Improvement Contract/Bond_Portzen Construction_22nd Street Storm Sewer Elm-White Copyrighted
May 7, 2018
City of Dubuque Consent Items # 28.
ITEM TITLE: Improvement Contracts / Performance, Payment and
Maintenance Bonds
SUMMARY: D&D Concrete, Inc., for the 2018 Asphalt Overlay Ramp
Project One; Drew Cooks & Sons Excavating Co., Inc., for
the Thomas Place Retaining Wall Project; Eastern lowa
Directional Drillers for the Grandview Avenue Streetlight&
Fiber Project; Midwest Concrete, Inc., for the 2018 Asphalt
Overlay Ramp Project Two; Portzen Construction, Inc., for
the 22nd Street Storm Sewer Improvements Project (Elm
to White Streets).
SUGGESTED DISPOSITION: Suggested Disposition: Receive and File; Approve
ATTACHMENTS:
Description Type
D&D Concrete Inc., Contract-Bond Supporting Documentation
Drew Cook& Sons Excavating, Inc., Contract-Bond Supporting Documentation
Eastern lowa Directional Drillers, Inc., Contract-Bond Supporting Documentation
Midwest Concrete Inc. Contract-Bond Supporting Documentation
Portzen Construction Inc., Contract-Bond Supporting Documentation
SECTION 00500
Page 1 of 6
PUBLIC IMPROVEMENT CONTRACT
SECTION 00500
22nd STREET STORM SEWER IMPROVEMENTS ELM ST. to WHITE ST. PROJECT
THIS IMPROVEMENT CONTRACT (the Contract), made in triplicate, dated for references li
purposes the 18th day of April 2018 between the City of Dubuque, lowa, by its City Manager,
through authority conferred upon the City Manager by its City Council (City), and Portzen
Construction, Inc. (Contractor).
For and in consideration of the mutual covenants herein contained, the parties hereto agree �
as follows ,�
I'
CONTRACTOR AGREES: ,�
1. To furnish all material and equipment and to perform all labor necessary for the 22nd STREET
STORM SEWER IMPROVEMENTS ELM ST. to WHITE ST. PROJECT (Project). j
2. CONTRACT DOCUMENTS �
A. The Contract Documents consist of the following: i1
1. Project Title Page (Section 00100). ;�
2. Project Directory Page (Section 00101). �
i;
3. This Public Improvement Contract (Section 00500). �'
,�,
4. PerFormance, Payment, and Maintenance Bond (Section 00600). �
�
5. Out-of-State Contractor Bond (Section 00610). �
6. Other Bonds: �
a. Bond Name a es to , inclusive . '
� ) �p g — — )
b. (Bond Name) (pages _to _ , inclusive).
c. (Bond Name) (pages_to _ , inclusive).
7. The lowa Statewide Urban Design And Specifications (SUDAS) 2017 Edition.
8. CITY OF DUBUQUE Supplemental Specifications 2017 Edition.
9. Other Standard and Supplementary Specifications as listed on the Title Page of the �
Contract Document ManuaL �
10.Special Provisions included in the project Contract Document Manual.
11.Drawings —Sheet No. through No. (00 pages) or drawings consisting of
sheets bearing the following general title:
22nd Street Storm Sewer Improvements Proiect from Elm St to White St. -
12.Addenda (numbers 1 to 5 , inclusive). �
13.Insurance Provisions and Requirements (Section 00700). �
14.Sales Tax Exemption Certificate (Section 00750). �
15.Site Condition Information (Section 00775). .
16.Construction Schedule and Agreed Cost of Delay (Section 00800).
17.Erosion Control Certificate (Section 00900). �
�
N
�
„
�
SECTION 00500
Page 2 of 6 � �
18.Consent Decree (Section 01000). �
19.HUD Requirements and forms �
20.Davis-Bacon Wage Decision R
�
21.Exhibits to this Contract (enumerated as follows):
a. Contractor's Bid (pages 1 to 3 inclusive).
b. Bidder Status Form (Section 00460). �
c. The following documentation that must be submitted by Contractor prior to Notice
of Awa rd. �
�� ;i
��,
,�
il. '1
���
iii. ;
I;
d. None.
22.The following which may be delivered or issued on or after the Effective Date of the
Agreement: �
a. Notice to Proceed (Section 00850).
,'I
b. Project Certification Page (Section 00102).
c. Change Orders (Not attached to this agreement). �
There are no other Contract Documents. The Contract Documents may only be amended,
,
modified, or supplemented as provided in General Conditions. ''
�
3. All materials used by the Contractor in the Project must be of the quality required by the �
Contract Documents and must be installed in accordance with the Contract Documents. N
�
4. The Contractor must remove any materials rejected by the City as defective or irnproper, or
any of said work condemned as unsuitable or defective, and the same must be replaced or �
redone to the satisfaction of the City at the sole co�t and expense of the Contractor. �
5. Five percent (5%) of the Contract price.will be retained by the City for a period of thirty (30) �
days after final completion and acceptance of the Project by the City Council to pay any claim �
by any party that may be filed for labor and materials done and furnished in connection with
the performance of this Contract and for a longer period if such claims are not adjusted within
that thirty (30) day period, as provided in lowa Code Chapter 573 or lowa Code Chapter 26.
The City will also retain additional sums to protect itself against any claim that has been filed
against it for damages to persons or property arising through the prosecution of the work and
such sums will be held by the City until such claims have been settled, adjudicated or
otherwise disposed of.
6. The Contractor has read and understands the Contract Documents herein referred to and $
agrees not to plead misunderstanding or deception related to estimates of quantity, �
character, location or other conditions for the Project.
7. In addition to any warranty provided for in the specifications, the Contractor must also fix any
other defect in any part of the Project, even if the Project has been accepted and fully paid �
for by the City. The Contractor's maintenance bond will be security for a period of two years
after the issuance of the Certificate of Substantial Completion. �
�
�
�
�
SECTION 00500
Page 3 of 6
8. The Contractor must fully complete the Project under this Contract on or before the date �
indicated in the Construction Schedule and Agreed Cost of Delay Section of the Contract
Documents.
9. INDEMNIFICATION FROM THIRD PARTY CLAIMS. To the fullest extent permitted by law,
Contractor shall defend, indemnify and hold harmless City, its officers and employees, from ��
and against all claims, damages, losses and expenses claimed by third parties, but not '�
including any claims, damages, losses or expenses of the parties to this Contract, including i
but not limited to attorneys' fees, arising out of or resulting from performance of this Contract, ��
provided that such claim, damages, loss or expense is attributable to bodily injury, sickness, r
disease or death, or injury to or destruction of property, including loss of use resulting there I�
from, but only to the extent caused in whole or in part by negligent acts or omissions of
Contractor, or anyone directly or indirectly employed by Contractor or anyone for whose acts
Contractor may be liable, regardless of whether or not such claim, damage, loss or expense �
is caused in part by a party indemnified hereunder.
10. The Contractor hereby represents and guarantees that it has not, nor has any other person {
for or in its behalf, directly or indirectly, entered into any arrangement or Contract with any �
other Bidder, or with any public officer, whereby it has paid or is to pay any other Bidder or
public officer any sum of money or anything of value whatever in order to obtain this Contract; ',�
and it has not, nor has another person for or in its behalf directly or indirectly, entered into �i
any Contractor arrangement with any other person, firm, corporation or association which i;
tends to or does lessen or destroy free competition in the award of this Contract and agrees 'i;
that in case it hereafter be established that such representations or guarantees, or any of �
them are false; it will forfeit and pay not less than ten percent (10%) of the Contract price but �I�
in no event less than $2,000.00 (Two Thousand Dollars) to the City.
�
11. The surety on the Bond furnished for this Contract must, in addition to all other provisions, ;�
be obligated to the extent provided for by lowa Code 573.6 relating to this Contract, which I�
provisions apply to said Bond. �
12. The Contractor agrees, and its Bond is surety therefore, that after the Certificate of ��
Substantial Completion has been issued by the City, it will keep and maintain the Project in �
good repair for a period of two (2) years. q
a
13. The Project must be constructed in strict accordance with the requirements of the laws of the
State of lowa, and the United States, and ordinances of the City of Dubuque, and in
accordance with the Contract Documents.
A. All applicable standards, orders, or regulations issued pursuant to the Clean Air Act of
1970 (42 U. S. C. 1958 (H) et. seq.) and the Federal Water Pollution Act (33 U. S. C.
1368 et. seq.) as amended, Executive Order 11738, and Environmental Protection
Agency regulations (40 CFR, Part 15). Contractor must comply with Section 103 and
107 of the Contract Work Hours and Safety Standards Act (40 USG 327-330) and
Department of Labor Regulatioris (29 CFR, Part 5).
B. The City and the Contractor agree to comply with all provisions of the Davis-Bacon
Federal Prevailing Wage Act, if applicable, and related labor requirements and
regulations and the Federal Wage Determination for this Project.
C. Equipment or products authorized to be purchased with federal funding awarded for this
Contract must be American-made to the maximum extent feasible, in accordance with
Public Law 103-121, Sections 606(a) and (b). �
�
0
„
SECTION 00500 �
Page 4 of 6 ;
�
A. The City of Dubuque in accordance with Title VI of the Civil Rights Act of 1964, 78 Stat. j+
252, 42 U.S.C. 2000d-2000d-4 and Title 49, Code of Federal Regulations, Department of �
Transportation, Subtitle A, Office of the Secretary, Part 21, Nondiscrimination in Federally
assisted programs of the Department of Transportation issued pursuant to such Act,
hereby notifies all bidders that it will affirmatively insure that in any contract entered into
pursuant to this advertisement, minority business enterprises will be afforded full
opportunity to submit bids in response to this invitation and will not be discriminated
against on the grounds of race, color, national origin, sex, age, or disability in
consideration for an award. ��
14. Access and Maintenance of Records
a. The contractor must maintain all required records for five years after final payments
are made and all other pending matters are closed. �`�
�I;
b. At any time during normal business hours and as frequently as is deemed necessary, �
the contractor shall make available to the lowa Economic Development Authority, the �{
State Auditor, the General Accounting Office, and the Department of Housing and i;
Urban Development, for their examination, all of its records pertaining to all matters �p
covered by this contract and permit these agencies to audit, examine, make excerpts ',;
or transcripts from such records, contract, invoices, payrolls, personnel records, i;�
conditions of employment, and all other matters covered by this contract. '�
�
15. Termination Clause I;j
a. Upon any default, the City must notify the Contractor in writing of the default. Upon '��
notification, #he Contractor will have ten (10) business days to respond to and cure �
any default (hereinafter the "Cure Period"). If the default is not cured to the City's j
satisfaction, the City may, in its sole discretion, take any of the following action(s): ';;
g
i. Upon a written request from Contractor for an additional Cure Period, the City �
may, in its sole discretion, grant an additional Cure Period by written �
� acknowledgment thereof; or9 h
ii. Terminate this Agreement by written notice thereof pursuant to 2 CFR �
§200.340. Termination will occur within thirty (30) days or less from the date �
written notice of termination, a.nd the City will expressly state the date of �
termination in the written notice of termination; or,
iii. Take other action rovided in 2 CFR 200 338 includin but not limited to: �
p § � 9 �
temporarily withholding payments pending correction of the deficiency by the ,
Contractor; disallowing all or part of the cost of the activity or action not in �
compliance, or taking other legally available remedies. The enforcement $
remedies identified in this Article, including suspension and termination, do �
not preclude the Contractor from being subject to "Debarment and
Suspension" under 2 CFR part 180. �
iv. Costs resulting from obligations incurred by the Contractor during a
suspension or after termination of an award will not be paid or reimbursed
unless the City expressly authorizes the costs in the notice of suspension or
terminafion. The following necessary and reasonably unavoidable costs
�
�
�
�
�
v
u
SECTION 00500
Page 5 of 6
�
incurred by the Contractor during suspension or after termination will be paid �
or reimbursed by the City: �
�
�
1. The costs result from obligations which were properly incurred by the i
Contractor before the effective date of suspension or termination, are
not incurred in anticipation of suspension or termination, and, in the
case of a termination, are non-cancellable, and,
2. The costs would be allowed if the award were not suspended or expired I
normally at the end of the funding period in which the termination takes �'
effect. I;
16. Notice of Awarding Agency Requirements and Regulations Pertaining to Reporting �
i�
a. The Contractor must provide information as necessary and as requested by the lowa �ii
Economic Development Authority for the purpose of fulfilling all reporting !�i
requirements related to the CDBG program.
17. ALL CONTRACTS IN EXCESS OF $10,000 ��
,
a. In addition to the preceding provisions, al! contracts in excess of $10,000 must �
include the following language, pursuant to Federal Executive Orders 11246 and ';;
11375: '�
i. During the performance of this contract, the contractor agrees as follows: I�',,i
1. (1) The contractor will not discriminate against any employee or �I�
a licant for em lo ment because of race color reli ion sex or ry
pp p Y , , g , , ,
national origin. The contractor will take affirmative action to ensure that ��
applicants are employed, and that employees are treated during ij
employment, without regard to their race, color, religion, sex, or national :I
origin. Such action shall include, but not be limited to the following: ':)
employment, upgrading, demotion, or transfer; recruitment or ;
recruitment advertising; layoff or termination; rates of pay or other forms
of compensation; and selection for training, including apprenticeship. �
The contractor agrees to post in conspicuous places, available to
employees and applicants for employment, notices to be provided by
the contracting officer setting forth the provisions of this
nondiscrimination clause.
�
2. (2) The contractor will, in all solicitations or advertisements for
employees placed by or on behalf of the contractor, state that all
qualified applicants will receive consideration for employment without
regard to race, color, religion, sex, or national origin.
3. (3) The contractor will send to each labor union or representative ofi �
workers with which he has a collective bargaining agreement or other �
contract or understanding, a notice, to be provided by the agency q
contracting officer, advising the labor union or workers' representative �
of the contractor's commitments under Section 202 of the Executive �
Order No. 11246 of September 24, 1965, and shall post copies of the �
notice in conspicuous places available to employees and applicants for �
employment. �'
�
a
s
�
SECTION 00500 ��I
Page 6 of 6 i
4. (4) The contractor will comply with all provisions ofi Executive Order I�j
No. 11246 of September 24, 1965, and of the rules, regulations, and '�;
relevant orders of the Secretary of Labor. ��
�
5. (5) The contractor will furnish all information and reports required by ''
Executive Order No. 11246 of September 24, 1965, and by the rules, �
regulations, and orders of the Secretary of Labor, or pursuant thereto, �
and will permit access to his books, records, and accounts by the
contracting agency and the Secretary of Labor for purposes of ;
investigation to ascertain compliance with such rules, regulations, and '
,
orders. ,�
6. (6) In the event of the contractor's non-compliance with the �
nondiscrimination clause of this contract or with any of such rules, !li
regulations, or orders, this contract may be canceled, terminated or I;
suspended in whole or in part and the contractor may be declared �',
ineligible for further Government contracts in accordance with 'I
procedures authorized in Executive Order No. 11246 of September 24, �
1965, and such other sanctions may be imposed and remedies invoked
as provided in Executive Order No. 11246 of September 24, 1965, or �i
by rule, regulation, or order of the Secretary of Labor, or as otherwise i
provided by law. i:
;�
7. The contractor will indude the provisions of Paragraphs (1)through (7) �,
in every subcontract or purchase order unless exempted by rules, ''
regulations, or orders of the Secretary of Labor issued pursuant to '�
Section 204 of Executive Order No. 11246 of September 24, 1965, so ;�,
that such provisions will be binding upon each subcontractor or vendor. 'I
The contractor will take such action with respect to any subcontract or ;i
purchase order as the contracting agency may direct as a means of '�
enforcing such provisions including sanctions for noncompliance: ��
Provided, however, that in the event the contractor becomes involved ;;{
in, or is threatened with, litigation with a subcontractor or vendor as a !�
result of such direction by the contracting agency, the contractor may 'w
request the United States to enter into such litigation to protect the �
interests of the United States. �
ii. In addition, per 2 CFR 200.322, recipients shall include in all request for �
proposals and bid documents over $10,000 the following language: �
1. "The contractor agrees to comply with all the requirements of Section
6002 of the Resource Conservation and Recovery Act (RCRA), as
amended (42 U.S.C. 6962), including but not limited to the regulatory �
provisions of 40 CFR Part 247, and Executive Order 12873, as they �
apply to the procurement of the items designated in Subpart B of 40 �
CFR Part 247.°
18. ALL CONTRACTS IN EXCESS OF $100,000 �
a. In addition to the preceding pravisions, contracts in excess of$100,000 shall require �
compliance with the following laws and regulations: �
���
�
i
SECTION 00500 ;
Page 7 of 6 �
i. Section 306 of the Clean Air Acts (42 U.S.C. 1857(h)). Section 508 of the
Clean Water Act (33 U.S.C. 1368). Executive Order 11738.
b. Clean Air and Water Acts - required clauses:
i. This clause is required in all third party contracts involving projects subject to �
the Clean Air Act(42 U.S.C. 1857 et seq.), the Federal Water Pollution Control
Act (33 U.S.C. 1251 et seq.), and the regulations of the Environmental '
Protection Agency with respect to 40 CFR Part 15, as amended. It should also
be mentioned in the bid document. i
ii. Durin the erformance of this contract, the CONTRACTOR a rees as �'
9 P g il
follows: i
1. (1) The CONTRACTOR will certify that any facility to be utilized in ��
the perFormance of any nonexempt contract or subcontract is not listed ;?
on the Excluded Party Listing System pursuant to 40 CFR 32. i
2. (2) The CONTRACTOR agrees to comply with all the requirements ';
of Section 114 of the Clean Air Act, as amended, (42 U.S.C. 1857c-8) '
and Section 308 of the Federal Water Pollution Control Act, as I';
amended (33 U.S.C. 1318) relating to inspection, monitoring, entry, ;i
reports, and information, as well as all other requirements specified in ii
said Section 114 and Section 308, and all regulations and guidelines �
issued thereunder. i�
���
3. (3) The CONTRACTOR agrees that as a condition for the award of ;
the contract; prompt notice will be given of any notification received ��
from the Director, Office of Federal Activities, Environmental Protection �
Agency, indicating that a facility utilized or to be utilized for the contract �
is under consideration to be listed on the Excluded Party Listing fi
System. �
i)
4. (4) The CONTRACTOR agrees that it will include or cause to be �
included the criteria and requirements in Paragraph (1) through (4) of ;
this section in every nonexempt subcontract and require every
subcontractor to take such action as the Government may direct as a
means of enforcing such provisions. �
�
�
d
�
�
�
�
�
c
�
n
,�
SECTION 00500
Page 8 of 6 ,�
CONSENT DECREE �
RELATING TO THE PROJECT i
j
19. � THIS CONTRACTOR IS PERFORMING WORK FOR THE CITY OF DUBUQUE RELATED TO �
THE WATER & RESOURCE RECOVERY CENTER OR THE SANITARY SEWER �
COLLECTION SYSTEM. THEREFORE, THE CONSENT DECREE AND THIS SECTION ARE '
APPLICABLE. j
�
JWD CITY�CONTRACTOR 1
. ,
� THIS CONTRACTOR IS NOT PERFORMING WORK FOR THE CITY OF DUBUQUE
�,��'���
RELATED TO THE WATER & RESOURCE RECOVERY CENTER OR THE SANITARY '
SEWER COLLECTION SYSTEM. THEREFORE THE CONSENT DECREE AND THIS ��
SECTION ARE NOT APPLICABLE.
�'i
'�i
The City has entered into a Consent Decree in the case of The United States of America, and the State ,i
of lowa v. The City of Dubuque, lowa, Civil Action Number Case 2:11-cv-01011-EMJ, Civil Action li,
Number 2008V00041, DOJ Case Number 90-5-1-1-09339, United States District Court for the Northern ',';
District of lowa. The provisions of the Consent Decree apply to and are binding upon the City and its ;,i
officers, directors, employees, agents, servants, successors, assigns, and all persons, firms and ',�
corporations under contract with the City to perform the obligations of the Consent Decree. il
The City is required to provide a copy of the Consent Decree to any contractor or consultant retained to ';
perForm work required by the Consent Decree. �',j
A copy of the Consent Decree is included in the Contract Documents and can be viewed at Ij
http:J/www.citvofdubuque.orq/DocumentCenter/HomelView/3173. A hard copy is available upon ��
request at the City's Engineering Department Office. ��
The City must condition any contract to perForm work required under the Consent Decree upon '
'�,
performance of the work in conformity with the provisions of the Consent Decree. i
The Consent Decree also provides that until five (5) years after the termination of the Consent Decree, �i'
the City must retain, and must instruct its contractors and agents to preserve, all non-identical copies of I�'
all documents, reports, data, records, or other information (including documents, records, or other �
information in electronic form) in its or its contractors' or agents' possession or control, or that come into {
its or its contractors' or agents' possession or control, and that relate in any manner to the City's �
performance of its obligations under this Consent Decree, including any underlying research and
analytical data. This information-retention period, upon request by the United States or the State, the �
City must provide copies of any documents, reports, analytical data, or other information required to be �
maintained under the Consent Decree. At the conclusion of the information-retention period, the City �
must notify the United States and the State at least ninety (90) Days prior to the destruction of any �
documents, records, or other information subject to such requirements and, upon request by the United
States or the State, the City must deliver any such documents, records, or other information to the EPA �
or IDNR. �
�
CERTIFICATION BY CONTRACTOR �
E
a
a
The undersigned, on behalf of the Contractor, with full authority to act on behalf of the Contractor, ;
certifies to the City of Dubuque as follows: Y
�
�
�
;;
I
V
SECTION 00500 '
Page 9 of 6 ;
1. I have received a copy of the Consent Decree in the case of The United States of
America, and the State of lowa v. The City of Dubuque, lowa, Civil Action Number '
Case 2:11-cv-01011-EMJ, Civil Action Number 2008V00041, DOJ Case Number 90-
5-1-1-09339, United States District Court for the Northern District of lowa. �
2. All work performed will be in conformity with the provisions of the Consent Decree. �
3. All documents reports, data, records, or other information (including documents,
records, or other information in electronic form) that relate in any manner to the �
performance of obligations under the Consent Decree, including any underlying �
research and analytical data, will be retained as required by the Consent Decree. �
C
4. The Contractor agrees to defend, indemnify, and hold harmless the City, its officers, ��
agents, or employees from and against any claims, including penalties, costs and �
fees as provided in the Consent Decree, relating to or arising out of the Contractor's �
failure to comply with the Consent Decree. �
��i
CONTRACTOR: �
��r��"� ��D>�"r��'1���� �
Contractor �
By. ;�
Signature �'�
� �CL���� �� ��a r�.��` �
�
Pr nted Nam
���� ����f ��� � ;'l,
Tile
���`'� � ��d �.t�[�
Date �
i
�
9
�
�
�
9
�
SECTION 00500 �,
Page 10 of 6 �
�THE CITY AGREES: i
I
20. Upon the completion of the Contract, and the acceptance of the Project by the City Council, I�
and subject to the requirements of law, the City agrees to pay the Contractor as full j
compensation for the complete performance of this Contract, the amount determined for II
the total work completed at the price(s) stated in the Contractor's Bid Proposal and less H
any Agreed Cost of Delay provided for in the Contract Documents. �
CONTRACT AMOUNT $ 2,548,366.71
�
��
��
CITY OF DUBUQUE, IOWA: ��
'i
City Manager's Office �i
Department � ��
�� '{
By: �
Signature � �
�
Michael C. Van Milligen
Printed Name
City Manager
II
Title ��
�a� � �;
Date �;
�
CONTRACTOR: �
i.
���'��Z.�hG �U���1"f��TI��� �1��-� �I�
Contractor ��
By: "' 1/d/l�l� G
Signature �
� I�l��d��L �. ����Z��D' �
Printed Name �
� ��� ����w �?��� N
Title
r� � �� ����
Dat
___= END OF SECTION 00500 =___ �
�
'i
e
'E
�
!
t
_ _
_ _ _
. , �
� SECTION Qpdpq.4 �
•yrf-re�c��rY o�* ��,,. `
,
! ■'( '('�! � `1".' Adtlendum Nn.: � �
l��l.J L7 i=a
� � I
Mr�sfa�rF�iitc��rrr(hc'Mi�•si�.sl�7pi City oF Dubuque,Inwa � ���--�-��--,��0,
� � � �
� Bid Proposai Schedule � � ,
�
BCDDERNAME: PorteenConstrruclion DATE: -0N012018 � ��
� �Project Name:22ND STREET!KAUFMANN AVE STQRM SEWER IMPROVEMENTS �
.. ELM STftEET TO VJNITE ST EE7 2018 � I�I
L{NE REFER�NCE g�p�TEM DESCRIPTION C]UANTIT UNIT B�� TOTAL PRICE � '�
NO. �� NUMBER � � UNlT PRICE
1 �
� �
Divisfon i�Generai Provislons �
1 Tem ora StormwatarHandlin�� 1A0 LS $ 74QOOOoO 3 14Q000.0o � I�
� Sub 7otal � 1��� 4�0,060 00 � .
Division 2010•Earthwark,Subgrade,and Subbnse . � �
l
2 .:010�108-C-p Claa�in"andGwbbin��.0 1.P0 �S ffi 4,50p.00 ,� � �
3 2010�108-C7-3 �.To soil�Off-site 140.00 GY � 55.00� $ 7.7fl0.00 � �
A 2070•109•8-0 Excavati�n Class 13 � 516_00 CY _$15.00 �. $ 9,690.00 � �
5 2010 108•i-4 SUUbase Caarse A ie ate 5ubbase-3"Braaker 1i W.00 T4N S 19.00 $� �
6 201d1fJ8-G•D Sub r�dePr�eralian � .. .. � 5450.00 SY__ S 2.00 $ 10900.00� � �,'I
7 201Q•709-I-D SuUbase Sacial6�ckflli.-Gradation30 335.00 TON $ 17.OQ S 5,695,Q0 � �I
8 2010-iQ8-I•0 � �Subbase Modifed Su6base-Gtadaiion 14 49�O.Q0 70N S M1Es,OU 5 78 AOOAO�- � !!
9 2p10-108•J-2-c �Ramqva!of Knaw�Pi e C�zivert 805.0� I�F $ d5,00 � 36?25.0� � ?
10 2Qi 0 Removal of East ConnecGoa Structure 1.00 L8 5 8 50G.00 $ 6,50D.00 � �
�
11 2Q10-908-J-1 Ramovalp(Struature 2.00 EA � 5�OpQ.00 $., 10-00D,00� �
'�� - � �� � - � � � ��u SubTotai $ 192,510.0q 1 ,'i
� Pivision 3010-Trench Excavation and Bac�ll �µ��� � ii
12 3010•108-D-0 Trench Foundatlon-3"Breaker 49Q.00 TQN � xa.00 $ 9,200.OD � � �
i8 3010•108-D•0 �%eddin Matsrial.i"CommercialCleanStone 1650.00 TON $�18.00 $ i8700.OP �
14 3010•148-D-0 � Beddin��Mateflal Gradaliun 34 � 2q0.00 T6N S 20.06 $ 4 4C0.00 �
15 �3040�108 L 0 Ri id Insuulation 9oard 500.Op SF $ 1 50 $ %50.00 g I�
_ I
iB .3�10 109 D 0 Reolacement of Unsuitable��ackfiii Maienai Gradation 30 7500 00 TON $ 12 q0 $ .
90.00D.QD � I
iT 3Q10�i0m 8-1-2 Trenchin .281nch Qe th .. . .. � 130UA0 LF� � 5.00 .� � I�
19 3�10-108-J-3 Trenahin--AB inch Dc th .. � t209.D0 LF $.. .� �6.50 .S 7.800.00 � ��{�
� � � Il
� Sub 7otal S 1d7,950.04� F i�
2A 4010•S08-A-1 �San�ta�SewerGr�avk Main Trenr.hed,85 PVC.... .. 4 S.OQ lP $ . ....78.0 ..5 38�150.80� � ;f�1
21 4010-10tl•A-i Sanila Sewer Gtavit.Ntain 7renched.,18"PVG 110A0 lF $ 109 00 $ 11,990.00 � 1
22 A010-108-8•'i Sanita SewerGravit�Main with Casin Pi e 7renched.18"PVG 20AG l.F S 385.pD $ 7 700.00 �� � �
23 4010-109-E-1 Sanita Sewer Service P��e,7renched 6"PVC 20.00 L8 $ 85 00 ,$... 1.70Q.u0� �
2d 4010-1�OA-F..-1 � Sanitary Sewer Sen�ice Pi�er Trenched,4"PVC 235.470 LF ,� 6D 00 $ 14 10U.04 � l�
- �� - ----.�._- --- � �
25 A010-108�E•5 Sanitar Sewer Szrvice PI e naith Cesin Pi a,T�enehed,4"PVC 8Q.00 LF $ 530.00 $ 10 A04.q0 � _
26 409Q-108�K-0 Sanita SewetAbantlonment Fill&Plu-. � 10.OQ CY 3 185.00 �_.. 7,850.00_, � �
27 q01p-108•E•i Sen'str�r Sewer4.ateralW�eConnaction�fi" 1.C6 EA $ 525.00 $ 5�5.t10 ' li
29 4p1 C-108-E-'i Sanita Sewer lateral W e Connection 4" 10A0 EA � S A5�Ql? :� 4 S60A0 � i
29 4010-108�J-Q Connection To Exi�tin Manholo �AO EA 5 1 f766�0 $ S OOQ.DO, -
� �
�0 A010 Fieid Venf Acfve Lateral 6.00 EA S 1 20Q.0�� $ 8,0oo.00 , II
� Sub Total- -�$ 114.755.00 � �
DivisiQn 4020-3farm 5ewers � %
�i a1720-1D8-A-i Starm Sewer Gravit.Mein�Trenched.15"RCP 430.09 LF S 13fl.00 u� �
32 4a20 48"Pia MH on Box Culvertw/Gastin.�� �,.00 VF S 850.00 S 3.900A(1 �
33 A020 Sedim=nt Control and CEaanu� 1.Q0 LS $ 10,DOQ 00 .S� .
� 34 4U2U FIaItl Verif Existln Culverl Penztrati�ns �.00 LS $ 5,OoD.oO $. 5,000.00� �
sub totat � z4.sna.0o 1
Division A640-Subdrains and Footing Drain Coilectors ���� � �
35 A040•10&A-0 Subdrain 6"PadnratedCPE 1865,OD �F 5 1p.50 $ 19,582.50 �
38 4040-108•E�0 Storm Sewer Servica Siub 6"PVC 1Q0.00 LF �S 35,00� 5 3,50Q.00 � ,
37 4040-iQ6•A•0 Subdtain�4"Perforated PVC � A2.(SO GF £ � 10.00� S G20.00. � '
J . . .. � Sub Total S 2�,502.5q � �
plvision 5010�Pipe and Fittfngs � �
38 60Y0-108-A-1 Water Main�Tranched plp,6" 295.00 LF �S � 103.00 $� �
99 5010-500•A-1 Weter Main�Trenchetl UIP 12" 775.00 LF $ J3A0 S 72,075.00 � `
�����-00 5s�10-168-G2 Fittin s b�Wei��h4 DI . . . .. 2240.00 L8 .$ 5.00� $ 11�OOQ.b4 �
47 5070-108•C-1 Fittin s Me�alu 8" . . . 55.00 eA S..� ..���30,OQ .�0 €
42 50iQ-1a8-C-1 Fitlin s.Me alu�,12" . . . . . .. . d3.60 EA $ 160.00 � &,880.�0 � �
---'�-- -------
A3 Fiitin�s JniM Restraint Gaske!.6" 6.00 EA $ 55.00 $ 275.OU �
44 Fithn s,Joini Restraint Gasket 12" � 5.00 EA :$ BD.OU �$ 4QOA0 �
t
4g .�A Fittin�s Re air Cou iin��.8°..� � .. . . 6.00 EA fi 850.Q0 � 3.96R.�Q� . j
a6 Fittiiz�s.Re air Cou lin�,12" 1.OD EA � a50.64 5 850.D0 �
47 50i0-106•E-1 Water Servioe Pi e.Co�ef,3/4" .. 270.OD Lf 3 .�2.Q4 $ 8 6A0_00 �
�6 5010-1fl8-E-2�.. .Wate�Service Cor�oration 3'4" .... , - 11.46 u:� $ 380.00 3 3 85�.OQ �
A9 5010-10@-E-3 Water Sarvice Curb S#oq ond Box;9i4" 9.40 EA $ 60+?.QO $ 6�d00.aQ � 8
50 5010-108-E-0 Waiet Sarvice Gur4 6ox A usimer,t 2.p6 EA .S 300.60 $ 50q.00 � g
5�1 5D10•Sfl8•G-1 WaterSeroicePi�-ow�ihCasin� Pi e.Trsnchei Co per3i4" 18.00 LF � 150.G0 2--'06.0�� j 9
5a 5010-Y06 Nitrile vaskais.Y2" � .. 34.00 EA 3 �5.00 $ 2 550.90� ; '�
S3 5Q10-208 � Nilr;le Gt�skats 6" � . . ... 2t�.G4 EA $ 60.Q0 $ 5,2Q0.00�.. �
gq Vdater Main Abandonment-Fill anc3 Plu � i0.0� Gv $ 185.00 S 3.BS�,04
__.__._ . . . . . �
Sg Watyr Service Pipe 7renchless,Co �er 3%4-!N 120.00 lF' $ 95�Q 5 19 d00.U0 �
5B N;ater Sarvir,e•T.�s M Hard Ca er 190.G0' lF S d0.00 S 7,204.q0 .
1
n
I �
� , � i
�LW€� � RE�EftBNCE � � ���� � gID � SECTtON00A00.d =
NO. �NUMBER 81D iTEM QESCRIpTION QUANTIT UNIT T47AL PRICE �.
UNIT PRICE
g7 Water Service f�"�e Peitetr�Gon Throu h Ezisifn Foundation Wail. _, 6.00 __.EA a S�1 50a,q,�„ ,$ 9 OOO.qC z �
..---`--- ... . .
58 3!4-InrA� a41 Va4ve . ,.___ _ 12�00 kA 50.Q0 $ _ . QQ0.00 �
�9 �3t4-Inch$ttainer � �
6.00 EA $ . 96.00 �216.00 �
g0 314-inch('res5ur8 Re�ulator . . . 8.00 EA H ffi .. 88.00 a 528.0q_ � ,
61 3d4-Inch�uai Gheck Valva � , �,v 6�Op EA S 125.00 � 750�06 �
.. �8.00 �EA S 30..00 $ 780.OQ ;
fy Thermal Ex ansian iank . . � . . .�.•. _
� - � � � $ub Tatal $ 186,349.00 j
Divisian SU20•Valves,Fire Nydrants,and Ap urtenances
'l
63 5020•108-A-0 Valve.:GateB" � . . .. . 6.00 EA__ �1�550A� $ 9,3Up.00, '
.. . .. . . . 9.90 EA $ 2.85606 $ 2385q.00 �
84 5020-706�A•0 VaWe Gate 12" _ - �� �
�86 602Q-1Q�, &,�„,,,�,-GO Flre H.drant a„ � A.00 EA � 999q.(2R $� 15,BOQ.00 �
66 Tarn ora Water SeNice Ccnr,eo@ons T�.MG.00 _ EA� � 1„000.0(7 $ 5,�00.00..
. .. .. . . . . � - Sub 7otai S 53,7„50.00 �
��� �
Divisian 6�to-Structures for S�nita and Sform Sewers
- . . . ... ..... . . . d
67 a010-106-A•0 Manhale T-e PC 49"SW30M1 75.00 VF 3 . 425.06 $ 31,875A), �
68� 6010-10&•8-0 �IntakeT e,CIP.SW-54� _� 86.�0 VF .S 61Q.C'0 �,5 43,350.OJ �
_u-- --�,. . � . . . .
6�J �0'10-'S�H-6-0 Intake T �e,CIP.SW-506 �,,.,10,00 VF__ k, 800.00 _$ $OOO.OD �
7c1 0010.. . 10 X 6 RCf�CIP or Precas � 714.25 ,_LF^_ $ .�9BA6�� y 49'I 118.OD � �
T71 6U10 WeSiConneotionStructura . . . 1A� LS $, .32�QOQ00,� .�.00 �
^.72 6010 . ... East7(a�sitionSUucWre . . .. e • _ 1�400 LS $�,00 $ 3GOO�O.OQ �
73 &010•1C8-4-0 ManholeAduse�ent�Minor 1.00_ E�. .$ 1,200.00 .$ ,M�,Qo � �.
""-' ""�`-"- . . Sub7ota; .�. ..649,548.Op � I
Division 7010•PortlanG Cement Concrete PavameM . ' � �
d24.00 SV 5 5900 'S 25�016.00 '' �
1q 7010-tO8,A-0 Ravernenk,PCC 8' Thicknesa , . . . _ �
75 7010�108•F-0 Curb and Gu(ter 36 WiCth-6"Thickness __126�U0 LF , $ 32.00.. A�632A0 � E
76 7p10-1Q8-E-U Curb and Guttar.38"'(Jidth 9"Thickness 1556A0 �LF 3 28.00 _S 48.458.00 � ��
77 7Q10�108-F-0 t7eam Cueb ... ... ... 336.00 LF $�5.Q0 S� � �
T . � � . ... .. ..Tt�
� 78 J010-108-�-0 BUiltlin Cw'b �..17.10 LF $ �25.00 8 2137,bQ. �
'�'- ,.� . . �� � .. .. � �. SubToFaV 8 86,981.b0 � �
D(vixion 7020-H4t tdlx Asphait Pavement � � �
79 7020-iQ8-A-� Pavemen#orOverlay.NMA i8A8_00 TON S . ..70D0 .$ 132160A0 � i
.. � .. .. . . � - J Sub Totai $ 1a2,160.Op � h
pivlsion 7b30-Sidewalks,Shaeed Use Paths,and Drivowa s � I�
8tl 7030-�108-t�A _ Removal of.Sidewalk 10$1.00 �SY $ 10.(k7 5 10 @tO,Ob � � I�
. 81 7030-108;A-0 e Removalqf�Drivewa 1JQA0 SY � , �500 &,,,,,, 3�040,-Oo . '
82 703410Ff-E•0 .Sidewalk,PCC 4' Thickness 680.00 SY �00 $ 3672D.)0
83_ 7030•108��0 Sidswalk PCC�.6" Thickness _ 1s0A0 SY $ � 8500 $ i3,Sq0.'JO [ I,
� _s �
� 2d000 SF 9 A0.00 �� g�
8q_ 703U-.1d� 8•GO D�otectapt�,Narnin .� . # �
86 7030.1o8-H-1 Crivewe..Paved,.FCC.7'"�Thickness 138.q� SY .�$. 45.00r ri���, ` j
-.--. '
�
88 7030-10&F2 Hri¢k tdew�lkwithCanareiet3ese. i70.00 SY S 145Oq $ 24666.�0 ; �
.r_...._. .�.d.,�.- . . .-�� ..�...� . 3
. . . . ... ,.. i
. 87 7Q3�-108�E-0� Sid2w21k.�PC�.-Reinforced,6"Thir.kness} ^ 2520 _SY_ $� . ..95 00 .$.... .2�394.Q6, � �
�._, . . .... ..� . . . . �
88 iO3Q-108�H�1 DriveWa Paved PCG 8" Thicknosu s�„�1 2�.OQ SY $ 6300_ �$_ 13......,..?3-c�4. � '
_88_ ?030-108�H�� Drivawa� Paved Ni�tA 5"1'hiokness .... . 46.00 SY $ - SO.00N, .$ 2,300.OG � 1�
..9p . .. G�ftC�yBl�Wheei to � � A.00 EA 5 2uQ.00 $ 1 04040 =
..-�...__ . . . . �.. ... . �
Sub Total � iSi A4/0Q ;
�
pivision 70d0•Pavement Rehabilttation
91 7QdQ-1�S�H-b ftemoval-Pavament __4�95.00 SY 3 � 9.30 . .$ 42�72,SQ
€
. .. . � .. Sull Total $�n 4��2.372,50 �
Div3sion 8010-7ratfic Signals 8 Lighting �
�2 8010-108-A.1 . H2ndhole.P4 Round _„_,__A.00 EA $ 1,2L"O.UO $ d.$Op.00 -
�83 $Oi0-108-B-1 Con4ul Trenqned PVC 2" 328,00 �F S � 1.8Q� $��,µ.,�„u,,,�,,,,,,�,,,�59Q.AQ ' ¥
M94 8Q10-108•&1 Cenduit Trenched PVC 3° ...... . . ... � . 3.00 LF $ ...,�,30.Oq $ .... 90.00 . � .
_��.,.____. _
A5 SD10-105-8-1 Candult TrencheU PVC;A" 237A0 _Lf. ,.�1525, �u 3.S1A25 �
9F 8411L108.K-fl- � Tr2fFia Si h�l.. � . ... a.00 G5 _�,1A�.00O.tlG � '1A3,p�0.bU �
.„-_. .w.u.v... . . � � -�. 3
�J7 8010-108•N.8 Removai�Traffic Si�-nel Intersection 'I 40 LS $ 5,1CD,00 �,,,�.5 1�.OQ� '
.K�,,,- �
98 8010�1�8-A-1 Mandhole PC 24•2A ... .. . . _____ 900 _Er� S�a� $� ]
99 8010-1Q8-A-1 Handhal�,PC,TratficSi nalTub � 1.00 EA _$,_. 28�. 5 2oQ0A0 3
100 �80i0-10B•A-2 Handhola Cam osite .. .. ... �v 9.0� _EA $ 790.00 $ 6,300,00 �
�101 801P-i0K 8-�-i Conduit Tr�E 1 1!2" � �.�1060.00. Lf „��„w2.20 $ -_,w. 2 2�,00 p
102 8010-108-8-1 Conduil.Trenched HDPE,2" 3600,00 lF � 3.50 $� �
--'-- � . .- _-- ----
103 Q010-108•8�1 Conduit,Trenohed NpP6 A" 100AD I.F $ . 5.50 S 556,tl0 �
- --'- �.,.�,_......�. ..� . .
10A_ 8010-108•8-1 Canquit�Trenched.7-Wa FulurePath 1000.00 T�F S B.Od $ � ..BOQ0.00 €
.._ _.�.n.. .
706_ 8D1D-tOB•B-2 Con_dui�Re-mute 7renched PVC�4" 50.00 lF _$ �5 ou $ 750.00 ;
.w..<.._ . ... ._..---
106 8010-108-8-3 Conduft Innerduc!NOP€A-1" _ 54.OQ lF $ 330_ $ 1�i5.00 �
107 8010•i0�-6�3 Co.�,n,d�uitylnn�rducL5t12Miuo�uct � �42C0,00 lF � S.Sd $� -.:3,(3�000 �
108� 801U-108-C-0 4Virin and Cabla,tD AWG XHHW.2 300p QD Y lF� 3� 1 fi5 S�54,pQ_ i
109 8014-ia8-C�b� Wtrin snd Cabte.16AWG Tracer .. .. . . . 2AGO.Go �F � 24� .S d.80�J.00 `
..__�,.,_ . _ � .
110 8010�108-C-� Wirin:and Catale-Ffber 0�tics,1-0d 5trand �20�O.fl0 Lf $ 1225 S_�„ 2A 500.00
__ .. .. .- - "
111 SOi6-108-D.i Straet Li�t7t Precast Goncrete F3ese,<Cia.x 7' 7.00 EA $ 1,150.0� $ a,9`�'?.�� �
tt2 8Q16-708-L1.4 Tra�c Contro;isr Gabinet Precast Cnncrete 6ase � ,��A 7.�� EA_ $ 2.A,.Oq00 5 2 406.OQ
113 8010-10$-D:5 Eiec;ticai Sarvica Gontcol Pedestsl Precast Concrete Basa t.,00 µEA ^s 2,1U0.00 $ 2.100.G0 :
...-_ .�,»-,..-,,...y.,,�u.. � � ^-`--- " - ' ,
t t4 861Q��08-F 1 Fber 4 :ic Vau!t Yrecast C�ncrete .�l^_ „� 7.00 EA ...�,,,A OO�d.00 . �u ..28,(JOD-0O �
115 801Q�108-I-6 TrafficConlra3larCaGinelanACon[rolier � �, 1,,o0 �EA� _3 2676,C0 - 8 2675.QtI
- - -�`�"-"......" �,..----'
M-^�' ".- - - � � � �Sub7otal � 280,i84.B5
Oivisian 841Q-Srafific Si{�nais 8 Lighting
t16 86t0��10&-J-O Eleckrica! ervice Comrol�v.desta!vri�8ailer 6�acku� �,„,,,,_._... __..:.-�:�U __,EA $. 11�00.00 5. ,�_.11�Oq.00 =
..i17� 8090-108-P�i-O Str2ei 4.i hi ., . �._7.00 EA R..__2�040�0 �$ 1A,Oc70�04.
yit8 80�0-1R8-N.M1 Re��nnvai �xisfn liandhala . . . . � _ 2,�60 EA , 8 40o0.00 $ 8tlo0,00 �
' 119 RQ10-108.N.3 k2emovai 4;t'or YC Cancrete Ba�e �_ �5.00 „EA v $ 850,60 _S A.2°0 00 .
, �
Cp
e
= r i
._ .�.._.....,,.���..
..,.
LIN�E REFER6NC� �gID SEC710N 40400.4 � �
Nq.J NUM8EI2 8�C3�TEM DESCRIPT60N � QUANTIT UNIT �NIT PRICE � 7OTAI.PRICE g
120 BOt4-108-�-1 Condult Trenched,FIOP5,3t4" i00.00 tF 3 1.fi5 � 165.00 � I
q I
121 8010�tp8-C-0 Win�a and Cable 3�AWGXHHW-2 300.00 lP 3 2.20 ,$ 660.00 '
--._�. .�„� . . . .. .. � I
122 5010-t0&•G-0 Wirfn� andGable,72AWGXYIHW2 ' �500.00 LF 5 0.55 $ 825A0 = �I
123 Code Biue Eme�enc�Phnne ,_1�09 �CA �S 10„0,,,;g0. .$ 8 10U.q0 � �
`� `
a i
124 Nlh'!n andG7G!e-P'i6er•U�ficFushionS Iice �,24.�OD ,�EA ,$ .0 7�,O.QO $ 1,68p.00 � �
125 Wirin andGaUla-Pi6er• UcTestin �44.00 EH §� i3.00 5 1872.00 ;
128. .., Concrefe Encasement ov�r C9nduit 2"Thickness �160_00 LF T $ .20.OD $ : �20�.00 j
127 f30A0-106-N2 Relocate Service PetleslaE �� 1.00 �h 3 200.00 $ d 200.00 £
Sub Total $ 57 q52.00 � �i1
IDOT Division 2527�Pavement Markirrg � �
i28, IU0T2527.04-A-1 PaintednavementMarkin�s .� ,,,T � . 24.39 S7A $ 44.0o 5 1073.16 � �
129 IC�QT 2527.04-A•4 Painted S mbots and.Le ands D.00 EA � 82.50 S 660.00 € li
� _ ..�.._;Y..,_�_ � . . .
130 IDOT 2527_04-.4-8 Pavement Markin s Removed _ 1.99 $TA � . 110.00 �.$ 21i3.90 �
___ ^-_..r,,._ ..� ..:. . V
�13� IUQT 25,., 27.QA-A-9 S mbots antl Le�ends Reinoved 1.00 FA $ 1�10A� S 170.q0 � !
� - � �� � Sub 7utal 5 2:062.06 � If
IDOT Division 2528-Tra€flc Controi � � ��
132 -IDOT252&,OA-F TrafficGontrtii 1.00 l5 . .28,00000� 5 260tl0.00 . � �
� ,,.�,.., . -_.._ 3 �
�3S IQ07 2S§ 2 w„8.4A-A ResetAitemate Delour Route 1.00 �S $ 1.Fi50 00 $ 1 650.00 € �
� -� - ��� � SubTotal $ 27$50,00 � '�
piviSian 9010-Seeding � II�
13A 9410•108-B•0 N draullc-Seedin Fertifizin and M€ilchin T e 1 027 AC 5 14.000.00 , 3 760µ00 . �
� � � �� � � Sub 7otal �S 3,786.00� � �I
p�vision 90A0-�rostan and 3ediment Control � �
135 96A0-148,4-2 . � 5WPPP Mana Pment. . 1.00 tS $ 5 500.00 $ 5,540.00 � �
--'""-
136 9040-10d-D•t �FilterSocks $" . ... �_�200.00 lF �$ 300 ..$�38.00,00,. � �.
.�.._.__ , . . ` �
137 9040-iq8•D-2 . FtlterSocks Removal .. ,_,_„ 12QQ00 lP , � .;,�00.9p. � �',.
138 �Q40-�108�0•1 9fat�i�iz�d Cons;ruction Enlronce A 50.OD Si� S 85.QD $ d 25�Atl � ':�
139 9o40•1C8-N-1 Siit Fence or 5ilt Fence Dllch Check 856.00 L� $� 3 06 $ 2,550.Op. � -�
140 94d0•108-N-2 5ilt Fence or Sill Fence Dllch Chock.Ramovai of Sedimenl 850.00 lF $ � 1-QO $ . �850.OD �
^7A1 .9040•10�,H µ�,„-N-3 .Silt Fence ar Silt Fertce Oituh Check Removai of D2vic2 850.d6 L.F $ O.GQ $ .425.o� �
142 9Q40�108-T-7 Inlet Protection Device,T �e 8 20.00 _EA �.$ 25Q.00� S 5 b00.OD� � �'�_
�143 A046-10@•7-Z Inlet Arotectlon Device.Maintenance '<Q.00 EA . $ 50.A0 � �
..-._.- . . - . � Sub Total $ ='u� 3,775.00 � '.)
. b
Divisian 9660-Chain Link�enoe = ;�
14q 9060-10&E�0 Remoual of�enca 65.00 �F �„�,,,,„15.00 5 �-875.00 � '�
. ..� � � �� . -. � �� � 9ubTotal $ 975.OQ � �
DivisEon 9072-Combined Concrete Sidewaik and Retaining Waii �
� '�
145 9Q72-108-A-0 .Gom6ined Concrete Sldewalk and Retainin��Wati 19.b0 CY .$ 850.94 $ 16150.tl0
. . . . .�� Sub To#al S 1� &.156.00� � ��
Division 9680•Concrete 8teps,Handrafls,anQ Safe R�il
146 8080•1P8-A-0 Cana�te Ste . T� e A 111.06 SF $�0.0� $ g.&gpAq . � ���
------ �»,"'"' .. - � I�
I
147 .9080•�08•B•0 ttai�dra8.Stee1: . .. �� 1i.50 LF $ ...285.00; �.�, 4,,637.50� ; ,
148 9080-106�C-0 SBfe ftail � 98.00 LF S 2�O.Oq � 192oa.0o � �
�� .. .. . . . . . � � Sub Totai � 32.717.50 � �4
Division 15•Mie�eilaneoug � �
. 1A9 1090-705-0 Mabikiz2tipn . . . . 4
'-� .�..,u-. . .. . .
1.0� I,S 5 90�000.00 $_- 9_� � I
150 .11040-108�A-tl Tem ora �Sidawalk-Residentiai Access SQOAG _,,,SY $ 45.00 $ 22 500A0� � ��
151 i1050-168-A-0 oncrete Washou� . . ... . � �- ' ��.-ro � -
... . . �.�_OC l5 S 1�00 a� � . 1 SOtl.00 I�
452 91034-14+3�A-0 Tem ora Services Duri� Constructian-Rostai Service � 1At} iS 5 3 500.00 $ 3 500AQ I
v'153 SiteSeaurit fencin� . .. . . . i,06 LS �OOAO �� � II�
- - " � Sub 7atal S 132,500.Q0 � �
�
� 40Q.�8a��id Ainount � �� ...�� 81d Amaunt $ 2,548,386.7t � �
,t
���'`� ��. �Lf'a�"i. "_:.�.�,. � " �,� ����� �,Jse vv4ras) � �
�,�1�.FGl.-',,`',.�Y "� - � ���" � �� Gf<',��� '���r���rt;��. ��� w ! �
3i
400.8 Alternate$ids � 1
The 6id Amount 1i5ted above an ihe Bid Proposal Sahetleie will be adjusied in ascordance wRh any or afl of the following A4temate
�}ids as OWNER may elect.8iddar must spe<ify whether ihe Altemale Bid Is an ADD or a aEDUCT orwr,te"Na r,hange'.tf any � i�
alternates are selected by the City,Gity wiN select altemates in order as tisted beYow.Alternate Sia No.1 wiii ba salected tirst,then ?
Alternate 8id Nn.2 and sa nn until ths City nolonger chnoses to select aRarnates. �
3
Altarnate F3id Itoms �
z
.�.,.a.� � _ _ ;
���� iTEM NUMBER Blp iY�M QEBGRIPT30N �� �LiUANTIT UNIT ��� TO7AI.PRICE � �
� UNI7 RRICG
Oivision 7040•Pavement ftehabllitation �
#
154 7040-108-if•1 Ramovel and Saiva e-Historie I3nck Pavar 2C00 0� SY 'a � 81.00 _3 16�2 COO.OQ,,,
�� Sub Total �
�
h
�
��{
7
I
SECTION 00775 ;
Page 1 of 3 �
SITE CONDITION INFORMATION �i�
SECTION 00775
��
250.1 SUBSURFACE CONDITIONS I
i
In the preparation of the Contract Documents, the Engineer relied upon the following report(s)
and drawing(s) of explorations and tests of subsurFace conditions at the Site: '
�
1) Geotechnical Engineering Report prepared by Allender-Butzke
Title: Piezometer Borings, Environmental Boring �
Date: November 21, 2017, November 9, 2017
Pages: See Appendix
The technical data in the above report(s), upon which the Contractor may rely, consists ;�
of boring logs, test results, and boring locations all as of the date made. Engineer accepts !�
no responsibility for accuracy of the soil data or water level information. Soil information, ��9
included with these Contract Documents, was not obtained for the purposes of designing �,
excavations and trenches. Soil information was used by Engineer for design purposes i;
only. Contractor shall assure itself by personal examination as to subsurface conditions 'I?
and shall provide its own investigations and make its own assumptions to comply with �j
OSHA and any other applicable laws and regulations regarding excavation and trenching �
requirements. I��
II
250.2 PHYSICAL CONDITIONS I�
In fihe preparation of the Contract Docurnents, Engineer relied upon the following drawing(s) of I,�
physical conditions in or relating to existing surFace and subsurFace structures (except �
;
underground facilities) which are at or contiguous to the Site: 7
1) Drawings prepared by IIW, P.C. �
�
Title: Project plans �
Date. See plan sheets �
Pages. See plan sheets
2) Sanborn Fire Insurance Map:
NONE OF THE CONTENT OF SUCH DRAWINGS INCLUDE TECHNICAL DATA ON
WHICH THE CONTRACTOR MAY RELY.
�
c
u
. . h
SECTION 00775 �
Page 2 of 3 �
�
250.3 HAZARDOUS ENVIRONMENTAL CONDITIONS ;!
n
In the preparation of the Contract Documents, ENGINEER relied upon the following reports(s)
known to the owner of hazardous environmental conditions at the Site: j
„
i
1) Phase I Environmental Site Assessment Study prepared by Strand and Associates ��
��
Title: 22�d Street/Kaufmann Avenue, Elm Street to Kane Street ;
li,�
Date: January 2018 � �
�
2) Phase II Environmental Site Assessment Study prepared by Strand and Associates ��
,
�
Title: Meineke Car Care Center '
��
Date: December 2013 �;
3) Soil and Groundwater Management Plan prepared by IIW P.C.
Title: See Appendix i
,
Date: '
�I
I
,
The technical data in the above report(s), upon which the Contractor may rely, consists of test �
results all as of the date made. ,"
Contractor must not remove, disturb or remediate any Hazardous Environmental Conditions �
encountered, uncovered or revealed at the Project Area, unless such removal or remediation is �
expressly identified in the Contract Documents to be within the scope of work. ��
___= END OF SECTION 00775 =___ �
�
�
�
d
k
�
P
�
. �
'{
� � I
SECTION 00800 �
Page 1 of 3 �,
CONSTRUCTION SCHEDULE AND AGREED COSTS OF DELAY '�
h
SECTION 00800 �
800.1 SCHEDULE: !'
�I
CALENDAR DAY SCHEDULE:
Work required by the Contract Documents shall commence within ten (10) calendar
days after Notice to Proceed has been issued and shall be Substantially Complete by �
i
November 1, 2018 and Finally Complete by November 15, 2018. u
a
I
1
l
800.2 AGREED COSTS OF DELAY: "
�
�
Time is of the essence of the Contract. As delay in the diligent prosecution of the work may ji
inconvenience the public, obstruct traffic, interfere with business, and/or increase costs to the ;;
City such as engineering, administration, and inspection, it is important that the work be �
prosecuted vigorously to final completion.
lii
An extension of the contract period may be granted by the City for any of the following reasons: �
�
1. Additional work resulting from a modification of the Contract Documents by approved '
change order. '
�;
2. Delays caused by the City. I
I
i
3. Other reasons beyond the control of the Contractor, which in the City's opinion, would �
justify such. i
i
I
Should the Contractor, or in case of default the Surety, fail to complete the work within the �
specified Substantial and Final Completion Dates, a deduction at the daily rate for agreed ;
costs of delay will be made for each and every calendar day ar working day, whichever is �j
specified, such that the work remains uncompleted. The Contractor or the Contractor's Surety �'
shall be responsible for all costs incidental to the completion of the work, and shall be required !
to pay the City the following daily costs:
�
A. For each calendar day that any work remains uncompleted beyond the Substantial �
Completion date the contractor will be assessed and shall pay, $ 200 per calendar
day, not as a penalty but as predetermined and Agreed Cost of Delay until
Substantial Completion requirements are met. Substantial Completion is defined '
fhaf all streets are open fuliy to traffic and permanent pavement is in place. P
The storm sewer system is fully operational. e
2
B. For each calendar day that any work remains uncompleted beyond the Final
Completion date the contractor will be assessed and shall pay, $ 1000 per calendar,
not as a penalty but as predetermined and Agreed Cost of Delay until Final �
Completion requirements are met. ;
��
�
h'
F
il
, . �
SECTION 00800 � �
Page 2 of 3
Permitting the Contractor to continue and finish the Work, or any part of it, after the expiration
of the Substantial and Final Completion dates or Milestone Dates or extension thereof shall
in no way operate as a waiver on the part of the City of any of its rights or remedies under the
contract, including its right toAgreed Cost of Delay pursuant to this provision. Furthermore, I
the assessment of Agreed Cost of Delay shall not constitute a waiver of the City's right to ,;
collect any additional damages which the City may sustain by failure of the Contractor to carry
out the terms of the Contract.
�
The Agreed Cost of Delay rates specified in the Contract Documents is hereby agreed upon as
the true and actual damages due the City for loss to the City and to the public due to obstruction �i
of traffic, interference with business, and/or increased costs to the City such as engineering, �
administration, construction, and inspection after the expiration of the contract times, or !
extension thereof. Such Agreed Cost of Delay will be separately invoiced to the Contractor, and ;
final payment will be withheld from the Contractor until payment has been made of this invoice
for the agreed cost of delay. The Contractor and its surety shall be liable for any agreed cost of i
delay in excess of the amount due the Contractor.
___= END OF SECTION 00800 =__= I�
ii
�
'i
�
�
a
�
�
�
�i
� � �
e � �
Bond 54-221601 �
__ __ �
PERFORMANCE, PAYMEN�' AND MAINTENANCE BOND I�
SECTION 00600 ��
;
�
KNOW ALL BY THESE PRESENTS: �
Ij
That we, Portzen Construction, Inc., as Principal (hereinafter the "Contractor" or "Principal") �
and Uni ted Fi re & Casual ty Company as Surety ��
are held and firmly bound unto the City of Dubuque, lowa, as Obligee (hereinafter referred to as i�
"Owner"), and to all per�ons v�[h��,may be in�ure�1 b��,n� breacl�of n of the conditions of this Bond , �
wo mi ion five u.n re o ty e�g t t��usand three hundred sixt six il
in the penal sum of _��il�rs and seve.�t��en� s�nt� y il
dollars ($2,548,366.71), lawful money of the United States, for the payment of which sum, well and
truly to be made,we bind ourselves, our heirs, legal representatives and assigns,jointly or severally, ii
firmly by these presents. '
I;
The conditions of the above obligations are such that whereas said Contractor entered into a contract �i
with the Owner, bearing date the 18th day of April 2018, (hereinafter the "Contract") wherein said Ij
Contractor undertakes and agrees to construct the following project in accordance with the Contract ;'
Documents, and to faithfully perform all the terms and requirements of said Contract within the time i!
therein specified, in a good and workmanlike manner, and in accordance with the Contract
i;
Documents. The Contract Documents for the 22"d Street Storm Sewer Improvements Elm St to White ''
St Proiect detail the following described improvements: !;
� 'I
�
22nd Street Storm Sewer Improvements Elm St. to White St. Pro`ect - �I
J '
':I
�Y
This project will involve the installation of a 714 LF of 10'x6'box culvert storm sewer, new curb and ''
pavement(18�8 tons of 8"HN1A or 4430 SY 8"PCC) for the street, new sidewalks, street lighting, ,�
ADA pedestrian access ramps, 775 LF of 12"watermain, 440 LF of sanitary sewer(8', 15;18'), and ��
fiber optic infrastructure. The project bid proposal includes two bid forms: One for HMA pavement �
!i
and the other with PCC pavement. The lowest cost option between the two proposals will be used in ��
selection of the lowest responsive bidder. �
�
�
it is expressly understood and agreed by the Contractor and Surety in this Bond that the following �
provisions are a part of this Bond and are binding upon said Contractor and Surety, to-wit: �
1. PERFORMANCE: The Contractor shall well and faithfully observe, perform, fulfill, and abide
by each and every covenant, condition, and part of said Contract and Contract Documents,
by reference made a part hereof, for the project, and shall indemnify and save harmless the F
Owner from all outlay and expense incurred by the Owner by reason of the Contractor's �
default of failure to perForm as required. The Contractor shall also be responsible for the ,�
default or failure to perform as required under the Contract and Contract Documents by all
its subcontractors, suppliers, agents, or employees furnishing materials or providing labor in �
the perFormance of the Contract. 6
�
2. PAYMENT: The Contractor and the Surety on this Bond hereby agreed to pay all just claims P
submitted by persons, firms, subcontractors, and corporations furnishing materials for or �
t.
k
G
�
k
SECTION 00600
Page 2 of 4
performing labor in the performance of the Contract on account of which this Bond is given, ;
including but not limited to claims for all amounts due for labor, materials, lubricants, oil,
gasoline, repairs on machinery, equipment, and tools, consumed or used by the Contractor
or any subcontractor, wherein the same are not satisfied out of the portion of the contract �
price the Owner is required to retain until completion of the improvement, but the Contractor �
and Surety shall not be liable to said persons, firms, or corporations unless the claims of said
claimants against said portion of the contract price shall have been established as provided
by law. The Contractor and Surety hereby bind themselves to the obligations and conditions
set forth in Chapter 573 of the lowa Code, which by this reference is made a part hereof as
though fully set out herein.
3. MAINTENANCE: The Contractor and the Surety on this Bond hereby agree, at their own �ia
expense: �
�a
A. To remedy any and all defects that may develop in or result from work to be performed ''�
under the Contract Documents within the period of two (2) year(s) from the date of �
acceptance of the work under the Contract, by reason of defects in workmanship,
equipment installed, or materials used in construction of said work; 'I
!
B. To keep all work in continuous good repair; and i�
�
C. To pay the Owner's reasonable costs of monitoring and inspection to assure that any �
defects are remedied, and to repay the Owner all outlay and expense incurred as a �
result of Contractor's and Surety's failure to remedy any defect as required by this �
section.
Contractor's and Surety's Contract herein made extends to defects in workmanship or
materials not discovered or known to the Owner at the time such work was accepted. ;
I
4. GENERAL: Every Surety on this Bond shall be deemed and held bound, any contract to the ;
contrary notwithstanding, to the following provisions:
A. To consent without notice to any extension of time authorized in approved change
orders to the Contractor in which to perForm the Contract;
B. To consent without notice to any change in the Contract or Contract Documents, �
authorized in approved change orders which thereby increases the total contract price
and the penal sum of this Bond, provided that all such changes do not, in the aggregate,
involve an increase of more than twenty percent (20%) of the total contract price, and
that this Bond shall then be released as to such excess increase; �
C. To consent without notice that this Bond shall remain in full force and effect until the
Contract is completed, whether completed within the specified contract period, within
an extension thereof, or within a period of time after the contract period has elapsed �
and the liquidated damage penalty is being charged against the Contractor. �
�
�
i
i�
���
�
,�
�
The Contractor and every Surety on the Bond shall be deemed and held bound, any contract to the {
contrary notwithstanding, to the following provisions: i
i
I
D. That no provision of this Bond or of any other contract shall be valid that limits to less '
than five (5) years after the ac�eptance of the work under the Contract the right to sue i
on this Bond. fj
I;
E. That as used herein, the phrase "all outlay and expense" is not to be limited in any way i;
but shall include the actual and reasonable costs and expenses incurred by the Owner '
including interest, benefits, and overhead where applicable. A�cordingly, "all outlay and ;l
expense" would include but not be limited to all contract or employee expense, all �
equipment usage or rental, materials, testing, outside experts, attomey's fees(including i�
overhead expenses of the Owner's staff attorneys), and all costs and expenses of !�
litigation as they are incurred by the Owner. It is intended the Contractor and Surety ;�
will defend and indemnify the Owner on all claims made against the Owner on account 'i
of Contractor's failure to perform as required in the Contract and Contract Documents, ;i
that all agreements and promises set forth in the Contract and Contract Documents, in ;i
approved change orders, and in this Bond will be fulfilled, and that the Owner will be
fully indemnified so that it will be put into the position it would have been in had the
Contract been performed in the first instance as required. "�
'i
In the event the Owner incurs any "outlay and expense" in defending itself against any claim as to ;i
which the Contractor or Surety should have provided the defense, or in the enforcement of the ;
promise� given by the Contractor in the Contract, Contract Documents, or approved change orders, ''
or in the enforcement of the promises given by the Contractor and Surety in this Bond, the ;
Contractor and Surety agree that they will make the Owner whole for all such outlay and expense, 'i
provided that the Surety's obligation under this Bond shall not exceed one hundred twenty-five
�{
percent (125%) of the penal sum of this Bond. �
'1
ii
In the event that any actions or proceedings are initiated regarding this Bond, the parties agree that ?
��,
the venue thereof shall be Dubuque County, State of lowa. If legal action is required by the Owner ��
to enforce the provisions of this Bond or to collect the monetary obligation incurring to the benefit of ''
the Owner, the Contractor and the Surety agree, jointly, and severally, to pay the Owner all outlay �
;;
and expense incurred therefor by the Owner. All rights, powers, and remedies of the Owner �
hereunder shall be cumulative and not alternative and shall be in addition to all rights, powers, and y
remedies given to the Owner, by law. The Owner may proceed against surety for any amount �
guaranteed hereunder whether action is brought against the Contractor or whether Contractor is ,
joined in any such action(s) or not. f
�
NOW THEREFORE, the condition of this obligation is such that if said Principal shall faithfully perfiorm �
all the promises of the Principal, as set forth and provided in the Contract, in the Contract Documents,
�
and in this Bond, then this obligation shall be null and void, otherwise it shall remain in full force and �
effect. �
,;
When a work, term, or phrase is used in this Bond, it shall be interpreted or construed first as defined i!
in this Bond, the Contract, or the Contract Documents; second, if not defined in the Bond, Contract, r
I�
��
�
�
, II
i
�,
SECTION 00600 �
Page 4 of 4 '�'
';
e
or Contract Documents, it shall be interpreted or construed as defined in applicabie provisions of the "'
lowa Code; third, if not defined in the lowa Code, it shall be interpreted or construed according to its ?
generally accepted meaning in the construction industry; and fourth, if it has no generally accepted
meaning in the construction industry, it shall be interpreted or construed according to its common or '
i�
customary usage. !�
Failure to specify or particularize shall not exclude terms or provisions not mentioned and shall not �!
limit liability hereunder. The Contract and Contract Documents are hereby made a part of this Bond. '��
,�
y
Project No. �2642769 I'
Witness our hands, in triplicate, this 19th day of Apri 1 , 201 g, ;�i
�1
�
SUREI"1(COUNTERSIGNED �Y: Title !i
���� I
-- ' � FORM APPROV BY: ;'�
Si ture of Agent
�;
Jena Wilwert ij
Printed Name of Agent Representative r Owner
880 Locust St - Ste 200 SURETY:
Company Address Ut11 ted F1 Y'2 & Casual ty Com �any ';I
Dubuque, Iowa 52001 SuretyCompa�ry �i
� �
City,State,Zip Code j �,�,, �,
By:� .�°'"`"�,..�,-. l.-.,�, �_
563-556-0272 gnature Attorney-in-Fact Officer
�,i
;i
CompanyTelephone Number Dan A Wel l i k
�
Printed Name of Attorney-in-Fact Officer l�
PRINCIP'AL.: � �
Friedman Insurance Inc �,
Portzen Construction Inc CompanyName '
Contractor L
880 Locust St - Ste 200 �
BY� Company Address �
signature Dubuque, Iowa 52001 `�
N�ichael J Portzen �i
City,State,Zip Code
Printed Name �I
563-556-0272 �'
Vi ce Pres i dent Company Telephone Number '�
N�TE: �
�,
1. All signatures on this perFormance, payment, and maintenance Bond must be original �
signatures in ink; copies, facsimile, or electronic signatures will not be accepted. C,
u
2. This Bond must be sealed with the Surety's rai�ed, embos�ing �eal. �
3. The name and signature of the Surety's Attorney-in-Fact/OfFicer entered on this Bond �i�
rriust be exactly as listed on the Certificate ar Power of Attorney accompanying this ;
Bond. � "
�
___= END OF SECTION 00600 =__= P
P.
k
f:
z
t:
f
p
. , , ` --���
UNITE�?FIl�&�'A�U�LT�'CONIP�NY;CEDAR R�1'IDS,IA,
UNT`I`�D FIRE�.T1�D�MI�I'TY�011�''A�'i',W�BS�ER,�'� Inqu�rzes Surety Il��pai��rrent ' �
�� ' �N�11'�CIAI.PA�'I�T�INSTJRAN�'�!CU11�1PA1�1�.',RC�CI{LIN,CA: 17,8 Seeon�,A��SE.
� CEItT`T�3E��'01'I'OF P+C?��R Q�AT'TORN�'�' �C'edar Ita�iids;IA 52441 ' i
(orzginal on file atHoine Off'ic�of Company.=.See G�rtifie�tion) . I
KhIflW��,�,PERSOI'�S 13Y THE���R��EI�T�,T'hat UI��TED�T�E&CASUAL'3'�C011�Pi�NY,'a cc�rpar:atzon tluly orga�i��d and�xistmg.ui�der �
tl�e 1av�s o�t17e State c�f Ioit;a,•i JI�I'I'ED�IF.E�.IT�?T?EMNI�°Y'CQI�IPAN�:";a.corporatinn dizly orgatiizet�ai?d�xistin�tnider the laws:of the S�aTe,of '
T'e�as and F1N.ANCIr�L pA�I�I�IN�LTI�ANG�'CC}MP�kN� a�orporaf�an du13�or��niz�d and��fsTmg��der the la�s�f the �tate of Cal�'arn�a "
: �
{herein epll�ctiyely call�d;"the Carn azu�s�;'�d�avi�� tlxe'tr co �r�te��ead :uarters in Ceda�Ra tds,�tats aflo`w�t;doe`s�na��,eo�stttute.and a omt
TERFt�1NCE J.:.FRIEt�MAN ��OTT A pE�1��SA 1�A�K J; f�HA�EN DA;N A 1N�L,T#{; �}�f�RLEY M �HANNf3Nr EA�Fi p� �
;.
'TN1�tVII�UqLLY ofi DUBUQt�E IA
, ,
I
< ; i
< ; • „ -'.
�
; ' ; ',. ! , ` ' . . �
the3r true ar�d i�wft�l Attori�e�(s)��i Fact��th gower and authazr�y h�re�3�cari�'err�d,t4 sa�n,sea�aud���cute u�Lts behalf a�l lawful bo�cts undart�lungs. ;
and other.ol�ltgatory�stnir��nts of stinilar nature prawided th�t no single obligatton s'haIl exceed ,�.r�p y pQp eppp.qp li
and to bi�id the Cornpant�s�hereby as fu11y:at�d ta;fihe same`extent as if su�li',instrum�nts uvere si�ned;by the duly authortzed officers o�'the Campanies �
and a11 a�t�e acts af satd Attor,n�y,;p�rs�t to th�autharLt�����b�gtv��and hereb�ratif%ed�nd eon�i�ed i
, "
: , > .
, ;
Th�Authorti�+liereby grant�d zs co�itmuou�:and s1�a11 r�mairi,m full�orce a��l e�#'ect Zantxl revtaTced by.�i'TET����2E�i C�1SUAi,T�'C�IvfPANY`
,.. ,
ZJI�'I`��D:�TRE&;INI}�MN�T�"�(JMPA�Y �NT�FTI�AN:CIA�.�?A.�I�I�INSURAN�£�OMPA�N4�
!
'T't1is,Pu�wer of Aftorney zs m�d�and exec�ted purst��z�b to axrd by�.`��horiiy af�lie',f�tlavvi�ig bylaw',duly adopt�d�t1.May i�;2Qt3,tiy the Boards of ; I�
D�r�ctors.;of iJNT�'£D,FIRE & CASUAT�TY Cl7MPATVY�`TJNT`I'ED FIRE'8z INDEIvINIT"Y CO1vIPANY, and PINANCIAL PACIFIC.TNSURANC� �
����A�� "Article VI—Surety Bonds and Undertakings"
�
; �: ; �
�e�tt�;2,�ppointment of Attorney-in-Fact. "The President or any Vice President, or any other afficer of the Compantes iriap frcrm:t�me to'
i
�i�� agpn�� by written c�rtificates attoxneys-in-fact to act i� bel�alf o�';the Compa�ies �i`the execution of�olicia��f'i�surana�Z bon�3s� �
unde�ta��gs and other oblig�tory instruments of like nature. T1ze signatur�of any;officer authorized hereUy,aud the�orpor.ate seal,°t�ay[��:
� ,afFiR�d.Uy f�csimile to any power,of attor��y or s�ecial power of attorney.or certif�ication of either authorized�iereby; sucJ��ignafure�a�d s�a1, ��, � ,I
iuhen so.�sed,Ueing adopted by the C6inpanie's asi tlie.original signature of such officer and the original seal°of the Cornpa�a�s Yo�e v�1Fd.alid �
bLndmg upori the Companies with.tlie same�orce and effecf as though rriativally affixed. �Sucli attotneys-in-fact,sub��ct to"the limrtatrnns:set' 'i
�forth �n'th�r�respective certificates of authority shall:;have full power`ta.`bind tli�e Coinpariies by,theu signature and execution of any,such �
'1�s�rutnents�nd to attachthe seal of the Coinpaiiies thereto. T1ie President or any Uice Presid,ent,tha;Board of Directors nr�iay other affi��r of:: �
ihe Coriipat'�x�s niay at any tirne°re�oke all power and autlionty,'pre�iously giuen'to ariy attorney-in-fact. `
�``Y41�����""'' ,,,�t�����r%�r,,,, . IN VJITNESS WHEREOF`the COMPANIES have each caus�d Yhese7�resents ta b�st ed b�]�ts �
``**i y,CAS� tJ�� '�``,tN17I11D16f1////!I . \ / , . . . . >. .Y � J il
`9k4`� �°o�' ���t� M�'r� ,.��Q�`F`PP aRqtir; �ice pr,�sident and its corporate seal to Ue hereto affixecl this 15.th day of QCtnb�i� 207:� ;i
fy _C41tP(�RA�� � n� CAI�ORATE � ='� V� � �LS'� . , � . ., . ��
� .x � 2 � UNITED FIRE&`CASUALTY COMPANY
.:, � z_ � •_ y � � �ULY 2? � �_ ���'�..
� ��� : � � sEnv � a �sss ��- UN�TED,F'IRE&��1Nl�EMNITY COIVIPEINY �
''i��,���,s�*���',.' '�,k��,E�,�,x;�„ 'y°`'[rFo?���r�.�' FINANGIAL'PACIRIC�NSURANCE�COMPANI? � �
': frrlllUnt� �lnnuu������ ''y7�rr ��p��
„�«,��,,,,� �y: Q i
; : ' : ` _. �.
-. � � �
(,��..�-.,-.��..__�"
SiaTe a�Zawa Count�of Linn,ss: Vice Pfc���ent
On 15fh day c�f October, 2013, before me personally came Dennis J. Richmann
',l
to me known,WYto bem�b'y me duly swcsrri d�.d depns�ant��a,y that he rEsitTes in Cedar Rap;xds,�at�tie a�Iowa, that h���a Vice Pr�sident tsf UI*I�TED 'd
F`�RE&GASUA�TY COMPAN�'';a Uie��'resic�ent of UNITED FIR�&INDE�vINtTY G�MPANY and a�ice Fressdent'of FINANCIAI;PA�IFIC , j
TI�IS�JRANCE COMPANI�the corpor�tLo�.s dss�ribed 1�a�d whlck e�ecuted the abt�ue instrur��nt,£l'iat he kn4ws the"�eal of sa�d coxporationsr that the<
seal affix�cl to th�sa�d insYrum�nt i�suCh corp6rate s�11 t1�t�t w�s so aff�ed purStia�it to authanty giv��t by th�B�ard:c�#'�i�reefors af:said ca�tirak�ons i; �
and t�at he s��ned,°lus narne the��to�ursuan�to i��au�tvxity;a�d aeknp�t���es same tn be t�e��t and:deed n�`'sa�c�corporatrons� ';
�+�e,� ,lud�fh A DautS; �
z�� ; loWa Not�na]Se�l � �
+ Gomdlnission num6eF�'fi3Q41 ` Notaly$11��,C.' ,
uwh t�ly CommissiorrExprres 04/23/2018
,, r ;� �
; , a , , �
`
s
,. . ,
. .. -.- �;: ,. .: • -,; :
: My commission exp�res 04f23/2018 �
�,bavid A La�e; Secretary of TJNITEI�F'�RE&GASi�Ai,T'�C�1uI�t1N�' a�d Assistant Seeretary;of ITED FIRE&TI�T)EMT�IITY COM�AN�' : ?
ai�id�lssistat�t Seeretary�f FTiV�1NCdAL�'ACTFIG I:�SURr�I�IC��C3�PAi�t'Y,do k�ezeby certify�h�t.:I�ve corn�aretirth�for�goin�c�py of th�Pow�r ; ;�
o�z�ftarney and a�ie�ttvtf�a�ad the ctzpy afrtli�Section of the.:bylaws�ud resolut�tans o�sa�d Corparatioi�s as:set f�rrth iri satd P+�war:of Attorney,�ith the v
QRIG1I�t1LS ON FI�,�IN:"��IE Ht��I�IE C}��TCE OF"�AII�;GORPO`RA'T'ION�,anii that the sa�e ar�corz`ec"t:transcr�pts tltereof,and of the wliole�fx1�e<' �
sa�.ti onu��jals,�nd:that ft�e said Pori�er of Att�rney has not b2e�t Ye�?ok�d and rs not�in fu11 fi'orEe a�d,st#e�t �
In testimon whereof I have�iereunto st�bscr�bed friy name anda�'ix�d the;e�ii'pora2e seal a�:tlie said,Corporat�Q�s:, �'
tn�s .l:�t�i a�y o� Apr�l ,?o �� ° �
`�*��.�pttf��,''; �\����1fli�rfJ��� �iG`0uifflNEn4ii��� ��
� i� : �� iNba �i �k F�G S�q rr �
4�ti� ; oo�` �ti�'k' �'r� rqP pF1Pfi1Q4 �'�' : �. i
w COItI?bRATE 1�'y' �^a �o� � �'G ���
��' � , g. h �ORPO$ATE �,�, � . �u�Y�? , �M ��� 'e�.
� .-• x , � y V � � , ' �.� . .
� ��,� ' �
a �c,: � 2 � : r9e5 ' a„�' �,
SFac, sEnL K z a,c+
/r'y�a����1 111�#�os,`` ������iillcii���`` ��/A�IF6F�i�',`�� � �,., �� i�
,.
�'ECTk:�Ej� �''c�,'� .
, ' . , ,. � ���. ,' .�, . .'.. .� uqlllN.i1 . '
e, ; ' ,° - ' . ' �rY>UF&I/FPIC ' ��
;: > ;
'Assistarit Secret
���raoo4�o�ts ; . - <
_ ; . ..
,