Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Cedar Valley Corp
Bid of Cedar Valley Corp., LLC 2637 Wagner Road Waterloo, IA 50703 For Reconstruct Taxiway A West, FAA Project No. 3-19-0094-056-2023 BIL BID BOND Cedar Valley Corp. 2637 Wagner Road Waterloo, IA 50703 City Clerk 715 Mulberry Street Waterloo, IA 50703 I:oO 3/30/2023 FAA 113-19-0094-056-2023 BIL Letting Date: 3-30-23 CEDAR VALLEY CORP., LLC Project: Reconstruct Taxiway A West Location: Waterloo A!P ITEM SPEC NO DESCRIPTION QUANTITY UNIT UNIT PRICE AMOUNT BASE BID 1 GP 105 MOBILIZATION AND DEMOBILIZATION 1.000 LS $ 259,800.00 $ 259,800.00 2 GP 50-06 CONSTRUCTION SURVEY 1.000 LS $ 25,000.00 $ 25,000.00 3 PLANS CONSTRUCTION BARRICADES 1.000 LS $ 10,000.00 $ 10,000.00 4 PLANS TRAFFIC CONTROL 1.000 LS $ 80,000.00 $ 80,000.00 5 P-101 ASPHALT PAVEMENT REMOVAL 18,200.000 SY $ 6.50 $ 118,300.00 6 P-101 9-INCH NOMINAL PCC REMOVAL 780.000 SY $ 7.00 $ 5,460.00 7 P-101 12-INCH NOMINAL PCC REMOVAL 480.000 SY $ 8.00 $ 3,840.00 8 P-101 12.5-INCH NOMINAL PCC REMOVAL 25.000 SY $ 8.00 $ 200.00 9 P-101 FULL DEPTH (THICKENED SAW CUT EDGE) - 6-INCH PCC 150.000 LF $ 6.00 $ 900.00 Page 1 of 8 3/30/2023 FAA #3-19-0094-056-2023 BIL Letting Date: 3-30-23 CEDAR VALLEY CORP., LLC Project: Reconstruct Taxiway A West Location: Waterloo A!P ITEM SPEC NO DESCRIPTION QUANTITY UNIT UNIT PRICE AMOUNT 10 P-101 FULL DEPTH (THICKENED SAW CUT EDGE) - 9-INCH PCC 850.000 LF $ 7.00 $ 5,950.00 11 P-101 FULL DEPTH (THICKENED SAW CUT - 12-INCH EDGE) PCC 310.000 LF $ 8.00 $ 2,480.00 12 P-101 FULL DEPTH (THICKENED SAW CUT - 12.5-INCH EDGE) PCC 400.000 LF $ 8.00 $ 3,200.00 13 P-101 FULL DEPTH SAW CUT PAVEMENT - ASPHALT 275.000 LF $ 6.00 $ 1,650.00 14 P-101 PAVEMENT MARKING REMOVAL 8,500.000 SF $ 4.40 $ 37,400.00 15 P-152 UNCLASSIFIED EXCAVATION 5,200.000 CY $ 16.76 $ 87,152.00 16 P-154 SUBBASE COURSE 3,600.000 CY $ 108.00 $ 388,800.00 17 P-156 INSTALLATION AND REMOVAL FENCE OF SILT 3,800.000 LF $ 1.70 $ 6,460.00 18 P-156 INLET PROTECTION 4.000 EA $ 350.00 $ 1,400.00 Page 2of8 3/30/2023 FAA #3-19-0094-056-2023 BIL Letting Date: 3-30-23 CEDAR VALLEY CORP., LLC Project: Reconstruct Taxiway A West Location: Waterloo A/P ITEM SPEC NO DESCRIPTION QUANTITY UNIT UNIT PRICE AMOUNT 19 P-208 6-INCH AGGREGATE BASE COURSE 7,100.000 SY $ 18.00 $ 127,800.00 20 P-209 6-INCH CRUSHED AGGREGATE COURSE BASE 3,300.000 SY $ 23.00 $ 75,900.00 21 P-307 6-INCH CEMENT BASE TREATED PERMEABLE COURSE 2,450.000 SY $ 34.07 $ 83,471.50 22 P-501 7.0-INCH PCC SURFACE COURSE 6,500.000 SY $ 99.25 $ 645,125.00 23 P-501 9.0-INCH PCC SURFACE COURSE 775.000 SY $ 104.07 $ 80,654.25 24 P-501 12.5-INCH PCC SURFACE COURSE 2,350.000 SY $ 160.32 $ 376,752.00 25 P-619 AIRFIELD MARKING (TEMPORARY) 3,800.000 SF $ 3.15 $ 11,970.00 26 P-620 AIRFIELD REFLECTIVE MARKING -WATERBORNE) (YELLOW- 3,500.000 SF $ 3.15 $ 11,025.00 27 P-620 AIRFIELD MARKING WATERBORNE) (WHITE -REFLECTIVE- 1,000.000 SF $ 3.15 $ 3,150.00 Page 3 of 8 3/30/2023 FAA #3-19-0094-056-2023 BIL Letting Date: 3-30-23 CEDAR VALLEY CORP., LLC Project: Reconstruct Taxiway A West Location: Waterloo A/P ITEM SPEC NO DESCRIPTION QUANTITY UNIT UNIT PRICE AMOUNT 28 P-620 AIRFIELD REFLECTIVE MARKING -WATERBORNE) (BLACK -NON- 8,500.000 SF $ 3.15 $ 26,775.00 29 P-620 SURFACE PAINTED MARKER (RED/WHITE) RUNWAY 18 HOLD 36.000 SF $ 43.75 $ 1,575.00 30 P-620 REFLECTIVE MEDIA (TYPE A) 1, GRADATION • 300.000 LB $ 3.75 $ 1,125.00 31 D-705 6-INCH PERFORATED SUBDRAIN 3,825.000 LF $ 25.00 $ 95,625.00 32 D-705 SUBDRAIN CLEANOUTS 10.000 EA $ 1,600.00 $ 16,000.00 33 T-901 SEEDING 3.000 AC $ 1,400.00 $ 4,200.00 34 T-905 TOPSOIL (FURNISHED SITE) FROM OFF THE 1,400.000 CY $ 35.00 $ 49,000.00 35 T-908 MULCHING, HYDRO -APPLIED 3.000 AC $ 1,700.00 $ 5,100.00 36 L-108 NO. INSTALLED 8 AWG, IN 5KV, TRENCH, L-824, CONDUIT TYPE DUCT C CABLE, BANK OR 11,200.000 LF $ 1.35 $ 15,120.00 Page4of8 3/30/2023 FAA #3-19-0094-056-2023 BIL Letting Date: 3-30-23 CEDAR VALLEY CORP., LLC Project: Reconstruct Taxiway A West Location: Waterloo A/P ITEM SPEC NO DESCRIPTION QUANTITY UNIT UNIT PRICE AMOUNT 37 L-108 COUNTERPOISE TRENCH, CONDUIT, AND NO. ABOVE 6 INCLUDING GROUND AWG, BARE WIRE, THE COPPER INSTALLED DUCT BANK GROUND CONNECTIONS RODS IN OR IN 4,250.000 LF $ 1.46 $ 6,205.00 38 L-110 CONCRETE WAY, 4-INCH ENCASED SCHEDULE DUCT 40 BANK, PVC 2- 55.000 LF $ 54.00 $ 2,970.00 39 L-110 CONCRETE WAY, 4-INCH ENCASED SCHEDULE DUCT 40 BANK, PVC 4- 60.000 LF $ 75.00 $ 4,500.00 40 L-110 NON INCH -CASED SCHEDULE ELECTRICAL 40 TRENCH CONDUIT, PVC INSTALLED 2- IN 4,250.000 LF $ 4.90 $ 20,825.00 41 L-115 ELECTRICAL HANDHOLE, 2'-0" BY 2'-0" 4.000 EA $ 9,500.00 $ 38,000.00 42 L-125 REMOVE ELECTRICAL HANDHOLES 4.000 EA $ 35.00 $ 140.00 43 L-125 REMOVE DUCT BANK 280.000 LF $ 40.00 $ 11,200.00 44 L-125 REMOVE TAXIWAY GUARD EDGE LIGHT LIGHT AND 45.000 EA $ 75.00 $ 3,375.00 45 L-125 REMOVE AIRFIELD GUIDANCE SIGN BASE AND 5.000 EA $ 200.00 $ 1,000.00 Page 5 of 8 3/ 30/2023 FAA #3-19-0094-056-2023 BIL Letting Date: 3-30-23 CEDAR VALLEY CORP., LLC Project: Reconstruct Taxiway A West Location: Waterloo AJP ITEM SPEC NO DESCRIPTION QUANTITY UNIT UNIT PRICE AMOUNT 46 L-125 RELOCATE AND AIRFIELD PROVIDE NEW GUIDANCE BASE SIGN 2.000 EA $ 2,625.00 $ 5,250.00 47 L-125 AIRFIELD GUIDANCE MODULE SIGN, SIZE 1, 1 2.000 EA $ 5,500.00 $ 11,000.00 48 L-125 AIRFIELD GUIDANCE MODULE SIGN, SIZE 1, 3 1.000 EA $ 5,650.00 $ 5,650.00 49 L-125 L-861T(LED) TAXIWAY EDGE LIGHT 32.000 EA $ 1,175.00 $ 37,600.00 50 L-125 L-804(LED) ELEVATED LIGHT RUNWAY GUARD 2.000 EA $ 3,950.00 $ 7,900.00 51 PLANS TIE DOWN ANCHORS 6.000 EA $ 1,000.00 $ 6,000.00 TOTAL BASE BID $ 2,829,974.75 Page6of8 3/30/2023 FAA #3-19-0094-056-2023 BIL Letting Date: 3-30-23 CEDAR VALLEY CORP., LLC Project: Reconstruct Taxiway A West Location: Waterloo A/P ITEM SPEC NO DESCRIPTION QUANTITY UNIT UNIT PRICE AMOUNT ADD ALTERNATE 1 P-101 ASPHALT PAVEMENT REMOVAL 1,550.000 SY $ 6.50 $ 10,075.00 2 P-101 FULL DEPTH PAVEMENT SAW CUT - ASPHALT 210.000 LF $ 6.00 $ 1,260.00 3 L-125 REMOVE ELECTRICAL DUCT BANKS 85.000 LF $ 40.00 $ 3,400.00 4 L-125 REMOVE TAXIWAY GUARD EDGE LIGHT LIGHT AND 8.000 EA $ 75.00 $ 600.00 5 T-901 SEEDING 0.100 AC $ 1,450.00 $ 145.00 6 T-905 TOPSOIL (FURNISHED SITE) FROM OFF THE 60.000 CY $ 35.00 $ 2,100.00 7 T-908 MULCHING, HYDRO -APPLIED 0.100 AC $ 1,700.00 $ 170.00 TOTAL ADD ALTERNATE $ 17,750.00 TOTAL BASE BID PLUS ADD ALTERNATE $ 2,847,724.75 Page 7 of 8 ,' 3/21 /2023 FM #3-19-0094-056-2023 BIL Letting Date: 3-30-23 CEDAR VALLEY CORP., LLC Project: Reconstruct Taxiway A West Location: Waterloo AR ITEM SPEC NO DESCRIPTION QUANTITY UNIT UNIT PRICE AMOUNT SUBMITTED BY CEDAR VALLEY CRP., LLC m,,,,0 ,Q,Q William C. Calderwood, Senior Vice Presiden Signature Page 8 of 8 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 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: , 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 Guard Lights and LED Guidance Signage • Subdrain installation along Taxiway A. • Pavement marking for Taxiway A 3. The undersigned, in compliance with your Invitation for Bids dated 3-7-2023 , hereby proposes to do the work called for in said Contract and Specifications and shown on said Plans and Addendum Nos. 1 and to furnish all materials, tools, labor and all appliances and appurtenances necessary for the said work at the following rates and prices: FAA AIP #3-19-0094-056-2023 BIL P-1 Waterloo Regional Airport AECOM Project #60695167 Reconstnict 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 BID PRICE TOTAL BID PRICE BASE BID 1 GP 105 MOBILIZATION AND DEMOBILIZATION LS 1 $ $ 2 GP 50-06 CONSTRUCTION SURVEY LS 1 $ $ 3 PLANS CONSTRUCTION BARRICADES LS 1 $ $ 4 PLANS TRAFFIC CONTROL LS 1 $ $ 5 P-101 ASPHALT PAVEMENT REMOVAL SY 18,200 $ $ 6 P-101 9-INCH NOMINAL PCC REMOVAL SY 780 $ $ 7 P-101 12-INCH NOMINAL PCC REMOVAL SY 480 $ $ 8 P-101 12.5-INCH NOMINAL PCC REMOVAL SY 25 $ $ 9 P-101 FULL DEPTH SAW CUT (THICKENED EDGE) - 6-INCH PCC LF 150 $ $ 10 P-101 FULL DEPTH SAW CUT - 9-INCH PCC LF 850 $ $ (THICKENED EDGE) 11 P-101 FULL DEPTH SAW CUT PCC (THICKENED EDGE) - 12-INCH LF 310 $ $ 12 P-101 FULL DEPTH SAW CUT PCC (THICKENED EDGE) - 12.5-INCH LF 400 $ $ 13 P-101 FULL DEP TH SAW CUT - PAVEMENT LF 275 $ $ ASPHALT 14 P-101 PAVEMENT MARKING REMOVAL SF 8,500 $ $ 15 P-152 UNCLASSIFIED EXCAVATION CY 5,200 $ $ 16 P-154 SUBBASE COURSE CY 3,600 $ $ 17 P-I56 REMOVAL OF LF 3,800 $ $ INSTALLATION AND SILT FENCE 18 P-156 EA 4 $ $ INLET PROTECTION 19 P-208 6-INCH AGGREGATE BASE COURSE SY 7,100 $ $ 20 P-209 6-INCH CRUSHED AGGREGATE BASE COURSE SY 3,300 $ $ 21 P-307 6-INCH CEMENT TREATED PERMEABLE BASE COURSE SY 2,450 $ $ 22 P-501 7.0-INCH PCC SURFACE COURSE SY 6,500 $ $ 23 P-501 9.0-INCH PCC SURFACE COURSE SY 775 $ $ 24 P-501 12.5-INCH PCC SURFACE COURSE SY 2,350 $ $ 25 P-619 AIRFIELD MARKING (TEMPORARY) SF 3,800 $ $ 26 P-620 AIRFIELD MARKING REFLECTIVE -WATERBORNE) (YELLOW- SF 3,500 $ $ 27 P-620 AIRFIELD MARKING REFLECTIVE -WATERBORNE) (WHITE- SF 1,000 $ $ 28 P-620 AIRFIELD MARKING REFLECTIVE -WATERBORNE) (BLACK -NON- SF 8,500 $ $ FAA AIP #3-19-0094-056-2023 BIL AECOM Project #60695167 P-2 Waterloo Regional Airport Reconstnict TaxiwayA West SPEC. NO. DESCRIPTION UNIT ES'TIMATED QUANTITY UNIT BID PRICE ITEM NO. TOTAL BID PRICE 29 P-620 SURFACE PAINTED HOLD MARKER RUNWAY 18 (RED/WHITE) SF 36 $ $ 30 P-620 REFLECTIVE MEDIA GRADATION A) (TYPE I, LB 300 $ $ 31 D-705 6-INCH PERFORATED SUBDRAIN LF 3,825 $ $ 32 D-705 SUBDRAIN CLEANOUTS EA 10 $ $ 33 T-901 SEEDING AC 3 $ $ 34 TOPSOIL (FURNISHED THE SITE) FROM OFF CY 1,400 $ $ T-905 35 T-908 MULCHING, HYDRO -APPLIED AC 3 $ $ 36 L-108 NO. 8 AWG, 5KV, CABLE, INSTALLED DUCT BANK OR L-824, TYPE C IN TRENCH, LF 11,200 $ $ CONDUIT 37 L-108 NO. 6 AWG, BARE COUNTERPOISE IN TRENCH, ABOVE BANK OR IN CONDUIT, GROUND RODS CONNECTIONS COPPER LF 4,250 $ $ WIRE, INSTALLED THE DUCT INCLUDING AND GROUND 38 L-110 CONCRETE ENCASED DUCT BANK, 2-WAY, 4-INCH SCHEDULE 40 PVC LF 55 $ $ 39 L-110 CONCRETE ENCASED 4-WAY, 4-INCH DUCT BANK, SCHEDULE 40 PVC LF 60 $ $ 40 L-1 10 NON -CASED ELECTRICAL 2-INCH SCHEDULE INSTALLED IN CONDUIT, 40 PVC TRENCH LF 4,250 $ $ 41 L-I 15 ELECTRICAL HANDHOLE, 2'-0" BY 2- 0 EA 4 $ $ 42 L-125 REMOVE ELECTRICAL HANDHOLES EA 4 $ $ 43 L-125 REMOVE DUCT BANK LF 280 $ $ 44 L-125 REMOVE TAXIWAY AND GUARD LIGHT EDGE LIGHT EA 45 $ $ 45 L-125 REMOVE AIRFIELD AND BASE GUIDANCE SIGN EA 5 $ $ 46 L-125 RELOCATE AIRFIELD GUIDANCE NEW BASE EA 2 $ $ SIGN AND PROVIDE 47 L-125 AIRFIELD GUIDANCE MODULE SIGN, SIZE 1, 1 EA 2 $ $ 48 L-125 AIRFIELD GUIDANCE MODULE SIGN, SIZE 1, 3 EA 1 $ $ 49 L-125 EDGE LIGHT EA 32 $ $ L-861T(LED) TAXIWAY 50 L-125 L-804(LED) ELEVATED GUARD LIGHT RUNWAY EA 2 $ $ 51 PLANS TIE DOWN ANCHORS EA 6 $ $ TOTAL BASE BID S a, ?A1R7y,?S ADD ALTERNATE 1 P-101 REMOVAL SY 1,550 $ $ ASPHALT PAVEMENT 2 P-101 FULL DEPTH SAW CUT - ASPHALT PAVEMENT LF 210 $ $ 3 L-125 REMOVE ELECTRICAL DUCT BANKS LF 85 $ $ FAA AIP #3-19-0094-056-2023 BIL AECOM Project #60695167 P-3 Waterloo Regional Airport Reconstruct 'I'aaiwayA West SPEC. NO. UNIT UNIT BID PRICE ITEM NO. ESTIMATED TOTAL BID PRICE DESCRIPTION QUANTITY 4 L-125 REMOVE TAXIWAY EDGE LIGHT AND GUARD LIGHT EA 8 $ $ 5 T-901 SEEDING AC 0.1 $ $ 6 T-905 CY 60 $ $ TOPSOILING (FURNISHED FROM OFF THE SITE) 7 T-908 MULCHING, HYDRO -APPLIED AC 0.1 $ $ S TOTAL ADD ALTERNATE 1?/7So.o0 S BID PLUS ADD TOTAL BASE ALTERNATE ail 817,70 N, 75 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 finding 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 contract goal stated herein, it will be required to provide documentation demonstrating that it made good faith efforts in attempting to do so. In the event that the apparent successful competitor for this solicitation qualified as a DBE, the contract goal shall be deemed to have been met. A bid that fails to meet these requirements will be considered nonresponsive. 8. The undersigned certifies that he does not maintain or provide for his employees any segregated facilities at any of his establishments, and that he does not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. The undersigned certifies further that he will not maintain or provide for his employees any segregated facilities at any of his establishments, and that he will not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. The undersigned agrees that a breach of this certification is a violation of the equal opportunity clause in this contract. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, restrooms and washrooms, restaurants and other eating areas, timeclocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directive or are in fact segregated on the basis of race, color, religion, or national origin, because of habit, local custom, or any other reason. The undersigned agrees that (except where he has obtained identical certifications from proposed subcontractors for specific time periods) he will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the equal opportunity clause, and that he will retain such certifications in his files. 9. The undersigned agrees, upon written notice of the acceptance of this bid, within ninety (90) days after the opening of the bids, that he will execute the Contract in accordance with the bid as accepted and give Contract FAA AIP #3-19-0094-056-2023 BIL P-4 Waterloo Regional Airport AECOM Project #60695167 Reconstnict TaxiwayA West (Performance and Payment) bond on attached forms within fifteen (15) days after the prescribed forms are presented for signature. 10. The undersigned understands, award of contract is contingent upon receipt of project funding from the Federal Aviation Administration. If finding 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 hundred -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 work 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 ofthis 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 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; FAA AIP #3-19-0094-056-2023 BIL P-5 Waterloo Regional Airport AECOM Project 460695167 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 procures or subcontracts for the supply of any product or service 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 resulting from this solicitation, it will incorporate this provision for certification without modification in each contract and in all lower tier subcontracts. The contractor may rely upon the certification of a prospective subcontractor unless it has knowledge that the certification is erroneous. The contractor shall provide immediate written notice to the sponsor if the contractor learns that its certification or that of a subcontractor was erroneous when submitted or has become erroneous by reason of changed circumstances. The subcontractor agrees to provide immediate written notice to the contractor, if at any time it learns that its certification was erroneous by reason of changed circumstances. This certification is a material representation of fact upon which reliance was placed when making the award. If it is later determined that the contractor or subcontractor knowingly rendered an erroneous certification, the Federal Aviation Administration may direct, through the sponsor, cancellation of the contract or subcontract for default at no cost to the Government. Nothing contained in the foregoing shall be construed to require establishment ofa system of records in order to render, in good faith, the certification required by this provision. The knowledge and information of a contractor is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. This certification 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, 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. FAA AIP 113-19-0094-056-2023 BIL P-6 Waterloo Regional Airport AECOM 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 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 i esult of the Contractor's employees or his subcontractor's employees working on behalf of the Contractor on the Owner's project. 22. The undersigned certifies, to the best of his or her knowledge and belief, that: a. No Federal appropriated funds shall be paid, by or on behalf of the Contractor, to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a member of Congress in Congress in connection with the making of any Federal grant and the amendment or modification of any Federal grant. b. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a member of Congress, an officer or employee 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 for making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $200,000 for each such failure. 23. BUY AMERICAN CERTIFICATE (Title 49 U.S.C. Chapter 501) As a condition of bid responsiveness, the bidder must how it intend to comply with the Buy American preferences established under Title 49 U.S.C. Section 50101. Bidder must complete the attached Buy American certification. If the bidder requests a permissible waiver to the Buy America requirements, the Bidder identified as with the successful bid must submit a formal waiver request and component cost calculation within the prescribed time identified on the Buy America certification. 24. Drug Free Work Place, Act of 1988. a. By submission of this offer, the offeror, if other than an individual, who is making an offer that equals or exceeds $25,000, certifies and agrees that with respect to all employees of the offeror to be employed under a contract resulting from this solicitation, it 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 FAA AIP 43-19-0094-056-2023 BIL P-7 Waterloo Regional Airport AECOM Project #60695167 Reconstruct TaxiwayA West (d) The penalties that may be imposed upon employees for drug abuse violations occurring in the workplace; (3) Provide all employees engaged in performance of the contract with a copy of the statement required by subparagraph a.(l) of this provision; (4) Notify such employees in writing in the statement required by subparagraph a.(1) of this provision that, as a condition of continued employment on the contract resulting from this solicitation, the employee will -- (a) Abide by the terms of the statement; and (b) Notify the employer in writing of the employee's conviction under a criminal drug statute for a violation occurring in the workplace no later than 5 calendar days after such conviction; (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, possession, or use of a controlled substance in the performance of the contract resulting fi om this solicitation. c. Failure of the offeror to provide the certification required by paragraphs a. or b. of this provision, renders the offeror unqualified and ineligible for award. [See FAR 9.104-1(g) and 19.602-1 a.(2)(a)]. d. In addition to other remedies available to the Government, the certification in paragraphs a. or b. of this provision concerns a matter within the jurisdiction of an agency of the United States and the making of a false, fictitious, or fraudulent certification may render the maker subject to prosecution under title 18, United States Code, Section 1001. 25. Attachment to This Bid. The following documents are attached to and made 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." FAA AIP #3-19-0094-056-2023 BIL P-8 Waterloo Regional Airport AECOM Project #60695167 Reconstruct TaxiwayA West 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, Cedar Valley Corp., LLC / Bidder ByLA,L,QQA_, Signature Wil iamb. Ealderwood Senior Vice President Title 2637 Wagner Road Address Waterloo, IA 50703 (Include Zip Code) 319-235-9537 Telephone No. FAA AIP #3-19-0094-056-2023 BIL P-9 Waterloo Regional Airport AECOM Project #60695167 Reconstruct TaxiwayA West NON -COLLUSION AFFIDAVIT OF PRIME BIDDER State of Iowa )ss County of Black Hawk William C. Calderwood (1) He is Officer Cedar Valley Corp., LLC , being first duly sworn, deposes and says that: (Owner, Partner, Officer, Representative, or Agent) of (2) He is fully informed respecting the preparation and circumstances respecting such bid; (3) Such bid is genuine and is not a collusive or sham bid; , the Bidder that has submitted the attached Bid: contents of the attached bid and of all pertinent (4) Neither the said Bidder nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this affiant, has in any way colluded, conspired, connived or agreed, directly or indirectly, with any other Bidder, firm or person to submit a collusive or sham bid in connection with the Contract for which the attached bid has been submitted or to refrain from bidding in connection with such Contract, or has in any manner, directly or indirectly, sought by agreement or collusion or communication or conference with any other Bidder, firm or person to fix the price or prices in the attached bid or of any other Bidder, or, to fix any overhead, profit or cost element of the bid price or the bid price of any other Bidder, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against the City of Waterloo, Iowa, or any person interested in the proposed Contract; and (5) The price or prices quoted in the attached bid are fair and proper and are not tainted by any collusion, conspiracy, connivance or unlawful agreement on the part of the Bidder or any of its agents, representatives owners, employees, or parties in interest, including this affiant. �� r Subscribed and sworn to before me \ _ this0(O ,1O day of (C`(\ , 203 MNQ 13 Title My Commission Expires 3LX\\\ C 5 , 7/a51ar,a3 (Signed) William C. Calderwdod Title Senior Vice President FAA AIP #3-19-0094-056-2023 B1L P-11 Waterloo Regional Airport AECOM Project #60695167 Reconstnict TaxiwayA West State of NON -COLLUSION AFFIDAVIT OF SUBCONTRACTOR (To Be Submitted After Bid But Prior to Award) County of ) )ss ) , being first duly sworn, deposes and says that: (1) He is (Owner, Partner, Officer, Representative, or Agent) of , the Bidder that has submitted the attached Bid: (2) He is fully informed respecting the preparation and contents of the attached bid and of all pertinent circumstances respecting such bid; (3) Such bid is genuine and is not a collusive or sham bid; (4) Neither the said Bidder nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this 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 m 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 Subscribed and sworn to before me this day of , 20. Title My Commission Expires , 20. FAA AIP #3-19-0094-056-2023 BIL P-12 Waterloo Regional Airport AECOM Project J160695167 Reconstnict 'I'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 Cedar Valley Corp., LLC COMPANY William C. Calderwood Destiny Dietrick EXECUTIVE OFFICER AFFIRMATIVE ACTION OFFICER ADDRESS OF THE AFFIRMATIVE ACTION OFFICER 2637 Wagner Road Waterloo, IA 50703 PHONE NUMBER 319-235-9537 FAA AIP #3-19-0094-056-2023 BIL P-13 Waterloo Regional Airport AECOM Project #60695167 Reconstruct TaxiwayA \Vest BIDDER'S INFORMATION SHEET A. BIDDER'S CAPACITY: (Check One) 1. Individual 0 2. Co -Partnership 0 3. Corporation El 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 Secretary Treasurer Stephen R. Jackson David M. Brauer David M. Brauer FAA AIP #3-19-0094-056-2023 BIL AECOM Project #60695167 Reconstruct TaxiwayA West P-14 Waterloo Regional Airport SYNOPSIS OF EXPERIENCE RECORD (This synopsis must accompany Proposal Form.) Name of Bidder Business Address 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 1 2 3 4 5 Name of Location of Amount of Project Project Contract Number of Contract Days Actual Number of Days to Allowed for Above Projects Complete above Project 1 2 3 4 5 (Signed) Name of Company (By) (TITLE) Date FAA AIP #3-19-0094-056-2023 BIL P-15 Waterloo Regional Airport AECOM Project #60695167 Reconstnict TaxiwayA Nest CJRJSVMOOT GETTING YOU THERE» May 20, 2022 CEDAR VALLEY CORP., LLC. 2637 WAGNER ROAD WATERLOO, IA 50703 quotes@cedarvalleycorp.com Dear Contractor: We acknowledge receipt of your CPA Audited Financial -Experience -Equipment Statement for the period closing November 30, 2021. This statement will serve to place you on our list of qualified bidders for construction and maintenance work offered by the Iowa Department of Transportation. This statement expires on May 31, 2023. Your maximum pre -qualification for all incomplete work is . Your prequalification categories on file with this office are listed on the enclosed page. We acknowledge receipt of your Bidder Status Form dated May 18, 2022. We will retain this form on file. Each time you submit an electronic bid on a non-federal aid proposal you will certify the accuracy of this information. You are required to submit a new form whenever the information that you have supplied changes or whenever you submit a Contractors Financial Experience Equipment Statement (Form 650004). Unless otherwise specified in the contract documents, bidder status forms must be on file in this office by noon the day prior to the letting in order to be approved as a valid bidder. Sincerely, ?aa5iS Jason Miller Prequalification Analyst NOTE: Iowa Code Chapter 91 C requires that all contractors register with the Iowa Division of Labor - Contractor Registration before performing any construction work in the state of Iowa. If your business provides any type of plumbing, mechanical, HVAC, refrigeration, sheet metal or hydronic systems services, you are required to obtain a license with the Plumbing & Mechanical Systems Board before applying with contractor registration. Inquiries should be directed to: Iowa Division of Labor - Contractor Registration Phone: 515-242-5871 I Fax: 515-725-2427 contractor. registration(�iwd.iowa.gov I www.iowacontractor.gov `I [515-239-1414] M [dot.contracts@iowadot.us] I www.iowadot.gov Address: [800 Lincoln "Vay, Ames, IA 50010] PREQUALIFICATION CATEGORIES Approved per Article 1102.01, Competency and Qualification of Bidders, as of May 20, 2022 for (CE099) CEDAR VALLEY CORP., LLC. ALTERNATE PAVT TYPE : (H1) ALTERNATE PAVEMENT TYPE PCC PAVEMENT : (P1) PCC PAVEMENT (P2) PCC PAVEMENT - MINOR BUILDING : (B2) BUILDING DEMOLITION MISCELLANEOUS : (M1) MISCELLANEOUS Page 1 of 1 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) —'he 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 %, 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. Cedar Valley Corp., LLC Bidders/Offeror's Firm Name Signattn'e William C. Caldenvood, Senior Vice President L___C-- (1.-C 3-30-2023 Date DBE UTILIZATION SUMMARY Contract Amount DBE Amount Contract Percentage DBE Prime Contractor $ DBE Subcontractor $ zo 2 t CO DBE Supplier ?r 10 CO DBE Manufacturer $ Total Amount DBE DBE Goal x1.00= $ % x1.00= $107,(00 -1; V % x 0.60 = $ 13; Moo J 0 , x 1.00= $ % $ Z37./ S,`-} % $ 23-7 -7 20 v . L 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 113-19-0094-056-2023 BIL P-16 Waterloo Regional Airport AECOM Project 1160695167 Reconstnict TaxiwayA Nest 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) d 4/°, LLC Address: a 037 �4lpnt/tR2 4442 City: k1/4jaL(,Uo State: TA "Lip: 5a ?a3 DBE Firm: Advanced Traffic Control, Inc. Address: PO Box 8958 City: Cedar Rapids State: Iowa Zip: 52408 Name: Vaugn Miller Phone: (319) 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 to Work be performed DBE item(s) by Description of Work Item Quantity Total Traffic Control ? &C coo (C)0V- 711-Af A 1 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:$ A v� 000 Percent of total contract: AFFIRMATION: The above -named DBE firm affirms that it will perform the portion of the contract for the estimated dollar value as stated above. • By: _ f: ..r-r pc • (Signature)� iiesp 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 CIN Iowa Department \gap of Transportation Date Certified: December 31, 2013 Certificate No. 1113343 Disadvantaged Business Enterprise Certification This Certifies That Advanced Traffic Control, Inc. Has met the requirements under the rules pronnticated by the t.'.S. Depanment of Transportation pursuant to 49 Code of Federal ltegulations. Part 26, and is eligible to participate as a Disadvantaged Business Enterprise in the Iowa Department of Transportation DBE Program Todd A. Sadler, Director. Office of Employee Services This crnification may be revoked by the department upon finding of ineligibility and said company is subject to examination at and time and maybe required to supply additional information for review notwithstanding the issuance Of INS certificate. L,E'I"TEEt OF INTENT Disadvantage Business Enterprise (this page shall be sttbmitletl fitr each OBE firm) I3idcicr/Offer Name: Address: 2Co'3"1 WA -WA -we CO AP ALL. State: 11 A- Lip: StJ-7 U i I)I3E Finn: DBE Firm: PUf3t':.r , LTD Address: atHi CCeS-/- R,ein.c City:OW( (It,j . DBE Contact Person: Name: u=I` /4o1 Nil State: T 0 I)BE Certifying Agency: ,rr,(.) .4- Dog Classification: Work iteln(s) to be performed by DBE 11- I3 Zip: S7 / 7 Phone: (.3(W) 352 - Gr0,5 Expiration Date: i a/ i A3 Each DUE Firm shall submit evidence hitch as a photoculmi of their certification stains. • Prime Contractor ?vlanufacturer 0Slii)contraclor Supplier • Description of Work Item }t t+ tf re. ace. 1 ni_e-I- Pro ace. t) Otiantity Aso 1r 3 06 Ilsint \'en1Urc l utal � Erto :t'v l eci /co , e.6 5ed fr Re 7 1 1 c 145iO inn le, i n , t ktc. I Iv, et fhe bicker/offeror is committed to utilising the above -named I)131: firm for the work described above. estimated participation is as follows: DBE contract amount: Percent cif total contract. 0 : 0e AFFIRMATION: The above -named DBE finn affirms that it will perform the portion oldie contract for the estimated dollar value as stated above. (Signature) Via B?5de L\+ !I slk) Note: In the event the bidder/offeror does not receive award of the prime contract, any and all representations in this (setter of Intent and Affirmation shall be null and void. FAA AIP 113-19-0094-056-2023 1311. ALCON1 Project P60695167 Reconstruct (axi'.vay;\ West I'-17 'Waterloo Regional \irlx►rt DOT 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://secur°e,iowadiat.c ov/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, Danvi V ,tom,. Danny Wagener Civil Rights Compliance Officer 515-239-1422 © I danny.tvagener(cpiovvradot.us I www.iowacrot.gov Address: Civil Rights Bureau 800 Lirnc;ohi Way, Ames, IA 50010 LEVIER OF INTENT Disadvantage Business Enterprise ("Phis page shall be submitted fur each DBEfirm) Bidder/Offer Name: Cedar Valley Corp.. LL,C I)BE Firm: DBE Contact Person: DBE Certifying Agency: Classification: Address: 2637 Wagner Road City: \Vatcrloo State: IA Zip: 50703 DBE Firm: Al n. 9(t can W Gj Uc,:b0 Su, u Qa Address: City: .131 1�3 ��3 (0Utz *V(L SCe6 Ck State: W Zip: 54/(� V i0 Name. t 1.�.�`� r \t Phone: (�}3 li_ 33 IS ,)Wc-x Doi Expiration Date: 7j9 2 Each DBE Firm shall acehnrit evidence (such us cr phutuc•upt) of their certification status. Prince Contractor Manufacturer ibcontractor Supplier Joint Venture Work item(s) to be perforated DBE by Description of \\'oik Item Quantity Total 2 se? sa vv ^ sit P, �� �c) m tom— s. ,- t The bidder/offeror is committed to utilizing the above -named DBE firm for the work described above. The estimated participation is as follows: Mob Percent of total contract:I_ '%'o DBE contract amount: AFFIR%1A'I'ION: The above -named DBE firm affirms that it will perform the portion of the contract for the estimated dollar valve as stated above. By: (Signaiiih ) Own 0( Note: In the event the bidder/offeror does not receive award of the prince contract. any and all representations in this Letter of Intent and Aflit illation shall be null and void. FAA AIP 113-19-0091-056-202 3 1311, AECOM Project il60695167 1'-17 Waterloo Regional Airport Reconstruct "I axiway:\ West 3IOWA DOT October 20, 2022 Melissa Thiel American Construction Supplies, Inc. 2373 60th Ave. Osceola, WI 54020 VIA ELECTRONIC MAIL RE: Affidavit of Continued DBE/ACDBE Certification Eligibility Ms. Thiel, 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 423320, 423810, 424690 424720, 423390, 424990 Work Type(s) Brick, Stone, and Related Construction Material Merchant Wholesalers; Construction and Mining (except Oil Well) Machinery and Equipment Merchant Wholesalers; Supplier of dowel bar assemblies, clips, stakes and baskets Supplier of pavement joint filler products; Supplier of geotextiles and erosion control materials 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, DV , �- Danny Wagener Civil Rights Compliance Officer t, 1515-239-1422 I danny.wagener@iowadot.us I www.iowadot.gov Address: Civil Rights Bureau 1800 Lincoln Way, Ames, IA 50010 BUY AMERICAN CERTIFICATION FORM FOR MANUFACTURED PRODUCTS (Non -building projects such as airfield/roadway construction, equipment acquisition, etc.) As a matter of bid responsiveness, the Bidder or Offerer must complete, sign, date, and submit this certification statement with their proposal. The Bidder or Offerer must indicate how they intend to comply with 49 USC § 50101 by selecting one on the following certification statements. These statements are mutually exclusive. Bidder must select one or the other (not both) by inserting a checkmark (✓) or the letter "X". 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 Feder al 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 I/3-19-0094-056-2023 BIL P-18 \Waterloo Regional Airport AECOM Project 460695167 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 C,Qde. 3-30-2023 Date Cedar Valley Corp., LLC Company Name )(,„ ic io f Signature William C. Calderwood Senior Vice President Title FAA AIP #3-19-0094-056-2023 BIL 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 waive' 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://ww v.faa.gov/airports/aip/procurement/federal_contract provisions/media/buy_american waiver.xls 2. The bidder must base the U.S. percentage upon the value that results from completing a component cost calculation table similar to the attached format. Bidder shall avoid mere pro forma efforts to establish the waiver request percentage. The Bidder must submit the component cost calculation table as an attachment to the waiver request. 3. Components/subcomponents are the material and products composing the "equipment". 4. The final assembly of the AiP-funded "equipment" must be within the USA (Section 50101(b)(3)(B)). Final assembly is the substantial transformation of the components and subcomponents into the end product. 5. All steel used in the "Equipment" must be produced in the United States. 6. The Buy American requirements apply to all tier contractors and subcontractors. All contractors/subcontractors are required to provide appropriate documentation that indicates origin of manufacturer and percentage of domestic made product. 7. The bidder is hereby advised there is no implied or expressed guarantee that a requested waiver will be issued by the Federal Aviation Administration (FAA). Less than 60% USA component/subcomponent proposed for this facility CANNOT be waived. Products made with foreign steel are not eligible for a waiver. 8. North America Free Trade Act (NAFTA): Free Trade Agreements such as NAFTA do not apply to the AIP. Products and material made in Canada or Mexico must be considered as foreign made products. 9. Preparation of a Component Cost Calculation Table is not necessary for equipment listed on the FAA national listing: http://w w.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 #3-19-0094-056-2023 BIL AECOM Project 1160695167 P-20 Waterloo Regional Airport Reconstruct TaxiwayA West U.S. Department of Transportation ��/ Federal Aviation Administration OMB CONTROL NUMBER: 2120-0569 EXPIRATION DATE: 6/30/2023 — CONFIDENTIAL — NOT SUBJECT TO DISCLOSURE UNDER EXEMPTION # 4 OF THE FREEDOM OF INFORMATION ACT Buy American Product Content Percentage Worksheet Company Name: Cedar valley Corp., LLC Address: 2637 Wagner Road, Waterloo, IA 50703 Telephone: 319-235-9537 Fa)c 319-235-7198 Date: 3-30-2023 Point of Contact: William C. Caldenvood Email: quotesttccdarval1eycorp.com Product Structure: Multi -Level Bill of Materials (through level 2 only) FAA Eligible Item: FAA Item Number (if applicable): Total Material Cost: tOo US Content (%) (attach Certificate of Origin, US Customs Form 434, if applicable): Address of Final Assembly Location: The undersigned certifies that this information is true and accurate to the best of their knowledge. A false certification represents a violation of 18 U.S.0 § 1001 and 49 U.S.C,47126.rfiignatory ra the burden of proof to establish compliance. Signature: A A A Other (%): Name: William C. Calderwood, Senior Vice President Instruction: Items listed in Federal Acquisition Regulation Part 25.104 may be counted as US Origin but should include a note stating the item is exempt in 25.104. Level codes: Level 0 is the final product; Level 1 is a component; Level 2 is a sub -component. Level (0, 1, 2) Part Number item Description Quantity Per Unit Unit of Moasure PricelUnit of MeaBuro P S i Origin of MeasureCost/Eachof US Origin Other Price/Unit Measure Other Cost/Each All FAA Form 5100-136 (8/20) SUPERSEDES PREVIOUS EDITION FAA #3-19-0094-056-2023 BIL AECOM Project 1160695167 P-21 Waterloo Regional Airport Reconstnict Taxiway A West - CONFIDENTIAL - NOT SUBJECT TO DISCLOSURE UNDER EXEMPTION # 4 OF THE FREEDOM OF INFORMATION ACT Level (0, 1, 2) Part Number Item Description Quantity Unit of Price/Unit Per Unit Measure of Measure US Origin Price/Unit of Measure US Origin Cost/Each Other Price/Unit of Measure Other Cost/Each FM Form 5100.136 (8/20) SUPERSEDES PREVIOUS EDITION Page 2 of 2 FAA #3-19-0094-056-2023 1311. AECOM Project #60695167 P-22 Waterloo Regional Airport Reconstnict Taxiway A West U S Department of Transportation OMB CONTROL NUMBER: 2120-0569 r Federal Aviation Adminlstration EXPIRATION DATE: 6/30/2023 - CONFIDENTIAL - NOT SUBJECT TO DISCLOSURE UNDER EXEMPTION # 4 OF THE FREEDOM OF INFORMATION ACT SAMPLE - FAA Buy American Preference Construction Project Content Percentage Worksheet Airport Sponsor. Sample Airport Authority Airport Worksite: Sample Municipal Airport Worksite LOCID: SMP Project Description: Reconstruct Runway 16/36 Project Material Structure List (Bill of Materials) - SAMPLE Date: 09/16/2020 Total material cost: $ 1,623,900.00 U.S. Content: 5.00 % Non-U.S. Content 95.00 % Lino Material Level (1 or 2) Materials Cost of U.S. Origin Llatorials Cost of Non-U.S. Materials 1 1 Pavement items $1,000,000.00 $0.00 2 1 Pavement Item Component $50,000.00 $50,000.00 3 2 Pavement Item Subcomponent 5250,000.00 $8,000.00 4 1 Painting and Marking Component $1,900.00 $0.00 5 1 Painting and Marking Component $120,000.00 50.00 6 1 Electrical and Lighting $0.00 $0.00 7 2 Electrical and Lighting Subcomponent 50.00 $20,000.00 8 2 Electrical and Lighting Subcomponent $24,000.00 $0.00 SUBTOTAL $1,445,900.00 $78,000.00 TOTAL MATERIAL COST: $1,623,900.00 U.S. Content: 5.00 % Non-U.S. Content: 95.00 % FAA Form 5100-143 (8/20) For FAA Use Only Page iv of iv FAA 113-19-0094-056-2023 B11, AECOXI Project H60695167 1'-23 Waterloo Regional Airport Reconstntct Taxiway A West ors U S Department of Transportation r Federal Aviation Administration EXPIRATION DATE 6/30/2023 — CONFIDENTIAL — NOT SUBJECT TO DISCLOSURE UNDER EXEMPTION # 4 OF THE FREEDOM OF INFORMATION ACT FAA Buy American Preference Construction Project Content Percentage Worksheet Airport Sponsor: Waterloo, IA Airport Worksite: Waterloo Regional Airport Worksite LOCID: Project Description: Reconstnict 'Taxiway A West Date: 3-30-2023 Total material cost: U.S. Content: Non-U.S. Content: 100 OA Protect Material Structure List (Bill of Materials) Line Material Level (1 or 2) Materials All Cost of U.S. Origin (.Materials Cost of Non-U.S. Materials 1 2 • 3 4 5 6 7 8 9 10 FM Form 5100-143 (8/20) For FAA Use Only Page 1 of 2 FAA 113-19-0094-056-2023 BIL OMB CONTROL NUMBER: 2120-0569 P-24 Waterloo Regional Airport AECON1 Project 1160695167 Reconstnict Taxiway A West Lino Material Level (1 or 2) Materials Cost of U.S. Origin Materials Cost of Non.U.S. Materials 11 12 13 14 15 16 17 18 19 20 SUBTOTAL TOTAL MATERIAL COST: U.S. Content: Non-U.S. Content: 100 The undersigned certifies that this information is true and accurate to the best of their knowledge. A false certification represents a violation of 18 U.S.0 § 1001 and 49 U.S.0 § 47128. Signatory has the burden of proof to establish compiianTe. Signature: Name: Title: \WilTlam C. Caldenvood Senior Vice President FAA Form 5100-143 (8/20) °A For FAA Use Only Page 2 of 2 FAA #3-19-0094-056-2023 1311, AECON1 Project 1160695167 1'-25 Waterloo Regional Airport Reconstruct Taxiway A West Buy America Conformance Listing Title 49 U.S.0 Section 50101 (b) For Airfield Development Projects funded under the Airport Improvement Program • Preparation of a Component Cost Calculation Table is not necessary for equipment listed on the FAA national listing: lint.//ww faa.gor/ai,poris/ai procurement/federal contract provisions/media'buv american tiraiver..�ls • Bidder shall submit a listing of equipment it proposes to install on the project that is included on the current National Buy American conformance list. Equipment Type All Name of Manufacturer Product Number Certification Signature: Bidder hereby certifies that the above listed equipment, which we propose for installation on the subject project, are on the current National Buy America Conformance list as established at: 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. Cedar Valley Corp., LLC Bidder's Firm Nate 3-30-2023 Dale Signature William C. Calderwood, Senior Vice President FAA #3-19-0094-056-2023 BIL P-26 Waterloo Regional Airport AECOM Project #60695167 Reconstruct Taxiway A Nest AECOM AECOM 501 Sycamore Street Suite 222 Waterloo, Iowa 50703 www.aecom.com ADDENDUM NO. 1 TO THE RECONSTRUCT TAXIWAY A WEST FAA AIP 3-19-0094-056 (BIL) WATERLOO REGIONAL AIRPORT WATERLOO, IOWA AECOM #60695167 319-232-6531 tel 319-232-0271 fax Date: March 27, 2023 Bids Close: March 30, 2023, 1:00 p.m. TO ALL BIDDERS ON THE ABOVE PROJECT: All bidders submitting a bid on the above contract shall carefully read this Addendum and give it consideration in the preparation of their bid. I. Notice to Bidders and Notice of Public Hearing: 1. In both above -referenced Notices, revise the paragraphs labeled "Opening of Bids" to read: "All proposals received will be opened in the Harold E. Getty Council Chambers at City Hall, in the City of Waterloo, Iowa, on the 30th day of March 2023, at 1:00 p.m., and the proposals will be acted upon at such later time and place as may then be fixed. The bid opening will be livestreamed on YouTube and made available on the City website". • II. General: 1. As noted in the pre -bid meeting held on March 16, 2023, it is not anticipated that construction will begin on this project until Spring of 2024. III. Attachments: None IV. Any revisions or clarifications to the bid documents made by this Addendum shall be considered as the same revision or clarification to any and all related areas of the bid documents not specifically called out in this Addendum. V The bidder shall acknowledge receipt of this Addendum by inserting the Addendum number and date in the spaces provided on page P-1 of the PROPOSAL FORM. Failure to insert the appropriate Addendum number(s) and date(s) for any and all Addenda issued on this project could cause your submittal to be considered non -responsive. David B. Hughes, PE Project Manager AECOM david.hughes@aecom.com \\na.aecomnet.comUfs\AMER\Waterloo-USWAT1IDCS\Projects\TRN\60695167_ALO_TXWY_A_West_Recon1500_Deliverables1503_100 Percent Design SubmittafWddendum No. 1\ADDENDUM NO 1.docx BID BOND KNOW ALL MEN BY THESE PRESENTS, that we Cedar Valley Corp., LLC as Principal, and Liberty Mutual Insurance Company as Surety are held and firmly bound unto the Waterloo Regional Airport, 2790 Livingston Lane, Waterloo, Iowa, hereinafter call "Owner", in the penal sum of Five Percent (5%) of the Total Amount Bid Dollars ($ 5% ) lawful money of the United States, for the payment of which sum will and truly be made, we bind ourselves, our heirs, executors, administrators, and successors, jointly and severally, firmly by these presents. The condition of this obligation is such that whereas the Principal has submitted the accompanying bid, dated March 30 ,202 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 23rd day of March , 2023. Principal By (Title) Wi LI4M C. C4+.+3awood SeN, a. Dees 13ws,4vvr Cedar Valley Corp., LLC (Seal) Suret By (Attorne}.I -Fact) Stacy Venn Liberty Mutual Insurance Company (Seal) FAA AIP #3-19-0094-056-2023 BIL AECOM Project 1160695167 P-10 Waterloo Regional Airport Reconstruct TaxiwayA West Liberty Mutual. SURETY This Power of Attorney Iints the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Corrpary is a corporation duly organized older the tat s of the State of New Hampshire, that Liberty Matual Insurance Company is a corporation du& organized under the lam of the State of Massachusetts, and West American Insurance Company is a corporation duly organized under the laws of the State of Irxiana (herein collectively called the -Conpares), pursuant to and by authority herein set forth does hereby narre, constitute and appoint, Anne Crowner, Brian M. Deimerly, Cindy Bennett, Craig E. Hansen, Dione R. Y oung, j ay D. Freiermuth, Seth D. Rooker, Stacie Christensen, Stacy Venn, Tim McCulloh Certificate No: 8205943-190056 all of the city of Waukee state of IA each individually if there be more than one named, its true and Iawfti attorney -in -fact to make, execute, seal, ackrxnnlecge and deliver; for and on its behalf as suety and as its act and deed, ary and all undertakings, bonds, recagrizances and other surety obligations, in pursuance of these lxesents and shall he as bintcirg rpco the Companies as if they have been duly signed bj the president and attested by the secretary of the Companies in their anti proper persons. IN WITNESS WHEREOF, this Paner of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 13th clay of J uly , 2021 . By: Liberty Mutual Insurance Company The Oho Casualty Insuance Company West American Insuance Corrpary zfi4,z / , • David M Carey, Assistant Secretary State of PENNSYLVAiNIA County of MONTG OWE RY ss On this 13th day of J uly , 2021 before rre personally appeared David M Carey, who acknaMedged hintelf to be the Assistant Secretary of Liberty Mitual Insurance Company, The Ohio Casuafry Company, and West Pyrenean Insurance Company, and that he, as such beirg authorized so to do, execute the foregoing irrtrurrent for the Ixalxases therein contained try signing on behalf of the corporations by himself as a duly authorized officer. IN WITNESS WHEREOF, I have hereunto subscribed my narre and affixed rry notarial seal at Kirg of Prussia, Permytvarra, on the day and year first above written Commonwealth of Pennsylvania - Notary Seal Teresa Pastella, Notary Pub;'c Montgomery County My comm'ssion expires March 28, 2025 Commission number 1126044 !ember, Pennsylvan'a Association or Notaries By: Teresa Pastella, Notary Public This Paner of Attorney is made and executed pursuant to and by authority of the fdlanirg By-IatAs and Authorizations of The Ohio Casualty Insurance Company, Liberty Ritual Insurance Company, and West Arerican Insurance Conparyv arch resdt.ations are nom in full force and effect reacing as follons: ARTICLE N " OFFICERS: Section 12. Paner of Attorney. Any officer or other official of the Corporation authorized for that purpose in writing bj the Chairman or the Presider* and subject to such limitation as the Chairman or the President riuy prescribe, shall appoint such attorneys -in -fact; as may be necessary to act in behalf of the Corporation to make, execute, seal, acknonledge and deliver as surety any and all undertakings, bonds, recogrizarces and other surety obligations. Such attorneys -in -fact subject to the 'irritations set forth in their respective poners of attorney, shall have full paver to bind the Corporation by their signature and execution of any such insmarnents and to attach thereto the seal of the Corporation When so executed, such instaurents shall be as bincing as if signed by the President and attested to by the Secretary. Any paver or authority granted to ary representative or attorney -in -fact udder the provisions of this article may be revoked at any tirre by the Board the Chairman the President or by the officer or officers grantirg such paver or authority. ARTICLE XIII - Execution of Contracts: Section 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in vuitirg by the chairman or the president; and subject to such 'irritations as the chairri en or the president may prescribe, shall appoint such attorneys -in -fact; as tiny be necessary to act in behalf of the Corrpary to make, execute, seal, ackmAledge and deliver as surety any and all urciertakirgs, bonds, recognzarces and other suety obligations. Such attorneys -in -fact sut,ect to the 'irritations set forth in their respective panels of attorney, shall have fall paver to bind the Corrpary by their signature and execution of any such instrurrerts and to attach thereto the seal of the Corrpary. When so executed such instrt rents shall be as biiacirg as if signed by the president aril attested by the secretary. Certificate of Designation - The President of the Company, actirg pusuant to the Bylaws of the Company, authorizes David M Carey, Assistant Secretary to appoint such attorneys -in - fact as may be necessary to act on behalf of the Company to make, execute, seal, ackrxawledge and deliver as surety any and all undertakings, bonds, recognzances and other surety obligations. Authorization - By unanimous consent of the Conparys Board of Directors, the Company consents that facsimile or mechanically reproduced sigmtue of any assistant secretary of the Company, wherever appearing upon a certified copy of any parer of attorney issued by the Company in connection with surety bails, shall be valid and birxirg upon the Company vuth the same force and effect as thagh rranualty affixed I, Renee C. Lleweltyrt the lndersignred, Assistant Secretary, The Oho Casualty Insurance Corrpary, Liberty Nltual Irtsutarce Company, and West American Insurance Company do hereby certify that the original paver of attorney of Mich the foregoirg is a full, true and correct copy of the Poser of Attorney executed by said Compares, is in full force and effect and has riot been revoked IN TESTIMONY WHEREOF, I have lreretrto set my hard and affixed the seals of said Compares this 23rd day of a)io 5 co o-c oc E U a) as 0O >>— aa •cB E O Q) Q o 9-O O N OCN 0L , 0 (13 To -0 O c o a) L co O tL o- By: March 2023 • Szi(claata-- Renee C. Llewellyn Assistant Secretary LMS-12873 LMIC OCIC WAIC Multi Co 0221