Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Wicks Construction, Inc.
Multi -Use Labels Wicks Construction, Inc. P O Box 428 Decorah, Iowa 52101 Time of Opening June 11th, 2020 1:00 PM TIME SENSITIVE DOCUMENTS PLEASE DELIVER PROMPTLY This Envelope Contains Bid Cy Go to avery.com/prmrit Use Averytemplate 5444 Bid For: Reconstruct West Terminal Apron FM AIP No.3-19-0094-0046-2020 18/36 Reconstruct Taxiway B South of Runway FAA AIP No.3-19-0094-0047-2020 .•.IOW • _S.., Wicks Construction, Inc. P 3 Box 428 Decorari, Iowa 52101 Time of Opening June 11 th, 2020 1:00 PM TIME SENSITIVE DOCUMENTS PLEASE DELIVER PROMPTLY This Envelope Contains Bid Bond C� Bid Bond For: Reconstruct West Terminal Apron FM AIP No.3-19-0094-0046-2020 Reconstruct Taxiway B South of Runway 18/36 FAA AIP No.3-19-0094-0047-2020 REVISED PER ADDENDUM NO. 1 JUKE 8, 2020 PROPOSAL FORM FOR RECONSTRUCT TAXIWAY B SOUTH OF RUNWAY 18/36 FAA AIP 3-19-0094-0047-2020 RECONSTRUCT WEST 1''RMINAL APRON AND CLEAN/RESEAL JOINTS EAST TERMINAL APRON FAA AIP 3-19-0094-0046-2020 Waterloo Regional Airport 2790 Livingston Lane Waterloo, IA 50703 Gentlemen: REMOVE TREES FAA AIP 3-19-0094-0047-2020 AT THE WATERLOO REGIONAL AIRPORT WATERLOO IOWA 1. The undersigned, being a Corporation existing under the laws of the State oL4cZO A , a Partnership consisting of the following partners: , having familiarized (himself) (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 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 % -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 5—Z0 -L02 0, hereby proposes to do the work called for in said Contract and Specifications and shown on said Plans and Addendum Nos. a — 01=P Z 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 t`,ODENDUM NO. 1 JUNE 8, 2020 ITEMIZED PROPOSAL WATERLOO REGIONAL AIRPORT WATERLOO, IOWA PROJECT: • RECONSTRUCT TAXIWAY B SOUTH OF RUNWAY 18/36 • RECONSTRUCT WEST IFRMINAL APRON AND CLEAN/RESEAL JOINTS EAST TERMINAL APRON • REMOVE TREES FAA AIP PROJECT NOs. 3-19-0094-0046 and 0047-2020 ITEM SPEC. I I ESTIMATED UNIT BID TOTAL BID NO. NO. DESCRIPTION UNIT QUANTITY PRICE PRICE EAST TERMINAL WEST TERMINAL APRON AND CLEAN/RESEAL JOINTS BID PACKAGE #1 - RECONSTRUCT 1 C-105 MOBILIZATION LS 1 $ $ 2 GP 40-05 TRAFFIC CONTROL LS 1 $ $ 3 GP 50-07 CONSTRUCTION SURVEY LS 1 $ $ 4 P-101-5.1 PAVEMENT REMOVAL SY 3,400 $ $ 5 PLANS REMOVAL OF STRUCTURE EA 1 $ $ 6 P-152-4.1 UNCLASSIFIED EXCAVATION CY 1,700 $ $ 7 P-154-5.1 SUBBASE COURSE CY 690 $ $ 8 P-209-5.1 CRUSHED COURSE - 6 AGGREGATE INCH BASE SY 3,400 $ $ 9 P-307-7.1 CEMENT BASE COURSE TREATED PERMEABLE SY 2,440 $ $ 10 P-501-8.1b 10.0-INCH CONCRETE PORTLAND PAVEMENT CEMENT SY 960 $ $ 11 P-501-8.1c 12.5-INCH CONCRETE PORTLAND PAVEMENT CEMENT SY 2,440 $ $ 12 P-620-5.2b RUNWAY AND TAXIWAY MARKING SF 3,675 $ $ 13 P-620-5.3c REFLECTIVE GRADATION MEDIA A) (TYPE I, LB 260 $ $ 14 PLANS AIRCRAFT TIEDOWN ANCHORS IN SF 20 $ $ NEW PAVEMENT 15 PLANS AIRCRAFT EXISTING PAVEMENT TIEDOWN ANCHORS IN SF 10 $ $ 16 D 705-5.1 4 (SDR - INCH 35) PERFORATED COMPLETE INCLUDING SUBDRAIN LFT 270 $ $ POROUS FABRIC BACKFILL AND FILTER 17 D-705-5.2 4 SUBDRAIN - INCH NON (SDR -PERFORATED 35) LFT 165 $ $ 18 D-705-5.5 SUBDRAIN CLEANOUT EA 3 $ $ 19 PLANS CATCH BASIN, ADJUSTMENT EA 2 $ $ 20 D-751-5.1 CATCH BASIN EA 2 $ $ SUBTOTAL $1 "f 2 1 5" �`1 Alternate Bid 1 GP 40-05 TRAFFIC CONTROL LS 1 $ $ 2 P-101-5.2 SAW AND SEAL JOINTS LFT 4,950 $ $ SUBTOTAL $ 5 L Z 7,..--- i i FAA AIP 3-19-0094-0046 and 0047-2020 AECOM Project #60625545 P-2 Waterloo Regional Airport FY 2020 FAA AIP Projects REVISED PER / DDENDUM NO, 1 JUNF 8, 2020 ITEM NO. SPEC. NO. DESCRIPTION UNIT I ESTIMATED QUANTITY UNIT BID TOTAL PRICE PRICE BID TOTAL PACKAGE #1 $ BID PACKAGE #2 - RECONSTRUCT TAXIWAY B SOUTH OF RUNWAY 18/36 AND REMOVE TREES BID 1 C-105 MOBILIZATION LS 1 $ $ 2 GP 40-05 CONTROL LS 1 $ $ TRAFFIC 3 GP 50-07 CONSTRUCTION SURVEY LS 1 $ $ 4 PLANS CONSTRUCTION BARRICADES LS 1 $ $ 5 C-102-S.le INSTALLATION SILT FENCE AND REMOVAL OF LF 6,500 $ $ 6 C-102-S.lf INSTALLATION INLET PROTECTION AND REMOVAL OF EA 10 $ $ 7 P-101-5.1 PAVEMENT REMOVAL SY 25,440 $ $ 8 P-101-5.6 COLD MILLING SY 220 $ $ 9 P-151-4.1 CLEARING ACRE 6 $ $ 10 P-151-4.2 CLEARING AND GRUBBING ACRE 21 $ $ 11 P-152-4.1 UNCLASSIFIED EXCAVATION CY 3,000 $ $ 12 P-154-5.1 SUBBASE COURSE CY 1,250 $ $ 13 P-209-5.1 CRUSHED INCH AGGREGATE BASE - 6- SY 3,400 $ $ 14 P-307-8.1 CEMENT BASE TREATED PERMEABLE SY 20,940 $ $ COURSE IS P-501-8.1 8.0 CONCRETE INCH PORTLAND PAVEMENT CEMENT SY 1,070 $ $ 16 P-501-8.1 13.0 CONCRETE INCH PORTLAND PAVEMENT CEMENT SY 18,500 $ $ 17 P-620-5.2b RUNWAY AND TAXIWAY MARKING SF 10,200 $ $ 18 P-620-5.3c REFLECTIVE GRADATION MEDIA A) (TYPE I, LB 225 $ $ 19 D-705-5.3 6 - (SDR POROUS FABRIC INCH 35) PERFORATED COMPLETE BACKFILL AND INCLUDING SUBDRAIN LFT 6,380 $ $ FILTER 20 D-705-5.4 6 - SUBDRAIN INCH NON (SDR -PERFORATED 35) LFT 200 $ $ 21 D-705-5.5 SUBDRAIN CLEANOUT EA 21 $ $ 22 D-751-5.1 CATCH BASIN EA 6 $ $ FAA AIP 3-19-0094-0046 and 0047-2020 AECOM Project #60625545 P-3 Waterloo Regional Airport FY 2020 FAA AIP Projects RE\/ISF PER ADDEC\I JUNE 8, 2020 1_,0N .'1 ITEM NO. SPEC. NO. DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE BID TOTAL PRICE BID 23 T-901-5.1 SEEDING AC 30 $ $ TOPSOIL (OBTAINED ON SITE OR 24 T-905-5.1 REMOVED TAXIWAY FROM B STOCKPILE) - CY 790 $ $ 25 T-908-5.1 MULCHING AC 30 $ $ NO. 8 AWG, 5KV, L-824, TYPE C 26 L-108-5.1 CABLE, DUCT BANK INSTALLED OR CONDUIT IN TRENCH, LF 10,500 $ $ 27 L-108-5.2 NO CABLE, DUCTBANK 6 AWG, INSTALLED 5KV, OR CONDUIT. L-824, IN TYPE TRENCH, C LF 100 $ $ NO. 6 AWG, BARE COPPER COUNTERPOISE WIRE, INSTALLED 28 L-108-5.3 IN TRENCH, ABOVE THE DUCT LF 7,700 $ $ BANK GROUND CONNECTORS OR CONDUIT, RODS AND INCLUDING GROUND 29 L-110-5.1 CONCRETE DUCT BACK, ENCASED 4-WAY, ELECTRICAL 4-INCH LF 160 $ $ SCHEDULE 40 PVC 30 L-110-5.3 NON CONDUIT, -ENCASED 2-INCH ELECTRICAL SCHEDULE 40 PVC LF 7,700 $ $ 31 L-115-5.4 ELECTRICAL HANDHOLE, L-868 EA 4 $ $ ELECTRICAL HANDHOLE, 2'0" BY $ 32 L-115-5.4 2'0" EA 6 $ 33 L-125-5.1 L-861T(LED)TAXIWAY LED EDGE LIGHT - EA 65 $ $ AIRFIELD GUIDANCE SIGN, SIZE 1, $ 34 L-125-5.4 EA 6 $ LED, 1 (ONE) MODULE AIRFIELD GUIDANCE SIGN, SIZE 1, $ 35 L-125-5.4 EA 2 $ LED, 2 (TWO) MODULE AIRFIELD GUIDANCE SIGN, SIZE 3, $ 36 L-125-5.4 EA 1 $ LED, 1 (ONE) MODULE 37 L-125-5.4 AIRFIELD GUIDANCE SIGN, SIZE 1, EA 2 $ $ LED, 3 (THREE) MODULE 38 L-125-5.5 L-804 (LED) RUNWAY GUARD LIGHT EA 2 $ $ $ 39 L-125-5.6 REMOVE DUCT BANK LF 700 $ 40 L-125-5.7 REMOVE TAXIWAY EDGE LIGHT EA 68 $ $ $ 41 L-125-5.7 REMOVE ELECTRICAL HANDHOLE EA 12 $ 42 L-125-5.8 REMOVE AIRFIELD GUIDANCE SIGN EA 19 $ $ 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 N JUNE 8, 2020 ESTIMATED UNIT BID TOTAL BID ITEM SPEC. NO. NO. DESCRIPTION UNIT QUANTITY PRICE PRICE 43 P-401 ASPHALT SURFACE COURSE TON 28 $ $ 44 P-603 EMULSIFIED ASPHALT TACK COAT GAL 30 $ $ 45 D-701 10" CONCRETE CLASS III PIPE REINFORCED LF 503 $ $ TOTAL BID PACKAGE #2 $ 3 (p5h 75 5 1 I TOTAL BID — BID PACKAGE #1 PLUS BID PACKAGE #2 $ 1-1 p �/ j 1 11j 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, locket 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 ouigin, 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 b FAA AIP 3-19-0094-0046 and 0047-2020 P-5 Waterloo Regional Airport AECOM Project #60625545 FY 2020 FAA AIP Projects f1EMIZEll PROPOSAL WAIE:RLUO REGIONAL AIRYUKI WA IL RLOO. IOWA PROJECT: • RECONSTRUCT TAXIWAY B SOUTH OF RUNWAY 18 /36 ITEM NO. SPEC. NO. DE:SCILITT'1`IC3N [ 1' $ ` ESTIMATED QUANTITY UNIT BID PRICE 1 TOTAL BID PRICE BID PACKAGE #1- RECONSTRUCT 'ES TT T .RN I3i` AL APRON ANI) CLEANiRESEAL 303N IS E A' I' I ERMLNAL I C-105 MOBILIZATION LS I $77,000.00 $77,000.00 2 GP 40-05 TRAFFIC CONTROL LS 1 $40,000.00 $40,000.00 3 GP 50-07 CONSTRUCTION SURVEY LS 1 $7,000.00 $7,000.00 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 CY 1,700 $12_00 $20,400.00 EXCAVATION 7 P-154-5.1 SUBBASE COURSE CY 690 $62.50 $43,125.00 8 P-209-5.1 CRUSHED INCH AGGREGATE BASE COURSE - 6 SY 3.400 $20.00 $68,000.00 9 P- 307-7.1 C MT 1 I RE. 1 L_D PEI FABLE BASE P SY 2,400 $40.00 $96,000.00 EN tR C 10 P-501-8. lb 10.0-INCH PORTLAND CEMENT CONCRE i E T-AVP\,117T JT .) 960 $65.65 $63,024.00 II P-501-8. I c 12.5-INCH PORTLAND PAvPMAN'f SY 2,440 $71.85 $175,314.00 CEMENT CONCRE fE 12 P-620-5.2h RUNWAY AND T,AXIY MARI;FNG SF 3,675 $8.00 $29,400.00 13 P-620-5.3c REFLECTIVL ;v1Ei)IA ("TYPE L GRADATION A) LB 260 $2.50 $650.00 14 PLANS AIRCRAF f PA VFRAPNT SE 20 $300.00 $6,000.00 TIEDOWN ANCHORS IN NEW 15 PLANS AIRCRAFT PAVEMENT TIEDOWN ANCHORS IN EXISTING SF 10 $750 00 $7,500.00 16 D-705-5.1 4 - INCH COMPLETE ANI) FABRIC FILTER PERFORATED SUBDRAIN (SDR = 5) INCLUDING POROUS BACKTILL LFT 270 $15.00 $4,050.00 17 D-705-5.2 4 - INCH NON 35) LFT 165 $8 50 $1,402.50 -PERFORM ED SUBDRAIN (SOR 18 D-705-5.5 SUBDRAIN CLEANDUT EA $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 SUB' 1`t3T'AL $742,715.50 Nit . Hate I3id I GP 40-05 FIC CONTROL LS I $3,000.00 $3,000.00 I RAJA P-10 1-5.2 SA1.ND C LT T ,95ii $2.45 $12,127.50 SEAL JOINTS UB' °E31 AJ' $15,127.50 ITEM NO. S:PI.0 . NC$. ; r t 1! IT 1?13a PR1� F € [3T;1I .III P1iIf E E�4 Y TA II raTY P,'��, K,'G E #3 $757.843.00 ssx r r n L ` s 3 t� i 3> z i q 5 >C x d➢Yil 3 �1,KAGE "0,� 5.r: '<.i i RUCT H XJ vt�,�4 It B SO S 4�. O ii.R �i h.'i2, A lfl/ 3( .'tND R �iY '.: I C-I05 MOBILIZATION LS 1 $255,000.00 $255,000.00 GP °i.)- %5 TALI : C'L AJ't I C;L: L5 1 $120,000.00 $120,000.00 3 GP 50-07 T S 1 $30,000.O0 $30,000.00 CC 3 ISTRUf. TIONf SURVEY 4 PLANS CONS"1"RUCTION BARR1C4DES LS 1 S 10,000.00 S 10,000.00 ti-li;:t-.). if'. `` \ ry I S }�('{:_L.-1� 1y. II D RL'. _�Vili lV.Ai. O F _ < }II: t },i' )�500 $1.75 $11,375.00 FENCE. 6 C IO2-5.1f INSTALLATION AND REMOVAL OF INLET PROTECTION EA 10 $295.00 $2,950.00 i P-10I- 5.1 PAVEMENT REMOVAL SY - I'0 $I0_00 $254,400.00 8 P-10€_$.6 COLD MILTING SY 220 $27.50 $6,050.00 9 P-151-4.1 Cl. RI. i ACRE 6 $4,000.00 $24,000.00 10 P-151-'1.2 ,.•[ [72,_G 1A.NI) (G'RU1 B!iNC 1i ? i $4,250.00 $89,250.00 11 P-152-4.1 IINCLASSIF"1ED EXCAVATION CY 3,000 $10.00 $30,000.00 l2 P-154-5.I SUBBASE COURSE CY 1,250 $61.00 $76,250.00 13 1'-209-5. € C R1SHED ^ (CiR='GATT'_ P SI' - 6 1NC11 SY 3 400 $20.00 $68,000.00 14 P-307-8.1 SY 20,940 $33.00 $691,020.00 CEMENT TREATED PERMEABI E PASE COURSE IS F t i �0 x-u.: N P 1 l I t- ID "EF4 :�? I' l:O NCRI FE c INCH$56.10 SY; 1,070 $60,027.00 PAVEMENT 16 P-50I-8.1 13.0 INCH PORTLAND CEMENT CONCRETE PAVEMENT SY 18.500 $65.55 $1,212,675.00 17 P-620-5.2b RUNWAY AND"' AXIWAY MARKING SE 10,"pC0 $3.50 $35,700.00 8 P-620-5 3c R .FI.F CTIVE- 1 DLr+, i TYPE 1. iP ADATJOih; ) „? 72; $2.50 $562.50 19 D-705-5.3 6 - [NCH PERFORATED SUBDRAIN (SDR 35) COMPLETE INCLUDING POROUS BACKFILL I_E P 6,380 $14.00 $89,320.00 D FILT FABRIC 20 D-705-5.4 6 - [NCH NON -PERFORATED SUBDRAIN (SDR 35) LFT 200 $8.50 $1,700.00 21 D-705-5.5 SUBDRAIN CLEANOU f EA 21 $1,750.00 $36,750.00 22 D-751-5.1 CATCH 3ASThI FA 6 $19,000.00 $114,000.00 ... -. _t� ±?�a.. ' Z.,,.r .. ii a cc�a :. c';;.' _ •. n L654 i3f3li. b a'.-..,.'„i§'l k fir♦ 3 PR CE lie S�`...,.'.@FttCU QUAN T I I e ' -ett-5s - $i 000.O0 $"30,000.09 �.-f " T_ 9t!' ). 1. T en t. t „ .)R. C.'Y i9) $12.00 $9,480.00 '4` ,..�,it3Y + I� :ROM `>T(1s_ li-PI t - Tr,:Y tti A'�' j .c;.iz._;1 i-i1 •<c < $1,850.00 $55,500.00 _6 L408-:i .1 NO. 8 AWG SKV a 824. TYPE C CABLE. INS TALL _D .N E- I. DUCT BANK is $1.00 S10,500.00 27 L-Ef'8-52 NO. 6 AMT.. ,1`..it, 1.-8>4. 1 YPE". CC CABLE. INS; A L D IN RENC i, DIIC I `BANK R COM_ l`i`t. L: 100 $1.25 $125.00 28 1,-108-i.3 ri' 1_.F 7_ 00 $0.85 $6,545.00 sine v_ rhJc t AI F.i-:i L ; ?'PT',CH_ ,ABOVE Tt.1E DtICT BANK OR CONDUIT. INCLUDING GRotNO RODS AND GROUND 29 i -1 l (L .1 COJ( .,, .. 4c_'_ t i,�. ttS• .1t.L 1 BACc ,_1 i AY 4_ N H zri-wni 11F an WO' 1 ' 160 $38.00 $6,080.00 (( iG ✓ 3 NGq SEt} E / i�. tl,JDUI1. 2" L., _ I( (,).1 $2.10 $16,170.00 .LEC"IRR 3 f-1!5.5" F_ECTRI L.HANID11t?LE 1..R R Fri t $900.00 $360000 32 t 115_5.4 ELEC1RIC:AL HANDHOLE , TO" BY 2'0" EA 6 $3,500.00 $21,000.00 ;3 -'t25., 1 4 r? ,{? < ii;t ;:4 . "i ?:_ 1 -1i_ `{t 11 ;45 $970.00 $63,050.00 34 L-125-5.4 AIRFIELD GUIDANCE SIGN. SIZE L L4I3_ i (ONE) MODULE EA 6 $2,400.00 $14,400.00 33 t 1 J- i D,'\NC I'_ 51 i. 1-t1 .2 $3,000.00 $6,000.00 15 i..1Y5_S t E,': l $2,670.00 $2,670.00 ATPHT! PG?1JD,rCEST(1 ,I'r_ z 1c.T) e (ONE! MODULE 37 L-125-5.4 AIRFIELD GUIDANCE SIGN. SIZE I ..LED, 3 EA 2 $3,275.00 $6,550.00 (TIIIsLE} MODULI' _5, j t;d 4!_ D) RUNWAY Ci RD LIGHT F. $6,650.00 $3,325.00 39 L- I25-5.6 REMOVE- DUCT BANK LE 700 $10.00 $7,000.O0 40 Er125-5.7 RI OVE I'EDO' 11(111[ EA 6S $255.00 $17,340.00 ;i t _125c '7 REMOVE F!.-. E'CTs TCAL. II AND HOI..E E. A 12 $258.00 $3,096.00 42 L 125-5.8 REMOVE AIRE3ELD GUIDANCE SIGN EA 19 $525.00 $9,975.00 4 p_ 11's SP MALT Skiltt=A FCOURSE is 1` 2`3 $640.00 $17,920.013 44 P-603 GAL 30 $10.00 $300.00 EMULSIFIED ASPHALT TACK COAT 45 D-701 II)" CL.r1.SS RI, RE 'iN -DRC: E D CONCRETE PIPE Li' 503 $65.00 $32,695.00 I O'8` of BID PACKAGE #2 $3,565 675.50 i p .. B'd ., 7 funds. Si1`:ir -- le and ', i" 4..�,-�. ,n Re,l f w l.1. ahsc lknited C S REVISED PER ADDENDUM) NO. 1 JUN-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 fisted 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 discrmnnate 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. FAA AIP 3-19-0094-0046 and 0047-2020 P-6 Waterloo Regional Airport AECOM Project #60625545 FY 2020 FAA AIP Projects ISED PER AfDDENDl11V1 NO. 1 RUNE 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 RFVISED PFR A DFNDUM NO. 1 JUNF 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 of 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 requii ements 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 JUKE 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 -- (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; (a) Take appropriate personnel action against such employee, up to and including termination; or (b) Require such employee to satisfactorily participate in a drug abuse assistance or rehabilitation program approved for such purposes by a Federal, State, or Local health, law enforcement, or other appropriate agency. (7) Make a good faith effort to maintain a drug -free workplace through implementation of subparagraphs a.(1) through a.(6) of this provision. b. By submission of its offer, the offeror, if an individual who is making an offer of any dollar value, certifies and agrees that other offeror will not engage in the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance in the performance of the contract resulting from this solicitation. c. Failure of the offeror to provide the certification required by paragraphs a. or b. of this provision, renders the offeror unqualified and ineligible for award. [See FAR 9.104-1(g) and 19.602-1a.(2)(a)]. d. In addition to other remedies available to the Government, the certification in paragraphs a. or b. of this provision concerns a matter within the jurisdiction of an agency of the United States and the making of a 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 document •e attached to and made a part of this Bid: a. Bid Guaranty in the form of 1 0 LANSb 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. £ Synopsis of Experience Record (IDOT Certification may be substituted.) g. Completed DBE forms "Utilization Statement" and "Letter of Intent." (5) • FAA AIP 3-19-0094 0046 and 0047-2020 P-9 Waterloo Regional Airport AECOM Project #60625545 FY 2020 FAA AIP Projects 26. The Bidder shall indicate whether the bid is submitted by a/an: Individual Sole Proprietorship ❑ Partnership Corporation Joint -venture: all parties must join -in and execute all documents Other ■ ■ ■ REVISED PER ADDENDUfM NO. 1 JUNE 8, 2020 Respectfully submitted, By Bidder S i er.H.C.k ► vsJ ' ignature Title Address rai®IL Li28 (Include Zip Code) 5(03-35'2 -23Z5 Telephone No. Are J 2/O FAA AIP 3-19-0094-0046 and 0047-2020 P-10 Waterloo Regional Airport AECOM Project #60625545 FY 2020 FAA AIP Projects REVISED PER ADDENDUM NO. 1 J U N E 8, 2020 NON -COLLUSION AFFIDAVIT OF PRIME BIDDER State of SV ) )ss County of , 1UIN'tSH 1 sed,-- Evotb , being first duly sworn, deposes and says that: (1) He is()AMee (Owner, Partner, Officer, Representative, or Agent) 14 a* S__Ceds% 4 ret tdi , the Bidder that has submitted the attached Bid: of (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 1 / day of +''`�e- My Commission Expires (Signed Title ecas 1o_ard SHEILA J. MURPHY 5bMMISSION NUMBER 788760 /OWA FAA AIP 3-19-0094-0046 and 0047-2020 P-12 Waterloo Regional Airport AECOM Project #60625545 FY 2020 FAA AIP Projects UTILIZATION STATEMENT The underdoned hirlder/nffernr {Inc caticfiari tha renn irnnynntc of tha h;(1 ,na.n;fnnt;n., ;,, tha c tlnnr:n,. n,..nn. VI The hichler/nffernr is enmmittari too minimnn. of 7 o% YIRTP ..t;i;r.n+;na an +h:.. ® 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 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 lino. The undersigned further understands that no changes to this statement La cis 00),sciff tipotto , -20 DBE UTILIZATION SUMMARY oat Pet ceaita e DBG Friltte f ;�ntia or s I:.00 DBESubcontractot� ; x 3,OC DBE Supplier S x 0:6t3 DBE Nlanufae.Itrer $ x I.DO Total Amount DBE t!BE Goal ttnt Co Note: If the total proposed DBE part teipation is less than the estahhshed DBF, ecral. Bidder must prode v ritten docu ent..tin of the good Earth ettons 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 Protects LETTER OF I'TEN' 13tcictc _ iOf'$et v;ts l t _ R , DBE Firni DB DBE Celli Agency: Classification: DPrim Contractor itEn Stat Expiration &hcontractor DJoint Venture . St FAA AiP ;-19-0094-0046 and onto- (pa P_ 1 R \V2trrinn Prainnal A irnnn DDl1DflC A i A TT A !'dull tPT P.rm. Bidder/Offer DBE Firm: Y\ • TT T LETTER OF INTENT llicadvantnce Rncinece Fnternricn Name: N1LKS 1v}1S"Iti`hcAll,Ir% 7o, beri-, ze _ c & *tf 11 DBE Firm: Advanced Traffic Control, Inc. of DBE Certifying Agency: Iowa Department of Transportation Expiration Date: 12/31/20(renewal) Classification: Prime Contractor X Snhenntraetnr ® !flint Ventura to 4'ork be performed DBE items) by Description of Work Item Quantity Total l+'Z €-dj r di l "',a<. 1. 1 .]-Lr kl- A 1 % / ;7 _ +> / 7 ` (-?o : E7h,i (7 j e , ry _ ._____.. __.._. _.__. __._._..__ __ —1 ._..._-___ T___._,_______ .. participation is as follows: AFFIRMATION The above -named DB lit titi event tit b z3' 3Z..11) arms that it will performthe portion of the contract for the estimated dollar value as stated above. Intent and Af{ir Preside (T'tlei and of the prinsc contract, atny anti :all r DBE p BUY AMERICAN CERTIFICATION FORM FOR MANUFACTURED PRODUCTS ,As a matter of bid responsiveness, the Bidder or Offeror must complete, sign, date, and submit this rertifiratinn ctatPmpnt with their nrnnncal ThP RirirlPr nr rlffarnr mutt inriiratP hnw thaw intanrl to statements are mutually exclusive. Bidder must select one or the other (not both} by inserting a The Bidder or Offeror hereby certifies that it will comply with 49 USC § 50101 by: b) Installing manufactured products tor which the FAA has issued a waiver as indicated by inclusion on the current FAA Nationwide Buv American Waivers Issued listing, or: Acquisition Regulation Subpart 25.108. 1. To provide to the Owner evidence that documents the source and origin of the steel and manufactured product. 3. To furnish US domestic product for any waiver request that the FAA rejects. it. Tn refrain frnm cooirinn a u,ni„or ranttort aftor octahlichrnont nf t:,o rnntrart „mace ❑ The Bidder or Offeror hereby certifies it cannot comply with the 100% Buy American Drofnronrnr of AQ 1 icr cn1 ni la1 huf rv+ev fr.r eithor a Tvnn 7 nr Tvnn A ,urnivnr „nrinr AO the apparent low bid agrees: Tn thin r,.L.r.r,;f ar fhn (\.,,v,n. n„sft.tn 7C ro,lnnrinr rtr„r ref thin t<i.d n irden K. n.,^,..,,r 2. That failure to submit the required documentation within the specified timeframe is cause for a non-resoonsive determination may result in reiection of the proposal. domestic content percentage as approved by the FM. A Tn refrain frnrn cao4inn a wni,mr ren„act aftnr actahlichmont of thn rnntrnrt .,niece Required Documentation T.,na 2 1Alaitrar e Tho rnct of tho item rmmnnnontc and c, c nrnri„rad in the I Initcid required documentation tor a type 3 waiver is: a) tictino nf all nrnri,urt rmmnnnentc anti cuhrmmmnnnntc that era not rmmnricari of 1now I IC Issued listing and products excluded by Federal Acquisition Regulation Subpart 25.108; FAA ALP #3-19-0094-046 P-19 Waterloo Regional Airport b) Cost of non -domestic components and subcomponents, excluding labor costs associated with final assembly at ©lace of manufacture. "item" component and subcomponent costs, excluding labor costs associated with final assembly at place of manufacture. cost using non -domestic product by 25%. The required documentation for a type 4 of waiver is: b) Detailed cost information for total project using non -domestic product. the Federal Aviation Administration and the making of a fake, fictitious or fraudulent certification 6 T I-- ZQ Lanyindi FAA AIP 9#3-•19-0094-046 P-20 Waterloo Regional Airport Rini Amarira (:nnfnrrnanra 1 ;clines For Airfield Development Projects funded under the Preparation of a Component Cost Calculation Table is not necessary for equipment listed on the FAA national hs htfp:/Feu+m.faa.Rov/ahpotlsfaip/procnrernent/federal contract provislonshned!a/buv omerican uvai'ers/s Equipment Type cikl r�le Name of Manufacturer 4D& Prod T, .......tee-..a,-..�.......�..,.4._-=-• .. tel• Stec . K.9-4 bidder hereby ccrtitics 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: I hereby certify the above information is accurate and complete. Bidder's Irrni Name Date 6 / ZV FAA MP 3-19-0094-0046 and 0047-2020 P-23 Waterloo Reeional Airport REVISED PER ADDE:NEUEJ 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 of 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 EXECUTIVE OFFICER AFFIRMATIVE ACTION OFFICER ADDRESS OF THE AFFIRMATIVE ACTION OFFICER DQQJrYJ4 s2/ 61 PHONE NUMBER) W 3 3 S 2 2. ✓ 2 J FAA AIP 3-19-0094-0046 and 0047-2020 P-14 Waterloo Regional Airport AECOM Project #60625545 FY 2020 FAA AIP Projects BIDDER'S INFORMATION SHEET A. BIDDER'S CAPACITY: (Check One) I. Individual 0 2. Co -Partnership 0 3. Corporation B. (IF ITEM 2 IS CHECKED, COMPLETE THE FOLLOWING) State of Names and Addresses of Partners 1. 2. 3. 4. 5. RFVISEEi PER AL DEN 1 11.1NE 8, 2020 C. (IF ITEM 3 IS CHECKED, COMPLETE THE FOLLOWING) State of Incorporatioi mai ICI Names and Addresses of Officers: President 2 AD W t C'Ls Secretary [, ik 0 W . G 5 Treasurer 2A Q W s C..k 3 aba 'bc> 42s, 7�4,1-aJPc FAA AIP 3-19-0094-0046 and 0047-2020 AFCOM Project #60625545 P-15 Waterloo Regional Airport FY 2020 FAA AIP Projects Name of Bidder ,A..) V Business Address { EVfSED PER ADDFNDUfvi NO. 1 JUNE 8, 2020 SYNOPSIS OF EXPERIENCE RECORD (This syno sis must accompany Proposal Form.) B Daces/Am al Individual ( ) Partnership ( ) Corporation (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 >c e 2 3 4 5 Name of Location of Amount of Project Project Contract Number of Contract Days Actual Number of Days to Allowed for Above Projects Complete above Project 1 2 3 4 5 (By) 32_w. I) d•c_.k.-. s (TITLE) .e `2 s O r,—k t Date la 1 fr 2 0 U LkS Cis r e4cliain. Name of Company FAA AIP 3-19-0094-0046 and 0047-2020 P-16 Waterloo Regional Airport AECOM Project #60625545 FY 2020 FAA AIP Projects DOT www.iowadot.gov SMARTER I SIMPLER I CUSTOMER DRIVEN Office of Contracts I Project Delivery Bureau 800 Lincoln Way I Ames, Iowa 50010 Phone: 515-239 1414 I Email: dot.contracts@dot.iowa.gov June 14, 2019 WICKS CONSTRUCTION, INC. 2201 HWY. 9 WEST P O. BOX 428 DECORAH, IA 52101A-0000 DAVE@WICKSCONSTRUCTION.COM Dear Contractor: We acknowledge receipt of your CPA Audited Financial -Experience -Equipment Statement for the period closing December 31, 2018. This statement will serve to place you on our list of qualified bidders for construction and maintenance work offered by the Iowa Department of Transportation This statement expires on June 30, 2020. Your maximum pre -qualification for all incomplete work is $32,052,173. Your prequalification categories and annual bid bond status on file with this office are listed on the enclosed page. WICKS CONSTRUCTION, INC. Page 2 We acknowledge receipt of your Bidder Status Form dated June 10, 2019. We will retain this form on file. Each time you submit an electronic bid on a non-federal aid proposal you will certify the accuracy of this information. You are required to submit a new form whenever the information that you have supplied changes or whenever you submit a Contractors Financial Experience Equipment Statement (Form 650004). Unless otherwise specified in the contract documents bidder status formes must be on file in this office by noon the day prior to the letting in order to be approved as a valid bidder. Sincerely, Daniel C Stokes Prequalification Analyst NOTE: Iowa Code Chapter 91 C requires that all contractors register with the Iowa Division of Labor - Contractor Registration before performing any construction work in the state of Iowa. If your business provides any type of plumbing, mechanical, HVAC, refrigeration, sheet metal or hydronic systems services, you are required to obtain a license with the Plumbing & Mechanical Systems Board before applying with contractor registration. Inquiries should be directed to: Iowa Division of Labor Contractor Registration Phone: 515-242-5871 I Fax: 515-725-2427 contractor. registration(Wfwd.iowa.gov I www.iowacontractor.gov IOWA DEPARTMENT OF TRANSPORTATION PREQUALIFICATLON CATEGORIES Approved per Article 1102.01, Competency and Qualification of Bidders, as of June 14, 2019 for (W1040) WICKS CONSTRUCTION, INC. STRUCTURES (S2) BRIDGE DECK OVERLAY ALTERNATE PAVT TYPE : (H1) ALTERNATE PAVEMENT -TYPE PCC PAVEMENT (P1) PCC PAVEMENT (P2) PCC PAVEMENT - MINOR SURFACE REHABILITATION : (R1) PATCHING TRAFFIC SAFETY : (T2) BARRIER RAIL MISCELLANEOUS : (M1) MISCELLANEOUS Your Annual Bid Bond expires: June 30, 2019 Page 1 of 1 RECORD OF PAST EXPERIENCE Ns 2019 (Continued) Project Owner or Engineer Project No. and Phone No. of Reference Mason City - St Hwy 122 Recon N HSX-122-1(18)(19)(23)--3H-17 Mason City RCE Allamakee Co Bridge Approaches BRS-0003(62)--60-03 Allamakee Co. Engineer 563-568-4574 Allamakee Co.-Makee Drive L-20M1--73-03 Allamakee Co. Engineer 563-568-4574 Description of Work Location F Grading, Patching, Erosion, Etc. including quantities for ACC, PCC and Grading) Mason City, Iowa S. of New Albin N. of Waukon PCC Paving-26,514 SY PCC Sidewalks, Driveways-1,442 SY PCC Paving-1,358 SY PCC Paving-15,608 SY Allamakee Co. Bridge Deck Repair BRFN-051-1(14)--39-03 New Hampton RCE Black Hawk Co. Viking Rd./IA 58 Concrete Barrier Rail HS I PX-058-1(92, 94, 95)--3L-07 New Hampton RCE Butler Co. Bridge Deck Repair BRFN-014-7(37)--39-12 Mason City RCE Cerro Gordo Co. -Kingbird Ave. L-626(18)--73-17 Cerro Gordo Co. Engineer 641-424-9037 Floyd Co. - Charles City STBG-SWAP-1242(618) Floyd Co. Engineer 641-257-6151 Clayton Co. Bridge Repairs M B-052-6(500 )80-77-22 Manchester RCE IA 51 Cedar Falls, Iowa IA 14 Kingbird Ave. Charles City, IA US 52 PCC Deck Overlay-795 SY PCC Barrier Rail-13,645 LF PCC Deck Overlay-453 SY PCC Paving-3,628 SY Dollar Value 1,617,340 84,991 109,534 601,703 PCC Paving-1,617 SY PCC Sidewalks, Driveways-694 SY PCC Curb & Gutter-1,093 LF PCC Bridge Repair PCC Bridge Approach-156 SY 62,010 601,564 49,867 139,521 107,040 44,921 49,185 13,500 37,440 7 RECORD OF PAST EXPERIENCE - 2019 (Continued) Project Project of Owner No. and Reference or Phone Engineer No. Location including quantities Description , Grading, of Work Patching, ACC, PCC and Erosion, Etc. Grading) Dollar Value for Clayton BRFN-052-3(34)--39-22 Manchester Co. Bridge RCE Deck Overlay US 52 PCC PCC PCC Deck Shoulder-734 Approach-475 Overlay 1,624 SY SY SY $ 74,925 53,890 85,440 Clarion AIP Engineer: 515-963-3488 tion No. Airport and Taxiway 3-19-0018-014-2019 Brian -Runway Meyer-DGR Reconstruction Preserva- Eng Clarion, IA PCC PCC Paving-1,077 Patching-982 SY SY 104,387 63,812 City N. Veenstra 641-421-8008 of 32nd Clear Street Kimm Lake Utility Improvement Clear Lake, IA PCC Paving-7,425 SY 317,859 & City Street WHKS 515-708-4063 of Forest & & Utility Co. City Improvements Forest City, IA PCC Paving-6,160 SY 307,076 Webster STBG-SWAP-2690(630)--SG-94 Snyder 515-573-2030 Co & Associates - Fort Dodge 8th Ave. Fort Dodge, IA PCC Paving-14,060 SY 840,055 Fort 32nd McClure 515-576-7155 Dodge St. Engineering Trail 15th Extension Ave. S. and Fort Dodge, IA PCC PCC 6" Sidewalks, Shared Use Driveways-893 Path-8,033 SY SY 287,180 57,691 Gypsum Fort MER 515-955-3635 Dodge, Creek IA Crossing, Inc. LLC Ph 1 Fort N 36th Dodge, St. and IA at 9th Ave N PCC Paving-3,360 SY 161,280 Engineering, Hardin STP-065-6(60)--2C-42 Iowa Mason Falls, Co. City IA RCE Iowa Falls, IA PCC C & G-2,896 LF 90,065 Linn NHSX Iowa Co -030-7(175)--3H-57 D.O.T. - Bridge New Linn Co., Iowa PCC Barrier Rail-1,421 LF 63,945 REGO OF PAST 3,)(1:3I:7 I ENG (Continued) 2019 P roject Owner or Engineer P roject No. and Phone No. of Reference Mitchell Co. Rec Trail TAP-R-0066-075-66 Mitchell Co. Conservation Board Adam Shirley 319-939-1401 Mason City-27th St SW-R.I S.E. RM-4822(635)--9D-17 Short Elliott Hendrickson Inc. Michael Danburg 641-424-6344 Osage - 2018 Street Improvements Short Elliott Hendrickson Inc. Michael Danburg 641-424-6344 City of Riceville 2019 Street Imp -Sherwood Drive WHKS & Co. 515-708-4063 City of St Ansgar - Street and Utility Improvements - 2019 Zenk Read Trygstad & Assoc. 507-373-0689 Cerro Gordo Co.- US 18 Widening T S F-018-5 (150)--92-17 Mason City RCE City of Owatonna, MN 2018 Park Drive Reconstruction I+S Group, Faribault, MN 507-331-1500 Total PCC Paving Contracts tor 2019 Description of Work Location ?, Grading, Patching, Erosion, Etc. including quantities for ACC, PCC and Grading) Northern Mitchell Co., IA Mason City, IA Osage, Iowa Riceville, IA St Ansgar, IA Clear Lake, IA Owatonna, MN P CC RecTrail-4,690 SY P CC Paving-16,135 SY P CC Paving-11,780 SY P CC Paving-7,339 SY PCC Paving-2,213 SY P CC Shoulder-1,056 SY PCC Widening-2,297 SY P CC Detour-1,036 SY P CC Paving-4,393 SY Dollar Value $ 124,875 766,136 419,677 329,591 125,266 63,539 159,648 1,036 188,024 $ 8,204,013 REVISED PER ADDENDUM NO. 1 J U N E 8, 2020 BID BOND KNOW ALL MEN BY THESE PRESENTS, that we Wicks Construction, Inc as Principal, and United Fire & Casualty 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 11 520 2p 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 9th day of June , A.D., 2020. i YY llllV •itegilra.Cro er Princi Wicks Cgnstruction, Inc By (Title amesi DQai (Seal) Sur By ed Fire & C (Attorney -In -Fact) Dione R. Young, Attorney -in -fact (Seal) FAA AIP 3-19-0094-0046 and 0047-2020 AECOM Project #60625545 P-11 Waterloo Regional Airport FY 2020 FAA AIP Projects 00111111/ v" �4 e- o 1C INSbggy `CC4 Z W CORPORATE S t o cS4: ci T. 6` s z te� �� C'Olu'OrsxfE q_ SSr sULY22 0;o_ ' ? SEAL F =• SEAL Y 6'i 1996 'y tot) .„,,RArios` . ' ��'r�iprurninu�\"��` ''.,, r •..fOP, ````� nn, oo m, lll1ll,lllll� their true and lawful Attorney(s)-in-Fact with power and authority hereby conferred to sign, seal and execute in its behalf all lawful bonds, undertakings and other obligatory instruments of similar nature 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, pursuant 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 by UNITED FIRE & CASUALTY COMPANY, UNI IED FIRE & INDEMNITY COMPANY, AND FINANCIAL 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 UNI FED 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 forth in their respective certificates of authority shall have full power to bind the Companies by their signature and execution of any such instruments and to attach the seal of the Companies thereto. The President or any Vice President the Board of Directors or any other officer of the Companies may at any time revoke all power and authority previously given to any attorney -in -fact. IN WITNESS WHEREOF, the COMPANIES have each caused these presents to be signed by its ''�. ."""k� `.""'. G INS 61 vice president and its corporate seal to be hereto affixed this 15°' day of January, 2014 o. .�` p'. .�p.�PPOq,�". p 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 UNI1 ED FIRE & 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 laws 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 CRAIG E HANSEN, JAY D. FREIERMUTH, BRIAN M. DEIMERLY, CINDY BENNETT, ANNE CROWNER, TIM MCCULLOH, STACY VENN, SHIRLEY BARTENHAGEN, DIONE R. YOUNG, KEVIN J KNUTSON, MICHELLE GRUIS, KATHLEEN BREWER, SETH D. ROOKER, SYDNEY BURNETT, EACH INDIVIDUALLY Inquiries: Surety Department 118 Second Ave SE Cedar Rapids, IA 52401 UNITED FIRE & CASUALTY COMPANY UNITED FIRE & INDEMNITY COMPANY FINANCIQAL PACIFIC INSURANCE COMPANY By: State of Iowa, County of Linn, ss: Vice President On 15th day ofJanuary,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. re.--Ars'a Judith A. Jones Iowa Notarial Seal Commission number 173041 My Commission Expires 04/23/2021 Notary Public My commission expires: 04/23/2021 I, Mary A. Bertsch, Assistant Secretary of UNITED FIRE & CASUALTY COMPANY and Assistant Secretary of UNITED FIRE & INDEMNITY COMPANY, and Assistant Secretary of FINANCIAL PACIFIC INSURANCE COMPANY, do hereby certify that I have compared the foregoing copy of the Power of Attorney and affidavit and the copy of the Section of the bylaws and resolutions of said Corporations as set forth in said Power of Attorney, with 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 subscribed my name and affixed the corporate seal of the said Corporations this 9th day of June 2020 . OUrlitltl ice re a INS(C4:yA. P• big ON •:ie,c' si sVLY22• c'• 1966 By: M' A' Assistant Secretary UF&C & OF&I & FPIC BPOA0049 0913