Loading...
HomeMy WebLinkAboutCedar Valley Corp., LLC Bid of Cedar Vallev Carp. LLC for Rehabilitate West Terminal Apron Waterloo Regional Airport Waterloo, Iowa FAA AIP Project No: 3-19-0094-046 - June Zvlk Cedar Valley Corp. 2637 Wagner Road • P.O. Box 1740 • Waterloo, Iowa 50704 City Clerk 715 Mulberry Street Waterloo, IA 50703 I i II R i 1 BID SECURITY _ � I I 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 Airpo rt, Waterloo, Iowa, FAA AIP Proj ect No. 3-19-0094-046, and has examined the site of the work and is familiar with local conditions pertaining to the work. 2. The extent of the work involved is to 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 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 5 ./ . HCd I f'' hereby proposes to do the work called for in said Contract and Specifications and shown on said Plans and Addendum Nos, and to f n-nish 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 SPEC. ESTIMATED UNIT BID TOTAL BID NO, NO, DESCRIPTION UNIT QUANTITY PRICE PRICE 1 GP 105 MOBILIZATION AND LS 1 $ $ DEMOBILIZATION 2 GP 105 TRAFFIC CONTROL LS 1 $ $ 3 GP 50-06 CONSTRUCTION SURVEY LS 1 $ $ 4 P-101 PAVEMENT REMOVAL SY 3,400 $ $ 5. PLANS REMOVAL OF STRUCTURE EA 1 $ $ 6 P-152 UNCLASSIFIED EXCAVATION CY 1,700 $ $ 7 P-154 SUBBASE COURSE CY 690 $ $ 8 P-208 AGGREGATE BASE COURSE - 6INCH SY 3,400 $ $ FAA AIP #3-19-0094-046 P-1 Waterloo Regional Airport AECOM Project # 60562796 Rehabilitate West Terminal Apron Revised Per Addendum No. 7 - 6/12/2018 ITEM SPEC, ESTIMATED UNIT BID TOTAL BID NO, NO, DESCRIPTION f QUANTITY PRICE PRICE 9 P-403 LIMA BASE COURSE 710 $ $ 10 P-501 10-INCH PORTLAND CEMENT 960 $CONCRETE PAVEMENT P-501 l2-INCH PORTLAND CEMENT 2,440 $ $ CONCRETE PAVEMENT 12 P-620 RUNWAY AND TAXIWAY MARKING SF 3,675 $ $ 13 p_620 REFLECTIVE MEDIA (TYPE I, LB 260 $ $ GRADATIONA) 14 PLANS AIRCRAFT TIEDOWN ANCHORS IN EA 20 $ $ NEW PAVEMENT l5 PLANS AIRCRAFT TIEDOWN ANCHORS IN EA 10 $ $ EXISTING PAVEMENT 4-INCH PERFORATED SUBDRAIN 16 D-705 (SDR 35) COMPLETE, INCLUDING LF 270 $ $ POROUS BACKFILL AND FILTER FABRIC 17 D-705 44NCH NON-PERFORATED SUBDRAIN LF 165 $ $ SDR 35 IS D-705 SUBDRAIN CLEANOUT EA 3 4 $ 19 D-751 ADJUST EXISTING CATCH BASIN EA 2 $ $ 20 D-751 CATCH BASIN EA 2 $$ $ TOTAL (BASE BID) $ ME ME Add Alternate Bid No. I - Saw and Seal Joints I P- 101 SAW AND SEAL JOINTS LF 41950 $ $ 2 GP-105 Traffic Control LS I S S TOTAL INCLUDING ADD ALTERNATE Is 1 , Q Lkq 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 ofLabor and included in the Specifications, are to govern on this project, and the undersigned certifies that he hasexamined 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 %) percentofthe dollarvalue 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 #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 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 CPR 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 AIP 43-19-0094-046 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 contractor subcontract for this project with a contractor that is acitizen or national of a foreign country on said list, or is owned or controlled directly or indirectly by one or more citizens or nationals of a foreign country on said list; c. has not procured any product nor subcontracted for the supply of any product for use on the project that is produced in a foreign country on said list. Unless the restrictions of this clause are waived by the Secretary of Transportation in accordance with 49 CFR 30. 17, no contract shall be awarded to a contractor or subcontractor who is unable to certify to the above. If the contractor knowingly procures or subcontracts for the supply of any product or service of a foreign country on the said list for use on the project, the Federal Aviation Administration may direct, through the sponsor, cancellation of the contract at no cost to the Government. Further, the contractor agrees that, if awarded a contract resulting from this solicitation, it will incorporate this provision for certification without modification in each contract and in all lower tier subcontracts. The contractor may rely upon the certification of a prospective subcontractor unless it has knowledge that the certification is erroneous. The contractor shall provide immediate written notice to the sponsor if the contractor learns that its certification or that of a subcontractor was erroneous when submitted or has become erroneous by reason of changed circumstances. The subcontractor agrees to provide immediate written notice to the contractor, if at any time it learns that its certification was erroneous by reason of changed circumstances. This certification is a material representation of fact upon which reliance was placed when making the award. If it is later determined that the contractor or subcontractor knowingly rendered an erroneous certification, the Federal Aviation Administration may direct, through the sponsor, cancellation of the contract or subcontract for default at no cost to the Government. Nothing contained in the foregoing shall be construed to require establishment of 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 thejurisdiction 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. 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 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 Airportor 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 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 50 10 1 . Bidder must complete the attached Buy American certification. If the bidder requests a permissible waiver to the Buy America requirements, the Bidder identified as with the successful bid must submit a formal waiver request and component cost calculation within the prescribed time identified on the Buy America certification. FAA AIP #3-19-0094-046 P-5 Waterloo Regional Airport AECOM Project # 60562796 Rehabilitate West Terminal Apron Revised Per Addendum No. 1 - 6/122018 24. Drug Free Work Place, Act of 1988 . a. By submission of this offer, the offeror, if other than an individual, who is making an offer that equals or exceeds $25,000, certifies and agrees that with respect to all employees of the 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-- '..., ( I ) 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-fi•ee 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.( I ) 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-la.(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. I - 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 A li� \ i) 1 Xj 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 ❑ Corporation ❑ Joint-venture: all parties must lIom-in and execute all documents Other L,IY it t-C�.^t. t wpt (3 Respectfully submitted,. Bidder By �� ,. �� 0 Signature SE.Nt �., � 1— Title Z le 31 � J' y3 VL P 1A0 Address (Include Zip C de) 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 State of Iowa ) )ss County of Black Hawk ) William C Calderwood being first duty sworn, deposes and says that: (1 ) He is (Owner, Partner. officer, Representative or Agent) cf Cedar Valley Corp. LLC the Bidder that hassubmittedtheattachedBid: (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 forwhich 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 6x 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, represcratives,Rwners, employees, or parties in interest, including this affiant. (Signed) Wit a ervvo Title Sr. Vice President Subscribed and sworn to before me this day of JUn to, ., 2018 , Title �Do2CJ My Commission Expires. V . FAA AIP 0- 19-0094-046 P-9 Waterloo Regional Airport AECOM Project #60562796 Rehabilitate West Terminal Apron NON-COLLUSION AFFIDAVIT OF SUBCONTRACTOR (To Be Submitted After Bid But Prior to Award) State of ) )ss County of being first duly swom, deposes and says that: (I) He is (Owner, Partner Officer Representative or Agent) of the Bidder that has submitted the attached Bid: (2) He is fully informed respecting the preparation and contents of the attached bid and of all pertinent circumstances respecting such bid; (3) Such bid is genuine and is not a collusive or sham bid; (4) Neither the said Bidder nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this affiant, has in any way colluded, conspired, connived or agreed, directly or indirectly, with any other Bidder, firm or person to submit a collusive or sham bid in connection with the Contract for which the attached bid has been submitted or to refrain from bidding in connection with such Contract, or has in any manner, directly or indirectly, sought by agreement or collusion or communication or conference with any other Bidder, firm or person to fix the price or prices in the attached bid or of any other Bidder, or, to fix any overhead, profit or cost element of the bid price or the bid price of any other Bidder, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against the City of Waterloo, Iowa, or any person interested in the proposed Contract; and (5) The price or prices quoted in the attached bid are fair and proper and are not tainted by any collusion, conspiracy, connivance or unlawfid agreement on the part of the Bidder or any of its agents, representatives; owners, employees, or parties in interest, including this affiant. (Signed) Title Subscribed and sworn to before me this day of 2018 . Title My Commission Expires 72018 , FAA AIP 93-19-0094-046 P-10 Waterloo Regional Airport AECOM Project 960562796. 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 41 Cedar Valley Corp. , LLC _ COMPANY William C Calderwood EXECUTIVE OFFICER Destiny Dietrick AFFIRMATIVE ACTION OFFICER ADDRESS OF THE AFFIRMATIVE ACTION OFFICER 2637 Wagner Road Waterloo IA 50703 PHONE NUMBER 319-235-9537 FAA AIP 83- 19-0094-046 P- I I Waterloo Regional Airport AECOM Project #60562796 Rehabilitate West Terminal Apron BIDDER' S INFORMATION SHEET A . BIDDER'S CAPACITY: (Check One) I . Individual ❑ 2 . Co-Partnership ❑ 3 . Corporation Cyt B. (IF ITEM 2 IS CHECKED, COMPLETE THE FOLLOWING) '.. State of Names and Addresses of Partners I . 2. — — 3 . N 41 5 . — C. (IF ITEM 3 IS CHECKED, COMPLETE THE FOLLOWING) '.. State of Incorporation Iowa Names and Addresses of Officers: President Stephen R Jackson, 2637 Wagner Road , Waterloo, IA 50703 Secretary David M Brauer, 2637 Wagner Road , Waterloo , IA 50703 Treasurer David M Brauer, 2637 Wagner Road , Waterloo, IA 50703 FAA AIP '#3 - 19-0094-046 P- 12 Waterloo Regional Airport AECOM Project 960562796 Rehabilitate Wesl 'renninal Apron SYNOPSIS OF EXPERIENCE RECORD (This synopsis must accompany Proposal Fort.) Name of Bidder Cedar Valley Corp. , LLC Business Address 2637 Wagner Road, Waterloo, IA 50703 Individual O Partnership O Corporation (X) (Check One.) Construction successfully completed within past five yearssimilar in size, scope, and difficulty o£construction to the work bid upon. Name of Location of Amount of Name of Owner Project Proiect Contract I See Attached 2 3 4 5 Number of Contract Days Actual Number of Days to Allowed for Above Projects Complete above Project 1 2 3 4 5 I (Signed) Cedar Valley Corp. , LLC —' Name or Company (By) -.--,�-T� (TITLE) William C Calderwood, Sr. Vice President Date June 14, 2018 FAA AIP #3 - 19-0094-046. P- 13 Waterloo Regional Airport AECOM Projcet 960562796 Rehabilitate West Terminal Apron CCedar Valley C®rp . , LIC JC 2637 Wagner Road Waterloo, Iowa 50704 BIDDER'S QUALIFICATION STATEMENT Bidder: Cedar Valley Corp. , LLC 2637 Wagner Road Waterloo, Iowa 50703 Contractor Registration No, C096547 State of Organization: Iowa Date of Organization : November 1 , 1971 Project: Rehabilitate West Terminal Apron FAA AIP Project No: 3-19-0094-0046 Waterloo Regional Airport, Waterloo, Iowa Bid Date: June 14, 2018 Recently completed projects: Owner Project Name Location Contract Amt Phone Project No Contract Days: Allowed Actual Iowa DOT US 20 Schaller Ida/Sac County, IA 4, 1211998 (515) 239-1101 NHSN-020-2(146)-2R-47 9/1 /16 8/30/16 Iowa DOT Hwy 71 Clay County, IA 4,371 ,214 (515) 239-1101 NHSX-071 -8(58)-3H-21 90 80 days Monona County E-34 UTE Monona County, IA 41080,296 (712) 433-2284 BRFN-183-1 (41 )-39-43 90 days 80 days Nebraska DOR US 75 Cass/Otoe Co, NE 11 , 115,824 (402) 471 -4567 S-75-2(1059) 244 days 242 days Iowa DOT Hwy 59 Cherokee Co, IA 7,754,430 (515) 239-1101 NHSX-059-7(46)-3H-18 120 days 80 days Major Equipment Available: Key Personnel : 40 Trucks Craig Hughes, VP of Operations 11 Pavers/Spreaders Tom Bonner, Project Manager 2 PCC Batch Plants Jason Hankins, Project Manager 10 Loaders/Blades Robert Leon, Project Manager Full Complement of Support Equipment Todd Burch Paving Superintendent Cory Chew, Paving Superintendent Brian Ingram , Paving Superintendent MINIMUM PLANT TO BE USED ON THE WORK Name Type Capacity Condition Rex Models Central Mix 200 cy/hr Good/Excellent Rex Models Central Mix 200 cy/hr Good/Excellent 319-235-9537 Copy of Iowa Department of Transpo do re-qualificaiian Notice is attached . FAX: 319-235-7198 www.cedarvalleycorp.com Submitted by: Date: June 14. 2018 / .. // / W derwood �I�V W�TY1. b(le Eesti Sr. Vice President C,J11UWAD0T w. iowadot. gov SMARTER I SIMPLER I CUSTOMER DRIVEN - Office of Contracts I Project Delivery Bureau 800 Lincoln Way I Ames, Iowa 50010 Phone: 515-239- 1414 1 Email : dot.contracts@dot.iowa .gov May 3, 2018 CEDAR VALLEY CORP. , LLC. 2637 WAGNER ROAD WATERLOO, IA 50703 SCOTTC@CEDARVALLEYCORP .COM; DAVEB@CEDARVALLEYCORP .COM Dear Contractor: We acknowledge receipt of your CPA Audited Financial-Experience-Equipment Statement for the period closing November 30 , 2017 . This statement will serve to place you on our list of qualified bidders for construction and maintenance work offered by the Iowa Department of Transportation . This statement expires on May 31 , 2019. Your maximum pre-qualification for all incomplete wor�Your prequalification categories and annual bid bond status on file with this office are listed page. We acknowledge receipt of your Annual Bid Bond . We have checked the information provided on the bond and have determined that the bond may be used as proposal guaranty for projects bid through the Office of Contracts at the Iowa Department of Transportation until May 31 , 2019. PREQUALIFICATION CATEGORIES Approved per Article 1102.01, Competency and Qualification of Bidders, as of May 3, 2018 for (CE099) CEDAR VALLEY CORP., I.I.C. ALTERNATE PAVT TYPE : (Hl) ALTERNATE PAVEMENT TYPE PCC PAVEMENT : (P1) PCC PAVEMENT (132) PCC PAVEMENT - MINOR BUILDING : (62) BUILDING DEMOLITION MISCELLANEOUS : (M1) MISCELLANEOUS Your Annual Bid Bond expires : May 31, 2019 Page 1 of 1 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) r7 The bidder/offeror is committed to a minimum of l ' � / DBE utilization on this 71Lcontract. ❑ The bidder/offeror, while unable to meet the DBE goal of %, hereby commits to a minimum of % DBE utilization on this contract and also submits documentation, as an attachment demonstrating good faith efforts (GFE). The undersigned hereby further assures that the information included herein is true and correct, and that the DBE firm(s) listed herein have agreed to perform a commercially useful function in the work items noted for each firm. The undersigned further understands that no changes to this statement may be made without prior approval from the Civil Right Staff of the Federal Aviation Administration. Cedar Valley Corp. , LLC Bidd 's/Offerors Finn Name 06/14/18 S i g na ture al erwood Date Sr. Vice President DBE UTILIZATION SUMMARY Contract Amount DBE Amount Contract Pereentaee DBE Prime Contractor $ x1 .00 DBE Subcontractor $ \ c1wO '5x1 .00 = $ s+u. � DBE Supplier $ x 0.60 = $ % DBE Manufacturer $ x 1 .00 = $ $ CSAS % Total Amount DBE DBE. Goal Note: If the total proposed DBE participation is less than the established DBE goal, Bidder mast provide written documentation of the gond f ith efforts as required by 49 CFA Part 26. FAA All? #3 . 19-0094-046 P-14 Waterloo Regimtal Airport AECON1 Project #60562796 Rehabilitate West Terminal Apron To: Cedar Valley Corp. Page 1 of 4 2018-06-1319:19:52 (GMT) 13193960328 From: Vaugn Miller PROPOSAL ATTACHMENT: PART F — ADDITIONAL REQUIREMENTS ITEM 3 — DBE FORMS LETTER OF INTENT Disadvantage Business Enterprise (This page shall be suhmi(ted far each DBEfirm) Bidder/Offer Nacre: C elo CJl/ ( CC Address 2(.0 ') Y,1U i'L✓ tl f41-ta t t e � State: Zip: (12 City: / =� DBE Firm: DBE Firm: AdVanCed Traffic COntfOl , Inc. Address: PO Box 8958 City: Cedar Rapids State: Iowa zip: 52408 DBE Contact Person: Name: Vaugn Miller Phone: Q19) 396w5269 DBE Certifying Agency: Iowa Department Of Transportation Expiration Date: 12/31118 (renewal) Each DBE Firm shall submit evidence (such as a photocopy) o(their certification ,rtattts. Classification: ❑ prime Contractor © Subcontractor ❑lointVenture ❑ Manufacturer [ Supplier =performted Description ofWork Item Quantity TotalMobilization LS $5,000. 00 2 Truffle Control LS $8 ,o00. 00 12- 13 Pavement Markings 37675 SF $ 15,878 . 75 AIt 1 - Item 2 r rc ontro LS 557000 . 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 �.� ftl � 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, s k President (Signature) Note: In (lie event the bidder/offeror does not receive award of the prime contract, any and all representations in tills Letter of Intent and Affirmation shall be null and void. DBE To: Ceu `,r Valley Corp Page 3 of 4 IF , 2018-06 13 19: 19:52 (GMT) 13193960328 From Vaugn Miller IF tk IN NZ s , , - ' IN , ■` AateCcri��ed Decetnher3l 2Dt3 Cei111`ieateY�[o Ht334� I.� lsadvanta� ec�. B �.s �nes� �ri�e�p-rise et�ficatlo IN IF 166 kzzs Certz� es � t �dvancd ' 11 , 6611 , FI 66 1 raf � c161 - Con�ral, Iac . IN66 leas rnet the re )wren eels under the talcs Rtoniulgated b3„the U S I?6 6 166 ,mentN . of Tl ansl5ortattop putsstanr to IN IN ; 44 Code of TedetalIF 66 ge�ulaiions Pact 2( and is ehgkble to paAhei) ate as a Dtsafly u taged6 IN 3ubmass nteiRnse au the<lo Fa AePaiment ofTta6spottaktou , 111 116 1 N6 66INI"IN DBL` krtigtam 6 66 61 IN 666. 66 ANNI, N6 61 16 66 r Todd A Sadler L?ileetor Dft ce pf £mplo)'ee �etvtces Thlauetttfcafton m be rgioked b) Uio depmtuleat upoz1 IF' ” , a of 6 6 . 1 1 and sp3d egmpaN 16nY,1s sub3eatiA exatuinarign aF any q1166 mo andmayba FQyu red tq supply gd'dtuonal inforiixaUon for res iei} u61 ot� nbetatiding rho Issoanccgfthls afll'trficate 06113/2018 16:16 DORMARK CONSTRUCTION COMPANY (FAX)5159E69573 P90021003 LETTER OF INTENT Disadvantage Business Enterprise (This page shall be submitted for each DBE firm) Bidder/Offer Name: 4n � ` can t AC Address: City: l /1 State: Zip: 1 J l DBE Firm: DBE. F1rm,_:]/E7l Address: City: t xn Cf stater— Zip: ✓!'cam I I / _. DBE Contact Person: Name: e+ Y S Phone: P D DBE Certifying Agency: ;z:: D n Expiration Dater Fach DBE Firm shall submfr evidence (such as a photocopy) oftheir cer800atan status. Classification : ❑Prime Contractor subcontractor ❑Joint Venture ❑Manufacturer ❑ supplier Work item(s) Total to be performed by Description of Work Item Quantity DBE 1D � 0 " 4GG a C I 5 only �l eta 1 p a " pcc Pow� ibo % / lOoo The bidder/offeror is committed to utilizing the above-named DEE firm for the work described above. The estimated participation is as follows: DBE contract amount: $a / (D r Percentoftotal comract:2L' „%--) `v ABFUt1VIATION1 The above-named DBE firm affirms that itwill Perform the portion ofthe contract for the estimated dollar value as stated above, By: A� tie) (signature) Note: In the event the bidder/offeror does not receive award of the prime contract, any and all representations in this Letter of Intent and Affirmation shall be null and void, P- 15 Waterloo Regional Airport FAA A1P Project #6056 7 Rehabilitate West Terminal Apron AECOM Project #60562796 O611312018 16:17 DORMARK CONSTRUCTION COMPANY (FAN}5159869573 P.003(003 n y d ago O 0 s A U CC rcl cl CL COD cc PIE to y... 4J ata � g O U U N N . a d s 'a �I vdtoo Do cc3 O a � 0 . � nd J BUY AMERICAN CERTIFICATION FORM FOR MANUFACTURED PRODUCTS (Nan-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" , 1 e Bidder or Offeror hereby certifies that it will comply with 49 USC § 50101 by: l/ ` 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 M3 - 19-0094-046 P- 16 Waterloo Re.gional Airport AECOM Project 1.60563796 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 certificaMff tter within the jurisdictio f the Federal Aviation Administration and the making s or fraudulent ce i icati n may render the maker subject to prosecution under ates Code. June 14, 2018 Date Signaturem C. Calderwood Cedar Valley Corp. , LLC Sr. Vice President Company Name Title i i i P- 17 Waterloo Regional Airport FAA XIP 93- 19-0094-046 Rehabilitate West Terminal Apron AECOM Project #60562796 Buy America Waiver Request Title 49 U.S.0 Section 50101 (b) For Airfield Development Projects funded under the Airport Improvement Program Revised 4/19/2010) Instructions for Permissible Waivers Section 50101(b)(1) Waiver: The bidder may not request a waiver based upon the best interests of the public. The FAA Office of Airports publishes such waivers at: http://mnv.faa.gov/airports/aip/procurement/federal contract_provis ions/mediafbuy_american_waiver.xls Section 50101(b)(2) Waiver: The bidder may not request a waiver based upon insufficient supply of U.S. manufactured. The FAA Office of Airports publishes such waivers at http://%""v.faa.gov/airports/aip/procurement/federal_contraclyrovis ions/medialbuy_american_waiver.xls Section 50101 (b)(3) Waiver: The bidder may request a waiver if 60% or more of the components are produced in the United States and final assembly occurs in the U.S. Bidder is hereby advised that the Owner's approval with the bidder's waiver request is contingent upon FAA approval. 1 . "Equipment" in Section 50101 shall mean the following: a) Individual type "L" items (Airfield Lighting Equipment) as listed in FAA Advisory Circular 150/5345-53. b) Individual bid items as established within FAA Advisory Circular 150/5370-10. The bid item application may not be applied for the type `Tl' items listed in AC 150/5345-53. c) A waiver request may only address one specific equipment item. Submit separate requests for each equipment item for which a waiver. d) Items listed under the Nationwide Waiver do not require further review. Please refer to the following webpage: http://N"m.faa.gov/airports/aip/procurement/federal_contract_provis ions/media/buy_american_waiver.xls 2. The bidder must base the U.S. percentage upon the value that results from completing a component cost calculation table similar to the attached format. Bidder shall avoid mere pro forma efforts to establish the waiver request percentage. The Bidder must submit the component cost calculation table as an attachment to the waiver request. 3. Components/subcomponents are the material and products composing the "equipment". 4. The final assembly of the AIP-funded "equipment" must be within the USA (Section 5010/(6)(3)(B)). Final assembly is the substantial transformation of the components and subcomponents into the end product. 5. All steel used in the "Equipment" must be produced in the United States. 6. The Buy American requirements apply to all tier contractors and subcontractors. All contractors/subcontractors are required to provide appropriate documentation that indicates origin of manufacturer and percentage of domestic made product. 7. The bidder is hereby advised there is no implied or expressed guarantee that a requested waiver will be issued by the Federal Aviation Administration (FAA). Less than 60% USA component/subcomponent proposed for this facility CANNOT be waived. Products made with foreign steel are not eligible for a waiver. 8. North America Free Trade Act (NAFTAI: Free Trade Agreements such as NAFTA do not apply to the AIR Products and material made in Canada or Mexico must be considered as foreign made products. 9. Preparation of a Component Cost Calculation Table is not necessary for equipment listed on the FAA national listing: http://w%w.faa.gov/airports/aip/procurement(federal contract_provisions/medialbuy _american waiver.xis. Bidder however shall submit a listing of any equipment it proposes to install on the project that is included on the National Bury American conformance list. Instructions for Section 50101 (b)(4) Waiver: 1 . The bidder may request a waiver if application of Buy America preferences results in a 25% cost increase in the overall 2r9ject. This waiver is rarely a2plicable. Consult the Owner before makine this request. FAA AIP #3 - 19-0094-046 P- 18 Waterloo Regional Airport AECOM Project 960562796 Rehabilitate Nest Terminal Apron e ¢NOW v m a � y o " o l 4g UV � y EE ell c c u a g m I ¢ t o e E o o ,.u. F u c po p o a c` W PC M v pU e c v � a� o z U a c w PC c a EX: y UUPC ° a � �+ p G t•7 0 - •O o o d u s z M Ej a9 d F r o `a `� 6, h (A c o e s°` o CAC o Coll �+ a € E • �+ Fi C V E r p o' E C ] rz y m m W ridj U l O �"� v .� a t ¢ u v e = Y Lidp d44 PINK 21 •I O t e 6 b E l all I 1.4 C � L $ tv w a O `oIZIE a 3 IlE O E = pp C � � •. Q p „ uO° ; ary � y d of z o e cI UL �n { ea -' F c d' o « e' E E2 ox no d ° w > a .. cu v F 2� dJ .o Buy America Conformance Listing Title 49 U.S.0 Section 50101 (b) For Airfield Development Projects funded under the Airport Improvement Program • Preparatton ofa Component Cost Calculation Table is not necessaryfor egaiprnenl /sled on the FAA national listnrg: nl n'r,_nrI tit", �enterU�le l rrl contract nraylH ud a(tidbit � arnerican r< ' er•.s s Bidder shall submit a listing of equipment It proposes to install on Ute project that is included an the torrent National Bay rune? icau conformance tis/. E ui mentT a Na me of Nianuracturer Product Number Certification Sienature: Bidder hereby certifies that the above listed equipment, which we propose for installation on the subject project, are on the current National Buy America Conformance list as established at: Istp //www faa eov/airports/eja/nrocurenrent/federal contract mvvisions/media/btly american waiver:els I hereby certify the above information is accurate and complete. Cedar Valley Corp. , LLC June 14 , 2018 q,dr'5F,rWNa'ne m Date Sigtzaillrelliam C. Calderwood Sc Vice President PAA AIP 93 - 19-0094-.046 P-20 Waterloo Regional Airport AECOM Project 9 60562796 Rehabilitate West "Terminal Apron 6/14/2018 CEDAR VALLEY CORP. , LLC Project: Rehabilitate West Terminal Apron Letting Date: June 14, 2018 1 :00pm Location: Waterloo Regional Airport, Waterloo, IA ITEM SPEC, NO. DESCRIPTION QUANTITY UNIT UNIT PRICE AMOUNT NO. 1 GP 105 MOBILIZATION AND 1 .000 LS 107,500.00 107,500.00 DEMOBILIZATION 2 GP 105 TRAFFIC CONTROL 1 .000 LS 81000.00 8,000.00 3GP 50-60 CONSTRUCTION SURVEY 1 .000 LS 10,200.00 103200 .00 4 P-101 PAVEMENT REMOVAL 3 ,400.000 SY 4.00 133600.00 5 PLANS REMOVAL OF STRUCTURE 1 .000 EA 21000.00 2,000 .00 6 P-152 UNCLASSIFIED EXCAVATION 1 ,700.000 CY 12.50 21 ,250.00 7 P-154 SUBBASE COURSE 690.000 CY 85.00 58,650 .00 8 P-208 AGGREGATE BASE COURSE - 6 31400.000 Sy 15.00 512000.00 INCH 9 P-403 HMA BASE COURSE 710 .000 TON 145.00 102 ,950.00 Page 1 of 4 6/14/2018 CEDAR VALLEY CORP. , LLC Project: Rehabilitate West Terminal Apron Letting Date: June 14, 2018 1 :00pm Location: Waterloo Regional Airport, Waterloo, IA ITEM SPEC. NO. DESCRIPTION QUANTITY UNIT UNIT PRICE AMOUNT NO. 10 P-501 10-INCH PORTLAND CEMENT 960.000 SY 91 .43 87,772 .80 CONCRETE PAVEMENT 11 P-501 T: 223,089.20 PORTLAND CEMENT 2,440.000 SY 91 .43 223,089.20 CONCRETE PAVEMENT 12 P-620 RUNWAY AND TAXIWAY MARKING 3,675.000 SF 4.25 15,618.75 13 P-620 REFLECTIVE MEDIA (TYPE I , 260.000 LB 1 .00 260.00 GRADATION A) 14 PLANS AIRCRAN F I iT55WANCHORS IN 20.000 EA 550.00 111000.00 NEW PAVEMENT T 15 PLANS AIRCRAFTIEDOWNANCHORSIN 10.000 EA 7 - - 73500.00 EXISTING PAVEMENT 16 D-705 IN LI PERFORATED SUBDRAIN 270 .000 LF 17.50 43725.00 (SDR 35) COMPLETE , INCLUDING POROUS BACKFILL AND FILTER FABRIC 17 D-705 4-INCH NON-PERFORATED 165.000 LF 10.00 13650 .00 SUBDRAIN (SDR 35) 18 D-705 SUBDRAIN CLEANOUT 3.000 EA 1 ,500.00 4,500.00 Page 2 of 4 6/14/2018 CEDAR VALLEY CORP . , LLC Project: Rehabilitate West Terminal Apron Letting Date: June 14, 2018 1 :00pm Location: Waterloo Regional Airport, Waterloo, IA ITEM SPEC. NO. DESCRIPTION QUANTITY UNIT UNIT PRICE AMOUNT NO, 19 D-751 ADJUST EXISTING CATCH BASIN 2.000 EA 9,000.00 185000.00 20 D-751 CATCH BASIN 2.000 EA 111000.00 22,000.00 771 ,265.75 Add Alternate Bid No 1 - Saw and Seal Joints 1 P-101 SAW AND SEAL JOINTS 050.000 LF 8 .42 413679.00 2 GP-105 TRAFFIC CONTROL 1 .000 LS 53000 .00 51000.00 3 TOTAL INCLUDING ADD ALTERNATE 817,944.75 Page 3 of 4 6/712018 CEDAR VALLEY CORP. , LLC Project: Rehabilitate West Terminal Apron Letting Date: June 14, 2018 1 :00pm Location: Waterloo Regional Airport, Waterloo, IA ITEM SPEC. NO, DESCRIPTION QUANTITY UNIT UNIT PRICE AMOUNT NO. SUBMI ED BY CEDAR VALLEY C RP. , LLC A & - QJ I Signature William C. alderwood, Senior Vice Presid nt Page 4 of 4 BID BOND KNOW ALL MEN BY THESE PRESENTS, that we Cedar Valley Corp. , LLC asPrincipal,and LiDertylviinutumbuiance ompany asSuretyareheldandfimrlybound unto the Waterloo ReelonalALrnort279ULiving stonLane Waterloo. Iowa,hereinafter calp"Owner ', inthepenalsum of Dollars $ 5% Five Percent of Amount &d ----------------------------------------- ( ---� lawful money of the United States, for the payment of which sum will and truly be made, we bind ourselves, our heirs, executors, admimstmtors, and suecessors,jointly and severally, firmly by thesepresents. The condition ofthis obligation is such that whereas the Principal has submitted the accompanying bid, dated June 14 2018, for Rehabilitate West Terminal Apron, at the Waterloo Regional Airport, Waterloo, Iowa, FAAAIP Project No. 349- 0094-046. NOW, THEREFORE, (A) If said Bid shall be rejected, or in tho 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. than this obligation shall be void, otherwise the same shall remain in force and effect; it being expresslyunderstood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount ofthis obligation as herein stated. By virtue of statutory authority, the fall 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, theprincipal and the Surety, have hereunto settheir hands and seals, and such of them as Are corporations, have caused their corporate seals tobe hereto affixed and these presents to be signedbytheirproper officers this 17th day of May A.D., 2018. tel . P&CaA (Seal) Witness M � r der Val Corp L C aWJt PrijC By (Tit ILL K C' ;{� PRF.4Tr1`td:' - (`�eal) S ty utuai Insurance Company (Attorney-In-Fact) Attach Power-Of-Attomey FAAAIP #3-19-0094-046 P-8 Waterloo Regional Airport ABCOM Prof eot #60562796 Robabilitate West Terminal Apron This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein staled. Not valid for mortgage, note, loan, letter of credit, bank deposit, currency rate, Interest rale or residual value guarantees. To confirm the validity of this Power of Attorney call 610.832.8240 between 9:00 am and 4:30 pm EST on any business day. Liberty Mutual Insurance Company The Ohio Casually Insurance Company West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a Corporation duly organized under the laws of the Slate of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a Corporation duly organized under the laws of the State of Indiana (herein collectively called the °Companies), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, Craig E Hansen Jay D Freiermuth Brian M Deimariv Cindy Bennet) Anne Crowbar Stacv Venn Tim McCultoh Shirley S Bartenhagen Dione R. Young of the city of West Des Maines, state of Iowa its we and lawful aftomey-in-fact, With full power and authority hereby conferred to sign, execute and acknowledge the following surety bond: Principal Name: Cedar Valley Corp., LLC Obligee Name: City of Waterloo Surety Bond Number: Bid Bond Bond Amount: See Bond Form IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the Corporate seals of the Companies have been affixed thereto Nisilm , day of March, 2017. INSU SY INS U N\NSURq The Ohio Casualty Insurance Company %JP °Reg RqN hJP(,°RP°Rq�'t'm LprORI'ogq�(t, Liberty Mutual Insurance Company e;9 �9�,2 oy2 ¢ o NW = Vilestf4merican Insurance Company 1912 ,( 3 1919 By: SACHU`,f` t9 Y "NAMPS� per' 3 rkDIBNP �ArW/ * David M. Carey, Assistant Secretary * STATE OF PENNSYLVANIA as COUNTY OF MONTGOMERY On this 30_'^ day of March, 2017, before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance Company, The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at King of Prussia, Pennsylvania, on the day and year first above written. n'S COMMONWEALTH OF PENNSYLVANIA Notarial Seal + r�� Teresa Pastella Notary Public By; t J Upper Mer'onTwp., Montgomery CountyTeresa Past a, Notary Public My Commission Expires March 28.2021 Member, Pennsylvania Assoceriun of Notaries This Pourer of Attorney Is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company which resolutions are now in full fora and effect reading as follows: ARTICLE IV — OFFICERS — Section 12. Power of Attorney. Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the President may prescribe, shall appoint such attorneys-in-fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys-iri-fact, subject to Ne limitations set forth in their respective powers of attorney, shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attorney- in-fact under the previsions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority. ARTICLE XIII — Execution of Contracts — SECTION 5. Surely Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys-in-fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, rec°gnizances and other surety obligations. Such atlomeys-infact subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation — The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such attorneys- in-fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bands, recognizances and other surety obligations. Authorization — By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of allomay issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with the same form and effect as though manually affixed. I, Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Power of Attorney executed by said Companies, is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this l 7th dayof May , 2018 tNSUR PZV INSU PN\NSUgq ���oxeoryr A'�� �eJa'pryeO�rQ2rR We��ooavogy��F C) r 912s�t�Y'+ o y 1919 W 9 ¢ 1991 = By a ee C. Lie ell yrAssistanl Secretary �) 9f AMU " F2 y �HAMPSt> �? Yi NOIANP * * *