Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Chester Bros. Construction
FORM OF BID OR PROPOSAL F.Y. 2014 W. AIRLINE HIGHWAY REHABILITATION CONTRACT NO. 827 CITY OF WATERLOO, IOWA Honorable Mayor and City Council Waterloo, Iowa Gentlemen: 1. The undersigned, being a Corporation existing under the laws of the State of , 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. 2014 W. AIRLINE HIGHWAY REHABILITATION, Contract No. 827, all in accordance with the above-listed documents and for the unit prices for work in place for the following items and quantities: F.Y. 2014 W. AIRLINE HIGHWAY REHABILITATION CONTRACT NO. 827 B( ?1;:a 0 1` "* itur re ._ w Y. �fN ^A 1• IPA P e 1 FULL DEPTH PATCH, 10" PCC SY 534.8 $ A 6 7 _ $ E ck,l\ , 2 SLAB REPLACEMENT, 10" PCC SY 2,489.0 $ \ t $ ,3 5; 3 FULL DEPTH PATCH, BY COUNT EACH 89.0 $ $ \ Ilk U, cj4 4 SLAB REPLACEMENT, BY COUNT EACH 82.0 $ L\ \0 ` $ 33 6)-o,► � 7s" o o 5 PAVEMENT, 9" PCC, SLIP FORM W/CD JTS SY 1,184.4 $ y 7„ $ 5 is,S SS, c e, , 6 PAVEMENT REMOVAL, FULL WIDTH SY 1,184.4 $ , S , $ a'` 1 5- _� CRACK AND JOINT CLEANING AND FILLING 7,4 7 (PCC PAVEMENT) MILE 3.84 $ 1 � $ 3 c3/4,i 3 r1©, 8 SEALER MATERIAL(PCC PAVEMENT) LB 16,700.0 $ .30 $ 3$7LA 10. FORM OF BID CONTRACT NO. 827 Page 1 of 4 PAVEMENT SURFACE REPAIR (GRINDING v‘�' 9 LIMESTONE) SY 55,233.0 $ 3, 0 c $ ( 65j b`14, 10 PAINTED PAVEMENT MARKINGS STA 769.80 $ I I a O o $ 8 - 6 i. 8"'- 11 PAINTED SYMBOLS AND LEGENDS EA 8.0 $ 1 .3 \ . 5 $ I,�S Dr��- ram, 12 MOBILIZATION LS 1.0 $ 3 31000 $ 3'3, 000, 13 FLAGGER DAY 100.0 $ L` c\S ox% $ L\Ct� ( D-'o- op oD 14 PILOT CAR DAY 10.0 $ 1,010 $ l-ai),l'3 Q< 15 TRAFFIC CONTROL LS 1.0 $ t X O $ tAit)- 0. `� 'i (D TOTAL BASE BID $ R9 `1 cI 5"e a L944 C SUBDRAIN, LONGITUDINAL, (SHOULDER)4 (- 1.1 IN. DIA LF 15,540.0 $ 3. a« $ I,)-Lk , ), --- ,s 1.2 SUBDRAIN OUTLET, RF-19E EACH 51.0 $ I ci y - c $ $ 4 1 c: - 1.3 MOBILIZATION LS 1.0 $ $ t 1.4 FLAGGER DAY 60.0 $ kA $� $ a.r=li700 1.5 PILOT CAR DAY 6.0 $ 6 $ - . 4-' 1.6 TRAFFIC CONTROL LS 1.0 $ ..,AS- -_ $ S.) TOTAL ALTERNATE 1 - SUBDRAINS $ I L� L l \ � l VI 11 S Ifl ® f "" T W1. ., ° 1e`' 2.1 DOWEL BAR RETROFIT(1-1/4"X 18") EA 9,171.0 $ .3 7, s_0 $ 3(-\3,c113„- 2.2 MOBILIZATION LS 1.0 $ I V.,j S $ 161Sc " 2.3 FLAGGER DAY 50.0 $ L\CA,S. „ $ v1k-\,f-7s0 - r^,0 cT 2.4 PILOT CAR DAY 5.0 $ 6 1o, - $ 3,, po $ 02 $ a� 2.5 TRAFFIC CONTROL LS 1.0 i90,50 it ©5 O TOTAL ALTERNATE 2 - DOWEL BAR RETROFIT $ 3 , 3\X,5- FORM OF BID CONTRACT NO. 827 Page 2 of 4 TOTAL BASE BID $ 8 C\ (AR i 6• d.'9V TOTAL BASE BID + ALTERNATE 1 $ 1 .7 L\ 1 L\ 1 ? TOTAL BASE BID + ALTERNATE 2 $ 3 e ci , 3 \ a s 3-3 / .6,1' TOTAL BASE BID + ALT 1 + ALT 2 $ L\ 5''3 '7 L\c J i 0 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 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 Dollars ($ ) in the form of 0i A. 6°4 , is submitted herewith in accordance with the INSTRUCTIONS TO BIDDERS. 5. Attached hereto is a Non-Collusion Affidavit of Prime Contractor. 6. Attached hereto is a Resident Bidder Certification ( ), or Non-Resident Bidder Certification (_ X. ). (Mark one.) 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 EOC, within ten (10) days of notification that the bid submitted is lowest and acceptable. 9. The bidder has received the following Addendum or Addenda: Addendum No. / Date 3 '' ili FORM OF BID CONTRACT NO. 827 Page 3 of 4 10. The bidder shall list the MBENVBE 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. 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. 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. C r5i_fr .3ro5 a tOr*Hut-/,°an (4- (Name of Bidder) (Date) BY: r Title Official Address: (Including Zip Code): ©. 0c/ A{ h1avrn;tl, C3,16l I.R.S. No. _,0 99r'9 FORM OF BID CONTRACT NO. 827 Page 4 of 4 NON-COLLUSION AFFIDAVIT OF PRIME BIDDER State of r(l;5�oci� )ss County of Ma(;0P ) Cl'Ir !re vco55 , being first duly sworn, deposes and says that 1. Jle i (Owner, Partner,O iffce� Representative, or Agent) , of Che /'fr Ffb$S (on ry .v n ('L , the Btdder-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) W,,,7-. ;doll Title Subscribed and sworn to before me this 1 day of , 201 ;1. Title JACK W.HAMILTON My commission expires DC r l 2-0)7 Notary Public-Notary Seal State of Missouri Commissioned for Rails County My Commission Expires:October 20,2017 Commission Number:13452041 RESIDENT/NON-RESIDENT BIDDER RESIDENT BIDDER: In accordance with Section 73A.21 of the Iowa Code, all non-federal-aid public improvement projects, which include road construction, shall be performed by a qualified resident bidder. The resident bidder has been further defined as follows: Resident Bidder: A person or entity authorized to transact business in this state and having a business for at least three years prior to the date of the first advertisement for the public improvement. If another state or foreign country has a more stringent definition of a resident bidder, the more stringent definition is applicable as to bidders from that state or foreign country. The contractor shall provide the City with a certification that he is a qualified resident bidder according to the above definition. The Certification shall be submitted with the contractor's bid. A copy of the form of "Resident Bidder Certification" is included in the Contract Documents. If it is determined that the contractor does not meet this qualification after he begins work, a shutdown notice shall be issued and the voiding of the contract shall begin unless the contractor becomes qualified. NON-RESIDENT BIDDER: The contractor shall provide the City with a certification that he is a non-resident bidder according to the above definition. The Certification shall be submitted with the contractor's bid. A copy of the form of"Non-Resident Bidder Certification" is included in the Contract Documents. DJG 01/02/12 RESIDENT BIDDER CERTIFICATION CONTRACT NO: PROJECT NAME: DATE OF LETTING: To be a qualified resident bidder, the bidder shall be a person or entity authorized to transact business in this state and having a business for at least three years prior to the date of the first advertisement for the public improvement. If another state or foreign country has a more stringent definition of a resident bidder, the more stringent definition is applicable as to bidders from that state or foreign country. This qualification as resident bidder shall be maintained by the contractor and his subcontractors at the work site until this project is completed. I hereby certify that I am a resident bidder as defined above. COMPANY NAME CORPORATE OFFICER TITLE DATE NON-RESIDENT BIDDER CERTIFICATION CONTRACT NO.: PROJECT NAME: holy 4) / (//nm /4#1i Aeeha6;'/J a c DATE OF LETTING: /*n f 7 gyp/ I hereby certify that I am an Iowa non-resident bidder. COMPANY NAME: eholee Bros aki5/;Wc-A0M 4 CORPORATE OFFICER: ): , � TITLE: DATE: 40-1 ) goy/ STATE/COUNTRY OF RESIDENCY: 1715Sour; Stated below are the preference(s) to resident bidders in the state/country of • (Preference to bidders, labor force, or other preferential treatment to bidders or laborers, etc. . ` E 3 �' o o .o O �.) :c •-' c a) C •` �� ca o N C a) N O o te U ' O- CO 0.)" am it al C c m o ,C a - 0 p ` p w0 U 0 .0 0 4) p a) :«, m C a) D El Z 0 _02 .cv g al o p � � o c a) a) ._ .- .Q o a) Q tp to •w, .0 0 C N a) > >+ O c O ir / ._ a 7o rn U orn o 0 J aa)) N 0 0 ccv Up = A • U 30a) a) L O' i ap L p c _c — CO E ;= U E m o > �' oou � o r a' cou' U � 3v, � � f,c mac° o cco � o �. a �+ r"to m e c ° J AD W Z WZ �- pns � c � � � .d J a) U— NFL- E 'al ic C - O W VW ~ �� O c �O > OU N- Q) ' Nz 2 a) '( ° a) o A o /�WC4 .o O 2 N N E Z W .al� O o � al 0---.a a) - . W y �l a) LL W e rn a N Y t0 -0 Q I— 70 D F4 Z f- ai � � Q.c 3 0 � W �, U) () a W 0 j= >, s o 0 a) rn o Z N °r C m a) L o m H 2 .o o °, aS E 4- (/)) � _ W = W Z C N N c C () Q 0Ca rn Z co Y O -0 c}' aCS c p c U n�� .3 CL C N N p W D CC W - . Ern 2 -Ea NN pm b m s o 3 a) ) a • E a) c U. (L v, w J ma` s_ z � U) C � Na�i = a Li_ A act N J r� a� a- a) a) � c cEa mcu O o t� W ▪ col moo � � ° m � WCO V r', 7" T . o, � \ = 0 a) a E "� J t. .•- () } E' c o :nw me CO �^ y � rn Wc°) '� a � W 2ti 1-- c c 1 J o a Om a) L- a) .- F .0 m CO 0 �- >' L� J N C. 9 ~ -.E. UWU 0 oW m }. .1. ` m U .O m "E. L L v a � 03 ° a N -°• o o iA :-3 C m L a) ix ,_ O 0 E N N C +�"+ ? \ { N Z 5 3 E O o -a -_ oE a) o W o % 1'� o v• W co c Ucu oi� N n ▪ c am "� J aa)) (0 m N p N .� , .-a- v 2 c cw in g F � C � p to o Q v ��`�{{p{erg p W •o p Z Q p 92 a) a) U p •-u _ ` O ��y t 3 y°o U m CO 0 C al o �� (0 N (0 J `� _ls . U a. Z axi Q 0 CO ai >- W 4 a) C E C ` 'c `� TUT 0 a) -o V } a) o -O a) c E W Y/ co c .c ° y o La ) l_ Tr) C 4�/ �, ° I.L m O O 4_, Q ° o Q � c co 0 W O N Os o > •w o � -Qmo c Z m '0 as OEn.s N ° a) au7 W •L ° O° O L m Wa) W 0 ° E "_ >' c a) a) c `' c w ° a m tt Zm o>cow V O m s- W N W a) . 0 ,v_ �G c O mow c N L m W O 0 -,O CD m L 0 3 acm o 0 �vc0 a) Z CD O c c o ° m � .0 ° cLo a) a) O co aim a 0 y a ci) co N m cn ° Cl) c a) -c c � cnmW2 Eo sit a) 0 o � oaf°L) 0 >, � � cco Z WCO -y � 2 a L� c cca n ~ uQi al a) n o o 0 Z a) o) a7 0 cn m co cmo '� s � a10i � v�i o 0 LC no COa) 3 00 -0 ° L .mac cnt t E a) o . M 13 o a) a) m m E E P w- a a w N � '3 � o .= .c ° m o ....-. co co co - 2 f W cn m? moo c 0 S CU ^ o c0 w o '� 0 Cl) =' ;� aao .� Lin >, O co ° co a) E000O- Z ° � � Q c OJp C Q N o = am -0 Cl) Lima u .m ° ° mE = ° aii 'L m 3c � c n cn .� m WW ., m -2 ° o E2 w3 ° o m -o L .� °� Q� a) W 3 aci 13 c... ow ()N mm °m 3 N cn c o F- m .S W c U a) W c W — U)— a) a L L to O Z L.L. a) a) m ` W m puma) c w Lw O m E c0 c N a) o WZ ) co o o °m � m z � W 300c a? rn.c > • fl ND aci Lo ai O N aci °m caci voi � m � a_ o o oF- oc o � 11c > amp E o co " a) as a) 0) co 3 o m � � W Q oy Q cg > E w E = ; 2 > c a) ,� g c L O a) c L t, o E n 2o a) ZW DO o Qa) a) aoNo C co . � � .0aim C o° vciaEi � a) a) L a) a) L m � ai) °) L_ rn woc EEO , .c m � _> � � Qoo � o L E m o Z c a) as � � w 3 N LC o ° c n, ° Q o W ? cO`oa. 0 as F_ co (Ii . � -� ° O cC ` o ° o a Q , - _ v >,.v �' c m U o 4 ° c Q °) -N c O O ca w p U ro � � n c coo) o -to- � O CD O ° o I— a- E c`a E o m W c2 , W >, o O cos c rnoD al W � y � E Z • � U o moo O c w m) ° c ° O O m o coo OND ° sue o - c ° � m E o a) ° -` c 0 'm• O a U o i cya > .� y Q Zcnc°0 `' U. c c m- w .. c °) 0o ac U � C c°) ac0 CO 0i o ', ma°io � F- o o E a�'i � oc°)io p ° � � wo > N o n a) a s c`oQ c-m ` a c o cU � o m ° co o m- a ai 6 a) y -o a) co E ° O 0 a) -a v) ° a) E � Oo k_ c ' 0 y rn N c c N ° u) o 0 U 2' a 3 N 3 -a L �- a>i N ° W co m a) co m -m c o = _c 0 o >, m m,15 0 0E m c cn >,� E ` cam n L �C �( ° m O (0 4- 0 -0-p c Z o -o ( , U fl a) o = U) a co- w o E '0 ap _, m ° 2 o •2 � . a13 o° >(13 .013 a) 75 ° o - umi ° U 3 a) • < 3 � • aUE E ° HCl w ° o ° Oo ° ` m) - oa °' a °= c Ca Z a > ° 0 L U NZa fn `.. E c a o cVO a) Ot, O 0C O ° -o w c0OL L 00 pc nO 'aOOLcQ c .co ''- o o 0 0 ,... o O CoQ ° CUc O ° ma- 2 — a0u ca cEawO . vaO Wm oo — 0Dg ° m ° (Ao - Ea ' c o m c Z wm aw0 "� oo � c0 C ma. . m .aW0mN - ) o • E Ns . V ..- O c m m �- U Na) c c - yc +- T .co ono Ww � moafl 1m0c . 0 0 0c0- o m �'o • �, ° i -mm >, mwE ° sEEct m � ° E a• ` CW a o rn o � � co ` < p . V cmoon f >,U o) p c c0 a Qi c �0o wcm Eco ° _ � ° c wW oO 0 O o _ co m Z ; 0c Qw m � Z2maQ ° +c° mU , mmWc N - 0 m 2ce - w 0 WW ° om 0o paid cooa 2NmlUV Uc W C O a) otUo 'cw U° L "- m3 E �� � c � c .-.- c mzoo ao • (oW U > ° ° a) a) m E c oQL o �� c co NyU o c W e � 8o i� ai Z oa ma_a � ° 0 NO .0U cif va cries - m t -/-114 I DOT �-- vvww.i owa d ot.g ov SMARTER I SIMPLER I CUSTOMER DRIVEN ..t --VETWAIPT4-A,Z.WW Office of Contracts I Project Delivery Bureau 800 Lincoln Way I Ames, Iowa 50010 Phone: 515-239-1414 I Email: dot.contracts@dot.iowa.gov March 17, 2014 Chester Bross Construction Co. CB Equipment, Inc. PO Box 430 Hannibal, MO 63401 Dear Contractor: We acknowledge receipt of your CPA Audited Financial-Experience-Equipment Statement for the period closing September 30, 2013. This statement will serve to place you on our list of qualified bidders for construction and maintenance work offered by the Iowa Department of Transportation. This statement expires on March 31, 2015. Your maximum pre-qualification for all incomplete work is unlimited. Your prequalification categories and annual bid bond status on file with this office are listed on the enclosed page. Sincerely, Wes W. Musgrove, P.E. Contracts Engineer WWM/mrl Enc. NOTE: Contractor Registration Law, Iowa Code Chapter 91.C5, requires that all contractors be registered before performing any construction work in the State of Iowa. Inquiries should be directed to: Division of Labor Services, 1000 E. Grand Ave., Des Moines, IA 50319 TELEPHONE: 515-242-5871 w.. Iowa Department of Transportation - Office of Contracts 1 PREQUALIFICATION CATEGORIES Approved per Article 1102.01, Competency and Qualification of Bidders, as of Mar 11, 2014 8:15 for (BR465 ) BROSS, CHESTER CONST./C.B. EQUIPMENT STRUCTURES : (Si) Bridge (S2) Bridge Deck Overlay ALTERNATE PAV'T TYPE : (Hi) Alternative Pavement Types PCC PAVEMENT : (P1) PCC Pavement (P2) PCC Pavement - Minor HMA PAVEMENT : (Al) HMA Pavement / Resurfacing SURFACE REHABILITATION : (R1) Patching (R2) Joint Repair (R3) Pavement Planing and Grooving GRADING : (Gl) Grading (G3) Sewer and Intakes (G4) Rip Rap (G5) Pipe Culverts (G6) Granular Surfacing of Roadway (G7) Longitudinal Subdrain (G8) Minor Grading BUILDING : (B2) Salvage and Removal of Buildings EROSION CONTROL : (El) Erosion Control MISCELLANEOUS : (Ml) Miscellaneous Your Annual Bid Bond will expire: December 31, 2014 BID BOND Chester Bross Construction Company KNOW ALL MEN BY THESE PRESENTS,that we, 6739 County Road 423,Palmyra,MO 63461 as Principal,and Western Surety Company,333 S.Wabash Avenue,Chicago,IL 60604 as Surety are held and firmly bound unto the CITY OF WATERLOO ,Iowa,hereinafter called "OWNER." In the penal sum Five Percent of the Amount Bid • Dollars($ 5%of the Amount Bid )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 7 day of April ,20 14 ,for F.Y.2014 W.Airline Highway Rehabilitation,Contract No.827 NOW,THEREFORE, t` (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_ 7 day of April ,A.D.201 4 Chester Bross Construction Company (Seal) Principal By 46, ./71.cs,-`-- • Chester Bross — PresidentTitle) Western Surety Company (Seal) itness - 0��j , � Surety itness Barbara Buchhold, Attorney--in-fact lip l' Amanda L.Williams,Witness • 3 State of Missouri County of St. Louis On 4/07/2014, before me, a Notary Public in and for said County and State, residing therein, duly commissioned and sworn, personally appeared Barbara Buchhold known to me to be Attorney-in- Fact of WESTERN SURETY COMPANY the corporation described in and that executed the within and foregoing instrument, and known to me to be the person who executed the said instrument in behalf of said corporation, and he duly acknowledged to me that such corporation executed the same. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal, the day and year stated in this certificate above. fi\ • LW1 Amanda L. Williams, Notary Public AMANDA L,WILLIAMS • Notary Public-Notary Seal Q STATE OF MISSOURI a St.Louis County I My Commission Expires: July 24,2017 • Commission#13507257 My Commission Expires: Western Surety Company POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY—IN—FACT Know All Men By These Presents,That WESTERN SURETY COMPANY,a South Dakota corporation,is a duly organized and existing corporation having its principal office in the City of Sioux Falls,and State of South Dakota;and that it does by virtue of the signature and seal herein affixed hereby make,constitute and appoint Dana A Dragoy, Andrew P Thome, Debra A Woodard, Peter J Mohs, Kristan L Lucas, Barbara Buchhold,Myranda Bohannon,Michael D Wiedemeier,Individually of Chesterfield,MO,its true and lawful Attomey(s)-in-Fact with full power and authority hereby conferred to sign,seal and execute for and on its behalf bonds,undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said Attorney,pursuant to the authority hereby given,are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By-Law printed on the reverse hereof,duly adopted,as indicated,by the shareholders of the corporation. In Witness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its Vice President and its corporate seal to be hereto affixed on this 28th day of August,2013. WESTERN SURETY COMPANY .O y Veil\`pE AVM N D aul T.Bruflat,Vice President State of South Dakota ss County of Minnehaha On this 28th day of August,2013,before me personally came Paul T.Bruflat,to me known,who,being by me duly sworn,did depose and say: that he resides in the City of Sioux Falls,State of South Dakota;that he is the Vice President of WESTERN SURETY COMPANY described n and which executed the above instrument;that he knows the seal of said corporation;that the seal affixed to the said instrument is such corporate seal;that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority,and acknowledges same to be the act and deed of said corporation. My commission expires f~`�'•"'~"w'� " Y"~+ J.MOHR June 23,2015 SOUTH PUBLIC.# -, SOUTH DAKOTA ' ��.�ra.aaw.•Mµ.ti♦ «� J.Mohr,Notary Public CERTIFICATE I,L.Nelson,Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in force,and further certify that the By-Law of the corporation printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said corporation this_ 7 day of April , 2014 3Rrrr WESTERN SURETY COMPANY Ate- /pPPCggj"'lai `ZZAE.:4 wr ./ CDT. L.Nelson,Assistant Secretary Form F4280-7-2012 Authorizing By-Law ADOPTED BY THE SHAREHOLDERS OF WESTERN SURETY COMPANY This Power of Attorney is made and executed pursuant to and by authority of the following By-Law duly adopted by the shareholders of the Company. Section 7. All bonds, policies, undertakings, Powers of Attorney, or other obligations of the corporation shall be executed in the corporate name of the Company by the President, Secretary, and Assistant Secretary, Treasurer, or any Vice President, or by such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary,or the Treasurer may appoint Attorneys in Fact or agents who shall have authority to issue bonds, policies, or undertakings in the name of the Company. The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile.