Loading...
Custer - Allison Henderson Sewer Proj 5U~~E ~<k-~ MEMORANDUM March 24, 2006 TO: The Honorable Mayor and City Council Members FROM: Michael C. Van Milligen, City Manager SUBJECT: Award of the Custer/Allison-Henderson Sewer and Detention Basin Project (CIP 7201376) Sealed bids were received for the Custer/Allison-Henderson Sewer and Detention Basin Project. City Engineer Gus Psihoyos recommends award of the contract to the low bidder, McDermott Excavating, in the amount of $208,795.87, which is 5.51 % over the engineer's estimate. I concur with the recommendation and respectfully request Mayor and City Council approval. . 'IleA ~:1 rl ~{'-- Michael C. Van Milligen MCVM/jh Attachment cc: Barry Lindahl, Corporation Counsel Cindy Steinhauser, Assistant City Manager Gus Psihoyos, City Engineer ~" ;, 5~~~E ~ck~ MEMORANDUM March 24, 2006 TO: Michael C. Van Milligen, City Manager Gus Psihoyos, City Engineer yO SUBJECT: Award of the Custer/Allison-Henderson Sewer and Detention Basin Project (CIP 7201376) FROM: INTRODUCTION The enclosed resolutions provide for the award of the Custer/Allison-Henderson Sewer and Detention Basin Project. DISCUSSION The project involves grading and installing drain tile in the northeast portion of Allison-Henderson Park. An additional storm sewer will be constructed across Loras Boulevard to Adair Street. Finally, it involves the re-construction of storm sewer from the northwest corner of Allison-Henderson Park to Custer Street and to University Avenue. Sealed bids were received on the project on March 23, 2006. McDermott Excavating of Dubuque, Iowa, submitted the low bid in the amount of $208,795.87. This amount is 5.51 % over the engineer's estimate. A summary of the bids received is as follows: McDermott Excavating Connolly Construction, Inc. Tschiggfrie Excavating Co. Top Grade Excavating, Inc. WC Stewart Construction, Inc. McClain Excavating Co., Inc. $208,795.87 $220,147.46 $233,994.61 $245,199.66 $263,432.47 $324,189.40 RECOMMENDATION I recommend that the contract be awarded to McDermott Excavating in the amount of $208,795.87. BUDGET IMPACT The summary of the project costs is as follows: Estimate Award Construction $201,960.00 $208,795.87 Contingency 20,196.00 20,196.00 Engineering 30.294.00 30.294.00 Total Project Cost $252,450.00 $259,285.87 The project will be funded with the Fiscal Year 2006 Custer/Allison-Henderson Sewer and Detention Basin Project appropriations in the amount of $200,229 and the detention basin and storm sewer service fees from the owners of the Finley Hospital, Hartig Drug, and Dubuque Bank & Trust owners in the amount of $26,451. Additional funding of $32,605.87 will come from the Fiscal Year 2007 Storm Sewer ImprovemenUExtensions with a current balance of $79,229. ACTION TO BE TAKEN I recommend that the City Council adopt the attached resolutions awarding the Custer/Allison-Henderson Sewer and Detention Basin Project to McDermott Excavating in the amount of $208,795.87. Prepared by Deron Muehring cc: Dawn Lang, Budget Director Deron Muehring, Civil Engineer II Todd Irwin, Engineering Assistant II BUDGET IMPACT The summary of the project costs is as follows: Estimate Award Construction $201,960.00 $208,795.87 Contingency 20,196.00 20,196.00 Engineering 30.294.00 30.294.00 Total Project Cost $252,450.00 $259,285.87 The project will be funded with the Fiscal Year 2006 Custer/Allison-Henderson Sewer and Detention Basin Project appropriations in the amount of $200,229 and the detention basin and storm sewer service fees from the owners of the Finley Hospital, Hartig Drug, and Dubuque Bank & Trust owners in the amount of $26,451. Additional funding will come from the Fiscal Year 2007 Storm Sewer Improvement/Extensions with a current balance of $32,605. ACTION TO BE TAKEN I recommend that the City Council adopt the attached resolutions awarding the Custer/Allison-Henderson Sewer and Detention Basin Project to McDermott Excavating in the amount of $208,795.87. Prepared by Deron Muehring cc: Dawn Lang, Budget Director Deron Muehring, Civil Engineer II Todd Irwin, Engineering Assistant II RESOLUTION NO. 125-06 RESOLUTION ADOPTING PLANS AND SPECIFICATIONS Whereas, on the 1st day of March, 2006, 2006, plans, specifications, form of contract and estimated cost were filed with the City Clerk of Dubuque, Iowa for the Custer/Allison-Henderson Sewer and Detention Basin Project. Whereas, notice of hearing on plans, specifications, form of contract, and estimated cost was published as required by law. NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF DUBUQUE, IOWA: That the said plans, specifications, form of contract and estimated cost are hereby approved as the plans, specifications, form of contract and estimated cost for said improvements for said project. Passed, adopted and approved this 3rd day of April, 2006. Roy D. Buol, Mayor. Attest: Jeanne F. Schneider, CMC, City Clerk RESOLUTION NO. 126-06 AWARDING CONSTRUCTION CONTRACT FOR THE CUSTER/ALLISON-HENDERSON SEWER AND DETENTION BASIN PROJECT Whereas, sealed proposals have been submitted by contractors for the Custer/Allison-Henderson Sewer and Detention Basin Project pursuant to Resolution No. and notice to bidders published in a newspaper published in the City of Dubuque, Iowa on the 10th day of March, 2006. Whereas, said sealed proposals were opened and read on the 23rd day of March, 2006, and it has been determined that the bid of McDermott Excavating of Dubuque, Iowa, in the amount of $208,795.87 was the lowest bid for the furnishings of all labor and materials and performing the work as provided for in the plans and specifications. NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF DUBUQUE, IOWA: That the contract for the above improvement be awarded to McDermott Excavating and the Manager be and is hereby directed to execute a contract on behalf of the City of Dubuque for the complete performance of the work. BE IT FURTHER RESOLVED: That upon the signing of said contract and the approval of the contractor's bond, the City Treasurer is authorized and instructed to return the bid deposits of the unsuccessful bidders. Passed, approved and adopted this 3rd day of April, 2006. Roy D. Buol, Mayor Attest: Jeanne F. Schneider, CMC, City Clerk RESOLUTION NO. 127-06 APPROVING CONSTRUCTION CONTRACT WITH MCDERMOTT EXCAVATING FOR THE CUSTER/ALLISON-HENDERSON SEWER AND DETENTION BASIN PROJECT Whereas the City Council by Resolution No. 126-06 awarded the construction contract for the Custer/Allison-Henderson Sewer and Detention Basin Project to McDermott Excavating; and Whereas McDermott Excavating has submitted the attached executed contract and bond. NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF DUBUQUE, IOWA: 1. The contract and bond attached hereto are hereby approved. 2. The City Manager is hereby authorized and directed to execute the contract on behalf of the City of Dubuque. Passed, approved and adopted this 3rd day of April, 2006. Roy D. Buol, Mayor Attest: Jeanne F. Schneider, CMC, City Clerk CUSTER I ALLISON HENDERSON PHASE II STORM SEWER CONSTRUCTION PROJECT CIP NO. 7201376 CONSTRUCTION COST ESTIMATE 23-Mar-D6 BIDDER Connolly Construction, lnc UNIT TOTAL PRICE PRICE QUANTITY DESCRIPTION NO. ,615.00 3,862.00 2,280.00 11,272.50 5,610.00 535.00 2,175.00 6,877.50 1,056.00 608.00 4,500.00 5,730.75 845.00 3,825.00 660.00 3,935.00 65L386.75 t t t t t t t t t t t t t t $ t ,615.00 ~ ~ ~ ~ 535.00 435.00 45.85 3.30 304.00 37.50 42.45 13.00 3,825.00 660.00 $ 3,935.00 Sub Total t t t t t t t t t t t t t t I ,850.00 9,799.00 1,050.00 8,558.75 6,105.00 310.00 1,550.00 5,310.00 1,555.20 1,010.00 2,316.00 6,520.50 1,040.00 2,905.00 250.00 3.570.00 53L699.45 t t t t 1 1 1 t 1 1 1 1 1 1 1 1 $ $ 1,850.00 $ 4.10 $ 1.75 $ 2.05 $ 9.25 $ 310,00 $ 310,00 $ 35.40 $ 4.86 $ 505.00 $ 19.30 $ 48.30 $ 16.00 $ 2,905.00 $ 250.00 $ 3,.570.00 ! 500.00 $ 11,950.00 $ 3,600.00 $ 6,680.00 $ 4,422.00 $ 750.00 $ 2,500.00 $ 8,250.00 $ 1,440.00 $ 350.00 $ 2,400.00 $ 5,400.00 $ 650.00 $ 1,500.00 $ 2,500.00 $ 2500.00 $ 55.392.00 500.00 5.00 6.00 1.60 6.70 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 $ 2,500.00 Sub Total ,500.00 2L500.00 LS CY Cy SY LF LS 2390 600 4175 660 DETENTION BASIN AND OVERFLOW PIPE Erosion Control Measures During Construction Excavation & Off Site Disposal Topsoil - Strip, Stockpile, and Replace Terra Seed - 2" Thickness 750.00 500.00 55.00 4.50 75.00 20.00 40.00 0.00 5 50 EA LF SF EA LF SY Too LS LS LS 4" Draintile, Inc.valves, Fittings, Tie in and Chips Tie into Existing Outlet Structure Tie into Existing Manhole I Intake 24" RCP CL JJl wI Bedding & Compacted Granular Backfil PC Concrete Sidewalk, 4M, Construct 320 2 20 35 66 PC Concrete Access Ramp. Detectable PC Concrete Curb and Gutter. 2.5'. Construct wI ACe Patch PC Concrete Pavement, (8") wI Curb & Dowels, Class "C" Crushed Stone Base 2 3 4 5 6 7 8 9 10 Inc. Handhole Remove & Replace Exist Elec, Conduit & Wiring Protect Exist. Hydrant Traffic and Safety Control 12 13 14 15 16 BIDDER McDermott Excatlng UNIT TOTAL PRICE PRICE Engineer's Estimate UNiT TOTAL PRiCE PRICE BIDDER Connolly Construction, 'nc UNIT TOTAL PRICE PRICE ,930.00 ,155.20 4,927.50 880.00 1,202.00 3,997.09 2,036.64 14,294.50 12,056.65 4,842.00 1,522.80 668.15 1,144.00 3,953.43 1,570.00 1,120.00 3,159.61 543.00 1,396.72 1,179.00 2,110,00 3,380.00 600.00 8,220.00 3,168.00 608.00 947.70 6,762.00 7,616.84 13,749.88 4,225.00 4,420.00 4,725.00 10650.00 54J60.71 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 t t 1 1 1 1 1 1 $ ,930.00 ~ ~ ~ ,202.00 67.20 44.00 113.00 59,00 67.25 37.60 29.05 572.00 189.25 785.00 560.00 151.25 543.00 79.00 393.00 2,110.00 1,690.00 600.00 120.00 ~ 304.00 36.45 23.00 ~ 98.92 ~ 4,420.00 4L725.00 1 1 1 1 t 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 t 1 1 1 1 1 1 1 1 1 $ 4,185,00 1,246.40 3,741.25 750.00 945.00 3,022.88 6,220.80 3,350.24 9,922.56 2L996.64 ,229 ~ 340.40 990.00 6,165.50 1,573.92 830.00 4,786.10 210,00 2.973.60 1,155.00 2,310.00 3,904,00 553.00 0,309.25 4,560.00 1,130.00 1,619.80 4,924.50 6,537.30 1,801.10 5,200.00 2,905.00 3,120.00 9588.00 55L096.42 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 t 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 $ $ 4,185.00 $ 4.10 $ 2.05 $ 3.75 $ 945.00 $ 62.61 $ 59.20 $ 105.12 $ 48.64 $ 41,62 $ 30.35 $ 14.80 $ 495.00 $ 295.00 $ 786.96 $ 415.00 $ 229.00 $ 210.00 $ 168.00 $ 385.00 $ 2,310.00 $ 1,952.00 $ 553.00 $ 150.50 $ 4.75 $ 565.00 $ 62.30 $ 16.75 $ 84.90 $ 84.90 $ 16.00 $ 2,905.00 $ 3L120.00 ! 2,500.00 ! 1,824.00 ! 2,628.00 ! 1,500.00 ! 1,000.00 ! 6,246.62 $ ,6,960.72 $ 9,487.50 $ 11,239.25 $ 2,520.00 $ 1,215.00 $ 575.00 $ 790.00 $ 5,222.50 $ 1,624.00 $ 700.00 $ 4,700.25 $ 300.00 $ 3,536.00 $ 1,500.00 $ 1,800.00 $ 3,000.00 $ 850.00 $ 6,165.00 $ 4,320.00 $ 350.00 $ 962.00 $ 5,292.00 $ 6,930.00 $ 12,510.00 $ 3,250.00 $ 1,500.00 $ 6,500.00 $ 3000.00 $ 142L497.84 2,500.00 6.00 1.44 7.50 ,000.00 78.00 62.00 75.00 55.00 35.00 30,00 25.00 395.00 250.00 812.00 350.00 225.00 300.00 200.00 500.00 ,800.00 ,500.00 850,00 90.00 4.50 175,00 37.00 18.00 90.00 90.00 10.00 ,500.00 6L500.00 1 1 1 1 1 1 1 1 1 1 1 1 t t t 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 $ QUANTiTY 72 40.5 23 2 20.89 2 2 20.89 LS CY SY SY EA LF LF LF LF LF LF LF EA VF EA EA VF EA VF EA EA EA LS CY SF EA SY LF Too Too Too LS LS LS 304 825 200 1.00 20829 273.56 126.5 20435 Backfil Backfil Backfil Backfil DESCRIPTION STORM SEWER Erosion Control Measures During Construction Topsoil- Strip, Stockpile, and Replace Terra Seed - 2" Thickness Sodding Tie into Existing Junction Box Storm Sewer, 42~ RCP, CL III wI Bedding Storm Sewer, 30" RCP, CL III wI Bedding Storm Sewer, 27" RCP, CL III wI Bedding & Compacted Granulal Storm Sewer, 24" RCP, CL III wI Bedding & Compacted Granulal Storm Sewer, 18" RCP, CL III wI Bedding & Compacted Granulal Storm Sewer, 15" RCP, CL III wI Bedding & Compacted Granula' Storm Sewer, 6" PVC Schedule 40 72" Dia. Manhole Base wI Bedding 72" Dia. Manhole Sidewall 72" Cia. Manhole Flat top wI Casting 60" Dia. Manhole Base wI Bedding 60" Cia. Manhole Sidewall 48" Cia. Manhole Base wI Bedding & Compacted Granular Backfil' 48" Dia, Manhole Sidewall wI Bedding & Compacted Granular Backfil 7.68 3 1 2 Manhole Frame and Cover Intake 101-C Special wI Bedding & Compacted Granular Backfil Intake 101-B wi Bedding & Compacted Granular Backfill Area Drain Complete Abandon Existing Storm & Structures PC Concrete Sidewalk, 4M, Construct 68.5 960 2 26 294 77 139 325 PC Concrete Access Ramp, Detectable PC Concrete Commercial Drive, Type "A", - Construct PC Concrete Curb and Gutter, 2.5', Construct HMA 300k, S, 1 f2" (P 1,1/2" I one Ba G 70-34) pG 64-22 Inc. Handhole HMA 300k, Remove & Replace Exist. Elec. Conduit & Wiring Shoring Design & Installation (for Ex. Light' Traffic and Safety Control $ $ 10,650.00 Sub Total 1 ~ 9,588.00 Sub Totai $ 3,000.00 Sub Totai 47.46 .25% BIDDER McDermott Excating UNIT TOTAL PRICE PRiCE NO. 2 3 4 5 6 7 8 9 10 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 11 220 $ Total 208J95.87 5.51% Engineer's Estimate UNiT TOTAL PRICE PRiCE $ Total I $ 197,889.64 k Totai Unde Over % CUSTER I ALLISON HENDERSON PHASE II STORM SEWER CONSTRUCTiON PROJECT CIP NO. 7201376 CONSTRUCTION COST ESTIMATE 23-Mar-De BIDDER W.C. Stewart Construct. inc. UNiT TOTAL PRICE PRICE ,100.00 19,120.00 1,650.00 17,743.75 5,280.00 300.00 1,500.00 13,008.00 1,440.00 1,000.00 4,020.00 6,075.00 774.80 4,189.00 200.00 3500.00 80,900.55 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 $ $ ",00.00 $ 8.00 $ 2.75 $ 4.25 $ 8.00 $ 300.00 $ 300,00 $ 86,72 $ 4,SO $ 500.00 $ 33.50 $ 45.00 $ 11.92 U,189.00 $ 200.00 $ 3,500.00 Sub Totai ,800.00 ,950.00 ,350.00 7,743.75 4,785.00 600.00 3,000.00 6,4S0.00 1,360.00 400.00 2,160.00 5,467.50 1,040,00 2,500.00 3S0.00 7,500.00 68L456.25 1 1 1 1 1 1 1 1 1 1 1 1 1 1 $ $ $ 1,800.00 $ 5.00 $ 2.2S $ 4.25 $ 7.2S $ 600.00 $ 600.00 $ 43.00 $ 4.25 $ 200.00 $ 18.00 $ 40.50 $ 16.00 $ 2,500.00 L 350.00 ! 7,500.00 Sub Totai 822.00 7,887.00 2,160.00 7,743.75 5,280.00 395.00 3,47S,00 0,147.50 1,104.00 280.00 4,290.00 5,906.25 861.25 3.354.00 612.00 3.500.00 67L817.75 1 1 1 1 1 1 t 1 1 1 1 1 1 1 ~ 822.00 3.30 3.60 4.25 8.00 $ 395.00 695.00 67.65 ~ 140,00 35,75 43.75 13.25 $ 3,354.00 l. 612.00 ~ 3,500.00 Sub Totai t 1 1 1 1 1 1 1 1 1 1 1 $ QUANTITY 2390 600 4175 660 LS CY Cy SY LF LS EA 5 50 320 2 20 35 65 DESCRIPTION DETENTiON BASiN AND OVERFLOW PiPE Erosion Control Measures During Construction Excavation & Off Site Disposal Topsoil - Strip, Stockpile, and Replace Terra Seed - 'Z' Thickness IncValves, Fittings, into Existing Outlet Structure into Existing Manhole I Intake RCP CL 111 wI Bedding & Compacted Granular Backfil PC Concrete Sidewalk, 4", Construct in and Chips Tie 4" Draintile, Tie Tie 24' LF SF EA LF SY Too LS LS LS PC Concrete Access Ramp, Detectable PC Concrete Curb and Gutter, 2.5', Construct wi ACC Patch PC Concrete Pavement, (8") wi Curb & Dowels, Class MC" Inc. Handhole & Wiring Crushed Stone Base Remove & Replace Exist. Elec. Condui Protect Exist. Hydrant Traffic and Safety Control NO. 2 3 4 5 6 7 6 9 10 11 12 13 14 15 16 BiDDER Top Grade Excavating. inc UNIT TOTAL PRICE PRICE BIDDER Tschiggfrie Excavating Co. UNiT TOTAL PRICE PRICE BIDDER W.C. Stewart Construct, inc. UNIT TOTAL PRICE PRICE 500.00 836.00 7,008.00 1,700.00 1,000.00 21,95440 20,82400 25,273,00 12,50112 3,175.20 1,602.18 728.87 1,500.00 4,075.50 1,250.00 1,250,00 3,866,50 419.00 1.57530 792.00 2,250.00 4,000.00 700.00 7,747.35 4,560.00 1,300.00 1,339.00 4,410.00 7,449.75 13,448.25 4,296.50 500.00 8,500.00 10.200.00 82L531.92 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 t 1 1 1 1 1 1 1 1 1 1 1 1 1 $ 500.00 2.75 3.84 8.50 ,000.00 05.55 76.00 99.00 61.28 44.10 39.56 31.69 750.00 195.00 625.00 625.00 185.00 419.00 89.00 264.00 2,250.00 2,000.00 700.00 650.00 51.50 15.00 96.75 96.75 13.22 500.00 $ 8,500.00 $ 10.200.00 Sub Totai 3.10 4.75 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 t 1 1 1 1 1 1 1 1 1 1 $ ,800.00 684.00 9,398.75 1,700.00 500.00 7,91294 4,225,12 23,402.50 9.706,63 3,744.00 1,599.75 1,035.00 3,600.00 3,760.20 1,300.00 3,600.00 2,924,60 1,050.00 1,66192 750.00 - 3,500,00 5,800.00 650.00 8,905.00 4,080.00 400.00 1,053.00 5,292.00 6.776,00 12,232.00 5,200.00 2,500.00 5,000.00 11 000.00 76L743.41 1 1 1 1 1 1 1 t 1 1 1 t t t 1 1 t 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 L800.00 2.25 5.15 8.50 500.00 86.00 52.00 185.00 47.50 52.00 39.50 45.00 ,800.00 180.00 650,00 ,800.00 140.00 ,050.00 94.00 250.00 3,500.00 2,900,00 650.00 130.00 ~ 200.00 40.50 18.00 88.00 88.00 16.00 2,500.00 5,000.00 $11.000.00 Sub Total 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ,750.00 2,097.60 9,398.75 1,700.00 346.00 8,496.15 3,253.98 8,159.08 ~ 01.47 2,844.00 ,543.05 585.35 ,270.00 4,491.35 1,490.00 1,100.00 3,697.53 331,00 2,510.56 795.00 1,935.00 5,750.00 1,060.00 9,179.00 3,312.00 360.00 1,162.20 5,791.80 7,392.00 3,344.00 4,030.00 2,500.00 9400.00 66L176,86 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 t t t 1 $ lSO.OO 6.90 5.15 8.50 346.00 88.80 48.45 143.55 73.90 39.50 38.10 25.45 635.00 215.00 745.00 550.00 177.00 331.00 142.00 265.00 ,935.00 $ 2,875.00 $ 1,060.00 1 134.00 1 3.45 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 $ $ 180.00 $ 44.70 $ 19.70 $ 96.00 $ 96.00 $ 12.40 $ $ 2,500.00 $ 9,400.00 Sub Totai EA VF EA VF EA EA EA LS CY SF EA SY LF Too Too Too LS LS LS LS CY SY SY EA LF LF LF LF LF LF LF EA VF EA QUANTITY DESCRIPTION STORM SEWER Erosion Control Measures During eonstruction Topsoil- Strip, Stockpile, and Replace Terra Seed ~ 2" Thickness 304 825 200 .00 2 2 20,89 208.29 273.56 126.5 204.35 72 40.5 23 2 20.89 Backfil Backfil Backfil Backfii Sodding Tie into Existing Junction Box Storm Sewer, 42" RCP, CL II! wI Bedding Storm Sewer, 30" RCP, CL III wI Bedding Storm Sewer, 27" RCP, CL II( wI Bedding & Compacted Granulal Storm Sewer, 24" RCP, CllH wI Bedding & eompacted Granulal Storm Sewer, 18~ RCP, CllU wI Bedding & Compacted Granulal Storm Sewer, 15~ RCP, Cllll wI Bedding & Compacted Granulal Storm Sewer, 6" PVC Schedule 40 72" Dia, Manhole Base wI Bedding 72" Dia. Manhole Sidewall 72" Dia. Manhole Flat top wI Casting 60" Dia. Manhole Base wI Bedding 60" Oia. Manhole Sidewall 48" Oia. Manhole Base wI Bedding & Compacted Granular Backfill 48" Oia. Manhole Sidewall wI Bedding & Compacted Granular Backfil 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 7,68 3 1 2 Manhole Frame and Cover Intake 101.C Special wi Bedding & Compacted Granula Intake 101-B wI Bedding & Compacted Granular Backfil' 68.5 960 2 26 294 77 139 325 Backfil Area Drain Complete Abandon Existing Storm & Structures PC Concrete Sidewalk, 4", Construct PC Concrete Access Ramp, Detectable PC Concrete Commercial Drive, PC Concrete Curb and Gutter, Type "A", . Construct 2,5', Construct 22 23 24 25 26 27 28 29 30 S, 1/2" (PG 70~34) I, 1/2" (PG 64--22 Crushed Stone Base 300k, 300k, HMA HMA Inc. Handhole Remove & Replace Exist. Elec. Conduit & Wiring Shoring Design & Installation (for Ex, Ught Traffic and Safety Control 31 32 33 34 263L432.47 33,12% BIDDER Top Grade Excavating, inc UNIT TOTAL PRICE PRICE NO. $ Totai 245..199.66 23.91% BiDDER Tschlggfrie Excavating Co. UNIT TOTAL PRICE PRICE $ Total 233L994.6 8.24% $ Totai Over I Under H % BIDDER McCiain Excavating Co. lnc UNiT TOTAL PRiCE PRiCE 000.00 9,717.50 3,450.00 23,380,00 5,445.00 1,200.00 4,250.00 11,700.00 1,280.00 1,200.00 30,000,00 3,375.00 1,300.00 2,850.00 500.00 6,000.00 18L647.50 1 1 1 1 1 1 1 1 1 1 1 1 1 1 I $ $ 1,000.00 $ 8.25 $ 5.75 $ 5.60 $ 8.25 $ 1,200.00 $ 850.00 $ 78.00 $ 4.00 $ 600.00 $ 250.00 $ 25.00 $ 20.00 $ 2,850.00 1. 500.00 $ 6,000.00 Sub Total QUANTITY 2390 600 4175 660 LS CY Cy SY LF LS EA LF SF EA LF SY Too LS LS LS DESCRIPTION DETENTION BASIN AND OVERFLOW PiPE Erosion Control Measures During Construction Excavation & Off Site Disposal Topsoi Strip, Stockpile, and Replace Terra Seed - 2" Thickness 5 50 320 2 20 35 65 4" Draintile, InC.Valves, Fittings, Tie Tie into Existing Outlet Structure Tie into Existing Manhole I Intake 24" RCP Clltl wI Bedding & Compacted GranuJa PC Concrete Sidewalk, 4", Construct in and Chips NO. 2 3 4 5 6 7 8 9 Backfil pe Concrete Access Ramp, Detectable pe Concrete Curb and Gutter, 2.5', Construct wI ACC Patch PC Concrete Pavement, Wl wi Curb & Dowels, Class "C" Crushed Stone Base Inc. HandhoJe & Wiring Elec. Condui Remove & Replace Exist. Protect Exist. Hydrant Traffic and Safety Control 12 13 14 15 16 o 1 BIDDER McCialn excavating Co. Inc UNIT TOTAL PRICE PRICE . 2,000.00 3,040.00 7,300.00 2,100.00 1,500.00 6,328,00 4.179.50 9,685.00 9,584.00 3,960.00 3,442.50 1,012.00 7,040.00 3.657,50 1,400.00 5,600.00 2,508.00 5,900.00 4,814.40 720.00 500.00 6,850.00 3,840.00 1,200.00 1,430.00 4,410.00 7,700.00 3,900.00 5,850.00 --LQQ 9,500.00 7400.00 207L541.90 2,650.00 6L540,00 1 1 1 t 1 t t 1 1 1 1 t 1 t 1 1 t 1 t 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 $ $ 2,000.00 $ 10,00 $ 4.00 $ 1050 $ 1,500.00 $ 78.50 $ 51.75 $ 155.00 $ 96.00 $ 55.00 $ 85.00 $ 44.00 $ 3,520.00 $ 175.00 $ 700,00 $ 2,800.00 $ 120.00 $ 5,900.00 $ 272 00 $ 240.00 $ 2,650.00 $ 3,270.00 !. 500.00 ! 100.00 ! 4.00 !. 600.00 1 55.00 1 15.00 !. 100,00 ! 100.00 ! 8.00 $ .00 QUANTITY LS CY SY SY EA LF LF LF LF LF LF LF EA VF 304 825 200 1.00 208.29 273.56 126,5 20435 72 40.5 23 2 20.89 DESCRIPTION STORM SEWER Erosion Control Measures During Construction Topsoil. Strip, Stockpile, and Replace Terra Seed - 2" Thickness $ 9,500.00 $ 17,400.00 Sub Totai 2 2 20,89 EA EA VF EA VF EA EA EA LS CY SF EA SY LF Too Too Too LS LS LS 72" Dia. Manhole Base wI Bedding 72" Dia. Manhole Sidewall 72" Dia. Manhole Flat top wI Casting 60" Dia. Manhole Base wI Bedding 60" Dia. Manhole Sidewall 48" Dia. Manhole Base wi Bedding & Compacted Granular Backfil 48" Dia. Manhole Sidewall wi Bedding & Compacted Granular Backfil 7.68 3 Manhole Frame and Covel Intake 101-C Special wI Bedding & Compacted Granular Backfil Intake 101-B wI Bedding & Compacted Granular Backfill 2 Area Drain Complete Abandon Existing Storm & Structures PC Concrete Sidewalk, 4", Construct 68.5 960 2 26 294 77 139 325 Type "A", - Construct 2.5', eonstruct PC Concrete Access Ramp, Detectable PC Concrete Commercial Drive, PC Concrete Curb and Gutter. HMA 300k, S, 112M (P 300k,I, 112ft' led Stone Sa G 70-34) pG 64-22) Inc. Handhole NO. 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 HMA 32 Remove & Replace Exist. Elec. Conduit & Wiring 33 Shoring Design & Installation (for Ex. Light 34 Traffic and Safety Control wI Bedding wi Bedding wI Bedding & Compacted Granular Backfil wI Bedding & Compacted Granular Backfil wI Bedding & Compacted Granular Backfil wI Bedding & Compacted Granular Sackfil RCP, CL I RCP, CL I 27' RCP, CL I 24" RCP, CL I 18" RCP, CL I 15" RCP, CL I 6" PVC Schedule 40 Sodding Tie into Existing Junction Box 42" Storm Sewer, Storm Sewer, 30" Storm Sewer, Storm Sewer, Storm S< Storm S Storm S ~wer, ewer, ewer, 324,189.40 63.82% $ Total H Unde ~.Over ,. 5~~~E ~ck~ MEMORANDUM February 28, 2006 TO: The Honorable Mayor and City Council Members FROM: Michael C. Van Milligen, City Manager SUBJECT: Initiation of the Custer/Allison-Henderson Sewer and Detention Basin Project (CIP 7201376) City Engineer Gus Psihoyos recommends initiation of the bidding process for the Custer/Allison-Henderson Sewer and Detention Basin Project, and further recommends that a public hearing be set for April 3, 2006. I concur with the recommendation and respectfully request Mayor and City Council approval. //ll.{ ~~"/12~ j _ Michael C. Van Milligen MCVM/jh Attachment cc: Barry Lindahl, Corporation Counsel Cindy Steinhauser, Assistant City Manager Gus Psihoyos, City Engineer D'G~~E ~<k~ MEMORANDUM February 27, 2006 FROM: Michael C. Van Milligen, City Man;~~ Gus Psihoyos, City Engineer ~~ TO: SUBJECT: Initiation of the Custer/Allison-Henderson Sewer and Detention Basin Project (CIP 7201376) INTRODUCTION The enclosed resolutions authorize the public bidding procedure for the Custer/Allison- Henderson Sewer and Detention Basin Project. BACKGROUND In 1999, intense rains caused thousands of dollars in property damage throughout Dubuque, prompting a Presidential Disaster declaration. Figure 1 is a photo of the flooding that occurred to one of the homes just west of the N. Grandview and Custer intersection. Pictured is a basement with three feet of black water almost reaching the piano keys. Subsequently, funds were established in the Capital Improvement Program Budget to improve the drainage from the sump on Custer to the lower portion of Allison- Henderson Park. The objective was to design a system that if surcharged would flood the lower portion of the park instead of homes. The lower portion of the park was prone to flooding prior to its use as a detention basin. As proposed, park drainage will improve with the addition of an outlet structure and drain tile. Figure 2 shows the park flooded prior to any modifications associated with the detention basin improvements. DISCUSSION Some of the improvements associated with the detention basin have been completed. Within the park, the outlet structure and storm sewer was constructed during the summer of 2004. At that time, it was discovered that the existing 24-inch clay storm sewer that runs along N. Grandview from the park to University Ave. was in poor condition. Funds were established to reconstruct the storm sewer in the following Capital Improvement Program Budget (FY06). Figure 1. Basement flooding that occurred in 1999. The black water nearly reached the piano keys. Project initiation was postponed because of the reconstruction of Nowata Street this past summer. The Custer/Allison-Henderson Sewer and Detention Basin Project involves closing N. Grandview to install storm sewer. A private development was started at the intersection of University Ave. and N. Grandview by the development group of Finley Hospital, Hartig Drug, and Dubuque Bank & Trust this past summer. To meet detention basin requirements, the development group asked City Engineering about the possibility of utilizing the City's proposed Allison-Henderson detention basin instead of constructing a new detention basin of their own. The City has already entered into two other Stormwater Detention Services agreements for the NW Arterial and Carter Road detention basins. II i1 ~- ' Figure 2. Photo of a flooded Allison-Henderson Park prior to construction of the hockey rink or stormwater improvements. An outlet structure has already been installed and drain tile will be added to better drain the park. Engineering's hydrologic and hydraulic analysis indicates that the proposed Allison- Henderson Detention Basin can provide the detention required for the Finley, Hartig, DB&T development. Therefore, a recommendation to enter into a service agreement with the development group of Finley Hospital, Hartig Drug, and Dubuque Bank and Trust has been presented to the City Council for consideration. Per the terms of the agreement, the City will receive a payment of $26,451.00 and beginning in 2007, the City will receive an annual payment of $300 to increase by 2.5% each year thereafter. The schedule for the project will be as follows: Advertisement for Bids Notice of Hearing on Plans & Specifications Receipt of Bids Public Hearing Award of Contract Final Completion Date March 10, 2006 March 17, 2006 March 23, 2006 April 3, 2006 April 3, 2006 August 11, 2006 RECOMMENDATION I recommend that the City Council establish the date for the public hearing, and authorize the City Clerk to advertise for bids for the Custer/Allison-Henderson Sewer and Detention Basin Project. BUDGET IMPACT The construction cost estimate for the Custer/Allison-Henderson Sewer and Detention Basin Project is: Construction Contingency Engineering $201,960.00 20,196.00 30,294.00 $252,450.00 Total Project Estimate The project will be funded with the Fiscal Year 2006 Custer/Allison-Henderson Sewer and Detention Basin Project appropriations in the amount of $200,229 and the detention basin and storm sewer service fees from the owners of the Finley Hospital, Hartig Drug, and Dubuque Bank & Trust owners in the amount of $26,451. Additional funding will come from the Fiscal Year 2007 Storm Sewer Improvement/Extensions in the amount of $79,229. ACTION TO BE TAKEN The City Council is requested to establish the date for the public hearing and to authorize the City Clerk to advertise for proposals through adoption of the attached resolutions. attachments Prepared by Deron Muehring cc: Cindy Steinhauser, Assistant City Manager Dawn Lang, Budget Director Bill Baum, Economic Development Director Pam Myhre, Associate Planner Deron Muehring, Civil Engineer II ----1 ---~ ~- -----: 1.'/MOWAlA ---- _---~ '\-~,- '_ ="~_ --=.;c~.cc:::::::~, '-----7 , '\ I \ t'. ~ ," ! ~. ---.--- )\ {W> WARMING HOUSE ----~__.', ; ~.;r-;-~ETEN:N A:EA :,' --- \ I' 'I : I I \ \ \ ,\ '\. - ~,/ " j '\ ~ : \ ! "'-, INLlNE RINK ----- .::; \ \ I "'- ----r~~l\ I:: - - ' , : ~ t----- ~ \ DO\\S: PJ=__J I M. GI\AMD'4'~ ----.~ \ rc=-J' '~'\ 'I" 'I ' 'T.-SI "I' _--.a-1, ,\ ::" " ~-\ ~O___L-.J-- -__~ _.ll..D It- -,hr-~:.::;::~-~mr " _~\ .-.---, , \,' I 11 __ \ 0 ,\ " SITE LOCATION MAP J~ NOT TO SCALE .., ~ z--_~____ ----- ---~:-:'::::? -------- ---- ---- I PROPOSED STORM SEWER: I , I , , I , , I I ~ : CC I ~ : ;;; = ... > z = ALLISON - HENDERSON PARK -~ . n ,~,~~,+ "ORM 1wm 3ROST VICINITY MAP ....n1I1IIIIIin NORTH DUBWuE S'--9 fk Spi'Ut EXHIBIT D RESOLUTION NO. PRELIMINARY APPROVAL OF PLANS AND SPECIFICATIONS NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF DUBUQUE, IOWA: That the proposed plans, specifications, form of contract and estimated cost for the Custer/Allison-Henderson Sewer and Detention Basin Project in the estimated amount of $252,450.00 are hereby approved and ordered filed in the office of the City Clerk for public inspection. Passed, adopted and approved this day of 2006. Roy D. Buol, Mayor Attest: Jeanne F. Schneider, CMC, City Clerk RESOLUTION NO. FIXING DATE OF HEARING ON PLANS AND SPECIFICATIONS Whereas, the City Council of the City of Dubuque, Iowa has given its preliminary approval on the proposed plans, specifications, and form of contract and placed same on file in the office of the City Clerk for public inspection of the Custer/Allison- Henderson Sewer and Detention Basin Project. NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF DUBUQUE, IOWA: That a public hearing will be held on the 3rd day of April, 2006, at 6:30 p.m. in the Public Library Auditorium at which time interested persons may appear and be heard for or against the proposed plans and specifications, form of contract and cost of said improvement, and the City Clerk be and is hereby directed to cause a notice of time and place of such hearing to be published in a newspaper having general circulation in the City of Dubuque, Iowa, which notice shall be not less than four days nor more than twenty days prior to the day fixed for its consideration. At the hearing, any interested person may appear and file objections to the proposed plans, specifications, contract, or estimated cost of the improvement. Passed, adopted and approved this day of ,2006. Roy D. Buol, Mayor Attest: Jeanne F. Schneider, CMC, City Clerk NOTICE OF HEARING ON PLANS AND SPECIFICATIONS Notice of public hearing on proposed plans and specifications, proposed form of contract and estimate of cost for the Custer/Allison-Henderson Sewer and Detention Basin Project Project. Proiect Description: The storm sewer project consists of two parts with separate deadlines. The first part of the project will consist of creating a detention basin adjacent to the hockey rink and constructing an overflow pipe across Loras Boulevard to outlet in an existing structure on Adair Street. This portion of the project will have a completion deadline of May 12, 2006 due to the need to have that area of the park available for summer activities. The second part of the project will consist of extending a new storm sewer, to the South, from an existing junction box located between the North end of the hockey rink and Grandview Avenue. The new storm sewer will serve the Custer Street area and the University/Grandview intersection and will replace an existing smaller storm sewer in Grandview Avenue which will be abandoned in place. The deadline for this portion of the project will be August 11, 2006. NOTICE IS HEREBY GIVEN: The City Council of Dubuque, Iowa will hold a public hearing on the proposed plans, specifications, form of contract and estimate of cost for the Custer/Allison Henderson Sewer and Detention Basin Project in accordance with the provisions of Chapter 384, City Code of Iowa, at 6:30 p.m., on the 3rd day of April, 2006, in the Public Library Auditorium, 360 West 11th Street, in Dubuque, Iowa. Said proposed plans, specifications, form of contract and estimate of cost are now on file in the office of the City Clerk. At said hearing any interested person may appear and file objections thereto or to the cost of the improvements. Any visual or hearing-impaired persons needing special assistance or persons with special accessibility needs should contact the City Clerk's office at (563) 589-4120 or TDD at (563) 690-6678 at least 48 hours prior to the meeting. Published by order of the City Council given on the ,2006. day of Jeanne F. Schneider, CMC, City Clerk RESOLUTION NO. ORDERING BIDS NOW THEREFORE, BE IT RESOLVED BY THE COUNCIL OF THE CITY OF DUBUQUE, IOWA: That the Custer/Allison-Henderson Sewer and Detention Basin Project is hereby ordered to be advertised for bids for construction. BE IT FURTHER RESOLVED, that the amount of the security to accompany each bid shall be in an amount which shall conform to the provisions of the Notice to Bidders hereby approved as a part of the plans and specifications heretofore adopted. That the City Clerk is hereby directed to advertise for bids for the construction of the improvements herein provided, to be published in a newspaper having general circulation in the City of Dubuque, Iowa, which notice shall not be less than four days nor more than forty-five days prior to the receipt of said bids at 2:00 p.m. on the 23rd day of March, 2006. Bids shall be opened and read by the City Clerk at said time and will be submitted to the Council for final action at 6:30 p.m. on the 3rd day of April, 2006. Passed, adopted and approved this _ day of ,2006. Roy D. Buol, Mayor Attest: Jeanne F. Schneider, CMC, City Clerk 'J , ~ . BID PROPOSAL The bidder hereby certifies that they are the only person or persons interested in this proposal as principals; 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 understand 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 they 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: Addendum No.1 Dated: March 71, 2006 Dated: Dated: PRINCIPAL: Connolly Construction Inc Contractor 18409 N Cascade Rd Address Individual ( ) Partnership ( ) Corporation (x) Peost8, City .fA 52068 By: ('~ I /~ JQ Sign~-. IO"18 State 520';8 Zip Vice Presif'ient Title March 23, 2006 Date Note: To be completed by out of State bidders. The State of does ( ) / does not ( ) utilize a percentage preference for in-state bidders. The amount of preference is percent. I STORM SEWER 1 Erosion Control Measures During Construction 2 Topsoil - Strip, Stockpile, and Replace 3 Terra Seed - 2" Thickness 4 Sodding 5 Tie into Existing Junction Box 6 Storm Sewer, 42" RCP, CL III wi Bedding 7 Storm Sewer, 30" RCP, CL III wi Bedding 8 Storm Sewer, 27" RCP, CL III wi Bedding & Compacted Granular Backfill 9 Storm Sewer, 24" RCP, CL III wi Bedding & Compacted Granular Backfill 10 Storm Sewer, 18" RCP, CL III wi Bedding & Compacted Granular Backfill 11 Storm Sewer, 15" RCP, CL III wi Bedding & Compacted Granular Backfill 12 Storm Sewer, 6" PVC Schedule 40 13 72" Ola. Manhole Base wi Beddin9 14 72" Oia. Manhole Sidewall 15 72" Oia. Manhole Flat top wi Casting 16 60" Oia. Manhole Base wi Bedding 17 60" Oia. Manhole Sidewall 18 48" Oia. Manhole Base wi Bedding & Compacted Granular Backfill 1948" Oia. Manhole Sidewall wi Bedding & Compacted Granular Backfill 20 Manhole Frame and Cover 21 Intake 101-C Special wi Bedding & Compacted Granular Backfill 22 Intake 1 01-B wi Bedding & Compacted Granular Backfill 23 Area Drain - Complete 24 Abandon Existing Storm & Structures 25 PC Concrete Sidewalk, 4", Construct 26 PC Concrete Access Ramp, Detectable 27 PC Concrete Commercial Drive, Type "A", - Construct 28 PC Concrete Curb and Gutter, 2.5', Construct 29 HMA 300k, S, 1/2" (PG 70-34) 30 HMA 300k, I, 1/2" (PG 64-22) 31 Crushed Stone Base 32 Remove & Replace Exist. Elec, Conduit & Wiring - Inc. Handhole 33 Shoring Design & Installation (for Ex. light) 34 Traffic and Safety Control 1 LS 1930.00 304 CY 3 . 80 1825 SY 7.70 200 SY 4.40 1.00 EA 1202.00 208 LF 67.20 274 LF 44.00 127 LF 113.00 204 LF 59.00 72LF 67.25 40.5 LF 37.60 23 LF 29.05 2 EA 572. DO 20.9 VF 1 89 . 75 2 EA 785.00 2 EA 560.00 20.9 VF 1 5 1 . 25 1 EA 543.00 17.7 VF 79.00 3 EA 393.00 1 EA 21 10.00 2EA1690.00 1 LS 600.00 68.5CY 170.00 960 SF 3.30 2 EA 304. DO 26 SY 36.45 294 LF 73.00 77 Ton 98.97 139 Ton 98.92 325 Ton 13.00 1 LS it420.00 1 LS 4775.00 1 Lsl 0650.00 Sub Total TOTAL BID 1930.00 1155.20 4927 . 50 880.00 1202.00 13977.liO 12051i.00 14351.00 12036.00 4842.00 1522.80 668.15 1144.00 3955.33 1570.00 1170.00 3161.13 543.00 1398.30 1179. DO 2110.00 3380.00 600.00 8220.00 3168.00 li08.00 947.70 li762.00 7616.84 13749.88 4725.00 4420.00 4775.00 10650.00 [154,801.4) , ~20, 188.1. CITY OF DUBUQUE, IOWA CUSTER I ALLISON HENDERSON PHASE II STORM SEWER CONSTRUCTION PROJECT CIP NO. 7201376 BID FORM NO. DESCRIPTION UNIT QUANTITY PRICE I DETENTION BASIN AND OVERFLOW PIPE 1 Erosion Control Measures During Construction 2 Excavation & Off Site Disposal 3 Topsoil- Strip, Stockpile, and Replace 4 Terra Seed - 2" Thickness 5 4" Draintile, Inc.Valves, Fittings, Tie in and Chips 6 Tie into Existing Outlet Structure 7 Tie into Existing Manhole I Intake 8 24" RCP CL III wI Bedding & Compacted Granular Backfill g PC Concrete Sidewalk, 4", Construct 10 PC Concrete Access Ramp, Detectable 11 PC Concrete Curb and Gutter, 2.5', Construct wi ACC Patch 12 PC Concrete Pavement, (8") wi Curb & Dowels, Class "C" 13 Crushed Stone Base 14 Remove & Replace Exist. Elec. Conduit & Wiring - Inc. Handhole 15 Protect Exist. Hydrant 16 Traffic and Safety Control 1 LS 1615.00 2390 CY 5.80 600 CY 3.RO 4175 SY 2.70 660 LF 8.50 1 LS 535.00 5 EA 435.00 150 LF 45.85 320 SF 3.30 2 EA 304.00 120 LF 37.50 135 SY 42.45 65 Ton 13.00 1 LS 3825.00 1 LS 660.00 1 LS 3935,00 Sub Total TOTAL PRICE 1615.00 13862.00 2280.00 11272.50 5li10.00 535.00 2175.00 liAn.50 10Sh.00 h08.00 4500.00 5730.70 81t5.00 3825.00 6liO.00 3935.00 tli5,381i.75j BID BOND KNOWN AlL MEN BY THESE PRESENTS, that we Connolly Construction, Inc. as Principal (Contractor), !Ind United Fire & Casualty Company , as Surety, are held and firmly bound unto the unto the City of Dubuque, Iowa (City), In the penal sum of _ Ten Percent of Attached Bid in lawful money of the United States, for the payment of which sum well and ttuly to be made. we bind ourselves, our heirs, executors, administrators, and llUCO'lSSOrS, jointly and severally, firmly by these presents. The condition of this obligation is such that whereas the Principal has submitted the accompanying bid, dated 23rd day of March , 2006, for the Cusler I Allison Henderson PhaBe II Storm Sewer Construction Project NOW, THEREFORE, jf the Principal shali not wiihdraw said bid within the period specified therein during the opening of same, or If no period specified, within thirty (30) days after Hid opening, and shall within the period specified therefore, If no period be specified, within seven (T) days after too prescribed forms are presented to him for signature, enter Into a written contract with the Municipality, in accordance with the bid as accepted, and give bond with good and suffICient surety or sureties, as may be r8QUlrect for the faithful pelformance and proper fulfillment of such contract, then the above obligation shall be void and of no effect, otherwise to remain in full force and virtue. By virtue of statutory authority, the full Bmount of this bid bond shall be forfeited to the Municipality In liquidations of damages sustained In the event that the afore de15cribed bidder, Principal, falls to execute the contract end provide the bond as provided in the specifications or by law. IN WITNESS WHEREOF, the above bounden parties have executed this Instrument under their several seals this ? 1 ,t day of March , 2006, the name and corporate seal of eech corporate party being hereto affIXed and these presents duly signed by Its undersigned representative pursuant to authority of Its governing body. PRINCIPAl.: SURETY: Connoliy Construction, Inc. Contractor By: ~ S. Ignature Unhed Fire & Casualty Comp31:j- Surety Company By: ~.', - t.. W~ Signature Vice President Tide Attorney-in-Fact Trtle 3/72/06 Dete 3/21/06 Date TOTAL P.1il3 UNITED PlRe &C~UAl;TY.i:()MP.i\NY HQME OfFICl!r.CEDP,ij RAPlll., IOWA ..... CERTIFIED Copy OF POWER OF ATTORNEY (Original on file et Home Office 01 Company - See Certification) .' . -',""".' . """"" . -....,..-. ,-.,' -.'-:,' .::." "--', ,".- "'" ....- .' ....., ,', . ,- ., . , .'- ....... '. -, " ... "-.'- '"'.''' '. '" ... ,'" .- .". ... " .... -' KNOW All, MEN 8Y THESe PRI!SENTs, Thatthe UNITED.FIRE & CASUAUY COMPANY, a ~tpor.tion duly orglnlN<! and existing under the taws 01 the Stale of IoWa, and havil1g ~s principal office In Cedar RapidS, State of Iowa, does make, constitute and appolnt PATIUCIA A. PRICI<, OR DAVID l'IlITZ, OR D!ANII .k. .HBDRICK, OR idlITB H. $IIIDBI!:llG, CHAIlLES J. AlII)llACCHIO, OR OLIVIA PHAIl, ALL IIIDIVIDUALLY of DUBUQUE IA :' ':,':.':' ,:::i .' .:_ ':':, .:', .' ..". .~':_ :,' . " ': ,: ::,:: " . . _ '. > '''_'' ,,0 _: ; _:: . . llt;trQ!o illJd laWftJ1Aito';"y($).lnCF~ ~Ih power anditu\hority herebyconlarr811to ~Igl), seal.and eXBoute.jnltS lJehellil~ la'l\'fllI#oIldS, U"d~kln~e~~owerObli!l"ioryi"sIl'tJmentscl simlh!r nelure as follows: . ~~an" . A~.)., J~nds .. ..... .. ..' .. ........ .... ..... .... and 10 bittdUlollTEO.FU1<I. &'CASUAtTY COMPANYlhereby eS fully arid 10 Ihesamll .extent. as il such Insltumenls were.igflad by !fie. . duly authOrized officers 01 UNITED FIRE & CASUAl; TY COMPANY and elllhe acts 01 said Attorney, pursuanllo the authority heraby glv<ln~r.herebYl'!\tifi!ldan4.confirmed. .. .. .... ... .... ..... . .. ... .' CA$U~~ec~iJ~e~!>y~.~I'j;C~tinuOUSllr:~ shallrema;n in Nil 10rcerdeff~unW;"""kid bYUN!1"gD\IRE & ... .Tl!i.s power ofAItQ~is mIl.de l,~d~Ul.d p~~ua~ttoand byeuihOrlty ?r IhefO~ng~Y.Lawduly ado~bY Boerdol (}i"l;lmqfll1eCol1)l>8nyi)nAprll.18;:1117~i '.' . '.'. ....... ...., ..... ...... . ., . ". "... "Article V - surety Bonds and undertakings"" Section 2, Appointment 01 Attorney-in-Fact. "The Presidenl or any Vice President, or any olher ollicer 01 the Company may, frofllllme 10 ~me, appoint by written certlficales attorneys-in-fact to actin behalf ollhe Compal1Y in Ih.e execution q)!,olicie.; o! . jn.s,ur8nl'8,b(\n~'Hnderta/(lngs and oIher obllgalory Instruments 01 like nature. The slgnalure o(any officer euihori~herebY, ...... . jjrnHllecC\tporote.sasl,Il1JIY be affixed by lacsimilelo any power of attorney or special power ofattol1ley otce!tlfic8tJon Of . . !lltherauthorizeo h~ebY; S~ch signature and seal, when so usad, being edopted by Ihe ComJl"nYas.theoriQinal signalflrepf .u.9~<'ffieer.andlh..otigin.oJ seal 01 Ihe Company, 10 be valid and binding upon the Company wnh thesamB foroeande!fecfas ... l.hq99h)'tlanijI,IIY affl~ad. . Such attorneys-in fect, subjecllo the IImllations set lorth in Ihelr resp~rvec..rtificat~ Of.~orll>'. . . shalltiave !uli power to bind Ihe Company by thalr signature and llX8CU!ion 01 any such instrumenlt; and to atlaehthe seel 01 the Company thereto. The President or any Vice President, the Board 01 Directors or any other officer 01 Ihe Company may at . ery lime.rBUJlke allpt1Wer.and authority previously given to any attomey-In-fact. . . (I IN WiTNeSS WHEREOF, the UNITED FIRE & CASUALTY COMPANY has causetl thesa presenlslo be signed by ftS vice preSident end ~s corporale seal to be hereto affixed this 11th <lay of FeIlruary, 2005 1m UNITED FIRE & CASUALTY COMPANY Z By 4?f ({ ~ Viee Presld.nt State ~'~,901!!1tY 01;Liri6, $J: . "-'. .. ". '.'" --'. ... . ..'..... .' "'.o'n.': l.i;~li."~'y,'-ot-::~~tuai:,),::~pps, before me p.rsonal.~y came Ran~y A. ilalll.o'- __':" '.. :::, "';, to me~, W\'9 tl"'nll by me dUly sworn, did deposa end say; Ihat he resides in Cedar Rapids, SIele'lf io;va: Ihel hl!".aVIC" .. . President anhil UNITEO FIRE & .CASUAL TY COMPANY, the corporation described in and which execuledthe abo1/8 InStrument that he knows Ihe seal 01 said corporalion; that the seal affixed to.'~e said insltumenl is such corporale seal; th~ it was so affiXed pursuant I.'t.aulhO. .,.r.. ity... given.~.y li1..... 80....". rd...ql.D. if. e..l1I...ors....... 9...f.. S81.... d co......rp.o.....rat.io.. "... a.hd that h~.Si9"ed....;.nis..".....m. ..~.I~ ,.,1.' ..e.rr~~~~.. ~ ...UU...f$ TS.....tu. ant..tloO..II.~.. ...a auih;>utho....... .~ riity. ,and' acknOwledgeS same 19 be lhe .ctan~d~of said corpC~rQn. .... vYYi"\~~. . . . .1'.' MrptELLE~~N.. .. ... ...... .. . .. ... . ....." c~""" j".....~ 704?4J "Nolary P\,bll~ . .. .... . ~. .. MYCOY!ilIS"ONIX~I.Et My ""mml3slon expJres:07/14/2C1QS ow. 7-/4-(>1." I, I~" ul\il~gn~dofflcerof{"e I;JNiTEP FIRE & CASUAUY COMPANY(d9herllbyil'8r1ifythall havecornpareil the f9rll9OibllcpPYOI lt1eP9""eror Allprne,. .~d aflldi/vll,anlt tll~ "uPY oftll.. S\lCtiol1 pf 1I1e py.I.~ oh.i~ C9mpany.s setforfti in..I,d Po",,' of ~o::n.y, with Iha qRIGINALSClNflLji; IN THE}-tOME Of;F1CE OF SA1DCO,,1I'ANY, anfllhlit lj1es.ma are COITectJTllnScripls tl>!'re9liandJlf llle whOle aUhe s'.idoriginals, and thatlhe said.Pow.rof Attorney hss.n.61 baen Fell<)kedandis now in fUll lorce andelfect.. . , -,,, '. '_"'::":'. ,--c' ~. ....... ......,... -c, . ',.'''.'' "..: -'. .': ,:, ..' .:. .." "".'." _.C "'''-.', ..... ..._", -.........._<.:., .'.... In t"iitimonyWhereof I have hereLihtb subscribetl my name and affixed the corporale seal ollhe said Company this. 21 5t day 01 March 20 ..!l2-. fJ~ // %;/ $ecr~a~ ilOr,tPOO19Cl1l9+01 , .. BID PROPOSAL The bidder hereby certifies that they are the only person or persons interested in this proposal as principals; 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 understand 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 they 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: Addendum I Dated: Dated: Dated: 03-22-06 PRINCIPAL: McDermott Excavating Contractor 14407 Hwy 20 West Address Individual ( ) Partnership ( ) Corporation h) By: ~~-'Mc~ Signature 14407 Hwy 20 West City Iowa State 52003-9709 Zip Supervisor Title 03-23-06 Date Note: To be completed by out of State bidders. The State of does ( ) I does not ( ) utilize a percentage preference for in-state bidders. The amount of preference is percent. ,. . , CITY OF DUBUQUE, IOWA CUSTER I ALLISON HENDERSON PHASE II STORM SEWER CONSTRUCTION PROJECT CIP NO. 7201376 BID FORM NO. DESCRIPTION QUANTITY I DETENTION BASIN AND OVERFLOW PIPE 1 Erosion Control Measures During Construction 2 Excavation & Off Site Disposal 3 Topsoil- Strip, Stockpile, and Replace 4 Terra Seed - 2" Thickness S 4" Draintile, Inc.Valves, Fittings, Tie in and Chips 6 Tie into Existing Outlet Structure 7 Tie into Existing Manhole I Intake 8 24" RCP CL III wi Bedding & Compacted Granular Backfill 9 PC Concrete Sidewalk, 4", Construct 10 PC Concrete Access Ramp, Detectable 11 PC Concrete Curb and Gutter, 2.5', Construct wi ACC Patch 12 PC Concrete Pavement, (8") wi Curb & Dowels, Class "C" 13 Crushed Stone Base 14 Remove & Replace Exist. Elec. Conduit & Wiring - Inc. Handhole 15 Protect Exist. Hydrant 16 Traffic and Safety Control 1 LS 2390 CY 600 CY 4175 SY 660 LF 1 LS 5 EA 150 LF 320 SF 2 EA 120 LF 135 SY 65 Ton 1 LS 1 LS 1 LS UNIT PRICE i i I, I, I r TOTAL PRICE 850.00 $ 1 850.00 4.10 9 799.00 1.75 1 050.00 2.05 8 558.75 q.?S h 10S.00 310.00 310.00 310.00 1 550.00 35.40 5 310.00 4.86 1 555.20 505.00 1 010.00 19.30 2 316.00 48.30 6 520.50 16.00 1 040.00 2 905.00 2 905.00 250.00 250.00 3 570.00 3 570.00 Sub Total l~53 699.45' 1 I' " " 'I I 1 , I' , 1. I i r , .. -~---~-,.. -_._.._~.~..- -~--- _ _'_'.n___'. I STORM SEWER 1 Erosion Control Measures During Construction 1 Ls4 185.00 $ 4 185.00 2 Topsoil- Strip, Stockpile, and Replace 304 CY 4.10 1 246.4U 3 Terra Seed - 2" Thickness 1825 SY 2.05 3 741.25 4 Sodding 200 SY 3.75 750.00 5 Tie into Existing Junction Box 1.00 EA 945.00 945.00 6 Storm Sewer, 42" RCP, CL III wi Bedding 208 LF 62.61 13 022.88 7 Storm Sewer, 30" RCP, CL 111 wi Bedding 274 LF 59.20 16 220.80 8 Storm Sewer, 27" RCP, CL III wi Bedding & Compacted Granular Backfill 127 LF 105.12 13 350.24 9 Storm Sewer, 24" RCP, CL 111 wi Bedding & Compacted Granular Backfill 204 LF 48.64 9 922.56 10 Storm Sewer, 18" RCP, CL III wi Bedding & Compacted Granular Backfill 72 LF 41.62 2 996.64 11 Storm Sewer, 15" RCP, CL 111 wi Bedding & Compacted Granular Backfill 40.5 LF 30 35 1 229.18 12 Storm Sewer, 6" PVC Schedule 40 23 LF 14.80 340.40 13 72" Dia. Manhote Base wi Bedding 2 EA 495.00 990.00 14 72" Dia. Manhole Sidewall 20.9 VF 295.00 6 165.50 15 72" Dia. Manhole Flat top wi Casting 2 EA 786.96 1 573.92 16 50" Dia. Manhole Base wi Bedding 2 EA 415.00 830.00 17 60" Dia. Manhole Sidewall 20.9 VF ??Q 00 II 7RF, 10 18 48" Dia. Manhoie Base wi Bedding & Compacted Granular Backfill 1 EA ?10 00 ?10.00 19 48" Dia. Manhole Sidewall wi Bedding & Compacted Granular Backfill 17.7 VF 168.00 2 973.60 20 Manhole Frame and Cover 3 EA 385.00 1 155.00 21 Intake 101-C Special wi Bedding & Compacted Granular Backfill 1 EA2 310.00 2 310.00 22 Intake 101-B wi Bedding & Compacted Granular Backfill 2 EA 1 952.00 3 904.00 23 Area Drain - Complete 1 LS 553.00 ')')3.00 24 Abandon Existing Storm & Structures 68.5 CY 150.50 10309.25' 25 PC Concrete Sidewalk, 4". Construct 960 SF 4.75 4 ')F,O 00 26 PC Concrete Access Ramp, Detectable 2 EA 565.00 1 130.00 27 PC Concrete Commercial Drive, Type "A", ~ Construct 26 SY 62.30 1 619.80 28 PC Concrete Curt> and Gutter, 2.5', Construct 294 LF 16.75 4 924.50 29 HMA 300k, S, 1/2" (PG 70-34) 77 Ton 84.90 6 ')37.30' 30 HMA 300k, t, 1/2" (PG 64-22) 139 Ton 84.90 11 R01 10 31 Crushed Stone Base 325 Ton 16.00 S ?OO 00 32 Remove & Replace Exist. Elec. Conduit & Wiring - Inc. Handhole 1 LS 2 905.00 7 90S 00 33 Shoring Design & Installation (for Ex. Light) 1 LS 3 120.00 3 1 70 00 34 Traffic and Safety Control 1 LS 9 588.00 ~15~ ~~~.~~ Sub Total TOTAL BID $g08 795.87 .... ." BID BOND KNOWN ALL MEN BY THESE PRESENTS, that we, McDermott Excavating Dubuque. IA , as Principal, and Merchants Bonding Company (Mutual) as Surety, are held and firmly bound unto the City of Dubuque hereinafter called "Municipality", in the penal sum of 10% of Total Bid in lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, and successors, jointly and severally, firmly by these presents. The condition of this obligation is such that whereas the Principal has submitted the accompanying bid, dated 3/23 , 2006, for the Custer Allison Henderson Phase II Storm Sewer and Grading for Detention Basin NOW, THEREFORE, if the Principal shall not withdraw said bid within the period specified therein during the opening of same, or if no period specified, within thirty (30) days after said opening, and shall within the period specified therefor, or, if no period be specified, within seven (7) days after the prescribed forms are presented to him for signature, enter into a written contract with the Municipality, in accordance with the bid as accepted, and give bond with good and SJ,!fficient surety or sureties, as may be required for the faithful performance and proper fulfillment of such contract, then the above obligation shall be void and of no effect, otherwise to remain in full force and virtue. By virtue of statutory authority, the full amount of this bid bond shall be forfeited to the Municipality in liquidations of damages sustained in the event that the aforedescribed bidder, Principal, fails to execute the contract and provide the bond as provided in the specifications or by law. IN WITNESS WHEREOF, the above bounden parties have executed this instrument under their several seals this 23rd day of March , 2006 the name and corporate seal of each corporate party being hereto affixed and these presents duly signed by its undersigned representative pursuant to authority of its governing body. Date: 3/23/06 McDermott Excavating Principal ..!4.-- By ~ c:. 1'Yzjl ~j Date: 1/21/06 Merchants Bonding SOmpany (Mutual) ./' I SuretV ! ~ By _;eeA>~ ~ ~ Attorney-In-Fact , Merchants Bonding Company (Mutual) POWER OF ATTORNEY Bond No. Know AU Persons By These Presents, that the MERCHANTS BONDING COMPANY (MUTUAL), a corporation duly organized under the laws of the State of Iowa, and having its principal office in the City of Des Moines, County of Polk, State of Iowa, hath made, constituted and appointed, and does by these presents make, constitute and appoint J. Allen Wallis III, Fred 1. Kunnert, Jerry L Price of Dubuque and State of Iowa its true and lawful Attorney.in-Fact, with full power and authority hereby conferred in its name, place and stead, to sign, execute, acknowledge and deliver in its behalf as surety any and all bonds, undertakings, recognizances or other written obligations in the nature thereof, subject to the limitation that any such instrument shall not exceed the amount of: THREE MILLION ($3,000,000.00) DOLLARS and to bind the MERCHANTS BONDING COMPANY (MUTUAL) thereby as fully and to the same extent as if such bond or undertaking was signed by the duly authorized officers of the MERCHANTS BONDING COMPANY (MUTUAL), and all the acts of said Attorney-in-Fact, pursuant to the authority herein given, are hereby ratified and confirmed. This Power-of-Attorney is made and executed pursuant to and by authority of the following Amended Substituted and Restated By- Laws adopted by the Board of Directors of the MERCHANTS BONDING COMPANY (MUTUAL) on November 16, 2002. ARTICLE 11, SECTION 8 - The Chainnan of the Board or President or any Vice President or Secretary shall have power and authority to appoint Attorneys.in-Fact, and to authorize them to execute on behalf of the Company, and attach the Seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof. ARTICLE II, SECTION 9 - The signature of any authorized officer and the Seal of the Company may be affixed by facsimile to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed. In Witness Whereof, MERCHANTS BONDING COMPANY (MUTUAL) has caused these presents to be signed by its President and its corporate seal to be hereto affIxed, this 1st day of January, 2003. ......... .. "G CO.. ...~~~.......~.I>... . ...~..~\\PO<9..;...,,-S-.. ..C,,:j ...,.......~. .c.,..;;e: tf\. .t-:_ -0- 0:-. .%' '3: .4'.. 1933 .:: ....._. .c::. .-......... '::"Y. .v~. .:,.~. ... :lit..... "'\:\~.. .. {::{ . ....... STATE OF IOWA COUNTY OF POLK 55. MERCHANTS BONDING COMPANY (MUTUAL) ~~7~ President On this 1st day of January, 2003, before me appeared Larry Taylor, to me personally known, who being by me duly sworn did say that he is President of the MERCHANTS BONDING COMPANY (MUTUAL), the COI'pOration described in the foregoing instrument, and that the Seal affixed to the said instrument is the Corporate Seal of the said Corporation and that the said instrument was signed and sealed in behalf of said Corporation by authority of its Board of Directors. In Testimony Whereof, I have hereunto set my hand and affixed my Official Seal at the City of Des Moines, Iowa, the day and year first above written. @ CINDY SMYTH Q:nnissicn~~ 1Io\'0nnis!iaI Elq:i.... Mln:h 16, 2006 STATE OF IOWA COUNTY OF POLK S5. 01,~w. I, William Warner, Jr., Secretary of the MERCHANTS BONDING COMPANY (MUTUAL), do hereby certify that the above and foregoing is a true and correct copy of the POWER-OF-ATTORNEY executed by s.aid MERCHANTS BONDING COMPANY (MUTUAL), which is still in full force and effect and has not been amended or revoked. In Witness Whereof, I have hereunto set my hand and affixed the seal of the Company on this 23rc1day of March, 2006 MSC 0814 (2/03) ....... .. \\G CO.. ..~()\...... '41,;. .....~..~"v.POti:;..~..;.. :c.,.:~ ~;'.~~ :~:_ -0- 0:-. . ""'. 1933 :~: .~_. .c::::-. .-'7;1:'. .'~. . ~. .~~. .. :lij,........~ .. ... * ... ...... ..v~~~, Secretary . /' BID PROPOSAL The bidder hereby certifies that they are the only person or persons interested in this proposal as principals; 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 understand 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 they 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: Addendum #1 Dated: Dated: Dated: 3/21/06 PRINCIPAL: Tschiggfrie Excavating Co Contractor 425 Julien Dubuque Address c Dubuque City By: ) Partnership ( ) Corporation (x) Iowa State 52003 Zip General Superinr.'nnpnt Title 1/:n/Oh Date Note: To be completed by out of State bidders. The State of does ( ) I does not ( ) utilize a percentage preference for in-state bidders. The amount of preference is percent. I STORM SEWER 1 Erosion Control Measures During Construction 2 Topsoil- Strip, Stockpile, and Replace 3 Terra Seed - 2" Thickness 4 Sodding 5 Tie into Existing Junction Box 6 Storm Sewer, 42" RCP, CL III wi Bedding 7 Storm Sewer, 30" RCP, CL III wI Bedding 8 Storm Sewer, 27" RCP, CL III wi Bedding & Compacted Granular Backfill 9 Storm Sewer, 24" RCP, CL III wi Bedding & Compacted Granular Backfill 10 Storm Sewer, 1sn Rep, CL III wI Bedding & Compacted Granular 8ackfiU 11 Storm Sewer, 15" RCP, CL III wi Bedding & Compacted Granular Backfill 12 Storm Sewer, 6" PVC Schedule 40 13 72" Dia. Manhole Base wi Bedding 14 72" Dia. Manhole SidewaD 15 72" Dia. Manhole Flat top wi Casting 16 60" Dia. Manhole Base wi Bedding 17 60" Dia. Manhole Sidewall 18 48" Dia. Manhole Base wI Bedding & Compacted Granular Backfill 19 48" Dia. Manhole Sidewall wI Bedding & Compacted Granular Backfill 20 Manhole Frame and Cover 21 Intake 101-C Special wi Bedding & Compacted Granular Backfill 22 Intake 101-B wi Bedding & Compacted Granular Backfill 23 Area Drain - Complete 24 Abandon Existing Storm & Sl1Uctures 25 PC Concrete Sidewalk, 4", Construct 26 PC Concrete Ar;cess Ramp, Detectable 27 PC Concrete Commercial Drive, Type "A", - Construct 28 PC Concrete Curb and Gutter, 2.5', Construct 29 HMA 3001<, S, 112" (PG 70-34) 30 HMA 300k, I, 112" (PG 64-22) 31 Crushed Stone Base 32 Remove & Replace Exist Elec. Conduit & Wiring - Inc. Handhole 33 Shoring Design & Installation (for Ex. Ught) 34 Traffic and Safety Control ~ 1 LS 304 CY 1825 SY 200 SY 1.00 EA 208.3 LF 273.6 LF 126.5 LF 204.4 LF 72 LF 40.5 LF 23 LF 2 EA 20.89 VF 2EA 2EA 20.89 VF 1 EA 17.68 VF 3 EA 1 EA 2EA 1 LS 68.5 CY 960 SF 2EA 26 SY 294 LF 77 Ton 139 Ton 325 Ton 1 LS 1 LS 1 LS TOTAL BID $1,750.00 $6.90 $5.15 $8.50 $346.00 $88.80 $48.45 $143.55 $73.90 $39.50 $38.10 $25.45 $635.00 $215.00 $745.00 $550.00 $177.00 $331.00 $142.00 $265.00 $1 ,935.00 $2,875.00 $1,060.00 $134.00 $3.45 $180.00 $44.70 $19.70 $96.00 $96.00 $12.40 $0.00 $2,500.00 $9,400.00 SUb Total $1,750.00 $2,097.60 $9,398.75 $1 ,700.00 $346.00 $18,496.15 $13,253.98 $18,159.08 $15,101.47 $2,844.00 $1,543.05 $585.35 $1,270.00 $4,491.35 $1,490.00 $1,100.00 $3,697.53 $331.00 $2,510.56 $795.00 $1,935.00 $5,750.00 $1,060.00 $9,179.00 $3,312.00 $360.00 $1,162.20 $5,791.80 $7,392.00 $13,344.00 $4,030.00 $0.00 $2,500.00 $9400.00 $166; 176861 ... S,~~.3,~~~lJ CITY OF DUBUQUE, IOWA CUSTER I AlLISON HENDERSON PHASE II STORM SEWER CONSTRUCTION PROJECT CIP NO. 7201376 BID FORM NO. DESCRIPTION UNIT QUANTITY PRICE I DETENTION BASIN AND OVERFLOW PIPE 1 Erosion Control Measures During Construction 2 Excavation & Off Site Disposal 3 Topsoil- Strip, StDcl<pile, and Replace 4 Terra Seed - 2" Thickness 5 4" Drainlile, Inc. Valves, Fittings, Tie in and Chips 6 Tie into Existing 0uUet S1rudure 7 Tie into Existing Manhole Ilntake e 24" RCP CL '" wi Bedding & Compacted Granular Backfill 9 PC Concrete Sidewalk, 4", Construct 1 0 PC Concrete Access Ramp, Detectable 11 PC Concrete Curb and Gutter, 2.5', Construct wi ACC Patch 12 PC Concrete Pavement, (8") wi Curb & Dowels, Class "C" 13 Crushed stone Base 14 Remove & Replace Exist EIec. Conduit & Wiring - Inc. HandhoIe 15 Protect Exist Hydrant 16 Traffic and Safety Control ...1 1 LS 2390 CY 600 CY 4175 SY 660 LF 1 LS 5EA 150 LF 320 SF 2EA 120 LF 135 SY 65 Ton 1 LS 1 LS 1 LS $822.00 $3.30 $3.60 $4.25 $8.00 $395.00 $695.00 $67.65 $3.45 $140.00 $35.75 $43.75 $13.25 $3,354.00 $612.00 $3,500.00 Sub Total TOTAL PRICE $822.00 $7,887.00 $2,160.00 $17,743.75 $5,280.00 $395.00 $3,475.00 $10,147.50 $1,104.00 $280.00 $4,290.00 $5,906.25 $861.25 $3,354.00 $612.00 $3500.00 $67:817.75 .~ .. ~",-' .- ~_.> " BID BOND KNOWN ALL MEN BY THESE PRESENTS, that we Tschi,,,lfrie Excavating Co. as Principal (Contractor), andFidelity and Deposit Company of Mary,l8scEurety, are held and firmly bound unto the unto the City of Dubuque, Iowa (City), in the penal sum of - 10% of Amount Bid------- in lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, and successors, jointly and severally, firmly by these presents, The condition of this obligation is such that whereas the Principal has submitted the accompanying bid, dated 23rd day of March . 2006, for the Custer / Allison Henderson Phase II Storm Sewer Construction Project. NOW, THEREFORE, if the Principal shall not withdraw said bid within the period specified therein during the opening of same, or if no period specified. within thirty (30) days after said opening, and shall within the period specified therefore, if no period be specified, within seven (7) days after the prescribed forms are presented to him for signature, enter into a written contract with the Municipality, in accordance with the bid as accepted, and give bond with good and sufficient surety or sureties, as may be required for the faithful performance and proper fulfillment of such contract, then the above obligation shall be void and of no effect, othel"Nise to remain in full force and virtue. By virtue of statutory authority, the full amount of this bid bond shall be forfeited to the Municipality in liquidations oJ damages sustained in the event that the afore described bidder, Principal, fails to execute the contract and provide the bond as provided in the specifications or by law, IN WITNESS WHEREOF, the above bounden parties have executed this instrument under their several seals this 23rd day of March , 2006, the name and corporate seal of each corporate party being hereto affixed and these presents duly signed by its undersigned representative pursuant to authority of its governing body, PRINCIPAL: SURETY: Tschiggfrie Excavating Co. Sy: COp j~~ () Signature 4 t/fJ Title Fidelity and Deposit Company of Surety Company Maryland Sy: , j\"'fdJ--',~dlux"e" Signature) \ '7 Nancy D. Schwarz Attorney-in-Fact Title March 23, 2006 Date March 23, 2006 Date Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND KNOW ALL MEN BY THESE PRESENTS: Thalthe FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a corporation of the State of Maryland, by THEODORE G. MARTINEZ, Vice President, and GREGORY E. MURRAY, Assistant Secretary, in pursuance of authority granted by Article VI, Section 2, of the By-Law' id Company, which are set forth on the reverse side hereof and arc hereby certified to he in full force and ell ~ 1 'b dJi >reor, docs hereby nominate, constitute and appoint F, Melvyn HRUBETZ, Joyce O. HE E S, Nancy D. SCHWARZ and Patrick K. DUFF, all of Des Moines, low ~~ 3 f torney-m-Fact, to make, execute, seal and delIver, for, and on its bcha 0' ~lS ~~Il and all bonds and undertakings, and the executIOn orE' uch d{J 10 S r' &lJf\hesc presents, shall be as bindmg upon said Company, as tully a~d ampl tQ:illt(I{lj ur . t een duly executed and acknowledged by the regularly elected of - . Cbhi n~1 . f ore, Md., In their own proper persons. This power or attorney revokes thaI issued '. of ~ . Z, Joyce O. HERBERT, Mark E. KEAIRNES, Nancy D. SCHWARZ, MelIssa L. EY ANS, ~rF!')~'UilNM' ed AprIl I 1,2003. The said Assistant ~r~ does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article VI, Section 2, of the By-Laws of said Company, and is now in force. IN WITNESS WHEREOF, the said Vice-President and Assistant Secretary have hereunto suhscrihed their names and affixed Ihe Corporate Seal of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 24th day of February, A.D. 2005. ATTEST: FIDELITY AND DEPOSIT COMPANY OF MARYLAND /7. .. C ;;'1 L=f'-?j7;- , '/11-'-6 I - ~/ _/ ~'~ ~7?~t(?(? ;;v" I'VJi/ibe..f}/1 I By: Grew)!}' E. Murray Assistant Secreta!}' Theodore G. Martine::. State of Maryland } s .. City of Baltimore . s. On this 24th day of February, A.D. 2005, he fore the suhscriher, a Notary Public of the Slale of Maryland, duly commissioned and qualified, came THEODORE G. MARTINEZ, Vice President, and GREGORY E. MURRAY, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution or the same, and heing hy me duly sworn, severally and each for himself deposeth and saith, that they are the said oflicers of the Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and that the said Corporate Seal and their signatures as such officers were duly affixed and subscribed to the said instrument hy the authority and direction of the said Corporation. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. \,\\11.11111/11, e,;~,i:~6~1 ,;,);;:~);:~,:;\"" /' .. /") 1'~.-o-T'-r.,j'JA/^JJ:___ L____L Constance A. Dunn Nofw}' Puhlic My Commission Expires: July 14,2007 POA-F 088-6895 " EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND "Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice-President, or any of the Senior Vice-Presidents or Vice-Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or anyone of the Assistant Secretaries, to appoint Resident Vice-Presidents, Assistant Vice-Presidents and Attorneys-in-Fact as the business of the Company may require. or to authorize any person Of persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations. policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,...and to aftix the seal of the Company thereto." CERTIFICATE !, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do herehy certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that the Vice-President who executed the said Power of Attorney was one of the addilional Vice-Presidents specially authorized by the Board of Directors to appoint any Attorney-in-Fact as provided in Article VI, Seetion 2, of the By-Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a mccting duly callcd and hcld on the 10th day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduccd seal of the company and facsimile or mechanically reproduced signature of any Vice-President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall bc v<llid and binding upon the Company with the same force and effect as though manually aftixed." IN TESTIMONY WHEREOF, I have hereunto suhscribed my name and affixed the corporate seal of the said Company. this 23rd day of March 2006 ASS;S/WIISccr('/(In BID PROPOSAL The bidder hereby certifies that they are the only person or persons interested in this proposal as principals; 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 understand 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 they 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: )JtYi~i IvD...liV\ ;tI.. I Dated: /L1A>C..cH 2./ 2..-00 <0 Dated: Dated: PRINCIPAL: .\J' . . / c ->Tl.4Jlt1Z, Ccr'.s J1(~-n . rJ , lAIc. Contractor . Indiv,idual ( ~) .) 2 I (4 sT d -rh. -'5veEE-r- Address '~JI~~ ,.II...( 0e-' City / (j ,.v /4" State S2-00 I Zip By:, 8> i' .5 I D~7V"--' Title ;l.1A:,alf 22", 2.-00~ Date Note: To be completed by out of State bidders. The State of does ( ) / does not ( ) utilize a percentage preference for in-state bidders. The amount of preference is percent. CITY OF DUBUQUE, IOWA CUSTER I AlLISON HENDERSON PHASE II STORM SEWER CONSTRUCTION PROJECT CIP NO. 7201376 BID FORM NO. DESCRIPTION UNIT QUANTITY PRICE I DETENTION BASIN AND OVERFLOW PIPE 1 Erosion Control Measures During Construction 2 Excavation & Off Site Disposal 3 Topsoil- Strip, Stockpile, and Replace 4 Terra Seed - 2" Thickness 5 4" Draintile, Inc.valves, Fittings, Tie In and Chips 6 Tie into Existing Outlet Structure 7 Tie into Existing Manhole I Intake 8 24" RCP CL III wI Bedding & Compacted Granular Backfill g PC Concrete Sidewalk, 4", Construct 10 PC Concrete Access Ramp, Detectable 11 PC Concrete Curb and Gutter, 2.5', Construct wi ACC Patch 12 PC Concrete Pavement, (8") wI Curb & Dowels, Class "C" 13 Crushed Stone Base 14 Remove & Replace Exist. Elec. Conduit & Wiring - Inc. Handhole 15 Protect Exist. Hydrant 16 Traffic and Safety Control 1 LS /,/00 ~ 2390 CY 5, C'" 600 CY Z.7, 4175 SY -"/.l" 660 LF e ,.' 1 LS 3<'0.'" 5 EA 3e0, <:(, 150 LF &."12- 320 SF 1. ", 2 EA SZ1:>"" 120 LF 33. so 135 SY 1"5."" 65 Ton 1I,9Z. 1 LS 4,18'1,CO 1 LS .2. 00<'> 1 LS 3. S-OO, ';0 Sub Total TOTAl PRICE iI;, 100. .:.9- 1'1. fl.-a, ,<> 1,6Su,c:" 17. 743 7, ...".J. Zgo, co Seo,":'(,' 1,:;00, q, 13, Ceo"' I.~'fo. Co> i. DO...), ...0 4. Oz.'" ", L 07.s- <,;0.... '171. '8'-' 4.1 67, '0 .l~c:.J, ~'~) 3500. ~,., 161'. 900.5"' I I STORM SEWER 1 Erosion Control Measures During Construction 1 LS aG. c< ...5Z:tJ. c..J 2 Topsoil- Strip, Stockpile, and Replace 304 CY 2.7S' 83",'0 3 Terra Seed - 2" Thickness 1825 SY 3~' 1oc'8 C(J ., , . 4 Sodding 200 SY 8. >-0 I. leo. '" 5 Tie into Existing Junction Box 1.00 EA ~ OeD, 00 I.rOO(':>,oo 6 Storm Sewer, 42" RCP, CL III wi Bedding 208 LF /o.f'.>' 21. "} fJ-1. 4'" 7 Storm Sewer, 30" RCP, CL III wi Bedding 274 LF 70.~ 'oa"1M> ~~ <'->P . 8 Storm Sewer, 27" RCP, CL III wi Bedding & Compacted Granular Backfill 127 LF I 71. c~ 25.z-7, cn 9 Storm Sewer, 24" RCP, CL ill wi Bedding & Compacted Granular Backfill 204 LF ~,1.2~ 12 :-:>-0/. ' 2- 10 Storm Sewer, 18" RCP, CL III wi Bedding & Compacted Granular Backfill 72 LF 4'f. 10 3'/75-' ~ 11 Storm Sewer, 15" RCP, CL III wi Bedding & Compacted Granular Backfill 40.5 LF 31.5~ "'6." 2. 18 12 Storm Sewer, 6" PVC Schedule 40 23 LF .31. " 12- fl. &~,. 13 72" Dia. Manhole Base wi Bedding 2 EA 7SlJ,." /'50'.), cc- 14 72" Dia. Manhole Sidewall 20.9 VF IVG. "'" 4. o'1s:,-u 15 72" Dia. Manhole Fiat top wi Casting 2 EA t,25'."" I, 2- S<:. .,. 16 60" Dia. Manhole Base wi Bedding 2 EA hZ-S.- I 2- 5-0. (;'0 17 60" Dia. Manhole Sidewall 20.9 VF 180,:0" 3 {? (-,6. so> 18 48" Dia. Manhole Base wi Bedding & Compacted Granular Backfill 1 EA 1n," 11Q. DO 19 48" Dia. Manhole Sidewall wi Bedding & Compacted Granular Backfill 17.7 VF tifI. DC I, s 7 S'. J" 20 Manhole Frame and Cover 3 EA 21v+' D_ 7"t2.~v 21 Intake 1 01-C Special wi Bedding & Compacted Granular Backfill 1 EA 2 Z <;b..- 2.250,<:1" 22 Intake 101.B wi Bedding & Compacted Granular Backfill 2 EA ...? 0 00 '-u 4. 0 Ci,)~..J.) 23 Area Drain - Complete 1 LS 1 oe, ~.~) '7 0(\ c~' 24 Abandon Existing Storm & Structures 68.5 CY 113,'. 7,'7~7.'''' 25 PC Concrete Sidewalk, 4", Construct 960 SF 1. -TS' -1; 5i.o. ,n 26 PC Concrete Access Ramp, Detectable 2 EA c,5C- co 1.3"'0 ,..' 27 PC Concrete Commercial Drive, Type "A", - Construct 26 SY 51.51> I, 337. 0.' 28 PC Concrete Curb and Gutter, 2.5', Construct 294 LF /~(,oC> 1.,4,10. <., 29 HMA 300k, S, 1/2" (PG 70-34) 77 Ton ''It.1s 'Z 4+'1'S' 30 HMA 300k, I, 1/2" (PG 64-22) 139 Ton 'lL.lS / 3. 441. t, 31 Crushed Stone Base 325 Ton 13. .. 1: Z'it su 32 Remove & Replace Exist. Elec. Conduit & Wiring - Inc. Handhole 1 LS ~."w SC(!'C 33 Shoring Design & Installation (for Ex. Light) 1 LS li. SOO, "" 8 SVo ' , 34 Traffic and Safety Control 1 LS ID, ZOc...'J, c.O 10 Z oi'. C(J SubTotal $f18;.S31.9J.-1 TOTAL BID -'2'3.432. 471 BID BOND I I I I KNOWN ALL MEN BY THESE PRESENTS, that we W.C. Stewart Construction, Inc. as Principal (Contractor), and United Fire & Casualty Company , as Surety, are held and firmly bound unto the unto the City of Dubuque, Iowa (City), in the penal sum of.:}eh Percent of the Total ,Rid in lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, and successors, jointly and severally, firmly by these presents. The condition of this obligation is such that whereas the Principal has submitted the accompanying bid, dated 21st day of March , 2006, for the Custer I Allison Henderson Phase II Storm Sewer Construction Project. NOW, THEREFORE, if the Principal shall not withdraw said bid within the period specified therein during the opening of same, or if no period specified, within thirty (30) days after said opening, and shall within the period specified therefore, if no period be specified, within seven (7) days after the prescribed forms are presented to him for signature, enter into a written contract with the Municipality, in accordance with the bid as accepted, and give bond with good and sufficient surety or sureties, as may be required for the faithful performance and proper fulfillment of such contract, then the above obligation shall be void and of no effect, otherwise to remain in full force and virtue. By virtue of statutory authority, the full amount of this bid bond shall be forfeited to the Municipality in liquidations of damages sustained in the event that the afore described bidder, Principal, fails to execute the contract and provide the bond as provided in the specifications or by law. IN WITNESS WHEREOF, the above bounden parties have executed this instrument under their several seals this 21st day of March , 2006, the name and corporate seal of each corporate party being hereto affixed and these presents duly signed by its undersigned representative pursuant to authority of its governing body. PRINCIPAL: SURETY: J W.C. Stewart Construction, Inc. con!r ctor /) By: c_l ~ Signat e t;-), . ~ l"3: /Dc7V ,- Title By: Company ~ 1 Scott A. DeSousa, Attornev-in-Fact Title /v1f\7ZU+ 2? 2.;00(" . Date 3/21/2006 Date UNITED FIRE & CASUAL TV COMPANY HOME OFFICE - CEDAR RAPIDS, IOWA CERTIFIED COPY OF POWER OF ATTORNEY (Original on file at Home Office of Company - See Certification) KNPWALL MEN ElY THESE PRESENTS, That the UNITED FIRE & CASUALTY COMPANY, a corporation duly organized and existing under the laws of the State of Iowa, and having its principal office in Cedar Rapids, State of Iowa, does make, constitute and appoint ROBERT J. MILLER, OR TERRANCE J. FRIEDMAN,OR SCOTT A. DESOUSA, ALL INDIVIDUALLY of DUBUQU~ IA its true and lawful Attorney( s}-in-Fact with power and authority hereby conferred to sign, seal and execute in its behalf all lawful bonds, undertakings and other obligatory instruments of similar nature as follows: Any and All Bonds and to bind UNITED FIRE 8, cASiJAL TV COMPANY thereby as fully and to the same extent as if such instruments were signed bY the duly authorized officers of UNITED FIRE & CASUAL TV COMPANY and all the acts of said Attorney, pursuant to the authority hereby given are hereby ratified and confirmed. The Authority hereby granted is continuous and shall remain in full force and effect until revoked by UNIT"D FIRE & CASUALTY COMPANY. This power of Attorney is made and executed pursuant to and by authority of the following By-Law duly adopted by Board of Directors of the GompanY on April 18, 197,3- "Article V - Surely Elonds and Undertakings" Section 2, AppOintment of Attorney-in-Fact. "The President. or any Vice President, or any ot.her officer of the Company may, from t.ime to t.ime, appoint by written certificat.es attorneys-in-fact. t.o act in behalf of the Company in the execution of policies of insYrance, bonds, Undertakings and other obligatory instruments of like nature. The signature of any officer authori;:ed hereby, and the Gorporate seal, may be affixed by facsimile to any power of attorney or special power of attorney Or certificatio~ of either authori;:ed hereby; sUch signature and seal, when so used, being adopted by the Company as the original signatyre of such officer and the original seal of the Company, to be valid and binding upon the Company with the same force and. eff~ct as though manually affixeq. Such attorneys-in fact, subject to the limitations set forth in their respective certificateS of authority shall have fyll power to bind the Company by their signature and execution of any such instruments and to attach the seal of the Company thereto. The President or any Vice President, the Board of Directors or any other officer of the Company may at any time revoke all power and authority previously given to any attomey-in-fact. ~ IN WITNESS WHEREOF, the UNITED FIRE & CASUALTY COMPANY has caused these presents to be s'gned by ~~~=\ ,ts v,ce president and Its corporate seal to be hereto affixed this 9th day of March, 2005 '; .iu: !J UNITED FIRE & CASUALTY COMPANY ,.~ It.~$ 42 .~"~ ~-1. /J; ~ A By --. r '1'. ~ Vice PresIdent state of IOwa, COunty of Linn, ss: On 9tl1 day of March, 2005, before me personally came Randy A. RamIo to me known, who being by me duly sworn, did depose and say; that he resides in Cedar Rapids, State of Iowa; that he is a Vice President. of the UNITED FIRE&CASUAL TY COMPANY, the corporation described in and which executed the above instrument that he knows the seal of said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to b" the act anqdeed of said corporation. ~~ ~ .~ 31,.' ,.MICHELl.EWlLSON i...... ~r. CO",,,..,oNNu,,.e. 70.. 4745 Notary Public .... .. MY COMM.IS$IQ~ EXPIRES My commission expires: 07/14/20M 0.... "7 P..H::!a I, the undersignedoffie"'r olthe UNITED FIRE & CASUALTY COMPANY, do hereby certify that I have compared the foregoing copy Of the Power ofAttorneYandaffidavit,and the copy of the Section of the by;laws o/.aid Company as set .forth in said Power Of AttorneY, with the ORIGINALS qN FILE INTHE HOM" OFFICE OF SAID COMpANY, and that the same are correct transcript. thereof, and of the whole of th<:! said originals, and that the said Power of All9r~ey has not !:leen revoked and is now in full force and effect. ~~1l :~i:estTI~nt'llhe~~~f ~tav~~f~hnto sUbscribe~6Y OEmeand affixed the corporate seal of the said Company ",a..AL ~i p f'~ ...... 4I:....~~ .~,.~ .. tV.#~ Secretary BONDOO19 0802 01 , BID PROPOSAL The bidder hereby certifies that they are the only person or persons interested in this proposal as principals; 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 understand 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 they 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: ~JJI!.t'\du~Y\ J. I Dated: 3- ?/- 6h Dated: Dated: PRINCIPAL: ~ <Dra.de Contractor bY.. (dV4 -i'J J Y\c. tD. -ArJY... I g/ Address Individual ( ) Partnership ( ) Corporation <Xi. -&;f LU Dr ..f.+1 Cit By ciflrJ Ji.{P Si nature pve-5. Title TDWA. State ~dO~S Zip 3-C{3- ()!P Date Note: To be completed by out of State bidders. The State of does ( ) / does not ( ) utilize a percentage preference for in-state bidders. The amount of preference is percent. I CITY OF DUBUQUE, IOWA CUSTER I ALLISON HENDERSON PHASE II STORM SEWER CONSTRUCTION PROJECT CIP NO. 7201376 BID FORM NO. DESCRIPTION UNIT QUANTITY PRICE I DETENTION BASIN AND OVERFLOW PIPE 1 Erosion Control Measures During Construction 2 Excavation & Off Site Disposal 3 Topsoil- Strip, Stockpile. and Replace 4 Terra Seed - 2" Thickness 5 4" Draintile, Inc.Valves, Fittings, Tie in and Chips 6 Tie into Existing Outlet Structure 7 Tie into Existing Manhole I Intake 8 24" RCP CL III wI Bedding & Compacted Granular Backfill 9 PC Concrete Sidewalk, 4", Construct 10 PC Concrete Access Ramp, Detectable 11 PC Concrete Curb and Gutter. 2.5', Construct wI ACC Patch 12 PC Concrete Pavement, (8") wI Curb & Dowels, Class "C" 13 Crushed Stone Base 14 Remove & Replace Exist. Elec. Conduit & Wiring - Inc. Handhole 15 Protect Exist. Hydrant 16 Traffic and Safety Control 1 LS /rY60 2390 CY ~ .lFJ 600 CY _ .~~ 4175 SY _ Lf ~ 660 LF 'I. ~) 1 LS IJrXJM "'" 5 EA 1,(Jf)- 150LF -43.'" 320 SF ""I. CIS 2 EA (~)('-' 120 LF I '6<><: 135 SY "10.50 I. "" 65 Ton / " """ 1 LS ,') ~crt" 1 LS 2{jJ"V 1 LS '7500'" Sub Total TOTAL PRICE l7U / 'ifXJ . / I 9:)(). ,~ 13.~(). "-' 171"'13.'1r "17 :?S. <'0 ",on. ""'" ;> (JDO. c>tJ (/150.= /3(~O."-' .L/Ol). ,,,-, 02/ u,() <'D 5</t/7. so /0<-;0.""" .?lsm."'-' . sS-O ~ SlJo ~ I t,l~5I~.;bf 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 I STORM SEWER Erosion Control Measures During Construction Topsoil - Strip, Stockpile, and Replace Terra Seed - 2" Thickness Soddin9 Tie into Existing Junction Box Storm Sewer, 42" RCP, CL III wi Bedding Storm Sewer, 30" RCP, CL ill wi Bedding Storm Sewer, 27" RCP, CL III wi Bedding & Compacted Granular Backfill Storm Sewer, 24" RCP, CL III wi Bedding & Compacted Granular Backfill Storm Sewer, 18" RCP, CL III wi Bedding & Compacted Granular Backfill Storm Sewer, 15" RCP, CL III wi Bedding & Compacted Granular Backfill Storm Sewer, 6" PVC Schedule 40 72" Dia. Manhol~ Base wi Bedding 72" Dia. Manhole Sidewall 72" Dia. Manhole Flat top wi Casting 60" Dia. Manhole Base wi Bedding 60" Dia. Manhole Sidewall 48" Dia. Manhole Base wi Bedding & Compacted Granular Backfill 48" Dia. Manhole Sidewall wi Bedding & Compacted Granular Backfill Manhole Frame and Cover Intake 1 01-C Special wi Bedding & Compacted Granular Backfill Intake 101-B wi Bedding & Compacted Granular Backfill Area Drain - Complete Abandon Existing Storm & Structures PC Concrete Sidewalk, 4", Construct PC Concrete Access Ramp, Detectable PC Concrete Commercial Drive, Type "A", - Construct PC Concrete Curb and Gutter, 2.5', Construct HMA 300k, S, 1/2" (PG 70-34) HMA 300k, I, 1/2" (PG 64-22) Crushed Stone Base Remove & Replace Exist. Elec. Conduit & Wiring - Inc. Handhole Shoring Design & Installation (for Ex. Light) Traffic and Safety Control C'<> 1 LS 1'1f()) 304 CY ;) ,.)5. 1825 SY C:;.I )- 200 SY <g. SD 1.00 EA 50.'). ao 208 LF &~, <><> 274 LF Sd, "'" 127 LF I ifS. ,", 204 LF -</1. 5 () 72 LF "');).().J 40.5 LF :..s'J. 50 23 LF -'15,0,';' ~ 2 EA I!fDO, CA, ~ 20.9 VF I "c>. 2 EA /".$ll. "" 2 EA /8U)~ 20.9 VF I q.O, U'tJ 1 EA / (') '>7), ,.., 17.7 VF . 9<1. "" 3 EA C?SO~ d> 1 EA '2,500 2 EA ;)J<j{Jl)- 1 LS I,,'SO..... 68.5 CY /:>D~ , 960 SF "'-I,~ 2 EA ,.;Jill"" 26 SY .ljO."~ 294 LF ~ 77 Ton 139 Ton 325 Ton~ 1LS~ 1 LS sruo 1 LS II OUO~ Sub Total TOTAL BID """ l80u / (o8f./.. ~ 93qg. '~ ~ I 700 " S()O"" 17 9/;). "14 /<ldd5 c"- c)l:3 -)fCb) . 3,0 q 70(, ~-~ .-? 7 "1'1 'Y /S'N.7:J J03J."'" 3<':'00,- 3'7tRO."'-o I,OD'''''' 3("'OO~ ;;; 9,)'/, ~,? ~ / () SO. - /tr,~/, 9~ 7SD"'O' :;;Sooo:- 5S'CXJ ~ 150"'" (? if1 05 ~ ./.}{) Sb- -<ov..... ~~~~ tonG" :: /,~S~: d S(/)- 5(ij:) ,":"! J/(}VO. ,K> In~143,"/1 18-<15 /91. ~(.I BID BOND KNOWN ALL MEN BY THESE PRESENTS, that we Top Grade Excavating, Inc. as Principal (Contractor), and North American Specia'!!y'lnsurance Company, as Surety, are held and firmly bound unto the unto the City of Dubuque, Iowa (City), in the penal sum of _ Ten Percent of Amount Bid (10%)-- in lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourseives, our heirs, executors, administrators, and successors, jointly and severally, firmly by these presents. The condition of this obligation is such that whereas the Principal has submitted the accompanying bid, dated 23rd day of March , 2006, for the Custer I Allison Henderson Phase II Storm Sewer Construction Project. NOW, THEREFORE, if the Principal shall not withdraw said bid within the period specified therein during the opening of same, or if no period specified, within thirty (30) days after said opening, and shall within the period specified therefore, if no period be specified, within seven (7) days after the prescribed forms are presented to him for signature, enter into a written contract with the Municipality, in accordance with the bid as accepted, and give bond with good and sufficient surety or sureties, as may be required for the faithful performance and proper fulfillment of such contract, then the above obligation shall be void and of no effect, otherwise to remain in full force and virtue. By virtue of statutory authority, the full amount of this bid bond shall be forfeited to the Municipality in liquidations of damages sustained in the event that the afore described bidder, Principal, fails to execute the contract and provide the bond as provided in the specifications or by law, IN WITNESS WHEREOF, the above bounden parties have executed this instrument under their several seals this 23rd day of Ma~ch , 2006, the name and corporate seal of each corporate party being hereto affixed and these presents duly signed by its undersigned representative pursuant to authority of its governing body. PRINCIPAL: SURETY: By: North American Specialty Insuranoe Company - Sureiy Company ---. ~ c~ By: Signa~U;e -. - -.-. - Dianne S. Riley, Attorney-in-Fact Title March 23, 2006 Date March 23, 2006 Date ----------- . . NAS SURETY GROUP NORTH AMERICAN SPECIALTY INSURANCE COMPANY WASHINGTON INTERNATIONAL INSURANCE COMPANY GENERAL POWER OF A TIORNEY KNOW ALL MEN BY THESE PRESENTS, THAT North American Specialty Insurance Company, a corporation duly organized and existing under laws ofthe State of New Hampshire, and having its principal office in the City of Manchester, New Hampshire, and Washington International Insurance Company, a corporation organized and existing under the laws of the State of Arizona and having its principal office in the City of ltasca, Ulinais, each does hereby make, constitute and appoint: JANET AL.ESSIO, JAY D, FREIERMUTH, CRAIG E. HANSEN, CLIFFORD W. AUGSPURGER, MARTHA LA THRUM, DIANNE S. RIL.EY, BRIAN M. DEIMERL y, CINDY BENNETT, and ANNE CROWNER. JOINTL. Y OR SEVERALL.Y Its true and lawful Attomey(s).in.Fact, to make, execute, seal and deliver, for and on its behalf and as its act and deed. bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies. as surety, on contracts of suretyship as are or may be required or pennitled by law, regulation, contract or othelWise, provided that no bond or undertaking or COntract or suretyship executed under this authority shall exceed the amount of; TEN MILUON (10,000,000,00) DOL.LARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both North American Specialty Insurance Company and Washington Internationallnsurance Company at meetings duly called and held on the 241h of March, 2000: "RESOLVED, that any two of the President, any Executive Vice President, any Vice President, any Assistant Vice President, the Secretary Of any Assistant Secretary be. and eacll or any of them hereby is authorized to execute a Power of Attorney qualil)ting the attorney named in the given Power of Attorney to execute on behalf of the Company bonds, undertakings and all contracts of surety, and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach Iherein the seal of the Company; and it is FURTHER RESOLVED, that ttle signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or fucsimile seal shall be binding upon the Company when so affix.ed and in the future with regard to any bond, undertaking or contract of surety to which it is attached," 1UIll11lUlJ ,d1l1""I<., ~'~"".un' 1~/e t14a- ~'~....,\OnAt ;:~,~ ",-S'.tl'"w'k'~"" '"5'-'''~''''' ..,~~ k ," _.'-"..l =.. ~\,~", By 1.i~ CORPORATE\,'1\~;. tl, "~1 sl....~.P.Arll..n_,r.-..ldlnI..CI&l.r~~~.lInO!l1cllrofW.ulpK'-IIJ..ltrnlllIoelllJnMlJ'.n.C!ComJHIn,,& - ,i~~ 11013 "-1~.'fI1 VlnPrrlh"nll>rN"rlhAm~.I~..Spcrl"t,IIIAlnllC'C'.IImpall' 1; SEAL Ii! ~":\"', ,"~" \:%.. \ "''''./ ~ I ~~~~r.~~ At. : <-4' ,.... ~-,-, ~,.' ~ltrfimll;Il\\I\\,~ By ~P("7~'--- ""..,..,~..""""" D.vltt M. LlI)'l1l.n. Vkll PrullIeqt olW.blnclolll.tun.tllNlllllu....nu comp.., .. Vito Prc:Adrnl ofN.I111 Amtncan SpecIally IlIlllnlQl:e C_pan)' IN WITNESS WHEREOF, North American Specialty Insurance Compan)' and Washington Intem8tionallnsurance Company have caused their official seals to be hereunto affixed, and these presents to be signed by their authorized officers this 10th day of November ,20Q!.. North American Specialty InsurDnce Company Washington International Insurance Company State of Illinois County of Du Page ss: On this JOth day of November . 20~. before me, a Notary Public personally appeared Steven P Anderson . President and CEO of Washington Intemationallnsurance Company and Vice President of North American Specialty Insurance Company and David M, Lavman , Vice President of Washington International Insurance Company and Vice Presidenl of North American Specialty Insurance Company, personally known to me, who being by me duly sworn, acknowledged Ihat they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act ~nd deed of their respective companies, "OFFIOAL SEAL" SUSAN ANSEl. ~OlolIYPWic,Sllt1eotmn. 1M Commit... exp...1t012OO1l J / L~__t~ Susan Ansel, Notary Public I, James A Camenter ,the duly elected Assistan-[SecretalV 0 North American Specialty Insurance Company and Washington International Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said North American Specialty Insurance Company and Washington International Insurance Company, which is still in full force and effect. IN WITNESS WHEREOF, I have set my hand and affixed the seals of the C'..ompanies this 23rdday of March ,2006 , ?fl"--'/Jy6~ J_^- ~tt. Vice Prll"dl:Dl4 Auiltonl Sei:maryorWullinJlon Inll'mOllllP~1 la_tl.'COlnpgny "- Nonll Amerlt.. Spt:doll)' lllill""",C Compaa)' ~ '. J BID PROPOSAL The bidder hereby certifies that they are the only person or persons interested in this proposal as principals; 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 understand 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 they 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, .&>" Dated: Dated: Dated: PRINCIPAL: Signat Ii' [::IIf) 1':,-./7 itle (' t!t' j) _,0.' l6o:",/f Address !?z)S:/1- ""ZA City SOl jl} ~L /)1./ ./;~ ~,/A 'f/A){-' f; &/( , Contractor Individual ( ) Partnership ( ) Corporation kn By: -- LA State ?/C7 /00 D;;rte / .;5cl'j& t5' Zip Note: To be completed by out of State bidders, The State of does ( ) / does not ( ) utilize a percentage preference for in-state bidders, The amount of preference is percent. , STORM SEWER 1 Erosion Control M08SUres During Construction 2 Topsoil- Strip, Stockpile, and Replace 3 Terra Seed - 7 Thickness 4 Sodding 5 Tie into Existing Junction Box 6 S1Drm Sewer, 47 RCP, CL III wi Bedding 7 S1Drm Sewer, scr RCP, CL III wi Bedding B S1Drm Sewer, 'E" RCP, CL III wi Bedding & Compacted Granular Backfill 9 Storm Sewer, 24" RCP, CL III wi Bedding & Compacted Granular Backfill 10 S1Drm Sewer, 18" RCP, CL III wi Bedding & Compacted Granuler Backfill 11 S1Drm Sewer, 15" RCP, CL III wi Bedding & Compacted Granular Backfill 12 Storm SlIWtIr, B" PVC Schedule 40 13 7Z' Die. Manhole Base wi Bedding 14 7Z' Die. Manhole Sidewall 15 77' Die. Manhole Flat top wi Casting 16 60" Dia. Manhole Ba.. wi Bedding 17 60" Dia. Manhole Sidewall 18 48" Dia. Manhole B_ wi Bedding & Compacted Granular Backfill 19 48" Dia. Manhole Sidewall wi Bedding & Compacted Granular Backfill 20 Manhole Frame and Cover 21 Intake 1 01-C Special wi Bedding & Compacted Granuler Backfill 22 Intake 1 01-B wi Bedding & Compacted Granular Backfill 23 Area Drain - Complete 24 Abandon Exieling S1Drm & S1ructuree 25 PC Concrete Sidewalk, 4", Construct 2B PC Concrete Access Ramp, Deleclable 27 PC Concrete Commerciel Drive, Type "A", - Construct 28 PC Concrete Curb and Guller, 2.5', Construct 29 HMA 3OOk, S, 1/2" (PG 70-34) 30 HMA 3OOk, I, lIZ' (PG 64-22) 31 Crushed Stone Base 32 Remove & RepIece Exist. EIec. Condu~ & Wiring - Inc. Handhole 33 Shoring Deaign & 11l$18llation (for Ex. Light) 34 Traffic and Safety Control 1 LS 304 CY 1825 SY 200 SY 1.00 EA 208 LF 274 LF 127 LF 204 LF 72 LF 40.5 LF 23 LF 2EA 20.9 VF 2EA 2EA 20.9 VF 1 EA 17.7 VF 3EA 1 EA 2 EA 1 LS 68.5 CY 960 SF 2EA 2B SY 294 LF 77 Ton 139 Ton 325 Ton 1 LS 1 LS 1 LS TOTAl BID $2,000.00 $10.00 $4.00 $10.50 $1,500.00 $78.50 $51.75 $155.00 $96.00 $55.00 $95.00 $44.00 $ 3,520.00 $175.00 $700.00 $2,800.00 $120.00 $5,900.00 $272.00 $240.00 $2,650.00 $3,270.00 $500.00 $100.00 $4.00 $800.00 $55.00 $15.00 $100.00 $100.00 $18.00 $1.00 $9,500.00 $17,400.00 Sub Total #7 ft d!z~ $2,000.00 $3,040.00 $7,300.00 $2,100.00 $1,500.00 $18,351.55 ~ $14,179.50 $19,685.00 $19,584.00 $3,960.00 $3,442.50 $1,012.00 $7,040.00 $3,657.50 $1,400.00 $5,800.00 $2,508.00 $5,900.00 $4,814.40 $720.00 $2,650.00 $6,540.00 $500.00 $6,650.00 $3,840.00 $1,200.00 $1,430.00 $4,410.00 $7,700.00 $13,900.00 $5,650.00 $1.00 $9,500.00 $17,400.00 $207,565.45 I $324,212.95 I I? ~ )) 6 , . CITY OF DUBUQUE, IOWA CUSTER I ALLISON HENDERSON PHASE II STORM SEWER CONSTRUCTION PROJECT CIP NO. 7201378 BID FORM DETENTION BASIN AND OVERFLOW PIPE 1 Erosion Control Measures During Construction 2 Excavation & Off Site Disposal 3 Topsoil- Strip, Stookpile, and Replace 4 T errs Seed - 2" Thickr1eS6 5 4" Draintile, IncValves, Fittings, rIEl in and Chips 6 rIEl into Existing Outlet Structure 7 Tie into Existing Manhole I Intake 8 24" RCP CL III wi Bedding & Compacted Granular Backfill 9 PC Concrete Sidewalk, 4", Construct 10 PC Concrete Access Ramp, Detectable 11 PC Concrete Curb and Gutter, 2.5', Construct wi ACC Patch 12 PC Concrete Pavement, (8") wi Curb & Dowela, CI_ "C" 13 Crushed Stone Base 14 Remove & Replace Exist EIec. Condu~ & Wiring - Inc. Handhole 15 Protect Exist. Hydrant 16 Traffic and Safety Control UNIT TOTAL QUANTITY PRICE PRICE 1 LS $1 ,000.00 $1 ,000.00 2390 CY $8.25 $19,717.50 600 CY $5.75 $3.450.00 4175 SY $5.60 $23,360.00 660 LF $8.25 $5,445.00 1 LS $1.200.00 $1 ,200.00 5EA $850.00 $4.250.00 150 LF $78.00 $11.700.00 320 SF $4.00 $1 ,260.00 2EA $800.00 $1 ,200.00 120 LF $250.00 $30,000.00 135 SY $25.00 $3.375.00 65 Ton $20.00 $1.300.00 1 LS $2,850.00 $2.850.00 1 LS $500.00 $500.00 1 LS $6.000.00 $6.000.00 SUb Total $116.647.50 I NO. DESCRIPTION P / / /2 // ~k/;!. /I~ !ij~ / // ;/ J)~' . .' " f BID BOND KNOWN ALL MEN BY THESE PRESENTS. that we McClain Excavating Company. Inc. as Principal (Contractor), and The Ohio Casualty Insurance Company ,as Surety, are held and firmly bound unto the unto the City of Dubuque, Iowa (City), in the penal sum of _ (10% Amt Rid) in lawful money of the United States, for the payment of which sum well and truly 10 bll made, we bInd ourselves, our heirs, executors, administrators, and successors, jointly and severally, firmly by these presents. The condition of this obligation is such that whereas the Principal has submitted the accompanying bid, dated 23rd day of March , 2006, for the Custer I Allison Henderson Phase II Storm Sewer Construction Project. NOW, THEREFORE, if the Principal shall not withdraw said bid within the period specified therein during the opening of same, or if no period specified, within thirty (30) days after seid opening, and shall within the period specified therefore, if no period be specified, within seven (7) days after the prescribed forms are presented to him for signature, enter into a written contract with the Municipality, in accordance with the bid as accepted, and give bond with good and sufficient surety or sureties, as may be required for the faithful performance and proper fulfillment of such contract, then the above obligation shall be void and of no effect, otherwise to remain in full force and virtue, By virtue ot statutory authority, the full amount ot this bid bond shall be forfeited to the Municipality in liquidations of damages sustained in thB event that the afore described bidder, Principal, fails 10 execute the contract and provide Ihe bond as provided in the specifications or by law, IN WITNESS WHEREOF, the above bounden parties have executed Ihis instrument under Iheir several seals this 16th day of March , 2006, the name and corporate seal of each corporate party being hereto affixed and these presents duly signed by its undersigned representative pursuant to authority of its governing body. PRINCIPAL: SURETY: McClain Excavating Company, Inc. co..n~clor .4 //_ By: A~ ~ Sig~e ' Pr<'.>,diLr-:+ Title 3/7-0 ( Z-G~ G Dale By: The Ohio Casualty Insurance Company Surety Company ~~ Slgnat e -- Liz Mosca. Attorney-in-Fact Title March 16th. 2006 Date ACKNOWLEDGM~NT {.)F'PRINCIPAL (Individual) State of } County of On this day of , in the year 20 , 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 20 , 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. State of low(t.. Notary Public ACKNOWLEDGMENT OF PRINCIPAL (Corporation) County of .D v--bl"1 ~ . On this~C ~ day of f\A 6--v<..h , in the year 20 vC, before me personally come(s)_ML,-vl'-.::r A,N~ CJ u..; n . ' to me known, who, being duly sworn, deposes and says that he resides in t~e City of .---D.cd;J.L-'1lAe.... .._ that he is the _.[\'o2...:?,d Q....n t of the MC'c.l0.'" [xC-.<:~V6-ti.":) en) I "'C:. the corporation described in and which executed the foregoing instrument,and that he signed his name thereto by like order. ~'Z'" liNDA A. AUGUSTIN :>:~,- Commission Number 28899 Jo.,,-~-- My Comm. Exp. ' { ;:)..Gl/L } ~j0,--- A A-. 't-~ Notary Public r \~ ACKNOWLEDGMENT OF SURETY State of Wisconsin County of St. Croix } On this 16th day of March , in the year 2006 ,before me personally come( s) Liz Mosca Attorney(s)-in-Fact of The Ohio Casualty insurance Company with whom I am personally acquainted, and who, being by me duly sworn, says that he/she reside(s) in Hudson. WI that he/she is (are) the Attorney(s)-in-Fact of company The Ohio Casualty Insurance Comoanv ,the company described in and which executed the within instrument; that he know(s) the corporate seal of such Company; and that the 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 as Attorney(s)-in-Fact of the said Company by like order. "',:.. ,. "". ._//.~. h(.,~;.",'\, ~ .,.-.._ J, ,- \ \ '~ : I,: I -' ~,~{ _' " " " . ,.~"-~.,:,. ',I ~~~- NO~~~ I ' , CERTIFIED COPY OF POWER OF ATTORNEY THE OHIO CASUALTY INSURANCE COMPANY WEST AMERICAN INSURANCE COMPANY No. 38-869 Know All Men by These Presents: That THE OHIO CASUALTY INSURANCE COMPANY, an Ohio Corporation, and WEST AMERICAN INSURANCE COMPANY, an lndiana Corporation, pursuant to the authority granted by Article Ill, Section 9 orthe Code of Regulations and By-Laws of The Ohio Casualty Insurance Company and West American Insurance Company, do hereby nominate, constitute and appoint Michael J. Douglas, Chris Stelnagel, Liz Mosca or Susan Forness of Hudson, WlscoDsln its true and lawful agent (5) and attorney (s)-in-fact, to make, execute, seal and deliver for and on ils behalfas surety, and as its act and deed any and all BONDS, UNDERTAKINGS, and RECOGNIZANCES, not exceeding in any single instance FIVE MILLION (55,000,000.00) DOLLARS, excluding, however, any bond(s) or undertaking(s) guaranteeing the payment of notes and interest thereon And the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers oflhe Companies at their administrative offices in Fairfield, Ohio, in their own proper persons. The authority granted hereunder supersedes any previous authority heretofore granted the above named attomey(s).in-fact. In WITNESS WHEREOF, the undersigned officer of the said The Ohio Casualty Insurance Company and West American Insurance Company has hereunto subscribed his name and affixed the Corporate Seal of each Company this 24th day or August, 2005. OMO" ,?)\\l.'.'J.t.'(~.. ~ SEAL)} "' /. '''i7ili''~' A~ ~~ ST ATE OF OHIO, COUNTY OF BUTLER Sam Lawrence, Assistant Secretary On this 24th day or August, 2005 before the subscriber, a Notary Public of the State of Ohio, in and for the County of Butler, duly commissioned and qualified, came Sam Lawrence, Assistant Secretary of THE OHIO CASUALTY INSURANCE COMPANY and WEST AMERICAN INSURANCE COMPANY, to me personally known to be the individual and officer described in, and who executed the preceding instrument, and he acknowledged the execution of the same, and being by me duly sworn deposes and says, that he is the officer of the Companies aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and the said Corporate Seals and his signature as officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal at the City of Hamilton, State of Ohio, the day and year first above wrinen. 6\1l11lWIlIIII ",..\~~.L.Y(I' !~\' \~-;) ~ '.n"A "............- t!kf xl 1f~ Notary Public in and for County of Butler, Stale of Ohio My Commission expires August 6, 2007. This power of attorney is granted under and by authority of Article III, Section 9 of the Code of Regulations and By-Laws of The Ohio Casualty Insurance Company and Wesl American Insurance Company, extracts from which read: Article 1II, Section 9. Annointment of Attornevs-in-Fact. The Chairman of the Board, the President, any Vice.President, the Secretary or any Assistant Secretary of the corporation shall be and is hereby vested with full power and authority to appoint attorneys-in-fact for the purpose of signing the name of the corporation as surety to, and to execute, attach the seal of the corporation to, acknowledge and deliver any and all bonds, recognizances, stipulations, undertakings or other instruments of suretyship and policies of insurance to be given in favor of any individual, firm, corporation, partnership, limited liability company or other entity, or the official representative thereof, or to any county or state, or any official board or boards of any county or state, or the United States of America or any agency thereof, or to any other political subdivision thereof This instrument is signed and sealed as authorized by the following resolution adopted by the Boards of Directors of the Companies on October 21,2004: RESOLVED, That the signature of any officer of the Company authorized under Article III, Section 9 of its Code of Regulations and By.laws and the Company seal may be affixed by facsimile to any power of attorney or copy thereof issued on behalf of the Company to make, execute, seal and deliver for and on its behalf as surety any and all bonds, undertakings or other written obligations in the nature thereof; to prescribe their respective duties and the respective limits of their authority; and to revoke any such appointment. Such signatures and seal are hereby adopted by the Company as original signatures and seal and shall, with respect to any bond, undertaking or other written obligations in the nature thereof to which it is attached, he valid and binding upon the Company with the same force and effect as though manually affixed. CERTIFICATE 1, the undersigned Assistant Secretary of The Ohio Casualty Insurance Company and West American lnsurance Company, do hereby certily that the foregoing power of attorney, the referenced By-Laws of the Companies and the above resolution of their Boards of Directors are true and correct copies and are in full force and effect on this date. IN WITNESS WHEREOF, I have hereunto set my hand and the seals of the Companies this I gth day of M""r{"h ?OOn \\,\\\.l!AII...: '"'''~ ...... ...~.. '" .:' \, !~"SEAL J! ~-/ /;,~4"" S-4300 3/99 Assistant Secretary ~{fJno"'o:; "':;;':-fUlWO<DC"WUl1lfh,fIJ -0 _ ~ <ll: ~ ~g ~~:<O ~ ~~2 {i;ii~_~_~~~* ~ -o.9.Q Ui-g2:! <i-zg,,: <1> W ffi~g~o 3 ~-u 315$ s.ii:u n.:...~~::J 2.2" <L 0 3..2,~:3 g ~s.g I(\l ~~.~ OcnzO.....m::!O \l)fJ>......11I~ ([l-",<oc-o<," III 0..-'" ([I~ c: ^"l1IO<o.<1l O....OC:r:u ::J<DO~ uQ~<1>~~o<~~g~m-~a ~In~ == Q ZOmmmmm ~.~ ~=~~O~8 g g ~l5-~~ ~~~! ~ ~ ~ ~g~~ ~ 2 ~-:3 ~~~~;;lg~6 (J)- -=r-;:;;: ::>1'030 ~(Oo_:;Io-' V> ....ro' llloc::Y-oc..:tJ OJJZ"tJat gO~<D~'~~~~-~~~~_~~*!~Q O~s.rvo~~g~omC~Z_oo""6 (O-g,u"'Ill(l102:-:TUJn.>--,~011l2' "'st"6- 00 8::>....,;:+-D;::o:~OO::E.-o)>-tO --l<.52.:iw:T2%<;rm "'-::> 8 ['5 ~g.:€, ;!~.~ g- ~ ~~.rn:T~'< ffi:=' w-lgm~:=~"Tl~ !S(j)lll~([)~~[La.~5!!~_~g-:rro=<'D::r--~ 2~~o([l:;l~~<i>~_ z:D(Ilcn~~:tI 00:;1-'" mLwO.....WQlOO::JO {fJO o{fJm""'rvN' 0-,= mo-ccn ~~m~m_....,mlll~m~...., n~o~mo-f ~m....,-w..^~^ -zocno g?I~~Qmo~2~~~~~g~~~~15 g=-15ag~?s.g - Z "Tl o ~-~Q.O(jja;-o!ll~::t"O(Ilolllro1700roo-o 05-"U(JJ~=tg:305-lilmn-lOO~CDCTQ:!i!a.-nii tCO!"'llfS-~O ~=I:E "2.2:,-0. >d:::l~(t)i!:ECi)i:E:::I3.ZtT o----'g5.!!!3-~~t~-a5.g~3.~ :g.g:g:a:g---.,Q ,g~~~=~8:a~....~2"~re~w'Q.~'<.<>2~3Q.~5: ~s lDg;"";t ~=~~il....8b>~g~:;C;m~=ftI =a.r,oe :J--'(/J ~3 (/J-o==-.....'oc.::r 0. ~----,(/J~OC - ro ::ru''''<(/J'' 0 n --::0. Z:;::- - CTl" ::r.....C CT::J- 5, III. ;:r. :::-~ 0" (/J g,~ (JJ-o (JJ m -'310 a;$! ~.__CIJ ~ __~ P.1 a;:::-CIJ 3 3:~-o~ o.--:::;:CIJ o~:J ~ "'0 ~ 5.(tI ~-- g g:....m <'82. i"!t!'2O-ct a.. am ;I~-!!t2.E.Q.Gl Q.ib; ~m CD","",ID:To ~ -~ID n~""::r....:J c CIJ~(JJo~~2o C5 -m-'~ o~- omu~ m~~Ou a.~CD ~ .-~ ~.3 ",~: i~' ~~~~::JCD3 ~(JJ~~~~(/J:J-o~::rc.~~oc.~_o~m~o(/Jg-,~m n.=~*3""~:J-'ro(IJ~Q.~=::Jo....w~~ 3~~ ~- 'm.... ~~-n=~ ~ "2.:eo.mCDo.::Ja OCClJl()o.umo.ro-ro,..:JPJ;:+ roo::>m:J -,co-3o Uo ~o::r-~ro ,<::TO -. c.C::r o~o alc 0..,<U1~. lD= <sa, _::J Q. ~g~~~3~~~]~~~g~~o[~g~i3roi~~~~Q~~~~~~~~g~~~~~~:ga;~~~]i~~~iil{~~!nw~~g1lio~~~~~go~~2.~ -'(IJ:J'< ro::r ::lOll (/Jam m__....-,O-U-(/Joro ....-,~::T ::l([l::l ~ '_"":103--'" 1l:!..~_. ''lJ-gm.-cCi::r ';:+CS-- dcri!CD Ill~ . . ;!!!..:::-.....~-=-~ Q....jli 0 0.> ---h<=::g o.>Q"gj-o g 5 ~ u. ~g ~s-s-~ ffi s-.3:m g,~n::g,o-Q ~g:..... 00 <ll::J Q.tT 5l!lCT~ l>> ~ 0.'3 5" 3 ~ ~'< 3'CT~ !D~-"'~;2 i'::J ~5 8'~~." -c::0.>::Tmo3 0::>0::>....--'::>0 c'-,~....- c mro..........-.. 0.C::J -<Om:l_ CD g""<-::Jt'm c""~, CD! ;:.0.,_.. ---"'i.:t: ii~i :;[ii:Ha:U;~~!iHIUiiH !ii rHnlj~~!~~li ~~!li <>i~l ~i!~~~l~ !iiiJgl~i ~~~ ,-, .,<3m" CD. -.-, ~.nm,<o>n~oroo., ro__-,o., ([l,._ m-,. '<o......o.&::r.!!,. ,m ,i::rC....8.8: ...~... 0,3.::1 CD I _ ::r:)(Io&.......I... ,,<CD 0-0<(0- -';::0-0'030".0 .--+ro<:t3<(J)o",,"_Oo. ro-3ro-<>.oro0"3 Ylo:JU>-......-c.aol>>fjl.AlO 3,.::s1?lrC'""O O=:=t"'Og:J3!!l::S..oo CT~I!OO-3U1-g'..Q :8.~:~-~~g2 ~ ~ g:Z ffi ;!~g 9.~~:-g Kg ~~-;J8 ~~~ Q ~.g.:~:p-g.z~~]-~lg.a:g.5."s'~8 g ~c a5 n ~ CD ~ ~g ~ l~ ~ ~ i~ ~g -i~tt."< ~~~~g-~::s ~ ~ ~ ~ ~f~-~-~-~~~~ ~~~-n> W: ;~:I~ ~~i~: iJ~~~g;~-g!g~;~Q ~:!~~~I~~~Jgl~b>~~~o Ka1~~tr~:a~ [: ~~J!~;5! IX> ~~Dro ro- ~=cr2 :JcUm~:J~~.... -0 ~ o.~ 0 :Jm-- C<D~O~'<~O...~_ ::J~C ~8 -&~I$~_oc-~2::JuUl "'0_- ~t~ n~ ~HalJ a~:~ >f:f;~ij;~ ;!~in ~!!U:Ui ~~83.J !s.~~;lii~~n"i!I!~~>l!3-afiiin~i!;3H~!i;~ -o-PJ oc grom:J:::r-. 0.... 0. --OIl..... n.c -:J- ([lroO (11-- ,<!PI>> UI 1"i g ~ 103 tD<Illiji"C~,<..;:: o3111U1(Ji ..,.::r:Jrom_ m~~oo>~1 ~g::Tn....o~.....()ro 0- ~~~ (Dc3 :Jn~:JQ ~(tI~Qo =0 i~ l>> 0_ _ ~~~o- 3 i:E-::Sc::sc.~ <mo.:J 0 l.J>o~- :::r ....-..ro::y::TO <-:J ---.,__CD uro-'c 0 '< -::J QI::J 3 ::;t!OCT--::e-CD::J 0 5 ~ =::0. :r IDl!o.'1J_ III \llen o.~-< ~~&i-!2g,~ ~mo~CIl~iii-ro.zg- 3Q~3_-g_ro-'~-~ -~3S.3~coI03~Qga.'<a.~_~-CII ,a. ~3~3'~i!_!tCe.ig: ~CD ~ 0Tl-g,g,!'< OOj()"Q-m ([lro Ill~O.... --om"QiD )> :J III (flo....lll::::S- ,_Ill....O "OO_C::JDll:!:~.(D. !'i-a. -1";:J! ..."2.rac::_::J ca 0.. 0 ;:f_"iiGl _;I, 9m~9g7 ';>!ll~6.q>7q> ~_~7~9Sl3'?s.~- $~ii:"s.mq>5.~g q>a;7a;!f:~.g~i6'i!.g,t{g,~~. =t3g~~V i'i4~~f ,_~If'~ g"92.~~9Y1~lBa'l ;::;~ I'V::TOO U-D5'{"J(.l(")::z:c.&'nc'n~OO -I!.g 3 ~ ~gwfr~~*~~~Q~m~_~~a~~i~~~-lD~m .... cn.......EoS[-,3..-+iDa.ro-I!!O:l(~:::r :::I-iii::JQ"::::!CD~_ o L oc01i:i~L~3()m""'''''''~CT:::!I;;S:. oQg,ffina.COoo ([l ....roc:::::s-::>3 -'< ...... m::J3.:;)gJ: . l>>U1;:l:~r ~ ::T_ :Jro([lrom::Eo(J)5'> I!!.. ~_~l>>- - '<AI o~ no~o. mO=~(.l ci~5cl::J eg~o,g ~([l w::Eo~ (J}~rr)>o~~~~_~ ea.l 3_ao~ ,071 '< 0.>:0 ~~ ([I-g."P iilos-g i l>> ~!'?dJ__- O'iD~ 00 g,m::TQ ([l()~~3~~""l>>o::Ja8~i ~:ES~ ;::;:~ 5.ro(f) o:rroI'V- - 3~-.;fC. Q.Gll>>iil '<~ s: 0-' ~(flQoof!l.. -alii :EQ.Cl_CT-g --~:::Iiii o~. o.>~;:+g, 5-ro5l~ c3~~o-..cg: 3 ''<Gl IDa} o(ii'<..... 3(IJQ.. .....g;wCTlB o-(r ~ml>>< ~_.... _::rnQ,ii:" ~ cp ~>15o.:~5'7 ,.ig,~i-< T~ 5.:: -~""'; ,', ..,. . . , .' . I.;;". ~O3: ~O,. 03" 03-< 3..- 3!!.:;Jl; O' ~":::. ~ uZm ~3~ m~m PJ~:o -_3: d~ n ::;- '" '" 0.. 0' .., n o " '" ~ ~ o :E po 5'[fJ _. " ~ U' ~ v; () .., 5' () 0.. 0 U' 0.. () '" 0' '< .., 0 () -+; a ~n '" :..-: 0 p; .., '< 'U " :. () '" '" '" 0.. N 0' -< 0 tJ ~ " U' " ..0 " " n 0 " '" ~ '::" 0 :E ? -'", ~" ,'>c. , ~- \' " f. ~ ,'0 --....lJ ~ r ( '-+-n~~ ::r 0 ==t. ~ " :E () ~ '" O'P cOP' ~~[~& o " - :E .., 0 n ::r: __ g. '" 0 ~,<-g:a ~ ....... () r::r 0 ....... (tl ....... '"'"I a::+..... a 6 ro ....... ~ o. 0 ~-<(tl~~ C>' 0.. - N ;:::;., S' .....'"0 5. ~ P' =:! C ri::&~~ ::r"~ (tl Ci).";' .......('I)n~~ ,,0 ~ ..... ~ t;rj NS-Q"O 0(') 0 >--t;..... o::r">--t;'-+=:! O\g.tJ~[]O !:J '" g. .-J 0 0.. 9. c r.:e... ~ ..........0 ('I) :;<;-' 0' () C CJO '"'"I ('I) ('I) '"'"I 0- :E :E ~ ,g .., ::r",n::r..,.; _. v; 0 ..,.. <; (') '"0 C ...... 0 p-' c g ~ 0 .-+ g~ P' 0.. ~ en. 0 P: ~ (') ~ >--t; P, e; g-g.tJ", 0.. '"'"I ....... g. (l) n []O '" " :E 0 ('I) 'JJ ...0 r.n S ~. e:. c -g S V'J 0.. ro '"i:j C O\;::j~(l)::::l 0('1) ::::l '"'"I (S' VJ :E 0.. 0 '" N'JJ[J:l>--t;.-+ . '"0 .-+ CJO o. ~ ~ ('I) .... '"0 -- ::::: ,..... ('I) rn ('I) ,,'JJ '"'"I 0 '""' __ o >--t; E:. ::::l '" ~ n t'j El ..... "'l ..... n > --i ..... o z o "'l ":l C t:ll t"' ..... n > --i ..... o z ~\FJ C""'3 ~> C""'3 OM cO M~ (j...... 00 C~ z> ""'3 >< ,---. \FJ \FJ .. NOTICE OF HEARING ON PLANS AND SPECIFICATIONS Notice of public hearing on proposed plans and specifications, proposed form of contract and esti- mate of cost for the Custerl Allison-Henderson Sewer and Detention Ba~ sin Project Project. Project Description: The storm sewer project con- sists of two parts with sep- arate deadlines. The first part of the project will con- sist of creating a detention basin adjacent to the hock- ey rink and constructing an overtlow pipe across Laras Boulevard to outlet in an existing structure on Adair Street. This portion of the project will have a comple- tion deadline of May 12, 2006 due to the need to have that area of the park available for summer activ- ities. The second part of the project will consist of ex- tending a new storm sewer, to the South, from an ex- isting junction box located between the North end of the hockey rink and Grand- view Avenue. The new storm sewer will serve the Custer Street area and the Univer- sity/Grandview intersection and will replace an existing smaller storm sewer in Grandview Avenue which will be abandoned in place. The deadline for this portion of the project will be Au- gust 11, 2006. NOTICE IS HEREBY GIV- EN: The City Council of Du- , buque, Iowa will hold a public hearing on the pro- posed plans, specifications, form of contract and esti- mate of cost for the Custerl Allison Henderson Sewer and Detention Basin Proj- ect in accordance with the provisions of Chapter 384 City Code of Iowa, at 6:30 p.m., o.n the 3rd day of April, 2006, In the Public Library Auditorium, 360 West 11 th St~eet, in Dubuque, Iowa. Said proposed plans, speci- ficattons, form of contract and estimate of cost are now on file in the office of the City Clerk. At said hear- ing any interested person may appear and file Objec- tions thereto or to the cost of the improvements. . A~y visual or hearing- ImpaIred persons needing special assistance or per- sons with special accessi- bility needs should contact the City Clerk's office at (563) 589-4120 or TOD at (563) 690-6678 at least 48 hours prior to the meeting. Published by order of the City Council given on the 6th day of March, 2006. Is/Jeanne F. Schneider CMC, City Clerk ' 113/24 STATE OF IOWA DUBUQUE COUNTY {ss: CERTIFICATION OF PUBLICAT I, Bev Engler, a Billing Clerk for Woodward Comml corporation, publisher of the Telegraph Herald,a new published in the City of Dubuque, County of Dubuql certify that the attached notice was published in said dates: March 24, 2006, and for which the charge is $: r--:~n~ ~~ Subscribed to before m~otary Public in and for] this ~~ day of ?dd/-"0 , 2C ~~u. Notary Public in and fi ~) MA GOI My