Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Iowa Erosion Control, Inc.
FORM OF BID OR PROPOSAL F.Y. 2014 W. AIRLINE HIGHWAY REHABILITATION CONTRACT NO. 827 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--sf__th --- 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. 2014 W. AIRLINE HIGHWAY REHABILITATION, Contract No. 827, 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. 2014 W. AIRLINE HIGHWAY REHABILITATION CONTRACT NO. 827 (.®N _ � U I 'EST�G2TY UNFF BIG f TO,rAL Bip PRICE go fiNc 1 FULL DEPTH PATCH, 10" PCC SY 534.8 $ 110.25 $ 58,961.70 2 SLAB REPLACEMENT, 10" PCC SY 2,489.0 $ 95.55 $ 237,823.95 3 FULL DEPTH PATCH, BY COUNT EACH 89.0 $ 141.75 $ 12,615.75 4 SLAB REPLACEMENT, BY COUNT EACH 82.0 $ 141.75 $ 11,623. 50 5 PAVEMENT, 9" PCC, SLIP FORM W/CD JTS SY 1,184.4 $ 47.25 $ 55,962.90 6 PAVEMENT REMOVAL, FULL WIDTH SY 1,184.4 $ 7.75 $ 9,179.10 CRACK AND JOINT CLEANING AND FILLING 7 (PCC PAVEMENT) MILE 3.84 $ 21,770.00 $ 83,596.80 8 SEALER MATERIAL(PCC PAVEMENT) LB 16,700.0 $ 2.00 $ 33,400.00 FORM OF BID CONTRACT NO. 827 Page 1 of 4 PAVEMENT SURFACE REPAIR(GRINDING 9 LIMESTONE) SY 55,233.0 $ 4.00 $ 220,932.00 10 PAINTED PAVEMENT MARKINGS STA 769.80 $ 10.50 $ 8,082.90 11 PAINTED SYMBOLS AND LEGENDS EA 8.0 $ 125.00 $ 1,000.00 12 MOBILIZATION LS 1.0 $ 20,600.00 $ 20,600.00 13 FLAGGER DAY 100.0 $ 335.00 $ 33,500.00 14 PILOT CAR DAY 10.0 $ 500.00 $ 5,000.00 15 TRAFFIC CONTROL LS 1.0 $ 4,000.00 $ 4,000.00 TOTAL BASE BID $ 796,278.60 B . D F17ON Ae 'UN, ' S °' N _I . pBa- SUBDRAIN, LONGITUDINAL, (SHOULDER)4 1.1 IN. DIA LF 15,540.0 $ 6.85 $ 106,449.00 1.2 SUBDRAIN OUTLET, RF-19E EACH 51.0 $ 185.00 $ 9,435.00 1.3 MOBILIZATION LS 1.0 $ 9,000.00 $ 9,000.00 1.4 FLAGGER DAY 60.0 $ 335.00 $ 20,100.00 1.5 PILOT CAR DAY 6.0 $ 500.00 $ 3,000.00 1.6 TRAFFIC CONTROL LS 1.0 $ 500.00 $ 500.00 TOTAL ALTERNATE 1 - SUBDRAINS $ 148,484.00 2.1 DOWEL BAR RETROFIT(1-1/4" X 18") EA 9,171.0 $ 29.18 $ 267,609.78 2.2 MOBILIZATION LS 1.0 $ 10,000.00 $ 10,000.00 2.3 FLAGGER DAY 50.0 $ 335.00 $ 16,750.00 2.4 PILOT CAR DAY 5.0 $ 500.00 $ 2,500.00 2.5 TRAFFIC CONTROL LS 1.0 $ 1,000.00 $ 1,000.00 TOTAL ALTERNATE 2 - DOWEL BAR RETROFIT $ 297,859.78 FORM OF BID CONTRACT NO. 827 Page 2 of 4 TOTAL BASE BID $ 796,278.60 TOTAL BASE BID + ALTERNATE 1 $ 944,762.60 TOTAL BASE BID + ALTERNATE 2 $ 1,094,138.38 TOTAL BASE BID + ALT 1 + ALT 2 $1,242,622.38 (11/ltOtti 2. It is understood that the quantities set forth are approximate only and subject variation and that the unit bid price for the work done shall govern in the actual payment to Contractor. 3. In submitting this bid, the bidder understands that the right is reserved by the City of Waterloo, Iowa, to reject any or all bids. If written notice of the acceptance of this bid is mailed, telegraphed, or delivered to the undersigned within thirty (30) days after the opening thereof, or at any time thereafter before this bid is withdrawn, the undersigned agrees to execute and deliver an agreement in the prescribed form and furnish the required bond and certificate of the insurance within ten (10) days after the agreement is presented to him for signature, and start work within ten (10) days after"Notice to Proceed" is issued. 4. Security in the sum of Five Percent of Amount of Bid Dollars ($ 5% ) 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 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 March 31,2014 2 April 2, 2014 FORM OF BID CONTRACT NO. 827 Page 3 of 4 10. The bidder shall list the MBEIWBE 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. Iowa Erosion Control, Inc. April 7, 2014 (Name of Bid r) (Date) BY: l Title Vice President Ra dy D. Miller Official Address: (Including Zip Code): 1106 3rd Street Victor, IA 52347 I.R.S. No. 42-0989684 FORM OF BID CONTRACT NO. 827 Page 4 of 4 NON-COLLUSION AFFIDAVIT OF PRIME BIDDER State of Iowa ) )ss County of Poweshiek ) Randy D. Mi 11 er , being first duly sworn, deposes and says that: 1. He is (Owner, Partner; fficer�Representative, or Agent) , of Iowa Erosion Cnntrnl , Tnr_ , 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 partie in interest, including this affiant. Si9ne ,( f --C!" d) � Ra dy D. Miller Vice President Title Subscribed and sworn to before me this 7th day of April , 2014 . 022%) Notary Gary Rhinehart Title My commission expires January 23, 2017 . i. GARY RHINEHART F I Commission Number 714650 My Commission Expires OW January 23, 2017 RESIDENT BIDDER CERTIFICATION CONTRACT NO: 827 PROJECT NAME: FY 2014 W. Airline Highway Rehabilitation DATE OF LETTING: April 7, 2014 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 Iowa Erosion Contr Inc. CORPORATE OFFICER K7' � Rany D. Mille TITLE rice President DATE April 7, 2014 ra E N a)4- b C co) O 'C1 .a E 0 O a) _O y o Y Y C L c V RI Y N a) p V Y L O rI C j j (u 'tz O. H U -0 C o a' [Q ` .Q o co CI L N o > W U p = 0 a '—I E O W 0 U "� Q L2 N m c = E", z o C _a) - a) a 1-5Q CJ 0) 0) Q L a to O i. a C 'v) Y O O E L. ct 5 a) Cu -a 0 0) . U o Cr) Q Q a) C m o ,:. C c 0 c) o a A 3 O cu 0 _c •ao ao o (a ..-E' YY o cEo O) a) 0 Y ai 4= U c 0 � � co ° f 30 ill in Z Z Z Z � � NC � � a�io c. Q �+ — Cu W0 • oC a) E ccn •v) Oa � F- f/) Li. o ° � 0 000 � � � Z a) . _ W Z a „ ` u) N Y c (13 a0 0 0 �' r0 aL RI � � 0U 66 •H w '� ( F- E .c Y O 0 W z r... W F- r+ c`v m m c ` o o .,_; 0 m CO -«,One v �- F— Q a) o c o > 0 a) °) c� — — — ZE � o w aUi 'N ° N E � C7 � A c 'I , v) 0 � � � o of yaa) aa) ocE 5W .0 U - - � LL . . >, •H 0 a) -0 0_ a) a) co W Z ° w m 15 cn0 D ccn � � -0 0 I." tZ! Z 1- o m "= a) 5 �'N 3 N W �, v) Va `wmm oo � mo Z ) Q _ Q 0 0 0 0 mH � o o °, aid uo) 5 OW Z 0 z z z WZ c � a) ooi 'a-))) ouo) au) F- Z d °� ei m 0 m E o a) o .0 o ° cn W 0 n 3 E E rn I- a ( ( 0 m b MI N N 0 C co - � m m I— a) 21:5 a) c E c a) �' W co u r ,--I* dj • O15 •50r- ` 08 Zm r.. M N ' (I) Cu — da) (u O a) H !- • NI c.i co 0 • +. c ,.- w V a p (u 0 O 7 co W m C • w3 } � C o0 .E wo m � • _ � CO < N rn \Z !Sii ° ' -0 tU � 0 1- • QC J . n .0oE> a) O ° mu) o ` >,�> _cL U Lt-3 „owO 8 2m a) U L li le 0• i- 2 - .> 6i(NIY § H C a - �Y a) Y W Q U • ai Qm o � � c � c CO W v H 0 0 E c> >, u) 2O E cu ) rn E cu c. .� 0 d Cu m L a) ce �. O 0 E .2 N C 4-) a-) O N Z = o O c c ±� O W 0 GC U U •,-{ Nob Y 1- o,� a) � }- Q 0 0 U p p `- N � -a N0 7,5 r � � V •,� S�_Li rl CC co T U J 7 p (z _ :N E z 0 W oO •CL.. 1.. --) O" O S. (II Y (d 0 a) --1 I ��pro o Lu .o 0 o Z Q a) a cu ° U O j ',:1 {t+o U �u U m� > � � �2"�3 O m C o 0 .0 Q (6 a) Cu C UO 0 • U ( d E (u .- (II ` 13 (/) N a) rl 1-, r-1 U 0- Z o a. C.) co) (n u) >_ w _ a) _ E 3 ) c tn -alO ^ o a.) c *cE Np a) o as w o a o 'co o p r N 4 N b LZ U O a m .O L. Lai CO a) C +- . a) N N < 0 � .b Ca o o �3 ,--1 E c a) U cn .O � •� OO wo a) O El =• a) c g as PI p � a • v 0 C a) � a) 9 - Q C) 0 L, p) Q _ 'C 00 E a3 fn �+ C� .� C N a) p > >. O COO •.al tw 70o Cr) 0 p0) O o J N U a A o5 0 30 � p a) a_ o �- y L' 30 E U• -al CI cE m o � o >ai � ooY 30 WH C C O L.L U ` ci) Ce G Q. _ to U 3 as iZ C C• N a c0 . (0 (n O O tn Q N W O 'x U O + a) O O C 0 0 ~ N u_ o U o a c C .0 O _ Z Zci) _ 'd N - Ir-o a _ C ,� W O cu CL O �{ � w U? "0 IC CO O 0 U . CL C W 6> Co WF- m C `o > o rn COfA -it at -Zr -Zr o c a) c� i- Q � c � a 0 0 cow E a) (D � 0 A t7 W � 3 � � o � aa)) aa)) o f Zm .0 V V) O N >, • -0 a) x)a a) a) W 0 WZ 8 m co ...Q 0 D aw '` Na IZ (24 Z � 'o � "' ai D a'u) 3 co w of W to (� a w0 j_ >, O ,oa) oo ZN o = Q co L o c"o a) Oin O mt .O > a) E .6- co W WZ . � Q a`) oai a-i-i `ou) n � �' Z a 00 0 f° w a a) v o c o � 8 E V) V ~ �s C co I u) .N W o Nam. Ern a) � a co m m m c 1- a) °) -'' :3 ••E � o O w u E O •� cow L o o Zm cs W Z v) a-c c'`) - w `C U) () p �' co a) a) u- A co - - - - Q. 8 2a) ` UU cEa wni O W 0 N M M M M O Q O w Q) • ca O Q U o �' CO W COm M M M M M O O \\ cu , U a) U) U) " J E •rl ,� to r-{ p U -0 a E w O m U? (o rl} C C o 18 v= m e W U) cm \i� Z W OU 'EL 7 m O F— C C`` J _a O zz a) m ,_ U Q m co O j p C y N O 0 wU oL � o CU H C ,Jm v o2ci : O a. O d N O 2 cn p 0 C ai 0 (n Q m o mac ern GI c� P x •- o cn g U L co a) ;_ co c� u o cU E U > a) O O E N N o a.+ c U] N Z m D 0 O " •C Y p a) .0 W a +� E � p O N C ai o O - us > i� W cq C U o a «- n 10 .n x 3 a) c2o m N w (n g J `) UO c N ;_, N W N O r/1 U) U; N U •C C 1- -) 'a O- = C - v ,1�i ey v-. p Z Q 4) a) O a) a) O C �-! U ,.x 0 f;.�.l tl# a) Q C m 0 �0 = ,tu p N w Y co Q C_7 O Off' E L O o > >, co a Z aa)) a. 0 U) can U) >O- W cto EE E 3 0 1 *� CD y O C 0 O 'L3 N •� E cA 0 C L C tO 'L: ('3 0 �' a) ° �3 o C� .0 ° 0 C a) = '*' co> 0 V r--I U •° N ° °" m N > S L. L •H W a) C >, W 0 v- C I+ O Q cm� >+ .O 0O O O cr.0 0 0 O 0 3 •H '-r� CO ill U U il oO.r .2 00 d' O N 0\ C0) G a) L ❑ 5 Uy •e L .Q r--I CO Ln O� O C 0 aj 0 > °, O c O M r 't CD as •ao 0) 0 00) o 0 a CA o > C ; 0 0 o A •oc oU •300 a) Y 0' 0.IDsic m CI • c1F � � N E o c ° c Y ai 0 ECU E o ° v> ? — ooto `' o a) � $ co � o � U) � E' o W � • Ec m cU�i • oa) , F— {l� ° '' O o c 0 v .c DE Z U. o .0 C ari c c o � .a = W Z i u) co a1 U� O U U C S Q Q 's WO mm cu CH Lu 0 ° o 0 m � •� ce F- Q •� 0 o c > 0 a) 0)E "o Z2 � 0w 0. a, '( ° U � A o W W • � � ° r1 .E waCD cE Z EL OL 'U U cn0 � U, >, ° -Q cu �0 a) a, 3W ;0D -ate W Z a(vi m C cn > rn - 0 13 I Z �•+ Z � 'o � = ai QN0 co � tAW �, N V b maxi ~ > `5 ° O °c 0) Z ' o o m m co m co _ L. :� mtQ— � ° o °, ai � � OW o a� u u u a) • o fn O- N Q Z >" 03 0 rnz 0 - nc ° � u 2 � H c = C m � CO LU 0 W � ^ CO 3 a EN v � a N ® � 0 0 0 0 0 COED- Q) Z7 a) C LL W y ++ N N N N N 2W ° 0 :n � � r' v ° � ucstu Z � � + co CO CO d 0 `) 'a . 0 .V cEQ Wta 0W U 0 0 0 0 0 ca L 0 o• a4` ll o6coi - aE 5 mm 3 CO I-i ?• tc o :a4= me < 0 W ce C • J -0 ° S? o m a) L LH - ca O •c0II I Q Q U) O O w k �" ° U O U ›,UmU >, L•• 0]7:3 � � 0 Q H • f^' •4 cb LI. e L• Q 44.. ct' W CC b-0 N ai ZN yamo � c cc a a o 0 O U EcaWC 6 E U) rntr) L. � s~ •r� 8 • wN ° rn Vcr ow � n � !II' = o m N m fa N (n J "- 3 0 C ° a) C/1 r-1 U cr) •r-I +-• C ` r J '13 Q• r-.. co co O -L y ,.i to O a) •L n. Za) a. 0 d) u, u) >- W "- ca _C E C) W H cy -1 3 CD , o c to 0 "C E � o a o a� .Q ° -1- a- N C L a) Q 0 O Clill V r-I U N O - CO t- �y „Q i. CC (. •� ° (d a) C >, W U 4.. C ar " 11r p ( - g C m O NJ a) U m y o ° m c ° cad -° as ' — 0 CA C>- C O a) a) > >, O C O as C ^C If) +• ' O O 0) U O 0) o o ai 0U) 0 0 + ° U ° ({) o �• U '3 o cd a) .c d �2 Q.a? .0 W c •c .� v_, =_ ° 5 u) g. o �� A a) > ' O O m o W - z uo cg u_ U0 3t aU >+ ace = in `° o tij Q o Lii c +w a) L- c ° • ocv F- to Ox o 0 ) y c c 0 0 O W Z �` (n zi o cd c „ O TS a0A o �' m 7s (°d L13 pV z 4. LL' O •H � W � () 1- E •c ..r .moo W Z < � o �`w a� U '° c ° o E W m � o .. a� O A a' m •Q .0 'N aoi a°i c co Z �� c.) WzCd m (d .0 � > NL � a = Z z � 0 2�, — 's -0 Q ( 3 � � yW v t%) 0IZ u� 'i j= >, '5 ooa) a) 3 Z (0 o = a ma) oo � � o a) ° 0 � o ,� 2 > 0 � � > � o QN � Z p+ a� Wz Cy -a - N •CQ � a) a) Q m0 � ( o � v Quo c ° Cl)2 UH c c m to - � W = C4 W © 0 - L. w v i_ o. to N 0 m ' ` mtnri }- aviNN -p C 0c LLW v, w t 2. Urn_ 0c ,c_. al Z 4,),, 44 �` W Z Cr c ('') `t co m ens +' ,a a) oa) CO CI. '� re 2 ti' UU c 'E Wo OW AU `� w \ o \ a) c°`du0 ° N � m .c Wm o �, = oa) 1. CO ?- = C o :3c+= co < \. • o E'WH , L v : = m 532 co 0 � Q c OO OW ..c O C G V m U ° H O cU -1 td '� 't- .. i6r O N 1- _a Cl. U. c Lai' NI. c o W C N E o NFU (cum E � 04.4 m m e ti L o ° ° cam o o +� ' z n 0 0o , o � Q) y-0 13 Wo o pwp � v, 0) � o ;v 0� ci `- ,_, E = cx 8 Mc to � -I $ c (a �. v .1i�\�ge y p ° `-. O z < a) E a) 8 a) O0 y 2 o m 8 a) a) td U 1;..0,-`Lr { a) 2ccdp � V 3 , o '- y a) a) C,) IOWA EROSION CONTROL, INC. PAVEMENT REPAIR SPECIALISTS 1106 3rd STREET, P.O. BOX Q PHONE: 319-647-3561 VICTOR, IA 52347-0916 FAX: 319-647-2376 April 01, 2014 To Whom It May Concern; Iowa Erosion Control, Inc. is seeking potential subcontractors for the following project: F.Y. 2014 W. Airline Highway Rehabilitation, Contract No. 827. Items of work that may be of interest would be: Pavement patching, joint sealing, traffic control, flagging, subdrains & subdrain outlets. Plans can be obtained at the Waterloo City Engineer's office or contact Randy Miller and we'll help in getting you a set. Ple , e cont,frime if you have any questions. Randy Miller IOWA EROSION CONTROL, INC. PAVEMENT REPAIR SPECIALISTS 1106 3rd STREET, P.O. BOX Q PHONE: 319-647-3561 VICTOR, IA 52347-0916 FAX: 319-647-2376 April 7, 2014 MBE/WBE Contract Compliance Program On March 28 & March 31 the following MBE/WBE's were contacted by phone: Carter Electric, Daniels Home Improvement, Greer's Works, Old Greer's Works, Quick Construction, Atlas Painting, Inc. and Watco Construction, Inc. Culpepper Electric and D.C. Corporation did not have a correct telephone listing. A follow-up letter was sent to each of the above mentioned businesses. None of these businesses sent us a quote. Gary Rhinehart EEO Officer BID BOND KNOW ALL MEN BY THESE PRESENTS,that we, Iowa Erosion Control, 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 the Amount of Bid Dollars($ 5% .J lawful money of the United States,for the payment of which sum will and truly be mace, 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 7th day of April ,20 14 ,for F.Y.2014 Airline Highway Rehabilitation,Contract No.827 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 7th day of April ,A.D.201 Iowa Erosion Control,I c. (Seal) (No Seal) Princ' al By I"- Vice President 4. op Ra y D. Miller (Title) ' Merchants Bonding Company(Mutual) (Seal) it 's ary ' Surety i-v L By r Witness Dione R. oung f Stacy Venn Atto ey-in-fact 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 duly organized under the laws of the State of Iowa(herein collectively called the"Companies"), and that the Companies do hereby make, constitute and appoint, individually, Jay D.Freiermuth,Brian M.Deimerly,Cindy Bennett,Craig E.Hansen, Anne Crowner,Tim McCulloh,Stacy Venn,Jody Decker,Jacqueline M.Devine,Kevin J.Knutson, Shirley S.Bartenhagen,Lacey Cramblit,Dione R.Young of Des Moines and State of Iowa their true and lawful Attorney-in-Fact,with full power and authority hereby conferred in their name, place and stead, to sign, execute, acknowledge and deliver in their behalf as surety any and all bonds, undertakings, recognizances or other written obligations in the nature thereof, subject to the limitation that any such instrument shall not exceed the amount of: TWENTY MILLION($20,000,000.00)DOLLARS and to bind the Companies thereby as fully and to the same extent as if such bond or undertaking was signed by the duly authorized officers of the Companies, and all the acts of said Attorney-in-Fact, pursuant to the authority herein given, are hereby ratified and confirmed. This Power-of-Attorney is made and executed pursuant to and by authority of the following By-Laws adopted by the Board of Directors of the 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 Witness Whereof,the Companies have caused this instrument to be signed and sealed this 10th day of October , 2012 +•y•.Nllh•ry� � •,......• • *� 1 ., 1A:•L t' ••*y.•. ..•• o MERCHANTS BONDING COMPANY(MUTUAL) OW COA: p,p •. �p-y ;moo,. 00,9 9 , INC.J+ ':Cr ti R c f :•y:�Q4 y�: MERCHANTS NATIONAL BONDING,IN. V. = •�a• 1933 •c; IV. . * . •yJ. •, •• By ....... STATE OF IOWA ,, * .+``+ �r .•• COUNTY OF POLK ss. �4"•'�r`WOO, .... President On this 10th day of October 2012 ,before me appeared Larry Taylor,to me personally known,who being by me duly 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 is 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. In Testimony Whereof, I have hereunto set my hand and affixed my Official Seal at the City of Des Moines, Iowa, the day and year first above written. MARANDA ,� Commission Number 770312GREENWALT404 re; My Commission Expires °N October 28,2014 Notary Public, Polk County, Iowa STATE OF IOWA COUNTY OF POLK ss. 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 affix'the seal of the Companies on this 7th day of April , 2014 • 't" '-= •a'•• 1933 • • Secretary v' 2CO3 :. : o.• A�ti: POA 0014 (11/11) ''• '!y''• '• + + ••.4Y 1.