HomeMy WebLinkAboutS.M. Hentges & Sons, Inc.' ,M. Hentges
4 Sons Inc.
S.M. Hentges & Sons Inc
650 Quaker Avenue
Jordan, MN 55352
952.492.5700 Fax 952.492.5705
City Clerk of Waterloo
715 Mulberry Street
Waterloo, Iowa
BID ENCLOSED:
"Dry Run Creek Interceptor
City Contract No. 877"
Bid Due: November 7' @ 1:00 P.M.
S.M. Hentges & Sons Inc.
650 Quaker Avenue
Jordan, MN 55352
952.492.5700 Fax 952.492.5705
City of Waterloo
715 Mulberry Street
Waterloo, Iowa
BID ENCLOSE:
"Dry Run Creek Interceptor
City Contract No. 877"
Bid Due: November 7th @ 1:00 P.M.
11.
b
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 -11101/2019
The undersigned, being a Corporation existing unde / ,�
e laws of the State of � �� , a 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
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:
DRY RUN CREEK INTERCEPTOR
Item
No.
Description
Unit
Estimated
Quantity
Unit
Price
Total
Price
1
Mobilization
LS
1.0
$ 37O1oco . oc7
$ 37 D oco. o c
2
Traffic Control
LS1.0
$ 7o 0 00. p v
$ ZO DDO . b 0
3
Clearing and Grubbing
LS
1.0
$ (S 0, Wo. oo
$ ‘o,Qoo 00
$ ! S . 00
$(Sb, 000.00
$ 60, 0O0. Oh
$ 3 b2_2. . 0 0
i
$ 5 8 0D0. a C
4
Existing Pump Vault, Valve Vault and Equalization
Tank Removal
Import Fill for Lift Station Site
LS
CY
1.0
254.8
5
6
Import Fill for Trench Removals
CY
5,800.0
$ i 0. 0 0
7
Lift Station Wet Well and Valve Vault
LS
1.0
$ , 35,00o. &c
$ 03S, oto. 00
8
Electrical Equipment Building
LS
LS
1.0
1.0
$ Z75,00o •rC
$ ZYS,oco. oo
$ ?.7 5E000. b0
$ 2V S,oeo . o0
9
Site Electrical
10
Stand -By Generator
LS
1.0
$ l - S,o oo . oo
$ / 3 S, vo O . oD
11
Metering Manhole
LS
1.0
$ 6 S, Dov . o v
$ 4. Sr 0 00 , o 0
12
Air Release Manhole
LS
1.0
$ 500ceDo
$ r 0,.06 C>. sD
13
Retaining Wall
LS
CY
1.0
2,500
$ (0o pro. en,
$ Z. D 0
$ /DO) 0 ad, 0 0
$ 67 /56 0os
$ 32 8°. o 0
14
Unclassified Material (Removal of Rippable Rock)
15
Foundation Rock
TON
82.0
$ fib. v o
16
Trench Compaction Testing
LS
1.0
$ 30, a eo . oo
$ 3o 0o o . oa
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
Total
Price
$ 2 /so. 00
$ 2. S o0. v 0
$
10, 060, 00
$ 517, S70. 00
$ /t 24 S,s 8S o't
Item
No.
Description
Unit
LF
Estimated
Quantity
215.0
Unit
Price
$ 10,00
$ Z,Soa, 00
$
/01000 0
$ 100.00
17
Abandon and Plug 8 -Inch Sanitary Sewer
18
Sanitary Sewer Force Main Testing
LS
1.0
1.0
5,178.7
19
Cleaning, Inspection and Testing
Sewer Gravity Mains
of Sanitary
LS
LF
20
24 -Inch Sanitary Sewer Gravity Main - Open Cut
754.9
$ /,
‘ SD.tuD
21
24 -Inch Sanitary Sewer Gravity Main - Directional
Drilling
LF
22
20 -Inch Sanitary Sewer Gravity Main Ductile Iron -
Open Cut
LF
LF
92.0
2,399.2
$ O S . v O
$ 75 . DO
$--c 7 s ev e,
$ ! y , (b0.00
$ 17q,9 q b. oC
$
/ciL Sb0.v0
Main - Open Cut
23
18 -Inch Sanitary Sewer Gravity
24
12 -Inch Sanitary Sewer Force Main - Directional
Drilling
LF
524.0
$ qv. 00
$ (1 4 2 2 D .0(
25
12 -Inch Sanitary Sewer Force Main - Open Cut
LF
1,958.0
26
8 -Inch Sanitary Sewer Gravity Main - Open Cut
LF
43.0
$ 3co . Do
$ 12, Q DO. vo
27
6 -Inch Sanitary Sewer Gravity Main Ductile Iron
Open Cut
LF
15.0
$ c� S O. oa
$ 8 2 S O • D a
28
30 -Inch Steel Casing, With 18 -Inch Sanitary
Sewer Gravity Main
24 -Inch Steel Casing, With 12 -Inch Sanitary
Sewer Force Main
LF
LF
235.0
196.0
$ 715 ..b0
$ 5-75. 0 D
$ (7 70 j3 75.0
$ 1 ( 277004,
29
30
Force Main Fittings
LBS
655.0
$ Z.O. op
$ ! 3, (0o. 00
31
48 -Inch Manhole Replacement
EA
2.0
$ (O Damn)
$ -V510450_00
32
72 -Inch Manhole Replacement
EA
1.0
28.0
$ 17
$ -T
$ (2, S co , bb
$ Z t o/ a oa, o o
Is e.b_ oo
S o0 0 0
33
48 -Inch Manhole
EA
34
24 -Inch Circular Area Intake - SW -512, With
SW -604, Type 3B
EA
1.0
$ 3600.06
$ OoaD , vD
3
35
Connection to Existing Sanitary Manhole
EA
4.0
$ tot D00.00
$ q b, ovo _ v
36
8 -Inch Drop Connection
EA
1.0
$ Sr pcD . t60
$ (Do, Do
$ S OcO, a 0
$ 21000. tO
37
24 -Inch RCP Storm Sewer
LF
20.0
38
24 -Inch RCP Apron
EA
1.0
$ 1 S fl o, v v
$ ( Soo. t a
39
18 -Inch RCP Storm Sewer
LF
20.0
$ go D b
$ /560, co
40
18 -Inch RCP Apron
EA
2.0
$ Levp°, 00
$ So , o 0
$ 1400. 00
$ z5(.0 00
41
12 -Inch RCP Storm Sewer
LF
32.0
42
12 -Inch RCP Apron
Drain Tile Replacement
EA
LF
1.0
80.0
$ /r 2_50.06
$ 3 o .v o
$ ;'O. Do
$ 21 q 00, 00
43
FORM OF BID
AECOM 460330823 (2019)
CONTRACT NO. 877
FB -2 OF 4
DRY RUN CREEK INTERCEPTOR
Revised Per Addendum 44 - 11/01/2019
DRY RUN CREEK INTERCEPTOR
Item
No.
Description
Unit
Estimated
Quantity
Unit
Price
Total
Price
SY
477.0
$ e, .t p
$
38, 1430.06
44
6 -Inch PCC Pavement
$ qo as
$
1 (1 ? 0b. bO
45
8 -Inch PCC Pavement
SY
130.0
46
8 -Inch HMA Pavement
SY
71.0
$ r 3 S. 0 0
$ G S _0 o
$ 9i, s 85 . aD
$ ( Z, $7 0.0t
47
Gravel Surfacing
SY
198.0
48
Crushed Stone - Class "A"
SY
477.0
$ (00 .00
$
$
Z e, (Q 2.0.0D
to, 03(2. e o
201.0
$ 3 0.00
49
Pavement Removal
SY
50
Seeding, Fertilizing and Mulching for Hydraulic
Seedin T e 1 Seed Mix
g- yp
AC
6.1
$ c.� 0D0, DO
S
$
$
Z tti v00. o�
al 1 3 ?S. oo
/Z/ 20 a• DG
51
Seeding, Fertilizing and Mulching for Hydraulic
Seeding -Type 2 Seed Mix
AC
5.7
$ 3 750.06
52
Seeding, Fertilizing and Mulching for Hydraulic
Seeding - Type 4 Seed Mix
AC
6.1
$ 1000. op
53
Seeding, Fertilizing and Mulching for Hydraulic
Seeding - Type 5 Seed Mix
AC
5.7
240.0
$$
Zono .o p
$ 5-0. 00
�( W
$ 12, 660.8
p a. �a
Erosion Stone
SY
54
$ Z , 00
$
i 3, tfbo .a
55
Silt Fence
LF
6,700.0
56
Temporary Rolled Erosion Control Products
(RECP)
SWPPP Requirements
SY
LS
51,860.0
1.0
$ 0. S o
$ 5• pao. Do
$
$
ZS, 9 30, 00
S, ADO .131)
57
58
6 -Foot Chain -Link Fence
LF
233.0
$ q 0 . Vb
$ / 2o0 .150
$
$
qI 3 215 .nO
2 q a o . o b
59
24 -Foot Chain -Link Gate
EA
2.0
60
Texas St. Lift Station Generator
LS
1.0
$ sop aoo.ao
$ 5-6011300 . oc>
61
Rock Excavation
CY
1,500
$ (00.00
$ 150, coo. 00
TOTAL BID AMOUNT
$
$ 6r 17S
1 qZ ba
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
AECOM 460330823 (2019) DRY RUN CREEK INTERCEPTOR
CONTRACT NO. 877 FB -3 OF 4
Revised Per Addendum 114 -11101/2019
4. Security in the sum of )/v Dollars ($
) in the form of 6); , 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 the Bidder Status Form indicating Resident Bidder Certification ( X ), or
Non -Resident Bidder Certification ( ). (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 MP 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. b/ Date 07-2q? p
0 /0 - 2(-zo(7
pci /( 0r - ?of
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.
&AL /kr/YID 50a 41(
(Name of Bi E er)
BY:
"L -
Official Address: (Including Zip Code):
alater
Cc -
11-07-iA2-0/e
(Date)
Title al/mss b()reC'''""
p cct,(r ...cam/ 9--nQ
I.R.S. No. V/ /&7L' l,5
FORM OF BID CONTRACT NO. 877 FB -4 OF 4
AECOM 4/60330823 (2019) DRY RUN CREEK INTERCEPTOR
Bidder Status Form
To be completed by all bidders Part A
Please answer "Yes" or "No" for each of the following:
[Z 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.
Yes ❑ No My company's office in Iowa is suitable for more than receiving mail, telephone calls, and e-mail.
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 Iowa.
If you answered "Yes" for each question above, your company qualifies as a resident bidder. Please
complete Paris 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:
3 (SOS tiovtivegi coca
Dates: \ / } C t / % to CU (/ (a e /
Dates: )\ / - /1'1\4\ to w `(
Address:
City, State, Zip:
Address: v \j Q 4(0A
City, State, Zip: Vh044uJ-- \43
Dates: ukti / c °\Ci' to ,\1 ( / / Address. \ 0\1\1
You mayattach additional sheet(s) if needed. City, State, Zip: \\Q��', �V���
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 l I No
You may attach additional sheet(s) if needed.
To be completed by all bidders Part D
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: S fi. i 'i; , 1 4 g ,
Signature:
Date: /1° r r.%_19&(7
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 ❑ No My business is currently registered as a contractor with the Iowa Division of Labor.
Yes ❑ No My business is a sole proprietorship and I am an Iowa resident for Iowa income tax purposes.
Yes No 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 EJ 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 Wi 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 El 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 El No My business is a limited liability company whose certificate of organization is filed in Iowa and has
Yes No
not filed a statement of termination.
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 sub ontracts during a period (i.e., quarterly, semiannually, or
annually).
24- to(
Signature
NNA B .1 Z3ste
i+ceob
Name and Title o Signer(Please Type)
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
www.iowasrf.com
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.)
Debarments and Suspensions
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 //www.epls.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.
SRF
STATE
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.
tett /4t5S Dieoe Liv
Typed Name & TitI6 of AuthorizedRepresentative
10Zt(-2°(`�
Signature of Authorize • `-: esentative Date
I am unable to certify to the above statements. My explanation is attached.
EPA Form 5700-49 (11-88)
INVESTING IN IOWA'S WATER
www.iowasrf.com
May 2015
Page 4
Attachment 3
SRF Required Front -End Specifications
(This form must be completed and signed by Prime Contractor and
submitted with the bid.)
Disadvantaged Business Enterprise (DBE) 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.iowadot.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.iowadot.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:
S.M. HENTGES & SONS, INC
Address:
650 QUAKER AVENUE JORDAN, MN
55352
Contact Person:
DONNA KOOIMAN
Signature:
/C6 --"
Phone Number:
952-595-5117
E -Mail Address:
OFFICEMANAGER@SMHENTGES. COM
Check if Prime Contractor is: n Minority -Owned
❑ Women -Owned
INVESTING IN IOWA'S WATER
tiw,i.lowas0.00 f:
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. ;i`. 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. 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? 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)
)-(1/(L
acA
PROPOSED UTILIZATION OF DBE SUBCONTRACTORS
Please include Attachments 4 and 5 to document the proposed utilization of certified DBE
subcontractors.
INVESTING IN IOWA'S WATER
\A \ i\AJ.iO\Af'isrf.conl
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
REVOLVING FU 0
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
www.iownlbri.corri
May 2015
Page 7
Attachment 4
SRF Required Front -End Specifications
(This form must be completed and signed by Prime and
DBE Subcontractor for each subcontract and submitted with the bid.)
SRF
STAT
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
C") `. 9
f\ 1 (63(-- -\,.Atat_
1
Bid/Proposal
Bid/Pro osal No.
C19�`1\ P).�� N -1--b �r
Assistance Agreement ID No.
g
(if known)
Point of Contact
Address
Telephone No.
Email Address
Prime Contractor
/iA,
t\
Name
9 `ofI S \L.
Issuing/Funding Entity
Contract Item
Number
Description of Work Submitted to the Prime Contractor Involving
Construction, Services, Equipment or Supplies
Price of Work Submitted to
the Prime Contractor
DBE Certified by
Other:
DOT SBA
Meets/exceeds EPA certification standards?
YES NO 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 6100-3 (DBE Subcontractor Performance Form) — Page 1
INVESTING IN IOWA'S WATER
www.ic)wasrf.corn
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
Title
dili1(4/1 irskt *f_ 1
T tle
Date
glint3 r e4rezMr
/2ztr2orp
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
\n/ \n/ W.iowaSrt.com
May 2015
Page 9
Attachment 5
SRF Required Front -End Specifications
(This form must be completed and signed by Prime Contractor and sub
with the bid if utilizing DBE subcontractors.)
SRS
STAT
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 DBE1
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
k- Ha es'
Q 5)6243 ,ice
Project Name
/)r g_04 (geek J ei
W
Bid/Proposal
77
o.
Assistance Agreement ID No.
(if known)
Point of Contact
cTa(t2 (,�// 0,
Address
QS?r /2/& j
/447 _�X2
Tele hone No.
94/ WM 76a4,407,57,44
Email Address
4 0 .
Issuing/Funding Entity
I have identified potential
If yes, please complete
DBE certified subcontractors
the table below. If no, please explain:
Company Address/Phone/Email
YES K
NO
Subcontractor
Name/Company
Name
Estimated Dollar
Amount
Currently DBE
Certified?
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
WWW.IOWa3r1.com
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
I 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
..
4
la'L
4e4,41,3
Title
Date
fr3/463 bl rr
7o/
LI/7
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
www.iowasrf.com
May 2015
State of
NON -COLLUSION AFFIDAVIT OF PRIME BIDDER
A‘1\4\60 \Lk
County of _SC0 1/4A
kuXki\Gti1 \`v& t , being first duly sworn, deposes and says that:
1. He is (Owner, Partner, Officer Representative, or Agent)
ss
Of 3.J1, i�� � -� ov, lne, , 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 i eresn' -eIudmg this affiant.
(Signed)
Title
Subscribed and sworn to before me this 22 day of
/<
My commission expires O / 3,022
NON -COLLUSION AFFIDAVITS CONTRACT NO. 877
AECOM #0330823 (2019)
•
Title
, 20B.
RYAN KNIEFEL
NOTARY PUBLIC - MINNESOTA
My Commission Expires 01/31'
RYAN KNIEFEL
NOTARY PUBLIC - MINNESOTA
My Commission Expires 01/31/2022
NCA -1 OF 2
DRY RUN CREEK INTERCEPTOR
MBE/WBE BUSINESS ENTERPRISE
PRE-BID CONTACT INFORMATION FORM
Prime Contractor Name: R M APntges & Rana. Tin Project: Dry Run Creek Interceptor Letting Date: 11/07/2019
NO MBE/WBE SUBCONTRACTORS: If you are NOT using any MBENVBE subcontractors to complete this project, sign below. Attach a brief
explanation as to why subcontracting was not feasible with this project. If any MBE/WBE subcontractors will be used, please use the bottom
portion of this form.
Contractor Signature:
/715u2yVi.-cicV Title: EEC Officer
Date: 11 /n7/9n1 q
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 MBENVBE Business
Enterprise contacts made prior to your bid submission. This information is subject to verifications and confirmation.
If you are unable to identify MBE/VVBE 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/VVBE 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 SHOWING BIDDER'S PRE-BID
MBE/WBE BUSINESS ENTERPRISE CONTACTS
(Form CCO-4) Rev. 06-20-02
MBENVBE PARTICIPATION
AECOM #60330823 (2019)
CONTRACT Na 877
MBE -6 OF 6
DRY RUN CREEK INTERCEPTOR
Quotes Received Quotation used in bid
AIBE/WBE
Subcontractors
Dates
Contacted
Yes/No
Dates
Contacted
Yes/No
Dollar Amount Proposed to
be Subcontracted
See Attached Spreadsheet
9/24, 9/26
No
10/31
No
N/A
Rudy Jones, Contract Compliance
9/23, 9/26
11/06
N/A
WATCO Construction
No Answer & Voice -mail Not Setup
9/26,9/27
No
11/06
No
N/A
Advanced Traffic Control &
Bonnie's Barricades
11/06
No
N/A
Jackson Contracting &
Tiede Landscaping
11/06
No
N/A
(Form CCO-4) Rev. 06-20-02
MBENVBE PARTICIPATION
AECOM #60330823 (2019)
CONTRACT Na 877
MBE -6 OF 6
DRY RUN CREEK INTERCEPTOR
WATERLOO, IOWA
Name
Traffic Control
Advanced Traffic Control, Inc.
Bonnie's Barricades, Inc.
Depot Electric Supply
Health & Safety Options, LLC
Jackson Contracting, LLC
Mid States Rebar and Supply, Inc.
Midwest Contractors, Inc
Clearing
AJ.'s Trucking - landscaping, Inc
Heritage Landscape Design, Inc.
Jackson Contracting, LLC
Jamico, Inc.
Mid States Rebar and Supply, Inc-
Rockette Trucking & Construction Li
Zoie, LLC dba Dana Howard Constru
Pence
Access Control Co., Inc.
Collins Concrete LTD
Mac's Fence, Inc.
The Hoosier Company, Inc.
Tiedt Nursery, Ltd.
Electrical
Trinity Technology Services, Inc.
Sewer
Arcadian Engineering, LLC
Bayshore Contractors, LLC
Boys Contracting, LLC
Curtis Contracting Corp.
DeLong Construction, Inc.
GM Contracting, Inc.
Gunter Construction Company
I&A Construction, LLP
1 &J Boring, Inc.
Kaskaskia Engineering Group, LLC
Kim Construction Company, Inc
Mid States Rebar and Supply, Inc.
MPS Engineers, P.C. D/B/A Kingston
Phoenix Corporation of the Quad Cr
R.M. Chin and Associates, Inc.
Standard Contracting, Inc
Tech Services To Go, Inc. dba TSI En,
Toppert Jetting Service, Inc
Watts Electric Company
Landscape
3 Seasons Maintenance Landscape
Flanker Land Architecture Consulter
E Mail
vmiller@advanced-traffic.com
barricades@netzero.com
depotelectric@gmail.com
hkluender@hsoflaggers.com
jacksoncontractinggroup@gmail.com
anne@rnidstatesrebarsupply.com
Dorinda.mwc@cfu.net
sthorp76@gmail.com
jlewis@heritagelandscapedesign.com
jacksoncontractinggroup@gmail.com
reba@jamico.net
anne@midstatesrebarsupply.com
rockette@iowatelecom.net
dhoward@zoiellc.com
acccontrolco@aol.com
shaneh@collinsconcrete.net
cbell@macsfence.com
cpmelancon@hoosierco.com
vholm.tnursery@gmail.com
gkinnison@trinitytechservices.com
karinkee3@gmail.com
mmonteon@bayshoreusa.com
kathy@boyswaterproducts.com
pkelley@southslope.net
ddpatterson@delonginc.com
sharazin@gmcontractinginc.com
christina@gunterkc.com
landaconstruction2013@gmail.com
jennifer@jjboring.com
gboyer@kaskaskiaeng.com
info@kimconstruction.com
nne@midstatesrebarsupply.com
umeshshetye@mpsengineers.com
marged@phoenixcorp.org
eileenc@rmchin.com
becky@stanconinc.com
dhervey@tsigeotech.com
deb@tappert.com
toniw@gowatts.com
richerich306@gmail.com
mflenker@flenkerlandarchitects.com
Date
09/26/2019
09/26/2019
09/26/2019
09/26/2019
09/26/2019
09/26/2019
09/26/2019
09/26/2019
09/26/2019
09/26/2019
09/26/2019
09/26/2019
09/26/2019
09/26/2019
09/26/2019
09/26/2019
09/26/2019
09/26/2019
09/25/2019
Date
10/31/2019
10/31/2019
10/31/2019
10/31/2019
10/31/2019
10/31/2019
10/31/2019
10/31/2019
10/31/2019
10/31/2019
10/31/2019
10/31/201.9
10/31/2019
10/31/2019
10/31/2019
10/31/2019
10/31/2019
10/31/2019
10/31/2019
09/26/2019 10/31/2019
Date
11/06/2019
11/06/2019
Bidding Notes
No 2:10 p.m. Phone call to Advanced. Waterloo is not a good location for them.
No 2111 p m Phone call to Bonnie's Barricades. Randy said they are not bidding
No Reply
No Reply
No 2:00 p.m. I called Raymond and he said they are "too busy"
No Reply
No Reply
No Reply
No Reply
No Reply
No Reply
No Reply
No Reply
No Reply
No Reply
No Reply
No Reply
No Reply
No Reply
No Reply
09/26/2019 10/31/2019 No Reply
09/26/2019 10/31/2019 11./06/2019 No Reply
09/26/2019 10/31/2019 No Reply
09/26/2019
09/26/2019
09/26/2019
09/26/2019
09/26/2019
09/26/2019
09/26/2019
09/26/2019
09/26/2019
09/26/2019
09/26/2019
09/26/2019
09/26/2019
09/26/2019
09/26/2019
09/26/2019
09/26/2019
09/26/2019
10/31/2019
10/31/2019
10/31/2019
10/31/2019
10/31/2019
10/31/2019
10/31/2019
10/31/2019
10/31/2019
10/31/2019
10/31/2019
10/31/201.9
10/31/2019
10/31/2019
10/31/2019
10/31/2019
10/31/2019
10/31/2019
Email not
No Reply found 09/26/2019
No Reply
No Reply
No Reply
No Reply
No Reply
No Reply
No Reply
No Reply
No Reply
No Reply
No Reply
No Reply
No Reply
No Reply
No Reply
No Reply
No Reply
No Reply
Page 1 of (2)
WATERLOO, IOWA
Justine Woodard McKnight
Patti Banks Associates, LLC dba Vire
Site Design Group, Ltd.
Tedt Nursery, Ltd.
archeobotany@gmail.com
linda@bevireo.com
ecwong@site-design.com
vholm,tnursery@gmall.com
09/26/2019 10/31/2019
09/26/2019 10/31/2019
09/26/2019 10/31/2019
11/06/2019
No Reply
No Reply
No No
Email 9/26/19
Voicemail Message 2:30 p.m.
Page 2 of (2)
4t DEVELOPo40w.
S.M. Hentges
& Sons Inc.
Est. 1981
�ItITIEs•TRIJC.0 °
650 QUAKER AVENUE • JORDAN, MN 55352
Phone: 952.492.5700 • Fax: 952.492.5705 • www.smhentges.com • mailbox@smhentges.com
November 06, 2019
City of Waterloo
715 Mulberry Street
Waterloo, Iowa 50703
RE: City Contract No. 877 AECOM 1460330823 — Dry Rn Creek Interceptor Waterloo, Iowa
To Whom It May Concern:
S.M. Hentges (SMH) is submitting the required documents for the above-mentioned bid. The intent of
this letter is to address the Good Faith Efforts.
1. Upon SMH's decision to bid this project, careful consideration was given to the type of work and
the potential work scopes that would be available on the project. It was determined that the
areas of traffic control, clearing & grubbing, electrical, erosion control and fence would be
subcontracted to MBE/WBE. SMH was unsuccessful in receiving quotes from WBE/MBEs firms.
2. For the initial solicitation on 09/24/19, SMH mailed request for quote letters to the MBE/WBE
firms listed in the specifications on pages 90-92.
3. On September 26, 2019 MBE/WBEs were solicited via email. The contact list was made up of
from MBE/WBEs found on the lowadot.gov DBE Directory. See attached contact list.
4. The follow-up solicitation included an email and letter on October 31, 2019 to WBE/MBE firms.
5. SMH was not approached by any WBE/MBE firm's seeking assistance with bonding, lines of
credit or insurance. This offer was included with the request for quote letters and follow up
letters. It is always SMH's position to supply assistance to DBE firms when asked.
6. SMH was not approached by any WBE/MBE firm's seeking assistance with equipment, supplies,
material or related assistance or services.
7. SMH called WBE WATCO Construction in Waterloo on 9/23/19, 9/26/19 & 11/06/19. No Answer
& "Voice -mail Not Setup".
8. On 11/06/19 SMH called WBE Bonnie's Barricades, MBE Advanced Traffic Control, MBE Jackson
Contracting and WBE Tiedt Nursery.
9. SMH Called Rudy Jones and Contract Compliance on 9/23/19, 9/26/19 and 11/06/19.
Sincerely,
S.M. Hentges & Sons, Inc.
60 0-14/not--
Donna
-14/nlooLDonna Kooiman
EEO Officer
Equal Opportunity Employer
BID BOND
KNOW ALL MEN BY THESE PRESENTS, that we, S.M. Hentges Et Sons Inc.
as Principal, and Liberty Mutual Insurance Company
as Surety are held and firmly bound unto the
CITY OF WATERLOO , Iowa, hereinafter called
"OWNER." In the penal sum Five Percent (5%) of Total 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 bid dated the 24th, day of October
, 2019 , for _ Dry Run Creek Interceptor) City of Waterloo, Iowa, City Contract No. 877,
AECOM #60330823 .
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 ihe 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 24th, day of October , A.D. 20 19 .
Ao ate
(Sea)
By
S.M. H tyt
Princip,
tt
yes ! Sons Inc.
(Title) pi
Liberty Mutual Insurance Company
Witness
Witness
BID BOND
n E. Tauer
dW
Attorney-in-fact
CONTRACT NO. 877 BB -1 OF 1
AECOM #60330823 (2019) DRY RUN CREEK INTERCEPTOR
•
State of Minnesota
County of Scott
CORPORATE ACKNOWLEDGMENT
) ss
On this 24th day of October 2019 , before me appeared .J-kt�nCI ,
, 4e9e5
say me personally known, who, being by me duly sworn, did s y that he/she is the PLC iGt
of S.M. Hentqes & Sons Inc. , a corporation, and that said instrument
was executed inI behalf of said corporation by authority of its Board of Directors, and that said
�4etie(\ 'r2'.acknowledged said instrument to be the free act and deed of
said corporation.
If
RYAN KNIEFEL
NOTARY PUBLIC - MINNESOTA
My Commission Expires 01/31/2022
-'may y^`'C�.-�.�^—`���•`�':-fm .�'�'�''�`V � s-._,�'.
State of Minnesota
) ss
County of Hennepin
Notary PGblic
My commission expires
SURETY ACKNOWLEDGMENT
Cot
County, ,nnersok
Zozz
On this 24th day of October 2019 , before me appeared John E. Tauer
to me personally know, who being by me duly sworn, did say that (s)he is the Attorney -in -Fact of
Liberty Mutual Insurance Company , a corporation, that the seal
affixed to the foregoing instrument is the corporate seal of said corporation and that said instrument was
executed in behalf of said corporation by authority of its Board of Directors; and that said
John E. Tauer acknowledged said instrument to be the free act and deed of said corporation.
aaaaaS.a a--. a
EMILY R. WHITE
4 . 4I ! NOTARY PUBLIC -MINNESOTA 0
My Commission Expires
•? -f-ft---c-4. January 31, 2021
Notary Public Hennepin County, Minnesota
My commission expires 1/31/2021
Liberty Mutual Insurance Company
The Ohio Casualty Insurance Company
West American Insurance Company
David M. Carey, Assistant Secretary
Stale of PENNSYLVANIA ss
County of MONTGOMERY
On this 4th day of February , 2019 before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance
Company, The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes
therein contained by signing on behalf of the corporations by himself as a duly authorized officer.
IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at King of Prussia, Pennsylvania, on the day and year first above written.
6/P aaS
wsr., Montgomery
Teresa Peslella. Notary Public
Upper 0551Twp..alSealrso)Ceun1Y By:
�,on0 2 MyOt, Pennsylvania
abn Expires MeiSS 26;2021 Notary ��,,..�
Member, Pennsylvania Association W Notaries
�'tM pu0
This Power of Attorney Is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual
Insurance Company, and West American Insurance Company which resolutions are now in lull force and effect reading as follows:
ARTICLE IV — OFFICERS: Section 12, Power of Attorney.
Any officer or other official of the Corporation authorized for That purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the
President may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety
any and all undertakings, bonds, recognizances and other surely obligations. Such attorneys -in -fact, subject to the limitations set forth in their respective powers of attorney, shall
have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such
instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attorney-in-fact under the
provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority.
ARTICLE XIII — Execution of Contracts: Section 5. Surety Bonds and Undertakings.
Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe,
shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings,
bonds, recognizances and other surely obligations. Such attorneys -la -fact subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the
Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if
signed by the president and attested by the secretary.
Certificate of Designation — The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such attorneys -in -
fact as may be necessary to act an behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surely
obligations.
Authorization — By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the
Company, wherever appearing upon a °edified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with
the same force and effect as though manually affixed.
I, Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casually Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do
hereby cedity that the original power of attorney o", which the foregoing is a lull, true and correct copy of the Power of Attorney executed by said Companies, is in full force and effect and
has not been revoked.
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 22th day of October 12019 •
liweq< t!
op
COMMONWEALTH OF PENNSYLVANIA
er asialia No Public
Liberty
Mutual
SURETY
This Power of Attorney limits the acts of those named herein, and they have no authority to
bind the Company except In the manner and to the extent herein stated.
Liberty Mutual Insurance Company
The Ohio Casualty Insurance Company
West American Insurance Company
POWER OF ATTORNEY
KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire, that
Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organized
under the laws of the State of Indiana (herein collectively called the "Companies"), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, Colby D.
White, Melinda C. Blodgett, R. C. Bowman, Tina L. Domask, R. Scott Egginton, Sandra M. Engstrom, R. W. Prank, Ted Jorgensen, Joshua R. Loftis, Kurt C. Lundblad
Brian J. Oestreich, Jerome T. Ouimet, Ross S. Squires, Nicole Stillings, John E. Tauer, Rachel Thomas, Lin Ulven, Emily White
Certificate No:8200451-190054
all of the city of Minneapolis state of Mil nesota each individually if there be more than one named, its True and lawful attorney-in-fact to make,
execute, seal, acknowledge and de iver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance
of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper
persons.
IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been aflixed
thereto this 4th day of February , 2019 .
LMS -12873 LMIC OCIC WAIL Multi Go 062018
By:
tar -
Renee C. Llewellyn, Assistant Secretary