Loading...
HomeMy WebLinkAboutMaxwell Construction, Inc. 111 F 1 -I 1. fi O li H N tC rrr In rrr rrr ' 1....••••‘ tCg 11 - N z o n I--- C H i-CC O O � H H O O (p "7J O1 ID �' 'i t.� ~c orahO O XH fD E r�r OH Ij " O R ti . oV m 1-3I�l orr • H 1-1 C w ;SS;ZiridSTOZ,6T -`hO 'd ❑ H VZI w ._ .,.. 30.±IU SOler413 AIM H H (P b a 0131N31PJ! JO M i:�� y da�yy , rp Tv tv g w r2 r 1-480 r n z g � 7 I « ° § 4 ƒ RQ 1 \ \ ems 2Jf % \ \ / 0 (D $ § •- ( $ Q - er e« >y \ § § \ \ q y ^` / ) > o , --i4.411 V. \ q § / 7 > q � G / Je exi ® w E j m § [ T% : d g (Ok ) OD • § kk U SiV7413A q y 4000183.104 JO Aiq FORM OF BID OR PROPOSAL F.Y. 2016 NORTHEAST INDUSTRIAL PARK SANITARY SEWER AND WATER MAIN EXTENSION CONTRACT NO. 900 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: • having familiarized (himself) (themselves) (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 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 ail supervision, technical personnel, labor, materials, machinery, tools, appurtenances, equipment, and services, including utility and transportation services required to construct and complete this F.Y. 2016 NORTHEAST INDUSTRIAL PARK SANITARY SEWER AND WATER MAIN EXTENSION, Contract No. 900, 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.2016 NORTHEAST INDUSTRIAL PARK SANITARY SEWER AND WATER MAIN EXTENSION CONTRACT NO. 900 PURSUANT TO ARTICLE 3 SEE COMPUTER GENERATED SPREADSHEET ATTACHED HERETO. ESTIMATE) UNIT TOTAL ITEM ITEM CODE ITEM DESCRIPTION UNIT NO. QUANTITY PRICE PRICE 1 2533-4980005 MOBILIZATION L5 1 2 2528-8445110 TRAFFIC CONTROL LS 1 STORM WATER POLLUTION 3 2599-9999010 PREVENTION PLAN LS 1 IMPLEMENTATION 4 2602-0000020 SILT FENCE LF 7,750 r S 2602-0010010 MOBILIZATION,EROSION CONTROL EA 3 6 2510 6745850 REMOVAL OF PAVEMENT,PORTLAND sv 150 CEMENT CONCRETE, 7-INCH 7 2599-9999009 REMOVAL OF STORM SEWER PIPE LF 40 FROM EXISTING DETENTION POND ►._ FORM OF BID CONTRACT NO. 900—ADDENDUM 81 Page 1 of 4 ITEM ESTIMATED NO. ITEM CODE ITEM DESCRIPTION UNIT QUANITTY UNIT PRICE TOTAL PRICE 1 2533-4980005 MOBILIZATION LS 1 40,000.00 40,000.00 2 2528-8445110 TRAFFIC CONTROL LS 1 3,500.00 3,500.00 STORM WATER POLLUTION 3 2599-9999010 PREVENTION PLAN IMPLEMENTATION LS 1 7,000.00 7,000.00 4 '2602-0000020 SILT FENCE LF 7,750 1.80 13,950.00 5 2602-0010010 MOBILIZATION, EROSION CONTROL EA 3 225.00 675.00 REMOVAL OF PAVEMENT, 6 2510-6745850 PORTLAND CEMENT CONCRETE, 7- INCH SY 150 16.00 2,400.00 7 2599-9999009 REMOVAL OF STORM SEWER PIPE FROM EXISTING DETENTION POND LF 40 10.00 400.00 REMOVE STORM SEWER PIPE LESS 8 2503-0200036 THAN OR EQUAL TO 36-INCH DIA. W/APRON LF 280 15.00 4,200.00 REMOVE EXISTING STORM SEWER 9 2599-9999005 STRUCTURE EA 1 500.00 500.00 REMOVE EXISTING TREES AND 10 2599-9999010 STUMPS LS 1 600.00 600.00 11 2105-8425015 TOPSOIL, STRIP AND SALVAGE CY 2,665 2.25 5,996.25 EXCAVATION, CLASS 10, ROADWAY 12 2102-2710070 AND BORROW CY 11,210 2.00 22,420.00 SANITARY SEWER GRAVITY MAIN, 13 2504-0114010 BORED, SINGLE-WALL PVC PIPE, 24- INCH W/36 INCH STEEL CASING PIPE LF 400 420.00 168,000.00 SANITARY SEWER GRAVITY MAIN, 14 2504-0114010 TRENCHED, CORRUGATED PVC PIPE, 24-INCH LF 2,850 85.82 244,587.00 MANHOLE, SANITARY SEWER, SW- 15 2436-0130148 301, 48-INCH DIA EA 8 3,475.00 27,800.00 MANHOLE, SANITARY SEWER, SW- 16 2435-0130160 301, 60 INCH DIA. EA 1 6,825.00 6,825.00 MANHOLE, SANITARY SEWER, SW- 17 2436-0130184 301, 84-INCH DIA. EA 1 12,400.00 12,400.00 SANITARY SEWER SERVICE STUB, 18 2504-0200406 PVC. 6-INCH LF 430 45.00 19,350.00 TAPPING SLEEVE, VALVE AND BOX 19 2554-0208012 16-INCH X 16-INCH EA 1 12,000.00 12,000.00 WATERMAIN, BORED, DIP, 16-INCH 20 2599-9999009 DIA W/24-INCH DIA. STEEL CASING PIPE LF 460 330.00 151,800.00 WATERMAIN,Trenched, DIP, 16-IN 21 2544-0112012 DIA. LF 3,620 69.61 251,988.20 22 2554-0202200 FITTINGS BY COUNT, DUCTILE IRON EA 6 1,214.00 7,284.00 23 2544-0207012 VALVE, GATE, DIP, 16-INCH DIA EA 12 5,250.00 63,000.00 WATERMAIN TEE, MJ, 16-INCH X 6 24 2599-9999005 INCH EA 6 1,125.00 6,750.00 25 2554-0210201 FIRE HYDRANT ASSEMBLY EA 6 3,950.00 23,700.00 26 2554-0204120 WATER SERVICE STUB, DIP-6 INCH LF 430 63.00 27,090.00 1-1/2 INCH FOAM INSULATION 27 2599-9999005 BOARD, 4'X8' SHEET EA 6 65.00 390.00 MANHOLE, STORM SEWER, SW-401, 28 2435-0140160 84-INCH DIA EA 1 9,500.00 9,500.00 STORM SEWER, GRAVIT MAIN, 29 2503-0114236 TRENCHED, RCP,2000 (CLASS III), 36- INCH DIA., USE EXISTING PIPE LF 280 30.00 8,400.00 30 2416-0100036 APRONS, CONCRETE, 36-INCH DIA. 2/2 JOINT TIES, USE EXISTING PIPE EA 1 600.00 600.00 REPLACE STORM SEWER PIPE FROM 31 2599-9999009 EXISTING DETENTION POND, USE EXISTING PIPE LF 40 18.00 720.00 SUBDRAIN PERFORATED PLASTIC 32 2502-8212206 PIPE, 6-INCH DIA LF 1,300 16.00 20,800.00 INTAKE SW-512, 18-INCH DIA. 33 2435-0251218 W/SOLID COVER EA 8 1,300.00 10,400.00 STANDARD OR SLIP FORM PORTLAND CEMENT CONCRETE 34 2301-1033070 PAVEMENT, CLASS C, CLASS 2 DURABILITY, 7-INCH SY 150 54.00 8,100.00 35 2105-8425005 TOPSOIL, FURNISH AND SPREAD CY 500 2.25 1,125.00 36 2599-9999001 TEMPORARY SEEDING AC 12 500.00 6,000.00 37 2601-2634100 MULCHING AC 12 700.00 8,400.00 SEEDING AND FERTILIZAING 38 2601-2636044 (URBAN) AC 12 750.00 9,000.00 39 2599-9990410 2-YEAR MAINTENANCE BOND LS 1 10,750.00 10,750.00 TOTAL CONSTRUCTION COST V:/ iv $ 1,218,400.45 MAXWELL CONSTRUCTION, INC. 9 Jeffrey L. ax ,e 19-Nov-15 REMOVE STORM SEWER PIPE LESS 8 2503-0200036 THAN OR EQUAL TO 36-INCH DIA.W/ LF 280 APRON 9 2599 9999005 REMOVE EXISTING STORM SEWER EA 1 STRUCTURE 10 2599 9999010 REMOVE EXISTING TREES AND LS 1 STUMPS 11 2105-8425015 TOPSOIL,STRIP AND SALVAGE CY 2,665 12 2102-2710070 EXCAVATION,CLASS 10, ROADWAY CY 11,210 AND BORROW __ SANITARY SEWER GRAVITY MAIN, 13 2504-0114010 BORED,SINGLE-WALL PVC PIPE, 24- LF 400 INCH, W/36-INCH STEEL CASING PIPE SANITARY SEWER GRAVITY MAIN, 14 2504-0114010 TRENCHED, CORRUGATED PVC PIPE, IF 2,850 24-INCH 15 2435 0130148 MANHOLE,SANITARY SEWER,SW- EA 8 301,48-INCH DIA. 16 2435 01301fi0 MANHOLE,SANITARY SEWER,SW- EA 1 301,60-INCH DIA. 17 2435 0130184 MANHOLE,SANITARY SEWER, SW- EA 1 _ 301,84-INCH DIA. 18 2504-0200406 SANITARY SEWER SERVICE STUB, LF 430 ; PVC,6-INCH 19 2554 0208012 TAPPING SLEEVE,VALVE,AND BOX, EA 1 16-INCH X 16-INCH ___ WATERMAIN, BORED, DIP,16-INCH 20 2599-9999009 DIA.W/24-INCH DIA.STEEL CASING IF 460 PIPE 21 2554 0112012 WATERMAIN,TRENCHED, DIP, 16- LF 3,620 INCH DIA. 22 2554-0202200 FITTINGS BY COUNT, DUCTILE IRON EA 6 23 2554-0207012 VALVE, GATE, DIP, 16-INCH DIA. EA 12 24 2599 9999005 WATERMAIN TEE,MJ, 16-INCH x 6- EA 6 INCH 25 2554-0210201 FIRE HYDRANT ASSEMBLY EA 6 26 2554-0204120 WATER SERVICE STUB, DIP,6-INCH LF 430 27 2599-9999005 1-1/2-INCH FOAM INSULATION EA 6 BOARD,4'x 8'SHEET 28 2435-0140160 MANHOLE,STORM SEWER,SW-401, EA 1 84-INCH DIA. STORM SEWER GRAVITY MAIN, 29 2503-0114236 TRENCHED, RCP,2000D(CLASS III), LF 280 36-INCH DIA., USE EXISTING PIPE 30 2416 0100036 APRONS,CONCRETE,36-INCH DIA. EA 1 W/2 JOINT TIES, USE EXISTING PIPE FORM OF BID CONTRACT NO. 900—ADDENDUM#1 Page 2 of 4 ___— v_ REPLACE STORM SEWER PIPE FROM — 31 2599-9999009 EXISTING DETENTION POND, USE LF 40 EXISTING PIPE 32 2502 8212206 SUBDRAIN, PERFORATED PLASTIC LF 1,300 PIPE,6-INCH DIA. 33 2435 0251218 INTAKE,SW-512, 18-INCH DIA.W/ EA 8 SOLID COVER STANDARD OR SLIP FORM PORTLAND 34 2301-1033070 CEMENT CONCRETE PAVEMENT, SY 150 CLASS C,CLASS 2 DURABILITY,7-INCH 35 2105-8425005 TOPSOIL, FURNISH AND SPREAD CY 500 36 2599-9999001 TEMPORARY SEEDING AC 12 37 2601-2634100 MULCHING AC 12 -~ 38 2601-2636044 SEEDING AND FERTILIZING (URBAN) AC 12 39 2599-9999010 2-YEAR MAINTENANCE BOND LS 1 TOTAL CONSTRUCTION COST ` r7 .1 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 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°%°of Bid Proposal Dollars ($ ) 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 FORM OF BID CONTRACT NO. 900—ADDENDUM#1 Page 3 of 4 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 Date 11/16/15 10. The bidder shall list the MBE/VVBE 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. MAXWELL CONSTRUCTION INC 11/19/15 (Name of Bidder) (Date) �� President BY��u, �//' �.��- Title Offici l Address: (Including Zip Code): 3011 Sierra Court SW Iowa City, Iowa 52240 I.R.S. No. 42-1348811 FORM OF BID CONTRACT NO. 900—ADDENDUM#1 Page 4 of 4 EQUAL OPPORTUNITY CLAUSE (As provided in Executive Order No. 11246) All contractors, subcontractors, vendors and suppliers of goods and services doing business with the City and value of said business equals or exceeds ten f. : thousand dollars ($10,000.00) annually agree as follows: f 1. The contractors, subcontractor, vendor and supplier of goods and services will not discriminate against any employee or applicant for employment because of race, color, creed, sex:national origin, economic status, age, mental or physical handicap, political opinions or affiliations. The contractor, subcontractor, vendor and supplier will develop an Affirmative Action program to ensure that applicants are employed and that employees are treated during employment without regard to their race, creed, color, sex, national origin, religion, economic status, age, mental or physical disability, political opinions or affiliations. Such actions shall, include but not be limited to the following: a. Employment b. Upgrading c. Demotion or Transfer d. Recruitment and Advertising e. Layoff or Termination f. Rates of Pay or Other Forms of Compensation g. Selection for Training Including Apprenticeship 2. The contractor, subcontractor, vendor and supplier of goods and services will, in all solicitations or advertisements for employees, state that all qualified applicants will receive consideration for employment without regard to race, creed, color, sex, national origin, religion, economic status, age, mental or physical disabilities, political opinion or affiliations. • 3. The contractor, subcontractor, vendor and supplier or his/her collective bargaining representative will send to each labor union or representative of workers which he/she has a collective bargaining agreement or other contract or understanding, a notice advising said labor union or workers' {. representative of the contractor's commitment under this section. _ 4. The contractor, subcontractor, vendor and supplier of goods and services will comply with all published rules, regulations, directives, and order of the City of Waterloo Affirmative Action Program Contract Compliance Provisions. a.. EQUAL OPPORTUNITY CLAUSE PAGE 1 OF 2 PAGES 5. The contractor, subcontractor, vendor and supplier of goods and services will furnish and file compliance reports within such time and upon such forms as provided by the Affirmative Action Officer. Said forms will elicit information as to the policies, procedures, patterns, and practices of each subcontractor as well as the contractor himself/herself and said contractor, subcontractor, vendor and supplier will permit access to his/her employment books, records and accounts to the City's Affirmative Action Officer, for the purpose of investigation to ascertain compliance with this contract and with rules and regulations of the City's Affirmative Action Program—Contract Compliance Provisions relative to Resolution No. 24664. 6. In the event of the contractor's non-compliance with the non-discrimination clauses of this contract or with any of such rules, regulations and orders, • this contract may be canceled, terminated or suspended in whole or in part and the contractor may be declared ineligible for further contracts in accordance with procedures authorized by the City Council. • 7. The contractor, subcontractor, vendor and supplier of goods and services will include, or incorporate by reference, the provisions of the non- discrimination clause in every contract, subcontract or purchase order unless exempted by the rules, regulations or orders of the City's Affirmative Action Program, and will provide in •every subcontract, or purchase order that said provisions will be binding upon each contractor, subcontractor, or supplier. 8. We, the undersigned, recognize that we are morally and legally committed to non-discrimination in employment. Any person who applies for employment with our company will not be discriminated against because of race, creed, color, sex, national origin, economic status, age, mental or physical disabilities. MAXWELL CONSTRUCTION, INC. /1' (Signed) propitiate Official) President (Title) • 11-19-15 (Date) EQUAL OPPORTUNITY CLAUSE PAGE 2 OF 2 PAGES NON-COLLUSION AFFIDAVIT OF PRIME BIDDER State of Iowa ) )ss County of Johnson ) Jeffrey I Maxwell , being first duly sworn,deposes and says that: • , • 1. He is (Owner.Partner.Officer. Repreeentatj axgorAerentlx ,of Maxwell _ S,onstructian Inc. ,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 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. MAXWEELLL CONSTRUUCTION„ ICC. (Signed) • President Title Subscribed and sworn to before me this 19th day of November ,2015. • (JU1)-Pll l Notary Public Title My commission expires R-92-17 DEBORAH CLARK Commission Number 406516 • • My Commission Expires • owe Augus122.2017 r l c < RESIDENT BIDDER CERTIFICATION CONTRACT NO: 900 PROJECT NAME: FY 2016 NORTHEAT INDUSTRIAL PARK SANITARY SEWER AND DATE OF LETTING: WATER MAIN EXTENSION NOVEMBER 19, 2015 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 t:. 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 MAXWELL CONSTRUCTION, INC. CORPORATE OFFICER � :;%iy� %E TITLE . PRESIDENT' DATE NOVEMBER 19, 2015 • (1 • C:- tr' .y...._..J...... ............. _ . BID BOND KNOW ALL MEN BY THESE PRESENTS,that we, Maxwell Construction, Inc. as Principal, and Merchants Bonding Company (Mutual) as Surety are held and firmly bound unto the CITY OF WATERLOO Iowa, hereinafter called "OWNER.' In the penal sum Five Percent of Bid Dollars($ 5%of Bid )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 19th day of November , 20 15 ., for F.Y. 2016 Northeast Industrial Park Sanitary Rewer and Water Main Extension Contract#900., City of Waterinn, Iowa 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 17th day of November ,A.D. 201 ri . Maxwell Construction, Inc. Seal) Principal / - By J rj. ell, Presi nt (Title) Merchants Bonding Company (Mutual)(Seal) Witness Diane Sanders ' ety By d Witness Diane Sanders Joe W-.man Attorne act & Iowa Resident Licensed Agent 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, Beth Ambrisco; David Winegarden; Diane Sanders; Jean Wilson; Joe Wegman; John R Burgett; Jon P Goodvin; Kristi Nielson; Nicole Keck; Terry L McDonald their true and lawful Attorney(s)-in-Fact,to make,execute,seal and deliver on behalf of the Companies,as Surety,bonds, undertakings and other written obligations in the nature thereof,subject to the limitation that any such instrument shall not exceed the amount of: TEN MILLION($10,000,000.00)DOLLARS 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 adopted by the Board of Directors of Merchants National Bonding,Inc.,on October 24,2011. "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 authority hereby given to the Attomey-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 17th day of June , 2015 r•r ,!• A/ • MERCHANTS BONDING COMPANY(MUTUAL) �••` ar�I Q�s Q; ••�a0`RPO9!IJ,o9•• MERCHANTS NATIONAL BONDING,INC. •:a •h aV . y 07/—d, SJ. ' ',• B • • STATE OF IOWA '�,, ° ••.0....... ......• COUNTY OF Polk ss. President On this 171h day of June , 2015 ,before me appeared Larry Taylor,to me personally known,who being by me sworn did say that he is President of the 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. 1P0.1Ar WENDY WOODY o > Commission Number 784654 My Commission Expires A • June 20,2017 Notary Pubh , County, Iowa (Expiration of notary's commission does not invalidate this instrument) I,William Warner,Jr.,Secretary of the 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 1 7 day of November,. 201 5 ,•,...... ryld se w1114 ��. .•:00G col;• 0 t^i ' P Q ' 9 • ; all O� ft4)'•°O`: • 0 0 9r '0' Secretary 2CO3 '� •°6• 1933 ;e • • �.9' .......::!'�a• "• .,�k,..•• ..\Ad POA 0014 (6/15) ""'",n�"