Loading...
Improvement Contract/Bond_Portzen Construction_Bee Branch Utilities Project I j SECTION 00 05 20 AGREEMENT THIS AGREEMENT is by and between City of Dubuque (hereinafter called OWNER) and Portzen Construction (hereinafter called CONTRACTOR). OWNER and CONTRACTOR, in consideration of the mutual covenants set forth herein, agree as follows: Article 1. WORK 1.01 CONTRACTOR shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as follows: Article 2. THE PROJECT 2.01 The Project for which the Work under the Contract Documents may be the whole or only a part is generally described as follows: Project consists of 2,000 LF of storm water conveyance channel with roughly 200,000 CY of unclassified excavation; 30,000 SF of granite rock bottom; roughly 10,000 VSF of limestone channel walls; traffic control, dewatering, soil retention, baffle boxes, fencing, removal and stockpiling of contaminated soil and water; storm water pumping stations including pumps, controls piping and gates; 6-inch through 20-inch water main at various locations; roughly 4,000 LF of 8-inch through 36—inch sanitary sewer; roughly 3,000 LF of 12-inch through 72-inch storm sewer sizes; roughly 15,000 VSF of segmental block retaining wall with railing, biofiltration areas; roughly 8,000 LF of concrete curb and gutter, concrete pavement, asphalt pavement, PCC sidewalk, flag poles, drinking fountains; roughly 300,000 SF of vegetative surface restoration, trees, shrubs; roughly 25,000 SF of porous brick surfaces; electrical and lighting components including over 20,000 LF of conduit; wiring; over 60 light poles; handholes; cabinets and controls; security system including over 10,000 LF of conduit and cable; over 50 cameras; emergency telephones;and handholes. Article 3. ENGINEER 3.01 The Project has been designed by Strand Associates, Inc.® (hereinafter called ENGINEER), who is to act as OWNER's representative, assume all duties and responsibilities, and have the rights and authority assigned to ENGINEER in the Contract Documents in connection with completion of the Work in accordance with the Contract Documents. Article 4. CONTRACT TIMES 4.01 Time of theEssence A. All time limits for Milestones, if any, Substantial Completion, and completion and readiness for final payment as stated in the Contract Documents are of the essence of the Contract. Section 00 05 20-1 1154.007/1-2015 I 4.02 Dates for Substantial Completion and Final Payment CONTRACTOR agrees that the Work on the items listed below will be substantially complete in accordance with the following milestones: i A Work Item Milestone Date Connection Structure-Excavation, Soil Retention, and Dewatering July 15,2015 Inlet Structure-Excavation, Soil Retention, and Dewatering July 15,2015 Garfield Ave-Open To Traffic September 15,2015 Rhomberg Bridge-Excavation, Soil Retention, and Dewatering October 15,2015 22nd Street Bridge-Excavation, Soil Retention, and Dewatering October 31,2015 Bee Branch Opening-Wash. St.- Excavation, Soil Retention, and Dewatering February 31, 2016 Outfall Overlook Structure-Excavation,Soil Retention, and Dewatering April 15,2016 24th Street Box Culvert-Excavation, Soil Retention, and Dewatering April 15,2016 24th Street-Open to Traffic July 31,2016 22nd Street Box Culvert-Excavation, Soil Retention, and Dewatering September 31, 2016 Rhomberg Ave -Open to Traffic August 15, 2016 Permanent Stormwater Conveyance Elements December 1,2016 22nd Street-Open to Traffic May 15,2017 B. CONTRACTOR agrees that all Work will be substantially complete on or before July 1, 2017 and that final completion will be on or before September 1, 2017. "C. The milestone dates above are provided to guide the development of the schedule for Contracts 1-2015 and 2-2015. Contract 1-2015 Contractor may propose adjustments to the milestone dates. Any adjustments to the milestone dates shall be approved by OWNER and the Contractor for Contract 2-2015 prior to implementation." 4.03 Agreed Costs of Delay A. CONTRACTOR and OWNER recognize that time is of the essence of this Agreement and that OWNER will suffer financial loss if the Work is not completed within the times specified in Paragraph 4.02 above, plus any extensions thereof allowed in accordance with Article 12 of the General Conditions. The parties also recognize the delays, expense and difficulties involved in proving in a legal or arbitration proceeding the actual loss suffered by OWNER if the Work is not completed on time. Accordingly, instead of requiring any such proof, OWNER and CONTRACTOR j agree that as agreed costs of delay that does not result in adjustment of the contract time pursuant to Section 12.03 of the General Conditions (but not as a penalty), CONTRACTOR shall pay to OWNER the following daily charge: CONTRACTOR shall pay to OWNER agreed costs of delay of$2,000 per day. i Agreed costs of delay shall be applied separately to each of the substantial and final completion dates. B. The CONTRACTOR and the CONTRACTOR's surety shall be liable for and shall pay the .OWNER for any extra costs for engineering or architectural services, construction observation services j and related expenses, and attorney's fees necessitated by the delayed prosecution of the work by the CONTRACTOR beyond the date of Final Completion required by the Agreement. Such costs are in no way a penalty, but represent additional expenses to the OWNER caused by the CONTRACTOR's delay j in completing the Work. I C. Agreed costs of delay will be assessed as follows: 1. Completion Date Contracts. j i The amount of agreed costs of delay specified in the proposal form will be assessed, not as a penalty but as predetermined and agreed cost of delay, for each calendar day that any work remains uncompleted beyond the Completion Date or any extension authorized by OWNER. Section 00 05 20-2 1154.007/1-2015 Assessment of cost of delay will be based only on the number of calendar days required to complete the contract beyond the completion date, plus authorized extensions. The final payment will be withheld until the amount of agreed costs of delay are agreed upon. This provision for the assessment of the agreed costs of delay for failure to complete work within the contract period does not constitute a waiver of the OWNER's right to collect any additional damages other than time delays which the OWNER may sustain by failure of the CONTRACTOR to carry out the terms of the contract. 4.04 Delays to Contractor and Extension of Time "A. If CONTRACTOR is delayed in the performance or progress of the Work by fire, flood, epidemic, abnormal weather conditions, acts of God, acts or failures to act of utility owners not under the control of OWNER, or other causes not the fault of and beyond control of OWNER and CONTRACTOR, then CONTRACTOR shall be entitled to an equitable adjustment in Contract Times, if such adjustment is essential to CONTRACTOR's ability to complete the Work within the Contract Times. Such an adjustment shall be CONTRACTOR's sole and exclusive remedy for the delays described in this Paragraph. Article 5. CONTRACT PRICE 5.01 OWNER shall pay CONTRACTOR for completion of the Work in accordance with the Contract Documents an amount in current funds as follows: A. For all Work, at the prices stated in CONTRACTOR's Bid, attached hereto as an exhibit. ail f Article 6. PAYMENT PROCEDURES 6.01 Submittal and Processing of Payments A. CONTRACTOR shall submit Applications for Payment in accordance with Article 14 of the General Conditions. Applications for Payment will be processed by ENGINEER as provided in the General Conditions. I Section 00 05 20-3 I 1154.007/1-2015 I Ji I 6.02 Progress Payments; Retainage a A. Progress Payments: OWNER shall make progress payments on account of the Contract i Price on the basis of CONTRACTOR's Applications for Payment as established at the preconstruction conference during performance of the Work as provided below. All such payments will be measured by the number of units completed multiplied by the unit costs of the various units. 1 B. Retainage: OWNER shall retain an amount equal to 5% of each progress payment application. The 5% retainage shall be withheld from all applications for progress payments until 100% of the work is complete. All punchlist items shall be finished before the work shall be deemed 100% complete. CONTRACTOR shall not submit an application for progress payment that indicates a work item as being 100% complete based on a claim that the retainage withholding amount covers the cost of the outstanding work included on the punchlist. 1. Retained funds shall be retained by OWNER for a period of 30 calendar days after the completion and final acceptance of the improvements by OWNER. If at the end of the 30 calendar day period claims are on file as provided in Iowa Code Ch. 573, OWNER shall also continue to retain from the unpaid funds, a sum equal to double the total amount of all claims on file. The remaining balance of the unpaid fund, or if no claims are on file and the Work is complete, the entire unpaid fund shall be released and paid to CONTRACTOR. 2. Upon Substantial Completion of all Work, however, and in accordance with Iowa Code 26.13, CONTRACTOR may request the release of all or part of the retained funds owed. The request shall be accompanied by a sworn statement of CONTRACTOR that, ten calendar days prior to filing the request, notice was given as required to all known subcontractors, sub-subcontractors, and suppliers. a. Prior to applying for release of retained funds, CONTRACTOR shall send a notice to all subcontractors, sub-subcontractors, and suppliers that provided Labor or materials for the public improvement project. the notice shall be substantially similar to the following: "NOTICE OF CONTRACTOR'S REQUEST FOR EARLY RELEASE OF RETAINED FUNDS You are hereby notified that [name of CONTRACTOR] will be requesting an early release of funds on a public improvement project designated as [name of project] for which you have or may have provided labor or materials. The request will be made pursuant to Iowa Code section 26.13. The request may be filed with the [name of governmental entity or department] after ten calendar days from the date of this notice. The purpose of the request is to have [name of governmental entity or department] release and pay funds for all work that has been performed and charged to [name of governmental entity or department] as of the date of this notice. This notice is provided in accordance with Iowa Code section 26.13." b. If at the time of the request for the release of the retained funds labor or material are yet to be provided, an amount equal to two hundred percent of the value of the labor or materials yet to be provided, as determined by ENGINEER, may be withheld until such labor or materials are provided. 3. CONTRACTOR shall release retained funds to subcontractor or subcontractors in the same manner as retained funds are released to CONTRACTOR by OWNER. Each Section 00 05 20-4 1154.007/1-2015 subcontractor shall pass through each lower tier subcontractor all retained fund payments from CONTRACTOR. 6.03 Final Payment A. OWNER shall pay the remainder of the Contract Price as recommended by ENGINEER as provided in said Paragraph 14.07. Article 7. HIERARCHY 7.01 In resolving inconsistencies among two or more sections of the Contract Documents, precedence shall be given in the following order: First: WRITTEN AMENDMENTS Second: AGREEMENT Third: CHANGE ORDERS Fourth: ADDENDA Fifth: GENERAL CONDITIONS Sixth: SPECIFICATIONS Seventh: DRAWINGS Figure dimensions (numerical) on Drawings shall take precedence over dimensions measured utilizing a scale.. Article 8. CONTRACTOR'S REPRESENTATIONS 8.01 In order to induce OWNER to enter into this Agreement, CONTRACTOR makes the following representations: A. CONTRACTOR has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. B. CONTRACTOR has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. C. CONTRACTOR is familiar with and is satisfied as to all federal, state, and local Laws and Regulations that may affect cost, progress and performance of the Work. D. CONTRACTOR has carefully studied (1) all reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the Site (except Underground Facilities) which have been identified in Paragraph 4.02 of the General Conditions and (2) reports and drawings of a Special Environmental Condition, if any, at the Site which has been identified in Paragraph 4.06 of the General Conditions. E. CONTRACTOR has obtained and carefully studied (or accepts consequences of not doing so) all additional or supplementary examinations, investigations, explorations, tests, studies, and data concerning conditions (surface, subsurface, and Underground Facilities) at or contiguous to the Site that may affect the cost, progress, or performance of the Work or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to be employed by CONTRACTOR, including any specific means, methods, techniques, sequences, and procedures of construction expressly required by the Contract Documents and safety precautions and programs incident thereto. F. CONTRACTOR does not consider that any further examinations, investigations, explorations, tests, studies, or data are necessary for the performance of the Work at the Contract Section 00 05 20-5 1154.007/1-2015 i i 1 Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. i G. CONTRACTOR is aware of the general nature of work to be performed by OWNER and others at the Site that relates to the Work as indicated in the Contract Documents. H. CONTRACTOR has correlated the information known to CONTRACTOR, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. I. CONTRACTOR has given ENGINEER written notice of all conflicts, errors, ambiguities, or discrepancies that CONTRACTOR has discovered in the Contract Documents, and the written resolution thereof by ENGINEER is acceptable to CONTRACTOR. J. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. K. The CONTRACTOR must make frequent inspections during the progress of the Work to confirm that Work previously performed by the CONTRACTOR is in compliance with the Contract Documents and applicable laws and regulations bearing on the performance of the Work and Referenced Standards and that portion of Work previously performed by the CONTRACTOR or by others are in proper condition to receive subsequent Work. Article 9. CONTRACT DOCUMENTS 9.01 Contents A. The Contract Documents consist of the following: 1. This Agreement (pages 00520-1 through 00520-__l 2 ___,inclusive); 2. Performance, Payment, and Maintenance Bond (pages to 00600-1 through 00600-5, inclusive); 3. Other bonds a. (pages to inclusive); b. (pages to inclusive); C. (pages to inclusive); 4. General Conditions (pages 00700-1 through 00700- 86, inclusive); 5. Special Provisions. 6. Specifications as listed in the table of contents of the Project Manual; 7. Drawings—Sheets No. C000through No. S690.7 Section 00 05 20-6 1154.007/1-2015 inclusive incorporated herein by reference with each sheet bearing the following general title: Upper Bee Branch Creek- Channel, Streets, and Utilities - Contract 1-2015 as well as drawings listed in the table of contents that are bound at the back of these specifications. 8. Addenda ( Numbers 1 through 7 ). 9. Consent Decree agreement per Case No. 2:1-CV-01011-EJM Document 6, dated June 27, 2011, included in the Special Provisions section. 10. Exhibits to this Agreement (enumerated as follows:) a. CONTRACTOR's Bid (pages 400-5 to 18A ); b. Documentation submitted by CONTRACTOR prior to Notice of Award C. ( ); 11. Special Attachments as follows: a. City-ACOE - IDNR Progromatic Agreement. b. Sales Tax Instruction. C. Out of State Bond Requirements. d. Consent Decree. e. Schedule B Insurance Requirements. f. Safety Requirements. g. Permits. 10. The following may be delivered or issued on or after the Effective Date of the Agreement: a. Notice to Proceed (pages{ 00 05 50-1 }to { 00 05 50-1 }, inclusive); b. Work Change Directives (not attached to this Agreement); C. Change Order(s) (not attached to this Agreement). B. The documents listed in Paragraph 9.01.A are attached to this Agreement (except as expressly noted otherwise above). C. There are no Contract Documents other than those listed above in this Article 9. D. The Contract Documents may only be amended, modified, or supplemented as provided in Paragraph 3.04 of the General Conditions. Section 00 05 20-7 1154.007/1-2015 Article 10. MISCELLANEOUS 1 10.01 Terms A. Terms used in this Agreement will have the meanings stated in the General Conditions. 10.02 Assignment of Contract A. No assignment by a party hereto of any rights under or interests in the Contract will be binding on another party hereto without the written consent of the party sought to be bound; and specifically but without limitation, monies that may become due and monies that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by Jaw), and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. 10.03 Successors and Assigns A. OWNER and CONTRACTOR each binds itself, its partners, successors, assigns and legal representatives to the other party hereto, its partners, successors, assigns and legal representatives in respect of all covenants, agreements, and obligations contained in the Contract Documents. 10.04 Severability A. Any provision or part of the Contract Documents held to be void or unenforceable under any Law or Regulation shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon OWNER and CONTRACTOR, who agree that the Contract Documents shall be reformed to replace such stricken provision or part thereof with a valid and enforceable provision that comes as close as possible to expressing the intention of the stricken provision. 10.05 Nonwaiver A. No provision of the Contract Documents will be deemed waived by reason of one party failing to enforce the provision on one or more occasions.Any such waiver must be in writing. 10.06 Integration A. The parties' entire agreement is contained in the Contract Documents, and the provisions of the Contract Documents supersede all prior discussions or writings between the parties. 10.07 Attorney's Fees A. In the event the Owner should prevail in any legal action arising out of the performance or non-performance of this Agreement, the Contractor shall pay, in addition to any damages, all expenses of such action including reasonable attorney's fees, all expert witness fees, costs, and litigation expenses incurred by the Owner, including those incurred on appeal. The term "legal action" shall be deemed to include any arbitration, administrative proceedings, and all actions at law or in equity, including appeals. Section 00 05 20-8 1154.007/1-2015 | { ' INSTRUCTIONS FOR EXECUTING CONTRACT The full name and business oddp$$o of CONTRACTOR should be inserted and the Agreement should be signed with CONTRACTOR's official signature. Please have the name of the signing pmdx printed under all signatures t0the Agreement. If CONTRACTOR is operating as g partnership, each partner should sign the Agreement, If the Agreement is not signed by each partner, there should be attached to the Agreement a duly authenticated power of attorney evidencing the signer's (signers') authority to G|gD such Agreement for and Onbehalf Ofthe partnership, If CONTRACTOR is an individual, the trade name (if CONTRACTOR is operating under otrade nanls) should be indicated in the Agreement and the Agreement should be signed by such individual. If signed by other than CONTRACTOR, there should be attached to the Agreement a duly authenticated power Of attorney evidencing the signer's authority to execute such Agreement for and on behalf of CONTRACTOR. If CONTRACTOR is operating as a limited liability company, and it is member-managed, each member should sign the Agreement, or an authorized nnannber should sign. If the LLC is manager-managed, an authorized manager should sign. If the Agreement is not signed by each member, there should be attached to the Agreement a duly authenticated power of attorney evidencing the signer's (signers') authority to sign such Agreement for and mnbehalf ofthe LLC. IN WITNESS WHEREOF, CJVVNEP< and CONTRACTOR have signed this Agreement in quadruplicate. One counterpart each has been delivered to [}VVNER. CONTRACTOR, and ENGINEER. All portions of the Contract Documents have been signed oridentified byOWNER and CONTRACTOR or identified byENGINEER ontheir behalf. \ � � � l | | ' Section O0O52O-9 1154.00711-2015 i I This Agreement will be effective on MaV 21 st 2015 (which is the Effective Date of the Agreement). OWNER Michael Van Milli en City Mana er (Seal) Signature and Title ATTEST: By: City Clerk Kevin irnstahl i'gnature and Title Address for Giving Notices: Name: Michael Van Milli en - City Manager Street: 50 West 13th Street City, State, Zip Code: Dubuque, IA 52001 Phone: (563) 589 -4110 Facsimile: none E-mail: ctymgrna.cityofdubuque orq Designated Representative: Gus Psiho os- Qify ;I i i i i I Section 00 05 20-10 j '1154.00711-2015 f CONTRACTOR Portzen Construction, Inc. Vice President (Seal) Michael J. Portze Signature and Title ATTEST: By: Estimator Assistant oseph 'Hancock Signature and Title Address for Giving Notices: Company Name: Portzen Construction, Inc. Street: 205 Stone Valley Drive City, State, Zip Code: Dubuque, Iowa 52003 Phone: 563-557-7642 Facsimile: 563-557-9048 E-mail: irportzen@pci-dbq.com Designated Representative: Michael J. Portzen (For Purposes of Notices) License No.: Iowa C099538 (Where applicable) (If CONTRACTOR is a corporation, limited liability company, or a partnership, attach evidence of authority to sign.) Section 00 05 20-11 1154.007/1-2015 0 If CONTRACTOR is a corporation, the Secretary of the corporation should sign the certificate below. If the Agreement itself is signed by the Secretary of the corporation, the certificate below should be executed by some other officer of the corporation, under the corporate seal. In lieu of the following certificate, there may be attached to the Agreement copies of so much of the records of the corporation which will show the official character and authority of the officers signing, duly certified by the Secretary or Assistant Secretary under the corporate seal to be true copies. Jayme Kluesner Corporate Secretary I, , certify that I am the (Print Name) (Title of Officer Signing Certificate) of the corporation named as CONTRACTOR herein above; that Michael J. Portzen (Print Name of Officer Signing Agreement) who signed the foregoing Agreement on behalf of CONTRACTOR was then Vice President of said corporation; that said Agreement was duly signed (Title of Officer Signing Agreement) for and on behalf of said Corporation by authority of its governing body, and is within the scope of its corporate powers. Se (Cor porat I) TJayme Kluesner END OF SECTION Section 00 05 20-12 1154.007/1-2015 � ' L } | BID UPPER BEE BRANCH [|F<EEN- CHANNELSTREETS,AND UTILITIES CONTRACT 1-2015 CITY DFDUBUQUE, IOWA Contract award will be made based on the Computed Total Bane Bid plus any Alternatives selected. The price for all Base Bid items ehe|> be included in the Computed Total Base Bid. Alternative Bids will be added to or deducted from the Computed Tnbs| Base Bid. if they are accepted, prior to Contract award being made. OWNER reserves the right to accept or reject any alternatives to the Computed Total Base Bid. Should OWNER wish to consider alternatives listed, Bidder may be required to provide additional information as listed inArticle 8.O5 of the General Conditions, prior to Notice of Award. The following prices per item ah8|| be for furnishing and i0ode||ing the vah0Ua items of material and work as specified and shown on the drawings. Bidder agrees to perform the Work as shown on the Drawings and described in the Specifications for the following listed prices. Bidder acknowledges that Unit prices have been computed in accordance with Paragraph 11.03.13 of the General Conditions. Bidder acknowledges that estimated quantities are not guaranteed, and are solely for the purpose of comparison of Bidu, and final payment for all Unit Price Bid items will be based on actual quantities, determined osprovided inthe Contract Documents. NOTE: Apric8 must be bid for each item in the Bid. Unbalanced or unreasonable unit prices may cause rejection oftheBid.AUvvordoandnumberashnUbainink.9. Dewatering(Contracts I &2-2015) 1 LS $1,578,360.00 $ 1,578,360.00 " Item No. Description Quantity Unit Unit Cost Extension Overall Channel Site Erosion Control I LS $ 78,225.00 78,225.00 2. Coordination,Administration and 1 LS $ $ 2,373,460.00 2,373,460.00 Meetings 3. Svieeping for Dust Control 240 HR $ 175.00 $ 42,000.00 4. Temporary Controls I LS $ 352,645.00 $ 352,645.00 1 5. Field Offices I LS $ 34,000.00 $ 34,000.00 6. Starting of Systems $ 19,000.00 $ 19,000.00 7. Contract Closeout 11 LS $ $ 15,000.00 15,000.00 26,000.00 26,000.00 Disposal i 10. Contaminated Dewatering Disposal I LS $ 44,520.00 $ 44,520.00 (Contracts I &2-2015) 11. Temporary Soil Retention (Contracts 1 1 ILS $ $ 12, Temporary Construction Fencing 10.00 60,000.00 (Contracts I &2-2015) ' | ! | , | ' ( | Revised Section OOD400'5 11s400n1-mm(Addendum No.o) Item No. Description Quantity Unit Unit Cost Extension 13. Temporary Traffic Control-Signs and 1 LS $ $ i Barriers(All Stages Contracts 1 &2- 127,050.04 127,050.00 2015 14. Clearing and Grubbing 1 LS $ $ 36,855.00 36,855.00 15. Remove&Salvage Existing Road 1 LS $ 15,000.00 $ 15,000.00 Signs 16. Remove&Dispose Chain Link Fencing 2,000 LF $ $ 5.00 10,000.00 17. Remove&Dispose Asphalt&Concrete 22,222 SY $ 7.00 $ 155,554.00 554.00 Pavement ? Remove&Dispose Concrete Curb and 10,092 LF $ $ Gutter 3.50 35,322.00 i 19. Remove&Dispose Concrete Sidewalk 5,742 SY $ $ and Driveway Apron 9.00 51,678.00 20. Mill and Remove Existing Asphalt 2,156 SY $ $ Pavement--Prince Street 5.50 11,858.00 21. Excavation,Disposal,and Grading 1 LS $ $ (Contracts 1 &2-2015) 3,479,700.00 3,479,700.00 l 22. Compacted Granular Backfill-Utilities 1 LS $ $ 1,875,000.00 1,875,000.00 p 23. Compacted Granular Backfill-(Contract 1 LS $ $ 2-20'15 Structures) 512,820.00 512,820.00 f I 24. Undercut Excavation-Channel and " 2,000 CY $ $ 4 StructuresSubgrade 19.00 38,000.00 25. Crushed Stone Class A-Undercut 4,000 T $ $ 1 1 Backfill 24.25 97,000.00 26. Crushed Stone Class E-Stone Mat for 2,000 T $ $ 27.00 54 Contract 2 Structures s000.00 l 27. Contaminated Soil and Solid Waste Fill 10,000 CY $ $ Stockpiling 14.75 147,500.00 f 28. Bee Branch Storm Sewer Diversion- 2,778 T $ $ Temporary Channel Revetment 30.25 84,034.50 i' 29. Kniest Street Storm Sewer Diversion- 667 T $ $ Temporary Channel Revetment 35.50 23,678.50 30. Geotextile for Temporary Revetment 5,000 SY $ $ (Contracts 1 &2-2015) 2.75 13,750.00 31. Geotextile for Subgrade Stabilization 2,200 SY $ $ 1 (Contracts 1 &2-2015) 2.75 6,050.00 32, Segmental Retaining Wall A 470 VSF $ 49.00 $ 23,030.00 33, Segmental Retaining Wail B 1,040 VSF $ $ 49.00 50,960.00 34. Segmental Retaining Wall C 815 VSF $ $ 49.00 39,935.00 j 35. Segmental Retaining Wall D 1,370 VSF $ 49.00 $ 67,130.00 I Revised Section 00 04 00-6 1154.00711-20'15(AddendumNo.6) Item No. Description Quantity Unit Unit Cost Extension 36. Segmental Retaining Wali E 655 VSF $ 49.00 $ 32,095.00 37. Segmental Retaining Wall F 1,025 VSF $ $ 49.00 50,225.00 38. Segmental Retaining Wall G 1,070 VSF $ $ i 49.00 52,430.00 39, Segmental Retaining Wall H 85 VSF $ $ 49.00 4,165.00 40. Segmental Retaining Wall 1 2,315 VSF $ $ 49.00 113,435.00 41_ Segmental Retaining Wall J 725 VSF $ $ 49.00 35,525.00 42. Segmental Refiaining Wall K 785 VSF $ $ 49.00 38,465.00 43. Segmental Retaining Wall L 1,635 VSF $ $ 49.00 80 115.00 44. Segmental Retaining Wall M 30 VSF $ $ 49.00 1,470.00 45. Segmental Retaining Wall N 110 VSF $ $ 49.00 5,390.00 46, Segmental Retaining Wall 0 1,095 VSF $ $ 49.00 53,655.00 47. Segmental Retaining Wall P 195 VSF $ $ ' 49.00 9,555.00 48. Segmental Retaining Wall Q 165 VSF $ $ 49.00 8,085.00 49. Segmental Retaining Wall R 1,090 VSF $ $ ' 49.00 53,410.00 50. Segmental Retaining Wall S 1,180 VSF $ $ 49.00 57,820.00 51. Aluminum Railing 2,600 LF $ 151.00 $ 392,600.00 a 52. Fine Grading 1 LS $ $ 75,600.00 75,600.00 Roadway, Sidewalks, Driveways,Nodes, Plazas, and Alleys 53. Crushed Stone Class A-Undercut 2,000 T $ $ Backfill 15.50 31,000.00 54. Crushed Stone Class B-Lower Street 4,870 T $ $ Layer 15.50 75,485.00 y 55. Crushed Stone Class C-Upper Street 5,820 T $ $ { Layer&Sidewalks 15.50 90,210.00 56, Crushed Stone Class D-Permeable 1,045 T $ $ Street Lower Layer 30.00 31,350.00 57. Crushed Stone Class E-Permeable 223 T $ $ Street Upper Layer 26.00 5,798.00 58. Crushed Stone Class G.-Permeable 111 T $ $ Street Leveling Course 21.00 2,331.00 59. Undercut Excavation-Roadways 1,000 CY $ $ 18.00 18,000.00 60. 30-IN Concrete Curb&Gutter 5,894 LF $ $ 20.00 117,880.00 61. 18-IN Concrete Collar 422 LF $ $ 18.00 7,596.00 Revised Section 00 04 00-7 1154.007/1-22015(AddendumNo.6) { s I Item No. Description Quantity Unit Unit Cost Extension 62. 6-IN Curb Head 86 LF $ 30.00 $ 2,580.00 q 63. 8-IN Doweled Concrete Pavement 2,048 SY $ $ 44.00 90,112.00 22nd Street 64. Asphaltic Concrete Pavement-Binder, 3,800 T $ $ 82.00 311,600.00 Intermediate,and Surface Course 65. Temporary Surface-Asphalt Millings 200 T $ $ 12.00 2,400.00 66. Permeable Clay Brick Pavers 9,023 SF $ $ 7.50 67,672.50 67. Geotextile(Open Graded Stone- 1,253 SY $ $ Permeable Pavers) 3.25 4,072.25 68. Geotextile for Subgrade tabilization 500 SY $ 3.25 $ 1,625.00 69. Polymer Grid(Approach Slabs) 800 SY $ 3.50 $ 2,800.00 70. 7-IN Concrete Sidewalk 53,116 SF $ $$ 451,486.00 71. 6-IN Concrete Sidewalk 2,021 SF $ $ 6.25 12,631.25 72. 4-IN Concrete Sidewalk 31,180 SF $ $ 4.75 148,105.00 73. Concrete Steps 130 SF $ $ 80.00 10,400.00 Ohl 74. Concrete Driveway Apron-Type A or 348 SF $ $ B-Residential(6-IN) 6.50 2,262.00 75. Concrete Driveway Apron-Type A or 2,702 SF $ 7.50 $ 20,265.00 B-Commercial (8-IN) 76. Detectable Warning Field-Truncated 175 EA $ $ Dome Panel(2-FT by 2-FT) 126.00 22,050.00 r 77. Permanent Pavement Marking 1 LS $ $ 71875.00 7,875.00 78. Rectangular Rapid Flashing Beacon 1 LS $ $ System-24th Street 15,000.00 15,000.00 Channel Construction 79. Class C-Crushed Stone Subbase-(Low 5,040 T $ $ Flow Channel Base and Black Walls) 20.00 100,800.00 $Q. Geotextile(Low Flow Channel Walls 6,250 SY $ $ and Channel Rock) 2.75 17,187.50 81. 8•IN Reinforced Concrete Channel- 600 SF $ $ Low Flow Channel Storm Sewer 15.00 9,000.00 Aprons Conc.Slab 82. 8-IN Reinforced Concrete Channel- 3,125 SF $ $ 15.00 46,875.OQ 22nd Street Spillway 83. Reinforced Concrete Curb-22nd Street 313 LF $ $ Spillway 38.00 11,894.00 84, Quarried Limestone Block-Rhomberg& 145 T $ $ 314.25 45,566.25 22nd Street Bridge Abutments 85. Quarried Limestone Block-22nd Street 18 T $ $ Spillway Landscape Node 1,080.50 19,449.00 86. Quarried Limestone Block-Low Flow 2,310 T $ 320.25 $739,777.50 Channel-Base Layer 87. Quarried Limestone Slab--Channel 43 T $ $ Fishing Platforms(Fish Ledge) 496.25 21,338.75 88. Quarried Limestone Block-Channel 43 T $ $ 655.00 28,165.00 Cross Vanes Revised Section 00 04 00-8 1154.00711-2015(AddendumNo.6) p@ f i Item Na. Description Quantity Unit Unit Cost Extension 89. Quarried Limestone Block-Low Flow 578 T $ $ Channel-Upper Layer 375.00 216,750.00 90. Quarried Limestone Blocks-22nd Street 260 T $ $ 1,434.50 372,970.00 Spillway(w/adhesive anchors) 91. ChannelRock Flow Channel 3,500 T $ 24,25 $ 84,875.00 92. Random Granite Boulders- Low Flow 45 EA $ $ Channel 400.00 18,000.00 93. Channel Logs 9 EA $ $ 1,400.00 12,600.00 94. Channel Lunkers(Wooden Fish Cribs) 27 EA $ $ 2,300.00 62,100.00 Landsca in , Restoration,and Amenities 95. Precast Concrete Boardwalk System- 1 LS $ 47,376.00 $ 47,376.00 Kniest Street Biotield 96. Precast Concrete Boardwalk System 1 LS $ 44,236.50 $ 44,236.50 22nd Street Spillway 97. Tree Protection and Trimming 1 LS $ $ 15,000.00 15,000.00 98. Bike Rack 15 EA $ 1,150.00 $ 17,250.00 99. Flag Pole 9 EA $ $ 3,800.00 34,200.00 100. Litter Receptacles(Trash&Recycling) 8 EA $ 2,100.00 $ 16,800.00 901. Metal Bench with Back 13 EA $ 2,000.00 $ 26,000.00 102. Picnic Table 1 EA $ 5,100.00 $ 5,100.00 -TO_3. Interpretive Sign 8 EA $ 2,650.00 $ 21,200.00 104. Chain Link Fence Fence-6-FT High 620 LF $ 16.50 $ 10,230.00 105. Stairway Handrail 37 LF $ 142.00 $ 5,254.00 -To_6Split Rail Cedar Fence 596 LF $ 6.50 $ 3,874.00 _'{O_7. Stone Planter Units,w/Concrete Base 770 LF $ $ 140.50 108,185.00 108, Stacked Stone Seat Wall-Inlet 130 LF $ $ 176.50 22,945.00 Structure 109. Stone Slab Bench 17 EA $ 2,646.00 $ 44,982.00 110. Limestone Stair Units61 LF $ 186.50 $ 11,376.50 T- 111. Concrete Band at Playground 20 LF $ 90.00 $ 1,800.00 _T1_2. Donor Pavers--Clay Brick Pavers 653 SF $ 12.25 $ 7,999.25 113. Limestone Landscape Stone 13 $ 244.75 $ 3,181.75 114. Salvaged Clay Pavers 586 SF $ $ 10.00 5,860,00 115. Shredded Hardwood Mulch,3-IN 1,345 SY $ $ 6.75 9,078.75 Revised Section 00 04 00-9 a 1154.00711-2015(AddendumNo,6) i Item No. Description Quantity Unit Unit Cost Extension 116. Organic Loose Fill Surface(Bark Mulch 3 SY $ 12.00 $ 36.00 for Playground),4-IN Min. Depth 117. Poured in Place Rubber Surface 771 SF $ 17.00 $ 13,107.00 118. Orchard Play Elements-Log Beam 4 550.00 2,200.00 119. Orchard Play Elements--Log Round 14 EA 325.00 4,550.00 120. Spillway Millstone 1 LS $ 10,584.00 $ 10,584.00 _T21. Spillway Wedges 1 LS $ 5,234.75 $ 5,234.75 122. Deep Tilling 40°000 SY $ $ .25 10,000.00 7T2_3. Topsoil 7,740 GY $ $ 44.25 342,495.00 124. Shovel-Gut Edge 500 LF $ $ 2.00 1,000.00 125. Bluegrass Seed Lawn 9,474 SY $ 3.00 $ 28,422.00 126. Bluegrass Sad Lawn 1,473 SY $ $ 7.00 10,311.00 F127� Fescue Seed 44,923 SY $ 3.00 $ 134,769.00 Fescue Sod 20,783 SY $ 7.75 $161,068.25 Native Vegetated Mat-Type A 626 SY $ $ 46.00 28,796.00 L131. Native Vegetated Mat--Type B 700 SY $ 46.00 $ 32,200.00 Native Vegetated Mat-Type G 1,167 SY $ 46.00 $ 53,682.00 132. Trees-Deciduous canopy,5-IN cal. 10 EJB, $ 1,047.50 $ 10,475.00 B&B 133. Trees-Deciduous ornamental,4-IN cal. 12 $ 735.00 $ 8,820.00 B&B 134. Trees-Deciduous canopy,2-IN cal. 27 EA $ $ 551.25 14,883.75 B&B 135. "frees-Deciduous canopy,2 112-IN cal. 39 EA $ $ 628.00 24,492.00 B&B 136. Trees-DecIdUOUS ornamental,2-IN cal. 33 EA $ 488.25 $ 16,112.25 B&B 137. Trees--Deciduous(orchard)5-FT ht.BR 21 EA $ 55.75 $ 1,170.75 i 138. Trees-Evergreen,6-FT ht.B&B 36 EA $ $ 460.00 16,560.00 139. Shrubs-deciduous„5 gal.container 249 EA $ 68.25 $ 16,994.25 140. Shrubs-Deciduous,3 gal.container 106 EA $ 56.75 $ 6,015.50 L141. Shrubs--Evergreen,5 gal.container 18 EA $ $ 103.00 1,654.00 Biofield Soil 175 GY $ $ 51.50 9,012.50 Remised Section 00 04 00-10 1154.007/1-2015(AddendumNa.6) j Item No. Description Quantity Unit Unit Cost Extension i 143. Soil Media for Planters 96 CY $ $ 110.25 10,584.00 144. Perennials-Herbaceous,4.5-IN 192 EA $ 12.75 $ 2,448.00 container 145. Perennials-Herbaceous, 1 gal. 1,362 EA $ 19.50 $ 26,559.00 container Sanitary Sewer 146. 36-IN Ductile Iron Sanitary Sewer w/ 1,796 LF $ 402.00 $ 721,992.00 Polyethylene Encasement 147. 24-IN Ductile Iron Sanitary Sewer w/ 1,262 LF $ 291.00 h7,242.00 Polyethylene Encasement 148. 18-IN Ductile Iron Sanitary Sewer w/ 47 LF $ 401.00 $ 18,847.00 Polyethylene Encasement 149. 15-IN PVC Sanitary Sewer 224 LF $ $ 235.00 52,640.00 150. 8-IN Ductile Iron Sanitary Sewer w! 192 LF $ $ 109.25 20.976.00 Polyethylene Encasement 151. 4-IN Sanitary Lateral-DI w/ 75 LF $ 138.50 $ Polyethylene Encasement 10,387.50 1 152. 4-IN Sanitary Lateral-PVC 75 LF $ $ 59.00 4,425.00 153. 4-FT Diameter Manhole 23 VLF $ $ 530.25 12,195.75 154. 5-FT Diameter Manhole 38 VLF $ $ 1,023.75 38,902.50 155. 6-FT Diameter Manhole 190 VLF $ $ { 1,247.50 237,025.00 156. Salvage and Reinstall Existing Sanitary 1 EA $ $ Manhole 3.677.00 3,677.00 157. Connect to Existing Sanitary Lateral 6 EA $ $ 1,514.00 9,084.00 158. Connect to Existing Sanitary Sewer or 10 EA $ $ Structure 4,483.50 44,835.00 159, Abandon Existing Sanitary Sewer 1 LS $59,640.00 $ 59,640.00 Water Main and Yard Hydrant Systeme 160. 20-IN Ductile Iron Water Main- 211 �LF $ $ t Restrained Joint OO f 20� 051. ®Q 161. 16-IN Ductile Iron Water Main 105 LF $ G .. $ . _ r 162. 16-IN Ductile Iron Water Main- 221 LF $ $ Restrained Joint79 lL ' 00 V5 5, i 163. 12-IN Ductile Iran Water Main 550 LF $ 1 $ ! G 164. 12-IN Ductile Iron Water Main- 237 LF $ $ Restrained Joint Z ! 165. 10-IN Ductile Iron Water Main 601 LF $ $ ✓ o i 166. 8-IN Ductile Iron Water Main 826 LF $ $ U I 167. 6-IN Ductile Iron Water Main 128 LF $ $ a 9L7 168. 6-IN Ductile Iron Hydrant Lead 131 LF $ a $ t Revised Section 00 04 00-11 �3 1154.007/1-2015(AddendumNo.6) I i I i Extension Cost Item No. Description Quantity Unit Unit -T-69-7— 20-1 Flanged Butterfly Valve w/1-IN I EA 11 ZfO, ()o $ I z I Z10, Ob Taps in 6-FT Diameter Manhole I'DO, 00 -1-70 20-IN Butterfly Valve /Road Box-& 6 EA $ q $ , 3 Valve Adapter 171. 16-IN Flanged Butterfly Valve—w/1-IN 1 EA $ $ taps in 6-F7 Diameter Manhole 11 M.0 1-7 ?Y�, 00 77-2 16-IN Butterfly Valve w/Road Box& 2 EA $ Valve Adapter Z,55 7, 75 S 7K 12-IN Gate Valve 173. wl 3/4-IN taps in 6-FT 1 Ek IL �9� $ Diameter Manhole I 'l 0 1) T74. Road Box&Valve 10 EA $ Adapter Z 175. 10-IN Gate Valve—w/Road Box&Valve 4 EA $ $ Adapter Z z Z5 00 176. 8-IN Gate Valve wl Road Box&—Valve 8 E-A T— Adapter o 0 0 7-77 8-IN Gate Valve(Live Tap) I EA -7 y7,o -1-78 6-IN Gate Valve w/Road Box&Valve 13 EA $ $ Adapter 1 *Z31 0 A 'D 1�, 7 182F179. 20-INI Nitrile Gaskets 15 EA $ $ 10-IN Nitrile Gaskets 20 EA $ $ qj, o v U0, 00 $ 6-IN Nitrile Gaskets 6 $ Lt, 0 0 182. Fire Hydrant 9 EA $ $ 17 32M S� 30, 80 1 183. Salvage and Reinstall Existing Hydrant 2 $ $ 33t, !�o 18,44. RPBackflow Valve Assembly vdRock——9 EA $ $ Enclosure 6-71 'k)O, 06 - -1-85 6-INAeration Ductile Iron Force PFaTn—--7 56 TF 77. 75- $ 'It', 50. 00 -18-6F- 8-IN Aeration Water Line w/W rap 39 LF $ 1OLf 00 0 00 -1-87 12-IN Aeration Water Line wfWrap 16 LF $ -15'- 7114. 00 Water Line TF— $ -88— 446— 7 $S" 62io- 1fir0) -1-89 I EA $6-IN Aeration Water Line Valve $ 20, fo 190. 8-IN Aeration Water Line Valve 2 EA 2 47,5 1) 0 0 -- 191. 12-IN Aeration Water Line Valve 1 EA 0 $ 192-.— 8-IN Reclaimed Water Line Valve I EA $ 0 $ o vI ..... Revised Section 00 04 00-12 1154.00711-2016(AddenduinNo.6) Item No. Description Quantity Unit Unit Cost Extension 9 3 6-FT DIA Aeration Water Line Manhole 2 EA )0,000�00 20, oo(), oo 194. 4-FT DIA Aeration Water Line Manhole 3 EA $ $ 000,06 > 0 0(-), 0 o 195. 2-IN Copper Water Service 45 LF $ $ 00 q7� 00 -T-96F_ 1-1/2-1N Copper Water Service _4_O _LF- $ -Z 00, 197. 1-IN Copper Water Service 1,695 LF $ $ rA 19_8._ 314-IN Copper Water Service 2,175 LF $ 76, 1-zz;,oo 1_99 2-IN Corp StopTap I EA $ $ _fQ_0 2-IN Curb Stop&Box I EA $ $ 0 0 201. 1-1/2-IN Corp Stop&Tap zoo,06) $ 1300�06 02 1-1/2-IN Curb Stop&Box $ $ 9 . 0 j L20 3 1-IN Corp Stop&Tap 5 EA $ 550,00 $ 2, 0 --20-4. 1-IN Curb Stop&Box 5 EA $ 00 $ _fQ_5 3/4-1 N Corp Stop&Tap 27 EA $ $ _2O_6 314-IN Curb Stop&Box 21 EA $ _2O_7 Yard Hydrants 21 EA $ $ 5b,00 )7, �01 0 208. Drinking Fountain w/Vault&Piping 51 EA 00 $ 06. 00 -To_9 Connect New Water Main to Existing 20 EA $ I., I'D joZ, Water Main 2i_5 Connect New Service to Existing Water 26 EA $ Service ta ,00 bo, C)o 211. Abandon Existing Water Main and I LS $ 5506 Appurtenances 212. Insulation I LS $ $ OW,00 Connection Structure Pumping Station.,_ 213. Weir Gate 2 LS $ $ 3JrG 5 214. Portable Building 1 LS $ $ S 7, Z 7 7 .5-0 215. Channel Dewatering PLIMPS I LS $ $ 3 50, 00 216. Pump Discharge Piping I LS $ 000, Ov �Zj)00, 00 _2i_7 20-IN Flap Valve I EA $ $ boo 'Z bo, Ou _2l—a 12-IN Flap Valve2 $ *zL ,goo Revised Section 00 04 00-13 1154.007/1-2015(AddendumNo.6) g Item No. Description Quantity Unit Unit Cost Extension Spillway Aeration Pumping Station 219. Millstone I LS 0 o 0106 I 220. Weir 1 LS $ I D q" s 0 0 $ t✓ -,��' _f21Pumping Station wet Well 1 LS $ �"7, J 222. Pumping Station Valve Manhole 1 LS $ l ? , 223. water Feature Submersible Pump(SP- 1 LS $ f � 03) Y Q } 9,30, 00 [ 224. Pump Station and Valve Manhole 1 LS $ 0 $ 006. 00 Interior Piping zo 225. 6-IN Gate Valve 2 EA $ $ 31 t r 226. 6-IN Check Valve 2 EA $ 1 $ x Storm Sewer,Aeration, and Reclaimed Water 227. Provide Temporary Opening in Bee 1 LS $ $ Branch Culvert-Washington Street �„j1° oo,o b f 06).00 Area 228. Provide Opening/Remove Bee Branch 1 LS $ $ p� Culvert-Pine Street NSBB j 00,0o , UC ,o 229. Provide Temporary Opening in Bee 1 LS $ $ Branch Culvert-.Elm Street Area z!; b yor _2F3 0. Provide Temporary Openings in Kniest 1 LS $ $ St Culvert -C), Ii,0 D 3 !CV),0 0 231. Provide Temporary Opening/Rep in 1 LS $ $ / 22nd Street Culvert 232. Precast Concrete Box Culvert-12 FT x 751 LF $ ! %. U $ � '7 10-FT , ! d 233. Precast Concrete Box Culvert 3 EA $ Y' a $ ! �� Bulkhead-l2-FT x 10-FT t' 234. 34-IN x 53-IN HERCP Storm Sewer 39 LF $ $ 7X 6 ! 235. 38-IN x 60-IN HERCP Storm Sewer 19 LF $ ,I o o' o o $ �7 f + o o 236. 72-IN RCP Storm Sewer 59 LF $ $ 361 7 t 0 237. 60-IN RCP Stom1 Sewer 168 LF $ i r + $ 1 J 0 0 238. 48-1N RCP Storm Sewer 132 LF $ $ ,r D6 239_ 42-IN RCP Storm Sewer 213 LF $ ter $ 4 240. 36-IN RCP Storm Sewer 35 LF $ Z25, 00 , _241. 30-IN RCP Storm Sewer 232 LF $ t $ ry r' ryl 242. 24-IN RCP Storm Sewer 1,022 LF $ /)1 � $ Revised Section 00 04 00-14 1154.0(77/1-2015(Addernd=Na.6) ItemNo. Description Quantity Unit Unit Cost Extension 243. 18-IN RCP Storm Sewer 657 LF $ $ 7 .00 iA275,00 �2�44. 15-IN RCP Storm Sewer 1,470 LF $ 65,od C151 5 501 J0 -24-5 12-IN RCP Storm Sewer 96 LF $ (00-00 $ 5760,00 -24-6 60-IN RCP Bend I EA $ $ qW.6c) q&b. -N7. 15-IN RCAEW 3 EA $ qp $ 248. 24-IN RCAEW I EA LAJ 249.--NSBB Equipment/Castings—Lincoln Ave I LS $ $ g6000.00 05, -250. -RSBB Precast Baffle Box, I LS $ $ Equipment/Castings-24th Street .2551060160 256110100100 251. NSBB EquipmenttCastings— 1 LS $ $ Washington Street 210 OW.o o 2qO,ow-o o -2�52. NSBB Equipment/Castings—Pine Street I LS $2q? $7q Yj X0.OD 253, MH 19.1-8'x10"Precast Concrete I LS $ $ Manhole with Casting 00 000 0 0 254. 4-FT DIA Storm Manhole Base Tee 10 VLF $ $ Section(6-FT DIA) -Y5-5 4-FT DIA Storm Manhole w/Cover& 67 VLF $ $ 7-5, 0 q1,S-f14-,cc) Casting oO 256. 5-FT-T.ff DIA Storm Manhole w/Cover& 17 VLF $ Casting 57, 6-FT DIA Storm Manhole w/Cover& 52 VLF $ Casting 75, 0 b -1��560100 1 258- 7-FT DIA Storm Manhole w/Cover& 5 VLF $ Casting / $ZOO�00 0 0 259. 8-Ff DIA Storm Manhole w/Cover& 16 VLF $ /Mr $ 23,WO-Oo Casting 260. Storm Inlet L-7—Type SW402-4-FT x 6- 6 VLF $ $ FT w/Bass Section and Casting /100.00 6600,GO 261. Storm Inlet—Type SW501 w/Base 377 VLF $ - $ Section&Casting 262. Storm Inlet-24-IN Type SW512 w/Base 21 VLF q-75 00 'MS,00 Section&SW604 Type 3B Casting 261 -StormInlet-30-IN Outlet Control 16 VLF $ .7570 $ Structure(Blofields) �0 264. SW604Type 4B Casting Cast into 1 EA $ Concrete Slab (Ooo.0o &X-00 265. 2-FT DIA Manhole Casting—Type Q I EA $ $ Grate 0 0 266. Adjust Existing Inlet Casting to New 2 $ Line and Grade 000,(Do 0060100 - -2-67 Inlet Casting on CIP Structure 5 EA $ $ (including Risers,Adjustment) bs-O.00 3 268. Manhhole Casting on CIP Structure 5 EA $ (including Risers,Adjustment) Revised Section 00 04 00-15 1154.00711-2015(AddendumNo.6) f69.No. Description Quantity Unit Unit Cost Extension Connect 60-IN Storm Sewer to Bee 1 LS $ $ Branch Culvert 151000,00 151-000106 270. Provide Blind Connection to New Storm 2 EA $ $ Sewer 5WO, ,O 271. 8-IN Drain Tile w/Filter Fabric 105 LF $ /rr)�/y/ ///yt $ /1 //j�j(yry( (J�/ j i.AY V 0 $ V 0.�/6e/d 0c) j 272. 6-IN Drain Tile w/Filter Fabric 8,564 LF $ q1 o. f Y� E 4-IN Drain Tile w/Filter Fabric 3,924 LF` $ $ SYS+ r/Remove/Dispose Existing Bee Branch 't LS $ $ 7X 7c �1t7 Culvert /51,7.10,06 f�/ Z10-00 275. Remove/Dispose Existing Kniest Street 1 LS $ $ Culvert 76, YYoo! -7(,0"5,7 ,0 276. Remove/Abandon Existing Local Storm 1 LS $ $ Sewer 2r,Igs,fi() 129125,00 277. Stop Logs 5 EA $ $ .5 00,00 f 06,0 278. Flap Valve for Drain Tile(4-IN) 12 EA $ $ &Z,0100 %qYO.0 0 279. Flap Valve for Drain Tile(6-IN) 2 EA $ $ Electrical/Lighting F2. F!iixxt"u ure Type A and PoleBase 7 EA �' GX0,00 $ �� /, iure Type B and Pole Base 26 EA $ '+��^^*'���y, p�''�'��,�ry^� $ re.Type C 16 EA $ 00 283. Fixture Type D and Pole Base 15 EA $ $ /1 ?-,,5W,00 284. Fixture Type E 2 EA $ $ /0 ?0. 285. Fixture Type F 2 EA $ r /s/ 00 $ 286. Fixture Type G ` F�4 $ ®i/r..N, c $ 00 / 7�J r 287. Fixture Type H 20 EA $ 06 288. Fixture Type J 6 EA $ l 289. Fixture Type K 19 EA $ �Y $ ,jq B v 290. Channel HWL blaming System 4 EA $ $ q( ` 00 L2'1. Electric Handhoie 65 EA $ /0ro $ .00Communication F{andhoie 46 EA $ � $ r Revised Section 00 04 00-16 1154.007/1-2015(AddendumNn.6) Item No. Description Quantity Unit Unit Cost Extension 293. Pathway Control Cabinet and Utility 3 EA $ %X'0 $ 15o000 Service �..-''V 294. Temporary Power Pedestal and Utility 1 EA $ $ Service 006, oo V 4/ 295. Storm Water Pumping Station and 1 LS $ �� $ Utility Service o-'/ ✓ 296. PVC Sch.80 conduit-5-IN 600 LF $ $ Jo , C 297. PVC Sch.80 Conduit-4-IN 600 LF $ $ /e6 00I 298. PVC Sch_80 Conduit-3-1N 2,500 LF $ � $ f - 1 00 299. PVC Sch.80 Conduit-2-IN 1,000 LF $ $ r 300. PVC Sch.40 Conduit 3/4-IN 500 LF $ ,r $ 301. PVC Sch.40 Conduit-1 112-IN 10,000 LF $ $ r o 302. PVC Sch.40 Conduit-2-IN 12,000 LF $ T $ 06 I 303. PVC Sch.40 Conduit-3-1N 100 LF $ $ /3Cfc?,ClrJ I .® 304. PVC Sch.40 Conduit-4-IN 1,200 LF $ $ f 900, OL 305. PVC Coated RGS Gonduit-3/4-IN 100 LF $ $ J j(.Q0 306. PVC Coated RGS Conduit-14N 150 LF $ t + $ ! f sc 307. PVC Coated RGS Conduit-1 1/2-IN 1,000 LF $ � $ pis 308. PVC Coated RGS Conduit-2-IN 500 LF $ F„ $ 309. PVC Coated RGS Conduit-3-IN 500 Lt $ S3,5-0 $ IS,750, 00 310. PVC Coated RG5 Conduit-4-IN 300 LF $ t $ a Y,,775,00 7 ,00 311. Rigid Galvanized Steel Conduit--3/4-IN 100 LF $ $ 7 . 312. Rigid Aluminum Conduit--3/4-IN 100 LF $ �` 0 $ 60,00 tL7. 313. Liquidtight Flexible Conduit-3/4-IN 50 LF $ $ /1 375-0 314. Boxes 1 LS $ I! , -- $ / I 315. Wiring Devices 1 LS $ � ,f. $ r2,F(xr 2,; �a 316. wire 20,000 LF $ $ 00 2.0/060,0 317. Ground Grid 160 EA $ l,t? $ 1 qqo,OD 31 318. Instrumentation and Controls 1 LS $ ` f $ ,r 7 t Vi f &q I Security System 319. Security Camera--Fixed and Installation 36 EA $ 153r $ /_ 1 7 00 Revised Section 00 04 00-17 1154.00711-20'i5(AddendumNo.6) i i Item No. Description Quantity unit Unit Cost Extension 320 Security Camera-Fixed and Turned 14 EA $ jr Over to OWNER Item Security Camera-Therms! I _EA _$ 00 $ vs,0 0 _32_27— Security Camera--PTZ and Installation 2 Eft $ $ Z 15,00 _32_3 Security Camera-PTZ Turned Over to I ET $ 0 $ OWNER _32_4 HDPE Conduit-1—1/2-IN 12,000 LF $ 1, 00 0 0 HDPE Conduit-2-IN _�_2_5 1,000 L $ oo 326. i-IDPE Conduit-3-IN 500 CF—_$ $ - 100 $ $ :�2_7 HDPE -IN -7 z 7. 5_ 328. 4-FT Fiber Vault 14 $ -Z C . _32_9 Network and Video Surveillance I LS $ Equipment 3 �T S-0 330. CAT6 Cable 10,000 LF $ $ 0 cv, 0 0 331. Fiber Cable 500 LF $ $ 0, 0o 0,C)o Technology Park Fill Sit.. (Mandatory Work) 332. Erosion Control I LS $ 9 0 $ 9 I LS $ $ Clearing and Grubbing -17 _3_34 Strip T)psoil I LS O'D NO Technology a 32. [33 3 E — S 3 Undercut Excavation(Core Out) 0,500 $ 9. CY 0,7,r-_ 'Z,.g 7 5 T $ r336� Class A-Crushed Stone $ 2�. -Z< Z-1, 337. 30-IN RCP Storm Sewer 94 LF $ 1 '3 Abandon Existing Storm Sewer i cs— $ 339, 5-FT DIA MH w/Cover and Casting T_5 _VLF $ 'V 10 39' —9,000 Sy 340, Bluegrass Seed Lawn $ $ /, -7 341, 6-IN Drain Tile w/Filter Fabric 295 LF $ $ �34 r-2 Modified Subbase-IDOT Gradation 14 770 T $ $ E. 'Z Z 13 7, T4-37-- Placing and Compacting ContaminatedCY $ $ �, 0 0 vD. D 0 So and Solid Waste _3_44 Placing and Compacting Non- 16,200 CY $ n 60, 0 0 Contaminated Soil T Revised Section 00 04 00-18 1154,007/1-2015(AddendumNo.6) COMPUTED TOTAL BID CONTRACT 1-2015 (ITEMS 1 THROUGH 344) Z 7) �j! t 1 ZG �' co) itc>e��} 5e+ie� n1�11;nneurhr,wdr �'#v-�(�ru -��tAaSUnF�I Dollar (Words);LLr 64 d4 'One dolfcu5 (Numbers) >ST ID N CH CREEK- CHAND UTILITIES - 15UE, I A Item No. v Description Quantity Unit Unit Ca Extension �. Salvaged and Re-Used Li ne 930 T7� .00 $ q2r g5o,00 Blocks-Low Flow Channel-Mid La �P z I COMPUTED TOTAL ALTERNATIVE B O. 1 vu Dollars (Words) (Numbe i ALTERNATIVE BID NO. 2 UPPER BEE BRANCH CREEK- CHANNEL, STREETS, AND UTILITIES CONTRACT 1-2015 CITY OF DUBUQUE, IOWA Item No. Description 7Quanr�ltyUnit Unit Cost Extension 17 Quarry Limestone Blocks-Low Flow 930 T $ $ ,1y Channel-Mid Layers oo 365Lf .t J COMPUTED TOTAL ALTERNATIVE BID NO. 2 /l ��-�� �?wrincol ��X�r�u2T�iouSa��f�z.7►u-lru�n� nt�dY Dollars � (Wards) (Numbers) Revised Section 00 04 00-"18A 1154.007/1-2015(Addendum No.7) R ', 'i I I i i I i I I i ail I t i Rev 01/2015 CONSENT DECREE RELATING TO THE CITY OF DUBUQUE, IOWA WATER & RESOURCE RECOVERY CENTER AND SANITARY SEWER COLLECTION SYSTEM �1 NO CONTRACTOR OR CONSULTANT MAY PERFORM ANY WORK FOR THE CITY OF DUBUQUE RELATED TO THE WATER & RESOURCE RECOVERY CENTER OR THE SEWER COLLECTION SYSTEM UNLESS COPY OF THIS DOCUMENT IS RETURNED TO THE CITY OF DUBUQUE ENGINEERING DEPARTMENT II 1 The City of Dubuque, Iowa has entered into a Consent Decree in the case of The United States of America, and the State of Iowa v. The City of Dubuque, Iowa, Civil Action No. 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 Iowa. j The provisions of the Consent Decree apply to and are binding upon the City and its 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. 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. A copy of the Consent Decree can be found at http://www.cityofdubugue.org/DocumentCenter/Home/View/3173. A paper copy is available upon request from the City of Dubuque Engineering Department. 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. �a The Consent Decree also provides that until five years after the termination of the Consent Decree, the City shall retain, and shall instruct its contractors and agents to preserve, all non-identical copies of all documents, reports, data, records, or other i 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 requirement shall apply regardless of any contrary City, corporate or institutional policies or procedures. At any g time during this information-retention period, upon request by the United States or the State, the City shall provide copies of any documents, reports, analytical data, or other information required to be maintained under the Consent Decree. At the conclusion of Page 1 of 2 g the information-retention period, the City shall 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 shall deliver any such documents, records, or other information to the EPA or IDNR. q i I CERTIFICATION BY CONTRACTOR OR CONSULTANT The undersigned, on behalf of the Contractor or Consultant, with full authority to act on behalf of the Contractor or Consultant, certifies to the City of Dubuque as follows: 1. 1 have received a copy of the Consent Decree in the case of The United States of America, and the State of Iowa v. The City of Dubuque, Iowa, Civil Action No. 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 Iowa. 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. The Contractor or Consultant 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 or Consultant's failure to comply with the Consent Decree. Contractor or C It nt: Portzen Construction, Inc. By: Michael J. Portzen Its: Vice President Date: May 21 , 2015 Return signed copy to: Denise Ihrig P.E. Environmental Engineer City Hall - Engineering Department 50 W. 13th Street Dubuque, IA 52001 Page 2 of 2 SECTION 00 05 51 EROSION CONTROL CERTIFICATION 1 Dated: May 21, 2015 I I City: Dubuque, Iowa Address: City of Dubuque 50 W 13th Street Project: Upper Bee Branch Creek- Channel, Streets, & Utilities Contract No. 7201654 Description: Open Channel Excavation I certify _under penalty of law that I understand the terms and conditions of the National Pollutant Discharge Elimination System (NPDES) Permit that authorizes the storm water discharges associated with industrial activities from the construction site and as detailed in the Contract Documents. Further, !i by my signature, I understand that I am becoming a co-permittee, along with the owner(s) and other contractors and subcontractors signing such certifications, to the Iowa Department of Natural Resources NPDES General Permit No. 2 for"Storm Water Discharge Associated with Industrial Activity for Construction Activities" at the project site. As a co-permittee, I understand that 1, and my company, are legally required under the Clean Water Act and the Code of Iowa, to ensure compliance with the terms and conditions of the storm water pollution prevention plan developed under this NPDES permit and the terms of this NPDES permit. I agree to indemnify and hold the City harmless from any claims, demands, suits, causes of action, settlements, fines, or judgments and costs of litigation, including, but not limited to, reasonable attorneys fees and costs of investigation and arising from a condition, obligation, or requirement assumed or to be performed by the Contractor for storm water pollution and erosion control. Fines and other costs incurred against the City for the Contractor's failure to provide the required erosion control practices will be paid by the Contractor. Contractor: Portzen Construction, Inc. i C By: i (Authorized Signature) Michael J. Portzen Vice President (Title) j I END OF SECTION t Section 00 05 51-1 1154.007/1-2015 i i a ii 3 I i I 1 7 { 3 9 4 I i UPPER BEE BRANCH CREEK- CHANNEL, STREETS, AND UTILITIES CONTRACT 1-2015 CITY OF DUBUQUE, IOWA SECTION 00 06 00 PERFORMANCE, PAYMENT AND MAINTENANCE BOND KNOW ALL BY THESE PRESENTS: That we, Portzen Construction Inc., as Principal (hereinafter the "Contractor"or"Principal' y Company United Fire & Casualt and P Y , as Surety are held and firmly bound unto the City of Dubuque, Iowa, as Obligee (hereinafter referred to as "the Owner"), and to all persons who may be injured by any breach of any of the conditions of this Bond in the penal sum of Twenty-seven million, eight hundred and nineteen thousand, and two hundred and sixty six dollars ($27,819,266.00), 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, firmly by these presents. The conditions of the above obligations are such that whereas said Contractor entered into a contract with the Owner, bearing date the 21st day of May 2015 , hereinafter the "Contract") wherein said Contractor undertakes and agrees to construct the following described improvements: Upper Bee Branch Creek—Channel, Streets, and Utilities Project consists of 2,000 LF of storm water conveyance channel with roughly 200,000 CY of unclassified excavation; 30,000 SF of granite rock bottom; roughly 10,000 VSF of limestone channel walls; traffic control, dewatering, soil retention, baffle boxes, fencing, removal and stockpiling of contaminated soil and water; storm water pumping stations including pumps, controls piping and gates; 6 inch through 20 inch water main at various locations; roughly 4,000 LF of 8 inch through 36—inch sanitary sewer; roughly 3,000 LF of 12 inch through 72 inch storm sewer sizes; roughly 15,000 VSF of segmental. block retaining wall with railing, biofiltration areas; roughly 8,000 LF of concrete curb and gutter, concrete pavement, asphalt pavement, PCC sidewalk, flag poles, drinking fountains; roughly 300,000 SF of vegetative surface restoration, trees, shrubs; roughly 25,000 SF of porous brick surfaces; electrical and lighting components including over 20,000 LF of conduit; wiring; over 60 light poles; handholes; cabinets and controls; security system including over 10,000 LF of conduit and cable; over 50 cameras; emergency telephones; and handholes. Section 00 06 00-1 1154.00711-2015 V i 1 and to faithfully perform all the terms and requirements of said Contract within the time therein specified, in a good and workmanlike manner, and in accordance with the Contract Documents. 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: i 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 above referenced improvements, and shall indemnify and save harmless the 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. 2. PAYMENT: The Contractor and the Surety on this Bond hereby agreed to pay all just claims submitted by persons, firms, subcontractors, and corporations N furnishing materials for or 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 ato p bind themselves to the obligations ns and conditions set forth in Chapter 573 of the Iowa 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 expense: A. To remedy any and all defects that may develop in or result from work to be performed under the Contract within the period of 2 year(s) from the date of acceptance of the work under the Contract, by reason of defects in workmanship or materials used in construction of said work; 1 B. To keep all work in continuous good repair; and 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. i I i Section 00 06 00-2 1154.007/1-2015 r i i f i Contractor's and Surety's agreement herein made extends to defects in workmanship or materials not discovered or known to the Owner at the time such work was accepted. 4. GENERAL: Every Surety on this Bond shall be deemed and held bound, any contract to the contrary notwithstanding, to the following provisions: f' k, A. To consent without notice to any extension of time to the Contractor in which to perform the Contract; 1 B. To consent without notice to any change in the Contract or Contract Documents, 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 20% of the total contract price, and that this bond shall then be released as to such excess increase; and C. To consent without notice that this Bond shall remain in full force and effect until t 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. The Contractor and every Surety on the bond shall be deemed and held bound, any contract to the contrary notwithstanding, to the following provisions: D. That no provision of this Bond or of any other contract shall be valid that limits to less that five years after the acceptance of the work under the Contract the right to sue on this Bond. E. That as used herein, the phrase "all outlay and expense" is not to be it limited in any way, but shall include the actual and reasonable costs and expenses incurred by the Owner including interest, benefits, and overhead where applicable. Accordingly, "all outlay and expense" would include but not be limited to all contract or employee expense, all W equipment usage or rental, materials, testing, outside experts, attorney's fees (including 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 of Contractor's failure to perform as required in the Contract and Contract Documents, that all agreements and promises set forth in the Contract and Contract Documents, in 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. Section 00 06 00-3 1154.007/1-2015 i 3 V 4 In the event the Owner incurs any "outlay and expense" in defending itself against any claim as to which the Contractor or Surety should have provided the defense, or in the enforcement of the promises 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, provided that the Surety's obligation under this bond shall not exceed 125% of the penal sum of this bond. In the event that any actions or proceedings are initiated regarding this Bond, the parties agree that.the venue thereof shall be the Iowa District Court for Dubuque County, State of Iowa. 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 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. NOW THEREFORE, the condition of this obligation is such that if said Principal shall faithfully perform 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 in this Bond, the Contract, or the Contract Documents; second, if not defined in the Bond, Contract, or Contract Documents, it shall be interpreted or construed as defined in applicable provisions of the Iowa Code; third, if not defined in the Iowa 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 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. Section 00 06 00-4 1154.007/1-2015 Witness our hands, in triplicate, this 21st day of May , 2015 Surety Countersigned By: PRINCIPAL: f Lw� Portzen Construction Inc S' nature of Agent Contractor By: ignature iTeP rd-.,nce J Frtbdman : Vice-President Printed Name of Agent Title Friedman Insurance Inc SURETY: Company Name 880 Locust St - Ste 200 United Fire & Casualty Co. Company Address Surety Company Dubuque, Iowa 52001 By: City,State,Zip Code Signat re Attorney-in-Fact Officer (563)556-0272 Mark J.Phalen Company Telephone Number Printed Name of Attorney-in-Fact Officer Friedman Insurance Inc Company Name 880 Locust Street - Ste 200 Company Address FORM AP OVED BY: Dubuque, Iowa 52001 QCity,State,Zip Code 9 _ (563)556-0272 Attorney for Owner Company Telephone Number s 4 NOTE: 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. 2. This bond must be sealed with the Surety's seal 3. The Certificate or Power of Attorney accompanying this bond must be valid on its face and sealed with the Surety's seal. 4. The name and signature of the Surety's Attorney-in-Fact/Officer entered on this bond must be exactly as listed on the Certificate or Power of Attorney accompanying this bond. Section 00 06 00-5 1154.00711-2015 o, e 1 ii I I I i I i i Ij it I I U1 '. FIRE&CASUALTY COMPANY CEDAR RA 100 IA UNITED.EIRE&INDEMNITY -WANY,WEBST�R,TX Inquwes Surety Department FINANCIAL PA .. .-INSURANCE COMPANY,ROCI�IN,CA 118 Second A't e ., CERTIFII±D COIN OF I OW.OF.ATT7. .-I Y CEdar Rapids,IA 5 + (original on file at`Horrie Office of Company See Certification) q KNOW ALL PERSONS BY THESE PRESENTS,That UNITED FIRE&CASUALTY COMPANY,a corporation duly organized and existing under j tine lams of'the"State of Iowa UNITED FIRE t INDEMNITY CO.MO. , I a corporation duly otganized and existing under.the.laws of the State 0- Texas and FINANCIAL PACIFIC INSURANCE, ... Y, a corporation duly organized and:exrstrng tinder the:laws of the State of Califonua . (herein collectively called:the Corg ppanics:,and hautn their corporate headquarters in.*: Rapids,Mate of Iowa does make,Constitute and appoint fiERRAiICE J :FRIEf7MA�tR:SC�TT A QEOUSA;. OR: MARK J'." PHALEN, ALL IND:xV2DUALIY of.:, DUBU ?IJE IA ; I . . their true and lawful Attorneys)"-in Fact with pvwe`r and aiithoritp hereby conferred to sign seal and execute in its behalf all lawful bands undertakings aid"atlier obhga.ory instrurnents.of smularnature provided that", single obligation shall exceed $5:0;(700,Q00 Of} II and to"bind the Companies=thereby"as fully and.fo the same.:"extent:as if such instruments were signed,'by the.duly authorized officers of the Companies olid all of the acts of said Attorney,'pursuant to the authority hereby,'given"aiid hereby.ratifled and:c"onf rmed: The Authority hereby granted"is continuous and shall remain in full"force anti effect until"revoked by"lFN1TED FIRE&CASUAI TY COMPANY, ' UNITE10 ME :INDEMNITYCOMPANY,ANF1 FINANCIAL PACIFIC INSURANCE COMPANY'. :;; `:. . This Power.of Attorrie is made and e tiecuted ursu nt tq ani b authori '"of the`followiri b law dul ado ted ori Ma 15 2Ct13 'b the Boards of y 1?: y tY % g Y" y . P y " y' Directors:of"[INITED FIRE & CASUALTY COMPANr' Nlt FIRE'&INDEMNITY COMPANY,"arid FINANCIAL PA CII�,IC"INSURANCE COMPANY "Article VI-Surety Bonds and Undertakings" Section 2 Appointment of Attorney-in-Fact. "The President or any vi '6`President or any;-flther-officer of the Companies may,from.time to. line aoant:by written certificates attorneys-in-fact to act in behalf of"the Companies in"the ,execution of policies'of insurance bonds,:' `: undertakings and other obligatory instruments,of Like nature. The signature of any,' fficer authorized hereby;"`and the Corporate seal'i>aay be>; affixed by facsimile to any power of attorney or.special power of attorney or certification of either.authorized hereby;such:signatur-.1, and seal;:: when sti u1.Ised;;being°adopted by.the Companies as the original signature of;such officer and the original seal.;of1.the Companies to be valid and; j bmchng upari the Companies with the same fore-e'.and effect as though manually affixed` "such attorneys-in=fact,subject to rile Iitnita ions set' I 1. forth"in'their"`respective certificates of:°authortty shall have`fulhpower to`bind the'Corripanies by their signature.and execution of any such instruments and to attach the seal;of theCompariies there°to The;President or any:Viee President,rile Board of`Directors or any other officer of the ompani s may at any time revoke""all power and authority previously given to`"any attorney in f, -11" a ""1'1Hj"' IN WITNESS WHEREOF',the COMPANIES have each caused`I 'llthese presents to be signed by its " `�>> g. rrr'i '.`�,,,o,1NDelMrrrrrr \\\NNlnitl/rpryir " i i: 4 0 ti`4� N,,F `���F1c Ns[y92 ;vice resident`audits co" orate'sea1 to behereto affixed this 15t h clay`of Oct ober, 2013 .-CORPORATE �r„ =q co"RroRAre" Q.z�ePPOR��<!;'�:.: pic, UNITED:FIRE&CASUALTY`C11 OM1'ANY _i —,— �_ �ti rzz _ 1? ' . "UNITED FIRE"&"INDEMNITY°COMP"ANY ° SEAL, y, SEAL '� 1966. ate= - h� p5. °q[iFOR�`P<_,- FINANCIA:L PACIFIC INSURANCE COMPANY ri�rIgANp��``` rrFr�rtvflllllfl{\\\`��� i�rl \��. -11 W,rl//Illllll11111\\\\\ State of'Iawa,County of Linn,ss: Vice President O,h' 15t'l .d�a' �of October, 2013, before me personally came Dennis J. Richmann to me.know;4"who being by me duly swoit,dict depose and say' that he resides m Oedar Rapids,State of Iowa, that he is a Vice President of UNITED;: FIk &CASUALTY COMPANY,"a Vlce President of UNTIED FIRE 1,II+?Ta�IVINIT, COMPA, ' and a:Vice P""resident of FINANCIAL PACIFIC71 INSURANCE.COMPANY the corporations"described in:and which:executed the above instrument;that he knows the sealsaid corporations;',that the; ;i seal affixed to the said instrument.is such corporate;seal,that it was:sa affixed pursuant to autharity'gven by the Board of Directors of s.aid"corporations' and that lie signed.his name th,erett pursuant to like authorlty atid"ac]cnawlet ges wine to be the act oriel deed of said corporattoris st 0 Mary A BerisEl Iowa(�o#srlal 5eoI • cohimissi number 74$ ..3 Notary Public,: awe My Commissictn Ex,Oes`,;40/��/261.1 `�* } kyTy camrtiissioii e pires:1I0/26/201 I,David"A. Lange, Secretary of UNITED FIRE ' 'CASUALTY COMPANY and Assistant;Secretary of UNITEDFAZE"&INDEMNITY COMPANY, ad-Assistant Secretary of FINANCIAL"PACIFIC"INSURANCE.C(MPAI*IY do hereby certify that I liaue cornpareil the foregoing copy.of'the Power`: j of Attorney and affidavit,and the:copy o, the Section of the bylaws.!and resolutions 9f said Corporations as set forth in said Power of Attorney;.with the . ORIbIN-.1,;. FII E IN THE.HCIMI OTS ,ICE.OF SAID CORPORATIONS ' ifi t the same are:correct transcripts thereof,and ofxhe whale o£the. said originals and..that tktesaidi?ower of Attorney has not been revoked and is note in full force and effect, . In testimony whereof.I'have heretiinttr subscribed my nal-m and affizted the corporate seal of the said Corporations t1us." .21st "day of Iay" ,2p 15 I \114111, 11111!„ .��"ct�sz A;!ra \1111u4nr, ' ,.s & l ori, `ks.: o: `,��t4e„1NocyN/�,�� �Qt,�41�"iQU'R`q,�r� c a�� �. �k U4FP gal�'r^ W CORP012,. C o :2' 'F41,ii� .�C� 'I W COikhORA'1$-, 3� :_ )ULY 27., C31. By::...: : - ..,i. I.. A 1 '� -� 7:::`, i�:ii: � ;���� �... � -::,-� :.i:.::.%,-, ,5EnL K 5bAL ti: L�9 1966 A Y ltr�'�1 R iuip"o�* I'll'�r�"/iluai��'�. o4i�r /Ft?R�kP\\`T�` 1. R1l1lllll* ' Secretary UF&:G; .: Assistant'Secretary,OF&IfFPIC BPOA0049 0115