Loading...
HomeMy WebLinkAboutWoodruff ConstructionBid of Woodruff Construction for Improve Terminal Building (Upgrade HVAC System Controls and Install Security System) 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: Improve Terminal Building HVAC & Security System Install City of Waterloo 715 Mulberry Street Waterloo, IA 50703 LETTING DATE: DECEMBER 15, 2022 WOODRUFF CONSTRUCTION Contents: _ Bid Form tiNclNon Ca LA 5 re , a S, J S w t4t4- op- t vi fent — -"'e`er" 1/1 cede 1 1717 Falls Avenue Waterloo, IA 50701 `t`ms cKo& Iowa Contractor #: C097864 ►DBc i l+�;l;zeb st cF (vt{-e CM" V 4 CLERKS '1 4 5 2022 P41 a 49:E� Revised Per Addendum No. 2 - 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) A'I' THE WATERLOO REGIONAL AIRPORT WATERLOO, IOWA Waterloo Regional Airport 2790 Livingston Lane Waterloo, IA 50703 Gentlemen: 1. The undersigned, being a Corporation existing under the laws of the State of Iowa , a Partnership consisting of the following partners: John Mali e n , having familiarized (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 Conti ols 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 poi tions 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 ftom the airport. 3. The undersigned, in compliance with your Invitation for Bids dated Novenlbei 4, 2022, hereby proposes to do the work called for in said Contract and Specifications and shown on said Plans and Addendum Nos. 1 & 2 and to furnish all materials, tools, labor and all appliances and appurtenances necessary for the said work at the following rates and pi ices: FAA AIP 3-19-0094-054 (CARES DEV) P-1 Waterloo Regional Airport AECOM Project #60675091 Improve Terminal Building - HVAC-CCTV Revised Per Addendum No. 2 - 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 PRICE BID TOTAL PRICE BID BASE BID 1 UPGRADE SYSTEM THE EXISTING HVAC DDC LS 1 $ ��� \5�� •1ALk $ ' 1 "t�� �5VI • LW 1 2 APPLY SCHEDULES HVAC TO DDC SYSTEM MODES LS 1 $ !,3 , °t $ , ?,3$.�� 3 RESET AHU OUTDOOR AIR DAMPERS LS 1 $ b • SO $ VOCI , C.0 4 ADD PUMP A PREHEAT COIL CIRCULATING AHU-3, AHU- EA 5 $101011 $ E AND AHU �2 'AHU-2, • cl 50 %GS , (4 5 ADD A SUPPLY AIR DIFFUSER TO e 5 ROOM 207 LS 1 $ It (I N . $ (l 0'7 s • fC 6 TAB HVAC SYSTEM LS 1 $ tOt�i� •b0 $ OtHg� .00 7 INDOOR CCTV CAMERAS EA 24 $ 1 3S • Ny $ l-� b02 . S co 8 OUTDOOR PLUS HARDWARE 4 LENS CCTV CAMERAS EA 9 $ 211i0. 00 $ 2 l 5)83o • 00 9 OUTDOOR PLUS HARDWARE BULLET CCTV CAMERAS EA 3 $ 2I1112.4g $ $ 1221 .44 10 OUTDOOR PLUS HARDWARE 1 LENS CCTV CAMERA EA 1 $ (' co% . 30 $ II (0052. • 30 11 POE SWITCHES EA 2 $ Jil • pp $ qqg • 00 12 EQUIPMENT GROUNDING RACK, UPS AND EA I $ kits( 0 011. 4n• $ 16, 00 . 9 S 13 CCTV SERVER AND LICENSES LS 1 $ col Li 142 . (ci $ GM2 .11 14 CAT 6 CABLE LF 9000 $ 3, tel $ 1,16 111 Q . OQ 15 ANTENNAS EA 2 $ t140%!IA $ In%00 • V2 16 120 VOLT POWER CIRCUITS EA 5 $ 3 Iq51 • 0 $ L1,110• 9) 17 RE TSA -ZONE TRAINING AND ADD ROOM VAV UNIT FOR LS I S ((l 65t • V1 , 11 '�* Z� g REPLACE TEMPERATURE HVAC SYSTEM SENSOR OUTDOOR LS 1 S WAWAO SO1 5 (Q (off •CO FOR AHU-E 1 LS 1 $ 19 REPLACE PREHEAT COIL `� 11� • �-� �0� t,� .en TOTAL BASE BID $ 'j 051100n • o0 BID ALTERNATE NO. 1 A-1 BID ALTERNATE - DUCT CLEANING LS 1 $ 11t•00 $ Z2160 •00 TOTAL BID ALTERNATE NO. 1 $ fl ' r . OD TOTAL BASE BID + BID ALTERNATE NO. 1 $19 1 . OD-, 1 GO1 ,150. 00 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. 2 - 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 pei formed 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 conti ol, 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 subconti acts 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 finding 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 1160675091 Improve Terminal Building - 11VAC-CCTV Revised Per Addendum No. 2 - 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 con actor 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 cei tification 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 ertoneous 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 - FIVAC-CCTV Revised Per Addendum No. 2 - 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 pr incipals are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntat ily 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 firnds 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. 2 - 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 foi drug abuse violations occurring in the workplace. Provide all employees engaged in performance of the contract with a copy of the statement required by subparagtaph a. (1) of this provision. (4) Notify such employees in writing in the statement required by subparagtaph a.(1) of this provision that, as a condition of continued employment on the contract resulting from this solicitation, the employee will-- (3) (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 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 1160675091 Improve Terminal Building - HVAC-CCTV Revised Per Addendum No. 2 - 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 19.602-1 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 i ender 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 Corporation ❑ Joint -venture: all parties must join -in and execute all documents ❑ Other Respectfully submitted, By Signature John Mallen, NE Region President Title Bidding Office: 1717 Falls Ave, Waterloo, IA 50701 Corporate Office: 1890 Kountry Lane, Fort Dodge, IA 50501 Address *given above* (Include Zip Code) Bidding Office: 319-233-3349 Corporate Office: 515-576-1118 Telephone No. • FAA AIP 3-19-0094-054 (CARES DEV) P-7 Waterloo Regional Airport AECOM Project fl60675091 Improve "Terminal Building - HVAC-CCTV BID BOND KNOW ALL MEN BY THESE PRESENTS, that we Woodruff Construction, Inc. 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 December 15 , 2022, for Improve Terminal Building (Upgrade HVAC System Controls and Install Security System) at the Waterloo Regional Airport, Waterloo, Iowa, FAA AIP 3-19-0094-054 (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 furnishing materials in connection therewith and shall in all other respects perfoitn 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 Ownet 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 12th day of December , A.D., 2022. Principal By (Title) Conn Mc•, \Vitt) t N G Woodruff Construction, Inc. Surety By (Attorney-In-F Stacy Venn Liberty Mutual Insurance Company 0 r -Es- (sail) NI Pc (Seal) FAA AIP 3-19-0094-054 (CARES DEV) Proposal Form P-8 Improve Terminal Building - HVAC/CCTV Waterloo Regional Airport - 60675091 Liberty Mutual. SURETY This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Corrpany 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 Ohio Casualty Insirrarce Conpary is a corporation duty organized under the laves of the State of Niew Hampshire, that Liberty Ritual Insurance Corrpary is a corporation day organized under the lays of the State of Massachusetts, and West Arrerican Insurance Corrpary is a corporation duly organized under the laws of the State of Indiana (herein collectively called the Corrparjies), pursuant to and by authority herein set forth, does hereby rorre, constitute and appoint, A nne 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 inctividualy if there be nrore than one named its true and lawful attomey-in-fact to crake, execute, seal, acknoAledige and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizarces and other surety obligations, in txusuarxe of these presents and shall be as Iirxing upon the Companies as if they have been ckdy signed by the president and attested by the secretary of the Corrp)anies in their own proper persons. 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 the 13th day of July , 2021 . By: State of PENNSYLVANIA County of MONTGOME RY ss On this 13th day of J my , 2021 before rre personally appeared David M Carey, who acknowledged hrrself to be the Assistant Secretary of Liberty M.rtual Insurance Conpamy, The Ohio Casualty Company, and West American Insurance Corrpany, and that he, as such being authorized so to do, execute the foregoing instrurrent for the purposes therein contained by signing on behalf of the corporations Ly hrrseif as a dilly authorized officer. IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at King of Prussia, Perrsylvania, on the day and year first above written Liberty M.rtual Insurance Co rpamy The Otto Casualty Insurance Company West American Inst.rance Company „id David M Carey, Assistant Secretary Commonwealth of Pennsylvania - Notary Seal Teresa Pastella, Notary Pubc Montgomery County My commission expires March 28, 2025 Commission number 1126044 Member, Pennsylvania Association of Notaries By: Teresa Pastella, Notary Public This Power of Attorney is made and executed pursuant to and by authority of the follonirg By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Muh.tal Insurance Con -parry, and West American Insurance Company wh,ch resolutions are now in foil force and effect reading as follows: ARTICLE N " OFFICERS: Section 12. Power of Attorney. Any officer or other official of the Corporation authorized for that purpose in writirg by the Chairman or the President, and subject to such limitation as the Chaim -an or the President may prescribe, shall appoint suxh attorneys -in -fact as may be necessary to act in behalf of the Corporation to rreke, execute, seal, acknowledge and deliver as surety any and all undertaldrgs, bonds, recognizarces ces and other surety obligations. Such attorneys in -fact subject to the linitations 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 Wien so executed such instnrrents shall be as birxirg 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 provisions of this article Tray be revoked at any time by the Board the Chainmn, the President or by the officer or officers grantirg such paver or authority. ARTICLE XIII - Execution of Contracts: Section 5. Surety Bonds aril Undertakirgs. Any officer of the Conparty authorized for that purpose in witing by the chairmen or the president and subject to such linitatiom as the chairmen or the president may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Conpary to make, execute, seal, acknowledge and deliver as surety any and all undertakings, ngs, Ixxxls, recognzar ces and other surety obligations. Such attorneys -in -fact subject to the limitations set forth in their respective powers of attorney, shall have full paver to bird the Company by their signature and execution of any such instrumrents and to attach thereto the seal of the Corrpary. When so executed such irst u rer is shall be as binding as if signed by the presi&nt and attested by the secretary. Certificate of Designation - The President of the Company, actirg pursuant to the Bylaws of the Corrpany, authorizes David M Carey, Assistant Secretary to appoint such attorneys -in - fact as may be necessary to act on behalf of the Company to crake, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognzances and other surety obligations. Authorization - By unanimous consent of the Corrpanys Board of Directors, the Company consents that facsirrile or mechanically reproduced signature of arty assistant secretary of the Corrpjarty, wherever appearing upon a certified copy of any power of attorney issued tar the Corrpany in connection with surety bonds, shall be valid and bidding upon the Company with the same force and effect as though rren ualy affixed I, Renee C. Llewellyn the undersigned Assistant Secretary, The Ohio Casualty Insurance Company, Liberty (Virtual Irsurarce Company, and West American Insurance Conpary do hereby certiy that the original power of attorney of which the foregdrg is a full, true and correct copy of the Paner of Attorney executed by said Companies, is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set rry hard and affixed the seals of said Companies this 12th day of December , 2022 • to o • C U • 5 RI o- c oc E ca o E1/4ir‘ Qp a.O >+—_ Q) • tt1 c E O co < o 0 C)Off, ' CO co a_co 0(23 cco CO — ca U o a) _0U) O a) LL Q By: Swedemeets, Renee C. Llewellyn Assistant Secretary LMS-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: Project Name and Number: Improve Terminal Building (Upgrade HVAC System Controls and Install Security System Waterloo, Iowa, FAA AIP 3-19-0094-054 (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: Am or,64,44..., Date of Signature: 12/15/2022 NON -COLLUSION AFFIDAVIT OF PRIME BIDDER State of IOWA ) )ss County of BLACK HAWK JOHN MALLEN , being first duly sworn, deposes and says that: (1) He is (Owner, Partne WOODRUFF CONSTRUCTION epresentative, 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 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 of 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, of 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)/�/�l/�/��l/ Title / E REGION PRESIDENT Subscribed and sworn to before me this 15TH day of DECEMBER , 2022 ADMINISTRATIVE ASSISTANT My Commission Expires OCTOBER 25 , 2025 FAA Al? 3-19-0094-054 (CARES DEV) P-9 Improve Terminal Building - HVAC/CCTV Proposal Form Waterloo Regional Airport - 60675091 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 Improve Terminal Building (Upgrade HVAC System Controls and Install Security System) FAA AIP Project No. 3-19-0094-054 (CARES DEV) WOODRUFF CONSTRUCTION, INC. COMPANY JOHN MALLEN, NE" REGION PRESIDENT EXECUTIVE OFFICER SARA ORR, HUMAN RESOURCES MANAGER AFFIRMATIVE ACTION OFFICER ADDRESS OF THE AFFIRMATIVE ACTION OFFICER 1920 PHILADELPHIA STREET #102 AMES, IA 50010 PHONE NUMBER 515-232-4535 FAA AIP 3-19-0094-054 (CARES DEV) P-1 1 Improve 'Terminal Building - I-IVAC/CCTV Proposal Form Waterloo Regional Airport - 60675091 BIDDER'S INFORI'IA'I'ION SIIEE'I' A. BIDDER'S CAPACITY: (Check One) 1. Individual ❑ 2. Co -Partnership ❑ 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 WOODRUFF Secretary SARA ORR Treasurer ERIC MONAHAN FAA A1P 3-19-0094-054 (CARES DEV) P-12 Improve Terminal 13uilding - HVAC/CCI'V Proposal Form Waterloo Regional Airport - 60675091 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) The bidder/offeror is committed to a minimum of O% DBE utilization on this contract. ❑ The bidder/offeror, while unable to meet the DBE goal of %, hereby commits to a minimum of % DBE utilization on this contract and also submits documentation, as an attachment demonstrating good faith efforts (GFE). The undersigned hereby further assures that the information included herein is true and correct, and that the DBE firm(s) listed herein have agreed to perform a commercially useful function in the work items noted for each firm. The undersigned further understands that no changes to this statement may be made without prior approval from the Civil Right Staff of the Federal Aviation Administration. WOODRUFF CONSTRUCTION, INC. Bidder's/Offeror' s rm Name 12/15/2022 Stgt f� JOHN t4ALLEN, NE REGION PRESIDENT Date DBE UTILIZATION SUMMARY Contract Amount DBE Prime Contractor $ DBE Subcontractor $ DBE Supplier $ DBE Manufacturer $ or DBE Amount Contract Percentage x 1.00= $ it)1A x1.00= $ x 0.60 = $ x 1.00= $ Total Amount DBE $ DBE Goal Note: If the total proposed DBE participation is less than the established DBE goal, Bidder must provide written documentation of the good faith efforts as required by 49 CFR Part 26. FAA AIP 3-19-0094-054 (CARES DEV) Proposal Form P-14 Improve Terminal Building - IIVAC/CCTV Waterloo Regional Airport - 60675091 LETTER OF INTENT Disadvantage Business Enterprise (This page shall be submitted for each DBE firm) Bidder/Offer Name: DBE Finn: DBE Contact Person: MP( Address: City: State: Zip: DBE Firm: Address: City: State: Zip: Name: Phone: ( ) DBE Certifying Agency: Expiration Date: Each DBE Finn shall submit evidence (such as a photocopy) of Their certification status. Classification: • • Prime Contractor Manufacturer Subcontractor Supplier Joint Venture to Work be performed DBE item(s) by Description of Work Item Quantity Total l) 0 At 'oos/ u exs 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: $ Percent of total contract: ova 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) 11E RQ,% �r orn tStde,lfur ( 11e) N e: 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 3-19-0094-054 (CARES DEV) Proposal Fonn P-15 Improve Terminal Building - HVAC/CCTV Waterloo Regional Airport - 60675091 HVAC Improvements SYNOPSIS OF EXPERIENCE RECORD (This synopsis Ir1ust accompany Proposal Form.) Name of Bidder Woodruff Construction Business Address 1717 Falls Ave. Waterloo, IA 50702 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 1 Ed -Co CSD 2 Marshalltown Company 3 Edgewood Locker 4 5 Nance of Project Ed -Co CSD HVAC & Ele. Improvements Marshalltown Co Phase 2 HVAC & Low Voltage Edgewood Locker HVAC & Low Voltage Number of Contract Days Allowed for Above Projects 1 94 days 2 175 days 3 300 days 4 5 (Signed) Location of Protect Edgewood, IA Marshalltown, IA Edgewood, IA Amount of Contract $887,080.00 $296,250.00 $646,532.00 Actual Number of Days to Complete above Project 90 days 175 days 292 days Woodruff Construction, Inc. Name of Company (By John Mallen (TITLE) NE Region President Date December 15, 2022 FAA AIP 3-19-0094-054 (CARES DEV) Proposal Form P-13 Improve Terminal Building - HVAC/CCTV Waterloo Regional Airport - 60675091 BUY AMERICAN CERTIFICATION FORM FOR TOTAL FACILITY (Building projects such as Terminal, SRE, ARFF, 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 of the following certification statements These statements are mutually exclusive. Bidder must select one or the other (i.e. 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 products. 3. To refrain from seeking a waiver request after establishment of the contract, unless extenuating circumstances emerge that the FAA determines justified. The Bidder or Offeror hereby certifies it cannot comply with the 100% Buy American Preferences of 49 USC § 50101(a) but may qualify for either a Type III or Type IV waiver under 49 USC § 50101(b). By selecting this certification statement, the apparent Bidder or Offeror with the apparent low bid agrees: 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 results 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 furnish US domestic product for any waiver request that the FAA rejects. 5. To refrain from seeking a waiver request after establishment of the contract, unless extenuating circumstances emerge that the FAA determines justified. 1. Required Documentation Type III Waiver - The cost of components and subcomponents produced in the United States is more that 60% of the cost of all components and subcomponents of the "facility". The required documentation for a Type III waiver is: a) Listing of all manufactured products 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). b) Cost of non -domestic components and subcomponents, excluding labor costs associated with final assembly and installation at project location. FAA AIP 3-19-0094-048 (CARES MNT) P-12 Hangars 1 & 2 Roof Repairs Proposal Fonn Waterloo Regional Airport - 60675091 c) Percentage of non -domestic component and subcomponent cost as compared to total "facility" component and subcomponent costs, excluding labor costs associated with final assembly and installation at project location. Type IV 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 IV 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 Sign . re Title Region President FAA AIP 3-19-0094-048 (CARES IvINT) P-13 Hangars 1 & 2 Roof Repairs Proposal Form Waterloo Regional Airport - 60675091 Buy America Waiver Request Title 49 U.S.C. 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_provisions/mcdi a/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 waives 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_contractj rovisions/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. 9. 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 3-19-0094-048 (CARES MN't') Proposal Form P-14 Hangars 1 & 2 Roof Repairs Waterloo Regional Airport - 60675091 G� Q Bidder's Firm Name b Woodruff Construction, H 0 • ZZOZ/ST/ZT I hereby certify the above information is accurate and complete. 0 tO et (D (D n o o " a' O c< (D (D O rt cn CA co al et. O C O ED t '9 wa sof (IQ 04 y 0 C CA'CSC f3, (D "C 0 p (/) (D n lD n "O O tit A O1-� O CDR. rr • cr i7i Wi 0 Pi aCD et on et CA CD art e co �a to o P y = n y` ¢ A y et- eD et- !s uoUEDIJU-taD W e+ (D Place of Final Assembly: CD "S A CD Itt GO (D O tri ttO 'NOS On AD '—t ttO Nat p o 'Ly (D in 0 C et- ad VJ O A 'c 0 a ft' et H y Sum of US Manufactured Component/Subcomponent Costs: :adif j luawd!nba • • • • • a Ati. .ca- b �. Cr .•-. � p p - go. ` A O O ^ G. G. O b - �. A• A y O O et . A. o ^' o - a- w A c N OOL:In.i. o �•z�o 0-4 a 2 o b b A. A �. Oso: (b A ti tIC n. `? c, fi A ` n a '°$il ^A UQ'ti A_ A A A efis o% b y' n '-1 D o A. n 0 A A. O_ e AAy a to y 1 O A GG. .N^r O A N . , A.• c, t j h A Q N ` O A A. A fi ti ca N ti y cl A. z b " It)A ' Tj g QA. E.N. A . g s O n O A t, A Cr AAN '� ss` A < O' c . n..0 ei A.. y `o A.. ••.p s A A 'I:,O A A n K n n • A ti a o c, a n �. y. y N a o E. `� b A t, b ^. y - Ca 0 w 44. toli tim Cv A. ti c, era f A cr Do not combine the cornponent cost COMPONENT COST CALCULATION TABLE (Type 3 Buy America Conformance Listing Title 49 U.S.C. Section 50101 (b) For Airfield Development Projects funded under the Airport Improvement Program • Preparation ofa Component Cost Calculation Table is not necessmyfor equipment listed on the FAA national listing: http://w;t'%r.%aa.gov/ainparis/aip/procurement/J&/eral contracl_jrovisionshuec/ia/but' funnier!!! %t'ailer.x/s • Bidder shall subunit a listing of equipment it proposes to install on the project that is included on the current National Buy American conformance list. 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/federalcontract provisions/media/buy american waiver.xls I hereby certify the above information is accurate and complete. Woodruff Construction 12/15/2022 Bidder's Firm Name Date Signature FAA AIP 3-19-0094-048 (CARES MNT) P-16 Hangar 1 & 2 Roof Repairs Proposal Form Waterloo Regional Airport - 60675091