HomeMy WebLinkAboutBaker Enterprises, Inc.3AiC ER
PO Box 277
Waverly, IA 50677
INC
BID SECURITY FOR:
FY 2021 UPTON AVE & CARRIAGE HILL DRIVE
STORMWATER IMPROVEMENTS; NO 1010
CITY OF WATRLOO
715 MULBERRY STREET
WATERLOO, IA 50703
JUN 3 2021 PH 12.52:5
0
►� -4
IC makei
SC
m an
70
2)
ran sag
in
Catd) Xi
n rtwiz
win
in ti
C1%.19—C-4FsrAISS. IP4C
PO Box 277
Waverly, IA 50677
BID PROPOSAL FOR:
FY 2021 UPTON AVE & CARRIAGE HILL DRIVE
STORMWATER IMPROVEMENTS; NO 1010
CITY OF WATERLOO
715 MULBERRY STREET
WATERLOO, IA 50703
r3
0
111/2.
kt:
liana
N M
W,
CYO
i
403
rn
p
11
nal
..1 4
FORE R PROPOSAL
oYo1,02`C UPTON "V
=At k AND C ,� �, ' H AC
Honorable Mayor and City Council
Waterloo, Iowa
Gentlemen:
C=�OLP 1G4CV
CONTRACT NO. lei
S TORMW/; T
Q M P ROVF M
VA TS
1 . The undersigned, being a Corp r ' existing under the laws of the State of
i-ow a Rart crship consisting of the following partners:
1(
wT(Ar cr G5, °T•^.0 , 7
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. 2021
Uri NVENUE AND CRRIAGE HILL DRIVE STORMWATER IMPROVEMENTS, Contract
No. 1010, all in accordance with the above -listed documents and for the unit prices for work in
place for the following items and quantities:
L-
FY
2021
UPTON AILNU at CAR
IAG
-,
1` DRIVIH
S
T
*MAMA
!. R
IMPROVEMENTS
CONTRACT
NO. 1010
BID::
=
UNIT
-
-i- _
v-i--��
_•
SUDAS
__ !- _
= = z--
=
TOTALBID
TOTAL
BID
SPECIFICATION
-
DESCRIPTI_
_ ` - =
_
UNIT
CITY
PRICE
PRICE
ITEM_
_
-
1
CLEARING
AND
2010-1.08B
GRUBBING
ACRE
2
$
(2, ooa
.ob
$ 2 yi
000 • oo
2
ON
-SITE
TOPSOIL,
STRIP,
SALVAGE,
g
2-Zi Liao,
2010-1.08D
AND
SPREAD
CY
2800
$ .
ov
$
oc
3
OFF
-SITE
TOPSOIL,
FURNISH
AND
19
3
2010-1.08D
SPREAD
CY
330
$ to•
o°
$
00
•00
4
I t
C0 300.
2010-1.08E
CLASS
10
EXCAVATION,
HAULED
CY
6300
$ .
oo
$ 9
o0
5
2010-1.08E
EMBANKMENT
CONSTRUCTION
CY
455
$ q •
bo
$ 44 ice 00
to
6
REMOVAL
OF
EXISTING
STORM
SEWER,
4020-1.08D
RCP,
12
IN
LF
30
$ 40.o0
$ 1_ L oo
,00
7
REMOVAL
OF
EXISTING
STORM
SEWER,
4020-1.08D
RCP,
15
IN
LF
11
$ `{a
• oD
$ W
`{° • o0
OHO
__
.SIIDAS
::
_
_
_
_
th
TOTAL_
--U
N
_
TOTALS;
__
_BID
-_ -Y:-
ITEM
SPECIFICATION
DESCRIPTION
=
_
-UNLIT
QTY
PRICE::
PRICE
-
-
8
HIGH
DENSITY
POLYETHYLENE
PIPE
`I
?1.
°o
5 3
4. 0 0
4020-2.01
F
(HDPE)
AASHTO
M
294,
8
IN
LF
174
$
$
9
Y
HIGH
DENSITY
POLYETHYLENE
PIPE
4 2
t '''1 2 oo
4020-2.01
F
(HDPE),
AASHTO
M
294,
15
IN
LF
353
$ ,00
$
? -
FORM OF BID
of 4
CONTRACT NO. 1010
Page 1
HIGH
DENSITY
POLYETHYLENE
PIPE
24
IN
LF
120
$ 1 l oo
$ g S 2
0 . oo
10
4020-2.01
F
(HDPE),
AASHTO
M
294,
.
3
3) oO0. 00
11
4030-2.02
CONCRETE
PIPE
APRON,
15"
EACH
1
000 a ok
i
31 `Ica,
do
$ 749 00
12
4030-2.02
CONCRETE
PIPE
APRON,
24"
EACH
2
$
.o0
PERFORATED
SUBDRAIN,
CORRUGATED
PE,
AASHTO
M
252, TYPE
13
4040-2.02D
CPI
4
IN.
LF
30
$ `jo•
coo
$ (2-ootoo
SEWER,
SW-401,
48
MANHOLE,
STORM
$ J
14
6010-2.01
IN
EACH
2
$
- oo
t81S.:
f7Co
60
MANHOLE,
STORM
SEWER,
SW-401,
[0400
$ `(9oo
oo
15
6010-2.01
IN
EACH
1
$
•oe
.
60
IN
x
60
IN
AREA
INTAKE
STRUCUTRE,
8►� S.
$
g?S. on
16
6010-2.01
SW-513
EACH
1
$ do
72
IN
x
72
IN
AREA
INTAKE
STRUCUTRE,
3oo.dcf
$ l L (0
17
6010-2
01
SW-513
EACH
2
$
g
00 ,
oo
18
8030-1.08A
TRAFFIC
CONTROL
LS
1
$ 400.a
$ LIB 100.00
1
LAWN
SEEDING,
TYPE
(PERMANENT
19
9010-2.02A
MIXTURE)
ACRE
3
$%
to.00
$ t ?in.
o.
o0
20
9040-1.08N
SILT
FENCE
LF
1235
$ Z, oo
$ ti-{) 0. 0
"
21
9040-1.08N
SILT
FENCE
REMOVAL
LF
1235
$ o 40e
$
H I •00
STABILIZED
CONSTRUCTION
TONS
150
$
4S
oo
$ (o
S o. oo
22
9040-1.080
ENTRANCE,
EC-303
•
TURF
REINFORCEMENT
MATS
(TRM),
SS
3 �
23
9040-1.08R
TYPE
II
SO
62
$
o0 .
$ -{ l 0. 00
TEMPORARY
ROLLED
EROSION
3
24
9040-
2.052C
CONTROL
PRODUCT
(RECP),
TYPE
2.0
SY
7650
$ , o
$ q 9 S. 0 o
79
25
9040-2.09D
RIP
RAP
(TYPE.
EROSION
STONE)
TONS
70
$ 7 2 . oo
$ S.o`{o . oo
26
9040-3.02
SWPPP
MANAGEMENT
LS
1
$ Y 3od•ck
$ g goo, 00
27
11010-1.08A
CONSTRUCTION
SURVEY
LS
1
$9r3So.oa
$ I SS 6.60
28
11020-1.08A
MOBILIZATION
LS
1
$
t g,Saa.r
$ 1 Si S
oo.so
Z
DRAWINGS*
CONSTRUCTION
FENCING
LF
4000
$
6•
o a
$ gioOo,
29
SEE
00
INLINE
DRAIN
BASIN
W/18
IN
GRATE
(7S4ao
*
$
30
SEE
DRAWINGS
INTAKE
(NYLOPLAST
OR
EQUAL)
EACH
3
$24Zro•04
BASIN
W/
SOLID
TOP
24
IN
INLINE
DRAIN
3,
*
3 �.
(coo
31
SEE
DRAWINGS
(NYLOPLAST
OR
EQUAL)
EACH
1
$
oo
$ .00
CONNECTION
OF
DOWNSPOUT
TILE
TO
(too
$ ► Spy oo
32
SEE
DRAWINGS*
NEW
STORM
LINE/STRUCTURES
EACH
14
$
,e,
•00
FIELD
DRAIN
TILE
LINE
CONNECTION(S)
LS
1
$ZIOO.00
$ Zrt
00-oo
33
SEE
DRAWINGS*
TO
NORTH
INTAKE
STRUCTURE
*See
G04
of
the
design
drawings
for
estimate
reference
notes
covering
these
bid
items.
sheet
_ r= :_�_ _ ,: _
_- _ -__
—f =�-�_--+�--C.
- -
_,, .5i- __.
- _ _ .- =_�`
_ _
- _ _ _ _ _ - _ _ r - - Cam'-� ✓-�r.:
_ _- _ _ _v _ ____ _ - _ _ _ __ �__ ___ _ _ _ _ _ - _ice-_.c-- Y.
-_'_
_ ilia - - _ __ _ - .?'`4'3'�—� -
-c_-rr� ._.: _ - _ :_ _ -. __ _ _� :. :' ..
-_
- - - - -
_
_ - _.. -_.
-��-~ �,-mot-- - -
_ -
---___•_;r-. _ _
_
-
_
_C -_ _ _
_ - _ _
_ --=
_
_
_
w'
_L
_.. _
- - :. 1.-Y ' �_ _ - - -
- _ - _ _ - -- _ -..
2. It is understood that the quantities set forth are approximate only and subject to variation and that
the unit bid price for the work done shall govern in the actual payment to Contractor.
3. In submitting this bid, the bidder understands that the right is reserved by the City of Waterloo,
Iowa, to reject any or all bids. If written notice of the acceptance of this bid is mailed, telegraphed,
or delivered to the undersigned within thirty (30) days after the opening thereof, or at any time
FORM OF BID CONTRACT NO. 1010 Page 2
of 4
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.
4.. Security in the sum of
c,„„ l'erc.�t A c A-r.-f- e,d Dollars ($ s 7. - Asvicia B.d
in the form of , is submitted herewith in accordance with the
INSTRUCTIONS TO BIDD--RS.
5. Attached hereto is a Non -Collusion Affidavit of Prime Contractor.
6. Attached hereto is a Bidder Status Form.
7. The bidder is prepared to submit a financial and experience statement upon request.
8. The Prime Contractor and Subcontractor(s), which have performed an aggregate of $10,000.00
in work for the City in the current calendar year, are prepared to submit an AAP or Update and an
OC, within ten (10) days of notification that the bid submitted is lowest and acceptable.
a. The bidder has received the following Addendum or Addenda:
Addendum No. Date &flit
10. The bidder shall list the MBE/ VBF 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 Forrn 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
Su bcontractor(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.
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.
FORM OF BID
of 4
CONTRACT NO. 1010 Page 3
13. The Owner reserves the right to select alternates, delete line items, and/or to reduce quantities
prior to the award of a contract due to budgetary limitations.
1. .taw �r.-}�w psr+ t s is
(Name of Kidder) (Date)
By: 3 „de _
&aka tvat.r
Official Address: (Including Zip Code):
2 Z u 3 E gie4AAAV Nttc
Title ?.-J' 1 .�.c-F►r-A Ate
7
1
I.R.S. No. HZ- ICG-749Z.
FORM OF BID CONTRACT NO. 1010 Page 4
of 4
State of
County of boivvrC)*Ukt
NON -COLLUSION AFFIDAVIT OF PRIME BIDDERS
)ss
, being first duly sworn, deposes and says that:
1. He is (Owner, Partner, Officer, Representative, or Agent) , of
kel\AtxPA-3 I , 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)
?r-irc-r et I tr
Title
rd J‘kn-e.,Subscribed and sworn to before me this day of , 2
PSIter
My commission expires
6.-Py 20z2
Title
.
SHANDA It ZELLE
Commission Number 796005
My Commission Expires
iowix May 5,
ail® rtatheeticEni ALflthoruzanoft to Tvarasatic Utusiness
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
0 No
Yes
Yes 0 No
Yes
Yes
Yes
OYes
0 Yes
Yes
Yes
My business is currently registered as a contractor with the Iowa Division of Labor.
My business is a sole proprietorship and I am an Iowa resident for Iowa income tax purposes.
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.
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.
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.
My business is a limited liability partnership which has filed a statement of qualification in this
state and the statement has not been canceled.
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.
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.
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.
My business is a limited liability company whose certificate of organization is filed in Iowa and has
not filed a statement of termination.
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.
309-6001 (09-15)
[Etuder Statiu s Fom
il rico pet dby a 1111 Coidde rs
Part A
Please answer "Yes" or "No" for each of the following:
Yes 0 No
Yes 0 No
Yes ONo
0 Yes ONo
0 Yes
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).
My company has an office to transact business in Iowa.
My company's office in Iowa is suitable for more than receiving mail, telephone calls, and email.
My company has been conducting business in Iowa for at least 3 years prior to the first request for
bids on this project.
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
Paki
My company has maintained offices in Iowa during the past 3 years at the following addresses:
Dates: /
Dates: /
z00to /
/ 2.4 z
/Z4Zt
Address: 2iJ 3 E ge.
City, State, Zip: w00v LAI 9 S O6 7 7
Address: Z C LiNkc ti.44-w brevet
City, State, Zip: C<
-4- t Sar35
Dates: / / to / / Address:
You may attach additional sheet(s) if needed.
To be completed by non-resident bidders
City, State, Zip:
art 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
0Yes No
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.
You may attach additional sheet(s) if needed.
To be completed by all bidders
Part
0
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:&A-V-AeLe(.,-k0- itt.s = c ,
Signature:
Date: C 13 12
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.
309-6001 (09-15)
MBE/W131:= {SUSINESS ENTERPRISE
PRE -BID C*}N T ACT DNFORMATION FORM
P rime Contractor Name: Litt- Cin)-kt-v<seSL .
� r
P roject: LAp-b Av=t -- Cow- ;a t 11 Z--`mot.
Letting Date: (2/3 it(
N O MMIBE/WBE 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 MR =/WBI=
subcontractors will be used, please use the bottom portion of this form.
Contractor Signature: 73--
Ztie-c---
Title:.►G--
kAsfai....c.-
Date: Lis/2/
SUBCONTRACTORS APPLICABLE: You are required, in order for your bid to be considered responsive, to provide
the information on this form showing ALL of your MBI=/WBE subcontractor contacts made for your bid submission.
This information is subject to verification. Any questions may be directed to Contract Compliance Office 319-291-
4429.
SSE
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 MBI /WBE firms to perform portions of the work, please contact Rudy Jones, Contract
Compliance Officer, for assistance at (319) 291-4429.
In the event it is determined that the MBE/WBE Business Enterprise goals are not met, then before awarding the
contract the City of Waterloo will make a determination as to whether or not the apparent successful low bidder made
good faith efforts to meet the goals.
TABLE OF INFORMATION SHOWING BIDDER'S D RE4BID
MBE/WBE BUSINESS ENTERPRISE CONTACTS
Quotes
Received
Quotation
used
in
bid
Dates
Dollar
Amount
Proposed
to
11/1BERNBE
Dates
Subcontractors
Contacted
YeslNo
Contacted
Yes/No
be
Subcontracted
i
/a+
ors cv-
S Z i
ti
2 7, 391.tr
%
_ r
(Form CCO-4) Rev. 06-20-02
KNOW ALL MEN BY THESE PRESENTS, that we,
as Principal, and
bound unto the
BID BOND
Baker Enterprises, Inc.
Granite Re, Inc. , as Surety, are held and firmly
CITY OF WATERLOO , Iowa, hereinafter called "OWNER." In the penal sum
Five Percent of Bid Amount (5% of bid amount)
Dollars ($ XX ) 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 accompanyin bid dated the 3rd day of Tune
p -FY2021 UptonAvenue & Carnage Hill Stormwater Improvements
20 21, for Project I\ o. 1010 p g
•
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 aired 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 1st day of June , A.D. 20 21
Baker Enterprises, Inc.
(Seal)
Witness
BID BOND
Principal
By S----e•4
abat4
Granite Re, Inc.
(Title)°
Surety
By
Jennifet Boy
es Attorney-, i -fact
�.r
(Seal)
Page 1, of 1
CC N U WL DSA EE NT G G3.11 NC IP A L (JLndnvndLll)
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.
ACKRI
State of
County of
On this
)
)
)
day of
acm
Notary Public
PIJ URIC!iiLPL (PirbiicwshHp)
, 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.
State of
County of
Notary Public
ACKNOWLEDGMENT OF PRINCIPAL (Corporation)
etntoct. )
)
)
On thisWe-- day
of elA,VV2
in the year 2,07e1
before me personally comes)
,sbvkee ai- , to me known, who, being duly sworn, deposes and says that he/she is
the Y'l�eC�,-� U���1�1.l1� of the XP,r'Ia,r)erri5c /
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.
•
0
/ow
SHAM II M ;f,AE
Commission Number 795005
My Commission Expires
Ma 5
ACKNOWLEDGMENT OF SURETY
State of Minnesota )
County of Dakota )
On this 1st day of June, in the year 2021, before me personally come(s) Jennifer Boyles, Attorney(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
4.1
TONI L FERRILL
NOTARY PUBLIC - MINNESOTA
My Commission Expires Jan. 31, 2022
0
0
Notary Public
Cts
ti311,''
•
•
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 MINNESOTA and having its pnncipal 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 3rd day ofJanuary, 2020.
STATE OF OKLAHOMA )
) SS:
COUNTY OF OKLAHOMA )
on, President
Kyle P. McDonald, Treasurer
On this 3rd day ofJanuary, 2020, 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
Notary Public
GRANITE RE, INC.
Certificate
THE UNDERSIGNED, being the duly elected and acting Secretary/Treasurer of Granite Re, Inc., a Minnesota Corporation, HEREBY CERTIFIES
that the following resolution is a true and correct excerpt from theJuly 15, 1987, minutes of the meeting of the Board of Directors of Granite
Re, Inc. and that said Power of Attorney has not been revoked and is now in full force and 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 .sub dr b`e1_fi:1��Certificate and affixed the corporate seal of the Corporation this
1st day of June 2021
Kyle P. McDonald, Secretary/Treasurer
GRO800-1