Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Jasper Construction Services
FORM OF BID OR PROPOSAL F.Y. 2014 BRIDGE DECK & OVERLAY PROGRAM CONTRACT NO. 777 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 o , 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. 20'14 BRIDGE DECK & OVERLAY PROGRAM, Contract No. 777, 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 BRIDGE DECK & OVERLAY PROGRAM CONTRACT NO. 777 t"BI `D RTP'T ON BASE Blb�' , ! TY;VI ` I :1 e E. A di . 1 REMOVALS LS 1.0$ ©o.o 00 Dpa STRUCTURAL CONCRETE, 2 MISCELLANEOUS CY 25.5 $ lj SOO see $ 33. So°O 3 REINFORCING STEEL, EPDXY COATED LB 450.0 $ Z�C" $ /j 2-37 'o 4 DECK REPAIR, CLASS A SY 905.0 $ 0-1/S- $ ZZ /, 72 S°° 5 DECK REPAIR, CLASS B SY 90.5 $ 3o a' $ 2 7i /5--0" STEEL EXTRUSION JOINT WITH 6 NEOPRENE LF 312.0 $ /5o6'" $S‘i lbOoo NEOPRENE GLAND INSTALLATION 7 AND TESTING LF 312.0 $ Z5 0-0 $ 7,3Oo`� 8 CONCRETE REPAIR SF 309.0 $ (Z$ $ 3$ c0 ZS°� 9 FURNISH TEMPORARY BARRIER RAIL LF 2450.0$ y $ /,, 02.5'o. FORM OF BID CONTRACT NO. 777 Page 1 of 4 10 INSTALL TEMPORARY BARRIER RAIL LF 4900.0 $ 'Z.-TS $I 417500 TEMPORARY CRASH CUSHION, FURNISH 11 AND INSTALL EACH 6.0 $//ODD "a $ 6 000' 1 12 BRIDGE APPROACH, RK-25 SY 1303.4 $ (70 tD° $221/57 N°O STANDARD NON REINFORCED PAVING, 13 PCC, 7 INCH, C-4 SY 30.0 $ goy $224/00 , 14 LONGITUDINAL GROOVING IN CONCRETE SY 7747.7 $ j 7S $ l3$58 Lf8 15 REMOVAL OF PAVEMENT SY 1333.4 $ J 9 ca $2 S) 339 IA 16 BARRIER RAIL, RE-46 LF 50.0 $ 32.5"° $ (6/ ZSOO° 17 SIDEWALK REMOVAL SY 77.0 $ J 2 5° $ 9(02.jo , 18 SIDEWALK, PCC, 6 INCH SY 77.0 $ 7 S oc $ tj --I 7 5-"c 19 DETECTABLE WARNING SURFACE SF 24.0 $ Si°° $ /I Zoo...0 BRIDGE RAIL REPAIR-CONGER STREET 20 BRIDGES LS 1.0 $�ocs,�o" $5oe»°r' 21 RESET RAIL POST AND STRAIGHTEN RAIL LS 1.0 $ 31,Soon° $ 3,SO0cc, 22 PAVEMENT MARKINGS STA 35.0 $ (2o" $ `i) 2-45a0° 23 MOBILIZATION LS 1.0 $j0ot 000°o Stec),coo° 24 TRAFFIC CONTROL LS 1.0 $ ZS o00pO $ Z5 oebe" TOTAL BASE BID $ S(o I I 2.0 k �� Q BID' 44 i E RIPTION: TERNATM,D TIO{ t -* r CIa ° C b+-. srs ionA to at= € x ,- ` CE °," fii, r .� . _ 3 . " , Otion eek 25.1 DECK OVERLAY(CLASS 0 PCC) SY 7090.4 $-5-e° DJ D$ BRIDGE APPROACH OVERLAY(CLASS 0 26.1 PCC) SY 190.1 $ $ TOTAL ALTERNATE A— OPTION 1 $ TE 1, m ® 4 � eIh t3 25.2 DECK OVERLAY(CLASS HPC-0 PCC) SY 7090.4 $ 52, So $372)Z'iF,"' BRIDGE APPROACH OVERLAY(CLASS 26.2 HPC-O PCC) SY 190.1 $ S2 SD $?I y$'oz5.- as- TOTAL ALTERNATE A — OPTION 2 $ 3532.) 22 C.o O a a " E . ice . ;. .y � $^ --,——: :w '"rxs✓ rt wt °:f*. =-,, - 9 y,F�. k d e reef yc. f.< ..- 3"� r P141 '4. -`,;:'-i-,-airtf.10.0.4„.1*i. „-,,,,,,,r,11?),voliziop;!_wsot,r0,4„ 41.4,,,54-vrolet:v_.,,„.:44,-,1,4„,..k.;,, FORM OF BID CONTRACT NO. 777 .at(z� Page 2 of 4 2. It is understood that the quantities set forth are approximate only and subject to variation and that the unit bid price for the work done shall govern in the actual payment to Contractor. 3. In submitting this bid. the bidder understands that the right is reserved by the City of Waterloo, Iowa, to reject any or all bids. If written notice of the acceptance of this bid is mailed, telegraphed, or delivered to the undersigned within thirty (30) days after the opening thereof, or at any time thereafter before this bid is withdrawn, the undersigned agrees to execute and deliver an agreement in the prescribed form and furnish the required bond and certificate of the insurance within ten (10) days after the agreement is presented to him for signature, and start work within ten (10) days after"Notice to Proceed" is issued. 4. Security in the sum of 5% Dollars ($ ) in the form of 13,-.4 £ 4 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 ( ), or Non-Resident Bidder Certification L ). (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). The Contractor shall submit information on subcontractors on "SUBCONTRACTOR REQUEST AND APPROVAL" Form to be provided by City prior to approval of contract. FORM OF BID CONTRACT NO. 777 Page 3 of 4 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. riper (eh 54"ruG71i.vr Yu►16, :GAc. Ocfoker 2g a20/3 (Name of Bidder) (Date) B : g Title V IGe Pre s,deeI- Official Address: (Including Zip Code): (/ Ave_ E. /�le,,� Lo ► i,4 5a.26V I.R.S. No. 3 9- /$7)S a3 FORM OF BID CONTRACT NO. 777 Page 4 of 4 NON-COLLUSION AFFIDAVIT OF PRIME BIDDER State of 1-6i.41.1/4 )ss County of Ja5(kf 0.4 var, buzeLor, , being first duly sworn, deposes and says that: 1. He is (Owner, Partner, Representative, or Agent) , of Jas renshriic{c 'c-r vr'u5/ 24.e_• , 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 doe t‘lide,,,t- Title Subscribe and sworn to before me this $- day of Subscribed , 'rl On Attuf Spccist Title My commission expires J4h o?O ao/'/ DPP �S JUDY M.SE i Commission Number beer 732 732474 • • My Commission Expires ,owN Jtn .fib . 0/4/ RESIDENT/NON-RESIDENT BIDDER RESIDENT BIDDER: In accordance with Section 73A.21 of the Iowa Code, all non-federal-aid public improvement projects, which include road construction, shall be performed by a qualified resident bidder. The resident bidder has been further defined as follows: Resident Bidder: 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. The contractor shall provide the City with a certification that he is a qualified resident bidder according to the above definition. The Certification shall be submitted with the contractor's bid. A copy of the form of "Resident Bidder Certification" is included in the Contract Documents. If it is determined that the contractor does not meet this qualification after he begins work, a shutdown notice shall be issued and the voiding of the contract shall begin unless the contractor becomes qualified. NON-RESIDENT BIDDER: The contractor shall provide the City with a certification that he is a non-resident bidder according to the above definition. The Certification shall be submitted with the contractor's bid. A copy of the form of"Non-Resident Bidder Certification" is included in the Contract Documents. DJG 01/02/12 RESIDENT BIDDER CERTIFICATION CONTRACT NO: '11 7 PROJECT NAME: FY 'o// andy IV ckC Repairs q 61,itrla Arbgrarek DATE OF LETTING: OG-o6er a ) do/3 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 J 4s Ca►75fraC{ &.rv1'ce5,i he CORPORATE OFFICE TITLE Vice_ Prest'deci- DATE a� 2 /3 U _c u) a) EL'O -° a) c w�- Co A O > U ,U O '= �O Z O a •E .cU V) O N U C "'o N O �, �, U 15 " O w as Ov, .8t UO aO N _cm m W m c U . U aa) u- O � m ...., c O > • )_ .O Q co C Z � � E U u) 3 O u) Q W .0 O a) o m vi m c W U O w U U c>o .� CCU) +' Z a) in a) m W CD 03 a) O C W '° N -N U O m °) w • ct a) N w -> o � g mm a) 0cC o C m ` w o.in W cc) v v 2 '- a O -a c (n •0 oo g a m Ohm o a) O � Co — (1) ao Co Q c . P. 0 m w >. a) c N N V c () E Co o Coo C C m Cn U ▪ L + 0 >. c a) o Z US CO vNi Q a U coc O Z rn Co u) UUi ° 0 IC U) m p O W03 v) a) U) m .0 7 ..J O E c �.. a) O Q) I- c U n � .� s -c m coo ai > • a E •~ ate' a N U .� Oa a) v) m O '� C N cn ca. m `- O • .0 WNo3 v3 Co . ° ° c ° a) o. o W ~ m m O U C N °, m 0 a) C N E s O� N °- Z cCo i tJ a c N 0 M aWv N n. .0 ° m y _ Cai �c 3 - EO W m — rnc u) CL 2 2 '`- .0 c°) ( E `o E W '3 0 c CO a t .E ° a c'Jo � c`o ° c a) i' >, a m w o a) cn ' ° w W a� (° a� • a) a) o v •� c o p ... c cU cn c r ct m 3 w - cn-- = o O ~ Li" a) o m '- a vi a) Y O W W -a W o m E m C) (n O o U E W m rn c eL W Z W m C o o -o Dmy coo Z CO 3 � c > c Z ) c c) C a) w m co U N s a) a) II c`n w O Eo O ,cn a) -°aw c w w Y2 0 o a°i � � W Q o 88 oL FL- :E a>i vma E o v) a) 0m > m a)Co N ° c ° m < •'- uJ C2 > E W E ._ o a) Z 102 c (� .- m •` co a) Z Oo C a) O U O U la c Tv a) L ,- a) a) +. mL1- � E � a) Zco � m � � W •5N ` 3 '� co C cn. LQ ° W Z a) '�- U +. a) > , U c p Q O c a) a) CI_ a) ES I- v0i co ,�� ,cn O Co Zm a) O "- p -C j >s.0 �+ C CO I Y vi i O m c i ° C G eC O cyo a) a ° o $ ` CO O 0) O U o c Q a) >, � W O ° n c 0 1. � Q 3 cvo o F- o- co E 0 op LLl C .0 � � >. C o � � c c O � o mE- c o aEi Oci� a) � my voi N � c m C 'a) vY c 0 = Z ` 0 10 U9a) c°o °) C a) � o ° U) Co U3 c ° 't6coa0) O car ° aN co cvc o 0- w ,, 0 � 3 � a) a) 0 n•p c' �. 0 0 N a Epic o -a co cmi 2 c m ° o a) `- EIS w � E a� a) , U a) 2 L ` 1- rn o m .� a) o o m Cl p4- W j (/� U o Co a) ° Q m Q C '° N Z d .0 o C O -° 03 o- moo- 0 cC > -o a cat, a) m E U O cn � a) � N ° a) E � O o c W � W � �' cc-n o •`= a) a 0 o E o Co DO a) a) co U°)i o a) - woo) .a) .cn a U 5 � U o >' rnw E c >, o E c � d co Y 0) O +' Co ,L O� C Z U U w E n -° .n a) O = (n in' c m °) � A -' w u) " o c N _0 v a) �_ m O c - N UU 3 m ° °, c°� •3 - 0 a) co a) .0) a 0 a) > m 'a>-i EU � 3 . a) 3 in 0 .''ar°- .= .,_. U O wU co � -0 Q E U U u Qo L � U .° > 6ono HEW wo � coi w C 0Ci)a) L U) HU) .- " O = ccoia) ° a in c • 0 E4- Z o m 00 U c co m °o ° o 2 'a>>i U NZ a) o 2 72 c m a ° cv C ° C -0L wLL to 2 m OL L (moo U -0 U U) O 'QO o ` CQ c ._ .- V + co o• 6) m 2E '-' u) C 0 v T. - 0 W a) C U .D N C U o ° c o v°i a) v C Q a a) O op N v c 2 w O .- m m m Ea) U w u) Q U O m U o E c n c O ° Z a�i ai � � . � � z .N .y 3 O � m - w 4- c ,_ - rn N = -o au') o L a) m cn c c c �' .cn .c o p n o .° w w W -Q m N o a) 0 O o . c .(� > 0 o m 'eL Q ° p=p '� °c o cn 2W aUmi , �W Qm E ma oW n 0 o o Ln m o � ( o 0 U .ECo ° a) CO U cmo00 wUE > Urn c •- ma. Q CU ,_ .= Qo m cco ai , i'_ o � w -c o � Q - mrZ2Oa < co 0. Co C° P - 0 O 2 00 15 U , NL W aa) ,- .� w 15m o o om C -a o �a co -0 U -a ai - N c . U c CI3 O d ° � m �_ � c -o a) 2 ca O a) O .CO N .EW 0 a) •U a) O . n. m E •L z U) O - C m W U > o U a) a) a) m Ef *E a Ev < a) U m 1- o wi- a) O w cog E a.` a` oo13 ,- 0as c.io .0U riw 4a) uriw I- o Cl) - L° O _o U) cn 0 61 •cE ,° o (1) ° � b o c C L a) O ea y N N N 'O O� u c� c0i � o � CO a) _ �" -4. as � oc W o . ort p a 0 Q �- m Q m 0 Y "b 0 O O 3 Eo w a) 0 o ,a 'i 76 A o 4- m cE s - r% . -0 N U Q U 0 .G 0 •` 7 O Uj :N C 0 ii N > >• o C O o — .-. ,;"a .� 0 0 m O O Jru Q) '� 0 > C C t 0 ) 0 A o 3o CY O.ja ° � _C � C �, o 0 S. N = 0 � UEO cm ° • cn E ;,_ 0 E m �d a) • > C u0 0 - al W N F- a) 0 C0 � -° c�9 as � Oi. V >0 w ,,t E N � O t6 � N Q Wilk O •C a) E C 0 .N �O N N O SU O `- 0 O C O a) E Z N11, S V' OU -a ' o = WO C C re vN .0 a`) N � c0i � a) a) OU ^C rep- o N g r as � a v) .. W o ro m C . o > o 0 m N sa L— Q O c � ° o c o o E � () � �a> A O OW a) .U) � o ZC- cq O L'- N o Ea a) � a) W a> N LL w e 1 � •C3 43 -8 Q F- a C 15 N > (n .` N -o = Z zZ 'o a; L_ -o 2 .`� 0 8 � co in ? V a W � j o, o CL 0 00 0 o ZC o 0 ma) mta— 20 oT a) E46 cN __ Z a Z L L > t O W c 0 00) cn 0 m o co Q Cl) 03 O 1~ rn 0 O N a. -E c U W Wp ih -- , Ern o � n U) Om CY 3 cn N D . c LL W v) -4 CO m j H a) j rn a) •C E C O U U Z m caCI W w 0 > ocn � as LL, � q ° N )1 a) O 0 N •N a) CO a. 0 0. oo UU cE °- co OW (� o o � N `o o v - 0 m a) Li CO ✓ OCI it OU cti � OO �, JG 4.i w- N CO thik >0- E C O .0 � m O < O 'N .- ` w O Ce c) �� J -a 0" . O a) (DL- O T L U �p m to O 5 O ,L., u co aw0 o � w a) o NI Vm Ea o 'o � °' -� v' its J CA -0 lo v) HQ , aw c 1- aa)) '� co -. 1 c" N Z n ` Qm O � -O c c 0 L N O O 13 E � N N C co m ° +, coo Eri a) o W e 4 a O N O c 0 �+ d ;p M fA C 4 a) U W y w- O U - C Q E O *4 W (0 m ca v) le J • O "= 8) V1 IIiD • W o OZ a) O a) ' 00@V �•O N Q t0 0 7 a) a) E C mo ago ' co O 0 OcT d Zaa) a 0 cnc�i) w >- W "- ct SE • • (1) a) v) +, °Q M O . Z Z Z Z 11; Z Z z Ea i) — m O O O H o a, z v) o a) < Q < < VI < < < "8 } z • z z z a) z z z o � = m U C a) CIO a 4.., O W 0 '-' (a L CC H 0 C CI- a v 0 N a U • o 0 O m N a) o "c z a) vv, 0 0 0 Z Z N 0 0 Z Z a a) N > 1-1-10• >- .� = Z U a N W W N L L GC p W c c n -a O O a10 o c o E E Z N cn O 3 .- u 30 Q C . a) a) O a) 0 U _ UA E M -O co Q N N `ncl, O a)c a) c.) E O C O C 2 — 2 — a- O c • m Q- V O �O .- s p T = oA = CO 11 as L >' O G1 p W Z ,r O a ns �a a O 3 �a s �_ Z o0 - o cu > ^ 3 `•n 7 U a a�J sr_ LL W C C z > > > cn > m p Cm 0 J C m m M m m m m M m m M N Q a) , ,--i r••i a--+ I I I I I 1 I I I 1 >' F— u u u u u u u u u U LL OCZ C O O O O O O O O O O O N N LAN N L!1 M L( M N U N N N N (-4 N N N N N N of C a) E a) > o O C Q N O U E Cu C - 7 C O O c� y N O N a-, O v, O +• i C U 0 0 L v v) 0 On• " = 0 C C a) 0 N Q L Lu Cl.) N 0 w 0 a, v a) as U U m J • v�i 0 0 _1 0 0 0' ec '; STATE OF IOWA DBE DIRECTORY Ate. Company Nam Phone Number Date Certified Owner {.E !! • f_>`d 4 �,tk 2nd Phone/Cell Number TSB Certified Address t4 � '� � ",yV'k� Fax Number SBA BA Certified PO Box . "'�" �` ` ' " �` "4 E-Mail Address ACDBE City State Zip rx Web Site NAICS Code Additional Information Work Type R.A.E. Rebar, Inc. 402-533-2903 11/24/2003 Herta Bouvia 402-306-0867 ❑ 15398 County Rd. 18 402-426-2906 ❑ herta.raerebar@huntel.net ❑ Blair NE 68008 237310 Reinforcing Steel (installation/supply) and Steel Erection-Girders only(Installation/labor only) RAMMS Construction LLC 641-753-2820 2/15/2010 Miguel Chavarria 641-691-6584 ❑� 2235 Highland Acres Road 641-753-2820 P.O. Box 582 ramms.construction@yahoo.com ❑ Marshalltown IA 50158 237310 Other Owner: Rene Chavarria- Phone 641-691-6582 Bridge Approaches, Concrete (Driveways, Sidewalks, Misc. Flatwork), Curb& Gutter, PC Poured Walls, and Recreational Trails River Bend Enterprises, L.C. 641-435-2436 11/15/1988 Cindy Shoemaker C' 3000 Asherton Avenue 641-435-2436 n P.O. Box 307 shoebox82@msn.com Nashua IA 50658 423320 Trucking; Manufacturer: Aggregates; Supplier: Aggregates; Broker: Aggregates Page 30 of 39 BID BOND KNOW ALL MEN BY THESE PRESENTS,that we; Jasper Construction Services, 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 Amount Bid Dollars(s --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 28th. daYYof .October 2013 for F.Y. 2014 Bridge, Deck l-epair&Overlay Program. Contract No.777 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 28th day of 0 tober ,;A.D.2013 Jasper Construction Services nc..... (S@ai) Pri pat ('Ellie} I VI Mer s Bondin Company(Mutual) (Seal). Wi{fjtr//lies h{/ Surety Witness Attorney-in-fact Anne Crowner gins Bennett MERCHANTS BON DING COMPANYTM 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($20,000,000.00)DOLLARS and to bind the Companies thereby as fully and to the same extent as if such bond or undertaking was signed by the duly authorized officers of the Companies, and all the acts of said Attorney-in-Fact, pursuant to the authority herein given, are hereby ratified and confirmed. This Power-of-Attorney is made and executed pursuant to and by authority of the following By-Laws adopted by the Board of (Mutual)on April 23,2011 and adopted by the Board of Directors of Merchants National Directors of the Merchants Bonding Company pr, Bonding,Inc.,on October 24.2011. "The President,Secretary,Treasurer,or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys-in-Fact,and to authorize them to execute on behalf of the Company,and attach the seal of the Company thereto,bonds and undertakings, recognizances,contracts of indemnity and other writings obligatory in the nature thereof. The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond,undertaking,recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed." In Witness Whereof,the Companies have caused this instrument to be signed and sealed this 10th day of October , 2012 . ,,OI ye�}}A.)ryfl. , ••.•.•• .''} ,7 •... *O.NG•CO./,p•• MERCHANTS BONDING COMPANY(MUTUAL) is 1101! ,',„ :"42 '<30°.wftq"� ' 0'�;• .'�,o'pP'9q'4y. MERCHANTS NATIONAL BONDING,INC. =p',�i L 03 :�. 1 :1.• 1933 •.. By 7...71)........ der'"' . .. ,$ '. cf;.., '1d•�'% STATE OF IOWA ��,,.,,}+�}.��}}.c1�`,`• President COUNTY OF POLK ss. 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. *N. MARANDA GREENWALT Commission Number 770312 x My Commission Expires 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 teen amended or revoked. In Witness Whereof,I have hereunto set my hand and affixed the seal of the Companies on this 28th day of October , 2013 •',•,,,A„}}!n.•}ti `', ••.<0NG CO,,• ,ct 7t.,.E a~-. 9 .A . .4' +�� 'Z 6; •. 1933 3' Secretary POA 0014 (11/11) . ,''i�".....••;,J7 • �i •.•.