HomeMy WebLinkAboutBuilders Chicago Corp.a)inaaS Pa»ed paalutl )Vd LZ/S £0LS6L0L0
woYsdn•MMM;e a)lloN /oeAp
10 ales aql wo.l; ano ado 01 JO sa
sdr`
Iumo ummt
P6 nlm1: I
®papaS
pat
p
®pappadx3 apron
®aid Ae
®ssaadxa apron
®a!b /del
Ise) puas lou oa
elpaw )luoJpala
)-Idx3 Sdfl :aloN
ua ssaadxa Sdfl
ql Jo4 AJIlenb of •
iodwl/woDsdn
0 uleJaJ 'amen
saadx3 Sdfl aql •
�s Ieuoi;euaa4up
ow 2ulg8laM io
dn sSal JO zo 8
nuapuodsauoe
gl�o�A4Ilenbol •
Jdlgs Msawoa
id e ainpatps
►pOD bb uns
-pallglgoad Mel -s-p of /ueJI.uo) uolsJanla .suollelnSad uollealslulwpd laodx3 ay} gTIM a?uepao»e uI S'fl aql wog_
paliodxa aJaM aJeM4..jos JO A2o1ou11Dal'sampowwoa asagl -(„uolluanuo) 21Wo„ aqa.) peod Aq spoo0;o ae!_ue) Ieuollewalul aql JoJ pealuo) aql
uo uonuanuo) ow. ao/pue („uolluanuo) MesaeM„ awe) » v Aq aewe3 leuouewalul of 2ullelad salnd ulelJap 4o uolle)L}lup aql ao4 uolluanuop aql Aq
• - - meotttom—a,nnni'PuiddigS leuon.ewalui
>{uelq:gnoge
dll
• ••.t.4
• •
.••r• V,
VIP40.41440%041%%
•• •S••
•••ti+ •w S
•
`•:*•)•.w. • •• • •
iver
.•• ;..
1
v n-
_ig •
mCr
arm
lamO��
O-<
in
r
rwcwm
XxXAM
O.0p Nm
mZnN
n
rZn
v
m
m O
n
r
O
8
0
r
r
Oat
CITY CLERK
re
Extremely Urgent
of 3L ILDERs CittCA&a bkr
lot ?AssE0 Cat.g. 3oAea i ac..tou�
FA't FR Ojtci_
NA 3..1c1, oo ` f -2 01$
Fikcs Cvv Li E CC SoPito; N to got D o e
fA PR or afar i\?)% 3 -- visociatti-ao AS'
ct'ny CLERti
Magewi c-ticaT
14�reub 50103
V) tat R L OD RE 6, o ,N) AL
A2Po vci_
REP LAcC n-s5CN btu
36 pfzut N 6 ro �� &c
BUILDERS CHICAGO CORP.
WATERLOO
REGIONAL AIRPORT
Waterloo Regional Airport:
Replace Passenger Boarding Bridge,
Construct Fixed Walkway and Remark Terminal Apron
FAA #3-19-0094-057-2025
BUILDERS CHICAGO CORP.
WATERLOO
hLuICNAL r•lki'GF I
Date: April 22, 2025
From: Builders Chicago Corp
Contact: Tony Thompson
Cell: 817-368-5360
E-Mail: tthompson@builderschicago.com
City of Waterloo
715 Mulberry Street
Waterloo, Iowa 50703
Attention: City Clerk of the City of Waterloo, Iowa
Reference: Waterloo Regional Airport: FAA #3-19-0094-057-2025
Dear Sir or Ma'am,
I am pleased to submit our bid for FAA Project #3-19-0094-057-2025 at Waterloo Regional Airport. With
a proven track record, we are committed to delivering high -quality, compliant solutions that align with
the airport's regulations and operational standards.
Compliance is at the core of our approach. Our team adheres to all FAA, state, and local aviation
regulations, ensuring that every aspect of our work meets or exceeds the required standards.
Additionally, our compliance framework encompasses environmental responsibility, workplace safety,
and industry best practices.
Our experience working in regulated environments positions us to seamlessly integrate with Waterloo
Regional Airport's operational needs while maintaining full regulatory compliance.
While we did not meet the full DBE goal percentage, we have partnered with a contractor who is
currently in the process of obtaining certification through the Iowa DOT. Once certified, this contractor
will contribute an additional $112,167.00 toward our goal prior to contract execution, bringing us closer
to achieving compliance. Our Good Faith Effort is attached.
We welcome the opportunity to discuss our bid further and demonstrate how Builders Chicago Corp can
contribute to the success of this project. Thank you for your time and consideration.
Sincerely,
Tony Thompson
Airport Project Sales Manager
ADDENDUM NO. 2
PROPOSAL FORM
FOR
PASSENGER BOARDING BRIDGE
FAA AIP #3-19-0094-057-2025
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 cs la Partnership consisting of
the following partners' Builders Chicago Corp , 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 Replace Passenger Boarding Bridge, FAA #3-19-0094-057-2025, 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:
• Removal and disposal of the existing passenger boarding bridge.
• Supply and installation of a new passenger boarding bridge including foundations, walkway sections, complete
passenger boarding and necessary items to make fully functional.
• Removal and replacement of pavement marking on the existing aircraft parking apron.
3. The undersigned, in compliance with your Invitation for Bids dated 04.24.2025 , hereby proposes to do the
work called for in said Contract and Specifications and shown on said Plans and Addendum Nos.
and to furnish all materials, tools, labor and all appliances and appurtenances necessary for
the said work at the following rates and prices:
FAA AIP #3-19-0094-057-2025 P-1 Waterloo Regional Airport
AECOM #60747501 Passenger Boarding Bridge
Itemized Proposal
Waterloo Regional Airport
Waterloo, Iowa
Project: Passenger Boarding Bridge
FAA #3-19-0094-057-2025
ADDENDUM NO. 2
Item
No.
Spec
No.
Description
Unit
Estimated
Quantity
Unit
Bid
Price
Total
Bid
Price
Base
Bid
1
C-105
Mobilization
LS
1
$ 37,298.86
$ 37,298.86
2
Plans
Remove and
Passenger
Boarding
Dispose
Bridge
of
Existing
LS
1
$ 7,890.14
$ 7,890.14
3
Plans
Construction
Barricades
LS
1
$
628.00
$ 628.00
4
Plans
Traffic
Control
LS
1
$
1,884.00
$ 1,884.00
5
P-620
Pavement
Marking
Removal
SFT
6,700
$ 3.58
$ 23,983.32
6
P-620
Apron
Pavement
Marking
SFT
4,300
$ 4.52
$ 19,442.88
7
03 3000
Foundations
Boarding
Walkway
Bridge
for Passenger
and
Fixed
LS
1
$ 148,598.71
$ 148,598.71
8
26
0000
Electrical
Service
LS
1
$ 100,306.62
$ 100,306.62
9
23 7416
Roof
Top
Air
Handling
Unit
LS
1
$ 24,999.13
$ 24,999.13
10
23 7416
Preconditioned
Unit
Air
Handling
LS
1
$ 180,000.46
$ 180,000.46
11
26
0850
400HZ/28
Ground
VDC
Power
Combination
Unit
LS
1
$ 51,492.23
$ 51,492.23
12
33 7713
Supply
Passenger
and
Install
Boarding
Apron
Bridge
Drive
LS
1
$ 1,166,245.83
$ 1,166,245.83
13
33 7713
Supply
Boarding
and
Bridge
Install
Walkway
Passenger
LS
1
$ 311,107.75
$ 311,107.75
14
33 7713
Freight
LS
1
$ 40,047.91
$ 40,047.91
15
P
605
Clean
Joints
and
Reseal
Pavement
LFT
10,500
$ 6.28
$ 65,940.00
Total
Base Bid
$ 2,179,865.85
Item
No.
Spec
No.
Description
Unit
Estimated
Quantity
Unit Bid
Price
Total
Bid
Price
DEDUCT
ALTERNATE
BID
(IF
NOT
PROVIDING
PRICING
FOR
REFURBISHED
WALKWAY
ENTER
$0.00 and Add Note)
1
Plans
Provide
Refurbished
Walkway
LS
1
$0.00
$0.00
Total
Deduct
Alternate
(NO
BID)
$0.00
Item
No.
Spec
No.
Description
Unit
Estimated
Quantity
Unit
Bid
Price
Total
Bid
Price
Add
Alternate
Bid
1
Plans
Provide
Baggage
Slide
LS
1
$ 9,241.40
$ 9,241.40
Total
Add
Alternate
$ 9,241.40
Total
Base Bid
Less Deduct
Alternate
(NO
BID)
$0.00
Total
Base Bid
Plus
Add
Alternate
$ 2,189,107.25
FAA AIP #3-19-0094-057-2025
AECOM #607475501
P-2
Waterloo Regional Airport
Passenger Boarding Bridge
ADDENDUM NO. 2
4. It is the Airports intention to evaluate bids reviewing both the Base Bid and Deduct 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 minus the deduct 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 ONE HUNDRED TWENTY
(120) days after the opening of the bids, that he will execute the Contract in accordance with the bid as
accepted and give Contract (Performance and Payment) bond on attached forms within fifteen (15) days after
the prescribed forms are presented for signature.
10. The undersigned understands, award of contract is contingent upon receipt of project funding from the Federal
Aviation Administration. If funding is not received, bid bonds will be returned to all bidders and the project will
be postponed.
11. The undersigned further agrees that if awarded the Contract, he will commence the work within ten (10)
calendar days after the receipt of a "Notice to Proceed" and that he will substantially complete all work
according to the terms of the entire contract within four hundred twenty (420) 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.
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
FAA AIP #3-19-0094-057-2025 P-3 Waterloo Regional Airport
AECOM #60747501 Passenger Boarding Bridge
ADDENDUM NO. 2
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)).
That as a condition for award of a Contract he shall notify the awarding official of the receipt of any
communication from EPA indicating that a facility to be utilized for performance of or benefit from the
Contract is under consideration to be listed on the EPA List of Violating Facilities.
d. To include or cause to be included in any Contract or Subcontract which exceeds $100,000.00 the
aforementioned criteria and requirements.
14. The contractor, by submission of this offer and/or execution of a contract, certifies that it:
a. is not owned or controlled by one or more citizens or nationals of a foreign country included in the list of
countries that discriminate against U.S. firms published by the Office of the United States trade
Representative (USTR);
b. has not knowingly entered into any contract or subcontract for this project with a contractor that is a citizen
or national of a foreign country on said list, or is owned or controlled directly or indirectly by one or more
citizens or nationals of a foreign country on said list;
c. has not procured any product nor subcontracted for the supply of any product for use on the project that is
produced in a foreign country on said list.
Unless the restrictions of this clause are waived by the Secretary of Transportation in accordance with 49 CFR
30.171 no contract shall be awarded to a contractor or subcontractor who is unable to certify to the above. If the
contractor knowingly procures or subcontracts for the supply of any product or service of a foreign country on
the said list for use on the project, the Federal Aviation Administration may direct, through the sponsor,
cancellation of the contract at no cost to the Government.
Further, the contractor agrees that, if awarded a contract resulting from this solicitation, it will incorporate this
provision for certification without modification in each contract and in all lower tier subcontracts. The contractor
may rely upon the certification of a prospective subcontractor unless it has knowledge that the certification is
erroneous
The contractor shall provide immediate written notice to the sponsor if the contractor learns that its certification
or that of a subcontractor was erroneous when submitted or has become erroneous by reason of changed
circumstances. The subcontractor agrees to provide immediate written notice to the contractor, if at any time it
learns that its certification was erroneous by reason of changed circumstances.
This certification is a material representation of fact upon which reliance was placed when making the award. If
it is later determined that the contractor or subcontractor knowingly rendered an erroneous certification, the
Federal Aviation Administration may direct, through the sponsor, cancellation of the contract or subcontract for
default at no cost to the Government.
Nothing contained in the foregoing shall be construed to require establishment of a system of records in order
to render, in good faith, the certification required by this provision. The knowledge and information of a
FAA AIP #3-19-0094-057-2025 P-4 Waterloo Regional Airport
AECOM #60747501 Passenger Boarding Bridge
ADDENDUM NO. 2
contractor is not required to exceed that which is normally possessed by a prudent person in the ordinary
course of business dealings.
This certification concerns a matter within the jurisdiction of an agency of the United States of America and the
making of a false, fictitious, or fraudulent certification may render the maker subject to prosecution under Title
18, United States Code, Section 1001.
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.
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 ONE HUNDRED TWENTY (120) days from the opening thereof.
CERTIFICATIONS BY BIDDER
a. The undersigned hereby declares and certifies that the only parties interested in this proposal are named
herein and that this proposal is made without collusion with any other person, firm or corporation. The
undersigned further certifies that no member, officer or agent of OWNER'S has direct or indirect financial
interest in this proposal.
b. Certification Regarding Lobbying
The Bidder or Offeror certifies by signing and submitting this bid or proposal, to the best of his or her
knowledge and belief, that:
1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the Bidder or
Offeror, to any person for influencing or attempting to influence an officer or employee of an
agency, a Member of Congress, an officer or employee of Congress, or an employee of a
Member of Congress in connection with the awarding of any Federal contract, the making of any
Federal grant, the making of any Federal loan, the entering into of any cooperative agreement,
and the extension, continuation, renewal, amendment, or modification of any Federal contract,
grant, loan, or cooperative agreement.
2. If any funds other than Federal appropriated funds have been paid or will be paid to any person
for influencing or attempting to influence an officer or employee of any agency, a Member of
Congress, an officer or employee of Congress, or an employee of a Member of Congress in
connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned
shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in
accordance with its instructions.
3. The undersigned shall require that the language of this certification be included in the award
documents for all sub -awards at all tiers (including subcontracts, subgrants, and contracts under
FAA AIP #3-19-0094-057-2025 P-5 Waterloo Regional Airport
AECOM #60747501 Passenger Boarding Bridge
ADDENDUM NO. 2
grants, loans, and cooperative agreements) and that all sub -recipients 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 $100,000 for each such failure.
c. Trade Restriction Certification
By submission of an offer, the Offeror certifies that with respect to this solicitation and any resultant contract,
the Offeror —
1. is not owned or controlled by one or more citizens of a foreign country included in the list of
countries that discriminate against U.S. firms as published by the Office of the United States
Trade Representative (USTR);
2. has not knowingly entered into any contract or subcontract for this project with a person that is a
citizen or national of a foreign country included on the list of countries that discriminate against
U.S. firms as published by the USTR; and
3. has not entered into any subcontract for any product to be used on the Federal project that is
produced in a foreign country included on the list of countries that discriminate against U.S. firms
published by the USTR.
This certification concerns a matter within the jurisdiction of an agency of the United States of America and
the making of a false, fictitious, or fraudulent certification may render the maker subject to prosecution under
Title 18 USC § 1001.
The Offeror/Contractor must provide immediate written notice to the Owner if the Offeror/Contractor learns
that its certification or that of a subcontractor was erroneous when submitted or has become erroneous by
reason of changed circumstances. The Contractor must require subcontractors provide immediate written
notice to the Contractor if at any time it learns that its certification was erroneous by reason of changed
circumstances.
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 an Offeror or subcontractor:
1. who is owned or controlled by one or more citizens or nationals of a foreign country included on
the list of countries that discriminate against U.S. firms published by the USTR; or
2. whose subcontractors are owned or controlled by one or more citizens or nationals of a foreign
country on such USTR list; or
3. who incorporates in the public works project any product of a foreign country on such USTR list.
Nothing contained in the foregoing shall be construed to require establishment of a system of records in
order to render, in good faith, the certification required by this provision. The knowledge and information of a
contractor is not required to exceed that which is normally possessed by a prudent person in the ordinary
course of business dealings.
The Offeror agrees that, if awarded a contract resulting from this solicitation, it will incorporate this provision
for certification without modification in all lower tier subcontracts. The Contractor may rely on the certification
of a prospective subcontractor that it is not a firm from a foreign country included on the list of countries that
discriminate against U.S. firms as published by USTR, unless the Offeror has knowledge that the certification
is erroneous.
This certification is a material representation of fact upon which reliance was placed when making an award.
If it is later determined that the Contractor or subcontractor knowingly rendered an erroneous certification,
the Federal Aviation Administration (FAA) may direct through the Owner cancellation of the contract or
subcontract for default at no cost to the Owner or the FAA.
d. Certification of Offeror/Bidder Regarding Debarment
By submitting a bid/proposal under this solicitation, the bidder or offeror certifies that neither it nor its
principals are presently debarred or suspended by any Federal department or agency from participation in
FAA AIP #3-19-0094-057-2025 P-6 Waterloo Regional Airport
AECOM #60747501 Passenger Boarding Bridge
ADDENDUM NO. 2
this transaction.
Certification of Lower Tier Contractors Regarding Debarment: (2 CFR Part 180, Part 200 & Part 1200)
The successful bidder, by administering each lower tier subcontract that exceeds $25,000 as a "covered
transaction", must confirm each lower tier participant of a "covered transaction" under the project is not
presently debarred or otherwise disqualified from participation in this federally -assisted project. The
successful bidder will accomplish this by:
1. Checking the System for Award Management at website: http://www.sam.gov.
2. Collecting a certification statement similar to the Certification of Offeror /Bidder Regarding
Debarment, above.
3. Inserting a clause or condition in the covered transaction with the lower tier contract.
If the Federal Aviation Administration later determines that a lower tier participant failed to disclose to a
higher tier participant that it was excluded or disqualified at the time it entered the covered transaction, the
FAA may pursue any available remedies, including suspension and debarment of the non -compliant
participant.
e. Certification of Offeror/Bidder Regarding Tax Delinquency and Felony Convictions
The applicant must complete the following two certification statements. The applicant must indicate its
current status as it relates to tax delinquency and felony conviction by inserting a checkmark (✓) in the space
following the applicable response. The applicant agrees that, if awarded a contract resulting from this
solicitation, it will incorporate this provision for certification in all lower tier subcontracts.
Certifications
1. The applicant represents that it is ( ) is not ( ) a corporation that has any unpaid Federal tax
liability that has been assessed, for which all judicial and administrative remedies have been
exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an
agreement with the authority responsible for collecting the tax liability.
2. The applicant represents that it is ( ) is not ( ) a corporation that was convicted of a criminal
violation under any Federal law within the preceding 24 months.
Note
If an applicant responds in the affirmative to either of the above representations, the applicant is ineligible to
receive an award unless the Sponsor has received notification from the agency suspension and debarment
official (SDO) that the SDO has considered suspension or debarment and determined that further action is
not required to protect the Government's interests. The applicant therefore must provide information to the
owner about its tax liability or conviction to the Owner, who will then notify the FAA Airports District Office,
which will then notify the agency's SDO to facilitate completion of the required considerations before award
decisions are made.
Term Definitions
Felony conviction: Felony conviction means a conviction within the preceding twenty-four (24) months of a
felony criminal violation under any Federal law and includes conviction of an offense defined in a section of
the U.S. Code that specifically classifies the offense as a felony and conviction of an offense that is classified
as a felony under 18 USC § 3559.
Tax Delinquency: A tax delinquency is any unpaid Federal tax liability that has been assessed, for which all
judicial and administrative remedies have been exhausted, or have lapsed, and that is not being paid in a
timely manner pursuant to an agreement with the authority responsible for collecting the tax liability.
f. Certification Regarding Domestic Preferences for Procurements
The Bidder or Offeror certifies by signing and submitting this bid or proposal that, to the greatest extent
practicable, the Bidder or Offeror has provided a preference for the purchase, acquisition, or use of goods,
FM AIP #3-19-0094-057-2025 P-7 Waterloo Regional Airport
AECOM #60747501 Passenger Boarding Bridge
ADDENDUM NO. 2
products, or materials produced in the United States (including, but not limited to, iron, aluminum, steel,
cement, and other manufactured products) in compliance with 2 CFR § 200.322.
g. FAA Buy American Preference
The Contractor certifies that its bid/offer is in compliance with 49 USC § 50101, BABA and other related
Made in America Laws, U.S. statutes, guidance, and FAA policies, which provide that Federal funds may not
be obligated unless all iron, steel and manufactured goods used in AIP funded projects are produced in the
United States, unless the Federal Aviation Administration has issued a waiver for the product; the product is
listed as an Excepted Article, Material Or Supply in Federal Acquisition Regulation subpart 25.108, or is
included in the FAA Nationwide Buy American Waivers Issued list.
The bidder or offeror must complete and submit the certification of compliance with FAA's Buy American
Preference, BABA and Made in America laws included herein with their bid or offer. The Airport
Sponsor/Owner will reject as nonresponsive any bid or offer that does not include a completed certification of
compliance with FAA's Buy American Preference and BABA.
The bidder or offeror certifies that all constructions materials, defined to mean an article, material, or supply
other than an item of primarily iron or steel; a manufactured product, cement and cementitious materials;
aggregates such as stone, sand, or gravel; or aggregate binding agents or additives that are or consist
primarily of: non-ferrous metals; plastic and polymer -based products (including polyvinylchloride, composite
building materials, and polymers used in fiber optic cables); glass (including optic glass); lumber; or drywall
used in the project are manufactured in the U.S.
(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;
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 #3-19-0094-057-2025 P-8 Waterloo Regional Airport
AECOM #60747501 Passenger Boarding Bridge
The Bidder shall indicate whether the bid is submitted by a/an:
❑ Individual, Sole Proprietorship
❑ Partnership
DI Corporation
❑ Joint -venture: all parties must join -in and execute all documents
❑ Other
Respectful y-tuLJmitted,
By
COO
Bidder
Signature
Title
93 Martin Ln
Address
Elk Grove Village, IL 60007
(Include Zip Code)
224-654-2122
Telephone No.
ADDENDUM NO. 2
FM AIP #3-19-0094-057-2025 P-9 Waterloo Regional Airport
AECOM #60747501 Passenger Boarding Bridge
ADDENDUM NO. 2
NON -COLLUSION AFFIDAVIT OF PRIME BIDDER
State of Illinois )
)ss
County of Cook )
Matthew V. Crandall being first duly sworn, deposes and says that:
(1) He is Officer
Builders Chicago Corp
(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 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 n f .f:s agents, representatives,
owners, employees, or parties in interest, including this affiant.
(Signed)
Title
Subscribed and sworn to before me
this
day of April
Title
My Commission Expires
, 2025•
Operations Controller
v5 f �`% , 2o2a
CHRISTOPHER RYAN ROCKE
OFFICIAL SEAL
Notary Public State of Illinois
Commission No. 995448
My Commission Expires August 19, 2028
FAA AIP #3-19-0094-057-2025
AECOM #60747501
P-11 Waterloo Regional Airport
Passenger Boarding Bridge
ADDENDUM NO. 2
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
Passenger Boarding Bridge
FAA #3-19-0094-057-2025
Builders Chicago Corp
COMPANY
Richard C. Crandall
EXECUTIVE OFFICER
Matthew V. Crandall
AFFIRMATIVE ACTION OFFICER
ADDRESS OF THE AFFIRMATIVE ACTION OFFICER
93 Martin Ln, Elk Grove Village. IL 60007
PHONE NUMBER 224.654.2122
FAA AIP #3-19-0094-057-2025 P-13 Waterloo Regional Airport
AECOM #60747501 Passenger Boarding Bridge
ADDENDUM NO. 2
Buy America Certification
(Title 49 U.S.C. Section 50101)
PROJECT
NAME:
Passenger
Boarding
Bridge
AIRPORT
NAME:
Waterloo
Regional
Airport
AIP
NUMBER:
3-19-0094-057-2025
This solicitation and any resulting contract are subject to the Buy America requirements of 49 U.S.C. Section 50101 The
bidder certifies it, and all associated subcontractors will comply with the Buy American preferences established under Title 49
U.S C. Section 50101 as follows:
U.S.C. Section 50101 - Buying goods produced in the United States
(a) Preference. - The Secretary of Transportation may obligate an amount that may be appropriated to carry out section 106(k),
44502(a)(2), or 44509, subchapter I of chapter 471 (except section 47127), or chapter 481 (except sections 48102(e), 48106,
48107, and 48110) of this title for a project only if steel and manufactured goods used in the project are produced in the United
States.
(b) Waiver. - The Secretary may waive subsection (a) of this section if the Secretary finds that -
(1) Applying subsection (a) would be inconsistent with the public interest;
(2) The steel and goods produced in the United States are not produced in a sufficient and reasonably available amount or are
not of a satisfactory quality;
When procuring a facility or equipment under section 44502(a)(2) or 44509, subchapter I of chapter 471 (except section
47127), or chapter 481 (except sections 48102(e), 48106, 48107, and 48110) of this title -
A. The cost of components and subcomponents produced in the United States is more than 60 percent of the cost of all
components of the facility or equipment; and
B. Final assembly of the facility or equipment has occurred in the United States; or
(4) Including domestic material will increase the cost of the overall project by more than 25 percent.
(c) Labor Costs. - In this section, labor costs involved in final assembly are not included in calculating the cost of components.
(3)
As a matter of bid responsiveness, the bidder or offeror must complete and submit this certification with their bid proposal. The
bidder must sign and date the certification. The bidder/offeror must indicate how they propose to comply with the Buy America
provision by selecting one of the following certification statements.
■
19
The bidder hereby certifies that it will comply with Title 49 U.S.0 Section 50101(a) by only installing steel
and manufactured products produced in the United States of America. The bidder further agrees that if
chosen as the apparent low bid, it will submit documentation to the owner that demonstrate all steel and
manufactured products are 100% manufactured in the United States.
The bidder hereby certifies that it cannot fully comply with the Buy America preferences of Title 49 U.S.0 Section
50101(a); the bidder therefore requests a waiver per Title 49 U.S.0 Section 50101(b). The bidder further agrees that
upon notification from the Owner, the bidder identified with the apparent low bid agrees to prepare and submit a
waiver request and component calculation information to the owner within calendar days of the date of the
notice of apparent low bid.
Builders Chicago Corporation 04.22.2025
Bidder's Firm Name
•- fattf
Signature
Date
FAA AIP #3-19-0094-057-2025
AECOM #60747501
P-18 Waterloo Regional Airport
Passenger Boarding Bridge
ADDENDUM NO. 2
Buy America Waiver Request
Title 49 U.S.0 Section 50101 (b)
For Equipment and Vehicles Procured under the
Airport Improvement Program
Type of Waiver Request:
The bidder may request a waiver subject to the provisions of Section 50101(b)(3) or Section 50101(b)(4). The bidder may not
request a waiver under Section 50101(b)(1) or Section 50101(b)(2) Bidder is hereby advised that the Owner's approval with
the bidder's waiver request is contingent upon FAA approval. The bidder must select one of the following applicable waiver
provisions:
Section 50101(b)(3): Bidder hereby requests a waiver to Buy America preferences based upon Section 50101(b)(3).
The bidder further certifies that 60 % of the cost of components and subcomponents comprising the
equipment are produced in the United States and that final assembly occurs with the United States. (Bidder must
attach a copy of the component cost calculation table)
❑ Section 50101(b)(4). Bidder hereby requests a waiver to Buy America preferences based upon Section 50101(b)(4).
The bidder asserts provision of domestic material increases the cost of the overall project by more than 25%. (This
type of waiver is rare)
Certification Signature
In accordance with Section 50101(b), we request a waiver to the Buy America provisions based on the above certification and
attached documentation.
Builders Chi�'4a o
Bidder's F1
Ardif
Signa
04.22.2025
Date
FAA AIP #3-19-0094-057-2025 P-19 Waterloo Regional Airport
AECOM #60747501 Passenger Boarding Bridge
Buy America Certification
(Title 49 U.S.C. Section 50101)
PROJECT
NAME:
Passenger Boarding
Bridge
AIRPORT
NAME:
Waterloo
Regional Airport
AIP
NUMBER:
3-19-0094-057-2025
This solicitation and any resulting contract are subject to the Buy America requirements of 49 U.S.C. Section 50101 The
bidder certifies it, and all associated subcontractors will comply with the Buy American preferences established under Title 49
U.S.C. Section 50101 as follows:
U.S.C. Section 50101 - Buying goods produced in the United States
(a) Preference. - The Secretary of Transportation may obligate an amount that may be appropriated to carry out section 106(k),
44502(a)(2), or 44509, subchapter I of chapter 471 (except section 47127), or chapter 481 (except sections 48102(e), 48106,
48107, and 48110) of this title for a project only if steel and manufactured goods used in the project are produced in the United
States.
(b) Waiver. - The Secretary May waive subsection (a) of this section If the Secretary finds that -
(1) Applying subsection (a) would be inconsistent with the public interest;
(2) The steel and goods produced in the United States are not produced in a sufficient and reasonably available amount or are
not of a satisfactory quality;
(3) When procuring a facility or equipment under section 44502(a)(2) or 44509, subchapter I of chapter 471 (except section
47127), or chapter 481 (except sections 48102(e), 48106, 48107, and 48110) of this title -
A. The cost of components and subcomponents produced in the United States is more than 60 percent of the cost of all
components of the facility or equipment; and
B. Final assembly of the facility or equipment has occurred in the United States; or
(4) Including domestic material will increase the cost of the overall project by more than 25 percent.
Labor Costs. - In this section, labor costs involved in final assembly are not included in calculating the cost of components.
(c)
As a matter of bid responsiveness, the bidder or offeror must complete and submit this certification with their bid proposal. The
bidder must sign and date the certification. The bidder/offeror must indicate how they propose to comply with the Buy America
provision by selecting one of the following certification statements.
■
The bidder hereby certifies that it will comply with Title 49 U.S.0 Section 50101(a) by only installing steel
and manufactured products produced in the United States of America. The bidder further agrees that if
chosen as the apparent low bid, it will submit documentation to the owner that demonstrate all steel and
manufactured products are 100% manufactured in the United States.
KI The bidder hereby certifies that it cannot fully comply with the Buy America preferences of Title 49 U.S.0 Section
50101(a); the bidder therefore requests a waiver per Title 49 U.S.0 Section 50101(b). The bidder further agrees that
upon notification from the Owner, the bidder identified with the apparent low bid agrees to prepare and submit a
waiver request and component calculation information to the owner within 30 calendar days of the date of the
notice of apparent low bid.
Oshkosh AeroTech, LLC
April 15, 2025
Bidder's Firm Name -, Date
Arai
Signature
Dennis Elwood - Dir. of Finance
FAA AIP #3-19-0094-057-2025
AECOM #60747501
P-18 Waterloo Regional Airport
Passenger Boarding Bridge
Buy America Waiver Request
Title 49 U.S.0 Section 50101 (b)
For Equipment and Vehicles Procured under the
Airport Improvement Program
Type of Waiver Request:
The bidder may request a waiver subject to the provisions of Section 50101(b)(3) or Section 50101(b)(4). The bidder may not
request a waiver under Section 50101(b)(1) or Section 50101(b)(2) Bidder is hereby advised that the Owner's approval with
the bidder's waiver request is contingent upon FM approval. The bidder must select one of the following applicable waiver
provisions:
Section 50101(b)(3): Bidder hereby requests a waiver to Buy America preferences based upon Section 50101(b)(3).
The bidder further certifies that 00 % of the cost of components and subcomponents comprising the
equipment are produced in the United States and that final assembly occurs with the United States. (Bidder must
attach a copy of the component cost calculation table)
❑ Section 50101(b)(4). Bidder hereby requests a waiver to Buy America preferences based upon Section 50101(b)(4).
The bidder asserts provision of domestic material increases the cost of the overall project by more than 25%. (This
type of waiver is ram)
Certification Signature
In accordance with Section 50101(b), we request a waiver to the Buy America provisions based on the above certification and
attached documentation.
Oshkosh AeroTech, LLC
Dennis Elwood - Dir. of Finance
Signature
April 15, 2025
Date
FAA AIP #3-19-0094-057-2025 L P-19 Waterloo Regional Airport
AECOM #60747501 Passenger Boarding Bridge
ADDENDUM NO. 2
BIDDER'S INFORMATION SHEET
A. BIDDER'S CAPACITY: (Check One)
1. Individual 0
2. Co -Partnership 0
3. Corporation
B. (IF ITEM 2 IS CHECKED, COMPLETE THE FOLLOWING)
State of
Names and Addresses of Partners
4.
5.
C. (IF ITEM 3 IS CHECKED, COMPLETE THE FOLLOWING)
State of Incorporation
Names and Addresses of Officers:
President Richard C. Crandall - 93 Martin Ln, Elk Grove Village, IL 60007
Secretary Timothy Hanisch - 93 Martin Ln, Elk Grove Village, IL 60007
Treasurer Matthew V Crandall - 93 Martin Ln, Elk Grove Village, IL 60007
FAA AIP #3-19-0094-057-2025 P-14 Waterloo Regional Airport
AECOM #60747501 Passenger Boarding Bridge
Name of Bidder
ADDENDUM NO. 2
SYNOPSIS OF EXPERIENCE RECORD
(This synopsis must accompany Proposal Form.)
Builders Chicago Corp
Business Address 93 Martin Ln, Elk Grove Village, IL 60007
Individual ( ) Partnership ( ) Corporation (X) (Check One.)
Construction successfully completed within past five years similar in size, scope, and difficulty of construction to the work bid
upon.
1
Name of Owner
City of Chicago
Name of Location of Amount of
Project Protect Contract
TPAP #34 Chicago, IL - O'Hare 2.9M
2 Massport Boston Logan PBB Replacement Boston, MA - Logan 1.4M
3 American Airlines G&L Swap
4 Spirit Airlines G&L Swap
5 Fort Wayne Airport
Chicago, IL - O'Hare
1.9M
Chicago, IL - O'Hare 1.0M
PBB Replacement Fort Wayne, IN - FWA 800k
Number of Contract Days Actual Number of Days to
Allowed for Above Projects Complete above Project
1 365
2 2 years
3 18 months
330
2 years
18 months
4 180 days 120 days
5 3 years 3 years
(Signed)
Builders Chicago Corp
Name of Company
(By) Christopher Rocke
(TITLE) Operations Controller
Date 04.22.2024
FAA AIP #3-19-0094-057-2025 P-15 Waterloo Regional Airport
AECOM #60747501 Passenger Boarding Bridge
UTILIZATION STATEMENT
Disadvantage Business Enterprise
The undersigned bidder/offeror has satisfied the requirements of the bid specification in the following manner. (Please mark
the appropriate box)
❑ The bidder/offeror is committed to a minimum of 0.0% DBE utilization on this contract.
0 The bidder/offeror, while unable to meet the DBE goal of 3..4 %, hereby commits to a minimum of
;E % 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.
Builders Zago C
Bidder'sfdfffe pr's iName
� e
Signature
04.22.2025
Date
DBE UTILIZATION SUMMARY
Contract Amount
DBE Amount Contract Percentage
DBE Prime Contractor $ x 1.00 = $
DBE Subcontractor $ 331868 x 1.00 = $ 33,868
DBE Supplier $ x 0.60 = $
DBE Manufacturer $ x 1.00 = $
Total Amount DBE
DBE Goal
1.55
$ 33,868 1.55
$ 183,885 8.4
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 #3-19-0094-057-2025
AECOM #60747501
P-16 Waterloo Regional Airport
Passenger Boarding Bridge
PER ATTACHED QUOTE
Bidder/Offer
LETTER OF INTENT
Disadvantage Business Enterprise
(This page shall be submitted for each DBE firm)
Name: ,Ac e.r S C, cc,, .:") Co •riv
Address: cn c✓ f\
City: b1� Cie -Qv L v \-klev State:
171
Zip:
DBE Firm: DBE Firm: DAVIS FREIGHT MANAGEMENT, INC.
DBE Contact Person:
ADDENDUM NO. 2
Address: 13238 BROADWAY
City: ALDEN
State: NY Zip: 14004
Name: DOUGLAS HAAK Phone: (71Es 902-4244
DBE Certifying Agency: CTA Expiration Date: 1/26/2026
Each DBE Firm shall submit evidence (such as a photocopy) of their certification
status.
Classification:
■
•
Prime Contractor
Manufacturer
►:1
•
Subcontractor
Supplier
■
Joint Venture
Work item(s)
to be performed
by DBE
Description of Work Item
Quantity
Total
FREIGHT TRANSPORTATION ARRANGEMENT
The bidder/offeror is committed to utilizing the above -named DBE firm for the work described above. The estimated
participation is as follows:
DBE contract amount:
Percent of total contract: t- S"c
AFFIRMATION:
The above -named DBE f ffirms that it will perform the portion of the contract for the estimated dollar value as stated
above.
By:
VICE PRESIDENT
(Signature)
(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.
FAA AIP #3-19-0094-057-2025 P-17 Waterloo Regional Airport
AECOM #60747501 Passenger Boarding Bridge
IWA
DOT
R17:1 REYNOLDS. GOVERNOR SCOTT MARLER, IOWA DOT DIREC1OR
MELISSA GILLETT, IOWA DOT COO
Wendy Davis Schlabach
Davis Freight Management, Inc.
13228 Broadway
Alden, NY 14004
RE: DBE Annual Declaration Of Eligibility
Ms. Davis Schlabach,
IOWA DEPARTMENT OF TRANSPORTATION
OFFICE OF THE DIRECTOR
800 Lincoln Way
Ames, IA 50010
515-239-1111
www.iowadot.gov
October 31, 2024
VIA ELECTRONIC MAIL
This letter confirms receipt of your annual Declaration Of Eligibility 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 until the anniversary of your certification with your Jurisdiction of Original Certification.
The DBE Directory, located at https://secure.lowadot.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: 484220 493110, 484121, 488510, 541614
Work Types: General freight trucking, Tong -distance, truckload (TL); Specialized Freight (except
Used Goods) Trucking, Local; Freight Transportation Arrangement; General
warehousing and storage; Process, Physical Distribution, and Logistics Consulting
Services
As a DBE, you have the responsibility to comply with all aspects of 49 C.F.R. Part 26; maintain an
accurate mailing address, e-mail address and phone number with Iowa DOT and promptly return all
solicitation inquiries. If you have any questions, please contact this office.
Sincerely,
amietvacagmivt.
Danny Wagener
Civil Rights Compliance Officer
Received a quote for concrete
excavation and foundation works.
Utilized their quote. They are In the
process of being certified. They
should be certified by the time the
project begins. Did not Inlcude In
DBE •ercenta .e.
Received quote for freight. Used in
f bid.
I No Response
INo Response
INo Response
I No Response
Z
O
73 0
N
D
O
J
N
0
Lo Response
I No Response
I No Response
I No Response
INo Response
�No Response
No Response
No Response
INo Response
I No Response
INo Response
INoResponse
Interested. Sent plans for markings.
Received slighly higher quote than
non -DBE. Utilized this DBE In our bid.,
Did not receive their cerlflcation and
LOI in time. butwilt rtllize them once
project commences.
Received quote for traffic control.
Quote was much higher than non -
DBE contractors. Could not use.
asuodsaa oNI
INo Response
Interested in materials supply. Sent
dots/plans. No response
No Response
No Response
No Response
Z
0
n
an
D
0
J
N
0
No Response
Z
0
W
ana
D
0
J
N
0
No Response
INo Response
No Response
Provled a quote. Quote was much
higher than other non -DBE
contractors. Could not use.
0
0
n
FpN
,)
Cut and Fill LLC
(Davis Freight Management, Inc.
Willamette Technical Fabricators. LLC
Singh & Associates. Inc.
1Servitech,Inc.
Serrml Products, LLC
Prairie Engineers. P.C.
r
• —
n
•
(D
D
H
3
Co
0
-(
0
n
=
J
0
O
n
f
•
n
Hard Rock Sawing& Drilling Specialists Co.
(n
n
"
0
Everlights, Inc.
EJO Ventures, LLC
DND Electric, Inc.
CDA Services, Inc.
Banks Electric Corporation
ToppertJettingService, Inc
Thunder Road. LLC
Rockette Trucking & Construction Ltd.
Roberts Traffic Marking Corp.
Parking Lot Specialties, LLC
OEL Construction Services, Inc.
Midwest Contractors, Inc.
Mid States Rebar and Supply, Inc.
Leader Construction Company
Kaskaskia Engineering Group. LLC
Al Hernandez Construction. LLC
I&A Construction. LLP
Dormark Construction Co.
_
3
o
n
C
O
J
N
J
2
Davidson Trucking, Inc. dba Davidson
Construction Supply
Crowley Construction Corp.
Collins Concrete LTD
AdvancedTraffic Control. Inc.
o
a
26639 W Commerce Dr., Suite 40
13238 Broadway
8444 N.W. St. Helens Rd.
230 W. Monroe Street, Suite 1400
13892 E. Smith Drrve
1308 N. WalnutSt
404 North Main Street
304 Roma Jean Parkway
8362 Pines Blvd.; 0131 1
N628 S. E. Bass Lake Rd.
8675 West 96th St.
1020 Bonaventure Dr.
612 Hangar Lane, Suite 223
F•
1-+
r
m
i
0
O
N
C)
0
98 Clinton Road
2840 Chicago Ave. S. 86
1350 10th Street
W29753549 Boettcher Rd.
16553 East Mission Road
2210 Hayes St.
3040 Gateway Dr.
0
C)
�
<
CD
o
a
(/)
308 Franklin St.
3221 73rd Street
6665 N.E. 12th Ave.
208 East Main St., Suite 100
140 E. Tilden St.
1416 Pierce Street
3310 SW Brookside Drive
N
W
v~i
r9u
z
155 E. SR 38
1353 N 68th Street
1129W. 3rd Street
o
Alden
0nO
3
a
n
:]
o
C
O
C-)a=
Pittsburgh
E
(T
0
Streamwood
Pembroke Pines
Keshena
Overland Park
Elk Grove Village
Co
to
<
Des Plaines -
6
(D
3
J
CD
n
o
—
N
East Moline
Waukesha
Strawberry Point
2
O
0
0
a
0
N
0
Steamboat Rock
0
n
a
0
;�
Atkins
Pleasant Hill
-
0
o
o
CO
O
C
2
Grimes
Co
n-
'0C-
Creston
Wauwatosa
o
<
JJ
Cedar Rapids
0
4GfO
r
Oyf
Zr
z
r
D
D
D
D
D
D
r
D➢
D
Q
Fr.
D
D-A
O
0
V
(a
14004
97231
0
0)
0
0)
I80011
66762
62236
0
r
0
V
33024
54135
66213
60007
37217
0
0
F+
03
07004
55407
61244
53189
52076
Ca
0
N
0
50047
50672
50613
52206
50327
62220
52162
1-4
1.-+
O
CO
0
)-.
F-•
1-+
O
(0
(J
0
158075
0)
1-1
1-4
W
153213
N
CO
O
N
52408
-(
CO
o
1/16/2013 12:00:00 AM
8/13/2024 12:00:00 AM
7/27/1992 12:00:00 AM
12/1/2023 12:00:00 AM
9/6/2023 12:00:00AM
6/12/2019 12:00:00 AM
7/1/2002 12:00:OOAM
7/7/2021 12:00:OOAM
2/5/2014 12:00:OOAM
1/6/2022 12:00:00AM
(n
O
V
F•
M
p
o
O
o
D
3
10/21/2020 12:00:00 AM
4/10/2017 12:00:00AM
2/1/201612:00:OOAM
1/8/2024 12:00:OOAM
1/ 19/201712:00:00 AM
12/15/2023 12:00:00AM
11/18/1987 12:00:00AM
3/17/2025 12:00:00 AM
A
r+
N
1-I-.
V
Fa
N
O
0
6
O
3
(n
m
0
CO
F•
N
O
O
p
o
>
3
5/9/1994 12:00:00AM
3/2/1992 12:00:00 AM
3/17/2009 12:00:00AM
(n
F
o
N
OI-•
0
F+
N
O
0
O
o
3
7/18/2024 12:00:00AM
8/23/2013 12:00:00AM
6/2/1983 12:00:00AM
2/12/2024 12:00:00AM
4/26/2017 12:00:00 AM
7/26/2013 12:00:00 AM
11/17/2003 12:00:00AM
12/31/2013 12:00:00 AM
237310,238910,561730
484220, 493110, 484121,488510, 541614
CO
CO
N
W
541330 1
236220. 238210, 541611
332312,334515,423860,332311,332618
541330. 541370. 541620
334418.334419
541512,541618,238210 -
238990 -
541330. 541350, 541511
0)
N
1-4
~
w
CT)
0
237130, 238210, 517911, 541512, 561621, 541611, 541850, 722310, 722511, 722513,
451212, 517410, 517110, 517210
237130
238210. 238220. 488210. 811198
238210 -_
237110,237310.238910.238990,561730,561790,562112
237310,238990
237310, 561730. 238910.484220
237310,238990
238990,561790,237310
237310,238990.561730,237990
237310, 238990, 561990 -
237310, 238110, 238910, 238990, 238190.237990. 238120. 237110, 561990, 332618,
331110,331221.332312.423930.424310,424690,424610.423390.423510
237310.237990
237310, 238910. 541330, 237990, 237130.238110. 541360, 541620, 561990
N.))
43
V
(a
1•
0
CO
F.IA
F•
0
237310.237990,237110
237310,238110,238120 -- - -
237310,332216 - -
237310, 325520, 423320,423510, 484220
237310.238990 -
237310,238910.561730
237310,238120
4. 3
V)
n
n
U
c
n
'
J
Caucasian
CO
U
n
JC
fn
C
CT
n
OUJ
JJ
.r
S
0
D
U
J
2
N
D
n
2
N
-0
U
n
Caucasian
Ca
J
U
n
--
Co
J
U
n
o
Native American
Subcontinent Asian
n
CI
C
on
u
CO
U
n
C
2
N
'0C
U
J
n
()
U
on
N
i
J
CO
U
n
J
Caucasian
2
N
D
U
J
n
0
U
C
n
U
N
J
0
U
C
n
N
C./
J
2
N
-0C
U
J
O
00
CI
nN
U
uuun
J
C./
C
nN
U
J
0
C.)
C
0
nN
J
2
0-
.0C
U
JJJ-0J
0
CIy
CI
C./
J
2
D
U
2
y
.00
U .
D
N,
>
n
-•
n
0
C./U
C
U
nN
J
0
C
CI
Cl
C.I
J
OM
U
C
nN
U
i
J
N
-0
U
S
N
D
0
JN
n
*
W
m
*
CO
m
*
CO
m
*
CO
m
*
CO
C1
3
W
m
*
W
m
*
CO
m
3
CO
m
*
T
*
W
*
CO
3
CO
3
co
*
m
3
m
*
co
m
*
co
m
*
co
m
*
W
m
3
co
m
*
co
m
*
co
m
*
co
m
3
W
m
*
CO
m
3
CO
m
3
W
m
z
W
m
*
CO
m
m
*
W
m
*
m
m
*
m
m
3
CO
m
(i
b
y
•
1.
•
•
1.
Document A310 TM - 2010
Conforms with The American Institute of Architects MA Document 310
Bid Bond
CONTRACTOR:
(Name, legal status and address)
Builders Chicago Corporation
93 Martin Lane
Elk Grove Village, IL 60007
OWNER:
(Name, legal status and address)
Waterloo Regional Airport
2790 Livingston Lane
Waterloo, IA 50703
BOND AMOUNT: 5%
SURETY:
(Name, legal status and priuclpal place (f hrccirtces.%)
Ohio Farmers Insurance Company
P.O. Box 5001
Westfield Center, OH 44251-5001
Mailing Address for Notices
Five Percent of Amount Bid
PROJECT:
(Name, location or address. and Project number, if any)
Replace Passenger Boarding Bridge, FAA #3-19-0094-057-2025
This document has important
legal consequences. Consultation
with an attorney is encouraged
with respect to its completion or
modification.
Any singular reference to
Contractor, Surety, Owner or
other party shall be considered
plural where applicable.
The Contractor and Surety are bound to the Owner in the amount set forth above, for the payment of which the Contractor and Surety bind
themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, as provided herein. The conditions of this
Bond are such that it' the Owner accepts the bid of the Contractor within the time specified in the bid documents, or within such time period
as may be agreed to by the Owner and Contractor, and the Contractor either (1) enters into a contract with the Owner in accordance with
the terms of such bid, and gives such bond or bonds as may be specified in the bidding or Contract Documents, with a surety admitted in
the jurisdiction of the Project and otherwise acceptable to the Owner, for the faithful performance ofsuch Contract and for the prompt
payment of labor and material furnished in the prosecution thereof; or (2) pays to the Owner the difference, not to exceed the amount of
this Bond, between the amount specified in said bid and such larger amount for which the OVWner may in good faith contract with another
party to perti►rnt the Nvork covered by said hid, then this obligation shall be null and void, otherwise to remain in full three and effect. The
Surety hereby waives any notice Drum agreement between the Owner and Contractor to extend the time in which the Owner may accept the
bid. Waiver of notice by the Surety shall not apply to any extension exceeding sixty (60) days in the aggregate beyond the time liar
acceplunce ol•bids speci lied in the hid documents, and the Owner and Contractor shall obtain the Surety's consent for an extension beyond
sixty (60) days.
If this Bond is issued in connection with a subcontractor's bid to a Contractor, the term Contractor in this Bond shall be deemed to be
Subcontractor and the term Owner shall be deemed to be Contractor.
When this Bond has been furnished to comply with a statutory or other legal requirement in the locution of the Project; any provision in
this Bond c mtlieting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such
statutory or other legal requirement shall he deemed incorporated herein. When so furnished, the intent is that this Bond shall he conslnted
as u statutory bond and not as a common low bond.
Signed and scaled thii 24th day of April, 2025.
(JF'ltness) etc,
(J1'itnc.v.$) Jo) W. McGuire
Builders Chicago Corporation
(Pr irtclp%ti7 ;
ris
Y.y
6zc tic, c 06J
Ohio Farmers Insurance Company
(Seal)
(Title) William Reidinger, tor lm-Fact
DOCttrtztte
S•0054/AS 8/10
General
Power
of Attomey
CERTIFIED COPY
Westfield Insurance Co.
Westfield National Insurance Co.
Ohio Farmers Insurance Co.
Westfield Center, Ohio
Know All Men by These Presents, That WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO
FARMERS INSURANCE COMPANY, corporations, hereinafter referred to individually as a "Company" and collectively as "Companies," duly organized and
existing under the laws of the State of Ohio, and having its principal office in Westfield Center, Medina County, Ohio, do by these presents make, constitute and
appoint William Reidinger
of Schaumburg and State of IL its true and lawful Attorneys) -in -Fact, with full power and authority hereby conferred in its name, place and stead,
to execute, acknowledge and deliver the following bond:
Surety Bond Number: Bid Bond
Principal: Builders Chicago Corporation
Obligee: Waterloo Regional Airport
and to bind any of the Companies thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporate seal of the
applicable Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney(s)-in-Fact may do in the premises. Said
appointment is made under and by authority of the following resolution adopted by the Board of Directors of each of the WESTFIELD INSURANCE COMPANY,
STFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY:
"Be It Resolved, that the President, any Senior Executive, any Secretary or any Fidelity & Surety Operations Executive or other Executive shall be and is hereby
vested with full power and authority to appoint any one or more suitable persons as Attomey(s)-in-Fact to represent and act for and on behalf of the Company
subject to the following provisions:
The Attorney -in -Fact may be given full power and authority for and in the name of and on behalf of the Company, to execute, acknowledge and deliver, any and
all bonds, recognizances, contracts, agreements of indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling
or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney -in -Fact shall be as binding upon the Company
as if signed by the President and sealed and attested by the Corporate Secretary."
"Be It Further Resolved, that the signature of any such designated person and the seal of the Company heretofore or hereafter affixed to any power of attorney
or any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signatures or facsimile seal shall be valid and binding
upon the Company with respect to any bond or undertaking to which it is attached." (Each adopted at a meeting held on February 8, 2000).
In Witness 1Fhereof, WESIFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE
COMPANY have caused these presents to be signed by their National Surety Leader and Senior Executive and their corporate seals to be hereto affixed this
Olst day of May A.D., 2024.
Corporate4;t\
t1,1,�AallLseals P.0 \/1If1 0151/
• 6.
•
Affixedic 4.43 It : 9.+. •.G� , • .f � • ►' •
~ SEAt'b "h: SEAL t nc =ca:)
�L //y fir' �/ o= - 1 e a Cc!
e
Y• J.
�I r •I',1j,1•IN1*/''''sl ``, ,''1jI�11hlIN1''t'',,••`
State of Ohio
County of Medina ss.:
WESTFIELD INSURANCE COMPANY
WES 1 r-IELD NATIONAL INSURANCE COMPANY
OHIO FARMERS INSURANCE COMPANY
ByGary W. tumper, NationalSurety Leader and
Senior Executive
On this Olst day of May A.D., 2024, before me personally came Gary W. Stumper to me known, who, being by me duly sworn, did depose and say,
that he resides in Medina, OH; that he is National Surety Leader and Senior Executive of WES ! FIELD INSURANCE COMPANY, WES 1 FIELD NATIONAL
INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, the companies described in and which executed the above instmiment; that he knows
the seals of said Companies; that the seals affixed to said instrument are such corporate seals; that they were so affixed by order of the Boards of Directors of
said Companies; and that he signed his name thereto by like order.
Notarial
Seal
Affixed
State of Ohio
County of Medina ss.:
„on1N1111 Wu,,I/
%%%%% k 1 A L /,,•.
r� '
cFrairaS
David A. Kotnik, Attorney at Law, Notmy Public
My Commission Does Not Expire (Sec. 147.03 Ohio Revised Code)
I, Frank A. Canino, Secretary of WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY
INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed
is still in full force and effect; and furthermore, the resolutions of the Boards of Directors, set out in the Power of Attorney are in full
In Witness Whereof I have hereunto set my hand and affixed the seals of said Companies at Westfield Center, Ohio, this
April A.D., 2025
'�N...1'.y..
•`aauRA 14,
**Jr �,.. ., F •
.ti
ti
� l tQ( SEA.It kty
r .
••••..00,
` 9 . --
r t SEAL • m _
- 9 :n Y
%*•'4. .Q
▪ •
1tt,111{1+t1//1, 111
•S
4/✓
fit`,•
1/U,111„t,1
,,...no1111III/I,,,f
i,tl1SU
MITE
k.D I.
i
t'. 184C•1.git Zak
.4
Frank A. Canino, Secretaty
and OHIO FARMERS
by said Companies, which
force and effect.
24th day of
Secretary
BPOAC2T (combined) (05-24)