Loading...
HomeMy WebLinkAboutCedar Valley Corp.1 Bid of Cedar Valley Corp., LLC Waterloo Contract No. 1024 Commercial St., Katoski Dr., and Hawkeye Rd. Rt Turn Lane Reconstruction Program 3-4".2021 1:00 p.m. i r" t '014sa 0 eit Cedar Valley Corp. 2637 Wagner Road Waterloo, IA 50703 1 t City Clerk/Auditor City Hall 715 Mulberry St Waterloo, IA 50703 ID BOND l:.i,1 ! tRP ,,-.6 Lu Cm, to CL -;r 13 te Ce Ua C L3 a `>I F_ FORM OF BID OR PROPOSAL FY 2021 COMMERCIAL ST., KATOSKI DR., AND HAWKEYE RD. RT TURN LANE RECONSTRUCTION PROGRAM CONTRACT NO. 1024 CITY OF WATERLOO, IOWA Honorable Mayor and City Council Waterloo, Iowa Gentlemen: 1. The undersigned, being a Corporation existing under the laws of the State of Iowa , 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 FY 2021 COMMERCIAL ST KATOSKI DR., AND HAWKEYE RD. RT TURN LANE RECONSTRUCTION PROGRAM, Contract No 1024, all in accordance with the above -listed documents and for the unit prices for work in place for the following items and quantities: FY 2021 COMMERCIAL ST. KATOSKI DR., AND HAWKEYE RD. RT TURN LANE RECONSTRUCTION PROGRAM CONTRACT NO. 1024 ITEM BID SPECIFICATION SUPPLEMENTAL SP = SUDAS SPCL'PROV SEE DIVISION I - STREET ` DESCRIPTION RECONSTRUCTION - UNIT EST QTY UNIT PRICE BID TOTAL PRICE BID DIVISION 2 - EARTHWORK 1 2010-108-D * TOPSOIL, 4 INCHES, ON OR OFF SITE SY 2,015.0 $ $ 2 2010-108-E-0 * EXCAVATION CLASS 10 CY 5,516.0 $ $ * 3 2010-108-G SUBGRADE PREPARATION SY 15,086.0 $ $ * 4 2010-108-H SUBGRADE TREATMENT, WOVEN GEOTEXTILE SY 1,500.0 $ $ 5 2010-108-1 * SUBBASE, MODIFIED CY 6,500.30 $ $ 6 IDOT 2121 GRANULAR SHOULDER, TYPE B TON 2,621.00 SUBTOTAL EARTHWORK $ 3 3.3 Yell . ?S DIVISION 4 - SEWERS AND DRAINS - STORM 7 4020-108-A-1 STORM INCH SEWER, TRENCHED, RCP 2000D, 15 LF 110.0 $ $ 8 4020 108 A-1 * STORM INCH SEWER, TRENCHED, RCP 2000D, 12 LF 150.0 $ $ 9 4020-108 A 1 STORM SEWER,FLARED END SECTION, RCP, 2000D, 15 INCH EACH 3.0 $ $ 10 4020 108 D 0 REMOVAL THAN OR OF EQUAL STORM TO SEWER, 36 INCH RCP, LESS LF 211.0 $ $ ITEM BID SPECIFICATION SUPPLEMENTAL SP SUDAS = SPCL * SEE PROV DIVISION 1- STREET (CONTINUED) DESCRIPTION RECONSTRUCTION UNIT EST QTY UNIT :PRICE BID TOTAL PRICE BID DIVISION (CONTINUED) 4 SEWERS AND DRAINS - STORM 11 4040-108-A-0 SUBDRAIN, TYPE SP, 6 INCH LF 1,735.0 $ $ 12 4040-108-A-0 SUBDRAIN, TYPE SP, 4 INCH LF 9,834.0 $ $ 13 4040-108 D-0 SUBDRAIN CMP, 6 INCH OUTLETS AND CONNECTIONS, EACH 68.0 $ $ DIVISION SEWERS 6 - STRUCTURES FOR STORM 14 6010-108-A-0 * MANHOLE, SW-401, 48" EACH 1.0 $ $ 15 6010-108-A-0 MANHOLE, SW 406, SHALLOW RECTANGULAR EACH 2.0 $ $ 16 6010-108-B-0 INTAKE, SW-501 SINGLE GRATE EACH 6.0 $ $ 17 6010-108-B-0 INTAKE, INTAKE, SW-507 SMALL BOX SINGLE OPEN THROAT, CURB EACH 2.0 $ $ 18 6010 108-B-0 INTAKE, SW-509 DOUBLE OPEN THROAT, CURB INTAKE, SMALL BOX EACH 1.0 $ $ CONNECTION TO EXISTING INTAKE, DRAIN 19 6010 108 H 0 TILE EACH 2.0 $ $ 20 6010-108-B-0 REMOVE MANHOLE OR INTAKE, STORM EACH 12.0 $ $ INTAKE SW-545, REMOVE AND REPLACE 21 SP #6 SPECIAL SHAPING AND TOP EACH 1.0 $ $ 22 6010-108-8-0 INTAKE EXTENDED SW-545 OPENING SINGLE OPEN THROAT WITH EACH 1.0 $ $ INTAKE, SW-501 REMOVE AND REPLACE 23 6010-108-E * BOXOUT EACH 2.0 $ $ MINOR ADJUSTMENT, MANHOLE W/ SW-601 24 6010-108-E * TYPE COVER A CASTING & CITY OF WATERLOO EACH 2.0 $ $ MINOR ADJUSTMENT, MANHOLE W/ SW-602 25 6010-108-E * TYPE E CASTING & CITY OF WATERLOO EACH 2.0 COVER $ $ 26 SP #3 FURNISH AND INSTALL SW-603 TYPE R CASTING EACH 2.0 $ $ SUBTOTAL STORM SEWER $ IPs ado DIVISION APPURTENANCES 5 - WATER MAINS AND 27 SP # 4 CONVERT ROADBOX WATER VALVE MANHOLE TO EACH 1.0 $ $ 28 SP # 2 WATER SERVICE KILL EACH 25.0 $ $ SUBTOTAL WATER APPURTENANCES $ l y1150/DO DIVISION 7 - STREETS AND RELATED WORK PCC PAVEMENT 29 7010-108-A-0 PAVEMENT, PCC, 8 INCH, C 4 W/ CLASS 3 AGG SY 12,761.0 $ $ 30 7010-108-A-0 PAVEMENT, PCC, 9 INCH, C-4 W/ CLASS 3 AGG SY 5,432.0 $ $ 31 7010 108 A 0 PAVEMENT, AGG PCC, 10 INCH, C-4 W/ CLASS 3 SY 920.0 $ $ CONCRETE MEDIAN, 6 INCH, C 4 W/ CLASS 3 32 7010-108 G AGG SY 286.5 $ $ 33 7010-108-1-0 PCC PAVEMENT SAMPLES AND TESTING LS 1.0 $ $ 34 7010-3.04 COLD WEATHER CONCRETE PROTECTION SY 2,000.0 $ $ 35 7010-3.02, J * LINSEED OIL TREATMENT SY 7,000.0 $ $ ITEM BID SPECIFICATION SUPPLEMENTAL SP = SUDAS SPCL * SEE PROV DIVISION I - STREET (CONTINUED) DESCRIPTION RECONSTRUCTION UNIT EST QTY UNIT PRICE BID TOTAL PRICE BID SIDEWALKS, DRIVEWAYS SHARED USE PATHS AND 36 7030-108-A-0 REMOVAL OF SIDEWALK SY 459.6 $ $ 37 7030-108-A-0 REMOVAL OF DRIVEWAY SY 235.7 $ $ 38 7030-108-E-0 SIDEWALK, PCC C-4, 6 INCH, C 4 SY 480.2 $ $ 39 7030-108-G-0 DETECTABLE WARNING SURFACE SF 70.0 $ $ 40 7030-108-H-1 DRIVEWAY PAVED, PCC, 6 INCH, C 4 SY 202.3 $ $ 41 7030-108-H-1 DRIVEWAY, PAVED, PCC, 8 INCH, C-4 SY 38.8 $ $ PAVEMENT REHABILITATION 42 7040-108-H-0 * PAVEMENT REMOVAL CONCRETE SY 20,700.0 $ $ SUBTOTAL STREETS AND RELATED WORK $ ) a3tipi4,26) DIVISION 8 - PAVEMENT MARKINGS AND TRAFFIC CONTROL PAVEMENT MARKINGS PAINTED PAVEMENT MARKINGS, 43 8020 108 B-0/SP#10 SOLVENT/WATERBOURNE STA 206.61 $ $ 44 8020-108-H-0/SP#10 PRECUT SYMBOLS AND LEGENDS EACH 21.0 $ $ 45 8020-108-K-0 PAINTED PAVEMENT MARKINGS, REMOVED STA 12.0 $ $ TEMPORARY TRAFFIC CONTROL 46 8030-108-A-0 TEMPORARY TRAFFIC CONTROL LS 1.0 $ I $ SUBTOTAL PAVEMENT MARKINGS AND TRAFFIC CONTROL $ 341181, 3 - DIVISION 9 - SITE WORK AND LANDSCAPING SEEDING * HYDRAULIC SEEDING, SEEDING, FERTILIZING 47 9010-108-8-0 AND MULCHING SY 140.0 $ $ 48 9010-108-E-0 * WARRANTY SY 100.0 $ $ EROSION AND SEDIMENT CONTROL 49 9040-108-T-1 SP#13 */ INLET AND DROP PROTECTION IN DEVICE, INTERMEDIATE EACH 11.0 $ $ 50 9040-108-T-2 */SP#13 INLET PROTECTION DEVICE, MAINTENANCE EACH 11.0 $ $ SUBTOTAL SITE WORK AND LANDSCAPING $ -( 183a. 00 DIVISION 11 - MISCELLANEOUS CONSTRUCTION SURVEY 51 11010-108-A CONSTRUCTION SURVEY (DIVISIONS I AND II) LS 1.00 $ $ 52 11 050-108-A-0 CONCRETE WASHOUT LS 1.00 $ $ 53 PLAN SHEET 2.09 REMOVE AND REINSTALL TREE GRATES EACH 4.0 $ $ SUBTOTAL MISCELLANEOUS $ ;3 gD®,oD TOTAL DIVISION I $ 853 3.S4.83. 1� ITEM BID SPECIFICATION SUPPLEMENTAL SP =.SPCL SUDAS * SEE PROV DIVISION II - COMMERCIAL DESCRIPTION STREETSCAPE UNIT PRICE BID TOTAL ••• BID UNIT EST QTY PRICE SUDAS 2010-108-A-0 CLEARING AND GRUBBING 1 UN 7.8 $ $ 2 SUDAS 2010-108-D-0 OFFSITE TOPSOIL CY 28.0 $ $ SPECIFICATION SUDAS * SEE DIVISION II - COMMERCIAL STREETSCAPE BID SUPPLEMENTAL ITEM .(CONTINUED) UNIT BID TOTAL BIL SP = SPCL PROV DESCRIPTION UNIT EST QTY PRICE PRICE 3 SUDAS 2010-108-E-0 EXCAVATION, CLASS 10, WASTE CY 300.0 $ $ 4 SUDAS 2OIO-1(ig..i. L SUC3/'S ' SE, MODII"I U (Y 199.3 $ SUDAS 7030-108-A-0 REMOVAL OF PAVEMENT 5 SY 37.9 $ $ 6 SUDAS 7030-108-A-0 REMOVAL OF SIDEWALK SY 1,003.3 $ $ 7 SUDAS 7030-108-A-0 REMOVAL OF DRIVEWAY SY 157.9 $ $ 8 SUDAS 7030-108-E-0 SIDEWALK, PCC, 6 IN. SY 857.6 $ $ 9 SUDAS 7030-108-E-0 SIDEWALK, PCC, 8 IN. SY 16.7 $ $ 10 SUDAS 7030-108-E-0 SIDEWALK, COLORED PCC, 6 IN. SY 742.2 $ $ 11 SUDAS 7030-108-G-0 DETECTABLE WARNINGS, CAST IRON SF - $ $ 12 SUDAS 7030-108-H-0 PAVED DRIVEWAY, PCC, 6 IN. SY 40,8 $ $ 13 SUDAS 7030-108-H-0 PAVED DRIVEWAY, PCC, 8 IN. SY 119 2 $ $ 14 PLAN POROUS PAVE SF 850.0 $ $ SUDAS 7040 108-A-0 FULL DEPTH 15 PATCH SY 37.9 $ $ SUDAS 8020-108-B-0 PAINTED PAVEMENT MARKINGS 16 STA 5.0 $ $ SUDAS 8020-108-8-0 PAVEMENT MARKINGS REMOVED 17 STA 1.5 $ $ IA DOT 2523- 18 0000100 LIGHTING POLES, TYPE 1, STREET LIGHT EACH 10.0 $ $ !A DOT 2523 19 0000100 LIGHTING POLES, TYPE 2, PED LIGHT EACH 2O.0 $ $ 20 PLAN REMOVAL OF LIGHT POLE FOOTINGS EACH 12.0 $ $ 21 IA -DOT 2523- 0000200 ELECTRICAL CIRCUITS LF 2,083.0 $ $ IA -DOT 2523- HANDHOLES AND JUNCTION BOXES 22 0000310 EACH 4,0 $ $ 23 PLAN ELECTRICAL MODIFICATIONS LS 1.0 $ $ SUDAS 9030-108-B-0 PLANTS WITH WARRANTY, TYPE 1, SKYLINE 24 HONEYLOCUST EACH 4.0 $ $ SUDAS 9030-108-B-0 PLANTS WITH WARRANTY, TYPE 2, SKYLINE 25 HONEYLOCUST EACH 4.0 $ $ 26 SUDAS 9030-108-B-0 PLANTS HONEYLOCUST WITH WARRANTY, TYPE 3, SKYLINE EACH 4.0 $ $ 27 SUDAS 9030-108 B 0 PLANTS HACKBERRY WITH WARRANTY, TYPE 1, COMMON EACH 12.0 $ $ _ 28 SUDAS 9030 108 B 0 PLANTS BLAZE MAPLE WITH WARRANTY, TYPE 3, AUTUMN EACH 5.0 $ $ PLAN REMOVE AND REINSTALL TREE GRATE 29 EACH $ $ 30 PLAN INSTALL NEW TREE GRATE EACH 4.0 $ $ PLAN REMOVE AND REINSTALL BIKE RACKS 31 LS 1.0 $ $ TOTAL DIVISION II $ 3'7 8, 155, 408 Contract No. 1023 Addendum No. 1 - Division I1 Quantity Correction Form of Bid Page 4 of 6 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. Security in the sum of 5 yo in the form of Bid Bond , is submitted herewith in accordance with the INSTRUCTIONS TO BIDDERS. 5. Attached hereto is a Non -Collusion Affidavit of Prime Contractor. 6. Attached hereto is a Bidder Status Form. Dollars ($ 7 The bidder is prepared to submit a financial and experience statement upon request. 8. The Prime Contractor and Subcontractor(s), which have performed an aggregate of $10,000.00 in work for the City in the current calendar year, are prepared to submit an AAP or Update and an EOC, within ten (10) days of notification that the bid submitted is lowest and acceptable. The bidder has received the following Addendum or Addenda: Addendum No. 1 Date 2-26-2021 2 3-1-2021 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. Cedar Valley Corp , LLC (Name of Bider) 3-4-2021 (Date) BY: 1� ..�.: �. 1.' Title Senior Vice President William C. Calderwood Official Address: (Including Z. Code): 2637 Wagner Road Waterloo, IA 50703 I.R.S. No. 42-0987141 END SECTION NONCOLLUSION AFFIDAVIT OF PRIME BIDDER State of Iowa )ss County of Black Hawk William C. Calderwood , being first duly sworn, deposes and says that: 1 He is Officer (Owner, Partner, Officer, Representative, or Agent) , of Cedar Valley Corp., LLC , 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, 4\owners, employees, or parties in interest, including this a iant. vt (Signed) William C. Calderwood Senior Vice President Title Subscribed and sworn to before me this r---1:1)\1\ day of reh My commission expires gleLA gkriLL4 Title 1/(95)anJ • Bidder Status Form To be completed by all bidders Part A Please answer "Yes" or "No" for each of the following: Yes ❑ No My company is authorized to transact business in Iowa. (To help you determine if your company is authorized, please review the worksheet on the next page). Yes ■ No My company has an office to transact business in Iowa. n 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 Parts B and D of this form. If you answered 'No" to one or more questions above, your company is a nonresident bidder. Please complete Parts C and D of this form. X To be completed by resident bidders Part B My company has maintained offices in Iowa during the past 3 years at the following addresses: Dates: 11 / 01 / 1971 to 03 / 04 / 2021 Address: 2637 Wagner Road City, State, Zip* Waterloo, IA 50703 Dates: / / to / / Address: City, State, Zip• Dates: / / to / / Address: You may attach additional sheet(s) if needed. City, State, Zip* To be completed by non-resident bidders Part C 1. Name of home state or foreign country reported to the Iowa Secretary of State: 2. Does your company's home state or foreign country offer preferences to bidders who are residents? ❑ Yes ❑ No 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. You may attach additional sheet(s) if needed. To be completed by all bidders Part D I certify that the statements made on this document are true and complete to the best of my knowledge and I know that my failure to provide accurate and truthful information may be a reason to reject my bid. Firm Name. ,Cedar Valley Corp., LLC Signature: Date: 03-04-2021 You must submit the comp�ted 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 02-14 wood, Senior vice President W liam . Calde 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. [Xj 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. n Yes [Xi 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. 111 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. n Yes n 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. n Yes X 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 VI No My business is a limited liability partnership which has filed a statement of qualification in a state other than Iowa, has filed a statement of foreign qualification in Iowa and a statement of cancellation has not been filed. Yes © No My business is a limited partnership or limited liability limited partnership which has filed a certificate of limited partnership in this state, and has not filed a statement of termination. Yes n 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 n No My business is a limited liability company whose certificate of organization is filed in Iowa and has not filed a statement of termination. n Yes [Xj No My business is a limited liability company whose certificate of organization is filed in a state other than Iowa, has received a certificate of authority to transact business in Iowa and the certificate has not been revoked or canceled. 309-6001 02-14 MBE/WBE BUSINESS ENTERPRISE PRE -BID CONTACT INFORMATION FORM P rime Contractor Name. Cedar Valley Corp., LLC P roject Contract No> 1024 Letting Date: 3-4-2021 N O MBE/WBE SUBCONTRACTORS: If you are NOT using any MBE/WBE subcontractors to complete this project, sign below. Attach a brief explanation as to why subcontracting was not feasible with this project. If any MBE/WBE subcontractors will e used, please use the bottportion of this form. Contractor Signature: Title: Senor Vice President Date: 3-4-2021 William C. Calderwood 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 may be directed to Contract Compliance Office 319-291-4429. You are required, in order for your bid to be considered responsive, to provide the information on this Form showing your MBE/WBE Business Enterprise contacts made prior to your bid submission. This information is subject to verifications and confirmation If you are unable to identify MBE/WBE firms to perform portions of the work, please contact Rudy Jones, Contract Compliance Officer, for assistance at (319) 291-4429. In the event it is determined that the MBE/WBE Business Enterprise goals are not met, then before awarding the contract the City of Waterloo will make a determination as to whether or not the apparent successful low bidder made good faith efforts to meet the goals. TABLE OF INFORMATION SHOWING BIDDER'S PRE -BID MBE/WBE BUSINESS ENTERPRISE CONTACTS Quotes Received Quotation used in bid MBE/WBE Dates Dates Dollar Amount Proposed to Subcontractors Contacted Yes/No Contacted Yes/No be Subcontracted Carter Electric 2-24-2021 No 3 -y-noel I YU° Culpepper Electric 2 24 2021 No 3-1-i0.11 Ai0 Daniels Home Im.rovement 2 24 2021 fl 3-2-2021 Yes D.C. Corporation 2 24 2021 Ye 5 4'0' Yno 3-2-2021 Greer's Works 2-24-2021 3-2-2021 No (Form CCO 4) Rev. 06-20-02 MBE/WBE BUSINESS ENTERPRISE PRE -BID CONTACT INFORMATION FORM P rime Contractor Name: Cedar Valley Corp., LLC P roject: Contract No. 1024 Letting Date: 3-4-2021 N O MBE/WBE SUBCONTRACTORS: If you are NOT using any MBE/WBE subcontractors to complete this project, sign below Attach a brief explanation as to why subcontracting was not feasible with this project. If any MBE/WBE subcontractors wall be used, please use thq bottom portion of this form. Contractor S'gnature: William C. Calderwood Title: Senor Vice President Date: 3-4-2021 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 may be directed to Contract Compliance Office 319-291-4429. You are required, in order for your bid to be considered responsive to provide the information on this Form showing your MBE/WBE Business Enterprise contacts made prior to your bid submission. This information is subject to verifications and confirmation. If you are unable to identify MBE/WBE firms to perform portions of the work, please contact Rudy Jones, Contract Compliance Officer, for assistance at (319) 291-4429. In the event it is determined that the MBE/WBE Business Enterprise goals are not met, then before awarding the contract the City of Waterloo will make a determination as to whether or not the apparent successful low bidder made good faith efforts to meet the goals. TABLE OF INFORMATION SHOWING BIDDER'S PRE -BID MBE/WBE BUSINESS ENTERPRISE CONTACTS Quotes Received Quotation used in bid Subcontractors MBE/WBE Contacted Dates Yes/No Contacted Dates Yes/No Dollar Amount be Proposed to Subcontracted Old Greer's Works 2-24-2021 No Quick Construction 2-24-2021 3-2-2021 /V0 D & D Construction 2-24-2021 No E. Castro Roofing 2-24-2021 No Atlas Painting, Inc 2 24 2021 No Peterman & Haes Carpet One (Form CCO-4) Rev. 06-20-02 2-24-2021 No Cedatr VaUley Corp, LLC 2637 Wagner Road Waterloo, Iowa 50704 Contract No.: 1024 SUBCONTRACTOR'S BID REQUEST FORM Letting Date: 3-4-2021 I, , hereby attest that I have been solicited for a bid on Rt Turn Lane Reconstruction Program in the area of any item except Division 1 Items # 29, 30, & 31. Cedar Valley Corp., LLC has informed me that if I am interested in bidding, a subcontracting bid proposal must be submitted to the company office by 3-3-2021 and 5:00 PM (Date) (Time). S ubcontractor's Company Name S ubcontractor's Signature Date 2-24-2021 P rime Bidder's Signature Date 319-235-9537 FAX: 319-235-7198 www.cedarvalleycorp.com &d/ct with. the kyt! LETTER TO li3 USbD WHEN SOLICITING FOR SUBCONTRACTOR QUOTES Subcontractor Company Name Address RE. Contract No.: 1024 Dear Potential Subcontractor • Cedar ValleyCorp.,Cor LLC is presently soliciting for the following work in connection with the above referenced project. All items except Division 1. 29, 30, & 31 Cedar ValleyCorp.,Cor LLC is an Equal Opportunity Employer, and all qualified bidders will not be discriminated against due to race, religion, color, sex, or origin. If interested in bidding your proposal must be turned in to this office by 3 -3 -2021 and 5:00 PM (Date) (Time) Sincerely, William C Calderwood, Senior Vice President (Prime Contractor's Representative) Form CCO- 3 (11/28/2001) 3/4/2021 Letting Date: 3-4-21 CEDAR VALLEY CORP., LLC Project: Contract #1024 Location: Waterloo FY 2021 COMMERCIAL ST., KATOSKI DR., AND HAWKEYE RD. RT TURN LANE RECONSTRUCTION PROGRAM CONTRACT NO. 1024 BID ITEM SUDAS SPECIFICATION *SEE SUPPLEMENTAL SP = SPCL PROV DIVISION 1 - STREET RECONSTRUCTION DESCRIPTION EST QTY UNIT TOTAL BID PRICE UNIT PRICE BID DIVISION 2 - EARTHWORK 1 2010-108-D * TOPSOIL, 4 INCHES, ON OR OFF SITE 2,015.000 SY $ 4.75 $ 9,571.25 2 2010-108-E-0 * CLASS 10 5,516.000 CY $ 8.75 $ 48,265.00 EXCAVATION, 3 2010-108-G * SUBGRADE PREPARATION 15,086.000 SY $ 0.65 $ 9,805.90 4 2010-108-H * SUBGRADE TREATMENT, GEOTEXTILE WOVEN 1,500.000 SY $ 3.00 $ 4,500.00 5 2010-108-1 * SUBBASE, MODIFIED 6,500.300 CY $ 32.00 $ 208,009.60 6 IDOT 2121 GRANULAR SHOULDER, TYPE B 2,621.000 TON $ 20.00 $ 52,420.00 SUBTOTAL EARTHWORK $ 332 571.75 DIVISION 4 SEWERS AND DRAINS - STORM 7 4020-108-A-1 * STORM SEWER, TRENCHED, RCP 15 INCH 2000D, 110.000 LF $ 70.00 $ 7,700.00 8 4020-108-A-1 * INCH RCP 2000D, 150.000 LF $ 68.00 $ 10,200.00 TRENCHED, STORM SEWER, 12 9 4020-108-A-1 * STORM SEWER, FLARED 15 SECTION, 3.000 EACH $ 3,700.00 $ 11,100.00 END RCP, 2000D, INCH 10 4020-108-D-0 * REMOVAL OF STORM OR EQUAL SEWER, TO INCH RCP, LESS 211.000 LF $ 6.00 $ 1,266.00 36 THAN Page 1 of 9 3/4/2021 11 4040-108-A-0 SUBDRAIN, SP, 6 INCH 1,735.000 LF $ 8.00 $ 13,880.00 TYPE 12 4040-108-A-0 SUBDRAIN, SP, 4 INCH 9,834.000 LF $ 6.75 $ 66,379.50 TYPE 13 4040-108-D-0 SUBDRAIN CONNECTIONS, OUTLETS AND 6 INCH 68.000 EACH $ 160.00 $ 10,880.00 CMP, DIVISION SEWERS 6 - STRUCTURE FOR STORM 14 6010-108-A-0 * MANHOLE, SW 401, 48" 1.000 EACH $ 3,750.00 $ 3,750.00 15 6010-108-A-0 MANHOLE, SW-406, SHALLOW RECTANGULAR 2.000 EACH $ 4,600.00 $ 9,200.00 16 6010-108-B-0 SW-501, SINGLE GRATE 6.000 EACH $ 4,000.00 $ 24,000.00 INTAKE, 17 6010-108-B-0 INTAKE, SW-507, CURB INTAKE, SINGLE SMALL OPEN 2.000 EACH $ 4,700.00 $ 9,400.00 THROAT, BOX 18 6010-108-B-0 SW-509, CURB INTAKE, DOUBLE OPEN SMALL 1.000 EACH $ 6,200.00 $ 6,200.00 INTAKE, BOX THROAT, 19 6010-108-H-0 * CONNECTION TO DRAIN INTAKE, 2.000 EACH $ 500.00 $ 1,000.00 EXISTING TILE 20 6010-108-B-0 REMOVE MANHOLE OR INTAKE, STORM 12.000 EACH $ 450.00 $ 5,400.00 21 SP #6 INTAKE, SW-545, REMOVE AND SHAPING AND REPLACE 1.000 EACH $ 3,500.00 $ 3,500.00 TOP SPECIAL 22 6010-108-B-0 INTAKE, WITH SW-545, SINGLE OPENING OPEN 1.000 EACH $ 8,400.00 $ 8,400.00 THROAT EXTENDED 23 6010-108-E * INTAKE, SW-501, REMOVE BOXOUT AND REPLACE 2.000 EACH $ 3,400.00 $ 6,800.00 Page 2 of 9 3/4/2021 24 6010-108-E * MINOR ADJUSTMENT, 601 TYPE WATERLOO A CASTING MANHOLE COVER W/ SW- OF 2.000 EACH $ 1,000.00 $ 2,000.00 & CITY 25 6010-108-E * MINOR ADJUSTMENT, 602 TYPE E WATERLOO CASTING MANHOLE COVER W/ SW- OF 2.000 EACH $ 750.00 $ 1,500.00 & CITY 26 SP #3 FURNISH AND INSTALL SW-603 CASTING R 2.000 EACH $ 850.00 $ 1,700.00 TYPE SUBTOTAL STORM SEWER $ 204,255.50 DIVISION APPURTENANCES 5 - WATER MAINS AND 27 SP #4 CONVERT WATER VALVE MANHOLE TO 1.000 EACH $ 400.00 $ 400.00 ROADBOX 28 SP #2 WATER SERVICE KILL 25.000 EACH $ 550.00 $ 13,750.00 SUBTOTAL WATER APPURTENANCES $ 14,150.00 DIVISION 7- STREETS AND RELATED WORK PCC PAVEMENT 29 7010-108-A-0 PAVEMENT, PCC, 8 INCH, AGG C 4 W/ CLASS 3 12,761.000 SY $ 51.56 $ 657,957.16 30 7010-108-A-0 PAVEMENT, PCC, 9 INCH, C AGG 4 W/ CLASS 3 5,432.000 SY $ 63.37 $ 344,225.84 31 7010-108-A-0 PAVEMENT, PCC, 10 INCH, C-4 W/ CLASS 3 AGG 920.000 SY $ 52.68 $ 48,465.60 32 7010-108-G CONCRETE CLASS MEDIAN, 6 INCH, 3 AGG C 4 W/ 286.500 SY $ 75.00 $ 21,487.50 33 7010-108-1-0 PCC PAVEMENT SAMPLES AND TESTING 1.000 LS $ 2,000.00 $ 2,000.00 34 COLD WEATHER CONCRETE 2,000.000 SY $ 4.00 $ 8,000.00 7010-3.04 PROTECTION Page 3 of 9 °3/4/2021 35 7010-3.02, J * LINSEED OIL TREATMENT 7,000.000 SY $ 1.50 $ 10,500.00 SIDEWALKS, DRIVEWAYS SHARED USE PATHS AND 36 7030-108-A-0 REMOVAL OF SIDEWALK 459.600 SY $ 6.00 $ 2,757.60 37 7030-108-A-0 REMOVAL OF DRIVEWAY 235.700 SY $ 6.00 $ 1,414.20 38 7030-108-E-0 SIDEWALK, PCC C-4, 6 INCH, C-4 480.200 SY $ 49.75 $ 23,889.95 39 7030-108-G-0 DETECTABLE WARNING SURFACE 70.000 SF $ 47.50 $ 3,325.00 40 7030-108-H-1 DRIVEWAY, PAVED, PCC 6 INCH, C-4 202.300 SY $ 49.75 $ 10,064.43 41 7030-108-H-1 DRIVEWAY, PAVED, PCC 8 INCH, C 4 38.800 SY $ 55.00 $ 2,134.00 PAVEMENT REHABILITATION 42 7040-108-H-0 * PAVEMENT REMOVAL, CONCRETE 20,700.000 SY $ 4.75 $ 98,325.00 SUBTOTAL STREETS AND RELATED WORK $ 1,234,546.28 DIVISION TRAFFIC 8 - CONTROL PAVEMENT MARKINGS AND PAVEMENT MARKINGS 43 8020-108-B-0/SP#10 PAINTED SOLVENT/WATERBOURNE PAVEMENT MARKINGS, 206.610 STA $ 35.00 $ 7,231.35 44 8020-108-H-0/SP#10 PRECUT SYMBOLS AND LEGENDS 21.000 EACH $ 470.00 $ 9,870.00 45 8020-108-K-0 PAINTED PAVEMENT REMOVED MARKINGS, 12.000 STA $ 90.00 $ 1,080.00 TEMPORARY TRAFFIC CONTROL Page 4 of 9 3/4/2021 46 8030-108-A-0 TEMPORARY TRAFFIC CONTROL 1.000 LS $ 14,000.00 $ 14,000.00 SUBTOTAL PAVEMENTMARKINGS AND CONTROL $ 32,181.35 TRAFFIC DIVISION - 9 SITE WORK AND LANDSCAPING SEEDING 47 9010-108-B-0 * HYDRAULIC FERTILIZING SEEDING, AND MULCHING SEEDING, 140.000 SY $ 45.00 $ 6,300.00 48 9010-108-E-0 * WARRANTY 100.000 SY $ 30.00 $ 3,000.00 EROSION AND SEDIMENT CONTROL 49 9040-108-T-1 */SP#13 INLET INTERMEDIATE DEVICE, DROP IN 11.000 EACH $ 180.00 $ 1,980.00 PROTECTION AND 50 9040-108-T-2 */SP#13 INLET PROTECTION MAINTENANCE DEVICE, 11.000 EACH $ 50.00 $ 550.00 SUBTOTAL SITE WORK AND LANDSCAPING $ 11,830.00 DIVISION 11 - MISCELLANEOUS CONSTRUCTION SURVEY 51 11010-108-A CONSTRUCTION AND SURVEY II) (DIVISIONS I 1.000 LS $ 20,000.00 $ 20,000.00 52 11,050-108-A-0 CONCRETE WASHOUT 1.000 LS $ 1,800.00 $ 1,800.00 53 PLAN SHEET 2.09 REMOVE AND REINSTALL TREE GRATES 4.000 EACH $ 500.00 $ 2,000.00 SUBTOTAL MISCELLANEOUS $ 23,800.00 TOTAL DIVISION I $ 1,853,334.88 BID ITEM SUDAS SPECIFICATION *SEE SUPPLEMENTAL SP = SPCL DIVISION II - COMMERCIAL STREETSCAPE DESCRIPTION EST WV UNIT UNIT PRICE BID TOTAL BID PRICE PROV 1 SUDAS 2010-108-A-0 CLEARING AND GRUBBING 7.800 UNIT $ 80.00 $ 624.00 2 SUDAS 2010-108-D-0 OFFSITE TOPSOIL 28.000 CY $ 45.00 $ 1,260.00 Page 5 of 9 /4/2021 3 SUDAS 2010-108-E-0 CLASS 10, WASTE 300.000 CY $ 8.00 $ 2,400.00 EXCAVATION, 4 SUDAS 2010-108-1-0 SUBBASE, MODIFIED 199.300 CY $ 50.00 $ 9,965.00 5 SUDAS 7030-108-A-0 REMOVAL OF PAVEMENT 37.900 SY $ 15.50 $ 587.45 6 SUDAS 7030-108-A-0 REMOVAL OF SIDEWALK 1,003.300 SY $ 8.00 $ 8,026.40 7 SUDAS 7030-108-A-0 REMOVAL OF DRIVEWAY 157.900 SY $ 6.00 $ 947.40 8 SUDAS 7030-108-E-0 SIDEWALK, PCC, 6 IN. 857.600 SY $ 41.55 $ 35,633.28 9 SUDAS 7030-108-E-0 SIDEWALK, PCC, 8 IN. 16.700 SY $ 74.00 $ 1,235.80 10 SUDAS 7030-108-E-0 SIDEWALK, COLORED PCC 6 IN. 742.200 SY $ 105.00 $ 77,931.00 11 DETECTABLE WARNINGS, CAST IRON 0.000 SF $ 50.00 $ - SUDAS 7030-108-G-0 12 PAVED DRIVEWAY, PCC, 6 IN. 40.800 SY $ 48.00 $ 1,958.40 SUDAS 7030-108-H-0 13 SUDAS 7030-108-H-0 PAVED DRIVEWAY, PCC, 8 IN. 119.200 SY $ 57.25 $ 6,824.20 14 PLAN POROUS PAVE 850.000 SF $ 20.00 $ 17,000.00 15 SUDAS 7040-108-A-0 FULL DEPTH PATCH 37.900 SY $ 82.50 $ 3,126.75 Page 6 of 9 3/4/2021 16 SUDAS 8020-108-B-0 PAINTED PAVEMENT MARKINGS 5.000 STA $ 35.00 $ 175.00 17 SUDAS 8020-108-6-0 PAVEMENT MARKINGS REMOVED 1.500 STA $ 90.00 $ 135.00 18 IA -DOT 2523-0000100 LIGHTING POLES, TYPE 1, STREET LIGHT 10.000 EACH $ 4,000.00 $ 40,000.00 19 IA -DOT 2523-0000100 LIGHTING POLES, TYPE 2, PED LIGHT 20.000 EACH $ 3,250.00 $ 65,000.00 20 PLAN REMOVAL OF LIGHT FOOTINGS 12.000 EACH $ 450.00 $ 5,400.00 POLE 21 IA -DOT 2523-0000200 CIRCUITS 2,083.000 LF $ 11.00 $ 22,913.00 ELECTRICAL 22 IA -DOT 2523-0000310 HANDHOLES AND JUNCTION BOXES 4.000 EACH $ 1,100.00 $ 4,400.00 23 PLAN MODIFICATIONS 1.000 LS $ 1,600.00 $ 1,600.00 ELECTRICAL 24 SUDAS 9030-108-B-0 PLANTS WITH SKYLINE WARRANTY, TYPE 1, 4.000 EACH $ 2,975.00 $ 11,900.00 HONEYLOCUST 25 SUDAS 9030-108-B-0 PLANTS WITH WARRANTY, TYPE 2, 4.000 EACH $ 1,228.00 $ 4,912.00 SKYLINE HONEYLOCUST 26 SUDAS 9030-108-B-0 PLANTS WITH WARRANTY, 3, 4.000 EACH $ 667.00 $ 2,668.00 SKYLINE TYPE HONEYLOCUST 27 SUDAS 9030-108-B-0 PLANTS WITH WARRANTY, HACKBERRY 1, 12.000 EACH $ 2,975.00 $ 35,700.00 COMMON TYPE 28 SUDAS 9030-108-B-0 PLANTS WITH WARRANTY, BLAZE MAPLE 3, 5.000 EACH $ 633.00 $ 3,165.00 AUTUMN TYPE Page 7 of 9 3/4/2021 29 PLAN REMOVE AND REINSTALL TREE GRATE 0.000 EACH $ 500.00 $ - 30 PLAN INSTALL NEW TREE GRATE 4.000 EACH $ 2,673.00 $ 10,692.00 31 PLAN REMOVE AND REINSTALL BIKE RACKS 1.000 LS $ 1,976.00 $ 1,976.00 TOTAL DIVISION I1 $ 378,155.68 TOTAL DIVISION I + DIVISION II $ 2,231,490.56 Page 8 of 9 `3/1 /2021 SUBM TTED BY CEDAR VAL Y William a C. derwood, Senior Vice President Signature Page 9 of 9 BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, Cedar Valley Corp., LLC 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 of the Bid Submitted -- Dollars ($ 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 4th day of March _ , 2021 , for FY 2021 Commercial St., Katoski Dr., and Hawkeye Rd. Rt Turn Lane Reconstruction Program, City of Waterloo, IA; Contract No. 1024 . NOW, THEREFORE, (a) If said Bid shall be rejected, or in the alternate, (b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the form specified and shall furnish a bond for his faithful performance of said contract, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the agreement created by the acceptance of said Bid, Then this obligation shall be void, otherwise the same shall remain in force and effect; it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. By virtue of statutory authority, the full amount of this bid bond shall be forfeited to the Owner in liquidation of damages sustained in the event that the Principal fails to execute the contract and provide the bond as provided in the specifications or by law, The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall be in no way impaired or affected by any extension of the time within which the Owner may accept such Bid or execute such contract; and said Surety does hereby waive notice of any such extension. IN WITNESS WHEREOF, the Principal and the Surety, have hereunto set their hands and seals, and such of them as are corporations, have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers this 23rd day of February , A.D. 2021 ness scor Cvos's�' Witness Stacy Vet Cedar Valley Corp., LLC Pri cipal By { 5 NMA Vice 1941137 141 KLI44t e • C4u?tntrAmeo (Title) Liberty Mutual Insurance Company (Seal) (Seal) By Surety �-r7 Attorney-in-fac ione R. Young SS 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. Not valid for mortgage, note, loan, letter of credit, bank deposit, currency rate, interest rate or residual value guarantees. To confirm the validity of this Power of Attorney call 610.832.8240 between 9:00 am and 4:30 pm EST on any business day, 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 co poration 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, Craig E. Hansen, Jav D. Freiermuth, Brian M. Deimerly, Cindy Bennett, Anne Crowner, Stacy Venn, Tim McCulloh, Shirley S. Bartenhagen, Dione R. Young of the city of West Des Moines, state of Iowa its true and lawful attomey-in-fact, with full power and authority hereby conferred to sign, execute and acknowledge the following surety bond: Principal Name: Cedar Valley Corp., LLC Obligee Name: City of Waterloo, Iowa Surety Bond Number: Bid Bond Bond Amount: See Bond Form 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 affixed thereto this 30th day of March, 2017. By: STATE OF PENNSYLVANIA COUNTY OF MONTGOMERY On this 30th day of March, 2017, 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. The Ohio Casualty Insurance Company Liberty Mutual Insurance Company Wes j merican Insurance Company David :Carey, Assistant Secretary COMMONWEALTH OF PENNSYLVANIA Notarial Seal Teresa Paslelia, Notary Public Upper MerionTwp., Montgomery County My Commission Expires March 28,2021 Member, Pennsylvania Association of Notaries By: Teresa Paste la, otary Public 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 full 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 surety 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 surety obligations. Such attomeys-in-fact subject to the limitations set forth in their respective powers of attomey, 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 on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety 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 certified 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 Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original power of attomey of which the foregoing is a full, 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 this23rd day of February 2021 By: eTfee C. Lle ell Assistant