Loading...
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