Loading...
HomeMy WebLinkAboutWRH, INCWRH, Inc. P.O. Box 256 Amapa, IA 52203 Official Bid Wastewater Treatment Plant Digester No.3 Cover Modifications 715 Mulberry St. Waterloo, IA 50703 WRH, Inc. WRH, Inc. P.O. Box 256 Amana, IA 52203 Bid Security Wastewater Treatment Plant Digester No.3 Cover Modifications 715 Mulberry St. Waterloo, IA 50703 1. FORM OF BID OR PROPOSAL F.Y. 2020 WASTEWATER TREATMENT PLANT DIGESTER NO. 3 COVER MODIFICATIONS CITY OF WATERLOO IOWA CITY CONTRACT NO. 1021 Honorable Mayor and City Council Waterloo, Iowa 1. The undersigned, being a Corporation existing under the laws of the State of Iowa , 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 2020 Wastewater Treatment P lant Digester No. 3 Cover Modifications, City Contract No. 1021, all in accordance with the above -listed documents and for the lump sum base bid cost LUMP SUM BASE BID: v� - Dollars $ R, 000 q_ (Words) (Numbers) S ee Section 01 29 00 Contract Considerations for discussion of cash allowances to include in the Bid. Contract award will be made based on the Lump Sum Base Bid or Lump Sum Base Bid with any combination of Bid Alternatives selected. Bid Alternatives will be added or deducted from the Lump Sum Base Bid, if they are accepted, prior to Notice of Award being made. CITY reserves the right to accept or reject any Bid Alternatives to the Lump Sum Base Bid. S hould CITY wish to consider Bid Alternatives listed, Bidder may be required to provide additional information prior to Notice of Award. If a Bid Alternative is selected by CITY, the awarded Contract price will include the selected Alternative(s) The Contract, if awarded, will be on the basis of materials and equipment specified or described in the Bidding Documents, without evaluation of possible "or equal" items. Whenever it is specified or described in the Bidding Documents that an 'or equal" or substitute item of material or equipment may be furnished or used by CONTRACTOR if acceptable by CONSULTANT application for acceptance will not be evaluated by CONSULTANT until after the Effective Date of Agreement. FORM OF BID Section BF-1 4463.008/City Contract No. 1021 2. Bid Alternatives BID ALTERNATIVE NO. 1 CONTRACTOR shall include in the cost of the Bid Alternative ALL work associated with providing the scope listed below. 00 The price of $ 500 shall be added to the Contract Lump Sum Base Bid if CITY elects to have CONTRACTOR remove and replace all spray foam insulation on the Digester No 3 cover as indicated in the Drawings and as specified in Section 07 21 19—Spray Applied Digester Cover Roofing. N ote: Costs for surface preparation and replacement of spray foam insulation in areas impacted by repair activities as shown on the Drawings and as specified in Section 46 73 10—Anaerobic Digester Cover Repair shall be included in the Lump sum Base Bid and are not included in this bid alternative. BID ALTERNATIVE NO. 2 CONTRACTOR shall include in the cost of the Bid Alternative ALL work associated with providing the scope listed below. ® The price of $ '3i 5d0 shall be added to the Contract Lump Sum Base Bid if CITY e lects to have CONTRACTOR prepare and paint all existing exposed cover surfaces that are not impacted by the cover repair activities. N ote: Exposed cover surfaces include all existing interior and exterior cover surfaces except areas of the cover where existing spray foam insulation is maintained, or areas of the cover where spray foam insulation is replaced as specified in Section 07 21 19-Spray Applied Digester Cover Roofing. Costs to prepare and paint areas impacted by repair activities as shown on the Drawings and as specified in S ection 46 73 10-Anaerobic Digester Cover Repair shall be included in the Lump Sum Base Bid and are n ot included in this bid alternative. BID ALTERNATIVE NO. 3 CONTRACTOR shall include in the cost of the Bid Alternative ALL work associated with providing the scope listed below. The price of $ 000 shall be added to the Contract Lump Sum Base Bid if CITY e lects to have CONTRACTOR prepare and paint all existing piping inside Digester No. 3 as indicated in the Drawings and as specified in Section 09 91 00—Painting BID ALTERNATIVE NO. 4 CONTRACTOR shall include in the cost of the Bid Alternative ALL work associated with providing the scope listed below. o The price of $ ! ®/ 0 00 shall be added from the Contract Lump Sum Base Bid if CITY elects to have CONTRACTOR modify existing digester gas piping inside Digester No. 3 as indicated in the Drawings. FORM OF BID Revised Section BF-2 4463.008/City Contract No. 1021 (Addendum No. 2) 3. Cash Allowances The following Cash Allowances shall be included in the Lump Sum Base Bid. The Cash Allowances for non Lump Sum items shall be equal to the product of the quantity included in the Lump Sum Base Bid and the Unit Price. The Cash Allowances will be adjusted in the event that estimated quantities to be included in the Lump Sum Base Bid are different from final measured quantities. A single Unit Pnce shall be bid for each item Failure to include one or more of the following Unit Price items may result in rejection of the entire Bid as nonconforming. For items with a quantity of 1, the Cash Allowance shall be adjusted based on actual final costs. CASH ALLOWANCES Number Item Descnption included Lump Estimated Quantity in Sum Bid the Unit Bid Unit Price Lump Total Included Bid Sum Bid in Price Base the Base 1 Concrete Repairs Section Surface 03 01 30 Repair —Top of Wall 60 CF $ `�, '%5 a ..,-� t� $ � �, S ©®.® 0 0 2. Anaerobic Unidentified Section 46 Digester 73 Repairs 10 Cover Repair— 1 LS $40,000 $ 140 000 p 0 3. Draft Replacement Section Tube Mixer 73 31 Rehabilitation 1 LS $95,000 $ �' c, 0 Q 0 0 ,A- —Bearing 46 4. Draft Unidentified Section Tube 46 Mixer 73 Mixer 31 Rehabilitation— Repairs 1 LS $25,000 $ 20 �r 0 FORM OF BID Revised Section BF-3 4463.008/City Contract No. 1021 (Addendum No. 1) 4. In submitting this bid, the Bidder understands that the right is reserved by the City of Waterloo, Iowa, to reject any or all bids. If written notice of the acceptance of this bid is mailed telegraphed, or delivered to the undersigned within thirty (30) days after the opening thereof, or at any time thereafter before this bid is withdrawn, the undersigned agrees to execute and deliver an agreement in the prescribed form and furnish the required bond and certificate of the insurance within ten (10) days after the agreement is presented to him for signature, and start work within ten (10) days after "Notice to Proceed" is issued. Security in the sum of 5% Dollars ($ ) in the form of Bid Bond is submitted herewith in accordance with the INSTRUCTIONS TO BIDDERS. Attached hereto is a Non -Collusion Affidavit of Prime Contractor. 7 Attached hereto is a Resident Bidder Certification ( x ), or Non -Resident Bidder Certification ( ). (Mark one.) 8. The Bidder is prepared to submit a financial and experience statement upon request. 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. 10. The Bidder has received the following Addendum or Addenda: Addendum No. 1 2 Date 5/7/2020 5/11/2020 11. 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. 12. The Bidder has filled in all blanks on this proposal. Those blanks not applicable are marked "none" or "NA." 13. The Bidder has attached all applicable forms. 14. CITY 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. FORM OF BID Section BF-4 4463.008/City Contract No. 1021 WRH, Inc. 5/14/2020 BY: (Name of Bidder) (Date) ,,:, Jamie Rich Title Vice President Official Address: (Including Zip Code): P.O. Box 256 Amana, Iowa 52203 I.R.S No. 42- 1012899 END OF SECTION FORM OF BID Section BF-5 4463.008/City Contract No. 1021 NON -COLLUSION AFFIDAVIT OF PRIME BIDDER State of Iowa )ss County of Iowa that: Jamie Rich , being first duly sworn, deposes and says 1. He is an Officer , of WRH, Inc. , 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, 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 affiant. (Signed) Vice President Title // 6 Subscribed and sworn to before me this day of /i,l 4 - 20 2- (;' APUnty V aJ Title al My commission expires STEVE D. HAVRAN Commission Number 791065 My CommI rnton Exp. July 1% 2021 NON -COLLUSION AFFIDAVIT Section NCA-1 4463.008/City Contract No. 1021 Blldder status Form To be completed by all bidders P a rt A Please answer "Yes" or "No" for each of the following: r VA Yes Yes Yes Yes Yes N o My company is authorized to transact business in Iowa. (To help you determine if your company is authorized, please review the worksheet on the next page). N o My company has an office to transact business in Iowa. N o My company's office in Iowa is suitable for more than receiving mail, telephone calls, and e-mail. N o My company has been conducting business in Iowa for at least 3 years prior to the first request for bids on this project. N o My company is not a subsidiary of another business entity or my company is a subsidiary of another business entity that would qualify as a resident bidder in Iowa. If you answered "Yes" for each question above, your company qualifies as a resident bidder. Please complete Parts B and D of this form. If you answered "No" to one or more questions above, your company is a nonresident bidder. Please complete Parts C and D of this form. To be completed by resident bidders P;rt My company has maintained offices in Iowa during the past 3 years at the following addresses: Dates: 06 / 11 / 1985 to Current/ / Address: 1648 T Ave. City, State, Zip: South Amana, IA 52334 Dates: / / to / / Address: City, State, Zip: Dates: / / to / / Address: You may attach additional sheet(s) if needed. City, State, Zip: To be completed by non-resident bidders Part C 1. Name of home state or foreign country reported to the Iowa Secretary of State: 2 Does your company's home state or foreign country offer preferences to resident bidders, resident labor force preferences or any other type of preference to bidders or laborers? 3. If you answered "Yes" to question 2, identify each preference offered by your company's home state or foreign country and the appropriate legal citation. Yes ■ No You may attach additional sheet(s) if needed. To be completed by all bidders Part D I certify that the statements made on this document are true and complete to the best of my knowledge and I know that my failure to provide accurate and truthful information may be a reason to reject my bid. Firm Name: Signature: WRH, Inc. Date: 5/14/2020 You must submit the completed form to the governmental body requesting bids per 875 Iowa Administrative Code Chapter 156. This form has been approved by the Iowa Labor Commissioner. RB-1 4463.008/City Contract No. 1021 Worksheet: Authorization to Transact Business This worksheet may be used to help complete Part A of the Resident Bidder Status form. If at least one of the following describes your business, you are authorized to transact business in Iowa. ■ ■ Yes ■ No My business is currently registered as a contractor with the Iowa Division of Labor. Yes I No My business is a sole proprietorship and I am an Iowa resident for Iowa income tax purposes. Yes E No My business is a general partnership or joint venture. More than 50 percent of the general partners or joint venture parties are residents of Iowa for Iowa income tax purposes. © Yes ❑ No My business is an active corporation with the Iowa Secretary of State and has paid all fees required by the Secretary of State, has filed its most recent biennial report, and has not filed articles of dissolution. Yes I No My business is a corporation whose articles of incorporation are filed in a state other than Iowa, the corporation has received a certificate of authority from the Iowa secretary of state has filed its most recent biennial report with the secretary of state, and has neither received a certificate of withdrawal from the secretary of state nor had its authority revoked. ❑ Yes ■ No My business is a limited liability partnership which has filed a statement of qualification in this state and the statement has not been canceled. ❑ Yes 2 No My business is a limited liability partnership which has filed a statement of qualification in a state other than Iowa, has filed a statement of foreign qualification in Iowa and a statement of cancellation has not been filed. ❑ Yes I No My business is a limited partnership or limited liability limited partnership which has filed a certificate of limited partnership in this state, and has not filed a statement of termination. Yes pi No My business is a limited partnership or a limited liability limited partnership whose certificate of limited partnership is filed in a state other than Iowa the limited partnership or limited liability limited partnership has received notification from the Iowa secretary of state that the application for certificate of authority has been approved and no notice of cancellation has been filed by the limited partnership or the limited liability limited partnership. ❑ Yes ■ No My business is a limited liability company whose certificate of organization is filed in Iowa and has not filed a statement of termination. Yes 12 No My business is a limited liability company whose certificate of organization is filed in a state other than Iowa, has received a certificate of authority to transact business in Iowa and the certificate has not been revoked or canceled RB-2 4463.008/City Contract No. 1021 Prime Contractor Name: WRH, Inc. MIS UWXr SS EiN. T ERPrUSE PRE-SQD CONTACT T _NFOR.v� „ DON E•RM Project: 2020 Digester No. 3 Cover Modifications Letting Date: 5/14/2020 NO IBE/9BE 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: Vice President Date: 5/14/2020 S[4JBCONTRACTORS 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. T LE OF INFORMATUON S BEME°S P., -BD MBE/WBE BUBO LESS ENTERPM:SE CONTACTS Quotes Received Quotation used bid Contacted laths Yes/ o Contacted Dates Yes/ o D©_lar Annoy t Proposed to MBE/W vE be Subcontracted Subcontractors I.C. Corporation 5/5/2020 No 5/5/2020 No Culpepper Electric Tayor Construction 5/5/2020 No Midwest Contractors 5/5/2020 _; o Iowa Landscape Supply 5/5/2020 No PRE -BID CONTACT INFORMATION FORM (Form CCO-4) Rev. 06-20-02 Section M-6 4463.008/City Contract No. 1021 Prime Contractor Name: WRH, Inc. ME'—/WRE USIIXHESS EXTERPRQSE PRE -BID COY u ACT I OOM)JJATO•N FORT Project: 2020 Digester No. 3 Cover Modifications Letting Date: 5/14/2020 NO M:EWBE SL3CCNT :ACTORS: If you are NOT using any MBE/WBE subcontractors to complete this project, sign below. Attach a brief explanation as to why subcontracting wa- not feasible with this project. If any MBE/WBE subcontractors will be used, please use the bottom portion of this form. Contractor Signature: �-- Title: Vice President Date: 5/14/2020 SUBCONTRACTORS 4?LUCABLh: 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 °• F BNIOL r 1ATI•N SCE®G DER°S Cam` �E-B0D MBE/WBE €SUSaNESS ENTERPRISE CONTACTS Quotes Received •u©tatioE used in bid Scbcontr°ac M t WW3 E or°s Dates Yes/No Contacted Dates Yes/ o DoRrr be Arou Subcontracted W Propose to Contacted 3 Seasons Maintenance Landscape 5/5/2020 No AG Construction 5/5/2020 N o 5/5/2020 No Boone Construction Curtis Contracting Corp 5/5/2020 No J-Tec Metal Products 5/5/2020 No PRE -BID CONTACT INFORMATION FORM (Form CCO-4) Rev. 06-20-02 Section M-6 4463.008/City Contract No. 1021 KNOW ALL MEN BY THES 1131D E1D PRFSL'N T S, that we, WRH, Inc. as Principal, and Merchants Bonding Company (Mutual) as Surety are held and firmly bound unto the CITY OF WATERLOO , Iowa, hereinafter called "OWNER." In the penal sum Five Percent (5%) 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 condition of this obligation is such that whereas the Principal has submitted the accompanying bid dated the 14th day of May , 2020 , for F.Y. 2020 Wastewater Treatment Plant Digester No. 3 Cover Modifications City Contract No. 1021, City of Waterloo, Iowa 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 5th day of May , A.D. 20 20 . Wit 4 Wit Anne Crowner WRH, Inc. Principal By (Seal) Jp,yjit �1� Vict PrzEsioroarr (Title) Merchants Bonding Company (Mutual) (Seal) Surety By • Attorney -in -fact .a BID BOND Section BB-1 4463.008/City Contract No. 1021 ERCHANTS BONDING COMPANYP., POWER OF ATTORNEY Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., both being corporations of the State of Iowa (herein collectively called the "Companies") do hereby make, constitute and appoint, individually, Dione R. Young their true and lawful Attorney(s)-in-Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. This Power -of -Attorney is granted and is signed and sealed by facsimile under and by authority of the following By -Laws adopted by the Board of Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and amended August 14, 2015 and adopted by the Board of Directors of MerchantsNational Bonding, Inc., on October 16, 2015. "The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys -in -Fact and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof." "The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and aut hority 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 Companies have caused this instrument to be signed and sealed this 5th day of March 2020 .•`',(10 Nq ••••. LNG . CO 4•+P PO <4? O90RPU �%2. 0. ;y: oR Rq o I. •� p Aq 1- Q ? -o- v:o: ••►r:__ -o- of • • _ 2003 r.o. . y 1933 • •c: By • �1 • • • :'d�; ..`;.a• . STATE OF IOWA COUNTY OF DALLAS ss. On this 5th day of March 2020 , before me appeared Larry Taylor, to me personally known, who being by me duly sworn did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC. and that the seals affixed to the foregoing instrument are the Corporate Seats of the Companies; and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. MERCHANTS BONDING COMPANY (MUTUAL) MERCHANTS NATIONAL BONDING, INC President RtA 0 z POLLY MASON Commission Number 750576 My Commission Expires January 07, 2023 Notary Public (Expiration of notary's commission does not invalidate this instrument) I, William Warner, Jr., Secretary of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., do hereby certify that the above and foregoing is a true and correct copy of the POWER OF -ATTORNEY executed by said Companies, which is still in full force and effect and has not been amended or revoked. In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this 5th day of May , 2020 4.44'**10 Nq < ospEziko R��000'- -C. _ 2003 :o . co .co. -o- 'a• 1933 •y• • 0• .b,,;•. • ••o\NG CO,�•• 9 ;moo?P0q :°• q yo V • tin o • CI 3 • c. ••y• • gerae::04ff, Secretary POA 0018 (1/20)