Loading...
HomeMy WebLinkAbout2021-02-01-J01L Warrior Ln Improvements Phase 1_Approve Contract, BondAGENDA ITEM: CITY OF WAUKEE, IOWA CITY COUNCIL MEETING COMMUNICATION MEETING DATE: February 1, 2021 AGENDA ITEM:Consideration of approval of a resolution approving contract, bond [Warrior Lane Improvements Phase 1 Project] FORMAT:Consent Agenda SYNOPSIS INCLUDING PRO & CON: FISCAL IMPACT INCLUDING COST/BENEFIT ANALYSIS:$3,211,613.10 COMMISSION/BOARD/COMMITTEE COMMENT: STAFF REVIEW AND COMMENT: RECOMMENDATION: Approve the resolution approving contract and bond with Concrete Technologies in the amount of $3,211,613.10. ATTACHMENTS: I. Proposed Resolution II. Contract, Bond PREPARED BY: Becky Schuett REVIEWED BY: J1L RESOLUTION 2021- RESOLUTION APPROVING CONSTRUCTION CONTRACT AND BOND FOR THE WARRIOR LANE IMPROVEMENTS - PHASE 1 BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF WAUKEE, STATE OF IOWA: That the construction contract and bond executed and insurance coverage for the construction of certain public improvements described in general as the Warrior Lane Improvements - Phase 1, and as described in detail in the plans and specifications heretofore approved, and which have been signed by the Director of Public Works on behalf of the City be and the same are hereby approved as follows: Contractor: Concrete Technologies, Inc., of Grimes, IA Amount of bid: $3,211,613.10 Bond surety: Merchants Bonding Company (Mutual) Date of bond: January 19, 2021 Portion of project: All construction work PASSED AND APPROVED this 1st day of February, 2021. Mayor ATTEST: City Clerk Contract ID: Contract Work Type: 25-8177-626Letting Date: DBE Commitment: CONTRACT Dec 15, 2020 10:00 A.M. $0.00 PCC PAVEMENT - GRADE & REPLACE Call Order No.:104 This agreement made and entered by and between the Contracting Authority, CITY OF WAUKEE DALLASCounty:SHIVE-HATTERY, INC. (WEST DES MOINES) Project Engineer: 631000Cost Center:890Object Code: and Contractor, CONCRETE TECHNOLOGIES, INC. It is agreed that the notice and instructions to bidders, the proposal filed by the Contractor, the specifications, the plan, if any, for project(s) listed herein, together with Contractor's performance bond, are made a part hereof and together with this instrument constitute the contract. This contract contains all of the terms and conditions agreed upon by the parties hereto. Contractor, for and in considerations of $________________ payable as set forth in the specifications constituting a part of this contract, agrees to construct various items of work and/or provide various materials or supplies in accordance with the plans and specifications therefore, and in the locations designated in the Notice to Bidders. Contractor certifies by signature on this contract, under pain of penalties for false certification, that the Contractor has complied with Iowa Code Section 452A.17(8) as amended, if applicable, and Iowa Code Section 91C.5 (Public Registration Number), if applicable. In consideration of the foregoing, Contracting authority hereby agrees to pay the Contractor promptly and according to the requirements of the specifications the amounts set fourth, subject to the conditions as set forth in the specifications. It is further understood and agreed that the above work shall also be commenced or completed in accordance with Contract Time of this Contract and assigned Notes. To accomplish the purpose herein expressed, the Contracting authority and Contractor have signed this and one other identical instrument. For Federal-Aid Contracts the Contractor certifies that each subcontract is evidenced in writing and that it contains all pertinent provisions and requirements of the contract. 3,211,613.10 CO415Vendor ID:City:GRIMES State:IA 12/17/2020 18:03:46 AASHTOWare Project™ Version 4.3 Revision 023 Dec 15, 2020 10:00 A.M.Letting Date: Call Order No.:Contract ID:25-8177-626 104 Contract Project(s) Project Number: Project Work Type: Route: Location: County:ICAAP-SWAP-8177(626)--SH-25 DALLAS PCC PAVEMENT - GRADE & REPLACE ASHWORTH DR In City of Waukee intersection of Ashworth Dr Warrior Ln a nd Northview Dr Accounting ID:37267 Non-Federal Aid - Predetermined Wages are not in Effect Page 1 of 4 12/17/2020 18:03:46 AASHTOWare Project™ Version 4.3 Revision 023 Call Order No.:25-8177-626 Contract Time Letting Date: 104Contract ID: Dec 15, 2020 10:00 A.M. Site ID Site Details Liquidated Damages 00 8/20/2021 COMPLETION DATE $1,500.00 Completion of roadway work. See description below. 01 9/30/2021 COMPLETION DATE $1,500.00 Completion of project. See site description below. (*) - Indicates Cost Plus Time Site. See Schedule of Items for Cost Per Unit Page 2 of 4 12/17/2020 18:03:46 AASHTOWare Project™ Version 4.3 Revision 023 104 Dec 15, 2020 10:00 A.M. 25-8177-626 Letting Date: Call Order No.: Notes Contracts ID: *** Site 00 *** Site is for the completion of all roadway work. Site will be considered complete when all lanes of Warrior Ln. and Ashworth Dr. intersection are open to traffic with no further closures. *** Site 01 *** This site is for completion of the project. This site includes landscaping, restoration, erosion control and other miscellaneous items. *** NO EXCUSE ROAD OPENING BONUS, WARRIOR LANE AND ASHWORTH DRIVE*** See plans C sheets, Estimate Reference Information, item No Excuse Road Opening Bonus, Warrior Lane and Ashworth Drive for details of no excuse bonus. Notes : Page 3 of 4 12/17/2020 18:03:46 AASHTOWare Project™ Version 4.3 Revision 023 104 Dec 15, 2020 10:00 A.M. 25-8177-626 Letting Date: Call Order No.: Contract Addenda Contract ID: The following is a list of Contract Addenda: 15DEC104.A01 15DEC104.A02 Page 4 of 4 12/17/2020 18:03:46 AASHTOWare Project™ Version 4.3 Revision 023 Contract ID:25-8177-626 Call Order No.:104 Letting Date:December 15, 2020 10:00 A.M. Note Description 001.2015 *** STANDARD SPECIFICATIONS -- SERIES 2015 *** The Iowa Department of Transportation STANDARD SPECIFICATIONS FOR HIGHWAY AND BRIDGE CONSTRUCTION, SERIES 2015, plus applicable General Supplemental Specifications, Developmental Specifications, Supplemental Specifications AND Special Provisions shall apply to construction work on this contract. 410.11 *** STORM WATER POLLUTION PREVENTION PLAN *** A Storm Water Pollution Prevention Plan has been developed by the Contracting Authority for one or more projects on this contract. See the project plans (or other contract document) for specific Storm Water Pollution Prevention Plan details. 660.26 *** SPECIALTY ITEM *** The item 'TRAFFIC SIGNALIZATION' and/or `TRAFFIC SIGNAL INSTALLATION' is considered a specialty item for this project. When performed by subcontract, the cost of the specialty item/s so performed by subcontract may be deducted from the total cost before computing the amount of work required to be performed by the Prime Contractor with his/her own organization. Refer to Article 1108.01 of the Standard Specifications. GS-15011 GENERAL SUPPLEMENTAL SPECIFICATIONS FOR HIGHWAY AND BRIDGE CONSTRUCTION SP-157150 SPECIAL PROVISIONS FOR UNIT PAVERS Dallas County ICAAP-SWAP-8177(626)--SH-25 SP-157151 SPECIAL PROVISIONS FOR PLANTING IRRIGATION Dallas County ICAAP-SWAP-8177(626)--SH-25 SP-157152 SPECIAL PROVISIONS FOR LANDSCAPE MATERIALS Dallas County ICAAP-SWAP-8177(626)--SH-25 Contract Specifications List Page 1 of 2 12/17/2020 18:03:46 AASHTOWare Project™ Version 4.3 Revision 023 Contract ID:25-8177-626 Call Order No.:104 Letting Date:December 15, 2020 10:00 A.M. SP-157153 SPECIAL PROVISIONS FOR ARCHITECTURAL CONCRETE Dallas County ICAAP-SWAP-8177(626)--SH-25 Contract Specifications List Page 2 of 2 12/17/2020 18:03:46 AASHTOWare Project™ Version 4.3 Revision 023 0001 ROADWAY ITEMSSECTION $3,211,613.10 Alt Set ID:Alt Mbr ID: Bid AmountUnit PriceItem Quantity and Units Item Number Item Description Contract Line Number Dollars Cents Dollars Cents 0010 2101-0850001 CLEARING AND GRUBBING ACRE 0.300 12,232.5040,775.00 0020 2102-2625001 EMBANKMENT-IN-PLACE, CONTRACTOR FURNISHED CY 856.000 7,276.008.50 0030 2102-2710070 EXCAVATION, CLASS 10, ROADWAY AND BORROW CY 9,649.000 30,394.353.15 0040 2105-8425015 TOPSOIL, STRIP, SALVAGE AND SPREAD CY 6,672.000 35,028.005.25 0060 2115-0100000 MODIFIED SUBBASE CY 2,251.000 120,428.5053.50 0070 2121-7425010 GRANULAR SHOULDERS, TYPE A TON 62.000 1,953.0031.50 0080 2123-7450020 SHOULDER FINISHING, EARTH STA 40.500 9,558.00236.00 0090 2213-7100400 RELOCATION OF MAIL BOXES EACH 3.000 1,425.00475.00 0100 2301-1033080 STANDARD OR SLIP FORM PORTLAND CEMENT CONCRETE PAVEMENT, CLASS C, CLASS 3 DURABILITY, 8 IN. SY 928.100 73,087.8878.75 0110 2301-1033090 STANDARD OR SLIP FORM PORTLAND CEMENT CONCRETE PAVEMENT, CLASS C, CLASS 3 DURABILITY, 9 IN. SY 3,295.000 259,481.2578.75 Contract ID:25-8177-626 Awarded Vendor:CO415 CONCRETE TECHNOLOGIES, INC. Contract Schedule Page 1 of 12 12/17/2020 18:03:46 AASHTOWare Project™ Version 4.3 Revision 023 0001 ROADWAY ITEMSSECTION $3,211,613.10 Alt Set ID:Alt Mbr ID: Bid AmountUnit PriceItem Quantity and Units Item Number Item Description Contract Line Number Dollars Cents Dollars Cents 0120 2301-1033090 STANDARD OR SLIP FORM PORTLAND CEMENT CONCRETE PAVEMENT, CLASS C, CLASS 3 DURABILITY, 9 IN. - ROUNDABOUT SY 5,567.000 431,442.5077.50 0130 2303-1031750 HOT MIX ASPHALT STANDARD TRAFFIC, BASE COURSE, 3/4 IN. MIX TON 87.500 6,912.5079.00 0140 2303-1032500 HOT MIX ASPHALT STANDARD TRAFFIC, INTERMEDIATE COURSE, 1/2 IN. MIX TON 44.400 3,463.2078.00 0150 2303-1033500 HOT MIX ASPHALT STANDARD TRAFFIC, SURFACE COURSE, 1/2 IN. MIX, NO SPECIAL FRICTION REQUIREMENT TON 44.400 3,463.2078.00 0160 2303-1258283 ASPHALT BINDER, PG 58-28S, STANDARD TRAFFIC TON 10.600 4,770.00450.00 0170 2312-8260081 GRANULAR SURFACING ON ROAD, CLASS D CRUSHED STONE TON 160.000 4,800.0030.00 0180 2312-8260250 GRANULAR SURFACING ON ROAD, CRUSHED STONE TON 175.000 5,250.0030.00 0190 2401-6750001 REMOVALS, AS PER PLAN 15,750.00LUMP SUM 0200 2402-0425031 GRANULAR BACKFILL TON 645.000 16,286.2525.25 0210 2416-0100015 APRONS, CONCRETE, 15 IN. DIA.EACH 4.000 9,040.002,260.00 Contract ID:25-8177-626 Awarded Vendor:CO415 CONCRETE TECHNOLOGIES, INC. Contract Schedule Page 2 of 12 12/17/2020 18:03:46 AASHTOWare Project™ Version 4.3 Revision 023 0001 ROADWAY ITEMSSECTION $3,211,613.10 Alt Set ID:Alt Mbr ID: Bid AmountUnit PriceItem Quantity and Units Item Number Item Description Contract Line Number Dollars Cents Dollars Cents 0220 2435-0140148 MANHOLE, STORM SEWER, SW-401, 48 IN. EACH 2.000 7,880.003,940.00 0230 2435-0140172 MANHOLE, STORM SEWER, SW-401, 72 IN. EACH 1.000 8,400.008,400.00 0240 2435-0140184 MANHOLE, STORM SEWER, SW-401, 84 IN. EACH 1.000 9,895.009,895.00 0250 2435-0250100 INTAKE, SW-501 EACH 3.000 8,430.002,810.00 0260 2435-0250248 INTAKE, SW-502, 48 IN.EACH 2.000 8,510.004,255.00 0270 2435-0250260 INTAKE, SW-502, 60 IN.EACH 4.000 26,660.006,665.00 0280 2435-0250500 INTAKE, SW-505 EACH 7.000 36,750.005,250.00 0290 2435-0250600 INTAKE, SW-506 EACH 5.000 37,675.007,535.00 0300 2435-0250610 INTAKE, SW-506 MODIFIED EACH 4.000 61,320.0015,330.00 0310 2435-0251224 INTAKE, SW-512, 24 IN.EACH 1.000 2,205.002,205.00 0320 2435-0251300 INTAKE, SW-513 EACH 2.000 7,980.003,990.00 0330 2435-0600010 MANHOLE ADJUSTMENT, MINOR EACH 1.000 2,415.002,415.00 0340 2435-0600020 MANHOLE ADJUSTMENT, MAJOR EACH 1.000 4,985.004,985.00 Contract ID:25-8177-626 Awarded Vendor:CO415 CONCRETE TECHNOLOGIES, INC. Contract Schedule Page 3 of 12 12/17/2020 18:03:46 AASHTOWare Project™ Version 4.3 Revision 023 0001 ROADWAY ITEMSSECTION $3,211,613.10 Alt Set ID:Alt Mbr ID: Bid AmountUnit PriceItem Quantity and Units Item Number Item Description Contract Line Number Dollars Cents Dollars Cents 0350 2435-0700010 CONNECTION TO EXISTING MANHOLE EACH 1.000 5,985.005,985.00 0360 2502-6745952 REMOVAL OF SUBDRAIN LF 4,152.000 17,438.404.20 0370 2502-8213206 SUBDRAIN, PVC, STANDARD, PERFORATED, 6 IN. LF 4,215.000 51,001.5012.10 0380 2502-8221006 SUBDRAIN RISER, 6 IN., AS PER PLAN EACH 28.000 11,760.00420.00 0390 2502-8221303 SUBDRAIN OUTLET, DR-303 EACH 48.000 10,080.00210.00 0400 2503-0114215 STORM SEWER GRAVITY MAIN, TRENCHED, REINFORCED CONCRETE PIPE (RCP), 2000D (CLASS III), 15 IN. LF 702.000 39,487.5056.25 0410 2503-0114218 STORM SEWER GRAVITY MAIN, TRENCHED, REINFORCED CONCRETE PIPE (RCP), 2000D (CLASS III), 18 IN. LF 331.000 19,115.2557.75 0420 2503-0114224 STORM SEWER GRAVITY MAIN, TRENCHED, REINFORCED CONCRETE PIPE (RCP), 2000D (CLASS III), 24 IN. LF 720.000 52,200.0072.50 0430 2503-0114230 STORM SEWER GRAVITY MAIN, TRENCHED, REINFORCED CONCRETE PIPE (RCP), 2000D (CLASS III), 30 IN. LF 131.000 13,362.00102.00 Contract ID:25-8177-626 Awarded Vendor:CO415 CONCRETE TECHNOLOGIES, INC. Contract Schedule Page 4 of 12 12/17/2020 18:03:46 AASHTOWare Project™ Version 4.3 Revision 023 0001 ROADWAY ITEMSSECTION $3,211,613.10 Alt Set ID:Alt Mbr ID: Bid AmountUnit PriceItem Quantity and Units Item Number Item Description Contract Line Number Dollars Cents Dollars Cents 0440 2503-0114236 STORM SEWER GRAVITY MAIN, TRENCHED, REINFORCED CONCRETE PIPE (RCP), 2000D (CLASS III), 36 IN. LF 311.000 37,942.00122.00 0450 2503-0114242 STORM SEWER GRAVITY MAIN, TRENCHED, REINFORCED CONCRETE PIPE (RCP), 2000D (CLASS III), 42 IN. LF 393.000 66,024.00168.00 0460 2503-0114248 STORM SEWER GRAVITY MAIN, TRENCHED, REINFORCED CONCRETE PIPE (RCP), 2000D (CLASS III), 48 IN. LF 194.000 33,950.00175.00 0470 2503-0200036 REMOVE STORM SEWER PIPE LESS THAN OR EQUAL TO 36 IN. LF 1,695.000 32,205.0019.00 0480 2504-0230000 SEWAGE AIR RELEASE VALVE AND PIT EACH 1.000 6,145.006,145.00 0490 2507-8029000 EROSION STONE TON 40.000 2,230.0055.75 0500 2510-6745850 REMOVAL OF PAVEMENT SY 6,855.700 71,984.8510.50 0510 2510-6750600 REMOVAL OF INTAKES AND UTILITY ACCESSES EACH 13.000 11,700.00900.00 0520 2511-0300000 REMOVAL OF RECREATIONAL TRAIL SY 443.100 4,652.5510.50 0530 2511-0302600 RECREATIONAL TRAIL, PORTLAND CEMENT CONCRETE, 6 IN. SY 2,012.000 96,576.0048.00 Contract ID:25-8177-626 Awarded Vendor:CO415 CONCRETE TECHNOLOGIES, INC. Contract Schedule Page 5 of 12 12/17/2020 18:03:46 AASHTOWare Project™ Version 4.3 Revision 023 0001 ROADWAY ITEMSSECTION $3,211,613.10 Alt Set ID:Alt Mbr ID: Bid AmountUnit PriceItem Quantity and Units Item Number Item Description Contract Line Number Dollars Cents Dollars Cents 0550 2511-6745900 REMOVAL OF SIDEWALK SY 1,724.200 17,242.0010.00 0560 2511-7526004 SIDEWALK, P.C. CONCRETE, 4 IN.SY 727.000 34,350.7547.25 0570 2511-7528101 DETECTABLE WARNINGS SF 450.000 22,950.0051.00 0580 2515-2475006 DRIVEWAY, P.C. CONCRETE, 6 IN.SY 208.100 11,549.5555.50 0590 2515-2475008 DRIVEWAY, P.C. CONCRETE, 8 IN.SY 332.000 19,090.0057.50 0600 2515-6745600 REMOVAL OF PAVED DRIVEWAY SY 779.700 8,186.8510.50 0610 2524-9265010 POSTS, STEEL, AS PER PLAN EACH 43.000 6,794.00158.00 0620 2524-9325150 INSTALL TYPE A SIGN EACH 60.000 9,480.00158.00 0630 2525-0000100 TRAFFIC SIGNALIZATION 9,975.00LUMP SUM 0640 2526-8285000 CONSTRUCTION SURVEY 25,725.00LUMP SUM 0650 2527-9263109 PAINTED PAVEMENT MARKING, WATERBORNE OR SOLVENT-BASED STA 8.200 262.4032.00 0660 2527-9263117 PAINTED PAVEMENT MARKINGS, DURABLE STA 78.170 10,240.27131.00 0670 2527-9263143 PAINTED SYMBOLS AND LEGENDS, DURABLE EACH 6.000 2,070.00345.00 Contract ID:25-8177-626 Awarded Vendor:CO415 CONCRETE TECHNOLOGIES, INC. Contract Schedule Page 6 of 12 12/17/2020 18:03:46 AASHTOWare Project™ Version 4.3 Revision 023 0001 ROADWAY ITEMSSECTION $3,211,613.10 Alt Set ID:Alt Mbr ID: Bid AmountUnit PriceItem Quantity and Units Item Number Item Description Contract Line Number Dollars Cents Dollars Cents 0680 2527-9270111 GROOVES CUT FOR PAVEMENT MARKINGS STA 78.170 10,162.10130.00 0690 2527-9270120 GROOVES CUT FOR SYMBOLS AND LEGENDS EACH 6.000 948.00158.00 0700 2528-2518000 SAFETY CLOSURE EACH 14.000 2,940.00210.00 0710 2528-2518182 PERMANENT ROAD CLOSURE, URBAN, SI-182 EACH 1.000 1,050.001,050.00 0720 2528-5160000 NO EXCUSE ROAD OPENING BONUS, WARRIOR LN AND ASHWORTH DR INTERSECTION ON OR BEFORE AUGUST 20, 2021 150,000.00LUMP SUM 0730 2528-8445110 TRAFFIC CONTROL 18,900.00LUMP SUM 0740 2533-4980005 MOBILIZATION 130,000.00LUMP SUM 0750 2554-0114008 WATER MAIN, TRENCHED, POLYVINYL CHLORIDE PIPE (PVC), 8 IN. LF 170.000 9,477.5055.75 0760 2554-0202200 FITTINGS BY COUNT, DUCTILE IRON, AS PER PLAN EACH 17.000 9,775.00575.00 0770 2554-0207008 VALVE, GATE, DIP, 8 IN.EACH 1.000 2,100.002,100.00 0780 2554-0210201 FIRE HYDRANT ASSEMBLY, WM-201 EACH 1.000 5,775.005,775.00 Contract ID:25-8177-626 Awarded Vendor:CO415 CONCRETE TECHNOLOGIES, INC. Contract Schedule Page 7 of 12 12/17/2020 18:03:46 AASHTOWare Project™ Version 4.3 Revision 023 0001 ROADWAY ITEMSSECTION $3,211,613.10 Alt Set ID:Alt Mbr ID: Bid AmountUnit PriceItem Quantity and Units Item Number Item Description Contract Line Number Dollars Cents Dollars Cents 0790 2554-0214000 FIRE HYDRANT ADJUSTMENT EACH 1.000 4,570.004,570.00 0800 2599-9999003 ('CUBIC YARDS' ITEM) LANDSCAPE - COMPOST AMENDMENT CY 128.000 5,184.0040.50 0810 2599-9999003 ('CUBIC YARDS' ITEM) LANDSCAPE - DOUBLE-SHREDDED HARDWOOD MULCH CY 233.000 7,689.0033.00 0820 2599-9999003 ('CUBIC YARDS' ITEM) LANDSCAPE - IMPORTED PLANTING SOILS CY 641.000 31,409.0049.00 0830 2599-9999005 ('EACH' ITEM) COMMUNITY MARKER SIGN FOOTING EACH 4.000 3,600.00900.00 0840 2599-9999005 ('EACH' ITEM) EROSION CONTROL - EXISTING HYDRODYNAMIC SEPARATOR CLEANOUT EACH 14.000 7,000.00500.00 0850 2599-9999005 ('EACH' ITEM) LANDSCAPE - 1 GALLON PERENNIAL PLANTING EACH 2,961.000 28,869.759.75 0860 2599-9999005 ('EACH' ITEM) LANDSCAPE - 1.75 IN. B&B DECIDUOUS TREE EACH 33.000 13,695.00415.00 0870 2599-9999005 ('EACH' ITEM) LANDSCAPE - 2 GALLON ORNAMENTAL GRASS PLANTING EACH 1,243.000 31,075.0025.00 0880 2599-9999005 ('EACH' ITEM) LANDSCAPE - 2 IN. B&B DECIDUOUS TREE EACH 5.000 2,075.00415.00 Contract ID:25-8177-626 Awarded Vendor:CO415 CONCRETE TECHNOLOGIES, INC. Contract Schedule Page 8 of 12 12/17/2020 18:03:46 AASHTOWare Project™ Version 4.3 Revision 023 0001 ROADWAY ITEMSSECTION $3,211,613.10 Alt Set ID:Alt Mbr ID: Bid AmountUnit PriceItem Quantity and Units Item Number Item Description Contract Line Number Dollars Cents Dollars Cents 0890 2599-9999005 ('EACH' ITEM) LANDSCAPE - 3 GALLON SHRUB PLANTING EACH 357.000 19,724.2555.25 0900 2599-9999005 ('EACH' ITEM) LANDSCAPE - 6-8 IN. B&B DECIDUOUS TREE EACH 36.000 10,620.00295.00 0910 2599-9999005 ('EACH' ITEM) LANDSCAPE - 8 IN. HT EVERGREEN TREE EACH 29.000 14,645.00505.00 0920 2599-9999009 ('LINEAR FEET' ITEM) LANDSCAPE - FEATURE WALLS LF 232.000 131,080.00565.00 0930 2599-9999009 ('LINEAR FEET' ITEM) LANDSCAPE - SEAT WALLS LF 72.000 34,560.00480.00 0940 2599-9999009 ('LINEAR FEET' ITEM) REMOVAL AND ABATEMENT OF TRANSITE PIPE LF 170.000 7,310.0043.00 0950 2599-9999010 ('LUMP SUM' ITEM) CONCRETE WASHOUT 5,815.00LUMP SUM 0960 2599-9999010 ('LUMP SUM' ITEM) ELECTRICAL CONDUIT AND JUNCTION BOX 4,720.00LUMP SUM 0970 2599-9999010 ('LUMP SUM' ITEM) IRRIGATION 13,545.00LUMP SUM 0980 2599-9999014 ('SQUARE FEET' ITEM) UNIT PAVERS ON BITUMINOUS SETTING BED SF 4,947.000 98,940.0020.00 0990 2599-9999014 ('SQUARE FEET' ITEM) UNIT PAVERS ON GRANULAR BASE SF 1,772.000 37,212.0021.00 Contract ID:25-8177-626 Awarded Vendor:CO415 CONCRETE TECHNOLOGIES, INC. Contract Schedule Page 9 of 12 12/17/2020 18:03:46 AASHTOWare Project™ Version 4.3 Revision 023 0001 ROADWAY ITEMSSECTION $3,211,613.10 Alt Set ID:Alt Mbr ID: Bid AmountUnit PriceItem Quantity and Units Item Number Item Description Contract Line Number Dollars Cents Dollars Cents 0991 2599-9999018 ('SQUARE YARDS' ITEM) SPECIAL COMPACTION OF SUBGRADE SY 13,049.000 42,409.253.25 0992 2599-9999018 ('SQUARE YARDS' ITEM) SPECIAL COMPACTION OF SUBGRADE FOR RECREATIONAL TRAIL SY 2,805.000 7,433.252.65 1000 2599-9999018 ('SQUARE YARDS' ITEM) SUBSLAB PCC 5 IN. FOR UNIT PAVERS ON BITUMINOUS SETTING BED SY 552.000 37,536.0068.00 1010 2599-9999020 ('TONS' ITEM) CEMENT STABILIZATION TON 294.000 108,780.00370.00 1020 2601-2634105 MULCHING, BONDED FIBER MATRIX ACRE 17.500 41,387.502,365.00 1030 2601-2636044 SEEDING AND FERTILIZING (URBAN)ACRE 3.900 3,997.501,025.00 1040 2601-2639010 SODDING SQ 63.000 3,307.5052.50 1050 2601-2642120 STABILIZING CROP - SEEDING AND FERTILIZING (URBAN) ACRE 13.600 11,084.00815.00 1060 2601-2643110 WATERING FOR SOD, SPECIAL DITCH CONTROL, OR SLOPE PROTECTION MGAL 100.000 6,000.0060.00 1070 2601-2643300 MOBILIZATION FOR WATERING EACH 12.000 4,200.00350.00 1080 2602-0000020 SILT FENCE LF 5,500.000 7,975.001.45 Contract ID:25-8177-626 Awarded Vendor:CO415 CONCRETE TECHNOLOGIES, INC. Contract Schedule Page 10 of 12 12/17/2020 18:03:46 AASHTOWare Project™ Version 4.3 Revision 023 0001 ROADWAY ITEMSSECTION $3,211,613.10 Alt Set ID:Alt Mbr ID: Bid AmountUnit PriceItem Quantity and Units Item Number Item Description Contract Line Number Dollars Cents Dollars Cents 1090 2602-0000071 REMOVAL OF SILT FENCE OR SILT FENCE FOR DITCH CHECKS LF 5,500.000 550.000.10 1100 2602-0000101 MAINTENANCE OF SILT FENCE OR SILT FENCE FOR DITCH CHECK LF 2,750.000 137.500.05 1110 2602-0000150 STABILIZED CONSTRUCTION ENTRANCE, EC-303 LF 700.000 7,350.0010.50 1120 2602-0000309 PERIMETER AND SLOPE SEDIMENT CONTROL DEVICE, 9 IN. DIA. LF 7,500.000 14,625.001.95 1130 2602-0000350 REMOVAL OF PERIMETER AND SLOPE SEDIMENT CONTROL DEVICE LF 7,500.000 1,875.000.25 1140 2602-0000530 GRATE INTAKE SEDIMENT FILTER BAG EACH 46.000 4,600.00100.00 1150 2602-0000540 MAINTENANCE OF GRATE INTAKE SEDIMENT FILTER BAG EACH 92.000 1,932.0021.00 1160 2602-0000550 REMOVAL OF GRATE INTAKE SEDIMENT FILTER BAG EACH 46.000 966.0021.00 1170 2602-0010010 MOBILIZATIONS, EROSION CONTROL EACH 12.000 6,000.00500.00 1180 2602-0010020 MOBILIZATIONS, EMERGENCY EROSION CONTROL EACH 6.000 6,000.001,000.00 1190 2610-0000150 TREE, TRANSPLANTING EACH 2.000 2,100.001,050.00 Contract ID:25-8177-626 Awarded Vendor:CO415 CONCRETE TECHNOLOGIES, INC. Contract Schedule Page 11 of 12 Total Bid:$3,211,613.10 Doc Express Document Signing History Contract: 25-8177-626 Document: BO 104 25-8177-626 201215 CONTRACT Date Signed By 01/21/2021 Beau Sprouse Concrete Technologies Digital Signature (Signed by Contractor) 01/22/2021 Rudy Koester City of Waukee - Iowa Electronic Signature (Local Public Agency View and Sign Performance Bond ) 01/22/2021 Rudy Koester City of Waukee - Iowa Digital Signature (Local Public Agency Signed Contract (by Authorized Signatory)) 01/28/2021 Dot Contracts Iowa DOT Electronic Signature (Check by Contracts and Specifications Bureau (DOT)) 01/28/2021 Mark Dunn Iowa DOT Digital Signature (Signed by Contracts and Specifications Bureau (DOT)) 01/28/2021 Dot Contracts Iowa DOT Electronic Signature (Marked Completed by Contracts and Specifications Bureau (DOT)) POWER OF ATTORNEY Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., both being corporations duly organized under the laws of the State of Iowa (herein collectively called the “Companies”), and that the Companies do hereby make, constitute and appoint, individually, of and State of their true and lawful Attorney-in-Fact, with full power and authority hereby conferred in their name, place and stead, to sign, execute, acknowledge and deliver in their 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: and to bind the Companies thereby as fully and to the same extent as if such bond or undertaking was signed by the duly authorized officers of the Companies, 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 By-Laws adopted by the Board of Directors of the Merchants Bonding Company (Mutual) on April 23, 2011 and adopted by the Board of Directors of Merchants National Bonding, Inc., on October 24, 2011. "The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President 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. The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission 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." MERCHANTS BONDING COMPANY (MUTUAL) MERCHANTS NATIONAL BONDING, INC. By STATE OF IOWA COUNTY OF POLK ss. 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. President POA 0014 (7/14) In Witness Whereof, the Companies have caused this instrument to be signed and sealed this day of , . On this day of , , 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) and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument is the Corporate Seals of the Companies; and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. COUNTY OF POLK ss. I, William Warner, Jr., Secretary of the MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., do hereby certify that the above and foregoing is a true and correct copy of the POWER-OF-ATTORNEY executed by said Companies,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 Companies on Secretary STATE OF IOWA Notary Public, Polk County, Iowa this day of , . Des Moines 8th 8th TWENTY MILLION ($20,000,000.00) DOLLARS 2015 2015 Anne Crowner; Brian M Deimerly; Cindy Bennett; Craig E Hansen; Dione R Young; Jay D Freiermuth; Jody Decker; Kathleen Brewer; Kevin J Knutson; Lacey Cramblit; Michelle R Gruis; Shirley S Bartenhagen; Stacy Venn; Tim McCulloh Iowa April April 19 1 2021 The ACORD name and logo are registered marks of ACORD CERTIFICATE HOLDER © 1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25 (2014/01) AUTHORIZED REPRESENTATIVE CANCELLATION DATE (MM/DD/YYYY)CERTIFICATE OF LIABILITY INSURANCE LOCJECT PRO-POLICY GEN'L AGGREGATE LIMIT APPLIES PER: OCCURCLAIMS-MADE COMMERCIAL GENERAL LIABILITY PREMISES (Ea occurrence)$ DAMAGE TO RENTED EACH OCCURRENCE $ MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GENERAL AGGREGATE $ PRODUCTS - COMP/OP AGG $ $RETENTIONDED CLAIMS-MADE OCCUR $ AGGREGATE $ EACH OCCURRENCE $ UMBRELLA LIAB EXCESS LIAB DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) INSR LTR TYPE OF INSURANCE POLICY NUMBER POLICY EFF (MM/DD/YYYY) POLICY EXP (MM/DD/YYYY)LIMITS PER STATUTE OTH- ER E.L. EACH ACCIDENT E.L. DISEASE - EA EMPLOYEE E.L. DISEASE - POLICY LIMIT $ $ $ ANY PROPRIETOR/PARTNER/EXECUTIVE If yes, describe under DESCRIPTION OF OPERATIONS below (Mandatory in NH) OFFICER/MEMBER EXCLUDED? WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N AUTOMOBILE LIABILITY ANY AUTO ALL OWNED SCHEDULED HIRED AUTOS NON-OWNED AUTOS AUTOS AUTOS COMBINED SINGLE LIMIT BODILY INJURY (Per person) BODILY INJURY (Per accident) PROPERTY DAMAGE $ $ $ $ THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSD ADDL WVD SUBR N / A $ $ (Ea accident) (Per accident) OTHER: THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: INSURED PHONE (A/C, No, Ext): PRODUCER ADDRESS: E-MAIL FAX (A/C, No): CONTACT NAME: NAIC # INSURER A : INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : INSURER(S) AFFORDING COVERAGE SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. X X 10,000,000 07/01/20 91UENOE0287 C 5,000 Deductible 91WEOE0B19 07/01/20 04/01/21 X 10,000 1,000,000 29459 25674 19682 Waukee, IA 50263 230 W Hickman Rd 61280380 61280380 10,000 01/27/2021 X 500,000 07/01/20 policy terms and conditions. City of Waukee City of Waukee is listed as additional insured on General Liability as required by written contract, per Project 25-8177-626. X X 500,000 500,000 91UENOE0286 TWIN CITY FIRE INS CO CO TRAVELERS PROP CAS CO OF AMER HARTFORD FIRE IN CO 04/01/21 USA 10,000,000 100,000 Cedar Rapids, IA 52401 X N Grimes, IA 50111 Blkt Cont Equip 07/01/20 B X Concrete Technologies, Inc. 18,236,633 A 1001 SE 37th Street 2,000,000 04/01/21 lcollum B 201 First Street SE, Suite 700 QT6308A132361TIL20 04/01/21 ZUP15P2767720NF 1,000,000 2,000,000 1,000,000 1-800-300-0325 X A Holmes Murphy & Assoc - CR 07/01/20 07/01/21 X