Loading...
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 • •