HomeMy WebLinkAboutCardinal Construction•
CARDINAL CONSTRUCTION INC.
2CIAL ST.. SUITE 700 BOX 897 WATERLOO, IOWA 50704
r
Bid Security for:
Waterloo Boathouse Enhancements
Contract No. 940
Waterloo, Iowa
•
CARDINAL CONSTRUCTION INC.
RCIAL ST . SUITE 700 BOX 897 WATERLOO. IOWA 50704
Cf T V i �F WA-rb-Zi 00
CITY CLERK'S OFFICE
SEP 212017 Em @ ;46.0 _'f
Bid Proposal for;
Waterloo Boathouse Enhancements
Contract No. 940
Waterloo, Iowa
FORM OF BID OR PROPOSAL
F.Y. 2018 WATERLOO BOATHOUSE ENHANCEMENTS
CONTRACT NO. 940
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
Iowa , a Partnership consisting of the following partners:
Cardinal Construction, Inc. , having
familiarized .(B eal#) (the11 selves) (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 Wayne Claassen Engineering &
Surveying, Inc. 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. 2018 WATERLOO BOATHOUSE
ENHANCEMENTS, Contract No. 940, all in accordance with the above -listed
documents and for the unit prices for work in place for the following items and quantities:
BASE BID
BID
ITEM
DESCRIPTION
BASE BID :. '.
UNIT--
EST.. QTY..
;r'r?:,.;,..;:,
UNIT BID
PRICE
TOTAL BID PRICE
001
MOBILIZATION
L.S.
1
$ 31,O& 3.5$
$ 311_093.6E
002
TOPSOIL STRIP, SALVAGE, STOCKPILE AND
RESPREAD
C.Y.
587
$ 6.3?
$ 31 7-39,I1
003
CLASS 10 EXCAVATION
C.Y.
2,797
$1$ .113
$ W 41 525(Q, 2i
004
TOPSOIL, FURNISH, SPREAD, IN-PLACE
C.Y.
100
$ 2t. 24
$ 21 1 Z►{ . by
005
REVETMENT, CLASS "E" RIP -RAP
TON
950
$ ',wig
$ 1.10135 ,.Oo
006
GEOSYNTHETIC
S.Y.
7,731
$ 1.11
$ 24l 661.8`I
007
SEED, FERTILIZE AND MULCH (1DOT RURAL MIX)
ACRES
0.92
$ 9/513,os
$ 9,513.08
008
SILT FENCE (EROSION CONTROL FENCING)
L.F.
530
$ 2.65
$ 11,104 .50
FORM OF BID
CONTRACT NO. 940
Page 1 of 6
BID
ITEM
DESCRIPTION
BASE BID
UNIT
EST. QTY,
UNIT BID
PRICE
TOTAL BID PRICE
009
STRAW FILLED WATTLE, 9" DIA.
L.F.
90
$ 7. q(D
$ 7/6,q0
010
WOOD EXCELSIOR MAT FOR SLOPE PROTECTION
(EC -103)
SQUARES
160
$ Z0. 71
$ 3/31340
011
TRAFFIC CONTROL
L.S.
1
$ V-(1,0()
$ 391,60
012
SWPPP COMPLIANCE
L.S.
1
$ 185, 83
$ /85.83
013
MAINTENANCE BOND, 2 -YEAR
L.S.
1
$ 6/ 50.26 26
$ 5, 364, Z$
101
REMOVALS, STORM SEWER CULVERTS
L.F.
280
$ '?. 96
$ Z7 ZZ8.86
102
REMOVALS, ELECTRIC POLES
EACH
6$
Z /Z , 38
$ /1 Z.7si.zs
103
REMOVALS, TREES
EACH
4
$ '496,'13
$ 3,4;6,92
104
REMOVALS, TREE STUMPS
EACH
1
$ 318,57-
$ 318.57
105
DOCK NO. 1 (TIMBER WALL AND DOCK NEAR
BOAT HOUSE, COMPLETE)
L.S.
1
$ 3-, 9611,2.5
$ 7, %'1.Z5
106
DOCK NO. 2 (STEEL WOOD, AND CONCRETE
STRUCTURE NEAR BOAT RAMP, COMPLETE)
L.S.
1
$ 5,309.5o
$ 5,30950
107
DOCK NO. 3 (WOOD STRUCTURE ADJOINING
BOAT RAMP, COMPLETE
L.S.
1
$ 2/6511.7-5
$ Z,65,1.7.5
108
REMOVALS, P.C. CONCRETE SLOPE PROTECTION
S.Y.
458
$ ?,1?
$ 3,28 3.86
109
REMOVALS, GUARDRAIL AND POSTS
L.F.
130
$ 4,96
$ 11(531-1.20
110
REMOVALS, MISC.
L.S.
1
$ 2,65'I.?5
$ 2,66/75
201
SUBDRAIN, 6" 'DIA., IN POROUS BACKFILL,
COMPLETE
L.F.
204
$ 1W,$}
$ 3,633,'1
202
30" DIA, INFILTRATION AUGER HOLE, 10' DRILL
DEPTH
EACH
18
$ 398,2
$ 71 47, 78
203
1.5" CLEAN STONE
TONS
60
$ 37.17
$ 2,230.20
301
SUBBASE, MODIFIED, 12" COMPACTED
THICKNESS (UNDER HMA PAVING)
S.Y.
7,731
$ /Z./8
$ 96,1fR.Z. 88
302
PAVEMENT, HMA, 3,000,000 ESAL, BASE COURSE,
3A" MIX, 3" THICK
S.Y.
7,161
$ /y, 6,0
$ /(f,56o,(6
303
PAVEMENT, HMA 3,000,000 ESAL, INTERMEDIATE
COURSE,'/" MIX, 1.5" THICK
S.Y.
7,161
$ 7, 65
$ 511178145
304
PAVEMENT, HMA 3,000,000 ESAL, SURFACE
COURSE,'/z" MIX, 1.5" THICK
S.Y.
7,161
$ 9.03
$ 644,663.83
305
CURB AND GUTTER, P.C. CONCRETE, 7" THICK,
24" WIDE, IDOT CLASS C-4
L.F.
606
$ 2,2,.30
$ 13,5)3,80
306
SUBBASE, MODIFIED, 4" COMPACTED THICKNESS
(UNDER RECREATIONAL TRAIL)
S.Y.
1,007
$ 41-61
$ K15,11.57'
FORM OF BID
Addendum No 1
CONTRACT NO, 940
Page 2of6
BID
ITEM
DESCRIPTION
BASE BID
UNIT
EST. QTY.
UNIT BID
PRICE
TOTAL BID PRICE
307
RECREATIONAL TRAIL, PAVEMENT, PC
CONCRETE, 5 -INCH THICK, IDOT CLASS C-4
S.Y.
915
$ 4 .. i
$ _ -73, a
308
SUBBASE, MODIFIED, 4" COMPACTED THICKNESS
(UNDER SIDEWALK)
S.Y.
350
$ 1-1,61
$ I/ 5 7S, O
309
SIDEWALK, PAVEMENT, PC CONCRETE, 5 -INCH
THICK, IDOT CLASS C-4
S.Y.
290
$ 'b•OE
$ 1/, 6Z3.20
310
8'X36' PC CONCRETE LANDING, COMPLETE AS
PER PLAN ,
L.S.
1
$ 3/K53.3c
$ 3,453.30
401
BOLLARDS, COMPLETE
EACH
8
$ ki-la,e,q
$ 3, 525.5z.
402
ELECTRICAL AND LIGHTING, COMPLETE
L.S.
1
$ J-1 ZZ11,02
$ 17/ Z -l'4 ,DZ
403
SIGNAGE, COMPLETE
L.S.
1
$ 573,y3
$ 573,K3
404
PAVEMENT MARKINGS, COMPLETE
L.S.
1
$ 2i/66.75
$ Z/ I b 5 , 7 5
405
STEEL BEAM GUARDRAIL END TERMINAL, BA -205,
COMPLETE
EACH
2
$ L{ 9D. (00
$ ?6/. Z406
406
Guardrail, Steel `W' Beam, Posts and
Connectors, Complete
L.F.
50
$ 66•ot
$ 3/30b.5O
500
PAVEMENT REMOVAL ON RIVERSIDE OF BOAT
HOUSE
S.Y.
45$
7•43
$ 33`{.35
501
4" CONCRETE:PAD FOR BIKE RACKS
S.Y.
13
$ 18:41
$ 503.23
502
6" CONCRETE PATIO WITH INTEGRAL GRADE
BEAM
C.Y.
45
$ 3z9. ?2
$ /y/ 837, MO
503
POURED -IN-PLACE INTEGRAL COLORED
CONCRETE, GRAY IN COLOR
S.F.
120
$ 7.34
$ 863.2z>
504
POURED -IN-PLACE INTEGRAL COLORED
CONCRETE, TAN IN COLOR
S.F.
400
$ 7. 3‘
$ 2/ qq'1, 66
505
4 -SEAT PLEXUS BENCH, AS PER PLAN
EACH
2
$ 3/ SZI .'
$ 7,6.113. /8
506
SCARBOROUGH TRASH RECEPTACLE, AS PER
PLAN
EACH
2
$ 1/66Z,71
$ 3/0;•12.
507
BIKE RACK, AS PER PLAN
EACH
6
$ 255.IZ
$ /, 5 34, 72,
508
SWAMP WHITE OAK (2" CAL. B&B)
EACH
3
$ 5$+1.O5
$ 1/ 752 , / 5
509
BALD CYPRESS (2" CAL. B&B)
EACH
3
$ E S7. 6
$ // 6?Z•5O
510
HARDWOOD MULCH FOR TREE PLANTINGS
C.Y.
6
$ 100.82
$ 665,2
511
TOPSOIL AMENDMENT FOR TREE PLANTINGS
C.Y.
8
$ 112 .1.2.
$ /76, 96
TOTAL BASE BID $ “(fa85.y1-!
FORM OF BID
Addendum No 1
CONTRACT NO. 940
Page 3 of 6
ALTERNATE 'A' BID
BID
ITEM
DESCRIPTION
BASE BID
UNIT
EST. QTY.
UNIT BID
PRICE
TOTAL BID PRICE
A-003.
CLASS 10 EXCAVATION -ENTRANCE ROAD
C.Y.
310
$ 8.5o
$ 21 4,35
A-111.
ASPHALTIC CEMENT CONCRETE PAVEMENT
REMOVAL -ENTRANCE ROAD
S.Y.
1,176
$ 41.7B
$ 5/ bzt .2.$
A-301.
SUBBASE, MODIFIED, 6" COMPACTED
THICKNESS, (UNDER HMA) -ENTRANCE ROAD
S.Y.
1,395
$ !6. Z7
$ $17K6, 65
A-302.
PAVEMENT, HMA, 3,000,000 ESAL, BASE COURSE,
3/" MIX, 3" THICK -ENTRANCE ROAD
S.Y.
1,176
$ 1L1,6O
$ 1.7/ l4,4. t
A-303.
PAVEMENT, HMA, 3,000,000 ESAL, INTERMEDIATE
COURSE, 112" MIX, 1.5" THICK -ENTRANCE ROAD
S.Y.
1,176
$ 7.65
$ 8/ Q96. lib
A-304.
PAVEMENT, HMA, 3,000,000 ESAL, SURFACE
COURSE, 1/2" MIX, 1.5" THICK -ENTRANCE ROAD
S.Y.
1,176
$ q.03
$ /0/60. Z$
TOTAL ALTERNATE `A' BID $ 53/ 788.L(
TOTAL BASE BID + ALTERNATE 'A' BID $ 41' X73. 6,5
ALTERNATE `B' BID
BID
ITEM
DESCRIPTION -
BASE BID
UNIT
EST. QTY.
UNIT BID
PRICE
TOTAL BID PRICE
B-402,
ELECTRICAL AND LIGHTING, COMPLETE
L.S.
1
$ $(p/ I %.oZ-
$ A6/136.02.
TOTAL ALTERNATE 'B' BID
+
$ 86. 136,.02—
$ 801 / oD9. 67-
TOTAL BASE BID + ALTERNATE 'A' BID
ALTERNATE 'B' BID
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
FORM OF BID CONTRACT NO. 940 Page 4 of 6
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 5%
Dollars ($ NIA ) in the form of Bid Bond
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 ( X ), or Non -Resident
Bidder Certification ( ). (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.
1
2
3
Date 9/6/2017
9/14/2017
9/1q/zo►7
10. The bidder shall list the MBE/WBE 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
Subbontractor(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.
FORM OF BID CONTRACT NO. 940 Page 5 of 6
NON -COLLUSION AFFIDAVIT OF PRIME BIDDER
State of Iowa
County of Black Hawk
)ss
Jon Mixdorf , being first duly sworn, deposes and says that:
1. He is (Owner, Partner, Officer, Representative, or Agent) , of Cardinal
Construction , 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
pricesin 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.
(Signe
President & C.E.O.
Title
Subscribed and sworn to before me this 21st day of
September , 2017.
Title
My commission expires /0 5- /7
'o i•
DEBRA MATTIX
COMMISSION NO, 770249
MY 4MISS ON,3PIRES
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.
Cardinal Construction, Inc.
September 21, 2017
(Name of Bidder) (Date)
TitlePresident & C.E.O.
Official Address: (Including Zip Code):
531 Commercial Street, Suite 700
Waterloo, IA 50704
I.R.S. No. 42-0711727
FORM OF BID CONTRACT NO. 940 Page 6 of 6
RESIDENT BIDDER CERTIFICATION
CONTRACT NO: 940
PROJECT NAME: Waterloo Boathouse Enhancements
DATE OF LETTING: September 21, 2017
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 Cardinal Construction, Inc.
CORPORATE OFFIC i Jon Mixdorf
TITLE President & C.E.O.
DATE September 21, 2017
MBE/WBE BUSINESS ENTERPRISE
PRE-IDCONTACT INF MM
ATION OR
Prime Contractor Name: Cardinal Construction,Inc Project: a erloo Boathouse Letting Date: 9/21/2017
Enhancements
NO MBE/WBE SUBCONTRACTORS: If you are NOT using any MBENVBE subcontractors to complete this project, sign below. Attach a brief
explanation as to why subcontracting was not feasible with this project. If any MBENVBE subcontractors will be used, please use the bottom
portion of this form.
Contractor Signature:
Titre: President & C.E.O. Date: 9/21/2017
SUBCONTRACTORS APPLICABLE: You ar- required, in order for your bid to be considered responsive, to provide the information on this form
showing ALL of your MBENVBE subcontractor contacts made for your bid submission. This information is subject to verification. Any questions
should be directed to Contract Compliance Office 319-291-4429.
You are required, in order for your bid to be considered responsive, to provide the information on this Form showing your MBENVBE Business
Enterprise contacts made prior to your bid submission. This information is subject to verifications and confirmation.
If you are unable to identify MBE/WBE firms to perform portions of the work, please contact Louis Starks, 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 PRE-BID
MBE/WBE BUSINESS ENTERPRISE CONTACTS
Quotes Received Quotation used in bid
MBE/WSE
Subcontractors
Dates
Contacted
Yes/No
Dates
Contacted
Yes/No
Dollar Amount Proposed to
be Subcontracted
Daniels Home Improvement
9/14/17
No
No
N/A
D.C. Corporation
9/14/17
No
No
N/A
Quick Construction
9/14/17
No
No
N/A
Watco Construction, Inc.
9/14/17
No
No
N/A
T eA+ NvrscrJ, LTD.
coK/I4
\it,
Yes
$13,-145
(Form CCO-4) Rev. 06-20-02
THE AMERICAN INSTITUTE OF ARCHITECTS
AlA Document A310
Bid Bond
Bond No.: 312332
KNOW ALL MEN BY THESE PRESENTS, that we Cardinal Construction, Inc.
531 Commercial St, Suite 800, Waterloo, IA 50704
as Principal, hereinafter call the Principal, and Merchants Bonding Company (Mutual)
P.O. Box 14498, Des Moines, Iowa 50306-3498
a corporation duly organized under the laws of the State of Iowa
as Surety, hereinafter called the Surety, are held and firmly bound unto City of Waterloo, Iowa
715 Mulbeny Street, Waterloo, IA 50703
as Obligee, hereinafter called the Obligee, in the sum of Five Percent of Bid Amount
Dollars ($ 5 % ),
for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind
ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these
presents.
WHEREAS, the Principal has submitted a bid for Waterloo Boathouse Enhnacements
NOW THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with
the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding
or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt
payment of labor and materials furnished in the prosecution thereof, or in the event of the failure of the Principal to enter
such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the
penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith
contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise
to remain in full force and effect.
Signed and sealed this 21st
iairo
(Witness
Janet Willard
(Witness)
day of September 2017 X10(
Cardinal Constructioi , Inc.
(Principal (Seal)
Jon Mixdorf
(Title) President
ants Bonding Company (Mutual)
(Sur
•
(Seal)
(Title)
Jacki r= gner Attorney -in -Fact
AIA DOCUMENTA310•BID BOND•AIA®1FEB70 ED.•THEAMERICAN
INSTITUTE OF ARCHITECTS, 1735 N.Y. AVE., SHINGTON D.C. 20006
Bond #: 312332
MERCHANTS
BONDING COMPANY,.
POWER OF ATTORNEY
Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.,
both being corporations of the State of Iowa (herein collectively called the "Companies") do hereby make, constitute and appoint, individually,
Jackie A. Wagner
their true and lawful Attorney(s)-in-Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings,
contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity
of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any
actions or proceedings allowed by law.
This Power -of -Attorney is granted and is signed and sealed by facsimile under and by authority of the following By -Laws adopted by the Board
of Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and amended August 14, 2015 and adopted by the Board of Directors
of Merchants National Bonding, Inc., on October 16, 2015.
"The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority
to appoint Attorneys -in -Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and
undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof."
"The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney
or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the
Company, and such signature and seal when so used shall have the same force and effect as though manually fixed:"
In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and aut horily hereby given to the
Attorney -in -Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction
contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department
of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of
its obligations under its bond.
In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given
to the Attorney -in -Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner -
Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation.
In Witness Whereof, the Companies have caused this instrument to be signed and sealed this
RpOq o - o•' PPOA q • MERCHANTS BONDING COMPANY (MUTUAL)
•2�VO 9�,'G�� MERCHANT) NATIONAL BONDING, INC.
:at? -o- O:0C •r":? -o_ pi
.; 2003 ; 0 • 4* 1933 c: By
• %d • '� o:
;ted • •
•.. ...........;. +: yip; • • fi • a•;
STATE OF IOWA """' • .'
COUNTY OF DALLAS ss.
On this this 21st day of September 2017 , before me appeared Larry Taylor, to me personally known, who being by me duly sworn
did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the
seals affixed to the foregoing instrument are the Corporate Seals of the Companies; and that the said instrument was signed and sealed in behalf
of the Companies by authority of their respective Boards of Directors.
21st day of September , 2017 .
President
ALICIA K. GRAM
Commission Number 767430
My Commission Expires
April 1, 2020
Notary Public
(Expiration of notary's commission
does not invalidate this instrument)
I, William Warner, Jr., Secretary of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., do hereby
certify that the above and foregoing is a true and correct copy of the POWER-OF-ATTORNEY executed by said Companies, which is still in full
force and effect and has not been amended or revoked.
In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this 21st day of September , 2017 .
=,Pj,FOq..B•• :O*•' PO7•'h.q•
•
:A... :Ca R9� 2•• m, vJ 9.;'yc !Tl l.� 2�c/ 6s
o_ a: :,
; ., 2003 ci' Z' 4:1:1:;\
1933 C Secretary
p ;
y
POA 0018 (3/17)