutions of said Corporations as set forth in said Power of Attorney;; with true ORIGINALS ON FILE IN THE HOME OFFICE OF SAID CORPORATIONS , and that the game are correct transcripts thereof, and of the whole of the said originals, and that the said Power of Attorney has not been revoked and is now in full force and effect. In testimony whereof I have hereunto subscribed my name and affixed the corporate seal of the said Corporations - this 14th day of June 120 18 GpPPOHq cR B y � SEAL S 9 06 2 ;, gClFOaa It I Secretary, UF&C Assistant Secretary, OF&1/EPIC BPOA0049 0115