HomeMy WebLinkAbout+ADDENDUM NO 1 -Improve Terminal Bldg With AttachmentAECOM
AECOM 319-232-6531 tel
501 Sycamore Street 319-232-0271 fax
Suite 222
Waterloo, Iowa 50703
www.aecom.com
ADDENDUM NO. 1
TO THE
IMPROVE TERMINAL BUILDING
(UPGRADE HVAC SYSTEM CONTROLS AND INSTALL SECURITY SYSTEM)
FAA AIP 3-19-0094-054 (CARES DEV)
WATERLOO REGIONAL AIRPORT
WATERLOO, IOWA
AECOM #60675091
Date: December 13, 2022
Bids Close: December 15, 2022, 1:00 p.m.
TO ALL QUOTE PROVIDERS ON THE ABOVE PROJECT:
All bidders submitting a bid on the above -referenced project shall carefully read this Addendum and give it consideration
in the preparation of their bid.
The following changes are being made to the Proposal form. A revised Proposal Form marked "Revised Per
Addendum No. 1 - 12-13-2022" (pages P-1 through P-7 ONLY) is attached and made a part of this Addendum
No. 1. The remainder of the Proposal numbering sequence (pages P-8 through P-20) remain the same and are
still required to be submitted as part of your bid. When submitting your bid, please use the "Revised" Proposal
Form (attached pages P-1 through P-7) along with the remainder of the "P" numbering sequence. Failure to do
so could cause your bid to be considered non -responsive. The following shows the changes made to the
Proposal Form:
1. Item 4 - Change the description from "ADD A PREHEAT COIL CIRCULATING PUMP TO AHU" to read
"ADD A PREHEAT COIL CIRCULATING PUMP TO AHU-1, AHU-2, AHU-3, AHU-E1 AND AHU-E2."
2. Item 5 - Change the description from "ADD A SUPPLY AIR DIFFUSER TO ROOM" to read "ADD A
SUPPLY AIR DIFFUSER TO ROOM 207."
3. Add Proposal Item 17 - RE -ZONE AND ADD VAV UNIT FOR TSA TRAINING ROOM, LS, 1.0
4. Add Proposal Item 18 - REPLACE HVAC SYSTEM OUTDOOR TEMPERATURE SENSOR, LS, 1.0
5. Add Proposal Item 19 - REPLACE PREHEAT COIL FOR AHU-E1, LS, 1.0
II. The following are call -out edits for the Specifications:
1, Technical 28 20 00 - Video Surveillance
a. Paragraph 2.6, replace "PowerPlus (PU5760T5B)" with "Power Ultra Server (PU572T5B)."
b. Paragraph 2.6, add the following sentence: "The video management system shall utilize Salient
Servers and Salient Software to be compatible with the City of Waterloo, Iowa, Police Department
systems."
2. Technical 23 09 23, Direct Digital Control (DOC) System for HVAC
a. Add the following manufacturer to the list of manufacturers in Paragraph 2.1, "Distech."
b. Delete Paragraph 3.4-A.
c. Paragraph 3.29-A, change "14 consecutive calendar days" to read "2 consecutive calendar days."
III. The following are call -out edits for the Drawings:
1. Drawing Number M-701 - Add the following to the table for Air Handling Unit Schedule Freeze Protection
Pump Schedule:
TAG
Equipment
Served
Pipe
Size "A"
(In)
Flow
(GPM)
Mas
WRD
(FT HD)
HP
V
Phase
HZ
Schedule
Notes
P-AHU-E1
AHU-E1
1.50
15.4
7.50
0.17
120
1
60
1
AECOM
Addendum No. 1
Improve Terminal Building (Upgrade HVAC System Controls and Install Security System)
FAA AIP 3-19-0094-054 (CARES DEV)
Waterloo Regional Airport, Waterloo, Iowa
December 13, 2022
Page 2
2. Drawing Number M-802 - Supply Terminal Unit Sequence of Operations (Detail 1):
a. Delete from first sentence "and perimeter radiation."
3. Drawing Number E-103 - Revise Camera Schedule as Follows:
a. Change quantity for 1 through 14 from "23" to read "14."
b. Change quantity for 15 through 24 from "23" to read "10."
IV. Attachments: Revised Proposal Form (pages P-1 through P-7), Marked "Revised Per Addendum No. 1
12/13/2022."
V. Any revisions or clarifications to the bid documents made by this Addendum shall be considered as the same
revision or clarification to any and all related areas of the bid documents not specifically called out in this
Addendum.
VI The bidder shall acknowledge receipt of this Addendum by inserting the Addendum number and date in the
spaces provided on page P-1 of the attached PROPOSAL FORM, marked "Revised Per Addendum No.1 - 12-
13-2022." Failure to insert the appropriate Addendum number(s) and date(s) in the correct Proposal Form for
any and all Addenda issued on this project could cause your submittal to be considered non -responsive.
David B. Hughes, PE
Project Manager
AECOM
david.hughes@aecom.com
L:\DCS\Projects\TRN\60675091_FY_2021_CARES_Act_Project\500_Deliverables\515_QUESTCDN POSTING DOCS - IMPROVE TERMINAL BLDG HVAC-
CCTV\ADDENDUM 1 - 12-13-2022 Improve Terminal Bldg\ADDENDUM NO 1 (AutoRecovered).docx
Revised Per Addendum No. 1-12/13/2022
PROPOSAL FORM
FOR
IMPROVE TERMINAL BUILDING
(Upgrade HVAC System Controls and Install Security System)
FAA AIP 3-19-0094-054 (CARES DEV)
AT THE
WATERLOO REGIONAL AIRPORT
WATERLOO, IOWA
Waterloo Regional Airport
2790 Livingston Lane
Waterloo, IA 50703
Gentlemen:
1. The undersigned, being a Corporation existing under the laws of the State of , a Partnership consisting of the
following partners: having familiarized (himself) (themselves) (itself)
with the existing conditions on the project area affecting the cost of the work, and with all the contract documents listed in
the Table of Contents and Addenda (if any), as prepared by the City Engineer of the City of Waterloo now on file in the
office of the City Clerk, City Hall, Waterloo, Iowa, hereby proposes to furnish all supervision, technical personnel, labor,
materials, machinery, tools, appurtenances, equipment, and services, including utility and transportation services required to
construct and complete this Improve Terminal Building (Upgrade HVAC System Controls and Install Security
System) — FAA AIP 3-19-0094-054 (CARES DEV), 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.
The FAA 3-19-0094-054 (CARES DEV) Improve Terminal Building (Upgrade HVAC System Controls and
Install Security System) project which consists of the replacement of the existing Heating, Air Conditioning and
Ventilation (HVAC) control system and the installation of a Closed -Circuit Television (CCTV) security camera system
at and within the Waterloo Airport (ALO) terminal building.
The existing HVAC Direct Digital Controls (DDC) is no longer compatible with current electronic controls. This
project upgrades the existing HVAC DDC head -end equipment, replaces non-functioning portions of the HVAC control
system, provides freeze protection for the Air Handling Unit's (AHU) hot water coils, and rebalances the entire system
to ensure proper operation and control. This upgraded head -end equipment will be installed on a networked computer
that will allow remote monitoring and control of the HVAC system.
The CCTV system will survey exterior entry points to the parking lots and drives, access gates, and the terminal's
building perimeter. The site cameras not mounted on the terminal building will transmit signals wirelessly. Interior
cameras will be strategically placed for viewing key entry and circulation areas of the terminal as well as ticket counters,
security check point, baggage claim, and car rental. The CCTV server will have the capability to store up to 30 days of
camera activity. This CCTV system will be interfaced with the City of Waterloo Police Department to allow for remote
monitoring and viewing of live or recorded video feeds from the airport.
3. The undersigned, in compliance with your Invitation for Bids dated , hereby proposes to do the
work called for in said Contract and Specifications and shown on said Plans and Addendum Nos.
and to furnish all materials, tools, labor and all appliances and appurtenances necessary for the said work at the
following rates and prices:
FAA AIP 3-19-0094-054 (CARES DEV)
P-1 Waterloo Regional Airport
AECOM Project #60675091 Improve Terminal Building - HVAC-CCTV
Revised Per Addendum No. 1-12/13/2022
ITEMIZED PROPOSAL
WATERLOO REGIONAL AIRPORT
WATERLOO, IOWA
PROJECT: • IMPROVE TERMINAL BUILDING
(Upgrade HVAC System Controls and Install Security System)
FAA AIP PROJECT NO. 3-19-0094-054 (CARES DEV)
ITEM
NO.
DESCRIPTION
UNIT
ESTIMATED
QUANTITY
UNIT BID
PRICE
TOTAL BID
PRICE
BASE BID
1
UPGRADE THE EXISTING HVAC DDC
SYSTEM
LS
1
$
$
2
APPLY HVAC DDC MODES
SCHEDULES TO SYSTEM
LS
1
$
$
3
RESET AHU OUTDOOR AIR DAMPERS
LS
1
$
$
4
ADD A PREHEAT COIL CIRCULATING
PUMP TO AHU-1, AHU-2, AHU-3, AHU-
El AND AHU-E2
EA
4
$
$
5
ADD A SUPPLY AIR DIFFUSER TO
ROOM 207
LS
1
$
$
6
TAB HVAC SYSTEM
LS
1
$
$
7
INDOOR CCTV CAMERAS
EA
24
$
$
8
OUTDOOR 4 LENS CCTV CAMERAS
PLUS HARDWARE
EA
9
$
$
9
OUTDOOR BULLET CCTV CAMERAS
PLUS HARDWARE
EA
3
$
$
10
OUTDOOR 1 LENS CCTV CAMERA
PLUS HARDWARE
EA
1
$
$
11
POE SWITCHES
EA
2
$
$
12
EQUIPMENT RACK, UPS AND
GROUNDING
EA
1
$
$
13
CCTV SERVER AND LICENSES
LS
1
$
$
14
CAT 6 CABLE
LF
9000
$
$
15
ANTENNAS
EA
2
$
$
16
120 VOLT POWER CIRCUITS
EA
5
$
$
17
RE -ZONE AND ADD VAV UNIT FOR
TSA TRAINING ROOM
LS
1
$
$
18
REPLACE HVAC SYSTEM OUTDOOR
TEMPERATURE SENSOR
LS
1
$
$
19
REPLACE PREHEAT COIL FOR AHU-El
LS
1
$
$
TOTAL BASE BID
$
BID ALTERNATE NO. 1
A-1
BID ALTERNATE - DUCT CLEANING
LS
1
$
$
TOTAL BID ALTERNATE NO. 1
$
TOTAL BASE BID + BID ALTERNATE NO. 1
$
4. It is the Airport's intention to evaluate bids reviewing both the Total. The Airport reserves the right to award the
contract based on the Total Bid.
FAA AIP 3-19-0094-054 (CARES DEV) P-2
AECOM Project #60675091
Waterloo Regional Airport
Improve Terminal Building - HVAC-CCTV
Revised Per Addendum No. 1-12/13/2022
5. The undersigned understands that the above quantities of work to be done are approximate only and are intended
principally to serve as a guide in evaluating the bids. All quantities are subject to increase or decrease and are to
be performed at the unit prices stipulated herein.
6. It is understood that the schedule of minimum wage rates, as established by the Secretary of Labor and included
in the Specifications, are to govern on this project, and the undersigned certifies that he has examined this
schedule of wage rates and that the prices bid are based on such established wage rates.
7. The bidder shall make good faith efforts, as defined in Appendix A of 49 CFR Part 26, Regulations of the Office
of the Secretary of Transportation, to subcontract zero (0%) percent of the dollar value of the prime contract to
small business concerns owned and controlled by socially and economically disadvantaged individuals (DBE).
Individuals who are rebuttably presumed to be socially and economically disadvantaged include women, Blacks,
Hispanics, Native Americans, Asian -Pacific Americans, and Asian -Indian Americans. The apparent successful
competitor will be required to submit information concerning the DBE's that will participate in the contract. The
information will include the name and address of each DBE, a description of the work to be performed by each
named firm, and the dollar value of the contract. If the bidder fails to achieve the contract goal stated herein, it
will be required to provide documentation demonstrating that it made good faith efforts in attempting to do so. In
the event that the apparent successful competitor for this solicitation qualified as a DBE, the contract goal shall
be deemed to have been met. A bid that fails to meet these requirements will be considered nonresponsive.
8. The undersigned certifies that he does not maintain or provide for his employees any segregated facilities at any
of his establishments, and that he does not permit his employees to perform their services at any location, under
his control, where segregated facilities are maintained. The undersigned certifies further that he will not maintain
or provide for his employees any segregated facilities at any of his establishments, and that he will not permit his
employees to perform their services at any location, under his control, where segregated facilities are maintained.
The undersigned agrees that a breach of this certification is a violation of the equal opportunity clause in this
contract. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas,
restrooms and washrooms, restaurants and other eating areas, timeclocks, locker rooms and other storage or
dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing
facilities provided for employees which are segregated by explicit directive or are in fact segregated on the basis
of race, color, religion, or national origin, because of habit, local custom, or any other reason. The undersigned
agrees that (except where he has obtained identical certifications from proposed subcontractors for specific time
periods) he will obtain identical certifications from proposed subcontractors prior to the award of subcontracts
exceeding $10,000 which are not exempt from the provisions of the equal opportunity clause, and that he will
retain such certifications in his files.
9. The undersigned agrees, upon written notice of the acceptance of this bid, within ninety (90) days after the
opening of the bids, that he will execute the Contract in accordance with the bid as accepted and give Contract
(Performance and Payment) bond on attached forms within fifteen (15) days after the prescribed forms are
presented for signature.
10. The undersigned understands, award of contract is contingent upon receipt of project funding from the Federal
Aviation Administration. If funding is not received, bid bonds will be returned to all bidders and the project will
be postponed.
11. The undersigned further agrees that if awarded the Contract, he will commence the work within ten (10) calendar
days after the receipt of a "Notice to Proceed" and that he will substantially complete all work according to the
terms of the entire contract within ninety (180) calendar days from the date established in the Notice to Proceed.
An extension of time may be allowed when extra or additional work is ordered by the Engineer.
12. The undersigned agrees that within 30 days after award of this contract, the Contractor/Subcontractor shall file a
compliance report (Standard Form 100) if s/he has not submitted a complete compliance report within 12 months
proceeding the date of award. This report is required if the Contractor/Subcontractor meets all of the following
conditions:
a. Contractors/Subcontractors are not exempt based on 41 CFR 60-1,5.
b. Has 50 or more employees.
FAA AIP 3-19-0094-054 (CARES DEV)
P-3 Waterloo Regional Airport
AECOM Project #60675091 Improve Terminal Building - HVAC-CCTV
Revised Per Addendum No. 1-12/13/2022
c. Is a prime contractor or first tier subcontractor.
d. There is a contract, subcontract, or purchase order amounting to $50,000 or more.
13. To satisfy Clear Air and Water Pollution Control Requirements on all Construction Contracts and Subcontracts
exceeding $100,000.00 Contractors and Subcontractors agree:
a. That any facility to be used in the performance of the Contract or to benefit from the Contract is not listed on
the Environmental Protection Agency (EPA) List of Violating Facilities.
b. To comply with all the requirements of Section 306 of the Clean Air Act (42 USC 1857(h)), and Section 508
of the Clean Water Act (33 USC 1368), Executive Order 11738, and Environmental Protection Regulations
(40 CFR Part (15)).
c. That as a condition for award of a Contract he shall notify the awarding official of the receipt of any
communication from EPA indicating that a facility to be utilized for performance of or benefit from the
Contract is under consideration to be listed on the EPA List of Violating Facilities.
d. To include or cause to be included in any Contract or Subcontract which exceeds $100,000.00 the
aforementioned criteria and requirements.
14. The contractor, by submission of this offer and/or execution of a contract, certifies that it:
a. is not owned or controlled by one or more citizens or nationals of a foreign country included in the list of
countries that discriminate against U.S. firms published by the Office of the United States trade
Representative (USTR).
b. has not knowingly entered into any contract or subcontract for this project with a contractor that is a citizen
or national of a foreign country on said list or is owned or controlled directly or indirectly by one or more
citizens or nationals of a foreign country on said list.
c. has not procured any product nor subcontracted for the supply of any product for use on the project that is
produced in a foreign country on said list.
Unless the restrictions of this clause are waived by the Secretary of Transportation in accordance with
49 CFR 30.17, no contract shall be awarded to a contractor or subcontractor who is unable to certify to the above.
If the contractor knowingly procures or subcontracts for the supply of any product or service of a foreign country
on the said list for use on the project, the Federal Aviation Administration may direct, through the sponsor,
cancellation of the contract at no cost to the Government.
Further, the contractor agrees that, if awarded a contract resulting from this solicitation, it will incorporate this
provision for certification without modification in each contract and in all lower tier subcontracts. The contractor
may rely upon the certification of a prospective subcontractor unless it has knowledge that the certification is
erroneous.
The contractor shall provide immediate written notice to the sponsor if the contractor learns that its certification
or that of a subcontractor was erroneous when submitted or has become erroneous by reason of changed
circumstances. The subcontractor agrees to provide immediate written notice to the contractor, if at any time it
learns that its certification was erroneous by reason of changed circumstances.
This certification is a material representation of fact upon which reliance was placed when making the award. If
it is later determined that the contractor or subcontractor knowingly rendered an erroneous certification, the
Federal Aviation Administration may direct, through the sponsor, cancellation of the contract or subcontract for
default at no cost to the Government.
Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to
render, in good faith, the certification required by this provision. The knowledge and information of a contractor
FAA AIP 3-19-0094-054 (CARES DEV)
P-4 Waterloo Regional Airport
AECOM Project #60675091 Improve Terminal Building - HVAC-CCTV
Revised Per Addendum No. 1-12/13/2022
is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business
dealings.
This certification concerns a matter within the jurisdiction of an agency of the United States of America and the
making of a false, fictitious, or fraudulent certification may render the maker subject to prosecution under
Title 18, United States Code, Section 1001.
15. The bidder/offeror certifies, by submission of this proposal or acceptance of this contract, that neither it nor its
principals are 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 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.
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
FAA AIP 3-19-0094-054 (CARES DEV)
P-5 Waterloo Regional Airport
AECOM Project #60675091 Improve Terminal Building - HVAC-CCTV
Revised Per Addendum No. 1-12/13/2022
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 Workplace, Act of 1988.
a. By submission of this offer, the offeror, if other than an individual, who is making an offer that equals or
exceeds $25,000, certifies and agrees that with respect to all employees of the offeror to be employed under
a contract resulting from this solicitation, it will --no later than 30 calendar days after contract award (unless
a longer period is agreed to in writing, for contracts of 30 calendar days or more performance duration;) or as
soon as possible for contracts of less than 30 calendar days performance duration, but in any case, by a date
prior to when performance is expected to be completed--
(1) Publish a statement notifying such employees that the unlawful manufacturer, distribution, dispensing,
possession, or use of a controlled substance is prohibited in the Contractor's workplace and specifying
the actions that will be taken against employees for violations of such prohibition.
(2) Establish an on -going drug -free awareness program to inform such employees about --
(a) The dangers of drug abuse in the workplace.
(b) The Contractor's policy of maintaining a drug -free workplace.
(c) Any available drug counseling, rehabilitation, and employee assistance programs; and
(d) The penalties that may be imposed upon employees for drug abuse violations occurring in the
workplace.
Provide all employees engaged in performance of the contract with a copy of the statement required by
subparagraph a. (1) of this provision.
(4) Notify such employees in writing in the statement required by subparagraph a.(1) of this provision that,
as a condition of continued employment on the contract resulting from this solicitation, the employee
will--
(3)
(5)
(a) Abide by the terms of the statement; and
(b) Notify the employer in writing of the employee's conviction under a criminal drug statute for a
violation occurring in the workplace no later than 5 calendar days after such conviction.
Notify the Contracting Officer in writing within 10 calendar days after receiving notice under
subdivision a. (4) (b) of this provision, from an employee or otherwise receiving actual notice of such
conviction. The notice shall include the position title of the employee; and
(6) Within 30 calendar days after receiving notice under subdivision a.(4)(b) of this provision of a
conviction, take one of the following actions with respect to any employee who is convicted of a drug
abuse violation occurring in the workplace.
(a) Take appropriate personnel action against such employee, up to and including termination; or
(b) Require such employee to satisfactorily participate in a drug abuse assistance or rehabilitation
program approved for such purposes by a Federal, State, or local health, law enforcement, or
other appropriate agency.
(7) Make a good faith effort to maintain a drug -free workplace through implementation of subparagraphs
a. (1) through a. (6) of this provision.
b. By submission of its offer, the offeror, if an individual who is making an offer of any dollar value, certifies
and agrees that other offeror will not engage in the unlawful manufacture, distribution, dispensing,
FAA AIP 3-19-0094-054 (CARES DEV)
P-6 Waterloo Regional Airport
AECOM Project #60675091 Improve Terminal Building - HVAC-CCTV
Revised Per Addendum No. 1-12/13/2022
possession, or use of a controlled substance in the performance of the contract resulting from this
solicitation.
c. Failure of the offeror to provide the certification required by paragraphs a. or b. of this provision, renders the
offeror unqualified and ineligible for award. [See FAR 9.104-1(g) and 19.602-1a.(2)(a)].
d. In addition to other remedies available to the Government, the certification in paragraphs a. or b. of this
provision concerns a matter within the jurisdiction of an agency of the United States and the making of a
false, fictitious, or fraudulent certification may render the maker subject to prosecution under title 18, United
States Code, Section 1001.
25. Attachment to This Bid. The following documents are attached to and made a part of this Bid:
a. Bid Guaranty in the form of
b. Non -Collusion Affidavit of Prime Bidder.
c. Statement of Intent — Non -Discrimination and Equal Opportunity Statement.
d. Buy American Certification Statement.
e. Bidder's Information Sheet.
f. Synopsis of Experience Record. (IDOT Certification may be substituted.)
g. Completed DBE forms "Utilization Statement" and "Letter of Intent."
26. The Bidder shall indicate whether the bid is submitted by a/an:
❑ Individual, Sole Proprietorship
❑ Partnership
O Corporation
O Joint -venture: all parties must join -in and execute all documents
❑ Other
Respectfully submitted,
Bidder
By
Signature
Title
Address
(Include Zip Code)
Telephone No.
FAA AIP 3-19-0094-054 (CARES DEV)
P-7 Waterloo Regional Airport
AECOM Project #60675091 Improve Terminal Building - HVAC-CCTV