HomeMy WebLinkAboutGems Technical Services, Inc.bent thrij ea j 3iletti Cie 5,JF1c
co r Pa5Er' eoa(d/r'qtrldge>
FAA pro) r�
No. 3- 119-noq4-D5-7-2025
C/1.41 Clerk
li6 fflt.dDerrLj �•
\NAkrtOOJA 50103
�Y-✓ P n
4 ' H cis s
CITY CLERK'S OFFICE
.n
r IP .-.n "a 7 � r 4 °x _IN-S s
.r4
of .u✓
1-r �r. a s—''—
•
ACOM
AECOM tel. 319-232-6531
501 Sycamore Street fax 319-232-0271
Suite 222
Waterloo, Iowa 50703
www.aecom.com
ADDENDUM NO. 2
TO THE
BIDDING DOCUMENTS
FOR THE TAKING OF CONSTRUCTION BIDS FOR THE
REPLACE PASSENGER BOARDING BRIDGE,
CONSTRUCT FIXED WALKWAY AND REMARK
TERMINAL APRON FOR
WATERLOO REGIONAL AIRPORT
IN THE CITY OF WATERLOO, IOWA
FAA AIP 3-19-0094-0057-2025
AECOM #60747501
Date: April 16, 2025
Bids Close: April 24, 2025, 1:00 p.m.
TO ALL BID PROVIDERS ON THEABOVE PR.OJEGL
All bid providers submitting a bid on the above contract shall carefully read this Addendum and give
it consideration in the preparation of their bid.
I. Proposal Form
• Pay Item No. 13, Revise item description to read as follows: "SUPPLY AND INSTALL
PASSENGER BOARDING BRIDGE WALKWAY", the word ' INCLUDING" has been removed.
Item is for the walkway only.
• If not intending to submit deductive bid on PROVIDE REFURBISHED WALKWAY, enter cost
of $0.00 for this item and add note stating "Refurbished Walkway Will Not Be Provided
II. Attachments:
• Proposal Form — P-1 through P-23
III. Any revisions or clarifications to the Bid Package made by this Addendum shall be considered as the
same revision or clarification to any and all related areas of the Bid Package not specifically called
out in this Addendum.
IV. The bid provider 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
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 DE, a Partnership consisting of the
following partners: Michael Colaco and April Barry 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 March 10, 2025, hereby proposes to do the
work called for in said Contract and Specifications and shown on said Plans and Addendum Nos.
1 and 2 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
ADDENDUM NO. 2
ITEMIZED PROPOSAL
WATERLOO REGIONAL AIRPORT
WATERLOO, IOWA
PROJECT PASSENGER BOARDING BRIDGE
FAA 113-19-0094-057-2025
ITEM
NO.
SPEC.
NO.
DESCRIPTION
UNIT
ESTIMATED
QUANTITY
UNIT
PRICE
BID
TOTAL
PRICE
BID
BASE
BID
1
C-105
MOBILIZATION
LS
1
$95,000.00
$ 95,000.00
2
PLANS
REMOVE
EXISTING
BRIDGE
AND
PASSENGER
DISPOSE
BOARDING
OF
LS
1
$ 45,000.00
$ 45,000.00
3
PLANS
CONSTRUCTION
BARRICADES
LS
1
$ 25,000.00
$
25,000.00
4
PLANS
TRAFFIC
CONTROL
LS
1
$ 5,000.00
$ 5,000.00
5
P-620
PAVEMENT
MARKING
REMOVAL
SFT
6,700
$ 4.15
$ 27,805.00
6
P-620
APRON
PAVEMENT
MARKING
SFT
4,300
$ 5.95
$ 25,585.00
7
03
3000
FOUNDATIONS
BOARDING
WALKWAY
BRIDGE
FOR
PASSENGER
AND
FIXED
LS
1
$ 92,500.00
$
92,500.00
8
26
0000
ELECTRICAL
SERVICE
LS
1
$ 59,150.00
$
59,150.00
9
23
7416
ROOF
TOP
AIR
HANDLING
UNIT
LS
1
$
25,563.00
$
25,563.00
10
23
7416
PRECONDITIONED
UNIT
AIR
HANDLING
LS
1
$
162,750.00
$
162,750.00
11
26
0850
400HZ
GROUND
/
28
VDC
POWER
COMBINATION
UNIT
LS
1
$ 61,150.00
$
61,150.00
12
33
7713
SUPPLY
DRIVE
BRIDGE
PASSENGER
AND
INSTALL
BOARDING
APRON
LS
1
$
899,750.00
$ 899,750.00
13
33
77
13
SUPPLY
BOARDING
AND
BRIDGE
INSTALL
WALKWAY
PASSENGER
LS
1
$
270,000.00
$ 270,000.00
14
33
77
13
FREIGHT
LS
1
$
85,000.00
$ 85,000.00
15
P-605
CLEAN
JOINTS
AND
RESEAL
PAVEMENT
LFT
10,500
$1.95
S 20,475.00•
TOTAL
BASE
BID
$
1,899,728.00
ITEM
NO.
SPEC.
NO.
DESCRIPTION
UNIT
ESTIMATED
QUANTITY
UNIT
PRICE
BID
TOTAL
PRICE
BID
DEDUCT
ALTERNATE
BID
(IF
NOT
PROVIDING
PRICING
FOR
REFURBISHED
WAI.KWAY
FNTER
$0.00
sand
Add
Note)
1
PLANS
PROVIDE
WALKWAY
Refurbished
Not
being
provided
REFURBISHED
—
Walkway
No
Bid
for
—
LS
1
$
$0.00
TOTAL
DEDUCT
ALTERNATE
$
0.00
ITEM
NO.
SPEC.
NO.
DESCRIPTION
UNIT
ESTIMATED
QUANTITY
UNIT
PRICE
BID
TOTAL
PRICE
BID
ADD
ALTERNATE
BID
1
PLANS
PROVIDE
BAGGAGE
SLIDE
LS
1
S 17,500.00
$ 17,500.00
TOTAL
ADD
ALTERNATE
$
17,500.00
TOTAL
BASE
BID
LESS
DEDUCT
ALTERNATE
1,899,728.00
FAA AIP #3-19-0094-057-2025
AECOM #60747501
P-2
Waterloo Regional Airport
Passenger Boarding Bridge
ADDENDUM NO, 2
ITEM
NO.
SPEC.
NO.
DESCRIPTION
UNIT
ESTIMATED
QUANTITY
UNIT
PRICE
BID
TOTAL
PRICE
BID
TOTAL
BASE
BID
PLUS
ADD
ALTERNATE
$ 1,917,228.00
4. It is the Airport's 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 DBEs 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 Tots, 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
FM 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)).
c. That as a condition for award of a Contract he shall notify the awarding official of the receipt of any
communication from EPA indicating that a facility to be utilized for performance of or benefit from the
Contract is under consideration to be listed on the EPA List of Violating Facilities.
d. To include or cause to be included in any Contract or Subcontract which exceeds $100,000.00 the
aforementioned criteria and requirements.
14. The contractor, by submission of this offer and/or execution of a contract, certifies that it:
a. is not owned or controlled by one or more citizens or nationals of a foreign country included in the list of
countries that discriminate against U.S. firms published by the Office of the United States trade
Representative (USTR);
b. has not knowingly entered into any contract or subcontract for this project with a contractor that is a citizen
or national of a foreign country on said list, or is owned or controlled directly or indirectly by one or more
citizens or nationals of a foreign country on said list;
c. has not procured any product nor subcontracted for the supply of any product for use on the project that is
produced in a foreign country on said list.
Unless the restrictions of this clause are waived by the Secretary of Transportation in accordance with 49 CFR
30.17, no contract shall be awarded to a 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
FM 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 (.11 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 (j 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,
FAA 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 FM 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
ADDENDUM NO. 2
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,
Bi der
,_ 10 Ok
Sig ture
Secretary/Director of Administration
Liv
Title
GEMS — 333 City Blvd., W., Ste 1700
Address
Orange, CA 92868
(Include Zip Code)
(714) 397-6364
Telephone No.
FAA AIP #3-19-0094-057-2025 P-9 Waterloo Regional Airport
AECOM #60747501 Passenger Boarding Bridge
BID BOND
KNOW ALL MEN BY THESE PRESENTS, that we GEMS TECHNICAL SERVICES, INC. as Principal, and
HARCO NATIONAL 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%)* Dollars
($ ) 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 _
April 17 , 2025, for Passenger Boarding Bridge at the Waterloo Regional Airport,
Waterloo, Iowa, FAA #3-19-0094-057-2025.
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 &them
as are corporations, have caused their corporate seals to be hereto affixed and these presents to be signea by their
proper officers this 17th day of April , 2025.
AttesBy yA) � _ Agi.f4/
Witness Cynthia M. Burnett, Littleton, Colorado
Princip GEMS T HNIC L S V
By _nc
S, INC.
e• (Title)
(Seal)
Surety HARCO NATIONAL INSURANCE COMPANY
By
(Attorney -In -Fact) D,etiWas) Rothey
(Seal)
FM AIP #3-19-0094-057-2025
AECOM #60747501
P-10 Waterloo Regional Airport
Passenger Boarding Bridge
*of the Total Amount of the Bid
STATE
POWER OF ATTORNEY
HARCO NATIONAL INSURANCE COMPANY
INTERNATIONAL FIDELITY INSURANCE COMPANY
Member companies of IAT Insurance Group, Headquartered: 4200 Six Forks Rd, Suite 1400, Raleigh, NC 27609
Bond # Not Applicable
KNOW ALL MEN BY THESE PRESENTS: That HARCO NATIONAL INSURANCE COMPANY, a corporation organized and existing under the laws of
the State of Illinois, and INTERNATIONAL FIDELITY INSURANCE COMPANY, a corporation organized and existing under the laws of the State of New
Jersey, and having their principal offices located respectively in the cities of Rolling Meadows, Illinois and Newark, New Jersey, do hereby constitute and
appoint
DOUGLAS J. ROTHEY, ZACH ROTHEY, CYNTHIA M. BURNETT, KIM PAYTON, ERIK ULIBARRI
Denver, CO
their true and lawful attorney(s)-in-fact to execute, seal and deliver for and on its behalf as surety, any and all bonds and undertakings, contracts of
indemnity and other writings obligatory in the nature thereof, which are or may be allowed, required or permitted by law, statute, rule, regulation, contract
or otherwise, and the execution of such instrument(s) in pursuance of these presents, shall be as binding upon the said HARCO NATIONAL
INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY, as fully and amply, to all intents and purposes, as if the same had
been duly executed and acknowledged by their regularly elected officers at their principal offices.
This Power of Attorney is executed, and may be revoked, pursuant to and by authority of the By -Laws of HARCO NATIONAL INSURANCE COMPANY
and INTERNATIONAL FIDELITY INSURANCE COMPANY and is granted under and by authority of the following resolution adopted by the Board of
Directors of INTERNATIONAL FIDELITY INSURANCE COMPANY at a meeting duly held on the 13th day of December, 2018 and by the Board of
Directors of HARCO NATIONAL INSURANCE COMPANY at a meeting held on the 13th day of December, 2018.
"RESOLVED, that (1) the Chief Executive Officer, President, Executive Vice President, Senior Vice President, Vice President, or Secretary of the
Corporation shall have the power to appoint, and to revoke the appointments of, Attorneys -in -Fact or agents with power and authority as defined or limited
in their respective powers of attorney, and to execute on behalf of the Corporation and affix the Corporation's seal thereto, bonds, undertakings,
recognizances, contracts of indemnity and other written obligations in the nature thereof or related thereto; and (2) any such Officers of the Corporation
may appoint and revoke the appointments of joint -control custodians, agents for acceptance of process, and Attorneys -in -fact with authority to execute
waivers and consents on behalf of the Corporation; and (3) the signature of any such Officer of the Corporation and the Corporation's seal may be affixed
by facsimile to any power of attorney or certification given for the execution of any bond, undertaking, recognizance, contract of indemnity or other written
obligation in the nature thereof or related thereto, such signature and seals when so used whether heretofore or hereafter, being hereby adopted by the
Corporation as the original signature of such officer and the original seal of the Corporation, to be valid and binding upon the Corporation with the same
force and effect as though manually affixed."
IN WITNESS WHEREOF, HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL
FIDELITY INSURANCE COMPANY have each executed and attested these presents
on this 31 st day of December, 2024
'•
.�c�'.', tt4 s c�yl
OF NEW JERSEY STATE OF ILLINOIS voa�� '.!.
•
of Essex County of Cook•
•
SEAL i n
19,,s '
County
Michael F. Zurcher
Executive Vice President, Harco National Insurance Company
and International Fidelity Insurance Company
,, 11iiiiiiiiiiii`,
On this 31st day of December, 2024 , before me came the individual who executed the preceding instrument, to me personally known, and,
being by me duly sworn, said he is the therein described and authorized officer of HARCO NATIONAL INSURANCE COMPANY and
INTERNATIONAL FIDELITY INSURANCE COMPANY; that the seals affixed to said instrument are the Corporate Seals of said Companies; that the
said Corporate Seals and his signature were duly affixed by order of the Boards of Directors of said Companies.
iiii
ii
.,�'�° P� HY C•
RC'
OTAR•
' '
•
ss ,o L/BOG ' =
9��c'••. .•'x eittof
OF N EQ
\N 3'```,,.
IN TESTIMONY WHEREOF, I have hereunto set my hand affixed my Official Seal, at the City of Newark,
New Jersey the day and year first above written.
e
CERTIFICATION
Cathy Cruz a Notary Public of New Jersey
My Commission Expires April 16, 2029
I, the undersigned officer of HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY do hereby certify
that I have compared the foregoing copy of the Power of Attorney and affidavit, and the copy of the Sections of the By -Laws of said Companies as set
forth in said Power of Attorney, with the originals on file in the home office of said companies, and that the same are correct transcripts thereof, and of the
whole of the said originals, and that the said Power of Attorney has not been revoked and is now in full force and effect.
IN TESTIMONY WHEREOF, ! have hereunto set my hand on this day, April 17, 2025
A00911
Irene Martins, Assistant Secretary
ADDENDUM NO. 2
NON -COLLUSION AFFIDAVIT OF PRIME BIDDER
State of td i gt 114 C� }
County of Orana jss
April Barry , being first duly sworn, deposes and says that:
(1) He is the Officer, Secretary of
GEMS Technical Services, Inc. , 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 any of its agents, representatives,
owners, employees, or parties in interest, including this affiant
(Signed)
Title Secretary/Director of Administration
Subscribed and sworn to before me
this
day of , 20.
Title
My Commission Expires , 20.
A
COED
,L1� 1E0RNIA
(AL.;BRAT
FAA AIP #3-19-0094-057-2025 P-11 Waterloo Regional Airport
AECOM #60747501 Passenger Boarding Bridge
A notary public or other officer completing this
certificate verifies only the identity of the individual
who signed the document to which this certificate
is attached, and not the truthfulness, accuracy, or
validity of that document.
State of California
County of Orange
Subscribed and sworn to (or affirmed) before me on this 22nd
day of April , 20 25 , by ---April Elizabeth Barry ---
proved to me on the basis of satisfactory evidence to be the
person(s) who appeared before me.
MA TERESA M. CRESPIN
Notary Public - California
Orange County
Z j Commission 12371638
My Comm. Expires Sep 16. 2025
(Seal)
signatures) ��
Cal c 4\tcL OwCL;ar -6\on - eOUttosi a) „a cu.)
P c-i s�� `cAaa-v C 4 r
U
ADDENDUM NO. 2
NON -COLLUSION AFFIDAVIT OF SUBCONTRACTOR
(To Be Submitted After Bid But Prior to Award)
State of )
)ss
County of )
, 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 in the proposed Contract; and
(5) The price or prices quoted in the attached bid are fair and proper and are not tainted by any collusion,
conspiracy, connivance or unlawful agreement on the part of the Bidder or any of its agents, representatives,
owners, employees, or parties in interest, including this affiant.
(Signed)
Title
Subscribed and sworn to before me
this day of , 2025.
Title
My Commission Expires , 2025.
FAA AIP #3-19-0094-057-2025 P-12 Waterloo Regional Airport
AECOM #60747501 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
GEMS Technical Services, Inc
Michael Colaco
April Barry
®�17Y
6 ��
EXECUTIVE OFFICER
r I
AFFIRMA 71
IVEACTION Q'FFICER
ADDRESS OF THE AFFIRMATIVE ACTION OFFICER
333 City Blvd., W., Ste 1700
Orange, CA 92868
PHONE NUMBER (714) 397-6364
FAA AIP #3-19-0094-057-2025 P-13 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
1.
3.
4.
5.
C. (IF ITEM 3 IS CHECKED, COMPLETE THE FOLLOWING)
State of Incorporation September 2012
Names and Addresses of Officers:
President Michael Colaco — 333 City Blvd., W., Ste 1700, Orange, CA 92868
Secretary April Barry — 333 City Blvd., W., Ste 1700, Orange, CA 92868
Treasurer April Barry — 333 City Blvd., W., Ste 1700, Orange, CA 92868
FAA AIP #3-19-0094-057-2025 P-14 Waterloo Regional Airport
AECOM #60747501 Passenger Boarding Bridge
ADDENDUM NO. 2
SYNOPSIS OF EXPERIENCE RECORD
(This synopsis must accompany Proposal Form.)
NameofBidder GEMS Technical Services, Inc.
BusinessAddress 333 City Blvd., W., Ste 1700, Orange, CA 92868
Individual ( ) Partnership ( ) Corporation X (Check One.)
Construction successfully completed within past five years similar in size, scope, and difficulty of construction to the work bid
upon.
Name of Owner
Name of
Project
1 City of McAllen P13's 2 & 4
2
3
4
5
Number of Contract Days
Allowed for Above Projects
1 Project above is still ongoing
2
3
4
5
Location of Amount of
Project Contract
McAllen, TX $3,089,439.00
Actual Number of Days to
Complete above Project
Contract has 86 days for completion upon arrival of equipment
Anticipated 100% completion by close of 2025
(Signed) �1�1 , baM1 6.e
(By) April Barry
(TITLE) Secretary/Director of Administration
Date April 22, 2025
Mn. ni IrY‘
Name of Company
***The Management team of GEMS was previously a part of a larger Airport Manufacturing entity that completed in
Excess of 75 + projects across the United States in Airports including but not limited to DFW, MIA, LAX, ORD
SEA, ONT and SNA.
FM AIP #3-19-0094-057-2025
AECOM #60747501
P-15
Waterloo Regional Airport
Passenger Boarding Bridge
ADDENDUM NO. 2
UTILIZATION STATEMENT
Disadvantage Business Enterprise
The undersigned bidder/offeror has satisfied the requirements of the bid specification in the following manner. (Please mall<
the appropriate box)
The bidder/offeror is committed to a minimum of 0.0% 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.
GEMS Technical Services, Inc.
Bidder's/Offero 's Firm Name
Signat re
4/22/25
Date
DBE UTILIZATION SUMMARY
DBE Prime Contractor
DBE Subcontractor
DBE Supplier
DBE Manufacturer
Contract Amount
$
$
$
$
DBE Amount Contract Percentage
x 1.00 = $
x 1.00 = $
x 0.60 = $
x 1.00 = $
Total Amount DBE $
DBE Goal $
Note: If the total proposed DBE participation is less than the established DBE goal, Bidder must provide written
documentation of the good faith efforts as required by 49 CFR Part 26.
FAA AIP #3-19-0094-057-2025
AECOM #60747501
P-16 Waterloo Regional Airport
Passenger Boarding Bridge
ADDENDUM NO. 2
LETTER OF INTENT
Disadvantage Business Enterprise
(This page shall be submitted for each DBE film)
Bidder/Offer Name:
Address:
DBE Firm:
DBE Contact Person:
City:
DBE Firm:
State: Zip:
Address:
City:
State: Zip:
Name: Phone: f )
DBE Certifying Agency: Expiration Date:
Each DBE Firm shall submit evidence (such as a photocopy) of their certification
status.
Classification:
Prime Contractor
Manufacturer
Subcontractor L1Joint Venture
Supplier
Work
to
be
by
performed
item(s)
Description
of Work
Item
Quantity
Total
DBE
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:
AFFIRMATION:
The above -named DBE firm affirms that it will perform the portion of the contract for the estimated dollar value as stated
above.
By:
(Signature)
(Title)
Note: In the 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.
**** We have been in contact with several DBE entities for this project and the current pricing
Has been out of range however we will continue to discuss potential contracts if it is
Determined to be in the best interest of the Owner.
FAA AIP #3-19-0094-057-2025 P-17 Waterloo Regional Airport
AECOM #60747501 Passenger Boarding Bridge
GEMS Technical Services, Inc
Date: April 16, 2025
To: ACE Supply Corp — (773)778-1955
Advanced Traffic Control — (319) 396-0328
All Road Barricades, Inc. — (402) 467-1982
B & L Supply, Inc. — (651) 646-9459
Crowley Construction Corp. — (414) 406-5735
Davidson Trucking dba Davidson Construction Supply
(815) 384 - 4701
From: April Barry /32----
,
abarry@gemsts.com
Please see attached RFP with plans and specifications as related
to Pavement markings, barricades, electrical and
foundation/concrete work.
Should you have any questions please contact me.
333 City Blvd., W. Suite 1700, Orange, CA 92868
GEMS
TECHNICAL SERVICES,
333 City Blvd., AV Suite '1700,
Orange, CA 92868
VIA FAX and/or Electronic Mail
April 14, 2025
Re: RFP for Construction and remark of terminal apron for Waterloo Regional
Airport
To whom it may concern:
Attached are plans and specifications regarding the above referenced project.
Please provide pricing for work that is specific to your Company.
Should you have any questions or concerns please do not hesitate to contact
me at (714) 397-6364.
Best regards,
April Barry
GEMS Technical Services, Inc.
333 City Blvd., W., Ste 1700
Orange, CA 92686
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;
(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.
(c) Labor Costs. - In this section, labor costs involved in final assembly are not included in calculating the cost of components.
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.
a 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'4O calendar days of the date of the
notice of apparent low bid.
4rn312(I1rL4e&P3erv.) nth.
Bidder's Firm Name
Signatui "6401 1/ al
D9)9°9)90,95'
ate
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 re uests a waiver to Buy America preferences based upon Section 50101(b)(3).
The bidder further certifies that Cp 0 % 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.
6em3n-iocd$erv, r1�1
Bidder's Fir-
\\V 80/1„ 1/4\ xv(ui
Signature
L� D0 05
Date
FAA AIP #3-19-0094-057-2025 P-19 Waterloo Regional Airport
AECOM #60747501 Passenger Boarding Bridge
ADDENDUM NO. 2
Instructions for Section 50101(b)(3) Waiver:
1. "Equipment" in Section 50101 shall mean AIP-funded vehicle or single piece of equipment.
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. The component breakout shall be along major elements/systems of the equipment.
3. Components are the material and products directly incorporated into the "vehicle" at the place of final
assembly.
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 USA. FAA will not approve a waiver for products
made with non -domestic steel.
6. The Buy American requirements apply to all tier contractors and subcontractors. All
contractors/subcontractors are required to provide sufficient documentation that indicates origin of
manufacturer and percentage of domestic manufactured product.
7. The bidder is hereby advised there is no implied or expressed guarantee that the Federal Aviation
Administration (FAA) will approve any requested waiver. The FAA CANNOT concur with any waiver request
for less than 60% US component participation.
Instructions for Section 50101(b)(4) Waiver:
1.
This waiver is rarely applied. Consult Owner before making this request.
Prepare detailed proposal costs using domestic product(s) and the overall project cost. Prepare detailed
alternate proposal costs of the non -domestic product(s) and the overall project cost. If the proposal with
domestic product(s) is more than 25% of the proposal with non -domestic product(s), the bidder may request
a waiver under 50101(b)(4).
Bidder must attach adequate documentation that supports the use of domestic products results in an
increase in the overall project costs that exceeds 25%. The bidder must certify under signature and date that
the submittal information is correct and accurate.
North America Free Trade Act (NAFTA)
The NAFTA does not apply to the AIP. Products and material made in Canada or Mexico must be considered as
foreign made products.
FAA AIP #3-19-0094-057-2025 P-20 Waterloo Regional Airport
AECOM #60747501 Passenger Boarding Bridge
ADDENDUM NO. 2
CONFIDENTIAL -
NOT SUBJECT TO DISCLOSURE UNDER EXEMPTION # 4 OF THE
FREEDOM OF INFORMATION ACT
Buy American Project/Product
Content Percentage Calculation Worksheet
Applicant Information
Date of Application:
Applicant Name:
Applicant Type (choose one):
nPrime Contractor
Applicant Business Address:
Email address:
Telephone:
Manufacturer
Extension:
Supplier Point of Contact (First and Last Name):
Project/Product Information
FAA Eligible Project:
Airport Sponsor:
Airport LOCID:
FAA Award Number:
FAA Item Number (FAA Advisory Circular reference, if applicable): Total Material Cost:
Total U.S. Material Content Cost: Percentage: 04
Total Non-U.S. Material Content Cost: Percentage:
FAA AIP #3-19-0094-057-2025
P-21 Waterloo Regional Airport
AECOM #60747501 Passenger Boarding Bridge
ADDENDUM NO. 2
FAA Buy American Preference (including Buy American Build American)
Compliance
Does this project include any iron, steel or any of the following construction materials, not 100% produced in the United
States?
Yes L No
If "Yes," indicate the cost and percentage of the project below.
Steel (e.g., structural steel, rebar)
Iron
Non-ferrous metals
Plastic and polymer -based products
Glass (including optic glass)
Lumber
Drywall
Cost:
Cost:
Cost:
Cost:
Cost:
Cost:
Cost:
Percentage:
Percentage:
Percentage:
Percentage:
Percentage:
Percentage:
Percentage:
Use of Non -Domestic Construction Materials Justification
Provide a description of your efforts to locate and secure a domestic source for those "construction materials" or final
manufactured goods that are not 100% produced in the U.S., including use of the Manufacturing Extension Partnership
(MEP) and market research.
Certification
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 § 47126. Signatory has the burden of proof to establish
compliance.
Signature Date:
Name
Title
FAA AIP #3-19-0094-057-2025 P-22 Waterloo Regional Airport
AECOM #60747501 Passenger Boarding Bridge
ADDENDUM NO. 2
CONFIDENTIAL —
NOT SUBJECT TO DISCLOSURE UNDER EXEMPTION # 4 OF THE
FREEDOM OF INFORMATION ACT
Buy American Preferences — Final Assembly Questionnaire
To assist the Federal Aviation Administration (FAA) in making the determination of whether final assembly of the product
occurs in the United States, please complete and submit this questionnaire when requesting a Buy American Waiver
under 49 USC § 50101(b)(3)(A).
Company Name: Date:
FAA Eligible Item:
Assembly Location:
1. Provide a description of the assembly process occurring at the specified final location in the United States.
a. Describe the final assembly process and its various operations.
FAA Item Number (if applicable): Address of Final
b. How long does the final assembly process take to complete?
Provide a description of the resources used to conduct the assembly of the product at the specified location in
the United States.
a. How many employees are involved in the final assembly process and what is the general skill level of
those employees?
b. What type of equipment is used during the final assembly process?
c. What is a rough estimate of the associated cost to conduct final assembly of the product at the specified
location in the United States?
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 § 47126. Signatory has the burden of proof to establish
compliance.
Signature:
Name:
FAA AIP #3-19-0094-057-2025 P-23 Waterloo Regional Airport
AECOM #60747501 Passenger Boarding Bridge