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