Loading...
HomeMy WebLinkAboutFrickson Bros. ExcavatingFr k60 fl ems. 6>cer. vL*) 1737 (cf //ee n ,9re YG�-flsdm 1 �' owct. 6Z707 SE1L5L RP R ErvL± i I N cs5-rL 5Er V ICCs Liv RAC) ) d 0 i 7 t2A '�` ,q- a 3 -o8f' e-p-pidc free SGL er(av,-1 cv/-. �076 v R� �9 ^' 610 , i 8dli 113112.2!0 SfVIT13 AID O0 8 1W iU :YiI3 EXHIBIT "A" SIGNATURE PAGE 1420 Commercial Street, 1422 Commercial Street, 1426 Commercial Street, 1430 Commercial, 1211 Sycamore Street, 328 W. 14th Street, 419 Lane Street, 536 Dawson Street. The undersigned Proposer/Bidder, having examined these documents and having full knowledge of the condition under which the work described herein must be performed, hereby proposes that they will fulfill the obligations contained herein in accordance with all instructions, terms, conditions, and specifications set forth; and that they will furnish all required services and pay all incidental costs in strict conformity with these documents for the stated process as payment in full. Our bid, for demolition and site clearance of the site is, not to exceed: 1420 Commercial Street $ 7,0°6 oo 1422 Commercial Street $ G gat , a r° 1426 Commercial Street 1 $ 7/ gr <26 , u C 1430 Commercial $ n'( 9 0 . a c, 1211 Sycamore Street $ 3 666. G O 328 W. 14th Street $ //s / o U • o 419 Lane Street $ � o 536 Dawson Street $ /0 a c 6 n - Submitting Firm: 53 -We i nso. ExCeziaatiiaots Address: 'I"?' 1 CC o..than, Ocua City: Et V'o.irwciC*9e State: oa.ov.5o.. Zip: 5t?0 Authorized Representative (print) VA 2,0 r n Authorized Representative Signature Date : a- L • ao t°t Email: de \, c'r cSP90. hoo.G'1rn Phone: Okci• a3S06&o Fax: 319- SAsggcfn EXCEPTIONS/DEVIATIONS to this Request for Proposal shall be listed in writing on an attached document provided by the Bidder. Please be as specific as possible. Please check one: X Our company has no exceptions/deviations. Our company does have exceptions/deviations which are listed on an attached document. GENERAL INFORMATION. Freight and/or delivery charges, if any, shall be included in the price. FIRM PRICING. Offered prices shall remain firm for a minimum of sixty (60) days after the due date of this solicitation unless indicated otherwise. Accepted prices shall remain firm for the duration of the contract. ADDENDA (It is the Bidder's responsibility to check for issuance of any addenda). The authorized representative herby acknowledges receipt of the following addenda: Addenda Number Date Addenda Number Date Addenda Number Date Addenda Number Date We choose not to bid at this time but would like to be considered for future requests for bid CITY OF WATERLOO, IOWA Request for Bid Contract #2019-03-8P DEMOLITION AND SITE CLEARANCE SERVICES [no regulated asbestos -containing materials (no RACM)] 1420 Commercial Street, 1422 Commercial Street, 1426 Commercial Street and 1430 Commercial, 1211 Sycamore Street, 328 W. 14th Street, 419 Lane Street, 536 Dawson Street. City of Waterloo, Iowa Prepared by City of Waterloo Planning and Zoning Department SECTION I NOTICE OF REQUEST FOR BID 1.0 Receipt and Opening of Bid The City of Waterloo is seeking sealed bids for the demolition, removal and disposal of 1420 Commercial Street, 1422 Commercial Street, 1426 Commercial Street and 1430 Commercial, 1211 Sycamore Street, 328 W. 14th Street, 419 Lane Street, 536 Dawson Street. All bids must be received in a sealed envelope in City Hall (date and time stamped) by Thursday March 14, 2019 at 12:00 p.m. (our clock), Central Time, in order to be considered. City Hall is located at 715 Mulberry St, Waterloo, Iowa. Bids sent electronically or via facsimile will not be accepted. The mailing container or envelope shall be plainly marked on the outside with the notation `SEALED RFP FOR DEMOLITION AND SITE CLEARANCE SERVICES - Contract #2019-03- 08P, and the name of the company submitting the bid. 1.1 RFP Timeline Name of the Bid: Notice of RFP Date: Walk thru Date: Deadline for Bid Submittal: Submit Sealed Bid to: Method of Submittal: Contact Person, Title: E-mail Address: Phone/ Fax Numbers: DEMOLITION AND SITE CLEARANCE SERVICES- 1420 Commercial Street, 1422 Commercial Street, 1426 Commercial Street and 1430 Commercial, 1211 Sycamore Street, 328 W. 14th Street, 419 Lane Street, 536 Dawson Street. Wednesday February 27, 2019 No mandatory Walk thru Thursday March 14, 2019 at 12:00 p.m., Central Time Address exactly as stated: SEALED RFP FOR DEMOLITION AND SITE CLEARANCE SERVICES (no RACM) Contract #2019-03-08P City Hall City Clerk's Office 715 Mulberry Street Waterloo, IA 50703 Mail or Overnight Delivery, In Person (No Electronic or Fax Submittals) Chris Western, Planner/Project Manager chris.western(cr�waterloo-ia.orq Phone: 319-291-4366 Fax: 319-291-4262 RFP FOR DEMOLITION SERVICES (no RACM) : 1420 Commercial Street, 1422 Commercial Street, 1426 Commercial Street and 1430 Commercial, 1211 Sycamore Street, 328 W. 14th Street, 419 Lane Street, 536 Dawson Street. 1.2 The City reserves the right to accept or reject any or all bids and to waive any informalities or irregularities in bids if such waiver does not substantially change the offer or provide a competitive advantage to any Bidder. The City reserves the right to defer acceptance of any bid for a period not to exceed sixty (60) calendar days from the date of the deadline for receiving bids. 1.3 The City is not responsible for delays occasioned by the U.S. Postal Service, the internal mail delivery system of the City, or any other means of delivery employed by the Bidder. Similarly, the City is not responsible for, and will not open, any bid responses that are received later than the date and time stated above. Late bids will be retained in the RFP file, unopened. No responsibility will be attached to any person for premature opening of a bid not properly identified. 1.4 Bids will be opened on Thursday March 14, 2019, at 12:00 pm (our clock) Central Time in the Clerks Offic, City Hall, 715 Mulberry Street, Waterloo. The main purpose of this opening is to reveal the name(s) of the Bidder(s), not to serve as a forum for determining the awarded bid(s). 1.5 Bids will be evaluated promptly after opening. After an award is made, a bid summary will be sent to all companies who submitted a bid. Bids may be withdrawn anytime prior to the scheduled closing time for receipt of bids; no bid may be modified or withdrawn for a period of sixty (60) calendar days thereafter. SECTION II INSTRUCTIONS TO BIDDERS 2.0 The Bid shall include the attached Exhibit "A" signature page, properly completed. A company representative who is authorized to bind the company will sign on behalf of the company to indicate to the City that you have read all provisions of the RFP and agree to all terms and conditions, except as provided in paragraph 2.4 below. By making a Bid, the Bidder represents that they have examined the subject property. Any questions about the meaning or intent of the specifications must be submitted by the Deadline for Questions listed above. The City of Waterloo reserves the right to reject any or all bids, and to accept in whole or in part, the bid, which, in the judgment of the bid evaluators, is the most responsive and responsible bid. 2.1 General Liability Insurance with limits of liability of at least $1,000,000 per occurrence for Bodily Injury and Property Damage. At a minimum, coverage for Premises, Operations, Products and Completed Operations shall be included. This coverage shall protect the public or any person from injury or property damages sustained by reason of the contractor or its employees carrying out their work. 2.1.1 The City reserves the right to require increased liability limits, not to exceed Fifteen Million Dollars ($15,000,000) from bidders, should the project represent an elevated hazard level to the City as determined by the Insurance Committee. 2.1.2 Commercial General Liability Insurance Policy, including but not limited to, insurance for premises construction operations (when applicable), contractual liability, completed operations with respect to liability arising out of the ownership, use, occupancy or maintenance of the premises and all areas appurtenant thereto, to afford protection with respect to RFP FOR DEMOLITION SERVICES (no RACM) : 1420 Commercial Street, 1422 Commercial Street, 1426 Commercial Street and 1430 Commercial, 1211 Sycamore Street, 328 W. 14th Street, 419 Lane Street, 536 Dawson Street. bodily injury, personal injury, death or property damage of not less than One Million Dollars ($1,000,000) per occurrence combined single limit/Two Million Dollars ($2,000,000) general aggregate. 2.1.3 Comprehensive Automobile Liability Insurance Policy with limits for each occurrence of not less than One Million Dollars ($1,000,000) Combined Single Limit with respect to bodily injury, property damage or death. 2.1.4 Workers Compensation Insurance Policy or similar insurance in form and amounts required by law. 2.1.5 Coverage must be maintained by a financially stable carrier with a minimum AM Best rating of A- or above. It will be the outside party's responsibility to provide proof of their carriers rating. 2.1.6 The City of Waterloo, Iowa will be named as an additional insured with respect to all casualty insurance policies. 2.1.7 Certificate of insurance will be submitted to the City Clerk prior to commencement of the contract/agreement and shall include a thirty -day notice of cancellation provision. 2.1.8 If the outside party fails to perform any of its obligations under the City's Insurance and Policy Requirements, Waterloo reserves the right to either purchase the required insurance coverage and assess the cost directly to the outside party, or to declare the outside party's bid invalid. 2.2 Bonds 2.2.1 A guarantee from each Bidder equivalent to five percent (5%) of the price is required. The guarantee shall consist of a firm commitment, such as a bond, certified check, or other negotiable instrument acceptable to the City, as assurance that the Bidder will, upon acceptance of its, execute such contractual documents as may be required within the time specified. 2.2.2 Successful Bidder will be required to furnish bond in an amount equal to one hundred percent (100%) of the contract price and shall be issued by a responsible surety acceptable to the City. The bond shall guarantee the faithful performance of the contract and the terms and conditions therein contained, shall guarantee the prompt payment of all materials and labor and protect and save harmless the City from claims and damages of any kind arising out of the performance of this contract. 2.3 This Request for Bid does not commit the City to make an award, nor will the City pay any costs incurred in the preparation and submission of bids, or costs incurred in making necessary studies for the preparation of bids. 2.4 Important Exceptions to Contract Documents - The Bidder shall clearly state in the submitted bid any exceptions to, or deviations from, the minimum bid requirements, and any exceptions to the terms and conditions of this RFP. Such exceptions or deviations will be considered in evaluating the bids. Any exceptions should be noted on the Signature Page. Companies are cautioned that exceptions taken to this RFP may cause their bid to be rejected. No additional exceptions shall be allowed after submittal of a bid. 2.5 Incomplete Information - Failure to complete or provide any of the information requested in this RFP, including references, and/or additional information as indicated, may result in disqualification by reason of "non responsiveness". RFP FOR DEMOLITION SERVICES (no RACM) : 1420 Commercial Street, 1422 Commercial Street, 1426 Commercial Street and 1430 Commercial, 1211 Sycamore Street, 328 W. 14th Street, 419 Lane Street, 536 Dawson Street. SECTION III SPECIAL TERMS AND CONDITIONS 3.0 Term of Contract 3.0.1 The initial term of the Contract shall be for eleven (11) weeks, anticipated to be from the award of contract starting (March 18, 2019) to (May 31, 2019). 3.0.2 A Contract, approved by the City Council and signed by the Mayor, shall become the document that authorizes the Contract to begin, assuming the insurance requirements have been met. Each section contained herein, any addenda and the response (Bid) from the successful bidder shall also be incorporated by reference into the resulting Contract. 3.0.3 No price escalation will be allowed during the initial term of the Contract. If it is mutually decided to renew beyond the initial period and the Contractor requests a price increase, the Contractor shall provide documentation on the requested increase. The City reserves the right to accept or reject price increases, to negotiate more favorable terms, or to terminate (or allow to expire) without cost, the future performance of the Contract. 3.0.4 The total actual expenses shall not exceed the amount allowed by the project Contract, including any renewal extensions thereof, unless amended by written agreement. 3.1 Agreement Forms 3.1.1 After award, the Bidder will be required to enter into a written contract with the City. 3.1.2. Termination for Cause. In the event that Contractor defaults in the performance or observance of any covenant, agreement or obligation set forth in the Contract, and if such default remains uncured for a period of seven (7) days after notice thereof shall have been given by City to Contractor (or for a period of fourteen (14) days after such notice if such default is curable but requires acts to be done or conditions to be remedied which, by their nature, cannot be done or remedied within such 14 -day period and thereafter Contractor fails to diligently and continuously prosecute the same to completion within such 14 -day period), then City may declare that Contractor is in default under the Contract. 3.1.3 Termination for Convenience. The Contract may be terminated at any time, in whole or in part, upon the mutual written agreement of the parties. City may also choose to terminate the Contract at any time by delivering to Contractor 10 -days' advance written notice of intent to terminate. 3.1.4 Remedies. If Contractor is in default of the Contract and has not cured said default as set forth in Section 3.1.2 above, the City may take any one or more of the following steps, at its option: 3.1.4.1 by mandamus or other suit, action or proceeding at law or in equity, require Contractor to perform its obligations and covenants under the Contract, or enjoin any acts or things which may be unlawful or in violation of the rights of the City under the Contract, or obtain damages caused to the City by any such default; 3.1.4.2 have access to and inspect, examine and make copies of all books and records of Contractor which pertain to the project; 3.1.4.3 declare a default of the Contract, make no further disbursements, and demand immediate repayment from Contractor of any funds previously disbursed under the Contract; 3.1.4.4 terminate the Contract by delivering to Contractor a written notice of termination; and/or RFP FOR DEMOLITION SERVICES (no RACM) : 1420 Commercial Street, 1422 Commercial Street, 1426 Commercial Street and 1430 Commercial, 1211 Sycamore Street, 328 W. 14th Street, 419 Lane Street, 536 Dawson Street. 3.1.4.5 take whatever other action at law or in equity may be necessary or desirable to enforce the obligations and covenants of Contractor under the Contract, including but not limited to the recovery of funds. 3.1.4.6 No delay in enforcing the provisions hereof as to any breach or violation shall impair, damage or waive the right of City to enforce the same or to obtain relief against or recover for the continuation or repetition of such breach or violation or any similar breach or violation thereof at any later time or times. In the event that City prevails against Contractor in a suit or other enforcement action under the Contract, Contractor agrees to pay the reasonable attorneys' fees and expenses incurred by City. 3.2 Terms of Payment 3.2.1 Services authorized under this Contract shall be submitted as "lump sum" after services are delivered and accepted. 3.2.2 City has the right, at its discretion, to deny payment for any work by any Contractor if the total actual expenses exceed the amount allowed by the project Contract, including any renewal extensions thereof. The Contractor is not obligated to continue performance of services under this Agreement or otherwise incur costs in excess of the total actual expense allowed unless an amendment to the Contract is approved, and the City notifies the Contractor, in a written amendment, of the City's acceptance of the revised total actual expense allowed. 3.2.3 All work is to be done in strict compliance with this RFP and Demolition Specifications attached as Exhibit "B". The City may withhold payment for reasons including, but not limited to, the following: unsatisfactory job performance or progress, defective work, disputed work, failure to comply with material provisions of the Contract, third party claims filed or reasonable evidence that a claim will be filed or other reasonable cause. SECTION IV SERVICE REQUIREMENTS 4.0 Background The City of Waterloo, Iowa, is seeking bids for demolition and site clearance services for: 1420 Commercial Street, 1422 Commercial Street, 1426 Commercial Street and 1430 Commercial, 1211 Sycamore Street, 328 W. 14th Street, 419 Lane Street, 536 Dawson Street. 4.1 Scope of Work The City of Waterloo is seeking a qualified demolition contractor to demolish the structures and clear the site. The Bidder understands and agrees that demolition and debris removal in the most expeditious manner possible is of the utmost importance and it will make every effort to complete all requirements of the Contract in the shortest time possible. The services to be performed under this Contract shall consist of the work described in the separate "Demolition Specifications" document (attached Exhibit "B") and shall be performed according to the standards set forth therein and herein. Any reference in this RFP to "this specification" shall include such Demolition Specifications. Bidder shall be responsible to familiarize itself with the specifications and to make a personal examination of the job site(s) and the physical conditions that may affect its ding and performance under the contract. RFP FOR DEMOLITION SERVICES (no RACM) : 1420 Commercial Street, 1422 Commercial Street, 1426 Commercial Street and 1430 Commercial, 1211 Sycamore Street, 328 W. 14th Street, 419 Lane Street, 536 Dawson Street. Important note: The structures are currently being abated of asbestos, and upon notice to proceed the property will be deemed to be clear of, or have been abated for, asbestos containing materials (ACM) and may be handled as such. 4.2 Silence of Specifications — Commercially accepted practices shall apply to any detail not covered in this specification and to any omission of this specification. Any omission or question of interpretation of the specification that affects the performance or integrity of the service being offered shall be addressed in writing and submitted with the Bid. SECTION V METHOD OF EVALUATION 5.0 Contract Award - Any Contract award(s) made by the City of Waterloo is subject to prior approval by the City of Waterloo City Council. 5.0.1 Award of Contract shall be made to the most responsible and responsive bid from a Company whose bid offers the greatest value to the City with regard to the criteria detailed and the specifications set forth herein. The City may select a Bidder based on an "all or none" bid, on individual responses, or as is otherwise deemed to be in the best interest of the City. 5.1 Financial Terms will not be the sole determining factor in the award. To determine the award, the City will award a contract to the Bidder offering services and experience that best represents the overall value to the City. 5.2 Bid Evaluation Procedures 5.3.1 Each bid will be evaluated based on experience and the evaluators judgment of how well the bid addresses the City's requirements. Each prospective company is assured that any bid submitted will be evaluated using the best available information and without any forgone conclusions. 5.3.2 Consideration will also be given to solicited written clarification provided during the evaluation process and input from staff or other persons judged to have useful expertise that should be considered in a responsible, fair assessment of the relative merits of each bid. 5.3 A Bidder's submission of a bid constitutes its acceptance of this evaluation technique and its recognition and acceptance that subjective judgments will be used by the evaluators in the evaluation. 5.4 Following the evaluation process, the award process is as follows: 5.5.1 The evaluators shall determine which bidder has submitted the best bid using the criteria set forth above, and make its recommendation to the City Council. 5.5.2 The City Council considers a resolution awarding the Contract and authorizing the Mayor to execute the Contract on behalf of the City. Note, no Contract shall be deemed to be created and exist unless and until the City Council adopts a resolution awarding the Contract and authorizes the Mayor to sign the Contract. 5.5.3 The Mayor executes the Contract. RFP FOR DEMOLITION SERVICES (no RACM) : 1420 Commercial Street, 1422 Commercial Street, 1426 Commercial Street and 1430 Commercial, 1211 Sycamore Street, 328 W. 14th Street, 419 Lane Street, 536 Dawson Street. Capitol Indemnity Corporation 1600 Aspen Commons, Middleton, WI 53562 BID BOND Bond Number 60131182 KNOW ALL PERSONS 13Y THESE PRESENTS, That we, Frickson Brothers Excavating, LLC (hereinafter called the "Principal"), as Principal, and the Capitol Indemnity Corporation of Madison, Wisconsin a corporation duly organized under the laws of the State of Wisconsin (hereinafter called the "Surety"), as Surety, are held and firmly bound unto City of Waterloo (hereinafter called the "Obligee"), in the sum of Four Thousand, One Hundred Forty and 00/100 dollars. ($4 140.00), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for Demolition and Site Clearance Services: Contract #2019-03-9P -Waterloo IA. NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or In the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee 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. Signed and sealed this 3rd day of April 2019. This bond automatically expires ninety (90) days from the original bid date. (Witness) .sW(eAtp 47/174' (Witness) Frickson Brothers Excavating, LLC (Print Name of Principal) (Seal) (Sig Officer of t Principal) Robert Frickson, Managing Member (Print Name of Officer of the Principal and Title) Capitol Indemnity Corporation Jeremy J. Crawford, Attorney -In -Fact (Print Name of Attorney -in -Fact and title) SBD 008 (12-05) Copyright 2005, Capitol Transamerica Corporation Page 1 of 1 til. a t 4"G•' 2\\� N. Ta? tihti tlIVAN. t, :>i la N Fnk"c�.r° v{ 41r 1t:t II" t t art v ... cAriTQL p, _ o T;hU lORATION 6 n1311 PowtitrnviAtTogivEy KNOW ALL MEN BY THESE PRESENTS, That the CAPITOL INDEMNITY' CORPORATION, a corporation of the State of Wisconsin, having, - its principal offices In the City of Middleton, Wisconsin, does make, constitute and appoint - JEREMYJ, CRAWFORD; WILLIAM J. NEMEC; MICHAEL D. WILLIAMS ----- - ns titre )lid law ful/VIq)neyfs) u* fact, to make, execute, seal and deliy''el fol afidanf.isa L1ehaU a. surety, and as its act and <Iced 1nytitd'dl bonds itudOtnking5. and yontlaas of som4slilli provided that no bond or gndcnakmgnr c dyad of suretyshp_e\eCuted under this authority sbnll exceed m unoullt (he stun of --•• WRITTEN INSTRUMENTS IN AN AIvBIIIUN'r NOT TO EXCEED $20,000,000,00-- --r- — This Power of Attorney is granted and is signed and scaled by facsimile under :red by the authority of the following Resolution adopted by the Board of Directors of CAPITOL INDEMNITY COIH'ORATION at n Meeting duly called and held on the 8(5 day of Januay, 2002. • RESO,L,}IDD Illat ire Piesidkn€; Executive Vice President Vise Pi`esldeq)t SeyiGiiy of Treasurer, acting individually orbtligrylse hh_ mdihfy heitby.. m e gloidd the powte and alhtlmtiYalion to appoint by a Power of Attorney: L&ll{c piyposea Holy of executing and attesting bot)(is and tinffcriakmgs 'and other Wlilings olilign(iir'p untie nature thereof, one or more resnlbnl via pltadelits, .usrslanlsceretaries and attorney(s)-in-fact, eirdoi lipoitlee to hitve the powers and duties usual to such offices to the business of chis company; the signature of such officers -Mal seal of the Company may be affixed to any Stith 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 f nsimile signatures and facsimile seal shall be valid and binding upon the Company in the home with respect to any bond or undertaking or other wrdmg obligatory in the onture thereof to wind -1%04104d is,AniWkli.iiptx)inItnent,may be revoked for eiiose'm)ith0ui-4tiae, py;why of said officers, at any Erni?" ,c „ C. °4 I` _ _ j , 4 to conuecla}n with fnbtigntions r'favoi' of the Florida Depath4ni-t;1 Itegsporftlioh only, ibis agreed that the poWu and nnkorip h;rebylgncu3o the Altoine'y-in Foal i,scIades any y and all consents for the release of retained pdrecnnages mldlor final estimates on engineering end cdnstruetlmn emittacis. required by the State of Florida Department of Transportation. Itis fully understood that consenting to the State of Florida Department of Tronsportation 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 tate power and authority hereby given to the Almrney-in Fant 4 anal betnedificd or invoked unless prior viyucn personal. notice o(such intent has been given to the Comnussmnet, }Depadnynt of HiQJnd; rs tiflhe-'ohnnoowc„titb of Kentucky at lease thirty (3t1I QQysrptnm to Inn liaodificathm or revocation. s /n WITNDSbWLJIR,I'Q ; tlia'"CAPITOL INDl'MNI1 S C ORP-OR,vtiON bit cakked'Unese presents to be signed by its. tat ut`dcrsia tedand its - ° corporate.5eaf [n Inc hereto afl'ixcd duly attested, this and day of May, 2019. ... amu: r r er �b 3 say Attest: socloaryco ice bbs F R2cpitiski Vtctvsesfdent l reost)}},err �&CPO j3041t 1,5 `R JI-e`r."^'1\ """Ihl Suzanne M. Broadbent Assistant Secretary STAPP,UP WISCONSIN:- COUN7_:1' OF DAI+tR -- CAPITOL INDEMNITY CORPORATION StephgnJ Sills,. CEO &`'Piesident 0, ide�x 4.1 Lam' On the 3rd day of May, 2017 before me personally cane. Stephai), Sills, to me known, who being by me duly sworn did depose and say that he resides in the County of New York, Slate of New York; Ileal he is President of CAPITOL INDEMNITY CORPORATION the corporation described in and which executed the - above instrument; That he knows the seal of the said corpu:nbon; that the seal affixed to said insirumenl is such corporate seal; that it -- i` was so affixed by or<kr of the Board of D'u'eclorssaid of cotporatirnI and That be signed his mune thereto by like order. mei;-rt 50t STATE OF WISCONSIN Ss: COUNTY OF DANE, en - David J. Rep to -Notary Public, Dane Co, WI My Couutission Is Permanent I the undersigned, duly elected to the office stated below, now the incunihent in CAPITOL INDEMNITY CORPORATION, a Wisconsin Corporation, ze authorid as b,h ike-)int:his cu tfftate, DO HEREBY CLIITIPY that flue f kgo)ng .00a -a in Power of Attomey remains 'Pgli forte find h_tis amt bean revot e:U; g tori ftnitte tlut Ila: Resolution of the Board of p)rectoip set Jonllr;-is that Powgr of Attorney is now m force . f ' Inlsi Slbm_ed and 5ealcd a(l3e Cily of Middidton, Smte of Wmconsin fins 3Yd'' day of April 26'19 I . I r I \ - , t SEAL/ Antom2,Celu r . ,l l ' � •- `- Gencrni Counsel, Vme Pi'eardent & SeI.ILIQiy . THIS /POCUMBNT' ISNOT VRI:ID UNLESS PRINTED ON ORA) SHADED BACKGROUNi) WYITH A RED SERIAL NUMBER 10 ThE,VPPPP R'IOHT RAM) CORN PR. 111 YOU HAVE Ably 901'2110V CONCERNING THE AUTIIL'NI'ICI FY OP THISDOCUMENI' CALL 000-475x150 - '"Tic-PoA (t(cv. to -2017) Gvitaiib lsuYA�- t< WAS\,vts> \'A �2S y. r�+ I At Y1 IF z?. 9Q wsly std Acknowledgment of Surety State of Minnesota County of Anoka On this 3rd day of April, 2019 before me personally appeared Jeremy J. Crawford who acknowledged that he or she is the attorney in fact who is authorized to sign on behalf of Capitol Indemnity Corporation (surety company), the foregoing instrument, and he thereupon duly acknowledged to me that he executed the same. ANGELA MARIE MARSOLEK Notary Public-Mlnnesoia My Commission Expiros Jan 51, 2023 {mpg( N ary Public