Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Crow River Construction
— 1..._ 0 Q,) co c crl C) cp, — Li') D ri = <e III ; ! 6 : r-- 0 '-- 45 4-5 gi•\‘11* CI (Z) (N ...NC U -1--L ,e.f•14%.:,; •>70 s.._ LL_ a_ .W--•V:,:r fik.4., •' 7'11 .., %4N •-i‘.'t;;V- ' '';'•;:% qtlis a) CITY OF WATERLOO „,.. I) 0 -0 :71 .11.1 oC -tn CO 6 CITY CLERK'S OFFICE 65 2 C is- -.- ,.... o 10V 19 2015 Pm12:13:03 'N '1, u - ,. . . / ii AI .il .&' • , . -:-.: c Co ,...: 0 r..., ..-:.u ,..0 2. Lr) -0-- z _ E 0 2 _8 tr.?,-> c Lc) .C2> < E -L7.") -, > Co 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 OifYleSctti , 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 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. 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 ITEM ITEM CODE ITEM DESCRIPTION UNIT ESTIMATED UNIT TOTAL NO. QUANTITY PRICE PRICE 1 2533-4980005 MOBILIZATION LS 1 7$ 76;oc 2 2528-8445110 TRAFFIC CONTROL LS 1 / 9.°6 ‘g-oo,od STORM WATER POLLUTION 3 2599-9999010 PREVENTION PLAN LS 1 3/'CM•64' ,90 IMPLEMENTATION 4 2602-0000020 SILT FENCE LF 7,750 4.vc /9-60, c`-' 5 2602-0010010 MOBILIZATION, EROSION CONTROL EA 3 / b..°0 `/ V.611' 6 2510-6745850 REMOVAL OF PAVEMENT, PORTLAND SY 150 ka,0o /I"��.00 CEMENT CONCRETE, 7-INCH 7 2599-9999009 REMOVAL OF STORM SEWER PIPE LF 40 2 QCa®O FROM EXISTING DETENTION POND FORM OF BID CONTRACT NO. 900-ADDENDUM#1 Page 1 of 4 1)O REMOVE STORM SEWER PIPE LESS o0 8 2503-0200036 THAN OR EQUAL TO 36-INCH DIA.W/ LF 280 f 0" VD. / APRON 9 2599 9999005 REMOVE EXISTING STORM SEWER EA 1 Q.pO o0 1 STRUCTURE aREMOVE � 10 2599-9999010 STUMPS EXISTING TREES AND LS 1 /� 506.°" 11 2105-8425015 TOPSOIL,STRIP AND SALVAGE CY 2,665 y,° 10 460,°° 1 12 2102-2710070 AND ABOR ON,CLASS 10, ROADWAY CY 11,210 6.00 b7ALv`6 SANITARY SEWER GRAVITY MAIN, 13 2504-0114010 BORED,SINGLE-WALL PVC PIPE, 24- LF 400 S50•oOM° )'X)O INCH, WI 36-INCH STEEL CASING PIPE . SANITARY SEWER GRAVITY MAIN, ® S��oo c° 14 2504-0114010 TRENCHED, CORRUGATED PVC PIPE, LF 2,850 /30 3 7 24-INCH 15 2435 0130148 MANHOLE,SANITARY SEWER,SW- EA 8 oo 0O 301,48-INCH DIA. y6 YGo. MANHOLE, SANITARY SEWER,SW- o0 (70 16 2435-0130160 301, 60 INCH DIA. EA 1 70°" 7400. 17 2435-0130184 MANHOLE, SANITARY SEWER,SW EA 1 O °° _ 90o•°O 301, 84-INCH DIA. SANITARY SEWER SERVICE STUB, 00 (9° 18 2504-0200406 PVC, 6-INCH LF 430 G$� �7 �50, TA19 2554-0208012 16-INCH X 16PING EINCHALVE, AND BOX, EA 1 /5C80•ot3 /5� oe WATERMAIN, BORED, DIP, 16-INCH 0c-) 20 2599-9999009 DIA.W/24-INCH DIA.STEEL CASING LF 460 oo a 11`Ce)0 PIPE WATERM21 2554-0112012 NCH DIA.AIN,TRENCHED, DIP, 16- LF 3,620 q$0® 2/3?Oa_©6 22 2554-0202200 FITTINGS BY COUNT, DUCTILE IRON EA 6 1090 p0 4600,47° 23 2554-0207012 VALVE, GATE, DIP, 16-INCH DIA. EA 12 6-20©00 7y*ow / / 24 2599-9999005 WATERMAIN TEE, MJ, 16-INCH x 6- EA 6 /pG0,00 4 000.0° INCH 25 2554-0210201 FIRE HYDRANT ASSEMBLY EA 6 ,j,1000o 3/i . °B 26 2554-0204120 WATER SERVICE STUB, DIP,6-INCH LF 430 �l0•®0 38 7Q0,"e 27 2599-9999005 1-1/2-INCH FOAM INSULATION EA 6 cO.o0 300 ®a BOARD,4'x 8' SHEET 28 2435-0140160 MANHOLE, STORM SEWER,SW-401, EA 1 4/boa 00 84-INCH DIA. 6ia�' STORM SEWER GRAVITY MAIN, 0 00 29 2503-0114236 TRENCHED, RCP, 2000D(CLASS III), LF 280 qo•o 1/ .,00. 36-INCH DIA., USE EXISTING PIPE 30 2416-0100036 APRONS, CONCRETE, 36-INCH DIA. EA 1 ( OOD°° / 000. W/2 JOINT TIES, USE EXISTING PIPE / / FORM OF BID CONTRACT NO. 900-ADDENDUM #1 Page 2 of 4 1 ►7 () ) , REPLACE STORM SEWER PIPE FROM 31 2599-9999009 EXISTING DETENTION POND, USE LF 40 5'6pO "�2 ,600.°� EXISTING PIPE 32 2502-8212206 SUBDRAIN, PERFORATED PLASTIC LF 1,300 13 ld,°O ODD, o0 PIPE, 6-INCH DIA. 33 2435-0251218 INTAKE,SW-512, 18- INCH DIA.W/ EA 8 800 00 oO SOLID COVER STANDARD OR SLIP FORM PORTLAND 34 2301-1033070 CEMENT CONCRETE PAVEMENT, SY 150 80,,°151 jl000. CLASS C, CLASS 2 DURABILITY, 7-INCH 35 2105-8425005 TOPSOIL, FURNISH AND SPREAD CY 500 j3 c2D 6560 p0 36 2599-9999001 TEMPORARY SEEDING AC 12 $SO.O° 6 6a0,°° 37 2601-2634100 MULCHING AC 12 77S.66 Q360-°° 38 2601-2636044 SEEDING AND FERTILIZING (URBAN) AC 12 1966.ao 1 zoo 60 39 2599-9999010 2-YEAR MAINTENANCE BOND LS 1 14OfJ .°' /446°.o6' TOTAL CONSTRUCTION COST ``.✓�6 I I 2 q 7 2. It is understood that the quantities set forth are approximate only and subject to variation and that the unit bid price for the work done shall govern in the actual payment to Contractor. 3. In submitting this bid, the bidder understands that the right is reserved by the City of Waterloo, Iowa, to reject any or all bids. If written notice of the acceptance of this bid is mailed, telegraphed, or delivered to the undersigned within thirty (30) days after the opening thereof, or at any time thereafter before this bid is withdrawn, the undersigned agrees to execute and deliver an agreement in the prescribed form and furnish the required bond and certificate of the insurance within ten (10) days after the agreement is presented to him for signature, and start work within ten (10) days after"Notice to Proceed" is issued. 1 4. Security in the sum of £enea -<cn 4-�ows,„ci two tiw,,Led ,i;ncl- Semi q 4y men ' Dollars ($ 61? ) in the form of bS i 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 ( n ). (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. I Date //`/67--20/5- 10. The bidder shall list the MBEI BE 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. Crew RIVZr C(ihstt'Uct(l 11 / 19 ( 15 (Name of Bidder) (Date) BY: K V51 10 fi 7 V1 ..C1'1 Title 6 N lie Official Address: (Including Zip Code): 2. 1 1St- I9vf rSw NSW LC (ten Cn2:73 I.R.S. No. `f(c231(LIT? FORM OF BID CONTRACT NO. 900—ADDENDUM#1 Page 4 of 4 /t NON-COLLUSION AFFIDAVIT OF PRIME BIDDER State of r I I nne5Qtn ) 1� )ss County of (1�,{fc lv,�(_1I ) hi<' Hanson c )i Ianson , being first duly sworn, deposes and says that: ..J 1. He is Owner Partner, Officer, Representative, or Agent) of tx(71,U RIo:in C,fvSfT((fi ‘0. , 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. (Signe Cluner Title Subscribed and sworn to before me this /7 day of Ai(ae1rher , 2015.. 71:/&Wit f e� o-1-fi'(e ad iry�il�istrltor Title My commission expires n1A09 31) 2-0I I . ; r HANNAH JEAN HANSON • ; ' L NOTARY PUBLIC "\=t\%' MINNESOTA 4 `:,ri, My Commis:am EMpfres Jan.31,2019 RESIDENT BIDDER CERTIFICATION CONTRACT NO: C166 PROJECT NAME: F 1/ 200(, AID(1kea5f lo�dustria! L _`;ewer water DATE OF LETTING: IJOV?l771ier /q, 20IS 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 C/VOVV RIVer (NI StYVIGt1on CORPORATE OFFICER KO l g "HA VI SOV1 TITLE W ne,v DATE i I (1 1 15 v-- ' 3 3 m =4, m -< (4 ( Q) () -a CD 2 7) o 0 t�o S N.o c c o W O q��d �:I l) 1 r CD aCo � E' — _o•-% v � c � 0 o iliw�) m o --' M. rn CO o CD n o 116. �/fi NZ a_, ✓' 3 (D ogn � arm _,- o � --f C 3 r -, o �• CD r > co a, m o -S Cr - o a n o 0 cs) S , 0) Ds< o5 c -9a- 30 0 como S oe � so0 cn � a COcu > Z iv c1 S '*o tr . D N �, '5 'O., m0 a '< o a -4 tz ? p co r o FP m co � � m0 -' 0 ' m0 = n A ELI0 _{ z 0 3 0 o c W O N co 0 LT 3 r O 71 - —I o m -9 a o ni `o D m CO �: 0- o o -< m a, co a cn o * 3 m N 0 O 7 0 �� Wm s � co Oo °' too — W m rn CO o 0 0 27 - () m0 DO -03. c oo -, CD" cr7/ o rn o C � aW m � Q mo � � ZX) s , W Z m = - c cQo S ' m m m -n 3 � 3 0.0 Nna _ ^ WW _ 3— m W 3 0 m w N o o s 0 C)a s --az 0') mm = �, 0 NCDQ ao OW Z -4 .0 ZD cp 0 00 < mom -0 � Zm ' o A m - __ 0v m o 0 0. E pc o = � Z oco moo -1 `'< - . m -u ON �: m to a v * =.-a cr _ 2 -1 z _� � O CD -3 Boa acn s = m 157Cn m _ CD o = tt 0 CD M(� a -0 Z 0 O cn ,�, N (A a m o R g Z (Is CD b fD xl0 a3 CDo5 oo m � D o gcDom e4 NW o o 002 - -1m ey J0 a3m ; 0) 0Q 3 = a 0 -0 Om ms oo = c mo M. T (71 Z m 0 0 0 o o Cl) coo m o 3 m o a- O m DW orn (nc ? v _C a 73 0C 0 -0 � v a v, o 0 0 -a C.l E 3 3 0 3 * 3 tan0 (n .-« . « = v � O 0 -0 CD Fr = cD 0 O 5' .—.. < 0 cn co a, `-� Cr Z 0 'CS -5 ='i (D CD 0 fD o - — co (1 U, 0 3 = W m 0 w a v p 03 o o a co • m op m0 m ZO a) CD o c m yp ,-c "d o co • n o cr * co W .0 o o s _ '. .o p, o .., = 0 0 cn m w ,.., N o (n 3 Cr Co O cn O. 0 cn cn 0 CD cn o *• 3 T Cn 0 -I m 50 0 A S W 0 o- o n) ID C) -' 0- Om -0 1) 3 Wmmoc0i Cr < 0 my s3 so � c =• D m -10 om � m 3. 0 m rn O 7 0 co o A C a 3 0-co • * CD CO -^ 7 -0 O0 (Q N G .I. fl' a N a o cr o p cr o m O 0 v W 0 m 0 m 69 6 _ 0 0 -, - s3 . . 23 0 3 aa � Cn CI 0 us co a EDP ao m o = � o coo � m = 0 0 0 " (7 a = CD ov 0 a' y 0 o c0„- � � y � o� � c co o � O °a-0 m(CI n m m Q m � = � 0mo �o 0 0 0 CI < 3 o crCv, m ,'0 3 3 7a c * x W v0 a < as < 0 __ oco• C o -0 v, o vi 0 a �, a) 20 °, o c 3 moms o o u' 0 o 7 3 al •_. co - 3 ,- a A 0 a ; o CC503 p 0C ° q) �. a " - N 5m = 03 03 9.3 cCD ,N= om o ? oa cn cp 0 CD -3a ED y ' N p 0 = °- 0 0 t2D. CD (D a v, = a) Ill c, 0 v o cn - 0 so co 0 a 0 .-- I; 0 00 -' oo -a. 0 (n mmaam oc� 30II' K mom CD � = o = N -0 7 0 2 N m 0 .+ N Z Cn N Z N 7 O Ow a) C-. „Corr CD .-, -' Z -n CD O CA � �. nmco m - 00. 0 > c CD 0 0 v 0 m C) ) In CD B H � c o 0 a m -5 -0 CD- " 0" 0 -— 0 3 a -00 a0• < ' nm o - r. 0. .< 00 to g 0 * 3n3 a' 0 c u K CT co 0 C� X !n CD ' op CCDD cr aao y. QC) ZS o_ ° N CD cn : O oT 0 - - (Q X- -3 c2• C CT CSC 2.<< 3 C 7 o m `.<< O C) C0 7 C C) C a-..� () CD a) �j oO -5C CDD3 �cn mg _0 CD 0 Oq a.) ) o 3 o m � 3 � 3. m Um 3ov� 0 m 00ih0 � 30oP o- . o 7 3 a a) aa' uCD Q < � -00M W C)) 00-4m 3. �0 � a) o �ff D ,a 00g = CD 00coo = rnm m0a � 0 CD3 •-. 0 7 CCDD 0 c7OC _,, 0 W `<y CD 0 0 ao al ' - Q3c 0 n o 0 CD a0 d O 7a rn 7 0 a ^ ,Y 00 0 c = O an CO 00 C? � mv Z o 0 0m 00 � 0 v -5 0 O CD N -fl cn N C -I C -+ CD 0 Q. O 0 a O a' Z co C C) C 7r CD. C D) C 3 N cn a CD _., 0- CD .-r N O 0 O „Orr ,c-. 00m3c cow (' ocou o = m a 0 --' (� `n = • Z 3a -s � m 9'. � On � 7 � � � � � o Co 0 3v � 3 v � � oucn'io D � m s -.. cn -_�'i., m C 'C 0 0 CD CD = Q N O CD °' CD o .Ul-. CD (n+ O V) cu -1 03 cn 00w o a0 -n oc) CO a' 0 ,< a m0cn Co -. m0 coCDo 0 .0 0 C O m 7 (D CD 0 C) C, CD Z m O co a C. Q .+ co .-7, = ,_co m < m 3 N N co 3 .00. o C0 N 0 0 -n W c. 0 N o o CD moo, -C-. a 3' o u' o a 0 0 O 0 om 0 c p C CD o0 0 � 70 c < � 00 -o � X a0- coX s30 � o 000 - 0 Z 3 0o m - a) � -53cn0CD 3Z a0� � a `n CD co c<vKa' m3 In o 3 < � o m ` D m � 3n Dm Cn w O. Q7 St =-1 7 O O m0- n00 a - = m � o u, a) 0mo a) mO 03ocD 5w 7, 0 CD CD 7 CD C) a' CO m CD C CO C a Z -`- C p - -. <' 0 CO N co < iG m 'S Z CD `� ..,. c a O O a) fn to o m N � v 3 W o mom' co --I = co m7. m3 0 c 0 P. 0. �D ZZ -0 a) c - - m 3 o W m -.i c (n n c • B A a) 91 -! N � FI)- Cl C) 0 CD CD a1 * 0 7 p m 0 a3 v a CO 0 c m o 3 c o a ' g 'S 'U v 0-0 a a 0 3 � _. CD � Q c a ac o. Co - 73 n c o 0 v, co -o = cn 3 a) cr -.. m Z 0 a 0 ET < N co -Cr- O 7 -o - `G (n C0D --- ,;4: C O 0 > (n fn o73m0 n co o ? m c •VaOi c ° mcmCo ..im � o m m m CD 0 0 o CO <n 7 '^ m a * a) - m C aa0r 3 0 m � CD ,_« •= oy. `-4- a C 0 !n o 3 o o -I c a) ..,0: o 0 cr, °' a) .-. cn 0 •ao m �° a u°7 CD - 3 m O C"c om m N mrn 7 CD 3 O C CD 0 CO O z O 7 ? ^. -o 7::' K N 3 0 w -o,_, H 0 . co 0 Z Di 00 v 00 CD n D a) _ 03 c' f COCh (!) 0 .. 70 a 0 CD 3 cn 0 a 0 - 0 0 `< ma, •~• CD �' N 0 N C7p 0 H N CD ^ v 00 co or N COo � o c m Q O -.. vw o mm. a � mCo 0 00 3: O CD CO a' 0 a' a0 < 0_ -.• = 0 X = 00 0 - cn 0 CO co m a - K 0• CD m w 0 0' CCnD CD mmmo oTI aW -DI m W � > m0- mrna 0 ,� 0, 3 .< •_,, 3 c am o m co � 0 0 � m ?-O (7 Z 7 O (O [S •fn O< O siio oo70O m 0 c m o �VI -C3 a o o C 0 0 m m m `c °) c CS 0 .C.. (n -- 0 0 z 0 co. O rn C a CS 3" C . Cl) < O (0 ••.< Z O a- 0 0 (n CD C va', m 3 „. Cn CD a 0 co cn r oc a cn 0CCDD 0 a lattik CONTRACTOR REGISTRATION CERTIFICATE \ORKFO E STATE OF IOWA DATE ISSUED: 6/18/2015 if vtVECrn 1 IOWA WORKFORCE DEVELOPMENT DATE EXPIRES: 6/18/2016 DIVISION OF LABOR SERVICES CONTRACTOR REGISTRATION REGISTRATION NUMBER: C122681 1000 East Grand Ave. Des Moines, IA 50319-0209 Phone (515) 242—5871 CROW RIVER CONSTRUCTION LLC 'Yl� µP) _ /9 r+ ► J a3v P.O. BOX 432 Michael A. Mauro, Commissioner NEW LONDON, MN 56273 Your certificate will be enforced for 1 year if you are in compliance with contractor registration,unemployment insurance,and workers compensation regulations. Falsifying any records may result in revocation of your certificate,$500 civil penalty,and criminal prosecution. BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, Crow River Construction,LLC,21 1st Ave.SW,New London,MN 56273 as Principal, and Ohio Farmers Insurance Company,PO Box 5001,Westfield Center,OH 44251 as Surety are held and firmly bound unto the CITY OF WATERLOO , Iowa, hereinafter called "OWNER." In the penal sum Five Percent of the Bid Dollars($ 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 19th day of November , 20 15 , for FY 2016 Northeast Industrial Sanitary Sewer&Watermain Ext. 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 16th day of November A.D. 201 5 Crow River Construction,LLC (Seal) Prrn • By Wf ter Kraig H n, wner (Title) Ohio Farmers Insurance Company Witne urety 1. am By(• Witness Attorney-ifFfact Rebecca J.Hecker C'Atalli OS • i. LL w ` _ �` L� ..Y, 1 ^l • .v na L a ,- �' ACKNOWLEDGMENT OF PRINCIPAL (CORPORATION) State of Minnesota ) County of° .1 fL`/II ) On this % 7 day of November 2015, before me personally appeared Kraig Hanson known to be the Owner of the corporation that is described in and that he or she executed the within instrument, and acknowledged to me that such corporation executed the same HANNAH JEAN HANSON ( NOTARY PUBLIC j� f� P INNESOTA c l? C7 `�l f GL/7�( .7 My Compassion Expires Jan.31,2019 ACKNOWLEDGMENT OF PRINCIPAL (INDIVIDUAL OR PARTNERSHIP) State of County of j On this day of 2015, before me personally Appeared known to be the person described in and who executed the within instrument, and acknowledged to me that he/she executed the same. ACKNOWLEDGMENT OF SURETY State of North Dakota County of Cass On this 16th day of November 2015, before me personally appeared Rebecca J. Hecker known to be the person who is described in and whose name is subscribed to the within instrument as Attorney in Fact of Ohio Farmers Insurance Company and acknowledged to me that he or she subscribed the name of Ohio Farmers Insurance Company thereto as surety and his or her own name as Attorney in Fact. irfAi''S A-A-Aro BRIDGET HELM Notary Public State of North Dakota My Commission Expires Oct, 8, 2019 '* ' THIS POWER OF ATTORNEY SUPERCEDES ANY PREVIOUS POWER BEARING THIS SAME POWER#AND ISSUED PRIOR TO 04/02/14, FOR ANY PERSON OR PERSONS NAMED BELOW. General POWER NO. 3371102 01 Power Westfield Insurance Co. of Attorney Westfield National Insurance Co. CERTIFIED COPY Ohio Farmers Insurancer Co.o Westfieldhio Know All Men by These Presents, That WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, corporations, hereinafter referred to individually as a "Company" and collectively as "Companies," duly organized and existing under the laws of the State of Ohio, and having its principal office in Westfield Center, Medina County, Ohio, do by these presents make, constitute and appoint DANIEL M.ARMBRUST,THOMAS C. DAWSON,WAYNE L.LAUWERS, REBECCA J. HECKER, BRIDGET K. HELM,JOINTLY OR SEVERALLY of FARGO and State of ND its true and lawful Attorney(s)-in-Fact, with full power and authority hereby conferred in its name. place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings, or other instruments or contracts of suretyship • LIMITATION: THIS POWER OF ATTORNEY CANNOT BE USED TO EXECUTE NOTE GUARANTEE, MORTGAGE DEFICIENCY, MORTGAGE (,UARANItt, OR BANK DEPOSITORY BONDS. and to bind any of the Companies thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporate seal of the applicable Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney(s)-in-Fact may do in the premises. Said appointment is made under and by authority of the following resolution adopted by the Board of Directors of each of the WESTFIELD INSURANCE COMPANY,WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY: "Be It Resolved,that the President, any Senior Executive,any Secretary or any Fidelity&Surety Operations Executive or other Executive shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorney(s)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: The Attorney-in-Fact. may be given full power and authority for and in the name of and on behalf of the Company,to execute,acknowledge and deliver, any and all bonds, recognizances, contracts, agreements of indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney-in-Fact shall be as binding upon the Company as if signed by the President and sealed and attested by the Corporate Secretary." "Be it Further Resolved, that the signature of any such designated person and the seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile,and any power of attorney or certificate bearing facsimile signatures or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached." (Each adopted at a meeting held on February 8, 2000). In Witness Whereof WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY have caused these presents to be signed by their National Surety Leader and Senior Executive and their corporate seals to be hereto affixed this 02nd day of APRIL A.D.,2014 . . Corporate �+,«.••,»„1^ • tflNA/ ^""""" WESTFIELD INSURANCE COMPANY Seals /O\aSYR..f.fe •@t .c.asS; ,,,,;;n,,t,% ,�'� ......,••a. Affixed1Vvi .a. +fO r0;' '•.,.% , •!a, WESTFIELD NATIONAL INSURANCE COMPANY i OHIO FARMERS INSURANCE COMPANY . + O 9 ? 4`'" b NO, SEAL tom'_ ir,i BARTERED igg Q State of Ohio """"""} "'" ""' "" By Dennis P. Baus, National Surety Leader and County of Medina ss.: Senior Executive On this 02nd day of APRIL A.D., 2014 , before me personally came Dennis P. Baus to me known,who, being by me duly sworn, did depose and say, that he resides in Wooster, Ohio; that he is National Surety Leader and Senior Executive of WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, the companies described in and which executed the above instrument; that he knows the seals of said Companies;that the seals affixed to said instrument are such corporate seals;that they were so affixed by order of the Boards of Directors of said Companies: and that he signed his name thereto by like order. Notarial N,,,..„•,•••• Sea l "'co AC 4 � �/m/�1iAffixed G/���'j�'�(l��ri-♦////r�//,Ify/�/�/`/'''/f"�� • David A. Kotnik, Attorney at Law, Notary Public State of Ohio i it, ) a.Illy o My Commission Does Not Expire(Sec. 147.03 Ohio Revised Code) County of Medina ss.: `•,,, ,•.ate �� T 'OF O ,e I, Frank A. Carrino, Secretary of WESTFIELD INSURANCE COMPANY,WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Companies,which is still in full force and effect; and furthermore,the resolutions of the Boards of Directors, set out in the Power of Attorney are in full force and effect. In Witness Whereof I have hereunto set my hand and affixed the seals of said Companies at Westfield Center, Ohio, this 16th day of November A D.,w2015 win j4(t? iij) ;N; SEAL am. :m 184 ia�'i / /�+ asp Secretary lk:* •,,'" ' 'y• 4 �: 8:�!` Frank A. Carrino, Secretary a-••,.•,.•.... BPOAC2 (combined) (06-02)