Loading...
HomeMy WebLinkAboutWoodruff Construction11fl Ells • lolkitArboi IA. 50101 S Clot CA. tb1,5 WWI' C`Ns tM noes �i �' ►1Whit tomr * IF 1 6.1 ft* co( Vs- Ott WdeTtOth shat4 hfficiaAts 14 + iety Amt. "� itue V %oodNS bst ciim t` n fa% phut. V*Mxjoo (tik s01ol Cfl: 08,�,.a as 14 %Liuir\ ?.`l • tr3 t.3 hives aarktntr No • 3 Rck i i Ma % tpsOrckeic WW1 VVavitoi iPc v►d P65°G• teetw45 1>at. Ava . tis1, *Lou_ FORM OF BID OR PROPOSAL F.Y. 2023 WASTEWATER TREATMENT PLANT FINAL CLARIFIER NO. 3 REHABILITATION CITY OF WATERLOO, IOWA CITY CONTRACT NO. 1067 Honorable Mayor and City Council Waterloo, Iowa 1. The undersigned, being a Corporation existing under the laws of the State of Iowa , a Partnership consisting of the following partners: John Mallen , 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 F.Y. 2023 Wastewater Treatment Plant Final Clarifier No. 3 Rehabilitation, City Contract No. 1067, all in accordance with the above -listed documents and for the lump sum base bid cost: LUMP SUM BASE BID: Ei'o1- kukd reel h e,4i-y -Sete„ &ouS&44o1 i-wo Dollars $ 091 a5O. 00 141 tetetH41 P; (Words) (Numbers) See Section 01 29 00—Contract Considerations for discussion of cash allowances to include in the Bid. FORM OF BID Section BF-1 4463.016/City Contract No. 1067 2. Cash Allowances The following Cash Allowances shall be included in the Lump Sum Base Bid. The Cash Allowances for non -Lump Sum items shall be equal to the product of the quantity included in the Lump Sum Base Bid and the Unit Price. The Cash Allowances will be adjusted in the event that estimated quantities to be included in the Lump Sum Base Bid are different from final measured quantities. A single Unit Price shall be bid for each item. Failure to include one or more of the following Unit Price items may result in rejection of the entire Bid as nonconforming. For items with a quantity of 1, the Cash Allowance shall be adjusted based on actual final costs. CASH ALLOWANCES Number Item Description included Lump Estimated Quantity Base in Sum Bid the Unit Bid Unit Price Lump Total Included Bid Sum Bid in Price Base the 1. Concrete Surface Section Surface Repairs 03 01 30 Repair —Top of Slab 10 CF $ l )t�3d. Dp // $ i�o • o 2. Concrete Slab Section Removal 03 Surface 01 and 30 Repair Replacement —Concrete Base 20 CY $ r 1 g IO° 4 i $ 2-2 i 000,- 3. Crack Section Repairs 03 64 —Chemical 00 Grout Injection 100 LS $ a 1 $ ° '�,1 1%W •* 4. Final Repair Section Clarifier —Support 46 43 Equipment 22 Truss Repairs Inspection and 1 LS $5,000 $ 5' OOO. 0- 5. Final Repair Section Clarifier —Unidentified 46 43 Equipment 22 Repairs Inspection and 1 LS $50,000 $ 5010 2` FORM OF BID Section BF-2 4463.016/City Contract No. 1067 4. 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. 5. Security in the sum of 5 Dollars ($ 4 1 ) 32 .'O ) in the form of BID BOND is submitted herewith in accordance with the INSTRUCTIONS TO BIDDERS. 6. Attached hereto is a Non -Collusion Affidavit of Prime Contractor. 7 Attached hereto is a Resident Bidder Certification ( x ), or Non -Resident Bidder Certification ( ). (Mark one.) 8. The Bidder is prepared to submit a financial and experience statement upon request. 9. 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. 10. The Bidder has received the following Addendum or Addenda: Addendum No. NA A 11. 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. 12. The Bidder has filled in all blanks on this proposal. Those blanks not applicable are marked "none" or "NA." 13. The Bidder has attached all applicable forms. 14. CITY 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. FORM OF BID Section BF-3 4463.016/City Contract No. 1067 Woodruff Construction 8/4/2022 BY: (Name of Bidder) (Date) Title John Mallen Official Address: (Including Zip Code): 1890 Kountry Lane NE Region President Fort Dodge, IA 50501 I.R.S. No. 76-0721180 END OF SECTION FORM OF BID Section BF-4 4463.016/City Contract No. 1067 Bidder Status Form To be completed by all bidders Part A Please answer "Yes" or "No" for each of the following: 11 11 Yes U 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. [71 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. 11 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: 08 / 01 / 1990 to Present/ Dates: Dates: 05 / 25 /1996 to Present/ 02 / 08 / 2016 to Present/ You may attach additional sheet(s) if needed. Address: 1890 Kountry Lane City, State, Zip• Fort Dodge, IA 50501 Address. 1920 Philadelphia Street, Suite 102 City, State, Zip. Ames, IA 50010 Address' 501 Greenfield Drive City, State, Zip: Tiffin, IA 52340 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 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: Woodruff Construction, Inc. Signature: John Mallen, NE Region President 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 Date. 8/4/2022 RB-1 4463.016/City Contract No. 1067 Additional Sheet for Bidder Status Form (continued) My company has maintained offices in Iowa during the past 3 years at the following addresses: Dates: 7 / 17 / 2017 to Present/ / Address: 1717 Falls Avenue City, State, Zip: Waterloo, IA 50701 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. X Yes l_J No Yes No Yes No My business is currently registered as a contractor with the Iowa Division of Labor. My business is a sole proprietorship and I am an Iowa resident for Iowa income tax purposes. My business is a general partnership or joint venture. More than 50 percent of the general partners or joint venture parties are residents of Iowa for Iowa income tax purposes. Yes U 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 (1 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 1J No My business is a limited liability partnership which has filed a statement of qualification in this state and the statement has not been canceled. Yes LJ No My business is a limited liability partnership which has filed a statement of qualification in a state other than Iowa, has filed a statement of foreign qualification in Iowa and a statement of cancellation has not been filed. Yes U No My business is a limited partnership or limited liability limited partnership which has filed a certificate of limited partnership in this state, and has not filed a statement of termination. Yes U 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 U No My business is a limited liability company whose certificate of organization is filed in Iowa and has not filed a statement of termination. Yes U 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. RB-2 4463.016/City Contract No. 1067 INFORMATION NEEDED FOR IOWA CONSTRUCTION SALES TAX EXEMPTION CERTIFICATE CONTRACTOR NAME: Woodruff Construction ADDRESS: 1890 Kountry Lane Fort Dodge, IA 50501 (Check One) PRIME FEDERAL ID#: X 76-0721180 SUBCONTRACTOR PROJECT NAME: FY 2023 WWTP Final Clarifier No. 3 Rehab PROJECT CONTRACT NO.: DESCRIPTION OF WORK: ■ ■ ■ ■ ■ ■ ■ ■ ■ 4463.016/City Contract No. 1067 Brickwork Carpentry Concrete Drywall -Plaster -Insulation Electrical Excavation/Grading Flooring Heavy Construction Heating -Ventilating -Air Cond ■ ■ ■ ■ ■ ■ ■ ■ ■ Landscaping Painting Paving Plumbing Roofing -Siding -Sheet Metal Windows Wrecking -Demolition Other (Please specify) General Contracting SALES TAX EXEMPTION Section STE-1 4463.016/City Contract No. 1067 NON -COLLUSION AFFIDAVIT OF PRIME BIDDER State of IOWA )ss County of BLACK HAWK John Mallen , being first duly sworn, deposes and says that: 1. He is (Owner, Partner, Officer, Representative, or Agent) , of Woodruff Construction, the Bidder that has submitted the attached Bid; 2. He is fully informed respecting the preparation and contents of the attached Bid and of all pertinent circumstances respecting such Bid; 3. Such Bid is genuine and is not a collusive or sham Bid; 4. Neither the said Bidder nor any of its officers, partners, owners, agents, representatives, employees, or parties in interest, including this affiant, has in any way colluded, conspired, connived or agreed, directly or indirectly, with any other Bidder, firm or person to submit a collusive or sham Bid in connection with the Contract for which the attached Bid has been submitted or to refrain from bidding in connection with such Contract, or has in any manner, directly or indirectly, sought by agreement or collusion or communication or conference with any other Bidder, firm or person to fix the price or prices in the attached Bid or of any other Bidder, or, to fix any overhead, profit or cost element of the bid price or the bid price of any other Bidder, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against the City of Waterloo, Iowa, or any person interested in the Proposed Contract; and 5. The price or prices quoted in the attached Bid are fair and proper and are not tainted by any collusion, conspiracy, connivance or unlawful agreement on the part of the Bidder or any of its agents, representatives, owners, employees, or parties in interest, including this affiant. (Signed) NE Region President Title Subscribed and sworn to before me this 4th day of August , 2022, Administrative Assistant My commission expires October 22, 2022 NON -COLLUSION AFFIDAVIT Section NCA-1 4463.016/City Contract No. 1067 EQUAL OPPORTUNITY CLAUSE (As provided in Executive Order No. 11246) All contractors, subcontractors, vendors and suppliers of goods and services doing business with the City and value of said business equals or exceeds ten thousand dollars ($10,000.00) annually agree as follows: 1. The contractors, subcontractor, vendor and supplier of goods and services will not discriminate against any employee or applicant for employment because of race, color, creed sex, national origin, economic status, age, mental or physical handicap, political opinions or affiliations. The contractor, subcontractor, vendor and supplier will develop an Affirmative Action program to ensure that applicants are employed and that employees are treated during employment without regard to their race, creed, color, sex, national origin, religion, economic status, age, mental or physical disability, political opinions or affiliations. Such actions shall include but not be limited to the following: a. Employment b. Upgrading c. Demotion or Transfer d. Recruitment and Advertising e. Layoff or Termination f Rates of Pay or Other Forms of Compensation g. Selection for Training Including Apprenticeship 2. The contractor, subcontractor, vendor and supplier of goods and services will, in all solicitations or advertisements for employees, state that all qualified applicants will receive consideration for employment without regard to race creed, color, sex, national origin, religion, economic status, age, mental or physical disabilities, political opinion or affiliations. 3. The contractor, subcontractor, vendor and supplier or his/her collective bargaining representative will send to each labor union or representative of workers which he/she has a collective bargaining agreement or other contract or understanding a notice advising said labor union or workers' representative of the contractor's commitment under this section. 4. The contractor, subcontractor, vendor and supplier of goods and services will comply with all published rules, regulations, directives, and order of the City of Waterloo Affirmative Action Program Contract Compliance Provisions. 5. The contractor, subcontractor, vendor and supplier of goods and services will furnish and file compliance reports within such time and upon such forms as provided by the Affirmative Action Officer. Said forms will elicit information as to the policies, procedures, patterns, and practices of each subcontractor as well as the contractor himself/herself and said contractor, subcontractor, vendor and supplier will permit access to his/her employment books, records and accounts to the City's Affirmative Action Officer, for the purpose of investigation to ascertain compliance with this contract and with rules and regulations of the City's Affirmative Action Program Contract Compliance Provisions relative to Resolution No. 24664. 6. In the event of the contractor's non-compliance with the non-discrimination clauses of this contract or with any of such rules, regulations and orders, this contract may be canceled, terminated or suspended in whole or in part and the contractor may be declared ineligible for further contracts in accordance with procedures authorized by the City Council. EQUAL OPPORTUNITY CLAUSE Section EOC-1 4463.016/City Contract No. 1067 7 The contractor, subcontractor, vendor and supplier of goods and services will include, or incorporate by reference, the provisions of the non-discrimination clause in every contract, subcontract or purchase order unless exempted by the rules, regulations or orders of the City's Affirmative Action Program, and will provide in every subcontract, or purchase order that said provisions will be binding upon each contractor, subcontractor, or supplier. 8. We, the undersigned, recognize that we are morally and legally committed to non-discrimination in employment. Any person who applies for employment with our company will not be discriminated against because of race, creed, color, sex, national origin, economic status, age, mental or physical disabilities. (Signed) (Appropria e Official) NE Region President (Title) 8/4/2022 (Date) END OF SECTION EQUAL OPPORTUNITY CLAUSE Section EOC-2 4463.016/City Contract No. 1067 TITLE VI CIVIL RIGHTS During the performance of this contract, the contractor (for itself), its assignees, and successors in interest (hereinafter referred to as the `contractor") agrees as follows: 1. Compliance with Regulations: The contractor shall comply with the Regulations relative to non-discrimination in Federally assisted programs of the DOT Title 49, Code of Federal Regulations, Part 21, as they may be amended from time to time, (hereinafter referred to as the Regulations), which are herein incorporated by reference and made a part of this contract. 2. Nondiscrimination: The contractor, with regard to the work performed by it during the contract, shall not discriminate on the grounds of race, color, national origin, sex, age, or disability in the selection and retention of subcontractors, including procurement of materials and leases of equipment. The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5 of the Regulations, including employment practices when the contract covers a program set forth in Appendix B of the Regulations. 3. Solicitations for Subcontracts, Including Procurement of Materials and Equipment: In all solicitations either by competitive bidding or negotiation made by the contractor for work to be performed under a subcontract, including procurement of materials or leases of equipment, each potential subcontractor or supplier shall be notified by the contractor of the contractor's obligations under this contract and the Regulations relative to non-discrimination on the grounds of race, color, national origin, sex, age, or disability. 4. Information and Reports: The contractor shall provide all information and reports required by the Regulations or directives issued pursuant there to, and shall allow access to its books, records, accounts, other sources of information, and its facilities as may be determined by the Contracting Authority, the Iowa DOT, or FHWA to be pertinent to ascertain compliance with such Regulations, orders and instructions. Where any information required of a contractor is in the exclusive possession of another who fails or refuses to furnish this information the contractor shall so certify to the Contracting Authority, the Iowa DOT, or the FHWA as appropriate, and shall set forth what efforts it has made to obtain the information. 5. Sanctions for Noncompliance: In the event of the contractor's noncompliance with the nondiscrimination provisions of this contract, the Contracting Authority, the Iowa DOT, or the FHWA shall impose such contract sanctions as they may determine to be appropriate, including, but not limited to: a. Withholding of payments to the contractor under the contract until the contractor complies, and/or b. Cancellation, termination, or suspension of the contract, in whole or in part. 6. Incorporation of Provisions: The contractor shall include the provisions of paragraphs (1) through (6) in every subcontract, including procurement of materials and leases of equipment, unless exempt by the Regulations, or directives issued pursuant thereto. The contractor shall take such action with respect to any subcontract or procurement as the Contracting Authority, the Iowa DOT, or the FHWA may direct as a means of enforcing such provisions including sanctions for non-compliance: Provided, however, that, in the event of a contractor becomes involved in, or it threatened with litigation with a subcontractor or supplier as a result of such direction, the contractor may request the Contracting Authority or the Iowa DOT to enter into such litigation to protect the interests of the Contracting Authority or the Iowa DOT; and, in addition, the contractor may request the United States to enter into such litigation to protect the interest of the United States. TITLE VI CIVIL RIGHTS Section CR-1 4463.016/City Contract No. 1067 Revised February 2003 CONTRACTOR'S OR SUBCONTRACTOR'S AFFIRMATIVE ACTION PROGRAM Check box that applies to party completing program: ( X ) General Contractor ( ) Subcontractor I. Section A to be completed by GENERAL CONTRACTORS only: A. Name of Company Woodruff Construction, Inc. 1890 Kountry Lane Address of Company Fort Dodge, IA Zip 50501 Telephone Number ( 515 ) 576-1118 Federal ID Number (if no Federal ID Number, Owner/President's Social Security Number) 76-0721180 Name of Equal Employment Officer Sara Orr Name of Project FY 2023 WWTP Final Clarifier No. 3 Rehab Project Contract Number 4463.016/City Coniraci No. 1007 Estimated Construction Work Dates Start Finish Section B to be completed by SUBCONTRACTORS only: B. Name of General or Prime Contractor Name of Subcontractor Subcontractor's Address Zip Subcontractor's Telephone Number ( ) Subcontractor's Federal ID Number (if no Federal ID Number Owner/President's Social Security Number) Name of Equal Employment Officer AFFIRMATIVE ACTION Section AA-1 4463.016/City Contract No. 1067 C. Remainder of program to be completed by party completing program, either Prime or Subcontractor. 1 The Owners and/or Principals of your company: Name Don Woodruff Address Position Fort Dodge, IA President Ethnic Sex Origin Jason Rechkemmer Ames, IA COO John Mallen Fort Dodge, IA NE Region President 2. Other Areas of Interest: If your company has branches or subsidiaries, or if your company is a branch or subsidiary of a parent organization, give the following information: Type of Name Address Affiliation Degree WOODRUFF MAINTAINS OFFICES IN FORT DODGE, AMES, TIFFIN, AND WATERLOO, IA. II. EMPLOYER'S POLICY (Please read carefully.) A. We, the undersigned, recognize that we are morally and legally committed to nondiscrimination in employment. Any person who applies for employment with our company will not be discriminated against because of race, color, creed, sex, national origin, economic status, age, mental or physical handicap. B. The employment policies and practices of the undersigned are to recruit and hire employees without discrimination, and to treat them equally with respect to compensation and opportunities for advancement, including training, upgrading, promotion, and transfer. However, we realize the inequities associated with employment training, upgrading, contracting and subcontracting for minorities and women and we will direct our efforts to correcting any deficiencies to the maximum extent possible. The same will be required of our SUBCONTRACTORS and suppliers. C. We submit this program to assure compliance with Executive Order 11246, as amended, and other subsequent orders that may pertain to equal employment opportunity and merit employment policies, fully realizing that our qualification and/or merit system should be evaluated and revised, if necessary. D. We agree to put forth the maximum effort to achieve full employment and utilization of capabilities and productivity of all our citizens without regard to race, creed, color, sex, national origin, economic status, age, and mental or physical handicap. AFFIRMATIVE ACTION Section AA-2 4463.016/City Contract No. 1067 E. Woodruff Construction, Inc. will give training (Name of Company) and employment opportunities to local residents of Waterloo, Iowa, to the greatest extent feasible. III. AFFIRMATIVE ACTION A. B. C. Woodruff Construction, Inc. recognizes that the (Name of Company) effective application of a policy of merit employment involves more than just a policy statement, and Woodruff Construction, Inc. (Name of Company) will therefore re-evaluate our Affirmative Action Program to ensure that equal employment opportunities are available on the basis of individual merit, and to actively encourage minorities, women and local residents to seek employment with our company on this basis. Woodruff Construction, Inc. (Name of Company) following six (6) steps to improve our Affirmative Action Program: will undertake the 1. Minority Recruitment and Employment; 2. Local Recruitment and Employment; 3. Disabled Veteran and Vietnam Era Veteran Recruitment and Employment; 4. Handicapped Recruitment and Employment; 5. Female Recruitment and Employment; and 6. Training, Upgrading and Promotional Opportunities. Woodruff Construction, Inc. will take (Name of Company) whatever steps are necessary to ensure that our total work force has adequate minority, female, and local representation. We will utilize the following methods in our recruitment attempts: 1. Local advertising media (newspapers, radio, TV); 2. Community organizations (churches, clubs, schools); 3. Public and private institutions in the area (UNI, Hawkeye Community College); 4. Job Service of Iowa; and 5. Other. D. Woodruff Construction, Inc. will seek qualified minority, (Name of Company) female, and local group applicants for all job categories and will make asserted efforts to increase minority female and group representation in occupations at the higher levels or skill and responsibility. E. All sources of employment used shall be aware that we are an Equal Employment Opportunity Employer. Labor organizations representing our employees will be notified of our Equal Employment Opportunity Policy and Affirmative Action Program. AFFIRMATIVE ACTION Section AA-3 4463.016/City Contract No. 1067 F Training, upgrading, promotion and transfer activities at all levels will be monitored to ensure that full consideration has been given to qualified minority, female, and local group employees. G. Woodruff Construction, Inc. will encourage other (Name of Company) companies with whom we are associated and/or do business, to do the same and we will assist them in their efforts. H Woodruff Construction, Inc. has taken the following (Name of Company) Affirmative Action to ensure that minority, female, local contractors and/or suppliers were provided opportunities to negotiate and/or bid on this project: (if none, write "NONE") 1. 2. BID INVITATIONS SENT FOLLOW UP CALLS MADE I. As a result of the above efforts, we have involved minority, female, and local contractors and/or suppliers in the following areas of subcontracting: (if none, write "NONE") 1. 2. 0 ow Novi J. Woodruff Construction, Inc. will require approved (Name of Company) Affirmative Action Programs from all nonexempt contractors who propose to work on this project and will take whatever steps are necessary to ensure that non -minority contractors have adequate representation of minority, female and local persons in their total work force. K. In further accordance with rules and guidelines issued pursuant to Executive Order 11246 as amended we establish the goals for our company, based on parity percentages supplied by the City, and we realize these goals will be reviewed on an annual basis. L. Woodruff Construction, Inc. will keep records of (Name of Company) specific actions relative to recruitment, employment, training, upgrading and promotion and will provide the City of Waterloo with any information relative to same, including activities of our SUBCONTRACTORS and suppliers as necessary or when requested. M Parity figures for companies located in Waterloo are as follows: Minority Parity = .08 (8%) N Woodruff Construction, Inc. Affirmative Action (Name of Company) AFFIRMATIVE ACTION Section AA-4 4463.016/City Contract No. 1067 Employment Goals: The definition of Affirmative Action Goals is as follows: "Goals may not be rigid and inflexible quotas which must be met, but must be targets, reasonably attainable by means of applying every good faith effort to make all aspects of the entire Affirmative Action Program work." For the year 202 2, please submit percentage targets for employing minorities and women. If you already have reached your target for hiring minorities and women, please submit that percentage. *Goals for Minorities: Goals for Women: Oh °/a *Your affirmative action goals should be between 1 % and 10% or more for minorities and 1 % and 5% or more for women. Please be advised that the goals or targets are purely your estimation of how many women and minorities your company can reasonably expect to hire in 2022. Note, that none of the goals are rigid or inflexible. They are targets that your company calculates as reasonably attainable. This will help the City in its monitoring procedures as required by City of Waterloo Resolution No. 1984-142(4). AFFIRMATIVE ACTION Section AA-5 4463.016/City Contract No. 1067 CONTRACTOR'S TOTAL WORK FORCE (WATERLOO) NAME AND ADDRESS JOB CATEGORY RACE SEX HOURLY WAGE : PA G 7 �` 19 e= N XT INDICATE: DISABLED VETERAN: DV VIETNAM ERA VETERAN: W HANDICAPPED: H AFFIRMATIVE ACTION Section AA-6 4463.016/City Contract No. 1067 Sex Race City State ZIP Code Position M H WFRSTER CITY IA 50595 Craft Worker H NEVADA IA 50201 Craft Worker M F W TIFFIN IA 52340 Administrative M H IOWA CI1Y IA 52240 Craft Worker W AMES IA 50014 Administrative IA 50201 Administrative F W NEVADA f W GOWRIE IA 50543 Administrative W IA 50501 Administrative F FORT DODGE F W DES MOINES IA 50309 Administrative F W IOWA CITY IA 52240 Manager M H AMES IA 50010 Craft Worker M H MT PLEASANT lA 52641 Craft Worker F W NORTH LIBERTY IA 52317 Manager M H IOWA CITY IA 52240 Craft Worker M H MARSHALL I'OWN IA 50158 Craft Worker M H AMES IA 50010 Craft Worker M H BOONE IA 50036 Craft Worker M H ELLSWORTI I IA 50075 Craft Worker F W WATERLOO IA 50701 Administrative F W AMES IA 50014 Manager M B FORT DODGE IA 50501. Laborer M H AMES IA 50010 Craft Worker M H BOONE IA 50036 Craft Worker M H MARSHALLTOWN IA SO158 Craft Worker M H NEVADA IA 50201 Craft Worker M H AMFS IA 50010 Craft Worker M H DES MOINES IA 50313 Craft Worker We hereby certify that we are in compliance with all City and Federal Affirmative Action Regulations and agree to accept all liability for failure to comply. Respectfully submitted, John Mallen By: NE Region President Com any Executive 8/4/2022 Date Sara Orr By:Q.�v Human Resources Director Equal Employment Opportunity Officer 8/4/2022 Date City of Waterloo Affirmative Action Officer Approved Disapproved Reason: By: Date: END OF SECTION AFFIRMATIVE ACTION Section AA-7 4463.016/City Contract No. 1067 DESCRIPTION OF JOB CATEGORIES 1 Officials/Manager: Occupations in which employees set broad policies, exercise overall responsibility for execution of all policies, or direct individual departments or special phases of the agency s operations or provide specialized consultation on a regional, district or area basis. Includes: department heads, bureau chiefs, division chiefs, directors, deputy directors, controllers, examiners, wardens superintendents, unit supervisors, sheriffs, police and fire chiefs and inspectors and kindred workers. 2. Professionals: Occupations which require specialized and theoretical knowledge which is usually required through college training or thorough work experience and other training which provides comparable knowledge. Includes personnel and labor relations workers, social workers, doctors, psychologists, registered nurses, economists, dietitians, lawyers, system analysts, accountants, engineers, employment and vocational rehabilitation counselors, teachers or instructors, police and fire captains and lieutenants and kindred workers. 3. Technicians: Occupations which require a combination of basic scientific or technical knowledge and manual skill which can be obtained through specialized post -secondary school education and through equivalent on-the-job training. Includes: computer programmers and operations draftsmen, surveyors, licensed practical nurses, photographs, radio operators, technical illustrators, police and fire sergeants and kindred workers. 4. Office/Clerical: Workers are responsible for internal and external communication, recording and retrieval of data and/or information and other paper work required in an office. Includes: bookkeepers, messengers, office machine operators, clerk -typists, stenographers, court transcribers, hearing reporters, statistical clerks, dispatchers, license distributors, payroll clerks and kindred workers. 5. Skilled Craft Workers: Workers perform jobs which require special manual skill and a thorough and comprehensive knowledge of the processes involved in the work which is acquired through on-the-job training programs. Includes: Mechanics and repairman, electricians, heavy equipment operators, stationary engineers, skilled machine occupations, carpenters, compositors and typesetters and kindred workers. 6. Sales Workers: Occupations engaging wholly and primarily in direct selling. Includes: advertising agents and salesman, insurance agents and brokers, real estate agents and brokers, stock and bond salesmen, demonstrators, salesmen and sales clerks, grocery clerks and cashier checkers, and kindred workers. 7 Operatives (semi -skilled): Workers who operate machine or processing equipment or perform other factory -type duties of intermediate skill level which can be mastered in a few weeks and require only limited training. Includes: apprentices (auto mechanics), plumbers, building trades, metal working trades, bricklayers, carpenters, electricians, machinists, mechanics, printing trades, etc., operatives, attendants (auto service and parking), plasterers, chauffeurs, deliverymen and furnacemen, heaters (metal), laundry and dry cleaning operatives, milliners, mine operatives and laborers, motormen, oilers and greasers, (except auto painters), (except construction and maintenance), photographic process workers, stationary fireman, truck and tractor drivers, weavers, (textile), welders and flame cutters and kindred workers. AFFIRMATIVE ACTION Section AA-8 4463.016/City Contract No. 1067 8. Laborers (unskilled): Workers in manual occupations which generally require no special training. Perform elementary duties that may be learned in few days and require the application of little or no independent judgment. Includes: garage laborers, car washers and greasers, gardeners (except farm) and groundskeepers, longshoremen, and stevedores, lumbermen, craftsmen and woodchoppers, laborers performing lifting, digging, mixing, loading and pulling operations and kindred workers. 9. Apprentices: Persons employed in a program including work training and related instruction to learn a trade or craft which is traditionally an apprenticeship, regardless of whether the program is registered with a Federal or State agency. 10. Trainees (on-the-job): Production... persons in formal training for craftsmen when not trained under apprentice programs --operative laborer, and service occupations. White Collar. . . persons engaged in formal training for clerical, managerial, professional, technical, sales, office and clerical occupations. END OF SECTION AFFIRMATIVE ACTION Section AA-9 4463.016/City Contract No. 1067 ITEMS OF POTENTIAL MBE/WBE PARTICIPATION NOTICE TO PROSPECTIVE BIDDERS: The following are items from F.Y. 2023 Wastewater Treatment Plant Final Clarifier No. 3 Rehabilitation, City Contract No. 1067 that have a potential for MBE/WBE Participation. This listing, however, is not intended to be all encompassing; to preclude MBE/WBE Contractors from bidding on any items of the Proposal as a Subcontractor or the entire Proposal as a Prime Contractor. ITEM BID DESCRIPTION UNIT EST. QTY. 1 ALL WORK DESCRIBED LS 1.00 MBE/WBE GOALS FOR THIS PROJECT IMPORTANT: Prime Contract Bidders should be aware that ten percent (10%) MBE goal and a two percent (2%) WBE goal is attached to this project. "Certified Return Receipt" letters are no longer needed with the bid showing proof of contacting MBE or WBE Subcontractors, but the Pre -Bid Contact Information Form must be filled out completely. City of Waterloo Contract Compliance Officer: Contract Compliance Officer Community Development Board Carnegie Annex, Suite 202 620 Mulberry Street Waterloo, IA 50703 Phone: (319) 291-4429 ITEMS OF POTENTIAL Section M-1 MBE-WBE PARTICIPATION 4463.016/City Contract No. 1067 4463.016/City Contract No. 0 (3 71 -0 'Q CD 0 0-s C 0 OOCE�Z00 m n 0rwDt0_° 0 o- 00 0 8 v S m op CD m __CD 0 . • oz (D90�0_ -n 000 a) o O —0 00 0 0 0 CD 0 0 5. N o h 0 < (0 D cn 0 ,� —I (D O. 0 D O O 0,(111.0yC Tl CT CD 0 O * D (D O O -o D o f- - � �-1 .0 D- cn CO O o'0- --- a.0 Z mQ'0vw U)-I •a a) c = C o0 •o 0 000wp 0 O 0� 0 a) z -s o Q o. a't30 0° -0 o_ — 0 -0 a) (DD D. a O CDt- r—. � CD ° • M0 ;.g O �CO D- mw CO m~0 0 * 0 cn ;- rt. co =-actin 0 v 0 w �- 3 -e--4: m.s. 3' a) �0 =-. I-- 00m co 00M0 cn. 0N CO 0 0 =. m : _CP-s0 o co303 ov(7)'Q- 00al. 0 < D 0 3 a. (n (n 0 C r-.- 0 (n 0_ C) c 0- 0 5' O o o -O 0'Ui �` Q r-+- �_CD_ 0 a)0--,1 o- (D (D 5-W uoi.oas saj sio;oei;uoogns 0 O -{ <D D- 0 C) —o O (D 0-0 rD0 O O CD 0 : 0 al (1)ocDoh 0 0 0 ° ODo -h O 0 0 0 _h mQ0-1 CD S-•0 cr = O 0 C CL 1-4 CAD � O {w m*cn • O 0 W (OD • CD sv r-i- n\ 0 0 n • n • 0 0 CO ai v 0 0 0 0 0 : 0 CO 0 � 3 m W sv m CT O- 0 0 . � 0 C 0 -o --h o 0 cn o- sv o -O sh O 0- cn 0_ 0 Z m oa 70 Z CO o m mo-m a.• Q n C 0 C) 0 0• Oz cr0 o D-t, *�n 10 --i Q O z 0 Q O 0 -, 0- vaO Z o c O cy- ZDI 13 0 0 O-0 O D c _a R• < 0 `< Q co O 0 -;m 2 o. co m 0) (n 0 r 0) 0 Q 0 0 v (n 0 0) 0 0 Q 5' 0 c o_ 0 C- SD 0 0 0 O O fl:0 0 * D • i 0 0 0_ o n Qo ' SDO Q< Q O 741 -0 0 0) 3 o 0 0 CO m p ! BO BJ cc) v rt 0 0 cn 0 Q. 0 0 0 0 0_ --sh 0 3 co 03 rt a) 0- 0 0 0) -0 0 cn 0 m 0 DJ m3 0 0 Fri o s* 5 0) o c o 3 D 0 0 0 n. c (n a) 0 3 v << 1/1 03 m CO cn U) m z m 0) m 0 0 m 0 z 0 0 -n 0 v 0 0 0 0 0 w o 0) 0 (n v 0 CO m 00 CT C O CD O cn 0 v 0 0 0 C 0 Q r,. cr 0 3 5" C 0 0) CO m CO 0) 0) 0 a) 0 0 rt CD _-ti 0 v 3 v 0 (D cQ 0 0 3 r,- (0 0 0 C C(D 0- D 0 0' o r-t- (I) • = 05� a 0 a) O n- -, 0 �* O 0 O 0 o 0- U) 0 0 .0 o* • D 0 W crt (D C 0-00 o(,0. m << n o 0 atr0 0cu (7)'0 C • -� • o O- O 0 (alj� O C < C memo_ C) o_ ✓ CD 0 0 0Q0 (0 0 (D c 1 D- CD CD C0 rt-v C y� 0 512, 0_ W-CD CD CD O-» CO m0co CO n op m m O 0 Co r± CD m sv o- D 0 W. O D O 0 con Cr 000 0 0 O 0 (0 (n � Cf� _ 0_ CU O m mm 0 m O c (--) Co Oz • m 70 Co 0 m • z am oU o N U) • m -0 -0 0 � (vm O 6, 0 0 0 0 I-4- O -. o z o O • 73 `+ D up C 0 7z a c• m O 0 _0) cn C C 0- 3 o D r"▪ -Q oy o 0� 0 a N o-0 Qo 0 sv o o o Q sv-0 iZ 0 v 0 0_ 3 -a o 0 c Q o iz 3. _, 3 0 CD O C -O C] cc000 tea,-I0 Q 0 W 0 Q 0. 0 0 0- ,.. Cl-. -- -- O CD 0 0 0000 D CD O a 0 0 (D C O 0 Cr (i) Q F O ,, r-• -t- 0" i O rn :-QElo o (n 0 0 tio 0 8o 0 0 0Q0o zco o0 co * o y rn Qvvji n a'0 0-1co CD Cro0 z nilz 0 0_ O C �v00 XU) �n"p-Q 0 0 E z 0 0. 0 -1 to zrn m m 0 a) - CO 0m � mm g-o C �m" co Z (n wCO Mcr 1rn 0 70 (0 0 0" u) cn w D. C _. 0 0 o(00 —I sv0)CD O = 0 (v z o 5.0 CA � 0� v < o 0 0 <" E. o'0 CD (n-•r* o (n 0 -41 Qn 0 %1 o--3- r+ o o. � 2v0 0 S o v 0v 0. O 0-8 : 0) 0 opei;uoo a Youngslut Contracting OEL Construction Quotes Received Quotation used in bid itra J J \\\\ N N J C51 \ \ N N N N J J N N J Ol \ \ N N N N Dates Contacted z d a 0 0 Contacted Yes/No t a � 4:) 0 C% C7,. r. 3 9e. Pe sne 39M/381N dO 318Vl 0 C,.< 0 CO-''o -� 0 c v N 5-1- al 9 0 o h m y Q. D a) c �. 0- (D -, (nQ @Da o • (D o O. —. D- a o 0 c� Q of 000 L a O 'rt 0 _1 CD Q� 0 o O o � me� -co COa CD O CD CO D M O30 m �m -0(.P 0 c 5• ,Thca 0 (n O O w u) (D Q C, (n ,-,. (D - m O (n 0- '� c —• -I O c < Q a) � 0 CD co CD ,-r• co 0 0 0 vu) 00� 0u, nS <o (D (v . (0 (0 0 (D O 0 CD 0 5 0 0. o w c 0 v3 0<—0, rt CD n --h (v n- ,-,- O O CD rt O CD 0 Q e- (n 0- orD 0 o� C.a0 0 O CD CD -. CD a)o -* 0 TI • CD CD Q cn O (o 5' 0 o (o o 3 - 0 • (D s) o 0 (o rt 0 t< v 9 o o p -s 0 O CO 0 0 O W 0 0' m * 0 CO iv --h E r'' 0 CD -S 5. O OD CD o * h m v o 3 0 (D a) 0 -0 W (D CO (n. (1) 0 o D C� r O 0 0 v `< O 0 0 0 .0 m CO 0 m 0 Oc 0' O O H O (.Oo (n 0 Q CD 0 O 1 0" Q (n C 0- <' (n 0 D- :' 0 v 5. (7)' 0 c 0 O (D 0 0 , 0 c 0 (n (n O a 0- 0_ 0 D Co re 0 v (D c =s Q 0 Q (D O 1 0 c 0- 0 0 0 (n (D 0 <13 -O 0 (D Bt. -0 O-, (D (D 5' 0 0 o' 0 0 (n 5' (0 Contractor Signature: w 0 W ,-m c o m : 0) v CO Pf. O 0 0 Z "11 CD �' O Z -0 O O CD c 0 0) CD D CO CO En CO rn rn a 0- o o O o ST) al O O o • 0 co 9 m ri- 0 Q.. � � 0 0 C (n o O - D- (Q. O o 0 0 O 0 O D v O 0 o --h 0 O• 0 0 x v 0 o' 0 quepzsa.zd CO O Prime Contractor Name: ;nzpoom O 0) 0 O Project: 4463.016/ City Contract No. "O67 Letting Date: m 1 w 10V1N O0 0 U&O.ii NCIIIVU JOZIN Sfl8 38M/331N m cn cn Z m cn m BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, Woodruff Construction, 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 the 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 4th day of August , 20 22 , for F.Y. 2023 Wastewater Treatment Plant Final Clarifier No. 3 Rehabilitation, Contract No. 1067, Waterloo, Iowa . 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 1st day of August , A.D. 20 22 . Woodruff Construction, Inc. Liberty Mutual Insurance Company S u ret�r By� I Attorney -in- Ct Stacy Venn (Seal) i\)k (Seal) BID BOND Section BB-1 4463.016/City Contract No. 1067 vi a a) c +J • 0)buCt 0— -(0 > a)> a) _-a c V1 O aj O • Q) O {� c� a) +-1 as 4-1 ) o(0 a >0) 0 • '-' Z Liberty Mutual® SURETY This Po\Aer of Attorney limits the acts of those named herein, and they have no authority to bind the Corrpany 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 Olio Casualty Insurance Corrpany is a corporation duly organized under the'ays of the State of New Harrp3hire, that Liberty Mitual Insurance Company is a corporation duy organized under the lays of the State of Massachusetts, and West American Insurance Corrpary is a corporation duly organized under the laves of the State of Irxiana (herein collectively called the 'Companies), pursuant to and by authoiry herein set forth does hereby narre, constitute and app inti Anne Crowner, Brian M. Deirnerly, Cindy Bennett, Craig E. Hansen, Dione R. Young, Jay D. Freiermuth, Seth D. Rooker, Stacie Christensen, Stacy Venn, Tim McCulloh Certificate No: 8205943-190056 all of the city of Waukee state of IA each individually if there be rrore than one named, its true and lawful attorney -in -fact to crake, execute, seal, admanledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recogryzances aril other surety obligations, in pusuance of these presents and shall be as binding upon the Coaparies as if they have been duly signed by the president and attested by the secretary of the Companies in their oAn proper persons. IN WITNESS WHEREOF, this POAer of Attorney has been subscribed by an authorized officer or official of the Corrpanies and the corporate seals of the Companies have been affixed thereto this 13th thy of July , 2021 . B State of PENNSYLVANA County of MONTGOME RY ss On this 13th day of J my , 2021 before rre personally appeared David M Carey, ‘Aho acknoAtedged hirrself to be the Assistant Secretary of Liberty Mitual Instrance Corrpany, The Olio Casualty Corrpary, and West Arrerican Insurance Company, and that he, as such being autlxxized so to do, execute the foregoing instrument for the puposes therein contained by signirg on behalf of the corporations bj himself as a duly authorized officer. IN WITNESS WHEREOF, I have hereunto subscribed ny narre and affixed rry notarial seal at Kirg of Prussia, Perrsylvania, on the day and year first above mitten Liberty NArbual Insurance Coapary The Ohio Casualty Insurance Company WestAn-ericanIssuance Company Common•,tieal h of Pennsytvania - Notary Seal Teresa Pastella, Notary Public Montgomery County My commission expires March 28, 2025 Commission number 1126044 Member, Pennsylvania Association of Notaries David M Carey, Assistant Secretary B y: iptaa eresa Pastella, Notary Public This Paner of Attorney is Trade and executed pursuant to and by authority of the fdloAirg By-laws and Authorizations of The Ohio Casualty Insurance Coapary, Liberty Ritual Insurance Coapary, and West Arrerican Irsuarce Conparry nnhich resdudons are now tn fit fare and effect reading as folloAs: ARTICLE IV " OFFICERS: Section 12. Paner of Attorney. Any officer or other official of the Corporation authorized for that purpose in v,ritirg bj the Chaimnan or the President, and subject to such limitation as the Chairman or the President rray prescribe, shall appoint such attorneys -in -fact; as may be necessary to act in behalf of the Corporation to make, execute, seal, acknoAledge and deliver as surety any and all undertakings, bonds, recogrizances and otter surety obligations. Such attorneys -in -fact subject to the 'irritations set forth in their respective pavers of attorney, shall have full parer 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 biting as if signed by the President and attested to by the Secretary. Any parer or authority graved to ary representative or attorney -in -fact under the provisions of this article rray be revoked at ary tirre by the Boar( the Chairman, the President or ty the officer or officers grarnirg such poser or authority. ARTICLE XIII - Execution of Contracts: Section 5. Surety Bonds and Undertakings. Any officer of the Corrpary authorized for that purpose in tnriting by the chairman or the president, and abject to such 'irritations as the chairman or the president rray prescribe, shall appoint such attorneys -in -face* as rray be necessary to act in behalf of the Company to make, execute, seal, acknaniedge and delver as surety any and all undertakings, bonds, recognzarces and other surety obligations. Such attorneys -in -fact subject to the limitations set forth in their respective pones of attorney, shall have full paver to bind the Company by their signature and execution of ary such instruments and to attach thereto the seal of the Conparrj. When so executed such instrurernts shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation - The President of the Corrpary, actirg pursuant to the Bylaws of the Corrpary, authorizes David M Carey, Assistant Secretary to appoint such attorneys -in - fact as rray be necessary to act on behalf of the Company to make, execute, seal, acknanlecge and deliver as surety any and all undertakdrgs, bonds, recognrzarces and other surety obligations. Authorization - By unanimous consent of the Coaparys Board of Directors, the Corrpany consents that facsimile or mechanically reproduced signature of any assistant secretary of the Corrpary, wherever appearing upon a certified copy of ary parer cf attorney issued by the Corrpary in correction Wth surety bonds, shall be valid and b incirg Lyon the Corrpary Wth the sarm force and effect as though manually affixed t< Renee C. Llevnellyn the undersigned( Assistant Secretary, The Olio Casualty Insurance Company, Liberty Mutual Insurance Corrpany, and West American Insurance Corrpany do hereby cerIN that the original paver of attorney of which the foregdrg is a full, true and correct copy of the Posner ofAttamey executed by said Corrpanies, is in full force and effect and has not been revoked IN TESTIMONY WHEREOF, I have hereunto set rry hand and affixed the seals of said Corrpanies this 1st day of August , 2022 ai o 'L v- C o%, 0o 0 ro >cc a.O >.— C t6 L EO Q) Q o O 0 Oco cN 00 co cCO c13 o▪ cu U oa) oo o . n crs _ LI.Q By: Renee C. Llevtellyr< Assistant Secretary LMS-12873 LMIC OCIC WAIC Multi Co 0221