Loading...
HomeMy WebLinkAboutWilson Custom TreeCITY OF WATERLOO, IOWA WATERLOO LEISURE SERVICES COMMISSION BID FORM for 2018 RIGHT-OF-WAY MOWING BIDDER: WI I Stir% 6 USftrm ire(_ COMPANY NAME n ' ADDRESS: �l� #t Short ett �f�SGc� , :m 13 PHONE: (.J(p3 ) 642 - q -a 35 1. The undersigned, being a Corporation existing under the laws of the State of N/A , a Partnership consisting of the following partners: /V/q having been familiarized with the existing conditions on the project area affecting the cost of the work, and with all the Contract Documents now on file in the offices of the City Clerk, City Hall, Waterloo, Iowa, and the Waterloo Leisure Services Commission, 1101 Campbell Ave., Waterloo, Iowa, hereby proposes to furnish all supervision, technical personnel, labor, materials, machinery, tools, equipment, and services, including utility and transportation services required to complete the proposed RIGHT- OF-WAY MOWING, in accordance with the contract documents and for the unit price in place for the following amount: OPTION A: provide all mowing services for: • Broadway St. (22 acres) Parker St. to Airport Blvd. • Dubuque Road (8.2 acres) Nevada St. to Evansdale city limits • San Marnan Dr. (36.6 acres) W.4`h St. to Texas St. • US 218 corridor (68.6 acres) US 63 interchange to San Marnan Dr. • Highway 20 overpasses (7 acres) Hammond Ave., Kimball Ave., Ansborough Ave., WA ' St. • Martin Luther King Jr. Dr. (23 acres) Franklin St to Idaho. • Police Training Center (2.6 acres) Martin Luther King & Elk Run Rd Total 168 acres Price Per Acre: /JD PG dollars ($ OPTION B: provide all specified mowing services for • University Ave. (13 acres) and • Greenhill Road (28 acres) Total 41 acres Price Per Acre: �tiy(t� (16-etetto Ana kW//tan dollars ($ fro. 0� ) BID FORM page I of 3 OPTION C: provide all specified mowing services for Fairview Cemetery (8 acres) Price Per Acre: oUfLV, - (1 %/-&D dollars ($ 86,v_2 OPTION D: provide all specified mowing services for Virden Creek Waterway (2 acres) Price Per Acre: nn y I,4>ti L4-uL �plt, 31.to,i1 GVH /lun--- dollars($ 515. 69z. ) OPTION E: provide all specified mowing services for Logan Ave/Hwy 63 (8.1 acres) Price Per Acre: StAgnit "4-4 Achim dollars($ 70 2. It is understood that the quantities set forth are approximate only and subject to variation and that the unit price for the work done shall govern the actual payment to the Contractor. 3. In submitting this bid, the Bidder understands that the City reserves the right to reject any or all bids and to award one or more contracts for a single Option, all Options together, or any combination of Options. If written notice of acceptance of this Bid is mailed or delivered to the undersigned within thirty (30) days after Bid Opening, of 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 certificate of insurance within ten (10) days after the agreement is presented for signature, and start work within ten (10) days after "Notice to Proceed" is issued. 4. Security in the sum of atvi & arms &iwt dollars ($ 5,000 ) in the form of 13-14 Pant., , is submitted herewith in accordance with NOTICE TO BIDDERS. 5. Attached is a Non -Collusion Affidavit of Prime Contractor. 6. The Bidder is prepared to submit a financial and experience statement upon request. 7. 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 FOC, within ten (10) days of notification that the bid submitted is lowest and acceptable. 8. The Bidder has received the following Addendum or Addenda: Addendum No. -13- Date: -G / -9- l -6- / / / / BID FORM page 2 of 3 9. The Bidder shall list the MBE/WBE subcontractors, amount of subcontracts and bid items listed on the City of Waterloo Minority and /or Women Business Pre-bid Contract Information Form submitted with this Bid Form. 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 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 10. The Bidder shall list all equipment available for this project: (a)Trr Ftn Lttc-e v c mnb €n4' nv -tai,, (.9) 5<'" en Lat it, 11-(o"J-&iun taw- I,l'kttc, Ar hu u <P0'" J,s u tme . wn tophSti pt,.t.t lo.c45,nd. 9/ dux �l moi, ons Jacky, aunt:nimo 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 alternatives, delete line items, and/or to reduce quantities prior to the Award of Contract due to budgetary limitations. SIGNED: DATE: 11- / 3 1/8 BID FORM page 3 of 3 NON -COLLUSION AFFIDAVIT OF PRIME BIDDER State of -rci ) Countyof14u ua&L ) , being first duly sworn, deposes and says that: 1. He is (Owner), (Partner), (Officer), (Representative), or (Agent) of YUikSson Cttstrrb 4 ttC_ 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, film or person to fix the price or prices in the attached Bid or of any other Bidder, or, to fix any overhead, profit or cost element of the bid price or the bid price of any other Bidder, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against the City of Waterloo, Iowa, or any person interested in the Proposed Contract; and 5. The price or prices quoted in the attached Bid are fair and proper and are not tainted by any collusion, conspiracy, connivance or unlawful agreement on the part of the Bidder or any of its agents, representatives, owners, employees, or parties in interest, including this affiant. Title Su.7rbcraYea'a.vy4Latuorwto- before/ meitliv>if .a' C' ,y of_il , 2018. 5CratbWe, rate. My conCowexpCrey 03_ i7 /a0 4o o 03 D X p Du v N 43 NON -COLLUSION AFFIDAVIT OF SUBCONTRACTOR State of N/Q ) County of ,V/.A ) W/4 that: , being first duly sworn, deposes and says 1. He is (Owner), (Partner), (Officer), (Representative), or (Agent) of NAq 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 Au i4 , contract pertaining to the 2018 RIGHT-OF-WAY MOWING CONTRACT in Waterloo, Black Hawk County, Iowa; 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; 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. id94 N/A Signature Title Sitorarhed,cm sworwto-before'wie th i !/} day of NIA , 2018. Stgvtature' My co-winnlikkilory e4qiwed' N/4 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 contractor, 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 Tei,uination 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 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. EQUAL OPPORTUNITY CLAUSE PAGE 1 OF 2 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: Maar Appropriate Official ¥/3 /J8 Title Date EQUAL OPPORTUNITY CLAUSE PAGE 2 OF 2 STATEMENT OF BIDDER'S QUALIFICATIONS (To be submitted by the Bidder only upon request of the City of Waterloo, Iowa.) All questions shall be answered and the data given must be clear and comprehensive. This statement must be notarized. If necessary, questions may be answered on separate attached sheets. The Bidder may submit any additional information desired. 1. Name of Bidder. Jeff 2. Permanent main office address. a. la Short P — 3. When organized. �eSGO' 5`L13(o iqt 4. If a corporation, where incorporated. by/A 5. How many years have you been engaged in the contracting business under your present firs 1 or trade name? 01n �y s 6. Contracts on hand: (Schedule these amount of each contract and the appropriate anticipated dates of completion.) VvaI-t,-ILn 7TxrL lee4-nzucLQ - (PS ryiGt-� • . 7. General character of work performed by your company. —Tra SON tcc/ (loon MN/0;T 8. Have you ever failed to complete any work awarded to you? If so, where and why? /✓L) 9. Have you ever defaulted on a contract? If so, where and why? 10. List the more important projects recently completed by your company, stating the approximate cost for each, and the month and year completed. Gott Oh 114,06 • W �-errloe) Sixt.p6 U 11. List your major equipment available for the contract. ry rYftnex �3 1~- tite A7/ 41--friviters9- swiopez.e. nee.Le,r>�' 12. Experience in landscape work similar in importance to the project. i J 13. Background and experience of the principal members of your organization, including the officers. L( e rl1/23k fi.e.eo' w i 4I env 10 tai -3 i n Corr, nyj, 14. Credit available: $ (pb, bOO --101000 15. Give Bank reference: E i'fz en Skede. Admit. - Pr wc. s (u^2- 16. Will you, upon request, fill out a detailed financial statement and furnish any other information that may be required by the City of Waterloo, Iowa? 145 17. The undersigned hereby authorizes and requests any person, firm, or corporation to furnish any information requested by the City of Waterloo, Iowa, in verification of the recitals comprising this Statement of Bidder's Qualifications. STATEMENT OF BIDDERS QUALIFICATIONS PAGE 1 OF 2 Dated this day of (,P'(,t.-e✓ ,20/5 . By: Name of Bidder • .. 11 Title: O w n er State of Ioiack ) ) ss County of+ OlL trd Vie# V1l �`1Q-, , being duly sworn deposes and says that she/he is Owner of kron 6uSarm 1 ree_ Name of Organization and that the answers to the foregoing questions and all statements therein contained are true and correct. Subscribed and sworn to before me this ?5' "day of god .e April D. Buls Commission Numbe x783® 6 MY COMM. EXP. / l OtyChti Notary Public My commission expires , 20 /5 . 03/17/80 ,20 STATEMENT OF BIDDER'S QUALIFICATIONS PAGE 2 OF 2 Bid Bond CONTRACTOR: (Nance, legal status and address) Jeff Wilson dba Wilson Custom Tree 212 Short Avenue Cresco, IA 52136 Bond Number 41393487 SURETY: (Name, legal status and prncipal place of business) Platte River Insurance Company P.O. Box 5900 Madison, WI 53705-0900 OWNER: (Name, legal status and addivss) City of Waterloo - Waterloo Leisure Services Commission 1101 Campbell Ave. Waterloo, IA 50701 BOND AMOUNT: Three Thousand and No/100 Dollars $3,000.00 PROJECT: (Name, location or address, and PPnject number; if any) 2018 Right of Way Mowing [Mowing of Open Areas] Waterloo, IA This document has important legal consequences. Consultation with an attorney is encouraged with respect to its completion or modification. Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable. The Contractor and Surety are bound to the Owner in the amount set forth above, for the payment of which the Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, as provided herein. The conditions of this Bond are such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents, or within such time period as may be agreed to by the Owner and Contractor, and the Contractor either (1) enters into a contract with the Owner in accordance with the terms of such bid, and gives such bond or bonds as may be specified in the bidding or Contract Documents, with a surety admitted in the jurisdiction of the Project and otherwise acceptable to the Owner, for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof; or (2) pays to the Owner the difference, not to exceed the amount of this Bond, between the amount specified in said bid and such larger amount for which the Owner may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. The Surety hereby waives any notice of an agreement between the Owner and Contractor to extend the time in which the Owner may accept the bid. Waiver of notice by the Surety shall not apply to any extension exceeding sixty (60) days in the aggregate beyond the time for acceptance of bids specified in the bid documents, and the Owner and Contractor shall obtain the Surety's consent for an extension beyond sixty (60) days. If this Bond is issued in connection with a subcontractor's bid to a Contractor, the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. By arrangement with the American Institute of Architects, the National Association of Surety Bond Producers (NASBP) (www.nasbn.org) makes this form document available to its members, affiliates, and associates in Microsoft Word format for use in the regular course of surety business. NASBP vouches that the original text of this document conforms exactly to the text in AIA Document A310-2010, Bid Bond. Subsequent modifications may be made to the original text of this document by users, so careful review of its wording and consultation with an attorney are encouraged before its completion, execution or acceptance. 1 When this Bond has been furnished to comply with a statutory or other legal requirement in the location of the Project, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein. When so furnished, the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. Signed and sealed this 2nd day of ,Aril. 2018. gA, (Witness) Rita Jo genson (Witness Jeff Wilson dba Wilson Custom Tree (Principal) Platte River Insurance Company (Snreo) (Seal) (Seal) Jack Anderson, Attonrey-in-Fact By arrangement with the American Institute of Architects, the National Association of Surety Bond Producers (NASBP) (www.nasbp.org) makes this form document available to its members, affiliates, and associates in Microsoft Word format for use in the regular course of surety business. NASBP vouches that the original text of this document conforms exactly to the text in AIA Document A310-2010, Bid Bond. Subsequent modifications may be made to the original text of this document by users, so careful review of its wording and consultation with an attorney are encouraged before its completion, execution or acceptance. 2 ACKNOWLEDGMENT OF PRINCIPAL (Individual) State of 1 -B -W County of (-Jv-wGA_.d On this day of , in the year ,gtD 1 'b , before me personally comes t )116 to me known and known to me to be the person who is described in and executed the foregoing instrument, and acknowledges to me that he/she executed the same. State of SAL ow .0111, April D. Buis Commission Number 783138 MY COMM, EXP E4111429_ ACKNOWLEDGMENT OF PRINC County of } 1 16140 Notary Public AL (Partnership) On this day of � , in the year , before me personally come(s) a member of the co -partnership of to me known and known to me to be the per n who is described in and executed the foregoing instrument, and acknowledges to me that he/she execute a same as the act and deed of the said co -partnership. Notary Public ACKNOWLEDGMENT OF PRINCIPAL"(Corporation/LLC) State of County of On this day of , in e year , before me personally come(s) , to ' e known, who being duly sworn, deposes and says that he/she resides in the City of that he/she is the of the , the corporation described in and which executed the foregoing instrument, a d that he/she signed his/her name thereto by like order. Notary Public P..-•.-I}..`-,r+b- }: lr11;11/ n�°d s �°7l�t5a1.O.pa2i°�f'/'•.{';:.:':�Vt",au.er:Yn.?mo`.:itiuY\f•.;t'itj„lr_•Y.":•.•�?.. .vr.Y�Yflrs•'.q..•.,',.t'l:Y'.r�r _ .'•ti.,l1e/! v,t '?.-_�'e4- —;.•+,,a,'i4 /_•Jfrii.I+�tf��4.•ri'u`.3i �'rP ,• d0......4.0;, -?t 1.'. �!h5yf'V•l°lS40L %P-1�tlt, rI1:, . ,itlftiF: J� '' •. .F ? j * 35}•W.f;,•'�: ,,hz•L.:.v,..• °fg•.er, r.4:;.:o;�:`.i/ .1 ..9 :S'4i!� • �OY!t„4 , ,,r+4,I., ltqYQ,l' i'' t1WAWAllhA1I I6tdltt{llilli4ilttdlijkitliltpifRlliiitioIl1111"itilll'lIVA [UnA}lo7Ikliti1ath ip, I i 4 i##t't 1 �.4PLATTE RWER INSURANCE C hPANY 413 94 l� �coa-N �..r� POWER OF Al ll ORNEY !: \�.-'-:__ KNOW ALL MEN BY THESE PRESENTS, That the PLATTE RIVER INSURANCE COMPANY, a corporation of the State of Nebraska, having,' kr.- - ,7-0 ��rail ry it its principal offices in the City of Middleton, Wisconsin, does make, constitute and appoint 4 ---------------------------------------- JACK ANDERSON; RONALD KAIHOI - . <04-e-- 0e its true and lawful Attomey(s) in fact, to make, execute, seal and deliver for and on its behalf, as surety, and as its act and deed any all bonds; undertakings- , W� { and contracts of suretyship, provided that no bond or undertaking or contract of suretyship, executed under this authority shall exceed in amount the sum of zp * -ALL WRITTEN INSTRUMENTS IN AN AMOUNT NOT TO EXCEED: $20 000 000.00-.v\ cifv4S... @11.,w n y ! ••::4tH This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of PLATTE RIVER INSURANCE COMPANY at a meeting duly called and held on the 8th day of January, 2002:, "RESOLVED, that the President, Executive Vice President, Vice President, Secretary or Treasurer, acting individually or otherwise, be and they hereby are granted the power and authorization to appoint by a Power of Attorney for the purposes only of executing and attesting bonds and undertakings, and other writings obligatory in the nature thereof, one or more resident vice-presidents, assistant secretaries and attorneys) -in -fact, each appointee to have the powers and duties usual to such offices to the business of this company; the signature of such officers and seal of the Company may be affixed to any such power of attorney or to any certificate relating thereto by facsimile, and any such power of attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the Company, and any such power so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking or other writing obligatory in the nature thereof to which it is attached. Any such appointment may be revoked, for cause, or without cause, by any of said officers, at any time." In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and authority hereby given to the Attorney -in -Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the Attorney -in -Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner — Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation. IN WITNESS WHEREOF; the PLATTE RIVER INSURANCE COMPANY has caused these presents to be signed by its officer undersigned and its corporate seal to be hereto affixed duly attested, this 3rd day of May, 2017. Attest: Jdlin E. Rzepinski Vice President, Treasurer & CFO Suzanne M. Broadbent Assistant Secretary �o STATE OF WISCONSIN Nimuinntitl� �\\\ COUNTY OF DANE f S.S.: i On the 3rd day of May, 2017 before me personally came Stephen J. Sills, to me known, who being by me duly sworn, did depose and say: that he resides in the County of New York, State of New York; that he is President of PLATTE RIVER INSURANCE COMPANY, the corporation described in and which executed the above instrument; that he knows the seal of the said corporation; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said corporation and that he signed his name thereto by like order. q»NW19uppkh pfp J. RfcF (1-4' TAitj,Fa i STATE OF WISCONSIN 5 ��°F %+l nawoea` COUNTY OF DANE } r0: OMTF co 0. Yy SEAL = PLATTE RIVER INSURANCE COMPANY At',04 'd4 Stephen J. Sills CEO & President David J. Regele Notary Public, Dane Co., WI My Commission Is Permanent I, the undersigned, duly elected to the office stated below, now the incumbent in PLATTE RIVER INSURANCE COMPANY, a Nebraska Corporation, authorized to make this certificate, DO HEREBY CERTIFY that the foregoing attached Power of Attorney remains in full force and has not been revoked; and furthermore, that the Resolution of the Board of Directors, set forth in the Power of Attorney is now in force. Signed and sealed at the City of Middleton, State of Wisconsin this 2nd day of April , 20 1 8 0,tft..0 Antonio Celii , General Counsel, Vice President & Seccretary THIS DOCUMENT IS NOT VALID UNLESS PRINTED ON GREEN SHADED BACKGROUND WITH A RED SERIAL NUMBER iN THE UPPER RIGHT HAND CORNER. IF YOU HAVE ANY QUESTIONS CONCERNING THE AUTHENTICITY OF THIS DOCUMENT CALL 800-475-4450. PR-POA(Rev. 10-2017) ju11e 4' it( ttli1�°tl tt ll Ott 11 1i4tii!' I � 11i111�1#1'vi�' 11 1'�r,llrt� tl�la" `i'1141'r�i t�t4t'i�l !i 1')f �' It 1, `i +[tj1 Iftlllt:..... i ilill�i ..nil YS YYII I { nY / 17 1t11-.{ lnlni 11 14 { Y f{i 1 '1 y'ff9n13-A. nlnit {{�111t11 1 :} � !: 'Ir /M /•:\ 1{`�`p ilf°1°Y°I'e II�i tA7. i°° ,111}) �'.Y}I, o1 f• -) 1;}�� Yle/l� ®'. f11f4t. Y Yll lllli} t°'1,Pd 5°f�I 1 � } ,'� ♦i W; A4.0..'•.�04P,,,}.«fa0PfiiifiO"•Pie}ti4Da6itti•°P4 tia`•�e11iYi���.,��}.io�`�`°fit: .ori 4i: 6:/:ay°:�9,S,rd�?n� e•:•O.•.t�l.�°y.:aay..0: �..�'iSesvn +' :•S.00.}. e; .:?.,..:•.f.,,«.a.:•:; .:,,n �¢: ne; .tiv1. 4r`.-.:X•',v..,..,.._•:.•1•s: +. .ss -a E V7./\~4 s, ve a, ti <_l.` !e., ,. :'�. ° -yve 3• i?.�sv `•N-?.; <r : �`. ACKNOWLEDGEMENT OF SURETY STATE OF MINNESOTA COUNTY OF CHIPPEWA On this 2nd day of April , 2018 , before me, a Notary Public within and for said County, personally appeared Jack Anderson to me personally known, who being by me duly sworn he/she did say that he/she is the attorney-in-fact of Platte River Insurance Company , the corporation named in the foregoing instrument, and the seal affixed to said instrument is the corporation seal of said corporation, and sealed on behalf of said corporation by authority of its Board of Directors and said Jack Anderson acknowledged said instrument to be the free act and deed of said corporation. 1� ,4111M4/1—e-- NOTARY PUBLIC My Commission Expires /3/A2 &3 LEANNE C. DUIS Notary Public -Minnesota My Commission Expires J