Loading...
HomeMy WebLinkAboutCedar Valley Corp - FAA Grant No. 3-19-0094-0046-2020 9.8.2020 i CONTRACT FOR IMPROVEMENTS TO THE WATERLOO REGIONAL AIRPORT CONSISTING OF 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 THIS AGREEMENT,made and entered into this day of SSlpj _ 20�by and between the Waterloo Regional Airport for the City of Waterloo Black Hawk County.Iowa,hereinafter referred to as the"Owner"and CEDAR VALLEY CORPORATION LLC (a corporation organized and existing under the laws of the State of Iowa (a partnership consisting of ) (an individual trading as )of BIWk Hmk county in the State of Iowa hereinafter referred to as the "Contractor." WITNESSETH: That the Contractor for and in consideration of(11,116.725.00),based on the unit bid prices payable as 3 set forth in the Specifications constituting a part of this Contract,hereby agrees to construct in accordance with the Plans, Specifications and Special Provisions therefore,and in the location designated on the Plans,the various items of work awarded said Contractor on the day of .20_,as follows,being numbered as shown in schedule of prices bid in the attached Proposal which is a part of this Contract. F Said Specifications and Plans are hereby made a part of and the basis of this Agreement and atrue copy of said Plans and Specifications is now with the Waterloo Regional Airport in the office ofthe Director of Aviation,Waterloo,Iowa under date of 120_. 1. That in consideration of the foregoing,the Owner hereby agrees to pay the Contractor promptly and according to the requirements of the Specifications, the amounts set forth, subject to the conditions as set forth in the Specifications. 2. That it is understood that the parties named herein are the only persons interested in this Contract and principals. 3. That the Contractor has examined the site of the proposed work,Plans, Specifications,Special Provisions and Contract Documents in order that he.might become familiar with the character,quality and quantity of the work to be performed,the materials to be furnished and the requirements of the Specifications, Special Provisions and Contract Documents. 4. It is hereby further agreed that any reference herein to the"Contract"shall include all"Contract Documents"for the Waterloo Regional Airport,FAA Project Nos.3-19-0094-0046 and 0047-2020 and said"Contract Documents" are hereby made a part of this agreement as fully as if set out at length herein,and that this contract is limited to the items in the proposal as signed by the"Contractor"and included in the"Contract Documents." 3. That in the event any surety upon any bond furnished in connection with this Contract becomes unacceptable to the Owner,or if any such surety shall fail to furnish reports as to his financial condition from time to time as requested by the Owner,the Contractor agrees to furnish promptly such additional security as may be required from time to time to protect the interests of the Owner or of persons supplying labor or materials in the prosecution of the work contemplated by the Contract. — FAA AIP 43-19-0094-0046 and 0047-2020 C-I Waterloo Regional Airport AECOM Project#60525545 FY 2020 FAA AIP Projects I I 6. That the Contractor shall not commence any work to be performed under this Contract until he has obtained from responsible insurance companies, all insurance required, as set forth in the General Provisions and that the Contractor shall maintain this insurance in full force and effect until the work to be performed under this Contract has been accepted by the Owner. 7. That the Contractor shall not start working on any alterations requiring a supplemental agreement until the agreement setting forth the adjusted price shall be executed by the Owner and the Contractor. S. That the Contractor,at all times,shall observe and comply with all federal,state,territory or possession and local laws,codes,ordinances and regulations in any manner affecting the conduct of the work,and the Contractor and his surety shall indemnify and save harmless the Owner and all his officers,Engineer,agents and servants against claims or liability arising from or based on the violation of any such law,ordinance,deregulation,order or decree, whether by himself or his employees. 9. That it is further understood and agreed by the parties to this Contract that the above work shal I be commenced within 10 days after"Notice to Proceed"and shall be completed according to the terms ofthe entire contract within one hundred-fifty(1501 calendar dans from the date established in the Notice to Proceed. Failure to complete within the allotted time will result in assessment of liquidated damages in the amount of$500.00 per calendar day for each day in excess of the authorized contract time. In addition,the Runway 18/36 closure for Phase 2 work shall be limited to thirty(30)calendar days. Failure to complete Phase 2 work and re-open Runway 18/36 to traffic within the allotted time will result in assessment of liquidated damages in theamount of$1,000 per calendar day for each day in excess of the thirty(30)calendar days allotted in the contract. 10. The Contractor and Owner understand and agree that time is of essence for completion of the Work and that the Owner will suffer additional expense and financial loss if said work is not completed within the authorized Contract Time. Furthermore, the Contractor and Owner recognize and understand the difficulty, delay, and expense in establishing the exact amount of actual financial loss and additional expense. Accordingly,in place of requiring such proof,the Contractor expressly agrees to pay the Owner as liquidated damages the non-penal sum of 500 per day for each calendar day required in excess of the authorized Contract Time for the overall contract. Furthermore,the Contractor understands and agrees that: a. the Owner has the right to deduct from any moneys due the Contractor,the amount of said liquidated damages; b. the Owner has the right to recover the amount of said liquidated damages from the Contractor,Surety,or both. 11. The Contractor understands and agrees that all certifications made by the Contractor within the Proposal shall apply under this Agreement as if fully rewritten herein. The Contractor further certifies the following: a. Certification of Eligibility(29 CFR Part 5.5) (1) By Entering into this contract,the Contractor certifies that neither 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); (2) 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); (3) The penalty for making false statements is prescribed in the U.S.Criminal Code 18 U.S.C. b. Certification of Non-Sep regated Facilities(41 CFR Part 60-1.8) The federal ly-assisted construction Contractor,certifies that it does not maintain or provide,for its employees, any segregated facilities at any of its establishments and that it does not permit its employees to perform their services at any location,under its control,where segregated facilities are maintained. The Bidder certifies that it will not maintain or provide,for its employees,segregated facilities at any of its establishments and that it will not permit its employees to perform their services at any location under its control where segregated FAA AIP 43-19-0094-0046 and 0047-2020 C-2 Waterloo Regional Airport AECOM Project#60525545 FY 2020 FAA AN Projects facilities are maintained. The Bidder agrees that a breach of this certification is a violation of the Equal Opportunity Clause,which is to be incorporated in the 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 on the basis of race,color,religion,or national origin because of habit, local custom, or any other reason. The Bidder agrees that (except where it has obtained identical certifications from proposed subcontractors for specific time periods)it 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 it will retain such certifications in its files. 12. It is further understood that any action in court against the Contractor or sureties on his bond because of damage to property or individuals by said Contractor or his workmen,or because of the violation of any provisions of the Specifications, or on account of the failure of said Contractor to fully comply with these provisions, shall be brought in the District Court of the State of Iowa in and for Black Hawk County. 13. Second Party shall maintain all work done hereunder in good order for a period of 12 months from and after the date it is accepted by the Waterloo Regional Airport,City of Waterloo,Iowa,which maintenance shall be without expense to First Party or the abutting property. In the event of the failure or default of Second Party to remedy any or all defects appearing in said work within a period of 12 months from the date of its acceptance by said Board and after having been given ten(10)days'notice so to do by registered letter deposited in the United States Post Office in said City, addressed to said Contractor at the address herein given, then First Party may proceed to remedy such defects and the cost and expenses thereof may be recovered from said Second Party and the sureties on its bond by action brought in any court of competent jurisdiction,but such suit may be brought in the District Court of Black Hawk County,Iowa. IN WITNESS WHEREOF,the parties hereto have set their hands for the purpose herein expressed to this and three other instruments of like tenor,as of the 8th day of Sept. 2020. CITY OF WATERLOO By 6l 4a F;^� Mayor ATTEST: Kelley �elchle �`� City Clerk Secretary CONTRACTOR CEPA VALLEY CORPORATION!,LLC Firm Name AAA"— Signature President Title 2637 Wagner Road, Waterloo, IA 50703 Business Address Wi ess Witness FAA AIP#3-19-0094-0046 and 0047-2020 C-3 Waterloo Regional Airport AECOM Project#60525545 FY 2020 FAA AIP Projects i Bond No.:190042008 PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS: That we, Cedar Valley Corp.,LLC _ ,as PRINCIPAL,also referred to as CONTRACTOR,and Liberty Mutual Insurance Company as SURETY, are held and firmly bound unto Waterloo Regional Airport, 2790 Livingston Lane,Waterloo,Iowa 50703 as OWNER,in the full sum of Four Million One Hundred Sixteen Thousand Seven Hundred Twenty Five&00/1000 4.116.725.00 ) for the payment of which,well and truly to be made,we bind ourselves,our heirs,executors, administrators, successors and assigns,jointly and severally,by these presents. WHEREAS,the above-bound Principal has entered into a contract with the OWNER dated the 8th day of_ September 2020,to Reconstruct Taxiway B South of Runway 18/36; Reconstruct West Terminal Apron and Clean/Reseal Joints East Terminal Apron;and Remove Tress--FAA AIP 3-19-0094-0046 and 0047-2020,including: • 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 eight (8) to twelve and one-half(12 1/2) inches in thickness; removal and replacement of the existing base and subbase materials;installation of approximately 1,000 tons of bituminous 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 8-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; and clearing of trees north of Runway 18/36 and clearing and grubbing of trees west of Runway 18/36. This work and all other incidentals shall be performed as shown on the Drawings and described in the Specifications. NOW,THEREFORE,the conditions of this obligation are such that if the above-bound PRINCIPAL shall faithfully and fully comply with the terms and conditions of said contract,including,but not limited to,any obligations created by way of warranties and/or guarantees for workmanship and materials which warranty and/or guarantee may extend for a period of time beyond completion of said contract,and such alternations or additions as may be made therein or in the plans and specifications,and shall indemnify and save the OWNER harmless against any claims for using any form of material, process,composition or anything which is patented,and likewise indemnify and save the OWNER harmless against all claims for damages by reason or any default or negligence,want of skill or care on the part of said PRINCIPAL or Agents in and about the performance of said contract,and shall comply with all laws pertaining to said work,and shall comply with and perform any and all warranties and/or guarantees provided for in said contact,then this obligation shall be void;otherwise of full force and effect. PROVIDED,further than upon either the default of the PRINCIPAL,or the failure of the said PRINCIPAL to promptly and efficiently prosecute said Work, in any respect, in accordance with the Contract Documents, the above bound SURETY shall either remedy the default of the PRINCIPAL or shall take charge of said Work and complete the Contract at his own expense,pursuant to its terms,receiving,however,any balance of the funds in the hands of said OWNER due under said contract. It shall be the duty of the SURETY to give an unequivocal notice in writing to the OWNER within ten(10)days after receipt of a declaration of default of the SURETY'S election either to remedy the default or defaults promptly or to perform the contract promptly,time being of the essence. In said notice of election,the SURETY shall indicate the date on which the remedy or performance will commence,and it shall be the duty of the SURETY to give prompt notice in writing to the OWNER immediately upon completion of(a)the remedy and/or correction of each default,(b)the remedy and/or correction of each item of condemned work, (c) the furnishings of each omitted item of work, and (d) the performance of the contract. The SURETY shall not asset solvency of its PRINCIPAL as justification for its failure to promptly remedy the default or defaults or perform the contract. FAA AIP#3-19-0094-0046 and 0047-2020 C-4 Waterloo Regional Airport AECOM Project#60525545 FY 2020 FAA AIP Projects In the event said PRINCIPAL shall fail or delay the prosecution and completion of said Work and said SURETY shall also fail to act promptly as hereinabove provided,then the OWNER shall cause ten(10)days notice of such failure to be given, both to said PRINCIPAL and SURETY, and at the expiration of said ten (10) days, if said PRINCIPAL or SURETY do not proceed promptly to execute said Contract,the OWNER shall have the authority to cause said Work to be done and when the same is completed and the cost thereof estimated,the said PRINCIPAL and SURETY shall and hereby agree to pay any excess in the cost of said Work above the agreed price to be paid under said Contract. Upon completion of said Contract pursuant to its terms,if any funds remain due on said Contract,the same shall be paid to said PRINCIPAL and SURETY. The said PRINCIPAL and SURETY further agree as part of this obligation to pay all such damages of any kind to person or property that may result from a failure in any respect to perform and complete said Contract including,but not limited to,all repair and replacement costs necessary to rectify construction error,architectural and engineering costs and fees, all(but not limited to)consultant fees,all testing and laboratory fees,and all legal fees and litigation costs incurred by the OWNER. The decision of the OWNER,upon any disputed question connected with the execution of said Contract,or any failure or delay in the prosecution of the Work by said PRINCIPAL or SURETY,shall be final and conclusive. The SURETY agrees that,other than as is provided in this bond,it may not demand of the OWNER the OWNER shall (a)perform any thing or act,(b)give any notice,(c)furnish any clerical assistance,(d)render any service,(3)furnish any papers or documents,or(f)take any other action of any nature or description which is not required of the OWNER to be done under the contract documents. IN WITNESS WHEREOF,the SURETY and PRINCIPAL have executed this instrument under their several seals this day of ,2020,the name and corporate seal of each corporate party being hereto affixed and these presents duly signed by its undersigned representative,pursuant to authority of its governing body. FAA AIP#3-19-0094-0046 and 0047-2020 C-5 Waterloo Regional Airport AECOM Project#60525545 FY 2020 FAA AIP Projects IN THE PRESENCE OF: PRIN 1 AL: Ced Va a orp.,LLC fitness QOL S ,�p,n� BY: SU ; LibertyJMut nprance Company Witness Stacy e By: Dione R.Young,Attorn -in-Fact NOTE: (a) Where the Performance Bond is executed by an attorney-in-fact,there shall be attached to each copy of the Bond a certified copy of Power of Attorney properly executed and dated. (b) Each copy of the Bond shall be countersigned by an authorized agent of the bonding company licensed to do business in the State of Iowa. The title of the person countersigning the Bond shall appear after his or her signature. (c) The seal of the bonding company shall be attached to each copy of the bond. (d) The Contractor's signature on the bond shall correspond with the signature in the contract. (e) The bond shall be accompanied by a corporate resolution(which may be combined with the corporate resolution granting the signing officer authority to execute contracts)granting the corporate officer who executes the Bond the authority to do so. (f) Surety companies executing bonds must appear on the Treasury Department's most current list(Circular 570 as amended)and be authorized to transact business in the State of Iowa. FAA AIP#3-19-0094-0046 and 0047-2020 C-6 Waterloo Regional Airport AECOM Project#60525545 FY 2020 FAA AIP Projects Bond No.:190042008 PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS: That we, Ced r V ile Corp_LLC . as PRINCIPAL,also referred to as CONTRACTOR,and_Liberty Mutual Insurance Company as SURETY,are held and firmly bound unto Waterloo Regional Airport,2790 Livingston Lane,Waterloo, Iowa 50703 as OWNER,in the full sum of *** (SM 16.726.00 _ ), for the use and protection of said OWNER and all subcontractors and all persons supplying labor,materials, machinery and equipment for the performance of the work provided for in the contract hereinafter referred to,for the payment of which,well and truly to be made,we bind ourselves,our heirs,executors,administrators, successors and assigns,jointly and severally,by these presents. ***Four Million One Hundred Sixteen Thousand Seven Hundred Twenty Five&001100 WHEREAS,the above-bound Principal has entered into a contract with the OWNER dated the 8th day of September ,2020,to Reconstruct Taxiway B South of Runway 18/36;Reconstruct West Terminal Apron and Clean/Reseal Joints East Terminal Apron;and Remove Trees--FAA AIP 3-19-0094- 0046 and 0047-2020,including: • 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 eight(8) to twelve and one-half(12 1/2) inches in thickness; removal and replacement of the existing base and subbase materials;installation of approximately 1,000 tons of bituminous 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 8-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; and clearing of trees north of Runway 18/36 and clearing and grubbing of trees west of Runway 18/36. This work and all other incidentals shall be performed as shown on the Drawings and described in the Specifications. NOW,THEREFORE,the condition of this obligation is such that if the above-bound PRINCIPAL shall promptly make payment to all claimants as hereinafter defined, for all labor and materials supplied in the prosecution of the work provided for in said Contract,then this obligation shall be void;otherwise,it shall remain in full force and effect,subject, however,to the following conditions: 1. The said SURETY to this bond, for value received, hereby stipulates and agrees that no change or changes, extension of time or extensions of time,alteration of alterations or addition or additions to the terms of the contract or to the work to be performed thereunder,or the specifications or drawings accompanying same shall in any wise affect its obligation on this bond,and it does hereby waive notice of any such change or changes,extension of time or extensions of time,alteration or alterations or addition or additions to the terms of the contract or to the work or to the specifications or drawings. 2. A claimant is defined as any subcontractor and any person supplying labor,materials,machinery,or equipment in the prosecution of the work provided for in said contract. Signed and sealed this day of ,2020. FAA AIP#3-19-0094-0046 and 0047-2020 C-7 Waterloo Regional Airport AECOM Project#60525545 FY 2020 FAA AIP Projects IN THE PRESENCE OF: pljl4A-Lclely Corp.,LLC WitnessS T� vSac Novi,�zS�dL SURETY:LibertyN1utu nsurance Company r Witness Stac Ve n By:Dione R.Young,Attorney-in-Fact NOTE: (a) Where the Payment Bond is executed by an attorney-in-fact,there shall be attached to each copy of the Bond a certified copy of Power of Attorney properly executed and dated. (b) Each copy of the Bond shall be countersigned by an authorized agent of the bonding company licensed to do business in the State of Iowa. The title of the person countersigning the Bond shall appear after his or her signature. (c) The seal of the bonding company shall be attached to each copy of the bond. (d) The Contractor's signature on the bond shall correspond with the signature in the contract. (e) The bond shall be accompanied by a corporate resolution(which may be combined with the corporate resolution granting the signing officer authority to execute contracts)granting the corporate officer who executes the Bond the authority to do so. (f) Surety companies executing bonds must appear on the Treasury Department's most current list(Circular 570 as amended)and be authorized to transact business in the State of Iowa. HOLMES MURPHY. IMPORTANT Enclosed bond and power of attorney forms are not dated. Date of the bond cannot be prior to the date of the Contract. Please be sure to complete the forms using the date of the Contract when that is determined. Thank you. FAA AIP#3-19-0094-0046 and 0047-2020 C-8 Waterloo Regional Airport AECOM Project#60525545 FY 2020 FAA AIP Projects This Power of Attorney limits the acts of those named herein,and they have no authority to bind the Company except in the manner and to the extent herein stated. Not valid for mortgage,note,loan,letter of credit,bank deposit,currency rate,interest rate or residual value guarantees. To confirm the validity of this Power of Attorney call 610-832-8240 between 9:00 am and 4:30 pm EST on any business day. Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire,that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts,and West American Insurance Company is a corporation duly organlzed under the laws of the State of Indiana(herein collectively called the"Companies"),pursuant to and by authority herein set forth,does hereby name,constitute and appoint, Craig E.Hansen,Jay D.Frelennulh,Brian M.Deimerly,Cindy Bennett,Anne Crowner,Stacy Venn,Tim McCulloh,Shirley S.Bartenhaeen.Dione R.Young of the city of West Des Moines,state of Iowa its true and lawful attomey-in-fact,with full power and authority hereby conferred to sign,execute and acknowledge the following surety bond: Principal Name: Cedar Valley Corp.,LLC Obligee Name: Waterloo Regional Airport Surety Bond Number: 190042008 Bond Amount:$4,116,725.00 IN WITNESS WHEREOF,this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 30th day of March,2017. i1%%KSu0?.4 The Ohio �Casualty Company a 11 ny ti 1 Vigo +0. 6RceLiberty Mutual Insurance Company CS � WePArnerican Insurance Company ° 1919 1991 F1912 ny�A%T r By. * * * David ME.Carey,Assistant Secretary STATE OF PENNSYLVANIA ss COUNTY OF MONTGOMERY On this 30th day of March,2017,before me personally appeared David M.Carey,who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance Company,The Ohio Casualty Company,and West American Insurance Company,and that he,as such,being authorized so to do,execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. IN WITNESS WHEREOF,I have hereunto subscribed my name and affixed my notarial seal at King of Prussia,Pennsylvania,on the day and year first above written. PA COMMONWEALTH OF PENNSYLVANIA Notarial Seal Teresa Paslella,Notary Public B �i lumpy per MerionTwp.,Montgomery County y Teresa Pastella, Dior Public nT Commission Expires March 28,2021 y 4f?y LrA Member,Pennsylvania Association of Notaries This Power of Attorn- Is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company,Liberty Mutual Insurance Company,and West American Insurance Company which resolutions are now in full force and effect reading as follows: ARTICLE IV—OFFICERS—Section 12.Power of Attorney.Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President,and subject to such limitation as the Chairman or the President may prescribe,shall appoint such attomeys-in-fact,as may be necessary to act in behalf of the Corporation to make,execute, seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Such attorneys-in-fact,subject to the limitations set forth in their respective powers of attorney,shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed,such instruments shall be as binding as if signed by the President and attested to by the Secretary.Any power or authority granted to any representative or attorney- in-fact under the provisions of this article may be revoked at any time by the Board,the Chairman,the President or by the officer or officers granting such power or authority. ARTICLE XIII—Execution of Contracts—SECTION 5. Surety Bonds and Undertakings.Any officer of the Company authorized for that purpose in writing by the chairman or the president,and subject to such limitations as the chairman or the president may prescribe,shall appoint such attomeys-in-fact,as may be necessary to act in behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Such attorneys-in-fact subject to the limitations set forth in their respective powers of attorney,shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation—The President of the Company,acting pursuant to the Bylaws of the Company,authorizes David M.Carey,Assistant Secretary to appoint such attorneys- in-fact as may be necessary to act on behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and al l undertakings,bonds,recognizances and other surety obligations. Authorization—By unanimous consent of the Company's Board of Directors,the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company,wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds,shall be valid and binding upon the Company with the same force and effect as though manually affixed. I,Renee C.Llewellyn,the undersigned,Assistant Secretary,The Ohio Casualty Insurance Company,Liberty Mutual Insurance Company,and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full,true and correct copy of the Power of Attorney executed by said Companies,is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this 8th day of September 2020 �04SUR P�iY iNSV P�1NSUq� T4, �.�3 PPL7,gq Oft, 4•�` Q Q7�ti{'l� 1912 r 1919 ° 1991 F By: q C ha y n II e ae C.Lle sislant Secretary �, " q ys 'F� may. YyAMp`, !a 'r ,A,aFAW' EXHIBIT REVISED PER ADDENDUM NO. 1 JUNE 8, 2020 PROPOSAL FORM FOR RECONSTRUCT TAXIWAY B SOUTH OF RUNWAY 18/36 FAA AIP 3-19-0094-0047-2020 RECONSTRUCT WEST TERMINAL APRON AND CLEAN/RESEAL JOINTS EAST TERMINAL APRON FAA AIP 3-19-0094-0046-2020 REMOVE TREES FAA AIP 3-19-0094-0047-2020 AT THE WATERLOO REGIONAL AIRPORT WATERLOO,IOWA Waterloo Regional Airport 2790 Livingston Lane Waterloo, IA 50703 Gentlemen: I. The undersigned,being a Corporation existing under the laws of the State of 1 wa 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 al I 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 Wcst 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 ofcemcnt treated permeable base course; installation of approximately 3,400 square yards of 12 '/x-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 oftrees north of Runway 18/36 and clearing and grubbing of trees west of Runway 18136. 3. The undersigned,in compliance with your Invitation for Bids dated_5 -2 ,hereby proposes to do the work called for in said Contract and Specifications and shown on said flans and Addendum Nos. 1'6- -9 - - and to fumish 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 i REVISED PER ADDENDUM NO, 1 JUNE 8, 2020 ITEMIZED PROPOSAL WATERLOO REGIONAL AIRPORT WATERLOO,IOWA PROJECT: • RECONSTRUCT TAXIWAY B SOUTH OF RUNWAY 18/36 • RECONSTRUCT WEST TERMINAL APRON AND CLEAN/RESEAL JOINTS EAST TERMINAL APRON • REMOVE TREES FAA AIP PROJECT NOs.3-19-0094-0046 and 0047-2020 ITEM! SPEC. ESTIMATED I UNIT BID TOTAL BID NO. 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 $ $ 2 GP 40-05 TRAFFIC CONTROL _+_LS 1 $ $ 3 GP 50-07 CONSTRUCTION SURVEY LS I $ $ 4 P-101-5.1 PAVEMENT REMOVAL SY 3,400 $ $ 5 PLANS REMOVAL OF STRUCTURE EA I $ $ 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 AGGREGATE BASE SY 3,400 $ $ COURSE-6INCH 9 P-307-7.1 CEMENT TREATED PERMEABLE BASE COURSE SY 2,440 $ $ 10P-501-8.16 10.0-INCH PORTLAND CEMENT SI, 960 $ $ CONCRETE PAVEMENT I 1 P-501-8.1c 12.5-INCH PORTLAND CEMENT SY 2,440 $ $ CONCRETE PAVEMENT 12 P-620-5,2b RUNWAY AND TAXIWAY MARKING SF 3,675 $ $ 13 P-620-53c REFLECTIVE MEDIA(TYPE 1, GRLB 260 $ $ AnA7'!ON A 14 PLANS AIRCRAFT TIEDOWN ANCHORS IN NEW PAVEMENT SF 20 $ $ 15 PLANS AIRCRAFT TIEDOWN ANCHORS IN SF 10 $ $ EXISTING PAVEMENT 4-INCH PERFORATED SUB DRAIN 16 D-705-5.1 (SDR 35)COMPLETE INCLUDING LFT 270 $ $ POROUS BACKFILL AND FILTER FABRIC 17 D-705-5.2 4-INCH NON-PERFORATED NEA 165 $ $ SUBDRAIN SDR 35 18 D-705-5.5 SUBDRAIN CLEANOUT 3 $ $ 19 PLANS CATCH BASIN,ADJUSTMENT 2 $ $ 20 D-751-5.1 CATCH BASIN 2 $ $ SUBTOTAL . $ '40 Alternate Bid 1 GP 40-05 TRAFFIC CONTROL LS 1 $ $ 2 P-101-5.2 SAW AND SEAL JOINTS LFT 4,950 $ $ SUBTOTAL $ a.� 33D■aa FAA AIP 3-19-0094.0046 and 0047-2020 P-2 Waterloo Regional Airport AECOM Project#60625545 FY 2020 FAA AIP Projects REVISED PER ADDENDUM NO, 1 JUNE 8,2020 ITEM SPEC. ESTIMATED I UNIT BID TOTAL BID NO. NO, DESCRIPTION UNIT QUANTITY PRICE PRICE TOTAL BID PACKAGE#1 3 11 BID PACKAGE#2-RECONSTRUCT TAXIWAY B SOUTH OF RUNWAY 18/36 AND REMOVE TREES 1 C-105 MOBILIZATION LS I $ $ 2 GP 40-05 TRAFFIC CONTROL LS I $ $ 3 GP 50-07 CONSTRUCTION SURVEY LS 1 $ $ 4 7PLANSCONSTRUCTION BARRICADES LS I $ $ 5 INSTALLATION AND REMOVAL OF SILT FENCE LF 6,500 $ $ 6 C-102-5.11' INSTALLATION AND REMOVAL OF EA 10 $ $ INLET PROTECTION 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 IP-209-5.1 CRUSHED AGGREGATE BASE-6- INCH SY 3,400 $ $ 14 P-307-8.1 CEMENT TREATED PERMEABLE SY 20,940 $ BASE COURSE $ 15 P-501-8,1 8,0 INCH PORTLAND CEMENT SY 1,070 $ CONCRETE PAVEMENT $ 16 P-501-8.1 13.0 INCH PORTLAND CEMENT SY 18,500 $ $ CONCRETE PAVEMENT 17 P-620-5.2b RUNWAY AND TAXIWAY MARKING SF 10,200 $ $ I S P 620-5.3c REFLECTIVE MEDIA(TYPE I, LB 225 $ $ GRADATION A) 6-INCH PERFORATED SUBDRAIN 19 D-705-5.3 (SDR 35)COMPLETE INCLUDING LFT 6,380 $ $ POROUS BACKFILL AND FILTER FABRIC 20 D-705-5.4 6-INCH NON-PERFORATED LFT 200 $ SUBDRAIN(SDR 35) $ 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 P-3 Waterloo Regional Airport AECOM Project 460625545 FY 2020 FAA A(P Projects REVISED PER ADDENDUM NO. 1 JUNE 8, 2020 ITEM SPEC. ESTIMATED UNIT BID TOTAL BID NO. NO. DESCRIPTION UNIT QUANTITY PRICE PRICE 23 T-901-5.1 SEEDING AC 30 $ $ TOPSOIL(OBTAINED ON SITE OR 24 T-905-5.1 REMOVED FROM STOCKPILE)- CY 790 $ $ TAXIWAY B 25 T-908-5.1 MULCHING AC 30 $ $ NO.8 AWG,5KV,L-824,TYPE C 26 L-108-5.1 CABLE,INSTALLED IN TRENCH, LF 10,500 $ $ DUCT BANK OR CONDUIT NO.6 AWG,5KV,L-824,'TYPE C 27 L-108-5.2 CABLE,INSTALLED IN TRENCH, LF 100 $ $ DUCTBANK OR CONDUIT. NO.6 AWG,BARE COPPER COUNTERPOISE WIRE,INSTALLED 28 L-108-5.3 IN TRENCH,ABOVE TI IE DUCT LF 7,700 $ $ BANK OR CONDUIT,INCLUDING GROUND RODS AND GROUND CONNECTORS CONCRETE ENCASED ELECTRICAL 29 L-110-5.1 DUCT BACK,4-WAY,4-INCH LF 160 $ $ _ SCHEDULE 40 PVC 30 L-110-5.3 NON-ENCASED ELECTRICAL LF 7,700 $ $ CONDUIT,2-INCH SCHEDULE 40 PVC 31 L-115-5.4 ELECTRICAL HANDHOLE,L-868 EA 4 $ $ 32 L-115-5.4 2 LECTRICAL HANDHOLE,2'0"BY EA 6 $ $ 33 L-125-5.1 L--966IT(LED)TAXIWAY EDGE LIGHT- EA 65 $ $ ED 34 L-125-5.4 AIRFIELD GUIDANCE SIGN,SIZE I, EA 6 $ $ LED, I (ONE)MODULE 35 L-125-5.4 AIRFIELD GUIDANCE SIGN,SIZE 1, EA 2 $ $ LED,2(TWO)MODULE 36 L-125-5.4 AIRFIELD GUIDANCE SIGN,S[ZE 3, EA 1 $ $ LED, I (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 L[GHT 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 Waterloo Regional Airport AECOM Project#60625545 FY 2020 FAA AIP Projects REVISED PER ADDENDUM NO 1 JUNE 8, 2020 ITEM! SPEC. ESTIMATED UNIT BID TOTAL BID NO, NO. DESCRIPTION UNIT 2UANTITY PRICE PRICE 43 P401 ASPHALT SURFACE COURSE TON 28 $ $ 44 P-603 EMULSIFIED ASPHALT TACK COAT GAL 30 $ $ 45 D-701 10"CLASS III,REINFORCED LF 503 $ $ CONCRETE PIPE TOTAL BID PACKAGE#2 S 3. TOT L BID—BID PACKAGE 91 PLUS lilb n A CKAGE#2 S 4. €t 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 Sid 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 ofminimum wage rates,as established by the Secretary of Labor and included in the 5pecilicat€ons,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 orTransportation,to subcontrdet seven and eighty-two hundredths(7.82%)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 rebuttaNy presumed to be socially and economically disadvantaged include women,Blacks, Hispanics,Nativc 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 gond 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 certi[ies that he does not maintain or provide far his employees any segregated faci€itics at any of tris 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 orhisestablishments,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 certi ficat ion 1s a v€elation of the equal opportunity clause in Ihis contract. As used in this certification,the term"segregated facilities"means any waiting roams, work areas,res irooms and washrooms,restaurants and other eating areas,tlMCC l0eks,locker rooms and other storage or dressing areas,parking lots,drinking Fountains,recreation or entertainment areas,transportation,and housing favi€ities provided for employees which are seg regaled by explicit directive or are in fact segregated on the basis of race,color,religion,or national origin,because of habit,local custom,or ally 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 pro vis':ons ofthe 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 ofthe bids,that he will execute the Contract in accardance with the bid as accepted andgive Contract FAA A1P 3-19-0094-0046 and 0047-2020 P-5 Waterloo Regional Airport AECOM Project#60625545 FY 2020 FAA A1P Projects REVISED PER ADDENDUM NO, 1 JUNE 8,2020 (Performance and Payment) bond on attached forms within fifteen (15)days after the prescribed forms are presented for signature. 10. The undersigned understands,award of contract is contingent upon receipt of project Funding from the Federal Aviation Administration. If funding is not received,bid bonds will be returned to all bidders and the project will be postponed. It, 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 i f 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 ordenamounting to$50,000 or more. 13. To satisfy Clear Air and Water Pollution Control Requirements on all Construction Contracts and Subcontracts exceeding$100,000.00 Contractors and Subcontractors agree: a, That any facility to be used in the performance of the Contract or to benefit from the Contract is not listed on the Environmental Protection Agency(EPA)List of Violating Facilities. b. To comply with all the requirements of Section 306 of the Clean Air Act(42 USC 1857(h)),and Section 508 of the Clean Water Act (33 USC 1368), Executive Order 11738, and Environmental Protection Regulations(40 CFR Part(15)). c. That as a condition For award of a Contract he shall notify the awarding official of the receipt of any communication from EPA indicating that a facility to be utilized for performance of or benefit from the Contract is under consideration to be listed on the EPA List of Violating Facilities. d. To include or cause to be included in any Contract or Subcontract which exceeds $100,000.00 the aforementioned criteria and requirements. 14. The contractor, by submission of this offer and/or execution of a contract,certifies that it: a. is not owned or controlled by one or more citizens or nationals of a foreign country included in the list of countries that discriminate against U.S, firms published by the Office of the United States trade Representative(USTR); b. has not knowingly entered into any contract or subcontract for this project with a contractor that is a citizen or national of a foreign country on said list,or is owned or controlled directly or indirectly by one or more citizens or nationals of a foreign country on said list; c, has not procured any product nor subcontracted for the supply of any product for use on the project that is produced in a foreign country on said list. FAA A1P 3-19-0094-0046 and 0047-2020 P-6 Waterloo Regional Airport AECOM Project#60625545 FY 2020 FAA AIP Projects REVISED PER ADDENDUM NO, 1 JUNE 8, 2020 Unless the restrictions of this clause are waived by the Secretary of Transportation in accordance with 49 CFR 30.17,no contract shal I be awarded to a contractor or subcontractor who is unable to certify to the above, I f 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. Ifit is later determined that the contractor or subcontractor knowingly rendered an erroneous certification,the Federal Aviation Administration may direct,through the sponsor,cancellation ofthe contract orsubcontract for default at no cost to the Government. Nothing contained in the foregoing shall be construed to require establishment ofa 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 concems a matter within the jurisdiction of an agency ofthe United States of America and the making ofa 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 ofthis 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 A]P 3-19-0094-0046 and 0047-2020 P-7 Waterloo Regional Airport AECOM Project#60625545 FY 2020 FAA A1P Projects REVISED PER ADDENDUM NO. 1 JUNE 8, 2020 21. Contractor certifies that all employees employed by Contractor or any subcontractor working on behalf of the Contractor are in compliance with the Immigration Reform Control Act of 1986(IRCA)and indemnifies the Owner and holds harmless Owner for any violations of IRCA as a result of the Contractor's employees or his subcontractor's employees working on behalf of the Contractor on the Owner's project. 22. The undersigned certifies,to the best of his or her knowledge and belief,that: a. No Federal appropriated funds shall be paid, by or on behalf of the Contractor, to any person for influencing or attempting to influence an officer or employee of any agency,a Member of Congress,an officer or employee of Congress,or an employee of a member of Congress in Congress in connection with the making of any Federal grant and the amendment or modification of any Federal grant. b. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency,a member of Congress,an officer or employee of Congress,or an employee of a Member of Congress in connection with this Federal grant,the Contractor shall complete and submit Standard Form-LLL,"Disclosure of Lobby Activities",in accordance with its instructions. c. The Undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers(including subcontracts, subgrants,and contracts under grants, loans, and cooperative agreements)and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than$10,000 and not more than$200,000 for each such failure. 23. BUY AMERICAN CERTIFICATE(Title 49 U.S.C.Chapter 501) As a condition of bid responsiveness, the bidder must how it intend to comply with the Buy American preferences established under Title 49 U.S.C.Section 50101.Bidder must complete the attached Buy American certification.if the bidder requests a permissible waiver to the Buy America requirements,the Bidder identified as with the successful bid must submit a formal waiver request and component cost calculation within the prescribed time identified on the Buy America certification. 24. Drug Free Work Place,Act of 1988. a. By submission of this offer,the offeror,if other than an individual,who is making an offer that equals or exceeds $25,000,certifies and agrees that with respect to all employees of the offeror to be employed under a contract resulting from this solicitation,it wil I--no later than 30 calendar days after contract award (unless a longer period is agreed to in writing, for contracts of 30 calendar days or more performance duration;)or as soon as possible for contracts of less than 30 calendar days performance duration,but in any case,by a date prior to when performance is expected to be completed-- (1) Publish a statement notifying such employees that the unlawful manufacturer, distribution, dispensing,possession or use of a controlled substance is prohibited in the Contractor's workplace and specifying the actions that will be taken against employees for violations of such prohibition; (2) Establish an on-going drug-free awareness program to inform such employees about-- (a) The dangers of drug abuse in the workplace; (b) The Contractor's policy of maintaining a drug-free workplace; (c) Any available drug counseling,rehabilitation,and employee assistance programs;and (d) The penalties that may be imposed upon employees for drug abuse violations occurring in the workplace; FAA AIP 3-19-0094-0046 and 0047-2020 P-8 Waterloo Regional Airport AECOM Project#60625545 FY 2020 FAA AIP Projects REVISED PER ADDENDUM NO. 1 JUNE 8, 2020 (3) Provide all employees engaged in performance of the contract with a copy of the statement required by subparagraph a.(1)of this provision; (4) Notify such employees in writing in the statement required by subparagraph a.(l)of this provision that, as a condition of continued employment on the contract resulting from this solicitation, the employee will-- (a) Abide by the terms of the statement;and (b) Notify the employer in writing of the employee's conviction under a criminal drug statute for a violation occurring in the workplace no later than 5 calendar days after such conviction; (5) Notify the Contracting Officer in writing within 10 calendar days after receiving notice under subdivision a.(4)(b)of this provision,from an employee or otherwise receiving actual notice of such conviction. The notice shall include the position title of the employee;and (6) Within 30 calendar days after receiving notice under subdivision a.(4)(b) of this provision of a conviction,take one of the following actions with respect to any employee who is convicted ofa 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,(I)through a.(6)of this provision. b. By submission of its offer,the offeror,i fan individual who is making an offer of any dollar value,certifies and agrees that other offeror will not engage in the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance in the performance of the contract resulting from this solicitation. c. Failure of the offeror to provide the certification required by paragraphs a.or b,of this provision,renders the offeror unqualified and ineligible for award. [See FAR 9.104-1(g)and 19.602-1 a.(2)(a)]. d. In addition to other remedies available to the Government,the certification in paragraphs a.or b.of this provision concerns a matter within the jurisdiction of an agency of the United States and the making of a false, fictitious,or fraudulent certification may render the maker subject to prosecution under title 18, United States Code,Section 1001. 25. Attachment to This Bid. The following documents are attached to and made apart of this Bid: a. Bid Guaranty in the form of Rid Rood 5% b. Non-Collusion Affidavit of Prime Bidder. c. Statement of Intent_Non-Discrimination and Equal Opportunity Statement. d. Buy American Certification Statement. e. Bidders Information Sheet. f. Synopsis of Experience Record. (IDOT Certification may be substituted.) g. Completed DBE forms"Utilization Statement"and"Letter of Intent." FAA AIP 3-19-0094-0046 and 0047.2020 P-9 Waterloo Regional Airport AECOM Project#60625545 FY 2020 FAA AIP Projects REVISED PER ADDENDUM NO. 1 JUNE 8, 2020 26. The Bidder shall indicate whether the bid is submitted by a/an: ❑ Individual,Sole Proprietorship ❑ Partnership ® Corporation ❑ Joint-venture: all parties must join-in and execute all documents ❑ Other Respectfully submitted, Bidde edar Valle Cor L By — Wilhum L' Ca dCnVUP Signature Senlar Vice P1egident _ Title _37 Wapner Road _ Address !yalerjou..TA 50703 (Include Zip Code) 319»235-9537 _ Telephone No. 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 JUNE 8, 2020 NON-COLLUSION AFIFTDAV IT 0I Pal M E B1 DDE State of Iowa ) )ss County ofBiack Hawk ) —wilha t' t'nia ,being first duly sworn,deposes and says that: (1) He is offigcL Owner, Partner,DfRepresentative,orA ent of t ,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 orparties in interest,including this afliant,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 ofthe 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,represent Ives,owners, employees,or parties in interest,including this affiant. (signed) . ( � I A Ofta 1, WIMM den o0 Title sen iBLyjc,- t'rrsrrfrur Subscribed and sworn to before me this day of 200 r Title My Commission Expires ,2q�& O FAA AIP 3-19-0094-0046 and 0047-2020 P-12 Waterloo Regional Airport AECOM Project#60625545 FY 2020 FAA AIP Projects REVISED PER ADDENDUM NO. 1 JUNE B. 2020 D1QN-C0LLUSION AFFIDAVIT QI7j�ML)ISITRACI O (To Be Submitted After Bid But Prior to Award) Stateof!ow G �] )ss County of r U being first duly sworn,deposes and saysthat; r —K q8PAII • (1) He is QA'Lor'Pa n O t ger.Re r ge tt tic t of ,the Bidder that has submitted the attached Bid: (2) He isfully informed respecting the preparation and contents ofthe 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, p, ent tives,owners,employees,or parties in interest,including this affiant. (Signed) Title +v` Subscribed and sworn to before me this Z- day of 20?-P Title ^-- �pg+Acs APRIL ESTREM My Commission Expires Tl 20L3 : Cammissian Number 794817 My Carrlrn18slon Expirea +Own June 27,2023 TAA AIP 3.19-0094-0046 and 0047-2020 P-13 Waterloo Regional Airport AE COM Project#60625545 TY 2020 TAA All'Projects NON-COLLUSION AFFIDAVIT OF SUBCONTIItACTOR (To Be Submitted After Bid But Prior to Award) State of L ) 1 {� County of 1Z U NN )ss) U'Lyl� fit t siby)Lr being first duly sworn,deposes and says that: (1) He is (OxtnrL r.Office Renresentalive.or Ag of the der that has submitted the attached Bid: (2) He is fully infortned respecting the preparation and contents of the allached 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. (Signed), Title S Subscribed and sworn to before me this day of 20,,ID rz LVVA& 66 7 W'WOA O- Title My Commission Expires,_ _, 20D- .'^z.P JENNIFER R WISSLER i ,PCornrnu,ion Number 761292 My Commission Expires January D4, 2022 FAA AIP 3-19-0094-0046 and 0047-2020 P-13 Waterloo Regional Airport AECQM Project#60625545 FY 2020 FAA AIP Projects REVI,3E0 PER ADDENDUM NC. 1 JUNE: fl, 217201 NON-C.ULLUSION AFFIDAVIT Ole SUBCO MMM-rOR (To Be Submitted After Bid But Prior to Award) State of ) )ss County of f ) J ,being.first duly sworn,deposes and says that: (f) He is 'r�LJ Owner Partrter officer,lteprese italive,,W:-Agent), of .e�� n G, ,the Bidder that has submitted the attached Bicl: (2) Ile is frilly 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 nota 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 rorwhich 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 B idder,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 rair 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. (Signed) Title Subscribed and sworn to before me this /5� day of: 20 Z-Q Title My Co.rntnission Expires 'P� ca SAMU1:1. 11SPENCER o Commission Number 800263 o My Commission Expires FAA AIP 3-19-0094-0046 and 0017-2020 P-13 Waterloo Regional Airport AECQM Project 460625545 FY 2020 I-AA AIP Projects NON-(*0LLUSION AFFIDAVIT Ulr SU E3C:ClNTRACT011 (To 13e Submitted After Bid taut Prior to Award) State of ,.. P )SS Countyof - - beim first duly sworn,deposes and says that: (I) He is_ ,•*\ f Chvner Partner,Qiiicer..fiJsrescnt�tive,.-ar_agent) � of the Bidder that has submitted the attached Bids (2) He is fully informed respecting the preparation and contents of the attached bid and ofall 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 refi•ain frons bidding in connection with such Contract, or has in any manner, directly or iud•nreetly,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 ofany 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) Tlie 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. 1 � Title Subscribed and sworn to before nne this dayoI, ,'ro c n title My Commission Expires_ Q•Na'-'Iy � �Iowa 6, •• J'%.,�� y�;FxfiFEgF�w��? rr►►ir �lR I A FAA AIll and 0047-2020 11-13 lVaterloo Regional Airport Afr.CONI Pn>jcct 1,160625545 FY 2020 FAA All'Projects NON_COLI, USIONAI�'hII)A'VI'I'OFStIBCON"TI2AC]'Olt ('To 13e Subhni[led After 13 id But Prior to Award) State of IOwa �. )SS County of, Hardin ) Jennifer Ingledue being firstduly sworat,deposes and says that: (1) Ile is—. __ _(Owncr,-Partner.Officer. Representative,or Agent) of QEL Construction Services, Inc, ,the Bidder that has submitted the attached Bid: (2) Ile is fully informed respecthig the preparation and contents of the attached bird and ol'all pertinent ch cumstanees respecting such bid; (3) Such bid is genuine and is not it collusive or sham bid; (4) Neither the said Bidder nor any of its rnfficers,partners,owners,agents,representatives,employees or parties iia interest,including this affiant, has in any way colluded,conspired,connived or agreed.directly or indirectly, with any other Bidder.Firm or person to submita collusive or shame 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 an)'other Bidder,firm or person to fir the price or prices in the attached bid orofany other Bidder,or,to fix any overhead,profit or costelement 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 oa the part ofthe Bidder or any of its agents,representatives,owners,employees,or parties in.interest,including this affiant. (Signutl)_ f , �7, Title President rI Subscribed and sworn to before me this j ca day of l,' ,. r. Title 44 1,1_y Commission I xPires f�,' '.e 1' ,2U1J. CASS615 BABCOCK Commission Number 747424 My Commission Expiros s;- ,tune,14, 7:092_ _ _ 17AA All'3-1('-0094-0046 and 0047-2.020 11-13 Waterloo Regional Airport Al.:?C:Otit Project#60625ti45 FY 2020 PAA AIP Projects REVISED PER ADDEND010 NO, I JUN 8, 2020 NOiN-COLI-USIO'.1s' ;%FFID:\N"IT OF SUBCONTRACTOR (To Be Submitted After Bid But Prior to Award) State of County Of &eflv Eyeing first duly sworn,deposes and says that: (I I He i's (Owncr,Partner.Officer, Rel2resentative.or Agent) of - --r-ie tu!'?I '>erll CTb the Bidder that has submitted the attached Bid: (2) He is Jill ly 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 sharta bid, (4) ether cite said Bidder nor any of its officers,partners,owners.as ,encs,representatives,employees or parties in interest,including this affiant, has in anyway colluded,conspired,connived or agreed.directly or indirectly,with any other Bidder,Finn or person to submit a.collusive or sham bid in connection with the Contract for which the attached bit[ has been submitted or to refrain ftorn bidding in connection with such Contract, or has in any manner, directly or indirectly,sought by agreement OrCollusion orcomillunication or conference With any other Bidder,thin orperson 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 ecillusion,conspiracy,connivance,or unlawful agreement any advantage against the City of Waterloo,Iowa,or any person interested in the proposed Contract,,and (i) The price or prices quoted in the attached bid etre fair and proper and are not tainted by any collusion,conspiriev. eonnivance or unlawful agree stent on the part of the Bidder or ally of ils agents,repMlsen=V",owners,employees,or par-tics in interest.including this affiant. (Signe. Title Subscribed and sworn to before nic this_day of MANDY BOWMAN Commission Number 768894 My Gornmtsslon F-xplres '400"r July 20, 2020 iti My Carnmissior Expires �7-712L2 -'OOK-.0 FAA AAP 3-19-0094-0046 and 0047-2020 P-1;3 Waterloo Regional Airport AFCOM Project#60625545 FY 2020 FAA AIP Projects JUNE 8, 2020 NON-COLLUSION AF'F1DAV[T OF SUBCONTRACTOR (To Be Submitted After Bid But Prior to Award) State of )ss County ofr - 1 being first duly swom,deposes and says that: (1) He is r r •j •v of �' N ' .the Bidder that has submitted the attached Bid: (2) He is fully informed respecting the preparation and contents of the attached bid and of all pertinent circumstances respecting such bid; (3) Such bid is genuine and is not a collusive or sham bid; (4) Neither the said Bidder nor any of its officers,partners,owners,agents,representatives,employees or parties in interest,including this affiant,has in any way colluded,conspired,connived or agreed,directly or indirectly,with any other Bidder,firm or person to submit a collusive or sham bid in connection with the Contract for which the attached bid has been submitted or to refrain from bidding in connection with such Contract, or has in any manner, directly or indirectly,sought by agreement or collusion or communication or conference with any other Bidder,firm or person to fix the price or prices in the attached bid or of any other Bidder,or,to fix any overhead,profit or cost element of the bid price or the bid price of any other Bidder,or to secure through any collusion,conspiracy,connivance,or unlawful agreement any advantage against the City of Waterloo,Iowa,or any person interested in the proposed Contract;and (5) The price or prices quoted in the attached bid are fair and proper and are not tainted by any collusion,conspiracy, connivance or unlawful agreement on the part of the Bidder or any of its agents,representatives,owners,employees,or parties in interest,including this affiant. (Signed) Title a't�-r'� {�h,l l:et e. Q_,s . Subscribed and sworn to before me this day of c !H D -, 20420 Title ,s ++ TESSA JO FRAHM T.Commission Number 805733 M Gomasslon Explmas My Commission Expires 41AVAI 20Z August 4,2020 FAA AIP 3-19-0094-0046 and 0047-2020 P-13 Waterloo Regional Airport AECOM Project#60625545 FY 2020 FAA AIP Projects 1€UN1- 8, :1102 t \C.?\ SU C'n\'l'ltflC'7'()1t {tri lie Sul3iahittec9.�.f e.r tai But Priorto Award ll ;Slaw i>t' tr< 4. o4. (CL beim first diolySV4WIr_APOSCs311dsaystaal: f l? 8§e is i�twr ci..!'��rrs�ct,f'tlli4 rs.ltcirrcticrtsatiye alms; ttt st ttw F3=ilder th€tt has Subwltttr€1w aft whed Bid: i2) f 14 is fttk it)f3rnztida respectf(Ig 11w pn paration and Contenis orate a etched Kiri and ofali h r inial€circumstances respectiil-such NO,* €,i Such brit IS i;i-nlnt]l.and is.ltol a collusive or shan1 bid: ! (,,'I Nei the fiLiii Bidder nor alio of ii5 o ticers,t?l11neP3,'ONVIICrS,a&4Q]Its,-%131°C�^UTltativ's'.a,eirillloy"s or panks In OnCres'_including. ibis aitiant,hos, In any w.iy collude(L conspire(t con-lived or agreedi.directly or indir,Ctly,with any tl7cr Ridder.firm or{ieraott wSI binii a c,11uaive or shano bid in connection with the Contract liar-'vIlich the<rltached bid bas been SLlbrTlitt-d Or to 1`fltrf:irj froth hidilin, in cojimd:tir�n with S!tch Contract, or has ill ant manner, directly or in itia"LL'ClL'� i>U'.'ii€t2F'tl 3c.0€tleilt i.lr 's?ltrSioll I°Cordlimnlicadon orconlerenLe�4itla tat3V other Bidder.tlr'ili or l)c.rSt7rh to fly the prk;c or price-,ill the alta ched'{bid€lr d?t-nv other 1 iddor,or,to fix any t)verhe"Idl,ProjLt or cos1 f9lf;i771r17t ofthe b➢!f price or O,ie hi€i price of any a Bier Bidder.or to`,ctcu%ihroiuth.rny i;llnsihu,conspiracy,connivartce,oi-unlawlid a rCemcni lank advantrlgc<against the Ci(w•of Waterloo, <)I-ativ person interctted in the proposed C ontrai 1,stn{f t�I l ne price or prices quoted in tiro alt.ached"hid tarc Ilairtn d proper ar)d arc nc,tt-riMed by�any C011nSinri.crhnspira4ve connivarrvC or ordaw hO agr€'etntm(oil the pai't(a the Bidder er or--illy oC It,,ilgcnt3,rijJresklnm.lt s.mvri.'i•S,employees,or parties in interesi, Including This aff"tam. E'itld. Subscribed and Sworn to before lm thi; d v if ��L3til.l� .2Q? Fit$ tix,i%KIM111: L.Y A. ""HART E*s GOt>7miss?vn" nl:br 179568 my_ y f n;rrtll5si 4rl�xplras May 24. 2022 FAA All'3-19-00941-MI46 alid 0047-20_)(i P-i kk' lc--looRg.ional Airport ,\E-.s`.'t. M `t'rgj-,,F iR6025j 45 t Y 20111 FAA:1111'?}:"iSlccCt" REVISED I .L-R Al }1)1 NI) JM W!) 1 Ji.INE 3 N0_'.'3 NON -COLLUSION AFFIDAVIT OF SUBCONTRACTOR (To Be Submitted After Bid But Prior to Award) State of -U c.v A )ss County of (55 (1) Ile is ,r J1 PA L , being first duly sworn, deposes and says that: (Owner. Partner, Officer, Representative, or Agent) of ) the Bidder that has submitted the attached Bid: (2) He is fully informed respecting the preparation and contents of the attached bid and of all pertinent circumstances respecting such bid; (3) Such bid is genuine and is not a collusive or sham bid; (4) Neither the said Bidder nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this arrant, 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 hid has been submitted or to retrain 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 hid price or the bid price ofany. 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 •onspiracy, connivance or unlawful agreement on the part of the Bidder or any of its agents, representatives, owners, aployees, or parties in interest, including this affiant. Subscribed and sworn to before me this LI- day of , 20 Tiflc My Commission Expire KRISTA S KINKENNON Commission Number 784547 lvly Co n Expires Ja �2023 FAA All' 3-19-0094-0046 and (1047-202(1 AECOM ProjectJ160625545 P-13 Waterloo Regional Airport FY 2(120 FAA AIP Projects REN/1 E() PER AOU NDt.JM NO 1 JIJNE ;, 2020 NON -COLLUSION AFFIDAVIT OF SUBCONTRACTOR (To Be Submitted After Bid But Prior to Award) State of )ss County of C eCKJ4-.46v ) ect t S , being first duly sworn, deposes and says that: (1) Ile is Owner, artner, Officer. Representative, or Agent] of 51 2 J �L the Bidder that has submitted the attached Bid: (2) He is fully informed respecting the preparation and contents of the attached bid and of all pertinent circumstances respecting such bid; (3) Such bid is genuine and is not a collusive or sham bid; (4) Neither the said Bidder nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this affiant, has in any way colluded, conspired, connived or agreed, directly or indirectly, with any other Bidder, firm or person to submit a collusive or sham bid in connection with the Contract for which the attached bid has been submitted or to refrain from bidding in connection with such Contract, or has in any manner, directly or indirectly, sought by agreement or collusion or communication or conference with any other Bidder, firm or person to fix the price or prices in the attached bid or of any other Bidder, or, to fix any overhead, profit or cost element of the bid price or the bid price of any other Bidder, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against the City of Waterloo, Iowa, or any person interested in the proposed Contract; and (5) The price or prices quoted in the attached bid are fair and proper and are not tainted by any collusion, conspiracy, connivance or unlawfu1 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 f#1/ day of G , 20 title My Commission Expires AUJGoS1 2S to, .. Paul R. Hernid Conrreissbt Writer 154419 MyCorrinissbn■,�.,,1r�Eeyy� August 25, 2020 , 20 ZP. (Signed) WI Title V ( Z./ FAA AIP 3-19-0094-0046 and 0047-2020 P-13 Waterloo Regional Airport AECOM Project #60625545 FY 2020 FAA All' Projects REVISED PER ADDENDUM NO. 1 JUNE 8, 2020 NON -COLLUSION AFFIDAVIT OF SIJRCONTRAC'I'OR (To Be Submitted After Bid 13ut Prior to Award) State of .-Lou).; ) )ss County of IiZ ) - - --- , & ..••- % if V VI being first duly sworn, deposes and says that: (I) He is (bwrncr,P rt4}e +;)l'ftcer elxesenlalive,arAgent) of k+ to i f'el r c 7IAc..1he13iddcrthat has submitted the attached Bich (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 ill 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 ofthe 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 l a4k day of 0—Lit, IN- , 202ra A._/2 Title 1 My Cornmission Expires SKikf 2 , 20-Z.L (Signed) Crtle/ ALAN R. ENDORE 5.• Commission Number 161482 My Commission Expires Juty 23, 202.E Ps FAA AIP 3-19-0094-0046 and 0047-2020 P-13 Waterloo Regional Airport AECOM Project 460625545 FY 2020 FAA AlP Projects State of County of RFNISI':i) PIER AI)DENDUMM NO, 1 JLII` E 8, 2020 NON -COLLUSION AFFIDAVIT OF SUBCONTRACTOR (To Be Submitted After Bid But Prior to Award) l©W/ Br&c) bU3I») being first duly sworn, deposes and says that: ( l ) He is (OwsrterPiirartite O icer pi ative. or -AM of PrOi hi the B idder that has submitted the aathed Bid: (2) He is fully informed respecting the preparation and contents of the attached bid and of all pertinent circumstances respecting such bid; (3) Such bid is genuine and is not a collusive or sham bid; (4) Neither the said Bidder nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this affiant, has in any way colluded, conspired, connived or agreed, directly or indirectly, with any other Bidder, firm or person to submit a collusive or shani 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 ofthe 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 reprentati;es, oyvtiers, employees, or parties in interest, including this affiant. (Signed) Title Subscribed and sworn to before me this 1 day of "1L1r-A , 20.90 Title My Commission Expires ;cA, 20 1 CHRISTY JOHNSON COMMISSION NO, 764029 MY COMMISSION EXPIRES JULY 29, 2022 FAA AIP 3-19-0094-0046 and 0047-2020 P-I3 Waterloo Regional Airport AECOM Project #60625545 FY 2020 FAA AIP Projects REVISED PER ADDENDUM Na 1 JUNE 8, 2020 STATEMENT OF INTENT NONDISCRIMINATION AND EQUAL OPPORTUNITY STATEMENT The Contractor does hereby certify to the Waterloo Regional Airport, that no person shall, in any way, be favored or discriminated against because of his race, political or religious opinions and affiliations, national origins, sex, age, sexual orientation, gender identity, disability, color, creed, marital status, employee union or association membership or office herein. f 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 _War Yalley Corp 1.1 C COMPANY Wdlium C Calderwood Senior Vice President EXECUTIVE OFFICER Destiny Dietrick 3\Tthi41-. AFFIRMATIVE ACTION OFFICER ADDRESS OF THE AFFIRMATIVE ACTION OFFICER 2637 Wagner AiiiFL_ _ Walerino.IA 50703 PHONE NUMBER._3I9-1124--6¢0 FAA AIP 3-19-0094-0046 and 0047-2020 P-I4 Waterloo Regional Airport AECOM Project #60625545 FY 2020 FAA AIP Projects BIDDER'S INFORMATION SHEET A. BIDDER'S CAPACITY: (Check One) 1. Individual 0 2. Co -Partnership ❑ 3. Corporation CI B. (IF ITEM 2 IS CHECKED, COMPLETE THE FOLLOWING) State of Names and Addresses of Partners I . 2. 3. 4. 5. REVISED PER ADDENDUM NO. 1 JUNE 8, 2020 C. (IF ITEM 3 IS CHECKED, COMPLETE THE FOLLOWING) State of Incorporation Iowa Names and Addresses of Officers: President cu./twit ladoin, Secretary r ukid M armies Treasurer _nay iauer FAA AIP 3-19-0094-0046 and 0047-2020 P-I5 Waterloo Regional Airport AECOM Project #60625545 FY 2020 FAA AIP Projects REVISED PER ADDENDUM NO, 1 JUNE 8, 2020 SYNOPSIS OF EXPERIENCE RECORD (This synopsis must accompany Proposal Form.) Name of Bidder Crdar Vallcv.. Com LLC Business Address IAA,. Wagner Etna& Wilertnn 1A i1}7[li Individual ( ) Partnership ( ) Corporation (x) (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 2 3 4 5 Name of Location of Amount of Project Proiect Contract Number of Contract Days Actual Number of Days to Allowed for Above Projects Complete above Project 1 2 3 4 5 (Signed) IDOT Certification in ulud (By) William C Calderwood (TITLE) Scnkar Vut Preanfrn! Date 6-11-2020 Cndnr Vn!!ny rnrp 1 1 r 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 REVISED PER ADDENDUM NO. 1 JUNE 8, 2020 UTILIZATION STATEMENT Disadvantage Business Enterprise The undersigned bidder/offeror has satisfied the requirements of the bid specification in the following manner. (Please mark the appropriate box) i The bidder/offeror is committed to a minimum of 7 82 % DBE utilization on this contract. ❑ The bidder/offeror, while unable to meet the DBE goal of 7.82 %, hereby commits to a minimum of % DBE utilization on this contract and also submits documentation, as an attachment demonstrating good faith efforts (CFE). The undersigned hereby further assures that the information included herein is true and correct, and that the DBE firm(s) listed herein have agreed to perform a commercially useful function in the work items noted for each firm. The undersigned further understands that no changes to this statement may be made without prior approval from the Civil Right Staff of the Federal Aviation Administration. Cedar Valley Com.. L.I.0 Bidder'sIOfferor's Firm Name 6-11-2020 Signature William C Calde wood Date DBE UTILIZATION SUMMARY Contract Amount DBE Amount Contract Percentage DBE Prime Contractor $ x 1.00 = $ % o DBE Subcontractor $ 5 a `fit -791. � x 1.00 = $ 3a `1,�'�i �. � %i a /° DBE Supplier $ x 0.60 = $ % DBE Manufacturer $ x 1.00 = $ % Total Amount DBE S 3.P _ 7&a`_ % ed. % DBE Goal $ 04D 7r ga' q.„ Note: lithe 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 P-17 Waterloo Regional Airport AECOM Project 1160625545 FY 2020 FAA AIP Projects • r .V. May 5, 2020 Ii :'i1111 EI CEDAR VALLEY CORP., LLC. 2637 WAGNER ROAD WATERLOO, IA 50703 quotes@cedarvalleycorp.com; daveb@cedarvalleycorp.com; sdavis@cedarvalleycorp.com Dear Contractor: We acknowledge receipt of your CPA Audited Financial -Experience -Equipment Statement for the period closing November 30, 2019. This statement will serve to place you on our list of qualified bidders for construction and maintenance work offered by the Iowa Department of Transportation. This statement expires on May 31, 2021. Your maximum pre -qualification for all incomplete work IMO= Your prequalification categories on file with this office are listed on the enclosed page. We acknowledge receipt of your Bidder Status Form dated April 30, 2020. 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 forms 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, el Daniel C Stokes Prequalification Analyst NOTE: lowa Code Chapter 91C 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(a.iwd.iowa.gov www.iowacontractor.gav t.I [515-239-1414] ® I [dot.contracts@iowadot.us] el vwuw.iowadot.gov 01 Address: [000 Lincoln Way, Ames, IA 50010] PREQUALIFICATION CATEGORIES Approved per Article 1102.01, Competency and Qualification of Bidders, as of May 5, 2020 for (CE099) CEDAR VALLEY CORP., LLC. ALTERNATE PAVT TYPE : (H1) ALTERNATE PAVEMENT TYPE PCC PAVEMENT : (P1) PCC PAVEMENT (P2) PCC PAVEMENT- MINOR BUILDING : (B2) BUILDING DEMOLITION MISCELLANEOUS : (M1) MISCELLANEOUS Page 1 of 1 REVISED PER ADDENDUM NO. 1 JUNE 8, 2020 LETTER OF INTENT Disadvantage Business Enterprise (This page: AO be sub Ji„err.inr each DBEfirm) Bidder/Offer Name:_ eiriaPL. 0 f-ae.—. LLc Address: 0,6 3744' City: W.APPUCV State: j-- Zip:%Q23 DBE Finn: DBE ring e61/11 kft/r5e r t LTD Address: 241 (9 Casi Rceoter Ave_ City: Aka! k' DBE Contact Person: N'umc: V2 { 140 ( DBE Certifying Agency: Classification: state:. A zip:_. / 7 - Phone: i 319 33 z - 64 /6 ] .... Expiration Date: it/5 5 i (Ze.) Each DOE 17rm ahrrll suhmii evident'? (such as n phrxacr,n,.) n/'!heir t•erri/icatirn aruw,r.. Prime Contractor iiSubcontractnr ❑ Manufacturer ❑Supplier ❑.mini Venture Work item(s) to be perforated by DBE Description of Work Item Quantity Total 6 A l ?II. 1p:r. 'ch J /6 Z y5>J, GD 23 5eedivt1 3v 'la, 000,66 I • The bidderiofl'eror is committed to utilizing the above -named DI3E firm for the work described above. The estimated participation is as follows: DBE contract amount: 5 1-7 j 12. Percent of total contract: °o AFFIR\IATION: The above -named DBE firm affirms that it will perform the portion o contract for the estimated dollar value as stated above, f7i:ki 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 All' 3-19-0094-0046 and 0047-2020 P-18 Waterloo Regional Airport AI'COMd Project a4)0625545 FY 2020 FAA All' Projects IO1 'ADOT GETTING YOU THERE») January 31, 2020 Vallarie 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 https://secure. iowadot.c ov/DBEIHomellndexl, 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, you have the responsibility to comply with all aspects of 49 C.F.R. Part 26; maintain an accurate mailing address and phone number with Iowa DOT and promptly return all solicitation inquiries. If you have any questions, please contact this office. Sincerely, Danny Wagener Civil Rights Compliance Officer IL [515-239-1422] ®I [danny.wagener@iowadot.us] g I www.iowadot.gov di!Address: Civil Rights Bureau 800 Lincoln Way, Ames, IA 50010 Bidder/Offer DBE Firm: DBE Contact Person: DBE Certifying Agency: Classification: LETTER OF INTENT Disadvantage Business Enterprise (This page shall he submitted for each DBE firm) Name: ee'r/irt Address: 9/,37 t .. g� City: %4I*rJY.Ldo State: Y4- Zip: 'U%03 DBE Firm:OEL Construction Services, Inc. Address: 1306 River Road S City: Steamboat Rock State: IA zip: 50672 Name:Jennifer Ingledue Iowa DOT Phone:641)868-2222 Expiration Date: Each DBE Firm shall submit evidence (such as a photocopy) of their certification status ❑ Prime Contractor RSubcontractor ❑Joint Venture ❑ Manufacturer El Supplier Work item(s) to be performed by DBE Description of Work Item S^r_,__, f IrL. Quantity Total 10 r 11 t t, 16 �1 �i q I , G. x7 O1 J•r C t- �— 1 IS 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: 5,9 JSO S) Percent of total contract:. AFFIRMATION: The above -named DBE firm affirms that it will perform the portion orate contract for the estimated dollar value as stated above. ., 1 By: �- _'L; i .r, 4.1 l?. l �4.6")/t-t',�.'�.i� S ; . ,(`ii,quatr++rJ j President rrrtl�s 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 Airport AECOM Project #60625545 FY 2020 FAA AIP Projects Iowa Department �, of Transportation May 6, 2009 Certificate No. CF09261 Disadvantaged Business Enterprise Certification This Certifies That OEL Construction Services, Inc. I las met the requirements under the rules promulgated by the U.S. Department of Transportation pursuant to 49 Code of Federal Regulations, Part 26, and is eligible to participate as a Disadvantaged Business Enterprise in the Iowa Department of Transportation DBE Program A ` ^�_..1.1 Walter Reed, Jr., Civil Rights Coordinator Todd A. Sadler, Director, Office of Employee Services This certification may be revoked by the department upun finding of ineligibility and said company in subject to examination at any time and maybe required in supply additional information for review notwithstanding the issuance of this certificate. JUN/10/2020/WED 05:51 PM DORMARK CONSTRUCTION FAX No, 515 986 9573 P, 001 LETTER OF INTENT Disadvantage Business Enteiprise (This page shall be submitted for each DBE firm) Bidder/Offer Name: Address: C L V C i o f 31 \-vt�6�- O. city: W ATA-Lfrikis DBE Firm: DBE Firm: DBE Contact Person: State: t I,J'J 1A- Zip: Address: 3 l D 5 w B r o n l< T)f o E; n> f 3 n City: 6 r i .� `r Stater/9 Zip: 5 °( /r Name:.�� 13 a V Phone: f 51 ¢ ,F6 e, o DBE Certifying Agency: Expiration Date: Classification: each DOE Firm shall submit evidence (such as aphotocopy) of their certcation status, Prime Contractor -Subcontractor ❑ Joint Venture Manufacturer ❑ Supplier Work item(s) to be performed by DBE Description of Worlc Item Quantity Total Icttag,Ifn ,u.,Oc cL-1ie6.1 1pfb The bidder/offeror is committed to utilizing the above -named DBE film for the work described above. The estimated participation is as follows: DBE contract amount: Percent of total contract: AFFIRMATION: The above -named DBE firm affirms that it will perform the portion of the contract for the estimated dollervalue as stated above, By: r,-(i• • 7Thw'r) (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 Airport AECOM Project #60625545 FY 2020 FAA AIP Projects JU,v/ 1U/ LULU/ fJU IL), J1 r1Y1 uu14Ivlii11$ UUIN)11SUU11UI4 CHA NO, DID Jbb iDIi r, UU2 n 0 oMo z 4.1) c o a!>ir� E tl as 0 o ci (/) (3 0 cb13) 00 d1 :41 `1 1) ram4 EL4 Vl a) 2 •+_1 1-4 cd • r-1 cd rc3 This Certifies That Dormark Construction Company Todd A. Sadler, Director, Office of Employee Services JUN/10/2020/WED 05:51 PM DORMARK CONSTRUCTION FAX No, 515 986 9573 P. 003 orisll Iowa Department of 'Transportation 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: Atteouators, Bridges, Bridge Approaches, Concrete (Driveways, Sidewalks, and Misc. Flatwork), Concrete Bai tier RuiJ, Crash Cushions, Dowels (Drill & Epoxy), F'iowable Mortar, Geo Grid, Paved Sidewallc/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 is 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 finii'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 its 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, 44-7 Len A. Hill, Sr. Compliance Auditor LAH:mmm REVISED PER ADDENDUM NO 1 JUNE 8, 2020 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. 0 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. Reouired 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 AlP 43-I9-009cl-046 P-19 Waterloo Regional Airport AECOM Project #60562796 Rehabilitate West Terminal Apron REVISED PER ADDENDUM NO. 1 JUNE 8, 2020 b) Cost of non -domestic components and subcomponents, excluding labor costs associated with final assembly at place of manufacture. c) Percentage of non -domestic component and subcomponent cost as compared to total "item" component and subcomponent costs, excluding labor costs associated with final assembly at place of manufacture. Type 4 Waiver —Total cost of project using US domestic source product exceeds the total project cost using non -domestic product by 25%. The required documentation for a type 4 of waiver is: a) Detailed cost information for total project using US domestic product. b) Detailed cost information for total project using non -domestic product. False Statements: Per 49 USC § 47126, this certification concerns a matter within the jurisdiction of the Federal Aviation Administration and the making of a false, fictitious or fraudulent certification may render the maker subject to prosecution under Title 18, United States Code. 6-11-2020 Date ediar V_aUtey_Coro„LLC Company Name Signature William C. Calderwo Title Senior Vice Prasii1 nt FAA ALP #3-19-0094-046 P-20 Waterloo Regional Airport AECOM Project #60562796 Rehabilitate West Terminal Apron REVISED PER ADDENDUM NO, 1 JUNE 8, 2020 Buy America Waiver Request Title 49 U.S.0 Section 50101 (b) For Airfield Development Projects funded under the Airport Improvement Program (Revised 4/19/2010) instructions for Permissible Waivers Sect( 501(I1 th)(I) Waiver: The bidder may not request a waiver based upon the best interests of the public. The FAA Office of Airports publishes such waivers at: hunt!/www.faa.gov/airports/aip/procuremenl/federal_contract_provisions/media/buy_american waiver xis Section 501i j(bl(Zl Waiver: The bidder may not request a waiver based upon insufficient supply of U.S, manufactured, The FAA Office of Airports publishes such waivers at: httptf/www,faa.gov/airports!aip/procurement/federal_contract provIsions/media/buy_american_waiver.xls Section 50I010t}(3) Waiver: The bidder may request a waiver if 60% or more of the components are produced in the United States and final assembly occurs in the U.S. Bidder is hereby advised that the Owner's approval with the bidder's waiver request is contingent upon FAA approval. 1. "Equipment" in Section 50101 shall mean the following:: a) Individual type "L" items (Airfield Lighting Equipment) as listed in FAA Advisory Circular 150/5345-53, b) Individual bid items as established within FAA Advisory Circular 150/5370-10, The bid item application may not be applied for the type "L" items listed in AC 150/5345-53 c) A waiver request may only address one specific equipment item. Submit separate requests for each equipment item for which a waiver, d) Items listed under the Nationwide Waiver do not require further review, Please refer to the following webpage: http://www, faa,gov/airports/aip/procu remen Ufederal_contract_prov is ions/media/buy_american_waiver,xls 2, The bidder must base the U.S. percentage upon the value that results from completing a component cost calculation table similar to the attached format. Bidder shall avoid mere pro forma efforts to establish the waiver request percentage. The Bidder must submit the component cost calculation table as an attachment to the waiver request. 3 Components/subcomponents are the material and products composing the "equipment", 4, The final assembly of the AMP -funded "equipment" must be within the USA (Section 50I01(b)(3)(B)), Final assembly is the substantial transformation of the components and subcomponents into the end product. 5. All steel used in the "Equipment" must be produced in the United States. 6, The Buy American requirements apply to all tier contractors and subcontractors. All contractors/subcontractors are required to provide appropriate documentation that indicates origin of manufacturer and percentage of domestic made product. 7. The bidder is hereby advised there is no implied or expressed guarantee that a requested waiver will be issued by the Federal Aviation Administration (FAA). Less than 60% USA component/subcomponent proposed for this facility CANNOT be waived Products made with foreign steel are not eligible fora waiver. 8 North Arnr ca Free Trade Act (NAFTA): Free Trade Agreements such as NAFTA do not apply to the AIP, Products and material made in Canada or Mexico must be considered as foreign made products, 9, Preparation of a Component Cost Calculation Table is not necessary for equipment listed on the FAA national listing: hup'lhvww Faa.gov/airportslaip/procurementlfederal contract,provisionslmcdittlbuy american waiver.xls. Bidder however shall submit a listing of any equipment it proposes to install an the project that is included on the National Buy American confamtance list instructions For Section 50111 i(b1(4) Waiver: The bidder may request a waiver if application of Buy America preferences results in a 25% cost increase in the overall project. This waiver is rarely applicable. Consult the Owner before making this request. FAA AIP 3-19-0094-0046 and 0047-2020 AECOM Project /160625545 P-21 Waterloo Regional Airport FY 2020 FAA AIP Projects REVISED PER ADDENDUM NO. 1 JUNE 8, 2020 COMPONENT COST CALCULATION TABL n for each different equipment types. Do nor combine the component cosi uwpment. Submit Country of Origin Name of Manufacturer Component/Subcomponents 0 { § 2 / 0.3 0 » .0] f 2 § § § ) E ) § § § u j � $ ) • k =r.T.1E 2 0 0 E E k 2 - 0 § 2 Place of Final Assem bly: Certification Siznature t hereby certify the above information is accurate and complete. Bidder's Firm Name REVISED PER ADDENDUM NO. 1 JUNE 8, 2020 Buy America Conformance Listing Title 49 U,S.0 Section 50101 (b) For Airfield Development Projects funded under the Airport Improvement Program • Preparation ofa Component Cost Calculation Table is not necessary for equipment listed on the FAA national listing: hum www.Caa.20watrportS.krp+arocurententlfilderaLcoturaccaravisions/medialbus, alueriran svai'ersls • Bidder shall submit a listing of equipment it proposes to install on the project that is Included on the current National Buy American conformance list. Equipment Type All is Name of Manufacturer Product Number Certification Signature: Bidder hereby certifies that the above listed equipment, which we propose for installation on the subject project, are on the current National Buy America Conformance list as established at: htto://wwwfaa.gov/aim_orteitiO/onocurernentifei(leral contract provisions/media/buy arnerican wvaiver.xls I hereby certify the above information is accurate and complete. Cedar Valk} Cusp 1.1 C Bidder's Firm Name Slgn William C Caldcrwood 6-1 1-2020 Date FAA AIP 3-19-0094-0046 and 0047-2020 AECOM Project #60625545 P-23 Waterloo Regional Airport FY 2020 FAA AU' Projects CEDAR VALLEY CORP., LLC Project Reconstruct Tarry e & West Terminal Apron Local1n WalQde0 Atrmit UNIT ESTIMATED UNIT BID PRICE QUANTITY rIIBID PACKAGE el - RECONSTRUCT WEST TERMINAL APRON AND CIF IRGRF6� iQINTS EAST TERMINAL ITEM NO. SPEC NO. DESCRIPTION Addendum No, 1, 2 TOTAL BID PRICE 1 C-105 MOBILIZATION LS 1.000 48,200.00 48,200.00 2 l GP 40-05 TRAFFIC CONTROL LS 1.000 5,500.00 5,500.00 3 GP 50-07 CONSTRUCTION SURVEY LS 1.000 7,000.00 7,000.00 4 P-101-5 1 PAVEMENT REMOVAL SY 3,400.000 6.50 22,100.00 5 PLANS REMOVAL OF STRUCTURE EA 1.000 1,500,00 1,500,00 9 P•152-4.1 UNCLASSIFIED EXCAVATION CY 1,700,000 12,00 20,400.00 7 P-154-5.1 SUBBASE COURSE CY 690.000 62.50 43,125.00 B P-209-5,1 CRUSHED AGGREGATE BASE COURSE - 6 INCH SY 3,400.000 20.00 68,000.00 9 P-307-7-1 CEMENT TREATED PERMEABLE BASE COURSE SY 2,440.000 28.98 70,711.20 10 P-501-8.1b 10.0-INCH PORTLAND CEMENT CONCRETE PAVEMENT SY 960.000 82,48 79,180.80 11 P-501-8.1d 12.5-INCH PORTLAND CEMENT CONCRETE PAVEMENT SY 2,440.000 69.79 219,057.60 12 P-620-5.2b RUNWAY AND TAXIWAY MARKING SF 3,675.000 5.50 20,212,50 13 P-620-5,3c REFLECTIVE MEDIA (TYPE I, GRADATION A) LB 260.000 5,00 1,300.00 14 PLANS AIRCRAFT TIEDOWN ANCHORS IN NEW PAVEMENT SF 20.000 400.00 8,000.00 15 PLANS AIRCRAFT TIEDOWN ANCHORS IN EXISTING PAVEMENT SF 10,000 600 00 6,000.00 16 D-705-5,1 4 - INCH PERFORATED SUBDRAIN (SDR 35) COMPLETE INCLUDING POROUS BACKFILL AND FILTER FABRIC LFT 270.000 15.00 4,050.00 17 D•705-5.2 4 - INCH NON -PERFORATED SUBDRAIN (SDR 35) LFT 165 000 8.50 1,402.50 16 D-705-5.5 SUBDRAIN CLEANOUT EA 3,000 1.750.00 5,250.00 19 PLANS CATCH BASIN, ADJUSTMENT EA 2 000 9,500,00 19,000.00 20 13-751-5.1 CATCH BASIN EA 2,000 19,500.00 39,000.00 SUBTOTAL 689,019.80 Alternate Old 1 GP 40-05 TRAFFIC CONTROL LS 1.000 5,500.00 5500.0D 2 P-101-5 2 SAW AND SEAL JOINTS LFT 4,950.000 3.40 16830.00 t SUBTOTAL! 22.33 YZIM Lelllnn este. G t 1.l11 ITEM NO. SPEC NO. CEDAR VALLEY CORP., LLC DESCRIPTION Project: Reconstruct Tewp 0 8 West Terminal Apron Laudon' Welenoe MIp&R ESTIMATED UNIT UNIT BID PRICE Addendum No. 1, 2 TOTAL BID PRICE TOTAL BID PACKAGE Al I 711.349.60 BID PACKAGE 02 - RECONSTRUCT TAXIWAY B SOUTH OF RUNWAY 18136 AND REMOVE TREES 1 C-105 MOBILIZATION LS 1.000 277,377,00 277,377,00 2 GP 40-05 TRAFFIC CONTROL LS 1.000 27,250.00 27,250.00 3 GP 50-07 CONSTRUCTION SURVEY LS 1.000 30,000.00 30.000,00 4 PLANS CONSTRUCTION BARRICADES LS 1.000 25,000.00 25.000,00 5 C-102-5.1e INSTALLATION AND REMOVAL OF SILT FENCE LF 6,500,000 1,75 11,375,00 6 C-102-5.11 INSTALLATION AND REMOVAL OF INLET PROTECTION EA 10.000 285.00 2,950.00 7 P-101-5.1 PAVEMENT REMOVAL SY 25,440.000 4.52 114,988,80 8 P-101-5.6 COLD MILLING SY 220.000 20,00 4,400.00 9 P-151-4,1 CLEARING ACRE 6.000 4,000.00 24,000.00 10 P-151-4.2 CLEARING AND GRUBBING ACRE 21,000 4,250,00 89,250.00 11 P-152-4.1 UNCLASSIFIED EXCAVATION CY 3,000,000 10.00 30,000.00 12 P-154-5.1 SUBBASE COURSE CY 1,250.000 61.00 76,250.00 13 P-209-5.1 CRUSHED AGGREGATE BASE - 8- INCH SY 3,400,000 20.00 r 69,o00.00 14 P-307-8.1 CEMENT TREATED PERMEABLE BASE COURSE SY 20,940,000 26,32 551,140.80 15 P-501-8,1 8.0 INCH PORTLAND CEMENT CONCRETE PAVEMENT SY 1,070.000 88.04 94,202.80 16 P-501-5.1 13.0 INCH PORTLAND CEMENT CONCRETE PAVEMENT SY 16,500.000 72.40 1,339,400.00 17 P-620-5,2b RUNWAY AND TAXIWAY MARKING SF 10,200.000 5.50 56,100.00 18 P-620-5.3c REFLECTIVE MEDIA (TYPE I, GRADATION A) LB 225.000 5,00 1,125.00 19 D-705-5.3 6 - INCH PERFORATED SUBDRAIN (SDR 35) COMPLETE INCLUDING POROUS BACKFILL AND FILTER FABRIC LFT 6,380.000 14.00 89,320.00 20 ❑-705-5.4 8 - INCH NON -PERFORATED SUBORAIN (SDR 35) LFT 200.000 8,50 1,700.00 21 D-705-5.5 SUBDRAIN CLEANOUT EA 21,000 1,750,00 36,750,00 22 D-751-5.1 CATCH BASIN EA 6.000 19,000.00 114,000.00 1.Aiine 0.11.20 ITEM NO. SPEC NO. CEDAR VALLEY CORP., LLC DESCRIPTION UNIT Protect Reconslrucl Amy B & Wool Terminal Apron Wcalhm W5lalooAiryorll ESTIMATED UNIT BID PRICE Addendum No. 1, 2 TOTAL BID PRICE 23 T-901-5.1 SEEDING AC 30.000 900.00 27,000.00 24 T-905-5.1 TOPSOIL (OBTAINED ON SITE OR REMOVED FROM STOCKPILE) - TAXIWAY B CY 790.000 12.00 9,480,00 25 T-908-5.1 MULCHING AC 50.000 1.825,00 91,250.00 26 L-108-5.1 NO. 8 AWG, 5KV, L-824, TYPE C CABLE, INSTALLED IN TRENCH, •DUCT BANK OR CONDUIT LF 10,500.000 1.00 10,500,00 27 L-108.5.2 NO. 6 AWG, 5KV, L-824, TYPE C CABLE, INSTALLED IN TRENCH, DUCTBANK OR CONDUIT. LF 100.000 1.25 125.00 28 L-10&5.3 NO. 6 AWG, BARE COPPER COUNTERPOISE WIRE, INSTALLED IN TRENCH, ABOVE THE DUCT BANK OR CONDUIT, INCLUDING GROUND RODS AND GROUND CONNECTORS LF 7,700.000 0.85 6,545.00 29 L-110.5.1 CONCRETE ENCASED ELECTRICAL DUCT BACK, 4-WAY, 4-INCH SCHEDULE 40 PVC LF 160.000 38.00 6,080.00 30 L-110-5.3 NON -ENCASED ELECTRICAL CONDUIT. 2- INCH SCHEDULE 40 PVC LF 7,760.000 2,10 16,170,00 31 L-115-5.4 ELECTRICAL HANDHOLE, L-868 EA 4,000 900.00 3,600.00 32 L-115-5.4 ELECTRICAL HANDHOLE, 2'0" BY 2'0" EA 6.000 3,500.00 21,000.00 33 L-125-5.1 L-661T(LED)TAXIWAY EDGE LIGHT - LED EA 65.000 970,00 63,050.00 34 L-125-5.4 AIRFIELD GUIDANCE SIGN, SIZE 1, LED, 1 (ONE) MODULE EA 6.000 2,400.00 14,400,00 35 L-125-5.4 AIRFIELD GUIDANCE SIGN, SIZE 1, LED, 2 (TWO) MODULE EA 2.000 3,000.00 6,000.00 36 L-125-5,4 AIRFIELD GUIDANCE SIGN, SIZE 3, LED, 1 (ONE) MODULE EA 1.000 2,670 00 2,670,00 37 L-125-5.4 AIRFIELD GUIDANCE SIGN, SIZE 1, LED, 3 (THREE) MODULE EA 2.000 3,275,00 6,550.00 38 L-125-5.5 L-804 (LED) RUNWAY GUARD LIGHT EA 2.000 3,325,00 6,650.00 39 40 L-125-5.6 :REMOVE DUCT BANK LF 700,000 7.00 4,900,00 L-125-5.7 REMOVE TAXIWAY EDGE LIGHT EA 68.000 255.00 17,340.00 41 L-125-5.7 REMOVE ELECTRICAL HANDHOLE EA 12.000 258.00 — 3,096.00 42 L-125-5.8 REMOVE AIRFIELD GUIDANCE SIGN EA 19.000 525.00 9,975.00 Letilnp Clete 8-11.2D ITEM NO. SPEC NO. 43 P-401 CEDAR VALLEY CORP., LLC Addendum No. 1, 2 Project. Reconstruct Txwy B & West Terminal Apron Locnuon Wgeneo Alrpon UNIT ESTIMATED UNIT BID PRICE TOTAL BID PRICE QUANTITY TON 2$.000 640.00 DESCRIPTION ASPHALT SURFACE COURSE 44 45 P-603 EMULSIFIED ASPHALT TACK COAT D-701 10" CLASS III, REINFORCED CONCRETE PIPE GAL LP 17,92100 30.000 503.000 10.00 300.00 65,00 32.695.00 TOTAL BIDsia PACKAGE #2 3,441,675.40 TOTAL BID - BID PACKAGE Oil PLUS BID PACKAGE 112i 4 153,125.00 CEDAR VALLEY CORP., LLC Addendum No. 1, 2 Project ReconBlnid Tow/ B & Well Terminal Apron Lol71n>y Oslo &.f 1.20 LOX WBIwton Amore! ESTIMATED ITEM NO. SPEC NO. DESCRIPTION UNIT UNIT BID PRICE TOTAL BID PRICE SUBMITTED BY CEDAR VALLEY CO P.. LL Willa aldenvood, Senior Vice Preeiden QUANTITY Signature REVISED PER ADDENDUM NO. 1 JUNE 8, 2020 BID BOND KNOW ALL MEN BY THESE PRESENTS, that we Cedar Valley Corp., LLC as Principal, and Liberty Mutual Insurance Company as Surety are held and firmly bound unto the Waterloo Regional Airport. 2790 Livingston Lane. Waterloo. Iowa, hereinafter call "Owner", in the penal sum of Five Percent (5%) of the Total Amount Bid Dollars ($ 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 ,2010 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 theiyproper officers this 9th day of June , A.D., 20 20 Princip By (Title)Wtl' m C. Calderwood, Senior Vice President Cedar Valley Corp., LLC (Seal) Sur. B (Attorney -In -Fact) ne Y ung Liberty Mutual Insurance Company (Seal) FAA AIP 3-19-0094-0046 and 0047-2020 AECOM Project #60625545 P-I 1 Waterloo Regional Airport FY 2020 FAA AIP Projects This Power of Attomey IlmIls the acts of those named herein, and they have no authority to bind the Company except In the manner and to the extent hereln staled. Not valid for mortgage, note, loan, letter of credlt, bank deposit, currency rate, interest rale or residual value guarantees, To confirm the validity of thls Power of Attorney call 610.832.1240 between 9:00 am and 4:30 pm EST on any business day. Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: Thal The Ohlo Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire, that Liberty Mutual Insurance Company Is a corporation duly organized under the laws of the Stale of Massachusetts, and West American Insurance Company is a corporation duly organized under the laws of the Stale of Indiana (herein collectively called the "Companies'), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, Crain E. Hansen, Jay D. Frelermuth. Brian M. Delmorly. Cindy Bennett An a Crowner Stacy Venn Tim McCtrlloh, Shirley S. Bartenhaoen, plane R, Yount] of the city of West Des Moines state of Jowa Its We and lawful attorney -In -fact, with full power and authority hereby conferred to sign, execute and acknowledge the following surety bond: Principal Name: Cedar Valley Corp., LLC Obligee Name: Waterloo Regional Airport Surety Bond Number. Bid Bond Bond Amount: See Bond Form IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 30th day of March, 2017. By: STATE OF PENNSYLVANIA ss COUNTY OF MONTGOMERY The Ohio Casualty Insurance Company Liberty Mutual Insurance Company Wasyi4merican Insurance Company David MCarey, Assistant Secretary On this 30a day of March 2017, before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance Company, The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing Instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. IN WITNESS WHEREOF. I have hereunto subscribed my name and affixed my notarial seal at King of Prussia, Pennsylvania, on the day and year first above written. CO1.IMON W F,AI,Tri OF PENNSYLVANIA Notarial Seel Teresa Peslelia, Notary Pubac By: Upper MarionTwp., Montgomery County 11'cyw My Commission Expires March 20.2021 •Member. Po nivlHanLiAaoocat n el Notaries 61rrr r•.r This Power of Aforill:es"made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and Wool American Insurance Company which resolutions are new in full force and effect reading es follows: ARTICLE IV — OFFICERS — Section 12. Power of Attorney. Any officer or other official o1 the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the President may prescribe, shall appoint such attorneys -In -fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver es surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -In -fact, subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Corporation by their signature and execution of any such Instruments and to attach thereto the seal of the Corporation. When so executed, such Instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attorney - In -fact under the provisions of this article may be revoked et any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority, ARTICLE XIII — Execution of Contracts — SECTION 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose In writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attomeys-in-fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attomeys-In-fact subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and la attach (hereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary, Certflcate of Designation — The President of the Company, acting pursuant 10 the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such attorneys - in -fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Authorization — By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of attomey issued by the Company in connection with surety bonds, shall be valid end binding upon the Company with the same force and effect as though manually affixed. I, Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohlo Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a hill, true end correct copy of the Power of Attamey executed by said Companies, is in hill force and effect and has not been revoked. Teresa Pasleila, Notary Public IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 9th day of June , "g020