Loading...
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