Loading...
SRF Green Alley Project Bid Set 4 Year 3_Project Award Copyrighted April 3, 2017 City of Dubuque Action Items # 10. ITEM TITLE: Award SRF Green Alley Project Bid Set Year 3 SUMMARY: City Manager recommending award of the construction contract for the Award SRF Green Alley Project Bid Set 4 Year 3 to the low bidder, Portzen Construction, Inc. RESOLUTION Awarding Public Improvement Contract for the SRF Green Alley Bid Set 4 -Year 3 Project SUGGESTED DISPOSITION: Suggested Disposition: Receive and File; Adopt Resolution(s) ATTACHMENTS: Description Type SRF Green Alley Bid Set 4-Year 3 - MVM Memo City Manager Memo Staff Memo Staff Memo Resolution Resolutions Bid Tab Supporting Documentation THE CITY OF Dubuque DUB E i" Masterpiece on the Mississippi 2007.2012.2013 TO: The Honorable Mayor and City Council Members FROM: Michael C. Van Milligen, City Manager SUBJECT: SRF Green Alley Bid Set 4 —Year 3 DATE: March 24, 2017 Sealed bids were received for the SRF Green Alley Bid Set 4 —Year 3 Project. City Engineer Gus Psihoyos recommends award of the construction contract to the low bidder, Portzen Construction, Inc., in the amount of $495,809.75, which was 24.1% under the estimate of probable cost. I concur with the recommendation and respectfully request Mayor and City Council approval. v Mic ael C. Van Milligen MCVM:jh Attachment cc: Crenna Brumwell, City Attorney Cindy Steinhauser, Assistant City Manager Teri Goodmann, Assistant City Manager Gus Psihoyos, City Engineer uque THE CITY OF J,. vU�b DUB 1� iAN-AmeeddaaCft 11111.1 Masterpiece on the Mississippi 2007.2012•2013 TO: Michael C. Van Milligen, City Manager FROM: Gus Psihoyos, City Engineer ✓�,� DATE: March 23, 2017 SUBJECT: SRF Green Alley Bid Set 4 —Year 3 (CIP 7102450) INTRODUCTION The enclosed resolution authorizes the award of the construction contract for the SRF Green Alley Bid Set 4—Year 3 Project. DISCUSSION Bid Set 4 — Year 3 will involve the reconstruction of an alley in the Bee Branch Watershed. The alley location is as follows: • Alley between Jackson St. and Washington St. from 22"d St. to 24th St. This project will reconstruct the fourth bid set of green alleys slated for year 3 in the Bee Branch Watershed. This bid set was developed by WHKS. The reconstruction of the alley will include: — Removal of the existing alley pavement — Excavation of the subgrade to allow the placement of clean washed stone for a storage medium — Installation of a concrete border for the brick pavers — Installation of concrete headers at the alley intersection with the intersecting streets. — Reconstruction of the pavement surface with interlocking concrete pavers — Lining of the sanitary sewer main — Inspection of sanitary sewer laterals — Replacement of water main valves and hydrants — Replacement of lead water services with copper water services This project will reconstruct the alley into a green alley. This alley will allow rainwater to infiltrate into the pavement rather than runoff into the storm sewers. This infiltration allows for filtering of the water and recharge back into the aquifer. Monitoring wells are also planned to be installed so that water quality improvements can be documented. The project construction documents will follow the Statewide Urban Design and Specifications (SUDAS) in the development of the construction documents. The Iowa Department of Natural Resources (IDNR) have reviewed and approved the plans so that the City cost other than utilities can be covered with SRF funds. This project will have special assessments. BID RESULTS The City of Dubuque received the following bids for the SRF Green Alley Project - Bid Set 4 - Year 3, on March 23, 2017: Contractor Bid Results Portzen Construction, Inc. $ 495,809.75 Midwest Concrete, LLC $ 536,122.50 Drew Cook & Sons Excavating, Co. Inc. $ 549,198.50 Tschiggfrie Excavating $ 550,805.37 McDermott Excavating $ 565,234.00 Eastern Iowa Excavating & Concrete, LLC $ 607,615.60 Portzen Construction, Inc. of Dubuque, Iowa, submitted the low bid in the amount of $495,809.75. This amount is 24.1% under the estimate of probable cost. Based on the favorable bids received, Engineering staff expect the final assessments to be lower than the preliminary assessments. RECOMMENDATION I recommend that the contract for the for the SRF Green Alley Bid Set 4 — Year 3 Project be awarded to Portzen Construction, Inc. of Dubuque, Iowa in the amount of $495,809.75. 2 BUDGETIMPACT The summary of cost for the SRF Green Alley Bid Set 3 — Year 3 Project is as follows: Estimate Award Construction Contract $ 652,940.00 $ 495,809.75 Contingency 65,294.00 65,294.00 Construction Engineering & Inspection 107,735.10 107,735.10 Total Project Cost $ 825,969.10 $ 668,838.85 The project funding summary is as follows: CIP No. Fund Description Fund Amount 7102450 SRF Green Alley Project $ 328,888.92 7402526 SRF Green Alley - Water 63,517.15 3401654 Bee Branch Utilities 204,530.26 Special Assessment—Alley Improvement, Residential 54,261.99 Special Assessment—Alley Improvement, Commercial 840.53 Special Assessment— Residential Deficiency 0.00 Private Lead Water Service Replacement 16,800.00 Total Project Funding $668.__.838.85 ACTION TO BE TAKEN I recommend that the City Council adopt the attached resolution awarding for the SRF Green Alley Project Bid Set 4—Year 3 to Portzen Construction, Inc. in the amount of $495,809.75. Prepared by Jon Dienst, PE cc: Jenny Larson, Budget Director John Klostermann, Public Works Director Deron Muehring, Civil Engineer II Denise Ihrig, Water Department Manager Brant Schueller, Water Distribution Jean Nachtman, Finance Director 1 3 RESOLUTION NO. 136-17 AWARDING PUBLIC IMPROVEMENT CONTRACT FOR THE SRF GREEN ALLEY BID SET 4 — YEAR 3 PROJECT Whereas, sealed proposals have been submitted by contractors for the SRF Green Alley Bid Set 4 — Year 3 Project (the Project) pursuant to Resolution No. 61-17 and Notice to Bidders published in a newspaper published in the City of Dubuque, Iowa on the 24th day of February, 2017. Whereas, said sealed proposals were opened and read on the 23rd day of March, 2017, and it has been determined that Portzen Construction, Inc. of Dubuque, Iowa, with a bid in the amount of $495,809.75, is the lowest responsive, responsible bidder for the Project. NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF DUBUQUE, IOWA: That a Public Improvement Contract for the Project is hereby awarded to Portzen Construction, Inc. and the City Manager is hereby directed to execute a Public Improvement Contract on behalf of the City of Dubuque for the Project. Passed, approved and adopted this 3rd day of April, 201 . D ofr' Attest: Ke(iin S. Firnstah , City Clerk Roy D. Buol, Mayor DusuP J �o���� P�,�,.,� =a.�Re�ae.P.o,enaa�<.ea.3 �0 D D D DD 0000 00 00 00 ��_.�„� — — , — — , — o��oreou, — , — — , — — , — ��a��e a ��3�M� — , — ��a��e_o:aa;��o�,3�M� — , ,4,°04-0 a�a�aM��,a��,o�3 so .o , — =�e.�� 3,=aoo =�e.�� z= oo =�e.�� z�aoo =�e.�� � o0 a��M;��o�a, — — , — — =�e.�� �,=aoo =�e.�� � oo =�e.�� �,=aoo =�e.�� � o0 — — , — — , — — =�e.�� „�aoo =�e.�� � oo =�e.�� „,oaoo =�e.�� � o0 — — , — — , — — , — — =�e.�� �3a>oo =�e.�� 9x004°° =�e.�� ,36904°° =�e.�� � o0 — — , — — , — — , — — , — — , _.�.,.�,Pow�._.� =�e.�� 3,saoo =�e.�� 3x93°°° =�e.�� z,�aoo =�e.�� — — =�e.�� 3,oaoo =�e.�� z=0000 =�e.�� ,00aoo =�e.�� � o0 Dusu E Mmk�peuon�IrcMicsaiyyi cy✓L�wp<.�o++ °io""'"` �o�aie.PAi�-a�Lsno.�3 LiyNae es �n o e mcpmmM�.amg e��mLa E.�..amg acon�rete mmws sw 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 on�coreou) 8 8 8 8 8 8 8 N 8 8 8 8 8 8 8 m 8 8 8 8 8 8 8 m 8 8 8 8 8 8 8 m 8 8 8 8 8 8 8 �Poeresz-o�aesimap�slM e� 8 8 8 8 8 8 8 �PoeRe�e-o�aerim i3µsiMz� 8 8 8 8 8 8 8 SUL iolal 8 i 00 9�4 iNd 8 i 00 SUL iNeI 8 i 50 9�4 iNd 8 - aoio-ioaoo eemine Mawaioaeaeona iso i m 8 8 8 8 8 8 8 SUL iolal 8 i 50 9�4 iNd 8 i 00 SUL iNeI 8 i 00 9�4 iNd 8 - 8 8 8 8 8 8 8 8 8 8 8 8 8 8 SUL iolal 8 i 00 9�4 iNd 8 i 00 SUL iNeI 8 i 00 9�4 iNd 8 - 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 SUL iolal 8 i 00 9�4 iNd 8 i 00 SUL iNeI 8 i 00 9�4 iNd 8 - 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 u 8 8 8 8 8 8 8 8 8 8 8 8 8 8 SUL iolal 8 i 30 9�4 iNd 8 i 00 SUL iNeI 8 i 00 9�4 iNd 8 - 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 8 SUL iolal 8 i 84 9�4 iNd 8 i 00 SUL iNeI 8 i 00 9�4 iNd 8 - exymmz,ab OV WNn�Is¢5 8 8 8 8 8 8 8 SUL iolal 8 i 00 9�4 iNd 8 X40000 SUL iNeI 8 i 00 9�4 iNd 8 - Pr,ect Name SRFGaen APmect- ll Cil Year3 Bid Daze sEstimate Portion Construction Midwest Concrete Inc. Drew Cook B Sons Excavatio W 1 23Mar-17 Engineer's g Inc fl TED] F BID F BID F BID NOE ITEM NUNBER BID REM DESCRIPTION QUANTITY LINF PUN I UNR UNITNPRICE TOTAL PRICE UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE 32 6010108)-0 Manhole,Remade and Replace,Install Type,PC,48"SW301 213 VF $ 2,00090 $ 42,60090 $ 55090 $ 1171590 $ 50090 $ 10,650.00 $ 820.00 $ 1],48890 33 6010.108E-0 Manhole Adjustrnent Minor 3 EA $ 1,10090 $ 3,30090 $ 65090 $ 1,95090 $ 60090 $ 1,800.00 $ 950.00 $ 2,85090 Sub Total $ 45 90090 Sub Total $ 13,665 90 Sub Total $ 12450.00 Sub Total $ 20 316 90 Divsmi ID10-Portland Cement Concrete Pavement 34 ]010108-A0 Pal[PCC,7 (Thickness) 450 SY $ 8090 $ 38,00090 $ 70 00 $ 31,50090 $ 70 00 $ 31,500.00 $ ]].00 $ 34,65090 Sub Total $ 36 90090 Sub Total $ 31,50090 Sub Total $ 31500.00 Sub Total $ 3455090 Division]030-Sidewalks,Shared Use Page,and Driveways 35 ]030108-A0 Removal of Sidewalk 65 SY $ 1490 $ 91090 $ 2090 $ 1,30090 $ 1290 $ ]80.00 $ 15.00 $ 97500 36 7030.108E-0 Sltlewalk,PCC,4"(Thickness) 50 SY $ 5200 $ 2,60090 $ 4090 $ 2,00090 $ 70 00 $ 3,500.00 $ ]0.00 $ 3,50090 37 7030.108E-0 Sltlewalk,PCC,6"(Thickness) 10 SY $ 8090 $ 80090 $ 9090 $ 90090 $ 75 00 $ ]50.00 $ 88.00 $ 88090 38 703010860 Detectable Warning 40 SF $ 4500 $ 1,80090 $ 3500 $ 1,40090 $ 4090 $ 1,600.00 $ 45.00 $ 1,80090 39 7030108H1 Driveway,Poked PCC,6"(Thickness) 560 SY $ 6500 $ 38,40090 $ 4500 $ 25,20090 $ 4090 $ 22,400.00 $ 51.00 $ 28,56090 40 7030 108 H 2 Driveway,Granular 25 TON $ 2490 $ 60090 $ 3090 $ 75090 $ 2090 $ 500.00 $ 20.00 $ 50090 Sub Total $ 43,11090 Sub Total $ 31,55090 Sub Total $ 29530.00 Sub Total $ 3599590 Division]040-Pavement Rehabilitation 41 7040108-A0 Full Depm Patches HMA 90 SY $ 6090 $ 5,40090 $ 6200 $ 5,58090 $ 4090 $ 3,600.00 $ 55.00 $ 4,95090 42 7040108H0 RemovalPavement1,586 SY $ 1390 $ 20,61890 $ 500 $ ],93090 $ 1290 $ 19,032.00 $ 7.00 $ 11,10200 43 Removal-Miscellaneous Curb 70 SF $ 2090 $ 1,40090 $ 1200 $ 84090 $ 1090 $ ]00.00 $ 9.00 $ 63090 Sub Total $ 2741890 $ 12.00 $ 14,35090 Sub Total $ 23332.00 Sub Total $ ifi 58290 Division M80-Permeable Concrete Block Paves 44 7080108-A0 Brick Pavement Pemneable,Type 1 10300 SF $ 490 $ 41,20090 $ 330 $ 39,14090 $ 550 $ 58,850.00 $ 375 $ 38,62500 45 708010861 Waterproofing,Surface Leveling 500 SF $ 490 $ 2,00090 $ 390 $ 1,50090 $ 1090 $ 5,000.00 $ 3.80 $ 1,90090 46 708010861 Waterproofing,Sealer 500 SF $ 490 $ 2,00090 $ 390 $ 1,50090 $ 290 $ 1,000.00 $ 2.00 $ 1,00090 47 7080.108E-1 GeotWtlle Fabric 2870 SY $ 350 $ 10,04500 $ 390 $ 8,61090 $ 290 $ 5,]40.00 $ 3.00 $ 8,61090 48 20 Mil PolyemNene Liner 30 SY $ 1500 $ 45090 $ 4090 $ 1,20090 $ 5090 $ 1,500.00 $ 8.00 $ 24090 Sub Total $ 5559590 Sub Total $ 51,95090 Sub Total $ 69890.00 Sub Total $ 5037590 IDOT Division 248-Traffic Control 49 IDOT 252804A Traffic Control 1 IS $ 8,00090 $ 8,00090 $ 1,90090 $ 1,90090 $ 5,00090 $ 5,000.00 $ 1,150.00 $ 1,15090 Sub Total $ 890090 Sub Total $ 1,90090 Sub Total $ 5900.00 Sub Total $ 1,15090 Division W20-Sodding 50 9020108-A0 Sod 30 SO $ 18090 $ 5,40090 $ 18500 $ 5,55090 $ 1090 $ 300.00 $ 200.00 $ 8,00090 Sub Total $ 5 40090 Sub Total $ 5,55090 Sub Total $ 300.00 Sub Total $ fi 000 00 Division W40-Erosion and Sediment Control 51 9040108-A2 SWPPP Management 1 IS $ 3,00090 $ 3,00090 $ 50090 $ 50090 $ 5,00090 $ 5,000.00 $ 650.00 $ 65090 52 904010861 Filter Socia,8" 170 LF $ 500 $ 85090 $ 390 $ 51090 $ 590 $ 850.00 $ 2.00 $ 34090 53 904010862 Filter Socia,Removal 170 LF $ 250 $ 42500 $ 190 $ 170 00 $ 190 $ 1]0.00 $ 1.00 $ 170 00 54 9040.108E-1 Dust Con00I,Water 15 MEAL $ 5090 $ 750 00 $ 5090 $ 750 00 $ 1090 $ 150.00 $ 10.00 $ 15090 55 9040108T-1 Inlet Protection DeNce 3 EA $ 30090 $ 90090 $ 10090 $ 30090 $ 15090 $ 450.00 $ ]5.00 $ 22500 56 9040108T-2 Inlet Protection bocce,Maintenance 3 EA $ 10090 $ 30090 $ 2500 $ 75 00 $ 10090 $ 300.00 $ ]5.00 $ 22500 Sub Total $ 6 22590 Sub Total $ 2,30590 Sub Total $ fi 920.00 Sub Total $ 1 76 90 Division 11091-Mobilization 57 1090105IF Mobllizabon 1 IS $ 40,00090 $ 40,00090 $ 20,00090 $ 20,00090 $ 15,00090 $ 15,000.00 $ 28,500.00 $ 28,50090 Total Est. $ 652 940 00 Total Bid $ 495,80975 Total Bid $ 536 122.50 Total Bid $ 549,19]50 aOver/Underpl -24.07% -1]39% -1539% Pr0i Name: SRF Green Al ley Protect-BItl Son 4 Year Be Date Tzchiggfrie Excavating Company MCDerm oft Excavating Eastern Iowa Excavating B Con 23-Mar-17 LLC REMNUNBER BID ITEM DESCRIPTION LIUNNTRY UNIT UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE 601BY08J0 Manhole,Remove and Replace,Install Type,PC,48"SW-301 213 VF $ 63250 $ 13,472.25 $ 1,050.00 $ 22,36500 $ 86500 $ 18,42450 $ 601610E-E0 Manhole Adjustment,Minor 3 EA $ 41890 $ 1,254.00 $ 1,200.00 $ 3,60090 $ 1,15090 $ 3,45090 $ Sub Total $ 14 726 25 Sub Total $ 25 96590 Sub Total $ 21,874 50 Sub Total $ - Division 7010-Portland Cement Concrete Pavement 701510E-Ad Pavement,PCC,7"(Thickness) 450 SY $ 5060 $ 22,770.00 $ 78.00 $ 34,20090 $ 8150 $ 38,87590 $ Sub Total $ 22 770.00 Sub Total $ 34 20090 Sub Total $ 36 675 90 Sub Total $ - Division TWO-Sidewalks,Shared Use Paths,and Drivel 703510E-Ad Rem oval N Sldewal k 65 SY $ 990 $ 643.50 $ 20.00 $ 1,30090 $ 1950 $ 1,26750 $ 703610E-E0 Sidewalk,PCC,4"(Thickness) 50 SY $ 4180 $ 2,090.00 $ 78.00 $ 3,80090 $ 5525 $ 276250 $ 703610E-E-0 Sidewalk,PCC,6 (Thickness) 10 SY $ 4840 $ 484.00 $ 81.00 $ 81090 $ 8890 $ 86090 $ 703610E-GO Be@[table Warning 40 SF $ 4180 $ 1,672.00 $ 44.00 $ 1,76090 $ 3985 $ 1,59490 $ 703610E-H-1 Driveway,Paved PCC,6 (Thickness) 560 SY $ 4840 $ 27,104.00 $ 44.00 $ 24,64090 $ 3725 $ 20,86090 $ 703610E-H-2 Burl Granular 25 TON $ 23 32 $ 583.00 $ 30.00 $ 75090 $ 3390 $ 82590 $ Sub Total $ 32576 50 Sub Total $ 3390090 Sub Total $ 28,169 90 Sub Total $ - Division TWO-Pavement Rehabilitation 704510E-Ad Ful l Depth Patches H MA 90 SY $ 4785 $ 4,308.50 $ 70.00 $ 8,30090 $ 6500 $ 5,85090 $ 704610E-H0 RemovalPavement1,586 SY $ 1485 $ 23,552.10 $ 7.00 $ 11,10200 $ 1585 $ 25,138.10 $ Removal-Miscellaneous Curt 70 SF $ 550 $ 385.00 $ 10.00 $ 70090 $ 1650 $ 1,15590 $ Sub Total $ 28243.60 Sub Total $ 18,10290 Sub Total $ 32,143.10 Sub Total $ - Division TWO-Permeable Concrete Block Pavers 708510E-Ad Brick Pavement Permeable,Type 1 10300 SF $ 484 $ 49,852.00 $ 4.00 $ 41,20090 $ 490 $ 41,20090 $ 708610E-C1 Waterproofing,Suhzce teveling 500 SF $ 935 $ 4,675.00 $ 3.00 $ 1,50090 $ 1500 $ 7,50090 $ 7086108D1 Waterproofing,Sealer 500 SF $ 165 $ 825.00 $ 3.00 $ 1,50090 $ 1790 $ 8,50090 $ 7086108E-1 Geoteelle Fabric 2370 SY $ 374 $ 10,733.80 $ 2.00 $ 5,74090 $ 150 $ 4,30590 $ 20 Mil Polyethylene uner 30 SY $ 1177 $ 353.10 $ 10.00 $ 30090 $ 10500 $ 3,15090 $ Sub Total $ 66438.90 Sub Total $ 5024090 Sub Total $ 64,655 90 Sub Total $ - DOT Division 2528-Traffic Control IOOT252804-A Traffic Control 1 LS $ 2,20090 $ 2,200.00 $ 2,000.00 $ 2,00090 $ 2,00090 $ 2,00090 $ Sub Total $ 2200.00 Sub Total $ 290090 Sub Total $ 2,00090 Sub Total $ - Division 9020-Sodding 902510E-Ad Sod 30 SO $ 232.10 $ 8,963.00 $ 200.00 $ 8,00090 $ 44500 $ 13,35090 $ Sub Total $ 6 963.00 Sub Total $ fi 000 00 Sub Total $ 13,35090 Sub Total $ - Division 9010-Erosion and Sediment Control 904610E-A2 SWPPP Bardeen ent 1 LS $ 1,65090 $ 1,650.00 $ 750.00 $ 75090 $ 85090 $ 85090 $ 9046108D1 Fiber Socks,8" 170 LF $ 424 $ 720.80 $ 8.00 $ 1,02090 $ 350 $ 59590 $ 9046108D2 F�L=rSocks,Removal 170 LF $ 1.10 $ 1W.00 $ 4.00 $ 88090 $ 185 $ 28050 $ 904610E-P-1 Oust Control,Water 15 MGAL $ 6050 $ 907.50 $ 20.00 $ 30090 $ 5090 $ 75090 $ 904610&T-1 Inld Protectl0n0evlce 3 EA $ 30890 $ 924.00 $ 250.00 $ 75090 $ 13090 $ 39090 $ 904610&T-2 Int d Protection Device,Maintenance 3 EA $ 11090 $ 330.00 $ 100.00 $ 30090 $ 7500 $ 22590 $ Sub Total $ 4 719.30 Sub Total $ 3 80090 Sub Total $ 3,090 50 Sub Total $ - Division 11020-Mobilization 10961050 Mobitration 1 LS $ 14,85090 $ 14,850.00 $ 14,100.00 $ 14,10090 $ 50,00090 $ 50,00090 $ Total Bid $ 550513.19 Total Bid $ 56523490 Total Bid $ 607,615 60 Total Bid $ a Ovel Under l-) -1569% -1343% -8.94% -10090% SECTION 00500 Page 1 of 6 PUBLIC IMPROVEMENT CONTRACT SECTION 00500 SRF Green Alley Bid Set 4— Year 3 Project THIS IMPROVEMENT CONTRACT (the Contract), made in triplicate, dated for references purposes the 7th day of Aril , 2017 between the City of Dubuque, Iowa, 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: CONTRACTOR AGREES: To furnish all material and equipment and to perform all labor necessary for the SRF Green Alley Bid Set 4— Year 3 Project (Project). CONTRACT DOCUMENTS A. The Contract Documents consist of the following: 7. Project Title Page (Section 00100). 8. Project Directory Page (Section 00101). 9. This Public Improvement Contract (Section 00500). 10. Performance, Payment, and Maintenance Bond (Section 00600). 11.Out-of-State Contractor Bond (Section 00610). 12.0ther Bonds: a. (Bond Name) (pages to , inclusive). b, (Bond Name) (pages to , inclusive). c. (Bond Name) (pages to , inclusive). 13.The Iowa Statewide Urban Design And Specifications (SUDAS) 2017 Edition. 14.CITY OF DUBUQUE Supplemental Specifications 2015 Edition. 15. Other Standard and Supplementary Specifications as listed on the Title Page of the Contract Document Manual. 16.Special Provisions included in the project Contract Document Manual. 17. Drawings —Sheet No, A.01 through No. W.15 (63 pages) or drawings consisting of sheets bearing the following general title: 18. Addenda (numbers to , inclusive). 19. Insurance Provisions and Requirements (Section 00700). 20.Sales Tax Exemption Certificate (Section 00750). SECTION 00500 Page 2 of 6 21. Site Condition Information (Section 00775). 22. Construction Schedule and Agreed Cost of Delay (Section 00800). 23. Erosion Control Certificate (Section 00900). 24. Consent Decree (Section 01000). 25.Other Project Information and Permits (Section 01100). 26. Exhibits to this Contract (enumerated as follows): a. Contractor's Bid (pages to , inclusive). b. Bidder Status Form (Section 00460). c. Contractor Background Information Form (Section 00471) d. The following documentation that must be submitted by Contractor prior to Notice of Award. e. None. 27. The following which may be delivered or issued on or after the Effective Date of the Agreement: a. Notice to Proceed (Section 00850). 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. 2. 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. 3. The Contractor must remove any materials rejected by the City as defective or improper, 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 cost and expense of the Contractor. 4. 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 Iowa Code Chapter 573 or Iowa 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. 5. 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. SECTION 00500 Page 3 of 6 6. 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. 7. 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. 8. 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 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, disease or death, or injury to or destruction of property, including loss of use resulting there 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. 9. 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 any Contractor arrangement with any other person, firm, corporation or association which tends to or does lessen or destroy free competition in the award of this Contract and agrees 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 in no event less than $2,000.00 (Two Thousand Dollars) to the City. 10. The surety on the Bond furnished for this Contract must, in addition to all other provisions, be obligated to the extent provided for by Iowa Code 573.6 relating to this Contract, which provisions apply to said Bond. 11. 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. 12. The Project must be constructed in strict accordance with the requirements of the laws of the State of Iowa, and the United States, and ordinances of the City of Dubuque, and in accordance with the Contract Documents. A. AH 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 USC 327-330) and Department of Labor Regulations (29 CFR, Part 5). SECTION 00500 Page 4 of 6 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). CONSENT DECREE RELATING TO THE PROJECT 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. JWD CITY INN e CONTRACTOR fl 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. The City 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 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 Iowa. 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 is included in the Contract Documents and can be viewed at http://www.citvofdubuoue.oro/DocumentCenter/Home/View/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. The Consent Decree also provides that until five (5) years after the termination of the Consent Decree, the City must retain, and must instruct its contractors and agents to preserve, all non -identical copies of 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 SECTION 00500 Page 5 of 6 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 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: 1. I 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 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 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. 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. CONTRACTOR: Portzen Construction„ Inc. Contr r By: "4 Signature Michael J Portzen Printed Name Vice President Title April II, 2017 Date SECTION 00500 Page 6 of 6 THE CITY AGREES: 14. Upon the completion of the Contract, and the acceptance of the Project by the City Council, and subject to the requirements of law, the City agrees to pay the Contractor as full compensation for the complete performance of this Contract, the amount determined for the total work completed at the price(s) stated in the Contractor's Bid Proposal and less any Agreed Cost of Delay provided for in the Contract Documents. CONTRACT AMOUNT $ 495,809.75 CITY OF DUBUQUE, IOWA: City Manager's 0 Department By: Signatur Michael C. Van Milligen Printed Name City Manager Title Date CONTRACTOR: Portzen Construction, Inc. Contra By: Signature Michael J Portzen Printed Name Vice President Title April lti 2017 Date ==== END OF SECTION 00500 ==== SECTION 00600 Page 1 of 4 Corrected 54-215825 PERFORMANCE, PAYMENT AND MAINTENANCE BOND SECTION 00600 KNOW ALL BY THESE PRESENTS: That we, Portzen Construction. Inc.. as Principal (hereinafter the "Contractor" or "Principal") and United Fire & Casualty Company of Cedar Rapids, Iowa , as Surety are held and firmly bound unto the City of Dubuque, Iowa, as Obligee (hereinafter referred to as "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 Four hundred ninety five thousand eight hundred nine dollars and seventy-fivecentOIIars ($ 495,809.75 ), 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 18th day of August, 2015, (hereinafter the "Contract") wherein said 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 therein specified, in a good and workmanlike manner, and in accordance with the Contract Documents. The Contract Documents for SRF Green Alley Bid Set 4 — Year 3 Project detail the following described improvements: SRF GREEN ALLEY PROJECT BID SET 4 — YEAR 3 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 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 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 SECTION 00600 Page 2 of 4 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 Iowa Code, which by this reference is made a part hereof as though fully set out herein. 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 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; 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. 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. 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. The Contractor and every Surety on the Bond shall be deemed and held bound, any contract to the contrary notwithstanding, to the following provisions; SECTION 00600 Page 3 of 4 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 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 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 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. 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 one hundred twenty-five percent (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 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 SECTION 00600 Page 4of4 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. Project No. 7102450, 3401654 Witness our hands, in triplicate, this SURETY OUNTER GNED BY: Signature of Agent / Mark J Phalen Printed Name of Agent 880 Locust St - Ste 200 Company Address Dubuque, Iowa 52001 City, State, Zip Code 563-556-0272 Company Telephone Number PRINCIPAL: Portzen Construction Inc Contractor By: ,'/I� , Signature Michael J Portzen Printed Name Vice President Title NOTE: 17th day of April , 2017. FORM APPROVED BY: Representative for Owner SURETY: United Fire & Casualty Company Surety Company By: i/Lb,k-112/ s l nLJ Signature Attorneyh-Fact Officer Shirley M Shannon Printed Name of Attorney -in -Fact Officer Friedman Insurance Inc Company Name 880 Locust St - Ste 200 Company Address Dubuque, IA 52001 City, State, Zip Code 563-556-0272 Company Telephone Number 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 raised, embossing seal. 3. 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, __== END OF SECTION 00600 ==== . ...'... -... .... ,. ..... .„ . .. . . . ... . . . . . .. ,..... .... .. . ... ,...... ,, . ,. .. . •: '.: •,, ::::':', ,;:,:t:' • ::',,6 ':', ''..:!:' 2::j. i:'..: ifig,IVE/ FIRt,4::';bA0j1.0,1* COMP.'AS,W;IEO:Ak.F4riti:$,,iA '.:.:..:i. ..... . .:.,„.„ •:... .:.. .., . iqi.t131 FIRti:*iNotioio.0:3WOY.;*03§Tti, TX.:::,. '.:::„ .lneitiiries: ..urety Department .*.i.. , .::....::... *IN1!44ciAL PACIFIC WS1.40,&et ..c00.ANY,TiOdiz:4N;;;;CA '•!::::::. • :.!•:,..,.:••••:•::::: 118 Second :AN* st....!„...:. • "•• ' • • ••• :.:.'.....•• cERTIPitiIkOPY oriVoWER OF:Artbiti'ON.I.:::;'•-• .-•:::.:..'::, .:Cedar itipiiits3A .iiitli.:'. (original on file at Home Office of Company - See Certification) ....pw...-ALL,.,PERSON$:yTfIESKPRESVNT.-,.ThatUNI.TED,;:f.IRP& CASUALTY COMPANY, -:,.::.q;OrpOz-4ioil::yily.;:o,rg€0....i..i.6';1F.4 existing .under _ ..•;:..... „.. . .... ....„ . . . ..... _A.. .:: the:law...:of.: the State':0 Iowa ; UNITED:FIU:-&JNDMNITy.cOWANY, a corporation dOly;i:OrganiSc1::*14...:0.xiWAg..t.1ndor tho.:10.:of the State of -•...: .:.-...... ''::'•TeXas;,...and:iFTNANCIAE PACIPIC INSURANCE COMPANY, a'....COrPOrat:Mn duly organized ::01.4:::e*ting under the laws of the State of California ..:• ,.::: .:,g.(hgelikco1lect6:7ely called thb .0:OriMaiiies) and liaOlfig their corporate headquarters Iii.004aeka0d§i...:fate at h•517,4a• does make OonstiMte:and apPOint•:-::. . .. 'i•;;.:;:: T€REqkIcieE,..33 . F R I EPI,AAN..;-. ,DR SPOIT'. '.:A...•••• .pESEitsA , ::411R: !11.11PMIC'.. J. PHAL:N;,•:'•01Z:':DANV;•'••A•. ::•'::VLL1:1:C ,,-;.':.1)R..,SHTRLY.,."11/1:,;:•••.:i SHANNON.,-”. ALL INDIVIDUALLY of,.'.:PPOQUE '.;k:.-;:.-•' ...i:.:.. f , ..:,:,:..:::,..:::. • . ..1:':..........1:.:'..,::::.""':' ..:'!:' :'-'::.:.:..:.::::::'::. - .:..:::::;:...'..:;" ..''..:,:' -.:::•:.•i;.:::-..::: ':...':.' ..? 2: ::: '..:- . ...„ • .• their true iticklaift&AtiOrneAs),,:14aCt with power aiqatithority hereby conferred to :sign; seal and exeonte in its hehal,aR:.:tawfi.il bonds; andert4hgs, similar nature provided t .,.. :,...„ ' and other obligatory instruments of similar no single obligation shall: exceed ' $ .('.i , 000 , 000 . do . .„.. andtohind the Companies thereby as fully and to the sante extentaa if such instruments were signed by the duly authorized officers of the Companies • ... • and all of the acts of Said:4ffortleY,:rtraitantto the authority hereby and her0Ylitifiedaiidon.fifm6d,,::-:.. :.;:Y.::::::'. ,,,•:':;:s.;: i'.'i..::. ,... . . . . " • .„ . . The Authority terebY:,gratited !....,:,c orithitt olis.andfSh..all re,...M a4.4. in:'!fulforco,ati.d effeCynfif:mp revoked:toft hi.11TE1):>rp ,&... CASUALTY,....0APAN7tr: 'IN AN... C IAL P..:AC IF10. INSURANCE...,... . . . , .. . ::'''',::.i';::.::i:::::.•:::' This'...:'Power of Attorn O37'. :-::.•'is.•Ma:de and executedlytu4liaaiiio and by of thef6tiow Mg bylaW''. ddli.aMpteCt ConMay'I5,H2.3.,:by the Boards of Directors of UNITED FIRE & CASUALTY COMPANY, UNITED FIRE & INDEMNITY COMPANY, and FINANCIAL PACIFIC INSURANCE. . . . .. "Article VI - Surety Bonds and Undertakings" . . ". ::.Seai3OU.2,-::::Appointment of Attorney -in -Fact. "The President or any Vice President, or any other officer of the Compaq* rriay. from tune to ,,,•:„:.'thilie, appoint by written certificates attorneys -in -fact to act in behalf of the Companies in the execution of policieSof insurance 'bonds undertakmgs and other obligatory instruments of like nature. The signature of any officer authorized hereby, and the Corporate seal may be :i::::, '':•'!!::::' . affiiedhi'facsimile to any power of attorney or special power of attorney or certification of either authorized hereby; si0..-gighathre:thictseal, - Oft::•SO,USed, being adopted by the Companies as the original signature of such officer and the original seal of the ComPaifies,10:•he'valiclam ',.....::.....,..: . .. binding upon the Companies with the same force and effect as though manually affixed. Such attomeys-in-fact, subject to the limitations set ,,...,....:;....,„forth in their respective certificates of authority shall have full power to bind the Companies by their signature and. execution of any.,such ifistrurrientS!:and to attach the seal of the Companies thereto. The President or any Vice President, the Board of DirectorS:Oiany other officer of .:flie:Compatiies may at any time revoke all power and authority previously given to any attorney-in-fact. . ....... wptouno;,..;: f • .: . ,,O,I,Mitift IN WITNESS WHEREOF, the COMPANIES have each caused these presents to he signed by its .:.- ' : "... - ,. • p„,,:sm.,,, .9, 0 ......--.44, vice president and its corporate seal to be hereto affixed this 1 5t h day of Octorip-r. , 2013-. "... 000164E 's -...,i -P'":., ..... _._ z:s: suo, 22 c"*...`01. UNITED FIRE & CASUALTY COMPANY .. , -.... st..ea. ka\•••°,1,4/1F9006. -ri$;:.- F.- c )i .:: UNITED FIRE & INDEMNITY COMPANY FINANCIAL PACIFIC INSURANCE COMPANY-:•,,.,...'...:' -•:::!::.,.,- b11„mmo,” By: ...e......;..- „ .. ,.....:::...J.:State ofloWa, County. -of Linn, ss: Vice Presi:oent.:1:::':' :,•f': ::::' ...-..• bri..:..-15t6::daWbfOctober, 2013, before me personally came Dennis J. Richmann _ .. . ''•-:•••:'•'4ine IcriO....ii;i ifi.,:::hi'hei.hg: by Me Citily'*orii, did depos'e.iii&Say; that he:•.reSidesin Ceditt:Raiiii14:State of Iowa; that:lt6.:'•Wa Vice Plde.hi:�f iTED ; , .•. • ••• .• ..„. . .r. FIRE & CASUALTY COMPANY, a Vice President of UNTIED FIRE & INDEMNITY COMPANY, and a Vice President of FINANCIAL PACIFIC :,i::.:•::INSURANCE COMPANY the„corporations::4esgibed.:m,miid vs!Nc'h:,...witted the above instrument; t4g.)-1-:‹npws.t.lig:seal of said corporations;', that the ..,:..„,..:,.. s6:41 affixed to the said instrument %,:-suOhOorporate seal that if.'w4,:•t.:411xed pursuant to olifhOity.,.gi*•4'ite 1404id'0•15 ife8' of said corporations • .... :::..:: and that he signed his name theret6.,:p4Snant tolike*thor#Y, and acknowledges 4.inei6.1jeilho.acLanct.deed::Orsaid eorporationS:,:•:: -::. --.:::::::;.. .......:: '...;,••:- ..,..:. '...,:.,.. ......:•,:,.;:,:;:;„. -::.:: .:::' ::::: -.'-.;.;: .:::'::.:;: „.:::-:!' ..:.:..,. .,....;... .::::;... .:;:!, :-..:,::: :..•.,. .::•:,:- :„.„: ',.,::-. ....: .:::',:y ..:-:... ....-::', - • - :' - ' ....: ..:*,. :::..;.• ,..:- •itt -..,'• -i•,:•• . ....---,.:Jucti.th A:•pavis.,.,.. .... ?:•,., ..,:.,:_. ..;.:: .....• •::•,. ::k::_ .. :;,::.• :::.•,,: . :.' • ' ' .::::::••:, fi..g. ..1 ...;.. ...,... . ..... • :•••••••:•-• -',..16w.a'NotariffSea:1-.• ....,:•••• .,;., ':-.•:'„i •••,:. •,: ':-.....,..'........... • .. •., - . -..... . _. COrni['ikifon nurnbek173044 . :••••••• •.,:,•::•-•:": ,."..,-:•:.-••,' • •:•••••:•••'''' OW+ My Commission Expires 04/23/2018 •••:;•••:::.:''...:0:: '-•':::!'::...... : ' . , • My commission expires: 04/23/2018 .. ' ... . ........'•,..- ... ....-•::::'' Iii:1).6X7id..A1 j_..a.410,:..Se*taty.:::•,of• ti\trTO-fIRE kc.OVALTY::...00mpANr and AsSiOanti,.5oCre*Pf rITED FIRE &:INDLMNITY'COMPANY..,.....- -Assistant.-'retary of FINANCIAL PACIFIC COMPANY do hereWcOiiifyilil. r have compared:the fofegoin ..*b5py'-of the Power ••... • . •• :...':':.. ':.4 Attorneyand affid avit.,: arid__..:theCOPy of the secticiil„.., or,..4*.....9.*g.444:,!r esoi4t:i0#. s of.said Corporations •,0r03..tationa•:: as set fOrth:k said Power ofAttorney With.* :.-.' ...• '::'::•::,:::::.:ORIGINALS - ON FILE THE HOME OP:i.SAIV.(c)BPORATIQ*,-.Atid thatihq:*b40--Cofrect traifscriftssthereotlandof t4c.-.).Alip1.6.001.e •'....'„i::„ ...• - ... •. . .. • .. ...... :: . :. - : : • .- - .. . . . . -. -.:. ... „:.,:-...- said originalS.!:...ancLthat the ,*td. BoNy0p.full ofAttorney orney ha..not .1*rf..tevokecl....auct:1.49:cv 0.,.......,:,.force.4yi. .: effect. ::., .......... IiiieStithony whereof IhaVelefeunto subscriiiditiy name and'aitied the dOrpOrate: seal of the said Corporations- •• ..,..:'!,::::',„':--.., ...:::::::".".,... ...:,:..:I:::•;.:i.::....i:::::::... :.:!.:::::::::i:::,:.:,:•.. .....:.,::1::-:-::: .. . ..,.., .......:. this 17th day of April .20 17 •••':•'•-•.':• 4:0*.Ao.,4,,,,,„ :„.. , • •••• • \6.1"t:s.44/.% ,,•-':' :..,:: :H.. ' ......• • ••:''' !:i•,' .4..„, 4.....- c0.0:3*E ..4,4,.. ..i,...s.4,:' .... .... BPQAOO49 0115 • ••••••••••••',•••••..... 1,//t/111.111.11000 • ..„ , ' • .•. •... . • ...... Assistant Secretary, UF&I/FPIC • ',i....•••"•••.*:::•-•<.••• •••••••;- 11