Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Boomerang Corp.
Boomerang Corp 12536 Buffalo Road Anamosa IA 52205 CITY OF i; CITY 1LERs Uz 1 3kj Ol) 7 2019 PH 12 52 O6 BID BOND: Dry Run Creek Interceptor City of Waterloo, Iowa Boomerang Corp 12536 Buffalo Road Anamosa IA 52205 • BID DOCUMENT: Dry Run Creek Interceptor City of Waterloo, Iowa COY OF WATERL C ? CL PRKS 1111111111111111.11111a--- S - a^ r' a c r Q w 2i 1 i 'Y PM S y>D •L s -_ i v -w FORM OF BID OR PROPOSAL DRY RUN CREEK INTERCEPTOR CONTRACT NO. 877 CITY OF WATERLOO, IOWA Honorable Mayor and City Council Waterloo, Iowa Gentlemen: Revised Per Addendum #4 - 11/01/2019 The undersigned, being a Corporation existin under the laws of the State ofitaak a Partnership , 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 DRY RUN CREEK INTERCEPTOR, CITY CONTRACT NO. 877, all in accordance with the above -listed documents and for the unit prices for work in place for the following items and quantities: consisting of the following partners: i4 DRY RUN CREEK INTERCEPTOR Item No. Description Unit Estimated Quantity Unit Price Total Price 1 Mobilization LS 1.0 $450100 0 , CSU $ �S o poo .. %ip 2 Traffic Control LS 1.0 $ c�i Qo° .0 J $ .5 /ODD o C)C) 3 Clearing and Grubbing LS 1.0 $ 15,000,00 $ 15100 o s co 4 Existing Pump Vault, Valve Vault and Equalization Tank Removal LS 1.0 $ I5,000400 $ 'Stow. o 0 5 Import Fill for Lift Station Site CY 254.8 $ 5 # co $ u , 3 io . co 6 Import Fill for Trench Removals CY 5,800.0 $J co $ Cj, coo o, ° O 7 Lift Station Wet Well and Valve Vault LS 1.0 $ Hoo 1 (),0 100 $ W00, 000 • 00 8 Electrical Equipment Building LS 1.0 $ 5006 c000 •00 $ Sop, oov .0 O 9 Site Electrical LS 1.0 $ n i 000 r oo $ a' (COO, OD 10 Stand -By Generator LS 1.0 $ ., 0$ c 11 Metering Manhole LS 1.0 $ I Si 00o r cQ $ 153 ocecyo 12 Air Release Manhole LS 1.0 $ 33s coo . Gn $ -on 3 , coo 13 Retaining Wall LS 1.0 $501000 -00 $50, coo n 00 14 Unclassified Material (Removal of Rippable Rock) CY 2,500 $ to . 00 $ a s i oco. 00 15 Foundation Rock TON 82.0 $ Syo, J.0 $ too , to 16 Trench Compaction Testing LS 1.0 $ Stoop t o b $ 'Lon() • OL' FORM OF BID AECOM #60330823 (2019) CONTRACT NO. 877 FB -1 OF 4 DRY RUN CREEK INTERCEPTOR Revised Per Addendum #4 -11/01/2019 DRY RUN CREEK INTERCEPTOR Item No. Descri tion Unit 17 Abandon and Plug 8 -Inch Sanitary Sewer LF Estimated Quantity 215.0 Unit Price n 18 19 Sanitary Sewer Force Main Testing Cleaning, Inspection and Testing of Sanitary Sewer Gravity Mains LS LS 1.0 1.0 $ 5 , coo 00 Total Price $ $ $ n0 FORM OF BID AECOM #60330823 (2019) CONTRACT NO. 877 FB -2 OF 4 DRY RUN CREEK INTERCEPTOR „..,...01,..., k, .J G L 6 \.7CJ 20 24 -Inch Sanitary Sewer Gravity Main - Open Cut LF 5,178.7 .. $ 10 t vii $ 3 (0 i ,aD 50, 21 24 -Inch Sanitary Sewer Gravity Main - Directional Drilling LF 754.9 $ 11 (loot Uu $ • 11 o5u ►upset 22 20 -Inch Sanitary Sewer Gravity Main Ductile Iron - Open Cut LF 92.0 $ aoo e0r $ 1$t!-jU0: 00 23 18 -Inch Sanitary Sewer Gravity Main - Open Cut LF 2,399.2 $ 55 t 00 $ 13 i A 5QJ . OD 24 12 -Inch Sanitary Sewer Force Main - Directional Drilling LF 524.0 $ ., 100 .0 $ Sa3/4y0O,(T) 25 12 -Inch Sanitary Sewer Force Main - Open Cut LF 1,958.0 $ 35.00 $ col 5.30, 00 26 8 -Inch Sanitary Sewer Gravity Main - Open Cut LF 43.0 $ ---I 5'Oo $ 3 r . as sr CU iJ 27 6 -Inch Sanitary Sewer Gravity Main Ductile Iron - Open Cut LF 0 15. $ t ©,�� $ t Sv-00 28 30 -Inch Steel Casing, With 18 -Inch Sanitary Sewer Gravity Main LF 235.0 $ o $ l II -15010D L1SO1OD ` o, U 29 24 -Inch Steel Casing With 12 -Inch Sanitary Sewer Force Main LF 0 196. $ 35o e OD $ �� (D1,1(000,00 30 Force Main Fittings LBS 655.0 $ 0,DO$ lx ss©oOL? 31 48 -Inch Manhole Replacement EA 2.0 $ (.91000- 00 $ (#01 L000 . 00 32 72 -Inch Manhole Replacement EA 1.0 $ Il>,00ndem) $ 162, ooa t, co 33 48 -Inch Manhole EA 28.0 $ c $ 1 00D, o o --IMO. aO h 34 24 -Inch Circular Area Intake - SW -512, With SW -604, Type 3B EA 1.0 $ i EZo Or OD $ l I i -Jo 0 e Ot) 35 Connection to Existing Sanitary Manhole EA 4.0 $ 1300 c or) $ SiRoo ID 36 8 -Inch Drop Connection EA 1.0 $ a,00O tob $ a , o6Ot o(O 37 24 -Inch RCP Storm Sewer LF 20.0 $ (to 40D $ a, o00 too 38 24 -Inch RCP Apron EA 1.0 $ liaOO 0 0O $ l a00. op 39 18 -Inch RCP Storm Sewer LF 20.0 $ cssioD r $ L t q oo o 00 40 18 -Inch RCP Apron EA 2.0 $$ ►foo: oo (Zaoo -0 41 12 -Inch RCP Storm Sewer LF 32.0 $ 106 00 co $ `61(11oD 42 12 -Inch RCP Apron EA 1.0 $t `cn0 o in , $ ` ODo, OTh 43 Drain Tile Replacement LF 80.0 $ i t `_, $ lit/V).•00 FORM OF BID AECOM #60330823 (2019) CONTRACT NO. 877 FB -2 OF 4 DRY RUN CREEK INTERCEPTOR Revised Per Addendum #4 -11/01/2019 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. FORM OF BID CONTRACT NO. 877 FB -3 OF 4 AECOM #60330823 (2019) DRY RUN CREEK INTERCEPTOR DRY RUN CREEK INTERCEPTOR Item No. Descri •tion Unit Estimated Quantity Unit Price Total Price 44 6 -Inch PCC Pavement SY 477.0 $ --/ v : ;ti. ; $ 33 o „c 45 8 -Inch PCC Pavement SY 130.0 $ $O. vD ! $ to , 400 (00 46 8 -Inch HMA Pavement SY 71.0 $ ioso C) Si C 47 Gravel Surfacing SY 198.0 $ Lrl‘ou$ 48 Crushed Stone - Class "A" SY 477.0 $ I , ` b r $ cJ i a r hoo 49 Pavement Removal SY 201.0 $ 1 , u $ 31 ') q , 00 50 Seeding, Fertilizing and Mulching for Hydraulic Seeding - Type 1 Seed Mix AC 6.1 $ i i cos co $ i R, 570. (: 51 Seeding, Fertilizing and Mulching for Hydraulic Seeding - Type 2 Seed Mix AC 5.7 i $ 3 ) q00,: , � $ l 9„9t0i0D 52 Seeding, Fertilizing and Mulching for Hydraulic AC Seeding - Type 4 Seed Mix 6.1 $ 31000 P 0C $ 1 CI c30°4 tsdb 53 Seeding, Fertilizing and Mulching for Hydraulic Seeding - Type 5 Seed Mix AC 5.7 $ I `Iold, 00 $ l (_,a153 i 0.0. 54 Erosion Stone SY 240.0 $ $ i a no& , a) 55 Silt Fence LF 6,700.0 $ 0D , $ f 3, Lim,00 56 Temporary Rolled Erosion Control Products (RECP)0, SY 51,860.0 $ b0 $ a St 9 Oatob 57 SWPPP Requirements LS 1.0 $ ;.-I 500 • 00 $ i_It 5-00 ^ Cdib 58 6 -Foot Chain -Link Fence LF 233.0 $ 3 (> te 00 $ 4 1 �q Q, CZ 59 24 -Foot Chain -Link Gate EA 2.0 $ i act ., C)0 $ A Cad° ,s 00 60 Texas St. Lift Station Generator LS 1.0 $ y ao,00�ac�� $ L/2 i O , 000 00 61 Rock Excavation ;Y 1,500 $ �r _ - $15.0U0. Cr TOTAL BID AMOUNT $ f 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. FORM OF BID CONTRACT NO. 877 FB -3 OF 4 AECOM #60330823 (2019) DRY RUN CREEK INTERCEPTOR 4. Security in the sum of accordance with the INSTRUCTIONS TO B 5. Attached hereto is a Non -Collusion Affidavit of Prime Contractor. Revised Per Addendum #4 -11101/2019 Ave (°.Gl(+ (.6)�("awls� bt [t Dollars ($ � 9f) IER . 044 , is submitted herewith in 6. Attached hereto is the Bidder Status Form indicating Resident Bidder Certification Non -Resident Bidder Certification ( ). (Mark one.) or 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. 4 Date 4wlei cl 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. 11. The bidder has filled in all blanks on this proposal. Those blanks not applicable are marked "none" or "NA". 12. The bidder has attached all applicable forms. 13. 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. Pa e o cloyreofBid BY: )4( icetitA- 9kAAS tei Title V , (Date) Official Address: (Including Zip Code): l Mac €(4,4,10 pm,,d AsActi4kOoct 361 oq c5dtaili I.R.S. No. 4a-i�a IH 9 FORM OF BID CONTRACT NO. 877 FB -4 OF 4 AECOM #60330823 (2019) DRY RUN CREEK INTERCEPTOR ( odder Status orrn To be completed by all bidders Part A Please answer "Yes" or "No" for each of the following: IN Yes Yes Yes [ Yes 0 Yesl_ N o 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). N o My company has an office to transact business in Iowa. No My company's office in Iowa is suitable for more than receiving mail, telephone calls, and e-mail. N o My company has been conducting business in Iowa for at least 3 years prior to the first request for bids on this project. 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 Iowa. 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 PartB My company has maintained offices in Iowa during the past 3 years at the following addresses: Dates: / / /tj7tAddress: (c 61 do idoaei City, State, Zip: " tat a52ril- 3s avi 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 ■ No You may attach additional sheet(s) if needed. To be completed by all bidders Part 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. Firm Name: Signature: ttw►ed‘ovtri Cie Date: 1 [•1—(9 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) BSF-1 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 LI Yes No My business is currently registered as a contractor with the Iowa Division of Labor. No My business is a sole proprietorship and I am an Iowa resident for Iowa income tax purposes. Yes III No My business is a general partnership or joint venture. More than 50 percent of the general partners or point venture parties are residents of Iowa for Iowa income tax purposes. 916 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 L1 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 LJ 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 U 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 1J 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 1J 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) BSF-2 Page 2 Attachment 1 SRF Required Front -End Specifications (This form must be completed and signed by Prime Contractor and submitted with the bid.) U.S Environmental Protection Agency Certification of Non -Segregated Facilities SRF STATE REVOLVING FUND (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 lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directive or are in fact segregated on the basis of race, 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). Signature tatie\a,\A 1,et 65 Name and Title of Signer (Please Type) uJed elan Date NOTE: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001. EPA -7 5720-4.2 INVESTING IN IOWA'S WATER !gid `N ti.IuW3S1 1jioil' May 2015 Page 3 Attachment 2 SRF Required Front -End Specifications (This form must be completed and signed by the Prime Contractor and submitted with the bid.) SRF Debarments and Suspensions STATE Any bidder or equipment supplier whose firm or affiliate is listed in on the U.S. General REVOLVING FUND Services Administration Excluded Parties List System web site at http I/www.epis.gov/ will be prohibited from the bidding process. Anyone submitting a bid who is listed on this web site will be determined to be a non-responsive bidder in accordance with 40 CFR Part 31. 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 o f 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 for 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 transaction s (Federal, State, or local) terminated or cause or default. understand that a false statement on this certification may be ground for rejection of this proposal or termination of the award. In addition, under 18 U SC Sec. 10 01, a false statement ma y result in a fine of up to $10,000 or imprisonment for up to 5 years, or both. ktrictp, U Typed Name & Title of Authorized Representative J Signature of Authorized Representative Date 1-119 am unable to certify to the above statements. My explanation Is attached. EPA Form 5700-49 (11-88) INVESTING IN IOWA'S WATER VJVVW.IUcl;3l i.c0I11 May 2015 Page 4 Attachment 3 SRF Required Front -End Spocifications (This form must be completed and signed by Prime Contractor and submitted with the bid ) Disadvantaged Business Enterprise (DQE) Solicitation SRF STATE REVOLVING FUND It is EPA's policy that recipients of EPA financial assistance through the State Revolving Fund programs award a "fair share" of subagreements to small, minority and women -owned businesses, collectively know as Disadvantaged Business Enterprises (DBEs). Iowa's Fair Share goals are: Only work performed by certified DBEs can be counted toward the goals. In Iowa, DBEs must be certified through the Iowa Department of Transportation (IDOT). Information on certification requirements and a list of certified DBEs is on the IDOT website at http://www.lowadot.gov/contracts/contracts eeoaa.htm. Prime contractors' DBE requirements for SRF projects include: Taking affirmative steps for DBE participation Documenting the efforts and the proposed utilization of certified DBEs PROJECT INFORMATION SRF Applicant: Minority -Owned Business Enterprise (MBE) Goal Women -Owned Business Enterprise (WBE) Goal Construction 1.7% 2.2% Supplies 0.6% 5.6% Services 2.5% 11.3% Goods/Equipment 2.5% 10.4% Average 1.8% 7.4% Only work performed by certified DBEs can be counted toward the goals. In Iowa, DBEs must be certified through the Iowa Department of Transportation (IDOT). Information on certification requirements and a list of certified DBEs is on the IDOT website at http://www.lowadot.gov/contracts/contracts eeoaa.htm. Prime contractors' DBE requirements for SRF projects include: Taking affirmative steps for DBE participation Documenting the efforts and the proposed utilization of certified DBEs PROJECT INFORMATION SRF Applicant: Bidder: b eoc O Address: \ f 10 i,„2, Ui 'et Contact Person: c t� eklgSignature:ti e(AJL 7l,2JL(.-.7 Phone Number: LiuG3 31•3_ 43t' E -Mail Address: 6& e V&&t&eKaw" ftt-� ,peU4 Check if Prime Contractor is: Minority- wned ❑ Women -Owned Y INVESTING IN IOWA'S WATER V: VV`'i1. I0 V! 3::i 1 I.00111 May 2015 Page 5 GOOD FAITH EFFORTS CHECKLIST Please complete the checklist to determine if you have complied with the requirement to make good faith efforts to ensure that certified DBEs have the opportunity to compete for procurements funded by EPA financial assistance funds. Bidders/offerers must make good faith efforts prior to submission of bids/proposals. 1. Did you ensure that DBEs are made aware of contracting opportunities to the fullest extent practicable through outreach and recruitment activities? Yes No SRF STATE REVOLVING FUND 2. Did you make information on forthcoming opportunities available to DBEs and arrange time frames for contracts and establish delivery schedules, where the requirements permit, in a way that encourages and facilitates participation by DBEs in the competitive process? This includes, whenever possible, posting solicitation for bids or proposals for a minimum of 30 calendar days before the bid or proposal closing date. Yes No 3. Did you consider in the contracting process whether firms competing for large contracts could subcontract with DBEs? This will include dividing total requirements, when economically feasible, into smaller tasks or quantities to permit maximum participation by DBEs in the competitive process. [g] Yes No 4. Did you encourage contracting with a consortium of DBEs when a contract is too large for one of these firms to handle individually? [moi Yes No 5. Did you use the services of the Small Business Administration and the Minority Business Development Agency of the Department of Commerce to identify potential subcontractors? Yes No 6. List the potential DBE subcontractors that were contacted. Only list those that are certified through the Iowa Department of Transportation. Name How Contacted (e.g. letter, phone call, fax, e-mail) Response (e.g. did not respond, not interested, not competitive) Orme. otAtelet c+sDm Rio/ 6\& Ni() yrs pc m ,t; kkTrwekvw t-eut a\ & �o s2sp©, • d 9 `458 1-73 f) COvv\Qe.c- ; \-kUC 1 Prqc a_ & knOi--- ‘1---ePoYtt_ 4 tite e...; vital. If Fey d & roc-- \c�sPo�� Ncaviero+ i ► f as i .4.ecthwIS -rift 4= r.Nati Phv nG\rs o,,' Wat PROPOSED UTILIZATION OF DBE SUBCONTRACTORS vo vPS eOv-,6 Please include Attachments 4 and 5 to document the proposed utilization of certified DBE subcontractors. Cu(4t3 ewhe4 dotp Pet '(filer &Vkt4Wt-t 0BWYYLh({ esoisttho Fay Kota `So INVESTING IN IOWA'S WATER Vasrf.corn �i��th '`'ist\(\May 2015 Page 6 CONTRACT ADMINISTRATION PROVISIONS Several contract provisions are required to prevent unfair practices that adversely affect DBEs. These include: 1. Prime Contractor must pay its Subcontractor for satisfactory performance no more than 30 days from the Prime Contractor's receipt of payment from the SRF loan recipient. SRF STATE REVO VING FUND 2. Prime Contractor must notify the SRF loan recipient in writing prior to termination of a DBE subcontractor for convenience. 3. Prime Contractor must employ the six Good Faith Efforts to solicit a replacement subcontractor if a DBE subcontractor fails to complete work under a subcontract for any reason. INVESTING IN IOWA'S WATER Cc�%m May 2015 Page 7 Attachment 4 SRF Required Front -Eno Specifications (This form must be completed and signed by Prime and OBE Subcontractor for each subcontract and submitted with the bid.) SRF STATE REVOLVING FUND OMB Control No: 2090-0030 Approved 8/13/2013 Approval Expires 8/31/2015 United States Environmental Protection Agency Disadvantaged Business Enterprise Program DBE Subcontractor Performance Form This form is intended to capture the DBE1 subcontractor's2 description of work to be performed and the price of the work submitted to the prime contractor. An EPA Financial Assistance Agreement recipient must require its prime contractor to have its DBE subcontractors complete this form and include all completed forms in the prime contractor's bid or proposal package. Subcontractor Name Project Name Ov'u ILI cif° 'i 'r Bid/Proposal No. Assistance Agrement ID (if known) o. Point of ontact Address Telephone No. Email Address Primp Contractor Name bblittek091 eh Issuing/Funding Entity Contract Item Number Prime Contractor InvolvingPrice or Supplies of Work Submitted to the Prime Contractor escri do of Work Submitted to the p Construction, Services, Equipment -� S OE Sc Sc-�OCbVn-\-NCLC23\ 1)' DBE Certified by Other: DOT SBA Meets/exceeds EPA certification YES NO standards? Unknown 1A DBE is a Disadvantaged, Minority, or Woman Business Enterprise that has been certified by an entity from which EPA accepts certification as described in 40 CFR 33.204-33.205 or certified by EPA. EPA accepts certifications from entities that meet or exceed EPA certification standards as described in 40 CFR 33.202. 2Subcontractor is defined as a company, firm, joint venture, or individual who enters into an agreement with a contractor to provide services pursuant to an EPA award of financial assistance. EPA Form 61003 (DBE Subcontractor Performance Form) — Page 1 INVESTING IN IOWA'S WATER \"/vt ohovid51 1.culII May 2015 Page,8 SRF STATE REVOLVING FUND OMB Control No: 2090-0030 Approved 8/13/2013 Approval Expires 8/31/2015 United States Environmental Protection Agency Disadvantaged Business Enterprise Program DBE Subcontractor Performance Form certify under penalty of perjury that the forgoing statements are true and correct. Signing this form does not signify a commitment to utilize the subcontractors above. I am aware of that in the event of a replacement of a subcontractor, I will adhere to the replacement requirements set forth in 40 CFR Part 33 Section 33.302 (c). Prime Contractor Signature Print Name Print Name A-Lcu,c/L ())/tAA,L,6 /- JGV Date Ple-ekt4� Title ate \Iv P 11-7161 Subcontractor Signature Print Name Title Date The public reporting and recordkeeping burden for this collection of information is estimated to average three (3) hours per response. Send comments on the Agency's need for this information, the accuracy of the provided burden estimates, and any suggested methods for minimizing respondent burden, including through the use of automated collection techniques to the Director, Collection Strategies Division U S. Environmental Protection Agency (2822T), 1200 Pennsylvania Ave., NW, Washington, D.C. 20460. Include the OMB control number in any correspondence. Do not send the completed form to this address. EPA Form 6100-3 (DBE Subcontractor Performance Form) — Page 2 INVESTING IN IOWA'S WATER Vv 'P1W.lUWU,US1 1.U0III May 2015 Page, 9 Attachment 5 SRF Required Front -Find Specifications (This form must be completed and signed by Prime Contractor and sub with the bid if utilizing DBE subcontractors.) SRF STATE REVOLVING FUND OMB Control No: 2090-0030 Approved 8/13/2013 Approval Expires 8/31/2015 United States Environmental Protection Agency Disadvantaged Business Enterprise Program DBE Subcontractor Utilization Form This form is intended to capture the prime contractor's actual and/or intended use of identified certified DBE' subcontractors2 and the estimated dollar amount of each subcontract. An EPA Financial Assistance Agreement Recipient must require its prime contractors to complete this form and include it in the bid or proposal package. Prime contractors should also maintain a copy of this form on file. Prime Contractor Name tetin emo, Eby Project Name 01‘14 Pm e ek ,4frinAcepier Bid/Proposal No. Assistance Agreement 1D No. 9 (if known) Point of Contact Oask Pitek&6 Address ta�40t t a d L4 -P0.3 Tele hono. b lq - 4,1iii Email o��r A dress 6vi tov (. Coto Vim' Issuing/Funding ntity I have identified potential DBE certified subcontractors If yes, please complete the table below. If no, please explain: I YES NO Subcontractor Name/Company Name Company Address/Phone/Email Estimated Dollar Amount Currently DBE Certified? N o Er &d Ca wtv c-6 ,,J.CreA, As Continue on back if needed 1A DBE is a Disadvantaged, Minority, or Woman Business Enterprise that has been certified by an entity from which EPA accepts certification as described in 40 CFR 33 204-33.205 or certified by EPA. EPA accepts certifications from entities that meet or exceed EPA certification standards as described in 40 CFR 33.202. 2Subcontractor is defined as a company, firm, joint venture, or individual who enters into an agreement with a contractor to provide services pursuant to an EPA award of financial assistance. EPA Form 6100-4 (DBE Subcontractor Utilization Form) - Page 1 INVESTING IN IOWA'S WATER v''J'/VW.10VVd< 1 1, May 2015 Page 10 SRF STATE REVOLVING FUND OMB Control No: 2090-0030 Approved 8/13/2013 Approval Expires 8/31/2015 United States Environmental Protection Agency Disadvantaged Business Enterprise Program DBE Subcontractor Utilization Form certify under penalty of perjury that the forgoing statements are true and correct. Signing this form does not signify a commitment to utilize the subcontractors above I am aware of that in the event of a replacement of a subcontractor, I will adhere to the replacement requirements set forth in 40 CFR Part 33 Section 33.302 (c). Prime Contractor Signature Print Name hota_kr)Lt �ortektes �J C u-�'4 Title Date U) P I wFtc1 The public reporting and recordkeeping burden for this collection of information is estimated to average three (3) hours per response. Send comments on the Agency's need for this information, the accuracy of the provided burden estimates, and any suggested methods for minimizing respondent burden, including through the use of automated collection techniques to the Director, Collection Strategies Division, U S. Environmental Protection Agency (2822T), 1200 Pennsylvania Ave., NW, Washington, D.C. 20460. Include the OMB control number in any correspondence. Do not send the completed form to this address. EPA Form 6100-4 (DBE Subcontractor Utilization Form) — Page 2 INVESTING IN IOWA'S WATER v\i'vv.iowasr[col 11 May 2015 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 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. 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. 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. In the event of the contractors 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 CONTRACT NO. 877 EOC-1 OF 2 AECOM #60330823 (2019) DRY RUN CREEK INTERCEPTOR 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) elAtaa- (Appropri to Official) (Title) 1,katT 19 EQUAL OPPORTUNITY CLAUSE CONTRACT NO. 877 EOC-2 OF 2 AECOM #60330823 (2019) DRY RUN CREEK INTERCEPTOR NON -COLLUSION AFFIDAVIT OF PRIME BIDDER State of .OtvGt ss County of J O nea ) OciPad/1 -J 1 He is of D" , being first duly sworn, deposes and says that: (Owner, Partner, Officer Representative, or Agent) the Bidder that has submitted the attached Bid; 2. He is fully informed respecting the preparation and contents of the attached Bid and of all pertinent circumstances respecting such Bid; 3 Such Bid is genuine and is not a collusive or sham Bid; 4. Neither the said Bidder nor any of its officers, partners, owners, agents, representatives, employees, or parties in interest, including this affiant, has in any way colluded, conspired, connived or agreed, directly or indirectly, with any other Bidder, firm or person to submit a collusive or sham Bid in connection with the Contract for which the attached Bid has been submitted or to refrain from bidding in connection with such Contract, or has in any manner, directly or indirectly, sought by agreement or collusion or communication or conference with any other Bidder, firm or person to fix the price or prices in the attached Bid or of any other Bidder, or, to fix any overhead, profit or cost element of the bid price or the bid price of any other Bidder, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against the City of Waterloo, Iowa, or any person interested in the Proposed Contract; and 5. The price or prices quoted in the attached Bid are fair and proper and are not tainted by any collusion, conspiracy, connivance or unlawful agreement on the part of the Bidder or any of its agents, representatives, owners, employees, or parties in interest, including this affiant. (Signed) Lc _An Title Subscribed and sworn to before me this My commission expires ' jtQ13 0 NON -COLLUSION AFFIDAVITS AECOM #0330823 (2019) _day of Ase)UeVtifjogr , 20n. Matti tOCO /Sig Title 'isay Commission Number 805939 My Commission Er ices /OWN Expires CONTRACT NO. 877 NCA -1 OF 2 DRY RUN CREEK INTERCEPTOR MBENVBE BUSINESS ENTERPRDSE PRE-BID CONTACT INFORMATION FORM Prime Contractor NamehlInS40 efittiP Project: etting Date: iv} iq NO MBEIWBE SUBCONTRACTORS: If you are NOT using any MBEIWBE subcontractors to complete this project, sign below. Attach a brief explanation as to why subcontracting was not feasible with this project. If any MBEIWBE subcontractors will be used, please use the bottom portion of this form. Contractor Signature: Title: tido. Date: 11. 1 Yq SUBCONTRACTORS APPLICABLE: You are required, in order for your bid to be considered responsive, to provide the information on this form showing ALL of your MBE/WBE subcontractor contacts made for your bid submission. This information is subject to verification. Any questions should be directed to Contract Compliance Office 319-291-4429. You are required, in order for your bid to be considered responsive, to provide the information on this Form showing your MBEIWBE Business Enterprise contacts made prior to your bid submission. This information is subject to verifications and confirmation. If you are unable to identify MBE/WBE firms to perform portions of the work, please contact Louis Starks, Contract Compliance Officer, for assistance at (319) 291-4429. In the event it is determined that the MBEIWBE Business Enterprise goals are not met, then before awarding the contract the City of Waterloo will make a determination as to whether or not the apparent successful low bidder made good faith efforts to meet the goals. TABLE OF INFORMATION T ION S3 -OWING BIDDER'S PRE-BID MBENVBE B JSO \!ESS ENTERPRISE CONTACTS Quotes Received Quotation used fin 3zd MBE/WBE Subcontractors Dates Contacted Yes/No Dates Contacted Yes/No Dollar Amount ? r w _De Suhcol trractec osecil. to Cadet 6tercAnc.• toll ieg n0 1 balbsiq MD Ai1• " ae15 tAilte tbyttig f\c) Lbs wo ii(/- Grete LvQtcO &b q �° It- i 9 yt4 N�" ON a wok to41)17161 y\- &bstc5 4 q 0/3 / \) `A Yi'etP3 Nt J r 0 • eimnititugthAIA 10411-19 w tt:a4--/. (4 n-0 /\,) V (Form CCO-4) Rev. 06-20-02 MBEIWBE PARTICIPATION AECOM #60330823 (2019) CONTRACT NO. 877 MBE -6 OF 6 DRY RUN CREEK INTERCEPTOR Prime Contractor Name" MBENVBE BUSINESS ENTERPRISE PRE-BID CONTACT INFORMATION FORM ilieffitits Ca2 NO MIBEIWBE SUBCONTRACTORS: If you are NOT using any MBE/WBE subcontractors to complete this project, sign below. Attach a brief explanation as to why subcontracting was not feasible with this project. If any MBE/VVBE subcontractors will be used, please use the bottom portion of this form. Project: etting Date: - ti Contractor Signature: 12AAA- /, Title: tido. Date: 11 • �� �q SUBCONTRACTORS APPLDCABLE: You are required, in order for your bid to be considered responsive, to provide the information on this form showing ALL of your MBE/WBE subcontractor contacts made for your bid submission. This information is subject to verification. Any questions should be directed to Contract Compliance Office 319-291-4429. You are required, in order for your bid to be considered responsive, to provide the information on this Form showing your MBE/WBE Business Enterprise contacts made prior to your bid submission. This information is subject to verifications and confirmation. If you are unable to identify MBE/WBE firms to perform portions of the work, please contact Louis Starks, Contract Compliance Officer, for assistance at (319) 291-4429. In the event it is determined that the MBE/WBE Business Enterprise goals are not met, then before awarding the contract the City of Waterloo will make a determination as to whether or not the apparent successful low bidder made good faith efforts to meet the goals. TA ii LE OF INF IVIBEMBE RD ATION SHOWING BODE 31 R'S ARE -3I; "FACTS SIN ESS ENTERPRISE CON (Form CCO-4) Rev. 06-20-02 MBE/WBE PARTICIPATION AECOM #60330823 (2019) CONTRACT NO. 877 MBE -6 OF 6 DRY RUN CREEK INTERCEPTOR Quotes Received Quotation nse� in aid MBE/WB➢{; Subcontractors Dates Contacted Yes/No Dates Contacted Yes/No Dollar Amount iP be Subcontracted roT3oseL t© itvIttnf lovvicT no Al Pc i M 46 pauthve 0 We �` tbvoseci no t lk to div (Eakin Oat/Initial-elk t�IVxt7 Nr° Izsi617 n 0 A V - (Form CCO-4) Rev. 06-20-02 MBE/WBE PARTICIPATION AECOM #60330823 (2019) CONTRACT NO. 877 MBE -6 OF 6 DRY RUN CREEK INTERCEPTOR BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, Boomerang Corp, 12536 Buffalo Rd, Anamosa, IA 52205 as Principal, and United Fire & Casualty Company, 118 Second Ave SE, PO Box 73909, Cedar Rapids, IA 52407 as Surety are held and firmly bound unto the CITY OF WATERLOO , Iowa, hereinafter called "OWNER." In the penal sum Five Percent of Amount Bid Dollars ($ 5% ) lawful money of the United States, for the payment of which sum will and truly be made, we bind ourselves, our heirs, executors, administrators, and successors, jointly and severally, firmly by these presents, The condition of this obligation is such that whereas the Principal has submitted the accompanying hid dated the 7th day of November , 20 19 , for Dry Run Creek Interceptor Contract #877 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 7th day of November A.D. 2019 . ess BID BOND AECOM 1160330823 (2019) Boomerang CorpiAD (Seal) Principal By �G /itAAAN tYdP, (Title) United Fire & Casualty Company Surety StitTse (Seal) Andrew J Scanlon Attorney-in-fact CONTRACT NO. 877 BB -1 OF 1 DRY RUN CREEK INTERCEPTOR ::UNIT13D EIRE:& CASUALTY -COMPANY,: CEPA:R:RAPIDS, IA UNITED FIRE & INDEMNITY COMPANY, WEI3STE:R TX FINANCIAL PACIFIC INSURANCE COMPANY, ROCK.LIN, CA ..CERTIFIED COPY OF POWER OF ATTORNEY (original otr:file at Moine Office of Company See Certification) Inquiries. 'Surety Department 11$ Second Ave SE Cedar Rapids, IA 52401 KNOW ALL PERSONS:BY THLSL PRESENTS; That Uited.Fi_e & Casualty Company,: a cootation dulyorganizedand:existiig under the aws � 1 ted Fite &` Indeinit C� m"an ? a corporation duly organized aiid exist ria.the laws.of'the;State o.f Texas; ;and• of: the Stat, of Iowa, L nit city o p .y., 1 1 �., ..,tinder Financial PaC1f1C IlsllanCeCOl)ai}, a cglPolation `existing under the laws ofthe Stateof California (eienr collectivel} called the Conip dimes), and haViii theii corporate headquarters ti Cedar :Rapids, State of Iowa, does make, cotistiniteand appoint TIMOTHY J...;GASSMANN, KEVIN :$. MEASE, CASSANDRA J.:DALEY, JENNIFER J. FREYMARK,JOAN A. BONEWIT.Z, MICHAEL L. BYL;,'LORI A . FRERI;CHS, KATIE A MCGLAUN, ANDREW J SCANLON,: MEGAN'A KUKER ;.DEBORAH t*. PEDRICK, GLENDA: R TIBBEN, NORMA J CREIGHTON;' EACH INDIVIDUALLY ieir .tate `and lawful' AttoiYie. s )=iii -Fact «ith power aiid at thor°i herebyconferred to<sien, seal and execute in its; behalf all <iawfuI bonds; tl YC :). .1 ..:. n ui der saki ngs and othcr::obliaatory instr urnents of similar nature provided that no single obligation shall exceed $ 20 , 000 , 000 .00 and:to:hind`the Com panes thereb as fully a ndto the: same extent as,if::such instruments were signed by;the duly autltoiized officers of the Companies. and all of the acts of said Attorney, pursuant to the authority hereby given and hereby ratified and confwtiied. The Authority liereby.:gr.anted shall expire the 1st day of January; 2020 unless sooner revoked C~orl1paty,; United fire & Indenmity Company, and Financial Pacific Insurance Company. This Power of Attorney is made and executed pursuant to and by authority of the following bylaw duly adopted on May 15, 20:13, by the Boards` of Directors of Uiited Fire & Casualty Company, Hinted Fire & Indemnity Company, and Financial Pacific Insurance Company. "Article VI - Surety Bonds and Undertakings" Section 2, Appointment of Attorney -in -Fact. "The President or any Vice President, or any other officer of the Companies may, from time to tiiiies .atip6int b} Written certificates attorneys -in -fact to act in behalf of the Companies in the execution of policies of insurance, bonds, undertakings and other obligatory instruments of like nature. T7ie siglature of any officer authorized hereby, and the Corporate seal, may be affixed by facsimile to any power of attorney or special power of attorney or certification of either authorized hereby: such signature and seal, when so used, being adopted by the Companies as the original signature of such officer SAY.* original seal;af the' ::companies, to be valid and binding upon the Companies with the same force and effect as though manually affixed. Such attorneys -in -fact, subject to the limitations' set of. forth i n their respective:certificates of authority shall have full power to hind the Companies by their signature and execution of any such instruments and to attach the seal the Companies thereto . 11ne President or any Vice President, the Board of Directors or any other officer of the Companies may at any time revoke all;ipower and authority previously given to any attontey-in-fact. .by United Fire & Casualty A�Nen 4 cent? -1/4. ll lit • • r. r: CORPORATE: State of Iowa, County of Linn, ss: :On 1st day of :.January,:: 2018 before.::fne persona l a.y came .Dennis J ::. R i chman.n . to me known who bein J b y me d t :storm :did de pose and or; that:he:resides in Cedar Ra pads, State of:Iowa;.that he is a; VicePresident of:United k ited Fire : I, y,.Y .. l y>. ,, , ; ., '• e `of:United:: ue `& lnderiuni ''Company:, aiid a:: Vice President of:. Financial Pacific Instr`ance Coni )airy the. R, (. asualty C ompazly , a � ice Pr c std Int.F. n p co orations described in.: and � kids executed: the above instrti nent� that he knows the seal of said con po ations ;that the seal affixed to aIle' said .tri e ` r i , s co p'� ratt r and that he sired his uis%i°iinleiit..is such coil�oi ate :seI; ilial it }as..so affrti�d ptirsttarit to atitlior7ty gig en 1p} .tlae Board o; Dn ector .of said c i1 o tot s:.: g. name thereto pursuant to like a i.thority, and acknowledges sante to be .the act and deed of said coiporations IN WITNESS WHEREOF, the COMPANIES have each caused these presents to be signed by:itst• vice president and its corporate seal to be hereto affixed this 1st day of January, 2018 UNITED FIRE & CASUALTY COMPANY`` UNITED FIRE & INDEMNITY COMPANY FINANCIAL PACIFIC INSURANCE COMPANY BY: i4i"-„,.4-1— Vice President Patti Waddell Iowa Notarial Seal Cotntniseion number 713274:' My:CommisSion Expires 10/26/2019 `Notary :Public: y cot}mission expires 10/26/2019 ;VatyA_ Beitscli, Assistant Secretary ofLrated Fire RC shalt Company dAssistant Secretary of Mined Fire& tndenn it Colipany>and Assistant .:: cretar tpf V i aucial Pacific Instiraiice. Com pan , dolieieb .certrf that I Bare. rtipared the: foiegomg;copy of the YoWerof AttO iiey amid a ffid4-Vit, and Se. Y;. L 1 Y Y..., Y p the copy ofthe• Section 'of the byla„TS and resolutions ofrsaidCo1poratielis as set forth it .said PoWei otAttorney, witti:.tlw ORIGINALS::QN FILE IN: THE HOME OFFICE OF SAID CORPORATIONS, and that the same are correct transcripts thereof, and of the whole of the said originals, and that the said Power of Attorney ltas>not been revoked. and rs now in.;full force and: effect. In testimony wrier eof I have hereunto subscribedn ::name and affixed the corporate seal of the said .Corporations • this 7141':;•!:day of /4Ovefl.:*.: :: ,'2017 %trump% -01:-• •. ,n, t" 2 �f CORPORATE ` `. CORPOIiA 1 . g _ DULY 22, .01 E,*). �= By: ..• •••• = = �- %'; 7966 :2 Si SEAL : : SEAL %%-15\ y C P:' 2 rir�C,�L gr •-• x'4,16 a ```.� �,Y' . 4(/Foca\' ec ,,wi/ijl l f t Ira. \`,'`,` ',/i U11: RSII��� ``` ... ,''''ll"g111111,,,\0%\\` .. This paper has a colored background and void pantograph. BPOA0045 122017' Assistant Secretary, OF&C &:UF'&I. & FPIC: