Loading...
HomeMy WebLinkAboutK. Cunningham Construction Co., Inc.Bid Security For: Reconstruct Taxiway B South of Runway 18/36; Reconstruct West Terminal Apron and Clean/Reseal Joints East Terminal Apron; and Remove Trees, Waterloo, Iowa, FAA AIP 3-19-0094-0046 and 0047-2020 CUNNINGHAM K CUNNINGHAM CONSTRUCTION CO., INC. 1025 CENTER STREET CEDAR FALLS, IA 50613 Construction Co Inc • • • 01. Bid of K. Cunningham Construction Co., Inc., 1025 Center Street, Cedar Falls, IA 50613 for Reconstruct Taxiway B South of Runway 18/36; Reconstruct West Terminal Apron and Clean/Reseal Joints East Tern-unal Apron; and Remove Trees, Waterloo, Iowa, FAA AIP 3-19-0094-0046 and 0047-2020 City Clerk 715 Mulberry Street Waterloo, IA 50703 REVISED PER ADDENDUM NO 1 JUNE 8, 2020 PROPOSAL FORM FOR RECONSTRUCT TAXIWAY B SOUTH OF RUNWAY 18/36 FAA AIP 3-19-0094-0047-2020 RECONSTRUCT WEST TERMINAL APRON AND CLEAN/RESEAL JOINTS EAST TERMINAL APRON FAA AIP 3-19-0094-0046-2020 REMOVE TREES FAA AIP 3-19-0094-0047-2020 AT THE WATERLOO REGIONAL AIRPORT WATERLOO, IOWA Waterloo Regional Airport 2790 Livingston Lane Waterloo, IA 50703 Gentlemen: 1. The undersigned, being a Corporation existing under the laws ofthe State of Sow, , a Partnership consisting ofthe following partners: — , having familiarized (himself) (themselves) (itself) with the existing conditions on the project area affecting the cost ofthe work, and with all the contract documents listed in the Table of Contents and Addenda (if any), as prepared by the City Engineer of the City of Waterloo now on file in the office of the City Clerk, City Hall, Waterloo, Iowa, hereby proposes to furnish all supervision, technical personnel, labor, materials, machinery, tools, appurtenances, equipment, and services, including utility and transportation services required to construct and complete this Reconstruct Taxiway B South of Runway 18/36; Reconstruct West Terminal Apron and Clean/Reseal Joint East Terminal Apron; and Remove Trees -- FAA AIP 3-19-0094-0046 and 0047-2020, all in accordance with the above -listed documents and for the unit prices for work in place for the following items and quantities: 2. The extent of the work involved is as follows: • FAA AIP 3-19-0094-0046-2020 Reconstruct West Terminal Apron and Clean/Reseal Joints East Terminal Apron consists of reconstruction of West Terminal Apron, including removal of the existing bituminous apron pavement ranging in thickness from ten (10) to twelve and one-half (12 1/2) inches in thickness; removal and replacement of the existing base and subbase materials; installation of cement treated permeable base course; installation of approximately 3,400 square yards of 12 %2 -inch thick Portland Cement Concrete Pavement; reconstruction and installation of three (3) storm sewer structures; and Add Alternate Bid Option for joint cleaning/sealing. • FAA AIP 3-19-0094-0047-2020 Reconstruct Taxiway B South of Runway 18/36 and Remove Trees consists of reconstruction of Taxiway B South of Runway 18/36 with 13-inch Portland Cement Concrete Pavement; removal and replacement of Taxiway B Medium Intensity Edge Lights, wiring and conduit, and replacement with new LED Medium Intensity Taxiway Edge Lights, new conduit and wiring, and LED Guidance Signage; removal of existing subdrain system and installation of new system; pavement marking for Taxiway B; reconstruction of Taxiway C south of Runway 12/30; and clearing and grubbing of trees north of Runway 18/36 and clearing and grubbing of trees west of Runway 18/36. 3. The undersigned, in compliance with your Invitation for Bids dated q/.2 //2o , hereby proposes to do the work called for in said Contract and Specifications and shown on said Plans and Addendum Nos. 1� 2 and to furnish all materials, tools, labor and all appliances and appurtenances necessary for the said work at the following rates and prices: FAA AIP 3-19-0094-0046 and 0047-2020 P-1 Waterloo Regional Airport AECOM Project #60625545 FY 2020 FAA AIP Projects REVISED PER ADDENDUM NO. 1 JUNE 8, 2020 ITEMIZED PROPOSAL WATERLOO REGIONAL AIRPORT WATERLOO, IOWA PROJECT: • RECONSTRUCT TAXIWAY B SOUTH OF RUNWAY 18/36 • RECONSTRUCT WEST TERMINAL APRON AND CLEAN/RESEAL JOINTS EAST TERMINAL APRON • REMOVE TREES FAA AIP PROJECT NOs. 3-19-0094-0046 and 0047-2020 ITEM SPEC. ESTIMATED UNIT BID TOTAL BID NO. NO. DESCRIPTION UNIT QUANTITY1 PRICE PRICE BID PACKAGE #1 - RECONSTRUCT WEST TERII'IINAL APRON AND CLEAN/RESEAL JOINTS EAST TERMINAL 1 C-105 MOBILIZATION LS 1 $ e21aoo.co $ 62 00a ode) 2 GP 40-05 TRAFFIC CONTROL LS 1 $ yS'otod,.oz, $ ys` 000,00 3 GP 50-07 CONSTRUCTION SURVEY LS 1 $ / /,ODo.od $ //) e.t.a . ov 4 P-101-5.1 PAVEMENT REMOVAL SY 3,400 $ //. Sa $ 39 in,. co 5 PLANS REMOVAL OF STRUCTURE EA 1 $ /i Soo.00 $ : Cot • 402> 6 P-152-4.1 UNCLASSIFIED EXCAVATION CY 1,700 $ 12 oo $ f i o D. da . b 7 A P-154-5.1 SUBBASE COURSE CY 690 $ 6 2.3 b $ 413 l 2 j :OD 8 P-209-5.1 CRUSHED AGGREGATE BASE SY 3,400 $ 20. oe $ �D, pD COURSE - 6 INCH 1 9 P-307-7.1 CEMENT TREATED PERMEABLE SY 2,440 $ 17/2.2 S $ /o1/d94,, o0 BASE COURSE 10.0-INCH PORTLAND CEMENT 10 P-501-8. lb SY 960 $ (a I, 60 $ G 5 I j yo. ob CONCRETE PAVEMENT 12.5-INCH PORTLAND CEMENT `7Do. SY 2,440 $ $ 10 11 P-501-8.1 c CONCRETE PAVEMENT 6, 7• Sd o0 / 12 P-620-5.2b RUNWAY AND TAXIWAY MARKING SF 3,675 $ E. oD $ 011 e/a2).v2, 13 P-620-5.3c REFLECTIVE GRADATION MEDIA A) (TYPE I, LB 260 $ 2.sa $ 6ip, ot• 14 PLANS AIRCRAFT TIEDOWN ANCHORS IN SF 20 $ $ 3 2 > , ao NEW PAVEMENT /56 'at i 15 PLANS AIRCRAFT EXISTING PAVEMENT TIEDOWN ANCHORS IN SF 10 $ 2.6.5-'4,44 $ C1 �� .4ob 4 - (SDR INCH 35) PERFORATED COMPLETE INCLUDING SUBDRAIN 16 D-705-5.1 LFT 270 $ $ 9o3:6eib• POROUS BACKFILL AND FILTER /�av FABRIC 4 - INCH NON -PERFORATED 17 D-705-5.2 LFT 165 $ $ / yo.Z �1> Sico / , SUBDRAIN (SDR 35) 18 D-705-5.5 SUBDRAIN CLEANOUT EA 3 $ $ S71-52), o0 Ip a.00 19 PLANS CATCH BASIN, ADJUSTMENT EA 2 $ ? ‘4046.64D $ / ? pTAS „art EA 2 $ $ 39joba. 20 D-751-5.1 CATCH BASIN /9 Sae>.ob os SUBTOTAL $ 72 3�g7�. �� Alternate Bid 1 GP 40-05 TRAFFIC CONTROL LS 1 $ Sao oo $ 3/ SGo. o 0 , 2 P-101-5.2 SAW AND SEAL JOINTS LFT 4,950 $ 2 ,go $ 13, Yeses. DA SUBTOTAL $ 17) 360.av FAA AIP 3-19-0094-0046 and 0047-2020 AECOM Project #60625545 P-2 Waterloo Regional Airport FY 2020 FAA AIP Projects REVISED PER ADDENDUM NO. 1 JUNE 8, 2020 ITEM SPEC. ESTIMATED UNIT PRICE BID TOTAL PRICE BID NO. NO. DESCRIPTION UNIT QUANTITY TOTAL BID PACKAGE #1 $ 710 2 37. Ca BID PACKAGE #2 - RECONSTRUCT TAXIWAY B SOUTH OF RUNWAY 18/36 AND REMOVE TREES 1 C-105 MOBILIZATION LS 1 $ 2/5-A040,0b $ / caD, ov ol 2 GP 40-05 TRAFFIC CONTROL LS 1 $ /Ca)..oa $ / SD,av •e2> 3 GP 50-07 CONSTRUCTION SURVEY LS 1 $ 99.00 $ 1/ y`pDD. on 4 PLANS CONSTRUCTION BARRICADES LS 1 $ $ /OJez)n el toiceto.op , 5 C-102-5.1 e INSTALLATION AND REMOVAL OF LF 6,500 $ ,7c $ ii 3 7Cr,� SILT FENCE 6 C-102-5.1 f INSTALLATION AND REMOVAL OF EA 10 $ .• $ s-to , dot.INLET l PROTECTION .2�5•�c 7 P-101-5.1 PAVEMENT REMOVAL SY 25,440 $ /oab $ 25"y'94Pb.4 8 P-101-5.6 COLD MILLING SY 220 $ $ t v Ca als 27. Sa 9 P-151-4.1 CLEARING ACRE 6 $ lira, $ doe. e2 ,ObJ.40a 10 P-151-4.2 CLEARING AND GRUBBING ACRE 21 $ $ y2 ca. o v g? ice, oat, , 1 1 P-152-4.1 UNCLASSIFIED EXCAVATION CY 3,000 $ $ 3b), o0 /p. o0 12 P-154-5.1 SUBBASE COURSE CY 1,250 $ 6/. op $ 76 2 (0r00 13 P-209-5.1 CRUSHED INCH AGGREGATE BASE - 6- SY 3,400 $ $ 6Sioto' 015 a.0a 14 P-307-8.1 CEMENT BASE COURSE TREATED PERMEABLE SY 20,9403t $ . 2C $ 732 )35Co1) 15 P-501-8.1 8.0 INCH PORTLAND CEMENT SY 1,070 CONCRETE PAVEMENT $ �.Z c $ � c w1-oh) '3 J 7 16 P-501-8.1 13.0 CONCRETE INCH PORTLAND PAVEMENT CEMENT SY 18,500 $ 5-9. S 9 $ 1J �09�7 j'pp 17 P-620-5.2b RUNWAY AND TAXIWAY MARKING SF 10,200 $ 3, S� $ 357700,0a 18 P-620-5.3c REFLECTIVE GRADATION MEDIA A) (TYPE I, LB 225 $ , 5 -2 $ 5-4,2 , S' 19 D-705-5.3 6 (SDR POROUS FABRIC - INCH 35) PERFORATED COMPLETE BACKFILL AND INCLUDING SUBDRAIN FILTER LFT 6,380 $ oD 1 Y $ 89 3,2 D ,Qa . 20 D-705-5.4 6 - SUBDRAIN INCH NON (SDR -PERFORATED 35) 200 $ 2. C" $ %7 � 0� LFT 21 D-705-5.5 SUBDRAIN CLEANOUT EA 21 $ yczss 00 $ CA. 07 22 D-751-5.1 CATCH BASIN EA 6 $ / /cost> ob $ 9 f b. oD . FAA ATP 3-19-0094-0046 and 0047-2020 AECOM Project #60625545 P-3 Waterloo Regional Airport FY 2020 FAA AIP Projects REVISED PER ADDENDUM NO. 1 JUNE 8, 2020 ITEM NO. SPEC. NO. DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE BID TOTAL BID PRICE T-901-5.1 SEEDING AC 30 $ 940,,,, o� $ 2.3cits, oz, 23 24 T-905-5.1 TOPSOIL REMOVED TAXIWAY (OBTAINED FROM B STOCKPILE) ON SITE OR - CY 790 $ )2. Go $ Ins. ob 25 T-908-5.1 MULCHING AC 30 $ y2<l).6 $ S t-7-5:o. av 26 L-108-5.1 NO. 8 AWG, 5KV, L-824, TYPE C LF 10,500 $j. 02% $ CABLE, INSTALLED IN TRENCH, DUCT BANK OR CONDUIT 27 L-108-5.2 NO. 6 AWG, 5KV, L-824, TYPE C LF 100 $ i. 2 s $ / 2C d a CABLE, DUCTBANK INSTALLED OR CONDUIT. IN TRENCH, 28 L-108-5.3 NO. COUNTERPOISE 6 AWG, BARE WIRE, COPPER INSTALLED LF 7,700 $ O. 3'S $ �Ls✓ p IN BANK TRENCH, OR CONDUIT, ABOVE THE INCLUDING DUCT ` GROUND CONNECTORS RODS AND GROUND 29 L-110-5.1 CONCRETE DUCT SCHEDULE BACK, ENCASED 40 4-WAY, PVC 4-INCH ELECTRICAL LF 160 '3 $ (o) bb $ g; a) p2b , 30 L-110-5.3 NON CONDUIT, -ENCASED 2-INCH ELECTRICAL SCHEDULE 40 PVC LF 7,700 $ �' $ 141 `7v. �0 / 31 L- l 15-5.4 ELECTRICAL HANDHOLE, L-868 EA 4 $ c7Ats .tD $ 3friv e.o D 32 L-115-5.4 ELECTRICAL 2 0 HANDHOLE, 2'0" BY EA 6 $ 3,ab i $ a/ p, 01> / 33 L-125-5.1 L-861 T(LED)TAXIWAY EDGE LIGHT - EA 65 $ 97,,oD $ ‘ 3 D 3�©, o t• LED 34 L-125-5.4 AIRFIELD GUIDANCE SIGN, SIZE 1, EA 6 $ 4 yo�� . fey/ LED 1 (ONE)MODULE $ *c9PvOi2 35 L-125-5.4 AIRFIELD GUIDANCE SIGN, SIZE 1, EA 2 $ �� LED, 2 (TWO) MODULE $ 3/v�.dd • et 36 L-125-5.4 AIRFIELD GUIDANCE SIGN, SIZE 3, EA 1 $ ai 6,7b, oo $ eno, 4,6 LED, 1 (ONE) MODULE 37 L-125-5.4 AIRFIELD GUIDANCE SIGN, SIZE 1, EA 2 $ �,��, Ofl LED, 3 (THREE) MODULE $ �i� 38 L-125-5.5 L-804 (LED) RUNWAY GUARD LIGHT EA 2 $ �` $ 313 - . dp 60-$fa, css 39 L-125-5.6 REMOVE DUCT BANK LF 700 $ $ £ 7ot az 00 40 L-125-5.7 REMOVE TAXIWAY EDGE LIGHT EA 68 $ ,2 5-ectiae, $ / ??Co. co 3 41 L-125-5.7 REMOVE ELECTRICAL HANDHOLE EA 12 $ 2 5$ oo $ 7/ o % , on 42 L-125-5.8 REMOVE AIRFIELD GUIDANCE SIGN EA 19 $ 612 <oD $ t 9 7 <0.5 FAA AIP 3-19-0094-0046 and 0047-2020 P-4 AECOM Project #60625545 Waterloo Regional Airport FY 2020 FAA AIP Projects REVISED PER ADDENDUM NO 1 JUNE 8, 2020 ITEM NO. SPEC. NO. DESCRIPTION UNIT BID TOTAL BID ESTIMATED PRICE PRICE UNIT QUANTITY 43 P-401 ASPHALT SURFACE COURSE TON 28 $ 44/0.40 $ /7,92 & co 44 P-603 EMULSIFIED ASPHALT TACK COAT GAL 30 $ man& $ 300 , r 45 D-701 10" CONCRETE CLASS III, PIPE REINFORCED LF 503 $ &Coo ' $ 'o a 3 2 6,,s ' TOTAL BID PACKAGE #2 $ 3,Cs3, 2,71< CO TOTAL BID BID PACKAGE #1 PLUS BID PACKAGE #2 $ 9z4'45 S7 - es to. , 4. It is the Airport's intention to evaluate bids reviewing both the Base Bid and Add Alternate Bid. The Airport 35has limited funds available and will award only what funding allows. The Airport reserves the right to award the36 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 2intended 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 of the dollar value of the prime contract to small business concerns owned and controlled by socially and economically disadvantaged individuals (DBE) Individuals who are rebuttably presumed to be socially and economically disadvantaged include women, Blacks, Hispanics, Native Americans, Asian -Pacific Americans, and Asian - Indian Americans. The apparent successful competitor will be required to submit information concerning the DBE's that will participate in the contract. The information will include the name and address of each DBE, a description of the work to be performed by each named firm, and the dollar value of the contract. If the bidder fails to achieve the contract goal stated herein, it will be required to provide documentation demonstrating that it made good faith efforts in attempting to do so. In the event that the apparent successful competitor for this solicitation qualified as a DBE, the contract goal shall be deemed to have been met. A bid that fails to meet these requirements will be considered nonresponsive. 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 FAA AIP 3-19-0094-0046 and 0047-2020 P-5 waterloo Regional Airport AECOM Project #60625545 FY 2020 FAA AIP Projects REVISED PER ADDENDUM NO. 1 JUNE 8, 2020 (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 CFR 60-1,5. b. Has 50 or more employees. c. Is a prime contractor or first tier subcontractor. d. There is a contract, subcontract, or purchase order amounting to $50,000 or more. 13. To satisfy Clear Air and Water Pollution Control Requirements on all Construction Contracts and Subcontracts exceeding $100,000.00 Contractors and Subcontractors agree: a. That any facility to be used in the performance of the Contract or to benefit from the Contract is not listed on the Environmental Protection Agency (EPA) List of Violating Facilities. b. To comply with all the requirements of Section 306 of the Clean Air Act (42 USC 1857(h)), and Section 508 of the Clean Water Act (33 USC 1368), Executive Order 11738, and Environmental Protection Regulations (40 CFR Part (15)). c. That as a condition for award of a Contract he shall notify the awarding official of the receipt of any communication from EPA indicating that a facility to be utilized for performance of or benefit from the Contract is under consideration to be listed on the EPA List of Violating Facilities. 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. FAA AIP 3-19-0094-0046 and 0047-2020 P-6 Waterloo Regional Airport AECOM Project #60625545 FY 2020 FAA AIP Projects REVISED PER ADDENDUM NO 1 JUNE 8, 2020 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 a system of records in order to render, in good faith, the certification required by this provision. The knowledge and information of a contractor is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. This certification concerns a matter within the jurisdiction of an agency of the United States of America and the making of a false, fictitious, or fraudulent certification may render the maker subject to prosecution under Title 18, United States Code, Section 1001. 15. The bidder/offeror certifies, by submission of this proposal or acceptance of this contract, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. It further agrees by submitting this proposal that it will include this clause without modification in all lower tier transactions, solicitations, proposals, contracts, and subcontracts. Where the bidder/offer/contractor or any lower tier participant is unable to certify this statement, it shall attach an explanation to this solicitation/proposal. 16. As an evidence of good faith in submitting this Proposal, the undersigned encloses bid security in the amount of five (5) percent of the bid which, in case he refuses or fails to accept an award and to enter into a Contract and file the required bonds within the prescribed time, shall be forfeited to the Waterloo Regional Airport as liquidated damages. 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. FAA AIP 3-19-0094-0046 and 0047-2020 P-7 Waterloo Regional Airport AECOM Project #60625545 FY 2020 FAA AIP Projects REVISED PER ADDENDUM NO. 1 JUNE 8, 2020 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 50101. Bidder must complete the attached Buy American certification. If the bidder requests a permissible waiver to the Buy America requirements, the Bidder identified as with the successful bid must submit a formal waiver request and component cost calculation within the prescribed time identified on the Buy America certification. 24. Drug Free Work Place, Act of 1988. a. By submission of this offer, the offeror, if other than an individual, who is making an offer that equals or exceeds $25,000, certifies and agrees that with respect to all employees of the offeror to be employed under a contract resulting from this solicitation, it will --no later than 30 calendar days after contract award (unless a longer period is agreed to in writing, for contracts of 30 calendar days or more performance duration;) or as soon as possible for contracts of less than 30 calendar days performance duration, but in any case, by a date prior to when performance is expected to be completed-- (1) Publish a statement notifying such employees that the unlawful manufacturer, distribution, dispensing, possession or use of a controlled substance is prohibited in the Contractor's workplace and specifying the actions that will be taken against employees for violations of such prohibition; (2) Establish an on -going drug -free awareness program to inform such employees about -- (a) The dangers of drug abuse in the workplace; (b) The Contractor's policy of maintaining a drug -free workplace; (c) Any available drug counseling, rehabilitation, and employee assistance programs; and (d) The penalties that may be imposed upon employees for drug abuse violations occurring in the workplace; FAA AIP 3-19-0094-0046 and 0047-2020 P-8 Waterloo Regional Airport AECOM Project #60625545 FY 2020 FAA AIP Projects REVISED PER ADDENDUM NO. 1 JUNE 8, 2020 (3) Provide all employees engaged in performance of the contract with a copy of the statement required by subparagraph a.(1) of this provision; (4) Notify such employees in writing in the statement required by subparagraph a.(1) of this provision that, as a condition of continued employment on the contract resulting from this solicitation, the employee will-- (5) (a) Abide by the terms of the statement; and (b) Notify the employer in writing of the employee's conviction under a criminal drug statute for a violation occurring in the workplace no later than 5 calendar days after such conviction; Notify the Contracting Officer in writing within 10 calendar days after receiving notice under subdivision a.(4) (b) of this provision, from an employee or otherwise receiving actual notice of such conviction. The notice shall include the position title of the employee; and (6) Within 30 calendar days after receiving notice under subdivision a.(4)(b) of this provision of a conviction, take one of the following actions with respect to any employee who is convicted of a drug abuse violation occurring in the workplace; (7) (a) Take appropriate personnel action against such employee, up to and including termination; or (b) Require such employee to satisfactorily participate in a drug abuse assistance or rehabilitation program approved for such purposes by a Federal, State, or local health, law enforcement, or other appropriate agency. Make a good faith effort to maintain a drug -free workplace through implementation of subparagraphs a.(1) through a.(6) of this provision. b. By submission of its offer, the offeror, if an individual who is making an offer of any dollar value, certifies and agrees that other offeror will not engage in the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance in the performance of the contract resulting from this solicitation. c. Failure of the offeror to provide the certification required by paragraphs a. or b. of this provision, renders the offeror unqualified and ineligible for award. [See FAR 9.104-1(g) and 19.602-1 a.(2)(a)]. d. In addition to other remedies available to the Government, the certification in paragraphs a. or b. of this provision concerns a matter within the jurisdiction of an agency of the United States and the making of a false, fictitious, or fraudulent certification may render the maker subject to prosecution under title 18, United States Code, Section 1001. 25. Attachment to This Bid. The following documents are attached to and made a part of this Bid: a. Bid Guaranty in the form of B tdhd b. Non -Collusion Affidavit of Prime Bidder. c. Statement of Intent — Non -Discrimination and Equal Opportunity Statement. d. Buy American Certification Statement. e. Bidder's Information Sheet. f. Synopsis of Experience Record. (IDOT Certification may be substituted.) g. Completed DBE forms "Utilization Statement" and "Letter of Intent." FAA AIP 3-19-0094-0046 and 0047-2020 P-9 Waterloo Regional Airport • AECOM Project #60625545 FY 2020 FAA AIP Projects REVISED PER ADDENDUM NO. 1 JUNE 8, 2020 26. The Bidder shall indicate whether the bid is submitted by a/an: Individual, Sole Proprietorship Partnership lir Corporation Joint -venture: all parties must join -in and execute all documents Other ■ ■ ■ ■ Respectfully submitted, By Signature Title Ili Cc€hn;ham CohNrzttiai Address /4 Z C CGn `- ' S- f r efe-74 Cecti4j- Ca /is CA 506/ 3 (Include Zip Code) 3/9-277 -3cDef co rh . Telephone No. FAA AIP 3-19-0094-0046 and 0047-2020 P- 1 0 Waterloo Regional Airport AECOM Project #60625545 FY 2020 FAA AIP Projects REVISED PER ADDENDUM NO. 1 JUNE 8, 2020 NON -COLLUSION AFFIDAVIT OF PRIME BIDDER State of � lilet ) )ss County of /Cc k ,& hik ) --S;sec 0welt/ beingfirst dulysworn, deposes and says that: p Y (1) He is iDwnel, Partner o ffice Representative, or Agent) of 1�. Cann; ty hxr try evni4y1,449-3.0/7Co 1 ii< . the Bidder that has submitted the attached Bid: � J (2) He is fully informed respecting the preparation and contents of the attached bid and of all pertinent circumstances respecting such bid; (3) Such bid is genuine and is not a collusive or sham bid; (4) Neither the said Bidder nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this affiant, has in any way colluded, conspired, connived or agreed, directly or indirectly, with any other Bidder, firm or person to submit a collusive or sham bid in connection with the Contract for which the attached bid has been submitted or to refrain from bidding in connection with such Contract, or has in any manner, directly or indirectly, sought by agreement or collusion or communication or conference with any other Bidder, firm or person to fix the price or prices in the attached bid or of any other Bidder, or, to fix any overhead, profit or cost element of the bid price or the bid price of any other Bidder, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against the City of Waterloo, Iowa, or any person interested in the proposed Contract; and (5) The price or prices quoted in the attached bid are fair and proper and are not tainted by any collusion, conspiracy, connivance or unlawful agreement on the part of the Bidder or any of its agents, representatives, owners, employees, or parties in interest, including this affiant. Subscribed and sworn to before me this % d day of w Titl My Commission Expires Matt COMMISSION NO.703084 MY COMMISSI HIES IllAY 8, , 20.E (Signed) Title r 1e f: dery 7 FAA AIP 3-19-0094-0046 and 0047-2020 P-12 Waterloo Regional Airport AECOM Project #60625545 FY 2020 FAA AIP Projects REVISED PER ADDENDUM NO 1 JUNE 8, 2020 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 B South of Runway 18/36 Reconstruct West Terminal Apron and Clean/Reseal Joints East Terminal Apron Remove Trees FAA AIP Project Nos. 3-19-0094-0046 and 0047-2020 11• AthninqA4rn Litts r'44.6ah a. Zito% COMPANY s_e QwE,✓ EXECUTIVE OFFICER AFFIRMATIVE ACTION OFFICER ADDRESS OF THE AFFIRMATIVE ACTION OFFICER Oehler 5-4sec-4 Ccc/ar �llJ� =t1 S0II3 PHONE NUMBER 3/9 -` 17 7 -3001 FAA AIP 3- l 9-0094-0046 and 0047-2020 P- I Waterloo Regional Airport AECOM Project #60625545 FY 2020 FAA AIP Projects REVISED PER ADDENDUM NO. 1 JUNE 8, 2020 BIDDER'S INFORMATION SHEET A. BIDDER'S CAPACITY: (Check One) 1. Individual 2. Co -Partnership 3. Corporation ■ ■ A B. (IF ITEM 2 IS CHECKED, COMPLETE THE FOLLOWING) State of Names and Addresses of Partners 1. 2. 3. 4. 5. C. (IF ITEM 3 IS CHECKED, COMPLETE THE FOLLOWING) State of Incorporation Names and Addresses of Officers: President Wet) Secretary C1n/eh Treasurer d W€ rb FAA AIP 3-19-0094-0046 and 0047-2020 P-15 Waterloo Regional Airport AECOM Project #60625545 FY 2020 FAA AIP Projects REVISED PER ADDENDUM NO. 1 JUNE 8, 2020 SYNOPSIS OF EXPERIENCE RECORD (This synopsis must accompany Proposal Form.) Name of Bidder attine;iykrn 06/),14rutiLab CC.) g-hc . Business Address 4Do2 S Cetiler Theri Cre-laz4r- Tal/f, i-i4 s1l4 13 Individual ( ) Partnership ( ) Corporation (y"(Check One.) Construction successfully completed within past five years similar in size, scope, and difficulty of construction to the work bid upon. Name of Owner Name of Location of Amount of Project Project Contract 1Se& kiiect4 9eor 4c, r I 4 Ern eiu.e._ 5-7icz4frnestazi 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 (Signed) it< l,� t+ti� fi�riln (By) aptiy-t.t4.+:01, ee) .2°-A4 Name of Company (TITLE)l frA'i;cjes Date l0///�2d2o FAA AIP 3-19-0094-0046 and 0047-2020 P-16 Waterloo Regional Airport AECOM Project #60625545 FY 2020 FAA AIP Projects RECORD OF PAST EXPERIENCE (Continued) Project Owner or Engineer Project No., and Date, Phone No. of Reference Location uescription (Bridge, PCC, ACC, Grading Include quanties for of wort{ Patching, Erosion, Etc. ACC, PCC, and Grading) Dollar Value YR 2017 LOCKARD 319-277-8000 WESTERN CONSTRUCTION, HOME 7TH ADDITION INC WESTERN CEDAR HOME FALLS, IA PCC 9,217 SY $494,693 CITY 319-243-2704 UNIVERSITY OF CEDAR AVENUE FALLS RECONSTRUCTION CEDAR FALLS, IA PCC 14,931 SY - C&G 745 LF $4,385,113 BAKER 563-423-5000 PRAIRIE CONCRETE WEST/WINDS & EXCAVATING 3RD ADDITION CEDAR FALLS, IA PCC 2,711 SY $90,790 FAIRBANKS 319-553-1457 HERITAGE HILLS BUILDERS 2ND ADDITION CEDAR FALLS, IA PCC 6,493 SY $206,422 DEER 319-296-0450 GREENBELT CREEK DEVELOPMENT CYCLONE DRIVE WATERLOO, IA PCC 7,868 SY $253,201 DAVE 319-365-8669 PRAIRIE SCHMITT WEST CONSTRUCTION ADDITION INC. CEDAR FALLS, IA PCC 10,470 SY $322,350 6TH DAVE 319 VILLAGE 365-8669 SCHMITT WEST CONSTRUCTION DEVELOPMENT INC. WATERLOO, IA PCC 4,011 SY $122,333 PETERSON 319-345-2713 CREEKSIDE CONTRACTORS, 1ST ADDITION INC. GRUNDY CO, IA PCC 4,505 SY $143,259 ASPRO, 319-232-6537 2017 STREET INC. RESTORATION VARIOUS CEDAR STREETS, FALLS, IA PCC 634 SY - C&G 501 LF $47,567 CITY 319 CEDAR OF CEDAR 273-8600 FALLS FALLS RECONSTRUCTION 2017 VARIOUS STREETS, CEDAR FALLS, IA PCC 13,098 SY $552,728 UNIVERSITY 319-273-2611 UNI PARKING OF NORTHERN LOT MAINTENANCE IOWA UNI, CEDAR FALLS, IA PCC 987 SY - C&G 516 LF $191,547 PETERSON 319-345-2713 JOHN DEERE CONTRACTORS, ENGINE WORKS INC. WATERLOO, IA PCC 4,535 SY $145,186 JOHN 319-292 JD DEERE PEC EMPLOYEE 4964 PEC PARKING ENTRANCE WATERLOO, IA PCC 2,877 SY $280,975 EAGLE 319-230-7439 RIVER VIEW PLACE PARTNERS MU2 CEDAR FALLS, IA PCC 5,129 SY $192,689 NORTH 319 LOGAN 232 CROSSINGS 3889 PLAZA NORTH LLC CROSSING DEVELOPMENT WATERLOO, IA PCC 19,851 SY $676,285 LARSON 319-334-7061 ALDRICH CONSTRUCTION, ELEMENTARY INC. CEDAR FALLS, IA PCC 7,749 SY $249,051 PETERSON 319-345-2713 UNIVERSITY CONTRACTORS, AVENUE PHASE INC. II CEDAR FALLS, IA PCC 33,745 SY $1,562,827 Page 1 RECORD OF PAST EXPERIENCE (Continued) Project Owner or Engineer Project No., and Date, Phone No. of Reference Location uescription of work (Bridge, PCC, ACC, Grading Patching, Erosion, Etc. Include quonties for ACC, PCC, and Grading) Dollar Value PETERSON CONTRACTORS, INC. 319-345-2713 GREENHILL ROAD EXTENSION CEDAR FALLS, IA PCC 25,393 SY $1,056,467 UNIVERSITY OF NORTHERN IOWA 319-273-2611 UM INSTITUTIONAL ROADS 2017 UNI, CEDAR FALLS, IA PCC 2,546 SY $343,177 PETERSON CONTRACTORS, INC. 319-345-2713 WATERLOO BOATHOUSE ENHANCEMENT WATERLOO, IA PCC 256 SY, C&G 606 LF $50,846 LARSON 319-334-7061 ALDRICH CONSTRUCTION, ELEMENTARY INC. CEDAR FALLS, IA PCC 3,693 SY $124,806 PETERSON 319-345-2713 UNIVERSITY CONTRACTORS, AVENUE PHASE INC. II CEDAR FALLS, IA PCC 13,643 SY, C&G 1,058 LF $695,292 PETERSON 319-345-2713 GREENHILL CONTRACTORS, ROAD EXTENSION INC. CEDAR FALLS, IA PCC 15,625 SY $690,127 HAWKEYE 319-296-4234 ADULT COMMUNITY LEARNING CENTER COLLEGE COLLEGE, HAWKEYE COMMUNITY WATERLOO, PCC 5,587 SY $183,182 IA DENVER 319-415-2226 SANDS UNDERGROUND ADDITION CEDAR FALLS, IA PCC 2,576 SY $82,060 PETERSON 319-345-2713 UNIVERSITY CONTRACTORS, AVENUE PHASE INC. III CEDAR FALLS, IA PCC 19,533 SY, C&G 1,176 LF $1,026,383 PETERSON 319-345-2713 W 20TH DRY CONTRACTORS, RUN CREEK INC. CEDAR FALLS, IA PCC 1,539 SY $99,380 CITY 319-273-8600 CEDAR OF CEDAR FALLS FALLS RECONSTRUCTION 2018 VARIOUS CEDAR STREETS, FALLS, IA PCC 21,196 SY, C&G 7,354 LF $1,115,899 PETERSON 319-345-2713 UNIVERSITY CONTRACTORS, AVENUE PHASE INC. I WATERLOO, IA PCC 32,433 SY $1,412,658 UNIVERSITY 319-273-2611 UNI PARKING OF LOT NORTHERN 2018 IOWA UNI, CEDAR FALLS, IA PCC 4,763 SY $403,679 CITY 319-266-2621 ANSBOROUGH OF WATERLOO AVENUE WATERLOO, IA PCC 2,492 SY $304,387 UNIVERSITY 319 UNI 273-2611 INSTITUTIONAL OF NORTHERN IOWA 2018 UNI, CEDAR FALLS, IA PCC 2,202 SY $211,178 ROADS FRED 319-266-1110 STANDARD ROSE LC DISTRIBUTION CEDAR FALLS, IA PCC 9,585 SY $341,594 PETERS 319-236-2003 MARTIN CONSTRUCTION BROTHERS MARKETING CO. CEDAR FALLS, IA PCC 4,748 SY $157,018 ADDITION CITY 319-273-8600 CENTER OF CEDAR STREET FALLS TRAIL CEDAR FALLS, IA PCC 3,818 SY $305,925 Page 2 RECORD OF PAST EXPERIENCE (Continued) Project Owner or Engineer Project No., and Date, Phone No. of Reference CITY OF SHELLROCK 319-885-6555 WILLOW TREE 2ND ADDITION YR 2019 Location SHELLROCK, IA Description of Worlc (Bridge, PCC, ACC, Grading Patching, Erosion, Etc. Include quanties for ACC, PCC, and Grading) PCC 6,811 SY Dollar Value $204,655 CONSOLIDATED 920-739-3555 HILTON CONVENTION CONSTRUCTION CENTER CO, INC. CEDAR FALLS, IA PCC 9,583 SY $307,098 ASPRO, 319-232-6537 RAYMOND INC. ROAD WATERLOO, IA PCC 3,009 SY $203,610 BAKER 563 HOLIDAY 423 ENTERPRISES, 5000 INN INC. CEDAR FALLS, IA PCC 4,530 SY $207,350 JESUP 319-827-3626 PRAIRIE LAND WINDS IMPROVEMENT 1ST ADDITION JESUP, IA PCC 4,728 SY $162,070 HAWKEYE 319-296-4234 ORANGE COMMUNITY ROAD ENTRANCE COLLEGE COLLEGE, HAWKEYE COMMUNITY WATERLOO, PCC 1,302 SY $208,817 IA PETERSON 319-345-2713 UNIVERSITY CONTRACTORS, AVENUE PHASE INC. I WATERLOO, IA PCC 17,470 SY $695,983 CITY 319-266-2621 ANSBOROUGH OF WATERLOO AVENUE WATERLOO, IA PCC 1,280 SY $463,130 ARTESIAN 319-243-3422 PRAIRIE WEST EARTHWORKS 3RD & 4TH LLC CEDAR FALLS, IA PCC 8,730 SY $274,823 CITY 319-984-5642 DENVER OF DENVER STATE STREET DENVER, IA PCC 10,489 SY $1,261,165 CITY 319 CEDAR OF CEDAR 273-8600 FALLS RECONSTRUCTION FALLS 2019 VARIOUS CEDAR STREETS, FALLS, IA PCC 15,764 SY, C&G 4,980 SY $800,259 CITY OF WAVERLY 319-266-2621 WAVERLY CEDAR LANE RECONSTRUCTION WAVERLY, IA PCC 14,400 SY, 3,638 LF $759,923 PETERSON 319-345-2713 UNIVERSITY CONTRACTORS, AVENUE PHASE INC. II WATERLOO, IA PCC 8,674 SY, C&G 181 LF $448,904 PETERSON 319-345-2713 CEDAR FALLS CONTRACTORS, W 1ST STREET INC. CEDAR FALLS, IA PCC 7,012 SY $385,770 UNIVERSITY 319-273-2611 UNI INSTITUTIONAL OF NORTHERN ROADS IOWA 2019 CEDAR UNI, FALLS, IA PCC 3,015 SY $291,088 CITY 319-291-4312 DYSART OF WATERLOO ROAD & W 2ND WATERLOO, IA PCC 7,378 SY $683,071 ARTESIAN 319-243-3422 TWIN OAKS EARTHWORKS SUBDIVISION LLC CEDAR FALLS, IA PCC 7,808 SY $241,272 PETERSON 319-345-2713 CEDAR CONTRACTORS, FALLS LEVEE & INC. FLOODWALL SYSTEM CEDAR FALLS, IA PCC 4,234 SY, STEPS 730 SF $326,361 Page 3 RECORD OF PAST EXPERIENCE (Continued) Project Owner or Engineer Project No., and Date, Phone No. of Reference UNIVERSITY OF NORTHERN IOWA 319-273-2611 UNI PARKING LOT 2019 Location UNI, CEDAR FALLS, IA uescription of Work (Bridge, PCC, ACC, Grading Patching, Erosion, Etc. Include quanties for ACC, PCC, and Grading) PCC 2,225 SY, C&G 996 LF Dollar Value $154,468 Page 4 REVISED PER ADDENDUM NO. 1 JUNE 8, 2020 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) IV The bidder/offeror is committed to a minimum of 7 g2. % DBE utilization on this contract. ❑ The bidder/offeror, while unable to meet the DBE goal of %, hereby commits to a minimum of % DBE utilization on this contract and also submits documentation, as an attachment demonstrating good 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. G'Ci h n.h'ha tit, aftfrisiztbn CO) 2l < . Bidder's/Offeror's Firm Name Signature 6A 1242- 6 Date DBE UTILIZATION SUMMARY Contract Amount DBE Amount Contract Percentage DBE Prime Contractor $ x 1.00 = $ DBE Subcontractor $ 335307 So x 1.00 = $ 3 35 3$ 7. �" 7. ?0 % DBE Supplier $ x 0.60 = $ _ DBE Manufacturer $ — x 1.00 = $ % Total Amount DBE DBE Goal $ 336797 co $ 331, 2o. ky �•90 % % 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 3-19-0094-0046 and 0047-2020 AECOM Project #60625545 P-17 Waterloo Regional Airport FY 2020 FAA AIP Projects Bidder/Offer DBE Firm: DBE Contact Person: REVISED PER ADDENDUM NO. 1 JUNE 8, 2020 LETTER OF INTENT Disadvantage Business Enterprise (This page shall be submitted for each DBE firit0 Name: le. d44'44%144 Gs <4 ag 6h Address: 2)2Ski C1rr'1et City: eecr4 %III State:as'Al Zip: 3 DBE Firm: - Y44" hAsigaV I(4 f`a.. Address: f el • 1 beS4 g tn,z5),‘,40a, City C?arC47?; S5 State: rA Zip: C2 % g Name: ,l, tl �'�%i //r DBE Certifying Agency: -IV 6 T. Classification: Phone: (3i7)-3 % -5.269 Expiration Date: ! 2/3/J2$ Each DBE Firm shall submit evidence (such as a photocopy) of their certification status. Prime Contractor Manufacturer fic Subcontractor Supplier Joint Venture to be Work performed item(s) by Description of Work Item Quantity Total DBE / L 5 *. /6.3 bv a l r 4f ; Cc e24,4',,• / , 13) 2 75' 4W i 6Si .mob 1 Z 17 iirtia..7 i latiw-y i Ae ,tp 13 I $ �M ei; ✓` /yj�C: t. figC. it/� 49 2/ 2 , S"p f hi andtektie'n.,_ f r;‘t / L 5 tit /o az. oz. . i 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: $ 2 3 9 3 /02 $ 5*.e Percent of total contract: 3:611 % AFFIRMATION: The above -named DBE firm affirms that it will perform the portion of the contract for the estimated dollar value as stated above. By: (Signature) President (Title) Note: In the event the bidder/offeror does not receive award of the prime contract, any and all representations in this Letter of Intent and Affirmation shall be null and void. FAA AIP 3-19-0094-0046 and 0047-2020 P-14 Waterloo Regional Airport AECOM Project 460625545 FY 2020 FAA AIP Projects tnglO) Iowa Department pof Transportation Date Certified: December 31, 2013 Certificate No. H13343 Disadvantaged Business Enterprise Certification This Certifies That Advanced Traffic Control, Inc. Has met the requirements under the rules promulgated by the U.S. Department of Transportation pursuant to 49 Code of Federal Regulations, Part 26, and is eligible to participate as a Disadvantaged Business Enterprise in the Iowa Department of Transportation DBE Program _c-r -a-4o ,,c_er4tti--) Todd A. Sadler, Director, Office of Employee Services This certification may be revoked by the department upon finding of ineligibility and said company is subject to examination at any time and maybe required to supply additional information for review notwithstanding the issuance of this certificate. REVISED PER ADDENDUM NO. 1 JUNE 8, 2020 Bidder/Offer LETTER OF INTENT Disadvantage Business Enterprise (This page shall be submitted for each DBE firm) Name: p Cif H t V5L4M 6» Mrti t4:An ,� rn c • Address: /v2y' CBnit, ci-egeQY City: L�r � ��� State: -S-211 Zip: Cc'lo/3 DBE Firm: DBE Firnrriledi NL'(51 V Address: j4(9 ren'rurag Ave. - City: Vial/RE ky State:l 4 Zip: Cet'a f9". Phone: � f ) �S Z " � Expiration Date: it/5 / /20 DBE Contact Person: Name: jf'2 ( ( � DBE Certifying Agency: Classification: rowt4 Dor Each D$E Firm shall submit evidence (such as a photocopy) of their certification status. EA Subcontractor DJoint Venture ❑ Supplier Prime Contractor Manufacturer Work item(s) Item Quantity Total to be performed by Description of Work DBE S 50+ rence 11 37S,to 61 500 1 1 6 I A 14- Rai -echo; /0 Z951) / o 4 23 30 jl,000'6 3eeinq IC 1Llujc h447 &.) S�(, 15D•60 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: $ eks. "2.745C4o4 Percent of total contract: 2'Zee % AFFIRMATION: The above -named DBE fine affirms that it will perform the portion of the contract for the estimated dollar value as stated above. (Tula) Note: In the event the bidder/offeror does not receive award of the prime contract, any and all representations in this Letter of Intent and Affirmation shall be null and void. FAA MP 3-19-0094-0046 and 0047-2020 P-18 Waterloo Regional Airport AECOM Project #60625545 FY 2020 FAA MP Projects January 31, 2020 Vallade Holm Tiedf Nursery, Ltd. 2419`E. Bremer Avenue Waverly, IA 50677 RE: Affidavit of Contlnued DSElAC E Certification Eligibility Ms. Holm, This letter confirms receipt of your annual No Change Affidavit and supporting documentation. The Iowa Department of Transportation (Iowa DOT), in compliance with 49 Code of Federal Regulations Part 26 (49 C.F.R. §§26 et seq ), is pleased to inform you that your firm's information has been reviewed and approved. Your firm's Disadvantaged Business Enterprise (DBE). certification will remain valid for another year. The DBE Directory, located at https://secure:iowadot.4ov/DBE/Home/Index/,.wi continue to list your contact information and will include the following NAICS codes and description of services performed: NAICS Code: 237990, 238990, 561730 Work T Erosion Control (Seed, Sod, Mat, and Silt Fence), Fencing, Herbicide Application; Landscaping (Trees and Shrubs), Mowing, and Retaining Walls; Supplier: Trees, Shrubs, Seed, Fertilizer, Erosion Control Products, Plastic Tubing, and Fencing As a. DBE, you have the responsibility to comply with all aspects of 49 C.F.R. Part 26; maintain an accurate mailing address and phone number with Iowa DOT and promptly return all solicitation inquiries. If you have any questions, please contact this office. Sincerely, Danny Wage Civil Rights Compliance Officer L [515-239.1422danny.wagener@owadot us] www.iowadot.gov Givt# ncoln Way;. REVISED PER ADDENDUM NO. 1 JUNE 8, 2020 BUV AMERICAN CERTIFICATION 64RM 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 (I) or the letter "X". The Bidder or Offeror hereby certifies that it will comply with 49 USC § 50101 by: a) Only installing steel and manufactured products produced in the United States, or; b) Installing manufactured products for which the FAA has issued a waiver as indicated by inclusion on the current FAA Nationwide Buy American Waivers Issued listing, or; c) Installing products listed as an Excepted Article, Material or Supply in Federal Acquisition Regulation Subpart 25.108. By selecting this certification statement, the Bidder or Offeror agrees: 1. To provide to the Owner evidence that documents the source and origin of the steel and manufactured product. 2. To faithfully comply with providing US domestic product. 3. To furnish US domestic product for any waiver request that the FAA rejects. 4. To refrain from seeking a waiver request after establishment of the contract, unless extenuating circumstances emerge that the FAA determines justified. The Bidder or Offeror hereby certifies it cannot comply with the 100% Buy American Preferences of 49 USC § 50101(a) but may qualify for either a Type 3 or Type 4 waiver under 49 USC § 50101(b). By selecting this certification statement, the apparent Bidder or Offeror with the apparent low bid agrees: 1. To the submit to the Owner within 15 calendar days of the bid opening, a formal waiver request and required documentation that support the type of waiver being requested. 2. That failure to submit the required documentation within the specified timeframe is cause for a non -responsive determination may result in rejection of the proposal. 3. To faithfully comply with providing US domestic products at or above the approved US domestic content percentage as approved by the FAA. 4. To refrain from seeking a waiver request after establishment of the contract, unless extenuating circumstances emerge that the FAA determines justified. Required Documentation Type 3 Waiver o 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 #3-19-0094-046 P-19 Waterloo Regional Airport AECOM Project #60562796 Rehabilitate West Terminal Apron REVISED PER ADDENDUM NO 1 JUNE 8, 2020 b) Cost of non -domestic components and subcomponents, excluding labor costs associated with final assembly at place of manufacture. c) Percentage of non -domestic component and subcomponent cost as compared to total "item" component and subcomponent costs, excluding labor costs associated with final assembly at place of manufacture. Type 4 Waiver ® Total cost of project using US domestic source product exceeds the total project cost using non -domestic product by 25%. The required documentation for a type 4 of waiver is: a) Detailed cost information for total project using US domestic product. b) Detailed cost information for total project using non -domestic product. False Statements: Per 49 USC § 47126, this certification concerns a matter within the jurisdiction of the Federal Aviation Administration and the making of a false, fictitious or fraudulent certification may render the maker subject to prosecution under Title 18, United States Code. ecjl ! /2&?a Date --- Signature be &et)T)1h91<4M &ht/vk1Ah Csp!. rn < • Company Name FAA AIP #3- l 9-0094-046 AECOM Project #60562796 c frA fec%n7z Title P- 20 Waterloo Regional Airport Rehabilitate West Terminal Apron REVISED PER ADDENDUM NO. 1 JUNE 8, 2020 Buy America Waiver Request Title 49 U.S.0 Section 50101 (b) For Airfield Development Projects funded under the Airport Improvement Program (Revised 4/1 9/201 0) 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:/Iwww.faa.gov/airports/aip/procurement/federal_contract_provisions/media/buy_american waiver.xls Section 50101(6)(2) Waiver: The bidder may not request a waiver based upon insufficient supply of U.S. manufactured. The FAA Office of Airports publishes such waivers at: http://www.faa.gov/airports/aip/procurement/federal_contract_provisions/media/buy_american waiver.xls Section 50101(6)(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 "L" items listed in AC 150/5345-53. c) A waiver request may only address one specific equipment item. Submit separate requests for each equipment item for which a waiver. d) Items listed under the Nationwide Waiver do not require further review. Please refer to the following webpage: http://www.faa.gov/airports/aip/procurement/federal_contract_provisions/media/buy_americanwaiver.xls 2. The bidder must base the U.S. percentage upon the value that results from completing a component cost calculation table similar to the attached format. Bidder shall avoid mere pro forma efforts to establish the waiver request percentage. The Bidder must submit the component cost calculation table as an attachment to the waiver request. 3. Components/subcomponents are the material and products composing the "equipment". 4. The final assembly of the AIP-funded "equipment" must be within the USA (Section 50101(b)(3)(B)). Final assembly is the substantial transformation of the components and subcomponents into the end product. 5. All steel used in the "Equipment" must be produced in the United States. 6. The Buy American requirements apply to all tier contractors and subcontractors. All contractors/subcontractors are required to provide appropriate documentation that indicates origin of manufacturer and percentage of domestic made product. 7. The bidder is hereby advised there is no implied or expressed guarantee that a requested waiver will be issued by the Federal Aviation Administration (FAA). Less than 60% USA component/subcomponent proposed for this facility CANNOT be waived. Products made with foreign steel are not eligible for a waiver. 8. North America Free Trade Act (NAFTA): Free Trade Agreements such as NAFTA do not apply to the AIP. Products and material made in Canada or Mexico must be considered as foreign made products. 9. Preparation of a Component Cost Calculation Table is not necessary for equipment listed on the FAA national listing: http://www.faa.gov/airports/aip/procurement/federal_contractprovisions/media/buy_america►1 waiver.xls. Bidder however shall submit a listing of any equipment it proposes to install on the project that is included on the National Buy American conformance list. Instructions for Section 50101(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 project. This waiver is rarely applicable. Consult the Owner before making this request. FAA AIP 3-19-0094-0046 and 0047-2020 AECOM Project #60625545 P-21 Waterloo Regional Airport FY 2020 FAA AIP Projects O 5z 3 0 W 0 0 CC 0_ 0 (0 W JUNE 8, 2020 41 1 O Ca O kr) ••=:( Y r ^ U Cae OM V :et ei cts funded under the WD O 64 its •-1 I^� — L 0 u z z 0 z •0 W 0 11 • 1 A CX •' tr -J 0 h O tu z O � O 1 U .04 qab d Cam, U � a o E rtater4 IPA) o o 4,4 d fi o ° U 0 o z 33.▪ 1 lg 0 0 american waiver.xls. Do not combine the component cost • ° r ° z . ti My 1 /\ tA en tri tti nnW W /44 itS y o ▪ 'o W • � 1-16 O fi E E ti ••r ti Pei A• - fa Esem 11 M O z ar ▪ � U � o oLL4 't •etc � il • tt' Q 0 fi W d O �i tu 1 istt bo Zia z CS cta 0 i q t O z NT • Per•cenntage of Equipment Components Manufactureci in the C, nfted States: 1P➢acc of fl na➢ Assemb➢y: . • A to U • A lny IC r c3 p=1 -r ▪ 0 zad . A 1) s4 coo omC ime .o tit a .A z .101 � v •;n .o A alca •r=i • 0 ea l QV • A FAA All' 3-19-0094-0046 and 0047-2020 AECOM Project #60625545 REVISED PER ADDENDUM NO. I JUNE 8, 2020 Buy America Conformance Listing Title 49 U.S.0 Section 50101 (b) For Airfield Development Projects funded under the Airport Improvement Program • Preparation of a Component Cost Calculation Table is not necessary for equipment listed on the FAA national listing: http://iv)viv faa.gov/airports/aip/procurement/federal contractyrovisions/redia/btry_american_waiver.xls • Bidder shall submit a listing of equipment it proposes to install on the project that is included on the current National Bury American conformance list. Name of Manufacturer Product Number Equipment Type if LAt MB 1.8e,7 (teil) ,arc:y Likft- A:rf 5 125 ADS L`' s-g :els Certification Signature: Bidder hereby certifies that the above listed equipment, which we propose for installation on the subject project, are on the current National Buy America Conformance list as established at: http://www.faa.gov/airports/aip/procurement/federal_contract_provisions/media/buy_american_waiver.xls I hereby certify the above information is accurate and complete. if . Ahn:?. am C�nhrntct-an G'a.} . Thc• Bidders Firm Name nature //701°P-2, Date FAA AIP 3-19-0094-0046 and 0047-2020 P-23 Waterloo Regional Airport AECOM Project #60625545 FY 2020 FAA AIP Projects REVISED PER ADDENDUM NO 1 JUNE 8, 2020 BID BOND) KNOW ALL MEN BY THESE PRESENTS, that we K. Cunningham Construction Co., Inc. asPrincipal,and United Fire & Casualty Company as Surety are held and firmly bound unto the Waterloo. Regional Airport, 2790 Livingston Lan; Waterloo, Iowa, hereinafter call "Owner", in the penal sum 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 11 ,2029 for Reconstruct Taxiway B South of Runway 18/36; Reconstruct West Terminal Apron and Clean/Reseal Joints East Terminal Apron; and Remove Trees at the Waterloo Regional Airport, Waterloo, Iowa, FAA AIP 3-19-0094- 0046 and 0047-2020. NOW, THEREFORE, (A) If said Bid shall be rejected, or in the alternate, (B) If said bid shall be accepted and the Principal shall execute and deliver a Contract in the form specified and shall furnish a bond for his faithful performance of said Contract, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the agreement created by the acceptance of said bid. then this obligation shall be void, otherwise the same shall remain in force and effect; it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. By virtue of statutory authority, the full amount of this bid bond shall be forfeited to the Owner in liquidation of damages sustained in the event that the Principal fails to execute the Contract and provide the bond as provided in the Specifications or by law. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall be in no way impaired or affected by any extension of the time within which the Owner may accept such bid or execute such Contract; and said Surety does hereby waive notice of any such extension. IN WITNESS WHEREOF, the Principal and the Surety, have hereunto set their hands and seals, and such of them as are corporations, have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers this 11 tl-lay of June ,. A.D., 2020 . K. Cunningham Construction Co., Inc. Principal By (Title ra E owt, ?res;der)7' (Seal) Surety United Fire & Casualty Company ray. betca ksi4 .n Baltutat -Fact) a cy . at t (Seal) FAA A II' 3- 1 9-0094-0046 and 0047-2020 AFCOM Project #60625545 P-1 1 Waterloo Regional Airport FY 2020 FAA AIP Projects uM� INSURANCE UNITED FIRE & CASUALTY COMPANY, CEDAR RAPIDS, IA UNITED FIRE & INDEMNITY COMPANY, WEBSTER TX FINANCIAL PACIFIC INSURANCE COMPANY, ROCKLIN, CA CERTIFIED COPY OF POWER OF ATTORNEY (original on file at Home Office of Company — See Certification) KNOW ALL PERSONS BY THESE PRESENTS, That United F re & Casualty Company, a corporation duly organized and existing under the laws of the State of Iowa; United Fire & Indemnity Company, a corporation duly organized and existing under the laws of the State of Texas; and Financial Pacific Insurance Company, a corporation duly organized and existing under the lags of the State of California (herein collectively called the Companies), and having their corporate headquarters in Cedar Rapids, State of Iowa, does make, constitute and appoint GREG T. LA MAIR, NANCY D. BALTUTAT, PATRICK K. DUFF, JEFFREY R. BAKER, JOSEPH I. SCHMIT, JILL SHAFFER, CHRISTOPHER R. SEIBERLING, EACH INDIVIDUALLY Inquiries: Surety Department 118 Second Ave SE Cedar Rapids, IA 52401 their tare and lawful Attorneys) -in -Fact with power and authority hereby conferred to sign, seal and execute in its behalf all lawful lxmds, undertakings and other obligatory instruments of similar n'tture provided that no single obligation shall exceed $100 , 000 , 000 00 and to bind the Companies thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of the Companies and all of the acts of said Attorney, pun suant to the authority hereby given and hereby ratified and confirmed. The Authority hereby granted is continuous and shall remain in full force and effect until revoked bt United Fire & Casualty Company, United Fire & Indemnity Company, and Finrcial Pacific Insurance Company. This Power of Attorney is made and executed pursuant to and by authority of the following bylaw duly adopted on May 15, 2013, by the Boards of Directors of United Fire & Casualty Company United Fire & Indemnity Company, and Financial Pacific Insurance Company. "Article VI — Surety Bonds and undertakings" Section 2, Appointment of Attorney -in -Fact. "The President or any Vice President, or any other officer of the Companies may, from time to time, appoint by written certificates attorneys -in -fact to act in behalf of the Companies in the execution of policies of insurance, bonds, undertakings and other obligatory instruments of like nature. The signature of any officer authorized hereby, and the Corporate seal, may be affixed by facsimile to any power of attorney or special power of attorney or certification of either authorized hereby; such signature and seal, when so used, being adopted by the Companies as the original signature of such officer and the original seal of the Companies, to be valid and binding upon the Companies with the same force and effect as though manually affixed. Such attorneys -in -fact, subject to the limitations set of forth in their respective certificates of authority shall have full power to bind the Companies by their signature and execution of' any such instrurnents and to attach the seal the Companies thereto. The President or any Vice President, the Board of Directors or any other officer of the Companies may at any time revoke all power and authority previously given to any attorney -in -fact. `+�y1> ESA, GAG Sw CORPORATE �OZ.t C. =i —•— %� SEAL t %�III Illlll\\ \ . oNt 1NSu "ni„ 4' � wLY 2; � np IN WITNESS WHEREOF, the COMPANIES have each caused these presents to be signed by its vice president and its corporate seal to he hereto affixed this 10t h day of March, 2014 UNITED FIRE & CASUAL 1'Y COMPANY UNITED FIRE & INDEMNITY COMPANY FINANCIAL PACIFIC INSURANCE COMPANY By: 9�-,.,..:__ State of Iowa County of Linn, ss: On 10th day of March, 2014, before me personally came Dennis J Richmann to me known, who being by me duly sworn, did depose and say; that he resides in Cedar Rapids, State of Iowa; that he is a Vice President of United Fire & Casualty Company a Vice President of United Fire & Indemnity Company, and a Vice President of Financial Pacific Insurance Company the corporations described in and which executed the above instrument that he knows the seal of said corporations; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporations and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporations. Judith A. Jones Iowa Notarial Seal Commission number 173041 My Commission Expires 4/23/2021 Vice President Notary Public My commission expires: 4/23/2021 I, Mary A. Bertsch, Assistant Secretary of United Fire & Casualty Company and Assistant Secretary of United lire & Indemnity Company, and Assistant Secretary of Financial Pacific Insurance Company do hereby certify that I have compared the foregoing copy of the Power of Attorney and affidavit, and the copy of the Section of the bylaws and resolutions of said Corporations as set forth in said Power of Attorney, with the ORIGINALS ON FILE IN THE HOME OFFICE OF SAID CORPORATIONS, and that the same are correct transcripts thereof, and of the whole of the said originals, and that the said Power of Attorney has not been revoked and is now in full force and effect. In testimony whereof I have hereunto subset ibed my name and affixed the corporate seal of the said Corporations this 11 th day of June , 20 20 . S° CAS % Po: � Qt % ijw O�RILt 19 ,.:'� .`` By: `-iYlt,,�_.�.vrd.. � /w/e " U Assistant Secretary UF&C & OF&I & FPIC BPOA0049 1217