HomeMy WebLinkAboutOwen Contracting, Inc.1
iIOWEN
CONTRACTING
OWEN CONTRACTING, INC.
1325 RAIL WAY
CEDAR FALLS, IA 50613
1C/ ?to. /7c7 LAY
9ez-4dokttbri-kz a Xiw A ku2.7#
fis;114 cz-L.� Alk. 3 /9_oe?yo5-4D--263 5/4
AOWEN
CONTRACTING
OWEN CONTRACTING, INC.
1325 RAIL WAY
CEDAR FALLS, IA 50613
)c-7 Vrr7i.0
��..-�Y-iw�� wett
/a-
r� ject Nb. 3 '/? -eA,r - a `'#2, 467 3 8/Z,
•
PROPOSAL FORM
FOR
RECONSTRUCT TAXIWAY A WEST
FAA #3-19-0094-056-2023 BIL
AT THE
WATERLOO REGIONAL AIRPORT
WATERLOO, IOWA
Waterloo Regional Airport
2790 Livingston Lane
Water loo, IA 50703
Gentlemen:
1. The undersigned, being a Corporation existing under the laws of the State of . o Wa. , a Partnership consisting of the
following partners: , having familiarized (himself) (themselves) (itself)
with the existing conditions on the project area affecting the cost of the work, and with all the contract documents listed in
the Table of Contents and Addenda (if any), as prepared by the City Engineer of the City of Waterloo now on file in the
office of the City Clerk, City Hall, Waterloo, Iowa, hereby proposes to furnish all supervision, technical personnel, labor,
materials, machinery, tools, appurtenances, equipment, and services, including utility and transportation services required
to construct and complete this Reconstruct Taxiway A West, FAA #3-19-0094-056 -2023 BIL, 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:
• Reconstruction of Taxiway A south of Taxiway B and east of Runway 18/36 with 7-inch and 12.5-inch Portland
Cement Concrete Pavement with pavement widths varying from 35 foot to 50 foot.
• Removal and replacement of a Section of the 9-inch Portland Cement Concrete in the General Aviation Apron
and replacement including subbase courses.
• Removal and replacement of Taxiway A in this section with Medium Intensity Edge Lights, wiring and conduit
and replacement with new LED Medium Intensity Taxiway Edge Lights, new conduit and wiring, LED Runway
Guatd Lights and LED Guidance Signage
• Subdiain installation along Taxiway A.
• Pavement marking for Taxiway A
3. The undersigned, in compliance with your Invitation for Bids dated 3/7/2 3 , hereby proposes to do the
work called for in said Contract and Specifications and shown on said Plans and Addendum Nos.
and to furnish all materials, tools, labor and all appliances and appurtenances necessary for the
said work at the following rates and prices:
FAA AIP 0-19-00W-056-2023 BIL P-i Waterloo Regional Airport
AECOM Project 1160695167 Reconstruct TaxiwayA West
ITEMIZED PROPOSAL
WATERLOO REGIONAL AIRPORT
WATERLOO, IOWA
PROJECT: RECONSTRUCT TAXIWAY A WEST
FAA #3-19-0094-056-2023 BIL
ITEM
NO.
SPEC.
NO.
DESCRIPTION
UNIT
ESTIMATED
QUANTITY
UNIT
PRICE
BID
TOTAL
PRICE
BID
BASE
BID
1
GP
105
iVEOBILIZATION
DEMOBILIZATION
AND
LS
1
$ 2 V opd,oa
$ 2 er44 ,db
2
GP
50-06
CONSTRUCTION
SURVEY
LS
1
$ .2S000.sce
$ a ot°, ba
3
PLANS
CONSTRUCTION
BARRICADES
LS
1
$ 2o zoo
$ Po obv, ob
4
PLANS
TRAFFIC
CONTROL
LS
1
$
$
%Saud.ab
94c) 413C7 I a b
5
P-101
ASPHALT
PAVEMENT
REMOVAL
SY
18,200
$ 7. So
$ IYe° Go .6ii-
6
1-101
9-INCH
NOMINAL
PCC
REMOVAL
SY
780
g,at)
i2 %.
o0
7
P-101
12-INCH
NOMINAL
PCC
REMOVAL
SY
480
$ 9.ao
$ 326 , ots
8
P-101
12.5-INCH
NOMINAL
PCC
REMOVAL
SY
25
$ 9,od
$ 2 2. C 4)6
9
P-101
FULL
(THICKENED
DEPTH
SAW
EDGE)
CUT
-
6-INCH
PCC
LF
150
$ goo
$ /, 2dab , a b
10
P-101
FULL
DEPTH
SAW
CUT
-
9-INCH
PCC
LF
850
$
$
(THICKENED
EDGE)
g. do
G s
i g6 ad
11
P-
101
FULL
DEPTI
E
SAW
CU'I
-
12-INCH
LF
310
$
$
PCC
(THICKENED
EDGE)
Rat
ygd d a
12
P-101
FULL
DEPTH
SAW
CUT
-
12.5-INCH
LF
400
$ 3.
$ 3/ 2 od �o
PCC
(THICKENED
EDGE)
pp
13
P-101
FULL
PAVEMENT'
DEPTH
1
SAW
CUT
-
ASPHALT
LF
275
$
8do
$ ��2dD . d�
14
P-101
PAVEMENT
MARKING
REMOVAL
SF
8,500
$ y.yo
$ 3 33/4,o.tris
15
P-152
UNCLASSIFIED
EXCAVATION
CY
5,200
$ ) 2 . D 25
$ 2)‘.5 b o
16
P-154
SU1313ASE
COURSE
CY
3,600
$ pa at,$
jg g `�D15, oD
17
P-156
INSTALLATION
AND
REMOVAL
OF
LF
3,800
$
I.70
$ 6.obXS
SILT
FENCE
i/ .
18
P-156
INLET
PROTECTION
EA
4
$ 3 Ste. csa
$ % YDJ . op
19
P-208
6-INCH
AGGREGATE
BASE
COURSE
SY
7,100
$ / I na
$ / L) gp 6, e
20
P-209
6-INCH
CRUSHED
AGGREGATE
SY
3,300
$$
7$59DD.
BASE
COURSE
23. ao
4b
21
P-307
6-INCH
CEMENT
TREATEDSY
2,450
$ SSdd
$
PERMEABLE
BASE
COURSE
/.�'y7 Sep.Dw�
22
P-501
7.0-INCH
PCC
SURFACE
COURSE
SY
6,500
$ S9, ob
$ yen/ S2 4, o2
23
P-501
9.0-INCH
PCC
SURFACE
COURSE
SY
775
$ 2i7 S
$ G 3i 3 <6 2S
24
P-501
12.5-1NCII
PCC
SURFACE
COURSE
SY
2,350
$
$ Cb cis
%fo 75
.2
25
P-619
AIRFIELD
MARKING
(TEMPORARY)
SF
3,800
$ 3•, r
$ /j 47-71,.00
AIRFIELD
MARKING
(YELLOW-
26
P-620
RI:,FLECI'IVE-WATERI
ORNE)•,
SF
3,500
$ 3 S
$ l/ 42 ACao�
27
P-620
AIRFIELD
MARKING
(WHITE;
SF
1,000
$ /S
$ 31 iS��bo
,
REFLECTIVE-WATERBORNE),3.
28
P-620
AIRFIELD
MARKING
(BLACK
-NON-
SF
8,500
$
$ 7 j,av
REFLECTIVE-WATEREORNE)
3. / S
e?�'2
FAA AIP #3-19-0094-056-2023 BIL
AECOM Project 1160695167
P-2
Waterloo Regional Airport
Reconstruct TaxiwayA West
ITEM
NO.
SPEC.
NO.
DESCRIPTION
UNIT
ESTIMATED
QUANTITY
UNIT
PRICE
BID
TOTAL
PRICE
BID
29
P-620
SURFACE
HOLD
MARKER
PAINTED
(RED/WHITE)
RUNWAY
18
f'
36
$
�i3.7S
$ / <'7.,pp
J
REFLECTIVE
MEDIA
(TYPE
I,
30
P-620
LB
300
$
$
GRADATION
A)
3.7c
Z3!d1S
))
31
D-705
6-INCII
PERFORATED
SUBDRAIN
LF
3,825
$
$ 9S4,Z<DD
.2Soo
32
D-705
SUBDRAIN
CLEANOUTS
EA
10
$ id
6,40 bb
$ kin aDb. bo
33
T-901
SEEDING
AC
3
$ /
%.bb
$ t2bb.ov
34
"T-905
THE
STOPSOITE)IL
FURNISI
{ED
FROM
OFF
CY
1,400
$
3s'bi,
$ '99�6, db
35
T-908
MULCHING,
HYDRO
-APPLIED
AC
3
$ i,7ab,
co
$ lob, bjj
36
L-108
NO
CABLE,
8
AWG,
INSTALLED
SKV,
L-824,
IN
TYPE
TRENCH,
C
LF
11,200
$
$ /c/ Zb. oi>
DUC
T
BANK
OR
CONDUCT
3 S
37
L-108
NO.
COUNTERPOISE
IN
BANK
TRENCH,
6
AWG,
OR
IN
BARE
ABOVE
CONDUIT,
WIRE,
COPPER
THE
INSTALLED
INCLUDING
DUCT
LF
4,250
$
l.�'lo
$ lo�2b�bt�
GROUND
CONNECTIONS
RODS
AND
GROUND
CONCRETE
ENCASED
DUCT
BANK,
38
L-1
l0
2-WAY,
4-INCI
I
SCHEDULE
40
PVC
LF
55
$
S ��
$ o? 7p, aa
/�
39
L-110
CONCRETE
4-WAY,
4-INCH
ENCASED
SCI
IEDULE
DUCT
40
BANK,
PVC
LF
60
$
%S�
$ /
t J bD� ��
40
L-1
10
NON
2-INCH
INSTALLED
-CASED
SCHEDULE
IN
ELECTRICAL
TRENCH
40
PVC
CONDUIT,
LF
4,250
$
, 9a
$ olprn. 5' »
41
L-115
ELECTRICAL
HANDHOLE,
2'-0"
BY
2-
EA
4
$
$ g
Sot,.
3 abb, oD
09
42
L-125
REMOVE
ELECTRICAL
HANDHOLES
EA
4
$
13coo
$ 5 9a, ad
43
L-125
REMOVE
DUCT
BANK
LF
280
$
%dp
$
/!/ 2. op, a0
REMOVE
TAXIWAY
EDGE
LIGHT
‘1.-7
44
L-125
AND
GUARD
LIGI
CT
EA
45
$
%
7 <db
$ 51 �p
45
L-125
REMOVE
AND
BASE
AIRFIELD
GUIDANCE
SIGN
EA
5
$
3oD ,bb
$ j �ob.at>
46
L-125
RELOCATE
SIGN
AND
PROVIDE
AIRFIELD
NEW
GUIDANCE
BASE
EA
2
$
/ 72��
$ ��e•��
J b
47
L-125
AIRFIELD
MODULE
GUIDANCE
SIGN,
SIZE
1,
1
EA
2
$
Sj
Sys
$ /`�dt ' ob
•dd
48
L-125
AIRFIELD
GUIDANCE
SIGN,
SIZE
1, 3
EA
1
$
52GCD..aD
$ Goo, a15
MODULE
49
L-125
L-861T(LED)
TAXIWAY
EDGE
LIGI
CT
EA
32
$ i
/75-7ep
$ 377 °fee.
50
L-125
L-804(LED)
GUARD
LIGICI'
ELEVATED
RUNWAY
EA
2
$ 3, j�D,a�
$ ?
/9�'a�
51
PLANS
TIE
DOWN
ANC{
-{ORS
EA
6
$ 4/-)Cad
$ 4
25aoa
TOTAL
BASE
BID
$ a/ iigI
ag C23,75e
ADD
ALTERNATE
1
P-10I
ASPHALT
PAVEMENT
REMOVAL
SY
1,550
$ 6-Ses
$ /oj Z3 7;,6,5
2
P-101
FULL
PAVEMENT
DEPTI
I
SAW
CU"I
- ASPI
IAL`I'
LF
210
$ �. ��
$ / �.
/� w
3
L-125
REMOVE
ELECTRICAL
DUCT
I3ANKS
LF
85
$
$ 3,'rj' *a.
%).Co
be
FAA AIP #3-19-0094-056-2023 BIL
AECOM Project //60695167
P-3
Waterloo Regional Airport
Reconstruct TaxiwayA West
SPEC.
NO.
UNIT
TOTAL BID
PRICE
ITEM
NO.
ESTIWATED
UNIT BID
PRICE
DESCRIPTION
QUANTITY
4
L-125
REMOVE TAXIWAY EDGE LIGHT
ANU GUARD L[GIi'I'
EA 8
$ �7�db
$ /�%D5. OS
5
'['-901
SEEDING
AC 0.1
$ tc4b.tts
$ /t ob
6
TOPSOILING (FURNISHED FROM
OFF 'I'I-IE SITE)
60
$ a /A'�.b�
/
T-905
$ 3�! c�
7
'i'-908
MULCT -ZING, HYDRO -APPLIED
AC 0.1
$ ),7bp,oa
$ I-7o.ao
TOTAL ADD
ALTERNATE
$ / )77D. en
BID PLUS ADD
ALTERNATE
$
TOTAL
BASE
ai s on y93,7,'
4. It is the Airport's intention to evaluate bids reviewing both the Base Bid and Add Alternate Bid. The Airport
has limited funds available and will award only what funding allows. The Airport reserves the right to award
the contract based on the Base Bid only or the Base Bid plus Add Alternate Bid Option.
5. The undersigned understands that the above quantities of work to be done are approximate only and are
intended principally to serve as a guide in evaluating the bids. All quantities are subject to increase or decrease
and are to be performed at the unit prices stipulated herein.
6. It is understood that the schedule of minimum wage rates, as established by the Secretary of Labor and included
in the Specifications, are to govern on this project, and the undersigned certifies that he has examined this
schedule of wage rates and that the prices bid are based on such established wage rates.
7. The bidder shall make good faith efforts, as defined in Appendix A of 49 CFR Part 26, Regulations of the
Office of the Secretary of Transportation, to subcontract eight and four tenths (8.4) 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 conti act goal stated herein, it will be required to provide documentation demonstrating that
it made good faith efforts in attempting to do so. In the event that the apparent successful competitor for this
solicitation qualified as a DBE, the contract goal shall be deemed to have been met. A bid that fails to meet
these requirements will be considered nonresponsive.
8. The undersigned certifies that he does not maintain or provide for his employees any segregated facilities at any
of his establishments, and that he does not permit his employees to perform their services at any location, under
his control, where segregated facilities are maintained. The undersigned certifies further that he will not
maintain or provide for his employees any segregated facilities at any of his establishments, and that he will not
permit his employees to perform their services at any location, under his control, where segregated facilities are
maintained. The undersigned agrees that a breach of this certification is a violation of the equal opportunity
clause in this contract. As used in this certification, the term "segregated facilities" means any waiting rooms,
work areas, restrooms and washrooms, restaurants and other eating areas, timeclocks, locker rooms and other
storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and
housing facilities provided for employees which are segregated by explicit directive or are in fact segregated on
the basis of race, color, religion, or national or igin, 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 cei tilcations 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
FAA MP #3-19-0094-056-2023 BiL P-4 Waterloo Regional Airport
AECOM Project #60695167 Reconstruct TaxiwayA West
(Perfoi mance and Payment) bond on attached forms within fifteen (15) days after the prescribed forms are
presented for signature.
10. The undersigned understands, award of contract is contingent upon receipt of project funding from the Federal
Aviation Administration. if funding is not received, bid bonds will be returned to all bidders and the project
will be postponed.
11. The undersigned further agrees that if awarded the Contract, he will commence the work within ten (10)
calendar days after the receipt of a "Notice to Proceed" and that he will substantially complete all work
according to the terms of the entire contract within one hunch ed-twenty (120) calendar days from the date
established in the Notice to Proceed. Failure to complete within the allotted time will result in assessment of
liquidated damages in the amount of $500.00 per calendar day for each day in excess of the authorized contract
time. In addition, the Runway 18/36 closure for Phase 3 work shall be limited to thirty (30) calendar days.
Failure to complete Phase 3 woi k and re -open Runway 18/36 to traffic within the allotted time will result in
assessment of liquidated damages in the amount of $1,000 per calendar day for each day in excess of the thirty
(30) calendar days allotted in the contract.
12. The undersigned agrees that within 30 days after award of this contract, the Contractor/Subcontractor shall file
a compliance report (Standard Form 100) if s/he has not submitted a complete compliance report within 12
months proceeding the date of award. This report is required if the Contractor/Subcontractor meets all of the
following conditions:
a. Contractors/Subcontractors are not exempt based on 41 CFR 60-1,5.
b. Has 50 or more employees.
c. Is a prime contractor or first tier subcontractor.
d. There is a contract, subcontract, or purchase order amounting to $50,000 or more.
13. To satisfy Clear Air and Water Pollution Control Requirements on all Construction Contracts and Subcontracts
exceeding $100,000.00 Contractors and Subcontractors agree:
a. That any facility to be used in the performance of the Contract or to benefit from the Contract is not listed
on the Environmental Protection Agency (EPA) List of Violating Facilities.
b. To comply with all the requirements of Section 306 of the Clean Air Act (42 USC 1857(h)), and Section
508 of the Clean Water Act (33 USC 1368), Executive Order 11738, and Environmental Protection
Regulations (40 CFR Part (15)).
c. That as a condition for award of a Contract he shall notify the awarding official of the receipt of any
communication from EPA indicating that a facility to be utilized for performance of of 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 conti oiled directly or indirectly by one or more
citizens or nationals of a foreign country on said list;
FAA AIP #3-19-0094-056-2023 BIL P-5 Waterloo Regional Airport
AECOM Project #60695167 Reconstruct TaxiwayA West
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 p► ocures or subcontracts for the supply of any product o► set vice ofa 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 ►esulting 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
o► 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 ofa system ofrecords 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 ofa false, fictitious, or fraudulent certification may render the maker subject to prosecution under Title
18, United States Code, Section 1001.
15. The bidder/offeror certifies, by submission of this proposal or acceptance of this contract, that neither it nor its
principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily
excluded from participation in this transaction by any Federal department or agency. It further agrees by
submitting this proposal that it will include this clause without modification in all lower tier transactions,
solicitations, proposals, contracts, and subcontracts. Where the bidder/offer/contractor or any lower tier
participant is unable to certify this statement, it shall attach an explanation to this solicitation/proposal.
16. As an evidence of good faith in submitting this Proposal, the undersigned encloses bid security in the amount of
five (5) percent of the bid which, in case he refuses or fails to accept an award and to enter into a Contract and
file the required bonds within the prescribed time, shall be forfeited to the Waterloo Regional Airport as
liquidated damages.
17. By entering into this contract, the contractor certifies that neither it (nor he or she) nor any person or firm who
has an interest in the contractor's firm is a person or firm ineligible to be awarded Government contracts by
virtue of section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1).
18. No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government
contract by virtue of section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1).
19. The undersigned hereby declares that the only parties interested in this Proposal are named herein, that this
Proposal is made without collusion with any other person, 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.
FAA All' #3-19-0094-056-2023 1311. P-6 Waterloo Regional Airport
AECON1 Project #60695167 Reconstruct TaxiwayA West
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 withd►awn 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 tesult of the Contractor's employees or his
subcontractor's employees working on behalf of the Contractor on the Owner's project.
22. The undersigned certifies, to the best of his or her knowledge and belief, that:
a. No Federal appropriated funds shall be paid, by or on behalf of the Contractor, to any person for
influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an
officer or employee ofCongress, or an employee of a member ofCongress 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 o► employee of any agency, a member of Congress, an
officer or employee ofCongress, or an employee of a Member ofCongress 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 fot making or entering into this
transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the requited
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 ►equest 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 agtees 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 prim 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
FAA AIP 113-19-0094-056-2023 BIL P-7 Waterloo Regional Airport
AECOM Project #60695167 Reconstruct i'axiwayA West
(3)
(d) The penalties that may be imposed upon employees for drug abuse violations occurring in the
workplace;
Provide all employees engaged in performance of the contract with a copy of the statement required
by subparagraph a.(1) of this provision;
(4) Notify such employees in writing in the statement required by subparagraph a.(1) of this provision
that, as a condition of continued employment on the contract resulting from this solicitation, the
employee will--
(5)
(a) Abide by the terms of the statement; and
(b) Notify the employer in writing of the employee's conviction under a criminal drug statute for a
violation occurring in the workplace no later than 5 calendar days after such conviction;
Notify the Contracting Officer in writing within 10 calendar days after receiving notice under
subdivision a.(4) (b) of this provision, from an employee or otherwise receiving actual notice of such
conviction. The notice shall include the position title of the employee; and
(6) Within 30 calendar days after receiving notice under subdivision a.(4)(b) of this provision of a
conviction, take one of the following actions with respect to any employee who is convicted of a drug
abuse violation occurring in the workplace;
(7)
(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.
Make a good faith effort to maintain a drug -free workplace through implementation of subparagraphs
a.(1) through a.(6) of this provision.
b. By submission of its offer, the offeror, if an individual who is making an offer of any dollar value, certifies
and agrees that other offeror will not engage in the unlawful manufacture, distribution, dispensing,
possession, or use of a controlled substance in the performance of the contract resulting from this
solicitation.
c. Failure of the offeror to provide the certification required by paragraphs a. or b. of this provision, renders
the offeror unqualified and ineligible for award. [See FAR 9.104-1(g) and 19.602-1a.(2)(a)].
d. In addition to other remedies available to the Government, the certification in paragraphs a. or b. of this
provision concerns a matter within the jurisdiction of an agency of the United States and the making of a
false, fictitious, or fraudulent certification may render the maker subject to prosecution under title 18,
United States Code, Section 1001.
25. Attachment to This Bid. The following documents are attached to and made a part of this Bid:
a. Bid Guaranty in the form of 8 i 4 'Btond
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."
FAA AIP #3-19-0094-056-2023 BiL P-8 Waterloo Regional Airport
AECOM Project H60695167 Reconstruct TaxiwayA West
26. The Bidder shall indicate whether the bid is submitted by a/an:
❑ Individual, Sole Proprietorship
❑ Partnership
L2z Corporation
❑ Joint -venture: all parties must join -in and execute all documents
❑ Other
Respectfully submitted,
By
Bidder
Signature
Title
132s (P. J Way
AddreCs
eciar dal(, A Co�I3
(Include Zip Code)
319-277--3�0�
Telephone No.
FAA AIP t13-19-0094-056-2023 I3IL P-9 Waterloo Regional Airport
AECOM Project 860695167 Reconstruct TaxiwayA West
NON -COLLUSION AFFIDAVIT OF PRIME BIDDER
State of 1 o via
County of $I a e k Hawk
e i O wEI/
(1) He is
)ss
, being first duly sworn, deposes and says that:
Owner Partner e ' resentative or A ! ent
OW eh Cahif ra mil; hiSh .
(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;
of
, the Bidder that has submitted the attached Bid:
(4) Neither the said Bidder nor any of its officers, partners, owners, agents, representatives, employees or parties in
interest, including this affiant, has in any way colluded, conspired, connived or agreed, directly or indirectly, with any
other Bidder, firm or person to submit a collusive or sham bid in connection with the Contract for which the attached bid
has been submitted or to refrain from bidding in connection with such Contract, or has in any manner, directly or
indirectly, sought by agreement or collusion or communication or conference with any other Bidder, firm or person to fix
the price or prices in the attached bid or of any other Bidder, or, to fix any overhead, profit or cost element of the bid price
or the bid price of any other Bidder, or to secure through any collusion, conspiracy, connivance, or unlawful agreement
any advantage against the City of Waterloo, Iowa, or any person interested in the proposed Contract; and
(5) The price or prices quoted in the attached bid are fair and proper and are not tainted by any collusion,
conspiracy, connivance or unlawful agreement on the part of the Bidder or any of its agents, representatives, owners,
employees, or parties in interest, including this affiant.
(Signed)
Title l r'ei,ie hi"
Subscribed and sworn to before me
this %/ day of r\na.,rC-h , 20Z3
Title
My Commission Expires 9 - Z 2 , 20 *1
COLLEEN A LILLY
COMMISSION NO. 834605
MY.COMMISSION EXPIRES
•
FAA AIP #3-19-0094-056-2023 131L
AECOM Project #60695167
P-11 Waterloo Regional Airport
Reconstruct "1'axiwayA West
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
Reconstruct Taxiway A West
FAA #3-19-0094-056-2023 BIL
0We- h COsitiertia��`ift4.
Joe, OWch
0 Wg.h
COMPANY
EXECUTIVE OFFICER
AFFIRMATIVE ACTION OFFICER
ADDRESS OF THE AFFIRMATIVE ACTION OFFICER
1325-- 2*(2;1 Wax
Cr /is rA 5O4,3
PHONE NUMBER 3 / 9 27 7 -- 5°
FAA AIP #3-19-0094-056-2023 1311. P-I3 Waterloo Regional Airport
AECOM Project #60695167 Reconstruct TaxiwayA West
BIDDER'S INFORMATION SHEET
A. BIDDER'S CAPACITY: (Check One)
1. Individual 0
2. Co -Partnership 0
3. Corporation 9
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 Zo 14/4
Names and Addresses of Officers:
President roe noveh 1 Z5` Siie/f y Lrie eecicr % Hs/ =4 So 413
Secretary
Treasurer
FAA A1P ##3-19-0094-056-2023 BIL P-14 Waterloo Regional Airport
AECOM Project #60695167 Reconstruct TaxiwayA West
SYNOPSIS OF' EXPERIENCE RECORD
(This synopsis must accompany Proposal Form.)
Name of Bidder O jA/eri
Business Address / 32. ; / W y eecdQr to//s)A 5 613
Individual ( ) Partnership ( ) Corporation ((Check One.)
Construction successfully completed within past five years similar in size, scope, and difficulty of construction to the
work bid upon.
Name of Owner
Name of Location of Amount of
Project Project Contract
See. .c Wae/el getbrecci o- X7.3-4
2
3
4
5
eft enze 5�471ehie471
Number of Contract Days Actual Number of Days to
Allowed for Above Projects Complete above Project
I
2
3
4
5
(Signed)
(By)
0 We hq
(TITLE) sr re S;
Date 3/3a/2 3
z1,
Name of Company
FAA AIP #3-I9-0094-056-2023 BIL
AECOM Project #60695167
P-I5 Waterloo Regional Airport
Reconstruct "I'axiwayA West
RECORD OF PAST EXPERIENCE
(Continued)
Project Owner or Engineer Project No., and Date,
Phone No. of Reference
Location
(Bridge, PCC, ACC, Eroding Patching, Erosion, Etc.
Include quanties for ACC, PCC, and Grading)
Dollar Value
YR 2020
FRED ROSE LC
319-266-1110
RABO AGRIFINANCE
CEDAR FALLS, IA
PCC 5,555 SY
$110,763
CITY OF DENVER
319-984-5642
DENVER STATE STREET
DENVER, IA
PCC 256 SY
$94,419
PETERSON CONTRACTORS, INC.
319-345-2713
US 63 SIDEWALK & UNDERPASS
HUDSON, IA
PCC 1,674 SY
$69,573
KOELKER EXCAVATING
319-373-2287
CEDAR VALLEY CROSSING
WATERLOO, IA
PCC 4,650 SY
$176,565
PETERSON CONTRACTORS, INC.
319-345-2713
WATERLOO, IA
PCC 23,145 SY, C&G 662 LF
$1,134,750
UNIVERSITY AVENUE PHASE II
PETERSON CONTRACTORS, INC.
319-345-2713
CEDAR FALLS W 1ST STREET
CEDAR FALLS, IA
PCC 20,074 SY
$1,094,735
CEDAR FALLS, IA
PCC 6,037 SY
$216,358
DAVE SCHMITT CONSTRUCTION
319-365 8669
PRAIRIE WINDS 5TH ADDITION
CITY OF WATERLOO
319-266-2621
DYSART ROAD & WEST 2ND
WATERLOO, IA
PCC 2,492 SY
$520,207
JB HOLLAND CONSTRUCTION
563-382-2901
WAVERLY AIRPORT
WAVERLY, IA
PCC SY, C&G LF
$239,850
PETERS CONSTRUCTION CO.
319-236-2003
NEW ALDAYA TERRACES
CEDAR FALLS, IA
PCC 7,216 SY
$259,362
CITY OF CEDAR FALLS 319-
273-8600
CEDAR FALLS DOWNTOWN STREETSCAPE
CEDAR FALLS, IA
PCC 4,149 SY, C&G 279 LF
$2,311,845
PETERSON CONTRACTORS, INC.
319-345-2713
12TH STREET RECONSTRUCTION
CEDAR FALLS, IA
PCC 6,539 SY
$280,831
PETERSON CONTRACTORS, INC.
319-345-2713
CEDAR FALLS STREET RECON 2020
CEDAR FALLS, IA
PCC 10,723 SY, C&G 3,207 LF
$606,741
PETERSON CONTRACTORS, INC.
319-345-2713
UNIVERSITY AVENUE PHASE III
WATERLOO, IA
PCC 28,066 SY
$1,454,528
SKOGMAN HOMES
319-277-7862
ARBORS 4TH ADDITION
CEDAR FALLS, IA
PCC 7,304 SY
$248,914
BENTON'S SAND & GRAVEL
319-266-2621
CF PERMEABLE ALLEY 2020
CEDAR FALLS, IA
PCC 1,304 SY, C&G 75 LF
$91,689
BAKER ENTERPRISES
319-352-2193
WAVERLY 20TH ST NW IMPROVEMENTS
WAVERLY, IA
PCC 4,626 SY
$212,625
UNIVERSITY OF NORTHERN IOWA
319-273-2611
UNI INSTITUTIONAL ROADS 2020
UNI,
CEDAR FALLS, IA
PCC 2,668 SY
$198,762
Page 1
RECORD OF PAST EXPERIENCE
(Continued)
Project Owner or Engineer Project No., and Date,
Phone No. of Reference
Location
(Bridge, PCC, ACC, Grading Patching, Erosion, Etc.
Include quonties for ACC, PCC, and Grading)
Dollar Value
CITYOFCF
319 273 8600
CF DOWNTOWN STREETSCAPE II
CEDAR FALLS, IA
PCC 3,487 SY; SIDEWALK 132 SY; DRIVEWAY
164 SY
$1,469,693
VIETH
319-277-1006
JOHN DEERE PAVEMENT RENOVATIONS
WATERLOO, IA
PCC 14,753 SY
$577,639
PETERSON CONTRACTORS INC
319-345-2713
COMMERCIAL-KATOSKI-HAWKEYE TURN LANE
WATERLOO, IA
PCC 19,031 SY
$940,323
PETERSON CONTRACTORS INC
319-345-2713
CEDAR FALLS STREET CONSTRUCTION 2021
CEDAR FALLS, IA
PCC 16,134 SY; C&G 1,686 SY
$1,013,659
CEDAR FALLS, IA
PCC 2,247 SY
$401,003
UNIVERSITY OF NORTHERN IOWA
319-273-2611
UNI INSTITUTIONAL ROADS 2021
STEEGE CONSTRUCTION
MOWREY FARMS SUBDIVISION
JANESVILLE, IA
PCC 4,610 SY
$140,178
CEDAR FALLS, IA
PCC 4,433; C&G 142 SY
$301,582
UNIVERSITY OF NORTHERN IOWA3
19-273-2611
UNI FACILITIES MGT NO PARKING LOT PHS II
PETERSON CONTRACTORS INC
319-345-2713
WATERLOO, IA
PCC 8,635 SY
$494,825
SHAULIS RD RECONSTRUCTION
VIETH
319-277-1006
UNI 27th St CORRIDOR SITE WORK
CEDAR FALLS, IA
PCC SIDEWALK, PLANTER WALLS & RETAINING
WALLS 140 SY
$82,012
PETERSON CONTRACTORS INC
319-345-2713
CEDAR HEIGHTS DRIVE
CEDAR FALLS, IA
PCC 10,355 SY
$480,035
BENTON S SAND AND GRAVEL
319-266-2621
CEDAR FALLS 2021 PERMEABLE ALLEY
CEDAR FALLS, IA
PCC 579 SY; C&G 58 SY;
$49,099
ECHO DEVELOPMENT
WEST ECHO PHASE I JESUP
JESUP, IA
PCC 6910 SY
$296,139
LODGE CONSTRUCTION, INC.
319-885 4380
CENTER FOR THE ARTS PHASE II
WATERLOO, IA
PCC 181 SY
$11,552
YR 2022
CEDAR FALLS SCHOOLS
319-266-8767
CEDAR FALLS HIGH SCHOOL
CEDAR FALLS, IA
PCC 31,577 SY
$1,021,138
PETERSON CONTRACTORS INC
319-345-2713
SHAULIS RD RECONSTRUCTION
WATERLOO, IA
PCC 4,246 SY
$256,778
SCHRADER EXCAVATING
319-845-3061
PRAIRIE MEADOW ESTATES ADDITION - PH. 2
WATERLOO, IA
PCC 4,425 SY
$159,889
PETERSON CONTRACTORS INC
319-345-2713
CEDAR HEIGHTS DRIVE
CEDAR FALLS, IA
PCC 17,774 SY; C&G 750 LF
$844,187
CITY OF C F
319-273-8600
CYBER LANE EXTENSION
CEDAR FALLS, IA
PCC 2,070 SY
$292,311
Page 3
UTILIZATION STATEMENT
Disadvantage Business Enterprise
The undersigned bidder/offeror has satisfied the requirements of the bid specification in the following manner.
(Please mat k the appropriate 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 8. y %, hereby commits to
a minimum of 7./C % 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.
e Wet di
en+ t .
Bidder's/Offeror's Firm Name
3/-la/2 ?
Date
DBE UTILIZATION SUMMARY
Contract Amount
Percentage
DBE Amount Contract
DBE Prime Contractor $ x 1.00 = $
DBE Subcontractor $ 177; 295,-abt• x 1.00 = $ ( 7 9, 29Cds
DBE Supplier $ x 0.60 = $
DBE Manufacturer $ _ x 1.00 = $
Total Amount DBE
DBE Goal
$177Zffob
g•r
%
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 #3-19-0094-056-2023 fall.
AECOM Project 1160695167
P-16 Waterloo Regional Airport
Reconstruct "I'axiwayA West
Hidder/Offer
DOR Conine( P.,w i/lf
ROE eirlifyfnu Agency;
Clasttific+afhm
L ■ ER 01' INTENT
Dillttdsetneg IMtlaitin§ Enterpriau
(T/tia page #Irri// be alibiiiiitetaim melt
i /f
iamei nWe� l�63r`�r�< iAl. z,
en..+:w�i�wwi�ww���wwwrswwr w�nwrw�F�w��w rw+ ew v c e
Address /72e. Q falecA,
b� firth
Addrebos f 9_ .fat $ie Me r fit..._
Zips Ago 11
Nnsion la t __ Phones OM a
E%pinition fluWf x 3l A3
Pa MR Rpm a/rwll evidence la`ucll rJa a phutaau/$t►) oaf* agraficrulun
tlprime r-:0111rSSWWr
Moon Nowt
ESIOulnioninimor Claim Venture
., $up►piier
Work
to be performed
DBE
item(s)
by
Description
of Work
Stem
Quantity
Total
1O
rnl
fa/et/0
Ea_
9 to
11
f
_ _..._�..!
`. edI6
4L
4-
.35
(wiiickfin
..a _
4 vk
5-: lob eate
Se
___
`' r
• I A-C
1415,
LG
mU I Cali n • I C I ec
f'he bidder/offeror is committed to utiiiking the above -named 001! firn» for the work described above, Thee
estimated participation is as fhllaw5;
fillcontract amount;
I7V75:.6b
Percent of total contract; 0.7° %
AFFIRMATION:
The above -named D131' firm affirms that it will perform the portion of the contrast 14 the estimated dollar value as stated
above,
fly'r
MINH lurk)
Vice Pia-
(Thfe)
Noe, 1n the event the bidder/offeror doc5 not receive award of the prime contract, any and all representatiolh in this
Letter of Intent and Affirmation shall bu bull Mid void,
FAA AIP #3.19-0094-056-20231311 Pal Waterloo Regional Airport
AECOM Project 1160695167 Reconstruct TaxiwayA West
QIOWADOT
•
January 9, 2023
Vallarie Holm
Tiedt Nursery, Ltd.
2419 E. Bremer Avenue
Waverly, IA 50677
VIA ELECTRONIC MAIL
RE: Affidavit of Continued DBE/ACDBE Certification Eligibility
Ms. Holm,
This letter confirms receipt of your annual No Change Affidavit and supporting
documentation. The Iowa Department of Transportation (Iowa DOT), in compliance
with 49 Code of Federal Regulations Part 26 (49 C.F.R. §§26 et seq.), is pleased to
inform you that your firm's information has been reviewed and approved. Your firm's
Disadvantaged Business Enterprise (DBE) certification will remain valid for another
year.
The DBE Directory, located at https://secure.iowadot.gov/DBE/Home/index/, will
continue to list your contact information and will include the following NAICS codes and
description of services performed:
NAICS Code: 237990, 238990, 561730
Work Types: Erosion Control (Seed, Sod, Mat, and Silt Fence), Fencing, Herbicide
Application; Landscaping (Trees and Shrubs), Mowing, and Retaining
Walls; Supplier: Trees, Shrubs, Seed, Fertilizer, Erosion Control
• Products, Plastic Tubing, and Fencing
As a DBE, you have the responsibility to comply with all aspects of 49 C.F.R. Part 26;
maintain an accurate mailing address and phone number with Iowa DOT and promptly
return all solicitation inquiries. if you have any questions, please contact this office.
Sincerely,
Danvv..
Danny Wagener
Civil Rights Compliance Officer
to 1515-239-1422
®1 danny.wagener@iowadot.us
www.iowadot.gov
IAddress: Civil Rights Bureau
800 Lincoln Way, Ames, IA 50010
PROPOSAL ATTACHMENT:
Bidder/Offer
DBE Firm:
DBE Contact Person:
DBE Certifying Agency:
Classification:
PART F — ADDITIONAL REQUIREMENTS
ITEM 3 — DBE FORMS
LETTER OF INTENT
Disadvantage Business Enterprise
(This page shall be submitted for each DBE firm)
Name: 418,10 aeg.,`*rd re,' jJ �1, L .
Address: 13 23' ,/ Lay
City: &sar 411A State: zr,4 Zip: 5..0•L / 3
DBE Firm: Advanced Traffic Control, Inc.
Address: PO Box 8958
City: Cedar Rapids
Name: Vaugn Miller
State: Iowa Zip: 52408
Phone: C319) 396-5269
Iowa Department of Transportation Expiration Date: 12/31/18 (renewal)
Each DBE Firm shall submit evidence (such as a photocopy) of their certification status.
■
■
Prime Contractor
Manufacturer
■
Subcontractor
Supplier
■
Joint Venture
Work
to be
performed
DBE
item(s)
by
Description
of Work
Item
Quantity
Total
Traffic
Control
/ Gl�77D„�
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:$ /( 1)7 75 .al,
Percent of total contract: 4 • %
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:
President
(Title)
Note: In the event the bidder/offeror does not receive award of the prime contract, any and all representations in this
Letter of Intent and Affirmation shall be null and void.
DBE
Iowa Department
of Transportation
Date f:ertitied: December 31, 2013 C'eciilieate No, 1113343
Disadvantaged Business Enterprise
Certification
This Certifies That
Advanced Traffic Control, Inc.
11as met the requirements under the rules promulgated by the (1,fri, Department. of "Transportation pursuant to 49 Code of Federgl
KegtJJatinny; fart 26; and is eligible to participate as a Disadvanta ed l3ttsine.ss i;nterpri.se in the Iowa Depattrn nt ofTransportation
DBE Program
Todd A, Sadler, Director, Office of Employee Services
"t his certification may be revoked by the department upon finding of ineligibility and said company is subject to examination at any time and maybe required to
supply additional information for review notwithstanding the issuance of this certificate.
I3UY 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".
C"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 0-19-0094-056-2023 BIL P-I8 Waterloo Regional Airport
AECOM Project 1/60695167 Reconstruct TaxiwayA West
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.
3/3072 3
Date
Owar, ebti+ 7/-;h Qj Zhe.
Company Name J
gnature
r1,2
I r" eSl dGd
Title
FAA AIP #3-19-0094-056-2023 13IL P-19 Waterloo Regional Airport
AECOM Project ##60695167 Reconstruct TaxiwayA West
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 provisions/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-fimded "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:
I. 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 113-19-0094-056-2023 1311,
AECOM Project 1160695167
P-20 Waterloo Regional Airport
Reconstruct "I'axiwayA West
- CONFIDENTIAL
NOT SUBJECT TO DISCLOSURE UNDER EXEMPTION *4 OF THE FREEDOM OF INFORMATION ACT
Buy American Product Content Percentage Worksheet
c§
No
:0fm
c�w
ea
0
eall
R g
e
a N
tt-
Z I
I O
0
Z U
.c .5
co
E
mc
LL, C
m
3
a
2
i
io g N
to 43
on 8 i id E A wA -.
8
203
H
A9
r
t
8
42
PI U
a
E
I!8
z
49.
g
W
L3'R
PC
Ito
co
z
______
p
II
ni
k is
11
E No
tg
a
N1
al
g
R
I
a
i
qE
a
N
�r
0
F
0
a.
tic
0
a.
1
•
N
t
'1
A
Air
'
lir
Or
111
.
.
1 I
li
II I
I
4
1
I
_ ,
ti
gi
n
1
I" 1
P
a
/
_ I
1
11
r
J:
N
a
NOT SUBJECT TO DISCLOSURE UNDER EXEMPTION #4 OF THE FREEDOM OF INFORMATION ACT
m
m
� x
a` o
�
f
a 430
fg
V
'S 2
a
Ea
4 c
m Q
u
W a
4. c
'q
(40 0
0
U.S. Content
Non-U.S. Content 95.00 %
8
co
0
z
'U
ea ?LW
as
S
(85
Worksite LOCID: SMP
J
0.
Q
eo
tD
_J
0
M
to
3
g
seni
'!?
1(,
zo .r
Z
ri c-
N
O
U
ootootoss
0
0
0
0
o
ca.
o
0
0
g
to
0
0
0
0
a
M
V)
(CS
{�
vi
o .�
CI U o
rq `
7_1r
N
r
r
$1,900.00
p
00'006'S' LS
QQ
00
00
0
0
0
0
0
q
O
O
O
Q
Q
�A
aev
00
0
0
0
0
wit
to
QU
1!i
2
off
N�
N
0
fel
IA
Pavement Item Component
Pavement Item Subcomponent
Painting and Marking Component
Painting and Marking Component
Electrical and Lighting
e-+
171
o.a
E
SUBTOTAL
-
s
,�
t
2
E
>p41)
L3.
ID
wl
W
v Ci-
te- `
o
n J Y
r
0
J
N
r
r
N
N
r
r
N
M
t
CO
CD
P+
fA
r
U.S. Content:
ea
ea
FAA #3-19-0094-056-2023 BIL
AECOM Project 460695167
CONFIDENTIAL -
NOT SUBJECT TO DISCLOSURE UNDER EXEMPTION # 4 OF THE FREEDOM OF INFORMATION ACT
C
a
c
m
nes
0
U
m
a
A
•
Worksite LOCID:
T
C
0
u.
u.
s
1
1
0
3+4
a
Pc
433
cu
a`
v)
•
C. n.
r,
Z ` rJ
r) fS
ttt
C
0
• L7.
O r r.
..O L
Ii `J
•
O .
() V1 r'
• th
n
e
12
L 0
C. - 0 O
R _1
1'
r
cy
07
it
SO
CO
n
CO
CD
o
.-
FAA #3-19-0094-056-2023 BIL
AECOM Project 460695167
0
co
LL.
U.S. Content:
Non-U.S. Content:
N
4-
O
N
8
0
a
FM Form 5100-143 (8120)
0 0,
tfl
CDcN
N tn
\D
O
O lt
4-0
O\ N
O 0
a
1
M
4t Q
¢
w¢
Buy America Conformance Listing
Title 49 U.S.0 Section 50101 (b)
For Airfield Development Projects funded under the
Airport Improvement Program
• Preparation ofa Component Cost Calculation Table is not necessa►yfor equipment listed on the 14.AUi national listing:
blip: u1 1.w faa.Qoi /aUports/aip'procurement federal contract provisions/media/buy american ►rait'er.xls
• 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.
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.
Bidder's Finn Name Date
•
Signature
FAA #3-19-0094-056-2023 13I1, P-26 Waterloo Regional Airport
ACCOM Project #60695167 Reconstruct Taxiway A West
BID BOND
KNOW ALL MEN BY THESE PRESENTS, that we
Owen Contracting, Inc. asPrincipal, and
United Fire & Casualty Company as Surety are held and firmly
bound unto the Waterloo Regional Airport. 2790 Livingston Lane, Waterloo, Iowa, hereinafter call "Owner", in the enal
sum of Five Percent (5%) of Bid Amount 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 March 30th ,20
for Reconstruct Taxiway A West at the Waterloo Regional Airport, Waterloo, Iowa, FAA #3-19-0094-056-2023 BIL.
NOW, THEREFORE,
(A) If said Bid shall be rejected, or in the alternate,
(B) If said bid shall be accepted and the Principal shall execute and deliver a Contract in the form specified and shall
furnish a bond for his faithful performance of said Contract, and for the payment of all persons performing labor or
furnishing materials in connection therewith, and shall in all other respects perform the agreement created by the
acceptance of said bid.
then this obligation shall be void, otherwise the same shall remain in force and effect; it being expressly understood and
agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of this
obligation as herein stated.
By virtue of statutory authority, the full amount of this bid bond shall be forfeited to the Owner in liquidation of damages
sustained in the event that the Principal fails to execute the Contract and provide the bond as provided in the
Specifications or by law.
The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall be in no
way impaired or affected by any extension of the time within which the Owner may accept such bid or execute such
Contract; and said Surety does hereby waive notice of any such extension.
IN WITNESS WHEREOF, the Principal and the Surety, have hereunto set their hands and seals, and such of them as are
corporations, have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers
this 30th day of March , 2023.
LA' 1..t
t���4h onn JI
rr
Principal Owen Contacting, Inc.
By
( ) 0-Of OWEA/) t?r•ev;denf
(Seal)
Surety(United Fir & Casua Co a
By 1 u 4
(Attorney -act) Juliana Bartlett, Attorney -in -Fact
(Seal)
FAA AIP 113-19-0094-056-2023 BIL
AECOM Project 1160695167
P-10 Waterloo Regional Airport
Reconstruct TaxiwayA West
9
INSURANCE
UNITED FIRE & CASUALTY COMPANY, CEDAR RAPIDS, IA
UNITED FIRE & INDEMNITY COMPANY, WEBSTER, TX
FINANCIAL PACIFIC INSURANCE COMPANY, LOS ANGELES, CA
CERTIFIED COPY OF POWER OF ATTORNEY
(original on file at Home Office of Company — See Certification)
Inquiries: Surety Department
118 Second Ave SE
Cedar Rapids, IA 52401
KNOW ALL PERSONS BY THESE PRESENTS, That United Fire & Casualty Company, a corporation duly organized and existing under the laws
of the State of Iowa; United Fire & Indemnity Company, a corporation duly organized and existing under the laws of the State of Texas; and Financial
Pacific Insurance Company, a corporation duly organized and existing under the laws of the State of California (herein collectively called the
Companies), and having their corporate headquarters in Cedar Rapids, State of Iowa, does make, constitute and appoint
GREG T. LA MAIR, JEFFREY R. BAKER, JOSEPH I. SCHMIT, E. A. VON HARZ, BRANDON HORBACH, COURTNEY
MEYER, JULIANA BARTLETT, DANIEL M. MOLYNEAUX, LAURA J. ADAMS, LORI S. BURROUGHS, PAMELA K. MATTISON,
KAREN S. HARTSON, EACH INDIVIDUALLY
their true and lawful Attorneys) -in -Fact with power and authority hereby conferred to sign, seal and execute in its behalf all lawful bonds,
undertakings and other obligatory instruments of similar nature provided that no single obligation shall exceed $100, 000, 000.00
and to bind the Companies thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of the Companies
and all of the acts of said Attorney, pursuant to the authority hereby given and hereby ratified and confirmed.
The Authority hereby granted is continuous and shall remain in full force and effect until revoked by United Fire & Casualty Company, United Fire &
Indemnity Company, and Financial Pacific Insurance Company.
This Power of Attorney is made and executed pursuant to and by authority of the following bylaw duly adopted by the Boards of Directors of United
Fire & Casualty Company, United Fire & Indemnity Company, and Financial Pacific Insurance Company.
"Article VI — Surety Bonds and Undertakings"
Section 2, Appointment of Attorney -in -Fact. "The President or any \'ice President, or any other officer of the Companies may, from time to time, appoint by written certificates
attorneys -in -fact to act in behalf of the Companies in the execution of policies of insurance, bonds, undertakings and other obligatory instruments of like nature. The signature
of any officer authorized hereby, and the Corporate seal, may be affixed by facsimile to any power of attomey or special power of attorney or certification of either authorized
hereby; such signature and seal, when so used, being adopted by the Companies as the original signature of such officer and the original seal of the Companies, to be valid
and binding upon the Companies with the same force and effect as though manually affixed. Such attorneys -in -fact, subject to the limitations set of forth in their respective
certificates of authority shall have full power to bind the Companies by their signature and execution of any such instruments and to attach the seal the Companies thereto.
The President or any Vice President, the Board of Directors or any other officer of the Companies may at any time revoke all power and authority previously given to any
attorney -in -fact.
IN WITNESS WHEREOF, the COMPANIES have each caused these presents to be signed by its
vice president and its corporate seal to be hereto affixed this
10th day of March,
2014
UNITED FIRE & CASUALTY COMPANY
UNITED FIRE & INDEMNITY COMPANY
FINANCIAL PACIFIC INSURANCE COMPANY
By:
State of Iowa, County of Linn, ss:
On 10th day of March, 2014, before me personally came Dennis J. Richmann
to me known, who being by me duly sworn, did depose and say; that he resides in Cedar Rapids, State of Iowa; that he is a Vice President of United Fire
& Casualty Company, a Vice President of United Fire & Indemnity Company, and a Vice President of Financial Pacific Insurance Company the
corporations described in and which executed the above instrument; that he knows the seal of said corporations; that the seal affixed to the said instrument
is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporations and that he signed his name thereto
pursuant to like authority, and acknowledges same to be the act and deed of said corporations.
Judith A. Jones
Iowa Notarial Seal
Commission number 173041
My Commission Expires 423/2024
Vice President
Notary Public
My commission expires: 4/23/2024
I, Mary A. Bertsch, Assistant Secretary of United Fire & Casualty Company and Assistant Secretary of United Fire & Indemnity Company, and Assistant
Secretary of Financial Pacific Insurance Company, do hereby certify that I have compared the foregoing copy of the Power of Attorney and affidavit, and
the copy of the Section of the bylaws and resolutions of said Corporations as set forth in said Power of Attorney, with the ORIGINALS ON FILE IN THE
HOME OFFICE OF SAID CORPORATIONS, and that the same are correct transcripts thereof, and of the whole of the said originals, and that the said
Power of Attorney has not been revoked and is now in full force and effect.
In testimony whereof I have hereunto subscribed my name and affixed the corporate seal of the said Corporations
this 30th day of March
, 20 23
By: C-1-rdetsd, Byrt-deu
Assistant Secretaiy,
UF&C & OF&I & FPIC
BP•A0049 1217