Loading...
HomeMy WebLinkAboutCramer and Associates, Inc.Ari Msc..c=JaLs 3\ $u) s;1_ 0,Q kk-i gal r a�wP S d CITY OF uvA T ERLri] CITY CLER `S } . _ CE OCT 6 2016 p42:52:58 -� 9� 201-7 evt2/tii 11a)s A. 8-t9 e-1-/ NIA ,\-1 m-6, Cv'det.4,✓ a-� ,C CFI? QF WATERLOO CITY CLERKS OFFICE )CT 6 2Or- -v12:52:53 FORM OF BID OR PROPOSAL F.Y. 2017 BRIDGE DECK REPAIR AND OVERLAY PROGRAM CONTRACT NO. 879 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 vxt , a Partnership consisting of the following partners: having familiarized (himself) (themselves) (itself) with the existing conditions on the project area affecting the cost of the work, and with all the contract documents listed in the Table of Contents and Addenda (if any), as prepared by the City Engineer of the City of Waterloo now on file in the office of the City Clerk, City Hall, Waterloo, Iowa, hereby proposes to furnish all supervision, technical personnel, labor, materials, machinery, tools, appurtenances, equipment, and services, including utility and transportation services required to construct and complete this F.Y. 2017 BRIDGE DECK REPAIR AND OVERLAY PROGRAM, Contract No. 879, all in accordance with the above -listed documents and for the unit prices for work in place for the following items and quantities: BID ITEM DESCRIPTION DIVISION 1 - BASE BID -_ ; UNIT EST. QTY. UNIT BID PRICE. TOTAL BID -PRICE- 1 REMOVALS LS 1.0 $' c, cc` a: $ 5-0 DOC, c30 2 STRUCTURAL CONCRETE, MISCELLANEOUS CY 25.4 $ I100 c' $ 4,13e / e, o;, 3 REINFORCING STEEL, EPDXY COATED LB 750.0$ /,5-o $ i, iZS'.x 4 DECK REPAIR, CLASS A SY 729.0 $ 210 c5o $15-3, 7' :,-' 5 DECK REPAIR, CLASS B SY 74.0 $ 11o�. °,' $ 2_`),(, 00 0 - 6 STEEL EXTRUSION JOINT WITH NEOPRENE LF 202.0 $ 2 °°• `''.-> $ i{v, `foe . A' 7 NEOPRENE GLAND INSTALLATION AND TESTING LF 202.0 $ ya $ 8 O g° D'' 8 CONCRETE REPAIR SF 600.0 $ tv 3e $ q g , C°D •'" 9 FURNISH TEMPORARY BARRIER RAIL LF 1,380.0 $ 12. co $ i (k, C-40 c-- 10 INSTALL TEMPORARY BARRIER RAIL LF 2,760.0 $ 2 , c., $ C—CZO- `"' 11 TEMPORARY CRASH CUSHION, FURNISH AND INSTALL EACH 8.0 $ tr3`'" - �0 $ (04 o` . s:: 12 BRIDGE APPROACH, BR -201 SY 1,328.2 $ .Z. . 63 $ Z4 c , `l0 . N FORM OF BID CONTRACT NO. 879 Page 1 of 5 13 BRIDGE APPROACH, BR -202 SY 850.0 $ Zoo. co $ ! 76.tea 14 STANDARD NON REINFORCED PAVING, PCC, 9 INCH, C-4 W/ CD - JOINTS SY 796.8 $ S'/ . cap $ 110‘6.36- , 8,, 15 EXCAVATION EARTHWORK CY 100.0 $ ZJ•JD $ Tocst „z, 16 MODIFIED SUBBASE TON 207.0 $ Z S. a> $ S'[ "2 C -c 17 LONGITUDINAL GROOVING IN CONCRETE SY 5,104.0 $ Z, Cc' $ F 2;7Lo • .:u 18 REMOVAL OF PAVEMENT SY 2,939.1 $ J. aj $ 40°Zr c;o 19 REMOVAL OF EXISTING PAVEMENT LUG LF 332.0 $ c-. a' / $ 91,o. 60 20 CONCRETE BARRIER, TAPERED END, BA -108 EACH 4.0 $ ?3`.3`' • w $ j 3, 2_00- •'" 21 REMOVE AND REPLACE ABUTMENT BEARING PLATES B,C AND D, CLEAN AND PAINT PLATE A, RIVER ROAD EACH 20.0 $ 41"1-1> ' `t' $ 'o, `"'`' au 22 REMOVE AND REPLACE ABUTMENT BEARING PLATES, CLEAN AND PAINT SOLE PLATE, WESTFIELD EACH 18.0 $ 19 m. w $ 3`!, 2.0.E 23 FLOOR DRAIN EXTENSION, RIVER ROAD EACH 17.0 $ Ii )° `'° $ J 3 / 0. 0.:, 24 FLOOR DRAIN EXTENSION, WESTFIELD AVE. EACH 12.0 $ 4 s'-'3• `'o $ 7e0 - L:0 25 SIDEWALK/TRAIL REMOVAL SY 120.0 $ 4.1°,0z) $ tigoc,a5 26 SIDEWALK/TRAIL, PCC, 6 INCH SY 120.0 $ , Sb $ 13 (o , 27 FLUME, PCC, 6 INCH SY 8.5 $ 1 'S 0 • `1' $ Z q 7S• °" 28 SLOPE PROTECTION REMOVAL SY 181.0 $ Z'1. oo $ yge'7. 29 SLOPE PROTECTION PAVING, 4 INCH PCC w/ 6x6 #10 x #10 WW M SY 181.0 $ r • iP % $ / 3 ' s�� 30 PAVING NOTCH AND BACKWALL, WESTFIELD AVE. LF 90.0 $ 5-00. co $'1 S, c00 . 31 FLOWABLE MORTAR CY 2.0 $ c,00. a) $ 11-oO 32 PAINTED PAVEMENT MARKING, WATER BORNE OR SOLVENT -BASED STA 79.91 $ 2-7. `x' $ Z/ S 7 . 17 33 PAVEMENT MARKINGS REMOVED STA 78.91 $ Li 5-."- $ 3 SS -°'1 34 MOBILIZATION LS 1.0 $ itt mo - LY-) $ IA c oa=,m 35 DETOUR, WESTFIELD AVENUE LS 1.0 $ 1 n'. b $ S/ Ot3. v.� 36 TRAFFIC CONTROL LS 1.0 $ 0, ea,. a $ to, ecb, TOTAL DIVISION 1 — BASE BID$ 1 5O9 (91-11,9 Z- `/ FORM OF BID ' CONTRACT NO. 879 Page 2of5 BID ITEM DESCRIPTION ALTERNATE A - OPTION 1 UNIT EST. QTY. UNIT BID PRICE TOTAL BID PRICE 37.1 DECK OVERLAY (CLASS 0 PCC) SY 3,305.0 $ $ TOTAL ALTERNATE A - OPTION 1 $ g v t' y4 BID ITEM DESCRIPTION ALTERNATE A - OPTION 2 UNIT EST. QTY. UNIT BID -` PRICE TOTAL BID. PRICE 37.2 DECK OVERLAY (CLASS HPC -0 PCC) SY 3,305.0 $ if "s , • $ / Y E, 7 z.Ss. 0- / i TOTAL ALTERNATE A - OPTION 2 $ 1 y , - "0 BID ITEM DESCRIPTION _ `: DIVISION:2 = WESTFIELD: PAVEMENT THROUGH LEVEE CLOSURE UNIT EST. QTY. UNIT BID PRICE TOTAL BID PRICE 1 REMOVAL OF PAVEMENT, REINFORCED SY 296.2 $ % • '''`' $ 1 4/1/?. a ° 2 REINFORCED PAVING, PCC, 8 INCH, C-4 W/ 8X15 6X6 4X4 GAUGE SHEETS SY 296.2 ,Q. OC $ S -6. $ /Y, '< `-"s ,` 3 MANHOLE REPAIR, AS PER DETAIL EACH 2.0 $ Z 2or o° $ y`1`0ti 4 FURNISH AND INSTALL BASE PLATE EACH 2.0 $ i Sa `'G $ .3, v" 5 FURNISH AND INSTALL MANHOLE FRAME AND COVER EACH 2.0 $ g do . cA" $ iL u a , u 6 PARTIAL DEPTH CONCRETE REPAIR ON GATE SILL LS 1.0 $ S a -'@'s' `"-) $ C-\°-" TOTAL DIVISION 2 $ .3 U c S" 3 . 00 /16 TOTAL DIVISION 1 BASE BID + ALTERNATE A OPTION 1 + DIVISION 2 / $ / LI.b t> C TOTAL DIVISION 1 BASE BID + ALTERNATE A OPTION 2 + DIVISION 2 . $ 111-1 f:. z s `r 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 FORM OF BID CONTRACT NO. 879 Page 3 of 5 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 Le - ,c0,...1 Dollars ($ 5u10 ) in the form of �,c1 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 ( X ), 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. Date 10. The bidder shall list the MBE/WBE subcontractor(s), amount of subcontracts and bid items on the City of Waterloo Minority and/or Women Business Pre-bid Contact Information Form submitted with this Form of Bid or Proposal. The apparent low Bidder shall submit a list of all other Subcontractor(s) to be used on this Project to the City of Waterloo by 5:00 p.m. the business day following the day Bids on this Project are due along with the Non -Collusion Affidavits of All Subcontractor(s). The Contractor shall submit information on subcontractors on "SUBCONTRACTOR REQUEST AND APPROVAL" Form to be provided by City prior to approval of contract. The subcontractors listed on this proposal and/or submitted to the Contract Compliance Officer cannot be changed except for the following reasons: 1) The City of Waterloo does not approve the subcontractors. 2) The subcontractors submit in writing that they cannot fulfill their subcontracts. FORM OF BID CONTRACT NO. 879 Page 4 of 5 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. (Name of Bidder) BY: Title Official Address: (Including Zip Code): loo Sud ,ve to ot,j l b (Date) -Pres ► /c_!3 Gr�rt•A.T �lll I.R.S. No. x-12- \\o2..1-koo FORM OF BID CONTRACT NO. 879 Page 5 of 5 i State of bra County of Polk NON -COLLUSION AFFIDAVIT OF PRIME BIDDER )ss --g..)i2,r� evu,,,.Q..,. , being first duly sworn, deposes and says that: 1. Hen is (Owner, Partner, o fficer, ' epresentative, or Agent) , of i ,ue.- a h�S'Vy-jS'nc, , the Bidder t -t 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 (Signed) affiant. Tres, ,. Title C Subscribed and sworn to before me this ) day of C%cY-e , My commission expires /1— /.S--/ L LISA CROYLE b Commission Number 781379 tom. =. My Commission Expires Title NON -COLLUSION AFFIDAVIT OF SUBCONTRACTOR State of ) County of ) , being first duly sworn, deposes and says that: ) ss: 1. He is (Owner, Partner, Officer, Representative, or Agent) of hereinafter referred to as the "Subcontractor;" 2. He is fully informed respecting the preparation and contents of the subcontractor's proposal submitted by the subcontractor to contract pertaining to the project in (City or County and State) 3. Such subcontractor's proposal is genuine and is not a collusive or sham proposal; 4. Neither the subcontractor 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 proposal in connection with such contract or to refrain from submitting a proposal in connection with such contract, or has in any manner, directly or indirectly, sought by unlawful agreement or connivance with any other bidder, firm or person to fix the price or prices in said subcontractor's proposal, or to fix any overhead, profit or cost element of the price of prices in said subcontractor's proposal, or to secure through 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 subcontractor's proposal 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) Subscribed and sworn to before me this day of 201 Title Title My commission expires 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 RESIDENT BIDDER CERTIFICATION CONTRACT NO: 819 PROJECT NAME: f Y Z 1 2 -;ca p/1„,- ac,‘ DATE OF LETTING: v,547 & Occ1.44,2,f Z6/6, 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 ,ra4,-o,, c So i 5 CORPORATE OFFICER TITLE -Pres ;(C A DATE kloS7i6 CONTRACT NO.: PROJECT NAME: DATE OF LETTING: NON-RESIDENT BIDDER CERTIFICATION 1 hereby certify that I am an Iowa non-resident bidder. COMPANY NAME: CORPORATE OFFICER: TITLE: DATE: STATE/COUNTRY OF RESIDENCY: Stated below are the preference(s) to resident bidders in the state/country of (Preference to bidders, labor force, or other preferential treatment to bidders or laborers, etc. MBEIWBE BUSINESS ENTERPRISE I PRE-BID CONTACT INFORMATION FORM Prime Contractor Name: C1a 9+r cod Assc,,,A,:, Project: 2c,i-7 3<zAgQ a,, Letting Date: I0jra6f (b 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: ?43.; /.yl/c, Date: ioia1„/;b SUBCONTRACTORS APPLICABLE: You are required, in order for your bid to be considered responsive, to provide the information on this form showing ALL of your MBE/WBE subcontractor contacts made for your bid submission. This information is subject to verification. Any questions 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 MBE/WBE Business Enterprise contacts made prior to your bid submission. This information is subject to verifications and confirmation. If you are unable to identify MBE/WBE firms to perform portions of the work, please contact 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 MBEIWBE 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 7o-n)e_ks :2_ O tc hio N 5 I,/4//4 4/o -DC porn-` Iuicfi jib \I "6 lol t_ 1/ ( Y 2S 4 Z' t o'° C,,Le; s Q S Ili oto N 0 Cli-s,cA,- C„,5,1,,k,, 145-100 /-5 ,fie / 4 /i 4 (Form CCO-4) Rev. 06-20-02 MBE/WBE BUSINESS ENTERPRISE PRE-BID CONTACT INFORMATION FORM INSTRUCTIONS Prime Contractor Responsibilities: Prime Contractors bidding on City of Waterloo contract work are required to ensure that MBE/WBE businesses are provided the opportunity to participate in the performance of contracts and subcontracts. Prime contractors are required to assist MBE/WBE businesses in overcoming barriers to participation, and must make good faith efforts to secure bids from, and award subcontracts to, MBE/WBE businesses. For all contract bids of $50,000 or more, the following is required to demonstrate good faith efforts in accordance with this policy: 1. "MBE/WBE BUSINESS ENTERPRISE PRE-BID CONTACT INFORMATION FORM" submitted with the prime contractor bid, properly completed and signed on Form CCO-4 (Rev. 06-20-02). Please note that this document must include all subcontractor contacts, bids received, and awarded - not just those related to disadvantaged business enterprise vendors. 2. A minimum of three (3) MBENVBE business contacts must be made and documented, if there are at least three (3) MBE/WBE businesses offering services in the areas to be subcontracted (see City of Waterloo MBE/WBE Certified List) If less than three (3) are offering the services to be subcontracted, then a contact is required for any that are listed as providing that service. If you have submitted a MBE)WBE contact not on the City's MBENVBE list, attach a copy of the certification from another government agency. 3. Contacts to each MBE/WBE businesses are required to be a minimum of seven (7) working days prior to the date the prime contractor submits the bid to the City of Waterloo. 4. The following documentation must accompany the "MBE/WBE BUSINESS ENTERPRISE PRE-BID CONTACT INFORMATION FORM" for each MBENVBE business contacted: a. A copy of the bid received from the MBE/WBE, OR b. If no bid was received, a copy of correspondence received from the MBENVBE with a "no bid" response, OR c. If no response was received, a copy of the solicitation sent to the MBE/WBE with proof of mailing attached. 5. If any MBENVBE business submitting bids are not selected for subcontract award, documentation must accompany the "MBENVBE BUSINESS ENTERPRISE PRE-BID CONTACT INFORMATION FORM" on why the MBENVBE was not selected. These reasons could include: a. Not low bid. Copies of the competing bids may be required for verification. b. MBE/WBE did not bid, withdrew bid or was non-responsive. c. Documentation of other business-related reason for not selecting the MBE)WBE business for a subcontract. d. Prime contractor self performs work. e. Any other reason relied on by the Prime Contractor. The Contract Compliance Officer will determine the weight to be given to each item listed above (supported by appropriate documentation) based on overall program goals. Subcontractors Responsibilities: 1. Each MBENVBE firm planning to submit quotes on construction projects with goals, shall submit a Letter of Intent to Bid (Form CCO-5) to the City Contract Compliance Officer seven (7) working days prior to bid opening, listing specific items which the MBENVBE firm is interested in bidding. If the City Contract Compliance Officer does not receive sufficient scope letters seven (7) working days prior to bid opening, goals on subject project will be reduced accordingly. Agreements between the bidder/proposer and an MBENVBE in which the MBENVBE promises not to provide subcontracting quotations to other bidders/proposers are prohibited. Form CCO-4A Rev. 07-08-02 BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, Cramer and Associates, Inc as Principal, and Western Surety 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 conditj n of this obligation is such that whereas the Principal has submitted the accompanying bid dated the day of October , 20 16 , for F Y 9017 Rridg- Deck Repair and Overlay Program Contract No. 879 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 6 day of October , A.D. 201 6 . Cra et d)ssociates, Inc. (Seal) Pri�"al Witness LL C Witness By (Title) Western Sur: Com . an (Seal) Surety By Attorney- fact Timothy J. Smith Western Surety Company POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know All Men By These Presents, That WESTERN SURETY COMPANY, a South Dakota corporation, is a duly organized and existing corporation having its principal office in the City of Sioux Falls, and State of South Dakota, and that it does by virtue of the signature and seal herein affixed hereby make, constitute and appoint Laura A Foust, Scott A Saveraid, Timothy J Smith, Brian C Matlock, Thomas R Schwab, Debra J Mills, Joyce L Briggs, Michael F Wernsman, Individually of Davenport, IA, its true and lawful Attorney(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on its behalf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - and to hind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said Attorney, pursuant to the authority hereby given, are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By -Law printed on the reverse hereof, duly adopted, as indicated, by the shareholders of the corporation. In Witness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its Vice President and its corporate seal to be hereto affixed on this 3rd day of June, 2016. State of South Dakota County of Minnehaha Ss WESTERN SURETY COMPANY ul T. Bruflat, Vice President On this 3rd day of June, 2016, before me personally cane Paul T. Bruflat, to me known, who, being by me duly sworn, did depose and say: that he resides in the City of Sioux Falls, State of South Dakota; that he is the Vice President of WESTERN SURETY COMPANY described in and which executed the above instrument; that he knows the seal of said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to he the act and deed of said corporation. My commission expires June 23, 2021 CERTIFICATE J. Mohr, Notary Public I, L. Nelson, Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in force, and further certify that the By -Law of the corporation printed on the reversehereofis still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said corporation this day of C— tOklar Form F4280-7-2012 WESTERN SURETY COMPANY L. Nelson, Assistant Secretary Authorizing By -Law ADOPTED BY THE SHAREHOLDERS OF WESTERN SURETY COMPANY This Power of Attorney is made and executed pursuant to and by authority of the following By -Law duly adopted by the shareholders of the Company. Section 7. All bonds, policies, undertakings, Powers of Attorney, or other obligations of the corporation shall be executed in the corporate name of the Company by the President, Secretary, and Assistant Secretary, Treasurer, or any Vice President, or by such other officers as the Board of Directors may authorize, The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or agents who shall have authority to issue bonds, policies, or undertakings in the name of the Company. The coporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile.