Northwest Arterial Hike/Bike Trail Phase 3 Project_Award of ContractMasterpiece on the Mississippi
Dubuque
M-Amedcacnr
2007
TO: The Honorable Mayor and City Council Members
FROM: Michael C. Van Milligen, City Manager
SUBJECT: Iowa 32 Hike /Bike Trail, Phase 3 Project Contract Award, CIP #100 -2273
DATE: March 28, 2011
Sealed bids were received for the Iowa 32 Hike /Bike Trail, Phase 3 Project. Leisure
Services Manager Marie Ware recommends award of the contract to the low bidder,
Drew Cook and Sons Excavating, Inc., in the amount of $143,599.60.
I concur with the recommendation and respectfully request Mayor and City Council
approval.
MCVM:jh
Attachment
cc: Barry Lindahl, City Attorney
Cindy Steinhauser, Assistant City Manager
Marie L. Ware, Leisure Services Manager
Michael C. Van Milligen
THE CITY OF
DUB U E MEMORANDUM
Masterpiece on the Mississippi
TO: Michael C. Van Milligen, City Manager
FROM: Marie L. Ware, Leisure Services Manager
SUBJECT: Iowa 32 Hike /Bike Trail, Phase 3 Project Contract Award, CIP #100 -2273
DATE: March 25, 2011
INTRODUCTION
The purpose of this memorandum is to recommend that the City Council award a
contract to Drew Cook and Sons Excavating Inc for the Iowa 32 Hike /Bike Trail, Phase
3 Project.
DISCUSSION
Bids were received on March 24, 2011 for the Iowa 32 Hike /Bike Trail, Phase 3 Project.
A summary of the bids received is as follows:
Contractor
Drew Cook and Sons
Tschiggfrie Excavating
McClain Excavating
Connolly Construction
McAuliffe Excavating
Base Bid
$143,599.60
$160,291.83
$160,442.46
$164,502.40
$178,370.29
This project provides for construction of an asphalt trail between Plaza Drive and
Payton.
The estimate of probable costs was as follows:
Estimate
Construction contract $ 147,000
Contingency $ 20,000
Engineering $ 33,000
Total $ 200,000
A $200,000 R.E.A.P. Grant has been received to fund this project. The low bid is $407
under the engineer's estimate and $3,401 under budget.
RECOMMENDATION
I recommend that the contract be awarded to Drew Cook and Sons Excavating Inc in
the amount of $143,599.60.
ACTION STEP
The action requested is that the City Council adopts the attached resolution awarding a
contract to Drew Cook and Sons Excavating Inc in the amount of $143,599.60 for the
Iowa 32 Hike /Bike Trail, Phase 3 Project.
MLW:et
attachment
Ms. Marie Ware, Leisure Services Manager
City of Dubuque
2200 Bunker Hill Road
Dubuque, IA 52001
RE: Iowa 32 Hike /Bike Trail,
Phase 3 Site Improvements
Dear Ms. Ware:
Please be advised that we have reviewed the bid documents and the bid tabulations for the above noted
project. Based upon the review, we have determined that the construction of the trail is most economical if
it is constructed with asphaltic concrete (ACC) rather than portland cement concrete (PCC). It is our
experience that the ACC constructed per the specifications should provide an adequate surface for the trail.
The lowest responsible bid received for the project is from Drew Cook & Sons Excavating Co. Inc. They are
a Dubuque company with an address of 10782 Timber Ridge, Dubuque. We have worked with Drew on a
number of past successful projects here in the Dubuque area. There bid for the project was $143,599.60.
We have checked the accuracy of said bid and have found the math as submitted to be correct.
Drew Cook & Sons have been in the construction business for many years and have successfully
completed similar projects in the past. Thus, it is our recommendation that a contract for the construction of
Phase 3 of the Hike /Bike Trail from Plaza Drive to Payton Drive be awarded to them.
Respectfully submitted,
t o 4kd ateci-ravc.
Buesing & Associates, Inc.
Kenneth L. Buesing, PE & LS
Buesing & Associates Inc.
Engineers & Surveyors
1212 Locust St.
Dubuque, IA 52001
(563) 556 -4389
cc: Jon Dienst, City of Dubuque Engineering Department
March 25, 2011
HIKE AND BIKE TRAIL PHASE #3
SITE IMPROVEMENTS
CONTRACTORS BID TABULATION
Item Description
QTY
Unit
Unit Cost Total Cost
Unit Cost Total Cost
Unit Cost
Total Cost
Unit Cost
Total Cost
Unit Cost Total Cost
EARTHWORK
EARTHWORK
DREW COOK
TSCHIGGFRIE
McCLAIN
CONNOLLY
McAULIFFE
A.
(PLAZA DR TO PAYTON DR)
1.)
2.)
Est. Topsoil 2,152 C.Y. (6" Deep)
-
NONE
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
Est. Subsoil 1,822 C.Y.
-
NONE
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
3.)
Est. Total Cut 3,974 C.Y.
3,974
C.Y.
$9.90
$39,342.60
$5.65
$22,453.10
$0.00
$9.20
$36,560.80
$6.90
$27,420.60
$9.78
$38,865.72
4.) Est. Fill 5,286 C.Y. = (4,229 C.Y .+ 25 %)
-
NONE
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
6.) Est. Borrow 1,312 C.Y. = (5,286 C.Y.- 3974 C.Y.)
1,312
C.Y.
$8.50
$11,152.00
$11.55
$15,153.60
$12.88
$16,898.56
$17.75
$23,288.00
$13.90
$18,236.80
!SUBTOTAL
EARTHWORK
II. TRAIL
CONSTRUCTION
A !SUBBASE PREPARTION
$7,500.00
i
1
Base Stabilization Allowance (includes coring, and disposal, and new
material)
1
L.S.
$7,500.00
$7,500.00
$7,500.00
$7,500.00
$7,500.00
$7,500.00
$7,500.00
$7,500.00
$7,500.00
B. TRAIL
1
CONSTRUCTION
3" ACC Paving
3377
S.Y.
$11.00
$37,147.00
$12.10
$40,861.70
$11.23
$37,923.71
$12.40
$41,874.80
$11.01
$37,180.77
2
8" Stone Base
4118
24
S.Y.
$6.00
$24,708.00
$8.10
$33,355.80
$6.21
$25,572.78
$7.40
$30,473.20
$7.40
$30,473.20
3
2'x2' Detectable Warning Pads
EACH
$46.00
$1,104.00
$74.60
$1,790.40
$40.00
$960.00
$52.00
$1,248.00
$100.00
$2,400.00
4
6" Concrete Sidewalk
540
S.F.
$3.60
$1,944.00
$6.40
$3,456.00
$5.47
$2,953.80
$4.15
$2,241.00
$8.42
$4,546.80
_
5
Traffice Control & Related Signage (Complete)
1
L.S.
$3,000.00
$3,000.00
$4,500.00
$4,500.00
$3,000.00
$3,000.00
$3,352.00
$3,352.00
$3,000.00
$3,000.00
SUBTOTAL
TRAIL CONSTRUCTION
III.
UTILITIES
A.1STORM
CONSTRUCTION
1
SEWER
18" RCP
28
L.F.
L.F.
L.F.
$32.00 $896.00
$105.60
$2,956.80
$51.14
$1,431.92
$71.35
$1,997.80
$35.00
$980.00
2
_
18" HDPE Includes Flared End Sections
62.5
$20.00 $1,250.00
$32.85
$2,053.13
$44.68
$2,792.50
$54.00
$3,375.00
$17.12
$1,070.00
3
6" Subdrain Extension
8
40
$17.00 $136.00
$28.60
$228.80
$36.67
$25.90
$293.36
$1,036.00
$52.00
$31.00
$416.00
$10.00
$80.00
4
5
RIP -RAP
TON
$16.001 $640.00
$14.00 $1,400.00
$28.25
$1,130.00
$1,240.00
$40.00
$1,600.00
Draintile (IF REQUIRED) Includes 4" tile, 1' wide by 36" deep trench
and 3/8" clean porous backfill compacted 1' from surface
100
L.F.
_
$15.95
$1,595.00
$12.28
$1,228.00
$14.70
$1,470.00
$9.87
$987.00
IV.
SIG
A.
NAGS
Signs
and Installation
L.S.
$3,485.00 $3,485.00
$3,785.00
$3,785.00
$3,485.00
$3,485.00
$2,250.00
$3,894.00
$3,894.00
$3,485.00
$3,485.00
B.
EROSION
A.
B.
C.
D.
E.
F.
Pavement
Markings & Striping
L.S.
$2,250.00
$2,250.00
$2,850.00
$2,850.00
$2,250.00
$2,515.00
$2,515.00
$2,250.00
_ $2,250.00
V.
Obtaining
Drive
Erosion
Inspections
Install
Permanent
Mulching
SUBTOTAL
CONTROL
NPDES Permit, Prepare Erosion Control Plan (SWPPP) (Plaza
to Holliday Drive)
1
L.S.
$1,010.00 $1,010.00
$925.00
$925.00
$1,250.00
$1,250.00
$3,200.00
$3,200.00
$1,200.00
$1,200.00
Control Operating Proceedures & Update SWPPP if Required
1
L.S.
$360.00 $360.00
$1,300.00
$1,300.00
$500.00
$500.00
$570.00
$570.00
$1,800.00
$1,800.00
after> 1/2" Rainfall (SWPPP)
5
EVENT
$85.00 $425.00
$109.50
$547.50
$80.00
$400.00
$115.00
$575.00
$350.00
$1,750.00
$8,750.00
All Erosion Control Items Shown On SWPPP
1
L.S.
$2,050.00 $2,050.00
$8,250.00
$8,250.00
$8,800.00
$8,800.00
$2,650.00
$2,650.00
$8,750.00
Seeding & Fertilizing
L.S.
$1,500.00 $1,500.00
$1,800.00
$1,800.00
$1,750.00
$1,750.00
$1,676.00
$1,676.00
$5,600.00
$5,600.00
L
L.S.
$1,500.00 $1,500.00
$1,800.00
$1,750.00
$1,750.00
$1,676.00
$1,676.00
$2,800.00
$2,800.00
VI.
BOND I
A.
Performance Payment and Maintenance Bond
1
L.S.
$800.00 $800.00
$2,000.00
$2,000.00
$2,105.88
$2,105.88
$1,850.00
$1,850.00
$3,815.00
$3,815.00
TOTAL BID
$143,599.60
$160,291.83
I
$160,442.31
$164,502.40
$178,370.29
14
RESOLUTION NO. 111 -11
AWARDING THE PUBLIC IMPROVEMENT CONTRACT FOR THE IOWA 32
HIKE /BIKE TRAIL, PHASE 3
Whereas, sealed proposals have been submitted by contractors for the Iowa 32
Hike /Bike Trail, Phase 3 (the Project) pursuant to Resolution No. and Notice
to Bidders published in a newspaper published in the City of Dubuque, Iowa on the 11th
day of March, 2011.
Whereas, said sealed proposals were opened and read on the 24th day of
March, 2011 and it has been determined that Drew Cook & Sons Excavating Co, Inc. of
Dubuque, Iowa, with a bid in the amount of $143,599.60, is the lowest responsive,
responsible bidder for the Project.
NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY
OF DUBUQUE, IOWA:
That a Public Improvement Contract for the Project is hereby awarded to Drew
Cook & Sons Excavating Co, Inc. and the City Manager is hereby directed to execute a
Public Improvement Contract on behalf of the City of Dubuque for the Project.
Passed, approved and adopted this 4th day of April
anne F. Schneider, CMC
City Clerk
Attest:
2011
Roy D. Buol, Mayor
CITY OF DUBUQUE, IOWA
IMPROVEMENT CONTRACT
IOWA 32 HIKE /BIKE TRAIL, PHASE 3 PROJECT
THIS IMPROVEMENT CONTRACT (the Contract), made in triplicate, dated for
reference purposes the / / day of 4ory , , 2011, between the City of
Dubuque, Iowa, by its City Manager, through authority conferred upon the City Manager
by its City Council (City) and Drew Cook & Sons Excavating Co. of the City of Dubuque,
Iowa.
For and in consideration of the mutual covenants herein contained, the parties
hereto agree as follows:
CONTRACTOR AGREES:
1. To furnish all material and equipment and to perform all labor necessary for the Iowa
32 Hike /Bike Trail, Phase 3 Project (the Project).
The Project shall be made to the established grade and to the grades as shown on
the profiles and cross sections on file in the City Engineer's office for this Project; in
strict accordance with the requirements of the laws of the State of Iowa and
ordinances of the City of Dubuque relating to public works, and in accordance with
the Contract Document shall of which provisions and documents are each and all
hereby referred to and made a part of this Contract just as much as if the detail
statements thereof were repeated herein.
2. Contract Documents shall mean and include the following: the Notice to Bidders; the
Contractor's Proposal; Plans, Specifications, and General Requirements as adopted
by the City Engineer for the Project.
3. All materials used by the Contractor in the Project shall be the best of their several
kinds and shall be put in place to the satisfaction of the City Engineer.
4. The Contractor shall remove any materials rejected by the City Engineer as
defective or improper, or any of said work condemned as unsuitable or defective,
and the same shall be replaced or done anew to the satisfaction of the City Engineer
at the cost and expense of the Contractor.
5. Five percent (5 %) of the Contract price shall be retained by the City for a period of
thirty (30) days after final completion and acceptance of the Project by the City
Engineer to pay any claim that may be filed within said time for labor and materials
done and furnished in connection with the performance of this Contract and for a
longer period if such claims are not adjusted within that time, as provided in Iowa
Code Chapter 573. The City shall also retain additional sums to protect itself against
any claim that has been filed against it for damages to persons or property arising
through the prosecution of the work and such sums shall be held by the City until
such claims have been settled, adjudicated or otherwise disposed of.
6. The Contractor has read and understands the specifications including General
Requirements and has examined and understands the plans herein referred to and
agrees not to plead misunderstanding or deception because of estimates of quantity,
character, location or other conditions surrounding the same.
7. In addition to the guarantee provided for in the specifications, the Contractor shall
also make good any other defect in any part of the Project due to improper
construction notwithstanding the fact that said Project may have been accepted and
fully paid for by the City, and the Contractor's bond shall be security therefore.
8. The Contractor shall fully complete the Project under this Contract on or before
August 1, 2011.
9. To the fullest extent permitted by law, the Contractor shall indemnify and hold
harmless the City from and against all claims, damages, losses and expenses,
including but not limited to attorneys' fees, arising out of or resulting from
performance of the Contract, provided that such claim, damages, loss or expense is
attributable to bodily injury, sickness, disease or death, or injury to or destruction of
property (other than the Project itself) including loss of use resulting there from, but
only to the extent caused in whole or in part by negligent acts or omissions of the
Contractor, the Contractor's subcontractor, or anyone directly or indirectly employed
by the Contractor or the Contractor's subcontractor or anyone for whose acts the
Contractor or the Contractor's subcontractor may be liable, regardless of whether or
not such claim, damage, loss or expense is caused in part by a party indemnified
hereunder.
THE CITY AGREES:
Upon the completion of the Contract, and the acceptance of the Project by the
City Engineer, the City agrees to pay the Contractor as full compensation for the
complete performance of this Contract, the amount determined for the total number of
units completed at the unit prices stated in the Contractor's Proposal and less any
liquidated damages provided for in the Contract Documents. The number of units
stated in the plans and specifications is approximate only and the final payment shall be
made by the work covered by the Contract.
CONTRACT AMOUNT $143,599.60
The Contractor hereby represents and guarantees that it has not, nor has any
other person for or in its behalf, directly or indirectly, entered into any arrangement or
agreement with any other bidder, or with any public officer, whereby it has paid or is to
pay any other bidder or public officer any sum of money or anything of value whatever
in order to obtain this Contract; and it has not, nor has another person for or in its behalf
directly or indirectly, entered into any agreement or arrangement with any other person,
firm, corporation or association which tends to . or does lessen or destroy free
competition in the letting of this Contract and agrees that in case it hereafter be
established that such representations or guarantees, or any of them are false, it will
forfeit and pay not less than ten percent (10 %) of the Contract price but in no event be
less than $750.00 (Seven Hundred and Fifty & 00 /Dollars) as liquidated damages to the
City.
The surety on the bond furnished for this Contract, shall in addition to all other
provisions, be obligated to the extent provided for by Iowa Code § 573.6, relating to this
Contract, which provisions apply to said bond.
The Contractor agrees, and its bond shall be surety therefore, that it will keep
and maintain the Project in good repair for a period of two (2) years after acceptance of
the same by the City Engineer and its bond shall be security therefore.
CITY OF DUBUQUE, IOWA
By
City M "ager
This is ify that a ce
office on the day of
FURTHER CONDITIONS
4'
Jcaannc F. Sch cidcr, CMC, City Clcrk
Kevin S. Firnstahl, Acting City Clerk
PRINCIPAL:
Bv•
Signature
Title
CERTIFICATE OF CITY CLERK
rec,,,Coo1 SONS E XCauo44. n c
Contractor
p (P.0 ai1Nut
C_
copy of the above Contract has been filed in my
fG1,11 ,2011.
CITY OF DUBUQUE, IOWA
PERFORMANCE, PAYMENT AND MAINTENANCE BOND
KNOWN ALL MEN BY THESE PRESENTS: That Drew Cook & Sons
Excavating Co. as Principal (Contractor) and IMT Insurance Company
as Surety are held firmly bound unto the City of Dubuque, Iowa (City), in the penal sum
of $143,599.60 the same being 100% of the total price of the Contract for the Project
herein referred to, lawful money of the United States of America, well and truly to be
paid to said City of Dubuque, and to all other parties who, under the provisions of the
laws of Iowa, are intended to be protected and secured hereby for which payment we
bind ourselves, our heirs, executors, successors and assigns, jointly and severally by
these presents.
Dated at Dubuque, Iowa, this 11 th day of Ap 1 , 2011, and
duly attested and sealed.
WHEREAS, the said Contractor by a Contract dated April 1 1 , 2011,
incorporated herein by reference, has agreed with said City of Dubuque to perform all
labor and furnish all materials required to be performed and furnished for the Iowa 32
Hike /Bike Trail, Phase 3 Project (the Project) according to the Contract and
Construction Documents prepared therefore.
It is expressly understood and agreed by the Contractor and Surety bond that the
following provisions are a part of this Bond and are binding upon said Contractor and
Surety, to -wit:
1. PERFORMANCE BOND: The Contractor shall well and faithfully observe, perform,
fulfill and abide by each and every covenant, condition and part of said Contract
and Contract Documents, by reference made a part hereof, for the Project, and
shall indemnify and save harmless the City from all outlay and expense incurred by
the City by reason of the Contractor's default of failure to perform as required. The
Contractor shall also be responsible for the default or failure to perform as required
under the Contract and Contract Documents by all its subcontractors, suppliers,
agents, or employees furnishing materials or providing labor in the performance of.
the Contract.
2. PAYMENT BOND: The Contractor and the Surety shall pay all just claims
submitted by persons, firms, subcontractors, and corporations furnishing materials
for or performing labor in the performance of the Contract on account of which this
Bond is given, including but not limited to claims for all amounts due for labor,
materials, lubricants, oil, gasoline, repairs on machinery, equipment and tools,
consumed or used by the Contractor or any subcontractor, wherein the same are
not satisfied out of the portion of the contract price which the City is required to
retain until completion of the improvement, but the Contractor and Surety shall not
be liable to said persons, firms, or corporations unless the claims of said claimants
against said portion of the contract price shall have been established as provided
by law. The Contractor and Surety hereby bind themselves to the obligations and
conditions set forth in Chapter 573, Code of Iowa, which by this reference is made a
part hereof as though fully set out herein.
3. MAINTENANCE BOND: The Contractor and the Surety hereby agree, at their own
expense:
A. To remedy any and all defects that may develop in or result from work to be
performed under the Contract within the period of two (2) year(s) from the
date of acceptance of the work under the Contract by the City Council of the
City of Dubuque, Iowa, by reason of defects in workmanship or materials
used in construction of said work;
B. To keep all work in continuous good repair; and
C. To pay the City the reasonable costs of monitoring and inspection to assure
that any defects are remedied, and to repay the City all outlay and expense
incurred as a result of Contractor's and Surety's failure to remedy any defect as
required by this section.
Contractor's and Surety's agreement herein made extends to defects in
workmanship or materials not discovered or known to the City at the time such work
was accepted.
NOW, THEREFORE, the condition of this obligation is such that if the said
Contractor shall perform all of the work contemplated by the Contract in a workmanlike
manner and in strict compliance with the plans and specifications, and will pay all claims
for labor and materials used in connection with said Project, to indemnify the said City
for all damages, costs and expense incurred by reason of damages to persons or
property arising through the performance of said Contract, and will reimburse the City
for any outlay of money which it may be required to make in order to complete said
Contract according to the Construction Documents and will maintain in good repair said
Project for the period specified in the Contract where this bond is obligated for
maintenance, and will faithfully comply with all of the provisions of Section 573 of the
Code of Iowa, then this obligation shall be null and void, otherwise it shall remain in full
force and effect.
All the conditions of this bond must be fully complied with before the Contractor
or the Surety will be released.
The Contract, Contractor's Proposal, and Construction Documents shall be
considered as a part of this Bond just as if their terms were repeated herein.
Dated at Dubuque, Iowa this llth day of April , 2011.
CITY OF DUBUQUE, IOWA
PRINCIPAL:
Irk) (06 (vS0A) 5 x ca uct n9
Contractor
By. JJ( 01)0
Signature
p () 1
Title
SURETY:
IMT Insj� ' Company
Title
orney -in -Fact
Dubuque, IA 52001
City, State, Zip Code
563 556 - 3232
Telephone
5
c,
rJ�rJ�rJ�rJ�rJ�rJ�rJ�rJ�rJ�rJ�rPrJ�rPrPrJ�rJ�rPrJ�rJ�rJ�rJ�rJ�rPrJ�rJ�rJ�rJ�rJ�cPrJ�rJ�rScPrJ�rJ�rJ�rJ�rJ�rPr�rJ�rJ�rJ�rJ�rJ�rJ�rJ�rJ�rJ�rJ�rJ�rPrJ�rJ�rJ�rJ�rJ�rJ�rJ�rJ�rJ�rJ�rJ�rJ�rJ�rJ�rJ�rJ�rJ�rJ�rJ�rJ�rJ�rJ�rJ�rJ�rJ�rP�PrJ�rJ�rJ�rJ�rJ�rJ��f
5 5
0
STATE OF IOWA
COUNTY OF POLK
SY 06 06 (01/07)
}
ss:
DEE COPIC
COMMISSION NO. 742311
MY COMMISSION IRES
INSURANCE
POWER OF ATTORNEY
John E. Goodmann and Barton P. Brown
CERTIFICATE
Notary Public, Polk County, Iowa
No. 62359
Notice: The warning found elsewhere in this Power of Attorney affects the validity thereof. Please review carefully.
Know All Persons By These Presents, that IMT Insurance Company a corporation duly organized under the laws of the State of Iowa, and having
its principal office in the City of West Des Moines, County of Polk, State of Iowa, hath made, constituted and appointed, and does by these presents
make, constitute and appoint
of Dubuque and State of Iowa its true and lawful Attorney -in -Fact, with full power and
authority hereby conferred in its name, place and stead, to sign, execute, acknowledge and deliver in its behalf as surety any and all bonds, under-
takings, recognizances or other written obligations in the nature thereof, subject to the limitation that any such instrument shall not exceed the
amount of: One Million Five Hundred Thousand and No /100 ($1,500,000.00) Dollars
and to bind IMT Insurance Company thereby as fully and to the same extent as if such bond or undertaking was signed by the duly authorized
officers of IMT Insurance Company, and all such acts of said Attorney -in -Fact, pursuant to the authority herein given, are hereby ratified and
confirmed.
This Power -of- Attorney is made and executed pursuant to and by authority of the following By -Laws adopted by the Board of
Directors of IMT Insurance Company on December 18, 1998.
ARTICLE VIII, SECTION 4. - The President or any Vice President or Secretary shall have the authority to appoint Attorneys In Fact and
to authorize them to execute on behalf of the Company, and attach thereto the Corporate Seal, bonds, undertakings, recognizances, con-
tracts of indemnity or other obligatory writings, excluding insurance policies and endorsements.
ARTICLE VIII, SECTION 5. - The signature of any authorized officer and the Corporate Seal may be affixed by facsimile to any Power
of Attorney authorizing the execution and delivery of any of the instruments described in Article VIII, Section 4 of the By -Laws. Such
facsimile signature and seal shall have the same force and effect as though manually affixed.
In Witness Whereof, IMT Insurance Company has caused these presents tube°5i ttu4,,,by its President and its corporate seal to
1 9th day A ri I 2010 ^``0 P. > 0 ''
be hereto affixed, '?:
ffixed, this da o p � �
IMT- Insi�iratice t or$ISan
Richa`t'"tl. Kgjth ,
/04VF� �0o�O`\
WARNING: THIS POWER IS INVALID IF NOT PRINTED WITH R ' AND RED LOGO.
On this 19th day of April 2010 , before me appeared Richard Keith, to me personally known,
who being by me duly sworn did say that he is President of the IMT Insurance Company, the corporation described in the foregoing instrument,
and that the Seal affixed to the said instrument is the Corporate Seal of the said Corporation and that the said instrument was signed and sealed in
behalf of said Corporation by authority of its Board of Directors.
In Testimony Whereof, I have hereunto set my hand and affixed my Official Seal at the City of West Des Moines, Iowa, the day and year
first above written.
I, Dalene Holland, Secretary of the IMT Insurance Company do hereby certify that the above and foregoing is a true and correct copy of
the POWER -OF- ATTORNEY, executed by said the IMT Insurance Company, which is still inoforcp effec 11 tY l
In Witness Whereof, I have hereunto set my hand and affixed the Seal [ QM` jCbi ar{ ;;pn day of
April , 2011 :;s
s. I`
s.
Dalene Hbliarld;- Secretary,
" ' r /nrriiniums 0
PcPrPrPrJ�r�r�r�rPrPrJ�rSrJ�rJ�rJ�rJ�rJ�rJ�r�rJ�rJ�rJ�rJ�rPrJ�rJ�rJ�rJ�rJ�rJ�rJ�rJ�rJ�rJ�rJ�rJ�rPrJ�rJ�rJ�rPrJ�rJ�rJ�rJ�rJ�rJ�rJ�rJ�rJ�rJ�cPrJ�rJ�r�rJ�rJ�rPr�rJ�rJ�rJ�rJ�rJ�rJ�rJ�rJ�rPrJ�rJ�rJ�rJ�rJ�rJ�rPrJ�rJ�rJ�rJ�rJ�rJ�rJ�rJ�rJ�rJ�rsr1
0
0