HomeMy WebLinkAboutDenver Underground & Grading, Inc.yrnor
(14°Ito
ZZ90S VI `.IanuaG Pa-9S gjO9Z 9170Z
,! P u j `2U1pa.ao 280
ONf1O?10H13cNn
H3,
a
IC)
aa1,4•
ci•
a n t":
frri
't V) Cr
LC) Od
04 0
Co aHN
-
R UNDERGROUND
&Grading, Inc
2046 260th Street Denver, IA 50622
Bid :and
FORM OF BID OR PROPOSAL
WINN STREET SANITARY SEWER
CONTRACT NO. 1134
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 taluitk. , 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 AECOM 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 WINN STREET SANITARY SEWER, CITY
CONTRACT NO 1134, all in accordance with the above -listed documents and for the unit prices for
work in place for the following items and quantities:
WINN STREET SANITARY SEWER
CITY OF WATERLOO, IOWA
CITY CONTRACT NO. 1134
Item
Description
Unit
Estimated
Quantiles
Unit
Price
Total
Amount
1
CLEARING
AND
GRUBBING
ACRE
0.35
$ t 10(PeW
$ L '
i)
2
TOPSOIL,
ON
-SITE
SY
917.7
$ D (O
$' 34 u
V0
3
EXCAVATION,
CLASS
10,
CONTRACTOR
FURNISHED
CY
587.5
$ /)VI
$ 1
'1
AV0
4
SUBBASE,
SPECIAL
BACKFILL,
11
IN.
CY
229.7
$
$
�ys
�1V
5
SANITARY
IN.
SEWER
GRAVITY
MAIN,
TRENCHED,
DIP,
14
LF
133
$ "Ina)
$
9
1���
6
SANITARY
IN.
SEWER
GRAVITY
MAIN,
TRENCHED,
PVC,
15
LF
998
$ 1
1
��
oo
$
7
REMOVAL
TO
36
IN.
OF
SANITARY
SEWER
LESS
THAN
OR
EQUAL
LF
24
$ � � �
�{
�,(1�
W
$ 77Qc()
8
SUBDRAIN,
PERFORATED
PLASTIC
PIPE,
4
IN.
LF
100
$
t
a 4
$ IS�4
7
REMOVE
THAN
OR
AND
EQUAL
REINSTALL
TO
36
IN.
RIGID
PIPE
CULVERT
LESS
LF
167
CO
$ Sst"
$
�' J,
S
`�+,��
Cr
u I'
REMOVE
THAN
AND
OR
REINSTALL
EQUAL
TO
CONCRETE
36IN.
PIPE
APRONS
EACH
4
$100209
$(IO/,
W c�10LESS
11
MANHOLE,
6010.301,
48
IN.
EACH
5
$ 'l%
nti
12
MANHOLE,
6010.303,
48
IN.
EACH
1
$ 6evv_
$ 66'
��13
MANHOLE
ADJUSTMENT,
MAJOR
EACH
1
$'55(
$ 1�6'4Q9
14
CONNECTION
TO
EXISTING
MANHOLE
EACH
1
$ '>
CC)
$ X.
CCOa
15
FULL
DEPTH
PATCHES,
PCC,
7IN.
SY
229.7
$ t,o',,1W
$ a3
J
16�Q
16
TEMPORARY
TRAFFIC
CONTROL
LS
1
$ 600,a)
$
Lo0
17
SAFETY
CLOSURE
EACH
4
$ NOV
$ Sbi2OtD0
18
HYDRAULIC
MULCHING,
SEEDING,
TYPE
1
SEEDING,
FERTILIZING,
AND
1.11$����
9ACRE
$ Tr
SO
19
HYDRAULIC
MULCHING,
SEEDING,
TYPE
4
SEEDING,
FERTILIZING,
AND
ACRE
1.17
$ rn{/0
�
�w'
$ ���'`
�Uti
20
HYDRAULIC
MULCHING,WETLAND
SEEDING,
SEEDING,
FERTILIZING,
AND
ACRE
0.06
$
£a0a2
$36ODO
FORM OF BID
AECOM 60701559
CONTRACT NO. 1134
Page BF-1 OF 3
Winn Street Sanitary Sewer
item
Description
Unit
Estimated
Quantiles
Unit
Price
Total
Amount
21
WATERING
MGAL
25
$ 30093
$
SeCYX2t
22
WATTLE,
12
IN.
LF
3025
$ 3 ,
'
$
03406
I
$ as
$ -e3
t
011•S
23
WATTLE,
REMOVAL
LF
3025
24
RIP
RAP,
CLASS
E
REVETMENT
FOR
PIPE
OUTLET
TON
38.4
$ .543 (X)
$ taY1 •
25
INLET
PROTECTION
DEVICE,
OPEN
-THROAT
INTAKE
LF
40
$ W!�
$
Kau)
26
INLET
PROTECTION
DEVICE,
MAINTENANCE
EACH
6
$ '10
too
$
w►V.w
27
REMOVAL
LINK,
AND
72
REINSTALLATION
IN.
OF
EXISTING
FENCE,
LF
290
l•-• Itit)
$
$
10
`w
28
MOBILIZATION
LS
1
$ $'00.00
$ ,S"
,02
29
CONCRETE
WASHOUT
LS
1
$ 4(3
O
$ 400,o
TOTAL
BASE
BID
$ )g 7 9
7-4 60
•
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. The Contract shall
be awarded based on the TOTAL BASE BID.
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 S o Dollars
($
) in the form of 1, &la 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 the Bidder Status Form indicating Resident Bidder Certification ( ), 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. Date
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).
FORM OF BID CONTRACT NO. 1134 Page BF-2 OF 3
AECOM 60701559 Winn Street Sanitary Sewer
The Contractor shall submit information APPROVAL" Form to be on subcontractors
provided by City prior to approval of coon ntract.
The subcontractors listed o REQUEST AND
cannot be changed exceptn this proposal and/or sub
for the following reasons: milted to the
1) Contract Compliance Officer
2)
The City of Waterloo does not approve the subcontractors.
The subcontractors submit
11. The bidder has fille in writing that they cannot fulfill t
or "NA" d �n all blanks o heir subcontracts.
12'
n this proposal. Those blanks not
The bidder has applicable are marked "non
attached all a e"
13, applicable forms.
The Owner reserves the right to
Jae
to the award of ea contract due to budgetary
alternates
ud eta 'delete line items, and/or to reduce
ry limitations.
�� quantities prior
tadh tic /
BY:
Official Address: (Including Zip Code
Q.R.S. No. C
Title
)RM OF BID
.COM 60701559
CONTRACT NO 1134
Winn StreetPsge4BF-3 OF 3
Bidder Stall%% Porno
To be completed by all bidders
Part A
Please answer "Yes" or "No" for each of the following:
Yes ■ No
LYes
Yes
a Yes
No
No
No
gaYes ❑ No
My company is authorized to transact business in Iowa.
(To help you determine if you, company is authorized, please review the worksheet on the next page).
My company has an office to transact business in Iowa.
My company's office in Iowa is suitable for more than receiving mail, telephone calls, and e-mail.
My company has been conducting business in Iowa for at least 3 years prior to the first request for
bids on this project.
My company is not a subsidiary of another business entity or my company is a subsidiary of another
business entity that would qualify as a resident bidder in Iowa.
If you answered "Yes" for each question above, your company qualifies as a resident bidder. Please
complete Parts B and D of this form.
If you answered "No" to one or more questions above, your company is a nonresident bidder. Please
complete Parts C and D of this form.
To be completed by resident bidders
Part it
My company has maintained offices in Iowa during t past 3 years at the following addresses:
Dates: / to / Address.'1
City, State, Zip• V �4—
Dates: / to / / Address.
City, State, Zip'
Address.
Dates: / / to / /
You may attach additional sheet(s) if needed. City, State, Zip.
To be completed by non-resident bidders
Part C
1. Name of home state or foreign country reported to the Iowa Secretary of State:
2. Does your company's home state or foreign country offer preferences to resident bidders, resident labor
force preferences or any other type of preference to bidders or laborers?
La] Yes
3. If you answered "Yes" to question 2, identify each preference offered by your company's home state or foreign country
and the appropriate legal citation.
No
You may attach additional sheet(s) if needed.
To be completed by all bidders
ParrD
I certify that the statements made on this document are true and complete to the best of my knowledge and I know that my
failure to provid accurate and truthful information may be a reason to reject my bid.
Firm Name:
Signature:
pt'w) tl Ld Nt_"
Date: v IP/ )c
You must submit the completed form to the governmental body requesting bids per 875 Iowa Administrative Code
Chapter 156. This form has been approved by the Iowa Labor Commissioner.
309-6001 (09-15)
BSF-1
Workshoot: Autharixation to Transact Business
This worksheet may be used to help complete Part A of the Resident Bidder Status form. If at least one of the following
describes your business, you are authorized to transact business in Iowa.
Yes No My business is currently registered as a contractor with the Iowa Division of Labor.
Yes fl No My business is a sole proprietorship and I am an Iowa resident for Iowa income tax purposes.
Yes • No My business is a general partnership or joint venture. More than 50 percent of the general
Yes fl No
Yes (J No
partners or joint venture parties are residents of Iowa for Iowa income tax purposes.
My business is an active corporation with the Iowa Secretary of State and has paid all fees
required by the Secretary of State, has filed its most recent biennial report, and has not filed
articles of dissolution.
My business is a corporation whose articles of incorporation are filed in a state other than Iowa,
the corporation has received a certificate of authority from the Iowa secretary of state, has filed
its most recent biennial report with the secretary of state, and has neither received a certificate of
withdrawal from the secretary of state nor had its authority revoked.
Yes 5zi No My business is a limited liability partnership which has filed a statement of qualification in this
state and the statement has not been canceled.
YesNo
My business is a limited liability partnership which has filed a statement of qualification in a
state other than Iowa, has filed a statement of foreign qualification in Iowa and a statement of
cancellation has not been filed.
Yes la No My business is a limited partnership or limited liability limited partnership which has filed a
certificate of limited partnership in this state, and has not filed a statement of termination.
Yes
My business is a limited partnership or a limited liability limited partnership whose certificate of
limited partnership is filed in a state other than Iowa, the limited partnership or limited liability
limited partnership has received notification from the Iowa secretary of state that the application
for certificate of authority has been approved and no notice of cancellation has been filed by the
limited partnership or the limited liability limited partnership.
Yes r No My business is a limited liability company whose certificate of organization is filed in Iowa and has
not filed a statement of termination.
Yes
m
My business is a limited liability company whose certificate of organization is filed in a state other
than Iowa, has received a certificate of authority to transact business in Iowa and the certificate
has not been revoked or canceled.
309-6001 (09-15)
BSF-2
State of
County of
NON -COLLUSION AFFIDAVIT OF PRIME BIDDER
C` d
itAmpet
See
1. J
He 's Owner Partner Officer Re resentative or Agent
Cfi 4 , 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;
)ss
, being first duly sworn, deposes and says that:
f U�if` iirt)J t
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.
(Signed)
Subscribed and sworn to before me this i n'Y`1 day of
rr
My commission expires . �J, ;Dc; i(
KRISTVE K NEESE
ComSssion No.764357
My C«wSssion Egos
August 25, 2025
NON -COLLUSION AFFIDAVITS
AECOM 60701559
astir-
Title
if:
•
CONTRACT NO.1134 Page NCA-1 OF 2
Winn Street Sanitary Sewer
(Form CCO-4) Rev. 06-20-02
ti£16 'ON 1OV11NOO
_
co 13
0
0�
co°
m
PI rn
Cet'
if>.-
Quotes Receive„
A -L
aC
C'1/4)/
bcontractors
�
bm
�4
, ^
n
c_.--o
4
p. r
o
()/-.
7r
p,.
?rop'
Pt
0
w
W
-W.
%
Yes/No
g-
'IL
5 .7-....„.
ta)
r AEOlUtitifit J
1M
u)
-e:J
eir--
lc3j
---
(�D o
'+ 0 aO
° c°c ° n)
5• °
0) ° o
.el; (D c -, °
=_. oc.
a) Qc<=
CO -n• (A c a
,-a
O a O -I 5.
j'N Q-t10
53 c a
(D O `t' O' -'
-,(p 30
co o' O
-, 3
O
O a)) O -9
(CD 0 m07 2a
Cr
V) ▪ .-r
D.
0
au co 3 D, 0•
(n O (D
W 0 w o ▪ ((DD
cm 1 (n
c
0O, 3 w�.
�O cn5 -oc
' `71 C (D O Cr cDD
W Z 0 O 0 o
m-n *g (cno09
mO a� Chi < R.
(�
71 a .D .-� -L °
• ede
Z 3 ° * 2v
m Q. o 0 o� o
0) 0(D° x<
N
cnz oZ -awa)
mcn °aSt
z= �a) Waa)
0
IA * 50 0 O
°3 gal
ro z o°tx)
xi ; o0
Cii W (L.)? °
m ® ° = in'0
nv CDa- 5
rn Co 5
2 Xi m 0 c
0"0 co * 0 cn
to n cn 3- ni o9
5' o
0 5 o0 co
a)3 0
o
W oP
v ° m
5 co
° o m
0 `°
zal w
< k0 c
w
O w c'
w co
co
�, m
a °
o g Er
0) '
w °
3 (0 o
N Iv
a) -
O
n`Co
o O c
pD z
o m�➢,'
o
nai
c O
C(1 o
r
(0 -1 `-7C
o
P 8 D
O �
N
3 0
c
O.. -'
(D (.3
c (-a
a
O O
c
a °
o
0,
rn.
r a'
50
0-
3°
cao
o
ca
Si (n
°
o
o
< <
°
-0
0
• <
a
.0 cD
c 5•
(D
o
O 3
r
(0
O 0
c
arzt
a
0:
O en
a0
o -
0(0
O D
al re O
Contractor Signature:
0
v
m
re 0
c
8
w
0cin
m
0
w O
Io
--h
0
o
i�
T O
c
O (1)
°
0z
• -o
C1)c
= 0
'< 5.
wa)
03
m�°
c
o-W
o m
00
rt
o
c
a0
0
mom,
°
s•-gi
o m
Cry-, r+
O (n
3 an
o
0 o
° D
-,,c-
o
• v-
°
0
t.
Prime Contractor Name:
0
0
m E
00 co
m
1
0 W
zm
nc
V) z m
o°
3Z
a-�
O -o
Z
m(7)
Ohm
5'
(0
0
BID BOND
KNOW ALL MEN BY THESE PRESENTS, that we, Denver Underground & Grading, Inc.
as Principal, and Merchants National Bonding, Inc.
as Surety are held and firmly bound unto the CITY OF WATERLOO , Iowa, hereinafter called
"OWNER." In the penal sum Five Percent of the Total Amount Bid
Dollars ($ 5% ) 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 18th day of September , 20 25
for Winn Street Sanitary Sewer, Contract No. 1134, Waterloo, IA
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 pres-
ents to be signed by their proper officers this 10th day of September , A.D. 20 25
Denver Underground & Grading, Inc. (Seal)
BID BOND
AECOM 60701559
(Title)
Merchants National Bonding, Inc. (Seal)
At
G itPOft \
Lai
By j ' dZ. o -0- ':o:
.
A torney-in-fact - t• 200.1 •• c`
:r)sssssssssss
Surety
Grac
Dickinson
CONTRACT NO. 1134
Page BB-1 OF 1
Winn Street Sanitary Sewer
MERCHANTIN\
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, and MERCHANTS NATIONAL INDEMNITY COMPANY , an assumed name of Merchants
National Bonding, Inc., (herein collectively called the "Companies") do hereby make, constitute and appoint, individually,
Alissa Cahalan; Anne Crowner; Ashlea McCaughey; Austin Muehlschlegel; Ben Williams; Brian J Oestreich; Brian M Deimerly; Cameron M Burt;
Colby D White; Connor Oberg; Craig E Hansen; Dione R Young; Donald E Appleby; Douglas Muth; Ginger Hoke; Grace Dickinson; Grace
Rasmussen; Graydon Dotson; Greg Krier; Jamie Gifford; Jay D Freiermuth; Jenni Marino; Jessie Allen; Joe Tiernan; John Cord; Joseph Cardinal;
Joshua R Loftis; Kate Zanders; Keeton Welch; Kristine M Becks; Lindsey Minutillo; Mark R DeWitt; Mark Sweigart; Melinda C Blodgett; Michelle
Morrison; Michelle R Gruis; Nathan Weaver; Nicole Stillings; R C Bowman; Ryan Olivia E Lundy; Sandra M Engstrum; Sara Huston; Sarah C
Brown; Seth Rooker; Taylor Fogle; Ted Jorgensen; Tim McCulloh; Todd Bengford; Zach Fuller
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 By -Laws adopted by the Board of Directors of
the Companies.
"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 o 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
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 11 th day of August . 2025 •
••••...
,.t pTG cp
���•.Gil!�3 OR,4�,�.t•
:c'
• 0 1933
• cam.
•
•
••
•.......
`OVAL 'Np'.••
aye•(._ 9 ;�.•
;n.
•
3 •
•
'a
: .
•:
,. .
MERCHANTS BONDING COMPANY (MUTUAL)
MERCHANTS NATIONAL BONDING, INC.
MERCHANTS NATIONAL INDEMNITY COMPANY
By
a lagi
STATE OF IOWA
COUNTY OF DALLAS ss.
On this 11th day of August 2025 , 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), MERCHANTS NATIONAL BONDING, INC., and MERCHANTS
NATIONAL INDEMNITY COMPANY; 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.
I0NA
Penni Miller
Commission Number 787952
My Commission Expires
January 20, 2027
(Expiration of notary's commission
does not invalidate this instrument)
I, Elisabeth Sandersfeld, Secretary of MERCHANTS BONDING COMPANY (MUTUAL), MERCHANTS NATIONAL BONDING, INC., and
MERCHANTS NATIONAL INDEMNITY COMPANY 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 10th day of September , 2025 .
•$$cats
•• •
v: 1933 pe•
•'
•
...•::siss .1 pii.Y1..::q... : ..**, ..t
Y
. L 7.
V; • 2003 ..,pi
♦•
4. n •
•3 •
•
•'a4 •
-e+
Notary Public
Secretary
POA 0018 (5/25)