Loading...
HomeMy WebLinkAboutE & F PavingSEALED PROPOSAL JUNE, 11, 2620 1:00 P.M. „\ Recionai l eat ct Txivay ou7�h f R iriryv 18 FAA AI- 3-19- 4- 047-20 20 Reconstntct \Vest Te.mitha.i Apron and Clean Reseal Joints East Terminal. A FAA AIP 3-190094 004 -'02 Remove Treeici, FAA AIP 349 - : 0047 ' O, D BOND t,inl 0 Re ion 1Airpoit Ss Reconstnieconstru CT Taxrivav B South 0 r FAAAIP ':10 9.- tag 047-20,0 1 ?TS 36 r Feconstruct Wcst Teiminal Apron and (lean Reseal Joints East Terminal Apron FAA .SIP 3-19-0094-0046- 2O '0 Remove Ti'ees FAA AiP 3-19-0094-0047-2020 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 of the State of IOWA , a Partnership consisting of the tollowing partners: E & F PAVING COMPANY, LLC , having tamiliarized (himselt) (themselves) (itself) with the existing conditions on the project area affecting the cost of the work, and with all the contract documents listed in the Table of Contents and Addenda (if any), as prepared by the Cif) 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 utilit) 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: 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 '/z -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, wit ing 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 06/11/2020 , hereby proposes to do the work called for in said Contract and Specifications and shown on said Plans and Addendum Nos. TWO (2) and to furnish all materials, tools, labor and all appliances and appurtenances necessary for the said work at the following rates and pi ices: FAA AIP 3-19-0094 0046 and 0047-2020 P-I Waterloo Regional Airport AECOM Project #60625545 FY 2020 FAA AIP Projects 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. NO. ESTIMATED UNIT BID TOTAL BID NO. DESCRIPTION UNIT QUANTITY PRICE PRICE BID PACKAGE #1 - RECONSTRUCT WEST TERMINAL APRON AND CLEAN/RESEAL JOINTS EAST TERMINAL 1 C-105 MOBILIZATION LS 1 $ 70,000.00 $ 70,000.00 2 GP 40-05 TRAFFIC CONTROL LS 1 $ 40,000.00 $ 40,000.00 3 GP 50-07 CONSTRUCTION SURVEY LS 1 $ 8,000.00 $ 8,000.00 4 P-101-5.1 PAVEMENT REMOVAL SY 3,400 $ 11.50 $ 39,100.00 5 PLANS REMOVAL OF STRUCTURE EA 1 $ 1,500.00 $ 1,500.00 6 P-152-4.1 UNCLASSIFIED EXCAVATION CY 1,700 $ 12.00 $ 20,400.00 7 P-154-5.1 SUBBASE COURSE CY 690 $ 62.50 $ 43,125.00 8 P-209-5.1 INCH CRUSHED AGGREGATE BASE COURSE - 6 SY 3,400 $ 20.00 $ 68,000.00 9 P-307-7.1 CEMENT COURSE TREATED PERMEABLE BASE SY 2,440 $ 39.00 $ 95,160.00 10 P-501-8.1b 10.0-INCH PORTLAND CEMENT CONCRETE SY 960 $ 83.00 $ 79,680.00 PAVEMENT I I P-501-8.1c 12.5-INCH PAVEMENT PORTLAND CEMENT CONCRETE SY 2,440 $ 79.00 $ 192,760.00 12 P-620-5.2b RUNWAY AND TAXIWAY MARKING SF 3,675 $ 8.00 $ 29,400.00 13 P-620-5.3c REFLECTIVE MEDIA (TYPE I, GRADATION A) LB 260 $ 2.50 $ 650.00 14 PLANS AIRCRAFT PAVEMENT TIEDOWN ANCHORS IN NEW SF 20 $ 100.00 $ 2,000.00 15 PLANS AIRCRAFT TIEDOWN ANCHORS IN EXISTING SF 10 $ 300.00 $ 3,000.00 PAVEMENT 4 - INCH PERFORATED SUBDRAIN (SDR 35) INCLUDING $ 4,050.00 COMPLETE 270 15.00 16 D-705-5.1 POROUS BACKFILL AND FILTER FABRIC LFT $ 17 D-705-5.2 4 - INCH NON -PERFORATED SUBDRAIN (SDR 35) LFT 165 $ 8.50 $ 1,402.50 18 D-705-5.5 SUBDRAIN CLEANOUT EA 3 $ 1,750.00 $ 5,250.00 19 PLANS CATCH BASIN, ADJUSTMENT EA 2 $ 9,500.00 $ 19,000.00 20 D-751-5.1 CATCH BASIN EA 2 $ 19,500.00 $ 39,000.00 SEVEN HUNDRED -SIXTY ONE THOUSAND, FOUR HUNDRED -SEVENTY SEVEN AND 50 HUNDRETHS SUBTOTAL $ 761,477.50 Alternate Bid I GP 40-05 TRAFFIC CONTROL LS 1 $ 3,000.00 $ 3,000.00 2 P-101-5.2 SAW AND SEAL JOINTS LFT 4,950 $ 3.25 $ 16,087.50 NINETEEN THOUSAND, EIGHTY-SEVEN AND 50 HUNDRETHS SUBTOTAL $ 19,087.50 ITEM SPEC. NO. ESTIMATED UNIT BID TOTAL BID NO. DESCRIPTION UNIT QUANTITY PRICE PRICE SEVEN HUNDRED EIGHTY THOUSAND, FIVE HUNDRED SIXTY-FIVE AND ZERO HUNDRETHS TOTAL BID PACKAGE #1 $ 780,565.00 BID PACKAGE #2 - RECONSTRUCT TAXIWAY B SOUTH OF RUNWAY 18/36 AND REMOVE TREES I C-105 MOBILIZATION LS 1 $ 275,000.00 $ 275,000.00 2 GP 40-05 TRAFFIC CONTROL LS 1 $ 120,000.00 $ 120,000.00 3 GP 50-07 CONSTRUCTION SURVEY LS 1 $ 30,000.00 $ 30,000.00 4 PLANS CONSTRUCTION BARRICADES LS 1 $ 10,000.00 $ 10,000.00 5 C-102-5.1e INSTALLATION AND REMOVAL OF SILT LF 6,500 $ 1.75 $ 11,375.00 FENCE 6 C-102-5.1 f INSTALLATION AND REMOVAL OF INLET PROTECTION EA 10 $ 300.00 $ 3,000.00 7 P-101-5.1 PAVEMENT REMOVAL SY 25,440 $ 10.00 $ 254,400.00 8 P-I01-5.6 COLD MILLING SY 220 $ 27.50 $ 6,050.00 9 P-I51-4.1 CLEARING ACRE 6 $ 4,000.00 $ 24,000.00 10 P-151-4.2 CLEARING AND GRUBBING ACRE 21 $ 4,250.00 $ 89,250.00 11 P-152-4.1 CY 3,000 $ 10.00 $ 30,000.00 UNCLASSIFIED EXCAVATION 12 P-154-5.I SUBBASE COURSE CY 1,250 $ 61.00 $ 76,250.00 13 P-209-5.1 SY 3,400 $ 20.00 $ 68,000.00 CRUSHED AGGREGATE BASE - 6- INCH 14 P-307-8.1 CEMENT TREATED PERMEABLE BASE SY 20,940 $ 35.00 $ 732,900.00 COURSE 15 P-501-8.1 8.0 INCH PORTLAND CEMENT CONCRETE PAVEMENT SY 1,070 $ 63.00 $ 67,410.00 16 P-501-8.1 SY 18,500 $ 72.25 $ 1,336,625.00 13.0 INCH PORTLAND CEMENT CONCRETE PAVEMENT 17 P-620-5.2b RUNWAY AND TAXIWAY MARKING SF 10,200 $ 3.50 $ 35,700.00 18 P-620-5.3c LB 225 $ 2.50 $ 562.50 REFLECTIVE MEDIA (TYPE I, GRADATION A) 19 D-705-5.3 6,380 $ 14.00 $ 89,320.00 6 - INCH PERFORATED SUBDRAIN (SDR 35) COMPLETE INCLUDING LFT POROUS BACKFILL AND FILTER FABRIC 20 D-705-5.4 6 - INCH NON -PERFORATED SUBDRAIN (SDR 35) 200 $ 8.50 $ 1,700.00 LFT 21 D-705-5.5 SUBDRAIN CLEANOUT EA 21 $ 1,750.00 $ 36,750.00 22 D-751-5.1 CATCH BASIN EA 6 $ 19,000.00 $ 114,000.00 23 T-901-5.1 SEEDING AC 30 $ 900.00 $ 27,000.00 24 T-905-5.1 TOPSOIL (OBTAINED ON SITE OR CY 790 $ 12.00 $ 9,480.00 REMOVED FROM STOCKPILE) - TAXIWAY B 25 T-908-5.1 MULCHING AC 30 $ 1,850.00 $ 55,500.00 26 L-108-5.1 NO. 8 AWG, SKV, L-824, TYPE C CABLE, INSTALLED IN TRENCH, DI JCT RANK OR CONDI UT LF 10,500 $ 1.00 $ 10,500.00 27 L-108-5.2 NO. 6 AWG, SKV, L-824, TYPE C CABLE LF 100 $ 1.25 $ 125.00 INSTALLED IN TRENCH, DI JCTRANK OR CONDI JIT 28 L-108-5.3 NO. 6 AWG, BARE COPPER COUNTERPOISE LF 7,700 $ 0.85 $ 6,545.00 WIRE, INSTALLED IN TRENCH, ABOVE THE DUCT BANK OR CONDUIT, INCLUDING GROUND RODS AND GROUND CONNECTORS 29 L-I 10-5.1 CONCRETE ENCASED ELECTRICAL DUCT BACK, 4-WAY, 4-INCH SCHFDI II F 40 PVC LF 160 $ 38.00 $ 6,080.00 30 L-110-5.3 NON -ENCASED ELECTRICAL CONDUIT, 2- INCH SCHEDULE 40 PVC LF 7,700 $ 2.10 $ 16,170.00 31 L-115-5.4 ELECTRICAL HANDHOLE, L-868 EA 4 $ 900.00 $ 3,600.00 32 L-1 15-5.4 ELECTRICAL HANDHOLE, 9'0" BY 2'0" EA 6 $ 3,500.00 $ 21,000.00 33 L-125-5.1 EA 65 $ 970.00 $ 63,050.00 L-861T(LED)TAXIWAY EDGE LIGHT- LED 34 L-125-5.4 AIRFIELD GUIDANCE SIGN, SIZE 1, LED, 1 EA 6 $ 2,400.00 $ 14,400.00 (ONE) MODULE 35 L-125-5.4 AIRFIELD GUIDANCE SIGN, SIZE 1, LED, 2 (TWO) MODULE EA 2 $ 3,000.00 $ 6,000.00 36 L-125-5.4 EA 1 $ 2,670.00 $ 2,670.00 AIRFIELD GUIDANCE SIGN, SIZE 3, LED, I (ONE) MODULE 37 L-I25-5.4 AIRFIELD GUIDANCE SIGN, SIZE 1, LED, 3 (THREE) MODULE EA 2 $ 3,275.00 $ 6,550.00 38 L -I25-5.5 L-804 (LED) RUNWAY GUARD LIGHT EA 2 $ 3,325.00 $ 6,650.00 39 L-125-5.6 REMOVE DUCT BANK LF 700 $ 10.00 $ 7,000.00 40 L-I25-5.7 REMOVE TAXIWAY EDGE LIGHT EA 68 $ 255.00 $ 17,340.00 41 L-125-5.7 REMOVE ELECTRICAL HANDHOLE EA 12 $ 260.00 $ 3,120.00 42 L-125-5.8 EA 19 $ 94.00 $ 1,786.00 REMOVE AIRFIELD GUIDANCE SIGN ITEM NO.DESCRIPTION SPEC. NO. UNIT ESTIMATED QUANTITY UNIT BID PRICE TOTAL BID PRICE 43 P-401 ASPHALT SURFACE COURSE TON 28 $ 700.00 $ 19,600.00 44 P-603 EMULSIFIED ASPHALT TACK COAT GAL 30 $ 20.00 $ 600.00 45 D-701 10" CLASS III, REINFORCED CONCRETE PIPE LF 503 $ 65.00 $ 32,695.00 THREE MILLION, SEVEN HUNDRED FIFTY-THREE AND FIFTY HUNDRETHS TOTAL BID PACKAGE #2 $ 3,749,753.50 HUNDRED, FORTY-NINE THOUSAND, SEVEN FOUR MILLION,FIVE HUNDRED HUNDRED EIGHTEEN AND THREE $ 4,530,318.50 THIRTY THOUSAND, 50 HUNDRETHS 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, restroorns 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 5. The undersigned understands that the above quantities of work to be done are approximate only and are Intended principally to serve as a guide in evaluating the bids. All quantities are subject to increase or decrease and are to be performed at the unit prices stipulated herein. 6. It is understood that the schedule of minimum wage rates, as established by the Secretary of Labor and included in the Specifications, are to govern on this project, and the undersigned certifies that he has examined this schedule of wage rates and that the prices bid are based on such established wage rates 7. The bidder shall make good faith efforts, as defined in Appendix A of 49 CFR Part 26, Regulations of the Office of the Secretai y 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 INomen, 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 infoi mation will include the name and address of each DBE, a description of the work to be performed by each named firm, and the dollar '. alue of the contract If the bidder fails to ache 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 eN ent that the apparent successful competitor for this solicitation qualified as a DBE, the contract goal shall be deemed to haN e been met. A bid that fails to meet these requirements will be considered nonresponsive. 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 pi ovide 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 subconti actors 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 rind 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 «:ill commence the work within ten (10) calendar days atter 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 day s 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: FAA AIP 3- l 9-0094-0046 and 0047-2020 P-5 Waterloo Regional Airport AECOM Project #60625545 FY 2020 FAA AIP Projects 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 Ptotectton 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 of 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 requiiements. 14. The contractor, by submission of this offer and/or execution of a contract, certifies that it: is not owned or controlled by one or more citizens of 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 of 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 p ocures or subcontracts for the supply of any product of 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 i esulting from this solicitation, it will incorporate this pro \ision 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 leaf ns that its certification of that of a subcontractor was erroneous when submitted or has become erroneous by t eason 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 awai d. It it is later determined that the contractor or subcontractor knowingly rendered an erroneous certification, the FAA AIP 3-19-0094-0046 and 0047-2020 P-6 Waterloo Regional Airport AECOM Project #60625545 FY 2020 FAA AIP Projects Federal Aviation Administration may direct, through the sponsor, cancellation of the contract or subcontract for detault 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 pei son 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 r ender 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 tor debarment, declared ineligible, or voluntarily excluded from participation in this transaction b) any Federal department or agency. It further agrees by submitting this proposal that it will include this clause without modification in all lower tiet 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 tails 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 withdi awn 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 \ rolations of IRCA as a result of the Contractor's employees or his subcontractor's employ ees working on behalf of the Contractor on the ON N ner'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 o1 attempting to influence an officer or emplo) ee 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 o1 emplo) ee of any agency, a member of Congress, an officer or employee of Congress, or an employee of a Member of Congress m connection with this Federal grant, the Conti actor shall complete and submit Standard Form-LLL, "Disclosure of Lobby Activities", in accordance with its instructions FAA AIP 3-19-0094-0046 and 0047-2020 P-7 Waterloo Regional Airport AECOM Project #60625545 FY 2020 FAA AIP Projects 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 offact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a pretequisite fot 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 mote than $200,000 fot each such failure. 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 indiN idual, 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 tt will --no later than 30 calendar days after contract award (unless a longer period is agreed to in writing, for contracts of 30 calendar day s 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 «hen 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 wot kplace 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 Contractors policy of maintaining a drug -free workplace; (c) Any available drug counseling, rehabilitation, and employ ee 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 ofthe 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-- (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 proviston, from an employee or otherwise receiN ing actual notice of such conviction. The notice shall include the position title of the employee; and (6) Within 30 calendar day s after receiving notice under subdivision a.(4)(b) of this provision of a conviction, take one ofthe following actions with respect to any employee who is con icted of a drug abuse violation 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 (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 taith effort to maintain a drug -free workplace through implementation of subparagraphs a.( I) through a.(6) of this provision. b. By submission of its offer, the offeror, if an individual who is making an offer of any dollar value, certifies and agrees that other offeror 'ill not engage in the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance in the performance of the contract resulting from this solicitation. c. Failure of the offeror to provide the certification required by paragraphs a. or b. of this provision, renders the offeror unqualified and ineligible for award. [See FAR 9.104-1(g) and 19.602-1a.(2)(a)]. d. In addition to other remedies available to the Government, the certification in paragraphs a. or b. of this provision concerns a matter within the jurisdiction of an agency of the United States and the making of a false, fictitious, or fraudulent certification may render the maket 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 BID BOND 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 Pat tnership Corporation Joint -venture: all parties must join -in and execute all documents Other Respectfully submitted, ■ ■ By Bidder • Sig iature Vice President Title 714 31 ST AVE SW, CEDAR RAPIDS, IA Address 52404 (Include Zip Code) 319-364-6821 Telephone No. FAA AIP 3-19-0094 0046 and 0047-2020 P-9 Waterloo Regional Airport AECOM Project #60625545 FY 2020 FAA AIP Projects State of IOWA County of BLACKHAWK NON -COLLUSION AFFIDAVIT OF PRIME BIDDER ) )ss KEVIN HOGAN , being first duly sworn, deposes and says that: I) He is REPRESENTATIV ( Owner, Partner, Officer, Representative, or Agent) of E & F PAVING COMPANY, LLC , 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, fit m or person to submit a collusive or sham bid in connection with the Contract tor which the attached bid has been submitted or to refrain from bidding in connection with such Contract, or has in any manner, directly or indit ectly, 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 pi ice of and 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 a nts, representatives, owners, employees, or parties in interest, Including this affiant. Subscribed and sworn to before me this 10 day of JUNE OFFICE MANAGER �� Ak Title My Commission Expires 2020. 0 (Signed) Title Vice President FAA AIP 3-19-0094 0046 and 0047-2020 P-11 Waterloo Regional Airport AECOM Project #60625545 FY 2020 FAA AIP Projects 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 E & F PAVING COMPANY, LLC COMPANY STEVE STREB ASHLEY STREB EXECUTIVE OFFICER AFFIRMATIVE ACTION OFFICER ADDRESS OF THE AFFIRMATIVE ACTION OFFICER 3191 CHARBON RD SE IOWA CITY, IA 52246 PHONE NUMBER 319-338-3498 FAA AIP 3-19-0094-0046 and 0047-2020 P-13 Waterloo Regional Airport AECOM Project #60625545 FY 2020 FAA AIP Projects BIDDER'S INFORMATION SHEET A. BIDDER'S CAPACITY: (Check One) 1. Individual ❑ 2. Co -Partnership 3. Corporation �7 ■ B. (IF ITEM 2 IS CHECKED, COMPLETE THE FOLLOWING) State of Names and Addresses of Partners 3. 4. 5. C. (IF ITEM 3 IS CHECKED, COMPLETE THE FOLLOWING) State of Incorporation IOWA Names and Addresses of Officers: President STEVE STREB Secretary STEVE STREB Treasurer DAVE STREB P-14 Waterloo Regional Airport FAA AIP 3-19-0094-0046 and 0047-2020 AECOM Project #60625545 FY 2020 FAA AIP Projects SYNOPSIS OF EXPERIENCE RECORD (This syi opsis must accompany Proposal Form.) Name of Bidder E & F PAVING COMPANY, LLC 714 31 ST AVE SW, CEDAR RAPIDS, IA Business Address Individual ( ) Partnership ( ) Cot potation ) (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 I IOWA DOT 2 CITY OF CR 3 CITY OF CR 4 5 Name of Project VIKING / 58 Location of Project CEDAR FALLS JOHNSON AVE CEDAR RAPIDS E AVE Number of Contract Days Allowed for Above Projects 2 YEARS 2 2 YEARS 3 2 YEARS 4 5 (Signed) CEDAR RAPIDS Amount of Contract 7,500,000.00 1,980,000.00 1, 678, 000.00 Actual Number of Days to Complete above Project ON TIME / 2 YEARS(NO EXCUSE OPENING) ON TIME / 2 YEARS ON TIME / 2 YEARS E & F PAVING COMPANY, LLC Name of Company Kevin Hogan (By) (TITLE) Vice President Date 06/10/2020 P-15 Waterloo Regional Airport FY 2020 FAA AIP Projects FAA AIP 3-19-0094-0046 and 0047-2020 AECOM Project #60625545 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) X The bidder/offeror is committed to a minimum of 9.28 % 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. E&F PAVING COMPANY, LLC Bidder' 0 ferot'sPjirm Name Signature q� 06/11/2020 Date DBE UTILIZATION SUMMARY Contract Amount DBE Amount Contract Percentage DBE Prime Contractor $ x 1.00 = $ DBE Subcontractor $ 4, 530, 318.50 x 1.00 = $ 420428.52 9.28 % DBE Supplier $ x 0.60 = $ DBE Manufacturer $ x 1.00 = $ % Total Amount DBE $ DBE Goal $ 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-16 Waterloo Regional Airport FY 2020 FAA AIP Projects LETTER OF INTENT Di sc Business Enterprise (This page cl all be snfrrrtcvuedJur ecich DBE fl ,tcj Bidder/Offer Name: E&F PAVING CQMPANY LLC Address 714 31ST AVE SW, CEDAR RAPIDS, IA City: CEDAR RAPIDS Sttte: IOWA Lip: 52404 DBE Firm: DBE Firm: & /1 e ; f x f j LTD v Address: 7L((% 51 1`))rell'(.re DBE Contact Person: DBE Certifying Agency: Classification: City: a f Ll tits State: i t Zip: `. Phone: (13141 Gael DBE Firm shuli subt Expiration Date:'115 / be:1 ch as ra photocopy) of their certi/icatiot stettits, ▪ Prime C'ontraetor L lSubcontractor ❑Joint Venture ❑ Manufacturer ❑ Supplier to Work be performed DBE item(s) by Description of Work i Quantity Total r Item ' 5 t % 11' e j_ 5-CC ,ZS 4 t 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: S 96,075.00 AFFIRMATION: ThL. above -named DBE firm affinns that it will pert >rm tl above. Percent of total contract: 2.12 n of the contract for the estimated dollar value as stated Tide/ 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-i8 Waterloo Regional Airport AFCOM Project 1160625545 FY 2020 FAA AIP Projects January 31, 2020 Va'larie Holm Tiedt Nursery, Ltd. 2419 E Bremer Avenue Waverly IA 50677 RE: Affidavit of Continued DBE/ACDBE. Certification Eligibility Ms. Holm, This letter confirms receipt of your annual No Change Affidavit and supporting documentation. The Iowa Department of Transportation (Iowa DOT), in compliance with 49 Code of Federal Regulations Part 26 (49 C F.R. §§26 et seq.), is pleased to inform you that your firm's information has been reviewed and approved. Your firm's Disadvantaged Business Enterprise (DBE) certification will remain valid for another year. The DBE Directory, located at httos://secure.iowadot.gov/DB.E/Horne/Index/, will: continue to list your contact information and will include the following NAICS codes and description of services performed: NAICS Code: 237990, 238990 561730 Work Types: Erosion Control (Seed, Sod, Mat, and Silt Fence), Fencing, Herbicide Application Landscaping (Trees and Shrubs), Mowing, and Retaining Walls; Supplier: Trees, Shrubs, Seed, Fertilizer, Erosion Control Products Plastic Tubing, and Fencing As a DBE, youhave 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 Wagener Civil Rights Compliance Officer C I [515-239-1422] I [danny.wagener@iowadot.us] I www.iowadot.gov Address: Civil Rights Bureau 800 Lincoln Way, Ames, IA 50010 Classification: Bidder/Offer LETTER OF INTENT Disadvantage Business Enterprise (This page shall he submitted for each DBE firm) Name: E&F PAVING COMPANY, LLC Address: 714 31 ST AVE SW City CEDAR RAPIDS State: IOWA Zip:52404 DBE Firm: DBE Firm: Address: 5 t 6 City: 6 " r State: /'% Zip: <. - /( DBE Contact Person: Name: Phone: (`' f) -7 ei DBE Certifying Agency: c` ` T Expiration Date: Each DBE Firer shall submit evidence (such as a photocopy) of their certification status17-12 Prime Contractor # -Subcontractor Joint Venture ❑Manufacturer ❑Supplier to Work be performed DBE item(s) by Description of Work Item Quantity Total 10 10" PCC (DOWELS ONLY) 438 8422.74 11 12.5" PCC (DOWELS ONLY) 1020 19614 60 16 13" PCC (DOWELS ONLY) 3056 5G994.40 The bidder/offeror is committed to utilizing the above -named DBE firm for the work described above. The estimated pal ticipation is as follows: $ 85,031.74 DBE contract amount: 1.88 Percent of total contract: AFFIRMATION: The above -named DBE firm affirms that it will perform the portion of the contract for the estimated dollar value as stated above. By: i, tature) (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-17 Waterloo Regional An port AECOM Project 1160625545 FY 2020 FAA AIP Projects a,t t tia 0 Osti CD in 0 C P:(13 Op Certificate No. P8307 M 00 ON N Octi r--$ 0) N U A 1) ran •v...j Q) V1 V..1 •rwmisi ct 2 k4_4 rsci y� WJL) ct v V +04 V] • t 1) 0 • � cat 0 0 O ct 0 c� p N pai 41 O H '� 4 { O O 0 o 1-1 R, g co 04, OFa cu ta •0 gq A8 Ct 1b .•�or) d � 0 o •¢' y� U N N a N CLI ra W col a) Fel Todd A. Sadler, Director, Office of Employee Services • Iowa epa :.ment of anspo :.. tion 800 Lincoln Way, Ames, Iowa 50010 Phone: 515-239-1422 Fax: 515-817-6502 August 22, 2012 Tim Bayse Dormark Construction Co. P.O. Box 530 Grimes, IA 50111-0530 Dear Mr Bayse: The Iowa Department of Transportation (Iowa DOT) has approved the eligibility of Dormark Construction Co. for credit on Iowa DOT contracts performing a commercially useful function in the area(s) of Heavy Highway Construction with preferred work in the areas of: Attenuators, Bridges, Bridge Approaches, Concrete (Driveways, Sidewalks, and Misc. lilatwork), Concrete Barrier Rail, Crash Cushions, Dowels (Drill & Epoxy), Flowable Mortar, Geo Grid, Paved Sidewalk/Recreational Trails, Pavement Joints (Sealing, Sawing, and Routing), Paving Baskets, Reinforcing Steel (Installation), Removals, Shoulders (Paved), and Temporary Barrier Rail (NAICS Code: 237310). For record -keeping purposes Iowa DOT is counting Dormark Construction Co. as a Minority Disadvantaged Business Enterprise (M/DBE) If the firm should develop the resources including equipment and personnel, to become involved in other areas, you should notify our office before quoting contracts in those other areas. Enclosed with this approval letter is your DBE Certification Certificate. Your firm's name will be retained on our list of certified DBE's This determination is based on information provided to the Iowa DOT on the Unified Certification Program Application (UCPA) for Determining Disadvantaged Business Enterprise, and the Social and Economic Disadvantaged Forms. Should this information change, you must complete a new application within 10 days of the change. In addition, Iowa DOT reserves the right to rescind this certification, should the information upon which it is based is proven false, inaccurate, or misleading. • Annually you will be required to submit an Affidavit of Continued DBE Certification Eligibility Form (provided by this office), a No Change Affidavit, and all supporting documentation. If you have any questions, please feel free to contact this office. Very truly yours ddeon ~ Len A. Hill, Sr. Compliance Auditor LAH:mmm PROPOSAL ATTACHMENT: PART F — ADDITIONAL REQUIREMENTS ITEM 3 — DBE FORMS Bidder/Offer DBE Firm: DBE Contact Person: DBE Certifying Agency: Classification: LETTER OF INTENT Disadvantage Business Enterprise (This page shall be suhmitted for each DBE firm) Name: E&F PAVING COMPANY, I I C Address: 714 31 ST AVE SW City: CEDAR RAPIDS State: IOWA DBE Firm: Advanced Traffic Control, Inc. Address: PO Box 8958 zip: 52404 City: Cedar Rapids State: Iowa Zip: 52408 Name: Vaugn Miller Phone: (319) 396-5269 Iowa Department of Transportation Expiration Date: 12/31/20(renewal) Each DBE Finn shall submit evidence (such as a photocopy) of their certification status. Prime Contractor Manufacturer Subcontractor Supplier Joint Venture to Work be performed DBE item(s) by Description of Work Item Quantity Total 2 TRAFFIC CONTROL 1 $40,000.00 12 RUNWAY & TAXIWAY MARKING 3675 $29,400.00 13 REFLECTIVE MEDIA (TYPE 1A) 260 $650.00 ALT 1 TRAFFIC CONTROL 1 $3,000.00 The bidder/offeror is committed to utilizing the above -named DBE firm for the work described above. The estimated participation is as follows: DBE contract amount:$ $73,050 00 Percent of total contract: 1 .61 % 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 (T de) Note: In the event the bidder/offeror does not receive award of the prime contract, any and all representations in this Letter of Intent and Affirmation shall be null and void. DBE PROPOSAL ATTACHMENT: PART F — ADDITIONAL REQUIREMENTS ITEM 3 — DBE FORMS Bidder/Offer DBE Firm: DBE Contact Person: LETTER OF INTENT Disadvantage Business Enterprise (This page shall be submitted for each DBE firm) Name: E&F PAVING COMPANY, LI C Address: 714 31ST AVE SW City: CEDAR RAPIDS State: IOWA DBE Firm: Advanced Traffic Control, Inc. Address: PO Box 8958 Zip: 52404 City: Cedar Rapids State: Iowa Zip: 52408 Name: Vaugn Miller Phone: (319) 396-5269 DBE Certifying Agency: Iowa Department of Transportation Expiration Date: 12/31/20(renewal) Each DBE Firm shall submit evidence (such as a photocopy) of their certification status. Classification: Prime Contractor Manufacturer X Subcontractor Supplier ❑Joint Venture Quantity Total to Work be performed DBE item(s) by Description of Work Item 2 TRAFFIC CONTROL 1 $120,000.00 4 1 $10,000.00 CONSTRUCTION BARRICADES 17 RUNWAY & TAXIWAY MARKING 10200 $35,700.00 18 225 $562.50.00 REFLECTIVE MEDIA (TYPE 1A) The bidder/offeror is committed to utilizing the above -named DBE firm for the work described above. The estimated participation is as follows: DBE contract amount:$ $166.262 50 Percent of total contract: 3.67 oho 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. DBE i a/ 9 ET6 tt o ca Et_ o �nn . V ertificateNo. H13343 Date Certified: December 31. This Certifies That • 0 C .0 w � O -, O 0 c c 0 e o o 3 0.0 ✓ 0 C G • to . n a,Ve tfi v O• .- u to 01 :le v GC. o 0. P A 2. - -n • CO 0 a.N a v `O O • 4 • a a ▪ 0 0 art re • w01:1 xd0 0 P. E 0 0 E 0 E v o *61 0 a E o bn C BUY AMERICAN CERTIFICATION FORM FOR MANUFACTURED PRODUCTS (Non -building projects such as airfield/roadway construction, equipment acquisition, etc.) As a matter of bid responsiveness, the Bidder or Offeror must complete, sign, date, and submit this certification statement with their proposal The Bidder or Offeror must indicate how they intend to comply with 49 USC § 50101 by selecting one on the following certification statements. These statements are mutually exclusive Bidder must select one or the other (not both) by inserting a checkmark (✓) or the letter `X". ■ The Bidder or Offeror hereby certifies that it will comply with 49 USC § 50101 by: a) Only installing steel and manufactured products produced in the United States, or; b) Installing manufactured products for which the FAA has issued a waiver as indicated by inclusion on the current FAA Nationwide Buy American Waivers Issued listing, or; c) Installing products listed as an Excepted Article, Material or Supply in Federal Acquisition Regulation Subpart 25.108. By selecting this certification statement, the Bidder or Offeror agrees: 1. To provide to the Owner evidence that documents the source and origin of the steel and manufactured product. 2. To faithfully comply with providing US domestic product. 3. To furnish US domestic product for any waiver request that the FAA rejects. 4. To refrain from seeking a waiver request after establishment of the contract, unless extenuating circumstances emerge that the FAA determines justified. The Bidder or Offeror hereby certifies it cannot comply with the 100% Buy American Preferences of 49 USC § 50101(a) but may qualify for either a Type 3 or Type 4 waiver under 49 USC § 50101(b). By selecting this certification statement, the apparent Bidder or Offeror with the apparent low bid agrees: 1. To the submit to the Owner within 15 calendar days of the bid opening, a formal waiver request and required documentation that support the type of waiver being requested. 2. That failure to submit the required documentation within the specified timeframe is cause for a non -responsive determination may result in rejection of the proposal. 3. To faithfully comply with providing US domestic products at or above the approved US domestic content percentage as approved by the FAA. 4. To refrain from seeking a waiver request after establishment of the contract, unless extenuating circumstances emerge that the FAA determines justified. Required Documentation Type 3 Waiver - The cost of the item components and subcomponents produced in the United States is more that 60% of the cost of all components and subcomponents of the "item". The required documentation for a type 3 waiver is: a) Listing of all product components and subcomponents that are not comprised of 100% US domestic content (Excludes products listed on the FAA Nationwide Buy American Waivers Issued listing and products excluded by Federal Acquisition Regulation Subpart 25.108; products of unknown origin must be considered as non -domestic products in their entirety). FAA AtP 43-19-009d-046 P-18 Waterloo Regional Airport AFCOM Project P60562796 Rehabilitate West Terminal Apron b) Cost of non -domestic components and subcomponents, excluding labor costs associated with final assembly at place of manufacture. c) Percentage of non -domestic component and subcomponent cost as compared to total 'item" component and subcomponent costs excluding labor costs associated with final assembly at place of manufacture. Type 4 Waiver — Total cost of project using US domestic source product exceeds the total project cost using non -domestic product by 25%. The required documentation for a type 4 of waiver is: a) Detailed cost information for total project using US domestic product. b) Detailed cost information for total project using non -domestic product. False Statements: Per 49 USC § 47126, this certification concerns a matter within the jurisdiction of the Federal Aviation Administration and the making of a false fictitious or fraudulent certification may render the maker subject to prosecution under Title 18, United States Code. 06/10/2020 — Date Signature E & F PAVING COMPANY, LLC Vice President Company Name Title FAA AIP #3-19-0094 046 AECOM Project #60562796 P-19 Waterloo Regional Airport Rehabilitate West Terminal Apron REVISED PER ADDENDUM NO. 1 JUNE 8, 2020 Buy America Conformance Listing Title 49 U.S C Section 50101 (b) For Airfield Development Projects funded under the Airport Improvement Program ▪ Preparation ofa Component Cost Calculation Table is not necessary for equipment listed on the P 4..1 national listing: http://ii'u'w.faa.Qot/airports/aip/proeurenien//federal contract provisions/media/buy awerican waiver.xls e 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. Equipment Type Name of Manufacturer Product Number wA'..�. ��� * e 4iPs A 20 i T ( Leo) co; ix 1 Ar`rCeeie S.'9i. S l.g.s"8 /TV13 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 Arnei ica Conformance list as established at: http://wtwv.faa.gov/airports/aip/procurement/federal contract provisions/media/buy american waiver,xls I hereby certify the above information is accurate and complete. \)ho" it Sao Date FAA AIP 3-I9-0094-0046 and 0047-2020 P-23 Waterloo Regional Airport AECOM Project #60625545 FY 2020 FAA AIP Projects B Y (Attorney -In -Fact) REVISED PER ADDENDUM NO. 1 J U N E 8, 2020 BID BOND KNOW ALL MEN BY THESE PRESENTS, that we E & F Paving Company, LLC as Principal, and North American Specialty Insurance Company as Surety are held and firmly bound unto the Waterloo Regional Airport, 2790 Livingston Lane, Waterloo, Iowa, hereinafter call "Owner", in the penal sum of Five Percent (5%) of the Total 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 ,20 2Q 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 fill 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 9th day of June , A.D., 2020. Princip By (Title) \\6 C (Seal) ving Company, LLC /r. IlioN PAL_ IN Sure'""' T' American S Dione R. Young, Attorney -in -fact urance Company (Seal) FAA AIP 3-19-0094-0046 and 0047-2020 P-11 AECOM Project #60625545 Waterloo Regional Airport FY 2020 FAA AIP Projects SWISS RE CORPORATE SOLUTIONS NORTH AMERICAN SPECIALTY INSURANCE COMPANY WASHINGTON INTERNATIONAL INSURANCE COMPANY WESTPORT INSURANCE CORPORATION GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, THAT North American Specialty Insurance Company, a corporation duly organized and existing under laws of the State of New Hampshire, and having its principal office in the City of Overland Park, Kansas and Washington International Insurance Company a corporation organized and existing under the laws of the State of New Hampshire and having its principal office in the City of Overland Park, Kansas, and Westport Insurance Corporation, organized under the laws of the State of Missouri, and having its principal office in the City of Overland Park, Kansas each does hereby make, constitute and appoint: JAY D. FREIERMUTH, CRAIG E. HANSEN, BRIAN M. DEIMERLY, SHIRLEY S. BARTENHAGEN, CINDY BENNETT, ANNE CROWNER, TIM McCULLOH„ STACY VENN, DIONE R. YOUNG, and WENDY ANN CASEY JOINTLY OR SEVERALLY Its true and lawful Attorneys) -in -Fact, to make, execute, seal and deliver, for and on its behalf and as its act and deed, bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies, as surety, on contracts of suretyship as are or may be required or permitted by law, regulation, contract or otherwise, provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of: ONE HUNDRED TWENTY FIVE MILLION ($125,000,000.00) DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held on March 24, 2000 and Westport Insurance Corporation by written consent of its Executive Committee dated July 18, 2011. "RESOLVED, that any two of the President, any Senior Vice President, any Vice President, any Assistant Vice President, the Secretary or any Assistant Secretary be, and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds, undertakings and all contracts of surety, and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company; and it is FURTHER RESOLVED, that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Company when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached." O�11111111 1 ►1l/�j/ 0tu %t u n 10100 //// ` `�; G FA I SEAL =•�— — W:z 1973 a %AA& ps+,15:s_P .4ft /M/111111110 CIF. • — , •••.f if ......•••� �• "�!l/Qtllllf�t t1111���d Steven P. Anderson, Senior Vice President of Washington International Insurance Company & Senior Vice President of North American Specialty Insurance Company & Senior Vice President of Westport Insurance Corporation By Mike A. Ito, Senior Vice President of Washington International Insurance Company & Senior Vice President of North American Specialty Insurance Company & Senior Vice President of Westport Insurance Corporation IN WITNESS WHEREOF, North American Specialty Insurance Company, Washington International Insurance Company and Westport Insurance Corporation have caused their official seals to be hereunto affixed, and these presents to be signed by their authorized officers this this 3rd day of November , 20 17 State of Illinois County of Cook On this 3rd day of North American Specialty Insurance Company Washington International Insurance Company Westport Insurance Corporation ss: November , 20 17, before me, a Notary Public personally appeared Steven P. Anderson , Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and Senior Vice President of Westport Insurance Corporation and Michael A. Ito Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and Senior Vice President of Westport Insurance Corporation, personally known to me, who being by me duly sworn, acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies. OFFICIAL SEAL M. KENNY Notary Public - State of Illinois My Commission Expires 1 u04/2021 M. Kenny, Notary Public I, Jeffrey Goldberg , the duly elected Vice President and Assistant Secretary of North American Specialty Insurance Company, Washington International Insurance Company and Westport Insurance Corporation do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said North American Specialty Insurance Company, Washington International Insurance Company and Westport Insurance Corporation which is still in full force and effect. IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Companies this 9th day of June , 2020 Jeffrey Goldberg, Vice President & Assistant Secretary of Washington International Insurance Company & North American Specialty Insurance Company & Vice President & Assistant Secretary of Westport Insurance Corporation