Loading...
HomeMy WebLinkAboutCroell, Inc. 1 ° : . t h % % u? rem ELL CRO W40P CROELL INC %64% AING NEW PPVO- 90X369 N ? d HAMPTON, IOWA 50659-0363 1 w 1 \ V t Lt � ADDENDUM NO. 1 TO THE BIDDING DOCUMENTS FOR REHABILITATE WEST TERMINAL APRON FAA AIP 3-19-0094-046 WATERLOO REGIONAL AIRPORT AECOM #60662796 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. 1. The following changes have been made to the specifications: a. Proposal Form, Pane P-2, Base Bid , Item 19 : Revise Quantity from " l 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 "P" 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 P-1 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 - 6/12/2018." P\60537973 ALO Tw C Addl Designl500_Deliveeablesk%3_Bidding DocunnendsWddendun 1 - Bid Package #1 - 06-20-201'1 - FAA AM 3-19-0094-045doc 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 ProjectNo . 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-inch Portland 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 ofjoint 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 � — IL/ ` t° d , 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. 3-19-0094-046 ITEM SPEESTIMATED UNIT BID TOTAL BID NO, NO.C. DESCRIPTION UNIT QUANTITY PRICE PRICE 1 GP 105 MOBILIZATION AND LS 1 $ �G , 000600 $ (010 (70 oo DEMOBILIZATION 2 GP 105 TRAFFIC CONTROL LS 1 $J0 000, $ X0, 1200 o P83 GP 50-06 CONSTRUCTION SURVEY LS 1 $ i t91000. 00 $ 10, 000 , 00 4 P-101 PAVEMENT REMOVAL SY 3,400 $ gt90 $ IbI320. $0;?y5 PLANS REMOVAL OF STRUCTURE EA 1 $ , 000. 00 $ .�, 0000 00 6 P-152 UNCLASSIFIED EXCAVATION CY 19700 $ / a .5n $ � l10z; 0 , 00 7 P-154 SUBBASE COURSE CY 690 $ 8; r, 0 0 $ Sg (o50 , 00 P-208 AGGREGATE BASE COURSE - 6INCH SY 3,400 $ /S', DO $ S / 0000 0 0 FAA AN 43- 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 $ ) (./ &, 00 $ / 0$J 085. 00 10 P-501 10-INCH PORTLAND CEMENT SY 960 $ CONCRETE PAVEMENT (os, 00 $ (pa (/00, 00 11 P-501 12-INCH PORTLAND CEMENT SY 29440 $ 60 , 00 $ / $/, d So , 00 CONCRETE PAVEMENT 12 P-620 RUNWAY AND TAXIWAY MARKING SF 37675 $ q , 2 !g Is lS10Igo 75 13 P-620 REFLECTIVE MEDIA (TYPE I, LB 260 $ � 0 (2 $ ,? (p 0, ll 67 GRADATION A) 14 PLANS AIRCRAFT TIEDOWN ANCHORS IN EA 20 $ 2 25 . 00 $ 1 fe�*D0. 00 NEW PAVEMENT 15 PLANS CRAFT TIEDOWN ANCHORS IN EA 10 $ gQO, ao $ 000 , 0o EXISTING PAVEMENT 4-INCH PERFORATED SUBDRAIN 16 D-705 (SDR 35) COMPLETE, INCLUDING LF 270 $ POROUS BACKFILL AND FILTER S / 7SO $ FABRIC 17 D-705 4-INCH NON-PERFORATED SUBDRAIN LF 165 $ 10. 00 $ /� 66'0, 00 (SDR 35) 18 D-705 SUBDRAIN CLEANOUT EA 3 4 / / s00, OC $ L/ rj 000 00 19 D-751 ADJUST EXISTING CATCH BASIN EA 2 S ?' Oeo . 0c $ 7, 00a00 20 D-751 CATCH BASIN EA 2 $$ /1/ pQO, 0Q $ 1 1, 000 , OD TOTAL 03ASE BID) $ �3 ()t ;?3 ?ss ' Add Alternate Bid No. 1 - Saw and Seal Joints I P-101 SAW AND SEAL JOINTS LF 4,950 $ LJ, & ,C(pS S 23 / 0 / �7 150 2 GP-105 Traffic Control LS 1 $ -55000 , 00 S !3 060 0 00 TOTAL INCLUDING ADD ALTERNATE $ 2a 2 017. 5 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 of the 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 fine, 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 #3-19-0094-046 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 of the entire contract within sixty-five (65 ) calendar days from the date established inthe Notice to Proceed. An extension of time may be allowed when extra or additional work is ordered by the Engineer. 12. The undersigned agrees that within 30 days after award of this contract, the Contractor/Subcontractor shall file a compliance report (Standard Form 100) if s/he has not submitted a complete compliance report within 12 months proceeding the date of award. This report is required if the Contractor/Subcontractor meets all of the following conditions: a. Contractors/Subcontractors are not exempt based on 41 CFR 60-1 ,5 . b. Has 50 or more employees. c. Is a prime contractor or first tier subcontractor. d. There is a contract, subcontract, or purchase order amounting to $50,000 or more. 13 . To satisfy Clear Air and Water Pollution Control Requirements on all Construction Contracts and Subcontracts exceeding $ 100,000 .00 Contractors and Subcontractors agree: a. That any facility to be used in the performance of the Contract or to benefit from the Contract is not listed on the Environmental Protection Agency (EPA) List of Violating Facilities. b. To comply with all the requirements of Section 306 of the Clean Air Act (42 USC 1857(h)), and Section 508 of the Clean Water Act (33 USC 1368), Executive Order 11738, and Environmental Protection Regulations (40 CFR Part ( 15)). FAA Aft? #3- 19-0094-046 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 . 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. 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, cancellationof the contract or subcontract for default at no cost to the Government. Nothing contained in the foregoing shall be construed to require establishment of system of records in order to render, in good faith, the certification required by this provision. The knowledge and information of a contractor is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. This certification concerns a matter within the jurisdiction of an agency of the United States of America and the making of a false, fictitious, or fraudulent certification may render the maker subject to prosecution under Title 18, United States Code, Section 1001 . 15 . The bidder/offeror certifies, by submission of this proposal or acceptance of this contract, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. It further agrees by submitting this proposal that it will include this clause without modification in all lower tier transactions, solicitations, proposals, contracts, and subcontracts. Where the bidder/offer/contractor or any lower tier participant is unable to certify this statement, it shall attach an explanation to this solicitation/proposal. FAA AIP #3-19-0094-046 P-4 Waterloo Regional Airport AECOM Project # 60562796 Rehabilitate West Terminal Apron ` Revised Per Addendum No. 1 - 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 firm who has an interest in the contractor's firm is a person or firm ineligible to be awarded Government contracts by virtue of section 3(a) of the Davis-Bacon Act or 29 CFR 5 . 12(a)( 1). 18. No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue of section 3(a) of the Davis-Bacon Act or 29 CFR 5 . 12(a)( 1 ). 19. The undersigned hereby declares that the only parties interested in this Proposal are named herein, that this Proposal is made without collusion with any other person, firm or corporation, that no member of the Council, Waterloo Regional Airport or agent of the City of Waterloo, Iowa, is directly or indirectly financially interested in this bid. 20. In submitting this bid, it is understood that the right to reject any and all bids has been reserved and that this bid may not be withdrawn for a period of 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 (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. 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 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 Rinds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal grant, the Contractor shall complete and submit Standard Form-LLL, "Disclosure of Lobby Activities", in accordance with its instructions. C, The Undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into . Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31 , U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $ 10,000 and not more than $200,000 for each such failure. 23 . BUY AMERICAN CERTIFICATE (Title 49 U.S .C. Chapter 501 ) As a condition of bid responsiveness, the bidder must how it intend to comply with the Buy American preferences established under Title 49 U.S.C. Section 50101 . Bidder must complete the attached Buy American certification. Ifthe 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. FAA All? #3-19-0094-046 P-5 Waterloo Regional Airport AECOM Project # 60562796 Rehabilitate West Terminal Apron Revised Per Addendum No. 1 - 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 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 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 of the following actions with respect to any employee who is convicted of 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 FAA All? #3- 19-0094-046 P-6 Waterloo Regional Airport AECOM Project # 60562796 Rehabilitate West Terminal Apron Revised Per Addendum No. l - 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 / / 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 DCorporation Joint-venture: all parties must join-in and execute all documents ❑ Other Respectfully submitted, er By j Signal e Title 'k/mwewo// . Address �SriB 'i, /47 .SrUletr9 (Include Zip Code) Telephone No. FAA AIP #3-19-0094-046 P-7 Waterloo Regional Airport AECOM Project # 60562796 Rehabilitate West Terminal Apron NON-COLLUSION AFFIDAVIT OF PRIME BIDDER I�I - State of _ l D (.Jct ) I _ )ss County of beingfirstdulyswom, deposes and says that (1) He is (Owner, Partner Offic epresentativ orA ent) of / / ✓D G l ( „ 416 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 agreementor 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, repre entatives, owners, employees, or parties in interest, including this affiant. (Signed) Title 6t'iYl yxo� Subscribed and sworn to before me o this day of ✓ /tib 2018. aM Ti e My Commission Expires 3I (4 201 . � iq, JULIE A BLOOM F Commission Number 178535 low My Mmtftn Expires FAA MP H3-19-0094-046 P09 Waterloo Regional Airport AECOM Project 960362796 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 againstbecause of his race, political orreligious 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 # I COMPANY EXECUTIVE OFFICER AFFIRMATIVE ACTION OFFICER ADDRESS OF THE AFFIRMATIVEACTION OFFICER X 0/0 r�Jnwcry � /✓QW h�^ , iH , 1�. S06Sa/ PHONE NUMBER FAA AIP #3 -19-0094.046 P41 Waterloo Regional Airport AECONI Project #60562196 Rehabilitate West Terminal Apron BIDDER'S INFORMATION SHEET A. BIDDER'S CAPACITY: (Check One) I . Individual ❑ 2. Co-Partnership ❑ 3 . Corporation Xfj B. (IF ITEM 2 IS CHECKED, COMPLETE THE FOLLOWING) State of AL Names and Addresses of Partners 1 , 2. 3 . 4, 5. C. (IF ITEM 3 IS CHECKED, COMPLETE THE FOLLOWING) State of Incorporation �Y� WCI Names and Addresses of Officers: // )�y�y�/vim-"• President Secretary Treasurer �(/� FAA AIP #3.19m0094-046 P-12 Waterloo Regional Airport AECOM Project #60562196 Rehabilitate West Terminal Apron SYNOPSIS OF EXPERIENCE RECORD This/synopsis must accompany Proposal Form.) NameofBidder �� .''//Y�� ' Business Address � V t9 K W 4ve� A)&, ' Individual ( j Partnership O Corporation O (Check One.) Construction successfully completed within past five years similar in size, scope, and difficulty ofconstruction to the work bid upon. Name of Location of Amount of Name of Owner Project Project Contract I � UT uI'�ftq le/ a/, ODU, o 2 �G�OTLaw a0 _ 17, UUU, Dv lAh //� 9 3/� DDO, DD6 NAL / �/ �IW nd �C �a0i G Number of Contract Days Actual Number of Days to Allowed for Above Projects Complete above Project o/) 7 4t 2 00 & / 3 A521) 4 (JV D/ dr 5 / So scileUu/cc✓ ''- ari f•�tL (Signed) Name of Company (By) (TITLE) ^ Date FAA AIP #349-0094-046 P- 13 Waterloo Regional Airport AECOM Project #60562796 Rehabilitate West Terminal Apron To: Croell NEW Page 1 of 4 2018-06-13 19:19:50 (GMT) 13193960328 From: Vaugn Miller PROPOSAL ATTACHMENT: PART F — ADDITIONAL REQUIREMENTS ITEI1i 3 — DBE FORMS LETTER OF INTENT Disadvantage Business Enterprise (This page shall be submitted for each DBE,irm) Bidder/Offer Name J� l - Address; o City: l� State: zip:�� DBE Firm: DBE Firm: Advanced Traffic Control , Inc. Address: PO Box 8958 City: Cedar Rapids State: Iowa zip: 52408 DBE Contact Person: Name: Vaugn Miller Phone: (319) 396-5269 DBE Certifying; Agency: Iowa Department of Transportation Expiration Date: 12/31 /18 (renewal) Each DBE Firm shall submil evidence (crtch as ophotocoyy) aftheircertifica7ian :rhihts. Classification: El Prime Contractor El Subcontractor ❑Joint Venture ❑ Manufacturer [] Supplier W ork itent(s) to he performed by Description of Work Item Quantity Total DBE 1 Mobilizatioti LS $5,000 .00 2 Traffic Control LS $8,000.00 1243 Pavement Markings 3,675 SF $ 15 , 878 . 75 Alt 1 - Item 2 Tra tc C. ontro I.S 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: ;79� O8 DBE contract amount:$ �Q 2Percent of total contract: s 0/0 AFFIRMATION: The above-named DBE firm affirms that it will perform die portion of the contract for the estimated dollar value as stated above. t 3 President (Signature) t'* (Title) Note: In the event the bidder/offeror does not receive award of the prime contract, any and all representations In this Letter of Intent and Affirmation shall be null and void, DBE LETTER Or INTENT Disadvantage Business Enterprlso (This page shall be snbtnitterlfor eaehDBEfirm) Bidder/Offer Name; arae /r (n(, a Address: Zd (0 /G!n µ/Joe d✓e HHS City: NCW 04t1492LM -• state: 14 zip: SoGt9 DBEMrm: DBEPhm: /('Hare OufXW 1%Nlft1s 10c1 Address: N 2 r E AAC N W — City: Cedese Xcl'gowf state: f A- zip: Szyo� DBE Contact Person: Name: A gofRe q u gpe U Phone: (it o yGl/7� DBE CartityingAgencyt . 1,00T Expi anon Date:z /? Each DBEFtrm shall mhadi evtdence (ssah as a pholaeopy) oflheh•eerttftcatton srnh7s, Classification: ❑ primo Contractor ❑subcontractor EIointVenmre Manufacturer GKupplier Work 1101n(s) to be performed by Desaeiptlon of Work Item Quantity Total DBE 2 G Gc /33/ 7, The biddor/offeror is committed to utilizingthe above-named DBE firm for the work described above, The estimated participation is as follows: t DBE contract amount:$ /Z3f7 . l Percent of totalcorthact; �• 9f� AFFIRMATION: The above-named DBE firm affiams that thvilf perform the portion of the contractfor the estimatod dollar value as stated above, By: (Stgiwn f (1711x) . Note: In the event the bidder/offeror does not receive mvard ofthe prime contract, anyand all representations in this Letter of Intent and Affirmation shall be mail and void, FAA AW 9349494446 P-19 ,Naterlao Regional Airport AECObi Project 960562796 Rehabilitate West Terminal Apron UTILIZATION STATEMENT Disadvantage Business Entetprise The undersigned bidder/offeror has satisfied the requirements of the bid specification in the following manner. (Please mark the approp-iate box) The bidder/offeror is committed to a minimum of 07—I% DBE utilization on this contract. ❑ Thebidder/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 fun (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 CivitRight Staff of the Federal Aviation Administration. �V ✓i (/ �" Bidders/Offepuni ntc nature DBE UTILIZATION SUMMARY Contract Amount DBE Amount Contract Percentaee DBE Prime Contractor $ 2x 1 .00 — $ % DBE Subcontractor $ 5 $ 79'*7s x l .00 = $ 35gNt s' DBE Supplier ; x 0.60 = $ °� DBE Manufacturer $ °� 3 �ry x 1 .00 = $ J ;i /7- ' $� t 9 f 0/0Total Amount DBE $ LIteI ` `� `� �i/� '�3�� % DBE Goal $ ;--°1- 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 -19-0094-046 P- 14 Waterloo Regional Airport AECOM Project #60562796 Rehabilitate West Terminal Apron BUY AMERICAN CERTIFICATION FORM FOR MANUFACTURED PRODUCTS (Non-building projects such as airfield/roadway construction, equipment acquisition, etc.) As a matter of bid responsiveness, the Bidder or Offeror must complete, sign, date, and submit this certification statement with their proposal. The Bidder or Offeror must indicate how they intend to comply with 49 USC § 50101 by selecting one on the following certification statements. These statements are mutually exclusive, Bidder must select one or the other (not both) by inserting a checkmark (✓) or the letter "X". �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 . Reaulred 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 AIP 03-190094-046 P-16 Waterloo Regional Airport AEC041 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 de. Al Dattnatu ` All Company Name Title FAA AIP #3- 19-0094016 P47 Waterloo Regional Airport AECOr11 Project #60562796 Rehabilitate West Terminal Apron Buy America Conformance Listing Title 49 U.S.0 Section 50101 (b) For Airfield Development Projects funded under the Airport Improvement Program • Prepar•allon ofa Componew Cost Calculation Table is not necessaryfor egoipmenl listed on the FAAnalional /istiog: 1 r1 n yavllirnnrlsrnla/oroern•mumnlfidend contrnet vroWsians medirdl uv (Line) term i •aivi ec rh • Bid& shall submit a listing of egntprnenl u proposes to install on the project that is inclnded on the current National Buy American conformance list. EguipmentType Name of Manufacturer Praduet Number �r7ov,-ye e e1 tcnw - 3`r9U — Certification Sienature: Bidder hereby certifies that (lie above listed equipment, which we propose for installation on the subject project, are on the current National Buy America Conformance list as established at: http://www.f,ii.gov/airDOrIS/8il)/])I'oetivetiiciit/federal contract provisionshnedia/buv anierican waiver xis I hereby certify the above information is accurate and complete. i Biddet6 in n 1 N '' nnture FAA AIP #3 - 19-0094-046 P-20 Waterloo Regional Airport AECOM Projecth! 60562796 Rehabilitate West Terminal Apron BID BOND KNOW ALL MEN BY THESE PRESENTS, that we Croell, Inc. as Principal, and North American Specialty Insurance Company 8 Surety are held and firmly bound unto the City of Oelwein 20 Second Avenue SW. Oelwein, Iowa 50662, hereinafter call "Owner", in the penal am of Five Percent of Amount Bid --------•------ Dollars ($ 5% ) 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 21 2018 for Paving Connector Taxiway to Runway 13 End. 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 famishing 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; itbeing expressly understood and agreedthat 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 bidbond shall be forfeited to the Owner inliquidation 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 officer this 11th day of June A.D., 2018. (Seal) itn ss Croell, Inc Principal By Title) North American Specialty Insurance Com an (Seal) Sur B Dione R. Young (Alto ray- ' -Act) Attach Power-Of-Attorney FAA AIP #3-19-0067-009 P-8 Oelwein Municipal Airport AECOM Project #60564825 Paving Connector Taxiway to Runway 13 End SWISS RE CORPORATE SOLUTIONS NORTH AMERICAN SPECIALTY INSURANCE COMPANY WASHINGTON INTERNATIONAL INSURANCE COMPANY WESTPORT INSURANCE CORPORATION 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 Overland Park, Kansas 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 Overland Park, Kansas, and Westport Insurance Corporation, organized under the laws of the State of Missouri, and having its principal office in the City of Overland Park, Kansas each does hereby make, constitute and appoint: JAY D. FREIERMUTH, CRAIG E. HANSEN, BRIAN M. DEIMERLY, SHIRLEY S. BARTENHAGEN, CINDY BENNETT, ANNE CROWNER, TIM MGCULLOH„ STACY VENN, DIONE R. YOUNG, and W ENDY ANN CASEY JOINTLY OR SEVERALLY Its true and lawful Attomey(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 ONE HUNDRED TWENTY FIVE MILLION ($ 125,000,000.00) 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 North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held on March 24, 2000 and Westport Insurance Corporation by written consent of its Executive Committee dated July 18, 2011. "RESOLVED, that any two of the President, 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 future with regard to any bond, undertaking or contract of surety to which it is attached." \N\M1pll7Y igii yo mmm t. 1ONANAZ /4. ,s,�r�pyl� \5Q: 'p'P.POq,� G tr}"GORPOJ7q�.SG By on saran 11IRN F'�[y e SEALm E Steven P. eranm corns tea rat corn Washington International a into 1• 2: ,� +� n & Senior Vice President of North American Specialty insurance Company �l�_•' I� SEAL . m =_ o & Senior Vice Presfdentarwmt tNsurance Corporauen s - 5twl, 1873 Ar -oz- %to n Por//// SSt fi � �• oBy il/ N N'\\\N 1't * c+ Mite A. Ito, Senior Vire Provident of Washington International Insurance Company � ffJ/alllllnll\\\ nuninnta� & Senior Vice President of North American Specialty Insurance Company & Senior Vice President of Westport Insurance Corporation IN WITNESS WHEREOF, North American Specialty Insurance Company, Washington International Insurance Company and Westport Insurance Corporation have caused their official seals to be hereunto affixed, and these presents to be signed by their authorized officers this this 3rd day of November , 20 17 North American Specialty Insurance Company Washington International Insurance Company State of Illinois Westport Insurance Corporation County of Cook ss: On this 3rd day of November 20 17 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 Senior Vice President of Westport Insurance Corporation and Michael A. Ito Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and Senior Vice President of Westport Insurance Corporation, personally known to me, who being by me duly swom, acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to. be. the voluntary act and deed of their respective companies. OFFICIAL SEAL M. KENNY Y iy`.s� Noise Nblic- State of Illire is MyC 1Lausiozetpn" M. Kenny, Notary Public 1 I, Jeffrey Goldberg. the duly elected Vice President and Assistant Secretary of North American Specialty Insurance Company, Washington International Insurance Company and Westport Insurance Corporation 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, Washington International Insurance Company and Westport Insurance Corporation which is still in full force and effect. IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Companies this 11th day of June 2018 . Jeffrey Goldberg, Vice President & Assistant secretary of Washington International Iwumnce Company & North American Specialty Insurance Company & Vice President & Assistant Secretary of Westport Insurance Corporation