HomeMy WebLinkAboutT & K Roofing & Sheet Metal Co.10/ T a /(DRivE
20 Box 279
EY, low 52227
T
BUILDING STRONG 5 SAFE FOR OVER 50 YEARS
A ¶1NCIT/ a -EV of alernO4 zfl
BtEb ENcLoceb
fy 2oVl uktX, Aa &AJI4- Roece SSJCt 'warn P� SecT
CowrRAct 10o. qq8
Roan/vs & SHEET METgL Ca
101 TSKGf9/ E
fU B¢Y279
ar/O/va 52227
N7OF/NG cF SHEET METAL Ca
10/ TSKDR/lel•
R7 BOK279
Rr/DW,a 52227
EXPER/PNCE T/ -/F O/EFERFNCE
Bib S
EJCLd�&t
fPotet A.cAFivA.
WooE wpmetri3/46--ar PRosccT-
CouTRALT Na. q98
EXPE/?/ENCE 77-15 O/EFERENCE
�Sp OASZTV HJCLObps-465ucr
fiadtct yaa� NROJA RooF WliteMeArre
CITY OF WATERLOO, IOWA
WATERLOO LEISURE SERVICES COMMISSION
BID FORM
For
FY2019 Young Arena Roof Replacement Project, Contract No. 998
T & K Roofing Company
BIDDER:
COMPANY NAME
ADDRESS: 101 T & K Drive
Ely, IA 52227
PHONE: (319
848-4191
1. The undersigned, being a Corporation existing under the laws of the State of Iowa a
Partnership consisting of the following partners: Kurt Tj elmeland
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 FY2019 Young Arena Roof Replacement Project, Contract No. 998 in accordance with the
contract documents and for the total price for work in place for the following amount:
Base Bid: West Mechanical Roof Section
Tear off existing roof system down to concrete deck. Install self -adhered vapor retarder, insulation in
foam adhesive, adhere 60 -mil EPDM single -ply membrane, associated EPDM flashings and all
associated work as specified.
One Hundred Forty Six Thousand
dollars ($
Alternate Bid 01: East Mechanical Roof Section, work beginning 7/1/2020
Tear off existing roof system down to concrete deck. Install self -adhered vapor retarder, insulation in
foam adhesive, adhere 60 -mil EPDM single -ply membrane, associated EPDM flashings and all
associated work as specified.
One Hundred Forty Six Thousand dollars ($146,000,00
Alternate Bid 02: West Mechanical Roof Section
Install 90 -mil EPDM single -ply membrane with a 30 -year warranty, in lieu of 60 -mil EPDM single -ply
membrane with a 20 -year warranty.
Add to Base Bid
Five Thousand Five Hundred 5,500.00
dollars ($
NOTICE OF PUBLIC HEAR[NG page L or L
Alternate Bid 03: East Mechanical Roof Section, work beginning 7/1/2020
Install 90 -mil EPDM single -ply membrane with a 30 -year warranty, in lieu of 60 -mil EPDM single -ply
membrane with a 20 -year warranty.
Add to Alternate Bid No. 02
Five Thousand Five Hundred 5,500.00
dollars ($
Unit Pricing
)
1. For changing specified quantities of work from those required by the Contract
Documents, upon written instructions of the Owner, the following unit prices shall
prevail. The proposed unit prices include all labor, overhead, profit, materials,
equipment, taxes, and freight.
2. Only a single unit price shall be given, and it shall apply for either more or less
than the quantity required by the Contract Documents.
3. Refer to Section 01 11 00 — Summary of Work for a description of stipulated
quantity allowances to be included in the bid, where applicable.
In the event of more or less units than so required, change orders shall be issued
for the increased or decreased amount.
Description
Remove and replace plywood
Install walkway as specified or as
directed by Owner
Repair concrete deck as specified (opening
Less than 12"
Repair concrete deck as specified (opening
greater than 12")
Replace broken drain clamping rings
Unit Price
$ 12 00
Per Square Foot
$ 20.00 ,
Per Linear Foot
20.00
Per Square Foot
$ 1s5.00,,
Per Square Foot
$ 350.00
Per Each
2. 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 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 bond and 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.
NOTICE OF PUBLIC HEARING page I of 1
Five Percent of Bid Amount 5% of BidAmount
dollars
3. Security in the sum of ($
In the form of Bid Bond , is submitted herewith in accordance with
NOTICE TO BIDDERS.
4 Attached is a Non -Collusion Affidavit of Prime Contractor.
5. The Bidder is prepared to submit a financial and experience statement upon request.
6. The Prime Contractor and Subcontractor(s), which have performed an aggregate of 510,000.00 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.
7. The Bidder has received the following Addendum or Addenda:
Addendum No. 1 Date: 11 / 4 / 19
/ /
/ /
8. 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.
a) The City of Waterloo does not approve the subcontractors.
b) The subcontractors submit in writing that they cannot fulfill their subcontracts
9. The Bidder has filled in all blanks on this proposal. Those blanks not applicable are marked
"none" or "NA".
10. The bidder has attached all applicable forms.
11. 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.
Tyler T. Tjelmeland
CONTACT PERSON:
Please Print
319-848-4191
PHONE:
SIGNED:
DATE: I( / y / 1 9
NOTICE 01: PUBLIC HEARING page 1 of 1
NON -COLLUSION AFFIDAVIT OF PRIME BIDDER
State of Iowa )
Linn )
County of )
Kurt T. Tjelmeland
, being first duly sworn, deposes and says that:
1. He is (Owner), (Partner), (Officer), (Representative), or (Agent) of T & K Roofing Compalwe
Bidder that has submitted the attached Bid;
2. He is fully informed respecting the preparation and contents of the attached Bid and of all
pertinent circumstances respecting such Bid;
3. Such Bid is genuine and is not a collusive or sham Bid;
4. Neither the said Bidder nor any of its officers, partners, owners, agents, representatives,
employees, or parties in interest, including this affiant, has in any way colluded, conspired,
connived or agreed, directly or indirectly, with any other Bidder, firm or person to submit a
collusive or sham Bid in connection with the Contract for which the attached Bid has been
submitted or to refrain from bidding in connection with such Contract, or has in any manner,
directly or indirectly, sought by agreement or collusion or communication or conference with any
other Bidder, firm or person to fix the price or prices in the attached Bid or of any other Bidder, or,
to fix any overhead, profit or cost element of the bid price or the bid price of any other Bidder, or to
secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage
against the City of Waterloo, Iowa, or any person interested in the Proposed Contract; and
5. The price or prices quoted in the attached Bid are fair and proper and are not tainted by any
collusion, conspiracy, connivance or unlawful agreement on the part of the Bidder or any of its
agents, representati�. , owners, employees, or parties in interest, including this affiant.
n(q3 ► L )
Title
T
Signature
Subscribe pnd sworn jo before me this
/ Day of t O&o-i £-
Signature
Title
My commission expires
AI, S
i
o ;�
IOWA
Yn /ac'
201'!.
KRISTA NELSON
Commission Number 766455
My C 'mmissi-,11 Expires
•
NOTICL; OF PUBLIC HEARING page 1 of 1
COLLUSION AFFIDAVIT OF SUBCONTRACTOR
State of /1,I Uri
County of L.ivthN
joit-imA A/nen/C.-
being first duly sworn, deposes and says that:
1. He is (Owner), (Partner), (Officer), (Representative), or (Agent) of .44e �rryl
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 'r , contract
pertaining to the 2019 Young Arena Roo Replacement in jPQaterloo, 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 collu ion, conspiracy, connivance or unlawful agreement on the part of the bidder or any of
its agents : pres-ntatives, owners, employees, or parties in interest, including this affiant.
ature
Title
Subscribed and sworn to before me this
J3 Day of __Iv_o_vom iatt20 /
Signature
My commission expires
1am--_a_..%.r
I u
":A`MICHELLE SHEHh.MI!.
° %-• Y Notarial Seal - IOW/ 1
commloslon No 719604
u..sion Expires Nov. 18, 2,: ,
.1 a ,. -tiIC
Title —11
4/
IttISt7A
NOTICE OF PUBLIC HEARING page l of 1
TSKRODFING & SHEET METAL INC.
P.O. Box 279, ELY, IOWA 52227
TEL «319)848-4191, FAx (3 19) 848-4448
SCOPE OF WORK LETTER TO ACCOMPANY BID
Project: FY2019 Young Arena Roof Bid Date: November 14, 2019
Bid To: Direct to Owner
Building Address: 125 Commercial Street Waterloo, IA
Bid Prepared By: Tyler Tjelmeland- Project Manager/Estimator Tyler@TKRoofing.com C: 319-329-6500
Project Drawings/Plans Referenced: Bid Documents for Re -Bid dated 10-8-2019 by Benchmark, Inc
Addenda Acknowledged: Addendum #1 dated November 4, 2019
Specifications Sections Referenced: All-inclusive of project manual for bid
T&K Roofing Co.lnc. hereby offers to furnish labor, materials, equipment and supervision necessary to complete the following on said job in accordance with the
specifications described with in and attached to this proposal and in accordance with all teens and conditions of this proposal and agreement. This proposal is subject to
a thirty day acceptance period unless otherwise agreed, and if accepted by offeree the proposal shall become a bona fide contract under the State of Iowa and shall be so
construed.
EXPERIENCE THE DIFFERENCE
Scope of Work Base Bid:
1 This area is further defined as 1,298 S.F. at the West Roof.
2 Remove, number, and keep existing louver screen wall components. Louvers to be removed in 16 full
sections.
3 Clean and wire bt ush existing I -Beam structure to be repainted.
4 Furnish and install lumber blocking assemblies where necessary to build existing curbs and walls up
to 8" minimum height per details.
5 Remove existing roof system down to the structural concrete deck and dispose of properly.
6 Furnish and install vapor barrier primer rolled in place over concrete deck and self -adhering vapor
barrier per manufacturer specification.
7 Furnish and install one (1) layer 2" Polyisocyanurate 20 -PSI w/ glass -coated facer laid in beads of
low-rise foam insulation adhesive per manufacturer specification
8 Furnish and install tapered Polyisocyanurate 20 -PSI w/ glass -coated facer laid in beads of low-rise
foam insulation adhesive per manufacturer specification. Full system to be 1/8" per foot w/ 1/2" per
foot tapered crickets where indicated in roof plans.
9 Furnish and install one (1) layer 1/2" DensDeck Prime roof cover board laid in beads of low-rise
foam insulation adhesive per manufacturer specification.
10 Furnish and install 60 -mil non -reinforced Black EPDM field membrane adhered in place per
manufacturer specification.
11 Furnish and install 60 -mil non -reinforced Black EPDM wall and curb flashing membrane adhered in
place per manufacturer specification.
12 Flash all existing pipes and penetrations.
13 Furnish and install EPDM walk pads at two (2) door openings.
14 Furnish and install shop -fabricated coping cap, counter -flashing and roof -related sheet metals.
Standard colors only.
15 Furnish and install new 24-ga Kynar two -coated metal strapping and coping cap in existing locations
at louver locations.
16 Upon completion deliver manufacturer standard twenty (20) year NDL warranty.
17 Contractoi warranty for one (1) year.
18 Paint finish warranty for 35 years.
Exclusions:
1 This scope of work does not include or imply any work to be done to any other sections other than those
illustrated in the drawing set or indicated herein.
2 Davis Bacon or prevailing wage rates.
Page 1 of 2
3 Hoisting of HVAC/Mechanical equipment. Liftable equipment by manpower will be lifted and EPDM details
installed plans. Any mechanical equipment deemed not -liftable will be flashed per applicable details.
4 Overtime or weekend \work.
5 Interior dust/debris protection and interior damage caused by removal of existing roofing systems.
6 Snow and ice removal to be done on a time and material basis if applicable.
Schedule of Alternates:
1. Furnish and install same scope, inclusions, and exclusions as base bid for East
Mechanical roof
2. 90 -mil Black EPDM in lieu of 60 -mil and applicable 30 -year warranty for
base Bid.
3. 90 -mil Black EPDM in lieu of 60 -mil and applicable 30 -year warranty for
East Roof alternate.
Page 2 of 2
MBEIWBE BUSINESS ENTERPRISE
PRE-BICCONTACT INFORMATION FORM INSTRUCTIONS
Prime Contractor Responsibilities:
Prime Contractors bidding on City of Waterloo contract work are required to ensure that MBEMBE businesses are provided the opportunity to
participate in the performance of contracts and subcontracts. Pi ime contractors are required to assist MF.3E WBE businesses in overcoming
barriers to participation, and must make good faith efforts to secure bids from, and award subcontracts to, MBEMBE businesses. For all contract
bids of 650,000 or more, the following is required to demonstrate good faith efforts in accordance with this policy:
"MBEMBE BUSINESS ENTERPRISE PRE-BID CONTACT INFORMATION FORM" submitted with the prime contractor bid, properly
completed and signed on Form CCO-1 (Rev. 06-20-02). Please note that this document must include all subcontractor contacts, bids rece
and awarded - not just those related to disadvantaged business enterprise vendors.
2. A minimum of three (3) MBEMBE business contacts must be made and documented, if there are at least three (3) MBEJWBE. businesses
offering services in the areas to be subcontracted (see City of Waterloo MBEMBE Cetified 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. of you have submitted a MBEMBE contact not on the
is MBEMBE list, attach a copy of the certification from another government agency.
3. Contacts to each tMMBEANBE businesses are required to be a e, -i imum cif seven i?) working da',>s prior to t` e dare the irtrr?e'contractor submits
the bid to the City of Waterloo.
4. The following doa.umertatiorl must accompany the "MBEMBE BUSINESS ENTERPRISE PRE -BIC CONTACT INFORMATION FORM for
each MBEMBE business contacted:
a. A copy of the bid received from the MESE NVBE, OR
b- of no bid was received, a copy of correspondence received from the MBEIWBE with a "no bid" response, OR
c. If no response was received, a copy of the solicitation sent to the MBE,MtBE with proof of mailing attached.
5. If any MBE/WBE business submitting bids are not selected for subcontract award, documentation must accompany the "MBEIWBE BUS
ENTERPRISE PRE -BIO CONTACT INFORMATION FORM" on why the MBEfWBE was not selected. These reasons could include:
a. Not low bid. Copies of the. competing bids may be required for verification.
b. MBEMBE did not bid, withdrew bid or was non-responsive.
c. Documentation of other business-related reason for not selecting the MBEMBE business for a subcontract.
d. Prime contractor self performs work.
e. Any other reason relied on by the Prime Contractor.
The Contract Compliance Officer wit determine the weight to be given b each tem lasted above (supported by appropriate documentation) based
on overall program goals.
Subcontractors Responsibilities:
1, Each MBEA'eBE firm planning to submit quotes an 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 apening, listing specific items which the MBEWPE fm is
interested in bidding- if the City Contract Compliance Officer does rot 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 MBEi NBE in which the
MBEMBE promises not to provide subcontracting quotations to other bidders/proposers are prohibited.
Form COO -4A Rev. 07-08-02
MBE/NYSE BUSINESS ENTERPRISE
PRE-BID CONTACT INFORMATION FORM
Prime Contractor Name: Project: Letting Date:
NO IVISEIWBE SUBCONTRACTORS: If you are NCT . _zinc any MBEP.M3E subcontractors to complete this project, sign below. Attach a brief
explanation as to why subcontracting was not leas
portion of this form.
Contractor `:gflature3:
with this project. if any ILMBEM'B`w subcontractors will be used, please use the bottom
f
ce j1 Date:
ph ylir
SUBCONTRACTORS APPLICABLE: You are required, in order for your bid to be considered responsive, to Provide the information on this form
showing M.Ll.. of your MBEAA••BE subcontractor contacts made for your bid subr 'scion. This information is sub ect to verification. Any questions
should be directed to Contract Compliance Office 319-291-9145.
You are required, in order for your bid to be considered responsive, to provide the information an this Form showing your MBE bNBE Business
contacts made, e, prior to ysubmission. This information is s:3�3ect to verifications and confirmation.
EnterpriseEnterprise�our bid d
:f you are un.,^ble to identify MP 'z, B;E fairs to perform portions of the work, please contact Perry Goodman, Contract Compliance Officer, for
assistance at (3 i9) 291-9145.
hi the event .t is determined that the MEEBE Business Enterprise rrisA gc:ls are not rnet, then before axra tE"o� the contract the City of Waterloo will
make a determination as to whetrer or not the apparent successful low bidder made good faith efforts to meet the goals.
TABLE OF INFORMATION SHOWING BIDDER'S PRE-BID
MBEMBE BUSINESS ENTERPRISE CONTACTS
Quotes Received Quotation used in bid
MBE INBE Dates Dates Dollar Amount Proposed to
Subcontractors Contacted Yes/No Contacted Yes/No be Subcontracted
1
tik.st ,,5
�L��Un"ISLICLIS
at I Lk-
(For' l CC -4) Rev. 06-20-02
BID BOND
KNOW ALL MEN BY THESE PRESENTS, that we,
as Principal and
T & K Roofing Company
Granite Re, Inc.
As Surety are held and firmly bound unto the City of Waterloo, Iowa,. hereinafter called "OWNER". In the penal
sum
dollars
Five Percent of Bid Amount
($ 5/0 of Bid Amount ) lawful money of the United States, for the payment of which sum will and truly be made,
we bind ourselves, our heirs, executors, administrators, and successors, jointly and severally, firmly by these
presents. The condition of this obligation is such that whereas the Principal has submitted the accompanying
bid dated the 14111 day of _ NoVember , 2019 , for
Project No. 19WATWATER002B - FY2019 Young Arena Roof Replacemegt (Remove Existing Roof and Replace with New EPDM Roof Systems)
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 offsaid ner mayits acceptsuch
shall be in no way impaired or affected by any extension of the time within which the
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 handsand
and
such
tbe of
them as are corporations, have caused their corporate seals to be hereto affixed and
these presents
signed by their proper officers this 11th day of November
A.D. 20 19
Witness
Andrea M. Connolly -Dees
T & K Roofing Company
Principal
By 4
Granite Re, Inc.
Surety
By
Attorney -In -Fact
Zachary Pate
(Seal)
(Seal)
NOTICE OF PUBLIC HEARING page 1 of 1
ACKNOWLEDGMENT OF PRINCIPAL (Individual)
State of )
)
County of )
On this day of in the year , before me personally come(s)
to me known and known to me to be the person(s) who (is) (are) described in
and executed the foregoing instrument and acknowledge(s) to me that he/she executed the same.
Notary Public
ACKNOWLEDGMENT OF PRINCIPAL (Partnership)
State of )
)
County of )
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 person who is described in and
executed the foregoing instrument and acknowledges to me that he/she executed the same as for the act and deed of the said co -partnership.
Notary Public
ACKNOWLEDGMENT OF PRINCIPAL (Corporation)
State of )
)
County of )
On this day of in the year before me personally come(s)
to me known, who, being duly sworn, deposes and says that he/she is
the of the
the corporation described in and which executed the foregoing instrument; that he/she knows the seal
of the said corporation; the seal affixed to the said instrument is such corporate seal; that it was so affixed by the order of the Board of Directors of said
corporation, and that he/she signed his/her name thereto by like order.
Notary Public
ACKNOWLEDGMENT OF SURETY
State of Minnesota )
County of Dakota )
On this lith day of November, in the year 2019, before me personally come(s) Zachary Pate, Attomey(s)-in-Fact of Granite Re, Inc. with
whom I am personally acquainted, and who, being by me duly sworn, says that he/she is (are) the Attorney(s)-in-Fact of Granite Re, Inc. company
described in and which executed the within instrument; that he/she know(s) the corporate seal of such company; and that seal affixed to the within
instrument is such corporate seal and that it was affixed by order of the Board of Directors of said company, and that he/she signed said instrument as
Attorney(s)-in-Fact of the said company by like order.
•r ANDREA
r�MARIE CONNOLLY DEES
.� ,. o
NOTARY PUBLIC MINNESOTA
;;;7S�My Commission Expires Jan. 31, 2020
rY1
Notary Public
GRANITE RE, INC.
GENERAL POWER OF ATTORNEY
Know all Men by these Presents:
That GRANITE RE, INC., a corporation organized and existing under the laws of the State of OKLAHOMA and having its principal office
at the City of OKLAHOMA CITY in the State of OKLAHOMA does hereby constitute and appoint:
JONATHAN PATE; WANDA FRANZ; TOM LAHL; LISA M. FRANCOUR; JENNIFER BOYLES; ZACHARY PATE; TROY STAPLES; NICHOLAS
HOCHBAN its true and lawful Attorney-in-Fact(s) for the following purposes, to wit:
To sign its name as surety to and to execute, seal and acknowledge any and all bonds, and to respectively do and perform any and all
acts and things set forth in the resolution of the Board of Directors of the said GRANITE RE, INC. a certified copy of which is hereto annexed
and made a part of this Power of Attorney; and the said GRANITE RE, INC. through us, its Board of Directors, hereby ratifies and confirms all
and whatsoever the said:
JONATHAN PATE; WANDA FRANZ; TOM LAHL; LISA M. FRANCOUR; JENNIFER BOYLES; ZACHARY PATE; TROY STAPLES; NICHOLAS
HOCHBAN may lawfully do in the premises by virtue of these presents.
In Witness Whereof, the said GRANITE RE, INC. has caused this instrument to be sealed with its corporate seal, duly attested by the
signatures of its President and Secretary/Treasurer, this 14'h day of June, 2017.
STATE OF OKLAHOMA )
) SS:
COUNTY OF OKLAHOMA )
on, President
Kylerls. McDonald, Treasurer
On this 14th day of June, 2017, before me personally came Kenneth D. Whittington, President of the GRANITE RE, INC. Company and
Kyle P. McDonald, Secretary/Treasurer of said Company, with both of whom I am personally acquainted, who being by me severally duly
sworn, said, that they, the said Kenneth D. Whittington and Kyle P. McDonald were respectively the President and the Secretary/Treasurer of
GRANITE RE, INC., the corporation described in and which executed the foregoing Power of Attorney; that they each knew the seal of said
corporation; that the seal affixed to said Power of Attorney was such corporate seal, that it was so fixed by order of the Board of Directors of
said corporation, and that they signed their name thereto by like order as President and Secretary/Treasurer, respectively, of the Company.
My Commission Expires:
August 8, 2021
Commission #: 01013257
GRANITE RE, INC.
Certificate
THE UNDERSIGNED, being the duly elected and acting Secretary/Treasurer of Granite Re,
that the following resolution is a true and correct excerpt from the July 15, 1987, minutes
Re, Inc. and that said Power of Attorney has not been revoked and is now in full force and
Nola %v Public
Inc., an Oklahoma Corporation, HEREBY CERTIFIES
of the meeting of the Board of Directors of Granite
effect.
"RESOLVED, that the President, any Vice President, the Secretary, and any Assistant Vice President shall each have authority to appoint
individuals as attorneys -in -fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety
bonds and other documents of similar character issued by the Company in the course of its business. On any instrument making or
evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond
or undertaking of the Company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced;
provided, however, that the seal shall not be necessary to the validity of any such instrument or undertaking."
IN WITNESS WHEREOF, the undersigned has subscribed this Certificate and affixed the corporate seal of the Corporation this
llth day of November , 2019
CR0800-1
Kyle P/McDonald, Secretary/Treasurer