Loading...
HomeMy WebLinkAboutWoodruff ConstructionA f ! • lt WOODRUFF CONSTRUCTION 1717 Falls Ave I Waterloo, IA 50701 Bid Date: 10/26/2023 BID SECURITY for: F.Y. 2024 Byrnes Aquatic Center Prepared for: City of Waterloo 715 Mulberry Street Waterloo, IA 50703 WOODRUFF CONSTRUCTION ‘‘hhik 1717 Falls Ave I Waterloo, IA 50701 Bid Date: 10/26/2023 BID for: F.Y. 2024 Byrnes Aquatic Center Prepared for: City of Waterloo 715 Mulberry Street Waterloo, IA 50703 FORM OF BID OR PROPOSAL FY 2024 BYRNES AQUATIC CENTER CONTRACT NO. 1077 CITY OF WATERLOO, IOWA Honorable Mayor and City Council Waterloo, Iowa Gentlemen: 1. The undersigned, being a Corporation existing under the laws of the State of Iowa , a Partnership consisting of the following partners: Jason Rechkemmer having familiarized himself (themselves) (itself) with the existing conditions on the project area affecting the cost of the work, and with all the contract documents listed in the Table of Contents and Addenda (if any), as prepared by the City Engineer of the City of Waterloo now on file in the office of the City Clerk, City Hall, Waterloo, Iowa, hereby proposes to furnish all supervision, technical personnel,labor, materials,machinery,tools,appurtenances,equipment,and services, including utility and transportation services required to construct and complete this FY 2024 BYRNES AQUATIC CENTER, contract no. 1077 all in accordance with the above-listed documents and for the unit prices for work in place for the following items and quantities: FY 2024 BYRNES AQUATIC CENTER CONTRACT NO. 1077 ALTERN TOTAL ITEM ITEM UNIT EST.QTY UNIT BID TOTAL EST.QTY ALTERN NO. PRICE BASE BID BID PRICE PRICE 1 TOPSOIL,CONTRACTOR PROVIDED CY 100 441. Ti cb9INV,Od 2 TOPSOIL,ON SITE CY 1600 in.iota 4( n ,6?1 3 EXCAVATION, CLASS 10 CY 4540 qu).gs t04,4 111.00 4 SUBGRADE PREPARATION,6 IN. SY 466 ctr 00\ $So1 q4 5 SUBBASE, MODIFIED 4IN. SY 640 i(ei5'1 mi $� 6 SUBBASE, MODIFIED 6 IN. SY 2657 (t- Lto s 42. 7 SANITARY SEWER SERVICE,4 IN.,PVC LF 0 � ,�© 0 194 $ ,00 ��� 8 SANITARY SEWER SERVICE,6 IN., PVC LF 101 ,L12 ,-1 �y130 (p7 259 1' 53 r 05/ 9 SANITARY SEWER SERVICE,8 IN.,PVC LF 453 , 7-7 $161;3Q"7 Jt -453 _*Hi 9-7 ,g1 REMOVAL OF SANITARY SEWER, LESS 10 THAN 36" LF 127 ` 13.)3 $4,0.61 11 SANITARY SEWER CLEANOUT EA 1 $V�w.i:D $31g30 b© SANITARY SEWER ABANDONMENT, 12 PLUG EA 2 $1, I/ 9,, $3t2g ,co STORM SEWER,TRENCHED,HDPE, 10 13 IN. LF 352 A5a.53 4l$f49©•cit4 ST14 NORM SEWER,TRENCHED,HDPE, 12 LF 460 t 5L cW c 'nN ob 15 STORM SEWER,TRENCHED, RCP, 15 IN. LF 306 / ! 90g5,Z2 16 TRENCH DRAIN,VARIABLE DEPTH LF 50 $110'15 4 1,5539.00 FORM OF BID FB-1 of 5 FY 2024 Byrnes Aquatic Center City Contract No.1077 Waterloo,Iowa 1 TOTAL UNIT BID BASE BID ALT.EST. TOTAL ALT. PRICE PRICE QN BID PRICE REMOVAL OF STORM SEWER PIPE, 17 LESS THAN 36" LF 257 i0),i3 �3t371i,L'1I CONNECTION TO EXISTING MANHOLE 18 OR INTAKE EACH 2 �2 i jg$, c $419'•11.Co 19 15"RCP APRON 4030.222 EACH 1 11.01-1) p 4 to-fl.0 20 RCP APRON FOOTINGS 4030.221 EACH 1 t1 Ip°lyi $1 1 a t1 gyp 21 SUBDRAIN,6 IN. DIA.TYPE SP LF 537 +6 11) c6'SI g,11 22 SUBDRAIN OUTLETS,4040.233 EACH 7 A'(014 $+)'tjg €$ WATER FITTING,2 IN 45 DEGREE 23 ELBOW EACH 4 Ai/VP-CIS VW?,W WATER 24 ELBOW FITTING,4 IN 11.25 DEGREE EACH 3 c1l 01413331 �9q WATER FITTING,4 IN 45 DEGREE 25 ELBOW EACH 7 $iI l014 i 43 CVO o.,of 26 WATER FITTING,2 IN.TO 4 IN.REDUCER EACH 1 ) j/CO 41)16/-) OL` WATER FITTING,2.5 IN.TO 4 IN. 27 REDUCER EACH 0 $11(Av.CO 0 1 sItlAt" ( ! 28 WATERMAIN FITTINGS 4X4X4 IN.TEE EACH 2 $1)019.50 2, $ci.Co 29 WATER SERVICE,3/4 IN.COPPER LF 450 1S 7j `dli0,71O.cv 30 WATER SERVICE,2 IN.COPPER LF 20 15(0,10 $f j 38, 31 WATER SERVICE,4 IN. DIP LF 4231111 $33,11S1 .24 32 WATERMAIN REMOVAL LF 23 ` �3,i'l '�i•�� . 33 VALVE,GATE, DIP,4 IN EACH 1 121-13b a' 42413(e W GROUND HYDRANT WITH FLUSH TOP 34 ENCASEMENT EACH 3 q)11to'iI �3 1041535,11 35 MANHOLE,SW-301,48 IN. EACH 3 .$4/ ��,3ce4,i31i3I,co -1 gu'37'7 av 36 MANHOLE,SW-401,48 IN. EACH 216gLu� q��192 W 37 WATER METER PIT EA 1 c i5b6.ec (p)59 .co 38 NYLOPLAST INTAKE, 10 IN EACH 9 r t� GZ t23,02 16 39 INTAKE,SW-512 EACH 4 $2,-I3615 $i0)9H3,C0 40 SANITARY SEWER ADJUSTMENT,MINOR EACH 1 Sj�n�� tI('H 0� STORM SEWER MANHOLE 41 ADJUSTMENT, MAJOR EACH 1 21-Na.00 32,136.co WATERMAIN MANHOLE ADJUSTMENT, 42 MAJOR EACH 1 7 CO $2,.-1. 43 REMOVALS,MANHOLE OR INTAKE EACH 3 c�5�i7 c�i,(�Nr' PCC PAVEMENT,CLASS C,CLASS 3 44 DURABILITY,6 IN. SY 311.3 4-19 Y1 ffi Iill-1 it PCC PAVEMENT,CLASS C,CLASS 3 45 DURABILITY,6 IN.,POOL DECK SY 2093 $b5•1b 4iya1b5$.156 46 CURB AND GUTTER 2 FT,SLOPED,6IN. LF 287 Sq0 AA t iIWIS.1(6' • PCC PAVEMENT,SHARED USE PATH,6 47 IN. SY 558.9 tr).•01, 41-1O18i6.i•� PCC PAVEMENT,CLASS C,CLASS C 48 DURABILITY,5 IN.SIDEWALK SY 68.9 13`1i-q41 (o,,33L.oLl 49 DETECTABLE WARNING PANELS SF 54 A5S. 4.04 l 92 • FULL DEPTH, HMA PATCHING(ST) 50 SURFACE, 1/2",PG58-28S SY 99 to/3S01117. js 51 REMOVAL OF PAVEMENT SY 3218.2 4•7.1 t 42,`i t IDS(,Li j FORM OF BID FB-2 of 5 FY 2024 Byrnes Aquatic Center City Contract No.1077 Waterloo,Iowa TOTAL UNIT BID BASE BID ALT.EST. TOTAL ALT. PRICE PRICE QTY BID PRICE PAINTED PAVEMENT MARKINGS, 52 SOLVENT/WATERBORNE STA 62.2 52 5q Si -K�/-.7 1 PAINTED PAVEMENT SYMBOLS, EACH 8 < 53 SOLVENT/WATERBORNE )q.�1� )6S.oC 54 REMOVAL OF PAVEMENT MARKINGS STA 60 1f� (0' ci ao 55 TRAFFIC CONTROL LS 1 3,.2[a 00 17.3a1 fit} 56 TYPE A SIGNS,SHEET METAL SF 3 S.7r 31) i�"1 PERFORATED SQUARE STEEL TUBE 57 POSTS LF 50 -7-riL .,Q- 00 PERFORATED SQUARE STEEL TUBE EACH 5 58 ANCHOR (pd.j) ' 00 59 REMOVE AND REINSTALL SIGNS EACH 3 (00.33 ' (),61( 60 REMOVAL OF SIGNS EACH 10 NO.' 10 + '^ 0J 61 WATERING MGAL 45 '7 S'4' �< SEEDING, FERTILIZING,AND MULCHING �))f2 �� iS)tv4S 62 FOR HYDRO-SEEDING,TYPE 1 ACRE 2.2 C Wl 0i SEEDING,FERTILIZING,AND MULCHING ACRE 2.2 63 FOR HYDRO-SEEDING,TYPE 4 .3 27'3 472 n.-1 � 0 TEMPORARY ROLLED EROSION 64 CONTROL PRODUCTS(RECP) SQ 342 , .76 11 i1 04 PERIMETER AND SLOPE SEDIMENT 65 CONTROL DEVICE,9 IN. LF 2192 2vgl„ 3]0 REMOVAL OF PERIMETER AND SLOPE LF 2192 f �1 I 66 SEDIMENT CONTROL DEVICE d'Cr )/26C'GO 67 RIP RAP TONS 15 ( .40 q qo,00 68 REMOVAL OF CHAIN LINK FENCE LF 831 _I ` 6 1' 69 TEMPORARY FENCING LF 1190 i,05- �(3q co 70 MOWING ACRE 5 1(211•M e6a‘ .0D OPEN-THROAT CURB INTAKE SEDIMENT EACH 5 71 FILTER /A V - 1)tit)t.00 MAINTENANCE OF OPEN-THROAT CURB 72 INTAKE SEDIMENT FILTER EACH 5 '2:1-1tO 11.D4 REMOVAL OF OPEN-THROAT CURB EACH 5 73 INTAKE SEDIMENT FILTER 2:1-q0 by • 74 GRATE INTAKE SEDIMENT FILTER BAG EACH 12 S63 �is I_ MAINTENANCE OF GRATE INTAKE K1 75 SEDIMENT FILTER BAG EACH 12 27 33 ‘b1.1 A REMOVAL OR GRATE INTAKE SEDIMENT EACH 12 76 FILTER BAG `Z?, )3 1j -?,C')L REMOVAL OF PUMP HOUSE, POOL,AND LS 1 ��'2 . If -nfo �1 77 EQUIPMENT W n V' 78 MOBILIZATION LS 1 (olg)2$ti,v1 bKvL 4.a-r 79 CONCRETE WASHOUT LS 1 S�IoSI"� '��jJ h� 80 BOLLARD WITH SIGN EACH 8 10 0 Jl (lfr'IX6Jo 81 SHADE TREES(2"CAL.B&B) EA 6 (.SsQ 9 to 82 ORNAMENTAL TREES(1.5"CONT.B&B) EA 20 911.IC fn)l Li;-CO 83 SHRUBS(5 GAL. CONT. B&B) EA 13 `-6' •Og I O7,o 84 PERENNIAL PLANTS(1 GAL.CONT.) EA 656 l(0.w) 1 0 0,41,110 85 STEEL BED EDGING LF 558 }73•13 7)3l'P`S'J 86 PLANT BED PREPARATION SF 6,502 1.i_9 10 (4 2-6 FORM OF BID FB-3 of 5 FY 2024 Byrnes Aquatic Center City Contract No.1077 Waterloo,Iowa TOTAL UNIT BID BASE BID ALT.EST. TOTAL ALT. PRICE PRICE QTY BID PRICE 87 WOOD MULCH FOR PLANT BEDS SF 6,502 ;, •11 151C 0 0 4 • 88 TURFGRASS SOD SF 1758 110 li) S . 89 ENTRANCE SIGN/WALL FEATURE LS 1 43)11't` do 1-1-7))1•II.GO 90 CHAIN LINK FENCE LF 565.3 50 ,: ^gip` 11Atc •} ) 91 CHAIN LINK FENCE SINGLE GATE(6') EA 2 i/Gcz D d s0•0O 92 CHAIN LINK FENCE DOUBLE GATES(10') EA 1 1)(03- o I) sT` ).1X% , 93 SHADE STRUCTURES LS 1 i a))01A-o 10))OA'OD • 94 SHOWER HOUSE LS 1 5‘1�j)l(v°'+x 5,13)15 '� 95 PUMP HOUSE LS 1 ii I)+1U1ilt4 ,f0 oG tiz45•Gt1 , 96 POOL LS 1 ')1 S,"3� - 171 '+ C)6q/.c t 97 ALTERNATE—(ADD)ENTRY CANOPY LS 0 ' w0U 0 1Atw ALTERNATE—(DEDUCT)PROVIDE STANDARD CMU IN LIEU OF RAKED CMU 0 -1 ,�� (_ 98 BLOCK. LS Tii500 17 ALTERNATE—(DEDUCT)PROVIDE PARTIAL BELOW SLAB PLUMBING 99 REPLACEMENT IN LIEU OF ALL 0 ••$ 0 0 1 ._tDA`,L0 PLUMBING LS -`"1 Total$ 1)1-)51)5s00 Total$ \I43114 12 2. It is understood that the quantities set forth are approximate only and subject to variation and that the unit bid price for the work done shall govern in the actual payment to Contractor. 3. In submitting this bid, the bidder understands that the right is reserved by the City of Waterloo, Iowa, to reject any or all bids. If written notice of the acceptance of this bid is mailed, telegraphed, or delivered to the undersigned within thirty (30)days after the opening thereof,or at any time thereafter before this bid is withdrawn, the undersigned agrees to execute and deliver an agreement in the prescribed form and furnish the required bond and certificate of the insurance within ten (10) days after the agreement is presented to him for signature, and start work within ten (10)days after"Notice to Proceed" is issued. 4. Security in the sum of ‘:3 74, Dollars ($ C,',/.t. ) in the form of , is submitted herewith in accordance with the INSTRUCTIONS TO BIDDERS. 5. Attached hereto is a Non-Collusion Affidavit of Prime Contractor. 6. Attached hereto is a Bidders Status Form. 7. The bidder is prepared to submit a financial and experience statement upon request. 8. The Prime Contractor and Subcontractor(s), which have performed an aggregate of $10,000.00 in work for the City in the current calendar year, are prepared to submit an AAP or Update and an EOC, within ten (10)days of notification that the bid submitted is lowest and acceptable. 9. The bidder has received the following Addendum orAddenda: Addendum No. 1 Date 10/11/2023 Addendum No. 4 Date:10/24/23 2 10/13/2023 No. 5 Datc10/25/23 3 10/20/2023 10. The bidder shall list the MBEIWBE subcontractor(s), amount of subcontracts and bid items on the FORM OF BID FB-4 of 5 FY 2024 Byrnes Aquatic Center City Contract No.1077 Waterloo,Iowa 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 theirsubcontracts. 11. The bidder has filled in all blanks on this proposal. Those blanks not applicable are marked "none" or"NA". 12. The bidder has attached all applicableforms. 13. The Owner reserves the right to select alternates, delete line items, and/or to reduce quantities prior to the award of a contract due to budgetary limitations. Woodruff Construction,Inc. 10/26/2023 (Na of Bidder) (Date) �BY: W'/71 u-rri` Jason Rechkemmer, Chief Operating Officer Official Address: (Including Zip Code): Corporate: 1890 Kountry Lane Bidding: 1717 Falls Ave Fort Dodge,IA 50501 Waterloo,IA 50701 I.R.S.No. 76-0721180 FORM OF BID FB-5 of 5 FY 2024 Byrnes Aquatic Center City Contract No.1077 Waterloo,Iowa K a i ' a) w =� 0 -< o > cn 0 sv Z m m O \ ° 0 r T (3) N_ m n < m Q W n oo f t3 ;'j1 0 VN r� v m - m 3 c, 0 o Z o '< g 4`za Q`r'; --1 0 D Li- C 4 v (,• so0N r o Wn El o n H < --. C n to cn m 'a a -0 m -1 w ° CO o 6 t� Cm m la z * � o rta o (-) fn n 3N `� o " 0 �o Sa P .< 0 < a cD mh. 0- 0 (D lC a a) o m O c Zo ln oM cA o v Wsz < G, � c) �` Cn D o ,.,. m ° o � � y ton 0 o M c c p, a. m * cr. -s coo W 0 • e 3 30- rvo sv � •-•-, cD K W �- Q (0 -, m . O (n m 0o m 0 n D 0 C -, o N co ° 1 < O C '\' n CO (D W _10 900 v �C G c' cg t7 CO m c' -o . o 3 � \13 o T It o. _ c 70 -63 � Z 0 0 3 ED o a cD' c I?1 g -h cn ,�• • (n m m -n — m 0 w ° _ m co p ° ° c o ao iv m CM 6a ccnLai a � � � nW cel z o � � `� �� Oh m Z Z � CD c 0000 0 o m — � cn = moo �`< = mm 13 —i* W _ �' � Z Q o 0 0 cn C' 0 ((l) mcn ov --I CD o mm . —IZ a n Z2 00 -00(D a. ' o P CC � Z � °� n �• � O ao mv � n- a- , 00 m c .. svn 0 d c. 73a v3 cn= • ,.. 0 0o a Xm pz 4 � Z 3 0vo --^ o � my EZ fD � 00 00 = 0_ 3 co m m 6 00 0' o CD R g. o n' O 'v np r« 0 ram, ° a = n Z73 o Z73 3o (. a) � cn n m3 mCl) -C --i `� c o O c -o 1 O m m Dc : a) Cno (7- g; c O c' 73 0 D � v m m o 0 � o -i CD Q Cn O� ^' (D o cm 0 �• 3 0o vc I sv O D 0 < 0 -0 fo W 0 n O --,—, O CD r 0 0 _*_ n < CD CD 0 0 0 v Q o �. 5• O Q ,,,r 0 .< C ... v O 0 P 5 CD (0 0 o 3 c cD o- c n a : -coH n 7 o (,( 6(/� v, (D COO N o O C E n 0 m c 3 — 3 g cr o ¢ �- (D C CD v N V o c < o 0 > '0 0 0 DJ ° 0 w 0N N ►.t bd ¢, * CD CO cn O c 0 N CD W - o �' _ ? o o- w oh ° � H o 0 c N 0. v) 0 Sv Cl) 0 -,, D cn �. * cn O x m m o = 7 Q 3 -a CD -- 3 fl) o CD 0 N a) D m ( o (D C-(o On LETTER TO BE USED WHEN SOLICITING FOR SUBCONTRACTOR QUOTES IsliivorWOODRUFF CONSTRUCTION RE: Contract No.: Byrnes Aquatic Center-City Contract No. 1077 Dear Mr. Emilio Castro : Woodruff Construction is presently soliciting for the following work in connection with the above-referenced project: • Roofing Woodruff Construction is an Equal Opportunity Employer, and all qualified bidders will not be discriminated against due to race, religion, color,sex, or origin. If interested in bidding your proposal must be turned in to this office by 10/25/2023 and 2:00 p.m. (Date) (Time) Sincerely, Nate Goetsch nateg@woodruff.build Woodruff Construction 1717 Falls Ave I Waterloo,IA 150701 Form CCO-3 (11/28/2001) MBEN/BE PARTICIPATION M-5 of 8 FY 2024 Byrnes Aquatic Center City Contract No.1077 Waterloo,Iowa LETTER TO BE USED WHEN SOLICITING FOR SUBCONTRACTOR QUOTES WOODRUFF CONSTRUCTION ‘‘IVA, r RE: Contract No.: Byrnes Aquatic Center-City Contract No. 1077 Dear Mr.Willie Greer : Woodruff Construction is presently soliciting for the following work in connection with the above-referenced project: • Concrete • Carpentry •Roofing Woodruff Construction is an Equal Opportunity Employer, and all qualified bidders will not be discriminated against due to race, religion, color, sex, or origin. If interested in bidding your proposal must be turned in to this office by 10/25/2023 and (Date) 2:00 p.m. (Time) Sincerely, Nate Goetsch nateg@voodruff.build Woodruff Construction 1717 Falls Ave I Waterloo,IA 150701 Form CCO-3(11/28/2001) MBE/WBE PARTICIPATION M-5 of 8 FY 2024 Byrnes Aquatic Center City Contract No.1077 Waterloo,Iowa LETTER TO BE USED WHEN SOLICITING FOR SUBCONTRACTOR QUOTES WOODRUFF CONSTRUCTION RE: Contract No.: Byrnes Aquatic Center-City Contract No. 1077 Dear Ms. Allison Baugher ; Woodruff Construction is presently soliciting for the following work in connection with the above-referenced project: •Traffic Control Woodruff Construction is an Equal Opportunity Employer, and all qualified bidders will not be discriminated against due to race, religion, color, sex, or origin. If interested in bidding your proposal must be turned in to this office by 10/25/2023 and 2:00 p.m. (Date) • (Time) Sincerely, Nate Goetsch nateg c@woodruff.build Woodruff Construction 1717 Falls Ave I Waterloo,IA 150701 Form CCO-3(11/28/2001) MBEANBE PARTICIPATION M-5 of 8 FY 2024 Byrnes Aquatic Center City Contract No.1077 Waterloo,Iowa LETTER TO BE USED WHEN SOLICITING FOR SUBCONTRACTOR QUOTES WOODRUFF CONSTRUCTION iiiiik,Illiir RE: Contract No.: Byrnes Aquatic Center-City Contract No. 1077 Dear Atlas Painting ; Woodruff Construction is presently soliciting for the following work in connection with the above-referenced project: • Painting and Coatings Woodruff Construction is an Equal Opportunity Employer, and all qualified bidders will not be discriminated against due to race, religion, color, sex, or origin. If interested in bidding your proposal must be turned in to this office by 10/25/2023 and (Date) 2:00 p.m. (Time) Sincerely, Nate Goetsch nateg@woodruff.build Woodruff Construction 1717 Falls Ave I Waterloo,IA 150701 Form CCO-3 (11/28/2001) MBEMBE PARTICIPATION M-5 of 8 FY 2024 Byrnes Aquatic Center City Contract No,1077 Waterloo,Iowa WOODRUFF CONSTRUCTION EVIDENCE OF AUTHORITY TO SIGN AMES I FORT DODGE I IOWA CITY I WATERLOO October 26, 2023 Re: FY 2024 Byrnes Aquatic Center To Whom It May Concern: Jason Rechkemmer, being Chief Operating Officer of Woodruff Construction Inc., has authority to sign any and all documents for Woodruff Construction, Inc. Bidder' Status Form To be completed by all bidders Part A Please answer"Yes" or"No"for each of the following: ❑✓ Yes ❑ No My company is authorized to transact business in Iowa. (To help you determine if your company is authorized, please review the worksheet on the next page). ❑✓ Yes ❑ No My company has an office to transact business in Iowa. ❑✓ Yes ❑ No My company's office in Iowa is suitable for more than receiving mail, telephone calls, and e-mail. ❑✓ Yes ❑ No My company has been conducting business in Iowa for at least 3 years prior to the first request for bids on this project. n Yes n 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. 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 Now / / Address: 1890 Kountry Lane City, State, Zip: Fort Dodge, IA 50501 Dates: 05 / 25 / 1996 to Now / / Address: 1920 Phildelphia Street, Suite 102 City, State, Zip: Ames, IA 50010 Dates: 02 / 08 / 2016 to Now / / Address: 501 Greenfield Drive You may attach additional sheet(s) if needed. 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? 1-1 Yes n No 3. If you answered "Yes"to question 2, identify each preference offered by your company's home state or foreign country and the appropriate legal citation. You may attach additional sheet(s) if needed. To be completed by all bidders Part D I certify that the statements made on this document are true and complete to the best of my knowledge and I know that my failure to provide accurate and truthful information may be a reason to reject my bid. Firm Name: Woodru onstruction,Jric. Signature: .475�9 � �,�,<, -� Date: 10/26/2023 Jason Rechkemmer, Chief Operating Officer You must submit the completed form to the governmental body requesting bids per 875 Iowa Administrative Code Chapter 156. This form has been approved by the Iowa Labor Commissioner. 309-6001 (09-15) Worksheet: Authorization to Transact Business This worksheet may be used to help complete Part A of the Resident Bidder Status form. If at least one of the following describes your business, you are authorized to transact business in Iowa. ✓❑ Yes ❑ No My business is currently registered as a contractor with the Iowa Division of Labor. ❑ Yes ❑ N• o My business is a sole proprietorship and I am an Iowa resident for Iowa income tax purposes. ❑ Yes ❑ No My business is a general partnership or joint venture. More than 50 percent of the general partners or joint venture parties are residents of Iowa for Iowa income tax purposes. ❑ Yes ❑ No My business is an active corporation with the Iowa Secretary of State and has paid all fees required by the Secretary of State, has filed its most recent biennial report, and has not filed articles of dissolution. ❑ Yes ❑ No My business is a corporation whose articles of incorporation are filed in a state other than Iowa, the corporation has received a certificate of authority from the Iowa secretary of state, has filed its most recent biennial report with the secretary of state, and has neither received a certificate of withdrawal from the secretary of state nor had its authority revoked. ❑ Yes n 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. n Yes ❑ No My business is a limited liability partnership which has filed a statement of qualification in a state other than Iowa, has filed a statement of foreign qualification in Iowa and a statement of cancellation has not been filed. ❑ Yes ❑ No My business is a limited partnership or limited liability limited partnership which has filed a certificate of limited partnership in this state, and has not filed a statement of termination. ❑ Yes n N• o My business is a limited partnership or a limited liability limited partnership whose certificate of limited partnership is filed in a state other than Iowa, the limited partnership or limited liability limited partnership has received notification from the Iowa secretary of state that the application for certificate of authority has been approved and no notice of cancellation has been filed by the limited partnership or the limited liability limited partnership. ❑ Yes ❑ N• o My business is a limited liability company whose certificate of organization is filed in Iowa and has not filed a statement of termination. n Yes n No My business is a limited liability company whose certificate of organization is filed in a state other than Iowa, has received a certificate of authority to transact business in Iowa and the certificate has not been revoked or canceled. 309-6001 (09-15) Revised February 2003 CONTRACTOR'S OR SUBCONTRACTOR'S AFFIRMATIVE ACTION PROGRAM Check box that applies to party completing program: ( X ) General Contractor ( ) Subcontractor Section A to be completed by GENERAL CONTRACTORS only: A. Name of Company Woodruff Construction,Inc Address of Company 1890 Kountry Lane, 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 2024 Byrnes Aquatic Center Project Contract Number City Contract No. 1077 Estimated Construction Work Dates 111I 12A23 / , //5/2025 (All 4,t5 161'70'45) 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 C. Remainder of program to be completed by party completing program, either Prime or Subcontractor. 1. The Owners and/or Principals of your company: AA-1 -8 Ethnic Name Address Position Sex Origin Don Woodruff President Fort Dodge,IA Jason Rechkemmer COO Ames,IA Sara Orr VP of Operations Ames,IA 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 We maintain offices in Fort Dodge,Ames,Iowa City,Waterloo,and Spencer,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. E. Woodruff Construction,Inc. will give training (Name of Company) and employment opportunities to local residents of Waterloo, Iowa, to the greatest extent feasible. AA-2 -8 III. AFFIRMATIVE ACTION A 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. B. Woodruff Construction,Inc. will undertake the (Name of Company) following six (6)steps to improve our Affirmative Action Program: 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. C. 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, female, (Name of Company) 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. 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. AA-3 -8 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 Sent out letters to targeted small businesses per City of Waterloo requirements 2 N/A 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. Woodruff Construction,Inc.J. 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. Woodruff Construction, Inc.L. 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) 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 2024 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: N/A 0/0 Goals for Women: N/A cyo *Your affirmative action goals should be between 1% and 10% or more for minorities and 1% and 5% or more for women. AA-4 -8 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 201_. 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). CONTRACTOR'S TOTAL WORK FORCE (WATERLOO) HOURLY NAME AND ADDRESS JOB CATEGORY RACE SEX WAGE SEE ATTACHED INDICATE: DISABLED VETERAN: DV VIETNAM ERA VETERAN: VV HANDICAPPED: H AA-5 -8 Sex Race City State LIP Code. Position N1 H WFBSTFR CITY IA 50595 Craft Worker M H NEVADA IA 50201. Craft Worker F W TIFFIN IA 52340 Administrative M H IOWA CITY IA 52240 Craft Worker F W AMES IA 50014 Administrative F W NEVADA IA 50201 Administrative f W GOWRIE IA 50543 Administrative F W FORT DODGE IA 50501 Administrative 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 IA 52641 Craft Worker F W NORTH LIBERTY IA 523171Manager M H IOWA CITY IA 52240 Craft Worker M H MARSHALL TOWN IA 50158 Craft Worker M H AMES IA 50010 Craft Worker M H BOONE IA 50036 Craft Worker M H FLLSWORTI-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 50158 Craft Worker M H NEVADA IA 50201Craft 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, BY: 04—'7 C is Company Executive Jason Rechkemmer,COO October,26,2023 Date By: Set,ta ✓ 1 Equal Employment Opportunity Officer October,26,2023 Date Sara Orr,VP of Operations City of Waterloo Affirmative Action Officer Approved Disapproved Reason: By: Date: AA-6 -8 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. 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, EQUAL OPPORTUNITY CLAUSE EOC-1 of 2 FY 2024 Byrnes Aquatic Center City Contract No.1077 Waterloo,Iowa 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 on in, economic status, age, mental or physical disabilities. ----'"� (Signed) Aft. `7 /�_f`_j7_��� (Appropriate Official) Jason Rechkemmer, Chief Operating Officer (Title) October 26,2023 (Date) EQUAL OPPORTUNITY CLAUSE EOC-2 of 2 FY 2024 Byrnes Aquatic Center City Contract No.1077 Waterloo,Iowa NON-COLLUSION AFFIDAVIT OF PRIME BIDDER State of Iowa ) )ss County of Black Hawk ) Jason Rechkemmer , being first duly sworn, deposes and says that: 1. He is Owner Partner Officer 'e•resentative orA•ent , 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 agreem nt on the part,of the Bidder or any of its agents, representatives, owners, employees, or pa ' s in intere , cluding this affiant. (Signed) .1 i, /.7 , G /e%, Jason Rechkemmer, Chief Operating Officer Title Subscribed and sworn to before me this 26th day October , 2023 akpokik Sr.Administrative Asst. Title My commission expires 10/22/2025 .. k BRANDY LUNA g ' COMMISSION NUMBER 820800 MY COMMISSION EXPIRES tW",. 10/22/2025 NON-COLLUSION AFFIDAVITS NCA-1 of 2 FY 2024 Byrnes Aquatic Center City Contract Nol.1077 Waterloo,Iowa 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 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 26th day of October , 20 23, for FY 2024 Byrnes Aquatic Center City Contract No. 1077, 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 pres- ents to be signed by their proper officers this 17th day of October , A.D. 20 23 Woodruff Co ruction, Inc. (Seal) cipal By tAM sc e) RecInKzw►�ne1 r,o.O. (Title) y M I Insurance Company (Sea;) Witness S ty W i t'n—e-Z Jamie Gifford ne C ttorne -I -y n fact BID BOND BB-1 OF 1 FY 2024 Byrnes Aquatic Center City Contract No.1077 Waterloo,Iowa r~ This Power of Attorney limits the acts of those named herein,and they have no authority to bind the Company except in the manner and to the extent herein stated. 1,`'i- Liberty rr Liberty Mutual Insurance Company /► ` Mutual® The Ohio Casualty Insurance Company Certificate No: 8210368-190056 West American Insurance Company SURETY POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS:That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire,that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts,and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana(herein collectively called the"Companies"),pursuant to and by authority herein set forth,does hereby name,constitute and appoint, Anne Crowner;Brian M.Deimerly;Cindy Bennett;Craig E.Hansen;Dione R.Young;Jay D.Freiermuth;John Cord;Kate Zanders;Sara Huston;Seth D.Rooker;Tim McCulloh all of the city of Waukee state of IA each individually if there be more than one named,its true and lawful attorney-in-fact to make, execute,seal,acknowledge and deliver,for and on its behalf as surety and as its act and deed,any and all undertakings,bonds,recognizances and other surety obligations,in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF,this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this -6th day of June , 2023 . — Liberty Mutual Insurance Company I Pv tNSU� P,t INS�q 1NSU,pq The Ohio Casualty Insurance Company t �J etaok4r yC+ yJ a°seo�r 9y GPcotPOtt, 4 West American Insurance Company 1 J3 Foto . Eon r Foto v.I ; 1912yo - 1919 4, 11 1991 o lU Yd�sSACHUS b y�\MANP`+a`,aL `(s 4NDIANP ,aa i! ,�42 •O U co David M.Carey,Assistant Secretary CT D too State of PENNSYLVANIA 2 ,County of MONTGOMERY ss • o E 4- 3 On this 6th day of June , 2023 before me personally appeared David M.Carey,who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance c0i a i o co Company,The Ohio Casualty Company,and West American Insurance Company,and that he,as such,being authorized so to do,execute the foregoing instrument for the purposes E= a) > therein contained by signing on behalf of the corporations by himself as a duly authorized officer. >0 a IN WITNESS WHEREOF,I have hereunto subscribed my name and affixed my notarial seal at Plymouth Meeting,Pennsylvania,on the day and year first above written. Ce c O CO o ¢ PaT o_O ` QF+ ,o0NK 4= Commonwealth of Pennsylvania-Notary Seal `�_ a p to r o �� Teresa Pastella,Notary Public /I ®® N N t 0 Montgomery County / ��+Q��c�-�/ O E o, OF My commission expires March 28,2025 /(q E . �s Commission number 1128044 By: N+� yo'0 0 Member,Pennsylvania Association of Notaries eresa Pastella,Notary Public Q O This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual 300, •S Insurance Company,and West American Insurance Company which resolutions are now in full force and effect reading as follows: �o M ARTICLE IV—OFFICERS:Section 12.Power of Attorney. "co o 8 N Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the o President mayprescribe,shall appoint such attorneys-in-fact,as be to act in behalf of the Corporation to make,execute,seal,acknowledge and deliver as surety o— �72 � Ppmay necessary P CD as at any and all undertakings,bonds,recognizances and other surety obligations.Such attorneys-in-fact,subject to the limitations set forth in their respective powers of attorney,shall-s o L have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation.When so executed,such o a Z o instruments shall be as binding as if signed by the President and attested to by the Secretary.Any power or authority granted to any representative or attorney-in-fact under the coo provisions of this article may be revoked at any time by the Board,the Chairman,the President or by the officer or officers granting such power or authority. n ARTICLE XIII-Execution of Contracts:Section 5.Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president,and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings, bonds,recognizances and other surety obligations.Such attorneys-in-fact subject to the limitations set forth in their respective powers of attorney,shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company.When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation-The President of the Company,acting pursuant to the Bylaws of the Company,authorizes David M.Carey,Assistant Secretary to appoint such attorneys-in- fact as may be necessary to act on behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Authorization-By unanimous consent of the Company's Board of Directors,the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company,wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds,shall be valid and binding upon the Company with the same force and effect as though manually affixed. I, Renee C.Llewellyn,the undersigned,Assistant Secretary,The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company,and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full,true and correct copy of the Power of Attorney executed by said Companies,is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF.I have hereunto set my hand and affixed the seals of said Companies this 17th day of October , 2023 . eistr vSY insp %Hsi/R � s Cit 1912� 0 0 cc1919� � �1991 � 0 1444e.--‘44111*--"* :,::: A'44L'HU`+ .aa ��.z4,_ `+�',p, 0 et Y �NDIANP D3 By• e/7 * 0 -k1 * 04 s�,� * *Na Renee C.Llewellyn,Assistant Secretary LMS-12873 LMIC OCIC WAIC Multi Co 02/21