Loading...
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