Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Ray's Excavating, LLC
Ts E,,(ca.ua ,Z,LC Po gc154,,,o0J, ie)weu 6-a otia, OI ? Woo n-er iepaol jar EX1%-tns t or) a rid 6 -r -c •,--7d, C 6f tOe(I4 jcwicL, P.- r.I... 0-.1 C..) 5,..... r.T." r •••••••"?., TV:ikd 91OZ 3n1..333. S.)16310 Van 00,167, I lit4h1I FORM OF BID OR PROPOSAL F.Y. 2017 WAGNER ROAD SANITARY SEWER EXTENSION AND GRADING CONTRACT NO. 899 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 cook- a Partne ship consisting of the following partners: Fperson 11 Exeauo4 having familiarized (himself) (them'selves) (itself) wiW the existing conditions on the project area affecting the cost of the work, and with all the contract documents listed in the Table of Contents and Addenda (if any), as prepared by the City Engineer of the City of Waterloo now on file in the office of the City Clerk, City Hall, Waterloo, Iowa, hereby proposes to furnish all supervision, technical personnel, labor, materials, machinery, tools, appurtenances, equipment, and services, including utility and transportation services required to construct and complete this F.Y. 2017 WAGNER ROAD SANITARY SEWER EXTENSION AND GRADING, Contract No. 899, all in accordance with the above -listed documents and for the unit prices for work in place for the following items and quantities: F.Y. 2017 WAGNER ROAD SANITARY SEWER EXTENSION AND GRADING CONTRACT NO. 899 ITEM NO. ITEM DESCRIPTION UNIT ESTIMATED QUANTITY UNIT COST TOTAL COST BASE BID 1 MOBILIZATION LS 1 a'0, nbo. oo 2 TRAFFIC CONTROL LS 1 a1 o00. 00 3 STORM WATER POLLUTION PREVENTION PLAN IMPLEMENTATION LS 1 s p00.u0 4 SILT FENCE LF 3,960 ,p,SD 9+ creo.OD 5 MOBILIZATION, EROSION CONTROL EA 5 ,y 00.00 a,sw. o0 6 CLEARING AND GRUBBING LS 1 LC boo. 00 7 REMOVAL OF EXISTING FIELD FENCE LF 1,620 I .00 / 6AO.00 8 TOPSOIL, STRIP, SALVAGE, AND SPREAD CY 7,810 3.50 , 071 35-.00 9 EXCAVATION, CLASS 10, ROADWAY AND BORROW CY 73,100 /0.00 '73 it 060. no 10 REMOVED EXISTING SANITARY SEWER PIPE STUB LS 1 tib® 00 11 COLLAR TRUSS PIPE TO EXISTING MANHOLE EA 1 1 ombe FORM OF BID CONTRACT NO. 899 Page 1 of 5 12 SANITARY SEWER GRAVITY MAIN, TRENCHED, PVC TRUSS PIPE, 8 -INCH LF 810 3.2-00 .?6 9,2G, CO 13 MANHOLE, SANITARY SEWER, SW -301, 48- INCH DIA. EA 3 5000-07 /S DOD. 00 14 SANITARY SEWER SERVICE STUB, PVC, 6 -INCH LF 200 aQ.58 51 QUO. 00 15 TAPPING SLEEVE, VALVE, AND BOX 12 -INCH X 6 -INCH EA 3 3000.60 g1 000 , 00 16 FIRE HYDRANT ASSEMBLY EA 3 �QO. 00 �1 00D, 00 17 TOPSOIL, FURNISH AND SPREAD CY 500 /5.DD q, 000. 00 18 TEMPORARY SEEDING AC 5 1140.00 51 V00.00 19 SLOPE PROTECTION, WOOD EXCELSIOR MAT SQ 700 l5•,b0 (0 850. D 20 HYDROSEEDING AC 10 3750.00 ;3.71500.00 21 2 -YEAR MAINTENANCE BOND LS 1 3 500. 00 SUBTOTAL - BASE BID 956oas. pc ITEM NO. ITEM DESCRIPTION UNIT ESTIMATED QUANTITY UNIT COST TOTAL COST ALTERNATE #1 1 CONCRETE CUNETTE, 6 -INCH P.C.C. SY 760 57.00 38 16o-00 2 MODIFIED SUBBASE, 6 -INCH SY 910 3y, AO 311 I a . 00 3 REVETMENT, CLASS C TON 450 28.50 t2, B?S. op 4 2 -YEAR MAINTENANCE BOND LS 1 500. sO . 000. 00 SUBTOTAL-ALTERNATE#1 S89 o7.co ITEM NO. ITEM DESCRIPTION UNIT ESTIMATED QUANTITY UNIT COST TOTAL COST ALTERNATE #2 1 STORM SEWER GRAVITY MAIN, TRENCHED, RCP, 2000D (CLASS III), 48 -INCH DIA. LF 1,324 I440. 00 05)310. 00 2 STORM SEWER AREA INTAKE, OPEN -SIDED, SW -513 EA 2 l 000. 00 PI) 0 00. 00 3 STORM SEWER GRAVITY MAIN, TRENCHED, PRECAST RCP, 2000D (CLASS III), 48 -INCH DIA 25 DEGREE BEND EA 2 )1¢00 • c0 3),) 00.00 4 REMOVE AND REINSTALL APRON, CONCRETE, 48 -INCH DIA. EA 2 500. sO l,,"0 o .a0 5 APRON GUARD, 48 -INCH PIPE EA 2 1500 • on 3 000 , 00 6 EXCAVATION, CLASS 10, ROADWAY AND BOROW CY 12,500 (0 • I 00 7 REVETMENT, CLASS C TON 100 .2)> .50 5o ao.00 a xS . 8 2 -YEAR MAINTENANCE BOND LS 1 . 0 00 • (10 FORM OF BID SUBTOTAL - ALTERNATE #2 CONTRACT NO. 899 ` 336) Lilo. 00 Page 2 of 5 ITEM NO. ITEM DESCRIPTION UNIT ESTIMATED QUANTITY UNIT COST TOTAL COST ALTERNATE #3 1 TOPSOIL, STRIP, SALVAGE, AND SPREAD CY 2,615 3,50 q)5 q . 50 2 EXCAVATION, CLASS 10, ROADWAY AND BORROW CY 38,700 1 0. OD 3871 ©0O. op 3 SANITARY SEWER SERVICE STUB, PVC, 6 -INCH LF 200 aq. ao ,5",5(x). 00 4 TEMPORARY SEEDING AC 1 I 000. DO 5 SLOPE PROTECTION, WOOD EXCELSIOR MAT SQ 75 /5,50 1 1 lo a ,50 6 HYDROSEEDING AC 3 370. qp I 1 / ,50. PD 7 2 -YEAR MAINTENANCE BOND LS 1 , SUBTOTAL - ALTERNATE #3 TOTAL CONSTRUCTION COST - BASE BID & ALT. #1 TOTAL CONSTRUCTION COST - BASE BID & ALT. #2 TOTAL CONSTRUCTION COST - BASE BID, ALT. #1, & ALT. #3 L-01 3 S. 00 C:4121ep 191,f 3,5 .c0 1/1/5-0 97.00 TOTAL CONSTRUCTION COST - BASE BID, ALT. #2, & ALT. #3 I 9 0736(9,00 Yiw v� �,� 2. It is understood that thequantities set forth area approximate onlyand I�j to pp .,1 variation and that the unit bid price for the work done shall govern in the actual payment to Contractor. 3. In submitting this bid, the bidder understands that the right is reserved by the City of Waterloo, Iowa, to reject any or all bids. If written notice of the acceptance of this bid is mailed, telegraphed, or delivered to the undersigned within thirty (30) days after the opening thereof, or at any time thereafter before this bid is withdrawn, the undersigned agrees to execute and deliver an agreement in the prescribed form and furnish the required bond and certificate of the insurance within ten (10) days after the agreement is presented to him for signature, and start work within ten (10) days after "Notice to Proceed" is issued. 4. Security in the sum of ff.% Dollars ($ ) in the form of 6 1.4 6on d is submitted herewith in accordance with the INSTRUCTIONS TO BIDDERS. 5. Attached hereto is a Non -Collusion Affidavit of Prime Contractor. 6. Attached hereto is a Resident Bidder Certification ( ), or Non -Resident Bidder Certification ( ). (Mark one.) FORM OF BID CONTRACT NO. 899 Page 3 of 5 7. The bidder is prepared to submit a financial and experience statement upon request. 8. The Prime Contractor and Subcontractor(s), which have performed an aggregate of $10,000.00 in work for the City in the current calendar year, are prepared to submit an AAP or Update and an EOC, within ten (10) days of notification that the bid submitted is lowest and acceptable. 9. The bidder has received the following Addendum or Addenda: Addendum No. / Date 6! 10. The bidder shall list the MBE/WBE subcontractor(s), amount of subcontracts and bid items on the City of Waterloo Minority and/or Women Business Pre-bid Contact Information Form submitted with this Form of Bid or Proposal. The apparent low Bidder shall submit a list of all other Subcontractor(s) to be used on this Project to the City of Waterloo by 5:00 p.m. the business day following the day Bids on this Project are due along with the Non -Collusion Affidavits of All Subcontractor(s). The Contractor shall submit information on subcontractors on "SUBCONTRACTOR REQUEST AND APPROVAL" Form to be provided by City prior to approval of contract. The subcontractors listed on this proposal and/or submitted to the Contract Compliance Officer cannot be changed except for the following reasons: 1) The City of Waterloo does not approve the subcontractors. 2) The subcontractors submit in writing that they cannot fulfill their subcontracts. 11. The bidder has filled in all blanks on this proposal. Those blanks not applicable are marked "none" or "NA". 12. The bidder has attached all applicable forms. 13. The Owner reserves the right to select alternates, delete line items, and/or to reduce quantities prior to the award of a contract due to budgetary limitations. ICa& 5 tyraur � �' LLC Name of Bidder) U (Date) BY: Titleti j 0 Official Address: (Including Zip Code): 2/0u 4. Uk\Aon 61 Eaca.ewrmd 14 3anya FORM OF BID CONTRACT NO. 899 Page 4 of 5 I.R.S. No. c5("a36/QVYS FORM OF BID CONTRACT NO. 899 Page 5 of 5 k BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, as Principal, and as Surety are held and firmly bound unto the CITY OF WATERLOO Iowa, hereinafter called "OWNER" In the penal sum Dollars ($) lawful money of the United States, for the payment of which sum will and truly be made, we bind ourselves, our heirs, executors, administrators, and successors, jointly and severally, firmly by these presents. The condition of this obligation is such that whereas the Principal has submitted the accompanying bid dated the day of 20 for NOW, THEREFORE, (a) If said Bid shall be rejected, or in the alternate, (b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the form specified and shall furnish a bond for his faithful performance of said contract, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the agreement created by the acceptance of said Bid, Then this obligation shall be void, otherwise the same shall remain in force and effect; it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. By virtue of statutory authority, the full amount of this bid bond shall be forfeited to the Owner in liquidation of damages sustained in the event that the Principal fails to execute the contract and provide the bond as provided in the specifications or by law. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall be in no way impaired or affected by any extension of the time within which the Owner may accept such Bid or execute such contract; and said Surety does hereby waive notice of any such extension. IN WITNESS WHEREOF, the Principal and the Surety, have hereunto set their hands and seals, and such of them as are corporations, have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers this day of , A.D. 201_ (Seal) Witness By (Seal) Principal By (Title) Surety Witness Attorney-in-fact NON -COLLUSION AFFIDAVIT OF PRIME BIDDER State of i—ocv4.) )ss County of ) , being first duly sworn, deposes and says that: 1. He is (Owner. Partner, Officer, Representative, or Agent) , the Bidder that has submitted the attached Bid; a A igXC.4va)! , at. 2. He is fully informed respecting the preparation and contents of the attached Bid and of all pertinent circumstances respecting such Bid; 3. Such Bid is genuine and is not a collusive or sham Bid; 4. Neither the said Bidder nor any of its officers, partners, owners, agents, representatives, employees, or parties in interest, including this affiant, has in any way colluded, conspired, connived or agreed, directly or indirectly, with any other Bidder, firm or person to submit a collusive or sham Bid in connection with the Contract for which the attached Bid has been submitted or to refrain from bidding in connection with such Contract, or has in any manner, directly or indirectly, sought by agreement or collusion or communication or conference with any other Bidder, firm or person to fix the price or prices in the attached Bid or of any other Bidder, or, to fix any overhead, profit or cost element of the bid price or the bid price of any other Bidder, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against the City of Waterloo, Iowa, or any person interested in the Proposed Contract; and 5. The price or prices quoted in the attached Bid are fair and proper and are not tainted by any collusion, conspiracy, connivance or unlawful agreement on the part of the Bidder or any of its agents, representatives, owners, employees, or parties in interest, including this affiant. , 201L Title (Signed) Subscribed and sworn to before me this day of My commission expires . PON) m aw Title &Ale' HEN oinalidan mer 731916 MYion Expires RESIDENT BIDDER CERTIFICATION CONTRACT NO: q9 lS-DI (p PROJECT NAME: EX, Q017 (A art. Rood San;lai Sewer ,Q-Ki-englen -Igrad ty.� DATE OF LETTING: Jpy-e"yl j.or 3 "a Q0)(0 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 R 1,iS cyaCtuct4iKb 1 (C. CORPORATE OFFICER (� Pd -very1n TITLE 0 Lon ‘P r DATE JI- 2-/(P MBE/WBE BUSINESS ENTERPRISE PRE-BID CONTACT INFORMATION FORM Prime Contractor Name: 1?at`X' EX("atiO)iry Project: Fq j- Letting Date: NO MBE/WBE SUBCONTRACTORS: If you are NOT using any MBE/WBE subcontractors to complete this project, sign below. Attach a brief explanation as to why subcontracting was not feasible with this project. If any MBE/WBE subcontractors will be used, please use the bottom portion of this form. Contractor Signature: oist.t93- Title: Q 10//1 ‘e r' Date: JI—c3 -/6 SUBCONTRACTORS APPLICABLE: You are required, in order for your bid to be considered responsive, to provide the information on this form showing ALL of your MBE/WBE 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 MBE/WBE 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 MBEIWBE BUSINESS ENTERPRISE CONTACTS (Form CCO-4) Rev. 06-20-02 Quotes Received Quotation used in bid MBE/WBE Subcontractors Dates Contacted Yes/No Dates Contacted Yes/No Dollar Amount Proposed to be Subcontracted 1 DT tkuRSGRy t LTD 11-I-/(< yes 11-2-)(, Ye 58 387.Sa (Form CCO-4) Rev. 06-20-02 MBE/WBE BUSINESS ENTERPRISE PRE-BID CONTACT INFORMATION FORM INSTRUCTIONS Prime Contractor Responsibilities: Prime Contractors bidding on City of Waterloo contract work are required to ensure that MBE/WBE businesses are provided the opportunity to participate in the performance of contracts and subcontracts. Prime contractors are required to assist MBE/WBE businesses in overcoming barriers to participation, and must make good faith efforts to secure bids from, and award subcontracts to, MBENVBE businesses. For all contract bids of $50,000 or more, the following is required to demonstrate good faith efforts in accordance with this policy: 1. "MBENVBE BUSINESS ENTERPRISE PRE-BID CONTACT INFORMATION FORM" submitted with the prime contractor bid, properly completed and signed on Form CCO-4 (Rev. 06-20-02). Please note that this document must include all subcontractor contacts, bids received, and awarded - not just those related to disadvantaged business enterprise vendors. 2. A minimum of three (3) MBENVBE business contacts must be made and documented, if there are at least three (3) MBE/WBE businesses offering services in the areas to be subcontracted (see City of Waterloo MBENVBE Certified List). If less than three (3) are offering the services to be subcontracted, then a contact is required for any that are listed as providing that service. If you have submitted a MBENVBE contact not on the City's MBE/WBE list, attach a copy of the certification from another government agency. 3. Contacts to each MBE/WBE businesses are required to be a minimum of seven (7) working days prior to the date the prime contractor submits the bid to the City of Waterloo. 4. The following documentation must accompany the "MBENVBE BUSINESS ENTERPRISE PRE-BID CONTACT INFORMATION FORM" for each MBENVBE business contacted: a. A copy of the bid received from the MBENVBE, OR b. If no bid was received, a copy of correspondence received from the MBENVBE with a "no bid" response, OR c. If no response was received, a copy of the solicitation sent to the MBE/WBE with proof of mailing attached. 5. If any MBENVBE business submitting bids are not selected for subcontract award, documentation must accompany the "MBE/WBE BUSINESS ENTERPRISE PRE-BID CONTACT INFORMATION FORM" on why the MBENVBE was not selected. These reasons could include: a. Not low bid. Copies of the competing bids may be required for verification. b. MBENVBE did not bid, withdrew bid or was non-responsive. c. Documentation of other business-related reason for not selecting the MBENVBE business for a subcontract. d. Prime contractor self performs work. e. Any other reason relied on by the Prime Contractor, The Contract Compliance Officer will determine the weight to be given to each item listed above (supported by appropriate documentation) based on overall program goals. Subcontractors Responsibilities: 1. Each MBENVBE firm planning to submit quotes on construction projects with goals, shall submit a Letter of Intent to Bid (Form CCO-5) to the City Contract Compliance Officer seven (7) working days prior to bid opening, listing specific items which the MBENVBE firm is interested in bidding. If the City Contract Compliance Officer does not receive sufficient scope letters seven (7) working days prior to bid opening, goals on subject project will be reduced accordingly. Agreements between the bidder/proposer and an MBENVBE in which the MBE/WBE promises not to provide subcontracting quotations to other bidders/proposers are prohibited. Form CCO-4A Rev. 07-08-02 BED BOND KNOW ALL MEN BY THESE PRESENTS, that we, Ray's Excavating, LLC as Principal, and Granite Re, Inc. as Surety are held and firmly bound unto the _ CITY OF WA1gt` . 42_, Iowa, hereinafter called "OWNER," in the penal Rum 5% of Amt Bid Dollars ($) lawful money of the United States, for the payment of which sum will and truly be made, we bend ourselves, our heirs, executors, administrators, and successors, jointly and severally, firmly by these presents, The condition of this abIlea Ion le such that whereas the Principal has eubmltt®d the ponying bid dated the lay of Nover71 )e r 2t) 6 for FY 2017 Wagner oa Sanitary Sewer x er sio Waloo PCRI2c1 Na. i� u iu &Gra in in e i y NOW, THEREFORE, (e) tf said 61d shall be rejected, or In the alternate, (b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the form specified and shell furnish a bond for his faithful performance of said contract, and for the payment of an prime performing labor or furnishing materials In connection therewith, and shall in all other respects perform the agreement created by the acceptance of aaid Bld, Then this obilgation shalt be vold, otherwise the same shall remain In force and effect; it being expressly understood and agreed that the liability of the Surely for any and all claims hereunder shall, In no event, exceed the penal amount of this obligation as herein stated. By virtue of statutory authority, the full amount or this bld bond shat! be forfeited to the Owner In liquidation of damages suetelned In the event that the Principal fella to execute the contract and provide the bond as Provided in the specifications or by law. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surely and its bond shall be in no way impaired or affected by any extenelon of the time within which the Owner may accept such Bid or execute such contract; and Bald Surety does hereby waive notice of any such extension. IN WITNESS WHEREOF, the Principal end the Surety, have hereunto set their hands and seals, end such of them as ere corporations, have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers thea da of , AD, 201 6 . 1st 1VOv. — (See!) (Seel) Wetness By Wi ass enols Smith Molli . ansen Prl ,pa0Ray's Excavating, LLC Surety Granite Re, Inc. Attorney-in-fact (Title) GRANITE RE, INC. GENERAL POWER OF ATTORNEY Know all Men by these Presents: That GRANITE RE, INC., a corporation organized and existing under the laws of the State of OKLAHOMA and having its principal office at the City of OKLAHOMA CITY in the State of OKLAHOMA does hereby constitute and appoint: MICHAEL J. DOUGLAS; CHRIS STEINAGEL; CHRISTOPHER M. KEMP; KARLA HEFFRON; ROBERT DOWNEY; CONNIE SMITH its true and lawful Attorney-in-Fact(s) for the following purposes, to wit: To sign its name as surety to, and to execute, seal and acknowledge any and all bonds, and to respectively do and perform any and all acts and things set forth in the resolution of the Board of Directors of the said GRANITE RE, INC. a certified copy of which is hereto annexed and made a part of this Power of Attorney; and the said GRANITE RE, INC. through us, its Board of Directors, hereby ratifies and confirms all and whatsoever the said: MICHAEL J. DOUGLAS; CHRIS STEINAGEL; CHRISTOPHER M, KEMP; KARLA HEFFRON; ROBERT DOWNEY; CONNIE SMITH may lawfully do in the premises by virtue of these presents. In Witness Whereof, the said GRANITE RE, INC. has caused this instrument to be sealed with its corporate seal, duly attested by the signatures of its President and Secretary/Treasurer, this 3rd day of July, 2013, STATE OF OKLAHOMA ) ) SS: COUNTY OF OKLAHOMA ) President nt figfrnd h D. Wltittin on, Kylerfs. McDonald, Treasurer On this 3rd day of July, 2013, before me personally came Kenneth D. Whittington, President of the GRANITE RE, INC. Company and Kyle P. McDonald, Secretary/Treasurer of said Company, with both of whom I am personally acquainted, who being by me severally duly sworn, said, that they, the said Kenneth D. Whittington and Kyle P. McDonald were respectively the President and the Secretary/Treasurer of GRANITE RE, INC., the corporation described in and which executed the foregoing Power of Attorney; that they each knew the seal of said corporation; that the seal affixed to said Power of Attorney was such corporate seal, that it was so fixed by order of the Board of Directors of said corporation, and that they signed their name thereto by like order as President and Secretary/Treasurer, respectively, of the Company. My Commission Expires: August 8, 2017 Commission #: 01013257 eiadmi NotaPublic GRANITE RE, INC, Certificate THE UNDERSIGNED, being the duly elected aria null or, oou e.ary/T", ,.a;...7e�' ,7f (:ranine- Ke, inc., an Oklanina Cor pCrutic;, HERESY C€RTI°iCg that the following resolution is a true and correct excerpt from the July 15, 1987, minutes of the meeting of the Board of Directors of Granite Re, Inc. and that said Power of Attorney has not been revoked and is now in full force and effect. "RESOLVED, that the President, any Vice President, the Secretary, and any Assistant Vice President shall each have authority to appoint individuals as attorneys -in -fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the Company in the course of its business. On any instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking of the Company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided, however, that the seal shall not be necessary to the validity of any such instrument or undertaking." IN WITNESS WHE F, th undersigned ft��aas subscribed this Certificate and affixed the corporate seal of the Corporation this day of , 20 ,1Q. rtER,M 0 uw„ f filtn/ GRO800-1 Kyle P. McDonald, Secretary/Treasurer