HomeMy WebLinkAboutJ & K Contracting, LLCJ & K Contracting, LLC
1307 E. Lincoln Way
Ames, IA 50010
TO' Cc}J Ckrk of 6.4-y c WQtc✓io ,(ow
7151 Mu(6e✓,-y Sr.
Wo.ktrloo, IA Sol03
Bid Secuviki For: Fl 201-1 Leisure SerVi Ces SQNc}qry
Seviw EdwcioH, Coni -rat. No.925
Wt. -los, Iowa
If *en t))
J & K Contracting, LLC
1307 E. Lincoln Way
Ames, IA 50010
To :CIA -Ai Clev-k o -f �,� of Wa.+er-loo, Iowo,
71S Mu l ber�.y '
\I\k- -e r l00 , IA s o- O
pr. opo$o 1 For : Fy 20%1 Leitkv
e, 1.=R.S Jatn�'1'�,yti
ew-cY ECovlr<4 Na. C11
WOE rlbo, Iowa,
L.
i
f
C
FORM OF BID OR PROPOSAL
F.Y. 2017 LEISURE SERVICES SANITARY SEWER EXTENSION
CONTRACT NO. 925
CITY OF WATERLOO, IOWA
Honorable Mayor and City Council
Waterloo, Iowa
Gentlemen:
1.
,.zA , a Partnership consisting of the following partners:
The undersigned, being a Corporation existing under the laws of the State of
having familiars ; S (himself) (themselves) (itself) with the existing conditions on
the project area aff: ng= _e 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. 2017 LEISURE SERVICES SANITARY SEWER EXTENSION,
Contract No. 925, all in accordance with the above -listed documents and for the
unit prices for work in place for the following items and quantities:
;BIA:
ITEKIIr`
_ ., .
c so.
�.,-:�
DESCRIPTION �Y`= t::`•'s':' � �Ya' '''', k:]:•,._
� 1�`><: `t�. �n ,� �:-; r;,�•.
` '.:.5. J i`�-
��1,�;^-- =-�'S'.
jti•/• � ;:&.., 11• y.. � „ .��..
.r , ,,+� .•iti.. �::�c ;i -:y
��;; J.,:,
::i.,.c._. 'l f�"Y•:t'� s _- � •�s��^:i�v'� _•x'..:
sup:,tk L,G.::;=.' .x�F ?.2;�
;:UIT:�:t:�"
k: ,:r
���::,•�
h.
- ::�-/;'''V;-`
�.�-_;:,
-.., .. „��
q
'�•'!;;{ES_TS Q� �
{.,i.'^','.
r' ..{cv-... '�-:%=..
lits:^: .�li
aMz:-.93•��y
7:i.rr�•
t�..:. .e::}�,::,-.�-
.0
•i:', { ,.
�i�-=,1�N1T BID,....._
ti
aPRICE �i;�;,
Y:�� ',•-:j.
_ , � J `
:: il^ _
qi�• Mil�;? "
��� *:: Rid
'TOTAI:�;BID�P..,RIGE
I;�t;i''' ,
_ _:Yr'
yd,
�.,. ,.,. ".� �;...
;+i>'" o ,i%'� •;•I
.? `- -.. ..
`? •- -. ..^?ri,,,
1
MOBILIZATION
LS
1.0
$ 7opt, w
$ 70 no, 00
2
GRANULAR SURFACING
TON
75.0
$ 36 , 00
.
$ a7o6. 00
3
TRACE SANITARY SEWER SERVICE
EACH
1.0
1,0
3.0
$ //OD . pD
$ [,,7 5e , oc
$ //VC,. 00
$ t I op. 00
$ f D -5e,' 00
$ -11-0-0-P---..
4
DYE TEST INVESTIGATION
EACH
5
UNDERGROUND INVESTIGATION -
SANITARY
EACH
6
TAP AND COLLAR SANITARY
MANHOLE
EACH
1.0
$ /i35,
$ 0i35 .00
7
SANITARY SEWER, 8" TRUSS PIPE
LF
553.0
$, .,.1t)
$ Cob , ryp
$ ,35y15.5t7
$ %0®0 .00
8
SANITARY SEWER SERVICE, PVC, 6
INCH
LF
100.0
9
STANDARD SANITARY MANHOLE, SW -
301, 48 INCH DIA.
EACH
1.0
$ c -/(O8, 00
$ 'x(00, X70
10
SANITARY SEWER ABANDONMENT
LF
175.0
$ - oO
$ c./oD-5 ,OO.
11
REMOVE SANITARY SEWER
MANHOLE
EACH
1.0
1.0
$ 600 cv
$ f c0. vV
$ en ®p
$ 6 ' CO
12
TRAFFIC CONTROL
LS
TOTAL BID
$ -41/%3 '7,3i gip•-.
FORM OF BID
CONTRACT NO. 925
(o, d15, 6(7
Page 1 of 3
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
4. Security in the um of iV�f- t€ z ,
Dollars ($ IS b ) in the form of •d2 Brut ,
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 Resident Bidder Certification ( ), or Non -Resident
Bidder Certification ( ). (Mark one.)
7. The bidder is prepared to submit a financial and experience statement upon
request.
8. The Prime Contractor and Subcontractor(s), which have performed an aggregate
of $10,000.00 in work for the City in the current calendar year, are prepared to
submit an 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 or Addenda:
Addendum No. We. Date
10. The bidder shall list the MBENVBE 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:
FORM OF BID CONTRACT NO. 925 Page 2 of 3
1) The City of Waterloo does not approve the subcontractors.
2) The subcontractors submit in writing that they cannot fulfill their
subcontracts.
11. The bidder has filled in all blanks on this proposal. Those blanks not applicable
are marked "none" or "NA".
12. The bidder has attached all applicable forms.
13. The Owner reserves the right to select alternates, delete line items, and/or to
reduce quantities prior to the award of a contract due to budgetary limitations.
BY:
(Name of Bidder) V (Date)
Title n h
Official A.'. ress: (Including Zip Code):
/ 30 7 Ef/ST 1 -fl c t&) /4 ,/,}
41413/ ,P,.,9g Sao/
I.R.S. No. - d‘ (15,555
FORM OF BID CONTRACT NO. 925 Page 3 of 3
NON -COLLUSION AFFIDAVIT OF PRIME BIDDER
State of p1,4) R )
County of SP r )
Lila, being first duly sworn, deposes and says that:
1. He is (Owner, Partne , Officer. epresentative, or Agent) , of -F-6 4
rik1 ibrt� the 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;
)ss
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 part' • in interest, including this
affiant.
(Signed)
Subscribgd and sworn to before me this
pn.t l -P/2 , 201,0
TiO
U
My commission expires 9—c72-0 79.
day of
t
JOY GIBBmber 7ON
commlrbn du48902
M eptemtr 20 F2019s
September 20, 2019
J�
Title Ye&
EQUAL OPPORTUNITY CLAUSE
E (As provided in Executive Order No. 11246)
r
L
1.
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.
EQUAL OPPORTUNITY CLAUSE PAGE 1 OF 2 PAGES
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, 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)
prop'-te Of icial)
CCO
(Title)
(Date)
EQUAL OPPORTUNITY CLAUSE PAGE 2 OF 2 PAGES
RESIDENT/NON-RESIDENT BIDDER
RESIDENT BIDDER:
In accordance with Section 73A.21 of the Iowa Code, all non -federal -aid public
improvement projects, which include road construction, shall be performed by a
qualified resident bidder. The resident bidder has been further defined as follows:
Resident Bidder:
A person or entity authorized to transact business in this state and
having a business for at least three years prior to the date of the
first advertisement for the public improvement. If another state or
foreign country has a more stringent definition of a resident bidder,
the more stringent definition is applicable as to bidders from that
state or foreign country.
The contractor shall provide the City with a certification that he is a qualified
resident bidder according to the above definition. The Certification shall be
submitted with the contractor's bid. A copy of the form of "Resident Bidder
Certification" is included in the Contract Documents. If it is determined that the
contractor does not meet this qualification after he begins work, a shutdown •
notice shall be issued and the voiding of the contract shall begin unless the
contractor becomes qualified.
NON-RESIDENT BIDDER:
The contractor shall provide the City with a certification that he is a non-resident
bidder according to the above definition. The Certification shall be submitted with
the contractor's bid. A copy of the"form of "Non -Resident Bidder Certification" is
included in the Contract Documents.
DJG
01/02/12
CONTRACT NO:
PROJECT NAME:
DATE OF LETTING:
RESIDENT BIDDER CERTIFICATION
�a5
l fatal-. Saurus C4A.. -T4*' SftcrA- At
To be a qualified resident bidder, the bidder shall be a person or
entity authorized to transact business in this state and having a
business for at least three years prior to the date of the first
advertisement for the public improvement. If another state or
foreign country has a more stringent definition of a resident bidder,
the more stringent definition is applicable as to bidders from that
state or foreign country.
This qualification as resident bidder shall be maintained by the contractor and his
subcontractors at the work site until this project is completed.
I hereby certify that I am a resident bidder as defined above.
COMPANY NAME t,4f d A
CORPORATE OFFICER �Gf� /G e
TITLE
DATE
Coo
r �R
MBEIWBE BUSINESS ENTERPRISE
/ PRE-BID CONTACT INFORMATION FORM
Prime Contractor Name: ji K %ti..�� ,� � y (lc Project: LP94/ei�yv?Pjdir" ZZ3 Letting Date:
O-1-14.
NO MBEIWBE SUBCONTRACTORS: If you are NOT using any MBE/WBE subcontractors to complete this project, sign below. Attach a brief
explanation as to why subcontracting was not feasible with this project. If any MBE/WBE subcontractors will be used, please use the bottom
portion of this form.
Contractor Signature:
Title: Date: f•;---/ f ,
SUBCONTRACTORS APPLICABLE: `Kati are required, in order for your bid to be considered responsive, to provide the information on this form
showing ALL of your MBE/WBE subcontractor contacts made for your bid submission. This information is subject to verification. Any questions
should be directed to Contract Compliance Office 319-291-4429.
You are required, in order for your bid to be considered responsive, to provide the information on this Form showing your MBENVBE Business
Enterprise contacts made prior to your bid submission. This information is subject to verifications and confirmation.
If you are unable to identify MBE/WBE firms to perform portions of the work, please contact Louis Starks, Contract Compliance Officer, for
assistance at (319) 291-4429. •
In the event it is determined that the MBE/WBE Business Enterprise goals are not met, then before awarding the contract the City of Waterloo will
make a determination as to whether or not the apparent successful low bidder made good faith efforts to meet the goals.
TABLE OF INFORMATION SHOWING BIDDER'S PRE-BID
MBE/WBE BUSINESS ENTERPRISE CONTACTS
Quotes Received Quotation used in bid
MBE/WBE
Subcontractors
Dates
Contacted
Yes/No
Dates
Contacted
Yes/No
Dollar Amount Proposed to
be Subcontracted
RR
fJor7i�iC �7 (/.`CO ,k47
2
If '�J -Ico
spry
v
NMhJ $5T i.ao
MX c.- 6,411-nM-}`etrI/[%
(Form CCO-4) Rev. 06-20-02
/L,
BID BOND
KNOW ALL MEN BY TI PRESENTS, That we,
as Principal, and American Contractors Indemnity Company
as Surety are held and firmly bound unto the CiTY OF WATERLOO , Iowa, hereinafter called
"OWNER," In the penal sum Fifteen Thousand and 00/100
Dollars ($ 15,000.00 ) 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
suct;essors, Jointly and severally, firmly by these presents, The condition of this obligation is such that
whereas the Prinelpai has submitted the accompanying bid dated the 1st day 01 December
, 20 16 , for FY 2017 Leisure Services Sanitary Service Extension, Contract No. 925; Waterloo, IA.
Bond No. 1001072502-23
J&K Contracting, LLC
NOW, THEREI"ORE,
(a) If saki Hid shall be refected, or in the alternate,
(b) if said Bid shall be accepted and the Principal shall execute and deliver a contract in the torr 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 sald Bld,
Then this obligation shall be void, otherwise the same shall remain In force and effeul; 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 bld 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 spoollicattons or by law,
The Surety, for value received, hereby stipulates and agrees that the obitgatlons of said Surety and Its bond
shall be in no way impaired or affected by any extension of the lime within which the Owner may accept
such Aid or execute such contract; and sald Surety does hereby waive notice of any such extension,
IN WITNESS WHEREOF, the Principal and the Surety, have hereunto sot their hands and seals, and such
of them as are coiporatlons, have caused their corporate seals to be hereto affixed and these presents to be
signed by their proper officers this 1st day of December A.D. 201 6
J&K Contracting, LLC
J. Feldmann , President (title)
(Seal)
American Contractors ity om'an (Seal)
By
Jeremy Cr
n -fact
ord , Attorney -In -Fact
= A17065=
POWER OF ATTGAN Y_ =
AMERICAN CONTRACTORS INDEMNITY COMPANY TEXAS BONDING COMPANY
UNITED STATES SURETY COMPANY U.S. SPECIALTY INSURANCE COMPANY
KNOW ALL MEN BY THESE PRESENTS: That --American Contractors Indemnity Company, a California corporationrT€.xas_
Bonding Company„an assumed name American flontractors Indemnity Company, United States Surety Company; ==IN/Wry-lin
co aoratio t andV.S Specialty Insuran nr in a feiras corporation (collectively, the `,Companies"), do billow resents -make
c-ohstlmfe-and appoint:
Jeremy Crawford, Michael D. Williams, William J. Nemec, Tanya Fukushima,
William Gerber or Michael E. Konzen of Golden Valley, Minnesota
its_true_and IawfritAttorney(s)-in-fact, each in their separate capacity if more -than -Arne isnainmd=above, with full power _and authority--
reSe eerlferseditt4ts name, place and stead, to execute,• acknowledge a d t r at KItd 11 onds, recognrzaritex uti r kings =_
nt iitternns iuDEitts or contracts of suretyship to include riders, amen utenta<aniI twisents of surety,-provtdmfkrbonii
-penaltylt oes not exceed *****Five Million*****_= Dollars ($—*5,0Ub00.00** ),
This Power of Attorney shall expire without further action on December 20, 2017. This Power of Attorney is granted under and by
authority of the following resolutions adopted by the Boards of Directors of the Companies:
Be it Resolved -Allot -President, any Vice -President -any Assistant[ice-President, any Secretary or any Assistant Secretary shall be and is hereby=vestediittt lk
power and authontwto appoint any one or more suitable Rersons szlttomey(s)-in-Fact to represent and act for and on behalf of the Company subitevthefollosvin
-.Altorrrey--n-Factmay ie given full power andzauthen h and -in the name of and on behalf of the Company, to execute, acknowledge and=del ver, nnyrand alt bonds,
recognizances, contracts, agreements or indemnity and other conditional or obligatory undertakings, including any and all consents for the release of retained
percentages and/or final estimates on engineering and construction contracts, and any and all notices and documents canceling or terminating the Company's liability
thereunder, and any such instruments so executed by any such Attorney -in -Fact shalt be binding upon the Company as if signed by the President and sealed and effected
by the Corporate Seery.
Be• tdtesbtvec hacthe-signamre of any authorized officer and seal of the Company heretofore n tdFsa r at'frxethtdany power of attorney orany-certircate=relating_-
1heretoby fassiuufeeridnny power of attorney or certificate bearing facsimile signature ortaestmifpsealsKalt e ralidand binding upon the-GnmLany with respect
anybundoarm €rtakmwto which it is attached. - -
IN WITNESS WHEREOF, The Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this
1st day of December, 2014.
-_ AMERICAN CONTRACTORS INDEMNITY COMPANY TEXAS BONDING COMPANY - -
C=07pOTati S@ lS UNITED -TA ETA' COMPANY U.S. SPECIALTY INSURANCE COMPANY
os suwF `at"ro c
Daniel P. Aguilar, Vice Presr crit
A rottacy guttltco€other-officer completing this certificate verifies only the identityAahe ndrvidulwlto si ied the
dit-b'utnent3uwhtctr lilycertificate is attached, and not the truthfulness, accuracy, o lid otaiatlloepment.
-State of California -
County of Los Angeles SS.
On this 1st day of December 2014, before me, Maria G. Rodriguez -Wong, a notary public, personally appeared Dan P. Aguilar, Vice President of American
Contractors IndenaT Company, Texas Bonding ompai1 1Jhiteditates Surety Company and U.S. Specialty Insurance Company who rsvedio=me-on=_
thebasis o satisfaetory-evidence to be the�persoffihose-nameis=su-5scribed to the within instrument and acknowledged to me thtrt te_me t eche=same=in_=
Jus -authorized capan,'tWAnd that by his signamtethemstnimenta�person, or the entity upon behalf of which the person acted, exeeuied he matron=
I
stra hiI certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct.
WITNESS my hand and official seal.
_ - Signature -
MARIA G. RODRIGUEZ-WONG
-Y _ Commissiatt�L2O49771
(Seal) .:3�._ _etanep-- ublic n'allfornla >
onnaCounty
motxr tree 20, 2017
a------
I, Kio Lo, Assistant Secretary of American Contractors Indemnity Company, Texas Bonding Company, United States Surety Company and U.S.
Specialty Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said
Companies, Which is still in full force and effect; furthemtora he.resolutions of the Boards of Directors, set out in the Power of Attony artin
fotee_aR effect
W Witne s WIterepf,-1 have hereuntt €d t hd tht wed the seals of said Companies at Los Angeles, Cahfol t ts-1 t
ecenber • , 2016, -
Corporate Seals o1 pncioesfy
_Bolid1,Io HB 3H17 02-
eroyt6.
Kio Lo, Assistanf e_cretar -
Acknowledgment of Surety
State of Minnesota
County of Hennepin
On this 1st day of December, 2016 before me personally appeared Jeremy Crawford
who acknowledged that he or she is the attorney in fact who is authorized to sign on
behalf of American Contractors Indemnity Company (surety company), the foregoing
instrument, and he thereupon duly acknowledged to me that he ex eu -d the same.
\TA 0 FUKNA
4, Notary Public -Minnesota
My Commission Expires Jan 31, 2019
Notary Public