HomeMy WebLinkAboutHoffman Construction, Inc. 10. (4 6 frstv [04
CITY OF RENTON
OCT 14 2025
I/Off/IAN RECEIVED
CITY CLERK'S OFFICE
CONSTRUCTION, INC
GRADING•SITE DEVELOPMENT.TRUCKING
159 16th ST E.,SUITE 101,PACIFIC,WA 98047
RENTON CITY HALL
1055 SOUTH GRADY WAY
RENTON,WA 98057
Project: Maplewood Sidewalk Rehabilitation—
City Project#TED4004265
BID DUE DATE: 10/14/2025 AT 11:00 AM
PROJECT PROPOSAL
Project: Maplewood Sidewalk Rehabilitation
Federal Aid No: N/A
City Project Number: TED4004265
City Contract Number: CAG-25-290
Company: Hoffman Construction, Inc.
Address: 159 16th St E., Suite 101
Pacific, WA 98047
Phone Number: 360-825-9797
Fax Number: 360-802-9797
Total Bid Amount: $ � \--7 I 1 6kZ - ZS-
(Total of Bid Schedule)
Contract Documents Page 11
Maplewood Sidewalk Rehabilitation October 2025
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
PROPOSAL COVER PAGE
Maplewood Sidewalk Rehabilitation
NI
TO THE CITY OF RENTON
RENTON, WASHINGTON
Ladies and/or Gentlemen:
The undersigned (Bidder) hereby certify that the Bidder has examined the location and construction
details of the proposed work and has read and thoroughly understands the Contract Documents
governing the work, and the nature of the work, and the method by which payment will be made for
said work. Bidder hereby proposes to undertake and complete the work detailed in and in
accordance with these Contract Documents, for the Total Bid Amount shown on the attached
Schedule of prices.
The Bidder understands that the quantities mentioned herein are approximate only and are subject
to increase or decrease, and hereby proposes to perform all quantities of work as either increased
or decreased in accordance with the Contract Documents.
As evidence of good faith,pursuant to RCW 35.23.352(1), an original Bid Proposal Deposit in the
form of(check one)
O bid bond, or
❑ cashier's check (made payable to the City of Renton),or
❑ postal money order (made payable to the City of Renton),in an amount equal to five percent
(5%)of the Total Bid Price, is attached hereto.
If a bid bond is signed by an attorney-in-fact, Bidder agrees that the power of attorney authorizing
such execution must be current and enforceable, be properly executed by the Surety in accordance
with the Surety's by-laws or other applicable rules and resolutions, and include all necessary
corporate seals, signatures,and notaries.
Bidder understands that Contract Award or Bid rejection will occur within 60 calendar days after
the opening of bids, as specified in Section 1-03.2 of the Standard Specifications.
Bidder further understands that should Bidder fail to enter into this contract in accordance with his
or her Bid and furnish a contract bond within a period of ten(10)days from the date at which he or
she is notified that he or she is the successful bidder,the Bid Proposal Deposit shall be forfeited to
the City of Renton,as set forth in RCW 35A.40.200 and RCW 35.23.352.
Bidder hereby agrees to complete the Physical Work in all respects within 60 wQrking days.
Contract time shall begin on the first working day following the Notice to Proceed date.
Contract Documents Page 12
Maplewood Sidewalk Rehabilitation October 2025
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
01 Y °, Addendum No. 1
" Maplewood Sidewalk Rehabilitation
F N T 0 CAG-25-290
Date of Issue: October 3, 2025
Bid Due Date: October 14,2025 (NO CHANGE)
Date of Bid Opening: October 17, 2025 (CHANGED FROM DATE IN CALL FOR BIDS)
ATTENTION:ALL BIDDERS AND PLAN HOLDERS:
The Bid Documents for the above-named project are modified as described below. Bidders shall take this
Addendum into consideration when preparing and submitting their bids.
Bidders shall attach this addendum to their copy of the Contract Documents, and shall acknowledge
receipt of this Addendum on the Proposal Signature Page. A Proposal may be considered irregular and
may be rejected if the receipt of Addenda is not acknowledged. A Proposal will be considered irregular
and will be rejected if the Schedule of Prices included in this Addendum is not completed and submitted
with the Proposal.
THE CONTRACT DOCUMENTS ARE MODIFIED AS FOLLOWS:
1. CALL FOR BIDS- BID OPENING DATE
Sealed bids will be received until 11:00 AM on October 14,2025,at the lobby of Renton City Hall, 1055
South Grady Way, Renton,WA 98057.All supplemental documents, that are allowed to be submitted
after this date and time, shall be received at the lobby of Renton City Hall. The bids will be opened
and publicly read via Zoom video-conferencing web application at 1:00 PM,October 16,2025 October
17,2025. Any bids received after the published bid submittal time cannot be considered and will not
be accepted.
2. SCHEDULE OF PRICES
Schedule of Prices Item 6 has been revised to Roadside Cleanup (Standard Specifications Section 2-
01) with a unit price of $25,000. Schedule of Prices Item 14 has been revised to Lump Sum (LS).
Schedule of Prices is deleted and replaced with the attached.
ALL OTHER REQUIREMENTS OF THE CONTRACT DOCUMENTS REMAIN IN EFFECT.
CITY RENTON ,
l • 7 4
/ 4.,,, /0/4A-T-
3
tRo ert . an n, P.E.
Transportation Design Manager
Maplewood Sidewalk Rehabilitation Page 1 of 1 ADDENDUM NO.1
October 3,2025
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
SCHEDULE OF PRICES
0 Maplewood Sidewalk Rehabilitation
ALL ENTRIES SHALL BE WRITTEN IN INK OR TYPED TO VALIDATE BID
NOTE:Unit prices for all items,all extensions,and total amount of bid shall be shown. Enter unit prices in numerical figures only,in
dollars and cents to two(2)decimal places(including whole dollar amounts).All figures must be clearly legible.Bids with illegible figures
in the Unit Price column will be regarded as nonresponsive and rejected.Where conflict occurs between the unit price and the total
amount specified for any item,the unit price shall prevail,and totals shall be corrected to conform thereto.
ITEM ITEM DESCRIPTION SECTION UNIT QUANTITY UNIT PRICE* EXTENSION
1 Roadway Surveying 1-05 LS 1 $12,050.00 $12,050.00
2 ADA Features Surveying 1-05 LS 1 $1,200.00 $1,200.00
3 Record Drawings 1-05SP LS 1 $15,000.00 $15,000.00
4 SPCC Plan 1-07.15 LS 1 $1,000.00 $1,000.00
5 Mobilization 1-09 LS 1 $32,900.00 $32,900.00
6 Roadside Cleanup 2-01 EST 1 25,000.00 25,000.00
7 Pedestrian Traffic Control 1-10 LS 1 $27,300.00 $27,300.00
8 Flaggers 1-10 HR 10 $203.00 $2,030.00
9 Other Traffic Control Labor 1-10 HR 100 $203.00 $20,300.00
10 Construction Signs Class A 1-10SP SF 1,000 $5.00 $5,000.00
11 Other Temporary Traffic Control Devices 1-10 LS 1 $20,000.00 $20,000.00
12 Clearing and Grubbing 2-01 SF 10,145 $1.15 $11,666.75
13 Native Growth Protection Fence 2-01 LF 115 $6.00 $690.00
14 Removal of Structures and Obstructions 2-02 LS 1 $8,850.00 $8,850.00
15 Removal of Portions of Existing Concrete 2-02 SY 279 $11.50 $3,208.50
16 Removal of Pavement,Sidewalks,Curbs,& 2-02 SY 4,408 $11.50 $so,692.o0
Gutters
17 Pothole existing utilities 2-03SP EA 10 $1,050.00 $10,500.00
Maplewood Sidewalk Rehabilitation
TED4004265 Schedule of Prices
CAG-25-290 Page 16 October 2025
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
SCHEDULE OF PRICES
QMaplewood Sidewalk Rehabilitation
ALL ENTRIES SHALL BE WRITTEN IN INK OR TYPED TO VALIDATE BID
NOTE:Unit prices for all items,all extensions,and total amount of bid shall be shown. Enter unit prices in numerical figures only,in
dollars and cents to two(2)decimal places(including whole dollar amounts).All figures must be clearly legible.Bids with illegible figures
in the Unit Price column will be regarded as nonresponsive and rejected.Where conflict occurs between the unit price and the total
amount specified for any item,the unit price shall prevail,and totals shall be corrected to conform thereto.
ITEM ITEM DESCRIPTION SPEC. UNIT QUANTITY UNIT PRICE* EXTENSION
NO. SECTION
18 Roadway Excavation incl.Haul 2-03 CY 333 $92.00 $30,636.00
19 Crushed Surfacing Top Course(Recycled 4-04 TON 1,552 $54.oo $83,808.00
Concrete)
20 HMA CL 1/2",PG 64-22" 5-04SP TON 683 $147.00 $100,401.00
21 Ductile Iron Pipe,8 In.Diam. 7-04SP LF 25 $175.00 $4,375.00
Corrugated Polyethylene Storm Sewer Pipe $55.00 $22,495.00
22 7-05 LF 409
12 In.Diam.
23 Catch Basin Type l 7-05 EA 9 $2,100.00 $18,900.00
24 Saddle Storm Manhole 48" 7-OS EA 1 $5,200.00 $5,200.00
25 Open Grate Locking Lid 7-05SP EA 1 $400.00 $400.00
26 Thru-curb Inlet 7-05SP EA 7 $1,950.00 $13,650.00
27 Adjusted Catch Basin Lid 7-05SP EA 3 $1,250.00 $3,750.00
28 Adjust Manhole Lid 7-05 EA 5 $1,950.00 $9,750.00
29 Adjust Water Valve Box 7-05SP EA 1 $700.00 $700.00
30 Adjust Utility Lid 7-05SP EA 20 S155.00 $3,300.00
31 Hydrant Assembly 7-14.5 EA 1 $17,500.00 $17,500.00
32 Remove Hydrant and Salvage 2-02.3(7) EA 1 $2,200.00 $2,200.00
33 Erosion Control and Water Pollution 8_01 LS 1 $8,050.00 $8,050.00
Prevention
34 Inlet Protection 8-01 EA 10 $110.00 $1,100.00
Maplewood Sidewalk Rehabilitation
TED4004265 Schedule of Prices
CAG-25-290 Page 16 October 2025
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
SCHEDULE OF PRICES
0 Maplewood Sidewalk Rehabilitation
ALL ENTRIES SHALL BE WRITTEN IN INK OR TYPED TO VALIDATE BID
NOTE:Unit prices for all items,all extensions,and total amount of bid shall be shown. Enter unit prices in numerical figures only,in
dollars and cents to two(2)decimal places(including whole dollar amounts).All figures must be clearly legible.Bids with illegible figures
in the Unit Price column will be regarded as nonresponsive and rejected.Where conflict occurs between the unit price and the total
amount specified for any item,the unit price shall prevail,and totals shall be corrected to conform thereto.
ITEM
NO. SPEC.
ITEM DESCRIPTION SECTION UNIT QUANTITY UNIT PRICE* EXTENSION
35 Seeded Lawn Installation 8-02 SY 1,333 $8 so $11,330.50
36 Topsoil,Type A(2"Depth) 8-02SP CY 310 $90.00 $27,900.00
37 Cement Conc.Traffic Curb and Gutter 8-04 LF 1,731 $34.50 $59,719.50
38 Cement Conc.Driveway Entrance 6" 8-06SP SY 603 $99.00 $59,697.00
39 Monument Case and Cover(Adjust or 8_13 EA 3 $800.0o S2,400.00
Replace)
40 Monument,Monument Case&cover 8-13 EA 1 $160.00 $160.00
41 Cement Conc.Sidewalk 4" 8-14 SY 790 $82.so $65,175.00
42 Cement Conc.Sidewalk 10" 8-14 SY 78 S1zo.oo $9,360.00
43 Detectable Warning Surface 8-14 SF 62 $54.00 $3,348.00
44 Permanent Signs 8-21 EA 3 $1,500.00 $4,500.00
$817,192.25
TOTAL BID AMOUNT=
*NOTE:All applicable sales tax shall be included in the unit and lump sum bid price per section 1-07.2(1)and WAC 458-20-171.
Maplewood Sidewalk Rehabilitation
TED4004265 Schedule of Prices
CAG-25-290 Page 16 October 2025
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
Failure to return this Declaration as part of the bid proposal package
will make the bid nonresponsive and ineligible for award.
NON-COLLUSION DECLARATION
I, by signing the proposal, hereby declare, under penalty of
perjury under the laws of the United States that the following
statements are true and correct:
1. That the undersigned person(s), firm, association or corporation has
(have) not, either directly or indirectly, entered into any agreement,
participated in any collusion, or otherwise taken any action in restraint of
free competitive bidding in connection with the project for which this
proposal is submitted.
2. That by signing the signature page of this proposal, I am
deemed to have signed and to have agreed to the provisions
of this declaration.
NOTICE TO ALL BIDDERS
To report rigging activities call:
1-800-424-9071
The U.S. Department of Transportation (USDOT) operates the above toll-free
"hotline" Monday through Friday, 8:00 a.m. to 5:00 p.m., eastern time. Anyone
with knowledge of possible bid rigging, bidder collusion, or other fraudulent
activities should use the "hotline" to report such activities.
The "hotline" is part of USDOT's continuing effort to identify and investigate
highway construction contract fraud and abuse and is operated under the
direction of the USDOT Inspector General. All information will be treated
confidentially and caller anonymity will be respected.
SR
DOT F07/201orm 272-03611 EF
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Seal
.`.
11171 Washington State
Department of Transportation Subcontractor List
Prepared in compliance with RCW 39.30.060 as amended
To Be Submitted with the Bid Proposal
Project Name Maplewood Sidewalk Rehabilitation
Failure to list subcontractors with whom the bidder, if awarded the contract,will directly subcontract for performance of the
work of structural steel installation, rebar installation, heating,ventilation and air conditioning, plumbing,as described in
Chapter 18.106 RCW,and electrical,as described in Chapter 19.28 RCW or naming more than one subcontractor to perform
the same work will result in your bid being non-responsive and therefore void.
Subcontractor(s)with whom the bidder will directly subcontract that are proposed to perform the work of structural steel installation,
rebar installation, heating, ventilation and air conditioning, plumbing, as described in Chapter 18.106 RCW, and electrical as
described in Chapter 19.28 RCW must be listed below.The work to be performed is to be listed below the subcontractor(s) name.
If RCW 39.30.060 requires a proof of license,the license number of that Subcontractor is required.To the extent the Project
includes one or more categories of work referenced in RCW 39.30.060,and no subcontractor is listed below to perform such
work,the bidder certifies that the work will either(i)be performed by the bidder itself,or(ii) be performed by a lower tier
subcontractor who will not contract directly with the bidder.
Subcontractor Name CONCRETE SERVICES, INC.
(and License Number if required)
Work to be performed SIDEWALK PAVING
Subcontractor Name AHBL, INC.
(and License Number if required)
Work to be performed SURVEYING
Subcontractor Name LAKERIDGE PAVING CO, LLC
(and License Number if required)
Work to be performed ASPHALT PAVING
Subcontractor Name INTEGRITY TRAFFIC
(and License Number if required)
Work to be performed TRAFFIC CONTROL & FLAGGING
Subcontractor Name
(and License Number if required)
Work to be performed
Bidder's are notified that it is the opinion of the enforcement agency that PVC or metal conduit,junction boxes, etc. are considered
electrical equipment and therefore considered part of electrical work, even if the installation is for future use and no wiring or electrical
current is connected during the project.
DOT Form 271-015 Revised 06/2025
•Previous Versions Obsolete•
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
AMAINAPWA-WA Division 1 Committee rev. 5/13/2022
Proposal for Incorporating Recycled Materials into the Project
In compliance with RCW 70A.205.700, the Bidder shall propose below, the total percent of
construction aggregate and concrete materials to be incorporated into the Project that are
recycled materials. Calculated percentages must be within the amounts allowed in Section
9-03.21(1)E, Table on Maximum Allowable Percent (By Weight) of Recycled Material, of the
Standard Specifications. CC a
Proposed total percentage: J � percent.
Note: Use of recycled materials is highly encouraged within the limits shown above, but does
not constitute a Bidder Preference. and will not affect the determination of award, unless two or
more lowest responsive Bid totals are exactly equal, in which case proposed recycling
percentages will be used as a tie-breaker, per the APWA GSP in Section 1-03.1 of the Special
Provisions. Regardless. the Bidder's stated proposed percentages will become a goal the
Contractor should do its best to accomplish. Bidders will be required to report on recycled
materials actually incorporated into the Project, in accordance with the APWA GSP in Section
1-06.6 of the Special Provisions.
Bidder: Hoffman Co struction, Inc.
Signature of Authorized Official:
Date: 0/1 /2025
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
411
Washington State
�2 Department of Transportation
Contractor Certification
Wage Law Compliance - Responsibility Criteria
Washington State Public Works Contracts
FAILURE TO RETURN THIS CERTIFICATION AS PART OF THE BID PROPOSAL PACKAGE WILL
MAKE THIS BID NONRESPONSIVE AND INELIGIBLE FOR AWARD
I hereby certify, under penalty of perjury under the laws of the State of Washington, on behalf of the firm
identified below that, to the best of my knowledge and belief, this firm has NOT been determined by a final
and binding citation and notice of assessment issued by the Washington State Department of Labor and
Industries or through a civil judgment entered by a court of limited or general jurisdiction to have willfully
violated, as defined in RCW 49.48.082, any provision of RCW chapters 49.46, 49.48, or 49.52 within three
(3) years prior to the date of the Call for Bids.
Bidder Name: Hoffman Construction, Inc.
Name of Contractor/Bidder-Print full legal entity name of firm
Bret Hoffman
By:
ure of a tho ized person Print Name of person making certifications for firm
Title: VP Place: Pacific, WA
Title of person signing certificate Print city and state where signed
Date: 1 0/14/2025
Form 272-009
08/2017
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
PROPOSAL SIGNATURE PAGE
By signing below, Bidder acknowledges receipt and understanding of the following Addenda to the
Bid Documents:
Addendum No. Date of Receipt Addendum No. Date of Receipt
1 16 -10 . 7S 4
2 !O — 5
3 6
Note:a Proposal may be considered irregular and maybe rejected if the receipt of Addenda is not
acknowledged.
The Bidder is hereby advised that by signature of this proposal, he/she is deemed to have
acknowledged all requirements and signed all certificates contained herein.
Hoffman Construction,Inc.
[ gn ture of Authorized Official]* [Business Name]
Bret Hoffman 159 16th St E.,Ste 101, Pacific,WA 98047
[Printed Name] [Address Line 1]
VP
[Title] [Address Line 2]
10/14/2025 360-825-9797
[Date] [Telephone Number]
*Note:Evidence of the signatory's authority to sign the Proposal on behalf of the business entity
shall be submitted with the Bid. Otherwise. the submitted Bid will be considered irregular and non-
responsive and the Bid will be rejected.
Note:The address and phone number listed will be used for all communications regarding this Proposal.
Type of business entity(e.g. corporation, partnership,etc.)
Corporation
State of Incorporation, or State where business entity was formed:
Washington
Contract Documents Page 18
Maplewood Sidewalk Rehabilitation October 2025
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
WA State Contractor's Registration # HOFFMCI931 D9
UBl# 600247364
Industrial Insurance Account# 381,764-000
Employment Security Department# 000 424 335 009
State Excise Tax Registration# 600247364
DUNS# 03-641-3016
The Surety Company which will furnish the required Contract Bond is:
Merchants Bonding Company 6700 Westown Pkwy
[Surety] [Address Line 1]
800-678-8171 West Des Moines, IA 50266
[Telephone Number] [Address Line 2]
Contract Documents Page 19
Maplewood Sidewalk Rehabilitation October 2025
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
PROPOSAL BID BOND TO THE CITY OF RENTON
♦ .
N t <'
KNOW ALL MEN BYTH ESE PRESENTS,That we, [Bidder] Hoffman Construction, Inc.
of[address] 159 16th St. E., Suite 101, Pacific, WA 98407
as Principal,and[Surety] Merchants Bonding Company (Mutual)
a corporation organized and existing under the laws of the State of Iowa
as a surety corporation, and qualified under the laws of the State of Washington to become surety
upon bonds of contractors with municipal corporations,as Surety,are jointly and severally held and
firmly bound unto the City of Renton in the full sum of five (5) percent of the total amount of the
proposal of said Principal forthe work hereinafter described,forthe payment of which,well and truly
to be made,we bind ourselves and our heirs,executors,administrators and assigns,and successors
and assigns,jointly and severally,firmly by these presents.
The condition of this bond is such, that whereas the Principal herein is herewith submitting his/her
or its sealed proposal for thefollowing public works construction project,to wit:
Maplewood Sidewalk Rehabilitation
said bid and proposal,by reference thereto,being made a part hereof.
NOW, THEREFORE, if the said proposal bid by said Principal be accepted, and the contract be
awarded to said Principal, and if said Principal shall duly make and enter into and execute said
contract and shall furnish contract bond as required by the City of Renton within a period of ten
(10)days from and after said award,exclusive of the day of such award,then this obligation shall be
null and void,otherwise it shall remain and be in full force and effect.
IN THE EVENT,the Principal, following award,fails to execute an Agreement with the City of Renton
in accordance with the terms of the Proposal and furnish a contract bond with Surety or Sureties
approved by the City of Renton within ten (10)days from and after said award, then Principal shall
forfeit the Bid Bond/Bid Proposal Deposit or Surety shall immediately pay and forfeit to the City of
Renton the amount of the Proposal Bid Bond,as set forth in RCW 35A.40.200 and RCW 35.23.352.
This Proposal Bid Bond shall be governed and construed by the State of Washington,and venue shall
be in King County,Washington.
IN TESTIMONY WHEREOF, the Principal and Surety have caused these presents to be signed and
sealed this 14th day of, October 20 25
Contract Documents Page 20
Maplewood Sidewalk Rehabilitation October 2025
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
PRINCIPAL SURETY
Hoffman Construction, Inc. Merchants Bonding Company (Mutual)
[PRINCIPAL] [SURETY]
• ure o A thorized Official] Sign re of Authorized Official]
1i o- ih. 014,1 Jim S. Kuich
[Printed Name] [Printed Name]
Vf' Attorney-in-fact
[Title] [Title]
10/14/2025 10/14/2025
[Date] [Date]
Name and address of local office of HUB Northwest
Agent and/or SURETYCompany: PO Box 3018
Bothell, WA 98041-3018
Telephone: (425)489-4500
Surety WAOIC# 800
Surety NAIC# 14494
Contract Documents Page 21
Maplewood Sidewalk Rehabilitation October 2025
Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal
•
I ��
'//" t...b' ����
�/i"1)Iltltt��`
\'` �1/1 ( {14(-) '
c)(1510
•
\•`{t\ r�l ��f
It,
MERCHANT_
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,d/b/a Merchants National Indemnity Company(in California only)(herein collectively called the
"Companies")do hereby make,constitute and appoint,individually,
Adam Howard;Amanda Ivey;Andy D Prill;Annette Troseth;Carol Lowell;Chad M Epple;Dana Brown; Dean R Young;Emma C Doleshel;Grant E
Ingalls;Heather L Allen;Jennifer Schultz;Jim S Kuich;Jim W Doyle; Michael A Murphy;Natalie C Chau;S M Scott;Steve Wagner;Ted Baran;
Theresa A Lamb
their true and lawful Attomey(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 April 27, 2024 and adopted by the Board of
Directors of Merchants National Bonding,Inc.,on October 16,2015 and amended on April 27,2024.
"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 hority 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 22nd day of October ' 2024 •
............... - •"'•• MERCHANTS BONDING COMPANY(MUTUAL)
O '' , *Q�GG Coif. MERCHANTS NATIONAL BONDING,INC.
:• ,�?p(tPOR,4'•0�� :�•a• R• P4q I. . d/b/a MERCHANTS NATIONAL INDEMNITY COMPANY
c, lam•.2• •y:Cs '9.a•s'`•
r 49(4, 7=7/4,
, 1933 3•2003 •:'�: •y �� By
,'.,�.• � •. .i��o ' , 4f ,.. v, ,* President
STATE OF IOWA ''••.y. u+++++'' •+'w'•••••`•
COUNTY OF DALLAS ss.
On this 22nd day of October 2024 , 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.
93,44 s Penni Miller
v+
Z 7 Commission Number 787952
• m•as • My Commission Expires
IOWA January 20,2027 Notary Public
(Expiration of notary's commission does not invalidate this instrument)
I, Elisabeth Sandersfeld, 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 I_I day of OaT)1/'io , IN
....... ai(71:26
tek:gOyi •'a,Gf1 q ,�•
•
Z; •.e% ' Secretary
0: 2003 ;ti; •y 1933 .
POA 0018 (6/24) ■.......+•° •`'~••'•
•
•
; - +�-- .a_ ris - k-Ax.- ,i? ,,. .e F?'• i, rt_ i
5, .F +
C "°``' 'k rA` .I- o-`. qt .4 d -k: ., -fry rtr "" '3 R'�
°�. l� ' -•
. fi "x
''*:,;431
G+ r a k' tr bt i k f ` * "r ° a_x - 1 :" f,. .+ {- r ry ..'� '* , . i
.i ,* �S +�fi S',' M + 4J:; y-'t '� - 7z. ' ;.Y i . ,'� y ". 7. +�'b,
� .� r �& rr
.} tr, *; p Y. t �' '�s f 3". ^r, i:- +" s+r, l* a ��M
� �A tt e
a t rw 3 f t- -
Yy Y ti S. -+ PY ; . ;
1-. v , � +S.R *. � * y� h ",; Y�� . 1 `6:.. I.I•f�J + k� , Kvat :— � "J'SooF ,s . - � , 5 t f . f 'VI,
•
h
as r a iq '. a*.3i+`~4 � '? a 9- 'ry 31 a•,- e,� _«•'
�!2 3 's t ,•f `" 4 tr ✓- JAF"5•'S �.Y5 5'�-/'t:•;,3
x 4:� '"Fd q . itw<r P'`t*'i ` '..k , wj; s�r it ., � ' * i ,'.R w Y. d. ' , . - -."R t .tF '-'
.
t - `
y' - f • r • x. FTTF is y, y. � •�..- - ' N ' i r - P " '' b [ .v , ( 9 3 f , ,+ 4 1r ,,,, --t _ (f y
y
•
r t, v ' rN t -�-4t r }ej" a y a '. 'ems!rti � <g! fir.
`n ;
i �' �� ♦lyre • - !� �.��3 r;. s + -T �S ! s, fin. t.,�ys C�. t +k;r� r
Ka�..
• wR
s a r
.::.. - 3s_r ,...':.� .;deAKz• .;r.. •a.--_ .'.•'�,_•S u.i._ - ::.,"____ar .�.,:,.....,_ • --- ..,..r ..*k- �,;, Wi,.,'�.,t':�.._.r G�ta«. ... -�.a ,.�F ':,,rs::ski