Loading...
HomeMy WebLinkAboutWoodruff Construction11111110 Bid of Woodruff Construction for Pave ARFF Parking Lot Waterloo, Iowa, FAAAIP 3-19-0094-055 (CARES DEV) POSTED PURSUANT TO THE PROVISIONS OF CHAPTER 26 OF THE CITY CODE OF IOWA BID for: Pave ARFF Parking Lot City of Waterloo 715 Mulberry Street Waterloo, IA 50703 LETTING DATE: DECEMBER 15, 2022 WOODRUFF CONSTRUCTION Contents: _ Bid Form t %aSee4ri'j .1%tr NcM.attusi rIi fetaav;4- 64*(t vmeh+ o F 1 v7 k- B «ai` ' 1717 Falls Avenue J Waterloo, IA j 50701 54A.cois nF £x pa-rC eevt ek. Iowa Contractor #: C097864 flee Utr f ctakivn4+44 /Letietr OF l ial k- J • IL? Y T•rfq PROPOSAL FORM FOR PAVE ARFF PARKING LOT FAA AIP 3-19-0094-055 (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 I owa , a Partnership consisting of the following partners: John Ma 1 l e n , 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 Pave ARFF Parking Lot -- FAA AIP 3-19-0094-055 (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 project for the improvements at the Waterloo Regional Airport, Waterloo, Iowa, FAA 3-19-0094-055 (CARES DEV), Pave ARFF Parking Lot consists of 1,206 square yards of paved parking lot located between Hangar No. 4 and the ARFF Station alongside updates to existing utilities. This project includes removal and replacement of a storm intake and pipe; replacement of bollards; installation of loop detectors, access card reader and associated electrical circuits; installation and initial maintenance of sod, erosion control measures to be maintained during construction. The purpose of this project is to r eplace the gravel lot with a paved lot to allow for better snow removal and provide a parking area for both Hangar No. 4 and the ARFF Station. 3. The undersigned, in compliance with your Invitation for Bids dated 11 / 0 3 / 2 0 2 2 , hereby proposes to do the work called for in said Contract and Specifications and shown on said Plans and Addendum Nos. 1 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 3-19-0094-055 (CARES DEV) P-1 Waterloo Regional Airport AECOM Project 1160675091 Pave ARFF Parking Lot ITEMIZED PROPOSAL WATERLOO REGIONAL AIRPORT WATERLOO, IOWA PROJECT: • PAVE ARFF PARKING LOT FAA AIP PROJECT NO. 3-19-0094-055 (CARES DEV) ITEM NO. SPEC. NO. DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE BID TOTAL PRICE BID 1 2101-2713090 EXCAVATION, CLASS 13, WASTE CY 600.0 $ 'L'� .Q tP k $ 1'3 l 23lp . 00 2 2105-8425005 TOPSOIL, FURNISH AND SPREAD CY 25.0 $ lAbm.1 $ 1 bl Lc, . 00 3 2115-0100000 MODIFIED SUBBASE CY 200.0 $ $ %3 la%.bt* • it\ 1 $ 4500.00 $ t 00 tip $ $ •q4 4 2301-1033070 STANDARD PORTLAND PAVEMENT, DURABILITY, OR CEMENT CLASS 7 SLIP IN. FORM C, CONCRETE CLASS 3 SY 1206.0 5 2435-0251110 INTAKE, SW-511 EA 1.0 $ IA p 0 $ Li (e2' Cj5.00 6 2503-0111012 STORM TRENCHED, POLYETHYLENE SEWER HIGH GRAVITY PIPE DENSITY (HDPE), MAIN, 12 IN. LF 5.0 $ 1.y5C,, 1110 ,tin $ 681 .00 7 2510-6750600 REMOVAL UTILITY ACCESSES OF INTAKES AND EA 1.0 $ 6$ i , oD $ 9E0. 00 8 2511-7526004 SIDEWALK, P.C. CONCRETE, 4 IN. SY 18.0 $ (At,, . % $ 1 ql , 0Z 9 2519-3760000 ENTRANCE BOLLARD EA 2.0 $ t , 50 $ 2 01 . 00 10 2523-0000200 ELECTRICAL CIRCUITS LF 70.0 $ 1l)1/) ?ca •1)1 $ ti110' ‘ .10 11 2525-0000200 LOOP DETECTORS EA 2.0 $ t 11 Lit -00 $ 3 toi ca 00 12 2533-4980005 MOBILIZATION EA 1.0 $251431.31 $ .00 , $ 2-51437.3-7 $ 51 j (o$ . cro 13 2599-9999005 ACCESS INSTALLATION CARD READER EA 1.0slices 14 2601-2639010 SODDING SQ 11.0 $ to 0.1.1 $ 3 in .11 15 2601-2643110 WATERING DITCH PROTECTION CONTROL, FOR SOD, OR SLOPE SPECIAL GAL 6600.0 $ XL 1 $ in, 00 16 2602-0000530 GRATE BAG INTAKE SEDIMENT FILTER EA 2.0 $ in. $ Wb5.00 17 2602-0000540 MAINTENANCE SEDIMENT FILTER OF BAG GRATE INTAKE EA 2.0 $ %1 100 $ n14.00 18 2602-0000550 REMOVAL SEDIMENT OF FILTER GRATE BAG INTAKE EA 2.0 $ Cal t� $ I l 'l . 0 Q 19 2602-0010010 MOBILIZATIONS, CONTROL EROSION EA 2 0 $ t .00 $ Ma • 0� 20 2602-0010020 MOBILIZATIONS, EROSION CONTROL EMERGENCY EA 1.0 $ I $� . OO $ Mc. 00 4. It is the Airport's intention to evaluate bids reviewing both the total Bid. The Airport reserves the right to award the contract based on the Total Bid only or the Base Bid plus Add Alternate Bid Option. 5. The undersigned understands that the above quantities of work to be done are approximate only and are intended principally to serve as a guide in evaluating the bids. All quantities are subject to increase or decrease and ate 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 eight and four tenths (8.4%) percent of the dollar value FAA AIP 3-19-0094-055 (CARES DEV) AECOM Project #60675091 P-2 Waterloo Regional Airport Pave ARFF Parking Lot 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 looms, 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 under signed fui then 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 (90) calendar days fiom the date established in the Notice to Proceed. An extension of time may be allowed when extra or additional work is ordered by the Engineer. 12. The undersigned agrees that within 30 days after award of this contract, the Contractor/Subcontractor shall file a compliance report (Standard Form 100) if s/he has not submitted a complete compliance report within 12 months proceeding the date of award. This report is required if the Contractor/Subcontractor meets all of the following conditions: a. Contractors/Subcontractors are not exempt based on 41 CFR 60-1,5. b. Has 50 or more employees. c. Is a prime contractor or first tier subcontractor. d. There is a contract, subcontract, or purchase order amounting to $50,000 or more. 13. To satisfy Clear Air and Water Pollution Control Requirements on all Construction Contracts and Subcontracts exceeding $100,000.00 Contractors and Subcontractors agree: FAA AIP 3-19-0094-055 (CARES DEV) P-3 Waterloo Regional Airport AECOM Project 1160675091 Pave ARFF Parking Lot 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 Piotection 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 requii ements. 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 of nationals of a foreign country on said list; c. has not procured any product nor subcontracted for the supply of any product for use on the project that is produced in a foreign country on said list. Unless the restrictions of this clause are waived by the Secretary of Transportation in accordance with 49 CFR 30.17, no contract shall be awarded to a contractor or subcontractor who is unable to certify to the above. If the contractor knowingly procures or subcontracts for the supply of any product or service of a foreign country on the said list for use on the project, the Federal Aviation Administration may direct, through the sponsor, cancellation of the contract at no cost to the Government. Further, the contractor agrees that, if awarded a contract resulting from this solicitation, it will incorporate this provision for certification without modification in each contract and in all lower tier subcontracts. The contractor may rely upon the certification of a prospective subcontractor unless it has knowledge that the certification is erroneous. The contractor shall provide immediate written notice to the sponsor if the contractor learns that its certification or that of a subcontractor was erroneous when submitted or has become erroneous by reason of changed circumstances. The subcontractor agrees to provide immediate written notice to the contractor, if at any time it learns that its certification was erroneous by reason of changed circumstances. This certification is a material representation of fact upon which reliance was placed when making the award. If it is later determined that the contractor or subcontractor knowingly rendered an erroneous certification, the Federal Aviation Administration may direct, through the sponsor, cancellation of the contract or subcontract for default at no cost to the Government. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by this provision. The knowledge and information of a contractor is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. This certification concerns a matter within the jurisdiction of an agency of the United States of America and the making of a false, fictitious, or fraudulent certification may render the maker subject to prosecution under Title 18, United States Code, Section 1001. FAA AIP 3-19-0094-055 (CARES DEV) P-4 Waterloo Regional Airport AECOM Project #60675091 Pave ARFF Parking Lot 15. The bidder/offeror certifies, by submission of this proposal or acceptance of this contract, that neither it nor its piincipals 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 tiei 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, film 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 of attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a member of Congress in Congress in connection with the making of any Federal grant and the amendment or modification of any Federal grant. b. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer of 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 mote than $200,000 foi each such failure. 23. BUY AMERICAN CERTIFICATE (Title 49 U.S.C. Chapter 501) FAA AIP 3-19-0094-055 (CARES DEV) P-5 Waterloo Regional Airport AECOM Project #60675091 Pave ARFF Parking Lot 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 work place; (b) The Contractor's policy of maintaining a drug -free work place; (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 work place; Provide all employees engaged in performance of the contract with a copy of the statement required by subparagraph a.(1) of this provision; (4) Notify such employees in writing in the statement required by subparagraph a.(1) of this provision that, as a condition of continued employment on the contract resulting from this solicitation, the employee will -- (a) Abide by the terms of the statement; and (b) Notify the employer in writing of the employee's conviction under a criminal drug statute for a violation occurring in the workplace no later than 5 calendar days after such conviction; Notify the Contracting Officer in writing within 10 calendar days after receiving notice under subdivision a.(4) (b) of this provision, from an employee or otherwise receiving actual notice of such conviction. The notice shall include the position title of the employee; and (6) Within 30 calendar days after receiving notice under subdivision a.(4)(b) of this provision of a conviction, take one of the following actions with respect to any employee who is convicted of a drug abuse violation occurring in the work place; (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. As a condition of bid responsiveness, the bidder must how it intend to comply with the Buy American preferences established under Title 49 U.S.C. Section 50101. Bidder must complete the attached Buy American certification. If the bidder requests a permissible waiver to the Buy America requirements, the Bidder identified as with the successful bid must submit a formal waiver request and component cost calculation within the prescribed time identified on the Buy America certification. 24. Drug Free Work Place, Act of 1988. a. By submission of this offer, the offeror, if other than an individual, who is making an offer that equals or exceeds $25,000, certifies and agrees that with respect to all employees of the offeror to be employed under a contract resulting from this solicitation, it will --no later than 30 calendar days after contract award (unless a longer period is agreed to in writing, for contracts of 30 calendar days or more performance duration;) or as soon as possible for contracts of less than 30 calendar days performance duration, but in any case, by a date prior to when performance is expected to be completed-- (1) (3) (5) (7) Make a good faith effort to maintain a drug -free workplace through implementation of subparagraphs a.(1) through a.(6) of this provision. b. By submission of its offer, the offeror, if an individual who is making an offer of any dollar value, certifies and agrees that other offeror will not engage in the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance in the performance of the conttact resulting from this solicitation. c. Failure of the offeror to provide the certification required by paragraphs a. or b. of this provision, renders the offeroi unqualified and ineligible for award. [See FAR 9.104-1(g) and 19.602-1 a.(2)(a)]. FAA AIP 3-19-0094-055 (CARES DEV) P-6 Waterloo Regional Airport AECOM Project #60675091 Pave ARFF Parking Lot 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 Bid Bond b. Non -Collusion Affidavit of Prime Bidder. c. Statement of Intent — Non -Discrimination and Equal Opportunity Statement. d. Buy American Certification Statement. e. Bidder's Information Sheet. f. Synopsis of Experience Record. (IDOT Certification may be substituted.) g. Completed DBE forms "Utilization Statement" and "Letter of Intent." 26. The Bidder shall indicate whether the bid is submitted by a/an: ❑ Individual, Sole Proprietorship ❑ Partnership ® Coiporation ❑ Joint -venture: all parties must join -in and execute all documents ❑ Other Respectfully submitted, By Signature John Mallen, NE Region President Title Corporate Office: 1890 Kountry Lane, Fort Dodge, IA 50501 Bidding Office: 1717 Falls Avenue, Waterloo, IA 50701 Address *given above* (Include Zip Code) Corporate Office: 515-576-1118 Bidding Office: 319-233-3349 Telephone No. FAA AIP 3-19-0094-055 (CARES DEV) P-7 Waterloo Regional Airport AECOM Project 1160675091 Pave ARFF Parking Lot BID BOND KNOW ALL MEN BY THESE PRESENTS, that we Woodruff Construction, Inc. asPrincipal,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 December 15 ,20 22 for Pave ARFF Parking Lot at the Waterloo Regional Airport, Waterloo, Iowa, FAA AIP 3-19-0094-055 (CARES DEV). 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 fiurnishing 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 Ownei may accept such bid or execute such Contract; and said Surety does hereby waive notice of any such extension. IN WITNESS WHEREOF, the Principal and the Surety, have hereunto set their hands and seals, and such of them as are corporations, have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers this 9th day of December , A.D., 2022. 1 CC ttAdu Witne' ' acyVenn Principal By w� (Title/ - o h Mei Win Ne titre Nes/cleafi oodruff Construction, Inc. N A (Seal) S By Lr (Attorney -In -Fact) Dione R Liberty Mutual Insurance Company (Seal) FAA AIP 3-19-0094-055 (CARES DEV) AECOM Project 460675091 P-8 Waterloo Regional Airport Pave ARFF Parking Lot Liberty Mutual. SURETY This Power of Attomey Iinits 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. Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: That The Olio Casualty Insurance Corrpany is a corporation curly organized trier the Iays of the State of New Harrlhslte, that Liberty (Virtual Insurance Conpary is a corporation duty ogar>ized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation thy organized under the laws of the State of Irxdana (herein collectively called the 'Companies), ptrswrt to and by authority herein set forth does hereby mrre, constitute and appoint, Anne Crowner, Brian M. Deimerly, Cindy Bennett, Craig E. Hansen, Dione R. Y oung, J ay D. Freiermuth, Seth D. Rooker, Stacie Christensen, Stacy Venn, Tim McCulloh Certificate No: 8205943-190056 all of the city of Waukee state of _ IA each individually if there be more than one nanrect its true and lawful attorney -in -fact to rrake, execute, seal, acknotAledge and deliver, for arch on its behalf as surety and as its act and deed, ary and all undertaiirgs, bonds, recogrizarces and other surety obligations, in pursuance of these presents and shall be as bincirg upon the Corrpanies as if they have been duly signed by the president and attested bj the secretary of the Corrpanies in their cm proper persons. V; a QomEL) eid c O 0 - a�> _-o c'� COo O S_ aj O O O c� oily ID-0 VI (la cy o c 1-) o03 -O >, = u 03c > d) o3 Z IN WITNESS \hIE REOF, this PoAer of Attorney has been subscribed by an authorized officer or official of the Corrpanies and the corporate seals of the Corrpanies have been affixed thereto this 13th day of July , 2021 . By: State of PENINSYLVAMA County of MONTGOME RY ss On this 13th clay of J my , 2021 before rre personally appeared David M Carey, who acknoAledged hirrEelf to be the Assistant Secretary of Liberty (Virtual Insurance Conpary, The Ofio Casualty Conpary, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instlurrent for the purposes therein contained by signing on behalf of the corporations by Ih rrself as a duly authorized officer. IN WITNESS WHE REOF, I have (hereunto subscribed my name and affixed rry notarial seal at Kirg of Prussia, Perrnylvarya, on the day and year first abate written Liberty Mutual Insurance Corrpany The Ohio Casualty Insurance Company WestAmerican Insurance Company David M Carey, Assistant Secretary Commonsealth of Pennsylvania - Notary Seal Teresa Pastella, Notary Pub!:c Montgomery County My commission expres March 28, 2025 Commission number 1126044 Member, Pennsylvana Association of Notaries By: iPtaij eresa Pasrella Notary Public eresa Pastella, Notary Public This Paner of Attorney is made and executed pursuant to and by authority of the fc IoAirg By-lavts and Authaizalions of The Oho Casualty Insurance Corrpary, Liberty (virtual Insurance Corrpary, and West American Insurance ConparryMich resolutions are now in full force and effect reacir>g as folks: ARTICLE N " OFFICERS: Section 12. PaAerofAttorney. Any officer or other official of the Corporation authorized for that purpose in wrftirg by the Chairman or the Presiders and subject to such ,irritation as the Chairman or the President may prescribe, shall appoint such attorneys -in -fact as rray be necessary to act in behalf of the Corporation to crake, execute, seal, acknoAledge and deliver as surety any and all undertakings, bonds, recogrizances and other surety obligations. Such attorneys in -fact su l ect to the linitatiahs set forth in their respective pcmers of attorney, shall have full prAer to bird the Corporation IN their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed such instnrents shall be as btrxirg as if signed by the President and attested to by the Secretary. Any paver or authority granted to any representative or attorney -in -fact under the previsions of this article may be revoked at ary time by the Board tie Chairs an, the President or by the officer or officers grantirg such poAer or authority. ARTICLE XIII - Execution of Contracts: Section 5. Surety Bonds and Undertakings. Any officer of the Corrpary authorized for that purpose in writing by the chain' an or the president and surbject to such limitations as the chainran or the president rray prescribe, shall appoint such attorneys -in -fact as rray be necessary to act in behalf of the Conpany to n-ake, execute, seal, acknoAledge and delrver as surety any and all undertakings, bonds, recognzances and other surety obligations. Such attorneys -in -fact subject to the Iinitatiorts set forth in their respective posers of attorney, shall have full poser to bird the Corrpary by their signature and executor of any such instrurrergs and to attach thereto the seal of the Corrpary. When so executed such instnrments shall be as binding as if signed by the presiders and attested by the secretary. Certificate of Designation - The President of the Conpary, actirg 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 rrake, execute, seal, acknmAledge and deliver as surety any and all undertakings, bonds, recognzanes and other surety obligations. Authorization - By Lrhanirrvus consent of tte Corrpanys Board of Directors, the Company consents that facsimile or rrechanvcally reprock.rced signature of any assistant secretary of the Conpary, wherever appearing upon a certified copy of any paver of attorney issued by the Corrpary in correction with surety bands, shall be valid and Urxbrg upon the Corrpary with the sarre force art' effect as though rrarxully affixed I, Renee C. Llev\ellyr, the undersigned Assistant Secretary, The Ohio Casualty Insurance Conpary, Liberty Mutual Insurance Company, and West American Insurance Corrpary do hereby certify that the original potter of attorney of which the foregoirg is a full, true and correct copy of the Paner of Attorney executed by said Conparyes, is in full face and effect and has not been revoked IN TESTIMONY WHEREOF, I have hereunto set my hard and affixed the seals of said Companies this 9th a) o 'C U Cr• C C E o 0 tv >cc Q� 0_CO O >+— N (a E O 4) Q �0 O � (V �co O co , 0 or- c(o ro— 7:3 C6 c U o a) coL LL Q clay of December , 2022 By: Sleciadatis Renee C. Llewellyn, Assistant Secretary L.MS-12873 LMiC OCiC WAiC Multi Co 0221 CERTIFICATION REGARDING ABILITY TO OBTAIN REQUIRED INSURANCE CERTIFICATION BY BIDDER'S INSURANCE AGENT/BROKER REGARDING BIDDER'S ABILITY TO OBTAIN REQUIRED INSURANCE COVERAGE AND ENDORSEMENTS hereby certify that my client, as identified below, will be able to meet all of the insurance requirements of Attachment B, has been advised of any additional costs associated with doing so, and has agreed to obtain such coverage and endorsements if selected as the successful bidder of the RFB to which my client has responded: Pave ARFF Parking Lot Project Name and Number: Waterloo, Iowa, FAA AIP 3-19-0094-055 (CARES DEV) Legal Name of Bidder: Woodruff Construction, Inc. Name/Address of Insurance Agency: Holmes Murphy & Associates, LLC 2727 Grand Prairie Parkway Waukee, IA 50263 Phone: 515-223-6910 Fax: 515-221-8711 Email: dburrows@holmesmurphy.com Name of Agent/Broker (Print): Debra L. Burrows Signature of Agent/Broker: Date of Signature: 12/15/2022 ARFF Parking Lot SYNOPSIS OF EXPERIENCE RECORD (This synopsis must accompany Proposal Form.) Name of Bidder Woodruff Construction Business Address 1717 Falls Ave. Waterloo, IA 50702 Individual ( ) Partnership ( ) Corporation (0 (Check One.) Construction successfully completed within past five years similar in size, scope, and difficulty of construction to the work bid upon. I 2 3 4 5 Name of Owner Name of Location of Amount of Project Project Contract State of Iowa DPS P09 Parking Lot Cedar Falls, IA $183,500.00 Marshalltown Co Marshalltown Company Parking Lot Marshalltown, IA Marshalltown Co Marshalltown Company Phase 2 Paving Number of Contract Days Allowed for Above Projects 1 153 days (includes shutdown for winter) 2 50 days 3 30 days 4 5 (Signed) (By (TITLE) Date John Mallen $334,500.00 Marshalltown, IA $540,000.00 Actual Number of Days to Complete above Project 153 days (includes shutdown for winter) 47 days 32 days Woodruff Construction, Inc. Name of Company NE Region President December 15, 2022 FAA AIP 3-19-0094-054 (CARES DEV) P-I3 Improve "Terminal Building - I-IVAC/CCTV Proposal Form Waterloo Regional Airport - 6067509 I NON -COLLUSION AFFIDAVIT OF PRIME BIDDER State of Iowa ) Black Hawk )ss County of ) John Mal len , being first duly sworn, deposes and says that: (1) He is (Owner, Partner, Officer Woodruff Construction, Inc. (2) He is fully informed respecting the preparation and circumstances respecting such bid; (3) Such bid is genuine and is not a collusive or sham bid; Representative, or Agent) of , the Bidder that has submitted the attached Bid: contents of the attached bid and of all pertinent (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, represe tatives, owners, employees, or parties in interest, including this affiant. (Signed) Title J: n Mallen, NE Re• ion President Subscribed and sworn to before me this l5th day of December , 202 2 Administrative Assistant My Commission Expires October 25 , 202 5 FAA AIP 3-19-0094-055 (CARES DEV) P-9 Waterloo Regional Airport AECOM Project 1160675091 Pave ARFF Parking Lot STATEMENT OF INTENT NONDISCRIMINATION AND EQUAL OPPORTUNITY STATEMENT The Contractor does hereby certify to the Waterloo Regional Airport, that no person shall, in any way, be favored or discriminated against because of his race, political or religious opinions and affiliations, national origins, sex, age, sexual orientation, gender identity, disability, color, creed, marital status, employee union or association membership or office herein. If selected as the successful bidder, this contractor hereby agrees to file either a nondiscrimination and equal opportunity statement and/or an Affirmative Action Program. Improvements to the Waterloo Regional Airport consisting of Pave ARFF Parking Lot FAA AIP Project No. 3-19-0094-055 (CARES DEV) Woodruff Construction, Inc. John Mallen MPANY EXECUTIVE OFFICER Sara Orr, Human Resources Director AFFIRMATIVE ACTION OFFICER ADDRESS OF THE AFFIRMATIVE ACTION OFFICER 1920 Philadelphia Street Suite 102 Ames, IA 50010 PHONE NUMBER 515-232-4535 FAA AIP 3-19-0094-055 (CARES DEV) P-11 Waterloo Regional Airport AECOM Project #60675091 Pave ARFF Parking Lot BIDDER'S INFORMA1'ION SHEET A. BIDDER'S CAPACITY: (Check One) I. Individual ❑ 2. Co -Partnership 0 3. Corporation B. (IF ITEM 2 IS CHECKED, COMPLETE THE FOLLOWING) State of Names and Addresses of Partners 2. 3. 4. 5. C. (IF ITEM 3 IS CHECKED, COMPLETE THE FOLLOWING) State of Incorporation Iowa Names and Addresses of Officers: President Don Woodruf f Secretary Sara Orr Treasurer Eric Monahan FAA AIP 3-19-0094-055 (CARES DEV) P-12 Waterloo Regional Airport AECOM Project #60675091 Pave ARFF Parking Lot UTILIZATION STATEMENT Disadvantage Business Enterprise 'I'he undersigned bidder/offeror has satisfied the requirements of the bid specification in the following manner. (Please mark the approp; fate box) ❑ The bidder/offeror is committed to a minimum of 8.4% DBE utilization on this contract. The bidder/offeror, while unable to meet the DBE goal of %.a %, hereby commits to a minimum of t\,1p % DBE utilization on this contract and also submits documentation, as an attachment demonstrating good faith efforts (GFE). The undersigned hereby further assures that the information included herein is taste 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. Woodruff Construction, Inc. Bidder's/Offeror's rm Name Sign .rc 12/15/2022 Date DBE UTILIZATION SUMMARY Contract Amount DBE Amount Contract Percentage DBE Prime Contractor $ef x 1.00 = $ 6 DBE Subcontractor $ 11011400 x 1.00 = $ DBE Supplier x 0.60 = $ DBE Manufacturer $ x 1.00 = $ Total Amount DBE $ DBE Goal $ 0 IA AD Note: If the total proposed DBE participation is less than the established DBE goal, Bidder must provide written documentation of the good faith efforts as required by 49 CFR Part 26. FAA AIP 3-19-0094-055 (CARES DEV) AECOM Project 460675091 P-14 Waterloo Regional Airport Pave ARFF Parking Lot Bidder/Offer DBE Firm: DBE Contact Person: LETTER OF INTENT Disadvantage Business Enterprise (This page shall be submitted for each DBE feint) Name: Woodruff Construction, Inc. Address: 1717 Falls Ave City: Waterloo State: IA Zip: 50701 DBE Firm: Pcv Address: 30 110 City: • 10! gr47Ctel:.e.,� edetvay9Qvc State: /4 Zip: Name: &4 Cat 2* Phone: 50'17 DBE Certifying Agency: Expiration Date: Each DBE Firm shall submit evidence (such (rs a photocopy) of their certification status. Prime Contractor El Subcontractor ❑ Joint Venture Manufacturer ❑ Supplier Classification: • to Work be performed DBE item(s) by Description of Work Item Quantity Total 4 >ea atiake 2t✓LteA " " "� The bidder/offeror is committed to utilizing the above -named DBE firm for the work described above. The estimated participation is as follows: DBE contract amount: S Percent of total contract: AFFIRMATION• The above -named DBE firm affirms that it will perform the portion of the contract for the estimated dollar value as stated above. By: Si nature) John Mallen, NE Re (Title) ion President 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 Affix oration shall be null and void. FAA AIP 3-19-0094-055 (CARES DEV) P-15 Waterloo Regional Airport AECOM Project 1160675091 Pave ARFF Parking Lot Bidder/Offer DBE Firm: DBE Contact Person: LETTER OF INTENT Disadvantage Business Enterprise (This page shall be submitted for each DBEjinn) Name: Woodruff Construction, Inc Address: 1717 Falls Ave City:_ Waterloo DBE Firm: Liri()I-M Address:.3040 Got City: Car Idc- m 7 15rOule DBE Certifying Agency: �e�Qc.r l �j'(,(�/" crFci fen Expiration Date:/1/4 JJJ Each DBE Firm shall suhnrit evidence (such as a photocopy) of their certification status. State: IA Zip: 5 0 7 01 S'pect4 Jt Lt.c (Jl tv� State 49% Zip: SMALL Classification: Name: lJ Prime Contractor Manufacturer ■ Phone: (9) Z ubcontractor Supplier • Joint Venture to Work be performed DBE item(s) by , Description ofWork Item Quantity Total �j��L 1�9 V1]LF Soft(,,)'' t1V Li 'I t ' 1•Z • 5100 R- tif7A C ex, Ri f t_ 46, If 2,--A. iuh 74 /; 5 The bidder/offeror is committed to utilizing the above -named DBE finn 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 dollar value as stated above. By: (Signature) (Title) Note: In the ev t 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 3-19-0094-055 (CARES DEV) P- I AECOM Project 460675091 Waterloo Regional Airport Pave ARFF Parking Lot !, in) Cl .-. < n po (G n. -. 0I • O el, raj o' CD Cr 0 Gs o O CD re 0 g Es et UQ p • Go 0 in, o E. frt.) rt. the Cr Si w a FIT e2, a b N ro 14. X cc, 5 Ce CIA Q 0� • 0.4 • 0 0-4 c) 0 1-64 co CD iTJ 44 0 C7‘cx a,„ P A, • a C7 (D f l 0 Ft CD O 4 ag r+ O vD O as Parking Lot Specialties, LLC This Certifies That C/1 CIA rati- n erg CD 0 "" P (4) . rnr—Lre 0 0 ci) `7Y o ll� r-P Parking Lot Specialties LC 3040 Gateway Drive Carlisle, IA 50047 (515) 262-1155 http://www.parkinglotspecialties.com Estimate ADDRESS Woodruff Construction, LLC 1920 Philadelphia St Suite 102 Ames, IA 50010 Parking n Lot SPECIALTIES ESTIMATE # 15976 DATE 12/12/2022 JOB NAME/ADDRESS Waterloo Airport ARFF DATE ACTIVITY QTY AMOUNT Joint Sealing add to your ITEM #4 7 Inch PCC 1206 SY at $2.85 per SY Resaw green saw joints with walk behind saw. Clean all dirt, dust and debris from joints. Installation of closed cell backer rod followed by hot -applied, single component sealant. Expansion Joint Sealing Polyure add to your ITEM #4 7 Inch PCC 385 LF estimated at $7.00 per LF Remove all debris from expansion joints, final cleaning performed by using our high-pressure, dry compressed air. Then install cold -applied two component limestone polyurethane at the same time as the above joint sealing. 385 LF is estimated. General Contractor to verify quantity. Note that joints for expansion are 1 inch wide. Mobilization ITEM # 12 Mobilization Add $1895 for each additional Mobilization. 1 is anticipated This quote excludes any chamferring of the green saw joints. This quote excludes any pavement markings. None shown We are a DBE certified by the Iowa Department of transportation 1,206 3,437.10 385 2,695.00 1 1,895.00 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 Offerer must complete, sign, date, and submit this certification statement with their proposal. The Bidder or Offerer 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". IS, The Bidder or Offerer 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 Offerer agrees: 1. To provide to the Owner evidence that documents the source and origin of the steel and manufactured product. 2. To faithfully comply with providing US domestic product. 3. To furnish US domestic product for any waiver request that the FAA rejects. 4. To refrain from seeking a waiver request after establishment of the contract, unless extenuating circumstances emerge that the FAA determines justified. ❑ The Bidder or Offerer 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 Offerer with the apparent low bid agrees: 1. To the submit to the Owner within 15 calendar days of the bid opening, a formal waiver request and required documentation that support the type of waiver being requested. 2. That failure to submit the required documentation within the specified timeframe is cause for a non -responsive determination may result in rejection of the proposal. 3. To faithfully comply with providing US domestic products at or above the approved US domestic content percentage as approved by the FAA. 4. To refrain from seeking a waiver request after establishment of the contract, unless extenuating circumstances emerge that the FAA determines justified. Required Documentation Type 3 Waiver - The cost of the item components and subcomponents produced in the United States is more that 60% of the cost of all components and subcomponents of the "item". The required documentation for a type 3 waiver is: a) Listing of all product components and subcomponents that are not comprised of 100% US domestic content (Excludes products listed on the FAA Nationwide Buy American Waivers Issued listing and products excluded by Federal Acquisition Regulation Subpart 25.108; FAA AIP 3-19-0094-055 (CARES DEV) P-16 Waterloo Regional Airport AECOM Project #60675091 Pave ARFF Parking Lot products of unknown origin must be considered as non -domestic products in their entirety). Cost of non -domestic components and subcomponents, excluding labor costs associated with final assembly at place of manufacture. b) 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. December 15, 2022 Date Woodruff Construction, Inc. Company Name 7 gnature John Mallen, NE Region President Title FAA AIP 3-19-0094-055 (CARES DEV) P-17 Waterloo Regional Airport AECOM Project #60675091 Pave ARM? Parking Lot 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 Section 50101(b)(1) Waiver: The bidder may not request a waiver based upon the best interests of the public. The FAA Office of Airports publishes such waivers at: http://www.faa.gov/airports/aip/procurement/federal_contract_provisions/media/buy_american waiver.xls Section 50101(b)(2) Waiver: The bidder may not request a waiver based upon insufficient supply of U.S. manufactured. The FAA Office of Airports publishes such waivers at: http://www. faa.gov/airports/aip/procurement/federal_contract_prov isions/media/buy_american_waiver.xls Section 50101(b)(3) Waiver: The bidder may request a waiver if 60% or more of the components are produced in the United States and final assembly occurs in the U.S. Bidder is hereby advised that the Owner's approval with the bidder's waiver request is contingent upon FAA approval. 1. "Equipment" in Section 50101 shall mean the following: a) Individual type "L" items (Airfield Lighting Equipment) as listed in FAA Advisory Circular 150/5345-53. b) Individual bid items as established within FAA Advisory Circular 150/5370-10. The bid item application may not be applied for the type "L" items listed in AC 150/5345-53. c) A waiver request may only address one specific equipment item. Submit separate requests for each equipment item for which a waiver. d) Items listed under the Nationwide Waiver do not require further review. Please refer to the following webpage: http://www.faa.gov/airports/aip/procurement/federal_contract_provisions/media/buy_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 AIP-funded "equipment" must be within the USA (Section 50101(b)(3)(B)). Final assembly is the substantial transformation of the components and subcomponents into the end product. 5. All steel used in the "Equipment" must be produced in the United States. 6. The Buy American requirements apply to all tier contractors and subcontractors. All contractors/subcontractors are required to provide appropriate documentation that indicates origin of manufacturer and percentage of domestic made product. 7. The bidder is hereby advised there is no implied or expressed guarantee that a requested waiver will be issued by the Federal Aviation Administration (FAA). Less than 60% USA component/subcomponent proposed for this facility CANNOT be waived. Products made with foreign steel are not eligible for a waiver. 8. North America Free Trade Act (NAFTA): Free Trade Agreements such as NAFTA do not apply to the AIP. Products and material made in Canada or Mexico must be considered as foreign made products. Preparation of a Component Cost Calculation Table is not necessary for equipment listed on the FAA national listing: http://www.faa.gov/airports/aip/procurement/federal_contract_provisions/media/buy_american waiver.xls. Bidder however shall submit a listing of any equipment it proposes to install on the project that is included on the National Buy American conformance list. Instructions for Section 50101(b)(4) Waiver: 1. The bidder may request a waiver if application of Buy America preferences results in a 25% cost increase in the overall project. This waiver is rarely applicable. Consult the Owner before making this request. FAA AIP 3-19-0094-055 (CARES DEV) AECOM Project #60675091 P-18 Waterloo Regional Airport Pave ARFF Parking Lot Sal too ;••1 Q .O 11 ao O AO Pcs 11 . rt-t COMPONENT COST CALCULATION TABLE (Type 3 Waiver) • • Submit separate calculation for each different equipment types. Do not combine the component cost An authorised person shall attest under signature and date that the submitted information is accurate and complete. • • • Equipment Type: Sum of US Manufactured Component/Subcomponent Costs: Place of Final Assembly: Certification Si 0 ZA 4) i-+ 03 4-1 ch Aa �Va 40 2.4 4-' a+.•a to O 1>a d to V) 714 40 44) PO ctS a) 4-6 .44 4-0 .0 •O PO �},r1 W v y ▪ •04 cn el Cr 1C vs (1.) • +'.1 sOD s. .7 .- r • :14 cl O • •Vr d 40.4 6-4 O co 0 V •MK t co ice-+ V O fat A 4.) W 1, V co 0 ') •� O • u 4) a) • 4 coo I hereby certify the above information is accurate and complete. CN N ri t--1 U H Woodruff Construction, ( JQ'u&a-e G Sivt, %-krael tit,vo-NA otAJ)cuLeiL • Buy America Conformance Listing Title 49 U.S.0 Section 50101 (b) For Airfield Development Projects funded under the Airport Improvement Program • Preparation of a Component Cost Calculation 'fable is not necessary for equipment listed on the FAA national lisli►tg: http://www.faa.gov/aitporis/aip/procurement//ederal contract_provisions/media/btn' american st'aiverth • 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. Name of Nlauufacturer Certification Signature: Bidder hereby certifies that the above listed equipment, which we propose for installation on the subject project, are on the current National Buy America Conformance list as established at: http://www.faa.gov/airports/aip/procurement/federal contract provisions/media/buy american waiver.xls I hereby certify the above information is accurate and complete. Woodruff Construction, Inc. 12/15/2022 Bidder's Fiun Fonte Date Sig�tattire FAA AIP 3-19-0094-055 (CARES DEV) P-20 Waterloo Regional Airport AECOM Project /160675091 Pave ARFF Parking Lot