Loading...
Contract/Bond_Langman Construction, Inc._17th St. Storm Sewer Elm-Heeb Streets Copyrighted July 2, 2018 City of Dubuque Consent Items # 26. ITEM TITLE: Improvement Contracts / Performance, Payment and Maintenance Bonds SUMMARY: Drew Cook& Son Excavating Co., Inc. for the Cummins Street Retaining Wall Reconstruction Project; Eastern lowa Excavating & Concrete, LLC for the HMA Milling and Resurfacing Project US52 White and 11 th St.; Langman Construction, Inc., for the 17th Street Storm Sewer Improvements Elm St. to Heeb St. Project; Reuter Mechanical, Inc. (dba East lowa Construction)for the 2018 Asphalt Overlay Ramp Project Four; S&S Builders for the Stump and Sidewalk Removal and Repair Project; Top Grade Excavating Inc. for the 30-Inch Sanitary Sewer Force Main Relocation Phase I I I Washington St. (7th St. to 9th St.). SUGGESTED DISPOSITION: Suggested Disposition: Receive and File; Approve ATTACHMENTS: Description Type Drew Cook& Sons Contract-Bond Supporting Documentation Eastern lowa Excavating & Concrete Contract-Bond Supporting Documentation Langman Construction Contract-Bond Supporting Documentation Reuter Mechanical, Inc. (Eastern IAConst.) Contract- Supporting Documentation Bond S&S Builders Contract-Bond Supporting Documentation Top Grade Excavating Contract-Bond Supporting Documentation � � � ' SECTION 00500 � Page 1 of 6 PUBLIC IMPROVEMENT CONTRACT r SECTION 00500 ' 17th STREET STORM SEWER IMPROVEMENTS ELM ST. to HEEB ST. PROJECT � � Dubuque, IA THIS IMPROVEMENT CONTRACT (the Contract), made in triplicate, dated for references purposes the 5th day of June , 2018 between the City of Dubuque, lowa, by it� �� City Manager, through authority conferred upon the City Manager by its City Council (City), and , Lanqman Construction, Inc. (Contractor). � For and in consideration of the mutual covenants herein contained, the parties hereto agree � as follows: � CONTRACTOR AGREES: !�� 1. To furnish all material and equipment and to perform all labor necessary for the 17th Street �'a n Storm Sewer Improvements Elm Street to Heeb Street (Project). � 2. CONTRACT DOCUMENTS '�i � A. The Contract Documents consist of the following: II 1. Project Title Page (Section 00100). � i' 2. Project Directory Page (Section 00101). �'; � 3. This Public Improvement Contract (Section 00500). I; �; 4. Performance, Payment, and Maintenance Bond (Section 00600). � 5. Out-of-State Contractor Bond (Section 00610). � 6. Other Bonds: �'� a. (Bond Name) (pages _to _ , inclusive). I�� b. (Bond Name) (pages _to _ , inclusive). � c. (Bond Name) (pages_to _ , inclusive). ' 7. The lowa Statewide Urban Design And Specifications (SUDAS) 2017 Edition. 8. CITY OF DUBUQUE Supplemental Specifications 2017 Edition. � 9. Other Standard and Supplementary Specifications as listed on the Title Page of the Contract Document Manual. 10.Special Provisions included in the project Contract Document Manual. 11.Drawings —Sheet No. A.01 through No. W-13 (102 pages) or drawings consisting of sheets bearing the following general title: 17t" Street Storm Sewer Improvements Elm Street to Heeb Street Proiect 12.Addenda (numbers 1 to 2 , inclusive). � 13.Insurance Provisions and Requirements (Section 00700). 14.Sales Tax Exemption Certificate (Section 00750). 15.Site Condition Information (Section 00775). 16.Construction Schedule and Agreed Cost of Delay (Section 00800). � a � � � � � SECTION 00500 ' � Page 2 of 6 17.Erosion Control Certificate (Section 00900). 18.Consent Decree (Section 01000). 19.HUD Requirements and forms 20.Davis-Bacon Wage Decision 21.Other Project Information and Permits (Sections 01100 - 00000). '� 22.Exhibits to this Contract (enumerated as follows): ; a. Contractor's Bid (pages 1 to 8 inclusive). j b. Bidder Status Form (Section 00460). �� c. The following documentation that must be submitted by Contractor prior to Notice 'I � of Award. �'� i. Contractor Background Information Form (Section 00470) ii. jl, iii. ' ii ; 23.The following which may be delivered or issued on or after the Effective Date of the �! Agreement: i a. Notice to Proceed (Section 00850). �';; b. Project Certification Page (Section 00102). ' '� c. Change Orders (Not attached to this agreement). '� .i There are no other Contract Documents. The Contract Documents may only be amended, � modified, or supplemented as provided in General Conditions. 3. All materials used by the Contractor in the Project must be of the quality required by the !� Contract Documents and must be installed in accordance with the Contract Documents. � 4. 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. ' 5. Five percent (5%) of the Contract price will be retained by the City for a period of thirty (30) days afterfinal completion and acceptance of the Project by the City Council to pay any claim by any party that may be filed for labor and materials done and furnished in connection with the performance of this Contract and for a longer period if such claims are not adjusted within that thirty (30) day period, as provided in lowa Code Chapter 573 or lowa Code Chapter 26. The City will also retain additional sums to protect itself against any claim that has been filed against it for damages to persons or property arising through the prosecution of the work and such sums will be held by the City until such claims have been settled, adjudicated or otherwise disposed of. 6. The Contractor has read and understands the Contract Documents herein referred to and agrees not to plead misunderstanding or deception related to estimates of quantity, character, location or other conditions for the Project. 7. In addition to any warranty provided for in the specifications, the Contractor must also fix any other defect in any part of the Project, even if the Project has been accepted and fully paid � SECTION 00500 � Page3of6 � � � 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. h 8. The Contractor must fully complete the Project under this Contract on or before the date � indicated in the Construction Schedule and Agreed Cost of Delay Section of the Contract � Documents. �, 9. INDEMNIFICATION FROM THIRD PARTY CLAIMS. To the fullest extent permitted by law, � Contractor shall defend, indemnify and hold harmless City, its officers and employees, from '� and against all claims, damages, losses and expenses claimed by third parties, but not � including any claims, damages, losses or expenses of the parties to this Contract, including ; but not limited to attorneys'fees, arising out of or resulting from performance of this Contract, ;i provided that such claim, damages, loss or expense is attributable to bodily injury, sickness, I! disease or death, or injury to or destruction of property, including loss of use resulting there 'n 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 I���!. Contractor may be liable, regardless of whether or not such claim, damage, loss or expense is caused in part by a party indemnified hereunder. 10. The Contractor h er eb r e re sents and � Y p uarante g es that it has not, nor has an othe r ers on Y p II, 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; I � 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 h tends to or does lessen or destroy free competition in the award of this Contract and agrees N 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. ' �11. The surety on the Bond furnished for this Contract must, in addition to all other provisions, ! _ be obligated to the extent provided for by lowa Code 573.6 relating to this Contract, which �� provisions apply to said Bond. j 12. The Contractor agrees, and its Bond is surety therefore, that after the Certificate of �i Substantial Completior� has been issued by the City, it will keep and maintain the Project in h good repair for a period of two (2) years. 13. The Project must be constructed in strict accordance with the requirements of the laws of the State of lowa, and the United States, and ordinances of the City of Dubuque, and in accordance with the Contract Documents. A. All applicable standards, orders, or regulations issued pursuant to the Clean Air Act of 1970 (42 U. S. C. 1958 (H) et. seq.) and the Federal Water Pollution Act (33 U. S. C. 1368 et. seq.) as amended, Executive Order 11738, and Environmental Protection Agency regulations (40 CFR, Part 15). Contractor must comply with Section 103 and � 107 of the Contract Work Hours and Safety Standards Act (40 USC 327-330) and Department of Labor Regulations (29 CFR, Part 5). � B. The City and the Contractor agree to comply with all provisions of .the Davis-Bacon � Federal Prevailing Wage Act, and related labor requirements and regulations and the Federal Wage Determination for this Project. � � E ,a SECTION 00500 Page 4 of 6 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). D. The City of Dubuque in accordance with Title VI of the Civil Rights Act of 1964, 78 Stat. 252, 42 U.S.C. 2000d-2000d-4 and Title 49, Code of Federal Regulations, Department I� Part 21 Nondiscrimination in ,� of Transportation, Subtitle A, Office of the Secretary, , Federally assisted programs of the Department of Transportation issued pursuant to li such Act, hereby notifies all bidders that it will affirmatively insure that in any contract ' entered into pursuant to this advertisement, minority business enterprises will be � afforded full opportunity to submit bids in response to this invitation and will not be � discriminated against on the grounds of race, color, national origin, sex, age, or disability � in consideration for an award. ' , 1 CONSENT DECREE �� RELATWG TO THE PROJECT � � 14. THIS CONTRACTOR IS PERFORMING WORK FOR THE CITY OF DUBUQWERELATED TO HE SA NITARY S THE WATER & RESOURCE RECOVERY CENTER •R T li COLLECTION SYSTEM. THEREFORE, THE CONSENT DECREE AND THIS SECTION ARE , APPLICABLE. 'll �� CITY CONTRACTOR � � 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. � G The City has entered into a Consent Decree in the case of The United States of America, and the State � of lowa v. The City of Dubuque, lowa, Civil Action Number Case 2:11-cv-01011-EMJ, Civil Action i Number 2008V00041, DOJ Case Number 90-5-1-1-09339, United States District Court for the Northern District of lowa. The provisions of the Consent Decree apply to and are binding upon the City and its irectors em lo ees, agents, servants, successors, assigns, and all persons, firms and officers, d , p Y 6, 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 cumentCen�terlHome/View/31 DocA hard copy c sn abailable e pon htt ://www.cit ofdubu ue.or /Do 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 instr�c�Sit o� othert�fo mation (incl�ud g documlents, Ir�eco ds, oplother all documents, reports, data, reco , � � g � � . � SECTION 00500 � Page 5 of 6 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 f'; must notify the United States and the State at least ninety (90) Days prior to the destruction of any !; documents, records, or other information subject to such requirements and, upon request by the United � States or the State, the City must deliver any such documents, records, or other information to the EPA �i, or IDNR. � „ ,� CERTIFICATION BY CONTRACTOR � Ij' �; y 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: ;; i 1. I have received a copy of the Consent Decree in the case of The United States of ;, America, and the State of lowa v. The City of Dubuque, lowa, Civil Action Number � Case 2:11-cv-01011-EMJ, Civil Action Number 2008V00041, DOJ Case Number 90- I' 5-1-1-09339, United States District Court for the Northern District of lowa. � 2. All work perFormed will be in conformity with the provisions of the Consent Decree. � � � � ��� , 3. All documents reports, data, records, or other information (including documents, 'i�, 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 � F, fees as provided in the Consent Decree, relating to or arising out of the Contractor's h failure to comply with the Consent Decree. � �, ti� CONTRACTOR: � ��AJI�M�A/� ��,�'77�N /�c�. ' Contracto \ By: " -- Si ure �i�c� /� �/�N�r��nr Pri Name �f�//'f/��'i�/ Title � !.� "�/���� Date � � � � SECTION 00500 � Page 6 of 6 g 6 � THE CITY AGREES: 15. 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. r �i y CONTRACT AMOUNT $ 3,720,555.75 4 �� 1 �� CITY OF DUBUQUE, IOWA: I� '� C'itv MananP,.�S.Q.ffi�e � � Department , By. ---_____ 'I Signature '� i Michael C Van Milliaen � Printed Name 'i City Manager �I'� Title � ; Date I � � CONTRACTOR: � � �i�iV MA� c��1.5' t,����l�f���C', � Contractor I By: ,� �' .-.—�----�—r- � � Signa, � � flfiCL�3 � �7¢l���/�1� � � Printed�me � � � �i'�'/�'/'�/�l' � itle I'� � .- >� - /� � Date ___= END OF SECTION 00500 =___ � � � a � ' SECTION 00775 Page 1 of 2 .� � SITE CONDITION INFORMATION � SECTION 00775 �,,� 250.1 SUBSURFACE CONDITIONS � In the preparation of the Contract Documents, the Engineer relied upon the following report(s) i and drawing(s) of explorations and tests of subsurface conditions at the Site: � � 1) Geotechnical Engineering Report prepared by � ;; k Title: � � ;1 ':i Date: '� � �i Pages: See appendix li; The technical data in the above report(s), upon which the Contractor may rely, consists �I� of boring logs, test results, and boring locations all as of the date made. Engineer �! u accepts no responsibility for accuracy of the soil data or water level information. Soil 'y information, included with these Contract Documents, was not obtained for the �� r purposes of designing excavations and trenches. Soil information was used by i Engineer for design purposes only. Contractor shall assure itself by personal % examination as to subsurFace conditions and shall provide its own investigations and ' �I make its own assumptions to comply with OSHA and any other applicable laws and !I regulations regarding excavation and trenching requirements. �' � 250.2 PHYSICAL CONDITIONS ' In the preparation of the Contract Documents, the Engineer relied upon the following � drawing(s) of physical conditions in or relating to existing surface and subsurface structures ; (except underground facilities) which are at or contiguous to the Site: `' �� 1) Drawings prepared by WHKS, Inc. Title: Project Plans— 17t" Street Storm Sewer Improvements — Elm to Heeb Date: See plan sheets Pages: 1 - 102 2) Sanborn Fire Insurance Map: NONE OF THE CONTENT OF SUCH DRAWINGS INCLUDE TECHNICAL DATA ON WHICH THE CONTRACTOR MAY RELY. � , � � � i � � � SECTION 00775 ' Page 2 of 2 250.3 HAZARDOUS ENVIRONMENTAL CONDITIONS In the preparation of the Contract Documents, the Engineer relied upon the following reports(s) 1 known to the owner of hazardous environmental conditions at the Site: ;� 1) Phase I Environmental Site Assessment Study prepared by Allender Butzke Engineers Title: 17t" Street Elm street to Railroad I� � ) , , Date: 6/30/2017 2) Phase I Environmental Site Assessment Study prepared by Strand Associates '�� Title: 17t" and Locust Street (Washington Street to Kirkwood Street) !� 11, li Date: 11/17/2017 � � H �,� 3) Soil and Groundwater Management Plan prepared by IIW, P.C. j� ,; Title: Contaminated Soil and Groundwater Handling { � Date: � The technical data in the above report(s), upon which the Contractor may rely, consists of test results all as of the date made. Contractor must not remove, disturb or remediate any Hazardous Environmental Conditions encountered, uncovered or revealed at the Project Area, unless such removal or remediation is expressly identified in the Contract Documents to be within the scope of work. ___= END OF SECTION 00775 =___ �'il � � � tl � ; i i a � , �SECTION 00800 � Page 1 of 2 � CONSTRUCTION SCHEDULE AND AGREED COSTS OF DELAY � SECTION 00800 I� r � 800.1 SCHEDULE: lu � CALENDAR DAY SCHEDULE: i Work required by the Contract Documents shall commence within ten (10) calendar � days after Notice to Proceed has been issued and shall be Substantially Complete by ',; June 1, 2019 and Finally Complete by June 15, 2019. � I � 800.2 AGREED COSTS OF DELAY: � N Time is of the essence of the Contract. As delay in the diligent prosecution of the work may I, inconvenience the public, obstruct traffic, interfere with business, and/or increase costs to the �; City such as engineering, administration, and inspection, it is important that the work be '� prosecuted vigorously to final completion. ' An extension of the contract period may be granted by the City for any of the following reasons: �' ��, ;; 1. Additional work resulting from a modification of the Contract Documents by approved r change order. �i ,; ,; 2. Delays caused by the City. �i � 3. Other reasons beyond the control of the Contractor, which in the City's opinion, would ;� justify such. i i' Should the Contractor, or in case of default the Surety, fail to complete the work within the ' specified Final Completion Date, a deduction at the daily rate for agreed costs of delay will be � made for each and every calendar day or working day, whichever is specified, such that the �C work remains uncompleted. The Contractor or the Contractor's Surety shall be responsible for i� all costs incidental to the completion of the work, and shall be required to pay the City the � following daily costs: , A. For each calendar day that any work remains uncompleted beyond the Final Completion date the contractor will be assessed and shall pay, $1000 per calendar day, not as a penalty but as predetermined and Agreed Cost of Delay until Final Completion requirements are met. � � w � Permitting the Contractor to continue and finish the Work, or any part of it, after the expiration of the Final Completion date or extension thereof shall in no way operate as a waiver on the � part of the City of any of its rights or r-emedies under the contract, including its right to Agreed Cost of Delay pursuant to this provision. Furthermore, the assessment of Agreed Cost of Delay shall not constitute a waiver of the City's right to collect any additional damages which � the City may sustain by failure of the Contractor to carry out the terms of the Contract. � � H � SECTION 00800 � Page2of2 The Agreed Cost of Delay rates specified in the Contract Documents is hereby agreed upon as the true and actual damages due the City for loss to the City and to the public due to obstruction of traffic, interference with business, and/or increased costs to the City such as engineering, administration, construction, and inspection after the expiration of the contract times, or extension thereof. Such Agreed Cost of Delay will be separately invoiced to the Contractor, and final payment will be withheld from the Contractor until payment has been made of this invoice � for the agreed cost of delay. The Contractor and its surety shall be liable for any agreed cost of :� delay in excess of the amount due the Contractor. � � i� ___= END OF SECTION 00800 =___ � I+ � � � � 'il , , � , ', �, � � N � � ',; � '� � � � � � SECTI4N 00300 Page 1 of 2 � �ID PR�POSAL SU�MITTAL CHECKLIST sECTioN oo�oo � � '17th STREET STC}RM SEWER IMPR4VEMENTS ELM ST. to HEEB ST. PRC�JECT I� �V Dubuque, IA �, 300.'I Bid �ubmittal Check List p Checkin our Bid submittal, before filin a ainst the fc,flowin checklist will hel '' � Y 9, g g p prevent � minor errors or amissions, which could result in rejectian of fihe Bid because it is non- ij responsive. � i (1) Bid Proposal Form: ��I i i ✓ Bid prapasal must be submitted on the form fisted belaw and pravided by the Gifiy: � !� ■ UNIT PRICE BID PRQPC35AL FORM {SEGTIC7N 00400) i�� 'i ✓ Acknowledge receipt of all addenda on the Bid Praposal Farm ' (SECTIC7N 00400}. ;I �; ✓ Bid Proposal Form (SECTIC?N 00400) must be signed by an autharized agent. � i ✓ The Bid Pro�osal Form must nat be qualified in any way or cantain any disclaimers ',� or speciaC canditions, ar the Bid may be found nonresponsive. � (2} Bid �ond: � ✓ The Bid Propasal Farm (SECTION 0040Q) must be accompanied in a separate errvelope by a Bid Band (SECTION 00450) ar a certified check made payable ta the j "Gity of Dubuque" in an amaunt equal to fien percent (10%) ofi the Bid amount. ✓ The Bid Bond (SECTION 00450), if used, must be signed by bafih the Bidder and the Surety ar surety's agent. Signature of surety's agent must be supporfied by accompanying power af attorney. Be sure ta write in the bid amount on the Bid Bond ✓ �idders shalf use the provided City �f Dubuque Bid Band (�ECTI�N 00450). If an alternafiive Bid Bond form is submitted by the Bidder and determined by fihe City to not be an equivalent band form then the City may determine th� Bid as nan-responsive. � � 6 Q p � ' i . � SEGTIQ►N 00300 Page 2 af 2 (3) Bidder Status Form: 'i ✓ The Bidder �tatus Farm (Section 00460) must be included in the envelope wifih the � Bid. (4) The Intent to cc�mplv with HUD Section 3 Requirements Form: � ✓ The Intent to Comply with HUD Section 3 requirements form must be submitted. I,� The Bidder must complete and submit the Bidder Sfiatus Form, signed by an !I autharized representative of the Bidder. � ,� (5) The Bidder Status Farm (Section 00460) must be inc(uded in the envelo�e with the � Bid.Submit�tal of Bid: i ✓ The Bid Proposal Form and Bid Bond must be submitted in a separate sealed II envelope labe[ed as follaws: � 17th STREET ST�RM SEWER IMPR0�6EMENTS ELM ST. to HEEB ST. % � PRQ.lECT � Du#�uque, IA ���� � "Sealed Bid" or"Bid Bond" � '�� (Contractar Name) ; �� And addressed to Locatian for Filing the Bid: j ,, , a Gifiy of Dubuque ;i City Clerk's �ffice � City Hall, 50 W �3kh Sfireet � Dubuque, lowa, 52001 � � ,, �� �� ✓ Sufficient time should be allowed for Bids to be delivered. Late Bids will not be considered and will be returned unopened. � -- == END �F SECTI�N Q030Q =�== � � � � � � � m , � , ' , � , i SECTION 00400 Page 1 af 5 i p UNIT PRICE BID PRtJPOSAL FORM " � SECTION Q04�0 � ;� l i PR(}JECT: 17th STREET STQRM SEWER IMPROVEMENT� ELM ST. to HEEB ST. °{ PROJECT � Dubuque, IA '� , BID TC7: City Clerl�'s OfFice N� Cify Hail � � Dubuc�ue, lowa 52001 � � � BID FRfJM: � � 'i ���� �� ������"'������ ���, (Com pany} '�'� r � � � (Street Address} ��� � -�� ������ �.�. r � �� � � ��r '' �� -��� '� (c;ty, state, zip) ,� ���°� ���`� ���� (Telephone) i', ',i i q 400.'t General i I , : The undersigned Bidder agrees, if the Bid is accepted, to enter into an Contract with the City, � in the form in�luded in fihe Gontract Documents, to perfarm and furnish the Work as specifed ; ar indicated in the Gantracfi Documents for the Total Bid Amount and within the Bid time indicated in the Contract Documents and in accordance with ather terms and conditions of the ; Cantract Documenfis. h h; � 400.2 Recitals ` � In subm'rtting this Bid, Bidder represents, as more fully set for�h in the Public Improvement Cantract, that: � � a. This Bid will remain subject ta acceptance far farty-five (45) calendar days after the a day of Bid opening; � � b. The City has the righfi to reject fihis Bid and to waive any informalities in the Bidding; � � c. Bidder accepts the pravisiQns to the Instructions to Bidders regarding dispositions of Bid �ecurity; � � a $ � � SECTIC7N 0040Q � Page2of5 I d. Bidder will sign and submit the Public Improvement Contract with the Band and �' ather documents r�quired by fihe Contract Documents within ten (�0} cafendar days �, after the date of City's Notice of Award; ! � The Bidder hereby certifies that the Bidder is fihe only �erson or persons interesfi�d in this � prapasal as principals; that an examination has been made af the plans, specifications, ,� cantract form, including the special pravisian contained her�in, and the work site, and the ,�� Bidder understands that the quantities of wark shown herein are approximate anly and are � subject ta increase c�r decrease. The measured unifi quantity of any item stated in the plans, �� specifiication, or on fihe bid praposal farm are approximate only and the final payment must be j� made by the wark cavered in the cpntract(Pubfic impravement Contract- Se�tion 500). The �� Contractor further understands that all quantities af work, whether increased or decreased, are ;� ta be performed at the Unit Prices as stipulated herein; the Bidder proposes to furnish all !� necessary machinery, equipment, fiooCs, labor and other means of construction, and ta furnish '� all materials specified in the manner and time prescribed and to do the work at the prices ' �� herein set aut. ' 400 3 Bidder s Acknowledqment In submitting this Bid this Bidder acknawledges and represents that: ;:: 1} gidder has examined copi�s of all the Contract Documents; '� i� 2} Bidder has visited the Praject Area and become familiar with the genera(, local, , and.site cond�tions; I� 3) Bidder is fiamiliar with Federal, State, and local laws, ordinances and regulations '� that govern the wark specified by the Contract Documents; � 4) Bidder has correiated the informatian knawn to the Bidder, abservatians obtained firom fihe examinatian of the site, reports and drawings identified in the Gontract u Documents and additional invesfiigations, explorations, fiests, studies and data �I within the Confiract Documents; � 5} This Bid is genuine and not made in the interest of or an behalf of an undisclosed � person, firm ar corparation; Bidder has nat direcfily or indirectly induced or � salicited another Bidder to submifi a false or sham Bid; Bidder has not solicited or � induced a persan, firm or corporation ta refrain fram Bidding; and Bidder has nat � sought by collusion to obtain for itselfi an advantage aver anather Bidder or aver 9 City; 6) Local and State sales and use taxes are not included in the Bid Amount. � 7) Bidder I�as examined and understands that the following reports listed in Section 00775 are part of the Cantract Documents have been considered and are included in fihe Bid Amount. Report l'itle , Dated Report Title , Dated � €, �� � � � , � i , rr-zs czr�os � ^ �� � AddendumNo.: 2 t�Tas�er�ieee orz tlte Mrssissippi Ciry of Dabuque � Bid Proposal Schedule BIODER NAME: LANGMAN CONSTRUGTION,INC. y DATE: 5/10/2018 � Project Name: 17th Street Storm Sewer improvements(Elm Street to Heeb � StreeU �,� LlNE SPECI�ICATIO g�D ITEM DESCRIPTION BID I N0. N � qUA TI'P( UNIT UNI7PRICE TQTALPRICE � Division 1-General provisions I 1 Bid Item Sp Prov. 7emporary Stormwater Handlinq � 1.00 �S "�5,00�.00 $5,OOD.00 � � Oivislon 2010-Earthwork,Subgrade,and Subbase Suh Total 55,OOQ.00 e � ? 2010-1p8-J-2-c Removal of Known Pipe Cuivert ? 1130.00 LF 3T.00 51�,130.00 � 3 2010-108-C-0 Clearinq and Gru6binq C p 4 2010-108-D-3 TOPSO�I pff-slte . �'�� LS S5,OOd�.qO S5,Q00.00 � 5 2Q10-108-E-0 Excavatton,Cless 13 225.00 CY 5q0.00 5"9,00�.00 � 6 2010-108-F-0 6elowGradeExcavation(CoreOut) 5300.00 CY �15.00 �79,500.00 � 7 207Q-7p8-G•0 SuBprade Preparation 1500.00 TON $15.00 �"22,500.00 � 8 2010-1 pB-I-� Suhbase,Modi�ed Su6base-Gradation 74 _ 2200.00 SY 52.00 _ S4 d00 00 � 9 201Q-10$•I-0 Subbase,SpecialBackfili-�radation30 6825.00 TON �20.00 $136,5Q0.00 �I 35�.00 TON �Zp,pp '� 37.0�0.00 � Division 3010-Trench Ezcavallon and Backfill Sub Fotal 5265,030.00 ,u 10 3010-108-D-0 Trencfi Foundatlon-3"Breaker �I 11 3070-108-0-0 Beddinq Materiai 1"Commerciai Clean Stone �100.00 TON $12.00 $13,200.00 12 301(1-108-D-0 BeddinpMatenal IowaD07#3WashedSlone ��Q��d� xOry �1300 �15A00-00 13 3010-108-D-0 6eddingMaierlalGraHation30 1100.00 TON �u1570 u�17,270.00 �'' 1A 3010-108-D-0 Re IacementofUnsuitableBackflllMateriaiGradaUon30 .. 5�0.00 TON 512,50 �8,250A0 I���, 7300.00 TON ^s12.50 $91,250.00 � 15 3010-106-L-0 R�41d Insula6on Bnard 16 B(d Item Sp.Pr4v. Temporary 5oif RetenUon-Centuryl(�k Vault �00.00 SF $2.00 St�A�0.00 . 17 3010�-1�8-I-2 Trenchinp,261nchDepfh �-�� LS ��,Q00.00 51,000.00 - 18 3010•108-J-3 Trenchln.48 lnch De ih 960.00 LF �7,p0 ^y6,306.00 � p 1200.00 LF 10.0 . � Q �12,000.00 Dtvision401Q-SanitarySewePs SubTotal $163,670.Q0 � �� � 19 d010-108-A-1 Sanitary Sewer Graviry Main Trenched 15"pVC 20 4010•108-A-1 SanitarySewerGravityMainTrennfied 18"PVC(C900 DR18} ��6.00 LF ggg,pp �1�968QQ rf�� 21 4010-108-A-1 Sanitsry Sewer Gravity Main Frenched 18"pVG 225.Q0 LF 5704.00 $23400 OD " I; 22 4Q1p-108-A-1 101.00 LF �115.00 $11,615.00 �' Sanitary Sewer Gravity tvta(n Trenched 18"PVC(C900 DR 18) 272.00 LF h; 23 4D10-108�-A-1 SanitarySewerGraviryMain Trenched 24"DIP 3125.00 $34,000.00 �� 24 4010•108-8•1 SarntarvSewerGraviryMainwithCasinqPipe 7renched 8"PVC Zo.ao LF $2A8.00 54,960.00 II 25 4010-1pg_d-p 25.40 lF $210.00 35,250.OQ ��� � Connect�an To Existinq Manhote 1.00 Eq 26 4010-108-K-0 Abandon Ewstmq Sanifary Sewer-Fill and Ploq 51,006.00 $1,000.00 W: 12.50 CY �120 00 _ 51 600 00 �� Qivision 4020- Sub Totai $93,693.00 �� Storm Sewers 27 4020-108-A-1 Storm Seuver Gravity Main 7renched 15"RCP � � 28 4020-108-A-7 Stnrm Sewer Graviry Main Trenched 18"RCP 7fi5.50 l.F $56.00 542,868.00 h Z�J Bid Item Sp.Prov. 27'Dia MH on 8ox Culvertw/CasBn4 25.00 LF $61.00 51,525.OQ 30 6id Item Sp.Prov. Storm Sediment Cleanup 16.75 VF $375.00 $6,281.25 i'; 31 81dlkemSp.Prpv. FIeltlVerifyExistlnq�CulverkPeneirations 1.00 LS $1.000.00 $1,0OO.OD �, 1.00 LS �1,000.00 $1,OD0.60 � Oivision 4Q40-Su6drains endFootirtg 6rain Coltectors _ Sub Total 552,67q.25 I � 32 4040-108-A-0 Subdrain,4"Perforeted CPE - y 33 4040-1�8-A-0 5uhdrain,6"PerforatedCPE 208.00 LF �15.00 $3,120.Op ry+ 34 a040-108-D-0 SubtlrainOWetsandConnections,6" 616.0� I.F �16.00 59,856.00 p 35 4040-108-[!-0 Subdrain OufleLs antl Connections �9.00 EA 52p0.�0 33,800.00 � 36 A040-708-E-0 Storm Sewer Service Stub,4"PVC 12.00 EA $1�0.00 $1,200.00 37 4dA0-1 OB-E-0 Storm Sewer Service Stub,6"PVG 120.00 LF �21.00 �2,620,00 � 80.00 LF �u24,q0 �1,920.04 " Divislon 5010-pipe and Fittings � Sub Total �22,418.00 38 5p10-108-A-t Water Main,Trenched,DIP,6" � 39 5014-108-A-1 Water Ma(n,Trenched,DIP,8" 223.00 LF �i13.00 525,199.00 40 501�-108-q-1 WaterMain,TrenChed,Dlp,10" 985.50 LF �it8.00 5116269.00 � 41 5�10-108-A-1 Water Main,Trenched,O�P,12" 94.00 LF $125.00 $11,750.Q0 � A2 5010-108-B-1 Water Maln,with Casinq Plpe Trenched DIP 10" 55.00 LF �133.�0 � 57,315.00 bpp A3 5010-108-8-1 Water Matn,Nnth Casing Pipe Trenched DIP 12" 20.00 LF u�226.00 $4,520�.00 � 44 5010-108-C-2 Fitt�nps by Weiqht�I 20.p0 lF �236.00 $4,72Q.00 45 5010-108-C-1 pigt 28Q8.00 L85 $4.00 �u11,232.Q0 ncL.Meqa luq�fi" 22.00 EA �54A� 46 5010-108-G9 Fi_t�n9s,Mega lup,8" u�1,100.00 4� 5010-108-C-1 Fit�n s,Mega Iug 10" � 54.00 EA $70.OD 53,780.00 48 5010-108-C-1 � Fittings,Mega luq,12" 18.00 Eq $100.00 ^�1,800:p0 - 49 5010-1Q8-C-1 FltUngs Meqalua Solit Restraint Harness 12" 20,00 EA 5140.00 $2,800A� � 5o 5010-tp8•C•1 FitUngs,Megaluq Jolnt Restraint Harness 6" 8'�Q � . �u385.00 33,060.00 51 5010-108-C-t F_i�s,Meqaluq Joint Restraint Harness 8" 9��� � $65A0 �565.00 � 9.00 Eq S85.D0 �u785.Op � 52 5010-108-C-1 Fil�nqs,Meqaluq Joint Reslraint Namess 10" V� 53 5010-106-C-1 Fit6n s,MeqaluqJoiotRestrainWarness 12" 3.�0 �' w"135.0� $�1�5.00 54 501Q-108-G1 Fit�nqs,RepairCouplinq6° � 1.00 EA �w170.00 $170.00 4.00 EA $276.00 $1,090.00 2 V _.._ __... ........._..__............................ -� PLAN ❑ BID � LINE 5PECIFICATIO I BID ITEM DESCRIP710N UNIT UNIT PRIGE TOTAL PRICE N QUANTI7Y NO. ' Re air Cou Iin ,8" 2.00 EA �w305.00 $610.00 � 55 5010-1D8-C-1 Fitdn s, 2�� Ep � $404.00 �Bq���� , 56 5010-1�8-C•t Fitlin s,Re air Cou Iin ,10" 57 5010-108-C-t Pittin s,Re air Cou Iln ,12° 2.00 EA �u470.00 S94Q.00 50.00 LF 335.00 "�1,750.00 68 5010-108-E-1 W ater Service Pi e,Trenched,Co er,3/4" 4 00 � �300�Q �1,200.00 59 5610-7Q8-E-2 Water5erviceCor oretionTa ,3/A" � � 1.00 EA 5600.00 $600.00 il 60 5010-108-E-3 W ater Service Curb Sto and Box,3/4" 3.00 EA a10Q.00 �300.OD 61 Bid Item Sp.Prov. Service Curb Box,Clean&Ad'usk to Grade 20,pp CY $120.00 �2,40D.00 � 62 Bid item Sp.Prov. Water Main Abandonment-Fili and Plu 5.00 EA 51,000.00 �u5,000.00 ? 63 Bid Item Sp.Prov. Tem orar Water Service Conneclions Zp�� �F 560.00 �1,000.60 a 64 Bid Item Sp.Prov. Mlater Service Pl e,Trenchless,Co er,3(4" 30A0 LF 530.06 5900.00 65 Bid Item Sp.Prov. Water Service-T e M Hard Co er 1.00 EA �600.00 56Q0.00 66 Bid Item Sp.Prov. W ater Service Pipe PenetraUon throuqh Existing FoundaUon W a�l 2 00 � g30.Q0 560.00 fi7 8id Item Sp.P�ov. 314-Inch BaII.Valve §125.00 $125.00 1.00 EA 88 Bid Item Sp.Prov. 31A-Inch Strainer i 69 Bitl Item Sp.Prov. 3/4-Inch Pressure Re-ulator 1.00 EA $125.00 5125.00 1.00 EA S20D.�D �7��.OQ h 7D Bld item Sp.Prov. 3(4-Inch Dual Check Valve � 71 Bid Item Sp.Prov. Thermal Ex ansionTank 1.D6 � EA �115.00 $115.06 , Sub7atal $213,315�.00 �� I Oivision 5020•Yalves,Fire Hydrants,and Appurtenances AAO EA 51,000.00 �^4,�00.00 � 72 5020-108-A-0 Valve,Gate,DIP,6" � 73 5020-108-A-0 Valve,Gate,DIP,6" 8.00 EA �1,400.OQ �fi 7,200.00 3.00 EA "�2A00.00 S6,OOO.DO { � 74 5020-108-A-0 Vaive,Gate,DIP.10" I 75 5020-108-A-0 Valve,Gate,DIP,12"� 2.OD EA 52,400.00 54,80Q.00 4.00 EA $3,500.00 �14,�00.40 �� 76 5020-108-C-0 FVe H dranE � Sub Tota� 540,040.00 Ij �1 Divlsion 601 D-Structures for Sanitary an d Storm Sewers � 61..00 VF� � S4�OA0 524,A�O.DO Ii� 77 6010-108-A-0 Manhole T e,PC,48"SW-301 4 78 6010-108�•A-4 Manhole T e,PC,60"SW-301 11.25 VF 5550.00 �u6,187.50 ,'� 149.00 VF w500.00 574,500.00 „ 7g 6016•M1�8-B-0 Intake T e,CIP,SW-501 11 20.00 VF 5825.Dd �516,5Q0.00 . II 80 6070-108-8-0 intake T e,CIP.SW-5Q5,Dou61e g,00 VF $1,Q50.Q0 59,450.00 81 6010-108-B-D Intake T a.CIP,SW-605,'fri le 1.00 LS �30,000.0� $30,000.00 �� 82 Bid9tem5p.Prov. EastEnd7ra�siNonSWcture � ��; 1059.Q0 LF 51,1�0.00 �u1,164.900.00 II, 83 Bid Item Sp.Prov. 10'x5'RCBG �, 84• 8id Item Sp.Prov. West End Transitlon Struc[ure 1.00 LS 520,000.00 $20,000.00 . �,pp EA "�6,000.06 $6,000.00 �� 85 6010-t08-C�-a Dro GonnecUon,Outside � . 1 AO EA $2,OOO.QO a2,000.00 '�'�, 86 6010-1�8-C-0 Dro Gonnection,inside ' 87 6010-1Q6-E-0 ManholeRdustrnent,Minor 9.0o EA $800.00 ���2Q0�ti� li 88 6D10-108-E-0 fntake Ad'ustrnent,Minor 1.00 EA $800.00 3800.00. �i 1.00 EP. �15D.�0 "s15Q.00 :,,� gg Bid Item�Sp.Prov. Valve Box Ad ustrnen4 Minor Sub Total $1,362,087.50 i - I Division 7010•Porfland Cement Concrete Pavement 90 701�-108-A-0 Pavement PCG 7"(Thickness) 50�.OD SY� $7�.00 �35A00.00 ; 30.OQ LF �32.OQ $�J60.00 � - 91 7�10-708•E-0 . , CurbandGutter 24"(Width)7"iThickness} - 2090.00 �LF $34.p0 ��71.060.00 � i g2 7p1Q-108-E-0 CurbandGutter 36"(Widih)7"fThickness) - 2A4.00 LF $38.00 $9,272.00 93 701�-1D8-E-0 CurbandGutter 36"(Width) 12"{Thickness) �26.00 LF 334.00 54,680.�0 94 7010-108-P-0 BeamCur6 � Sub7otaf 5720,3�2.00 �i _.___ �------ Division 7020-Wot MixAsphalt Pevement ; 465.00 TON �u70.00 �u32,550.D0 i g6 7020-108-A HMAPavemenLSurfaceCourse,StantlardTraffic 2050.00 TON �70.00 $143,50Q.00 96 702Q-108-A HMA Pavement,Iniermediate(8ase Course,Standard Traffic g0.00 TON $79.OD $7,110.00 II . 97 7020-108-A HMA Pavement.Surface Course,Ni h Traffc g0.40 TON $79.OQ $7,110.00 I g8 7020-108-A HMA Pavement,Intermediatel8ase Course,HI h Traffic �,00 LS � $5,35Q.Q0 $5,350.00 � g9 7026-108-H NMAPavementSam Ies�andTestln LS SubTotal $195,620.00 Division 7030�Sidewaiks,Shared Use Paths,and Oriveways 100 7030-108-A Removal of Sidewalk 1613.D0 SY $10,00 �16,130.00 � 876A0 SY $10.�0 ^�8,760.�0�. 101 7030-108-A RemovalofDrivewa 102 7030-108-E Sidewalk PCC 4"(Thickness) _ 812.00 SY �52.00 �h2,224.00 1�3 7030•108-E Sidewalk PCC 6"(Thickness) _ 115.00 SY �u100.D0 �u11,500.00 154.00 SY ^�150.00 "�23,100.00 t0A 7030-108-E Sidewaik PCC 6"(Thickness) Reinforced � 4fi�.00 SF �4o,00 518,400.0� 105 703�-108-G-0 Detect2hle Warnin 58.Op SY 5180.00 �10.440.00 106 7030-108-F-2 BritkSidewaikwithConcreleBase SubTotat $130,554.00 �ivislon 7�40-Pavement Reha6ilitatioa 107 7040-108-H-0 Removal-Pavement 6986.10 SY $1�.00 369,861.00 24QO.OD LF �u2.00 ^�4.800.00 106 7040-108-I-0 Removal-Curb Sub Tatal 574,661.00 17ivision 801�-Traffic Signals&Lightfng 18.00 EA Y>1.104.00 $19,800.00 109 80i0-108-R-1 Handhole,PC.Round,24-24 � 1.00 EA �u2,10Q.00 �2,100.0� � 110 8Q10-108-A-1 Mandho�e,PC,Traffic Si nai Tub 7 Qp � u700.00 54,900.00 111 8o10-708-A-2 Handho�e,Com osite,ll"x18"x18" q900.00 LF u�3.00 ^�14,AOO.QO ' � � 112 8010-108-8-1 Conduik Trenched,HDPE,2" 2a OQ LF cu2 3p �u46.00 � 113 8010-108-8-1 Condult,Trenched,PVC 5ch.40,3/4" 460A� LF �2.70 �u1,242.00 114 801�108-B•1 Conduit,Trenched,PVC Sch.40,2" 5Q.00 LF �u5.00 �250.00 0' 115 8010-108-8-1 Condult,Trenched,PVC Sch.40,3" 380.OD lF SA.50 ^y�1,710.00 � 116 801�-108-B-1 Conduit,Trenched,PVC Sch.40,A" g � 1 NIO SPECI NCATIO I UNtT -- TOTAL PRICE � B�Q(TEM DESGRtPT14N I P�N BID � � QUANTITY u UNIT PRICE 117, 8016-10B-B-1 Conduit,Trerched 7-4�/av FuturePath 1500.00 LF � 118 8010-108-B-t Canduit Trenchless,PVC Sch.40,4" $4.30 g6,48D.OQ � -0.00 LF "�100.00 �400.00 � � G 11g 8010-108-B-Z Canduit,Re-route,PVC,4° � 120 8�10-108-B-3 Condait,Innerduct(4)1" 40,00 LF $G.50 5260.Q0 40.p0 LF $26.00 51,040.00 t 121 Bid Item Sp.Prov. Concrete Encasement Over Cpndult,2"Thickness y ZQ0.00 LF $18.00 �u3,600.00 ' 122 8016-108-Gd Wirinq aotl Cable-3C 8 AU�lG 160.00 LF 123 8010-7Q8-GO WlnngandCable-5C14AWG �2•00 5360.00 370.00 �F $1.2� 5d44.Q0 � 72� 8010-108-Gp Wirir�and Cable-12C 74 AWG � 125 8010-tp$-GO WirtngandCable-4AWGXHHWGroundGreen 430.p0 LF $2.50 51,075.00 p 430.�Q LF 'tl 126 8010-7Q8-C-0 WinngandCable 1�pqWGXHHW-2 ���3Q 5559.00 � 70500.00 lF $0.70 $7,350.OQ i 727 8010-108,C-0 Winng and Cable-Analoq Phone Ca61e �� 1q00.00 LF �u1.20 �w1,200.00 � 128 8010-10$-C-O W inng and Cable•Tracer u 129 8010-108-6-1 Street l i ht Precast Concrete Base,2'Dia.x 7' 3600.00 LF "w0,70 52,520.00 � 7.00 EA $1,100.00 57,700.00 �;� 180 8010-108-F-1 F(6er Optic Vault Precast Concrete i 3.00 EA $3,70�.00 �11,100.d0 iyl 731 801�-106-I-0 Traffic Conlroller Cabinet Precast Concrete Base 1.�0 EA 52,i00.06 52,100.00 � 132 8010-108-K-3a Mast Arm Traffic Signaf Base-25-30'Arm 4.00 EA �u2,500.00 � ^�10,00�.00 �i 133 8010-108-K-3a Mast Arm Tra�c Sfqnal 8ase-30-45'Arm � 1.00 EA S3,800.00 53,800.00 II 134 8010-108-M-Q StreetLiqht � 7.00 Eq $2,200.OQ �15,400.00 135 8010-708-N-3 Removal-CIP or pC Concrete Base - 4.00 EA $840.00 $3,200.0� k 136 Bid item Sp.Prov. Code Btue Emerqencv Phone , 2.Op EA $6,900.00 �13,80Q.00 �I 137 8010-108-N-7 Removal-Existinq Handhole/Vauit 4.00 EA $d00.00 $1,600.00 -� G 136 Bid Item Sp.Pray. Connect Into Existinq Conduit 5.00 EA � 139 Bid Item Sp.Prov. Remove Cabte 5720.00 ggpp,pp '�I 650.Q4 LP u�0.70 $A55.00 140 Bid Item Sp.Prov. Reinstall Cable II ��141 Bid Item S�.Prov. Salvage and Reinstall Traffic Siqnal Ca6inek and Controller 260.D4 LF 50:70 �t 62,00 - 1.00 EA $180006 $16'0000 P 142 Bid Etem Sp.Prov. Retrofit 6cisUng Siqnal poles on New MastArm 8ases q�� 'I � $3,300.00 513,200.00 � Sub Tatal � $15A,443.OQ � ;i Division802�-pavemen4Markings . ��,I 143 8020-108-B Pain(ed Pevement Markinqs�Soivenf/Waterborne �' 40.00 STA �6�.00 $2,4p0.00 Sub Totat �p,qpp,qQ - � � . Division 9010-Seeding ,� 144 9010-108-B-0 HytlreNic-Seedinq Eeni�izinq and Mulchin Tvpe 1 �I 145 9010-108-E-� Warrentv 0,40 AG $14,1p0.04 $5,640.00 _� 1.�0 LS $2,000.00 u�2,004.00 4� 9uh jofal $7 840.00 � Division 9030-Plant Material and Planting il, 146 9034-108-B-0 Plants.By Count With Warranty Shamrock Littleleaf I.i�den B&B 2 5(n cal 2.D0 EA 51,170.00 52;340.00 147 9030-10&B-0 Pla�ts,By Coum W ith Warranry Frontier Amer(can Elm B&B 2 5 inch cal �q 2•00 $7,170�.00 �2,340.60 148 9030•106-B�-0 plants,By Count,Wifh Warranty Amerioan Hombeam B&B 2 5 inch ca� 3.00 Efi 749 9Q30-108-8-0 Plants,ByCount WithWarrantv ImpedalHoneylocust 8$8 251nchcal �1�'�>0.00 $3,570.00 �. 3.00 EA $990.00 50 9030-108-8•0 P(an4s,By Count,W ilh Warranry Emerald Sunshine E(m 8&B 2 5 inch cal �z 970�� II� 3.00 EA 5990:00 �2,970.00 �I 151 UL-05-108-F-0 Modular Soil Vault� �3�Q � �, 152 U�-05-108-G-0 Ribbed Root Barrier t 2"Depth By Linear Foot $2�40�.b0 �31,200.00 i 611.00 LF $3.00 51,833.00 �, 153 UL-05-108-N-0 Root and Water Barrier,RO"Depth By Linear Foot . 15d UL-05-108-I-0 Roat and Water Barrier,l2"Depth,By Linear Foot �92.00 LF� $4.OD $2,368.OQ � � 1629.00 LF �1.D0 $1.629.OQ 155 UL-05•708-J-0 Planflng Mfxture By Gubic Yard 182.00 CY � � ��;I b65.00 $11,830.OD Sub Total 562,990.OU Division 9040-Erosion a�dSed(mentControi III 156 9040-108-A-2� SWPPP Manaqement 157 9040-108-�-1 Fitter Sooks,8" 1.00 LS S2,000:00 �u2,000.00 1Q00.00� LF� $3.00 $3,OOO.QO � 158 �9D40-10$-D-2 FilterSocks,Remova� t000.OQ LF 159 9�40-108-0-1 Stabilized Construction Entrance A �w�25 �250�.00 f 650.00 SY $8.00 �u5,200.00 (i 160 9040-108-7-1 Inlet ProtecGon Oeviae,Dron-In ji 45.00 EA $100.00 54,500.00 „ 161 9040-108-T-2 inlet Protecdon Device,Maintenance �� 45.00 EA S2d.00 $900.Q0 16Z Bid Item Sp.Prov. FloaNng Slk Gurtain � J 70.00 LF $40.00 $2,800.00 � 163 Bid Item Sp.Prov. Mamtenance of Floatinq Silt Curtafn � �� - �•40 � $500.00 $3,500.00 Division 9060-Fencing 9u6Tota1 �22,150.Oq � 164 9060-108•D•0 Removel and Relnstallation of EicfsU Fence,Chainiink,4' 165 9660-108-D-� RemovalandReinstallationofExisBn Fence,Wood 325.00 LF �13.DD �4,225.06 � 166 9060-10&-D-O Remove Chain Link Fence,48 In.Mei ht 155.00 LF �17.p0 32,635.00 � 167 9060-108-�-0 Chain Link Fence,481n.Heiqht 190.00 LF $6.00 �66D.00 � 110.�0 LF 313.00 �u1,430.00 SubTotal "s8,950.00 � Division 9072•Com6ined Concrete Sidewalk and Retaining Wall 168 9072-108-A-0 Combined Concrete Sidewalk and Retaininq Wall , 100.00 CY �u700.00 $70,000.00 � Sub7otal $70,000.00 Dfvisia�9060-Concrete Steps,Handrails,and Safery Rail 169 9080-906-q-0 ConcreteSteps TvpeA � 70.00 SF $75.�0 36,250.00 17� Bid Item Sp.Prov. Concrete Stoop 152.00 SF $100.00 $15,200.00 171 9080-108-6-0 Ha�drail,Steel A06.00 LF 172 8id Item Sp.Prov. Wooden Steps �1d0.00 �u56,840.D0 1.00 LS $2,p00.00 $2,000.00 173 Bid Item Sp.Prov Remove and Replace Handrail 60.00 LF $35.00 $2,100.00 SubTotal $81,390.00 Division 11-Misceflaneous 17q 1090-105-D Mo6ilizaUon � 1.00 LS ^�q09,OQ0.00 u�4p9,000.0� � 175 Bid Item Sp.Prov Securiry Fence 1.00 LS �w10,00Q.00 g1 p,00�.00 176 110A0-108-A Maintenance of Postal Service - � 1.00 LS $1,000.00 $1,000.00 p 777 71060-106-A Cancrete Weshout R tA0 LS . $1,000.00 51,000.00 178 Bid Item Sp.Prov. _Dumpster Enclosure Remove and Replace 1.00 LS F� - - ^�10,000.00 "�1Q.000.00 � 4 � LINE SpEGIFiCAT10 BID ITEM DESGRIPTION aU N Nn UNI7 UNIT RICE TOTAL PRICE NO. N , 500.00 SY 36.OQ S3,OOQ.00 ' � 179 17�5D-108-A Tem ora Pedestrian Residentlal Access Sub Total �434,QOO.OQ d IpOT L1Wfsion 2528-Traffic Control . � 180 1�6T 2528-04-A Traffic CvnUol 1.00 lS 5137,500.00 $137.500.00 3ubTotal $137,500.00 � � � . 7otal Bid 53�� 72��555.�„5 � i II �. � ry F `u 9 G 4I� ry �I . �'I �I i i �� � III a IIII � �, II,. �! i � i i �; �i i I N i� € `s � B � � ' N . � SECTIdJN 00400 Page4of5 � � 400.7 Timeliness ,i Bidder agrees that the work shall be Substantially Complete and made ready for final payment in accordance with Confiract Documents no later than the date(s) indicated in 5ectian 00800 — �� Canstruction Schedule and Agreed Gost afi Delay. j a � i , 400.8 Additional Documents To Be Submitted With Bid �� The foliowing addifiional dacuments are included and made a condition af this Bid: � i A. Bid Band (Section 00450}—or other approved Bid 5ecurity. I� ,� Aecompanying this Bid in a separate sealed envelope is a Bid Bond, cashier's check, or 'I certified check in the�penal sum af�en percent (10°l0) ofi the submitted Bid. It is � understood that the Bid security will be retained in the evenfi a contract is not executed i� ,,. by the Contractor if award is made to the undersigned. If a Bid Bond is submitted ifi musfi ,:, be executed by fihe Bidder and acceptable corporate surety. If a Cashier's check or ��; certified check is submitted it must be made payable to the Gity Treasurer, Gity of ;I Dubuque, drawn on a bank in lowa or a bank chartered under the laws af the United '!, States. ',�� B. Bidder Status Form (Section 00460) i ';i I! 400.9 Dacument �ubmittal Requiremen�ts bv Apparent Low Bidder �'� r�� The apparent low bidder musfi submit the Contractor Background Infarmation Form (Section ��� 0047Q} ta the Jurisdiction Representative within 72 hours after the bid opening. Failure to �' submit the Contracfior Bac{�ground Infarmation Fornn by the required dead(ine may be 'i cansidered justification for fihe Gifiy to determine the Bidder as nafi respansible. i � 400.�0 Contract Execution ;' The Bidder further agrees to execute a formal contract and Band, within ten (�0} calendar days �Y after the date afi the City's fVotice of Award. The Bidder also agrees it will cammence work an '�� or befare ten (1 Q) calendar days after the date af City's Natice to Proceed, and it will camplete a the work within the specified contract period or pay the Agreed Cosfi of Delay stipulated in the � Cpntracfi Documents. � � � 400.11 Questions and Interpr�tations Failure by the Bidder to request clarification af the Cantract Documents during the bidding process does nat waive the responsibility for comprehension of fihe documents and performance of the work in accordance with the Gontracf Documents. Signing of the Bid � Proposa! Farm constitutes the Contractor's certification as implicitly denoting thorough � comprehension ofi intent c�f fihe Gontract Documents. � � � € $ � � . P � � s w ; ° SECTION 0040Q � Page 5 of 5 � 400.`I2 Addenda � � i': The Bidder acknowledges receipt af the fa(lowing addenda: 'i' ��������� Dated: % ��, ��1� i � �� ���� 6 �. Dated: � ������� � � Qated: � f Dated: �' � �j �� � 400.'13 Sic#natures �; � � Gontractor: I; � , � �. �; ��������� �����"����`�`a��, � . Dated: �`t�..� �� ���� i Contractar Name � �; �� � � �� ����� � ;; Street(Business Locatian) '.' ii ��. ������� � Gifi� N ' � � � ��6 State Zip : ��s � Dated: ���� 1°��� ��1� ,� . � � �ig'�ia .� N ���� ��� � Title � The Bidder's State of = �� ����� does ( } / does not C�) utilize a percentage preference � for in-state Bidders. The amount of preference is percent. � . � --=� END OF SECTIQN 00400 =-_ � � � � � � SECTION 00460 � Page 1 af 2 � '1 E3idder S��tus Farm � sEc-r�oN ao4�a ; T`a��e c�ar� let�� all E�i��e�s F'a�t� � Please ansv�er"Yes°or"�lc�"for each af the follawing: � �Yes 0 [�o �rty cc�rr�pany is authorized ta transact business in lawa. (To help ycau de#armine if yaur company is autharized,p(ease revie�r fhe worksheef c�n the next page). 9 �Yes �"No My company has an affice to transact business in lawa. � ClYes �IVo My carr�pany's Office in lawa is suita6le for mare than receiving mail,telephcrne ca[[s,and e-mail. � �Yes t�Nc� �1y company has been canducting business in lowa for at least 3 y�ars prior to fihe first request for Bids on this ;� project. � I� �Yes �Na My campany is n�t a subsidiary af another business enkib�or my campany is a subsidiacy c�#anather business entity that would '�� qua(ify as aresident Hidder in lawa. � If you answered"Yes°f�r each questian abave,yaur company qualifies as a resident Bidder, Please camplete Parts B and U ofthisform. '� ;� If you answe�ed"No"to ane or mare questians abnve,Yaur company is a non-residenfi Bidder. Please complete Parts C and D c�f this:form, Ir '�u�e c�� f���d� ���1 r�s��e�at�3id�ers � �,��� �i' My company has maintained c��ces in lowa during fihe past 3 years at the following addresses: Dates; to Address: I��j � (rrrrnfddlYYYY) Gity, Sfate, Zip; �' � Dates: to Add�ress: � (mmlddlYYYY) City, State,Zip: i Dates: to Address: ! (mmtddlYYYY) City, State,Zip: f You may attach additiona!shee�(s)if needed. i; 7`��e c�rr��l���&�y�ll r�€�ra-r�si�er�f�idd�rs pat�� �' Name of your harne state ar fareign cauntry reported to the fowa Secrefiary of State. f � 1�1.1�1,� � Does your company's home state or foreigr�country offer preferences to Bidders who are residents? ❑ Yes �No i If you answered"Yes"tc�question 2, idenfify each preference affered by your campany's home state or foreign country and the apprapriate legal cifiatian. I I You may atfach addifional sheet(s)if needed. T�l�e c�m�l�ted��a11 Bid��rs Parf fl I certify that the statements made an this document are#rue and comp(ete fo the best of my knowledge and I know that my failure ta pravide accurate truthful informatian y be a reason ta reject my Bid. � �irm Name: ��I�, .���.f �r�5� U�"'�TL��J �AA�LL�. � 9 Signature: f � -- C?ate: �"�' �� r You must submit th complete form to the government body requesfing Bids per 875 lowa Administrative Code Chapter 156 � This Form has been approved by the Labor Commissioner � � 309-6001 02-14 � � � E � � � . , , , � sECTiar� aa4�a � Page 2 of 2 � Worksheet: Authorization to Transact Business � �, This worksheet may be used to help complete Park A of the Resident Bidder Status form. If at least one of the foflowing � describes your business,you are authorized to transact business in lowa. a �Yes ❑ �lo My business is currently registered as a contractor with fhe lowa Divisian of Labor. a � ❑Yes �Nc� My business is a sols proprietorship and I am an lowa resident for lowa income tax purposes. ❑Yes Nfl My business is a general partnership orjaint venture.More fhan 5Q percent of the general partners or'oint II � 1 venture parkies are residents of lowa for lawa incorne tax purposes. ii �! �Y�s L� No My business is an active corparation with the lawa Seeretary of State and has paid all fees required by the I, Secretary af State, has filed its most recent biennial report, and has not filed articles af dissolution. ��, h Q Yes �I �lo My business is a cprporation whose articles of incorporation are filed in a state other than lowa,the corporatian has received a cerkificate of authority from the lawa secretary of state, has fiEed its mast recent 'I, biennial ceport with the secretary af state, and has neither received a certificate af withdrawal from the I� secretary of state nor had its authority revoked. ,� � ❑Yes �`�lo My business is a limitad liability partnership which has filed a statement af qualification in this state and the ��' statement has not been canceled. (�Yes �7�Io My business is a limited liability parknership which has filed a statement of qualification in a state other than ' lowa, has filsd a statement of foreign qualification in lowa and a statement of cancellation has not been filed. : Cl Yes 1� No My business is a limited partnership or limited liability limited partnership which has filed a certifiicate of �� limited partnership in this state,and has not filed a statement of termination. '�; h i �'Yes �No My business is a limited partnership or a limited liability limited parknership whose certificate of{imited � parknership is filed in a state other than lowa,the limited partnership ar limited liability limited partnership j has received notification from the lowa secretary of state that the application for certificate of authority has � been approved and no no#ice of cancellation has been filed by the limited partnership or the limited liability �I limited partnership. I� � � CJ Yss I�iVo My business is a limited liability company'whose certificate of organization is filed in lowa and has not filed a � statement of termination. � li G � Yes �No My business is a limited liability company whose certificate of organizafian is filed in a skate other than lowa, � has received a certificate of authority to transact business in lowa and the certificate has not been revoked �I or canceled. � ---= END dJF $E�TiON U046Q =-__ ;' � � � � � I � � � i i u � INTENTTO CQMPLY WITH SECTIQN 3 REQUIREMENTS (To be pravided with procurement documents and returnect with ptl submitted bids Section 3 of the Housing and Urban Develo ment Act �� P af 1968[12 U.S.C. 1701u and 24 CFR Part 135]is HUD's legislative directive for providing preference to low-income residents of the local community(regardless af race ar � gender), and the businesses that substantialiy employ these persons,for new empioyment,training and contracting oppartunities resulting from HUD-funded projects. The regulatians seek to ensure that law-and very � low-income persons,and the businesses that emplay these individuals,are notified about the expenditure af HUD I funds in their community and encouraged to seek oppartunities, if created. � A Section 3 resident is defined as a public hausing resident or someone with a household income that is less than 8Q%of fihe area median incame. ; � A Section 3 business is defined as a business that is: j � 51%awned by Sectian 3 residents ; I{ Whose permanent,full-time staff is comprised of at least 30%Section 3 residents** �i , Has committed 25%ofthe dollar amaunt ot its subcontracts to Sectian 3 businesses �� Nate:If aur business meets the def�nitian of a Section 3 business au ma re ister as a Section 3 „ � Business throu�h HUD`s website hPrp� „ �tt s: �rtala s.hud. ov See3BusRe BRe is� �e isterBusiness (�'� � Businesses who self-certify that they meet one of the regulatory definitions of a Sectian 3 business will 4i be included in a searchable online database.The database can be used by agencies that receive HU u funds,developers,contractors, and others to facilitate the award af covered constructian and non-� � construction contracts to Sectian 3 businesses. � Please compl�te�the fatlowin�• � � 1. If awarded a contract far this CDBG funded project, do yau anticipate hiring new empinyees � to complete the project? (Hiring would be specific to�his project) � � ❑Yes Na If yes, please estimate the number of employees to be hired: -----___ 2. Is yaur business a Section 3 Business? ❑Yes ` Na 3. Is the bidder willing ta consider hiring Section 3 residents for future employment opportunities that are a direct result nf this CDBG funded project? � Yes � No 4. Is the bidder willing to consider subcontracting with Section 3 Businesses for this project? � Yes � N o € a � ' contractin a ortunity is subject fio HUD Section 3 requirements (24 CFR Part lunde rstand that this � pp 135}. I have read and understand the Section 3 reguirements as generally described above and ! presented in the Sectian 3 contract language included in the pracurement dacuments far this project. If awarded a cantract,the business commits to following Section 3 requirements, as they apply ta fihis project. If awarded a contract for this project,the business agrees to provide reports to(inserk � City/County� on Section 3 effarts a.nd accomplishments. � , � � -°._ � �l�.rC������� ��.�"����'�d��t�� � ���.�..�"��✓+� ,��. �� ��� � :������ �� ''� Name of Contractor/Subcantractor dress � ��� ���� �� ����� � ����� , Print Title ;� � �� ��� ��� i 5i d� l 'i i ���� �����r� �`�6 ` ; , 1 y ; I , i !) il � I� i�� II �I � , I � �§ '�`'�'�`��� CERTIFICATE OF LIABILITY IIN �^a � S U RA�4►E QA7E(MM/�D^ /yyyy) THIS CERTIFICATE IS fSSUED AS A MA'("('ER OF INFORMATION QNLY AND CONFERS NO RIGHTS UPON THE C�RTIFIGATE HOLDER. TMIS ( CERTIFICATE DOES NOT AFFIRMATIVELY OR NBGATIVELY AMEND, EXTEND flR ALTER THE COVERAGE AFFORDEC? BY TME POLICIE5 BELOW. THIS GERTIFICATE QF INSURANCE ppES NOT CdNBTITUTE A CON7RACT BETWEEN THE ISSUMG INSURER(S), AUTH4RIZED � REPRESENTATIVE OR PRQDUCER,AND THE CERTIFICATE HOLDER. � IMPORTANT: If the certificate holder is an ADDI710NAL INSUI2ED,the policy(ies)mus#have ADDITIONAL INSURE� provisions or be endarsed, b If SUBRQGATION 15 WAIVED, subject to the terms and conditions of the palicy, cerkain policies may require an endarsement. A statement on this certificate daes not canfer rights ta the certificate halder in lieu of such endorsement(s}. I ij PR�DUCER CONTACT Hub International lowa dba Ruhl&Ruhl Insurance NAMe: Laura Foust,CPCU,AAI,CRIS,CISR � 2'12 Brady Street; Suite 4B P"oNE , �+c No exc: 563 823 6734 ar�c No:866-873-6117 �! Davenport IA 62801 e-n,ni�. AnoRess: laura.foust hubinternational.com � �� INSURER(5 AFFqR01NGGOVERAGE NAIC# I INSURED LANGCON-04 �NSURERA: Ut1it@d FIfB$c CaSUBIt ,13��,� � Langman Construction, lnc.; C.N Langman wsuReRs: Lafa ette Insurance Com an �$�g� � 220 34th Avenue tNsuReR c: � Rock Island IL 6�201 II INSURER D; � INSURER E: � INSURER F: � COVERAGES CERTlFICATE NUMBEF2:107846908 � THIS IS TO CERTIFY THAT THE PQLICtES OF(NSURANCE [.IS7ED BELOW HAVE BEEN ISSUED 70 THE INSUR DE RIM D A80VNIE�OR THE POLICY PERIOD � INDICA7ED. NOTWITHSTANDING ANY REQUIREMENT, TERM QR CdND(TION OF ANY CONTftACT OR OTHER DOCUMENT WITH RESPEC7 TO WHICH THIS � CERTIFIGATE MAY BE ISSUED OR MAY PER7AIN, THE WSURANGE AFFORDED BY THE PqLICfES DESCRIBED NEREIN IS SUBJEC7 Tb ALL THE TERMS, EXCLUSIONS AND CONDITIdNS OF SUCH POLIGIES.LIMITS SHOWN MAY HAVE BEEN ftEDUCED BY PAID CCAIMS. � INSR ADDL SUBR �I LTR TYPE 6F INSURANCE POLICY Nl1MBER pOLICY EFF pOLICY @XP �I A X CdMMERCIAL GENERAL UABfL17Y MM/D�(YYY MM(OD/YYYY LIMI7S 80378776 10/1/2017 �0(1/2098 EACH OCCURRENCE �1,000,000 �1 CLAIMS-MADE X QCCUR DAMAGE TO RE TED f � PREMISES Ea occurrence $300,000 li �,._._� MED EXP(Any one perso�) $5,000 ;i GEN'L AGGREGATE LIMIT APPLIES PER: PERSONAL&ADV INJURY S 1,000,000 �� PQUCY a JEC�T a LOC GENERALAGGREGATE i� $2,000,000 �i OTHER: PRODUCTS-COMP/OPAGG $2,p00,000 �� A AU70MQBILEUAB(LITY 60376776 $ � !': 10/1/2017 10/1l2018 COMBfNED SINGLE UMIT ii )( ANY AUTO Ea accident $1,OOQ,DO� i OWNED SCHEDULED 80tiILY INJURY(Per person) $i � AUTOS ONLY AUTOS BODI�Y ENJURY(Per accident) $ � X HIRED X NON-OWNED � AUTOS ONLY AU703 ONLY PROPER7Y DAMAGE � Per acciden[ � i A )( UMBREL.LA LIAB X 60376776 � � OCCUR 10(1l2017 10l1/2018 EXCESS LIAB CLAIMS-MAbE EACH OCCt1RRENCE $1p,000,0�� �En X RETEN71pN� AGGREGATE �^ip_O�O,p00 � A WORKERSCOMFENSATION 60376776 � B ANt]EMPLOYERS'LIABILITY 3p302918 ���1/2�17 10/1/2018 X P�R O7H- ANYPROPRIETOR/PqRTNER/EXECUTIVE Y/N 10I1l2017 1011/2018 STATUTE Eft I� OFFICER/MEMBEREXCl.U0ED7 � N/A E.L.EACH ACCIDENT $1,OOO.D00 (Mandatary in NHj � If yes,describe under E.L.DISEASE-EA BMPLOYEE 5 7,000;000 i - DESCRIPTION OF OPERATIONS balow � A l.eased/Rented Equlpment E.L.DISEA5E-POLICY LIMIT $1,p00,000 A Car o 60376776 9 60376776 1���12017 10/i/2018 $400,000 -- 10/1l2017 10/1/2018 $300,000 � OESCRtPT�pN OF OPERATION5/LOCATI4NS 1 VEHICLES (ACOR�101,Additional Remarks Schedule,may be attached if more space is requiredj re: 17th St.Storm Sewer Impravements Elm St.to Heeb St.Project CERTIFICATE HOLDER � CANCELLATION � SHOULD ANY dF THE ABOVE pESCR18ED P4LICIES BE GfiNCELLED BEFORE THE EXPIRATION DATE THEREOF, NdTiCE WILL BE DELIVERED IN Gity of Dubuque ACGORDANCE WI7H THE POLICY PROVISIONS. sa w. �3tn st. Dubuque IA 52001 At1THOR12EdREPRESENTATIVE �;. �; � � A AGORD 25 20'16/03 ��98$'�0'��A����CORPORATION. All righ#s reserved, � � ) The ACpRD name and Ioga are registered marks ofACORQ i € 0 y � SECTItJN OQ4:�0 - , Page 1 c�f 1 { E��D B�t�[11C� j �ECTI�}�1 UQ45Q �� , � ,; W� Langinan Construction,Inc. �s Prirtcipal (Ct�C►fi�'�Ctor}, �nd � Em lo ers Mutual Casual Cam an , as Surety, are held and firmly ,, in th� sum of$ {10% of lii b�und unto th� �it� of Dubuq�e, ]�wa (�ity}, {us��umn�rs> ;� the Bid amount}, for th� paymer�t�f which surn well an� truly to be mad�, we bind ours�lv�s, aur � h�irsT execut�rs, adrninistratcars, and succe�sars,jointly and s�verally, firmly by thes� pr��ents. i Th� condition of this Qbliga�ic�n is such tk�at whereas fihe Principal has suhmifited the acc�mp�anying �id, dat�d 1__._a�_�_.day of MaY , 20 1s f�r ,I 17th STR��T�TC}RIVI SEV1lER CMFR4VEIItIENTS ELIVI �T. tQ HE�� :�T. �F�C1J��T` ,� C+ubw�que, IP► {�rajecfi�. h1C�W, THEREFaRE, if the Principal shall n�t withdraw s�id Sid within the peri�d speci�ied �I therein during the ap�r�ing of sam�t ar if nc� per�od specifi�d, witl�in thirty �30) days a�er said i opening, �nd must with�n the p�riod spec�fi�d therefore, if no peri�d b� sp�ci�i�d,within fien ��0) ,', days after date �af City's hJc�tice raf Award, enter into a th� Publi� Impravem�nt Gontrac�with the '''; City, in accc�rdanc�wifih th� B[d as acc�pt��, and giv� Bc�nd with gc�od and �ufficient�urety or ''i surefii�s, as m�y be r�quired for th�faifihful per�ormance and prcaper�fuifiilment�f�uch Contract, '; then the above c�b�ligation sh�li be void and �f na eff�ct, oth�rwise to r�main in full farce. � II The fu1[ amount a�F this B�d B�and wilf be fc�rfeit�d ta th� City as ar�Agreed Cast of Q�fay in 'I �h� ��'er�th�f,the Pr�r.c;�a! �a;ls t� expc�ta�he �csr�t��ct�nd pro�aid�fihe B�r�d as pr������� in th� ��I C�ntracfi �ocument� �r by law, I [N V�1fT�JESS WNEREC�F, th� abaue �arkies have executed this ins�rument und�r their , s�veral seals this 10 day of MaY , 201s the nam� and '� cc�rpora�e seal r�f each corporate party b�ing h�re�o affixed and duly sign�d by its undersigned '' represenfiafiive pursuant t� authority �if its governing body. �; � 4 k i. ����V����.�»: �l.�R��: � Langman Crrasir�uctioi�,Inc. ° Employers Nlutual Casualty Cam�any � '; Cr���fir�ctc��Na Surety Name ��-`�-'"" � �'"� ' � � BY: _ _- ' � Signa ;re rjes H. Lan man, 5ignature La�,�ra A. Foust tl Chairman Attarn ep-In-Fact � Title Ti�le . � '` May 10,2018 � �_� o-,_�� � aate pate � � -�== Eh�D �}IF �I��TIQN 0�45� ==�� � � � Q � � � , � a • M ee e e• � e ��� ►NSURANCE P.4.Bax 712•Des Moines,IA50306-0712 NQ. ��,$�4'r'ti,} � �I CER.TIFICATE OF AUTHQRITY INDIVIQUAL ATTQRNEY-IN.FqCT h KNOW AL,L MEN BY TNESE PRESENTS, that: � 1. Empfoyers Mutual Casualty Company,an lowa Corporatian 5. Dakota Fire Insurance Connpany,a Narth Dakata Corporatian ; 2. EMCASC4 Insurance Campany,an lowa Corporation 6. EMC Praperty&Casuaity Gompany,an lowa Corporation �� 3, Unian Insurance Company of Providence,an towa Corporation 7. Hamilton Mutuai Insuranca Campany,an lawa Corporation ' 4. Illinois EMCASCO Insurance Company,an lowa Corporatian � hereinafter referred to severally as"Company"and collectively as"Companies",each daes,by these presents,make,constituta and appoint: �i TIMOTHY J.SMI7H,gRIAN C.MATLOCK,SCOTi'A.SAVERAI�,MICHAEL F.WERNSMAN,LAURAA.FOUST,JOYGE L:BRIGGS,THOMAS R SCHWAB u i; �� k its true and lawfu(attorney-in-fact,with full power and authority canferred to sign,seal,and execute its lawful bonds,undertakings,and other obligatory instruments of a i� similar nature as follows: C In an amount�ot exceeding Ten Miliion Dollars................. ...,.$10,Od4,000.00 il ................................................................................................................................ � and ta bind each Company thereby as fully and to the same extent as if such instruments were signed by the du(y authorized officers of each such Company,and all of � xhe acts of said attorney pursuant to the authority hereby given are hereby ratified and confirmed. ';'. u ti li AUTH4RITY F�I� PpV1iEFt OF ATTQRNEY I��' V This Power-of-Attorney is made and executed pursuant to and by the aufhariiy of#he fal(owing resalution of the Boards af Directors of each of the Companies at a �� regularly scheduled meeting of each company dufy called and held in 1989: ;;� RESOLVED:The President and Chief Executive Officer,any Vice President,the Treasurer and the Secretary of Emplayers Mutual Gasualty Company shall have power � and authority to(1)appoint attameys-in-fact and autharize them to execute an behalf of each Company and attach the seal of the Gompany thareto, bonds and undertakings,recognizances,contracts of inclemniky and other writings obligafory in the nature thereof;and(2)to remove any such attorney-in-fact ak any time and revoke the power and authority given to him or her.Attomeys-in-fact shalf have pawer and authority,subjecfi ta the#erms and limitations of the power-of-attorney issued ta them, i; to execute and deliver on behalf of the Campany, and to attach the seal of the Company thereto,bands and undertakings,�ecognizances, contraats of indemnity antl ��, other wntings obligatory in the nature thereof,antl any such inst�ument executed by any such attomey-in-facf shall be fully and in all respects binding upon the Company. ;; Ceitificatian as to the validity of any povrer-af-atkomey authorized herein made by an o�ficer o�Empioyers Muival Casualty Company shaii be fully and in all respecis �!. binding upon this Company.The facsimife or mechanically reproducetl signature of such officer,whether made heretafore or hereafter,wherever appearing upon a j certlfied cppy of any power-of-attamey of the Gompany,shall be valid and binding upan the Company with the same force and effect as though manually affixed, i IN WITNESS THEREOF,the Campanies have caused khese presents ta be signed far each by their a�cers as shown,and the Corporate seals to be herefo affixed khis � 8th day ofi MARCH 2A18 � If _.. li Seals , G . li '�'� � ruce G.Kelle airman Todd Skrofher � �� yGO�v Un,,q � �� �COMpqry�. -�Y 8��''. y� �,� ti� ; �. �"'- ;'w� qs'� of Comnanies 2 3,4,5& ;President Vice President � �^.� �RP4Rqsi F. . `C �RP�R�r O: . 4 �RPOq �i G: I' t y` ` � a `aP >� ro;.�= ;¢:=U ��Fo<,p_ of Company 1;Vice Chairman and _�Z- S�F�L a r; i8^a� �o� ��� 1953 '<= CEO of Company 7 �J�:,� , �'� IQ�T:A C�" �eL% 'n' �I �t�o�a`�`ri ,',?�������„�+`��°: "' `�,���,,,`'.o: Y � � � � �� � � ' On tnis 6th day of MARCH pp 2018 '�-„�;,",�„��`� ��',�,��� '�-,;°;v;;,���` before me ,,,,,, a Notary Public in and for the State of lowa, personally appeared Bruce G. Kelley and �, ;��Q��s`;�""°��',,, ����,��N;°;;q^�cF;. `..y�U�;'^;�qs,; Todd Strother,who,being by me duly sworn,did say that they are,and are known ta me io be the � �FrOitq�'r o� ;� :6pfOq�� Cp ��3'`��FFOq�-,,9= Chairman,Presitlent,Vice Chairman antl CEO,and/nr Vice President res ectivel of each of �, _� . F q_ _o �c, e 9 ;o'° Te'=G'. � _�:'�FAL ��� =n;S EAL;T; :w.;S EAI�;o` The Companies above;thatthe seals affixed to this insfrument are the seals of said co�rparatians; . � that saitl inskrument was signed and sealed on behalf of each af the Companies by authority ��,, �'���•���',�,,.=� '-��o'�-,��.,o�P'.�' ":�Fs�-,,;,,.���',;` of their respective Baards of Directors;and that the said Bruce�.Kelley and Todd Strother,as G� �,,,,,o�fa,,, ''.,,Rrf,oPK,,; �`'p��'101NE5•�`,� such officers,acknowledged the execution of said instrument to be the voluntary act and deed MUTuqt� of each of the Companies. vo�MUTUq�s�� My Commission Expires October 10,2019. � � ��v�.O1rER1� �i���r� , , y ,'��;'��{ � � �GamtnEssian Numt�T$47'69 fy r ,,,� p � `��' � �Ay Cammissian�res 1`L.l..d.d `�s�`S'URANG�"° '���r����Q�� Notary P lic in and for the Stafe of I a �°'"�s,`��P CERTIFICATE � I,James D.Clough,Vice Pcesident of the Companies,da hereby cerkify that the foregoing reso(ution of the Boards of Directors by each of the Companies, � and this Power of Attorney issued pursuant thereto on MARCH s,2018 on behalf of: 71MOTHY J.SMITH,BRIAN C.MATLOCK,SCOTT A.SAVERAID,MICHAEL F.WERNSMAN,LAIJRA A.FOUST,JOYGE L.BRIGGS,THOMAS R SCHWAB � , � are true and correct and are still in full force and effect. In Testimony Where f.�.�iave subscribed my name and affixed the facsimile seal of each Company this �„� day of^��!'��� ,���4��, ��r�� Vice President e ° ° ° , �a • � e � � � P � � � , � � ;� � � �i� ,� � � � � r �f � u � � !I �; , a ;,'; { ,I I;u � ,� �a i, � � �I � '�i �il '�, I �@ N, � � a € � � SECTION 00600 � Page 1 of 4 � l 1 PERFORMANCE, PAYMENT AND MAINTENANCE BOND � SECTION 00600 1 a BOND NO. S455724 ;� KNOW ALL BY THESE PRESENTS: � , � That we, Lanqman Construction, Inc., as Principal (hereinafter the "Contractor" or "Principal") and Employers Mutual Casualty Company , as Surety are held and firmly bound unto the City of Dubuque, lowa, 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 Three million, seven hundred twenty thousand, five hundred fifty-five � dollars and seventy-five cents ($3,720,555.75), 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. j The conditions of the above obligations are such that whereas said Contractor entered into a ; contract with the Owner, bearing date the 5th day of June , 2018, (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 17th STREET STORM SEWER IMPROVEMENTS ELM ST. to HEEB ST. PROJECT, Dubuque, IA Project detail the following described improvements: The 17t" Street Storm Sewer Improvements Project - Elm to Heeb ("the Project") limits will start i from where the first contract left off just west of Elm Street. From there it will extend to Heeb � Street, just west of Central Avenue. See attached public outreach letter. The Project involves the construction of approximately 1102 linear feet of 10-foot by 5-foot concrete box culvert (either ! cast-in place or precast) with cast in place connections on both the west and east ends of the ' project. The project also includes local storm sewer and intakes, roadway reconstruction with �' HMA pavement, PCC driveway, sidewalk, and curb ramp reconstruction, PGC wall, railing, and '�� step construction, water main replacement, sanitary sewer replacement, temporary storm water management, dewatering, mobilization, electrical conduits, fiber vaults, traffic signal replacement, � miscellaneous restoration, erosion control, and traffic control. � , � The project will have internal traffic control stages to minimize the inconvenience to citizens � driving through the corridor. For example, if the 17t" street and Washington Street intersection and ;9 the 17t" street and Jackson Street intersection are both closed, the White Street and Elm Street � will remain open to traffic across 17t" Street. { � w , 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 i j � 8 9 3 i � � � � 1 1 �� i I ; � I i i I � i � i ,� i i � ,` - I I , g SECTION 00600 � Page 2 of 4 � ; Documents, by reference made a part hereof, for the project, and shall indemnify and save i 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 i 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, `I oil, gasoline, repairs on machinery, equipment, and tools, consumed or used by the j 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 1 claims of said claimants against said portion of the contract price shall have been established as provided by law. The Contractor and Surety hereby bind themselves to the ; obligations and conditions set forth in Chapter 573 of the lowa Code, which by this reference is made a part hereof as though fully set out herein. 3. MAINTENANCE: The Contractor and the Surety on this Bond hereby agree, at their own 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; I; B. To keep all work in continuous good repair; and ���j �'II 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 j� result of Contractor's and Surety's failure to remedy any defect as required by this � section. 1 Contractor's and Surety's Contract herein made extends to defects in workmanship or I,; 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 � i 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 �� 9 f j 1 r p � i � � '� � I I� ; � i ; i ; i 'li � i s ; � I '; � I i i Il�f ` i i i i ,� �SECTION 00600 � Page 3 of 4 � ; � aggregate, involve an increase of more than twenty percent (20%) of the total contract I price, and that this Bond shall then be released as to such excess increase; � i C. To consent without notice that this Bond shall remain in full force and effect until the i Contract is completed, whether completed within the specified contract period, within � an exfiension thereof, or within a period of time after the contract period has elapsed j and the liquidated damage penalty is being charged against the Contractor. ; I The Contractor and every Surety on the Bond shall be deemed and held bound, any contract to the I contrary notwithstanding, to the following provisions: ;I ; � D. That no provision of this Bond or of any other contract shall be valid that limits to less I; 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. ; "i In the event the Owner incurs any "outlay and expense" in defending itself against any claim as to �I which the Contractor or Surety should have provided the defense, or in the enforcement of the �, 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. � � ,j In the event that any actions or proceedings are initiated regarding this Bond, the parties agree that � the venue thereof shall be Dubuque County, State of lowa. If legal action is required by the Owner � to enforce the provisions of this Bond or to collect the monetary obligation incurring to the benefit of the Owner, the Contractor and the Surety agree, jointly, and severally, to pay the Owner all outlay ; and expense incurred therefor by the Owner. All rights, powers, and remedies of the Owner hereunder shall be cumulative and not alternative and shall be in addition to all rights, powers, and � 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. � � � ; ; ! � t i � � � � � � � 1 u ,1 i i �� y 8 � ��� ; i I '� 1, II � � , 'i ; 'i i I; { ii � I i � � i{ � i �� � � a % 9 � , � j l i � � � , i � , � SECTION 00600 ; Page 4 of 4 l � � NOW THEREFORE, the condition of this obligation is such that if said Principal shall faithfully i perform all the promises of the Principal, as set forth and provided in the Contract, in the Contract 'i 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, ! a Contract, or Contract Documents, it shall be interpreted or construed as defined in applicable '� provisions of the lowa Code; third, if not defined in the lowa Code, it shall be interpreted or construed according to its generally accepted meaning in the construction industry; and fourth, if it has no generally accepted meaning in the construction industry, it shall be interpreted or construed according to its common or 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. ; :i Project No. 2642769 Project 1X0005 % Witness our hands, in triplicate, this 5th day of June , 20�8. SURETY OUN GN D BY: Title FORM P OVED BY: � � � Si e of Agent ��� � _T1mot�ly T. Smit11 Repre entative for Owner �i Printed Name of Agent 212 Brady Street, Suite 4B SURETY: " Company Address Employers Mutual Casualty Con�pany Daven orti, IA 52801 � �� � � � � p Surety mpany h City, State,Zip Code B . ��_ ; (563) 324-1981 Signature Attorney-in-Fact Offi�er ' `^ �� J Company T�le�h�ne Number Laura A. Foust �'' ,, � P�2INCIPAL� Printed Name of Attorney-in-Fact Officer �� � Ruhl &Ruhl Insurance 'ii �,az�gm�n Constrtict�on,Inc Company Name '� Goh.rac!toi ��� 212 Brady Street, Suite 4B � ��� � °" '""�-- Company Address � Si� fure ;a Davenport, IA 52801 ; C�.a �� � � ��1�m�n, Chairman City, State,Zip Code � Printed Name (563) 324-1981 � f Company Telephone Number � , NOTE: a � i � a , , � � � � ; Q , � � i � 1 � � i i ,i 1 � � i � � i a i ; � i � � I � � � m �� � �• � � /EMC n' � � INSURANCE P.O.Box 712•Des Moines,1A50306-0712 I VQ. C28373 � CERTIFICATE OF AUTHORITY INDIVIDUAL ATTORNEY-IN-FACT ' KNOW ALL MEN BY THESE PRESENTS, that: �� 1. Employers Mutual Casualty Company,an lowa Corporation 5. Dakota Fire Insurance Company,a North Dakota Corporation � 2. EMCASCO Insurance Company,an lowa Corporation 6. EMC Property&Casualty Company,an lowa Corporation I! 3. Union Insurance Company of Providence,an lowa Corporation 7. Hamilton Mutual Insurance Company,an lowa Corporation �� 4. Illinois EMCASCO Insurance Company,an lowa Corporation ,i hereinafter referred to severally as"Company"and collectively as"Companies",each does,by these presents,make,constitute and appoint: � TIMOTHY J.SMITH,BRIAN C.MATLOCK,SCOTT A.SAVERAID,MICHAEL F.WERNSMAN,LAURA A.FOUST,JOYCE L BRIGGS,THOMAS R SCHWAB ,17 I! If its true and lawful attorney-in-fact,with full power and authority conferred to sign,seal,and execute its lawful bonds,undertakings,and other obligatory instruments of a I� similar nature as follows: In an amount not exceeding Ten Million Dollars..........................................................................................................................................................$10,000,000.00 �'. and to bind each Company thereby as fully and to the same extent as if such instruments were signed by the duly authorized o�cers of each such Company,and all of �i the acts of said attorney pursuant to the authority hereby given are hereby ratified and confirmed. II 'i ��� AUTHORITY FOR POWER OF ATTORNEY �I This Power-of-Attorney is made and executed pursuant to and by the authority of the following resolution of the Boards of Directors of each of the Companies at a ��, regularly scheduled meeting of each company duly called and held in 1999: I� RESOLVED:The President and Chief Executive O�cer,any Vice President,the Treasurer and the Secretary of Employers Mutual Casualty Company shall have power '�'; antl authority to (1)appoint attorneys-in-fact and authorize them to execute on behalf of each Company and attach the seal of the Company thereto, bonds and �'. undertakings,recognizances,contracts of indemnity and other writings obligatory in the nature thereof;and(2)to remove any such attorney-in-fact at any time and revoke � the power and authority given to him or her.Attorneys-in-fact shall have power and authority,subject to the terms and limitations of the power-of-attorney issuetl to them, V to execute and deliver on behalf of the Company, and to attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and i'; other writings obligatory in the nature thereof,and any such instrument executetl by any such attorney-in-fact shall be fully and in all respects binding upon the Company. i Certification as to the validity of any power-of-attorney authorized herein made by an officer of Employers Mutual Casualty Company shall be fully and in all respects ; binding upon this Company.The facsimile or mechanically reprotluced signature of such officer,whether made heretofore or hereafter,wherever appearing upon a � certified copy of any power-of-attorney of the Company,shail be valid and binding upon the Company with the same force and effect as though manually affixed. i IN WITNESS THEREOF,the Companies have caused these presents to be signed for each by their officers as shown,and the Corporate seals to be hereto affixed this 'i 6th day of MARCH 2O18 ;� _.. li Seals , �� ruce G.Kelley, airman Todd Strother �li ``�Gp INSUq�'•, ..`���01MPq���, �`���Y 8 �.� . :P5 �� qro�, .���;, ,ti�-. :�,�,, , , ,qs' of Companies 2,3,4,5& ;President Vice President ' =�,�°;4�P��Rq r.:��;'_ `Q.`G�RP�flq1-,°/: `O��Gp0.P�R91����= of Company 1;Uce Chairman and I�, =��= � =��- =_="� a:v_ -�_2 �O=�: :.L: �E yL;�: ;y; 1863 ;o: :�: 1953 '<- CEO of Company 7 k; ;�j �,; ; ' IOWA :�: :<y�; ;n' ii *,�nw'a� }��n ��3���0� �iawA* o. 6th � -,,,,,,,,,�� , , , On this day of MARCH AD 2018 before me ;I �i � ��" ����� ''�� '' a Notary Public in and for the State of lowa, personally appeared Bruce G. Kelley and ! �.'`.��;`;flq"��"'� :'��"s"RAN�'-, ,,�,�;;'A���'', Todd Strother,who,bein b me dul sworn did sa that the are,and are known to me to be the � ;o �; P F -, ;�5 , , qs'; 9 Y Y Y Y :y°;�oPPORq;..°�= :���oAPoRtT.�o;, .�,�-�OPP�RqT�9= Chairman,President,Vice Chairman and CEO,andlor Vice President,respectively,of each of '`�`G m=p- �°� � e"�" '°' � `�=�� The Companies above;thatthe seals a�xed to this instrument are the seals of said corporations; -w; SEl�,L ;<: -�=' SEAL ;z: -a_ "<- Ii _ - ;�; Y; ;�;SEAL;o; that said instrument was signed and sealed on behalf of each of the Companies by authority ,*c�,,,•��� , -'i��-„ ,�,�'�P': :;°Fs�-„ , ��'�P,c of their respective Boards of Directors;and that the said Bruce G.Kelley and Todd Strother,as ,o,Nr, -,Rah,'o�:K�,; ., MOINES.��: such officers,acknowled ged the execution of said instrument to be the volunta ry act an d dee d � MUTUA�� � of each of the Companies. o`� uTU �s My Commission Expires October 10,2019. v M A� °� +�, �ca►n�+v wv�iec� _ ,L��' � �f Commission Number 7$p1d9 ����� a -z� � My Cctimmissior►Expfres �"s 2S�RpNC,�P October 10,2019 Notary P lic in and for the State of I a ��/NES,��� CERTIFICATE � I,James D.Clough,Vice Presitlent of the Companies,do hereby certify tnat the foregoing resolution of the Boards of Directors by each of the Companies, � and this Power of Attorney issued pursuant thereto on MARCH 6,2018 on behalf of: � TIMOTHY J.SMITH,BRIAN C.MATLOCK,SCOTT A.SAVERAID,MICHAEL F.WERNSMAN,LAURA A.FOUST,JOYCE L.BRIGGS,THOMAS R SCHWAB ��i !� � � are true and correct and are still in full force and effect. � In Testimony Wher have subscrib d �name and affixed the facsimile seal of each Company this day of �a�(�_ ,���, � ����� Vice President • • � • '. . � • . ; � 1 � � I i � � y 3 � � I � j � � a 7� ' I I I I � � i ��i 1 i 1 , � � l a , I ; � � , a � � � � �