Loading...
Improvement Contract with Tom Kueter Construction_DICS Grading, UtilitiesCITY OF DUBUQUE, IOWA DUBUQUE INDUSTRIAL CENTER SOUTH GRADING AND UTILITIES 2012 PHASE I REBID IMPROVEMENT CONTRACT THIS IMPROVEMENT CONTRACT (the Contract), made in triplicate, dated for reference purposes the 16th day of July, 2012, between the City of Dubuque, Iowa, by its City Manager, through authority conferred upon the City Manager by its City Council (City) and (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 Dubuque Industrial Center South Grading and Utilities 2012 Phase I Rebid (the Project). The Project shall be made to the established grade and to the grades as shown on the profiles and cross sections on file in the City Engineer's office for this Project; in strict accordance with the requirements of the laws of the State of Iowa and ordinances of the City of Dubuque relating to public works, and in accordance with the Contract Documents of which provisions and documents are each and all hereby referred to and made a part of this Contract just as much as if the detail statements thereof were repeated herein. 2. Contract Documents shall mean and include the following: All ordinances and resolutions heretofore adopted by the City Council having to do with the Project; the Notice to Bidders; the Contractor's Proposal; and the Plans, Specifications, and General Requirements as adopted by the City Council for the Project. 3. All materials used by the Contractor in the Project shall be the best of their several kinds and shall be put in place to the satisfaction of the City Manager. 4. The Contractor shall remove any materials rejected by the City Manager as defective or improper, or any of said work condemned as unsuitable or defective, and the same shall be replaced or done anew to the satisfaction of the City Manager at the cost and expense of the Contractor. 5. Five percent (5 %) of the Contract price shall 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 that may be filed within said time 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 time, as provided in Iowa Code Chapter 573. The City shall 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 shall be held by the City until such claims have been settled, adjudicated or otherwise disposed of. F -1 6. The Contractor has read and understands the specifications including General Requirements and has examined and understands the plans herein referred to and agrees not to plead misunderstanding or deception because of estimates of quantity, character, location or other conditions surrounding the same. 7. In addition to the guarantee provided for in the specifications, the Contractor shall also make good any other defect in any part of the Project due to improper construction notwithstanding the fact that said Project may have been accepted and fully paid for by the City, and the Contractor's bond shall be security therefore. 8. The Contractor shall fully complete the Project under this Contract by November 1, 2013. In addition to the final completion date, there is a milestone for completion of the subgrade for the proposed roadway by July 1, 2013. 9. To the fullest extent permitted by law, the Contractor shall indemnify and hold harmless the City from and against all claims, damages, losses and expenses, including but not limited to attorneys' fees, arising out of or resulting from performance of the 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 (other than the Project itself) including loss of use resulting there from, but only to the extent caused in whole or in part by negligent acts or omissions of the Contractor, the Contractor's subcontractor, or anyone directly or indirectly employed by the Contractor or the Contractor's subcontractor or anyone for whose acts the Contractor or the Contractor's subcontractor may be liable, regardless of whether or not such claim, damage, loss or expense is caused in part by a party indemnified hereunder. THE CITY AGREES: Upon the completion of the Contract, and the acceptance of the Project by the City Council, the City agrees to pay the Contractor as full compensation for the complete performance of this Contract, the amount determined for the total number of units completed at the unit prices stated in the Contractor's Proposal and less any liquidated damages provided for in the Contract Documents. The number of units stated in the plans and specifications is approximate only and the final payment shall be made by the work covered by the Contract. CONTRACT AMOUNT $2,325,159.85 FURTHER CONDITIONS The Contractor hereby represents and guarantee that it has not, nor has any other person for or in its behalf, directly or indirectly, entered into any arrangement or agreement with any other b(ddar, 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 indinact|y, entered into any agreement or arrangement with any other person, firm, corporation or association which tends to or does lessen or destroy free competition in the letting 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 be less than $200.00 (Two Hundred Dollars) as Iiquidated damages to the City. The surety on the bond furnished for this Contract shall, in addition to all other provsinns, be obligated to the extent provided for by Iowa Code § 573.0, relating to this Contract, which provisions apply to said bond The Contractor agrees, and its bond shall be surety thorefone, that it will keep and maintain the P ject in good repair for a period of two years after acceptance of the same by the City Council and its bond shaH be security therefore, CITY OF DUBUQUE)OWA ` -�- By City Ma ' er PRINCIPAL: By: Tom Kueter Construction Co, Inc. Contractor: ./ Christopher Kueter President Title CERTIFICATE OF CITY CLERK This is to certify that a certified copy of the above Contract has been filed in my office onthe ,� :day of ��z/e3.7. ^^ r .2v/ . - - ��vr�^~ru ~`` BIDDER agrees to perform all the work described In the CONTRACT DOCUMENTS for the following unit prices or Indicated sums: CITY OF DUBUQUE, IOWA DUBUQUE INDUSTRIAL CENTER SOUTH GRADING AND UTILITIES 2012 PHASE 1 REBID BID SCHEDULE EV /SED PER , DDENDUM O. 1 NOTE: Bids shall EXCLUDE safes tax and all other applicable taxes and fees NO. DESCRIPTION MISCELLANEOUS SITE DEMO 1 Mobilization R Miscellaneous 2 Traffic Control 3 Substructure Removal 4 Plug and Fill 18" RCP 6 Fence Removal and Disposal 6 Wei:Abandonment 7 Remove Septic Tanks 6 PCC - 9" Remove and Replace 9 Temporary Pavement Patch - 1" HMA on 12" Stone Base 10 Coordination for Work Around BP Petroleum Line EROSION CONTROL 11 'Misc. Erosion Control 12 Seed ‘& Fertlize Slopes w/ Wild Flowers & Native Prairie Grass 13 Seed & Fertilize - Rural 14 Mulch 15 Seed & Fertilize - Temporary 16 Temporary Sedimentation Basin 17 Slit Fence 18 Slit Fence - Removal 19 Erosion Stone 20 Riprap - Energy Dissipaters 21 Engineering Fabrlc- Energy Dissipaters 22 Turf Reinforcement Mat 23 Rolled Erosion Control Product 24 Stone Check 25 Check Dam 26 Sediment Trap 27 Sediment Basin 28 Inlet Protection 29 Bench Outlet Erosion Stone 30 Diversion Berm - Minor 31 Diversion Berm -Major 32 Construction Exit QUANTITY 1 LS 1 LS 1 LS 1 LS 1 LS 1 EA 1 LS 312 SY 1 LS 1 LS BID FORM 1A UNIT TOTAL PRICE PRICE $30,000.00 $30,000.00 $8,000,00 $6,000.00 $5,000.00 $5,000.00 $2,000.00 $2,000.00 $4,536.00 $4,636.00 $765.00 $755.00 $1,000.00 $1,000.00 $45.00 $14,040.00 $3,000,00 $3,000.00 $5,025.00 $5.025,00 1 LS $12,000.00 $12,000.00 22 AC $2,713.50 $59,697,00 87 AC $1,000,00 $87,000.00 212 AC $166.00 $32,860.00 109 AC $25.09 $2,725.00 4 EA $300.00 $1,200.00 1,510 LF .$1.00 $1,510.00 1,510 LF $0.10 $151.00 207 TON $17.00 $3,519.00 610 TON $17,60 $8,925.00 107 SY $2.00 $214.00 1,038 SY $3.50 $8,633.00 1,871 SY $2.25 $4,209.75 35 EA $500,00 $17,500.00 6 EA $750.00 $4,600.00 3 EA $526.00 $1,875,00 4 EA $500.00 $2,000.00 21 EA $25.04 $625.00 80 TON $25.00 $2,000.00 11,610 LE $0.25 $2,902.60 9,040 LF $0.25 $2,260.00 2 EA 82,500.00 $6,000.00 This bld schedule accompanies the bld of Tom Kueter Const Co Inc C_N(- Bid Proposal Page 1 of 5 13 CITY OF DUBUQUE, IOWA DUBUQUE INDUSTRIAL. CENTER SOUTH GRADING AND UTILITIES 2012 PHASE I REBID BID FORM 'IA BID SCHEDULE REVISED PER ADDENDUM NO. 1 UNIT TOTAL NO. DESCRIPTION QUANTITY PRICE PRICE EXCAVATION 33 Excavation, Class 10 34 Excavation, Topsoil & Unsuitable Material 35 Clearing & Grubbing 36 Clay Core 37 Subdratn Tile W /Rock 38 3" Modified Macadam 39 Low Flow Channel 40 Geogrld STORM SEWER 41 18" RCP Storm Sewer CL 2000D 42 18 "FES 43 18" Cherkmatte Check Valve 44 24" RCP Storm Sewer CL 2000D 45 24" FES 46 30" RCP Storm Sewer CL 2000D 47 30" FES 48 MRCP Storm Sewer CL 20000 49 36" FES 50 42" RCP Storm Sewer CL 2000D 61 42" FES 52 48" RCP Storm Sewer CL 20000 63 48" FE$ 54 48" Storm Manhole Base 55 48" Storm Manhole Wail 66 48" Cope Grate Trash Rack 57 72" Storm Manhole Base 58 72 "Storm Manhole Wall 69 72" Cone Grate Trash Rack 60 84" Storm Manhole Base 61 84" Storm Manhole Wail 62 84" Cone Grate Trash Rack 63 84" Slab Top with Grate 64 Detention Outlet Structure 1 65 Detention Outlet Structure 2 66 Detention Outlet Structure 3 834,900 CY $1.62 $1,352,538.00 137,000 CY $1.00 $137,000.00 4 AC $4,000.00 $16,000.00 1 LS $5,000.00 $5,000.00 13,073 LF $7.70 $100,662.10 7,484 TON 02.00 $89,568.00 538 LF $5.00 $2,690,00 6,380 SY $2.00 $12,760.00 111 LF $20.00 $2,220.00 1 EA $700.00 3700.00 1 EA $4,600.00 34,500.00 66 LF $39.00 $2,574.00 1 EA $750:00 3750.00 105 LF $48.00 $5,040.00 1 EA 3800.00 3800,00 396 LF 363.00 $20,988.00 1 EA 31,120.00 31,120.00 304 LF 372.60 322,040,00 2 EA . $1,200.00 32,400.00 41 LF $117.00 $4,797.00 1 EA $1,700.00 $1,700.00 1 EA 31,250.00 $1,250.00 10 VF $88.00 3880.00 1 EA _ 3775.00 3776.00 2 EA 31,500.00 $3,000.00 23 VF 3240.00 35,520.00 2 EA 31,350.00 32,700.00 2 EA $2,000.00 $4,000,00 17 VF 3330.00 35,610.00 1 EA 61,765.00 31,755,00 1 EA $1,275.00 $1,276.00 1 EA $2,250.00 32,260.00 1 EA 31,400.00 _31,400.00 1 EA 34,250.00 34,250.00 This Old schedule accompanies the bid of Tom Kueter Const Co Inc 1,<.. Bid Proposal Paget of 5 B -2 NO. DESCRIPTION SANITARY SEWER 67 8" DIP Class 61 68 12" DIP Class 51 69 48" ID Manhole Base 70 48" ID Manhole Sidewall 71 Manhole Frame & Cover 72 Connection to Existing Sewer Manhole Stub 73 Select Backflt 74 Trench Stabilization Stone BASE BID TOTAL (Basis of Award) ALTERNATE 1 Sanitary Sewer A1.1 12" DIP Class 61 A1.2 48" ID Manhole Base A1-3 48" ID Manhole Sldewali M-4 Manhole Frame & Cover 14- CITY OF DUBUQUE, IOWA DUBUQUE INDUSTRIAL CENTER SOUTH GRADING AND UTILITIES 2012 PHASE I REBID BID FORM 1A BID SCHEDULE REVISED PER ADDENDUM NO. 1 UNIT TOTAL QUANTITY PRICE PRICE 1680 LF 1607 LF 14 EA 144 VF 14 EA 1 EA 60 LF 100 TON 1199 LF .6 EA 69 VF 5 EA 331,76 353,340.00 $46,50 374,725.60 $1,250.00 317,600.00 $87.50 312,600,00 3730.00 310,220.00 32,000.00 32,000.00 350.00 $3,000.00 340.00 $4,000,00 $50.00 $1,500.00 3110,00 $730.00 32,326,159.85 359,950.00 $7,600.00 $6,490,00 33,660,00 ALTERNATE 1 TOTAL 377,690.00 ALTERNATE2 Sanitary Sewer A2 -1 8" DIP Class 61 576 LF 342.00 324,192.00 A2 -2 48" ID Manhole Base 3 EA 31,500.00 34 600,00 A2-3 48" ID Manhole Sidewall 30 VF 3110,00 33,300.00 A2.4 Manhole Frame & Cover 3 EA $730.00 32,190,00 ALTERNATE 2 TOTAL $34,182.00 ALTERNATE 3 Sanitary Sewer A3 -1 8" DIP Class 61 890 LF 342.00 337,380.00 A3-2 48" ID Manhole Base 3 EA 31,600,00 34,500.00 A3 -3 48" ID Manhole Sidewall 23 VF 3110.00 32,830.00 A3.4 Manhole Frame & Cover 3 EA $730.00 $2,190,00 ALTERNATE 3 TOTAL 348,600.00 This bld schedule accompanies the bid of Torn Kueler Const Co Inc Bld Proposal Page 3 of 5 B -3 NO. DESCRIPTION ALTERNATE 4 Sanitary Sewer A4 -1 18" DIP Class 51 A4-2 48" ID Manhole Base A4-3 48" ID Manhole Sidewall A4.4 Manhole Frame & Cover ALTERNATE 4 TOTAL ALTERNATE 6 Sanitary Sewer A5-1 8" DIP Class 51 A5 -2 48" ID Manhole Base A5 -3 48" ID Manhole Sidowall A5-4 Manhole Frame and Cover ALTERNATE 3 TOTAL ALTERNATE 6 Excavation A6 -1 Topsoil, Spread This bid schedule accompanies the bld of Bid Proposal Page 4 of 5 CITY OF DUBUQUE, IOWA DUBUQUE INDUSTRIAL CENTER SOUTH GRADING AND UTILITIES 2012 PHASE I REBID BID SCHEDULE REVISED PER ADDENDUM NO. 1 QUANTITY 1061 LF 3 EA 96 VF 3 EA 028 LF 3 EA 22 VF 3 EA 5,000 CY UNIT PRICE 680.00 $1,600.00 5110.00 $730.00 $42,00 $1,500.00 $110.00 5730.00 $1.65 Tom Kueter Const Co Inc . !45 BID FORM 1A TOTAL PRICE $64,880.00 $4,600.00 $5,080.00 52,190.00 $96,630.00 538,976.00 $4,600.00 $2,463.00 $2,190.00 $48,119.00 $8,250.00 B -4 CITY OF DUBUQUE, IOWA DUBUQUE INDUSTRIAL CENTER SOUTH GRADING AND UTILITIES 2012 PHASE I REBID BID FORM 1B BID PROPOSAL The bidder hereby certifies that the bidder is the only person or entity interested in this proposal as principal; that an examination has been made of the plans, specifications, and contract form, including the special provision contained herein, and of the site of the work, and the bidder understands that the quantities of work shown herein are approximate only and are subject to increase or decrease; and further understands that all quantities of work, whether increased or decreased, are to be performed at the unit price as stipulated herein; the bidder proposes to furnish all necessary machinery, equipment, tools, labor and other means of construction, and to furnish all materials specified in the manner and time prescribed and to do the work at the prices herein set out. Accompanying this proposal in a separate envelope is a cashier's or certified check payable to the City Treasurer, City of Dubuque, drawn on a bank in Iowa or a bank chartered under the laws of the United States, in the amount of ten percent (10 %) of the bid submitted; or a bid bond in the penal sum of ten percent (10 %) of the bid submitted executed by the bidder and an acceptable corporate surety. It is understood that this proposal guarantee will be retained in the event the formal contract or bond is not executed, if award is made to the undersigned. The bidder further agrees to execute a formal contract and bond, if required by the contract documents, within seven (7) days of the award of the contract by the City Council, and that the bidder will commence work on or about ten (10) days after the date of the contract, and will complete the work within the specified contract period or pay the liquidated damages stipulated in the contract documents. The bidder acknowledges receipt of the following addendum: PRINCIPAL: Contractor By: Individual ( ) Part ership ( ) Corporation (k) Signatur Title Dated: Dated: Dated: 9t 20/Z /01 /3 Address City TA- State 6_o 6 ci Zip 'Zs ,Q 23, 201a Date Note: To be completed by out of State bidders. The State of does ( ) 1 does not ( ) utilize a percentage preference for in state bidders. The amount of preference is percent. Bid Proposal Page 5 of 5 B -5 i7 BOND NO. GRIA34614A CITY OF DUBUQUE, IOWA DUBUQUE INDUSTRIAL CENTER SOUTH GRADING AND UTILITIES 2012 PHASE 1 REBID PERFORMANCE, PAYMENT AND MAINTENANCE BOND KNOWN ALL MEN BY THESE PRESENTS: That Tom Kueter Construction Co., Inc. as Principal, and Granite Re, Inc. as Surety are held firmly bound unto the City of Dubuque* Iowa (City), in the penal sum of $2,325,159.85 herein referred to, lawful money of the United States of America, well and truly to be paid to said City of Dubuque, and to all other parties who, under the provisions of the laws of Iowa, are intended to be protected and secured hereby for which payment we bind ourselves, our heirs, executors, successors and assigns, jointly and severally by these presents. *50 West 13th Street, Dubuque, IA 52001 Dated at Dubuque, Iowa, this 16th_ day of July , 2012, and duly attested and sealed. WHEREAS, the said Contractor by a Contract dated July 16, 2012, incorporated herein by reference, has agreed with said City of Dubuque to perform all labor and furnish all materials required to be performed and furnished for Dubuque industrial Center South Grading and Utilities 2012 Phase I Rebid {the Project) according to the Contract Documents prepared therefore. * *Dubuque, Iowa It is expressly understood and agreed by the Contractor and Surety that the following provisions are a part of this Bond and are binding upon said Contractor and Surety, to -wit: 1. PERFORMANCE BOND: The Contractor shall well and faithfully observe, perform, fulfill and abide by each and every covenant, condition and part of said Contract Documents, by reference made a part hereof, for the Project, and shatl indemnify and save harmless the City from all outlay and expense incurred by the City 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 Documents by all its subcontractors, suppliers, agents, or employees furnishing materials or providing labor in the performance of the Contract. 2. PAYMENT BOND: The Contractor and the Surety shall 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 which the City is required to retain until completion of the improvement, but the Contractor and Surety shall not be liable to said persons, firms, or corporations unless the claims of said claimants against said portion of the contract price shall have been established as provided by law. The Contractor and Surety hereby bind themselves to the obligations and conditions set forth in Chapter 573, Code of Iowa, which by this reference is made a part hereof as though fully set out herein. G -1 3. MAINTENANCE BOND: The Contractor and the Surety hereby agree, at their own expense: A. To remedy any and all defects that may develop in or result from work to be performed under the Contract within the period of two (2) years from the date of acceptance of the work under the Contract by the City Council of the City of Dubuque, Iowa, by reason of defects in workmanship or materials used in construction of said work; B. To keep all work in continuous good repair; and C. To pay the City the reasonable costs of monitoring and inspection to assure that any defects are remedied, and to repay the City 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 agreement herein made extends to defects in workmanship or materials not discovered or known to the City at the time such work was accepted. NOW, THEREFORE, the condition of this obligation is such that if the said Contractor shall perform all of the work contemplated by the Contract in a workmanlike manner and in strict compliance with the plans and specifications, and will pay all claims for labor and materials used in connection with said Project, to indemnify the said City for all damages, costs and expense incurred by reason of damages to persons or property arising through the performance of said Contract, and will reimburse the City for any outlay of money which it may be required to make in order to complete said Contract according to the Construction Documents and will maintain in good repair said Project for the period specified in the Contract where this bond is obligated for maintenance, and will faithfully comply with all of the provisions of Section 573 of the Code of Iowa, then this obligation shall be null and void, otherwise it shall remain in full force and effect. All the conditions of this bond must be fully complied with before the Contractor or the Surety will be released. The Contract and Contract Documents shall be considered as a part of this Bond just as if their terms were repeated herein, Dated at Dubuque, Iowa this 16th day of July , 2012. CITY OF DUBUQUE, IOWA./ , By City Manager PRINCIPAL; Tom Kueter Construction Co., Inc 10943 Otdar Ridge Court, Peosta, IA 52068 By: j1 Christpplifer Kueter President SURETY: Granite Re, Inc. B • Signature Jonathan Pat e Attorney- in-Fact Title 14001 Quailbrook Drive Oklahoma City, OK 73134 City, State, Zip Code (405) 752-2600 Telephone Attomey In-Fact State of County of ACKNOWLEDGMENT OF PRINCIPAL (Individual) On this day of in the year before me personally come(s) to me known and known to me to be the person(s) who (is) (are) described in and executed the foregoing instrument and acknowledge(s) to me that _ he _ executed the same. Notary Public ACKNOWLEDGMENT OF PRINCIPAL (Partnership) State of ) County of ) On this day of in the year , before me personally come(s) a member of the co- partnership of to me known and known to me to be the person who is described in and executed the foregoing instrument and acknowledges to me that he executed the same as for the act and deed of the said co- partnership. Notary Public ACKNOWLEDGMENT OF PRINCIPAL (Corporation) State of .Lc, '.. -c... ) ,� ) County of u1 N.r, ) On this / day of j-2.4...../ , in the year o ! c)-, before me personally come(s) (-), r i.s ," .e..4,- //ter.., e, t to me known, who, ing duly sworn, deposes and says that he is the of the / 0 ,K7 11 tr t.Y 6> C, the corporation described in and which executed the foregoing instrument; that he knows the seal of the said corporation; the seal affixed to the said instrument is such corporate seal; that it was so affixed by the order of the Board of Directors of said corporation, and that he signed his name thereto by like order. Notary Public ACKNOWLEDGMENT OF SUR State of Minnesota ) County of Dakota ) DIANA K. HEDRICK C. Commission Number 703746 My on rt yelssi m /a Expires On this 16th day of July, in the year 2012, before me personally come(s) Jonathan Pate, Attorney(s) -in -Fact of Granite Re, Inc. with whom I am personally acquainted, and who, being by me duly sworn, says that he is (are) the Attorneys) -in -Fact of Granite Re, Inc. company described in and which executed the within instrument; that he know(s) the corporate seal of such company; anti that seal affixed to the within instrument is such corporate seal and that it was affixed by order of the Board of Directors of said company, and that he 'signed said instrument a'S-Attorney(s) -in -Fact of the said company by like order, GRANITE RE, INC. GENERAL POWER OF ATTORNEY Know all Men by these Presents: That GRANITE RE, INC., a corporation organized and existing under the laws of the State of OKLAHOMA and havingits principal office at the City of OKLAHOMA CITY in the State of OKLAHOMA does hereby constitute and appoint JONATHAN PATE; WANDA FRANZ; TOM LAHL; USA M..FRANCOUR; JENNIFER BOYLES its true and lawful Attorney -in- Fact(s) for the following purposes, to wit: To sign its name as surety to, and to execute, seal and acknowledge any and all bonds; and to respectively do and perform any and all acts and things set forth in the resolution of the Board of Directors of the said GRANITE RE, INC: a certified copy of which is hereto annexed and made a part of this Power of Attorney; and. the said GRANITE RE, INC. through us, its Board of Directors, he reby ratifies and confirms all _ and whatsoever the said _JONATHAN PATE; WANDA FRANZ; TOM LAHL; 'LISA M. FRANCOUR; JENNIFER BOYLES may lawfully do in the premises by .virtue of these - _presents, in Witness Whereof, the said GRANITE RE, INC. has caused this instrument to be sealed with its corporate seal, duly attested by the signatures of its President and Secretary/Treasurer, this 12'h day of April, 2012. STATE OF OKLAHOMA - _) COUNTY OF OKLAHOMA ) Rodman A. Frates; Secretary/Treasurer On this 12th day of April, 2012, before me personally came Kenneth D. Whittington, President of the GRANITE RE, INC. Company and Y P � P Y. Rodman A._Frates, Secretary/Treasurer of said Company, with both of whom I am personally acquainted, who being by me severally duly sworn, said, that they the said Kenneth D. Whittington and Rodman A. Frates were respectively the President and the SecretarylTreasurer of the GRANITE RE, INC., the corporation described in and which executed the foregoing Power of Attorney; that they each knew the seal of said corporation; that the seal affixed to said Power of Attorney was such corporate seal, that it was so fixed by order of the Board of Directors of said corporation, and that they signed their name thereto by like order as President and Secretary/Treasurer, respectively, of the Company. Kenneth D. Whittin My Commission Expires: August 8, 2013 Commission #: 01013257 GRANITE RE, INC. Certificate THE UNDERSIGNED, being the duly elected and acting Secretary/Treasurer of Granite Re, Inc., an Oklahoma Corporation, HEREBY CERTIFIES that the following resolution is a true and correct excerpt from the July 15, 1987, minutes of the meeting of the Board of Directors of Granite Re, Inc._ and that said Power of Attorney has not been revoked and is now in full force and effect. "RESOLVED, that the President, any Vice President, the Secretary, and any Assistant Vice President shall each have authority to appoint individuals_as attorneys -in -fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the Company in the course of its business. On any instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking of the Company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided, however, that the seal shall not be necessary to the validity of any such instrument or undertaking." IN WITNESS WHEREOF, the undersigned has subscribed this Certificate and affixed the corporate seal of the Corporation this. 16th day of July, 2012. GRO800,1 odman A. Frates, Secretary/Treasurer - - AUG -06 -2012 MON 09:07 AM FRIEDMAN INSURANCE AtC R' Leasor THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED EiY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: if the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder In lieu of such endorsements PRODUCER Friedman. Insurance, Inc, 880 Locust Street - Suite 200 P 0 Box 759 FAX NO. 563 556 4425 CERTIFICATE OF LIABILITY INSURANCE P. 02 DATE (MMIOOIYYYY) 7/26/2012 Dubuque INSURED TA 52004 -0759 Tom and Mary- Kueter Tom Kueter Construction Inc 10943 Cedar Ridge Court Peosta IA 52068 ,.- COVERAGES CERTIFICATE NUMBER: 2012-2013 REVISION NUMBER; THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO VVHICH THIS CERTIFICATE MAY Be ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED 0Y PAID CLAIMS. A-DU SOBRI ( POLICYEFF, POLICY EXP 7YPE OF INSURANCE (ERR WY..(1_i- POLICY NUMDER i- MM /nDTY 'YY MMIDO,YYYV CONTACT Jena wilwert, CISR NAMe: PHONE (563)556 -0272 (=•MAIL ADRi3�SS -� . PRODUCER 50008230 -CLLS.TOMER" (AJC, No)' (653) 556 -4425 _ INSURER(s) AFFORDING COVERAGE _ NAIC 6 INSURERA:L7nited Fire & Casualty Compai3y 13021 INsuRe Aoc.i -dsnt Fund Insurance Co 10166 )NSURE?R INSURER o INSURER E : INSURER F 1NSR GENERAL LIABILITY X 1 COMMERCIAL GENERAL LIABILITY i CLAIMS -MADE LX I OCCUR GEN'L AGGREGATE LIMIT APPLIES PER I POLICY X IRQ7 S X f_LOC AUTOMOBILE LIABILITY LX ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON•QWNEO AUTOS 160332712 /26/2012 3/26/2013 LIMITS EACH OCCURRENCE' 1 6 1,000,000 pilDAMAGE rO RENTEO 100 000 EMISES_(FQ ! i___gae) I ;l MEP EXP (Any one peraan) 1 6 5, 000 PERSONAL &ADV INJURY [ 6 1,000,000 GENERAL AGGREGATE 16 2,000,000 PRODUCT6- COMP/Oh AGG ? s 2,000,000 (y r—' 60332712 3/26/2012 3/26/201 X UMBRELLA LIAR EXCESS LIAa X OCCUR CLAIMS•MADE DEDUCTIPLP A RETENTION S WORKERS COMPENSATION AND EMPLOYERS' LIAPILIT' OFEICER /M MSERRlEXCLUOED? ECUTIVE (Mandatary In NH) If yes cleeedits under DESCRIPTION OF OPERATIONS below 60332712 3/26/2012 3/26/2013 COMBINED SINGLE LIMIT (En accident) BODILY INJURY (Pe( person) 1 $ BODILY INJURY (Pe- accident) 6 PROPERTY DAMAGE (Per aed6ent) Unlnrurad motertat combinod Medical payments EACH OCCURRENCE AGGREGATE YIN ri NIA i1CV6006417 3/26/2012 /26/2013 �, WC STATU- i I Tat3YS•IMITS E.L. EACH ACCIDENT I S 1,000 , 000 E.L. PISEASE -EA EMPLOYE 6 1,000,000 P,(. OISEAsa -POLICY LIMIT S 1 000 000 3 1,000,000 6 6 500,000 1,000 5,000,000 5,000,000 OTR- 6 DEEORIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Add(UOnal Remarxe SchedL6e, It mop, epaCD Is mqutred) The City of Dubuque including' all its elected and appointed officials, all its employees and volunteers, all its boatels, commissions and /or authorities and their board membors, employees and volunteers along with I3W E ,C. are listed as Additional Snau3ede on the above niabili.ty including Ongoing and Completed Operations coverage equivalent to 150 CO2010 0704, and 002037 0704. General I,tability policy is prieaZy and non - contributing. Da9ignated Projects HOLDER CANCELLATION _ CERTIFICATE City of Dubuque 50 W 13th Street Dubuque, TA 52001 ACORD 25 (2009/09) u,cnnc .nnnnnn, SHOULD ANY OF THE ABOVE DESCRIBED POLICIES DE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL SE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS, AUTHORIZED REPRESENTATIVE b6ark Phalan /OW (:)1988.2009 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD AUG -06 -2012 MON 09:07 AM FRIEDMAN INSURANCE FAX NO. 563 556 4425 COMMENTS /REMARKS P. 03 aggregate and Governmental Immunities are included on the General Liability policy. Waiver of Subrogation in favor of City of Dubuque is included on the Workers Compensation policy. Re: Dubuque Industry -al Center South - Grading and Utilities 2012 Phase 1 OFREMARK COPYRIGHT 2000, AMS SERVICES INC. ENDORSEMENT CITY OF DUBUQUE, IOWA GOVERNMENTAL IMMUNITIES ENDORSEMENT SPEC END L (0000) 1. _NONWAIVER OF GOVERNMENTAL IMMUNITY. THE INSURANCE CARRIER EXPRESSLY AGREES AND STATES THAT THE PURCHASE OF THIS POLICY AND THE INCLUDING OF THE CITY OF DUBUQUE, IOWA AS AN ADDITIONAL INSURED DOES NOT WAIVE ANU OF THE DEFENSES OF GOVERMENTAL IMMUNITY AVAILABLE TO THE CITY OF DUBUQUE, IOWA UNDER CODE OF IOWA SECTION 670.4 AS IT NOW EXISTS AND AS IT MAY BE AMENDED FROM TIME TO TIME. 2. CLAIMS COVERAGE. THE INSURANCE CARRIER FURTHER AGREES THAT THIS POLICY OF INSURANCE SHALL COVER ONLY THOSE CLAIMS NOT SUBJECT TO THE DEFENSE OF GOVERNMENTAL IMMUNITY UNDER CODE OF IOWA SECTION 670.4 AS IT NOW EXISTS AND AS IT MAY BE AMENDED FROM TIME TO TIME. THOSE CLAIMS NOT SUBJECT TO CODE OF IOWA SECTION 670.4 SHALL BE COVERED BY THE TERMS AND CONDITIONS OF THIS INSURANCE POLICY. 3. ASSERTION OF GOVERNMENTAL IMMUNITY. THE CITY OF DUBUQUE, IOWA SHALL BE RESPONSIBLE FOR ASSERTING ANY DEFENSE OF GOVERNMENTAL IMMUNITY, AMD MAY DO SO AT ANY TIME AND SHALL DO SO UPON THE TIMELY WRITTEN REQUEST OF THE INSURANCE CARRIER. 4. NON - DENIAL OF COVERAGE. THE INSURANCE CARRIER SHALL NOT DENY COVERAGE UNDER THIS POLICY AND THE INSURANCE CARRIER SHALL NOT DENY ANY OF THE RIGHTS AND BENEFITS ACCRUING TO THE CITY OF DUBUQUE, IOWA UNDER THIS POLICY FOR REASONS OF GOVERNMENTAL IMMUNITY UNLESS AND UNTIL A COURT OF COMPETENT JURISDICTION HAS RULED IN FAVOR OF THE DEFENSE(S) OF GOVERNMENTAL IMMUNITY ASSERTED BY THE CITY OF DUBUQUE, IOWA. NO OTHER CHANGE IN POLICY. THE ABOVE PRESERVATION OF GOVERNMENTAL IMMUNITIES SHALL NOT OTHERWISE CHANGE OR ALTER THE COVERAGE AVAILABLE UNDER THE POLICY. All other terms, conditions, limitations and agreements of the policy remain unchanged SPEC END L (0000) *11038630* 1 uni 11 CG 71 03 05 06 ULTRA LIABILITY PLUS ENDORSEMENT COMMERCIAL GENERAL LIABILITY EXTENSION ENDORSEMENT SUMMARY OF COVERAGES This is a summary of the various additional coverages and coverage modifications provided by this endorsement. No coverage is provided by this summary. Coverage for non -owned watercraft is extended to 51 feet in length Voluntary Property Damage Coverage $5,000 Occurrence with a $10,000 Aggregate Care, Custody and Control Property Damage Coverage $25,000 Occurrence with a $100,000 Aggregate - $500 Deductible Product Recall Expense $25,000 Each Recall Limit with a $50,000 Aggregate - $1,000 Deductible Water Damage Legal Liability - $25,000 Increase in Supplementary Payments: Bail Bonds to $1,000 and Loss of Earnings to $500 For newly formed or acquired organizations - extend the reporting requirement to 180 days Automatic Additional Insured - Owners, Lessees or Contractors - Automatic Status When Required in Construction Agreement With You • Automatic Additional Insured - Vendors * Automatic Additional Insured - Lessor of Leased Equipment Automatic Status When Required in Lease Agreement With You * Automatic Additional Insured - Managers or Lessor of Premises * Additional Insured - Engineers, Architects or Surveyors Not Engaged by the Named Insured * Additional Insured - Employee Injury to Another Employee * Primary Additional Insured Expanded Fire Legal Liability to include Explosion, Lightning and Sprinkler Leakage * Automatically included - Aggregate Limits of Insurance (per location) * Automatically included - Aggregate Limits of Insurance (per project) * Knowledge of occurrence - Knowledge of an "occurrence ", "claim or suit" by your agent, servant or employee shall not in itself constitute knowledge of the named insured unless an officer of the named insured has received such notice from the agent, servant or employee Unintentional failure to disclose all hazards. If you unintentionally fail to disclose any hazards existing at the inception date of your policy, we will not deny coverage under this Coverage Form because of such failure. However, this provision does not affect our right to collect additional premium or exercise our right of cancellation or non - renewal. Liberalization Condition * Mobile equipment to include snow removal, road maintenance and street cleaning equipment less than 1,000 Ibs GVW Blanket Waiver of Subrogation Property Damage - Borrowed Equipment Property Damage Liability - Elevators Bodily injury Redefined Extended Property Damage Damage to Media Legal Liability - $50,000 REFER TO THE ACTUAL ENDORSEMENT FOLLOWING ON PAGES 2 THROUGH 15 FOR CHANGES AFFECTING YOUR INSURANCE PROTECTION CG 71 03 05 06 Includes copyrighted material of Insurance Services Office, Inc., with its permission. - - - Page 1 of 15