HomeMy WebLinkAboutBoomerang Corp.Proposal For: Sunnyside Creek Improvements
Wet Detention Pond and Channel Stabilization
To: City Clerk, City of Waterloo
715 Mulberry Street
Waterloo, Iowa 50703
Letting: January 23, 2025 1:00 PM
Boomerang Corp
13225 Circle Dr. Suite A
P.O. Box 227
Anamosa, Iowa 52205
0
ran
rap
PIS
1
Boomerang Corp
13225 Circle Dr. Suite A
P.O. Box 227
Anamosa, Iowa 52205
Bid Security: Sunnyside Creek Improvements
Wet Detention Pond and Channel Stabilization
To: City Clerk, City of Waterloo
715 Mulberry Street
Waterloo, Iowa 50703
Letting: January 23, 2025 1:00 PM
FORM OF BID OR PROPOSAL
SUNNYSIDE CREEK IMPROVEMENTS
WET DETENTION POND AND CHANNEL STABILIZATION PROJECT
CONTRACT NO. 1062
CITY OF WATERLOO, IOWA
Honorable Mayor and City Council
Waterloo, Iowa
1. The undersigned, being a Corporation existing under the laws of the State of an) O. , a
kit\
Partnership consisting of the following partners'
having familiarized (himself) (themselves) (itself) with the existing conditions on the project area
affecting the cost of the work, and with all the contract documents listed in the Table of Contents and
Addenda (if any), as prepared by the City Engineer of the City of Waterloo now on file in the office of
the City Clerk, City Hall, Waterloo, Iowa, hereby proposes to furnish all supervision, technical
personnel, labor, materials, machinery, tools, appurtenances, equipment, and services, including
utility and transportation services required to construct and complete this SUNNYSIDE CREEK
IMPROVEMENTS WET DETENTION POND AND CHANNEL STABILIZATION PROJECT,
Contract No. 1062, all in accordance with the above -listed documents and for the unit prices for
work in place for the following items and quantities:
SUNNYSIDE CREEK IMRPOVEMENTS
WET DETENTION POND AND CHANNEL STABILIZATION PROJECT
CITY CONTRACT NO. 1062
ITEM
NO.
ITEM
CODE
ITEM
UNIT
EST.
QTY.
UNIT
PRICE
BID
TOTAL
PRICE
BID
1
2010-A
CLEARING
AND
GRUBBING
UNIT
360.2
SLILY
00
$ II-1 + LIMO()
2
2010-B
CLEARING
AND
GRUBBING
ACRE
1.7
f
OO•O(
$131 a621)
, 00
3
2010-D-1
TOPSOIL
ON
-SITE
CY
49,500.0
$3,9D
$193,
050
0,
4
2010-E
EXCAVATION,
CLASS
10
CY
140,000.0
$
,
00
$ !ft°,
000.
00
5
2010-E
EXCAVATION,
BOULDERS
FRAGMENTS
AND
CLASS
ROCK
12,
CY
1000.00
$
))0
(i(
$
'a , 000
• 60
6
2010-E
CHANNEL
13
EXCAVATION,
CLASS
CY
1,010.0
$
IU6.G,,
$
1611060
39,
&60
.
•
(V.
60
7
2010-G
SUBGRADE
POND
CLAY
PREPARATION,
MATERIAL
WET
SY
19,800.0
$
, Ua
8
2010-1
SUBGRADE
GEOGRID,
TREATMENT,
TYPE
1
SY
2,000.0
I.
v
)
CD,
DOD
• O
9
4010-A-1
SANITARY
MAIN,
8"
TRENCHED,
SEWER
GRAVITY
PVC
TRUSS,
LF
539.0
$
SON
06
$
43, lac
, 0U
10
4010-A-1
SANITARY
MAIN,
10"
TRENCHED,
SEWER
GRAVITY
PVC
TRUSS,
LF
1,323.0
$
I00
, CO
$
/ 39.306
' O(
11
4010-H
REMOVAL
SEWER,
PVC,
OF
SANITARY
8-10"
LF
1,530.0
j0,
00
i 51'600•
Oet
12
4020-A-1
STORM
RCP,
CLASS
SEWER,
III,
48"
TRENCHED,
LF
83.0
v
- 06
h, Fi&O
. a \
FORM OF BID
AECOM 1160680939
FB-1 of 5
City Contract No. 1062
Sunnyside Creek Improvements
Waterloo, Iowa
ITEM
NO.
ITEM
CODE
ITEM
UNIT
EST.
QTY.
UNIT
PRICE
BID
TOTAL
PRICE
BID
13
4020-D
REMOVAL
RCP,
12"
OF
STORM
SEWER,
LF
10.0
$
30.
00
$
Soo
,
O0
14
4020-D
REMOVAL
RCP,
18"
OF
STORM
SEWER,
LF
6.0
$
(0.64)
$
1 SO
•
60
15
4020-D
REMOVAL
RCP,
24"
OF
STORM
SEWER,
LF
52.0
36.00
, 5 1
10
0
•
CO
16
4020-D
REMOVAL
RCP,
36"
OF
STORM
SEWER,
LF
47.0
$4O.
0Q
) ! is
0
•
00
17
4030-B
12"
RCP
APRON,
4030.222
EACH
1.0
$30t-cC
$ `3,
20®•
06
18
4030-B
18"
RCP
APRON,
4030.222
EACH
1.0
$-?,.�'
bb%OC
$ 3,
1160.66
19
IDOT
2416
REMOVE
CONCRETE
AND
PIPE
REINSTALL
APRON,
36"
EACH
1.0
Q,
Om
0O
oi.)
a,
QUO
•OO
20
IDOT
2416
REMOVE
CONCRETE
AND
PIPE
REINSTALL
APRON,
48"
EACH
1.0
labo.00
,
oo
,
bQ
21
4030-C
FOOTING
APRON,
RCP,
FOR
36"
CONCRETE
PIPE
EACH
1.0
$
j,
y946.60
$
/,pop
.
00
22
4030-C
FOOTING
APRON,
RCP,
FOR
48"
CONCRETE
PIPE
EACH
1.0
$
ii
'
b
0.0D
$
),
no
$
0
6
23
6010-A
MANHOLE,
SW-301,
48"
SANITARY
SEWER,
EACH
4.0
,1,
DO
•DO
340400
•
DO
24
6010-A
MANHOLE,
SW-303,
48"
SANITARY
SEWER,
EACH
1.0
LW'
$
9,
tool
co
00
25
6010-B
INTAKE,
6010.513
EACH
1.0
$LLp00.0(
$ I!,
000.
6(3
26
6010-C-1
INTERNAL
8"
DROP
CONNECTION,
EACH
1.0
,Q,
U
ID
.
D�)
c�,
S 04
‘
ba
27
6010-F-1
MANHOLE
MAJOR
ADJUSTMENT,
EACH
1.0
y,
2 0$
0,
0O
$y,
266
60
28
6010-G-1
CONNECTION
SANITARY
MANHOLE
TO
EXISTING
EACH
2.0
.D
tDOCI•
On
5,
ant-
00
29
IDOT
2403
STAGED
OUTLET/RCB
DETENTION
MODIFICATIONS
BASIN
EACH
1.0
yp
bon.
pp
Cja
QQ6
.
b j
30
TECHNICAL
CONCRETE
REPAIR
REPAIR
-
RCB
JOINT
LF
32.0
$
30b.OD
$
9,
1
to b(,OQ
31
IDOT
2426
CONCRETE
SPALLING
REPAIR
REPAIR
-
RCB
SF
30.0
$QU.
UQp
boo.
00
,
32
6010-H-1
REMOVE
48"
SANITARY
MANHOLE,
EACH
4.0
$3LDD•
00
A
606.60
33
6020-A-3
URETHANE
CHIMNEY
SEAL
EACH
4.0
$/f bb.
a
$ 1-1,
266,
00
34
7080-B
ENGINEERING
FABRIC
SY
57.3
$ )..
00
$ 57.
0
35
9010-A-2
SWPPP
MANAGEMENT
LS
1.0
$_,?O
bey
0(
$ 2,
000
. to
36
9010-B
HYDRAULIC
FERTILIZING,
TYPE
2
SEEDING,
AND
MULCHING,
ACRE
2.4
9,
$
')5
-
a3,
$
�-
a N b . OD
37
9010-B
HYDRAULIC
FERTILIZING,
TYPE
3
SEEDING,
AND
MULCHING,
ACRE
11.4
a,100,60
$
:3
$
, 9
Li 0
4 00
38
9010-B
HYDRAULIC
FERTILIZING,
TYPE
5
(MODIFIED)
SEEDING,
AND
MULCHING,
ACRE
16.5
),00‘
$
o1)
a-7)
$
$es• 66
FORM OF BID
AECOM #60680939
FB-2 of 5
City Contract No. 1062
Sunnyside Creek Improvements
Waterloo, Iowa
ITEM
NO.
ITEM
CODE
ITEM
UNIT
EST.
QTY.
UNIT
PRICE
BID
TOTAL
PRICE
BID
39
9010-108B
HYDRAULIC
FERTILIZING,
WETLAND
SEEDING,
AND
MULCHING,
ACRE
2.7
$
3)015.00
$
Z)
, 66Z.`OU
40
9010-D
WATERING
MGAL
200.0
$ 10L
I
0
0
$) a, y
p0.
OC
41
9010-E
WARRANTY
LS
1.0
$02L50
.O0
$ 2,
125
b .
Q
G
PLANTS
SHADE
TREES,
WITH
WARRANTY,
1.5"
(SEE
EST.
$
4y 7.
00
$
?51
0
la
%
OD
42
9030-B
REFERENCE
NOTES
FOR
TYPE)
EACH
36.0
43
9040-E
TEMPORARY
RECP,TYPE
2B
SY
36,600.0
$) .
t
a
$53,
a9Q,
Oa
44
IDOT
2601
TURF
TYPE
REINFORCEMENT
2
MAT,
SQ
400.0
$646.
DO
7, aob
4
Dt
45
9040-F-1
WATTLE,
12"
LF
1,200.0
$Q`
5L)
$
3,
000.QC
46
9040-F-2
WATTLE,
REMOVAL
LF
1,200.0
$ Li..-
Q
$
360
'
60
47
9040-J
RIP
RAP,
CLASS
E
REVETMENT
TON
67.0
$$0'
00
$
J, 3
(o
a
.
d
$
$
7,4945
L' $,
30
:
ec
48
9040-N-1
SILT
FENCE
LF
4,830.0
$ I , jQ
49
9040-N-2
SILT
SEDIMENT
FENCE,
REMOVAL
OF
LF
4,830.0
$
0
. 01
50
9040-N-3
SILT
DEVICE
FENCE,
REMOVAL
OF$
LF
4,830.0
$0,
d
I
4$••
30
51
9040-0-2
STABILIZED
ENTRANCE
CONSTRUCTION
TON
500.0
$
LJ4 00
$
ac2,
O001/4
00
52
IDOT
2602
OPEN
SEDIMENT
-THROAT
FILTER,
CURB
EC-602
INTAKE
LF
8.0
$
53
IDOT
2602
MAINTENANCE
THROAT
SEDIMENT
CURB
FILTER
INTAKE
OF
OPEN-
EACH
2.0
$
S 00
$
JU+
00
54
IDOT
2602
REMOVAL
CURB
INTAKE
OF
OPEN
SEDIMENT
-THROAT
FILTER
EACH
2.0
$` CO
l0
. 00
55
IDOT
2507
REVETMENT,
REPLACE
REMOVE
AND
CY
200.0
t3 , vU
Lo,
q Oa
00
56
TECHNICAL
FLEXAMAT
SPILLWAY
PLUS,
FOREBAY
SF
15,120.0
`6.
00
I
0,�jbe.0(
57
IDOT
2519
FENCE,
HEIGHT
CHAIN
LINK,
72
IN.
LF
1,660.0
4104
C>D
:
, a00
•
o&
58
9060-108E
REMOVAL
OF
FENCE
LF
1,660.0
$ t , 60
$
9,
9(00,
eo
59
9080-B
HANDRAIL,
GALVANIZED
STEEL
LF
30.7
$300•
06
$ `),
a 10.
CO
60
11020-A
MOBILIZATION
LS
1.0
$ 5�31000.00
$
5231003.0(
61
11050-A
CONCRETE
WASHOUT
LS
1.0
$2SO•
00
$
256.
00
62
TECHNICAL
INFORMATIONAL
SIGNAGE
LS
1.0
$:2boo,00
$
,000.
OD
TOTAL
BID
AMOUNT
$2,
%(4
6)
, q 9
b
•L
ID
FORM OF BID
AECOM #60680939
FB-3 of 5 Sunnyside Creek Improvements
City Contract No. 1062 Waterloo, Iowa
2. It is understood that the quantities set forth are approximate only and subject to variation and that the
unit bid price for the work done shall govern in the actual payment to Contractor.
3. In submitting this bid, the bidder understands that the right is reserved by the City of Waterloo, Iowa,
to reject any or all bids If written notice of the acceptance of this bid is mailed, telegraphed, or
delivered to the undersigned within thirty (30) days after the opening thereof, or at any time thereafter
before this bid is withdrawn, the undersigned agrees to execute and deliver an agreement in the
prescribed form and furnish the required bond and certificate of the insurance within ten (10) days
after the agreement is presented to him for signature, and start work within ten (10) days after
"Notice to Proceed" is issued.
4. Security in the sum of 5% 6 C' amean4- %i'CI
Dollars ($ ) in the form of
airaCc cI , is submitted herewith in accordance with the INSTRUCTIONS TO
BIDDERS.
5. Attached hereto is a Non -Collusion Affidavit of Prime Contractor.
6. Attached hereto is a Bidder Status Form indicating Resident Bidder Certification ( ), or
Non -Resident Bidder Certification t ). (Mark one.)
7 The bidder is prepared to submit a financial and experience statement upon request.
8. The Prime Contractor and Subcontractor(s), which have performed an aggregate of $10,000.00 in
work for the City in the current calendar year, are prepared to submit an AAP or Update and an
EOC, within ten (10) days of notification that the bid submitted is lowest and acceptable
9. The bidder has received the following Addendum or Addenda:
Addendum No.
i
Date
10. The bidder shall list the MBE/WBE subcontractor(s), amount of subcontracts and bid items on the
City of Waterloo Minority and/or Women Business Pre -bid Contact Information Form submitted with
this Form of Bid or Proposal. The apparent low Bidder shall submit a list of all other Subcontractor(s)
to be used on this Project to the City of Waterloo by 5:00 p.m. the business day following the day
Bids on this Project are due along with the Non -Collusion Affidavits of All Subcontractor(s).
The Contractor shall submit information on subcontractors on "SUBCONTRACTOR REQUEST AND
APPROVAL" Form to be provided by City prior to approval of contract.
The subcontractors listed on this proposal and/or submitted to the Contract Compliance Officer
cannot be changed except for the following reasons:
1) The City of Waterloo does not approve the subcontractors.
2) The subcontractors submit in writing that they cannot fulfill their subcontracts. The bidder
has filled in all blanks on this proposal. Those blanks not applicable are marked "none" or
"NA".
11. The bidder has attached all applicable forms.
FORM OF BID
AECOM #60680939
FB-4 of 5 Sunnyside Creek Improvements
City Contract No. 1062 Waterloo, Iowa
12. The Owner reserves the right to select alternates, delete line items, and/or to reduce quantities prior
to the award of a contract due to budgetary limitations.
Cr na.
(Name of Bidder) 1 (Date)
BY:
I-Z3Z
Title_Vll re PreNdcn+
Official Addre (IncudinZip Code):
P &),v a9:7
Linde, breYLefi m o� J Ova 5�L;6
Q.R.S.No.
FORM OF BID
AECOM #60680939
FB-5 of 5 Sunnyside Creek Improvements
City Contract No. 1062 Waterloo, Iowa
SRF Front -End Specifications
FOR NONPOINT SOURCE & SPONSORED PROJECTS
PLEASE NOTE: Attachment 5 is a new program requirement and is
effective for all SRF projects bid after January 2021.
Attachment 1: Certification of Non -Segregated Facilities Form
Attachment 2:
Attachment 3:
Attachment 4:
Attachment 5:
October 2022
Statement in Advertisement for Bids on Debarment and
S uspension/Certification Regarding Debarment and
S uspension Form
SRF
STATE
REVOLVING FUND
Other Federal Requirements Language
A. Standard Equal Employment Opportunity Specifications
B. Preservation of Open Competition and Government
Neutrality
C. Historical and Archeological Finds
D. Prohibitions on Procurement from Violating Facilities
Right of Entry and Records Retention
P rohibition on Certain Telecommunications and Video
S urveillance Services or Equipment
NOTE: Attachments 1, 2, and 5 must be signed
by the Prime Contractor and submitted with the bid.
INVESTING IN IOWA'S WATER
www.iowasrf.com
Attachment 1
SRF Required Front -End Specifications
This form must be signed by the Prime Contractor and submitted with the bid.
U.S. Environmental Protection Agency
Certification of Non -Segregated Facilities
(Applicable to contracts, subcontracts, and agreements with applicants who are themselves
performing Federally assisted construction contracts, exceeding $10,000 which are not exempt
from the provisions of the Equal Opportunity clause.)
By the submission of this bid, the bidder, offeror, applicant, or subcontractor 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. He 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 bidder, offeror,
applicant, or subcontractor 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, time clocks, 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, creed, color or national original, because of habit, local custom, or otherwise. He further
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; that he will retain such certifications in his files; and that he will
forward the following notice to such proposed subcontractors (except where the proposed
subcontractors have submitted identical certifications for specific time periods):
NOTICE TO PROSPECTIVE SUBCONTRACTORS OF REQUIREMENT FOR
CERTIFICATIONS OF NON -SEGREGATED FACILITIES
A Certification of Non -segregated Facilities, as required by the May 9, 1967, order (33
F.R. 7808, May 28, 1968) on Elimination of Segregated Facilities, by the Secretary of Labor,
must be submitted prior to the award of a subcontract exceeding $10,000 which is not exempt
from the provisions of the Equal Opportunity clause. The certification may be submitted either
for each subcontract or for all subcontracts during a period (i.e., quarterly, semiannually, or
annually).
/670w4
23 Z Lt
Signature Date
--)71/2 (-de\ C k)e c.renidg()-i-
Name and Title of Signer (Please Type)
NOTE: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001.
EPA-7 5720-4.2
October 2022
Attachment 2
SRF Required Front -End Specifications
This form must be signed by the Prime Contractor and submitted with the bid.
Debarments and Suspensions
Any bidder or equipment supplier whose firm or affiliate is listed in on the U.S. General Services
Administration Excluded Parties List will be prohibited from the bidding process. The excluded
parties records search engine is located at the System for Award Management (SAM) website:
https://www.sam.gov/SAM/. Pursuant to 2 CFR Part 180, as supplemented by 2 CFR 1532, any
entity submitting a bid while the SAM website lists that entity as having an active exclusion will
be determined by the DNR to be a non -responsive bidder and will not be able to receive SRF
funding.
United States Environmental Protection Agency Washington, DC 20460
Certification Regarding Debarment, Suspension, and
Other Responsibility Matters
The prospective participant certifies to the best of its knowledge and belief that it and the
principals:
(a) Are not presently debarred, suspended, proposed for debarment, declared ineligible,
or voluntarily excluded from covered transactions by any Federal department or
agency;
(b) Have not within a three year period preceding this proposal been convicted of or had a
civil judgment rendered against them for commission of fraud or a criminal offense in
connection with obtaining, attempting to obtain, or performing a public (Federal, State,
or local) transaction or contract under a public transaction: violation of Federal or
State antitrust statutes or commission of embezzlement, theft, forgery, bribery,
falsification or destruction of records, making false statements, or receiving stolen
property;
(c) Are not presently indicted or otherwise criminally or civilly charged by a government
entity (Federal, State, or local) with commission of any of the offenses enumerated in
paragraph (1) (b) of this certification; and
(d) Have not within a three-year period preceding this application/proposal had one or
more public transactions (Federal, State, or local) terminated for cause or default.
I understand that a false statement on this certification may be grounds for rejection of this
proposal or termination of the award. In addition, under 18 U SC Sec. 10 01, a false statement
may result in a fine of up to $10,000 or imprisonment for up to 5 years, or both.
V d!
vuh
Typed Name & Title of Authorized Representative
J
i/ I (JAI „-{_d L ei
Signature of Authorized Representative
-a-2).-z3
Date
am unable to certify to the above statements. My explanation is attached.
October 2022
Attachment 5
SRF Required Front -End Specifications
This form must be signed by the Prime Contractor and submitted with the bid.
PROHIBITION ON CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE
SERVICES OR EQUIPMENT
This term and condition implements 2 CFR 200.216 and is effective for obligations and expenditures of
EPA financial assistance funding on or after 8/13/2020. EPA recipients and subrecipients, including
borrowers under EPA funded revolving loan fund programs, are prohibited from obligating or expending
loan or grant funds to:
(a) Procure or obtain, extend or renew a contract to procure or obtain;
(b) Enter into a contract (or extend or renew a contract) to procure; or
(c) Obtain the equipment, services, or systems that use "covered telecommunications equipment
or services' identified in the regulation as a substantial or essential component of any system, or
as critical technology as part of any system.
Certain equipment, systems, or services, including equipment, systems, or services produced or provided
by entities subject to the prohibition are recorded in the System for Award Management exclusion list,
website: https://www.sam.qov/SAM/.
(1) As described in Public Law 115-232, section 889, covered telecommunications equipment or
services includes:
(i) Telecommunications equipment produced by Huawei Technologies Company or ZTE
Corporation (or any subsidiary or affiliate of such entities).
(ii) For the purpose of public safety, security of government facilities, physical security
surveillance of critical infrastructure, and other national security purposes, video surveillance
and telecommunications equipment produced by Hytera Communications Corporation,
Hangzhou Hikvision Digital Technology Company, or Dahua Technology Company (or any
subsidiary or affiliate of such entities).
(iii) Telecommunications or video surveillance services provided by such entities or using such
equipment.
(iv) Telecommunications or video surveillance equipment or services produced or provided by
an entity that the Secretary of Defense, in consultation with the Director of the National
Intelligence or the Director of the Federal Bureau of Investigation, reasonably believes to be
an entity owned or controlled by, or otherwise connected to, the government of a covered
foreign country.
(2) Consistent with 2 CFR 200.471, costs incurred for telecommunications and video surveillance
services or equipment such as phones, Internet, video surveillance, and cloud servers are
allowable except for the following circumstances:
(i) Obligating or expending EPA funds for covered telecommunications and video surveillance
services or equipment or services to procure (enter into, renew or extend contracts) or obtain
the equipment, services, or systems as described in 2 CFR 200.216.
I understand the above prohibitions and certify that the project will be in compliance with all the
requirements.
R;(1
Vice
Pc,'dn 1
Typed Name & Title of Authorized Representative
tatAi CR/0M,-
Signature of Authorized Representative Date
October 2022
NON -COLLUSION AFFIDAVIT OF PRIME BIDDER
State of ten(
County of , ( P;t\
trah 2cekI$s
)ss
, being first duly sworn, deposes and says that:
1. ti, is (Owner, Partner Officer, Representative, or Agent) , of )� er40 in
YD, the Bidder that has submitted the attached Bid; CJ
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 p. rties in interest, including this affiant.
(Signed) 'i at
an.1-
Title
Subscribed and sworn to before me this 2)(ti day T .,( Lt Cir i , 20a5
My commission expires ij —J CPr ;ii
ti ) Title
•
NON -COLLUSION AFFIDAVITS
AECOM #60680939
NCA-1 of 2 Sunnyside Creek Improvements
City Contract No. 1062 Waterloo, Iowa
EQUAL OPPORTUNITY CLAUSE
(As provided in Executive Order No. 11246)
All contractors, subcontractors, vendors and suppliers of goods and services doing business with the City
and value of said business equals or exceeds ten thousand dollars ($10,000.00) annually agree as
follows:
1. The contractors, subcontractor, vendor and supplier of goods and services will not discriminate
against any employee or applicant for employment because of race, color, creed, sex, national
origin, economic status, age, mental or physical handicap, political opinions or affiliations. The
contractor, subcontractor, vendor and supplier will develop an Affirmative Action program to
ensure that applicants are employed and that employees are treated during employment without
regard to their race, creed, color, sex, national origin, religion, economic status, age, mental or
physical disability, political opinions or affiliations. Such actions shall include but not be limited to
the following:
a. Employment
b. Upgrading
c. Demotion or Transfer
d. Recruitment and Advertising
e. Layoff or Termination
f Rates of Pay or Other Forms of Compensation
g. Selection for Training Including Apprenticeship
2. The contractor, subcontractor, vendor and supplier of goods and services will, in all solicitations
or advertisements for employees, state that all qualified applicants will receive consideration for
employment without regard to race, creed, color, sex, national origin, religion, economic status,
age, mental or physical disabilities, political opinion or affiliations.
3. The contractor, subcontractor, vendor and supplier or his/her collective bargaining representative
will send to each labor union or representative of workers which he/she has a collective
bargaining agreement or other contract or understanding, a notice advising said labor union or
workers' representative of the contractor's commitment under this section.
4. The contractor, subcontractor, vendor and supplier of goods and services will comply with all
published rules, regulations, directives, and order of the City of Waterloo Affirmative Action
Program Contract Compliance Provisions.
5. The contractor, subcontractor vendor and supplier of goods and services will furnish and file
compliance reports within such time and upon such forms as provided by the Affirmative Action
Officer. Said forms will elicit information as to the policies, procedures, patterns, and practices of
each subcontractor as well as the contractor himself/herself and said contractor, subcontractor,
vendor and supplier will permit access to his/her employment books, records and accounts to the
City's Affirmative Action Officer, for the purpose of investigation to ascertain compliance with this
contract and with rules and regulations of the City's Affirmative Action Program Contract
Compliance Provisions relative to Resolution No. 24664.
6. In the event of the contractor's non-compliance with the non-discrimination clauses of this
contract or with any of such rules, regulations and orders, this contract may be canceled,
terminated or suspended in whole or in part and the contractor may be declared ineligible for
further contracts in accordance with procedures authorized by the City Council.
7 The contractor, subcontractor, vendor and supplier of goods and services will include, or
incorporate by reference, the provisions of the non-discrimination clause in every contract,
EQUAL OPPORTUNITY CLAUSE
AECOM 1160680939
EOC-1 of 2 Sunnyside Creek Improvements
City Contract No. 1062 Waterloo, Iowa
subcontract or purchase order unless exempted by the rules, regulations or orders of the City's
Affirmative Action Program, and will provide in every subcontract, or purchase order that said
provisions will be binding upon each contractor, subcontractor, or supplier.
8. We, the undersigned, recognize that we are morally and legally committed to non-discrimination
in employment. Any person who applies for employment with our company will not be
discriminated against because of race, creed, color, sex, national origin, economic status, age,
mental or physical disabilities.
(Signed)
(Appropriate Official)
g_L--oiA0 a Wear
(Title)
I—Z?yZ€3
(Date)
EQUAL OPPORTUNITY CLAUSE
AECOM #60680939
EOC-2 of 2 Sunnyside Creek Improvements
City Contract No. 1062 Waterloo, Iowa
TITLE VI CIVIL RIGHTS
During the performance of this contract, the contractor (for itself), its assignees, and successors in
interest (hereinafter referred to as the "contractor") agrees as follows:
1. Compliance with Regulations: The contractor shall comply with the Regulations relative to non-
discrimination in Federally assisted programs of the DOT Title 49, Code of Federal Regulations,
Part 21, as they may be amended from time to time, (hereinafter referred to as the Regulations),
which are herein incorporated by reference and made a part of this contract.
2. Nondiscrimination: The contractor, with regard to the work performed by it during the contract,
shall not discriminate on the grounds of race, color, national origin, sex, age, or disability in the
selection and retention of subcontractors, including procurement of materials and leases of
equipment. The contractor shall not participate either directly or indirectly in the discrimination
prohibited by section 21.5 of the Regulations, including employment practices when the contract
covers a program set forth in Appendix B of the Regulations.
3. Solicitations for Subcontracts, Including Procurement of Materials and Equipment: In all
solicitations either by competitive bidding or negotiation made by the contractor for work to be
performed under a subcontract, including procurement of materials or leases of equipment, each
potential subcontractor or supplier shall be notified by the contractor of the contractor's
obligations under this contract and the Regulations relative to non-discrimination on the grounds
of race, color, national origin, sex, age, or disability.
4. Information and Reports: The contractor shall provide all information and reports required by the
Regulations or directives issued pursuant there to, and shall allow access to its books, records,
accounts, other sources of information, and its facilities as may be determined by the Contracting
Authority, the Iowa DOT, or FHWA to be pertinent to ascertain compliance with such Regulations,
orders and instructions. Where any information required of a contractor is in the exclusive
possession of another who fails or refuses to furnish this information the contractor shall so certify
to the Contracting Authority, the Iowa DOT, or the FHWA as appropriate, and shall set forth what
efforts it has made to obtain the information.
5. Sanctions for Noncompliance: In the event of the contractor's noncompliance with the
nondiscrimination provisions of this contract, the Contracting Authority, the Iowa DOT, or the
FHWA shall impose such contract sanctions as they may determine to be appropriate, including,
but not limited to:
a. Withholding of payments to the contractor under the contract until the contractor
complies, and/or
b. Cancellation, termination, or suspension of the contract, in whole or in part.
6. Incorporation of Provisions: The contractor shall include the provisions of paragraphs (1) through
(6) in every subcontract, including procurement of materials and leases of equipment, unless
exempt by the Regulations, or directives issued pursuant thereto. The contractor shall take such
action with respect to any subcontract or procurement as the Contracting Authority, the Iowa
DOT, or the FHWA may direct as a means of enforcing such provisions including sanctions for
non-compliance: Provided, however, that, in the event of a contractor becomes involved in, or it
threatened with, litigation with a subcontractor or supplier as a result of such direction, the
contractor may request the Contracting Authority or the Iowa DOT to enter into such litigation to
protect the interests of the Contracting Authority or the Iowa DOT; and, in addition, the contractor
may request the United States to enter into such litigation to protect the interest of the United
States.
TITLE VI CIVIL RIGHTS
AECOM J160680939
TVI-1 of 1 Sunnyside Creek Improvements
City Contract No. 1062 Waterloo, Iowa
Bidder Status Form
To be completed by all bidders Part A
Please answer "Yes" or "No" for each of the following:
❑ Yes ❑ No My company is authorized to transact business in Iowa.
(To help you determine if your company is authorized, please review the worksheet on the next page).
Yes ❑ No My company has an office to transact business in Iowa.
Er/Yes ❑ No My company's office in Iowa is suitable for more than receiving mail, telephone calls, and e-mail.
El Yes ❑ No My company has been conducting business in Iowa for at least 3 years prior to the first request for
bids on this project.
Yes ❑ No My company is not a subsidiary of another business entity or my company is a subsidiary of another
business entity that would qualify as a resident bidder in lowa.
If you answered "Yes" for each question above, your company qualifies as a resident bidder. Please
complete Parts B and D of this form.
If you answered "No" to one or more questions above, your company is a nonresident bidder. Please
complete Parts C and D of this form.
To be completed by resident bidders Part B
My company has maintained offices in Iowa during the past 3 years at the following addresses:
1293511i'ec/e
Dates: / 0to e / Address: j
'Ie /1
City, State, Zipf \retIYiteria )LJy 59,:a(5
Dates: / / to / / Address:
City, State, Zip:
Dates: / / to / / Address:
You may attach additional sheet(s) if needed. City, State, Zip:
To be completed by non-resident bidders Part C
1. Name of home state or foreign country reported to the Iowa Secretary of State:
2. Does your company's home state or foreign country offer preferences to resident bidders, resident labor
force preferences or any other type of preference to bidders or laborers?
3. If you answered "Yes" to question 2, identify each preference offered by your company's home state or foreign country
and the appropriate legal citation.
Yes I I No
You may attach additional sheet(s) if needed.
To be completed by all bidders Part D
I certify that the statements made on this document are true and complete to the best of my knowledge and I know that my
failure to provide accurate and truthful information may be a reason to reject my bid.
Wit)__rn ) oThria)
Signature: &a lail/Id-Iry Date:g) `a; --zb
Firm Name:
You must submit the completed form to the governmental body requesting bids per 875 Iowa Administrative Code
Chapter 156. This form has been approved by the Iowa Labor Commissioner.
309-6001 (09-15)
Worksheet: Authorization to Transact Business
This worksheet may be used to help complete Part A of the Resident Bidder Status form. If at least one of the following
describes your business, you are authorized to transact business in Iowa.
Yes U No
Yes ❑ No
Yes No
My business is currently registered as a contractor with the Iowa Division of Labor.
My business is a sole proprietorship and I am an Iowa resident for Iowa income tax purposes.
My business is a general partnership or joint venture. More than 50 percent of the general
partners or joint venture parties are residents of Iowa for Iowa income tax purposes.
Yes ❑ No My business is an active corporation with the Iowa Secretary of State and has paid all fees
required by the Secretary of State, has filed its most recent biennial report, and has not filed
articles of dissolution.
Yes ❑ No My business is a corporation whose articles of incorporation are filed in a state other than Iowa,
the corporation has received a certificate of authority from the Iowa secretary of state, has filed
its most recent biennial report with the secretary of state, and has neither received a certificate of
withdrawal from the secretary of state nor had its authority revoked.
Yes ❑ No My business is a limited liability partnership which has filed a statement of qualification in this
state and the statement has not been canceled.
Yes ❑ No My business is a limited liability partnership which has filed a statement of qualification in a
state other than Iowa, has filed a statement of foreign qualification in Iowa and a statement of
cancellation has not been filed.
Yes ❑ No My business is a limited partnership or limited liability limited partnership which has filed a
certificate of limited partnership in this state, and has not filed a statement of termination.
Yes ❑ No My business is a limited partnership or a limited liability limited partnership whose certificate of
limited partnership is filed in a state other than Iowa, the limited partnership or limited liability
limited partnership has received notification from the Iowa secretary of state that the application
for certificate of authority has been approved and no notice of cancellation has been filed by the
limited partnership or the limited liability limited partnership.
Yes ❑ No My business is a limited liability company whose certificate of organization is filed in Iowa and has
not filed a statement of termination.
Yes ❑ No My business is a limited liability company whose certificate of organization is filed in a state other
than Iowa, has received a certificate of authority to transact business in Iowa and the certificate
has not been revoked or canceled.
309-6001 (09-15)
BSP-2
M co
0rn
it m
o
D
a
CO -I
�-
O
0
c
0
0
77
Fcr
0
0
v 0
(Form CCO-4) Rev. 06-20-02
-:-.71
r)
,
,
6
ST\
--c
.,
ox
Quotes Received
?,
Ty
-,Th
7
s.f-=
,
.
,,
rAlf
R-
r:fi
____,
F-)
73
n
—i
ft('
-)
-., a
To
ni
c
cil,_
1
N
;--
N
r---(--
Len
I
et,
lates
itacted
t
*
5
(7
i
N
N ,
NI
uates
ntacted
N
(A
:*
0
0
O
bcont
OM
CO
co 0
E
zD
(n z
mtn
mO
-Tvz
70O
CD co
m—
v n
zm
'
-i
tnm
W
AO J 1SVI
0
r,-
r+
v)'
0
5.
cD
ea
r*
co
co
co
O c
-o
0-.
0
cD
�(0
3
ivy'
Q n
0 )
(0
O
Q o
3
o 0
O CD
CT
30
0
�(v
st r*�
0)
0 (QCC).
ct • CC)
(n
0
0
r1
0
r*
0
v
cD
0
3
fl)
=fi 0 -<
<< O p
O
c
fl) cp
c AD
Qc
C 0 (TO
-10
. r
O 0 5•
Qo
o0
`<-3o
m0)0
m(, r*
o•o
P g
cD
0
0 D". 0
03.ccn
cD 5 o:
O 0 (n
O
0
Fn. c
c co
cDj h0
< O-0
O < O
0 <
Li a
(1)
(D 3
w p (D
(O
or, co O
n a.3
5 0 v
o o
o �
Cj0
vr*
cn o
R 0
0 3
O 0
a) _ (C)
O p
3 c
o m
0 CO
m
(D W
c
(n
O
CD
0)cn
m
v h
0 (D
0 -a
(n
- (D
0)
0
O
0
c.)
co
N.)
03
(n
c
0
0
0
v
0
0
0
0
0 v
03
00
1
0
c
1
c
0
z
—I
0
cn
so
-U
n
co
rn
0
c
O
0
0
1
O
-,
a
CY
(Q
0
cn
Q
m
0
(n
0
(n
(D
r+
0
-0
O
a
CD
(D
0
c
(Dv
0 o
(cn 0
(n h
3- 3 O (•
Q-o
cD3
�0)
n O
co
Q.co
Contractor Signature:
0
W
� co
'
m
c co
o m
f-1-c
co
O n
D. O
z
0
IcO n
_I
N
r* o
�c„
:0
z
7:3O
o —I
0c
0-�
c.
-4,co
v v
coco
co co
mm
c
0
r
0)
0
(n
c
0
0
1
0
0 0
�w l
o�
camCr 0
m
�
"
0 0 J
N
5cp. (0
O (a o
0 0)
O CT
3
o
0
o v
3
En' cis.
0 0
3 -0
0))
O
Prime Contractor Name:
mg
v3W
m
v
0 W
zm
o D C
0 n ca
S —1 z
E win
O (n
• m
Ez
CZ �
m cn
0m
E
u\
eIOWADOT
January 5, 2024
Vallarie Holm
Tiedt Nursery, Ltd.
2419 E. Bremer Avenue
Waverly, IA 50677
VIA ELECTRONIC MAIL
RE: Affidavit of Continued DBE/ACDBE Certification Eligibility
Ms. Holm,
This letter confirms receipt of your annual No Change Affidavit and supporting
documentation. The Iowa Department of Transportation (Iowa DOT), in compliance
with 49 Code of Federal Regulations Part 26 (49 C.F.R. §§26 et seq.), is pleased to
inform you that your firm's information has been reviewed and approved. Your firm's
Disadvantaged Business Enterprise (DBE) certification will remain valid for another
year.
The DBE Directory, located at https://secure.iowadot.gov/DBE/Home/Index/, will
continue to list your contact information and will include the following NAICS codes and
description of services performed:
NAICS Code: 237990, 238990, 561730
Work Types: Erosion Control (Seed, Sod, Mat, and Silt Fence), Fencing, Herbicide
Application; Landscaping (Trees and Shrubs), Mowing, and Retaining
Walls; Supplier: Trees, Shrubs, Seed, Fertilizer, Erosion Control
Products, Plastic Tubing, and Fencing
As a DBE, you have the responsibility to comply with all aspects of 49 C.F.R. Part 26;
maintain an accurate mailing address and phone number with Iowa DOT and promptly
return all solicitation inquiries. If you have any questions, please contact this office.
Sincerely,
Danny Wagener
Civil Rights Compliance Officer
ke 1515-239-1422
M
I danny.wagener a iowadot.us
I www.iowadot.gov
Address: Civil Rights Bureau
800 Lincoln Way, Amos, IA 50010
Bond No. LB000400
BID BOND
KNOW ALL MEN BY THESE PRESENTS, that we, Boomerang Corp.
as Principal, and The Gray Casualty & Surety Company
as Surety are held and firmly bound unto the CITY OF WATERLOO , Iowa, hereinafter called
"OWNER." In the penal sum Five Percent of Bid Amount (5% of bid amount)
Dollars ($ XXX
) 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 the 23rd day of
January , 2025 for Sunnyside Creek Improvements Wet Detention
Project Pond and Channel Stabilization
NOW, THEREFORE,
(a) If said Bid shall be rejected, or in the alternate,
(b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the form
specified and shall furnish a bond for his faithful performance of said contract, and for the payment of all
persons performing labor or furnishing materials in connection therewith, and shall in all other respects
perform the agreement created by the acceptance of said Bid,
Then this obligation shall be void, otherwise the same shall remain in force and effect; it being expressly
understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event,
exceed the penal amount of this obligation as herein stated.
By virtue of statutory authority, the full amount of this bid bond shall be forfeited to the Owner in
liquidation of damages sustained in the event that the Principal fails to execute the contract and provide
the bond as provided in the specifications or by law.
The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its
bond shall be in no way impaired or affected by any extension of the time within which the Owner may
accept such Bid or execute such contract; and said Surety does hereby waive notice of any such
extension.
IN WITNESS WHEREOF, the Principal and the Surety, have hereunto set their hands and seals, and
such of them as are corporations, have caused their corporate seals to be hereto affixed and these pres-
ents to be signed by their proper officers this 17th day of January , A.D. 20 25 .
1000--i
Boomerang Corp. ----- (Seal- -
Principal
BID BOND
AECOM #60680939
By AAA),
\)ct Prez;e/n F
(Title)
The Gray Casualty & Surety Company (Seal)
Surety
By
Troy Staples Attorney -in -fact
Sunnyslde Creek Improvements
Cfty Contract No. 1082 Waterloo, Iowa
B8-1 OF 1
ACKNOWLEDGMENT OF PRINCIPAL (Individual)
State of )
)
County of )
On this day of in the year before me personally come(s)
to me known and known to me to be the person(s) who (is) (are) described in
and executed the foregoing instrument and acknowledge(s) to me that he/she executed the same.
Notary Public
ACKNOWLEDGMENT OF PRINCIPAL (Partnership)
State of )
)
County of )
On this
day of
in the year
before me personally come(s)
a member of the co -partnership of
to me known and known to me to be the person who is described in and
executed the foregoing instrument and acknowledges to me that he/she executed the same as for the act and deed of the said co -partnership.
Notary Public
ACKNOWLEDGMENT OF PRINCIPAL (Corporation)
State ofc_- th W )
County ot3 0ylQ2
�
On this ��rd d
of \Sep p LI &na-j , in the year c9 , before me personally come(s)
to me known, �o, being duly sworn, deposes and says that he/she is
the
of the c ')ate n )Y
� C �
the corporation described in and which e cuted the foregoing instrument; that he/she knows the seal
of the said corporation; the seal affixed to the said instrument is such corporate seal; that it was so affixed by the order of the Board of Directors of said
corporation, and that he/she signed his/her name thereto by like order.
DAWN M KING
Commission Number 855430
My commission Expires
Notary Public
ACKNOWLEDGMENT OF SURETY
State of Minnesota )
County of Dakota )
On this 17th day of January, in the year 2025, before me personally come(s) Troy Staples, Attorney(s)-in-Fact of The Gray Casualty & Surety
Company with whom I am personally acquainted, and who, being by me duly sworn, says that he/she is (are) the Attorney(s)-in-Fact of The Gray
Casualty & Surety Company company described in and which executed the within instrument; that he/she know(s) the corporate seal of such company;
and that seal affixed to the within instrument is such corporate seal and that it was affixed by order of the Board of Directors of said company, and that
he/she signed said instrument as Attorney(s)-in-Fact of the said company by like order.
TONI L. FERRILL
NOTARY PUBLIC - MINNESOTA
My Commission Expires Jan 31, 2027
Notary Public
) I
Fese%
Pate I3onding, Inc.
01/17/2025 15:47 26503680561
THE GRAY INSURANCE COMPANY
THE GRAY CASUALTY & SURETY COMPANY
GENERAL POWER OF ATTORNEY
Bond Number: LB000400 Principal: Boomerang Corp.
Project: Sunnyside Creek Improvements Wet Detention Pond and Channel Stabilization Project
KNO\V ALL BY THESE PRESENTS, THAT The Gray Insurance Company and The Gray Casualty & Surety Company, corporations duly
organized and existing under the laws of Louisiana, and having their principal offices in Metairie, Louisiana, do hereby Make, constitute, and
appoint: Zachary Pate, Troy Staples, Jennifer Boyles, Thomas Lahl, Thomas Kemp, and Nicholas Hochhan of St. Paul, Minnesota jointly
and severally on behalf of each of the Companies named above its true and lawful Attorney(s)-in-Fact, to make, execute, seal and deliver, for and
on its behalf and as its deed, bonds, or other writings obligatory in the nature of a bond, as surety, contracts of suretyship as are or may be required
or permitted by law, regulation, contract or otherwise, provided that no bond or undertaking or contract of suretyship executed under this authority
shall exceed the amount of'
$25,000,000.00.
"Phis Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of
Directors of both The Gray Insurance Company and The Gray Casualty & Surety Company at meetings duly called and held on the 26`h day of
June, 2003.
"RESOLVED, that the President, Executive Vice President, any Vice President, or the Secretary be and each or any of them hereby is authorized to
execute a power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds,
undertakings, and all contracts of surety, and that each or any of them is hereby authorized to attest to the execution of such Power of Attorney, and
to attach the seal of the Company; and it is
FURTHER RESOLVED, that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any
certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be
binding upon the Company now and in the future when so affixed with regard to any bond, undertaking or contract of surety to which it is attached.
IN \VITNESS WHEREOF, The Gray Insurance Company and The Gray Casualty & Surety Company have caused their official seals to be hereinto
affixed, and these presents to be signed by their authorized officers this 4th day of November, 2022.
Michael T. Gray
President
The Gray Insurance Company
Cullen S. Piske
President
The Gray Casualty & Surety Company
State of Louisiana
ss:
Parish of Jefferson
On this 4th day of November, 2022, before me, a Notary Public, personally appeared Michael T. Gray, President of The Gray Insurance
Company, and Cullen S. Piske, President of The Gray Casualty & Surety Company, personally known to me, being duly sworn, acknowledged
that they signed the above Power of Attorney and affixed the seals of the companies as officers of, and acknowledged said instrument to be the
voluntary act and deed, of their companies.
Leigh Anne Henican
Notary Public
Notary ID No.92653
Orleans Parish, Louisiana
AAA-Q Vs\ CO (PIA —
Leigh Anne Henican
Notary Public, Parish of Orleans State of Louisiana
My Commission is for Life
I, Mark S. Manguno, Secretary of The Gray Insurance Company, do hereby certify that the above and forgoing is a true and correct copy of a
Power of Attorney given by the companies, which is still in full force and effect. IN \VITNESS WHEREOF, I have set my hand and
affixed the seals of the Company this 17t1 day of January , 2026
mat% ;444Ar in~vs
I, Leigh Anne Henican, Secretary of The Gray Casualty & Surety Company , do hereby certify that the above and forgoing is a true and correct
copy of a Power of Attorney given by the companies, which is still in full force and effect. IN \VITNESS WHEREOF, I have set my hand
and affixed the seals of the Company this 171J day of January , 2026
•
•