Loading...
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)